HomeMy WebLinkAboutContract 61547-FP1FORT WORTH.
-FP1
City Secretary
Contract No. 61547
Date Received 1/14/2025
AT
NOTICE OF PROJECT COMPLETION
(Developer Projects)
The Transportation and Public Works Department upon the recommendation of the Project
Manager has accepted the following project as complete:
Project Name: McDonalds Greenway Express
City Project No.: 105471
Improvement Type(s): Water 0 Sewer 0
Original Contract Price:
$245,496.00
Amount of Approved Change Order(s): $129,468.00
Revised Contract Amount: $374,964.00
Total Cost of Work Complete: $374,964.00
Jan 14, 2025
Contractor Date
Project Manager
Title
Morrison Construction
Company Name
M( c% 8Gtrr -tv Jan 14, 2025
Project Inspector
Date
Leases 9.6t)'L
Jan 14, 2025
Project Manager
Date
Jan 14, 2025
Kandice Merrick 14, 202515:17 CST)
CFA Manager
Date
I ;-,) e.711, -
Jan 14, 2025
Lauren Prieur (Jan 14, 2025 15:26 CST)
TPW Director
Date
(--'P�
Jan 15, 2025
Asst. City Manager
Date
OFFICIAL RECORD Page 1 of 2
CITY SECRETARY g
FT. WORTH, TX
Notice of Project Completion
Project Name: McDonalds Greenway Express
City Project No.: 105471
City's Attachments
Final Pay Estimate x❑
Change Order(s): ❑x Yes ❑ N/A
Pipe Report: x❑ Yes ❑ N/A
Contractor's Attachments
Affidavit of Bills Paid
Consent of Surety
Statement of Contract Time
Contract Time: 60 WD
Work Start Date: 11 /25/2024
Completed number of Soil Lab Test: 21
Completed number of Water Test: 2
Days Charged: 23 WD
Work Complete Date: 1/2/2025
Page 2of2
FoRTWORTH
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name McDONALD'S GREENWAY
Contract Limits
Project Type WATER & SEWER
City Project Numbers 105471
DOE Number 5471
Estimate Number 1 Payment Number 1 For Period Ending
City Secretary Contract Number
Contract Date
Project Manager NA
Contractor MORRISON CONSTRUCTION CO., INC.
760 E MAIN ST. STE 109
LEWISVILLE , TX 75057
Inspectors M.GLOVER / M.BARRON
Contract Time
Days Charged to Date
Contract is 100.00
1/2/2025
WD
6WD
23
Complete
Monday, January 6, 2025 Page 1 of 5
City Project Numbers 105471
Contract Name McDONALD'S GREENWAY
Contract Limits
Project Type WATER & SEWER
Project Funding
UNIT I: WATER IMPROVEMENTS
Item
Description of Items
Estimated Unit
No.
Quanity
1
TRENCH SAFETY
59 LF
2
8" PVC WATER PIPE
27 LF
3
16"X8" TAPPING SLEEVE & VALVE
1 EA
4
FIRE HYDRANT
1 EA
5
2" WATER SERVICE
I EA
6
DUCTILE IRON WATER FITTINGS
0.1 TN
W/RESTRAINT
7 PVC WATER PIPE (6")
8 6" GATE VALVE
9 UTILITY SERVICE SURFACE RESTORATION
HYDROMULCH
DOE Number 5471
Estimate Number 1
Payment Number 1
For Period Ending 1/2/2025
Unit Cost
Estimated
Completed
Completed
Total
Quanity
Total
$2.00
$118.00
59
$118.00
$267.00
$7,209.00
27
$7,209.00
$21,360.00
$21,360.00
1
$21,360.00
$9,283.00
$9,283.00
1
$9,283.00
$9,440.00
$9,440.00
1
$9,440.00
$17,660.00
$1,766.00
0.1
$1,766.00
3 LF $874.00 $2,622.00 3 $2,622.00
1 EA $2,193.00 $2,193.00 1 $2,193.00
20 SY $25.00 $500.00 20 $500.00
10 1" IRRIGATION SERVICE 1 EA
11 8" PRESSURE PLUG (CO#1) 1 EA
12 8" GATE VALVE (CO#1) 1 EA
Sub -Total of Previous Unit
UNIT 11: SANITARY SEWER IMPROVEMENTS
$3,235.00 $3,235.00 1 $3,235.00
$1,750.00 $1,750.00 1 $1,750.00
$3,000.00 $3,000.00 1 $3,000.00
$62,476.00 $62,476.00
Item
Description of Items
Estimated Unit
Unit Cost
Estimated
Completed
Completed
No.
Quanity
Total
Quanity
Total
1
8" SEWER PIPE (CO#1)
270 LF
$140.00
$37,800.00
270
$37,800.00
2
TRENCH SAFETY (CO#1)
344 LF
$2.00
$688.00
344
$688.00
3
T MANHOLE
2 EA
$13,364.00
$26,728.00
2
$26,728.00
4
5' DROP MANHOLE
1 EA
$40,304.00
$40,304.00
1
$40,304.00
5
POST CCTV INSPECTION (CO#1)
344 LF
$8.00
$2,752.00
344
$2,752.00
6
MANHOLE VACUUM TESTING
3 EA
$498.00
$1,494.00
3
$1,494.00
7
EPDXY MANHOLE LINER (CO#1)
47 VF
$1,796.00
$84,412.00
47
$84,412.00
8
IMPORTED EMBEDMENT/BACKFILL, CSS
270 CY
$117.00
$31,590.00
270
$31,590.00
(CO#1)
9
UTILITY SERVICE SURFACE RESTORATION
130 SY
$25.00
$3,250.00
130
$3,250.00
HYDROMULCH
10
4" SEWER SERVICE
10 LF
$87.00
$870.00
10
$870.00
11
TRENCH WATER STOPS (CO#1)
2 EA
$2,433.00
$4,866.00
2
$4,866.00
12
2-WAY CLEANOUT
1 EA
$1,425.00
$1,425.00
1
$1,425.00
Monday, January 6, 2025 Page 2 of 5
City Project Numbers 105471
Contract Name McDONALD'S GREENWAY
Contract Limits
Project Type WATER & SEWER
Project Funding
13 4' EXTRA DEPTH MANHOLE
14 SEWER LINE GROUTING (CO#1)
15 20" CASING BY MEANS OTHER THAN OPEN
CUT (CO#1)
16 8" SEWER CARRIER PIPE (DIP) (CO#1)
17 IMPORTED EMBEDMENT/ BACKFILL, CLSM
(CO#1)
DOE Number 5471
Estimate Number 1
Payment Number 1
For Period Ending 1/2/2025
5 VF $1,000.00 $5,000.00 5 $5,000.00
27 LF $85.00 $2,295.00 27 $2,295.00
50 LF $352.00 $17,600.00 50 $17,600.00
64 LF $776.00 $49,664.00
10 CY $175.00 $1,750.00
Sub -Total of Previous Unit $312,488.00
64 $49,664.00
10 $1,750.00
$312,488.00
Monday, January 6, 2025 Page 3 of 5
City Project Numbers 105471
Contract Name McDONALD'S GREENWAY
Contract Limits
Project Type WATER & SEWER
Project Funding
Contract Information Summary
Original Contract Amount
Change Orders
Change Order Number 1
Change Order Number 1
Total Contract Price
DOE Number 5471
Estimate Number 1
Payment Number 1
For Period Ending 1/2/2025
$245,496.00
$4,750.00
$124,718.00
$374,964.00
Total Cost of Work Completed $374,964.00
Less % Retained $0.00
Net Earned $374,964.00
Earned This Period $374,964.00
Retainage This Period $0.00
Less Liquidated Damages
Days @ / Day
LessPavement Deficiency
Less Penalty
Less Previous Payment
Plus Material on Hand Less 15%
Balance Due This Payment
$0.00
$0.00
$0.00
$0.00
$0.00
$374,964.00
Monday, January 6, 2025 Page 4 of 5
City Project Numbers 105471
Contract Name McDONALD'S GREENWAY
Contract Limits
Project Type WATER & SEWER
Project Funding
Project Manager NA
Inspectors M.GLOVER / M.BARRON
Contractor MORRISON CONSTRUCTION CO., INC.
760 E MAIN ST. STE 109
LEWISVILLE , TX 75057
DOE Number 5471
Estimate Number 1
Payment Number 1
For Period Ending 1/2/2025
City Secretary Contract Number
Contract Date
Contract Time 60 WD
Days Charged to Date 23 WD
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 $374,964.00
Less % Retained $0.00
Net Earned $374,964.00
Earned This Period $374,964.00
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
$0.00
Plus Material on Hand Less 15%
$0.00
Balance Due This Payment
$374,964.00
Monday, January 6, 2025 Page 5 of 5
PROJECT NAME:
CONTRACT:
ICFA #
CITY PROJECT #
CITY SECRETARY CONTRACT #
IFID #
IX#
FILE #
INSPECTOR:
PROJECT MANAGER:
DEVELOPER -AWARDED -PROJECT CHANGE ORDER
McDonalds Greenway
Water 8 Sewer
24-0057
105471
CS 61547
30114-0200431-10S471-EO7685
X-28112
INA
Michael Barron
Debbie Willhelm, PE
CITY PARTICIPATION:( NO
Phone No: 817.392.8306
Phone No: 817.392.2481
CHANGE
ORDER No:
I
REVIEWED
By Debbie J. Willhelm at 4:52 pm, Dec 09, 2024
CONTRACT UNIT
WATER
SEWER
DRAINAGE
PAVING
STREET LIGHTS
CONTRACT
Developer
peveloper
peveloper
DAYS
cost
City Cast
Developer cost City Cost
Cost City Cost
Cost
City Coat
Developer cost
City Coat
(ORIGINAL CONTRACT
$57,726.00
$0.00
$187.770.00 $0.00
$0.00 $0.00
$0.00
$0.00
$0.00
$0.00
60
EXTRAS TO DATE
$0.00
$0.00
$0.00 $0.00
$0.00 $0.00
$0.00
$0.00
$0.00
$0.00
0
(CREDITS TO DATE
$0.00
$0.00
$0.00 $0.00
$0.00 $0.00
$0.00
$0.00
$0.00
$0.00
0
ICONTRACT TODATE
$57,726.00
$0.00
$187,770.00 $0.00
$0.00 $0.00
$0.00
$0.00
$0.00
$0.00
60
AMOUNT OF PROP. CHANGE ORDER
$ 4.750.00
$0.00
$ 124,718.00 $0.00
$0.00 $0.00
$0.00
$0.00
$0.00
$0,00
30
REVISED 9ONTRACTAMOUNT
$62,476.00
$0.00
$312,489.00 $0.00
$0.00 $0.00
$0.00
$0.00
$0.00
$0.00
90
TOTAL REVISED CONTRACT AMOUNT PER
UNIT
$62.476,00
$312,488.00
$0.00
$0.00
$0.00
REVISED COST SHARE
IDev. Cost:
$374,964.00
city Cost
$0.00
TOTAL REVISED CONTRACT
I
$374,964.00
Revised. 12-17-2018 Page 1
+You are directed to make the following changes in the contract documents
PAY ITEM # CITY B D ITEM QUANTITY I
1 'NEW 241.1118 1.001
1 NEW 3312.3003 1.001
PAY ITEM #
1
2
5
7
8
1 11
'NEW
'NEW
I 'NEW
1 'NEW
I
Asterisk (•) indicates New Pay Item
CITY BID ITEM
QUANTITY
3331.4115
(20)
3305,0109
44
3301.0002
44
333-.001
31
3305.0202
(20)
3305.0113
1
241.2001
27
3305.1103
50
3305.3002
64
3305.0203
10
UNIT I:_W_ AT_E_R IMPROVEMENTS
UNIT
ITEM DESCRIPTION
CFW Unit
Price
EA
8' Pressure Plug
$0.00
FJ1
8' Gate Valve
$0.00 I
TOTAL UNIT I: WATER IMPROVEMENTS
�
I
UNIT _I1-_�;\NITARY SEWER IMPROVEMENTS
UNIT
ITEM DESCRIPTION
CFW Unit
Price
LF
8' Sewer Pope
$0.00
LF
Tench Safety
$0.00
LF
Post CCTV Inspection
$0.00
VF
Epoxy Manhole Liner
$0.00
CY
Imported Emhendment/Backkfill, CSS
$0.00
EA
Trench Water Stopps
$0.00
LF
Sewer Line Gr ng
$0.00
LF
20' Casing By Means Other Than Open Cut
$0.001
LF
8' Sewer Carrier Pipe (DIP)
$0.001
CY
Immported EmbedmentBacKU, CLSM
$0.001
TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS
UNIT PRICE I Developer Cost City Cost TOTAL
$1750.00 $ 1,750.00 S - $ 1.750.00
$3000.00 $ 3,000.00 $ - $ 3.000.00
S 4.750.00 $ $ 4,750.00
UNIT PRICE Developer Cost City Cost TOTAL
$140.00
$
(2.800.00)
S - $
(2,800.00)
$2.00 S
88.00
S - $
88.00
$8.00 $
352.00
$ $
352.00
$1796.00 $
55,676.00
$ - $
55,676.00
$117.00 S
(2,340.00)
$ - S
(2,340.00)
S2,433.00 $
2,433.00
$ - S
2.433.00
$85.00 $
2.295.001
$ - 1 $
2.295.00
$352.00 $
17,600.001
$ - I $
17,600.00
$776.00 $
49,664.001
S I $
49.664.00
$175.00 $
1.750.001
S - I S
1,750.00
S 124.718.00
$ $124,718.00
1 1
Revised: 12-17-2018 Page 2
REASONS FOR CHANGE ORDER Existing conditions forsewer main did not match proposed design Changes correspond to Plan Revision 1 as shown on sheets 2, 3, 4, 7 & 8 of the construction
plans. 30 additional days are requested with this change order.
RECOMMENDED: APPROVED: APPROVED:
Claymoore Engineering Inc. McDonald's�USA, LLC /f Morrison Construction Co., Inc
By. ! By: By: �2l.� //Gb%i2(�dbJ1i
Name: Drew Donoskv. P.E. Name Shilpa M. Upadhye U Name: Travis Thomason
Title: Civil Enaineer Title: Senior Counsel Title: Vice President
APPROVAL RECOMMENDED:
CFW - Funding Department
By: NA
Name:
Title:
RECOMMENDED:
CFW- Contract Compliance Manager
By: NA
Name: Debbie J Wllhelm. PE
Title: Protect Manaqer
M&C Number. NA
M&C Date Approved: NA
APPROVED:
APPROVED AS TO FORM AND LEGALITY:
CFW- Assistant City Manager
CFW - Assistant City Attorney
By NA
By: NA
Name:
Name:
Tide:
Title:
ATTEST
' Contract Compliance Manager (Project Manager):
By signing I acknowledge that I am the person responsible
NA
for the monitoring and administration of this contract, include
ensuring all performance and reporting requirements.
Jannette S. Goodall
City Secretary
QThere are NO City Funds associated with this Contract
❑There are City Funds associated with this Contract
Revised: 12-17-2018 Page 3
FORTWORTH
TRANSPORTATION AND PUBLIC WORKS
PIPE REPORT FOR:
PROJECT NAME: McDonalds Greenway Express CFA
CITY PROJECT NUMBER: 105471
1 WATER
PIPE LAID SIZE TYPE OF PIPE
WATER PIPE 8" PVC
IRRIGATION SERVICE PIPE 1" COPPER
2" WATER SERVICE PIPE 2" COPPER
FIRE HYDRANTS: 1 EA VALVES (16" OR LARGER)
PIPE ABANDONED SIZE TYPE OF PIPE
N/A
DENSITIES: YES
NEW SERVICES:
I SEWER
PIPE LAID SIZE TYPE OF PIPE
SEWER PIPE 8" SDR-26 ASTM D3034 PVC
PIPE ABANDONED SIZE TYPE OF PIPE
EX SEWER PIPE 8" SDR-26 ASTM D3034 PVC
DENSITIES: YES
NEW SERVICES:
TRANSPORTATION AND PUBLIC WORKS
The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311
LF
LF
LF
LF
27 LF
1 EA
1 EA
290 LF
20 LF
FORT WORTH.,
TRANSPORTATION AND PUBLIC WORKS
January 2, 2025
Morrison Construction Co, Inc.
760 E. Main St. Suite 109
Lewisville, Texas 75057
RE: Acceptance Letter
Project Name: McDonald's Greenway Express
Project Type: Water & Sanitary Sewer
City Project No.: 105471
To Whom It May Concern:
On December 20, 2024 a final inspection was made on the subject project. There were no punch list
items identified at that time. The final inspection indicates that the work meets the City of Fort Worth
specifications and is therefore accepted by the City. The warranty period will start on January 2, 2025,
which is the date of the final inspection 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-
392-2481.
Sincerely,
ve66� � u),a6A�,-
Debbie Willhelm, Project Manager
Cc: Michael Barron, Inspector
Mike Glover, Inspection Supervisor
Randy Horton, Senior Inspector
Andrew Goodman, Program Manager
Clay Moore Engineering, Consultant
Calvo Construction, Contractor
McDonald's Corporation, Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Rev. 08/20/19
AFFIDAVIT
STATE OF Texas
COUNTY OF Denton
Before me, the undersigned authority, a notary public in the state
and county aforesaid, on this day personally appeared Randy Price, Project
Manager Of Morrison Construction Company, 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;
CPN 105471 - McDonalds Greenway
BY � � �'`-
' Randy Price
Subscribed and sworn before me on this date 24th of December, 2024.
a°T"RY' 4 DEBORAH MCGLOTHLIN
Notary Public _ »,
NOTARY PUBLIC
STATE OF OKLAHOMA
Commission # 18006467 Expires 06/28/26
........................................
BOND NO. 0250422
OWNER
❑
CONSENT OF SURETY
ARCHITECT
❑
TO FINAL PAYMENT
CONTRACTOR
❑
Conforms with the American Institute of
SURETY
❑
Architects, AIA Document G707
OTHER
TO OWNER:
ARCHITECTS PROJECT NO.:
(Name and addres)
City of Fort Worth, TX
200 Texas Street
CONTRACT FOR:
Construction
Fort Worth, TX 76102
PROJECT:
CONTRACT DATED:
rName and address)
McDonald's Greenway - City Project No. 105471
In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the
(Insert name andaddress ofSurery)
Berkley Insurance Company
475 Steamboat Road
Greenwich, CT
,SURETY,
on bond of
(lnsen name and address of ContrarrarJ
Morrison Construction Company
8147 E. 63rd Place Suite 200
Tulsa, OK 74133
,CONTRACTOR,
hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety of any
of its obligations to
(Insert name and address of Owner)
City of Fort Worth, TX
200 Texas Street
Fort Worth, TX 76102
as set forth in said Surety's bond.
IN WITNESS WHEREOF, the Surety has hereunto set its hand on this date: January 14, 2025
r7mert in writing the month followed by the numeric date and year.)
Attest:
Witness Brennan Morgan
, OWNER,
Berkley InsuqPT Company
(Surety)
K,
(Sig atur at t - epresentalive�
amT ie M. Burris
Attorney-in-Fact
(Printed name rand litle)
S-21341GE 10101
%DP
1
1
I
I
4
f
1
■
No. BI-10196c-el
POWER OF ATTORNEY
BERKLEY INSURANCE COMPANY
WILMINGTON, DELAWARE
KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly
organized and existing under the laws of the State of Delaware, having its principal office in Greenwich, CT, has made, constituted
and appointed, and does by these presents make, constitute and appoint: Vaughn Paul Graham, Jr.; Stephen Michael Poleman;
Jamie M. Burris; John Kelly Deer; Kristin Lewis; Thomas Perrault, or Faith Burleson of Rich & Cartmill, Inc of Tulsa, OK
its true and lawful Attorney -in -Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and
deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation
shall exceed Fifty Million and 00/100 U.S. Dollars (U.S.$50,000,000.00), to the same extent as if such bonds had been duly
executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons.
This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware,
without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following
resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25, 2010:
RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief
Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant
Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attomey-in-fact named therein
to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the
corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such
attorney -in -fact and revoke any power of attorney previously granted; and further
RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances,
or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the
manner and to the extent therein stated; and further
RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney -in -fact named; and
further
RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any
power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or
other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as
though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any
person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have
ceased to be such at the time when such instruments shall be issued.
IN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its
corporate seal hereunto affxed this25th day of Jul _---�—'2023 ,
Attest iR
mpany
sjw��'" By i
197E .� • Executive Vice President & Secretary ent
STATE OF CONNEC nCUT )
) ss:
COUNTY OF FAIR1ULD )
Swam to before me, a Notary Public in the State of Connecticut, this 25th day of July , 2023 , by Ira S. Lederman
and 7effiey M. Hafer who are swom to me to be the Executive Vice P;o�tiry
t Secretary, and Senior Vice President,
respectively, ofBerkley insurance Company. I TA ' IC
CONNscrrcxrr
MY MISSM � Public, Stale of Connecticut
CERTIFICATE
I, the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a
true, correct and complete copy of the original Power of Attorney, that said Power of Attorney has not been revoked or rescinded
as authority of the Attorney -in -Fact set forth therein, who executed the bond or undertaking to which this,]Power'
hed, is in full force and effect as of this date.
14th `
der my hand and seat of the Company, this day of January 2025
s.
"` Vincent P. Fotte �/t1
n
n
n
n