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)