Loading...
HomeMy WebLinkAboutContract 48829-FP1 uepartment of T NY Const. Services CPN#�Zi - Date Project Manager--5A- 4 �117 4TWORTH@ CITY SECRETARY x Risk Management S. Canad / CONTRACT NO. '7 D.O.E. Brotherton Water V. Gutzier CFA Janie orales/Scanned ❑ 'ATION AND PUBLIC WORKS Q _ F PROJECT COMPLETION Sq60 " The Proceeding people 6ve been Contacted concerning the request eveloper Projects) -p 0 E-7 e230 for final payment&have released this project for such payment. City Project Ns: 02728 Clearance Conducted By Etta Bacy 0.94 y88zf Regarding contract for ROSEMARY RIDGE ADDITION PHASE 2 as required 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 Work-s Department has accepted the project as complete. CEE , E Original Contract Price: MAY 3 0 2017 $429,304.45 Amount of Approved Change Orde i�--- $39,116.27 NO I Revised Contract Amount: $468,420.72 Total Cost Work Completed: $468,420.72 \ (� Rec mmended for Acceptance Dane Asst. Director,TPW - Infrastructure Design and Construction w - IJL S/2A/j7 s/'30//-4 Accepted Date Asst. Di ector, WATER DEPA MENT Olf--7 Asst. City Manager rj"Qsti �t Date t Comments: O FFICIAL RECORD EMA���.I� CITYECRETA�r ORTH,Tx JUN — 12017 _ Rev.9122/T� ` CJ MAY 3 0 2017 City Project Numbers 02728 6====_�_ DOE Number 7280 Contract Name ROSEMARY RIDGE ADDITION PHASE 2 Estimate Number I Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 5/15/2017 Project Funding Project Manager NA City Secretary Contract Number Inspectors DICKINSON / CROWLEY Contract Date Contractor CONATSER CONSTRUCTION TxLP Contract Time 120 CD 5327 WICHITA ST Days Charged to Date 309 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 $468,420.72 Less %Retained $0.00 Net Earned $468,420.72 Earned This Period $468,420.72 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 $468,420.72 Monday,May 22,2017 Page 5 of 5 P ;2(D5 _Co x-128 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name ROSEMARY RIDGE ADDITION PHASE 2 Contract Limits Project Type WATER&SEWER City Project Numbers 02728 DOE Number 7280 Estimate Number 1 Payment Number I For Period Ending 5/15/2017 CD City Secretary Contract Number Contract Time 12CD Contract Date Days Charged to Date 309 Project Manager NA Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors DICKINSON / CROWLEY Monday,May 22,2017 Page 1 of 5 City Project Numbers 02728 DOE Number 7280 Contract Name ROSEMARY RIDGE ADDITION PHASE 2 Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 5/15/2017 Project Funding WATER Item Description of Items Estimated Estimated Completed Completed No. P Unit Unit Cost P P Quanity Total Quanity Total 1 8"PVC WATER PIPE 2346 LF $24.90 $58,415.40 2346 $58,415.40 2 8"GATE VALVE&VALVE BOX 1 EA $1,098.50 $1,098.50 1 $1,098.50 3 8"CUT IN TEE 1 EA $3,500.00 $3,500.00 1 $3,500.00 4 FIRE HYDRANT ASSEMBLY 2 EA $3,498.50 $6,997.00 2 $6,997.00 5 1"DOMESTIC WATER SERVICES 82 EA $788.80 $64,681.60 82 $64,681.60 6 1"IRRIGATION WATER SERVICE 1 EA $1,000.00 $1,000.00 1 $1,000.00 7 CONNECT TO EXISTING 8"W.L. 3 EA $500.00 $1,500.00 3 $1,500.00 8 DUCTILE IRON WATER FITTINGS 0.988666 TN $4,500.00 $4,449.00 0.988666 $4,449.00 W/RESTRAINT 9 CONCRETE 5 CY $144.00 $720.00 5 $720.00 10 REMOVE EX 8"WATER LINE 35 LF $12.80 $448.00 35 $448.00 11 REMOVE&SALVAGE EX.8"GATE VALVE 1 EA $469.00 $469.00 1 $469.00 12 TRENCH SAFETY 2346 LF $0.25 $586.50 2346 $586.50 13 BONDS 1 LS $3,500.00 $3,500.00 1 $3,500.00 Sub-Total of Previous Unit $147,365.00 $147,365.00 SEWER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 8"SDR 26 PVC SEWER PIPE(CO#1) 2429 LF $36.52 $88,707.08 2429 $88,707.08 2 CONNECT TO EXISTING 8"S.S. 2 EA $1,000.00 $2,000.00 2 $2,000.00 3 4'STD DIA S.S.MANHOLE(CO#1) 16 EA $3,000.00 $48,000.00 16 $48,000.00 4 EXTRA DEPTH FOR 4'STD DIA MANHOLE(CO 28 VF $175.00 $4,900.00 28 $4,900.00 #1) 5 8"PVC SEWER PIPE W/CSS BACKFILL 60 LF $20.00 $1,200.00 60 $1,200.00 6 4"SEWER SERVICES 82 EA $550.00 $45,100.00 82 $45,100.00 7 TRENCH SAFETY 2389 LF $1.00 $2,389.00 2389 $2,389.00 8 POST C.C.T.V.INSPECTION 2389 LF $2.00 $4,778.00 2389 $4,778.00 9 CONCRETE 5 CY $150.00 $750.00 5 $750.00 10 MANHOLE VACUUM TESTING 16 EA $69.50 $1,112.00 16 $1,112.00 11 EPDXY MANHOLE LINER 10 VF $28.27 $282.70 10 $282.70 12 5'STD SS MANHOLE(CO#1) 3 EA $5,400.00 $16,200.00 3 $16,200.00 Monday,May 22,2017 Page 2 of 5 City Project Numbers 02728 DOE Number 7280 Contract Name ROSEMARY RIDGE ADDITION PHASE 2 Estimate Number I Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 5/15/2017 Project Funding 13 EXTRA DEPTH FOR 5'STD DIA.MANHOLE(CO 30 VF $205.00 $6,150.00 30 $6,150.00 #1) 14 16"CASING BY OTHER THAN OPEN CUT(CO 50 LF $260.00 $13,000.00 50 $13,000.00 #1) Sub-Total of Previous Unit $234,568.78 $234,568.78 OFF SITE SEWER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------- --- _ _ — ---- ------- -- ---- 1 8"SDR-26 PVC SEWER PIPE 1582 LF $40.17 $63,548.94 1582 $63,548.94 2 CONNECT TO EXISTING 8"S.S. 1 EA $1,000.00 $1,000.00 1 $1,000.00 3 4'STD DIA S.S.MANHOLE 2 EA $3,000.00 $6,000.00 2 $6,000.00 4 EXTRA DEPTH FOR 4'STD DIA MANHOLE 12 VF $175.00 $2,100.00 12 $2,100.00 5 8"PVC SEWER PIPE W/CSS BACKFILL 20 LF $39.90 $798.00 20 $798.00 6 8"SEWER PLUG 2 EA $234.75 $469.50 2 $469.50 7 TRENCH SAFETY 1491 LF $1.00 $1,491.00 1491 $1,491.00 8 POST C.C.T.V.INSPECTION 1491 LF $2.00 $2,982.00 1491 $2,982.00 9 MANHOLE VACUUM TESTING 5 EA $69.50 $347.50 5 $347.50 10 BONDS I LS $1,750.00 $1,750.00 1 $1,750.00 11 CON PVMT REPAIRS(CO#1) 75 SY $80.00 $6,000.00 75 $6,000.00 Sub-Total of Previous Unit $86,486.94 $86,486.94 Monday,May 22,2017 Page 3 of 5 City Project Numbers 02728 DOE Number 7280 Contract Name ROSEMARY RIDGE ADDITION PHASE 2 Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 5/15/2017 Project Funding Contract Information Summary Original Contract Amount $429,304.45 Chanae Orders Change Order Number 1 $39,116.27 Total Contract Price $468,420.72 &q4r"tJ Ic # Date -414-t Total Cost of Work Completed $468,420.72 Contract Less %Retained $0.00 Net Earned $468,420.72 Dat Inspection Supervisor Earned This Period $468,420.72 r Retainage This Period $0.00 Date ` Less Liquidated Damages �st Days @ /Day $0.00 r ecan Datd� 1 LessPavement Deficiency $0.00 Airector/TPW-Infrastructure Design an Constr ctio sst. Less Penalty $0.00 L'ir lam—' L Date : z 1, �7 Less Previous Payment $0.00 Direct /Contracting Dep ent Plus Material on Hand Less 15% $0.00 Balance Due This Payment $468,420.72 Monday,May 22,2017 Page 4 of 5 y' oxO z co0 m x 0iO � < O Z m Cl) ri mz D p o m Zj D Z 0 0 � o -{ a w a m m xt m m � C- o a m m () O � -1 n C) x X �l m v vci p o o —I p n N m m m - y a z �J �7 C- Z7 Z M v a , > m m z D .. p 0 m m 0 A n n a n D j Z m O c0 i n m n m m —i 0 v' z z a = -4 D C7 C7 m o z G7 -zi a > *k M -i Z m a m D O O o m C: "� z A o 00 x v _Z N N 0 A A A "y* N N V D N O D N 0W (T Ul CO CC (D p w w w -O CD V m O N fn cO17� O N O O O (D N �! !) N _ v o 0 o D < W cr, Cl) .C7 owi -I L N O O CD oA O zT � v v (D CL 0 0 0 N C7 CO ODD 0 o c o CO o w w w Q m r o m < .Z7 o io i� O (D N .Nz V N A A co D N V b b m O �. FO z m N N OO 7 7 T1 O O O N Z Z > N O O N O L m o 41 v+ to o C7 (Q C7 A A A 0 no D n -� j 41. V V v O b o 0 o v - D 0 0 o y X Z Z (3) n Z n W W O w - N 0 o 0 0 m o 0 c o N Jp N C.0 c 41 � o �J O O CD � fA N < N W W 0 N Cn V V O b O O N a � Z cn a 0 mm D 0 0 o p ;7 Z m 0 o m o n v C) w to o M CO N A A K0 --1tD O O X O m 0 b = W En O (7 En O .t O O p p G) N Z n Z O O < X (A D m 0 y � m a m o O 41 Z CD O ry) Cl O W N W W Cb W W W W W W W W W W W -t7 CD O A O A W CD W N W W W W W W w W W D n 1 O C CD j O W W j O W W W W j = Cn CO O !D Cn CD (D CO CCS { O Dwiaan000 -a �ai � _ j > jm Z O N A O N O O O O O O O C n O O O O O CD 1 N C71 C." [!� A -+ W N W 1 m <•,) + Cn Zt CD a z m o N o m m p CL x. z n C m 0 3 n m Iz O w = n ccc �. 3 C -{ C Q j W Cn Cnm OQ>W Oz. -+ GS Cn M r',, N (Op a CO V 7 CT A Cn w CT A W N -+ O V CA A O C m m T Q m O Z �' O' can S m o y Z cil Iz O 0 s -i Z '-U O CD O Cn J v O r A L O O O W - (O z CL \ o e cn cn c m 3' o CO m Z a 3 r 3 CD C O n c � :r Q �? r- r �stmmrinmmrr < m < nrc nDDD -n C > D -n n D D '� z r= O r Cn C) m c M to D W a o c v m a 4 C, A Eo -< c M 0 -4 _ x a O C m = CD \ < C J q d M D P -t < ZZ <o CD g r _ \ m/ CD w � /� < () U O fJ� _ -Tj Q y Cb L m ;zl m c v o a Q Q1 n mU) m m O 67 m O O X X (� O 17 Q 3 @ Q O.N O O CA (7 G1 d C.. b O m = _ Ao =D: Cn A a m' cn Mn -m ? 3 �, kms . Er � m r C Q j T m CD x O T G_ o G o O 0 N MQ Ui A U Om O m Q n0 y inN < : w � �� inn s O Dcn CL m w = a 0 Q (/1a (n 2 N N C• =N CQ O y CA 7 O R, O 7 O_ O ID 3' O ,. d .p co -u-9 'yO � O 'p L n o m' - R m cu 2 m m Z p j. Q Cn W CJ CD � m m m n D = _ m X w m — C1 Q o m y v m o s = m m m Cr co D y A S Q fD O D o D co y m a �1 ;uc O m �+ m p n Q m Q � � m o 0 fpfm 0 y 14 r cn C -Tj --q z , m cn cn rn cn C U� Q a ti �y W A W W W to w C„ N Cn j W Z C Z A A co co o C), O O O W A -i O m 00000Q000 cK3C' c, o" oc v 'Q (L 0 0 0 0 0 0 0 0 0 N 0 0 0 0 'Cl v n � o 0 0 0 0 0 o 0 m .2 Co<n !21<0 w � W S W .._ AN ._ m O Co C7t N O O O Cn O O] Cn ON Cn O O Cn O 8 `- O O O O ' cn y O O _ b O O O r CD V 0 __00 00 _ 0500 N FORT WORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Rosemary Ridge Phase 2 PROJECT NUMBER: 2728 DOE NUMBER: WATER PIPE LAID SIZE TYPE OF PIPE LF C-900 8" PVC 2346 FIRE HYDRANTS: 2 VALVES(16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: SEWER PIPE LAID SIZE TYPE OF PIPE LF SDR-26 8" PVC 4011 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 r (817)392-7941 •Fax: (817)392-7845 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: ROSEMARY RIDGE, PH 2 WATER, STORM DRAIN, SANITARY SEWER& PAVING IMPROVEMENTS DOE#: N/A CFA PRJ #: 2016-002 CITY PROJCT #: N/A CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP Brock Huggins .01 Subscribed and sworn to before me this 7th day of April 2 BERTHA GIANULIS Notcry Public,state of Texas 9 9 Notary Public in Tarrant County, .'.,.a.,,L�\`_ My Commission Expires , , Texas i' '�,F'�;;: SepiemGer 18, 219 0KIP SEG 7 OWNER ❑ SURETY CORApQ LM ARCHOTECT ❑ TO FDMPAL PAYMENTi CONTRACTOR ❑ SURETY ❑ Oontorrns veiz u the American Ensth=e of OTHERArcfroatects,A,OA1 Document G707 Bond No 0195694 PROJECT: (name, address)Rosemary Ridge Addition, Phase 2 Fort Worth,TX TO QOwner) BLOOMFIELD HOMES AND THE CITY OF FORT ARCHITECT'S PROJECT NO: CFA No,.2016-002 WORTH CONTRACT FOR: 1050 E.Highway 114,Sutie 210 Paving,Drainage, Street Lights,Water,&Sanitary Sewer for Rosemary Ridge Addition, Phase 2 Southlake TX 76092 —J CONTRACT DATE: 1/5/2016 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 0 S[I REfTi Y MUPQRY on bond of (here insert name and address of Contractor) CONATSER CONSTRUCTION TX, L.P. 5327 Wichita St. Fort Worth TX 76119-6035 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) BLOOMFIELD HOMES AND THE CITY OF FORT WORTH 1050 E. Highway 114, Sutie 210 Southlake TX 76092 O��G�EC�o as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 6th day Of April, 2017 BERKLEY INSURANCE COMPANY Attest: Surety Company � � � - � � (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 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. r 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 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 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 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 dcau these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this g�iayvk - Attest: Berkley Insurance Company a (Seal) By l By Ira S. e erman Je after m Senior Vice President&Secretary e r ' Preside WARNING= ':'I-IIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPER.. STATE OF CONNECTICUT) ss: COUNTY OF FAIRFIELD ) Sworn to before me, a Notary Public in the State of Connecticut, this�)(7tan ��— 2015, by Ira S. Lederman and Jeffrey M. Hafter who are sworn to me to be the Senior Vice President and Sthe Senior Vice Pre dent, respectively of Berkley Insurance Company. MARIA C.RUNDBAKEN �NOTARY PUBLIC MYCOMMISSION EXPIRESblic, State of Connecticut APRIL 30,2019 CERTIFICATE I,the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a true, correct and complete copy of the original Power of Attorney;that said Power of Attorney has not been revoked or rescinded 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. Given under my hand and seal of the Company,this 6th day of April 2017 (Seal) A a FORTWORTHREV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I PROJECT INFORMATION Date: 5/23/2017 Name of Contractor Project Name Conatser Construction Rosernaa Ridge Phase 2 DOE Inspector Project Manager John Crowley Gopal Sahu DOE Number Project Difficulty Type of Contract CPN#2728 0 Simple OQ Routine 0 Complex Q water 21 waste water Storm Drainage Pavement Initial Contract Amount Final Contract Amount $429,304.45 $468,420.72 Il)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 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector y 2 Clarity& Sufficiency of Details 3 Accuracy of Measured Quantities k 3 Applicability of Specifications 4 Display Of Professionalism 4 4 Accuracy of Plan Quantities f/ 5 Citizen Complaint Resolution 4 PROJECT MANAGER EVALUATION 6 Perfonnance-Setting up Valve Crews,Labs 4 1 Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Project Manager 1 Change Order Processing Time y 3 Communication y 2 Timliness of Contractor Payments q 4 Resolution of Utility Conflicts 13 Bid Opening to Pre-Con Meeting Timeframe y 111)COMMENTS& SIGNATURES COMMENTS 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 FORTWORTH REV:02/20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR n CONTRACTOR&PROJECT DATA Name of Contractor Project Name Conatser Construction Rosemary Ridge Phase 2 DOE Inspector DOE Number John Crowley CPN#2728 DOE Inspector Project Manager Q Water 0 waste water0 Storm Drainage Pavement Go al Sahu Initial Contract Amount ProjectDO'culty $429,304.45 Q Simple Q Routine Q Complex Final Contract Amount Date $468,420.72 5/23/2017 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 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 3 60 45 5 Work Performed 15 Y 3 60 45 6 Finished Product 15 Y 3 60 45 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 3 20 15 12 After Hours Response 5 Y 3 20 15 13 Project Completion 5 Y 2 20 10 TOTAL ELEMENT SCORE(A) 381 BONUS POINTS(25 Maximum)(B) II1)CONTRACTOR'S RATING TOTAL SCORE(TS) 381 Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating(ITS/MS] * 100%) 381 / 448 = 85% 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 CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS �a a� The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817) 392-7941 •Fax: (817)392-7845 BLOOMFIELD HOMES May 23, 2017 Mr. Brock Huggins Conatser Construction TX, LP P.O. Box 15448 Fort Worth, TX 76119 RE: Rosemary Ridge Phase 2 Fort Worth Project 402728 Dear Mr. Huggins, Bloomfield Homes hereby acknowledges that Conatser Construction TX, LP has completed the Water and Paving portions of the above captioned project in a timely manner. Bloomfield Homes will not assess any penalties or liquidated damages due to time extensions. If you have any questions,please feel free to contact me @ 972.569.7675. Sincerely, 41"-4�' Bloomfield Homes Mike Gavin Director of Land Development Bloomfield Homes,L.P. 1050 E.Hwy 114,Suite 210 Southlake,TX 76092 Phone:817-416-1572 Fax:817-416-1397 Bloomfield Properties,Inc.General Partner FORT WORTH., TRANSPORTATION AND PUBLIC WORKS STATEMENT OF CONTRACT TIME STATEMENT# FINAL STATEMENT# Final DOE 7280 NAME OF PROJECT: Rosemary Ridge Phase 2 Contractor Conatser YEAR: 2017 PROJECT NO:2728 FINAL INSPECTION DATE WD CD CONTRACT TIME 120 1 X PERIOD FROM: 3/16/2017 TO: 3/31/2017 1 BEG - Month I I DEVELOPMENT qb'/N)IN WORK ORDER EFFECTIVE: 5/31/2016 BEG /n MID /n n 257.5% DAY OF MONTH DAYS REASON FOR DAY OF MONTH DAYS REASON FOR CHARGED DAYS CREDITED CHARGED DAYS CREDITED 1 N/A 16 N/A 2 N/A 17 N/A 3 N/A 18 N/A 4 N/A 19 N/A NIA 20 N/A 6 N/A 21 N/A 7 N/A 22 N/A 8 N/A 23 N/A 9 N/A 24 N/A 10 NIA 25 N/A 11 NIA 26 N/A 12 N/A 27 N/A 13 N/A 28 N/A 14 N/A 29 N/A 15 N/A 30 N/A 31 N/A 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 PREVIOUS PERIOD 0 309 309 TOTAL TO DATE 0 0 0 0 309 309 REMARKS: Time was Stopped on 4/4/2017 5. Signature: Signature: (Print Name) John Crowley CONTRACTOR DATE INSPECTOR DATE 1 5/15/2017