HomeMy WebLinkAboutContract 60372-FP4FQRT WQRTHo
-FP4
City Secretary
Contract No. 60372
Date Received 1/29/2025
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 Central Ph 3C
City Project No.: 103518
Improvement Type(s): Water 0 Sewer 0
Original Contract Price: $831,005.20
Amount of Approved Change Order(s): $0.00
Revised Contract Amount: $0.00
Total Cost of Work Complete: $831,005.20
Kevih Ge`stehko�h
Kevin Gerstenkom (Jan 29, 2025 1422 CST)
Contractor
Executive VP of Operations
Title
PCI Construction, Inc.
Company Name
�� ��
Project Inspector
Motadage Mohawrr�deeh,��
J a n 29, 2025
Date
Jan 29, 2025
Date
J a n 29, 2025
Project Manager
;�'
Kandicc Merrick (Jan 29, 202516:05 CST)
CFA Mana er
����
Lauren Prieur (Jan 29, 2025 16:06 CST)
TPW Director
�_�-�
Asst. City Manager
Date
J a n 29, 2025
Date
J a n 29, 2025
Date
Jan 31, 2025
Date
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Page 1 of 2
Notice of Project Completion
Project Name: Tradition Central Ph 3C
City Project No.: 103518
City's Attachments
Final Pay Estimate �
Change Order(s): ❑ Yes � N/A
Pipe Report: 0 Yes ❑ N/A
Contractor's Attachments
Affidavit of Bills Paid�
Consent of Surety �
Statement of Contract Time
Contract Time: 150 WD Days Charged: 239 WD
Work Start Date: 12/11/2023 Work Complete Date: 1/6/2025
Completed number of Soil Lab Test: 475
Completed number of Water Test: 8
Page 2 of 2
FORTWORTH
CITY OF FORT WORTH
F1NAL PAYMENT REQUEST
Contract Name TRADITION, CENTRAL PHASE 3C
Contract Limits
Project Type WATER & SEWER
City Project Numbers 103518
DOE Number 3518
Estimate Number 1 Payment Number 1 For Period Ending
City Secretary Contract Number
Contract Date
Project Manager NA
Contractor PCI CONSTRUCTION, INC.
P.O. BOX 2967
McKINNEY � TX 75070
Inspectors J ROGERS / T GARDNER
Contract Time
Days Charged to Date
Contract is 100.00
1/6/2025
WD
88JD
239
Complete
Friday, January 24, 2025 Page 1 of 4
City Project Numbers 103518
Contract Name TRADITION, CENTRAL PHASE 3C
Contract Limits
Project Type WATER & SEWER
Project Funding
UNTI' L• WATER IMPROVEMENTS
Item Description of Items
No.
1 TRENCHSAFETY
2 DUCTILE IRON WATER FILLINGS W/
RESTRAINT
3 8" PVC WATER PIPE
4 8" PVC WATER PIPE, CSS BACKFILL
5 STD. FIRE HYDRANT ASSEMBLY W/ 6" GATE
VALVE & VALVE BOX
DOE Number 3518
Estimate Number 1
Payment Number 1
For Period Ending 1/6/2025
Estimated Unit Unit Cost Estimated Completed Completed
Quanity Total Quanity Total
3251 LF $0.10 $325.10 3251 $325.10
0.5 TN $26,142.00 $13,071.00 0.5 $13,071.00
3171 LF $54.50 $172,819.50
80 LF $80.50 $6,440.00
4 EA $8,820.00 $35,280.00
6 CONNECT TOEXISTING 8" W.L. STUB-OUT 2 EA
7 1" DOMSTIC WATER SERVICES 108 EA
8 8" GATE VALVE & VALVE BOX 5 EA
9 1.5 IRRIGATION SERVICE 1 EA
Sub-Total of Previous Unit
UNTI' II: SANTl'ARY IMPROVEMENTS
Item
No.
10
11
12
13
14
15
16
17
lA
19
20
$1,290.00 $2,580.00
$1,270.00 $137,160.00
$2,470.00 $12,350.00
$2,258.00 $2,258.00
$382,283.60
3171 $172,819.50
80 $6,440.00
4 $35,280.00
2 $2,580.00
108 $137,160.00
5 $12,350.00
1 $2,258.00
$382,283.60
Description of Items Estimated Unit Unit Cost Estimated Completed Completed
Quauity Total Quanity Total
POST-CCTVINSPECTION 3284 LF $3.70 $12,150.80 3284 $12,150.80
VACUUM TEST MANHOLES 9 EA $192.00 $1,728.00 9 $1,728.00
TRENCH SAFETY 3284 LF $0.60 $1,970.40 3284 $1,970.40
TRENCH WATER STOPS 4 EA $1,290.00 $5,160.00 4 $5,160.00
SDR-26 4" SEWER SERVICES 106 EA $1,562.00 �165,572.00 106 $165,572.00
8"SDR-26PVCSEWERPIPE 3163 LF $61.70 �195,157.10 3163 $195,157.10
8" PVC SANITARY SEWER PIPE W/ BACKFILL 121 LF $90.30 $10,926.30 121 $10,926.30
4' STD. DIA. MANHOLE 9 EA $4,509.00 $40,581.00 9 $40,581.00
4' EXTRA DEPTH MANHOLD 33 VF $172.00 $5,676.00 33 $5,676.00
CONNECT TO EXISTING 8" SEWER 2 EA $1,7ll.00 $3,422.00 2 $3,422.00
MANHOLE CORROSION PROTECTION 1 EA $6,378.00 $6,378.00 1 $6,378.00
Sub-Total of Previous Unit �448,721.60 �448,721.60
Friday, January 24, 2025 Page 2 of 4
City Project Numbers 103518
Contract Name TRADITION, CENTRAL PHASE 3C
Contract Limits
Project Type SANITARY
Project Funding
Contract Information Summary
Original Contract Amount
Change Orders
Total Contract Price
DOE Number 3518
Estimate Number 1
Payment Number 1
For Period Ending 1/6/2025
$831,005.20
$831,005.20
Total Cost of Work Completed $831,005.20
Less % Retained $0.00
Net Earned $831,005.20
Earned This Period �831,005.20
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
$831,005.20
Friday, January 24, 2025 Page 3 of 4
City Project Numbers 103518
Contract Name TRADITION, CENTRAL PHASE 3C
Contract Limits
Project Type SANITARY
Project Funding
Project Manager NA
Inspectors J ROGERS / T GARDNER
ContraCtor PCI CONSTRUCTION, INC.
P.O. BOX 2967
McKINNEY � TX 75070
DOE Number 3518
Estimate Number 1
Payment Number 1
For Period Ending 1/6/2025
City Secretary Contract Number
Contract Date
Contract Time 80 WD
Days Charged to Date 239 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
Less % Retained
Net Earned
Earned This Period $831,005.20
Retainage This Period �0.00
Less Liquidated Damages
� Days @ $0.00 / Day
LessPavement Deficiency
Less Penalty
Less Previous Payment
Plus Material on Hand Less 15%
Balance Due This Payment
$831,005.20
$0.00
$831,005.20
$0.00
$0.00
$0.00
$0.00
$0.00
$831,005.20
Friday, January 24, 2025 Page 4 of 4
F4RTWORTH
TRANSPORTATION AND PUBLIC WORKS
PIPE REPORT FOR:
PROJECT NAME: Tradition Central Ph 3C
CITY PROJECT NUMBER: 103518
WATER
PIPE LAID SIZE TYPE OF PIPE LF
OPEN CUT 8" PVC 3,171 LF
OPEN CUT (CSS BACKFILL) 8" PVC 80 LF
FIRE HYDRANTS: 4
PIPE ABANDONED
N/A
DENSITIES:
NEW SERVICES:
SIZE
1"
1.5"
VALVES (16" OR LARGER)
TYPE OF PIPE
YES ALL PASSED
COPPER
COPPER
LF
N/A
108 EA
1 EA
SEWER
PIPE LAID SIZE TYPE OF PIPE LF
OPEN CUT 8" PVC 3,163 LF
OPEN CUT (CSS BACKFILL) 8' PVC 121 LF
PIPE ABANDONED
N/A
DENSITIES:
NEW SERVICES:
SIZE
4"
TYPE OF PIPE
YES ALL PASSED
PVC
LF
106 EA
TRANSPORTATION AND PUBLIC WORKS
Thc CitS� of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311
(817) 392 - 7941 • Fax: (817) 392 - 7845
�`o�� ����r��
TRANSPORTATION AND PUBLIC WORKS
January 21, 2025
PCI Construction, Inc.
405 Interchange Street
McKinney, TX 75071
RE: Acceptance Letter
Project Name: Tradition Central Ph 3C
Project Type: Water, Sanitary Sewer, Drainage, Paving, and Street Lights
City Project No.: 103518
To Whom It May Concern:
On January 8, 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 January 21, 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 January 21, 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 817-
392-2373.
Sincerely,
Motadage Mohaw��rdeeh,�E.
Mosadage Mohammedeen, Project Manager
Cc: John Rogers, Inspector
Troy Gardner, Inspection Supervisor
Cody Horton, Senior Inspector
Andrew Goodman, Program Manager
Goodwin and Marshall, Inc., Consultant
PCI Construction, Inc., Contractor
Hines Interests, LP, Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Rev. 8/20/19
AFFIDAVIT
STATE OF Texas
COLTNTY OF Collin
Before me, the undersigned authority, a notaty public in the state
and county aforesaid, on this day personally appeared Troy Mitchell,
Controllei• Of PCI Construction, Inc., 1<nown to me to be a credible person,
who being by me duly sworn, upon his oath deposed and said;
That all persons, iirms, associations, corporations, or other
organizations furnishing labor and/or materials have been paid in fiill;
That the wage scale established by the City Council in the City of
Fort Worth has been paid in full;
That there ai•e no claims pending for personal injury and/or
property damages;
On Contract described as;
Water, Sanitary Sewer, Storm Drainage for Ti•adition 3C - CPN 103518
B'Y ' ' -
Troy Mitchell - Controller
Subscribed and sworn before me on this date 29th of January, 2025.
Notary Public
Collin County, State of
Texas
�;��t•"fl` `�`y�%'- BRE� MITCHELL
� �,..
::r�. ��:�,": MY Notary ID # 123944875
"'T' ;< <,•,;' : Expires 5eptem�E�r 26, 2027
` : , �E,:
CUN��NT OF
SURETY COMPANY
TO FINAL PAYMENT
AIA DOCUMENT G707
OWN�R ❑
ARCHIT�CT ❑
CONTRACTOR ❑
SUR�TY ❑
OTHER
Bond No. 2340224
PROJECT: Tradition South Phase 3C, CFA no. 22-0110, Ft Worth TX
(name, address)
TO (Owner) [ HT HWY 114 Development LP
2200 Ross Avenue, Suite 4200W
Dallas, TX 75201
��
ARCHITECT'S PROJECT NO:
CONTRACT FOR:
] CONTRACT DATE:
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 Sw�ety Company)
Swiss Re Corporate Solutions America Insurance
Corporation
1200 Main St., Suite 800 , 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 1ts obllgations to (here insert name and address of Owner)
HT HWY 114 Development LP
2200 Ross Avenue, Suite 4200W
Dallas, TX 75201
as set forth in the said Surety Company's bond.
IN WITNESS WHEREOF,
the Surety Company has hereunto set its hand this 13th
,OWNER,
day of November 2q24
Swiss Re Corporate Solutions America Insurance
Surety Company
Cw < <
�. �,--J:�--���`.�, l - � � 'L�,. .�-_:� ���
� -
__ Signature of Authorized Representative
Attest: ~ ��
(Seal): � Debra Lee Moon Attornev-In-Fact
Title
NO"1'E: This fonn is to be used as a companion documcut to AIA DOCUM�N'I' G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DL'f3TS AND CLAIMS,
Current Edition
AIA DOCUM�NT G707 • CONSENT OF SURGTY COMPANY TO FINAL PAYMENT • APRIL 1970 I:DITION • AIAOO ONE PAGE
OO 1970 •'I'HE AMERICAN INST[TUTE OF ARCHI"fGCI'S, 1735 New York Ave., NW, WASHING'I'ON, D.C. 20006
SWISS RE CORPORATE SOLU'TIONS
SWISS RE CORPORATE SOLU'I'IONS AMERICA INSURANCB CORPORA'I'ION ("SRCSAIC")
SWISS RG COI2PORA7'G SOLU7'IONS PREMIIiR INSURANC� CORPORA'CION ("SRCSPIC")
WES1'PORT INSURANCE CORPOIZATION ("WIC")
GENERAL POWER OF A'TTORNEY
KNOW ALL M�N BY THESE PR�SENTS, THAT SRCSAIC, a coiporation duly organized and existing under laws of thc 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 aud having its principal ofCce in the City of Kansas City, Missouri, and WIC, organized under the laws of the State of Missouri, and having its
principal office in the City of Kansas City, Missouri, cach does hereby make, constitute and appoint:
JO}IN R. WARD, THOMAS DOUGLAS MOORI's, BMILY ALLISON MIKL'SKA, ALLYSON W. DEAN, MONICA RUBY VGAZGY, JOfiN WILLIAM NEWEiY,
'CROY RUSSELL KI3Y, DEI3RA LEH MOON, ANllREA ROSE CRA�VFOIii>, SANDRA LEL RONHY, I�AI'C[1 ANN lill:l'Y, ANDREI4 GARfi'PII ADDISON, PA'PRICK 7'IIOMAS COYLG,
MICI1AtiL DONAIA HENURICKSON, I3RYAN KL•LLY MOORB, ELI'I_AI3ETH O1i79'L, ANA O1Vf3NS, E3G'PI'Y 1 REt:11, AND ANDRf:W PA7'RICK CLARK 10INI'LY OR SEVL'IiALI.Y
Its true and lawfiil Attorney(s)-in-Fact, to make, executc, scal 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 Cmnpanies, as surety, on contracts of suretyship as are or may be required or pennitted by
law, regulation, contract or otheiwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the
amount of:
TWO HUNDRED MILLION ($200,000,000.00) DOLLARS
This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
Directors of both SRCSAIC and SRCSPIC at meetings duly called and held on the 18th of November 2021 and WIC by written consent of its
Executive Committee dated July 18, 201 1.
"RESOLVED, that any two of the President, any Managing Director, any Senior Vicc President, any Vice President, the Secretary or any Assistant
Secretary be, and each or any of them hereby is, authorized to execute a Power of Attorney qualifying the attorney named in the given Power of
Attorney to execute on behalf of the Corporation bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to
attest to tlie cxccution of any sucl� Power of Attorney and to attach therein the seal of the Corporation; and it is
FURTHER RESOLVED, that the signature of such officers and the seal of the Corporation may be affixcd to any such Power of Attorney or to
any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsiinile signatures or facsimile seal shall be
bindine uoon the Corporation when so affixed and in the future with reeard to anv bond, undertaking or contract of surety to which it is attached."
,,,,,,�� �,,, ,,,,,,�„����„,,,,,,,
`°q�ONSARiEN/p°�.. �.`��'�\0�1SPRF.P.//
4hO�Go�PORqTq��% ```�O`J'¢PO����/��., .., n, , ,......., `��Fc .
F':G� ^ =.��:. VQ T�, .:G�. By �0.:�r��
`�� S E A L`. �� S E A L��z' N rik Junssens, Senior Vice President of SRCSNC & Scnior Vice Presidcnt 6 t �d� s�
t. j m= E p E � m? of SRCSPIC & Senior Vicc Presidcnt otNIC �" 2 •a0 v
� .c73 Ta: •ry� � �: �i$
;,�. 1973 � r'a�'` =��'• :'a�`� �j� ��;���� H '•�8�;?�;✓:
;6ss•:l,'!ss��¢ 'aa°,` `%��'ss ���Sso�?'�'.a~�°.�`` By �U n ' +►
�,,�?�s,�����„„��`y� °�,,, �Ar °;y'�� k' IN
* �' �S � ` Gcrold Jn �i o�rski, Vicc President of 52CSNC & Vicc Presidcnt of SRCSPIC
� nn�uun�
& Vice President of NIC
IN WITNESS WHEREOF, SRCSAIC, SRCSPIC, and WIC have caused their official seals to be hereunto affixed, and these presents to be signed by their
authorired officers
this l lth day of �anuary 20 24
State of Illinois
County of Cook ss
Swiss Re Corporate Solutions America Insurance Corporation
Swiss Re Corporate Solutions Premier Insurance Corporation
Westport Insurance Corporation
On this 11 th day of .lanuary ZO 24_ , before me, a Notary Public personally appeared Erik Janssens , Senior Vice President of SRCSAIC
and Senior Vice President of SRCSPIC and Senior Vice President of WIC and Gerald Ja =r� owski , Vice President of SRCSAIC and Vice President of
SPCSPIC and Vice President of WIC, personally known to me, who being by me duly sworn, acknowledged diat 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.
o�icuu. seni,
CFiRIST1NA MiW ISCO
NOTAm PUOUC, STAtE OF iiBlOfG . t�
_Cdii{tnF3+bnE*GMpFlarcir � `,n��{i��,p
�iv� m ra P(uiai5.
I, Jeffrey Goldberg, the duly elected Senior Vice President and Assistant Secretary of SRCSAIC and SRCSPIC and WIC, 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 and WIC, which is still in fitll force and effcct.
IN WITNESS WHEREOF, I have set my hand and affixed thc seals of the Companies this 13th day of November , Zp 24
Jeffrey Goldberg, Senior Vice President &
Assistant Secretary of SRCSAIC and
SRCSPIC and WIC
_►L'�� .� ►�
In order to obtain information or make a complaint:
You inay contact the Surety Claims Department
at 1-816-235-3702
You may call Swiss Re Corporate Solutions
America Insurance Corporation or Swiss Re
Corporate Solutions Premier Insurance
Corporation for information or to malcc a complaint
at:
1-816-235-3702
You may also write to Swiss Re Corporate Solutions
America Insurance Corporation or Swiss Re
Corporate Solutions Premier Insurance
Corporation at the following address:
1200 Main Street, Suite 800
Kansas City, MO 64105
You may contact the 'Texas Department of Insurance
to obtain information on companies, coverages, rights
or complaints at:
1- 800-252-3439
You may write the Texas Department of Insurance:
P.O. Box 149104
Austin, TX 78714-9104
Fax: (512) 475-1771
Web: http://www.tdi.state.tx.us
E-mail:ConsumerProteetionntdi.state.tx. us
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your preinium or
about a claim you should first contact the Swiss Re
Corporate Solutions America Insurance
Corporation or Swiss Re Corporate Solutions
Premier Insurance Corporation. If the dispute is not
resolved, you may contact the Texas Department of
Insurance.
ATTACH THIS NOTICE TO YOUR POLICY: This
notice is for information only and does not become a
part or condition of the attached document.
� \/'�C :►
Para obtener inforinacion o para someter un queja:
al 1-816-235-3702.
Puede comunicarse con Surety Claims Department
Usted puede llamar Swiss Re Corporate Solutions
America Insurance Corporation o Swiss Re
Corporate Solutions Premier Insurance
Corporation para informacion o para someter una
queja al:
1-816-235-3702
Usted tambien puede escribir a Swiss Re Corporate
Solutions America Insurance Corporation o Swiss
Re Corporate Solutions Premier Insurance
Corporation al:
1200 Main Street, Suite 800
Kansas City, MO 64105
Puede escribir al Departmento de Seguros de Texas
para obtener informacion acerca de companias,
coberturas, derechos o quejas al:
1- 800-252-3439
Puede escribir al Departmento de Seguros de Texas:
P.O. Box 149104
Austin, TX 78714-9104
Fax: (512) 475-1771
Web: httn://www.tdi.state.tx.us
E-mail: Consu merProtection(c�.tdi.state.tx. us
DISPUTAS SOBRE PRIMAS O RECLAMOS: Si
tiene una disputa concerniente a su prima o a un
reclamo, debe comunicarse con el Swiss Re Corporate
Solutions America Insurance Corporation o Swiss
Re Corporate Solutions Premier Insurance
Corporation primero. Si no se resuelve la disputa,
puede entonces comunicarse con el Departmento de
Seguros de Texas.
UNA E5TE AVISO A SU POLIZA:
Este aviso es solo para proposito de infromacion y no se
converte cn parte o condicion del documento adjunto.