Loading...
HomeMy WebLinkAboutContract 47521-FP1 Depaof TP&W Const Services Ct";4Date - Project ManagerWORTH, Risk Management Canadv — CCC' �Y'D.O.E. BrothertonCONTRACT N0. CFA Westerman/Scanned Esteban Perez/Scanned The Proceeding people have been Contacted concerning the request for final payment&have FATION AND PUBLIC WORKS t7 t✓fZtpj released this project for such payment. )F PROJECT COMPLETION 5R to (Developer Projects) bC67#66 Clearance Conducted ByCity Project Ns: 02610 —4 -- C3011715zl Regarding contract 117468 for BE7 3.AIRE DRIVE NORTH as requited by the WATER DEPARTMENT as approved by City Council on N/A through M&C N/A the director of the WATER DEPARTMENT upon the recommendation of the Assistant Director of the Transportation&Public Works Department has accepted the project as complete. Original Contract Price: $680,081.00 Amount of Approved Change Orders: $38,125.00 Ns 1 Revised Contract Amount: $718,206.00 Total Cost Work Completed: $718,206.00 Recomm nded for Acceptance Date Asst. Director, TPW - Infrastructure Design and Construction �f C T/ Accepted /� / / Date Asst. Director, WATER DEPARTMENT �2 Asst. City Manager Date EMAI1ED r Comments: APR 13 2017 OFFICIAL RECORD <12 witiall CITY SECRETARY FT.WORTH,TX Rev.9/22/16 City Project Numbers 02610 DOE Number 7468 Contract Name BELLAIRE DRIVE NORTH Estimate Number 1 Contract Limits 16"WATERLINE IMPROVEMENTS TO SERVE Payment Number 1 Project Type WATER For Period Ending 2/15/2017 Project Funding Project Manager Sahu City Secretary Contract Number 117468 Inspectors LAYER / BEARDSLEY Contract Date Contractor CONATSER CONSTRUCTION TxLP Contract Time 120 CD 5327 WICHITA ST Days Charged to Date 329 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 $718,206.00 Less %Retained $0.00 Net Earned $718,206.00 Earned This Period $718,206.00 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 $718,206.00 Wednesday,February 15,2017 Page 4 of 4 pis- b � it� FORT ORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name BELLAIRE DRIVE NORTH Contract Limits 16"WATERLINE IMPROVEMENTS TO SERVE Project Type WATER City Project Numbers 02610 DOE Number 7468 Estimate Number 1 Payment Number 1 For Period Ending 2/15/2017 CD City Secretary Contract Number 117468 Contract Time 12GD Contract Date Days Charged to Date 329 Project Manager Sahu Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors LAYER / BEARDSLEY Wednesday,February 15,2017 Page 1 of 4 City Project Numbers 02610 DOE Number 7468 Contract Name BELLAIRE DRIVE NORTH Estimate Number I Contract Limits 16"WATERLINE IMPROVEMENTS TO SERVE Payment Number I Project Type WATER For Period Ending 2/15/2017 Project Funding WATER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total -- — - - - ------------------ -- - --- -- — - 1 REMOVE 8"WATER LINE 17 LF $6.00 $102.00 17 $102.00 2 REMOVE 10"WATERLINE 2538 LF $8.00 $20,304.00 2538 $20,304.00 3 16"WATER ABANDONMENT PLUG 1 EA $2,500.00 $2,500.00 1 $2,500.00 4 4"-12"WATER ABANDONMENT PLUG 3 EA $1,500.00 $4,500.00 3 $4,500.00 5 REMOVE 6"WATER VALVE 1 EA $300.00 $300.00 1 $300.00 6 REMOVE 8"WATER VALVE 1 EA $400.00 $400.00 1 $400.00 7 REMOVE 10"WATER VALVE 4 EA $500.00 $2,000.00 4 $2,000.00 8 SALVAGE 3/4"WATER METER CO#1 23 EA $100.00 $2,300.00 23 $2,300.00 9 TEMPORARY WATER SERVICES 1 LS $6,500.00 $6,500.00 1 $6,500.00 10 DUCTILE IRON WATER FITTINGS 5.5 TN $4,500.00 $24,750.00 5.5 $24,750.00 W/RESTRAINT 11 6"WATER PIPE CO#1 138 LF $85.00 $11,730.00 138 $11,730.00 12 8"WATER PIPE CO#1 28 LF $95.00 $2,660.00 28 $2,660.00 13 10"WATER PIPE 49 LF $105.00 $5,145.00 49 $5,145.00 14 12"WATER PIPE 48 LF $125.00 $6,000.00 48 $6,000.00 15 16"WATER PIPE 2563 LF $155.00 $397,265.00 2563 $397,265.00 16 1"WATER SERVICE CO#1 19 EA $1,800.00 $34,200.00 19 $34,200.00 19 6"GATE VALVE CO#1 5 EA $1,000.00 $5,000.00 5 $5,000.00 20 8"GATE VALVE 3 EA $1,200.00 $3,600.00 3 $3,600.00 21 10"GATE VALVE 2 EA $2,000.00 $4,000.00 2 $4,000.00 22 12"GATE VALVE 1 EA $2,600.00 $2,600.00 1 $2,600.00 23 16"GATE VALVE W/VAULT 5 EA $19,500.00 $97,500.00 5 $97,500.00 24 16"BLOW OFF VALVE 1 EA $6,000.00 $6,000.00 1 $6,000.00 25 6"WATER METER&VAULT CO#1 1 EA $19,500.00 $19,500.00 1 $19,500.00 26 10"WATER METER&VAULT CO#1 I EA $27,000.00 $27,000.00 1 $27,000.00 27 2"WATER SERVICE CO#1 3 EA $2,800.00 $8,400.00 3 $8,400.00 28 1.5"WATER SERVICE CO#1 2 EA $2,600.00 $5,200.00 2 $5,200.00 29 2"COMBINATION AIR&VALVE ASSEMBLY 1 EA $7,500.00 $7,500.00 1 $7,500.00 FOR WATER CO#1 30 WATER TESTING SAMPLING AND POLY PIG 1 LS $11,250.00 $11,250.00 1 $11,250.00 CO#1 -------- - -------------- ---------- --- -- Sub-Total of Previous Unit $718,206.00 $718,206.00 --------- ----------------------- -- ----- Wednesday,February 15,2017 Page 2 of 4 City Project Numbers 02610 DOE Number 7468 Contract Name BELLAIRE DRIVE NORTH Estimate Number I Contract Limits 16"WATERLINE IMPROVEMENTS TO SERVE Payment Number I Project Type WATER For Period Ending 2/15/2017 Project Funding Contract Information Summary Original Contract Amount $680,081.00 Chance Orders Change Order Number 1 $38,125.00 Total Contract Price $718,206.00 Date oZ ' ?` Total Cost of Work Completed $718,206.00 Contr o J /� Less %Retained $0.00 Net Earned $718,206.00 Date 2 C Inspection or Earned This Period $718,206.00 Retainage This Period $0.00 LL0V'1( Date 7,// Less Liquidated Damages Project Manager � + � Days c� /Day $0.00 IF Date L LessPavement Deficiency $0.00 Asst.Director/ PW-Infrastructure Design and Construction Less Penalty $0.00 [L Date 3�d Less Previous Payment $0.00 Director/Contracting Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $718,206.00 Wednesday,February 15,2017 Page 3 of 4 FORTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: !6" Waterline Improvements for Bellaire Dr.N. PROJECT NO.: 02610 CONTRACTOR: Conatser Construction DOE NO.: 7468 PERIOD FROM,02/01/17 TO: 02/06/17 FINAL INSPECTION DATE: 6-Feb-17 WORK ORDER EFFECTIVE:3/14/2016 CONTRACT TIME: 120 O W!7* CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH CHARGED CREDITED MONTH CHARGED CREDITED DURING DURING 1. 1 16. 2. 1 17. 3. 4. 1 19. 5. 1 20. 6. 1 Final Held 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 OTHERS * DAYS TOTAL THIS & HOLIDAYS &TOO COLD RELOCATIONS CHARGED DAYS PERIOD 6 6 PREVIOUS PERIOD 323 323 TOTALS TO DATE 329 329 *REMARKS: a— c7— r CONTRACTOR DATE DATE ENGINEERING DEPARTMENT �' The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,T176012-6311 (817) 392-7941 •Fax: (817) 392-7845 x _ -+ ci m D 0 T O x n o a z o -Z, a D m m m m D C- N N Z 1 DO O -1 _0 _0 OO N m m rn Z< O Oo 0 Q O m O m Cl) nD n � Km 1 O m Z m m zZ m 2t D m D O I n ; � 1 O o c m z m Q 00 n D m D m p o w cn m cn g ,- N o N ID M ED pp � � Ril O Sv g n� a m m < O (n 07m < m m CD 91 O n Q fn = rn 3 < � La S g A v m a 0 o v CD (D xrl O O O N � tse+ n n m m $ $ S y O D v � z C) � z W A O _. Z m a co N N N ^ W O p p S S � O o S z m D n v bz w z c) O m 0 o p O $ N , A m, m o m ry i n O D m n -i M m D � y v n O 2 m o fn o _ n - TI cD �L N O O ti n D o n _ _ _ _ _ _ D (D A LJ A O N m V O1 (P fL p �! O� N -+ p x m 3 Z P L S m a O O r m 3 m O fl rn a v m ip � 'Z °; D D :72 R Y m 4 4 O2 n N F 4 4 W O tD W W W (.� L` W W W W W W O � -3 p O J m y . N N N N N N N N N . . m N m y Jl n v 6 OO O Ap p O N C. m O Np m O ON O T 0 J F N ? N b b O O g N N W W COIi m N a N 0 o A <e m ID n m rn J � N s A� Q Umj m C C vY i S co m C Q tp G a 2 4 y, <➢ Z y Q. n g y 111777"' o m m e I l Q n ry v C cl C Q K O' CD O cB CL b m Q20, Q� O 4 ti cn 1 o armmmmmmmmmr r m J 4 `D O` m J ? LOD < < (n D D ➢ D D D D D D T 'n ➢ Z c a m y a lb f 0 c m O ID N C N N N ID ID 0 Q LN O 4D m J J J Cl CO -4 o 10 ? m m ? 4 C C 0 Q to v a ZZ D 5 o QL o J M C A 4 t0 N y = 11 4, a d ° m Q 4 Dr n Cl 2l G � n 3 N o om Cnn y CD o g fn O O 4N 7 W m O D ;V % N m O� m m r °; °; n m ' ti O O ID () m O O ? v 'm co �' C^ 3 a ¢�i m A m m cin d ani z; m to vi m 7 m } O Q y ti 2 'a m` a n $ m 3 ¢� b N 4 T 7 G n Q 61 c c c iD OZ V .r O 7 V Q m u OCL • j • On 7 D c ti O m : j 3 Q ti • dCD O G tJ- J Q d cu .Q O a_ CCD V Q m V ^ ID j J m � ,p O H TCD O 4 I o CD m o r lb a !r w � v N N N N w Z cp • Gni C m N CT cn Oppp Q�Q V c0 O a r .O 0 C. p p b 4 ^ Op O C p 0 0 0 $ p 0 0 0 CD 0 I a a oCD oS $ $ oggoggoSg m ]' N N L" C A Qwi �° cn r EA U ip N Hi 6Vq - 2 - y C10 D a o 0 o U y 7 ( 2 / � a M � y > e m m 0 # K ( 2 §g 7 n \ .m � \ \ \ m§ \ _ Q) O ) z n \ OZ { 0� OL \ 1p iQL § } «G } m a z = a a §2 § a a A r ; } k §q _ \ CD o T § / \ Co �0 $ m� 0a _ C } 7sz _ \ E r,en # \ § o a % ni7 f \ } m \ 2 \ \ { ErD 7 0 9 z \ » a i \ ED ' ~~ \ 0 } \ CD CX » $ z ( m 2 0 \_ \ 0 § lb \ ' ? § � 0 / . +. / 7 WORT,-H FORT TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: 16" Waterline Improvements Bellaire Dr.North PROJECT NUMBER: 2610 DOE NUMBER: 7468 WATER PIPE LAID SIZE TYPE OF PIPE LF Water 6" PVC 138 Water 8" PVC 28 Water 10" PVC 49 Water 12" PVC 48 Water 16" PVC 2563 FIRE HYDRANTS: VALVES(16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF Water 8" PVC 17 Water 10" PVC 2538 DENSITIES: NEW SERVICES: 1.5" 2-EA. 2" 3-EA. SEWER PIPE LAID SIZE TYPE OF PIPE LF PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: TRANSPORTATION AND PUBLIC WORKS n The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TZ 76012-6311 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: BELLAIRE DRIVE NORTH WATER & LAVING IMPROVEMENTS DOE#: N/A ,CFA tPRJ #: 2015-073 CITE'PROJCT #: N/A CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP Brock Huggins Subscribed and sworn to before me this 91h day of Febru 7. BERTHA GIANULIS Notary Public in Tarrant County, Texas �icry Public,Stote of Texas My Commission Expires September 18, 2019 1 r. CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects, AIA Document G707 Bond No 0195685 PROJECT: (name, address)Bellaire Drive North Fort Worth,TX TO (Owner) CFA No. TEXAS CHRISTIAN UNIVERSITY AND CITY OF FORT I ARCHITECT'S PROJECT NO: 2015-073 WORTH CONTRACT FOR: 3589 Bellaire Drive North P Fort Worth,TX 76109 Bellaire Drive North-Water and PavingImprovements 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,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) TEXAS CHRISTIAN UNIVERSITY AND CITY OF FORT WORTH 3589 Bellaire Drive North Fort Worth,TX 76109 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 8th day of February, 2017 BERKLEY INSURANCE COMPANY Surety Company Attest: W� �- �z, (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 POWER OF ATTORNEY No. BI-7280f 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, or Kelly A. Westbrook of Aon Risk Services Southwest,Inc. of Dallas, TX its true Z 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 and acknowledged by the regularly elected officers of the Company at its principal office in their own 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 o > resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010: � L ° 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 o to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the y corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such o 'o 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, 'c 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 > RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and fl 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 Company has cause" these presents to be signed and attested by its appropriate officers and its 0 o corporate seal hereunto affixed this�"day of r l/!t_. _ 15: Attest: / Berkley Insurance Company (Seal) By / Ble o Ira S. e erman after o Senior Vice President& Secretary � Preside o WARNING- THIS POWER INVALID IF NOT PRINTED ON BLUE "BERKLEY" SECURITY PAPER. STATE OF CONNECTICUT) L l.n ss: v COUNTY OF)FAIIRFIELD ) y Sworn to before me, a Notary Public in the State of Connecticut, this`-5 0totary � 2015, by Ira S. Lederman and C Jeffrey M.Hafter who are sworn to me to be the Senior Vice President and San the Senior Vice Pre dent respectively,of Berkley Insurance Company. MARIA C.RIJN®BAICEN NOTARY Pa,BUB .c.�Q MY COMMISSION EXPIRESPublic, State of Connecticut APRIL 30,2019 Z ° CERTIFICATE Z 1, the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a a true, correct and complete copy of the original Power of Attorney;that said Power of Attorney has not been revoked or rescinded Y 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 8th day of February 2017 (Seal) A a FORTWORTHREV:02'22'07 1_-_..w01r41441q�,_ ,,ilk TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: 2/6/2017 Name of Contractor Project Name Conatser Construction TX L.P. 16"Waterline Improvements Bellaire Dr.North DOE Inspector Project Manager David Beardsley Gopal Sahu DOE Number Project Difficulty Type of Contract '7468/CPN#02610 o Simple o Routine o Complex o Water ❑ Waste Water ❑ Storm Drainage ❑ Pavement Initial Contract Amount Final Contract Amount $680,081.00 G,$718,206.00 I1)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3 -Good 4-Excellent :ELEMENT ] RATING f ELEMENT RATING (0-4) (0 4) 9INSPECTION EVALUATION %PLANS&SPECIFICATIONS 1 Availability of Inspector �1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector F' N 12 Clarity&Sufficiency of Details y 3 Accuracy of Measured Quantities I .�3 Applicability of Specifications d 4 Display Of Professionalism 4 14 Accuracy of Plan Quantities LI 5 Citizen Complaint Resolution +F PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs 1 Knowledge And/Or Problem Resolution ADMINISTRATION 12 Availability of Project Manager Ll 1 Change Order Processing Time ti "3 Communication y 2 Timliness of Contractor Payments (' H ;4 Resolution of Utility Conflicts 1 3 Bid Opening to Pre-Con Meeting Timeframe III)COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector Signature DOE Inspector's Sup isor INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS s The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817) 392-7941 •Fax: (817)392-7845 TT REV:02/20/07 t - _ --_H TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Conatser Construction TX L.P. 16"Waterline Improvements Bellaire Dr North DOE Inspector DOE Number David Beardsley 7468/CPN#02610 DOE Inspector Project Manager o Water ❑ Waste Water ❑ Storm Drainage ❑ Pavement Gopal Sahu Initial Contract Amount Project Dcu14y $680,081.00 0 Simple o Routine o Complex Final Contract Amount Date $718,206.00 2/6/2017 II)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 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 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 3 20 15 TOTAL ELEMENT SCORE(A) 443 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 443 III)CONTRACTOR'S RATING 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 tore Contractor Signature DOE Inspector's Supervisor K CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS .` The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 a (817) 392-7941 •Fax: (817) 392-7845