HomeMy WebLinkAbout063187-FP1 - Construction-Related - Contract - S&W ConstructionFQRT WQRTHo
�
City Secretary 63187
Contract No.
Date Received 3/6/2026
-FP1
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: RaceTrac Risinger
City Project No.: 105656
Improvement Type(s): Water 0 Sewer 0
IOriginal Contract Price: $221,480.00
Amount of Approved Change Order(s): $0.00
Revised ContractAmount:
Total Cost of Work Complete
Rex FIoYd
Rex Flovd (Mar 6. 202$ 08�.0239 CSTI
Contractor
Project Manager
Title
S&W Construction
Company Name
o ert Watson r 6. 2026 08:51 :54 CSTI
Project Inspector
Motadage Moka��deeh,��
Project Manager
a.L�9��
CFA Manager
�Q, �„�.,�. �� �.,:.,, t.
Lauren Prieur (Mar 6, 2026 10:33:34 CST)
TPW Director
�FFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
$ 0.00
$ 221,480.00
03/05/2026
Date
03/06/2026
Date
03/06/2026
Date
03/06/2026
Date
03/06/2026
Date
Page 1 of 2
Notice of Project Completion
Project Name: RaceTrac Risinger
City Project No.: 105656
City's Attachments
Final Pay Estimate 0
Change Order(s): ❑ Yes 0 N/A
Pipe Report: 0 Yes ❑ N/A
Contractor's Attachments
Affidavit of Bills Paid �
Consent of Surety �
Statement of Contract Time
Contract Time: 120 WD Days Charged: 107 WD
Work Start Date: 8/18/2025 Work Complete Date: 1/29/2026
Completed number of Soil Lab Test: 151
Completed number of Water Test: 2
Page 2 of 2
FORTWORTH
CITY OF FORT WORTH
F1NAL PAYMENT REQUEST
Contract Name RACETRAC RISINGER
Contract Limits
Project Type WATER & SEWER
City Project Numbers 105656
DOE Number 5656
Estimate Number 1 Payment Number 1
City Secretary Contract Number
Contract Date
Project Manager NA
Contractor S & W CONSTRUCTION
352 N RUDD
Inspectors
BURLESON � TX 76028
D. WATSON / R. WATSON
For Period Ending
Contract Tim
Days Charged to Date
Contract is 100.00
1 /29/2026
WD
e 120 WD
Complete
Tuesday, February 17, 2026 Page 1 of 4
City Project Numbers 105656
Contract Name RACETRAC RISINGER
Contract Limits
Project Type WATER & SEWER
Project Funding
UNIT I: WATER IMPROVEMENTS
DOE Number 5656
Estimate Number 1
Payment Number 1
For Period Ending 1/29/2026
Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed
No. Quanity Total Quanity Total
1 8" WATER PIPE 76 LF $50.00 $3,800.00 76 $3,800.00
2 1" WATER SERVICE (IRRIGATION) 1 EA $2,500.00 $2,500.00 1 $2,500.00
3 2" WATER SERVICE 1 EA $2,750.00 $2,750.00 1 $2,750.00
4 16X8 CUT IN TEE 1 EA $700.00 $700.00 1 $700.00
5 8" GATE VALVE 3 EA $2,500.00 $7,500.00 3 $7,500.00
6 16" GATE VALVE W/ VAULT 1 EA $22,000.00 $22,000.00 1 $22,000.00
7 FIRE HYDRANT 1 EA $7,500.00 $7,500.00 1 $7,500.00
8 DUCTILE IRON FITTINGS 1 TN $5,500.00 $5,500.00 1 $5,500.00
9 TRAFFICCONTROL 3 MO $10,000.00 $30,000.00 3 $30,000.00
10 TRENCH SAFETY 76 EA $750.00 $57,000.00 76 $57,000.00
ll CONNECTION TO EXISTING 16" WATER MAIN 1 EA $7,500.00 $7,500.00 1 $7,500.00
Sub-Total of Previous Unit $146,750.00 $146,750.00
— — — — — — — — — — — — — — — — — — —
UNTT II: SANTI'ARY SEWER IMPROVEMENTS
Item
No.
1
2
3
4
5
6
7
8
9
10
Description of Items
6" SEWER PIPE
4' MANHOLE
TRENCHSAFETY
PRE-CCTV INSPECTION
POST-CCTV INSPECTION
MANHOLE VACUUM T�STING
TRAFFIC CONTROL MEASURES
CONC PVMT REPAIR, HES,
ARTERIAL/INDUSTRIAL
CONNECT TO SEWER MAIN 1 EA
EPDXY MANHOLE LINER 12.9 VF
Sub-Total of Previous Unit
Estimated Unit
Quanity
58 LF
1 EA
58 LF
58 LF
58 LF
1 EA
3 MO
154 SY
Unit Cost Estimated Completed Completed
Total Quanity Total
$50.00 $2,900.00 58 $2,900.00
$5,000.00 $5,000.00 1 $5,000.00
$15.00 $870.00 58 $870.00
$7.00 $406.00 58 $406.00
$7.00 $406.00 58 $406.00
$1,000.00 $1,000.00 1 $1,000.00
$6,000.00 $18,000.00 3 $18,000.00
$225.00 $34,650.00 154 $34,650.00
$3,500.00
$620.00
$3,500.00 1 $3,500.00
$7,998.00 12.9 $7,998.00
$74,730.00 $74,730.00
Tuesday, February 17, 2026 Page 2 of 4
City Project Numbers 105656
Contract Name RACETRAC RISINGER
Contract Limits
Project Type WATER & SEWER
Project Funding
Contract Information Summary
Original Contract Amount
ChangC OY(leYS
Total Contract Price
DOE Number 5656
Estimate Number 1
Payment Number 1
For Period Ending 1/29/2026
$221,480.00
$221,480.00
Total Cost of Work Completed �221,480.00
Less % Retained $0.00
Net Earned $221,480.00
Earned This Period $221,480.00
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
$221,480.00
Tuesday, February 17, 2026 Page 3 of 4
City Project Numbers 105656
Contract Name RACETRAC RISINGER
Contract Limits
Project Type WATER & SEWER
Project Funding
DOE Number 5656
Estimate Number 1
Payment Number 1
For Period Ending 1/29/2026
Project Manager NA City Secretary Contract Number
Inspectors D. WATSON / R. WATSON Contract Date
ContraCtor S& W CONSTRUCTION ContraCt Time 120 WD
352 N RUDD Days Charged to Date �'�
BURLESON � TX 76028 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 $221,480.00
Retainage This Period �0.00
Less Liquidated Damages
o Days @ $0.00 / Day
LessPavement Deficiency
Less Penalty
Less Previous Payment
Plus Material on Hand Less 15%
Balance Due This Payment
$221,480.00
$0.00
$221,480.00
$0.00
$0.00
$0.00
$0.00
$0.00
$221,480.00
Tuesday, February 17, 2026 Page 4 of 4
FORTWORTH
TRANSPORTATION AND PUBLIC WORKS
PIPE REPORT FOR:
PROJECT NAME: RaceTrac Risinger
CITY PROJECT NUMBER: 105656
� WATER
PIPE LAID SIZE TYPE OF PIPE
Open Trench 8" PVC Pressure Pipe
FIRE HYDRANTS: 1
PIPE ABANDONED
SIZE
VALVES (16" OR LARGER)
TYPE OF PIPE
DENSITIES:
NEW SERVICES:
�
PIPE LAID
Open Trench
PIPE ABANDONED
N/A
DENSTTIES:
NEW SERVICES:
2��
1"
SIZE
8
SIZE
N/A
Yes - Passing
Domestic Water - Copper
Irrigation - Copper
SEWER
TYPE OF PIPE
SDR-26
TYPE OF PIPE
N/A
Yes - Passing
LF
1
LF
LF
76
5
5
58
LF
N/A
TRANSPORTATION AND PUBLIC WORKS
The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311
(817) 392 - 7941 • Fax: (817) 392 - 7845
FORTVVORTH�
TRANSPORTATION AND PUBLIC WORKS
February 12, 2026
S&W Construction
6230 E. Interstate 20
Aledo, TX 76008
RE: Acceptance Letter
Project Name: RaceTrace Risinger
Project Type: Water, Sewer,
City Project No.: 105656
To Whom It May Concern:
On February 6, 2026 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 February 12, 2026 . 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 February 12, 2026 , 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-
392-2443.
Sincerely,
Moda�(age Mohaw�w��leen,�E.
Mosadage Mohammdenn, Project Manager
Cc: Robert Watson, Inspector
Troy Gardner, Inspection Supervisor
Oscae Agullion, Senior Inspector
Andrew Goodman, Program Manager
Spiars Engineering, Consultant
S&W Construction, Contractor
RaceTrac, Inc., Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Rev.8/20/19
� :�
.�11 5GW �
"�� ��:���
PROJECTTRA� "�"�
���
� .
All ' Search Q
T Huiance �
Status
�ll
Invoice
Vendor
No Invoice
#
173-
12390
173-
13005
� 173-
13154
173-
12770
Tota ls
�
�
Invoice
N otes
V�ndor
Alliance
Geotechnical
Group, Inc.
Alliance
Geotechnical
Group, Inc.
Alliance
Geotechnical
Group, Inc.
Alliance
Geotechnical
Group, Inc.
Purchase
Order
I�I�Z�I�i�I•'�
FP00046�
FP00046�
FP0004E��
� � acetrac.service-now.com (J • • •
Bond No. 1 01 4041 09
d0 62 19 1
MAINTENANCE BONp
Page 1 af 4
Z
2
3
4
5
6
7
SECTI�N 00 62 19
MAINTENANCE BOND
THE STATE OF TEXAS
§
§ KNOW ALI, BYTHESE PRf5ENT5:
CK�1�1►y � [�l� �e1:i:7_1► � I
§
8 That we S& W Canstruction Partners LP, known as "Principal" herein and
g MerchanEs Bonding Company (Mutual) , a corporate surety (sureties, if more than
10 one) duly authorized to do h�asiness in the 5tate af Texas, known as "5urety" herein (whether
li one or marej, are held and firmly bound unto the De�eloper, RaceTrac Incorporated, authorized
12 ta do fausiness in Texas ("Deve�oper"] and ihe City of Fort Worth, a Texas municipal corporatian
13 ("City"), in the sum of nine hundred fortv-fi�e thousand, one hundred twentv-four dollars and
14 thirtv-six cents ($945,124.36}, lawful money of the Llnited States, to be paid in Fort Worth,
15 �arrant County, Texas, for payment of which sum well and truly be made jointiy unto the
16 Developer and the City as dual obligees and their succ�ssors, we bind oursel�es, our heirs,
17 executors, acEministrators, successors and assigns, jointly and se�erally, firmly by these presents.
18
19 WHEREAS, De�eloper and City have entered into an Agreement for the construction of
20 community facilities in the City of Fort Wort� by and through a Community Facilities Agreement,
21 CFA Number CFA2�F-0162: and
22 WHEREAS, the Principal has entered inta a certain written contract with the Developer
23 awarded the March 21, 2025 , which Contraci is heraby referred to and a made part hereof
24 far all purposes as if fully set forth herein, tafurnish all materials, equipm�nt labor and other
25 accessories as defined by law, in the prosecution of the Work, inclucling any Work resulting from
26 a duly aut�orized Change Order (collecti�ely herein, the "Work") as provided for in said Con#ract
27 and designated as RaceTrac Risinger and
28
CITY pF FpftT WORTM RaceTrac Rfsfnger
STANQARQ CITY CDNDITIONS— DEVELOPER AWAR�E� PROJECTSCity Praje�t No. iD5656
Revised January 31, 2012
0o sz i9 - z
MAINTENANCE BON❑
Page 2 of 4
1 WHEREAS, PrinCipal binds itseif to use such materials and ta so construct the Wark in
2 accordance with the plans, specifications and Contract Qocuments that the Work is and will
3 remain free from defects in materials or workmanship for and during the period af two (Z) years
4 af#er the date of Final Ac�eptance of the Work by the City ("Maintenance Period"); and
5
5 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon
7 receiving notice from the De�eloper anc!/or City of the need thereof at any time within the
8 Maintenance Period.
�]
10 NOW 7HEREFORE, the condition of this abligation is such that if Principal s�all remedy
11 any defecti�e Work, far which timely notice was providec! by De�eloper or City, ta a completion
12 satisfactory to the City, then this obligation shall become null and �oid; otherwise to remain in
13 fufi force and effect,
14
1� PROVfpEQ, HOWEVER, it Principal sf�all fail so #o repair or reconstruct any timely
16 noticecf defective Work, it is agreed that the Developer or City may cause any and all such
17 de�ecti�e Work to be repaired and/or reconstructed with all associated costs thereof being
18 borne by the Principal and the Surety under this Maintenance Bond; and
19
20 PROVIDEQ FURTHER, that if any legal action be filed on this Bond, venue shall lie in
21 Tarrant County, TexaS orthe United States District Court for the Northern District ofTexas, Fort
22 Warth Division; and
23
24 PROVIDED FURiHER, that this obligation shall be continuous in nature and success�ve
25 re�overies may be had hereon for successi�e breaches.
26
CITY OF FORT WORTH RaceTrac Risinger
STANDARd CITY CON�ITIONS — DEVELQPER AWARDE� PROJECTSCity Project No. 1Q5556
Revised January 31, 2012
fl6fi219-3
MAINTENANCE BaND
Page 3 of 4
1 IN WITNESS WHEREOF, the Principal and the Sureiy have each SIGiVED and SEALED this
2 instrument by duly authorized agents and officers on this the 22nd of April, 2Q25 ,
3
ATTEST:
(Principalj 5ecretary
PRINCIPAL:
5& W Construction Par#ner5 LP
BY:
5ignature
James 5atterwhite - Sr. Proiect Mana�er
Witness as to Principal Name and Title
4
5
6
7
8
9
10
11
Address:
5& W Construction Partners LP
6230 E. Interstate 20
Aledo, TX 760fl8
CITY OF FORT WDRTH RaceTrac Rlsinger
STANOAR� CITY CON�ITIONS — DEVELOPER AWARDED PROJEC75City Praject No. 105656
Revised January 31, 2012
006219-4
MAINTENANCE BON�
Page 4 of 4
1
ATTEST:
f�(�_� �,t�vt� ;��`/�
� Caitlin'iKelley
�$lll'2�v� $2Ct'etd�y
� � ,����,����
Payton 8fanchard
Witness as to Surety
SURETY:
Merchants Sonding Company (Muival)
BY: }
Signature
Jessica Turner, Attorney-in-Fact
Name and Title
Address: Merchants Bonding Company (Mutual}
P.O. Bax 14A98
Des Moines, IA 5�3DB
2
Telephone Number. (515) 2a3-8171
3 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract
4 from the by-iaws showing that this person has authority to sign such obligation. ff
5 5urety's physical address is different from its maiiing address, bath must be provided.
6
7
8
The date of the bond shafl not be priar to the date the Contract is awarded.
CI7Y OF FQRT WpRTH RaceTrac Risinger
S7ANOARD C1TY CqN�IT14N5— pEVELOPER AWARDED PROJECTSCity Praject No. 105656
Revised January 31, zp1�
�ERCHA_[�TS��
BONDING COMPANY�M
POWER OF ATTORNEY
Know Alf Persons By These Presenis, ihat MERCHANTS BONDI�IG COMPANY {MUTIJAL� and MERCHAN7S NA710NAL SONDING, WC.,
both being corporations of khe 5tate of lowa, dlbla Merchants National Indemnity Company (in California only) (herein coElectively caEled tY�e
"Gompanies") do hereby maEce, constitute and appoint, individualiy,
Alfison C Lueck; Bryan 5impson; Cadda E Eary; Caitlin Keiley; Donna Martinez; H E Wilkins, Haley Crocker; James R Reid; Jessica Turner; Julie
Lindsey; Kay Blair; Lindsay 5enior; Malachi Smith; Marie Reyna; Markham Paukune; Michelle Bfizzard; Payton Blanchard; Ralph E French; Sandra
Fuller, Shane Smith; Shawn Blacklock; Teresa C 5mith; Tina LaValley�, William Bfanchard
their true and lawful Attorney(s)-irt-Fact, to sign its name as su�'ety(ies) and to execute, seal and acknowledge arty and ali bonds, �ndertakings,
contracts and other wriften instruments in the nature thereof, on behalf of the Campanies in their business of guaranteeing the fidelity of
persons, guaranteeing the performance of contracis and executing or guaranteeing bonds and ��dertaKings required or permitted in any acf[ons
or proceedings allowed by law.
This Power-of-Attarney is granted and is signed and seafed by facsimile under and by authoriry of the following 8y-Laws adopted by the Board of
Direcfors of Merchants Bonding Company (Mutualj on April 23, 2011 and amended Augt�st 14, 2015 and April 27, 2a24 and adopted by the Board of
Directors o# Merchants National Bonding, Inc., on October 1fi, 2015 and amencied on April 27, 2024.
"The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and
authnrdty io appoini Aftorrteys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company fhereto,
bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereaf."
"The signature of any authorized officer and the seal af the Company may be a�xed hy facsimile or electronic transmission to any Power of Attorney
or Certifrcation thereof authorizing the execulion and delivery of any bond, underfaking, recognizance, or ather sureiyship o bligations 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 Oepartment of Transportation only, it is agreed that the power and aut hority hereby given to the
Aftorrsey-in-Fact includes any and all consents for the release of retained percentages andlor fina[ estimates on engineering and consfruction
contrads required by the State of Florida Department of Transportation. It is fully understood that consenti ng to the 5tate of Florida Deparfinent
of Transportation making payment of the final esiimate to the Contracior andlor iis assignee, shall not relieve this surety campany af any of
its obligations under its 6ond.
In connection with obligations in favor of the Kenkucicy Depariment of Highways only, ii is agraed thal the power and aufhority hereby given
to the Attorney-in-Fact cannot be modified or revokeci unlass prior written persanal notice of such intent has been given to the Commissioner-
Department of Highways of the Commanwealth of Kentucky at least thirty (30) days prior ta the modification or revocatian.
fn Wiiness Whereof, the Companies ha�e caused this instrument to be signed and sealed this 27th day of March � 2025 •
���,..... ���
:��'�pRp R�.eo %
: �y:'Ca '4�` . Z :
;z:2 „p� fl:p_
= v':^ 2003 '��;
=d�•. :��.•'
'•. hi' ;;� .>,
. •
. • O�N� Gp,y�•.
: �O?ORPOq-.�Oy•
.
.
: V q�; -, ,,c, .
:r��-:2 -o- o; :
'�; :3•
' a' 1933 • � �
. .
. tiJ. . �;
• '�
. d�;�. _ � . . . �L�d�.
MERCHANTS BONDING COMPANY (MUTUALJ
MERCHANTS NATIONAL BONDIf�G, INC.
dl6la MERCHANFS NATlONAL INDEMNITY COMPAAlY
By ��
President
STATE QF IOWA �•r��+'„��i����•` '�. � �� � � �'
C�UNTY OF DALfAS ss.
On this Z7th day of {Vlarch 2�25 , before me appeared Larry Taylar, ta me personally known, who being by me duly sworn
did say that he is President o# MERCHA�lTS 80N�ING COMPANY (MUTUAL) and MERCHANTS NA710NAL BO€VDING, INC.; and that the
seals affixed io the foregoing instrument are the Corporate 5eals of the Companies; and that the said instrument was signed and sealed in behalf
of the Companies by authoriry of their respecti�e Boards of Directors. -�`��
,���`�A�s Penni Miller • � �
Z �� Commission Number787952 � - �
• • My Commission Expires � ��� ;
��P lanuary 20, 2027 �
- , Notary Public
(Expiration of nofary's commission does t�ot invalidate this instrumentj
L Elisa6eth 5andersfeld, Secretary of MERCHANTS BONDING C�MPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, I�IC., 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 re�oked.
In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 22nd day of April , 2fl25 .
��,......,,, . • - - - � .
•• q 10 Nq '�• • NG C •
a . � •. ,• o� .. . o� �
� �. a
zh 2o�poR9.�y+ .��o,�p�tPUAq�9��•. iY
:a: -o �''�� :a:2 -° ��3:
; v':� 2003 .�� ' �. � 1933 ,��e � Secretary
' . ad. .ac •
:d'•. •'� r •
;,.�w•...�...;�a,: •.,,,w�: ,-..�`,+.•
POA 0018 (6/24) �"`•,"`•` ••••
.�VtERCHAN-TS�+�
BONDING CQMPANYn�i
MERCHANTS BONi�ING COMPANY (1VIUTUAI,} P.O. 60X 14498, DE5 MOIi�lES, IOWA 5030G-3�98
PHO�rE: (800) 678-Si71 FaX: (515) 243-3854
IMPORTANT NOTICE
To obtain inFormation or make a complaint:
You may contact your insurance agent at the telephone number provided by your insurance agent.
You may call Merchants Bonding Company {Mutual) toll-free telephone number fior information or to make a
complaint at:
1-800-678-8171
You may contact the Texas Department of Insurance to obtain informatian on companies, coverages, rights or
complaints at:
1-800-252-3439
You may write the Texas Department of Insurance at:
P. O. Bax 149104
Austin, TX 78714-9104
Fax: (512) 490-1Q07
Web: www.tdi.texas.aav
E-mail: ConsumerProtection@t�i.texas.gov
PREMIUM AND CLAIM DISPUTES: Shoufd you have a dispute concerni�g your premium or about a claim
you should con#act the agent first. If the dispute is not resalved, you may contact the 7exas Department of
Insurance.
ATTACH THIS NQTICE TO YOUR POLICY: This notice is for information only and does r�ot become a part
ar condition of the attached document.
SUP 0032 TX (2/15)