Loading...
HomeMy WebLinkAboutContract 45972-FP1 DeriPAW Const. Services f DO'Ca ate Project �• ' r C F Risk Management J.Page — , CT WORTHo s D.O.E. Brotherton — -.141z CFA Westerman/Scanned ka The Proceeding people have been Co ed con ming the request for final CITY CMite! payment b have released this project for such payment ATION AND PUBLIC WORKS CONTRACT NO, Clearance Conducted By Shameka Kennedy F PROJECT COMPLETION 0#y'5-?72- D.O.E. #yS?7.ZD.O.E.No: 7273 Regarding contract 117273 for QUAIL VALLEY NORTH 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 Prices: $32,347.04 Amount of Approved Change Orders: N2 Revised Contract Amount: Total Cost Work Completed: $32,347.04 Less Deductions: LIquidated Damages: Days®$210.00/Day Pavement Deficiencies: Total Deduction Amount: Total Cost Work Completed: $32,347.04 Less Previous Payments: $0.00 Final Payment Due $32,347.04 //y/�•/ Recommended for Acceptance Date Asst. Dire tor, TPW - Infrastructure Design and Construction . Gil G/Z Accepted d 0 Date AM. Director, TRANSPORTATION & PUBLIC WORKS Asst. City Manager Dade Comments: 0205-541200-204320233283,C205-541200-204760233283 OFFICIAL RECORD CITY SECRETARY FT.WORTH$ TX FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name QUAIL VALLEY NORTH Contract Limits Project Type PAVING&LIGHTING City Project Numbers 02332 DOE Number 7273 Estimate Number 1 Payment Number 1 For Period Ending 5/29/2015 CD City Secretary Contract Number 117273 Contract Time WED Contract Date 9/18/2014 Days Charged to Date 220 Project Manager Buckley Contract is 100.00 Complete Contractor PCI CONSTRUCTION,INC. P.O.BOX 2967 McKINNEY. TX 75070 Inspectors LAYER / BLEVINS Friday,May 29,2015 Page 1 of 4 City Project Numbers 02332 DOE Number 7273 Contract Name QUAIL VALLEY NORTH Estimate Number I Contract Limits Payment Number I Project Type PAVING&LIGHTING For Period Ending 5/29/2015 Project Funding UNIT IV:PAVING IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 6"CONC PVMT 8 SY $97.63 $781.04 8 $781.04 2 4"CONC SIDEWALK 1400 SF $7.74 $10,836.00 1400 $10,836.00 Sub-Total of Previous Unit $11,617.04 $11,617.04 UNIT VI:STREET LIGHTING 11"ROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total - -- -------------------- I RDWY ILLUM ASSMBLY TY 18,18A,19,AND D- 2 EA $8,932.80 $17,865.60 2 $17,865.60 40 2 2-2-24 QUADPLEX ALUM ELEC CONDUCTOR 248 LF $4.05 $1,004.40 248 $1,004.40 3 2"CONDT PVC SCH 80(b) 248 If $7.50 $1,860.00 248 $1,860.00 Sub-Total of Previous Unit $20,730.00 $20,730.00 Friday,May 29,2015 Page 2 of 4 City Project Numbers 02332 DOE Number 7273 Contract Name QUAIL VALLEY NORTH Estimate Number I Contract Limits Payment Number I Project Type PAVING do LIGHTING For Period Ending 5/29/1015 Project Funding Contract Information Summary Original Contract Amount $32,347.04 Change Orders Total Contract Price $32,347.04 �7 Date G Total Cost of Work Completed $32,347.04 Contr r Less %Retained $0.00 /JS 1S Net Earned $32,347.04 Date Y Earned This Period $32,347.04 nsp i S Retainage This Period 50.00 Date �- Less Liquidated Damages Project Days 8 /Day $0.00 DatejJr 9-f LessPavement Deficiency $0.00 Asst. 'ectorffPW-Intrastructure Design and Construction Less Penalty $0.00 W b�Z 2�/J� Less Previous Payment SO•00 Director/Aontracting Departmen, Plus Material on Hand Less 15% $0.00 Balance Due This Payment $32,347.04 Friday,May 29,2015 Page 3 of 4 City Project Numbers 02332 DOE Number 7273 Contract Name QUAIL VALLEY NORTH Estimate Number I Contract Limits Payment Number I Project Type PAVING&LIGHTING For Period Ending 5/29/2015 Project Funding Project Manager Buckley City Secretary Contract Number 117273 Inspectors LAYER / BLEVINS Contract Date 9/18/2014 Contractor PCI CONSTRUCTION,INC. Contract Time 90 CD P.O.BOX 2967 Days Charged to Date 220 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 $32,347.04 Less %Retained $0.00 Net Earned $32,347.04 Earned This Period $32,347.04 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 $32,347.04 Friday,May 29,2015 Page 4 of 4 FORTWORTH m"03'05'0' TRANSPORTATION&PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: Qtudl Valley North PROJECT NO.: 2332 CONTRACTOR: PCI Construction Inc. DOE NO.: 7273 PERIOD FROM 10/06/14 TO: 05/13/15 FINAL INSPECTION DATE: 13-May-15 WORK ORDER EFFECTIVE:1016t2014 CONTRACT TIME: qo 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. 8. 23. 9. 24. 10. 25. 11. 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 0 0 0 0 220 220 PERIOD PREVIOUS 0 0 0 0 0 0 PERIOD TOTALS 0 0 0 0 220 220 TO DATE *REMARKS: f�/�j 2-�-►�"7 ry S zG�/S1 � - CONTRACTOR DATE INSPECTOR ENGINEERING DEPARTMENT ^ ! The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 7601 - -RECORD (817)392-7941 •Fax:(817)392-7845 CITY SECRETARY FT.WORTH, TX FORT WORTH RE02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY PROJECT INFORMATION Date: 11/27/2012 Name ofCon tractor Project Name PCI Construction Inc. Quail Valley North DOE Inspector Project Manager Habte Taezaz Patrick Buckle DOE Number Project Dicul j, Tipe ojContract 7273 10 Simple OO Routine O Complex L) Water[A Waste Water❑ Storm DrainageO Pavement Initial Contract Amount Final Contract Amount $32,347.04. $32,347.04 II)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3-Good 4-Excellent ELEMENT RATING ELEMENT RATING 0-4) 0-4 INSPECTION EVALUATION 1PLANS&SPECIFICATIONS 1 Availability of Inspector `/ 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector 2 larity&Sufficiency of Details 3 Accuracy of Measured Quantities y 3 Applicability of Specifications Y 4 Display Of Professionalism `/ 4 Accuracy of Plan Quantities 5 Citizen Complaint Resolution Y PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs y 1 Knowledge And/Or Problem Resolution Y ADMINISTRATION 2 Availability of Project Manager Y 1 Chane Order Processing Time Y 3 Communication 3 2 Timliness of Contractor Payments w 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe Y III)COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS TRANSPORTAMN AND PUBLIC WORKS The City of Fort Worth•1000 Throdunorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fu:(817)392-7845 FORTWORTH RE" 02/20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR CONTRACTOR&PROJECT DATA Name of Contractor Project Name PCI Construction Inc. Quail Valley North DOE Inspector DOE Number Habte Taezaz 7273 DOE Inspector Project Manager 0 Water(] Waste Water D Storm DrainageO Pavement Patrick Buckle Initial Contract Amount Project Difficulty $102,326.80 O Simple ' OO Routine O Complex Final Contract.4mount Date $102,326.80 6/5/2015 In PERFORMANCE EVALUATION 0-Inadequate 1-Deficient 2-Standard 3-Good 4-Excellent ELEMENT WEIGHT(x) APPLICABLE /N) RATING 0-4 MAX SCORE SCORE 1 Submission of Documents 2 Y 4 8 8 2 Public Notifications 5 N 3 Plans on Site 5 Y 4 20 20 4 Field Supervision 15 Y 3 60 45 5 Work Performed 15 Y 3 60 45 6 Finished Product 15 Y 4 60 60 7 Job Site Safe 15 Y 4 60 60 8 Traffic Control Maintenance 15 Y 3 60 45 9 Daily Clean Up 5 Y 3 20 15 10 Citizen's Complaint Resolution 5 N I1 Property Restoration 5 Y 3 20 15 12 After Hours Response 5 N 13 Project Completion 5 Y 3 20 15 TOTAL ELEMENT SCORE(A) 323 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 328 DI)CONTRACTOR'S RATING Maximum Score(MS)=448 2r sum of applicable element score maximums which= 388 Rating([TS/MS]*100%) 328 / 388 - 85% Performance Category Excclieat <2096=Inadequate 20%to<40%-Deficient 40%to<60%—Standard 60%to<80%—Good ?80%—Excellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Signature DOE Inspector Signattue Contractor , Signature DOE Inspector's Supervisor CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 CONSENT OF OWNER SURETY COMPANY ARCHITECT TO FINAL PAYMENT CONTRACTOR SURETY AIA DOCUMENT G707 OTHER Bond No. 2189119 PROJECT: Quail Valley North- CFA,City Project 402332,Fort Worth,TX (name,address) TO(Owner) [ City of Fort Worth ] ARCHITECT'S PROJECT NO: 1000 Throckmorton Street Fort Worth,TX 76102-6312 CONTRACT FOR: Construction [ ] CONTRACT DATE: 8/28/2014 CONTRACTOR: PCI Construction,Inc. P.O.Box 2967 McKinney, TX 75070 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above,the (here insert name and address of Surety Company) North American Specialty Insurance Company 650 Elm Street Manchester,NII 03101 , SURETY COMPANY, on bond of(here insert name and address of Contractor) PCI Construction,Inc. P.O.Box 2967 McKinney,TX 75070 , CONTRACTOR, hereby approves of the final payment to the Contractors,and agrees that final payment to the Contractor shall not relieve the Surety Company of any of its obligations to(here insert name and address of Owner) City of Fort Worth 1000 Throckmorton Street Fort Worth,TX 76102-6312 OWNER, as set forth in the said Surety Company's bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this 27th day of May , 2015 North American Specialty Insurance Company Surety Company j:% �_ i Signature of Authorized Representative Attest: f,'":2 (Seal): ``' Debra Lee Moon Attorney-In-Fact Title NOTE: This form is to be used as a companion document to AIA DOCUMENT G706,CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition AIA DOCUMENT G707 CONSENT OF SURETY COMPANY TO FINAL PAYMENT APRIL 1970 EDITION AIA ONE PAGE 1970 THE AMERICAN INSTITUTE OF ARCHITECTS,1735 New York Ave.,NW,WASHINGTON,D.C. 20006 NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,THAT North American Specialty Insurance Company,a corporation duly organized and existing under laws of the State of New Hampshire,and having its principal office in the City of Manchester,New Hampshire,and Washington International Insurance Company,a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg,Illinois,each does hereby make,constitute and appoint: SAMMY JOE MULLIS,JR.,JOHN WILLIAM NEWBY,JULIE STORM,CHERI LYNN IRBY,WILBERT RAYMOND WATSON, CAROLYN J.GOODENOUGH,MICHAEL L.TULLIS,SANDRA LEE RONEY,DEBRA LEE MOON,ANDREA ROSE CRAWFORD, MARY JO ZAKRZEWSKI and TROY RUSSELL KEY JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact,to make,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($50,000,000.00)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 North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9h of May,2012: "RESOLVED,that any two of the Presidents,any Managing Director,any Senior Vice President,any Vice President,any Assistant 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 Company 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 Company; and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company 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 Company when so affixed and in the future with regard totoozany bond,undertaking or contract of surety to which it is attached." ��pltlltlllllllpl/// � �`" yuliON I y.GpP A,j••.,G a ..NG By P.Anderson,Senior Vice President of washingtan International Insurance Company S2' •G SEAL Fs � W 1973 Pa'+n; &Senior Vice President of North American Specialty Insurance Company ? ;m �i��q1 ON F d�,\� i 34ZiS,•`W L��Jai ,piv Q//IIIIIIIII11Pllly By .�c� ".`_ _ 'y•-...*...•1 ,s41 David M.Layman,Vice President of Washington Internntioned Insurance Company �lonolo.0 ar•t1 &Vice President or North American Specialty Insurance Company IN WITNESS WHEREOF,North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this 12th day of December 2013 North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook Ss: On this 12th day of December 2013 ,before me,a Notary Public personally appeared Steven P.Anderson ,Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M.Layman, Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. "OFFICIAL SEAL" u1 0 DONNA D.SKLENS Notary Public,Slate of Illinois Donna D.Sklens,Notary Public My Commission Expires 10/06/1015 I, Jeffrey Goldberg , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company,which is still in full force and effect. IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this 27th day of May 20 15 r, Jeffmy Goldberg,Vice President&Assistant Secretary of Washington International Insurance Company&North Amedcan Specialty Insurance Company North American Specialty Insurance Company Washington International Insurance Company TEXAS CLAIMS INFORMATION IMPORTANT NOTICE ADVISO IMPORTANTE In order to obtain information or make a complaint: Para obtener informacion o para someter un queja: You may contact Jeffrey Goldberg,Vice President- Puede comunicarse con Jeffrey Goldberg,Vice Claims at 1-800-338-0753 President- Claims, al 1-800-338-0753 You may call Washington International Insurance Usted puede Ilamr at numero de Telefono gratis de Company and/or North American Specialty Insurance Washington International Insurance Company and/or Company's toll-free number for information or to North American Specialty Insurance Company's para make a complaint at: informacion o para someter una queja at: 1-800-338-0753 1-800-338-0753 You may also write to Washington International Usted tambien puede escribir a Washington Insurance Company and/or North American Specialty International Insurance Company and/or North Insurance Company at the following address: American Specialty Insurance Company at: 475 N. Martingale Road 475 N. Martingale Road Suite 850 Suite 850 Schaumburg,IL 60173 Schaumburg,IL 60173 You may contact the Texas Department of Insurance Puede escribir al Departmento de Seguros de Texas to obtain information on companies, coverages, para obtener informacion acerca de companias, rights or complaints at: coberturas,derechos o quejas at: 1-800-252-3439 1-800-252-3439 You may write the Texas Department of Insurance: Puede escribir at Departmento de Seguros de Texas: P.0 Box 149104 P.O, Box 149104 Austin,TX 78714-9104 Austin,TX 78714-9104 Fax: (5 12) 47 5-17 71 Fax: (512)475-1771 Web: http:Ltvvww.tdj.state.tx.us Web: http://www.tdi.state.tx.us Email:ConsumerProtection@tdi.state.tx.us Email: ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS O RECLAMOS: Should you have a dispute concerning your premium Si tiene una disputa concerniente a su prima o a un or about a claim you should first contact the reclamo, debe comuntcarso con el Washington Washington International Insurance Company and/or International Insurance Company and/or North North American Specialty Insurance Company, If the American Specialty Insurance Company primero. Si dispute is not resolved,you may contact the Texas no se resuelve la disputa,puede entonces Departmentof Insurance. comunicarse con el Departmento de Seguros de Texas, ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA This notice is for information only and does not Este aviso es solo para proposito de infromacion y no become a part or condition of the attached se converte en parte o condicion del documento document. adjunto. Revised 5/12 475 N.Martingale Road.Suite 850.Schaumburg,IL 60173 AFFIDAVIT STATE OF TEXAS COUNTY OF COLLIN Before me, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared Eric M Lindberg, Controller Of PCI Construction, Inc., 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; Project Name: Quail Valley North Water Project No.: P265-541200604150233283 Sewer Project No.: P275-541200704130233283 DOE No.: 7273 X No.: 22751 City Project No.: 02332 OFFICIAL RECORD CITY SECRETARY FT WORTHS TX BY -- Eric M Lindberg - Controllers Subscribed and sworn before me on this date 27th of May, 2015. i MY ETTA F.RACY My Commission Expires C Notary Public August 22,2015 t Collin County, Texas ''`°"`'`' OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX