HomeMy WebLinkAbout063426-FP1 - Construction-Related - Contract - Wright ConstructionFORTWURTH�
-FP1
City Secretary
Contract No. 63426
�ate Received 3/10/2026
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: DFW 7
City Project No.: 105577
Improvement Type(s): Water � Sewer 0
Original Contract Price:
Amount of Approved Change Order(s):
Revised Contract Amount:
Total Cost of Work Complete:
IC�Ge Ma�,tl�
KVIeK�arsh (Mar6. 202618�.58�.53 CST)
Contractor
President
Title
Wright Construction
Company Name
Mu;Gu�G 8a,�v�rrv�
Mlr.hael Rarron fMar 9. �026 07'.27 50 CDTI
Project Inspector
� .
��. i.�.,,��.
Ra,� 1�w;,� rM��io �o�s oe�ss�sfl cnn
Project Manager
a����
CFA Manager
�Q,�..�.�,�,�.�,L
Lauren Prieur (Mar 1 Q 2026 1027:55 CDT)
TPW Director
$1,895,838.12
$0.00
$1,895,838.12
$1,895,838.12
03/06/2026
Date
03/09/2026
Date
03/10/2026
Date
03/10/2026
Date
03/10/2026
Date
OFFICIAL RECORD
CITY SECRETARY Page 1 of 2
FT. WORTH, TX
Notice of Project Completion
Project Name: DFW 7
City Project No.: 105577
City's Attachments
Final Pay Estimate �
Change Order(s): ❑ Yes 0 N/A
Pipe Report: x❑ Yes ❑ N/A
Contractor's Attachments
Affidavit of Bills Paid
Consent of Surety
�,�
�
Statement of Contract Time
Contract Time: 90 WD
Work Start Date: 10/6/2025
Completed number of Soil Lab Test: 294
Completed number of Water Test: 6
Days Charged: 48 WD
Work Complete Date:1/9/2026
Page 2 of 2
F���r ���Tx
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name DFW 7
Contract Limits
Project Type WATER & SANITARY
City Project Numbers 105577
DOE Number 5577
Estimate Number 1 Payment Number 1 For Period Ending
City Secretary Contract Number
Contract Date
Project Manager NA
Contractar WRIGHT CONSTRUCTION COMPANY, INC.
601 W. WALL ST.
GRAPEVINE� TX 76051-
Inspectors M.GLOVER / M.BARRON
Contract Time
Days Charged to Date
Contract is 100.00
1 /9/2026
WD
9�JD
48
Complete
Thursday, January I 5, 2026 Page 1 of 5
City Project Numbers 105577
Contract Name DFW 7
Contract Limits
Project Type WATER & SANITARY
Project Funding
UN1T I: WATER IMPROVEMENTS
Item Description of Items Estimated Unit
No. Quanity
1 12" PVC WATER PIPE 20 LF
2 16" WATER PIPE (C900 DR-14) 2143 LF
3 2" WATER SERVICE 4 EA
4 16" GATE VALVE 4 EA
5 16" PRESSURE PLUG 2 EA
6 12" GATE VALVE 2 EA
7 TRENCH SAFETY 2163 LF
8 FIRE HYDRANT 3 EA
9 36" X 16" TAPPING SLEEVE & SLEEVE 2 EA
10 DUCTILE IRON WATER FITTINGS w/ 2.78 TN
RESTRAINT
I 1 CONCRETE BLOCKING, TYPE B 4 CY
Sub-Total of Previous Unit
UN1T II: SANITARY SEWER IMPROVEMENTS
DOE Number 5577
Estimate Number 1
Payment Number 1
For Period Ending 1 /9/2026
Unit Cost Estimated Completed Completed
Total Quanity Total
$125.00 $2,500.00 20 $2,500.00
$105.00 $225,015.00 2143 $225,015.00
$5,423.00 $21,692.00 4 $21,692.00
$30,785.00 $123,140.00 4 $123,140.00
$1,671.00 $3,342.00 2 $3,342.00
$4,099.00 $8,198.00 2 $8,198.00
$3.00 $6,489.00 2163 $6,489.00
$9,131.00 $27,393.00 3 $27,393.00
$58,251.00 $116,502.00 2 $116,502.00
$12,454.00 $34,622.12 2.78 $34,62212
$515.00 $2,060.00 4 $2,060.00
$570,95312 $570,953.12
Item Estimated Estimated Completed Completed
Description of Items Unit Unit Cost
No. Quanity Total Quanity Total
12 8" SEWER PIPE 421 LF $89.00 $37,469.00 421 $37,469.00
13 8" SEWER PIPE, SELECT BACKFILL 18 LF $151.00 $2,718.00 18 $2,718.00
14 10" SEWER PIPE 3117 LF $95.00 $296,115.00 3117 $296,115.00
15 10" SEWER PIPE, SELECT BACKFILL 3157 LF $158.00 $498,806.00 3157 $498,806.00
16 4' MANHOLE 20 EA $4,584.00 $91,680.00 20 $91,680.00
17 4' DROP MANHOLE 2 EA $8,563.00 $17,126.00 2 $17,126.00
18 4' EXTRA DEPTH MANHOLE 162 VF $390.00 $63,180.00 162 $63,180.00
19 CONCRETE COLLAR 22 EA $2,095.00 $46,090.00 22 $46,090.00
20 EPDXYMANHOLELINER 294 VF $440.00 $129,360.00 294 $129,360.00
21 TRENCH WATER STOPS 2 EA $2,842.00 $5,684.00 2 $5,684.00
22 TRENCH SAFETY 6713 LF $3.00 $20,139.00 6713 $20,139.00
23 MANHOLE VACUUM TESTING 22 EA $165.00 $3,630.00 22 $3,630.00
24 SWPPP>/ 1 ACRE 1 LS $56,104.00 $56,104.00 1 $56,104.00
25 TRAFFIC CONTROL 1 LS $5,500.00 $5,500.00 1 $5,500.00
Thursday, January I5, 2026 Page 2 of 5
City Project Numbers 105577
Contract Name DFW 7
Contract Limits
Project Type WATER & SANITARY
Project Funding
26
27
28
DOE Number 5577
Estimate Number 1
Payment Number 1
For Period Ending 1 /9/2026
POST-CCTV INSPECTION 6713 LF $2.00 $13,426.00 6713 $13,426.00
LARGE STONE RiPRAP, DRY 88 SY $149.00 $13,112.00 88 $13,112.00
MANHOLE COVER & RING w/ WATERTIGHT 8 EA $697.00 $5,576.00 8 $5,576.00
GASKET
SEWER 8" PLUG 1 EA $405.00 $405.00 1 $405.00
REMOVE & REPLACE EXISTING FENCE 35 LF $55.00 $1,925.00 35 $1,925.00
REMOVE & RGPLACE EXISTING GRAVEL 71 SY $26.00 $1,846.00 71 $1,846.00
DRNE
REMOVE & REPLACE EXISTING ASPHALT 119 SY $126.00 $14,994.00 119 $14,994.00
DRIVE
Sub-Total of Previous Unit $1,324,885.00 $1,324,885.00
29
30
31
32
Thursday, January I5, 2026 Page 3 of 5
City Project Numbers 105577
Contract Name DFW 7
Contract Limits
Project Type WATER & SANITARY
Project Funding
Contract Information Summary
Original Contract Amount
Change Orders
DOE Number 5577
Estimate Number 1
Payment Number 1
For Period Ending 1 /9/2026
$1,895,838.12
Total Contract Price $1,895,838.12
Total Cost of Work Completed $1,895,83812
Less % Retained $0.00
Net Earned $1,895,83812
Earned This Period $1,895,838.12
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
$1,895,838.12
Thursday, January I 5, 2026 Page 4 of 5
City Project Numbers 105577
Contract Name DFW 7
Contract Limits
Project Type WATER & SANITARY
DOE Number 5577
Estimate Number 1
Payment Number 1
For Period Ending 1 /9/2026
Project Funding
Project Manager NA
Inspectors M.GLOVER / M.BARRON
Contractor WRIGHT CONSTRUCTION COMPANY, INC.
601 W. WALL ST.
GRAPEVINE� TX 76051-
City Secretary Contract Number
Contract Date
Contract Time 90 WD
Days Charged to Date 48 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
Less % Retained
Net Earned
Earned This Period $1,895,838.12
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
$1,895,838.12
$0.00
$1,895,838.12
$0.00
$0.00
$0.00
$0.00
$0.00
$1,895,838.12
Thursday, January I5, 2026 Page 5 of 5
FORT�QRTH
TRANSPORTATION AND PUBLIC WORKS
PIPE REPORT FOR:
PROJECT NAME: DFW 7
CITY PRO.T�CT NUMB�R: 105577
� WATER
PIPE LAID SIZE TYPE OF PIPE
Water Pipe 12" PVC - C900 DR-14
Water Pipe 16" PVC - C900 DR-14
FIRE HYDRANTS: 3
PIPE ABANDONED
N/A
SIZE
VALVES (16" OR LARGER)
TYPE OF PIPE
DENSITIES:
NEW SERVICES:
�
PIPE LAID
Sewer Pipe
Sewer Pipe
PIPE ABANDONED
N/A
DENSITIES:
NEW SERVICES:
►�
YES
COPPER
SEWER
SIZE TYPE OF PIPE
8" PVC - SDR-26
10" PVC - SDR-26
SIZE
N/A
TYPE OF PIPE
YES
N/A
LF
20' LF
2,143' LF
4
LF
4EA
�
LF
421' LF
3117' LF
LF
N/A
TRt1NSPORTATION AND PUBLIC WORKS
The Cit�� of Fort Worth • 1000 Throckmorton Stieet • Fort Worth,'I� 76012-6311
FORT WORTHa
TRANSPORTATION AND PUBLIC WORKS
January 15, 2026
Wright Construction Co, Inc
600 W. Wall St.
Grapevine, Tx 76051
RE: Acceptance Letter
Project Name: DFW-7 Water & Sanitary Sewer Improvements
Project Type: Water & Sanitary Sewer
City Project No.: 105577
To Whom It May Concern:
On January 13, 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 January 15, 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 January 15, 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-
392-2237.
Sincerely,
��i, �.n�,..'
rz�m r�w��� �Ma� � o. zoze os�ss.sa coT�
Ram Tiwari, Project Manager
Cc: Michael Barron, Inspector
Mike Glover, Inspection Supervisor
Randy Horton, Senior Inspector
Andrew Goodman, Program Manager
Peloton Land Solutions, Consultant
Wright Construction, Contractor
John Hatem, Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Rev. 8/20/19
AFFIDAVIT
STATE OF T'EXAS
COUNTY OF TARRANT
Before me, the undersigned authority, a notary public in the state
and county aforesaid, on this day personally appeared Kevin Littletield,
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 al! persons, firms. associations, corporations, or other
organi�ations furnishing labor and/or materials l�ave been paia in full;
That the wage scale estahlished by the City Cauncil in tl�e City of
Fort w'c�rth has been paid in full;
That there are no claims pending for personal injury andior
property damages;
On Contract described as;
CPN: 1Q5577 - IPRC 24-0113 - DFW 7-Water & Sanitary Sewer•
Improvernents at or nea7• W'agley Robertson Rd & Jetliner Ave, Fort
Worth, TX.
BY
� Kevin ' tlefiel ontroller
Subscribed and sworn before rne on this date 6th of M�rch'1026.
��� ��J
otary Public
Tarrant, TX
� �;�''p�� JESSlCA M. S4RIA =
4: • No�ary io # �sa7a�sao -
�,e�� My Cammissiaa Expires =
"'�oF�} February Q5, 2028
�1��'tl I II I� i II �li I�I� �i
N�ERCHANTS�
BOI�TDING COMI'ANY�,
MERCHANTS 130ND1NG COME'ANY (MUTUAL) P.O. BOX 14498, DLS MO[NES, IOWA 50306-3498
['tiON�: (800} 678-8171 F,vc: (5l5) 243-3854
CONSENT OF SURETY
TO F�NAL PAYMENT
Bond �fo.
TO �WNER:
City of Fort Worlh
100 I�ort Worth Trai1
Fort wotth, Tx �h 1 a2
ARCHITECT'S PROJECT EVO.:
CONTRACT FOR:
Walcr & Sanitary Scwer Improvements
PROJECT: CONTRACT DATED:
DFW 7- Water & Sanitary Sewer Impro�ements, Ciry Project No. 105577
Merchants Bonding Corr�pany (Mutual)
(Surety)
/ ""'� ` (�Lf ",Ll��G)'yli�'ll�i V
(Signature of auihorizecE represeniafive)
In accardance with the provisions of the Contract between the Owner and the Contractor as indicated af�o�e, the
(Insert name and address of Surety)
Merchants Bonding Company {Mutual)
P.O. Bax 14498
Des Moines, Iowa 50306-3498
on bond of
(Insert name and address oi Contractor)
Wright Constructio� Co., Inc.
bOp W. Wall St.
Grapevinc, TX 76051
ONMER !
ARCHITECT
CONTRACTOR _
su�E�� _
OTHER �
101272308
, SURE�Y,
, CON�"hAC70R,
hereby approves of the fina! payment to the Contractar, and agrees that final payment to the Contractor shall not
relieve the Surety o� any of its obfigafions to
(Insert name and address oi Owner)
city of Fart Wonh
100 Fort Worth Trail
Fort Worth, TX 76102
as set forth in said Surety's bond.
IN W[TNESS WHEREOF, ihe Surety has hereunto set its f�and on this date: March 6, 2026
(Insert in wrfiing the month followed by the numeric dale and year.}
4 �� -
Attest: t.
(Seal): Chris.t a Carrasco, Witncss
Kim Bracamante
CON 0405 (4/�5}
, OWNER,
Attornev-1 n-Fact
{Printed name and tiife)
Prinied in cooperafion with American lnstitute 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.
11/tERCHANTS
B4NDING COMPAI�Y-,.�
POWER OF ATTORNEY
KnowAll Persons By These Presents, that MERCHANTS BON�iNG COMPANY (fv1CfTUAL) and MERCHANTS NATIONAL BONDfNG, INC.,
both befng carporations of the 5tate of lowa, and MERCHANTS NATIONAL WDEMNITY COMPANY , an assumed name af Merchants
Natiana! Bonding, Inc., (herein collecti�eiy called the "Companies"j do hereby make, canstituie and appoint, individually,
Adam Syswerda; Gharlie Fletcher; Elise White; Jennifer R Garcia; Kim Bracamonte; Laura Ibarra
their irue ancf lawful Attarney(s)-fn-Fact, to sfgn its name as surety(ies) and lo execute, seai and acknowledge any ar�d all bonds, undertakings,
contracts and oth�r wrfuen instruments ir� the nature ihereof, on behalf of the Companres in their business af guarantEaing ihe fidelity of persons,
guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required ar permitted in any actions or
proceedings allowed by law.
This Pawer-o(-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
1he Companies.
"The Presid�nt, 5ecretary, Treasurer, or any Assistant Treasurer or arsy Assistant Secretary or any Vice President s�tail have power and authority
So appo9nt Aftorneys-in-Fact, and to autharize them to execute on behalf of ihe Company, and attach the seal of the Company thereto, bonds and
undertakmgs, recognizances, contracts of indemnity and ather writings obligatory in the nalurethereof."
"The signature oT any authorized o�cer and the seal of the Company may be aftixed by facsfmile or electronic transmission ia any Power of Attomey
or Certification thereof auiharizing the executian and delivery of any bond, underiaking, recognizance, or other suretyship o obligations of the
Company, and such signature and seal when so used shall have the same force and eftect as ihough manuafly fixed."
In cpnneciian with abligations in favor of the Florida �epartment of TranspoRation only, it is agre�d that the power and authority hereby given to the
Attorney-in-Fact includes any and all consents tor ihe release of retained percentages andlor final estimates on engineering and construction eontracis
required by ihe State of Florida Departmeni of Transportaiion. Et is fufly understood thai consenting ta fhe State af F[orida Qepartment of
Transportation making payment of the final estimate to the Contra�tor andlor its assignee, shall not relieve this surety company of any of fts
obligatfons under iis bond.
ln connection wftt� oblfgations �n favor o£ the Kentucky aepartment of Highways only, it 'ts agreed that the power and authority i�ereby gi�en
to the Attomey-in-Faci cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissipner -
�epartment of Highways of the Commanwealt� of Kentucky at least ihirty (30) days prior to ihe modification ar revocation.
In Witness Whereof, the Companies have caused this instrument to be signed and sealec{ tnis � 2th day of November . 2025
MERCHANTS BONDING COMPANY (iNUTUAL)
,o�p4NGCQ�A :A�IOHq��•. .\oµaL�iHOF M�RCFEANiS NATIONAL BONDING, I�iC.
:y;�o�roq9rry: ;y�-�fLPOq4.�0=: �=p�•P4�fOR,y�;�y�• MEftCHANTSNATIONALiNDEMNITYCOMPANY
:zr2 -o- o`:�%cxrz _o_ �d:.Z�-' ��h, c, v•,�:
����' 1933 ?$: iu`:` 2D03 :'czi= ;s�, � r.;� �
�•a�� . . `a�' �.d� . . .�. 'Jd' 'aD; `' j ��
.�L�'•••..�.. •��^,• :.�W•..,�....;�e�,: ..�w•...�.•'�a. gy ���0` I
.. ,�.�. ... !
STA7E OF IOWA
COUNTY O� �ALLAS ss.
On ihis �21h day of November 2p25 , befare me appeared Larry 7aylor, ta me personally known, who being by me duly sworn
did say that he is President of MERCHANTS BdN�ING COMPANY (MUTUAL), MERCHR�iTS NATI�NAL B�NpING, INC., and MERCHANTS
NATIONAL INDEMNITY COMPANY; and that the seals affxed tp lhe foregoing instfument are ihe Corporate 5eals of the Companies; and ihai the
said inslrument was signed and sealed in behalf of ihe Companies by authority af thefr respecti�e Boards of Directors.
,`Pµ'A��' PenniMiller
4� � Commfssfon Number 7y7952
z
• MyCommission Expires
+al+� January 20, 2027
(Expiration of notary's commission
does not invalidate this instrumentj
lilotary Public
I, Elisabeth 5andersfeid, Secretary of MERCHRNTS BON�ING COMPANY (MUTUAL), MERCHANTS NATI�NAL BONDiNG, INC., and
MERCFtANTS NATIONAL INDEMNITY COMPANY do hereby certify that the abpve and foregoing is a true and correct capy of the POWER-aF-
ATTORNEY executed by said Companies, which is stilE in full force and efFect and has not been amended orre�oked.
In Witness Whereof, f have here�nia set my hand and affixed the s�al of the Companies on this g�h day of March � 2026 �
.o�p1NG Cp� . , � �Z10Nq� •• . .`�NAG Fly�f
• �.��(tPQR,Q. qy, : �'�.ogP�Uqq.do ; � =o-'�rP�,�FOR,y��y'..
'.t�i4 >"•.t; .I.:G �'�Z: .G q..�
;x;r _p_ n`��• �z:r _o_ d';a, :tir •,'�;
�v;^ i933 rc' :v':.` 20Q3 rszi= 's'', � r;;
•.d,;-_. :•y�• :y•.. .�� .�a. •aD.
.�'• : �� ..� .��; ..��„•- _ -•�;a .
.� �"� ...�T,. b.
�.if
Secretary
POA 0018 (5125)