Loading...
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)