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)