HomeMy WebLinkAbout056226-FP1 - Construction-Related - Contract - Fain GroupFORTWORTHo
PARK & RECREATION DEPARTMENT
NOTICE OF PROJECT COMPLETION
Regarding Contract 56226 Northwest Community Park North Road Improvements for as required bythe Park &
Recreation Department as approved by City Council on 3/23/21 through M&C 21-0221 , the Director of the
Park & Recreation Department, upon the recommendation of the Assistant Director of the Park & Recreation
-FP1
City Secretary No: 56226
Date Received: 3/4/2026
City Project No: 102749
Department, has accepted the project as complete.
Original Contract Amount:
Amount of Approved Change Orders:
Revised ContractAmount:
Total Cost of Work Completed:
Less Deductions:
$2,414,735.94
$95,229.79
$2,509,965.73
$2,498,503.05
Days?45
No � Days Added by CO 30
Total Days 2�5
Days Charged 275
Liquidated Damages:
Days @
Pavement Deficiencies:
Total Deduction Amount:
Total Cost of Work Completed:
Less Previous Payments:
Final Payment Due:
�� a "(`� � �.�
�
Recommended for Acceptance
Assistant Director, Park& Recreation Department
$2,498, 503.05
$2,373,577.90
$124,925.15
��
Accepted
Director, Park & Recreation Department
/Day =
03/04/2026
Date
03/04/2026
Date
QFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
C-620 Signature Page
Contractor's Application for Payment
T°�oWne`�. City of Fort Worth InvoicingPexiod(From-To):
O1/13/2026
P' O' �'1 �7�1080_000000852,4 From (Contractor):
Number: Fain Group
Project: 102749 Contractor's CFW VendorNo.:
0000027241
City Secretary Contract ����� Contract NOPtI1W0St COffiffiUlll� P1I'IC
Number: Name:
Application For Payment
ChanQe Order Summary
Approved Change Orders
Number
1
2
3
4
5
6
7
8
TOTALS
NET CHANGE BY
CHANGE ORDERS
Additions
$95,229.79
$95,229.79
$95,229.79
Invoice No. �
Invoice Date:
1/13/2026
Remit to ( If Not Automatic Deposit ):
f C�
1. ORIGINAL CONTRACT PRICE ........................................................... $
Dcictions 2. Net change by Change Orders .................................................................. $
3. Current Contract Price (Line 1 f 2) ......................................................... $
4. TOTAL COMPLETED AND STORED TO DATE
(Progress Estimate, Construction Allowance and Change Orders)....... $
5. RETAINAGE:
a. 5.0 % X $2,498,503.05 Work Completed.......... $
b. X Not Used $
c. Total Retainage (Line Sa + Line Sb) ................................ $
6. AMOUnT ELIGIBLE TO DATE (Line 4- Line Sc) .............................. $
7. LESS PREVIOUS PAYMENTS (Line 6 from prior Application)......... $
8. AMOUNT DUE THIS APPLICATION .................................................. $
9. BALANCE TO FINISH, PLUS RETAINAGE
(Colamn G on Progress Estimate+ CA + COs + Line 5 above) ............... $
Contractor's Certification
The Contractor certifies with the submittal of this document and associated Payment Request Submittal
on thc City of Fort Worth Buzzsaw systcm that to thc bcst of thcir knowlcdgc: (1) all prcvious 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
�r �f �
�rry Fbz�er (mar s, zoz6 � z�.zs 4s csr�
10. CONTRACT TIME:
$2,414,735.94
$95,229.79
$2,509,965.73
$2,498,503.05
$2,498,503.05
$2,373,577.90
$124,925.15
$11,462.68
a, DaVs Awarded 245
b, Days Added by CO 30
�, Total Days Z 75
d, Days Charged Z75
e, Days Remaining
This document has been modified from its original form as an EJCDC document and the user did not highlight the
modifications. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution.
C£20 Unit Pnce Progress Eshmate
Progress Estimate
P°`�`�""°"� Northwest Community Park
Appim,na� emot 01/13/2026
Item
&d I�rm No Drsunptlon
�70.0� MobA2ehon
24�.0� Remove Sidewelk
241.03 Remove A�A Ra�Ty�
241.05 Remove Fence (Variaus Sizes)
241.1 Remove Conc Pvmt
241.13 Remove Conc Curb&Gutter
3110.0101 Srte qeannp
3110.0102 6"-12" Tree Removal
3123.0101 Unclassified Excavahon bV Plan
3124.0101 EmbankmenlbvPlan
3125.0101 SWPPP>iacre
3137.0103 5-Inch Cancrete Rinre�
3211.04 Hydrated Lime (3616s1sV1
3211A502 6 LimeTreatment
3212.0302 2" As hak PvmlTVpe D
3212.0304 4" AS k Pvmt TVj�e B
3213.0301 4-Inc�oncrete Sidec�walk
3217A�201 8" SLD Pvmt Marki �HAS I�Y)
3217.0301 12" SLD Pvmt MarMnc�HA51�y)
3217.0401 18" SLD Pvmt MarMn }1AE t��f
3217A501 24" SLD Pvmt MarMnq AE W}
3217.1003 Lane Le�end DBL Anow
32172103 REFL Raised Marker N II-A-A
32172104 REFL Raised Marker N II-C-R
3291.01 Tapsoil
3292.04 Seedin� Hvdromulch
3292A5 Seedinq, Soil Retent�an Blanket
3292.06 Seedinp, Bermuda Soddina
3305.0106 Manhole AdJ ustment. Malor
3471.0001 Traffic Con�rol
3441.4003 FurnishllnsNallAlumSi(� GroundMaun1CM51d.
9999.0001 CONCPVMT(CONT12ElNF-CRCP)(7"1
9999.0002 TXDOT Ramps Nanaus T`(q
9999.0003 Metal Beam Guard Fence )\TI 5 POSTl
9999.0004 Metal Beam Guard Fence Transihon iiL21
9999.0005 Guard Rail End TreatmentJlnstalll
9999.0006 Downsfream Ancho� Te�minal
9999.000] 4-Inch Guardrail MowsfriJ7
9999.0008 TxDOTStdRelWall-RW1(L)A
4166001 DRILLSHAFT i81N))
420 600� DRIC CONC THP0INIABUTI
38 1!
42060 CLCCONC HPC,�OL)
4206030 CLCCONC HPC�API
425 6036 PRESTR CO�C G���JER (TX341
4226002 REINFCONCSLAB(HPC7
4506031 RAIL�NC221)/HPC`�
4546020 SEACED EXPQiJSION JOINT f41N)(SET-B)
4006005 CEMSTABILBKFL
42260�6 APPROACHSLAB/HPCl
428600� CONCSURFTREQT(CLQSSIII
1 Generel Condihons
2 Fee
2605.3009 1 1/2" Condt PyVj�C SCH 80. T
3441.1646 FurnishMsNa�(7yeB33BArm
3441.1771 Fur`�n^i{shllnsNall 12�40 Vok Sinale Phase Metered Pedestal
344'1 335' Furni hll sNall Rdwv IIIumYN 8 Pole4
3441 3201 LED Liqhfinq Fixture
9999.0009 Bndqe Liahkinq Foundafion
Amentlment 2
Revised Plans 03I07I2024-Addmonal Pav SV
Revised Plans 03I07I2024-Addmonal5ubJ�rade SY
Revised Plans 03I07I2024-Addmonal HYD Lime SY
A
Specificeoon Un
Sa,noo No Me<
01 70 00 L
0211 li `
o2al li E
o�a� �a �
0211 IS `
0211 IS L
3683a P
3683a E
312i IG C
3121f1f1 C
31tioo L
31 i] flfl `
1851] T
18:1]
4856J
J856J
i2 li 2f1
i21]2i L
i21]2i L
i21]2i L
s���za �
321]2i L
3J1]2i E
321]2i E
321]2i E
32 91 19 C
32921i :
32921i :
32921i `
18]13 E
i4]I li L
3Ja13o E
RDOT 360 `
RDOT 531 E
RDOT 510 L
RDOT 510 E
RDOT 51J E
RDOT 510 E
RDOT 132 :
RDOT 123 `
RDOT 116 L
RDOT 116 L
RDOT 120 C
RDOT 120 C
RDOT 120 C
RDOT 125 L
RDOT 122 `
RDOT 150 L
RDOTiSJ L
RDOT 100 C
RDOT 122 C
RDOT 123 .
, ie
F
Y
4
Y
Y
Y
F
4
4
Y
4
Y
4
4
F
Y
F
Y
Y
EA
EA
18n5 LF
3aJ110 EA
ilJl 20 EA
ilJl 20 EA
ilJl 20 EA
ilJl 20 EA
ilJl 20 EA
TXDOT 6191 EA
SY
SY
TN
arvs«- 56226
Conmw� Nam
B
BidQnno , U�utPnce
1.000000 $90.00000
60.00OOQ $010
2.00OOQ � $010
e�s.0000q� sz000
610.00OOQ � $010
160.00OOQ� $1200
6.1600Q� $10.00000
2s.0000q� si,a0000
8166.00OOQ � $16 00
5968.00OOQ� $1200
1.00OOQ� $12,10664
35.00OOQ � $600 00
25.00OOQ � $500 00
1346.00OOQ � $10 00
780.00OOQ � $18 35
780.00OOQ � $33 69
246.00OOQ � $9 18
1430.00OOQ� $150
35.00OOQ� $400
176.00OOQ � $5 00
16.00OOQ � $9 00
166.00OOQ� $1050
2.00OOQ� $40000
36.00OOQ� $1000
6.00OOQ� $2000
1611.00OOQ� $1200
12226.00OOQ� $135
2275.00OOQ � $1 96
136.00OOQ� $1681
1.00OOQ � $6.000 00
1.0000q � $15.000 00
6.00OOQ � $1.000 00
616.00OOQ� $11000
2.00OOQ � $4.000 00
SO.00OOQ � $23 00
2.00OOQ � $1.000 00
2.00OOQ � $2,875 00
2.00OOQ� $1,10000
30.00OOQ� $10000
630.00OOQ� $10000
72.00OOQ� $25000
294.00OOQ� $30000
39.00OOQ� $2,50000
19.00OOQ� $2,50000
42.00OOQ� $2,50000
1590.00OOQ� $185 00
10400.00OOQ� $23 50
852.00OOQ � $95 00
78.00OOQ � $125 00
78.00OOQ � $275 00
44.00OOQ� $80000
1156.00000 � $5 70
1.00OOQC $244,70243
1.0OOOOL $88.66489
145500000000 S?257
5 OOOOOOOU $�,74> 5.�
"10000000U $1,1?995
IOOOOOOOU $IY,i4195
5 OOOOOOOU $?bb 41
"10000000U $12,21?"/12
"10000000U $1?02tlC
20000000U $S,OOOOC
BO.00OOQ $11000
BO.00OOQ� $1000
1.62000 $50000
BW Vnlue
$90.000 01
$5 01
$0 21
$16.300 01
$51 01
$1.920 01
$61.600 01
$32.500 01
$130.640 01
$71.616 01
$12.106 6
$21,000 01
$12.500 01
$13.450 01
$14.313 01
$26.278 21
$2.249 11
$2.145 01
$140 01
$875 01
$135 01
$1.732 51
$800 01
$350 01
$120 01
$19.332 al
$i6 503 7',
$4,459 0l
$2.282 B',
$s o00 oi
$15.000 01
$5.000 01
$56.650 01
$0.000 01
$1.150 01
$2.000 01
$5.]50 01
$2.200 01
$3.000 01
$63.000 �I
$18.000 �I
$88.200 �I
3szsoo oi
3a7 soa oi
sio5.00a oi
szsa.isa oi
$244.400 01
sso.saa oi
$9.750 al
$21.450 01
$35.200 01
$6$89 21
$244.702 4:
$88.664 8!
$47.389 3!
$18.727 71
$7.979 6:
$19 541 9!
$1.832 0!
$85.496 0
$9.119 61
$10.000 01
$9.900 �I
$900 �I
$810 01
C D
EsOmnlul(piwOh� Vvl�ie
Installe.l
1.000OOOOUJ $90.000.
SO.00OOOaDUI $5.
1.000OOO�GI $0.
s45.000aaooGi $�e,soo.
186.3300000GI $�g�
40.000OOOOG/I $q8p.
6.�600000I11 $61.600.
25.0000000Gi $az,soo.
sis5.0000000Gi $iao,s4o.
5ssa.0000aooGi $7tsis.
1.0000OOO�SI $12,106�
54.0900aooGl $32A54.
25.0000000 G/I 512.500.
1345.0000000I/1 I 513.450.
753.2400000I/1 I 513.821.
753.2400000I1 I $25 376 �
1430.000OOOOfII $2,145.
35.000OOOOGI $�qp.
'i5.0000000UUJJ $135.
16z.000a000U� $�aaoo.
35.000OOOOUJ $350.
6.0000000(�I $120.
1
iozas.0000000(f $ia aso.
�iss_000aaoo�� ss.000.
1.000OOOOUJ $15,000.
S.O000aaOUJ $5.a00.
573.01000�O�f Ss3,os�.
SO.00OOOOOUJ $1.1�50.
2.0000000(Jf $2.000.
2.000OOOOUJ $5,750.
2.0000000(JJ $2.200.
30.0000OOO�f $3.000.
674.000OOOOUJ 568.�500.
294.0000000(fJ 588.200.
39.0000O���fi se�.soo.
19.0000000 GI 54].500.
42.0000000 GI 5105.000.
1590.000OOOOG/I 5284.150.
10400.000OOOOfII 5244.400.
852.00000 0 0 GI 5 B 0.94 �.
78.000OOOOGI $B.]50.
7a.00oaaooGl 521 A50.
44.000aaooGi sas,2oo.
1156.000OOOOG� $6$89.
��S.00OOOOpUJ $473
S.00OOOOOUJ $18.7
1.000OOOOUJ $19.5
S.00OOOOOU $18
7.0000000�� $85,4
7.000OOOOUJ $9.1
Contractor's Application
AppLwa�nNumbrr 16
Appl��nao��D,[e ]�13f2026
E F
Ma2nals P�esenHy Toe�l Com�lrte� °
Prcvio�islv L�stulleJ Vvl�ie Vnli�e This Penu�l [��reil (ix�t�i� C) °"J StorW to Dote (F)
(p+E) B
$90,000.0� $90,000.00 100 0 %
$5.00 $5.00 100 0 %
$0.10 $0.�0 500%
$18,900.00 $18,900.00 ��60%
$18.6' $18.63 365%
$480.00 $480.00 25 0 %
$61,600.00 $61,600.00 100 0 %
$32500.00 $32,500.00 100 0 %
$130,640.00 $130,640.00 100 0 %
$71,616.00 $71,616.00 100 0 %
$12,106.6 $12,106.64 100 0 %
$32,454.00 $32,454.00 154 5 %
$12,500.00 $�2,500.00 �000%
$13,450.00 $�3,450.00 �000%
$13,821.91 $�3,82�.95 866%
$25,376.6i $25,376.66 966%
$2,145.00 $2,145.00 100 0 %
$140.00 $140.00 100 0 %
$875.00 $575.00 100 0 %
$135.00 $�35.00 �000%
$1,732.50 $1,732.50 100 0 %
$500.00 $800.00 100 0 %
$350.00 $350.00 100 0 %
$120.00 $�20.00 �000%
$13,890.� �f $�3,890.�5 842%
$2546.OQ $2,546.04 571 %
$2.857.79 $2.857.79 125 2 %
as.000.00 as.000.00 i000i
$15,000.00 $�5,000.00 �000%
$5,000.00 $5,000.00 100 0 %
$63,031.10 $63,03�.�0 ��� 3%
$4,000.00 $4,000.00 500%
$1,150.00 $1,�50.00 �000%
$2,000.00 $2,000.00 100 0%
$5,750.00 $5,750.00 100 0%
$2,200.00 $2,200.00 100 0%
$3,000.00 $3,000.00 100 0%
$63,000.00 $63,000.00 100 0%
$1&500.00 $�8,500.00 �028%
$88,200.00 $88,200.00 100 0 %
$s7,5oo.00 $s7,soo.00 i000/
$47,Soo.00 $47,soo.00 i000/
aios.000.00 aios,000.00 i000i
azsa.iso.00 azsa.iso.00 i000i
$244,400.00 $244,400.00 100 0 %
aao.sao.00 aso.sao.00 i000i
$9,750.00 $9,750.00 100 0 %
$21,450.00 $21,450.00 100 0 %
$35,200.00 $35,200.00 100 0 %
$6,58920 $6,58920 100 0 %
$244.702.4� $244.702.43 100 0 %
$88,664.89 $88,664.89 100 0 %
$47,389.3 � I $47,389.35 100 0 %
$18.72770� $�8.727.70 �000%
$7,979.6.��i $7,979.65 100 0%
$19,541.9SJ $19,541.95 100 0 %
$1,832.0$f $1,832.05 100 0 %
$85,496.OQ $85,496.04 100 0%
$9,119.60 $9,��9.60 �000%
$10,000.00 $10,000.00 100 0 %
$9,900.00 $9,900.00 100 0 %
$900.00 $900.00 100 0 %
$810.00 $8�0.00 �000%
G
B�Innce m Fio�sh
(B-Ft
-$11,454.00
$49�.05
390� 54
52,249.�0
�
��
This �o�amGi� hue bnun mo��fiecl frum ia �ngmul form s.s m E!CDC duuame.N md tAn user d�d not highLgM tAn
mod�tica�ions_ Yo�i ace enooucnped ro read the daGime�i[ cacef�Jly aod wos�ilt Legnl Counsel pnor ro�[s e�w�i000
Progress Estimate
P°`�`�""°"� Northwest Community Park
Appim,na� emot 01/13/2026
Item
&d I�rm No Drsunptlon
RFP 03 - Metal Beam Guard Fence (TIM Post`LF
RFP 03 - Metal Beam Guard Fence 1 ransit�an ITL21 EA
RFP 04 -4" SLD Pvmt Markinas HAS
RFP 04 -04" SLD Pvmt Markinas HAS )(Addedl
RFP 05 -4m GuardraA Conc Mow Sfip
4-mch Concrete Sidewalk fAkemete) SF
Conshuhon Def�V Overheads
SW3P Subcon6actor Overruns
Prolect Facilmes Overruns
RemobNzafions/2/21/25 & 5I6I251
Material Escalafors
Liqht Plant Rentals for Detour Access (2/12-24-2/19241
Fain 4%
A
Specificeoon Uni�of
Sm,t�oo No Menm`e
LF
EA
LF
LF
SY
SF
DAY
LS
LS
LS
LS
LS
arvs«- 56226
Conmw� Nam
BidQ�ino , UnitPnce
25.00OOQ� $2438
2.0000(f $1,16600
50.0000 $150
1752.0000� $150
63.3300 $10000
158.6100 $918
�s.0000 p ssn u
1.0000(�� $$�,'0088
1.00OOUC� $4,209 57
B C
B�J Vnlue I�..mm�lul (piwOn�
lii,wllul
$609 5� 25.00000000
.qz.33z oo z00000000
.q�s oo so.00000000
$2.628 00 1 ]52.00000000
$6.333 00 63.33000000
.q�.assoa �sa.s�000000
.qas.on�o �a.00000000
$].313 5� 1.00000000
$2.8]] �8 1.00000000
$1].]90 51 1.00000000
$4.196 24 1.00000000
$3.000 68 1.00000000
$4.209 5] 1.00000000
C£20 Unit Pnce Progress Eshmate
Contractor's Application
AppLwa�nNumbrr 16
Appl��nao��D,[e ]�13f2026
D E F G
Toe�l Com�lrte� ^ B�Innce m Fio�sh
Ma2nals P�esenHy
Vvl�ie Prcvio�isl�� L�stulleJ Vvl�ie Vnli�e This Penu�l [��reil (ix�t�i� C) °"J StorW to Dote (F) (B-Ft
(p+E) B
$609.50 $609.50 $609.50 100 0%
$2 332.00 52.332.00 $2 332.00 100 0%
$75.00 575.00 $75.00 100 0 %
$2628.00 52.628.00 $2628.00 1000%
$6.333.00 56.333.00 $6 333.00 100 0%
$1.456.04 51.456.04 $1456.04 1000%
sas.on.�o sas�.on.7o a45on.7o i000i
$�.3135? 5�,3�3.52 $7.3�3.57 �000%
$2.8]].�8 52.8]7.08 $2 877.(18 100 0%
51��90.51 5���90.51 $17790.5� �000%
$4.196.24 54,�9624 $4�9624 �000%
$3 00�.68 53.000.68 $3 000.68 100 0%
$4209.5] 54,209.57 $4 209.5� 100 0%
This �o�ao�Gi� hue bnun mo��fiecl frum ia �ngmul fom� :�+�� I�JC I)L d���ome.N and tAn user d�d not highLgM tAn
mod�tica�ions_ Yo�i ace enooucnped ro read the daGime�i� wnfull� und cons�ilt Legnl Counsel pnor ro�ts e�w�i000
Progress Estimate
P°`�`°""°"� Northwest Community Park
Appl��,n�n PNn�d- 01/13/2026
Item
&d I�rm No Drsunptlon
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
A
����S���N��m 56zz�
B
Speeifceoon Uni�of BidQ�ino , UnitPna B�JVnlue
Sm,t�oo No Menm`e
F��
C
I�.sOmnlul (ZiiwOh�
Installe.l
C£20 Unit Pnce Progress Eshmate
Contractor's Application
AppLwa�nNumbrr 16
appl��nao��D,�e 1I13f2026
D E F G
Toe�l G�m��lrte� ^ B�Innce m Fio�sh
Ma2nals P�esenHy
Vvl�ie Prcvio�isl�� L�stulleJ Vvl�ie Vnli�e This Penu�l [��reil (ix�t�i� C) �oJ StoreJ to Dote (F) (B-Ft
(p+E) B
E2.403,273.26 $2,403,2]3.26
$2.403.273.26 99.5 % $11.462.68
This �o�ao�Gi� hue bnun mo��fiecl frum ia �ngmul form s.s m E1C I le: du�ome.N and tAn user d�d not highLgM tAn
mod�tica�ions_ Yo�i ace enooucnped ro read the daGime�itcacefiJly und wos�ilt Legnl Counsel pnor ro�ts e�w�i000
C-620 Change Order
Progress Estimate
For�conlracl�_
Application Penat
Cliangc O�dcr Itmn
No
G6" Pad Foot Comnactor
Hrcachi 450 6xcavaror
Volvo L90
Foreman Pickup
Wamr Truck
Foreman UnderQround
Lcadmun
Labore
P�nclayc�
ooerator Excavator
�ncraror Loedcr
Ooerator Roller
SrondEmbcd
18" RCI'
18"I3cnd
Inlet
Conc�ctc
18" SET
Mob�laahon / Dcmob
SUoil Removal Tr�ckin¢
Trcnch Box Rcnml
102749
A
f[cm
Dcscnption
Equipment
Lvbnr
M alerial Supph�
Subconhact
To�als
� 1 I Contractor's Application
ADDITIONS
Cily Secrelary 56226 E+PD���alion Number. 16
ConlraclNum_
0�/�3/2026 Applicalion Dale'. 7/73/202fi
B C D E F
4ddilion TIICompleled °o Bala�cerofinish
P.�IimaledQuanlily f' � iuvly ValueThis M I �I: I-�°nlly
Spccificetion U�rt of CO Quanlily lo Add Unil f'nce Change Ord ' Value � d S ored lo Dale (F) (B-n
Scmw�No Mcasurc Value ���Elalled InelalledValue Penod SIorM[�ol �C) �p+E) B
�
HR 10.00000000 $275.55 $2,755.50 10.00000000 $2,755.50 $2,755.50 � 52.755.50 100.0"/0
HR 40.00000000 $370.55 $14,822.00 40.00000000 $14,82200 $14,82?00 � 514,822.00 100.0%
HR 40.00000000 $I50.55 $6,022.00 40.00000000 56,023.00 $6,022.00 I SG,022.00 100.0"/0
HR 40.00000000 $70.55 $2,822.00 40.00000000 52822.00 $2,82? 00 � 5?,822.00 100.0%
HR 10.00000000 $100.55 $1,005.50 1000000000 SI,OOS.50 $I,005.50 I SI.005.50 100.0"/0
�
�
HR 40.00000000 $93.83 $3,753.20 40.00000000 53,753 �0 $3,753.20 � $3,75320 100.0%
HR 40.00000000 $G3.83 $2,553.20 40.00000000 52,55320 $2,553.20 � $2,55320 100.0"/0
HR 40.00000000 $50.83 $2,033.20 40.00000000 52033 �0 $2,033.20 � 52,03320 100.0%
HR 40.00000000 $56.83 $2,273.20 40.00000000 52�7320 $2,273.20 � 5227320 100.0"/0
HR 40.00000000 $63.83 $2,553.20 40.00000000 52,553.?0 $2,553.20 � 52,553.20 100.0%
HR 40.00000000 $62.83 $2,513.20 40.00000000 52,51320 52,513.20 � $2,51310 100.0"/0
HR 10.00000000 $5393 5539.30 10.00000000 $53930 5539.30 � $53930 100.0%
�
�
TN 20.00000000 $40.00 $800.00 2000000000 $R00.00 $800.00 I $R00.00 100.0"/0
LF 64.00000000 $68.00 $4,35200 64.00000000 $4,352.00 54,352,00 � $4,352.00 100.0%
EA 1.00000000 $1,822.50 $1,822.50 I.00000000 SI,fr22.50 $1,822.50 I $7.R22.50 100D"/o
CA I.00000000 $6,600.00 $6,600.00 I.00000000 56,600.00 $6,600.00 � $6,600.00 100.0%
CY 7.00000000 $456.00 $1,768.00 300000000 51,368.00 $1,3G8.00 � $7.36R.00 100D"/o
EA I.00000000 $2,200.00 $2200.00 I.00000000 S? 200.00 $2,200.00 I $2.200.00 100.0%
�
�
LS 1.00000000 $31,501.79 $31,501.79 1.00000000 $31,501.79 531,501.79 � $31,501.79 100.0"/0
HR 10.00000000 $I80.00 $1,800.00 10.00000000 S17;OOA0 $I,800.00 I R1,800.00 100.0%
HR 19.00000000 $(0.00 $1,140.00 1900000000 ti1.140.00 $1,140.00 � 51.140.00 100.0"/0
F�-�
Th�s documenl has been m��ified from ils onbinal form as an FJCDC documenl and Ihe uycr did not hibhli�hl Ihe
modifcalions. You are enwureged lo �ead Ihe documenl carefully and conyult Legal Counyel pnor to ily execulion.
C-620 Change Order
Progress Estimate
Co� (conhac�)
Application Pena1_
Cliengc O�dcr Itcm
No
102749
Ilem
Dcscrip[ion
Totals
A
� 1 I Contractor's Application
DELETIONS
Applwa�ion Nnmbcr. 16
��/�3�2�26 Applicalion Dale'. 7/73/2026
B C D C C
Deletion
Spccificetion U�rt of CO Delele'Y'o Unil Pnce Change Order Not Used Nol Used NoL Used Nol Used Nol Used Nol Used Not Used Not Used
Scmw�No Mcasurc Value
Th�s documenl has been m��ified from ils onbinal form as an FJCDC documenl and Ihe uyer did not hibhli�hl Ihe
modifcalions. You are enwureged lo �ead Ihe documenl carefully and conyult Legal Counyel pnor to ily execulion.
City Secretary Contract Num: � 56226
Application Period:
City of Fort Worth Summary of Charges
INorthwest Community Park �p. p. : FW080-0000008524 projectNumber:
� Ol/13/2026 � Application � 16 Applicarion Date:
Number:
Funding Identification (FID)
Original Contract
30110-0800450-5740010-102749-003780 ($400,000)
30100-0800450-5740010-102749-003780-9999 ($105,287.10 + 85,730,
30110-0800450-5740010-104526-003780 ($1,250,000)
30110-0800450-5740010-102749-003780 ($525,000)
30100-0800450-5740010-102749-003780-9999 ($25,000)
30110-0800450-5740010-102749-00378 (CO #1)
33002-0800450-5740010-102749-003780 (23,717.93)
0
0
0
0
Chan.ye Order 1
30110-0800450-5740010-102749-003780 ($400,000)
30100-0800450-5740010-102749-003780-9999 ($105,287.10 + 85,730,
30110-0800450-5740010-104526-003780 ($1,250,000)
30110-0800450-5740010-102749-003780 ($525,000)
30100-0800450-5740010-102749-003780-9999 ($25,000)
30110-0800450-5740010-102749-00378 (CO #1)
33002-0800450-5740010-102749-003780 (23,717.93)
0
0
0
0
Chan.ye Order 2
30110-0800450-5740010-102749-003780 ($400,000)
30100-0800450-5740010-102749-003780-9999 ($105,287.10 + 85,730,
30110-0800450-5740010-104526-003780 ($1,250,000)
30110-0800450-5740010-102749-003780 ($525,000)
30100-0800450-5740010-102749-003780-9999 ($25,000)
30110-0800450-5740010-102749-00378 (CO #1)
33002-0800450-5740010-102749-003780 (23,717.93)
0
0
0
0
Total Completed
$2,403,273.26
$95,229.79
Amt Remaining
$11,462.68
Gross Retainage
102749
1/13/2026
Net
Change Order 3
30110-0800450-5740010-102749-003780 ($400,000)
30100-0800450-5740010-102749-003780-9999 ($105,287.10 + 85,730.
City Secretary Contract Num: � 56226
Application Period:
Funding Identification (FID)
30110-0800450-5740010-104526-003780 ($1,250,000)
30110-0800450-5740010-102749-003780 t$525,000)
30100-0800450-5740010-102749-003780-9999f$25,000)
30110-0800450-5740010-102749-00378 (CO #1)
33002-0800450-5740010-102749-003780 (23,717.93)
0
0
0
0
Change Order 4
30110-0800450-5740010-102749-003780 ($400,000)
30100-0800450-5740010-102749-003780-9999 ($105,287.10 + 85,730,
30110-0800450-5740010-104526-003780 ($1,250,000)
30110-0800450-5740010-102749-003780 t$525,000)
30100-0800450-5740010-102749-003780-9999 f$25,000)
30110-0800450-5740010-102749-00378 (CO #1)
33002-0800450-5740010-102749-003780 (23,717.93)
0
0
0
0
Change Order 5
30110-0800450-5740010-102749-003780 ($400,000)
30100-0800450-5740010-102749-003780-9999 ($105,287.10 + 85,730,
30110-0800450-5740010-104526-003780 ($1,250,000)
30110-0800450-5740010-102749-003780 t$525,000)
30100-0800450-5740010-102749-003780-9999 f$25,000)
30110-0800450-5740010-102749-00378 (CO #1)
33002-0800450-5740010-102749-003780 (23,717.93)
0
0
0
0
Change Order 6
30110-0800450-5740010-102749-003780 ($400,000)
30100-0800450-5740010-102749-003780-9999 ($105,287.10 + 85,730,
30110-0800450-5740010-104526-003780 ($1,250,000)
30110-0800450-5740010-102749-003780 t$525,000)
30100-0800450-5740010-102749-003780-9999 ($25,000)
City of Fort Worth Summary of Charges
Northwest Community Park I p. p. : FW080-0000008524
O1/13/2026
Total Completed
� Application � 16
Number:
Amt Remaining Gross
Project Number: 102749
Applicarion Date: 1/13/2026
Retainage Net
City Secretary Contract Num: � 56226
Application Period:
City of Fort Worth Summary of Charges
INorthwest Community Park �p. p. : FW080-0000008524 projectNumber:
� Ol/13/2026 � Application � 16 Applicarion Date:
Number:
Funding Identification (FID)
30110-0800450-5740010-102749-00378 (CO #1)
33002-0800450-5740010-102749-003780 (23,717.93)
0
0
0
0
Chan.ye Order 7
30110-0800450-5740010-102749-003780 ($400,000)
30100-0800450-5740010-102749-003780-9999 ($105,287.10 + 85,730,
30110-0800450-5740010-104526-003780 ($1,250,000)
30110-0800450-5740010-102749-003780 ($525,000)
30100-0800450-5740010-102749-003780-9999 ($25,000)
30110-0800450-5740010-102749-00378 (CO #1)
33002-0800450-5740010-102749-003780 (23,717.93)
0
0
0
0
Chan.ye Order 8
30110-0800450-5740010-102749-003780 ($400,000)
30100-0800450-5740010-102749-003780-9999 ($105,287.10 + 85,730,
30110-0800450-5740010-104526-003780 ($1,250,000)
30110-0800450-5740010-102749-003780 ($525,000)
30100-0800450-5740010-102749-003780-9999 ($25,000)
30110-0800450-5740010-102749-00378 (CO #1)
33002-0800450-5740010-102749-003780 (23,717.93)
0
0
0
0
Totals
30110-0800450-5740010-102749-003780 ($400,000)
30100-0800450-5740010-102749-003780-9999 ($105,287.10 + 85,730,
30110-0800450-5740010-104526-003780 ($1,250,000)
30110-0800450-5740010-102749-003780 ($525,000)
30100-0800450-5740010-102749-003780-9999 ($25,000)
30110-0800450-5740010-102749-00378 (CO #1)
33002-0800450-5740010-102749-003780 (23,717.93)
0
Total Completed
$2,403,273.26
$95,229.79
Amt Remaining
$11,462.68
Gross Retainage
102749
1/13/2026
Net
0
0
0
�
City Secretary Contract Num: I 56226 I
Application Period:
Funding Identification (FID)
Grand Total
City of Fort Worth Summary of Charges
Northwest Community Park �p. p. : FW080-0000008524 projectNumber: 102749
� Ol/13/2026 � Applicat�on � 16 Applicarion Date: 1/13/2026
Number:
Total Completed Amt Remaining Gross Retainage Net
� � $2,498,503.05 � � $11,462.68 � � $0.00 � � $124,925.15 � � $124,925.15 �
Retainage Verification
B � C � D � E � F I G H I
1 Year 2026
2
3 . �-. � .• . � •
4 30100 2060000 RETAIN I (13,073.40)
5 30100 Total } � (13,073.40
6 30110 2060000 RETAIN I (49,351.75)
7 30110 Total (49,351.75
8 (62,425.15
9 30110 2060000 RETAIN I (62,500.00)
10 30110 Total (62,500.00
11 (62,500.00
12 �Grand Total I I I I I � � (124,925.15)
VJ
�
�
�
�
�
0
�
m
� ��f� 1 � � �. .
S
- .. '. .-1 � .
i .
� ,, ..
r �`�� � � �
' .
�- �.. --
_ , "'� � . ,,, :'
� ��
� +� ��
�' ��S �� . f ' � . .
� `'� ��
�t � , �
, ,, .
�
{► ;� �. ��� f �
� � ;.� :- ��'
�� "� . .
, c,�, • .
���� ;
�.4 � ��1 .� �'' , . •
a. � � :,
�
i
I. � � � �,
� �`��` � ' ����,•� .. ! � {11r �
L.�i� �� ' .y `l ,^y ,�,.
+'4 E r r�r.t a �
1'��� aa�° r ";� • �
� } ,�J7� . ' ����1 � F
�� t,.
� �: �� , '� � +�
�A� , .- � ��T. $��� r . A �} . .
!
. t� � � �fi�' . �.
b ,
r `� �' � �'��
\,t � � �` �� i*'�
,
.� �� � � �'��t� � a.
� s � � �r �:�
� ,'��4� � � =i � � n�y� a� g .r�a i .
'r1 e ry y -}`�h 1"% 9'}I �,pa/,y S�,
I'� f i� f�Y,�y� t7 :. ,���`W 8���'i� {�
Y
Yf' t� ����� � i��� ���. ��
��'� a� #r-� tF' q� � ��� °��1�k���1
. y � ' ' TM �j * � � s� r
, i . �h�F������ y;� p�rel�� r�
j�, ' ��� ,'�i43�u�yy�° � � �.� r ,� '•
r$,y x '�a+
� 1 �' y n `� �} F� � F
il 4'. ,y� S he �j*f., �� ,n�y� ��i
F . � t �.:5 � r�4 4 �+A
� � �`� � � � � .,�tiii �.� � �"!�3. ���n� � �� �� ' � �
s+�d. , �
„5: �',.;�:�..
�',S M�,*
j �v
' •�
� ,.�e
�
�
Q
�
�
L
�
Q
.^;<�. �, : �
'�" �
� 1�
� � \
�� II . '� �''. . ���
� � ;;i\��ti
� _ \ ` 4
w�; \\
II�� C \ ;,
i � `\\`,
� � � � � \ �`
�;� �.
�� c.
� H `�
�; .
.ii � �I
.r£ I R
� �� ��
� , �, �,,:
I � � ��� �, � �
", . . � �
� �i .a� � �.
r� / 1
! ^ � 1
�
4
� � � ' S �1 �� ��
I I '����: � � S
i�
i . ,•w
, \ \
� � �� ;,
� �� � �,,
�i�
��
_ �,
� , �,Q
���; � �
,� � � �,:
� � ��
,9 + �
e �
i i 0,
�il .�',� ,
�I � ` '
j� ��'��'�+ r r� .Fg
� �( :. 1 y � � Y .� , �
� �t� � �' �' ', ;
at r��
�� : ��� � ����'���� K
p� r
L i h T; f
A* •.-
1 �i h5'�; .:
� �„ �
• i � i � . . � � �1��•'.
��
Y C.
�.
9 `'� �� � 6y� w,��
F
+ ' =
� 7 � � ;`�r
�,,�.' - +
� � s
t 1 � �
,�
� �
� `'a:
i � � t :,
! ' �4'ti �x'.
V�
' � ' �
�' h} ^�i ,
��€� ,
I �, �5
� • �
�. i F �
� �
"�j y `1 �
,t ;�x
_ ` f�� �F,��e
. .� Y
_. �l�,x�r h ��
�' ���.E�� ,�r�.
:+t � �
f�, ��,.
�" ��;`,;
'r� �� ��s�,
_. ` � n.4:ru�eii
CSC No. 56226-CO1
FORT�WORTH_„ City of Fort Worth
T Change Order Request
Projecl Namel Norihwest Community Park Nor�h Road Improvemen�s � Cily Sec # I CSG56226
Clienl Prqecl #(s)� 102749
Projecl Description Northwest Community Park Norlh Road Improvements
Conlraclor� Fain Group, Inc. I Change Order#� CO#1 � Dafel 8114l2023
—_�
Cily Project Mgr.� 7onda Rice � City Inspector� Joseph Manry
Dept.
Original Conlracl Amounl
Exlras lo Dale
Credi�s lo Date
Pending Change Orders (in M&C Process)
Contract Cost lo Dale
C�o lo ADD & DEL labs Io En(er CO Backu
6vised ConUacl Amounl
Original FundsAvailable (or Change Orders
Remaining Funds Available for Ihis CO
Addilional Funding (if necessary)
PARD PARD
�L,:fUS,lFi/.1 U
$2,305,287.10
E bys,229./y bu.uu
52,4(lU,S1 b.tiy
$0.00 I
$95,229.79
CHANGE ORDERS fo DATE (INCLUDING THIS ONEJ AS % OFORIGINAL CONTRACT
MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST + 25%)
JUSTIFICATION (REASONS) FOR CHANGE OROER
Tolals
$1,;iU5,1Ff /.1 U
$2,305,287,10
b95,229.19
5'L,4UU,51 b.Fiy
$0.00
$95,22979
� 4.13%
$2,881,608.88
Contracl Time
�CD�
245
245
30
275
During conslruclion, it was determined ihal a Change Order (CO) # 1 would be needed due to grade changes on TxDOT's Harmon Road and Hwy156 improvemenis. The
grade changes will cause excess water runoff into Ihe new bridge at park enlrance. CO # 1 is lo install additional 59 lineal feet of slorm lines and curb inlel (or drainage.
�0 #1 cost listed is based on quantilies shown in engineering plans and CMAR bid unit price.
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
(bothtimeandmoney)forallcostsarisingoutof,orincidentalto,theaboveChange0rder. TheProject/ProgramManagersigningbelowacknowledgesthat
he/she is the person responsible for the monitoring and administration ofthis contract, induding ensuring all performance and reporting requirements.
Coniraclors Companv Name I Coniractor (Name) I CoMrad Sionalure I Date
Fain Group, Inc. I Larry Frazier �� Sep 22, 2023
Inspeclodinspection Supervisor Date Project and Coniract Compliance Manager Dale
zEp�s,zax3 sp�s.�Qi �.�,,. Se ]9,2023
Joseph Manry I Randall Horlo^_ � � � ML Tonda Rice P
�!�.,,,1-.,W_�...u...
Program Manager Dale Senior Capilal Project Otficer � Dale
Jing Yang �,�y �(,,,,y Sep 29, zo23 Scott Penn ���R-- Oct 11, 2023
AssistantDireclor/De�l) � Date Director, Park& RecreationDepariment � Dale
Joel MCElhanY ��� a f� �� Oct 25, 2023 Richard Zavala �^��� Oct 25, 2023
Assislant Cily Atlomey � :�� Dafe Assistant City Manager �; Dale
Jeremy Analo Mensah 's�, �{.�(, Oct 27, 2023 �esica McEachern ��� Nov 6, 2023
Council Action (if requiredl �
� M&C Number � � M&C Date Approved �
�11TTE5T�,�, A �
Jannette 600dall, City Secretary
FoRr WoaTH City of Fort Worth
T Change Order Additions
Projecl Name � Nodhwesl Community Paik NorthRoad Improvemenls 1 City Sec # � CSG 56226 �
Client Pwjecl # � 102749 �
Conha�lor � Fain Group, Inc, � PMI Tonda Rice � Inspeclorl Joseph Manry !
Change Order Submillal #i Date � 811412023 �
ITEFi iira(:}, I' � �uN
tUUIF'MEN I
66' Pad Foot Compaclor
HAachi 45U tzcavator
volvo L90
_ _ roremanP�ckup
Water Tmck
LABOR
Foreman Undeiground
Leadman
La6orer
Pipelayer
0p�rator Ezcavator
dperatar loader
Uperalor Roller
MATERIAL-SUPPLY
StonelEmbetl
19' RCP
18' eend
Inlel
Concrele
ie� ser
SUBI;UN I WlC I
Mobtl�zationlDemoE
Spoil Removal Truckmg
7rench Boz Rental
A[][]IlI0N5
Utf'I
PAKU
PAKD
PAfiD
PAR�
FAR�
r„R�
FaRD
PARD
\i'ARD
YAKU
YAKU
PARD
PqRD
PARD
PARD
PARD
PhRD
F'HRD
PARD
r'ARD
PARD
PnKU
ary IIn�T
iU.00000000 Hrs
dU.00000U0Q Hrs
4u.aaoaouau Nrs
40.00OOQ00U Hrs
m.oaoaaoaU Hrs
Onrt Cost Tota!
5275 5��,755.30
a37u.55 l�d[e 6U
5150.55• �h,�YZ.UU
�7U.55• 52,622.QU
5100.55� 51,005.50
5938� 53,753.20
563.8�52,553.20
SSU.B� 52,033.20
5568.f� St,ZTs.76
5638� 5[,553.76
���.�3� SL,3IS.ZU
553:3� �53H.Ju
S40.UU StlU6.d0
S68.U�1 �4,�b[.uU
51,Az25U' St,at'1.5U
Sti,tiODUU Sti,tiUDAU
545ti0U 51,368.00
52.2uuau sz.zoa.ao
SJ1,501.7�'� 511,30i79
5�n0.Od Si,BIIu.DO
560A4 Si,id6.DD
40.VUUuuuUi:� H�s
40.uwuUUUi:� H�s
40.�uuuuuu�� His
40.u0u0uuu6 Hrs
40.u0u0uuuC� His
au.uouaouuc� H�s
tU.U0UU0UUw PoS
zo.uooaoauu 7on
sa.uooaoau� �r
1.QOQ0000� EA
LQ000000� tA
3.O000000q �v
t.oaoa000d� EA
1.uuuuuuuC� LS
10.uUuuuuuv NR
19.u0uu0uuC� HR
P�lD
595.229.79
Sub Totai naddions 595,229]9
Change Order Additions Page 2 of 4
Fe�(prt-ra+ City of Fort Worth
Change Order Deletions
Prqect Name I u���ti,,,a�� r�mm��„��ry,p2�k-N���n A��n im��.,ame��� � CAy Sec # I csc-ss77s �
Clienl Project # 1 +���da �
Contrxtar IFainGroup,lnc. � pM� TondaRice I Inspector( ,bSephManryJ
I I tM
��
�
�
��
Change Order Su6mittal #1 Date 8114 3 J
UtLE(IUNS
urrl ury unn unrtt'nct � Intal
1
i
f
1
`
1
1
f
I
�
I
l
I
I
�
I
i
P�D
PARD
I
SubTotalDeletions I
Change Order Dele[ions Page 3 of 4
I
�I
f
i
i
50.00�
50.0(i
SO.00I
MISBE for this Change Order
MISBE Sub Type of Service Amount for this CO
$0.00
Total $0.00
Previous Change Orders
Co# DATE AMOUNT
Total
CSC No. 56226-A1
AMENDMENT No.l
TO CITY SECRETARY CONTRACT No. 56226
WHEREAS, the City of Fort Worth (CITY) and The Fain Group, Inc.,
(CMAR) made and entered into City Secretary Contract No. 56226, (the
CONTRACT) which was authorized by M&C 21-0221 on the 23rd day of
March, 2021 for preconstruction services in the amount of $25,000 and
construction services in the estimated amount of $1,800,000.00,
inclusive of the CMAR's construction phase fee of 40 of the Cost of
Work; and
WHEREAS, the CONTRACT calls for pre-construction and
construction services for the following project:
Northwest Community Park North Road Improvements (CPN 102749);
and
WHEREAS, pursuant to Article 4 of the Contract, the parties
desire to execute Amendment No. 1 to the CONTRACT to establish the
Guaranteed Maximum Price (GMP) for the construction phase of the
Project;
NOW THEREFORE, CITY and CMAR, acting herein by and through their
duly authorized representatives, enter into the following agreement,
which amends the CONTRACT:
1.
The construction budget is amended to be increased in the
amount of $505,287.10, thereby increasing it from $1,800,000.00 to
$2,305,287.10; and
��
The GMP for construction of the Project shall be the amount not
to exceed $2,305,287.10, inclusive of the CMAR's 4o fee, as specified
in the original agreement. The GMP proposal attached hereto is
within the project budget, and the Staff finds that the fees and
costs are fair and reasonable for the work proposed.
3.
All other provisions of the Contract, which are not expressly
amended herein, shall remain in full force and effect.
OFFICIAL RECORD
City of Fort Worth CITY SECRETARY
CMAR Agreement Amendment FT. WORTH, TX
Page 1 of 3
EXECUTED and EFFECTIVE as of the date subscribed by the City's
designated Assistant City Manager.
APPROVED:
City of Fort Worth
��/
Jesica L. McEachern
Assistant City Manager
DATE : Ap r 1 l, 2023
CMAR
The Fain Group, Inc
L.a riy�i e r�- 9, ?.023 07�.44 CST)
Larry Frazier
President
DATE : M a r 9, 2023
APPROVAL RECOMMENDED:
� �
Dave Lewis
Interim Director, Park & Recreation Department
Contract Compliance Manager:
By signing, I acknowledge that I am the person responsible for the
monitoring and administration of this contract, including ensuring
a11 performance and reporting requirements.
�
%��.� /�'� �
�
Tonda Rice, Park Planner
Park & Recreation Department
APPROVED AS TO FORM AND LEGALITY:
�� � � �y�,
Jeremy Anato-Mensah
Assistant City Attorney I
ATTEST : `-''"fra�
Q� � _��-e�
a
Jannette S. Goodall
City Secretary
Ciry of Fort Worth
CMAR Agreement Amendment
Page 2 of 3
4,d.pUO�n��
a � FORT aa
p�O oa°° °���L�9� d
l.g
Pvo osA
P�pA'� °�o �° ��
V� o p
an nEZA?a�a
M&C: 23-0133
Date: 2/14/2023
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
GUAR.ANTEED MAXIMUM PRICE PROPOSAL
City Secretary No. 52651
Amendment No. 1
Fund-Account-Center
�
PRE-CONSTRUCTION PHASE SERVICES:
30100-0800450-5740010--102749-00378-9999
SUBTOTAL PRE-CONSTRUCTION PHASE SERVICES =
�
CONSTRUCTION PHASE SERVICES (GMP):
30100 0800450 5740010102749 3780
30110 0800450 5740010 102749 3780
30110 0800450 5740010104526 009130 9999
SUBTOTAL CONSTRUCTION PHASE SERVICES (GMP) _
Amount
$25,000.00
$25,000.00
$701,406.
$1,098,593.1
$505,287.1
$2,305,287.1
Ciry of Fort Worth
CMAR Agreement Amendment
Page 3 of 3
BID TABULATION
EngineerConsultant: HaIHAssociates,lnc.
Owner'. Ciry of Lort Worth
City Project No. 102J6
Date:Oc[11,2022
��
8idlist I[em No.
0170.0100
0241.0100
0241.0300
0241.0500
0241.1000
0241.1300
3110.0101
3110.0102
3123.0101
3126.0301
3125.0101
3137.0303
3211.0400
3211.0502
3212.0302
3212.0304
3213.0301
3217.0002
321].0201
321].0301
3217.0401
321"/.0501
3217.3003
3217.2103
3217.2104
3291.0100
3292.0400
3292.0500
3292.0600
3305.0106
34]1.0001
3441.4003
9999.0001
9999.0002
9999.0003
9999.0004
9999.0005
9999.0006
9999.0007
9999.0008
416 6001
416 6004
420 6014
�escriptian
Moblllzation
Remove Sidewalk
�Zemove ADA Ramp
Removc Fence (Various Sizes)
Remove Conc Pvmt
Remave Conc Curb&Gutter
Site Clearing
6"-12" Tree Removal
Undassified Excavation by Plan
Embankment by Plan
SW PPP > 1 acre
5-Inch Concrete Riprap
Hydrated Lime (3616s/sy)
6" Llme Treatment
2" Asphalt Pvmt Type D
4" Asphalt Pvmt Type B
4-Inch Concrete Sldewalk
4" SLD Pvmt Marking HAS (V)
t3" SLD Pvmt Marking HAS (W �
12" SLD Pvm[ Marking HAS (W)
18" SLD Pvmt Marking HAE (W)
24" SLD Pvmt Marking HAE (W)
Lane Legend DBL Arrow
�EFL Raised MarkerTV II-A-A
REFL Raised Marker TV II-GR
Topsoll
Seeding, Hydromulch
Seeding, Soil Retention Blanket
Seeding, Bermuda Sodding
Manhole Adjus[ment, Major
Traffic Control
Fumish/Ins[all Alum Sign Ground Mount City Std.
�ONC PVMT (CONT REINF - CRCP)(7")
TXDOT Ramps (VariousTypes)
Metal Beam Guard Fence (TIM POST)
tiletal Beam Guard Fence Transition (TL2)
6uard Rall End Treatment (Install)
Downstream Anchor Terminal
4-Inch Guardrail Mowsmp
TxDOT Std ftet Wall - RW 1(L) A
-JRILL SHAFT (18 IN)
DRILL SHAFT (36 IN)
a c mNc �Hac��naur�
I 4206038 CLCCONC�HPC�(COL)
I 4206030 CLCCONC(HPC�(CAP)
I 4256036 PRESTRCONCGIR�ER(T%34)
I 4226002 REINFCONCSLAB�HPC)
I 4506031 RAIL�TYC221�(HPC)
I 4546020 SEALEDEXPANSIONJOINT�41N)(SET-8)
I 4006005 CEMSTABILBKFL
I 4226016 APPftOACH5LA8�HPC�
I 4286001 CONCSURFTREAT�CLA5511)
�
IAlternate 1: Lighting Improvements
I 2605.3009 11/2" Candt PVC SCH 80, T
I 3461.1501 �round Box TYPe B
I 3441.1646 umish/InstallType336Arm
I 3441.1771 umish/Install 120-240 Volt Single Phase Metered Pedestal
I 3441.3301 ;dwy Illum Fo�ndation TY 1, 2, and 4
I 3441.3350 umish/Install Rdwy Illum TV 8 Pole
I 3441.3201 ED Lighting Fixture
� 9999.0009 iridge Lighting Foundation
Speclfcatlon
Section No.
01 70 00
02 41 13
IO2 4113
IO2 41 13
02 4115
02 4115
I31 10 00
I3110 00
I31 23 16
� 31 24 00
31 25 00
31 3] 00
32 11 29
321129
32 12 16
32 12 16
32 13 20
32 17 23
321] 23
32 1] 23
32 17 23
321] 23
3417 23
32 17 23
32 17 23
32 91 19
32 92 13
32 92 13
32 92 13
33 OS 14
34]i13
34 G1 30
Tx�OT 360
TxDOT 531
TxDOT 540
TxDOT 540
TxDOT 544
TxDOT 540
TxDOT432
TxDOT423
Tx�OT416
TxDOT416
TxDOT420
TxDOT420
TxDOT420
Tx�OT425
TxDOT 422
Tx�OT450
fx�OT454
TxDOT400
Tx�OT422
Tx�OT428
Unit of
Measure
LS
SF
EA
LF
SV
LF
AC
EA
CY
CY
LS
SY
TN
SY
SV
SY
SF
LF
LF
LF
LF
LF
EA
EA
EA
CV
SV
SY
SV
EA
LS
EA
SY
EA
LF
EA
EA
EA
SV
SF
LF
LF
CY
CY
CV
LF
SF
LF
LF
CV
CY
SV
B�d llnit
quantity price
1 $90,00
50 $
2 $
815 <�
�
�I
26 OS 33 LF 1455
344110 EA 5
�3441 20 EA ]
�3441 20 EA 1
3441 20 EA 5
3441 20 EA 7
3441 20 � EA 7
TX�OT 6194 I EA 2
To[al Allernate 1: Lighling Improvemen[s
' „�
$90,000.00
$5.00
$0.20
$16,300.00
551.00
$1,920.00
561,600 00
$32,500.00
$130,640.00
5]1,616.00
$12,106.64
$21,000.00
$12,500-00�
$13,450.00�
$14,313.00�
$26,278.20�
$2,249.10�
52.145.00�
5140 OOI
$8]5.00
5135.00
$1,]32.50
5800.00
$350.00
$120.00
$19,332.00
$16,503.75
$4,459.00
$2,282 85
56,000.00
515,000.00�
$5,000.00
$56,650.00
$B4OOODOI
$1,150.00�
$2,000.00
$5,750.00
$2,200.00
53,000.00
563,000.00
$I8,000.00
$88.200.00
$9],500.00
$4],500.00
$105,000.00,
$294,150A0�
$244,400.00�
$80,940.00
$9,750.00
$21,450.00
$35,200.00
56,589 20
$1,��1.833.44
$32.5] $4],389.35
$3,]45.54 518,]2].]0
$1,139.95 5],97965
$19,541.95 $19$41.95
$366.41 $1,832.05�
$12,213.72 $85,496.04�
$1,302.80 $9,119.60�
$5,000.00 $10,000.00�
$200,086.34I
Bid Summary
Harper Brothers Construc[ion
Base 8id� $1,]]1,833.44 �
Alternate 1: Lighting Improvements� 52�0,086.34 �
Total Base Bid+Alternate 1: Lighting Improvements� $1,9]1,919.]8 �
�e�e�aico�de�a�:� Szaa,�ozas I
Feel $88,664.89 I
Tatal Guaranreed Maximum Price� $2,305,28I.30
Harper Brothers Construc[ion
654 N. Sam Housion Pkwy
Nousron, Texas 77060
CSC No. 56226-A2
AMENDMENT No . 2
TO CITY SECRETARY CONTRACT No. 56226
WHEREAS, the City of Fort Worth (CITY) and The Fain Group, Inc.,
(CMAR) made and entered into City Secretary Contract No. 56226, (the
CONTRACT) which was authorized by M&C 21-0221 on the 23rd day of March,
2021 for preconstruction services in the amount of $25,000.00 and construction
services in the estimated amount of $ 1,800,000.00, inclusive of the CMAR'
s construction phase fee of 40 of the Cost of Work; and
WHEREAS, the CONTRACT was subsequently revised by: Amendment Number 1
in the amount of $505,287.10 which was authorized by M&C # 23-0133 on
February 14, 2023; Change Order Number 1 in the amount of $95,229.79 which
was administratively authorized on November 6, 2023; and
WHEREAS, the CONTRACT involves a CMAR service for the following
project:
North west Community Park North Road, CPN 102749; and
WHEREAS, pursuant to Article 4 of the Contract, the parties desire
to execute Amendment No. 2 to the CONTRACT to revise the Guaranteed
Maximum Price (GMP) for the construction phase of the Project;
NOW THEREFORE, CITY and CMAR, acting herein by and through their duly
authorized representatives, enter into the following agreement, which
amends the CONTRACT:
1.
The construction budget is amended to be increased in the amount of
$109,448.84, thereby increasing it from $2,400,516.89 to $2,509,965.73;
and (See attached Breakdown Sheet, Page -4-)
2.
The GMP for construction of the Project shall be the amount not to
exceed $2,509,965.73, inclusive of the CMAR' s 4o fee. The GMP proposal
attached hereto is within the project budget and the Staff finds that the
fees and costs are fair and reasonable for the work proposed.
City of Fort Worth, Texas Northwest Community Park North Road
CMAR Agreement Amendment Template 102'749
Page 1 of 4
K�
All other provisions of the Contract, which are not expressly amended
herein, shall remain in full force and effect.
EXECUTED and EFFECTIVE as of the date subscribed by the City's
designated Assistant City Manager.
APPROVED:
City of Fort Worth
i�R.�LR� �Gt�''Gj�(,Ull`j�
Dana Burghdoff (Sep 23, 2� 1723:51 C�l'f
Dana Burghdoff
Assistant City Manager
CMAR
The Fain Group, Inc.
Larry�r�r (S 10, 2025 14:4123 CDT)
Larry Frazier
President
DATE : 09/23/2025
ATTEST:
V � � .;�;�_
Jannette Goodall
City Secretary
APPROVAL RECOMMENDED:
,� � e � Sp
/.y�,,� 5P
Dave Lewis
Director, Park & Recreation Department
DATE:
09/10/2025
�
City of Fort Worth, Texas
CMAR Agreement Amendment Template
Page 2 of 4
Northwest Community Park North Road
102749
Contract Compliance Manager:
By signing, I acknowledge that I am the person responsible for the
monitoring and administration of this contract, including ensuring all
performance and reporting requirements.
�� \�
Jing Yang
Landscape Architect Manager
APPROVED AS TO FORM AND LEGALITY:
��.lJ�G
Douglas Black (Sep 23, 202513:4526 CDT)
M&C No#: 25-0741
M&C Date: 08/12/2025
Douglas W. Black
Sr. Assistant City Attorney
City of Fort Worth, Texas
CMAR Agreement Amendment Template
Northwest Community Park North Road
102749
Page 3 of 4
FUNDING BREAKDOWN SHEET
City Secretary No. 56226
Amendment No. 2
Project CF1- CF2 -
Fund Dept ID Account Bond
ID Activity
Reference
30100 0800450 5740010 102749 003780
33002 0800450 5740010 102749 003780
Total:
Amount
85,730.91
23,717.93
$109,448.84
City of Fort Worth, Texas Northwest Community Park North Road
CMAR Agreement Amendment Template 102749
Page 9 of 4
8/19/25, 4:20 PM
CITY COUNCIL AGENDA
Create New From This M8�C
DATE: 8/12/2025 REFERENCE
N O..
CODE: C TYPE:
M&C Review
**M&C 25- LOG NAME:
0741
��R�' �'�OR71I
��
80NORTHWEST COMMUNITY
PARK NORTH RD AMDT 2
PUBLIC
CONSENT HEARING: NO
SUBJECT: (CD 10) Authorize Execution of Amendment No. 2, in the Amount of $109,448.84, with
The Fain Group, Inc., for the Northwest Community Park North Road Project, Revising
the Guaranteed Maximum Price to $2,509,965.73
RECOMMENDATION:
It is recommended that the City Council authorize execution of Amendment No. 2, in the amount of
$109,448.84 to City Secretary Contract No. 56226, with The Fain Group, Inc., for the Northwest
Community Park North Road project (City Project No. 102749), revising the guaranteed maximum
price to $2,509,965.73.
DISCUSSION:
The purpose of this Mayor and Council Communication (M&C) is to authorize execution of
Amendment No. 2, in the amount of $109,448.84 to City Secretary Contract No. 56226, with The Fain
Group, Inc., for the Northwest Community Park North Road project, revising the Guaranteed Maximum
Price (GMP) to $2,509,965.73.
On March 23, 2021, via M&C 21-0221, the City Council authorized a Construction Manager at Risk
(CMAR) agreement with The Fain Group, Inc., with a Pre-construction Phase Services Fee in the
amount of $25,000.00 and a Construction Phase Services Fee of four percent (4\%) of the GMP within
a project construction budget of $1,800,000.00.
On February 14, 2023, via M&C 23-0133, the City Council authorized Amendment No. 1 in the amount
of $505,287.10 to address higher than anticipated construction costs based on final engineering plans
and additional site lighting.
On November 6, 2023, Change Order No. 1 was administratively executed in the amount of
$95,229.79 for additional stormwater pipes and curb inlet at the Harmond Road connection. Change
Order No. 1 increased the GMP to $2,400,516.89 and added 30 calendar days to the contract time,
increasing the total construction days to 275.
This Amendment No. 2, in the amount of $109,448.84, accounts for project delays and field
modifications as a result of connecting to Blue Mound Road FM 156 which was being reconstructed by
TxDOT at the same time. Amendment No. 2 increases the GMP to $2,509,965.73.
Funding for this amendment is budgeted in the General Capital Project and PARD Gas Lease Capital
Project Funds for the Park & Recreation Department for the purpose of funding the Northwest
Community Park North Road project, as appropriated.
The table below summarizes project CMAR contract amount:
Contract Amount
CMAR Construction ContractAmount $1,800,000.00
CMAR Construction Amendment No. 1
CMAR Construction Change Order No. 1
CMAR Construction Amendment No. 2
Total construction contract Amount
$505,287.10
$95,229.79
$109,448.84
$2,509,965.73
The Northwest Community Park North Road project is located in COUNCIL DISTRICT 10.
apps.cfwnet.org/council_packet/mc review.asp?ID=33601&councildate=8/12/2025 1/2
8/19/25, 4:20 PM
M&C Review
FISCAL INFORMATION/CERTIFICATION:
The Director of Finance certifies that funds are available in the current capital budget, as previously
appropriated, in the General Capital Projects and PARD Gas Lease Capital Project Funds for
the Northwest Park North Road project to support the approval of the above recommendation and
execution of the change order. Prior to any expenditure being incurred, the Park and Recreation
Department has the responsibility to validate the availability of funds.
TO
IFund Department Account Project Program Activity Budget Reference # Amount
I ID I I ID I I I Year I(Chartfield 2) I
FROM
Fund Department Account Project Program Activity Budget Reference # Amount
ID ID Year (Chartfield 2)
Submitted for Citv Manaaer's Office bv: Dana Burghdoff (8018)
Originating Department Head:
Additional Information Contact:
Dave Lewis (5717)
Joel McElhany (5745)
ATTACHMENTS,
102749 CO 2 FID.XLSX (CFW Internal)
80NORTHWEST COMMUNITY PARK NORTH RD CO2 funds availabilit�i.pdf (CFW Internal)
Form 1295 Certificate 101400758 - Siqned.pdf (CFW Internal)
SITE LOCATION - MAP.PDF (Public)
apps.cfwnet.org/council_packet/mc review.asp?ID=33601&councildate=8/12/2025 2/2
����������
TRANSPORTATION AND PUBLIC WORKS
March 2, 2026
The Fain Group, Inc.
2500 Great Southwest Pkwy
Fort Worth Tx 76106
RE: Acceptance Letter
Project Name: Northwest Community Park North Road Improvements
Project Type: Paving
City Project No.: 102749
To Whom It May Concern:
On September 23, 2024 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 November 7, 2024. 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 November 7, 2024, 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-
392-5742.
Sincerely,
��' �a„`�'
Jing Yang , Project Manager
Cc: Sergio Pedroza Garcia, Inspector
Donald Watson, Inspection Supervisor
Oscar Aguillon, Senior Inspector
Jing Yang, Program Manager
Halff Associates, Inc., Consultant
The Fain Group, Inc., Contractor
NA, Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Rev. 8/20/19
CONSENT OF
SURETY COMPANY
TO FINAL PAYMENT
f11.9 UOCUA�IENT G707
OWNER xx
ARCHITECT ❑
CONTRACTOR ❑
SLIRETY ❑
OTHER ❑ Bond # 146804Y
PR07ECT: Northwest Community Park - North Road Improvements, Ft Worth
(name, address)
TO (Owner) City of Fort Worth
1000 Throckmorton
FT. Worth, TX
76102
CONTRACTOR: The Fain Croup, Inc.
ARCHITEC"I''S PROJECT NO:
CONTRAC"[' FOR:
CONTRACT DATE; 03/23/2021
1n accordance with the provisions of the Contcact bet�veen the Owner and the Contcactor as indicated above, the
(here insert name and address of Surety Company)
Westfielcl Insurance Company
P O Box 5001
Westfield Center, OH 442i1-5001
on bond of
(here insert name and address of Contractor)
The Fain Group, [nc.
P O Box 164308
Fort Worth, TX 76161
SURETY COMPANY,
CONTRACTOR,
hereby approves of the final payment to the Contractor, and agrces tliat final payment to thc Contractor shall
not re(ieve the S�irety co���pany of any of its obligations to
(here insert name and address of Ownerl
City of Fort Worth
]000 Throckmorton, FT. Worth, TX 76102
,OWNER.
as set forth in thc said Surety Company's bond
1N WITNESS W}-IEROF,
TIIe S�u•ety Company has Ilereunto set its hand this 6th day of November, 202�.
Westfield Insurance Company
Atlest , � �'�
(sealj: .���
Suretv Co unv
. . �
�
Sign• ure o �Authorized �te}�resentative
Johnm -ioss, Attorney-in-F�ict
"I�itic
NOTL l hi� Ibnn is to bc uscA as a compamon documem to AIA DOCUMENT G70G, CONTR.ACTOR'S AFFfDAVIT OF PAYiUENT OF DC[3T AND CLAJNIS'
Cunenl Edi�ion '
AI:� UOCUNIENT G707 * CONSGNT OF SURETY COMPANY TO FINAL PAYMENT •.4PRIL 1970 EDITION'Alr\
197U TI IF .4MERICAN INSTITUTE OF ARCHITL-CTS. I iii tiEW YORK AVE N�4' N'ASHINGTON, D C. 2006
WARNING: Unlicensed photocopying violates U.S. copyright laws and is subject to legal prosecu6on.
,* �.
THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME
POWER # AND ISSUED PRIOR TO 10/10/24, FOR ANY PERSON OR PERSONS NAMED BELOW.
General
Power
of Attorney
CERTIFIED COPY
POWER NO. 4220012 14
Westfield fnsurance Co.
Westfield National Insurance Co.
Ohio Farmers Insurance Co.
Westfield Center, Ohio
Kno�v A!i Ivten Ly These Presents, That WESTFIELD iNSURANCE COMPANY. WESTFIELD NATIONAL INSURANCE COMPANY and OHIO
FARMERS iNSURANCE COMPANY, cc,rporations, Piereinafter referred to indivldually as a"'Company' ancl collectively as "Cor��panies," duly
o�ganized and existing under the la�vs of the State of Ohio; and having its prmcipal office in Westfield Center; Medina County, Ohio, do by these
presents n�aE:e, constitute and appoint
TONY FEERRO, JOHNNY MOSS, JAY JORDAN, JEREMY BARNETT, JADE PORTER, ROBERT G. KANUTH, JARRETT WILLSON,
JACK NOTTINGHAM, BRADY WILSON, BRENNAN WILLIAMSON, JAROD JAGGERS, CALEB HALE, RYAN COX, JOINTLY OR
SEVERALLY
of ROCKWALL and state of TX its true and lawful Attorney(s)-in-Fact, with full power ar�d authority hereby confen�ed in its name.
place and stead, to exec�rte, acknowledye and deliver any and atl bonds, recognizances, undertakings, or other instruments or contracts of
suretyship in any penal limit, and to bincl any of the Companies tliereby as fully ar�d to the same extent a; if such honcls were slgned by the
Presiderit, sealed v�nth the corpa�ate seal of the ap�_,licable Conipany and duly attested by its Sea�etary. hereby ratifyiny and confirrr�my all tP�at the
said Attorneylsl-in-Fact rnay do in the prernises. Sald appointr��ent is made urider and by authority of the followinU resofution adopted by the
E3oard of Director�s of each of the �VESTFIELD INSURANCE COMFANY, WESTRELD NATIONAL INSURANCE COMPANY and OHIO FARMERS
Ih'SURANCE COMPANY:
'Be It Resolveci, that tlie President, any Senior Executive, any Secretary or any Ficielity & Surety Operations Exccutive �r otl�ier Exec� itive sl-iall
be and is I�ereby vested �vith f�_ill po+nier and authority to aF�pomt any one or rnore si.iitable persons as Attorney(sl-in-Fact to represEnt and ar.t for
and rm behalf of the Corripany sub�ect to thP follo�n�iny provisions:
The Attorney-urFacf may be give.n full povde� and autlionty for and in Uie name of and on behalf of the Company, to execute; ac.F:nowledge and
deliver, any and all honds, reco�nizances, contr�acts, agreements of n-idernnity ancl ott�er conditiorial or obligatory undertakings and am� and all
notice_ and docurnents canreliny or terrrunating tl-�e Company's liabilrty thereunder, and nny such n�istruments so ex�ruterJ by anV such
Attorncy-in-Fact shall be as bindinq upon the Company as if slgned bV the President and sealed ancl attested by the Corporate Sea�eta��y."
"'Be �t Further 1?esotved, that the signature of any such cfesiynated person and the seal of the Company heretofore or hereafter affixed to any
power of attorne�� or a��y certificate relatinp thereto by facsirnile, and any power of attorney or certificate beannc� facsimile signatures or facsnnile
seal shall be valid and bindinc3 uF>on the Company with respect to any bond or undertak.ing to �n�hich it is attachecl," (Each adopted at a meetmg
helci ot� Feb� �.iary 8. 2000}.
!n Witness Whereof, WESTFIELD INSURANCE COMPANY, bVESTFIELD NATIONAL INSURANCE COMFANY and OHIO FARMERS INSURANCE
COMPANY have caused these presents to be siyned by their National Surety Leader and Senior Executive and their corporate seals to be hereto
affixed this 10th day of OCTOBER A.D., 2024 .
Corporate ,,.�•�•"'4�•�,
Affixed f a\�gU��`,C�,�"�
.a: ' �a. ••. �, -
j�� a7L�L :�v
.
:� �.
,� .. J�
�,,a,, '.•1. "es �: • �r +
5tate of Ohio �^"��M„^'"
COUllty O( MF.CIII"ia SS.:
`,� �:'.
=- SE�IL '^-=
-
.;.
;�NSUR,j�;-,,,
..... , c� ;r
�1ARTfR f� :. � �
:�_
g�4� :� =
... �o
WESTFIELD INSURANCE COMPANY
WESTFIELD NATIONAL INSURANCE COMPANY
OHIO FARMERS INSURANCE COMPANY
By:
Gary W. Stumper, National Surety Leader and
Senrot� Executive
Or� this 10th day of OCTOBER A.D., 2024 , hefore me personally came Gary W. Stumper to rne I<no�,vn, vdho. being by me duly sUdorn,
did depose and say, that he resides in Medina, OH; that he is National Surety Leader and Senior Executive af WESTFIELD INSURANCE
COMPANY, �NESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS IMSURANCE COMPANY; rfie cornpanies desa'ibed in and vdhicli
executed the above ir�strument: that I�e knovds the seals of said Cornparues: that the seals affixed to said instrurnent are such corporate seals; tPiat
they v��ere so affxed by order of the Board� of Directa�s of said Companies; and that he signed his nai��e thereto by like order.
Notanal �n���.�,,.,.
sea I ,�•`•,,� \ A � S•.,,
�,'fi>terl �P........., .,. �
Q: `����//j�F�:
Z�� A
state of ohio `_,,n� �� David A. Kotnik, Attorney at Law, Notary Puhlic
County of Medina ss.: y ~•�.� .• My Cornrrussion Does Not Expire (Ser,. 147.03 Ohio Revised Cocte}
r� oF o
I, Frank A. Carrino, Secretary of VJESTFIELD INSURAPJCE COMFANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS
{NSURANCE COMPANY, do hereby r,ertify that the above and foregoing is a true and correct copy of a Po}nier af Attorney. exFr,uted t�y said
Companies, which is sUll in full force and effec,t: and furthermore, the resolutions r�f the F3oarcls of Directors. set out in the Pov✓er oi Attorney are
in full force and effect.
In ,U,/-t1U�Ie.sJs bVhereof, I have herei.into sPt rny tiand and affixed the seals of saicJ Companies at Westfield CPnter, Ohio, this � day of
NO�I�.+�'°�A.D., a.p�rj,
,r'��gURa(�r�,••, "�1i`,�J�',i�
��. '�,' .�v:a -�``" -
�� �L�.� :�� _:�;, sr��l. _
yj•. � , ; ��� = ' -
�`°'4n.��.„��y ���i*„��
BPOAC2 (coirbined) (05-24)
` ���C�rSU�q,��,��a
�� ,... •-
_ �.' 1{ARtfR D'€'' 3
:�:c���� .�a =
°• .... �c
�� / � f
/ � �-r[} .S'esrt:ury
Frank A. Carrino, Secretary
AFFIDAVIT
STATE OF Texas
COLJNTY OF Tarrant
Before me, the undersigned authority, a notary public in the state
and county aforesaid, on this day personally appeared Steven Aguirre,
Project Manager Of Fain Group 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;
City of Fort Worth CMAR North Community Park Road Improvements
Project CPN102749
BY '��
Steven Agui�rre, Proj ect Manager
Subscribed and sworn before me on this date 20 of February, 2026.
- �`���Yp�'� KRISTI TREES
: ,�`.... a :
-2:' �_ �lotary Pubiic, 5tate of Texas
- �`�`_z; Comm. Ex
=, •....•• . : Pires 04-1 �2027 '
Notary Public �°%�°;,;;�� Notary ID 124427334
Tarrant, Texas � --�� �• =- -
Affidavit of Compliance with
City of Fort Worth
Prevailing Wages
i Steven Aguirre Project Manager
(Name of person signing affidavit) (Title)
do hereby certify that the wages paid to all employees of Th2 Falf1 GfOUp, LLC
(Company Name)
for all hours worked on the
City of Fort Worth CMAR Northwest Community Park North Road Improvements CPN102749
(Project name and location)
project, during the period from 04/24/2023
to 12/16/2024
(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 certifythat 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.
�`
i '' `f" \ ,-�---
, � —
(Signature of Officer or Agent)
Sworn to and subscribed in my presence this 20
day of February
20 26 .
.�"""'�� KRISTI TREES
' `O �yY PUB : _
__: : �_Notary Public, State of Texas
_�^� :�.'�; Comm. Expires 0�-15-2027 _
,� '�-•-' +�
�%;� ��}��` Notary ID 12e427334
� � �
���/� �� ,� �����
V�hVvU
(Notary Public)
Revised 3/08/20Z4