Loading...
HomeMy WebLinkAbout061577-FP1 - Construction-Related - Contract - McClendon Construction Company, Inc.FORTWORTHo TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJECT COMPLETION -FP1 City Secretary No: 61577 Date Received: 02/17/2026 City Project No: 103281 Regarding Contract 61577 Park Vista Blvd Improvements , Transportation & Public Works Department as approved by City Council on 5/14/24 for as required bythe through M&C 24-0388 , the Director of the Transportation & Public Works Department, upon the recommendation of the Assistant Director of the Transportation & Public Works Department, has accepted the project as complete. Original Contract Amount: $3,881,916.75 Days 360 Amount of Approved Change Orders: �83,592.50 No � Days Added by CO 120 Revised ContractAmount: $3,965,509.25 Total Days 480 Total Cost of Work Completed: �3,896,087.33 Days Charged466 Less Deductions: Liquidated Damages: Pavement Deficiencies: Total Deduction Amount: Total Cost of Work Completed: Less Previous Payments: Final Payment Due: Days @ i� 1 1 1 $3,896,087.33 ($ 3,853,232.11) $ 42,855.22 PGi"�VIGIGi �. WG{G�SGiGK r��o-��a � e 1,on ,� c z z i �,�„ csr; Recommended for Acceptance Assistant Director, Transportation & Public Works - Capital Delivery ���� La,.�e�i ii.�.�(Fet:1�i.2(!2[1-13.n�C� �i Accepted Director, Transportation & Public Works /Day = � 0.00 02/16/2026 Date 02/16/2026 Date OFFICIAL RECORD CITY SECRETARY _ , FT. WORTH, TX . _ ,_ F[�RT �VUR"TI�� TPW Construction Invoice City Secretary Co�tract Number: CS61577 Project: 103281- 103281- Park Vista Blvd Contract Name: Park Vista Blvd To: MCCIENDON CONSTRUCTION COMPANY INC P D BOX 996 BURLESON,TX 76097-0996 Purchase Order: FW020-0000012125 Invoice Number: CS61577-015-FINAL+GS-C-1 Invoicing Period (From —To): Supplier ID: 0000007403 Cantract Summary: 1. Original Contract Amount 2. Net Change by Change Orders 3. Current Contract Amount {Line 1+/- Line 2) 4. Total Completed and Stored to Date (Progress Estimate, Construction Allowance, and Change Orders) 5. Amount Retained (5.00%) 6. Amount Eligible to Date rLine 4— Line 5) 7. Less Previous Payments (Line 6 from prior Invoice) g. Amount Due this Application 9. Balance to Finlsh, Plus Retainage (Line 3 — Line 6J 10. ContractTime a. Days Awarded b. Days Added by Change Order c. Total Contract Days Awarded d. Days Charged this Invoice e. Days Charged from Previous Invoice(s� f. Contract Days Remaining $3,881,916.75 $ 83,592.50 $3,965,509.25 $3,896,08733 $ .00 $3,896,0&7.33 $3,853,232.11 $ 42,855.22 $ 69,421.92 360 120 480 0 466 14 Payment Application Date: 01.26.2026 Estimate Number: 14 Project Manager: Aiton, Mitch Roles Inspector: Sr.lnspector: Project Manager: Contractors Certification: The Contractor certifies with the submittal of thls document and associated Payment Request Suhmittal 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 haoe Aeelicat oln sfor account to discharge Contrador's legitimate obligations incurred in connedion with Work covered by p pP 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, sewrity interests and enwmbrances (except such as are covered by a Bond acceptable to Owner indemnifying Owner against any such Liens, sewrity interest or encumbrances); and (3) all Work covered by thls Appllcation for Payment is in accordance with the Contract Documents and is not defective, Liquidated Damages @$ 650.00 x day J�tin BIa�1 �026�:56 CST) Funding Distribution: Page 1 of 8 F�RT�V�RTH� TPW Construction Invoice Funding Identification (FIDs) Amount Earned 30108-0200431-5740010-103281-002350 $ 00 34027-0200431-5740010-103281-002380-9999-22030199 $ 00 Contract Bid Items: A B Bid Item Description Spec. UoM Bid Unit Price Bid Value No. Section Quantity N o. 74A 9999.0000 Rustic Timbers HOA Irrigation Repair 74B 34413352 Furnish/Install Rdway Illum TY 18 Pole (Add Powder Coat Black Finish) 74C 3441.1615 Furnish/Install Type 45 Signal Pole (Add Powder Coat Black Finish) 74E 26053026 3" CONDT PVC SCH 80 (B) Item 74D 2605.1010 Electrical Facilities - New TriCounty Service Unit 1- 9999.0000 Rustic Timbers HOA 74F Irrigation Additional Repairs Unit 1- 3201-0616Arterial (9" Conc 22A Dept) Unit I- 3213.0226 11" Concrete Pvmt 74G HES Unit I- 3212.0401 HMAC Trensition 74H Unit I-741 3217.0102 6" SLD Pvmt Marking HAS (Y) Unit I-74J 3217.2103 REFL Raised Marker TY II-A-A Unit I- 3471.0002 Portable Message 74K Board Unit Mobilization I.001 LS EA EA LF EA LS SY SY TN LF EA WK LS 0 S 4,SS9.24 $ 4,589.24 0 $ 1,44231 $ 18,750.03 0 $ 1,125.00 $ 2,250.00 0 $ 46.00 $ 9,660.00 0 $ 17,75435 $ 17,75435 0 $ 67,340.64 $ 67,340.64 0 $ 115.00 $ 122,245.00 0 $ 200.00 $ 34,200.00 0 $ 630.00 $ 25,200.00 0 $ 50.00 $ 72.50 0 $ 2.00 $ 16.00 0 $ 2.00 $ 2,000.00 1 $ 29,550.00 $ 29,550.00 C Estimated Quantity Installed this Period 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 Retainage (FIDs) 34027-2060000-103281-RETAIN D E F Value this Previously Previously Period Installed Installed Quantity Value $ .00 1.0000 $ 4,589.24 $ .00 13.0000 $ 18,750.03 $ .00 2.0000 $ 2,250.00 $ .00 210.0000 $ 9,660.00 5 0o i.0000 5 v,�sa.3s $ .00 1.0000 $ 67,340.64 S oo s,isa.zsoo S lzs,saz.zo 5 0o vi.0000 S 3a,zoo.00 $ .00 61.8500 $ 35,965.50 $ .00 1.4500 $ 72.50 $ .00 8.0000 $ 16.00 $ oo s,000.0000 S z,000.00 $ .00 1.0000 $ 29,550.00 Retainage Amount to Pay $ .00 $ .00 5 - az,sss.zz $ az,sss.zz G H I J K Materials Total Completed Retainage % Balance to Presently and Stored to this Period (H/B) Finish Stored Date(D+F+G) (B-H) (not in F) $ .00 $ 4,589.24 $ .00 100.00% $ .00 $ .00 $ 18,750.03 $ .00 100.00% $ .00 5 00 5 z,zso.00 5 .00 ioo.00i 5 00 $ .00 $ 9,660.00 $ .00 100.00% $ .00 5 0o S i�,�sa.ss 5 0o ioo.00i 5 00 $ .00 $ 67,340.64 $ .00 100.00% $ .00 S oo S 1za,laz.zo 5 0o soa.azr S- s,s9�.zo 5 0o S sa,zoo.00 5 00 1oo.00i S o0 $ .00 $ 38,965.50 $ .00 154.63% $- 13,765.50 5 00 5�zso S oo ioo.00i 5 00 5 00 5 i6.00 5 0o ioo.00i S o0 S oo S z,000.00 S o0 10o.00�i 5 00 $ .00 $ 29,550.00 $ .00 100.00% $ .00 Page 2 of 8 Bid Item Description N o. Unit Construction Staking 1.002 Unit Remove Sidewalk 1.003 Unit Remove ADA Ramp 1.004 Unit Remove Conc Pvmt I.005 Unit Remove Asphalt Pvmt 1.006 Unit Remove Conc Curb&Gutter 1.007 Unit Salvage Fire Hydrant 1.008 Unit Remove 21" Storm Line 1.009 Unit Remove 48" Storm Line 1.010 Unit Remove 10' Curb Inlet 1.011 Unit Remove 4' Drop Inlet 1.012 Unit Remove 5' Drop Inlet 1.013 Unit 2" CONDT PVC SCH 80 (T) 1.014 Unit 2° CONDT PVC SCH 80 (B) 1.015 Unit 3° CONDT PVC SCH 80 (T) 1.016 Unit 4" CONDT PVC SCH 80 (T) 1.017 Unit 4" CONDT PVC SCH 80 (B) 1.018 A Spec. Section N o. UoM Bid Unit Price Quantity LS SF EA SY SY LF EA LF LF EA EA EA LF LF LF LF LF F�RT�V�RTH� TPW Construction Invoice B C D E F G H I J K Bid Value Eseimated Value this Previously Previously Materials Total Completed Retainage % Balance to Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish Installed this Quantity Value Stored Date (D+F+G) (B-H) Period (not in F) i S zs,9so.00 5 zs,9so.00 o.0000 5 00 1.000o S zs,9so.00 5 0o S zs,sso.00 5 0o ioo.00i S o0 11,610 $ 1.50 $ 17,415.00 0.0000 $ .00 11,145.000 $ 16,717.50 $ .00 $ 16,717.50 $ .00 95.99% $ 697.50 0 a 5 aoo.00 S i,600.00 0.0000 5 0o a.0000 5 i,600.00 5 00 5 i,600.oa 5 0o ioo.00i 5 00 1,900 $ 24.00 $ 77,784.00 0.0000 $ .00 3,180.2800 $ 76,326J2 $ .00 $ 76,326J2 $ .00 98.13% $ 1,45718 990 $ 20.00 $ 21,860.00 0.0000 $ .00 1,093.0000 $ 21,860.00 $ .00 $ 21,860.00 $ .00 100.00% S .00 233 $ 7.00 $ 1,631.00 0.0000 $ .00 230.0000 $ 1,610.00 S .00 $ 1,610.00 $ .00 98J1%� $ 21.00 i 5 900.00 5 eoo.00 o.0000 5 00 0.0000 5 00 5 00 5 0o S o0 o.00�i 5 900.00 vi 5 so.00 S s,iso.00 o.0000 5 0o vi.0000 5 s,iso.00 5 00 5 s,iso.00 5 0o ioo.00i S o0 36 $ 85.00 $ 3,060.00 0.0000 $ .00 36.0000 $ 3,060.00 $ .00 $ 3,060.00 $ .00 100.00% S .00 z 5 s,soo.00 S 3,000.00 0.000o S oo z.0000 5 3,000.00 5 0o S s,000.o0 5 0o ioo.00i S o0 5 $ 1,300.00 $ 6,500.00 0.0000 $ .00 5.0000 $ 6,500.00 $ .00 $ 6,500.00 $ .00 100.00% $ .00 s 5 s,soo.00 S �,soo.00 o.0000 5 0o s.0000 5�,soo.00 5 00 5�,soo.00 5 0o ioo.00i, 5 00 2,655 $ 33.00 $ 87,615.00 0.0000 $ .00 2,655.0000 $ 87,615.00 $ .00 $ 87,615.00 $ .00 100.00% $ .00 390 $ 42.00 $ 16,380.00 0.0000 $ .00 390.0000 $ 16,380.00 $ .00 $ 16,380.00 $ .00 100.00'Sb $ .00 60 5 ao.00 S z,aoo.00 o.0000 5 0o eo.0000 5 z,aoo.00 5 00 5 z,aoo.00 5 0o ioo.00i 5 00 ioo S as.00 5 a,soo.00 o.0000 S oo ioo.0000 S n,soo.00 S oo S 4,soo.00 S oo ioo.00i S o0 315 $ 55.00 $ ll,325.00 0.0000 $ .00 315.0000 $ 17,325.00 $ .00 $ 17,325.00 $ .00 100.009�� $ .00 Page 3 of 8 Bid Item Description N o. Unit 6"-12" Tree Removal 1.019 Unit Unclassified Excavation by Plan 1.020 Unit Embankment by Plan 1.021 Unit Conc Pvmt Repair, Arterial 1.022 Unit 8" Flexible Base, Type A, GR-1 1.023 Unit Hydrated Lime 1.024 Unit 8" Lime Treatment 1.025 Unit 11" Conc Pvmt 1.026 Unit 11" Conc Pvmt HES 1.027 Unit 4" Conc Sidewalk 1.028 Unit Conc Curb at Back of Sidewalk 1.029 Unit Barrier Free Ramp, Type P-1 1.030 Unit 6" BRK Pvmt Marking HAS (W) 1.031 Unit 8" SLD Pvmt Marking HAS (W) 1.032 Unit Preformed Thermoplastic 1.033 Contrast Markings - 24" Stop Bars Unit Preformed Thermoplastic 1.034 Contrast Markings - 24" Crosswalk A Spec. Section N o. UoM Bid Unit Price Quantity EA CY CY SY SY TN SY SY SY SF LF EA LF LF LF LF F�RT�V�RTH� TPW Construction Invoice B C D E F G H I J K Bid Value Eseimated Value this Previously Previously Materials Total Completed Retainage % Balance to Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish Installed this Quantity Value Stored Date (D+F+G) (B-H) Period (not in F) i 5 s,soo.00 S i,aoo.00 o.0000 5 00 0.0000 5 00 5 00 5 00 5 00 o.00i S i,soo.00 8,159 $ 47.50 $ 389,927.50 0.0000 $ .00 8,209.0000 $ 389,927.50 $ .00 $ 389,927.50 $ .00 100.00% $ .00 ssi 5 ss.so 5 so,zio.so o.0000 5 0o ssi.0000 5 3o,zio.so 5 0o S so,zio.sa 5 0o ioo.00i 5 00 9i $ iao.00 S 1z,�ao.00 o.0000 5 00 0.0000 5 0o S oo S oo S o0 o.00r S 1z,�ao.00 473 $ 20.00 $ 36,220.00 0.0000 $ .00 1,471.5700 $ 29,431.40 $ .00 $ 29,431.40 $ .00 81.26% $ 6,788.60 258 $ 400.00 $ 103,200.00 0.0000 $ .00 280.2300 $ 112,092.00 $ .00 $ 112,092.00 $ .00 108.62% $- 8,892.00 io,s6o 5 9.so S loo,szo.00 o.0000 5 0o io,�zo.000 S loi,sao.00 5 0o S loi,sao.00 S oo ioi.szi 5- i,szo.00 0 8,615 $ 99.00 $ 852,885.00 0.0000 $ .00 9,744.0000 $ 964,656.00 $ .00 $ 964,656.00 $ .00 113.11% $- 111,771.00 1,342 $ 103.00 $ 138,226.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 138,226.00 50,155 $ 7.00 $ 351,085.00 0.0000 $ .00 50,700.000 $ 354,900.00 $ .00 $ 354,900.00 $ .00 101.09% $- 3,815.00 0 210 $ 16.00 $ 3,360.00 0.0000 $ .00 235.0000 $ 3,760.00 $ .00 $ 3,760.00 $ .00 111.90% $- 400.00 14 $ 3,350.00 $ 46,900.00 0.0000 $ .00 14.0000 $ 46,900.00 $ .00 $ 46,900.00 $ .00 100.00% $ .00 1,zoo S z.00 S z,aoo.00 o.0000 5 0o i,zso.0000 5 z,a6o.00 5 00 5 z,a6o.00 5 .00 ioz.soi 5- 60.00 724 $ 3.00 $ 2,397.00 0.0000 $ .00 1,226.0000 $ 3,678.00 $ .00 $ 3,678.00 $ .00 153.44% $- 1,281.00 78 $ 15.00 $ 1,770.00 0.0000 $ .00 370.0000 $ 5,550.00 $ .00 $ 5,550.00 $ .00 313.56'% $- 3,780.00 360 $ 15.00 $ 5,730.00 0.0000 $ .00 42L0000 $ 6,330.00 $ .00 $ 6,330.00 $ .00 110.47% 5- 600.00 Page 4 of 8 Bid Item Description N o. Unit Lane Legend Arrow 1.035 Unit Lane Legend Only 1.036 Unit REFL Raised Marker TY II-C-R 1.037 Unit Remove 4" Pvmt Marking 1.038 Unit Remove 8" Pvmt Marking 1.039 Unit Remove Raised Marker 1.040 Unit Remove Lane Legend Arrow 1.041 Unit 6" Topsoil 1.042 Unit Block Sod Placement 1.043 Unit Exploratory Excavation of 1.044 Existing Utilities Unit Manhole Adjustment, Major 1.045 Unit Valve Box Adjustment 1.046 Unit 6" Water Pipe 1.047 Unit Fire Hydrant 1.048 Unit 6" Gate Valve 1.049 Unit Relocate Signal Head Assembly I.O50 Unit 7/C 14 AWG Multi-Conductor 1.051 Cable A Spec. Section N o. UoM Bid Unit Price Quantity EA EA EA LF LF EA EA CY SY EA EA EA LF EA EA EA LF F�RT�V�RTH� TPW Construction Invoice B C D E F G H I J K Bid Value Eseimated Value this Previously Previously Materials Total Completed Retainage % Balance to Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish Installed this Quantity Value Stored Date (D+F+G) (B-H) Period (not in F) i6 5 zoo.00 S s,aoo.00 o.0000 5 0o i�.0000 5 s,aoo.00 5 00 5 s,aoo.00 5 0o ioo.00i S o0 s 5 zso.00 S i,soo.00 o.0000 5 00 6.0000 5 s,soo.00 5 0o S i,soo.00 5 0o ioo.00i S o0 iiz 5 s.00 S s�o.00 o.0000 5 0o in.0000 5 ass.00 5 00 5 sas.00 5 0o iss.zei 5 sis.00 1,405 $ 1.00 $ 1,405.00 0.0000 $ .00 371.0000 $ 371.00 $ .00 $ 371.00 $ .00 26.41% $ 1,034.00 sas S s.00 S iss.00 o.0000 S oo so.0000 S so.00 S o0 5 so.00 S oo as.zar S 1os.00 950 $ 1.50 $ 1,425.00 0.0000 $ .00 900.0000 $ 1,350.00 $ .00 $ 1,350.00 $ .00 94.74% $ 75.00 z 5 �s.00 5 iso.00 o.0000 5 00 0.0000 5 00 5 00 5 0o S o0 o.00i 5 iso.00 1,569 $ 30.00 $ 47,070.00 0.0000 $ .00 448.0000 $ 13,440.00 $ .00 $ 13,440.00 $ .00 28.55% $ 33,630.00 9,389 $ 6.50 $ 61,028.50 0.0000 $ .00 9,375.0000 $ 60,937.50 $ .00 $ 60,937.50 $ .00 99.85% $ 91.00 z 5 z,000.00 S a,000.00 o.0000 S oo z.0000 5 4,000.00 5 0o S a,000.o0 5 0o ioo.00i 5 00 2 $ 5,000.00 $ 10,000.00 0.0000 $ .00 2.0000 $ 10,000.00 $ .00 $ 10,000.00 $ .00 100.00% $ .00 i 5 600.0o S 600.00 0.0000 5 00 0.0000 5 00 5 00 5 00 5 00 o.00i S 600.00 a 5 soo.00 S z,aoo.00 o.0000 5 00 0.0000 5 00 5 00 5 00 5 .00 o.00i S z,aoo.00 i 5�,�so.00 S�,�so.00 o.0000 5 00 0.0000 5 00 5 0o S o0 5 00 o.00i S �,�so.00 i 5 3,�so.00 S s,�so.00 o.0000 5 00 0.0000 5 00 5 0o S ao 5 00 o.00i 5 3,�so.00 z 5 eso.00 5 i,9oo.00 0.0000 5 0o z.0000 S 1,900.0o S o0 5 1,900.0o S oo soo.00i S o0 iso S 3.�s S serso o.0000 5 0o iso.0000 5 serso 5 00 5 serso 5 0o ioo.00i, 5 00 Page 5 of 8 Bid Item Description N o. Unit NO 2 Insulated Elec Condr 1.052 Unit NO 101nsulated Elec Condr 1.053 Unit NO S Bare Elec Condr 1.054 Unit Furnish/Install Ground Box I.OSS Type B, w/Apron Unit Furnish/Install Type 45 Signal 1.056 Pole Unit Furnish/Install Type 33A Arm 1.057 Unit TY 5 Signal Foundation I.O58 Unit Furnish/Install 120-240 Volt 1.059 Single Phase Metered Pedestal Unit Furnish/Install 240-480 Volt 1.060 Single Phase Transocket Metered Pedestal Unit Furnish/Install LED Lighting 1.061 Fixture (137 watt ATB2 Cobra Head) Unit Rdwy Illum Foundation TY 1.062 3,5,6, and 8 Unit Furnish/Install Rdway Illum TY 1.063 18 Pole Unit Salvage Street Light Pole 1.064 Unit Furnish/Install Alum Sign 1.065 Ground Mount City Std. Unit Remove Sign Panel and Post 1.066 Unit Remove and Reinstall Sign 1.067 Paneland Post A Spec. Section N o. UoM Bid Unit Price Quantity LF LF LF LF EA EA EA EA EA EA EA EA EA EA EA EA F�RT�V�RTH� TPW Construction Invoice B C D E F G H I J K Bid Value Eseimated Value this Previously Previously Materials Total Completed Retainage % Balance to Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish Installed this Quantity Value Stored Date (D+F+G) (B-H) Period (not in F) �,96s S�.o0 5 ss,�ss.00 o.0000 5 00 �,96s.0000 S ss,�ss.00 5 0o S ss,�ss.00 5 0o ioo.00i S o0 sao S 1.�s S i,ois.00 o.0000 5 0o sso.0000 5 1,ols.00 5 0o S i,ois.00 5 0o ioo.00i S o0 765 $ 2.75 $ 2,103.75 0.0000 $ .00 765.0000 $ 2,103.75 $ .00 $ 2,103.75 $ .00 100.00% $ .00 18 $ 2,000.00 $ 36,000.00 0.0000 $ .00 17.0000 $ 34,000.00 $ .00 $ 34,000.00 $ .00 94.44% $ 2,000.00 z S zz,�so.00 S as,soo.00 o.0000 S oo z.0000 S as,soo.00 S oo S as,soo.00 S oo ioo.00r 5 00 28 $ 700.00 $ 19,600.00 0.0000 $ .00 25.0000 $ 19,600.00 S .00 $ 19,600.00 $ .00 100.00% $ .00 z S io,soo.00 5 zi,000.00 o.0000 5 0o z.0000 S zi,000.o0 5 0o S zi,000.00 S oo ioo.00i 5 00 i S io,zso.00 5 io,zso.00 o.0000 5 0o i.0000 5 io,zso.00 5 0o S io,zso.00 5 0o ioo.00i S o0 1 S io,9so.00 5 1o,9so.00 o.0000 S oo s.0000 S lq9so.00 S oo $ io,9so.00 5 0o ioo.00i $ o0 za 5 s,000.o0 5 zs,000.00 o.0000 5 0o za.0000 5 zs,000.o0 5 0o S za,000.oa 5 0o ioo.00i 5 00 13 $ 2,650.00 $ 34,450.00 0.0000 $ .00 13.0000 $ 34,450.00 $ .00 $ 34,450.00 $ .00 100.00% $ .00 13 $ 3,800.00 $ 49,400.00 0.0000 $ .00 13.0000 $ 49,400.00 $ .00 $ 49,400.00 $ .00 100.00% $ .00 i 5 sso.00 S aso.00 o.0000 5 00 1.0000 5 sso.00 5 00 5 sso.00 5 .00 ioo.00i 5 00 i 5 soo.00 S aoo.00 o.0000 5 00 1.0000 5 soo.00 5 00 5 soo.00 5 0o ioo.00i 5 00 io 5 zoo.00 S z,000.00 o.0000 5 0o io.0000 5 z,000.o0 5 0o S z,000.oa 5 0o ioo.00i 5 00 3 S Z,zso.00 5 a,�so.00 o.0000 5 0o a.0000 S io,000.00 S oo S io,000.00 S oo z��.���•� S�,zso.00 Page 6 of 8 Bid Item Description N o. Unit Traffic Control 1.068 Unit 5" Colored Textured Concrete 1.069 Unit Construction Allowance (Please 1.070 enter$300,00O.00fortheUnit Price.) Unit Relocate Mast Arm Sign 1.071 Unit Tree Protection 1.072 Unit 6" Flexible Base, Type A, GR-1 1.073 Unit 4" Asphalt Base Type B 1.074 Unit 21" Storm Abandonment Plug II.001 Unit 48" Storm Abandonment Plug 11.002 Unit Temporary Asphalt Paving 11.003 Repair Unit 21" RCP, Class III 11.004 Unit 24" RCP, Class III II.005 Unit 48" RCP, Class III 11.006 Unit 8x5 Box Culvert 11.007 Unit 4' Storm Junction Box II.00S Unit 5' Storm Junction Box 11.009 Unit 6' Storm Junction Box 11.010 A Spec. Section N o. UoM Bid Unit Price Quantity F�RT�V�RTH� TPW Construction Invoice B C D E F G H I J K Bid Value Eseimated Value this Previously Previously Materials Total Completed Retainage % Balance to Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish Installed this Quantity Value Stored Date (D+F+G) (B-H) Period (not in F) MO 12 $ 6,450.00 $ 83,850.00 0.0000 $ .00 13.0000 $ 83,850.00 $ .00 $ 83,850.00 $ .00 100.00% $ .00 SF 4,961 $ 15.00 $ 74,415.00 0.0000 $ .00 5,243.0000 $ 78,645.00 $ .00 $ 78,645.00 $ .00 105.68% $- 4,230.00 o S s,o�o.�a o.0000 5 00 0.0000 5 00 5 0o S o0 5 00 o.00i 5 s,o�o.�a �s i 5 aso.00 5 aso.00 o.0000 5 0o i.0000 5 sso.00 5 00 5 sso.oa 5 0o ioo.00i 5 00 Ea � 5 3so.00 5 z,aso.00 o.0000 S o0 0.0000 5 0o S o0 5 00 5 00 o.00r S z,aso.00 SY 600 $ 12.50 $ 7,500.00 0.0000 $ .00 275.0000 $ 3,437.50 $ .00 $ 3,437.50 $ .00 45.83% $ 4,062.50 SY 600 S 56.00 $ 33,600.00 0.0000 S .00 275.0000 $ 15,400.00 S .00 $ 15,400.00 $ .00 45.83% S 18,200.00 En i 5 sio.00 5 sio.00 o.0000 5 0o i.0000 5 sio.00 5 00 5 sio.00 S oo ioo.00i S o0 ea i S ��s.00 $ ns.00 o.0000 S oo s.0000 5��s.00 S oo S ns.00 5 0o ioo.00i $ o0 LF 136 $ 50.00 $ 6,800.00 0.0000 $ .00 136.0000 $ 6,800.00 $ .00 $ 6,800.00 $ .00 100.00% $ .00 LF 409 $ 175.00 $ 71,575.00 0.0000 $ .00 409.0000 $ 71,575.00 $ .00 $ 71,575.00 $ .00 100.00% $ .00 LF 522 $ 185.00 $ 96,570.00 0.0000 $ .00 522.0000 $ 96,570.00 $ .00 $ 96,570.00 $ .00 100.00% $ .00 LF 61 $ 325.00 $ 19,825.00 0.0000 $ .00 61.0000 $ 19,825.00 $ .00 $ 19,525.00 $ .00 100.00% $ .00 LF 12 $ 5,250.00 $ 63,000.00 0.0000 $ .00 12.0000 $ 63,000.00 $ .00 $ 63,000.00 $ .00 100.00% $ .00 EA 2 $ 15,000.00 $ 30,000.00 0.0000 $ .00 3.0000 $ 45,000.00 $ .00 $ 45,000.00 $ .00 150.00'% $- 15,000.00 EA z S zo,soo.00 S ai,000.00 o.0000 5 .00 z.0000 S al,000.00 S .00 S al,000.00 S .00 soo.00i S .00 En 1 $ zs,soo.00 S zs,soo.00 o.0000 5 0o s.0000 S zs,soo.00 S oo S zs,soo.00 S oo ioo.00i S o0 Page 7 of 8 Bid Item Description N o. Unit 10' Recessed Inlet 11.011 Unit 20' Recessed Inlet 11.012 Unit SWPPP = 1 acre 11.013 Unit 3' Drop Inlet (No Apron) 11.014 A Spec. Section N o. UoM Bid Unit Price Quantity F�RT�V�RTH� TPW Construction Invoice B C D E F G H I J K Bid Value Eseimated Value this Previously Previously Materials Total Completed Retainage % Balance to Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish Installed this Quantity Value Stored Date (D+F+G) (B-H) Period (not in F) EA 14 $ 11,700.00 $ 163,800.00 0.0000 $ .00 14.0000 $ 163,800.00 $ .00 $ 163,800.00 $ .00 100.00% $ .00 EA 1 $ 16,200.00 $ 16,200.00 0.0000 $ .00 1.0000 $ 16,200.00 $ .00 $ 16,200.00 $ .00 100.00% $ .00 LS 1 $ 23,250.00 $ 23,250.00 0.0000 $ .00 1.0000 $ 23,250.00 $ .00 $ 23,250.00 $ .00 100.00% $ .00 EA 1 $ 13,500.00 $ 13,500.00 0.0000 $ .00 1.0000 $ 13,500.00 $ .00 $ 13,500.00 $ .00 100.00% $ .00 $3,965,509.25 $ 0.00 $3,896,087.33 $ 0.00 $3,896,087.33 $ - 42,855.22 98.25% $ 69,421.92 Page 8 of 8 F�RT�V�RTH� Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: park Vista CO #1 M&C: N/A CPN: 103281 Date: 10/10/2025 To: 1. 2. 3. 4. 5. 6. 7. 8. 9. 10 11 Name Mitch Aiton Justin Blair Nick Dezaux (Inspector) Raul Lopez Lissette Acevedo Patricia Wadsack Lauren Prieur Doug Black Jesica McEachern Jannette Goodall TPW Contracts CSO: 61577 Department Initials TPW - Signature � ,,, McClendon - Signature ,� TPW — Signature !' TPW - Signature �� TPW — Signature � TPW — Signature p[��/' TPW — Signature ?�?�— Legal — Signature ;� : I�s �ldck CMO — Signature � CSO - Signature +� DOC#: N/A Date Out Oct 27, 2025 Oct 28, 2025 Oct 27, 2025 Oct 28, 2025 Oct 29, 2025 Oct 29, 2025 Oct 30, 2025 Oct 31, 2025 11/12/2025 11/13/2025 CC: Program Manager, Sr. CPO, TPW BSPAP Recon Team, TPW Records Room, TPW Contracts DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documcnts rcccivcd 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, Jay will review and takc thc ncxt stcps. NEEDS TO BE NOTARIZED: ❑YES �No RUSH: ❑YES �No SAME DAY: ❑YES �No ROUTING TO CSO: �YES ❑No NEXT DAY: ❑YES �No Action Required: ❑ Attach Signature, Initial and Notary Tabs ❑ As Requested � For Your Information � Signature/Routing and or Recording � Comment ❑ File Return To: Please notify TPWContractsnu fortworthtexas.�ov for pickup when complete. Call ext. 7233 or ext. 8363 with questions. Thank you! F�RT` ��1�TH�} City Secretary's Office Contract Routing & Transmittal Slip COntraCtOr'S Name: McClendon Construction Company, Inc. Sub�eCt of the Agreement: Please seejustification on change order. M&C Approved by the Council? * Yes ❑ No 8 If so, the M&C must be attached to the cont�act. Is this an Amendment to an Existing contract? Yes ❑ No 8 If so, provide the original cont�act number and the amendment nu�nber. Is the Contract "Permanent"? *Yes 8 No ❑ If unsuYe, see back page, fo� pe�manent contYact listing. Is this entire contract Confidential? *Yes ❑ No 8 If only specific information is Confidential, please list what information is Confidential and the page it is located. Effective Date: Expiration Date: If �different from the approval date. If applicable. Is a 1295 Form required? * Yes ❑ No 8 *If so, please ensu�e it is attached to the app�oving M&C o� attached to the contYact. Proj ect Number: If applicable. 103281 *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes 8 No ❑ Contracts need to be routed for CSO nrocessin� in the followin� order: 1. Katherine Cenicola (Approver) 2. Jannette S. Goodall (Signer) 3. Allison Tidwell (Form Filler) *Indicates the information is required and if the information is not provided, the contract will be returned to the department. CSC No. 61577-CO1 FoR_� x city of Fort worth Change Order Request Project Name� Park Vista Boulevard - Keller Haslet Road to Timberland Boulevard � City Sec # I 61577 Client Project #(s)� 103281 Project� park Vista Boulevard - Keller Haslet to Timberland - Roadway, Drainage and Illumination Improvements Descrip6on Contractorl McClendon Construction Company, Inc. � Change Order #� City Project Mgc� Mitch Aiton � Dept Unit 1• Paving Unit II - Storm Original Contract Amount Extras to Dale Credits to Date Pending Change Orders (in M&C Process) Contract Cost to Date 'Amount of Prq�psed Chanpe Order Revised Contract Amount Original Funds Available for Change Orders Remaining Funds Available for this CO Additional Funding (if necessary) $3,309,611.75 $572,305.00 � Datel 10/9/2025 �� City Inspector� Steve Johnson � Contract Time Totals (CD $3,881,916.75 �60 $3,309,611,75 $572,305.00 $3,881,916.75 360 $3,393�,204.25 $572,305.00 $3,9�509.25 48n CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 2.15% MAXALLOWABLECONTRACTAMOUNT/ORIGINALCONTRACTCOST+25%) $4,852,395.94 JUSTIFICATION (REASONS) FOR CHANGE ORDER This Change Order allows the contractor to remove and replace concrete panels and asphalt Vansition at the intersection north of the project at Keller Haslet Rd and Park Vista Blvd. The current project limits end at the Keller Haslet intersec6on near the southern crosswalk. When all Park Vista lanes were opened to traffic, it was observed that a few panels in the existing intersection pavement created a speed bump in the southbound direction. Vehicles need to slow down to half the 40 mph posted speed to avoid damage. To improve safety, the concrete panels and asphatt transi6on will be removed and replaced to eliminate the bump. The Change Order will add Item I-74G 11" Concrete Pvmt HES at a price of $200/SY. For reference, Avondale Haslet CPN#101014 had a bid for $200/SY. This will add Item F74H HMAC Transition at a price of $630.00lTN. For reference, Unit Price ConVact 58614 had a contract value of $719.00lTN. This will add Item F7416" SLD Pvmt Marking HAS (Y) at a price of $1.45/LF. For reference, Keller Hicks CPN#103276 had a bid value of $3.00/LF. This will add Item F74J REFL Raised Marker TY II-A-A for a price of $8.00/EA. For reference, Keller Hicks had a bid value of $11.00/EA. This will add Item I-74K Portable Message Board at a price of $1,OOONVK. For reference, Avondale Haslet CPN#101014 had a bid for $2,OOONVK. Staff deems the proposed prices reasonable. This Change Order will increase contract time by adding 120 calendar days to complete the work upon its approval. 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/Progrem 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. ^—� —�—�- ^— -- „-- i .__,.,_ , i McClendon Construction Company, Inc. Ip�p�xAnspec�ian Supervisor _y�u1a;,�r�� Nickolas Dezaux (Oct P, 202515:Zi:05 CDT) Program Manager ',c� ;l� Assistant Director �Deptj ,o<..u�,i.}�a�a Patncia L 1Vadsa�k i0ct 39, 30351] 58:4R CDT� Justin Blair 1��27�2�25 10/28/2025 - � ",•.�- Date Director, i 10/29/2025 ��� � � i`� 10/28/2025 10/27/2025 10/29/2025 Date 10/30/2025 — !' — I 10/31/2025 I:» ` I 11/1z/zozs � Council Action ('rf requiredj M8C Number � N�A � M&C Date Approved �NIA � ATTEST: Jannette Goodall, City Secretary FoKrw� KrH City of Fort Worth "'T� Change Order Additions Project Name � Park Vista Boulevard - Keller Haslet Road to Timberland Boulevard ClienlProject# � 103281 Contractorl McClendon Construction Company, Inc. � PN I I tM UtSI;KIF' I IUN 5 Remove Conc Pvmt 6 Remove Asphalt Pvmt 20 Unclassified Excavation by Plan 23 8" Flexible Base, Type A, GR-1 32 8" SLD Pvmt Marking HAS (W) 33 Preformed Thermoplastic Contrast Markings- 24" Stop Bai 34 Preformed Thermoplastic Contrast Markings- 24" Crosswalk: 35 Lane Legend Arrow 36 Lane Legend Only 37 REFL Raised Marker TY II-C-R 68 Traffic Control I-74G 3213A20611" Concrete Pvmt HES I-74H 3212.0401 HMAC Transition I-741 3217.0102 6" SLD Pvmt Marking HAS (YJ I-74J 3217.2103 REFL Raised Marker TY II-A-A I-74K 3471.0002 Portable Message Board AUUI I IVNS Mitch Aiton � Change Order Submittal # �1 UtF' I Unit 1- Paving Unit 1- Paving Unit 1- Paving Unit 1- Paving Unit 1- Paving Unit 1- Paving Unit 1- Paving Unit 1- Paving Unit 1- Paving Unit 1- Paving Unit 1- Paving Unit 1- Paving Unit 1- Paving Unit 1- Paving Unit 1- Paving Unit 1- Paving Uyt 171.00 103.00 50.00 275.00 75.00 40.00 22.00 1.00 1.00 2.00 1.00 171.00 40.00 50.00 2.00 2.00 � Ciry Sec # � 61577 � � Inspectorl Steve Johnson I Date � 1019/2025 � Unit SY SY CY SY LF LF LF EA EA EA MO SV TN LF EA WK Unn �ost ' �24.00 20AG $47.5G $20AG $3.OG $15AG $15.0(i $200.oU $250.oU $S.OG $6,450.oU $200.oU $630.oU $1.45 $8.OG $1,o00.0U i otai 4,104.00 2, 060.00 $2,375.00 $5,500.00 $225.00 $600.00 $330.00 $200.00 $250.00 $10.00 $6,450.00 $34,200.00 $25,200.00 $72.50 $16.00 $2,000.00 I Unit 1-Uaving I Unit II - Storm I Sub I otal Atltli6ons Change Order Additions Page 2 of 4 $83,592.50 $0.00 $FS:t,59L.5U I I tM F()Rl' Wl�RTH City of Fort Worth � � � Change Order Deletions Project Name � Park Vista Boulevard - Keller Haslet Road to Timbedand Boulevard ClientProject# I 103281 Contractorl McClendon Construction Company, Inc. I UtSI,KIF' I IUIV UtLtIIUNS � Ciry Sec # � 61577 � � PMI Mitch Aiton � Inspectorl Steve Johnson � Change Order Submittal # O Date � 10/9/2025 � UtF' I ury umt un¢ �ost i otai Unit 1-Paving i Unit II - Storm I Sub I otal Ueletions Change Order Deletions Page 3 of 4 0.00 0.00 yU.UU MISBE for this Change Order M/SBE Sub Type of Service Amount for this CO N/A N/A N/A Total $0.00 Co # Previous Change Orders DATE AMOUNT Total I $0.00 � ..., a ��� , --a , � �.��� , �, ,��: �s ,� , , �� � ,� � ��-- ��„ --f,. � 7�-EE-PROI'ECiON �� � �� Eu0vE5 � �� r,_ _ _ �_ e _ _ = J/ o U�_ _ _�_— QRENO D ONLT � � — = Bump in `"'- Southbound � -- - " lanes � Pavement ` F�drR ""I ��w"'"�r`` — '_' y� �� � `�� ,"'„: �" / � ,��;�� oR a REnR� REMo�Eo s���s ro ,AR�K M�.�E ( � o�sro�.<o,�r�a�K M��ti„�E�oa.woa.�rExa� �o� Foa �� � , �z� okoP_ ����s.R�.�o�s ��-� ;; z ��.r RE��Ew ARE APPRo�A� aF r�E=E P�,�= �_ �o. �'_j` ;� / oa�o a Eo oFa"�".;S;aores'�o��.�° ---- --- ---- �� —� --- ----- � — _ c PR EE E s�oa.woR.�.Exas�o� RE�,�R �-- .•�F�`I�'.�h� 3' 't�X_'.. - rI I. __ . �if� �_. — _ .�.� �T � 1�� _ Y�.'"- �3�'�� . -- ' .�'i'�%�l'�"':�"'�. � - T -_ _��`�.-- . . ' . .--� � — ---- � - ,,. / —�. ;��� � i .�� � r � w i � i �q�i �jw, �C. ', � I I I I I I I I ( I I I I I I I r�%w.�! f � � �.�— � �. . Regrade ................::' .................. ,......................: Concrete �' Panels. � � '�• ���� � •�������������! 7 i . ..`.. r � r Remove panels, subgrade, regrade to drain south with no bump. Transition asphalt to matc � � ' y4e.,�. � �a �; =,�:M � II 11 kl 11.1� �� �I Il li i� !,� 3��,A : �� , ,.t � � � Redo Asphalt , ... � . �����,�� y y��r�_DATE � RTH, TX ON & vKS � _.... ENfS �� �� M N ��� j � J � sree� . — ,s I���: .. '�'�•,7 100 101 102 103 104 105 106 107 108 109 110 111 112 113 114 115 McCLENDON CONSTRUCTION CO., INC. Burleson, Texas 76097 (817) 295-0066 Fax (817) 295-6796 October 10, 2025 City of Fort Worth Attn: Mitch Aiton Re: Mitch, CPN 103281— Park Vista Blvd Intersection Concrete Replacement Below is the price to remove the "bump" in the existing intersection of Park Vista Blvd and Keller Haslet Road. To do this we would need to re-route north and southbound traffic on Park Vista and Close Keller Haslet to the West of the intersection. Quantity 275 171 103 50 171 40 22 40 75 50 1 1 2 2 1 2 Unit SY SY SY CY SY TN LF LF LF LF EA EA EA EA MO WK Unit Price $ 20.00 $ 24.00 $ 20.00 $ 47.50 $ 200.00 $ 630.00 $ 15.00 $ 15.00 $ 3.00 $ 1.45 $ 200.00 $ 250.00 $ 5.00 $ 8.00 $ 6,450.00 $ 1,000.00 8" Flexbase Remove Conc Pvmt Remove HMAC Pvmt Remove Subgrade (Unclassified Ex) 11" Concrete Pvmt HES HMAC Transition Preformed Thermoplastic Contrast Markings - 24" Stop Bars Preformed Thermoplastic Contrast Markings - 24" Crosswalk 8' SLD Pvmt Marking HAS (W) 6" SLD Pvmt Marking HAS (Y) Lane Legend Arrow Lane Legend Only REFL Raised MarkerTY II-C-R REFL Raised MarkerTY II-A-A Traffic Control Portable Message Board Total $ 5,500.00 $ 4,104.00 $ 2,060.00 $ 2,375.00 $ 34,200.00 $ 25,200.00 $ 330.00 $ 600.00 $ 225.00 $ 72.50 $ 200.00 $ 250.00 $ 10.00 $ 16.00 $ 6,450.00 $ 2,000.00 $ 83,592.50 Time has already been stopped on this project, so as long at we do not start counting time again, we will not request additional time for this change order. Respectfully, Justin Blair 103281-CNCO-Park Vista CO #1 Interim Agreement Report Created: 2025-10-26 By: Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) Status: Out for Signature Transaction ID: CBJCHBCAABAAMFOy_apC8DAK3e_vKE1hF5M9-4V2sTPp Agreement History 2025-11-07 Agreement history is the list of the events that have impacted the status of the agreement prior to the final signature. A final audit report will be generated when the agreement is complete. "103281-CNCO-Park Vista CO #1" History Document created by Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) 2025-10-26 - 0:14:42 AM GMT- IP address: 204.10.90.100 Document emailed to Mitchell Aiton (mitchell.aiton@fortworthtexas.gov) for signature 2025-10-27 - 1:59:43 PM GMT Document emailed to Justin Blair Qblair@mcclendonconstruction.com) for signature 2025-10-27 - 1:59:43 PM GMT Document emailed to Nickolas Dezaux (Nickolas.Dezaux@fortworthtexas.gov) for signature 2025-10-27 - 1:59:44 PM GMT :� Document e-signed by Mitchell Aiton (mitchell.aiton@fortworthtexas.gov) Signature Date: 2025-10-27 - 2:00:58 PM GMT - Time Source: server- IP address: 204.10.90.100 _ Email viewed by Nickolas Dezaux (Nickolas.Dezaux@fortworthtexas.gov) 2025-10-27 - 2:51:56 PM GMT- IP address: 204.10.90.100 _ Email viewed by Justin Blair Qblair@mcclendonconstruction.com) 2025-10-27 - 2:54:03 PM GMT- IP address: 104.28.97.21 _-;T Document e-signed by Nickolas Dezaux (Nickolas.Dezaux@fortworthtexas.gov) Signature Date: 2025-10-27 - 8:23:05 PM GMT - Time Source: server- IP address: 166.205.58.52 ;�`',:;: Document e-signed by Justin Blair Qblair@mcclendonconstruction.com) Signature Date: 2025-10-28 - 12:53:51 PM GMT - Time Source: server- IP address: 47.37.93.50 ��RTWd1iTHg P°"'�'�ay � Adohe Acrobat 5ign Document emailed to Raul Lopez Roura (Raul.LopezRoura@fortworthtexas.gov) for signature 2025-10-28 - 12:53:55 PM GMT Email viewed by Raul Lopez Roura (Raul.LopezRoura@fortworthtexas.gov) 2025-10-28 - 3:09:52 PM GMT- IP address: 104.47.64.254 <_� Document e-signed by Raul Lopez Roura (Raul.LopezRoura@fortworthtexas.gov) Signature Date: 2025-10-28 - 3:27:04 PM GMT - Time Source: server- IP address: 208.184.124.181 Document emailed to Lissette Acevedo (Lissette.Acevedo@fortworthtexas.gov) for signature 2025-10-28 - 3:27:07 PM GMT _ Email viewed by Lissette Acevedo (Lissette.Acevedo@fortworthtexas.gov) 2025-10-29 - 7:49:46 PM GMT- IP address: 104.47.65.254 �%� Document e-signed by Lissette Acevedo (Lissette.Acevedo@fortworthtexas.gov) Signature Date: 2025-10-29 - 7:50:43 PM GMT - Time Source: server- IP address: 208.184.124.181 Document emailed to Patricia Wadsack (patricia.wadsack@fortworthtexas.gov) for signature 2025-10-29 - 7:50:47 PM GMT `;� Signer Patricia Wadsack (patricia.wadsack@fortworthtexas.gov) entered name at signing as Patricia L. Wadsack 2025-10-29 - 10:58:46 PM GMT- IP address: 208.184.124.181 "�� Document e-signed by Patricia L. Wadsack (patricia.wadsack@fortworthtexas.gov) Signature Date: 2025-10-29 - 10:58:48 PM GMT - Time Source: server- IP address: 208.184.124.181 Document emailed to Lauren Prieur (Lauren.Prieur@fortworthtexas.gov) for signature 2025-10-29 - 10:58:51 PM GMT ;� Document e-signed by Lauren Prieur (Lauren.Prieur@fortworthtexas.gov) Signature Date: 2025-10-30 - 2:17:22 PM GMT - Time Source: server- IP address: 76.227.105.128 Document emailed to Lorita Lyles (Lorita.Lyles@fortworthtexas.gov) for approval 2025-10-30 - 2:17:25 PM GMT Email viewed by Lorita Lyles (Lorita.Lyles@fortworthtexas.gov) 2025-10-30 - 2:29:32 PM GMT- IP address: 104.47.64.254 ;�`'� Document approved by Lorita Lyles (Lorita.Lyles@fortworthtexas.gov) Approval Date: 2025-10-30 - 2:47:13 PM GMT - Time Source: server- IP address: 208.184.124.181 Document emailed to Douglas Black (Douglas.Black@fortworthtexas.gov) for signature 2025-10-30 - 2:47:16 PM GMT F�RTWd1iTHg P°"'�'��y � Adohe Acrobat 5ign Email viewed by Douglas Black (Douglas.Black@fortworthtexas.gov) 2025-10-30 - 2:47:21 PM GMT- IP address: 62.10.205.4 =;; Document e-signed by Douglas Black (Douglas.Black@fortworthtexas.gov) Signature Date: 2025-10-31 - 8:24:27 PM GMT - Time Source: server- IP address: 204.10.90.100 Document emailed to Jesica McEachern (jesica.mceachern@fortworthtexas.gov) for signature 2025-10-31 - 8:24:31 PM GMT =L Document shared with Crystal Greene (crystal.greene@fortworthtexas.gov) by Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) 2025-11-05 - 6:04:54 PM GMT- IP address: 204.10.90.100 ��RTWd1iTHg P°"'�'�ay � Adohe Acrobat 5ign 103281-CNCO-Park Vista CO #1 Final Audit Report Created: 2025-11-07 By: Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) Status: Signed Transaction ID: CBJCHBCAABAAnV3nced4bnwZhyLlyf_SPVecPYFY8rbE "103281-CNCO-Park Vista CO #1" History Document created by Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) 2025-11-07 - 2:56:57 AM GMT- IP address: 204.10.90.100 2025-11-13 Document emailed to Jesica McEachern (jesica.mceachern@fortworthtexas.gov) for signature 2025-11-07 - 1:10:38 PM GMT �= �;, Document e-signed by Jesica McEachern (jesica.mceachern@fortworthtexas.gov) Signature Date: 2025-11-13 - 0:54:50 AM GMT - Time Source: server- IP address: 204.10.90.100 Document approval automatically delegated to Cristian Chavez (cristian.chavez@fortworthtexas.gov) by Katherine Cenicola (katherine.cenicola@fortworthtexas.gov) 2025-11-13 - 0:54:53 AM GMT Document emailed to Katherine Cenicola (katherine.cenicola@fortworthtexas.gov) for approval 2025-11-13 - 0:54:53 AM GMT Document emailed to Cristian Chavez (cristian.chavez@fortworthtexas.gov) for approval 2025-11-13 - 0:54:54 AM GMT Email viewed by Cristian Chavez (cristian.chavez@fortworthtexas.gov) 2025-11-13 - 0:55:02 AM GMT- IP address: 51.54.38.112 := �;, Document approved by Katherine Cenicola (katherine.cenicola@fortworthtexas.gov) Approval Date: 2025-11-13 - 1:52:06 PM GMT - Time Source: server- IP address: 208.184.124.181 Document emailed to Jannette Goodall (jannette.goodall@fortworthtexas.gov) for signature 2025-11-13 - 1:52:09 PM GMT Email viewed by Jannette Goodall (jannette.goodall@fortworthtexas.gov) 2025-11-13 - 3:33:10 PM GMT- IP address: 104.47.65.254 �,, Document e-signed by Jannette Goodall (jannette.goodall@fortworthtexas.gov) Signature Date: 2025-11-13 - 3:33:45 PM GMT - Time Source: server- IP address: 208.184.124.181 �'��� �����y Pawered bY � Adobe Acrvba# 5ign Form filling automatically delegated to Elisa Winterrowd (Elisa.Winterrowd@fortworthtexas.gov) by Allison Tidwell (allison.tidwell@fortworthtexas.gov) 2025-11-13 - 3:33:47 PM GMT Document emailed to Allison Tidwell (allison.tidwell@fortworthtexas.gov) for filling 2025-11-13 - 3:33:48 PM GMT Document emailed to Elisa Winterrowd (Elisa.Winterrowd@fortworthtexas.gov) for filling 2025-11-13 - 3:33:48 PM GMT := �;,. Form filled by Elisa Winterrowd (Elisa.Winterrowd@fortworthtexas.gov) Form filling Date: 2025-11-13 - 8:49:18 PM GMT - Time Source: server- IP address: 208.184.124.181 � Agreement completed. 2025-11-13 - 8:49:18 PM GMT �'��� �����y Pawered bY � Adobe Acrvba# 5ign Affida�it of Compliance with City of Fort Worth Prevailing WageS I, Justin Blair (Name o€ person signing afficia�it) Vice President (Title} do hereby certify that the wages paid to akl employees nf McClendon Canstruction Co., Inc. (Company Name) for all hours worked on the CPN 1032$1 - Park Vista Bl�d. (Project name and locationj project, during the per�od from g-19-24 to 11-26-25 (Project �ates) are in compliance with the requirements of Chapter 2258, Texas �overnment Code related io paying estab�ished City af Fort Worth wage rafes per the project bid documenis. 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 pro�ided by law. ��_- �. :�d . _ - �� ��_ Sworn ta and subscribed in my presence this ���� ; os�*= ° �s',,,, MIS'I'Y WEBB _*,�i*_ I�o�}' Pu�1�. Statc ofTeaas :�y� '+� Comm. FuEr¢rs 011ii9F203U s ��, — �+*,.� �. °�„�� I�Fo�ryfD 326838Ab7 (Signature of Officer or Agent) , 20 �iLi Re�ised 3/08/2024 day af � f AFFIDAVTT �TATE OF TEXAS COUNTY OF TARR_ANT Before me, t�e undersigned authority, a Notary PubIic in tha state and county aforesaid, on this day �ersonally appeared Dan McClendon, President of McClendan Construction Company, Incorporated, known to me io be a credible person, who being by me duly sworn, upon his oat� deposed and said; That all persons, firms, associations, corporations or other orgar�izations furnishing labor and/or materials have been paid i�1 full; Contractor, McClendon Construction Co., Inc. has complied with the requirements of Chapter 2258, Texas Government Code for �revailing wage rates, in accordance with the cantract. That there are no claims pendinb for personal injury and /or property damages; On Cantract described as; CPN 10328� — Paz-� Vista Blvd Subscribed and sworn before me on this ...�hV� - � `,4*�:;'°�,e,, NSTIN BLAiR � ;� . r�=� No�y public, State af Te�s i * ` ires 02/27/2024 � v���„= Comm-E�cp '"l'?F oF i�'+'`` Notar}+ ID 129294397 . �f�� �s��.� B f-.� � / �{� ,,. ._ - .. � -- .r.--_v..w �Dan McClendon o��/ day of ---. 20�2. 6 . �, � - - � � - -- ----����:;-3 _ � Na�a Public in Tarrant County, Texa� CONSENT OF OWNER ❑ SURETY COMPANY ARCH[TECT ❑ TO FINAL PAYMENT CONTRACTOR ❑ SURETY ❑ AIA DOCUMENT G707 OTHER Bond No. 100359635 PROJECT: Park Vista Blvd. Improvements, CPN 103281 (name, address) TO (Owner) [ City of Fort Worth, Texas 200 Texas Street Fort Worth, TX 76102 � ARCHITECT'S PROJECT NO: CONTRACT FOR: construction � � CONTRACT DATE: May 14, 2024 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 WIT'NESS WHEREOF, the Surety Company has hereunto set its hand this 23rd Attest: �/(Q6(,�,c« �" � � Il�u•tiSU �) (Seal): Connie Williamson, Wimess day of January 2Q26 Merchants Bonding Company (Mutual) Surety C�mpa � '/��.._ S��nature of Author �ed Representative Emily Allison Mikeska Attornev-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 AlA DOCUMENT G707 • CONSENT OF SURETY COMPANY TO F1NAL PAYMENT • APRIL 1970 EDITION • AIAOO ONE PAGE OO 1970 • THE AMERICAN 1NSTITUTE OF ARCHfTECTS, 173� New York Ave , NW, WASHINGTON, D C 20006 MERCHANTS BONDING COMPANYTM POWER OF ATTORNEY KnowAll Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of lowa, and MERCHANTS NATIONAL INDEMNITY COMPANY , an assumed name of Merchants National Bonding, Inc., (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Allyson W Dean; Andrea Rose Crawford; Andrew Gareth Addison; Bryan Kelly Moore; Colin E Conly; Emily Allison Mikeska; Faith Ann Hilty; John R Ward; 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 By-Laws adopted by the Board of Directors of the Companies. "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 o 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 authority 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 DepaRment of TranspoRation. 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 - DepaRment 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 2�d day of June , 2025 , .� o�p�K� C�MA • •;�ptjp.ryq� e. .��`oNA� �No��'' MERCHANTS BONDING COMPANY (MUTUAL) . P.• 1F0 MERCHANTS NATIONAL BONDING, INC. ;��.•Go�p�Rqj,�9y�. ;��i,•�oR¢�R9�.� Z� � y..�pv RN�� ��� � MERCHANTS NATIONAL INDEMNITY COMPANY :z:= -o- o: :2:2 _o_ �:p:.�; . : �: 1933 � C � : v'•. 2003 `�; •� sv, � ;�3 ,, •��'- . �'ac: :d''•. ''� . •. a'�. .''�a: B ��� � .�� �'`� ..��. . . ;;��; . �y,• • - i�� • y � �%� '•. t`� �t '� � •' STATE OF IOWA�• � � � � Presrdent COUNTY OF DALLAS ss. On this 2nd day of June 2025 , 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), MERCHANTS NATIONAL BONDING, INC., and MERCHANTS NATIONAL INDEMNITY COMPANY; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was s�gned and sealed in behalf of the Companies 6y authority of their raspeclive oards of Directors. ���'�".S Penni Miller , � Commission Number 787952 • • My Commission Expires +a'h'A January 20, 2027 (Expiration of notary's commission Notary Public does not invalidate this instrument) I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL), MERCHANTS NATIONAL BONDING, INC., and MERCHANTS NATIONAL INDEMNITY COMPANY 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 orrevoked. In Witness Whereof, I have hereunto set my hand and affxed the seal of the Companies on this 23rd day of January , 2026 . •.o�p�NG Cp�• 'QZIONq�'•,, ,•pNp,Lllyp � ,e • � ..- . F ;��•�oRPORq�q2�: :�� GO�PORq �O�': :�P�����4oR,���?y��. :ar�' -°- o?�;-a'2 -° oc�:•z' � �:n: � v �: 1933 . �cy ; ; v`• 2003 :;L7; •� s'• :a ; Secretary •�,��. ..`,�a :b�;•. .... ''��;' .��, '�a'. .: � •, ,�h%-.,- , r ,, �,��- •.w „�,. a - ,,. , f .,. POA Ofl18 (5125} F���'����rx� February 9, 2026 McClendon Construction PO Box 996 Burleson, TX. 76097 TRANSPORTATION AND PUBLIC WORKS RE: Acceptance Letter Project Name: Park Vista Blvd Improvements Project Type: Pavement Reconstruction City Project No.: 103281 To Whom It May Concern: On July 8, 2025 a final inspection was made on the subject project. There were punch list items identified at that time. The punch list items were completed on November 26, 2025. The final inspection and the corrected punch list items indicate that the work meets the City of Fort Worth specifications and is therefore accepted by the City. The warranty period will start on November 26, 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 Mitch, Aiton (682) 715-9424 . Sincerely, Mitch Aiton, Project Manager Raul Lopez, Program Manager Cc: Nickolas Dezaux, Inspector n�cr;EcGce�CG ,4 i.Ev� M�itchall Airon (Feb 13, 2026 � 6 0] 5] GST) ��� Troy Gardner, Inspection Supervisor Aaron Ybarra, Senior Inspector Raul Lopez, Program Manager BGE Inc, Consultant McClendon Construction, Contractor City of Fort Worth, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev.8/20/19