Loading...
HomeMy WebLinkAboutContract 59023-FP1Page 1 of 2 City Secretary Contract No.__________________ Date Received ______________ 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: Sycamore Landing Phase 2 City Project No.: 103921 Improvement Type(s): Water Sewer Original Contract Price: $1,588,303.27 Amount of Approved Change Order(s): Revised Contract Amount: Total Cost of Work Complete: $1,588,303.27 Contractor Date Title Venus Construction Company Name Project Inspector Date Project Manager Date CFA Manager Date _______________________________________ __________________________________ TPW Director Date Asst. City Manager Date Page 2 of 2 Notice of Project Completion Project Name: Sycamore Landing Phase 2 City Project No.: 103921 City’s Attachments Final Pay Estimate Change Order(s):Yes N/A Pipe Report:Yes N/A Contractor’s Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 160 WD Work Start Date: 4/24/2023 Days Charged: 188 Work Complete Date: 4/18/2024 Completed number of Soil Lab Test: 466 Completed number of Water Test: 59 CITY OF FORT WORTH Contract Name SYCAMORE LANDING PHASE 2 Contract Limits Project Type WATER IMPROVEMENTS DOE Number 3921 Estimate Number 1 Payment Number 1 For Period Ending 4/18/2024 FINAL PAYMENT REQUEST City Secretary Contract Number 188 WD Contract Date VENUS CONSTRUCTION COMPANY NA 1426 S. MAIN P O BOX 90 MANSFIELD TX 76063 M. GLOVER R.BAKER 75WDContract Time Days Charged to Date CompleteContract is 100.00 Contractor , /Inspectors Project Manager City Project Numbers 103921 Tuesday, April 23, 2024 Page 1 of 4 Contract Name SYCAMORE LANDING PHASE 2 Contract Limits Project Type WATER IMPROVEMENTS DOE Number 3921 Estimate Number 1 Payment Number 1 For Period Ending 4/18/2024 Project Funding City Project Numbers 103921 UNIT I: WATER IMPROVEMENTS Item No.Description of Items Estimated Quanity Unit Unit Cost Estimated Total Completed Quanity Completed Total 1 8" PVC WATER PIPE 4858 LF $66.43 $322,716.94 4858 $322,716.94 2 TRENCH SAFETY 4858 LF $0.19 $923.02 4858 $923.02 3 DUCTILE IRON WATER FITTINGS W/ RESTRAINT 2.4 TO $10,769.22 $25,846.13 2.4 $25,846.13 4 INSTALL FIRE HYDRANT 8 EA $7,254.80 $58,038.40 8 $58,038.40 5 1" WATER SERVICE 125 EA $1,225.89 $153,236.25 125 $153,236.25 6 8" GATE VALVE 11 EA $2,220.22 $24,422.42 11 $24,422.42 7 CONNECTION TO EXISTING 4"-12" WATER MAIN 3 EA $1,056.19 $3,168.57 3 $3,168.57 8 8" WATERLINE LOWERING 8 EA $5,097.68 $40,781.44 8 $40,781.44 $629,133.17 $629,133.17Sub-Total of Previous Unit UNIT II: SANITARY SEWER IMPROVEMENTS Item No.Description of Items Estimated Quanity Unit Unit Cost Estimated Total Completed Quanity Completed Total 1 8" SEWER PIPE (SDR-26, ASTM D3034)4791 LF $81.15 $388,789.65 4791 $388,789.65 2 8" SEWER PIPE, CSS BACKFILL 340 LF $163.30 $55,522.00 340 $55,522.00 3 TRENCH SAFETY 4791 LF $0.32 $1,533.12 4791 $1,533.12 4 4' MANHOLE 22 EA $6,465.20 $142,234.40 22 $142,234.40 5 4' DROP MANHOLE 1 EA $8,616.79 $8,616.79 1 $8,616.79 6 4' MANHOLE OVER EXISTING LINE 2 EA $9,487.17 $18,974.34 2 $18,974.34 7 EPOXY MANHOLE LINER 54 VF $549.45 $29,670.30 54 $29,670.30 8 4' EXTRA DEPTH MANHOLE 79 VF $399.88 $31,590.52 79 $31,590.52 9 CONCRETE COLLAR FOR MANHOLE 3 EA $1,241.37 $3,724.11 3 $3,724.11 10 TRENCH WATER STOPS 12 EA $1,027.70 $12,332.40 12 $12,332.40 11 4" SEWER SERVICE 124 EA $1,851.87 $229,631.88 124 $229,631.88 12 POST CCTV INSPECTION 4791 LF $4.28 $20,505.48 4791 $20,505.48 13 MANHOLE VACUUM TESTING 25 EA $427.35 $10,683.75 25 $10,683.75 14 HYDRAULIC SLIDE 2 EA $2,680.68 $5,361.36 2 $5,361.36 $959,170.10 $959,170.10Sub-Total of Previous Unit Tuesday, April 23, 2024 Page 2 of 4 Contract Name SYCAMORE LANDING PHASE 2 Contract Limits Project Type SANITARY SEWER IMPROVEMENTS DOE Number 3921 Estimate Number 1 Payment Number 1 For Period Ending 4/18/2024 Project Funding City Project Numbers 103921 Contract Information Summary Change Orders $1,588,303.27Original Contract Amount $1,588,303.27Total Contract Price $1,588,303.27 Less Total Cost of Work Completed % Retained $0.00 Net Earned $1,588,303.27 Plus Material on Hand Less 15%$0.00 Balance Due This Payment $1,588,303.27 Less Liquidated Damages Days @ / Day $0.00 Less Penalty LessPavement Deficiency $0.00 $0.00 $0.00Less Previous Payment Earned This Period Retainage This Period $1,588,303.27 $0.00 Tuesday, April 23, 2024 Page 3 of 4 Contract Name SYCAMORE LANDING PHASE 2 Contract Limits Project Type SANITARY SEWER IMPROVEMENTS DOE Number 3921 Estimate Number 1 Payment Number 1 For Period Ending 4/18/2024 Project Funding City Project Numbers 103921 Line Fund Account Center Amount Funded Gross Retainage Net CITY OF FORT WORTH SUMMARY OF CHARGES $1,588,303.27 Less Total Cost of Work Completed % Retained $0.00 Net Earned $1,588,303.27 Plus Material on Hand Less 15%$0.00 Balance Due This Payment $1,588,303.27 Less Liquidated Damages 0 Days @ $0.00 / Day $0.00 Less Penalty LessPavement Deficiency $0.00 $0.00 $0.00Less Previous Payment Earned This Period Retainage This Period $1,588,303.27 $0.00 City Secretary Contract Number 188 WD Contract Date VENUS CONSTRUCTION COMPANY NA 1426 S. MAIN P O BOX 90 MANSFIELD TX 76063 M. GLOVER R.BAKER 75 WD Contract Time Days Charged to Date CompleteContract is 100.000000 Contractor , /Inspectors Project Manager Tuesday, April 23, 2024 Page 4 of 4 F�4 RT WO RT H TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PRO,T�CT NAME: Sycamore Landing Phase 2 CITY PROJECT NUMBER: 103921 WATER PIP� LAID SIZE TYPE OF PIPE LF PVC Water Pipe 8" PVC 4858 FIRE HYDRANTS: 8 PIPE ABANDONED D�NSITIES: NEW SERVICES: SIZE � VALV�S (16" OR LARGER) TYPE OF PIP� Yes All Passed Copper LF 125 SEWER PIPE LAID SIZE TYPE OF PIPE LF Sewer Pipe PVC 8" SDR-26, ASTM 4791 PIP� ABANDONED SIZ� TYPE OF PIPE LF DENSITIGS: Yes All Passed N�W SERVICES: 4" PVC TIZANSPORT�ITION AND PUBLIC ���ORKS The City� of Fort \�orth • 1000 Throckmorton Street • Fort \�/orth, T� 76012-6311 124 FoRTWoRTH�� TRANSPORTATION AND PUBLIC WORI<S April 18, 2024 Venus Construction 1426 S. Main St. Mansfield, Texas 76063 RE: Acceptance Letter Project Name: Sycamore Landing Phase 2 Project Type: Water, Sanitary Sewer, Storm Drain City Project No.: 103921 To Whom It May Concern: On March 14, 2024 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 April 18, 2024. The final inspection and the corrected punch list items indicate that the worl< meets the City of Fort Worth specifications and is therefore accepted by the City. The warranty period will start on April 18, 2024, 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- 392-8424. Sincerely, � Sandip Adhil<ari, Project Manager Cc: Roderick Baker, Inspector Mike Glover, Inspection Supervisor Randy Horton, Senior Inspector Andrew Goodman, Program Manager UA Engineering, Consultant Venus Construction, Contractor Sycamore Landing LTD, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 Final Bills Paid Affidavit By Contractor BEFORE ME, the undersigned authority, personally appeared samue� Mcada (hereinafter referred to as "Contractor"), known to me to be credible person, and after being by me duly sworn, upon oath stated and affirmed that: venus Construction "My name is Samuel McAda and I am the Vice President of Company hereafter sometimes referred to in this affidavit at "Contractor". Contractor's business address is n� Bf'Pi90Tx �an�3The undersigned Contractor has personal knowledge of the facts stated herein and has full authority to make the agreements in this affidavit on behalf of Contractor. Pursuant to and in accordance with a written construction contract between Venus Constr}�ction Company Contractor, and BenchmarkAcquisitions, LLC Owner, Contractor furnished materials and labor for the construction, renovation or repair of improvements located on or relating lo project known as y Corner Hawkwood Trl City of Fort wortn , Tarrant County Texas legally S camore Landing Ph 21oCated at a couniv c�eek �ane , , described in Exhibit "A" attached hereto and made a part hereof for all purposes (the "Property"). All work provided for under said written construction contract, together with all changes and supplements thereto, has been fully completed in accordance with the terms and provisions thereof. Contractor has paid each of its subcontractors, laborers, suppliers and materialmen in full for all labor and materials provided to Contractor for or in connection with the construction, renovation, or repair of improvements on or relating to the subject Property, or any portion thereof, excepting only the amounts owed for the following specified bills to the persons identified below. Contractor warrants and represents that the following specified bills will be paid by Contractor from funds paid by Owner in reliance on this Bills Paid Affidavit: Name of Pa ee Address Tele hone No. Amount Owed None Other than the above specified bills owed to above referenced persons, Contractor is not aware of any unpaid bills, claims, demands, or causes of action by any of its subcontractors, laborers, suppliers, or materialmen for or in connection with the furnishing of labor or materials, or both, for the construction renovation, or repair of improvements located on or related to the subject Property. Contractor further understand that this Final Bills Paid Affidavit is being given pursuant to and in accordance with Sections 53.085 and 53.259 of the Texas Property Code. Contractor hereby indemnifies and holds harmless Owner from any and all claims, demands or causes of action, and any costs, expenses, and attorney's fee incurred in connection therewith, arising from or connected therewith, arising from or connected with, the statements and representations contained herein. �XECUTED this stn Notary Acknowledgment Venus Construction Company [Name of Contractor Company] B� '�✓\, —� —� Y� j�jame: Samuel McAda Title: Vice President Before me, the undersigned authority, on this day personally appeared samuei Mcada , who first being duly sworn by me to be the person whose name is subscribed to the foregoing Final Bills Paid Affidavit, acicnowledged that he/she has the authority to make this Final Bills Paid Affidavit, and further acknowledged to me that he/she executed the same for the purpose and consideration therein expressed. GIVEN UND�R MY HAND AND SCAL OF OFFICE on this the stn day oF May , 20 2a ���ersm�nr�r��� ��\ �Pl ,•�'`�,�.�P G.�RO�-, `� .•�Y'p�.. ', (seal) FW:;`P ���•� _ _ ; � �C�`; _ {��'° � pF �0� . '�/� = �;� �A•. O 7139� �:� ' 4�L;' ., � .. .. •• o;L ,�� �°'�•�RFS 06-� e���` Flf��P1416611t1111�1`S day of May zo2a ' ' I, Notary Public, State of Texas My commission expires 06/10/2027 Bond Number: CA4510307 CONSENT OF owN�R ❑ SURETY CUMPANY ARCH�T�cT ❑ TO FINAL PAYMENT CONTRACTOR � SIJRETY ❑ OTHEA ❑ PROJECT: Sycamore Landing Phase 2 (name_ add�•ess) TO (Owner) Sycamore Landang Ltd & City of Fort Worth CONTRAC'I' FOR: Sycamore Landing 13141 Northwest Freeuray 200 Texas St Phase 2 HoustpzZ, TX 77040 �ort Worth, TX 76102 pROJEC'i' NO.: CPN 1D3921 COI�TRACTOR: CO�VTRAC'I' DATE: venus Construction Campany ��26 S. Main FINAL CONTRACT PRICE: �Iansfield, T� 76063 In accordance wiCh the provisions of the Contract between the Owner and the Contractor As indicated Rbove, the {hsre insert name and adclress of Surety Co.) Great American insurance Company P_0. Box 5425 Cincinnati, OH 45201-5425 , SURETY COMPANY, on bond of (here inse�-t nan�e and address of Contractar) Venus Construction Company 1426 S. Maan MansfieZd, T}C 76063 ,CONTRACTOR hereby approves af the final payment to the Cantractor and agrees t�at finai payment to the Coqtractor shall not relieve the Surety Company of any of its obligations to (here insert name and address of Owner) Sycarrtore Landing Ltd & City of Fort Worth 13141 Northwest Freeway 200 Texas Sr Houstqn, TX 77040 Fort Worth, TX 761�2 , OWNER, as set forth in the said Sureiy Company's Bond. �IV WITNESS WHEREOF, the Surety Company has hereunto set its h�nd this 1��h day of MaY , 202� �sFa�,� Great American Insurance Company 5u `ompany By _"--� Signat�re ofAuthorized RepresenEative Llnyd Ray Pitts Jr - At�orney-In-FaCt Title GREAT AMERlCAN INSURANCE COMPANY� Administrative Oifice: 301 E 4TM STRE�T • CINClPlNATI, OHIO 45202 • 513-389-500p • FAX 513-723-2740 The number of }�ersons authorizec! by d�is power of attorney is iiot more t3�a�i TWO No.O 20935 POWER OF A,TTORNEY KiYOW ALL VIEN BY THESE PRESEVTS: That the GREATAMERICAN ]NSURANCE COMPANY, a corporation organized and existing imder and by virtue of tha laws of the Staie of Oliio, does hereby nominare, constitute and appoint tfie person or persons named belaw, each individually if niore than one is named, its true and laN��'ul attorney-in-fact, for it and in its name, place and stead to execute on behalf of Che said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; pro�ided that the liability of tlie said Company on any s�ech Uond, undertaking or contract of sureCyship execttted under il�is authority shall nol exceed tl�e limit stated below. iVame Address Liinit of Power LLpYD RAY PITTS, JR. BOTH OF B07H WlLLlAM p. BIRD50NG pALLAS, TEXAS $1D0,000,000 This Power of Attorney revokes all previous powers issued on Ueha[f uf tlte attorney(s}-in-fact named abo�e. [N W.IT�]ESS WI�EREOF the GREATAMERICAN INSURANC�, CO�IPANY has caused these presents to be signed and attested by its a�propri�te officers and its corpnrate seal hereu33to at%�ed tliis 10TH day of DECEMBER 2020 Attcsi GREAT AMERICAN IN�SyURAIVCE COMPANY g`,� ��J4'L'.4e riP �:���,�,_..-ti`�. � � r� ' ����� � � s � ��� �� � .-is.r[sr�rftt Secretrrs:v Divistawrd Senirn' Viec Prxsidenf STAT'E OF OH10, COUNTY OF f IAMII.,TQN - 55: MARK VICAI7ID {877-377-24p5} O» this 10TH day of ��GEMBER 2020 , before nie personally appeared MARIC VICARIO, ro me known, b�ing duly sworn, deposes and says that i�e resides in Cincinnati, Ol�io, tl�at he is a Divisional 5enior Vice President of the f3ond Division of Great American [nsurance Compam, the Company descri6ed in ai3d whici3 csecuted the above instru�i�euf; thaY he l:nows tlie seal of'the said Compain ; that the seal atT'ixed to the said instrument is such corporate seal; that it was so affixec� bv authorih of ttis otTic� under the Sy-Laws of said Company, and that he signed his i�ame thereto by like authority. ' 5ki5A�i A i(QHOkSt a ��"��'�'= llatary Public '����" State of Ohio �°��%� �'�` h�y Comm. Expires M�y 18, 2025 ��L�'i`� � ti'"C�- /r n.IL,�.I" � �,� _..__ This Power of Attorney is grantcd by authority of tkte following resolutions adopted by the Board of birectors of Great American [tasurance Company by unania�tous written consent dafed June 9. 2008. RES(7LVED: Thctt tl�e Divisinnc3! President, the severc�! bivisiorral Se:Tioi° �ce Pre.ridents, Diti�isinncrl Vice Presidenfs u�ad Diriswtcrl Assi.stalat i rce Pr�side�7ts, nr anv nne aJ'tlaeua, he and hereh)� is aurhorirecl, f'rof�a ti�t�e �n time, to appnrnt one or uTn�'eAttnrne�s-ii�-Fuc! lo exectrte an bel�alJ'nf the C'anpernv, a,c srn �ty, unv nnd all basads, irFvdertrrlcings atic� cnntrcrc•ts of'st�reti'sltip, ni� nther irrrtrert ahliguPions in the ncrttrt�e ihereoJ; to presef•ibe their � es�ecth�e dtrtie.s rirrd tlze respective lifnits oJ'lheir nutJtor�itv; �u�d to ies�nke ata�� ,rtrcla crppninluTe:T1 crl crirt� tiirte. RF,SUI,Y'Eb FU!{THER: 7'lacrt 1he Cnntprrni� sea! aj1[l tl7e ,sigraatu� 4 of cr�n• of 1he �rfpr•esuid nffieel•s crncl ur�� Secretas.v or �lssrSlCrs71 Secretnr�l- �f tlse ComE�ayty naay be ujjired 6y f��ct•inirle �o atry pou�er o/'crttar:rey or ceJ•ti�cute of eilher� giver:,fot� the exec:rtion of an3� hprrcl r=nc(ei•taking, co:ttrac! o/�sttr-etyship, a� other writte�x o6ltgatiorr in the Flpttrre Thet•eoJ,' sxclz .signuttn e c�rrd secrl avhett so atsed heing hei�ht� r�dopied hv the C�rrrppn}� cr.s the a•igina! srgnature of'sacla afjicer ant! the original seal af lhe ('aftpa�ay, to 6e valyd [trzd 6inding trpora tl�e Conrparty ivilh the sa�ne force ancl effeci as though nxinuallv u�xecl. CERTIF[CATION I, STEPHEN C. BERAHA, Assistant Secretary ofGreat A�nerican lnsurance Company, do hereby certify that tl�e foregoing Power ofAttorney and the Resolutions of the Board of Directors oiJime 9, 2008 have not been revoked and are now in f�dl force and efT'ect. Signed and sealed this �y.!vece�f ° '• � ::�`P��.�'x, ��_����.� ��. i3tir day of MaY , 2024 . � � � a � .4ssi.st�nvd Sec'r'elmy 51 p29qH (03/20} '`�����•eat American �nsurance Campany of New Yo�k ��EAT�gE�1C�N: �reat Arnerican Alliance I�surance Cpmpany iNSUA�HC� G�t4lIP Great American Insurance ComFany iMP(�RTANT NOTICE: To obcain infarmatio�� o;r rnake a complaint: Yan rnay contact the Texas Department af Insurance to ubtain inforsnatian on companies, coverages, rights or cpmplaints at: 1-80Q-252-3439 You tnay write the Texas Depar�nent af Insurance at; P.O. Bax 1491 �l4 Austin, TX 7871�#-9Q�1 f�A?�: 1-5 � 2-4�Q- � 4C17 Your notice of cl€tim against the �ttac�ed �iond tnay ba given to the surety comp�ny ihat issned the bond by sending it by certi�ec� o.r re�istereci mail fio tt�e faliowing address: Maifing Address: Great Amexican Insurar�ce Company PA. Box �l I9 Cincinnati, Ohio 452(}2 P}�ysical Address: Great Arcterica� Insurar�ce Cor�pany 3�11 E. Fourth Street Czncinn�ti, Ohio 45202 Yau may also contact the Creat American Insurance Company Cl�im aff'ice by: Fax: I -588-29f�-37Q( Tclephane: 1-513-3b�-5091 fimail: bor�dclaims�a gaic.com PREMIUM OR CLAIM �ISI'UTES: 1f you har+e a dispute concerning a prerrtium, you shouid contact the agent first, If you have a dispute cvrlce:rr�in� a c7airn, yau should eontaet the co�npany first. If tl�e dispute is nat resoIved, you may cantact the Texas D�epart�t7ent of ins�rance. �iT�Ac� �rx�s �raTzc� To xau� �oNn: This notice is for infQrrnatian on�y and �laes not becnrr�e a pa�t nr ca,ndition af the atEached docatnent. r•.y�b�� c�orl�j