HomeMy WebLinkAbout060433-FP1 - Construction-Related - Contract - Landmark Construction Management, LLC-FP1
City Secretary 60433
Contract No.
FQRT WQRTHo
Date Received 1/22/2026
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: Landmark at Rendon MultiFamily
City Project No.: 103718
Improvement Type(s): Water 0 Sewer 0
Original Contract Price: $177,421.00
Amount of Approved Change Order(s): $0.00
Revised Co ntract Amo unt:
Total Cost of Work Complete
�¢¢+� (�wu��
ri Gl/
Contractor
Lead Superintendent
Title
Landmark Construction Management, LLC
Company Name
��
Project Inspector
MoJadage Moharvrr�deen, � �.
Project Manager
a��I��
CFA Manager
����
Lauren Prieur (Jan 22, 2026 08:39:50 CST)
TPW Director
O1/19/2026
Date
O1/20/2026
Date
O1/21/2026
Date
O1/22/2026
Date
O1/22/2026
Date
,, � � �
$177,421.00
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Page 1 of 2
Notice of Project Completion
Project Name: Landmark at Rendon MultiFamily
City Project No.: 103718
City's Attachments
Final Pay Estimate 0
Change Order(s): ❑ Yes 0 N/A
Pipe Report: 0 Yes ❑ N/A
Contractor's Attachments
Affidavit of Bills Paid ��
Consent of Surety �
Statement of Contract Time
Contract Time: 220 WD Days Charged: 167 WD
Work Start Date: 3/3/2025 Work Complete Date: 12/9/2025
Completed number of Soil Lab Test: 26
Completed number of Water Test: 2
Page 2 of 2
FORTWORTH
CITY OF FORT WORTH
F1NAL PAYMENT REQUEST
Contract Name LANDMARK AT RENDON MULTIFAMILY
Contract Limits
Project Type WATER & SEWER
City Project Numbers 103718
DOE Number 3718
Estimate Number 1 Payment Number 1
City Secretary Contract Number
Contract Date
For Period Ending 12/9/2025
WD
Contract Time ���'�
Days Charged to Date 167
Project Manager NA Contract is 100.00
Contractor LANDMARK CONSTRUCTION MANGAEMENT, L
21500 BISCAYNE BOULEVARD, SUITE 402
AVENTURA � FL 33180
Inspectors D. WATSON / T. HENRY
Complete
Tuesday, January 6, 2026 Page 1 of 4
City Project Numbers 103718
Contract Name LANDMARK AT RENDON MULTIFAMILY
Contract Limits
Project Type WATER & SEWER
Project Funding
UNTI': I WATER IMPROVEMENTS
Item Description of Items Estimated Uni
No. Quanity
1 DUCTILE IRON WATER FITTINGS W/ 1 TN
RESTRAINT
2 12" WATER PIPE 25 LF
3 12" WATER PIPE, CSS BACKFILL 45 LF
4 6" WATER PIPE 20 LF
5 6" WATER METER AND VAULT 1 EA
6 8" GATE VALVE 1 EA
7 12" GATE VALVE 1 EA
8 16" X 12° TAPPING SLEEVE & VALVE 1 EA
9 2" WATER SERVICE 1 EA
10 IMPORTED EMBEDMENT (D001 & D101) 98 CY
Sub-Total of Previous Unit
DOE Number 3718
Estimate Number 1
Payment Number 1
For Period Ending 12/9/2025
t Unit Cost Estimated Completed Completed
Total Quanity Total
$3,672.00 $3,672.00 1 $3,672.00
$165.00
$203.00
$93.00
$36,361.00
$2,050.00
$2,750.00
$10,000.00
$2,951.00
$35.00
UNTI': II SANTl'ARY IMPROVEMENTS
$4,125.00
$9,135.00
$1,860.00
$36,361.00
$2,050.00
$2,750.00
$10,000.00
$2,951.00
$3,430.00
$76,334.00
25 $4,125.00
45 $9,135.00
20 $1,860.00
1 $36,361.00
1 $2,050.00
1 $2,750.00
1 $10,000.00
1 $2,951.00
98 $3,430.00
$76,334.00
Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed
No. Quanity Total Quanity Total
1 IMPORTED EMBEDMENT/BACKFILL, CSS 67 CY $35.00 $2,345.00 67 $2,345.00
2 STD. 4' DIA. MANHOLE 4 EA $5,000.00 $20,000.00 4 $20,000.00
3 STD. 5' DIA. MANHOLE 1 EA $3,583.00 $3,583.00 1 $3,583.00
4 4' DIA. EXTRA DEPTH MANHOLE 17.8 VF $625.00 $11,125.00 17.8 $11,125.00
5 5' DIA. EXTRA DEPTH MANHOLE 0.5 VF $750.00 $375.00 0.5 $375.00
6 10" PVC SEWER PIPE (GRAVITY PIPE) 15 LF $95.00 $1,425.00 15 $1,425.00
7 8" PVC SEWER PII'E (GRAVITY PIPE) 786 LF $57.00 $44,802.00 786 $44,802.00
8 CONCRETE COLLAR FOR MANHOLE 5 EA $1,000.00 $5,000.00 5 $5,000.00
9 MANHOLE VACUUM TESTING 5 EA $250.00 $1,250.00 5 $1,250.00
10 PRE-CCTV INSPECTION 801 LF $1.00 $801.00 801 $801.00
11 POST-CCTV INSPECTION 801 LF $1.00 $801.00 801 $801.00
12 EPDXY MANHOLE LINER 20 LF $479.00 $9,580.00 20 $9,580.00
Sub-Total of Previous Unit �ioi,os7.00 �loi,os7.00
Tuesday, January 6, 2026 Page 2 of 4
City Project Numbers 103718
Contract Name LANDMARK AT RENDON MULTIFAMILY
Contract Limits
Project Type WATER & SEWER
Project Funding
Contract Information Summary
Original Contract Amount
Change Orders
Total Contract Price
DOE Number 3718
Estimate Number 1
Payment Number 1
For Period Ending 12/9/2025
$177,421.00
$177,421.00
Total Cost of Work Completed $177,421.00
Less % Retained $0.00
NetEarned $177,421.00
Earned This Period �177,421.00
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
$177,421.00
Tuesday, January 6, 2026 Page 3 of 4
City Project Numbers 103718
Contract Name LANDMARK AT RENDON MULTIFAMILY
Contract Limits
Project Type WATER & SEWER
Project Funding
DOE Number 3718
Estimate Number 1
Payment Number 1
For Period Ending 12/9/2025
Project Manager NA City Secretary Contract Number
Inspectors D. WATSON / T. HENRY Contract Date
ContraCtor LANDMARK CONSTRUCTION MANGAEMENT, L ContraCt Time 220 WD
21500 BISCAYNE BOULEVARD, SUITE 402 Days Charged to Date 167 WD
AVENTURA � FL 33180 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
Less % Retained
Net Earned
Earned This Period �177,421.00
Retainage This Period �0.00
Less Liquidated Damages
� Days @ $0.00 / Day
LessPavement Deficiency
Less Penalty
Less Previous Payment
Plus Material on Hand Less 15%
Balance Due This Payment
$177,421.00
$0.00
$177,421.00
$0.00
$0.00
$0.00
$0.00
$0.00
$177,421.00
Tuesday, January 6, 2026 Page 4 of 4
PROJECT NAME:
PROJECT NUMBER:
DOE NUMBER:
PIPE LAID
Water PVC
Water PVC
FIRE HYDRANTS: N/A
PIPE ABANDONED
DENSITIES:
NEW SERVICES:
PIPE LAID
Sewer Pipe
Sewer Pipe
PIPE ABANDONED
DENSITIES:
NEW SERVICES:
FORTWORTH
TRANSPORTATION AND PUBLIC WORKS
PIPE REPORT FOR:
Landmark at Rendon Multifamily
103718
WATER
SIZE TYPE OF PIPE
12" Blue PVC
6" Blue PVC
SIZE
2��
6"
SIZE
g��
10"
SIZE
VALVES (16" OR LARGER)
TYPE OF PIPE
Passed
Water service
Meter Vault
SEWER
TYPE OF PIPE
Green PVC
Green PVC
TYPE OF PIPE
PASSED
TRANSPORTATION AND PUBLIC WORKS
���� The City of Foxt Woxth • 1000 ThYockmoxton Stxeet • Foxt Worth, TX 76012-6311
(817) 392 - 7941 • Fax: (817) 392 - 7845
LF
70
20
LF
1
1
LF
786
10
LF
FORTVVORTH�
TRANSPORTATION AND PUBLIC WORKS
December 29, 2025
Landmark Construction Management LLC
21500 Biscayne Boulevard, Suite 402
Aventura, FL 33180
RE: Acceptance Letter
Project Name: Landmark at Rendon Multifamily
Project Type: Water,Sewer
City Project No.: 103718
To Whom It May Concern:
On December 17, 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 December 24, 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 December 24,
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-
392-2443.
Sincerely,
Motadage Maka��+deeh,�E.
Mohammdeen Mosadage, Project Manager
Cc: Henry Tristan, Inspector
Don Watson, Inspection Supervisor
Oscar Aguillon, Senior Inspector
Andrew Goodman, Program Manager
Manhard Consulting, Consultant
Landmark Construction Management LLC, Contractor
Landmark at Rendon in Fort Worth LLC , Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Rev.8/20/19
AFFIDAVIT
STATE OF Floi7da
COUNTY OF' Mia�ni Dade
Before me, tl�e undersigned authority, a notary public in the state
and county aforesaid, on this day personally appeared Ju1ia Baytler ,
Manager Of Landinark Cons�ruction Managernent LLC, known to me to
be a credible person, who being by zn.e duly sworn, upon his oath deposed
and said;
That all persons, firms, associations, corporations, or other
orgar�izations 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 fu11;
That there are no claims pending for personal injury and/or
properiy damages;
On Contract described as;
Landmark at Rendon in Fort Worth LLC
BY G�t �
�a �aytler
Subscribed and sworn before me on this date 15 of January, 2026.
Notary Pub11c Stac9 of Florida _
}Ciki lee
�Ay Commisslon HH h8881?
IIII �Xpt[es 91212026
CONSENT OF SURETY
TO FINAL PAYMENT
AIA Document G707
25th Bond No.
TO OWNER:
(Name and address)
CITY OF FORT WORTH, TEXAS,
200 Texas Street
Fort Worth, Texas, 76102
PROJECT:
(Name and address)
CFA23-0173 Water and Sewer - Quarry Falls Multi-Family, CPN-105084
800170308
OWNER
ARCHITECT
CONTRACTOR
SURETY
OTHER
ARCHITECT'S PROJECT NO:
CONTRACT FOR:
CONTRACT DATED: 3��2�24
In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the
(lnsert name ancf address of Surety)
on bond of
(Insert name and address of Contractor)
Atlantic Specialty Insurance Company
605 Highway 169 North, Suite 800, Plymouth, MN 55441
GS Quarry Falls Phase 1 Owner, L.P.
�
✓
�
,SURETY,
600 E. Las Colinas Blvd. Suite 2100, Irving, TX 75039 , CONTRACTOR,
hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety of
any of its obligations to
(lnsert name and address of OwnerJ
CITY OF FORT WORTH, TEXAS, 200 Texas Street, Fort Worth, Texas, 76102
OWNER,
as set forth in said Surety's bond.
IN WITNESS WHEREOF, the Surety has hereunto set its hand on this date:
(Insert in writing the month f'ollowed by the numeric date and year.)
September 25 2025
Atlantic Specialty Insurance Company
(Surery)
� ��c �" �Z� ����
(Signature of authorized representativeJ
AttestlWitness:
(Seal): �_� � _,_ , Laura E. Sudduth, Attorney-In-Fact
oonle (Printed name and title)
AIA DOCUMENT G707 w CONSENT OF SURETY TO FINAL PAYMENT w 1994 EDITION w AIA
``�'� OO 1994 HE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE, NW, WASH-
INGTON, D.C. 20006-5292 w WARNING: Unlicensed photocopying violates U.S. copy-
right laws and will subject the violator to legal prosecution.
.,�",'7 i�.'��..
�'.��` $�
F �� �nw44P afF,��� ?y�
=" .�7�4L `�'�
�, ; 198fi o} f
�'� �� ���F v4�`� ,q��d
i � ��.�.� F� wa
G707-1994
inta.ct
� INSURANCE
Power of Attorney
KNOW ALL MEN BY THESE PRESENTS, that ATLANTIC SPECIALTY INSURANCE COMPANY, a New York corporation with its principal office in Plymouth,
Minnesota, does hereby constitute and appoint Amanda R. Turman-Avina, Barbara Norton, Cristina Nino, Jennie Goonie, Jessica Richmond, Katie Canales,
Laura E. Sudduth, Madison K Diaz, Mario Arzamendi, Mary Ann Garcia, Misty Witt, Stephanie Gross, Teuta Luri, each individually if there be more than one
named, its true and lawful Attorney-in-Fact, to make, execute, seal and deliver, for and on its behalf as surety, any and all bonds, recognizances, contracts of indemnity, and all
other writings obligatory in the nature thereof; provided that no bond or undertaking executed under this authority shall exceed in amount the sum of: unlimited and the
execution of such bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof in pursuance of these presents, shall be as binding upon
said Company as if they had been fully signed by an authorized officer of the Company and sealed with the Company seal. This Power of Attorney is made and executed by
authority of the following resolutions adopted by the Board of Directors of ATLANTIC SPECIALTY INSURANCE COMPANY on the twenty-fifth day of September, 2012:
Resolved: That the President, any Senior Vice President or Vice-President (each an "Authorized Officer") may execute for and in behalf of the Company any and
all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, and affix the seal of the Company thereto; and that the
Authorized Officer may appoint and authorize an Attorney-in-Fact to execute on behalf of the Company any and all such instruments and to affix the Company
seal thereto; and that the Authorized Officer may at any time remove any such Attorney-in-Fact and revoke all power and authority given to any such Attorney-in-
Fact.
Resolved: That the Attorney-in-Fact may be given full power and authority to execute for and in the name and on behalf of the Company any and all bonds,
recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, and any such instrument executed by any such Attorney-in-Fact shall
be as binding upon the Company as if signed and sealed by an Authorized Officer and, further, the Attorney-in-Fact is hereby authorized to verify any affidavit
required to be attached to bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof.
This power of attorney is signed and sealed by facsimile under the authority of the following Resolution adopted by the Board of Directors of ATLANTIC SPECIALTY
INSURANCE COMPANY on the twenty-fifth day of September, 2012:
Resolved: That the signature of an Authorized Officer, the signature of the Secretary or the Assistant Secretary, and the Company seal may be affixed by
facsimile to any power of attorney or to any certificate relating thereto appointing an Attorney-in-Fact for purposes only of executing and sealing any bond,
undertaking, recognizance or other written obligation in the nature thereof, and any such signature and seal where so used, being hereby adopted by the Company
as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though
manually affixed.
IN WITNESS WHEREOF, ATLANTIC SPECIALTY INSURANCE COMPANY has caused these presents to be signed by an Authorized Officer and the seal of the Company
to be affixed this first day of January, 2023.
STATE OF MINNESOTA
HENNEPIN COUNTY
_ ,,`�y� � � ri���s��, .
;e�' GpPPORqTFq[� :
=� SEAL m=
;,�—�. 1986 0: By
=,2d .tiEW Y�F,� as'�'
•,, �� � . � h�a ,,.
.��,��
v l�l
Sarah A. Kolar, Vice President and General Counsel
On this first day of January, 2023, before me personally came Sarah A. Kolar, Vice President and General Counsel of ATLANTIC SPECIALTY INSURANCE COMPANY, to
me personally known to be the individual and officer described in and who executed the preceding instrument, and she acknowledged the execution of the same, aud being by me
duly sworn, that she is the said officer of the Company aforesaid, and that the seal affixed to the preceding instrument is the seal of said Company and that the said seal and the
signature as such officer was duly affixed and subscribed to the said instrument by the authority and at the direction of the Company.
THES ALISON D. NASH-TROUT
at; .......... T9T
c: i,.o...,«o ,.. o /
� +'.� NOTARY PUBLIC - MINNESOTA � l�'1. ��`Z �
';�.. �z My Commission Expires ,
`'%i:- -,�o`' January 31, 2030 Notary Public
�t.�
I, the undersigned, Secretary of ATLANTIC SPECIALTY INSURANCE COMPANY, a New York Corporation, do hereby certify that the foregoing power of attorney is in full
farce and has not been revoked, and the resolutions set forth above are now in force.
Signed and sealed. Dated 25th d f September 2025
This Power of Attorney expires
January 31, 2030
ay o . .
` `����,��I��,S�R, ,
;�U GpPPORqT�,92� :
=� SEAL m=
=U 1986 0;
=Y2a .tiFW YOR�r . a3';,
,, �1 � _ ��d ,,.
.�����
Please direct bond verifications to suretv(a�intactinsurance.com
�� _--
Kara L.B. Barrow, Secretary
.,�•�^'��,. i�,��
r�'�` � '�7
� � �04�Faf{�T� �Y
_� �EAL �^�
srt 198% of
��`� ��N� ,ro�'# �a��
�
�"'^���.� ,.,.�M�w',�`