HomeMy WebLinkAboutContract 47591-FP3 Departme t of TP&W Const.Services CITY SECRETARY L ��
DOE# Da CONTRACT NO.��
Project M Hager -
Risk Management Can ZT WORTH@
D.O.E. Brotherton
CFA WestermanlScanne
The Proceeding people have bewCotiCtOCIIFOncernl4the est for final
payment 8 have released this projecf for such payment ATION AND PUBLIC WORKS
t�I
Clearance Conducted By Shameka Kennedy F PROJECT COMPLETIONMi 0253$
L (► D.O.E.Ns: 7420
r4 V 0-s#Y7591
Regarding contract 217420 for SEVENTEEN LAKES PHASE 3-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 Prices: $1,553,485.22
Amount or Approved Change Orders: Ns 1
Revised Contract Amount:
Total Cost Work Completed: $1,553,485.22
Less Deductions:
Liquidated Damages: Days @$210.00!Day
Pavement Deficiencies:
Total Deduction Amount:
Total Cost Work Completed: $1,553,485.22
Less Previous Payments: $0.00
Final Payment Due $1,553,485.22
Recommended for Acceptance Date
Asst. Director, TPW - Infrastructure Design and Construction
—0 CJ. `7/1 LZO14
Accepted yDate
=Director,
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
Asst. City Manager Date
Comments: FUND -475220-2077602535 ,____�y
JT3ffAzJ1#i; � OFFICIAL RECORD
APR 0 A16 CITY SECRETARY
a:YT.WORTS+,T!(
R1>L$t$61i1
FORT WORTH
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name SEVENTEEN LAKES PHASE 3
Contract Limits
Project Type PAVING
City Project Numbers 02535
DOE Number 7420
Estimate Number I Payment Number 1 For Period Ending 3/15/2016
CD
City Secretary Contract Number 217420 Contract Time 6CD
Contract Date Days Charged to Date 324
Project Manager Long Contract is 100.00 Complete
Contractor L.H.LACY COMPANY
P.O.BOX 541297
DALLAS, TX 75354
Inspectors LAYER / TAEZAZ
r++•.
Wednesday,March 16,2016 Page 1 of 4
City Project Numbers 02535 DOE Number 7420
Contract Name SEVENTEEN LAKES PHASE 3 Estimate Number 1
Contract Limits Payment Number I
Project Type PAVING For Period Ending 3/15/2016
Project Funding
PAVING
Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed
No. Quanity Total Quanity Total
--------------
1 6"CONC PVMT 41411 SY $28.73 189,73803 41411 1,189,738.03
2 6"LIME TREATMENT 44327 SY $1.79 $79,345.33 44327 $79,345.33
3 HYDRATED LIME 665 TN $135.20 $89,908.00 665 $89,908.00
4 4"CONC SIDEWALK 16673 SF $4.68 $78,029.64 16673 $78,029.64
5 BARRIER FREE RAMP 34 EA $1,153.30 $39,212.20 34 $39,212.20
6 BARRIER FREE RAMP 8 EA $1,078.67 $8,629.36 8 $8,629.36
7 MANHOLE ADJUSTMENT MINOR 63 EA $171.37 $10,796.31 63 $10,796.31
8 4"CONDT PVC SCH 40 150 LF $8.96 $1,344.00 150 $1,344.00
9 4"BRK PVMT MARKING HAS 57 LF $6.00 $342.00 57 $342.00
10 LANE LEGEND YEILD TRIANGLES 30 EA $30.00 $900.00 30 $900.00
11 6"FULL DEPTH COLORED CONCRETE PVMT 229 SY $122.00 $27,938.00 229 $27,938.00
12 4"FULL DEPTH COLORED FLATWORK 849 SF $12.00 $10,188.00 849 $10,188.00
13 END OF ROAD BARRICADE 7 EA $2,414.25 $16,899.75 7 $16,899.75
14 REMOVE SIGNAGE/BARRICADE 2 EA $107.30 $214.60 2 $214.60
Sub-Total of Previous Unit $1,553,485.22 $1,553,485.22
Wednesday,March 16,2016 Page 2 of 4
City Project Numbers 02535 DOE Number 7420
Contract Name SEVENTEEN LAKES PHASE 3 Estimate Number 1
Contract Limits Payment Number
Project Type PAVING For Period Ending 3/15/2016
Project Funding
Contract Information Summary
Original Contract Amount $053,485.22
Change Orders
Total Contract Price $1,553,485.22
Date Total Cost of Work Completed $1,553,485.22--'
on for Less %.Retained $0.00
Net Earned $1,553,485.22
Date �
Inspection Supervisor Earned This Period $1,553,485.22
�7 Retainage This Period $0.00
D e 7t? Less Liquidated Damages
Project Manage
Days® /Day $0.00
ate 'O/ /('p LessPavement Deficiency $0.00 04U Wvcv#�—
A t. ircctodTPW-infrastructure Design and Construction Less Penalty $0.00
' (J, Date �� Less Previous Payment $0.00
Direct4 Contracting Dcp t Plus Material on Hand Less 15% 10.00
Balance Due This Payment $1,553,48512
Wednesday,March 16,2016 Page 3 of 4
City Project Numbers 02535 DOE Number 7420
Contract Name SEVENTEEN LAKES PHASE 3 Estimate Number I
Contract Limits Payment Number I
Project Type PAVING For Period Ending 3/1512016
Project Funding
Project Manager Long City Secretary Contract Number 217420
Inspectors LAYER / TAEZAZ Contract Date
Contractor L.H.LACY COMPANY Contract Time 60 CD
P.O.BOX 541297 Days Charged to Date 324 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 $1,553,485.22
Less %Retained $0.00
Net Earned $1,553,485.22
Earned This Period $1,553,485.22
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 Band Less 15% $0.00
Balance Due This Payment $1,553,485.22
Wcdnesduy,March 16,2016 Page 4 of 4
FORTWORTH mv 03/05/07
TRANSPORTATION&PUBLIC WORKS
FINAL STATEMENT OF CONTRACT TIME
FINAL STATEMENT NO.:l
NAME OF PROJECT: SEVENTEEN LAKES PHASE III
PROJECT NO.: 2535 CONTRACTOR: L.H.Lacy Company Ltd.
DOE NO.: 7420
PERIOD FROM:04/27/15 TO: 03/15/16 FINAL INSPECTION DATE: 15-Mar-16
WORK ORDER EFFECTIVE:412712015 CONTRACT TIME: 60 O WD •CD
DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS
MONTH CHARGED CREDITED MONTH CHARGED CREDITED
DURING DURING
1. 16.
2. 17.
3. 18.
4. 19.
5. 20.
6. 21.
7. 22.
S. 23.
9. 24.
10. 25.
Il. 26.
12. 27.
13. 28.
14. 29.
15. 30.
31.
SAT,SUN, RAIN,TOO WET, UTILITIES OTHERS* DAYS TOTAL
&HOLIDAYS &TOO COLD RELOCATIONS CHARGED DAYS
THIS
324
PERIOD
PREVIOUS
PERIOD
TOTALS
324
TO DATE
*REMARKS:
� t 3i6avt
CONT OR DATE /NSPECTOR DATE
ENGINEERING TIENT
e--!Fw-C—ity of Fort Worth•1000 Throckmorton Strcct•Fort Worth,TR 76012-6311
(817)392-7941 •Fax:(817)392-7845
FORTWORTHREV:00107
�r
TRANSPORTATION AND PUBLIC WORKS
PERFORMANCE EVALUATION OF CONTRACTOR
1) CONTRACTOR&PROJECT DATA
Name of Contractor Project Name
L.H.Lacy Company,Ltd. Seventeen Lakes Phase III
DOE Inspector DOE Number
Tommy McKinnon 7420 CPN#02535
DOE Inspector Project Manager
❑Water ❑Waste Water ❑Storm Drainage 9 Pavement Aaron Long
Initial Contract Amount Project Difficulty
$1,553,485.22 0 Simple O Routine ®Complex
Final Contract Amount Date
,$1,553,485.22 13/16/2016
11)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 4 20 20
3 Plans on Site 5 Y 2 20 10
4 Field Supervision 15 Y 2 60 30
5 Work Performed 15 Y 3 60 45
6 Finished Product Is Y 3 60 45
7 Job Site Safety 15 Y 4 60 60
8 Traffic Control Maintenance 15 Y 4 60 60
9 Daily Clean Up 5 Y 3 20 15
10 Citizen's Complaint Resolution 5 Y 4 1 20 20
I1 Property Restoration 5 Y 3 20 15
12 After Hours Response 5 Y 4 20 20
13 Project Completion 5 Y 3 20 15
TOTAL ELEMENT SCORE(A) 361
BONUS POINTS(25 Maximum)(B)
TOTAL SCORE(7'S) 361
III)CONTRACTOR'S RATING
Maximum Score(MS)=448 or sum of applicable element score maximums which= 448
Rating(ITS/MSS*100%) 361 / 448 = 81%
Performance Category Excellent
<20%-Inadequate 20%to<40%—Deficient 40%to<60%—Standard 606 to<80%—Good 2_806=Excellent
Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED)
Signature DOE Inspector C nature Contractor
Signature DOE Inspector' upervisor
CONTRACTOR'S COMMENTS
TRANSPORTATION AND PUBLIC WORKS
The City of Fort Worth-1000 Throckmorton Street-Fort Worth,TX 76012-6311
(817)392-7941 -I=.(817)392-7845
CONSENT OF SURETY OvvNIM
TO FINAL PAYMENT ARMTF= o
AM D00~4 G707 CONTRACTOR X3
SUFM Y
Bond No. 3954228 t3T]HU 0
70011111M. ARCHMCrS PROJECT NO.:
ffikwanda~
City of Fort Worth 8 17 FW Limited Partnership
218 West Wall Street CONTRACT POR Construction
Grapevine,TX 76051
PROJECT CONTRACT DATED:
Seventeen Lakes,Phase 3
In amadmosvfth the proteans ofthe Contract between the Ownerand the Contractor ss hxH ated above,the
Odiwnr�newt�4r
Great American Insurance Company of New York
301 E.Fourth Street
Cincinatti, OH 45202
SI1RPTX,
on bond of
tAwiffm e"d 11 egf
L.H.Lacy Company,Ltd.
1880 Crown Road
Dallas,TX 75234
CONTRAC IU
hereby approves of the final payment to the Contractor,and agrees that"payment to the Contractor shaft not tdkve the Surety of
any of Ota abllrdons to
~+roMe.ed.dW►.aIVORTM y
City of Fort Worth 817 FW Limited Partnership
218 West Wail Street
Grapevine,TX 76051
OVMR,
w set bomb In aaM Surety's bond.
IN VMNM Vt►EHBOF,tate Sar my has henem w set tts hand on this date: March 17,2016
�m��+lrr�o.�lpiloar+tt�d.�rn.e.Ar�irr.eda.w+:J
Great American Insurance Company of New York
Eftm
BY
lrr grwtN4oefRaN erpnw�rctaldaJ
(sea)).. Rita G.Gul(zo Attorney-in-Fact
{rnDwd rIw►uY wed tklri
0707--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 parsons authorized by
this power of attorney is not more than THREE No U 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 attomay(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
saEA1 L // - •
Asmfawseosrrny Sra�r�tcc r
DOM C.OarcHW fe 74W-2007
STATE OF OHIO,COUNTY OF HAMILTON-ss:
On this 21ST day of AUGUST 2015 ,before me personally appeared DAVID C.KITCHIN,tome 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.
N"W Q
�y oalnl�oll elm osu,�
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 Divisiorral President the several Divisional Senior Vice Presidents,Divisional Viae 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 efthergiven 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
1,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 1 7CWay of March 2016
SEAL
41,- c
AukrautStenMry
e11lSL(OQ/1�I
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;
Seventeen Lakes Phase 3
BY
ea S,-Murawski,President
Subscribed and sworn before me on this date 25 of February, 2016.
t:Y Ffii
<fi
DARLEN EY
My Commission Expires
February 25,2016
FORTWORTHREV:02/22/07
TRANSPORTATION AND PUBLIC WORKS
CONTRACTOR'S EVALUATION OF CITY
I)PROJECT INFORMATION Date: 3/16/2016
Name of Contractor Project Naim
L.H.Lacy Company,Ltd. Seventeen Lakes Phase III
DOE Inspector Project Manager
Tommy McKinnon Aaron Long
DOE Number JProject Difficully Type of Contract
7420 PSimple O Routine O Complex ❑Water ❑Waste Water ❑ Storm Drainage (11 Pavement
Initial Contract Amount Final Contract Amount
$1,553,485.22 $1,553,485.22
II)PERFORMANCE EVALUATION
0-Inadequate 1 -Deficient 2-Standard 3-Good 4-Excellent
ELEMENT RATING ELEMENT RATING
(0-4) (0-4)
INSPECTION EVALUATION PLANS&SPECIFICATIONS
I Availability of Inspector 2 1 Accuracy of Plans to Existing Conditions 3
2 Knowledge of Inspector 2 2 Clarity&Sufficiency of Details 3
3 Accuracy of Measured Quantities 4 3 Applicability of Specifications 3
4 Display Of Professionalism 4 4 Accuracy of Plan Quantities 3
5 Citizen Complaint Resolution 4 PROJECT MANAGER EVALUATION
6 Performance-Setting up Valve Crews,Labs 4 1 Knowledge And/Or Problem Resolution 3
ADMINISTRATION 2 Availability of Project Manager 2
1 Change Order Processing Time 4 3 Communication 2
2 Timliness of Contractor Payments 4 4 Resolution of Utility Conflicts 2
3 Bid Opening to Pre-Con Meeting Timeframe 3
111)COMMENTS&SIGNATURES
COMMENTS
Signature Contractor
Signature DOE Inspector
Signature DOE Inspector's Supervisor
INSPECTOR'S COMMENTS
TRANSPORTATION AND PUBLIC WORKS
P The City of Fort Worth-1000 Throckmorton Street-Fort Worth,TX 76012-6311
(817)392-7941 -Fax:(817)392-7845