Loading...
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)