Loading...
HomeMy WebLinkAboutContract 53429-FP2 City Secretary 53429 -FP2 Contract No. FORT WORTH, Date Received Aug 10,2021 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: CROWLEY ISD CAREER & TECHNOLOGY EDUCATION CENTER City Project No.: 101964 Improvement Type(s): Water ❑x Sewer ❑x Original Contract Price: $178,738.39 Amount of Approved Change Order(s): Revised Contract Amount: Total Cost of Work Complete: $178,738.39 yaredyones Aug 2021 Jared Jones(Aug 9,202113:15 CDT) g Contractor Date Steele&Freeman, Inc. Title Sr. Project Manager Company Name � X:�e A � Aug 2021 Cristobal Fuentes(Aug 9,202113:35 CDT) g Project Inspector Date Aug 9,2021 Project Manager Date Eve�yK'Rg'&rt-&K,L&L4� Aug 2021 Evelyn oberts on behalf of Janie M.(Aug 9,20 1 16:6 CDT) g CFA Manager Date 19ana FarandoAc Dana Burghdoff(Kug 9,202117:23 CDT) Aug 9,2021 Asst. City Manager Date OFFICIAL RECORD Page 1 of 2 CITY SECRETARY FT. WORTH, TX Notice of Project Completion Project Name: CROWLEY ISD CAREER & TECHNOLOGY EDUCATION CENTER City Project No.: 101964 City's Attachments Final Pay Estimate ❑x Change Order(s): ❑ Yes ❑x N/A Pipe Report: ❑x Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 240 CD Days Charged: 379 Work Start Date: 2/17/2020 Work Complete Date: 6/9/2021 Page 2 of 2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name CROWLEY ISD CAREER&TECHNOLOGY EDUCATION CENTER Contract Limits Project Type WATER&SEWER City Project Numbers 101964 DOE Number 1964 Estimate Number I Payment Number 1 For Period Ending 6/16/2021 CD City Secretary Contract Number Contract Time 24CD Contract Date Days Charged to Date 379 Project Manager NA Contract is 100.00 Complete Contractor STEELE-FREEMAN,INC 1301 LAWSON ROAD FORT WORTH, TX 76131 Inspectors DICKINSON / FUENTES Wednesday,June 16,2021 Page 1 of 5 City Project Numbers 101964 DOE Number 1964 Contract Name CROWLEY ISD CAREER&TECHNOLOGY EDUCATION CENTER Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 6/16/2021 Project Funding WATER Item Estimated Estimated Completed Completed Description of Items Unit Unit Cost No. Quanity Total Quanity Total --------------------------------------- 1 4"-12"PRESSURE PLUG 1 EA $3,015.00 $3,015.00 1 $3,015.00 2 12"WATERLINE LOWERING 1 EA $4,685.00 $4,685.00 1 $4,685.00 3 TRENCH SAFETY 950 LF $0.50 $475.00 950 $475.00 4 DUCTILE IRON WATER FITTINGS 2 TN $4,678.00 $9,356.00 2 $9,356.00 5 6"PVC WATER PIPE 80 LF $30.13 $2,410.40 80 $2,410.40 6 12"DIP WATER,CLSM BACKFILL 115 LF $69.00 $7,935.00 115 $7,935.00 7 12"PVC WATER PIPE 835 LF $44.04 $36,773.40 835 $36,773.40 8 FIRE HYDRANT 4 EA $4,175.00 $16,700.00 4 $16,700.00 9 2"WATER SERVICE 2 EA $2,995.00 $5,990.00 2 $5,990.00 10 6"WATER METER AND VAULT 1 EA $12,171.11 $12,171.11 1 $12,171.11 11 6"GATE VALVE 4 EA $1,546.94 $6,187.76 4 $6,187.76 12 8"GATE VALVE 1 EA $2,142.22 $2,142.22 1 $2,142.22 13 12"GATE VALVE 1 EA $3,060.00 $3,060.00 1 $3,060.00 14 36"X 12"TAPPING SLEEVE&VALVE 1 EA $30,265.00 $30,265.00 1 $30,265.00 -------------------------------------- Sub-Total of Previous Unit $141,165.89 $141,165.89 SEWER Item Estimated Estimated Completed Completed Description of Items Unit Unit Cost No. Quanity Total Quanity Total --------------------------------------- 1 REMOVE 10"SEWER LINE 5 LF $15.00 $75.00 5 $75.00 2 6'CHAIN LINK,STEEL 116 LF $4.50 $522.00 116 $522.00 3 6'GATE,STEEL 2 EA $250.00 $500.00 2 $500.00 4 POST CCTV INSPECTION 46 LF $13.00 $598.00 46 $598.00 5 MANHOLE VACUUM TESTING 2 EA $450.00 $900.00 2 $900.00 6 CONCRETE COLLAR 1 EA $3,288.00 $3,288.00 1 $3,288.00 7 TRENCH WATER STOPS 1 EA $2,407.50 $2,407.50 1 $2,407.50 8 20"CASING BY OTHER THAN OPEN CUT 46 LF $465.00 $21,390.00 46 $21,390.00 9 10"SEWER PIPE 46 LF $43.00 $1,978.00 46 $1,978.00 10 4'MANHOLE 1 EA $3,982.00 $3,982.00 1 $3,982.00 11 4'EXTRA DEPTH MANHOLE 5.6 VF $345.00 $1,932.00 5.6 $1,932.00 Wednesday,June 16,2021 Page 2 of 5 City Project Numbers 101964 DOE Number 1964 Contract Name CROWLEY ISD CAREER&TECHNOLOGY EDUCATION CENTER Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 6/16/2021 Project Funding -------------------------------------- Sub-Total of Previous Unit $37,572.50 $37,572.50 -------------------------------------- Wednesday,June 16,2021 Page 3 of 5 City Project Numbers 101964 DOE Number 1964 Contract Name CROWLEY ISD CAREER&TECHNOLOGY EDUCATION CENTER Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 6/16/2021 Project Funding Contract Information Summary Original Contract Amount $178,738.39 Change Orders Total Contract Price $178,738.39 Total Cost of Work Completed $178,738.39 Less %Retained $0.00 Net Earned $178,738.39 Earned This Period $178,738.39 Retainage This Period $0.00 Less Liquidated Damages Days @ /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 $178,738.39 Wednesday,June 16,2021 Page 4 of 5 City Project Numbers 101964 DOE Number 1964 Contract Name CROWLEY ISD CAREER&TECHNOLOGY EDUCATION CENTER Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 6/16/2021 Project Funding Project Manager NA City Secretary Contract Number Inspectors DICKINSON / FUENTES Contract Date Contractor STEELE-FREEMAN,INC Contract Time 240 CD 1301 LAWSON ROAD Days Charged to Date 379 CD FORT WORTH, TX 76131 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 $178,738.39 Less %Retained $0.00 Net Earned $178,738.39 Earned This Period $178,738.39 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 $178,738.39 Wednesday,June 16,2021 Page 5 of 5 FORTWORTH, TRANSPORTATION AND PUBLIC WORKS June 9, 2021 Steele & Freeman, Inc. 1301 Lawson Road Fort Worth, TX 76131 RE: Acceptance Letter Project Name: Crowley ISD Career&Technology Education Center Project Type: Water&Sewer City Project No.: 101964 To Whom It May Concern: On March 9, 2021 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 June 9, 2021. 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 June 9, 2021, 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- 392-2481. Sincerely, T¢fJfJG2 V. U/��L Debbie Willhelm, Project Manager Cc: Cristobal Fuentes, Inspector Mike Glover, Inspection Supervisor Randy Horton, Senior Inspector Victor Tornero, Program Manager Teague,Nall & Perkins,Consultant Steele & Freeman, Inc., Contractor Crowley ISD, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev.8/20/19 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Crowley ISD Career&Technology Education Center. PROJECT NUMBER: 101964 DOE NUMBER: N/A WATER PIPE LAID SIZE TYPE OF PIPE LF 12"PVC 12" C900PVC 835.LF 12"DIP 12" DIP 115.1,17 FIRE HYDRANTS: 4 VALVES(16"OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: Yes NEW SERVICES: 2" 2"copper 2EA 6" PVC 80.LF SEWER PIPE LAID SIZE TYPE OF PIPE LF 10"PVC 10" PVC Sewer 46.LF PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: Yes. NEW SERVICES: TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 = ' 1A Document G706' - 1994 Contractor's Affidavit of Payment of Debts and Claims PROJECT: (Name and address) ARCHITECT'S PROJECT NUMBER: OWNER: Crowley ISD Career&Technology City Project No. 101964 ARCHITECT:❑ Center CONTRACTOR: ❑ Water and Sewer CONTRACT FOR: $178,738.39 SURETY: ❑ TO OWNER: (Name and address) CONTRACT DATED: 02/17/2020 CITY OF FORT WORTH: Crowley ISD 512 Peach St, Crowley,Tx 76036 STATE OF: Texas COUNTY OF: Tarrant The undersigned hereby certifies that,except as listed below,payment has been made in full and all obligations have otherwise been satisfied for all materials and equipment furnished,for all work,labor,and services performed,and for all known indebtedness and claims against the Contractor for damages arising in any manner in connection with the performance of the Contract referenced above for which the Owner or Owner's property might in any way be held responsible or encumbered. EXCEPTIONS: SUPPORTING DOCUMENTS ATTACHED HERETO: CONTRACTOR: (Name and a Tess) 1. Consent of Surety to Final Payment. Whenever Steele&Freeman Surety is involved,Consent of Surety is 1301 Lawson required. AIA Document G707,Consent of Fort Worth, x 761 Surety,may be used for this purpose Indicate Attachment ❑ Yes ® No B The following supporting documents should be attached Signat r(I authorized representative) hereto if required by the Owner: Michael D. freeman,President 1. Contractor's Release or Waiver of Liens, (Printed name and title) conditional upon receipt of final payment. 2. Separate Releases or Waivers of Liens from Subscribed and sworn to before me on this date: Subcontractors and material and equipment suppliers,to the extent required by the Owner, 50 i51 2-02l accompanied by a list thereof. Notary Public: 3. Contractor's Affidavit of Release of Liens(AIA My Commission Expire : J j B�ZiL Document G706A). I ANGELICA L GtAUBR :• :*= MY Notary III#12W2183 Expires September 18,2022 AIA Document G706, -1994.Copyright®1970 and 1994 by The American Institute of Architects.All rights reserved.The"American Institute of Architects," "AIA,"the A€A Logo,and"AIA Contract Documents"are registered trademarks and may not be used without permission.This document was produced by AIA 1 sofrirrare at 09:20:32 CT on 07/15/2021 under Order No.6721215598 which expires on 1010312021,is not for resale,is licensed for one-time use only,and may only be used in accordance with the AIA Contract Documents®Terms of Service.To report copyright violations,a-mail copyright@aia.org.Notes: (3B9ADA61) CONSENT OF SURETY COMPANY TO FINAL PAYMENT Bond #8245-51-59 Project: Public Improvements—Water, Sewer, Paving& Drainage to Serve Crowley ISD Career & Technology Education Center To (Owner): City of Fort Worth, TX and Tarrant County, TX 200 Texas Street Contract For: See above Ft Worth, TX 76102 Contract Date: December 15,2017 Contractor: Steele & Freeman, Inc. In accordance with the provision of the Contract between the Owner and the Contractor as defined above,the Federal Insurance Company 202B Hall's Mill Road Whitehouse Station,NJ 08889 ,Surety Company, on bond of Steele&Freeman,Inc. 1301 Lawson Road Ft Worth,TX 76131 ,Contractor hereby approves of the final payment to the contractor and agrees that final payment to the contractor shall not relieve the Surety Company of any of its obligations to the City of Fort Worth,TX and Tarrant County,TX 200 Texas Street Ft Worth,TX 76102 ,Owner as set forth in the said Surety Company's bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this 24th day of June, 2021. Federal Insurance Company Witn Tracy Tuck ,Attorney-in-Fact HUB Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Westchester Fire Insurance Company I ACE American Insurance Company Know All by These Presents, that FEDERAL INSURANCE COMPANY, an Indiana corporation,VIGILANT INSURANCE COMPANY, a New York corporation, PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, WESTCIIESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY corporations of the Commonwealth of Pennsylvania, do each hereby constitute and appoint Bennett Brown, W. Lawrence Brown, Roberta H. Erb, Steven M. Tucker and TracyTucker of Fort Worth,Texas--------------------------------------------------------------------------------------------------------------------------------------------------- each as their true and lawful Attomey4n-Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise,bonds and undertakings and other writings obligatory in the nature thereof(other than bail bonds)given or executed in the course of business,and any instruments amending or altering the same,and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof,said FEDERAL INSURANCE COMPANY.VIGILANT INSURANCE COMPANY.PACIFIC INDEMNITY COMPANY,WESTCHESTER I=INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY have each executed and attested these presents and affixed their corporate seals on this 7th day of November,2019. Dawn M.Chloros.Assistant Secretary Stephen M.Haney.Vice President err '�• � , �' rW. STATE OF NEW JERSEY County ofHunterdon SS. On this 7th day of November,2019,before me,a Notary Public of New Jersey,personally came Dawn M.Chloros and Stephen M.Haney,to me known to be Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGRANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY,WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY,the companies which executed the foregoing Power of Attorney,and the said Dawn M.Chloros and Stephen M Haney, being by me duly sworn,severally and each for herself and himself did depose and say that they are Assistant Secretary and Vice President,respectively,of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,PACIFIC INDEMNITY COMPANY,WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and know the corporate seals thereof,that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies;and that their signatures as such officers were duly affixed and subscribed by like authority. Notarial Seal KATHERINE J.AOELAAR. NOTARY FtJBLIC OF NEW JERBEY L No.23le885 CWrwnlaslan Expires Jury 16,2024 Nortuy Pu60t MTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY,VIGR ANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY on August 30,2016; WESTCHESTER FIRE INSURANCE COMPANY on December 11,2006,and ACE AMERICAN INSURANCE COMPANY on March 20,2009: "RESOLVED,that the following authorizations relate to the execution,for and on behalf of the Company,of bonds,undertaldngs,recognirvnces,contracts and other written commitments of the Company entered into in the ordinary course of business(each a"Written Commitment"): 0) Each of the Chairman,the President and the Vice Presidents of the Company is hereby authorized to execute any Written Commitment for and onbehalf of the Company,under the seal of the Company or otherwise (2) Each duly appointed attorney-in-fact of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company,under the seal of the Company or otherwise,to the extent that such action is authorized by the grant of powers provided for in such person's written appointment as such attorney-m-fact (3) Each of the Chairman,the President and the Vice Presidents of the Company is hereby authorized,for and on behalf of the Company,to appoint in writing any person the attorney- in-fact of the Company with full power and authority to execute,for and on behalf of the Company,under the seal of the Company or othm&e,such Written Commitments of the Company as may be specified in such written appointment which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (4) Each of the Chairman,the President and the Vice Presidents of the Company is hereby authorized,for and on behalf of the Company,to delegate in writing to any other officer of the Company the authority to execute,for and on behalf of the Company,under the Company s seal or otherwise,such Written Commitments of the Company as are specified in such written delegation,which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution,and the seal of the Company,may be affixed by facsimile on such Written Commitment or written appointment or delegation. FURTHER RESOLVED,that the foregoing Resolution shall not be deemed to be an exclusive statement of the powers and authority of officers,employees and other persons to act for and on behalf of the Company,and such Resolution shall not limit or otherwise affect the exercise of airy such power or authority otherwise valldlygranted or vested.' I, Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHFSTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY(the"Companies')do hereby certify that 0) the foregoing Resolutions adopted by the Board of Directors of the Companies are true,correct and in full force and effect, 00 the foregoing Power of Attorney is true,correct and in full force and effect Given under my hand and seals ofsaid Companies at Whitehouse Station,M,this 24th day of June, 2021. Dawn M.Chloros Assistant Secretar? 17— IN THE EVENT YOU WISH TO VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER,PLEASE CONTACT US AT: Tale one(908)903-3493 Fax(908)903-3656 a-math—ry@cbubb.com Combined:FED-VIG-PI-WFIC-AAIC(rev.11-19)