Loading...
HomeMy WebLinkAboutContract 61215-FP1-FP1 FORT WORTH. City Secretary 61215 Contract No. Date Received 08/18/2025 AT NOTICE OF PROJECT COMPLETION (Developer Projects) The Transportation and Public Works Department upon the recommendation of the Project Manager has accepted the following project as complete: Project Name: Premium Waters Sewer Relocation City Project No.: 104945 Improvement Type(s): Water ❑x Sewer ❑x i—c— was rrsosz raorsacoJ0 Original Contract Price: 167,717.00 Amount of Approved Change Order(s): $19,127.86 Revised Contract Amount: $186,844.86 Total Cost of Work Complete: $186,844.86 08/11/2025 Contractor Date Project Manager Title Maverick Utility, Inc. Company Name 08/11/2025 Hector ont a ue 11, 202515:04:22 CDT) Project Inspector Date —i 08/15/2025 Project Manager Date )0w4,0,w,& 08/18/2025 CFA Manager Date 08/18/2025 TPW Director Date C-�P� 08/18/2025 Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT. WORTH, TX Notice of Project Completion Project Name: Premium Waters Sewer Relocation City Project No.: 104945 City's Attachments Final Pay Estimate ❑x Change Order(s): ❑x Yes ❑ N/A Pipe Report: ❑x Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid ' Consent of Surety Statement of Contract Time Contract Time: 45 Work Start Date: 6/11 /2024 Completed number of Soil Lab Test: 111 Completed number of Water Test: 0 Days Charged: 147 Work Complete Date: 1/24/2025 Page 2 of 2 FORT WORT 11 CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name PREMIUM WATERS SEWER RELOCATION Contract Limits Project Type WATER & SANITARY SEWER City Project Numbers 104945 DOE Number 4945 Estimate Number 1 Payment Number 1 City Secretary Contract Number Contract Date Project Manager NA Contractor MAVERICK UTILITY CONSTRUCTION P.O. BOX 728 Inspectors For Period Ending 1/24/2025 WD Contract Time 4WD Days Charged to Date 147 Contract is 100.00 Complete EULESS , TX 76039 G.DEYON / H.MONTOYA Tuesday, June 17, 2025 Page 1 of 4 City Project Numbers 104945 DOE Number 4945 Contract Name PREMIUM WATERS SEWER RELOCATION Estimate Number I Contract Limits Payment Number 1 Project Type WATER & SANITARY SEWER For Period Ending 1/24/2025 Project Funding UNIT II: SANITARY SEWER IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 SANITARY LINE GROUTING (CO#1) 25 CY $150.00 $3,750.00 25 $3,750.00 2 12" SEWER ABANDONMENT PLUG (CO#1) 1 EA $550.00 $550.00 1 $550.00 3 UTILITY SERVICE SURFACE RESTORATION 3078 SY $1.62 $4,986.36 3078 $4,986.36 SEEDING(CO#1) 4 CONCRETE COLLAR FOR MANHOLE(CO#1) 4 EA $450.00 $1,800.00 4 $1,800.00 5 8" SEWER PIPE(CO#1) 30 LF $65.00 $1,950.00 30 $1,950.00 6 12" SEWER PIPE(CO#1) 927 LF $95.00 $88,065.00 927 $88,065.00 7 EPDXY MANHOLE LINER(CO#1) (CO#4) 55.3 VF $325.00 $17,972.50 55.3 $17,972.50 8 4' MANHOLE(CO#1) 4 EA $7,588.00 $30,352.00 4 $30,352.00 9 4'EXTRA DEPTH MANHOLE(CO#1) (CO#4) 46.3 VF $450.00 $20,835.00 46.3 $20,835.00 Sub -Total of Previous Unit $170,260.86 $170,260.86 UNIT I: WATER IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 2" WATER SERVICE (CO#3) 1 EA $5,303.00 $5,303.00 1 $5,303.00 2 12" X 8" TAPPING SLEEVE & VALVE (CO#3) 1 EA $11,281.00 -------------------------------------- $11,281.00 1 $11,281.00 Sub-Total of Previous Unit $16,584.00 $16,584.00 Tuesday, June 17, 2025 Page 2 of 4 City Project Numbers 104945 Contract Name PREMIUM WATERS SEWER RELOCATION Contract Limits Project Type WATER & SANITARY SEWER Project Funding Contract Information Summary Original Contract Amount Change Orders Change Order Number 1 Change Order Number 2 Change Order Number 3 Change Order Number 4 Total Contract Price DOE Number 4945 Estimate Number I Payment Number I For Period Ending 1/24/2025 $167,717.00 ($167,717.00) $167,703.36 $16,584.00 $2,557.50 $186,844.86 Total Cost of Work Completed $186,844.86 Less % Retained $0.00 Net Earned $186,844.86 Earned This Period $186,844.86 Retainage This Period $0.00 Less Liquidated Damages Days @ / Day LessPavement Deficiency Less Penalty Less Previous Payment Plus Material on Hand Less 15% Balance Due This Payment $0.00 $0.00 $0.00 $0.00 $0.00 $186,844.86 Tuesday, June 17, 2025 Page 3 of 4 City Project Numbers 104945 DOE Number 4945 Contract Name PREMIUM WATERS SEWER RELOCATION Estimate Number I Contract Limits Payment Number I Project Type WATER & SANITARY SEWER For Period Ending 1/24/2025 Project Funding Project Manager NA City Secretary Contract Number Inspectors G.DEYON / H.MONTOYA Contract Date Contractor MAVERICK UTILITY CONSTRUCTION Contract Time 45 WD P.O. BOX 728 Days Charged to Date 147 WD EULESS , TX 76039 Contract is .000000 Complete CITY OF FORT WORTH SUMMARY OF CHARGES Line Fund Account Center Amount Gross Retainage Net Funded Total Cost of Work Completed $186,844.86 Less % Retained $0.00 Net Earned $186,844.86 Earned This Period $186,844.86 Retainage This Period $0.00 Less Liquidated Damages 0 Days @ $0.00 / Day $0.00 LessPavement Deficiency $0.00 Less Penalty $0.00 Less Previous Payment $0.00 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $186,844.86 Tuesday, June 17, 2025 Page 4 of 4 REVIEWED By George Marqeuez, P.E. at 10:39 am, May 15, 2025 DEVELOPER -AWARDED -PROJECT CHANGE ORDER (PROJECT NAME: Premium Waters Sewer Relocation (CONTRACT: CHANGE Sewer ORDER No: CFA # CFA23-0169 I CITY PARTICIPATION:( NO CITY PROJECT # 104945 CITY SECRETARY CONTRACT # I FID # 130114-0200431-104945-EO7685 ,I X # I X-27858 IFILE # IX-27858 INSPECTOR: Hector Montoya Phone No: 682-215-9539 PROJECT MANAGER: George Marquez Phone No: 682-263-3904 CONTRACT UNIT WATER SEWER DRAINAGE PAVING STREET LIGHTS Developer Developer Developer Developer Cost City Cost Developer Cost City Cost Cost City Cost Cost City Cost Cost City Cost (ORIGINAL CONTRACT $o.00 $0.00 $167,717.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 EXTRAS TO DATE $0.00 $0.00 $0.00 $0.00 I $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 CREDITS TO DATE I $0.00 $0,00 I $0.00 $0.00 I $0.00 $0.00 I $0.00 $0.00 I $0.00 $0.00 CONTRACT TO DATE I $0.00 $0.00 I $167,717.00 $0.00 I $0.00 $0.00 I $0.00 $0.00 I $0.00 $0.00 AMOUNT OF PROP. CHANGE ORDER I $0.00 $0.00 I ($167,717.00) $0.00 I $0.00 I $0.00 I $0.00 $0.00 $0.00 I $0.00 REVISED CONTRACT AMOUNT I $0.00 $0.00 I $0.00 $0.00 I $0.00 I $0.00 I $0.00 $0.00 $0.00 I $0.00 TOTAL REVISED CONTRACT AMOUNT PER UNIT I $0.00 I $0.00 I $0.00 I $0.00 I $0.00 REVISED COST SHARE Dev. Cost: $0.00 City Cost: $0.00 TOTAL REVISED CONTRACT I $0.00 WORKING DAYS 90 90 0 90 Revised: 12-17-2018 Page 1 REVIEWED By George Marqeuez, P.E. at 10:40 am, May 15, 2025 You are directed to make the following changes in the contract documents: UNIT It: SANITARY SEWER IMPROVEMENTS CITY BID ITEM CFW Unit PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION Price 1 241.2001 (25) CY Sanitary Line Grouting 2 241.2105 (1) EA 12" Sewer Abandonment Plug 3 3292,0201 (3078) SY Ulilitiy Service Surface Restoration Seeding 4 3305.0112 (4) EA Concrete Collar for Manhole 5 3331.4115 (30) LF 8" Sewer Pipe 6 3331.4208 (927) LF 12" Sewer Pipe 7 3339.0001 1 (52) VF Epoxy Manhole Liner 8 13339.1001 (4)1 EA I 4' Manhole 9 13339.1003 (43)1 VF I 4' Extra Depth Manhole TOTAL UNIT It: SEWER IMPROVEMENTS Asterisk (*) indicates New Pay Item UNIT PRICE Developer Cost City Cost TOTAL $150.00 ($3,750.00) $0.00 ($3,750.00) $550.00 ($550.00) $0.00 ($550.00) $1.62 ($5,000.00) $0.00 ($5,000.00) $450.00 ($1,800.00) $0.00 ($1,800.00) $65.001 ($1,950.00) $0.00 ($1,950.00) $95.001 ($88,065.00) $0.00 ($88,065.00) $325.001 ($16,900.00) $0.00 ($16,900.00) $7,588.00 ($30,352.00) $0.00 ($30,352.00) $450.001 ($19,350.00) $0.00 ($19,350.00) ($167,717.001 0.00 ($167,717.00) 1 Revised: 12-17-2018 Page 2 VVV-.JII LI IvulwpG - UJVJJJJJ-VV 11'Yl1Vfl'ULL V'JI 1-/ unu IU/'�JV REVIEWED By George Marqeuez, P.E. at 10:40 am, May 15, 2025 REASONS FOR CHANGE ORDER The original contract amount was wrong. This is the second of two change orders to correct the value of the original contract. RECOMMENDED: APPROVED: APPROVED: B : `-' Date: 05/15/2025 By: l� fire Date: 5/6/2025 12:07�yM PDT &-t Date: 5- 12"2rj a Name: Tyler Reeves, PE Name: John Trojacek Name: Brff"erle JVZ�;+n Title: Engineer Title: Developer Title: Contractor APPROVAL RECOMMENDED: APPROVED: APPROVED AS TO FORM AND LEGALITY: By: Not Applicable Date: By: Not Applicable Date: By: Not Applicable Date: Name: Not Applicable Name: Not Applicable Name: Not Applicable Title: Not Applicable Title: Not Applicable Title: Not Applicable RECOMMENDED: CFW - 'Contract Compliance Manager By: ��d 2,Cy� ii � lJ Ll,G� Date: 5/15/2025 Na .:George Marquez Title: CFW Project Manager M&C Number: M&C Date Approved: N/A N/A ATTEST By: Not Applicable Date: Name: Jannette S. Goodall Title: City Secretary ' Contract Compliance Manager (Project Manager): By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, and ensuring all performance and reporting requirements. There are NO City Funds associated with this Contract ❑ There are City Funds associated with this Contract Revised: 12-17-2018 Page 3 IPROJECT NAME (CONTRACT: CFA # CITY PROJECT # CITY SECRETARY CONTRACT # FID # X# (FILE # INSPECTOR: PROJECT MANAGER: DEVELOPER -AWARDED -PROJECT CHANGE ORDER Premium Waters Sewer Relocation Sewer CFA23-0169 I CITY PARTICIPATION:( NO 104945 30114-0200431-104945-EO7685 X-27858 X-27858 Hector Montoya Phone No: 682-215-9539 George Marquez Phone No: 682-263-3904 REVIEWED By George Marqeuez, P.E. at 10:42 am, May 15, 2025 CHANGE ORDER No: 2 I CONTRACT UNIT WATER SEWER DRAINAGE PAVING STREET LIGHTS I WORKING Developer Developer Developer DAYS Cost City Cost Developer Cost City Cost Cost City Cost Cost City Cost Developer Cost City Cost IORIGINAL CONTRACT $0.00 $0.00 $167,717.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 90 EXTRAS TO DATE I $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 CREDITS TO DATE I $0.00 $0.00 $167,717.00 50.00 $0.00 $0.00 $0.00 $0.00 $0,00 $0.00 CONTRACT TO DATE I $0.00 I $0.00 I $0.00 I $0.00 I $0.00 $0.00 $0.00 I $0.00 $0.00 I ;0.00 I 90 AMOUNT OF PROP. CHANGE ORDER $0.00 I $0.00 I $167,703.36 I $0.00 I $0.00 $0.00 $0.00 I $0.00 I $0.00 I $0.00 0 REVISED CONTRACT AMOUNT $0.00 I $0.00 I $167,703.36 I $0.00 I $0.00 $0.00 $0.00 I $0.00 I $0.00 I ;0.00 90 TOTAL REVISED CONTRACT AMOUNT PER UNIT $0.00 $167,703.36 I $0.00 $0.00 I $0.00 REVISED COST SHARE I Dev. Cost: $167,703.36 City Cost: $0.00 II I TOTAL REVISED CONTRACT I $167,703.36 Revised: 12-17-2018 Page 1 You are directed to make the following changes in the contract documents: PAY ITEM # 1 2 3 4 5 6 7 8 9 Asterisk (`) indicates New Pay Item CITY BID ITEM 241.2001 241.2105 3292.0201 3305.0112 3331.4115 3331.4208 13339.0001 13339.1001 13339.1003 1 QUANTITY 25 1 3078 4 30 9271 521 4 43 REVIEWED By George Marqeuez, P.E. at 10:42 am, May 15, 2025 UNIT II: SANITARY SEWER IMPROVEMENTS CFW Unit UNIT ITEM DESCRIPTION Price CY Sanitary Line Grouting EA 12" Sewer Abandonment Plug SY Utilitiy Service Surface Restoration Seeding EA Concrete Collar for Manhole LF 8" Sewer Pipe LF 12" Sewer Pipe VF Epoxy Manhole Liner EA 4' Manhole VF 4' Extra Depth Manhole TOTAL UNIT It: SEWER IMPROVEMENTS UNIT PRICE I Developer Cost City� Cost TOTAL $150.001 $3,750.00 $0.00 $3,750.00 $550.001 $550.00 $0.00 $550.00 $1.621 $4,986.36 $0.00 $4.986.36 $450.001 $1,800.00 $0.00 $1,800.00 $65.001 $1,950.00 $0.00 $1.950.00 $95.001 $88,065.00 $0.00 1 $88,065.00 $325.001 $16,900.00 ' $0.00 $16,900.00 $7,588.001 $30,352.00 I $0.00 $30,352.00 $450.001 $19,350.00 I $0.00 $19,350.00 $167.703.36 $0.00 I $167,703.36 Revised: 12-17-2018 Page 2 REVIEWED By George Marqeuez, P.E. at 10:42 am, May 15, 2025 REASONS FOR CHANGE ORDER The original contract amount was wrong. This is the first of two change orders to correct the value of the original contract. RECOMMENDED: APPROVED: APPROVED: By: /i/�—t "'' Date: 05/15/2025 By. I rga" Date: 5/6/2025 1 12:07 gy PDT /4 4 Date: �] - 12' ZS Name: Tyler Reeves, PE Name: John Trojacek Name: $ryerr*We 3V51 r" —orra� "t'r► Title: Engineer Title: Developer Title: Contractor APPROVAL RECOMMENDED: APPROVED: APPROVED AS TO FORM AND LEGALITY: By: Not Applicable Date: By: Not Applicable Date: By: Not Applicable Date: Name: Not Applicable Name: Not Applicable Name: Not Applicable Title: Not Applicable Title: Not Applicable Title: Not Applicable RECOMMENDED: CFW - `Contract Compliance Manager By:�Q84r 7vi�,?/2,1 UZ1 Date: 5/15/2025 Name:Georgee Marquez /� Title: CFW Project Manager M&C Number: N/A M&C Date Approved: N/A ATTEST By: Not Applicable Date: Name: Jannette S. Goodall Title: City Secretary Contract Compliance Manager (Project Manager): By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, and ensuring all performance and reporting requirements. 0 There are NO City Funds associated with this Contract ❑ There are City Funds associated with this Contract Revised: 12-17-2018 Page 3 DEVELOPER -AWARDED -PROJECT CHANGE ORDER PROJECT NAME: Premium Waters Sewer Relocation CONTRACT: Sewer CFA# CFA23-0169 CITY PARTICIPATION:1 NO CITY PROJECT # 104945 CITY SECRETARY CONTRACT # FID # 30114-0200431-104945-EO7685 X # X-27858 FILE # X-27858 INSPECTOR: Hector Montoya Phone No: 682-215-9539 PROJECT MANAGER: George Marquez Phone No: 682-263-3904 CONTRACT UNIT WATER I SEWER DRAINAGE Lveloper Developer b Cost City Cost Developer Cost City Cost Cost City Cost C ORIGINAL CONTRACT $0.00 $0.00 $167,717.00 I $0.00 I $0.00 I $0.00 EXTRAS TO DATE $0.00 $0.00 $167,703.36 I $0.00 I $0.00 I $0.00 CREDITS TO DATE $0.00 $0.00 $167,717.00 I $0.00 I $0.00 I $0.00 CONTRACT TO DATE $0.00 $0.00 $167,703.36 I $0.00 I $0.00 I $0.00 AMOUNT OF PROP. CHANGE ORDER $16,584.00 $0.00 $0.00 I $0.00 I $0.00 I $0.00 REVISED CONTRACT AMOUNT $16,584.00 $0.00 $167,703.36 I $0.00 I $0.00 I $0.00 TOTAL REVISED CONTRACT AMOUNT PER UNIT $16,584.00 $167,703.36 $0.00 REVISED COST SHARE Dev. Cost: $184,287.36 City Cost: TOTAL REVISED CONTRACT $184,287.36 REVIEWED By George Marqeuez, P.E. at 10:42 am, May 15, 2025 CHANGE ORDER No: 3 PAVING I STREET LIGHTS I I CONTRACT doper beveloper DAYS City Cost Cost City Cost $0.00 $0.00 $0.00 $0.00 90 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 90 $0.00 $0.00 $0.00 $0.00 0 $0.00 $0.00 $0.00 $0.00 90 $0.00 $0.00 $0.00 Revised: 12-17-2018 Page 1 REVIEWED You are directed to make the following changes in the contract documents: PAY ITEM # 1` 2` Asterisk (*) indicates New Pay Item CITY BID ITEM # QUANTITY 3312.2203 1.00 3312.4107 1.00 By George Marqeuez, P.E. at 10:42 am, May 15, 2025 UNIT I: WATER IMPROVEMENTS UNIT ITEM DESCRIPTION CFW Unit Price UNIT PRICE EA 1 2" Water Service $5303.00 EA 12" x 8" Tapping Sleeve and Valve $11281.00 TOTAL UNIT I: WATER IMPROVEMENTS Developer Cost City Cost TOTAL $5,303.00 $5,303.00 $11,281.00 $11,281.00 $16.584.01 0.00 $16,584.00 Revised: 12-17-2018 Page 2 Docusign Envelope ID: FOF67FFB-9E4F-419E-9008-3E821721 F72C REVIEWED By George Marqeuez, P.E. at 10:42 am, May 15, 2025 REASONS FOR CHANGE ORDER Two water taps from the existing public water line were needed. One for a 2" irrigation service, and the other for a private 8" fire line. RECOMMENDED: APPROVED: APPROVED: By: 05/15/2025 By: I 3a� fi�a Digitally s,,n,l by Bryan Yule Bryan n Y u 1 e DN: D=US, E=6yul C—t—ilit , CN- By: ouPJ1:e ckunlilycnnsh�ctinn,cN=eryan 05/15/2025 e e nq 97 in91---nn- Name: Tvler Reeves, PE Name: John Trojacek Name: Bryan Yule Title: Engineer Title: Developer Title: Contractor APPROVAL RECOMMENDED: APPROVED: APPROVED AS TO FORM AND LEGALITY: By: By: By: N/A N/A N/A Name: Name: Name: Title: Title: Title: RECOMMENDED: CFW - `Contract Compliance Manager ATTEST * Contract Compliance Manager (Project Manager): �/ By signing I acknowledge that I am the person responsible By: ( a—&tQ� GIG N/A for the monitoring and administration of this contract, include !//� (% to ensuring all performance and reporting requirements. Name: George Marquez 5 /2025 Jannette S. Goodall City Secretary 0 There are NO City Funds associated with this Contract Title: CFW Project Manager El There are City Funds associated with this Contract M&C Number: M&C Date Approved: Revised: 12-17-2018 Page 3 DEVELOPER -AWARDED -PROJECT CHANGE ORDER PROJECT NAME: Premium Waters Sewer Relocation CONTRACT: Sewer CFA# CFA23-0169 CITY PARTICIPATION:1 NO CITY PROJECT # 104945 CITY SECRETARY CONTRACT # FID # 30114-0200431-104945-EO7685 X # X-27858 FILE # X-27858 INSPECTOR: Hector Montoya Phone No: 682-215-9539 PROJECT MANAGER: George Marquez Phone No: 682-263-3904 CONTRACT UNIT WATER I SEWER DRAINAGE Lveloper Developer b Cost City Cost Developer Cost City Cost Cost City Cost C ORIGINAL CONTRACT $0.00 $0.00 $167,717.00 I $0.00 I $0.00 I $0.00 EXTRAS TO DATE $16,584.00 $0.00 $167,703.36 I $0.00 I $0.00 I $0.00 CREDITS TO DATE $0.00 $0.00 $167,717.00 I $0.00 I $0.00 I $0.00 CONTRACT TO DATE $16,584.00 $0.00 $167,703.36 I $0.00 I $0.00 I $0.00 AMOUNT OF PROP. CHANGE ORDER $0.00 $0.00 $2,557.50 I $0.00 I $0.00 I $0.00 REVISED CONTRACT AMOUNT $16,584.00 $0.00 $170,260.86 I $0.00 I $0.00 I $0.00 TOTAL REVISED CONTRACT AMOUNT PER UNIT $16,584.00 $170,260.86 $0.00 REVISED COST SHARE Dev. Cost: $186,844.86 City Cost: TOTAL REVISED CONTRACT $186,844.86 REVIEWED By George Marqeuez, P.E. at 10:43 am, May 15, 2025 CHANGE ORDER No: 4 PAVING I STREET LIGHTS I I CONTRACT doper beveloper DAYS City Cost Cost City Cost $0.00 $0.00 $0.00 $0.00 90 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 90 $0.00 $0.00 $0.00 $0.00 0 $0.00 $0.00 $0.00 $0.00 90 $0.00 $0.00 $0.00 Revised: 12-17-2018 Page 1 REVIEWED You are directed to make the following changes in the contract documents: PAY ITEM # 7 9 Asterisk (*) indicates New Pay Item CITY BID ITEM # QUANTITY 3339.1001 3.30 3339.1003 3.30 By George Marqeuez, P.E. at 10:43 am, May 15, 2025 UNIT II: SANITARY SEWER IMPROVEMENTS UNIT ITEM DESCRIPTION CFW Unit Price UNIT PRICE VF Epoxy Manhole Liner $325.00 VF 4' Extra Depth Manhole $450.00 TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS Developer Cost City Cost TOTAL $1,072.50 $1,072.50 $1,485.00 $1,485.00 $2,557.50 $0.00 $2,557.50 Revised: 12-17-2018 Page 2 Docusign Envelope ID: FOF67FFB-9E4F-419E-9008-3E821721 F72C REVIEWED By George Marqeuez, P.E. at 10:43 am, May 15, 2025 REASONS FOR CHANGE ORDER Sewer manhole rims needed to be adjusted to be at finished grade, not existing. RECOMMENDED: APPROVED: APPROVED: 05/15/2025 II 36Lt L fiV'D,� 05/15/2025 Digitally squel by Bryan Yule J C=US, E -duty @mavutili n, CN , DaMaverick Utility Construction,' Bryan Yule Bryan YuleDate Dale: 2024.99.2710:21:3I-05'00' By: By: By: Name:teeves, PE Name: John Trojacek Name: Bryan Yule Title: Engineer Title: Developer Title: Contractor APPROVAL RECOMMENDED: APPROVED: By: By: N/A Name: Name: Title: Title: RECOMMENDED: CFW - *Contract Compliance Manager ATTEST By: Name: George Marquez Title: CFW Project Manager M&C Number: N/A M&C Date Approved: N/A N/A 5/15/2025 Jannette S. Goodall City Secretary APPROVED AS TO FORM AND LEGALITY: By: N/A N/A Name: Title: * Contract Compliance Manager (Project Manager): By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, include ensuring all performance and reporting requirements. 0 There are NO City Funds associated with this Contract El There are City Funds associated with this Contract Revised: 12-17-2018 Page 3 FORT WORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: PREMIUM WATERS SEWER RELOCATION PROJECT NUMBER: 104945 DOE NUMBER: N/A WATER PIPE LAID SIZE TYPE OF PIPE LF N/A FIRE HYDRANTS: N/A VALVES (16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF N/A DENSITIES: YES NEW SERVICES: 1 2" Copper 1 EA. SEWER PIPE LAID SIZE TYPE OF PIPE LF SDR-26 PVC 8" SDR-26 PVC 30 SDR-26 PVC 12" SDR-26 PVC 927 PIPE ABANDONED SIZE TYPE OF PIPE LF SDR-26 PVC 12' SDR-26 PVC 600 DENSITIES: YES NEW SERVICES: N/A TRANSPORTATION AND PUBLIC WORKS s, `' The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311 (817) 392 - 7941 • Fax: (817) 392 - 7845 FORTWORTH. M, TRANSPORTATION AND PUBLIC WORKS June 12, 2025 MAVERICK UTILITY CONSTRUCTION, INC 1001 W. EULESS BLVD. #312 EULESS, TX 76040 RE: Acceptance Letter Project Name: PREMIUM WATERS SEWER RELOCATION Project Type: SEWER IMPROVEMENTS City Project No.: 104945 To Whom It May Concern: On February 14, 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 June 12, 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 June 12, 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- 392-6826. Sincerely, GEORGE MARQUEZ, Project Manager Andrew Goodman, Program Manager Cc: Hector Montoya, Inspector Gary Deyon, Inspection Supervisor Edward Davila, Senior Inspector Andrew Goodman, Program Manager Kimley Horn, Consultant Maverick Utility Construction, Inc, Contractor Premium Waters, Inc, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 AFFIDAVIT STATE OF TEXAS COUNTY OF TARRANT Before me, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared Todd Bonnet, President Of Maverick Utility, Inc, 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; Sanitary Sewer Improvement BY Todd Bonnet - President Subscribed and sworn before me on this date 6 of Febr, 2025. .............. ...... .. BRIAN STEPHAN COOK NOTARY PUBLIC STATE OF TEXAS Not P�li /� `- �'�_ MY COMM. EXP. 10/31/27 Tarrant, TX NOTARY ID 13059535-4 CONSENT OF SURETY COMPANY TO FINAL PAYMENT PROJECT TO: (Owner) OWNER ❑x ARCHITECT ❑ CONTRACTOR ❑ SURETY ❑ OTHER Bond No. 5043651 Sewer Improvements to Serve Premium Water Sewer Relocation City of Fort Worth Premium Waters, Inc. PROJECT NO. CONTRACT FOR: Site Utilities CONTRACTOR: Maverick Utility Construction, Inc. CONTRACT DATE: APRIL3, 2024 1001 W. Euless Blvd., Suite 312 Euless, TX 76040 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the Employers Mutual Casualty Company , SURETY, on Bond of Maverick Utility Construction, Inc. ,CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety Company of any of its obligations to City of Fort Worth Premium Waters, Inc. as set forth in the said Surety Company's bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand this Attest: (Seal) , OWNER, 4th day of August 2025 Emolovers Mutual Casualtv Comnanv Surety Company Signature of Authorized Representative Charles K. Miller. Attornev-In-Fact Title CONSENT OFSURETY COMPANYTOFINALPAYMENT ONE PAGE i *emc_ P.O. Box 712 • Des Moines, Iowa 50306-0712 INSURANCE POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT KNOW ALL MEN BY THESE PRESENTS, that: 1. Employers Mutual Casualty Company, an Iowa Corporation 2. EMCASCO Insurance Company, an Iowa Corporation 3. Union Insurance Company of Providence, an Iowa Corporation 4. Illinois EMCASCO Insurance Company, an Iowa Corporation 5. Dakota Fire Insurance Company, a North Dakota Corporation 6. EMC Property & Casualty Company, an Iowa Corporation hereinafter referred to severally as `Company" and collectively as "Companies", each does, by these presents, make, constitute and appoint: CHARLES K. MILLER its true and lawful attorney -in -fact, with full power and authority conferred to sign, seal, and execute the following Surety Bond(s): Surety Bond Principal: Obligee: Number Maverick Utility Construction, City of Fort Worth Inc. SO43651 and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company, and all of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed. AUTHORITY FOR POWER OF ATTORNEY This Power -of -Attorney is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at the first regularly scheduled meeting of each company duly called and held in 1999: RESOLVED: The President and Chief Executive Officer, any Vice President, the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power and authority to (1) appoint attorneys -in -fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof; and (2) to remove any such attorney -in -fact at any time and revoke the power and authority given to him or her. Attomeys-in-fact shall have power and authority, subject to the terms and limitations of the power -of -attorney issued to them, to execute and deliver on behalf of the Company, and 10 attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of Indemnity and other writings obligatory in the nature thereof, and any such Instrument executed by any such attorney -in -fact shall be fully and in all respects binding upon the Company. Certification as to the validity of any power -of -attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects binding upon this Company. The facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power -of -attorney of the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS THEREOF, the Companies have caused these presents to be sign d for each by their officers as shown, and the Corporate seals to be hereto affixed this 22nd day of September , 2022 Seals �• �c°Lo hSl/�q ^. ; `� �o;^p,ti., : �Fs; ,", �;; •�, ott R. Jean, P e ident &CEO Todd Slrother,Executive Vice President tyG�`� pP Uqi'!� ; ^ �4T' ?�pP DAq��'O'% Q `?�PP��;; s:_ of Company 1;rman, President Chief Legal Officer & Secretary of a" = SEAL ° ; = -' = 1863� o ; - = 1953� _ <= & CEO of Com(fniies 2, 3, 4, 5 & 6 Companies 1, 2, 3, 4, 5 & 6 Y� : Fes`' IOWA '}IIOWT1r .` �O�Nn i•.'O�a'. r'r ltow w SEAL = SEAL Y W: SEAL ' *.IOWA. �' �oR1y �DaKsr, 'y01NE5���` KATHY LOVMIDGE 769 r1 �Noctoder�H.2M On this 22nd day of September 2022 before me a Notary Public in and for the State of Iowa, personally appeared Scott R. Jean and Todd Strother, who, being by me duly sworn, did say that they are, and are known to me to be the CEO, Chairman, President, Executive Vice President, Chief Legal Officer and/or Secretary, respectively, of each of the Companies above; that the seals affixed to this instrument are the seals of said corporations; that said instrument was signed and sealed on behalf of each of the Companies by authority of their respective Boards of Directors; and that the said Scott R. Jean and Todd Strother, as such officers, acknowledged the execution of said instrument to be their voluntary act and deed, and the voluntary act and deed of each of the Companies. My Commission Expires October 10, 2025, CERTIFICATE "NotaPubri �U �/LL� and for the State of yowa I, Ryan J. Springer, Vice President of the Companies, do hereby certify that the foregoing resolution of the Boards of Directors by each of the Companies, and this Power of Altomey Issued pursuant thereto on 22nd day of September , 2022 , are true and correct and are still in full force and effect. In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 4th day of August 2025 Vice President 7851 (9-22) SO43651-26 17320 931 ACC 003173 "For verification of the authenticity of the Power of Attorney you may call (515) 345-7548," IMPO R-TAHT Ex-FOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Employers Mutual Casualty Company, Union Insurance of Providence, and/or EMCASCO Insurance Company for information or to make a complaint at: Employers Mutual Casualty Company Attn: Surety Claims P.O. Box 712 Des Moines, IA 50303 (515) 280-2689 (515) 280-2994 Fax You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-048, Government Code, and Section 53.202, Property Code, effective September 1, 2001. 7209 CONSENT OF OWNER o I'. SURETY COMPANY ARCHITECT ❑ TO FINAL PAYMENT CONTRACTOR ❑ SURETY ❑ Bond No. SO43860 OTHER PROJECT: Sewer Improvements to Serve Premium Water Sewer Relocation TO: (Owner) City of Fort Worth PROJECT NO. Premium Waters, Inc. CONTRACT FOR: Site Utilities CONTRACTOR: Maverick Utility Construction, Inc. CONTRACT DATE: APRIL 3, 2024 1001 W. Euless Blvd., Suite 312 Euless, TX 76040 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the Employers Mutual Casualty Company SURETY, on Bond of Maverick Utility Construction, Inc. CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety Company of any of its obligations to City of Fort Worth , OWNER, Premium Waters, Inc. as set forth in the said Surety Company's bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand this 4th day of August 2025 Attest: (Seal) CONSENT OF SURETY COMPANYTO FINALPAYMENT Emplovers Mutual Casualtv Comoanv Surety Company Signature of Authorized Representative Charles K. Miller. Attornev-In-Fact Title ONEPAGE i *emc_ 14 P.O. Box 712 - Des Moines, Iowa 50306-0712 INSURANCE POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT KNOW ALL MEN BY THESE PRESENTS, that: 1. Employers Mutual Casualty Company, an Iowa Corporation 2. EMCASCO Insurance Company, an Iowa Corporation 3. Union Insurance Company of Providence, an Iowa Corporation 4. Illinois EMCASCO Insurance Company, an Iowa Corporation 5. Dakota Fire Insurance Company, a North Dakota Corporation 6. EMC Property & Casualty Company, an Iowa Corporation hereinafter referred to severally as "Company" and collectively as "Companies", each does, by these presents, make, constitute and appoint: CHARLES K. MILLER its true and lawful attomey-in-fact, with full power and authority conferred to sign, seal, and execute the following Surety Bond(s): Surety Bond Principal: Number Maverick Utility Construction, Inc. SO43860 Obligee: City of Fort Worth Premium Waters, Inc. and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company, and all of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed. AUTHORITY FOR POWER OF ATTORNEY This Power -of -Attorney is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at the first regularly scheduled meeting of each company duly called and held in 1999: RESOLVED: The President and Chief Executive Officer, any Vice President, the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power and authority to (1) appoint attorneys -in -fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof; and (2) to remove any such attomey-in-fact at any time and revoke the power and authority given to him or her. Attorneys -in -fact shall have power and authority, subject to the terms and limitations of the power -of -attorney issued to them, to execute and deliver on behalf of the Company, and to attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of Indemnity and other writings obligatory in the nature thereof, and any such Instrument executed by any such attorney -in -fact shall be fully and in all respects binding upon the Company. Certification as to the validity of any power -of -attorney authorized herein made by an oflicer of Employers Mutual Casualty Company shall be fully and in all respects binding upon this Company. The facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power -of -attorney of the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS THEREOF, the Companies have caused these presents to be sign d for each by their officers as shown, and the Corporate seals to be hereto affixed this 22nd day of September 2022 Seals �• �G�/UC ,a; NSI/ �.r � �O'M pyN��'SY,A 'C�sott R. Jean, P e ident & CEO Todd S troth a r, Executive Vice President -:o ; o_.�Jp•��_;;•, s : of Company 1; irman, President Chief Legal Officer & Secretary of -: = e m a = " f & CEO of Conies 2 3, 4, 5 & 6 Companies 1, 2, 3, 4,5 & 6 SEAL= - - 1863 IOWA �;agURAY���NSURg1,��:: `tt`�Y VAC p'''. O,Iq�,1,PL :v= =w= SEAL =<_ SEAL;: SEAL '•*,IOWA,* �ryoR,HIOAK°��� '` 'Lt01Nf5��P` KATHY LOVERIDGE Commbsba Nulldm ��g OY actob2fr2! On this 22nd day of September 2022 before me a Notary Public in and for the State of Iowa, personally appeared Scott R. Jean and Todd Strother, who, being by me duly sworn, did say that they are, and are known to me to be the CEO, Chairman, President, Executive Vice President, Chief Legal Officer and/or Secretary, respectively, of each of the Companies above; that the seals affixed to this instrument are the seals of said corporations; that said instrument was signed and sealed on behalf of each of the Companies by authority of their respective Boards of Directors; and that the said Scott R. Jean and Todd Strother, as such officers, acknowledged the execution of said instrument to be their voluntary act and deed, and the voluntary act and deed of each of the Companies. My Commission Expires October 10, 2025. CERTIFICATE "Pubri �Noand for the State of ffowa I, Ryan J. Springer, Vice President of the Companies, do hereby certify that the foregoing resolution of the Boards of Directors by each of the Companies, and this Power of Attorney Issued pursuant thereto on 22nd day of September , 2022 , are true and correct and are still in full force and effect. In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 4th day of August 2025 Vice President M/0 No 7851 (9-22) SO43860-25 17320 931 ACC 003173 "For verification of the authenticity of the Power of Attorney you may call (515) 345-7548." li IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Employers Mutual Casualty Company, Union Insurance of Providence, and/or EMCASCO Insurance Company for information or to make a complaint at: Employers Mutual Casualty Company Attn: Surety Claims P.O. Box 712 Des Moines, IA 50303 (515) 280-2689 (515) 280-2994 Fax You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice.is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-048, Government Code, and Section 53.202, Property Code, effective September 1, 2001. 7209