Loading...
HomeMy WebLinkAboutContract 56531-FP1City Secretary Contract No. 56531 -FP1 FORT WORTH. Date Received Apr 5, 2023 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 Stadium City Project No.: 103113 Improvement Type(s): x❑ Paving Original Contract Price: Amount of Approved Change Order(s): Revised Contract Amount: Total Cost of Work Complete: Jared Jones (z Contractor VP Operations Title Steele & Freeman, Inc. Company Name TerBmv Koonce Jeremy Koonce (Apr 4, 2023 09:09 CDT) Project Inspector Project Manager Rebecca Diane Owen (Apr 5, 202310:20 CDT) CFA Manager X Lauren Prieur (Apr5, 202311:04 CDT) TPW Director Asst. City Manager ❑x Drainage x❑ Street Lights ❑ Traffic Signals $705,481.35 $705,481.35 Apr 4, 2023 Date Apr 4, 2023 Date Apr 5, 2023 Date Apr 5, 2023 Date Apr 5, 2023 Date Apr 5, 2023 Date OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 1 of 2 Notice of Project Completion Project Name: Crowley ISD Stadium City Project No.: 103113 City's Attachments Final Pay Estimate ❑x Change Order(s): ❑ Yes ❑x N/A Contractor's Attachments Affidavit of Bills Paid r Please attach Affidavit of Bills Paid. Consent of Surety r please attach Consent of Surety. Statement of Contract Time Contract Time 200 WD Days Charged: 199 Work Start Date: 12/21/2021 Work Complete Date 3/8/2023 Completed number of Soil Lab Test: 117 Completed number of Water Test: 19 Page 2of2 FoRTWoRTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name CROWLEY ISD STADIUM Contract Limits Project Type DRAINAGE, PAVING, LIGHTS City Project Numbers 103113 DOE Number 3113 Estimate Number I Payment Number 1 City Secretary Contract Number Contract Date 9/9/2021 For Period Ending Project Manager NA Contractor STEELE-FREEMAN, INC 1301 LAWSON ROAD FORT WORTH, TX 76131 Inspectors CORDOVA / KOONCE Contract Time Days Charged to Date Contract is 100.00 3/8/2023 WD 20WD 199 Complete Monday, March 20, 2023 Page 1 of 5 City Project Numbers 103113 Contract Name CROWLEY ISD STADIUM Contract Limits Project Type DRAINAGE, PAVING, LIGHTS Project Funding UNIT III: DRAINAGE IMPROVEMENTS DOE Number 3113 Estimate Number 1 Payment Number 1 For Period Ending 3/8/2023 Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 2 1 " STORM ABANDONMENT PLUG 1 EA $663.00 $663.00 1 $663.00 2 REMOVE 10' RECESSED INLET 1 EA $982.00 $982.00 1 $982.00 3 REMOVE HEADWALL/SET 1 EA $982.00 $982.00 1 $982.00 4 UNCLASSIFIED EXCAVATION BY PLAN 6500 CY $2.25 $14,625.00 6500 $14,625.00 5 MEDIUM STONE RIPRAP, DRY 124 SY $81.60 $10,118.40 124 $10,118.40 6 TRENCH SAFETY 940 LF $0.50 $470.00 940 $470.00 7 2 1 " RCP CLASS lII 24 LF $59.00 $1,416.00 24 $1,416.00 8 24" RCP CLASS lII 552 LF $67.50 $37,260.00 552 $37,260.00 9 42" RECP CLASS III 410 LF $143.40 $58,794.00 410 $58,794.00 10 4' STORM JUNCTION BOX 3 EA $3,635.67 $10,907.01 3 $10,907.01 11 10' RECESSED INLET 1 EA $4,831.00 $4,831.00 1 $4,831.00 12 CONCRETE RIPRAP 20 SY $65.00 $1,300.00 20 $1,300.00 13 UTILITY SERVICE SURFACE RESTORATION 13320 SY $1.80 $23,976.00 13320 $23,976.00 SEEDING Sub -Total of Previous Unit $166,324.41 $166,324.41 UNIT IV: PAVING IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 REMOVE SIDEWALK 1090 $1.00 $1,090.00 1090 $1,090.00 2 REMOVE CONC PVMT 205 $12.00 $2,460.00 205 $2,460.00 3 REMOVE CONC CURB & GUTTER 570 $7.50 $4,275.00 570 $4,275.00 4 SITE CLEARING 1 $1,500.00 $1,500.00 1 $1,500.00 5 UNCLASSIFIED EXCAVATION BY PLAN 3300 $3.00 $9,900.00 3300 $9,900.00 6 SWPPP 1 ACRE 1 $2,500.00 $2,500.00 1 $2,500.00 7 HYDRATED LIME 134 $195.00 $26,130.00 134 $26,130.00 8 12" LIME TREATMENT 3335 $7.50 $25,012.50 3335 $25,012.50 9 2" ASPHALT PVMT TYPE D 185 $31.50 $5,827.50 185 $5,827.50 10 11" ASPHALT BASE TYPE B 185 $119.00 $22,015.00 185 $22,015.00 11 12"CONC PVMT 2900 $87.99 $255,171.00 2900 $255,171.00 12 4" CONC SIDEWALK 6070 $5.78 $35,084.60 6070 $35,084.60 Monday, March 20, 2023 Page 2 of 5 City Project Numbers 103113 Contract Name CROWLEY ISD STADIUM Contract Limits Project Type DRAINAGE, PAVING, LIGHTS Project Funding DOE Number 3113 Estimate Number 1 Payment Number 1 For Period Ending 3/8/2023 13 7" CONCRETE DRIVEWAY 3240 $15.75 $51,030.00 3240 $51,030.00 14 BARRIER FREE RAMP TYPE P-1 2 $458.00 $916.00 2 $916.00 15 6" CONC CURB AND GUTTER 180 $2.50 $450.00 180 $450.00 16 4" SLD PVMT MARKING HAS (Y) 930 $4.25 $3,952.50 930 $3,952.50 17 4" BRK PVMT MARKING HAS (W) 170 $3.50 $595.00 170 $595.00 18 8" SLD PVMT MARKING HAS (W) 340 $6.65 $2,261.00 340 $2,261.00 19 8" SLD PVMT MARKING HAS (Y) 85 $8.00 $680.00 85 $680.00 20 REFL RAISED MARKER TY I-C 18 $12.50 $225.00 18 $225.00 21 REFL RAISED MARKER TY H-A-A 10 $25.00 $250.00 10 $250.00 22 REFL RAISED MARKER TY H-C-R 18 $13.75 $247.50 18 $247.50 23 REMOVE RAISED MARKER 318 $2.00 $636.00 318 $636.00 24 TOPSOIL 195 $40.00 $7,800.00 195 $7,800.00 25 BLOCK SOD PLACEMENT 1170 $4.75 $5,557.50 1170 $5,557.50 26 FURNISH/INSTALL ALUM SIGN GROUND 6 $500.00 $3,000.00 6 $3,000.00 MOUNT CITY STD 27 TRAFFIC CONTROL 1 $10,000.00 $10,000.00 1 $10,000.00 28 CONCRETE EDGE/RETAINER 60 $55.00 $3,300.00 60 $3,300.00 29 PERMANENT END OF ROAD BARRICADE 25 $45.00 $1,125.00 25 $1,125.00 Sub -Total of Previous Unit $482,991.10 $482,991.10 UNIT V: STREET LIGHTING IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 2" CONDT PVC SCH 80 (T) 680 LF $18.42 $12,525.60 680 $12,525.60 2 2" CONDT PVC SCH 80 (B) 100 LF $56.87 $5,687.00 100 $5,687.00 3 GROUND BOX TYPE B W/APRON 5 EA $1,004.20 $5,021.00 5 $5,021.00 4 RDWY ILLUM ASSMBLY TY 1,18A,19 AND D-40 4 EA $3,960.65 $15,842.60 4 $15,842.60 5 FURNISH/INSTALL LED LIGHTING FIXTURE 4 EA $600.00 $2,400.00 4 $2,400.00 (137 W ATB2 COBRA HEAD) 6 RDWY ILIUM FOUNDATION TY 3,5,6, AND 8 4 EA $1,432.81 $5,731.24 4 $5,731.24 7 6-6-6 TRIPLEX ALUM ELEC CONDUCTOR 780 LF $8.28 $6,458.40 780 $6,458.40 8 -------------------------------------- SALVAGE STREET LIGHT POLE 2 EA $1,250.00 $2,500.00 2 $2,500.00 -------------------------------------- Sub-Total of Previous Unit $56,165.84 $56,165.84 Monday, March 20, 2023 Page 3 of 5 City Project Numbers 103113 Contract Name CROWLEY ISD STADIUM Contract Limits Project Type DRAINAGE, PAVING, LIGHTS Project Funding Contract Information Summary Original Contract Amount Change Orders Total Contract Price DOE Number 3113 Estimate Number 1 Payment Number 1 For Period Ending 3/8/2023 $705,481.35 $705,481.35 Total Cost of Work Completed $705,481.35 Less % Retained $0.00 Net Earned $705,481.35 Earned This Period $705,481.35 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 $705,481.35 Monday, March 20, 2023 Page 4 of 5 City Project Numbers 103113 Contract Name CROWLEY ISD STADIUM Contract Limits Project Type DRAINAGE, PAVING, LIGHTS Project Funding Project Manager NA Inspectors CORDOVA / KOONCE Contractor STEELE-FREEMAN, INC 1301 LAWSON ROAD FORT WORTH, TX 76131 DOE Number 3113 Estimate Number 1 Payment Number 1 For Period Ending 3/8/2023 City Secretary Contract Number Contract Date 9/9/2021 Contract Time 200 WD Days Charged to Date 199 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 $705,481.35 Less % Retained $0.00 Net Earned $705,481.35 Earned This Period $705,481.35 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 $705,481.35 Monday, March 20, 2023 Page 5 of 5 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS March 8, 2023 Steele & Freeman, Inc. 1301 Lawson Road Fort Worth, TX 76131 RE: Acceptance Letter Project Name: Crowley ISD Stadium Project Type: Developer City Project No.: 103113 To Whom It May Concern: On October 31, 2022 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 8, 2023. 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 8, 2023, 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 Jeremy.Koonce@fortworthtexas.gov. Sincerely, Debbie Willhelm, Project Manager Cc: Jeremy Koonce, Inspector Gary Deyon, Inspection Supervisor Gary Deyon, Senior Inspector VictorTornero, Program Manager Teague Nall &Perkins, Consultant Steele & Freeman, Inc., Contractor Crowley ISD, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 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 Michael D. Freeman, President Of Steele & Freeman, 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; Crowley ISD Stadium CPN# 103113. Paving, Df;0n,*e & Street Lights Improvements ichael D. Freeman, President Subscribed and sworn before me on this date 30 of March, 2023. e�v� Z-4�� - of ry Public Tarrant, Texas M �b�yM E k KELLI N�IN01M E*%Aqd26,2026 CONSENT OF SURETY COMPANY TO FINAL PAYMENT Bond #K40437253 M Project: Paving, Drainage and Street Lighting Improvements to Serve Crowley ISD Stadium To (Owner): Crowley Independent School District And City of Ft Worth, TX 1900 Crowley Pride Drive Contract For: See above Crowley, TX 76036 Contract Date: May 14, 2020 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 Crowley Independent School District and the City of Ft Worth, TX 1900 Crowley Pride Drive Crowley, TX 76036 ,Owner as set forth in the said Surety Company's bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this 30th day of March, 2023. try_ — a i ', �r k 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, WESTCHESTER 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 Attorney -in -Fact to execute under such designation in their names and to alit 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 FIRE 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 STATE OF NEW JERSEY County of Hunterdon e"l 4t_� Stephen M. Haney, Vice President 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 ]mown to be 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, 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. ADELAAR NOTARY PUBLIC OF NEW JERSEY {1BLti No. 2316685 R Correnl9sion Expires July 16, 2024 MiaryPubtic CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT 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, undertakings, recognizances, contracts and other written commitments of the Company entered into in the ordinary course of business (each a "Written Commitmem7: (1) Each of the Chairman, the President and the Vice Presidents 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. (2) Each duly appointed attomey-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 -in -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 otherwise, 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 ofthe 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 any such power or authority otherwise validly granted or vested." I, Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY (the "Companies") do hereby certify that (i) the foregoing Resolutions adopted by the Board of Directors of the Companies are true, correct and in full force and effect, (ii) the foregoing Power of Attorney is true, correct and in frill force and effect Given under my hand and seals of said Companies at Whitehouse Station, Ni. this 30th day of March, 2023. Dawn M. Chloros, Assistant IN THE EVENT YOU WISH TO VERIFY THE AUTHENTICOF THIS BOND ORNOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT: Telephone (908) 903- 3493 Fax (908) 903- 3656 e-mail: suret),@chubb.com Combined: FED-VIG-PI-WFIC-AAIC (rev. 11-19)