HomeMy WebLinkAboutContract 59821-FP1-FP1
FORT WORTH.
City Secretary 59821
Contract No.
Date Received 9/3/2025
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: Cavile Place Ph.2 Hughes House
City Project No.: 103822
Improvement Type(s): ❑x Paving ❑x Drainage ❑x Street Lights ❑ Traffic Signals
Original Contract Price: $1,239,402.05
Amount of Approved Change Order(s):-$96,095.59
Revised Contract Amount: $1,143,306.4E
Total Cost of Work Complete: $1,143,306.4E
Andre 29, 2025 09:07:35 CDT) 08/29/2025
Contractor Date
Senior Project Manager
Title
Block Companies
Company Name
RodorioK SaKer
08/29/2025
Roderick Baker (Aue 29. 2025 09.34:59 CDT)
Project Inspector
Date
Motadage Mokawxfdeen?E
09/03/2025
Project Manager
Date
—A
09/03/2025
CFA Manager
Date
de Z---
09/03/2025
Lauren Prieur (Sep 3, 202513:16:57 CDT)
TPW Director
Date
�_�
09/05/2025
Asst. City Manager
Date
OFFICIAL RECORD
CITY SECRETARY Page 1 of 2
FT. WORTH, TX
Notice of Project Completion
Project Name: Cavile Place Ph.2 Hughes House
City Project No.: 103822
City's Attachments
Final Pay Estimate ❑x
Change Order(s): ❑x Yes ❑ N/A
Contractor's Attachments
Affidavit of Bills Paid
Consent of Surety
Statement of Contract Time
Contract Time: 160
Days Charged: 418
Work Start Date: 8/28/2023 Work Complete Date: 7/31/2025
Completed number of Soil Lab Test: 89
Completed number of Water Test: 0
Page 2 of 2
FORT WORT 11
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name CAVILE PLACE - PHASE II - HUGHES HOUSE
Contract Limits
Project Type PAVING
City Project Numbers 103822
DOE Number 3822
Estimate Number 1 Payment Number 1 For Period Ending 7/31/2025
WD
City Secretary Contract Number Contract Time 16WD
Contract Date Days Charged to Date 418
Project Manager NA Contract is 100.00 Complete
Contractor BLOCK BUILDERS, LLC
4545 POST OAK PLACE DR.
HOUSTON, TX 77027
Inspectors R.BAKER / M. GLOVER
Friday, August 8, 2025 Page 1 of 6
City Project Numbers 103822 DOE Number 3822
Contract Name CAVILE PLACE - PHASE H - HUGHES HOUSE Estimate Number I
Contract Limits Payment Number 1
Project Type PAVING For Period Ending 7/31/2025
Project Funding
UNIT IV: PAVING IMPROVEMENTS
Item
Description of Items
Estimated Unit
Unit Cost
Estimated
Completed
Completed
No.
Quanity
Total
Quanity
Total
1
REMOVE SIDEWALK
5660 SF
$2.69
$15,225.40
5660
$15,225.40
2
REMOVE CONCRETE DRIVE
1770 SF
$2.51
$4,442.70
1770
$4,442.70
3
REMOVE CONC PVMT
80 SY
$5.00
$400.00
80
$400.00
4
REMOVE ASPHALT PVMT (CO#3)
2106 SY
$11.65
$24,534.90
2106
$24,534.90
5
REMOVE CONC CURB & GUTTER (CO#3)
810 LF
$2.81
$2,276.10
810
$2,276.10
6
6" FLEXIBLE BASE, TYPE A, GR-1(CO#3)
190 SY
$49.16
$9,340.40
190
$9,340.40
7
2" ASPHALT PVMT TYPE D (CO#3)
190 SY
$41.05
$7,799.50
190
$7,799.50
8
4" ASPHALT BASE TYPE B (CO#3)
190 SY
$82.10
$15,599.00
190
$15,599.00
9
6" CONC CURB AND GUTTER(CO#3)
361 LF
$51.21
$18,486.81
361
$18,486.81
10
4" SLD PVMT MARKING HAS (W)
200 LF
$3.23
$646.00
200
$646.00
11
8" SLD PVMT MARKING HAS (W)
80 LF
$6.47
$517.60
80
$517.60
12
24" SLD PVMT MARKING HAE (W) (CO#3)
80 LF
$79.17
$6,333.60
80
$6,333.60
13
UNCLASSIFIED EXCAVATION BY PLAN
262 CY
$24.41
$6,395.42
262
$6,395.42
14
EMBANKMENT BY PLAN
493 CY
$59.25
$29,210.25
493
$29,210.25
15
6" LIME TREATMENT (CO#3)
3860 SY
$13.23
$51,067.80
3860
$51,067.80
16
6" CONC PVMT (CO#3)
2080 SY
$95.93
$199,534.40
2080
$199,534.40
17
4" CONC SIDEWALK (CO#2)(CO#3)(CO#5)
5156 SF
$11.70
$60,325.20
5156
$60,325.20
18
6" CONCRETE DRIVEWAY
3305 SF
$9.59
$31,694.95
3305
$31,694.95
19
BARRIER FREE RAMP, TYPE R-1 (CO#3)
0 EA
$3,600.00
$0.00
0
$0.00
20
BARRIER FREE RAMP, TYPE P-1 (CO#5)
2 EA
$3,600.00
$7,200.00
2
$7,200.00
21
TOPSOIL
130 CY
$60.00
$7,800.00
130
$7,800.00
22
BLOCK SOD PLACEMENT
1170 SY
$17.66
$20,662.20
1170
$20,662.20
23
PAINT 3" TREE (CO#6)
9 EA
$942.38
$8,481.42
9
$8,481.42
24
REMOVE AND REINSTALL SIGN PANEL AND
3 EA
$350.00
$1,050.00
3
$1,050.00
POST
25
TRAFFIC CONTROL
1 MO
$3,604.16
$3,604.16
1
$3,604.16
26
6"-12" TREE REMOVAL
2 EA
$1,500.00
$3,000.00
2
$3,000.00
27
HYDRATED LIME FOR SUBGRADE
57 TN
$323.40
$18,433.80
57
$18,433.80
28
REMOVE ASPHALT PVMT (CO#2)
127 SY
$124.00
$15,748.00
127
$15,748.00
29
10' WIDE ASPHALT PVMT REPAIR,
127 SY
$195.00
$24,765.00
127
$24,765.00
RESIDENTIAL (CO#2)
30
REMOVE CONC PVMT (CO#2)
110 SY
$129.00
$14,190.00
110
$14,190.00
Friday, August 8, 2025 Page 2 of 6
City Project Numbers 103822 DOE Number 3822
Contract Name CAVILE PLACE - PHASE H - HUGHES HOUSE Estimate Number I
Contract Limits Payment Number 1
Project Type PAVING For Period Ending 7/31/2025
Project Funding
31
--------------------------------------
6" CONC PVMT (CO#2)
110 SY
$221.00
$24,310.00
110
$24,310.00
-------------------
Sub-Total of Previous Unit
$633,074.61
$633,074.61
UNIT III: DRAINAGE IMPROVEMENTS
Item
Description of Items
Estimated Unit
Unit Cost
Estimated
Completed
Completed
No.
Quanity
Total
Quanity
Total
1
TRENCH SAFTEY
510 LF
$3.00
$1,530.00
510
$1,530.00
2
SWPPP
1 LS
$1,500.00
$1,500.00
1
$1,500.00
3
24" RCP, CLASS III (CO#1)
472 LF
$131.00
$61,832.00
472
$61,832.00
4
4' STORM JUNCTION BOX (CO#1)
3 EA
$8,334.00
$25,002.00
3
$25,002.00
5
CONNCECT TO EXISTING CURB INLET
2 EA
$1,865.00
$3,730.00
2
$3,730.00
6
18" RCP, CLASS III (CO#1)
31 LF
$101.00
$3,131.00
31
$3,131.00
Sub -Total of Previous Unit $96,725.00 $96,725.00
UNIT V: STREET LIGHTING IMPROVEMENTS
Item Description of Items
No.
1 2" CONDT PVC SCH 80 (T)
2 2" CONDT PVC SCH 80 (B)
3 EXPLORATORY EXCAVATION OF EXISTING
UTILITIES
4 NO 2 INSULATEDELEC CONDR
6 GROUND BOX TYPE B, W/ APRON
7 FURNISH/INSTALL TYPE 33B ARM
8 FURNISH/INSTALL 240-480 VOLT SINGLE
PHASE TRANSOCKET METERED PEDESTAL
9 FURNISH/INSTALL LED LIGHTING FIXTURE (70
WATT ATBO COBRA HEAD)
10 FURNISH/INSTALL 10'-14' WASHINGTON
STANDARD LIGHT PLOE & FIXTURE LED
11 FURNISH/INSTALL RDWAY HIUM TY 11 POLE
12 RDWAY HIUM FOUNDATION TY 1,2 AND 4
13 RDWAY MUM FOUNDATION TY 7
14 POWER COAT TY 11 POLE AND TY 33B ARM
15 REMOVE&SALVAGE EXISTING LT
POLE,ARM,LUM,&DEMO FOUNDATION
2'BFG(CO#4&5)
Estimated Unit
Unit Cost
Estimated
Completed
Completed
Quanity
Total
Quanity
Total
2115 LF
$30.00
$63,450.00
2115
$63,450.00
295 LF
$40.00
$11,800.00
295
$11,800.00
80 17
$175.00
$14,000.00
80
$14,000.00
11580 LF
$5.75
$66,585.00
11580
$66,585.00
16 EA
$1,452.00
$23,232.00
16
$23,232.00
2 EA
$361.00
$722.00
2
$722.00
2 EA
$7,866.00
$15,732.00
2
$15,732.00
2 EA
$885.00
$1,770.00
2
$1,770.00
32 EA
$4,820.00
$154,240.00
32
$154,240.00
2 EA
$2,056.00
$4,112.00
2
$4,112.00
2 EA
$1,858.00
$3,716.00
2
$3,716.00
32 EA
$1,445.00
$46,240.00
32
$46,240.00
2 EA
$600.00
$1,200.00
2
$1,200.00
3 EA
$2,235.95
$6,707.85
3
$6,707.85
Friday, August 8, 2025 Page 3 of 6
City Project Numbers 103822 DOE Number 3822
Contract Name CAVILE PLACE - PHASE H - HUGHES HOUSE Estimate Number I
Contract Limits Payment Number 1
Project Type STREET LIGHTING For Period Ending 7/31/2025
Project Funding
Sub -Total of Previous Unit $413,506.85 $413,506.85
Friday, August 8, 2025 Page 4 of 6
City Project Numbers 103822
Contract Name CAVILE PLACE - PHASE H - HUGHES HOUSE
Contract Limits
Project Type STREET LIGHTING
Project Funding
Contract information Summary
Original Contract Amount
Change Orders
Change Order Number 1
Change Order Number 2
Change Order Number 3
Change Order Number 4
Change Order Number 5
Change Order Number 5
Change Order Number 6
DOE Number 3822
Estimate Number I
Payment Number 1
For Period Ending 7/31/2025
$1,239,402.05
$6,487.00
$46,779.50
($144,832.85)
$6,707.85
($6,174.00)
($2,235.95)
($2,827.14)
Total Contract Price $1,143,306.46
Total Cost of Work Completed $1,143,306.46
Less % Retained $0.00
Net Earned $1,143,306.46
Earned This Period $1,143,306.46
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
$1,143,306.46
Friday, August 8, 2025 Page 5 of 6
City Project Numbers 103822 DOE Number 3822
Contract Name CAVILE PLACE - PHASE H - HUGHES HOUSE Estimate Number I
Contract Limits Payment Number 1
Project Type STREET LIGHTING For Period Ending 7/31/2025
Project Funding
Project Manager NA City Secretary Contract Number
Inspectors R.BAKER / M. GLOVER Contract Date
Contractor BLOCK BUILDERS, LLC Contract Time 160 WD
4545 POST OAK PLACE DR. Days Charged to Date 418 WD
HOUSTON, TX 77027 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 $1,143,306.46
Less % Retained $0.00
Net Earned $1,143,306.46
Earned This Period $1,143,306.46
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
$1,143,306.46
Friday, August 8, 2025 Page 6 of 6
I PROJECT NAME:
CONTRACT:
ICFA#
ICITY PROJECT #
IFID #
FILE #
INSPECTOR:
PROJECT MANAGER:
ORIGINAL CONTRACT
EXTRAS TO DATE
CREDITS TO DATE
CONTRACT TO DATE
AMOUNT OF PROP. CHANGE ORDER
REVISED CONTRACT AMOUNT
TOTAL REVISED CONTRACT AMOUNT
PER UNIT
REVISED COST SHARE
TOTAL REVISED CONTRACT
i 1
REVIEWED
By Arash Emami Saleh at 4:37 pm, Nov 09, 2023
DEVELOPER -AWARDED -PROJECT CHANGE ORDER
CAVILE PLACE - PAHSE 11- HUGHES HOUSE CHANGE
PAVING, DRAINAGE, LIGHTING AND LANDSCAPE ORDER No:
22-0053 1 CITY PARTICIPATION: NO
103822
1
30114-0200431-103822-EO7685
K-2870
VICTOR GUTIERREZ Phone No:
817-392-8306
ARASH EMAMI SALEH Phone No:
817-392-2373
CONTRACT UNIT
STREET LIGHTING
DRAINAGE
PAVING
CONTRACT
DAYS
Developer Cost
(,`IWCoA
Daveloper Cost
City Cost
Developer Cost
City Cost
_
$409,034.95
SOAO
$90,238.00
S0.90
$740.129.10
S0.00
�.
180
1i
$409,034.96
so.bo
$90,238.00
$0.00
$740,129.10
$0.00
180
t1{
S.
$ 6,487.00
$409,034.96
e
woo
$96,725.00
34.00
$740,129.10
moo
180
$409.034.96
$96.725.00
$740.129.10
Dev. Cost: $1,245,889.05
City Cost_ $Oleo
$1,245,889.05
Revised: 10-12-2011 Page 1
REVIEWED
By Arash Emami Saieh at 4:37 pm, Nov 09, 2023
You are directed to make the following changes in the contract documents:
PAY ITEM #
I CITY BID ITEM # I QUANTITY I
UNIT
I ITEM DESCRIPTION I UNIT PRICE I
TOTAL
UNIT a: DRAINAGE IMPROVEMENTS
I
I
Class IBox
I
I
4.67
(8,334.00
4
3349.0005
1B
EA
4' Storm J nction
s 8.334.00
$
I
TOTAL UNIT II: DRAINAGE IMPROVEMENTS:I S
6.487.001
TOTAL I $
6,487.00
REASONS FOR CHANGE ORDER
Some water improvmenets removed to the contract per developers request to change phasing oirproject. Changes correspond to Revision No. 1 as shown on sheets 4, 9, 11-13,
20, and 23 or the constructlon plans.
RECOMMENDED:
By: 41 t%*
Name: Tvler Scott
Title: Engineer
APPROVED:
By:_
G
Name: Mike Saunders
Title: Partner
McCormack Baron Salazar Development, Inc.
APPROVED:
Apr �p.p yvM/Jwxn
Paul J Simpson:;..- o--
Name: PJ Simpson
Title: BLOCK Reoresentalive
Revised: 10-12-2011 Page 2
IPROJECT NAME:
CONTRACT:
ICFA#
ICITY PROJECT #
IFID #
IFILE #
INSPECTOR:
PROJECT MANAGER:
ORIGINAL CONTRACT
EXTRAS TO DATE
CREDITS TO DATE
CONTRACT TO DATE
AMOUNT OF PROP. CHANGE ORDER
REVISED CONTRACT AMOUNT
TOTAL REVISED CONTRACT AMOUNT
PER UNIT
REVISED COST SHARE
TOTAL REVISED CONTRACT
DEVELOPER -AWARDED -PROJECT CHANGE ORDER
CAVILE PLACE - PAHSE II - HUGHES HOUSE
PAVING, DRAINAGE, LIGHTING AND LANDSCAPE
22-0053 I CITY PARTICIPATION:I NO
103822
30114-0200431-103822-EO7685
K-2870
VICTOR GUTIERREZ Phone No:
ARASH EMAMI SALEH Phone No:
STREET LIGHTING I DRAINAGE
Developer Cost
City Cost
Developer Cost
City Cost
$409,034.95
$0.00
$90,238.00
$0.00
$6,487.00
$409,034.95
$0.00
$96,725.OD
$0.00
$409,034.95
$0.00
I $96,725.DO
$0.00
$409,034.95
I $96,725.00
Dev. Cost:
$1,292,668.55
817-392-8306
817-392-2373
CONTRACT UNIT
PAVING
Developer Cost City Cost
$740,129.10 $0.00
$740,129.10 $0.00
$ 46,779.50
$786,908.60 $0.00
$786,908.60
City Cost:
$1,292,668.55
REVIEWED
By Aiash Emami Saleh at 11:25 am, Jul 08, 2024
CHANGE
ORDER No:
2
$0.00
I
CONTRACT
DAYS
180
I
I
I 180
I
180
Revised: 10-12-2011 Page 1
REVIEWED
By Arash Emami Saleh at 11:25 am, Jul 08, 2024
You are directed to make the following changes in the contract documents:
PAY ITEM #
I CITY BID ITEM # I QUANTITY I
UNIT
I ITEM DESCRIPTION
I UNIT PRICE I
TOTAL
UNIT 1: PAVING IMPROVEMENTS
3
0241.1000 110
SY
I Remove Conc Pvmt
$ 129.00 $
14,190.00
16
3213.0101 110
SY
6" Conc Pvmt
$ 221.00 $
24.310.00
17
3213.0301 -2755
SF
4" Conc Sidewalk
$ 11.70 $
(32,233.50)
28
0241.1100 127
SY
Remove Asphalt Pvmt
$ 124.00 $
15.748.00
29
3201.0117 127
SY
10' W ide Asphalt Pvmt Repair, Residental
$ 195.00 $
24,765.00
TOTAL UNIT I: PAVING IMPROVEMENTS: $
46,779.50
TOTAL
$
46,779.50
REASONS FOR CHANGE ORDER
Some waterimprovmenets removed to the contract per developer's request to change phasing of project. Changes correspond to
Revision No. 1 as shown on sheets 4, 9, 11-13,
20, and 23 of the construction plans.
RECOMMENDED:
APPROVED: APPROVED:
McCormack Baron Salazar Development, Inc.
Michael Saunders, Vice President
By: �
By:_''s X� �— By:
—
Name:'
PJ Simpson
Name: Tvler Scott
Name: Mike Saunders
Title: Engineer
Title: Partner Title:
BLOCK Representative
Revised: 10-12-2011 Page 2
PROJECT NAME:
CONTRACT:
CFA '-
CITY PROJECT
FID
FILE
INSPECTOR:
PROJECT MANAGER:
ORIGINAL CONTRACT
EXTRAS TO DATE
CREDITS TO DATE
CONTRACT TO DATE
AMOUNT OF PROP. CHANGE ORDER
REVA�ED ;;QNTRACT AMOUNT
TOTAL REVISftO C6NTRACT AMOUNT
PER UNIT
REVISED COST SHARE
TOTAL REVISED CONTRACT
DEVELOPER -AWARDED -PROJECT CHANGE ORDER
CAVILE PLACE - PAHSE II - HUGHES HOUSE
PAVING, DRAINAGE, LIGHTING AND LANDSCAPE
22-0053 CITY PARTICIPATION: NO
103822
30114-0200431-103822-EO7685
K-2870
VICTOR GUTIERREZ Phone No:
ARASH EMAMI SALEH Phone No:
STREET LIGHTING I DRAINAGE
Dovoloper Cost
City Cost
Dovolopor Cost
City Cost
S409,034.95
S0.00
$90.238.00
LS0.00
$6.487.00
5409,034.95
50.00
596,725.00
S0.00
S409,034.95
S0.00
S96.725.00
$0.00
S409.034.95
S96,725.00
Dev. Cost
$1,147,935.70
817-392-8306
817-392-2373
REVIEWED
By Mosadage Mohammdeen at 10:37 am, Jul 31, 2025
CHANGE
ORDER No:
3
CONTRACT UNIT
PAVING
)ovolopor Cost City
5740,129.10 S0.00
$46.77950
$786.908.60 S0.
S (144.832.85)
S642,075.75 S0.00
S64Z07! .75
city: $0.00
S1,147,835.70
I
CONTRACT
DAYS
160
160
160
Revised: 10-12-2011 Page 1
You are directed to make the fo8owinp chances in the contract documents:
PAY ITEM »
CITY BID ITEM -
QUANTITY
UNIT
( ITEM DESCRIPTION
UNIT PRICE
TOTAL
UNIT I: -PAVING IMPROVEMENTS
4
0241.110D
-1300
SY
REMOVE ASPHALT PAVEMENT
S
11.65 S
(15.145.00)
5
0241.130D
-370
LF
REMOVE gONC 9YRB S GUTTER
S
2.81 S
(1.039.70)
6
3211.0112
120
SY
6" FLEXIBLE BASE. TYPE A. GR-1
S
49.16 S
5.89920
7
3212.0302
120
BY
2' ASP �D
S
41.05 S
4.926.00
6
3272.0507
120
SY
4'ASP
5
62.10 5
9.852.00
9
3216.0101
-80
LF
6" CONC URB AND GUTTER
S
5121 S
(4,096.80)
12
3217.0501
-15
LF
24• SLID PVMT MARKING HAE (W)
S
79.17 S
(1,187.55)
15
3211.0501
.30
SY
6- LIME 7EATMSNT
S
1323 S
(396.90)
16
3213.0101
-1300
SY
6" C NC PAVEMENT
S
95.93 S
(124.709.00)
17
3213.0301
-1003
SF
J ON9 §kPEVIALK
S
11.70 S
(11.735.10)
19
3213.0501
-2
EA
BARRIER FREE R-1
S
3,600.00 S
(7.200.00)
TP.
T TAL UNIT I _PAVING IMPROVEMENTS: S
(144.832.65)
TOTAL
IS
(144.832-85)
REASONS FOR CHANGE ORDER
Some water improvmenets removed to the contract perdeveloper's request to change phasing of project. Changes correspond to Revision No. 1 as shown on sheets 4, 9, 11-13,
20, and 23 of the construction plans.
RECOMMENDED:
By.
Name: Tvler Scott
Title: Enaineer
APPROVED:
APPROVED:
FW Hughca House LP, a TX 6milod pannorship
By FW Hughes Hou-c GP. LLC, it gon 1 part-r
�.r M'� _By�: Fort Worth ARordabillty, Inc, it Flo —ber
By: )W —j" By.
Name: Mary -Margaret Lemons Name: P Simpson
Title: S-1my/7rca--urerofthc-10 embcr Title: BLOCKReoresentative
REVIEWED
By Mosadage Mohammdeen at 10:37 am, Jul 31, 2025
Revised: 10-12-2011 Page 2
REVIEWED
By Mosadage Mohammdeen at 10:38
am, Jul 31, 2025
DEVELOPER -AWARDED -PROJECT
CHANGE ORDER
'
PROJECT NAME:
CAVILE PLACE - PHASE II - HUGHES HOUSE I
CHANGE
CONTRACT:
PAVING. DRAINAGE. LIGHTING AND LANDSCAPE
ORDER No:
CFA #
22-0053 1 CITY PARTICIPATION: NO
CITY PROJECT n
103822
CITY SECRETARY CONTRACT #
59821
4
FI D #
30114-0200431-103822-E-7685
X#
FILE #
K-2870
INSPECTOR:
VICTOR GUTIERREZ Phone No:
817-392-8306
PROJECT MANAGER:
MOSADAGE MOHAMMDEEN Phone No:
817-392-2443
CONTRACT UNIT
WATER
SEWER
DRAINAGE PAVING
STREET LIGHTS
CONTRACT
Developer
Developer
Developer
Developer
--sr4-.
DAYS
Cost
City Cost
Developer Cost
City Cost
Cost
City Cost Cost
City Cost
Cost
City Cost
ORIGINAL CONTRACT
$0.00
$0.00
SO.00
$0.00
$90.238.00
SO.00 S740.129.10
$0.00
S409,034.95
SO.00
160
EXTRAS TO DATE
$0.00
$0.00
$0.00
$0.00
$6,487.00
$0.00 $46,779.50
SO.00
$0.00
$0.00
CREDITS TO DATE
$0.00
$0.00
$0.00
$0.00
SO.00
$0.00 $144.832.85
$0.00
$0.00
S0.00
CONTRACT TO DATE
$0.00
$0.00
$0.00
$0.00
$96,725.00
$0.00 $642A75.75
$0.00
S409,034.95
$0.00
160
AMOUNT OF PROP. CHANGE ORDER
$0.00
$0.00
$0.00
$0.00
SO.00
$0.00 $0.00
SO.00
$6,707.85
$0.00
0
REVISED C9NTRACT AMOUNT
SO.00
S0.00
SO.00
SO.00
S96.725.00
SO.00 $642.075.75
$0.00
S415.742.80
$0.00
160
TOTAL REVISED CONTRACT AMOUNT PER
UNIT
SO.00
$0.00
S96.725.00 $UZU75.75
S415.74210
REVISED COST SHARE
Dev. Cost: $1,154,543.55
City cost: , $0.00
TOTAL REVISED CONTRACT
$1,154,543.55
Revised: 12-17-2018 Page 1
You are directed to make the following changes in the contract documents:
CITY BID ITEM
PAY ITEM n n QUANTITY
15 9999.0006
I
Asterisk (') indicates New Pay Item
UNIT III: STREET LIGHTING IMPROVEMENTS
CFW Unit Developer
UNIT ITEM P:Ap�ftIPTIQN Price UNIT PRICE Cost
REMOVER DSAL(/AGE NisrrNG
EA LIGHTING POLE, ARM, LUM & DEMO S2235.95 $6.707.85
FOUNDATION Z BFG
TOTAL UNIT III: STREET LIGHTING IMPROVEMENTS S6,707.85
City Cost
TOTAL
S6.707.85
S0.00
S6.707.85
Revised: 12-17-2018 Page 2
REASONS FOR CHANGE ORDER Change order required to revise demo plan to remove three street lights. Change corresponds to Rev. 3 as shown on sheet C-06.
RECOMMENDED:
(Consulting Engineer)
Name: Tvler Scott
Title: Engineer
APPROVAL RECOMMENDED:
CFW - Water Department
By, N/A
Name:
Title:
APPROVED: APPROVED:
FW Hugh- Ho-- LP, a TX lunitod parl—hip
(Developer) ByF'N Hughes Home GP, L-C, ft general partner (Contractor)
By: Fort Worth Affordability, Inc, IL- m to mombor
By, vlw✓1a-l-- By.r
Name: Mary-Marqaret Lemons Name: PJ Simpson
Title: Secretary / Treasurer of the sole member Title: BLOCK Representative
APPROVED:
CFW - Assistant City Manager
By. NIA
Name:
Title:
APPROVED AS TO FORM AND LEGALITY:
CFW - Assistant City Attorney
By. N/A
Name:
Title:
RECOMMENDED:
CFW - 'Contract Compliance Manager ATTEST ' Contract Compliance Manager (Project Manager):
By signing I acknowledge that I am the person responsible
By. N/A for the monitoring and administration of this contract, include
NIA ensuring all performance and reporting requirements_
Name: Jannette S. Goodall
City Secretary There are NO City Funds associated with this Contract
Title:
❑There are City Funds associated With this Contract
M&C Number. `
REVIEWED
M&C Date Approved:
By Mosadage Mohammdeen at 10:38 am, Jul 31, 2025
Revised: 12-17-2018 Page 3
PROJECT NAME:
CONTRACT:
CFA #
CITY PROJECT'
CITY SECRETARY CONTRACT #
FID #
X#
FILE #
INSPECTOR:
PROJECT MANAGER:
ORIGINAL CONTRACT
(EXTRAS TO DATE
ICREDITS TO DATE
CONTRACT TO DATE
AMOUNT OF PROP. CHANGE ORDER
REVISED CONTRACT AMOUNT
TOTAL REVISED CONTRACT AMOUNT PER
UNIT
REVISED COST SHARE
TOTAL REVISED CONTRACT
DEVELOPER -AWARDED -PROJECT CHANGE ORDER
CAVILE PLACE - PHASE II - HUGHES HOUSE I
PAVING. DRAINAGE, LIGHTING AND LANDSCAPE
22-0053 CITY PARTICIPATION: NO
103822
59821
30114-0200431-103822-E-7685
K-2870
VICTOR GUTIERREZ Phone No: 817-392-8306
MOSADAGE MOHAMMDEEN Phone No: 817-392-2443
WA
Developer
Cost
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
ER
S0.00
Dev. Cost:
City Cost
$0.00
S0.00
S0.00
$0.00
S0.00
S0.00
REVIEWED
By Mosadage Mohammdeen at 10:38 am, Jul 31, 2025
CHANGE
ORDER No:
5
CONTRACT UNIT
SEWER
DRAINAGE
PAVING
STREET LIGHTS
Developer
Developer
Developer
Developer Cost
City Cost
Cost . City Cost
Cost
City Cost
Cost City Cost
$0.00
$0.00
$90,238.00 S0.00
$740,129.10
$0.00
$409,034.95 S0.00
S0.00
$0.00
S6,&87.00 S0.00
$4C779.50
$0.00
$6,707.85 $0.00
S0.00
S0.00
$0.00 S0.00
$144,832.85
S0.00
$0.00 $0.00
S0.00
$0.00
$90725.00 S0.00
$642,075.75
S0.00
S415,742.80 S0.00
S0.00
$0.00
S0.00 S0.00
(S6,174.00)
$0.00
(SZ235.95) S0.00
S0.00
S0.00
$96.725.00 S0.00
$635.901.75
$0.00
$413.506.85 S0.00
S0.00
S96.725.00
S635,901.75
S413,506,85
$1,146,133.60
City Cost:
S0.00
$1,146,133.60
I
(CONTRACT
DAYS
160
160
0
160
Revised: 12-17-2018 Page 1
You are directed to make the following changes in the contract documents:
CITY BID REM
PAY ITEM # QUANTITY
17 3213.0301
20 3213,0506
PAY ITEM R
15
Asterisk (') indicates New Pay Item
CITY BID ITEM
m QUANTITY
9999.0006
UNIT I: PAVING IMPROVEMENTS
UNIT ITEM DESC,RIPTI9N
SF 4'I6onc sidewalk
EA Barrier Free Ramp, Type P-1
TOTAL UNIT I: PAVING IMPROVEMENTS
UNIT III: STREET LIGHTING IMPROVEMENTS
CFW Unit
UNIT ITEM DESCRIPTIQN Price
REMOVE ANa SALVAGE EXISITNG
EA LIGHTING POLE, ARM, LUM & DEMO
FOUNDATION Z BFG
TOTAL UNIT III: STREET LIGHTING IMPROVEMENTS
Developer
UNIT PRICE
Cost
S11.70
i4.574.00)
$3600.00
($3,600.00)
(S6.174.00)
Developer
UNIT PRICE
Cost
S2235.95
52235.95)
(S2.235.95)
City Cost TOTAL
(52.574.00)
(S3,600.00)
(S6,174.00)
City Cost TOTAL
(S2,235.95)
50.00 (S2,235.95)
Revised: 12-17-2018 Page 2
REASONS FOR CHANGE ORDER Change order required to revise demo plan to remove three street lights. Change corresponds to Rev. 3 as shown on sheet C-06.
RECOMMENDED:
(Consulting
`Engineer)
By: 1 �
Name: Tvler Scott
Title: Engineer
APPROVAL RECOMMENDED:
CFW - Water Department
By. NIA
Name:
Title:
RECOMMENDED:
CFW - 'Contract Compliance Manager
By. N/A
Name:
Title:
M&C Number.
M&C Date Approved:
APPROVED: APPROVED:
FW Hughm Howes UP. a TX Ilmitod pamrorhlp
By. FW Hughm Hor GP. U.C. Its gonoral parmor
(Developer) (Contractor)
By. For. Worth Affordability. Inc.. its solo mombor
By vef�af=
Name: Mary -Margaret Lemons Name: PJ Simpson
Title: Secretary / Treasurer of the sole member Title: BLOCK Reoresentative
APPROVED:
CFW - Assistant City Manager
By. N/A
Name:
Title:
APPROVED AS TO FORM AND LEGALITY:
CFW - Assistant City Attomey
By. NIA
Name:
Title:
ATTEST
' Contract Compliance Manager (Project Manager):
By signing I acknowledge that I am the person responsible
for the monitoring and administration of this contract, include
NIA
ensuring all performance and reporting requirements.
Jannette S. Goodall
City Secretary
There are NO City Funds associated with this Contract
❑There are City Funds associated With this Contract
REVIEWED
By Mosadage Mohammdeen at 10:38 am, Jul 31, 2025
Revised: 12-17-2018 Page 3
I PROJECT NAME:
I CONTRACT:
ICFA
CITY PROJECT
CITY SECRETARY CONTRACT-,
IFIDTM
IX
IFILE
INSPECTOR:
PROJECT MANAGER:
ORIGINAL CONTRACT
EXTRAS TO DATE
CREDITS TO DATE
CONTRACT TO DATE
AMOUNT OF PROP. CHANGE ORDER
REVISED CONTRACT AMOUNT
TOTAL REVISED CONTRACT AMOUNT PER
UNIT
REVISED COST SHARE
TOTAL REVISED CONTRACT
DEVELOPER -AWARDED -PROJECT CHANGE ORDER
CAVILE PLACE - PHASE 11 - HUGHES HOUSE I
PAVING. DRAINAGE, LIGHTING AND LANDSCAPE
22-0053 I CITY PARTICIPATION:( NO
103822
59821
30114-0200431-103822-E-7685
K-2870
RODERICK BAKER Phone No:
MOSADAGE MOHAMMOEEN Phone No:
WAl
Developer
Cost
S0.00
$0.00
$0.00
$0.00
$0.00
S0.00
ER
City Cost
Developer 1
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
S0.00
S0.00
SEWER
City Cost
S0.00
S0.00
$0.00
$0.00
$0.00
$0.00
$0.00 $0.00
Dev. Cost: $1,143,306.46
214-397-9308
817-392-2443
REVIEWED
By Mosadage Mohammdeen of 10:38 am, Jul 31, 2025
CHANGE
ORDER No:
6
CONTRACT UNIT
DRAINAGE
PAVING
STREET
LIGHTS
Developer
Developer
Developer
Cost
City Cost
Cost
City Cost
Cost
City Cost
$90,238.00
S0.00
S740,129.10
S0.00
S409.034.9S
$0.00
S6,487.00
S0.00
$46.779.50
$0.00
S6,707.85
$0.00
$0.00
S0.00
$151,006.85
S0.00
S2,235.95
$0.00
S96,725.00
S0.00
S635,901.75
S0.00
$413,506.85
$0.00
S0.00
S0.00
(S2.827.14)
S0.00
S0.00
$0.00
S96.725.00
S0.00
S633.074.61
S0.00
S413.506.85
S0.00
S96.725.00
$633.074.61
S413,506.85
City Cost
$0.00
$1,143,306.46
I
(CONTRACT
DAYS
160
160
0
160
Revised: 12-17-2018 Page 1
You are directed to make the following changes in the contract documents:
UNIT I: PAVING IMPROVEMENTS[[
loper
PAY ITEM m I CITY BID ITEM I QUANTITY I UENIIT PlaDEV;IPTION I UNIT
PRI E I (52Costt I City Cost I (JOTA14)
23 3293.0103 (3)ree
TOTAL UNIT I: PAVING IMPROVEMENTS ($2,827.14) ($2,827.14)
Asterisk n indicates New Pay Item
Revised: 12-17-2018 Page 2
REASONS FOR CHANGE ORDER Change order required to remove 3 street trees from CFA scope. Change corresponds to Rev. 10 as shown on sheet LP 1.00 and LP 1.02.
RECOMMENDED:
APPROVED:
APPROVED:
FW Hughos Ho-o LP, a TX Iimitod partnotship
(Consulting Engineer)
(Developer) B': Fw Hughcs Houso GP, LLC, its gonoml pannor
By Fort Wonh ARordabdity Inc.. hs solo mambo•
.�
Name: Tvle�r Scott
Name: Mary -Margaret Lemons
Name: PJ Simpson
Title: Engineer
Title: Secretary / Treasurer of the
sole member Title: BLOCK Representative
APPROVAL RECOMMENDED:
APPROVED:
APPROVED AS TO FORM AND LEGALITY:
CFW - Water Department CFW - Assistant City Manager
CFW - Assistant City Attomey
By. N/A
By, N/A
By. N/A
Name:
Name:
Name:
Title:
Title:
Title:
RECOMMENDED:
CFW-'Contract Compliance Manager ATTEST
' Contract Compliance Manager (Project Manager):
By signing I acknowledge that I am the person responsible
By. N/A
for the monitoring and administration of this contract, include
N/A
ensuring all performance and reporting requirements.
Name:
Jannette S. Goodall
City Secretary
QThere are NO City Funds associated with this Contract
Title:
nTh... ... rrrl Funds associated with this Contract
M&C Number.
REVIEWED
Mac Date Approved:
By Mosadage Mohammdeen at 10:38 am,
Jul 31, 2025
Revised: 12-17-2018 Page 3
FORTWORTH.
TRANSPORTATION AND PUBLIC WORKS
July 31, 2025
Block Companies
4545 Post Oak Place Dr. St 150
Houston, Tex 77027
RE: Acceptance Letter
Project Name: Cavile Place -Phase II -Hughes House
Project Type: Drainage, Paving & Street Lights
City Project No.: 103822
To Whom It May Concern:
On July 30, 2025 a final inspection was made on the subject project. There were no punch list items
identified at that time. The final inspection indicates that the work meets the City of Fort Worth
specifications and is therefore accepted by the City. The warranty period will start on July 31, 2025,
which is the date of the final inspection 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-
392-2442.
Sincerely,
Motadage Mohaw(wldeew,TE.
Mosadage Mohammdeen, Project Manager
Cc: Roderick Baker, Inspector
Mike Glover, Inspection Supervisor
Randy Horton, Senior Inspector
Andrew Goodman, Program Manager
Kimley-Horn, Consultant
Block Companies, Contractor
McCormick Baron Salazar Development, Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Rev. 08/20/19
AFFIDAVIT
STATE OF Texas
COUNTY OF Harris
Before me, the undersigned authority, a notary public in the state
and county aforesaid, on this day personally appeared PJ Simpson, Partner
Of Block WT Hughes House GC Joint Venture, 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;
Cavile Place Ph. 2 Hughes House
BY
PJ Simpson, Partner
Subscribed and sworn before me on this date 28th of August, 2025.
Notary ublic
Harris, Texas
tipRY KGB LYNA L KNOERR
r �r Notary ID #12807.5457
14y Commission Expires
"re os i� .Duly 78, 2026
CONSENT OF OWNER ❑
SURETY COMPANY ARCHITECT ❑
TO FINAL PAYMENT CONTRACTOR®
SURETY ❑
(SIMILAR TO AIA DOCUMENT G707) OTHER ❑
PROJECT:
Maintenance Bond for Paving, Drainage, Lighting and 28 Landscape Improvements to Serve Cavile Place - Phase II -
Hughes House
(name, address)
TO (Owner)
City of Fort Worth, Development Coordination Office
200 Texas Street
Fort Worth, TX 76102
ARCHITECT'S PROJECT NO:
CONTRACT FOR: Construction
CONTRACT DATE:/ /
CONTRACTOR:
BLOCK BUILDERS, LLC
39279 Tommy Moore Rd
Gonzales, LA 70737
In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the
Markel Insurance Company, SURETY COMPANY,
on bond of
BLOCK BUILDERS, LLC CONTRACTOR,
hereby approves of the final payment to the Contractor, and agrees that the final payment to the Contractor shall not relieve
the Surety Company of any of its obligations to
City of Fort Worth, Development Coordination Office, OWNER,
As set forth in the said Surety Company's bond.
IN WITNESS WHEREOF,
The Surety Company has hereunto set its hand day this 29th Day of August, 2025
Markel Insurance Comnanv
Surety Company
Attest: Johnny . Hampton, Attorney -in -fact
Note: This form is intended to be used as a companion document to the Contractor's Affidavit of Payment of Debts and Claims, Current Edition
POA# 1810030
JOINT LIMITED POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That SureTec Insurance Company, a Corporation duly organized and existing under the laws of the State of Texas and having its
principal office in the County of Harris, Texas and Markel Insurance Company (the "Company"), a corporation duly organized and existing under the laws of the state
of Illinois, and having its principal administrative office in Glen Allen, Virginia, does by these presents make, constitute and appoint:
Johnny D. Hampton
Their true and lawful agent(s) and attorney(s)-in-fact, each in their separate capacity if more than one is named above, to make, execute, seal and deliver for and on
their own behalf, individually as a surety or jointly, as co -sureties, and as their act and deed any and all bonds and other undertaking in suretyship provided, however,
that the penal sum of any one such instrument executed hereunder shall not exceed the sum of:
Fifty Million and 00/100 Dollars ($50,000,000.00)
This Power of Attorney is granted and is signed and sealed under and by the authority of the following Resolutions adopted by the Board of Directors of SureTec
Insurance Company and Markel Insurance Company:
"RESOLVED, That the President, any Senior Vice President, Vice President, Assistant Vice President, Secretary, Assistant Secretary, Treasurer or Assistant Treasurer
and each of them hereby is authorized to execute powers of attorney, and such authority can be executed by use of facsimile signature, which may be attested or
acknowledged by any officer or attorney, of the company, qualifying the attorney or attorneys named in the given power of attorney, to execute in behalf of, and
acknowledge as the act and deed of the SureTec Insurance Company and Markel Insurance Company, as the case may be, all bond undertakings and contracts of
suretyship, and to affix the corporate seal thereto."
IN WITNESS WHEREOF, Markel Insurance Company and SureTec Insurance Company have caused their official seal to be hereunto affixed and these presents to be
signed by their duly authorized officers on the 23rd day of January , 2023
SureTec Insurance Company S�RtiNC ``sssVtNc,,��� Marke surance mpany
ua ,...........,Fc, �..�'bsiF, o2_
`
W (W '>� �W` GSEALy�=
B tea., � \ `�;. ". '2 By: Y• Michael C. Keimig, President � 1 * ' � `Y` `JefndeyJennk , Vice President
State of Texas •1111 M
County of Harris:
On this 23rd day of January , 2023 A. D., before me, a Notary Public of the State of Texas, in and for the County of Harris, duly commissioned and qualified,
came THE ABOVE OFFICERS OF THE COMPANIES, to me personally known to be the individuals and officers described in, who executed the preceding instrument, and
they acknowledged the execution of same, and being by me duly sworn, disposed and said that they are the officers of the said companies aforesaid, and that the
seals affixed to the proceeding instrument are the Corporate Seals of said Companies, and the said Corporate Seals and their signatures as officers were duly affixed
and subscribed to the said instrument by the authority and direction of the said companies, and that Resolutions adopted by the Board of Directors of said Companies
referred to in the preceding instrument is now in force.
IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal at the County of Harris, the day and year first above written.
JULIE E. MCCLARY
Notary Public State of Texas By: r "
Commission # 12947680-5 Ju�i�McClary, Notary Public
Commission Expires March 29, 2026 • M commission expires 3/29/2026
We, the undersigned Officers of SureTec Insurance Company and Markel Insurance Company do herby certify that the original POWER OF ATTORNEY of which the
foregoing is a full, true and correct copy is still in full force and effect and has not been revoked. T I I
IN WITNESS WHEREOF, we have hereunto set our hands, and affixed the Seals of said Companies, on the D' day of �u��
S T c nsur Co any _ . sy - - Markel Insurance Company
i
By: By: _ i
M. Brent Beaty, Assistant Secretary Andre Marquis, Assists ecreta
Any Instrument Issued in excess of the penalty stated above is totally void and without any validity. 1810030
For verification of the authority of this Power you may call (713)812-0800 on any business day between 8:30 AM and S:00 PM CST