Loading...
HomeMy WebLinkAboutContract 60380-FP2FORT WORTH. -FP2 City Secretary 60380 Contract No. Date Received 4/7/2025 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: Tradition Phase 3B City Project No.: 104587 Improvement Type(s): ❑x Paving ❑x Drainage ❑ Street Lights ❑ Traffic Signals Original Contract Price: $1,339,155.64 Amount of Approved Change Order(s): $9,942.24 Revised Contract Amount: $1,349,097.88 Total Cost of Work Complete: $1,349,097.88 Tames McKibben Apr7,2025 James McKibben (Apr7, 202511:05 CDT) Contractor Date Project Manager Title L.H. Lacy Company, Ltd. Company Name _'7� �' Apr 7, 2025 Project Inspector Date MotadageMohawwr sew,T.E. Apr 7, 2025 Project Manager Date Apr 7, 2025 Kand ice Merrick (AD r7, 202516:29 CDTI CFA Mang Date �L Apr 7, 2025 TPW Director Date ow Apr 8, 2025 Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY Notice of Project Completion FT. WORTH, Tx Page 1 of 2 Project Name: Tradition Phase 3B City Project No.: 104587 City's Attachments Final Pay Estimate ❑x Change Order(s): ❑x Yes ❑ N/A Contractor's Attachments Affidavit of Bills Pai Consent of Surety Statement of Contract Time Contract Time 100 WD Days Charged: 193 WD Work Start Date: 2/16/2024 Work Complete Date: 2/13/2025 Completed number of Soil Lab Test: 553 Completed number of Water Test:10 Page 2 of 2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name TRADITION PHASE 3B Contract Limits Project Type STORM DRAIN City Project Numbers 104587 DOE Number 4587 Estimate Number 1 Payment Number I City Secretary Contract Number Contract Date Project Manager NA Contractor L.H. LACY COMPANY P.O. BOX 541297 Inspectors For Period Ending 2/13/2025 WD Contract Time 7WD Days Charged to Date 193 Contract is 100.00 Complete DALLAS, TX 75354 D. WATSON / S. GARCIA Monday, April 7, 2025 Page 1 of 5 City Project Numbers 104587 DOE Number 4587 Contract Name TRADITION PHASE 3B Estimate Number 1 Contract Limits Payment Number 1 Project Type STORM DRAIN For Period Ending 2/13/2025 Project Funding UNIT III: STORM DRAIN IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 LARGE STONE RIPRA, DRY 465 SY $138.75 $64,518.75 465 $64,518.75 2 MEDIUM RIPRAP, DRY 37 SY $130.98 $4,846.26 37 $4,846.26 3 TRENCH SAFETY 1737 LF $0.49 $851.13 1737 $851.13 4 21" RCP, CLASS III 164 LF $81.60 $13,382.40 164 $13,382.40 5 24" RCP, CLASS III 591 LF $96.11 $56,801.01 591 $56,801.01 6 3'X2' RCP, CLASS III 660 LF $266.54 $175,916.40 660 $175,916.40 7 4'X2' RCP, CLASS III 79 LF $309.62 $24,459.98 79 $24,459.98 8 5'X4' RCP, CLASS lII 243 LF $475.42 $115,527.06 243 $115,527.06 9 4' STORM JUNCTION BOX 3 EA $4,995.00 $14,985.00 3 $14,985.00 10 5 STORM JUNCTION BOX 1 EA $6,105.00 $6,105.00 1 $6,105.00 11 21" SET, 1 PIPE 2 EA $2,275.50 $4,551.00 2 $4,551.00 12 10' CURB INLET 6 EA $6,771.00 $40,626.00 6 $40,626.00 13 15' CURB INLET 2 EA $9,102.00 $18,204.00 2 $18,204.00 14 8X4 JUNCTION BOX 1 EA $7,770.00 $7,770.00 1 $7,770.00 15 3X2 SET, 1 PEPE I EA $6,410.25 $6,410.25 1 $6,410.25 16 3X2 SET, 2 PIPE I EA $9,601.50 $9,601.50 1 $9,601.50 17 (3) 5'X4' CONCRETE HEADWALL WITH 2 EA $22,755.00 $45,510.00 2 $45,510.00 STRAIGHT WINGWALLS ------------------- Sub -Total of Previous Unit $610,065.74 $610,065.74 UNIT IV: PAVING IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 HYDRATED LIME @ 30LBS./S.Y. 164 TN $301.28 $49,409.92 164 $49,409.92 (RESIDENTAIL) (CO#1) 2 6" LIME TREATED SUBFRADED (RESIDENTAIL) 10922 SY $4.34 $47,401.48 10922 $47,401.48 3 6" CNCRETE PAVEMENT (RESIDENTAIL) 10217 SY $56.81 $580,427.77 10217 $580,427.77 4 Y CONC SIDEWALK 318 LF $43.58 $13,858.44 318 $13,858.44 5 P-1 RAMP 8 EA $2,672.08 $21,376.64 8 $21,376.64 6 TOPSOIL 29 CY $36.40 $1,055.60 29 $1,055.60 7 SEEDING, HYDROMULCH 173 SY $23.65 $4,091.45 173 $4,091.45 Monday, April 7, 2025 Page 2 of 5 City Project Numbers 104587 DOE Number 4587 Contract Name TRADITION PHASE 3B Estimate Number 1 Contract Limits Payment Number 1 Project Type PAVING For Period Ending 2/13/2025 Project Funding 8 FURNISH/INSTALLALUM SIGN GROUND 7 EA $255.36 $1,787.52 7 $1,787.52 MOUNT CITY STD. 9 TRAFFICE CONTROL 1 LS $5,040.00 $5,040.00 1 $5,040.00 10 INSTALL END OF ROAD BARRICADE 1 EA $1,002.40 $1,002.40 1 $1,002.40 11 CONCRETE HEADER 29 LF $13.42 $389.18 29 $389.18 12 CONNECT TO EXISTING PAVEMENT 2 EA $1,042.35 $2,084.70 2 $2,084.70 13 RI-1 STOP SIGN 5 EA $84.00 $420.00 5 $420.00 14 ST MARKER BLADE 28 EA $26.60 $744.80 28 $744.80 15 HYDRATED LIME @ 30LBS/SY (RESIDENTIAL 33 TN $301.28 $9,942.24 33 $9,942.24 (CO#1) Sub -Total of Previous Unit $739,032.14 $739,032.14 Monday, April 7, 2025 Page 3 of 5 City Project Numbers 104587 Contract Name TRADITION PHASE 313 Contract Limits Project Type PAVING Project Funding Contract Information Summary Original Contract Amount Change Orders Change Order Number 1 DOE Number 4587 Estimate Number 1 Payment Number 1 For Period Ending 2/13/2025 $1,339,155.64 $9,942.24 Total Contract Price $1,349,097.88 Total Cost of Work Completed $1,349,097.88 Less % Retained $0.00 Net Earned $1,349,097.88 Earned This Period $1,349,097.88 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 $1,349,097.88 Monday, April 7, 2025 Page 4 of 5 City Project Numbers 104587 Contract Name TRADITION PHASE 3B Contract Limits Project Type PAVING Project Funding Project Manager NA Inspectors D. WATSON / S. GARCIA Contractor L.H. LACY COMPANY P.O. BOX 541297 DALLAS , TX 75354 DOE Number 4587 Estimate Number 1 Payment Number 1 For Period Ending 2/13/2025 City Secretary Contract Number Contract Date Contract Time 75 WD Days Charged to Date 193 WD 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 $1,349,097.88 Less % Retained $0.00 Net Earned $1,349,097.88 Earned This Period $1,349,097.88 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 $1,349,097.88 Monday, April 7, 2025 Page 5 of 5 DEVELOPER -AWARDED -PROJECT CHANGE ORDER PROJECT NAME: CONTRACT: Tradition - Phase 36 CHANGE (A) Water/Sewer/Storm Drain, (B) Pavinq, (C) Street Liqhts I ORDER No: ICFA# 23-0114 CITY PARTICIPATION: 0% CITY PROJECT # IFID # 104587 30114-0200431-104587-EO7685 FILE # X-27629, W-2899 INSPECTOR: Sergio Garcia Pedroza Phone No: 817-647-2524 PROJECT MANAGER: Arash Emami Saleh Phone No: 817-392-2373 REVIEWED By Arash Emami Sa/eh at 5:41 pm, Jul 19, 2024 CONTRACT UNIT I WATER SEWER DRAINAGE PAVING STREET LIGHTS I CONTRACT Developer Developer Developer Developer Developer DAYS Cost Cost ost nst (ORIGINAL CONTRACT $463,498.30 $384 86.20 _oet $610,065.74 $729,089.90 $103,163.39 100 (EXTRAS TO DATE ICREDITS TO DATE ICONTRACT TO DATE $463,498.30 $384,28620 $610065.74 $729.089.90 $103.163.39 100 AMOUNT OF PROP. CHANGE ORDER $2,309.81 $0.00 $0.00 $9942.24 $0.00 �p�R�`/IS C NrT r`�T rp�I,',�'OUNT $465,808.11 $384,286.20 $610,065.74 $739,03214 $103,163.39 100 TOTI?'S�E�ONNTRACT AMOUNTPER IT $y65,808.11 $384,266.20 $610,065.74 $739,03214 $103,163.38 REVISED COST SHARE Dev. Cost: $2,302,355.58 TOTAL REVISED CONTRACT $2,302,355.58 l You are directed to make the following anges in theFntract docu enis CITY 3111 ITEM PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL 1 3212.2103 NEW 1 EA 1.5" Water Service (Irrigation) $2,309.81 $2,309.811 I WATER TOTAL $2,309.811 I 1 3211.0400 41 (164.0) TON Hydrated Lime C� 301bs/SY (Residential) 301.28 ($49,409.92)1 1 3211.0400 NEW 197.0 TON I I LING Hydrated Lime 9 36 lbs/SY (Residential) 301.28 $59,352.161 TOTAL $9,942.241 1 I TOTAL $12,252.051 REASONS FOR CHANGE ORDER 1. Added Irrigation Service to Match Approved Plans 2. Additional Lime Required From Lime Series NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100 % OF THE CHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CITY WILL BE SOUGHT B THE DEVELOPER. RECOMMENDED: APPROVE APPROVED: Goodwin and Marshall, Inc. Toll Sout west, C LH Lacy Company, 4tq erg/ �/ r` aA.rr�UL %r By: By' By: v u Name: MattBaacke,P.E. /� Name: O$4Wd �JlA20AIE2 Name: Jason Bradley Title: Project Engineer Title: LAUD@VEI-GrMEVT' Title: Project Manager MA wArAC 9— Revised: 1D-12-2011 Page 1 FORTWORTH. M" TRANSPORTATION AND PUBLIC WORKS March 6, 2025 LH Lacy Company, Ltd. 1880 Crown Dr, Ste. 1200 Dallas, TX 75234 RE: Acceptance Letter Project Name: Tradition Phase 3B Project Type: Water, Sanitary Sewer, Paving & Drainage Imporvements City Project No.: 104587 To Whom It May Concern: On February 27, 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 March 6, 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 March 6, 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 682- 402-7050 . Sincerely, Motadage lyDhawwxeen' T. E. Mohammdeen, Mosadage, P.E., Project Manager Cc: Sergio Garcia Pedroza, Inspector Donald Watson, Inspection Supervisor Oscar Aguillon, Senior Inspector Andrew Goodman, P.E., Program Manager GM Civil, Consultant L.H. Lacy Company, Ltd., Contractor Toll Brothers, 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, Partner/CEO 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 #104587 - Tradition Phase 3B BY Bobby W. ord , Partner/CEO Subscribed and sworn before me on this date 04 of March, 2025. 7 ��� C� 'N ary Public Dallas County, State of Texas DARLENE CONENctary E ID #10317301My Commission Expires March 9, 2028 ; CONSENT OF SURETY TO FINAL PAYMENT AIA Document G707 Rnnrl Kin . 5 A1.FA 1 TO 0%VINElt: (Namneematrt m-'s) Toll Southwest, LLC and City of Fort Worth 2555 SW Grapevine Pkwy., #100 Grapevine, TX 76051 PROJECT: (Man te and addmQ V. Paving & Utility Improvements for Tradition Phase 3B OWNER ARCHITECT COINTRACTDR SURM OTHER ARCHInCT'S PRQjECT NO.: CONTRACT FOR: Paving & Utility Improvements for Tradition Phase 3B CONTRACT DATED - In accordance v4th the proAsions of the Contract between the Owner and the Contractor as indi(.ated Edlove, the rdfmvi"alar and vr&mnof so".) Great American Insurance Company 301 Bast Fourth Street Cincinnati, OH 45202 , SL3i FTY, can bond of {1rrcKrr rzainrsr�riadilt•c�,ksa/'Catzrr�rctvr) L.H. Lacy Company, Ltd. 1880 Crown Dr., Suite 1200 Dallas, TX 75234 CONTRACTOR, bareby approves of the i3nal payment to the Contmctor, and agrees that final payment to the Comractur shall not relieve the Surety of any of itws obligations to tz+ .va nameand addr ev ofGwmrj Toll Southwest, LLC and City of Fort Worth 2555 SW Grapevine Pkwy„ #100 Grapevine, TX 76051 as set Porch in said Surety's bond. IN WITNESS WH MMEOF, the Surety )m hereunto set its hand on this date: March 4. 2025 (IrrsrtO Frr u1iN09 dx rrto)ub jalioar+ Wr 111W rnbircrfc rderwanr{ ixmr, J AttM, �, y (sea,)). /J(� Stacy Owen , Witness &91'12`� Great American Insurance ComDanv (SNrtNyj �� (SYqurrExrr pfut v�zrul +rw it Ashley Bri t, Attorney -in -Fact td'�suleri »pure rrrttirr`tdr) , OWNER, G707-1994 GREAT AMERICAN INSURANCE COMPANY® 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 snore than THIRTEEN No.0 22621 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREATAMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below, each individually if more than one is named, 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 STACEY BOSLEY NIKOLE JEANNETTE AARON HAWLEY ALL ASHLEY BRITT DAVID T. MICLETTE ALL OF $100,000,000 LUCAS LOMAX NANCY RIOS HOUSTON, TEXAS WILL DUKE STACY OWENS RITA G. GULIZO BARRY K. MCCORD ROBERT C. DAVIS KATHLEEN CUCKLER This Power of Attorney revokes all previous powers issued on behalf of the attomcy(s)-in-fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 10th day of September 1 2024 Attest GREATAMERICAN INSURANCE COMPANY RAH IN]'kp ,. aE'• Y b, Assistant Secretary 41ID"ni..i Seniorrice President STATE OF OLIO, COUNTY OF HAMILTON - ss: JOHN K. WEBSTER (877-377-2405) On this 10th day of September 2024 , before me personally appeared JOHN R. WEBSTER, 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, the Company described in and which executed the above instrument that he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate 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. F p SUSAN A KOHORST Notary Public State Ohto of °+ My Comm. i_xpires may 18, 2025 "� a,-0- a This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated June 9, 2008. RESOLVED: That the Divisional President, the several Divisional Senior Dice Presidents, Divisional lice Presidents and DMsonal 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 fn 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 he valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION 1, STEPHEN C. BERAHA, Assistant Secretary of GreatAmerican Insurance Company, do hereby certify that the foregoing Power ofAttomey and the Resolutions of the Board of Directors of June 9, 2008 have not been revoked and are now in full force and effect. Signed and sealed this 4th day of March 2025 .. •.. Ann tant3errefary- 81029AI(10/24)