Loading...
HomeMy WebLinkAboutContract 55136-FP1 FORT WORTH.) TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJECT COMPLETION City SeetetatyNo: 55136 -FP1 Date Received:Jan 4,2022 City Project Ne: 101662 Regarding contract 55136 for UNIVERSITY DRIVE BRIDGE REHABILITATION as requited by the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT as approved by City Council on 12/1/2020 through M&C 20-0879 the director of the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT upon the recommendation of the Assistant Director of the Ttanspottation&Public Wotks Department has accepted the project as complete. Original Contract Prices: $ 271,607.51 Amount of Approved Change Orders: $ 67,564-73 Ne 1 Revised Contract Amount: $ 339,172.24 Total Cost Work Completed: $ 339,172.24 Less Deductions: Liquidated Damages: 0 Days @$650.00/Day Pavement Deficiencies: Total Deduction Amount: $0.00 Total Cost Work Completed: $339,172.24 Less Previous Payments: $322,213.63 Final Payment Due $ 16,958.61 Lauren Prieur(Jan 3,2022 14:30 CST) Jan 3,2022 Recommended for Acceptance Date Asst, Director, TPW - Capital Delivery Wi(ian4,2 227TO88CCs` Jan 4,2022 Accepted Date. Director, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT Client Department 19ana 24L( hdoAc Jan 4,2022 Dana Burghdoff(fan 4,2022 14:09 CST) Asst, City Manager Date Comments: OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX C-620 Signature Page Contractor's Application for Payment Invoice No. 5-FINAL To(Owner) City of Fort Worth Invoicing Period(From-To): Invoice Date: November 01 2021-November 30 2021 12/13/2021 P.O. FW020-0000004894 From(Contractor): Remit to(If Not Automatic Deposit): Number. McMahon Contracting LP Project 101662 Contractor's CFW Vendor No.: 0000011434 City Secretary Contract 55136 Contract Number:Number: Name:N University Dr.Bridge Rehabilitation Application For Payment Change Order Summary Approved Change Orders 1.ORIGINAL CONTRACT PRICE.........................................................S S271,607.51 Number Additions Deletions 2.Net change by Change Orders................................................................S S67,564.73 1 $72,004.73 $4,440.00 3.Current Contract Price(Line 1 t 2).......................................................S S339,172.24 2 4.TOTAL COMPLETED AND STORED TO DATE 3 (Progress Estimate,Construction Allowance and Change Orders)....... S S339,172.24 4 5.RETAINAGE: 5 a.5.0% X Work Completed...,.,,., S 6 b. X Not Used S 7 e.Total Retainage(Line Sa+Line 5b)............................... S 8 6.AMOUNT ELIGIBLE TO DATE(Line 4-Line 5c)............................ S S339,172.24 TOTALS $72,004.73 $4,440.00 7.LESS PREVIOUS PAYMENTS(Line 6 from prior Application)........ S S322,213.63 NET CHANGE BY $67,564.73 8.AMOUNT DUE THIS APPLICATION................................................S S16,958.61 CHANGE ORDERS 19.BALANCE TO FINISH,PLUS RETAINAGE (Column G on Progress Estimate+CA+Cos+Line 5 above).............. S Contractor's Certification 10.CONTRACT TIME: The Contractor certifies with the submittal of this document and associated Payment Request Submittal a. Days Awarded 120 on the City of Fort Worth Buvsaw system that to the best of their knowledge:(1)all previous progress b. Days Added by CO 30 payments received from Owner on account of Work done under the Contract have been applied on Total Days 15p account to discharge Contractor's legitimate obligations incurred in connection with Work coNvred by C. prior Applications for Payment;(2)title of all Work,materials and equipment incorporated in said \Vork or otherwise listed in or covered by this Application for Payment will pass to Owner at time of d, Days Charged 145 payment free and clear of all Liens,security interests and encumbrances(except such as are covered by a Bond acceptable to Owner indemnifying Owner against any such Liens,security interest or e. Days Remaining 5 encumbrances);and(3)all Work covered by this Application for Payment is in accordance with the Contract Documents and is not defective. Liquidated Damages$650 x day Eric Terry(Dec 2 ,202110:16 CST) This document has been modified from its original form as an EJCDC document and the user did not highlight the modifications.You are encouraged to read the document carefully and consult Legal Counsel prior to its execution. Cfi20 LFS Prte Pmgrzzs EsimaN Progress Estimate 55136 Contractor's Application Fa'(—' N University Dr.B AYTEoem T'mSa ridge Rehabilitation 5-FINAL 0— N—bfir 01,2021-NoT.Nn 30,2021 AST-- iL53rse31 A n E ®111m..o R �fils® ite[Ill�e aSpueBy UstMx O.f Yabe 6�1 \.be \ auAp T��m�� Btrteb Fibh T�tWC�b Rvvi.'alYhsdlNra'ae 1s1t,Poi. NStWi(¢luC) a fe-�_1 NOBBIIAnOLI l8 _ 10EOE9B SM.]5].65 SM]5168 _ f000000D0 316.]STfiB S]6,ib>.88 S)6.]5]66 1000% 2 eAaFti_(ttos) __._.. .__ __ _ c spao_ _ U2.DD s3-0 laou>a _ 3 TPAWl3]1.CN TYPCO TO.Y Bdl -313,6B8.1C d TEIV()RA QACQVC(rt1ry(FLW PL SNOR I.G --LS IOO oO -SI110000 - 1N]Dl?10- ift t00W— 511,100.00 - SI I,IOJ 00 1004%_ 5 F) __ -- -- - CT B - S410i1.15 - Y569]0 BOOOOPoOB SB 8�9]0 _ SB 589]0_. 5655910100 M4 6 -RVNAP CO!JC CT 165 - -- 459J i5 - SJ1<I63)5 135 WOOOCGB-- SIf11fi2]5 Y111,IBSl6 SIt11E9]5 10o G% __ > RGHPE(ICLIII))�P'01 - _ LF 18- _- s11100 _-- SS]]800_ 160EfC000B fl]]800 _ _ Si,]i8.00_ - SI,)]60010c 0'n a RCPPE(0.1i1)(»NI LF 2 551633 SMB191fi 520CV00000 528619.18 S....". $25 e,916 1C30% 10 I (C—)(IXiW 1)(I GRATE) _ EA _ 1000000 5665000 3862000 -1.0.'U:11]N -- S6fi60.00 - 56,660 C0 56E500C 1C001. RENW EI _<S OOOPoO SII:IB SS:f2B0 <500000080 SSJ2l0 - 553230 S1l210 10o 0'A it _YIlWtIP/ ..IEIh(ntl lvsTl _ _ -if1Ja W'MiSTREPN M1CHCfl iER'NnL PSLELC)it0:1 - - LEEAEA -----111.Co 12 Go su a8 —sllblW_ a0 ]]600 — _selwa0- - sie,t0l oo 36l3e<65m551J2 0cp0p] 1f0e004uk SI i00 $1,-00 1i0 M 10 Yd,520 5 —L-TR 11—(NST ETEUN00RS LF 1. 55136 -_ 1]300000003 - $9,56]51 58,56251 SB,66261 fOp.OX_ 16 BF CGE cO'16TRUCTION ALLO./A•.CE - - FA 1. -SIJ,OOJ 00 3200000V 016625000 - 33,)150U $3T25CO 33,i2500 1Bfi93 51631510 iR,6 mEn hm cNfiNfmciu mSmtlfvmuaEICDCMv:m of 4evrdia4l:�15`+Ce a..56�.m Snm mzv,5 bred Del mdNyN¢mfl feSY co-md{,ivuiu.aaca Gfi20lM,A Prce Prtgress ECnaB Progress Estimate 55136 Contractor's Application rn( n NUnivenily Dr.Bridge Rehabilitation '` ""'°d` 5-FINAL mP'b' N—ber 01,2021-Novemb-30,2031 � Oe1Oic finJnoi! F fm E bF as um"e ov,iiw. � erw efp»y u,y nKK ea�.rs �`.��"--0 �n. m.iwrwmvn.. vkn.Pew ame�mrfl i.ci rrm m re-n� ry.Fl ieh6 Silt >b1 fif9 fibt — fiff fibf 92d% l29 i1fbf •aaaa"u temmoSfiN fieoib aeiyW M1m u aFJmc 0.•..eexmf de mdimH kgtgtlh a�6fisv lees-agdbmAYe S�v-cmuGdy aainvdiLef—f,i.•,bih aacv Progress Estimate Construction Allowance Usage Contractor's Application ADDITIONS !a(a ) 101662 N Urd—ly Dr.Br1dV Rd bIH1,1bn C'ty' Ov`S M136 &FINAL cmr.Yr;�: 'kp1i0ai�°°i N...ber 01,2021-N—.ber 30,2021 m13no:1 a c n R F ima TaJ ayletN HvWveb FwA Spxilnum Urvtd ¢vNip'loeW l;rvt Rve Miuim4'ehr FsmatN¢vM61 \'aSr Axriavl3' 41Fz iluv xUudW Heemdy WSianimiku (H47 (B-F) hem Nmbm DnmiFeim satimNn Meave 6vWied Fsiltd\'due Ymiad SbN(m mil (n+� __�6_ Cmane Remail 6m Rirer Bed CT 300pppp00 __ 53i.23 51421300 b1H1YJ[01S S142i300 SIQ3)500 _ __ S1427300 10004 TW4 SI Si300 St 1IS00 SI SIS00 SI SIS00 10)0!: hJ,dumemhubnnma4fid 6m ii,mipml[am unFJCBCdxwct nd4e ux Adm M1y}l�dv e+'.4f my Ta,veem,vagdmrcddv dx�a3 w<(Wty Wa Ylepl Camel Riu bio euaaim Progress Estimate Construction Allowance Usage Contractor's Application CONSTRUCTION ALLOWANCE ITEMS TO BE REDUCED Fmcma.e3 101662 NUNrenRy Dr.BHdge RelkMI.d,m Arylim,kn T'u.6er s-FINAL November 01,2021-November 30,2021 mdvzon A B C D H F 4m BNL<m r5ek< D:aipdm Span um LMd amkiylo0ekk Lti Dive Raiedm Vdm Nd Uad tw Ussd MUxd 1ediJad 3.HU i T'd lh<d .�'d Ussd Tm L1ed Sn<iml'¢ rkave Ca.vu<im,Ukmmce _ _ FA O037d00D 33100000 d16.2I500 Td.k ITu d.�+c<dlu6<enmoAfiA 6m nr aigwl&m u n ElCDCAamw vdde"—Ad Ntt�IdyJ�du mo3f'm+l'wue<nvre�du,MOeS wmrefWlyW 4L<glCwu<I{rivw6,evaein Progress Estimate Change Order Number 0 Contractor's Application ADDITIONS Fm(m ) 101662 N UN{nnlq Dr.Midge Rebnblalat%l Ciry3m<evy A1PIvatim T'�tar. cmnnr'�.. SS136 5-FINAL ARumlemlJ•med November 01,2021-Nmxmber 30,2021 't)3'1io11Oe , 12113/202i A E C D E F fi<m 0ilm bFvvh CM1*rtegda3® Spsirvtiw L'oM1d CU(,1W9}IOAd1 LYV Riff CFige(Ada F� Y \'due Pr<]u^IY {'eFeibi, Uairi<L R<sNb' edY AmC<dbate (F) M-)) Sntimtw Af<m \'<Sr Knelled SmillM ue Pmitl StmM(mmC) (N-E) a _ _RC Pipe(CL�(ISLN IF 12mmemD SIII.m 3I.D2m_ 120k 00f100 S13)2m_ 31,112f0 _ 51.33 -Mi _I) Ra-}filli�g RY1331 CY )Rlmmmm SlRm fH}S9m_)30(Om000D sgmm Imgi - 18 W<di�Eddiw Cmneie 9�ua�v<fJ3hC6ft\6fe1 CY A}d'ppppm 1999U 1i362N .—omU SiM n S{M. sit.. imP.f 19 pn®ce Bae R<pir CY gmmmOD SH23 ftl'Nm �OP3J00000 321Nm $�INm f21Tlm ImM: Tam 511 OOI.lS YI3091.i1 Sl}ml,]l S])my]J ImM: ibi<dzweeln6nnmoAfiN 6m if+mi®ml bm u nEKDCdinea[lAde wmdidrx<M1i�JyNdu i motif'vn Ywu«nm<`dbeW eAedy mme(Wlyudw�wS isp�l Ca,uel l<imbNewvin C620 Gang=Ortl_r Progress Estimate Change Order Number 0 Contractor's Application DELETIONS 101662 NVAvenity Dr.DAdge Rd bWmtbD 5-FINAL "4mbm<�ROOfi November 01,2021-November 30,2021 A�Q11<' zvurzozl B C D 6 F 6m 0 m Tvge(khrb® Ik.miNa Smimlw. At<ume CO Qsreiyt° lStil Rice L]vEe�a T1lfxd to exd .1'alMd MDssd 1lm Uud .W IJrd 1,•m L`W t#IUW 2 x1L11R1'Dsl _. CY Mm00000c 5}120J SJAgm ' TMW Tided<m bube<nmoLfiNfrtm Wmipvl[amunFJC➢C Axammvdds u,n d:drce h'gllifJa N< w3fwmu Ywve<�mr<pd brews d:drecacrefWhuil avnult LePl Ca.ud{<imtoa,<unim City of Fort Worth Summary of Charges City Secretary ContractNum: 1 55136 NUniversity Dr.Bridge Rehabilitation p,O,; FNV020-0000004894 Project Number. 101662 Application Period: vember 01,2021-November 30,20 Application 5-FINAL Application Date: 12/13/2021 Number. Funding Identification FID) -_-- Total Completed I Amt Remaining -I I Gross Retainage I Net -----------Contract— 30100-0200431-5740010-101662-E02680 9999 $267,167.51 $4.440.00 0 0 u 0 0 I 0 0 0 n o m 0 Change Orderl 30100-02004315740010-101662-E02680-9999 $72,004.73 $4440.00 0 0 ro t,o 0 o an o o bO.i�U 0 SD.Up 0 o o c:' a.o" o O co C-h—a Wg a Order2 - -14 ----- 30100-0200431-5740010-101662-E02680-9999 �Ou -.o io _ ;o 0 o voo of I I 0 U Oii 0 0 0 ;0 On ;OLL) po 0 i City of Fort Worth Summary of Charges City Secretaryy Contract Num: 1 55136 NUniversity Dr.Bridge Rehabilitation P.O.. FNV020-0000004o project Number. 101662 Application Period: vember 01,2021-November 30,20 Application 5-FINAL Application Date: 12/13/2021 Number. Funding Identification(FID) 1—total Completed ( Amt Remaining I Gross - �- Retainage 1 Net- - Change Order - - -- — - 30100-0200431-5740010-101662-E02680-9999 0 a uu 0 '0 n 0 � 0 1 0 ,, ,I o 0 u 0 0 �P :a 01i71 Chan a Order 4 -- 30100-0200431-5740010-101662-E02680-9999 0 :,o.an 0 so.un 0 0 so-oa ��o .�o 10 0 0.00 0.; 0 0 a ro on 0 0 —� -Change Orders 30100-0200431-5740010-101662-E02680-9999 o 0 0 I I 0 I 0 0 0 0 0 0 City of Fort Worth Summary of Charges City Secretary ContractNum: 55136 N University Dr.Bridge Rehabilitation p.O,: FNV020-0000004894 project Number. 101662 Application Period: vember 01,2021-November 30,201 Application 5-FINAL Application Date: 12/13/2021 Number. FundingIdentification PID - - - ( ) - � Total Completed ( Amt Remaining I Gross � (- Retainage � � Net � Change Order -- - 30100-02004315740010-101662-E02680-9999 0 0 I 0 o I i 0 0 on 0b_Qu :Ou ° so 0o 0 ° u au o Flu I Change Order 7 - 30100-0200431-5740010-101662-E02680-9999 o o o ° I 0 jo ° i 10 Change Order 30100-02004315740010-101662-E02680-9999 �..J _)0" 0 ° I nu, uoo 0 s)o0 0 , I so 00 0 I 0 I I 0 0 I City of Fort Worth Summary of Charges City Secretary ContractNum: 1 55136 N University Dr.Bridge Rehabilitation p.O„ F1V020-0000004894 Project Number: 101662 Application Period: ,ember 01,2021-November 30,20 Application 5-FINAL Application Date: 12/13/2021 Number. FundingIdentification FII] ( ) Total completed � -- _ � AmfRemalning � I Gross I Totals 30100-0200431.5740010-101662-E02680-9999 $339,172.24 0 p0 4p 0 n an (.ti 0 ' o o0 o nu ou o o t o ou I o uo cr, Grand Total $339,172.24 $0.00 $0.00 1 1 ($16,958.61) $16,958.61 CSC No.55136-AR1 FORT WORTH City of Fort Worth Construction Allowance Request Project Name I N.University Dr Bridge Rehabilitation City Sec# 1 55136 Client Project#(s)l 101662 Project Concrete riprap replacement Description Contractorl McMahon Contracting LP CA#1 1 Date 6/1/2021 City Project Mgr. Tariqul Islam City Inspectorl Habte Taezaz UNIT or DEPT TPW XX XX XX Totals Contract Time CD Original Contract Amount $271,607.51 $271,607.51 Extras to Date Credits to Date Current Contract Amount $271 607.51 $271,607.51 Amount of Proposed Allocation $16 275.00 $0.00 $0.00 0.00 $16 275.00 Original Allowance Available to Allocation $20,000,00 $20,000.00 Allowance Funds Previously Allocated $0.00 $0.00 Revised Allowance Balance $3,725.00 $0.00 $0.00 $0.00 $3,725.00 JUSTIFICATION(REASONS)FOR CONSTRUCTION ALLOWANCE IN ACCORDANCE WITH THIS CONSTRUCTION ALLOWANCE REQUEST,THE CONTRACT SHALL: Furnish all labor,equipment,material, all other incidentals as per attached proposed Construction Allowance Request(with attachments): This construction allowance is to remove concrete debris from the river bed which was not contemplated in the original scope of work for this project.This work is required to perform sheet pile work in conjunction with dewatering the area. It is understood and agreed that the acceptance of this Construction Allowance Request 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 Construction Allowance Request. The Project/Program Manager signing below acknowledges that he/she is the person responsible for the monitoring and administration of this contract,including ensuring all performance and reporting requirements. Contractor's Co Date McMahon Contracting,L.P. Eric Terry Jun 2,2021 Inspector/Inspection Superv" Date Project and Contract Compliance Manager Date L. Jun 3,2021 r q 1s4— Jun 3,2021 Program Manager Date Senior Capital Project Officer Date D➢ Jun 3,2021 - Jun 3,2021 Date Director,Contracting Department(Dept) Date Jun3,2021 w - - Jun 4,2021 Assistant C' Date Assistant ager Date mom Jun 4,2021 Jun 6,2021 ATTEST: QORj��4 by p Oop00OOOoo�OJ�� O YY Mary J.Kayser,City Secretary 9A.o o A 1. ° 4101 o=� a � 00000000. OFFICIAL RECORD CITY SECRETARY Construction Allowance SUMMARY FT. WORTH, TX Page 1 of 4 FORT WORTH City of Fort Worth Construction Allowance Additions Project Name N.University Dr Bridge Rehabilitation City Sec# Client Project# 101662 Contractorl McMahon Contracting LP PM Tariqul Islam Inspector Habte Taezaz Construction Allowance Submittal# 0 Date ADDITIONS ITEM DESCRIPTION DEPT Qty Unit Unit Cost Total 16 Concrete Removal from River Bed TPW 300.00000000 CY 54.25 16,275.00 TPW $16,275.00 XX $0.00 XX $0.00 XX $0.00 Total Additions $16,275.00 Construction Allowance Additions Page 2 of 4 FORT WORTH® City of Fort Worth '�_ Construction Allowance Value Project Name I N.University Dr Bride Rehabilitation City Sec# 55136 Client Project# F 10 6662 Contractorl McMahon Contracting LP PMJ Tariqul Islam I Inspector Habte Taezaz Construction Allowance Submittal# Date CONSTRUCTION ALLOWANCE VALUE BEING USED ITEM DESCRIPTION Qty Unit Unit Cost Total 16 Concrete removal from river bed 300.00 CY $54.25 $16,275.00 Construction Allowance Value 3of4 M/SBE for this Construction Allowance Request M/SBE Sub Type of Service Amount for this CAR Total $0.00 Previous Construction Allowance Requests CAR# DATE AMOUNT Total $0.00 Construction Allowance MSBE Data Page 4 of 4 Official site of the City of Fort`^'orth,Texas CITY COUNCIL AGENDA FORT WO RTH DATE: 12/1/2020 REFERENCE**M&C 20- LOG NAME: 20NORTH UNIVERSITY DRIVE NO.: 0879 BRIDGE REHABILITATION CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (CD 7) Authorize Execution of a Contract with McMahon Contracting L.P., in the Amount of$271,607.51 for North University Drive Bridge Rehabilitation Over West Fork Trinity River Project RECOMMENDATION: It is recommended that the City Council authorize the execution of a contract with McMahon Contracting L.P., in the Amount of$271,607.51 for North University Drive Bridge Rehabilitation project over West Fork Trinity River (City Project No. 101662). DISCUSSION: This contract provides for the repair and rehabilitation of North University Drive Bridge over West Fork Trinity River (City Project No. 101662). The major repair and rehabilitation work includes concrete repair replacement, river bank erosion repair, and guardrail replacement. Construction for this project is expected to start in early 2021 and to be completed by summer 2021. Upon completion of the project there will be no anticipated impact on the general fund operating budget. This project was advertised for bid on September 3, 2020 and September 10, 2020 in the Fort Worth Star-Telegram. On October 1, 2020, the following bids were received: Bidders Amount I McMahon Contracting L.P. $271,607.51 FNH Construction LLC $315,885.00 Grod Construction LLC $414,120.00 Fort Worth Civil Constructors LLC $451,954.00 FIBCTX, LLC. F_ $682,235.00 M/WBE OFFICE — McMahon Contracting L.P. is in compliance with the City's BDE Ordinance by committing to 13\% MBE participation on this project. The City's MBE goal on this project is 13\%. This project is located in DISTRICT 7. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the General Capital Projects Fund for the N. University Dr. Bridge Rehab project to support the approval of the above recommendation and execution of the contract. Prior to any expenditure being incurred, the Transportation and Public Works Department has the responsibility to validate the availability of funds. TO Fund Department IAccount Project Program I Activity IBudget I Reference# Amount ID I ID J Year (Chartfield 2) FROM Fund Department Account Project Program Activity Budget I Reference# Amount ID ID I Year (Chartfield 2) Submitted for City Manager's Office by_ Dana Burghdoff (8018) Originating Department Head: William Johnson (7801) Additional Information Contact: Jeffrey Perrigo (8117) ATTACHMENTS Map N University Dr Bridge.pdf FORTWORTH Routing and Transmittal Slip Transportation and Public Works Department DOCUMENT TITLE: Change Order#1-N. University Dr. Bridge Rehabilitation M&C CPN: 101662 CSO # 55136 DOC# Date: 912712021 Department Initials Date Out To: McMahon Contracting, LP E 1. Eric Terry ETerry(c)mcmahoncontractinq Er 2. Habte Taezaz TPW-Si nature !� 3. Tariqul Islam TPW-Si nature 4. Jeffrey Perrigo TPW-Si nature 5. Lane Zarate TPW-Signature Lz— 6. Lauren Prieur TPW-Signature 7. William Johnson TPW-Signature 8. Doug Black LAW-Signature ,La-- 9. Dana Burghdoff CMO-Signature 10. Ronald Gonzales Actin CSO-Si nature DOCUMENTS FOR CITY MANAGER'S SIGNTURE: All documents received from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review and take the next steps. NEEDS TO BE NOTARIZED: ❑ Yes X No RUSH: ❑ Yes X No SAME DAY: ❑ Yes X No NEXT DAY: ❑ Yes X No ROUTING TO CSO: ❑ Yes ❑ No Action Reguired: ❑ As Requested ❑ Attach Signature, Initial and Notary Tabs ❑ For Your Information X Signature/Routing and or Recording ❑ Comment ❑ File Return to: Please call at ext. for pick up when completed. Thank you. CSC No.55136-COl FORT WORTH. City of Fort Worth Change Order Request Project Name N University Dr.Bridge Rehabilitation -71 City Sec# 55136 Client Project#(s) 101662 Project Description Concrete riprap replacement Contractor McMahon Contracting,LP Change Order# 1 Date 9/27/2021 City Project Mgr. Tariqul Islam City Inspector Habte Taezaz Contract Time Dept. TPW Totals (CD) Original Contract Amount $271,607.51 $271,607.51 120 Extras to Date Credits to Date Pending Change Orders(in M&C Process) Contract Cost to Date $271,607.51 $271,607.51 120 Amount of Proposed Change Order $67,564.73 $67,564.73 30 Revised Contract Amount $339,172.24 $339,172.24 150 Original Funds Available for Change Orders $101,826.98 $101,826.98 Remaining Funds Available for this CO $101,826.98 $101,826.98 Additional Funding(if necessary) CHANGE ORDERS to DATE(INCLUDING THIS ONE)AS%OF ORIGINAL CONTRACT 24.88% MAX ALLOWABLE CONTRACT AMOUNT(ORIGINAL CONTRACT COST+2594) $339,509.39 JUSTIFICATION(REASONS)FOR CHANGE ORDER This change order is to add 730 cubic yards of backfill,12 linear feet of reinforced concrete pipe,42.67 cubic yards of concrete structure removal,and 40 cubic yards of pavement base repair to the contract.During construction,it was identified that the roadway had extremely poor underlying soil requiring significantly more backfill than contemplated.With the quantity being considerably more than the original bid quantity,the contractor has agreed to install this item at lower unit price(The original unit price for this bid item is$222.00/cubic yard and proposed unit price is$88.00/cubic yard).Also,during construction a buried concrete structure was excavated and needs to be removed(42.67 cubic yards).Base repair(40 cubic yards)is also required to install paving over proposed reinforced concrete pipe.This change order also includes the deletion of 20 cubic yards of backfill.The net change order amount is$67,564.73 with a revised contract amount of$339,172.24.For the additional backfill work and persistent wet weather,30 calendar days are proposed to be added to this contract.The project is funded from P00017 and sufficient fund is avilable to cover acidlional funding for this change order. It is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaction and represents payment in full(both time and money)for all costs arising out of,or incidental to,the above Change Order. The Project/Program Manager signing below acknowledges that he/she is the person responsible for the monitoring and administration of this contract,including ensuring all performance and reporting requirements. Conlraclor's Company Name Contractor(Name) Contract Signature Date McMahon Contracting,L.P. Eric Terry erwr r Sep 27,2021 Inspectorlinspection Supervisor Date Project and Contract Compliance Manager Date Sep 27,2021 d_Islay, Sep 27,2021 Program Manager Date Senior Capital Project Officer Date Sep 27,2021 Sep 27,2021 Assistant Director(Dept) Date Director,Contracting Department(Dept) Date Ln«rm Prmr[r Sep 28,2021 _ _ Sep 28,2021 Assistant City AttorneyDate Assistant City Manager Date Sep 29,2021 Sep 29,2021 Council Action(if required) M&C Number M&C Date Approved ATTEST:n_ t Ronald P.Gonzales,Acting City Secretary FORTWORrH City of Fort Worth V-- Change Order Additions Project Name N University Dr.Bridge Rehabilitation City Sec# 55136 Client Project# 101662 Contractor McMahon Cont acting,LP PM Tariqul Islam Inspector Hable Taezaz Change Order Submittal# Dale 9/27/2021 ADDITIONS HEM DESCRIPTION ULP I ty Unit Unit Cost I ota 7 RC Pipe ew- 7 Bac flling(TYD ) TPW 7 Y ew- Breaking Existing Concrete Structure ft TP 7 Y New- Pavement Base Repair TP 5 TPW $72,004.73 u Total Additions �777 Change Order Additions Page 2 of 4 FOe�RTH City of Fort Worth Change Order Deletions Project Name N Univers ty Dr.Bridge Rehabilitation City Sec# 55136 Client Project# 1 101662 Contractor McMahon Cc PMJ —TariqulIslam Inspector HabteTauu Change Order Submittal# Date 9/27/2021 DELETIONS nit Units oa ac i Tpw $4,440.00 Sub TotalDeletions Change Order Deletions Page 3 of4 MISBE for this Change Order MISBE Sub Type of Service Amount for this CO Total $0.00 Previous Change Orders co# DATE AMOUNT Total $0.00 9/27/21, 1:47 PM M&C Review Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FOR II DATE: 12/1/2020 REFERENCE**M&C 20- LOG NAME: 20NORTH UNIVERSITY DRIVE NO.: 0879 BRIDGE REHABILITATION CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (CD 7)Authorize Execution of a Contract with McMahon Contracting L.P., in the Amount of$271,607.51 for North University Drive Bridge Rehabilitation Over West Fork Trinity River Project RECOMMENDATION: It is recommended that the City Council authorize the execution of a contract with McMahon Contracting L.P., in the Amount of$271,607.51 for North University Drive Bridge Rehabilitation project over West Fork Trinity River(City Project No. 101662). DISCUSSION: This contract provides for the repair and rehabilitation of North University Drive Bridge over West Fork Trinity River(City Project No. 101662). The major repair and rehabilitation work includes concrete repair replacement, river bank erosion repair, and guardrail replacement. Construction for this project is expected to start in early 2021 and to be completed by summer 2021. Upon completion of the project there will be no anticipated impact on the general fund operating budget. This project was advertised for bid on September 3, 2020 and September 10, 2020 in the Fort Worth Star-Telegram. On October 1, 2020, the following bids were received: Bidders Amount ------------------- -- _ _ ._-__-_-___---------- McMahon Contracting L.P. $271,607.51 FNH Construction LLC $315,885.00 --------------------- Grod Construction LLC $414,120.00 Fort Worth Civil Constructors LLC $451,954.00 "CT , LLC. $682,235.00 M/WBE OFFICE—McMahon Contracting L.P. is in compliance with the City's BIDE Ordinance by committing to 13\% MBE participation on this project. The City's MBE goal on this project is 13\%. This project is located in DISTRICT 7. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the General Capital Projects Fund for the N. University Dr. Bridge Rehab project to support the approval of the above recommendation and execution of the contract. Prior to any expenditure being incurred, the Transportation and Public Works Department has the responsibility to validate the availability of funds. TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID I Year Chartfield 2 apps.cfwnet.org/council_packet/mc_review.asp?I D=28448&cou nciIdate=12/l/2020 1/2 9/27121, 1:47 PM M&C Review FROM Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year Chartfield 2 Submitted for City Manager's Office by: Dana Burghdoff(8018) Originating Department Head: William Johnson (7801) Additional Information Contact: Jeffrey Perrigo (8117) ATTACHMENTS Map N University Dr Bridge.pdf apps.cfwnet.org/council_packet/mc_review.asp?ID=28448&councildate=12/1/2020 2/2 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS December 8, 2021 McMahon Contracting, L.P. 3019 Roy Orr Blvd. Grand Prairie,Texas 75050 RE: Acceptance Letter Project Name: N. Uninersity Dr. Bridge Rehabilitation Project Type: 03, 04 City Project No.: CPN: 101662 To Whom It May Concern: On November 16, 2021 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 22, 2021. 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 22, 2021, which is the date of the punch list completion and will extend of two (2) years in accordance with the Contract Documents. If you have any questions concerning this letter of acceptance, please feel free to contact me at 817- 392-2486. Sincerely, a'�a'�Z Tariqul Islam, Project Manager Cc: Habte Taezaz, Inspector Wade Miller, Inspection Supervisor Ariel Duarte, Senior Inspector Riad Nusrallah, Program Manager Michael Baker International, Consultant McMahon Contracting, LP, Contractor N/A, Developer File E-Mail: Douglas W. Wiersig, P.E., PhD., Director,TPW Chris Harder, P.E., Assistant Director,Water Richard Martinez,Assistant Director,TPW Wendy Chi-Babulal, P.E., Water Marisa Conlin,Traffic Engineering Tony Sholola, P.E., Water Allen Hall, Superintendent,TPW Richard Zavala, Director, PARD John Robert Carman, P.E., Director, Water David Creek, Assistant Director, PARD Rev.9/15/16 BILLS PAID AFFIDAVIT FOR CONTRACTOR State of Texas § County of Dallas § BEFORE ME, the undersigned authority, on this day personally appeared Shelley McMahon, known to me to be a credible person and officer of McMahon Contracting LP and who, being duly sworn, upon his oath declares and acknowledges as follows: 1. I am a duly authorized agent of McMahon Contracting LP,which has authorized me to make this affidavit,and all of the recitations herein are true and correct_ 2. Pursuant to Private Development Contract No. #101662 between The City of Fort Worth and McMahon Contracting LP for North University Drive Bride Rehabilitation) McMahon Contracting LP has supplied materials and performed labor in connection with the construction of improvements on real property owned by City of port Worth in the City of Fort Worth ("the improvements"). 3_ McMahon Contracting LP has actual knowledge that all bills owed by The City of Fort Worth to McMahon Contracting LP for materials supplied or labor performed in connection with the improvements have been fully paid and satisfied. 4. McMahon Contracting LP has actual knowledge that all bills owed by McMahon Contracting LP to others for materials supplied or labor performed in connection with the improvements have been fully paid and satisfied. 5. McMahon Contracting LP has actual knowledge that there are no claims or liens for materials supplied or labor performed in connection with the CIP Contract_ 6. McMahon Contracting LP further warrants that should any claim or lien be filed for material supplied or labor performed in connection with the CIP Contract, McMahon Contracting LP will immediately furnish a bond pursuant to Texas Property Code Sections 53.236 through 53.238 for release of each the claim or lien, obtain settlement of any claim or lien, and furnish the Cily of Fort Worth written full release. McMahon Contracting LP agrees to fully indemnify and hold ham-dess the City of Fort_Worth from any and all costs that may occur by reason of such claims or liens, EXECUTED this 2 day of G�. ,202i. McMahon Contracting LP c�`Y`w Estrella Munoz f x°, My Commission ExPi" By �Y Y :� DW012D25 NAME: * �;X, 10 No 133076WS TITLE: STATE OF TEXAS COUNTY OF DALLAS �,`-1 s instrument was acknowled ed before me on ��C� �24+, U�J . _by I tkyl M-Abshffl of W-LM n K dr. LT a '["& LJ,niW, f4u� corporation,on be alf of said corporation. _.._ [NOTARY PUBLIC STAMP] NOTARY PUBLIC CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECTCONTR ❑ TO FINAL PAYMENT SUR TYCTOR ❑❑ Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond No 9346287 PROJECT: (name, addreSS)N University Dr Bridge Rehabilitation Fort Worth, TX TO (Owner) F ARCHITECT'S PROJECT NO: City Project No. 101662 CITY OF FORT WORTH CONTRACT FOR: 1000 Throckmorion Street N University Dr. Bridge Rehabilitation Fart Worth TX 76102 CONTRACT DATE: 12/1/2020 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 SURETY COMPANY 1299 Zurich Way Schaumburg IL 60196 , SURETY COMPANY on bond of Thera Insert name and address of Contractor) MCMAHON CONTRACTING. LP 3019 Roy Orr Blvd. Grand Prairie TX 75050 , CONTRACTOR, 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 1000 Throckmonon Street Fort Worth TX 76102 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS, WHEREOF, the Surety Company has hereunto set its hand this 27th day of December, 2021 COLONIAL AMERICAN CASUALTY AND SURETY COMPANY Surety Company Attest: ._.r■� �.C�s..�. t (Seal): Signature of Authorized Representative Robbi Morales _Attorney-in-Fact Title NOTE: This form is to be used as a companion document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT of DEBTS AND CLAIMS, Currant Edition ONE PAGE ZFRiCH AMERICAN INSURANCE COMPANN' COL.ONI U.AMERICAN CASUALT'I AND SItRETY COMPANY FIDELITI .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 CASUALTY AND SURETY COMPANY. a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"). by Robert D. Murray,Vice President.in pursuance of authority granted by Article V.Section 8,of the By-Laws of said Companies.which are set (limb on the reverse side hereof and are hereby certihcd to be in full force and effect on the dart:hereof.do hereby nominate.constitute, and appoint Ricardo.I. REINA,Tina MCEWAN,Dun E.CORNELL,Joshua SAUNDERS,Robbi MORALES,Sophinie HUNTER, Kelly A. WESTBROOK, Tonie PETRANEK, Mikaela PEPPERS of Dallas,Texas, E'AC11, 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,and the execution ol'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 ZURICI I 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 ONA-ings Mills. Maitland., 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 ofsaid Companies,and is now in tierce. IN NI'ITNF,SS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said Zt1RICH AMERICAN iN'SUR INC'F COMPANY, COLONIAL AMERICAN CASUALTY AND SCIRETA" COMPANY, and FIDELITY AND DEPOSIT CON III%NI OF MARYLAND.this I I th day of May.A.D.2021. IA C;P . ATTEST: ZI/RIC'H AMERICAN INSURANCE COMPANY COLONIAL ANIERtCAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MART"LAND Bv: Robert D. 11urra.v Tice President Bt: Dmvn E. Brown Secretary State of Maryland County of Baltimore On this I Ith da} of May, A_1)_ 2021_ before the subscriber,a Notary Public of the State of Maryland.duly commissioned and qualified. Rohert D. Murray,Vice President and Dawn E.Brown,Secretary eNhe Companies•to me personally known to be tfte individuals and officers desCCrbed in and who executed the preceding instrument,and acknowledged the execution ofsame,and being by me dul}swom,deposeth and saith.that he/she is the said officer of the Company aforesaid,and[flat die 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 alfived 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 Constance!% Dunn.Nuwn,Public Ntv Cornniw%s an P rireS Jul%9,2023 r4 enf,1��� Authenticitv of this bond can be confirmed at bon dvalidator.zu rich na.com or 410-559-8790 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V.Section 8. Attornc�s-in-Fact. Tlic ChictJ-.%c�u(ive 011iccr. the President.or am Executive Vice President or Vice President may. by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds. policies. recognizanecs, 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 certih that the foregoing Power of Attorney is still in full force and effect on the date of this certificate:and 1 do further ccrtily that Article V. Section 8. of the By-Laws of the Companies is still in force. This Polver of Attorney 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 ]5th 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 Sea]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 I Oth day of May, 1990. RESOLVED: "'That the facsimile or mechanically reproduced seal or 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.1 have hereunto subscribed my name and affixed the corporate seats of the said Companies. this 27th day of December 2021 F p Ylrpj f � � o By: Brian N1.Hodges Vice['resident TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND,THE BOND NUMBER,AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 .k-",A!.reportsfclaimsAzurichna.com 800-626-4577 Authenticity of this bond can be confirmed at houdvalidator.zurichna.com or 410-559-8790