Loading...
HomeMy WebLinkAboutContract 61082-FP1FORT WORTH, 0,0 TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJECT COMPLETION -FP1 City Secretary No: 61082 Date Received: 7/23/2025 City Project Ns: 102097 Regarding contract 61082 E. Northside Dr Bridge Replacement at Samuels Ave for as required by the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT as approved by City Council on 1/23/2024 through M&C 24-0039 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: $ $3,714,298.00 Days 300 $ 0.00 Nt, 2 Days Added by CO 5 $ $3,714,298.00 Total Days 305 $ $3,646,425.35 Days Charged 281 Days @ $ / Day $ $ 3,646,425.35 $ $3,464,104.07 Final Payment Due $ 182,321.28 Taeklcia L. kvw(fack 07/22/2025 Patricia L. Wadsack (Jul22, 2025 10:48 CDT) Recommended for Acceptance Date Asst. Director, TPW - Capital Delivery 07/22/2025 Lauren Prieur (Jul 22, 2025 10:57 CDT) Accepted Date Director, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT Asst. City Manager 07/22/2025 Date OFFICIAL RECORD CITY SECRETARY Commments: Program Manager title correction has been made on the acceptance letter. FT. WORTH, Tx City Secretary Contract Number: C561082 Project: 102097-102097 - E. Northside Or Bridge (EB and WB) Replacement over Samuels Ave Contract Name: E. Northside Dr. Bridge To: IBCTX, LLC 507 Main St Ste. B Lake Dallas, TX 75065 Supplier ID: 7000002429 Contract Summary: Purchase Order: - NON -PO Invoice Number: C561082-015-FINAL+PAYAP-16 Invoicing Period (From — To): 05.01.2025 to 05.01.2025 FORTWORTH TPW Construction Invoice 17 Original Contract Amount $3,714,298.00 2. Net Change by Change Orders $ .00 3. Current Contract Amount (Line 1 +/- Line 2) $3,714,298.00 4. Total Completed and Stored to Date $3,646,425.35 (Progress Estimate, Construction Allowance, and Change Orders) _ S. Amount Retained (5.00%) $ .00 6. Amount Eligible toDate (Line 4— Line s) $3,646,425.35 7. Less Previous Payments (Line 6from prior Invoke) $3,464,104.07 8. Amount Due this Application $ 182,321.28 r9. Balance to Finish, Plus Retainage $ 67,872.65 (Line 3 — Line 6) 10. Contract Time a. Days Awarded 300 b. Days Added by Change Order 5 c. Total Contract Days Awarded 305 d. Days Charged this Invoice 0 e. Days Charged from Previouslnvoice(s) 281 f. Contract Days Remaining 23 Payment Application Date: 06.16.2025 Estimate Number: 15 Project Manager: Vallejo, Gustavo Payment Approvals Roles Date: Inspector: &1&4 ,�{t� 06.17.2025 Sr. Inspector: 4' 06.18.2025 Project Manager: 06.18.2025 0:14k�l 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 Page 1 of 6 FORTWORTH TPW Construction Invoice Funding Distribution: Funding Identifieation (FIDs) Amount Earned Retalnage (FIDs) 34027-0200431-5740010-102097-002680-9999-22010203 5 34027-2060000-102097-RETAIN Contract Bid Items: A B C D E F tsi....em uescription Spec. UGM Bid Unit Price Bid Value Estimated Value this Previously Previously No. Section Quantity Quantity Period Installed Installed No. Installed this Quantity Value Period Unit 9999.0001 Bridge Construction LS 0 $ .00 $- 25,381.60 0.0000 $ .00 0.0000 $ .DO 1.061 Allowance Unit 420-6066CICCON (RAIL CY 0 $ 993.25 $ 7,946.00 0.0000 $ .00 8.0000 $ 7,946.00 1.062 FOUNDATION) Unit 512-6029 PORT CTS (MOVE)(F- LF 0 $ 24.81 $ 12,653.10 0.0000 $ .00 510.0000 $ 12,653.10 1.063 SHAPE)(TY 1) Unit 545-6003 CRASH CUSH ATTEN EA 0 $ 2,391.25 $ 4,782.50 0.0000 $ .00 2.0000 $ 4,782.50 1.064 (MOVE & RESET) Unit 3110.0101 Site Clearing 311000 SY 900 $ 200.00 $ 180,000.00 0.0000 $ .00 900.0000 $ 180,000.00 1.001 Unit 0241.1000 Remove Concrete 024115 SY 978 $ 6.00 $ 5,868.00 0.0000 $ .00 920.0000 $ 5,520.00 1.002 Pvmt Unit 0241.1100 Remove Asphalt 024115 SY 978 $ 24.00 $ 23,472.00 0.0000 $ .00 920.0000 $ 22,080.00 1.003 Pvmt I Unit 0241.1300 Remove Conc Curb 024115 LF 1,096 $ 4.00 $ 4,384.00 0.0000 $ .00 911.0000 $ 3,644.00 1.004 & Gutter Unit 0241.0100 Remove Sidewalk 024113 SF 209 $ 6.00 $ 1,254.00 0.0000 $ .00 212.0000 $ 1,272.00 1.005 Unit 0241.0100 Remove Rip Rap 024113 SF 885 $ 6.00 $ 5,310.00 0.0000 $ .00 1,070.0000 $ 6,420.00 1.006 Unit 0241.3013 Remove 18" Storm 024114 LF 60 $ 12.00 $ 720.00 0.0000 $ .00 60.0000 $ 720.00 1.007 Line Unit 0241.4005 Remove W or Less 024114 EA 2 $ 600.00 $ 1,200.00 0.0000 $ .00 2.0000 $ 1,200.00 1.008 Curb Inlet Retalnage Amount to Pay $-192,321.28 $ 182,321.28 G H I J K Materials Total Completed Retalnage % Balance to Presently and Stored to this Period (H/B) Finish Stored Date (D+F+G) (B-H) (not In F) $ .00 $ .00 $ .00 0.00% $- 25,381.60 $ .00 $ 7,946.00 $ .00 100.00% $ .00 $ .00 $ 12,653.10 $ .00 100.00% $ .00 $ .00 $ 4,782.50 $ .00 100.00% $ .00 $ .00 $ 180,000.00 $ .00 100.00% $ .00 $ .00 $ 5,520.00 $ .00 94.07% $ 348.00 $ .00 $ 22,060.00 $ .00 94.07% $ 1,392.00 $ .00 $ 3 6-44.00 _ $ .00 83.12% $ 7 00.00 $ .00 $ 1,272.00 $ .00 101.44% $ 18.00 $ .00 $ 6,420.00 $ .00 120.90% $ 1,110.00 $ .00 $ 720.00 $ .00 100.00% $ .00 $ .00 $ 1,200.00 $ .00 100.00% $ .00 Page 2 of 6 A FORT WORTH liil� TPW Construction Invoice I E F Bid Item Description Spec. UoM Bid Unit Price Bid Value Estimated Value this Previously Previously No. Section Quantity Quantity Period Installed Installed No. Installed this Quantity Value JPeriod Unit 3441.4109 Remove Sign Panel 344130 EA 2 $ 600.00 $ 1,200.00 0.0000 $ .00 2.0000 $ 1,200.00 L009 Unit 3441.3501 Salvage Street Light 344120 EA 1 $ 2,500.00 $ 2,500.00 0.0000 $ .00 _ 1.0000 $ 2,500.00 1.010 Pole _ Unit 3123.0101 Unclassified 312316 CY 370 $ 90.00 $ 33,300.00 0.0000 $ .00 370.0000 $ 33,300.00 1.011 Excavation by Plan Unit 3124.0101 Embankment by 312400 CY 326 $ 90.00 $ 29,340.00 0.0000 $ .00 326.0000 $ 29,340.00 1.012 Plan . Unit 3212.0203 4" Asphalt Pvmt 32 12 16 SY 162 $ 80.00 $ 12,960.00 0.0000 $ .00 162.0000 $ 12,960.00 L013 Tyoe C Unit 3213.0105 10" Conc Pvmt 32 13 13 SY 586 $ 180.00 $ 105,480.00 0.0000 $ .00 746.1700 $ 134,310.60 1.014 Unit 3211.0502 8"Lime Treatment 321129 SY 740 $ 45.00 $ 33,300.00 0.0000 $ .00 790.3900 $ 35,567.55 1.015 Unit 3211.0400 Hydrated Lime (48 321129 TON 18 $ 400.00 $ 7,200.00 0.0000 $ .00 18.9700 $ 7,588.00 1.016 LBS/SY) Unit 3213.0311 4" Conc Sidewalk, 32 13 20 SF 1,464 $ 12.00 $ 17,568.00 0.0000 $ .00 0.0000 $ .00 1.017 Adjacent to Curb Unit 3213.0321 Conc Sidewalk, 321320 SF 1,248 $ 18.00 $ 22,464.00 0.0000 $ .00 1,248.0000 $ 22,464.00 1.018 Adjacent to Ret Wall Unit 3216.0101 6" Conc Curb and 32 16 13 LF 362 $ 60.00 $ 21,720.00 0.0000 $ .00 520.0000 $ 31,200.00 1.019 Gutter Unit 3232.0100 Conc Ret Wall 32 32 13 SF 308 $ 120.00 $ 36,960.00 0.0000 $ .00 308.0000 $ 36,960.00 1.020 Adjacent to Sidewalk Unit 3291.0100 Topsoil 329119 CY 5 $ 500.00 $ 5,100.00 0.0000 $ .00 10.2000 $ 5,100.00 1.021 Unit 3305.0109 Trench Safety 33 05 10 LF 64 $ 25.00 $ 1,600.00 0.0000 $ .00 68.0000 $ 1,700.00 1.022 Unit 3292.0100 Block Sod 32 92 13 SY 44 $ 50.00 $ 4,400.00 0.0000 $ .00 88.0000 $ 4,400.00 1.023 Placement Unit 3349.5001 10'CurbInlet 33 49 20 EA 2 $ 12,000.00 $ 24,000.00 0.0000 $ .00 2.0000 $ 24,000.00 1.024 _ Unit 3341.0103 18" RCP, Class III 334110 LF 68 $ 120.00 $ 8,160.00 0.0000 $ .00 68.0000 $ 8,160.00 1.025 Unit 3441.3001 RdwylllumAssmbly 344120 EA 1 $ 18,000.00 $ 18,000.00 0.0000 $ .00 1.0000 _ $ 18,000.00 G H I J K Materials Total Completed Retainage % Balance to Presently and Stored to this Period (H/B) Finish Stored Date(D+F+G) (B-H) (not in F) $ .00 $ 1,200.00 $ .00 100.00% $ .00 $ .00 $ 2,500.00 $ .00 100.00% $ .00 $ .00 $ 33,300.00 $ .00 100.00% $ .00 $ .00 $ 29,340.00 $ .00 100.00% $ .00 $ .00 $ 12,960.00 $ .00 100.00% $ .00 - $ .00 $ 134,310.60 $ .00 127.33% $- 28,830.60 $ .00 $ 35,567.55 $ .00 106.81% $- 2,267.55 $ .00 $ 7,588.00 $ .00 105.39% $- 388.00 $ .00 $ .00 $ .00 0.00% $ 17,568.00 $ .00 $ 22,464.00 $ .00 100.00% $ .00 $ .00 $ 31,200.00 $ .00 143.65% $- 9,480.00 $ .00 $ 36,960.00 $ .00 100.00% $ .00 $ .00 $ 5,100.00 $ .00 100.00% $ .00 $ .00 $ 1,700.00 $ .00 106.25% $- 100.00 $ .00 $ 4,400.00 $ .00 100.00% $ .00 I $ .00 $ 24,000.00 $ .00 100.00% $ .00 $ .00 $ 8,160.00 $ .00 100.00% $ .00.00 $ .00 $ 18,000.00 $ .00.00 100.00% $ .00.00 Page 3 of 6 A 4.0 nem Fouuu spec. uom oid No. Section I Quantity 1.026 Unit 1.027 rtTYI 3441.1403 NO Triplex OH Insulated Elec Condr No. 344110 LF Unit 3217.0103 6" BRK Pvmt 321723 _ LF . 1.028 Marking HAS (WL _ Unit 3217.0102 6" SLD Pvmt 32 17 23 LF 1.029 Marking HAS (Y) _ Unit 3217.2104 REFL Raised Marker 321723 EA ... 1.030 TY II-C-R Unit 3217.2103 REFL Raised Marker 321723 EA 1.031 TY II -A -A Unit 3441.4004 Furnish/Install 347130 EA 1.032 Alum Sign Ex. Pole Mount Unit 3471.0001 Traffic Control 347113 MO 1.033 Unit 3125.0101 SWPPP = 1 acre 31 25 00 LS 1.034 Unit 0171.0101 Construction 017123 LS 1.035 Staking Unit TxDOT400-6005 Cement TxDOT400- CY 1.036 Stabilized Backfill 6005 Unit TxDOT403-6001 Temporary TxDOT403- SF 1.037 Special Shoring 6001 Unit TxDOT416-6002 Drill Shaft(24 TxDOT 416- LF 1.038 in) 6002 Unit TxDOT420-6014 CICConcrete TxDOT420- CY 1.039 (Abutment)(HPC) 6014 Unit TxDOT420-6030 CICConcrete TxDOT420- CY 1.040 (Cap)(HPC) 6030 Unit TxDOT420-6038 Cl C Concrete TxDOT420- CY 1.041 (Column)(HPC) 6038 Unit TxDOT422-6008 Reinforced TxDOT422- SF 1.042 Concrete Slab (Slab 6008 Beam)(HPQ FORT WORTH, liii� TPW Construction Invoice B C D unit race old vdlue CbUMdced Quantity Installed this Period 110 $ 5.00 $ 550.00 140 $ 4.00 $ 560.00 908 $ 3.00 $ 2,724.00 12 $ 10.00 $ 120.00 1 $ 10.00 $ 10.00 2 $ 1,300.00 $ 2,600.00 10 $ 7,500.00 $ 75,000.00 1 $ 60,000.00 $ 60,000.00 $ 200,000.00 $ 200,000.00 191 111 $ 450.00 $ 85,950.00 300 $ 100.00 $ 30,000.00 1,560 $ 600.00 $ 936,000.00 38 $ 3,000.00 $ 114,000.00 33 $ 3,000.00 $ 99,000.00 20 $ 3,000.00 $ 60,000.00 7,128 $ 28.00 $ 199,594.00 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 E F vd1uemie r.Wwu-t rreviuusry Period Installed Installed Quantity Value $ .00 110.0000 $ 550.00 $ .00 140.0000 $ 560.00 $ .00 908.0000 $ 2,724.00 $ .00 12.0000 $ 120.00 $ .00 0.0000 $ .00 $ .00 2.0000 $ 2,600.00 $ .00 10.0000 $ 75,000.00 . $ .00 1.0000 $ 60,000.00 $ .00 1.0000 $ 200,000.00 $ .00 191.0000 $ 85,950.00 $ .00 300.0000 $ 30,000.00 $ .00 1,560.0000 $ 936,000.00 $ .00 38.0000 $ 114,000.00 $ .00 33.0000 $ 99,000.00 $ .00 20.0000 $ 60,000.00 $ .00 7,128.0000 $ 199,584.00 I G H I J K IVId[erld15 Presently Stored (not in F) $ .00 .Ua . w�lpd.W.W: and Stored to Date(D+F+G) $ 550.00 neldlndge this Period $ .00 JO (H/B) 100.00% DdldnGe Finish (B-H) $ 10 .00 $ .00 $ 560.00 $ .00 100.00% $ .00 $ .00 $ 2,724.00 $ .00 100.00% $ .00 $ .00 $ 120.00 $ .00 100.00! $ .00 $ .00 $ .00 $ .00 0.00% $ 10.00 $ .00 $ 2,600.00 $ .00 100.00% $ .00 $ .00 $ 75,000.00 $ .00 100.00%� $ .00 $ .00 $ 60,000.00 $ .00 100.00% $ .00 $ .00 $ 200,000.00 - $ .00 - 100.00%I $ .00 $ .00 $ 85,950.00 $ .00 100.00% $ .00 $ .00 $ 30,000.00 $ .00 100.00% ll $ .00 $ .00 $ 936,000.00 $ .00 100.00% $ .00 $ .00 $ 114,000.00 $ .00 100.00% $ .00 $ .00 $ 99,000.00 $ .00 100.007F $ - .00 $ .00 $ 60,000.00 $ .00 100.00% . $ .00 $ .00 $ 199,584.00 $ .00 100.00% $ .00 Page 4 of 6 A Bid Item Description Spec. No. Section No. FORT WORTH liil� TPW Construction Invoice UoM Bid Unit Price Bid Value Quantity Unit TOOT 2 Bridge TxDOT 422- SF I 592 �35.00 $ 20,720.00 1.043 Median Median (HPC) 6012 Unit TxDOT422-6014 Bridge TxDOT422- _ SF 2,072 $ 25.00 $ 51,800.00 L044 Sidewalk III PC) 6014 _ Unit TxDOT422-6016 Approach TxDOT422- CY 102 $ 1,100.00 $112,200.00 1.045 Slab (HPC) 6016 Unit TxDOT423-6008 Retaining TxDOT423- SF _ 488 $ 120.00 $ 61,920.00 1.046 Wall (Cast -In -Place) 6008 Unit TxDOT425-6009 Prestressed TxDOT425- LF 1,704 $ 235.00 $400,440.00 1.047 Concrete Slab Beam 14SB121 6009 Unit TxDOT432-6010 Riprap TxDOT432- CY _ 65 $ 1,000.00 $ 65,000.00 1.048 (Conc)(CI B)(5 in) 6010 Unit TxDOT442-6007 Structural TxDOT442- LB 308 $ 50.00 $ 15,400.00 1.049 Steel (MiscNon-Bridget_ 6007 Unit TOOT450-6034 Rail (Ty C402) TxDOT450- _ LF 296 $ 300.00 $ 88,800.00 1.050 6034 Unit _ TxDOT450-6048 Rail TxDOT450- LF 244 $ 100.00 $ 24,400.00 1.051 (Handrail)(TyA) 6048 Unit TxDOT454-6004 Armor Joint TxDOT454- LF 106 $ 150.00 $ 15,900.00 1.052 (Sealed) 6004 Unit TxDOT496-6010 Remove TxDOT496- EA 2 $100,000.00 $200,000.00 1.053 Structure (Bridge 100'To 499' 6010 _ Length) Unit TxDOT 512-6001 Port CiB TOOT 512- LF 330 $ 80.00 $ 26,400.00 1.054 (Furnish & Install)(Single 6001 Slope)(TY 1) Unit TxDOT 512-6049 Port CiB TOOT 512- LF 330 $ 40.00 $ 13,200.00 1.055 (Remove)(Single Slope)(TY 1) 6049 Unit TOOT 536-6002 Concrete TxDOT 536- SY 82 $ 120.00 $ 9,840.00 1.056 Median 6002 Unit TOOT 545-6019 Crash Cushion TxDOT 545- EA 2 _ $ 12,500.00 $ 25,000.00 1.057 Attenuator(Install)(S)(N)(TL3) 6019 Unit TOOT 545-6005 Crash Cushion TxDOT 545- EA 2 1 $ 2,500.00 $ 5,000.00 1.058 Attenuator(Remove) 6005 Unit TOOT 644-6064 Install Bridge TOOT 644- EA 2 $ 5,000.00 $ 10,000.00 E F G H I J K Estimated Value this Previously Previously Materials Total Completed Retainage % Balance to Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish Installed this Quantity Value Stored Date (D+F+G) (B-H) Period (not in F) 0.0000 $ .00 592.0000 $ 20,720.00 $ .00 $ 20,720.00 $ .00 100.00% $ .00 0.0000 $ .00 2,072.0000 $ 51,800.00 $ .00 $ 51,800.00 $ .00 100.00% $ .00 0.0000 $ .00 102.0000 $ 112,200.00 $ .00 $ 112,200.00 $ .00 100.00% $ .00 0.0000 $ .00 28.0000 $ 3,360.00 $ .00 $ 3,360.00 $ .00 5.43% $ 58,560.00 0.0000 $ .00 1,704.0000 $ 400,440.00 $ .00 5 400,440.00 $ .00 100.00% $ .00 0.0000 $ .00 65.0000 $ 65,000.00 $ .00 5 65,000.00 $ .00 100.00% $ .00 0.0000 $ .00 308.0000 $ 15,400.00 $ .00 $ 15,400.00 $ .00 100.00% $ .00 0.0000 $ .00 296.0000 $ 88,800.00 $ .00 $ 88,800.00 $ .00 100.00% $ .00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 `$ .00 0.00% $ 24,400.00 0.0000 $ .00 106.0000 $ 15,900.00 $ .00 $ 15,900.00 $ .00 100.00% $ .00 0.0000 $ .00 2.0000 $ 200,000.00 $ .00 $ 200,000.00 $ .00 100.00% $ .00 0.0000 $ .00 510.0000 $ 40,800.00 $ .00 $ 40,800.00 $ .00 154.55% $- 14,400.00 0.0000 $ .00 $ 20,400.00 $ .00 $ 20,400.00 $ .00 154.55% $- 7,200.00 510.0000 0.0000 $ .00 78.8300 $ 9,459.60 $ .00 $ 9,459.60 $ .00 96.13% $ 380.40 0.0000 $ .00 4.0000 $ 50,000.00 $ .00 $ 50,000.00 $ .00 200.00% $- 25,000.00 0.0000 $ .00 4.0000 $ 10,000.00 $ .00 $ 10,000.00 $ .00 200.00% $- 5,000.00 0.0000 $ .00 2.0000 $ 10,000+00 $ -.00,1, $ 10,000.00 $ .00 100.00% S .00 Page 5 of 6 FORT WORTH llll� TPW Construction Invoice A 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 (not in F) 1.059 Mounted Clearance Sign 6064 _ Assembly (Type N) Unit TxDOT5000-6001 Geogrid TOOT SY 12 $ 240.00 $ 2,880.00 0.0000 $ .00 12.0000 $ 2,880.00 $ .00 $ 2,880.00 $ .00 100.00% $ .00 1.060 Reinforce Embankments (TY A) 5000-6001 _ Unit 9999.0001 Bridge Construction 0 $ 83,650.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 83,650.00 1.061 Allowance Unit 9999.0002 Specified LS 0 $ 8,190.00 $ 8,190.00 0.0000 $ .00 1.0000 $ 8,190.00 $ .00 $ 8,190.00 $ .00 100.00% $ .00 1.065 Remobilization 1 $3,714,298.00 $ 0.00 $3,646,425.35 $ 0.00 $3,646,425.35 $ 182,321.28 98.17% _ $ 67,972.65 Page 6 of 6 FORT WORTH. Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: E. Northside Dr Bridge Replacement at Samuels Ave M&C: 24-0039 CPN: 102097 CSO: 61082 DOC#: Date: To: Name Department Initials Date Out 1 Alex Hammes IBCTX Aff Sep 3 2024 (AHammesr&IBCTX.com) AH 2. Gustavo A. Vallejo TPW-PM 7 Sep 3, 2024 3. Greg Robbins TPW-PrgMGR ag Sep 3, 2024 4. Mary Hanna TPW Sr CPO Np"' Sep 4, 2024 5. Patricia Wadsack TPW AD T)LW Sep 4, 2024 6. Lauren Prieur TPW Director JV Sep 4, 2024 7 Doug Black Legal ns Sep 6, 2024 8 Jesica McEachern CMO Sep 12, 2024 9 TPW Contracts TPW 10. CC: Program Manager, Sr. CPO, TPW BSPAP Recon Team, TPW Records Room, TPW Contracts ALSO List: Bus Sppt: Filoeonio Munoz ; Prg Mgr: Gree Robbins ; 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, David will review and take the next steps. NEEDS TO BE NOTARIZED: ❑YES ®No RUSH: ❑YES XNo SAME DAY: ❑YES XNo NEXT DAY: []YES ®No ROUTING TO CSO: ®YES ❑No Action Reauired: ❑ Attach Signature, Initial and Notary Tabs ❑ As Requested ❑ For Your Information ® Signature/Routing and or Recording ❑ Comment ❑ File Return To: Please notify TPWContracts(afortworthtexas.gov for pickup when complete. Call ext. 7233 or ext. 8363 with questions. Thank you! CONSTRUCTION CONTRACT ROUTING & TRANSMITTAL SLIP I Eff 07-13-2024, mdhm CSC No. 61082-COI FORT WORTH: _— City of Fort Worth Change Order Request Project Name E. Northside Dr Bridge City Sec # 1 61082 Client Project #(s)1 102097 Project Description This project includes the bridge removal and replacement of East Northside Drive eastbound and westbound bridge decks over Samuels Avenue Contractor IBCTX, LLC Change Order #1 1 1 Datel 8/29/2024 City Project Mgr.1 Gustavo A. Vallejo City Inspector Curtis Hollingsworth Dept. Unit 1: Bridge Contract Time Totals (CD) Original Contract Amount $3,714,298.00 $3,714,298.00 300 Extras to Date Credits to Date Pending Change Orders (in M&C Process) Contract Cost to Date $3,714,298.00 $3,714,298.00 300 Amount of Proposed Change Order $0.00 5 Revised Contract Amount $3,714,298.00 $3,714,298.00 305 Original Funds Available for Change Orders $185,715.00 $185,715.00 Remaining Funds Available for this CO $185,715.00 $185,715.00 Additional Funding (if necessary) CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 0.00% MAXALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST+ 25%) $4,642,872.50 JUSTIFICATION (REASONS) FOR CHANGE ORDER IN ACCORDANCE WITH THIS CHANGE ORDER, THE CONTRACTOR SHALL: Furnish all labor and material as per Change Order#1. Change Order #1 provides bid items for the installation of a traffic rail foundation, relocation of crash barriers, and removal and relocation of the Concrete Traffic Barriers needed for the 2nd phase of traffic control. These items were not included in the original bid proposal. Time: The total number of days requested by the contractor is 5 calendar days (3 days for the foundation, 1 day for the relocation of the crash barrier, and 1 day for the removal and relocation of the concrete traffic barrier} Staff approves these additional days. Cost: The City of Fort Worth has compared the new bid items to the TxDOT average bid items unit prices at the time the change order was created. The City finds that the prices that the Contractor is proposing are fair and reasonable. 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. ontractor's Company Name Contractor (Name) Contract Signature Date IBCTX, LLC Alex Hammes Sep 3,2024 Supervisor Date Project and Contract Compliance Manager Date Sep 3, 2024 Sep 3, 2024 LspectorAnspection Manager Date Senior Capital Project Officer Date Sep 3, 2024 Sep 4, 2024 irector (Dept) Date Director, Contracting Department (Dept) Sep 4, 2024 A...,,3.. Sep 4, 2024 tomey Date JAssistant City Manager Sep 6, 2024 hp(k � ISep 12, 2024 Council Action (if required) M&C Number l N/A ATTEST: �.. A -&— Jannette Goodall, City Secretary M&C Date Approved I N/A FORT WORTH City of Fort Worth �'*` — Change Order Additions Project Name I E. Northside Dr Bridge City Sec # 61082 Client Project# 1 102097 1 Contractor) IBCTX, LLC I PMI Gustavo A. Vallejo Inspectorl Curtis Hollingsworth Change Order Submittal # O1 Date 1 8/29/2024 1 ADDITIONS IIEM UESCRIPIIUN UEPI Uty Unit Unit Cost 1 total 62 420-6066 Cl C CON (RAIL FOUNDATION) Unit 1: Bridge &00000000 CY $993 2 $7,946.001 63 512-6029 PORT CTB (MOVE)(F-SHAPE)(TY 1) Unit 1: Bridge 510.000OOOOU LF $24.81' $12,653.101 64 545-6003 CRASH CUSH ATTEN (MOVE & RESET) Unit 1: Bridge 2.00000000 EA $2,391.25 $4,782.501 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Unit 1:tridge 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 $25,381.60 I I Sub Total Additions $25,381.60 Change Order Additions Page 2 of 4 FOR_r i �RTH City of Fort Worth Change Order Deletions Project Name E. Northside Dr Bridqe , City Sec # 1 61082 Client Project# 102097 1 Contractor IBCTX, LLC PMI Gustavo A. Vallejo I Inspector Curtis Hollingsworth Change Order Submittal # Q Date 1 8/29/2024 DELETIONS ITEM DESCRIPTION DEPT Oty Unit Unit Cost Total tit 9999.0001 Bridge Construction Allowance Unit 1: Bridge LL253816UU Lb $1UU,000.UI, $25,381.6Ul 1 1 1 I 1 1 1 1 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 1 1 I Unit 1: Addge $25,381.60 Sub Total Deletions $25,381.60 Change Order Deletions Page 3 of 4 M/SBE for this Change Order M/SBE Sub Type of Service Amount for this CO Total $0.00 Previous Change Orders Co# DATE I AMOUNT Total I $0.00 1 FORT WORTH., Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: E. Northside Dr Bridge Replacement at Samuels Ave— Change Order #2 M&C: 24-0039 CPN: 102097 CSO: 61082 DOC#: Date: To: Name Department Initials Date Out 1 Alex Hammes 1BCTX 141y Apr 21, 2025 (AHammes(a,,IBCTX.com) AH 2. Gustavo A. Vallejo TPW-PM V6v Apr 21, 2025 3. Greg Robbins TPW PrgM " Apr 23, 2025 4. Mary Hanna TPW Sr CPO N Apr 23, 2025 5. Patricia Wadsack TPW AD PLW Apr 24, 2025 6. Lauren Prieur TPW Director Lauren xxvPrieur Apr 25, 2025 7 Doug Black Legal A oon�ias eia�a Apr 29, 2025 8 Jesica McEachern CMO CM May 6, 2025 9 TPW Contracts TPW 10. CC: Program Manager, Sr. CPO, TPW BSPAP Recon Team, TPW Records Room, TPW Contracts ALSO List: Bus Sppt: Filoconio Munoz ; Prg Mgr: Gree Robbins ; 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: ❑YES ®No RUSH: ❑YES ®No SAME DAY: ❑YES ®No NEXT DAY: ❑YES ®No ROUTING TO CSO: ®YES ❑No Action Required: ❑ Attach Signature, Initial and Notary Tabs ❑ As Requested ❑ For Your Information ® Signature/Routing and or Recording ❑ Comment ❑ File Return To: Please notify TPWContractsr&..fortworthtexas. oovv for pickup when complete. Call ext. 7233 or ext. 8363 with questions. Thank you! CONSTRUCTION CONTRACT ROUTING & TRANSMITTAL SLIP I EffOl-13-2024, mdhm CSC No. 61082-CO2 FORT WORTH. Project Name E. Northside Dr Bridge Client Project #(s)I 102097 Projec Description Contractor City Project Mgr.1 City of Fort Worth Change Order Request I City Sec # 1 61082 This project includes the bridge removal and replacement of East Northside Drive eastbound and westbound bridge decks over Samuels Avenue IBCTX, LLC Gustavo A Vallejo Dept Original Contract Amount Extras to Date Credits to Date Pending Change Orders (in M&C Process) Contract Cost to Date Amount of Proposed Change Order Revised Contract Amount Original Funds Available for Change Orders Remaining Funds Available for this CO Additional Funding (if necessary) Unit 1: Paving $3,714,298.00 Change Order#1 2 1 Date 4/17/2025 City Inspector Curtis Hollingsworth Contract Time Totals (CD $3,714,298.00 300 5 $3,714,298.00 305 0 $3,714,298.00 305 $185,715.00 $185,715.00 CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 0.00% MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST + 25%) $4,642,872.50 JUSTIFICATION (REASONS) FOR CHANGE ORDER IN ACCORDANCE WITH THIS CHANGE ORDER, THE CONTRACTOR SHALL: Furnish all labor and materials as specified in Change Order #2. Change Order #2 includes bid items for the remobilization to build retaining walls on Samuels Ave, which are necessary to prevent erosion from stormwater runoff from the abutment. This retaining wall was not included in the original project scope. Time: no additional time to the contract for the additional work. Cost: The City has compared the new bid items with current contract prices from other projects under construction at the time of the change order, and has determined that the contractor's proposed pricing is fair and reasonable. 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. s Company Na ontractor Na Date IBCTX, LLC Alex Hammes ' Apr21, 2025 Ins e�ctorAns e ion Su erviso Date Project and Contract Compliance Manager Iaaa,.—I.. on Apr21,2025 Apr21,2025 Date Apr23,2025 Senior Capital Project Officer Date Apr23,2025 r De t Fssi'stantCity Date in De artment De t DaApr24,2025 *s1�Apr25,2025 orne Date Apr 29, 2025 Assistant Gil ager I _ IMay 6, 2025 Council Action if re uired M&C Number I NA M&C Date Approved NA ATTEST: —A A .. Jannette Goodall, City Secretary FORT T�JRTH Project Name E. Northside Dr Bridge Client Project# 102097 Contractol IBCTX, LLC City of Fort Worth Change Order Additions City Sec # 61+082 I PMI Gustavo A Vallejo Inspectorl Curtis Hollingsworth I Change Order Submittal # 0 Date 1 4/17/2025 ADDITIONS I I EM UtSCIdP IIUN DEP 1 65 9999.0002 Specitied Remoblization Unit 1: Paving 21 3291.0100 Topsoil Unit 1: Paving 23 3292.0100 Elock Sod Placement Unit 1: Paving 46 TxDOT 423.6008 Retaining Wall (Cast-in-Place)(W/sidewalk) Unit 1: Paving Uty Unit Unit Gost total LOU LS $8,190.UU $8,19U.UUI 5.2U CY $500.0U $2,600.001 44.01J SY $50.00 $2,200.001 28.01J SF $120.0U $3,360.001 Unit 1: 'avinq $16,350.00 $0.00 Sub Total Additions $16,35U.00 Change Order Additions Page 4 of 6 FOR _ T W RTHH City of Fort worth Change Order Deletions Project Name E. Northside Dr Bridge City Sec # i 61082 Client Project# 102097 1 Contractor IBCTX, LLC PMI Gustavo A. Vallejo Inspectorl Curtis Hollingsworth Change Order Submittal # Q Date 1 4/17/2025 1 DELETIONS IIFM UEb(;WF'IIUN UFPI Ul4 unit Unit host total bt y`Jy`J.0001 Bridge Construction Allowance unit 1: Paving U. �bJbUUUU Lb $tuU,uUO.uU, $7b,JbU.UUI 1 1 1 1 1 1 1 1 1 1 I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Unit 1:}'avinq $16,350.00 I I $0.00 Sub Total Deletions $lb,3bU.UU Change Order Deletions Page 5 of 6 M/SBE for this Change Order M/SBE Sub Type of Service Amount for this CO N/A N/A N/A Total $0.00 Previous Change Orders co # DATE I AMOUNT 8/29/2024 $0.00 Total I $0.00 I FORT WORTH, TRANSPORTATION AND PUBLIC WORKS July 10, 2025 IBCTX, LLC 507 Main St, Suite B Lake Dallas, TX 76065 RE: Acceptance Letter Project Name: E. Northside Drive Bridge Replacement Over Samuels Ave Project Type: Bridge, Paving City Project No.: 102097 To Whom It May Concern: On February 4, 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 April 8, 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 8, 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 817-392-2817. Sincerely, Gustavo Vallejo P.M., Project Manager =`-VAq.' ,202'°9'CDT, Greg Robbins P.E., Program Manager Cc: Curtis Hollingsworth, Inspector Doanld Watson, Inspection Supervisor Aaron Ybarra, Senior Inspector Marry Hanna P.E., Program Manager TNP, Consultant IBCTX, LLC, Contractor City of Fort Worth, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 AFFIDAVIT STATE OF TEXAS COUNTY OF DENTON Before me, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared Alex Hammes, Vice President Of IBCTX, 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; CPN 102097 E Northside Dr Brie BY: r vAlex Hammes, Vice President Subscribed and sworn before me on this date 16 of June, 2025. /y �►"' VERONICA PEREZ Notary ID #132464126 ~� o.�µy COmmNsIon Expires Notary Public May 8, 2028 Denton, TX _ CONSENT OF SURETY TO FINAL PAYMENT AIA l ocurnerat G707 Rnnri Nn TX(:1 nzt-,; 1R TO O%VNEP, !Name ruraiadc!lx�1 City of Fort Worth 200 Texas Street Fort Worth, TX 76102 >?12QJEC1'_ rNwnw en id ad zbm,.i() E. Northside Dr. Bridge Replacement at Samuels Avenue OWNER ARCHITECT CONTRACTOR sUtM OTHPR ARCHITECT'S PRO-JECT NO.: CONTRACT' FOR: Construction CONTIRACTDA7"ED: January 23, 2024 In actordance,AITh the provisions of the Contract between the Owner and the Contractor as indic.-ted above, the Onsurl rz wz, and aeld*xAs ofSrnmtw Merchants Bonding Company (Mutual) P.O. Box 14498 Des Moines, IA 50306-3498 SURETY(, on bond of (7rxse» rr[r!lrranrllxt#dre�sP{Cantrueir!!) IBCTX, LLC 507 Main Street, Suite B Lake Dallas, TX 75065 CONTRACTOR, hereby approves of the final payment to the Contractor, grid agrees that final payment to the Contraceor shall not relieve the 5uretr; of any of it-.; obtigabons to (1+7. a nanrcemdadclreno(aurrer) City of Fort Worth 200 Texas Street Fort Worth, TX 76102 as set ford) in said Surety's bond. LTV NMTNOS T HERROP, the Surety has hereunto set its hand on this date: J my 14, 2025 (lrwtj in writhilk dweand.rear.i o�Na C04f, Merchants Bondina Comganv (Mutual) A''. 1933 �6J,�„ .••�.�i. (5{�+!]ofltlYOf(1tN))Ot�XC11lt')?lY-�N!!fa!!!'eJ (Seal): Erik Partridge, Attorney -in -Fact (Sear: _ (Pl4J!leYlltarlrY ulrC! ti!!r) G 707-1994 MERCHANTS BONDING COMPANY.. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.. both being corporations of the State of Iowa, and MERCHANTS NATIONAL INDEMNITY COMPANY, an assumed name of Merchants National Bonding, Inc., (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Erik Partridge Surety Bond #: TXC104508 Principal:IBCTX, LLC Obtigee; City of Fort Worth their true and lawful Attorneys) -in -Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed bylaw. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the By -Laws adopted by the Board of Directors of the Companies "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attomey or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship o obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only. it is agreed that the power and authority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages andlor final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attomey-in-Fact cannot be modified or revoked unless prior writlen personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 14th day of July 2025 `p>yttG Cp'• +' ZIdNq••'' .*`NALfIV�'*. MERCHANTS BONDING COMPANY (MUTUAL) t1 .. Rf 4•,......,., l O a MERCHANTS NATIONAL BONDING, INC. R�QR �p • ` Q�` �)FORNFyi : MERCHANTS NATIONAL INDEMNITY COMPANY ;may: �0 9� .21; . ry:'p4 4�'• y's ?,'UP p ,;k 1933 :'�'"~ 2003 :,�; :s'', fZ: • • • • • ••••.••••''' • • •' President STATE OF IOWA COUNTY OF DALLAS ss. On this 14th day of July, 2025 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL), MERCHANTS NATIONAL BONDING, INC., and MERCHANTS NATIONAL INDEMNITY COMPANY; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. �PR`a{s Perini Miller , z 'P Commission Number 787952 • �` + Nly Commission Expires rows January 20, 2027 (Expiration of notary's commission Notary Public does not invalidate this instrument) I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL), MERCHANTS NATIONAL BONDING, INC., and MERCHANTS NATIONAL INDEMNITY COMPANY do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF - ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 14th day of July 2025 . ••�41NGGa� •+1*y4Ng1`'• •.`ONAtfHiF,• • Q> • •P40q Co p ••=''"`�. aPQ/' •gyp: : p�.�FOR ' �y', 1933 :Cy; ;v'=% 2003 ;;r.7, ;sv, 3' Secretary cf-`••• •• '`•lb ........•` ••�r. .rrr• POA 0018 (5125)