Loading...
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