Loading...
HomeMy WebLinkAboutContract 55124-FP2 City Secretary 55124 -FP2 Contract No. FORTWORTH. Date Received Feb 21,2022 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 3 City Project No.: 102656 Improvement Type(s): Water ❑X Sewer ❑X Original Contract Price: $701,089.00 Amount of Approved Change Order(s): $2,750.00 Revised Contract Amount: Total Cost of Work Complete: $703,839.00 JACOB GATEWOOD(Feb 16,2022 14:40 CST) Feb 16,2022 Contractor Date project manager Title Conatser Construction TX, L.P. Company Name Feb 16,2022 J mes Ru (Feb 16,2022 15:15 CST) Project Inspector Date K�Ka411� �'PC_ Feb 18,2022 Project Manager Date LLet Feb 18 2022 e Sca rlett Morales(Feb 18,202219:06 CST) CFA Manager Date Dana Burghdoff(Fe 19,202 1 :04 CST) Feb 19,2022 Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT.WORTH, TX Notice of Project Completion Project Name: Northpointe Phase 3 City Project No.: 102656 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: 212 Work Start Date: 2/9/2021 Work Complete Date: 1/4/2022 Completed number of Soil Lab Test: 490 Completed number of Water Test: 15 Page 2 of 2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name WATER,SEWER,PAVING,DRAIANGE,AND STREET LIGHT IMPROVE Contract Limits Project Type WATER&SEWER City Project Numbers 102656 DOE Number 2656 Estimate Number I Payment Number I For Period Ending 1/4/2021 WD City Secretary Contract Number Contract Time 169M Contract Date 12/7/2020 Days Charged to Date 212 Project Manager NA Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors CORDOVA,R / RUIZ,J Thursday,February 10,2022 Page 1 of 4 City Project Numbers 102656 DOE Number 2656 Contract Name WATER,SEWER,PAVING,DRAIANGE,AND STREET LIGHT IMPROV Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 1/4/2021 Project Funding UN]Ir I:WATER IMPROVEMENTS Item Estimated Estimated Completed Completed Description of Items Unit Unit Cost No. Quanity Total Quanity Total --------------------------------------- 1 8"WATER PIPE 4972 LF $34.00 $169,048.00 4972 $169,048.00 2 10"WATER PIPE 407 LF $42.00 $17,094.00 407 $17,094.00 3 FIRE HYDRANT ASSEMBLY W6"GATE VALVE 11 EA $4,200.00 $46,200.00 11 $46,200.00 &BOX 4 4"-12"WATER ABANDONMENT PLUG 1 EA $1,000.00 $1,000.00 1 $1,000.00 5 8"GATE VALVE 17 EA $1,250.00 $21,250.00 17 $21,250.00 6 10"X8"REDUCER 1 EA $850.00 $850.00 1 $850.00 7 DUCTILE IRON WATER FITTINGS 2.08 TN $4,500.00 $9,360.00 2.08 $9,360.00 W/RESTRAINT 8 CONCRERE ENCASEMENT FOR UTILITY PIPES 340 LF $40.00 $13,600.00 340 $13,600.00 9 1"WATER SERVICE(CO#3) 155 EA $950.00 $147,250.00 155 $147,250.00 10 CONNECTION TO EXISTING WATER MAIN 4 EA $1,000.00 $4,000.00 4 $4,000.00 11 TRENCH SAFETY 4972 LF $1.00 $4,972.00 4972 $4,972.00 12 1.5"IRRIGATION SERVICE(CO#2) 1 EA $1,800.00 $1,800.00 1 $1,800.00 Sub-Total of Previous Unit $436,424.00 $436,424.00 UNIT H:SANITARY SEWER IMPROVEMENTS Item Estimated Estimated Completed Completed Description of Items Unit Unit Cost No. Quanity Total Quanity Total --------------------------------------- 1 8"SEWER PIPE 3085 LF $40.00 $123,400.00 3085 $123,400.00 2 8"SEWER PIPE CSS BACKFILL 35 LF $60.00 $2,100.00 35 $2,100.00 3 8"SEWER PIPE CLSM BACKFILL 88 LF $70.00 $6,160.00 88 $6,160.00 4 4'MANHOLE 13 EA $3,800.00 $49,400.00 13 $49,400.00 5 4'MANHOLE W/HYDRAULIC SLIDE 1 EA $4,800.00 $4,800.00 1 $4,800.00 6 4"SEWER SERVICE 99 EA $650.00 $64,350.00 99 $64,350.00 7 TRENCH SAFETY 3085 LF $1.00 $3,085.00 3085 $3,085.00 8 MANHOLE VACUUM TESTING 13 LF $150.00 $1,950.00 13 $1,950.00 9 POST-CCTV INSPECTION 3085 EA $2.00 $6,170.00 3085 $6,170.00 10 CONNECT TO EXISTING MH 2 EA $2,500.00 $5,000.00 2 $5,000.00 11 8"SEWER ABANDONMENT PLUG 1 $1,000.00 $1,000.00 1 $1,000.00 -------------------------------------- Sub-Total of Previous Unit $267,415.00 $267,415.00 -------------------------------------- Thursday,February 10,2022 Page 2 of 4 City Project Numbers 102656 DOE Number 2656 Contract Name WATER,SEWER,PAVING,DRAIANGE,AND STREET LIGHT IMPROV Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 1/4/2021 Project Funding Contract Information Summary Original Contract Amount $701,089.00 Change Orders Change Order Number 2 $1,800.00 Change Order Number 3 $950.00 Total Contract Price $703,839.00 Total Cost of Work Completed $703,839.00 Less %Retained $0.00 Net Earned $703,839.00 Earned This Period $703,839.00 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 $703,839.00 Thursday,February 10,2022 Page 3 of 4 City Project Numbers 102656 DOE Number 2656 Contract Name WATER,SEWER,PAVING,DRAIANGE,AND STREET LIGHT IMPROV Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 1/4/2021 Project Funding Project Manager NA City Secretary Contract Number Inspectors CORDOVA,R / RUIZ,J Contract Date 12/7/2020 Contractor CONATSER CONSTRUCTION TxLP Contract Time 160 WD 5327 WICHITA ST Days Charged to Date 212 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 $703,839.00 Less %Retained $0.00 Net Earned $703,839.00 Earned This Period $703,839.00 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 $703,839.00 Thursday,February 10,2022 Page 4 of 4 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Northpointe Ph 3 CITY PROJECT NUMBER: 102656 WATER PIPE LAID SIZE TYPE OF PIPE LF C900 8" PVC 4972 C900 10" PVC 407 FIRE HYDRANTS: 11 VALVES(16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF N/A N/A N/A N/A DENSITIES: Density Test Taken and All Passed NEW SERVICES: 1" Copper 155 EA 1.5" Copper 1 EA SEWER PIPE LAID SIZE TYPE OF PIPE LF SDR-26 8" PVC 3085 PIPE ABANDONED SIZE TYPE OF PIPE LF N/A N/A N/A N/A DENSITIES: Density Test Taken All Passed NEW SERVICES: 4" PVC(SDR-26) 99 EA 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. TRANSPORTATION AND PUBLIC WORKS December 15, 2021 Conaster Construction Tx LLC 5327 Wichita St Fort Worth,Texas 76119 RE: Acceptance Letter Project Name: Northpointe Ph 3 Project Type:Water, Sewer, Paving, Drainage, and Street Lights City Project No.: 102656 To Whom It May Concern: On January 4, 2022 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 February 9, 2022. 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 February 9, 2022, 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, K�Kam�,/).C_ Kiran Konduru, Project Manager Cc:James Ruiz, Inspector Ron Cordova, Inspection Supervisor Edward Davila, Senior Inspector Victor Torneno, Program Manager Kimley-Horn, Consultant Conaster Construction, Contractor Lennar Homes of Texas, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev.8/20/19 N O N rn c~i a O cn 0 0 0 co 0 co U z p O U 4 �j 0 0 p = r � � O 04 v m F Cl! w O O O O w O O O fA ~ Q LO LO L fA O N N N W O O O > N C DU° O O o ci W z n W = Z w j( 0 0 W N = p r •= U w U o W Y o a Z m � o 9 0 U 4 0 4 4 v `w fOC fC a a f: N r fn fn O v fc o o > M V V > N O CO N w M N n 0 N H U 0 0 N � N z > O0 00 U O O Ch = U N >• N W � ~ z U o r (O a0 Q > 0 m n z Q o 0 O O m Cl) z p H a U N 0 N N 0 p 04 O N 0 v LO LO EA U Q U CL r ao ao —°y 0 'T 0 0 U U_ 4, W ~ O Q o 0 w c U a) a) o o O f6 C C >. 0 O0 O N w E U w U N w a? 0 Cl)It O O (n fA O O O N O N 1N f0 ui fA A 0. V V V O N C'I fro fro 0 U N» N» N» W rn O o O o p W M m 0 U cor o 0 fb > _ fry fry w N d O N 0 0 w LLI d w Y o o0 LO c m 'p (n O r 0 `w R H W _ p M 0 0 c It v_ U CO >O O N O CO >N fu M M M O Z > O O O X > D U p z aJ Z LU z UU Q w Q LO W W W 00 70 a 2 Z F F U bi Q U W C) a 0 0 O w m Z Q W Q d Q U w U U) o 07 Q U Q � W F p O < o w o j 0 p Z H Z Q ap O d Z N a N K N (~j Q m O (~j O O O S W W ¢ 0 Q. F O EL H k k k W z F Z o a a ~O o fu O z Q H Z cn U z O > ~ N _ > LU UU U U X LL Z O W O S Q c sT U) U 0 0 \ Co Co I Co \ 4� 661 \Ir _ Z _ / § a ) � \ 2 / ) § \ } j u ƒ E _ LU « \ 2 g \ LU LL > o } Of 5ca j § L - § m § LU E m > _ z/ � � LU mF- 7 § � � § \ ( § � x LUcl LU � \ \ a 2m ) + > 7 § ( 2m .. z § i E\ .. / J\ § a E qL _ LU E < � § $ ILL \ 2 § § 2 S \ \ > en 00 { \ o E am LU \ / / \ LL W � \ CU \ / o § = 2 ± \ � § uz / e \ \ 2 k LLI ) J \ \ 0 F- 2 J ) LU \ } k 2 e 4 Q 7 3 CD A = < § R k \ § § ) 2 J J / 0 N O w N v a ¢ rn 0 0 o 0 � m m m z 0 QVj U Q c o 0 Q N U o 0 2 o U o J CV F- N y„ w o o o rn ~ C N N N > O O O a0 U uj 0 C o � w Y Z 0 Z w M u o 0 WC 2 0 r o 0 tB U W w U o i O 0 u� z rn cc Y 0 o v v O_ N f� a) c�, O O O > O O O O > w O O m 0 CO (V W p (V C4 �_ U R R NO w M M N ~ O z U O O > O U N U N W U ? z Z F- a. J a. v o o Q < O 04 O w d3 U N U c m O o 0 U � oo oo _ w W ~ 0 c Q o 0 C N N U o o O (6 N O O O p U o of W E U 0- a- W p v v `o (n 00 LU U) O O O N O Q M 2 11'l 11'l 11'l EAN N V V V Cj O O Q OW w m m m W � 0 U N (.0 N _ N O O � 7 J : O o 0 W O U > N Y Z, o W N d 0 (06 U o p t N w N Y ? d N O ¢ o o m O O M Ln O a 000_ rn a N _ L9 O () O t-+ coO V (6 N O N >N p > Z > O O O X > IL 0 U 0 F z w p QF O ¢ LU a Q F w z 0 ¢ N O W 2E F ~ F U H = Q Z Z N 0 ~ Z Q LU U U OU OU LU N U IR w w o 0 w o Q W Q F- D a 0 > N Z H z 0 0 0 a z wa z OQ Im U 0 C) w wU U 0 ¢ ~ C)W a- U) � 0 0 z ~ zw Q Q U J a- Q � Q F- O L H Ir Z U F- L0w U UU X w O 0 > 0 c c Q wai N On V p M 99 F �M Paz �O Z p+ � C a d w e u ao :1 9 at �W uj g j y ■ m w c N o N Z0 U a.LLI Wh C H m [ W m W d W 0 m J U UW z_ CD �a J rna oW o0 w3 2, mw _M w I to mto dry C a o f LU W u z=d IVG 2 CIE a g x .Q } N N T L r N m ri 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.3 WATER,SEWER,PAVING,DRAINAGE,AND STREET LIGHT IMPROVEMENTS DOE#: N/A CFA PRJ#: 20-0101 CITY PROJECT#: 102656 CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX,LP m Brock Huggins Subscribed and sworn to before me this 7'day of December,2021 l, _ V f;,�MRA NOERtG A" Notary Public in Tarrant County,Texas 1�...S 'M"a,e`` NoWy ID 132131W CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document 0707 Bond No 0235110 PROJECT: (name, addreSS)Northpointe,Phase 3 Fort Worth,TX TO {Owner) LENNAR HOMES OF TEXAS LAND AND ARCHITECT'S PROJECT NO: CFA No.20-0101 CONSTRUCTION,LTD.AND CITY OF FORT WORTH CONTRACT FOR: 1707 Marketplace Blvd.,Suite 100 Water,Sewer,Paving,Drainage,and Street Light Improvements for Northpninte,Phase S Irving TX 75063 ,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 (here insert name and address of Contractor] CONATSER CONSTRUCTION TX, L.P. 5327 Wichita St. Fort Worth TX 76119-6036 , 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 CITY OF FORT WORTH 1707 Marketplace B(vd., 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 6th day of December,2021 BERKLEY INSURANCE COMPANY Surety Company Attest: � r1e �." r�e .:...,/ (Seal): Signature of Authorized Representative 134ubi Mgr alL _ _ Attome.-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 WTI MINGTON,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; Robb!Morales;Kelly A. Westbrook, Tina McEwan;Joshua A.Saunders;or Tonie 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 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 has caused these presents to-be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 2nd clay of June 2020 r',,�Rnrvr Attest: - Bcdd,e, Insurance Company By SE By Ir Lederman fie .yy►� F after �`4k Executive Vice President&Secretary Sell,du 3Ce 1 resident STATE OF CONXECTICUT) ss: COtWTY OF FAHtk'ULD ) Sworn to before me,a Notary Public in the State of Connecticut,tbis 2nd day of June , .2020. ,by Ira S.Lederman and JeMey M. Rafter who are sworn to me to be the Executive Vice Prednt. —Secretary, and t,� Senior Vice President, respectively,ofBerkley Insurance Company. M'4RIA Aar pfC icy cowaecricurMY /si , r�RIL31.2�iPI� Fubtic,State of Connecticut CER=TCATE I,the undersigned,4ssistwt 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 bas not been revoked or rescinded ancl. thoauthority of the Attorney in Fact set forth thereinWRAN , who executed the bond or undertaking to which this Power of o&T:!v a�+,s' ;+�.ached,is in full force and effect as of this date. *t:,t+der my hand and seal of the Company,this 6th day of Dece r 2021 y� . Al O 1975 0 �� tAwa Vincent P.Forte — — - —