Loading...
HomeMy WebLinkAboutContract 45053-FP1 FORT WORTH. cmr sECR�� CONTRACT N0. TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJECT COMPLETION City Project Ns: 00100 Regarding contract 45053 for 20SW-9700 TRINITY BLVD CONSTRUCTION as required by the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT as approved by City Council on 09/17/2013 through M&C C-26446 the director of the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT upon the recommendation of the Assistant Director of the Transportation&Public Works Department has accepted the project as complete. Original Contract Prices: $3,342,519.36 Amount of Approved Change Orders: $324,393.86 Ns 1,2,3,4,5 Revised Contract Amount: $3,666,913.22 Total Cost Work Completed: $3,666,913.22 Less Deductions: Liquidated Damages: Days @$210.00/Day Pavement Deficiencies: Total Deduction Amount: $0.00 Total Cost Work Completed: $3,666,913.22 Less Previous Payments: $3,535,209.71 Final " ment Due $131,703.51 Recomme ded f Ac ptance Date Asst Dir ctor, W Infrastructure Design and Construction — i &J- k'�/Zo/7 Accepted Date Direr or, ANSPORTATION AND PUBLIC WORKS DEPARTMENT Asst. City Manager Date Comments: EMA FLED OFFICIAL RECORD JUN 2017 CITY SECRETARY FT.WORTH TX FoRTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name 20SW 9700 Trinity Blvd—Construction Contract Limits Project Type PAVING,WATER&SEWER City Project Numbers 00100 DOE Number 4704 Estimate Number 77 Payment Number 77 For Period Ending 5/31/2017 CD City Secretary Contract Number 45053 Contract Time 86ED Contract Date 9/17/2013 Days Charged to Date 959 Contract is 113.00 Complete Project Manager Roach Contractor McMAHON CONTRACTING,LP P.O.BOX 153086 IRVING, TX 75015 Inspectors DICKINSON / JONES Tuesday,June 6,2017 Page 1 of 7 City Project Numbers 00100 DOE Number 4704 Contract Name 20SW_9700 Trinity Blvd-Construction Estimate Number 77 Contract Limits Payment Number 77 Project Type PAVING,WATER&SEWER For Period Ending 5/31/2017 Project Funding Unit 1:Paving and Drainage Improvements ItemEstimated Unit Unit Cost Estimated Completed Completed Description of Items Quanity Total Quanity Total No. ------ ----- - 6 0241.1100 Remove Asphalt Pvmt 6450 SY $7.52 $48,504.00 6450 $48,504.00 7 0241.0900 Remove Misc Cone Struct 1 LS $8,822.35 $8,822.35 1 $8,822.35 8 0241.3015 Remove 24"Storm Line 12 LF $16.45 $197.40 12 $197.40 9 0241.4201 Remove 4'Drop Inlet I EA $613.18 $613.18 1 $613.18 10 3471.0001 Traffic Control(CO#5) 34 MO $3,954.54 $134,454.36 34 $134,454.36 11 0241.1000 Remove Cone Pvmt 760 SY $8.51 $6,467.60 760 $6,467.60 12 0241.1300 Remove Cone Curb&Gutter 760 LF $2.43 $1,846.80 760 $1,846.80 14 3212.0504 7"Temporary Asphalt Ba 480 SY $42.56 $20,428.80 480 $20,428.80 15 0241.1100 Remove Asphalt Pvmt 480 SY $7.52 $3,609.60 480 $3,609.60 16 3217.0008 4"SLD Pvmt Marking Tap 4130 LF $2.33 $9,622.90 4130 $9,622.90 17 3217.4301 Remove 4"Pvmt Marking 4130 LF $1.00 $4,130.00 4130 $4,130.00 18 3292.0400 Seeding,Hydromulch 10550 SY $2.54 $26,797.00 10550 $26,797.00 19 9999.0000 Medimi-Install 590 SY $50.26 $29,653.40 590 $29,653.40 20 3212.0303 3"Asphalt Pvmt Type D(CO#5) 5744 SY $15.86 $91,099.84 5744 $91,099.84 21 3212.0504 7"Asphalt Base Type B(CO#5) 5954 SY $31.90 $189,932.60 5954 $189,932.60 22 3211.0501 6"Lime Treatment 6125 SY $3.51 $21,498.75 6125 $21,498.75 23 3211.0400 Lime 114 TN $156.28 $17,815.92 114 $17,815.92 24 3123.0101 Unclassified Excavation 21250 CY $19.81 $420,962.50 21250 $420,962.50 25 9999.0000 Borrow 6100 CY $26.50 $161,650.00 6100 $161,650.00 26 3213.0401 6"Concrete Driveway(CO#5) 2614 SF $10.48 $27,394.72 2614 $27,394.72 27 3216.0101 6"Cone Curb and Gutter(CO#5) 856 LF $16.36 $14,004.16 856 $14,004.16 28 3216.0102 7"Cone Curb and Gutter 275 LF $17.57 $4,831.75 275 $4,831.75 29 9999.0000 Metal Beam Guard Fence 340 LF $19.39 $6,592.60 340 $6,592.60 30 9999.0000 Single Guardrail End Tr 4 EA $2,232.50 $8,930.00 4 $8,930.00 31 9999.0000 Metal Beam Guard Fence 4 EA $1,410.00 $5,640.00 4 $5,640.00 32 3441.3302 Rdwy Illum Foundation T 1 EA $4,465.00 $4,465.00 1 $4,465.00 33 9999.0000 Riprap(Conc)(CL C) 653 CY $506.24 $330,574.72 653 $330,574.72 34 3137.0105 Medium Stone Riprap,gr(CO#5) 100 SY $152.75 $15,275.00 100 $15,275.00 35 3349.7001 4'Drop Inlet 1 EA $3,495.63 $3,495.63 1 $3,495.63 36 9999.0000 Articulating Blocks CO#4 894.36 SY $63.45 $56,747.14 894.36 $56,747.14 37 9999.0000 CL F Cone(CIP Drop Str(CO#5) 42.43 CY $369.68 $15,685.52 42.43 $15,685.52 Tuesday,June 6,2017 Page 2 of 7 City Project Numbers 00100 DOE Number 4704 Contract Name 20SW_9700 Trinity Blvd-Construction Estimate Number 77 Payment Number 77 Contract Limits For Period Ending 5/31/2017 Project Type PAVING,WATER&SEWER Project Funding 38 9999.0000 CL C Cone(Wingwalls)(CO#5) 4 EA $5,809.65 $23,238.60 4 $23,238.60 39 9999.0000 Remove STR(Wingwalls)(CO#5) 1 EA $644.49 $644.49 1 $644.49 40 9999.0000 Temporary SPL Shoring(CO#5) 2700 SF $19.98 $53,946.00 2700 $53,946.00 41 9999.0000 Drill Shaft(24 IN)(CO#5) 653.49 LF $131.30 $85,803.24 653.49 $85,803.24 42 9999.0000 CL C Cone(Abut) 28 CY $1,615.24 $45,226.72 28 $45,226.72 43 9999.0000 CLC Cone(Bent) 47 CY $2,179.73 $102,447.31 47 $102,447.31 44 9999.0000 CL C Cone(Rail Foundat 4 CY $950.18 $3,800.72 4 $3,800.72 45 9999.0000 CL S(Appr Slab) 100 CY $387.61 $38,761.00 100 $38,761.00 46 9999.0000 CL S Cone(Bridge Sdwlk 20 CY $394.74 $7,894.80 20 $7,894.80 47 9999.0000 CL S Colic(CIP Slab Spa 260 CY $817.81 $212,630.60 260 $212,630.60 48 9999.0000 Cone Surf Treat(Class 720 SY $5.10 $3,672.00 720 $3,672.00 49 9999.0000 STR STL(Misc) 160 LB $21.42 $3,427.20 160 $3,427.20 50 9999.0000 Rail(TY T223) 92 LF $92.61 $8,520.12 92 $8,520.12 51 9999.0000 Rail(TY C223) 120 LF $123.59 $14,830.80 120 $14,830.80 53 9999.0000 Gabion Mattresses(GALV(CO#5) 99.52 CY $129.25 $12,862.96 99.52 $12,862.96 54 3217.0001 4"SLD Pvmt Marking HAS 2050 LF $1.06 $2,173.00 2050 $2,173.00 55 3217.0002 4"SLD Pvmt Marking HAS 2150 LF $1.06 $2,279.00 2150 $2,279.00 56 3217.0003 4"BRK Pvmt Marking HAS 600 LF $1.06 $636.00 600 $636.00 57 3217.2102 REFL Raised Marker TY 1 60 EA $14.39 $863.40 60 $863.40 58 3217.2103 REFL Raised Marker TY I 25 EA $3.53 $88.25 25 $88.25 1 3110.0101 Site Clearing 1 LS $280,514.08 $280,514.08 1 $280,514.08 2 3125.0101 SWPPP >_1 acre I LS $22,798.53 $22,798.53 1 $22,798.53 3 0241.0401 Remove Concrete Drive(CO#5) 3115 SF $1.17 $3,644.55 3115 $3,644.55 4 0241.0550 Remove Guardrail 235 LF $3.53 $829.55 235 $829.55 5 0241.0800 Remove Rip Rap 2700 SF $1.15 $3,105.00 2700 $3,105.00 52A GABIONS COO 35.79 CY $325.43 $11,647.14 35.79 $11,647.14 59 9999.0000 Field Order Allowance CAR#1 -0.999998 Pr $210,000.00 $209,999.60) 52A 9999.0000 Gabbions(PVC and GALV)CAR#1 645.29884 CY $325.43 $209,999.60 645.2988 $209,999.59 52 9999.0000 Gabions(PVC&GALV)CO#2 840 CY $246.75 $207,270.00) 52A 9999.0000 Gabions(PVC&GALV)CO#2 636.91116 CY $325.43 $207,270.00 636.9112 $207,270.01 36A 9999.0000 4.5"&8"ARTICULATING BLOCK 1 LS $270,789.47 $270,789.47 1 $270,789.47 SYSTEM CO#4 IOB LPCB TYI CONCRETE BARRIER(CO#5) 1 LS $1,156.80 $1,156.80 1 $1,156.80 13A RELOCATE STREET LIGHT POLE(CO#5) 1 LS $2,944.65 $2,944.65 1 $2,944.65 Page 3 of 7 Tuesday,June 6,2017 City Project Numbers 00100 DOE Number 4704 Contract Name 20SW_9700 Trinity Blvd-Construction Estimate Number 77 Payment Number 77 Contract Limits For Period Ending 5/31/2017 Project Type PAVING,WATER&SEWER Project Funding ---------------------------- Sub-Total of Previous Unit $2,912,919.22 $3,330,188.82 Unit 2:Water Estimated Unit Unit Cost Estimated Completed Completed Item Description of Items Total Quanity Total No. Quanity-- ------------- -- 60 0241.1016 Remove 16"Water Line 248 LF $11.80 $2,926.40 248 $2,926.40 61 9999.0000 16"Water Pipe,Select 125 LF $208.04 $26,005.00 125 $26,005.00 62 9999.0000 16"Water Pipe,CSS Bac 148 LF $254.47 $37,661.56 148 $37,661.56 40 LF $82.51 $3,300.40 40 $3,300.40 63 3311.0051 4"DIP Water 64 3311.0152 6" 1 DIP Water,CSS Backf 25 LF $143.60 $3,590.00 2 $3,590.00 65 3312.3002 6"Gate Valve 1 EA $1,073.45 $1,073.45 1 $1,073.45 66 3312.0106 Connection to Existing 2 EA $2,504.95 $5,009.90 2 $5,009.90 67 3312.1002 2"Water Air Release Va 1 EA $9,361.37 $9,361.37 1 $9,361.37 68 3312.3006 16"Gate Valve w/Vault 2 EA $14,350.88 $28,701.76 2 $28,701.76 69 3312.6002 6"Blow Off Valve 1 EA $8,715.07 $8,715.07 1 $8,715.07 70 3311.0021 C303 Fittings 1 LS $8,333.17 $8,333.17 1 $8,333.17 71 9999.0000 Ductile Iron Fittings I LS $9,223.23 $9,223.23 1 $9,223.23 72 9999.0000 16"Water Pipe Closure 2 EA $4,247.07 $8,494.14 2 $8,494.14 73 3305.0109 Trench Safety 338 LF $22.29 $7,534.02 338 $7,534.02 66A ADAPTER W/FLG INS.KIT CO#1 I LS $10,063.00 $10,063.00 1 $10,063.00 73A 9999.0000 WATER MAIN BREAK DAMAGE I LS $23,141.81 $23,141.81 1 $23,141.81 CO#3 _ -- Sub-Total of Previous Unit $193,134.28 $193,134.28 Unit 3:Sanitary Sewer Estimated Unit Unit Cost Estimated Completed Completed Item Description of Items Quanity Total Quanity Total No. __________ - - ---------------- - $14.70 $5,145.00 350 $5,145.00 74 0241.2013 Remove 8"Sewer Line 350 LF 75 0241.2020 Remove 21"Sewer Line 454 LF $12.37 $5,615.98 454 $5,615.98 76 0241.2201 Remove 4'Sewer Manhole 1 EA $555.09 $555.09 1 $555.09 77 3305.0109 Trench Safety 546 LF $21.36 $11,662.56 546 $11,662.56 79 3301.0002 Post-CCTV Inspection 611 LF $3.78 $2,309.58 611 $2,309.58 81 3305.1002 16"Casing By Open Cut 120 LF $125.47 $15,056.40 120 $15,056.40 83 3331.4314 21"PVC ASTM F1803 Sewe 90 LF $142.89 $12,860.10 90 $12,860.10 84 3331.4327 24"PVC ASTM F1803 Sewe 157 LF $112.92 $17,728.44 157 $17,728.44 Page 4 of 7 Tuesday,June 6,2017 City Project Numbers 00100 DOE Number 4704 Contract Name 20SW 9700 Trinity Blvd—Construction Estimate Number 77 Contract Limits Payment Number 77 Project Type PAVING,WATER&SEWER For Period Ending 5/31/2017 Project Funding 85 3331.5307 8"PVC Sewer Pipe,8't 140 LF $45.49 $6,368.60 140 $6,368.60 86 3331.5310 8"PVC Sewer Pipe,10' 40 LF $64.23 $2,569.20 40 $2,569.20 87 3331.5313 8"PVC Sewer Pipe,12' 52 LF $64.82 $3,370.64 52 $3,370.64 88 3331.5316 8"PVC Sewer Pipe,14' 12 LF $169.86 $2,038.32 12 $2,038.32 89 3339.0001 Epoxy Manhole Liner 47 VF $88.13 $4,142.11 47 $4,142.11 90 3339.1001 4'Manhole 1 EA $3,390.62 $3,390.62 1 $3,390.62 91 3339.1002 4'Drop Manhole I EA $3,052.75 $3,052.75 1 $3,052.75 92 3339.1003 4'Extra Depth Manhole 9 VF $209.24 $1,883.16 9 $1,883.16 93 3339.1101 5'Manhole 1 EA $3,877.22 $3,877.22 1 $3,877.22 94 9999.0000 Connect 24"PVC Sewer P I EA $1,366.26 $1,366.26 1 $1,366.26 95 9999.0000 4'Extra Depth Drop Man 4 VF $326.79 $1,307.16 4 $1,307.16 96 9999.0000 5'Extra Depth Drop Man 10 VF $265.97 $2,659.70 10 $2,659.70 97 3303.0001 Bypass Pumping 1 LS $17,448.75 $17,448.75 1 $17,448.75 98 3305.0112 Concrete Collar 1 EA $1,336.88 $1,336.88 1 $1,336.88 99 9999.0000 8"PVC Sewer Pipe,(Res 120 LF $81.36 $9,763.20 120 $9,763.20 82A 42"CASING BY OPEN CUT CO#1 20 LF $404.12 $8,082.40 20 $8,082.40 ------------------- ------------- ------ Sub-Total of Previous Unit $143,590.12 $143,590.12 ------------- -- ------------------- ----- Tuesday,June 6,2017 Page 5 of 7 City Project Numbers 00100 DOE Number 4704 Contract Name 20SW �' _9700 Trinity Blvd—Construction Estimate Number 77 Payment Number 77 Contract Limits 5/31/2017 Project Type PAVING,WATER&SEWER For Period Ending Project Funding Contract Information Summary Original Contract Amount $3,342,519.36 Change Orders Change Order Number 1 $23,678.34 Change Order Number 2 $0.00 Change Order Number 3 $23,141.81 Change Order Number 4 $181,601.61 Change Order Number 5 $95,972.10 Total Contract Price $3,249,643.62 3�&eve. 7.,3,2 L 7 Total Cost of Work Completed $3,666,913.22 ontract Less %Retained $0.00 Net Earned $3,666,913.22 Dat Earned This Period $131,703.51 I specti peryisor Retainage This Period $0.00 Date /� Less Liquidated Damages Project Manager Days @ /Day $0.00 Date '7 LessPavement Deficiency $0.00 Ass. irector/TPW-Inf structure Design and onstructi Less Penalty $0.00 i Less Previous Payment $3,535,209.7 Date Director ontracting Departure Plus Material on Hand Less 15% $0.00 Balance Due This Payment $131,703.51 Page 6 of 7 Tuesday,June 6,2017 City Project Numbers 00100 DOE Number 4704 Contract Name 20SW 9700 Trinity Blvd—Construction Estimate Number 77 Contract Limits Payment Number 77 Project Type PAVING,WATER&SEWER For Period Ending 5/31/2017 Project Funding Project Manager Roach City Secretary Contract Number 45053 Inspectors DICKINSON / JONES Contract Date 9/17/2013 Contractor McMAHON CONTRACTING,LP Contract Time 869 CD P.O.BOX 153086 Days Charged to Date 959 CD IRVING, TX 75015 Contract is .000000 Complete CITY OF FORT WORTH SUMMARY OF CHARGES Line Fund Account Center Amount Gross Retainage Net Funded -------------------- ------------------ Total Cost of Work Completed $3,666,913.22 Less %Retained $0.00 Net Earned $3,666,913.22 Earned This Period $131,703.51 Retainage This Period $0.00 Less Liquidated Damages 0 Days @ $0.00 /Day $0.00 LessPavement Deficiency $0.00 Less Penalty $0.00 Less Previous Payment $3,535,209.71 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $131,703.51 Tuesday,June 6,2017 Page 7 of 7 CITY SECRETARY FORTWORTH City of Fort Worth CONTRACT NO. Change Order Request Project Namel 9700 Trinity Blvd Drainage Improvements City Sec# 1 45053 Client Project#(s)l CFW Project No.00100,DOE 4704 Project Description Construction of a four-lane bridge structure to convey storm water flows in a 100-year storm,reducing street and property flooding in the vicinity of Trinity Blvd between Bell Spur Rd.and Norwood Dr.(COUNCIL DISTRICT 5) Contractorl McMahon Contracting L.P. Change Order# Date F 2/16!2017 City Project Mgr,I Steve Eubanks City Inspector F Randy Horton/Doug Dickinson Dept, TPW EC DEV Norwood Sewer Contract Time Totals (WD) Original Contract Amount $3,342,519.36 $0.00 $3,342,519.36 730 Extras to Date $205,279.95 $23,141.81 $228,421.76 229 Credits to Dale $0.00 0 Pending Change Orders(in M&C Process) $0.00 0 Contract Cost to Dale $3,547,799.31 $23,141.81 $3,570,941.12 959 Amount of Proposed Change Order $84,817.82 $11,154.28 $0.00 $95,972.10 Revised Contract Amount $3,632,617.13 $34,296.09 $3,666,913.22 959 Original Funds Available for Change Orders $100,000.00 $100,000.00 Remaining Funds Available for this CO $0.00 $0.00 Additional Funding(if necessary) $84,817.82 $11,154.28 1 $95,972.10 CHANGE ORDERS to DATE(INCLUDING THIS ONE)AS%OF ORIGINAL CONTRACT 9,71% MAXALLOWABLE CONTRACTAMOUNT(ORIGINAL CONTRACT COST+25%) $4,178,149.20 JUSTIFICATION(REASONS)FOR CHANGE ORDER See attached sheet. Acts 11 a yl Kms, s bx, I SCONtary It is understood and agreed that the acceptance of this Change Order by the coniractor constitutes an accord and satisfaction and repro 61s payment in full(both time and money)for all costs arising out of,or Incidental to,the above Change Order. e,C Contractor's Company Name Contractor(Name) Contract Signature- D _ 6 5 L McMahon Contracting L.P, I X , Z-43-/7 Ins ector/Inspection SupervisorDate P e t. a4 dog nager Date, ' 3i7 5—I Assi a ctor(Dept) Dale DIr c r,` ontradting Department(Dept) Date Assist a ate Ass er Dat Council Action Of requi d) M&C Number M&C Date Approved CD q. . . . . k . . $ aa n 2 - - - - C-4 LO � � / 04 LO co \ LO / § s » R R 2 0 L � \ / / 2tm2 w 3 r r ) \ � # » $ k / U � � ■ ® \ # � � f K 6 CL G \ ® G C . 02 / \ 0 k � p b � ru \ LL 0 o 0 > & � Z & U § j M m § n - . / � 0)m W \ k a m / o 2 u $ k k / ® ' o © m � o 2 » & © � = t � § / k 8 / $ § 6 0 w � 2 cc ■ & k \ � & cD a g / CD E > f / k k ƒ $ § b § ° = A G e g \ / / CL \ I ^a C3 k70 \ » IMM d 00 O 04 O Lq N N r Ln b4 CO GGI O r r C�i M r N O6c> r r G3 O N = O l(1 O CO O pp w LO N a0 CO GD M M (O CO a LO O M N ll) O COO r �rv'� br9 O m • r r r O Ef3 b} ER O O O O H9 fH Cyj69- C14 Ld C C �J C � U o m c 1= o CL U_ CCU Ol C J U J Co CP M CA J J J W M N b 0 N L77 O P O Co P 0 0 0 0 Co C 'C p O 0 0 0 0 0 0 0 0 •7 0 p r M O d'CO r CV pp r O 00 � � O CU (CO � CLQ E O N N � U 1- O s po 'a 'o N ffj U N o N yas fu 0 o o ao C 5 o Z 0 0 o a t z U (n z C � � O � � a av • w M F- t: LL 0 o Q v - 0 � 0 O z ho v C o co m (� t 2 U a� � (� c U Cn W CL N p (3 aa) LU O C N R7 c) C p O O E2 p j a > C N 0 O 4-- L]] � mO ` 0 .2 z, t m O a) p ++ (p 06 O U Cp > iT 0 CO O 0 +U+ VJ JU cRri la> —aO) U CL O n a_ N 8 E 0O� Um UJO c0 U R OO O M O O O O p z o v o 0 C:) 0 0 o 0 a� m CO) LO (C3 0-D - v� U O o� r N c0 r O` N �- OOj M M M M O M M M CL U M N N M N N MMBE Breakdown for this Change Order MWBE Sub I Type of Service Amount for this CO Change order consists of a variety of over and under-run bid items requiring reconciliation before contract close-out.Work will be done with the firms which accomplished the original work.(5%goal) $4,798.63 Total $4,798.63 Previous Change Orders Co# DATE AMOUNT 1 3/17/2015 $23,678.34 2 4/1/2015 $0.00 3 5/10/2016 $23,141.81 4 9/27/2016 $181,601.61 Total $2281421.76 I G., (- FaR, T ": �REOPE�ST FOR MISSE CONTRACT GOAL; Check type of contkact:_._. 7 Consfr'uction" CMARConstruction Management D Design/Build �=Professional � :C/S/P = Other,please explain 'DEPT. Name: TPW-Storm Water First Advertise Date:.6/6/2013 Date to MWBE Office: 08/19/2016 IS THIS CONTRACT ASSOCIATED WITH TRV?Yes❑No 0 OR WITH SH421TR Yes :No. r Dollar value of.TRV contracLporfion.$ SH-121TR contract portion$. IS THIS A FEDERALLY FUNDED CONTRACT? Yes❑No❑✓ IS THIS A CIP CONTRACT? Yes❑✓ No0 i 'IS THIS A BOND FUNDED CONTRACT? Yes 0 No❑ If yes,what year.2011 !Construction: IS THIS A LUMP SUM CONTRACT? Yes❑� No❑ BID 0i41TE: 7/11/2016 Professional: IS THIS A FIXED FEE NOT-TO-EXCEED CONTRACT?YesNo IS THIS A HOURLY NOT-TO-EXCEED CONTRACT? Yes�No[]No❑ IS THIS A COMBINED PROJECT?Yes❑No ✓❑ :,IS THIS A REVISION? Yes❑No© If:yes;enter the revision number❑i i McMahon Contractin IS THIS A CHANGE ORDER?Yes No❑ Enter# �; Contractor:., __ ._ ...... 9, L.P. .. _. IS THIS AN AMENDMENT?Yes❑ No❑✓ Enter# Design Firm: If this ie not the initial change orderlamendment,submit copies of all previous change orderiam°ndments regardless of whether a M&C was required for funding. CONTRACT DESCRIPTION (Including Street Names): Change order consists of a variety of over and under-run bid Items requiring reconciliation before contract closeout.Work will be done with the firms which accomplished the'original work. �9etialtachadrJianpiorde�fdrmfordelelydwatkde� ippon -"'" "'--' •""""" ' Check applicable boxes: 'Concrete•Paving 'Asphalt Paving'-El' Drainage ❑✓ Water `"Sewer ❑Other Alternates Capital Project# 00`100 DOE/Other Project#.DOE 4704 TOTAL CONTRACT ESTIMATE: $ C05-$96,873.55 Contract amt-$3,570,941.12 J(Please-ATMCH individual subtotals for contracts with multiple units/sections including contingency. If the_documentatiori.is.not clear=and:oohcl96,,It wilLbe_retur ori-tollle dep�'finent;) Paul RoachEXT. 817-662-1211 fJ-1' Project Manager(PRINTED) Pi ji , Manager;(SIGNATURE) DATE: 12/2/2016, Name of:De#l60-Flrm Jacobs Engineering _ Check here to acknowledge that If pay Item quantities are added to the proposal section after an MISBE goal has been provided by the IYUWBE Office,the revised proposal must be submitted to the MMSE Office for review. A compliance review will not be performed If additional pay Items or quantities,which will potentially impact the MISIDBE goal,are added to the proposal section after the Issuance of a MISBE goal. THIS-PORTION'TO BE'COMPLETED-BY MIWBE-OFFICE Prof.SBE Goal Const. MBE Goal"" Const.WE Goal MISBE PROJECT GOAL: Comments:•; — MNVBE C4MVJ!&mkdEXT• lSDATE: Ili Rev. 05/15/12 9700 TRINITY BOULEVARD DRAINAGE IMPROVEMENTS JUSTIFICATION (REASONS) FOR CHANGE ORDER NO. 5 1. Traffic Control-Additional barricade quantities are required to cover time extension granted In Change Orders No. 1 and 4. 2. Concrete Traffic Barrier&Temporary SPL Shoring -Additional barrier length and temporary shoring were required for the Phase 3 traffic control arrangement to protect vehicles from 3- foot to 6-inch fall offs and to support the newly constructed south lanes. 3. Class F Concrete-The planned concrete quantity estimation for the channel lining construction did not account for the slanted channel bottom. 4. Bridge Column Drill Shaft Footings-The rock layer at the south bridge columns was deeper than at the north columns where the geotechnical borings were made.The result was longer column shaft lengths. S. Gabion Mattresses-The quantities for gabion mattresses on the contract bid list and on the plan sheets differed from the actual installed quantities. 6. Asphalt—The additional quantities were due to the roadway surface being 7 feet longer than planned. 7. Pre-CCTV Inspection-Not required. 8. Vacuum Manhole Testing-Not required. 9. Remove Concrete Drive,6"Curb and Gutter,6"Concrete Driveway,Remove Wing Wall and Class C Concrete Wing Wall-Bell Helicopter driveway widening in the Norwood Dr. project will be constructed in the Trinity Blvd. Bridge project instead. Funding is provided by the Economic Development Norwood project for these items. 10. Credit for the CFW Furnishing the Streetlight—The City will furnish the streetlight after the contractor misplaced the original one. 11. Medium Stone Riprap—Only 100 square yards of additional erosion control is required. 12. Concrete Wingwalls—Two additional wing walls were required for the bridge. 13. Field Order Allowance—Forty cents remains in the allowance. FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: 9700 Trinity Blvd.Drainage Improvements PROJECT NUMBER: 100 DOE NUMBER: 4704 WATER PIPE LAID SIZE TYPE OF PIPE LF C900 16" PVC 125' DIP 4" Ductile 40' DIP 6" Ductile 25' FIRE HYDRANTS: VALVES(16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: SEWER PIPE LAID SIZE TYPE OF PIPE LF DR 26 8" PVC 140' ASTM F1803 21" PVC 90' ASTM F1803 24" PVC 157' PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: a"�� TRANSPORTATION AND PUBLIC WORKS AFFIDAVIT STATE OF Texas COUNTY OF Dallas Before me,the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared Jayce McMahon, Member Of McMahon Contracting, L.P., known to me to be a credible person, who being by me duly sworn,upon his oath deposed and said; That all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in full; That the wage scale established by the City Council in the City of Fort Worth has been paid in full; That there are no claims pending for personal injury and/or property damages; On Contract described as; 9700 Trinity Blvd Drainage Improvements BY �_ Gl-ter Jayce McMahon, Member Subscribed and sworn before me on this date 5th of June,2017, �o^JA A&e�� JAZMINE CAUDILLO y Nota P �, �y State of Texas. Public E°F�``' my Comm.Expires,04-28.2019 Dallas,Texas CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond No 09115477 PROJECT: (name, addreSS)9700 Trinity Blvd.Drainage Improvements TO (Owner) Norwood to Bell Spur,Fort Worth,TX, ARCHITECT'S PROJECT NO: CONTRACT FOR: CITY OF FORT WORTH 9700 Trinity Blvd.Drainage Improvements,City Project No.00100 1000 Throckmorlon Street Fort Worth,TX 76102 --J CONTRACT DATE:9/17/2013 CONTRACTOR:MCMAHON CONTRACTING,LP 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) COLONIAL AMERICAN CASUALTY AND FIDELITY AND DEPOSIT COMPANY OF SURETY COMPANY MARYLAND 1400 American Lane,Tower I,181h Floor 1400 American Lane,Tower I,181h Floor Schaumburg,IL 60196 Schaumburg IL 60196-1056 , SURETY COMPANY on bond of (here insert name end address of Contractor) MCMAHON CONTRACTING, LP P.O. Box 153086 CONTRACTOR, Irving,TX,76102 hereby approves of the final payment to the Contractor, 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 , OWNER, 1000 Throckmorton Street Fort Worth,TX,76102 as set forth in the said Surety Company's bond, IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 5th day of June,2017 COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND Surety Company J�Ao;t__ (Seal): Signature of Authorized Representative Robbl Morales Attorney-! 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 ONE PAGE ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUAL'T'Y AND SURETY COMPANY,a corporation of the State of Maryland,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by MICHAEL BOND,Vice President,in pursuance of authority granted by Article V,Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Don E. CORNELL, Ricardo J. REYNA,V. Delene MARSHALL, Sophinie HUNTER, Robbi MORALES, Kelly A. WESTBROOK and Tina MCEWAN, all of Dallas,Texas, EACH its true and lawful agent and Attorney-in-Fact, to make, execute,seal and deliver,for,and on its behalf as surety,and as its act and deed:any and all bonds and undertakings,EXCEPT bonds on behalf of Independent Executors,Community Survivors and Community Guardians. and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies,as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland.,and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 21 st day of June,A.D.2016. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND 86AL iIIN 0.0 / r ► \ 700E Al� t Vice President Secretary Michael Bond Eric D.Barnes State of Maryland County of Baltimore On this 21st day of June, A.D.2016,before the subscriber, a Notary Public of the State of Maryland,duly commissioned and qualified,MI [A BOND,Vice President,and ERIC D.BARNES,Secretary,of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly sworn,deposeth and saith,that he/she is the said officer of the Company aforesaid,and(hat the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. +,�,i1tl ltgl), n Constance A.Dunn,Notary Public My Commission Expires:July 9,2019 POA-F 168-0589 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the foregoing Power of Attomey is still in full force and effect on the date of this certificate;and I do further certify that Article V,Section 8,of the By-Laws of the Companies is still in force. This Power of Attomey and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President,Secretary,or Assistant Secretary of the Company,whether made heretofore or hereafter,wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 5th day of June 20 17. Wft �O otipirr ,, ppyy N�tr} .«.. 82AL don a T�' Gerald F.Haley,Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMIT ALL REQUIRED INFORMATION TO; Zurich American Insurance Co. Attn: Surety Claims 1299 Zurich Way Schaumburg,IL 60196-1056 FORTWORTHREV:8/20/16 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Naine of Contractor Project Nante McMahon Contracting 9700 Trinity Blvd.Drainage Improvements Inspector City Project Number Randy Horton 100 Construction Components Project Manager ❑ Water ❑ Waste Water 121 Storm Drainage❑ Pavement Steve Eubanks Initial Contract Amount Project Difficulty $3,342,519.36 0 Simple O Routine O Complex Final Contract Amount Date $3,666,913.22 6/5/2017 H)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3-Good 4-Excellent ELEMENT WEIGHT(X) APPLICABLE(Y/N) RATING(0-4) MAX SCORE SCORE 1 Submission of Documents 2 Y 4 8 8 2 Public Notifications 5 Y 3 20 15 T Plans on Site 5 Y 4 20 20 4 Field Supervision 15 Y 4 60 60 5 Work Performed 15 Y 3 60 45 6 Finished Product 15 Y 4 60 60 7 Job Site Safety 15 Y 4 60 60 8 Traffic Control Maintenance 15 Y 4 60 60 9 Daily Clean Up 5 Y 3 20 15 10 Citizen's Complaint Resolution 5 Y 4 20 20 11 Property Restoration 5 Y 4 20 20 12 After Hours Response 5 Y 4 20 20 13 Project Completion 5 Y 4 20 20 TOTAL ELEMENT SCORE(A) 423 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 423 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating([TS/MS] * 100%) 423 / 448 = 94% Performance Category Excellent <20%=Inadequate 20%to<40%=Deficient 40%to<60%=Standard 60%to<80%=Good >_80%=Excellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Inspector Signature Contractor Signature /C/�i > 1 Inspector's Supervisor Signature CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Word1• 8851 Camp Bowie West Blvd. •Fort Worth,TX 76116• (817)392-8306 FoRTWORTHREV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY 1)PROJECT INFORMATION Date: 6/5/2017 Nance of ContractorProject Name McMahon Contracting 9700 Trinity Blvd.Drainage Improvements DOE Inspector Project Manager Steve Eubanks Randy Horton DOE Number Project Difficult), Tjpe of Contract 4704 O Simple O Routine O Complex ❑ Water ❑ Waste Water 2 Storm Drainage❑ Pavement Initial Contract Amount Final Contract Amount $3,342,519.36 $3,666,913.22 II)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3 -Good 4-Excellent ELEMENT RATING ELEMENT RATING (0-4) (0-4)71 INSPECTION EVALUATION PLANS&SPECIFICATIONS 1 Availability of Inspector s/ 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector 2 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities 3 Applicability of Specifications 4 Display Of Professionalism 4 Accuracy of Plan Quantities 5 Citizen Complaint Resolution PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs I Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Project Manager 1 Change Order Processing Time 3 Cominunication `f 2 Timliness of Contractor Payments Z 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe III)COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax: (817)392-7845 FORTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:77 NAME OF PROJECT: 9700 Trinity Blvd.Drainage hnprovements CONTRACTOR: McMahon Construction PROJECT NO.: 100 DOE NO.: 4704 PERIOD FROM:05/15/17 TO: 05/31/17 FINAL INSPECTION DATE: 24-Mar-17 WORK ORDER EFFECTIVE:12/16/2013 CONTRACT TIME: 959 O WDO CD DAYS DAYS DAY OF REASON FOR DAYS DAY OF REASON FOR DAYS CHARGED CHARGED MONTH DURING CREDITED MONTH DURING CREDITED 1. 16. TUE 0 2. 17. WED 0 3. 18. TRU 0 4. 19. FRI 0 5. 20. SAT 0 6. 21. SUN 0 7 22. MON 0 g. 23. TUE 0 g 24. WED 0 10. 25. TRU 0 11. 26. FRI 0 12 27. SAT 0 13. 28. SUN 0 14. 29. MON 0 15. 30. TUE 0 31. WED 0 SAT,SUN, RAIN,TOO WET, UTILITIES OTHERS* DAYS TOTAL &HOLIDAYS &TOO COLD RELOCATIONS CHARGED DAYS THIS 0 0 PERIOD PREVIOUS 959 959 PERIOD TOTALS 959 959 TO DATE *REMARKS: Project Complete. CONTRACTOR DATE INSPECTKR DATE ENGINEERING DEPARTIVIENT (a The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax: (817)392-7845