Loading...
HomeMy WebLinkAboutContract 54700-FP1 City Secretary 54700 -FP1 Contract No. Date Received Dec 20,2021 FORTWORTH, 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 PH 2 City Project No.: 102552 Improvement Type(s): Water M Sewer Z Original Contract Price: $1,093,544.50 Amount of Approved Change Order(s): $4,450.00 Revised Contract Amount: Total Cost of Work Complete: $1,097,994.50 Dec 16, 2021 Ja� 14:51 CST)Gat� c 16,2021 Contractor Date Project Management Title Conatser Construction TX, L.P. Company Name r Dec 16, 2021 J es Ruiz(Dec 16202�14T) Project Inspector Date Kr��w, P.C-. Dec 16 2021 Kiran Konduru,P.E.(Dec 16,202116:50 CST) Project Manager Date T.1n1e scarlett Mor alels D e C 16 2 021 Janie Scarlett Morales(Dec 16,202116:57 CST) CFA Manager Date Dana Burghdoff(Dec 17,20 12:00 CST Dec 17 2021 Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX Page 1 of 2 Notice of Project Completion Project Name: Northpointe PH 2 City Project No.: 102552 City's Attachments Final Pay Estimate ❑x Change Order(s): ❑x Yes ❑ N/A Pipe Report: ❑x Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 160 WD Days Charged: 210 Work Start Date: 12/1/2020 Work Complete Date: 12/7/2021 Completed number of Soil Lab Test: 434 Completed number of Water Test: 38 Page 2 of 2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name NORTHPOINTE,PHASE 2 Contract Limits Project Type WATER&SEWER City Project Numbers 102552 DOE Number 2552 Estimate Number I Payment Number 1 For Period Ending 12/7/2021 WD City Secretary Contract Number Contract Time 16WD Contract Date 9/14/2020 Days Charged to Date 210 Project Manager NA Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors CORDOVA,R / RUIZ,J Wednesday,December 15,2021 Page 1 of 5 City Project Numbers 102552 DOE Number 2552 Contract Name NORTHPOINTE,PHASE 2 Estimate Number I Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 12/7/2021 Project Funding UNIT I:WATER IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 8"WATER PIPE 6918 LF $33.00 $228,294.00 6918 $228,294.00 2 FIRE HYDRANT ASSEMBY W/6"GATE VALVE 13 EA $4,200.00 $54,600.00 13 $54,600.00 BOX 3 4"-12"WATER ABANDONMENT PLUG 3 EA $1,000.00 $3,000.00 3 $3,000.00 4 DUCITLE IRON WATER FITTINGS 4.09 TN $4,500.00 $18,405.00 4.09 $18,405.00 W/RESTRAINT 5 8"GATE VALVE 21 EA $1,250.00 $26,250.00 21 $26,250.00 6 1"WATER SERVICE 184 EA $950.00 $174,800.00 184 $174,800.00 I 7 CONNECTION TO EXISTING 8"WATER MAIN 5 EA $1,000.00 $5,000.00 5 $5,000.00 8 TRENCH SAFETY 6918 LF $1.00 $6,918.00 6918 $6,918.00 9 1.5"WATER SERVICE(CO 41) 2 EA $1,800.00 $3,600.00 2 $3,600.00 Sub-Total of Previous Unit $520,867.00 $520,867.00 UNIT II:SANITARY SEWER INIPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 8"SEWER PIPE 5748 LF $38.00 $218,424.00 5748 $218,424.00 2 8"SEWER PIPE,CSS BACKFILL 140 LF $58.00 $8,120.00 140 $8,120.00 3 8"SEWER PIPE,CLSM BACKFILL 280 LF $68.00 $19,040.00 280 $19,040.00 4 EPDXY MANHOLE LINER 163.5 VF $385.00 $62,947.50 163.5 $62,947,50 5 4'MANHOLE 31 EA $3,600.00 $111,600.00 31 $111,600.00 6 T MANHOLE W/HYDRAULIC SLIDE I EA $4,800.00 $4,800.00 1 $4,800.00 7 T EXTRA DEPTH MANHOLE 9.2 VF $185.00 $1,702.00 9.2 $1,702.00 8 4"SEWER SERVICE 186 EA $625.00 $116,250.00 186 $116,250.00 9 TRENCH SAFETY 5748 LF $1.00 $5,748.00 5748 $5,748.00 10 MANHOLE VACUUM TESTING 31 EA $150.00 $4,650.00 31 $4,650.00 11 POST-CCTV INSPECTION 5748 LF $2.00 $11,496.00 5748 $11,496.00 12 CONNECT TO EXISTING MH 3 EA $2,500.00 $7,500.00 3 $7,500.00 13 8"SEWER ABANDONMENT PLUG I EA $1,000.00 $1,000.00 1 $1,000.00 14 ADJUST MANHOLE RIM ELEVATION 3 EA $1,000.00 $3,000,00 3 $3,000.00 15 4"SEWER SERVICE(CO 1) 1 EA $850.00 $850.00 1 $850.00 €[ Wednesday,December 15,2021 Page 2 of 5 i i- City Project Numbers 102552 DOG Number 2552 Contract Name NORTHPOINTE,PHASE 2 Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 12/7/2021 Project Funding -------------------------------------- Sub-Total of Previous Unit $577,127.50 $577,127.50 -------------------------------------- r G k f" Wednesday,December 15,2021 Page 3 of 5 fl E'f (ICI City Project Numbers 102552 DOE Number 2552 Contract Name NORTHPOINTE,PHASE 2 Estimate Number I Contract Limits Pay►nent Number 1 Project Type WATER&SEWER For Period Ending 12/7/2021 Project Funding Contract Information Summary Original Contract Amount $1,093,544.50 Change Orders Change Order Number 1 $4,450.00 Total Contract Price $1,097,994.50 Total Cost of Work Completed $1,097,994.50 Less %Retained $0.00 Net Earned $1,097,994.50 Earned This Period $1,097,994.50 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 $1,097,994.50 Wednesday,December 15,2021 Page 4 of 5 E City Project Numbers 102552 DOE Number 2552 Contract Name NORTHPOINTE,PHASE 2 Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 12/7/2021 Project Funding Project Manager NA City Secretary Contract Nu►nber Inspectors CORDOVA,R / RUIZ,J Contract Date 9/14/2020 Contractor CONATSER CONSTRUCTION TxLP Contract Time 160 WD 5327 WICHITA ST Days Charged to Date 210 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 i I Total Cost of Work Completed $1,097,994.50 Less %Retained $0.00 Net Earned $1,097,994.50 Earned This Period $1,097,994.50 Retainage This Period $0.00 E+ 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 $1,097,994.50 1 E Wednesday,December 15,2021 Page 5 of 5 E-' DEVELOPER-AWARDED-PROJECT CHANGE ORDER PROJECT NAME: Northpointe Phase 2 CHANGE CONTRACT: Water Sewer Paving/Street Signs,Storm Drain and Street Lights ORDER No: CFA# 20-0079 CITY PARTICIPATION: NO CITY PROJECT# 102552 DOE# 10/19/2020 1 WATER PROJECT# FID#30114-0200431-102552-EO7682 SEWER PROJECT# FID#30114-0200431-102552-EO7682 FILE# W-2689 INSPECTOR: Doug Bevins Phone No: 682-429-3383 PROJECT MANAGER: Mitch Holmes Phone No: 817-392-6826 CONTRACT UNIT WATER SEWER PAVING DRAINAGE STREETLIGHTS CONTRACT Developer Developer DAYS Developer Cost City Cost Cost City Cost Developer Cost City Cost Develo er Cost City Cost Cost City Cost ORIGINAL CONTRACT $517,267.00 $576,277.50 $1.003,460.00 $314.784.00 $200,743.00 200 EXTRAS TO DATE CREDITS TO DATE CONTRACTTODATE $517,267.00 $0.00 $676.277.60 $0.00 $1,003,400.00 $0.00 $314.784.00 $0.00 $200,743.00 So.00 200 AMOUNT OF PROP.CHANGE ORDER $ 3.600.00 $ 850.00 $ 3,884.00 REVISED CONTRACT AMOUNT $520,867.00 $0.00 $577,127.50 $0.00 $1.003.480.00 $0.00 $318,668.00 $0.00 $200,743.00 $0.00 200 TOTAL REVISED CONTRACT AMOUNT PER UNIT $520,867.00 $577.127.50 $1,003,480.00 $318,668.00 $200,743.00 REVISED COST SHARE Dev.Cost: $2,620,885.60 City Cost: $0.00 TOTAL REVISED CONTRACT $2,620,885.50 You are directed to make the foliowin than es in the contract documents: CITY BID ITEM PAY REM# M QUANTITY UNIT ITEM DESCRIPTION UNITPRICE TOTAL UNIT I:WATER IMPROVEMENTS 9' 1 3312.2103 2 EA 112"Water Service 1800 § 3600.00 SUB TOTAL UNIT I:WATER IMPROVEMENTS $ 3,600.00 UNIT It:SANITARY SEWER IMPROVEMENTS 8 1 3331.3101 1 FA 4"Sewer Service 850 5 850.00 SUB TOTAL UNIT 11:SANITARY SEWER IMPROVEMENTS $ 850.00 UNIT III:DRAINAGE IMPROVEMENTS 5 1 9999.0003 19 LF 8"Storm Drain PVC 36 $ 684.00 6 9999.0004 -1 LF 12"Storm Drain PVC 40 $ 40.00 7 3341.0201 5 LF 21"RCP,Class III 1 48 $ 240.D0 15 9999.0007 4 FA 10"Nyloplast Drain Basin 1 750 $ 3,000.00 SUB TOTAL UNIT II:DRAINAGE IMPROVEMENTS $ 3,884.00 TOTAL CHANGE ORDER NO.1 $ 8.334.00 REASONS FOR CHANGE ORDER Adding two waterservices to the amenicty center lot(C-12)and 1 sewer service(C-15).Revising private drainage systems to be rurtherfrom walls.(C-50,C-51,C- 53,C-55,C-56,C-58,C-59) 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-Hom MV rM W9#pxbY1and and Construction Conat rtion 7X Bryce Eckeberger° y y 1 1 BY. ,• �,� Jenm er E er Name: Bruce EckebergerF9535A46BC2C4DD._. Name: Adam ums I Title:Prolect Manager Title: ALIthOrized Agent TMIe: Manager I REVIEWED By Mitch Holmes at 11:18 am, Mar 02, 2021 Revised:10-12-2011 Page 1 FORTWORTH TRANSPORTATION AND PUBLIC WORDS PIPE REPORT FOR: PROJECT NAME: Northpointe Ph 2 PROJECT NUMBER: 102552 DOE NUMBER: WATER PIPE LAID SIZE TYPE OF PIPE LF C900 8" PVC 6918 FIRE HYDRANTS: 13 VALVES(16"OR LARGER) N/A PIPE ABANDONED SIZE TYPE OF PIPE LF N/A N/A N/A N/A DENSITIES: Density Test Taken and PASSED NEW SERVICES: III COOPER 184 EA COOPER 2 EA SEWER PIPE LAID SIZE TYPE OF PIPE LF SDR-26 8" PVC 5748 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: ALL DENSITY TEST PASSED NEW SERVICES: 4" PVC 187 TRANSPORTATION AND PUBLIC WORKS � r The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 FORTWORTH, TRANSPORTATION AND PUBLIC WORKS November 8, 2021 Conatser Construction Tx, LP 5327 Wichita St Fort Worth,Texas 76119 RE: Acceptance Letter Project Name: Northpointe Ph 2 Project Type: Water, Sewer, Drainage, Paving, and Street Lights City Project No.: 102552 To Whom It May Concern: On December 7, 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 December 14, 2021. The final inspection and the corrected punch list items indicate that the work meets the City of Fort Worth specifications and is therefore accepted by the City. The warranty period will start on December 14, 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 817- 392-2237. Sincerely, Kiran Konduru,P.E.(Dec 16,202116:50 CST) Kiran Konduru, Project Manager Cc:James Ruiz, Inspector Ron Cordova, Inspection Supervisor Edward Davila, Senior Inspector Victor Torreno, Program Manager Kimley-Horn, Consultant Conatser Construction TX,LP, Contractor Lennar Homes of Texas, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev.8/20/19 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: NORTHPOINTE, PH 2 WATER, SANITARY SEWER, STORM DRAIN, PAVING AND STREET LIGHT IMPROVEMENTS DOE#: N/A CFA PRJ #: 20-0079 CITY PROJCT #: N/A CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP Brock Huggins Subscribed and sworn to before me this Yd day of July, 2021 ,�rpue BERTHA GIANULIS -- _��`" Notary PUN10,state of Texas Not Public in Tarrant County, Texas Comm.*: * Expires 0911812023 `� Notary ID 3 1426977 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ TO FINAL PAYMENT SORE RYCTOR ❑❑ Conforms with the American Institute of OTHER Architects, AIA Document G707 Bond No 0232098 PROJECT: (name, address)Northpointe, Phase 2 Fort Worth.TX TO (Owner) CITY OF FORT WORTH AND LENNAR HOMES OF ARCHITECT'S PROJECT NO: CFA#20-0079 TEXAS LAND AND CONSTRUCTION,LTD. CONTRACT FOR: 1707 Markel Place Blvd.,Suite 100 Water,Sewer, Pavin , Drainage,&Street Light Improvements for Northpointe,Phase Irving TX 75063 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 (hare insert name and address of Owned CITY OF FORT WORTH AND LENNAR HOMES OF TEXAS LAND AND CONSTRUCTION, LTD. 1707 Market Place Blvd., Suite 100 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 3rd day Of August, 2021 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 No. BI-7280j-el 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, Sophinie Hunter; Robbi Morales; Kelly A. Westbrook; Tina McEwan; Joshua A. Saunders;or Tonle Petranek 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: RESOLVED, that, with respect to the Surety business written by Berkley Surety, 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 attomey-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 has caused these presents to.-be signed and attested by its appropriate officers and its corporate seal hereunto affixed this end day of .rune 2020 . �a,,tlRAhf Attest_ Bel Insurance Company Ct 4� fN:1.I. By By m 19� deaman Je after Executive Vice President&Secretary S ' cue esident STATE.OF CONAiECTICUT) ) SS: COUIS"FY OF F-ATRMLD ) Sworn to before me, a Notary Public in the State of Connecticut,this 2nd day of June 2020 ,by Ira S.Lederman and Jeffrey M_ Hafier who are sworn to me to be the Executive Vice Presiden Secretary, and Senior Vice President, respectively,of Berkley Insurance Company. MARM NC>T0RrRLN cK CONNECTICUT WY COMMISSION EXPIRES rwr{kL=2a24 . otary public,State of Connecticut CERTMCATE 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 an� f)ret tl�,- authority of the Attarney-in-Fact set forth therein, who executed the bond or undertaking to which this Power of 4che4cl,is in full force and effect as of this date. I r der my hand and seal of the Company,this 3rd day of Au ust 2021 SV_&L \6 1975 Vincent P.forte