HomeMy WebLinkAboutContract 59423-FP1-FPl
City Secretary 59423Contract No. ______ _
FORT WORTH® Date Received 4/11/2025
.....,_ _JI'
NOTICE OF PROJECT COMPLETION
(Developer Projects)
4/16/2025
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 □Street Lights
Original Contract Price: $103,204.00
Amount of Approved Change Order(s): $208,125.64
Revised Contract Amount:
Total Cost of Work Complete:
Kyle fv1qrsh Kyle Marsh (Apr 9, 202515:17 CDT)
Contractor President
Title
Wright Construction Co. Inc
Company Name
Project Inspector r
Project Manager
KanaApr 11, 202514:03 CDT)
TPW Director
Asst. City Manager
$311,329.64
$311,329.64
Apr9,2025
Date
Apr 9, 2025
Date
Aprll,2025
Date
Aprll,2025
Date
Apr 11, 2025
Date
Aprl4,2025
Date
□Traffic Signals
Page 1 of 2
Notice of Project Completion
Project Name: Mid Cities Logistics
City Project No.: 104737
City's Attachments
Final Pay Estimate �
Change Order(s): ❑x Yes ❑ N/A
Contractor's Attachments
Affidavit of Bills Paid
��
Consent of Surety �-�
Statement of Contract Time
Contract Time 72 WD
Days Charged: 289 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
FORTWORTH
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name MID CITY LOGISTIC
Contract Limits
Project Type PAVING
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 WRIGHT CONSTRUCTION COMPANY, INC.
601 W. WALL ST.
GRAPEVINE, TX 76051-
Inspectors T. GARDNER / JOSEPH MANRY
Contract Time
Days Charged to Date
Contract is 100.00
2/4/2025
WD
7�JD
289
Complete
Friday, March 7, 2025 Page 1 of 4
City Project Numbers 104737
Contract Name MID CITY LOGISTIC
Contract Limits
Project Type PAVING
Project Funding
UNIT III: PAVING (ASPH.ALT ) IMPROVEMENTS
Item Description of Items �stimated Unit
No. Quanity
19 2" SURFACE MILING (CO#2), (CO#3) 193 SY
20 ASPHALT PVMT REPAIR BEYOND DEFINE 566 SY
WIDTH (CO#2)
21 2" ASPHALT PVMT TYPE C(CO#2), (CO#3) 221 SY
22 TEMP ASPHALT PAVEMENT (CO#2) 36 SY
23 CEMENT TREATED ASPHALT BASE REPAIR 2839 SY
(CO#3)
24 WEDGECUT AND 2" TYPE D OVERLAY (CO#3) 5733 SY
Sub-Total of Previous Unit
DOE Number 4737
Estimate Number 1
Payment Number 1
For Period Ending 2/4/2025
Unit Cost Estimated
Total
$24.�0 $4,728.�0
$70.00 $39,620.00
$37.00 $8,177.00
$55.00 $1,980.00
$27.62 $78,413.18
Completed Completed
Quaniry Total
193 $4,728.50
566 $39,620.00
221 $8,177.00
36 $1,980.00
2839 $78,413.18
$3112 $178,410.96 5733 $178,410.96
$311,329.64 $311,329.64
Friday, March 7, 2025 Page 2 of 4
City Project Numbers 104737
Contract Name MID CITY LOGISTIC
Contract Limits
Project Type PAVING
Project Funding
Contract Information Summary
Original Contract Amount
Change Orders
Change Order Number 2
Change Order Number 3
Total Contract Price
DOE Number 4737
Estimate Number 1
Payment Number 1
For Period Ending 2/4/2025
$103,204.00
$17,405.50
$190,720.14
$311,329.64
Total Cost of Work Completed $311,329.64
Less % Retained $0.00
Net Earned $311,329.64
Earned This Period $311,329.64
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
$311,329.64
Friday, March 7, 2025 Page 3 of 4
City Project Numbers 104737
Contract Name MID CITY LOGISTIC
Contract Limits
Project Type PAVING
DOE Number 4737
Estimate Number 1
Payment Number 1
For Period Ending 2/4/2025
Project Funding
Project Manager NA
Inspectors T. GARDNER / JOSEPH MANRY
Contractor WRIGHT CONSTRUCTION COMPANY, INC.
601 W. WALL ST.
GRAPEVINE � TX 76051-
City Secretary Contract Number
Contract Date
Contract Time 7� W�
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
Less % Retained
Net Earned
Earned This Period $311,329.64
Retainage This Period $0.00
Less Liquidated Damages
� Days @ $0.00 / Day
LessPavement Deficiency
Less Penalty
Less Previous Payment
Plus Material on Hand Less 15%
Balance Due This Payment
$311,329.64
$0.00
$311,329.64
$0.00
$0.00
$0.00
$0.00
$0.00
$311,329.64
Friday, March 7, 2025 Page 4 of 4
DEVELOPER-AWARDED-PROJECT CHANGE ORDER
REVIEWED
By Sandip Adhikari at 10:47 am, Aug 26, 2024
Revised: 10-12-2011 Pa9e �
INSPECTOR: Joshua Manry Phone No: 817-647-2564
PROJECT MANAGER: Sandip Adhikari Phone No: 817-392-8424
taMGYl1 n """
BY: / ✓T- � BY•
i— %
Name:
TiUe: Pw�ecl Enginee� Title: Aulhorized Signalory
Name: /�j��� /����
Titfe: �f�F-d �����
REVIEWED
By Sandip Adhikari at 10:47 am, Aug 28, 2024
Revised: 10-12-2011 Page 2
REASONS FOR CHANGE ORDER
1. InsfaAfng 2' lrrigalion Service on Exis(Ing Main on a T8M 8asls
2. Sewer service deslgn revised lo open cut.
NO CITY FUNDS INVOLVE� IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100Y OF THE CHANGE ORDER COSTAND ND
REIMBURSEfdENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER. ____ __
DEVELOPER-AWARDED-PROJECT CHANGE ORDER
PROJECT NAME: Mid Cities Lo istics CHANGE
CONTRACT: (B Pavin ORDERNo:
CFA # CFR23-0050 CIN PARTICIPATION: 0%
CITY PROJECT # 104737
FID# 30114-0200431-104737-E07685 3
X# X-27709
I PRC# IPRC23-0016
FILE # W-2935
INSPECTOR: Charles Hayes Phone No: 68Z-213-0240
PRdJECT MANAGER Sandip Adhikari Phone Na $17-392-8424
CONTRACT UNIT
WATER SEWER PAVMG DRAINAGE STREET LIGHTS & SIGNS CONTRACT
�eveloper Oeveloper Developer Developer DAYS
Cos[ G Cos1 Cost C Cosi DeveloperCost CityCosl Cost ClryCoi� Cost I LlryCosl
ORIGINAL CONTRACT 53fi2,621.40 50.00 SZ05,480.00 i0.00 5703,204.00 50.00 50.00 f0.00 50.00 f�.00 42
EXTRASTODATE E1�,672.�5 i 52,670.00 5�7,405.50 I I
CREDITSTODATE (5237.95•:.::i:'� � (3816.�0-� I
CONTRACTTODATE $�36,299.55 f0.00 E207,334.00 50.00 5720,609.50 SD.00 Sa.00 30.OD §0.00 30.00
AMOUNT OF PROP. CHANGE ORDER 5190,720.'14 50.00 50.00 5
REVISEDCONTRACTAMOUNT E136299.55 5000 5207,334.00 50.06 , 5311,329.64 50.00 Sa.00 50.00 §0.00 50.00
TOTAL HEVISEO CONTRACT AMOUNT
PER UNR j136,299.55 §207,334A� 5311,329.64 50.00 50.00
REVISEO COST SHARE Dev. Cost: 5654,963.19 Gify Caat: 50.00
TOTAL REVISEO CONTRACT $654,963.19
REVIEWED
By Sandip Adhikari at 5:14 pm, Feb 21, 2025
Revised: 10-�2-2011 Page 1
REASONS FOR CHANGE ORDER
7. Develope� decision to repave Buttercup Cane and BosweJl Drive fo repair pavement failures.
NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100% OF THE CHANGE ORDER COST AND NO
REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER.
RECOMMENDE�: APPROVED: APPROVE�:
GMcivil Mrd-Ci6es Logistics Owner, LLC Wrighf Construc ' c
io--� - . � -,',�
BY: '� By: .���;�,". -_-_-._.,�-� ------By.
Name: Rvan Spears Name: Jeff Knoyvles Name: Kyle Marsh �
TiUe: Projec[ Engineer Title: Authorized Signatory Title: President
REVIEWED
By Sandip Adhikari at 5:14 pm, Feb 21, 2025
Revised� '10-'12-2071 Page 2
TO7AL UNff 3: PAVING IMPROVEMENTS $190,720.14
70TAL CHANGE ORDER $190,720.74
����������
TRANSPORTATION AND PUBLIC WORKS
March 6, 2025
Wright Construction Co. Inc
601WWaIISt
Grapevine, TX 76051
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,
�
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
Wright Construction Co. Inc., Contractor
Transwestern Real Estate, Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Rev. 8/20/19
AFFIDAVTT
STATE OF TEXAS
COUNTY OF TARRANT
Before me, the undersigned authority, a notary pubiic in the state
and county aforesaid, on this day personally appeared Kevin Littiefield,
Controller Of Wright Canstruction 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/ar 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, at or near Sandy Lane & Bosewell Drive, Fort
Worth, TX 76112
:
Subscribed and sworn before me �
����
tary Public
Tarrant County, TX � -- - - - -
�a' ,�1�YpL@y JESSICA M. SORIA
, ;�Notary ID # 1347458U0
P My Commission Expires
yrepF�+ February 05, 202$
MER��i,Ai�TTS�
B�NDING COMPANY,�
MERCHANTS BOND[lVG COMPANY (MUTUAL) P.O. BOX 14498, DES MOINES, IOwA 50306-3498
PHONE: (800} 678-8171 Fnx: {515) 243-3854
CONSENT OF SURETY
T4 FINAL PAYMENT
OWNER
ARCHITECT
CONTRACTOR
SURETY
OTHER
�
■
�
�
■
Bond No. TXC616882
TO OWNER:
City of Fort Worth
200 Texas Street
Fort Worth, TX 76102
PROJECT:
Mid Cities Logistics
ARCHITECT'S PROJECT NO.:
CONTRACT FOR: Water, Sewer and Storm
CONTRACT DATED: April 12, 2023
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, lowa 50306-3498
on bond of
(Insert name and address of Contractor)
Wright Construction Co., Inc.
600 W. Wall Street
Grapevine, TX 76o51
, SURETY,
,CONTRACTOR,
hereby approves of the final payment to the Contractor, and agress 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
as set forth in said Surety's bond.
, OWNER,
IN WITNESS WHEREOF, the Surety has hereunto set i#s hand on this date: April 9, 2025
(Insert in writing the month followed by the numeric date and year.}
[��erChants ��ndino Com�any (Mutualj
{Surety) --: , ` , - . J� �
Attest: �.����) � - � C' ',� - I r � � .
(Seal): Kim BraCamonte {Siy�ature of authorized repr�`ses�tative)
CON 0405 (4/15)
�teven iN. Le�vis Attornev-In-Fact
{�rin.ed name and ?itle;
Printed in coopera`tson with Arnerican Institute of Architects (AIA). The
language in this dr�cr�ment conforms exactly to the language used in
AIA D�cument G7U7-1994 Consent Of Surety to Final Payment.
�ERC�-�,�TT��
BC�N DT I�G CTJM PAt�TY.,:
POWER OF ATTORNEY
Know All Persons By These Presents, that MERCHANTS BONDING COMPAiJY {MUTUAL) and MERCHANTS NATIONAL BONDING, INC.,
both being corporations of the State of lowa, d/b/a Merchants National lndemniiy Campany (in California only) (herein collectively called the
"Companies"j do hereby make, constitute and appoint, individually,
Adam Syswerda; Andrea Nix; Brad Johnson; Crystal Langhom; Kim Bracamonte; Steven W Lewis
their true and lawful Attomey(s)-in-Fact, to sign its name as surety(ies) artd fo 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 oontracts 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, 2U11 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 Attomey
or Certification thereof authorizing the execution and delivery af any band, undertaking, recognizance, or other suretyship obligations of the
Company, and such signature and seal when so used shall have the same farce and effect as though manually fixed."
In connection with obligations in favor of the Florida Department af Transpartation 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 consVuction
contracts required by the State of Florida Department of Transportation. ft is #ully understood that consenting to the State ofFlorida Department
of Transportation making payment of the final estimate to the Contractor andtor 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 af Highways only, it is agreed that the power and authority hereby given
to the Attomey-in-Fact cannot be modified or revoked unless prior wririsn 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 •
���PO "+. •'""`• MERCHANTSBONDINGCOMPANY(MUTUAL)
�,`+�P,..•••••A�•�:, � aO��G•C��},p'.� MERCHANTSNATIONALBONDING,INC.
:�y.,`��l Q,9�,. �; ��0�4�1P0/���4y�: dlb/a MERCHANTS NATIONAL INDEMNITY COMPANY
�2:2 _o- 0:�� :y-`i'.:�' ..o_ e*s; .
:�': 2oos .�.�: :y'• 1933 Q`c: Bv ��
�;�,' •` .v/I `�c:• �G��
������i.'••.. ..��^�'�� ��v��''SFS'��1���� President
STATE OF IOWA ,
V "J
��I#�������' •��r�s�•
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 swom
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 Gomparties; and that the said instrument was signed and sealed in behalf
of the Companies by authority of their respective Boards of Directars. �---��
� -='� ----_ }
�P�'Ai sm Penni Miller ��' �� '
z �v Commission Number 787952 �k - `
�
• • My tommission Expires � . { p � ��
t�� lanuary 20, 2027 -��-�"`�---� ti
Notary Public
(Expiration of notary's commission does not invalidate this instrument}
I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDENG CQM1tiPANY {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 affrxed the seaf of tF�� Companies on this 9th day of April , 2025 .
'' +P� .... � q` � ., •.t) . - • �� �
.• 1 O N •. . ►t�� Cp „
. � ,� : ; Q�`- Pp' '° /
• pRQ�R,4 . o : • m_-"04 '44�•�s"• //f
:2 2V i`�..2: ; C> .�•..c• ��
:p: �:2 sn, .
:v'�. 2003 p�;,t�; •'�' 1�33 ����` Secretary
' � �;•, ��'� �
.•.,d� : ./: a� r 6��>yf-��./". •`1,3 :
••1�••••�•••�_`11�'' e`Vr_I •••u •• ••
POA0018 (6/24) +,�'•••••••`••`+•' '�•••��•,