Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 47748-FP1
uepar[menr or J Y&VV C:onsr. ,ervices CPid# Date Project Manager _ U�� Risk Management Canard 1-1 D.O.E. Brotherton �ZT WORTH® CITY SECRETARY( /1 bio � /e CONTRACT N0. � � � CFA Westerman/Scanned Esteban Perez/Scanned The Proceeding people have been Contacted o� concerning the request for final payment& have 'ATION AND PUBLIC WORKS S^I 0 — C—C12311 released this project for such payment. )F PROJECT COMPLETION Developer Projects) D6r72 Clearance Conducted By Awfid(u City Project Ns: 02318 Vis# y-77g Regarding contract 117269 for TERRACE LANDING PHASE 2D 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 � - i n&Public Works Department has accepted the project as complete. D JAN 18 2017 Original Contract Price: $488,217.00 By Amount of Approved Change Orders: ($103,856.00) Ns 1 &3 Revised Contract Amount: 5384,361.00 Total Cost Work Completed: $384,361.00 Recommended for Acceptance Date Asst. Director, TPW - Infrastructure Design and Construction /�z /,�rz t/— V Accepted D e Asst. Director, WATER DEPARTMENT Asst. City Manager Date' HMA MM" Comments: -- - JAN 2 8 2017 OFFICIAL RECORD CITY SECRETARY Initial: FT®VYORTH,TX Rev.9/22/16 L5 \V—/ LL�3 U v L5 JAN 18 2017 Sgc�ol - coa 318 City Project Numbers 02318 By DOE Number 7269 Contract Name TERRACE LANDING PHASE 2D Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 12/14/2016 Project Funding Project Manager Buckley City Secretary Contract Number Inspectors LAYER / GRINDSTAFF Contract Date Contractor CONATSER CONSTRUCTION TxLP Contract Time 180 CD 5327 WICHITA ST Days Charged to Date 175 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 $384,361.00 Less %Retained $0.00 Net Earned $384,361.00 Earned This Period $384,361.00 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 $384,361.00 Wednesday,December 14,2016 Page 4 of 4 FORTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name TERRACE LANDING PHASE 2D Contract Limits Project Type WATER&SEWER City Project Numbers 02318 DOE Number 7269 Estimate Number 1 Payment Number 1 For Period Ending 12/14/2016 CD City Secretary Contract Number Contract Time 18(FD Contract Date Days Charged to Date 175 Project Manager Buck-ley Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TXLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors LAYER / GRINDSTAFF Wednesday,December 14,2016 Page 1 of 4 City Project Numbers 02318 DOE Number 7269 Contract Name TERRACE LANDING PHASE 2D Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 12/14/2016 Project Funding WATER/SEWER Item Description of Items Estimated Estimated Completed Completed No p Unit Unit Cost A p Quanity_ Total Quanity Total --------------------------------------- -- 3 8"WATERLINE LOWERING 2 EA $2,500.00 $5,000.00 2 $5,000.00 4 TRENCH SAFETY cc#1 3412 LF $1.00 $3,412.00 3412 $3,412.00 5 20"CASING BY OTHER THAN OPEN CUT 40 LF $300.00 $12,000.00 40 $12,000.00 6 DUCTILE IRON WATER FITTINGS 3.28 TN $4,500.00 $14,760.00 3.28 $14,760.00 W/RESTRAINT co#1 7 8"PVC WATER PIPE co#1 3412 LF $32.00 $109,184.00 3412 $109,184.00 8 FIRE HYDRANT 6 EA $3,500.00 $21,000.00 6 $21,000.00 9 CONNECTION TO EXISTING 4"-12"WATER 3 EA $1,000.00 $3,000.00 3 $3,000.00 MAIN 10 1"WATER SERVICE 93 EA $850.00 $79,050.00 93 $79,050.00 11 6"GATE VALVE 6 EA $950.00 $5,700.00 6 $5,700.00 12 8"GATE VALVE 6 EA $1,150.00 $6,900.00 6 $6,900.00 13 24"X 8"TAPPING SLEEVE&VALVE 1 EA $6,500.00 $6,500.00 1 $6,500.00 14 TRAFFIC CONTROL 1 MD $2,500.00 $2,500.00 1 $2,500.00 15 REMOVE 8"SEWER LINE 20 LF $20.00 $400.00 20 $400.00 16 CONCRETE ENCASE SEWER PIPE 2 CY $150.00 $300.00 2 $300.00 17 POST CCTV INSPECTION 1053 LF $2.00 $2,106.00 1053 $2,106.00 18 MANHOLE VACUUM TESTING 7 EA $150.00 $1,050.00 7 $1,050.00 19 TRENCH SAFETY 1053 LF $2.00 $2,106.00 1053 $2,106.00 20 4"SEWER SERVICE 38 EA $750.00 $28,500.00 38 $28,500.00 21 8"SEWER PIPE 680 LF $42.00 $28,560.00 680 $28,560.00 22 10"SEWER PIPE 373 LF $46.00 $17,158.00 373 $17,158.00 23 WASTEWATER ACCESS CHAMBER 1 EA $3,500.00 $3,500.00 1 $3,500.00 24 4'MANHOLE 7 EA $4,000.00 $28,000.00 7 $28,000.00 25 4'EXTRA DEPTH MANHOLE 21 VF $175.00 $3,675.00 21 $3,675.00 Sub-Total of Previous Unit $384,361.00 $384,361.00 Wednesday,December 14,2016 Page 2 of 4 City Project Numbers 02318 DOE Number 7269 Contract Name TERRACE LANDING PHASE 2D Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 12/14/2016 Project Funding Contract Information Summary Original Contract Amount $488,217.00 Change Orders Change Order Number 1 $1,916.00 Change Order Number 3 ($105,772.00) Total Contract Price $384,361.00 JA, Date - I—l V Total Cost of Work Completed $384,361.00 Contract Less %Retained $0.00 JI�111- Net Earned $384,361.00 Date Inspect'n u Earned This Period $384,361.00 Date /`� `I�1/�-/� / ,n �_ ,J� Retainage This Period $0.00 Less Liquidated Damages P a�Ad II �^ Days @ /Day $0.00 Date �� w�7 LessPavement Deficiency $0.00 Asst.Director/T/PW--Infrastructure Design d Co struction Less Penalty $0.00 (�V DateZ _/ Less Less Previous Payment $0.00 Director/Contracting Department Plus Material on Hand Less 15% $0.00 AL Balance Due This Payment $384,361.00 Wednesday,December 14,2016 Page 3 of 4 FORTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.;1 NAME OF PROJECT: Terrace Landing Phase 2D PROJECT NO.: 02318 CONTRACTOR: CONATSER Const. TX L.P. DOE NO.; 7269 PERIOD FROM 06/16/16 TO: 12/07/16 FINAL INSPECTION DATE: 7-Dec-16 WORK ORDER EFFECTIVE; CONTRACT TIME; 180 Q Wg CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH CHARGED CREDITED MONTHCHARGED 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 PERIOD 175 175 PREVIOUS PERIOD TOTALS TO DATE 175 175 *REMARKS; 0t 14 TjwF0 /C�- / CONTRACTOR DATE IN CTOR DATE ENGINEERING DEPARTMENT a The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TZ 76012-6311 (817) 392-7941 •Fax: (817)392-7845 U a v� a p w mo zo 0 U 0 'S c. � V c J N W a W O O O N yO N N N Q w N m 0 G O O O �. N tl•1 N > N O W d O N H N 0Q W z r M Z of Q 4 Q WLLI T J n >I _ Q I T z N N 0 0 o m 0 o c o O N 0 o P > N nY O LL.! CN N CN e 0 ch CVct� - O N � z 00 co z z C a of m o 0 0 Q O CL o ? ? u 2 F z '^ U Q p acir �e u, LLI (] U N of C o 0 a } z z . p F- c c g o W V o o v o m W' w Q cn o 0 0 O O O N NY Q C M M 409, M W © N H N CL > N r r W c00 h N 0 ❑ CD � 7 _ J N M CM •�Y `a c _o o c*) o m U c W iL N cy c COO n C M c` o Y w m 'a O O -a U !- O O W Q o c o Iq J N N l0 3 0 o ro c C£) U C7 co 7 N a a C CD ; m LO Cf) m O Cj O N 04 U O A V N y O U � H ir Z W U O 1.- O Q C C UJ Z F' 3t w C7 O= <") 2 f- (� a g F o U U Q x a zz rn o U � w z ¢ w ~ a L) c en Z I- W O O C Q m o o n o > o 3 LY C Z Q Q Ir W W w N H Q O fL W fl O O O O a Z y mcli LIJU {Y U U V o U p w w a C) n �+ W W k WLLJ a to U) ¢ o p O z Q I}- WQ W O c_7 [� 0 SL) F ~ a- UO U U O t� ! of Lu z o > o 5 z d o v v `a � ~ OC) 0 0 0 0 N 0 0 0 - 0 0 (M L OO O N N N a d U (fl cc H3(n 613,6969 (o O WO � 0 0 0 C) p O O O o 0.00 N ON C } N to M M M d Z co 49 t D M U a � 43 2 c o m - t a 2 E m CD c 0 c W V O N C (U E a c CL E m 4 U m Z j= a d 2 O a c E Ir m m 9 U (U m Ln H tu N C rW m C, c 0 c Q 4 E IU V as ma c O L p U Lj � N 0 N 005n m axi �UF-Oq_ t H c W c oCOooia o E > �000a~ O cou) a' = ci N CV C', M < E O MMM M Q m Z j= N c O" ~ } LL Z U- LD SVD to J 0-1 i 0 to U C N C E } 0 U _ 5 t[J I() co a co GMM�NO � m OCDV O V W O J L 2 c O W O(0 0) N Z U O O O C — O t0 O N c W D ox•-0000 _q o vo10 0 p0 V C O M M M M m V L p v 9 0 U r a U c T N Q LLu m N F O Q z it m O � # W m Z ° W a � � U a_ o O N y LL N N O m O m e U 7 Q N } W > a) U m (n rn 0 0co O m m m a U cn v u o J nj LU O W O O N d' Lnw y F- m N N N C G C V M N M 1 C G Z 2 0 N - _Z r a 0 0 O vi O O O O O a Ci O. O N _O O O v C O o 0 Z V7 n V to N N W N 'I N N co N O N M Z 0 0 0o ui UZ r m Z 00 pc� > Ui m S O F I c O1 m U F.. Z d N N L� G M t0 lQ N 19 r U tD tD tD O) U h Of> m ,� v W F D U 4) 0N N y N 0.' O Q O O � Z Z a as} a) a) 0 F- 0 0 'cCD r r r. �; � U d 3 Ln m LU m W Oi ?Q V) O O O •- co C OIn In InQ O Vi M ah K r W 00 OD N o � IL 04 C2 2 a O N N N �y J m O O '0 V G bl W •_- LO M O O V 6. IL N N m w v 19, © C CO ^O C Y u o a O O -p ,O N O O wTr C Q o r 0 _ cocc� U O OD N Q m r ^ h O 2 c� O an to M O CJ O NN N N > w r�i w h > N O I,, d n Q u w O F CE Z W n O O ~ Q W QQU w U U Q = < ZZ U W V O o 0 Q U 7 7 Q QQ' W W Q a Q U W V y O F F ~Q 0 O w W a W W F- U O CN a s O I- 0 0 0 o a z m m o t C) 1 ' U J w I-- O ( LLI o UL ww3tw C) p O Z w a z cr Z w o U ¢UU O � ~ Q o sW m 0000000 0 0 0 0 0 0 0 N J O M u7 LO 0 0 M N Q O M O) In M O !, O) O N W V r r M a d FA 64 69 cA 69 fA coo w OO U O O C) 0O O U 2 Q h 0 O O O �N CO M r- C. d to c d j J Q O F V C m O a V V S) a w U C U O m Q � v as a E m z i= CL z m 0 y F- a- 0 L_ d '3 0 d U o U) O W � � r C Lu � � m F y a - o y m M E 0 �d CC C � y N O a p O O O LL C J C _ E :j� m Q v m � � �a x C O 4 Of w tow CD O m > o W, -: 9 lc E- 3 O r �mv� � airi cc � = ui m d ami o o ani ani rni a a x Q D m Z 1= m F U Z Q } } Z} a W W U) fA W N C O) v C N } O N m U Om 'a z N 00] CO CD v N O D M � L,a7 O n O m w J U J a d) S o r H 000000 c-S Z o S o c0i0000 0 }}m gym, r r c7 M v I M O cn M M m C p V /1 U O O w R7 V i C U a Q c a ai o m m F o p z L O LU Y # (7 m w Z E � v )nmmrn d O v c � �rcc 2 } U Q) 0- 0 N d LL N v m yO o ca y m d o O w } Q v � / 2 2 § � u . _ 2 . . � . m . ! � { � ( u 2 L " § § F [ clito VD I0 ® ■ 2 )} iE C.) \ o§ § � - \ } CC, C. ) < n RJQVb / \ 7 , - / \ O q $ u fl- 0 / ° 2 / / \ CL � \ \ ° cm al $ / a to < z ` ƒ oc 3In u \ a. a. ul _ § 2 < k« ¥ In _ E / \ / 2 \ \§ \ /® \ \ ®/ L) - u m S @ \ n > E & & _ . - O @E f \ § / y F- 2 '0 u - ` / = 2 k } f « G a " / ) R o � @ ( - ca / § \ p y Z a ) / § LU0 ouj LU & & # # ƒ 2 / k / 0 P e 0 < , e , S k / � / } § � u ( \} k i / A / 1 k § < < } / Lu S ul 6 < 0 EL 0- / ® S o / 3 \ k u E ± o U / G b oLLI « e * I � I u # u % ® ? J & E w ] G / / 0 < 3 % 0 § o o m < e a 0 o Q O a m E 2 a_ § 2 § § / § ) / u ) N N O O O O O O O R O O O H f.9�H3 W U Eroo 2 a J +7 X F c V 0 U 2 c W U w lCL a C) IL O E C7 Q U m Z t= Z O a x U N W Q W F m m F la W J 0 � N L L � U U X � C t7 W O O ~O > O O O f 0t O o a Ir 01 E Cn m —_ LL N N ` C � Ql L C O � m O U 6 M C �. E .Q O J VW w Wa z �+ F O o w W O c o 6 0 0 m O (� �� N m #0In 0 0 U 0 U J N `'Al t 0 LLI cca U C T aj C1 Om N I- W Z d) 0 L Q LU y t W z p F c V = U a O N �) W N z O O �a U) Q m o W >- > m 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: TERRACE LANDING PHASE 2D WATER & SS REPLACEMENT STORM DRAIN, PAVING AND STREET LIGHT IMPROVEMENTS DOE#: N/A CITY PRJ #: 2016-024 CITY OF FORT WORTH STATE OF TEXAS ;ZZ STRUCTION TX, LP Brock Huggins Subscribed and sworn to before me this 2"d day of December, 2016. t • I-``"7...i,,, BERTHA GIANULIS , Notary Public in Tarrant County, Texas Notary Public,State of Texas , .• p I a, commission Ex fres 11 ` � F;' September 18, 2019 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ TO FINAL PAYMENT CONTRACTOR ❑ SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document 6707 Bond No 0201456 PROJECT: (name, address)Terrace Landing Phase 2D Fort Worth,TX TO (Owner) ID.R. HORTON-TEXAS,LTD AND CITY OF FORT ARCHITECT'S PROJECT NO: CFA No.2016-024 WORTH CONTRACT FOR: 6751 North Freeway Water,Sanitary Sewer,Paving,Drainage,and Street Light Fort Worth TX 76131 Improvements for Terrace Landing Phase 2D 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) D.R. HORTON -TEXAS, LTD AND CITY OF FORT WORTH 6751 North Freeway Fort Worth TX 76131 OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 1 St day of December, 2016 BERKLEY INSURANCE COMPANY Surety Company Attest: (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.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 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: m. 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. Z IN WITNESS WHEREOF, the Company has cau e these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 'day of -1-5. Attest: Berkley Insurance Company (Seal) By ! By Ira S.. e erman Je after Senior Vice President&Secretary e r Preside lLf WARNING: THIS 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`J(�lotary '�-t-e� 2015, by Ira S. Lederman and Jeffrey M. Halter 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.RUNDBAKEN NOTARY PUBLIC MY COMMISSION EXPIRES ublic, 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 1st day of December 2016 (Seal) A a FORTWORTHREV:8/20/16 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Name of Contractor Project Name CONATSER Construction TX,L.P. Terrace Landing Phase 2D Inspector City Project Number Edwin R.Rodriguez, Sr. 02318 Construcllon Components Project Manager 0 Water 2 wastewater[:] Storm Drainage❑ Pavement Patrick Buckley,P.E. Initial Contract Amount ProjectD fficulty $488,217.00 O Simple Q Routine Q Complex Final Contract Amount Date $384,361.00 12/8/2016 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 3 60 45 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) 428 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 428 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating([TS/MS] x 100%) 428 / 448 = 96% 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) Inspector Signature Contractor Signature Inspector's Supervisor Signature CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 8851 Camp Bowie West Blvd. •FortWorth,TX 76116 • (817) 392-8306 FORTWORTH r TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Terrace Landing Phase 21) PROJECT NUMBER: 02318 DOE NUMBER: 7269 WATER PIPE LAID SIZE TYPE OF PIPE LF Yes 8" PVC 3412 FIRE HYDRANTS: 6 VALVES(16" OR LARGER) N/A PIPE ABANDONED SIZE TYPE OF PIPE LF N/A DENSITIES: Yes NEW SERVICES: 1" Copper 93 SEWER PIPE LAID SIZE TYPE OF PIPE LF Yes 8" PVC 680 Yes 10" PVC 373 PIPE ABANDONED SIZE TYPE OF PIPE LF N/A DENSITIES: Yes NEW SERVICES: 4" PVC 38 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:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: 12/8/2016 Name of Contractor Project Name CONATSER Construction TX L.P. Terrace Landing Phase 2D DOE Inspector Project Manager Edwin Rodriguez Patrick Buckley,PE DOE Number Project Di�culn, Tvpe of Contract 7269 Q Simple Q Routine Q Complex 7 water waste water Storm Drainage0 Pavement Initial Contract Amount Final Contract Amount $488,217.00 1$384,361.00 II)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3 -Good 4-Excellent ELEMENT RATING JELEMENT RATING (0-4) (0-4) INSPECTION EVALUATION I PLANS& SPECIFICATIONS 1 Availability of Inspector 11 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector 12 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities 13 Applicability of Specifications 4 Display Of Professionalism 14 Accuracy of Plan Quantities 5 Citizen Complaint Resolution Z/ PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs yf 1 Knowledge And/Or Problem Resolution ell ADMINISTRATION 2 Availability of Project Manager 41 1 Change Order Processing Time 3 Communication 2 3Timliness of Contractor Payments �{ 4 Resolution of Utility Conflicts ZF / Bid O ening to Pre-Con Meeting Timeframe y III)COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector Signature DOE Inspector's Supervisor 's INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORDS s The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817) 392-7941 •Fal: (817) 392-7845