Loading...
HomeMy WebLinkAbout062637-FP1 - Construction-Related - Contract - Urban Infraconstruction, LLCFORTWORTH. TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJECT COMPLETION -FP1 City Secretary No: 62637 Date Received: 02/23/2026 City Project No: 105778 Regarding Contract 62637 2025 Concrete Restoration Contract 2 for as required by the Transportation & Public Works Department as approved by City Council on 12/20/24 through M&C 24-1084 the Director of the Transportation & 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: $3,981,750.00 Days 210 Amount of Approved Change Orders: $0.00 No 1 Days Added by CO 30 Revised Contract Amount: $3,981,750.00 Total Days 240 Total Cost of Work Completed: $3,890,636.59 Days Charged229 Less Deductions: Liquidated Damages: Days @ /Day = $ 0.00 Pavement Deficiencies: Total Deduction Amount: $ 0.00 Total Cost of Work Completed: $3,890,636.59 Less Previous Payments: ($ 3,696,104.72) Final Payment Due: $ 194,531.87 Patricia L. wa4s IGK Patrina L 1A'ad111k (Fob 20, 2025 15.15 54 CST) Recommended for Acceptance Assistant Director, Transportation & Public Works — Capital Delivery le&� Accepted Director, Transportation & Public Works 02/20/2026 Date 02/20/2026 Date OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORT WORTH. TPW Construction Invoice City Secretary Contract Number: Purchase Order: CS62637 NON PO Project: Invoice Number: 105778-105778 - 2025 Concrete Restoration Contract 2 CS62637-009-FINAL+GS-C-1 Contract Name: Invoicing Period (From — To): 2025 Concrete Restoration 2 N/A to N/A To: URBAN INFRACONSTRUCTION 2512 GRAVEL DRIVE FORT WORTH, TX 76118 Supplier ID: 0000039969 Contract Summary: 1. Original Contract Amount $3,981,750.00 2. Net Change by Change Orders $0.00 3. Current Contract Amount (Line 1 +/- Line 2) $3,981,750.00 4. Total Completed and Stored to Date $3,890,636.59 (Progress Estimate, Construction Allowance, and Change Orders) 5. Amount Retained (5.00%) $0.00 6. Amount Eligible to Date (Line 4 — Line 5) $3,890,636.59 7. Less Previous Payments (Line 5from prior Invoice) $3,696,104.72 8. Amount Due this Application $194,531.87 9. Balance to Finish, Plus Retainage $91,113.41 (Line 3 — Line 6) 10. Contract Time a. Days Awarded 210 b. Days Added by Change Order 30 c. Total Contract Days Awarded 240 d. Days Charged this Invoice 0 e. Days Charged from Previouslnvoice(s) 229 f. Contract Days Remaining 11 Payment Application Date: 12.24.2025 Estimate Number: 8 Project Manager: Otuyelu,lretomiwa Roles Inspector: Sr. Inspector: Project Manager: Contractors Certification: Payment Approvals Date: 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 Samuel ffevnandez Samuel Hernandez (Feb 17, 2026 15:01:13 CST) Page 1 of 3 FORT WORTH- TPW Construction Invoice Funding Distribution: Funding Identification (FIDs) Amount Earned Retainage (FIDs) Retainage Amount to Pay on�nn_nennna�_c�nnm n_�nc��o_rnoaon_onon $0.00 30100-2060000-105778-RETAIN-$194,531.87 $194,531.87 Contract Bid Items: A B C D 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) Unit 0170.0101 Specified $ 14,000.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 0.00% $ 14,000.00 EA 1 $ 14,000.00 $ .00 1.001 Remobilization _ Unit 0241.1300 Remove Conc Curb 1,600 $ 8.00 $ 12,800.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 12,800.00 SF 1.002 & Gutter 1,600 $ 12.00 $ 19,200.00 _ 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 19,200.00 Unit 3213.04016" Concrete SF 1.003 Driveway 21,000 $ 17.00 $ 357,000.00 0.0000 $ .00 26,866.270 $ 456,726.59 $ .00 $ 456,726.59 $ .00 Unit 0241.1000 Remove Conc Pvmt SY 127.93% $- 99,726.59 1.004 $2,457,000.00 0.0000 $ .00 0 26,866.270 $3,143,353.59 $ .00 $3,143,353.59 Unit 3213.0104 9" Concrete SY 21,000 $ 117.00 $ .00 127.93% $-686,353.59 1.005 Pavement 0 _ Unit 3123.0102 Unclassified CY 6,000 $ 81.00 $ 486,000.00 0.0000 $ .00 2,065.9100 $ 167,338.71 $ .00 $ 167,338.71 $ .00 34.43% $ 318,661.29 1.006 Excavation by Survey _ Unit 3211.0123 8" Flexible base, Sy 10,500 $ 20.00 _ $ 210,000.00 0.0000 $ .00 1,262.7600 $ 25,255.20 $ .00 $ 25,255.20 $ .00 12.03% $ 184,744.80 1.007 Type A, GR-2 Unit 9999.0004 Geogrid Tensar _ SY 5,100 $ 8.00 $ 40,800.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00� $ .00 0.00% $ 40,800.00 1.008 (TRIAX 140-475) or Approved Equal TN Unit 3212.0401 HMAC Transition 50 $ 300.00 $ 15,000.00 0.0000 $ .00 10.5000 $ 3,150.00 $ .00 $ 3,150.00 $ .00 21.00% $ 11,850.00 L009 Unit 3292.0100 Block Sod 3,500 $ 12.00 $ 42,000.00 0.0000 $ .00 425.0000 $ 5,100.00 $ .00 $ 5,100.00 $ .00 12.14% $ 36,900.00 SY 1.010 Replacement L Unit 3291.0100 Topsoil CY 250 $ 125.00 $ 31,250.00 0.0000 $ .00 30.5000 $ 3,812.50 $ .00 _ $ 3,812.50 $ .00 12.20% $ 27,437.50 1.011 Unit 3213.0700 Joint Sealant LF 500 $ 3.00 $ 1,500.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 1,500.00 1.012 Page 2 of 3 FORT WORTH.. TPW Construction Invoice A B c U 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) $ 1,600.00 Period 0.0000 $ .00 1.0000 $ 800.00 (not in F) $ .00 $ 800.00 50.00% $ 800.00 Unit 0241.0300 Remove ADA Ramp EA 2 $ 800.00 $ .00 1.013 Unit 3213.0506 Barrier Free Ramp, EA 2 $ 2,500.00 $ 5,000.00 0.0000 $ .00 1.0000 $ 2,500.00 $ .00 $ 2,500.00 $ .00 50.00% $ 2,500.00 1.014 Type P-1 Unit 0241.0100 Remove Sidewalk SF 400 $ 5.00 $ 2,000.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 2,000.00 L LO15 Unit 3213.03014" Conc Sidewalk 200 $ 7.00 $ 1,400.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 0.00% $ 1,400.00 SF $ .00 1.016 Unit 3305.0107 Manhole 11 $ 1,300.00 $ 14,300.00 0.0000 $ .00 2.0000 $ 2,600.00 $ .00 $ 2,600.00 $ .00 18.18% $ 11,700.00 EA 1.017 Adjustment, Minor Unit 3217.5001 Curb Address EA 5 $ 100.00 $ 500.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 500.00 1.018 Painting Unit 3305.0111 Valve Box 5 $ 1,000.00 $ 5,000.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ 00 $ .00 0.00% $ 5,000.00 EA 1.019 Adjustment Unit 3213.03114" Conc Sidewalk, 200 $ 8.00 $ 1,600.00 _ 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 SF $ .00 0.00% $ 1,600.00 1.020 Adjacent to Curb 200 $ 12.00 $ 2,400.00 _ 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 0.00% $ 2,400.00 Unit 3217.0501 24" SLID Pvmt LF $ .00 1.021 Marking HAE (W) Unit 3217.2001 Raised Marker TY W _ 500 $ 8.00 _ $ 4,000.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 4,000.00 EA 1.022 Unit 3217.2002 Raised Marker TY Y EA 300 $ 8.00 $ 2,400.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 2,400.00 Unit 3471.00O1Traffic Control 7 $ 10,000.00 $ 70,000.00 0.0000 $ .00 8.0000 $ 80,000.00 $ .00 $ 80,000.00 $ .00 114.29% $- 10,000.00 MO 1.024 $ 35,000.00 _ 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 0.00% $ 35,000. 00 Unit 9999.1000 Irrigation LS 1 $ 35,000.00 $ .00 1.025 Adjustment & Landscape Repair Allowance (Please enter $35,000.00 for the Unit Price.) I_ $ 150,000.00 0.0000 $ .00 0.0000 $ .00 $ .00 i $ .00 0.00% $ 150,000.00 Unit 9999.0002 Construction 0 $ .00 1.026 Allowance (Please enter $150,000.00for the Unit Price.) $3,981,750.00 $ 0.00 $3,890,636.59 $ 0.00 $3,890,636.59 $- 97.71% $ 91,113.41 194,531.87 Page 3 of 3 CSC No. 62637-COI Fowl Woii-rlI. Project Namel 2025 Concrete Restoration Contract 2 Client Project#(s)105778 Project Description Contractor Urban Infraconstruction, LLC City Project Mgr. Irotomiwa Otuyelu Dept Original Contract Amount Extras to Date Credits to Date Pending Change Orders (in M&C Process) Contract Cost to Date �Go to ADD & DEL Tabs to Enter CO Backup Revised Contract Amount Original Funds Available for Change Orders Remaining Funds Available for this CO Additional Funding (if necessary) TPW $3,981,750.00 City of Fort Worth Change Order Request City Sec # I 62637 Concrete panel replacement at various locations ChangeOrder#1 1 j Date 9/8/2025 City Inspectorl Omar Fries Contract Time Totals (CD� $3,981,750.00 10 CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 0.00% MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACTCOST+ 25%) $4,977,187.50 JUSTIFICATION (REASONS) FOR CHANGE ORDER In accordance with this Change Order, the Contractor shall furnish all labor and materials as specified in Change Order #1. This change order adds concrete restoration work on Village Creek Road from Martin Street to Martin Street and on Carey Street from Martin Street to Martin Luther King Jr. Freeway. During construction on Martin Street, staff evaluated these adjacent segments and determined that both are in poor condition due to heavy truck traffic, making immediate repairs necessary to preventfurther deterioration. Including these additional locations will provide consistent pavement quality, reduce the need for future repairs, and improve efficiency by avoiding repeat mobilizations. The work will be performed using available contract quantities and does not significantly alter the overall project scope. Time: To accommodate the added scope, staff supports the contractor's request for an additional 30 calendar days to the contract time. 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. Contractor's Company Name Contractor (Name) Contract Signature Date Urban Infraconstruction, LLC I Anup Tamrakar VW I Sep 18, 202E is�oectorflnspection Supervisor Date Project and Contract Compliance Manager Date Sep 18, 202_`► Sep 22, 202E 4ogram Manager Date Senior Capital Project Officer Date 3s111md2b— Sep 25, 202E — 10/02/2025 ssilnt Director De Date Director, Contracting Department (Dept) Date 10/03/2025�+� 10/03/2025 assistant City Aftorney Date lAssistant City Manager I Date QG 10/06/2025 10/13/2025 Council Action rrf required) M&C Number I N/A M&C Date Approved NIA ATTEST: Jannette Goodall, City Secretary OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Fi>err wow rn City of Fort Worth —`T — Change Order Additions Project Name 1 2025 Concrete Restoration Contract 2 ' City Sec # I 62637 Client Project # 1 105778 1 Contractorl Urban Infraconslruction, LLC I PMI Iretomiwa Otuyelu I Inspectorl Omar Frias Change Order Submittal # 0 Date 1 9/8/2025 1 ADDITIONS I I FM UESL;Pjp I WIN UtP I LtiY Unit Unit Cost I otal TF'I $0.00 Sub Total Additions $0.00 Change Order Additions Page 2 of 3 I I tM r+Fra'r 44errrrrl City of Fort Worth -V� Change Order Deletions Project Name 2025 Concrete Restoration Contract 2 j City Sec # 1 62637 Client Project# ! 105778 1 Contnactorl Urban Infraconstruction, LLC PMI Iretomiwa Otuyelu Inspectorl Omar Frias Change Order Submittal # Date 9j I8I2025J DELETIONS UtJUHn'IIUN UtNI uty unit unauost total I I I I I I TF W $0.00 I I I Sub Total Deletions $U.UU Change Order Deletions Page 3 of 3 105778-CNCO-2025 CONCRETE RESTORATION CONTRACT 2 - CO 1 Interim Agreement Report 2025-09-26 Created: 2025-09-17 By: Andrea Munoz (Andrea. Munoz@fortworthtexas.gov) Status: Out for Signature Transaction ID: CBJCHBCAABAA-iuR60r99IAkDQWrSOKLhxBtN5kyQLnW Agreement History Agreement history is the list of the events that have impacted the status of the agreement prior to the final signature. A final audit report will be generated when the agreement is complete. "105778-CNCO-2025 CONCRETE RESTORATION CONTRAC T 2 - CO 1 " History iJ Document created by Andrea Munoz (Andrea. Munoz@fortworthtexas.gov) 2025-09-17 - 1:35:30 AM GMT- IP address: 204.10.90.100 :4 Document emailed to LaKeshia Lynch (LaKeshia.Lynch@fortworthtexas.gov) for filling 2025-09-18 - 8:41:28 PM GMT 1— Document emailed to anup@urbaniconstruct.com for signature 2025-09-18 - 8:41:28 PM GMT Im " Document emailed to Omar Frias (omar.frias@fortworthtexas.gov) for signature 2025-09-18 - 8:41:29 PM GMT J Email viewed by Omar Frias (omar.frias@fortworthtexas.gov) 2025-09-18 - 8:43:33 PM GMT- IP address: 166.205.54.18 &11-1 Email viewed by anup@urbaniconstruct.com 2025-09-18 - 8:44:26 PM GMT- IP address: 172.226.196.31 AQ Document e-signed by Omar Frias (omar.frias@fortworthtexas.gov) Signature Date: 2025-09-18 - 8:44:40 PM GMT - Time Source: server- IP address: 166.205.54.18 do Signer anup@urbaniconstruct.com entered name at signing as Anup Tamrakar 2025-09-18 - 8:46:07 PM GMT- IP address: 67.134.205.28 FORT WORTH, Powered b' Adobe Acrobat Sign YQ Document e-signed by Anup Tamrakar (anup@urbaniconstruct.com) Signature Date: 2025-09-18 - 8:46:09 PM GMT - Time Source: server- IP address: 67.134.205.28 6Q Form filled by LaKeshia Lynch (LaKeshia.Lynch@fortworthtexas.gov) Form filling Date: 2025-09-19 - 4:55:05 PM GMT - Time Source: server- IP address: 204.10.90.100 L-' Document emailed to Lorrie Pitts (Lorrie.Pitts@fortworthtexas.gov) for signature 2025-09-19 - 4:55:07 PM GMT C-Document emailed to Iretomiwa Otuyelu (Iretomiwa.Otuyelu@fortworthtexas.gov) for signature 2025-09-19 - 4:55:08 PM GMT Email viewed by Lorrie Pitts(Lorrie.Pitts@fortworthtexas.gov) 2025-09-19 - 5:47:13 PM GMT- IP address: 66.169.141.161 00 Document e-signed by Iretomiwa Otuyelu (Iretomiwa.Otuyelu@fortworthtexas.gov) Signature Date: 2025-09-22 - 2:59:29 PM GMT - Time Source: server- IP address: 204.10.90.100 coo Document e-signed by Lorrie Pitts (Lorrie.Pitts@fortworthtexas.gov) Signature Date: 2025-09-23 - 9:00:14 PM GMT - Time Source: server- IP address: 204.10.90.100 I-_ Document emailed to Zelalem Arega(Zelalem.Arega@fortworthtexas.gov) for signature 2025-09-23 - 9:00:16 PM GMT 6a Document e-signed by Zelalem Arega(Zelalem.Arega@fortworthtexas.gov) Signature Date: 2025-09-25 - 6:45:18 PM GMT - Time Source: server- IP address: 208.184.124.181 C7 Document emailed to Mary Hanna (Mary. Han na@fortworthtexas.gov) for signature 2025-09-25 - 6:45:21 PM GMT Email viewed by Mary Hanna (Mary.Hanna@fortworthtexas.gov) 2025-09-25 - 6:46:33 PM GMT- IP address: 104.47.65.254 FORT WORTH, Powered b' Adobe Acrobat Sign 105778-CNCO-2025 Concrete Restoration Contract 2 - CO 1 Interim Agreement Report Created: 2025-09-26 By: Andrea Munoz(Andrea. M u noz@fortworthtexas.gov) Status: Out for Signature Transaction ID: CBJCHBCAABAA4sWHLligjEUYzxWiQHMkKAEETsQ8Th_x Agreement History 2025-10-02 Agreement history is the list of the events that have impacted the status of the agreement prior to the final signature. A final audit report will be generated when the agreement is complete. "105778-CNCO-2025 Concrete Restoration Contract 2 - CO 1" History ` Document created by Andrea Munoz(Andrea.Munoz@fortworthtexas.gov) 2025-09-26 - 5:24:55 PM GMT- IP address: 204.10.90.100 Document emailed to Mary Hanna (Mary.Han na@fortworthtexas.gov) for signature 2025-09-26 - 5:45:15 PM GMT Email viewed by Mary Hanna (Mary. Hanna@fortworthtexas.gov) 2025-09-26 - 5:54:10 PM GMT- IP address: 104.47.64.254 FORTWORTH, I Powere"Y Adobe Acrobat Sign FORTWORTH® Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: 2025 CONCRETE RESTORATION CONTRACT 2 — CO 1 M&C: 25- CPN: 105778 CSO: 62637 Date: 9/15/2025 To: Name 1. LaKeshia Lynch 2. Urban Infraconstruction, Ltd 3. Omar Frias 4. Lorrie Pitts 5. Iretomiwa Otuyelu 6. Zelalem Arega 7. Mary Hanna 8. Patricia Wadsack 9. Lauren Prieur 10. Doug Black 11. Jesica McEachern 12. Jannette Goodall 13. TPW Contracts Department Initials Bus-Sppt M- Vendor --Vl-- TPW - Inspector or- TPW — Sr.Inspector TPW a. TPW T�— TPW ter✓ TPW AD TPW Director xxv Legal CMO CA CSO �, ne TPW DOC#: 1 Date Out Sep 19, 2025 Sep 18, 2025 Sep 18, 2025 Sep 23, 2025 Sep 22, 2025 Sep 25, 2025 Oct 2, 2025 Oct 3, 2025 Oct 3, 2025 Oct 6, 2025 Oct 13, 2025 Oct 13, 2025 CC: Program Manager, Sr. CPO, TPW BSPAP Recon Team, TPW Records Room, TPW Contracts ALSO List: - Bus Sppt: LaKeshia Lynch; Prg Mgr.: Zelalem Areea: 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: DYES NNo RUSH: DYES NNo SAME DAY: ❑YES El No NEXT DAY: DYES ❑No ROUTING TO CSO: NYES ❑No Action Required: ❑ As Requested ❑ For Your Information N Signature/Routing and or Recording ❑ Comment ❑ File ❑ Attach Signature, Initial and Notary Tabs Return To: Please notify TPWContracts(&fortworthtexas.gov for pickup when complete. Call ext. 7233 or ext. 8363 with questions. Thank you! FORT WORTH. City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: Urban Infraconstruction, LLC Subject of the Agreement: Please see justification on change order. M&C Approved by the Council? * Yes ❑ No 10 If so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes ❑ No 8 If so, provide the original contract number and the amendment number. Is the Contract "Permanent"? *Yes 8 No ❑ If unsure, see back page for permanent contract listing. Is this entire contract Confidential? *Yes ❑ No 8 If only specific information is Confidential, please list what information is Confidential and the page it is located. Effective Date: Expiration Date: If different from the approval date. If applicable. Is a 1295 Form required? * Yes ❑ No 8 *If so, please ensure it is attached to the approving M&C or attached to the contract. Project Number: If applicable. 105778 *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes 8 No ❑ Contracts need to be routed for CSO processing in the following order: 1. Katherine Cenicola (Approver) 2. Jannette S. Goodall (Signer) 3. Allison Tidwell (Form Filler) *Indicates the information is required and if the information is not provided, the contract will be returned to the department. Affidavit of Compliance with City of Fort Worth Prevailing Wages I, Samuel Hernandez (Name of person signing affidavit) Field Engineer (Title) do hereby certify that the wages paid to all employees of Urban Infraconstruction LLC (Company Name) for all hours worked on the CPN 105778 — 2025 Concrete restoration Contract 2 (Project name and location) project, during the period from March 171h. 2025 to November 11th, 2025 (Project Dates) are in compliance with the requirements of Chapter 2258, Texas Government Code related to paying established City of Fort Worth wage rates per the project bid documents. I further certify that no rebates or deductions have been or will be made, directly or indirectly, from any wages paid in connection with this project, other than those provided by law. Sworn to and subscribed in my presence this TARYN PHILLIPS 4 sky PC, Notary Public, State of Texas Comm. Expires 04-14-2029 Notary ID 133039193 Revised 3/08/2024 i S i \ (Signature of Officer or Agent) i 2 day of QUJ/ 1/0� (Notary Public) , 20Z5. CONSENT OF SURETY TO FINAL PAYMENT A/A Document G707 Bond No. S7A2S00004799 TO OWNER: (Name anal rr(lilrexi) City of Fort Worth, Texas 200 Texas Street Fort Worth, TX 76102 OWNER ARCHITECT CONTRACTOR SURETY OTHER ARCHITECT'S PROIEC"f NO.: CONTRACT FOR: 2025 Concrete Restoration Contract 2 PROJECT: CONTRACT DATED: December 10, 2024 !Anne and actrin-,vl 2025 Concrete Restoration Contract 2 City Project Number 105778 In accordance with the provisions of the Contract between the Owner and the Conti -actor as indicated above, the• (lnu•n »sun• ruul aeleir ." ul bon•h.) American Alternative Insurance Corporation 555 College Road East - P.O. Box 5241 Princeton, NJ 08543 SURFIY, on bond of (6,.wn nano• urrrl nldre•.cc (# Cowrarrur) Urban Infraconstruction LLC 2512 Gravel Drive Fort Worth, TX 76118 , CONTRACTOR, hereby approvcw of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety of any of its obligations to (G,.u•n n[ane an(i ruoren' of O,rvrer, City of Fort Worth, Texas 200 Texas Street Fort Worth, TX 76102 asset forth in said SUIVIN"S b Ond. IN WITNESS WHER1-OF, the Surety has hereunto set its hand on this date: November 14, 2025 (/aK•rf in li ntrrlq the month JoOoll ell Hi' Ilk, Inimenc drnr and Ivan ) (1, 21 1-4 11-;X) -.,6 - , -, fl,- , American A (S,ueh7 f (Sti Lptrumr of rr,t OWNER, Attest: ' ` II (Seal): Debra Robinson, CiVitn ss Yamillec R dmos, Atornev-in-Fact - - rl'rnurrinruueiuulridel.— CAUTION: You should sign an original AIA document that has this caution printers in red. brr- I i original assures that changes will not be obscured as may occur when documents are-reprachxed. See Instruction Sheet for Limited License for Reproduction of this document. AIA DOCUMENT G707 • CONSENT OF St'REIY TO FINA]. PAYMEN-1 • 190i FDI11ON • AIA G, lWi • 111E A.UF.RKXN INS1111-11: OF .ARCHl1TCTi• !-;; NFw 1 ORK AVF:\1 "E. NV6. vrASH- INGTON. DC. 2(00(N 5292 • WARNING: Unlicensed photocopying violates U.S. copy- right lawn and will subject the violator to legal prosecution. G707-1994 CERTIFIED COPY POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the AMERICAN ALTERNATIVE INSURANCE CORPORATION, a corporation organized and existing by virtue of the laws of the State of Delaware ("Corporation") with offices at 555 College Road East, Princeton, N.J. 08543, has made. constituted and appointed, and by these presents, does make, constitute and appoint: Russ Frenzel; Brady K. Cox; William D. Baldwin; Brent Baldwin; Michael B. Hill; Keith Rogers; Sam Freireich; Brock Anglin; Cindy Alford; Yamillec Ramos; Neira Hernandez; Katherine Vanikiotis; and Kristi Date its true and lawful Attomeys-in-Fact, at Princeton, in the State of New Jersey, each of them alone to have full power to act without the other or others, to make, execute and deliver on its behalf, as Surety or Co -surety, bonds and undertakings given for any and all purposes, also to execute and deliver on its behalf as aforesaid renewals, extensions, agreements, waivers, consents or stipulations relating to such bonds or undertakings provided, however, that no single bond or undertaking so made, executed and delivered shall obligate said Company for any portion of the penal sum thereof in excess of the sum of One Hundred Million Dollars (5100.000,000). Such bonds and undertakings for said purposes, when duly executed by said Attomey(s)-in-Fact, shall be binding upon said Company as fully and to thesame extent as if signed by the President of said Company under its corporate seal attested by its Secretary. This appointment is made under and by authority of a certain Resolution adopted at a meeting of the Board of Directors of said Company duly held on the 27th day of August. 1975, a copy of which appears below. IN WITNESS WHEREOF, the AMERICAN ALTERNATIVE INSURANCE CORPORATION has caused its corporate seal to be hereunto affixed, and these presents to be signed by its duly authorized officers this 241h day of September, 2021. ",aumuuno„', �\VEI4SUgg1•''' v�'•GpRPORgTF �9os By; rge Michael G. Kerner ;tea: $EAI. President Attest: rr n�rron IgnacioNv'era Deputy General Counsel & Secretary STATE OF NEW JERSEY, COUNTY OF SOMERSET The foregoing instrument was acknowledged before me by means of online notarization this 241h day of September, 2021, by Michael G. Kerner and Ignacio Rivera, who are personally known to me. SECRETARY'S CERTIFICATE The undersigned, Ignacio Riven, hereby certifies: S n Sanfilippo otary Public S to of New Jersey My Commission Expires February 8, 2026 1. That the undersigned is Secretary of American Alternative Insurance Corporation, a corporation of die State of Delaware: 2. That the original power of attorney of which the foregoing is a copy was duly executed on behalfof said Corporation on the day of its date, and has not since been revoked, amended or modified; that the undersigned has compared the foregoing copy thereof with said original power of attomey, and that the same is a true and correct copy of said original power of attomey and of the whole thereof; 3. That the original resolution of which the following is a copy was duly adopted at, and recorded in the minutes of, a regular meeting of the Board of Directors of said Corporation duly held on August 4, 1998. and has not since been revoked, amended or modified. RESOLVED, that each of the following officers of this Corporation, namely, the President, the Executive Vice President, the Senior Vice Presidents, and the Vice Presidents, be, and they hereby are, authorized, from time to time in their discretion, to appoint such agent or agents or attorney or attorneys -in -fact as deemed by them necessary or desirable for the purpose of carrying on this Corporation's business, and to empower such agent or agents or attomey or attomeys-in-fact to execute and deliver, in this Corporation's name and on its behalf, and under its seal or otherwise, surety bonds, surety undertakings or surety contracts made by this Corporation as surety thereon. RESOLVED, that the signature of any authorized officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attomey and revocation of any power of attomey or certificate of either given for the execution of any surety bond, surety undertaking, or surety contract, such signature and seal, when so used being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation, to be valid and binding upon the Corporation with the same force and effect as though manually affixed. FURTHER RESOLVED, that any prior appointments by the Corporation of MGAs are, in all respects, hereby ratified, confirmed and approved. FURTHER RESOLVED, that the Secretary orany Assistant Secretary ofthis Corporation is hereby authorized to certify and deliver to any person to whom such certification and delivery may be deemed necessary and desirable in the opinion ofsuch Secretary or Assistant Secretary, a true copy ofthe foregoing resolution. 4. The undersigned has compared the foregoing- copies of said original resolutions as so recorded, and they are the same true and correct copies of said original resolutions as so recorded and of die whole thereof. Witness the hand ofthe undersigned and the seal of said Corporation this14th day of November ,()25 o1`"r°° °""� ION AMERICAN ALTERNATIVE INSURANCE CORPORATION 41 K'.. SEAL ?' IPn���!1/oR`,.NAtSlD:4.<Os116116FD't 3E�' �OFOEIaN �nnnnauao�P° _ Ignacio Rivera g - Deputy General Counsel R Secretary TRS-100 1-'1 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 John Chen, VP of Finance Of Urban Infraconstruction LLC, known to me to be a credible person, who being by me duly sworn, upon his oath deposed and said; That all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in full; That the wage scale established by the City Council in the City of Fort Worth has been paid in full; That there are no claims pending for personal injury and/or property damages; On Contract described as, 2025 Concrete Restoration Contract 2, City Project No. 105778 BY John Chen, VP of Finance Subscribed and sworn before me on this date 19 of December, 2025. No4,r�yPubIic O Tarrant County, Texas TARYN PHILLIPS ss°oi Notary Public, State of Texas ..c Comm. Expires 04-14-2029 Notary ID 133039193 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS November 10, 2025 Urban Infraconstruction LLC 2727 Lyndon B Johnson Farmers Branch TX 73234 RE: Acceptance Letter Project Name: 2025 Concrete Restoration Contract 2 Project Type: Paving City Project No.: 105778 To Whom It May Concern: On November 10, 2025 a final inspection was made on the subject project. There were no punch list items identified at that time. The final inspection indicates that the work meets the City of Fort Worth specifications and is therefore accepted by the City. The warranty period will start on November 10, 2025, which is the date of the final inspection 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) 392-6747. Sincerely, Iretomiwa Otuyelu, Project Manager Arega Zelalem , Program Manager Zu4g- n i121t Cc: Omar Frias, Inspector Gary Deyon, Inspection Supervisor Lorrie Pitts, Senior Inspector Arega Zelalem , Program Manager NA, Consultant Urban Infraconstruction LLC, Contractor NA, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 08/20/19