HomeMy WebLinkAboutContract 55611-FP1FORTWORTH,
TRANSPORTATION AND PUBLIC WORKS
NOTICE OF PROJECT COMPLETION
City Secretary No: 55611 -FP1
Date Received: 3/9/2023
City Project Ne: 101475-2
Regarding contract 55611 for 2018 Bond Street Reconstruction Year 2, Contract 14 as required by the TRANSPORTATION
AND PUBLIC WORKS DEPARTMENT as approved by City Council on 4/6/2020 through M&C 21-0253 the director of the
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT upon the recommendation of the Assistant Director of the
Transportation & Public Works Department has accepted the project as complete.
Original Contract Prices:
Amount of Approved Change Orders:
Revised Contract Amount:
Total Cost Work Completed:
Less Deductions:
Liquidated Damages:
Pavement Deficiencies:
Total Deduction Amount:
Total Cost Work Completed:
Less Previous Payments:
Final Payment Due
�410�
Recommended for Acceptance
Asst. Director, TPW - Capital Delivery
Lauren Prieur(Mar9, 202314:51 CST)
Accepted
Director, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
Client Department
William Johnson (Ma/9, 202317.27 C
Asst. City Manager
$ 3,997,514.00
$30,482.00 Ns 4
$4,027,996.00
$3,537,829.30
0 Days Qa $650.00/ Day
$0.00
$3,527,829.30
$3,351,437.83
$176,391.47
Mar 9, 2023
Date
Mar 9, 2023
Date
Mar 9, 2023
Date
Comments:
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
C-620 Signature Page
Contractor's Application
for Payment Invoice No. 18-FINAL
To(Owner): City Of Fort Worth
Invoicing Period (From -To):
Invoice Data:
1-1-23 to 2-22-23
222/2023
P. o. FW020-0000005858
From (Contractor):
Remit to ( If Nat Automatic Deposit ):
Nwnber.
McClendon Constmcdon Company, Inc.
Project: 101475-2
Contractors CFW Vendor No.:
0000007403
City Secretary Contract
Number: 55611
Contract
Name: 2018 Bond Street Reconstruction, Year 2 Contract 14
Application For Payment
Chanee Order Summary
Approved Chomge Orders
Number
Additions
Deletions
1
$80,482.00
$50,000.00
2
$4,500.00
$4,500.00
3
$2.3,020.00
$23,020.00
4
$9,200.00
$9,200.00
5
6
7
8
TOTALS
NETCHANGEBY
CHANGE ORDERS
$117,202.00
$86,720.00
$30,482.00
Certification
The Contractor certifies with die submittal of this document and associated Payment Request
Submittal on the City of Fort Worth Bumaw• system that to the best of their knowledge: (I) all
previous progress payments received from Owner on account of Work done under the Contract have
been applied on account to discharge Contmclor's legitimate obligations incurred in connection with
Work covered by prior Applications for Payment; (2) title of a0 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 Doumhents and is not defective.
NA
Damages S650.00 each day
I. ORIGINAL CONTRACT PRICE.......................................................... S S3,997,514.00
2. Net change by Change Orders................................................................ S S30,482.00
3. Current Contract Price (Line I t 2)....................................................... S $4,027,996.00
4. TOTAL COMPLETED AND STORED TO DATE
(Progress Estimate, Constmetion Allowance and Change Orders)....... S S3,527,829.30
S. RETAINAGE:
X $3,527,829.30 Work Completed......... S
X Not Used S
c. Total Retainage (Line 5a+Line 5b) ............................... S
6. AMOUNT ELIGIBLE TO DATE (Line 4 - Line 5c)............................. S S3,527,829.30
7. LESS PREVIOUS PAYMENTS (Line 6 from prior Application)........ S S3,351,437.83
8. AMOUNT DUE THIS APPLICATION ................................................. S S176,391.47
9. BALANCE TO FINISH, PLUS RETAINAGE
(Column G on Progress Estimate+CA+ COs+Line 5 above) .............. S S500,166.70
CONTRACT TIME:
a. Days Awarded 365
b. Days Added by CO 37
C. Total Days 402
it. Days Charged 378
C. Days Remaining 24
Documents already Uploaded.
This cl-wnenl has beeend modified from its original form as an EJCDC document and the userdld not highlight the
Documents a h" �My,U`` JOadLr.&ed to read the document carefullyand consult Legal Counsel pdor to its execution.
GSM-Pfin PrnyeSa ESE ImN
Progress Estimate °".aa!- 55611 Contractor's Application
- 2018 Bond Street Reconstruction, Year 2 Contract la
18-FINAL
K}d�� 1-1-23 to 2-22-23
aO� 1a2aou
a!(tr.afy
Vmain
0f vdx
�� O
Vtlz
,omTSm+Dol\'foe
\h Th,FtwN
b �d��� )l
Ra�Me
n El
le
�,• kFaw
-r
al1J®}y.
o-.TR-'+m
�v�m
u NSk
1
UnXI-VhkrlmPfo,xmenls _
33110J5112 WLYla•rPq--ll1i13
M11 D2616' WC Vfa•v P,{ - - - --33It
331103516'pPYfa_+, CSS LL+.N.I -
_ _.
D1s1 cPvc vh_a P�.
t1'Gal=VaM ----
33.311201355' VvaM`m _ ---
230
93us cots grin>lly Lw.eny
33r cew 6'w. =f tn.:ed...
s
-�_
Wk (30' rnan\zin)
333A03-I.w-ivb _
llii-i 1WWMWw
1iW11`•RM4Wtls3eMca _
110111?W £enb, Mnnraemrnectan
._..
33122203-S Wakr3enice _
33124W-TPm-aYWNarBeMw-
3312210fSWaer53,Mro, lr<b fteoavnctin+- -
3]t2 WGi Fn _
20112 CmieRmb--13153f
_ _ etlloa wWabba'n
331101 [d CuvrCmblemlryMWa4JMvl..-I)ti•3
3311 w01 acW MmWabFtrgJW ResVaN
o3z30J1101_a1o0.-11 - wTexfreyrolrerrye Wnrwa6n5la--Yce- (T.rts_N_er_±.a_� _ _.on:,W111J1
N010101 Ta.ao.arvW-Sachs n'lon+rz*®7[ecbdes Fm Weep
O%K 0103 ErP'oraNry P, •.atonNE�viA U➢Ses -
3.3US - Trtrsn Sakty - --
_
3009o112 CersFaiavl __._---
IS IB d'-1;'WkrMvrormeKPu9 -----
Remael•WaWYaM -- - --
11 f302 Rema.e6WabVa`.a --- -- -
111)o3 R.-e'WabVai.e -
/I13W Remora lS WawVr`.ef)%Oa)
d1.1510 SaM1zie Fn NJbaK__
11151d SaFa9aTWtlabeffi
II.1513 ANpa11?Wakr4ekr-- -----
/1.1512 Sakpal'Wala 4ekrtYCM]..Yze �tvc
3MI0411 Cam RrtlA.V.P-.R.l
13
331i 1i1
nnu
313M
»Ds 12
1]os lz
ll Ds 11
I)IS Io
nio
i
1+
I)131e
v1310
1)1310
I]1310
v1f 1f
n m
I30f ]0
135f30
13.11
S1J
n
!tr
JI1�
-Ji1J
03,11J
D211
1241.1
D2,111
)SDf-v
120111
Ji Oill
3E 1J 36
)E 1i 21
121611
OSJI If
1i911S
IItD
of if U
>1+SW
HII I)
lloflO
ll0f t0
J)0510
L11 t0
1131M
--lF -
- lF
-l£
3F
--FA
_-Fa -
en
-.
- EA
F_
- FA
-. EA
_.lF
--FA
--- 630 LVOOIL
13JS
YRo00000
_ tB -
-
0
-121._.- --
I. _
li. _-
1
2.._.
65 .-.
...--,
-
I-
1cOD -
2
15.--._S1.W
3000-
-2---
15
2
5..._
516000
-----59]CC
--- 316LW
- s96W
}5000
_ 1
1.6w UWD
- w1300000
-5f1aroW
g9,wpp pp
s<55ww
5313d5]w
SA.0)100
szmOW
59I500o
SI1a30WW0wD0
s1]oww
s111 oo0Po
_- -wood
-siiu�soao
AB,20.
549oo000C00-----SBe.l50W
a31
1380L0o0000
n
30]9wwo
0pp
f2-
dow00000
aeooewoo
_ - I0w%oX
ws
_.-
0.VCN
I.0000(NOo
ICo0000cU
--
1CC9Po000_
1CO20000p
19 _..
S_.N_13_1
-%aow
fwMC;M
_ _
15w ---
WOI]01cg11-
2oo0NOW
tlaw(Ow,
6000MOW
- 1.0.GTDA
20cwD00p0D
SO]oCCCN
SUo0000W
oy____-.
----6163,55iw
$f],953W
--. sz,mo cD
_ 59,7Y190
- -S-i"1 DO
90
st30WW
sbaOWW
__. $9,5D09c
- wiaf,9Jo oc
_
- -SSll,Woo]
s1 WJe0
Sl WJ cO
st0.
- 4120PoM
$76,owW
53sI 1.M
S11s,Wo00
--
5225CA W
S6o0w
SI ow.St,000
S1o0o0
sfiWOo
S10o00
310000
SI.000W
_ _slow
SfODOp
sI.900.00_
-.-Co
Sz63,552Po-
SII.-CO-
sz mOPo
59,75000
- #o,0w 00
S3.wo
s190cow
s3e,DDOOD
59,wo.-
s ii,9oo: -
-
Aw00
53,300
S1 oDOPo--
Uw0
SI,000-
412o0DA0
BiB4ODo00
Ss3I-0o
staeoo-
52;Sw00
-0.
-31oog0
NOo.OD
S1oGoo
S10DOD
5100A0
$lwa0
n._-
SS,1B�--
596%
5)1ss
laces
1c001
9i 9k
t0o0k
teat=a
WO°.:
1of as
11o193XY,
10
ic1
Poe%
fi0 M1
n-
tOw S%
nbx
1eO9Y.
1250%
I..-
C0.414
10c0%
S15ow
S55105 oC
sJzlMoo
SICO000
3sl-.Dwwoow
o
- SB.5o000
si.ssa Lo
_ _5-]lz
_553J500_00
00
- SJ.S000o
.-_. 5215000
----Y1,0000G
- -- --
-:IWAM0
nao
2 _-
S
--
380,350W
3M3552001-1
-51]552w
---s1.DZDw
,]5090
--$'36,[✓AW
--
how. adoow
1 -3in
- 5--A230Cw
1
-
e --
e --
M
11
12 -
10
11
-3333121
_-
-____.
-___-"s
_--
sallow.
"Moo
_-_
sl,ssooD
SDO
._---
---
sula000a
34703.
15
- 18
__--
11
3oo
51 WOW
sTW0o0
53YAw
51.W000-
SI;ow 00
6];OOOPo
51d.oco Go
sulk.
k.._0.
--.-_--SISOOW
ssaw.
S1,Ooo oO
S1,-oD
_. 53.B000o
- SiIpo DO
S6,W0co
- %Ob 00
--wf;000W
1355aod
- -
0
- 19
30
--21
_
II
_2!
__ 11J5
--
a
_
-
FA -
--FA..-
TWI-.
iv
--LS
----
LS
S1,W000
-- smoopon
- -
_-
--
--
-
- SI60w to
_4-3sz),Saosoo -OWD
SI15,COO eo
s2;5W W
-- il,000 0o
_- 1 _---S,
-- --
1
a__0
.U0_o0_
-...
Si5 cGl [9
- 51500 co
SJ C-0
AWW
35w C•1
- SIW W
-- SINCO
31WW
- 55WW
s1Y.wOw
- -
5I50W W
si50W W
SSww
56.550w
51000W
S1W W
SA000
slwoo
s1,w0 o0
-Do
SIWo]
sa.5000U
%I,5w 00
51153<000
-
56,250w
32'AOoo.
S;EOOoo
31,500W-
5:000
.
5130W 00
SS.W00o
5530000
53000000
$I,BTSw
--
-
525,000
a
a
-_.__.___-
S
- FA
_
- - 12
6w DOcuaD--
_-
t0
z -
2 ---
--1�- �
Iw6
2
l -
----1.
_ 55.-_-.
3c0900000
591I
50w
1PoOD9w0
I10130pwo
13oo0pw0
A
M -
% -
-Ow00
---1
moo
5.0000
- _
6tw DD
sbo0 o0
S59]OS
51;600
--
250w Se,
S:45o9
3D
El_.
EA
FA - -
-EA
---FA
-FA
EA
-FA-
Ep-
SY -
lF
lF
-SY
-bY
SY
-1i
_. lF
--C --
--15
-
_ 32
U -
%
35
S10om
SbWoo
----SIpp.00
-
S1o0W
- 510500
IOo1%
tW0%
500wf
ic00%
929%
?0
3] --
- Ill..
swo0o
_
---sl,suo
S-00
CG
b
moo
4223W
S2oc0
- 38.
-
SS,181W
SS10d50
f95.5q oo
111.141.
121%
so TA-
3111t
M-3Mt-Ttm
-
11
_
aryKyWIP>r'rg Rata_a'IAV.Can S'FLz 0aee7
N0,0112 OWide Alto,- Pavel ReSar, Restlufal(RMry SCo+naaWt
Aa-P_IuiR OeW'A(k[redlYdltNnWerfW
OMO&l-. Reter(.rA refine. pofectW lensN
-_.
321ta113 5'FkWeBa•e TyyeA GR-1 -
311601oiTGrc Caep a-!G✓3r
1]w Rdnne Care Cw 6 Glrt•.sr
3291010o Tapsai -
310
CmsEULon-9
01I10102 AsBitSney_
]I1E0f Of SYNPP SIaaa
inFS Cafad (Oesp v4 Ystao) - -
mom eryoXeEFSSxAfnll9atlfm,CS9
3305 w011mWrsGFirEWmrU6[YA ttSU
O20I 01uwkCErtle6iewSarb4 SekU FA -
0001 M'OIWa•N Pn. CSS SaWW(reetrrNtoFL)[20'f0-be
MdeX N[em Slil Wof)
_-0092\'/aYr CorsYuc+on 0.rawrce -....
Un-Sanbryiewer nmenb
A131 d1158'SenerPg fxwpapb de]AL PrC, SOR-a).
�Tr! -
_ - -
---------
- -
---
------_-_
foDo0oo0C
fOc000o]0
S.o00000Go
600009000
-
IBI OwOwcO
_
S%.SIO.00
111.14I ltl
--
__-. --
Co01710101
_-_-_- 315,OOo
SS.w000
--- Sw.3oo00
--- 530.000Oo
-_.. - _-
5f33,15500
_ __
_ 593.5g00
--
511,141a0
- --
- - S1AWOOD
SS.m¢
-35,30E
- 520,000LO
-
Sf- I55
�_
- --
$1a o0
-S;SUo
51000
ANo.
SIS OO
_._ 5200
IE--3M16Vt
q -Nil
--
-
U
/S
-
--
r,moco
i1.wDOw
o
_
IB
? --
----
33A0
--
-
,SIO
2101D
00
T
-_ 9
0
- 50
_ 53
N
S)
Mw
-5130001b
- YS,W0 c0
-- i,W000
--LS-
13
_ _ � _
_-- - - - -
1
S
_.---5
25-....
Y+-
JO
f
B3B o0oW3
213,000OO
�.��
IcoO%
IQ40%
_
--
35,3]00o
SSoo00op
loom
IOco%
]IO
_-CY
LY -_.
tF
lS--
- _
LF_ _
%,W000
SISoo
_55000
SliooO
moo _.
-
S14,600
31.63wo0
_ _56
_, _51
__-
1 __
5f43o0.00
slopOD000
- -- S1M,09o00
E100,00000
- _ 51w5.110
_
315,15100
-831%
-amere dmmahfu<45FLlK 1b-
ra.4fim..a Tmm mc:$af nrsiJle Sncmm Sdym! s�J tegd CaW Fdremia eaucm
Progress Estimate
csCyx 55611
LdiO Un1Rk9 Ragcis ESDna'a
Contractor's Application
2018 Bond Street Reconsimclion, Year 2 Contract 1.1
J1i°m""�'`�'6 18-FINAL
'�-i f4f1id 1-1-23 to 2-22-23
ylc�5'm o,s v2v2oZ)
A
E
a
X®
n]p1n0'
Umrtity
fld\'dm
6Je� N� 1y
_ -___-_
360000DDW
C4- -- -
1W6000GWGG
10000000D
IMOOMW
70momm
11.
-- b -
30MDWM
]fUOWOW
400DWOW
---_-.
-
_.WwWW
- 391o0W0000
-1MW.�
1 --- -
- - 11 -----
- BEOWOW
ED
- 7-926W
]
- 20Wro0W
\!m
nnicml)'fmuXtl l'+Fs
_.._ -.. _.._
-=m
511,}SooO
$3d W000_-
Sd9,wo.
54000
54150_
S10.d'A.00
33z-.
33pW
u2W
5),OW _
Su 00J00
aolo-
511BI000
5254J0
616,fAp00
11,d1300
$17..
S260o. -
St TO
42W
5250o-
SS'-0
512.000OD_--
- 51.500
_ -. -.
5?LsaooD
-
311,000.00
56.300.
\'is}tiJPowd
--_.-
--
_-.. - - _
Nt '�)
¢ usm C1
T YC��
¢
� IGeEI�
�o
lm0%
mFvx
gym= Il y
55635W
- -----
s1,WOW
-53.G0000
Ilow.
51.OW 00
-S1,OPoW
- SE00ro
-.._
uSWW
_-:SBS000C
- -T1,160W
31000
- wao
- 31.5000D
-- -- u21260
flfhm3b
__. -
2
-3
Waifdaa
ls-em tw
0mN
3331 d119 B'OIPSJry P.q fn'Jh ProMbh10a0rq. a<depatle
rock91
JII ID
i)II ID
l)J12,
U
U
n 391D.J119
tl
IJ JI»
vllw
)J 0511
»ol nl
)J)133
UDSIJ
11.13.
U01]l
11o510
.JI IJ
UCSN
".-, -
1110 (•J
>I iD[0
)I ID(0 -
J_ o51J ---
1211
Drnn
]I1123
I-o)
Hill]
1-0CY
M...
..l.
9901
0l J121 _
_
iJIU
DJ,113
- it is
,Ifl
JJt if
Jl if
-Jus
DJ,I iJ
JI IDm
)1IDto
1110 [0
11 low
)I low
11211fi
,I if
lP
-.rO6Lt000
}5000]00
115CW0U
7owwo
1
- -
IIWWW
ITro -
1WD-
2
0
-
8
- 1800..-_..
6.._
1 Y wWD
I<86 _-�_-
131i
_ _ �__..
fo -
- x --
04w
-
S18iW
SI0,20000
S16,B}500
519,00000
_ 340WW
uas000
-..i7.6`A 00
-- SBI,fi0D00
_..
$200000
alm.
uEPoPo
52W000
uWOPo
5355W C0
S1,WWW
51d6Wro
53 w
umoa0
315 P:O f9
55,62500
5211000
SIo.lmm
- - - 5112bW
-- T2B4O00W
-
_
_ __.
- - _-
- -
__.
-
-
- - -
--
-
- -
--_-
__f12,0i1000
--
31o2W00
1
_ 5
_
-6
}
..__. -9 -
__.
to _
11
-_-13
13
.__td
_- I6
-- 1I
-_
1e
_. 19
- Sl
31
II
333f 1116 SSener PSe, C594arYB (pP, Prpecb ql WYgl---
3J3t.11028'P1b Etltryvrmt(6'ro87
33H100f-
3J391W3 PL a0lramaa -
3)69iPoJ tEr>n ryph wrrom NerJw reH)6rtdepP)
33i13101 d'Sene s ke nM3xa - -
f Yixawnl
3Jn 3zol sse..ers«.�2e __..-
-_ _
t.13015er..re Rer_te_rrent Ple FiGqureYteN2awYriu>I-
3J050113 een,rea Co'arIVR1
33010101 F'arJ�::x Va«•_m Testy
33J101036'YnerP.pe,Po.ri ReSar
Id NWob nc,X NapWCoer-
3301-1 ReCGN tiDe<fan - --
3J01-2 PouLCNlmpeSen --- --
vDsolw Wre�di�6a HY --- - _ -
ml Rm�e.. sexmw� _ _ -
33fi 0103 MEaawhmicl Ensty Slli' f - - ---
10911 Care Aal Ipl ,, Re-tl
01.Od00 TM0arar/As11WPis+
- --
lF
---
lF
-- nj50G--
S1tA 00---520.000OD
S7.00000
WoWW
_.._._._ -
u50W
51125000
Mom.
B9.}%
EA
SIS.m.
N9,00000
1W0%
rq _
W
EA
EA
E4
EA
E4
LF
FA
-- -LF
IF
-- LF
iA
- -EA
- -SY
-_iF
--
E,i
FA
FA
sY
-_ Ls
- LS
Ls
NO
v
_-SY
--Ls
Ls - _
__ b_
34o00o0
..wow
IOr10%
wft
-_
W"..
u,150.00
--- 51.6rioW
_ SIBA3o 00
-- - fB.z.
_-_-
u,00000
u20000
52WoW
-...
-wo00
--.
-
__ _.__...
314/5000
- W-00
_
- uxoW
P-.
5200000
53JOWW
-- 4,910W
1212%
9]-9XX
IW053
Bi SX
1000%
1333%
323 <%
999%
-ss n6
110pM
.1%
1000%
100096
1000%
11.o%
CJ CX
1000X
I WCX
[00X
_
loom
-_.
3200000
S1,o00W
--- ---
-- --
- -_-_
-- -_-_..
__-- --
- _---
-- - - ---
- - - -
Sfi00ro
------
525000
St50 ib
uz6oW
51000
St000
- 53 W
_ »mW
5150000
- - S33i C•]
-53000
_.
uyf000
-_--St1,BT0.00
----5261d 00
- - 318,50000
-$1,11500
-_. Y!.1..
51181oW
si,sooW
f 6500P]
--SI,d13W
-0.
-- 52.60000
--1130000
_
Imo.
_..-u.5W40
-- 3<
25 -
2-
3ilooim a-Irnee Rmoa
311001W 12'-IB'Trse Remavl
00I011B'-2C Trta RJnwM - -
3, 0W 3g9_I _
3, 01W Too.
3}ei0100 -8oG 1-.
110101 ems>ticwes u�9.. -
DI}10102 ASSJu't5sr/
I s:'.PFP xl a:rs
3f}1-1 Tra FC Carlcl (Gsc>M ub rssq -
33050302 n•pon:d tAx lift. Css
3305 oErrtzhe213a l CLsl1 - _ -
33L6ONi Vrrof�-f ERCH*.2 111 .Natl Eu _ --
3590 W013- Gra.H fcr a-r-IrFx+--.._
999J ro02
OeX N-PaNn9lmgawmae
01 }10101 Corssu¢on 5t�n2 -
31350101s- a -.4113
2J101NR=mo es neY -- --
- _ - -
I 0)CO RemD.ePW R-,
R-o e��„e•4 Gm..
110i0i Rermes�ckpr.e -.
1-.1100 Hertp.e Ps[+'1P.rrrt -
<1.1300 RemmeCDn:0.T8G.7x
- n iiooRmDse w rG _.r
1110Dt Rurme cve 11
111JJ0}RemOw Rlsel-
3110010f by CWny
111001036'-1TTrte ReerwJl -
31 10010i - Pa+wal --- -
311001Df IB'-II-Tree R-eme.al -- -
311001-Trse Remmal -__
31 a M, U'Casseed Fan : hr Pan- -- -
17W 3nneKP✓ bo. 111'{UxrW,3a.1) --
-- Y
-2- _
-- f
-_. .--..._-3W0--_
-- _ 12
-_ - _tiilooW
1
_ f _
_2_._-
X------
- ..
35
25.. _ _
f0o000000
--
I.
---saeB ao
S60DW
S.-oo
1500
».wa oD
125WPo
-.. -o.
S6,WOW
-. SI5 CO
S1fi0J
- _ .0 Co
.11,
---ssaow G]
- SId0t0N
_ 56.300W
-t100-
sz,s6000
-ff20000
- SI,000 LU
55200
- ;6000
ss,(aiioo
---
uWOPo
512000W
SI B1500
Sl.l}SW
s1,350W
m500 C0
isD.W000
-
W
51lwoo
Su
--
--- --
--
Som-
_
W 00
A7500
_ 31250W
-
-. _--_-_-._5360W
-_- -
-_-- _ _
-----
_ D
M _
Zs __
30
_ ---
__ __ .fcoco600c
Iaooaa000
I-SS,30Q
2WOW900
N
- __- _ _
_ - - -
- s0000111311
SOOOOOOOD
10000000p
fYdi6W1..__.
_ p.
--_ sfiaooao
all
O'zom.W
51,50000
3t
32
33 _
31
-. -33
_. Nl
3}
f
3f,b0000
_.
- msooW
mm.
'
.
2-
3
1 -
b--
6
1. _.
=_�i833-
S11.ODOW
- %.30000
$11,000 D]
18.30000
---
31400000
u.30000
31466301
f300W
f00.0%
1W0%
Sob%
1000%
.
-- 31,929 <1
=497w
320000
$1 all o}
5100W
--Si43660i}
920oW
it
m1ao21
BF
20
i1o00
PA
fo
f30000
SZ,MO.00.
_-9.4000DDOD
112M1
-__..--__-
252000WOW
_
}6Yl --
aaoOG]fgU
20000.JOOD
1WOWW0
_--1100.
smo
mUf121
$,"aW
WOl4
330000
ff
_-_
12}23
3200
32;11600
m1Bo21
683%
__..a10(oi
]
bF -
by
-_
222
n.
am
S3W
_
uU00
S•v01.W
3501.00
sBD1ao
1135%
1W
- 1G0
. _
B
g
LF--
832).
5350
_m1.00
m1U 50
- 326,}u B0
_ _ _
SMTII BO
56. ---
-
-
a-
a-
356ACDW_
SIEd,936.25
Sib,Ju80
_
f10fi%
_
-2J,6}030
to
1t --
13
f)
yy
_
a.
sB W
-_
. _ - me W
EA-
2
f},DDpao
SI,WOW
%o00W
1600%-
-- _S;OOoao
Sba00
- _
_
EA
to
fi0o
SSW
Slow
35,WOW
_ _YLYA00
52250Po
SI OOOW
ll-ool
_ Y56,W000
S15t,69250
---
_
11
fy
a
pA
8
- ;
$10W
--S]bW._
S_
--3}SOW
_51,150W
_ .,..Io
u000
31125
also.
-
-
S mmo
_ 16
f]
1B
1B
pA
FA
1
b.
--
_-
Sa50000
53,6D0.00
600%
-- 1l,'A000
a-
f54000 00
__-
u,W0o0
20.OK
3mo00.00
LY _
_
1100
1uE6.
.momm
1000%
-
13Bs1 ---
5150.9)6 Yv
---_----$155.9N25
In.
T1u hnma Nstm ssfie, frmm mipN Sem aaaFhvC6nma N 1Yma Sdn-(IkN�.SMoe
®N6mz 1'mmemvvaxd NrmfOe lvovuefrYi'+ttnmhlgal cemd pinain empv
C6W I1rntPmw Fregress Es[ma�
Progress Estimate a .w y 55611 Contractor's Application
Fa1a"I 2018 Bond Street Reconstruction, Year2 Contract 14
rsa1 18-FINAL
1-1-23 to 2-22-23
bnamm4x v2v2ax3
n1Q.,an7
13061000DWW
fiIXVMN1
1]Q]05
EBBH1VW00
15Q150000W
_�. _.--.._
1fi130]OW00
12]I031
_ 10WW000
21. __-_-
- -- -.-_.
Bfi6T
136;MINLV
...-_
W)91WWW
_ -.-
3WCd0aWW
5235fi3T
SWJISW
31fi3,fld
3)5]B23
51,651. ..
310.0]3W
$IN,Bf6/I
51,600
533,6WW
SIdB,D152b
%A93
-_
532230.M
-...
%2
SIb2f6W
SM,OW.W
51�00
59,iW
-
3CMW
__.. S._...__
9Sb3-1M(l2
-
Remdj'stivC)arr,
I
s
1025Y
2115%
2100%
)a%
2 -
M]%
I 035x
IWO%
enaenrur
36,]15W
arum
21
3212WW3" apN'Ipart+raYTl D
Flzou-eas+. TlcaADR.1
3IIJ03014•Corc SCenai
3213 WII a' 4ry 6]=na'3-.. Clap
3213W214r.c5Gn-1, A,;a-6r3bRebIrigWY
4n.RHV]a PayacertbHEelael-
3213 UAI evrerF ree Rapp, Tyq RA -
]113 Ufri BzR.x Frey Ramy, Type R1
316DI016'Carc CIA W01per-._____.--.____-
311 103224rcCub8Bxk rdiilraak
321401 Co BrhPnl.
3215 pWi TComV RYA utnr, Res112Y
1211.1
»11v
111>v
3±1IV
2J21J
111h
32 nx
321511
J316n
21116
329119
_
J292U
J xeO
3JKW
JO3H
3J 031J
J2112J
111
2.
13WIi
4
-
-
-
6f
T-
SF
rF
�
------
EF
13' S
fDWM12c
50 D0p0W
11 MMW31fi5DW
61 WWW17�OMYfN
1)XID DMOW
...316-
SYJM+0D60
2M LLODOD
IV _
11
_--.-
96Y.1W
100 W0000
- _ - _
W
151 W]JJJ
13,111
32MBY2W
3]`AW
323663)M
S]SOM
_L'_H315W
1153.6J16B
$]5]B 23
51.%I65
-- _._
3f00)aW
3119,B:6d1
SI,BDJ00
>:1563)00
SW.-
5 502]
51,65165
31 D,B1bW
fist.-d1
S]fi0W
-S-oo
5-1,39935
41122W
-
- 3r6 d1
%
53998)Z1
Sd69JW
f1;5WW
-. SB.023M
331,-.
Sf4306W
S1,S30 W
3300W
- 370O.W
- S1,WOW
21
-323201W
3161rO0Do
Sld]6W
%,OSOW
- - 4f;OWW
3f 34fid1W
2i
_ 20
_ 30
31
32
_.
33
31
SWW
311.
ra
pq
SI,BW 00
Sf.600.W
SI.BW_M
-- 5336WW
b1,0W.W
_.. SSJ.6WW
g1a0,0152a
M.39J
_._ -
5322W ]0
S3;3WW
5163.01523
1W0%
Bf.bx
--
V
If
%S]fi
315W
11slW .
91SWW
-%.di3W
d282%
-
6Y
!Y
__-
f2'AW
_.. _._
9I56W
--_
_._.. 51;fiWW
-
232=06
13].]%
35 --
3B_
32910100 Tryvei _ _ _
_ _
329241W Bb48a3 Hx1mrrt _
J3/6 W W HY T-2+trrNaT
69 FI]pi llY T]p2k4t... _ -
33rb 010]IlaNrtl ]4-�M11dw
33050111V MHmMWNrIWCu'oata CWY _ -_
331]03011Y8n P.nl Wrlvg HiE DV) --.... __-._..
N1i- L Am ------
31)21WbUtt11A
M_.01_12
371 i
0002 Cava'z SbR
OW3Refa'mgx3f egaceNlo Oils
9999006Remce6Rejw IMNTep
.csanoe)
l3NY Rebm>1n (rrya[m a"
+Se arM ae�]HCvey Cuh ite.
WOb Remvx, 3ataq aM ReHla9xeXxay- -_.
rrrysm5ingirwp_
555SW opPo CmeTxSp+Af%vancl
�y
11A.
S20.W
b56yWW
$3".W
%2WW
-
._
.
%2-
-..
11_1%
tY
{F
--gyp(
fi1.
SSW
9lO W
31;6WW
Sf,530 W
641i.
_ 200W0OW _
f1
_
S2H2f5W
_ SiS.WOW
H2O000
59.1WW
....
32b)1$.W
SM.OWW
S1�lOW
SS,1WW
fib I%
iW D%
10i.]%
iD63%
1_0]. .)%
3] -
3B
39
-_ d0
41
--1d2 3
-
FA
6A
-EA -
LF
_
2
- 13
_-___-_--__.
S13.OW00
__ SIWW
$W
--30.OWfJ,9WW
%.IWW
_ N -
-
53SDW
16
td M
%
-
30_
3fiW00000
1.)31fi0DW
-
,,.
IF
f100900W
S10W
5%W
- - S1.b000
45DM-
]M W
%MD 00
SI.OWW
43.)SOW
5220WW
32D,0WW--._.
-
S1 MOW
SI fi]2W
31]WW
NINfi
iWx
q]
d0
ff
f%OIW
IWOW000
,
$11S-.0U_2W.
S1,]WW
_ -
S3.]50W
$19,2WW
SI,iW
SJ.T50
3102WW
59d692W
SI [00
5500W
51,1]0 -
S1.750.W
W.Hx
S2W
HF
W
SWW
Sf.OW
f1]5 .
53.]WW
f10]WW_sl9
-
1W0%
-..-
Si]6PW
5p _
F11
le---�__�-
_30
l
%.SOa
--510,OWW
_- fi1 __.-0C9GYUYnxos
52
-_- 591,692W
31,WOW
394692W
1731%
_
3).M.
FA
-__-
i.
S1,WHW
1.OWWOW
__- b000000p0
E
- -
n,WOW
1W0%
- - -_
53 -
51 _Ik<+wen
SY
SF
II
N
f1HW
530
-S6W.W
St,t)OW
-
S6WW
---3f,1]HW
]B.1%
916%
51.061
-_-- m
HS
I,0
t.
snom
SIW,WO
__- _
_ 919D,000
°ar aaFxuCa..�rfafOema6aM1;y83E1Pe
m..ss�,r,f�m _ rmrmn�,�ray.,a,.�rla2c,.m.31�r<amvmae
Progress Estimate
.7—, 55611
C6.tl tlnterce P�op�essEspmab
Contractor's Application
-'tlf1 1 2018 Bond Street Reconstruction, Year 2 Contract 14
"��"`N'o°" 18-FINAL
1-1-23 to 2-22-23
mod` Trs2rso21
im
9dCceq
Vm Flwe
9GYtlz
��°f��
Viz
nniadTlaoi>et\
ddae TEahbf
A'41ptl���
Nc� �
ed M.
..
f0F)
BtlmbFceO
6dt®f;`
Davipz
SF`m-a
Kf
by
fIAfT$1tLD
%A1tl%,H
ffA1i,T%]0
fTAtx,foT�o
65
1100.11
n, Grt�hdn
�a®..vmTea ee �rg�fm enl�svm-lm Y a��Y.N C<cuAF� b,u a¢e-m
Progress Estimate Construction Allowance Usage Contractor's Application
ADDITIONS
Fvitwrat) 201E ROM Slam Reed ql 1114 Yrer2 CoWnd 14 CrtJSeaauF
101475-2 ssEu
Arytwrim Swha.
18-FINAL
AryEuim Rnad 1-1-23 W2-22-23
`�pLi10 0et 2rz2nma
A
D
E
F
2ev
Q�pto.W
lSit Riff
TS1.tin Yahe
E 'vud Qsrairy
ref d
\ahe
Re.iau7
4mv11N \'ahe
\She nm
PaiW
hlauriaL Rermlry,
Stvdlva mC)
TaJ Ceq(aeE
aMSiadb Gate
'
I�
Biluxe bFmirh
03-F1
I:v:tuFe
DvmfFliai
Speifvtim
LrrttNNvwe
Thiay en hubeen m�tfid 4rn �v viyvlLmvan FK0C 0.twem »doe uw ddisx kiN�21'+Ne
mvLGeatima Ta u<mrne-p�f v reai Je 1�W mefiJOW woos Legal Caauel pia b ti eaemim
rnn,�,mmw cn� m�esN r�;n Qiw� r,o v �, exoc �e..ww �.,ama�a h+rN�m�
u�! tiau l'a ue mvvgd�onad?e mxsssua a.eeEilb'ud avuh Legil �cnulpiami�e'eneirn
G620 Wr40tCc
Progress Estimate Construction Allowance Usage Contractor's Application
CONSTRUCTION ALLOWANCE ITEMS TO BE REDUCED
101475-2 2018 M d St —I aeco.—fl.n vnr 2 co .d a
App111ai—,. 18-FINAL
AiF�ia�m �`dd 1-1-23182-22-23
An--- 212202023
A
B
c
D
E
F
BidOmN�ahr
Rv
Demiµim
��
tid\lame
Q.wyta0ek�e
tMRirc
RMa+im\'.hx
Na t1N
NV Vssd
}:a Lryd
Na trod
Na Vxd
Na Uvd
--a
Na Uvd
Tqa�
Tiw 1. +nAvlttnvu4fiN Gev ns aip�W Gm a+n EMDComeamNOeum Adnt M1yNy}tiAe
moar w�. vti a<.nw�dur+y uYm .n or<whrdmn,.xt�cm���:mwm Rawer,
Progress Estimate Change Order Number �1 Contractor's Application
ADDITIONS
cm (m01d)'. 101475-2201e13q❑a Sh—Peo.t fl.N Vf 2Q,t.d 14 c�'m ssfif5
ASp1i.Ylan�tra IB-FINAL
I-1-235o 2-22-23
.Jrvlwia�am L220023
A
B
C
❑
E
F
C❑Q+va:p'toASS
L'reS Rin
Ch.gs qda
\,ate
EaimaW Pmrilfi
6millm
\.
Rniamly
4mrBm \'ilue
\'a1�TAu
Paui
h(neru4 Rumtn'
SIvallm v�C)
aeil SbCMbpH
���
B
Ila4n -F)
CDaS<Qdahm
1w
.emu
❑euiSrtrcn
°
�
CNJd3fnve
5
1
9
11
I]
17
IA _
' 13
_ 22
32
JSWIWe
IEvnd<ph 36dde(na67
J•Srnr&rti:e�Rny Clues
Cameu Cdl�
\IW 1e\'>voetulv8
Trash Safrry
Ftmwe SAWle]e
TsmpuaT A4iukHmgnpav Q'FL\tACm6'Ouhss)
TM Cavrol
CS<e<r F1{e RC SDA�_6 Ctm 16U (A4R.13111)
Sa
smutay Se.a lxpaae8
1lam Na Jli�g
�Add30I��
Pa
\T
EA
Ei
E.1
L]
P.1
IF
IF
CT
IF
3p.��+?U
Sr�.....q
If•..... •1
n�.....1
..........
!..........i
••.....i
ul r.......i
O4•••.„i
216 r..
+,�...,,1
_
I( ....•+.!
SI.WOW
SJSO.W
3!1,(rq pn
fl,(lgN
3fUt1.p?)
Jp}p}yl]
2Q };DW
2160000006)
±16(MOOUA
1(000OON
V](fgUAW
UNA000.V
21600(00000
2WOfI0W)
20ODY 00
10.0W]OOW
5l1.0?lW
Sl.t+ilN
53.H.q (U
f21WIq
SU_6.
f0'ON
SI.vgN
SS.N
f35.64>6.
,n]G]
5].O:ON
SSSNN
5!I,lAO
S1,HN.N
13,WO.N
�..
S;IB]r,(i
SU2(t
lHA(
SI.kON
s3(...
S)S.WU.M
SI.Y.UN
5].<OlW
SJ VUN
�� �
5!I,OW
SI.PSJN
IWg1
SO rl.i
TO!/.:
1Wg5i
1W N:
I[0 f>1:
1(O M.:
IN G•.:
I(U (�:
I(OIf.:
I(U r>'.:
SI.OUW
�—�-f1.SU0W
SI.DAW
f1.ropW
_SPAN
S..lni
1'_!.�
Sa.l In
S]�.
5%��••�i �
Sfi.il Gl
SJcit 1.1
f1,WW
f1,vgN
5,11i i.i
SJ]•..�
5......
fl,1.��.i
fl.Uq iq
� n.v_?3N
__
5'IWW
SU20
SKUp
II.S}J(q
f3,pp1.1
f35.bY](.:
Sl.xr]
1).O:Oro
SL 1A
__
3S _
39
q
fI.l00W
33.00)W
SJ.SWW
it
This d.�unrn Au ban mmhfim fim kui�ul fmm ua�FJC❑C I� ea eul Jeux Sd�xn hv�L Ja Jae
v.hwwv vmmev�amre.]u.s rd vaw7..] tlaga]eoumell.;amiv a.�miv,
Ilw �4 inhu knnva46N 6m �u uiGwl(�ua�FJCDC Axwivf a�.liF uu �td�nt Ai;WiFh4
v atifiotiau I'wve mivsgiur<d 4e S �c<x oeefW7vdmnwt Lryjl C.vrcelinm b iv cvatim
Progress Estimate Change Order Number 0 Contractor's Application
DELETIONS
1. (-) 101475-2 2018 B. d Strtet R—t—fl o, Ynr2 Co... 14
18-FINAL
--ftvol 1.1-23 to 2-22-23
fiO"ai0ef 2/22/2023
A
B
0
6
F
�m
Cb D�NeO'o
LSu aia
(]�6<QJa
YJr
S:aU�
Mt UaM
Ra Vssd
.\'1 Vrd
"Ur
Na Uud
IN ltxd
Ta V.d
chv Qdcem
Ta
Dem i�
S�cifwUm
SMenr'o
1ii dAtuwe
31
Sa Y.yS�.n cmvu+wv.Ulwarce
15
Il4UUfN
f50.pA.
SSO.QU
Tu+L
d50,Odd
Thv a..�.�ra hu b«nmcAfiNf�va4-ud fnv vnFJCDCA maNR<ueer AdMM1iel�lyk J<
mu5fwtiau t'wm�wcc}Nbreadd<d�. <�u aefW7�d gym* RLgil Rwul {nabiu c�sMm
Progress Estimate Change Order Number 0 Contractor's Application
ADDITIONS
Fu(auvut) 101475-22819 Bond S-1 Recomlrucllon, V-2 Co.-11 Caysmeury SKII
CWrai Nv:
.yylisimi:,nhr: 18-FINAL
Atyli�vim, Rnm 1-1-23 to 2-22-23
,><ylimimm�` 2/2L1B23
A
B
C
O
E
F
3em
COQmxiryla.i5]
L'va Rix
MLdm t]uese
o,y, \'ahs
F'mak.lQ ,q
hulillm
\'h`
R<,ivvly
n.,um l'ilue
4'ahr TM1i,
Rrioi
Alv,riah RamdF
svm(m vm C)
Ttlil Cmllum
vd Slxmb Gv
N a p
9
Bilvu b Fvtieh
CB-F)
Cfirge Rdah®
Nu
peviµin
SPav�
Salim\'o
L'vdALave
-S5
A3JNIISQvbhut
E1
IOUY}pp
S %o11l
R—
St5M01
ItONi
iM1u Snamlw henmohfimfiw iu viT.vl4 umFJCDCd as v.J die ussr Ad rcthghlpf}Ne
vmwtim,. t'wve mvgdbrtalReA enaewh�x�. lLeFdfwuel{vimuita aewm
�®�W
in;�.hn�Kw e«�mo-nem uoe �, Q;p,d r� v a,�coc a�>arf �<� ma�.r teydW, uu
Progress Estimate Change Order Number 0 Contractor's Application
DELETIONS
Fa Ghat) 101475-2 Zola Rond Stteet Ra0i —100, liar 2 COnitnd ld
18-FINAL
1-1-23 to 2-22-23
'�����ii PN< 211212a23
A
C
0
E
F
Chvg tAMLm
iuv
���
_
�,a.
lt�ito[I.faoe<
COpvdryto
IkM<
'N Riee
De4<im luy<
IX�\'�
.\'d Uud
1JS U<ed
�1'a U«d
RntMf
N4l'W
Ml Uud
1:a Uud
Ta Laid
55
99W.NI0 A<in3 CuwNnim Nbra.-e
IS
OOnf�?U
d1fg0006.
SJ_<O1M
iMa4
51 VR00
TN<dxwed Aaa hen vnSfiNfim ganyivlfwunFlt�C dmvvi dPeuv �hdrctEilldiE! U
vatifwtina l'a vemmtagdbuat d�e,i era aefiJllsxi muWtlegl6<nssll<iaun<cuwm
Progress Estimate Change Order Number Contractor's Application
ADDITIONS
Fa (`mvaY) 101475-2 2013 Bond Elr t Becoat-11-, Year 2 Contact Ll C4-- WH
cmun n\m,.
Law�lvVah`. 18-FINAL
1-1-23 to 2-22-23
��' mmo33
A
B
C
D
E
F
Gm
rotjvnry to Ada
LSiit Fria
Tn6e QJa
\.
F'mawdQWO'
SutillN
\'clue
AcmWY
r.,N,11N 1'il�e
YahcTh
Pmni
Atileviall RvmN'
_(_h')
v)f5 obi
N,R)
(k]
B
B+lui<mFvti�h
M-n
Chry<Udm tlm
Ha
��%etiv
SSm6oue�
Swim t,c
15e1 N34vue
—1
0�33
039
�� _ll lf• 1Reeve Cmc Ant
�I)0 n101 $•evil dievrblintim
�n11?Himieflmsex R<vmevc
31'
IS
IS
titl 6pp'Y9
_.
IP?lctt0
1 i?,�fi �)
313.0"
_.
3 �O'16)
K-ol
311."M1U A"
3{W)<0
33.1—
!S)(U:[M?)
1..:G?:q
1. ?:11.
3II,T-n 00
_ S{5()6l
K.11.1
311.'1f9
__--
_ ${S00
34mcc
_
_ _ _
Sn'—
3{5(000
—
IG>efi
V,
—
iNc 3xwee lvcbeenmv56N 4am it, vigvl3+m vnFxvcd mmdttr uw AdnaA }.lylulhe
vafifvtivv l'a ve m<ar{ydbrcal JrA em mrefWh�rdvm Ylepl Cmavel Snmbifce.<vun
ccm a.,rye racer
tlw d� e2 hu lanv�AfiM Lm rteakvul fiamunFJCCC A� as sxi R<ux AJut AyJilgla Ne
va�L! time Yw u<ameglbred�dreex arefuil��vni ruuW Legil Cwvel pinmiu e�nyim
Progress Estimate Change Order Number 0 Contractor's Application
DELETIONS
I0147$-2 2018➢ood Simi Rerotutrutaon, Y-2 Cont.d 14
— 18-FINAL
9�"�ftOt� I-1-23 to 2-22-23
� MMD23
A
H
C
D
E
F
yen
MQ,oeaip't.
��e
CStit Rin
Deletim
Clvg<Qdv
\Slue
Na trssd
\'a Ussd
T;a Ussd
T;a Ured
1;a Ussd
1:a Uud
I:a VW
1:e UUA
0 ; hm
1:a
Syu+Fiaom
SMvn1:a
�A��e
55
W10 CmWvlim.Vlmrm
is
Oym:rO
3 .-F
ihu,i�wrrt M1u6nnmMfi� Gm N my-vu16m u n fiJC'DC dx+vm cdtl<wc Ad od Ngyyh Ne
Progress Estimate Change Order Number 0 Contractor's Application
ADDITIONS
Fm i—) 101475-22018 Rood St —I R—..fudiory fear 2 Coot-14 Wit
A4v— IB-FINAL
licain w,;m 1-1-23102-22-23
1wiim O°" 2rzz/20z3
B
c
O
E
F
P<v
CO(ismMto Td3
tStit Pritt
Tegr Ada
t.�
£sieJW Q.veiry
6uu11N
tshr
Pr<mvlp
—1. t'aioe
41FS This
—
1.5�W(44 flnmYy
(rc[m C)
WSvedbA
(D-E)
R)
B
SLhrcebFmvQ
rAdc Q®
to
��
S}m6mWr
Smtiai:o
L'rndllavr
IBH)
3111K)1W6?Streu Puuvg
FA
113(+}:O??:U
34)(
S9.Q:0
I.—
Sf,3J)6)
143]3C0
SS.Mo
W4%
1-1.
ThVA rnlw bttnma46N Gm a+ai3vul faeun£KDC Az+mml sA �h usa Sd�ukg}Jyk�be
mrSfiauau l'auva mvngdbrctl deS en mrctWryWwn hLgd CewslF'imra n+cumrnn
iri. �.nwtKnmaaSeer �n�,��.,.,�cocs<,owsaux �a:emnvNrzl+un
m�cr,_._, rwv<e..�..r en�m urm�,=<n a<wb•N�w�c..�„�imRmn,�mo.
Progress Estimate Change Order Number 0 Contractor's Application
DELETIONS
FQi'ai°1 101475-22018 Bond stmt aecm t—im Y.f2 C.—d 14
18-FINAL
Iiolim Rnoi 1-1-23 to 2-22-23
AIw Da. MM023
A
B
c
D
6
F
e QJapae
Na
pea
Dsuipim
Fn�i01
S wtiv.Tio
Lhld\Inue
CO Q.a mip tf
L'rvt Rix
OeMim
CTmg<Qdv
t'che
Nn Ussd
No Ussd
1. Ussd
Tiv trssd
Na Usst
Na Lrssd
NVUssd
Na Ussd
35
D110RmgcmMeutim.Ubaaxe
IS
0 Yrni]
fl ,i 0}l U'.
ff,10 f•]
------------
idal•
3f,200.00
ifiu.h eralu FnnmotifiN fiam iu vipul hm a•v�61CIlC d>wat aaith we 3dmY hjtli3k N�
mo5! tmu Ya vevmagedbnal trsd -... veefWly nd YLegd Civuelpinbua e`eatim
Citv of Fort Worth Summary of Charges
City Secretary ContractNum:
1 55611 2018 Bond Street Reconstruction, Year 2 Contract 14
P.O.: F1V020-0000005858
Project Number.
101475-2
Application Period: 1-1-23 to 2-22-23
Application 18-FINAL
Application Date:
2/22/2023
Number:
Funding Iden00catlon (FID) 1
1
iI-
Total completed ]
I Ant Remaining 1
GrossI
I Retainage I
I -
I wet I
— ---- --- -- ---
Original Contract
- --.
$1,198,009.50
$394,903.504
I
I --—
-------
56002-0600430-5740010-101475-001780-9999
56002-0700430-5740010-101475-001780-9999
$549,842.00 I
$62,966.00
34018.0200431-5740010-101475d102480-9999-18010199
$1,664,865.80
$126,937.20
0
I
0
0
0
I
I
0
I
I
I
I
I
11
0
i
0
1
1
1
1
1
1
I 1
0
1
1
I
Change Order
56002-0600,430-5740010-101475-001780-9999
56002-0700430-5740010-101475-001780-9999
1 $79,282.001
$48,800.00
I
34018-0200431-5740010-101475-002480-9999-180101g9
-
-
0
0
I
0
0
ET
0
0
0
0
----..---- Order2 - - --- - -- -
- Ch ange -
------
- --- -
—
--- - --
—
---
56002-0600430-5740010-101475001780-9999
56002-0700430-5740010-101475-001780-9999
34018-0200431-5740010-101475-002480-9999-18010199
$4,500.00
$4 500.00
-
0
0
I
0
I
0
0
I
0
1
i
0
I
11
1
0
I
Citv of Fort Worth Summary of Charges
Citp Secretary Co
55611
2018 Bond Street Reconstruction, Year 2 Contract 14
P. 0.: FIV020-0000005858
project Number.
101475-2
Application Pcdod:
1-1-23 to 2-22-23 Application
FI
18-NAL
Application Date:
2/22/2023
:
Number.
N
Number:
Funding Identification (FID)
1
Total Completed
I
-----------
Amt Remaining
II}j� Gross I
I
I Retainage 1
_ _
I __�
1 Net 1
-----
1 Change Order 3
-- -- - -
---I
�56002-0600430-5740010-101475-001780-9999
56002-0700430-5740010-101475-001780-9999
34018-0200431-5740010-101475-002480-9999-18010199
$23,020.001
$23,020.001
1 1
1
o
0
0
0
o
I
o
I
I
I
I
I
I
o
i
I
o
.I
I
- --Change Order 4
I
I
I
56002-0600430-5740010-107475-001780-9999
56002-0700430-5740010-101475-001780-9999
-
34018-0200431-5740010-101475-002480-9999-18010199
$8,320.—
$8,320.00
0
"I
0
0
0
0
o
I
0
0
Change Order 5
56002-0600430-5740014101475-001780-9999
56002-0700430-5740010-101475-001780-9999
34018-0200431-5740010-101475-002480-9999-18010199
o
I
0
0
a
I
I
o
o
I
0
I
0
I
I
I
Citv of Fort Worth Summary of Charaes
City Secmmry• Contract Num:
55611
2018 Bond Street Reconstruction, Year 2 Contract 14
p. 0.: FIV020-0000005858
project Number:
101475-2
Application Period: 1-1-23 to 2-22-23 Application
18-FINAL
Application Date:
2/22/2023
Number.
- Funding Identification (FID) _
Total Completed
Amt Remaining I
I-
Gross —1
1 Retainage
I
Net
Change Order 8
=1
56002-0600430-5740010-101475-001780-9999
56002-0700430-5740010-101475-001780-9999
-
34018-0200431-5740010.101475-002480-9999-18010199
0
0
0
I
0
I
0
I
I
0
0
0
- -Change Order?
I
56002-0600430-5740010-101475-001780-9999
56002-0700430-5740010-101475-001780-9999
I
34018-0200431-5740010-101475-002480-9999-18010199
I
0
I I
I
I
I
I
I
0
0
0
0
0
I
o
I
0
I
I
- — Change Order
56002-2600430-5740010-101475-001780-9999
56002-0700430-5740010-101475001780-9999
I
34018-0200431-574001D-101475-002480-9999-18010199
o
10
to
I
0
I
0
I
0
I
I
0
0
Citv of Fort Worth Summary of Charaes
City Secretary Contract Num:
1 55611
2018 Bond Street Reconstruction, Year 2 Contract 14
P, 0.: F1V020-0000005858
project Number.
101475 2
Application Period: 1-1-23 to 2-22-23 Application 18-FINAL
Application Date:
2/22/2023
Number:
Funding Identi0cation (FID)
I
Total Completed I Amt Remaining
-h
$1,198,009.50 $394,903.50
Gross
Retainage
Net
Totals
56002-0600430-5740010-101475-001780-9999
56002-0700430-5740010-101475-001780-9999
$629,124.00
$14,166.00
34018-0200431-5740010-101475-002480-9999-18010199
$1.700.695.80
$91,097.20
0
0
I
0
I
I
0
L
1
0
I
0
0
I
0
Grand Total 1 1 $3,527.829.30 1 1 $500,166.70 1 1 $0.00 ($176.391.47)1 1 $176,391.47
FO , RTWORTH
TRANSPORTATION AND PUBLIC WORDS
PIPE REPORT FOR:
PROJECT NAME: 2018 CIP Bond Street Reconstruction, Year 2 Contract 14
CITY PROJECT NUMBER: 101475-2
WATER
PIPE LAID
SIZE
TYPE OF PIPE
LF
12"
PVC
589
8"
PVC
2834
8"
DIP
296
6"
PVC
23
FIRE HYDRANTS: 2
VALVES (16" OR LARGER)
PIPE ABANDONED
SIZE
TYPE OF PIPE
LF
DENSITIES:
YES
NEW SERVICES:
1"
Copper
85
1.5"
Copper
1
2"
Copper
2
SEWER
PIPE LAID
SIZE
TYPE OF PIPE
LF
8"
PVC
878
8"
DIP
360
8"
Pipe Enlargment
175
PIPE ABANDONED
SIZE
TYPE OF PIPE
LF
DENSITIES:
YES
NEW SERVICES:
4"
PVC
47
6"
PVC
1
TRANSPORTATION AND PUBLIC WORKS
The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, T176012-6311
(817) 392 - 7941 • Fax: (817) 392 - 7845
CSC No. 55611-COI
FORT WoRrjc II City of Fort Worth
Change Order Request
Project Name: 2018 CIP Bond year 2, Contract 14 City Sec No.: 1 55611
Project No.(s): 101475 DOE No. N/A city Proj. No.: 101475 2
Project Description; Replacing water line, Sanitary Sewer lines and repaving the streets.
Conlractor McClendon Construction Co. Inc. Change Order fl u Dale: 2/17/2022
City Project Mgr.1 Suby Varughese City Inspector: Ryan Miller
Phone Number: (817) 392-7803 Phone Number (817) 223-2256
Dept. Water Sewer I TPW Totals Contract Time
(Calender days)
Original Contract Amount
Extras to Date
Credits to Dale
Pending Change Orders (in M&C Process)
Contract Cost to Date
$1,692,913.00
$612,808.00
$1,791,793.00
$3,997,514.00
365
Amount of Proposer) Change Order
$0.00
$30,482,00
$0.00
$30,482.00
30
Revised Contract Amount $1,592,913.00 $643,290.00 $1,791,793.00
Original Funds Available for Change Orders $79,646.00 $30,640.00 $89,590.00
Remaining Funds Available for this CO $79,646.00 $30,640.00 $89,590.00
Additional Funding (if necessary)
CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT
MAXALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST+ 25%)
$4,027,996.00
395
$199,876.00
$199,876.00
0.76%
$4,996,892.50
JUSTIFICATION;(REASWNS) FOR CHANGE ORDER
Change Order No.1 provides for the rerouting of an existing sewer line that currently runs underneath
residential property into easement and public right-of-way on Madeline Place.
Staff recommends the addition of 30 calendar days to the project for the additional work to be performed to
reroute the sewer main.
I
it is unaerstooa ana agrees inat the acceptance or finis Cnange urger oy Ine contractor constitutes an accord and satisfaction and represents payment
in full (both time and money) for all costs arising out of, or incidental to, the above Change Order.
GoniraoCor's Gom arj Natpe Conlractor Narne Go -a rite :r :.:Date
McclendonconahucranCo. Inc. Jusfin Blair _ r
Ins eotor:. ' t �' Dale .. _ Rroje ManagerDAfA
Director Wa f.0e t ' Date
- T S Mar 3, 2022
q'ssisfalit::Cil Attorney, Date
Mar 3, 2022
Council A'olloh
M&C Number N/A
Dato ,
Mar3,2022
feu OFFICIAL RECORD
M&C Date Approved
CITY SECRETARY
FT. WORTH, TX
FORT WORTH City of Fort Worth
Change Order Additions
Project Name 2018 CIP Bond year 2, Contract 14 City Sec No.: 55611
Project No.(s): 101475 DOE No. N/A City Proj. No.: 101475 2
Project
Description
Replacing water line, Sanitary Sewer lines and repaving the streets.
Contractor McClendon Construction Co. Inc. I Change Order:= Date: 2117/2022
City Project Mgr. Suby Varughese City Inspector Ryan Miller
ADDITIONS
—ITEM
DESCRIPTION
DEPT
Qty
Unit
Unit Cost
Total
5
4' Manhole
Sewer
3.00
EA
$7,000.00
$21,000.00
7
4' Extra depth Manhole (over 6')
Sewer
8.00
VF
$450.00
$3,600.00
9
4" Sewer Service w/2way Cleanoul
Sewer
1.00
EA
$1,800.00
$1,800.00
12
Concrete Collar
Sewer
2.00
EA
$600.00
$1,200.00
13
Manhole Vacuume testing
Sewer
3.00
EA
$250.00
$750.00
17
Post CCTV inspection
Sewer
216.00
LF
$10.00
$2,160.00
18
Trench Safely
Sewer
216.00
LF
$2.00
$432.00
19
Remove 4' Manhole
Sewer
1.00
EA
$600.00
$600.00
22
Temporary Asphalt Paving repair (2" HMAC on 6" flexbase)
Sewer
50.00
LF
$30.00
$1,500.00
32
Traffic Control
Sewer
0.50
$6,000.00
$3,000.00
38
8" Sewer Pipe PVC SDR-26 Class 160 (ASTM-2241)
Sewer
216.00
LF
$165.00
$35,640.00
39
Sanitary Sewer Abondonment plug
Sewer
2.00
EA
$650.00
$1,300.00
40
Sanitary Sewer line grouting
Sewer
2.00
CY
$1,500.00
$3,000.00
41
Hand Tunnelling
Sewer
10.00
LF
$450.00
$4,500.00
Pzige i of 1
Water
Sewer
$80,482.00
TPW
Additions Sub Total
FORT WORTH City of Fort Worth
Change Order Deletions
Project Name 2018 CIP Bond year 2, Contract 14 City Sec No,: 1 55611
Project No.(s): 101475 DOE No. N/A City Proj. No.: 101475 2
Project Description I Replacing water line, Sanitary Sewer lines and repaving the streets.
Contractor McClendon Construction Co. Inc. Change Order: Dale 2/17/2022
City Project Mgr. Suby Varughese City Inspector: Ryan Miller
DELETIONS
MIWBE Breakdown for this Change Order
MWBE Sub I Type of Service I Amount for this CO
Total 1 $0.00
Previous Change Orders
Co it DATE AMOUNT
Total
Page 1 of 1
.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.
Signature
Suby Varughese
Name of Employee
Professional Engineer
Title
ATTEST:
JannGf fG S. Goo all
Jan nette S. Goodall (Mar 4, 2022 07:20 CST)
lannette Goodall
City Secretary
a 0
70��
0
0 d
0
d
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Additional information on CPN-101475-2 Change order-1 pricing.
The Contractor provided two price options for additional sewer work (DIP sewer and Class 160 PVC). The
price for the DIP option was an exceptionally high with a 4-month additional time frame due to material
shortage. The project manager negotiated the proposed price for additional sewer line installation
(pressure rated Class 160 PVC option) with the Contractor. The Contractor agreed to reroute the sewer
line for the negotiated amount of $89,927 (proposed amount- $103,227).
P.O. Box 999 Burleson, Texas 76097 (817) 295-0066 Fax (817) 295-6796
February 8, 2022
City of Fort Worth
Attn: Greg Robbins/Suby Varughese
Re: CPN 101475-2
2018 Bond Year 2 — Contract 14
Suby,
Below is the price for the additional sewer work requested on Madeline Place. Most of
the work will be covered by existing contract items, but there are a few that will need to
be added.
Item
Description
Quantity
Units
Unit
Price
Total Price
Existing Items
205
4
'Manhole
3
Ea
$7,000.00
$21,000.00
207
4
'Extra Depth Manhole (Over 6')
8
VF
$450.00
$3,600.00
208
Epoxy ME Liner - 4' Sewer MH
10
VF
$450.00
$4,500.00
209
4
" Sewer Service w/ 2 Way Cleanout
1
Ea
$1,800.00
$1,800.00
212
Concrete Collar (MH)
2
Ea
$600.00
$1,200.00
213
Manhole Vacuum Testing
3
Ea
$250.00
$750.00
217
Post -CCTV Inspection
216
LF
$10.00
$2,160.00
218
Trench Safety
216
LF
$2.00
$432.00
219
Remove 4' Sewer Manhole
1
Ea
$600.00
$600.00
221
Conc Pvmt Repair, Residential
11
SY
$225.00
$2,475.00
222
Temporary Asphalt Paving Repair (2" HMAC on 6"
Flexbase
50
LF
$30.00
$1,500.00
227
Topsoil
20
CY
$26.00
$520.00
228
Block Sod Placement
90
SY
$5.00
$450.00
232
Traffic Control
0.5
MO
$6,000.00
$3,000.00
233
Imported Embedment/ Backfill CSS
20
CY
$75.00
$1,500.00
New Items
8
" Sewer Pipe PVC SDR-26 CL 160 (ASTM 2241)
216
LF
165
$35,640.00
Abandonment Plug
2
Ea
$650.00
$1,300.00
Grouting
2
CY
$1,500.00
$3,000.00
Hand Tunnel Retaining Wall
10
LF
$450.00
$4,500.00
$89,927.00
To complete this work, we request 30 CD be added to the contract.
Respectfully,
,Tustin Blair
SDR-26 Class 160 nine is available now with little to no lead time.
SDR-26 CL 160 Sewer Pipe Option
Item
Description
Quantity
Units
Unit Price
Total Price
I';xisting Items
205
4
'Manhole
3
Ea
$7,000.00
$21,000.00
207
4
-'Extra Depth Manhole (Over 6')
8
VF
$450.00
$3,600.00
208
Epoxy MH Liner - 4' Sewer MH
12
VF
$450.00
$5,400.00
209
4
" Sewer Service w/ 2 Way Cleanout
1
Ea
$1,800.00
$1,800.00
212
Concrete Collar (MH)
2
Ea
$600.00
$1,200.00
213
Manhole Vacuum Testing
3
Ea
$250.00
$750.00
217
Post -CCTV Inspection
216
LF
$10.00
$2,160.00
218
Trench Safety
216
LF
$2.00
$432.00
219
Remove 4' Sewer Manhole
1
Ea
$600.00
$600.00
220
Exploratory Excavation of Existing Utilities
1
Ea
$1,500.00
$1,500.00
221
Cone Pvmt Repair, Residential
20
SY
$225.00
$4,500.00
222
Temporary Asphalt Paving Repair
50
LF
$30.00
$1,500.00
227
Topsoil
40
CY
$26.00
$1,040.00
228
Block Sod Placement
90
SY
$5.00
$450.00
232
1
Traffic Control
1
MO
$6,000.00
$6,000.00
234
Imported Embedment/ Backfill CLSM
35
CY
$125.00
$4,375.00
New Items
8
" Sewer Pipe PVC SDR-26 CL 160
216
LF
$170.00
$36,720.00
Abandonment Plug
2
Ea
$650.00
$1,300.00
Grouting
6
CY
$650.00
$3,900.00
Hand Tunnel Retaining Wall
10
LF
$500.00
$5,000.00
Total
$103,227.00
To complete this work, we request 30 CD be added to the contract. If DIP option is
selected additional time will need to be added to the contract, but that amount of time
cannot be determined until the pipe is delivered to the job site.
Respectfully,
Justin Blair
Mc MENDON CONSTRUCTION CO., INC.
P.O. Box 999 Burleson, Texas 76097 (817) 295-0066 Fax (817) 295-6796
February 8, 2022
City of Fort Worth
Attn: Greg Robbins/Suby Varughese
Re: CPN 101475-2
2018 Bond Year 2 — Contract 14
Suby,
Below are the 2 prices for the additional sewer work requested on Madeline Place. Most
of the work will be covered by existing contract items, but there are a few that will need
to be added.
NOTE: DIP pipe will be 4-6 lead time (possibly longer) from the date the order is
confirmed and placed.
DIP Sewer Pipe Options
Item
Description
Quantity
Units
Unit Price
Total Price
Existing Items
202
8
" DIP Sewer Pipe (with Protecto 401 Coating)
216
LF
$195.00
$42,120.00
205
4
'Manhole
3
Ea
$7,000.00
$21,000.00
207
4
'Extra Depth Manhole (Over 6')
8
VF
$450.00
$3,600.00
208
Epoxy MH Liner - 4' Sewer MH
12
VF
$450.00
$5,400.00
209
4
" Sewer Service w/ 2 Way Cleanout
1
Ea
$1,800.00
$1,800.00
212
Concrete Collar (MH)
2
Ea
$600.00
$1,200.00
213
Manhole Vacuum Testing
3
Ea
$250.00
$750.00
217
Post -CCTV Inspection
216
LF
$10.00
$2,160.00
218
Trench Safety
216
LF
$2.00
$432.00
219
Remove 4' Sewer Manhole
1
Ea
$600.00
$600.00
220
Exploratory Excavation of Existing Utilities
1
Ea
$1,500.00
$1,500.00
221
Conc Pvmt Repair, Residential
20
SY
$225.00
$4,500.00
222
Temporary Asphalt Paving Repair
50
LF
$30.00
$1,500.00
227
Topsoil
40
CY
$26.00
$1,040.00
228
Block Sod Placement
90
SY
$5.00
$450.00
232
Traffic Control
1
MO
$6,000.00
$6,000.00
234
Imported Embedment/ Backfill CLSM
35
CY
$125.00
$4,375.00
New Items
Abandonment Plug
2
Ea
$650.00
$1,300.00
Grouting
6
CY
$650.00
$3,900.00
Hand Tunnel Retaining Wall
10
LF
$500.00
$5,000.00
Total
$108,G27.00
CSC No. 55611-CO2
FORT WORTH City of Fort Worth
IrrolJ Change Order Request
Project Name 1 2018 Bond Contract 14 City Sec # 55611
Client Project#(s) 101475-2
Project Description Water, Sewer and Paving improvements for 7 streets in Council District 7
Contractorl McClendon Construction Company Change Order # 2 Date 4/15/2022
City Project Mgr.1 Greg Robbins City Inspector Ryan Miller
Dept.
Original Contract Amount
Extras to Date
Credits to Date
Pending Change Orders (in M&C Process)
Contract Cost to Date
Original Funds Available for Change Orders
Remaining Funds Available forthis CO
Additional Funding (if necessary)
Unit 1: Water Unit 2: Sewer Unit 3: Paving Contract Time
Totals I fCDI
CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 0.76%
MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST+ 25%) $$4,996,892.50
JUSTIFICATION (REASONS) FOR CHANGE ORDER
This change order adds an additional bid item for the replacement of a 5' storm water inlet on Kenley Street. 7 calendar days are also being added to the contract time for the
additional work. Costs and time additions were reviewed and approved by the project manager.
It is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaction and represents payment in full
(both time and money) for all costs arising out of, or incidental to, the above Change Order. The Project/Program Manager signing below acknowledges
that he/she is the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements.
Contractor's Company Name
Contractor Name
Contract Signature
Date
McClendon Construction Company
Justin Blair
04/25/22
Inspector/Inspection Supervisor
Date
Project and Contract Compliance Manager
Date
04/20/22
04/22/22
Pro ram Manager
Date
Senior Capital Project Officer
Date
04/25/22
ta", Z9I9i6
04/25/22
Assistant Director (Dept)
Dale
Director, Contracting Department (Dept)
Date
za"" G2
04/25/22
&A'-
04/26/22
Assistant City Attorney
Dale
JAssistant City Manager
Date
04/29/22
p'f— &v�gikl ft
04/29/22
Council Action if required)
M&C Number
ATTEST:
,7ruretie S Gndn(l
Jannette Goodall, City Secretary
M&C Date Approved FI
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
FORT Woarn City of Fort Worth
Change Order Additions
Project Name 1 2018 Bond Contract M City Sec # 55611
Client Project # 101475-2
Contractor McClendon Construction Company Phl Greg Robbins Inspector Ryan Miller
Change Order Submittal # O2 Dale 4/1512022
AUUI I TUNS
FORT WORTH City of Fort Worth
- -- Change Order Deletions
Project Name 2018 Bond Contract 14 City Sec # 55611
Client Project# 101475-2
Contractor McClendon Construction Company PM Greg Robbins Inspector FRyan Miller
Change Order Submittal # ® Date 1 4/15/2022
DELETIONS
�ILi1'� ' •' S93J�S:i►��'L���' L���
��...r it � • L'�'8 t t, ir'it1 �� r r'� irI
Change Order Deletions Page 3 of 4
MISBE for this Change Order
CSC No. 55611-0O3
FOR_ _ TWORTH® City of Fort Worth
Change Order Request
Project Name 1 2018 Bond Contract 14 City Sec A 55611
Client Project #(s)l 101475-2
Project Description Water, Sewer and Paving improvements for 7 streets in Council District 7
Contractor McClendon Construction Company Change Order # 3 Date 8/1712022
City Project Mgr. I Greg Robbins City Inspector Ryan Miller
Dept.
Original Contract Amount
Extras to Date
Credits to Date
Pending Change Orders (in M&C Process)
Contract Cost to Date
Unit 1: Water
Unit 2: Sewer
Unit 3: Paving
Totals
Contract Time
CD
$1,592,913.00
$612,808.00
$1,791,793.00
$3,997,514.00
365
$30,482.00
$30,482.00
37
$1.592,913.00
$643,290.00
$1.791.793.00
$4.027.996.00
402
Original Funds Available for Change Orders
Remaining Funds Available for this CO
Additional Funding (if necessary)
CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 0.76%
MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST + 25%) $4,996,892.50
JUSTIFICATION (REASONS) FOR CHANGE ORDER
This change order adds additional bid items for the removal of concrete pavement under Belle Place, remobilization activities on Washburn Avenue during the Fort Worth Stock
Show and Rodeo at the request of the PM, and for additional historical preservation and repair of a historical marker and hitching post at 4729 Sanguinet Street. Prices for
removal of concrete paving and remobilization bid items were reviewed against historical data and justification and approved by the PM. Prices for historical preservation were
sole -sourced from Mid -Continental Restoration at the request of the City of Fort Worth's Historical Preservation Office. The price for historic monument restoration includes costs
for removing/replacing and cleaning the monument.
It is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaction and represents payment in full
(both time and money) for all costs arising out of, or incidental to, the above Change Order. The Project/Program Manager signing below acknowledges that
he/she is the person responsible for the monitoring and administration of this contract, including ensuring a1I performance and reporting requirements.
Contractors Company Name
Contractor (Name)
Contract Signature
Date
McClendon Construction Company
Justin Blair
ae
Aug 26, 2022
Inspector/Inspection Supervisor
Date
Project and Contract Compliance Manager
Date
Aug 26, 2022
q-n'Rg�'
Aug 26, 2022
Program Manager
Dale
Senior Capital Project Officer
Date
=y;- -•-
Aug 26, 2022
0-1
Aug 29, 2022
Assistant Director (Dept)
Date
Director, Contracting Department (Dept)
Date
b F
Aug 29, 2022
•-f:,.-•
Aug 29, 2022
Assistant City Attorney
Date
Assistant City Manager
Date
ow
Aug 30, 2022
_fir.
Aug 30, 2022
Council Action (if required)
M&C Number I i M&C Date Approved
ATTEST:
; S p u
Jannette Goodall, City Secretary
FORTWORTH City of Fort Worth
,I --Change Order Additions
Project Name 2018 Bond Contract 14 Cily Sec # 55611
Client Project 4 101475.2
Contractor McClendon Construction Company PM Greg Robbins Inspector Ryan Miller
Change Order Submittal # O3 Dale 8117/2022
ADDITIONS
ITEM
DESCRIPTION
DEPT
Oly
Unit
Unit Cost
Total
III-57
Remove onC vm
Unit3:Paving
11.700,00
III-58
0110.0101 SpecifiedemO IIZaIon
Unit 3:Paving
7500.00
III-59
9999.0012 Historic Monument Restoration
Unit 3: Paving
6,820.00
Change Order Additions Page 2 of 4
Unit 1: Water
$0.00
Unit 2: Sewer
$0.00
Unit 3: Paving
$23,020.00
Sub Total Additions
23,020.00
Foa_ rRTH City of Fort Worth
Change Order Deletions
Project Name 2018 Bond Contract 14 City Sec # 55611
Client Project# 101475-2
Contractor McClendon Construction Company PM Greg Robbins Inspector Ryan Miller
Change Order Submittal # O Dale 8117I2022
DELETIONS
ITEM DESCRIPTION DEPT City Unit Unit Cost Total
55 9999.0010 Paving Construction Allowance Unit 3: Paving 0.23020000 LS 100,000.00 23,020.00
Unit 1: Water $0.00
Unit 2: Sewer $0.00
Unit 3: Paving $23,020.00
Sub Total Deletions 23,020.00
Change Order Deletions Page 3 of 4
MISBE for this Change Order
Previous Change Orders
CO # DATE AMOUNT
Total $0.00
101475-2-CNCO-2018 Bond Contract 14 —
Change Order #3
Final Audit Report
Created: 2022-08-24
By: Andrea Munoz (Andrea.Munoz@fortworthtexas.gov)
Status: Signed
Transaction ID: CBJCHBCAABAAKMhHzsbal60lvXMHJGeBMH3W2so7NrCr
2022-09-01
"101475-2-CNCO-2018 Bond Contract 14 — Change Order #3" H
istory
Document created by Andrea Munoz (Andrea.Munoz@fortworthtexas.gov)
2022-08-24 - 1:15:07 AM GMT- IP address: 204.10.91.100
1+ Document emailed to Barbara. Pryor@fortworthtexas.gov for filling
2022-08-24 - 3:05:48 PM GMT
Email viewed by Barbara. Pryor@fortworthtexas.gov
2022-08-25 - 6:34:48 PM GMT- IP address: 204.10.91.100
cdQ, Signer Barbara. Pryor@fortworthtexas.gov entered name at signing as Barbara Pryor
2022-08-25 - 6:35:05 PM GMT- IP address: 204.10.91.100
C3Q Form filled by Barbara Pryor (Barbara. Pryor@fortworthtexas.gov)
Form filling Date: 2022-08-25 - 6:35:07 PM GMT - Time Source: server- IP address: 204.10.91.100
C� Document emailed to Justin Blair Qblair@mcclendonconstruction.com) for signature
2022-08-25 - 6:35:09 PM GMT
'mil Email viewed by Justin BlairOblair@mcclendonconstruction.com)
2022-08-26-12:20:26 PM GMT- IP address: 47.37.93.50
do Document e-signed by Justin Blair Qblair@mcclendonconstruction.com)
Signature Date: 2022-08-26 - 12:22:38 PM GMT - Time Source: server- IP address: 47.37.93.50
Cw Document emailed to Ryan.Miller@fortworthtexas.gov for signature
2022-08-26 - 12:22:40 PM GMT
tl Email viewed by Ryan.Miller@fortworthtexas.gov
2022-08-26 - 6:29:20 PM GMT- IP address: 52.128.53.179
FORT WORTH, Powered by
Adobe
Acrobat5ign
CSC,, Signer Ryan.Miller@fortworthtexas.gov entered name at signing as Ryan Miller
2022-08-26 - 6:30:02 PM GMT- IP address: 52.128.53.179
do Document e-signed by Ryan Miller (Ryan. Miller@fortworthtexas.gov)
Signature Date: 2022-08-26 - 6:30:03 PM GMT - Time Source: server- IP address: 52.128.53.179
';. Document emailed to Gregory.Robbins@fortworthtexas.gov for signature
2022-08-26 - 6:30:05 PM GMT
Email viewed by Gregory.Robbins@fortworthtexas.gov
2022-08-26 - 7:32:57 PM GMT- IP address: 209.194.29.100
C3o Signer Gregory. Robbins@fortworthtexas.gov entered name at signing as Greg Robbins
2022-08-26 - 7:33:18 PM GMT- IP address: 209.194.29.100
tSo Document e-signed by Greg Robbins (Gregory.Robbins@fortworthtexas.gov)
Signature Date: 2022-08-26 - 7:33:20 PM GMT - Time Source: server- IP address: 209.194.29.100
C'r Document emailed to Mary.Hanna@fortworthtexas.gov for signature
2022-08-26 - 7:33:22 PM GMT
Email viewed by Mary.Hanna@fortworthtexas.gov
2022-08-26 - 7:33:49 PM GMT- IP address: 204.10.91.100
do Signer Mary. Hanna@fortworthtexas.gov entered name at signing as Mary Hanna
2022-08-26 - 7:34:26 PM GMT- IP address: 204.10.91.100
CSo Document e-signed by Mary Hanna (Mary. Hanna@fortworthtexas.gov)
Signature Date: 2022-08-26 - 7:34:27 PM GMT - Time Source: server- IP address: 204.10.91.100
C'► Document emailed to Lane.Zarate@fortworthtexas.gov for signature
2022-08-26 - 7:34:30 PM GMT
C3o Signer Lane.Zarate@fortworthtexas.gov entered name at signing as Lane Zarate
2022-08-29 - 4:55:56 PM GMT- IP address: 209.194.29.100
6o Document e-signed by Lane Zarate(Lane.Zarate@fortworthtexas.gov)
Signature Date: 2022-08-29 - 4:55:57 PM GMT -Time Source: server- IP address: 209.194.29.100
��. Document emailed to Martin.Phillips@fortworthtexas.gov for signature
2022-08-29 - 4:56:00 PM GMT
Email viewed by Martin.Phillips@fortworthtexas.gov
2022-08-29 - 7:26:21 PM GMT- IP address: 209.194.29.100
CSa Signer Martin.Phillips@fortworthtexas.gov entered name at signing as Martin A Phillips
2022-08-29 - 7:27:58 PM GMT- IP address: 209.194.29.100
FORTWORTH. Poweredby
Adobe
Acrobat Sign
r3a Document e-signed by Martin A Phillips (Martin.Phillips@fortworthtexas.gov)
Signature Date: 2022-08-29 - 7:27:59 PM GMT - Time Source: server- IP address: 209.194.29.100
f- . Document emailed to Lauren.Prieur@fortworthtexas.gov for signature
2022-08-29 - 7:28:02 PM GMT
Email viewed by Lauren.Prieur@fortworthtexas.gov
2022-08-29 - 7:35:20 PM GMT- IP address: 166.137.19.18
&c, Signer Lauren.Prieur@fortworthtexas.gov entered name at signing as Lauren Prieur
2022-08-29 - 7:38:47 PM GMT- IP address: 166.137.19.18
CSa Document e-signed by Lauren Prieur (Lauren.Prieur@fortworthtexas.gov)
Signature Date: 2022-08-29 - 7:38:48 PM GMT - Time Source: server- IP address: 166.137.19.18
C� Document emailed to Priscilla.Ramirez@fortworthtexas.gov for approval
2022-08-29 - 7:38:50 PM GMT
Email viewed by Priscilla.Ramirez@fortworthtexas.gov
2022-08-29 - 7:48:27 PM GMT- IP address: 174.194.195.191
6a Signer Priscilla.Ramirez@fortworthtexas.gov entered name at signing as Priscilla Ramirez
2022-08-29 - 7:49:56 PM GMT- IP address: 174.194.195.191
6'e, Document approved by Priscilla Ramirez (Priscilla.Ramirez@fortworthtexas.gov)
Approval Date: 2022-08-29 - 7:49:58 PM GMT - Time Source: server- IP address: 174.194.195.191
C+ Document emailed to Douglas.Black@fortworthtexas.gov for signature
2022-08-29 - 7:50:00 PM GMT
i Email viewed by Douglas.Black@fortworthtexas.gov
2022-08-30 - 5:47:58 PM GMT- IP address: 209.194.29.100
Uo Signer Douglas.Black@fortworthtexas.gov entered name at signing as DBlack
2022-08-30 - 5:49:12 PM GMT- IP address: 209.194.29.100
&6 Document e-signed by DBlack (Doug las.Black@fortworthtexas.gov)
Signature Date: 2022-08-30 - 5:49:13 PM GMT - Time Source: server- IP address: 209.194.29.100
P�. Document emailed to William.Johnson@fortworthtexas.gov for signature
2022-08-30 - 5:49:16 PM GMT
Email viewed by William.Johnson@fortworthtexas.gov
2022-08-30 - 9:18:26 PM GMT- IP address: 209.194.29.100
CAp Signer William.Johnson@fortworthtexas.gov entered name at signing as William Johnson
2022-08-30 - 9:18:48 PM GMT- IP address: 209.194.29.100
FORTWORTH, "'by--^� Adobe
T Acrobat Sign
CSo, Document e-signed by William Johnson (William.Johnson@fortworthtexas.gov)
Signature Date: 2022-08-30 - 9:18:49 PM GMT - Time Source: server- IP address: 209.194.29.100
�= Document emailed to Melissa Brunner (melissa.brunner@fortworthtexas.gov) for approval
2022-08-30 - 9:19:12 PM GMT
CSo Document approved by Melissa Brunner (melissa.brunner@fortworthtexas.gov)
Approval Date: 2022-08-31 - 6:52:41 PM GMT - Time Source: server- IP address: 209.194.29.100
Document emailed to jannette.goodall@fortworthtexas.gov for signature
2022-08-31 - 6:52:43 PM GMT
Email viewed by jannette.goodall@fortworthtexas.gov
2022-08-31 - 9:49:34 PM GMT- IP address: 209.194.29.100
&0 Signer jannette.goodall@fortworthtexas.gov entered name at signing as Jannette S. Goodall
2022-08-31 - 9:49:54 PM GMT- IP address: 209.194.29.100
&0 Document e-signed by Jannette S. Goodall (jannette.goodall@fortworthtexas.gov)
Signature Date: 2022-08-31 - 9:49:56 PM GMT -Time Source: server- IP address: 209.194.29.100
C'.. Document emailed to Vania Soto (Vania.Soto@fortworthtexas.gov) for filling
2022-08-31 - 9:49:58 PM GMT
Email viewed by Vania Soto (Vania.Soto@fortworthtexas.gov)
2022-09-01 - 7:57:01 PM GMT- IP address: 209.194.29.100
C3a Form filled by Vania Soto (Vania.Soto@fortworthtexas.gov)
Form filling Date: 2022-09-01 - 8:12:21 PM GMT - Time Source: server- IP address: 209.194.29.100
Agreement completed.
2022-09-01 - 8:12:21 PM GMT
FORTWORTH. Powered by
Adobe
Acrobat Sign
FORT WORTH., City of Fort Worth
Change Order Request
Project Name 1 2018 Bond Contract 14 City Sec # 1 55611
Client Project #(s)l 101475-2
Project Descriptions Water, Sewer and Paving improvements for 7 streets in Council District 7
Contractor McClendon Construction Company Change Order # 4 Date 121612022
City Project Mgr. Greg Robbins City Inspector Ryan Miller
Dept,
Original Contract Amount
Extras to Date
Credits to Date
Pending Change Orders (in M&C Process)
Contract Cost to Date
Unit 1: Water
Unit: 2 Sewer
Unit 3 Paving
Totals
Contract Time
CD
1,592,913.00
$612,808.00
$1,791,793.00
3,997,514.00
365
$30,482.00
$30,482.00
37
$1,592,913.00
$643,290.00
$1,791,793.00
$4,027,996.00
402
Go to ADD & DEL Tabs to Enter CO Backup
1 $0.00
$0.00
$0.00
Original Funds Available for Change Orders
Remaining Funds Available for this CO $0.00
Additional Funding (if necessary)
CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 0.76%
MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST+ 25%) $4,996,892.50
JUSTIFICATION (REASONS) FOR CHANGE ORDER
IN ACCORDANCE WITH THIS CHANGE ORDER REQUEST, THE CONTRACTOR SHALL: Furnish all labor and material as per attached proposed Change Order
Request. This Change Order #4 will adjust the scope to include the necessary bid items to include curb address painting not previously included during the design.
Cost - City of Fort Worth has compared the unit prices which are being proposed to several recent CIP projects bid in the previous three months. The City finds that the
prices that are being proposed by the contractor are within reason when compared to unit prices in other recently -bid construction contracts.
It is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaction and represents payment in full
(both time and money) for all costs arising out of, or incidental to, the above Change Order. The Project/Program Manager signing below acknowledges
that he/she is the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements.
Contractors Company Name
Contractor Name
Contract Signature
Date
McClendon Construction Company
Justin Blair
g&"
Dec 9, 2022
Ins ectorllns ection Supervisor
Date
Project and Contract Compliance Manager
Date
Dec 13, 2022
Dec 13, 2022
Program Manager
Date
Senior Capital Project Officer
Date
,r.�,N —
Dec 13, 2022
u r-., 9
Dec 13, 2022
Assistant Director De t
Date
Director, Contracting Department (Dept)
Date
Dec 13, 2022
Dec 13, 2022
Assistant City Attorney
Date
Assistant CU Manager
Date
Dec 14, 2022
Dec 15, 2022
Council Action if required)
M&C Number I M&C Date Approved
ATTEST:
Taro�P,hFB 5. Goodall
Jannette Goodall, City Secretary
FORT WORTH City of Fort Worth
—1'V'--- Change Order Additions
Project Name 1 2018 Bond Contract 14 City Sec # 55611
Client Project# 1 101475-2
Contractor McClendon Construction Company PM Greg Robbins inspectof Ryan Miller
Change Order Submittal # ® Date 121612022
ADDITIONS
ITEM DESCRIPTION DEPT Qty Unit Unit Cost Total
III 60 3217,5001 Curb Address Painting Unit 3 Paving 115.00000000 EA 80.00
Unit 1: Water $0.00
Unit: 2 Sewer $0.00
Unit 3 Paving $9,200.00
u TotalAdditions $9.200.00
Change Order Additions Page 2 of 4
rors_ , W� City of Fort Worth
Change Order Deletions
Project Name 2018 Bond Contract 14 City Sec # 55611
Client Project # 101475-2
Contractor McClendon Construction Company PM Greg Robbins Inspector Ryan Miller
Change Order Submittal # O4 Date 121fi12022
DELETIONS
HEM DESCRIPTION ty Unit Unit Cost total
55 9999.0010 Paving Construction Allowance Unit 3 Paving 0.09200000 LS 100,000.00
Unit 1: Water $0.00
Unit: 2 Sewer $0.00
Unit 3 Paving $9,200.00
Sub Total Deletions 9,200.00
Change Order Deletions Page 3 of 4
Previous Change Orders
CO # DATE AMOUNT
Total $0.00
Signature: sZad �nurzd
ogoni ium (Dec 9, 2022 14:16 CS
Email: Filogonio.Munoz@fortworthtexas.gov
FORTWORTH.
TRANSPORTATION AND PUBLIC WORKS
February 22, 2023
McClendon Construction Co., Inc
PO Box 999
Burleson, Texas 76097
RE: Acceptance Letter
Project Name: 2018 CIP Bond Street Reconstruction, Year 2 Contract 14
Project Type: Water, Sewer, Paving
City Project No.: 101475-2
To Whom It May Concern:
On November 8, 2022 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 February 22, 2023. 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 February 22, 2023, 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 682-
263-6014.
Sincerely,
*4�
Greg Robbins, Project Manager
Cc: Kevin Jackson, Inspector
Gary Deyon, Inspection Supervisor
Gary Deyon, Senior Inspector
Mary Hanna, Program Manager
Wade Trim, Consultant
McClendon, Contractor
N/A, Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Rev. 8/20/19
CONSENT OF OWNER ❑
SURETY COMPANY ARCHITECT ❑
TO FINAL PAYMENT CONTRACTOR ❑
SURETY ❑
AIA DOCUMI"N'r G707 OTHER
Bond No. TXC611807
PROJECT: 2018 Bond Year 2, Contract 14 Street Reconstruction (Various Locutions)
(namc, address)
TO (Owner) [ City of Fort Worth, Texas ] ARCHITECT'S PRO,II;C'r NO:
200 Texas Street
Fort Worth, TX 76102 CONTRACT FOR:
] CON"rItACT DATI--: Alwil 6, 2021
CONTRAC'1'01t: McClendon Construction Company, Inc.
548 Memorial Plaza
Burleson, TX 76024
In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the
(here insert name and address ol'Surety Company)
Merchants Bonding Company (Mutual)
13.0. Box 14498
Des Moines, IA 50306-3498 , SURETY COMPANY,
Oil bond of (here insert namc and address of Contractor)
McClendon Construction Company, Inc.
548 Memorial Plaza
Burleson, TX 76024 , CONTRACTOR,
hereby approves orthe final payment to the Contractors, and agrees that final payment to the Contractor shall not relieve
the Surety Company of any of its obligations to (here insert name and address ofowner)
City of Fort Worth, Texas
200 Texas Street
Fort Worth,'I'X 76102
as set forth in the said Surety Company's bond.
IN WITNESS WHEREOF,
the Surety Company has hereunto set its hand this 18th
Attest. ��t�
(Seal):
,OWNER,
day of January 2023
Merchants Bonding Company (Mutual)
Surety C
Signattire k1lAuthdrized Representative
Betty .I. kkeh Attornev-In-Fact
Title
WIT: This Iimn is to be used is a companion document to AIA DOCl1MENT 0706, CONTRACTOR'S AFFIDAvrr OF ►'AYMIiN-r Or DEBTS AND CLAIMS,
Current I:ditiou
AIA DOCUMENT Ci707 • CONSENT OF SURETY COMPANY TO FINAL PAYMENT • APRIL 1970 IiDITION • AIA® ONI' PAGE
� 1970 •'I'I IE AMERIC'AN INS1Tf1111? OF ARCHITECTS, 1735 New Turk Ave., NW, WASIIINGTON, D.C. 20006
MERCHANT'S
BONDING COM I'ANY-
POWER OF ATTORNEY
Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.,
both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually,
Ana Tomes; Andrew Addison; Belly J Reeh; Bryan K Moore; Elizabeth Ortiz; Michael D Hendrickson; Patricia Ann Lyttle; Patrick Coyle
their true and lawful Attorneys) -in -Fact, to sign its name as surely(ies) and to execute, seal and acknowledge any and all bonds, undertakings,
contracts and other written instruments In the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity
of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings require(] or permitted in any
acllons or proceedings allowed by law,
This Power -of -Attorney is granted and is signed and scaled by facsimile under and by authority of the following By -Laws adopted by Ilia Board
of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors
of Merchants National Bonding, Inc., on October 16, 2015.
"The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority
to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and
undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof."
"The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power ofAttorney
or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the
Company, and such signature and seal when so used shall have the same force and effect as though manually fixed."
In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the
Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction
contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department
of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of
Its obligations under its bond.
In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given
to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner -
Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation.
In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 191h day of March 2021
�10Nq <
••• \N� COM'•
r co�P.....•. ,•
pRPORq �p�% ; •O��' RP O,q' °q'. MERCHANTS BONDING COMPANY (MUTUAL)
• r'G > • 2 : �,� 9J.y�; MERCHANTS NATIONAL BONDING, INC.
p 2003 :; Via' 1933 c, By
. President
dam'• /�/�
a.: d 1 mot'
STATE OFIOWA ••'''•••�•'' •'••••••••
COUNTY OF DALLAS ss.
On this 19th day of March 2021 before me appeared Larry Taylor, to me personally known, who being by me duly sworn
did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the
seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf
of the Companies by authority of their respective Boards of Directors.
4.PVUA4 s POLLY MASON
z° • .. g Commission Number 750576 0 1 �1
My Commission Expires
lowP January 07, 2023
Notary Public
(Expiration of notary's commission
does not invalidate this instrument)
I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby
certify that the above and foregoing Is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still In full
force and effect and has not been amended or revoked. I
In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this b day of �'C�x�.ar� Zoz3
;�A(10Nq�••,, •••�\NG Cg4l
x 2003 0 `c • 41
Q. 1933 c; Secretary
;d�• .•ate;:' •'y`�6%ik.. ..\1��ti.
POA 0018 (1/20)
M L RU-M A N
BONDING COMPANY
IMPORTANT NOTICE
To obtain information or make a complaint:
You may contact your insurance agent at the telephone number provided by your insurance
agent.
You may call Merchants Bonding Company's toll -free telephone number for information or to
make a complaint at:
1-800-678-8171
You may contact the Texas Department of Insurance to obtain information on companies,
coverages, rights or complaints at:
1-800-252-3439
You may write the Texas Department of Insurance at:
P. O. Box 149104
Austin, TX 78714-9104
Fax: (512) 475-1771
Web: http://www.tdi,state.tx.us
E-mail: ConsumerProtection@tdi.state.tx.us
PREMIUM AND CLAIM DISPUTES: Should you have a dispute concerning your premium or
about a claim you should contact the agent first. If the dispute is not resolved, you may contact
the Texas Department of Insurance.
ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not
become a part or condition of the attached document.
SUP 0032 TX (1/09)
AFFIDAVIT
STATE OF TEXAS
COUNTY OF TARRANT
Before me, the undersigned authority, a Notary Public in the state and county
aforesaid, on this day personally appeared Justin Blair, Vice President of McClendon
Construction Company, Incorporated, 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 frill;
That there are no claims pending for personal injury and /or property damages;
On Contract described as;
2018 Bond Year 2 — Contract 14 (CPN 101475-2)
Subscribed and sworn before me on this
MISTYWEBB
Notary Public, State of Texas
°•%� '�� Comm. Expires 01-09-2026
Notary ID 126838467
.�
e
as�n Blair
day of
AFFIDAVIT
STATE OF TEXAS
COUNTY OF TARRANT
Before me, the undersigned authority, a Notary Public in the state and county
aforesaid, on this day personally appeared Justin Blair, Vice President of McClendon
Construction Company, Incorporated, 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 there are no claims pending for personal injury and /or property damages;
On Contract described as;
2018 Bond Year 2 — Contract 14 (CPN 101475-2)
Subscribed and sworn before me on this
J
MISTY WEBB
Notary Public, State of Texas
Comm. Expires 01-09-2026
Notary
ry ID 126838467
CONSENT OF
SURETY COMPANY
TO FINAL PAYMENT
AIA DOCUMENT G707
OWNER El
ARCHITECT ❑
CONTRACTOR ❑
SURETY ❑
OTHF;R
Bond No. TXC611807
PROJECT: 2018 Bond Year 2, Contract 14 Street Reconstruction (Various Locations)
(name, address)
TO (Owner) [ City of Fort Worth, Texas ] ARCHITECT'S PROJECTNO:
200 Texas Street
Fort Worth, TX 76102 CONTRACT FOR:
[ ] CONTRACT DATE: April 6, 2021
CONTRACTOR: McClendon Construction Company, Inc.
548 Memorial Plaza
Burleson, TX 76024
In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the
(here insert name and address of Surety Company)
Merchants Bonding Company (Mutual)
Y.Q. Box 14498 ,SURETY COMPANY,
Des Moines, IA 50306-349$
on bond of (here insert name and address of Contractor)
McClendon Construction Company, Inc.
548 Memorial Plaza
Burleson, TX 76024 , CONTRACTOR,
hereby approves of the final payment to the Contractors, and agrees that final payment to the Contractor shall not relieve
the Surety Company of any of its obligations to (here insen name and address o1'Dwner)
City of Fort Worth, Texas
200 Texas Street
Fort Worth, TX 76102
as set forth in the said Surety Company's bond.
IN WITNESS WHEREOF,
the Surety Company has hereunto set its hand this 18th
{Seal):
,OWNER,
day of January 2023
Merchants Bonding Company (Mutual)
SureP Compat yfY
II /
Signawrc�gAutftdrized Representative
Betty .1. Pkeh Attorney- I n-Fact
Title
NIXIT: This form i4 to be used as a co nlimnion document to AIA I)OCUMENT G706. CONTRACTOR'S AFFIDAVIT OF PAYMf?NT OF DERTS AND CLAIMS.
Current Edition
AIA DOCUMENT G707 • CONSENT OF SLJRFTY COMPANY TO FINAL PAYMUNT • APRIL 1970 !;I]ITION • AIACD ONEPAGE
® 1970 * THE AMERICAN INSTITUTE C]F ARCHITECTS. 1735 New York Ave., NW, WA_5i IINGTON, D.C. 20006
M ERCRANTS
BONDING COMPANY,
POWER OF ATTORNEY
Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.,
both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually,
Ana Tomes; Andrew Addison; Betty J Reeh; Bryan K Moore; Elizabeth Ortiz; Michael D Hendrickson; Patricia Ann Lyttle; Patrick Coyle
their true and lawful Anorney(s)-in-Fact, to sign its name as sureMies) and to execute, seal and acknowledge any and all bonds, undertakings,
contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity
of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any
actions or proceedings allowed by law.
This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board
of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors
or Merchants National Bonding, Inc., on October 16, 2016.
'The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority
to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and
undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof."
"The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney
or Certification thereof authorizing the execution and delivery of any band, undertaking, recognizance, or other suretyship obligations of the
Company, and such signature and seal when so used shall have the same force and effect as though manually fixed."
In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the
Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction
contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department
of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of
its obligations under its bond.
In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given
to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner -
Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation.
In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 19th day of March 2021
[�PDR ��.y ■p�• pIPQ 't'••• MERCHANTS 13ONDING COMPANY (MUTUAL)
�y:'a� 9%'' y • • m•GO p4 —A ; MERCHANTS NATIONAL BONDING, INC.
.0 2003 .�7: :s' :'C• By
.mod. �.;• . 77z�_
a.
•..' •.....'��', �•• President
STATE OF IOWA +++++•+",i•' • • • • • • • • a
COUNTY OF DALLAS ss.
On this 19th day of March 2021 before me appeared Larry Taylor, to me personally known, who being by me duly swam
did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the
seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf
of the Companies by authority of their respective Boards of Directors.
+�, R s POLLY MASON
z e a s, Commission Number 7505?5 Mho--�,
■ My Commission Expires Pq.
�aWA January 07, 2023
Notary Public
(Expiration of notary's commission
does not invalidate this instrument)
I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby
certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full
force and effect and has not been amended or revoked.
In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this ij 19+Kday O(N � IDZ_3
x1itiG Co
.209L P 0,9".
C).0 F 2aR o-
2003 �,; y 1933 e: Secretary
POA0018 (1/20) •,•........ ••,•'' •••`:
MERCHANTS
BONDING COMPANY
IMPORTANT NOTICE
To obtain information or make a complaint:
You may contact your insurance agent at the telephone number provided by your insurance
agent.
You may call Merchants Bonding Company's toll -free telephone number for information or to
make a complaint at:
1-800-678-8171
You may contact the Texas ❑epartment of Insurance to obtain information on companies,
coverages, rights or complaints at:
1-800-252-3439
You may write the Texas Department of Insurance at
P. 0. Box 149104
Austin, TX 78714-9104
Fax: (512) 475-1771
Web: http://www.tdi.state.tx.us
E-mail: ConsumerProtection@tdi.state.tx.us
PREMIUM AND CLAIM DISPUTES: Should you have a dispute concerning your premium or
about a claim you should contact the agent first. If the dispute is not resolved, you may contact
the Texas Department of Insurance.
ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not
become a part or condition of the attached document.
SUP 0032 TX (1109)