Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
062102-FP3 - Construction-Related - Contract - Wright Construction Company, Inc.
-FP3 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): Water ® Sewer Original Contract Price: $1,520,073.80 Amount of Approved Change Order(s): $49,452.00 Revised Contract Amount: $1,569,525.80 Total Cost of Work Complete: $1,569,525.80 151-/G Da Eric Day (Dec B. 202 1:09:10 CST) Contractor Vice President Title Wright Construction Company, Inc. Company Name rl � M Project Inspector Ram TiWgYI Ram Ti-1 (Dec S. 202515:44'. 15 CST) Project Manager jz�� CFA Manager Lauren Prieur (Dec 8, 2025 16:00:06 CST) 199►IVA01r �i'•Ti 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 Pipe Report: © Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 135 WD Days Charged: 186 WD 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 WATER & SEWER 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 Friday, November 7, 2025 Page 1 of 5 City Project Numbers 105190 DOE Number 5190 Contract Name BELTMILL PHASE 4 Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER & SEWER For Period Ending 10/28/2025 Project Funding UNIT I: WATER IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 8" PVC WATER PIPE 4032 LF $48.00 $193,536.00 4032 $193,536.00 2 12" PVC WATER PIPE 1065 LF $99.00 $105,435.00 1065 $105,435.00 3 12" DIP WATER PIPE 107 LF $199.00 $21,293.00 107 $21,293.00 4 8" GATE VALVE 9 EA $2,605.00 $23,445.00 9 $23,445.00 5 12" GATE VALVE 4 EA $4,370.00 $17,480.00 4 $17,480.00 6 FIRE HYDRANT 4 EA $7,520.00 $30,080.00 4 $30,080.00 7 CONNECTION TO EXISTING 4"-12" WATER 3 EA $2,687.00 $8,061.00 3 $8,061.00 MAIN 8 CONNECTION TO EXISTING 36" WATER MAIN 1 EA $58,036.00 $58,036.00 1 $58,036.00 9 4"-12" PRESSURE PLUG 3 EA $726.00 $2,178.00 3 $2,178.00 10 DUCTILE IRON WATER FITTINGS W/ 5 TN $6,700.00 $33,500.00 5 $33,500.00 RESTRAINT 11 CSS ENCASEMENT FOR UTILITY PIPES 40 LF $145.00 $5,800.00 40 $5,800.00 12 24" CASING BY OPEN CUT 70 LF $240.00 $16,800.00 70 $16,800.00 13 2" COMBINATION AIR VALVE ASSEMBLY 1 EA $15,419.00 $15,419.00 1 $15,419.00 14 1" WATER SERVICE (CO#1)(CO#3) 164 EA $1,402.00 $229,928.00 164 $229,928.00 15 TRENCH SAFETY 5204 LF $1.00 $5,204.00 5204 $5,204.00 16 REMOVE AND DISPOSE OF CONC. 1150 SY $25.52 $29,348.00 1150 $29,348.00 PVMT.(CO#1) Sub -Total of Previous Unit $795,543.00 $795,543.00 UNIT Ik SANITARY SEWER IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 8" SEWER PIPE 4868 LF $58.00 $282,344.00 4868 $282,344.00 2 CSS ENCASEMENT FOR UTILITY PIPES 200 LF $157.00 $31,400.00 200 $31,400.00 3 4' MANHOLE 28 EA $4,951.00 $138,628.00 28 $138,628.00 4 4' DROP MANHOLE 1 EA $9,874.00 $9,874.00 1 $9,874.00 5 T EXTRA DEPTH MANHOLE 49.8 VF $816.00 $40,636.80 49.8 $40,636.80 6 T SEWER SERVICE(CO#1) 160 EA $1,470.00 $235,200.00 160 $235,200.00 7 CONNECT TO EXISTING 8" SEWER PIPE 3 EA $2,152.00 $6,456.00 3 $6,456.00 8 MANHOLE VACUUM TESTING 29 EA $176.00 $5,104.00 29 $5,104.00 Friday, November 7, 2025 Page 2 of 5 City Project Numbers 105190 Contract Name BELTMILL PHASE 4 Contract Limits Project Type WATER & SEWER Project Funding DOE Number 5190 Estimate Number 1 Payment Number 1 For Period Ending 10/28/2025 9 POST -CCTV INSPECTION 9736 LF $2.00 $19,472.00 9736 $19,472.00 10 TRENCH SAFETY 4868 LF $1.00 $4,868.00 4868 $4,868.00 -------------------------------------- Sub-Total of Previous Unit $773,982.80 $773,982.80 Friday, November 7, 2025 Page 3 of 5 City Project Numbers 105190 Contract Name BELTMILL PHASE 4 Contract Limits Project Type WATER & SEWER Project Funding Contract Information Summary Original Contract Amount Change Orders Change Order Number 1 Change Order Number 1 Change Order Number 3 DOE Number 5190 Estimate Number 1 Payment Number 1 For Period Ending 10/28/2025 81,520,073.80 $37,760.00 $10,290.00 $1,402.00 Total Contract Price $1,569,525.80 Total Cost of Work Completed $1,569,525.80 Less % Retained $0.00 Net Earned $1,569,525.80 Earned This Period $1,569,525.80 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 $1,569,525.80 Friday, November 7, 2025 Page 4 of 5 City Project Numbers 105190 Contract Name BELTMILL PHASE 4 Contract Limits Project Type WATER & SEWER Project Funding Project Manager NA Inspectors M.GLOVER / E.WALKER Contractor WRIGHT 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 $1,569,525.80 Less % Retained $0.00 Net Earned $1,569,525.80 Earned This Period $1,569,525.80 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 $1,569,525.80 Friday, November 7, 2025 Page 5 of 5 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 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: BF.TMILL PHASE 4 CITY PROJECT NUMBER: 105190 WATER PIPE LAID SIZE TYPE OF PIPE LF PVC 8" PVC 4032 PVC 12" PVC 1065 DIP 12 DIP 107 FIRE HYDRANTS: 4 VALVES (16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: YES NEW SERVICES: 1" COPPER 157 SEWER PIPE LAID SIZE TYPE OF PIPE LF PVC 8" PVC 4868 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: YES NEW SERVICES: 4" PVC 153 TRANSPORTATION AND PUBLIC WORKS The City of Fort Wordi • 1000 Throckmorton Street • Fort Worth, TX 76012-6311 (817) 392 - 7941 • Fax: (817) 392 - 7845 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: Water,Sewer 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, Ram TiweiYi Ram Tiwari (Dec 8, 202515:44:15 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)