HomeMy WebLinkAboutContract 61053-FP4Page 1 of 2
City Secretary
Contract No.__________________
Date Received ______________
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: Chesser Boyer Express CFA
City Project No.: 104794
Improvement Type(s): Paving Drainage Street Lights Traffic Signals
Original Contract Price: $33,410.60
Amount of Approved Change Order(s): $0.00
Revised Contract Amount:$33,410.60
Total Cost of Work Complete:$33,410.60
Contractor Date
Title
Kent Companies
Company Name
Project Inspector Date
Project Manager Date
CFA Manager Date
______________________________________ __________________________________
TPW Director Date
Asst. City Manager Date
Page 2 of 2
Notice of Project Completion
Project Name: Chesser Boyer Express CFA
City Project No.: 104794
City’s Attachments
Final Pay Estimate
Change Order(s):Yes N/A
Contractor’s Attachments
Affidavit of Bills Paid
Consent of Surety
Statement of Contract Time
Contract Time 65 WD
Work Start Date: 8/26/2024
Days Charged: 79 WD
Work Complete Date: 1/21/2025
Completed number of Soil Lab Test: 41
Completed number of Water Test: 6
CITY OF FORT WORTH
Contract Name CHESSER BOYER DEVELOPMENT
Contract Limits
Project Type PAVING
DOE Number 4794
Estimate Number 1 Payment Number 1 For Period Ending 1/21/2025
FINAL PAYMENT REQUEST
City Secretary Contract Number
79
WD
Contract Date
KENT COMPANIES TEXAS, LLC
NA
830 E VALLEY RIDGE BLVD
LEWISVILLE TX 75057
M.GLOVER M.BARRON
65WDContract Time
Days Charged to Date
CompleteContract is 100.00
Contractor
,
/Inspectors
Project Manager
City Project Numbers 104794
Friday, January 24, 2025 Page 1 of 4
Contract Name CHESSER BOYER DEVELOPMENT
Contract Limits
Project Type PAVING
DOE Number 4794
Estimate Number 1
Payment Number 1
For Period Ending 1/21/2025
Project Funding
City Project Numbers 104794
UNIT IV: PAVING IMPROVEMENTS
Item
No.Description of Items Estimated
Quanity Unit Unit Cost Estimated
Total
Completed
Quanity
Completed
Total
1 REMOVE CONC CURB & GUTTER 300 LF $8.50 $2,550.00 300 $2,550.00
2 4" CONC SIDEWALK (CO#1)2600 SF $6.99 $18,174.00 2600 $18,174.00
3 6" CONCRETE DRIVEWAY 2480 SF $4.27 $10,589.60 2480 $10,589.60
4 BARRIER FREE RAMP, TYPE P-1 (CO#1)6 EA $349.50 $2,097.00 6 $2,097.00
$33,410.60 $33,410.60Sub-Total of Previous Unit
Friday, January 24, 2025 Page 2 of 4
Contract Name CHESSER BOYER DEVELOPMENT
Contract Limits
Project Type PAVING
DOE Number 4794
Estimate Number 1
Payment Number 1
For Period Ending 1/21/2025
Project Funding
City Project Numbers 104794
Contract Information Summary
Change Orders
$33,410.60Original Contract Amount
$33,410.60Total Contract Price
$33,410.60
Less
Total Cost of Work Completed
% Retained $0.00
Net Earned $33,410.60
Plus Material on Hand Less 15%$0.00
Balance Due This Payment $33,410.60
Less Liquidated Damages
Days @ / Day
$0.00
Less Penalty
LessPavement Deficiency $0.00
$0.00
$0.00Less Previous Payment
Earned This Period
Retainage This Period
$33,410.60
$0.00
1 $0.00Change Order Number
Friday, January 24, 2025 Page 3 of 4
Contract Name CHESSER BOYER DEVELOPMENT
Contract Limits
Project Type PAVING
DOE Number 4794
Estimate Number 1
Payment Number 1
For Period Ending 1/21/2025
Project Funding
City Project Numbers 104794
Line Fund Account Center
Amount
Funded Gross Retainage Net
CITY OF FORT WORTH
SUMMARY OF CHARGES
$33,410.60
Less
Total Cost of Work Completed
% Retained $0.00
Net Earned $33,410.60
Plus Material on Hand Less 15%$0.00
Balance Due This Payment $33,410.60
Less Liquidated Damages
0 Days @ $0.00 / Day $0.00
Less Penalty
LessPavement Deficiency $0.00
$0.00
$0.00Less Previous Payment
Earned This Period
Retainage This Period
$33,410.60
$0.00
City Secretary Contract Number
79
WD
Contract Date
KENT COMPANIES TEXAS, LLC
NA
830 E VALLEY RIDGE BLVD
LEWISVILLE TX 75057
M.GLOVER M.BARRON
65
WD
Contract Time
Days Charged to Date
CompleteContract is 100.000000
Contractor
,
/Inspectors
Project Manager
Friday, January 24, 2025 Page 4 of 4
N
Q
O
a�
>
c
W
c
rn
.N
U
0
0
W �
�z
Z �
Q w T
_ �
U �
O
O
Z
Z
O
H
Q
d
U
H
�
Q
a
H
U
�
L
J
N
N
�
otS
m �
'j W
C @ �
� a �
� O
p. N �
o � �
°' � v
� '� o
��
Q � C�
M �
0 � � N
op � N X
N � r � � m
' M N
N N � 1� � �
U � r� o o �
N � M
W �
� �
U
Z � w
U �
Q
�
�
� H � � �
� O � � � J
� U U U � �
�
�
W
�
W
�
N
N
Of'
r
c�
d
�
E
Q
N
�
m
�
N
_
�
7
d
:�
d
O
m
�
0 00
M V
aO N
W �
M C�1
ti �
ro�
O O
Z Z
a� a�
c c
��
�d
W
d
�
N
L
>
�
W
C�
Q
Z
� a
O�
H~
UU
Ww
� �
�O
Z �
a
r
U
N
F Q c�0 c�0 °D �
Z ❑
�
U
N
� O O O O O O
U
F y o 0 o O O o
= fA V! V! V! Vi V! 0
� 'v �
J M
F M
W o 0 0 0
� � � � �
O O N O N
� fl' M C C M C M
O M O O M O M
O � � O � O
M M M
a) O tA tA tH 0
❑ V O
O
�
N
0 0 0 0 0 0 0
V o 0 0 0 0 0
W aT+ V! V! V! V! V! V! 0
� U o
Z N
01
N
� i O O � O �
O O
O � O O � � Q?
y+„� M � � M r lf1
> y M M N
a� O W W � W
❑ V
�j o 0 0 0 0 0 �
T O O O O O O (�
� a+ u�T V! V! 4�T V! 4�T 0
Z � U �n �`
� Z � V v
Q a � � � � a�o
� a o 0 0 o g o �
zo a o o a o a N
� m M en en rS e' M va
U a�i o � � �
❑ V
N
O O O O O O O
� o 0 0 0 0 0
� � � � � � �
U
o �
� o
w o
� o � �
W �
� y O O � O N 00
O � p p 01 h h fq �
V � o o a � N �
d V' � � � �
a n n �
-°y u� u� w
>
� �
O O O O O O O
V o 0 0 0 0 0
�` w � � w w � o
� U o
W N
Q �
O p
� O O � O �
1� N � t'
d � O O � O a0 y
0 � O O � � � U
u�! u�!
> N � � � � 01
� U `� G
F
� Z
W �
� � U
o � a � �
w z � a �
� U
Z �� F ai O
Q � � _ � v
~ w U� O� O W
Q w Q a Q U K U tn
� w H p O � 0 W ❑ >
z o 0 o a z vWi a uWi Wa'
o � � Q � o � � �
Z Q r� z w � o
� p F � cn ¢
� w z o > 0
�
O W U �U Q � ~
�
m
�
a
n
0
a�
>
C
Ll.�
c
rn
.N
U
O
�
0 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 o ao 0 0 0 0
Q W u� N� W u� M n 7 M� OO
H I� ' �
O 7��fl I� � c0 O
H � � � M n
h
fA V3 fA Fl3 :A V3 fA V3 fA V3 fA
0 0 0 0 0 0 0 0 0 0 0
w o 0 0 0 0 0 0 0 0 0 0
U N 7 OD V OD N OD � O O O
� W EH I� CO N CO 7 ER O ln �
� fR � M M(p M � M fR
H3 EH H3 M � 00 O
H �
Z � �
7
w
� (n 3
o � U
� U �
c - a�
Z � — �
� Y � U �
O p N N � O N� C..�.
a in d� n 3� m �� ntq
� � l6 C � ~ � � E Y
U � c� a� a� �� U � 3 c
u> �t E 3a� >,� 3��
o wc�inoo��cn�'m
� 7�� N ry m N� d OT L
� �
F � °' -o�� �'v�--��m`n
U � N
W aZi o U F
� a
W � � N �
� _ >
a p
� �
� a
w �
�
w ��
� �
H �
Z Q
Q F
�% Z
Q
F N
� z � lL � lL LL lL Q lL Q(n LL F
� (n J U J J J W J W J J Z
�
J
Q
F
O
F
H
0
Z N N��� N � � � ��
�
C7
W W N a0 N M N CO M
H o 0 0 0 0 0 � o o �
N N N � O
Q� O O O 7 V � M � M O O
m N u) �f) � � �fl M �
m O O M M O M M O M
} N M M M M M M N M M N
� M M M M M M M M M M
U
�
�
W
H M CO I� rn U1 N U1 N U1 N U1
} z z z z z z z
a
a
�
�
a
4J
T N
F C
� m
N fl-
� �
� O
� f,
-p U
C �
N ...
N
N �
� U
N
N N
N w
Q w
'Q O
� O
N ly7
� U
E �
`o
N p
=-' a
> U
� O
�
N U
.�
� �
�; o
U �
�U
nv
p O
o �
�U
� o
N
�U
O N
� �
�t
N
N
3 0
°' c �
N
� O �
m s o
"' N
.� N �
N m 01
N C
� 7 R
.... � L
'N U
� �vj N
O r
.� N
� � L
� N 3
C -p
� O Y
� N N
� > N
•� � c
c �
N m p7
a �
� �a�
m O �
3 a a�
c
0 o m
� fl- N
� N T
- a� m
�m � a
p U �
-p N O
N
N � 'p
.� L �
d'Uao
0.'
W
�
Q'
Q
W
�
Z
Q
i
U
�
O
LL
N
Z
O
a
W
�
N
N
01
N
a
O
N
N
O
-c
a�
.�
a�
�
�
�
m
�
a
w
Q
O
N
>
C
Ll.�
c
rn
.N
�
U
O
�
U � r
� �
A � m
� �
� � L
� N
� � o � C
v � �
�
m N N
0 � 0
w Y a w
> >
� t ai �
a � � ai a
a � m z � a
a � r
J �
� � LL C
� � N
m ,` '�
� N
� M f6 N
d
�2 M � a
CS � � U
W U >
i
� y �
Q U m z F
ti
a�
U
�
N
�
�
�
N
�
C
O
j
G
LL.I
�
O
W
G
Z
W
�
�
0
U
W
�
c
N
�
m
J
� � Y
m �
` � �U
�V � N
cn a
N �
m � �
N
z
f6
�
O
N
.�
�
c � E g
Y m z F
� M
v
m
M
N
T � � � C
N
D a � �
U y
c � � �
rn a
t� � rn .N
U N
Q f6 U
W � >
o w
� �
a
i E ai
a 2 m z �
O
N
N
O
L
N
w
.�
N
�
Rev. 8/20/19
TRANSPORTATION AND PUBLIC WORKS
January 21, 2025
Kent Companies Texas
830 East Valley Ridge Blvd
Lewisville, TX 75057
RE: Acceptance Letter
Project Name: Chesser Boyer Development Express CFA
Project Type: Paving
City Project No.: 104794
To Whom It May Concern:
On January 21, 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 22, 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 22, 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)-
392-2481.
Sincerely,
Debbie Willhelm, Project Manager
Cc: Michael Barron, Inspector
Mike Glover, Inspection Supervisor
Randy Horton, Senior Inspector
Andrew Goodman, Program Manager
Langan Engineering, Consultant
Kent Companies Texas, Contractor
Chesser Boyer Venture, Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
AF�'IDAVIT
STATE QF��,,��,5
COUNTY OF ���" "` '
Before me, the undex�signed autllority, a notary public iii the state
and county afai•esaid, on this day petsoilally appeared'� IY�I�Q,Q, `�(��(11i�� 1�� �
��,��p� },�'�knowtf to me to be a c��edible pez�son, who being by n�e duly
swoz-i�, upon liis oatli deposed and said;
Tliat all pecsans, firms, associations, corpox�atio��s, oz• otl�e�-
organizations furnisk�ing Iai�or andlor matei•ials liave been paid in fi.�ll;
That the wage scale establislied by tiie City Cauncil in tlae City of
Fort Woa�th has 6een paid in full;
That thei•e are no claims pending for persanal injury and/oz-
property damages;
On Conti•act described as; G��S�Y ��
(2� �� V�,�,I�V �jl���ir i�il • �i1��Y l' i r' f` � tQ� ��
_ . " J
BY � ,Q�
Nar��e or Title
Subscrihed a�ad swo�-i� before ane on this da�e Day of Manth, Year.
�- �
N tar ublic
Couu , State
=ot*�Y °�er �Y� RENEE ChMARGO
�otary 1D ,� 113b4931 g
y : �y Commission Expires
'�oF�` Aprit 11, 2026
C�NSENT OF
SURETY COMPANY
TO FINAL PAYMENT
AIA DOCUMENT G707
PROJECT: C�esser 8ayer De�elopment
(name, address}
TO (Owner}
�
City af Fart Worth
1fl00 Throckmarion SL
Fort Worth, TX 76102
I�
ow�v��
ARCHITECT
GONTRACTO�2
5Uf2ETY
QTHEF2
�
___I
CONTRACTOR: Kent Companies Texas LLC
❑
❑
�
❑
❑
ARCHITECT'S PROJECT NO: Bond B 3293739
CONTRACT FOR: Public Paving
CONTF2ACT DATE: November 14, 2023
In accordance with the pravisians of the Contract beiween ihe Owner and the Contractor as indicated above, fhe
{here insert name and address of Surety Gompany}
The Cincinnati Insurance Company, 6200 S Gilmore Road, Fairfield, Onio 4501�k
011 bOnd Of (here inserE name and address of Conlractor)
Kent Campanies Texas LLC, 830 East Valley Ridge Bfvd, Lewisville, TX 75057
, SURETY COMPAI�IY,
,CONTRACTOR,
hereby approves of the final payment to the Contractor, and agrees ihat final payment to the Contractor shall not
1'e�IG'V8 t�18 SUI"@tj+ C4111pally Of 8�y Of Its pbllgatiOfls t0 (here insert name and address of dwner)
City of �ort Worth, 1000 Thrackmarton St, Fort Wo�th, TX 76102
as set forth 9n the said Surety Company's bond.
IIV WITNESS WHEREOF,
ihe Surety Company has hereunia se! its hand #his 19fh day of February , 2025 .
, OWNERS,
TH� CINCINNA71 INSURANC� COMPA�VY
Sur-ety Company
l �c�c.`�'1/1. �?« !r�
Signature of Aut�orized Represenlati�e
Attest:
(Seal}: Ann M. Buis�. Attarney in Fact
Title
NOTE: This form is to be used as a companion documeni io AIA �OCE1�v1ENT G706, CONTRACTpR'S AF�IdAV17 OF pAYh/EN7 OF D�BTS AIVQ
CLAIMS, Current Edition
AIA DOCUMENT G7fl7 • COI�S�N7 OF' SUF2E7Y COtv1PANY 7Q �II�AL PAYM�N7 • APRIL 1�J70 E�ITION • AIAO ONE PAGE
�O 1976 • THE AivIERICAN INSTITUTE OF ARCHIT�CTS. 4735 NEW YORIC AV�., NW, WFSSHINGTON, D.C. 200DS
I IIL. VfIYVII\1\!'{I I 11\4Vi11"�1�Vi MV���� RI� �
THE CINCINNATI CASUALTY COMPANY
Fairfield, Ohio
POWER O� ATTORNEY
KNOW ALL M�N BY THESE PRESENTS: That 7HE CINCINNATI II�SURANCE COMPANY and THE ClNCIhlNATI CASUALTY
COMPAf�fY, corporations organized under the {aws of the State of Ohio, and having their pri�cipal ofifices in fhe City of Fairfield, Ohio
(herein collectiveiy called the "Companies"), do hereE�y constitute and a�poinl
Zac�ser}r Vandenherc�; James Ryskamp; �awn V2ndenBosch;
Mllchell Reatini; Susan H. Ziefinski andlor Ann M, Buisi
�F Grandville, Michigan
their true and legal Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and
deliver on behalf of ihe Campanies as Sureiy, any and all k�onds, policies, undertakings or other like instruments, as fallows:
Any such obligations in lhe United States, up to
Sixty Million and No1100 Dollars ($60,OQO,OOD.00y.
7his appointment is rrEade �mder and by aulhoriiy of the following resolutions adopted by lhe Boards of Direciors af The Cincinnati
Insurance Cpmpany and The Cincinnati Casua{ly Company, which resalutians are naw in full force and effect, reading as follows:
R�SOL.VEp, tf�at i�e Presidenk or any Senior Vice President be hereby auEhorized, and empowered to appoinl Attorr�eys-in-Fact
of t}�e Carn}�any to execute any and ail bonc3s, poficies, undertakings, or other like instruments on behalf af tf�e Corparalion, and
may auihariz� any officer or any such Altorney-in-Fact to affix lhe corporate seal; and may with or wilhout cause modify or
revokc any such a�poinhnent or aulMorily. Any such writings so executed by such Attorneys-in-Fact shalE be k�inding upon ti�e
Company as if they had been duly executed and acknawledged hy lhe regufarly elected o�cers of the Company.
RESOLVED, that the sigs�ature of the President or any Senior Vice President and tl�e seal of khe Company may be af€ixed by
facsimile on any �ower of atlorney granted, �nd 1he siy���lure of fhe 5ecretary or Assistant Vice-President and fhe Seal of ihe
Com�any may be aifixed by facsimile to any certi(icate af any such power a�,d any such powe� of certificate �iearing such
facsimile signature and seal s�a1i be v��lid and binding on the Company. Any sttcli power sa execut�tl and seaied and certified
by certificaEe sn executed and sealed sl�all, with respecl to any bond or undertaking to which it is attached, continue ta be va4id
and binding on the Company.
IN WlTNESS WHCF2�OF, the Companies have causecl tlZese presenls to be sealed with iheir corporate seals, duly attested by their
President or any Senior Vice Presidenk lhis 16th day of March, 2�21.
,,N��,,:,,,� ac„„n,
�c� r `c4 `r �
G`(OP.P�iFA7f a r (OFIiOHAIt �
�sEn� ,S�AL
�_
E�II4� 01144
STATE O� Oh110 }SS:
COUNTY OF BIJTL�R )
THE GINCiNNATI INSURANCE COMPANY
iHE CCNCINNATI CASUALTY COMPANY
� �. ��-•--�
On this 1fth day af March, 2021 before me c�me the aUove-named President or Senior Vice president of The Gincinnati Insurance
Company and The Cincinnati CasualEy Company, to r��e personally known io be the of(icer cEescribed herein, and acknowEedc}ed ihat Ihe
seafs aNxed lo Ihe preceding instrument are the corparats seals of said Companies and the corporate seals and the signature of the
oificer were duiy affixeci and subscribed to said instrumenl by the autf�ority and direction of said carporations.
4� ���
,,.•�,�4R 1 A I s� .,.
c'�O ti��11 �l/�j�.; 9`'',
�> �. � :
* .' �. �-�``�S : *
�'j; :�sr;;�'•�'�� .
I•'%; 4T�' �d � 4�.•� •`.
Keilh CgEfett, Attomey at Law
Notary �ublic — Staie oi Ohio
My commission I�as no expiration date.
Sectior� 1A7.03 O.R.C,
I, the undersigned Secretary or Assistant Vice-President of The Cincinn�ti Insurance Company and ihe Cincinnati Casually Company,
hereby certify that the above is the Original Power of Fltlorney issued by said Comnanies, and do I�ereby further certify ti�a# the said
Pawer of Attorney is still in fuil foree and efFect.
Given under my i�and and seal of said Companies at Fairiield, Ohia, this '19t� day of �ebruary
p,,t.�.,..� ,��,���..,,
� '.
'. �
�p[ORPOAAIf 5 �`CORPpHAE ;
SEAL� "SEAL`
OH40 OHIO
, 2025
(1 �
� -
BN-1457 {3/21)