Loading...
HomeMy WebLinkAboutContract 46440-FP1 Depart t of T &W Const. Services CPN# Da /� Project Manager / �}�J `;JTY SECRETARY Risk Management C adv ►T WORTH, C"'ON RACT NO, W/0� D.O.E. Brotherton CFA Westerman/Scanned Esteban Perez/Scanned ' The Proceerring the request have beeps payment ed TION AND PUBLIC WORKS 45'�f�6 concerning the re uest for final a ment& have �� released this project for such payment. PROJECT COMPLETION eveloper Projects) �vF 7"N7 Clearance Conducted By R,� City Project Ns: 02286 Csx� y"q6 Regarding contract 117247 for SPEEDWAY DISTRIBUTION CENTER BUILDING "C" as required by the WATER DEPARTMENT as approved by City Council on N/A through M&C N/A the director of the PWATER DEPARTMENT upon the recommendation of the Assistant Director of the Transportation&Public Works Department has accepted the project as co Eno, Original Contract Price: $134,254.70 Amount of Approved Change Orders: Ns Revised Contract Amount: Total Cost Work Completed: $134,254.70 r RecoIcto r Acceptance Date AsstTF - Infrastructure Design and Construction Accepted �{ Date Asst. Director, WATER DEPARTMENT Asst. City Manager Date Comments: EI CITY SECRETARY FT,WORTH, ' -- _ �S- o aa8(o Rev.9/22/16 pCE:BIV DEC 0 7 2016 5-160) - City -9 (00) C6 aa�(o City Project Numbers 02286 By DOE Number 7247 Contract Name SPEEDWAY DISTRIBUTION CENTER BUILDING"C" Estimate Number I Contract Limits DOUBLE EAGLE BLVD Payment Number 1 Project Type WATER&SEWER For Period Ending 10/19;2016 Project Funding Project Manager Jaafari City Secretary Contract Number 117247 Inspectors LAYER / SLATEN Contract Date Contractor RAYMOND CONSTRUCTION Contract Time 180 CD 4407 N.BELTWOOD PARKWAY,STE 106 Days Charged to Date 176 CD DALLAS, TX 75244 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 $134,254.70 Less %Retained $0.00 Net Earned $134,254.70 Earned This Period $134,254.70 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 $134,254.70 Wednesday,October 19,2016 Page 4 of 4 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name SPEEDWAY DISTRIBUTION CENTER BUILDING"C" Contract Limits DOUBLE EAGLE BLVD Project Type WATER City Project Numbers 02286 DOE Number 7247 Estimate Number I Payment Number I For Period Ending 10/19/2016 CD City Secretary Contract Number 117247 Contract Time 180'D Contract Date Days Charged to Date 176 Project Manager Jaafari Contract is 100.00 Complete Contractor RAYMOND CONSTRUCTION 4407 N.BELTWOOD PARKWAY,STE 106 DALLAS, TX 75244 Inspectors LAYER / SLATEN Wednesday,October 19,2016 Page 1 of 4 SIS City Project Numbers 02286 DOE Number 7247 Contract Name SPEEDWAY DISTRIBUTION CENTER BUILDING"C" Estimate Number 1 Contract Limits DOUBLE EAGLE BLVD Payment Number 1 Project Type WATER For Period Ending 10/19/2016 Project Funding WATER Item Description of Items Estimated Estimated Com leted Com leted No. P Unit Unit Cost P p Quanity Total Quanity Total ----------------- --------------------- -------------- ---- -------------------- ---- 1 12"PVC WATER PIPE 1120 LF $35.00 $39,200.00 1120 $39,200.00 2 12"GATE VALVE&VAULT 1 EA $2,352.00 $2,352.00 1 $2,352.00 3 CONNECT TO EXISTING 12"WATER MAIN 1 EA $1,004.00 $1,004.00 1 $1,004.00 4 STB FIRE HYDRANT ASSEMBLY W/6"GATE 4 EA $4,420.00 $17,680.00 4 $17,680.00 VALVE&BOX 5 DUCTILE IRON WATER FITTINGS 0.7 TN $4,315.00 $3,020.50 0.7 $3,020.50 W/RESTRAINT 6 END&PLUG 12"WL 2 EA $1,004.00 $2,008.00 2 $2,008.00 7 2"IRRIGATION METER 2 EA $1,901.00 $3,802.00 2 $3,802.00 8 2"DOMESTIC METER 1 EA $1,901.00 $1,901.00 1 $1,901.00 9 12"CLEANING WYE 1 EA $650.00 $650.00 1 $650.00 10 TRENCH SAFETY 1120 LF $1.00 $1,120.00 1120 $1,120.00 11 WATER SYSTEM TESTING 1120 LF $0.50 $560.00 1120 $560.00 Sub-Total of Previous Unit $73,297.50 $73,297.50 SEWER Item Description of Items Estimated Estimated Com leted Com leted No. P Unit Unit Cost P P Quanity Total Quanity Total 1 8"SEWER PIPE SDR-26 PVC 780 LF $52.00 $40,560.00 780 $40,560.00 2 4'DIA STD S.S.MANHOLE 3 EA $4,414.00 $13,242.00 3 $13,242.00 3 EXTRA DEPTH FOR 4'DIA MANHOLE 20 VF 4 END&PLUG 8"S.S. 1 EA $1,334.00 $1,334.00 1 $1,334.00 5 8"SEWER PIPE,SDR-26 PVC W/CSS BACKFILL 40 LF $42.53 $1,701.20 40 $1,701.20 6 TRENCH WATER STOPS 2 EA $886.00 $1,772.00 2 $1,772.00 7 TRENCH SAFETY 780 LF $0.80 $624.00 780 $624.00 8 TV SANITARY SEWER LINE 780 LF $0.50 $390.00 780 $390.00 9 CONN TO EX SS STUBOUT 1 EA $1,334.00 $1,334.00 1 $1,334.00 Sub-Total of Previous Unit $60,957.20 $60,957.20 Wednesday,October 19,2016 Page 2 of 4 City Project Numbers 02236 DOE Number 7247 Contract Name SPEEDWAY DISTRIBUTION CENTER BUILDING"C" Estimate Number 1 Contract Limits DOUBLE EAGLE BLVD Payment Number 1 Project Type WATER&SEWER For Period Ending 10/19/2016 Project Funding Contract Information Summary Original Contract Amount $134,254.70 Change Orders Total Contract Price $134,254.70 1 � i Date Total Cost of Work Completed $134,254.70 Contract /l Less %Retained $0.00 Date i�/2J 14 Net Earned $134,254.70 J Inspection Sup is Earned This Period $134,254.70 U Retainage This Period $0.00 Date / Project Manager Less Liquidated Damages Days @ /Day $0.00 Date 2• (/ LessPavement Deficiency $0.00 Asst.D e tor/TPW-Infrastructure Design and Construction Less Penalty $0.00 t144 Date ?' �'�C Less Previous Payment $0.00 Director/Contracting Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $134,254.70 Z Wednesday,October 19,2016 Page 3 of 4 FoRTWORTH rev 03/05/07 TRANSPORTATION&PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: Speedway Distribution Center Bldg C/Double Eagle Blvd. PROJECT NO.: 02286 CONTRACTOR: Raymond Construction DOE NO.: 7247 PERIOD FROM:05/18/16 TO: 10/25/16 FINAL INSPECTION DATE: 25-Oct-16 WORK ORDER EFFECTIVE:5/18/2015 CONTRACT TIME: 180 0 Wa�) CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH CHARGED CREDITED MONTH CHARGED 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 WET, UTILITIES DAYS TOTAL &HOLIDAYS &TOO COLD RELOCATIONS OTHERS CHARGED DAYS THIS 176 PERIOD PREVIOUS 0 PERIOD TOTALS TO DATE 176 *REMARKS: 7 / OCOC NTR&TOR DATE �N�ECTOR V DATE ENGINEERING DEPARTIMENT g The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax: (817)392-7845 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Speedway Distribution Center Building C&Double Eagle Blvd PROJECT NUMBER: 02286 DOE NUMBER: 7247 WATER PIPE LAID SIZE TYPE OF PIPE LF yes 12" PVC 1120 FIRE HYDRANTS: 4 VALVES(16"OR LARGER) n/a PIPE ABANDONED SIZE TYPE OF PIPE LF no DENSITIES: yes NEW SERVICES: SEWER PIPE LAID SIZE TYPE OF PIPE LF yes 8" PVC 780 PIPE ABANDONED SIZE TYPE OF PIPE LF no DENSITIES: yes NEW SERVICES: 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:02/20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR 1) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Raymond Construction Speedway Distribution Center Bldg C/Double Eagle Blvd DOE Inspector DOE Number Connor Slaten 7247 DOE Inspector Project Manager 0 Water Q Waste Water Stone Drainage[] Pavement Khal Jaafari Initial Contract Amount FrojeclDifficulty $134,254.70 Q Simple QQ Routine Q Complex Final Contract Amount Date $134,254.70 10/12/2016 I1)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 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 4 20 1 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) 443 BONUS POINTS(25 Maximum)(B) III)CONTRACTOR'S RATING TOTAL SCORE(TS) 443 Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating([TS/MS] *100%) 443 / 448 = 99% 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) Signature DOE Inspector� p S7= tgna e Contractor Signature DOE Inspector's Supervisor CONTRACTOR'S COMMENTS _ TRANSPORTATION AND PUBLIC WORI<S The City of Fort Worth•1000 Throckmorton Street•Fort Worth,Thi 76012-6311 (817)392-7941 •Fax:(817)392-7845 AFFIDAVIT STATE OF TEXAS COUNTY OF DALLAS Before me, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared David Schlimme, Senior Vice President Of Raymond Construction Co., 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; Speedway Distribution Center, Building C - Public Improvements, Double Eagle Boulevard BY David Schlimme - Senior Vice President Subscribed and sworn before me on this date 21 of November, 2016. V"o 2 Elizabeth G.Riley �' \otary Public, �ota�__�blicSt�t�ofTexas Expires:05-22-201 s Dallas, Texas Owner CONSENT OF Architect SURETY COMPANY Cono;rctor TO FINAL, PAYMENT Surery AIA DOC'UMENTG707 Other PROTECT- City of Ft.Worth Paving,Water,Sewer, inanx.;td<!ress) Street Light&Drainage Improvements for Bond# 929618410 Speedway Distribution Center Bldg"C" TO:(Owner) Double Eaggie Blvd. ARCHITECT'S PROJECT NO: City of Fort Worth 1000 Throckmorton Street CONTRACT FOR: Construction Fort Worth,TX 76102 CONTRACTDA'Z'E: 8/4/2015 CONTRACTOR: Raymond Construction Co.,Inc. 4407 N.Beltwood Parkway,Suite 106 Dallas,TX 75244 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above,the Continental Casualty Company 700 N.Pearl Street,Ste 400 Dallas,Texas 75201 ,SURETY COMPANY on bond of(hero insert name aril uddres of C'ontiliclor) Raymond Construction Co.,Inc. 4407 N.Beltwood Parkway,Suite 106 Dallas,Texas 75244 CONTRACTOR, hereby approves of the final payment to the Contractor,and agrees that final pa}gttent to the Contractor shall not relieve the Surety Company of any of its obligations to(here insert rra,nc and address of owner•) City of Fort Worth 1000 Throckmorton Street O-NN-NER, Fort Worth,Texas 76102 as set forth in the said Surety Company's bond. 11~ W1 I I;N'&S19 NYr1l;liEor, the Surety C:ontpany has hereunto set its hand this day of September 2016 Surety C npany Conti nt 1 Casualty CompanyM �� �, n Sd/lJ,U J �I Sipatt.re of Authorized Rcpreseota(ive (Sea]): Dawn M Davis-Attorney-In-Fact 'Title - NOTE:This form is to be used as a companion document to AIA DOCUMENT 0706.CONTRACTOR'S AFFIDAVIT OF PAYN EX—i OF'- DEBTS ANI)C'i.A1MS,Current rdition AIA DOC:UMTNT(3707-CONS 1:N'1'OF SURETY COMPA\Y TO F„SIAL PAY MENT•APRI I_1970 EDITIONWA:ft O^kl '- PAGE V1970-T11E.AMERICAN I\S )TUT1 OF ARCHITECTS. 1735 NE`,i'YORK.AVE.,NW.,WAS11INGTON,D.C.20000 � _ POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That Continental Casualty Company,an Illinois insurance company,National Fire Insurance Company of Hartford,an Illinois insurance company,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania insurance company(herein called "the CNA Companies"),are duly organized and existing insurance companies having their principal offices in the City of Chicago,and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make,constitute and appoint Clint Miller,Kae Perdue,Tom P Ellis III,John D Fulkerson,Rita Chiolo,Donnie D Doan,Dawn M Davis,Kristi Meek, Walter J De La Rosa,Edward Ryan Bowles,Sharon Kay Clary,Individually of Dallas,TX,their true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on their behalf bonds,undertakings and other obligatory instruments of similar nature -In Unlimited Amounts- and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney,pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law and Resolutions,printed on the reverse hereof,duly adopted,as indicated,by the Boards of Directors of the insurance companies. In Witness Whereof,the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 26th day of August,2016. APV GAS Uq�T} %ViSU1?4* o ANY oa Continental Casualty Company k ° National Fire Insurance Company of Hartford �i �' cORPORATe O ` ORPORpteo American Cas lty Company of Reading,Pennsylvania A $ JULY 31, o� SEAL a 1897 HAAYF� � Paul T.Bruflat Vice President State of South Dakota,County of Minnehaha,ss: On this 26th day of August,2016,before me personally came Paul T.Bruflat to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota;that he is a Vice President of Continental Casualty Company,an Illinois insurance company, National Fire Insurance Company of Hartford,an Illinois insurance company,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania insurance company described in and which executed the above instrument;that he knows the seals of said insurance companies;that the seals affixed to the said instrument are such corporate seals;that they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said insurance companies. ------------ J.-46HR (a"OTA"PUMIC(a soum"acorn My Commission Expires June 23,2021 1.Mohr Notary Public CERTIFICATE I,D.Bult,Assistant Secretary of Continental Casualty Company,an Illinois insurance company,National Fire Insurance Company of Hartford,an Illinois insurance company,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania insurance company do hereby certify that the Power of Attorney herein above set forth is still in force,and further certify that the By-Law and Resolution of the Board of Directors of the insurance companies printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance companies this day of v GASUg4T o"is "ti""''1'" vPi v of Continental Casualty Company aP DQE National Fire Insurance Company of Hartford OORPORATg ¢ - n American Casualty Company of Reading,Pennsylvania vania n - z .x 2 A Ov �SEAL _ ?' Isu- 1897 HAA'tF� �,...,,' 1-•u _ �'�" D.Bult Assistant Secretary Form F6853-4/2012 Authorizing By-Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company at a meeting held on May 12,1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents,agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents,agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to th-Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T.Bruflat,Vice President,who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of Continental Casualty Company. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25th day of April,2012: "Whereas,the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers(the"Authorized Officers'D to execute various policies,bonds,undertakings and other obligatory instruments of like nature;and Whereas,from time to time,the signature of the Authorized Officers,in addition to being provided in original,hard copy format,may be provided via facsimile or otherwise in an electronic format(collectively,`Electronic Signatures");Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10,1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents,agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents,agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T.Bruflat,Vice President,who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of National fire Insurance Company of Hartford. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 256'day of April,2012: "Whereas,the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers(the"Authorized Officers")to execute various policies,bonds,undertakings and other obligatory instruments of like nature;and Whereas,from time to time,the signature of the Authorized Officers,in addition to being provided in original,hard copy format,may be provided via facsimile or otherwise in an electronic format(collectively,`Electronic Signatures");Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING,PENNSYLVANIA: This Power of Attorneyis made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10,1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents,agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents,agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T.Bruflat,Vice President,who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of American Casualty Company of Reading,Pennsylvania. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25th day of April.,2012: "Whereas,the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers(the"Authorized Officers'D to execute various policies,bonds,undertakings and other obligatory instruments of like nature;and Whereas,from time to time,the signature of the Authorized Officers,in addition to being providad in,original,hard copy format,may be provided via facsimile or otherwise in an electronic format(collectively,"Electronic Signatures");Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." FORTWORTHREV:Q207/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY 1)PROJECT INFORMATION Date: 10/12/2016 Nance of Contractor Project Nanie Raymond Construction Speedway Distribution Center Bldg C/Double Eagle Blvd DOE Inspector Project Manager Connor Slaten Khal Jaafari DOE Number ProjectDculh ripe of Contract 7247 O Simple Q Routine O Complex 2 Watero WasteWaterO Storm Drainages Pavement Initial Contract Amount Final Contract Amount $134,254.70 $134,254.70 II)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3-Good 4-Excellent ELEMENT RATING ELEMENT RATING INSPECTION EVALUATION (0-4) PLANS&SPECIFICATIONS (0-4) 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 Display Of Professionalism 4 Accuracy of Plan Quantities 5 Citizen Complaint Resolution PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs 1 Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Project Manager 1 Change Order Processing Time 3 Communication 6 2 Timliness of Contractor Payments 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe t/ III)COMMENTS&SIGNATURES COMMENTS r Signature Contractor Signature DOE Inspector Signature DOE Inspector's Supervisor 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