HomeMy WebLinkAbout062102-FP1 - Construction-Related - Contract - Wright Construction Company, Inc.-FP1
FORT WORTH.
City Secretary 62102
Contract No.
Date Received 12/8/2025
NOTICE OF PROJECT COMPLETION
(Developer Projects)
12/11/2025
The Transportation and Public Works Department upon the recommendation of the Project
Manager has accepted the following project as complete:
Project Name: Beltmill Phase 4
City Project No., 105190
Improvement Type(s): ❑ Paving ® Drainage ❑ Street Lights ❑ Traffic Signals
Original Contract Price:
$401,071.00
Amount of Approved Change Order(s):
$6,160.00
Revised Contract Amount:
$407,231.00
Total Cost of Work Complete:
$407,231.00
ErlG ba
L- Dy (Deg 8, 2025 1,07 77,
Contractor
Vice President
Title
Wright Construction Company Inc
Company Name
If aJa.
Project Inspector
Rave Tiwari
Project Manager
jzD�
CFA Manager
d°.7,,,;-1
Lauren Prieur (Dec 8, 20251559:21 CST)
TPW Director
12/08/2025
Date
12/08/2025
Date
12/08/2025
Date
12/08/2025
Date
12/08/2025
Date
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX Page 1 of 2
Notice of Project Completion
Project Name: Beltmill Phase 4
City Project No.: 105190
City's Attachments
Final Pay Estimate ❑x
Change Order(s): ❑x Yes ❑ N/A
Contractor's Attachments
Affidavit of Bills Paid
Consent of Surety
Statement of Contract Time
Contract Time: 135 Days Charged: 186
Work Start Date: 12/2/2024 Work Complete Date: 10/28/2025
Completed number of Soil Lab Test: 473
Completed number of Water Test: 13
Page 2 of 2
FORT WORTH
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name BELTMILL PHASE 4
Contract Limits
Project Type DRAINAGE
City Project Numbers 105190
DOE Number 5190
Estimate Number 1 Payment Number 1 For Period Ending 10/28/2025
WD
City Secretary Contract Number
Contract Date
Project Manager NA
Contractor WRIGHT CONSTRUCTION COMPANY, INC.
601 W. WALL ST.
GRAPEVINE, TX 76051-
Inspectors M.GLOVER / E.WALKER
Contract Time 13WD
Days Charged to Date 186
Contract is 100.00 Complete
Monday, November 10, 2025 Page 1 of 4
City Project Numbers 105190 DOE Number 5190
Contract Name BELTMILL PHASE 4 Estimate Number 1
Contract Limits Payment Number 1
Project Type DRAINAGE For Period Ending 10/28/2025
Project Funding
UNIT III: DRAINAGE IMPROVEMENTS
Item
Description of Items
Estimated Unit
Unit Cost
Estimated
Completed
Completed
No.
Quanity
Total
Quanity
Total
1
21" RCP, CLASS 111
482 LF
$83.00
$40,006.00
482
$40,006.00
2
24" RCP, CLASS lII
410 LF
$92.00
$37,720.00
410
$37,720.00
3
30" RCP, CLASS III
319 LF
$118.00
$37,642.00
319
$37,642.00
4
36" RCP, CLASS III
39 LF
$157.00
$6,123.00
39
$6,123.00
5
4' STORM JUNCTION BOX
5 EA
$7,017.00
$35,085.00
5
$35,085.00
6
4' DROP INLET
2 EA
$8,327.00
$16,654.00
2
$16,654.00
7
10' CURB INLET
12 EA
$8,822.00
$105,864.00
12
$105,864.00
8
2 1 " SLOPED END HEADWALL 4:1
3 EA
$3,277.00
$9,831.00
3
$9,831.00
9
30" SLOPED END HEADWALL 4:1
2 EA
$3,937.00
$7,874.00
2
$7,874.00
10
CONNECT TO EXISTING 36" RCP
1 EA
$2,303.00
$2,303.00
1
$2,303.00
11
4X4 POND OUTFALL STRUCTURE
1 EA
$9,492.00
$9,492.00
1
$9,492.00
12
REMOVE HEADWALL/SET
1 EA
$1,577.00
$1,577.00
1
$1,577.00
13
LARGE STONE RIPRAP, DRY (CO#3)
240 SY
$154.00
$36,960.00
240
$36,960.00
14
FLEXAMAT
535 SY
$110.00
$58,850.00
535
$58,850.00
15
TRENCH SAFETY
1250 LF
$1.00
$1,250.00
1250
$1,250.00
Sub -Total
of Previous Unit
$407,231.00
$407,231.00
Monday, November 10, 2025 Page 2 of 4
City Project Numbers 105190
Contract Name BELTMILL PHASE 4
Contract Limits
Project Type DRAINAGE
Project Funding
Contract Information Summary
Original Contract Amount
Change Orders
Change Order Number 3
Total Contract Price
DOE Number 5190
Estimate Number 1
Payment Number 1
For Period Ending 10/28/2025
$401,071.00
$6,160.00
$407,231.00
Total Cost of Work Completed $407,231.00
Less % Retained $0.00
Net Earned $407,231.00
Earned This Period $407,231.00
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
$407,231.00
Monday, November 10, 2025 Page 3 of 4
City Project Numbers 105190
Contract Name BELTMILL PHASE 4
Contract Limits
Project Type DRAINAGE
Project Funding
Project Manager NA
Inspectors M.GLOVER / E.WALKER
Contractor WEIGHT CONSTRUCTION COMPANY, INC.
601 W. WALL ST.
GRAPEVINE, TX 76051-
DOE Number 5190
Estimate Number 1
Payment Number 1
For Period Ending 10/28/2025
City Secretary Contract Number
Contract Date
Contract Time 135 WD
Days Charged to Date 186 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 $407,231.00
Less % Retained
$0.00
Net Earned
$407,231.00
Earned This Period S407,231.00
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
$407,231.00
Monday, November 10, 2025 Page 4 of 4
w V
U Z
Z W
Q W
S �
U SO
O
Z
O
Q
a
U
N
Q
a
}
F
U
m
D
0/
o
m
c
w
m
m
V
O
d
L
10
M
L
3
N
6
a
QI
r0
o
c
N
mLL
M
v
r
�
m
U
M
X
H4
LL
Z
O
U
}
LIJ
#
2
U
Q
Z
F
�
U
0
it
a
U
U
U
U
u.
X
ti
cD f-
O Cl)
Cl) N
M N
M M
r- n
s s
N
U7
}
N
c2
O
N
M
O
N
M
O�
u
N
F
3
o
G
0
O
q
0
O
00
O
00
O
=
�
J
U
N
N
O
4
�
O
o
O
0
O
O
O
N
0
W
w
R
h
N
N
�
❑ U
m
m
m
c
0
w
0
U
o
0
N
0
0
o
N
0
0
w
0
0
q
N
0
0
oq
o
w
U
U
o
>
Qa
o
«
o
N
q
q
^
U
0
a
u
❑
ai
0
w
m
o
w
o
o
N
m
o
w
w
Z �
U
o
o
� Q
z
^
v
d
`^
UN
Ci
d
Z
a
O
O
O
O
N
O
U
O
y p
S
N
W
w
N
w
O U
q
G
U
o
w
w
N
G
O
o
q
0
w
O
U
w
w
q
m
d
W
3
w
N
m
n
O
M
N
M
N
U
6
o
d
a
ri
m
N
I
'^
ri
n
N
0
U
0
O
0
o
N
0
o
N
0
N
0
N
c
N
a
�
N
O
e
w
H
a
n
w
U
w 0
O U
N
N
w
y
O
w
a
rz
�
�
0
W
U
Q
O
wU
L
Q
Q
QZ
0
�
9
Vf
O
L)
2
U
Q
F
F =
ZO 7
t~if
O
U
❑
N
Q
;L
4
(I
aU
U
❑
>
K
0
0❑
Q
❑
o
L
a
a
z
O
D
twi_)
w
ix
a
U
O
0O
-
p
OU
>
w
F-
U
Z
N
W
z
w
N
Ofr
W
Z
UU
O
j
H
0
w
U
Q
x
v
a
m
1 8
J
J
u �
z
ui
'It O
Q
C
O U U wui
O
K t w ti K w
a E a) a E
Q m Z H 10
¢ m z F-
z
2
w
O
cc
J
I-
0
ai v
m E i=
z
4 �
Q 4
3 z
W
T E
m m
v N
n >
z
E o
z
�
d
i m
0
m
N
0
N
O~
ti
C
cu
T�
To
v i
Uj
Lu"
r r
Ui
cc W
w
U,Z
Z
a W
= O
U O
N
O
Z
Z
O
H
a
a
u
Q
(1.
M"
U
0
W
d
m
N
O
v
N
L
Q.
N
N
O
O
O
N
O
N
M
E
c�
>
rn
N
o
v
O
to
N
o
M
n
n
U
w
m
x
3
it
U
U
Z
O
U
w
#
W
Z
F
W
WW'
U
�
U
w
it
w
0
O
#
a
U
)
C
O
U
U-
Xi
u.
cD f—
O C0
00 N
N N
0) 0)
Cl) M
r
L)
--
a to
N
N
N
Q
Z ❑
7
O
M
O
M
O
U
(A
r
oN
U
O
O
O
O
O
O
O
.
O
=
J
r
U
N
N
N
w
w
p
d
0
b
O O
❑U
O
0
w
O
0
b
N
0
N
O
0
b
N
W
w
rg
N
o
O
N
I
N
U
c
op
o
0
o
0
in
0
0
0
0
0
0
Z
U
w
w
w
.w
p
M
>
a0
N
N
n
o
U
`u
O
n
M
0
0
>
❑
m
o
y
?
r
w
0
U
F
N
U
o
N
0
:n
0
o
0
w
0
w
o
o
W
Z O
Q
U
o
V
p
m
0
MN
O
0
w
U
d p
❑ U
y0
v
a0
N
yy.
w
0
VI
0
U
.
o
0
o
0
0
0
0
o
0
g
0
�
w
3
ul
N
�
r
a
o
o
M
O
U
6
O
>
y
0
w
M
a
N
O
o
N
m
fV
M
n
w
o
W
w
tV
M
w
w
N
0
U
o
0
0
0
0
o
o
c
e
o
�
U
O
W
w
o
0
d
p
0
W O
❑u
N
N
N
61
❑
lr
w
w
a
r
Z
r
LU
K
O
l-
Q
Q
U
~
o
z
D
U
t=o
O
Z
S
O
Q
Q
F r
r
N
U
O
U
LLI
U
r
0 j
OU
UJ
N
QK
w
~
a
a
tQUy
U
W
W
z
U
t-
0
Q
0
Or
o
a
F
Z
O
O
N
m
>
Q
U
O
W
O
Z
N
F
Z
o
r
o
w
Z
D
O
cn
.
Q
r
O
W
U
U
Q
lY
r0
nW�
p
2
Q Qi
>K
w
E
pW
v a
v
E
d
E e
m z F
Q
3
m E
z
a
Q w
6
w
0
z
g
O
2
K
e
/j
o§
n
g
/
\
F-
a.
(
u
�
\
LAJ
/
m
|}%
2
\
{
§
7
a,
§
/)
!
2
b§
G
A
Q
4
)
\
k
§
j
b)
]
LLJ
\
0
\
(
C)
5ji
\ (
/ §
k �
(e
§!
0
°
°
■
#
m
7/
2
2
2
a
s■
\
|
§ �
_
2
0
}
}
S°
}
|
2
§
§
}
} )
§) °
)$f
)�
0
k
k
k
k
�
k
2
§
2
2
!
§ \
�
}
§ &
§
§
§
§
§
!
\
'co
!
lu
/w\
»
§
;ju
§
<
!
}
\
It
G}
e
2
6
8§
!i(
/
r)
»
o
�-
0
o
k
§`m§!*e
.
} k /
)
/ \ /
Q
\
)
)
e
FORT WORTH.
TRANSPORTATION AND PUBLIC WORKS
October 28, 2025
Wright Construction Company,lnc.
600 W. Wall St
Grapevine ,TX 76051
RE: Acceptance Letter
Project Name: Beltmill Phase 4
Project Type: Drainage
City Project No.: 105190
To Whom It May Concern:
On October 22, 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 28, 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 28, 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-
392-2237.
Sincerely,
Rci m Tiwan
Ram Tlwari (Dec 8, 2025 15:45:42 CST)
Ram Tiwari, P.E. , Project Manager
Cc: Eddie Walker, Inspector
Mike Glover, Inspection Supervisor
Daniel Roy, Senior Inspector
Andrew Goodman, Program Manager
Peloton Land Solutions, Consultant
Wright Construction Company, Inc. , Contractor
DR Horton - TX,LTD , Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Rev.8/20/19
AFFTDAVTT
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 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;
City Project No: 105190 - Wet Utilities Improvements for Rosewood (a-,)
Beltmill-Phase 4, City of Fort We
IM
Subscribed and sworn before me ,
101"111��
Notary Public
Tarrant, Texas �,�Yp�L JESSICA M. SORIA
Notary ID # 134746800
e My Commission Expires
vTEOF�+ February 05, 2028
MERCHANTS
BONDING COMPANY,.,
MERCHANTS BONDING COMPANY (MUTUAL) P.O. Box 14498, DES MOINES, IOWA 50306-3498
PHONE: (800) 678-8171 FAX: (515) 243-3854
CONSENT OF SURETY
TO FINAL PAYMENT
TO OWNER:
City of Fort Worth
100 Fort Worth Trail
Fort Worth, TX 76102
PROJECT:
Beltmitl Phase 4 / CPN 9105190
OWNER
ARCHITECT
CONTRACTOR
SURETY
OTHER
Bond No. 100340747
ARCHITECT'S PROJECT NO.:
CONTRACT FOR:
Water, Sewer and Storm Installation
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)
Merchants Bonding Company (Mutual)
P.O. Box 14498
Des Moines, Iowa 50306-3498
, SURETY,
on bond of
(Insert name and address of Contractory
Wright Construction Co., Inc.
600 W. Wall Strcet
Grapevine, TX 76051
,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
100 Fort Worth Trail
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: December 8, 2025
(Insert in writing the month followed by the numeric date and year.)
Merchants Bonding Company (Mutual)
(Surety)
Attest: l�
(Seal): Adam Syswerda, Witness (Signat re of aLWorized representative)
Kim Bracamonte Attorney -In -Fact
(Printed name and title)
Printed in cooperation with American Institute of Architects (AIA). The
language in this document conforms exactly to the language used in
CON 0405 (4/15) AIA Document G707-1994 Consent Of Surety to Final Payment.
MERCHANTS
BONDING COMPAIVY�
POWER OF ATTORNEY
Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.,
both being corporations of the State of Iowa, and MERCHANTS NATIONAL INDEMNITY COMPANY, an assumed name of Merchants
National Bonding, Inc., (herein collectively called the "Companies") do hereby make, constitute and appoint, individually,
Adam Syswerda; Charlie Fletcher; Elise White; Jennifer R Garcia; Kim Bracamonte; Laura Ibarra
their true and lawful Attomey(s)-in-Fact, to sign its name as surety(ies) and to 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 contracts 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 By-laws adopted by the Board of Directors of
the Companies.
"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 Attorney
or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship o obligations of the
Company, and such signature and seal when so used shall have the same force and effect as though manually fixed."
In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority 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 construction contracts
required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of
Transportation making payment of the final estimate to the Contractor and/or 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 of Highways only, it is agreed that the power and authority hereby given
to the Attomey-in-Fact cannot be modified or revoked unless prior written 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 12th day of November . 2025
MERCHANTS BONDING COMPANY (MUTUAL)
oXa>•tia coMA_ ,•,�pSioNq'�A•• NiuJiyoMERCHANTS NATIONAL BONDING, INC.
0.41tPoq ` ;� G gpOgq� a1;' � vFoq v a• MERCHANTS NATIONAL INDEMNITY COMPANY
h o H;
6' 1933 ti; 2003 ;;a �•, :D! f%
By
STATE OF IOWA
COUNTY OF DALLAS ss.
On this 12th day of November 2025 , before me appeared Lary Taylor, to me personally known, who being by me duly sworn
did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL), MERCHANTS NATIONAL BONDING, INC., and MERCHANTS
NATIONAL INDEMNITY COMPANY; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the
said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors.
�rR'P�s Penni Miller
O Commission Number 787952
z
• • My Commission Expires
iaWA January 20, 2027 CR!�
(Expiration of notary's commission !Votary Public
does not invalidate this instrument)
I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL), MERCHANTS NATIONAL BONDING, INC., and
MERCHANTS NATIONAL INDEMNITY COMPANY 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 affixed the seal of the Companies on this Sth day of December 2025
p1t1a Co • •P'(10Nq. ••,, `off J j4 •. /
:tiy:40RPOggj:YZ�: �y'4pK �lq�
116.
Z. :n� Secretary
1933 'yc,` •; ji ;A- ;�v 2003 Seetary
POA 0018 (5/25)