Loading...
HomeMy WebLinkAbout063062-FP1 - Construction-Related - Contract - FCL Builders Texas, LLC-FP1 City Secretary 63062 Contract No. FQ RT WO RT H�, Date Received 1/8/2026 AT NOTICE OF PROJECT COMPLETION (Developer Projects) The Transportation and Public Works Department upon the recommendation of the Project Manager has accepted the following project as complete: Project Name: 8800 South Freeway — Express CFA City Project No.: 105704 Improvement Type(s): Water 0 Sewer 0 Original Contract Price: Amount of Approved Change Order(s) Revised Contract Amount: Total Cost of Work Complete: �� �� Contractor Project Manager Title Patrick Mc Mahon Company Name �� bert Wat��an �, 2026102820 CST) Project Inspector � Project Manager o����� CFA Manager �g.,ti... %��...,ti. La u ren Prieu r(J a n 8, 2026 09:55:44 CST) TPW Director O1/02/2026 Date O1/05/2026 Date O1/06/2026 Date O1/08/2026 Date O1/08/2026 Date $89,563.00 $5,902.44 $0.00 $95,465.44 Page 1 of 2 Notice of Project Completion Project Name: 8800 South Freeway — Express CFA City Project No.: 105704 City's Attachments Final Pay Estimate � Change Order(s): � Yes ❑ N/A Pipe Report: ❑x Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid � Consent of Surety � Statement of Contract Time Contract Time: 15 WD Days Charged: 50 WD Work Start Date: 6/9/2025 Work Complete Date: 10/8/2025 Completed number of Soil Lab Test: 8 Completed number of Water Test: 0 Page 2 of 2 FORTWORTH CITY OF FORT WORTH F1NAL PAYMENT REQUEST Contract Name 8800 SOUTH FREEWAY- EXPRESS CFA Contract Limits Project Type WATER & SEWER City Project Numbers 105704 DOE Number 5704 Estimate Number 1 Payment Number 1 For Period Ending 10/8/2025 WD City Secretary Contract Number Contract Date Project Manager NA Contractor FCL BUILDERS TEXAS, LLC 2401 E RANDOL MILL RD ARLINGTON � TX 76011 Inspectors / R, WATSON Contract Time IS WD Days Charged to Date 50 Contract is 100.00 Complete Friday, December 19, 2025 Page 1 of 4 City Project Numbers 105704 ContraCt Name 8800 SOUTH FREEWAY- EXPRESS CFA Contract Limits Project Type WATER & SEWER Project Funding UN1T I: WATER IMPROVEMENTS Item Description of Items No. 1 DUCTILE IRON WATER FITTINGS W/ RESTRAINT 2 CONNECTION TO EXISTING 16" WATER MAIN 3 16" GATE VALVE W/ VAULT 4 8" WATER PIPE 5 8" GATE VALVE 6 2" WATER SERVICE 7 TRENCHSAFETY 8 UTILITY SERVICE SURFACE RESTORATION SODDING DOE Number 5704 Estimate Number 1 Payment Number 1 For Period Ending 10/8/2025 Estimated Estimated Completed Completed Unit Unit Cost Quanity Total Quanity Total 0.4 TN $11,250.00 $4,500.00 0.4 $4,500.00 1 EA 1 EA 56 EA 2 EA 2 EA 56 EA 60 SY $7,100.00 $28,700.00 $58.00 $3,400.00 $8,050.00 $15.00 $22.00 $7,100.00 $28,700.00 $3,248.00 $6,800.00 $16,100.00 $840.00 $1,320.00 1 $7,100.00 1 $28,700.00 56 $3,248.00 2 $6,800.00 2 $16,100.00 56 $840.00 60 $1,320.00 Sub-Total of Previous Unit �68,608.00 $68,608.00 UNIT II: SANTI'ARY SEWER IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 6" SEWER PII'E, CSS BACKFILL 42 LF $175.00 $7,350.00 42 $7,350.00 2 4' EXTRA MANHOLE 1 EA $10,700.00 $10,700.00 1 $10,700.00 3 4'EXTRADEPTHMANHOLE 5 VF $350.00 $1,750.00 5 $1,750.00 4 TRENCH SAFETY 42 LF $3.00 $126.00 42 $126.00 5 UTILITY SERVICE SURFACE RESTORATION 75 SY $3.00 $225.00 75 $225.00 6 MANHOLE VACUUM TESTING 1 EA $300.00 $300.00 1 $300.00 7 POST CCTV INSPECTION 42 LF $12.00 $504.00 42 $504.00 8 EPDXY MANHOLE LINER (CO#1) 12 VF $106.72 $1,280.64 12 $1,280.64 9 IMPORTED EMBEDMENTBACKFILL, CSS 2 CY $903.62 $1,807.24 2 $1,807.24 (CO#1) 10 DROP MANHOLE (CO#1) 1 EA $1,434.56 $1,434.56 1 $1,434.56 11 TRENCH SAFETY (CO#1) 10 LF $138.00 $1,380.00 10 $1,380.00 Sub-TOtal Of PCeV10uS Uttlt $26,857.44 $26,857.44 Friday, December 19, 2025 Page 2 of 4 City Project Numbers 105704 ContraCt Name 8800 SOUTH FREEWAY- EXPRESS CFA Contract Limits Project Type WATER & SEWER Project Funding Contract Information Summary Original Contract Amount Chan�e Orders Change Order Number 1 Total Contract Price DOE Number 5704 Estimate Number 1 Payment Number 1 For Period Ending 10/8/2025 $89,563.00 $5,902.44 $95,465.44 Total Cost of Work Completed $95,465.44 Less % Retained �0.00 Net Earned $95,465.44 Earned This Period �95,465.44 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 $95,465.44 Friday, December 19, 2025 Page 3 of 4 City Project Numbers 105704 ContraCt Name 8800 SOUTH FREEWAY- EXPRESS CFA Contract Limits Project Type WATER & SEWER Project Funding DOE Number 5704 Estimate Number 1 Payment Number 1 For Period Ending 10/8/2025 Project Manager NA City Secretary Contract Number Inspectors / R, WATSON Contract Date Contractor FCL BUILDERS TEXAS, LLC Contract Time 15 WD 2401 E RANDOL MII.L RD Days Charged to Date 44 WD ARLINGTON , TX 76011 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 Less % Retained Net Earned Earned This Period �95,465.44 Retainage This Period �0.00 Less Liquidated Damages � Days @ $0.00 / Day LessPavement Deficiency Less Penalty Less Previous Payment Plus Material on Hand Less 15% Balance Due This Payment $95,465.44 $0.00 $95,465.44 $0.00 $0.00 $0.00 $0.00 $0.00 $95,465.44 Friday, December 19, 2025 Page 4 of 4 Docusign Envelope ID: A7290B21-33A8-41A2-A933-BOFFAD6F4177 DEVELOPER-AWARDED-PROJECT CHANGE ORDER IPROJECT NAME: 8800 South Freeway - Express CFA ICONTR4CT: IPRC 24-0147 ICFA # 25-0025 I CITY PARTICIPATION:I NO ICITY PROJECT # 105704 ICITY SECRETARY CONTRACT # 63062 IFID # 30114-0200431-105704-E07685 IX # X-28292 I FILE # N/A INSPECTOR: Robert Watson Phone No: 817-647-2564 PROJECT MANAGER: Ahmed Musa Phone No: 817-392-2084 WATER Developer Costl Ci IORIGINAL CONTRACT $68,608.00 I IEXTRAS TO DATE I ICREDITS TO DATE $0.00 I ICONTRACT TO DATE $fi8,608.00 I IAMOUNT OF PROP. CHANGE ORDER $0.00 I IREVISEDCONTRACTAMOUNT $fi8,608.00 I ITOTAL REVISED CONTRACT AMOUNT PER SEWER IDeveloperCost G I 820,955.00 I $5,902.44 I $0.00 $26,857.44 $0.00 I $26,857.44 CHANGE ORDER No: 0 I PAVING I STREET LIGHTS I WORKING oeveloper DAYS City Cost Cost City Cost $0.00 $o.00 $0.00 15 I $0.00 $0.00 $0.00 5 I $0.00 $0.00 $0.00 0 I $0.00 $0.00 $0.00 0 I $0.00 $0.00 $0.00 0 I $0.00 $0.00 $0.00 0 I $0.00 I $0.00 CONTRACT UNIT DRAINAGE I \ veloper Oevelopei st City Cost Cost So.00 30.0o so.00 $0.00 I $0.00 I $0.00 UNIT $68,608.00 $26,857.44 I $0.00 I IREVISED COST SHARE Dev. Cost: $95,465.44 City Cost: I TOTAL REVISEO CONTRACT $95 465.44 PAY ITEM # 9 10 11 12 I Asterisk (') indicates New Pay kem Revised: 12-17-2018 11NIT II: :ANITARY SEWER IMPROVEMENTS CITY BID ITEM # QUANTITY UNIT ITEM DESCRIPTION 3339.0001 12 VF Epoxy Manhole Liner 3305.0202 2 CY Imported Embedment/Backfill, CSS 3339.1002 1 EA Drop Manhole 3305.0109 10 LF Trench Safety $0.00 UNIT PRICE Developer Cost CRy Cost TOTAL I � $10672 $1,280.64 $0.00 $1,280.64 � $903.62 $1,807.24 $0.00 $1,807.24 � $1,434.56 $1,434.56 $0.00 $1,434.56 � $136.00 $1,380.00 $0.00 $1,380.00 � $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 � $0.00 $0.00 $0.00 � $0.00 $0.00 $0.00 � $0.00 $0.00 $0.00 � $5.902.44 $0.00 $5,902.44 � � REVIEWED By Ahmed Musa at 10:54 am, Jul 22, 2025 TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS Page 1 Docusign Envelope ID: A7290B21-33A8-41A2-A933-BOFFAD6F4177 REASONS FOR CHANGE ORDER Conflicf discovered during potholing operations. Thrust block for 16" water line was found to be in direct conflict with proposed 6" sanifary sewer line. Design change required to raise sewer line and tie into existing manhole with drop connection. RECOMMENDED: APPROVED: APPROVED: (ConsultingEngineer) (Develo er) �J (Cortractor) Bv: i""- �� Date: 07�2� �2025 Bv: ��5� �� ` Date: Bv: �---� y%'� Date: %I � Fl�%_'rl Name: Matt Drake, PE Name: Pr ca R Flam Name�,luan Vasquez )� T�ne: Sr. Project Manaqer Title��Dro���o� �/1� Title: ProiectManaqer APPROVAL RECOMMENDED: CFW - Water Department By: Not Applicable Name: Not Applicable Tide: Not Applicable APPROVED: CFW - Assistanf City Manager Date: By: Not Applicable Name: Not Applicable Tide: Not Applicable APPROVED AS TO FORM AND LEGALITY: CFW - Assistanf City Attome y Date: By. Not Applicable Date: Name: Not Applicable Tide: Not Applicable RECOMMENDED: ( REVIEWED l l By Ahmed Musa at 10:54 am, Jul 22, 2025 J CFW - *Contr�ac�t Co)mpliance Manager BV: YI// Name: iiillll2C� MUSa r;ne: Professional Engineer M&C Number: M&C Date Approved: ATTEST oate: 07/22/2025 By: Not Applicable Name: Title: N/A N/A * Contract Compliance Manager (Project Manager): By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, Date: and ensuring all performance and reporting requirements. ❑� There are NO City Funds associated with this Contract ❑There are City Funds associated with this Contract Revised: 12-17-2018 Page 2 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: 8800 South Freeway CITY PROJECT NUMBER: 105704 � WATER PIPE LAID SIZE TYPE OF PIPE Open Trench 8" PVC Pressure Pipe FIRE HYDRANTS: 1 PIPE ABANDONED SIZE VALVES (16" OR LARGER) TYPE OF PIPE DENSITIES: NEW SERVICES: � PIPE LAID Open Trench PIPE ABANDONED N/A DENSITIES: NEW SERVICES: 2" 2�� SIZE 8 SIZE N/A Yes - Passing Domestic Water - Copper Irrigation - Copper SEWER TYPE OF PIPE SDR-26 TYPE OF PIPE N/A Yes - Passing LF 1 LF LF 56 9 9 Cf►a LF N/A TR,-�NSPORTr1TION ��ND PUBLIC WORKS The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311 (817) 392 - 7941 • Fax: (817) 392 - 7845 FORTVVORTH� TRANSPORTATION AND PUBLIC WORKS December 3, 2025 FCL Builders Texas, LLC 2401 E Randolph Mill Rd Arlington, TX 76011 RE: Acceptance Letter Project Name: 8800 South Freeway Express CFA Project Type: Water and Sewer City Project No.: 105704 To Whom It May Concern: On November 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 December 3, 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 December 3, 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- 392-2084. Sincerely, � Ahmed Musa, Project Manager Cc: Robert Watson, Inspector Don Watson, Inspection Supervisor Oscae Agullion, Senior Inspector Andrew Goodman, Program Manager Westwood , Consultant FCL builders Texa, LLC, Contractor FOF 2 IOS South Freeway, LLC, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev.8/20/19 AFFIDAVIT STATE OF Texas COUNTY OF Pazker Before me, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeazed Juan Vasquez, Project Manager Of RW Jones Heavy Construction, 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; Utilities work on CPN: 105704 Project Name: 8800 South Freeway - Express CFA BY � _ � � �!'�' >`1.t.f� r 1 " ',"� f� �, `}t� % Name tfr Title v Subscribed and sworn before me on this date 02 of January, 2026. / � Z Public County, State ����AVP���/i MARY CHARIS BAILEY � 1>'.... Vd �i _i ;� �'s Notary Public, State of Texas =-�� Q= Comm. Expires 11-08-2027 -,v�....�+`�. '�i��°������ Notary ID 134638873 � . , � , �. , RAN ITE RE, INC. Consent of Surety Company to Final Payment Bond Date: Project Name: 04/16/2025 8800 South Freeway - City Project 105704 / IPRC24-0147 To (Obligee/Owner): FOF 2 IOS South Freeway Owner, LLC 420 S. Orange Ave. Suite 400 Orlando, FL 32801 Contractor: RW Jones Heavy Construction, LLC 3133 Ranger Hwy Weatherford, TX 76088 Bond Number: GRTX69642 In accordance with the provisions of the Contract between the owner and the Contractor as included above, the Granite Re, Inc., 14001 Quailbrook Drive, Oklahoma City, OK 73134 On bond of RW Jones Heavy Construction, LLC 3133 Ranger Hwy, Weatherford, TX 76088 SURETY COMPANY, CONTRACTOR, Hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety company of any of its obligations to FOF 210S South Freeway Owner, LLC 420 S. Orange Ave. Suite 400, Orlando, FL 32801 as set forth in the said Surety Company's Bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this 5 day of January, 2026. Granite Re, Inc. Surety Company � _� _.. w Kenneth d. Whittington, Attorney-in-Fact OWNER, (Sa�i) GR0709-5 GRANITE RE, INC. GENERAL POWER O�' ATTORNEY Know all Men by these Presents: That GRANIT'E RE, 1NC., a corporation organized and existing under the laws of the State of MINNESOTA and having its principal office at the City of OKLAHOMA CITY in the State of OKLAHO�vIA does hereby constitute and appoint: KEIv'NETH D. WHITTINGTON; KYLE MCDONALD its true and lawful A;ttorney-in-Fact(s) for the following purposes, to wit: To sign its name as surety to, and to execute, seal and acknowled�e any and all bonds, and to respectively do and perform any and a11 acts and things set forth in the resolution of the Board of Directors of the said GRANITE RE, INC. a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said GI{�ANITE RE, INC. through us, its Board of Directors, hereby ratifies and confirms all and whatsoever the said: KENNETH D. WHITTINGTON; KYLE MCDONALD may la�ti fiilly do in t�e premises by virtue of these presents. In Witness Whereof, the said GRANITE RE, INC. has caused thi� instrument to be sealed with its corporate seal, duly attested by the signatures of its President and Assistant Secretary, this 31 St day of JW�, 2023. STATE t]F �KLAHC??1+IA CUUh;'TY �F OKLAHOM,A 'qr(E R� pt' ./rre4yk"C 5 E A t ss: �"' � � w ,,c....:� I�enneth D. Whi � on, President ;.. l ;: ��' I�y1�P. McD�nald, Assistant Secretary On this 31St day of July, 2023, before me personally came [�ennet►z D. Whittington, President of the GRANI'TE RE, INC. Company and Kyle P. McDonald, Assistant Secretary of said Company, �vith both ofwhom I am personally acquainted, who being by me severally duly sworn, said, that they, the said Kenneth D. Whittington and Kyle P. McDonald were respectively the President and the Assistant Secretary of GRANITE RE, INC., the corporation described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal affixed to said Power of .-�uorney was such corporate seal, that it was so fixed by order of the Board of Directors of said corporation, and that they signed their narne thereto by like order as President and Assistant Secretary, respectively, of the Company. '�% Ca�tnissicm E�:pires: Apri121, 2Q27 �4211It71$31(?Il#_ 11�Q3�?i{) �\1111�11/fIY�I � �� ��*'r f : `:...ra"✓ r+ ,����6N� GRANITE RE, [NC. Certificate �, CJW`�- Nataiy Publi� `� THE LTNDERSIGNED, being the duly elected and acting Assistant Se�retar� of Granite Re, Inc., a Minnesota Corporation, HEREBY CERT`IFIES that the following resolution is a true and correct excerpt fro�ii the July 15, 1987, minutes of the meeting of the Board of Directors of Granite Re, Inc. and that said Power of Attorney has not been re� oked and is now in full force and effect. "RESOLVED, that the President, any Vice President, the Assistant Secretary, and any Assistant Vice President shall each have authority to appoint individuals as attorneys-in-fact or under otllcr appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the Company in the course of its business. C3n any instrument making or evidencing such appointment, the si��natures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the C'n�n�any, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessan to the �alidit} of any such instrument or undertaking." ,::��,� IN WITNESS WHEREOF, the undersigned ha\\�:���ii�y�tl���yrtificate at�ii affixed the corporate seal of the Corporation this January 5 , 2026 . �. _ . � ^ � r`,� i � .+w- � • ��'6 � � ' / -- y�� _ �j/l ��1�(� �:./ F'�n " • ' ' ` Kyie P. McD�nald, Assistaut �ecretary =� � � � ��.��::' � ; ...... _� `/ --. . • l�. GR-40 Ed. 06-24 f"��c� �. t,��, s,���