HomeMy WebLinkAboutContract 47584-FP1 Department of TP &W Const. Services
n7
p Date
Project Manage
Risk Managemen Canad �TpRTHo ;'Af £_R
S� RI ai ABY
D.O.E. Brotherton (�
CFA Westerman/ScannedV) I P-JOffia
The Proceeding people have been Contacted
concerning the request for final payment& have 'ATION AND PUBLIC WORKS
released this project for such payment. F PROJECT COMPLETION
Clearance Conducted By Shameka Kennedy '� (� D.O. .. Ns: 2697
Regarding contract 02697 for PRESTIGE ROAD-ALLIANCE TOWN CENTER as required by die
TRANSPORTATION& PUBLIC WORKS as approved by City Council on N/A through M&C N/A the director
of the TRANSPORTATION&PUBLIC WORKS upon die recommendation of the Assistant Director of the
Transportation&Public Works Department has accepted the project as complete.
Original Contract Prices: $460,547.00
Amount of Approved Change Orders: �o
Revised Contract Amount:
Total Cost Work Completed: $460,547.00
Less Deductions:
Liquidated Damages: Days a $210.00/Day
Pavement Deficiencies:
Total Deduction Amount:
Total Cost Work Completed: $460,547.00
Less Previous Payments: $0.00
Final Payment Mue $460,547.00
a
Recom ' n ed for Acceptance Date
Ass . Director, TPW - Infrastructure Design and Construction
LJ
Accepted / Date
4W Direc r, TRANSPORTATIO PUBLIC WORKS
1
Asst. City Manager V Date
Comments: /
OFFICIAL RECORD
CITY SRETARY
WORTH,
NOV 16 281 - -
I
initial]:
FORT WORTH
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
i
Contract Name PRESTIGE ROAD
Contract Limits ALLIANCE TOWN CENTER
Project Type PAVING,STORM DRAIN&ST LIGHT
City Project Numbers 02697
DOE Number 2697
Estimate Number 1 Payment Number I For Period Ending 8/9/2016
CD
City Secretory Contract Number Conti-act Time 7ED
Contract Date Days Charged to Date 164
Contract is 100.00 Complete
Project Manager NA
Contractor CONATSER CONSTRUCTION T,XL.P
5327 WICHITA ST
FORT WORTH, TX 76119
Inspectors LAYER / ODEN
Tuesday,August 09,2016 Pagel of 5
C
e
i
R
g€
r
k
a
City Project Numbers 02697 DOE Number 2697
Contract Name PRESTIGE ROAD Estimate Number 1
Contract Limits ALLIANCE TOWN CENTER Payment Number 1 s
Project Type PAVING,STORM DRAIN&ST LIGHT
For Period Ending 8/9/2016
Project Funding
i
PAVING
Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed
No. Quanity - Total Quanity - Total-
1 8"CONC PVMT 4037 SY $39.00 $157,443.00 4037 $157,443.00
2 811 LIME TREATMENT 5331 SY $3.00 $15,993.00 5331 $15,993.00
3 HYDRATED LIME 126 TN $165.00 $20,790.00 126 $20,790.00
4 6"ASPHALT BASE TYPE B 1040 SY $30.00 $31,200.00 1040 $31,200.00
5 HYDRATED LIME 25 TN $165.00 $4,125.00 25 $4,125.00
6 4"CONC SIDEWALK 7998 SF $3.00 $23,994.00 7998 $23,994.00
7 SEEDING,HYRDOMULCH 977 SY $2.00 $1,954.00 977 $1,954.00
8 CONSTRUCT CONCRETE HEADER 44 LF $20.00 $880.00 44 $880.00
9 CONNECT TO EXISTING HEADER 48 LF $25.00 $1,200.00 48 $1,200.00
10 TRAFFIC CONTROL 1 LS $2,500.00 $2,500.00 1 $2,500.00
11 4"CONDT PVC SCH 40 284 LF $16.00 $4,544.00 284 $4,544.00
12 6"CONDT PVC SCH 40 284 LF $20.00 $5,680.00 284 $5,680.00
13 8"CONDT PVC SCH 40 124 LF $40.00 $4,960.00 124 $4,960.00
14 24"CONDT PVC SCH 40 160 LF $85.00 $13,600.00 160 $13,600.00
Sub-Total of Previous Unit $288,863.00 $288,863.00
PAVEMENT MARKING&SIGNAGE
Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed
No. Quanity -- Total - Quanity - Total---
- -------------- - ------ - --- ---
1 LANE LEGEND ARROW I EA $300.00 $300.00 1 $300.00
2 LANE LEGEND ONLY I EA $300.00 $300.00 1 $300.00
3 LANE LEGEND BIKE 6 EA $300.00 $1,800.00 6 $1,800.00
4 LANE LEGEND DBL ARROW 3 EA $400.00 $1,200.00 3 $1,200.00
5 8"SLD PVMT MARKING HAS 106 LF $4.00 $424.00 106 $424.00
6 24"SLD PVMT MARKING HAE 24 LF $18.00 $432.00 24 $432.00
7 4"SLD PVMT MARKING HAS 1178 LF $2.00 $2,356.00 1178 $2,356.00
8 4"BRK PVMT MARKING HAS 300 LF $2.00 $600.00 300 $600.00
9 4"BRK PVMT MARKING HAS 1380 LF $2.00 $2,760.00 1380 $2,760.00
10 INSTALL ALUM SIGN GROUND MOUNT 7 EA $1,400.00 $9,800.00 7 $9,800.00
11 INSTALL ALUM SIGN EX POLE MOUNT 3 EA $800.00 $2,400.00 3 $2,400.00
12 END OF ROAD BARRICADE 100 LF $25.00 $2,500.00 100 $2,500.00
Tuesday,August 09,2016 Page 2 of 5
{
i
i
E
F
i
City Project Numbers 02697 DOE Number 2697
Contract Name PRESTIGE ROAD Estimate Number I
Conti-act Limits ALLIANCE TOWN CENTER Payment Number I
Project Type PAVING,STORM DRAIN&ST LIGHT For Period Ending 8/9/2016
Project Funding
Sub-Total of Previous Unit $24,872.00 $24,872.00
STORM DRAIN
Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed
No Quaoity Total Quanity Total
1 21"RCP CLASS III 20 LF $48.00 $960.00 20 $960.00
2 42"RCP CLASS III 119 LF $105.00 $12,495.00 119 $12,495.00
3 STD 42"RCP SLOPED HEADWALL I EA $5,500.00 $5,500.00 1 $5,500.00
4 10'CURB INLET 2 EA $2,200.00 $4,400.00 2 $4,400.00
5 LARGE STONE RIPRAP 110 SY $85.00 $9,350.00 110 $9,350.00
6 SEEDING,HYDROMULCH 3384 SY $2.00 $6,768.00 3384 $6,768.00
7 T DROP INLET I EA $5,000.00 $5,000,00 1 $5,000.00
8 TRENCH SAFETY 139 LF $1.00 $139.00 139 $139.00
Sub-Total of Previous Unit $44,612.00 $44,612.00
STREET LIGHT
Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed
No Quanity Total Quanity Total
------ -- ------ - ----------- --- - -
1 2"CONDT PVC SCH 80 1595 LF $10.00 $15,950.00 1595 $15,950.00
2 GROUND BOX TYPEW/APRON 2 EA $500.00 $1,000.00 2 $1,000.00
3 CONTACT ENCLOSURE,PAD MOUNT 1 EA $4,500.00 $4,500.00 1 $4,500.00
4 RDWY ILLUM FOUNDATION 17 EA $1,200.00 $20,400.00 17 $20,400.00
5 RDWY ILLUM ASSEMBLY BEACON 17 EA $2,850.00 $48,450.00 17 $48,450.00
PRODUCTS TYPE SB-1
6 LED LIGHTING FIXTURE 17 EA $700.00 $11,900.00 17 $11,900.00
Sub-Total of Previous Unit $102,200.00 $102,200.00
Tuesday,August 09,2016 Page 3 of 5
City Project Numbers 02697 DOE Number 2697
Contract Name PRESTIGE ROAD Estimate Number I
Contract Limits ALLIANCE TOWN CENTER Payment Number I
Project Type PAVING,STORM DRAIN&ST LIGHT For Period Ending 8/9/2016
Project Funding
Contract Information Summary
Original Contract Amount $460,547.00
Chance Orders
Total Contract Price $460,547.00
Aor�' Date S— ld-UP Total Cost of Work Completed $460,547.00
Contra t r Less %Retained $0.00
n dhl
Net Earned $460,547.00
Date (� Earned This Period $460,547.00
Inspection Sup i
I u rl � Retainage This Period $0.00
/ Date I Less Liquidated Damages
Project Manager
Days @ /Day $0.00
/— I�— �Ci LessPavement Deficiency $0.00
� Date t �_
Direct /TPW-Ingqfrastructure Design and Construction Less Penalty $0.00
(.�_ W Date l [ S �` � Less Previous Payment $0.00
TDirectq /Contracting Departs ens Plus Material on Hand Less 15% $0.00
P Balance Due This Payment $460,547.00
Tuesday,August 09,2016 Page 4 of 5
a
d
s
City Project Numbers 02697 DOE Number 2697
Contract Name PRESTIGE ROAD Estimate Number I
Contract Limits ALLIANCE TOWN CENTER Payment Number I
Project Type PAVING,STORM DRAIN&ST LIGHT For Period Ending 8/9/2016
Project Funding
Project Manager NA City Secretary Contract Number
Inspectors LAYER / ODEN Contract Date
Contractor CONATSER CONSTRUCTION T%LP Contract Time 75 CD
5327 WICHITA ST Days Charged to Date 164 CD
FORT WORTH, TX 76119 Contract is .000000 Complete
CITY OF FORT WORTH
SUMMARY OF CHARGES
Amount Gross Retainage Net
Line Fund Account Center g
Funded
Total Cost of Work Completed $460,547.00
Less %Retained $0.00
Net Earned $460,547.00
Earned This Period $460,547.00
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 $460,547.00
Tuesday,August 09,2016 Page 5 of 5
FORTWORTHREV:02/20/07
TRANSPORTATION AND PUBLIC WORKS
PERFORMANCE EVALUATION OF CONTRACTOR
I) CONTRACTOR&PROJECT DATA
Name ofConu•aclon Project Name
Conatser Construction Pretige Road
DOE Inspector DOE Number
Weyman Oden 2697
EEEEE
1_�OELnspecla Project dlanager
-Water[:] Waste Water❑✓ Storm Drainagep] Pavement Fred Ehia
Initial Contract Amount Project Dicalty
$460,547.00 O Simple Q Routine Q Complex
Final Contract Amount Date
$460,547.00 8/4/2016
II)PERFORMANCE EVALUATION
0-Inadequate I-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 3 20 15
3 Plans on Site 5 Y 4 20 20
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 4 60 60
9 Daily Clean Up 5 Y 4 20 20
10 Citizen's Complaint Resolution 5 Y 3 20 15
11 Property Restoration 5 Y 4 20 20
12 After Hours Response 5 Y 3 20 15
13 Project Completion 5 Y 4 20 20
TOTAL ELEMENT SCORE(A) 433
BONUS POINTS(25 Maximum)(B)
TOTAL SCORE(TS) 433
III)CONTRACTOR'S RATING
Maximum Score(MS)=448 or sum of applicable element score maximums which= 448
Rating(ITS/MS] * 100%) 433 / 448 = 97%
Performance Category Excellent
<20%=Inadequate 20%to<40%=Deficient 40%to<60%=Standard 60%to<80%=Good >_80%=F-xcellent
Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED)
Signature DOE Inspector l� 1,1 � c� d�� t� Signature Contractor
aq;�
Signature DOE Inspector's Supervisor
CONTRACTOR'S COMMENTS
TRANSPORTATION AND PUBLIC WORKS
.^��` The City of Fort Worth•1000 Throclanorton Street•Fort Worth,TZ 76012-6311
(817)392-7941 •Fax:(817)392-7845
3
P
H I LLWOOD
I
PROPERTIES
A PEROT COMPANY`
Joseph C.Schneider
Vice President
8117-124.6054
August 8, 2016
Weyman Oden Via e-mail: Weyman.Oden@fortworthtexas.gov
City of Fort Worth
8851 Camp Bowie West, 3rd Floor
Fort Worth, TX 76116
Re: Prestige Road - Alliance Town Center North
DOE No. None (per CFA), City Project No. 02697, File Number K-2439
Dear Mr. Oden:
Please be advised that neither AIL Investment, L,P, and Hillwood Alliance Services, LLC will
not be seeking liquidated damages from Conatser Construction TX, L.P. on the above referenced
proj ect.
If you have any questions,please do not hesitate to call me at 817-224-6054
Sincerely,
Joseph C. Schneider
/JCS
cc: Mike Layer, City of Fort Worth
Brock Huggins, Conatser Construction
Jeremiah Patton, Conatser Construction
Patrick A. Smith—Peloton Land Solutions
13600 !'ari;rnr1 Suit,-200 Fori Wor(h, TY-161 71 llhone W 7 224 6000 Fo v SO 224 6110 hilhiood.<'0111
FoRTWORTH rev 03/05/07
TRANSPORTATION&PUBLIC WORKS
FINAL STATEMENT OF CONTRACT TIME
FINAL STATEMENT NO.:1
NAME OF PROJECT: Prestige Road
PROJECT NO.: 02697 CONTRACTOR: Conatser Construction
DOE NO.: N/A
PERIOD FROM:02/22/16 TO: 08/04/16 FINAL INSPECTION DATE: 4-Aug-16
WORK ORDER EFFECTIVE:2/22/2016 CONTRACT TIME: 75 Q Wg,-�) CD
DAYSDAYS
DAY OF REASON FOR DAYS DAY OF CHARGED REASON FOR DAYS
MONTH CHARGED CREDITED MONTH CREDITED
DURING DURING
1. 16.
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 WE, UTILITIES OTHERS* DAYS TOTAL
&HOLIDAYS &TOO COLD RELOCATIONS CHARGED DAYS
THIS 0 0 0 0 164 164
PERIOD
PREVIOUS 0 0 0 0 0
PERIOD
TOTALS 0 0 0 0 164 164
TO DATE
*REMARKS:
DATECONTRACTOR DAE--EHF�V�I�NSPtC�TOR
ENGINEERING DEPARTIIENT
Ee° The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TZ 76012-6311
(817)392-7941 •Fax:(817)392-7845
3
b
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:
ALLIANCE TOWN CENTER NORTH
PRESTIGE ROAD
WATER, STREET LIGHT, STORM DRAIN
AND PAVING
DOE#: N/A
City Project#: 2015-107
CITY OF FORT WORTH
STATE OF TEXAS
CONA ER CONSTRUCTION TX,LP
Brock Huggins
Subscribed and sworn to before me this 1"day of June, 20
BERTHA GIANULIS Notary Public in Tarrant County, Texas
•� ^p4PAY PV�(C''= Notary Fubllc�State of Texas
M,/commission Expires
N F• A September 18, 2019
E
❑ P
CONSENT OF OWNERARCHITECT F1SURETY COMPANY CONTRACTOR ❑
TO FINAL PAYMENT SURETY ❑
Conforms with the American Institute of OTHER
Architects,AIA Document G707 Bond No 0195686
PROJECT:
(name, address)Prestige Road-Alliance Town Center North
Fort Worth,TX
TO (Owner)
HILLWOOD ALLIANCE SERVICES,LLC AND THE ARCHITECT'S PROJECT NO: CFA No.2015-107
CITY OF FORT WORTH CONTRACT FOR:
Paving,Drainage,Water &Street Light improvements to serve
'
Prestige Road-Allianceown Center North
L TX —J 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,the
(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 . CONTRACTOR,
hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall 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
TX , OWNER,
as set forth in the said Surety Company's bond.
IN WITNESS,WHEREOF,
the Surety Company has hereunto set its hand this 2nd day of August,2016
BERKLEY INSURANCE COMPANY
Surety Company
Attest: �} ZLj2�� � �rte&✓ �
(Seal): / Signature of Authorized Representative
Robb!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-7280f
POWER OF ATTORNEY
BERKLEY INSURANCE COMPANY
WILMINGTON,DELAWARE
E
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;Rohhi Morales;or Kelly A. Westbrook 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, 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.$50,000,000.00),to the same extent as if such bonds had been duly executed
In =' and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons.
y 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
ted at a meeting of the Board of Directors of the Company held on January 25,2010:
resolutions which were duly and validly adop
oE 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
C,- N to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the
o 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 and to the extent therein stated;and further
y revokes all prev
RESOLVED, that such power of attorney revokes powers issued on behalf of the attorney-in-fact named; and
further
r, 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
3 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
all have been such officer or officers of the Company,notwithstanding the fact that they may have
person or persons who sh
ceased to be such at the time when such instruments shall be issued.
IN WITNESS WHEREOF, the Company has cau these presents to be signed and attested by its appropriate officers and its
c corporate seal hereunto affixed this�bNay of c��
YbFJ
Attest: Berkley Insurance Company
r (Seal) By ! By
Ira S. ,e erman Je after
o Senior Vice President&Secretary e r Preside
f!��c
-� '�'1'ARNING: THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPER.,6
STATE OF CONNECTICUT)
E ) ss:
N COUNTY OF FAIRFIELD )
-0 2015, b Ira S. Lederman and
Sworn to before me, a Notary Public in the State of Connecticut, this'J) da of �Y
Jeffrey M.Hafter who are sworn to me to be the Senior Vice President and Secre ry�an the Senior Vice Pre den/t,/respectively,of
r Berkley Insurance Company. MARIA C.RUNDBAKEN
NOTARY PUBLIC
d MY COMMISSION EXPIRES otary Public,State of Connecticut
.� APRIL 30,2019
c7 Cz CERTIFICATE
z ' 1,the undersigned,Assistant Secretary of BERKLEY INSURANCE COMPANY,DO HEREBY CERTIFY that the foregoing is a
Qv true, correct and complete copy of the original Power of Attorney;that said Power of Attorney has not been revoked or rescinded
5 and that the authority of the Attorney-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. 2016
Given under my hand and seal of the Company,this 2nd day of August
(Seal)
A a
FORTWORTHREV:02/22/07
TRANSPORTATION AND PUBLIC WORKS
CONTRACTOR'S EVALUATION OF CITY
I)PROJECT INFORMATION Date: 8/4/2016
Nacre ofCont•aclor Project Name
Conaster Construction Prestige Road
DOE Inspeclor Project�blanager
Weyman Oden Fred Ehia
DOE Number Project Dcu1h, Tj pe of Contact
2697 O Simple Q Routine O Complex ❑ Water❑ Waste Water❑✓ Storm Drainage✓ Pavement
Initial Contract Amount Finn/Contract Amoiod
$460,547.00 $460,547.00
II)PERFORMANCE EVALUATION
0-Inadequate 1 -Deficient 2-Standard 3 -Good 4-Excellent RATING
ELEMENT RATING ELEMENT
(0-4) (0 �)
INSPECTION EVALUATION PLANS&SPECIFICATIONS
1 Availability of Inspector 1 Accuracy of Plans to Existing Conditions y
2 Knowledge of Inspector N 2 Clarity&Sufficiency of Details
3 Accuracy of Measured Quantities H 3 Applicability of Specifications
4 Display Of Professionalism ly 4 Accuracy of Plan Quantities �►'
5 Citizen Complaint Resolution ly PROJECT MANAGER EVALUATION
6 Performance-Setting up Valve Crews,Labs K I Knowledge And/Or Problem Resolution
ADMINISTRATION 2 Availability of Project Manager 4�
1 Change Order Processing Time �/ 3 Communication
2 Timliness of Contractor Payments IV 4 Resolution of Utility Conflicts
3 Bid Opening to Pre-Con Meeting Timeframe
111)COMMENTS&SIGNATURES
COMMENTS
4&�n�
Signature Contractor tt ''� n
Signature DOE Inspector w '��+^���� o kl�l
Signature DOE Inspector's Supervisori (J—f
INSPECTOR'S COMMENTS
M-�NSPORTATION AND PUBLIC WORKS
The City of Fort Worth•1000 Throclunorton Street•Fort Worth,TX 76012-6311
(817)392-7941 •Fax:(817)392-7845