HomeMy WebLinkAboutContract 60325-FP4-FP4
FORT WORTH.
City Secretary 60325
Contract No.
Date Received 11/4/2024
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: Beltmill Phase 3
City Project No.: 104719
Improvement Type(s): ❑ Paving 0 Drainage ❑ Street Lights ❑ Traffic Signals
Original Contract Price: $949,056.00
Amount of Approved Change Order(s): $0.00
Revised Contract Amount: $0.00
Total Cost of Work Complete: $949,056.00
Kyle Marsh (Nov 1, 202415:30 CDT) Nov 1, 2024
Contractor Date
Wright Construction Co., Inc.
Title
Wright Construction
Company Name
Nov 1, 2024
Project Inspector Date
,rungKUY�! 1 1w6fri Nov 4, 2024
Ram Ti—ri f Nov 4. 202411.36 CST)
Project Manager Date
Nov 4
Rebecca Owen (Nov 4, 202412:49 CST)
2024
��CFA Mang Date
Nov 4, 2024
TPW Director Date
�� Nov 4, 2024
Asst. City Manager Date
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Page 1 of 2
Notice of Project Completion
Project Name: Beltmill Phase 3
City Project No.: 104719
City's Attachments
Final Pay Estimate ❑x
Change Order(s): ❑ Yes ❑x N/A
Contractor's Attachments
Affidavit of Bills Paid
Consent of Surety 0
Statement of Contract Time
Contract Time 159 WD Days Charged: 194
Work Start Date: 11/13/2023 Work Complete Date: 9/27/2024
Completed number of Soil Lab Test: 538
Completed number of Water Test: 21
Page 2of2
FORT WORTH
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name BELTMILL PHASE 3
Contract Limits
Project Type WATER & SEWER
City Project Numbers 104719
DOE Number 4719
Estimate Number 1 Payment Number 1 For Period Ending
City Secretary Contract Number
Contract Date
Project Manager NA
Contractor WRIGHT CONSTRUCTION COMPANY, INC.
601 W. WALL ST.
GRAPEVINE, TX 76051-
Inspectors D. WATSON / V. GUTIERREZ
Contract Time
Days Charged to Date
Contract is 100.00
1/1/2001
WD
9WD
194
Complete
Thursday, October 17, 2024 Page 1 of 4
City Project Numbers 104719 DOE Number 4719
Contract Name BELTMILL PHASE 3 Estimate Number I
Contract Limits Payment Number I
Project Type WATER & SEWER For Period Ending 1/1/2001
Project Funding
UNIT M. STORM DRAIN IMPROVEMENTS
Item
Description of Items
Estimated Unit
Unit Cost
Estimated
Completed
Completed
No.
Quanity
Total
Quanity
Total
1
21" RCP, CLASS III
566 LF
$87.00
$49,242.00
566
$49,242.00
3
21" RCP, CLASS III
551 LF
$91.00
$50,141.00
551
$50,141.00
5
21" RCP, CLASS lII
853 LF
$111.00
$94,683.00
853
$94,683.00
7
21" RCP, CLASS III
650 LF
$144.00
$93,600.00
650
$93,600.00
8
21" RCP, CLASS lII
236 LF
$188.00
$44,368.00
236
$44,368.00
9
21" RCP, CLASS lII
351 LF
$240.00
$84,240.00
351
$84,240.00
10
21" RCP, CLASS III
197 LF
$298.00
$58,706.00
197
$58,706.00
11
2 1 " STORM ABANDONMENT PLUG
2 EA
$117.00
$234.00
2
$234.00
16
36" SLOPPED END HEADWALL
5 EA
$4,360.00
$21,800.00
5
$21,800.00
17
42" SLOPPED END HEADWALL
I EA
$4,975.00
$4,975.00
1
$4,975.00
18
54" SLOPPED END HEADWALL
I EA
$5,710.00
$5,710.00
1
$5,710.00
23
10' CURB INLET
20 EA
$8,275.00
$165,500.00
20
$165,500.00
24
20' CURB INLET
2 EA
$12,376.00
$24,752.00
2
$24,752.00
27
T STROM JUNCTION BOX
10 EA
$6,390.00
$63,900.00
10
$63,900.00
28
Y STROM JUNCTION BOX
3 EA
$7,435.00
$22,305.00
3
$22,305.00
29
6' STROM JUNCTION BOX
1 EA
$11,539.00
$11,539.00
1
$11,539.00
31
CONNECT TO EXISTING 21" RCP
I EA
$2,210.00
$2,210.00
1
$2,210.00
32
CONNECT TO EXISTING 36" RCP
1 EA
$2,260.00
$2,260.00
1
$2,260.00
33
REMOVE 5' DROP INLET
1 EA
$2,785.00
$2,785.00
1
$2,785.00
35
LARGE STONE RIPRAP, DRY
170 EA
$125.00
$21,250.00
170
$21,250.00
36
FLEXAMAT
1047 SY
$116.00
$121,452.00
1047
$121,452.00
37
TRENCH SAFETY
3404 LF
$1.00
$3,404.00
3404
$3,404.00
--------------------------------------
Sub -Total of Previous Unit
$949,056.00
$949,056.00
Thursday, October 17, 2024 Page 2 of 4
City Project Numbers 104719
Contract Name BELTMILL PHASE 3
Contract Limits
Project Type WATER & SEWER
Project Funding
Contract Information Summary
Original Contract Amount
Change Orders
Total Contract Price
DOE Number 4719
Estimate Number 1
Payment Number I
For Period Ending 1/1/2001
$949,056.00
$949,056.00
Total Cost of Work Completed $949,056.00
Less % Retained $0.00
Net Earned $949,056.00
Earned This Period $949,056.00
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
$949,056.00
Thursday, October 17, 2024 Page 3 of 4
City Project Numbers 104719
Contract Name BELTMILL PHASE 3
Contract Limits
Project Type WATER & SEWER
Project Funding
Project Manager NA
Inspectors D. WATSON / V. GUTIERREZ
Contractor WRIGHT CONSTRUCTION COMPANY, INC.
601 W. WALL ST.
GRAPEVINE, TX 76051-
DOE Number 4719
Estimate Number I
Payment Number I
For Period Ending 1/1/2001
City Secretary Contract Number
Contract Date
Contract Time 94 WD
Days Charged to Date 194 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 $949,056.00
Less % Retained
$0.00
Net Earned
$949,056.00
Earned This Period $949,056.00
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
$949,056.00
Thursday, October 17, 2024 Page 4 of 4
FORTWORTH.
TRANSPORTATION AND PUBLIC WORKS
October 14, 2024
Wright Construction Co., Inc.
601WWall St
Grapevine, TX 76051
RE: Acceptance Letter
Project Name: Beltmill Phase 3
Project Type: Water, Sewer, Drainage
City Project No.: 104719
To Whom It May Concern:
On October 1, 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 October 14, 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 October 14, 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
682.201.6278.
Sincerely,
kvawt T-wan'
Ram Tiwan (Nov 4, 202411:36 CST)
Ram Tiwari, Project Manager
Cc: Victor Gutierrez, Inspector
Donald Watson, Inspection Supervisor
Oscar Aguillion, Senior Inspector
Andrew Goodman, Program Manager
Westwood PDS, Consultant
Wright Construction, 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;
Beltmill Phase 3 Drainage Utilities near Magnolia Blossom Trail & Prairie
Clover Trail, Tarrant County, TX City Project: 104719
BYc
1 KJvn LittlefileId
Subscribed and sworn before me on this date 30th of October, 2024.
Notary Public
United States, Texas
DORIS L ELIAS MEN007A
* My Notary ID # 13W, 3149
F g;F I Expires December 9, 2025
MERCHANT,4"�
BONDING COMPANY,,,
MERCHANTS BONDING COMPANY (MUTUAL) P.O. BOX 14498, DES MOINES, IOWA 50306-3498
PHONE: (800) 678-8171 FAX: (515) 243-3854
OWNER
ARCHITECT
CONSENT OF SURETY CONTRACTOR
TO FINAL PAYMENT SURETY
OTHER
Bond No. 100096776
TO OWNER:
City of Fort Worth
200 Texas Street
Fort Worth, TX 76102
PROJECT:
Beltmill Phase 3
ARCHITECT'S PROJECT NO.:
CONTRACT FOR: Storm 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.
600 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: October 29, 2024
(Insert in writing the month followed by the numeric date and year.)
Merchants Bonding Company (Mutual)
/��� ��1_.,.0 (Surety)
Attest: C �N I�I.t- �Bi )'l �j �l o/'Yl- f/
(Seal): Crystal Langhorn (Signature of authorized representative)
Kim Bracamonte Attornev-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.
MERCHANT1740,
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 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 April 27, 2024 and adopted by the Board of
Directors of Merchants National Bonding, Inc., on October 16, 2015 and amended on April 27, 2024.
"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
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 obligations 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 29th day of July 2024
•... %...... • • • "' • • MERCHANTS BONDING COMPANY (MUTUAL)
�.••�Q�IPOq� •e••: : O�Q\NG.cq4A• MERCHANTS NATIONAL BONDING, INC.
CoG /?'-- : y RP0 q�;9ti�: d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY �O
2003 ��; : _'• 1933 c: By
'.•• W •.........: �a�. ••�6'�%• ..... • •`.Nd� President
STATE OFIOWA ••.•••••i••••..•• '•.�����.•
COUNTY OF DALLAS ss.
On this 29th day of July 2024 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. _—__ ----
�P��A�S Penni Miller
z 4.
P
Commission Number 787952 k
• • My Commission Expires \
TOWN January 20, 2027
Notary Public
(Expiration of notary's commission does not invalidate this instrument)
I, Elisabeth Sandersfeld, 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 29th day of October 2024
R.9A
IIy �O� '.
: �•' zo �.A*.y.4.
r 6&1..�,
:ZiZ _p_ a.10
.).• _ _o- o: -
2003 ? L?.
' a 1933 ' c-, " Secretary
POA 0018 (6/24)