Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 57190-FP1
.FORT WORTH, TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJECT COMPLETION -FP1 City Secretary No. 57190 Date Received: 7/17/2025 City Project N!?: 101264 Regarding contract 57190 2018 Safe Routes to School Improvements for as required by the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT as approved by City Council on 12/14/2021 through M&C 21-0975 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 Recommended for Acceptance Asst. Director, TPW - Capital Delivery $ 3,842,046.56 Days 300 $ 395,459.54 No 1 Days Added by CO 135 $ 4,237,506.10 Total Days 435 $ 4,237,506.09 Days Charged 481 46 Days @ $ 1,000 / Day $ 46,000.00 $ 4,237,506.09 $ 4,045,442.25 $ 146,063.84 07/16/2025 Date X.Z.1 07/16/2025 Lauren Prieur (Jul 16, 202514:37 EDT) Accepted Date Director, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ow?'� 07/17/2025 Asst. City Manager Date Comments: OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX C-620 Signature Page Contractor's Application for Payment Invoice No.CS57190-20-Final To (Owner): City of Fort Worth Invoicing Period (From -To): Invoice Date: 2/1/24-4/29/25 4/29/2025 P. 0. From (Contractor): Remit to ( If Not Automatic Deposit): Number: Urban lnfraconstruction, LLC. Project: 101264 Contractor's CFW Vendor No.: 0000039969 2727 Lyndon B Johnson Fwy Suite 500, Farmers Branch, TX 75234 e City Secretary Contract 57190 Contract FY 2018 Safe Routes to School Improvements Number: Application For Payment Change Order Summary Approved Change Orders 1. ORIGINAL, CONTRACT PRICE ..... _................................ .............. _..... $ $3,842,046.56 Number Additions Deletions 2. Net change by Change Orders ................................................................ $ $395,459.54 1 $437,479.54 $42,020.00 3. Current Contract Price (Line 1 f 2).......................................................... $ $4,237,506.10 2 4. TOTAL COMPLETED AND STORED TO DATE 3 (Progress Estimate, Construction Allowance and Change Orders) ._.... $ $4,237,506.09 4 I 5. RETAINAGE: 5 I a. X $4,237,506.09 Work Completed.......... $ 6 b. X Not Used $ 7 I c. Liquidated Damages....................................................... $ $46,000.00 8 6. AMOUNT ELIGIBLE TO DATE (Line 4 - Line 5c) ............................... $ $4,237,506.09 TOTALS $437,479.54 $42,020.00 7. LESS PREVIOUS PAYMENTS (Line 6 from prior Application)......... $ $4,045,442.25 NET CHANGE BY $395,459.54 S. AMOUNT DUE THIS APPLICATION.................................................... S $146,063.84 CHANGE ORDERS 9. BALANCE TO FINISH, PLUS RETAINAGE (Column G on Progress Estimate+ CA + Cos + Line 5 above) ............... $ Contractor's Certification 10. CONTRACT TIME: The Contractor certifies with the submittal of this document and associated Payment Request a. Days Awarded 300 Submittal on the City of Fort Worth Buzzsaw system that to the best of their knowledge: (1) all b, Days Added by CO 135 previous progress payments received from Owner on account of Work done under the Contract Total Days have been applied on account to discharge Contractor's legitimate obligations incurred in C. 435 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 Days Charged Payment will pass to Owner at time of payment free and clear of all Liens, security interests and d. 481 encumbrances (except such as are covered by a Bond acceptable to Owner indemnifying Owner e. Days Remaining -46 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 $1,000.00 x day Days Over Amount TotalLD Consent of Surety 46 $1,000.00 $46,000.00 � Ft � Anup Tartfrakar(Jul 9,202522:31 GMT+5.75) Affidavit of Bills Paid This document has been modified from its original form as an EJCDC document and the user did not highlight the modifications. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution. G-M Unit Prim Progress Estimate Progress Estimate For(aonrtea): FY 2018 Safe Routes to School Improvements .ipPlimtion Period: 2/1/24-4/29/25 A lme Bid Item No. D-iptice BLOCK I Specinrame Unit of Bid Quantity s.efim No, Memum _ 100.6002 _ STA 477.0[ 104..1_I BY 7220[ _ 104.6015 f SY 3331_OC 479.6004 479.6005 479.6008 496.6002 _496.6030 soD.5001 6026001 666.6035 _ 666.6047 666.6098 _ 666.6170 _666.6207 _ R= City S.atakry 57190 Contract Nwm B C lldlliiee Bid Vil- ExOmokd Q-tity batdtcd $70_00 533390.00 477.000000 E80.00 36480.00 _ 72D00000 $15.W 551 M0.50 3331.DOODOO _ 515.50 _ $0317.50 4065.00D000 $74.00 E8.510ad 115.0D0000 Contractor's Application Applicatim Number CS57190-20-Final Application ➢me: 41292025 D E F D ComPt.md % Balancek Fade, Vida. Pviouuty lnekllcd Vnlue Moter V.I.Thu Pmod SWrtd U C) Dotal dSlortdk lMte (F) (B-M (,at in (,otN Cfl+E) B $33.390.00 S33.390.00 333,390.00 100.0% _ $6,4EM00 _ 86,480.00 _ -_ $645000 100.0% 551,63050 $51,630.50 55163050 1cTd%-i _ $0317.50 _ $63,317.50 _ _ $53.31730 100.0% -� SB,510.60 $8,510.00 38,510.00 100.0% _ 537,831.60 $37,831.50 - -- E37,83150 100.096 _ $550.00 $550.00 _ _ E550.00 100.0% $12,865. $42.865.25 E421.25 100.0% _ $159.822.D0 5159,8�.00 E1S B2200 100.0% $25.502.00 $25,502.00 525,50200 100.0% $15264.0o 515,264.c0 -- Mi264-DD taD.O% - - $17.02D.00 $121.580.00 $12,580.00 s12,5B0.00100.9% 31,710.00 $17t0.00 31,710-00 100.0% $6.=5.DD _ Se. M - $_8_MD 100.0% $3,320.DD _ SB,320.00 _ 38.71D.00 100;o% a15,525.DO _ $15.525.00 _. .. E15525A0 100.0% $16,200.00 -$16,200.00 $16200.00 100.0% 569,27000 $89,270.00 $811 100.0% 53,OOD.DO .$3,000.00 - - - - - $3,000.00 100.0% $3,600.00 -- .$3,600.00 - _ -_ $3,6DO.DD 100.0% E1 W 44000 $100,440.00 5100,440.00 100.0% .$4,500,OD _ _ $4,500.00 - - -- - _ $4,500.00 1DO.D% _ $4.000.00 E150,000,00 $150,000.00 $150,000.00 10D.0% OOO.W _ $42,000.00 $42,00D.00 100.0% 31 $1,890.00 _ 5$840.00 100.0% INUMOD ES53f6D $537.50 _ _ 5840.00 10D.0% 571,577.50 $11,53].50 - _ - 511,537.50 100.0% 510,760.00 $10,160.00 S10,160_013 100.0% $151.747.00 $151.747.00 _ $151,747.OD 100.D% S1,O74,398.00 17329.00000000 E1,074,398.m 51,074,398.00 $8,o0D.00 4_D0000ODO $8090,00 _SB.000.OD S475,200.00 297.000000D0 E475,200.00 E475200.00 _ _ $32,DOO.00 _ 20.DDo000DO S32,D00,00 __ S32,ODO.DD -- _""--$?'0,275.Do - -- -8811.00o0aaoo 5220275.00 E710275-00 -------$2.000.00 --- 2040000000 32,000-m SY,90000 $60o,Do -"15.00000000 seoo.m S600..00 9.00000000 $S500_00 57,500.00 _--_- _E_$50D.DD SSOD.W 3500.00 5315.00 15,00000000 15.00000000 $315.D0 5375.00 3315.00 31,750_00 35.00000000 s�750.W 51,7SO.00 $157.50 75.00000000 $157.60 $157.50 5273.66 130.00000000 527J.W 3273.OD 59MI00 2.00000000 SM00.D0 . $2,60000 $12.650.00 _ 23.DDD000DO S72iMDO E12,BSOAO_ 547,26D.Do - 63.OD000OOD_00 S4�.0U $28,S00A0 _ - 57AD000ODO sm"00.00 S26500A10, 553 F - 203.OD009000 3520.00 $52O.f10 $21,343.51) �.000ODO0o a27_34350 521,343.5� SP2,205.00 _ _251 _ 49.ODOD000O E2205.Oo 5220SOD 3476.40 -.-a- 5416A0 54�4CI 56,480.00 _-_ 540D.ODD000OO $5 MR_00 E6 .W 5990.00 220.ODDDOODO $990.010 i990.00 $3 .82 5747.ODDD0000 3344M 3361-t12 m1 ,;s --- - - 2moDa000oo $124B SISD.66 2511.ODOOo0DO $150.55 MOM $588.00 4O.DDDDD000 $568.00 3588.00 $13.20 220.ODDOD000 $1320 $13.20 $il_ 0.00 $2.000.00 4.0DD00000 S2DD0.00 s$ODO.m 34.00000 8.00D000OO 3a.000 DEL 3a�00D_Do 51,800.00 2.WW0000_ - $1,6_0o;oo a�8O0.00 E3,.00.D8 - - -_ 4.0000o00 _ $i,400.00 ___ 57,40 .Oo $178.75 55.WODOo00 $178.75 $178.75 _ 5IWOC BO.ODD00000 $195.00 5195.00 S165.00 _ 30,ODD00000 $165.00 - s165.66 $650.00 2fl0.DD000O00 - -- $650.00 $650-Oo 317,D00.0o - 1.05000000 E77,000.00 $17i000.00 51800.00 _ 1.00000000 _----- $1.800.00 S1,B00.00 12,100_00 2ADD00000 S2.000.DO 52,000.00 54,400.Oo--"" 2DDDDDOOD $4,400.00 -- a4,400.00 33 .0.0 33,DD000000 $31,200.00 -___ 537,2o0.Do 54�.00 $1,700.00 4,00000000 - 1.00000000 _ $4,400.00 $1.700.00 _ _ 54;4a0.00 _ E1 �.00 $BJSOEC 3.ODDOD000 _ $6,fi00,00 53,400.00 1.00000000 _ __$6,600.DD $3.400.00 53,900,00 576,300.00 117.DDDD0000 516,380.00 5270.00 _ 5D.DD000000 _ _ $270.00 _a16,360A0 _ $270.00 $60.000.00 6.009D00D) $60,000.00 $60,000.08 sm,000.00 1.00000000 __ $30,000.00_ _ E30,ODIXOD ThI. document hoer been modified fmm Its original foam m an EJCDC document and the user did not highlight the modlpmtlona. You are an.uraged to read the d... rma t.,.fully and consult Lagal Counsel prior to Its eeecuriom C-M Unit Price Progress Estimate Progress Estimate 0iTy$—Iary 57190 Contractor's Application Cenlmm Num: Fnr(avhnm); FY 2018 Safe Routes to School Improvements dppLahee Nambee CS57190d0-Final appliaeen Pied: 211124-4129125 Appli.fian Dora 41292B25 A B C D E F I C I4'n �olsl CvmPleled 55 evlanca to Finish G timnleJ Quontity Mntedols Pnvady Bid II —No. Damiption Spe ti.. n Unit v( Bid Qiuntiry Unit Price BiJ lane iiutnlled Vduc Prctivuely Lum11eJ Value Value Thic Period Stared (not in C) J S(D to DNe (B (B • F) Section No. Maaurc {D+E) B Totals _ 62A42.046.66 BgAG0.026.66 $3.000.026.56 $3.800.029.661 98.9% $42.020.001 This document hes baam modified from Its odglnal form vs vn EJCDC document antl the user did not highlight the mo410cativns. You ere encouraged to read the document carefully and consult Level Counsel prior to Its execution. C•620 Change Order Progress Estimate Construction Allowance Usage Contractor's Application ADDITIONS For(eemmm): 101264 FY 2018 Safe Routes to School Improvements City Secmmry 57190 Appliemion Numbcr. CS57190-20-Final Conhact Num: Application Period: 2/1/24-4/29/25 Application Date: 4129/202, A B C D E F Isom Toml Completed % Balanccto Finish Seeifleation Unit of Quantity to Add p Unllpriee Addition Value Esdmated Quantify Installed Value PrmiouslY Value This Materials Presently hadllcd Value Period Stored(not in C) and SmrW to Date (F) (B-F) Item Number Descripfion ScctionNo. Mcaaum (D+E7 B This document has been modified from iC origiml forth ae on F7CDC document and the user did not highlight the modifications. You arc encouraged bread the document carefully and comult Legal Counsel prior to its -lion. Totals This dosmnenl has b—modified from iL• original form u an UCDC document and Ole uxr did not highlight the modifiaotiom. You arc enwumged to rend the d—at sarefally and consult Legal Counael prior to its —tion. C-620 Change Order CE20 Change Order Progress Estimate Construction Allowance Usage Contractor's Application CONSTRUCTION ALLOWANCE ITEMS TO BE REDUCED For (contract): 101264 FY 2018 Safe Routes to School Improvements Application Number. CS57190-2U-Final Application Period: 2/1/24-4/29/25 Application Date 4/29/2025 A B C D E F Item Bid ltem Number Description Speeilimtum Unit of Quantity to Delete Unit Price Reductmn Value Not Usod Not Uscd Section No. Measure Not Used Not Used Not Used Not Used Not Used Not Used Totals Tltic document has born modified from its original form as an FJCDC document and the uccr did not highlight the modifications. You arc encouraged to rend the document carefully and comult Ugal Counsel prior to its execution. Progress Estimate Change Order Number I i ADDITIONS For (contract): 101264 FY 2019 Safe Routcs to School Improvements City Secretory 57190 ContractNum: Application Period: 2/1/24-4/29/25 Change Order Item No. 26 27 28 I 29 I 30 I 31 33 75 I 76 77 4236009 5316050 S316051 61860M 6206010 I 6246010 628611S 50076037 60016W1 I A Itcm I)exripfion REMOVING CONC(PAV) REMOVING CONC (DRIVEWAYS) REMOVING CONC (CURB OR CURB& GUTTER) DGRHMA(SO)TY-D PG6-22 CAST -IN -PLACE TRENCH DRAIN ADJUSTING MANHOLES (WATER VALVE BOX) BARB SIGNS. TRAFFIC HANDLING BIODEG EROSN CONT LOGS(INSTL) IS") BIODEG EROSN CONTLOGS(REMOVE) CONC CURB (TYM CONC CURB&GUITERrrYI) CONCCURB@.GIITTER(TYIU DRIVEWAYS (CONC) CONC SIDEWALKS(41 TREE REMOVAL(IY-18'DIA) TREE REMOVAL (18124" DIA) TREE REMOVAL (30'-36'DU)__ RETAINING WALL (CAST- IN -PLACE) _. CONCRETE SIDEWALK STEPS CONCRETE RAMP WITH WALL CONDT (PVC) (SCH 40)(2") ELEC CONDR(NO.6) INSULATED GROUND BOX TY D (162M)W/APRON ELECTRICAL SERVICE TY D 120240060(NS)AL(E)PS(UI ADJUST OF WASTEWATER LATERAL CLFANOUT PORTABLE CHANGEABLE MESSAGE SIGN HIGHWAYTRAFRC SIGNALS NEW METER BOX (COMPLETE) I sectiIiion No. Section No. I I I I I I I I I I ( I I I l� I Udtorc Meeau SY SY IF TON LF EA MO LF LF LF LF LF SY SY FA EA EA SF SY Cy LF LF FA EA EA EA EA FA CO QwnrirymAdd 219,70ODD000 15+3.633W(1D11 993_32100M 295.9770M 17.00000000 4.(0WW00 2.01`006000 223AD000000 83.00000DOD 2307.26400W0 3.W000000 2322931W000 6).465000W 491.61900" 5.W(rooOW 6.W0000_1yj +0oD000W �. 2W.01XI00000 ID.WWWW 6.000DW00 55.01)DOOD00 1S0.00000000 1.00000000 L0(IW(I(IW SaOD00000D 20.000DW00 IADWOOOO 6.01)(40000D Unit Pace S90,W $15.50 S1D50 S340.W S790.00 S900.00 S42W_00 S450 S2.00 S6.50 S80.W S43.00 S77.00 SQ00 SLIW.00 S11700.00 S2,20 oo SI24.22-__$24,94400I S558.55 11,111,71 520.00 S3.10 s0moo 56.559.10 T726.06 $119511 S311=05 S129.03 B Addition ChaV.I..Order $19.773.00 $23bi631 S10,429.87I S10D.632.18I_295.9770W00_ S13.430.00 S3.6W.00 S8,400.00 SL003.SOI S166.00 S14,997.22 S240.W S99.02616 S4,73281I S3936224 _ S55W_00 SID1W_00 S4,400.W _I S5585.50I 5631026 $1,I00.00 S.315.00 SL30D.00 $6S59.10 S3,633030 =90.00 E3020205 $4374.18 C Estimnde Quantity Immllcd __219.700DWW_ 1523.633000M 993321WO01)_ 17.00MOO 4.0D0WOW 2.OWOW00 _ 223_0000WW _ 83.WOODOW___ 23D7.36400DW _3.00WWO 2322931000W 61.46:SWOD 48L64900000_ MD61i60il _ _ 6.WDWOW 2WOWW0 _ 200.ODWO0W 10.000UWD 6.000DD000 _55_WOWOW _ISO.00W0000 L(N)tl00D00 1ODOOW00 S.W000D00 20.00000000 LOW00000 6 W00g000 Totn4 S137.47954I Contractor's Application D Value Pall.dVr Inslalldl Value SI9.7r00 S19,773.00 S2341631I S23,61631 Applicarm. Number. Application Dot.: E value TNs smcd. ]T ncI Period SYorcd (not in C) Moo CS57190-20-Final 4/29/2025 F Completed % Balance to Finish sd Stated to Data (F) B-F) and (D+E) B $19.773.00 IW.0.4 $23.61631 10D.0% S10,429.87I i100.63+18 S10,429.97 SIW,G32.18 SO.W _ SI0.429.87 I010.0% SiW,63218 100.0% SUA30.W S3.600.00 _E13,430.00 S3,60010 _. _ . S13,430.00 100.0% S3.600.DU I00.0% S8.40D.W S8.400.00 _- $9,400.00 100 % SI.OW50 S1,00350 S1,00.3.50 1W.0Ys $166.00 S1499722 S. S166.00 _S_14,997_22 S240.00 -- $O.W -_-- _- -- - E166.00 IW.O'/s 514-M22 IW.O% S240.0D I00.0% $99,996.03 S99S86.03 5100 --- S99S86.03 MOD% S4,732.e1 I S4,732.81 40.01 --- -- S4,732.81 100.0 % $29.962.24I S55W.W S102W.01) S29.862.24 SSSOO.W I S10=00 50.00 S29.86Y24 100.0% S5,51)D.00 I00.0% S102W.00 iW.O'A S4.400.01) I S41100.00 S4,40D.W IW.o% I S2A.844.00 $24J41.00 S24,844.00 100.0% S538550 05S5.50 _ S5S95.50 I00.0% S631026 5631026 $6310.26 114.0% SL1W.00 SL100.00 $1,100.00 1W.0sA $.315.00 S3151)0 S4300.00 S6359.10 S13W.00 56559.10 _ S3.63030 S3.61130 M.63030 100.0% M190wI f2390.00 S23W.00 IW.0% S3020-05 S3020205 SW +=05 1W.O% 54374,18 $4374.19 $4374.18 IW.001. S437.479541 5437.4795E 40.01 S437,479.54- 100.0% This document has been modified from ite odgined forth oc an E1CDC document and the user did not highlight the modifications. You arc encouraged to read the document =fvlhy and consult Legal Counsel prior to im execution. C-620 Change Order Progress Estimate Change Order Number 1 1 DELETIONS - For (eon0ae0: 101264 FY 2018 Safe Routes to School Improvements AppIi.twu Pmod: 2/1/24-4/29/25 A B C Item CO Quantity to Delman Change Order ]lem I tlon Specionnuon Unit of Delete Unit N.. Change Order Not Uacd N. eri P SmdonNo. Mwem< Value 12 D43R HMA(SOI TY-B P064-22 TON 74.0000U000 5230.00 $17.020.00 24 REMOVE STR(BOLIARD) EA 10.00000000 S 00.00 SkOXOD 61 INSTALL HWY TRAF SIG (ISOLATED) EA 1.00OOWW 521AKWU S21.000.00 Tohsla 542.020.00 Applimfl-Number. Applied -Date: D E Not Uaed NutUaed Not Used Not Uud This doeument been has modified Gam iC anginal Comm as an FJCDC documanl and the user did not highlight na: modifimfiom. You rim encoumged to rend the document emdully and consult Legal Counsel prior to its —lion. Contractor's Application CS5719O-20-Final 4/29/2025 F Not Uud Not Uud Not Uud $42.020.00 C-620 Change Order City of Fort Worth Summary of Charges City Secretary Contract Num: I 57190 FY 2018 Safe Routes to School Improvements I P. C 0 Project Number: 101264 Application Period: 211/24-4/29/25 APplicaln I CS57190-20-Final Application Date: 4/29/2025 Number. Funding Identification (FID) Ori��In Contract 31001-0200431-5740010-10�264-003880 34018-0200431-5740010-101264-003880-9999-18010201 34014-0200431-5740010-101264-003880-9999-14010211 34018-0200431-5740010-101264-003880-9999-18010207 34018-0200431-5740010-101264-003880-9999-18010201 0 0 0 0 0 0 Total Completed Amt Remaining Gross Retainage Net $1,512,430.82 $16,724.18 $296,718.94 $3,281.06 $443,862.19 $4,908.15 $539,039.40 $5,960.60 $1,007,975.21 $11,146.01 Change Order 1 31001-0200431-5740010-101264-003880 34018-0200431-5740010-101264-003880-9999-18010201 34014-0200431-5740010-101264-003880-9999-14010211 34018-0200431-5740010-101264-003880-9999-18010207 34018-0200431-5740010-101264-003880-9999-18010201 $437,479.54 ($42,020.00) 0 0 0 0 0 0 Change Order 2 31001-0200431-5740010-101264-003880 34018-0200431-5740010-101264-003880-9999-18010201 34014-0200431-5740010-101264-003880-9999-14010211 34018-0200431-5740010-101264-003880-9999-18010207 34018-0200431-5740010-101264-003880-9999-18010201 0 0 0 0 0 0 City Secretary Contract Num: 57190 Application Period: Funding Identification (FID) Change Order 3 31001-0200431-5740010-101264-003880 34018-0200431-5740010-101264-003880-9999-18010201 34014-0200431-5740010-101264-003880-9999-14010211 34018-0200431-5740010-101264-003880-9999-18010207 34018-0200431-5740010-101264-003880-9999-18010201 0 0 0 0 0 0 Change Order 4 31001-0200431-5740010-101264-003880 34018-0200431-5740010-101264-003880-9999-18010201 34014-0200431-5740010-101264-003880-9999-14010211 34018-0200431-5740010-101264-003880-9999-18010207 34018-0200431-5740010-101264-003880-9999-18010201 0 0 0 0 0 0 Change Order 5 31001-0200431-5740010-101264-003880 34018-0200431-5740010-101264-003880-9999-18010201 34014-0200431-5740010-101264-003880-9999-14010211 34018-0200431-5740010-101264-003880-9999-18010207 34018-0200431-5740010-101264-003880-9999-18010201 0 0 0 0 0 0 City of Fort Worth Summary of Charges FY 2018 Safe Routes to School Improvements I P- 0: 0 Project Number: 101264 2/1/24-4/29/25 APplicahon I CS57190-20-Final Application Date: 4/29/2025 Number. Total Completed Amt Remaining Gross Retainage Net i City Secretary Contract Num: 57190 Application Period: Funding Identification (FID) Change Order 6 31001-0200431-5740010-101264-003880 34018-0200431-5740010-101264-003880-9999-18010201 34014-0200431-5740010-101264-003880-9999-14010211 34018-0200431-5740010-101264-003880-9999-18010207 34018-0200431-5740010-101264-003880-9999-18010201 10 10 10 10 10 0 Change Order 7 31001-0200431-5740010-101264-003880 34018-0200431-5740010-101264-003880-9999-18010201 34014-0200431-5740010-101264-003880-9999-14010211 34018-0200431-5740010-101264-003880-9999-18010207 34018-0200431-5740010-101264-003880-9999-18010201 0 0 0 10 0 0 Change Order 31001-0200431-5740010-101264-003880 34018-0200431-5740010-101264-003880-9999-18010201 34014-0200431-5740010-101264-003880-9999-14010211 34018-0200431-5740010-101264-003880-9999-18010207 34018-0200431-5740010-101264-003880-9999-18010201 0 0 0 0 0 0 City of Fort Worth Summary of Charges FY 2018 Safe Routes to School Improvements I P. o. 0 2/1124-4/29/25 I Application CS57190-20-Final Number: Total Completed Amt Remaining Gross Project Number: 101264 Application Date: 4/29/2025 Retainage Net City Secretary Contract Num: I 57190 Application Period: Funding Identification (FID) Totals 31001-0200431-5740010-101264-003880 34018-0200431-5740010-101264-003880-9999-18010201 34014-0200431-5740010-101264-003880-9999-14010211 34018-0200431-5740010-101264-003880-9999-18010207 34018-0200431-5740010-101264-003880-9999-18010201 0 0 0 0 0 0 City of Fort Worth Summary of Charges FY 2018 Safe Routes to School Improvements APPIiI P. D: 0 Project Number: 161264 Numbber:er: 2/1/24-4/29/25 CS57190-20-Final Application Date: 4/29/2025 I Total Completed Amt Remaining Gross Retainaqe Net $1,512,430.82 $16,724.18 $296,718.94 $3,281.06 $443,862.19 $4,908.15 $539,039.40 $5,960.60 $1,445,454.76 ($30,873.99) ($0.01) ($0.01) Grand Total 1 1 $4,237,506.10 1 1 ($0.00) 1 1 ($0.01) 1 1 ($192,063.84) 1 1 $192,063.83 j FORT WORTH Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: 2018 Safe Routes to School Improvements Construction Contract Change Order No. 1 M&C 24-0900 CPN 101264 CSO # 57190 DOC# DATE: 11-25-2024 TO: INITIALS DATE OUT 1. Jaylyn Harrelson - review 21" Nov 27, 2024 2. Anup Tamrakar - signature - Nov 26, 2024 3. Randy Horton -signature Nov 27, 2024 3. Chad Allen - signature Dec 3, 2024 4. Chad Allen - signature Dec 3, 2024 5. Lissette Acevedo - signature C�w Dec 4, 2024 6. Patricia Wadsack - signature PLW Dec 5, 2024 7. Lauren Prieur - signature ? Dec 6, 2024 8. Doug Black - signatures- Dec 10, 2024 9. Jesica McEachern - signature 9—" Dec 10, 2024 10. Jannette Goodall - signature , Dec 11, 2024 11. TPW Contracts - review 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, David will review and take the next steps. NEEDS TO BE NOTARIZED: ❑ Yes ® No RUSH: ❑ Yes ® No SAME DAY: ❑ Yes M No NEXT DAY: ❑ Yes ® No ROUTING TO CSO: ® Yes ❑ No Action Required: ❑ Attach Signature, Initial and Notary Tabs ❑ As Requested ❑ For Your Information N Signature/Routing and or Recording ❑ Comment ❑ File Return To: Please call TPW Contracts at ext. 7910 for pick up when completed. Thank you. CSC No. 57190-COI FOR_ _ t'WORTH, City of Fort Worth Change Order Request Project Name 2018 Safe Routes to School Improvements City Sec # l 57190 Client Project #(s)l 101264 Project) Sidewalk and pedestrian improvements within a 1/4 mile radius of Bonnie Brae, WJ Turner, & Diamond Hill Elementary Schools. Description Contractor) I Urban Infraoonstruclion, LLC I Change Order#1 1 Datel 11/25/2024 City Project Mgr.l Chad Allen, PE City Inspectorl Randy Horton Dept. TPW Contract Time Totals (CD) Original Contract Amount $3,842,046.56 $3,842,046.56 300 Extras to Date Credits to Date Pending Change Orders (in M&C Process) Contract Cost to Date $3,842,046.56 $3,842,046.56 300 Amount of Proposed Change Order $395,459.54 $395,459.54 135 Revised Contract Amount $4,237,506.10 $4,237,506.10 435 Original Funds Available for Change Orders $0.00 Remaining Funds Available for this CO $0.00 Additional Funding (if necessary) $395,459.54 $395,459.54 CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 10.29% MAXALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACTCO 25%) $4,802,658.20 JUSTIFICATION (REASONS) FOR CHANGE ORDER This Change Order 1 accounts for overages and underages in quantities for items in the original contract that occurred throughout the project duration as requested by the Citys project manager and construction inspector. The prices for these overage and underage items are the prices included in the original bid and match the original contract with no changes. The overage items generally include the following items removal of additional concrete paving, driveways and curb and gutter, construction of additional asphalt, concrete curb and gutter and sidewalks, adjustment of water valve boxes, tree removals and erosion protection measures. Change Order 1 also accounts for additional items not included in the original contract or changes to the original contract including concrete retaining walls, concrete steps, electrical conduit, electrical conductor, an electrical ground box, adjustment of a wastewater lateral cleanout, water meter boxes, use of portable message signs and change of a traffic signal control cabinet at the request of the City. Prices for these items were provided by the Contractor during construction and were deemed to be reasonable after comparison of the proposed pricing with recent TxDOT average bid prices as found on the TxDOT website and documented in the attached Narrative document. The attached Narrative document also describes the additional 135 contract calendar days that are provided with this change order. 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 h. Contractor (Name) 1-711W Contract Signature I Date Urban Infraconstruclion, LLC Anup TamrakarNov 26, 2024 Inspectodlnspection Supervisor ate _ Project and Contract Compliance Manager �11�• „„. Nov27,2024 NAM Program Manager WDate Senior Capital Project Officer Dec 3, 2024 Assistant Director (Dept) MDate ■ Director, Contracting Department (Dept) atrdcia L. Wadrack Dec 5, 2024 Assistant City Attorney J&DateM Assistant City Manager r,.., Dec 10, 2024 [ Council Action (if required) M&C Number 1 24-0900 ATTEST: r.,... a . Jannette Goodall, City Secretary Dec 3, 2024 Date Dec 4, 2024 Dale Dec 6, 2024 Date Dec 10, 2024 M&C Date Approved 7 10115/20 44 City of Fort Worth Change Order Additions Project Name ) 2018 Safe Routes to School Improvements CitySec # ) 57190 ClientProjecl# ) 101264 1 Contractorl Urban Infraoonstruction, LLC PMI Chad Allen, PE I Inspectorl Randy Horton l Change Order Submittal# = Date ) 11/25/2024 1 ADDITIONS ITEM UESCHIPIIUN UEPI llty J Um1 Umtl:ost total '2 ttEMUVINUCUNC PAV) IPW 'Lt ./UWUUU SY $90.UU $19,ttaul 4 REMOVING CONC(I7RIVEWAYS) TPW 1,623.633000014 SY $15.50 $23,616.311 6 REMOVING CONC CURB OR CURB & GUTTER) TPW 993.32000004 LF $10.50 $1U,429.88J 13 D-GR HMA(SO) TY- PG64-22 TPW 295.9770000q TON $340.00 $1UU,832.18 19 CAST -IN- LACE TRENCH DRAIN TPW 17.00000004 LF $790.O0 $13,430.00 21 ADJUSTING MANHOLES (WATER VALVE BOX) TPW 4.00000004 EA $900.00 26 BARR, SIGNS, TRAFFIC HANDLING TPW 2.0000000t MO $4,200.00 $8,4UU.UU 27 BIODEG EROSN CONT LOGS (INSTL) (8-) TPW 223.000OO000 LF $4.50 $1,UU3.5U 28 BIODEG EROSN CONT LOGS (REMOVE) TPW 83.00OOOOOU LF $2.00 sibb.UU) 29 CONC CURB {TY II TPW 2,307.2640000U LF $6.50 $14,991.221 30 CONC CURB &GUTTER (TY 1) TPW 3.00OOOOOU LF $80.00 $240.001 31 CONC CURB & GUTTER (TY 11) TPW 2,322.93100006 LF $43.00 $99,886.031 32 DRIVEWAYS CONC TPW 61.46500000 SY $77.00 $4,732.811 33 CONCSIDE ALKS 4-) TPW 481.64900000 SY $62.00 $29,862.241 75 TREE REMOVAL TPW 5.00000000 EA $1,100.00 $b,buu.UU) 117-18'DIA 76 TREE REMOVAL 18--24' DW; TPW 6.00000000 EA $1,700.00 $10,200.001 77 TREE REMUVAL 30%36- DIA) TPW 2.00000000 EA $2,200.0' $4,400.001 4236UOB RETAINING WALL(CAST - IN - PLACE) TPW 200.00000006 SF $124.22' ) $24,844.001 5316050 CONCRETE SIDEWALK STEPS TPW 10.00000000 SY $558.55 $5,585.5Ul 5316051 CONCRETE RAMP WITH WALL TPW 6.00000000 CY $1,051.71 $6,31U.28) 6186023 CONDT (PVC) SCH 40) (2') TPW 55.00000000 LF $20.00 $1,1UUmul 6206010 ELEC CONDR NO.6) INSULATED TPW 150.00000000 LF $2.10 $315.00 6246010 GROUND BOX TY%62922)WIAPRON TPW 1.000OO000 EA $1,300.01T $1,300.00 6286115 ELECTRICAL SERVICE TY D 120/240 060 (NS)AL(E)PS(U) TPW 1.00000000 EA $6,559.IC- $6,559.10 5007 6037 ADJUST OF WASTEWATER LATERAL CLEANOUT TPW 5.00000000 EA $726.06 $3,630.JU 6U01 6001 PORTABLE CHANGEABLE MESSAGE SIGN TPW 20.00000009 EA $119.50 $2,390.OU 63656001 HIGHWAY TRAFFIC SIGNALS TPW 1.0000000U EA $30,202.05 $30,202.05 C 7G496195 NEW METER BOX (COMPLETE) N TPW 6.00000000 EA $729.03 $4,374.181 ) ) 1 ) ) ) ) 1 1 TFW $437,479.54 Sub Total Additions $437,479.54 Change Order Additions Page 2 of 4 FoRTWORTH —`w�-- City of Fort Worth Change Order Deletions Project Name 1 2016 Safe Routes to School Improvements I City Sec # 1 57190 1 Client Project# 1 101264 1 Contracterl Urban Infraconstruction, LLC I PMI Chad Allen, PE Inspectorl Randy Horton I Change Order Submittal # 0 Date 1 1112512024 DELETIUNS IIEM UESUHIPI IUN UEPI 11[y UNI ' Unit(Ast IOlal 1 12 D-UR HMAISU) I Y-B PUK-'LZ I PW / 1,n)uuuw IUN 3Y3U.W yl /,ULUAu 24 REMOVESiTR(BOLLARD) TPW 10.00W000U EA 3400.W 34,000.W 61 INSTALL HWY RAF SIG ISOLATED) TPW 1.00000000 EA 321,W0.00 321,OW.00 1 1 I I I 1 I 1 1 I I 1 1 A I 1 1 1 1 1 1 I j 1 1 1 I 1 I 1 1 1 1 I 1 I 1 1 I 1 I I 1 1 I 1 I I I 1 TPW $42,020.001 II I Sub Total Deletions $42,020.001 Change Order Deletions Page 3 of 4 MISBE for this Change Order MISBE Sub Type of Service Amount for this CO Total $0.00 Previous Change Orders co# DATE I AMOUNT Total $0.0LI FORT WORTH Change Order 1: Narrative Project: FY 2018 Safe Routes to School Improvements Federal Project No: STP 2021(929)TP CSJ: 0902-90-082 CFW Project No: 101264 CFW Project Manager: Chad Allen P.E., CFM Phone: 817-392-8021 Report Period: 5/17/2022 to 01/20/2024 Change Order 1: Narrative This Change Order 1 accounts for overages and underages in quantities for items in the original contract that occurred throughout the project duration as requested by the City's project manager and construction inspector. The prices for these overage and underage items are the prices included in the original bid and match the original contract with no changes. The overage items generally include the following items removal of additional concrete paving, driveways and curb and gutter, construction of additional asphalt, concrete curb and gutter and sidewalks, adjustment of water valve boxes, tree removals and erosion protection measures. Change Oder 1 also accounts for additional items not included in the original contract or changes to the original contract including concrete retaining walls, concrete steps, electrical conduit, electrical conductor, an electrical ground box, adjustment of a wastewater lateral cleanout, water meter boxes, use of portable message signs and change of a traffic signal control cabinet at the request of the City. Prices for these items were provided by the Contractor during construction and were deemed to be reasonable after comparison of the proposed pricing with recent TxDOT average bid prices as found on the TxDOT website and documented in the table below: IItem Description I423 6008 RETAINING WALL (CAST - IN - PLACE) I531 6050 CONCRETE SIDEWALK STEPS 1531 6051 CONCRETE RAMP WITH WALL 1618 6023 CONDT (PVC) (SCH 40) (2") I620 6010 ELEC CONDR (NO.6) INSULATED I624 6010 GROUND BOXTY D (162922)W/APRON I628 6115 ELECTRICAL SERVICE TY D 120/240 060 (NS)AL(E)PS(U) 15007 6037 ADJUST OF WASTEWATER LATERAL CLEANOUT 16001 6001 PORTABLE CHANGEABLE MESSAGE SIGN 16365 6001 HIGHWAY TRAFFIC SIGNALS 17049 6195 NEW METER BOX (COMPLETE) TxDOT Average Bid Price Contractor % Contractor's Price for Similar Item Difference 1 $124.22 $106.04 17.14% $558.55 $258.71 115.90% $6,310.26 $5,290.00 19.29%1 $20.00 $19.37 3.25%I $2.10 $2.73 -23.08%1 $1,300.00 $1,671.04 -22.20%1 $6,559.10 $9,000.00 -27.12%1 $726.06 $800.00 -9.24%1 $119.50 $191.36 -37.55%1 $30,202.05 $75,000.00 -59.73%1 $729.03 $1,545.50 -52.83%1 The Contractor is being allowed 135 extra contract days as part of this change order. The extra days are described in the attached table and include 97 days for additional work, 18 days for repair of work performed by a subcontractor and 20 days for replacement of a subcontractor who wasn't paying its employees and was fired from the job. Page 1 of 1 Item Bid Item No. Description Unit of Measure 2 REMOVING CONG (PAV) SY 4 REMOVING CONG (DRIVEWAYS) SY 6 REMOVING CONG (CURB OR CURB & GUTTER) LF 21 ADJUSTING MANHOLES (WATER VALVE BOX) EA 27 BIODEG EROSN CONT LOGS (INSTL) (8"} LF 28 BIODEG EROSN CONT LOGS (REMOVE) LF 29 CONC CURB (TY 11) LF 30 CONC CURB & GUTTER (TY 1) LF 31 CONC CURB & GUTTER (TY 11) LF 32 DRIVEWAYS (CONG) SY 33 CONG SIDEWALKS (4") SY 75 TREE REMOVAL (12" -18" DIA) EA 76 TREE REMOVAL (18" - 24" DIA) EA 77 TREE REMOVAL (30" - 36" DIA) EA Estimated CO Quantity Installed MH/Unit I Total MH's I Days 219.70 1,523.63 1,010.32 4.00 223.00 83.00 2,307.26 3.00 2,322.93 96.47 481.65 5.00 6.00 2.00 1.11 0.25 0.26 15.00 0.19 1.43 0.62 0.99 0.87 243.87 4.06 380.91 6.35 262.68 4.38 60.00 1.00 - 4.00 - 2.00 438.38 7.31 4.29 0.07 1,440.22 24.00 95.51 1.59 419.03 6.98 - 1.00 - 2.00 - 2.00 CO RETAINING WALL (CAST- IN - PLACE) SF 165.00 9.00 CO MOBILIZATION LS 1.00 1.00 CO CONCRETE SIDEWALK STEPS SY 10.00 2.00 CO CONCRTE RAMP WITH WALL CY CO CONDT (PVC) (SCH 40) (2") LF 55.00 2.00 , _ CO ELEC CdNDI� (NO.6) INSULATED LF 150.00 2.00 CO GROUND BOX TY D 5162922)W/APRON EA 1.00 3.00 ELECTRICAL SERVICE TY'D 120/240 060 CO (NS)AL(E)PS(U) EA 1.00 3.00 CO ADJUST OF WASTEWATER LATERAL CLEANOUT EA 3.00 2.00 CO PORTABLE CHANGEABLE MESSAGE SIGN EA 120.00 2.00 CO HIGHWAY TRAFFIC SIGNALS EA 1.00 2.00 CO NEW METER BOX (COMPLETE) EA 6.00 2.00 Repair on Garnett's Work LS 1.00 1095 18 (Replacing Garnett ILS 1.00 20 M&C Review Page 1 of 3 CITY COUNCIL AGENDA Create New From This M&C DATE: 10/15/2024 REFERENCE NO.: **M&C 24- 0900 Official site of the City of Fort Worth, Texas FORTWORT11 �,_ LOG NAME: 2024 FY 2018 SRTS CHANGE ORDER 1 CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (CD 2 and CD 11) Authorize Execution of Change Order No. 1 in the Amount of $395,459.54, the Addition of 135 Calendar Days to the Construction Contract with Urban Infraconstruction, LLC for Construction of the Fiscal Year 2018 Safe Routes to School Improvements Project for a Revised Contract Amount of $4,237,506.10 RECOMMENDATION: It is recommended that the City Council authorize execution of Change Order No. 1 in the amount of $395,459.54 and the addition of 135 calendar days to the construction contract (City Secretary Contract No. 57190) with Urban Infraconstruction, LLC for the construction of the Fiscal Year 2018 Safe Routes to School Improvements project (City Project No. 101264) for a revised contract amount of $4,237,506.10. DISCUSSION: On December 14, 2021, the City Council authorized a contract with Urban Infraconstruction, LLC, for the construction of the Fiscal Year (FY) 2018 Safe Routes to School Improvements project in the amount of $3,842,046.56 via Mayor and Council Communication (M&C) 21-0975. This M&C will authorize the execution of Change Order No. 1. The scope of the FY 2018 Safe Routes to School Improvements project includes the construction of new and reconstruction of existing sidewalks, curb ramps, driveways, curb and gutter, small retaining walls, signs, crosswalks and pavement markings within an approximate quarter -mile radius of all three of the Bonnie Brae, W. J. Turner and Diamond Hill Elementary School campuses. Change Order No. 1, accounts for overages and underages in quantities for items in the original contract that occurred throughout the project duration as requested by the City's project manager and construction inspector. The prices for these overage and underage items are the prices included in the original bid and match the original contract with no changes. The overage items generally include the following items: removal of additional concrete paving, driveways and curb and gutter, construction of additional asphalt, concrete curb and gutter and sidewalks, adjustment of water valve boxes, tree removals and erosion protection measures. Change Order No. 1, also accounts for additional items not included in the original contract or changes to the original contract including concrete retaining walls, concrete steps, electrical conduit, electrical conductor, an electrical ground box, adjustment of a wastewater lateral cleanout, water meter boxes, use of portable message signs and change of a traffic signal control cabinet at the request of the City. Prices for these items were provided by the Contractor during construction and were deemed to be reasonable after a comparison of the proposed pricing with recent Texas Department of Transportation (TxDOT) average bid prices as found on the TxDOT website. Finally, as part of Change Order No. 1, the Contractor is being allowed 135 extra contract days. The extra days include 97 days for additional work, 18 days for repair of work performed by a subcontractor and 20 days for replacement of a subcontractor who was not paying its employees and was fired from the job. The following table summarizes previous contract actions and change orders: http://apps.cfwnet.org/council_packet/mc_review.asp?ID=32606&councildate=10/ 15/2024 10/24/2024 M&C Review Page 2 of 3 Construction Contract I M&C I Date I Amount Original Contract 21-0975 I12/14/2021 $3,842,046.56 I 1, II Change Order No. 1 rrhis M&C II10/15/2024 1I $395,459.541 (Revised Contract Amount 1 11 II $4,237,506.101 Change Order No. 1 will be funded from the 2018 Bond Program Fund for the purpose of funding the 2018 Safe Routes to School project. This project also received federal funds in the amount of $1,529,155.00 for the construction of the project as part of an Advance Funding Agreement (CSC No. 57190) approved by Council with M&C 20-0114 on March 3, 2020. No additional funding is needed for this change order. The table below summarizes past appropriations, sources, and the estimated total cost of the project at completion: Fund I34014- 2014 Bond Program 34018- 2018 Bond Program 31001- Grants Cap Projects Federal Existing Additional Project Funding Funding Funding I Total $1,500,000.001 $0.001I $1,500,000.001 $3,332,407.00 $0.001 $3,332,407.001 $1,911,444.00 $0.00 $1,911,444,00 Grand Total II $6,743,851.0011 $0.0011 $6,743,851.00 Funding for this project was included in the Fiscal Years (FY) 2024-2028 Capital Improvement Program in the Amount of $6,743,851.00. DVIN-BE: Urban Infraconstruction, LLC agrees to maintain its initial DBE commitment of 83\% that it made on the original contract and extend and maintain that same DBE commitment of 83\% to this first change order. Therefore, Urban Infraconstruction, LLC remains in compliance with the City's Business Equity Ordinance and attests to its commitment by its signature on the Acceptance of Previous DBE Commitment form executed by an authorized representative of its company. This project is located in COUNCIL DISTRICT 2 and COUNCIL DISTRICT 11. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the 2018 Bond Program Fund for the 2018 Safe Routes to School project to support the approval of the above recommendation and execution of the change order. Prior to any expenditure being incurred, the Transportation and Public Works Department has the responsibility to validate the availability of funds. TO Fund I Department f Account ID FROM Fund I Department Account ID Project Program Activity Budget I I Reference # ID Year (Chartfield 2) Project Program I ActivityBudget I Reference # ID I Year I (Chartfield 2) Submitted for Citv Manager's Office bv: Oriciinatinq Department Head: Jesica McEachern (5804) Lauren Prieur (6035) Amount Amount http://apps.cfwnet.org/council_packet/mc_review.asp?ID=32606&counciIdate=10/15/2024 10/24/2024 M&C Review Page 3 of 3 Additional Information Contact: Monty Hall (8662) ATTACHMENTS 101264 Acceptance of Previous MWBE Committment Form-R01 Siqned RL.pdf (CFW Internal) 101264 M&C FID Attachment.xlsx (CFW Internal) 2024 FY 2018 SRTS CHANGE ORDER 1.docx (CFW Internal) Certificate of Interested parties-1295.pdf (CFW Internal) CPN 101264 Urban Infraconstruction SAM Search.pdf (CFW Internal) M&C Map FY18SafeRoutes CPN101264.pdf (Public) http://apps.cfwnet.org/council_packet/mc_i•eview.asp?ID=32606&councildate=10/15/2024 10/24/2024 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS May 19, 2025 Urban Infraconstruction, LLC. 526 N. Britain Rd. Irving, Texas 75061 RE: Acceptance Letter Project Name: 2018 Safe Routes To School Improvements Project Type: Sidewalks and Pedestrian Improvements City Project No.: 101264 To Whom It May Concern: On December 7, 2023 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 April 29, 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 April 29, 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- 392-8021. Sincerely, Chad Allen, Project Manager , Program Manager Cc: Randy Horton, Inspector Mike Glover, Inspection Supervisor Randy Horton, Senior Inspector Chad Allen, Program Manager Dunaway Associates, Consultant Urban Infraconstruction, Contractor N/A, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ TO FINAL PAYMENT CONTRACTOR ❑ SURETY ❑ AIA DOCUMENT G707 OTHER Bond No. 2329151 PROJECT: FY 2018 Safe Routes to School Improvements, City Project Number: 101264, Fort Worth, TX (name, address) TO (Owner) [ City of Fort Worth ] ARCHITECT'S PROJECT NO: 200 Texas Street Fort Worth, TX 76102 CONTRACT FOR: [ ] CONTRACT DATE: December 14, 2021 CONTRACTOR: Urban Infraconstruction, LLC 526 N. Britain Road Irving, TX 75061 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (here insert name and address of Surety Company) Swiss Re Corporate Solutions America Insurance Corporation 1200 Main St., Suite 800 , SURETY COMPANY, on bond of (here insert name and address of Contractor) Urban Infraconstruction, LLC 526 N. Britain Road Irving, TX 75061 , CONTRACTOR, hereby approves of the final payment to the Contractors, and agrees that final payment to the Contractor shall not relieve the Surety Company of any of its obligations to (here insert name and address of Owner) City of Fort Worth 200 Texas Street Fort Worth, TX 76102 ,OWNER, as set forth in the said Surety Company's bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this 9th day of July 2Q25 Attest: (Seal): Swiss Re Corporate Solutions America Insurance Corporation Surety Company Signature of Authorized Represeea-tivc Sandra Lee Roney Attornev-In-Fact "1 itle NOTE: This form is to be used as a compani;:n documcnt L-) AL: DOCUM T G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition AIA DOCUMENT G707 • CONSENT OF SUt:ETY COMPA Y TO FV4AL F-471' ,-ENT • APRIL 1970 EDITION • AIA® ONE PAGE © 1970 • THE AMERICAN INSTITUTE OF ARCHITK-rS, 173-5 t-Tew Yot16Av'W , NW, WASHINGTON, D.C. 20006 SWISS RE CORPORATE SOLUTIONS SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION ("SRCSAIC") SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION ("SRCSPIC-) WESTPORT INSURANCE CORPORATION ("WIC') G ENERALPOW EROF ATTORNEY KNOW ALL MEN BY THESE PRESENTS. THAT SRCSAIC, a corporation duly organized and existing under laws of the State of Missouri, and having its principal office in the City of Kansas City, Missouri, and SRCSPIC, a corporation organized and existing under the laws of the State of Missouri and having its principal office in the City of Kansas City, Missouri, and WIC, organized under the laws of the State of Missouri, and having its principal office in the City ofKansas City, Missouri, each doesherebymake, constitute and appoint: JOHN R. WARD, THOMAS DOUGLAS MOORE, EMILY ALLISON MIKESKA. ALLYSON W. DEAN, TROY RUSSELL KEY, DEBRA LEE MOON, ANDREA ROSE CRAWFORD, SANDRA LEE RONEY, FAITH ANN HILTY, ANDREW GARETH ADDISON, ELIZABETH ORTIZ, ANA OWENS, ANDREW PATRICK CLARK, KIMBERLY ROCHELLE GONZALEZ, CRYSTAL GAIL LANGHORN, STEVEN WAYNE LEWIS. SHERI RENEE ALLEN. PEGGY GRADEL HOGAN, TERESA AYALA, KELLI A. GORHAM, MARK ROBERT ADAMS, CORY KIPER, AND ROSS RUDOLPH LARIS JOINTYLY OF SEVERALLY Its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: TWO HUNDRED MILLION (200,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors ofboth SRCSAIC and SRCSPIC at meetings duly called and held on the 18th ofNovember 2021 and WIC by written consent of its Executive Committee dated July 18, 2011. "RESOLVED, that any two of the President, any Managing Director, any Senior Vice President, any Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is, authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Corporation bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Corporation. and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Corporation may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be he Corporation when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." IN WITNESS �GapPORgr�'�Gy., 1i1 4 Sg •,.y =_ . "tort, .'eni r PtteiMFsid � ' 1IC .Ya Seniar Vice President J QC�r CIS S E A L : Zz^� ' dSRCSPIC & Seni- vit dent of WIC VIGP7i. M s� ... : o ' t� •�aaa P� ''+•'IfS r* A0 Cx liel Jxcyuea Senior Vict P .id,;--'Admi.rWic ofSRCSAIC Vice Precedent xf SRCSPIC& Senior 'c WHEREOF, SRCSAIC, SRCSPIC, and WIC havecaused their official seals to be hereunto affixed, andlhese presents to be signedby their authorized officers this 29th day of APRIL State of Illinois County of Cook s' 20 2025 Swiss Re Corporate Solutions America Insurance Corporation Swiss Re Corporate Solutions Premier Insurance Corporation %Westport insurance Corporation 2025 On this 29th day of APRIL 20__ before me, a Notary Public personally appeared David SatT , Senior Vice Presidentof SRCSAIC and Senior Vice President of SRCSPIC and Senior Vice President of WIC and Gabriel 1ag,Wez, Senior Vice President of SRCSAIC and Senior Vice President of SPCSPIC and Senior Vice President of WIC, personally )mown to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrume it to be the voluntary act and deed of their respective companies. Karen . zweda, Notary 1. Jeffrev Goldberg..the duly elected Senior Vice President and Assistant Secr ary ofSRCS, 1C and SRCSPIC and WIC, dohereby certifi• that the above and foregoing is a true and correct copy of a Power of Attorney given by said SR-SAiC tnd SRCSPIC and WIC, which is still in full force and effect. IN WITNESS WHEREOF, 1 have set my hand and affixed t"e 5ealc of the Companies thi4th day of JuIV 20 25 OFFICIAL SEALP� KAREN M SZWEDA%� Nolwy Public, State of Illxiols -��effrey t1oldberg, Senior4fnrPrrsident & CominsbnNO 918818 Assistant Secretary of SRCSAIC and My Catat4mkn Expires SePten6 r 26. 20?' SRCSPIC and WIC In order to obtain information or make a complaint: You may contact the Surety Claims Department at 1-816-235-3702 You may call Swiss Re Corporate Solutions America Insurance Corporation or Swiss Re Corporate Solutions Premier Insurance Corporation for information or to make a complaint at: 1-816-235-3702 You may also write to Swiss Re Corporate Solutions America Insurance Corporation or Swiss Re Corporate Solutions Premier Insurance Corporation at the following address: 1200 Main Street, Suite 800 Kansas City, MO 64105 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: Consu merProtectio nktdi.state.tx. us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should first contact the Swiss Re Corporate Solutions America Insurance Corporation or Swiss Re Corporate Solutions Premier Insurance Corporation. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for infortnation only and does not become a part or condition of the attached document. Para obtener information o para someter un queja: Puede comunicarse con Surety Claims Department al 1-816-235-3702. Usted puede llamar Swiss Re Corporate Solutions America Insurance Corporation o Swiss Re Corporate Solutions Premier Insurance Corporation para information o para someter una queja al: 1-816-235-3702 Usted tambien puede escribir a Swiss Re Corporate Solutions America Insurance Corporation o Swiss Re Corporate Solutions Premier Insurance Corporation al: 1200 Main Street, Suite 800 Kansas City, MO 64105 Puede escribir al Departmento de Seguros de Texas para obtener information acerca de companias, coberturas, derechos o quejas al: 1- 800-252-3439 Puede escribir al Departmento de Seguros de Texas: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: httil://www.tdi.state.tx.us E-mail: Consu merProtectionntdi.state.tx. us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el Swiss Re Corporate Solutions America Insurance Corporation o Swiss Re Corporate Solutions Premier Insurance Corporation primero. Si no se resuelve la disputa, puede entonces comunicarse con el Departmento de Seguros de Texas. UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de infromacion y no se converte en parte o condition del documento adjunto. AFFIDAVIT STATE OF Texas COUNTY OF Dallas Before me, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared John Chen, Vice President of Finance Of Urban Infraconstruction 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; Careen Sheet Safe Routes To School CAN 101264 Project 22004 FY 2018 BY V p -4 �q John Chen VP of Finance Subscribed and sworn before me on this date 13`h Day of June, 2025. Notary Pub is County, State rtLANOERESIA 40% Notary ID #12810619% My commission 1GI P011 NovemWs 5, %afl Ile