Loading...
HomeMy WebLinkAboutContract 56281-FP2 City secretary 56281 -FP2 Contract No. FORT WO RT H CR) Date Received Oct. 28, 2022 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: La Frontera Phase 3 City Project No.: 102811 Improvement Type(s): © Paving ❑x Drainage ❑ Street Lights ❑ Traffic Signals Original Contract Price: $712,357.83 Amount of Approved Change Order(s): Revised Contract Amount: Total Cost of Work Complete: $712,357.83 Oct 25, 2022 Oct25 Contractor Date General Manager Title A'Lure General Contractors Company Name 770 Oct 26, 2022 TRO(Oct 26,2022 08:53 CDT) Project Inspector Date faig Patrick i <ley(Oct 6,202208:57 CDT) Oct 26, 2022 Project Manager Date Dwa)lne hlollars for Oct 26 2022 Dwayne Hollars for(Oct 26,2022 09:35 CDT) , CFA Manager Date � /0�- Oct 26, 2022 Interim TPW Director Date " Oct 26 2022 William Johnson(Oct 6,202213:31 CDT) Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 1 of 2 Notice of Project Completion Project Name: La Frontera Phase 3 City Project No.: 102811 City's Attachments Final Pay Estimate Fx1 Change Order(s): ❑ Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time 120 CD Days Charged: 219 Work Start Date: 10/11/2021 Work Complete Date 09/16/2022 Completed number of Soil Lab Test: 253 Completed number of Water Test: 12 Page 2 of 2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name LA FRONTERA PHASE 3 Contract Limits Project Type STORM DRAIN&PAVING City Project Numbers 102811 DOE Number 2811 Estimate Number I Payment Number I For Period Ending 10/7/2022 WD City Secretary Contract Number Contract Time 9WD Contract Date Days Charged to Date 219 Project Manager NA Contract is 100.00 Complete Contractor XLURE GENERAL CONTRACTORS P O BOX 14351 HALTOM CITY, TX 76117 Inspectors GLOVER / WISDOM Wednesday,October 19,2022 Page 1 of 4 City Project Numbers 102811 DOE Number 2811 Contract Name LA FRONTERA PHASE 3 Estimate Number 1 Contract Limits Payment Number 1 Project Type STORM DRAIN&PAVING For Period Ending 10/7/2022 Project Funding STORM DRAIN Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. --------------- Quanity Total Quanity Total ------- 1 TRENCH SAFETY 407 LF $6.60 $2,686.20 407 $2,686.20 2 30"RCP 120 LF $137.00 $16,440.00 120 $16,440.00 3 24"RCP 287 LF $110.17 $31,618.79 287 $31,618.79 4 20'CURB INLET 2 EA $8,615.64 $17,231.28 2 $17,231.28 5 10'CURB INLET 2 EA $5,649.60 $11,299.20 2 $11,299.20 6 4'STORM JUNCTION BOX 2 EA $4,166.58 $8,333.16 2 $8,333.16 7 30"CH-FW-O 1 EA $2,259.84 $2,259.84 1 $2,259.84 8 LARGE STONE RIPRAP DRY 80 SY $145.38 $11,630.40 80 $11,630.40 -------------------------------------- Sub-Total of Previous Unit $101,498.87 $101,498.87 PAVING Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ----------------- --------------------- 1 6"CONE PVMT 6880 SY $41.25 $283,800.00 6880 $283,800.00 2 6"LIME TREATMENT 7314 SY $3.18 $23,258.52 7314 $23,258.52 3 HYDRATE LIME 110 TN $192.00 $21,120.00 110 $21,120.00 4 7"CONE PVMT 4838 SY $46.07 $222,886.66 4838 $222,886.66 5 8"LIME TREATMENT 5120 SY $3.73 $19,097.60 5120 $19,097.60 6 HYDRATE LIME 103 TN $192.04 $19,780.12 103 $19,780.12 7 4"CONCRETE SIDEWALK 150 SF $8.34 $1,251.00 150 $1,251.00 8 BARRIER FREE RAMP 4 EA $1,785.90 $7,143.60 4 $7,143.60 9 BARRIER FREE RAMP 4 EA $1,860.24 $7,440.96 4 $7,440.96 10 FURNIDH&INSTALL GROUND MOUNT POST 4 EA $416.09 $1,664.36 4 $1,664.36 W/STOP&DIRECTIVE SIGNS I I STREET NAME PLATES FOR STREET 16 EA $44.59 $713.44 16 $713.44 INTERSECTION 12 STREET BARRICADE 90 LF $30.03 $2,702.70 90 $2,702.70 -------------------------------------- Sub-Total of Previous Unit $610,858.96 $610,858.96 -------------------------------------- Wednesday,October 19,2022 Page 2 of 4 City Project Numbers 102811 DOE Number 2811 Contract Name LA FRONTERA PHASE 3 Estimate Number 1 Contract Limits Payment Number 1 Project Type STORM DRAIN&PAVING For Period Ending 10/7/2022 Project Funding Contract Information Summary Original Contract Amount $712,357.83 Chanlze Orders Total Contract Price $712,357.83 Total Cost of Work Completed $712,357.83 Less %Retained $0.00 Net Earned $712,357.83 Earned This Period $712,357.83 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 $712,357.83 Wednesday,October 19,2022 Page 3 of City Project Numbers 102811 DOE Number 2811 Contract Name LA FRONTERA PHASE 3 Estimate Number I Contract Limits Payment Number 1 Project Type STORM DRAIN&PAVING For Period Ending 10/7/2022 Project Funding Project Manager NA City Secretary Contract Number Inspectors GLOVER/ WISDOM Contract Date Contractor A'LURE GENERAL CONTRACTORS Contract Time 90 WD P 0 BOX 14351 Days Charged to Date 219 WD HALTOM CITY, TX 76117 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 $712,357.83 Less %Retained $0.00 Net Earned $712,357.83 Earned This Period $712,357.83 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 $712,357.83 Wednesday,October 19,2022 Page 4 of 4 FORT WORTHCH) TRANSPORTATION AND PUBLIC WORKS October 18, 2022 A'Lure General Contracting 6750 Boulevard 26 Richland Hills,Texas 76180 RE: Acceptance Letter Project Name: La Frontera Ph.3 Project Type: Paving/Storm Drain City Project No,: 102811 To Whom It May Concern: On October 3, 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 October 18, 2022. 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 October 18, 2022,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- 716-2997. Sincerely, Patrick w dey(oct46,2022 08:57 CDT) Pat Buckley, Project Manager Cc:Travis Overstreet, Inspector Mike Glover, Inspection Supervisor Randy Horton,Senior Inspector Victor Tornero, Program Manager Welch Eng., Consultant A'Lure General Contracting, Contractor West Woodland, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev.8/20/19 STATE OF TEXAS § COUNTY OFTARRANT § FINAL BILLS PAID AFFIDAVIT BY CONTRACTOR BEFORE ME, the undersigned authority, personally appeared Gene DeVore, General Manager of A'Lure General Contractors, LLC, a Texas limited liability company (hereinafter referred to as "Contractor"), known to me to be a credible person, and after being by me duly sworn,upon oath stated and affirmed that: "My name is Gene DeVore,and I am the General Manager of A'Lure General Contractors,LLC, hereafter sometimes referred to in this affidavit as "Contractor." Contractor's business address is 6750 Blvd. 26, Richland Hills,Texas 76180.The undersigned Contractor has personal knowledge of the facts stated herein and has full authority to make the agreements in this affidavit on behalf of Contractor. Pursuant to and in accordance with a written construction contract between Contractor, and La Frontera Development, LLC, Owner/Administrator, Contractor furnished materials and labor for the construction, renovation, or repair of improvements located on or relating to project known as La Frontera Phase 3, located in Fort Worth, Texas, Tarrant County. All work provided for under said written construction contract, together with all changes and supplements thereto, has been fully completed in accordance with the terms and provisions thereof. Contractor has paid each of its subcontractors, laborers, suppliers and materialmen in full for all labor and materials provided to Contractor for or in connection with the construction, renovation, or repair of improvements on or relating to the subject Property, or any portion thereof, excepting only the amounts owed for the following specified bills to the persons identified below. Contractor warrants and represents that the following specified bills will be paid to Contractor by Owner/Administrator in reliance on this Final Bills Paid Affidavit: Name of Payee Address Telephone Number Amount Owed Other than the above specified bills owed to the above referenced persons, Contractor is not aware of any unpaid bills, claims, demands, or causes of action by any of its subcontractors, laborers, suppliers, or materialmen for or in connection with the furnishing of labor or materials, or both, for the construction, renovation, or repair of improvements located on or related to the subject Property. In consideration of the fiends paid to Contractor by Owner/Administrator and by Lender on behalf of Owner/Administrator in reliance on this affidavit, Contractor waives and releases all of Contractor's Page 1 statutory and constitutional mechanic's lien rights connected with the construction of the Project, conditioned on the actual payment or collection if payment is made by check or draft. a Contractor further understand that this Final Bills Paid Affidavit is being given pursuant to and in accordance with Sections 53.085 and 53.259 of the Texas Property Code and that the intentional,knowing, or reckless making of a false or misleading statement in this Affidavit constitutes an offense under said Section and is a Class A misdemeanor. Contractor hereby indemnifies and holds harmless Owner/Administrator from any and all claims,demands or causes of action, and any costs, expenses, and attorney's fees incurred in connection therewith, arising from or connected with,the statements and representations contained herein." Date: 10/25 022 A'Lure G eral ont actors,LLC By: Gene e ore, e1 eral Manager ACKNOWLEDGMENT STATE OF TEXAS § COUNTY OF TARRANT § The foregoing instrument was acknowledged before me this'day of 20 by Gene DeVore,General Manager of A'Lure General Contractors,LLC,on behalf of said limited liability company. Given under my hand and seal of office,this2-� day of 202Z. $JP� ¢ Alyssa Hoffman a o na�io2„'�on expires Notary Public in d for the Stat exas 10 No,132012249 O My Commission Expires: 5r1 � --2D23 Page 2 Document G707 - 1994 Consent Of Surety to Final Payment Bond No. 4404996 PROJECT:(Nance and address) ARCHITECT'S PROJECT NUMBER: OWNER: La Frontera- Phase 3 CONTRACT FOR: ARCHITECT:❑ TO OWNER:(Nance and address) CONTRACT DATED: 7-6-2021 CONTRACTOR:❑ LaFrontera Development LLC SURETY:❑ 1000 Texas Trail,Ste 200,Grapevine,TX 76041 OTHER:❑ In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above,the (Insert name and address of Sna•ety) FCC]Insurance Company 6300 University Parkway Sarasota,FL 34240-8424 ,SURETY, on bond of (Insert name and address of Contracts) A'Lure General Contractors LLC P. O. Box 14351, Haltom City,TX 76117 ,CONTRACTOR, hereby approves of the final payment to the Contractor,and agrees that final payment to the Contractor shall not relieve the Surety of any of its obligations to (lnsert nacre and address of as ne) LaFrontera Development LLC 1000 Texas Trail, Ste 200, Grapevine,TX 76041 OWNER, as set forth in said Surety's bond. IN WITNESS WHEREOF,the Surety has hereunto set its hand on this date: October 24,2022 , (Insert in writing the month followed by the numeric date and vear.) ar,,S��ANc��o ���,•''p.p017''••, FCCI Insurance Company (Surety) u•' SEAL .' 4 i _ Y s 1994 ; i' (Signature of authorized representative) c.... ,•``� LMLO Attest: _ Allen Bale Attomey-In-Fact (Seal): (Printed name and title) FCC rGROU ANCIiP GENERAL POWER OF ATTORNEY Know all men by these presents: That the FCCI Insurance Company, a Corporation organized and existing under the laws of the State of Florida (the "Corporation")does make, constitute and appoint: Allen Bale; Frank Cruz; John R Wilson; Juanita Austin; Rainy Heady; Greg A Wilkerson; John R Wilson; Nikki Adams; Crystal Carlson; Bonni Stafford; Eunice Duong; Todd Durst; Talia D'Abramo; Johnny W Grabner; Kaylee Parise Each, its true and lawful Attorney-In-Fact, to make, execute, seal and deliver, for and on its behalf as surety, and as its act and deed in all bonds and undertakings provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the sum of(not to exceed $10,000,000.00): $10,000,000.00 This Power of Attorney is made and executed by authority of a Resolution adopted by the Board of Directors. That resolution also authorized any further action by the officers of the Company necessary to effect such transaction. The signatures below and the seal of the Corporation may be affixed by facsimile, and any such facsimile signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached. In witness whereof,the FCCI Insurance Company has caused these presents to be signed by its duly authorized officers and its corporate Seal to be hereunto affixed, this 23rd day of July 2020 . Attest: Christina D.Welch, President LL SEAL :,{: Christopher Shoucair, FCCI Insurance Company lyu, EVP, CFO,Treasurer, Secretary FCCI Insurance Company State of Florida ..,.•„ County of Sarasota Before me this day personally appeared Christina D. Welch, who is personally known to me and who executed the foregoing document for the purposes expressed therein. My commission expires: 2/27/2023 Pony Snow 9bMa of Flond� Peggy Snow E%lr f e, l a ��OS Notary Public State of Florida County of Sarasota Before me this day personally appeared Christopher Shoucair, who is personally known to me and who executed the foregoing document for the purposes expressed therein. Nmery Public Sbib of Fluids My commission expires: 2/27/2023 � PeM Snow ��,""l-za 203505 Notary Public CERTIFICATE I, the undersigned Secretary of FCCI Insurance Company, a Florida Corporation, DO HEREBY CERTIFY that the foregoing Power of Attorney remains in full force and has not been revoked; and furthermore that the February 27, 2020 Resolution of the Board of Directors, referenced in said Power of Attorney, is now in force. Dated this 24 day of October 2022 6&n, Christopher Shoucair, EVP, CFO, Treasurer, Secretary FCCI Insurance Company 1-I0NA-3592-NA-04, 7/2020 IMPORTANT NOTICE To obtain information or make a complaint: You may call FCCI Insurance Group's (FCC[)*toll-free telephone number for information or to make a complaint at 1-800-226-3224. You may also write to FCCI Insurance Group Compliance Department e-mail at StateComplaints fcci-group.com. For Claims, you may write to FCCI Insurance Group Claim Department e-mail at newclaim(Qfcci-group.com. 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: PO Box 149104 Austin TX 78714-9104 Fax: 1-512-490-1007 Web: http://www.tdi.texas.gov E-mail: Consume rProtections(o)tdi.texas.gov PREMIUM OR CLAIM DISPUTES Should you have a dispute concerning your premium or about a claim you should contact FCCI first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND This notice is for information only and does not become a part or condition of the attached documents. *The FCCI Insurance Group includes the following insurance carriers: Brierfield Insurance Company, FCCI Advantage Insurance Company, FCCI Commercial Insurance Company, FCCI Insurance Company, Monroe Guaranty Insurance Company, and National Trust Insurance Company. 1-BD-TX-21690-NTP-07 15 Page 1 of 1 Copyright 2015 FCCI Insurance Group.