Loading...
HomeMy WebLinkAboutContract 61572-FP1FORT WDRTH@ TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJECT COMPLETION -FP1 AT City Secretary No.61572 Date Received: 6/11/2025 AT City Project N!): 105193 Re din contract 61572 2024 Concrete Restoration Contract 3 for as required by the TI ANS PORTATION AM) PUBLIC WORKS DEPARTMENT as approved by City Council on 5/14/2024 through M&C 24-0384 the director of the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT upon the recommendation of the Assistant Director of the Transportation & Public Works Department has accepted the project as complete. Original Contract Amount: Amount of Approved Change Orders: Revised Contract Amount: Total Cost Work Completed: Less Deductions: Liquidated Damages: Pavement Deficiencies: Total Deduction Amount: Total Cost Work Completed: Less Previous Payments: Final Payment Due Patricia /-. wadsac;L r1da L. Wadsack Jun 10, 202511:23 CDT) Recommended for Acceptance Asst. Director, TPW - Capital Delivery $ 2, 593, 525.00 Days 210 $ 195,290.00 Ns 1 Days Added by CO 50 $ 2,788,815.00 TOW Days 260 $. 2,750,653.06 Days Charged_251 Days ® $ / Day $ 2,750,653.06 $ 2,613,120.39 $ 137,532.67 Jun 10, 202511:36 CDT) Accepted Director, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ) Asst. City Manager Comments: Revised copy submitted due to the correction of the City Secretary number. 06/10/2025 Date 06/10/2025 Date 06/11/2025 Date OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORTWORTH, WIF TPW Construction Invoice City Secretary Contract Number: Purchase Order: CS61572 FW020-0000012114 Project: Invoice Number: 105193-105193 - 2024 Concrete Restoration Contract 3 CS61572-09-FINAL+PAYAP-10 Contract Name: Invoicing Period (From —To): 2024 Concrete Restoration 3 04.09.2025 to 04.09.2025 To: Capko Concrete Structures, LLC PO Box 426 Azle, TX 76098 Supplier ID: 7000004443 Contract Summary: 1. Original Contract Amount $2,593,525.00 2. Net Change by Change Orders $ 195,290.00 3. Current Contract Amount (Line 1 +/- Line 2) $2,788,815.00 4. Total Completed and Stored to Date $2,750,653.06 (Progress Estimate, Construction Allowance, and Change Orders) 5. Amount Retained (5.00%) $ .00 6. Amount Eligible to Date(Line4—Line5) $2,750,653.06 7. Less Previous Payments (Line 6from prior Invoice) $2,613,120.39 8. Amount Due this Application $ 137,532.67 9. Balance to Finish, Plus Retainage $ 38,161.94 (Line 3 — Line 6) 10. Contract Time a. Days Awarded 210 b. Days Added by Change Order 50 c. Total Contract Days Awarded 260 d. Days Charged this Invoice 1 e. Days Charged from Previous Invoice(s) 251 f. Contract Days Remaining 8 Payment Application Date: 05.07.2025 Estimate Number: 9 Project Manager: Otuyelu, Iretomiwa Payment Approvals Roles Date: Inspector: eAa d- w 05.15.2025 Sr. Inspector: &f 'W"c c 05.15.2025 Project Manager: 05.14.2025 %aeta.&.a 6&9ydu Contractors Certification: The Contractor certifies with the submittal of this document and associated Payment Request Submittal on the City of Fort Worth eBuilder system that to the best of their knowledge: (1) all previous progress payments received from Owner on account of Work done under the Contract have been applied on account to discharge Contractor's legitimate obligations incurred in connection with Work covered by prior Applications for Payment; (2) title of all Work, materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to Owner at time of payment free and clear of all Liens, security interests and encumbrances (except such as are covered by a Bond acceptable to Owner indemnifying Owner against any such Liens, security interest or encumbrances); and (3) all Work covered by this Application for Payment is in accordance with the Contract Documents and is not defective Liquidated Damages @ $ 650.00 x day Tohn T '�'� John J. Capko lV (J, n S, 251-2 CDT) Page 1 of 4 FORT WORTH, TPW Construction Invoice Funding Distribution: Funding Identification (FIDs) Amount Earned Retainage (FIDs) Retainage Amount to Pay 30100-0200431-5740010-105193-E03380-9999 $ .00 30100-2060000-105193-RETAIN $ 137,532.67 $ 137,532.67 Contract Bid Items: A B C D E F G H I J K Bid Item Description Spec. UoM Bid Unit Price Bid Value Estimated Value this Previously Previously Materials Total Completed Retainage % Balance to No. Section Quantity Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish No. Installed this Quantity Value Stored Date (D+F+G) (B-H) 1 Period (not in F) Unit 0135.0201 Remobilization EA $ 100,000.00 $ 100,000.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 100,000.00 1.001 0.0000 $ .00 Unit 0241.0401 Remove Concrete SF 1,100 $ 3.00 $ 3,300.00 2,045.7400 $ 6,137.22 $ .00 $ 6,137.22 $ .00 185.98% $- 2,837.22 1.002 Driveway 0.0000 $ .00 Unit 3213.0401 6" Concrete SF 1,100 $ 17.00 $ 18,700.00 2,045.7400 $ 34,777.58 $ .00 $ 34,777.58 $ .00 185.98% $- 16,077.58 1.003 Driveway 0.0000 $ .00 18,839.540 $ 527,507.12 $ .00 $ 527,507.12 $ .00 109.21% $- 44,507.12 Unit 0241.1000 Remove Conc Pvmt SY 14,750 $ 28.00 $ 483,000.00 1.004 0.0000 $ .00 0 1 Unit 3213.0102 7" Concrete SY 12,000 $ 109.00 $1,580,500.00 18,838.950 $2,053,445.55 $ .00 $2,053,445.55 $ .00 129.92% $-472,945.55 1.005 Pavement 0.0000 $ .00 0 Unit 3213.0202 7" Concrete SY 2,750 $ 138.50 $ 380,875.00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 380,375.00 1.006 Pavement HES 0.0000 $ .00 Unit 3123.0102 Unclassified CY 200 $ 45.00 $ 9,000.00 742.0000 $ 33,390.00 $ .00 $ 33,390.00 $ .00 371.00% $- 24,390.00 1.007 Excavation 0.0000 $ .00 0.0000 Unit 3305.0203Imported CY 50 $ 150.00 $ .00 $ .00 $ .00 $ .00 $ .00 0.00% $ .00 1.008 Embedment/ Backfill, CLSM 5.0000 $ 660.00 $ .00 $ 660.00 $ .00 Unit 3211.0122 6" Flex base, Type A, CY 500 $ 132.00 $ 2,640.00 0.0000 $ .00 25.00% $ 1,980.00 1.009 GR-2 100 0.0000 $ .00 $ .00 Unit 9999.0001 Concrete HES (extra CY $ 225.00 $ 22,500.00 0.0000 $ .00 $ .00 $ .00 0.00% $ 22,500.00 1.010 depth) 0.0000 $ .00 Unit 3292.0100 Block Sod SY 600 $ 21.00 $ 12,600.00 1,073.2900 $ 22,539.09 $ .00 $ 22,539.09 $ .00 178.88% $- 9,939.09 1.011 Replacement 100 0.0000 $ .00 Unit 3291.0100 Topsoil CY $ 87.00 $ 8,700.00 174.0000 $ 15,138.00 $ .00 $ 15,138.00 $ .00 174.00% $- 6,438.00 1.012 Unit 3213.0700 Joint Sealant LF 800 $ 2.00 $ 1,600.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 1,600.00 1.013 Page 2 of 4 FORT WORTH TPW Construction Invoice A B C D E F G H I J K Bid Item Description Spec. U0M Bid Unit Price Bid Value Estimated Value this Previously Previously Materials Total Completed Retainage % Balance to No. Section Quantity Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish No. Installed this Quantity Value Stored Date (D+F+G) (B-H) Period $ 7,000.00 0.0000 $ .00 10.0000 (not in F) Unit 0241.0300 Remove ADA Ramp EA 16 $ 700.00 $ 7,000.00 $ .00 $ 7,000.00 $ .00 100.00% $ .00 1.014 $ 19,950.00 0.0000 $ .00 2.0000 Unit 3213.0506 Barrier Free Ramp, EA 12 $ 2,950.00 $ 5,700.00 $ .Do $ 5,700.00 $ .00 28.57% $ 14,250.00 1.015 Type P-1/P-2 $ 14,000.00 0.0000 $ .00 8.0000 Unit 3213.0501 Barrier Free Ramp, EA 4 $ 3,500.00 $ 28,000.00 $ .00 $ 28,000.00 $ .00 200.00% $- 14,000.00 1.016 Type R-1 $ 1,000.00 0.0000 $ .00 128.0000 Unit 0241.0100 Remove Sidewalk SF 2,500 $ 2.00 $ 256.00 $ .00 $ 256.00 $ .00 25.60% $ 744.00 1 $ 7,500.00 0.0000 $ .00 128.0000 $ 3,000.00 0.0000 $ .00 18.0000 $ 5,580.00 $- 6,000.00 Unit 3213.03014" Conc Sidewalk 1.018 SF 2,500 $ 15.00 $ 1,920.00 $ .00 $ 1,920.00 $ .00 25.60% 3305.0106 Manhole EA 6 $ 500.00 $ 9,000.00 $ .00 $ 9,0o0.00 $ .00 300.00% 19 Adjustment $ 1,000.00 0.0000 $ .00 0.0000 PU:nit it Unit 3217.5001 Curb Address EA 10 $ 100.00 $ .00 $ .00 $ .00 $ .00 0.00% $ 1,000.00 .0 Painting $ 3,000.00 0.0000 $ .00 32.0000 Unit 3232.0100 Conc Ret Wall SF 150 $ 60.00 $ 1,920.00 $ .00 $ 1,920.00 $ .00 64.00% $ 110,0.00 1.021 Adjacent to Sidewalk $ .00 0.0000 $ .00 0.0000 Unit 3213.0322 Conc Curb at Back LF 100 $ 30.00 $ .00 $ .00 $ .00 $ .00 0.00% $ .00 1.022 of Sidewalk $ 1,600.00 0.0000 $ .00 6.0000 Unit 3305.0111 Valve Box EA 8 $ 200.00 $ 1,200.00 $ .00 $ 1,200.00 $ .00 75.00% $ 400.00 1.023 Adjustment $ 950.00 0.0000 $ .00 0.0000 Unit 3213.03114"Conc Sidewalk, SF 250 $ 19.00 $ .00 $ .00 $ .00 $ .00 0.00% $ 950.00 1.024 Adjacent to Curb $ 900.00 0.0000 $ .00 0.0000 Unit 3213.0321 Conc Sidewalk, SF 150 $ 30.00 $ .00 $ .00 $ .00 $ .00 0.00% $ 900.00 1.025 Adjacent to Ret Wall $ 3,000.00 0.0000 $ .00 0.0000 Unit 0241.0705 Remove and EA 5 $ 600.00 $ .00 $ .00 $ .00 $ .00 0.00% $ 3,000.00 1.026 Replace Mailbox - Brick $ 2,500.00 0.0000 $ .00 0.0000 Unit 9999.0002 Miscellaneous LS 1 $ 10,000.00 $ .00 $ .00 $ .00 $ .00 0.00% $ 2,500.00 1.027 Utility Adjustment (irrigation) (Please enter $10,000.00 for the Unit Price.) $ 97,750.00 0.0000 $ .00 0.0000 Unit 9999.0003 Construction 0 $ .00 $ .00 $ .Do $ .00 0.00% $ 97,750.00 1.028 Allowance (Please enter $100,000.00 for the Unit Price.) $ 2,250.00 0.0000 $ .00 5.5000 Unit1.02 3212.0401 H MAC Transition 3212.0401 TN 0 $ 375.00 $ 2,062.50 $ .00 $ 2,062.50 $ .00 91.67% $ 187.50 9 Page 3 of 4 FORT WORTH, TPW Construction Invoice A B C D E F G H I J K Bid Item Description Spec. UoM Bid Unit Price Bid Value Estimated Value this Previously Previously Materials Total Completed Retainage % Balance to No. Section Quantity Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish No. Installed this Quantity Value Stored Date (D+F+G) (B-H) Period $ 0.00 $2,750,653.06 (not in F) $ 0.00 $2,750,653.06 $ 38,161.94 $2,788,815.00 $- 98.63% 137,532.67 Page 4 of 4 FORTWORTH. Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: 2024 CONCRETE RESTORATION CONTRACT 3 — CO 1 M&C: 25- 0304 CPN: 105193 CSO: 61572 DOC#: 2 Date: To: Name 1. LaKeshia Lynch 2. Capko Concrete Structures, LLC 3. Charles Hayes 4. Emanuel Nieto 5. Iretomiwa Otuyelu 6. Zelalem Arega 7. Mary Hanna 8. Patricia Wadsack 9. Lauren Prieur 10. Doug Black 11. Jesica McEachern 12. Jannette Goodall 13. TPW Contracts Department Initials Date Out Bus-Sppt s LL Apr 14, 2025 Vendor fog:KIV Apr 11, 2025 TPW - Inspector „A—,, Apr 11, 2025 TPW — Sr.Inspector Apr 14, 2025 TPW ° Apr 14, 2025 TPW ZA Apr 14, 2025 TPW Apr 14, 2025 TPW AD Apr 14, 2025 TPW Directory°,—, Apr 14, 2025 Legal R 0.�gh,81a,k Apr 16, 2025 CMO CM Apr 20, 2025 CSO JG sa Apr 21, 2025 TPW CC: Program Manager, Sr. CPO, TPW BSPAP Recon Team, TPW Records Room, TPW Contracts ALSO List: - Bus Sppt: LaKeshia Lvnch: Prg Mgr.: Zelalem Areea; Sr CPO — Mary Hanna DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, Jay will review and take the next steps. NEEDS TO BE NOTARIZED: RYES ®No RUSH: RYES ®No SAME DAY: ❑YES ❑No NEXT DAY: ❑YES ❑No ROUTING TO CSO: ®YES ❑No Action Required: ❑ As Requested ❑ For Your Information ® Signature/Routing and or Recording ❑ Comment ❑ File ❑ Attach Signature, Initial and Notary Tabs Return To: Please notify TPWContracts(i�forhvorthtexas.Eov for pickup when complete. Call ext. 7233 or ext. 8363 with questions. Thank you! C�ICPI\C�z7���.a�I��1 FoR�r6 Project Name 2024 Concrete Restoration Contract 3 Client Project #(s)l 105193 Project Description Contractorl Capko Concrete Structures, LLC City Project Mgr.l Iretomiwa Otuyelu Dept. TPW Original Contract Amount $2,593,525.00 Extras to Date Credits to Date Pending Change Orders (in M&C Process) City of Fort Worth Change Order Request City Sec # l 61572 Concrete panel replacement at various locations Change Order#1 1 I Dalel 1/22/2025 City Inspector) Charles Hayes Contract Time Totals (CD� $2,593,525.00 10 Contract Cost to Date $21593,525.00 $2,593,525.00 210 Amount of Proposed Change Order $'(93, IIA $195,290.00 50 Revised Contract Amount 11l79W Ub $2,781,115,00 260 Original Funds Available for Change Orders Qi�)biiMM I $130,000.00 Remaining Funds Available for this CO $130,000.00 $130,000.00 Additional Funding (if necessary) WN.Od ', f $65,290.00 CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT (.,)3% MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST + 25%) �f,,2(1,960S JUSTIFICATION (REASONS) FOR CHANGE ORDER This change order increases the bid item quantities for concrete pavement removal and replacement due to unforeseen pavement alignment issues encountered during construction. A reassessment of the streets revealed that certain areas required additional pavement removal and replacement —exceeding the original estimate by 2,500 square yards —to properly align the new pavement with the existing grade. These adjustments are necessary to ensure the structural Integrity and longevity of the roadway. Also, this change order will reduce quantities for bid items that are not needed. Additionally, staff supports the contractor's request for a 50-day contract extension. This additional time accounts for the approval process of the change order and the expanded scope of work, ensuring the contractor can complete the project without compromising quality. It is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaction and represents payment in full (both time and money) for all costs arising out of, or incidental to, the above Change Order. The Project/Program Manager signing below acknowledges that he/she is the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Contractors Company Name Contractor (Name) Contract Signature Date Capko Concrete Structures, LLC John Capko y „ , _..,,., _,, Apr 11, 2025 Inspector/Inspection Supervisor Date Project and Contract Compliance Manager Date Apr 11, 2025 Apr14,2025 Program Manager Date Senior Capital Project Officer Date . Apr14,2025 Apr14,2025 Assistant Director (Dept) Date Director, Contracting Department (Dept) Dale . J < Apr14,2025 Apr14,2025 Assistant City Attorney Dale Assistant City Manager Date AEG r Apr 16, 2025 ` Apr 20, 2025 Council Action (if required) M&C Number 1 25-0304 I M&C Date Approved 1 4/8/20251 ATTEST: aa", Jannette Goodall, City Secretary FORTWORTH City of Fort Worth T Change Order Additions Project Name 1 2024 Concrete Restoration Contract 3 I City Sec # 1 61572 1 Client Project# 1 105193 1 Contractor) Capko Concrete Structures, LLC I PMI Irelomiwa Oluyelu I Inspector Charles Hayes I Change Order Submittal # 0 Date 1 1122I2025 ADDITIONS ITEM DESCRIPI[ON DEPT Uly, Unit ' Unit Cost Total 4 0241.1000 Remove Concrete Pavement TPW 2,500.00000000 SY y26.0U $70,000.UUI 5 3213.0102 7' Concrete Pavement TPW 2,500.00000000 SY $109.00 $272,500.001 I I 1 I I I I I I I - I I 1 1 I I I I 1 1 1 1 I I 1 I I I I I I I I I I I I I I 1 1 I 1 7 I 1 1 1 1 1 TFW $342,500.001 1 1 1 Sub Total Additions $342,500.001 Change Order Additions Page 2 of 5 FORT Wow City of Fort Worth T Change Order Deletions Project Name 1 2024 Concrete Restoration Contract 3 I CitySec # 1 61572 1 Client Project# 1 105193 1 Contractorl Capko Concrete Structures, LLC PMI Iretomiwa Oluyelu I Inspectorl Charles Hayes Change Order Submittal # Date 1 1122/2025 DELETIONS ITEM DESCRIPIION DEPI Uty Unit Unit Cost local 6 33U5.U2U3 Imported Embedment/ Backtill, CLSM I PW 50.00000000 Cy $150.0U $7,500.U0 9 3211.0122 6' Flex base Type A, GR-2 TPW 480.00000000 CY $132AU —56ni m 14 0241.0300 Remove ADA Ramp TPW 6.00000000 FA $700.OU —$4,200A0 15 3213.0506 Barrier Free Ramp, Type P-11P-2 TPW 5.00000000 EA $2,850.OU— $IC250.001 17 0241.0100 Remove Sidewalk TPW 2,000.00000000 SF $2.00 $4,000.001 18 3213.03014' Cone Sidewalk TPW 2,000.00000000 SF $15.00 $30,000.00 21 3232.0100 Cone Ret Wall Adjacent to Sidewalk TPW 100.00000000 SF $60.OU 22 3213.0322 Cone Curb at Back of Sidewalk TPW 100.00000000 LF $30.OU . 24 3213.03114' Cone Sidewalk, Adjacent to Curb TPW 200.00000000 SF $19.0 . 25 3213.0321 Cone Sidewalk, Adjacent to Ret Wall TPW 120.00000000 SF $30.00 $3,5UU.UU 27 9999.0002 Miscellaneous Utility Adjustment (Irrigation) TPW 0.75000000 LS $10,000.00 , 1 I I 1 I I I I I I I I I I I I I Change Order )eletions Page 3 of 5 i i 1 1 I 1 TPW $147,210.001 I Sub Total Deletions $147,210 001 Change Order Deletions Page 4 of 5 M/SBE for this Change Order M/SBE Sub Type of Service Amount for this CO Q Roberts Trucking Materials and Trucking Services $2,590.29 Straight Line Sawing and Sealing Saw cut, Joint Sealing and Demo Concrete Previous Change Orders Co # DATE $46,232.21 Total $48,822.50 ` AMOUNT Total $0.0 . City of Fort Worth, Texas Mayor and Council Communication DATE: 04/08/25 M&C FILE NUMBER: M&C 25-0304 LOG NAME: 202024 CONCRETE RESTORATION CONTRACT 3 — COI SUBJECT (CD 6, CD 8 and CD 11) Authorize Execution of Change Order No. 1, in the Amount of $195,290.00 and the Addition of 50 Calendar Days to the Construction Contract with Capko Concrete Structures, LLC for the 2024 Concrete Restoration Contract No. 3 Project for a Revised Contract Amount of $2,788,815.00 RECOMMENDATION: It is recommended that the City Council authorize execution of Change Order No. 1, in the amount of $195,290.00, and the addition of 50 calendar days to the City Secretary Contract No. 61572 with Capko Concrete Structures, LLC, for the construction of the 2024 Concrete Restoration Contract No. 3 Project (City Project No. 105193) for a revised contract amount of $2,788,815.00. DISCUSSION: On May 14, 2024, Mayor & Council Communication (M&C) 24-0384, awarded the City Secretary Contract No. 61572 with Capko Concrete Structures, LLC, in the amount of $2,593,525.00 for the construction of the 2024 Concrete Restoration Contract No. 3 Project (City Project No. 105193) at various locations. During construction, unforeseen pavement alignment issues were identified on several streets within the project. To ensure proper integration of the new pavement with the existing grade, the required quantity of concrete pavement removal and replacement has exceeded initial estimates. This change order increases bid item quantities accordingly to ensure the structural integrity and longevity of the roadway. The staff has reviewed and verified the quantities for the additional work under this Change Order No. 1. In addition, to complete the work, the staff recommends extending the contract time by 50 calendar days. The following table summarizes previous contract action and change orders: Construction Contract I Date I Amount Original Contract Amount (M&C 24-0384) 05/14/2024 M $2,593,525.00 Change Order No. 1 This &C $195,290.00 —------- -- ---- ...-- - — - ------.-_...----- Revised Contract Amount $2,788,815.00 This change order will have no impact on the Transportation and Public Works Department's annual operating budget. Funding is budgeted in the General Capital Projects Fund for the Transportation and Public Works Department for the purpose of funding the 2024 Concrete Restoration Contract No. 3 project, as appropriated. DVIN/Business Equity — Capko Concrete Structures, LLC agrees to maintain its initial M/WBE commitment of 25% that it made on the original contract and extend and maintain that same MM/BE commitment of 25% to this first change order. Therefore, Capko Concrete Structures, LLC remains in compliance with the City's M/WBE Ordinance and attests to its commitment by its signature on the Acceptance of Previous M/WBE Commitment form executed by an authorized representative of its company. This project is located in COUNCIL DISTRICTS 6, 8 and 11. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the General Capital Projects Fund for the 2024 Concrete Restoration 3 project to support the approval of the above recommendation and the execution of the change order. Prior to any expenditure being incurred, the Transportation & Public Works Department has the responsibility to validate the availability of funds. Submitted for Citv Manaaer's Office bv: Jesica McEachern 5804 Oriainatina Business Unit Head: Lauren Prieur 6035 Additional Information Contact: Monty Hall 8662 FORT WORTH,:. TRANSPORTATION AND PUBLIC WORKS May 28, 2025 Capko Concrete Structures LLC PO Box 426 Azle, TX 76098 RE: Acceptance Letter Project Name: 2024 Concrete Restoration Contract 3 Project Type: Paving City Project No.: 105193 To Whom It May Concern: On April 21, 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 May 7, 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 May 7, 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 Iretomiwa.otuyelu@fortworthtexas.gov. Sincerely, Iretomiwa Otuyelu P.E., Project Manager retorn lu(Jun6,202517:17CDT) Zelalem Arega, Program Manager Ze ltm Ay-e*t Zelalem Arega (Jun 6, 202518:08 CDT) Cc: Charles Hayes, Inspector Troy Gardner, Inspection Supervisor Emanuel Nieto, Senior Inspector Mary Hanna P.E., Program Manager N/A, Consultant Capko Concrete Structures LLC, Contractor N/A, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 CONSENT OF SURETY To: City of Ft Worth Project: 105193 - 105193 - 2024 Concrete Restoration Contract 3 Contract No.: 105193 Contract Date: 5/14/2024 Contractor: Capko Concrete Structures, LLC Bond Number: SUR2006605 Frankenmuth Insurance Company (hereinafter "Surety"), as surety for Capko Concrete Structures, LLC , the principal on the above referenced performance and payment bonds, hereby consents and agrees to (check appropriate box or boxes): [] The amount of the performance bond and payment bond referenced above being increased from $ (original Bond amount) to ❑ The issuance of progress payment No. to Contractor in the amount of ❑ The reduction in the amount of retainage held under the Contract from to © Final payment of $ $2,750,653.06 , or any part thereof being paid to Contractor. All other terms and conditions of the above -referenced performance bond and payment bond shall remain unchanged and in full force and effect. IN WITNESS WHEREOF, the Surety has set its hand this 2nd day of June 20 25 . Frankenmuth Insurance Company By: Jor I itts FRANKENMUTH INSURANCE COMPANY POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, that Frankenmuth Insurance Company (the "Company"), a corporation duly organized and existing under the laws of the State of Michigan, having its principal office at I Mutual Avenue, Frankenmuth, Michigan 48787, does hereby nominate, constitute and appoint: Jordan Pitts, Lloyd Ray Pitts Jr., William D. Birdsong Their true and lawful attorneys) -in -fact, each in their separate capacity if more than one is named above, to make, execute, seal, acknowledge and deliver any and all bonds, contracts and undertakings of suretyship, with the exception of Financial Guaranty Insurance, provided, however, that the penal sum of any one such instrument shall not exceed the sum of: Fifty Million and 001100 Dollars ($50,000,000) This Power of Attorney is granted pursuant to the following Resolution duly adopted at a meeting of the hoard of Directors of Frankenmuth Insurance Company: "RESOLVER, that the President, Senior Vice President or Vice President and each of them under their respective designations, hereby is authorized to execute powers of attorney, and such authority can be executed by use of facsimile signature, which may be attested or acknowledged by any officer of the Company, qualifying the attorney(s) named in the given power of attorney, to execute on behalf of, and acknowledge as the act and deed of Frankenmuth Insurance Company on all bonds, contracts and undertakings of suretyship, and to affix the corporate seal thereto." IN WITNESS WHEREOF, the Company has caused these presents to be signed and: attested by its appropriate officers and its corporate seal hereuttfii' i tod this I5kh day of December. 2022. C'°'•.9Fi� Frankenmuth Insurance Company ;M n, Frederick A. Edmond, Jr., President and Chief Executive Officer E. M��A� ) D1LY OF AW } ss: Sworn to before me, a Notary Public in the State of Michigan, by Frederick A, Edmond, Jr., to me personally known to be the individua' and officer described in, and who executed the preceding instrument, deposed and said the Corporate Seal and his signat f* were affixed and subscribed to said instrument by the authority of the Company. IN TESTIMONY WHEREOF, I have set my hand, and affixed my Official Seal this lSlh day or December, 2022 (Sea!) _ U.- Susan L. Fresorger, Notary Pu lie ; J Saginaw County, State of Michigan My Commission Expires: April 3, 2028 I, the undersigned, Executive Vice President of Frankenmuth Insurance Company, do hereby certify that the foregoing is a true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded and is in full force and effect as of this date. IN WITNESS WHEREOF, I have set my hand and affixed the Seal of the Company, this 2nd -day of June 2025 L N Andrew 14. Knudsen, Executive Vice President, Chief Operating Officer and Secretary ALL CORRESPONDENCE RELATED TO BOND VALIDATION AND/OR A CLAIM SHOULD BE DIRECTED TO VP SURETY, 701 U.S, ROUTE ONE, SUITE I, YARMOUTH, ME 04096 AFFIDAVIT STATE OF T COUNTY OF Tarrant Re -fore rne_ the urnden-signed authority, a notary public in the state and county aforesai& on this clap per )nally appeared Jahn J, Capk-o 1V, Presidenv'()wner Of C.apko Concrete Structures, LLC. know to rite to be a ct ible p-e sun. who being by n}e duly ,,woni, urOn his oath deposed and said: That a-ll person . limas, w;sociatiovs, cnrfo�tions, or other UrganiZrtItious furnishing labor and'nr Materiak lave been paid in #ul1: That the wage scale established by the City Council in the City of Fort Worrb has been paid in full; 1'lrat there arc no claims pending for personal injury and!or propeTty damages; On Contract described -as; 105 193 - 2024 (,oncrete > estoration Contract 3- Rcmove!'Replace Street Pavement and Sidff- alk BY _ °� -- Jolai J. Capko IV Subscribed and sworn before me on this date 2r)d of- June, 2025_ 1 - V l�`=. Public 1arran C.o., IX $n$nda cao my nzvlon )2G76 zp;rs NatB.ry 11��3fT05�6r i i