Loading...
HomeMy WebLinkAboutContract 48828-FP1 FORT WORTH.) Cirf WAW CONTRAS No,: !j2 U-F 1 TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJECT COMPLETION (Developer Projects) C—FA .9W&AJ26-/..7/& /l'7 City Project Ns: 02733 Regarding contract 112733 for PRIMROSE CROSSING PHASE 2-STORM DRAIN&PAVING as required by the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT as approved by City Council on N/A through M&C N/A the director of the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT upon the recommendation of the Assistant Director of the Transportation&Public Works Department has accepted the project as complete. Original Contract Price: $720,095.80 Amount of Approved Change Orders: $17,479.00 Ns 1 Revised Contract Amount: $737,574.80 Total Cost Work Completed: RecovGlendQTor Acceptance Date Asst. Director, TPW - Infrastructure Design and Construction 'A(,i (J 6/Z6P7 Accept Date Asst. Director, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT tnfi 4iL_ �1J/1�`� epart=eltfW Const. ServicesAsst. City ManagerDate CPN# ��,,��,,�� Date Project Manage ziiiA � -�� Risk Management S. Canady Comments: D.O.E. Brotherton -� Water V. Gutzier Q:-:2fd CFA .Janie Morales/Scanned o OFFICIAL RECORD � CITY SECRETARY The Proceeding people have been Contacted concerning the request P�o *�! for final payment&have released this project for such payment. Rev.9/22/16 Clearance Conducted By Etta Bacy FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name PRIMROSE CROSSING-PHASE 2 WATER,SANITARY SEWER,STORM Contract Limits Project Type STORM DRAIN&PAVING City Project Numbers 02733 DOE Number 2733 Estimate Number I Payment Number I For Period Ending 6/6/2017 CD City Secretary Contract Number 112733 Contract Time 16ED Contract Date 7/27/2016 Days Charged to Date 229 Project Manager NA Contract is 100.00 Complete Contractor L.H.LACY COMPANY P.O.BOX 541297 DALLAS, TX 75354 Inspectors DICKINSON / DIVER Wednesday,June 7,2017 Page 1 of 4 I City Project Numbers 02733 DOE Number 2733 Contract Name PRIMROSE CROSSING-PHASE 2 WATER,SANITARY SEWER,STOR Estimate Number I Contract Limits Payment Number I Project Type STORM DRAIN&PAVING For Period Ending 6/6/2017 Project Funding UNIT III:DRAINAGE RVIPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 MEDIUM STONE RIPRAP DRY 50 SY $76.30 $3,815.00 50 $3,815.00 2 TRENCH SAFETY 1217 LF $0.31 $377.27 1217 $377.27 3 21"RCP CLASS III 217 LF $57.27 $12,427.59 217 $12,427.59 4 24"RCP CLASS III 753 LF $67.34 $50,707.02 753 $50,707.02 5 30"RCP CLASS III 247 LF $90.67 $22,395.49 247 $22,395.49 6 T STORM JUNCTION BOX 4 EA $3,270.00 $13,080.00 4 $13,080.00 7 30"PARALLEL HEADWALL 1 PIPE 2 EA $1,580.50 $3,161.00 2 $3,161.00 8 10'CIURB INLEET 2 EA $3,815.00 $7,630.00 2 $7,630.00 9 15'CURB INLET 8 EA $4,905.00 $39,240.00 8 $39,240.00 Sub-Total of Previous Unit $152,833.37 $152,833.37 UNIT IV:PAVING IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 REMVOE CONC PVMT 365 SY $12.47 $4,551.55 365 $4,551.55 2 MEDIUM STONE RIPRAP DRY 69 SY $71.03 $4,901.07 69 $4,901.07 3 HYDRATED LIME 316.2 TN $147.40 $46,607.88 316.2 $46,607.88 4 8"LIME TREATMENT 13178 SY $2.82 $37,161.96 13178 $37,161.96 5 6"CONC PVMT 12392.9 SY $35.22 $436,47794 12392.9 $436,477.94 6 BARRIER FREE RAMP TYPE R-I 16 EA $1,372.54 $21,960.64 16 $21,960.64 7 6"CONC CURB AND GUTTER 162 LF $23.85 $3,863.70 162 $3,863.70 8 TYPE III BARRICADE AND HEADER 5 EA $1,082.13 $5,410.65 5 $5,410.65 9 REMOVE BARRIER AND HEADER 2 EA $226.52 $453.04 2 $453.04 10 STOP SIGNS(CO#1) 7 EA $550.00 $3,850.00 7 $3,850.00 11 STREET NAME BLADES(CO#1) 7 EA $429.00 $3,003.00 7 $3,003.00 12 POST ASSEMBLY(CO#1) 6 EA $375.00 $2,250.00 6 $2,250.00 13 CITY OF FORT WORTH BONDS(CO#1) 1 EA $14,250.00 $14,250.00 1 $14,250.00 Sub-Total of Previous Unit $584,741.43 $584,741.43 Wednesday,June 7,2017 Page 2 of 4 City Project Numbers 02733 DOE Number 2733 Contract Name PRIMROSE CROSSING-PHASE 2 WATER,SANITARY SEWER,STOR Estimate Number I Contract Limits Payment Number I Project Type STORM DRAIN&PAVING For Period Ending 6/6/2017 Project Funding Contract Information Summary Original Contract Amount $720,095.80 Chane Orders Change Order Number 1 $17,479.00 Total Contract Price $737,574.80 Date Total Cost of Work Completed $737,574.80 C � ract Less %Retained $0.00 Net Earned $737,574.80 Late(/' Earned This Period $737,574.80 Inspection Supervisor Retainage This Period $0.00 Date Less Liquidated Damages Pro} ct Ma er Days @ /Day $0.00 kW4 Date 2- LessPavement Deficiency $0.00 A t.Director/TP W-Infrastructure Design and Construction Less Penalty $0.00 la CJI t"i Date Z� Less Previous Payment $0.00 Direc( r/Contracting De6irtillent Plus Material on Hand Less 15% $0.00 Balance Due This Payment $737,574.80 Wednesday,June 7,2017 Page 3 of 4 City Project Numbers 02733 DOE Number 2733 Contract Name PRIMROSE CROSSING-PHASE 2 WATER,SANITARY SEWER,STOR Estimate Number I Contract Limits Payment Number 1 Project Type STORM DRAIN&PAVING For Period Ending 6/6/2017 Project Funding Project Manager NA City Secretary Contract Number 112733 Inspectors DICKINSON / DIVER Contract Date 7/27/2016 Contractor L.H.LACY COMPANY Contract Time 160 CD P.O.BOX 541297 Days Charged to Date 229 CD DALLAS, TX 75354 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 $737,574.80 Less %Retained $0.00 Net Earned $737,574.80 Earned This Period $737,574.80 Retainage This Period $0.00 Less Liquidated Damages 0 Days c@i $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 $737,574.80 Wednesday,June 7,2017 Page 4 of 4 X x a o o m o -u— 'n co 0 0 0 0 'D o < p zz m X+ G-, 0� r= m D p � D p t7 o � m -ziw a n N Z mm m m � m a m m o o ° o p 0, D Q r 5 S o p o a °z OOI Z r.Ni 5 0 0 o � o Do m m D.�. `O C- n C- CD C) 09o 1 o m of D n n m O y Z Z y z s $ czi79 kk a Z m 1 m o O O a m z a p QO xN -0 a m N N N N N N O w T T w � m 3 C) O O O O N O 0) V 0) y m m o u o o N m p 0) 0) d1 (D m q 0 N O O N A ?S V V N m m N 7 CO W CO N co W to m d ° S r ( to u o �-� CD m Q Amp o 0 0 o m D N N A N N N m5. 0 m a m T 'D C1 m X O O q N N A ZZ D 0 0 m m 00 0 n yyr� -i N N q mm G 0 D O -i D owi a z -{ J J m C to Z co N. ; -{ N C) O co(D m o u N Ut N N N O m UI N OI N VI �m fJ O W O O N m N V V J Z m D mD zm 0 n O o m `m - o y m m r 1 rn 0 O z O O {-q (n y C) 'D m m 0 m � a o � nN n { < c x- �c o�em14 C c N m v w oil I I'm gm z Z o m m IN $ T m O C D�A;C O m m 00 1to,eeDy� 8 ro m o m c w0 z 4 3S � �2 � •y ,� m E_ m $y m 3 a y° �ms m 3 O gym~° y R m y FA q y m 7 a m O''w o m A w I g '' " � I i oOa C T 0� "0 A 1 � T O D r ro m m � o t � o 0 3 m 8 � =� o r m a �yI � m g y pmp ppp � as ro m m e N CONSENT OF SURETY OWNER � TO FINAL PAYMENT ARCHITECT ° AM Dot+b6"wnt G747 CONTRACTOR ] Supsry Bond No. 9828509 0THF TO OWNER ARCHITECT'S PROJECT NO.: (JPmneaurdad&nwv) City of Fort Worth&Wilbow-Llano Springs Development Corporation 4131 N. Central Expressway, Suite 990 CONTIiAC'I'FOR: Construction Dallas, TX 75204 I?ROJWT: CONTRACT DATED: (Akimeand addr.tV Primrose Crossing Phase 2 In accordance with the provisions of the Contract between die Owner and the Contractor as indicated above,the f1tu rrrrameandaddmrrof)rragy Great American Insurance Company of New York 301 E. Fourth Street Cincinnati, OH 45202 SURETY, on bond of flaws name and addreis g fConnactor) L.H. Lacy Company, Ltd. 1880 Crown Road, Suite 1200 Dallas, TX 75234 CONTRACTOR, hereby approves of the final payment to the Contractor,and agrees that Mal payment to the Contractor shall not relieve the Surety of any of its obligations to (1nwrt narrteand addre.W ofoawo City of Fort Worth &Wilbow-Llano Springs Development Corporation 4131 N. Central Expressway, Suite 990 Dallas, TX 75204 OWNER, as set forth in said Surety's bond. IN WITNESS WHEREOF,the Surety has hereunto set its hand on this date: June 6, 2017 (/nsenr to odt ft t&)nontdN1owmd hrtlir nionor-rcdrueand)wn) Great American Insurance Company of New York {)rrxKrJ By: 15Y,�nraturr oJarNlwr�zxQ rvptrs�»tati2rl Attest: � � Rita G. Gulizo Attorney-in-Fact (Seal): lPi7nfaa+rrau+eand ttda) G707-1994 GREAT AMERICAN INSURANCE COMPANY OF NEW YORK New York Administrative Office:301 E 4TH STREET • CINCINNATI,OHIO 45202 • 513-369-5000 • FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than THREE No.O 19964 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the GREAT AMERICAN INSURANCE COMPANY OF NEW YORK,a corporation organized and existing under and by virtue of the laws of the State of New York,does hereby nominate,constitute and appoint the person or persons named below its true and lawful attorney-in-fact,for it and in its name, place and stead to execute on behalf of the said Company,as surety,any and all bonds,undertakings and contracts of suretyship,or other written obligations in the nature thereof;provided that the liability of the said Company on any such bond,undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power MICHAEL F.TUBBS ALL OF ALL RITA G. GULIZO NEW ORLEANS, $100,000,000.00 SUSAN D.ZAPALOWSKI LOUISIANA This Power of Attorney revokes all previous powers issued on behalf of the attorney(s)-in-fact named above. IN WITNESS WHEREOF,the GREAT AMERICAN INSURANCE COMPANY OF NEW YORK has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 21ST day of AUGUST 1 2015 Attest GREAT AMERICAN INSURANCE COMPANY OF NEW YORK Assistani Secreiory Divisional Senior mice President DAVID C.KITCHIN(877-377-2405) STATE OF OHIO,COUNTY OF HAMILTON-ss: On this 21ST day of AUGUST 2015 ,before me personally appeared DAVID C.KITCHIN,to me known, being duly sworn,deposes and says that he resides in Cincinnati, Ohio,that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company of New York,the Company described in and which executed the above instrument; that he knows the seal;that it was so affixed by authority of his office under the By-Laws of said Company, and that he signed his name thereto by like authority. Nolaly Pu*SkildONo �►�OIIMIrg10116�061l,�D20 This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company of New York by unanimous written consent dated May 14,2009. RESOLVED: That the Divisional President,the several Divisional Senior Vice Presidents,Divisional Vice Presidents and Divisional Assistant Vice Presidents, or any one of them,be and hereby is authorized, from time to time, to appoint one or more Attorneys-in-Fact to execute on behalf of the Company,as surety,any and all bonds,undertakings and contracts of suretyship,or other written obligations in the nature thereof,•to prescribe their respective duties and the respective limits of their authority,-and to revoke any such appointment at any time. RESOLVED FURTHER:That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract of suretyship, or other written obligation in the nature thereof,such signature and seal when 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. CERTIFICATION I,STEPHEN C. BERAHA,Assistant Secretary of Great American Insurance Company of New York,do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of May 14, 2009 have not been revoked and are now in full force and effect. Signed and sealed this 6th day of Jum 2017 SEAL L • �� Assistant Secretory S1185L(06/15) AFFIDAVIT STATE OF Texas COUNTY OF Dallas Before me, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared Ronald S. Murawski, President of L.H. Lacy Company, Ltd., 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: Primrose Crossing, Phase 2—City Project 02733 BY Rona . Mura4ski Subscribed and sworn before me on this date of _JU 110, , 2017. INdtary, State of Texas, Gou ty of Dallas Is DARLENE CONEYNotary ID # 10317301My Commission ExpiresMarch 9,2020 FORTWORTHREV:8/20/16 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Name of Contractor Project Name L.H.Lacy Company Primrose Crossing Phase 2 Inspector City Project Number James Diver 2733 Construction Components Project Manager ❑Water ❑Waste Water ❑t Storm Drainage ❑� Pavement Khal Jaafari Initial Contract Amount Project Difjiculry $720,095.80 0 Simple Routine 0 Complex Final Contract Amount Date $737,574.80 6/15/2017 II)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3-Good 4-Excellent ELEMENT WEIGHT(X) APPLICABLE(Y!N) RATING(0-4) MAX SCORE SCORE 1 Submission of Documents 2 Y 3 8 6 2 Public Notifications 5 Y 2 20 10 3 Plans on Site 5 Y 3 20 15 4 Field Supervision 15 Y 4 60 60 5 Work Performed 15 Y 3 60 45 6 Finished Product 15 Y 3 60 45 7 Job Site Safety 15 Y 3 60 45 8 Traffic Control Maintenance 15 Y 4 60 60 9 Daily Clean Up 5 Y 2 20 10 10 Citizen's Complaint Resolution 5 Y 1 20 5 I I Property Restoration 5 Y 3 20 15 12 After Hours Response 5 Y 3 20 15 13 Project Completion 5 Y 4 20 20 TOTAL ELEMENT SCORE(A) 351 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 351 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating([TS/MS] *100%) 351 / 448 = 78% Performance Category Good <20%=Inadequate 20%to<40%=Deficient 40%to<60%=Standard 60%to<80%=Good >_80%=Excellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Inspector Signature Contractor Signature Inspector's Supervisor Signature /� I '? �k CONTRACTOR'S COMMENTS A 0 C;-(,t n. p�ti'^tom M e r q,o^�/ `l, a SCOt'e ok 1 TRANSPORTATION AND PUBLIC WORKS 392-8306 The City of Fort Worth•8851 Camp Bowie West Blvd. Fort Worth,TX 76116 (817) I� FORTWORTHREV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: 6/15/2017 _ Name of Contractor Project Name L.H.Lacy Company Primrose Crossing Phase 2 DOE Inspector Project Manager James Diver Khal Jaafari DOE Number ProjectDculty Tjpe of Contract 817-690-0934 O Simple QQ Routine Q Complex ❑ Water❑ Waste WaterO Storm Drainage Pavement Initial Contract Amount Final Contract Amount $720,095.80 $737,574.80 H)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3 -Good 4-Excellent ELEMENT RATING ELEMENT RATING (0-4) (0-4) INSPECTION EVALUATION PLANS&SPECIFICATIONS 1 Availability of Inspector 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector 2 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities 3 Applicability of Specifications 4 Display Of Professionalism `7 4 Accuracy of Plan Quantities 5 Citizen Complaint Resolution ROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs 1 Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Project Manager 1 Change Order Processing Time 3 3 Communication 2 Timliness of Contractor Payments 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe III)COMMENTS&SIGNATURES COMMENTS Storm Drain&Paving(L.H.Lacy Cpmpany Signature Contractor Signature DOE Inspector Signature DOE Inspector's Supervisor v• INSPECTOR'S COMMENTS i TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 FORTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:I NAME OF PROJECT: Primrose Crossing Phase 2 PROJECT NO.: 2733 CONTRACTOR: L.H.Lacy Company,Ltd. DOE NO.: 2733 PERIOD FROM: TO: FINAL INSPECTION DATE: 6-Jun-17 WORK ORDER EFFECTIVE:9/6/2016 CONTRACT TIME: 160 Q Wg CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH DING CREDITED MONTH CHARGED DURING CREDITED 1. 16. 2. 17. 3. 18. 4. 19. 5. 20. 6. 21. 7. 22. 8. 23. 9. 24. 10. 25. 11. 26. 12. 27. 13. 28. 14. 29. 15. 30. 31. SAT,SUN, RAIN,TOO WET, UTILITIES DAYS TOTAL &HOLIDAYS &TOO COLD RELOCATIONS OTHERS* CHARGED DAYS THIS 229 PERIOD PREVIOUS 0 PERIOD TOTALS 229 TO DATE *REMARKS: CONaACTOR DATE P TOR DATE ENGINEERING DEPARTMENT The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845