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,���