Loading...
HomeMy WebLinkAbout061514-FP1 - Construction-Related - Contract - Wright Construction Company, Inc.FORTWORTHo -FP1 City Secretary Contract No. 61514 Date Received 1/15/2026 AT 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: Lone Star at Liberty Trails Phase 1 B City Project No.: 105130 Improvement Type(s): ❑ Paving 0 Drainage ❑ Street Lights ❑ Turn Lane Original Contract Price: $1,264,113.00 Amount of Approved Change Order(s): Revised Contract Amount: Total Cost of Work Complete: ��i� ba,y ���_ �,. ,��,, ���fi�,o, :,�s�� Contractor Vice President Title WRIGHT CONSTRUCTION COMPANY, INC. $1,264,113.00 O1/14/2026 Date Company Name �'� u/�e�,. Project Inspector �� ���3 Project Manager o�� CFA Manager ��,�..,?,,:,.,,� �aurer, Pr,e�r u�� ie, zoze iz:is:oe csrl TPW Director OFFICIAL RECURD CITY SECRETARY FT. WORTH, TX O1/14/2026 Date O1/15/2026 Date O1/15/2026 Date O1/16/2026 Date Page 1 of 2 Notice of Project Completion Project Name: Lone Star at Liberty Trails Phase 1 B City Project No.: 105130 City's Attachments Final Pay Estimate x❑ Change Order(s): ❑ Yes 0 N/A Contractor's Attachments � Affidavit of Bills Paid �` Consent of Surety �� Statement of Contract Time Contract Time: 55 WD Days Charged: 278 WD Work Start Date: 8/6/2024 Work Complete Date: 12/2/2025 Completed number of Soil Lab Test: 1092 Completed number of Water Test: 22 Page 2 of 2 F���r ���Tx CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name LONE STAR AT LIBERTY TRAILS PHASE 1B Contract Limits Project Type DRAINAGE City Project Numbers 105130 DOE Number 5130 Estimate Number 1 Payment Number 1 For Period Ending 12/2/2025 WD City Secretary Contract Number Contract Date Project Manager NA Contractar WRIGHT CONSTRUCTION COMPANY, INC. 601 W. WALL ST. GRAPEVINE� TX 76051- Inspectors M.GLOVER / E.WALKER Contract Time �� Days Charged to Date 278 Contract is 100.00 Complete Wednesday, December 3, 2025 Page 1 of 4 City Project Numbers 105130 Contract Name LONE STAR AT LIBERTY TRAILS PHASE 1B Contract Limits Project Type DRAINAGE Project Funding UN1T III: DRAINAGE IMPROVEMENTS DOE Number 5130 Estimate Number 1 Payment Number 1 For Period Ending 12/2/2025 Item Estimated Estimated Completed Completed Description of Items Unit Unit Cost No. Quanity Total Quanity Total 1 MEDNM STONE RIPRAP, GROUTED 107 SY $165.00 $17,655.00 107 $17,655.00 2 TRENCH SAFETY 4602 LF $1.00 $4,602.00 4602 $4,602.00 3 21" RCP, CLASS III 448 LF $85.00 $38,080.00 448 $38,080.00 4 24" RCP, CLASS III 421 LF $94.00 $39,574.00 421 $39,574.00 5 30" RCP, CLASS III 1068 LF $113.00 $120,684.00 1068 $120,684.00 6 36" RCP, CLASS III 10 LF $139.00 $1,390.00 10 $1,390.00 7 42" RCP, CLASS III 248 LF $178.00 $44,144.00 248 $44,144.00 8 48" RCP, CLASS III 1430 LF $225.00 $321,750.00 1430 $321,750.00 9 4'X4' BOX CULVERT 416 LF $282.00 $117,312.00 416 $117,312.00 10 5'X4' BOX CULVERT 561 LF $358.00 $200,838.00 561 $200,838.00 11 4' STORM JCTNCTION BOX 2 EA $6,059.00 $12,118.00 2 $12,118.00 12 5' STORM JUNCTION BOX 6 EA $7,883.00 $47,298.00 6 $47,298.00 13 6' STORM JLTNCTION BOX 4 EA $9,936.00 $39,744.00 4 $39,744.00 14 CH-FW-O HDWL (30" RCP, 1 PIPE) 1 EA $6,062.00 $6,062.00 1 $6,062.00 15 10' CURB INLET 24 EA $8,203.00 $196,872.00 24 $196,872.00 16 15' CURB INLET 1 EA $10,902.00 $10,902.00 1 $10,902.00 17 4'X4' DROP INLET 2 EA $9,303.00 $18,606.00 2 $18,606.00 18 5'XS' DROP INLET 1 EA $9,396.00 $9,396.00 1 $9,396.00 19 CH-FW-30 HDWL (4'X4' RCB, 1 PIPE) 1 EA $17,086.00 $17,086.00 l $17,086.00 Sub-Total of Previous Unit $1,264,113.00 $1,264,113.00 Wednesday, December 3, 2025 Page 2 of 4 City Project Numbers 105130 Contract Name LONE STAR AT LIBERTY TRAILS PHASE 1B Contract Limits Project Type DRAINAGE Project Funding Contract Information Summary Original Contract Amount Chan�e Orders DOE Number 5130 Estimate Number 1 Payment Number 1 For Period Ending 12/2/2025 $1,264,113.00 Total Contract Price $1,264,113.00 Total Cost of Work Completed $1,264,ll3.00 Less % Retained $0.00 NetEarned $1,264,ll3.00 Earned This Period �1,264,113.00 Retainage This Period $0.00 Less Liquidated Damages Days @ / Day LessPavement Deficiency Less Penalty Less Previous Payment Plus Material on Hand Less 15% Balance Due This Payment $0.00 $0.00 $0.00 $0.00 $0.00 $1,264, ll 3.00 Wednesday, December 3, 2025 Page 3 of 4 City Project Numbers 105130 Contract Name LONE STAR AT LIBERTY TRAILS PHASE 1B Contract Limits Project Type DRAINAGE DOE Number 5130 Estimate Number 1 Payment Number 1 For Period Ending 12/2/2025 Project Funding Project Manager NA Inspectors M.GLOVER / E.WALKER Contractor WRIGHT CONSTRUCTION COMPANY, INC. 601 W. WALL ST. GRAPEVINE� TX 76051- City Secretary Contract Number Contract Date Contract Time 55 WD Days Charged to Date �78 W� 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 Less % Retained Net Earned Earned This Period $1,264,113.00 Retainage This Period $0.00 Less Liquidated Damages � Days @ $0.00 / Day LessPavement Deficiency Less Penalty Less Previous Payment Plus Material on Hand Less 15% Balance Due This Payment $1,264,113.00 $0.00 $1,264,113.00 $0.00 $0.00 $0.00 $0.00 $0.00 $1,264,113.00 Wednesday, December 3, 2025 Page 4 of 4 �t�RT�t�RTH�� 7RANSPORTATION AND PUBLIC WORKS December 2, 2025 WRIGHT CONSTRUCTION CO, INC. 600 W. WALL ST. GRAPEVINE,TEXAS 76051 RE: Acceptance Letter Project Name: Lone Star at Liberty Trails Phase 16 Project 7ype: WATER , SEWER, AND DRAINAGE City Project No.: 105130 To Whom It May Concern: On December 2, 2025 a fiinal inspection was made on the subject project. There were no punch list items identified at that time. The final inspection indicates that the woric meets the City of Fort Worth specifications and is therefore accepted by the City. The warranty period will start on December 2, 2025, which is the date of the final inspection and wilV extend of two (2} years in accordance with the Contract Documents. ff you have any questions concerning this letter of acceptance, please feel free to contact me at 817- 392-6826. Sincerely, ��'�" �`w� George Marquez, P.E., Pro}ect Manager Cc: Eddie Wal!<er, Inspector Mike Glover, Inspection Supervisor Cristobal Fuentes, Senior Inspector Andrew Goodman, P.E., Program Manager PAPE-DAWSON ENGINEERS, Consultant WRIGHT CONSTRUCTION CO, INC., Contractor D.R. HORTON , Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. OS/20/19 AFFIDAVIT STATE OF TEXAS COUNTY �F 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 orgariizations 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; Gity Project # 105130, Lone Star at Liberty Trails Phase l B, at or near Hwy 11� & Pembine Lane, Justin, �: TX 7 247 �r��� Kevin Subscribed and sworn before me on this date 14th of January, 2026. J � `�l�".�� - �otary Public Tarrant, TX �/1 �-- � �+"� P�� DORlS L ELtAS MENDOZA �NoYary !0 # 133483149 �� My Commission F�cpires 'rFov�+ 12/09/2029 � �, � „ . . a M ERCHANT� 60ND[NG COMPANY,��. M��cii�N�rs l3oN�iNc CoMi�nNv (Mu�ru��.> P.O. Box 14498, Dr,s MoiNrs, I�wn 50306-3498 f�i ioNr: (800) 678-8171 Fnx: (515) 2�3-3854 CONSENT OF SURETY TO FINAL PAYMENT OWNER ARCHITECT CONTRACTOR SURETY OTHER Bond No. 1003A0729 TO OWNER: City of Fort Worth 100 Fort Worth Trail Fort Worth, TX 76102 PROJECT: Lone Star at Liberty Trails Phase 1 B City Project No. 105130 ARCHITECT'S PROJECT NO.: CONTRACT FOR: Public Sitc Utilities 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, lowa 50306-3498 on bond of (Insert name and address of Contractor) Wright Construction Co., Inc. 600 W. Wall Street Grapevine, TX 76051 , 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 100 Fort Worth Trail Fort Worth, TX 76102 as set forth in said Surety's bond. , OWNER, IN WITNESS WHEREOF, the Surety has hereunto set its hand on this date: January 14, 2026 (Insert in writing the inonth followed by the numeric date and year.) Merchants Bonding Company (Mutual) (Surety) Attest: A-r, �'�� ��e�.�Q?�,UL (Seal): Adam Syswerda, Witness " � CON 0405 (4/15) Kim Bracamonte Attornev-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 AIA Document G707-1994 Consent Of Surety to Final Payment. iV�ERCHANTS BONDING COMPANY,�� POWER OF ATTORNEY KnowAll Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of lowa, and MERCHANTS NATIONAL INDCMMTY 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 Attorney(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 peiformance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attorney 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 obliyatory in the nature thereof." "The signature of any authorized officer and the seal of the Compariy 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 Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and r,onstruction 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 Attorney-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 ��Y �f November � 2025 MERCHANTS BONDING COMPANY (MUTUAL) Np�NGCp,y�•, •PS�ONq�••, .��NpLINpF. MERCHAiVTS NATIONAL BONDING, INC. '��'�RP�R ��'A'�'• °'�•'�RP�R �' eo'; � Q'�'�JFORti•�y' MERCHANTS NATIONAL INDEMNITY COMPANY ;�y.:ro q�.�,2�� :h�i;Vp q�:•,Z �y,.Cp i9;��: :a:_ -o 0':3;:Q:? 'a' o•0::=; � "�• :�� t933 .���: :�`•.. 2003 ::,�; �,��; !3; L7,[� . . •d . .. `• •d• •la• / �� '•�y�'..•. •''�^,• •..� ' e�,: . ��;••._ � *? . B ..�. •.�....,�...:�' 4� Y STATE OF IOWA COUNTY OF DALLAS ss. On this 12th day of November 2025 , before me appeared Larry Taylor, to me personally I<nown, who being by me tluly 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 Cornpanies; and that the said instrument was signed and sealed in behalf of the Companies by auttiority of their respective Boards of Directors. tiPR�A�S� Penni Miller � � � Commission Number 787952 • • My Commission Expires IO�NP lanudry20,2027 (Expiration of notary's commission does not invalidate this instrument) i Notary Public 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, t have hereunto set my hand and a�xed the seal of the Companies on this 14th day of January . 2026 ••���� � � Mq�' ',,�PS`P,OA` e•; : P�`oNFOROF�• tf/ • 0.� PO ' • �g :2O ��t^'�•� '•tir�.�G�tt R,q�� ?' " "� � VP� �Y�9 y<' .a: "° O•' :2;2 O? .�i � : �'•. 1933 :�$• �_ ��. 2003 0: �, • 2�'• ' � � Secretary ..d�. ,a�.; ;v . , ��., �a : .�v. `�., ��i• .��c' ,d.�;� .*aa, •:� • � .;?..'�� d.. POA 0018 (5/25)