Loading...
HomeMy WebLinkAbout062389-FP1 - Construction-Related - Contract - Cutler Repaving Inc.FORTWORTHo TRANSPORTATION AND PUBLIC WORKS -FP1 NOTICE OF PROJECT COMPLETION City Secretary No: 62389 Date Received: 03/04/2026 City Project No: 105647 Regarding Contract 62389 2025 Hot-In-Place Recycling, ContraCt 1 for as required bythe Transportation & Public Works Department as approved by City Council on 1 1/12/24 through M&C 24-0985 , the Director of the Transportation & Public Works Department, upon the recommendation of the Assistant Director of the Transportation & Public Works Department, has accepted the project as complete. Original Contract Amount: $3,138,046.22 Days 210 Amount of Approved Change Orders: �0.00 No � Days Added by CO � Revised Contract Amount: $3,138,046.22 Total Days 210 Total Cost of Work Completed: �2,205,195.90 Days Charged 157 Less Deductions: Liquidated Damages: Pavement Deficiencies: Total Deduction Amount: Total Cost of Work Completed: Less Previous Payments: Final Payment Due: /Day = �0.00 Days @ i� 1 1 1 $2,205,195.90 ($ 2,094,936.06) $110,259.84 pq�"VIGIq L. WqG�SqG� Par���a � wadsa�k �Ma� a zoze n ae so csr� Recommended for Acceptance Assistant Director, Transportation & Public Works — Capital Delivery 03/03/2026 Date ���^� 03/03/2026 Lauren Prieur (Mar 3. 2026 17:5128 CSTI Accepted Date Director, Transportation & Public Works OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FaRT VV��TH��a TPW Construction Invoice City Secretary Contract Number: C562389 Project: 105647 - 105647 - 2025 Hot In Place Recycling Contract 1 Cantract Name: 2025 Hotln-Place Recycling 1 To: CUTLER REPAVING INC 921 E 27TH ST LAWRENCE, KS 66046-4917 SupplierlD: 0000025444 Contract Summary: Purchase Order: NON-PO Invoice Number: CS62389-010-FINAL+GS-C-1 Invoicing Period (From —To): 11.01.2025 to 11.01.2025 1. Original Contract Amount 2. Net Change by Change Orders 3. Current Contract Amount (Line 1+/- Line 2f 4. Total Completed and Stored to Date (Progress Estimate, Construction Allowance, and Change Orders) 5. Amount Retained (5.00%) 6. Amount Eligible to Date (Line 4—Line SJ 7. Less Previous Payments (Line 6 from prior Invoice) 8. Amount Due this Application 9. Balance to Finish, Plus Retainage (Line 3 — Line 6) 10. ContractTime a. Days Awarded b. Days Added by Change Order c. Total Contract Days Awarded d. Days Charged this Invoice e. Days Charged from Previous Invoice(s) f. Contract Days Remaining $3,138,046.22 $0.00 $3,138,046.22 $2,205,195.90 $0.00 $2,205,195.90 $2,094,936.06 $110,259.84 $932,850.32 210 0 210 0 157 53 Payment Application Date: 12.18.2025 Estimate Number: 9 Project Manager: Hafez, Marwan Roles Inspector: Sr.lnspector: Project Manager: Contractors Certification: Payment Approvals Date: The Contractor certifies with the submittal of this document and associated Payment Request Submittal on the City of Fort Worth eBuilder system that to the best of their knowledge: (1) all previous progress payments received from Owner on account of Work done under the Contract have been applied on account to discharge Contractor's legitimate obligations incurred in connection with Work covered by prior Applications for Payment; (2) title of all Work, materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to Owner at time of payment free and clear of all Liens, security interests and encumbrances (except such as are covered by a Bond acceptable to Owner indemnifying Owner against any such Liens, security interest or encumbrances); and (3) all Work covered by this Application for Payment is in accordance with the Contract Documents and is not defective. Liquidated Damages @$ 650.00 x day �iic.+.�¢d l/¢a,�ai�n.� Page 1 of 6 FaRTVV��TH� TPW Construction Invoice Funding Distribution: Funding Identification (FIDs) �mnn nonnn�, ��nmm� ,nccn�_nnc�on_nnnn Contract Bid Items: A Bid Item Description No. Unit 0170.0101 Specified 1.001 Remobilization Unit 0241.1300 Remove Conc 1.002 Curb&Gutter Unit 3216.0102 7" Conc Curb and 1.003 Gutter Unit 0241.0401 Remove Concrete 1.004 Drive Unit 3213.0401 6" Concrete 1.005 Driveway Unit 0241.0100 RemoveSidewalk 1.006 Unit 3213.0301 4" Conc Sidewalk 1.007 Unit 3213.0311 4" Conc Sidewalk, 1.008 Adjacent to Curb Unit 0241.1400 Remove Conc 1.009 Valley Gutter Unit 3216.0301 7" Conc Valley 1.010 Gutter, Residential Unit 3213.0322 Conc Curb at Back 1.011 ofSidewalk Unit 3232.0100 Conc Ret Wall 1.012 Adjacent to Sidewalk Unit 0241.0300 Remove ADA Ramp 1.013 � Spec. UoM Bid Section Quantity No. EA LF LF SF SF SF SF SF SY SY LF SF EA Amount Earned $ 00 B Unit Price Bid Value 1 $ 1,000.00 5 1,000.00 1,905 $ 2.23 $ 4,248.15 1,905 $ 92.55 $ 176,307.75 4,692 $ 2.23 $ 10,463.16 4,692 $ 17.84 $ 83,705.28 4,140 $ 2.23 $ 9,232.20 324 $ 13.38 $ 4,335.12 3,816 $ 13.38 $ 51,058.08 216 $ 20.07 $ 4,335.12 216 $ 180.63 $ 39,016.08 100 $ 33.45 $ 3,345.00 100 $ 22.30 $ 2,230.00 25 $ 223.00 $ 5,575.00 C Estimated Quantity Installed this Period 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 Retainage (FIDs) � 30100-2060000-105647-RETAIN D E F Value this Previously Previously Period Installed Installed Quantity Value 5 00 0.0000 5 00 $ .00 1,796.0200 $ 4,005.13 $ .00 1,796.0200 $ 166,221.65 $ .00 960.8800 $ 2,142.76 5 00 9ao.ssoo S n,iaz.io $ .00 1,609.1000 $ 3,SS830 $ .00 1,609.1000 $ 21,529.76 $ .00 0.0000 $ .00 5 00 �o.zaoo $ i,ao9.n $ .00 70.2400 $ 12,687.46 $ .00 0.0000 $ .00 $ .00 0.0000 $ .00 5 0o is.0000 5 a,oia.00 Retainage Amount to Pay -$110,259.84 $110,259.84 G H I J K Materials Total Completed Retainage % Balance to Presently and Stored to this Period (H/B) Finish Stored Date(D+F+G) (B-H) (not in F) S o0 5 00 5 ao o.00i 5 s,000.00 $ .00 $ 4,005.13 $ .00 94.28% $ 243.02 $ .00 $ 166,221.65 $ .00 94.28% $ 10,086.10 S oo S z,iaz.�e S oo zo.asr 5 a,azo.ao $ .00 $ 17,142.10 $ .00 20.48% $ 66,563.18 $ .00 $ 3,588.30 $ .00 38.87% $ 5,643.90 $ .00 $ 21,529.76 $ .00 496.64% $- 17,194.64 $ oo S oo S o0 o.00r $ ss,oss.os 5 00 5 s,ao9.�i 5 0o azszi 5 z,ers.ai $ .00 $ 12,687.46 $ .00 32.52% $ 26,328.62 S o0 5 .o0 5 00 o.00i 5 s,sas.00 S o0 5 00 5 00 o.00i 5 z,zso.00 S o0 5 4Aia.00 5 00 �z.00�i 5 i,s6i.00 Page 2 of 6 FaRTVV��TH� TPW Construction Invoice Bid Item Description No. Unit 3213.0501 Barrier Free Ramp, 1.014 Type R-1 Unit 3213.0503 Barrier Free Ramp, 1.015 Type M-1 Unit 3213.0504 Barrier Free Ramp, 1.016 Type M-2 Unit 3213.0506 Barrier Free Ramp, 1.017 Type P-1 Unit 3213.0507 Barrier Free Ramp, 1.018 Type P-2 Unit 3212.0600 HMAC Pavement 1.019 Level Up Unit 3212.0401 HMACTransition 1.020 Unit 9999.0000 Asphalt Pavement 1.021 Base Repair Unit 0241.1000 Remove Conc Pvmt 1.022 Unit 3213.0102 7" Conc Pvmt 1.023 Unit 9999.0000 Flexible Base, Type 1.024 A, GR-2 Unit 0241.1505 1" Surface Milling 1.025 Unit 9999.1005 1" HMAC Hot-In- 1.026 Place Recycling Unit 9999.1015 Rejuvenating Oil @ 1.027 10% Unit 3212.0301 1"AsphaltPvmt 1.028 Type D(Virgin PG 70-22 DG-D) Unit 3123.0102 Unclassified 1.029 Excavationby5urvey Unit 3292.0100 BlockSod 1.030 Placement Unit 3217.5001 Curb Address A Spec. Section No. B UoM Bid Unit Price Bid Value Quantity Ea 16 $ s,onso S ao,zao.oa EA 1 $ 3,345.00 $ 3,345.00 EA 1 $ 3,345.00 $ 3,345.00 EA 6 $ 5,017.50 $ 30,105.00 en i S s,ovso S s,onsa TN 70 $ 160.00 $ 11,200.00 TN 70 $ 190.00 $ 13,300.00 CY 850 $ 390.00 $ 331,500.00 sv zoo S zo.o� 5 4,oia.00 SY 200 $ 180.63 $ 36,126.00 CY 50 $ 78.05 $ 3,902.50 SY 102,827 $ 2.70 $ 277,632.90 SY 102,527 $ 4.20 $ 431,873.40 GA 10,283 $ 4.50 $ 46,273.50 SY 102,827 $ 8.98 S 923,386.46 cv 1so 5 izo.00 5 sa,000.00 sv i,000 5 zz.so 5 zz,soo.00 EA 32 $ 111.50 $ 3,568.00 C Estimated Quantity Installed this Period 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 D E F Value this Previously Previously Period Installed Installed Quantity Value S oo z.0000 S io,oss.00 $ .00 0.0000 $ .00 $ .00 0.0000 $ .00 5 00 1e.0000 5 ao,zao.00 5 00 0.0000 5 00 $ .00 153.4000 $ 24,544.00 $ .00 0.0000 $ .00 5 0o ssl.ezoo 5 zis,lai.so 5 00 0.0000 5 00 $ .00 0.0000 $ .00 $ .00 0.0000 $ .00 $ .00 91,054.560 $ 245,848.13 0 $ .00 91,054.860 $ 382,430.42 0 $ .00 11,064.420 $ 49,789.89 0 $ .00 0.0000 $ .00 $ .00 89.9800 $ 10,797.60 5 0o zzs.0000 5 s,oi�.so $ .00 0.0000 $ .00 G H I J K Materials Total Completed Retainage % Balance to Presently and Stored to this Period (H/B) Finish Stored Date(D+F+G) (B-H) (not in F) S oo $ io,oss.00 S oo szsoi S�o,zas.00 $ .00 $ .00 $ .00 0.00% $ 3,345.00 $ .00 $ .00 $ .00 0.00% $ 3,345.00 S oo S ao,zao.00 5 00 266.67% 5- so,l�s.00 S o0 5 00 5 ao o.aoi 5 s,oi�.so $ .00 $ 24,544.00 $ .00 219.14% $- 13,344.00 S o0 5 0o S o0 o.00r $ 13,300.00 $ .00 $ 215,131.50 $ .00 64.90% $ 116,368.20 S o0 5 00 5 00 o.00i 5 4,ola.00 $ .00 $ .00 $ .00 0.00% $ 36,126.00 S o0 5 00 5 00 o.00i 5 3,9oz.so 5 00 5 zas,sas.ls 5 ao asssi S 31,�sa.n $ .00 $382,430.42 $ .00 58.55% $ 49,442.98 $ .00 $ 49,789.89 $ .00 107.60% $- 3,516.39 $ .00 $ .00 $ .00 0.00% S 9z3,386.46 $ .00 $ 10,797.60 $ .00 59.99% $ 7,202.40 S o0 5 s,ai�.so 5 ao zz.soi 5 l�,zaz.so S oo S oo S o0 o.00r S 3,s6s.00 Page 3 of 6 FaRTVV��TH� TPW Construction Invoice A B C D E F G H I J K Bid Item Description Spec. UoM Bid Unit Price Bid Value Estimated Value this Previously Previously Materials Total Completed Retainage % Balance to No. Section Quantity Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish No. Installed this Quantity Value Stored Date (D+F+G) (B-H) Period (not in F) 1.031 Painting Unit 3291.0100 Topsoil CY 150 $ 78.05 $ 11,707.50 0.0000 $ .00 30.0000 $ 2,341.50 $ .00 $ 2,341.50 $ .00 20.00% $ 9,366.00 1.032 Unit 3110.0102 6"-12" Tree EA 4 $ 2,000.00 $ 8,000.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 8,000.00 1.033 Removal Unit 3110.0105 24" and LargerTree EA 1 $ 4,500.00 $ 4,500.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 4,500.00 1.034 Removal Unit 9999.10001rrigation LS 1 $ 35,000.00 $ 35,000.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 35,000.00 1.035 Adjustment & Landscape Repair Allowance Unit 3305.0111 Water Valve Box EA 2 $ 250.00 $ 500.00 0.0000 $ .00 6.0000 $ 1,500.00 $ .00 $ 1,500.00 $ .00 300.00% $- 1,000.00 1.036 Adjustment (With Steel Riser) Unit 3305.0112 Water Valve Box EA 12 $ 536.25 $ 10,035.00 0.0000 $ .00 8.0000 $ 6,690.00 $ .00 $ 6,690.00 $ .00 66.67% $ 3,345.00 1.037 Adjustment (With Conuete Riser) Unit 33122003 1-Inch Standard EA 4 $ 27SJ5 $ 1,115.00 0.0000 $ .00 1.0000 $ 278J5 $ .00 $ 278J5 $ .00 25.00% $ 53625 1.038 Plastic Meter Box Unit 3312.2003 1-Inch Standard EA 4 $ 278.75 $ 1,115.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 1,115.00 1.039 Concrete Meter Box Unit 3305.0112 Manhole EA 26 $ 1,115.00 $ 28,990.00 0.0000 $ .00 7.0000 $ 7,805.00 $ .00 $ 7,805.00 $ .00 26.92% $ 21,185.00 1.040 Adjustment (With Concrete Collar) Unit 3349.5005 Remove and EA 1 $ 5,575.00 $ 5,575.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 5,575.00 1.041 Replace Inlet Top, 5' Unit 3349.5006 Remove and EA 2 $ 7,805.00 $ 15,610.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 15,610.00 1.042 Replace Inlet Top, 10' Unit 3346.0101 6" Perforated LF 100 $ 55.75 $ 5,575.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 5,575.00 1.043 Subdrain Pipe Unit 3441.1301 Loop Detector Cable LF 600 $ 62.00 $ 37,200.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 37,200.00 1.044 Sawcut Unit 3441.130214AWG Loop LF 600 $ 10.00 $ 6,000.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 6,000.00 1.045 Detect Cable Unit 0241.1600 Butt Milling LF 450 $ 2.70 $ 1,215.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 1,215.00 1.046 Page 4 of 6 FaRTVV��TH� TPW Construction Invoice A B C D E F G H I J K Bid Item Description � Spec. UoM Bid Unit Price Bid Value Estimated Value this Previously Previously Materials Total Completed Retainage % Balance to No. Section Quantity Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish No. Installed this Quantity Value Stored Date (D+F+G) (B-H) Period (not in F) Unit 3217.4301 Remove 4" Pvmt LF 100 $ .OS $ 5.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 5.00 1.047 Marking Unit 3217.4302 Remove 6" Pvmt LF 100 $ .OS $ 5.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 5.00 1.048 Marking Unit 3217.4303 Remove8"Pvmt LF 100 $ .OS $ 5.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 5.00 1.049 Marking Unit 3217.4304 Remove 12" Pvmt LF 100 $ .OS $ 5.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 5.00 1.050 Marking Unit 3217.4306 Remove 24" Pvmt LF 300 $ .OS $ 15.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 15.00 1.051 Marking Unit 3217.0101 6" SLD Pvmt LF 14,124 $ 1.11 $ 15,677.64 0.0000 $ .00 10,755.000 $ 11,97135 $ .00 $ 11,971.35 $ .00 76.36% $ 3,706.29 1.052 Marking HAS (W) 0 Unit 3217.0102 6" SLD Pvmt LF 27,094 $ 1.11 $ 30,074.34 0.0000 $ .00 21,304.000 $ 23,647.44 $ .00 $ 23,647.44 $ .00 78.63% $ 6,426.90 1.053 Marking HAS (Y) 0 Unit 3217.0103 6" BRK Pvmt LF 6,527 $ 1.39 $ 9,072.53 0.0000 $ .00 6,406.0000 $ 8,90434 $ .00 $ 8,904.34 $ .00 98.15% $ 168.19 1.054 Marking HAS (W) Unit 3217.0107 6" BRK Pvmt LF 721 $ 1.39 $ 1,002.19 0.0000 $ .00 520.0000 $ 722.80 $ .00 $ 722.50 $ .00 72.12% $ 279.39 1.055 Marking HAS (Y) Unit 3217.0201 8" SLD Pvmt LF 3,564 $ 1.67 $ 5,951.88 0.0000 $ .00 1,125.0000 $ 1,878.75 $ .00 $ 1,878.75 $ .00 31.57% $ 4,073.13 1.056 Marking HAS (W) Unit 3217.0301 12" SLD Pvmt LF 100 $ 5.55 $ 555.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 555.00 1.057 Marking HAE (W) Unit 3217.0401 18" SLD Pvmt LF 100 $ 6.66 $ 666.00 0.0000 $ .00 281.0000 $ 1,871.46 $ .00 $ 1,871.46 $ .00 281.00% $- 1,205.46 1.058 Marking HAE (W) Unit 3217A501 24" SLD Pvmt LF 1,392 $ 8.16 $ 11,358J2 0.0000 $ .00 1,145.0000 $ 9,343.20 $ .00 $ 9,343.20 $ .00 52.26% $ 2,015.52 1.059 Marking HAE (W) Unit 9999.000 Legend Yield Symbol EA 12 $ 9435 $ 1,132.20 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 1,132.20 1.060 (36 x 24, Yield Symbol) Unit 3217.2103 REFLRaisedMarker EA 435 $ 6.66 $ 2,897.10 0.0000 $ .00 442.0000 $ 2,943.72 $ .00 $ 2,943.72 $ .00 101.61% $- 46.62 1.061 TY I I-A-A Unit 3217.2104 REFLRaisedMarker EA 945 $ 6.66 $ 6,293.70 0.0000 $ .00 996.0000 $ 6,63336 $ .00 $ 6,633.36 $ .00 105.40% $- 339.66 1.062 TY I I-C-R Unit 3217.1003 Lane Legend DBL EA 4 $ 277.50 $ 1,110.00 0.0000 $ .00 4.0000 $ 1,110.00 $ .00 $ 1,110.00 $ .00 100.00% $ .00 1.063 Arrow Unit 3217.1002 Lane Legend Arrow EA 32 $ 177.60 $ 5,683.20 0.0000 $ .00 29.0000 $ 5,150.40 $ .00 $ 5,150.40 $ .00 90.63% $ 53Z80 Page 5 of 6 FaRTVV��TH� TPW Construction Invoice A B C D E F G H I J K Bid Item Description Spec. UoM Bid Unit Price Bid Value Estimated Value this Previously Previously Materials Total Completed Retainage % Balance to No. Section Quantity Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish No. Installed this Quantity Value Stored Date (D+F+G) (B-H) Period (not in F) 1.064 Unit 3217.1004 Lane Legend Only EA 16 $ 205.35 $ 3,285.60 0.0000 $ .00 16.0000 $ 3,255.60 $ .00 $ 3,285.60 $ .00 100.00% $ .00 1.065 Unit 3471.0002 Portable Message WK 12 $ 700.00 $ 8,400.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 8,400.00 1.066 Sign Unit 3471.0001 Treffic Control MO 9 $ 14,000.00 $ 126,000.00 0.0000 $ .00 6.0000 $ 84,000.00 $ .00 $ 84,000.00 $ .00 66.67% $ 42,000.00 1.067 Unit 3110.0101 Site Clearing SY 100 $ 22.20 $ 2,220.00 0.0000 $ .00 0.0000 $ .00 $ .00 S .00 5 .00 0.00% S 2,220.00 1.068 Unit 9999.1003 Paving Construction 0 $ 150,000.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 150,000.00 1.069 Allowance Unit 9999.0004 1" Asphalt Pvmt 5P- SY 102,827 $ 8.44 $ 867,859.88 0.0000 $ .00 91,054.560 $ 768,503.02 $ .00 $ 768,503.02 $ .00 88.55% $ 99,356.86 1.070 D(PG 70-22 Superpave SP-D) 0 Unit Deduct Item 28-B (Please enter NA 102,827 $- S.9S $- 923,386.46 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $- 923,386.46 1.071 a negative number for the Unit Price.) $3,138,046.22 $ 0.00 $2,205,195.90 $ 0.00 $2,205,195.90 $- 70.27% $ 932,850.32 110,259.84 Page 6 of 6 CONSENT QF SURETY TO FINAL PAYMENT .� r��e� G�a� Rnnr� Nn R74?�45A� TO OWNEE7: �rop�n� �,�d�d�� City of Fort Worth 100 Fort Worth Trail Fort Worth, TX 76102 ��20JECT: (Ndmr anr! a�td�xctl OWNRR ARCH1TfiCT corr�rx�cln� SUR�"I'1' C3THF.R ARCHIT'ECT'S PR�JECT �V�.: ■ ■ ■ :. ■ C�NTRACTFOR: 2025 Hot in Place Recycling Contract 1, City Project No. 105647 CONTRACT DATED: 2025 Hot in Place Recycling Contract 1, City Project No. 105647 in accnrciance v,rieh the provlsions of the Cantract between the Owner and the Contractcx as indic.,dtc�l alx�ve, th� pnt�w2 nainrai►d atddieecojSY�refjl Liberty Mutual Insurance Company 175 Berkeley Street Boston, MA 02116 on hond oP (Inaerr name anrl addrmxs�Conr�adur) , SIJRFTY, Cutler Repaving, Inc. 921 East 27th Street Lawrence, KS 66046 , CON'TRr�CTOR, hereby approves of the flnal paymenr ea rhe Connac�nr, and agrees that flnaE paymcnt ca r]�e Ccantraccor shalf nc�t re}leve dze Surery vf any of 1�s obliga[lons co f67�rR nunaeurrd ad�li-e.tc ojQu nc�J c�ty of Fort wo�tn 100 Fort Worth Trail Fort Worth, TX 76102 , avmrax, zs sec fna�cri in said Surety's iwnd. IN WiTl�IESSVOHER�sOF, the SUrery has hereunta set irs hand c�n �his date; DeCember 17, 2025 (l�tsart fr� dt7i1N� rbr �xonrbJotJour�lhl� tfic munc�-ic ck+rrunrl,�cwr.1 A�tESY: (Se$1): �at�`��� �9�c� � � 1912 � �i �9S'SAC}lif%�p? * Libertv Mutual Insurance Com�an� ,,. '��, � .' ',ti � L �'� �� . V1z_ , . . . , LQ�'. f �+_� � , . 0.T� � �4--aK`O � �t'.r��rC��' � eJ �/� (�q,iuh�rriofuudla�ircf�rp�s.�+z+�r�a�it+rJ � � .. ti � `�?r •, l".` `^ � •y • ' • ,� � � �' CEara R Na�arro Abela, Attorney-in-Fact >��, � ti �� ; _ (Pltltler/ �fa7rre mrd iitlC) -`� t f' A�A 5 � r`' �i,,� - c�!'� Q . '� � �,� 'ii�,�� G707--1994 _ Libcrty 1Vlutual. SURETY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duty organ¢ed under the laws of the State of New Hampshir�, ihat Liberty Mutual Insurance Company is a cn�rabon duly organired under the laws of Ihe State of Massachusetts, and West Amerrcan Insurance Company is a corporaUon duly orgart�zed under !he laws o( Ihe State of Indiana (herein colleclive{y cal6e� the "Compames'7, pursuan� to and 6y aulhaniy herein sel iorth, does hereDy name, constitule and appoint Cfara R Na�arro A6e[a all of Ihe city of �chifa , slate of KS tls true and laxdul allomoy-rndac:i. with full power and authanty heB6y wnfened to sign, execute and acknowledge fhe following surety bonds, underlakings, recognrzances, coniracis of indernnily, and all other sure(y oblegal�ons redaSerl thereta. Ihe exeahon of which shall be binding upon the Companies as if it had been duty signed and executed by ifs own o�ice�s: Principal Name: Cutler R@pavina. Inc. Oblfgee Name: CitV of Fort Worth 3urety Bond Number: 674224592 Band Amount• 9ee Bond Fwm � N � c fU = L �� � � � U � O � N � �� 7 a � '� f0 O � � Qj O O y C � uS � rn� �� � C � �? o ca a >. fII C > � o ` ZU' IN WITNESS WHEREOF, this Power ofAttomey has been subsc�ibed by an author¢ed oficer or offiaal of the Companies and the co�porate seals of lhe Companies have been affuced Iheretothis 17th dayof December 2025 STA7E OF PENNSYLVANIA ss COUNTY OF MONTGOMERY POWER OF ATTORNEY Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company Liberty Mutual Insurance Company A� 1NSU,qR A��Y 1HSVq � tr�suqq The Ohio C�ualty Insurance Company �J�`p0.PO�t�Oy� e�=`QqPOq� qy VP`aRroq,�r yr We,ytAmericanlnsuranceCompany f �� ° � �'? �fi � 1912 � 0 1919 � 4 1991 0 -'�_/�j � Y 9„ i Sy S�i�w P � S Q1/�1 �j� 6�CNU9e aa G �NAF14'�� a� Y 4UTAMP D� g�� ��� .9y1 r�ad s3M • 1�� By. Nathan J Zangetie, A9sistant Seaetary On Ihis 17th day oF December , 2025 ,�{ae me personally appeared Nalhan J. Zangerte, who adcnowledged himself to be Ihe Assistant Secrefary of Liberly Mutual Irqurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being aulhorized so to do, execute the fo�egoing instrument for the purposes therein confaned by signing on behalf of the corpora6ons by himseli as a duty author¢ed oificer. IN WfTNESS WHEREOF, I have hereunto subscribed my name and affixed my noharial seal at Plymouth Meeting, Penrisylvania, on Ihe day and year first above wriften. r�a � .�� � °""`-1 ��� CammonweaNh of PennsyNania - Notary Sea! /7 � ;�'' � r��=' Teresa Pastella. Notary PuW'rc OJ^2� L�� . } ; � Montgomery Counly i�� �� 7.�� ,' :�. r My cammission expires March 28, 2029 By- V .?� � ! �'���_; ,_� ly�.v commission numeer t i2eoaa Te2sa Pastella, Nofary Public _ NRmser. Pr�nsylrania 0.4sx�a4ai o! NatanOs This Power of Atlomey is made and execute� pursuant to and by aulhoriiy of ine folbwing By-laws and Authorizations of ihe Ohio Casuatty Insurance Company, Liber(y Mulual Insurance Company, and West Amencan Insurance Company which resolutions are now in full force and eliect reading as follows: ARTICLE N- OFFICERS: Section 12. Power of Atlomey. My officer or other o�iaal of U�e Corporation a�ihorized for thal purpose in wriUng by the Chairtnan or me President, ar�d subject to such limitation as ihe Chairman or the President may presaibe, shall appoint such attomey�in-fact, as may be necessary to act in behalf of the Corpora6on to make, execute, seal, aGmowledge and deliver as surety any and an undertakings, bonds, recogn¢ances and other surety obligations Such attomeys-in-fact, subject to the limitations set forth in their respective powery of attomey, shall have full power to bind the Corporalion by their signalure and execution of any;iuch instruments and fo attach thereto ihe seal of U�e Corparaiion, When so execuled, such instruments shall be as binding as d signed by the President and attested to by the Seaetary_ Any power or authority granted to any �epresentafive or aflomey-in-fact under ihe provisrons of Ihis ariide may be revoked at any (ime by Ihe Board, ihe Chairman, ihe President or by fhe o�icer or officers granting such power or authority ARTICLE XIII - Executiort of ConUacts: Secbon 5. Surety Bonds and Undertakings. My o�icer of ihe Company authorized for ihat purpose in writing by ihe chairtnan or ihe president, and subject to such IimitaBons as the chairtnan or the presidenl may prescribe, shall appoin; such attomeys-imfact, as may h� neces.sary to act in behalf of ihe Company to make_ execute, seal, ackrtowle�e and deliver as surety any and all undertaltings, bonds, re�ognizances and other sure3y obJigaUons. Such a�ameys�n-fact, subject lo the limiiabons set forih in Iheir respechve powers of attomey, shal! have full power 1� bind ihe Company by their signalure and exeafion of any such instruments and to attach ihereto the seal of ihe Comparry. When so executed such ir�struments shall be as binding as if signed by Ihe president and attested by ihe secrefary. Certificate of Designation - The President oi the Comparry, acting pursuant to the Bylaws of Ihe Company, authorizes Nathan J. Zange�le, Assisiant Secretary to appoint such attomeys-infact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recogn¢ances and other surely oblgations. Authorization - By unanimous cansent of the Companys Baard of D�rectors, ihe Campany consents that facsimile or mechaniqlly reproduced signa(ure of any assislant secretary of the Company, wherever appearing upon a cerUfied copy oF any pov+ar af ariomey issuc�d by Ihe Comparry im m�necbon with surely tonds. shall be valid and bind�ng upon the Company with the same force and effect as ihough manually affixed I, Renee C. Lleweltyn, fhe undersigned, Assislant Secretary, oF Liberty Mutual Insurance Company, The Ohio Casualty Insurance Company, and West Ameriqn Insurance Company do hereby certify ihat this power of attomey executed by said Companies is in full force and effect and has not been r�voked IN TESTIMONY WHEREOF, I have hereu�lo set my harni and af�uced ihe seals of said Companies this � 7th day of December 2025 •'� F, LMIC, OUC, WkIC - SurePath 072025 J 3� a��Royfi aSr��a* �LR�y V4'`pa a� ��L F�1912No v r��'�" w � 'ofi o� 1919 „ 4 1991 o B rd',�TSS�c�uae La yD ��'a,Mv�''�aa3Q .'s, �Y[11AMP da� y. 8�� " *a �yl : �'N �M ,r �� -� � � O '� U �� •_ � c � O T m� U m w. � >� Q � � �� a_ c @ O m Q `o 00 �� aJ N 3 °P o� a� � , o p �� c� m— v � U O � � � li Q ,•' � it�(S" r�r i . •,� t,r � - ' ' • - !�'i � i .�� • �7�� �J'r�� ' . �� �.. ����. ` «1. ,- G� f � � .tn � . � � C, - - (� f{enee C. LJewelryn. Assislant Secre�r�; ;� 1 9; 2 -�" t ua �: �� n . y.' .; . V � � �Y . �/� . ��� � �� � ��„' . � � � �i .. _ �`. SEof ,'� �����i� �� Affida�it af Compliance with City of Fort Worth Prevaiting Wages � Charles R. Veskerna (Name of person signing affida�it) President {Title) da hereby certify that the wages paid to all employees of Cutler Repaving, Inc. {Company Name) for all hours worked an the City of Fort Warth 2025 Hot in Place Recycling Contract 1 City Project # 105647 (Project name and [ocation) project, during the period from January 27, 2Q25 ta Ottaber 31, 2025 (Project Dates} are in comptiance with the requirements of Chapter Z258, Texas Government Code related to paying established City of Fort Worth wage rates per the project bid documents. k further certify that no rebates or deductions ha�e been or wiil be made, directly or indirectly, iram any wages paid in connection wit� this project, other than thase provided by law. A Ct� i -�� I - {Signature of Officer or Agent) Sworn ta and subscribed in my presence this i�iUlittr Pu8l1c - $tat@ Oi KanSa8 JENNlFER d. NELSON �fi►�. ExP• c, �� �g _ 19 t`�' day of DFc�m b�R . 20 �� . �- ��`� (Notary Publi[} Re�ised 3/08/2024 � . A lA � STATE 4F KANSAS COUNTY OF DOUGLAS Befare m�, the undersigned authority, a natary public in the state and county aforesaid, On this day personally appeared Charles R. Veskerna, President of Cutler Repaving, fnc., known to me to be a credible person, who being by me duly sworn, upon his oath deposed and said; 7hat all persons, firms, associations, corparations, or ather organizations furnishing labor and/ar materials ha�e been paid in ful�; Cutler Repaving, Inc. and it's Subcontractors are in comp�iance with the prevailingwages established by the City Council in the Gity of Fort Warth. That there are no claims pending far personal injury and/or praperty damages; On Contract described as; 2025 Hot In-Place Recycling, Contract 1 City Project No. i 05647 / � �� � r Charles R, Veskerna Subscribed and sworn before me on this 18th day of December, 2025. Notary Public �...___ . � MOUWYPUBIIC-S�e�Kans�s � � ��� JENNIFER �. NELSON Douglas County, Kansas ���• ������� F�RT�VORTH� `--� TRANSPORTATION AND PUBLIC WORKS November 13, 2025 Cutler Repaving 921 E 27th St Lawrence, KS 66046 RE: Acceptance Letter Project Name: 2025 Hot In-Place Recycling, Contract 1 Project Type: Paving City Project No.: 105647 To Whom It May Concern: On October 14, 2025 a final inspection was made on the subject project. There were punch list items identified at that time. The punch list items were completed on November 12, 2025. The final inspection and the corrected punch list items indicate that the work meets the City of Fort Worth specifications and is therefore accepted by the City. The warranty period will start on November 12, 2025, which is the date of the punch list completion and will extend of two (2) years in accordance with the Contract Documents. If you have any questions concerning this letter of acceptance, please feel free to contact me at 817- 718-9749. Sincerely, � Marwan Hafei (Mar 2, 2026 �4�.53-00 CST) Marwan Hafez, Project Manager Cc: Brandon Gibson, Inspector Mike Glover, Inspection Supervisor Randy Horton, Senior Inspector Zelalem Arega, Program Manager ��r�.� NA, Consultant Cutler Repaving, Contractor NA, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19