Loading...
HomeMy WebLinkAboutContract 61061-FP2FORT WORTH. -FP2 City Secretary Contract No. 61061 Date Received 4/22/2025 AT 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: Parchaus Tavalo City Project No.: 103958 Improvement Type(s): Water ❑x Sewer Original Contract Price: $478,733.16 Amount of Approved Change Order(s): $15,681.45 Revised Contract Amount: $0.00 Total Cost of Work Complete: $494,414.61 �Z Apr 22, 2025 Ju n Castor (Apr 22, 202509:25 CDT) Contractor Date Vice President of Estimating Title SYB Construction Company Name A&iii AYaivYa Apr 22 2025 Adrian Ara nda(Apr 22, 202509:27 CDT) Project Inspector Date MOS MfageMohawwdem,,TE Apr 22, 2025 Project Manager Date Kandic22,202514:59CDT) Apr 22, 2025 (Apr CFA Mana er Date deq""'"'�"`_"- Apr 22, 2025 Lauren Prieur (Apr 22, 202515:32 CDT) TPW Director Date �v Apr 22, 2025 OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT. WORTH, TX Asst. City Manager Date Notice of Project Completion Project Name: Parchaus Tavalo City Project No.: 103958 City's Attachments Final Pay Estimate Change Order(s): ❑x Yes ❑ N/A Pipe Report: ❑x Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid ' Consent of Surety 0 Statement of Contract Time Contract Time: 60 WD Days Charged: 174 WD Work Start Date: 5/20/2024 Work Complete Date: 10/1/2025 Completed number of Soil Lab Test: 37 Completed number of Water Test: 0 Page 2 of 2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name PARCHAUS TAVOLO Contract Limits Project Type WATER & SEWER City Project Numbers 103958 DOE Number 3958 Estimate Number 1 Payment Number 1 City Secretary Contract Number Contract Date Project Manager NA Contractor SYB CONSTRUCTION COMPANY, INC. 421 COMPTON Inspectors For Period Ending 3/10/2025 WD Contract Time 6VVD Days Charged to Date 174 Contract is 100.00 Complete IRVING, TX 75061 A. YBARRA / A. ARANDA Wednesday, March 19, 2025 Pagel of 5 City Project Numbers 103958 DOE Number 3958 Contract Name PARCHAUS TAVOLO Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER & SEWER For Period Ending 3/10/2025 Project Funding UNIT I: WATER IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 TRENCH SAFETY (CO#C1) 120 LF $6.00 $720.00 120 $720.00 2 UTILITY SERVICES SURFACE RESTORATION 76 SY $60.00 $4,560.00 76 $4,560.00 SODDING 3 DUCTILE IRON WATER FITTINGS 0.491 TN $5,015.35 $2,462.54 0.491 $2,462.54 W/RESTRAINT (CO#C1) 4 6" WATER METER PIPE 54 LF $78.36 $4,231.44 54 $4,231.44 5 6" WATER METER AND VAULT 2 EA $47,931.49 $95,862.98 2 $95,862.98 6 6" GATE VALVE A $1,873.97 $3,747.94 2 $3,747.94 7 24" X 8" TAPPING SLEEVE & VALVE A $18,917.36 $18,917.36 1 $18,917.36 8 8" PVC WATER PIPE (CO#C1) 60 LF $91.50 $5,490.00 60 $5,490.00 9 2" WATER SERVICE A $3,980.87 $3,980.87 1 $3,980.87 10 8" WATER SERVICE (CO#C1) 0 LF $69.32 $0.00 0 $0.00 11 20" CASING BY OTHER THAN OPEN CUT 120 LF $574.63 $68,955.60 120 $68,955.60 (CO#C 1) 12 RELOCATE CORROSION MARKER 1 EA $5,000.00 $5,000.00 1 $5,000.00 13 CONNECTION TO EXISTING 24" WATER MAIN 1 EA $15,060.00 $15,060.00 1 $15,060.00 14 8" DIP WATER (CO#Cl) 20 LF $152.95 $3,059.00 20 $3,059.00 15 -------------------------------------- 8" WATER CARRIER PIPE (DIP) (CO#C1) 120 LF $200.00 $24,000.00 120 $24,000.00 Sub-Total of Previous Unit $256,047.73 $256,047.73 UNIT H: SANITARY SEWER IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 8" SEWER PIPE, CSS BACKFILL 13 LF $80.80 $1,050.40 13 $1,050.40 2 8" DIP SEWER PIPE, CSS BACKFILL 24 LF $145.32 $3,487.68 24 $3,487.68 3 8" SEWER CARRIER PIPE 181 LF $150.42 $27,226.02 181 $27,226.02 4 EPDXY MANHOLE LINER 39 VF $586.15 $22,859.85 39 $22,859.85 5 5' MANHOLE A $17,150.40 $17,150.40 1 $17,150.40 6 POST -CCTV INSPECTION 194 LF $3.60 $698.40 194 $698.40 7 MANHOLE VACUUM TESTING 1 EA $180.00 $180.00 1 $180.00 8 20" CASING BY OTHER THAN OPEN CUT 181 LF $860.35 $155,723.35 181 $155,723.35 9 Y EXTRA DEPTH MANHOLE 17.4 VF $539.70 $9,390.78 17.4 $9,390.78 Wednesday, March 19, 2025 Page 2 of 5 City Project Numbers 103958 DOE Number 3958 Contract Name PARCHAUS TAVOLO Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER & SEWER For Period Ending 3/10/2025 Project Funding 10 CONCRETE COLLAR 1 EA $600.00 $600.00 1 $600.00 -------------------------------------- Sub-Total of Previous Unit $238,366.88 $238,366.88 -------------------------------------- Wednesday, March 19, 2025 Page 3 of 5 City Project Numbers 103958 Contract Name PARCHAUS TAVOLO Contract Limits Project Type WATER & SEWER Project Funding Contract Information Summary Original Contract Amount Change Orders Change Order Number Cl Total Contract Price DOE Number 3958 Estimate Number 1 Payment Number 1 For Period Ending 3/10/2025 $478,733.16 $15,681.45 $494,414.61 Total Cost of Work Completed $494,414.61 Less % Retained $0.00 Net Earned $494,414.61 Earned This Period $494,414.61 Retainage This Period $0.00 Less Liquidated Damages Days @ / Day LessPavement Deficiency Less Penalty Less Previous Payment Plus Material on Hand Less 15% Balance Due This Payment $0.00 $0.00 $0.00 $0.00 $0.00 $494,414.61 Wednesday, March 19, 2025 Page 4 of 5 City Project Numbers 103958 DOE Number 3958 Contract Name PARCHAUS TAVOLO Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER & SEWER For Period Ending 3/10/2025 Project Funding Project Manager NA City Secretary Contract Number Inspectors A. YBARRA / A. ARANDA Contract Date Contractor SYB CONSTRUCTION COMPANY, INC. Contract Time 60 WD 421 COMPTON Days Charged to Date 174 WD IRVING, TX 75061 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 $494,414.61 Less % Retained $0.00 Net Earned $494,414.61 Earned This Period $494,414.61 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 $494,414.61 Wednesday, March 19, 2025 Page 5 of 5 REVIEWED By Mosadage Mohammdeen at 9:48 am, Aug 16, 2024 DEVELOPER -AWARDED -PROJECT CHANGE ORDER IPROJECT NAME: PARCHAUS TAVOLO I CHANGE ICONTRACT: (C) WATER ORDER No: ICFA# 22-0159 I CITY PARTICIPATION: I NO (CITY PROJECT # 103958 I (CITY SECRETARY CONTRACT # IPRC22-0110 IFID # 30114-0200431-103958-EO7685 I C1 IX # X-27372 I IFILE # K-2985 I INSPECTOR: Adrian Aranda Phone No: (682) 329-6655 PROJECT MANAGER: Mosadage (Mo) Mohammdeen Phone No: (682) 402-7050 CONTRACT UNIT WATER SEWER DRAINAGE PAVING STREET LIGHTS CONTRACT Developer Developer Developer DAYS Cost I City Cost Developer Cost City Cost Developer Cost City Cost I Cost City Cost Cost City Cost (ORIGINAL CONTRACT $240,366.28 I $0.00 I $238,366.88 I $0.00 I $0.00 I $0.00 I $106,139.50 I $0.00 $28,924.00 I $0.00 I 60 I I EXTRAS TO DATE $0.00 I $0.00 I $0.00 I $0.00 I $0.00 $0.00 $0.00 I $0.00 I $0.00 I $0.00 0 I ICREDITS TO DATE $0.90 I $0.00 $0.00 I $0.00 I $0.00 $0.00 $0.00 I $0.00 I $0.00 I $0.00 0 I CONTRACT TO DATE $240,366.28 I $0.00 I $238,366.88 I $0.00 I $0.00 $0.00 $106,139.50 I $0.00 I $28,924.00 I $0.00 60 IAMOUNTlO;FFC1PPr R\RROP. CHANGE ORDER $75,681.45 I $0.00 I $0.00 I $0.00 I $0.00 $0.00 $0.00 I $0.00 I $0.00 I $0.00 0 IV ILDREVISED�CONAMOUNT TRACT AMOUNT $256,047.73 I $0.00 I $238,366.88 I $0.00 I $0.00 $0.00 $106,139.50 I $0.00 I $28,924.00 I $0.00 60 PER UNIT $256,047.73 $238,366.88 $0.00 $106,139.50 I $28,924.00 REVISED COST SHARE Dev. Cost: $629,478.11 City Cost: $0.00 TOTAL REVISED CONTRACT $629,478.11 Revised: 12-17-2018 Page 1 You are directed to make the following changes in the contract documents CITY BID ITEM PAY ITEM # # QUANTITY UNIT 1 3305.0109 52 LF 3 3311.0001 0.176 TON 8 3311.0261 45 LF 10 3305.2002 (133) LF 11 3305.1103 (13) LF 14* 3311.0251 20 LF 15* 3305.2002 120 LF REVIEWED By Mosadage Mohammdeen at 9:48 am, Aug 16, 2024 JNIT I: WATER IMPROVEMENTS ITEM DESCRIPTION Trench Safety Ductile Iron Water Fittings w/ Restraint 8" PVC Water Pipe 8" Water Carrier Pipe 20" Casing By Other Than Open Cut 8" DIP Water 8" Water Carrier Pipe (DIP) CFW Unit Price TOTAL UNIT I: WATER IMPROVEMENTS I I I I I I UNIT II: SANITARY SEWER IMPROVEMENTS CITY BID ITEM PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS I Asterisk (*) indicates New Pay Item Developer UNIT PRICE ..at City Cost TOTAL $6.00 $312.00 $312.00 I $5,015.35 $882.70 $882.70 I $91.50 $4,117.50 $4,117.50 I $69.32 ($9,219.56) ($9,219.56) $574.63 ($7,470.19) ($7,470.19) I $152.95 $3,059.00 $3,059.00 I $200.00 $24,000.00 $24,000.00 I $0.00 $0.00 $0.00 $0.00 I $0.00 $0.00 I $0.00 $0.00 I $0.00 $0.00 $0.00 $0.00 I $0.00 $0.00 I $0.00 $0.00 I $0.00 $0.00 $0.00 $0.00 I $0.00 $0.00 I $0.00 $0.00 I $0.00 $0.00 I I 15 681.45 $0.00 $15.681.45 I I I Developer UNIT PRICE Cost City Cost $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 0.00 0 I TOTAL $0.00 I $0.00 I $0.00 I $0.00 I $0.00 $0.00 I $0.00 I $0.00 I $0.00 $0.00 I $0.00 I $0.00 I $0.00 $0.00 I $0.00 I Revised: 12-17-2018 Page 2 REASONS FOR CHANGE ORDER Scope of water improvements has changed from original contract. Due to field verified conflicts, location of water bore across Altamesa has shifted and is now 8" DIP w/ 20" steel encasement instead of 8" PVC w/ 20"steel encasement. Changes correspond with Revision No. 1 as shown on revised Sheets 5, 6, & 7 of the construction plans (IPRC22-0110). RECOMMENDED: APPROVED: (Consulting Engineer)Spiars Engineering (Developer) Pate Ranch Commercial, LP By. By. J�L6 7C.CuT.� Name: Mike Martinie Name: Kyle Kruppa Title: Project Manager Title: Development Manager APPROVAL RECOMMENDED: APPROVED: CFW - Water Department CFW-Assistant City Manager By: By: N/A Name: Name: N/A Title: Title: NIA RECOMMENDED: MOSa(iage Mohan mideen CFW - *Contract Compliance Manager ATTEST By: Name: Mosadaqe Mohammdeen Jannette S. Goodall City Secretary Title: Sr.Professional Engineer M&C Number: M&C Date Approved: APPROVED: (Contractor) SYB Construction Co., Inc. By: l cajoh, Name: Justin Castor Title: Project Manager APPROVED AS TO FORM AND LEGALITY: CFW - Assistant City Attorney By: NIA Name: N/A Title: N/A * Contract Compliance Manager (Project Manager): By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, include ensuring all performance and reporting requirements. 0 There are NO City Funds associated with this Contract ❑ There are City Funds associated with this Contract Revised: 12-17-2018 Page 3 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: parcHAUS Tavolo CITY PROJECT NUMBER: 103958 WATER PIPE LAID SIZE TYPE OF PIPE Open -Trench 6" PVC Open -Trench 8" PVC FIRE HYDRANTS: N/A PIPE ABANDONED DENSITIES: NEW SERVICES: PIPE LAID Open -Trench Open -Trench PIPE ABANDONED DENSITIES: NEW SERVICES: VALVES (16" OR LARGER) SIZE TYPE OF PIPE Taken -Pass 2" IRR 6" DOM SEWER SIZE TYPE OF PIPE 811 PVC 8" DIP SIZE TYPE OF PIPE TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311 (817) 392 - 7941 • Fax: (817) 392 - 7845 LF LF 54 LF 147 LF 5 LF 40 LF LF 194 LF 24 LF LF FORTWORTH. M" TRANSPORTATION AND PUBLIC WORKS March 17, 2025 SYB Construction Co., Inc 421 Compton Ave Irving TX, 75061 RE: Acceptance Letter Project Name: parcHAUS Tavolo Project Type: Water, Sewer, Paving and Streetlights City Project No.: 103958 To Whom It May Concern: On March 17, 2025 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 March 17, 2025, 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- 392-2443. Sincerely, "Osadage "Ohawo(eeil,�'.E. Mosadage Mohammdeen P.E, Project Manager Cc: Adrian Aranda , Inspector Donald Watson , Inspection Supervisor Aaron Ybarra , Senior Inspector Andrew Goodman , Program Manager Michael T Martinie , Consultant SYB Construction , Contractor Pate Ranch Comm LP, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 08/20/19 AFFIDAVIT STATE OF TEXAS COUNTY OF JOHNSON Before me, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared Justin Castor, Vice President of Estimating Of SYB Construction Co., Inc., 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; That there are no claims pending for personal injury and/or property damages; On Contract described as; ParcHaus Tavolo CPN# 103958, Fort Worth, Tarrant County, Texas BY &467� Justi astor, Vice President of Estimating Subscribed and sworn before me on this date 22nd of April, 2025. �1� ( 5&� Notary Public Venus, Texas Z5trpYi GEANA BRANN Via° ' �? Notary Public, State of Texas %"N% v ` Comm. Expires 03-07-2029 y, • ...• p ��`%�°i,r"�+ Notary IQ 129337163 CONSENT OF SURETY TO FINAL PAYMENT AIA Doc=ennt G707 Bond No. 1108223 /SYB Job No. 1203 TO OWNER: rNarne surd uddresr•1 City of Fort Worth 100 Fort Worth Trail Fort Worth, TX 76102 PROJEC1%. (M-e andadrdrac1} OWNFR CONTRACTOR SURLTY OTHER ARCHITECT'S PROJECT -'40.: CONTRACC FOR: CONTRACT DATED: Construction of community facilities in the City of Fort Worth by and through a Community Facilities Agreement, CFA Number 22-0159 In accordance with the provisican5 of the Comma bemn--en the Owner and the Contractor as indicated above, the flnsr�t rra�nr aird additsx of.S�a�h J The Hanover Insurance Company 440 Lincoln Street Worcester, MA 01653 SURRTI', on bcod of flnwrl none and addrrsc [(Contraa,,r) SYB Construction Co., Inc. 1017 S FM 157 Venus, TX 70684 , CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Sure of any of its obligations to Crn.wn nanreand addMtrafOuner! City of Fort Worth 100 Fort Worth Trail Fort Worth, TX 76102 as set forth in said Surety's bona. +''t ` g IN WITNESS WRERROF, the Surety Iw hereunto set its hand on this date: April 15,2025 (Ifl,wrl hz kvVing (be nwntb fallauwd ht� rlar munerk dare anrl ivar,) AMR- (Se��r The Hanover Insurance Company (Smtq'),) By: (A ratumOfaalbaize4i�rprasrnra w) Holly Clevenger Attorney -in -Fact (Pliolled game awl tare) G707---1994 THE HANOVER INSURANCE COMPANY MASSACHUSETTSBAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWER OF A TTORNEY THIS Power of Attorney limits the ads attlmm mmu" heireln, and they have no authority to bind the Company except In the manner and to the extent herein stated. KNOW ALL PERSONS BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing underew laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA. a oorporabon organized and existing under the laws of Cie State of Michigan. (hereinafter individually and collectively Ihe'Cormpany') does hereby oon%Wu% and appoint. Jack M. Crowley Of Dallas, TX individuaty, if there be more than one named, as its true and lawful attomey(s}m-fad to sign, execute. seal. acknowledge and deliver for. and on its behalf, and as its act and deed any place within the United States, any and all surety bonds, reeognizances, undertakings, or other surety obligations. The execution of such surety bonds, rrcognizances, undertakings or surety obligations. in pursuance of these presents, shall be as binding upon the Company as dthey had been duty signed by the president and attested by the secretary of t w Company, in their own proper persons. Provided however, that tit is power of attorney limits the acts of those named herein; and they have no authority to bind the Company except in th a manner stated and to the extent of any limitabon stated below: Any such obligations in the United States, not to exceed Forty Million and No1100 (940,000,000) in any single instance That this power is made and executed pursuant to the authority of the following Resolutions passed by the Board of Ouvelors of said Company, and said Resolutions remain in full force and effect Surety Bond Number: 1108223 Principal: SYB Construction Co., Inc. Obligee: City of Fort Worth RESOLVED: That the President or any Vice President, in conjunction with any Vice President, be and they hereby are authorised and empowered to appoint Attomeys•in-fact of the Company, in its name and as it acts, to execute and acknowledge for and on its behalf as surety, any and all bor.ds. teeogncenoes. Contracts of indemnity, waivers of citation and all other writings obligatory in the nature lhereol, with power to ar-%c h thereto the xal of lie Company. Arry such wnbngs so executed by such Attonteys-in-fact shall be binding upon the Company as d they had been duly executed and acknowledged by the regularly ekcted officers of the Comparry in their own proper persons. RESOLVED: Thai any and all Powers of Aifomey and Certified Copies of such Powers of Attorney and certifiaboo in respect thereto. granted and executed by the President a trice President in conjunction with any Vice President of the Company, stall be binding on the Company to the same extent as d all signatures thefein were manually affixed, even though one or more of any such signatures thereon may be facsimile. (Adopted Oc6ober 7,1081 - The Hanover lnsufance Company; Adopted April 14, 1082 - Massachusetts Bay Insurance Company; Adopted September 7, 2001-Clemens Insurance Company of America and atfemed by each Company on March 24. 2914) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHU SETTS BAY INSURANCE COMPANY and CfTtZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with then respective corporate seals, duty attested by two Vice Presidents, this 0 day of April, 2023 1 be I laaevp tarawrsace Conwa my lfareNartm Ilay lawraap Company Cithees libunste Compasy of Arserkra 3,W4 � JHb., VkePre♦ident STATE OF CONNECTICUT ) COUNTY OF HARTFORD Q30rt4.ttt 1. ) ss. Tlu ltaaosrr lasarsan Caapaay ;I,.. aetts Say lowraatecompny aro Compeat of Ars-4 M. Mendota. Vice President On this 6e' day of April 2027 before me Came the above named Executive Vice President and Vase President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America. to mew personally known to be the indmdwis and offioers described herein. and acknowiedged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectivey, and that the said corporate seals and their signatures as off4oers were duty affixed and subscnbV tq _ in m ority and direcbon 4 said Corporabons. Wendy Lataumes No m Pudic, Sete of Cornwkut ` My CWWiNW EV+es Jth 31. = Myoommisoi sir rssJdy 31, 20Z6 I, the undersigrhed Vice President of The Hanover Insurance CWnpany, Massachusetts Bay Insurance Company and Citizens Insurance Company of America. hereby owtify that the above and foregoing is a full. true and cofrect copy of the Original Power of Attorney issued by said Companies. and do hereby fuRMr ct" that die said Powers of Attorney are still in force and effect GIVEN undermy hand and the seals of said Companies, at Worcester. Massachusetts, this 15th day of Ar)ril 2025 Tbt a lamraatf at"" it ut d Hai* Is pq CERTIFIED COPY oka R�aNer, Vice Presideal