Loading...
HomeMy WebLinkAboutContract 59423-FP6FORT WORTH, City Secretary -FP6 Contract No. 59423 Date Received 8/15/2025 AT 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: Mid Cities Logistics City Project No.: 104737 Improvement Type(s): ❑ Paving ❑ Drainage ❑x Sidewalk ❑x Bridge Original Contract Price: $108,719.00 Amount of Approved Change Order(s): $0.00 Revised Contract Amount: $0.00 Total Cost of Work Complete: $108,719.00 Melissa Kersh 08/14/2025 Contractor Date Project Manager Title Kent Companies Texas LLC Company Name 08/14/2025 Project Inspector Date 08/14/2025 Project Manager Date aVl� 08/15/2025 CFA Manager Date 08/15/2025 TPW Director Date 08/18/2025 Asst. City Manager Date Comments: Revised copy submitted to reflect the updates to the contract time and days charge numbers. Page 1 of 2 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Notice of Project Completion Project Name: Mid Cities Logistics City Project No.: 104737 City's Attachments Final Pay Estimate ❑x Change Order(s): ❑ Yes ❑x N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 77 WD Days Charged: 219 WD Work Start Date: 9/12/2023 Work Complete Date: 2/24/2025 Completed number of Soil Lab Test: 143 Completed number of Water Test: 11 Page 2 of 2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name MID CITIES LOGISTICS Contract Limits Project Type SIDEWALK IMPROVEMENTS City Project Numbers 104737 DOE Number 4737 Estimate Number 1 Payment Number 1 For Period Ending City Secretary Contract Number Contract Date Project Manager NA Contractor KENT COMPANIES TEXAS, LLC 830 E VALLEY RIDGE BLVD LEWISVILLE, TX 75057 Inspectors T. GARDNER / JOSEPH MANRY Contract Time Days Charged to Date Contract is 100.00 2/4/2025 WD 39VD 289 Complete Friday, March 7, 2025 Page 1 of 4 City Project Numbers 104737 DOE Number 4737 Contract Name MID CITIES LOGISTICS Estimate Number 1 Contract Limits Payment Number 1 Project Type SIDEWALK IMPROVEMENTS For Period Ending 2/4/2025 Project Funding UNIT IV: SIDEWALK IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 4" CONC SIDEWALK 14117 SF $7.00 $98,819.00 14117 $98,819.00 2 BARRIER FREE RAMP, TYPE P-1 22 EA -------------------------------------- $450.00 $9,900.00 22 $9,900.00 Sub-Total of Previous Unit -------------------------------------- $108,719.00 $108,719.00 Friday, March 7, 2025 Page 2 of 4 City Project Numbers 104737 Contract Name MID CITIES LOGISTICS Contract Limits Project Type SIDEWALK IMPROVEMENTS Project Funding Contract Information Summary Original Contract Amount Chance Orders Total Contract Price DOE Number 4737 Estimate Number 1 Payment Number 1 For Period Ending 2/4/2025 $108,719.00 $108,719.00 Total Cost of Work Completed $108,719.00 Less % Retained $0.00 Net Earned $108,719.00 Earned This Period $108,719.00 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 $108,719.00 Friday, March 7, 2025 Page 3 of 4 City Project Numbers 104737 Contract Name MID CITIES LOGISTICS Contract Limits Project Type SIDEWALK IMPROVEMENTS Project Funding Project Manager NA Inspectors T. GARDNER / JOSEPH MANRY Contractor KENT COMPANIES TEXAS, LLC 830 E VALLEY RIDGE BLVD LEWISVILLE , TX 75057 DOE Number 4737 Estimate Number 1 Payment Number 1 For Period Ending 2/4/2025 City Secretary Contract Number Contract Date Contract Time 30 WD Days Charged to Date 289 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 $108,719.00 Less % Retained $0.00 Net Earned $108,719.00 Earned This Period $108,719.00 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 $108,719.00 Friday, March 7, 2025 Page 4 of 4 FORTWORTH. M, TRANSPORTATION AND PUBLIC WORKS March 6, 2025 Kent Companies Texas LLC 830 East Valley Ridge Blvd Lewisville, TX 75057 RE: Acceptance Letter Project Name: Mid Cities Logistics Project Type: Water, Sewer, Paving City Project No.: 104737 To Whom It May Concern: On March 4, 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 March 6, 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 March 6, 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 Sandip.adhikari@fortworthtexas.gov. Sincerely, e Sandip Adhikari P.E., Project Manager Cc: Charles Hayes, Inspector Troy Gardner, Inspection Supervisor Emanuel Nieto, Senior Inspector Andrew Goodman P.E., Program Manager GM Civil Engineering & Surveying, Consultant Kent Companies Texas LLC, Contractor Transwestern Real Estate, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 AFFIDAVIT STATE OF Texas COUNTY OF Denton Before me, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared Jaime Acker, Assistant Controller Of Kent Companies Texas LLC, 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; Mid Cities Logistics (CPN#104737) concr to BY _ Assistant Controller Subscribed and sworn before me -on this date 8th of April, 2025, KAYLA RENEE CNtARGO Notary IO scion Expires n ,l Vli N�1 1 1 �"..�ri MY Commission Expires otar ublic J y April 11, 2026 Denton, TX �f CONSENT OF SURETY COMPANY TO FINAL PAYMENT AIA DOCUMENT G707 PROJECT: Mid Cities Logistics (name, address) TO (Owner) F City of Fort Worth 1000 Throckmorton St Fort Worth, TX 76102 L OWNER n ARCHITECT �l CONTRACTOR SURETY l OTHER CONTRACTOR: Kent Companies Texas, LLC ARCHITECT'S PROJECT NO: Bond B 3285107 CONTRACT FOR: Concrete Sidewalks & Ramp CONTRACT DATE: May 9, 2023 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (here insert name and address of Surety Company) The Cincinnati Insurance Company, 6200 S Gilmore Road, Fairfield, Ohio 45014 , SURETY COMPANY, on bond of (here insert name and address of Contractor) Kent Companies Texas, LLC, 830 East Valley Ridge Blvd, Lewisville, TX 75057 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 (here insert name and address or owner) City of Fort Worth, 1000 Throckmorton St, Fort Worth, TX 76102 OWNERS, as set forth in the said Surety Company's bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this 8th day of April , 2025 . THE CINCINNATI INSURANCE COMPANY Surety Company Signdture ofAutholizaRepresentative Attest: ' (Seal): Ann M. Buist. Attorney in Fact Title NOTE: This form is to be used as a companion document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF D58T9 AND CLAIMS, Current Edition AIA DOCUMENT G707 • CONSENT OF SURETY COMPANY TO FINAL PAYMENT • APRIL 1970 EDITION • AIA® ONE PAGE 0 1970 •THEAMERICAN INSTITUTE OF ARCHITECTS. 1735 NEW YORKAVE., NW, WASHINGTON, D.C. 20006 THE CINCINNATI INSURANCE COMPANY THE CINCINNATI CASUALTY COMPANY Fairfield, Ohio POWER OF ATTORNEY KNOWALL MEN BY THESE PRESENTS: That THE CINCINNATI INSURANCE COMPANY and THE CINCINNATI CASUALTY COMPANY, corporations organized under the laws of the State of Ohio, and having their principal offices in the City of Fairfield, Ohio (herein collectively called the "Companies"), do hereby constitute and appoint Zackery Vandenberg; James Ryskamp; Dawn VandenBosch; Mitchell Reatini; Susan H. Zielinski and/or Ann M. Buist of Grandville, Michigan their true and legal Attorneys) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and deliver on behalf of the Companies as Surety, any and all bonds, policies, undertakings or other like instruments, as follows: Any such obligations in the United States, up to Sixty Million and Noll00 Dollars ($60,000,000.00). This appointment is made under and by authority of the following resolutions adopted by the Boards of Directors of The Cincinnati Insurance Company and The Cincinnati Casualty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the President or any Senior Vice President be hereby authorized, and empowered to appoint Attorneys -in -Fact of the Company to execute any and all bonds, policies, undertakings, or other like instruments on behalf of the Corporation, and may authorize any officer or any such Attorney -in -Fact to affix the corporate seal; and may with or without cause modify or revoke any such appointment or authority. Any such writings so executed by such Attorneys -in -Fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company. RESOLVED, that the signature of the President or any Senior Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted, and the signature of the Secretary or Assistant Vice -President and the Seal of the Company may be affixed by facsimile to any certificate of any such power and any such power of certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company. IN WITNESS WHEREOF, the Companies have caused these presents to be sealed with their corporate seals, duly attested by their President or any Senior Vice President this 16th day of March, 2021. (00 THE CINCINNATI INSURANCE COMPANY THE CINCINNATI CASUALTY COMPANY STATE OF OHIO )SS: � COUNTY OF BUTLER ) On this 16th day of March, 2021 before me came the above -named President or Senior Vice President of The Cincinnati Insurance Company and The Cincinnati Casualty Company, to me personally known to be the officer described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of said Companies and the corporate seals and the signature of the officer were duly affixed and subscribed to said instrument by the authority and direction of said corporations. ,............. k� Keith Cq}Kett, Attorney at Law .�r Notary ublic — State of Ohio ` q'N° My commission has no expiration date. Section 147.03 O.R.C. I, the undersigned Secretary or Assistant Vice -President of The Cincinnati Insurance Company and The Cincinnati Casualty Company, hereby certify that the above is the Original Power of Attorney issued by said Companies, and do hereby further certify that the said Power of Attorney is still in full force and effect. Given under my hand and seal of said Companies at Fairfield, Ohio, this Sth day of April ee , 2025 BN-1457 (3121)