Loading...
HomeMy WebLinkAbout063187-FP2 - Construction-Related - Contract - S&W ConstructionFORTWORTH. -FP2 City Secretary 63187 Contract No. Date Received 3/11 /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: RaceTrac Risinger City Project No.: 105656 Improvement Type(s): 0 Paving 0 Drainage 0 Street Lights ❑ Turn Lane Original Contract Price: $723,644.36 Amount of Approved Change Order(s): $14,704.00 Revised Contract Amount: $738,348.36 Total Cost of Work Complete: $738,348.36 �� 03/09/2026 Rex Floyd 14:26:17 CDT) (Mer 9. 2026 Contractor Date Project Manager Title S&W Construction Company Name '� 9.2021427;2CDT) 03/09/2026 Project Inspector Date MOSMageMohawwdemT.U.. 03/11 /2026 Project Manager Date j� 03/11 /2026 CFA Manager Date zI)e.7,.:..,� 03/11 /2026 Lauren Pn (Me, 11, 2026 12'.09.33 CD1 I TPW Director Date OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 1 of 2 Notice of Project Completion Project Name: RaceTrac Risinger City Project No.: 105656 City's Attachments Final Pay Estimate ❑x Change Order(s): ❑x Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety 9 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 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name RACETRAC RISINGER Contract Limits Project Type DRAINAGE 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 For Period Ending 1/29/2026 WD BURLESON, TX 76028 Inspectors D. WATSON / R. WATSON Contract Time 12WD Days Charged to Date 107 Contract is 100.00 Complete Tuesday, February 17, 2026 Page 1 of 5 City Project Numbers 105656 DOE Number 5656 Contract Name RACETRAC RISINGER Estimate Number 1 Contract Limits Payment Number 1 Project Type DRAINAGE For Period Ending 1/29/2026 Project Funding UNIT III: DRAINAGE IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 2 1 " RCP, CLASS H 103 LF $150.00 $15,450.00 103 $15,450.00 2 TRENCH SAFETY (CO#1) 115 LF $15.00 $1,725.00 115 $1,725.00 3 TRAFFIC CONTROL MEASURES 3 MO $6,000.00 $18,000.00 3 $18,000.00 4 10' CURB INLET 3 EA $10,000.00 $30,000.00 3 $30,000.00 5 CONCRETE COLLAR FOR MANHOLE (CO#1) 4 EA $1,200.00 $4,800.00 4 $4,800.00 6 4' STORM JUNCTION BOX 2 EA $6,000.00 $12,000.00 2 $12,000.00 7 21" RCP, CLASS IV (CO#1) 12 LF $175.00 $2,100.00 12 $2,100.00 8 -------------------------------------- CONCRETE COLLAR FOR MANHOLE (CO#1) I EA $10,000.00 $10,000.00 1 $10,000.00 Sub-Total of Previous Unit $94,075.00 $94,075.00 UNIT IV: PAVING IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 6" CONC PVMT 5704 SY $54.00 $308,016.00 5704 $308,016.00 2 4" CONC SIDEWALK 3653 SF $5.00 $18,265.00 3653 $18,265.00 3 8.5" CONC PVMT 1346 SY $72.00 $96,912.00 1346 $96,912.00 4 HYDRATED LIME TOPSOIL 403 TN $154.42 $62,231.26 403 $62,231.26 5 TOP SOIL 438 SY $26.00 $11,388.00 438 $11,388.00 6 BLOCK SOD PLACEMENT 1751 SY $5.85 $10,243.35 1751 $10,243.35 7 FURNISH/INSTALL ALUM SIGN GROUND 3 EA $416.98 $1,250.94 3 $1,250.94 MOUNT 8 TRAFFIC CONTROL 3 MO 9 PREFORMED THERMOPLASTIC CONTRAST 510 LF MARKINGS 10 LANE LEGEND ONLY 4 EA 11 LANE LEGEND ARROW 7 EA 12 PREFORMED THERMOPLASTIC CONTRAST 2 EA 13 8" SLD PVMT MARKING HAS (Y) 631 LF 14 8" SLD PVMT MARKING HAS (W) 150 LF 15 ----------------------- 18" SLD PVMT MARKING HAE (Y) 4102 LF Sub-Total of Previous Unit $6,000.00 $18,000.00 3 $18,000.00 $32.00 $16,320.00 510 $16,320.00 $216.74 $866.96 4 $866.96 $257.59 $1,803.13 7 $1,803.13 $32.00 $64.00 2 $64.00 $3.70 $2,334.70 631 $2,334.70 $3.18 $477.00 150 $477.00 $7.47 --------------- $30,641.94 4102 $30,641.94 $578,814.28 $578,814.28 Tuesday, February 17, 2026 Page 2 of 5 City Project Numbers 105656 DOE Number 5656 Contract Name RACETRAC RISINGER Estimate Number 1 Contract Limits Payment Number 1 Project Type STREET LIGHTING For Period Ending 1/29/2026 Project Funding UNIT V: STREET LIGHTING IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 FURNISH/INSTALL CONDUIT -SCHEDULE 80 437 LF $16.20 $7,079.40 437 $7,079.40 PVC 2 2 NO 2 INSULATED ELEC COND 437 LF $2.44 $1,066.28 437 $1,066.28 3 INSTALL TYPE 33A ARM 4 EA $1,200.00 $4,800.00 4 $4,800.00 4 FURNISH/INSTALL LED LIGHTING FIXTURE 4 EA $457.46 $1,829.84 4 $1,829.84 (70 WATT 5 RDWY ILLUM FOUNDATION TY 3,5,6, AND 8 4 EA $1,129.98 $4,519.92 4 $4,519.92 6 RDWY ILLUM TY 18 POLE 4 EA $3,329.66 $13,318.64 4 $13,318.64 7 RDWY ILLUM TY 18 POLE 5 EA $4,929.00 $24,645.00 5 $24,645.00 8 -------------------------------------- POLE MOUNTED TRANSFORMER 1 EA $8,200.00 $8,200.00 1 $8,200.00 Sub-Total of Previous Unit $65,459.08 $65,459.08 Tuesday, February 17, 2026 Page 3 of 5 City Project Numbers 105656 Contract Name RACETRAC RISINGER Contract Limits Project Type STREET LIGHTING Project Funding Contract Information Summary Original Contract Amount Change Orders Change Order Number 1 Change Order Number 1 Total Contract Price DOE Number 5656 Estimate Number 1 Payment Number 1 For Period Ending 1/29/2026 $723,644.36 $1,224.00 $13,480.00 $738,348.36 Total Cost of Work Completed $738,348.36 Less % Retained $0.00 Net Earned $738,348.36 Earned This Period $738,348.36 Retainage This Period $0.00 Less Liquidated Damages Days @ / Day $0.00 LessPavement Deficiency $0.00 Less Penalty $0.00 Less Previous Payment $0.00 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $738,348.36 Tuesday, February 17, 2026 Page 4 of 5 City Project Numbers 105656 DOE Number 5656 Contract Name RACETRAC RISINGER Estimate Number 1 Contract Limits Payment Number 1 Project Type STREET LIGHTING For Period Ending 1/29/2026 Project Funding 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 107 WD 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 $738,348.36 Less % Retained $0.00 Net Earned $738,348.36 Earned This Period $738,348.36 Retainage This Period $0.00 Less Liquidated Damages 0 Days @ $0.00 / Day $0.00 LessPavement Deficiency $0.00 Less Penalty $0.00 Less Previous Payment $0.00 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $738,348.36 Tuesday, February 17, 2026 Page 5 of 5 W 0 Q U � 0 T z z 0 Q C1 �i U) m C ]C a C w c � o M N w a 0 N w0 Cr Q h m al m c}yC LL M r N ci 3 I � � 11 X ]C U I F- z O U W � z U X tom] Lu CL c �_ Li U U U iJ FLJ X +- V O (D Ln (n 0 N h h CV V 4 cn � r ry C CD E m 0 e� m Ln c� zto �. N CU N 00 L N N N w N N N as N iN{(pY Yi a S a n n o ti°v C a o $ 1 a N p M ppO M N N c0 0 0 M N M O V r 8 M n r ag $ S aOct as oc 8 ri o $ o �, N z In in O M � o +A P N � g N1 44 R. N Vt a O O O o n r�i � � cn Ln M 8 4 P � q w V � Nf m N N M L 0 0 a P •' d' T N 0 U N N M O W IL r N (1 0 i- ¢ G tt 0 Z Z) u v=i O _ C ¢ ` z D H U `r U r © �. U not [Y U, w G O U w > uf Z o C In 0 a. H ..l a a F a w ZZ Wes.{ ~ F- W z ® 7 M o o, w o O d (f') N Q N co 0 In In W g W_ E W Q c m M-T— t6n t6lt lei P q, <'3 8 w 0 W,- , C, . I r C, — — — — — — — — — - 4q TQ I —HR LJ M CL a 75 C,2� '2� Cc, 2. cl Nk Ell LO N Do Cu LU cc G o a ui w a a m w X a w U z a 2 U O tn Z O w W Ql C p ar � 0 C c es m u` y � Q Z 2 v � � m Q LO �A V y A G m C G A pcp Q U a O W ~4 y CC+, t c ` L A — u m L u ro Z o tee° rnn E ec s U 7 Lt v —gam z •u c crn w a� a m o £zs U 0 a+ O O v Z U a uj Z m Sy m z i= a � z z c7 S � S o z C tr U G � LU t- c� Z Z 7 O y W z r C 4 U m N Z i= N O N V N 0 m co O r R W g k a LU Q cc m �I O m D E j p m Z c. m U � u a� O m rn co ca al Co 2 U w U U a z ro p Q d w U • W w u• N = v z U m z i= Of FORTWORTH. 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, Street Lights 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, Moradag¢Mohan nMem,,T..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 AFFIDAVIT STATE OF COUNTY OF Before rue, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared Name, Title Of Company, known to me to be a credible person, who being by nic duly sworn, upon his oath deposed and said; That all persons, firers, associations, corporations, or other organizations 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; Contract Description Name or Title Subscribed and sworn before me on this date Day of Month, Year. Notary Public] County, State BBANDI LEE SMITH �6 Notary public, State of Texas �� Qb Comm, Expires 10-28-2027 Notary ID 130424058 Bond No. 101404109 006219-1 MAINTENANCE BOND Page 1 of 4 1 SECTION 00 62 19 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL. BY THESE PRESENTS: 6 COUNTY OF TAR RANT § 7 8 That we S & W Construction Partners LP, known as "Principal" herein and 9 Merchants Bonding Company (Mutual) , a corporate surety (sureties, if more than 10 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether 11 one or more), are held and firmly bound unto the Developer, RaceTrac Incorporated, authorized 12 to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation 13 ("City"), in the sum of nine hundred forty-five thousand one hundred twenty-four dollars and 14 thirty-six cents ($945,124.36), lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County, Texas, for payment of which sum well and truly be made jointly unto the 16 Developer and the City as dual obligees and their successors, we bind ourselves, our heirs, 17 executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 18 19 WHEREAS, Developer and City have entered into an Agreement for the construction of 20 community facilities in the City of Fort Worth by and through a Community Facilities Agreement, 21 CFA Number CFA24-0162: and 22 WHEREAS, the Principal has entered into a certain written contract with the Developer 23 awarded the March 21, 2025 , which Contract is hereby referred to and a made part hereof 24 for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other 25 accessories as defined by law, in the prosecution of the Work, including any Work resulting from 26 a duly authorized Change Order (collectively herein„ the "Work") as provided for in said Contract 27 and designated as RaceTrac Risinger and 28 CITY OF FORT WORTH RaceTrac Risinger STANDARD CITY CONDETIONS— DEVELOPER AWARDED PROJECTSCity Project No. 105656 ReWsed January 31, 2012 006219-2 MAINTENANCE BOND Page 2 of 4 1 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 2 accordance with the plans, specifications and Contract Documents that the Work is and will 3 remain free from defects in materials or workmanship for and during the period of two (2) years 4 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 5 6 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon 7 receiving notice from the Developer and/or City of the need thereof at any time within the 8 Maintenance Period. 01 10 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy 11 any defective Work, for which timely notice was provided by Developer or City, to a completion 12 satisfactory to the City, then this obligation shall become null and void; otherwise to remain in 13 full force and effect. 14 15 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 16 noticed defective Work, it is agreed that the Developer or City may cause any and all such 17 defective 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 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 21 Tarrant County, Texas or the United States District Court forthe Northern District of Texas, Fort 22 Worth Division; and 23 24 PROVIDED FURTHER, that this obligation shall be continuous in nature and successive 25 recoveries may be had hereon for successive breaches. 26 CITY OF FORT WORTH RaceTrac Risinger STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTSCity Project No. 1056S6 Revised January 31, 2012 006219-3 MAINTENANCE BOND Page 3 of 4 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 22nd of April, 2025 3 4 5 6 7 8 9 10 11 ATTEST: (Principal) Secretary PRINCIPAL: S & W Construction Partners LP BY: Signature James Satterwhite - Sr. Proiect Manager Witness as to Principal Name and Title Address: S & W Construction Partners LP 6230 E. Interstate 20 Aledo, TX 76008 CITY OF FORT WORTH RaceTrac Rlsinger STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTSCity Project No. 105655 Revised January 31, 2012 1 ATTEST: rr Caitlin elley (Surety) Secretary 4&)(-/ Payton Blanchard Witness as to Surety 2 006219-4 MAINTENANCE BOND Page 4 of 4 SURETY: Merchants Bonding Company (Mutual) BY: Signature Jessica Turner, Attorney -in -Fact Name and Title Address: Merchants Bonding Company (Mutual) P.O. Box 14498 Des Moines, IA 50306 Telephone Number: (515) 243-8171 3 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 4 from the by-laws showing that this person has authority to sign such obligation. If 5 Surety's physical address is different from its mailing address, both must be provided. 0 7 The date of the bond shall not be prior to the date the Contract is awarded. E. CITY OF FORT WORTH RaceTrac Risinger STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROIECTSCity Project No. 105656 Revised January 31, 2012 MERCHANT BONDING COMPANY,. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa, dlbla Merchants National Indemnity Company (in California only) (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Allison C Lueck; Bryan Simpson; Cadda E Eary; Caitlin Kelley; Donna Martinez, H E Wilkins; Haley Crocker; James R Reid; Jessica Turner; Julie Lindsey; Kay Blair; Lindsay Senior; Malachi Smith; Marie Reyna; Markham Paukune; Michelle Blizzard; Payton Blanchard; Ralph E French; Sandra Fuller; Shane Smith; Shawn Blacklock; Teresa C Smith; Tina LaValley: William Blanchard their true and lawful Attorneys) -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 performance 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 following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and April 27, 2024 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015 and amended on April 27, 2024. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attomeys-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 obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Cortifcation thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship 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 aut hortty 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 construction 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 27th day of March 2025 .•""'"'''•. .•• ' •. MERCHANTS BONDING COMPANY (MUTUAL) `••• P.tPO pt.e•� •••*. ......CQijj•.• MERCHANTS NATIONAL BONDING, INC. �•y ; �El 1¢4� p •� �O,•O�P0,9- dlb/a MERCHANTS NATIONAL INDEMNITY COMPANY fir•-:? '. 2003 �o y. 1933 - c; By ....�►. '• �kr' L1a•• President STATE OF IOWA •''•�#I• 1 '..•'• •. • .' COUNTY OF DALLAS ss. """"` ' On this 27th day of March 2025 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. 1°<s Penni Miller z Commission Number 787452 - •• My Commission Expires f" r tOVVA January 20, 2027 Notary Public (Expiration of notary's commission does not invalidate this instrument) I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., 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, I have hereunto set my hand and affixed the seal of the Companies on this 22nd day of April 2025 ••..u......• • .+ ./fe e ••'.l{LNq 'I• •' `AG •44 • PAm �., �.mic: — . —. 0 = C2 zR,1933 C: Secretary 2003 ::,,�; A� POA 0018 (6/24)"""•"• MERCHANTSS BONDING COMPANY,, MERCHANTS BONDING COMPANY (MUTUAL) P.O. Box 14498, DES MOINES, IOWA 50306-3498 PHONE: (800) 678-8171 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 for information or to make a complaint at: 1-800-678-8171 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance at: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM AND CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. SUP 0032 TX (2115)