Loading...
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) +,�'•••••••`••`+•' '�•••��•,