Loading...
HomeMy WebLinkAboutContract 61142-A1-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: Tavolo Park Phase 5 City Project No.: 104156 Improvement Type(s): Water Sewer Developer Cost City Cost Total Costs Original Contract Price: Water $978,651.75 $413,777.49 $1,392,429.24 Original Contract Price: Sewer $1,177,860.06 $0.00 $1,177,860.06 Amount of Approved Change Order(s): W $0.00 $0.00 $0.00 Amount of Approved Change Order(s): S $68,364.69 $0.00 $68,364.69 Revised Contract Amount: Water $978,651.75 $413,777.49 $1,392,429.24 Revised Contract Amount: Sewer $1,246,224.75 $0.00 $1,246,224.75 Total Cost of Work Complete:$2,224,876.50 $413,777.49 $2,638,653.99 Contractor Date Title SYB Construction Company Name Project Inspector Date Project Manager Date CFA Manager Date Page 2 of 2 _______________________________________ __________________________________ TPW Director Date Asst. City Manager Date Notice of Project Completion Project Name: Tavolo Park Phase 5 City Project No.: 104156 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: 180 WD Work Start Date: 5/21/2024 Days Charged: 226 WD Work Complete Date:7/16/2025 Completed number of Soil Lab Test: 861 Completed number of Water Test: 40 CITY OF FORT WORTH Contract Name TALVO PARK PHASE 5 Contract Limits Project Type WATER & SEWER DOE Number 4156 Estimate Number 1 Payment Number 1 For Period Ending 7/16/2025 FINAL PAYMENT REQUEST City Secretary Contract Number 226 WD Contract Date SYB CONSTRUCTION COMPANY, INC. NA 421 COMPTON IRVING TX 75061 M.GLOVER M.PERKINS 180WDContract Time Days Charged to Date CompleteContract is 100.00 Contractor , /Inspectors Project Manager City Project Numbers 104156 Thursday, July 17, 2025 Page 1 of 5 Contract Name TALVO PARK PHASE 5 Contract Limits Project Type WATER & SEWER DOE Number 4156 Estimate Number 1 Payment Number 1 For Period Ending 7/16/2025 Project Funding City Project Numbers 104156 UNIT I: WATER IMPROVEMENTS Item No.Description of Items Estimated Quanity Unit Unit Cost Estimated Total Completed Quanity Completed Total 1 8" WATER PIPE 5995 LF $65.48 $392,552.60 5995 $392,552.60 2 12" WATER PIPE 107 LF $102.39 $10,955.73 107 $10,955.73 3 1" WATER SERVICE 139 EA $1,490.25 $207,144.75 139 $207,144.75 4 2" WATER SERVICE (IRR)3 EA $3,118.42 $9,355.26 3 $9,355.26 5 8" GATE VALVE & BOX 14 EA $2,568.53 $35,959.42 14 $35,959.42 6 12" GATE VALVE & BOX 2 EA $4,996.96 $9,993.92 2 $9,993.92 7 CONNECT TO EXISTING 8" WATER MAIN 5 EA $2,941.86 $14,709.30 5 $14,709.30 8 8" WATERLINE LOWERING 8 EA $5,828.16 $46,625.28 8 $46,625.28 9 4"-12" PRESSURE PLUG 2 EA $1,200.00 $2,400.00 2 $2,400.00 10 FIRE HYDRANT 7 EA $6,356.55 $44,495.85 7 $44,495.85 11 DUCTILE IRON FITTINGS 5 TN $10,190.47 $50,952.35 5 $50,952.35 12 CLEANING WYE 7 EA $1,400.48 $9,803.36 7 $9,803.36 13 TRENCH SAFETY 6102 LF $1.20 $7,322.40 6102 $7,322.40 14 24" WATER PIPE 1170 LF $282.40 $330,408.00 1170 $330,408.00 15 24" GATE VALVE w VAULT 2 EA $37,852.15 $75,704.30 2 $75,704.30 16 CONNECT TO EXISTING 24" WATER MAIN 1 EA $5,516.00 $5,516.00 1 $5,516.00 17 24" PRESSURE PLUG 1 EA $2,439.48 $2,439.48 1 $2,439.48 18 DUCTILE IRON FITTINGS (24" ONLY)2 EA $19,519.65 $39,039.30 2 $39,039.30 19 TRENCH SAFETY (24" ONLY)1200 TN $1.20 $1,440.00 1200 $1,440.00 20 24" CARRIER (DIP) WATER PIPE 30 LF $493.98 $14,819.40 30 $14,819.40 21 24" WL BACKFILL, CLSM 30 LF $643.98 $19,319.40 30 $19,319.40 22 42 CASING BY OPEN CUT 20 LF $775.98 $15,519.60 20 $15,519.60 23 8" BLOWOFF VALVE 1 EA $45,953.44 $45,953.44 1 $45,953.44 $1,392,429.14 $1,392,429.14Sub-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 7016 LF $56.91 $399,280.56 7016 $399,280.56 2 20" SEWER STEEL CASING PIPE (PER PLAN DETAIL) 400 LF $578.82 $231,528.00 400 $231,528.00 Thursday, July 17, 2025 Page 2 of 5 Contract Name TALVO PARK PHASE 5 Contract Limits Project Type WATER & SEWER DOE Number 4156 Estimate Number 1 Payment Number 1 For Period Ending 7/16/2025 Project Funding City Project Numbers 104156 3 8" SEWER PIPE, CSS BACKFILL 510 LF $81.44 $41,534.40 510 $41,534.40 4 4' MANHOLE 18 EA $4,246.20 $76,431.60 18 $76,431.60 5 4' DROP MANHOLE (CO#1)4 EA $7,171.20 $28,684.80 4 $28,684.80 6 5' MANHOLE (CO#1)15 EA $9,637.20 $144,558.00 15 $144,558.00 7 5' DROP MANHOLE (CO#1)3 EA $12,157.20 $36,471.60 3 $36,471.60 8 EPOXY MANHOLE LINER (CO#1)15 EA $4,939.83 $74,097.45 15 $74,097.45 9 TRENCH WATER STOPS (CO#1)18 EA $600.00 $10,800.00 18 $10,800.00 10 4" SEWER SERVICE 139 EA $1,136.46 $157,967.94 139 $157,967.94 11 CONNECT TO EX 6' SSMH 1 EA $4,230.00 $4,230.00 1 $4,230.00 12 TRENCH SAFETY 7526 LF $2.40 $18,062.40 7526 $18,062.40 13 POST-CCTV INSPECTION 7526 LF $3.00 $22,578.00 7526 $22,578.00 $1,246,224.75 $1,246,224.75Sub-Total of Previous Unit Thursday, July 17, 2025 Page 3 of 5 Contract Name TALVO PARK PHASE 5 Contract Limits Project Type WATER & SEWER DOE Number 4156 Estimate Number 1 Payment Number 1 For Period Ending 7/16/2025 Project Funding City Project Numbers 104156 Contract Information Summary Change Orders $2,570,289.30Original Contract Amount $2,638,653.89Total Contract Price $2,638,653.89 Less Total Cost of Work Completed % Retained $0.00 Net Earned $2,638,653.99 Plus Material on Hand Less 15%$0.00 Balance Due This Payment $2,638,653.99 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 $2,638,653.99 $0.00 1 $68,364.69Change Order Number Thursday, July 17, 2025 Page 4 of 5 Contract Name TALVO PARK PHASE 5 Contract Limits Project Type WATER & SEWER DOE Number 4156 Estimate Number 1 Payment Number 1 For Period Ending 7/16/2025 Project Funding City Project Numbers 104156 Line Fund Account Center Amount Funded Gross Retainage Net CITY OF FORT WORTH SUMMARY OF CHARGES $2,638,653.89 Less Total Cost of Work Completed % Retained $0.00 Net Earned $2,638,653.99 Plus Material on Hand Less 15%$0.00 Balance Due This Payment $2,638,653.99 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 $2,638,653.99 $0.00 City Secretary Contract Number 226 WD Contract Date SYB CONSTRUCTION COMPANY, INC. NA 421 COMPTON IRVING TX 75061 M.GLOVER M.PERKINS 180 WD Contract Time Days Charged to Date CompleteContract is 100.000000 Contractor , /Inspectors Project Manager Thursday, July 17, 2025 Page 5 of 5 r� O U � N � � � � • ' U — / U � Q O O c- M ti ti � � � m �� c0 W 0 0 Z Z N N c c O O L L d d v, v c a� Y � � L Q. Q N N � N U � � N � W U` Q Z � ¢ O � F U U W W � a p � � ? a � U � o �a � z p O U N O O O O O O O V o 0 0 0 0 0 F �` w a�i w u�i w v�i � V o oi {'��11 M W p O O O � V o 0 o N F � � � m � y 01 M O O � O M a � M N � M 1�/� M d � w vNi w V o r � � " �j 'o 0 0 0 0 0 � Z' w w w�� v�i U o� (g ri 2 ti a � m m �w � o ri oi vi V n o o n o t� � N N O C Yl O Vl O � N � � N W j V/ N il� ❑ OO o o Oo O o y � (� O O O O O O z �' w v�i v�i w» v�i V � � W u � � M U a � V � 0 � Z `�''- N N Z� U b �p V � � � Q N O O N N M w {/� U � a N M � N � d � d VI fn fA 0 � 0 0 0 0 0 0 0 V o 0 0 0 0 0 �, o 0 0 0 0 o t� � w rn �n w rn co U ti o0 � � N M N t0 � N p p m � O N � o o � at N � V �c o 0o m a� w � v+ � W O W �p N n n 19 W h � t0 a+ w � � � � � 0 N s� a a o � o r o r U � a o� o � �` M v�i w ri w r+ V `* w w � � N F� a N 3 o n n n M U ., N p p IA p N V! � a� v�i w n'� n U 0 � w w w > d v ❑ � K W a t- U W Q o � ¢ '� � W Z� = Z (7 � UQ N O S Q� F- N p �' W U F- Z Z OU N �U w Q a a c�i' o > H a � � � G IW/�7 WR' p o 0 o a z a>i �u a �� O U� O w � O Q N F Q F- � K F- Z W � s Z " W Z O � � �� V O Q� O � a W 0 ti N N � J 2 �t c u U fj n V h b L � 4 ❑ W � } � � � � S � � r, +n r C A N � c'v - N � Q � n j V�� C- G' � 11 y e, .,\ L L, . V � �. � m r ��,� e�= � � �� w F'64` Lt � 1 U �� - � �� � Oc r � } S_ � t^ ,,S � v ��aa � � 54 , � � � � b � �o ls �} 4: ;� 7 � R � Ei .5 � u � _- i M � � ok�: " I iL. � .E,. RI �� ��, wy2 ,,,'� �a j E, � Ch L �' �il �� �� L.. �. � � m ro �uJ � c�3 1 K � � O W l7 2 4 S C] � O LL N 2 O � � ui C [l, c �y � c 4i @ � n � q c � � J m a m � � k: F t il � � \� � �. .� ( ' \\� `. � m `_. U � S N , o � ? � � C�, 0 m' rn� y� 4 c � tj L �y = a n ! �, � JJ G ti � I t- �� � � %! n } � U � � n t9 G � IA � � � F � L F- � �' � ., I� S � ._� I o tt ` r. 'C �'� 'y � _ � n i� � • �n u ,� u m � 4= 7 �} I O G ni �� � S} � p ' /5 �P `� a � � c s� ��cE U u� � (o' � � °� o o n � � c m ° G v rn F ' o.� c� � 5 E a o � `s tr� � � n � � r. o C L '� [) ^I d — � � m � O CL �tj v � %` T/� �' n C R x � i LL � O k C E r .� C � li V � � ' 2 t� �L°c�? � 5 c � C C G L - GI 9 N t 7 � � U :`� 2c � C C f� L � {- -Q 1 � d � i Ci � � �� J � 1 � '• �n i :., � i_7 � � �; u o r� � ��. 'O i Q ` il n W � +��' � � � �, � �. � u � u� T.-� �O �� R' ` ' �� C� °� n � 2 Q Z � � nC � 3 � 'L � U �1 4 m 6 U �• a �i N c �y 0 �i r� iJ n � 0 � F4RTWORTH :::�� _ }� TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: TAVOLO PARK PHASE 5 CITY PROJGCT NUMB�R: 104156 WAT�R PIP� LAID SIZE TYPE OF PIPE LF C900 8" PVC 5995 C900 12" PVC 107 C900 24" PVC 1238 FIRE HYDRANTS: 7 PIPE ABANDONED DENSITIES: NEW SERVICES: SIZE � � VALV�S (16" OR LARGER) TYP� OF PIPE Yes COPPER COPPER LF 2 139 EA 3 EA SEWER PIPE LAID SIZE TYPE OF PIP� LF SDR-26 8" PVC 7016 PIPE ABANDONED DENSITIES: N�W SERVICES: �yr�a �� TYPE OF PIPE PVC LF 139 EA TRr1NS1'ORTATION AND PUBLIC �!UORI�S The Cit}� of Fort ��/ordi • 1000 Throcicmorton Street • Fort \�/orth, T17G012-6311 F�0 RT WO RT H�� TRANSPORTATION AND PUBLIC WORKS July 16, 2025 SYB Construction Company Inc. 421 Compton Ave Irving, TX 75061 RE: Acceptance Letter Project Name: Tavolo Pari< Phase 5 Project Type: Water, Sanitary Sewer City Project No.: 104156 To Whom It May Concern: On June 18, 2025 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 July 16, 2025. 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 July 16, 2025, 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- 392-7830. Sincerely, Izeldeen Ahmed, Project Manager Cc: Michael Perl<ins, Inspector Mil<e Glover, Inspection Supervisor Randy Horton, Senior Inspector Andrew Goodman, Program Manager Land Design, Consultant SYB Construction, Contractor CND-Tavolo, LLC, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 AFFIDAVIT STATE 4F Texas C�UNTY OF Johz�son Before rr�e, the undersi�ned authority, a notary public in the state and county atoresaid, on this day personally appeared �ustin Castor, Vice President of Estimating Of SYB Construction Co., Inc., known ta me to be a credible person, wl�o being by me duiy sworn, upon his oath deposed and said; That aIl persons, firn�s, associations, corporatioals, or other organizations fi�rnishing labor and/or materials have been paid in fi�ll; That the wage scalE established by the City Council in the City of Fort Worth has been paid in full; TlZat tllere are r�o ciaims pending for personal injury at�d/or property damages; On Contract described as; Tavolo Park Phase 5 CPN# 104156, Fort Wort}�, Tariraz�t County, Texas BY Just Castor, Vice President of Estimating Subscribed and sworn before me on this date l st of July, 2025. _ � Notary Public Johnson County, Texas '`"���iv' G�ANA BRANN �� *pr r �y �° ���; Notary Public, State of texas ; �f ,,., �,Pw Gomm. Expires 03-p7-202g �'� i°;�i+`' �Jotary Ib 129337163 G�NSENT G�F SURETY TD FiNAL PAYMENT AIADvctcm�rat C',7�� Bond No. 1108235 T� �i�NER: rldass� rutdad�r,r�� City of Fort Worth 100 Fort Worth Way Fort Worth, TX 76102 �'R�J�CT: (�Virrrrc urrdudt]ru.c�j Tavolo Park Phase 5, project 23-0108 avrnvra �,r,c�-���rcr ca:v�c��a� �UR�T3' �"I1i�R ARCHI'�'�C'�'8 T'R4��?�x �t�.: CQ3�T�lCfi �pR: CON'I'R�,�T13A'i"ED: June 30, 2024 In acc.�arcia€zc� w'srh €��e prpvlsians nf tl�e Cwatract Uet�seen �ze Owner anc3 the Ctar�tractcsr as inciicd'trti ai3nv�, the {l1ta�-! r,�tr��:r a�rd aridrens of €r�mr� J The Hanover Insurance Company 440 Lincoln Street Worcester, MA 01653 The Hanover Insurance Com , S13RF7'Y, on ]�nd of (Ire.aen rrarnra19e7mr.fdr�asQ(Ca�zfracrur� SYB Construction Co., Inc. 421 Compton Ave. Irving, TX 75061 , CO�.C7'OR, i�ereby apprt�ves of rhe firial paymenr ta the Contraetar, and agrees thac �r�al payrn�nt tio r�,e G�ntratt�r shal! nc�t re3teve clie 5w�ery nf arty of ics al�ti�a¢ions io (It�.rrrr nunreurxlucklress af0►rncrf City of Fort Worth 100 Fort Worth Way Fort Worth, TX 76102 as set fnr�l� ic� saic3 5urery's ix�nr�. IN W1TN�55 W�i�FFtED�`, th� Sut'C[}T 1�&ti F7�1�t1F�tt) 5�i it5 I'3�nL# f}f1 til3� tE�T�: � U Iy 22, 2025 �IrxiurY f�r x� f�fi� fbe rtrontb fallvur•rf h�� ti�r nrwsrerrc rlarrarrr� ie�ar.1 .���: �,�„� �, (���= -- ' . ■ ■ ■ i , o�xm;�R, (stnxK}1 By: (S�q,rr�i�rofuri�lwr�zrrlirprxsNr utii�ri Holly Clevenger Attorney-in-Fact tPer�lrrr! rra�fre runf rfile�J �`.Y��%^^�i ���Q THE HANOVERINSURANCE COMPANY MASSACHUSETTS BAYINSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA THIS Power of Attorney limits the acts of those named herein, 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 underthe laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan, (hereinafter individually and collectively the "Company") does hereby constitute and appoint, Jack M. Crowley, Laurie Pflug, Holly Clevenger and/or Christine Clinger Of Willis Towers Watson Insurance Services West, Inc of Dallas, TX each individually, if there be more than one named, as its true and lawful attorney(s)-in-fact 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, recognizances, undertakings, or other surety obligations. The execution of such surety bonds, recognizances, undertakings or surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company, in their own proper persons. Provided however, that this power of attorney limits the acts of those named herein; and they have no authority to bind the Company except in the manner stated and to the extent of any limitation stated below: Any such obligations in the United States, not to exceed Fifty Million and No/100 ($50,000,000) in any single instance That this power is made and executed pursuant to the authority of the following Resolutions passed by the Board of Directors of said Company, and said Resolutions remain in full force and effect: RESOLVED: That the President or any Vice President, in conjunction with any Vice President, be and they hereby are authorized and empowered to appoint Attorneys-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 bonds, recognizances, contracts of indemnity, waivers of citation and all other writings obligatory in the nature thereof, with power to attach thereto the seal ofthe Company. Any such writings so executed by such Attorneys-in-fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons. RESOLVED: That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto, granted and executed by the President or Vice President in conjunction with any Vice President ofthe Company, shall be binding on the Company to the same extent as if all signatures therein were manually affixed, even though one or more of any such signatures thereon may be facsimile. (Adopted October 7,1981— The Hanover Insurance Company; Adopted April 14, 1982 — Massachusetts Bay Insurance Company; Adopted September 7, 2001— Citizens Insurance Company of America and affirmed by each Company on March 24, 2014) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested by two Vice Presidents, this 28�^ day of June, 2024 w"�.. ��>;._�; � f....,,li�� }+'°,;; � � � ■� �. �� ,� � o�. I hc ilaaurxr 1os�rancr S:umpaa� !I�t�syachrsetts Bay Ins�raacc Cwnp�ay Cuiaeos [nsurancei'o:ap�nypf,lmerica J �I. iCawiacki, Vka Praeld�nt STATE OF CONNECTICUT COUNTY OF HARTFORD ) ss. lhc tlwpover IpauraAee Cumpany chuuetsa 8qy I��sarance Camp:ny rs insuraaee Ca�npaKy aFAmerka Il�n IM. M�ndazai. Vico Prosidenc On this 28�" day of June, 2024 before me came the above named Executive Vice President and Vice President ofThe Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, to me personally known to be the individuals and officers described herein, and acknowledged 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, respectively, and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations. � INendy Lstoumes �� wotary Pub�c, state al Con+�ec�icut �Y Cannrssk�n Expires Jui� 31. 2�25 r a F� l � � I � �` j ' j, �4,�� _ � ` � W�r� y Latou _ es. ot�ry -ub�i�c'��~. IYIy 6Dmmfisi0� ex ir�s July 31, Z0�3 4 • I, the undersigned Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect. GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, this 22nd day of July 2025. CERTIFIED COPY 71rc ■n e lasurance ompa 3l c h 8�7 En� ny C' n sura rc n Am ' f�� R�wod/er, Vice PreaMkn�