Loading...
HomeMy WebLinkAboutContract 61879-FP2FORT WORTH City Secretary FP2 Contract No. 61879 Date Received 9/10/2025 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: Tradition Phase 9A City Project No.: 105255 Improvement Type(s): ❑x Paving ❑ Drainage ❑ Street Lights ❑x Bridge Original Contract Price: $ 2,316,384.00 Amount of Approved Change Order(s):-$547,818.50 Revised Contract Amount: $1,768,565.50 Total Cost of Work Complete: $1,768,565.50 Caleb CG 44vC -rs 09/09/2025 Contractor Date VP Operations Title RPMx Construction, LLC Company Name 9-16- 111�1— 09/09/2025 Project Inspector Date Atiadage Mokaw wgeen,T U. 09/10/2025 Project Manager Date 09/10/2025 CFA Manager Date 09/10/2025 TPW Director Date 09/10/2025 Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 1 of 2 Notice of Project Completion Project Name: Tradition Phase 9A City Project No.: 105255 City's Attachments Final Pay Estimate ❑x Change Order(s): ❑x Yes ❑x N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 170 WD Days Charged: 189 WD Work Start Date: 9/23/2024 Work Complete Date: 7/23/2025 Completed number of Soil Lab Test: 1011 Completed number of Water Test: 48 Page 2 of 2 FO TWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name TRADITION PHASE 9 A Contract Limits Project Type PAVING City Project Numbers 105255 DOE Number 5255 Estimate Number 1 Payment Number 1 City Secretary Contract Number Contract Date For Period Ending 7/23/2025 WD Project Manager NA Contractor RPMX CONSTRUCTION 5208 TENNYSON PARKWAY SUITE 130 PLANO, TX 75024 Inspectors T. GARDNER / J. ROGERS Contract Time 5WD Days Charged to Date 189 Contract is 100.00 Complete Tuesday, September 2, 2025 Page 1 of 4 City Project Numbers 105255 DOE Number 5255 Contract Name TRADITION PHASE 9 A Estimate Number I Contract Limits Payment Number 1 Project Type PAVING For Period Ending 7/23/2025 Project Funding UNIT IV: PAVING IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 REMOVE ASPHALT PVMT (CO#4), (CO#5) 448 SY $9.00 $4,032.00 448 $4,032.00 2 UNCLASIFIED EXCAAVATION (SAM 2175 CY $25.00 $54,375.00 2175 $54,375.00 REYNOLDS ROAD DIRTWORK) 3 HYDRATED LIME @ 30 LBS./S.Y. (CO#2), (CO#4) 415.9 TN $280.00 $116,452.00 415.9 $116,452.00 4 HYDRATED LIME @ 42 LBS./S.Y. (SAM 24.1 TN $280.00 $6,748.00 24.1 $6,748.00 REYNOLDS ROAD) (CO#2), (CO#5) 5 6" LIME TREATED SUBGRADE (CO#2), (CO#4) 27728 SY $3.50 $97,048.00 27728 $97,048.00 6 6" LIME TREATED (CO#2), (CO#5) 1147 SY $11.00 $12,617.00 1147 $12,617.00 7 2" ASPHALT PVMT TYPE D (CO#2), (CO#5) 647 SY $19.00 $12,293.00 647 $12,293.00 8 4.5 " ASPHALT BASE TYPE B (CO#2), (CO#5) 690 SY $37.00 $25,530.00 690 $25,530.00 9 6" ONCRETE PAVEMENT (CO#2), (CO#4) 25939 SY $48.00 245,072.00 25939 1,245,072.00 10 5' CONC SIDEWALK (CO#6) 1663 LF $34.50 $57,373.50 1663 $57,373.50 11 BARRIER FREE RAMP, TYPE R-1 6 EA $2,400.00 $14,400.00 6 $14,400.00 12 BARRIER FREE RAMP, TYPE M-2 2 EA $2,300.00 $4,600.00 2 $4,600.00 13 BARRIER FREE RAMP, TYPE P-1 22 EA $2,200.00 $48,400.00 22 $48,400.00 14 FURNISH/INSTALL ALUM SIGN GROUND 14 EA $375.00 $5,250.00 14 $5,250.00 MOUNT CITY STD. 15 TRAFFIC CONTROL 1 LS $15,000.00 $15,000.00 1 $15,000.00 16 CONCRETE HEADER (CO#5) 4 EA $450.00 $1,800.00 4 $1,800.00 17 TYPE III END -OF ROAD BARRICADE 4 EA $1,100.00 $4,400.00 4 $4,400.00 18 SAWCUT EXISTING ASPHALT& CONNECT 207 LF $25.00 $5,175.00 207 $5,175.00 PAVEMENT (CO#4) 19 CONNECT TO EXISTING PAVEMENT (CO#4) 2 EA $450.00 $900.00 2 $900.00 20 R-1-1 STYOP SIGN 14 EA $90.00 $1,260.00 14 $1,260.00 21 ST MARKER BLADE 28 EA $200.00 $5,600.00 28 $5,600.00 22 10" CONCRETE PAVEMENT 420 SY $72.00 $30,240.00 420 $30,240.00 Sub -Total of Previous Unit $1,768,565.50 $1,768,565.50 Tuesday, September 2, 2025 Page 2 of 4 City Project Numbers 105255 Contract Name TRADITION PHASE 9 A Contract Limits Project Type PAVING Project Funding Contract Information Summary Original Contract Amount Change Orders Change Order Number 2 Change Order Number 4 Change Order Number 5 Change Order Number 6 DOE Number 5255 Estimate Number 1 Payment Number 1 For Period Ending 7/23/2025 $2,316,384.00 $64,909.00 ($13,347.50) ($140,461.00) ($458,919.00) Total Contract Price $1,768,565.50 Total Cost of Work Completed $1,768,565.50 Less % Retained $0.00 Net Earned $1,768,565.50 Earned This Period $1,768,565.50 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 $1,768,565.50 Tuesday, September 2, 2025 Page 3 of 4 City Project Numbers 105255 Contract Name TRADITION PHASE 9 A Contract Limits Project Type PAVING Project Funding Project Manager NA Inspectors T. GARDNER / J. ROGERS Contractor RPMX CONSTRUCTION 5208 TENNYSON PARKWAY SUITE 130 PLANO , TX 75024 DOE Number 5255 Estimate Number 1 Payment Number 1 For Period Ending 7/23/2025 City Secretary Contract Number Contract Date Contract Time 55 WD Days Charged to Date 189 WD 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 $1,768,565.50 Less % Retained $0.00 Net Earned $1,768,565.50 Earned This Period $1,768,565.50 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 $1,768,565.50 Tuesday, September 2, 2025 Page 4 of 4 PROJECT NAME: CONTRACT: CFA # CITY PROJECT # CITY SECRETARY CONTRACT # FID # X# FILE # INSPECTOR: PROJECT MANAGER: REVIEWED By Mosadage Mohammdeen at 11:13 am, Dec 20, 2024 10 DEVELOPER -AWARDED -PROJECT CHANGE ORDER Tradition - Phase 9A CHANGE (A) Water/Sewer/Storm Drain, (B) Paving, (C) Street Lights ORDER No: 24-0075 CITY PARTICIPATION: NO 105255 61879 2 30114-0200431-105255-EO7685 X-28007 W-3016 John Rogers Phone No: 682-210-8044 Mo Mohammdeen Phone No: 682-402-7050 CONTRACT UNIT WATER SEWER DRAINAGE PAVING STREET LIGHTS CONTRACT Developer DAYS Developer Cost City Cost Developer Cost City Cost Developer Cost City Cost Developer Cost City Cost Cost City Cost ORIGINAL CONTRACT $983,282.99 $0.00 $1,231,595.22 $0.00 $2,240,091.67 $0.00 $2,316,384.00 $0.00 $236,527.00 $0.00 170 EXTRAS TO DATE $8,319.42 $0.00 $30,324.00 $0.00 ($102,844.00) $0.00 $0.00 $0.00 $0.00 $0.00 CREDITS TO DATE $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 CONTRACT TO DATE $991,602.41 $0.00 $1,261,919.22 $0.00 $2,137,247.67 $0.00 $2,316,384.00 $0.00 $236,527.00 i 170 AMOUNT OF PROP. CHANGE ORDER $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $64,909.00 $0.00 $0.00 0 REVISED CONTRACT AMOUNT $991,602.41 $0.00 $1,261,919.22 $0.00 $2,137,247.67 $0.00 $2,381,293.00 $Oi $236,527.00 170 TOTAL REVISED CONTRACT AMOUNT PER UNIT $991,602.41 $1,261,919.22 $2,137,247.67 $2,381,293.00 $236,527.00 REVISED COST SHARE Dev. Cost: $7,008,589.30 City Cost: 0.0 TOTAL REVISED CONTRACT $7,008,589.30 You are directed to make the following changes in the contract documents: UNIT IV: PAVING IMPROVEMENTS CITY BID ITEM PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION CFW Unit Price UNIT PRICE Developer Cost City Cost TOTAL 3 3211.0400 (5.5) Ton Hydrated Lime @ 30lbs/SY $280.00 ($1,540.00) $0.00 ($1,540.00) 4 3211.0400 23 Ton Hydrated Lime @ 42 Ibs/SY $280.00 $6,440.00 $0.00 $6,440.00 5 3211.0501 (364) SY 6" Lime Treated Subgrade $3.50 ($1,274.00) $0.00 ($1,274.00) 6 3211.0502 1093 SY 8" Lime Treated Subgrade $11.00 $12,023.00 $0.00 $12,023.00 7 3212.0302 624 SY 2" Asphalt Pvmt Type D $19.00 $11,856.00 $0.00 $11,856.00 8 3212.0502 636 SY 4.5 Asphalt Base Type B $37.00 $23,532.00 $0.00 $23,532.00 9 3213.0101 (341) SY 6" Concrete Pavement $48.00 ($16,368.00) $0.00 ($16,368.00) 22* 420 SY 10" Concrete Pavement $72.00 $30,240.00 $0.00 $30,240.00 TOTAL UNIT IV: PAVING IMPROVEMENTS $64,909.00 TOTAL CHANGE ORDER $64,909.00 Revised: 12-17-2018 Page 1 Asterisk (*) indicates New Pay Item REASONS FOR CHANGE ORDER 1. Updated Paving Quantities to Match Approved Plans RECOMMENDED: APPROVED: GMcivil Ashton Dallas Resi ential, LLC' Name: Matt Baacke Name: Codv Ballev Title: Project Engineer Title: Land. Development Mgr. APPROVAL RECOMMENDED: APPROVED: ' CFW- Water Department CFW - Assistant City Manager By: By: Name: Name: Title: Title: APPROVED: RPM xConstruction, LLC By: = - Name: Caleb Chalmers Title: 12/05/2024 APPROVED AS TO FORM AND LEGALITY: CFW - Assistant City Attorney By. Name: Title: RECOMMENDED: CF' * Contract Compliance Manager (Project Manager): REVIEWED By signing I acknowledge that I am the person responsible By: _ for the monitoring and administration of this contract, include Name: _ By Mosadage Mohammdeen at 11:13 am, Dec 20, 2024 ensuring all performance and reporting requirements. ❑There are NO City Funds associated with this Contract Title: ❑There are City Funds associated with this Contract M&C Number: M&C Date Approved: Revised: 12-17-2018 Page 2 REVIEWED By Mosadage Mohammdeen at 10:20 am, Mar 12, 2025 DEVELOPER -AWARDED -PROJECT CHANGE ORDER PROJECT NAME: Tradition - Phase 9A I CHANGE CONTRACT: (A) Water/Sewer/Storm Drain, (B) Paving, (C) Street Lights ORDER No: CFA # 24-0075 I CITY PARTICIPATION:I NO CITY PROJECT # 105255 CITY SECRETARY CONTRACT # 61879 I 4 FID # 30114-0200431-105255-EO7685 X # X-28007 FILE # W-3016 INSPECTOR: John Rogers Phone No: 682-210-8044 PROJECT MANAGER: MID Mohammdeen Phone No: 682-402-7050 CONTRACT UNIT WATER I SEWER I DRAINAGE I PAVING STREET LIGHTS CONTRACT `Developer DAYS Developer Cost City Cost Developer Cost City Cost Developer Cost City Cost Developer Cost City Cost Cost City Cost ORIGINAL CONTRACT $983,282.99 I $0.00 $1,231,595.22 $0.00 $2,240,091.67 $0.00 I $2,316,384.00 $0.00 I $236,527.00 I $0.00 I 170 EXTRAS TO DATE $12,533.70 I $0.00 I $37,436.90 $0.00 $7,722.76 $0.00 I $64,909.00 I $0.00 I $0.00 I $0.00 CREDITS TO DATE $0.00 I $0.00 I $0.00 $0.00 $102,844.00 $0.00 I $0.00 I $0.00 I $0.00 I $0.00 CONTRACT TO DATE $995,816.69 I $0.00 I $1,269,032.12 $0.00 $2,144,970.43 $0.00 I $2,381,293.00 I $0.00 I $236,527.00 I $0.00 I 170 AMOUNT OF PROP. CHANGE ORDER $0.00 L $0.00 I $0.00 $0.00 1 $0.00 $0.00 I ($13,347.50) I $0.00 I $0.00 I $0.00 I 0 REVISED CONTRACT AMOUNT $995,816.69 I $0.00 I $1,269,032.12 $0.00 $2,144,970.43 $0.00 $2,367,945.50 I $0.00 I $236,527.00 $0.00 170 TOTAL REVISED CONTRACT AMOUNT PER UNIT $995,816.69 $1,269,032.12 $2,144,970.43 $2,367,945.50 $236,527.00 REVISED COST SHARE Dev. Cost: $7,014,291.74 City Cost: $0.00 TOTAL REVISED CONTRACT $7,014,291.74 You are directed to make the following changes in the contract documents UNIT IV: PAVING IMPROVEMENTS CITY BID ITEM PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION CFW Unit Price UNIT PRICE Developer Cost City Cost TOTAL 1 0241.1100 (169) SY Remove Asphalt Pvmt $9.00 ($1,521.00) $0.00 ($1,521.00) 3 3211.0400 (2.7) TON Hydrated Lime @ 30 lbs./SY $280.00 ($756.00) $0.00 ($756.00) 5 3211.0501 (181) SY 6" Lime Treated Subgrade $3.50 ($633.50) $0.00 ($633.50) 9 3213.0101 (169) SY 6" Concrete Pavement $48.00 ($8,112.00) $0.00 ($8,112.00) 18 9999.0003 (75) LF Sawcut Ex. Asphalt & Connect to Ex. Pvmt. $25.00 ($1,875.00) $0.00 ($1,875.00) 19 9999.0004 (1) EA Connect to Existing Pavement $450.00 ($450.00) $0.00 ($450.00) TOTAL UNIT IV: PAVING IM �ROVEMENTS ($13,347.50) TOTAL CHANGE ORDER ($13,347.50) Revised: 12-17-2018 Page 1 Asterisk (*) indicates New Pay Item REASONS FOR CHANGE ORDER 1. Revised quantities per connection to Sam Reynolds Road @ Darbo Lane due to updated as -built information RECOMMENDED: APPROVED: APPROVED: GMcivil Ashton DallasResidential, LLC RPM xConsrtruction, LLC Name: Matt Baacke Name: Cody Bailey Name: Caleb Chalmers Title: Project Engineer Title: Land Development Manaqer Title: 02/26/2025 By: Name: Title: By: Name: Title: M&C Number: M&C Date Approved: APPROVAL RECOMMENDED: CFW - Water Department RECOMMENDED: CFW - *Contract Compliance Manager APPROVED: CFW - Assistant City Manager By: Name: Title: APPROVED AS TO FORM AND LEGALITY: CFW - Assistant City Attorney By: Name: Title: ATTEST * 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. Jannette S. Goodall City Secretary There are NO City Funds associated with this Contract ❑There are City Funds associated with this Contract REVIEWED By Mosadage Mohammdeen at 10:21 am, Mar 12, 2025 Revised: 12-17-2018 Page 2 PROJECT NAME: CONTRACT: CFA # CITY PROJECT # CITY SECRETARY CONTRACT # FID # X# FILE # INSPECTOR: PROJECT MANAGER: DEVELOPER -AWARDED -PROJECT CHANGE ORDER Tradition - Phase 9A CHANGE (A) Water/Sewer/Storm Drain, (B) Paving, (C) Street Lights ORDER No: 24-0075 I CITY PARTICIPATION:I NO 105255 61879 I 5 30114-0200431-105255-EO7685 X-28007 W-3016 John Rogers Phone No: 682-210-8044 MID Mohammdeen Phone No: 682-402-7050 CONTRACT UNIT REVIEWED By Mosadage Mohammdeen at 8:25 am, Jun 16, 2025 WATER I SEWER I DRAINAGE I PAVING STREET LIGHTS `Developer Developer Cost City Cost Developer Cost City Cost Developer Cost City Cost Developer Cost City Cost Cost City Cost ORIGINAL CONTRACT $983,282.99 I $0.00 $1,231,595.22 $0.00 $2,240,091.67 $0.00 I $2,316,384.00 I $0.00 I $236,527.00 I $0.00 EXTRAS TO DATE $12,533.70 I $0.00 I $37,436.90 $0.00 $7,722.76 $0.00 I $64,909.00 I $0.00 I $0.00 I $0.00 CREDITS TO DATE $0.00 I $0.00 I $0.00 $0.00 $102,844.00 $0.00 I $13,347.50 I $0.00 I $0.00 I $0.00 CONTRACT TO DATE $995,816.69 I $0.00 I $1,269,032.12 $0.00 $2,144,970.43 $0.00 I $2,367,945.50 I $0.00 I $236,527.00 I $0.00 AMOUNT OF PROP. CHANGE ORDER $0.00 L $0.00 I $0.00 1 $0.00 $0.00 $0.00 I ($140,461.00) I $0.00 I $0.00 I $0.00 REVISED CONTRACT AMOUNT $995,816.69 I $0.00 $1,269,032.12 $0.00 $2,144,970.43 $0.00 $2,227,484.50 I $0.00 I $236,527.00 $0.00 TOTAL REVISED CONTRACT AMOUNT PER UNIT $995,816.69 $1,269,032.12 $2,144,970.43 $2,227,484.50 $236,527.00 REVISED COST SHARE Dev. Cost: $6,873,830.74 City Cost: $0.00 TOTAL REVISED CONTRACT You are directed to make the following changes in the contract documents CITY BID ITEM PAY ITEM # # QUANTITY 1 0241.1100 (1,265) 4 3211.0400 (37.7) 6 3211.0502 (1,794) 7 3212.0302 (1,682) 8 3212.0502 (1,794) 16 9999.0001 (1) $6,873,830.74 CONTRACT DAYS 170 170 0 170 UNIT IV: PAVING IMPROVEMENTS UNIT ITEM DESCRIPTION CFW Unit Price UNIT PRICE Developer Cost City Cost TOTAL SY Remove Asphalt Pvmt $9.00 ($11,385.00) $0.00 ($11,385.00) TON Hydrated Lime @ 42 lbs./SY $280.00 ($10,556.00) $0.00 ($10,556.00) SY 8" Lime Treated Subgrade $11.00 ($19,734.00) $0.00 ($19,734.00) SY 2" Asphalt Pvmt Type D $19.00 ($31,958.00) $0.00 ($31,958.00) LF 4.5' Asphalt Base Type B $37.00 ($66,378.00) $0.00 ($66,378.00) EA Concrete Header $450.00 ($450.00) $0.00 ($450.00) TOTAL UNIT IV: PAVING IM DROVEMENTS ($140,461.00) TOTAL CHANGE ORDER ($140,461.00) Revised: 12-17-2018 Page 1 Asterisk (*) indicates New Pay Item REASONS FOR CHANGE ORDER 1. Removed a portion of Sam Reynolds Scope that is contained in Sam Reynolds Construction Plans RECOMMENDED: GMcivil Name: Matt Baacke Title: Project Engineer By: Name: Title: APPROVAL RECOMMENDED: CFW - Water Department APPROVED: Ashton Dallas Residential, LLC By: W 04 10-a� Name: Cody Bailey Title: Land Development Manaqer APPROVED: CFW - Assistant City Manager By: Name: Title: RECOMMENDED: CFW - *Contract Compliance Manager ATTEST By: Name: REVIEWED 1 Jannette S. Goodall J Title: By Mosadage Mohammdeen at 8:25 am, Jun 16, 2025 City Secretary M&C Number: M&C Date Approved: APPROVED RPM xConsrtructionn,, LLC By: Name: Caleb Chalmers Title: VP Operations APPROVED AS TO FORM AND LEGALITY: CFW - Assistant City Attorney By: 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. There are NO City Funds associated with this Contract ❑There are City Funds associated with this Contract Revised: 12-17-2018 Page 2 DEVELOPER -AWARDED -PROJECT CHANGE ORDER REVIEWED By Mosadage Mohammdeen at 12:56 pm, Jun 25, 2025 IPROJECT NAME: Tradition - Phase 9A CHANGE (CONTRACT: (A) Water/Sewer/Storm Drain, (B) Paving, (C) Street Lights ORDER No: ICFA # 24-0075 I CITY PARTICIPATION:( NO ICITY PROJECT # 105255 ICITY SECRETARY CONTRACT # 61879 6 IFID # 30114-0200431-105255-EO7685 IX # X-28007 IFILE # W-3016 INSPECTOR: John Rogers Phone No: 682-210-8044 PROJECT MANAGER: Mo Mohammdeen Phone No: 682-402-7050 CONTRACT UNIT WATER SEWER DRAINAGE PAVING STREET LIGHTS CONTRACT Developer DAYS Developer Cost City Cost Developer Cost City Cost Developer Cost City Cost Developer Cost City Cost Cost City Cost IORIGINAL CONTRACT $983,282.99 $0.00 $1,231,595.22 $0.00 $2,240,091.67 $0.00 $2,316,384.00 $0.00 $236,527.00 $0.00 170 (EXTRAS TO DATE $12,533.70 $0.00 $37,436.90 $0.00 $7,722.76 $0.00 $64,909.00 $0.00 $0.00 $0.00 ICREDITS TO DATE $0.00 $0.00 $0.00 $0.00 $102,844.00 $0.00 $153,808.50 $0.00 $0.00 $0.00 ICONTRACT TO DATE $995,816.69 $0.00 $1,269,032.12 $0.00 $2,144,970.43 $0.00 $2,227,484.50 $0.00 $236,527.00 $0.00 170 (AMOUNT OF PROP. CHANGE ORDER $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 ($458,919.00) $0.00 J=q $0.00 0 IREVISED CONTRACT AMOUNT $995,816.69 $0.00 $1,269,032.12 $2,144,970.43 $0.00 $1,768,565.50 $236,527.00 $0.00 170 TOTAL REVISED CONTRACT AMOUNT PER I M7 UNIT $995,816.69 $1,269,032.12 $2,144,970.43 $1,768,565.50 $236,527.00 REVISED COST SHARE Dev. Cost: $6,414,911.74 City Cost: �0.00 TOTAL REVISED CONTRACT $6,414,911.74 You are directed to make the following changes in the contract documents: UNIT IV: PAVING IMPROVEMENTS CITY BID ITEM PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION CFW Unit Price UNIT PRICE Developer Cost City Cost TOTAL 10 3213.0301 (13,302) LF 5' Conc Sidewalk 1 $34.50 ($458,919.00) $0.00 ($458,919.00) TOTAL UNIT IV: PAVING IMPROVEMENTS ($458,919.00) I - I I TOTAL CHANGE ORDER ($458,919.00) Revised: 12-17-2018 Page 1 Asterisk (*) indicates New Pay Item REASONS FOR CHANGE ORDER 1. Updated contract quantites to match approved plans. RECOMMENDED: APPROVED: GMci�vil Ashton Dallas Residential, LLC ✓ By: f %.I gy. co 04 '" Name: Matt Baacke Name: Cody Bailey Title: Project Engineer Title: Land Development Manager By: Name: Title: APPROVAL RECOMMENDED: CFW - Water Department RECOMMENDED: CFW - *Contract Compliance Manager APPROVED: CFW - Assistant City Manager By: Name: Title: ATTEST By: Name: REVIEWED Jannette S. Goodall By Mosadage Moh-deen at 12:56 pm, Jun 25, 2025 City Secretary Title: M&C Number: M&C Date Approved: APPROVED RPM xConsrtruction, LLC By: C-4w'62 Name: Caleb Chalmers Title: 06/19/2025 APPROVED AS TO FORM AND LEGALITY: CFW -Assistant City Attorney By: 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. []There are NO City Funds associated with this Contract ❑There are City Funds associated with this Contract Revised: 12-17-2018 Page 2 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS August 29, 2025 RPMx Construction LLC 5208 Tennyson Pkwy,Ste. 130 Plano,Texas 75024 RE: Acceptance Letter Project Name: Tradition Phase 9A Project Type: Water,Sewer,Street Light and Drainage City Project No.: 105255 To Whom It May Concern: On July 28, 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 August 18, 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 August 18, 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- 392-2373. Sincerely, Mosadage M0hawiw9em,,TU. Mosadage Mohammden, Project Manager Cc: John Rogers, Inspector Troy Gardner, Inspection Supervisor Nieto,Emanuel, Senior Inspector Andrew Goodmen, Program Manager GM Civil, Consultant RPMx Construction LLC, Contractor Ashton Woods, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 BILLS PAID AFFIDAVIT STATE OF TEXAS COUNTY OF COLLIN BEFORE ME, the undersigned authority, on this day personally appeared Amv Stavola. known to me to be a credible person and officer of RPM xConstruction. LLC. a Texas Corporation (hereinafter called "Contractor"), and who, being duly sworn, upon his oath declares and acknowledges as follows: 1. I am the duly authorized agent for the said Contractor, which has authorized me to make this affidavit, and all of the recitations herein are true and correct. 2. Pursuant to an agreement -dated 8/9/2024 between Ashton Dallas Residential, LLC and RPM xConstruction, LLC, contractor has supplied materials and performed labor in connection with the construction of improvements upon certain real property owned by the Owner in Tarrant County, Texas. Said improvements are more particularly described as paving for Tradition, Phase 9A, CPN #105255 (the "Improvements"). 3. Contractor has actual knowledge that all bills owed by Owner to Contractor and all bills owed by Contractor to others for materials supplied or labor performed in connection with the Improvements have been fully paid and satisfied. Contractor does further warrant that should any claim or lien be filed for material supplied or labor performed by virtue of Contractor's participation in the construction of said Improvements, Contractor will immediately furnish a bond pursuant to Texas Property Code, Sections 53.236 through 53.238, for release of each such lien, and obtain settlement of any such liens and furnish Owner written full release of such liens. Should Contractor be unable to obtain such release, Contractor agrees to fully indemnify and hold harmless the Owner for any and all costs they may incur by reason of such lien. EXECUTED this 9"' day of September 2025. By: Name: Am tavola Title: Accounting Supervisor SUBSCRIBED AND SWORN TO BEFORE ME by the said Amv Stavola. Accountine Supervisor, on this the 9" day of September 2025, to certify which witness my hand and seal of office. UR EA, ri������i/,,, _Q oFof'g,; 09�1 3`20����s, dmAec 6 __ Notary Public in and or the State of Texas CONSENT OF OWNER SURETY COMPANY ARCHITr-,CT TO FINAL PAYMENT CONTRACTOR SURETY AIA DOCUMENT G707 OTHER PROJECT: Tradition Phase 9A (name, address) TO (Owner) [ City of Fort Worth 200 Texas Street Fort Worth, TX 76102 CONTRACTOR: RPM xConstruction, LLC 6500 Meyer Way, Suite 100 McKinney, TX 75070 Bond No. 2359021 ARCHITECT'S PROJECT NO: CONTRACT FOR: CONTRACT DATE: In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (here insert name and address of Surety Company) Swiss Re Corporate Solutions America Insurance Corporation 1200 Main St., Suite 800 ,SURETY COMPANY, on bond of (here insert name and address of Contractor) RPM xConstruction, LLC 6500 Meyer Way, Suite 100 ,CONTRACTOR, McKinney, TX 75070 hereby approves of the final payment to the Contractors, and agrees that final payment to the Contractor shall not relieve the Surety Company of any of its obligations to (here insert name and address of owner) City of Fort Worth 200 Texas Street Fort Worth, TX 76102 as set forth in the said Surety Company's bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this 9th Attest: (Seal): ,OWNER, day of September 2Q25 Swiss Re Corporate Solutions America Insurance Surety Company C)jo,v A "'i V' Signature of Authorized Representative Andrea Rose Crawford Attorney -In -Fact Title NOTE: This form is to be used as a companion document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition AIA DOCUMENT G707 • CONSENT OF SURETY COMPANY TO FINAL PAYMENT • APRIL 1970 EDITION • AIA@ ONE PAGE © 1970 • THE AMERICAN INSTITUTE OF ARCI ITTECTS, 1735 New York Ave., NW, WAS] IINGTON, D.C. 20006 SWISS RE CORPORATE SOLUTIONS SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION ("SRCSAIC") SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION ("SRCSPIC") WESTPORT INSURANCE CORPORATION ("WIC") GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, TI IAT SRCSAIC, a corporation duly organized and existing under laws of the State of Missouri, and having its principal office in the City of Kansas City, Missouri, and SRCSPIC, a corporation organized and existing under the laws of the State of Missouri and having its principal office in the City of Kansas City, Missouri, and WIC, organized under the laws of the State of Missouri, and having its principal office in the City of Kansas City, Missouri, each does hereby make, constitute and appoint: JOHN R. WARD, THOMAS DOUGLAS MOORE, EMILY ALLISON MIKESKA, ALLYSON W. DEAN, MONICA RUBY VEAZEY, JOHN WILLIAM NEWBY, TROY RUSSELL KEY. DEBRA LEE MOON. ANDREA ROSE: CRAW FORD. SANDRA LEI; RONEY. FAITH ANN I IILTY. ANDREW GARbTII ADDISON. PATRICK TnOMAS COYLE. MICHAEL DONALD IIENDRICKSON. BRYAN KELLY MOORS. ELIZABbTII ORTIZ. ANA OWENS. BETTY J REEI1. AND ANDREW PATRICK CLARK JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of TWO HUNDRED MILLION (S200,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both SRCSAIC and SRCSPIC at meetings duly called and held on the 18th of November 2021 and WIC by written consent of its Executive Committee dated July 18, 2011. "RESOLVED, that any two of the President, any Managing Director, any Senior Vice President, any Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is, authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Corporation bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Corporation; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Corporation may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be bindine upon the Corporation when so affixed and in the future with regard to anv bond, undertaking or contract of surety to which it is attached." AM6p/ ONS P... \ QµFORgTFysG O�C,OFLPORglcc�yrG,: BV t �.r'.A� a4. ^ ^ ` _ �q• •• '_ Erik Jmssens, Senior Vice President of SRCSAIC & Senior Vice President o • V` I.L. H : m _ _ O • c� : ofSRCSPIC &Senior Vice President orwic /�ssso.No\1da,, !sso��`\i��'' BV ,0'00 .,,'ySI, *„NO • Gerald Jagrawsid, Vice President orSRCSSAIC&Vice President ofSRCSPIC & Vice President orwic IN WITNESS WHEREOF, SRCSAIC, SRCSPIC, and WIC have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 11th day of January 20 24 Swiss Re Corporate Solutions America Insurance Corporation State of Illinois Swiss Re Corporate Solutions Premier Insurance Corporation County of Cook 0 Westport Insurance Corporation On this 11 th day of January , 20 24 before me, a Notary Public personally appeared Erik Janssens , Senior Vice President of SRCSAIC and Senior Vice President of SRCSPIC and Senior Vice President of WIC and Gerald Jaarowski , Vice President of SRCSAIC and Vice President of SPCSPIC and Vice President of WIC, personally known to me, who being by me duly sworn, acknowledged that they signed (lie above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFFIOMML CMISTIMb CoIS NO" RMLt, 8'lf1tE OF 111*6. Nh 1C&amtsilo�t 6rrahta � 2a I, Jeffev Goldberg, the duly elected Senior Vice President and Assistant Secretary of SRCSAIC and SRCSPIC and WIC, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said SRCSAIC and SRCSPIC and WIC, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 9th day of September 20 25 . Jeffrey Goldberg, Senior Vice President & Assistant Secretary of SRCSAIC and SRCSPIC and WIC In order to obtain information or make a complaint: You may contact the Surety Claims Department at 1-816-235-3702 You may call Swiss Re Corporate Solutions America Insurance Corporation or Swiss Re Corporate Solutions Premier Insurance Corporation for information or to make a complaint at: 1-816-235-3702 You may also write to Swiss Re Corporate Solutions America Insurance Corporation or Swiss Re Corporate Solutions Premier Insurance Corporation at the following address: 1200 Main Street, Suite 800 Kansas City, MO 64105 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1- 800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: httn://www.tdi.state.tx.us E-mail:ConsumerProtectionntdi.state.tx. us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should first contact the Swiss Re Corporate Solutions America Insurance Corporation or Swiss Re Corporate Solutions Premier Insurance Corporation. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. Para obtener informacion o para someter un queja: Puede comunicarse con Surety Claims Department al 1-816-235-3702. Usted puede llamar Swiss Re Corporate Solutions America Insurance Corporation o Swiss Re Corporate Solutions Premier Insurance Corporation para informacion o para someter una queja al: 1-816-235-3702 Usted tambien puede escribir a Swiss Re Corporate Solutions America Insurance Corporation o Swiss Re Corporate Solutions Premier Insurance Corporation al: 1200 Main Street, Suite 800 Kansas City, MO 64105 Puede escribir al Departmento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: 1- 800-252-3439 Puede escribir al Departmento de Seguros de Texas: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: Mtn://www.tdi.state.tx.us E-mail:Consu merProtectionntdi.state.tx. us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el Swiss Re Corporate Solutions America Insurance Corporation o Swiss Re Corporate Solutions Premier Insurance Corporation primero. Si no se resuelve la disputa, puede entonces comunicarse con el Departmento de Seguros de Texas. UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de infromacion y no se converte en parte o condicion del documento adjunto.