Loading...
HomeMy WebLinkAboutContract 47229-FP1 uepart nt o -FW Const. Services CPN# D e Project Manager ' CITY SECRETARY Risk Management S. CLad ZT WORTH. CONTRACT NO. D.O.E. Brotherton Water V. Gutzier n�rz�/ CFt'-� '---Janie Morales/Scanned ATION AND PUBLIC WORKS Q The rocccd ng p opl ave been Contacted concerning the request F PROJECT COMPLETION S / to 0 — Co X583 for final payment&have released this project for such payment. ID eveloper Projects) �0 Clearance Conducted By Etta Bacy City Project NO: 02583 cs4�4V49 Regarding contract 117462 for SAGESTONE VILLAGE PHASE 3 @ ALLIANCE TOWN CENTER as required by the WATER DEPARTMENT as approved by City Council on N/A through M&C N/A the director of the WATER DEPARTMENT upon sistant Director of the Transportation&Public Works Departanent has accepted the project dFn t, ;; la LG r JUN 0 9 2017 Original Contract Price: ey_- $226,101.00 r- — — I Amount of Approved Change Orders: $65,010.00 Ns 1 Revised Contract Amount: $291,111.00 Total Cost Work Completed: $291,111.00 kt � / ) � Recomm nded for Acceptance Date Asst. Director, TPW - Infrastructure Design and Construction L"t ��/c C 6/ Accepted Date Asst. Director, WATER DEPARTMENT C ,.' /,1 Asst. City Manager Date Comments: OFFICIAL RECORD CITY SECRETARY `MA ILE.D FT.WORTH,1rX JUN 3 2011 �- 83 bduab y Rev.9/22/16 i r.J F ( L� ii2 V Ell, JUN 0 9 2017 �'q(00) City Project Numbers 02583 �r:,., _ _ , '� DOE Number 7462 Contract Name SAGESTONE VILLAGE PHASE 3 AT ALLIANCE TOWN CENTER Estimate Number I Contract Limits Payment Number 1 Project Type EROSION For Period Ending 4/5/2017 Project Funding Project Manager Long City Secretary Contract Number 117462 Inspectors RODGERS SALINAS Contract Date 8/20/2015 Contractor CONATSER CONSTRUCTION TxLP Contract Time 55 CD 5327 WICHITA ST Days Charged to Date 303 CD FORT WORTH, TX 76119 Contract is .000000 Complete CITY OF FORT WORTH SUMMARY OF CHARGES Line Fund Account Center Amount Gross Retainage Net Funded Total Cost of Work Completed $291,111.00 Less %Retained $0.00 Net Earned $291,111.00 Earned This Period $291,111.00 Retainage This Period $0.00 Less Liquidated Damages 0 Days @ $0.00 /Day $0.00 LessPavement Deficiency $0.00 Less Penalty $0.00 Less Previous Payment $0.00 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $291,1 1 1.00 Wednesday,April 5,2017 Page 5 of 5 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name SAGESTONE VILLAGE PHASE 3 AT ALLIANCE TOWN CENTER Contract Limits Project Type WATER&SEWER City Project Numbers 02583 DOE Number 7462 Estimate Number 1 Payment Number 1 For Period Ending 4/5/2017 CD City Secretary Contract Number 117462 Contract Time 56D Contract Date 8/20/2015 Days Charged to Date 303 Project Manager Long Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors RODGERS / SALINAS Wednesday,April 5,2017 Page 1 of 5 City Project Numbers 02583 DOE Number 7462 Contract Name SAGESTONE VILLAGE PHASE 3 AT ALLIANCE TOWN CENTER Estimate Number I Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 4/5/2017 Project Funding WATER IMPROVEMENT Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ---------------------------------------- 1 --------------------------------------- 1 6"PVC WATER PIPE 98 LF $38.00 $3,724.00 98 $3,724.00 2 8"PVC WATER PIPE 80 LF $42.00 $3,360.00 80 $3,360.00 3 8"GATE VALVE 1 LF $1,050.00 $1,050.00 1 $1,050.00 4 12"PVC WATER PIPE 2212 LF $48.00 $106,176.00 2212 $106,176.00 5 12"WATER PIPE CSS BACKFILL 95 LF $54.00 $5,130.00 95 $5,130.00 6 6"GATE VALVE 4 EA $950.00 $3,800.00 4 $3,800.00 7 12"GATE VALVE 4 EA $2,200.00 $8,800.00 4 $8,800.00 8 4"-12"PRESSURE PLUG 5 EA $600.00 $3,000.00 5 $3,000.00 9 4"-12"PRESSURE PLUG 1 EA $800.00 $800.00 1 $800.00 10 FIRE HYDRANT 2 EA $3,500.00 $7,000.00 2 $7,000.00 11 CONNECTION TO EXISTING 4"-12"WATER 2 EA $1,000.00 $2,000.00 2 $2,000.00 MAIN 12 6"WATER METER AND VAULT 2 EA $18,500.00 $37,000.00 2 $37,000.00 13 2"WATER SERVICE 3 EA $2,200.00 $6,600.00 3 $6,600.00 14 REMOVE 12"WATERLINE 91 LF $14.00 $1,274.00 91 $1,274.00 15 REMOVE 8"WATER LINE 25 LF $12.00 $300.00 25 $300.00 16 REMOVE 8"WATER VALVE 1 EA $500.00 $500.00 1 $500.00 17 REMOVE 12"WATER VALVE I EA $750.00 $750.00 1 $750.00 18 DUCILE IRON WATER FITTINGS W/RESTRAINT 2.56 TN $4,000.00 $10,240.00 2.56 $10,240.00 19 CONCRETE BLOCKING TYPE B 1.75 CY $100.00 $175.00 1.75 $175.00 20 TRENCH SAFETY 2485 LF $2.00 $4,970.00 2485 $4,970.00 --------------------- --------------------- Sub-Total of Previous Unit $206,649.00 $206,649.00 SANITARY SEWER IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total -------------------------- - 1 6'SEWER PIPE 49 LF $46.00 $2,254.00 49 $2,254.00 2 6"SEWER PIPE W/CSS BACKFILL 40 LF $51.00 $2,040.00 40 $2,040.00 3 8"SEWER PIPE 64 LF $50.00 $3,200.00 64 $3,200.00 4 8"SEWER PIPE CSS BACKFILL 20 LF $55.00 $1,100.00 20 $1,100.00 5 4'MANHOLE 1 EA $3,200.00 $3,200.00 1 $3,200.00 Wednesday,April 5,2017 Page 2 of 5 City Project Numbers 02583 DOE Number 7462 Contract Name SAGESTONE VILLAGE PHASE 3 AT ALLIANCE TOWN CENTER Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 4/5/2017 Project Funding 6 4'EXTRA DEPTH MANHOLE CO#1 46 VF $175.00 $8,050.00 46 $8,050.00 7 6'2-WAY CLEANOUT 1 EA $450.00 $450.00 1 $450.00 8 8"2-WAY CLEANOUT 1 EA $500.00 $500.00 1 $500.00 9 TRENCH WATER STOPS 1 EA $400.00 $400.00 1 $400.00 10 TRENCH SAFETY 69 LF $4.00 $276.00 69 $276.00 11 POST-CCTV INSPECTION 69 LF $3.00 $207.00 69 $207.00 12 MANHOLE VACUUM TESTING CO#1 10 EA $100.00 $1,000.00 10 $1,000.00 13 4"SEWER SVC CO#1 2 EA $850.00 $1,700.00 2 $1,700.00 14 6"SEWER SVC CO#1 7 EA $1,050.00 $7,350.00 7 $7,350.00 15 8"SEWER SVC CO#1 1 EA $1,250.00 $1,250.00 1 $1,250.00 16 4'DROP MANHOLE CO#1 5 EA $4,200.00 $21,000.00 5 $21,000.00 17 EPDXY MANHOLE LINER CO#1 123 VF $195.00 $23,985.00 123 $23,985.00 18 MANHOLE ADJUSTMENT MINOR CO#1 4 EA $500.00 $2,000.00 4 $2,000.00 Sub-Total of Previous Unit $79,962.00 $79,962.00 EROSION CONTROL Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- I — ---- — ---- --- — 1 SWPPP 1 ACRE 1 LS $4,500.00 $4,500.00 1 $4,500.00 Sub-Total of Previous Unit $4,500.00 $4,500.00 ---------------------------------------- Wednesday,April 5,2017 Page 3 of 5 City Project Numbers 02583 DOE Number 7462 Contract Name SAGESTONE VILLAGE PHASE 3 AT ALLIANCE TOWN CENTER Estimate Number I Contract Limits Payment Number I Project Type EROSION For Period Ending 4/5/2017 Project Funding Contract Information Summary Original Contract Amount $226,101.00 Chanae Orders Change Order Number 1 $65,010.00 Total Contract Price $291,111.00 04— w Date L] I�" 7 Total Cost of Work Completed $291,111.00 �ctor Less %Retained $0.00 Net Earned $291,111.00 Date 7 Inspection Supervisor Earned This Period $291,111.00 ///0 Retainage This Period $0.00 Date !/ /7 Less Liquidated Damages Pr sect Manager )I Days @ /Day $0.00 Date LessPavement Deficiency $0.00 Asst. irector/TPPW-Jnfrastructure Design and&nshction Less Penalty $0.00 ` `��''/ljj L Date �� Less Previous Payment $0.00 Director/Contracting Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $291,111.00 Wednesday,April 5,2017 Page 4 of 5 CD 1 m 3 0 x X 22 Z rt CA C7 n C7 y. o : pozm QC mmy0 = DOX CD r- m z 4 C/3z m m m O` o D m m � O C) -1 O n n n r < < Z v p v p -I O -I N m m .0 m p D� -,q .Li 0O 0O m --i Z 0 5 o m v -o D m m D ' C- C- (� D y m A n p M CJ Z o y Z z D x - D (mj n m n - 1 3 z m zz D 0 Z m # *k A m D p 0 3 O p m c ;u z 0 N N N O N N N N O C71 Ul N W Un C ..� r Ul O v 0) co O N_ N b " CO O O O < O N O O O N C w Cil CD INco 00 Cf)� �i O � Cl) w N CD m e! a00 co �c q, CD = m o, CD 2) r- CD W >.,. � 00 = fl: m y < m a a> a m D D ° 3 v NO N N A :3 ra O O O O Ul CD m p mo � c CD m c h }y w ttli !{t } c c m n CD N CD oil 3flv4 O' .� {tkt� -yiY�' Z Z L m0 .> m --i 0 0 0 °° n D n N O o o z —I = D N n OD Z G) fJ o ! t z .P m oy Q O t tr I n>t! !`C { N W r co cn m ov � N O O O C 9 •! o' f s! ! ( h��t ! m p x m D o m 1....rA ii Q v N t{�3 o O o a fA m «� m m n vz D 1 0 0 0 y n -i CD m m C CD0 a v o a N O N D O O { _ O m m 3 � C CD 0 0 f O m m o m N 0) N m it ? (D O O c cOA� w(n� V Nz a _ O r- 3 3 (D 7 [[TT77 X�7711[[ff11((77tt 4! D�T TCIZ .. O D r m m w w 0 w 0ow,(owwww p o 0 o m o o (a i,) O W 0O W N m OD1 A00003 m =0 0 X_A O] a1AI (D O ) n 0 O O N N N N D) (D c 3 0 g j N N((DD Z 0 2 2 2 CD N N p N (D (OD (OD 7 j D O C 69 Vd di Z (fin N N O 0 O O(O V 0(n Cn(n� OP N t n 0 0 0 0 o 0 0 0 0 0 0 0 o m 0 0 0 0 0 0 0 0 nnN W W N O O O OJ N O Cn Ul O D o0ocncn0000 '-' 000000000 0 0 0 0 0 0 0 0 0 Df m N \ § k ) � 2 . # § z k } £ 2 q§ > r k lb 3 n , \ z m� ) r m m g§ ; rn » @ z 2 o §r- < m \ )/ z §) a f = ■ j2 a §§ k o §m 22 E \ /j , -C\ } \ G? Jƒ ol �§ / \ o 4 � § ] a z f 2 > ; / . « ' ' 2 ( < > ° � k g & ) § § . o § AFFIDAVIT STATE OF TEXAS COUNTY OF TARRANT Before me, the undersigned authority, a Notary Public in the state and county aforesaid, on this day personally appeared Brock Huggins, President of Conatser Management Group, Inc., general partner of Conatser Construction TX LP, known to me to be a credible person, who being by me duly sworn, upon his oath deposed and said: That all persons, firms, associations, corporations or other organizations furnishing labor and/or materials have been paid in full; That the wage scale established by the City Council in the City of Fort Worth, has been paid in full; and That there are no claims pending for personal injury and/or property damages; On Contract described as: SAGESTONE VILLAGE, PHASE 3 OFF-SITE WATER AND SANITARY SEWER MPROVEMENTS DOE#: N/A CFA PRJ #: N/A CITY PROJCT #: N/A CITY OF FORT WORTH STATE OF TEXAS X ER CONSTRUCTION TX, LP Brock Huggins Subscribed and sworn to before me this 27th day of Ma BERTHA GiAPju' Is Notary Public in Tarrant County, Texas Notary Public, State of Texcs i N"'Y Commission Fxpires sepiember 18, 2019 I CONSENT OF CWNER ❑ SURETY COMPANY ARCMTECT ❑ CONTRACTOR ❑ TO RRIAL PAYMENT SURETY ❑ Conforms with the Amraeracan Ilnstkute of OTHER Architects, ACA Document 0707 Bond No 0138595 PROJECT: (name, address)Sagestone Village Phase 3 Fort Worth,TX TO (Owner) HILLWOOD ALLIANCE SERVICES,LLC AND THE ARCHITECT'S PROJECT NO: CITY OF FORT WORTH CONTRACT FOR: Fort Worth,TX Off-Site Water&Sanitary Sewer Improvements to serve Sagestone Village Phase 3 L -I CONTRACT DATE: CONTRACTOR: CONATSER CONSTRUCTION TX, L.P. In accordance with the provisions of the Contract between the Owner and the Contractor as indicated)above,iffie (here insert name and address of Surety Company) BERKLEY INSURANCE COMPANY 475 Steamboat Road Greenwich CT 06830 , SURETY COMPANY on bond of (here insert name and address of Contractor) CONATSER CONSTRUCTION TX, L.P. 5327 Wichita St. Fort Worth TX 76119-6035 , 00N7RAC70R, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shat➢ not relieve the Surety Company of any of its obligations to (here insert name and address of Owner) HILLWOOD ALLIANCE SERVICES, LLC AND THE CITY OF FORT WORTH Fort Worth,TX OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 25th day of May, 2017 BERKLEY INSURANCE COMPANY Surety Company Attest: O2� (Seal): "" ( Signature of Authorized Representative Robbi Morales Attorney-in-Fact Title NOTE: This form is to be used as a companion document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition ONE PAGE No.BI-7280g POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON,DELAWARE NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Delaware,having its principal office in Greenwich, CT,has made, constituted and appointed, and does by these presents make, constitute and appoint: Ricardo J. Reyna; Don E. Cornell; Vena DeLene ;Marshall, Sophinie Hunter; Robbi Morales; Kelly A. Westbrook; or Tina McEwan of Aon Risk Services Southwest, Inc. of -Dallas, TX its true and lawful Attorney-in-Fact, to sign its name as surety only as delineated below and to execute, seal, 71 —acknowledge and deliver any and all bonds and undertakings,with the exception of Financial Guaranty Insurance,providing that no single obligation shall exceed Fifty Million and 00/100 U.S. Dollars (U.S.S50,000,000.00), to the same extent as if such bonds Thad been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own �n proper persons. '`This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010: RESOLVED, that, with respect to the Surety business written by Berkley Surety Group, the Chairman of the Board, Chief Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such attorney-in-fact and revoke any power of attorney previously granted;and further ` RESOLVED,that such power of attorney limits the acts of those named therein to the bonds,undertakings,recognizances,or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner R and to the extent therein stated; and further RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and further RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligation of the Company;and such signature and seal when so used shall have the same force and effect as though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF, the Comp ny has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this-1 of� 2016. Attest: Berkley Insurance Company v (S;,al) By Ira S.Lederman *' Ier Executive Vice President&Secretary sident %s WARNING:THIS POWER INVALID IF NOT PRINTED ON BLUE`BERKLEY"SECURITY PAPER STATE OF CONNECTICUT) ss: m' =' COUNTY OF FAIRFIELD } Sworn to before me, a Notary Public in the State of Connecticut,this 2Z day o , 2016, by Ira S. Lederman and -` Jeffrey M. Hafter who are sworn to me to be the Executive Vice President and Secretary, and e Senior Vice President, respectively, of Berkley Insurance Company MARIA C.RUNDBAKEN NOTARY PUBLIC MY COMMISSION EXPIRES Notary Public, State of Connecticut `-` APRIL 30,2019 CERTIFICATE I, the undersigned,Assistant Secretary of BERKLEY INSURANCE COMPANY,DO HEREBY CERTIFY that the foregoing is a true, correct and complete copy of the original Power of Attorney;that said Power of Attorney has not been revoked or rescinded and that the authority of the Attomey-in-Fact set forth therein,who executed the bond or undertaking to which this Power of Attorney is attached,is in full force and effect as of this date. Given under my hand and seal of the Company,this 25th day of May (Seal) Vincent P. orte FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Offsite Water&Sewer Improvements(a,Sagestone Village Ph 3 PROJECT NUMBER: 902583 DOE NUMBER: 7462 WATER PIPE LAID SIZE TYPE OF PIPE LF 12" PVC 2212 8" PVC 80 6" PVC 98 FIRE HYDRANTS: 2 VALVES(16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF removed 12" pvc 91 removed 8" pvc 25 DENSITIES: passed NEW SERVICES: 2" copper 3 ea SEWER PIPE LAID SIZE TYPE OF PIPE LF 6" pvc 49 8" pvc 64 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: passed NEW SERVICES: 6" pvc 1 ea 8" pvc lea u 2 �- ` Fv-� I TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817) 392-7941 •Fax: (817)392-7845 FORTWORTHREV.8/20/16 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR CONTRACTOR&PROJECT DATA Nance of Contractor Project Name Conatser Construction Saaestone Village Phase 3 Inspector City Project Number Martina Salinas #02583 doe 7462 Construction Components Project Manager Q✓ Water 21 Waste Water❑ Storm Drainage0 Pavement Aaron Lon Initial Contract Amount ProjectDO'culty $226,101.00 0 Simple OQ Routine 0 Complex Final Contract Amount Date $29,111.00 4/10/2017 In PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3-Good 4-Excellent ELEMENT WEIGHT(x) APPLICABLE(Y/N) RATING(0-4) MAX SCORE SCORE 1 Submission of Documents 2 Y 3 8 6 2 Public Notifications 5 Y 4 20 20 3 Plans on Site 5 Y 3 20 15 4 Field Supervision 15 Y 4 60 60 5 Work Performed 15 Y 4 60 60 6 Finished Product 15 Y 4 60 60 7 Job Site Safety 15 Y 4 60 60 8 Traffic Control Maintenance 15 Y 3 60 45 9 Daily Clean Up 5 Y 3 20 15 10 Citizen's Complaint Resolution 5 Y 4 20 20 11 Property Restoration 5 Y 4 20 20 12 After Hours Response 5 Y 4 20 20 13 Project Completion 5 Y 4 20 20 TOTAL ELEMENT SCORE(A) 421 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 421 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating([TS/MS] * 100%) 421 / 448 = 94% Performance Category Excellent <20%=Inadequate 20%to<40%=Deficient 40%to<60%=Standard 60%to<80%=Good >80%=Excellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) 1 Inspector Signature _� actor Signature Inspector's Supervisor Signature l�G'+ _21— CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 8851 Camp Bowie West Blvd. •Fort Worth,TX 76116 • (817) 392-8306 FORTWORTHREV:02'22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY PROJECT INFORMATION Date: I L- J ty-; Name of Contractor Project Name Conaster Construction Sa estone Village Phase 3 DOE Inspector Project Manager Martina Salinas Aaron Lon DOE Number Project Difficulty Type of Contract 7462 c n 02583 O Simple QQ Routine Q Complex Q water El waste water Storm Drainagr Pavement Initial Contract Amount Final Contract Amount $226,101.00 $291,111.00 II)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3 -Good 4-Excellent ELEMENT RATING JELEMENT RATING (0-4) INSPECTION EVALUATION PLANS&SPECIFICATIONS 1 Availability of Inspector 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector 2 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities `{ 3__Applicability of Specifications 4� 4 Display Of Professionalism 4 Accuracy of Plan Quantities F/ 5 Citizen Complaint Resolution `/ PROJECT MANAGER EVALUATION 6 Performance-Setting Lip Valve Crews,Labs cf 1 Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Project Manager 1 Change Order Processing Time c 3 Communication 2 Timliness of Contractor Payments 4 Resolution of Utility Conflicts Y 3 Bid Opening to Pre-Con Meeting Timeframe III)COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector Signature DOE Inspector's SuperN4sor v, INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817) 392-7941 •Fax: (817)392-7845 FORTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: Sagestone Village Ph 3 at Alliance Town Center PROJECT NO.: #02583 CONTRACTOR: Conatser DOE NO.; 7462 PERIOD FROM;11/15/16 TO: 11/16/16 FINAL INSPECTION DATE: 16-Nov-16 WORK ORDER EFFECTIVE:1/19/2016 CONTRACT TIME: 55 0 WE CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH CHARGED CREDITED MONTH CHARGED CREDITED DURING DURING 1. 16. Wed ] 2. 17. 3. 18. 4. 19. 5. 20. 6. 21. 7. 22. 8. 23. 9. 24. 10. 25. 11. 26. 12. 27. 13. 28. 14. 29. 15. 30. 31. SAT,SUN, RAIN,TOO WET, UTILITIES DAYS TOTAL &HOLIDAYS &TOO COLD RELOCATIONS OTHERS* CHARGED DAYS THIS PERIOD 0 PREVIOUS PERIOD 0 TOTALS TO DATE 303 *REMARKS: �1- 3 f% CONTRACTOR DATE NSIVCTOR DATE ENGINEERING DEPARTMENT The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817) 392-7941 •Fax: (817) 392-7845