HomeMy WebLinkAboutContract 59410-FP2-FP2
FORT WORTH,
City Secretart9410
Contract No.
Date Received 9/10/2025
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: Bond Ranch Industrial
City Project No.: 104100
Improvement Type(s): ❑x Paving ❑x Drainage ❑x Street Lights ❑ Traffic Signals
Original Contract Price: $1,079,189.25
Amount of Approved Change Order(s):-$9,584.63
Revised Contract Amount: $1,069,604.62
Total Cost of Work Complete: $1,069,604.62
�Jtih rvzhel- 09/09/2025
Contractor Date
Vice President
Title
Arco Murray National Dallas, Inc.
Company Name
(f
09/09/2025
Project Inspector
Date
Ram Tivvarl
09/10/2025
Project Manager
Date
09/10/2025
CFA Manager
Date
09/10/2025
TPW Director
Date
(---Vkc�L
09/12/2025
Asst. City Manager
Date
OFFICIAL RECORD
CITY SECRETARY Page 1 of 2
FT. WORTH, TX
Notice of Project Completion
Project Name: Bond Ranch Industrial
City Project No.: 104100
City's Attachments
Final Pay Estimate ❑x
Change Order(s): ❑x Yes ❑ N/A
Contractor's Attachments
Affidavit of Bills Paid 0
Consent of Surety 0
Statement of Contract Time
Contract Time: 90
Work Start Date: 8/26/2024
Completed number of Soil Lab Test: 252
Completed number of Water Test: 23
Days Charged: 179
Work Complete Date: 8/29/2025
Page 2 of 2
FORT WORT 11
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name BONDS RANCH INDUSTRIAL
Contract Limits
Project Type DRAINAGE, PAVING & STREETLIGHTS
City Project Numbers 104100
DOE Number 4100
Estimate Number 1 Payment Number 1
City Secretary Contract Number
Contract Date
For Period Ending 8/29/2025
WD
Project Manager NA
Contractor ARCO/MURRAY NATIONAL DALLAS, INC
4849 GREENVILLE AVE
DALLAS , TX 75206
Inspectors M.GLOVER / E.WALKER
Contract Time 9WD
Days Charged to Date 179
Contract is 100.00 Complete
Tuesday, September 9, 2025 Page 1 of 6
City Project Numbers 104100 DOE Number 4100
Contract Name BONDS RANCH INDUSTRIAL Estimate Number I
Contract Limits Payment Number 1
Project Type DRAINAGE, PAVING & STREETLIGHTS For Period Ending 8/29/2025
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 " PP LATERAL LINE
13 LF
$110.00
$1,430.00
13
$1,430.00
2
36" PP PIPE
244 LF
$150.00
$36,600.00
244
$36,600.00
3
54" RCP, CLASS III
983 LF
$300.00
Q94,900.00
983
$294,900.00
4
6' STORM JUNCTION BOX (CO#1)
0 EA
$11,500.00
$0.00
0
$0.00
5
T STORM JUNCTION BOX (CO#1)
2 EA
$13,500.00
$27,000.00
2
$27,000.00
6
8' STORM JUNCTION BOX
2 EA
$16,000.00
$32,000.00
2
$32,000.00
7
CONCRETE COLLAR
4 EA
$500.00
$2,000.00
4
$2,000.00
9
4' DROP INLET
1 EA
$7,555.00
$7,555.00
1
$7,555.00
10
5X3 BOX CULVERT
15 LF
$344.00
$5,160.00
15
$5,160.00
11
TRENCH SAFETY
1255 LF
$1.00
$1,255.00
1255
$1,255.00
12
REMOVE RIP RAP
375 SF
$0.50
$187.50
375
$187.50
13
REMOVE CONC PVMT
94 SY
$54.00
$5,076.00
94
$5,076.00
14
SWPPP > 1 ACRE
1 LS
$9,195.00
$9,195.00
1
$9,195.00
15
UTILITY SERVICE SURFACE RESTORATION
4180 SY
$1.00
$4,180.00
4180
$4,180.00
SEEDING
- -
Sub -Total of Previous Unit
- - - - - - - - - - - - - - - - -
$426,538.50
$426,538.50
UNIT
IV: PAVING IMPROVEMENTS
Item
Description of Items
Estimated Unit
Unit Cost
Estimated
Completed
Completed
No.
Quanity
Total
Quanity
Total
1
TOPSOIL(CO#4)
432 CY
$10.66
$4,605.12
432
$4,605.12
2
4" CONC SIDEWALK
9108 SF
$5.73
$52,188.84
9108
$52,188.84
3
8" CONCRETE DRIVEWAY
2986 SF
$7.15
$21,349.90
2986
$21,349.90
4
10" CONC PVMT
2562 SY
$75.15
$192,534.30
2562
$192,534.30
5
TRAFFIC CONTROL
6 MO
$7,500.00
$45,000.00
6
$45,000.00
6
8" LIME TREATMENT (CO#4)
2296 SY
$3.75
$8,610.00
2296
$8,610.00
7
HYDRATED LIME (CO#4)
89 TN
$283.40
$25,222.60
89
$25,222.60
8
2" ASPHALT PVMT TYPE D (CO#4)
760 SY
$18.14
$13,786.40
760
$13,786.40
9
8" ASPHALT BASE TYPE B (CO#4)
760 SY
$54.42
$41,359.20
760
$41,359.20
10
6" SLD PVMT MARKING HAS (W)
1523 LF
$2.50
$3,807.50
1523
$3,807.50
11
6" SLD PVMT MARKING HAS (Y)
1752 LF
$2.50
$4,380.00
1752
$4,380.00
Tuesday, September 9, 2025 Page 2 of 6
City Project Numbers 104100
Contract Name BONDS RANCH INDUSTRIAL
Contract Limits
Project Type DRAINAGE, PAVING & STREETLIGHTS
Project Funding
12 18" SLD PVMT MARKING HAE (Y)
13 6" BRK PVMT MARKING HAS (W)
14 24" SLD PVMT MARKING HAE (W)
15 REFL RAISED MARKER TY II-C-R
16 REMOVE ASPHALT PVMT (CO#4)
17 REMOVE CONCRETE DRIVE
18 REMOVE FENCE
19 REMOVE MAILBOX
20 REMOVE SIGN PANEL AND POST
21 REMOVE 6" PVMT MARKING
22 BLOCK SOD PLACEMENT
23 REMOVE GRAVEL DRIVE
24 6" CONC CURB AND GUTTER
DOE Number 4100
Estimate Number I
Payment Number I
For Period Ending 8/29/2025
97
LF
$10.00
$970.00
97
$970.00
230
LF
$2.50
$575.00
230
$575.00
23
LF
$12.50
$287.50
23
$287.50
19
EA
$7.00
$133.00
19
$133.00
21257
SF
$2.95
$62,708.15
21257
$62,708.15
2772
SF
$3.00
$8,316.00
2772
$8,316.00
662
LF
$1.00
$662.00
662
$662.00
1
EA
$250.00
$250.00
1
$250.00
1
EA
$250.00
$250.00
1
$250.00
372.43
LF
$0.15
$55.86
372.43
$55.86
7212
SY
$3.15
$22,717.80
7212
$22,717.80
2116
SF
$0.50
$1,058.00
2116
$1,058.00
148
LF
$13.00
$1,924.00
148
$1,924.00
auu- 1 otal ul rreviuus Unll, '�•'•���•'•••� '�•'•���-'•••�
UNIT V: STREETLIGHTS IMPROVEMENTS
Item Description of Items
No.
1 2" CONDT PVC SCH 80 (T) (CO#1)(CO#3)
2 EXPLORATORY EXCAVATION OF EXISTING
UTILITIES
3 NO 2 INSULATED ELEC CONDR(CO#1)(CO#3)
4 FURNISH/INSTALL GROUND BOX TYPE
B(CO#1)
5 FURNISH/INSTALL GROUND BOX TYPE B,
W/APRON(CO#1)
6 FURNISHANSTALL TYPE 33A ARM
7 FURNISH/INSTALL 240-480 VOLT SINGLE
PHASE TRANSOCKET METRD PEDSTL(CO#1)
8 FURNISH/INSTALL LED LIGHTING
FIXTURE(137W ATB2 COBRA HEAD)
9 RDWY ILLUM FOUNDATION TY 3,5,6, & 8
10 FURNISH/INSTALL RDWAY ILLUM TY 18 POLE
11 INSTALL TYPE 41 BREAKAWAY
TRANSFORMER BASE FOR LUMINAIRE POLES
(TB2-17)
Estimated Unit
Unit Cost
Estimated
Completed
Completed
Quanity
Total
Quanity
Total
1580 LF
$27.11
$42,833.80
1580
$42,833.80
10 EA
$420.00
$4,200.00
10
$4,200.00
5185 LF
$7.79
$40,391.15
5185
$40,391.15
0 EA
$3,370.00
$0.00
0
$0.00
5 EA
$3,370.00
$16,850.00
5
$16,850.00
10 EA
$485.00
$4,850.00
10
$4,850.00
0 EA
$5,606.20
$0.00
0
$0.00
10 EA
$475.00
$4,750.00
10
$4,750.00
5 EA
$800.00
$4,000.00
5
$4,000.00
5 EA
$1,310.00
$6,550.00
5
$6,550.00
5 EA
$1,178.00
$5,890.00
5
$5,890.00
Tuesday, September 9, 2025 Page 3 of 6
City Project Numbers 104100
Contract Name BONDS RANCH INDUSTRIAL
Contract Limits
Project Type DRAINAGE, PAVING & STREETLIGHTS
Project Funding
DOE Number 4100
Estimate Number I
Payment Number 1
For Period Ending 8/29/2025
Sub -Total of Previous Unit $130,314.95 $130,314.95
Tuesday, September 9, 2025 Page 4 of 6
City Project Numbers 104100
Contract Name BONDS RANCH INDUSTRIAL
Contract Limits
Project Type DRAINAGE, PAVING & STREETLIGHTS
Project Funding
Contract Information Summary
Original Contract Amount
Change Orders
Change Order Number 1
Change Order Number 1
Change Order Number 3
Change Order Number 4
DOE Number 4100
Estimate Number I
Payment Number 1
For Period Ending 8/29/2025
$1,079,189.25
$2,000.00
($5,604.55)
$14,031.50
($20,011.58)
Total Contract Price $1,069,604.62
Total Cost of Work Completed $1,069,604.62
Less % Retained $0.00
Net Earned $1,069,604.62
Earned This Period $1,069,604.62
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
$1,069,604.62
Tuesday, September 9, 2025 Page 5 of 6
City Project Numbers 104100
Contract Name BONDS RANCH INDUSTRIAL
Contract Limits
Project Type DRAINAGE, PAVING & STREETLIGHTS
Project Funding
Project Manager NA
Inspectors M.GLOVER / E.WALKER
Contractor ARCO/MURRAY NATIONAL DALLAS, INC
4849 GREENVILLE AVE
DALLAS , TX 75206
DOE Number 4100
Estimate Number I
Payment Number I
For Period Ending 8/29/2025
City Secretary Contract Number
Contract Date
Contract Time 90 WD
Days Charged to Date 179 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 $1,069,604.62
Less % Retained $0.00
Net Earned $1,069,604.62
Earned This Period $1,069,604.62
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
$1,069,604.62
Tuesday, September 9, 2025 Page 6 of 6
PROJECT NAME:
CONTRACT:
CFA #
CITY PROJECT*
CITY SECRETARY CONTRACT #
FID #
X#
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
DEVELOPER -AWARDED -PROJECT CHANGE ORDER
Bonds Ranch Industrial CHANGE
Water, Sewer, Paving, Drainage, and Street Lights I ORDER No:
CFA22-0150 CITY PARTICIPATION: NO
104100
59410
1
I30114-0200431-104100-E07685
IX-27346
IK-2982
Eddie Walker
Phone No:
469-658-5100
Ram Tiwari
Phone No:
817-392-2237
I
CONTRACT UNIT
WATER
SEWER
DRAINAGE
PAVING
STREET
LIGHTS
Developer
Developer
Developer
Developer
Cost
City Cost
Developer Cost
City Cost
Cost
City Cost
Cost
City Cost
Cost
City Cost
$288,825.00
$0.00
$226,310.00
$0.00
$424,538.50
$0.00
$532,762.75
$0.00
$121,888.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00 $0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00 $0.00
$0.00 I
$0.00
$0.00
$0.00
$288,825.00
$0.00
I $226,310.00
$0.00
$424,538.50 I $0.00
$532,762.75 I
$0.00
I $121,888.00
$0.00
$9,600.00
$0.00
I $2,100.00
$0.00
I $2,000.00
$0.00
I $0.00
$0.00
I ($5,604.55)
$0.00
$298,425.00
I $0.00
I $228,410.00
$0.00
I $426,538.50
$0.00
I $532,762.75
$0.00
I $116,283.45
$0.00
$298,425.00
$228,410.00
$426,538.50
$532,762.75
$116,283.45
Dev. Cost:
$1,602,419.70
City Cost:
$0.00
$1,602,419.70
(CONTRACT
DAYS
90
90
0
90
REVIEWED
By TiwariR at 11:30 am, Jul 24, 2025
Revised: 12-17-2018 Page 1
Docusign Envelope ID: 2347F4F6-9B4F-4847-A2FF-969AF903438D
You are directed to make the folloWng changes in the contract documents:
L12.2203
ITY BID ITEM
PAY ITEM # # QUANTITY
4 1 3.00
CITY BID ITEM
PAY ITEM # # QUANTITY
15' 241.2013 120
16' 241.2201 1
CITY BID ITEM
PAY ITEM # # QUANTITY
4 3349.0003 (1)
5 3349.0004 1
CITY BID ITEM
PAY ITEM #
#
QUANTITY
1
2605.3015
230
3
3441.1405
65
4
3341.1501
(1)
5
3341.1502
(1)
7
3341.1772
(1)
Asterisk (') indicates New Pay Item
UNIT I: WATER IMPROVEMENTS
Developer
UNIT ITEM DESCRIPTION CFW Unit Price
UNIT PRICE
Cost
City Cost
TOTAL
EA 2" Water Service
$3200.00
$9,600.00
$9,600.00
TOTAL UNIT 1: WATER IMPROVEMENTS
1 1
1
$9,600.00
1
$0.00
1
$9,600.00
UNIT II: SANITARY SEWER IMPROVEMENTS
1
Developer
UNIT ITEM DESCRIPTION
UNIT PRICE
Cost
City Cost
TOTAL
LF Remove 8'/Sewer Line
$5.00
$600.00
$600.00
EA Remove 4' Sewer Manhole
$1500.00
$1,500.00
$1,500.00
TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS
$2,100.00
$0.00
$2,100.00
UNIT III: DRAINAGE IMPROVEMENTS
Developer
UNIT ITEM DESCRIPTION
UNIT PRICE
Cost
City Cost
TOTAL
EA 6' Storm Junction Box
$11500.00
($11,500.001
($11.500.00)
EA 7' Storm Junction Box
$13500.00
$13,500.00
$13,500.00
TOTAL UNIT III: DRAINAGE IMPROVEMENTS
$2.000.00
$0.00
$2,000.00
UNIT V: STREET LIGHTING IMPROVEMENTS
Developer
UNIT ITEM DESCRIPTION
UNIT PRICE
Cost
City Cost
TOTAL
LF 2" CONDT PVC SCH 80 M
$27.11
$6,235.30
$6,235.30
LF NO 2 Insulated Elec Condr
$7.79
$506.35
$506.35
EA Fumish/Install Ground Box Type B
$3,370.00
($3,370.00)
($3,370.00)
EA Furnish/Install Ground Box Type B, w/Apron
$3,370.00
($3,370.00)
($3,370.00)
Furnish/Install 240-480 Volt Single Phase Transocket Metered
EA Pedestal
$5606.20
($5,606.20)
($5,606.20)
TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS
($5,604.55)
$0.00
($5,604.55)
REVIEWED
By TiwariR at 11:30 am, Jul 24, 2025
Revised: 12-17-2018 Page 2
Docusign Envelope ID: 2347F4F6-9B4F-4847-A2FF-969AF903438D
REASONS FOR CHANGE ORDER Sheets C-09 and C-10 show a total of three, 2" Irrigation services added to the water plan. Sheet C-17 added labels to more clearly call out the sewer demo, but
there were no design changes. On Sheet C-29 there was a 6'x6' junction box that needed to be upsized to Tx7'. And on sheet C-44 and C-45, the lighting plan was
updated because the service connection was reworked.
RECOMMENDED: APPROVED: ��Q¢ APPROVED:)
By: By: b ajlt� QU SI tIA. tUV aS(� c,V
By:
Name: Tvler Reeves, PE Name: Greg Bradley Name: Austin Brasher
Title: Engineer Title: Developer Title: Contractor
APPROVAL RECOMMENDED: APPROVED:
APPROVED AS TO FORM AND LEGALITY:
By: By: By:
N/A N/A 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
ensuring all performance and reporting requirements.
Name: Jannette S. Goodall
City Secretary 0 There are NO City Funds associated with this Contract
Title:
❑ There are City Funds associated with this Contract
M&C Number:
M&C Date Approved:
REVIEWED
By TiwariR at 11:30 am, Jul 24, 2025
Revised: 12-17-2018 Page 3
PROJECT NAME:
CONTRACT:
CFA #
CITY PROJECT #
CITY SECRETARY CONTRACT #
FID #
X#
FILE #
INSPECTOR:
PROJECT MANAGER:
DEVELOPER -AWARDED -PROJECT CHANGE ORDER
Bonds Ranch Industrial CHANGE
Water, Sewer, Pavinq, Drains e, and Street Liqhts ORDER No:
CFA22-0150 CITY PARTICIPATION: NO
104100
59410
2
30114-0200431-104100-EO7685
X-27346
K-2982
Eddie Walker Phone No: 469-658-5100
Ram Tiwari Phone No: 817-392-2237
CONTRACT UNIT
WATER SEWER DRAINAGE I PAVING I STREET LIGHTS CONTRACT
Developer Developer l eveloper I(Developer I DAYS
Cost
City Cost
Developer Cost
City Cost
Cost
City Cost Cost
ORIGINAL CONTRACT
$288,825.00
$0.00
$226,310.00
$0.00
I $424,538.50
$0.00 $532,762.75
EXTRAS TO DATE
$9,600.00
$0.00
$2,100.00
I $0.00
I $2,000.00
$D.OD I $0.00
CREDITS TO DATE
$0.00
$0.00 1
$0.00
$0.00
$0.00
I $0.00 I $0.00
CONTRACT TO DATE
$298,425.00
$0.00
$228,410.00
$0.00
$426,538.50
$0.00 I $532,762.75
AMOUNT OF PROP. CHANGE ORDER
$0.00
I $0.00
$0.00
$0.00
$0.00
$0.00 I $0.00
REVISED CONTRACT AMOUNT
$298,425.00
$0.00 I
$228,410.00
I $0.00
$426,538.50
$0.00 $532,762.75
TOTAL REVISED CONTRACT AMOUNT PER
UNIT $298,425.00 $228,410.00
REVISED COST SHARE Dev. Cost: $1,602,419.70
TOTAL REVISED CONTRACT
City Cost:
$1,602,419.70
City Cost
Cost
I $121,888.00
$0.00
$5,604.55
$116,283.45
$0.00
$116,283.45
$116,283.45
City Cost
I $0.00 90
$0.00
$0.00
$0.00 90
$0.00 0
$0.00 90
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
62.75
$0.00
REVIEWED
By TiwariR at 11:31 am, Jul 24, 2025
Revised: 12-17-2018 Page 1
Docusign Envelope ID: C2CD6005-31 FB-4FC4-A86B-6F97579A44BA
REASONS FOR CHANGE ORDER The plan revision does not affect contract amount. Updated a label and added a structural detail for a concrete collar to be used to connect proposed storm to
existing pipe outfalling out of a retaining wall on sheet C-29.
RECOMMENDED: APPROVED: APPROVED:
By: By. `" Nd bV'ajb-� 11/11/2024 1 %00 An y 11/11/2024 1 10:16 AM c
Name: Tyler Reeves, PE Name: Greg Bradley Name: Austin Brasher
Title: Engineer Title: Developer Title: Contractor
APPROVAL RECOMMENDED: APPROVED:
By: By:
N/A
Name: Name:
Title: Title:
RECOMMENDED:
CFW - 'Contract Compliance Manager
By:
Name:
Title:
M&C Number:
M&C Date Approved:
APPROVED AS TO FORM AND LEGALITY:
By:
N/A N/A
Name:
Title:
ATTEST * Contract Compliance Manager (Project Manager):
By signing I acknowledge that I am the person responsible
N/A for the monitoring and administration of this contract, include
ensuring all performance and reporting requirements.
Jannette S. Goodall
City Secretary 7There are NO City Funds associated with this Contract
❑ There are City Funds associated with this Contract
REVIEWED
By TiwariR at 11:31 am, Jul 24, 2025
Revised: 12-17-2018 Page 3
IPROJECT NAME:
I CONTRACT:
ICFA#
CITY PROJECT #
I CITY SECRETARY CONTRACT #
IFID#
IX#
(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
DEVELOPER -AWARDED -PROJECT CHANGE ORDER
Bonds Ranch Industrial
Water, Sewer, Paving, Drainage, and Street Lights
CFA22-0150 I CITY PARTICIPATION:(
104100
59410
30114-0200431-104100-E07685
X-27346
K-2982
NO
Eddie Walker Phone No: 469-658-5100
Ram Tiwari Phone No: 817-392-2237
WATER
Developer
Cost
$288,825.00
$9,600.00
$0.00
$298,425.00
$0.00
$298,425.00
City Cost
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$298,425.00
Dev. Cost:
CONTRACT UNIT
CHANGE
ORDER No:
3
DRAINAGE
PAVING
STREET
LIGHTS
Developer
Developer
Developer
City Cost Cost
City Cost
Cost
City Cost
Cost
City Cost
$0.00 $424,538.50
$0.00
$532,762.75
$0.00
$121,888.00
$0.00
$0.00 $2,000.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00 $0.00
$0.00
$0.00
$0.00
($5,604.55)
$0.00
$0.00 $426,538.50
$0.00
$532,762.75
$0.00
$116,283.45
$0.00
$0.00 $0.00
$0.00
$0.00
$0.00
$14,031.50
$0.00
$0.00 I $426,538.50
$0X0
$532,762.75
li $0.00
$130,314.95
$0.00
SEWER
Developer Cost
$226,310.00
$2,100.00
$0.00
$228,410.00
$0.00
$228,410.00
$228,410.00
$1,616,451.20
(CONTRACT
DAYS
90
90
0
90
$426,538.50 $532,762.75 $130,314.95
City Cost: $0.00 MEN
$1,616,451.20
REVIEWED
By TiwariR at 11:32 am, Jul 24, 2025
Revised: 12-17-2018 Page 1
Docusign Envelope ID: 3E1B582D-E828-4C40-99EF-509976E53047
You are directed to make the following changes in the contract documents:
CITY BID ITEM
PAY ITEM # # QUANTITY
1 2605.3015 190
3 3441.1405 1140
Asterisk (*) indicates New Pay Item
UNIT V: STREET LIGHTING IMPROVEMENTS
Developer
UNIT ITEM DESCRIPTION UNIT PRICE Cost City Cost TOTAL
LF 2" CONDT PVC SCH 80 (T) $27.11 $5,150.90 $5,150.90
LF NO 2 Insulated Elec Condr $7.79 $8,880.60 $8,880.60
TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS $14,031.50 $0.00 $14,031.50
REVIEWED
By TiwariR at 11:32 am, Jul 24, 2025
Revised: 12-17-2018 Page 2
Docusign Envelope ID: 3E1B582D-E828-4C40-99EF-509976E53047
REASONS FOR CHANGE ORDER Sheets C-44 and C-45 were revised due to new lighting connection to adjacent property.
RECOMMENDED:
APPROVED:
APPROVED:
By:
,2 ('
Bv: t
/oVY� T�V'/A I t j^
hts{ L � r
By: l b ASI
Name:
Tyler Reeves, PE
Name: Greg Bradley
Name: Austin Brasher
Title:
Enqineer
Title: Developer
Title: Contractor
APPROVAL RECOMMENDED:
APPROVED:
APPROVED AS TO FORM AND LEGALITY:
By:
By:
By:
N/A
NIA
NIA
Name:
Name:
Name:
Title:
Tit] A:
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
ensuring all performance and reporting requirements.
Name:
Jannette S. Goodall
City Secretary r7l
There are NO City Funds associated with this Contract
Title:
There are City Funds associated with this Contract
M&C Number:
M&C Date Approved:
REVIEWED
By TiwariR at 11:32 am, Jul 24, 2025
Revised: 12-17-2018 Page 3
PROJECT NAME:
CONTRACT:
CFA #
(CITY PROJECT#
CITY SECRETARY CONTRACT #
IFID #
IX#
FILE #
INSPECTOR:
PROJECT MANAGER:
ORIGINAL CONTRACT
(EXTRAS TO DATE
CREDITS TO DATE
CONTRACT TO DATE
IAMOUNT OF PROP. CHANGE ORDER
REVISED CONTRACT AMOUNT
TOTAL REVISED CONTRACT AMOUNT PER
UNIT
REVISED COST SHARE
TOTAL REVISED CONTRACT
DEVELOPER -AWARDED -PROJECT CHANGE ORDER
Bonds Ranch Industrial
Water, Sewer, Paving, Drainarge, and Street Lights
CFA22-0150 I CITY PARTICIPATION:
104100
59410
I30114-0200431-104100-E07685
IX-27346
IK-2982
Eddie Walker Phone No:
Ram Tiwari Phone No:
NO
469-658-5100
817-392-2237
CONTRACT UNIT
WATER
SEWER
DRAINAGE
Developer
Developer
Cost
City Cost
Developer Cost City Cost
Cost City Cost
$288,825.00
$0.00
$226,310.00 $0.00
$424,538.50 $0.00
$9,600.00
$0.00
$2,100.00 $0.00
$2,000.00 $0.00
$0.00
$0.00
$0.00 $0.00
$0.00 $0.00
$298,425.00
$0.00
$228,410.00 $0.00
$426,538.50 $0.00
$0.00
$0.00
$0.00 $0.00
I $0.00 $0.00
$298,425.00
$0.00 I
$228,410.00 $0.00
$426,538.50 $0.00
$298,425.00
$228,410.00
$426,538.50
Dev. Cost:
$1,596,439.62
City Cost:
$1,596,439.62
CHANGE
ORDER No:
4
I
PAVING STREET LIGHTS I CONTRACT
Developer Developer DAYS
Cost City Cost Cost City Cost
$532,762.75 $0.00 $121,888.00 $0.00
$0.00 $0.00 $14,031.50 $0.00
$0.00 $0.00 ($5,604.5-5) $0.00
$532,762.75 $O.DO $130,314.95 50.00
($20,011.58) $0.00 $0.00 $0.00
$512,751.17 $0.00 $130,314.95 $0.00
$512,751.17 $130,314.95
$0.
90
90
0
90
REVIEWED
By TiwariR at 11:32 am, Jul 24, 2025
Revised: 12-17-2018 Page 1
Docusign Envelope ID: 260OA22B-88E3-46E3-A34C-D7COEEA12760
You are directed to make the following changes in the contract documents:
CITY BID ITEM
PAY ITEM #
#
QUANTITY
1
3291.0100
(84)
6
3211.0502
(334)
7
3211.0400
(3)
8
3212.0302
(334)
9
3212.0505
(334)1
16
241.1100
2448 1
Asterisk (') indicates New Pay Item
UNIT IV: PAVING IMPROVEMENTS
UNIT
ITEM DESCRIPTION
CY
Topsoil
SY
8" Lime Treatment
TN
Hydrated Lime
SY
2" Asphalt Pvmt Type D
SY
8" Asphalt Base Type B
SF
Remove Asphalt Pvmt
TOTAL UNIT IV: PAVING IMPROVEMENTS
Developer
UNIT PRICE
Cost
$10.66
($895.44)
$3.75
($1,252.50)
$283.40
($850.20)
$18.14
($6,058.76)
$54.421
($18,176.28)
$2.951
$7,221.60
1$20,011.58)
City Cost I TOTAL
($895.44)
($1,252.50)
($850.20)
($6,058.76)
($18,176.28)
$7,221.60
$0.00 ($20,011.58)
REVIEWED
By TiwariR at 11:33 am, Jul 24, 2025
Revised: 12-17-2018 Page 2
Docusign Envelope ID: 2600A22B-88E3-46E3-A34C-D7COEEA12760
REASONS FOR CHANGE ORDER Sheets C-32 and C-33 were revised to remove an asphalt paving transition due to the adjacent property's construction.
RECOMMENDED:
By:
Name: vier Reeves, PE
Title: Engineer
APPROVAL RECOMMENDED:
By:
N/A
Name:
Title:
RECOMMENDED:
CFW - *Contract Compliance Manager
By:
Name:
Title:
M&C Number:
M&C Date Approved:
APPROVED:
APPROVED:
By:
L
By: Aks `v' 15ro-S , r
Name:
Greq Bradley
Name: Austin Brasher
Title:
Developer
Title: Contractor
APPROVED:
APPROVED AS TO FORM AND LEGALITY:
By:
By:
NIA NIA
Name:
Name:
Title:
Title:
ATTEST
* Contract Compliance Manager (Project Manager):
By signing I acknowledge that I am the person responsible
N/A
for the monitoring and administration of this contract, include
ensuring all performance and reporting requirements.
Jannette S. Goodall
City Secretary
M There are NO City Funds associated with this Contract
❑ There are City Funds associated with this Contract
REVIEWED
By TiwariR at 11:33 am, Jul 24, 2025
Revised: 12-17-2018 Page 3
FORTWORTH
TRANSPORTATION AND PUBLIC WORKS
PIPE REPORT FOR:
PROJECT NAME: BOND RANCH INDUSTRIAL
CITY PROJECT NUMBER: 104100
WATER
PIPE LAID SIZE TYPE OF PIPE
PVC 12" PVC
LF
2162
FIRE HYDRANTS: 3 VALVES (16" OR LARGER)
PIPE ABANDONED SIZE TYPE OF PIPE LF
DENSITIES:
YES
NEW SERVICES:
1.5"
PVC
2 EA
2"
PVC
4 EA
SEWER
PIPE LAID
SIZE
TYPE OF PIPE
LF
PVC
6"
PVC
38
PVC
8"
PVC
1217
PIPE ABANDONED SIZE TYPE OF PIPE LF
DENSITIES: YES
NEW SERVICES: 6" PVC 1 EA
TRANSPORTATION AND PUBLIC WORKS
The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311
FORTWORTH,
TRANSPORTATION AND PUBLIC WORKS
August 29, 2025
ARCO MURRAY NATIONAL DALLAS, INC.
4925 GREENVILLE AVE. ST 915
DALLAS,TX 75206
RE: Acceptance Letter
Project Name: BOND RANCH INDUSTRIAL
Project Type: WATER,SEWER,DRAINAGE,PAVING STREET LIGHTING
City Project No.: 104100
To Whom It May Concern:
On August 5, 2025 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 August 29, 2025. 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 August 29, 2025, 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,
Ram Tiwari
Ram Tiwari (Sep 10, 2025 13:50:43 CDT)
Ram Tiwari, P.E. , Project Manager
Cc: EDDIE WALKER, Inspector
MIKE GLOVER, Inspection Supervisor
DANIEL ROY, Senior Inspector
ANDREW GOODMAN, Program Manager
KIMLEY>HORN, Consultant
ARCO MURRAY NATIONAL DALLAS,INC., Contractor
ARCO DESIGN/BUILD BTS, Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Rev. 8j20J19
,all
Pav ng, I —LC
5890 East Berry Street
Fort Worth, TX 76119
(817) 885-8080
www.dfw[)avinp-.com
June 30, 2025
City of Fort Worth
CFA Administration
200 Texas St.
Fort Worth, TX 76102
RE: Bonds Ranch Industrial
CFA# 22-0150 City Project # 104100 IPRC# 22-0088
COMPONENTS: Paving
The purpose of this letter is to acknowledge that DFW Paving have been paid in
full by Bonds Ranch Owner Il, LLC for the public improvements constructed to
serve Bonds Ranch Industrial in Fort Worth, Texas. As a result, we hereby waive,
release and relinquish all rights to assert any claim or demand for lien in connection
with this project.
Please feel free to contact me with any questions you may have.
Sinc ely,
i'
Raeni Norton, Chief Admin Officer
HH
ELECTRIC CO.
Susie 1951
06/ 18/2025
City of Fort Worth
CFA Administration
200 Texas St.
Fort Worth, TX 76102
RE: Bonds Ranch Industrial
CFA# 22-0150 City Project # 104100 IPRC# 22-0088
COMPONENTS: Street Lights
The purpose of this letter is to acknowledge that Hurst Electric have been paid in full by
Bonds Ranch Owner II, LLC for the public improvements constructed to Bonds Ranch
Industrial in Fort Worth, Texas. As a result, we hereby waive, release and relinquish all
rights to assert any claim or demand for lien in connection with this project.
Please feel free to contact me with any questions you may have.
Sincerely,
Eduardo Rojas
Project Manager/ Engineer
1[4KENT
COMPANIES
July 7, 2025
City of Fort Worth
CFA Administration
200 Texas St.
Fort Worth, TX 76102
RE: Bonds Ranch Industrial
CFA# 22-0150 City Project# 1041001PRC# 22-0088
COMPONENTS: Paving
830 East Valley Ridge Blvd.
Lewisville, TX 75057
972.221,8113
The purpose of this letter is to acknowledge that Kent Company Texas, LLC have been paid in full by Bonds Ranch
Owner II, LLC for the public improvements constructed to serve Bonds Ranch Industrial in Fort Worth, Texas. As a result,
we hereby waive, release and relinquish all rights to assert any claim or demand for lien in connection with this project.
Please feel free to contact me with any questions you may have.
Sincerely,
" Alee-01"
Wes Marek
Commercial Division Manager
KENTCOMPANIES,COM I Since 1957
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
IC
20
21
22
23
24
25
26
27
28
29
30
31
32
33
0062 19 - 1
MAINTENANCE BOND
Page I of 3
BOND NUMBER: 108094622
SECTION 00 6219
MAINTENANCE BOND
THE STATE OF TEXAS §
§ KNOW ALL BY THESE PRESENTS:
COUNTY OF TARRANT §
That we ARCOlMurray National Dallas, Inc. nka ARCO! Murray National Dallas, LLC ,known as "Principal" herein and Travelers
Casualty and Surety Companv of America, a corporate surety (sureties, if more than one) duly
authorized to do business in the State of Texas, known as "Surety" herein (whether one or more),
are held and firmly bound unto the Developer, Bonds Ranch Owner 11, LLC, authorized to do
business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation
("City"), in the sum of One Million Five Hundred Ninety Four Thousand Three Hundred Twenty
Four and 25/100. Dollars ($1,594.324.25), lawful money of the United States, to be paid in Fort
Worth, Tarrant County, Texas, for payment of which sum well and truly be made jointly unto the
Developer and the City as dual obligees and their successors, we bind ourselves, our heirs,
executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, Developer and City have entered into an Agreement for the construction of
community facilities in the City of Fort Worth by and through a Community Facilities
Agreement, CFA Number CFA22-0150; and
WHEREAS, the Principal has entered into a certain written contract with the Developer
awarded the 6th day of August, 2024, which Contract is hereby referred to and a made part hereof
for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other
accessories as defined by law, in the prosecution of the Work, including any Work resulting from
L-
a duly authorized Change Order (collectively herein, the "Work") as provided for in said Contract
and designated as Bonds Ranch Industrial, and
WHEREAS, Principal binds itself to use such materials and to so construct the Work in
accordance with the plans, specifications and Contract Documents that the Work is and will
remain free from defects in materials or workmanship for and during the period of two (2) years
after the date of Final Acceptance of the Work by the City ("Maintenance Period")-, and
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Bonds Ranch Indumrial
CNN 104100
006219-2
MAINTENANCE BOND
Page 2 of 3
I WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part
2 upon receiving notice from the Developer and/or City of the need thereof at any time within the
3 Maintenance Period.
t
5 NOW THEREFORE, the condition of this obligation is such that if Principal shall
h remedy any defective Work, for which timely notice was provided by Developer or City, to a
7 completion satisfactory to the City, then this obligation shall become null and void; otherwise to
8 remain in full force and effect.
9
10 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely
I I noticed defective Work, it is agreed that the Developer or City may cause any and all such
12 defective Work to be repaired and/or reconstructed with all associated costs thereof being borne
13 by the Principal and the Surety under this Maintenance Bond; and
14
15 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
lG Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
17 Worth Division; and
18
19 PROVIDED FURTHER, that this obligation shall be continuous in nature and
20 successive recoveries may be had hereon for successive breaches.
22
23
CITY OF FORT wowni Bonilh Ranch Indmirial
STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROff:f-rS CPN 104IM
Rem d January 31. 2012
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
006219-3
MAINTENANCE BOND
Page 3 of 3
IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this
instrument by duly authorized agents and officers on this the 6th day of , gw 2024.
ATTEST:
(Principal) _ G.lfi. a <C'riuPP_r
K���
Witness as to Princip _ CFIAie KILLIM&SJ0011111
ATTEST:
(Surety) ecret y kehv�
Witness as to SuretyE6k*Jj( /'1 Vl 1A V
PRINCIPAL:
ARCO 9w .o/OU�s/ c — ARCDMu DA—Ltz
BY:
ignature
-, O `-L k 1 �„ l
Name and Title
Address: 4925 Greenville Ave Suite 915
DallasIX7-92M
SURETY:
Travelers Casualty and Surety CommanY of
America j
BY�_ 1w 7�
Signature
Roxanne Avila. Attorney -in -Fact
Name and Title
Address: One Tower Suuare
Hanford, CT 06183
Telephone Number: 1-900-2.52-4633
*Note: If signed by an officer of the Surety Company, there must be on file a certified extract
from the by-laws showing that this person has authority to sign such obligation. If
Surety's physical address is different from its mailing address, both must be provided.
The date of the bond shall not be prior to the date the Contract is awarded.
CITY OF FORT WORTI I
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Bonds Ranch Induarial
CPN IWIM
Travelers Casualty and Surety Company of America
TRAVELERS,- Travelers Casualty and Surety Company
St. Paul Fire and Marine Insurance Company
_Farmington Casualtv Comoanv
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, St. Paul
Fire and Marine Insurance Company,and Farmington Casualty Company are corporations duly organized under the laws of the State of Connecticut
(herein collectively called the "Companies"). and that the Companies do hereby make, constitute and appoint Roxanne Avila of St. Louis MO
their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge the following bond:
Surety Bond No.; 108094622 Principal: ARCO/Murray National Dallas, Inc. nka ARCo/Murray National Dallas, LLC
OR Obligee: Bonds Ranch Owner ll.LLC and City of Fort Worth, TX
Project Description: Construction or community facilities in the City of Fort Worth by and through a Community Facilities Agreement. CFA Number CFA22-0153, Maintenance Bond
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April,
2021.
J�+•9� uw�w
! KkWFORO,i coy"''u 19 B�2i 0
State of Connecticut
By:
City of Hartford ss.
Robert4_! Raney, Senior Vice President
On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each
of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on
behalf of said Companies by himself as a duly authorized officer.
IN WITNESS WHEREOF, I hereunto set my hand and official seal. •�/`�
My Commission expires the 30th day of June, 2026 —�i�G
Anna P. Nowik, Notary Public
This Power of Attomey is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies,
which resolutions are now in full force and effect, reading as follows:
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any
Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and
Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of aulhonty may prescribe to sign
with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other wnfings obligatory in the nature of
a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and
revoke the power given him or her; and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice
President may detegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation
is in writing and a copy thereof is fled in the office of the Secretary; and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional
undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any
Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any
Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if
required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one
or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any
Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any
Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for
purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or
certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified
by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to
which it is attached.
I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct
copy of the Power of Attorney executed by said Companies, which remains in full force and effect.
Dated this 6tn day of August , 2024.
IIlIFTy�b �'ytY .��'�1•,% CASU,4(r
A.
RACONN.ONN. le niwwOpIpY,L"! �7t c`� 1 9 8 2 o ,Q C✓ ot
V4; , Aa Kevin E. Hughes, Assistant Secretary
To verify the authenticity of this Power of Attomey, please calf us at 1-800-421-3880.
Please refer to the above -named Attorneys) -in -Fact and the details of the bond to which this Power of Attorney is attached.
r
This notice provides no coverage, nor does it change
any policy terms. To determine the scope of coverage
and the insured's rights and duties under the policy,
read the entire policy carefully. For more information
about the content of this notice, the ins ured should
contact their agent or broker. If there is any conflict
between the policy and this notice, the terms of the
policy prevail.
Have a complaint or need help?
Texas Insurer And Insurance Department
Contact Information Notice
If you have a problem with a claim or your premium, call your insurance company first. If you can't work out the issue, the
Texas Department of Insurance may be able to help.
Even if you file a complaint with the Texas Department of Insurance, you should also file a complaint or appeal through your
insurance company. If you don't you may lose your right to appeal.
Travelers
To get information or file a complaint with your insurance company:
Call: Consumer Affairs at 860.954.2382
Toll -free: 866.894,0687
Online: www.Travelers.com
Email: Complaints@travelers.com.
Mail: Consumer Affairs, One Tower Square, Hartford, CT 06183
The Texas Department of Insurance
To get help with an insurance question or file a complaint with the state:
Call with a questiom 1.800.252.3439
File a complaint: www.tdi.texas.gov
Email: ConsumerProtectian@tdi.texas.gov
Mail: MC Ill-1ATexas, PO Box 149091, Austin, TX 78714-9091
Page 1 of 1
NIC-19023 Rev. 05.20
p 2020 The Travelers Indemnity Company. All rights reserved.