HomeMy WebLinkAbout063262-FP1 - Construction-Related - Contract - Wright Construction-FP1
City Secretary
Contract No. 63262
FORTWORTH, Date Received 3/25/2026
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: Longhorn Estates Off -Site Water
City Project No.: 105813
Improvement Type(s): Water Z Sewer ❑
Developer
Cost
City Cost
Total Cost
Original Contract Price:
$4,344,603.34
$417,322.66
$4,761,926.00
Amount of Approved Change Order(s):
$0.00
$0.00
$0.00
Revised Contract Amount:
Total Cost of Work Complete:
$4,344,603.34
$417,322.66
$4,761,926.00
P2
t Day (.ar'12, 8 13:49:40 CDT)
Contractor
Vice President
Title
Wright Construction
Company Name
i Le,r. 7, :11T" �: 11111 1, COT,
Project Inspector
Kiial Js f- P.E. (Msr 25. 2026 2.39'.05 CDT)
Project Manager
CFA Manager
TPW Director
03/17/2026
Date
03/ 17/2026
Date
03/24/2026
Date
03/25/2026
Date
03/25/2026
Date
OFFICIAL RECORD
CITY SECRETARY Page 1 of 2
FT. WORTH, TX
Notice of Project Completion
Project Name: Longhorn Estates Off -Site Water
City Project No.: 105813
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: 116 WD Days Charged: 118 WD
Work Start Date: 8/18/2025 Work Complete Date: 2/17/2026
Completed number of Soil Lab Test: 392
Completed number of Water Test: 21
Page 2 of 2
FoRTWORTH
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name LONGHORN ESTATES OFF -SITE WATER MAIN
Contract Limits
Project Type WATER
City Project Numbers 105813
DOE Number 1058
Estimate Number 1 Payment Number 1 For Period Ending 2/17/2026
WD
City Secretary Contract Number
Contract Date
Project Manager NA
Contractor WRIGHT CONSTRUCTION COMPANY, INC.
601 W. WALL ST.
GRAPEVINE, TX 76051-
Inspectors D. WATSON / R. WATSON
Contract Time 116 WD
Days Charged to Date 118
Contract is 100.00 Complete
Monday, March 9, 2026 Page I of 5
City Project Numbers 105813
Contract Name LONGHORN ESTATES OFF -SITE WATER MAIN
Contract Limits
Project Type WATER
Project Funding
UNrr I: WATER IMPROVEMENTS
Item Description of Items
No.
-----------------
1 16 PRESSURE PLUG
2 24" PRESSURE PLUG
3 4"-12" PRESSURE PLUG
4 REMOVE 48" STORM LINE
5 SWPPP > 1 ACRE
6 ASPHASLT PVMT REPAIR BEYOND DEFINED
WIDTH, RESIDENTIAL
7 TPOSOIL
8 BLOCK SOD PLACEMENT
9 10" WATERLINE LOWERING
10 TRENCH SAFETY
11 UTILITY MARKERS
12 IMPORTED EMBEDMENT/BACKDILL, CSS
13 IMPORTED EMBEDMENTBACKDILL, CLSM
14 42" CASING BY OPEN CUT
15 42" CASING BY OTHER THAN OPEN CUT
16 24" WATER CARRIER PIPE
17 DUCTILE IRON WATER FITTINGS W/
RESTRAINT
18 8" WATER PIPE
19 16" WATER PIPE
20 16" WATER PIPE (Restrained Joints)
21 24" WATER PIPE
22 24" WATER PIPE (Restrained Joints)
23 FIRE HYDRATE
24 WATER SAMPLING STATION
25 CONNECTION TO EXISTING 24" WATER MAIN
26 4" COMBINATION AIR VALVE ASSEMBLY FOR
WATER
27 16" GATE VALVE W/ VAULT
28 24" GATE VALVE W/ VAULT
29 8" BLOW OFF VALVE
DOE Number 1058
Estimate Number 1
Payment Number 1
For Period Ending 2/17/2026
Estimated Unit
Unit Cost
Estimated
Completed
Completed
Quanity
Total
Quanity
Total
----------------------
1 EA
$2,050.00
$2,050.00
1
$2,050.00
1 EA
$2,689.00
$2,689.00
1
$2,689.00
1 EA
$951.00
$951.00
1
$951.00
7 LF
$423.00
$2,961.00
7
$2,961.00
1 LS
$36,664.00
$36,664.00
1
$36,664.00
5920 SY
$168.00
S994,560.00
5920
$994,560.00
127 CY
$131.00
$16,637.00
127
$16,637.00
1512 SY
$11.00
$16,632.00
1512
$16,632.00
1 EA
$19,902.00
$19,902.00
1
$19,902.00
9641 LF
$1.00
$9,641.00
9641
$9,641.00
l LS
$4,917.00
$4,917.00
1
$4,917.00
10 CY
$153.00
$1,530.00
10
$1,530.00
38 CY
$185.00
$7,030.00
38
$7,030.00
20 LF
S679.00
$13,580.00
20
$13,580.00
416 LF
$1,226.00
S510,016.00
416
$510,016.00
455 LF
$223.00
S101,465.00
455
$101,465.00
21 TN
$5,045.00
5105,945.00
21
$105,945.00
24 LF
$107.00
$2,568.00
24
$2,568.00
1787 LF
$137.00
S244,819.00
1787
$244,819.00
1598 LF
$173.00
5276,454.00
1598
$276,454.00
4235 LF
$194.00
S821,590.00
4235
$821,590.00
1958 LF
$267.00
S522,786.00
1958
$522,786.00
2 EA
$11,544.00
$23,088.00
2
$23,088.00
1 EA
$10,208.00
$10,208.00
1
$10,208.00
1 EA
$11,437.00
$11,437.00
1
$11,437.00
3 EA
$40,094.00
$120,282.00
3
$120,282.00
6 EA
$31,857.00
$191,142.00
6
$191,142.00
5 EA
$51,550.00
$257,750.00
5
$257,750.00
3 EA
$31,141.00
$93,423.00
3
$93,423.00
Monday, March 9, 2026 Page 2 of 5
City Project Numbers 105813 DOE Number 1058
Contract Name LONGHORN ESTATES OFF -SITE WATER MAIN Estimate Number 1
Contract Limits Payment Number 1
Project Type WATER For Period Ending 2/17/2026
Project Funding
30 48" RCP, CLASS III
7 LF
$1,447.00
$10,129.00
7 $10,129.00
31 TRAFFIC CONTROL
12 MO
$24,568.00
$294,816.00
12 $294,816.00
32 TRAFFIC CONTROL DETAILS
1 EA
$9,064.00
$9,064.00
1 $9,064.00
33 REMOVED AND RELOCATED
BARBED WINE 1800 LF
$14.00
$25,200.00
1800 $25,200.00
FENCE
Sub -Total of Previous Unit
$4,761,926.00
$4,761,926.00
Monday, March 9, 2026 Page 3 of 5
City Project Numbers 105813
Contract Name LONGHORN ESTATES OFF -SITE WATER MAIN
Contract Limits
Project Type WATER
Project Funding
Contract Information Summary
Original Contract Amount
Change Orders
DOE Number 1058
Estimate Number 1
Payment Number 1
For Period Ending 2/17/2026
$4,761,926.00
Total Contract Price $4,761,926.00
Total Cost of Work Completed $4,761,926.00
Less % Retained $0.00
Net Earned $4,761,926.00
Earned This Period $4,761,926.00
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
$4,761,926.00
Monday, March 9, 2026 Page 4 of 5
City Project Numbers 105813
Contract Name LONGHORN ESTATES OFF -SITE WATER MAIN
Contract Limits
Project Type WATER
Project Funding
Project Manager NA
Inspectors D. WATSON / R. WATSON
Contractor WRIGHT CONSTRUCTION COMPANY, INC.
601 W. WALL ST.
GRAPEVINE, TX 76051-
DOE Number 1058
Estimate Number 1
Payment Number 1
For Period Ending 2/17/2026
City Secretary Contract Number
Contract Date
Contract Time 116 WD
Days Charged to Date 118 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 $4,761,926.00
Less % Retained $0.00
Net Earned $4,761,926.00
Earned This Period $4,761,926.00
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
$4,761,926.00
Monday, March 9, 2026 Page 5 of 5
FORT WORTH
TRANSPORTATION AND PUBLIC WORKS
PIPE REPORT FOR:
PROJECT NAME: Longhorn Estate Off -Site Water
CITY PROJECT NUMBER: 105813
Open Trench
Open Trench
Open Trench
FIRE HYDRANTS: 2
PIPE ABANDONED
N/A
8"
16"
24"
SIZE
N/A
WATER
PVC Pressure Pipe
PVC Pressure Pipe
PVC Pressure Pipe
VALVES (16" OR LARGER) _
TYPE OF PIPE
N/A
LF
24
1787
4235
11
N/A
DENSITIES:
NEW SERVICES:
N/A
N/A
Yes - Passing
N/A 0
N/A 0
SEWER
PIPE LAID
SIZE
TYPE OF PIPE LF
PIPE ABANDONED
SIZE
TYPE OF PIPE LF
N/A
N/A
N/A N/A
DENSITIES:
NEW SERVICES:
TRANSPORTATION AND PUBLIC WORKS
The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311
(817) 392 - 7941 • Fax: (817) 392 - 7845
FORTWORTH.
TRANSPORTATION AND PUBLIC WORKS
March 6, 2026
Wright Construction Co., Inc.
600 W Wall St.
Grapevine, TX 76051
RE: Acceptance Letter
Project Name: Longhorn Estate Off -Site Water
Project Type: Water
City Project No.: 105813
To Whom It May Concern:
On February 27, 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 March 6, 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 March 6, 2028, 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-
392-7872.
Sincerely,
KI4.G.9 � P. [-.
KhA ja,,fa P.E. (Ma: 74 � 21 , )ll: IU W, ( DI)
Khal Jaafari, Project Manager
Cc: Robert Watson, Inspector
Don Watson , Inspection Supervisor
Oscar Agullion, Senior Inspector
Andrew Goodman, Program Manager
Pape -Dawson, Consultant
Wright Construction, Contractor
D.R. Horton —Texas, LTD., Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Rev. 8/20/19
AFFIDAVIT
STATE OF TEXAS
COUNTY OF 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
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;
Longhorn Estates Offsite Waterline, at or near Stewart Feltz Road and W.
Cleburne Road, Fort Worth, TX; CPNJ05813; IPRC2XA`188
10-M
Littlefield
Subscribed and sworn before me on this date 17th of February, 2026.
G
otary Public
Tarrant, TX
JESSICA M. SORiA
Notary ID # 134745800
My Commission Expires
ti,FOF�+ February 05, 2028
MERCHANT,4"�
BONDING COMPANY.
MERCHANTS BONDING COMPANY (MUTUAL) P.O. BOX 14498, DES MOINES. IOWA 50306-3498
PHONE: (800) 678-8171 FAX: (515) 243-3854
CONSENT OF SURETY
TO FINAL PAYMENT
TO OWNER:
City of Fort Worth
100 Fort Worth Trail
Fort Worth, TX 76102
PROJECT:
City Project No. 105813
Bond No.
ARCHITECT'S PROJECT NO.:
CONTRACT FOR:
Longhorn Estates Off -Site Water Main
CONTRACT DATED:
OWNER
ARCHITECT
CONTRACTOR
SURETY
OTHER
101272303
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, Iowa 50306-3498
, SURETY,
on bond of
(Insert name and address of Contractor)
Wright Construction Co., Inc.
600 W. Wall St.
Grapevine, TX 76051
,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.
IN WITNESS WHEREOF, the Surety has hereunto set its hand on this date: February 17, 2026
(Insert in writing the month followed by the numeric date and year.)
Merchants Bonding Company (Mutual)
t`'-. - (Surety)
Attest: (
(Seal): Kim Bracamonte, Witness (Sk3Aature of authonzed representative)
CON 0405 (4/15)
, OWNER,
Elise White Attorney -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.
MERCHANTS
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, and MERCHANTS NATIONAL INDEMNITY 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 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 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 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 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 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 12th day of November , 2025
MERCHANTS BONDING COMPANY (MUTUAL)
•.�p>,NG COM•' •P�IONq<•''•; .•�oNA�rpv • MERCHANTS NATIONAL BONDING, INC.
0�'(tPOq' • V.
• ���': RpOq'' ep•: : ram: :FOR MERCHANTS NATIONAL INDEMNITY COMPANY
a. 1933 ;'ti • �': 2003By
0 • �,, fD ; J
�' •. ate.' /�
STATE OF IOWA
COUNTY OF DALLAS ss.
On this 12th day of November 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), MERCHANTS NATIONAL BONDING, INC., and MERCHANTS
NATIONAL INDEMNITY COMPANY; 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.
,�V9`A4J' Penni Miller
Z Commission Number 787952
• • My Commission Expires
iOVVP January 20, 2027
(Expiration of notary's commission Notary Public
does not invalidate this instrument)
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, I have hereunto set my hand and affixed the seal of the Companies on this 17th day of February 2026
••o�p\NG CpMA •
�1PZ\ONq� e •
•�`�\1ALrly��•.•.
0:''(IPOq' •
.hy,ZuO
• PO
:A VOA p4j ;Z:
p �fOR•,
•?;cps �y •
�a1
1933
•
;;
a •
�' • tea.
%d•• • �
. b'•,
Secretary
POA 0018 (5/25)