Loading...
HomeMy WebLinkAboutContract 58892-FP2-FP2 FORT WORTH. City Secretary Contract No. 58892 Date Received 02/05/2024 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: Hampton Trace Phase 1 City Project No.: 104144 Improvement Type(s): ❑ Paving ❑x Drainage Original Contract Price: Amount of Approved Change Order(s): Revised Contract Amount: Total Cost of Work Complete: ❑ Street Lights ❑ Traffic Signals -mArd-z� Feb 1, 2024 W. IN —h (Feb L 202414:01 CST) Contractor Date President Title Wright Construction Company Name Feb 2, 2024 Jeer K -e (Feb 2,2024 07:28 CST) Project Inspector Date 7 la Feb 2, 2024 Project Manager Date Feb 5, 2024 Rebecca Omren (Feb 5. 202408:06 CST) CFA Manager Date Feb 5, 2024 L�nrenRrieui�'b'2o2408:25 CST) TPW Director Date C�6)� Feb 5, 2024 Asst. City Manager Date $751,584.00 $751,584.00 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 1 of 2 Notice of Project Completion Project Name: Hampton Trace Face Phase 1 City Project No.: 104144 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 194 WD Work Start Date: 4/6/2023 Completed number of Soil Lab Test: 693 Completed number of Water Test: 14 Days Charged: 174 Work Complete Date: 1/19/2024 Page 2of2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name HAMPTON TRACE PHASE 1 Contract Limits Project Type DRAINAGE IMPROVEMENTS City Project Numbers 104144 DOE Number 4144 Estimate Number 1 Payment Number 1 For Period Ending 1/19/2024 WD City Secretary Contract Number 58892 Contract Time 11YdD Contract Date 2/9/2023 Days Charged to Date 174 Project Manager NA Contract is 100.00 Complete Contractor WRIGHT CONSTRUCTION COMPANY, INC. 601 W. WALL ST. GRAPEVINE, TX 76051- Inspectors J. KOONCE / G. DEYON Thursday, January 25, 2024 Page 1 of 4 City Project Numbers 104144 DOE Number 4144 Contract Name HAMPTON TRACE PHASE 1 Estimate Number 1 Contract Limits Payment Number 1 Project Type DRAINAGE IMPROVEMENTS For Period Ending 1/19/2024 Project Funding UNIT MI: DRAINAGE IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 3137.0102 Large Stone Riprap, Dry 238 SY $132.00 $31,416.00 238 $31,416.00 2 3305.0109 Trench Safety 2360 LF $1.00 $2,360.00 2360 $2,360.00 3 3341.0201 21" RCP, Class III 38 LF $95.00 $3,610.00 38 $3,610.00 4 3341.0205 24" RCP, Class III 84 LF $106.00 $8,904.00 84 $8,904.00 5 3341.0302 30" RCP, Class III 384 LF $118.00 $45,312.00 384 $45,312.00 6 3341.0305 33" RCP, Class III 695 LF $135.00 $93,825.00 695 $93,825.00 7 3341.0309 36" RCP, Class III 137 LF $150.00 $20,550.00 137 $20,550.00 8 3341.0402 42" RCP, Class III 414 LF $193.00 $79,902.00 414 $79,902.00 9 3341.1303 6 x 4 Box Culvert 608 LF $434.00 $263,872.00 608 $263,872.00 10 3349.0001 4' Storm Junction Box 4 EA $6,561.00 $26,244.00 4 $26,244.00 11 3349.0002 5' Storm Junction Box 2 EA $6,968.00 $13,936.00 2 $13,936.00 12 3349.0003 7' Storm Junction Box 1 EA $12,155.00 $12,155.00 1 $12,155.00 13 3349.5003 20' Curb Inlet 4 EA $12,155.00 $48,620.00 4 $48,620.00 14 3349.5003 15' Curb Inlet 6 EA $11,165.00 $66,990.00 6 $66,990.00 15 3349.6002 15' Recessed Inlet I EA $13,970.00 $13,970.00 1 $13,970.00 16 3349.XXXX 42" Sloping Headwall 2 EA $5,411.00 $10,822.00 2 $10,822.00 17 3349.XXXX SW-0 Skew Winged Head Wall 1 EA $9,096.00 $9,096.00 1 $9,096.00 Sub -Total of Previous Unit $751,584.00 $751,584.00 Thursday, January 25, 2024 Page 2 of 4 City Project Numbers 104144 Contract Name HAMPTON TRACE PHASE 1 Contract Limits Project Type DRAINAGE IMPROVEMENTS Project Funding Contract Information Summary Original Contract Amount Change Orders Total Contract Price DOE Number 4144 Estimate Number 1 Payment Number 1 For Period Ending 1/19/2024 $751,584.00 $751,584.00 Total Cost of Work Completed $751,584.00 Less % Retained $0.00 Net Earned $751,584.00 Earned This Period $751,584.00 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 $751,584.00 Thursday, January 25, 2024 Page 3 of 4 City Project Numbers 104144 Contract Name HAMPTON TRACE PHASE 1 Contract Limits Project Type DRAINAGE IMPROVEMENTS Project Funding Project Manager NA Inspectors J. KOONCE / G. DEYON Contractor WRIGHT CONSTRUCTION COMPANY, INC. 601 W. WALL ST. GRAPEVINE, TX 76051- DOE Number 4144 Estimate Number 1 Payment Number 1 For Period Ending 1/19/2024 City Secretary Contract Number 58892 Contract Date 2/9/2023 Contract Time 119 WD Days Charged to Date 174 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 $751,584.00 Less % Retained $0.00 Net Earned $751,584.00 Earned This Period $751,584.00 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 $751,584.00 Thursday, January 25, 2024 Page 4 of 4 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS January 19, 2024 Wright Construction Company, Inc. 601 W. Wall St. Grapevine, TX 76051 RE: Acceptance Letter Project Name: Hampton Tract Phase 1 Project Type: Water, Sanitary Sewer, Storm Drainage City Project No.: 104144 To Whom It May Concern: On January 11, 2024 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 19, 2024. 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 19, 2024, 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 (832) 527-5406. Sincerely, George Marquez, Project Manager Cc: Jeremy Koonce, Inspector Troy Gardner, Inspection Supervisor Gary Deyon, Senior Inspector Andrew Goodman, Program Manager Shield Engineering Group, Consultant Wright Construction Company, Inc, Contractor D.R. Horton, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 AFFIDAVIT STATE OF Texas COUNTY OF Tarrant Before me, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared Kevin Littlefield, Controller Of Wright Construction Co, Inc., 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; City Project No: 104144 to serve Sunny Creek Phase I Drainage, CFA Number CFA23-002 f BY'lri'% tevinLittlefield Subscribed and sworn before me on this date 30th of January, 2024. DORIS L ELIAS MENDOZA My Notary ID # 133483149 ' Expires December 9, 2025 Notary Public `' t F of t • „ .. Tarrant County, Texas 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. I 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 104144 between DR Horton — Texas, Ltd. and Wright Construction Co., Inc. for Drainage Improvements to serve Sunny Creek Phase 1, 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 30th day of January, 2024. Wright C nstructio4Co. c. By:NAME: evin Litt TITLE: Controller STATE OF TEXAS COUNTY OF TARRANT This instrument was acknowledged before me on 01/30/2024 by Kevin Littlefield, Controller, of Wright Construction Co., Inc. a Texas Corporation, on behalf of sa' poration. 2 Az� q �- _Y P DORIS L ELIAS MENDOZA *: *: My Notary lD # 133483149 Expires December 9, 2025 MERCHANTS� BONDING COMPANY. MERCHANTS BONDING COMPANY (MUTUAL) P.O. BOX 14498, DES MOINES, IOWA 50306-3498 PHONE: (800) 678-8171 FAX: (515) 243-3854 OWNER CONSENT OF SURETY ARCHITECT CONTRACTOR —, TO FINAL PAYMENT SURETY OTHER TO OWNER: City of Fort Worth 200 Texas Street Fort Worth, TX 76102 PROJECT: Hampton Tract Phase 1 / Utilities Bond No. TXC616043 ARCHITECT'S PROJECT NO.: CONTRACT FOR: drainage CONTRACT DATED: 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 name and address of Owner) City of Fort Worth 200 Texas 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: February 9, 2023 (Insert in writing the month followed by the numeric date and year.) Merchants Bonding Company (Mutual) (Sure Attest: ekm �.� (Seal): Kim Bracamonte (Signature oftauthorized representative) Crystal Langhom Attorney -In -Fact (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 CON 0405 (4/15) AIA Document G707-1994 Consent Of Surety to Final Payment. MERCHA TS"t'%, 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, d/b/a Merchants National Indemnity Company (in California only) (herein collectively called the "Companies' do hereby make, constitute and appoint, individually, Adam Syswerda; Andrea Nix; Brad Johnson; Crystal Langhorn; Kim Bracamonte; Steven W Lewis their true and lawful Attomey(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-Attomey 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 obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attomey-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 obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attomey-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 25th day of July 2023 •K;0 •. .---•. �. •., . • MERCHANTS BONDING COMPANY (MUTUAL) •.•'�Q. ,......'qC �., ••�Q� ...... MERCHANTS NATIONAL BONDING, INC. �Ir* y9 A. d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY t0 • 2003 1933 ' c : By �d'•. STATE OF IOWA ••��'• �,.��'•', •••� • •;1d• President COUNTY OF DALLAS ss. `"""'• On this 25th day of July 2023 before me appeared Larry Taylor, to me personally known, who being by me duty 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. ,0 IGM Lee CommwiionismaNumber fires 1/ Commission Wires rr R April 14, X24 1 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 of the Companies on this 30th day of January 2024 ��•.�PtIPpA�•9�' •�aO�JkG PPQ q�'o. 9'• :a at -O — •a:— �. 1933 rc' Secretary ;v. 2003 • d' . •• d . _ a0. :,�.��... � ...',���: � ••day•. � :. \1 •.• POA 0018 (10/22) """