Loading...
HomeMy WebLinkAboutContract 48540-FP2 W R ORT ORTHo CITY SECRETARY CONTRACT NO. TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJECT COMPLETION (Developer Projects) n 6A �Ca41t e� 7// jQ City Project Nq: 100483 t i `� !� CSS-Z185110 Regarding contract 100483 for HAWKINS COMMERCIAL as required by the TRANSPORTATION& PUBLIC WORKS as approved by City Council on N/A through M&C N/A the director of the TRANSPORTATION&PUBLIC WORKS upon the recommendation of the Assistant Director of the Transportation&Public Works Department has accepted the project as complete. Original Contract Price: $38,499.00 Amount of Approved Change Orders: $8,068.50 Ns 1 Revised Contract Amount: $46,567.50 Total Cost Work Completed: $46,567.50 Ce F l Recommended cceptance Date Asst, Director, - Development Services — L � tj " , -,?/ Accepted I Date Director, TRANSPORTATION & PUBLIC WORKS Asst, City Manager Date Department o W Const. Services CPN# Dat � Proje t Managert_, � Q-/f� �f f Comments: Risk Management S. Gatewood D.O.E. Bt•othes•ton OFFICIAL RECORD RECEIVED FEB 12 20�Water V. Gutsier D/� / �� . �E.ETARY �� CFA Janie r s/Scanned ❑ /6 — FT.WORTH TX Q I The Pr6cceding people have been Contacted concei ning the r cqucst for lural payment&have released this project for such payment. Rev.9/22/16 Clearance Conducted Rv Rtta Rnev FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name HAWKINS COMMERCIAL Contract Limits Project Type DRAINAGE&PAVING City Project Numbers 100483 DOE Number 4830 Estimate Number 1 Payment Number I For Period Ending 12/15/2017 CD City Secretary Contract Number 048301 Contract Time 36ED Contract Date Days Charged to Date 320 Contract is 100.00 Complete Project Manager NA Contractor PCI CONSTRUCTION,INC. P.O.BOX 2967 MCKINNEY, TX 75070 Inspectors RODGERS / SUTTERFIELD Wednesday,December 20,2017 Page 1 of 4 City Project Numbers 100483 DOE Number 4830 Contract Name HAWKINS COMMERCIAL Estimate Number I Contract Limits Payment Number I Project Type DRAINAGE&PAVING For Period Ending 12/15/2017 Project Funding UNIT III:DRAINAGE IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total I TRENCH SAFETY 168 LF $0.40 $67.20 168 $67.20 2 39"RCP CLASS III 168 LF $141.50 $23,772.00 168 $23,772.00 3 5'DROP INLET 1 EA $5,000.00 $5,000.00 I $5,000.00 Sub-Total of Previous Unit $28,839.20 $28,839.20 UNIT IV:PAVING IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 4"CONC SIDEWALK 2020 SF $3.99 $8,059.80 2020 $8,059.80 2 BARRIER FREE RAMP TYPE P-1 4 EA $400.00 $1,600.00 4 $1,600.00 3 6"CONCRET DRIVEWAY 1467 SF $5.50 $8,068.50 1467 $8,068.50 Sub-Total of Previous Unit $17,728.30 $17,728.30 Wednesday,December 20,2017 Page 2 of 4 City Project Numbers 100483 DOE Number 4830 Contract Name HAWKINS COMMERCIAL Estimate Number 1 Contract Limits Payment Number 1 Project Type DRAINAGE&PAVING For Period Ending 12/15/2017 Project Funding Contract Information Summary Original Contract Amount $38,499.00 ChanIze Orders Change Order Number Al $8,068.50 Total Contract Price $46,567.50 Z)?�—Date / 7 ^ Total Cost of Work Completed $46,567.50 ontra r Less %Retained $0.00 Net Earned $46,567.50 Date nspection Supervisor Earned This Period $46,567.50 Retainage This Period $0.00 C Dat Less Liquidated Damages rojec11�ager r � Days @ /Day $0.00 t Date 'o�I`J LessPavement Deficiency $0.00 ire W- Vt/ 7 � Less Penalty $0.00 Date PV�� Less Previous Payment $0.00 Direct /Contracting Departure Plus Material on Hand Less 15% $0.00 Balance Due This Payment $46,567.50 Wednesday,December 20,2017 Page 3 of 4 City Project Numbers 100483 DOE Number 4830 Contract Name HAWKINS COMMERCIAL Estimate Number I Contract Limits Payment Number I Project Type DRAINAGE&PAVING For Period Ending 12/15/2017 Project Funding Project Manager NA City Secretary Contract Number 048301 Inspectors RODGERS / SUTTERFIELD Contract Date Contractor PCI CONSTRUCTION,INC. Contract Time 365 CD P.O.BOX 2967 Days Charged to Date 320 CD McKINNEY, TX 75070 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 $46,567.50 Less %Retained $0.00 Net Earned $46,567.50 Earned This Period $46,567.50 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 $46,567.50 Wednesday,December 20,2017 Page 4 of 4 o 90x n � nv� � ooC) a � o z o � c Mbo o O -o m �c --I m D z 0 o '" a s N D `- m m m U -�7+ m o r c c n_ n n n 4 :0 ,C1 ,T�j b C7 N c:U M y OTJ -1 z o o ma o y -Di® rn � � 0 O m m D n � y .. C O i n m 0 z m m - n -i zz D � m 8C, Z m M D N O 0 O O m C: X -i v 013G) cn cn v 0 o 0) (0 0 0 n oa o o w 00 N = Nw c w o c w m CO co V O W O N •• w N a ? _z CP O o -i � CD W 40 Cl) O � m o o < �0 m J� v m W OD C) no w 4 m v v a .Z7 v+ en 4 -* �* m o w m lfl O b O) A UO co a O Q R m O C) °p' 'y' T U O C) nW CD Q N N 'G m 0 0 p o tin = z z -pry, y O O O w v wOn a m m z D = V o a a s s Oz Z < a nm T z w w m A np p o z p o c i y.rri co z i4 m d O n z m 'a= All a o m 0 0 o b p p a a, m O m ,o w n oZ w w u a � [ CD o CD � 1 C CD m 0 < m o O cn o z a N O n o X D m = A O z w 3 d m m m z o 3 m ; f co � `� 3• o p m m O z w CD m ti O n -C CD m Z7 C ®C`� ® `'' gym N m a o rrl m z c}4D m m 4 m M o co o m CCD O z O �0 �' _Z w Q A D S: or o �� o mro c 3 m 2 a -caz -zi o 0 v m D m m m to h OC c o 0 p m m r N � m O { r- O V+• m; T n W my y =` m-m 3 rn O r CD 0 -0 -0 O q 0 N c� m m CD K m ° O 0 Svn ° :. m co CQ O = F 0 o O to a O w n Z N O =I m m n ,DD y a O m w 0 z b D j } m y O D 69 c z m v •opo > Cb N O O i- 1 t 1 0062 19-1 MAINTENANCE BUND Page I"r3 SECTION 00 62 19 2 MAINTENANCE: BOND BOND# 2221395 3 4 THE STATE OF TEXAS § 5t § KNOW ALL BY THESE PRESENTS: 6 COUNTY Or TARRANT § 7 That we PCI Construcrtion Inc. known as i 8 "Principal" herein and North American Specialty Insurance Company ,a corporate surety 9 (sureties,if more than one)duly authorized to do business in the State of Texas,known as 10 "Surety"herein(whether one or more),are held and firmly bound unto the Developer, RJ FW I I Commercial 1.1-C, an Idaho limited liability company,and HC Arlington Charter LLC,an Idaho 12 limited liability company, authorized to do business in Texas("Developer")and the City of Fort 13 Worth,a Texas municipal corporation("City"), in the sum of One Hundred Eighty Six Thousand 14 Nine Hundred Ninety Eight Dollars and Ninety Five Cents(S 156,998,95), lawful money of the 15 United States,to be paid in Fort NVorth,Tarrant County,Texas,for payment of which sum well 16 and truly be made jointly unto the Developer and the City as dual obligees and their successors, 17 we bind ourselves, our heirs,executors,administrators,successors and assigns,jointly and 18 severally, firmly by these presents. 19 20 WHEREAS, Developer and City have entered into an Agreement for the construction of 21 community facilities in the City of Fort Worth by and through a Community Facilities t 22 Agreement,CFA Number and r 23 WHEREAS,the Principal has entered into a certain written contract with the Developer 24 awarded the day of 20_, which Contract is 25 herebyreferred to and a made pall hereof for all purposes as if fully set forth herein,to firrnish all 26 materials,equipment labor and other accessories as del tried by law, in the prosecution ofthe 27 Work, including any Work resulting from a duly authorized Change Order(collectively herein, 28 the"Work")as provided for in said Contract and designated as Hawkins Colmnercial; and 29 i 30 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 31 accordance with the plans,specifications and Contract Documents that the Work is and will t 32 remain free from defects in materials or workmanship for and during the period oftwo(2)years 33 after the date of Final Acceptance of the Work by tine City("Maintenance Period");and 34 CITY01;FORT W01(t'H Nuu6'lnsC'un+mere(u! j STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS 100,183 Revised January 31,2012 i 1 l (]()(12 1 9-2 E MAIN11NANCE BOND Page 2 ol'3 I WHEREAS, Principal binds itself to repairor reconstruct the Work in whole or in part upon receiving notice from the Developer and/or City of the need thereof at any time within the 3 Maintenance Period. 4 5 NOW THEREFORE, the condition of this obligation is such that if Principal shall 6 remedy any defective Work, for which timely notice was provided by Developer or City, to a 7 completion satisfactory to the City, then this obligation shall become null and void;otherwise to 8 remain in full tierce and effect. t 9 ' 10 PROVIDED,HOWEVER, if'Principal shall fail so to repair or reconstruct any timely I I noticed defective Work, it is agreed that the Developer or City may cause any and all such 12 defective Work to be repaired and/or reconstructed with all associated costs thereof being borne 13 by the Principal and the Surety under this Maintenance Bond; and 14 IS PROVIDED FURTHER,that ifany legal action be filed on this Bond,venue shall lie in 16 Tarrant County,Texas or the United States District Court for the Northern District of Texas, Fort 17 Worth Division; and 18 19 PROVIDED FURTHER,that this obligation shall be continuous in nature and 20 successive recoveries may be had hereon for successive breaches. 21 22 1 23 CITY OF FORT WORTH llmrAins Cnnunen irrJ STANDARD CITI'CONDITIONS—DEVELOPER AWARDED PROJECTS 1Q04$3 Revised January 31,2012 I t e E l t 0002 19-3 MAINTENANCE BOND Page 3 or 3 I IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the day of 3 20 f 4 5 PRINCIPAL: r' PCI Construction, Inc. 7 --- 9 BY: 10 Signature II ATTEST: 12 13 14 (Principal)Secretary Name and Title IS 16 Address: 405 Interchange Street 17 McKinney, TX 75071 18 19 20 Witness as to Principal 21 SURETY: 22 North American Specialty 23 urance Company 24 25 LAY' 26 Signature 27 28 Debra Lee Moon Attorney-in-Fact t 29 ATTEST: Name and Title 30 31 ess: 0 Imp trt 32 (SUI-Cly)ot , -retar �y Y AddrMancbesier NH 0.3JOI 33 (i 34 35 Witness as to Surety Telephone Number:_(603)644-6600. 36 C 37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract t 38 from the by-laws showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address,both must be provided 40 41 'file date of the bond shall not be prior to the date the Contract is awarded. 42 i t Cl"rl'OF FOk'r WORTH /Inu•krns Cnuunerciu! t' STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS 100483 Revised January 31,2012 F AFFIDAVIT STATE OF Texas COUNTY OF Tarrant Before me,the undersigned authority, a notary public in the state and county aforesaid,on this day personally appeared Richard J. Gray, Project Manager Of ML Gray Partnership, LLC,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; Hawkins Commercial,2401 Heritage Trace P way BY ' hard J. Gray Subscribed and sworn before me on this date 22 of December, 2017. GINGER BILLINGSLY Notary Public,state of Texas Notary Public) My commission Expires July 29, 2019 Dallas County,Texas POWER OF ATTORNEY of INSURORS INDEMNITY COMPANY Waco, Texas KNOW ALL PERSONS BY THESE PRESENTS: Number: CNB-24648-00 That INSURORS INDEMNITY COMPANY, Waco, Texas, organized and existing under the laws of the State of Texas, and authorized and licensed to do business in the State of Texas and the United States of America, does hereby make, constitute and appoint Mary Ellen Moore of the City of Corpus Christi State of TX as Attorney in Fact, with full power and authority hereby conferred upon him to sign, execute, acknowledge and deliver for and on its behalf as Surety and as its act and deed, all of the following classes of document, to-wit: Indemnity, Surety and Undertakings that may be desired by contract, or may be given in any action or proceeding in any court of law or equity: Indemnity in all cases where indemnity may be lawfully given and with full power and authority to execute consents and waivers to modify or change or extend any bond or document executed for this Company. INSURORS INDEMNITY COMPANY Attest: - 22 Tammy Tieperm , SecretaryDave E.Talbert, President State of Texas County of McLennan On the 11th day of November, 2014, before me a Notary Public in the State of Texas, personally appeared Dave E. Talbert and Tammy Tieperman,who being by me duly sworn, acknowledged that they executed the above Power of Attorney in their capacities as President, and Corporate Secretary, respectively, of Insurors Indemnity Company, and acknowledged said Power of Attorney to be the voluntary act and deed of the a pang. Pudb.Stas Of Ten s [91My Comm.Fxp.5/21M otary Public, State of Texas No"iu22asw7 Insurors Indemnity Company certifies that this Power of Attorney is granted under and by authority of the following resolutions of the Company adopted by the Board of Directors on November 11, 2014: RESOLVED, that all bonds, undertakings, contracts or other obligations may be executed in the name of the Company by persons appointed as Attorney in Fact pursuant to a Power of Attorney issued in accordance with these Resolutions. Said Power of Attorney shall be executed in the name and on behalf of the Company either by the Chairman and CEO or the President, under their respective designation. The signature of such officer and the seal of the Company may be affixed by facsimile to any Power of Attorney, and, unless subsequently revoked and subject to any limitation set forth therein, any such Power of Attorney or certificate bearing such facsimile signature and seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signature and seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached. RESOLVED, that Attorneys in Fact shall have the power and authority, subject to the terms and limitations of the Power of Attorney issued to them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and any such instrument executed by such Attorneys in Fact shall be binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary or Assistant Secretary of the Company. I, Tammy Tieperman, Secretary of Insurors Indemnity Company, do hereby certify that the foregoing is a true excerpt from the Resolutions of the said Company as adopted by its Board of Directors on November 11, 2014, and that this Resolution is in full force and effect. I certify that the foregoing Power of Attorney is in full force and effect and has not been revoked. In Witness Whereof, I have set my hand and the seal of INSURORS INDEMNITY COMPANY on this 25th day of January _ 2018 A Tarry y Tieperrr�aa�, gecrefark NOTE: IF YOU HAVE ANY QUESTION REGARDING THE VALIDITY OR WORDING OF THIS POWER OF ATTORNEY, PLEASE CALL 800 933 7444 OR WRITE TO US AT P, O. BOX 2683,WACO,TEXAS 76702-2683 OR EMAIL US AT CONFIRMATION(9,INSURORS.COM. AIA® TM Document 6707 - 1994 Consent Of Surety to Final Payment' PROJECT:(Name and address) ARCHITECT'S PROJECT NUMBER: OWNER: The Grove ARCHITECT: CONTRACT FOR:General Construction CONTRACTOR:❑ TO OWNER:(Name and address) CONTRACT DATED:06/20/2017 SURETY: City of Fort Worth ❑ 200 Texas St OTHER:❑ Fort Worth,TX 76102 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above,the (Insert name and address of Surety) Insurors Indemnity Company 225 S.5th Street Waco,TX 76701 SURETY, on bond of (Insert name and address of Contractor) DFW Services,LLC 6309 Industrial Drive Sanchse,TX 75048 ,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 (Insert name and address of Owner) City of Fort Worth 200 Texas St Fort Worth,TX 76102 OWNER, as set forth in said Surety's bond. IN WITNESS WHEREOF,the Surety has hereunto set its hand on this date:January 25,2018 (Insert in writing the month followed by the numeric date and year.) Insurors Indemnity Company (Surety) (Signatureo d/ut orized representative) V Attest: Mary Ellen Moore,Attorney in Fact (Seal): (Printed name and title) AIA Document G707TM—1994.Copyright©1982 and 1994 by The American Institute of Architects.All rights reserved.WARNING:This AIA11 Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AIA°Document,or any portion of it, may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.This document was produced by AIA software at 16:13:53 on 01/25/2018 under Order No.4482013139 which expires on 05/30/2018,and is not for resale. User Notes: (3B9ADA34) FORTWORTHREV:02122107 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY PROJECT INFORMATION Date: `12/22/2017 Nance ofConh•actor Project Name PCI Construction Inc. Hawkins Commercial DOEI nspector Project Manager Hershel Stanley Sutterfield Gopal Sahu DOENumber ProjectDiculty Type of Contract N/A CPN#100483 10simple Q Routine 0 Complex ❑water ❑waste water El Storm Drainage Pavement _ InitialConhactAmount FinalConhactAmount $38,499.00 $46,567.50 II)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3 -Good 4-Excellent ELEv1ENT RATING ELEMENT RATING (0-4) (0-4) INSPECTION EVALUATION PLANS&SPECIFICATIONS 1 Avaffabik of Inspector I Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector 2 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities 13 Applicability of Specifications 4 Display Of Professionalism 4 Accuracy of Plan Quantities 5 Citizen Complaint Resolution PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve_ Crews,Labs 1 Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Project Manager 1 Chane Order Processing Time 3 Communication 2 Timliness of Contractor Payments 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meetin Timeframe III)COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector Signature DOE Inspector's Superviso INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS E The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817) 392-7941 •Fax: (817) 392-7845 FORTWORTH REV 8/20/16 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR CONTRACTOR&PROJECT DATA Name of Contractor Project Name PCI Construction Inc. Hawkins Commercial Inspector City Project Number Hershel Stanley Sutterfield 100483 Consb action Components Project Manager ❑Water ❑waste Water Q Storm Drainage Pavement Go al Sahu Initial ContractAmount Project Difficulty $38,499.00 0 Simple OQ Routine 0 Complex Final Contract Amount Date $46,576.50 12/22/2017 H)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 2 8 4 2 Public Notifications 5 Y 2 20 10 3 Plans on Site 5 Y 3 20 15 4 Field Supervision 15 Y 3 60 45 5 Work Performed 15 Y 2 60 30 6 Finished Product 15 Y 2 60 30 7 Job Site Safety 15 Y 2 60 30 8 Traffic Control Maintenance 15 Y 3 60 45 9 Daily Clean Up 5 Y 3 20 15 10 Citizen's Complaint Resolution 5 Y 2 20 10 11 Property Restoration 5 Y 3 20 15 12 After Hours Response 5 Y 2 20 10 13 Project Completion 5 Y 2 20 10 TOTAL ELEMENT SCORE(A) 269 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 269 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating([TS/MS] *100%) 269 / 448 = 60% 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 Cont actor Signature Inspector's Supervisor Signature CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth•8851 Camp Bowie West Blvd.•Fort Worth,TX 76116•(817) 392-8306 FORTWORTH rev 03/05/07 TRANSPORTATION &PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: Hawkins Commercial PROJECT NO.: 100483 CONTRACTOR: PCI Construction Inc. DOE NO.: N/A PERIOD FROM:0 1/3 0/17 TO: 12/15/17 FINAL INSPECTION DATE: 24-Oct-17 WORK ORDER EFFECTIVE:1/30/2017 CONTRACT TIME: 365 0 WD • CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH DCHIARGG 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 PERIOD 320 320 PRE VIOUS PERIOD TOTALS TO DATE 320 320 *REMARKS: 12-h,91 CONTZACTO�') DATE SP TOR DATE ENGINEERING DEPARTI\IENT afi The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax: (817)392-7845