Loading...
HomeMy WebLinkAboutContract 57117-FP4City Secretary -FP4 Contract No. 57117 FORT WORTH. Date Received 05/16/2023 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: Bailey Park Phase 3 City Project No.: 103491 Improvement Type(s): ❑ Paving Original Contract Price: Amount of Approved Change Order(s): Revised Contract Amount: Total Cost of Work Complete: Contractor Wright Construction Co., Inc. Title Wright Construction Company Name Habte Taezaz (Mav 11. 202316:18 CDT) Project Inspector �,--iL George rquez (MaV 16, 202312:47 CDT) Project Manager Rebecca Diane Owen (Mav 16.202312:53 CDT) CFA Manager TPW Director M III— Inhn—, i M1 16. M2121:14CDT) Asst. City Manager ❑x Drainage ❑ Street Lights $786, 803.00 $786, 803.00 May 11, 2023 Date May 11, 2023 Date May 16, 2023 Date May 16, 2023 Date May 16, 2023 Date May 16, 2023 Date ❑ Traffic Signals OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 1 of 2 Notice of Project Completion Project Name: Bailey Park Phase 3 City Project No.: 103491 City's Attachments Final Pay Estimate ❑x Change Order(s): ❑ Yes ❑x N/A Contractor's Attachments Affidavit of Bills Paid R Consent of Surety Statement of Contract Time Contract Time 60 WD Days Charged: 254 Work Start Date: 3/21/2022 Work Complete Date 5/4/2023 Completed number of Soil Lab Test: 502 Completed number of Water Test: 43 Page 2 of 2 FORT WORT 11 CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name BAILEY PARK PHASE 3 Contract Limits Project Type DRAINAGE City Project Numbers 103491 DOE Number 3491 Estimate Number 1 Payment Number 1 City Secretary Contract Number Contract Date 1/24/2022 For Period Ending Project Manager NA Contractor WRIGHT CONSTRUCTION COMPANY, INC. 601 W. WALL ST. GRAPEVINE, TX 76051- Inspectors MILLER, W / TAEZAZ, H Contract Time Days Charged to Date Contract is 100.00 5/4/2023 WD 6WD 254 Complete Friday, May 5, 2023 Page 1 of 4 City Project Numbers 103491 DOE Number 3491 Contract Name BAILEY PARK PHASE 3 Estimate Number I Contract Limits Payment Number 1 Project Type DRAINAGE For Period Ending 5/4/2023 Project Funding UNIT III: DRAINAGE IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 48" RCP CLASS III 233 LF $216.00 $50,328.00 233 $50,328.00 2 42" RCP CLASS III 1057 LF $180.00 $190,260.00 1057 $190,260.00 3 36" RCP CLASS III 42 LF $139.00 $5,838.00 42 $5,838.00 4 33" RCP CLASS lII 59 LF $122.00 $7,198.00 59 $7,198.00 5 30" RCP CLASS lII 15 LF $105.00 $1,575.00 15 $1,575.00 6 27" RCP CLASS III 987 LF $87.00 $85,869.00 987 $85,869.00 7 24" RCP CLASS lII 1001 LF $81.00 $81,081.00 1001 $81,081.00 8 21" RCP CLASS lII 303 LF $73.00 $22,119.00 303 $22,119.00 9 5'X3' BOX CULVERT 191 LF $279.00 $53,289.00 191 $53,289.00 10 10' STD CURB INLET 11 EA $6,644.00 $73,084.00 11 $73,084.00 11 15' STD CURB INLET 6 EA $7,956.00 $47,736.00 6 $47,736.00 12 20' STD CURB INLET 1 EA $11,499.00 $11,499.00 1 $11,499.00 13 4' DROP INLET 2 EA $5,646.00 $11,292.00 2 $11,292.00 14 4' STORM JUNCTION BOX 7 EA $4,886.00 $34,202.00 7 $34,202.00 15 Y STOR JUNCTION BOX 4 EA $6,426.00 $25,704.00 4 $25,704.00 16 6' STORM JUNCTION BOX 1 EA $7,923.00 $7,923.00 1 $7,923.00 17 48" SLOPING HEADWALL 1 EA $4,403.00 $4,403.00 1 $4,403.00 18 24" SLOPIING HEADWALL 1 EA $2,576.00 $2,576.00 1 $2,576.00 19 5'X3'SLOPINGHEADWALL 1 EA $6,163.00 $6,163.00 1 $6,163.00 20 REMOVE & DISPOSE EXISTING HEADWALL 2 LS $8,597.00 $17,194.00 2 $17,194.00 21 4" CONCRETE FLUME 1662 SF $11.00 $18,282.00 1662 $18,282.00 22 LARGE STONE RIPRAP, DRY 205 SY $110.00 $22,550.00 205 $22,550.00 23 TRAFFIC CONTROL 1 MO $2,750.00 $2,750.00 1 $2,750.00 24 TRENCH SAFETY 3888 LF $1.00 $3,888.00 3888 $3,888.00 -------------------------------------- Sub -Total of Previous Unit $786,803.00 $786,803.00 Friday, May 5, 2023 Page 2 of 4 City Project Numbers 103491 Contract Name BAILEY PARK PHASE 3 Contract Limits Project Type DRAINAGE Project Funding Contract Information Summary Original Contract Amount Change Orders Total Contract Price DOE Number 3491 Estimate Number I Payment Number 1 For Period Ending 5/4/2023 $786,803.00 $786,803.00 Total Cost of Work Completed $786,803.00 Less % Retained $0.00 Net Earned $786,803.00 Earned This Period $786,803.00 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 $786,803.00 Friday, May 5, 2023 Page 3 of 4 City Project Numbers 103491 Contract Name BAILEY PARK PHASE 3 Contract Limits Project Type DRAINAGE Project Funding Project Manager NA Inspectors MILLER, W / TAEZAZ, H Contractor WRIGHT CONSTRUCTION COMPANY, INC. 601 W. WALL ST. GRAPEVINE, TX 76051- DOE Number 3491 Estimate Number I Payment Number 1 For Period Ending 5/4/2023 City Secretary Contract Number Contract Date 1/24/2022 Contract Time 60 WD Days Charged to Date 254 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 $786,803.00 Less % Retained $0.00 Net Earned $786,803.00 Earned This Period $786,803.00 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 $786,803.00 Friday, May 5, 2023 Page 4 of 4 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS May 4, 2023 Wright Construction Co,. 601 West Wall Street Grapevine Texas 76051 RE: Acceptance Letter Project Name: Bailey Park Phase 3 Project Type: 01, 02, 04 City Project No.: 103491 To Whom It May Concern: On April 28, 2023 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 May 4, 2023. 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 May 4, 2023, 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 2443. Sincerely, Goo � Mai "SZ, George arquec (May 16, (02312:47 CDT) George Marquez, Project Manager Cc: Habte Taezaz, Inspector Wade Miller, Inspection Supervisor Ariel Duarte, Senior Inspector Victor Tornero, Program Manager Peloton Land Solution, Consultant Glenn Thurman, Contractor D.R Horton, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 WRIGHT W CONSMcnuv c o M P A u,• BILLS PAID AFFIDAVIT FOR CONTRACTOR State of Texas County of Tarrant BEFORE ME, the undersigned authority, on this day personally appeared Kevin Littlefield, known to me to be a credible person and officer of Wright Construction Co., Inc., and who, being duly sworn, upon his oath declares and acknowledges as follows: 1. 1 am a duly authorized agent of Wright Construction Co., Inc., which has authorized me to make this affidavit, and all of the recitations herein are true and correct. 2. Pursuant to City Project No 103491 between DR Horton — Texas, Ltd. and Wright Construction Co., Inc. for Water & Sanitary Sewer Improvements to serve Bailey Park, Phase III, Wright Construction Co., Inc. has supplied materials and performed labor in connection with the construction of improvements on real property owned by DR Horton — Texas, Ltd. in the City of Fort Worth ("the improvements"). 3. Wright Construction Co., Inc. has actual knowledge that all bills owed by DR Horton — Texas, Ltd. to Wright Construction Co., Inc. for materials supplied or labor performed in connection with the improvements have been fully paid and satisfied. 4. Wright Construction Co., Inc. has actual knowledge that all bills owed by DR Horton — Texas, Ltd, to others for materials supplied or labor performed in connection with the improvements have been fully paid and satisfied. 5. Wright Construction Co., Inc, has actual knowledge that there are no claims or liens for materials supplied or labor performed in connection with the Private Development Contract. 6. Wright Construction Co., Inc. further warrants that should any claim or lien be filed for material supplied or labor performed in connection with the Private Development Contract, Wright Construction Co., Inc. will immediately furnish a bond pursuant to Texas Property Code Sections 53.236 through 53.238 for release of each the claim or lien, obtain settlement of any claim or lien, and furnish the City of Fort Worth written full release. Wright Construction Co., Inc. agrees to fully indemnify and hold harmless the City of Fort Worth from any and all costs that may occur by reason of such claims or liens. EXECUTED this 1 Ith day of May, 2023. STATE OF TEXAS COUNTY OF TARRANT Wright o structio C .,Inc. / By: NAM evin Lit efie d TITLE: ontroller This instrument was acknowledged before me on 05/1 1 /2023 by Kevin Littlefield, Controller, of Wright Construction Co., Inc. a Texas Corporation, on behalf of said corporation. --.= • �p� NOTARY PUBLIC ANGIE CRUZ hSY COMNIIES.Cf, EXPIRES '+ " NOTARY ID' 13361196-5 "4"� MERCHANTS BONDING COMPANY. MERCHANTS BONDING COMPANY (MUTUAL) P.O. BOX 14498, DES MOINES, IOWA 50306-3498 PHONE: (800) 678-8171 FAX: (515) 243-3854 CONSENT OF SURETY TO FINAL PAYMENT TO OWNER: City of Fort Worth 1000 Throckmorton Street Fort Worth, TX 76102 PROJECT: Bailey Park Phase 3 - Site Utilities OWNER _ ARCHITECT _ CONTRACTOR T SURETY _ OTHER Bond No. TXC613893 ARCHITECT'S PROJECT NO.: CONTRACT FOR: CONTRACT DATED: January 24, 2022 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (Insert name and address of Surety) Merchants Bonding Company (Mutual) P.O. Box 14498 Des Moines, Iowa 50306-3498 SURETY, on bond of (Insert name and address of Contractor) Wright Construction Co., Inc. 601 W. Wall Street Grapevine, TX 76051 ,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 (Insert nacre and address of Owner) City of Fort Worth 1000 Throckmorton Street Fort Worth, TX 76102 OWNER, as set forth in said Surety's bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand on this date: May 11, 2023 (Insert in writing the month followed by the numeric date and year } •"" °`�`"�� Merchants Bonding Compan)f(k4ut2Q= Attest: /Lin (Surety) - 9-fTf (Seal): Kim Bracamonte, Witness (Signature of authorized representative,, - Crystal Langhorn Attornpv-1ti-Pact (Printed name and title) Printed in cooperation with American Institute of Architects (AIA). The language in this document conforms exactly to the language used in AIA Document G707-1994 Consent Of Surety to Final Payment. CON 0405 (4/15) MERCHANTS BONDING COMPANY. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa. dlb/a Merchants National Indemnity Company (in California only) (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Adam Syswerda: Crystal Langhorn; Dustin Parker, Eiena Sells; Lanny Land, Steven W Lewis their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute. seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23. 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer. or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obiigafions in favor of the Florida Department of Transportation only. it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation, It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligatlons in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 8th day of December 2022 . -, 6.0•"`•• , • • "' • • MERCHANTS BONDING COMPANY (MUTUAL) •`'�A ,Qa A<f ING, INC. ' '•0�g0 �• dEb a MERCHANTRCHANTS IS NATIONAONAL L INDEMNITY COMPANY CO 2003�; • y. 1933 c: By77 ••.� ......... ..t1� .•� .., ''���•• President STATE OF IOWA •.,.,, i�1 �.�``' •'•...... COUNTY OF DALLAS ss. On this 8th day of December 2022 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.', and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies: and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. ` s Kim Lee i Commission Nu-*? 702737 z My Commission Expres r�ry� Age/ 14, 2024 Notary Public (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr„ Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked - In Witness Whereof. I have hereunto set my hand and affixed the seal ref the Companies on this Ilk day of ION4 b let;. 0- 'x' 2003 1933 ; c, Secretary POA 0018 (10/22) �''*•.•.,•.•••, a'"••'' c``