Loading...
HomeMy WebLinkAbout060740-FP2 - Construction-Related - Contract - Western MunicipalFORT WORTH. -FP2 City Secretary 60740 Contract No. Date Received 12.8.25 12/12/2025 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: Buttercup & Boswell 16" Water Main Rehab City Project No.: 105037 Improvement Type(s): Water ❑x Sewer ❑ Developer Cost City Cost Total Cost Original Contract Price: $98,221.29 $1,228,942.19 $1,327,163.48 Amount of Approved Change Order(s): $22,738.14 $114,989.37 $137,727.51 Revised Contract Amount: $120,959.43 $1,343,931.56 $1,464,890.99 Total Cost of Work Complete: $120,959.43 $1,343,931.56 $1,464,890.99 al! t kyl4o!? Clint Wilson (Dec 5, 202516:34:35 CST) Contractor Project Manager Title Western Municipal Company Name Russell Rogers (Dec 5, 2025 16:41:00 CST) Project Inspector Project Manager CFA Manager X-7.:..,,. Lauren P,—r ,Dec Y_2— 15:19:54 CST, TPW Director 12/05/2025 Date 12/05/2025 Date 12/07/2025 Date 12/08/2025 Date 12/08/2025 Date OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT. WORTH, TX Notice of Project Completion Project Name: Buttercup & Boswell 16" Water Main Rehab City Project No.: 105037 City's Attachments Final Pay Estimate ❑x Change Order(s): ❑x Yes ❑ N/A Pipe Report: ❑x Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid 9 Consent of Surety nd Statement of Contract Time Contract Time: 120 WD Days Charged: 127 WD Work Start Date: 2/5/2024 Work Complete Date: 1/7/2025 Completed number of Soil Lab Test: 370 Completed number of Water Test: 36 Page 2 of 2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name BUTTERCUP LANE & BOSWELL DRIVE 16" Contract Limits Project Type WATER City Project Numbers 105037 DOE Number 5037 Estimate Number 1 Payment Number 1 For Period Ending City Secretary Contract Number Contract Date Project Manager NA Contractor WESTERN MUNICIPAL 402 GULF AVENUE JUSTIN , TX 76247 Inspectors G.DEYON / R. ROGERS Contract Time Days Charged to Date Contract is 100.00 1/7/2025 WD 129M 127 Complete Monday, November 24, 2025 Page 1 of 5 City Project Numbers 105037 DOE Number 5037 Contract Name BUTTERCUP LANE & BOSWELL DRIVE 16" Estimate Number I Contract Limits Payment Number 1 Project Type WATER For Period Ending 1/7/2025 Project Funding UNIT I: WATER IMPROEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 WATER LINE GROUTING 139 CY $251.35 $34,937.65 139 $34,937.65 2 REMOVE AND SALVAGE 6" GATE VALVE 4 EA $770.98 $3,083.92 4 $3,083.92 3 REMOVE AND SALVAGE 12" GATE VALVE 3 EA $747.81 $2,243.43 3 $2,243.43 4 REMOVE AND SALVAGE FIRE HYDRANT 4 EA $5,286.86 $21,147.44 4 $21,147.44 5 6" PVC WATER PIPE 105 LF $129.02 $13,547.10 105 $13,547.10 6 8" PVC WATER PIPE 230 LF $158.16 $36,376.80 230 $36,376.80 7 12" PVC WATER PIPE 28 LF $175.80 $4,922.40 28 $4,922.40 8 16" PVC C905 WATER PIPE 2547 LF $226.74 $577,506.78 2547 $577,506.78 9 12" PVC WATER PIPE, CLSM BACKFILL 20 LF $393.14 $7,862.80 20 $7,862.80 10 16" PVC C905 WATER PIPE, CLSM BACKFILL 40 LF $397.88 $15,915.20 40 $15,915.20 11 16" DIP WATER 24 LF $275.81 $6,619.44 24 $6,619.44 12 16" DIP WATER, CLSM BACKFILL 33 LF $475.22 $15,682.26 33 $15,682.26 13 TRENCH SAFETY 3027 LF $1.00 $3,027.00 3027 $3,027.00 14 30" CASING BY OPEN CUT 33 LF $598.22 $19,741.26 33 $19,741.26 15 1" WATER SERVICE 5 EA $4,643.56 $23,217.80 5 $23,217.80 16 2" WATER SERVICE 5 EA $5,754.26 $28,771.30 5 $28,771.30 17 REMOVE 8" WATER VALVE 1 EA $907.37 $907.37 1 $907.37 18 SALVAGE 16" WATER VALVE 3 EA $2,366.95 $7,100.85 3 $7,100.85 19 REMOVE 2" AIR RELEASE VALVE AND VAULT 1 EA $1,872.53 $1,872.53 1 $1,872.53 ASSEMBLY 20 16" CUT IN -GATE VALVE W/ VAULT 1 EA $27,023.90 $27,023.90 1 $27,023.90 21 16"X16" CUT IN TEE 1 EA $19,675.85 $19,675.85 1 $19,675.85 22 6" GATE VALVE 4 EA $2,671.69 $10,686.76 4 $10,686.76 23 8" GATE VALVE 10 EA $3,577.91 $35,779.10 10 $35,779.10 24 12" GATE VALVE 1 EA $6,798.69 $6,798.69 1 $6,798.69 25 16" GATE VALVE W/ VAULT 11 EA $23,403.90 $257,442.90 11 $257,442.90 26 4"-12" PRESSURE PLUG 10 EA $926.36 $9,263.60 10 $9,263.60 27 16" PRESSURE PLUG 1 EA $4,624.75 $4,624.75 1 $4,624.75 28 2" COMBINATION AIR VALVE ASSEMBLY FOR 1 EA $14,192.38 $14,192.38 1 $14,192.38 WATER 29 6" BLOW OFF VALVE 1 EA $10,886.86 $10,886.86 1 $10,886.86 30 FIRE HYDRANT 4 EA $8,404.48 $33,617.92 4 $33,617.92 Monday, November 24, 2025 Page 2 of 5 City Project Numbers 105037 DOE Number 5037 Contract Name BUTTERCUP LANE & BOSWELL DRIVE 16" Estimate Number I Contract Limits Payment Number 1 Project Type WATER For Period Ending 1/7/2025 Project Funding 31 CONNECTION TO EXISTING 4"-12" WATER 2 EA $7,164.86 $14,329.72 2 $14,329.72 MAIN 32 CONNECTION TO EXISTING 16" WATER MAIN 2 EA $10,479.86 $20,959.72 2 $20,959.72 33 DUCTILE IRON WATER FITTINGS W/ 3.4140035 TN $12,063.87 $41,186.09 3.4140035 $41,186.09 RESTRAINT(CO#1)(CO#3)(CO#7) 47 SPECIFIED REMOBILIZATION (CO#1) 1 EA $32,409.11 $32,409.11 1 $32,409.11 38 SPECIFIED REMOBILIZATION (CO#2) 1 EA $8,000.00 $8,000.00 1 $8,000.00 39 2" TAPPING SADDLE (CO#2) 1 EA $2,500.00 $2,500.00 1 $2,500.00 40 CUT & PLUG SADDLE AT THE MAIN (CO#2) I EA $1,158.24 $1,158.24 1 $1,158.24 41 SPECIFIED REMOBILIZATION(CO#3) 1 EA $13,623.35 $13,623.35 1 $13,623.35 42 IMPORTED EMBEDMENT/BACKFILL, CSS 10 CY $155.00 $1,550.00 10 $1,550.00 (CO#3) 43 6" TRENCH DRAIN(CO#3)(CO#6) 0 LF $104.00 $0.00 0 $0.00 44 SPECIFIED REMOBILIZATION (CO#4) 1 LS $8,021.55 $8,021.55 1 $8,021.55 45 4" ASPHALT BASE. TYPE B (CO#4) (CO#7) 6802.16 SY $3.20 $21,766.91 6802.16 $21,766.91 46 FINE GRADE EXISTING SUBGRADE(CO#4) 6802.16 SY $7.00 $47,615.12 6802.16 $47,615.12 (CO#7) 36 -------------------------------------- 2" ASPHALT PVMT TYPE C (CO#7) -101.84 SY $26.56 ($2,704.87) -101.84 ($2,704.87) -------------------------------------- Sub-Total of Previous Unit $1,464,890.99 $1,464,890.99 Monday, November 24, 2025 Page 3 of 5 City Project Numbers 105037 Contract Name BUTTERCUP LANE & BOSWELL DRIVE 16" Contract Limits Project Type WATER 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 6 Change Order Number 7 DOE Number 5037 Estimate Number 1 Payment Number 1 For Period Ending 1/7/2025 $1,327,163.48 $33,509.11 $11,658.24 $17,861.44 $9,880.00 $78,452.55 ($9,880.00) ($3,753.83) Total Contract Price $1,464,890.99 Total Cost of Work Completed $1,464,890.99 Less % Retained $0.00 Net Earned $1,464,890.99 Earned This Period $1,464,890.99 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 $1,464,890.99 Monday, November 24, 2025 Page 4 of 5 City Project Numbers 105037 Contract Name BUTTERCUP LANE & BOSWELL DRIVE 16" Contract Limits Project Type WATER Project Funding Project Manager NA Inspectors G.DEYON / R. ROGERS Contractor WESTERN MUNICIPAL 402 GULF AVENUE JUSTIN, TX 76247 DOE Number 5037 Estimate Number 1 Payment Number 1 For Period Ending 1/7/2025 City Secretary Contract Number Contract Date Contract Time 120 WD Days Charged to Date 127 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 $1,464,890.99 Less % Retained $0.00 Net Earned $1,464,890.99 Earned This Period $1,464,890.99 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 $1,464,890.99 Monday, November 24, 2025 Page 5 of 5 DEVELOPER -AWARDED -PROJECT CHANGE ORDER PROJECT NAME: Buttercup Lane & Boswell Drive 16-Inch Water Main Rehabilitation CHANGE CONTRACT: A Water B Paving ORDER No: CFA# CFA23-0166 CITY PARTICIPATION: YES CITY PROJECT# 105037 FID # 30114-0200431-105037-EO7685 1 X # X-27912 CITY SECRETARY CONTRACT # 60740 FILE # N/A INSPECTOR: PROJECT MANAGER: Russell Rogers Phone No: Sandip Adhikari Phone No: 817-392-8424 CSC No. 60740-CO 1 CONTRACT UNIT WATER SEWER DRAINAGE PAVING STREET LIGHTS CONTRACT DAYS Developer Cost City Cost Developer Cost City Cost Developer Cost City Cost Developer Cost City Cost Developer Cost City Cost ORIGINAL CONTRACT $98,221.29 $1,228,942.19 $0.00 $0.00 $0.00 $0.00 $0.00 $322,315.48 $0.00 $0.00 120 EXTRAS TO DATE $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 CREDITS TO DATE $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 1 $0.00 $0.00 $0.00 $0.00 CONTRACT TO DATE $98,221.29 $1,228,942.19 $0.00 $0.00 $0.00 $0.00 $0.00 $322,315.48 $0.00 $0.00 120 AMOUNT OF PROP. CHANGE ORDER $18,887.75 $14,621.36 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 3 REVISED CONTRACT AMOUNT $117,109.04 $1,243,563.55 $0.00 $0.00 KOO $0.00 $0.00 $322,315.48 $0,00 $0.00 123 TOTAL REVISED CONTRACT AMOUNT PER UNIT $1,360,672.59 $0.00 $0.00 $322,315.48 $0.00 REVISED COST SHARE Dev. Cost: $117,109.04 City Cost: $1,565,879.03 TOTAL REVISED CONTRACT $1,682,988.07 Revised: 12-17-2018 Page 1 NI n co N w N z Z W 2 W 0 O a cr W F Q F z J Q F O F REASONS FOR CHANGE ORDER 1 Time that Western Municipal spent to excavate the Tie -In location on Lancaster Ave. and backfilling the trench once it was determined that we couldn't tie-in at that time. 2 During excavation of the Tie -In point on Sandy Lane, Western Municipal Construction came across an unknown active 6" water line extending from the west side of Sandy Lane that required additional fittings and time to keep tied in. This change order is for the additional time and material that it cost for the 6" water line to be tied in to the new water line running down Buttercup Lane. Western Municipal Construction GMcivil Mid -Cities Logistics Owner, LLC of Texas, LLC BY: By: Name: Ryan Spears Name: 13 Name: Clint Wilson Title: Project Engineer Title: Authorized SignatoryTitle: Project Manager RECOMMENDED: APPROVED: CFW - Water Department By: s�� P Name: Suby Varughese Title: Engineering Manager RECOMMENDED: CFW -*Contract Compliance Manager By: Name: Sandip Adhikari Title: Sr Professional Engineer M&C Number: 23-1073 M&C Date Approved: 12112/2023 CFW - Assistant City Manager �ITa 8r� By. a Name: Dana Burghdoff APPROVED AS TO FORM AND LEGALITY: CFW - Assistant City Attorney By: Name: Richard McCracken Title: Assistant City Manager Title: Sr. Assistant City Attorney ATTEST Jannette S. Goodall City Secretary * Contract Compliance Manager (Project Manager): By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, include ensuring all performance and reporting requirements. ❑There are NO City Funds associated with this Contract OThere are City Funds associated with this Contract Revised: 12-17-2018 Page 3 N O U O rl- Q0 O z u v I U W O Z Z W Q W S ❑ U 0 O N W } Z 0 c O Q 6 0. - U Z (0 F Q. a ( � U N caa 0 (D N Lr) OD > ❑ O W U) � m O Cl) O LO 0] c O 06 > (0 � (1) C a J m (00 O CL 7 O O O p N p m M N N r Q [0 Q U Z U w z O U LLj Y F- U a' Q U U p K w U w n. W U Z Q❑ u � d O 0 U LL x U LL Z Z N N c c 0 0 L L a a r 0 UO N M M N tp a0 N H Z Q U y N O U O O O o O O 0 O � J F U p O m p o o 0 0 0 0 0 0 0 0 0 o W N w M N O U D o h N N w ow w Z w rNNi w w N Q a M N � w y a o O 0 O 0 o 0 O 0 o o 0 O W O ❑ U o 0 0 0 0 0 F= Z Lu O p U U o w 0 w 0 w 0 w 0 w o w N O U Z, M F ? o o U m a R ❑ w f�D v ol z Z p. o 0 0 0 0 o lcD O v w w w w w w is U w o ❑ U N O U O o O 0 O 0 O 0 O 0 O 0 p U W o w N o N U m` Q p 0 o o 0 0 0 0 0 0 0 0 0 0 0 0 d a ❑ w w w w w w m m 0 p U e m �o ry O m m N o r M .�- o n N at Ow a O N M K W (.7 N w w N w w N w m o Q 3 N cn m m o a m W 6 p N N of W W W O w O O L N 00 U N O ❑ U w w w w N ❑ K a L F ZLU r o W Z � O U Q rA - O U _ ¢ F- Z O W U Q Lu U H o 7 U N 0 Qo Q ❑ O O w w❑ z uj N K 0 U a O o U) W w w a O Q Z N n _ w F Z ❑ W W J F w z O D O U) > Q O 0 w U U Q of E d T A a 9 m z N N V r C X U) N Q LU \ ) \ b 11 § § \ / § a � � Eg o Cy \8 � \ / / £ m - / $e 4 2 d .. ƒ / 2 � % _ ) / ¥ e '\ § \ LU \ \ o � > CL / 0 2 m § § § & § § j \ IL (L §Oki cc k 2 )�)k § + k3§/ _ r01 / , 0 ID Co !I][ j \ EIf{ o u- G -E 2 \ )/\f cu §\{B (D ) w § ( } O S LU 0 ± m ) W 0 0 z Z (Y Q W 2 0 U 0O M U W } z O O Q a — U Z F W � a }a } c � U m U C (fl a) � O O W a) r Cl) O a O LD co C O 0 C a J m ((0 O 0 � ID >O > Q C I- r 7 z m a c"i o X U F- Z O U ui > U Q F U O w U w at a U � O � ❑ u a 0 Uo N N m N O m N z Z O U N O U o 0 0 0 o O o J U p y a p o o o 0 0 0 0 0 0 0 0 o 0 0 O 0 0 o W ui r N N W a+ > V O U � M W fR tli !9 th OD Ot m tD e9 W N t9 C'1 z U M w w cN9 w v v Q a M N � fp, o 0 0 0 0 0 p w o ❑ U o 0 0 0 0 0 I Uo 0 o 0 O 0 O 0 O o 00 0 Z fWj L w o» w ow w u U 10 n F- z � V � Q w N 1ILL ❑ N F z O. o 0 o O o o n O d w w w c» ow w U wo ❑ U N O U O o 0 0 0 0 0 C U O M 3 W o N m N (j O O O O O O o N O O d o H 0 w 0 W 0 W 0 IR 0 1A w ❑ p U a O m N O o I� m N n N N h y� OW N yj tmD i� V N N N N N a 0 m M m m t00 N a 01 O O ry y O O N m O1 M N 10 c N 0 U w o ❑ U w � K a L r Z r a o r W Z Z O r U Q 2 0)O r z U 2 Q z Z O Lu U Q LLI U r O N Q O 0 Ir K❑ N K QO ❑ O p. Z O N W Q Q N U Q O r❑ W O r z F- ❑w x z ❑ W h J FXX z OU O j 0 Or 0 W 0 Q N N m N a .c_ r Q �e 3 aciom y y m N N C 0 20 m = a c co a m` c .% O J Q pO U .6 N U a to j N Q £N N U U o O co a(D w a m 100. c m E h m o G � m 0 a� G h IM m o a Iz m m c a o 0 N Q a a w � O N O 4 C C ca _n co m aG O U N ax o (0)C .Z m � a U L fU6n I- p o UL ;O ,rn n U y v = m oa `o N LL m O O t U F- m w ❑ O W 0 z Q 2 U w O LL U) z O Q w O U D V, C O U Q �U J J � �i o x ui E a: m z U C� T ui d m m H z v a) � c W O U O N C U c E c E U m rL CO U 0N CO N N L U n w o Olo rn 3 O e d m m m n 1° v 01 _ N 0« N C N 0 E m m O f01 'p N Oow C (0 0 3 m E LL a o rn � 5 E Y °C U LL U m o ma O c — z U U C O N N c rno•c d d O n ?moro IL- F- 0 m E z ❑❑ M M 0 N a N N D � v E o � n Z n U C O U 06 2P 00 0 N N Ul Of O U I 0 ti O Qo O z u _ I U W o � z Q W U m O d U) W } Z O C O Q (6 W U a F m � aa) Q � d C � U a>) C a) Lr) 00 0 W 3 CO N CO O m C U) O of a3 � C co m O (o 0 O� N UO N a7 M ti O R Q N Q 7 m Q W U O O ch X o S Z U F- Z O U � � H U Q U p of U w LLJ H U } OfO L<L O tk H J a U U L W C� Z a U W O w o. } 0 U N a0 N N Z O U U N O U O o O 0 0 O 0 0 O 0 = C� J F- U p O O o00000 O O O O O O LU W coa co N W « W O ❑ U Vf f9 IA f9 IA t9 M N a o m w a co a w a y O U N N O o O 0 N N O 0 W N N W O Z U M w M n M w ? u Q N o o 0 0 0 0 p m« N O ❑ U o a w 0 e» 0 w 0 w 0 w 0 en O U U p o p p p p O 0 p 0 p o N O O U Q p U UL) o r ❑ N N H Z O o 0 0 0 0 o r O z w w w w p» w » U m o ❑ U 0 U U o o p 0 p 0 o 0 p 0 p 0 D: 3 W co o N O) o N m (j p p p O p p O W N W Vf to M eA M m � N o U m N a Ol N O o o O N M N O c W ro C! a— N N r D W U N w y W N w ' w N r r- a q p O N v a N o > fll N N A M rcj N p N N N p N N N O W O O U w N ❑ K a W W Z Z 0 Ouj F U o a cc W � U N O Z O F U U S U Q H Z Z 7 O U W N o o❑ O a z y w a U O OU IL K O Z U F_ Z W J ~ � H ❑w Z > � O W U OUO Q K O E & f / \ U 5 E .q \U b /5 §m / \ ) 40 �/ k § �2 / ( f _ = e b 0 2 / LU k� g ƒ z 7 2 & ! / ( § } 0 § 2 S § j 0 § O m ƒ �A R0 W O Oz z Lou 2 U O LO ui W } Z O o ¢ — U n F- a) ¢ � a C cc H U a) U C O m `° 00 W r N 0 O m C LO O � co C d J m (00 O O O N O N O N ` >� � > ¢ l0 0 � N r ¢ co ¢ U U K z O U �jj 4k } U a z 1- W w F O O v 0-1 w 0 # } U z } w F ❑ u r a U 1 5 Us x u. 6 6 Z z C C O O .0 L a a K w C7 z U W O w n. r a 0 UN rn N z 2 O U � w 0 U 0 o 0 0 0 0 0 0 0 0 0 = C7 J r U p O o o o 0 O 0 o 0 o 0 O 0 o W W W A h > o O U 00 O o00 Oi a O a O O a O a N C9 z U cNi w w of w � u Q IL N M w y a o 0 0 o 0 > in 0 U 0 0 0 0 0 0 ~ Z w O o ° U o 0 0 0 0 o p o o Q Z o U o U w m o r' ❑ o. o 0 0 0 0 0 O U > w m o ❑ U m 0 U o 0 0 0 0 0 0 0 0 0 W W o w of m N u) �o O. O O O O O O O O O O O O o N W W ❑ m m m Ili O U N mcl u1 O O O N N N V 11 ul D w w W w W w rh y N Q m n N � � o > O ❑ U w al � w a uj r Z r w 0 W U o r a a w 7 U N O z = O ¢ Q r �= r U w U w U r 0 j O U D 0 w o r¢ ❑ o O 0 a o z ❑ N w o U O U O W w O Q z y H Q K r❑ z W J r C7 F W z ❑ O O j Q r 0 w U OU ¢ w Or 3 w z N N N V C Y N .� N Q m � 0 Lu / § \ § � b I a coz- r G e '\ / \ LU \� / � / m > 3 2 / § LLJ z } \ LU \ 0 \ B z 0 ) 0 \ M 00 ) § ;/[ f ] /\\/ \ \\ \ ' a)]§ z ƒ{f§ / LL o),= z 0 )kk2 ; §}�j a) a) \ / I.. § � § }ƒ ;\ V' co ) \ \ - ) B z \ ƒ ) k ) - S \ ° w K & § § z ƒ Cc) O U 1 O O W O z Q W 2 U (D N W } Z O O Q - U Z 0 Ix a � U >a� U c N N > ao co ❑ o W CL) 1- NCl) O O m c LL) O J m 'V ( O O O M N O Q O � N Q > co a W ti (ten X (moo Z H U Q z Z O U bi Z H W LLI U U Q w W Of Q }W } }f } CL OU 11 O U U X U 6 6 Z z N N c c o O a a a a� N Q ❑ C 7 of U) L W z Z Q H U W O a 0 N M M 7 z Z O U N 0 U 0 o 0 0 0 0 0 0 0 0 0 0 F" = U w w o» w w p J H W o N w N° m « p» w w w o» w m > 0 ❑ U O C o O () O o O 0 N O 0 U Z w » w � u a a M d� O O O O O o O 0 v o ❑ U 0 0 0 0 0 0 N O U O o O 0 O 0 O 0 O 0 O o 0 �- w_ QU w w w U c> I- Z o o U p U K ° 0 F z a o 0 0 0 0 o t� O -°y w w pw w w U „ wo ❑ U 0 U 0 o 0 0 0 0 0 0 0 0 0 0 � � p a N N N U a o 0 0 0 0 0 m p N � m ❑d w N (J m N A o N N <c O N N _ =O O � M LO (O F Q � 10 M w d O N N r- p O Y9 p N p O N p N O d N NO m N W � d ❑ U O w w a w z z O F- U 0 O < Q Q Q � W Z z O U W f O U a z Z U U w H D U ❑ N > w F O QO O O d Z ❑ W Lo W O.' 0 U O O F F LL O O U N > w W w Q H O a _ , U Z ❑ W W J z ❑ w RE z OU O a O 0 W 0 Q (Y a § ] \ \ » \ \. 4 O m i / uj z ) S Rco 3 & = = g � / \ / / 2 § \ « _ = u c � < < k b)¥ 3 ) U. 3 6 2 2 2 7 ) J / { § m ) ƒ $ƒ // � ( / _ < m / } ƒ \ \ { ) LY / 2 £ \ < ) \ IS, \ w 2 I < ) / / m ] < b / a S R L) j \ » \ � A LLI ( b < § 2 \ } } 0 0 e e= Ix= \ \ N _ 2 2 IL CL § \ ( � CL � ofCA / � { m - ®- - - - ) § LU 0 I/ 2 { " 2 Q } / / } 3 - IL CL { ) e /B a� o■ )K� 3 CL - o \ ƒ ® g q q q m q\ V { _ G a w k _ § 00 " a § k § LU § 0LU < 2 - CO ) \�E ° Lu w § { } § e / § ± e § ) \ F / p e K\ m � ) / E ) S 2 \ \ § \ § \ \ ( \� [ 00co <00e REASONS FOR CHANGE ORDER 1 This CO is to reconcile the paving reconstruction quantities to match field Installation. GMcivil Mid -Cities Logistics Owner, LLC Western Municipal Construction of Texas, LLC //n By: � �t By: `I C By: Name: Ryan Spears Name: B. Je les Name: Clint Wilson Title: Project Engineer Title: Developer Title: Contractor 811/2025 Date: 8/1/2025 Date: 8/1/2025 APPROVAL RECOMMENDED: APPROVED: APPROVED AS TO FORM AND LEGALITY: CFW - Water Department CFW- Assistant City Manager CFW- Assistant City Attorney B Y y{a_ BY: \ ) Y���✓ BY L i. Name: Suby Varughese Name: Jesica McEachern Name: Richard McCracken Title: Engineering Manager Title: Assistant City Manager Title: Sr. Assistant City Attorney Date, 08/18/2025 Dale: 08/25/2025 Date: 08/18/2025 RECOMMENDED: CFW-'Contract Compliance Manager ATTEST ' Contract Compliance Manager (Project Manager): By signing I acknowledge that I am the person responsible By: �""`�` A "� °°" for the monitoring and administration of this contract, include ensuring all performance and reporting requirements. Name: Sandip Adhiked Jannefte S. Goodall City Secretary []There are NO City Funds associated with this Contract Title: Sr Professional Engineer 08/26/2025 Date: DAMyams Date: ❑� There are City Funds associated with this Contract M&C Number: M&C Dale Approved: Revised: 12-17-2018 Page 3 From: Adhikari. Sandip To: Valdes, Natalie; Pitts, Lorrie R; Harris, Melissa Cc: Devon, Gary; Rogers, Russell; Myers, Michael A; Hagen, Ashley N Subject: RE: Green sheet Packet 105037 Buttercup & Boswell Water Main Date: Thursday, November 6, 2025 4:33:36 PM Attachments: CSN60740 CPN105037 Buttercup Lane Change Order #7 (2).Ddf imaQe002.i)nQ imaae003.Dna imaQe004.i)nQ imaae005.Dna imaQe006.i)na CPN 105037 Buttercup Lane - Executed Proiect Manual - 16-Inch Water Main Rehabilitation .Ddf Natalie, We discussed this with water and decided there is no need to do correction change order since city cost, developer cost and final cost of contract is not impacted. As Natalie mentioned since line item 36 was not part of water improvement and a deduction is applied in water improvements, a footnote as below in final payment request needs to be added in both water and paving green sheets. Water Green sheet: City bid item 36 shown above is to be read in conjunction with final payment shown in paving green sheet city bid item 36. Paving Green sheet: City bid item 36 shown above is to be read in conjunction with final payment shown in water green sheet city bid item 36. ***To better assist, please provide your project CPN or IPRC Record Number in the subject line. Thank you, Sandip Adhikari, P.E. Sr. Professional Engineer, Infrastructure Plan Review Center (IPRC) Development Services Department City of Fort Worth T: 817.392.8424 C: 682.432.5559 F: 817.392.7854 100 Fort Worth Trail, Fort Worth, TX 76102 sand ip.adhikari(a-)fortworthtexas.gov Notice: Starting Oct. 1, 2025, customers who choose to pay by Credit Card or Debit Card will incur a service fee of2.5%. There is no fee to pay by check, ACH, cash, or money order. * Foam WORTH. Working together to build a strong community. FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Buttercup & Boswell 16" water main rehab PROJECT NUMBER: 105037 DOE NUMBER: WATER PIPE LAID SIZE TYPE OF PIPE LF C 900 PVC 16" C900 pvc 2790 VALVES (16" OR LARGER) FIRE HYDRANTS: yes yes PIPE ABANDONED SIZE TYPE OF PIPE LF 16" ductile iron 16" Ductile iron 2790 DENSITIES: yes NEW SERVICES: 2" Copper Irrigation 3 1" copper mesticdo 3 SEWER PIPE LAID SIZE TYPE OF PIPE LF PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: TRANSPORTATION AND PUBLIC WORKS (a 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 October 30, 2025 Western Municipal 402 Gulf Ave Justin Tx 76247 RE: Acceptance Letter Project Name: Buttercup Lane & Boswell 16" water nain rehab Project Type: water City Project No.: 105037 To Whom It May Concern: On February 24, 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 March 6, 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 March 6, 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- 392-8424. Sincerely, Adhikari Sandip, Project Manager Andrew Goodman, Program Manager Cc: Ryssell Rogers, Inspector Gary Deyon, Inspection Supervisor Lorri Pitts, Senior Inspector Andrew Goodman, Program Manager GM civil Engineering &Survey, Consultant Western Municipal, Contractor Transwestern, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 AFFIDAVIT STATE OF COUNTYOF ��✓���"`� Before me, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared Clint Wilson, Project Manag Of Western Municipal Construction of Texas LLC 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; Buttercup Lane & Boswell Drive 16-In Water Main Rehabilitation BY CGs Chan �!, �5a►�_ �/� Name or Title Subscribed and sworn before me on this date of ZOZ, RY Notary Public CONSENT OF SURETY OWNER o TO FINAL PAYMENT ARCHITECT D CONTRACTOR ❑ ALA Docun7ent G707 SURETY I1 Bond Nn A43746S OTHPR D TO OWNER (Ararneemdadrbrv) Mid -Cities Logistics Owner, LLC & City of Fort Worth 1900 W Loop S #1300 Houston, TX 77027 PROJECT: (Alamo and adz1r(&j) ARCHITECT'S PROJECT NO.: Community Facilities Agreement No. 23-0166: CONTRACT FOR: ButterGllp Gn &Boswell Dr 16" Water Main F2ehabi i ation CONTRACT DATED: Community Facilities Agreement No. 23-0166: Buttercup Ln & Boswell Dr 16" Water Main Rehabilitation In accordance with rile provisions of the Contract between doe Owner and the Contractor as indicate(] above, the (In.wil narneand addtr crnJ,Arrt:ry) Colonial American Casualty and Surety Company 1299 Zurich Way Schaumburg, IL 60196-1056 on bond of (1n&oi nameand addix%cgft"vrurweta)) Western Municipal Construction of Texas, LLC 402 Gulf Avenue Justin, TX 76247 , SURETY, CONI`RACTOR, 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 (/jpwa tratneerttd adr1mv o%oavner) Mid -Cities Logistics Owner, LLC & City of Fort Worth 1900 W Loop S #1300 Houston, TX 77027 as set forth in said Surety's bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand on this date: December 5, 2025 (huaH ht w0 tg for trranrb jo!lorttd ht+t(x+rrruneric daiear icl iwar.) ��.�``��asualfy rrrr'4, .' oG ......... oSEAL m i `¢G� Attest: ��tn)niims������`���� V (Sea)): Sami Benson , OWNER, Colonial American Casualty and Surety Company {sravls) (,S(gnatttrr ojatNGor9zcd rrlNrstntrNit�r1 Naomi Gerber, Attorney -in -Fact (Prl7rted rtarn and dda) Gy707•--1994 Bond Number: 9437465 Obligee: Mid -Cities Logistics Owner, LLC & City of Fort Worth ZURICH AMERICAN INSURANCE CONIPANY COLONIAL AMERICAN CASUALTY AND SURETY CONIPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF A'TTORNF.Y KNOW ALL MEN BY THESE PRESENT'S: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSITCOMPANY OF MARYLAND it corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth an the reverse side hercorand are hereby certified to be in lull force and effect on the date hereof, do hereby nominate, constitute, and appoint Naomi Gerber , its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of•such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if the), had been duly executed and acknowledged by the regularly elected officers of the ZUIZICH AMERICAN 1NSUIZANCB COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DF,POSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in (heir own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY CONIPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 10th day of October, A.D. 2023. O lCa� 4 �- �♦ •e�. .�?, :, per a i:+,• ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUAL 'Y AND SURETY COMPANY hIDE'LIT'Y AND DEPOSIT COMPANY OF MARYLAND By: Robed D. A21177-av Vice President ,qv: Dawn E. Brown Secretaiy State of Maryland County of Baltimore On this 10th day of October, A.D. 2023, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert 1). Aiurray, Vice President and Dawn L. Brown, Secretary of the Companies, to me personally known to be the individuals and oflicers described in arid who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said oftker of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals ofsaid Companies, and that the said Corporate Seals and the sigmaure as such officer were duly al'fixed and subscribed to the said instrument by the authority and direction of the said Corporations. INTESTIMONY STIMONY WIiBREOf, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Genevieve A Nlaison v`e'hf GENEVI EVE M. MAISON NOTARY PUBLIC ' rf OtRtCI'.p: nALTIMC1iE CO:.IPIT Y. A"D LlyCcrrmi^..roonc.'Fres.�AYUARY27,2025 ,,,,,,,,�``� Authenticity of this bond can be confirmed at bondvalitiator.zurichna.com or 410-559-8790 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Po\ver of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Po\ver of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "'That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 5th day of December 2025 , 1"UI 1111O "Aco"/ Oq�� p vSEA(m �SEA t mftSEAL _" G r ' . o yo .. M9 P,) By: Mary ,lean Pethick Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 'Zurich Way Schaumburg, 11, 60196-1056 reportsfclainis(ct),Zurichna.cont 800-626-4577 Authenticity of this bond can be confirnted at bondvalidator,zurichna.com or 410-559-8790