HomeMy WebLinkAbout061201-FP1 - Construction-Related - Contract - Wildstone Construction LLC-FP1
City Secretary 61201
Contract No.
FORT WO RT H« Date Received 12/1/2025
12/5/2025
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: Speedway 3 Industrial Park 1, 2, & 3
City Project No.: 104080
Improvement Type(s): Water 0 Sewer 0
Developer Cost
City Cost
Total Cost
Original Contract Price: Water
$1,523,480.06
$201,241.12
$1,724,721.18
Original Contract Price: Sewer
$503,429.01
$0.00
$503,429.01
Water and Sewer Contract Total
$2,026,909.07
$201,241.12
$2,228,150.19
Amount of Approved Change Order(s): Water & Sewer
$0.00
$0.00
$0.00
Revised Contract Amount: Water & Sewer
$0.00
$0.00
$0.00
Total Cost of Work Complete:
$2,026,909.07
$201,241.12
$2,228,150.19
Ah .0.4' 11/24/2025
Bryan Cr er (Nov ]4,]02515:55:58 CST)
Contractor Date
Project Manager
Title
Wildstone Construction LLC
Company Name
,,�W
Donald Wasson (Nov 26, 2-12:00:27 CST)
Project Inspector
Project Manager
CIA Manager
Lauren Priem (D-2, 2025 08 18:17 CST)
TPW Director
11/26/2025
Date
12/01/2025
Date
12/01/2025
Date
12/02/2025
Date
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Page 1 of 2
Notice of Project Completion
Project Name: Speedway 3 Industrial Park 1, 2, & 3
City Project No.: 104080
City's Attachments
Final Pay Estimate ❑x
Change Order(s): ❑ Yes ❑x N/A
Pipe Report: ❑x Yes ❑ N/A
Contractor's Attachments
Affidavit of Bills Paid
Consent of Surety 9
Statement of Contract Time
Contract Time: 140 WD Days Charged: 223 WD
Work Start Date: 7/22/2024 Work Complete Date: 8/26/2025
Completed number of Soil Lab Test: 237
Completed number of Water Test: 64
FORT WORTH
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name SPEEDWAY 3 INDUSTRIAL PARK
Contract Limits
Project Type WATER & SEWER
City Project Numbers 104080
DOE Number 4080
Estimate Number 1 Payment Number 1 For Period Ending 8/26/2025
WD
City Secretary Contract Number
Contract Date
Project Manager NA
Contractor WILDSTONE CONSTRUCTION
P O BOX 164429
FORT WORTH, TX 76161
Inspectors D. WATSON / S. JOHNSON
Contract Time 149VD
Days Charged to Date 223
Contract is 100.00 Complete
Monday, October 20, 2025 Page 1 of 5
City Project Numbers 104080
Contract Name SPEEDWAY 3 INDUSTRIAL PARK
Contract Limits
Project Type WATER & SEWER
Project Funding
UNIT L• WATER IMPROVEMENTS
Item Description of Items
No.
----------------
1 REMOVE CONCRETE DRIVE
2 REMOVEASPHALT PVMT
3 16" PRESSURE PLUG
4 4"-12" PRESSURE PLUG
5 SWPPP >1 ACRE
6 10" WIDE ASPHALT PVMT REPAIR,
7 CONC PVMT REPAIR, ARTERIALANDUSTRIAL
8 SEEDING, BROADCAST
9 TRENCH SFETY
10 UTILITY MARKERS
11 IMPORTED EMBEDMENTBACKFILL, CLSM
12 DUCTILE IRON WATER FIRRINGS W/
RESTRAINT
13 8" PVC WATER PIPE
14 10" PVC WATER PIPE
15 12" 8" PVC WATER PIPE, CLSM BACKFILL
16 12" PVC WATER PIPE
17 16" DIP WATER
18 16" PVC C905 WATER PIPE
19 FIRE HYDRANT
20 CONNECTION TO EXISTING 16" WATER MAIN
21 CONNECTION TO EXISTING 4"-12" WATER
22 2" COMBINATION AIR VALVE ASSEMBLY FO
WATER
23 2" WATER SERVICE
24 8" GATE VALVE
25 10" GATE VALVE
26 12" GATE VALVE
27 16" GATE VALVE W/ VAULT
28 12" CUT IN GATE VALVE
29 TRAFFIC CONTROL
DOE Number 4080
Estimate Number 1
Payment Number 1
For Period Ending 8/26/2025
Estimated
R
Unit
Unit Cost
Estimated
Completed
Completed
Quanity
Total
Quanity
Total
540
SF
$3.50
$1,890.00
540
$1,890.00
144
SY
$15.00
$2,160.00
144
$2,160.00
1
EA
$950.00
$950.00
1
$950.00
7
EA
$250.00
$1,750.00
7
$1,750.00
1
LS
$16,263.75
$16,263.75
1
$16,263.75
130
LF
$165.05
$21,456.50
130
$21,456.50
60
SY
$113.50
$6,810.00
60
$6,810.00
11629
SY
$0.46
$5,349.34
11629
$5,349.34
7157
LF
$2.12
$15,172.84
7157
$15,172.84
1
LS
$1,250.00
$1,250.00
1
$1,250.00
21.6
CY
$85.05
$1,837.08
21.6
$1,837.08
6
TN
$15,386.99
$92,321.94
6
$92,321.94
18
LF
$173.33
$3,119.94
18
$3,119.94
28
LF
$84.64
$2,369.92
28
$2,369.92
31
LF
$459.71
$14,251.01
31
$14,251.01
3522
LF
$136.70
$481,457.40
3522
$481,457.40
63
LF
$320.00
$20,160.00
63
$20,160.00
3495
LF
$148.72
$519,776.40
3495
$519,776.40
18
EA
$9,742.17
$175,359.06
18
$175,359.06
1
EA
$5,724.00
$5,724.00
1
$5,724.00
1
EA
$6,369.00
$6,369.00
1
$6,369.00
2
EA
$15,770.00
$31,540.00
2
$31,540.00
6
EA
$3,455.50
$20,733.00
6
$20,733.00
1
EA
$3,693.00
$3,693.00
1
$3,693.00
3
EA
$3,693.00
$11,079.00
3
$11,079.00
12
EA
$4,251.50
$51,018.00
12
$51,018.00
7
EA
$28,116.00
$196,812.00
7
$196,812.00
1
EA
$6,548.00
$6,548.00
1
$6,548.00
3
MO
$2,500.00
$7,500.00
3
$7,500.00
Monday, October 20, 2025 Page 2 of 5
City Project Numbers 104080
Contract Name SPEEDWAY 3 INDUSTRIAL PARK
Contract Limits
Project Type WATER & SEWER
Project Funding
DOE Number 4080
Estimate Number 1
Payment Number 1
For Period Ending 8/26/2025
Sub -Total of Previous Unit $1,724,721.18 $1,724,721.18
UNIT II: SANITARY SEWER IMPROVEMENTS
Item
Description of Items
Estimated Unit
Unit Cost
Estimated
Completed
Completed
No.
Quanity
Total
Quanity
Total
---------------------------------------
30
REMOVE CONCRETE DRIVE
81 SF
$3.50
$283.50
81
$283.50
31
REMOVE CONC PVMT
160 SY
$15.00
$2,400.00
160
$2,400.00
32
REMOVE ASPHALT PVMY
80 SY
$15.00
$1,200.00
80
$1,200.00
32
SWPP> 1 ACRE
1 LS
$5,421.25
$5,421.25
1
$5,421.25
33
10" WIDE ASPHALT PVMT REPAIR,
72 LF
$164.44
$11,839.68
72
$11,839.68
INDUSTRIAL
34
CONC PVMT REPAIR, ARTERIALANDUSTRIAL
241 SY
$185.87
$44,794.67
241
$44,794.67
35
SEEDING, BROADCAST
6250 SY
$0.46
$2,875.00
6250
$2,875.00
36
MANHOLE VACUUM TESTING
8 EA
$200.00
$1,600.00
8
$1,600.00
37
TRENCH SAFETY
1875 LF
$2.06
$3,862.50
1875
$3,862.50
38
TRENCH WATER STOPS
3 EA
$2,239.00
$6,717.00
3
$6,717.00
39
8" SEWER PIPE
117 LF
$107.59
$12,588.03
117
$12,588.03
40
8" SEWER PIPE, CSS BACKFILL
20 LF
$184.59
$3,691.80
20
$3,691.80
41
12" SEWER PIPE
1658 LF
$145.91
$241,918.78
1658
$241,918.78
42
12" SEWER PIPE, CSS BACKFILL
80 LF
$222.91
$17,832.80
80
$17,832.80
43
T MANHOLE
8 EA
$15,800.50
$126,404.00
8
$126,404.00
44
TEXTRA DEPTH MANHOLE
50 VF
$250.00
$12,500.00
50
$12,500.00
45
TRAFFIC CONTROL
3 MO
$2,500.00
$7,500.00
3
$7,500.00
Sub -Total of Previous Unit
$503,429.01
$503,429.01
Monday, October 20, 2025 Page 3 of 5
City Project Numbers 104080 DOE Number 4080
Contract Name SPEEDWAY 3 INDUSTRIAL PARK Estimate Number 1
Contract Limits Payment Number 1
Project Type WATER & SEWER For Period Ending 8/26/2025
Project Funding
Contract Information Summary
Original Contract Amount $2,246,150.19
Change Orders
Total Contract Price $2,228,150.19
Total Cost of Work Completed $2,228,150.19
Less % Retained $0.00
Net Earned $2,228,150.19
Earned This Period $2,228,150.19
Retainage This Period $0.00
Less Liquidated Damages
Days @ / 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
$2,228,150.19
Monday, October 20, 2025 Page 4 of 5
City Project Numbers 104080
Contract Name SPEEDWAY 3 INDUSTRIAL PARK
Contract Limits
Project Type WATER & SEWER
Project Funding
Project Manager NA
Inspectors D. WATSON / S. JOHNSON
Contractor WILDSTONE CONSTRUCTION
P O BOX 164429
FORT WORTH, TX 76161
DOE Number 4080
Estimate Number 1
Payment Number 1
For Period Ending 8/26/2025
City Secretary Contract Number
Contract Date
Contract Time 140 WD
Days Charged to Date 223 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 $2,228,150.19
Less % Retained
$0.00
Net Earned
$2,228,150.19
Earned This Period $2,228,150.19
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
$2,228,150.19
Monday, October 20, 2025 Page 5 of 5
FORT WORTH
TRANSPORTATION AND PUBLIC WORKS
PIPE REPORT FOR:
PROJECT NAME: Speedway 3
CITY PROJECT NUMBER: 104080
WATER
PIPE LAID SIZE TYPE OF PIPE LF
PVC 8" DR 14 18 LF
PVC
10"
DR 14
28 LF
Ductile Iron Pipe
12"
31 LF
PVC
12"
DR 14
3,522 LF
Ductile Iron Pipe
16"
63 LF
PVC
16"
DR 18
3,495 LF
FIRE HYDRANTS: 18 EA
VALVES (16" OR LARGER)
7 EA
PIPE ABANDONED
SIZE
TYPE OF PIPE
LF
DENSITIES:
NEW SERVICES:
2"
Copper
60.00 LF
SEWER
PIPE LAID
SIZE
TYPE OF PIPE
LF
PVC
8"
SDR 26
137
PVC
12"
SDR 26
1,730 LF
PIPE ABANDONED
SIZE
TYPE OF PIPE
LF
DENSITIES:
NEW SERVICES:
TRANSPORTATION AND PUBLIC WORKS
The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311
(817) 392 - 7941 • Fax: (817) 392 - 7845
FORTWORTH.
M"
TRANSPORTATION AND PUBLIC WORKS
September 15, 2016
Wildstone Construction LLC,
12850 Highway 287
Fort Worth Tx 76052
RE: Acceptance Letter
Project Name: Speedway 3 Industrial Park Building 1, 2, & 3
Project Type: Water & Sewer Improvements
City Project No.: 104080
To Whom It May Concern:
On September 3, 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 October 15, 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 October 15, 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-
392-8424.
Sincerely,
Adhikari, Sandip RE, Project Manager
Cc: Edgar Estrada, Inspector
Don Watson , Inspection Supervisor
Aaron Ybarra, Senior Inspector
Andrew Goodman P.E, Program Manager
GM Civil Engineering & Survey, Consultant
Wildstone Construction LLC, Contractor
SCANNEL PROPERTIES, 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 John Kolb,
President Of Wildstone Construction, LLC, 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;
CPN 104080 Speedway 3 Industrial Park 1, 2,
131
John Kolb, -President
Subscribed and sworn before me on this datj(,`1 st of October, 2 02 5.
VWJIMA I 4 �
INA
Notary Public
��`%IY P/�// AMANDA LElGI PATRED"I
Tarrant County, Texas o�°�••• Lg,:
_ r; ,:Notary Public, State o! Texas
}e= Comm. Expires 05.08-2027
Notary ID 134346448
CONSENT OF SURETY
TO FINAL PAYMENT
Conforms with the American Institute of
Architects, AIA Document G707
TO OWNER:
(Name and address)
City of Fort Worth
1000 Throckmorton,
Fort Worth, TX 76102
PROJECT:
(Name and address)
Speedway 3 Industrial Park Building 1, 2, & 3 Water & Sewer Improvements
Bond No: 108027011
OWNER
ARCHITECT
CONTRACTOR
SURETY
OTHER
ARCHITECT'S PROJECT NO.:
CONTRACTFOR: OCP: $2,228,150.19
FCP: $2,228,150.19
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)
Travelers Casualty and Surety Company of America
One Tower Square,
Hartford, CT 06183
on bond of
(Insert name and address of Contractor)
Wildstone Construction, LLC
12850 US-287,
Fort Worth, TX 76052
,SURETY;
,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
1000 Throckmorton,
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 21, 2025
(Insert in writing the month followed by the numeric date and year.)
Attest: Cr
Colin Foster, Witness
Travelers Casualty and Surety Company of America
(Surety)
(Signature of aut orized represen ve)
Sean J McCauley, Jr. Attorney -in -Fact
(Printed name and title)
S-2134/GE 10/01
XDP
Travelers Casualty and Surety Company of America
orRA Gb roc '�" Travelers Casualty and Surety Company
1 LERS St. Paul Fire and Marine Insurance Company
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and
St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein
collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint SEAN J MCCAULEY JR of
DALLAS , Texas , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and
acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory 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.
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April,
2021.
,+^ JA�tV ava
WARTFftiait�ross! 4P 9u�
Si�GONM ,^. m CONK
�
State of Connecticut
City of Hartford ss.
By:
Robert L. Rane , enior Vice President
On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior
Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the
purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer.
IN WITNESS WHEREOF, I hereunto set my hand and official seal'a von t
e NOTARY
My Commission expires the 30th day of June, 2026 t� �+►
Anna P. Nowik, Notary Public
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of
the Companies, which resolutions are now in full force and effect, reading as follows:
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice
President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint
Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority
may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings
obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may
remove any such appointee and revoke the power given him or her; and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or
any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided
that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance,
or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive
Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the
Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;
or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her
certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President,
any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to
any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -
Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of
Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed
and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or
understanding to which it is attached.
I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a
true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect.
Dated this 21st day of October , 2025
y �,�f6w+5U�g.�F,lp (p V4.�tY.'�M1'O ,ry�ry�e
+'iCgg
�+e� �� ,y CONN. � a"
W 4 • � ^Y�
Kevin E. Hughes, Assi tant Secretary
To verify the authenticity of this Power ofAttorney, please call us at 1-800-421-3880.
Please refer to the above -named Attorneys) -in -Fact and the details of the bond to which this Powerof Attorney is attached,