Loading...
HomeMy WebLinkAboutContract 43994-FP1 r � Mill CONTRACT NO. w ti D.O.E. 0.- 6210 or et 3,9 fog �' qu c t o �1t DE �I"1* :i aplir a el Irk at :ounc l , 1 7"d m C- 028,thediro6tor6f !I�3 ``�`�te1n�r bE le�a's acc EI 'T�o��� c Itans oa; tion rPublie"Wbiks ted thro ect, as Icf: Orig►n:�l contract Prlce : 476MI.70 amount of Approved Change Orders: $80,200.00 Ne 1,2 Revised Contract Amount: $556,701.70 Total Cost Work Completed: $551,052.30 Less Deductions, Liquidated Damages: Days @$210.001 Day Pavement Deficiencies: Total Deduction Amount: $0.00 Total Cost Work Completed: $551,052.30 Less Previous Payments: $523,4499.69 Final Payment Due $27,552.61 Recommended for Acceptance Date Asst, Director,TPW -Infrastructure Design and Construction i a Accepted Date Asst. Director, WATER DEPARTMENT asst.C4 Manager Date Caim ants: WATER:P253-6021701320/SE R.-P258-1021701320 i OFFICIAL E 5E C R F.TA KY TX RECEIVED AUG 2 5 2015 FT.WORTH9 w City Project Numbers 01320 DOE Number 6218 Contract Name 2008 CIP Neighborhood Street on t"2 °°°°" Estimate Number 37 Contract Limits 16th St NW,22nd St NW,Highland Ave,Belmont Ave,Odd St,uG Payment Number 37 Project Type WATER&SEWER For Period Ending 12/31/2014 Project Funding Project Manager Teal City Secretary Contract Number 43994 Inspectors RODGERS / VASQUEZ Contract Date 12/1812012 Contractor STAI3II..E&WINN,INC. Contract Time 310 CD P.O.BOX 79380 Days Charged to Date 495 CD SAGINAW, TX 76179-0380 Contract is .000000 Complete CITY OF FORT WORTH P i. SUMMARY OF CHARGES N Line Fund Account Center Amount Gross Retainage Net Funded Total Cost of Worlc Completed $551,052.30 Less %Retained $0.00 E NT Net Earned $551,052.30 uiCa�° gitii' 1 1 1 a t V Earned This Period $27,552.61 S'i 8429 ."" " " Retainage This Period $0.00 a A u'O a J�r w kx .° .� Less Liquidated Damages i�i E^alI .1 °... 0 Days @ $0.00 /Day $0.00 �'UGi a.. PG4 i t�,Q "" °°".�° °�.-"•.°° " """ LessPavement Deficiency $0.00 ..,°°°.. ..°°.� °°"�� °°°°W ...... Less Penalty $0.00 Less Previous Payment $523,499.69 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $27,552.61 Friday,July 24,2015 Page 6 of 6 F I ORTWORTH .1............ CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name 2008 Cl?Neighborhood Street Contract 2A Contract Limits 16th St NW,22nd St NW,Highland Ave,Belmont Ave,Odd St,G Project Type WATER&SEWER City Project Numbers 01320 DOE Number 6218 Estimate Number 37 Payment Number 37 For Period Ending 12/31/2015 CD City Secretary Contract Number 43994 Contract Time 31GD Contract Date 12/18/2012 Days Charged to Date 495 Contract is 99-000 Complete Project Manager Teal Contractor STABILE&WINN,INC. RO.BOX 79380 SAGINAW, TX 76179-0380 Inspectors RODGERS / VASQUEZ Friday,July 24,2015 Page 1 of 6 i City Project Numbers 01320 DOE Number 6218 Contract Name 2008 CIP Neighborhood Street Contract 2A Estimate Number 37 Contract Limits 16th St NW,22nd St NW,Highland Ave,Belmont Ave,Odd St,G Payment Number 37 Project Type WATER&SEWER For Period Ending 12/31/2015 Project Funding Unit I:Water Line Improvements Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 0241.1301 Remove 4"Water Valve(up 1 EA $50.00 $50.00 1 $50.00 2 0241.1302 Remove 6"Water Valve 13 EA $50.00 $650.00 13 $650.00 3 0241.1303 Remove 8"Water Valve 4 EA $50.00 $200.00 4 $200.00 4 0241.1305 Remove 12"Water Valve I EA $50.00 $50.00 1 $50.00 5 0241.1510 Salvage Fire Hydrant 6 EA $200.00 $1,200.00 6 $1,200.00 6 0241.1512 Salvage 1"Water Meter 105 EA $50.00 $5,250.00 110 $5,500.00 7 0241.1513 Salvage 1 1/2"Water Meter 1 EA $50.00 $50.00 1 $50.00 8 0241.1514 Salvage 2"Water Meter I EA $50.00 $50.00 1 $50.00 9 0330.0001 Concrete Encase Sewer Pipe 2 CY $250.00 $500.00 2 $500.00 10 3125.0101 SWPPP ?1 acre I LS $100.00 $100.00 1 $100.00 11 3201.0113 6'Wide Asphalt Pvmt Repai 387 LF $45.00 $17,415.00 365 $16,425.00 12 3201.0400 Temporary Asphalt Paving R 6621 LF $7.00 $46,347.00 6609 $46,263.00 13 3304.0101 Temporary Water Services 1 LS $20,000.00 $20,000.00 1 $20,000.00 14 3305.0101 Fire Hydrant Stem Extensio 6 EA $10.00 $60.00 15 3305.0103 Exploratory Excavation of 1 EA $625.00 $625.00 1 $625.00 16 3305.0109 Trench Safety 6907 LF $0.10 $690.70 5043 $504.30 17 3305.0202 Imported Embedment/Backfil 10 CY $60.00 $600.00 18 3305.0204 Imported Embedment/Backfil 10 CY $25.00 $250.00 19 3305.0207 Imported Embedment/Backfil(CO 270 CY $15.00 $4,050.00 270 $4,050.00 #1)(CO#2) 20 3305.1003 20"Casing By Open Cut 40 LF $105.00 $4,200.00 40 $4,200.00 21 3311.0001 Ductile Iron Water Fitting 4 TO $150.00 $600.00 3.92 $588.00 22 3311.0161 6"PVC Water Pipe 79 LF $27.00 $2,133.00 78 $2,106.00 23 3311.0261 8"PVC Water Pipe 4290 LF $31.00 $132,990.00 4288 $132,928.00 24 3311.0461 12"PVC Water Pipe 677 LF $46.00 $31,14100 677 $31,142.00 25 3312.0001 Fire Hydrant 6 EA $2,400.00 $14,400.00 6 $14,400.00 26 3312.0101 Connection up to Existing 2 EA $1,250.00 $2,500.00 I $1,250.00 27 3312.0102 Connection to Existing 6" 11 EA $1,350.00 $14,850.00 11 $14,850.00 28 3312.0103 Connection to Existing 8" 5 EA $1,450.00 $7,250.00 5 $7,250.00 29 3312.0105 Connection to Existing 12" 2 EA $1,550.00 $3,100.00 3 $4,650.00 30 3312.2001 1"Water Service,Meter Re(CO#1) 106 EA $300.00 $31,800.00 110 $33,000.00 Friday,July 24,2015 Page 2 of 6 i City Project Numbers 01320 DOE Number 6218 Contract Name 2008 CIP Neighborhood Street Contract 2A Estimate Number 37 Contract Limits 16th St NW,22nd St NW,Highland Ave,Belmont Ave,Odd St,G Payment Number 37 Project Type WATER&SEWER For Period Ending 12/31/2015 Project Funding 31 3312.2003 1"Water Service(CO#1)(CO#2) 1 I 1 EA $950.00 $105,450.00 110 $104,500.00 32 3312.2004 1"Private Service 180 LF $10.00 $1,800.00 197 $1,970.00 33 3312.22012"Water Service,Meter R I EA $500.00 $500.00 1 $500.00 34 3312.2203 2"Water Service I EA $000.00 $1,900.00 1 $1,900.00 35 3312.2204 2"Private Service 20 LF $21.00 $420.00 36 3312.3002 6"Gate Valve 6 EA $800.00 $4,800.00 6 $4,800.00 37 3312.3003 8"Gate Valve 17 EA $1,000.00 $17,000.00 18 $18,000.00 38 3312.3005 12"Gate Valve 2 EA $1,700.00 $3,400.00 2 $3,400.00 39 9099.0003 Traffic Control 1 LS $3,000.00 $3,000.00 1 $1000.00 Sub-Total of Previous Unit $481,372.70 $480,651.30 Unit 11:Sanitary Sewer Improvements Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ----------------------- --- ----- 13 3305.0207 Imported Embedment/BacUl 5 CY $15.00 $75.00 14 3331.31014"Sewer Service 19 EA $900.00 $17,100.00 19 $17,100.00 15 3331.3102 4"Sewer Service,2-Way Cl 19 EA $1.00 $19.00 19 $19.00 16 3331.4115 8"Sewer Pipe(PVC) 618 LF $33.00 $20,394.00 598 $19,734.00 17 3331.4116 8"Sewer Pipe,CSS Backfil 20 LF $39.00 $780.00 20 $780.00 18 3339.0001 Epoxy Manhole Liner 16 VF $160.00 $2,560.00 19 3339.10014'Manhole 5 EA $2,400.00 $12,000.00 5 $12,000.00 20 3339.1002 4'Drop Manhole 1 EA $3,900.00 $3,900.00 1 $3,900.00 21 3339.1003 4'Extra Depth Manhole 8 VF $100.00 $800.00 8 $800.00 22 9099.0003 Traffic Control 1 LS $2,000.00 $2,000.00 1 $2,000.00 1 0241.2201 Remove 4'Sewer Manhole 4 EA $300.00 $1,200.00 4 $1,200.00 2 3125.0101 SWPPP >_1 acre 1 LS $100.00 $100.00 1 $100.00 3 3201.0113 6'Wide Asphalt Pvmt Repai 10 LF $45.00 $450.00 4 3201.0400 Temporary Asphalt Paving R 920 LF $9.00 $8,280.00 919 $8,271.00 5 3301.0002 Post-CCTV Inspection 638 LF $2.00 $1,276.00 613 $1,226.00 6 3301.0101 Manhole Vacuum Testing 6 EA $100.00 $600.00 6 $600.00 7 3305.0103 Exploratory Excavation of 2 EA $600.00 $1,200.00 2 $1,200.00 8 3305.0109 Trench Safety 1070 LF $1.00 $1,070.00 971 $971.00 9 3305.0112 Concrete Collar 6 EA $100.00 $600.00 10 3305.0113 Clay Dams 2 EA $250.00 $500.00 2 $500.00 Friday,July 24,2015 Page 3 of 6 City Project Numbers 01320 DOE Number 6218 Contract Name 2008 CIP Neighborhood Street Contract 2A Estimate Number 37 Contract Limits 16th St NW,22nd St NW,Highland Ave,Belmont Ave,Odd St,G Payment Number 37 Project Type WATER&SEWER For Period Ending 12/3112014 Project Funding 11 3305.0202 Imported Embedmem/Backfil 5 CY $60.00 $300.00 12 3305.0204 Imported Embedment/Backfil 5 CY $25.00 $125.00 Sub-Total of Previous Unit $75,329.00 $70,401.00 --------------------------------------- Friday,July 24,2015 Page 4 of 6 City Project Numbers 01320 DOE Number 6218 Contract Name 2008 CIP Neighborhood Street Contract 2A Estimate Number 37 Contract Limits 16th St NW,22nd St NW,Highland Ave,Belmont Ave,Odd St,G Payment Number 37 Project Type WATER&SEWER For Period Ending 12/31/2014 Project Funding Contract Information Summary Original Contract Amount $476,501.70 Change Orders Change Order Number 1 $71,550.00 Change Order Number 2 $8,650.00 Total Conti-act Price $556,701.70/ Date Total Cost of Work Completed $551,052.30 etor Less %Retained $0,00 Net Earned $551,052.30 Earned This Period $27,552.61 Inspectio Supervisor Retainage This Period WOO Date Less Liquidated Damages Vroject MangitW Days @ /Day $0.00 Ak�L Date LessPavement Deficiency $0.00 Asst.Director Af_-Jnfras Design and Construction Less Penalty $0.00 ,I e VI Date Less Previous Payment $523,499.69 L 717 Vmw Director Contracting Departle t Plus Material on Hand Less 15% $0.00 Balance Due This Payment $27,552.61 Friday,July 24,2015 Page 5 of 6 CFW Change Order Approval St-COApp04 Page 2 of 3 ITY SEC FORT R . City of Fort Worth Change Order Request Approval (Change Order Breakdown Available in Links) For Change Order Submittal No.: 4 Change Order No.: St-COApp04 Date Started: 6/17/2015 City Sec. No.: 43994 Date Due: 8/6/2015 Project Name: 2008 CIP Contract 2A 01320 DOE Numbers: Project Numbers: DOE 6218 Project 2008 CIP Project Contract 2A for NW16th, NW 22nd, Highland, Odd, Description: Belmont and Gould. City Project Mgr.: Roy Teal City Inspector: Carlos Vasquez Contractor: Stabile &Winn, Inc. COUNCIL ACTION (If Required): M&C Log Name: ------- _.-- - ---- - M&C Number: M&C Date: COST AND DAYS SUMMARY: Department: Cost($) Fund Account Center: Requested Days: TPW $ 38,025.00 C204-541200-202400132083 185 Total: $ 38,025.00 Total Requested Days: 185 Approval Status: TIA �9 https://projeetpoint.buzzsaw.com/ bz web/Fonns[FormPrint.aspx?Sitcld=51500&ProcessId... 7/6/2015 .CFW Change Order Approval St-COApp04 Page 3 of 3 Approved: Yes Comments: User: Tara Fishback Date: 2015-06-22 1:46 PM I t Approved: Yes Comments: i User: Jerry Henderson Date: 2015-06-23 7:59 AM Approved: Yes Comments: User: Roy Teal Date: 2015-06-23 9:21 AM Approved: Yes Comments: User: Najib Fares Date: 2015-06-23 9:27 AM Approved: Yes Comments: User: Andy Anderson Date: 2015-06-23 4:05 PM Approved: Yes Comments: User: Doug Wiersig Date: 2015-07-06 9:42 AM NO M&C REQUIRED Approved: Yes Comments: � � User: Doug Black Date: 2015-07-06 10:07 AM 0 o ted by: C ° o Approved: Yes % Comments: ®Opg°°°°°e User: Fernando Costa Date: 2015.07-06 4:58 PM Allison Tidwell,Assistant to the City Secretary Action Required: Please review, approve and submit. hops://projectpoint.buzzsaw.com/ bz wcb/Forms/FormPrint.aspx?Siteld=51500&Processld... 7/6/2015 CFW Change Order Approval St-COApp04 Page 1 of 3 Links 1 fortworthgov/Infrastructure Projects/01320-2008 CIP Contract 2A/Contractor/Change Orders/Change Order Breakdown #4 REVISED.As Attachments(0) No Attachments have been added to this form. i I https://projeetpoint.buzzsaw.com/ bz web/Forms/Forn-Print.aspx?Siteld=51500&Processld... 7/6/2015 FORT WORTH. City of Fort Worth Change Order Request I Project Namel 2008 CIP Contract 2A City Sec# 43994 Client Project#(s) DOE#6218,CP#01320 i Change Order Submittal# ® Date 10/1512014 i Dept. TPW Water Sewer Contract Time Totals CD Original Contract Amount $1,357,595.76 $401,172.70 $75,329.00 $1,834,097.46 270 Extras to Date $25,312.50 $80,200.00 $105,512.50 40 Credits to Date Pending Change Orders(in M&C Process) Contract Cost to Date $13$208,25',_ ._ ,3481,37270 s $75,329.00_`: $1,939,609.96 310 Amount of Proposed Change Order .$3$,023 QO .. , $0,OQO ,$O D0- $38,025.00 185 Revised Contract Amount $Lr209326. $48137270 $Z5329OQ_ $1,977,634.96 495 Original Funds Available for Change Orders $67,879.79 $20,058.64 $3,766.45 $91,704.88 Remaining Funds Available for this CO 3_$42 567,29 i $Q:00 X3,766 45 4 $46,333.74 Additional Funding(if necessary) rte,r._. CHANGE ORDERS to DATE(INCLUDING THIS ONE)AS%OF ORIGINAL CONTRACT MAX ALLOWABLE CONTRACT AMOUNT(ORIGINAL CONTRACT COST+25%) $2,29r62T82, This change order adds items to the contract to account for work that was required for which there were no original bid items.Contract time has been provided to account for delays associated with construction conflicts experienced throughout this project The added contact time also reflects an agreement made with the contractor to demobilize and remobilize their crews in order to expediate construction of a street near a school prior to commencement of the new school year. FORT WORTH City of Fort Worth Change Order Additions Project Name 2008 CIP Contract 2A City Sec# 43994 Client Project# DOE#6218,CP#01320 Change Order Submittal# ® Date 1 0/15120 1 4 ADDITIONS ITEM DESCRIPTION DEPT Qty Unit Unit Cost Total UNIT III-PAVING&DRAINAGE IMPROVEMENTS $0.00 --TOT TO 40 9999.0000 Footing for Sidewalk At the Back of Curb TPW 527.00 LF $15.00 7,905.00 41 9999.0000 Variable Height Sidewalk Curb TPW 720.00 LF $12.00 $8,640.00 42 9999.0000 Concrete Steps TPW 115.00 SF $20.00 $2,300.00 43 9999.0000 6"Concrete Rip-Rap Behind Wall TPW 611.00 SF $7.00 $4,277.00 44 9999.0000 Gravel Driveways TPW 2,273.00 SF $4.00 $9,092.00 45 9999.0000 Extra Depth Driveway Removals by Flatwortk Crew TPW 614.00 SF $11.50 $921.00 46 9999.0000 Concrete Street Headers TPW 489.00 LF $10.00 4,890. _ TPW__ $38,025.00 Water $0.00 Sewer $0.00 Sub Total Additions $38,025.00 Change Order Additions Page 1 of 1 FORT WORTH City of Fort Worth Change Order Deletions Project Name 1 2008 CIP Contract2A City Sec# 43994 Client Project# DOE#6218,CP401320 Change Order Submittal# ® Date 10/15/2014 DELETIONS ITEM DESCRIPTION DEPT Qty Unit Un tGost Total i TPW $0.00 Water $0.00 Sewer $0.00 Sub Total Deletions $0.00 Change Order Deletions Page 1 of 1 M/SBE Breakdown for this Change Order M/SSE Sub _ Type'of Service Amourif for this GO v N/A N/A N/A j i I I i Total $0 00 Previous Change Orders - - I I i Total i fI f CONSENT OF SURETY COMPANY TO FINAL, PAYMENT Bond #PRF09102262 Project: Pavement Reconstruction and Water and Sanitary Sewer Main Replacement on Portions of 16th Street NW,22°d Street NW,Highland Avenue, Belmont Avenue, Odd Street and Gould Avenue—2008 CIP Contract 2A i To (Owner): City of Fort Worth,Texas 1000 Throckmorton St. Contract For: See above Ft Worth,TX 76102 Contract Date: Contractor: Stabile &Winn,Inc. P O Box 79380 Saginaw,TX 76179-0380 In accordance with the provision of the Contract between the Owner and the Contractor as defined above,the Colonial American Casualty and Surety Company and Fidelity and Deposit Company of Maryland 1400 American Lane,Tower 1, 19`h Floor Schaumburg,IL 60196-1056 ,Surety Company, on bond of Stabile&Winn,Inc. P O Box 793 80 Saginaw,TX 76179-0380 ,Contractor hereby approves of the final payment to the contractor and agrees that final payment to the contractor shall not relieve the Surety Companies of any of their obligations to the City of Fort Worth,Texas 1000 Throckmorton St. Ft Worth,TX 76102 ,Owner as set forth in the said Surety Company's bond. IN WITNESS WHEREOF, the Surety Companies have hereunto set their hand this 28th day of July,2015. Colonial American Casualty and Suret Company and Fidelity and Deposit Company of Maryland Witness: Surety Company d T Tracy Tucker,\Attomey-in-Fact EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V,Section 8,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May,1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President,Secretary,or Assistant Secretary of the Company,whether made heretofore or hereafter,wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. Iii TESTJMONTY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 28thday of July _20 15 r4rir o EAL s°��� tees yji7 ~4rt*r,trrr, I, r James M.Carroll,Vice President 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 Jerry Henderson, Vice President Of Stabile &Winn, Inc.,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; That there are no claims pending for personal injury and/or property damages; On Contract described as; 2008 CIP Contract 2A-DOE 46218 BY G' 4:f�rrry Henderson,Vice President Subscribed and sworn before me on this date 30 of July,2015 Notary blie Tarrant,Texas �4PFr rea AI NELL FEW :�`� Nda y Public *1��/()'` STATE OF TEXAS �+'e oc �MY Comm.Exp.June 05,209 i REV:02/20/07 roRTWORTH TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR 1) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Stabile&Winn Inc. 2008 CIP Contract 2A DOE Inspector DOE Number Carlos Vasquez 6218 DOE Inspector Project Uanager C water0 Waste Water❑ Storm Drainage Pavement Ro Teal Initial Contract Amount Project Difficulty $476,501.70 O Simple ® Routine G Complex Final Contract Amount Date s`;,flf= S— 715 7/27/2015 M 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 4 8 8 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 3 60 45 6 Finished Product 15 Y 4 60 60 7 Job Site Safety I5 Y 3 60 45 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 3 20 15 13 Project Completion 5 Y 3 20 15 TOTAL ELEMENT SCORE(A) 383 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 383 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating([TS/MS] x 100%) 383 / 448 = 85% Performance Category Excellent <20%=Inadequate 20%to<40%=Deficient 40%to<60%=Standard 60%to<80%=Good >SO%=Excellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Signature DOE Inspector Signature Contractor Signature DOE Inspector's Supervisor CONTRACTOR'S COMMENTS TRl°1tNSP0RTATION AND PUBLIC WORKS The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax: (817)392-7845 FORTWORTHREV:02l22ro7 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: FW27%2015 � Name ofContractor� Y � 1ProjectName Stabile&Winn Inc. 2008 CIP Contract 2A DOEInspector Project tttanager Carlos Vasquez jRo Teal jDOE Number �ProjectDi Difficulty Tvpe"ofConlract 6218 0 Simple a Routine 0 Complex E Water Waste Water[:] Storm Drainage Pavement Initial Contract Amount Final Contract Amount $476,501.70 _ 8, �-4 — - 11)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3 -Good 4-Excellent ELEMENT -I- RATING ELEMENT RATING (0-4) (0-4) INSPECTION EVALUATION PLANS&SPECIFICATIONS 1 Availability of Inspector j 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Ins ector 2 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities _ 3 A licability of Specifications j4 Display Of Professionalism __Y_4� Accuracy of Plan Quantities :ILI I5 Citizen Complaint Resolutions _ PROJECT MANAGER EVALUATION_ 6 Performance_-Setting a Valy e Crews,Labs _ ___1- Knowledge And/Or Problem Resolution �s ADMINISTRATION 2 Availability of Project Mana�uer _ '1 Change Order Processing Time Communication 2 Timliness of Contractor Pa ents _ � Z, 4 Resolution of Utility Conflicts 3 Bid Opening-!o Pre-Can Meetin Timeframe Ili)COMMENTS&SIGNATURES COMMENTS — -- -- Signature Contractor Signature DOE Inspector Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS -- TRANSPORTATION AND PUBLIC WORKS s� The City of Fort Worth• 1000 Thtockmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 FORT TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: 2008 CIP Neighborhood Street Contract 2A PROJECT NUMBER: 1320 DOE NUMBER: 6218 WATER PIPE LAID SIZE TYPE OF PIPE LF 6" PVC 78 8" PVC 4288 12" PVC 677 1" copper 197 FIRE HYDRANTS: 6 VALVES(16"OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF 6" Cl 3328 8" Cl 741 12" Cl 677 DENSITIES: yes NEW SERVICES: SEWER PIPE LAID SIZE TYPE'OF PIPE LF 8" PVC 618 PIPE ABANDONED SIZE TYPE OF PIPE LF 6" Cl 618 DENSITIES: yes NEW SERVICES: pVc, TRtLNSPORTATION AND PUBLIC WORKS The City of Fort Worth•1000 Throckmorton Street o Fort Worth,TX 76012-6311 (817)392-7941 ^Fax: (817)392-7845 i (I I TRANSPORTATION AND PUBLIC WORKS STATEMENT OF CONTRACT TIME STATEMENTf# FINAL STATEMENT# 1'37, DOE 528,yv:: NAME OF PROJECT: 2ptN!±CD2COc1 ` Contactor4�tle@t{gin `,„! "YEAR 20 14 PROJECT NO.: I FINAL INSPECTION DATE `01320 WD CD 1, ” ✓;:: CONTRACT TIME PERIOD FROM: 12116 Zt114°,>TO: 12i3'tF2014 MID - Month DEVELOPAIEN Y/1 N' WORK ORDER EFFECTIVE: x 5l6C2013 EEG !n MID /n `' %" .,,, DAY OF MONTH DAYS REASON FOR DAY OF MONTH DAYS REASON FOR CHARGED DAYS CREDITED CHARGED DAYS CREDITED 1 16 Tue 0 "iifi 2 17 Wed 0 qty 3 18 Thu 0 4 19 Fri 0 CYtI1 5 20 Sat 0 0 6 21 Sun 0 oil' 7 22 Mon p 8 23 Tue 0 9 ✓J 24 Wed 0 oid " v 10 ' ' 25 Thu 4 26 Fri 0 ' / 12 27 Sat 0 �,,, '';.+�tklsY ,✓ 13 28 Sun 0 14 ;`/ %` ''`% 29 Mon m", „ ✓,rrr, 30 Tue 0 31 Wed 0 >w' � <,..�oBqu �r✓„ ,,,��� ;oD"t Not Applicable SAT,SUN,and WEATHER UTILTI'tES OTHERS DAYS TOTAL DAYS HOLIDAYS RELOCATE CHARGED THIS PERIOD 0 0 0 16 0 16 PREVIOUS PERIOD ,x ' i2�d o i 587 TOTAL TO DATE 0 0 0 1 108 495 603 REMARKS: I'�Gf:'��"r p �yf lefe Chatt �Order� (7roval#oP%flrYai @'&�i'mat@'�,✓'x'yH r ' it +"' �I/A// 1',, ra: rb r i l� wv/r `r ", f r r Vr ,✓ �";;r�rrNmr *��'f'.�r r �..sr�n,�✓�/r€,,h �'.��r",r 1„ „/ „jT', ,,N? Y�a�, �✓YVSx,/J^I/r q.,"✓i i..:.W"1,y7p1" b,�.< ,xJ rk;:�J f :'�lr✓A/P,'r rr///�r 1'i xll fr)f r/u I,aS /��lY fey.,, rx",l z �. ;. J ,,, rw ' � r1 Y r.:.f �.. ✓ z rJ Uia rrt r�.' ,?f a r��r rr,r,,.::wi 'r✓a,,s,N,+�w, �u �*,,lei''ri11r'r ''irk:.o r'1 „��,�-,✓rrr,,,,,«.;(.'. F.,,arr�°%r.Yr�*�^rrk ✓s' r r „ �;,7 r r, rrr i' ✓ ra i.f/�if r..rr f✓ r�d4F ty l: r ,� k v 1 a -�a,t/ r :,k r rr,v✓pr''sdrl a,�,u;:€/� r �,✓;rS r{rJ r,n, w/� r-,,✓r+� kY lrNd t k r " i�m,v``. � r�J✓'7Pn, � ra'+✓,.!�� � r fx,,-, my r.�, r9v v J ,! ., /a-, rr.,r r s ..yr r ra rr r; ✓yy h ,+ r Ir2 U y n� 5 ..,., >. 'i� ,.,,.,., i.,.,, / r r,. �,. p. ,:;, „��..k,. r~ l ( r.✓, 7',,.. v✓�f/� ,rn„<:,::LU,N Ir -:-Y- ;JN� ,t.;:,,, > - rr. t �, /,yk ,r„r 77,fc,�,..c�,a,�:�i�a,f„x i;..,. q r , ,/ r�r � �f rr fJ; / ✓ �r -h �u,.,,,. �rsa,y,,, ,r�� s x., fr a� � tF.v,/, i Vii, / e 1, r rl„x:,)/.✓„,,. ./i”} f//r Y, ,.,J / / w.. r,..c 1 ,s;e .r7 ,d/a, ,' / ..y.: s,r,a-r s, /e /r ,v,, ,, �, r r/ � / /, r/ ?��r !e,r.r R 9 a v ,,,w J y r��t, w;rar✓, a,x rr,, ,,, x ,r,,;<;.,> .v:rrh{ N!r ,,,„ ✓a ,/�'.. l .,,r /. I/ � r ,1 ,rl;?rx n,,,, /. ! // r r✓ .,. ,ri ,, i, fl/l, ,, ,a r� I f/� � gJ �✓ f ,/ r r ( ,,t� „ rU .,.r l �.r, �c Jn ..r,,,r�� f „ /, ,, ., /. ��'' r.,r. �✓., ,,. l r r.., ., „l. �� ax , r , i ,,.. v✓ ,/l,,.la .,,(P,,.i Ifil ,.,� ,u N. a/r+..7 r ,,.rr,.,, rtY,f „n,.., 4+fii.o�.,r ,�",1.. a..,,, ,�.rJ' �;., ✓ ,50,., ;r...k,lr � ,.. , ,� ,./� I ..,.� ✓ 1Y ,, t d. .i,,. ,..„ ,J ,, +-+'Y 1r „ �:,,.r,r ,,1 ✓, mr-,.,:.. r.. i ,,./9 ,r .,, r /'.�a,y,.r... v. ✓Jlkxfa.,✓/,�.r/ ,a„r, / n, ,,.,.. �'>,✓w;,.:,arG ,,,, r ra rraG.n �Prr,a (�.,,,,.. , ,,�, ,,.: ri/ / l..,, ,,;! ,„�,,.✓ ,/.. '�..., 1 / d., U... Vx. I, ,.... 1. ' [1: D /!„N,F,rr ,r.,...r,,,, �sr` r r.// r/r11 r ,r✓, II x -,:xr.d o i. .,.,a,.r e ...1 / a ,,,..�. ,lfCr,., f:.„e � , f /.r/J 1 „ vr.,;%/ f %�I...%/✓�l :.r�N7/, .r i,./ .! ,. /, ✓��l,..l.�g,. J. Y. �. "! r i. rc. . ✓+ if 77,IIl� � Y ...r,.,, .,,,,r ! rr,,,,xr,r if ,u / rr, /// ,,.J �..,,,. r ,M, ,� .a...... r i%✓,, r r „!,.1.l<Y. w,m.�. �/ .<,✓ ry r r.r f �. 1 � 1,�, >U ✓t(/H i.,, ,u,.ro,!'� ✓,a , ,-. ,r�✓r , U .,r ., r r, rr, �. 1 .,/. �, ,e �., .,/„ /1 /✓ti.. r,a �a r f ,.;a..rf.k .,, J,.<_ ,r..�.x�r.,r,a,!r� �, ,r _,,.,ur✓ak,, ,.rylu'�% x.s� �o/� w,r�,,..,. r,,..;xr lr,.,,.. ,r,. 1,.... o � r. ( ,y ,. Y1 .r .. a J. . , .�” �... r, / 1, r. r�inu 1✓ raU N.✓ /i. gym. ,tt,�,.�a�J,,r._�i✓ll,� ., r ✓i. ,,r r r u� / !�' d / .,.. ,,. � r a„ r, r %� �, u/�, ,,lslM,.i �d�r?%,�,r ,wv,�,,,,rrc,��k,��tr,�/!)/�riiJS'��rf c i,.„, a�^aFr,.� f,�.Vru,FN ;xl,,,,r,������1/lr�lr,t rw1� r�. ,,f t`Y�G{ o✓rs�J,nif.Lx=vxru., n,.;uk,ti���!�� k���'�Y��k, ra��„��lU�l,��r,m�l%�w� !,�, :r-: ✓a rar'G ,.� r �./ f> s / r 1',> rta dj' �'. 'i/i ,r x� ,x�* /r(G/r r .'k � ,;(r,.�rug.�; r,,.,x„ a�,,.,4 °i �5,n',, �� ” rr✓�w�''�v �,t`x'%Ux�'w .�/g�ri��,'y�r' '✓ir�,,,iir 4i ,.r�y .�Y /,;✓'Y;, t r.`„ ,a ,.,,,!UxfxTMC,„!a^k5,,,rG,-ti'hrr sl.,U,^,�fHl��a, fNf���9,za1/„,I,J/�Y/��4Id a„^s�,�li,�'" �`„^r.,Y�� „��U1wMhti rlil,�.,,,r,x��s,M��i�' «„�rd�,.,y ;fir w��p','U�,.3,ad:rre,''����Y�NN'�'.rr'2",„�m,✓� U�,„;'u�; � �,,; ,rF�rx-�r rr>< re yf,U.,+kzr / iw % ryca:l✓U..l ;:1 x„ r yr ?;r 'd N�, rr'% ��e��r F�'✓ rs lr �k'r tJ/✓�rA�siXl���� 0��k".,d d �� J ,,. �,.' ', �,�,�,rw.,�1w,✓'I<r�tl U�r,y;;,f,�xuxar .c ti�&,v�N x,q e�, I, / 1i�i�w',k"��J, a,e*,pu,., �'lt��„�a"r7✓r"�, Iryµ,U' ��+Jr' Cii 0Y c r.. „ ',/rr inn~ m