Loading...
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,