Loading...
HomeMy WebLinkAboutContract 61369-FP2FORT WORTH® �--...... _, -FP2 City Secretary 61369 Contract No. _____ _ Date Received l0/2/2025 10/08/2025 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: Longhorn Estates Phase 1 City Project No.: 105087 Improvement Type(s): □ Paving IZI Drainage □Street Lights □Traffic Signals Original Contract Price: Amount of Approved Change Order(s): Revised Contract Amount: Total Cost of Work Complete: I !:,�;1�1�� ,,�f,!.!!�t Contractor Vice President Title Wright Construction Company Name Mi � ee 301 202515:32:22 CDT) Project Inspector Khat ,7aafari ?. f5. !Sbal !i1i1li11:il:!E (Sl:i;;IJ 2112�1§·�·!1Hllll Project Manager � CFA Manager �-� Lauren Prieur !Oct 31202511:10:16 CDTl TPW Director � Asst. City Manager 09/30/2025 Date 09/30/2025 Date 10/01/2025 Date 10/02/2025 Date 10/03/2025 Date 10/07/2025 Date $4,384,347.00 $4,384,347.00 Page 1 of 2 Notice of Project Completion Project Name: Longhorn Estates Phase 1 City Project No.: 105087 City's Attachments Final Pay Estimate 0 Change Order(s): ❑ Yes 0 N/A Contractor's Attachments Affidavit of Bills Paid � Consent of Surety � Statement of Contract Time Contract Time: 275 Days Charged: 281 Work Start Date: 3/23/2024 Work Complete Date: 9/16/2025 Completed number of Soil Lab Test: 1,925 Completed number of Water Test: 60 Page 2 of 2 CITY OF FORT WORTH Contract Name Longhorn Estates Phase 1 Contract Limits Project Type DRAINAGE DOE Number 5087 Estimate Number 1 Payment Number 1 For Period Ending 9/16/2025 FINAL PAYMENT REQUEST City Secretary Contract Number 281 WD Contract Date WRIGHT CONSTRUCTION COMPANY, INC. NA 601 W. WALL ST. GRAPEVINE TX 76051- M.GLOVER M.PERKINS 275WDContract Time Days Charged to Date CompleteContract is 100.00 Contractor , /Inspectors Project Manager City Project Numbers 105087 Wednesday, September 17, 2025 Page 1 of 5 Contract Name Longhorn Estates Phase 1 Contract Limits Project Type DRAINAGE DOE Number 5087 Estimate Number 1 Payment Number 1 For Period Ending 9/16/2025 Project Funding City Project Numbers 105087 UNIT III: DRAINAGE IMPROVEMENTS Item No.Description of Items Estimated Quanity Unit Unit Cost Estimated Total Completed Quanity Completed Total 1 MEDIUM STONE RIPRAP, GROUTED 1292 SY $149.00 $192,508.00 1292 $192,508.00 2 TRENCH SAFETY 12803 LF $1.00 $12,803.00 12803 $12,803.00 3 21" RCP, CLASS III 736 LF $81.00 $59,616.00 736 $59,616.00 4 24" RCP, CLASS III 2434 LF $90.00 $219,060.00 2434 $219,060.00 5 27" RCP, CLASS III 506 LF $106.00 $53,636.00 506 $53,636.00 6 30" RCP, CLASS III 208 LF $112.00 $23,296.00 208 $23,296.00 7 36" RCP, CLASS III 924 LF $143.00 $132,132.00 924 $132,132.00 8 42" RCP, CLASS III 854 LF $206.00 $175,924.00 854 $175,924.00 9 48" RCP, CLASS III 2576 LF $241.00 $620,816.00 2576 $620,816.00 10 3'X2' BOX CULVERT 108 LF $222.00 $23,976.00 108 $23,976.00 11 4'X2' BOX CULVERT 75 LF $252.00 $18,900.00 75 $18,900.00 12 4'X4' BOX CULVERT 863 LF $276.00 $238,188.00 863 $238,188.00 13 5'X4' BOX CULVERT 1210 LF $332.00 $401,720.00 1210 $401,720.00 14 5'X5' BOX CULVERT 321 LF $384.00 $123,264.00 321 $123,264.00 15 6'X5' BOX CULVERT 1268 LF $451.00 $571,868.00 1268 $571,868.00 16 4' STORM JUNCTION BOX 17 EA $7,471.00 $127,007.00 17 $127,007.00 17 5' STORM JUNCTION BOX 11 EA $9,836.00 $108,196.00 11 $108,196.00 18 6' STORM JUNCTION BOX 4 EA $11,715.00 $46,860.00 4 $46,860.00 19 7' STORM JUNCTION BOX 1 EA $15,345.00 $15,345.00 1 $15,345.00 20 8' STORM JUNCTION BOX 10 EA $15,675.00 $156,750.00 10 $156,750.00 21 24" SET, 1 PIPE 2 EA $3,985.00 $7,970.00 2 $7,970.00 22 30" SET, 1 PIPE 1 EA $5,250.00 $5,250.00 1 $5,250.00 23 36" SET, 1 PIPE 2 EA $5,495.00 $10,990.00 2 $10,990.00 24 42" SET, 1 PIPE 1 EA $6,210.00 $6,210.00 1 $6,210.00 25 48" SET, 1 PIPE 2 EA $6,650.00 $13,300.00 2 $13,300.00 26 10' CURB INLET 41 EA $8,251.00 $338,291.00 41 $338,291.00 27 15' CURB INLET 5 EA $10,091.00 $50,455.00 5 $50,455.00 28 20' CURB INLET 8 EA $11,766.00 $94,128.00 8 $94,128.00 29 4' DROP INLET 6 EA $7,621.00 $45,726.00 6 $45,726.00 30 5' DROP INLET 3 EA $12,461.00 $37,383.00 3 $37,383.00 31 5'X2' BOX CULVERT 620 LF $304.00 $188,480.00 620 $188,480.00 Wednesday, September 17, 2025 Page 2 of 5 Contract Name Longhorn Estates Phase 1 Contract Limits Project Type DRAINAGE DOE Number 5087 Estimate Number 1 Payment Number 1 For Period Ending 9/16/2025 Project Funding City Project Numbers 105087 32 SETP-CD HEADWALL (5'X2' RCB, 5 PIPES & 5'X4' RCB, 1 PIPE) 2 EA $35,250.00 $70,500.00 2 $70,500.00 33 SETP-CD HEADWALL (5'X5' RCB, 1 PIPE)1 EA $15,285.00 $15,285.00 1 $15,285.00 34 SETP-CD HEADWALL (6'X5' RCB, 1 PIPE)1 EA $17,870.00 $17,870.00 1 $17,870.00 35 SETB-SW-0 HEADWALL (5'X5' RCB, 1 PIPE)1 EA $19,960.00 $19,960.00 1 $19,960.00 36 SETP-CD HEADWALL (2'X4', 1 PIPE)2 EA $7,695.00 $15,390.00 2 $15,390.00 37 SETP-CD HEADWALL (2'X3', 2 PIPE)2 EA $13,195.00 $26,390.00 2 $26,390.00 38 CONCRETE LINER FOR POND SPILLWAY 951 SY $104.00 $98,904.00 951 $98,904.00 $4,384,347.00 $4,384,347.00Sub-Total of Previous Unit Wednesday, September 17, 2025 Page 3 of 5 Contract Name Longhorn Estates Phase 1 Contract Limits Project Type DRAINAGE DOE Number 5087 Estimate Number 1 Payment Number 1 For Period Ending 9/16/2025 Project Funding City Project Numbers 105087 Contract Information Summary Change Orders $4,384,347.00Original Contract Amount $4,384,347.00Total Contract Price $4,384,347.00 Less Total Cost of Work Completed % Retained $0.00 Net Earned $4,384,347.00 Plus Material on Hand Less 15%$0.00 Balance Due This Payment $4,384,347.00 Less Liquidated Damages Days @ / Day $0.00 Less Penalty LessPavement Deficiency $0.00 $0.00 $0.00Less Previous Payment Earned This Period Retainage This Period $4,384,347.00 $0.00 Wednesday, September 17, 2025 Page 4 of 5 Contract Name Longhorn Estates Phase 1 Contract Limits Project Type DRAINAGE DOE Number 5087 Estimate Number 1 Payment Number 1 For Period Ending 9/16/2025 Project Funding City Project Numbers 105087 Line Fund Account Center Amount Funded Gross Retainage Net CITY OF FORT WORTH SUMMARY OF CHARGES $4,384,347.00 Less Total Cost of Work Completed % Retained $0.00 Net Earned $4,384,347.00 Plus Material on Hand Less 15%$0.00 Balance Due This Payment $4,384,347.00 Less Liquidated Damages 0 Days @ $0.00 / Day $0.00 Less Penalty LessPavement Deficiency $0.00 $0.00 $0.00Less Previous Payment Earned This Period Retainage This Period $4,384,347.00 $0.00 City Secretary Contract Number 281 WD Contract Date WRIGHT CONSTRUCTION COMPANY, INC. NA 601 W. WALL ST. GRAPEVINE TX 76051- M.GLOVER M.PERKINS 275 WD Contract Time Days Charged to Date CompleteContract is 100.000000 Contractor , /Inspectors Project Manager Wednesday, September 17, 2025 Page 5 of 5 F�4RT VVORTH� TRANSPORTATION AND PUBLIC WORKS September 16, 2025 Wright Construction Co. Inc. 600 W. Wall St. Grapevine TX 76051 RE: Acceptance Letter Project Name: Longhorn Estates Phase 1 Project Type: Water, Sanitary Sewer City Project No.: 105087 To Whom It May Concern: On August 29, 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 September 16, 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 September 16, 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 817- 392-7830. Sincerely, l�G�aG ,7aa fa�i � � Kr�� i �d�ta r� e e. ;o�e i_ zozs ie:as:o� c or� Khal Jaafari, Project Manager Cc: Michael Perkins, Inspector Mike Glover, Inspection Supervisor Randy Horton, Senior Inspector Andrew Goodman, Program Manager Pape-Dawson, Consultant Wright Construction, Contractor DR 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 sieposed and sa�d; That all persons, firms, associatior.s, carporations, or other organizations furnishing labor an�i/or materzals have beeii p�id in 1iz11; 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 #1O50S7, IPRC #23-0129 Longhorn Estates Phase 1, at or near W. Cleburne Rd & Longhorn Trai�, Crowley, : Kevin �:ittle�lci / Controller Subscribed and sworn before me on this date 29th of September, 2025. r� ,�J / I��l.��� ot�ry Public Tarrant, TX ��rtYAVBG �ESSICA M. SORIA � �Notary ID # 134745800 q N1y Commission Expires oT9%'fpF�i+� February 05, 2028 �ERCHAI�ITS � BONDING COMPANY�� MERCHAN�I�S BONDING COMFAIVY(MUTUAL) I'.O. BOX �4498, D�5 MO[NES, IoWA50306-3498 PHot��: (800) 678-8371 Fnx: (515) 243-3854 OWNER CONSENT OF SURETY CONTRACTOR TO FINAL PAYMENT SURETY pTHER Bond No. 1�6340731 TO OWNER: Ciry of Fort worth 20Q 7exas Street Fart Worth, TX 76102 �:Z�lqxi�� Longhorn Estates Pf�ase 1 1 Si#e Utilities ARCHITECT'S PROJEC7 NO.: CON7RAGT FOR: Site Utilities COiV�RACT DATED: ■ � �� ■ ■ In accordance with the pro�isions of the Cantract between the Owner and ihe Contractor as indicated above, the (Insert name and address ai Surety) Merchants Bonding Company (Mutual) P.O. Box 14498 Des Moines, lowa 50306-3498 on bond of (Insert name and address of Conlractor) Wright Construction Co., Inc. 600 W. Wall Street Grapevine, TX 7605'E , SURETY, , CON7RACTOR, hereby ap�ro�es of the final payment to the Contractor, and agrees that finai paym�nt to ihe Contractor shall not relieve the Surety af any of its abligations to (Insen name and address af Owner) Gity af Fort Worth 20Q Texas Street Fort Warth, TX 75102 as set forth in said Surety's bond. , OW�fER, IiV WITIVESS WHEREOF, the Surety has hereunto set its hand on this date: September 23, 2a25 (Inseri in writing the month followed by the numeric data and year.) Merchants Bonding Company (Mutual} (Sure€y) � Attest: � rV't-!i�'�yy1,i';'�L�C� (Sea1): Adam 5yswerda, Witness CON 0405 (4115) Kim Bracamonte Attomev-In-Fact (Prinled name and tiiiej Printed in cooperation with American Institute af Architects (AIA). TF�e la�guage in tE�is document conforms exactly to the language used in AIA Document G707-1994 Consent Of Sur�ty ta Final Paym�nt. MERCHA[�TT`S�� BONDING COMPANYTM POWER OF ATTORNEY Know AII Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) artd MERCHANTS NATIONAL BONDING, INC., both being oorporations of the State of lowa, d/b!a Merchants National Indemniiy Campany (tn Cafiforrda ortty) (herein coileclively called the "Companies'� do hereby make, constltute and appoint, irtdividua[ty, Adam Syswerda; Crystal Langhom; Jennifer R Garcia; Kim Bracamonte; Michelle Milstead; Robert Gaudette; Steven W Lewis their true and lawful Attomey(s)dn-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instrurr�ents in the nature thereof, on behatf of fhe Companias in their business of guaranteeing the fidelity of pe�sons, guararrteeing the perfortnance of conVads and executirsg or guaranteeing bonds and undertakings required or permitted in any adlons or prooeedings allowed by Isw. This Power-of-Attomey is granted and is signed artd sealed by facsimile under and by suthority of the tollowing By-Laws adopted by d►e Boarcl of Directors of Merohartts Bonding Campany (Mutual) on Apr[123, 2011 and arriertded August 14, 2015 and April 27, 2024 and adopted by the Boatrl of Directors of Merchants National Bortdirsg, �nc., on october 16, 2015 and amended on April 27, 2024. "The Presiderrt, Secretary, Treasurer, or any Assistant Treasurer cr any Assistant Secreiary or sny Vice Prestdent shafl have power and auihority to appoint ABomeys-in-Fad, and to authorize them to execute an behalf of the Company, and attach the seal of the Company theteto, bonds artd urtderiakings, recognizances, coMrads of indemnity and otherwritings obfigatory in the nature thereof." "The sigrtature of any authorized off�cer and the seal of the Company may be aifixed by tacsimfle or eleGronic transmtsston to any Power of Attomey or Certiflcatlon thereof suthorizing the euecuttan and deGvery of any bcrtd, undertaking, recognizanoe, or other suretyship obligffiions of fhe Company, and such signature and seal when so used sha[I have the same force and eftect as though manuaUy fixed:' In connection with obfiga8ons in favor of the Florida Departnteret of Trenspo�tation only, it ts agreed that the power and aut hority hereby given to the Attomey-tn-Fact irtdudes any and all consents for the release of retained percerttages andlor flnal estimates en engineering and construction oontracts required by the State of Florida Department of Transpo�tatlon. It is t�liy understood that conserrting to the State of Florida DepartmerH of Transpartation making payment of the fuial estimate to the Contractar and/or Ets assignee, sha0 not relieve this surety company of any of its obligatians �nder its bond. In connection wiUi obligatians in favor of the Kentucky Department of Highways only, it is sgreed that the power and authwtty hereby given to the Attomey-in-Fact canrtot � mod[�ed or revoked unless prior written �sersonal notioe of such intertt has been given to the Commissioner- Depattrnent of Highways of the Commornvealth of Kentucky at teast thtrty (30) days prior to the modif�catien or revocaUon. In Witness Whereof, the Companies have caused this instrument to be sfgned and sealed fhis 22Rd day of Apri1 . 2025 • �,........,� .•'���P�1� Nq� •��'•. 'Z Zv��po R4�'p�Os ; j':, 2003 ;;o; %d�• : �� : .,.. �., .:� ,.,. .•""'•. •' O�N� ���j,c• ;Oo�oRFOq .9• . • ��� '��.'%i ��:•_ -O- 0•�,ri •z:' :3• 's� 1933 • y • c: • � ��ti. •d . . .,��.. ..`�a: . � MERCHANTS BONDING COMPANY {MUTUAL) MERCHANTS NATIONAL BONDING, INC. dlWa MERCHANTS ATiONAL INDEINNITY COkIPANY By � ���I��� President STATE OF IOWA '•. � .•' '• .• COUNTY OF DALLAS ss. ���"""'��� • � � � � � On this 22nd day of April 2025 before me appeared Larry Taylor, to rrie personalty knawn, who beirtg by me duiy swom did say that he is Presidertt of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and tttat the seals affixed to the foregotng instrument are the Corporate Seals of the Companies; and that the said instr�ment was signed and sealed in beha[f of the Companies by authority of iheir respective Boards of Direetors. o R�A�s Penni Miiler - � Z �� Commfssian Namber 787952 • • My Commission Expires �owA January 20, 2027 Notary Public (Expfratlon of notary's commissEon does not tnva[Edate this insbumer�t) I, E[isabeth Sandersfetd, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATiONAL BONDII�G, INC., do hereby certiiy that the above and foregotrtg is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is sG[I in full foroe and etfect and has not been art�ended or revoked. In Witness Whereof, POA 0018 (6/24) I have hereunto set my hartd �.••'�t10Nq''•• P � '• ,i �oapo Rq�`��v ; j :, 2Q03 ; ;� :�d�• : ���. .,���j,'• •• � ••• _; ��. and affoaed the seai of ffie Companies on this 23rd day af September , 2025 . . •. •. , �. l� =��.� ��. . -.�p �.; . . oQ-�OpP�Aq�,y,� � �j� : � y ��:_ -O- �%.�i �i�� �= : a � 1933 : � Secretary � • y;. : �►• . . b •a�• ..�;k., ..•� �� � � . •••...••