Loading...
HomeMy WebLinkAboutContract 56639-FP1FORT WORTH, TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJECT COMPLETION -FP1 City Secretary No. 56639 Date Received: 5/1 /2025 City Project N!?: 101472 Regarding contract 56639 2018 BOND YEAR, CONTRACT 8 for as required by the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT as approved by City Council on MAC-21-0907 through M&C 21-0391 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 Amount: 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 �atYr`cia L. Pvo(sack Patricia L. Wadsack (Apr 30, 2025 14:43 CDT) Recommended for Acceptance Asst. Director, TPW - Capital Delivery $ $8,098,069.50 Days 485 $ $64,590.50 Ns 2 Days Added by CO 391 $ $8,162,660.00 Total Days 876 $ $7,845,710.56 Days Charged 872 Days @ $ / Day $ $7,845,710.56 $ $7,453,425.03 $ $392,285.53 04/30/2025 Date X.711..»- 04/30/2025 Lauren Prieur (Apr 30, 2025 14:44 CDT) Accepted Date Director, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT 04/30/2025 Asst. City Manager Date OFFICIAL RECORD Comments: CITY SECRETARY FT. WORTH, TX C-620 Signature Page Contractor's Application for Payment Invoice No. 28 - Final To (Owner) City of Fort Worth Invoicing Period (From- To): Invoice Date: 12-1-24 to 12-31-24 1/22/2025 P O FW020-0000006893 From (Contractor): Remit to( If Not Automatic Deposit): Number McClendon Construction Company Inc Project: 101472-1 Contractor's CFW Vendor No.: 0000007403 City Seeretary Contract 56639 Contr8e` AR, CONTRACT 8 2018 BOND YEAR, Number: Name: Application For Payment Change Order Summary lADproved Change Orders 11. ORIGINAL CONTRACT PRICE.......................................................... $ $8,098,069.50 Number Additions Deletions 12. Net change by Change Orders................................................................. $ $64,590.50 1 $234,490.50 $169,900.00 13. Current Contract Price (Line 1 t 2)........................................................ $ $8,162,660.00 2 $22,934 00 $22,934.00 14. TOTAL COMPLETED AND STORED TO DATE 3 1 (Progress Estimate, Construction Allowance and Change Orders)....... $ $7,845,710.56 4 15. RETAINAGE: 5 a. X $7,845,710. 56 Work Completed.......... $ 6 b. X Not Used $ 7 c. Total Retainage (Line 5a + Line 5b)................................ $ 1 8 16. AMOUNT ELIGIBLE TO DATE (Line 4- Line 50 ............................. $ $7,845,710.56 TOTALS $257,424.50 $192,834.00 17. LESS PREVIOUS PAYMENTS (Lime 6 from prior Application)......... $ $7,453,425.03 NET CHANGE BY $64,590.50 8. AMOUNT DUE THIS APPLICATION ................................................. $ $392,285.53 CHANGE ORDERS 9. BALANCE TO FINISH, PLUS RETAINAGE (Column G on Progress Estimate+ CA + COs + Line 5 above) .............. $ $316,949.44 Contractor's Certification 10. CONTRACT TIME: The Contractor certifies with the submittal of this document and associated Payment Request Submittal a. Days Awarded 495 on the City of Fort Worth Buzz— system that to the best of their knowledge (1) all previous progress b, Days Added by CO 391 payments received from Owner on account of Work done under the Contract have been applied on account to discharge Contractor's legitimate obligations incurred in connection with Work covered by C. Total Days 876 prior Applications for Payment; (2) title of all Work, materials and equipment incorporated in said Work or otherwise fisted in or covered by this Application for Payment will pass to Owner at time of payment d Days Charged g72 free and clear of all Liens, security interests and encumbrances (except such as are covered by a Bond acceptable to Owner indemm4 ing Owner against any such Liens, security interest or encumbrances); e. Days Remaining 4 and (3) all Work covered by this Application for Payment is in accordance with the Contract Documents and is not defective. Liquidated Damages @ $650.00 a day Yus-fin B air Justin Blair (Feb 18, 202515:31 CST) This document has been modified from its original form as an EJCDC document and the user did not highlight the modifications. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution. FORTWORTRi.. Routing and Transmittal Slip TransDortation & Public Works Department DOCUMENT TITLE' 2018 Bond Contract 8 — Change Order #1 M&C: CPN: t 01472-t CSO: 56639 DOC#: Date: To: Name Department Initials Date Out 1. Filogonio Munoz TPW - initial May 30, 2023 2. Justin Blair Contractor- signature May 31, 2023 3. Travis Strang TPW - signature Jun 1, 2023 4. Walter Norwood Water - initial Ann May 30, 2023 5. Greg Robbins TPW - signature oiw- May 30, 2023 6. Mary Hanna TPW - signatures Jun 6, 2023 7 Michael Owen TPW - signatures Jun 6, 2023 8 Lauren Prieur TPW - signature- Jun 6, 2023 9 Doug Black Legal - signature das Jun 7, 2023 10. William Johnson Lr CMO - signature W Jun 7, 2023 11. Jannette Goodall CSO - signature Jam- Jun 8, 2023 12. TPW Contracts TPW DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review and take the next steps. NEEDS TO BE NOTARIZED: [—]YES ®No RUSH:DYES ®No SAME DAY: DYES ®No NEXT DAY: DYES ®No ROUTING TO CSO: ®YES ❑No Action Required: ❑ As Requested ❑ For Your Information ® Signature/Routing and or Recording ❑ Comment ❑ File ❑ Attach Signature, Initial and Notary Tabs Return To: TPWContracts(a..FortWorthTexas.gov at ext. 7233 for pick up when completed. Thank you! CSC No. 56639-COI FORT WORTH,:. City of Fort Worth Change Order Request Project Name 2018 Bond Year 3 - Contract 8 City Sec # 1 56639 Client Project #(s)I Project Description Combined Water and Sewer Replacement and Pavement Rehabilitation Improvements on Craig Street, Louise Street, Halbert Street, Major Street, Cravens Road and Hightower Street Contractor McClendon Construction Company City Project Mgc1 Greg Robbins Dept. Original Contract Amount Extras to Date Credits to Date Pending Change Orders (in M&C Process) Contract Cost to Date Amount of Proposed Change Order Revised Contract Amount Original Funds Available for Change Orders Remaining Funds Available for this CO Additional Funding (if necessary) Unit 1: Water $2,565,836.00 Change Order#1 1 1 Datel 5/16/2023 City Inspector Travis Strang Unit 2: Sewer Unit 3: Paving Unit 4: Storm Contract Time Totals (CD� $3,032,329.00 $2,464,904.50 $35,000.00 $8,098,069.50 85 $64,590.50 120 $8,162,660.00 605 $408.153.00 CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 0.80% MAX ALLOWABLE CONTRA C T AMOUNT (ORIGINAL CONTRA C T COST+ 25%) 1 $10,122,586.88 IN ACCORDANCE WITH THIS CHANGE ORDER REQUEST, THE CONTRACTOR SHALL: Furnish all labor and material as per the attached proposed Change Order Request #1. This Change Order will provide for the additional scope to replace the cast iron water main on Craig Street from Major Street to Mims Street and extend the pavement rehabilitation o 1 Craig Street within these new limits. It also includes the additional items needed to install a new waterline blow -off valve to relieve a conflict with the new sanitary sewer being installf d at Craig Street and Louise Street, and additional concrete sidewalks and driveways replacement as part of the sewer line installation on Louise Street. Cost - The City of Fort Worth has compared the unit prices which the contractor is proposing to recenfly-bid bond projects. The City finds that the prices that the contractor is proposing are fair and reasonable. Time - The change order will add additional days to the project contract time due to the utility and scope changes; the staff approves the addition of 120 days to the contract time. Here's a breakdown of the delays: -Craig St Scope Changes (45 days): The City added 455 LF of additional waterline replacement on and 1000 SY of pavement rehabilitation. -Major Street Scope Changes (30 days): The City added 170 LF of additional waterline replacement on north Major Street. -Louise St Scope changes (45 days from 03/02 to 04/15): These days include coordination with water department and franchise utilities and issuing new plans to resolve the conflict between the new sewer line and other utilities. 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 May 31, 2023 Ins ectorllns ection Supervisor Date Project and Contract Compliance Manager Date sue, Jun 1, 2023 7_ Rg_ May30, 2023 Program Manager Date Senior Capital Project Officer Date Jun 6, 2023 7,/__ -° Jun 6, 2023 Assistant Director (Dept) Date Director Contracting Department (Dept) Date Jun 6, 2023 Jun 6, 2023 Assistant City Attorney Date Jun7,2023 JAssistant City Manager I J-- Date IJun 7,2023 I Council Action if required) M&C Number I M&C Date Approved ATTEST: Jannette Goodall, City Secretary FORT WORTH City of Fort Worth Change Order Additions Project Name 2018 Bond Year 3- Contract 8 City Sec # ) 56639 Client Project # I Contractor McClendon Construction Company PMI Greg Robbins Inspectorl Travis Strang Change Order Submittal # Date 1 5/3/2023 1 ADDITIONS ITEM DESGHIPIIUN DEPI Uty unit Unituost total 3 3311.0241 8" Water Pipe Unit 1: Water 455.000OOOOU LF $98,0 7 3312.U117 Connection to Existing 4"-12" Water Main Unit 1: Water 4.00000000 EA $6,3W $25,200.00 9 3312.2003 1" Water Service Unit 1: Water 6.000OOOOU EA $1,925.0 20 0241.1700 11" Pavement Pulverization Unit 1: Water 1,000.00000000 SY $9.5tt $9,500.00 26 3201.0400 Temporary Asphalt Paving Repair, 2" HMAC over 6" Flexbase Unit 1: Water 480.000OOOOU LF $25,0(L$12,000 00 31 321ZO303 3" Asphalt Pvmt Type D Unit 1: Water 1,000.00000000 SY $18.01t $18,000.00 48 3211.0601 CEMLIME' {y32lb/SY) Unit 1: Water 10.00000000 TN $235.0GC $2,350AO 53 3312.6003 8" 1 Off / ve Unit 1: Water 1.00000000 EA $20,050.51 $20,050.50 54 9999.UU1U Additional I emporary Water Unit 1: Water 1.00000000 LS $69,000.01t $69,000.00 66 0241.0100 Remove Sidewalk Unit 2: Sewer 1,000.0000000U SIF $1.5(t $9,50D.00 67 3213.0301 4" Conc Sidewalk Unit 2: Sewer 1,000.00000000 SF $10.01t $10,000.00 68 0241.0401 Remove Concrete Drive Unit 2: Sewer 500.000OOOOU SF $1.5(t$750AO 69 3213.0401 6" Concrete Driveway Unit 2: Sewer 500.00000000 SF $13.01t $6,500.00 44 3212.0401 HMAC Transition Unit 3: Paving 10.00000000 TN $350.015c---$3,50 Unit 1: Water $212,240.50 I Unit 2: Sewer $18,750.00 I Unit 3: Pavinq $3,500.00 I Unit 4:Storm $0.00 Sub Total Additions $234,490.50 Change Order Additions Page 2 of 4 FORTWORTH City of Fort Worth 'IT,Change Order Deletions Project Name 2018 Bond Year 3- Contract 8 ' City Sec # 56639 Client Project# I Contractol McClendon Construction Company PMI Greg Robbins Inspectorl Travis Strang Change Order Submittal # F-7 Date 1 5/3/2023 DELETIONS IIEM UESURIP IIUN UEPI Uty Unit Unit host total 1 65 9999.0003 Construction Allowance Unit 2: Sewer 0.234375OU LS $80,000.0C I $18,760.001 43 9999.0009 Construction Allowance Unit 3: Paving 0.035000OU LS $100,000.0C $3,500.001 21 0241.3013 Remove 18" Storm Line Unit 1: Water 50.000000OU LF $35.0C $1,750.001 22 0241.3015 Remove 24" Storm Line Unit 1: Water 50.00000001J LF $37.00 $1,850.001 23 0241.3019 Remove 36" Storm Line Unit 1: Water 50.0000000U LF $46.0C $2,300.001 24 0241.3021 Remove 42" Storm Line Unit 1: Water 50.00000001J LF $57.00 $2,850.001 37 3305.0202Imported EmbedmentBackfll, CSS Unit 1: Water 300.000OOOOU CY $98.00 1 $29,400.001 38 3306.0203Imported Embedment/Backfill, CLSM Unit 1: Water 500.0000000U CY $142.00 $71,000.001 39 3305.0207Imported EmbedmentBackfll, Select Fill Unit 1: Water 50.00000001J CY $55.00 $2,750.001 41 3341.010318" RCP, pass III Unit 1: Water 50.000000OU LF $125.Ot $6,260.001 42 3341.0205 24- RCP, Class III Unit 1: Water 50.00000000 LF $140.00 $7,000.001 43 3341.0309 36" RCP, Class III Unit 1: Water 50.0000000U LF $200.00 $10,000.001 44 3341.0402 42- RCP, Class III Unit 1: Water 50.00000001J LF $250.00 $12,500.001 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 Unit 1:Water I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 $147,650.00 I Unit 2:Sewer $18,750.00 I Unit 3:Pavinq $3,500.00 I Unit 4:Storm $0.00 1 Sub Total Deletions $169,900.00 Change Order Deletions Page 3 of 4 M/SBE for this Change Order M/SBE Sub Type of Service Amount for this CO Total $0.00 Previous Change Orders co # DATE I AMOUNT Total I $0.00 I FORT WORTH,,, Routing and Transmittal Slip Transuortation & Public Works Department DOCUMENT TITLE' 2018 Bond Contract 8 — Change Order #2 M&C: Date: CPN: 101472-1 CSO: 56639 DOC#: To: Name Department Initials Date Out I . Filogonio Munoz TPW - initial Jun 12, 2024 2. Justin Blair Contractor - signature Jun 12, 2024 3. Travis Strang TPW - signature? Jun 12, 2024 4. Greg Robbins TPW - signature 7,4� Jun 17, 2024 5. Mary Hanna TPW - signature N,`� Jun 17, 2024 6. Patricia Wadsack TPW - signature pL Jun 18, 2024 7 Lauren Prieur TPW - signature Jun 18, 2024 8 Doug Black Legal - signatures Jun 18, 2024 9 Jesica McEachern CMO - signature im Jul 8, 2024 10. Jannette Goodall CSO - signature ,G T/6 Jul 8, 2024 11. TPW Contracts TPW DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review and take the next steps. NEEDS TO BE NOTARIZED: ❑YES ®No RUSH: ❑YES ®No SAME DAY: [—]YES ®No NEXT DAY: [-]YES ®No ROUTING TO CSO: ®YES ❑No Action Required: ❑ As Requested ❑ For Your Information ® Signature/Routing and or Recording ❑ Comment ❑ File ❑ Attach Signature, Initial and Notary Tabs Return To: TPWContracts(a.FortWorthTexas.eov at ext. 7233 for pick up when completed. Thank you! CSC No. 56639-0O2 City of Fort Worth Change Order Request Project Name 2018 Bond Year 3 - Contract 8 City Sec # 1 56639 Client Project #(s)l Project Description) Combined Water and Sewer Replacement and Pavement Rehabilitation Improvements on Craig Street, Louise Street, Halbert Street, Major Street, Cravens Road and Hightower Street Contractorl McClendon Construction Company Change Order#1 2 Datel 3/14/2024 City Project Mgr.l Greg Robbins City Inspector Travis Strang Dept, Unit 1: Water Unit 2: Sewer Unit 3: Paving Unit 4: Storm Totals Contract Time (CD Original Contract Amount $2,565,836.00 $3,032,329.00 $2,464,904.50 $35,000.00 $8,098,069.50 85 Extras to Date $64,590.50 $64,590.50 120 Credits to Date Pending Change Orders (in M&C Process) Contract Cost to Date $2,630,426.50 $3,032,329.00 $2,464,904.50 $35,000.00 $8,162,660.00 605 Amount of Proposed Change Order $0.00 $0.00 $0.00 0.00 271 Revised Contract Amount $2 630,426.50 $3,032,329.00 $2,464,904.50 $35 000.00 $8,162,660.00 876 Original Funds Available for Change Orders $128,292.00 $151,616.00 $123,245.00 5,000,00 $408,153.00 Remaining Funds Available for this CO $63,701.50 $151,616.00 $123,245.00 $5,000.00 $343,562.50 Additional Funding (if necessary) CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 0.8 I% MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST+ 25%) $10,122,586.88 IN ACCORDANCE WITH THIS CHANGE ORDER REQUEST, THE CONTRACTOR SHALL: Furnish all labor and material as per the attached proposed Change Order Request #2. This Change Order will provide for the additional scope related to flatwork improvements made at the intersection of Halbert Street and Beaty Street. COST: This change order will utilize existing bid items for all flatwork (residential driveway, curb and gutter, and barrier -free ramp) performed, including removal items. In addition, a new bid item is added for city -specified remobilization, which includes compensation for contractor remobilization and demobilization from the job site, and traffic control. TIME: Due to the timeframe in which the additional scope items were brought to the city's attention, 264 CDs are required to be added to the contract time to be current from when the time was originally stopped to when the additional work began (07/06/2023 - 03/26/24). Work began on the additional scope on 03/26/2024 and was completed on 04/02/24, a total of 7 CDs. The total time needed to be added to the contract by this change order is 271 CD. 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 Dale��] McClendon Construction Company Justin Blair 1Jun 12' 2024 ns ectorlinspection Supervisor Date Project and Contract Compliance Manager Date s Jun 12, 2024 Jun 17, 2024 'ro ram Manager Date Senior Capital Project Officer Date j Jun 17, 2024 Jun 17, 2024 4ssistant Director Dept Date Director, Contracting Department (Dept) Date ��+viaia waasaaa Jun 18, 2024 Jun 18, 2024 4ssistant City Attorney ssistant Cit Manager ate Jun 18, 2024 Jul8, 2024 oundl Action if required) M&C Number l l M&C Date Approved ATTEST: q- A ..fit� Jannette Goodall, City Secretary FORT WORTH City of Fort Worth "! Change Order Additions Project Name 2018 Bond Year 3- Contract 8 City Sec # 56639 Client Project # I Contractor McClendon Construction Company PMI Greg Robbins Inspectorl Travis Strang Change Order Submittal # r27 Date 1 3/14/2024 ADDITIONS IILIN UtSCFUP lIU14 ULPI Uty Unit Unit Cost total 1 20 3213.0401 6" Concrete Driveway Unit 3: Paving 104.000OOOOC SF $13.00' $1,352.001 22 3213.0506 Barrier Free Ramp, Type P-1 Unit 3: Paving 1.00000004 EA $1,800.OU $1,800.001 24 3216.0101 6" Conc Curb and Gutter Unit 3: Paving 45.0000000( LF $54.0U' $2,430.001 28 3292.0100 Block Sod Placement Unit 3: Paving 64.00000004 SY $5.5U $352.001 45 9999.0010 City -Directed Remoblization Unit 3: Paving 1.00000000 LS $16,564.OU' $16,564.001 3 0241.0300 Remove ADA Ramp Unit 3: Paving 1.00000004 EA $100.OU $100.001 4 0241.0401 Remove Concrete Drive Unit 3: Paving 104.00000004 SF $1.50 $156.001 6 0241.1300 Remove Conc Curb & Gutter Unit 3: Paving 45.00000000 LF $4.00 $180.001 1 1 I 1 I 1 I 1 I 1 I 1 1 I 1 1 1 I 1 1 I I I 1 I 1 I Unit 1: Water 1 I I I 1 I 1 I 1 I 1 I 1 1 I 1 I 1 I 1 1 I 1 I 1 I I 1 0.00 1 Unit 2: Sewer 10.00 I Unit 3: Pavinq $22,934.00 I Unit 4: Storm $0.00 1 Sub Total Additions $22,934.00 Change Order Additions Page 2 of 4 FORT WORTH City of Fort Worth "V- Change Order Deletions Project Name I 2018 Bond Year 3- Contract 8 ' City Sec # I 56639 Client Project # I Contractorl McClendon Construction Company PMI Greg Robbins Inspectorl Travis Strang l Change Order Submittal # o Date 1 3/14/2024 DELETIONS I EM UESCWP 1IUN UEP I Uty Unit Unit Cost I otal I 43 M9.0009 Construction Allowance Unit 3: Paving 012934000 L5 $100,000.00, $22,934_UUI I 1 I 1 I 1 1 1 1 I 1 I 1 I 1 1 1 1 1 I 1 I 1 1 I I I 1 1 1 1 1 I 1 I Unit 1:Water 1 I 1 1 1 1 I 1 I 1 I 1 I 1 I 1 I 1 1 I 1 I 1 I 1 I 1 I I I 1 I 1 1 I 0.00 Unit 2: Sewer b 00 Unit 3:Paving $22,934.00 Unit 4: Storm $0.00 Sub Total Deletions $22,934.00 Change Order Deletions Page 3 of 4 M/SBE for this Change Order M/SBE Sub Type of Service Amount for this CO N/A N/A N/A Total $0.00 Previous Change Orders Co # DATE I AMOUNT 5/16/2023 $64,590.50 Total I $64,590.50 101472-1-CNCO-2018 Bond Contract 8 — Change Order #2 Final Audit Report 2024-07-08 Created: 2024-06-12 By: Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) Status: Signed Transaction ID: CBJCHBCAABAA70269ANYUJAJBUQ2MIokFeg6UmwGwKaL "101472-1-CNCO-2018 Bond Contract 8 — Change Order #2" Hi story Document created by Andrea Munoz (Andrea. Mu noz@fortworthtexas.gov) 2024-06-12 - 0:13:54 AM GMT- IP address: 204.10.90.100 Document emailed to Filogonio Munoz (Filogonio.Munoz@fortworthtexas.gov) for filling 2024-06-12 - 0:16:11 AM GMT C'. Document emailed to Justin Blair(jbiair@mcciendonconstruction.com) for signature 2024-06-12 - 0:16:11 AM GMT 24 Document emailed to Travis Strang (travis.strang@fortworthtexas.gov) for signature 2024-06-12 - 0:16:11 AM GMT 1'.. Document emailed to Gregory Robbins (Gregory.Robbins@fortworthtexas.gov) for signature 2024-06-12 - 0:16:11 AM GMT Email viewed by Justin Blair Qblair@mcciendonconstruction.com) 2024-06-12 - 11:33:27 AM GMT- IP address: 172.225.18.68 &Q, Document e-signed by Justin Blair(jblair@mcciendonconstruction.com) Signature Date: 2024-06-12 - 12:08:57 PM GMT - Time Source: server- IP address: 47.37.93.50 Email viewed by Travis Strang (travis.strang@fortworthtexas.gov) 2024-06-12 - 12:34:59 PM GMT- IP address: 204.10.91.100 &G Document e-signed by Travis Strang (travis.strang@fortworthtexas.gov) Signature Date: 2024-06-12 - 12:35:44 PM GMT - Time Source: server- IP address: 204.10.91.100 Email viewed by Filogonio Munoz (Filogonio.Munoz@fortworthtexas.gov) 2024-06-12 - 12:49:06 PM GMT- IP address: 204.10.90.100 FORTW❑RTHy I P--e"Y Adobe Acrobat Sign Form filled by Filogonio Munoz (Filogonio.Munoz@fortworthtexas.gov) Form filling Date: 2024-06-12- 12:49:56 PM GMT -Time Source: server- IP address: 204.10.90.100 Email viewed by Gregory Robbins (Gregory.Robbins@fortworthtexas.gov) 2024-06-17 - 12:24:28 PM GMT- IP address: 204.10.90.100 Q Document e-signed by Gregory Robbins (Gregory. Robbi ns@fortworthtexas.gov) Signature Date: 2024-06-17 - 12:24:44 PM GMT -Time Source: server- IP address: 204.10.90.100 Document emailed to Mary Hanna (Mary.Hanna@fortworthtexas.gov) for signature 2024-06-17 - 12:24:46 PM GMT Email viewed by Mary Hanna (Mary.Hanna@fortworthtexas.gov) 2024-06-17 - 12:57:46 PM GMT- IP address: 204.10.90.100 p Document e-signed by Mary Hanna (Mary.Hanna@fortworthtexas.gov) Signature Date: 2024-06-17 - 12:58:49 PM GMT -Time Source: server- IP address: 204.10.90.100 Document emailed to Patricia Wadsack (patricia.wadsack@fortworthtexas.gov) for signature 2024-06-17 - 12:58:51 PM GMT Signer Patricia Wadsack (patricia.wadsack@fortworthtexas.gov) entered name at signing as Patricia L. Wadsack 2024-06-18- 1:47:20 PM GMT- IP address: 204.10.90.100 6© Document e-signed by Patricia L. Wadsack (patricia.wadsack@fortworthtexas.gov) Signature Date: 2024-06-18- 1:47:22 PM GMT- Time Source: server- IP address: 204.10.90.100 124 Document emailed to Lauren Prieur (Lauren. Prieur@fortworthtexas.gov) for signature 2024-06-18 - 1:47:24 PM GMT ') Email viewed by Lauren Prieur (Lauren.Prieur@fortworthtexas.gov) 2024-06-18 - 3:27:42 PM GMT- IP address: 166.205.54.14 GSQ Document e-signed by Lauren Prieur (Lauren.Prieur@fortworthtexas.gov) Signature Date: 2024-06-18 - 3:28:27 PM GMT - Time Source: server- IP address: 166.205.54.14 2+ Document emailed to Priscilla Ramirez (Priscilla.Ramirez@fortworthtexas.gov) for approval 2024-06-18 - 3:28:29 PM GMT 5 Email viewed by Priscilla Ramirez (Priscilla.Ramirez@fortworthtexas.gov) 2024-06-18 - 5:57:14 PM GMT- IP address: 204.10.91.100 GS© Document approved by Priscilla Ramirez (Priscilla.Ramirez@fortworthtexas.gov) Approval Date: 2024-06-18 - 5:57:39 PM GMT - Time Source: server- IP address: 204.10.91.100 FORTW❑RTHy I P--eaby Adobe AcrobatSign Document emailed to Douglas Black (Douglas.Black@fortworthtexas.gov) for signature 2024-06-18 - 5:57:41 PM GMT Document e-signed by Douglas Black (Douglas.Black@fortworthtexas.gov) Signature Date: 2024-06-18 - 6:07:49 PM GMT - Time Source: server- IP address: 204.10.91.100 Document emailed to Jesica McEachern (jesica.mceachern@fortworthtexas.gov) for signature 2024-06-18 - 6:07:51 PM GMT Email viewed by Jesica McEachern (jesica.mceachern@fortworthtexas.gov) 2024-06-25 - 8:48:50 PM GMT- IP address: 204.10.91.100 Document e-signed by Jesica McEachern (jesica.mceachern@fortworthtexas.gov) Signature Date: 2024-07-08- 1:18:03 PM GMT- Time Source: server- IP address: 174.242.129.69 Document approval automatically delegated to Katherine Cenicola (Katherine.Cenicola@fortworthtexas.gov) by Ronald Gonzales (Ronald.Gonzales@fortworthtexas.gov) 2024-07-08 - 1:18:05 PM GMT Document emailed to Ronald Gonzales (Ronald.Gonzales@fortworthtexas.gov) for approval 2024-07-08 - 1:18:06 PM GMT Document emailed to Katherine Cenicola (Katherine.Cenicola@fortworthtexas.gov) for approval 2024-07-08 - 1:18:06 PM GMT 6© Document approved by Katherine Cenicola (Katherine.Cenicola@fortworthtexas.gov) Approval Date: 2024-07-08 - 1:22:10 PM GMT - Time Source: server- IP address: 204.10.91.100 P4 Document emailed to Jannette Goodall Qannette.goodall@fortworthtexas.gov) for signature 2024-07-08 - 1:22:13 PM GMT ') Email viewed by Jannette Goodall Qannette.goodall@fortworthtexas.gov) 2024-07-08 - 2:04:41 PM GMT- IP address: 66.169.118.105 It Document e-signed by Jannette Goodall Qannette.goodall@fortworthtexas.gov) Signature Date: 2024-07-08 - 2:05:08 PM GMT - Time Source: server- IP address: 66.169.118.105 AD Form filling automatically delegated to Elisa Winterrowd (Elisa.Winterrowd@fortworthtexas.gov) by Allison Tidwell (allison.tidwell@fortworthtexas.gov) 2024-07-08 - 2:05:10 PM GMT ' 4 Document emailed to Allison Tidwell (allison.tidwell@fortworthtexas.gov) for filling 2024-07-08 - 2:05:11 PM GMT + Document emailed to Elisa Winterrowd (Elisa.Winterrowd@fortworthtexas.gov) for filling 2024-07-08 - 2:05:11 PM GMT FORTW❑RTH, I P--eaby Adobe AcrobatSign Form filled by Elisa Winterrowd (Elisa.Winterrowd@fortworthtexas.gov) Form filling Date: 2024-07-08 - 3:43:55 PM GMT - Time Source: server- IP address: 204.10.91.100 Q Agreement completed. 2024-07-08 - 3:43:55 PM GMT FORTW❑RTH, I Paw-f'y Adobe Acrobat Sign CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ TO FINAL PAYMENT CONTRACTOR ❑ SURETY ❑ AIA DOCUMENT G707 OTHER Bond No. TXC614159 PROJECT: 2018 Bond Year 3, Contract 8 - City Project No. 101472-1 (name, address) TO (Owner) [ City of Fort Worth, Texas ] ARCHITECT'S PROJECT NO: 200 Texas Street Fort Worth, TX 76102 CONTRACT FOR: [ ] CONTRACT DATE: 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) P.O. Box 14498 ,SURETY COMPANY, Des Moines, IA 50306-3498 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 insert name and address of Owner) 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 band this 12th (Seal): ,OWNER; day of December 2Q23 Merchants Bonding Company (Mutual) Surety4ompany /�-) /J Betty J. Title Representative Attornev-In-Fact NOTE: This form is to be used as a companion document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition AIA DOCUMENT G707 • CONSENT OF SURETY COMPANY TO FINAL PAYMENT. APRIL 1970 EDITION • AIA® ONE PAGE © 1970 • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 New York Ave., NW, WASHMOTON, D.C. 20006 MERCHAN"I S%k 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, d1b1a Merchants National Indemnity Company (in California only) (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Allyson W Dean; Ana Owens; Andrea Rase Crawford; Andrew Addison; Betty J Reeh; Bryan Kelly Moore; Colin E Conly; Debra Lee Moon; Elizabeth Ortiz; Emily Allison Mikeska; Faith Ann Hilty; John R Ward; Jahn William Newby; Michael Donald Hendrickson; Monica Ruby Veazey; Patrick Thomas Coyle; Sandra Lee Roney; Thomas Douglas Moore; Troy Russell Key their true and lawful Attorney(s)-in-Fact, to sign its name as surety(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 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 of MerchantsNationai 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 of Attorney 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 5th day of December 2023 .+++�K��A(! •�y1G Ca r' MERCHANTS BONDING COMPANY (MUTUAL) + �r� •' /%'s MERCHANTS NATIONAL BONDING, INC. oRpQRq �o :�4�JQ '9' dlbla MERCHANTS NATIONAL INDEMNITY COMPANY ram: -0 2003 _ 1933 By '.�� .-•;;�l�+J '.�.��••� •''���� STATE OF IOWA '�T *•' '•. ' President COUNTY OF DALLAS ss. '!"�• ",•+' ~ r r On this 5th day of December 2023 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. Kim Lee CbmmissionNumbeF702137 pi -es Conure^sign Expires �. 4HI'14, 2024 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 j-F day of z © .5 e. =y�•paPOl�q•�0•. 7:°9�r = _ o Z ` : y 1933 = Secretary . sv. 2t)a3 :.�: ac0. +d• ' e :` • RJR;. POA 0018 (10/22) !f!!lf ff! r rr r • MERCHANTS v BONDING COMPANY�a MERCHANTS BONDING COMPANY P.O. BOX 14498 DES MOINES, lA 50306-3498 PHONE: (800) 678-8171 FAX: (515) 243-3854 Have a complaint or need help? If you have a problem with a Claim or your premium, call your insurance company or HMO first. If you can't work out the issue, the Texas Department of Insurance may be able to help. Even if you file a complaint with the Texas Department of Insurance, you should also file a complaint or appeal through your insurance company or HMO. If you don't, you may lose your right to appeal. To get information or file a complaint with your insurance company or HMO: Merchants Bonding Company Call: Compliance Officer at (800) 671-8171 Toll -free: (800) 671-8171 Email: regulatory@merchantsbonding.com Mail: P.O. Box 14498, Des Moines, Iowa 50306-3498 The Texas Department of Insurance To get help with an insurance question or file a complaint with the state: Call with a question: 1-800-252-3439 File a complaint: www.tdi.texas.gov Email. ConsumerProtection@tdi.texas.gov Mail: CnnsumPr Prntartinr� Mr • cn-f P. Texas DTartmant n.f Insurance. • • F. VWof.Y Si tiene un problema con una reclamaci6n o con su prima de seguro, Ilame primero a su compania de seguros o HMO. Si no puede resolver el problema, es posible que el Departamento de Seguros de Texas (Texas Department of Insurance, por su nombre en ingles) pueda ayudar. Aun si usted presenta una queja ante el Departamento de Seguros de Texas, tambien debe presenter una queja a trav6s del proceso de quejas o de apelaciones de su compania de seguros o HMO. Si no to hace, podria perder su derecho para apelar. SUP 0032 TX (7123) Para obtener informaci6n o para presenter una queja ante su compania de seguros o HMO: Merchants Bonding Company Llame a: Compliance Officer a[ (800) 671-8171 Tel6fono gratuito: (800) 678-8171 Correa electr6nico: regulatory@merchantsbonding.com Direcci6n postal: P.O. Box 14498, Des Moines, Iowa, 50306-3498 El Departamento de Seguros de Texas Para obtener ayuda con una pregunta relacionada con los seguros o para presentar una queja ante el estado: Hame con sus preguntas al: 1-800-252-3439 Presente una queja en: www.tdi_texas.gov Correo electronico: ConsumerProtection@tdi.texas.gov Direcci6n postal: Consumer Protection. MC: CO-CP. Texas Deoartment of Insurance, PO Box 12030, Austin, TX 78711-2030 SUP 0032 TX (7123) Affidavit of Compliance with City of Fort Worth Prevailing Wages (Name of person signing affidavit) (Title) do hereby certify that the wages paid to all employees of *4 , 6 °eh 4®r, L/®®t noodi yet.®, (Company Name) for all hours worked on the any �0,.t y� (Project name and location) project, during the period from �' ��� % to 3 ( Project Dates) are in compliance with the requirements of Chapter 2258, Texas Government Code related to paying established City of Fort Worth wage rates per the project bid documents. I further certify that no rebates or deductions have been or will be made, directly or indirectly, from any wages paid in connection with this project, other than those provided by law. Sworn to and subscribed in my presence this Austin K Blair 1 _ * t dwy Pubic State of Texas 3 Comm. Expires 02/0512025 Notary io 1 2929439-7 s �. �.-a,. a Revised 8/08/2024 (Signature of Officer or Agent) day of®tt°1V (Notary Public) ,20 1 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: 2018 Yr 3 Contract 8 PROJECT NUMBER: 101472 DOE NUMBER: WATER PIPE LAID SIZE TYPE OF PIPE LF C900 awwa dr-14 16 PVC 50 C900 awwa dr-14 9 PVC 455 C900 awwa dr-14 8 PVC 6985 C900 awwa dr-14 6 PVC 170 Ductile Iron Pipe 8 IRON 290 FIRE HYDRANTS: 8 VALVES (16" OR LARGER) None PIPE ABANDONED SIZE TYPE OF PIPE LF 0 DENSITIES: Yes NEW SERVICES: 143 SEWER PIPE LAID SIZE TYPE OF PIPE LF SDR-26 6 PVC 30 DIP 8 IRON 1293 SDR-26 8 PVC 2795 SDR-26 10 PVC 1471 DIP 10 IRON 991 SDR-26 12 PVC 0 SDR-26 PIPE ABANDONED SIZE TYPE OF PIPE LF na DENSITIES: yes NEW SERVICES: 145 TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311 (817) 392 - 7941 • Fax: (817) 392 - 7845 FORTWORTH. M" TRANSPORTATION AND PUBLIC WORKS April 25, 2025 McClendon Const Co Inc P.O. Box 999 Burleson, Tx 76097 RE: Acceptance Letter Project Name: 2018 Yr 3 Contract 8 Project Type: CIP City Project No.: 101472 To Whom It May Concern: On September 25, 2023 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 December 9, 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 December 9, 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 817- 392-2333. Sincerely, Greg Robbins, Project Manager Mary Hanna, Program Manager,,,y . . many Hasa,ap s, zozs ie �coT Cc: Aaron Ybarra, Inspector Don Watson, Inspection Supervisor Aaron Ybarra, Senior Inspector Mary Hanna, Program Manager BGE Inc, Consultant McClendon Construction Inc, Contractor City of Fort Worth, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19