Loading...
HomeMy WebLinkAboutContract 45896-FP1 Depart nt &W Const.Services �ITYSEC DOE# Date Project a a er �� ZTWORTH, C (T��'�s Risk Management Canad D.O.E. Brotherton " CFA Westerman/Scanned The Proceeding people have been Contacted �q Q 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.E.02-/14'4 contm or %jrff S ADDITION as required by the WATER DEPARTMENT a C yS � 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. t Original Contract Prices: _ ,.,.�_y. =.z� $287,205.46 Amount of Approved Change Orders: h i t ($26,822.99) Ne 1 Revised Contract Amount: t AUG 2 3 2016 $260,382.47 Total Cost Work Completed: �.. $260,382.47 Less Deductions: Liquidated Damages: Days @$210.00/Day Pavement Deficiencies: Total Deduction Amount: Total Cost Work Completed: $260,382.47 Less Previous Payments: $0.00 Final Paym t u $260,382.47 l f-�3�f Recomme a for Acceptance Date Asst. Dire or TPW - Infrastructure Design and Construction �z2o 9 ' Accepted / Date Asst. Director, WATER DEPARTMENT Asst. City Manager Date Comments: P265-541200-607150211683,P275-541200-707130211683 EMAI.LED AUG 5 1016 OFFICIAL RECORD P P(J5_ v a) J �¢ �-34- CITY SECRETARY FT. WORTH,TX �Di � AUG 232016 - sQleO► — CUalllo City Project Numbers 02116 --�°— DOE Number 7054 Contract Name HASLET HEIGHTS ADDITIO Estimate Number I Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 5/98016 Project Funding Project Manager Buckley City Secretary Contract Number 117054 Inspectors LAYER / DOVERS Contract Date Contractor VENUS CONSTRUCTION COMPANY Contract Time 30 CD 1426 S.MAIN P 0 BOX 90 Days Charged to Date 670 CD MANSFIELD, TX 76063 Contract is .000000 Complete CITY OF FORT WORTH SUMMARY OF CHARGES Line Fund Account Center Amount Gross Retaina=e Net Funded Total Cost of Work Completed 5260,382.47 Less %Retained $0.00 Net Earned $260,382.47 Earned This Period $260,382.47 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 5260,382.47 Monday,July 11,2016 Page 5 of 5 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name HASLET HEIGHTS ADDITION Contract Limits Project Type WATER&SEWER City Project Numbers 02116 DOE Number 7054 Estimate Number 1 Payment Number 1 For Period Ending 5/917016 CD City Secretary Contract Number 117054 Contract Time 30:D Contract Date Days Charged to Date 670 Project Manager Buckley Contract is 100.00 Complete Contractor VENUS CONSTRUCTION COMPANY 1426 S.MAIN P 0 BOX 90 MANSFIELD, TX 76063 Inspectors LAYER / DOVERS Monday,July 11,2016 Page 1 of 5 City Project Numbers 02116 DOE Number 7054 Contract Name HASLET HEIGHTS ADDITION Estimate Number I Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 5/9/2016 Project Funding WATER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Totall -------- ---- --- - - - - ---------- - -- --- ---- - - I V WATER SERVICE t EA $871.02 $871.02 1 $871.02 2 2"WATER SERVICE 2 EA $1,423.57 $2,847.14 2 $2,847.14 3 1"PRIVATE WATER SERVICE 36 LF $13.50 $486.00 36 $486.00 4 6"WATER PIPE 51 LF $33.34 $1,700.34 51 $1,700.34 5 8"WATER PIPE 95 LF $33.94 $3,224.30 95 $3,224.30 6 12"WATER PIPE 236 LF $43.56 $10,280.I6 236 $10,280.16 7 6"GATE VALVE 3 EA $696.55 $2,089.65 3 $2,089.65 8 12"GATE VALVE I EA $1,886.97 $1,886.97 1 $1,886.97 9 CONNECTION TO EXISTING 4"-12"WATER 2 EA $698.18 $1,396.36 2 $1,396.36 MAIN 10 4"-12"PRESSURE PLUG 4 EA $432.46 $1,729.84 4 $1,729.84 11 FIRE HYDRANT 2 EA $2,181.76 $4,363.52 2 $4,363.52 12 DUCTILE IRON WATER FITTINGS 2.3 TN $3,760.59 $8,649.36 2.3 $8,649.36 W/RESTRAINT 13 TRENCH SAFETY 382 LF $3.72 $1,421.04 382 51,421.04 14 TOPSOIL 654 CY $40.50 $26,487.00 654 $26,487.00 I5 SEEDING 3706 SY $0.67 $2,483.02 3706 $2,483.02 16 6"FLEXIBLE BASE 1162 SY $11.12 $12,921.44 1162 $12,921.44 17 TRAFFIC CONTROL 1 MO $682.34 $682.34 1 $682.34 Sub-Total of Previous Unit $83,519.50 583,519.50 SEWER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 4"SEWER FORCE MAIN 1056 LF $23.04 $24,330.24 1056 $24,330.24 2 8"SEWER PIPE CO#1 108 LF $36.26 $3,916.08 I08 $3,916.08 3 8"SEWER PIPE CSS BACKFILL CO#1 65 LF $41.99 $2,729.35 65 $2,729.35 5 6"CONC PVMT REPAIR 27 SY $149.85 $4,045.95 27 $4,045.95 6 4"BORED SEWER FORCE MAIN 83 LF $168.71 $14,002.93 83 $14,002.93 7 TREE PROTECTION 1 LS $450.00 $450.00 1 $450.00 8 LIFT STATION 1 LS $97,294.68 $97,294.68 1 $97,294.68 9 DUCTILE IRON SEWER FITTINGS 0.5 TN $14,267.50 $7,133.75 0.5 $7,133.75 Monday,July 11,2016 Page 2 of 5 City Project Numbers 02116 DOE Number 7054 Contract Name HASLET HEIGHTS ADDITION Estimate Number 1 Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 5/9/2016 Project Funding 10 8"SEWER ABANDONMENT PLUG 2 EA $222.03 $444.06 2 $444.06 11 4'MANHOLE 3 EA 53,416.91 $10,250.73 3 $10,250.73 12 4'EXTRA DEPTH MANHOLE 5.5 VF $90.00 $495.00 5.5 $495.00 13 EPDXY MANHOLE LINER 23 VF $18.00 $414.00 23 $414.00 14 CONCRETE COLLAR 3 EA $225.00 $675.00 3 $675.00 15 MANHOLE VACUUM TESTING 3 EA $130.50 $391.50 3 $391.50 16 POST CCTV INSPECTION 1610 LF $3.69 $5,940.90 1610 $5,940.90 17 TRENCH SAFETY CO#1 1164 LF $0.45 $523.80 1164 $523.80 18 SWPPP>1 ACRE I LS $3,825.00 $3,825.00 1 $3,825.00 Sub-Total of Previous Unit $176,862.97 $176,862.97 Monday,July 11,2016 Page 3 of 5 City Project Numbers 02116 DOE Number 7054 Contract Name HASLET HEIGHTS ADDITION Estimate Number 1 Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 5/9/2016 Project Funding Contract Information Summary Original Contract Amount $287,205.46 Change Orders Change Order Number 1 ($26,822.99) Total Contract Price $260,382.47 Date 7-Z /— b Total Cost of Work Completed $260,382.47 Contr Less %.Retained $0.00 /Z Net Earned $260,382.47 Date /C In PC io S o Earned This Period 3260,382.47 c� en / ]�Da Retainage This Period $0.00 te / Less Liquidated Damages Project M A2 Days Q /Day $0.00 Date '`/ LessPavement Deficiency $0.00 Asst Direc or/f W-Infrastrilture Design and Construction Less Penalty $0,00 Date Less Previous Payment $0.00 Director/Contracting Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $260,382.47 Q.a-l6 Monday,July 11,2016 Page 4 of 5 FoRTWORTH m03'oso7 TRANSPORTATION&PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.1 NAME OF PROJECT: Hask Heights Addition PROJECT NO.: 02116 CONTRACTOR: Vc=Conshuction DOE NO.: 7054 PERIOD FROM 07/07/14 TO: 05106116 FINAL INSPECTION DATE: 6-May-16 WORK ORDER EFFECTIVE 7/7)2014 CONTRACT TIME 30 O WD 0 CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH DG G CREDITED MONTH DCHUARRGEGD CREDITED 1. 16. 2. 17. 3. 18. 4. 19. 5. 20. 6. 21. 7. 22. S. 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 &HOLIDAYS &TOO COLD RELOCATIONS CHARGED DAYS THIS 670 PERIOD PREVIOUS PERIOD 10 TOTALS 670 TO DATE *REMARKS: G- -CONTRACT DATE PECTOR DATE ENGINEERING DEPARTMENT l The City of Fort Worth•1000 Thmamorwn Street•Fact Worth,TX 76012-6311 (817)392-7941 •F=(817)392-7845 OFFICIAL RECORD CITY SECRETARY T,WORTH,TX DEVELOPER-AWARDED-PROJECT CHANGE ORDER PROJECT NAME: lVAumad Sw;Rwy Sevier IWroverrignts to Servo Lot 22.Skck 6 Haskt Hel hts Adddica Ci1AHGE CONTRACT; Water 3Sd Seallary SOVIET ORDER No: CFA 9 2013-0$3 CITY PARTICIPATION: NO ------ ------------ . -..- — CITY PROJECT A 2118 DOE 0 7054 — — WATER PROJECT 11 P265.807150211833 SEWER PROJECTS P275.70Ti 211 3 FlLE R IX-222W INSPECTOR: Phone No: PROJECT MANAGER Patrick Buckley Phone No: (817)392-2443 CONTRACTUHIT YUTlR SEVIER PAVING DRAINAGE STREETLIGHTS CONTRACT D1YNo0er Oewel00er Dwsloper ----Dwel000r --- D•nel0per� --- DAY3 COSt Ci Cost COST CI Cost cost I city Coil Con I city Can Cost cosl 0,R1004AL CONTRACT 307 1l f0 $20309t.fi 1 20 EY.TR"TO DATE f0A0 10.00 O CREDITSTODATE 51.01 am 0 CONTRACT TO DATE tf7 i).f0 SOHO 324 MIS." 50.00 30.00 SOAO $0.00 50.00 $0.00 10.00 30 AMIMT OF PROP.CHANGE ORDER ," OU.422 M t1EV1/SD CONTRACTAIaGt/tT 1 $63,511.30 1 30.00 1 3170.86147 3 70.40 $OAe ---MA! alas 00.00 V AO 30 TOTAL REVISED CONTMC7 MIOUNT _—_ _ _ �__ _._ ___... .. ._ 1Jt UNIT 1.88 M i sT $0.00 1 $OAO 1 $0.0 REVISIEDCOSTSHARE Dow.Con: 3200,282.47 City Cost: SOAO TOTAL REMED CONTRACT f2s0,]/217 You ore diMed to make IM robve6na chanon in the Conttacl docllraantf: CITY 910ITEM M ITEM A s DUMMY EMIT ITEM DESCRIPTION WhT PRICC TOTAL 2 3331.d11 -day /"Sravw 532.26 (316 171 f6 3 3331.4116 -22 LF !'Sawer Pips. Bscklq S41.SFJ _ite23 7S: 4 sm 1 L r BOW S%vw Pip*U40 Co' ---�— -- 1 1 lS+.>t3.55 I 17 3705.01 D0 -44G LF I Trench Wely $0.45 S?00.r TOTAL fT2_C?2 5`in REA30NS FOR CHANGE ORDER 7 SAOrrOrAv Mlnwr►.tenWmpardevefopsrrfgu st CAanpes OGn11$plratb WO14a101N No.tesshmmons0aets NO CITY FUNDS INVOLVED IN THIS CONTRACT.DEVELOPER IS RESPONSIBLE FOR 100%OF THE CHANGE ORDER COST AND NO RGMASURSELM1T 141061 THE CITY WILL BE SOUGHT BY THE DEVELOPER BT' 17wagaV ASfocialas.L.P. By SAPI^A61`,M/N^ /—^�B �L,.�.2._�t�LAy Name: Affm[Devis Nome: 4.4 6 J A(3�M li-I _ NS.may-C)!5A.!T\�. TM: MW MWMV --...a�.Tito. co O �Iy` Tllta 1 Z t S= 1J E N 1 Revised'70.12-2011 Paps 1 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Haslet Heights Addition PROJECT NUMBER: 2116 DOE NUMBER: 7054 WATER PIPE LAID SIZE TYPE OF PIPE LF )m 8" PVC 95 yes 6" PVC 51 yes 12" PVC 236 FIRE HYDRANTS:.2 VALVES(16"OR LARGER) Ufa PIPE ABANDONED SIZE TYPE OF PIPE LF no DENSITIES: yes NEW SERVICES: in Capper 25 2" copper 5( SEWER PIPE LAID SIZE TYPE OF PIPE LF yes 8" PVC 554 Yes 4" PVC 1054 PIPE ABANDONED SIZE TYPE OF PIPE LF yea 8" PVC nia DENSITIES: res NEW SERVICES: 4" PYC 50 TRANSPORTATION AND PUBLIC WORKS r., The City of Fort Worth•1000 Throckmorton Street-Fort Worth,TX 76012-6311 (817)392-7941 •Fu:(817)392-7845 FoRTWORTH REV.02120/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA mne of Contractor Project Nmne Venus Construction Haslet Heights Addition DOE Inspector DOE Number Connor Slaten 7054 DOE Inspector Project Manager p water O waste water O Storm Drainage ❑pava7wvt Patrick Buckley Initial Con&actAmount Project Drffcutty 382.V+ O Simple OO Routine O Complex Final Conhact Amount Date W,3*-4} S r 5/9/2016 II)PERFORMAN46E EVALUATION 0-Inadequate I-Deficient 2-Standard 3-Good 4-Excellent ELEMENT WEIGHT(x) APPLICABLE /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 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 1 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 TOtrAL ELEMENT'SCORE(A) 416 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(I'S) 4" III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating([TS/MS]}100%) 446 / 418 — 100% Performance Category Excellent <20%=Inadequate 20006 to<40%=Deficient 40%to<60%=Standard 60%to<80%=Good ?_80'06=Excellent Inspector's Comments(INCLUDING LANATION OF BONUS POINTS AWARDED) Signature DOE Inspector \_ *=t=Contractor Signature DOE Inspector's Supervisor CONTRACTOR'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 CONSENT OF OWNER o SURETY COMPANY ARCHITECT ❑ TO FINAL PAYMENT CONTRACTOR ❑ SURETY ❑ Bond No. PB02253100200 OTHER PROTECT: Haslet Heights—Lott 22,Block 6 PROJECT NO. 02116 TO: City of Fort Worth/Caspian Management Group CONTRACT FOR: 1000 Throckmorton Street Construction Fort Worth,TX 76102 CONTRACTOR: Venus Construction Company CONTRACT DATE:December 23,2013 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the Philadelphia Indemnity Insurance Company SURETY, on Bond of Venus Construction Company CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shalt not relieve the Surety Company of any of its obligations to City of Fort Worth/Caspian Management Group OWNER, as set forth in the said Surety Company's bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand this 2nd day of June 2016 Philadelphia Indemnitv Insurance Company Surety Company Signature of Authorized Representative Atte( Charles K.Miller,Attorney-In-Fact Title (S--al) C014SL 1T OF SURM YCOMPANY TO FINAL PAYMENT ONE PAGE 9... ?690 PHILADELPHIA INDENINITI INSUR.-k-NCE CONIPANI One Bala Plaza,Suite 100 Bala Cvmvvd_PA 19004 Power of Attornev KNOW ALL PERSONS BY THESE PRESENTS. that PHILADELPHIA INDENLNITY INSURANCE COMPANY(the Company),a corporation organized and existing under the laws of the Commonwealth of Pennsylvania,does hereby constitute and appoint: Clint Norris,Steven.J.Zinecker,.Jessica Luna Montgomery, Shannon Lewis and Charles K.Miller of Southwest assurance Group,Inc.. Its true and lawful Attomey(s)in fact with full authority to execute on its behalf bonds,undertakings,recopizances and other contracts of indemnity and writings obligatory in the nature thereof,issued in the course of its business and to bind the Company thereby,in an amount not to exceed S25,000,000 This Power of Attomey is granted and is signed and sealed by Facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE CONIPANY at a meeting duly called the I"day of July.2011 RESOLVED: That the Board of Directors hereby authorizes the President or anv Vice President of the Company to: (I) .Appoint Attomey(s) in Fact and authorize the Attomey(s) in Fact to execute on behalf of the Company bonds and undertakings,contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto, and (2) to remove, at anv time, anv such Attomey-in-Fact and revoke the authority given. And,be it FURTHER RESOL VED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Artomey or certificate relating thereto by facsimile,and any such Power of Attomey so executed and certified by facsimile signatures and facsimile seal shalt be valid and binding upon the Company in the future with the respect to any bond or undertaking to which it is attached. IN TESTEMONY WHEREOF,PHILADELPHIA INDEMNITY"INSURANCE COMPANY HAS CAUSED THIS[NSTRUMENT TO BE SIGNED AND ITS CORPORATE SEAL TO BE AFFIXED BY ITS.AUTHORIZED OFFICE THIS 7r"DAY OF FEBRUARY 2013. (Seal) Robert D O'Leary Jr,President Sc CEO Philadelphia Indemnity Insurance Company On this 7"day of February 2013.before me came the individual who executed the preceding instrument,to me personally known,and being by me duly sworn said that he is the therein described and authorized officer of the PHILADELPHLA[,NDEN[N[TY LNSURANCE COMPA_Nil',that the seal affixed to said instrument is the Corporate seal of said Company:that the said Corporate Seal and his signature were duly affixed. eontt�as+Vrt�uar+a�vFSU+s+rtv�twa, NOTARIAL VAL DANIELLE POPATH,Notary PUNC LawerMetion Tv� Motd Marchtdt y CouOtV 1�/I�(iS Dp�,rt�ior,E ' 2Z.2010 Votary Public: residin_at: Bala Cvnwvd PA (Notary Seal) My commission expires. March 22,2016 I,Craig P.Keller.Executive Vice President,Chief Financial Officer and Secretary of PHILADELPHIA INDE&[N[TY NSURANCE COMPANY,do herby certify that the foregoing resolution of the Board of Directors and this Power of Attorney issued pursuant thereto are true and correct and are still in full force and effect.I do further certity that Robert D.O'Leary 1r.,who executed the Power of.Attornev as President,was on the date of execution of the attached Power of Attorney the duly elected President of PHILADELPHIA fYDEMNITY INSURANCE COMPANY, In Testimony Whereof[have subscribed my name and affixed the facsimile seal of each Company this 2nd day of June 20 16 Crate P.Keller,Executive Vice Presidenr,Chief Financial Officer&Secretary - =7 PHILADELPHIA INDENIN[TY[NSUR AYC6 COMPANY IMPORTANT NOTICE ADViSO IMPORTANTE To obtain information or make a complaint: Para obener informacion o para someter You may call the Surety's toll free telephone una queja: Usted puede Ilamar at numero number for information or to make a de telefono gratis de para informacion o complaint at: para someter una queja al: 1-877-438-7459 1-377-438-7459 You may also write Philadelphia Indemnity Usted tanbien puede escribir a Philadelphia Insurance Company at: Indemnity Insurance Company at: One Bala Plaza, Suite 100 One Bala Plaza, Suite 100 Bala Cynwyd, PA 19004 Bala Cynwyd, PA 19004 Attention: Senior Vice President and Attention: Senior Vice President and Director of Surety Director of Surety You may contact the Texas Department of Puede comunicarse con el Departamento Insurance to obtain information on de Seguros de Texas para obtener companies, coverage, rights or complaints information acerca de companias, at: coberturas, derechos o quejas al: 1-800-252-3439. 1-800-252-3439 You may write the Texas Department of Puede escribir al Departmento de Seguros Insurance at: de Texas: P.O. Box 149104 P.O. Box 149104 Austin, TX 78714-9104 Austin, TX 78714-9104 Fax# 512-475-1771 Fax# 512-475-1771 Web: Web: htip:/�,Avw.tdi_state.tx.us Email ConsumerProtection r�tdi.state.tx.us Email Cons umerProtectionCtdi_state.tx.us PREMIUM OR CLAIM DISPUTES: Should DISPUTAS SOBRE PRIMAS O you have a dispute concerning your RECLAMOS: Si tiene una disputa premium or about a claim, you should concerniente a su prima o a un reclamo, contact the Surety first. if the dispute is not debe comunicarse con el Surety primero. Si resolved, you may contact the Texas no se resuelve la disputa, puede entonces Department of Insurance. comunicarrse con el departamento (TDI). ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA: Este This notice is for information only and does aviso es solo para proposito de informacion not become a part or condition of the y no se convierte en parte o condicion del attached document. documento adjunto. 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 Josh McAda, President Of Venus Construction Company,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; Haslet Heights Lot 22 Block 6 Josh McAda/President Subscribed and sworn before me on this date 29 of June,2016. P VANESSA kcNFROW Notary Public Notary Public State of Texas Tarrant,TX �FOFK�}� My Comm.Exp.07-28-2019 Caspian Management Group 13200 Hwy 287 Haslet, TX 76052 Phone (817) 439-4280 Fax (817) 439-44'62 Tammyevans2 6(!'a�yah oo.com July 25, 2016 Venus Construction PO Box 90 Mansfield, TX 76063 RE: Sanitary Sewer- Lift Station 2492 Avondale-Haslet Rd Haslet Height Block 6 Lot 22A Haslet, TX 76052 To Whom it may concern, Caspian Management Group, hereby acknowledges that Venus Construction Co has completed the sanitary sewer and lift station at the above mentioned address.Although the contractual time was exceeded, Caspian Management Group will not assess any penalties or liquidated damages due to time extensions. If you have any questions, please feel free to contact our office. Sincerely, Mason Sahihi Vice President FORTWORTHREV:02'x'07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY 1)PROJECT INFORMATION Date: 5!9/2016 Name of Contractor Project Name Venus Construction Haslet Heights Addition DOElnspector Project Manager Connor Slaten Patrick Buckley DOE Nzonber Project Difficulty Type of Contract 7054 O Simple OO Routine O Complex E water p waste water p storm Drainage ❑Pavement Initial ContractAmount Final Cwuract Amotott 0,3b.9,-47 �15E 11)PERFORMANCE EVALUATION 0-Inadequate 1-Deficient 2-Standard 3-Good 4-Excellent ELEIvIE'NT RATING ELEMENT RATING (0-4) (0-4) INSPECTION EVALUATION PLANS&SPECIFICATIONS 1 Availability of Inspector 1 Accuracy of Plans to Existang Conditions 2 Knowledge of Inspector 12 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities q 13 Applicability of Specifications 4 Display Of Professionalism 4 Accuracy of Plan Quantities G1 5 Citizen.Complaint Resolution PROJECT MANAGER EVALUATION 6 Performance-Setting Valve Crews,Labs 1 Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Project Man er 1 Change Order Processing Time 3 Communication T Timliness of Contractor Payments 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timefirame IM COMMENTS&SIGNATURES COAUKENTS Signature Contractor / Signature DOE Inspector C Signature DOE Inspectors Supervisor INSPECTOR'S COM31[ENTS TRANSPORTATION AND PUBLIC WORKS (a The City of Fort Worth-1000 Throckmorton Street-Fort Worth,TX 76012-6311 (817)392-7941 •F2x:(817)392-7845