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