Loading...
HomeMy WebLinkAboutContract 57124-FP3FORT WORTH. City Secretary -FP3 Contract No. 57124 Date Received 06/14/2023 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: Palmilla Springs Phase 6A City Project No.: 103613 Improvement Type(s): x❑ Paving ❑x Drainage ❑ Street Lights ❑ Traffic Signals Original Contract Price: $420,049.29 Amount of Approved Change Order(s): $1,026.72 Revised Contract Amount: Total Cost of Work Complete: $421,076.01 ,7awaf ItIck bbeii Jun 13, 2023 lamas WK'ihhan (lun 13, 20231135 CDT) Contractor Date Project Manager Title L.H. Lacy Company, LTD Company Name Jun 13, 2023 Sergio Garcia Pedroza (Jun 13, 202311:44 CDT) Project Inspector Date 6elor/e Marcruaz Jun 14 2023 GeorgeM uuez(Jun 14, 202315:36 CDT) Project Manager Date a Jun 14, 2023 Rebecca�MDina Owen (Jun 14. 202316:44CDT) CFA Manager Date J u n 14 2023 Lauren Prieur (Jun 14. 202316:47 CDT) TPW Director Date �" �x-4'-"`1 J u n 16 2023 JNrII — Inhmmn ( J 16 7o)3 n637 CDT) 7 Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 1 of 2 Notice of Project Completion Project Name: Palmilla Springs Phase 6A City Project No.: 103613 City's Attachments Final Pay Estimate x❑ Change Order(s): ❑x Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time 175 WD Days Charged: 266 Work Start Date: 3/7/2022 Work Complete Date 5/26/2023 Completed number of Soil Lab Test: 116 Completed number of Water Test: 4 Page 2of2 FORT WORT 11 CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name PALMILLA SPRINGS PHASE 6A Contract Limits Project Type DRAINAGE & PAVING IMPROVEMENTS City Project Numbers 103613 DOE Number 3613 Estimate Number I Payment Number 1 For Period Ending 5/26/2023 WD City Secretary Contract Number Contract Date Project Manager NA Contractor L.H. LACY COMPANY P.O. BOX 541297 Inspectors DALLAS, TX 75354 D. WATSON / S. GARCIA Contract Time 17WD Days Charged to Date 266 Contract is 100.00 Complete Thursday, June 1, 2023 Page 1 of City Project Numbers 103613 Contract Name PALMILLA SPRINGS PHASE 6A Contract Limits Project Type DRAINAGE & PAVING IMPROVEMENTS Project Funding UNIT III: DRAINAGE IMPROVEMENTS DOE Number 3613 Estimate Number I Payment Number 1 For Period Ending 5/26/2023 Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 TRENCH SAFETY 104 LF $0.90 $93.60 104 $93.60 2 21" RCP, CLASS III 60 LF $78.90 $4,734.00 60 $4,734.00 3 24" RCP, CLASS III 6 LF $117.94 $707.64 6 $707.64 4 36" RCP, CLASS lII 38 LF $133.90 $5,088.20 38 $5,088.20 5 10' CURB INLET 4 EA $7,236.00 $28,944.00 4 $28,944.00 6 15' CURB INLET 1 EA $7,938.00 $7,938.00 1 $7,938.00 7 -------------------------------------- 20' CURB INLET 1 EA $11,664.00 $11,664.00 1 $11,664.00 ------------- Sub-Total of Previous Unit $59,169.44 $59,169.44 UNIT IV: PAVING IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 HYDRATED LIME (CO #1) 131 TN $171.12 $22,416.72 131 $22,416.72 2 6" LIME TREATMENT (30LB/SY) 8314 SY $2.78 $23,112.92 8314 $23,112.92 3 6" CONC PVMT 7558 SY $38.32 $289,622.56 7558 $289,622.56 4 4" CONC SIDEWALK 1687 SF $6.60 $11,134.20 1687 $11,134.20 5 BARRIER FREE RAMP, TYPE R-1 1 EA $1,897.29 $1,897.29 1 $1,897.29 6 BARRIER FREE RAMP, TYPE P-1 3 EA $1,897.29 $5,691.87 3 $5,691.87 7 BARRIER FREE RAMP, TYPEM-2 1 EA $1,897.29 $1,897.29 1 $1,897.29 8 CONNECT TO EXISTING & REMOVAL OF 3 LS $658.76 $1,976.28 3 $1,976.28 BARRIERS 9 PAVEMENT MARKINS / SIGNAGE 1 EA $2,950.00 $2,950.00 1 $2,950.00 10 -------------------------------------- END OF ROAD BARRICADE & HEADER 1 EA $1,207.44 $1,207.44 1 $1,207.44 Sub-Total of Previous Unit $361,906.57 $361,906.57 Thursday, June 1, 2023 Page 2 of 4 City Project Numbers 103613 Contract Name PALMILLA SPRINGS PHASE 6A Contract Limits Project Type DRAINAGE & PAVING IMPROVEMENTS Project Funding Contract Information Summary Original Contract Amount Change Orders Change Order Number 1 Total Contract Price DOE Number 3613 Estimate Number 1 Payment Number 1 For Period Ending 5/26/2023 $420,049.29 $1,026.72 $421,076.01 Total Cost of Work Completed $421,076.01 Less % Retained $0.00 Net Earned $421,076.01 Earned This Period $421,076.01 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 $421,076.01 Thursday, June 1, 2023 Page 3 of 4 City Project Numbers 103613 DOE Number 3613 Contract Name PALMILLA SPRINGS PHASE 6A Estimate Number 1 Contract Limits Payment Number 1 Project Type DRAINAGE & PAVING IMPROVEMENTS For Period Ending 5/26/2023 Project Funding Project Manager NA City Secretary Contract Number Inspectors D. WATSON / S. GARCIA Contract Date Contractor L.H. LACY COMPANY Contract Time 175 WD P.O. BOX 541297 Days Charged to Date 266 WD 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 $421,076.01 Less % Retained $0.00 Net Earned $421,076.01 Earned This Period $421,076.01 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 $421,076.01 Thursday, June 1, 2023 Page 4 of 4 DEVELOPER -AWARDED -PROJECT CHANGE ORDER Water, Sewer, Paving, Drainage, and Street Light Improvements to Serve Palmilla Springs PROJECT NAME: Phase 6A CHANGE CONTRACT: (A)Water, Sewer, and Drainage, (B)Paving, and (C)Street Lights ORDER No: CFA # CFA21-0159 CITY PARTICIPATION: Yes CITY PROJECT # 103613 DOE # C01 WATER PROJECT # 30114-0200431-103612-EO7685 SEWER PROJECT # 30114-0200431-103612-EO7685 FILE # X-27061 INSPECTOR: Sergio Garcia Pedroza Phone No: 817-392-8306 PROJECT MANAGER: Pat Buckley Phone No: 817-392-2443 CONTRACT UNIT WATER SEWER PAVING DRAINAGE I STREET LIGHTS CONTRACT Developer Developer I DAYS Developer Cost City Cost Cost City Cost Developer Cost City Cost Developer Cost City Cost Cost City Cost ORIGINAL CONTRACT $207,249.72 $0.00 I $151,823.21 $0.00 $360,879.85 $0.00 $59,169.44 $0.00 I $0.00 I $0.00 I 45 EXTRAS TO DATE $0.00 I $0.00 $0.00 $0.00 I $0.00 CREDITS TO DATE $0.00 I $0.00 $0.00 $0.00 I $0.00 CONTRACT TO DATE $207,249.72 $0.00 I $151,823.21 $0.00 $360,879.85 $0.00 $59,169.44 $0.00 I $0.00 I $0.00 I 45 AMOUNT OF PROP. CHANGE ORDER $ I $ $ 1,026.72 $ - I $0.00 REVISED CONTRACT AMOUNT $207,249.72 $0.00 I $151,823.21 $0.00 $361,906.57 $0.00 $59,169.44 $0.00 I $0.00 I $0.00 I 45 TOTAL REVISED CONTRACT AMOUNT PER UNIT $207,249.72 $151,823.21 $361,906.57 $59,169.44 $0.00 REVISED COST SHARE Dev. Cost: $780,148.94 City Cost: $0.00 TOTAL REVISED CONTRACT $780,148.94 Revised: 10-12-2011 Page 1 You are directed to make the following changes in the contract documents: TY BID Unit IVPAY E #1 CI 210400 M I QUANTITYI TIN I NIT ITEM DESCRIPTION Hydrated Lime WATER ,SANITARY SEWER, PAVING & DRAINAGE TOTAL REASONS FOR CHANGE ORDER Increased Lime #/SY in Phase 6A to 31.5#/SY RECOMMENDED: Teagu bmls":Inc. By: L 33AFD2863BB3422. Name: Quangong Chi, P.E_ Title: Project Manager APPROVED: HMH Palmilla Sprin �] Aylnc. By: EF3BECE4A4694F9... Name: Rob McClain Title: Land Development Manager UNIT PRICE TOTAL $ 171.12 $ 1,026.72 $ 1,026.72 APPROVED: LH. Lacy Co _R iddigned by: By: %uv¢ts RAWLS 68D97FODAA2B404... Name: Curtis Hawk Title: Senior Project Manager REVIEWED By Patrick Buckley at 1:19 pm, Apr 25, 2023 Revised: 10-12-2011 Page 2 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS May 31, 2023 L.H. Lacy Company, Ltd 1880 Crown Dr Dallas, TX 75234 RE: Acceptance Letter Project Name: Palmilla Springs Phase 6A Project Type: Paving & Drainage City Project No.: 103613 To Whom It May Concern: On May 23, 2023 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 May 26, 2023. 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 May 26, 2023, 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, Georf,e Mq�cruez George M que7 (Jun 14, 252315:36 CDT) George Marquez, P.E., Project Manager Cc: Sergio Garcia Pedroza, Inspector Donald Watson, Inspection Supervisor Oscar Aguillon, Senior Inspector Victor Tornero, P.E., Program Manager TNP, Inc., Consultant L.H. Lacy Company, Ltd, Contractor History Makers, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 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 Bobby Gordon, 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; City Project #103612 - Palmilla Springs Phase 6 City Project #103613 - Palmilla Springs Phase 6A BY Bobby rdon, President Subscribed and sworn before me on this date 1 of May, 2023. Z i ,(- Notary Public Dallas County, State of Texas r:2o�`PY P e DARLENE CONEY My Notary ID # 10317301 Expires March 9, 2024' CF CONSENT OF SURETY TO FINAL PAYMENT AM Document G707 Bond No. 2324847 TO OWNER (.Najne andaddm&%) City of Fort Worth Texas 200 Texas Street Fort Worth, TX 76102 ,PROJECT. (Name and adebi&V Palmillla Springs Phase 6A O%VNRR D ARCHITECT U CONTRACTOR ❑ SURETY 0 OTHER 0 ARCHITECT'S PROJECT NO.: CONTRAC7f FOR: Utility, paving and street light Installation CONTRACT DATED-. In accordance with the provisions of die Contract between the Owner and the Contractor as indicated above, the tftM name and addMM0)Narerg) Swiss Re Corporate Solutions America Insurance Corporation 1200 Main Street, Suite 800 Kansas City, MO 64105 on bond of (tnterr nm»eand addt=rrCoturactw) HMH Palmilla Springs Development, Inc. 1038 Texan Trail Grapevine, TX 76058 , SURETY, , 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 an-wo ruwteandaddmss gMawer) City of Fort Worth Texas 200 Texas Street Fort Worth, TX 76102 as set forth in said Surety's bond. LN WITNESS WHEREOF, the Surety has hereunto set its hand on this date: May 30, 2023 (lnarn 9t uvfthtg the dhreandaKwnj p SEAL" ? 19730 c Awn �sso�?.. ••sa. Sea]): Kelly Hennessy , OWNER, Swiss Re Corporate Solutions America Insurance Corporation Y= (Si�itatrurafutaborf�rl prixevna ' Daniel P. Dunigan Attorney -in -Fact (Minted came and tide) G707•--1994 SWISS RE CORPORATE SOLUTIONS SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION ("SRCSAIC") SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION ("SRCSPIC") GENERAL, POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT SRCSAIC, a corporation duty organized and existing under laws of the State of Missouri, and having its principal office in the City of Kansas City, Missouri, and SRCSPIC, a corporation organized and existing under the laws of the State of Missouri and having its principal office in the City of Kansas City, Missouri, each does hereby make, constitute, and appoint: Daniel P. Dunigan Principal: FIMFI Palmilla Springs Development. Inc. Obligee: City of fort Worth Texas Bond Description: Utility. Paving and Street LighL Installation Bond Number: 2324847 Bond Amount See Bond Form Its true and lawful Attomey(s)-in-Fact, to snake, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION ($50,0W,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both SRCSAIC and SRCSPIC at meetings duly called and held on the 91 of May 2012: "RESOLVED, that any two of the President, any Managing Director, any Senior Vice President, any Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is, authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Corporation bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Corporation, and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Corporation may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." avti�OlssMf�"I.,y d g40k' Cf�so.- ra••' PRENI'' J cPt a By. r` OqA J. {!L% Erik Jantus•L Senior Fitt Pre+iden[ nr�itCti.a1C & ticninr Vice Presldrnl of SRCSPIC -� S EAL_ S EAL s k973 SU U GraHl Jagrxski, Vice Prrsident or SacM & Vire Pr rsidrni of SRCPIC'So '•'•.�/SSO�•� IN WITNESS WHEREOF. SRCSAIC and SRCSPIC have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 10TH day of NOVEMBER , 20 22 Swiss Re Corporate Solutions America Insurance Corporation State of Illinois Swiss Re Corporate Solutions Premier Insurance Corporation County of Cook 0 On this 10TH day of NOVEMBER , 20 22 before me, a Notary Public personally appeared Erik Janssens , Senior Vice President of SRCSAIC and Senior Vice President of SRCSPIC and Gerald Jaarovvski , Vice President of SRCSAIC and Vice President of SPCSPIC, personally known to me, who being by me duly sw•om, acknowledged that they signed the above Power ofAttomey as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. CHRISTINA NIANISCO ItDT{>Ft1 FtlBL1C. STATE OF iLB/0S is? tonrnhw., E�Dk M M :h Za WIG l i�a%)aFisrv�, Rnu7. 1, Jeffrev Goldbere. the duly elected Senior Vice President and Assistant Secretary of SRCSAIC and SRCSPIC, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said SRCSAIC and SRCSPIC, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 30th day of Mav • 2023 Jeffrey Goldberg, Senior Vice President & Assistant Secretary of SRCSAIC and SRCSPIC