Loading...
HomeMy WebLinkAboutContract 45745-FP2 , aLfy' r _ ITy sEe 1 DepartimP't of,T�PW Const.ServicesT�C� AOE# — Date Project Manager WORTH.Risk Management D.O.E. Brotherton CFA Westerman/Scanned ❑ i The Proceeding people have been Contacted concerting the request TION AND PUBLIC WORKS for final payment&have released this project for such payment. PROJECT COMPLETION Clearance Conducted By Etta Bacy D.O.E.No: 7223 I Regarding contract 117223 for SANCTUARY AT BEAR CREEK PHASE I as required by the WATER DEPARTMENT as approved by City Council on N/A through A4&(.'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 Prices: D E C E p � �} $401,254.26 Amount of Approved Change Orders: L5 �j j f Ne 1 MAR 0 3 2015 :!!! ! Revised Contract Amount: $401,254.26 BY I Total Cost Work Completed: $401,254.26 Less Deductions: i Liquidated Damages: Days @$210.00/Day Pavement Deficiencies: Total Deduction Amount: $0.00 Total Cost Work Completed: $401,254.26 Less Previous Payments: Final Payment Due $401,254.26 Recommended for Acceptance Date Asst. Director, TPW - Infrastructure Design and Construction 1 3 � /U Accepted Da e Director, WATER DEPARTMENT I City Manager Date Comments: FUND ACCT:WATER P265-607150227583/SEXIER P276-707140227583 0711CAL 1 G0RD cTARY CITYSECRETARY RX TI T { FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name SANCTUARY AT BEAR CREEK PHASE I Contract Limits Project Type WATER&SEWER City Project Numbers 02275 DOE Number 7223 Estimate Number 1 Payment Number I For Period Ending 1/15/2015 CD City Secretary Contract Number 117223 Contract Time 121ED Contract Date Days Charged to Date 96 Project Manager Jaafari Contract is 100.00 %Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors RODGERS / KLENK Tuesday,January 20,2015 Page 1 of 5 (� City Project Numbers 02275 DOE Number 7223 Contract Name SANCTUARY AT BEAR CREEK PHASE I Estimate Number I Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 1/15/2015 Project Funding WATER ItemDescription of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 8"PVC WATER PIPE 2357 LF $28.00 $65,996.00 2357 $65,996.00 2 FIRE HYDRANT 3 EA $3,200.00 $9,600.00 3 $9,600.00 3 DUCTILE IRON WATER FITTINGS I TN $4,900.00 $4,900.00 1 $4,900.00 W/RESTRAINT 4 CONNECTION TO EXISTING 16"WATER MAIN 1 EA $4,500.00 $4,500.00 1 $4,500.00 5 1"WATER SERVICE 58 EA $501.72 $29,099.76 58 $29,099.76 6 1 1/2"WATER SERVICE 4 EA $1,250.00 $5,000.00 4 $5,000.00 7 8"GATE VALVE W/VAULT 8 EA $1,050.00 $8,400.00 8 $8,400.00 8 16"CUT IN GATE VALVE WNAULT 2 EA $12,000.00 $24,000.00 2 $24,000.00 9 TRENCH SAFETY 2357 LF $1.25 $2,946.25 2357 $2,946.25 Sub-Total of Previous Unit $154,442.01 $154,442.01 SEWER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total I 8"PVC SEWER PIPE 0'TO 6' 220 LF $26.00 $5,720.00 220 $5,720.00 2 8"PVC SEWER PIPE 6'TO 8' 1690 LF $28.00 $47,320.00 1690 $47,320.00 3 8"PVC SEWER PIPE 8'TO 10' 354 LF $30.00 $10,620.00 354 $10,620.00 4 8"PVC SEWER PIPE 10'TO 12' 122 LF $36.00 $4,392.00 122 $4,392.00 5 8"PVC SEWER PIPE I2'TO 14' 166 LF $44.00 $7,304.00 166 $7,304.00 6 8"PVC SEWER PIPE 14'TO 16' 11 LF $50.00 $550.00 11 $550.00 7 8"PVC SEWER PIPE 0'TO 6' 40 LF $30.00 $1,200.00 40 $1,200.00 8 8"PVC SEWER PIPE 6'TO 8' 140 LF $32.00 $4,480.00 140 $4,480.00 9 8"PVC SEWER PIPE 8'TO 10 60 LF $34.00 $2,040.00 60 $2,040.00 10 8"PVC SEWER PIPE 10'TO 12' 20 LF $42.00 $840.00 20 $840.00 11 8"PVC SEWER PIPE 12'TO 14' 20 LF $50.00 $1,000.00 20 $1,000.00 12 18"SEWER PIPE 1026 LF $62.00 $63,612.00 1026 $63,612.00 13 18"SEWER PIPE,CSS BACKFILL 20 LF $72.00 $1,440.00 20 $1,440.00 14 4'MANHOLE 16 EA $2,800.00 $44,800.00 16 $44,800.00 15 4'EXTRADEPTH MA�IHOLE 54.6 VF $175.00 $9,555.00 54.6 $9,555.00 16 4"SEWER SERVICE 60 EA $450.00 $27,000.00 60 $27,000.00 Tuesday,January 20,2015 Page 2 of 5 i City Project Numbers 02275 DOE Number 7223 Contract Name SANCTUARY AT BEAR CREEK PHASE I Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 1/15/2015 Project Funding 17 I8"SEWER ABANDONMENT PLUG 2 EA $750.00 $1,500.00 2 $1,500.00 18 MANHOLE VACUUM TESTING 16 EA $50.00 $800.00 16 $800.00 19 POST CCTV INSPECTION 3889 LF $2.00 $7,778.00 3889 $7,778.00 I 20 TRENCH SAFETY 3889 LF $1.25 $4,861.25 3889 $4,861.25 ----------------------------------- Sub-Total of Previous Unit $246,812.25 $246,812.25 I I Tuesday,January 20,2015 Page 3 of 5 City Project Numbers 02275 DOE Number 7223 Contract Name SANCTUARY AT BEAR CREEK PHASE I Estimate Number I Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 1/15/2015 Project Funding Contract Information Summary Original Contract Amount $401,254.26 Change Orders Total Contract Price $401,254.26 Date I `� Total Cost of Work Completed $401,254.26 CMtor Less %Retained $0.00 �p Net Earned $401,254.26 Date 2� Inspection Supervisor Earned This Period $401,254.26 L 2l ( l�i Retainage This Period $0.00 i F� � Date l ` Less Liquidated Damages Project M Days @ /Day $0.00 I- - ; -2 Date 2►Z - s LessPavement Deficiency $0.00 Asst Director/PPW-Infrastructure 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 $401,254.26 Tuesday,January 20,2015 Page 4 of 5 E OW 01 MAR 0 3 2015 2I�S 6 aV s City Project Numbers 02275 1By DOE Number 7223 Contract Name SANCTUARY AT BEAR CREEK PHASE I Estimate Number I Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 1/15/2015 Project Funding Project Manager Jaafari City Secretary Contract Number 117223 Inspectors RODGERS / KLENK Contract Date Contractor CONATSER CONSTRUCTION TxLP Contract Time 120 CD 5327 WICHITA ST Days Charged to Date 96 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 $401,254.26 Less %Retained $0.00 Net Earned $401,254.26 Earned This Period $401,254.26 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 $401,254.26 Tuesday,January 20,2015 Page 5 of 5 QC �� CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/Y 7/22/20144 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must be endorsed. If SUBROGATION 1S WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: The Sweeney Company PHOFAX ,JCNEExt, (817)457-6700 'A.. C No;(817)457-7246 1121 E. Loop 820 South ADDRESS: P O BOX 8720 INSURER(S)AFFORDING COVERAGE NAIC# Fort Worth TX 76124-0720 INSURERA:Bituminous Fire & Marine Ins 20109 INSURED INSURERB:Bituminous Casualty Corp 20095 Conatser Construction TX, LP INSURER C: P.O.BOX 15448 INSURER D: INSURER E; Fort Worth TX 76119 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, INSR ADDL SUBR POLICY EFF POLICY EX TYPE OF INSURANCE P LIMITS LTR POLICY NUMBER MMIDDIYYYY MM/DDNYYY GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 "A GE ToRENE X COMMERCIAL GENERAL LIABILITY PREM SES(Ea occurrence) $ 100,000 A 71 CLAIMS-MADE XI OCCUR ZLP 3 607 277 8/1/2014 8/1/2015 MED EXP(Any one person) $ 5,000 X CONTRACTUAL, XCU PERSONAL&ADV INJURY $ 1,000,000 X INDEP CONT, BFPD GENERAL AGGREGATE $ 2,000,000 GENT AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 POLICYFX]PRO- LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ 1,0 0 000 AX ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED AP 3 607 276 /1/2014 8/1/2015 AUTOS AUTOS BODILY INJURY(Per accident) $ NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS Per accident PIP-Basic $ X UMBRELLA LIAR X OCCUR EACH OCCURRENCE $ 5,000,000 B EXCESS LIAB CLAIMS-MADE AGGREGATE $ 5,000,000 DED I X I RETENTION$ 10,000 UP 2 806 034 8/1/2014 B/1/2015 $ B WORKERS COMPENSATION WC STATU- 0TH- AND EMPLOYERS'LIABILITY X O LIMITS E _ ANY PROPRIETOR/PARTNER/EXECUTIVE YIN E.L.EACH ACCIDENT $ 1 000,000 OFFICER/MEMBER EXCLUDED? NIA RC 3 607 275 /1/2014 /1/2015 (Mandatory in NH) E.L.DISEASE-EA EMPLOYE S 1"000,000 If yes,describe under DESCRIPTION OF OPERATIONS belovr E.L.DISEASE-POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) Rolling Meadows Phs 3, DOE 7103, File W-2279, City Proj #02157. ALL POLICIES INCLUDE A BLANKET AUTOMATIC WAIVER OF SUBROGATION ENDORSEMENT & THE GL, AUTO & UMB POLICIES INCLUDE A BLANKET AUTOMATIC ADDITIONAL INSURED ENDORSEMENT PROVIDING ADDITIONAL INSURED & WAIVER OF SUBROGATION STATUS TO THE CERTIFICATE HOLDER WHEN THERE IS A WRITTEN CONTRACT BETWEEN THE NAMED INSURED & THE CERTIFICATE HOLDER THAT REQUIRES SUCH STATUS. THE GL ADDITIONAL INSURED ENDORSEMENT CONTAINS SPECIAL PRIMARY & NONCONTRIBUTORY WORDING. THE POLICIES INCLUDE AN ENDORSEMENT PROVIDING 30 DAYS NOTICE OF CANCELLATION (10 FOR NON-PAY OF PREMIUM) TO THE CERTIFICATE HOLDER. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN CITY OF FORT WORTH ACCORDANCE WITH THE POLICY PROVISIONS. 1000 THROCKMORTON ST FT WORTH, TX 76102 AUTHORIZED REPRESENTATIVE Charles Sweeney/JOYCE ACORD 25(2010105) ©1988-2010 ACORD CORPORATION. All rights reserved. INS025(201005).Of The ACORD name and logo are registered marks of ACORD i AFFIDAVIT I i 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,Vice-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: SANCTUARY AT BEAR CREEK, PH I WATER, SANITARY SEWER PAVING, STORM DRAIN AND STREET LIGHT IMPROVEMENTS DOE#: N/A City Project#: n/a CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTR CTION TX, LP Brock Huggins Subscribed and sworn to before me this 12th day of December,2014. Bertha Gianulis Notary Public for State of Texas Notary Public in Tarrant County,Texas My commission expires:09/18/2015 { I OWNER ARCHITECT ❑ CONSENT OF SURETY CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ OTHER ❑ BOND NO.: 185065 TO OBLIGEE: (Name andAddress) CONTRACT FOR:Water,Sanitary Sewer, D.R.HORTON•TEXAS,LTD. Paving,Drainage and Street 6751 North Frwy,Bldg A Lighting Improvements Fort Worth,TX 76131 PROJECT: CONTRACT DATED:January 2014 Nance and Address) Sanctuary at Bear Creek-Phase I Fort Worth,TX PRINCIPAL:CONATSER CONSTRUCTION TX,L.P. At the request of the Obligee and the Principal indicated above,(insert name acid adebess ofSu'ettJ Berkley Insurance Company,412 Telt.Kemble, Suite 31ON,Morristown,NJ 07960 SURETY, on bond of (Insert name and address ofContraetor) CONATSER CONSTRUCTION TX,L.P. 5327 Wichita Street Fort Worth,TX 76119 ,CONTRACTOR, and conditioned on the representation by Obligee that all Contract provisions relating to the payment of final payment under the Contract have been satisfied by Principal as of the date of final payment,and that no claims by Obligee or any third party are known or believed by Obligee or its representatives to exist as of the date of final payment,representations as to the truth and accuracy of the foregoing conditions being deemed to have been made by Obligee in connection with this request for Consent of Surety,hereby approves of the final payment to the Principal,and agrees that final payment in accordance with the terms hereof shall not relieve the Surety of its obligations to (Insert name and address of Obligee) D.R.HORTON-TEXAS,LTD. 6751 North Frwy,Bldg A Fort Worth,TX 76131 OBLIGEE, as set forth in said Surety's bond. IN WITNESS WHEREOF,the Surety has hereunto set its hand on this date: December 15,2014 Owen in writing the month followed by the numeric date and year.) Berkely Insurance Company of i - (Signature authorized repmm,t.1h, V.DeLene Marshall,Attorney-In-Fact (Printed name and title) (Seal): No.81-7280c POWER OF ATTORNEY 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, Lisa M. Bonnot, - Vena DeLene Marshall or Sophinie Hunter 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.S50,000,000,00),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 shah 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 resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010: - 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 r to execute bonds,undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the 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 RESOLVED,that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named;and ' J 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 = �:Z person or persons who shall have been such officer or officers of the Company,notwithstanding the fact that they may have o ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF, the Comply has cau d these resents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this day of {(p 2014- Attest_ /�% ��' Berkley Insurance Company F) (Seal) By By i r ~ Ira S.Lederman J y .Hafter I j Senior Vice President&Secretary or ce President WARNING:THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPER STATE OF CONNECTICUT) ss: c c COUNTY OF FAMFIELD ) tA Sworn to before me, a Notary Public in the State of Connecticut,this�day ofaU',.,d , 2014,by Ira S.Lederman and Jeffrey M.Hafter who are sworn to me to be the Senior Vice President and Secretary,and t Senior Vi• .President,respectively,of Berkley Insurance Company: MARIA C.RUNDBAi(EN / >, NOTARY PU13UC MY C.OMMI5SION EXPIRES Mary Public,State of Connecticut AFRIL 30,9019 7 CERTIFICATE - '5 1,the undersigned,Assistant Secretary of BERKLEY INSURANCE COMPANY,DO HEREBY CERTIFY that the foregoing is a y true,correct and complete copy of the original Power of Attorney;that said Power of Attorney has not been revoked or rescinded Q and that the authority of the Attorney-in-Fact set forth therein, who executed the bond or undertaking to which this Power of 5 Attorney is attached,is in full force and effect as of this date, (�.,�� Given under my hand and seal of the Company,this E J' day of (Seal) Andr .Tu IMPORTANT NOTICE To obtain information or make a complaint: You may call Berkley Surety Group, LLC and its affiliates by telephone for information or to make a complaint: BERKLEY SURETY GROUP, LLC Please send all notices of claim on this bond to: Berkley Surety Group, LLC (866) 768.3534 412 Mount Kemble Avenue, Suite 314N Morristown, NJ 07960 Attn: Surety Claims Department You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-232-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 " Fax: (612) 475-1771 Web: http:llwww.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact your agent or Berkley Surety Group, LLC first. If the dispute is not resolved, you may contact the Texas Department of Insurance. j ! ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document and is given to comply with Texas legal and regulatory requirements. FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Sanctuary at Bear Creels Phase I PROJECT NUMBER: 02275 DOE NUMBER: 7223 WATER PIPE LAID SIZE TYPE OF PIPE LF Yes 8" PVC 2357 i FIRE HYDRANTS: 3 VALVES(16"OR LARGER) 2 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: Yes NEW SERVICES: 1" Copper 1 1/2"--- Copper SEWER PIPE LAID SIZE TYPE OF PIPE LF Yes 8" PVC 2843 Yes 18" PVC 1026 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: Yes NEW SERVICES: 4" PVC TRANSPORTATION AND PUBLIC WORDS The Cite of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax: (817)392-7845 FORTWORTHREV:02,20,07 I TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Conatser Construction LP Sanctuary at Bear Creek Phase I DOE Inspector DOE Number Candace Klenk 7223 DOEInspector Project Alanager 0 Water Q Waste Water❑ Storm Drainage0 Pavement Khal Jaafari Initial Contract Amount Project Difficulty $401,254.26 10 Simple Routine 0 Complex Final Contract Amount Date $401,254.26 11/22/2014 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 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) 448 I BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 448 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating([TS/MS] *100%) 448 / 448 = 100% 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 � Signature Contractor ✓ Signature DOE Inspector's Supervisor I Z '2b Cj CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORDS kv The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax: (817)392-7845 OWORTH REV:02/22/07 TRANSPORTATION AND PUBLIC WORDS CONTRACTOR'S EVALUATION OF CITY 1)PROJECT INFORMATION _ Date: 11/22/2015 Name of Contractor Project Name Conatser Construction LP Sanctu at Bear Creek Phase I DOE Inspector Project Manager Candace Klenk Khal Jaafari _ DOE Number Project Difficulty Type of Contract 7223 1 O Simple QQ Routine Q Complex [A Water[] Waste Water[] Storm Drainageo Pavement Initial Contract Amount Final Contract Amount $401,254.26 $401,254.26 ED PERFORMANCE EVALUATION 0-Inadequate 1-Deficient 2-Standard 3 -Good 4-Excellent ELEMENT RATING ELEMENT RATING (0-4) (0-4) INSPECTION EVALUATION PLANS&SPECIFICATIONS 1 Availability of Inspector l-( 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector q2 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 Ll 1 Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Project Manager 1 Chane Order Processing Time 3 Communication 2 Timliness of Contractor Payments 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe III)COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspectory v Signature DOE Inspector's Supervisor 27 / INSPECTOR'S COMMENTS _ ntANSPORTATION AND PUBLIC WORKS The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 FORT WORTH,., i TRANSPORTATION AND PUBLIC WORKS STATEMENT OF CONTRACT TIME STATEIMENT# FINAL STATEMENT# 1 DOE 7223 NAME OF PROJECT: Sanctuary at Bear Creek Phase I Contractor Conatser YEAR: 2015 PROJECT NO.: FINAL INSPECTION DATE 12/1rfl P-265-607150227583 P-275-707140227583 WD CONTRACT TIME 120 PERIOD FROM: 1 1/1/2015 TO: 1 111512015 1 BEG - Month I IDEVELOPAIEN (Y/N)I N WORK ORDER EFFECTIVE: 1/12/2015 BEG /n MID /n n DAY OF MONTH DAYS REASON FOR DAY OF MONTH DAYS REASON FOR CHARGED DAYS CREDITED CHARGED DAYS CREDITED 1 Thu 0 NA 16 2 Fri 0 NA 17 3 Sat 0 NA 18 4 Sun 0 NA 19 5 Mon 0 NA 20 6 Tue 0 NA 21 7 Wed 0 NA 22 8 Thu 0 NA 23 9 Fri 0 NA 24 10 Sat 0 NA 25 11 Sun 0 NA 26 12 Mon 0 NA 27 13 Tue 0 NA 28 14 Wed 0 NA 29 15 Thu 0 NA 30 31 NA Wkn&Hol Wea Utl Oth Not Applicable SAT,SUN,and WEATHER UTILITIES OTHERS DAYS TOTAL DAYS HOLIDAYS RELOCATE CHARGED THIS PERIOD 0 0 0 0 0 0 PREVIOUS PERIOD 0 96 96 TOTAL TO DATE 0 0 0 0 96 96 REMARKS: Stopped time on 11-21-14,walked final and completed punchlist on 12-16-14. Signature: f Signature: (Print Name) J Q f-�tr1 1 Candace Klenk CONTRACTOR DATE INSPECTOR DATE 1/20/2015