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)