Loading...
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)