Loading...
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