Loading...
HomeMy WebLinkAboutContract 54230-FP2 City Secretary 54230 -FP2 Contract No. FORTWORTH, Date Received Oct 20,2021 NOTICE OF PROJECT COMPLETION (Developer Projects) The Transportation and Public Works Department upon the recommendation of the Project Manager has accepted the following project as complete: Project Name: Northpointe Phase 1 B City Project No.: 102308 Improvement Type(s): ❑x Paving ❑x Drainage ❑ Street Lights ❑ Traffic Signals Original Contract Price: $3,916,452.53 Amount of Approved Change Order(s): $17,602.00 Revised Contract Amount: $3,934,054.53 Total Cost of Work Complete: $3,934,054.53 Oct 18,2021 Jacob Gatewood(Oct 18,202115:03 CDT) Contractor Date Project Manager Title Conatser Construction TX, L.P. Company Name Hickman(Oct 18,202115:08 CDT) Oct 18,2021 Project Inspector Date 1 Oct 18 2021 Khal Jaafa ri P.E. Oct 18,202115:49 CDT) , Project Manager Date � Oct 18,2021 CFA Manager Date + Dc�nc� Bu�cih�l2ff Oct 19,2021 Dana Burghdoff t�9 9mi�DT) Asst. City Manager Date i OFFICIAL RECORD CITY SECRETARY Page 1 of 2 I FT. WORTH, TX Notice of Project Completion Project Name: Northpointe Phase 1 B City Project No.: 102308 City's Attachments Final Pay Estimate IX -I Order(s): ❑x Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 240 Choose an item. Days Charged: 260 Work Start Date: 8/31/2020 Work Complete Date: 9/7/2021 Completed number of Soil Lab Test: 1035 Completed number of Water Test: 92 Page 2of2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name NORTHPOINTE PHASE 1 B Contract Limits Project Type PAVING&DRAINAGE City Project Numbers 102308 DOE Number 2308 Estimate Number 1 Payment Number 1 For Period Ending 9/7/2021 WD City Secretary Contract Number Contract Time 24WD Contract Date 7/1/2021 Days Charged to Date 260 Project Manager NA Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors CORDOVA,R/ HICKMAN,J I Thursday,October 14,2021 Page 1 of 6 City Project Numbers 102308 DOE Number 2308 Contract Name NORTHPOINTE PHASE 1B Estimate Number 1 Contract Limits Payment Number I Project Type PAVING&DRAINAGE For Period Ending 9/7/2021 Project Funding UNIT III:DRAINAGE IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- I 10'CURB INLET 3 EA $3,200.00 $9,600.00 3 $9,600.00 2 15"CURB INLET 24 EA $4,200.00 $100,800.00 24 $100,800.00 3 20'CURB INLET 2 EA $5,200.00 $10,400.00 2 $10,400.00 4 I T RECESSED INLET 4 EA $5,200.00 $20,800.00 4 $20,800.00 5 20'RECESSED INLET 3 EA $6,200.00 $18,600.00 3 $18,600.00 6 3'DROP INLET(CO#1) 2 EA $4,500.00 $9,000.00 2 $9,000.00 7 4'STRRM JUNCTION BOX 15 EA $5,000.00 $75,000.00 15 $75,000.00 8 5'STORM JUNCTION BOX 4 EA $6,000.00 $24,000.00 4 $24,000.00 9 6'STORM JUNCTION BOX 4 EA $7,500.00 $30,000.00 4 $30,000.00 10 T STORM JUNCTION BOX 1 EA $9,000.00 $9,000.00 1 $9,000.00 11 T STORM JUNCTION BOX 1 EA $14,500.00 $14,500.00 1 $14,500.00 12 12"STORM DRAIN PVC(CO#1) 145 LF $43.00 $6,235.00 145 $6,235,00 13 2l'RCP CLASS III(CO#1) 2894 LF $48.00 $138,912.00 2894 $138,912.00 14 24"RCP CLASS III(CO#1) 1882 LF $53.00 $99,746.00 1882 $99,746,00 15 27"RCP CLASS III 231 LF $58.00 $13,398.00 231 $13,398.00 16 33"RCP CLASS III 136 LF $83.00 $11,288.00 136 $11,288.00 17 36"RCP CLASS III 709 LF $93.00 $65,937.00 709 $65,937.00 18 42"RCP CLASS III(CO#1) 199 LF $123.00 $24,477.00 199 $24,477.00 19 48"RCP CLASS III 851 LF $148.00 $125,948.00 851 $125,948.00 20 4'X4'BOXCULVERT 77 LF $208.00 $16,016.00 77 $16,016.00 21 5'X4'BOX CULVERT 161 LF $268.00 $43,148.00 161 $43,148.00 22 TX4'BOX CULVERT 197 LF $368.00 $72,496.00 197 $72,496.00 23 2-10'XTMULTIPLE BOX CULVERT 208 LF $1,295.00 3269,360.00 208 $269,360.00 24 21"SET 1 PIPE 1 EA $2,250.00 $2,250.00 1 $2,250.00 25 24"SET I PIPE(CO#1) 2 EA $2,500.00 $5,000.00 2 $5,000.00 26 27"SET 1 PIPE 2 EA $3,000.00 $6,000.00 2 $6,000.00 27 36"SET 1 PIPE 2 EA $3,500.00 $7,000.00 2 $7,000.00 28 42"SET 1 PIPE 2 EA $5,000.00 $10,000.00 2 $10,000.00 29 TXDOT FW-0(2-10'X7')CONCRETE RISERS& 1 EA $42,500.00 $42,500.00 1 $42,500.00 PLATE 30 TXDOT PW-02(2-10'X7') 1 EA $66,500.00 $66,500.00 1 $66,500.00 Thursday,October 14,2021 Page 2 of 6 City Project Numbers 102308 DOE Number 2308 Contract Name NORTHPOINTE PHASE 1B Estimate Number 1 Contract Limits Payment Number 1 Project Type PAVING&DRAINAGE For Period Ending 9/7/2021 Project Funding 31 TXDOT SW-0(4'X4')(CO#1) 1 EA $9,500.00 $9,500.00 1 $9,500.00 32 TXDDOTSW-0(TX4') 1 EA $14,500.00 $14,500.00 1 $14,500.00 33 10"NYLOPLAST INLINE DRAIN W/DOME 10 EA $750.00 $7,500.00 10 $7,500.00 GRATE 34 IS"NULOPLAST INLINE DRAIN W/DOME 5 EA $1,250.00 $6,250.00 5 $6,250.00 GRAATE(CO#1) 35 24"NYLOPPLAST INLINE DRAIN BASIN 3 EA $2,500.00 $7,500.00 3 $7,500.00 36 8"LARGE STONE RIPRAP DRY 15 SY $85.00 $1,275.00 15 $1,275.00 37 12"LARGE STONE RIPRAP DRY 334 SY $90.00 $30,060.00 334 $30,060.00 38 18"LAARGESTONE RIPRAP DRY 532 SY $105.00 $55,860.00 532 $55,860.00 39 CONCRETE COLLAR 9 EA $500.00 $4,500.00 9 $4,500.00 40 TRENCH SAFETY 8280 LF $1.00 $8,280.00 8280 $8,280.00 42 8"STORM DRAIN PVC(CO#1) 146 LF $38.00 $5,548.00 146 $5,548.00 43 10"STORM DRAIN PVC(CO#1) 534 LF $41.00 $21,894.00 534 $21,894.00 44 10"NYLOPLAST INLINE DRAIN(CO#1) 12 EA $750.00 $9,000.00 12 $9,000.00 45 REMOVE&REPLACE JUNCTION BOX(CO#1) 1 EA $10,500.00 $10,500.00 1 $10,500.00 46 TXDOT PW-1(4'X4')CO#1 1 EA $9,500.00 $9,500.00 1 $9,500.00 --------------------------------------- Sub-Total of Previous Unit $1,549,578.00 $1,549,578.00 UNIT 1V:PAVING IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 6"CONC PVMT 13646 SY $33.50 $457,141.00 13646 $457,141.00 2 7.5"CONC PVMT 13880 SY $40.50 3562,140.00 13880 $562,140.00 3 10"CONC PVMT 11828 SY $50.50 $597,314.00 11828 $597,314.00 4 6"LIME TREATMENT 14522 SY $3.00 $43,566.00 14522 $43,566.00 5 8"LIME TREATMENT 27458 SY $3.50 $96,103.00 27458 $96,103.00 6 HYDRATE LIME @ 30#/SY 630 TN $180.00 $113,400.00 630 $113,400.00 7 5"CONC SIDEWALK 4089 LF $16.25 $66,446.25 4089 $66,446.25 8 6"CONC SIDEWALK(CO#1) 1130 LF $20.00 $22,600.00 1130 $22,600.00 9 6"BIKE LANE 2435 LF $20.00 $48,700.00 2435 $48,700.00 I 10 BARRIER FREE RAMP,TYPE R-I 8 EA $1,500.00 $12,000.00 8 $12,000.00 11 BARRIER FREE RAMP,TYPE P-1 26 EA $1,200.00 $31,200.00 26 $31,200.00 i 12 CONSTRUCT CONCRETE HEADER 383 LF $20.00 $7,660.00 383 $7,660.00 13 INSTALL TYPE III END-OF-ROAD BARRICADE 13 EA $500.00 $6,500.00 13 $6,500.00 Thursday,October 14,2021 Page 3 of 6 City Project Numbers 102308 DOE Number 2308 Contract Name NORTHPOINTE PHASE I Estimate Number 1 Contract Limits Payment Number 1 Project Type PAVING&DRAINAGE For Period Ending 9/7/2021 Project Funding 14 4"DOT PVMT MARKING HAS(Y) 11918 LF $1.50 $17,877.00 11918 $17,877.00 15 24"SLD PVMT MARKING HAE(W) 64 LF $20.00 $1,280.00 64 $1,280.00 16 FURNISH/INSTALL ALUMSIGN GROUND 31 EA $350.00 $10,850.00 31 $10,850,00 MOUNT CITY STD. 17 INSTALL STREET NAME BLADES 16 EA $200.00 $3,200.00 16 $3,200.00 18 INSTALL STOP SIGN 15 EA $300.00 $4,500.00 15 $4,500.00 19 TOP SOIL 16919 SY $7.00 3118,433.00 16919 $118,433.00 20 BLOCK SOD PLACEMENT 16919 SY $4.25 $71,905.75 16919 $71,905.75 21 TXDOT TYPE E HANDRAIL(CO#3) 627 LF $140.00 $87,780.00 627 $87,780.00 22 CONNECT TO EXISTING ASPHALT PAVEMENT 1 EA $1,000.00 $1,000.00 1 $1,000.00 23 REMOVE BARRICADE&CONNECT TO 1 EA $380.53 $380.53 1 $380.53 EXISTING STREET 24 TRAFFIC CONTROL 1 LS $2,500.00 $2,500.00 1 $2,500.00 -------------------------------------- . Sub-Total of Previous Unit $2,384,476.53 $2,384,476.53 -------------------------------------- Thursday,October 14,2021 Page 4 of 6 City Project Numbers 102308 DOE Number 2308 Conti-act Name NORTHPOINTE PHASE 113 Estimate Number 1 Contract Limits Payment Number 1 Project Type PAVING&DRAINAGE For Period Ending 9/7/2021 Project Funding Contract Information Summary Original Contract Amount $3,916,452.53 Change Orders Change Order Number 1 $18,722.00 Change Order Number 3 ($1,120.00) i Total Contract Price $3,934,054.53 Total Cost of Work Completed $3,934,054.53 Less %Retained $0.00 Net Earned $3,934,054.53 Earned This Period $3,934,054.53 Retainage This Period $0.00 Less Liquidated Damages Days @ /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 $3,934,054.53 Thursday,October 14,2021 Page 5 of 6 City Project Numbers 102308 DOE Number 2308 Contract Name NORTHPOINTE PHASE I Estimate Number 1 Contract Limits Payment Number I Project Type PAVING&DRAINAGE For Period Ending 9/7/2021 Project Funding Project Manager NA City Secretary Contract Number Inspectors CORDOVA,R / HICKMAN,J Contract Date 7/1/2021 Contractor CONATSER CONSTRUCTION TxLP Contract Time 240 WD 5327 WICHITA ST Days Charged to Date 260 WD 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 $3,934,054.53 Less %Retained $0.00 Net Earned $3,934,054.53 Earned This Period $3,934,054.53 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 $3,934,054.53 Thursday,October 14,2021 Page 6 of 6 DocuSign Envelope ID:62A15A4D-8762-4636-89BC-E28B1C9DOB4E DEVELOPER-AWARDED-PROJECT CHANGE ORDER PROJECT NAME: North ointe Phase 113 CHANGE CONTRACT: Water Sewer Paving/Street Signs,Storm Drain and Street Li hls ORDER No: CFA# 19-0151 CITY PARTICIPATION: NO CITY PROJECT# 102308 DOE# 7/30/2021 1 WATER PROJECT# FID#30114-0200431-102250-EO7685 SEWER PROJECT# FID#30114-0200431-102250-EO7685 LE, W-2654 INSPECTOR: Matthew Mabry Phone No: 817-870-3668 PROJECT MANAGER: Khal Jaafad Phone No: 817-392-7872 CONTRACT UNIT WATER SEWER PAVING DRAINAGE STREETLIGHTS CONTRACT Developer Developer DAYS Developer Cost CityCost Cost CityCost DeveloperCost CityCast DeveloperCost city it Cost Cost City Cost ORIGINAL CONTRACT $977577.50 $704,271.80 $2,309,676.53 $1528776.00 $419,681.00 240 EXTRAS TO DATE CREDITS TO DATE CONTRACTTODATE $977.577.50 $0.00 $704,271.80 $0.00 $2,389,676.53 $0.00 $1.526,776.00 $0.00 $419,681.00 $0.00 240 � AMOUNT OF PROP.CHANGE ORDER $ 38,008.00 $ 7,490.00 $ 4,080.00 $ 22 802.00 REVISED CONTRACT AMOUNT $1.015585.50 $0.00 $711,761a0 $0.00 $2,385,596.63 1 $0.00 $1,549.578.00 1 $0.00 $419,681.00 $0.00 240 TOTAL REVISED CONTRACT AMOUNT PER UNIT $1015585.50 $71l,761.60 $2385596.63 1 $1,549576.00 1 $419681.00 I REVISED COST SHARE Dev.Cost: $6,082,202.83 ;City Cost: $0.00 TOTAL REVISED CONTRACT $6,082,202.83 I I Revised:10-12-2011 Pagel DocuSign Envelope ID:62A15A4D-8762-4636-89BC-E28B1C9DOB4E You are directed to make the followin than es In the contract documents: PAY ITEM# CRY BID ITEM#I QUANTITY U11 ITEM DESCRIPTION UNR PRICE TOTAL UNIT I:WATER IMPROVEMENTS 1 3311.0241 -738 LF I 8"Water Pie 33 24 354.00 6 0241A218 2 EA 4"-12"Water Abandonment Plu 1000 2000.00 8 3311.0001 0.408 TON Ductile Iron Water Fiflin s w/Restraint 4500 1,836.00 9 3312.3003 -4 EA S"Gale Valve 1250 (5,000.00) 12 3312.2003 1 EA 1"Water Service 950 $ 950.00 15' 3312.0341 798 EA 10"Water Pie 42 33516.00 16' 3312.2103 5 EA 10"Gate Valve 2000 $ 10 000.00 17' 3312.2103 2 FA 1 1/2"Water Service 1800 $ 3,600.00 18' 9999.0024 6 FA 10'k8"Reducer 850 $ 5100.00 19' 9999.OF 268 1 LF 4"PVC Sleeve 20 1 $ 5,160.00 20' J 3305.1103 1 20 1 LF 20"Casing Pipe 100 2,000.00 21' 1 9999.0026 1 20 1 LF Hand Tunnel 16"Waterline 1 160 1 $ 3,200.00 SUB TOTAL UNIT I:WATER IMPROVEMENTS 1$ 38008.00 UNIT It:SANITARY SEWER IMPROVEMENTS 1 3331.4115 65 LF 8"Sewer Pie 38 $ 2,470.00 3 3331.4116 20 LF 8"Sewer Pipe,CBS Back611 56 1,160.00 4 3331.4117 20 LF 8"Sewer Pipe,CLSM Backfill 66 1,360.00 16 241.2103 2 EA 8"Sewer Abandonment Plug 1000 $ 2,000.00 17 9999.0003 -4 EA Ad Just Manhole Rim Elevation 1000 (4,000.00) 18 9999.0027 1 EA Connect to E)dstinq Manhole with Drop Connection 4500 $ 4,600.00 SUB TOTAL UNIT II:SANITARY SEWER IMPROVEMENTS $ 7490.00 UNIT III:DRAINAGE IMPROVEMENTS 6 9999.0004 -1 EA T Drop Inlet 4500 $ (4,500.00) 12 9999.0005 -610 LF 12"Storm Drain PVC 43 26 230.00 13 3341.0201 6 LF 21"RCP Class 111 48 $ 288.00 14 3341.0205 6 LF 24"RCP Class 111 53 $ 318.00 18 3341.0402 8 LF 42"RCP Class 111 123 984.00 25 3349.4105 1 EA 24"SET 1 pipe 2500 2500.00 31 9999.0008 -1 EA TxDOT SW-0 4'x 41 9500 9500.00 34 999940011 2 EA Modi /Re lace 15"NYloplast Inline Drain Basin w/Dome Grate 1250 2500.00 42' 9999.0028 146 LF 8"Storm Drain PVC 38 $ 5648.00 43' 9999.0029 1 534 1 LF 10"Storm Drain PVC 41 21 894.00 44' 9999.0300 1 12 1 EA 10"Nyloplast Inline Drain 750 $ 9000.00 45' 9999.0031 1 1 1 EA I Remove 8 Replace Junction Box 10500 10 500.00 46' 9999.0008 1 1 1 EA T%DOT PW-1 4'x4' 9500 9500.00 SUB TOTAL UNIT It:DRAINAGE IMPROVEMENTS k 22802.00 UNIT IV:PAVING IMPROVEMENTS 8 3213.0303 1 -204 1 LF 6'Cone Sidewalk 1 20 (4,080.00) SUB TOTAL UNIT It:PAVING IMPROVEMENTS $ 4080.00 TOTAL CHANGE ORDER N0.1 $ 64220.00 REASONS FOR CHANGE ORDER Upsize WLA WL-G,and WL-Q to be 10"and add two 10'stubs to future Phase 3 in order to adhere to the approved overall Abrthpointe wafer study.Also to remove instructions to adjust the rim elevations on the Phase IA Line SS-A as the rims have been set with the Phase fA construction.Added 8"stub for WL-O for future phase.Revised Heritage Trace paving profile in order to provide required separation from existing gas line that was communicated to be deeper than what was found onsite.Revised line SD-A per the revised grading changes to Heritage Trace Boulevard.Added 8"Line SS-K sewer crossing to eliminate additional construction costs with future development(sheet C-20 S C-27).Revised storm drain for private rear yard systems to be further from the walls(sheet C-81,83,8 92.1).Revising sidewalk to be by homebuilder since the open space was removed(sheet C-109).Add a sewer stub for future development(sheet C-19 8 C-27).Revised HD WL on SDJ from SW to Pi howl(no price change). NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100%OF THE CHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER. RECOMMENDED: APPROVED: I�Red by APPROVED: Kimley-Horn o�b>4-b,. = Lennar Ho s f T i(s La sfructkn Conefser ruction TX,LP Bryce Eckeberger By., a�:zoz�masliaiseasar By. By, � C�- Name: Bryce Eckeberger Name:Jennifer Eller Name:Adam Bu s Title:Protect Manager Title:Authorized Agent Title:Manager Revised:10-12-2011 Page 2 DocuSign Envelope ID:62A15A4D-8762-4636-89BC-E28B1C9DOB4E DEVELOPER-AWARDED-PROJECT CHANGE ORDER PROJECT NAME: North ointe Phase 113 CHANGE CONTRACT: Water Sewer Paving/Street SI ns Storm Drain and Street Li his ORDER No: CFA# 19-0151 CITY PARTICIPATION: NO CITY PROJECT# 102308 DOE# 7/30/2021 3 WATER PROJECT# FID#30114.0200431-102250-EO7685 SEWER PROJECT# FID#30114-0200431-102250-EO7685 FILE# W-2654 INSPECTOR: Jeremy Hickman Phone No: 817-291-9135 PROJECT MANAGER: Khal Jaafari Phone No: 817-392-7872 CONTRACT UNIT WATER SEWER PAVING DRAINAGE STREET LIGHTS CONTRACT Developer Developer DAYS Developer Cost City Cost Cost City Cost Developer Cost City Cost Developer Cost City I Cost Cost City Cost ORIGINAL CONTRACT $977,577.50 $704.271.80 $2,389,676.53 $1,526.776.00 $419 681.00 240 EXTRAS TO DATE $38,008.00 $7.490.00 $22.802.00 $7 500.00 CREDITS TO DATE $4,080.00 CONTRACT TO DATE $1.015,585.50 $0.00 $711,761.80 $0.00 $2,385,596.53 $0.00 $1549.578.00 $0.00 S427,181.00 $0.00 240 AMOUNT OF PROP.CHANGE ORDER S 1,120.00 REVISED CONTRACT AMOUNT $1,015585.50 1 $0.00 1 $711761.80 $0.00 $2.384476.53 1 $0.00 $1,549,578.00 1 $0.00 $427,181.00 1 $0.00 240 TOTAL REVISED CONTRACT AMOUNT PER UNIT $1,015,585.50 $711 761.80 $2.384,476.53 $1.549.578.00 $427,181.00 REVISED COST SHARE Dev.Cost: $6,088,682.83 City Cost: $0.00 TOTAL REVISED CONTRACT $6,088,682.83 You are directed to make the following changes In the contract documents: PAY ITEM 9 CITY BID ITEM b OUANTTTY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL UNIT IV:PAVING IMPROVEMENTS 19 0999.0018 -8 LF TxDOT Type E Handrail 140 1,120.00) SUB TOTAL UNIT II;PAVING IMPROVEMENTS 1 120,00 REASONS FOR CHANGE ORDER Reduce the LF or handrail per the updated headwall design(C-40) NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100%OF THE CHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER. RECOMMENDED: APPROVED: APPROVED: Kimley-Horn Lennar Hom Te t4I(,8/7Q$/yfyigp�ryction Conatser 1 ration TX,LP BryceEckebergerw;'o`'' ""fV( ' "xY/I By: By 5Ad68e22CIME) By. w r.► Name:ice Eckeberaer Name:Jennifer Eller Name:Adam Bu Title:Proiect Manager Title:Authorized Agent Title:Manager Revised:10.12-2011 Pagel FORTWORTH. TRANSPORTATION AND PUBLIC WORKS October 4, 2021 Conatser Construction Tx, LLC 5327 Wichita Street Fort Worth, TX 76119 RE: Acceptance Letter Project Name: Northpointe Phase 113 Project Type: Water, Sewer, Storm Drain, Paving, Street Lights City Project No.: 102308 i To Whom It May Concern: On September 13, 2021 a final inspection was made on the subject project. There were punch list items identified at that time. The punch list items were completed on October 1, 2021. The final inspection and the corrected punch list items indicate that the work meets the City of Fort Worth specifications and I is therefore accepted by the City. The warranty period will start on October 1, 2021, which is the date of the punch list completion and will extend of two (2) years in accordance with the Contract Documents. If you have any questions concerning this letter of acceptance, please feel free to contact me at Khal.Jaafari@fortworthtexas.gov 817-302-7872. Sincerely, fCGc�G 9G P.E. Khal Jaafari P.E.Oct 18,202115:49 CDT) Khal Jaafari, Project Manager i Cc: Jeremy Hickman, Inspector Gary Deyon, Inspection Supervisor Ron Cordova, Senior Inspector Victor Tornero, Program Manager Bryce Eckeberger, Consultant Jacob Gatewood, Contractor John Olvera, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev.8/20/19 `AFFIDAVIT 2 zCD 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: NORTHPOINT, PH 1B WATER, SANITARY SEWER, STORM DRAIN, PAVING AND STREET LIGHT IMPROVEMENTS DOE#: N/A CFA PRJ#: 19-0110 CITY PROJCT #: N/A CITY OF FORT WORTH STATE OF TEXAS BEfi;THAGIANULIr CONATSER CONSTRUCTION TX, LP * Notary Publie"State of Texas .•` corm.Expires 09118/2023 Notary ID 1026977-3of -- Brock Huggins b-- -, Subscribed and sworn to before me this 29 h day of March, 202 - Notary Public in Tarrant County, Texas 9. w. .ram COU"ENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ TO FINAL PAYMENT CONTRACTOR ❑ SURETY ❑ Conforms with the American institute of OTHER Architects,AIA Document G707 - - - Bond No 0232087 PROJECT: (name, address)Northpointe,Phase 18 Fort Worth,TX TO (Owner) CON LAND AND S RUCOTION,OLTD ANDTEX THE CITY OF FORT ARCHITECT'S PROJECT NO: CFS No.19-01 t0 WORTH CONTRACT FOR: 1707 Market Place Blvd.,Suite 1200 Water,Sanitary Sewer,Drainage,Paving,Street Lighting and Traffic Signal improvements for Northpo Irving TX 75063 inte,Phase 1 B _J 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 Thera 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) LENNAR HOMES OF TEXAS LAND AND CONSTRUCTION, LTD AND THE CITY OF FORT WORTH 1707 Market Place Blvd.,Suite 1200 Irving TX 75063 OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 25th day of March,2021 BERKLEY INSURANCE COMPANY Surety Company Attest: (Seal): Signature Signature of Authorized Representative Robbi Mgrales. Attorney in Fact Title NOTE: This form is to he used as a comp Current Edition anion document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, ONE PAGE