Loading...
HomeMy WebLinkAbout059851-FP1 - Construction-Related - Contract - McClendon Construction Company Inc.FORT WORTH, TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJECT COMPLETION -FP1 City Secretary No: 59851 Date Received: 11/26/2025 City Project Ns: 102927 Regarding contract 59851 2022 Bond Year 1 - Contract 2 for as required by the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT as approved by City Council on 7/19/2023 through M&C 23-0589 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 Pa iriciav L. Wa ga c(c F i,i -I ck 1,, ,.Ju _11 L11' Recommended for Acceptance Asst. Director, TPW - Capital Delivery $ 7,674,662.50 Days 400 $ 64,950.00 Ns 4 Days Added by CO 75 $ 7,739,612.50 TotalDays 475 $ 7,071,624.10 Days Charged454 Days @ $ $ 7,071,624.10 $ 6,718,042.88 $ 353,581.22 X. 7. Lauren PI I eu r ,Nov 25, 202510:1053 CST) Accepted Director, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT 11/25/2025 Date 11/25/2025 Date / Day OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City Secretary Contract Number: CS59851 Project: 102927 - 102927- 2022 Bond Yr 1- Contract 2 Contract Name: 2022 Bond Year 1- Contract 2 To: MCCLENDON CONSTRUCTION COMPANY INC P 0 BOX 996 BURLESON,TX 76097-0996 Supplier ID: 0000007403 Contract Summary: Purchase Order: FW020-0000010188 Invoice Number: CS59851-019-FINAL+GS-C-2 Invoicing Period (From —To): 05.01.2025 to 07.16.2025 FORT WORTH. TPW Construction Invoice 1. Original Contract Amount $7,674,662.50 2. Net Change by Change Orders $ 64,950.00 3. Current Contract Amount (Line 1 +/- Line 2) $7,739,612.50 4. Total Completed and Stored to Date $7,071,624.10 (Progress Estimate, Construction Allowance, and Change Orders) 5. Amount Retained (5.00%) $ .00 6. Amount Eligible to Date (Line 4—Line 5) $7,071,624.10 7. Less Previous Payments (Line 6 from prior Invoice) $6,718,042.88 8. Amount Due this Application $ 353,581.22 9. Balance to Finish, Plus Retainage $ 667,988.40 (Line 3 — Line 6) 10. Contract Time a. Days Awarded 400 b. Days Added by Change Order 75 c. Total Contract Days Awarded 475 d. Days Charged this Invoice 0 e. Days Charged from Previous Invoice(s) 454 f. Contract Days Remaining 21 Funding Distribution: Payment Application Date: 09.16.2025 Estimate Number: 18 Project Manager: Robbins, Gregory Payment Approvals Roles Date: Inspector: Sr. Inspector: Project Manager: Contractors Certification: The Contractor certifies with the submittal of this document and associated Payment Request Submittal on the City of Fort Worth eBuilder system that to the best of their knowledge: (1) all previous progress payments received from Owner on account of Work done under the Contract have been applied on account to discharge Contractor's legitimate obligations incurred in connection with Work covered by prior Applications for Payment; (2) title of all Work, materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to Owner at time of payment free and clear of all Liens, security interests and encumbrances (except such as are covered by a Bond acceptable to Owner indemnifying Owner against any such Liens, security interest or encumbrances); and (3) all Work covered by this Application for Payment is in accordance with the Contract Documents and is not defective Liquidated Damages @ $ 650.00 x day laapt 8%a ustin Blair (Nov 18, 202516:38:11 CST) Page 1 of 14 Funding Identification (FIDs) 34027-0200431-5740010--102927-002480-9999-22010199 39001-0200431-5330500-102927-006230 39412-0200431-5330500-102927-006230 52002-0200431-5330500-102927-002830-9999 52002-0200431-5740010--102927-002880-9999 56002-0600430-5330500-102927-001730-9999 56002-0600430-5740030--102927-001780-9999 56002-0700430-5330500-102927-001730-9999 56002-0700430-5740010--102927-001780-9999 Contract Bid Items: FORT WORTH. TPW Construction Invoice Amount Earned Retainage (FIDs) Retainage Amount to Pay $ 0.00 34027-2060000-102927-RETAIN -$ 150,745.44 $ 150,745.44 $ 0.00 $ 0.00 $ 0.00 $ 0.00 52002-2060000-102927-RETAIN -$ 49,280.98 $ 49,280.98 $ 0.00 $ 0.00 56002-2060000-102927-RETAIN -$ 153,554.80 $ 153,554.80 $ 0.00 $ 0.00 A B C D E F G H I J K Bid Item Description Spec. UoM Bid Unit Price Bid Value Estimated Value this Previously Previously Materials Total Completed Retainage % Balance to No. Section Quantity Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish No. Installed this Quantity Value Stored Date (D+F+G) (B-H) LF 1,050 $ 184.00 Period (not in F) $ .00 $ 194,304.00 Unit 3311.0461 12" PVC Water Pipe 331112 $ 193,200.00 0.0000 $ .00 1,056.0000 $ 194,304.00 $ .00 100.57% $- 1,104.00 1.001 LF 30 $ 157.00 $ 4,710.00 0.0000 $ .00 56.0000 $ 8,792.00 $ .00 $ 8,792.00 Unit 3311.0361 10" PVC Water Pipe 33 11 12 $ .00 186.67% $- 4,082.00 1.002 $ 531,720.00 0.0000 $ .00 4,167.0000 $ 525,042.00 $ .00 $ 525,042.00 $ 6,678.00 Unit 3311.0261 8" PVC Water Pipe 33 11 12 LF 4,000 $ 126.00 $ .00 98.74% 1.003 LF 130 $ 108.00 $ 14,040.00 0.0000 $ .00 126.0000 $ 13,608.00 $ .00 $ 13,608.00 Unit 3311.0161 6" PVC Water Pipe 33 11 12 $ .00 96.92% $ 432.00 1.004 LF 40 $ 95.00 $ 3,800.00 0.0000 $ .00 25.0000 $ 2,375.00 $ .00 $ 2,375.00 Unit 3311.00614" PVC Water Pipe 331112 $ .00 62.50% $ 1,425.00 1.005 LF 70 $ 170.00 $ .00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 Unit 3311.045112" DIP Water 331110 $ .00 0.00% $ .00 1.006 $ 71,550.00 0.0000 $ .00 450.0000 $ 60,750.00 $ .00 $ 60,750.00 Unit 3311.02518" DIP Water 331110 LF 530 $ 135.00 $ .00 84.91% $ 10,800.00 1.007 EA 2 $ 5,500.00 $ 11,000.00 0.0000 $ .00 2.0000 $ 11,000.00 $ .00 $ 11,000.00 $ .00 100.00% Unit 3312.3005 12" Gate Valve 33 12 20 $ .00 1.008 EA 27 $ 3,150.00 $ 91,350.00 0.0000 $ .00 31.0000 $ 97,650.00 $ .00 $ 97,650.00 $ .00 106.90% Unit 3312.3003 8" Gate Valve 33 12 20 $- 6,300.00 1.009 EA 10 $ 2,100.00 $ 21,000.00 0.0000 $ .00 10.0000 $ 21,000.00 $ .00 $ 21,000.00 $ .00 100.00% Unit 3312.3002 6" Gate Valve 33 12 20 $ .00 1.010 Page 2 of 14 FORT WORTH. Ir"l TPW Construction Invoice A B C E F G H I 1 K Bid Item Description Spec. UoM Bid Unit Price Bid Value Estimated Value this Previously Previously Materials Total Completed Retainage % Balance to No. Section Quantity Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish No. Installed this Quantity Value Stored Date (D+F+G) (B-H) 33 12 20 EA 1 $ 1,700.00 $ 1,700.00 Period 0.0000 $ .00 1.0000 $ 1,700.00 (not in F) $ .00 $ 1,700.00 $ .00 100.00% $ .00 Unit 3312.3001 4" Gate Valve 1.011 $ 6,975.00 $ 69,750.00 0.0000 $ .Do 10.0000 $ 69,750.00 _ $ .00 $ 69,750.00 $ .00 100.00% $ .00 Unit 3312.0001 Fire Hydrant 33 12 40 EA 10 1.012 $ 730.00 $ 74,460.00 0.0000 $ .00 102.0000 $ 74,460.00 $ .00 $ 74,460.00 $ .00 100.00% $ .00 Unit 3312.2001 1" Water Service, 33 12 10 EA 100 1.013 Meter Reconnection $ 2,600.00 $ 301,600.00 0.0000 $ .00 117.0000 $ 304,200.00 $ .00 $ 304,200.00 $ .00 100.86% $- 2,600.00 Unit 3312.2003 1" Water Service 33 12 10 EA 114 1.014 33 12 10 LF 320 $ 51.00 $ 16,320.00 0.0000 $ .00 224.0000 $ 11,424.00 $ .00 $ 11,424.00 $ .00 70.00% $ 4,896.00 Unit 3312.2004 1" Private Water 1.015 Service I $ 250.00 $ 27,500.00 0.0000 $ .00 130.0000 $ 32,500.00 $ .00 $ 32,500.00 $ .00 118.18% $- 5,000.00 Unit 3305.1002 16" Casing By Open 33 05 22 LF 110 1.016 Cut $ 325.00 $ 8,450.00 0.0000 $ .00 26.0000 $ 8,450.00 $ .00 $ 8,450.00 $ .00 100.00% $ .00 Unit 3305.1003 20" Casing By Open 33 05 22 LF 26 1.017 Cut $ 13,500.00 $ 70,200.00 0.0000 $ .00 5.1600 $ 69,660.00 $ .00 $ 69,660.00 $ .00 99.23% $ 540.00 Unit 3311.0001 Ductile Iron Water 331111 TON 5 1.018 Fittings w/ Restraint $ 100.00 $ 12,000.00 0.0000 $ .00 65.0000 $ 6,500.00 $ .00 $ 6,500.00 $ .00 54.17% Unit 3201.0111 4' Wide Asphalt 320117 LFS 120 $ 5,500.00 1.019 Pvmt Repair, Residential 40 $ 160.00 $ 54,400.00 0.0000 $ .00 285.0000 _ $ 45,600.00 $ .00 $ 45,600.00 $ .00 83.82% Unit 3201.0121 4' Wide Asphalt 32 01 17 LF $ 8,800.00 1.020 Pvmt Repair, Arterial 100 $ 105.00 $ 10,500.00 0.0000 $ .00 24.0000 $ 2,520.00 $ .00 $ 2,520.00 $ .00 24.00% Unit 3201.0201 Asphalt Pvmt 320117 SY $ 7,980.00 1.021 Repair Beyond Defined Width, Residential 50 $ 136.00 $ 12,920.00 0.0000 $ .00 15.4000 $ 2,094.40 $ .00 $ 2,094,40 $ .00 16.21% Unit 3201.0202 Asphalt Pvmt 330117 SY $ 10,825,60 1.022 Repair Beyond Defined Width, Arterial $ 31.00 $ 226,300.00 0.0000 $ .00 7,017.0000 $ 217,527.00 $ .00 1 217,527.00 $ .00 96.12% $ 8,773.00 Unit 3201.0400 Temporary Asphalt 32 01 18 LF 7,300 1.023 Paving Repair (2" HMAC on 6" Flexible Base Course) $ 200.00 $ 100,000.00 0.0000 $ .00 941.3000 $ 188,260.00 $ .00 $ 188,260.00 $ .00 188.26% Unit 3201.0614 Conc Pvmt Repair, 32 01 29 SY 500 $- 88,260.00 1.024 Residential 024113 SF 100 $ 6.50 $ 650.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% Unit 0241.0100 Remove Sidewalk $ 650.00 1.025 02 41 13 SF 600 $ 5.00 $ 3,000.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% Unit 0241.0401 Remove Concrete $ 3,000.00 1.026 Drive Page 3 of 14 FORT WORTH. TPW Construction Invoice A f3 C E F G H I 1 K Bid Item Description Spec. UoM Bid Unit Price Bid Value Estimated Value this Previously Previously Materials Total Completed Retainage % Balance to No. Section quantity Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish No. Installed this Quantity Value Stored Date (D+F+G) (B-H) LF 500 $ 8.50 $ 4,250.00 Period 0.0000 $ .00 0.0000 $ .00 (not in F) $ .00 $ .00 $ .00 0.00% $ 4,250.00 Unit 0241.1300 Remove Conc 02 41 15 1.027 Curb&Gutter $ 3,162.50 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% Unit 0241.1506 2" Surface Milling 024115 SY 230 $ 13.75 $ 3,162.50 1.028 $ 2,400.00 0.0000 $ .00 8.0000 $ 2,400.00 $ .00 $ 2,400.00 $ .00 100.00% Unit 0241.1510 Salvage Fire 02 41 14 EA 8 $ 300.00 $ .00 1.029 Hydrant _ 0241.1301 Remove and $ 180.00 0.0000 $ .00 1.0000 $ 180.00 $ .00 $ 180.00 $ .00 100.00% Unit 02 41 14 EA 1 $ 180.00 $ .00 1.030 Salvage 4" Water Valve 0241.1302 Remove and $ 1,620.00 0.0000 $ .00 9.0000 $ 1,620.00 $ .00 $ 1,620.00 $ .00 100.00% Unit 02 41 14 EA 9 $ 180.00 $ .00 1.031 Salvage 6" Water Valve 02 41 14 EA 3 $ 180.00 $ 540.00 0.0000 $ .00 3.0000 $ 540.00 $ .00 $ 540.00 $ .00 _ 100.00% Unit 0241.1303 Remove and $ .00 1.032 Salvage 8" Water Valve 0241.1351 Salvage 12" Water $ 360.00 0.0000 $ .00 2.0000 $ 360.00 $ .00 $ 360.00 $ .00 100.00% Unit 02 41 14 EA 2 $ 180.00 $ .00 1.033 Valve 02 41 14 $ 720.00 0.0000 $ .00 4.0000 $ 720.00 $ .00 $ 720.00 $ .00 100.00% Unit _ 0241.1402 Abandon 6" Water EA 4 $ 180.00 $ .00 1.034 Valve 02 41 14 $ 2,500.00 0.0000 $ .00 8.0000 $ 2,000.00 $ .00 $ 2,000.00 $ .00 80.00% Unit 0241.1001 Water Line CY 10 $ 250.00 $ 500.00 1.035 Grouting 0241.1218 4"-12" Water $ 2,500.00 0.0000 $ .00 10.0000 $ 2,500.00 $ .00 $ 2,500.00 $ .00 100.00% Unit 02 41 14 EA 10 $ 250.00 $ .00 1.036 Abandonment Plug_ 0241.1700 Pavement $ 46,400.00 0.0000 $ .00 2,806.3000 $ 44,900.80 $ .00 $ 44,900.80 $ .00 96.77% Unit 02 41 15 SY 2,900 $ 16.00 $ 1,499.20 1.037 Pulverization (11") $ 8,950.00 0.0000 $ .00 1.0000 $ 8,950.00 $ .00 $ 8,950.00 $ .00 100.00% Unit 3125.0101 SWPPP =1acre 312500 LS 1 $ 8,950.00 $ .00 1.038 $ 910.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% Unit 3213.0301 4" Conc Sidewalk 32 13 20 SF 70 $ 13.00 $ 910.00 1.039 3211.0600 Cement @32lb/SY $ 20,000.00 0.0000 $ .00 38.0000 $ 15,200.00 $ .00 $ 15,200.00 $ .00 76.00% Unit 32 1133 TN 50 $ 400.00 $ 4,800.00 1.040 $ 7,800.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% Unit 3212.0302 2" Asphalt Pvmt 32 12 16 SY 300 $ 26.00 $ 7,800.00 1.041 Type D 32 12 16 SY 2,900 $ 84,100.00 0.0000 $ .00 2,806.3000 $ 81,382.70 $ .00 $ 81,382.70 $ .00 96.77% Unit 3212.0303 3" Asphalt Pvmt $ 29.00 $ 2,717.30 1.042 Type D 600 $ 8,400.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% Unit 3213.0401 6" Concrete 32 13 20 SF $ 14.00 $ 8,400.00 1.043 Driveway $ 26,000.00 0.0000 $ .0o 0.0000 $ .0o $ .00 $ .00 $ .00 0.00% Unit 3216.0101 6" Conc Curb and 32 16 13 LF 500 $ 52.00 $ 26,000.00 Page 4 of 14 FORT WORTH. TPW Construction Invoice A B C E F G H I 1 K Bid Item Description Spec. UoM Bid Unit Price Bid Value Estimated Value this Previously Previously Materials Total Completed Retainage % Balance to No. Section quantity Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish No. Installed this Quantity Value Stored Date (D+F+G) (B-H) 100 $ 156.00 $ 15,600.00 Period 0.0000 $ .00 0.0000 $ .00 (not in F) $ .00 $ .00 $ .00 0.00% 1.044 Gutter CY Unit 3305.0202 Imported 33 05 10 $ 15,600.00 1.045 Embed ment/Backfill, CSS $ 19,100.00 0.0000 $ .00 4.0000 $ 764.00 $ .00 $ 764.00 $ .00 4.00% Unit 3305.0203 Imported 33 05 10 CY 100 $ 191.00 $ 18,336.00 1.046 Embed ment/Backfill, CLSM $ 3,500.00 0.0000 $ .00 710.0000 $ 24,850.00 $ .00 $ 24,850.00 $ .00 710.00% Unit 3305.0207 Imported 33 05 10 CY 100 $ 35.00 $- 21,350.00 1.047 Embed ment/Backfill, Select Fill $ 132,000.00 0.0000 $ .00 24.0000 $ 132,000.00 $ .00 $ 132,000.00 $ .00 100.00% Unit 3312.0117 Connection to 33 1225 EA 22 $ 5,500.00 $ .00 1.048 Existing 4"-12" Water Main $ 13,000.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.W% Unit 3312.4002 6"x 6" Tapping 33 1225 EA 3 $ 6,500.00 $ 13,000.00 1.049 Sleeve & Valve $ 17,000.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% Unit 3305.0005 12" Waterline 33 05 12 EA 1 $ 17,000.00 $ 17,000.00 1.050 Lowering $ 30,000.00 0.0000 $ .00 7.0000 $ 105,000.00 $ .00 $ 105,000.00 $ .00 350.0094 $- 75,000.00 Unit 3305.0003 8" Waterline 33 05 12 EA 2 $ 15,000.00 1.051 Lowering $ 7,700.00 0.0000 $ .00 7.0000 _ $ 7,700.00 $ .00 $ 7,700.00 $ .00 100.00% Unit 3305.0103 Exploratory 33 05 30 EA 7 $ 1,100.00 $ .00 1.052 Excavation of Existing Utilities 1 $ 303,850.00 0.0000 $ .00 1.0300 $ 303,850.00 $ .00 $ 303,850.00 $ .00 100.00% Unit 3304.0101 Temporary Water 33 04 30 LS $ 295,000.00 $ .00 1.053 Services (2") $ 200.00 0.0000 $ .00 4,000.0000 $ 200.00 $ .00 $ 200.00 $ .00 100.00% Unit 3305.0109 Trench Safety 33 05 10 LF 4,000 $ .05 $ .00 1.054 $ 900.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% Unit 3217.0504 Preformed 32 1723 LF 15 $ 60.00 $ 900.00 1.055 Thermoplastic Contrast Markings - 24" Stop Bars 1.0000 $ 6,500.00 $ .00 $ 6,500.00 $ .00 100.00% Unit 0171.0102 As -Built Survey 01 71 23 LS 1 $ 6,500.00 $ 6,500.00 0.0000 $ .00 $ .00 1.056 (Redline Survey) 1.0000 $ 36,100.00 $ .00 $ 36,100.00 $ .00 100.00% Unit 0171.0101 Construction 01 71 23 LS 1 $ 36,100.00 $ 36,100.00 0.0000 $ .00 $ .00 1.057 Staking (Water) 5.0000 $ 75,750.00 $ .00 $ 75,750.00 $ .00 100.00% Unit 3471.0001 Traffic Control 34 71 13 MO 5 $ 15,150.00 $ 75,750.00 0.0000 $ .00 $ .00 1.058 100.0000 $ 3,000.00 $ .00 $ 3,000.00 $ .00 100.00% Unit 3291.0100 Topsoil 32 91 19 CY 100 $ 30.00 $ 3,000.00 0.0000 $ .00 $ .00 1.059 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% Unit 3292.0100 Block Sod 32 92 13 SY 500 $ 6.50 $ 3,250.00 0.0000 $ .00 $ 3,250.00 1.060 Placement Page 5 of 14 FORT WORTH. TPW Construction Invoice A B C E F G H I 1 K Bid Item Description Spec. UoM Bid Unit Price Bid Value Estimated Value this Previously Previously Materials Total Completed Retainage % Balance to No. Section quantity Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish No. Installed this Quantity Value Stored Date (D+F+G) (B-H) 0 $ 4,400.00 Period 0.0000 $ .00 0.0000 $ .00 (not in F) $ .00 $ .00 $ .00 0.00% $ 4,400.00 Unit 9999.0000 Construction 99 99 99 1.061 Allowance (Water) 0 $ 3,200.00 0.0000 $ .00 2.0000 $ 3,200.00 $ .00 $ 3,200.00 $ .00 100.00% $ .00 Unit 3312.22012" Water Service, 331222 EA $ 1,600.00 1.064 Meter Reconnection 0 $ 10,900.00 0.0000 $ .00 2.0000 $ 10,900.00 $ .00 $ 10,900.00 $ .00 100.00% $ .00 Unit 3312.2203 2" Water Service 331222 EA $ 5,450.00 1.065 0 $ 900.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 900.00 Unit 3312.2204 2" Private Water 33 1222 LF $ 90.00 1.066 Service 0 $ 5,900.00 0.0000 $ .00 1.0000 $ 5,900.00 $ .00 _ $ 5,900.00 $ .00 100.00% $ .00 Unit 9999.0001 6"x6" Cut -in Tree EA $ 5,900.00 1.068 w/6" Valve 0 $ 6,000.00 0.0000 $ .00 2.0000 $ 6,000.00 $ .00 $ 6,000.00 $ .00 _ 100.00% $ .00 Unit Construction EA $ 3,000.00 1.069 0 $ 2,200.00 0.0000 $ .00 2.0000 $ 2,200.00 $ .00 $ 2,200.00 $ .00 100.0o% $ .00 Unit Construction EA $ 1,100.00 1.070 $ 9,750.00 0.0000 $ .00 150.0000 $ 9,750.00 $ .00 $ 9,750.00 $ .00 100.00% $ .00 Unit Construction LF 0 $ 65.00 1.071 $ 4,000.00 0.0000 $ .00 1.0000 $ 4,000.00 $ .00 $ 4,000.00 $ .00 100.00% $ .00 Unit Construction LS 0 $ 4,000.00 1.072 $ 81000.00 0.0000 $ .00 1.0000 $ 8,000.00 $ .00 $ 8,000.00 $ .00 100.00% $ .00 Unit Specified Remobilization 9999.0001 LS 0 $ 8,000.00 1.073 $ 4,500.00 0.0000 $ .00 1.0000 $ 4,500.00 $ .00 $ 4,500.00 $ .00 100.00% $ .00 Unit 10" Gate Valve 3312.3004 EA 0 $ 4,500.00 1.074 $ 44,000.00 0.0000 $ .00 236.0000 $ 41,536.00 $ .00 $ 41,536.00 $ .00 94.40% $ 2,464.00 Unit 3331.4115 8" Sewer Pipe 33 31 20 LF 250 $ 176.00 2.001 $ 20,100.00 0.0000 $ .00 3.0000 $ 20,100.00 $ .00 $ 20,100.00 $ .00 100.00% Unit 3339.1001 4' Manhole 33 39 10 33 EA 3 $ 6,700.00 $ .00 2.002 3920 $ 13,500.00 0.0000 $ .00 4.0000 $ 9,000.00 $ .00 $ 9,000.00 $ .00 66.67% Unit 3331.3101 4" Sewer Service 333150 EA 6 $ 2,250.00 $ 4,500.00 2.003 3 $ 495.00 0.0000 $ .00 3.0000 $ 495.00 $ .00 $ 495.00 $ .00 100.00% Unit 3301.0101 Manhole Vacuum 33 01 30 EA $ 165.00 $ .00 2.004 Testing 3201.0112 5' Wide Asphalt 40 $ 4,360.00 0.0000 $ .00 30.0000 $ 3,270.00 $ .00 $ 3,270.00 $ .00 75.00% Unit 320117 LF $ 109.00 $ 1,090.00 2.005 Pvmt Repair, Residential 50 $ 5,350.00 0.0000 $ .00 75.0000 $ 8,025.00 $ .00 $ 8,025.00 $ .00 150.00% Unit 3201.0201 Asphalt Pvmt 320117 SY $ 107.00 $- 2,675.00 2.006 Repair Beyond Defined Width, Residential Page 6 of 14 FORT WORTH. TPW Construction Invoice A B C E F G H I 1 K Bid Item Description Spec. UoM Bid Unit Price Bid Value Estimated Value this Previously Previously Materials Total Completed Retainage % Balance to No. Section Quantity Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish No. Installed this Quantity Value Stored Date (D+F+G) (B-H) 320118 LF 500 Period (not in F) $ .00 $ 11,914.00 $ .00 64.40% $ 6,586.00 Unit 3201.0400 Temporary Asphalt $ 37.00 $ 18,500.00 0.0000 $ .00 322.0000 $ 11,914.00 2.007 Paving Repair (2" HMAC on 6" Flexible Base Course) 32 01 29 SY 50 $ 200.00 $ 10,000.00 0.0000 $ .00 $ 3,000.00 $ .00 $ 3,000.00 $ .00 30.00% $ 7,000.00 Unit 3201.0614 Conc Pvmt Repair, 15.0000 2.008 Residential 02 41 14 EA 2 $ 350.00 $ 700.00 0.0000 $ .00 $ 700.00 $ .00 $ 700.00 $ .00 100.00% $ .00 Unit 0241.1218 4%12" Water 2.0000 2.009 Abandonment Plug 2 $ 1,300.00 0.0000 $ .00 $ .00 $ 1,300.00 $ .00 100.00% $ .00 Unit 0241.2201 Remove 4'Sewer 02 41 14 EA $ 650.00 2.0000 $ 1,300.00 2.010 Manhole 33 05 14 EA 12 $ 72,600.00 0.0000 $ .00 $ 66,550.00 $ .00 $ 66,550.00 $ .00 91.67% $ 6,050.00 Unit 3305.0106 Manhole $ 6,050.00 11.0000 2.011 Adjustment, Major w/Cover 50 $ 7,800.00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 7,800.00 Unit 3305.0202 Imported 33 05 10 CY $ 156.00 0.0000 $ .00 2.012 Embed ment/Backfill, CSS $ 9,550.00 0.0000 $ .00 $ .00 $ .Oo $ .00 $ .00 0.00% $ 9,550.00 Unit 3305.0203 Imported 33 05 10 CY 50 $ 191.00 0.0000 2.013 Embed ment/Backfill, CLSM $ 1,750.00 0.0000 $ .00 $ .Oo $ 700.00 $ .00 40.00% $ 1,050.00 Unit 3305.0207 Imported 33 05 10 CY 50 $ 35.00 20.0000 $ 700.00 2.014 Embed ment/Backfill, Select Fill $ 2,500.00 0.0000 $ .00 $ .00 $ 2,350.00 $ .00 94.00% $ 150.00 Unit 3301.0001 Pre -CCTV 33 01 31 LF 250 $ 10.00 235.0000 $ 2,350.00 2.015 Inspection $ 1,500.00 0.0000 $ .00 $ .00 $ 1,416.00 $ .00 94.40% $ 84.00 Unit 3301.0002 Post -CCTV 33 01 31 LF 250 $ 6.00 236.0000 $ 1,416.00 2.016 Inspection $ 5,000.00 0.0000 $ .00 20.0000 $ .00 $ 5,000.00 $ .00 100.00% $ .00 Unit 3305.1002 16" Casing By Open 33 05 22 LF 20 $ 250.00 $ 5,000.00 2.017 Cut $ 250.00 0.0000 $ .00 $ 236.00 $ .00 $ 236.00 $ .00 94.40% $ 14.00 Unit 3305.0109 Trench Safety 33 05 10 LF 250 $ 1.00 236.0000 2.018 $ 2,200.00 0.0000 $ .00 $ .00 $ 2,200.00 $ .00 100.00% $ .00 Unit 3305.0103 Exploratory 33 05 30 EA 2 $ 1,100.00 2.0000 $ 2,200.00 2.019 Excavation of Existing Utilities $ 3,000.00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 3,000.00 Unit 3305.0112 Concrete Collar for 33 05 17 EA 5 $ 600.00 0.0000 $ .00 2.020 Manhole $ 300.00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 300.00 Unit 3291.0100 Topsoil 32 91 19 CY 10 $ 30.00 0.0000 $ .00 2.021 $ 130.00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 130.00 Unit 3292.0100 Block Sod 32 92 13 SY 20 $ 6.50 0.0000 $ .00 2.022 Placement $ 15,470.00 0.0000 $ .00 $ .00 $ 15,470.00 $ .00 100.00% $ .00 Unit 3471.0001 Traffic Control 34 71 13 MO 1 $ 15,470.00 1.0000 $ 15,470.00 2.023 (Sewer) Page 7 of 14 FORT WORTH. TPW Construction Invoice A B C E F G H I 1 K Bid Item Description Spec. UoM Bid Unit Price Bid Value Estimated Value this Previously Previously Materials Total Completed Retainage % Balance to No. Section Quantity Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish No. Installed this Quantity Value Stored Date (D+F+G) (B-H) LS 1 $ 8,100.00 Period 0.0000 $ .00 1.0000 $ 8,100.00 (not in F) $ .00 $ 8,100.00 $ .00 100.00% $ .00 Unit 3125.0101 SWPPP =1acre 312500 $ 8,100.00 2.024 1 $ 300.00 0.0000 $ .00 1.0000 $ 300.00 $ .00 $ 300.00 $ .00 Unit 0171.0102 As -Built Survey 017123 LS $ 300.00 $ .00 100.00% 2.025 (Redline Survey) $ 2,500.00 0.0000 $ .00 1.0000 $ 2,500.00 $ .00 $ 2,500.00 $ .00 100.00% $ .00 Unit 0171.0101 Construction 017123 LS 1 $ 2,500.00 2.026 Staking (Sewer) $ 1,500.00 0.0000 $ .00 2.0000 $ 600.00 $ .00 $ 600.00 $ 900.00 Unit 0241.2001 Sanitary Line 024114 CY 5 $ 300.00 $ .00 40.00% 2.027 Grouting $ 4,000.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 4,000.00 Unit 0330.0001 Concrete Encase 03 30 00 CY 10 $ 400.00 2.028 Sewer Pipe $ 25,000.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 25,000.00 Unit 9999.0000 Construction 99 99 99 0 2.029 Allowance (Sewer) $ 11,800.00 0.0000 $ .00 1.0000 $ 11,800.00 $ .00 $ 11,800.00 $ .00 100.00% Unit 0171.0101 Construction 01 71 23 LS 1 $ 11,800.00 $ .00 3.001 Staking (Storm) $ 2,000.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 Unit 0241.1400 Remove Conc 024115 SY 50 $ 40.00 $ .00 0.00% $ 2,000.00 3.002 Valley Gutter $ 13,720.00 0.0000 $ .00 879.7800 $ 12,316.92 $ .00 $ 12,316.92 Unit 0241.1506 2"Surface Milling 02 41 15 SY 980 $ 14.00 $ .00 89.77% $ 1,403.08 3.003 $ 28,000.00 0.0000 $ .00 36.0000 $ 14,400.00 $ .00 $ 14,400.00 $ 13,600.00 Unit 0241.3001 Storm Line 024114 CY 70 $ 400.00 $ .00 51.43% 3.004 Grouting $ 750.00 0.0000 $ .00 _ 143.0000 $ 2,145.00 $ .00 $ 2,145.00 $ .00 286.00% Unit 0241.3011 Remove 15"Storm 02 41 14 LF 50 $ 15.00 $- 1,395.00 3.005 Line $ 3,000.00 0.0000 $ .00 235.0000 $ 3,525.00 $ .00 $ 3,525.00 $ .00 Unit 0241.3013 Remove 18"Storm 02 41 14 LF 200 $ 15.00 117.50% $- 525.00 3.006 Line $ 4,800.00 0.0000 $ .00 354.0000 $ 5,310.00 $ .00 $ 5,310.00 Unit 0241.3015 Remove 24"Storm 02 41 14 LF 320 $ 15.00 $ .00 110.63% $- 510.00 3.007 Line $ 600.00 0.0000 $ .00 40.0000 $ 600.00 $ .00 $ 600.00 Unit 0241.3017 Remove 30"Storm 02 41 14 LF 40 $ 15.00 $ .00 100.00% $ .00 3.008 Line $ 300.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 Unit 0241.3104 24"Storm 024114 EA 1 $ 300.00 $ .00 0.00% $ 300.00 3.009 Abandonment Plug $ 1,200.00 0.0000 $ .00 1.0000 $ 300.00 $ .00 $ 300.00 Unit 0241.3106 30"Storm 024114 EA 4 $ 300.00 $ .00 25.00% $ 900.00 3.010 Abandonment Plug $ 5,850.00 0.0000 $ .00 3.0000 $ 5,850.00 $ .00 $ 5,850.00 Unit 0241.3401 Remove 4'Storm 02 41 14 EA 3 $ 1,950.00 $ .00 100.00% $ .00 3.011 Junction Box $ 9,750.00 0.0000 $ .00 4.0000 $ 7,800.00 $ .00 $ 7,800.00 Unit 0241.4005 Remove 5' or Less 024114 EA 5 $ 1,950.00 $ .00 80.00% $ 1,950.00 Page 8 of 14 FORT WORTH. TPW Construction Invoice A B C E F G H I 1 K Bid Item Description Spec. UoM Bid Unit Price Bid Value Estimated Value this Previously Previously Materials Total Completed Retainage % Balance to No. Section quantity Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish No. Installed this Quantity Value Stored Date (D+F+G) (B-H) 1 $ 1,950.00 Period 0.0000 $ .00 1.0000 $ 1,950.00 (not in F) $ .00 $ 1,950.00 $ .00 100.00% 3.012 Curb Inlet EA Unit 0241.4001 Remove 10' Curb 02 41 14 $ 1,950.00 $ .00 3.013 Inlet $ 8,100.00 0.0000 $ .00 1.0000 $ 8,100.00 $ .00 $ 8,100.00 $ .00 100.00% Unit 3125.0101 SWPPP =1acre 312500 LS 1 $ 8,100.00 $ .00 3.014 $ 74,120.00 0.0000 $ .00 874.0000 $ 59,432.00 $ .00 $ 59,432.00 $ .00 80.18% Unit 3201.0400 Temporary Asphalt 32 01 18 LF 1,090 $ 68.00 $ 14,688.00 3.015 Paving Repair (2" HMAC on 6" Flexible Base Course) $ 48,000.00 0.0000 $ .00 241.0000 $ 48,200.00 $ .00 $ 48,200.00 $ .00 100.42% Unit 3201.0126 9' Wide Asphalt 320117 LF 240 $ 200.00 $- 200.00 3.016 Pvmt Repair, Arterial $ 6,850.00 0.0000 $ .00 20.5000 $ 2,808.50 $ .00 $ 2,808.50 $ .00 41.00% $ 4,041.50 Unit 3201.0202 Asphalt Pvmt 320117 SY 50 $ 137.00 3.017 Repair Beyond Defined Width, Arterial 3201.0614 Conc Pvmt Repair, $ 48,400.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 48,400.00 Unit 32 01 29 SY 220 $ 220.00 3.018 Residential $ 23,520.00 0.0000 $ .00 871.5000 $ 20,916.00 $ .00 $ 20,916.00 $ .00 88.93% $ 2,604.00 Unit 3212.0302 2" Asphalt Pvmt 32 12 16 SY 980 $ 24.00 3.019 Type D $ 1,250.00 0.0000 $ .00 1,291.0000 $ 1,291.00 $ .00 $ 1,291.00 $ .00 103.28% $- 41.00 Unit 3305.0109 Trench Safety 33 05 10 LF 1,250 $ 1.00 3.020 $ 5,500.00 0.0000 $ .00 7.0000 $ 7,700.00 $ .00 $ 7,700.00 $ .00 140.00% Unit 3305.0103 Exploratory 33 05 30 EA 5 $ 1,100.00 $- 2,200.00 3.021 Excavation of Existing Utilities $ 65,520.00 0.0000 $ .00 291.0000 $ 90,792.00 $ .00 $ 90,792.00 $ .00 138.57% Unit 3341.0201 21" RCP, Class III 334110 LF 210 $ 312.00 $- 25,272.00 3.022 $ 51,840.00 0.0000 $ .00 173.0000 $ 56,052.00 $ .00 $ 56,052.00 $ .00 108.13% Unit 3341.0205 24" RCP, Class 111 33 41 10 LF 160 $ 324.00 $- 4,212.00 3.023 $ 133,000.00 0.0000 $ .00 364.0000 $ 127,400.00 $ .00 $ 127,400.00 $ .00 95.79% Unit 3341.0302 30" RCP, Class III 33 41 10 LF 380 $ 350.00 $ 5,600.00 3.024 $ 228,960.00 0.0000 $ .00 463.0000 $ 220,851.00 $ .00 $ 220,851.00 $ .00 96.46% Unit 3341.0402 42" RCP, Class III 33 41 10 LF 480 $ 477.00 $ 8,109.00 3.025 $ 4,500.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% Unit 3301.0011 Pre -CCTV 330131 LF 450 $ 10.00 $ 4,500.00 3.026 Inspection of Storm Drain $ 7,500.00 0.0000 $ .00 760.0000 $ 4,560.00 $ .00 $ 4,560.00 $ .00 60.80% Unit 3301.0012 Post -CCTV 33 01 31 LF 1,250 $ 6.00 $ 2,940.00 3.027 Inspection of Storm Drain $ 35,700.00 0.0000 $ .00 4.0000 $ 71,400.00 $ .00 $ 71,400.00 $ .00 200.00% Unit 3349.0001 4'Storm Junction 334910 EA 2 $ 17,850.00 $- 35,700.00 3.028 Box Page 9 of 14 FORT WORTH. TPW Construction Invoice A B C E F G H I 1 K Bid Item Description Spec. UoM Bid Unit Price Bid Value Estimated Value this Previously Previously Materials Total Completed Retainage % Balance to No. Section quantity Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish No. Installed this Quantity Value Stored Date (D+F+G) (B-H) 3 $ 28,250.00 $ 84,750.00 Period 0.0000 $ .00 3.0000 $ 84,750.00 (not in F) $ .00 $ 84,750.00 $ .00 100.00% $ .00 Unit 3349.0002 5'Storm Junction 33 49 10 EA 3.029 Box 3471.0001 Traffic Control $ 15,070.00 $ 30,140.00 0.0000 _ $ .00 2.0000 $ 30,140.00 $ .00 $ 30,140.00 $ .00 100.00% Unit 34 71 13 MO 2 $ .00 3.030 (Storm) 5 $ 38,750.00 0.0000 $ .00 6.0000 $ 46,500.00 $ .00 $ 46,500.00 $ .00 120.00% Unit 3349.5001 10'Curb Inlet 33 49 20 EA $ 7,750.00 $- 7,750.00 3.031 1 $ 15,500.00 0.0000 $ .00 1.0000 $ 15,500.00 $ .00 $ 15,500.00 $ .00 100.00% Unit 3305.0003 8" Waterline 33 05 12 EA $ 15,500.00 $ .00 3.032 Lowering $ 2,100.00 0.0000 _ $ .00 600.0000 $ 2,100.00 $ .00 $ 2,100.00 $ .00 100.00% Unit 3217.0102 6"SLD Pvmt 32 1723 LF 600 $ 3.50 $ .00 3.033 Marking HAS (Y) $ 180.00 0.0000 $ .00 6.0000 $ 180.00 $ .00 $ 180.00 $ .00 100.00% Unit 3217.2103 REFL Raised Marker 32 1723 EA 6 $ 30.00 $ .00 3.034 TY I -A -A $ 1,000.00 0.0000 $ .00 1.0000 $ 1,000.00 $ .00 _ $ 1,000.00 $ .00 100.00% Unit 0171.0102 As -Built Survey 01 71 23 LS 1 $ 1,000.00 $ .00 3.035 (Redline Survey) $ 12,400.00 0.0000 $ .00 2.0000 $ 6,200.00 $ .00 $ 6,200.00 $ .00 50.00% Unit 9999.0001 Inlet Repair 99 99 99 EA 4 $ 3,100.00 $ 6,200.00 3.036 $ 56,250.00 0.0000 $ .00 0.0000 $ .Do $ .00 $ .00 $ .00 0.00% Unit 9999.0002 Construction 99 99 99 0 $ 56,250.00 3.037 Allowance (Storm) $ 45,600.00 0.0000 $ .00 1.0000 $ 45,600.00 $ .00 $ 45,600.00 $ .00 100.00% Unit 0171.0101 Construction 01 71 23 LS 1 $ 45,600.00 $ .00 4.001 Staking (Paving) 0241.0100 Remove Sidewalk $ 33,825.00 0.0000 $ .00 14,917.100 $ 37,292.75 $ .00 $ 37,292.75 $ .00 110.25% Unit 02 41 13 SF 13,530 $ 2.50 $- 3,467.75 4.002 $ 255.00 0.0000 $ .00 0 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% Unit 0241.0200 Remove Step 024113 SF 10 $ 25.50 $ 255.00 4.003 0241.0300 Remove ADA Ramp $ 6,250.00 0.0000 _ $ .00 7.0000 $ 1,750.00 $ .00 $ 1,750.00 $ .00 28.00% Unit 024113 EA 25 $ 250.00 $ 4,500.00 4.004 0241.0401 Remove Concrete $ 75,845.00 0.0000 $ .00 12,805.640 $ 44,819.74 $ .00 $ 44,819.74 $ .00 59.09% Unit 02 41 13 SF 21,670 $ 3.50 $ 31,025.26 4.005 Drive 0241.0402 Remove Asphalt $ 350.00 0.0000 $ .00 0 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% Unit 024113 SF 100 $ 3.50 $ 350.00 4.006 Drive 0241.0500 Remove Fence $ 2,145.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% Unit 02 41 13 LF 130 $ 16.50 $ 2,145.00 4.007 0241.0600 Remove Wall <4' $ 400.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% Unit 02 41 13 LF 20 $ 20.00 $ 400.00 4.008 $ 140,840.00 0.0000 $ .00 3,777.0000 $ 52,878.00 $ .00 $ 52,878.00 $ .00 37.54% Unit 0241.1000 Remove Conic Pvmt 02 41 15 SY 10,060 $ 14.00 $ 87,962.00 Page 10 of 14 FORT WORTH. TPW Construction Invoice A B C E F G H I 1 K Bid Item Description Spec. UoM Bid Unit Price Bid Value Estimated Value this Previously Previously Materials Total Completed Retainage % Balance to No. Section quantity Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish No. Installed this Quantity Value Stored Date (D+F+G) (B-H) Period (not in F) 4.009 Unit 0241.1100 Remove Asphalt $ 10.00 14,535.940 $ 145,359.40 $ .00 $ 145,359.40 $ .00 95.57% $ 6,740.60 02 41 15 SY 15,210 $ 152,100.00 0.0000 $ .00 4.010 Pvmt 0241.1300 Remove Conc $ 9,730.00 0.0000 $ .00 0 7,138.8000 $ 49,971.60 $ .00 $ 49,971.60 $ .00 513.58% $- 40,241.60 Unit 02 41 15 LF 1,390 $ 7.00 4.011 Curb&Gutter 024115 SY 240 $ 2,400.00 0.0000 $ .00 $ 818.50 $ .00 $ 818.50 $ .00 34.10% Unit 0241.1400 Remove Conc $ 10.00 81.8500 $ 1,581.50 4.012 Valley Gutter 500 $ 7,500.00 0.0000 $ .00 $ 7,500.00 $ .00 _ $ 7,500.00 $ .00 100.00% Unit 3110.0101 Site Clearing 31 10 00 SY $ 15.00 500.0000 $ .00 4.013 $ 750.00 0.0000 $ .00 $ 750.00 $ .00 $ 750.00 $ .00 100.00% Unit 3110.0102 6"-12" Tree 31 10 00 EA 1 $ 750.00 1.0000 $ .00 4.014 Removal $ 3,700.00 0.0000 $ .00 $ 3,700.00 $ .00 $ 3,700.00 $ .00 100.00% Unit 3110.0103 12"-18"Tree 31 10 00 EA 4 $ 925.00 4.0000 $ .00 4.015 Removal $ 1,095.00 0.0000 $ .00 $ 1,095.00 $ .00 _ $ 1,095.00 $ .00 100.00% Unit 3110.0104 18"-24" Tree 31 10 00 EA 1 $ 1,095.00 1.0000 $ .00 4.016 Removal EA 3 $ 2,100.00 $ 6,300.00 0.0000 $ .00 $ 6,300.00 $ .00 _ $ 6,300.00 $ .00 100.00% Unit 3110.0105 24"and Larger Tree 31 10 00 3.0000 $ .00 4.017 Removal $ 187,500.00 0.0000 $ .00 $ 187,500.00 $ .00 $ 187,500.00 $ .00 100.00% Unit 3123.0101 Unclassified 312316 CY 1,500 $ 125.00 1,500.0000 $ .00 4.018 Excavation by Plan $ 6,000.00 0.0000 $ .00 $ 5,520.00 $ .00 $ 5,520.00 $ .00 92.00% Unit 3123.0105 Borrow by Delivery 31 23 23 CY 500 $ 12.00 460.0000 $ 480.00 4.019 $ 8,100.00 0.0000 $ .00 $ 8,100.00 $ .00 $ 8,100.00 $ .00 100.00% Unit 3125.0101 SWPPP =1acre 312500 LS 1 $ 8,100.00 1.0000 $ .00 4.020 $ 9,000.00 0.0000 $ .00 $ .00 $ .00 $ .00 $ .00 0.00% Unit 3211.0112 6" Flexible Base, 32 1123 SY 500 $ 18.00 0.0000 $ 9,000.00 4.021 Type A, GR-1 $ 119,700.00 0.0000 $ .00 $ 110,124.00 $ .00 $ 110,124.00 $ .00 92.00% Unit 3211.0400 Hydrated Lime 32 1129 TN 380 $ 315.00 349.6000 $ 9,576.00 4.022 @401b/SY $ 154,530.00 0.0000 $ .00 $ 129,794.15 $ .00 $ 129,794.15 $ .00 83.99% Unit 3211.0502 8" Lime Treatment 32 1129 SY 18,180 $ 8.50 15,269.900 $ 24,735.85 4.023 $ 12,500.00 0.0000 $ .00 0 $ 41,377.50 $ .00 $ 41,377.50 $ .00 331.02% Unit 3212.0401 HMACTransition 321216 TN 50 $ 250.00 165.5100 $- 28,877.50 4.024 $1,282,500.00 0.0000 $ .00 $1,219,672.50 $ .00 $1,219,672.50 $ .00 95.10% Unit 3213.0101 6" Conc Pvmt 32 13 13 SY 17,100 $ 75.00 16,262.300 $ 62,827.50 4.025 $ 213,000.00 0.0000 $ .00 0 $ 199,752.00 $ .00 $ 199,752.00 $ .00 93.78% Unit 3213.0301 4" Conc Sidewalk 32 13 20 SF 21,300 $ 10.00 19,975.200 $ 13,248.00 4.026 0 Page 11 of 14 FORT WORTH. TPW Construction Invoice A B C E F G H I 1 K Bid Item Description Spec. UoM Bid Unit Price Bid Value Estimated Value this Previously Previously Materials Total Completed Retainage % Balance to No. Section quantity Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish No. Installed this Quantity Value Stored Date (D+F+G) (B-H) SF 3,700 $ 12.00 $ 44,400.00 Period 0.0000 $ .00 3,313.9000 $ 39,766.80 (not in F) $ .00 $ 39,766.80 $ .00 89.56% $ 4,633.20 Unit 3213.0311 4" Conc Sidewalk, 32 13 20 4.027 Adjacent to Curb $ 7,500.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% Unit 3213.0321 Conc Sidewalk, 321320 SF 500 $ 15.00 $ 7,500.00 4.028 Adjacent to Ret Wall $ 19,000.00 0.0000 $ .00 412.0000 $ 4,120.00 $ .00 $ 4,120.00 $ .00 21.68% Unit 3213.0322 Conc Curb at Back 32 13 20 LF 1,900 $ 10.00 $ 14,880.00 4.029 of Sidewalk $ 256,500.00 0.0000 $ .00 16,948.300 $ 254,224.50 $ .00 $ 254,224.50 $ .00 99.11% Unit 3213.0401 6" Concrete 32 13 20 SF 17,100 $ 15.00 $ 2,275.50 4.030 Driveway $ 113,900.00 0.0000 $ .00 0 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% Unit 3213.0403 8" Concrete 32 13 20 SF 6,700 $ 17.00 $ 113,900.00 4.031 Driveway EA 11 $ 4,000.00 $ 44,000.00 0.0000 $ .00 11.0000 $ 44,000.00 $ .00 _ $ 44,000.00 $ .00 100.00% Unit 3213.0501 Barrier Free Ramp, 32 13 20 $ .00 4.032 Type R-1 3213.0504 Barrier Free Ramp, 32 13 20 $ 5,000.00 0.0000 $ .00 1.0000 _ $ 2,500.00 $ .00 $ 2,500.00 $ .00 50.00% Unit EA 2 $ 2,500.00 $ 2,500.00 4.033 Type M-2 3213.0506 Barrier Free Ramp, 32 13 20 $ 12,500.00 0.0000 $ .00 4.0000 $ 10,000.00 $ .00 $ 10,000.00 $ .00 80.00% Unit EA 5 $ 2,500.00 $ 2,500.00 4.034 Type P-1 9999.0001 Barrier Free Ramp, 32 13 20 $ 34,200.00 0.0000 $ .00 9.0000 $ 34,200.00 $ .00 $ 34,200.00 $ .00 100.00% Unit EA 9 $ 3,800.00 $ .00 4.035 Type R-1 MOD $ 18,600.00 0.0000 $ .00 4.0000 $ 12,400.00 $ .00 $ 12,400.00 $ .00 66.67% Unit 9999.0002 Barrier Free Ramp, 32 13 20 EA 6 $ 3,100.00 $ 6,200.00 4.036 Type P-1 MOD $ 3,050.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% Unit 9999.0003 Barrier Free Ramp, 32 13 20 EA 1 $ 3,050.00 $ 3,050.00 4.037 Type P-2 MOD $ 6,700.00 0.0000 $ .00 74.4000 $ 4,984.80 $ .00 $ 4,984.80 $ .00 74.40% Unit 3216.0101 6" Conc Curb and 32 16 13 LF 100 $ 67.00 $ 1,715.20 4.038 Gutter $ 13,000.00 0.0000 $ .00 200.0000 $ 13,000.00 $ .00 $ 13,000.00 $ .00 100.00% Unit 3217.0502 Preformed 32 17 23 LF 200 $ 65.00 $ .00 4.039 Thermoplastic Contrast Markings - 24" Crosswalk EA 90 $ 30.00 $ 2,700.00 0.0000 $ .00 90.0000 $ 2,700.00 $ .00 $ 2,700.00 $ .00 100.00% Unit 3217.5001 Curb Address 32 17 25 $ .00 4.040 Painting $ 4,480.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% Unit 3231.0111 4'Chain Link, Steel 32 31 13 LF 128 $ 35.00 $ 4,480.00 4.041 $ 250.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% Unit 3231.0301 4' Gate, Steel 32 31 26 EA 1 $ 250.00 $ 250.00 4.042 $ 500.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% Unit 3231.0305 12'Gate, Steel 32 31 26 EA 1 $ 500.00 $ 500.00 4.043 Page 12 of 14 FORT WORTH. TPW Construction Invoice A B C E F G H I 1 K Bid Item Description Spec. UoM Bid Unit Price Bid Value Estimated Value this Previously Previously Materials Total Completed Retainage % Balance to No. Section quantity Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish No. Installed this Quantity Value Stored Date (D+F+G) (B-H) 250 $ 50.00 $ 12,500.00 Period 0.0000 $ .00 0.0000 $ .00 (not in F) $ .00 $ .00 $ .00 0.00% $ 12,500.00 Unit 3232.0100 Conc Ret Wall 32 32 13 SF 4.044 Adjacent to Sidewalk $ 30,300.00 0.0000 $ .00 940.0000 $ 23,200.00 _ $ .00 $ 28,200.00 $ .00 93.07% Unit 3291.0100 Topsoil 32 91 19 CY 1,010 $ 30.00 $ 2,100.00 4.045 $ 58,500.00 0.0000 $ .00 4,686.0000 $ 31,759.00 $ .00 $ 31,759.00 $ .00 54.29% Unit 3292.0100 Block Sod 32 92 13 SY 9,000 $ 6.50 $ 26,741.00 4.046 Placement $ 4,500.00 0.0000 $ .00 6.0000 $ 2,700.00 $ .00 $ 2,700.00 $ .00 60.00% Unit 3305.0107 Manhole 330514 EA 10 $ 450.00 $ 1,800.00 4.047 Adjustment, Minor $ 50,000.00 0.0000 $ .00 0.1331 $ 6,653.54 $ .00 $ 6,653.54 $ .00 13.31% $ 43,346.46 Unit 3305.0108 Miscellaneous 33 05 14 LS 1 $ 50,000.00 4.048 Structure Adjustment (irrigation) $ 2,800.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 2,800.00 Unit 3305.0108 Miscellaneous 33 05 14 EA 40 $ 70.00 4.049 Structure Adjustment (WM), 6" or Higher $ 17,550.00 0.0000 $ .00 43.0000 $ 19,350.00 $ .00 $ 19,350.00 $ .00 110.26% Unit 3305.0111 Valve Box 33 05 14 EA 39 $ 450.00 $- 1,800.00 4.050 Adjustment 33 46 00 LF 100 $ 51.00 $ 35,700.00 0.0000 $ .00 _ 925.0000 $ 47,175.00 $ .00 $ 47,175.00 $ .00 132.14% Unit 3346.0008 4" Pipe Underdrain, $- 11,475.00 4.051 Type 8 $ 12,600.00 0.0000 $ .00 28.0000 $ 12,600.00 $ .00 $ 12,600.00 $ .00 100.00% Unit 3441.4110 Remove and 34 41 30 EA 28 $ 450.00 $ .00 4.052 Reinstall Sign Panel and Post 347113 MO 5 $ 15,450.00 $ 77,250.00 0.0000 $ .00 5.0000 $ 77,250.00 $ .00 $ 77,250.00 $ .00 100.00% Unit 3471.0001 Traffic Control $ .00 4.053 (Paving) $ 16,800.00 0.0000 $ .00 3.0000 $ 16,800.00 $ .00 $ 16,800.00 $ .00 100.00% Unit 3349.5005 Remove and 33 05 14 EA 3 $ 5,600.00 $ .00 4.054 Replace Inlet Top, 5' $ 18,300.00 0.0000 $ .00 2.0000 $ 12,200.00 $ .00 $ 12,200.00 $ .00 66.67% Unit 3349.5006 Remove and 33 05 14 EA 3 $ 6,100.00 $ 6,100.00 4.055 Replace Inlet Top, 10' $ 3,300.00 0.0000 $ .00 2.0000 $ 6,600.00 $ .00 $ 6,600.00 $ .00 200.00% Unit 0241.4005 Remove 5' or Less 02 41 14 EA 1 $ 3,300.00 $- 3,300.00 4.056 Curb Inlet $ 7,600.00 0.0000 $ .00 2.0000 $ 15,200.00 $ .00 $ 15,200.00 $ .00 200.00% Unit 3349.5001 10'Curb Inlet 33 49 20 EA 1 $ 7,600.00 $- 7,600.00 4.057 0241.0702 Relocate Mailbox- $ 2,500.00 0.0000 $ .00 20.0000 $ 2,500.00 $ .00 $ 2,500.00 $ .00 100.00% Unit 02 41 13 EA 20 $ 125.00 $ .00 4.058 Traditional 0241.0705 Remove and $ 7,250.00 0.0000 $ .00 2.0000 $ 2,900.00 $ .00 $ 2,900.00 $ .00 40.00% $ 4,350.00 Unit 0241 13 EA 5 $ 1,450.00 4.059 Replace Mailbox - Brick SF 25 $ 1,250.00 0.0000 $ .00 61.0000 $ 3,050.00 $ .00 $ 3,050.00 $ .00 244.00% Unit 9999.0004 Concrete Steps 99 99 99 $ 50.00 $- 1,800.00 Page 13 of 14 FORTWORTH, TPW Construction Invoice A B C D E F G H I 1 K Bid Item Description Spec. UoM Bid Unit Price Bid Value Estimated Value this Previously Previously Materials Total Completed Retainage % Balance to No. Section quantity Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish No. Installed this Quantity Value Stored Date (D+F+G) (B-H) Period (not in F) 4.060 Unit 9999.0005 Salvage Existing and 99 99 99 7 $ 1,200.00 $ 8,400.00 $ .00 100.00% $ .00 EA $ 8,400.00 0.0000 $ .00 7.0000 $ 8,400.00 $ .00 4.061 Furnish and Install New Historic Address Tiles 1 $ 5,500.00 $ .00 $ .00 0.00% $ 5,500.00 Unit 9999.0006 Remove and 99 99 99 EA $ 5,500.00 0.0000 $ .00 0.0000 $ .00 $ .00 4.062 Replace Concrete Flume w/Steel Plate 0 Unit 9999.0007 Construction 99 99 99 $ 69,400.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 O.00YT $ 69,400.00 4.063 Allowance (Paving) $7,739,612.50 $ 0.00 1 $7,071,624.10 F $ 0.00 $7,071,624.10 $- 353,581.22 91.37% $ 667,988.40 Page 14 of 14 CSC No. 59851-COI FORT WORTH.., City of Fort Worth _ter Change Order Request Project Name 1 102927 - 2022 Bond Year 1 Contract 2 City Sec # 59851 Client Project #(s) Combined Street Paving Improvements, Stormwater Improvements, and Water and Sanitary Sewer Main Replacements for 2022 Bond Year 1 - Contract Project Description) Contractor McClendon Construction Company Change Order # 1 Date 12/7/2023 City Project Mgr. I Greg Robbins City Inspector Joseph Manry Dept. Unit 1: Water Unit 2: Sewer Unit 3: Paving Unit 4: Storm Contract Time Totals CD Original Contract Amount $2,801,412.50 $281,755.00 $3,510,195.00 $1,081,300.00 $7,674,662.50 400 Extras to Date Credits to Date Pending Change Orders (in M&C Process) Contract Cost to Date $2,801,412.50 $281755.00 $3,510,195.00 $1,081,300.00 $7.674.662.50 400 Original Funds Available for Change Orders $140,071.00 $28,176.00 $175,510.00 $54,065.00 $397,822.00 Remaining Funds Available for this CO $140,071.00 $28,176.00 $175,510.00 $54,065.00 $397,822.00 Additional Funding (if necessary) CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 0.00% MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST+ 25%) $9,593,328.13 JUSTIFICATION (REASONS) FOR CHANGE ORDER IN ACCORDANCE WITH THIS CHANGE ORDER REQUEST, THE CONTRACTOR SHALL: Furnish all labor and material as per the proposed Change Order Request #1. This Change Order will provide for the additional bid items needed to replace existing 2" water services located on Avenue G which were discovered during construction. Cost - The City of Fort Worth has compared the unit prices which the contractor is proposing to recently bid bond and water department projects. The City finds that the prices the contractor is proposing are fair and reasonable. Time - This change order will add 3 days to the project contract time for the additional work to be completed. 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 Dec 21, 2023 Inspector/Inspection Supervisor Date Project and Contract Compliance Manager Date Dec 22, 2023 Dec 21, 2023 Program Manager Date Senior Capital Project Officer Date v Dec 21, 2023 Dec 22, 2023 Assistant Director (Dept) Date Director, Contracting Department (Dept) Date -acK Dec 29, 2023 �e2.. Dec 29, 2023 torne Date Assistant City Manager Date LAssistant.Ci't Jan 4, 2024 -1— Jan 4, 2024 Council Action if required ring AA: w ,, a°A'o�fOHT�o9do PVS �=4 Jannette Goodall, City Secretary vP�* .o �zasd4 M&C Number M&C Date Approved OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORT WORTH City of Fort Worth -1'I-- Change Order Additions Project Name 102927 - 2022 Bond Year 1 Contract 2 City Sec # 59851 Client Project # Contractor McClendon Construction Company PM Greg Robbins Inspector Joseph Manry Change Order Submittal # Date 2/7/2023 ADDITIONS ITEM DESCRIPTION DEPT Qty Unit Unit Cost Total 62 3312.2201 2" Water Service, Meter Reconnection Unit 1: Water 2.00000000 EA $1,600.00 63 3312.2203 2" Water Service Unit 1: Water 2.00000000 EA 5,450.00 64 3312.2204 2" Private Water Service Unit 1: Water 10.00000000 LF 90.00 Unit 1: Water $15,000.00 Unit 2: Sewer $0.00 Unit 3: Paving $0.00 Unit 4: Storm $0,00 Sub Total Additions 15,000.00 Change Order Additions Page 2 of 4 FoR_ T W RTH City of Fort Worth Change Order Deletions Project Name 102927 - 2022 Bond Year 1 Contract 2 City Sec # 59851 Client Project # Contractor McClendon Construction Company PM Greg Robbins Inspector Joseph Manry Change Order Submittal # 0 Date 121712023 DELETIONS ITEM DESCRIPTION DEPT City Unit Unit Cost Total 61 9999rOOOO Water Construction Allowance Unit 1: Water 0.18750000 LS $80,000,00 $15,000.00 Unit 1: Water $15,000.00 Unit 2: Sewer $0.00 Unit 3: Paving $0.00 Unit 4: Storm $0.00 Sub Total Deletions $15,000,00 Change Order Deletions Page 3 of 4 M/SBE for this Change Order FORT WORTH. Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE' 2022 Bond Year 1 Contract 2 — Change Order #1 M&C: CPN: 102927 CSO: 59851 DOC#: Date: To: Name Department Initials Date Out 1. Filogonio Munoz TPW - initial Dec 21, 2023 2. Justin Blair Contractor - signature a Dec 21 2023 3. Joseph Manry TPW - signature Dec 22, 2023 4. Brenda Oropeza Water - initial Bo�O Dec 21, 2023 5. Greg Robbins TPW - signature cR R Dec 21, 2023 6. Mary Hanna TPW - signature 7ey Dec 22, 2023 7 Patricia Wadsack TPW - signature pLW Dec 29, 2023 8 Lauren Prieur TPW - signature A P Dec 29, 2023 9 Doug Black Legal - signature 7walwb Jan 4, 2024 10. William Johnson CMO - signature L Jan 4, 2024 11. Jannette Goodall CSO - signature s YSG Jan 5, 2024 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: ❑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 kFortWorthTexas.,gov at ext. 7233 for pick up when completed. Thank you! CSC No. 59851-CO2 FORT WORTH City of Fort Worth Change Order Request Project Name 102927 - 2022 Bond Year 1 Contract 2 City Sec # 59851 Client Project #(s) Project Description] Combined Street Paving Improvements, Stormwater Improvements, and Water and Sanitary Sewer Main Replacements for 2022 Bond Year 1 - Contract 2 Contractor McClendon Construction Company Change Order # 2 Date 1/23/2024 City Project Mgr. Greg Robbins City Inspector F Joseph Manry Dept. Unit 1: Water Unit 2: Sewer Unit 3: Paving Unit 4: Storm Contract Time Totals (CD) Original Contract Amount $2,801,412.50 $281,755.00 $3,510,195.00 $1,081,300.00 $7,674,662.50 400 Extras to Date 3 Credits to Date Pending Change Orders (in M&C Process) Contract Cost to Date $2,801,412.50 $281,755.00 $3.510,195.00 $1,081,300.00 $7,674,662.50 403 Revised Contract Amount $2,800,812.50 $281,755.00 $3,510,195.00 $1,081,300.00 Original Funds Available for Change Orders $140,071.00 $28,176.00 $175,510.00 $54,065.00 Remaining Funds Available for this CO $140,071.00 $28,176.00 $175,510.00 $54,065.00 Additional Funding (if necessary) CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT MAXALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST+ 25%) $7,674,062.50 403 $397,822.00 $397,822.00 -0.01 % $9,593,328.13 JUSTIFICATION (REASONS) FOR CHANGE ORDER IN ACCORDANCE WITH THIS CHANGE ORDER REQUEST, THE CONTRACTOR SHALL: Furnish all labor and material as per the proposed Change Order Request #2. This Change Order will provide for the additional bid item needed to replace the 6"x6" tapping valve and sleeve with a 6"x6" cut in tee. The quantity for 6"x6" tapping valve and sleeve will be reduced. Cost - The City of Fort Worth has compared the unit price that the contractor is proposing similar items in recently -bid construction contracts. The City finds that the prices the contractor is proposing are fair and reasonable. Time - This change order will not add days to the project contract time. 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 Feb 6, 2024 Inspector/Inspection Supervisor Date Project and Contract Compliance Manager Date _Lzn Feb 6, 2024 Feb 12, 2024 Program Manager Date Senior Capital Project Officer Date kg_ Feb 12, 2024 ; 7 A, y Feb 12, 2024 Assistant Director (Dept) Date Director, Contracting Department (Dept) Date a Kcra L. Nadtac( Feb 14, 2024 Feb 14, 2024 Assistant City Attorney Date Assistant City Manager Date Feb 20, 2024 Feb 21, 2024 Council Action (if required) M&C Number M&C Date Approved 0 ATTEST. 4d -120 a �aOF FORr�4 O Jannette Goodall, City Secretary 91. o °O9.Id ono o=d° OFFICIAL RECORD CITY SECRETARY aaB� nEX ASoQp FT. WORTH, TX FORT WORTH City of Fort worth Change Order Additions Project Name 102927 - 2022 Bond Year 1 Contract 2 City Sec # 59851 Client Project # Contractor McClendon Construction Company PM Greg Robbins inspectorF Joseph Manry Change Order Submittal # =2 Date 1123/2024 ADDITIONS Change Order Additions Page 2 of 4 Foe�rH City of Fort Worth Change Order Deletions Project Name 1 102927 - 2022 Bond Year 1 Contract 2 City Sec # 59851 Client Project # Contractor McClendon Construction Company PM Greg Robbins Inspector Joseph Manry Change Order Submittal # 0 Date 1/23/2024 DELETIONS Change Order Deletions Page 3 of 4 M/SBE for this Change Order M/SBE Sub Type of Service Amount for this CO Not Applicable Not Applicable $0.00 Total $0.00 Previous Change Orders co # DATE AMOUNT 1 1 /4/2024 $0.00 Total $0.00 FORT WORTH. Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE' 2022 Bond Year 1 Contract 2 — Change Order #2 M&C: CPN: 102927 CSO: 59851 DOC#: Date: To: Name Department Initials Date Out 1. Filogonio Munoz TPW - initial Feb 6, 2024 2. Justin Blair Contractor- signature a Feb 6 2024 3. Joseph Maury TPW - signature ZO Feb 6, 2024 4. Aaron Nivone Water - initialer Feb 6, 2024 5. Greg Robbins TPW - signature Feb 12, 2024 6. Mary Hanna TPW - signatures Feb 12, 2024 7 Patricia Wadsack TPW - signature Feb 14, 2024 8 Lauren Prieur TPW - signature Feb 14, 2024 9 Doug Black Legal - signature dWdwb Feb 20, 2024 10. Jesica McEachern CMO - signature C+` Feb 21, 2024 11. Jannette Goodall CSO - signature -M- Feb 22, 2024 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: [—]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 kFortWorthTexas.gov at ext. 7233 for pick up when completed. Thank you! CSC No. 59851-0O3 Fox_ T�WkORTx, City of Fort Worth Change Order Request Project Name 102927 - 2022 Bond Year 1 Contract 2 City Sec # 59851 Client Project #(s) Project Description Combined Street Paving Improvements, Stormwater Improvements, and Water and Sanitary Sewer Main Replacements for 2022 Bond Year 1 - Contract 2 Contractor McClendon Construction Company Change Order # 3 Date 4/16/2024 City Project Mgr. I Greg Robbins City Inspector Ignacio Andrade Dept. Unit 1: Water Unit 2: Sewer Unit 3: Storm Unit 4: Paving Contract Time Totals I (CD) Original Contract Amount $2,801,412.50 $281,755.00 $1,081,300.00 $3,510,195.00 $7,674,662.50 400 Extras to Date 3 Credits to Date $600.00 $600.00 Pending Change Orders (in M&C Process) Contract Cost to Date $2,800,812.50 $281755.00 $1,081,300.00 $3,510,195.00 $7,674,062.50 403 Original Funds Available for Change Orders $140,071,00 $28,176.00 $175,510.00 Remaining Funds Available for this CO $140,671.00 $28,176.00 $175,510.00 Additional Funding (if necessary) CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 1 0.85% MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST+ 25%) 1 $9,593,328.13 JUSTIFICATION (REASONS) FOR CHANGE ORDER I IN ACCORDANCE WITH THIS CHANGE ORDER REQUEST, THE CONTRACTOR SHALL: Furnish all labor and material as per the proposed Change Order Request #3. This change order is required to add new bid items to cut and plug an existing 6" cast iron water line in order to safely shore and construct a proposed 5'x5' stormwater junction box in Vickery Boulevard. This request will increase the quantities for 8" PVC water line and related items to replace the length of 6" cast iron water pipe within the limits of the stormwater construction on Vickery Boulevard between Thrall Street and Ravine Road. This change order also adds bid items for the increased depth of the storm pipe located at Vickery and Ravine, as the strm pipe needed to be lowered by 2.5' due to site conditions. Finally, an addition to the bid quantity of 4" underdrain is included for groundwater encountered on Avenue G. Cost - The City of Fort Worth has compared the unit price that the contractor is proposing to similar items in recently bid construction contracts. The contractor also provided calculations for the extra -depth storm pipe and junction box. The City finds that the prices the contractor is proposing for the new items are fair and reasonable. All other items are already included in the projects existing bid items. Time - This change order will add 42 calendar days to the project contract time. This is broken down as 7 days to install extra depth storm pipe and junction box, 21 calendar days for the cutting and plugging, demolition, and reinstallation of the new 8" water line in Vickery Boulevard, 7 days for installation of underdrain and 7 days for negotiating and routing the change order. 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 Blaird° Jun 10, 2024 InspectQr1LnWad'Lon Supervisor Date Project and Contract Compliance Manager Date ger Jun 27, 2024 'R� Jun 1, 2024 Program Mana Date Senior Capital Project Officer Date Jun 7, 2024� Jun 28, 2024 Assistant Director (Dept) Date Director, Contracting Department (Dept) Date Jun 28, 2024 X..,2.. Jul 1, 2024 Assistant City Attorney Date JAssistant City Manager Date a w„ , — a p Jul 3, 2024 Jul 8, 2024 Council Action if required) M&C Number M&C Date Approved ATTEST: QoauvnnIlIl Jannette Goodall, City Secretary p~o . 0. OV8 g=d �aa�nnp 054p OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORT WORTH City of Fort Worth V1--- Change Order Additions Project Name 102927.2022 Bond Year 1 Contract 2 City Sec # 59851 Client Project # Contractor McClendon Construction Company PM Greg Robbins Inspector,F Ignacio Andrade Change Order Submittal # O3 Date 4/16I2024 ADDITIONS ty Unit Unit Cost Total 3 8" PVC Water Line Unit 1: Water 220.00000000 LF $126.00 9 8" ale Valve Unit 1: Water 2.00000000 EA 3,150.00 13 1 Water Service Meter Reconnection Unit 1: Water 2.00000000 EA 730.00 14 1" Water Service Unit 1: Water 2.00000000 EA 2,600.00 18 Ductile Iron Fittings w/Restraint Unit 1: Water 0.20000000 TN 13,500.00 20 4' Wide Asphalt Pavement Repair (Arterials Unit 1: Water 300.00000000 LF 160.00 22 Asphalt Pvmt Repair Beyond DefinedWidth, Arterial Unit 1: Water 45.00000000 SY $136.00 48 Connection to Existing 4"-12" Water Main Unit 1: Water 2.00000000 EA $5,500.00 53 Temporary Water Service Unit 1: Water 0.03000000 LS $795,000.00 66Pressure Plug Unit 1: Water 2.00000000 EA 3,000.00 67 Plug Service At Existing Main Unit 1: Water 2.00600000 EA Ti,100.00 38 Extra Depth Storm Drain Installation Unit 3: Storm 150.00000000 LF 65.00 39 Extra Depth 5x5 Junction Box Unit 3: Storm 1.00000000 LS 4,000.00 51 4" Pipe Underdrain Type 8 Unit 4: Paving 600.00000000 LF $51.00 Unit 1: Water $125,550.00 Unit 2: Sewer $OAO Unit 3: Storm $13,750.00 Unit 4: Paving $30,600.00 Sub Total Additions 169,900.00 Change Order Additions Page 2 of 4 FORTWORTH City of Fort Worth Change Order Deletions Project Name 102927 - 2022 Bond Year 1 Contract 2 City Sec # 59851 Client Project # Contractor McClendon Construction Company PM Greg Robbins Inspector Ignacio Andrade Change Order Submittal # 0 Date 4/16/2024 DELETIONS ITEM DESCRIPTION DEPT Qty Unit Unit Cost Total 61 Construction Allowance Unit 1: Water 0.75000000 LS 80,000,00 60,000.00 36 Construction Allowance Unit 3: Storm 0.19642857 LS 70.000.00 3.750.0 63 Construction Allowance Unit 4: Paving 0.30600070 LS 100,0 00.00 30,600.00 Unit 1: Water $60,000.00 Unit 2: Sewer $0.00 Unit 3: Storm $13,750.00 Unit 4: Paving $30,600.00 Sub Total Deletions $104.350.00 Change Order Deletions Page 3 of 4 M/SBE for this Change Order M/SBE Sub Type of Service Amount for this CO Not Applicable Not Applicable $0.00 Total $0.00 Previous Change Orders CO # DATE AMOUNT 1 1 /4/2024 $0.00 2 2/15/2024 -$600.00 Total -$600.00 FORT WORTH. Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE• 2022 Bond Year 1 Contract 2 — Change Order #3 M&C: CPN: 102927 CSO: 59851 DOC#: Date: To: Name Department Initials Date Out 1. Filogonio Munoz TPW - initial Jun 7, 2024 2. Justin Blair Contractor - signature a Jun 10 2024 3. Ignacio Andrade TPW - signatures Jun 27, 2024 4. Aaron Nivone Water - initial ANAN Jun 14, 2024 5. Greg Robbins TPW - signature R 69 Jun 7, 2024 6. Mary Hanna TPW - signature N,�' Jun 28, 2024 7 Patricia Wadsack TPW - signature pLW Jun 28, 2024 8 Lauren Prieur TPW -signature P Jul 1, 2024 9 Doug Black Legal - signature D Jul 3, 2024 10. Jesica McEachern CMO - signature ,l+` Jul 8, 2024 11. Jannette Goodall CSO - signature --40-- Jul 8, 2024 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: ❑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 kFortWorthTexas.gov at ext. 7233 for pick up when completed. Thank you! CSC No. 59851-CO4 FORT WORTH;, City of Fort Worth Change Order Request Project Name 102927 - 2022 Bond Year 1 Contract 2 City Sec # 59851 Client Project #(s) Project Description Combined Street Paving Improvements, Stormwater Improvements, and Water and Sanitary Sewer Main Replacements for 2022 Bond Year 1 -Contract 2 Contractor McClendon Construction Company Change Order # 4 Date 3/7/2025 City Project Mgr. Greg Robbins City Inspector Ignacio Andrade 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: Storm Unit 4: Paving Totals Contract Time (CD) $2,801,412.50 $281,755.00 $1,081,300.00 $3,510,195.00 $7,674,662.50 400 $65,550.00 $65,550.00 45 $600.00 $600.00 $2,866,362.50 $281,755.00 $1.081,300.00 $3,510,195.00 $7.739.612.50 445 Revised Contract Amount $2,866,362.50 $281,755.00 $1,081,300.00 $3,510,195.00 Original Funds Available for Change Orders $140,071.00 $28,176.00 $175,510.00 $54,065.00 Remaining Funds Available for this CO $75,121.00 $28,176.00 $175,510.00 $54,065.00 Additional Funding (if necessary) CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST+ 25%) $7,739,612.50 475 $397,822.00 $332,872.00 0.85% $9,593,328.13 PF "'EMENMEW JUSTIFICATION (REASONS) FOR CHANGE ORDER IN ACCORDANCE WITH THIS CHANGE ORDER REQUEST, THE CONTRACTOR SHALL: Furnish all labor and material as per the proposed Change Order Request #4. This change order is required to add new bid items for a 10" gate valve and a specialized remobilization cost to construct a 10" water line in the intersection of Avenue G and Vaughn Boulevard. Prior to paving operations in Avenue G, it was determined that it would be in the best interest of the City to also replace the existing 10" water line crossing Avenue G in Vaughn Boulevard. The utility contractor was recalled to the site to complete the work. Cost - The City of Fort Worth has compared the unit price that the contractor is proposing to similar items in recently bid construction contracts. All other items associated with the water line construction are already included in the project's existing bid items. Time - This change order will add 30 calendar days to the project contract time. This is broken down as 15 days to excavate, install, test and backfill the 10" water line (07/24/24 - 08/08/24) and 15 days for remobilization of the utility contractor, the delay to paving operations in the intersection and the negotiation and approval of this change order. 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 --d - Mar 18, 2025 Inspector/Inspection Supervisor Date Project and Contract Compliance Manager Date hAilk Mar 19, 2025 Mar 19, 2025 Program Manager Date Senior Capital Project Officer Date Mar 19, 2025 Mar 19, 2025 Assistant Director (Dept) Date Director, Contracting Department (Dept) Date PA&-t _L?a' .l Mar20,2025 Mar20,2025 Assistant City Attorney Date Assistant City Manager Date Mar 20, 2025 Mar 21, 2025 Council Action (if required) M&C Number I M&C Date Approved 0 ATTEST: �,.,,,.. a ..d— Jannette Goodall, City Secretary Four Woizrn City of Fort Worth Change Order Additions Project Name 102927 - 2022 Bond Year 1 Contract 2 City Sec # 59851 Client Project # Contractor McClendon Construction Company PM Greg Robbins Inspector Ignacio Andrade Change Order Submittal # ® Date 31712025 ADDITIONS ITEM DESCRIPTION DEPT City Unit Unit Cost Total 68 3312.3004 10" Gate Valve Unit 1: Water 1.00000000 EA S4,500.00 $4,500.00 69 9999.0001 Specified Remobilization Unit 1: Water 1.00000000 LS $8,000.00 0 .00 Unit 1: Water $12,500.00 Unit 2: Sewer $0.00 Unit 3: Storm $0.00 Unit 4: Paving 1 $0.00 Sub Total Additions 1$12,500.00 Change Order Additions Page 2 of 4 FOe�rH City of Fort Worth Change Order Deletions Project Name 1 102927 - 2022 Bond Year 1 Contract 2 City Sec # 59851 Client Project # Contractor McClendon Construction Company PM Greg Robbins Inspector Ignacio Andrade Change Order Submittal # ® Date 3/7/2025 DELETIONS Change Order Deletions Page 3 of 4 M/SBE for this Change Order M/SBE Sub Type of Service Amount for this CO Not Applicable Not Applicable $0.00 Total $0.00 Previous Change Orders co # DATE AMOUNT 1 1 /4/2024 $0.00 2 2/15/2024 -$600.00 3 4/16/2024 $65,550.00 Total $64,950.00 FORT WORTH. a Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: 2022 Bond Year 1 Contract 2 — Change Order #4 M&C: CPN: 102927 CSO: 59851 DOC#: Date: To: Name Department Initials Date Out 1. Filogonio Munoz TPW - initial -N Mar 17, 2025 2. Justin Blair Contractor - signature a M a r 18 2025 3. Ignacio Andrade TPW - signature do-ndrade Mar 19, 2025 4. Daniel Roy TPW - Signature DWI R,V Mar 19, 2025 5. Greg Robbins TPW - signature Gsz, Mar 19, 2025 6. Mary Hanna TPW - signature m� Mar 19, 2025 7 Patricia Wadsack TPW - signature PLY Mar 20, 2025 8 Lauren Prieur TPW - signature xP Lauren P11- Mar 20 2025 9 Doug Black Legal - signature o 1,s Black M a r 20, 2025 10. Jesica McEachern CMO - signature oti Ea he, M a r 21, 2025 11. Jannette Goodall CSO - signature �,76 Mar 21, 2025 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: DYES ®No RUSH:DYES ®No SAME DAY: DYES ❑No NEXT DAY: EYES ❑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: TPWContractska FortWorthTexas.gov at ext. 7233 for pick up when completed. Thank you! FoRTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Bond Year 1 Contract 2 CITY PROJECT NUMBER: 102927 WATER PIPE LAID SIZE TYPE OF PIPE LF Water 12 PVC 1056 Water 10 PVC 56 Water 8 PVC 4167 Water 6 PVC 126 Water 4 PVC 25 Water 8 DIP 450 FIRE HYDRANTS: 10 VALVES (16" OR LARGER) n/a PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: Yes NEW SERVICES: 1 in Copper 117 Ea SEWER PIPE LAID SIZE TYPE OF PIPE LF Sewer 8 PVC 236 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: Yes NEW SERVICES: 4 PVC 4 Ea TRANSPORTATION AND PUBLIC WORKS The Cit}, of Fort Worth • 1000 Throckmorton Strect • Fort Worth, TX 76012-6311 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS July 16, 2025 McClendon Construction PO Box 999 Burleson, TX 76097 RE: Acceptance Letter Project Name: Bond Year 1 Contract 2 Project Type: Water, Sewer, Storm Sewer, Paving City Project No.: 102927 To Whom It May Concern: On March 18, 2025 a final inspection was made on the subject project. There were punch list items identified at that time. The punch list items were completed on July 16, 2025. The final inspection and the corrected punch list items indicate that the work meets the City of Fort Worth specifications and is therefore accepted by the City. The warranty period will start on July 16, 2025, which is the date of the punch list completion and will extend of two (2) years in accordance with the Contract Documents. If you have any questions concerning this letter of acceptance, please feel free to contact me at 817- 223-2261. Sincerely, Greg Robbins, Project Manager gln�z y Mary Hannah, Program Manager M,,,yy,.�,. Mary Hanna (N 192025= I� T, Cc: Ignacio Andrade, Inspector Mike Glover, Inspection Supervisor Daniel Roy, Senior Inspector Mary Hannah, Program Manager Neel -Schaffer, Consultant McClendon Construction, Contractor TPW, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 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; Contractor, McClendon Construction Co., Inc. has complied with the requirements of Chapter 2258, Texas Government Code for prevailing wage rates, in accordance with the contract. That there are no claims pending for personal injury and /or property damages; On Contract described as; CPN 102927 -- 2022 Bond Year 1— Contract 2 MISTY WEBB z' Notary Public, State of Texas Comm. Expires 01-49-2026 Notary ID 126838467 Sub dTwbmn this 20 uay vi fry Public in Tarrant County, Texas Affidavit of Compliance with City of Fort Worth Prevailing Wages .Justin Blair Vice President (Name of person signing affidavit) (Title) do hereby certify that the wages paid to all employees of McClendon Construction Co., Inc. (Company Name) for all hours worked on the CPN - 102927 - 2022 Bond year 1 Contract 2 project, during the period from 9-21-23 (Project name and location) to 7-16-25 (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. (Signature of Officer or Agent) Sworn to and subscribed in my presence this "1(J' ` day of 20Z S— ��\'ti"'n'' MISTY WEBB 4gY pV8 �i Notary Public, Stste of Texas f :151: T°z Comm. Expires 01-09-2026 Notary ID 126838467 (Notary Public) Revised 3/08/2024 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ TO FINAL PAYMENT CONTRACTOR ❑ SURETY ❑ AIA DOCUMENT G707 OTHER Bond No. TXC616286 PROJECT: 2022 Bond Year 1 Contract 2 - City Project Number 102927 (name, address) TO (Owner) [ City of Fort Worth, Texas ARCHITECT'S PROJECT NO: 200 Texas Street Fort Worth, TX 76102 CONTRACT FOR: Construction: Final $7,071,624.10 [ ] CONTRACT DATE: June 27, 2023 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 Des Moines, IA 50306-3498 , SURETY COMPANY, 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 ,OWNER, as set forth in the said Surety Company's bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this 2nd day of July 2Q25 Merchants Bonding Company (Mutual) Surety 7Compan is _ Signature o tithoriz d Representative Attest: (Seal): Connie Williamson, Witness Emily Allison Mikeska Attorney -In -Fact Title 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, WASHINGTON, D.C. 20006 MERCHANTS t% 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, d/b/a 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 Rose Crawford; Andrew Gareth Addison; Bryan Kelly Moore; Colin E Conly; Cory Kiper; Debra Lee Moon; Elizabeth Ortiz; Emily Allison Mikeska; Faith Ann Hilty; John R Ward; Kimberly Rochelle Gonzalez; Michael Wiggins; 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 April 27, 2024 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015 and amended on April 27, 2024. "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 13th day of January -2025 ,.•`""'•"' �.•'"""• MERCHANTS BONDING COMPANY (MUTUAL) p�tQNgC +�' Q\.. .. ■■ MERCHANTS NATIONAL BONDING, INC. G�Rp4R9 ; y = ; �4Qp,P8g9�9� d!b!a MERCHANTS NATIONAL_ INDEMNITY COMPANY G Ze 0-. 2003 .y4)c :as'-. 1933 •cl-� By STATE OF IOWA •+' L`f �•'` ' •'■ •.fr •`�'� President COUNTY OF DALLAS ss. �'�"""`�� On this 13th day of January 2025 before me appeared Lary 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. rA� s Penni Miller d Commission Number 787952 • ■ My Commission Expires +OwA January 20, 2027 4- Notary Public (Expiration of notary's commission does not invalidate this instrument) I, Elisabeth Sandersfeld, 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 2nd day of Merchants 2025 . 2DD3- •�' 1933 Secretary POA 0018 (6/24) �� - • ■ 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 Nations 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. NBC 0105 (7/07)