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)