HomeMy WebLinkAboutContract 53550-FP1City Secretary 53550 -FP1
Contract No.
FORTWORTHo
Date Received May 17, 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 1A
City Project No.: 102250
Improvement Type(s): ❑x Paving � Drainage
Original Contract Price:
Amount of Approved Change Order(s):
Revised Contract Amount:
Total Cost of Work Complete:
���
Jaco 6ate od (Nay 13, 202ll229 CDT)
Contractor
Project Manager
Title
Conatser Construction TX, L.P.
Company Name
��
Jer y ickman (May 13, 202113:01 CDT)
Project Inspector
K'Gc�G �aa�� P. E.
i�hali--,�fa'PF nn���m�in�sFrnr)
Project Manager
TAvrie Scarlet°f� Morqles
Janie Scarlett Morales (May 15, 202110:07 CDTI
CFA Manager
�� �li���LL
Dana Burghdoff l la 16 JO 14�51 CD��
Asst. City Manager
❑x Street Lights ❑ Traffic Signals
$2,022,603.80
$7,500.00
$2,030,103.80
$2,030,103.80
M ay 13, 2021
Date
M ay 13, 2021
Date
M ay 14, 2021
Date
May 15, 2021
Date
May 16, 2021
Date
�FFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Page 1 of 2
Notice of Project Completion
Project Name: Northpointe Phase 1A
City Project No.: 102250
City's Attachments
Final Pay Estimate 0
Change Order(s): � Yes ❑ N/A
Contractor's Attachments
Affidavit of Bills Paid �;;:�
Consent of Surety ��
Statement of Contract Time
Contract Time: 200 WD Days Charged: 153
Work Start Date: 7/20/2020 Work Complete Date: 3/22/2021
Completed number of Soil Lab Test: 887
Completed number of Water Test: 24
Page 2 of 2
FORTWORTH
CITY OF FORT WORTH
FINAL PAYIvIENT REQUEST
Contract Name NORTHPOINTE PHASE lA
Contract Limits
Project Type STORM DRAIN & PAVING
City Project Numbers 102250
DO� Number 2250
Estimate Number 1 Payment Number � For Period Ending 4/14/2021
W
City Secretaiy Contract Number
Contract Date
Project Nlanager NA
Contractor CONATSER CONSTRUCTION TaI.P
5327 WICHITA ST
FORT WORTH , TX 76119
Inspectors CORDOVA / HICKMAN
Contract Time Z��'
Days Charged to Date 153
Contract is 100.00 Complete
Thursday, May 6, 2021 Page 1 of 6
City Project Numbers 102250
Contract Name NORTHPOINTE PHASE lA
Contract Limits
Project Type STORM DRAIN & PAVING
Project Funding
STORNI DRAIN
DOE Number 2z50
Estimate Number 1
Payment Numbe►• i
For Period �nding 4/14/2021
Item Description of Items �stimated Unit Unit Cost Estimated Completed Completed
No. Quanity Total Quanity Total
— — — — — — — — — — — — — — — — — — — — — — — — — — — — — — -
1 ]0' CURB INLET 8 EA $3,200.00 $25,600.00 8 $25,600.00
2 10' RECESSED INLET 1 EA $4,200.00 $4,200.00 I $4,200.00
3 ] 5' RECESSED INLET 1 EA $5,200.00 $5,200.00 1 $5,200.00
4 20' RECESSED INLET 3 EA $6,200.00 $18,600.00 3 $18,600.00
5 4' STORM JiJNCTION BOX 3 EA $4,500.00 $13,500.00 3 $13,500.00
6 9' STORM JiJNCTION BOX 1 EA $12,500.00 $12,500.00 1 $12,500.00
7 12' STORM JLTNCTION BOX 55 LF $42.00 $2,310.00 55 $2,310.00
8 21" RCP CLASS III 185 LF $50.00 $9,250.00 185 $9,250.00
9 24" RCP CLASS III 1214 l F $55.00 $66,770.00 1214 $66,770.00
10 SX3 BOX CULVERT 292 LF $205.00 $59,860.00 292 $59,860.00
I1 7X3BOXCULVERT 39 LF $335.00 $13,065.00 39 $13,065.00
12 2-SX2 MULTIPLE BOX CULVERT 113 LF $400.00 $45,200.00 113 $45,200.00
13 24" SET 1 PIPE 7 EA $2,500.00 $17,500.00 7 $17,500.00
14 TXDOT PW-0 5'X3' 1 EA $8,500.00 $8,500.00 1 $8,500.00
15 TXDOT SW-0 2-5-5'x2' 2 EA $12,500.00 $25,000.00 2 $25,000.00
16 TXDOTSW-07'X3' 1 EA $11,500.00 $11,500.00 1 $11,500.00
17 24" NYLOPLAST INLINE DRAIN W/STANDARD 1 EA $2,500.00 $2,500.00 1 $2,500.00
GRATE
18 12" LARGE STONE RIPRAP, DRY 440 SY $90.00 $39,600.00 440 $39,600.00
19 TRENCHSAFETY 1898 LF $1.00 $1,898.00 1898 $1,898.00
— — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — —
Sub-Total of Previous Unit $382,553.00 $382,553.00
PAVING
Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed
No. Quanity Total Quanity Total
— — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — -
I 6" CONC PVMT 8245 SY $35.00 $288,575.00 8245 $288,575.00
2 7.5" CONC PVMT 865 SY $42.00 $36,330.00 865 $36,330.00
3 10° CONC PVMT 10465 SY $52.00 $544,180.00 10465 $544,180.00
4 6" LIME TREATMENT 8762 SY $3.15 $27,60030 8762 $27,60030
5 8° LIME TREATMENT 12190 SY $3.50 $42,665.00 12190 $42,665.00
6 HYDRATED LIME n 30#/SY 314 TN $180.00 $56,520.00 314 $56,520.00
Thursday, May 6, 2021 Page 2 of 6
City P►•oject Numbers 102250
Contract Namc NORTHPOINT'E PHASE IA
Contract Limits
Project Type STORM DRAIN & PAVING
Project Funciing
DO� Number 2z50
�stimate Number 1
Payment Number 1
For Period Ending 4l14/2021
7 5" CONC SIDEWALK 3452 LF $1625 $56,095.00 3452 $56,095.00
8 6" CONC 3IDEWALK 320 LF $20.00 $6,400.00 320 $6,400.00
9 6' BIKE LANE 3277 LF $Z0.00 $65,540.00 3277 $65,540.00
10 BARRIER FREE RAMP 4 EA $1,500.00 $6,000.00 4 $6,000.00
ll BARRIERFREERAMP 14 EA $1,200.00 $16,800.00 14 $16,800.00
12 CONSTRUCT CONCRETE HEADER 171 LF $20.00 $3,420.00 171 $3,420.00
13 INSTALL TYPE III END OF ROAD BARRICADE 6 EA $500.00 $3,000.00 6 $3,000.00
14 4"DOTPVMTMARKINGHAS 7052 LF $L50 $10,578.00 7052 $10,578.00
I S 24" SLD PVMT MARKING HAE 46 LF $20.00 $920.00 46 $920.00
16 FURNISH/INSTALL ALUM SIGN GROiTND 15 EA $350.00 $5,250.00 15 $5,250.00
MOUNT CTI'Y STD
17 INSTALLSTREETNAMESBLADES 8 EA $200.00 $1,600.00 8 $1,600.00
18 INSTALLSTOPSIGN 6 EA $300.00 $1,800.00 6 $1,800.00
19 INSTALL MISC TRAFFIC SIGN 1 EA $650.00 $650.00 1 $650.00
20 TOP SOIL 15390 SY $8.00 $123,120.00 15390 $123,120.00
21 BLOCK SOD PLACEMENT 15390 SY $4.25 $65,407.50 15390 $65,407.50
22 TXDOT HANDRAIL 72 LF $140.00 $10,080.00 72 $10,080.00
23 CONNECTTOEXISTINGASPHALTPAVEMENT 1 EA $I,000.00 $1,000.00 1 $1,000.00
24 12" LARGE STONE RIPRAP, DRY 20 SY $90.00 $1,800.00 20 $1,800.00
25 TRAFFIC CONTROL 1 LS $1,500.00 $1,500.00 1 $1,500.00
— — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — —
Sub-Total of Previous Unit $1,376,830.80 $1,376,830.80
ST LIGHT
Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed
�ra. Quanity Total Quanity Total
— — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — -
1 RDWY ILLUM TY I 1 POLE 11 EA $2,600.00 $28,600.00 11 $28,600.00
2 RDWY ILLUM TY 18 POLE 19 EA $3,000.00 $57,000.00 19 $57,000.00
3 RDWY ILLUM FOtTNDATION TY 1,2, AND 4 I 1 EA $1,000.00 $11,000.00 11 $11,000.00
4 RDWY ILLUM FOLTNDATION TY 3,4,5,6 AND 8 19 EA $1,200.00 $22,800.00 19 $22,800.00
5 NO 6 INSULATED ELEC CONDR ALUM #6 6180 LF $3.00 $18,540.00 6180 $18,540.00
XHHW
6 INSTALL TYPE 33A ARM 38 EA $375.00 $14,250.00 38 $14,250.00
7 INSTALL TYPE 33B ARM 1 I EA $300.00 $3,300.00 11 $3,300.00
8 ATBO-20BLEDE70-MVOLT-R2-3K-MP-NL-P7 10 EA $650.00 $6,500.00 10 $6,500.00
9 ATBO-40BLEDE70-MVOLT-R2-3K-MP-NL-P7 38 EA $850.00 $32,300.00 38 $32,300.00
Thursday, May 6, 2021 Page 3 of 6
City Project Numbers 102250
Contract Name NORTHPOINTE PHASE lA
Contract Limits
Project Type STORM DRAIN & PAVING
Project Funding
DOE Number 2z50
�stimate Number 1
Payment Number I
For Period Ending 4/14/2021
10 T'YPE R4 LUMINAIRE 1 EA $950.00 $950.00 1 $950.00
11 2" CONDT PVC SCH 80, OPEN CUT 6180 LF $11.00 $67,980.00 6180 $67,980.00
12 FURNISH/INSTALL 120-240 VOLT SINGLE 1 EA $7,500.00 $7,500.00 I $7,500.00
PHASE METERED PEDESTAL (CO #2)
Sub-Total of Previous Unit $270,720.00 $270,720.00
Thursday, May 6, 2021 Page 4 of 6
City Project Numbe
Contract Name
Contract Limits
Project Type
Project Funcling
rs 102250
NORTHPOINTE PHASE lA
STORM DRAIN & PAVING
Contract Information Summary
Original Contract Amount
Change Orders
Change Order Number 2
Total Contract Price
DO� Number 225�
Estimate Number 1
Payment Number 1
For Period Ending 4/14/2021
$2,022,603.80
$�,soo.00
$2,030,103.80
Total Cost of Work Completed $2,030,103.80
Less % Retained $0.00
NetEarned $2,030,103.80
Earned This Period $2,030,103.80
Retainage This Period $0.00
Less Liquidated Damages
Days @ / Day
LessPavement Deficiency
Less Penalty
Less Previous Payment
Plus Nlaterial on Hand Less 15%
Balance Due This Payment
$0.00
$0.00
$0.00
$0.00
$0.00
$2,03Q 103.80
Thursday, May 6, 2021 Page 5 of 6
City Project Numbers 102250
Contract Name NORTHPOINTE PHASE lA
Contract Limits
Project Type STORM DRAIN & PAVING
DO� Number 2250
Estimate Number 1
Payment Number 1
For Period Ending 4/14/2021
Project Funding
Project n4anager NA
Inspectors CORDOVA / HICKMAN
Contractor CONATSER CONSTRUCTION TxLP
5327 WICHTI'A ST
FORT WORTH , TX 76119
City Secretary Contract Number
Contract Date
Contract Time 200 W
Days Charged to Date 153 W
Contract is 000000 Complete
CITY OF FORT WORTH
SUMMARY OF CHARGES
Line Fund Account Center Amount Gross Retainage Net
Funded
Total Cost of �Vork Completed
Less % Retained
Net Earned
Earned This Period $2,030,103.80
Retainage This Period $0.00
Less Liquidated Damages
� Days @ $0.00 / Day
LessPavement Deficiency
Less Penalty
Less Previous Payment
Plus Nlaterial on Hand Less 15%
Balance Due This Payment
$2,030,103.80
$0.00
$2,030,103.80
$0.00
$0.00
$0.00
$0.00
$0.00
$2,030,103.80
Thursday, May 6, 2021 Page 6 of 6
DocuSign Envelope ID: 40951F77-ECD3-4698-8F49-52129142CA99
DEVELOPER-AWARDED-PROJECT CHANGE ORDER
NO CITY FUNDS INVOLVED IN THIS LONTRAGT. DEVELOPER IS RESPON516LE FOR 700%OF THE CHANGE ORDER COSTAND NO
REIh1BUR5Eh1ENT FR01.1 THE CITV VJILL BE SOUGHT BYTHE DEVELOPER
Kimley-Horn LznnziH ef�/ §�(.��}diar�r�'IUGior Con3tse�Consfruclron�fX,LP
ey Bryce Eckeberger �'. BY gy� �� �_,.,�
8
Name: Brvce Eckeberaer Name'. ��� � r Name: Adam Burns
Ttle: ProiectManaaer Ttle: AuthonzedAgenl Title: M
Page 1
Revised'.10-12-2011
INSPECTOR: Matthew Mabry Phone No: 817-870-3668
PROJECT MANAGER: Khal Jaafari Phone No: 817-392-7872
REASONSFORCHANGEORDER
Up.ata monnole nm elevaficns on Lrne SS-A in arza fnat has ncenell� 6een bioughf (u croF�sed grade'�;�ih Iha 9rad�rg e/ �h�tt J(C-i6 3 G17/_ Ptld.r,q 2
120240V pedestal5 lor fhe median sbeef lights per (ha sfieef lighl inspecfar (G65)
FaRTWORTH��
TRANSPORTATION AND PUBLIC WORKS
April 14, 2021
Conatser Site Services, TX L.P.
5327 Wichita St. Building C
Fort Worth, TX 76119
RE: Acceptance Letter
Project Name: Northpointe Phase 1A
Project Type: Water, Sewer, Drainage, Paving, Street Lights
City Project No.: 102250
To Whom It May Concern:
On April 5, 2021 a final inspection was made on the subject project. There were no punch list items
identified at that time. The final inspection indicates that the work meets the City of Fort Worth
specifications and is therefore accepted by the City. The warranty period will start on April 5, 2021,
which is the date of the final inspection 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
817-302-7872.
Sincerely,
KGu�G �iur.f'��G P. �.
KhaUaafarl P.E May14,20211056CDT)
Khal Jaafari, Project Manager
Cc: Jeremy Hickman, Inspector
Ron Cordova, Inspection Supervisor
Gary Deyon, Senior Inspector
VictorTornero, Program Manager
Bryce Eckeberger, Consultant
Jacob Gatewood, Contractor
Justin Ghrist, Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Rev. 08/20/19
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 rne 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 clairns pending for personal injury and/or property damages;
On Contract described as:
NORTHPQINT, PH 1A
WATER, SANITARY SEWER, STORM DR.AIN,
PAVING AND STREET LIGHT IMPROVEMENTS
DOE#: N/A
CFA PRJ #: 19-0110
CITY PROJCT #: N/A
CITY OF FORT WORTH
STATE OF TEXAS
CONATSER CONSTRUCTION TX, LP
.
Brock Huggins
Subscribed and sworn to before me this 29th day of March, ?
� _�
._.�..�-„�' :T � `- --
„�� - - ,
'�,,,:� P�� BERTHA GIA�',��-�� ��
'� �" �'''�c publfc, S�te of Tex�s i Notary Public in Tarrant County, Texas
� a�� �� Notary
k:., �mm. �cPires 0911812023
� q+ Notary ID 1026977-3 }
a�.�'�� ` �„�,
CONSENT OF
SURETY C�MPANY
TO FINAL PAYMENT
Gonforms with the American institute of
Archkects, AIA Document G707
PROJECT:
(name, addl'eSsjNnrthpointe, Phase 1A
Fort Worth, TX
TO (�wner}
NAR HOMES OF TEXAS LAND AND
CONSTRUCTION, LTD AND THE CITY OF FORT
WOfiTH
1707 Market Place Bl�d., Suite 100
trving TX 75063
OWNER ❑
ARCHITECT ❑
CONTRACTOR ❑
SURETY ❑
OTHER
Bond No 0229593
� ARCHITECT'S PROJECT N�: CFANo.19-0ll0
CONTRACT FOR:
Water, Sewer, Paving Drainage, & Street Light Improvements for
Northpointe, Phase 1A
� 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
there insert name and address of Surety Company)
BERKLEY INSURANCE COMPANY
475 Steamboat Road
Greenwich CT os830 , SURETY COMPANY
on bond of (here insert neme and address of Contractor)
CONATSER COlVSTRIJCTION 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 Ow�er)
LENNAR HOMES OF TEXAS LAND AND CONSTRUCTION, LTD AND THE CITY OF FORT WORTH
1707 Market Place Blvd., Suite 100
Inring TX 75063
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
, OWNER,
BEftKLEY INSURANCE COMPANY
Surety Company
, _ ,- ��' _
Attest. ; .:-,° • �..�-��,- "�a� �-���-p�
(Seal}: - - Signature of Authorized Representative
Robbi Morales Attorney-in-Fact
Title
NOTE: This form 'rs to be used as a companion document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVI7 OF PAYMENT OF DEBTS AND CLAIMS,
Currertt Edition
ONE PAGE
POWER OF ATTORNEY
BERKLEY INSURANCE COMPANY
WILMINGTON, DELAWARE
No. BI-7280j-el
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 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.$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.
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 ofthe 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 autharizing 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 pawer 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 a]] previous powers issued on behalf of the attorney-in-fact named; and
fvrther
�tESOLVED, 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 manua]ly 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 instrumeats shall be issued.
IN WI'�SS WHEREOF, the Company �as caused these present$ to be signed. az►d aitested hy i#s a�rprapriate Afficers and its
carporate seal hereunto aff�ced this znd day of �,lune "�2020 .
~"� � Attes� Berlcl Insurance Com an
�' �,��nn�F' ., P Y
4!� � (�
,; ����a��
� m � �I���I,} <� �� . eaerman sy Je 'r_ after .
� i975 � }� I
�.� A ,� Fa�ec�ive Vice President & Secretary •_ SeJ' ' i� c`e resident
STATE OF COY1tECTICUT )
) ss:
COUIti'TX O�' FA�i�'�ELD )
Swom to before m�, a Notary Public in t'he State of Connecticut, this 2nd day of ,lune , 2020 _, by Ira S. Ledcrman
and Jeftzey M. Kafter who are swom to me to be #he Bxecu#ive Vice Pr�sident Secretary, aad ��a Senior Vice President,
respectively, of Berkley Insurance Compa.ny. �+aau c au►�csAx� -���`-'"'-�-�
NOTARY PUA� IC
COh7JEC71CUT
��i���3o�zoEz4��� otaryFub�ic, State afConnecticut
CERTZFICATE
I� the undersi�ied, Assistant Secretazy of BERKLEY II3SU1�A�'�'GE COMPANY, DQ HEREB'�` CERTIF'Y that the foregoin� is a
true, correct and camplete copy c�f the original Power of Attomey, that said Pawer of Attorney has no# t�een revoked or rescinded
ancjr�liat-�A� authority of tbe Attamey-in-Fact set forth iherein, vvho sxecufed the bond oz undertak%ng to wlueh this Power of
r �itAN
�tt�c}..{� e-�chad, is i.n. full forco and effect as of #his date.
�'�'�"'�"f���'• ader my hand and seai of tl�e Company, this 25th day of March , 2D2�
�,��,���r
�� i975
C�r�ApF. ,: :
_ vIIlCCIIt p. �O[f�