Loading...
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)