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