Loading...
HomeMy WebLinkAbout060585-FP1 - Construction-Related - Contract - McMahon Contracting & Construction, LLCFORT WORTH. TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJECT COMPLETION -FP1 City Secretary No: 60585 Date Received: 11/06/2025 City Project Ns: 100146 Regarding contract 60585 1 Keller Hicks Road (Lauren Way to US 377) for as required by the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT as approved by City Council on 10/17/2023 through M&C 23-0886 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 Amount: Amount of Approved Change Orders: Revised Contract Amount: Total Cost Work Completed: Less Deductions: Liquidated Damages: Pavement Deficiencies: Total Deduction Amount: Total Cost Work Completed: Less Previous Payments: Final Payment Due Pa+rioia L. wadsioX - ci.31 _Ul,d—k (0,t I' , l,T', 11_ f , ( C F,T; Recommended for Acceptance Asst. Director, TPW - Capital Delivery $ 7,204,624.65 Days 550 $ 0.00 ]fib 0 Days Added by CO 0 $ 7,204,624.65 Total Days 550 $ 6,681,107.49 Days Charged 536 Days @ $ / Day $ 6,681,107.49 $ 6, 347, 052.09 $ 334,055.40 10/29/2025 Date Lauren Pr- (Oct 30, 2025 09:15:20 CDT) Accepted Director, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT C�*� Asst. City Manager Comments: 10/30/2025 Date 11/02/2025 Date OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORT WORTH... TPW Construction Invoice City Secretary Contract Number: Purchase Order: CS60585 FW020-0000010998 Project: Invoice Number: 100146-100146 - Keller Hicks Road (Lauren Way to US 377) CS60585-017-FINAL+GS-C-1 Contract Name: Invoicing Period (From —To): Keller Hicks Rd (Lauren Way to US 377) 08.01.2025 to 08.25.2025 To: McMahon Contracting & Construction LLC 3019 Roy Orr Blvd Grand Prairie, TX 75050 Supplier ID: 7000005177 Contract Summary 1. Original Contract Amount $7,204,624.65 2. Net Change by Change Orders $ 0.00 3. Current Contract Amount (Line 1 +/- Line 2) $7,204,624.65 4. Total Completed and Stored to Date $6,681,107.49 (Progress Estimate, Construction Allowance, and Change Orders) 5. Amount Retained (5.00%) $ 0.00 6. Amount Eligible toDate (Line 4— Line 5) $6,681,107.49 7. Less Previous Payments (Line 6 from prior Invoice) $6,347,052.09 8. Amount Due this Application $ 334,055.40 9. Balance to Finish, Plus Retainage $ 523,517.16 (Line 3 — Line 6) 10. Contract Time a. Days Awarded 550 b. Days Added by Change Order 0 c. Total Contract Days Awarded 550 d. Days Charged this Invoice 0 e. Days Charged from Previous Invoice(s) 536 f. Contract Days Remaining 14 Funding Distribution: Payment Application Date: 09.04.2025 Estimate Number: 16 Project Manager: Aiton, Mitch Payment Approvals Roles Date: Inspector: Sr. Inspector: Project Manager: Contractors Certification: The Contractor certifies with the submittal of this document and associated Payment Request Submittal on the City of Fort Worth eBuilder system that to the best of their knowledge: (1) all previous progress payments received from Owner on account of Work done under the Contract have been applied on account to discharge Contractor's legitimate obligations incurred in connection with Work covered by prior Applications for Payment; (2) title of all Work, materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to Owner at time of payment free and clear of all Liens, security interests and encumbrances (except such as are covered by a Bond acceptable to Owner indemnifying Owner against any such Liens, security interest or encumbrances); and (3) all Work covered by this Application for Payment is in accordance with the Contract Documents and is not defective Liquidated Damages @ $1,250.00 x day sit Scott Cummings (Oct 27, 202513:15:17 Page 1 of 15 FORT WORTH. TPW Construction Invoice Funding Identification (FIDs) Amount Earned $ .00 Retainage (FIDs) 30100-2060000-100146-RETAIN Retainage Amount to Pay 30300-0200431-5740010--100146-002380-9999 $ 77,022.32 $ 77,022.32 30106-0200431-5740010--100146-002380 $ .00 30106-2060000-100146-RETAIN $ 64,005.71 $ 64,005.71 30108-0200431-5740010--100146-002380 $ .00 30108-2060000-100146-RETAIN -$ 145,520.55 $ 145,520.55 34018-0200431-5740010--100146-002380-9999-18010199 $ .00 34018-2060000-100146-RETAIN -$ 47,506.82 $ 47,506.82 Contract Bid Items: A B C D E F G H I J K Bid Item Description Spec. UoM Bid Unit Price Bid Value Estimated Value this Previously Previously Materials Total Completed Retainage % Balance to No. Section Quantity Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish No. Installed this Quantity Value Stored Date (D+F+G) (B-H) Period (not in F) III-176 3441.2000 Remove Signal Pole EA 0 $ 2,000.00 $ 2,000.00 0.0000 $ .00 1.0000 $ 2,000.00 $ .00 $ 2,000.00 $ .00 100.00% $ .00 Unit 1- 3213.0322 Conc Curb at Back LF 0 $ 20.00 $ .00 0.0000 $ .00 155.0000 $ 3,100.00 $ .00 $ 3,100.00 $ .00 0.00% $- 3,100.00 85A of Sidewalk Unit 1- 9999.0000 6" Mow Strip SF 0 $ 9.99 $ .00 0.0000 $ .00 100.0000 $ 999.00 $ .00 $ 999.00 $ .00 0.00% $- 999.00 85B Unit 1- 9999.0000 Pedestrian Handrail LF 0 $ 131.30 $ 7,878.00 0.0000 $ .00 60.0000 $ 7,878.00 $ .00 $ 7,878.00 $ .00 100.00% $ .00 85E -CFW Unit 1- 3216.0101 6" Conc Curb and LF 0 $ 88.47 $ 11,766.51 0.0000 $ .00 133.0000 $ 11,766.51 $ .00 $ 11,766.51 $ .00 100.00% $ .00 85F Gutter (Katy Road) - CFW Unit 21" RCP, Class III 3341.0201 LF 460 $ 114.99 $ 52,895.40 0.0000 $ .00 466.0000 $ 53,585.34 $ .00 $ 53,585.34 $ .00 101.30% $- 689.94 1.001 Unit 30" RCP, Class III 3341.0302 LF 564 $ 201.88 $ 113,860.32 0.0000 $ .00 475.0000 $ 95,893.00 $ .00 $ 95,893.00 $ .00 84.22% $ 17,967.32 1.002 Unit 36" RCP, Class III 3341.0309 LF 845 $ 228.57 $ 193,141.65 0.0000 $ .00 844.9990 $ 193,141.42 $ .00 $ 193,141.42 $ .00 100.00% $ .23 1.003 Unit 42" RCP, Class III 3341.0309 LF 195 $ 294.11 $ 57,351.45 0.0000 $ .00 195.0000 $ 57,351.45 $ .00 $ 57,351.45 $ .00 100.00% $ .00 1.004 Unit 10' Curb Inlet 3349.5001 EA 5 $ 17,541.58 $ 87,707.90 0.0000 $ .00 5.0000 $ 87,707.90 $ .00 $ 87,707.90 $ .00 100.00% $ .00 1.005 Unit Concrete Riprap 3137.0101 SY 1,250 $ 207.79 $ 259,737.50 0.0000 $ .00 1,305.0000 $ 271,165.95 $ .00 $ 271,165.95 $ .00 104.40% $- 11,428.45 1.006 Unit 18"Stone Riprap, Dry 3137.0102 SY 520 $ 189.80 $ 98,696.00 0.0000 $ .00 432.0000 $ 81,993.60 $ .00 $ 81,993.60 $ .00 83.08% $ 16,702.40 1.007 Unit 8x4 Box Culvert 3341.1501 LF 354 $ 1,333.26 $ 471,974.04 0.0000 $ .00 354.0000 $ 471,974.04 $ .00 $ 471,974.04 $ .00 100.00% $ .00 1.008 Page 2 of 15 FORT WORTH_.. TPW Construction Invoice A B C u E F G H I J K Bid Item Description Spec. UOM Bid Unit Price Bid Value Estimated Value this Previously Previously Materials Total Completed Retainage % Balance to No. Section Quantity Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish No. Installed this Quantity Value Stored Date (D+F+G) (B-H) $ 100,274.40 Period 0.0000 $ .00 95.0000 $ 100,274.40 (not in F) $ .00 $ 100,274.40 $ .00 100.00% Unit 4x4 Box Culvert 3341.1103 LF 95 $ 1,055.52 $ .00 1.009 $ 91,282.38 0.0000 $ .00 7.0000 $ 91,282.38 $ .00 $ 91,282.38 $ .00 100.00% Unit 4' Storm Junction Box 3349.0001 EA 7 $ 13,040.34 $ .00 1.010 3349.0002 EA 2 $ 14,827.60 $ 29,655.20 0.0000 $ .00 3.0000 $ 44,482.80 $ .00 $ 44,482.80 $ .00 150.00% Unit 5'Storm Junction Box $- 14,827.60 1.011 3305.0109 LF 2,633 $ 1.49 $ 3,923.17 0.0000 $ .00 2,633.0000 $ 3,923.17 $ .00 $ 3,923.17 $ .00 100.00% Unit Trench Safety $ .00 1.012 Post CCTV Inspection $ 7,346.07 0.0000 $ .00 _ 2,000.0000 $ 5,580.00 $ .00 $ 5,580.00 $ .00 75.96% Unit 3301.0002 LF 2,633 $ 2.79 $ 1,766.07 1.013 $ 16,608.11 0.0000 $ .00 _ 0.9800 $ 16,275.96 $ .00 $ 16,275.96 $ .00 98.00% Unit SWPPP 3125.0101 LS 1 $ 16,608.11 $ 332.15 1.014 TxDOT PR1 Headwall Railing $ 15,125.04 0.0000 $ .00 95.0000 $ 19,956.65 $ .00 $ 19,956.65 $ .00 131.94% Unit 9999 LF 72 $ 210.07 $- 4,831.61 1.015 10' Recessed Inlet $ 130,271.04 0.0000 $ .00 12.0000 $ 130,271.04 $ .00 $ 130,271.04 $ .00 100.00% Unit 3349.6001 EA 12 $ 10,855.92 $ .00 1.016 3349.7001 EA 2 $ 13,900.87 $ 27,801.74 0.0000 $ .00 1.0000 $ 13,900.87 $ .00 $ 13,900.87 $ .00 50.00% Unit 4'Drop Inlet $ 13,900.87 1.017 997 $ 20.27 $ 20,209.19 0.0000 $ .00 997.0000 $ 20,209.19 $ .00 $ 20,209.19 $ .00 100.00% Unit Remove Conc Pvmt 241.1 SY $ .00 1.018 Remove Asphalt Pvmt 6,848 $ 64,302.72 0.0000 $ .00 6,848.0000 $ 64,302.72 $ .00 $ 64,302.72 $ .00 100.00% Unit 241.11 SY $ 9.39 $ .00 1.019 Remove Gravel Drive $ 2,383.26 0.0000 $ .00 _ 1,518.0000 $ 2,383.26 $ .00 $ 2,383.26 $ .00 100.00% Unit 9999.0001 SF 1,518 $ 1.57 $ .00 1.020 Remove Asphalt Drive 241.0402 $ 14,666.41 0.0000 $ .00 3,751.0000 $ 14,666.41 $ .00 $ 14,666.41 $ .00 100.00% Unit SF 3,751 $ 3.91 $ .00 1.021 Remove Concrete Drive 241.0401 $ 16,650.00 0.0000 $ .00 1,285.0000 $ 19,018.00 $ .00 $ 19,018.00 $ .00 114.22% Unit SF 1,125 $ 14.80 $- 2,368.00 1.022 $ 4,724.26 0.0000 $ .00 398.0000 $ 4,724.26 $ .00 $ 4,724.26 $ .00 100.00% Unit Remove Fence 241.05 LF 398 $ 11.87 $ .00 1.023 SF 23 $ 12.54 $ 288.42 0.0000 $ .00 23.0000 $ 288.42 $ .00 $ 288.42 $ .00 100.00% $ .00 Unit Remove Sidewalk 241.01 1.024 241.07 EA 1 $ 4,612.88 $ 4,612.88 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 4,612.88 Unit Remove Mailbox 1.025 $ 10,294.32 0.0000 $ .00 8.0000 $ 10,294.32 $ .00 $ 10,294.32 $ .00 100.00% $ .00 Unit 6"-12" Tree Removal 3110.0102 EA 8 $ 1,286.79 Page 3 of 15 Bid Item Description No. 1.026 FORT WORTH TPW Construction Invoice A Spec. UoM Bid Unit Price Bid Value Section Quantity No. Unit Remove 15" Storm Line 241.3011 LF 1.027 Unit Remove 36" Storm Line 241.3019 LF 1.028 Unit Remove 24" Storm Line 241.3015 LF 1.029 Unit Remove 18" Storm Line 241.3013 LF 1.030 Unit Remove Storm Sewer Box 241.3201 LF 1.031 Hydrated Lime Unit 3211.04 TN 1.032 8" Lime Treatment Unit 3211.0502 SY 1.033 6" Concrete Driveway Unit 3213.0401 SF 1.034 Unit 4"Conc Sidewalk 3213.0301 SF 1.035 4" Asphalt Pavement Type D Unit 3212.0304 SY 1.036 Unit 8" Conc Pvmt 3213.0103 SY 1.037 Unit 6' Chain Link, Steel w/Barbed 3231.0113 LF 1.038 Wire Barrier Free Ramp, Type M-2 Unit 3213.0504 EA 1.039 (538) Barrier Free Ramp, Type P-1 Unit 3213.0506 EA 1.040 (D540) Barrier Free Ramp, Type P-2 Unit 3213.0507 EA 1.041 Unit 2" Asphalt Pvmt Type D 3212.0302 SY 1.042 Unit 6" Asphalt Base Type B 3212.0503 SY 94 $ 23.67 $ 2,224.98 200 $ 31.94 $ 6,388.00 47 $ 28.34 $ 1,331.98 85 $ 25.68 $ 2,182.80 61 $ 40.74 $ 2,485.14 190 $ 350.27 $ 66,551.30 12,730 $ 5.11 $ 65,050.30 3,855 $ 9.99 $ 38,511.45 14,060 $ 7.72 $ 108,543.20 586 $ 48.74 $ 28,561.64 9,320 $ 91.25 $ 850,450.00 556 $ 47.49 $ 26,404.44 4 $ 2,849.69 $ 11,398.76 12 $ 2,849.69 $ 34,196.28 8 $ 2,849.69 $ 22,797.52 2,069 $ 27.42 $ 56,731.98 2,198 $ 66.41 $ 145,969.18 C Estimated Quantity Installed this Period 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 L) E F G H I J K Value this Previously Previously Materials Total Completed Retainage % Balance to Period Installed Installed Presently and Stored to this Period (H/B) Finish Quantity Value Stored Date(D+F+G) (B-H) (not in F) 00 94.0000 $ .00 100.00% $ 2,224.98 $ .00 $ 2,224.98 $ .00 00 155.0000 $ 4,950.70 $ .00 $ 4,950.70 $ .00 77.50% $ 1,437.30 00 47.0000 $ 1,331.98 $ .00 $ 1,331.98 $ .00 100.00% $ .00 00 85.0000 $ 2,182.80 $ .00 $ 2,182.80 $ .00 100.00% $ .00 00 61.0000 $ 2,485.14 $ .00 $ 2,485.14 $ .00 100.00% $ .00 00 190.0000 $ 66,551.30 $ .00 $ 66,551.30 $ .00 100.00% $ .00 00 12,730.280 0 00 6,106.4000 00 34,961.100 0 00 0.0000 00 9,445.0000 00 556.0000 00 6.0000 00 16.0000 00 5.0000 00 2,232.7500 $ 65,051.73 $ .00 $ 65,051.73 $ .00 100.00% 158.40% 248.66% 0.00% 101.34% $- 1.43 $- 22,491.49 $ 61,002.94 $ .00 $ 61,002.94 $ .00 $ 269,899.69 $ .00 $ .00 $ .00 $ 861,856.25 $ .00 $ 26,404.44 $ .00 $ 17,098.14 $ .00 $ 45,595.04 $ .00 $ 14,248±45$ .00 $ 269,899.69 $ .00 $ .00 $ .00 $ 861,856.25 $ .00 $ 26,404.44 $ .00 $ 17,098.14 $ .00 $-161,356.49 $ 28,561.64 $- 11,406.25 100.00% $ .00 150.00% $- 5,699.38 $ 45,595.04 $ .00 $ 14,248.45 $ .00 $ 61,222.01 $ .00 133.33% $- 11,398.76 62.50% 107.91% $ 8,549.07 $- 4,490.03 $ 61,222.01 $ .00 00 2,366.0400 $ 157,128.72 $ .00 $ 157,128.72 $ .00 107.65% $- 11,159.54 Page 4 of 15 A Bid Item Description Spec. UOM Bid No. Section Quantity No. 9999 Unit Gravel Drive SF 597 1.044 Unit LED Lighting Fixture 3441.3201 EA 11 1.045 Unit Rdwy Illum Assembly TY 18 3441.3003 EA 11 1.046 w/33A Arms Unit Rdwy Illum Foundation TY 3 3441.3302 EA 11 1.047 Unit Furnish/Install Alum Sign 3441.4003 EA 14 1.048 Ground Mount City Std. Unit Furnish/Install Elec Sery 2605.0111 EA 1 1.049 Pedestal Unit Ground Box Type B, w/Apron 3441.1502 EA 4 1.050 4" DOT Pvmt Marking HAS (W) Unit 3217.0005 LF 27 1.051 4" SLD Pvmt Marking HAS (Y) Unit 3217.0002 LF 2,514 1.052 474 Unit 8" SLD Pvmnt Marking HAS (W) 3217.0201 LF 1.053 Unit 8" SLD Pvmnt Marking HAS (Y) 3217.0202 LF 7,265 1.054 Unit 24" SLD Pvmnt Marking HAE 3217.0501 LF 293 1.055 (W) Lane Legend Arrow (TxDOT Ty I) Unit 3217.1002 EA 6 1.056 Lane Legend DBL Arrow Unit 3217.1003 EA 3 1.057 Lane Legend Only (TxDOT Ty 1) Unit 3217.1004 EA 3 1.058 REFL Raised Marker TY II -A -A Unit 3217.2103 EA 62 1.059 Remove/Salvage Sign Panel Unit 3441.4108 EA 13 1.060 and Post Unit Unclassified Excavation by Plan 3123.0101 CY 1,250 FORT WORTH TPW Construction Invoice B c u I E I F I G I H I I I J I K Unit Price Bid Value $ 5,271.51 $ 8,489.69 $ 67,133.99 $ 28,734.42 $ 10,555.72 $ 10,567.61 $ 6,174.32 $ 96.12 $ 3,444.18 $ 1,493.10 $ 22,884.75 $ 14,611.91 $ 1,139.88 $ 765.87 $ 569.94 $ 478.64 $ 2,546.96 $ 64,150.00 Estimated Quantity Installed this Period 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 Value this Period $ .00 $ .00 $ .00 $ .00 $ .00 $ .00 $ .00 $ .00 $ .00 $ .00 $ .00 $ .00 $ .00 $ .00 $ .00 $ .00 $ .00 $ .00 Previously Installed Quantity 597.0000 11.0000 11.0000 10.0000 15.0000 1.0000 4.0000 27.0000 2,514.0000 474.0000 7,265.0000 293.0000 6.0000 3.0000 3.0000 62.0000 13.0000 1,739.1800 Previously Installed Value Materials Presently Stored (not in F) Total Completed and Stored to Date (D+F+G) Retamage this $ $ $ $ $ $ $ $ $ $ $ Period .00 .00 .00 .00 .00 .00 .00 .00 .00 .00 .00 % (H/B) 100.00% 100.00% 100.00% 90.91% 107.14% 100.00% 100.00% 100.00% 100.00% 100.00% 100.00% Balance to Finish (B-H) $ 8.83 $ 5,271.51 $ .00 $ 5,271.51 $ .00 $ 771.79 $ 8,489.69 $ .00 $ 8,489.69 $ .00 $ 6,103.09 $ 67,133.99 $ .00 $ 67,133.99 $ .00 $ 2,612.22 $ 26,122.20 $ .00 $ 26,122.20 $ 2,612.22 $ 753.98 $ 11,309.70 $ .00 $ 11,309.70 $- 753.98 $ 10,567.61 $ 10,567.61 $ .00 $ 10,567.61 $ .00 $ 1,543.58 $ 6,174.32 $ .00 $ 6,174.32 $ .00 $ 3.56 $ 96.12 $ .00 $ 96.12 $ .00 $ 3,444.18 $ .00 $ 1,493.10 $ .00 $ 1.37 $ 3,444.18 $ .00 $ 3.15 $ 1,493.10 $ .00 $ 3.15 $ 22,884.75 $ .00 $ 22,884.75 $ .00 $ 14,611.91 $ .00 $ .00 $ 49.87 $ 14,611.91 $ .00 100.00% $ .00 100.00% $ .00 100.00% $ .00 100.00% $ .00 100.00% $ .00 100.00% $ .00 139.13% $ 189.98 $ 1,139.88 $ .00 $ 1,139.88 $ .00 $ 255.29 $ 765.87 $ 569.94 $ 478.64 $ 2,546.96 $ .00 $ 765.87 $ .00 $ 569.94 $ .00 $ 478.64 $ .00 $ 2,546.96 $ .00 $ 189.98 $ .00 $ 7.72 $ .00 $ .00 $ 195.92 $ 51.32 $ 89,254.71 $ .00 $ 89,254.71 $- 25,104.71 Page 5 of 15 Bid Item Description No. 1.061 A FORT WORTH TPW Construction Invoice C E F Spec. UOM Bid Unit Price Bid Value Estimated Value this Previously Previously Section Quantity Quantity Period Installed Installed No. Installed this Quantity Value Period Unit 8" Water Pipe 3311.0241 LF 1.062 Unit 6" Water Pipe 3311.0141 LF 1.063 Unit Ductile Iron Water Fittings w/ 3311.0001 TON 1.064 Restraint (6-inch through 12- inch pipe) Unit Salvage 1" Water Meter 241.1512 EA 1.065 1" Water Service, Meter Unit 3312.2001 EA 1.066 Reconnection 1" Water Service Unit 3312.2003 EA 1.067 Remove & Salvage 6" Water Unit 241.1302 EA 1.068 Valve Salvage Fire Hydrant Unit 241.151 EA 1.069 Temporary Asphalt Pavement- Unit 3201.0122 LF 1.070 Trench Repair -Storm (all sizes) Trench Safety (Water) 3305.0109 LF Unit 1.071 Fire Hydrant Unit 3312.0001 EA 1.072 Connection to Existing 4"-12" Unit 3312.0117 EA 1.073 Water Main Unit 6" Gate Valve 3312.3002 EA 1.074 Unit Block Sod Placement 3292.01 SY 1.075 Unit Seeding Hydromulch 3292.04 SY 1.076 Unit Tree Protection 9999 EA 1.077 50 $ 111.37 $ 5,568.50 0.0000 $ .00 0.0000 $ .00 70 $ 100.35 $ 7,024.50 0.0000 $ .00 70.0000 $ 7,024.50 1 $ 15,741.66 $ 7,870.83 0.0000 $ .00 0.3000 $ 4,722.50 G H I J K Materials Total Completed Retainage % Balance to Presently and Stored to this Period (H/B) Finish Stored Date(D+F+G) (B-H) (not in F) $ .00 $ .00 $ .00 0.00% $ 5,568.50 $ .00 $ 7,024.50 $ .00 100.00% $ .00 $ .00 $ 4,722.50 $ .00 60.00% $ 3,148.33 1 $ 3,368.94 $ 3,368.94 $ 4,556.31 $ 3,368.94 $ 1,735.34 $ 2,601.72 $ 246,284.00 $ 178.80 $ 15,858.42 $ 28,385.95 $ 5,496.86 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 $ $ $ $ $ $ $ $ $ $ .00 .00 .00 .00 .00 .00 .00 .00 .00 .00 1.0000 $ 3,368.94 $ 4,556.31 $ 3,368.94 $ $ $ $ $ $ $ $ $ $ $ $ I $ .00 .00 .00 .DO .DO .00 .00 .00 .00 .00 .00 .00 .00 $ 3,368.94 $ 4,556.31 $ 3,368.94 $ 1,735.34 $ 2,601.72 $ 4,283.20 $ 178.80 $ 23,787.63 $ 17,031.57 $ 5,496.86 $ 11,361.58 $ 14,631.86 $ 9,973.74 $ $ $ .00 .00 .00 100.00% 100.00% 100.00% $ .00 $ .00 $ .00 1 1 $ 4,556.31 1.0000 $ 3,368.94 1.0000 2 $ 867.67 2.0000 3.0000 40.0000 $ 1,735.34 $ .00 100.00% $ .00 3 $ 867.24 $ 2,601.72 $ .00 100.00% $ .00 1.74% $ .00 100.00% $ .00 150.00% $ .00 60.00% $ .00 2,300 $ 107.08 $ 4,283.20 $ 178.80 $ 242,000.80 120 $ 1.49 120.0000 $ .00 2 5 $ 7,929.21 $ 5,677.19 3.0000 $ 23,787.63 $ 17,031.57 $- 7,929.21 3.0000 $ 11,354.38 2 $ 2,748.43 2.0000 $ 5,496.86 $ .00 100.00% $ .00 1,490 $ 7.46 $ 2.14 $ 11,115.40 0.0000 $ .00 1,523.0000 $ 11,361.58 $ .00 102.21% $- 246.18 6,853 $ 14,665.42 0.0000 $ .00 6,837.3200 $ 14,631.86 $ .00 99.77% $ 33.56 42 $ 237.47 $ 9,973.74 0.0000 $ .00 I 42.0000 F $ 9,973.74 $ .00 100.00% $ .00 Page 6 of 15 FORT WORTH_.. TPW Construction Invoice A B C u E F G H I J K Bid Item Description Spec. UOM Bid Unit Price Bid Value Estimated Value this Previously Previously Materials Total Completed Retainage % Balance to No. Section Quantity Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish No. Installed this Quantity Value Stored Date (D+F+G) (B-H) $ 93,231.58 Period 0.0000 $ .00 1.0000 (not in F) Unit Storm Drain Structure (Culvert 3349.0006 LS 1 $ 93,231.58 $ 93,231.59 $ .00 $ 93,231.59 $ .00 100.00% $- .01 1.078 A- Connection to Existing 10'x6' Detail) 3471.0003 MO 18 0.0000 $ .00 15.0000 $ 99,178.35 $ .00 Unit Traffic Control $ 6,611.89 $ 119,014.02 $ 99,178.35 $ .00 83.33% $ 19,835.67 1.079 Remove/Replace sign and 9999.0003 EA 3 0.0000 $ .00 2.0000 $ 58,893.64 $ .00 Unit $ 29,446.82 $ 88,340.46 $ 58,893.64 $ .00 66.67% $ 29,446.82 1.080 floodlights 2" CONDT PVC SCH 80 (T) 2605.3015 LF 1,762 0.0000 $ .00 1,762.0000 $ 38,499.70 $ .00 100.00% Unit $ 21.85 $ 38,499.70 $ 38,499.70 $ .00 $ .00 1.081 NO 8Insulated Elec Condr 3441.1409 LF 5,250 0.0000 $ .00 5,250.0000 $ 13,702.50 $ .00 100.00% Unit $ 2.61 $ 13,702.50 $ 13,702.50 $ .00 $ .00 1.082 As -Built Survey (Storm) 171.0102 LS 1 0.0000 $ .00 0.0000 $ .00 $ .00 Unit $ 11,873.72 $ 11,873.72 $ .00 $ .00 0.00% $ 11,873.72 1.083 171.0101 LS 1 0.0000 $ .00 0.9700 $ 57,587.54 $ .00 97.00% Unit Construction Staking $ 59,368.59 $ 59,368.59 $ 57,587.54 $ .00 $ 1,781.05 1.084 9999 D 0.0000 $ .00 0.0000 Unit Construction Allowance $ 25,911.92 $ .00 $ .00 $ .00 $ .00 0.00% $ 25,911.92 1.085 0.0000 $ .00 1.0000 Unit Culvert A Downstream 3349.1 LS 1 $ 189,565.43 $ 189,565.43 $ 189,565.43 $ .00 $ 189,565.43 $ .00 100.00% $ .00 1.15A Headwall Type PW-1 0.0000 0.0000 0.0000 $ .00 $ .00 $ .00 1.0000 500.0000 1.0000 _ $ 4,080.88 $ 84,405.00 $ 86,906.49 $ $ $ .00 .00 .00 $ 4,080.88 $ 84,405.00 $ 86,906.49 Unit 1.1A 21" SET, 1 pipe 3349.4104 EA 1 $ 4,080.88 $ 4,080.88 $ 114,790.80 $ .00 100.00% $ .00 Unit1.16 24" RCP Class111 3341.0205 LF 680 $ 168.81 241.4401 LS 1 $ 86,906.49 $ .00 73.53% $ .00 100.00% $ 30,385.80 Unit Remove Headwall/SET (Culvert $ 86,906.49 $ .00 1.31A A Upstream, Existing 10'x6' Outfall) Retaining Wall 9999 SF 648 $ 147.67 0.0000 $ .00 648.0000 $ 95,690.16 $ .00 $ 95,690.16 $ .00 100.00% Unit $ 95,690.16 $ .00 1.37A 9999 LF 155 $ 158.20 0.0000 $ .00 155.0000 $ 24,521.00 $ .00 $ 24,521.00 Unit TxDOT Traffic Rail- Type T552 $ 24,521.00 $ .00 100.00% $ .00 1.37B 3231.0305 EA 1 $ 2,968.43 0.0000 $ .00 1.0000 $ 2,968.43 $ .00 $ 2,968.43 Unit 12' Gate, Steel $ 2,968.43 $ .00 100.00% $ .00 1.38A 9999.0003 SY 2,800 $ 124.38 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% Unit 6" Asphalt Type B on 6" $ 348,264.00 $ 348,264.00 1.43A Flexbase (Temporary) 8" Gate Valve $ 7,712.00 0.0000 $ .00 2.0000 $ 7,712.00 $ .00 $ 7,712.00 $ .00 100.00% Unit 3312.3003 EA 2 $ 3,856.00 $ .00 1.67A Page 7 of 15 A Bid Item Description Spec. Uo No. Section No. Unit 1" Private Service 3312.2004 EA 1.67B Unit 4"-12" Pressure Plug 241.1118 EA 1.67C Temporary Asphalt Pavement- Unit 3201.0122 LF 1.70A Trench Repair - Waterline (12" & Smaller) Temporary Asphalt Pavement- Unit 3201.0122 LF 1.70B Trench Repair-Storm(Box Culvert) Unit Concrete Culvert Plug 9999.0002 CY 1.78A Unit Storm Culvert Grouting 241.3001 CY 1.78B Unit Borrow by Plan 3292.04 CY 1.78C Unit 6" SLD Pvmt Marking HAS (W) LF 1.85C Unit 6" SLD Pvmk Marking HAS (Y) LF 1.85D Imported Embedment/Backfill, Unit 1.9A 3305.0204 CY Crushed Rock 0241.0900 Remove Conc Curb Unit II - LF 138D and Gutter (RR Damage Repair) -COK 3216.0101 6" Conc Curb and Unit 11- LF 138E Gutter (RR Damage Repair) - COK Unit 11- Construction Contract LS 139E Unit Railroad Coordination 135.0101 EA 11.086 Railroad Flagman Unit 135.0102 EA 11.087 16" Casing By Other Than Open Unit 3305.1102 LF FORT WORTH TPW Construction Invoice B L IA Bid Unit Price Bid Value Estimated Quantity Quantity Installed this Period 1 $ 4,556.31 $ 4,556.31 0.0000 1 $ 2,431.39 $ 2,431.39 0.0000 95 $ 107.41 $ 10,203.95 0.0000 180 $ 107.08 $ 19,274.40 0.0000 4 $ 5,769.29 $ 21,346.37 0.0000 265 $ 264.76 $ 70,161.40 0.0000 800 $ 85.22 $ 68,176.00 0.0000 0 $ 2.85 $ 3,562.50 0.0000 0 $ 2.85 $ 17,470.50 0.0000 96 $ 85.20 $ 8,179.20 0.0000 0 $ 60.58 $ 14,660.36 0.0000 0 $ 88.47 $ 21,409.74 0.0000 0 $ 4,454.10 $ 4,454.10 0.0000 1 $ 30,000.00 $ 30,000.00 0.0000 1 $ 75,000.00 $ 75,000.00 0.0000 110 $ 717.87 $ 78,965.70 0.0000 u E F G H I J K Value this Previously Previously Materials Total Completed Retainage % Balance to Period Installed Installed Presently and Stored to this Period (H/B) Finish Quantity Value Stored Date(D+F+G) (B-H) (not in F) $ .00 1.0000 $ 4,556.31 $ .00 $ 4,556.31 $ .00 100.00% $ .00 $ .00 1.0000 $ 2,431.39 $ .00 $ 2,431.39 $ .00 100.00% $ .00 $ .00 95.0000 $ 10,203.95 $ .00 $ 10,203.95 $ .00 100.00% $ .00 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 19,274.40 $ .00 3.7000 $ 21,346.37 $ .00 $ 21,346.37 $ .00 100.00% $ .00 $ .00 280.0000 $ 74,132.80 $ .00 $ 74,132.80 $ .00 105.66% $- 3,971.40 $ .00 845.6300 $ 72,064.59 $ .00 $ 72,064.59 $ .00 1 105.70% $- 3,888.59 $ .00 1,250.0000 $ 3,562.50 $ .00 $ 3,562.50 $ .00 100.00% $ .00 $ .00 6,130.0000 $ 17,470.50 $ .00 $ 17,470.50 $ .00 100.00% $ .00 $ .00 96.0000 $ 8,179.20 $ .00 $ 8,179.20 $ .00 100.00% $ .00 $ .00 260.0000 $ 15,750.80 $ .00 $ 15,750.80 $ .00 107.44% $- 1,090.44 $ .00 260.0000 $ 23,002.20 $ .00 $ 23,002.20 $ .00 107.44% $- 1,592.46 $ .00 1.0000 $ 4,454.10 $ .00 $ 4,454.10 $ .00 100.00% $ .00 $ .00 0.8700 $ 26,100.00 $ .00 $ 26,100.00 $ .00 87.00% $ 3,900.00 $ .00 1.7162 $ 128,710.64 $ .00 $ 128,710.64 $ .00 171.61% $- 53,710.64 $ .00 110.0000 $ 78,965.70 $ .00 $ 78,965.70 $ .00 100.00% $ .00 Page 8 of 15 FORT WORTH_.. TPW Construction Invoice A 0 c u E F G H I J K Bid Item Description Spec. UoM Bid Unit Price Bid Value Estimated Value this Previously Previously Materials Total Completed Retainage % Balance to No. Section Quantity Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish No. Installed this Quantity Value Stored Date (D+F+G) (B-H) Cut 8" DIP Water Period $ .00 0.0000 (not in F) $ .00 11.088 Unit 3311.0251 LF 110 $ 162.26 $ 17,848.60 0.0000 $ .00 $ .00 $ .00 0.00% $ 17,848.60 11.089 10 $ .00 10.0000 $ .00 Unit 6" PVC Water Pipe 3311.0161 LF $ 213.26 $ 2,132.60 0.0000 $ 2,132.60 $ 2,132.60 $ .00 100.00% $ .00 11.090 1 $ 53,578.91 $ .00 Unit 8" PVC Water Pipe 3311.0261 LF 467 $ 114.73 $ 53,578.91 0.0000 $ .00 467.0000 $ 53,578.91 $ .00 100.00% $ .00 11.091 Unit 8" Gate Valve 3312.3003 EA 4 $ 4,586.59 $ 18,346.36 0.0000 $ .00 5.0000 $ 22,932.95 $ .00 $ 22,932.95 $ .00 125.00% $- 4,586.59 11.092 6" Gate Valve $ 2,748.43 $ 2,748.43 0.0000 $ .00 1.0000 Unit 3312.3002 EA 1 $ 2,748.43 $ .00 $ 2,748.43 $ .00 100.00% $ .00 11.093 Fire Hydrant $ 8,001.53 0.0000 $ .00 1.0000 Unit 3312.0001 EA 1 $ 8,001.53 $ 8,001.53 $ .00 $ 8,001.53 $ .00 100.00% $ .00 11.094 Connection to Existing 4"-12" $ 11,305.15 0.0000 $ .00 5.0000 Unit 3312.0117 EA 5 $ 2,261.03 $ 11,305.15 $ .00 $ 11,305.15 $ .00 100.00% $ .00 11.095 Water Main $ 6,424.80 0.0000 $ .00 60.0000 $ .00 $ 6,424.80 $ .00 100.00% Unit Temporary Asphalt Pavement 3201.0122 LF 60 $ 107.08 $ 6,424.80 $ .00 11.096 Repair -Trench Repair - Waterline (Keller Detail) TxT Grate Inlet $ 10,153.17 0.0000 $ .00 2.0000 $ .00 $ 20,306.34 $ .00 200.00% Unit 3349.9003 EA 1 $ 10,153.17 $ 20,306.34 $- 10,153.17 11.097 18" RCP, Class III 80 $ 8,764.80 0.0000 $ .00 80.0000 $ .00 $ 8,764.80 $ .00 100.00% Unit 3341.0103 LF $ 109.56 $ 8,764.80 $ .00 11.098 3341.0302 LF 88 $ 201.86 $ 17,763.68 0.0000 $ .00 88.0000 $ .00 $ 17,763.68 $ .00 100.00% Unit 30" RCP, Class III $ 17,763.68 $ .00 11.099 Remove 18" Storm Line 85 _ $ 2,182.80 0.0000 $ .00 85.0000 $ 2,182.80 $ 2,182.80 $ .00 100.00% Unit 241.3013 LF $ 25.68 $ .00 $ .00 11.100 $ .00 0.0000 $ .00 12.5604 Unit 3213.0322 Conc Curb at Back LF 0 $ 207.00 $ 2,600.00 $ .00 $ 2,600.00 $ .00 0.00% $- 2,600.00 II.100D of Sidewalk $ 1,597.00 0.0000 $ .00 50.0000 $ .00 Unit Remove 30" Storm Line 241.3017 LF 50 $ 31.94 $ 1,597.00 $ .00 $ 1,597.00 $ .00 100.00% 11.101 $ .00 0.0000 $ .00 130.0000 $ .00 $ 1,298.70 Unit 9999.0000 6" Mow Strip SF 0 $ 9.99 $ 1,298.70 $ .00 0.00% $- 1,298.70 11.101D $ 156.45 0.0000 $ .00 105.0000 Unit Trench Safety 3305.0109 LF 105 $ 1.49 $ 156.45 $ .00 $ 156.45 $ .00 100.00% $ .00 11.102 Page 9 of 15 FORT WORTH..: TPW Construction Invoice A B C u E F G H I J K Bid Item Description Spec. UOM Bid Unit Price Bid Value Estimated Value this Previously Previously Materials Total Completed Retainage % Balance to No. Section Quantity Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish No. Installed this Quantity Value Stored Date (D+F+G) (B-H) Period 0.0000 $ .00 2,195.0000 $ 8,582.45 (not in F) $ .00 $ 8,582.45 $ .00 101.90% Unit Remove Asphalt Pvmt 241.11 SY 2,154 $ 3.91 $ 8,422.14 $- 160.31 11.103 241.1 SY 96 $ 20.28 $ 1,946.88 0.0000 $ .00 96.0000 $ 1,946.88 $ .00 $ 1,946.88 $ .00 100.00% Unit Remove Conc Pvmt $ .00 11.104 Remove Asphalt Drive 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% Unit 241.0402 SF 860 $ 3.91 $ 3,362.60 $ 3,362.60 11.105 Borrow by Plan 0.0000 $ .00 1,200.0000 $ 102,252.00 $ .00 $ 102,252.00 $ .00 100.00% Unit 3123.0103 CY 1,200 $ 85.21 $ 102,252.00 $ .00 11.106 Hydrated Lime 17 0.0000 $ .00 17.0000 $ 5,954.59 $ .00 $ 5,954.59 $ .00 100.00% Unit 3211.04 TN $ 350.27 $ 5,954.59 $ .00 11.107 8"Lime Treatment 0.0000 $ .00 1,105.0000 $ 5,657.60 $ .00 $ 5,657.60 $ .00 100.00% Unit 3211.0502 SY 1,105 $ 5.12 $ 5,657.60 $ .00 11.108 3213.0401 SF 2,846 $ 10.16 $ 28,915.36 0.0000 $ .00 1,557.6800 $ 15,826.03 $ .00 $ 15,826.03 $ .00 54.73% Unit 6" Concrete Driveway $ 13,089.33 11.109 3213.0301 SF 630 $ 4.75 $ 2,992.50 0.0000 $ .00 355.0000 $ 1,686.25 $ .00 $ 1,686.25 $ .00 56.35% Unit 4" Conc Sidewalk $ 1,306.25 11.110 0.0000 $ .00 113.0000 $ 3,098.46 $ .00 $ 3,098.46 $ .00 156.94% $- 1,124.22 Unit 2" Asphalt Pvmt Type D 3212.0302 SY 72 $ 27.42 $ 1,974.24 11.111 6" Asphalt Base Type B 0.0000 $ .00 118.0000 $ 7,836.38 $ .00 $ 7,836.38 $ .00 153.25% Unit 3212.0503 SY 77 $ 66.41 $ 5,113.57 $- 2,722.81 11.112 3213.0103 SY 671 $ 112.83 $ 75,708.93 0.0000 $ .00 671.0000 $ 75,708.93 $ .00 $ 75,708.93 $ .00 100.00% Unit 8" Conc Pvmt $ .00 11.113 6' Chain Link, Steel w/Barbed 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% Unit 3231.0113 LF 234 $ 47.49 $ 11,112.66 $ 11,112.66 11.114 Wire Retaining Wall 0.0000 $ .00 1,253.0000 $ 182,248.86 $ .00 $ 182,248.86 $ .00 102.45% Unit 9999 SF 1,223 $ 145.45 $ 177,885.35 $- 4,363.51 11.115 0.0000 $ .00 207.0000 $ 32,712.21 $ .00 $ 32,712.21 $ .00 100.00% Unit TxDOT Traffic Rail -Type T552 9999 LF 207 $ 158.03 $ 32,712.21 $ .00 11.115A EA 3 $ 771.79 $ 2,315.37 0.0000 $ .00 3.0000 $ 2,315.37 $ .00 $ 2,315.37 $ .00 100.00% Unit LED Lighting Fixture 3441.3201 $ .00 11.116 Rdwy Illum Assembly TY 18 0.0000 $ .00 3.0000 $ 18,309.27 $ .00 $ 18,309.27 $ .00 100.00% Unit 3441.3003 EA 3 $ 6,103.09 $ 18,309.27 $ .00 11.117 w/33A Arms 0.0000 $ .00 3.0000 $ 7,836.66 $ .00 $ 7,836.66 $ .00 100.00% Unit Rdwy Illum Foundation TY 3 3441.3302 EA 3 $ 2,612.22 $ 7,836.66 $ .00 11.118 0.0000 $ .00 11.0000 $ 8,293.78 $ .00 $ 8,293.78 $ .00 100.00% Unit Furnish/Install Alum Sign 3441.4003 EA 11 $ 753.98 $ 8,293.78 $ .00 Page 10 of 15 A Bid Item Description Spec. UOM Bid No. Section Quantity No. 11.119 Ground Mount City Std. Ground Box Type B, w/Apron Unit 3441.1502 EA 2 11.120 Unit Furnish/Install Elec Sery 2605.0111 EA 2 11.121 Pedestal Furnish/Ins tall Elec Sery Remove/Salvage Sign Panel Pedestal Unit 3441.4108 EA 5 11.122 and Post Remove/Sa Ivage Sign Panel and Traffic Control Post Unit 3471.0001 MO 1 11.123 3217.0005 LF Unit 4" DOT Pvmt Marking HAS (W) 4 11.124 24" SLD Pvmnt Marking HAE Unit 3217.0501 LF 290 11.125 (W) 8" SLD Pvmnt Marking HAS (W) Unit 3217.0201 LF 50 11.126 Unit 8" SLD Pvmnt Marking HAS (Y) 3217.0202 LF 92 11.127 Lane Legend Arrow (TxDOT Ty 1) Unit 3217.1002 EA 1 11.128 Unit Lane Legend DBLArrow 3217.1003 EA 1 11.129 Lane Legend Only (TxDOT Ty 1) Unit 3217.1004 EA 1 11.130 Lane Legend RR Unit 3217.1001 EA 2 11.131 Unit Block Sod Placement 3292.01 SY 221 11.132 Unit Seeding Hydromulch 3292.04 SY 1,077 11.133 FORT WORTH TPW Construction Invoice B C u E F G H I J K Unit Price Bid Value Estimated Quantity Installed this Period Value this Period Previously Installed Quantity Previously Installed Value Materials Presently Stored (not in F) Total Completed and Stored to Date (D+F+G) Retainage % Balance to this Period (H/B) Finish (B-H) $ .00 100.00% $ .00 $ .00 50.00% $ 10,567.61 0.0000 $ .00 2.0000 0.0000 $ .00 1.0000 $ 1,543.59 $ 3,087.18 $ 3,087.18 $ .00 $ 3,087.18 $ 10,567.61 $ 21,135.22 $ 10,567.61 $ .00 $ 10,567.61 $ 195.92 1 $ 979.60 1 0.0000 $ .00 5.0000 I $ 979.60 1 $ .00 I $ 979.60 $ .00 100.00% $ .00 $ 8,243.55 $ 8,243.55 $ 14.24 $ 14,462.30 $ 157.50 $ 289.80 $ 189.98 $ 255.29 $ 189.98 $ 4,155.80 $ 1,648.66 $ 2,304.78 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 $ $ $ $ $ $ $ $ $ $ $ .00 .00 .00 .00 .00 .00 .00 .00 .00 .00 .00 0.9950 4.0000 290.0000 50.0000 92.0000 1.0000 1.0000 1.0000 2.0000 221.0000 1,077.0000 $ 8,202.36 $ 14.24 $ 14,462.30 $ 157.50 $ 289.80 $ 189.98 $ 255.29 $ 189.98 $ 4,155.80 $ 1,648.66 $ 2,304.78 $ $ $ $ $ $ $ $ $ $ $ .00 .00 .00 .00 .00 .00 .00 .00 .00 .00 .00 $ 8,202.36 $ 14.24 $ 14,462.30 $ 157.50 $ 289.80 $ 189.98 $ 255.29 $ 189.98 $ 4,155.80 $ 1,648.66 $ 2,304.78 $ $ .00 .00 99.50% 100.00% $ 41.19 $ 3.56 $ 49.87 $ 3.15 $ 3.15 $ .00 $ .00 100.00% $ .00 100.00% $ .00 100.00% $ .00 100.00% $ .00 100.00% $ .00 100.00% $ .00 100.00% $ .00 100.00% $ .00 100.00% $ .00 $ .00 $ .00 $ 189.98 $ .00 $ 255.29 $ .00 $ 189.98 $ .00 $ 2,077.90 $ 7.46 $ 2.14 $ .00 $ .00 $ .00 Page 11 of 15 FORT WORTH_.. TPW Construction Invoice A B c u E F G H I J K Bid Item Description Spec. UOM Bid Unit Price Bid Value Estimated Value this Previously Previously Materials Total Completed Retainage % Balance to No. Section Quantity Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish No. Installed this Quantity Value Stored Date (D+F+G) (B-H) Metal Beam Guard Fence(SGT- Period (not in F) $ .00 100.00% Unit 9999 LF 85 $ 99.89 $ 8,490.65 0.0000 $ .00 85.0000 $ 8,490.65 $ .00 $ 8,490.65 $ .00 11.134 STL Post)- SGT (8) HB-03A - TxDOT Unit 2" CON DT PVC SCH 80 (T) 2605.3015 LF 299 $ 21.85 $ 6,533.15 0.0000 $ .00 299.0000 $ 6,533.15 $ .00 $ 6,533.15 $ .00 100.00% $ .00 11.135 Unit NOB Insulated Elec Condr 3441.1409 LF 903 $ 2.61 $ 2,356.83 0.0000 $ .00 903.0000 $ 2,356.83 $ .00 $ 2,356.83 $ .00 100.00% $ .00 11.136 $ .00 $ .00 $ .00 0.00% Unit As -Built Survey (Storm) 171.0102 LS 1 $ 11,873.72 $ 11,873.72 0.0000 $ .00 0.0000 $ .00 $ 11,873.72 11.137 0.9900 $ 58,774.92 $ .00 $ .00 99.00% Unit Construction Staking 171.0101 LS 1 $ 59,368.59 $ 59,368.59 0.0000 $ .00 $ 58,774.92 $ 593.67 11.138 18" HDPE Pipe 45.0000 $ .00 100.00% Unit LF 0 $ 109.56 $ 4,930.20 0.0000 $ .00 $ 4,930.20 $ .00 $ 4,930.20 $ .00 11.138C Remove & Salvage 6" Water 1.0000 $ .00 Unit 241.1302 EA 1 $ 866.38 $ 866.38 0.0000 $ .00 $ 866.38 $ .00 $ 866.38 $ .00 100.00% 11.94A Valve Unit Remove & Salvage 8" Water 241.1303 EA 1 $ 866.38 $ 866.38 0.0000 $ .00 1.0000 $ 866.38 $ .00 $ 866.38 $ .00 100.00% $ .00 11.94B Valve Unit Salvage Fire Hydrant 241.151 EA 1 $ 866.38 $ 866.38 0.0000 $ .00 1.0000 $ 866.38 $ .00 $ 866.38 $ .00 100.00% $ .00 11.94C Unit Concrete Encasement for 3305.0116 CY 2 $ 751.19 $ 1,502.38 0.0000 $ .00 2.0000 $ 1,502.38 $ .00 $ 1,502.38 $ .00 100.00% $ .00 11.94D Utility Pipes _ Construction Contract 2.0000 $ .00 Unit EA 0 $ 626.45 $ 1,252.90 0.0000 $ .00 $ 1,252.90 $ .00 $ 1,252.90 $ .00 100.00% 11.95 D Permanent Asphalt Pavement $ 21,623.22 $ .00 $ 21,623.22 $ .00 Unit 9999 LF 207 $ 104.46 $ 21,623.22 0.0000 $ .00 207.0000 100.00% $ .00 11.96A Repair -Trench Repair - Waterline (Keller Detail) Cleanout Existing Culvert Boxes Unit LS 0 $ 11,747.71 $ 11,747.71 0.0000 $ .00 1.0000 $ 11,747.71 $ .00 $ 11,747.71 $ .00 100.00% $ .00 11.96D $ .00 103.40% Unit Construction Contract SY 0 $ 22.28 $ 49,514.43 0.0000 $ .00 2,298.0250 $ 51,200.00 $ .00 $ 51,200.00 $- 1,685.57 11.97D Clean Existing 18" CMP and $ .00 100.00% Unit 9999 LS 1 $ 6,077.02 $ 6,077.02 0.0000 $ .00 1.0000 $ 6,077.02 $ .00 $ 6,077.02 $ .00 11.98A Grates _ Construction Contract 1.0000 $ .00 100.00% Unit LS 0 $ 13,429.22 $ 13,429.22 0.0000 $ .00 $ 13,429.22 $ .00 $ 13,429.22 $ .00 11.911D 30" SET, 1 pipe $ 12,568.52 0.0000 $ .00 2.0000 $ .00 $ 12,568.52 $ .00 100.00% L Unit 3349.4107 EA 2 $ 6,284.26 $ 12,568.52 $ .00 Page 12 of 15 Bid Item Description No. 11.99A FORT WORTH TPW Construction Invoice A Spec. UoM Bid Unit Price Bid Value Section Quantity No. Unit Erosion Control Mat-Flexamat 9999 SY 11.9913 RCP Restocking Fee LS Unit 11.99 D Unit 2" CONDT RM (Riser) 2605.3014 LF 111.139 Unit 2" CON DT PVC SCH 80 (T) 2605.3015 LF 111.140 Unit 3" CONDT PVC SCH 40 (T) 2605.3021 LF 111.141 Unit 4" CONDT PVC SCH 40 (T) 2605.3031 LF 111.142 3441.1001 Unit Furnish/Install 3-Sect Signal EA 111.143 Head Assembly Unit Furnish/Install 4-Sect Signal 3441.1002 EA 111.144 Head Assembly 3441.1012 Unit Furnish/Install Ped Signal Head EA 111.145 Assmbly Furnish/Install Audible 3441.1031 Unit EA 111.146 Pedestrian Pushbutton Station Furnish/Install VIVDS Detection Unit 3441.1205 EA 111.147 Device Unit Furnish/Install BBU System EXT 3441.1209 EA 111.148 Mounted Furnish/Install Hybrid 3441.1215 Unit EA 111.149 Detection Device Furnish/Install Model 711 3441.122 Unit EA 111.150 Preemption Detector Furnish/Install Preemption 3441.1224 Unit LF 111.151 Cable Unit 4/C 14 AWG Multi -Conductor 3441.111 LF 111.152 Cable Unit 5/C 14 AWG Multi -Conductor 3441.1311 LF 90 $ 59.37 $ 5,343.30 0 $ 3,327.00 $ 3,327.00 150 $ 53.43 $ 8,014.50 725 $ 21.85 $ 15,841.25 380 $ 29.68 $ 11,278.40 190 $ 44.53 $ 8,460.70 8 $ 1,804.81 $ 14,438.48 4 $ 2,291.63 $ 9,166.52 4 $ 1,181.44 $ 5,907.20 4 $ 3,039.67 $ 15,198.35 4 $ 10,092.66 $ 40,370.64 1 $ 11,826.22 $ 11,826.22 $ 45,713.80 $ 11,826.24 4 $ 11,428.45 4 $ 2,956.56 340 $ 2.79 $ 948.60 290 $ 2.97 $ 861.30 175 5 3.27 5 572.25 C Estimated Quantity Installed this Period 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 u E F G H I J K Value this Previously Previously Materials Total Completed Retainage % Balance to Period Installed Installed Presently and Stored to this Period (H/B) Finish Quantity Value Stored Date(D+F+G) (B-H) (not in F) $ .00 $ .00 $ .00 $ .00 $ .00 $ .00 $ .00 $ .00 $ .00 $ .00 $ .00 $ .00 $ .00 $ .00 $ .00 $ .00 5 .00 90.0000 $ 5,343.30 $ .00 $ 5,343.30 $ .00 100.00% $ .00 1.0000 $ 3,327.00 $ .00 $ 3,327.00 $ .00 100.00% $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 8,014.50 845.0000 $ 18,463.25 $ .00 $ 18,463.25 $ .00 116.55% $- 2,622.00 190.0000 $ 5,639.20 $ .00 $ 5,639.20 $ .00 50.00% $ 5,639.20 445.0000 8.0000 4.0000 5.0000 5.0000 4.0000 1.0000 4.0000 4.0000 340.0000 290.0000 770.0000 $ 19,815.85 $ 14,438.43 $ 9,166.52 $ 5,907.20 $ 15,198.35 $ $ $ $ $ .00 .00 .00 .00 .00 $ 19,815.85 $ .00 234.21% $- 11,355.15 $ 14,438.48 $ .00 100.00% $ $ .00 100.00% $ $ .00 100.00% $ $ .00 100.00% $ $ .00 100.00% $ $ .00 100.00% $ $ .00 100.00% $ $ .00 100.00% $ $ .00 100.00% $ $ .00 100.00% $ $ .00 440.00% $- 1,945.65 .00 .00 .00 .00 .00 .00 .00 .00 .00 .00 $ 9,166.52 $ 5,907.20 $ 15,198.35 $ 40,370.64 $ 40,370.64 $ .00 $ 11,826.22 $ .00 $ 11,826.22 $ 45,713.80 $ .00 $ 45,713.80 $ 11,826.24 $ .00 $ 11,826.24 $ 948.60 $ .00 $ 948.60 $ 861.30 $ .00 $ 861.30 $ 2,517.90 $ .00 $ 2,517.90 Page 13 of 15 FORT WORTH TPW Construction Invoice A C U E F G H I J K Bid Item Description Spec. UOM Bid Unit Price Bid Value Estimated Value this Previously Previously Materials Total Completed Retainage % Balance to No. Section Quantity Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish No. Installed this Quantity Value Stored Date (D+F+G) (B-H) 385 $ 5,255.25 Period 0.0000 $ .00 385.0000 (not in F) $ .00 $ 5,255.25 $ .00 100.00% $ .00 Unit 20/C 14 AWG Multi -Conductor 3441.1315 LF $ 13.65 $ 5,255.25 111.154 Cable NO 6lnsulated Elec Condr- $ 612.50 0.0000 $ .00 175.0000 $ .00 $ 612.50 $ .00 100.00% Unit 3441.1408 LF 175 $ 3.50 $ 612.50 $ .00 111.155 Black NO 6lnsulated Elec Condr- 3441.1408 $ 612.50 0.0000 $ .00 175.0000 $ .00 $ 612.50 $ .00 100.00% Unit LF 175 $ 3.50 $ 612.50 $ .00 111.156 White_ NO 6 Bare Elec Condr SLID $ 540.75 0.0000 $ .00 175.0000 $ .00 $ 540.75 $ .00 100.00% Unit 3441.1413 LF 175 $ 3.09 $ 540.75 $ .00 111.157 NO 8 Bare Elec Condr 1,250 $ 2,962.50 0.0000 $ .00 1,250.0000 $ .00 $ 2,962.50 $ .00 100.00% Unit 3441.1414 LF $ 2.37 $ 2,962.50 $ .00 111.158 NO 10 Bare Elec Condr-Black $ 1,072.00 0.0000 $ .00 670.0000 $ .00 $ 1,072.00 $ .00 100.00% Unit 3441.1415 LF 670 $ 1.60 $ 1,072.00 $ .00 111.159 NO 10 Bare Elec Condr-Green $ 1,072.00 0.0000 $ .00 670.0000 $ .00 $ 1,072.00 $ .00 100.00% Unit 3441.1415 LF 670 $ 1.60 $ 1,072.00 $ .00 111.160 NO 10 Bare Elec Condr-White 3441.1415 $ 1,072.00 0.0000 $ .00 670.0000 $ .00 $ 1,072.00 $ .00 100.00% Unit LF 670 $ 1.60 $ 1,072.00 $ .00 111.161 Furnish/Install Ground Box 3441.1502 $ 4,630.74 0.0000 $ .00 3.0000 $ .00 $ 4,630.74 $ .00 100.00% Unit EA 3 $ 1,543.58 $ 4,630.74 $ .00 111.162 Type B, w/Apron EA 6 $ 2,208.51 $ 13,251.06 _ 0.0000 $ .00 6.0000 $ .00 $ 13,251.06 $ .00 100.00% Unit Furnish/Install Ground Box 3441.1503 $ 13,251.06 $ .00 111.163 Type D, w/Apron EA 2 $ 2,463.80 $ 7,391.40 0.0000 $ .00 3.0000 Unit Furnish/Install 10'- 20' Ped 3441.1603 $ 7,391.40 $ .00 $ 7,391.40 $ .00 100.00% $ .00 111.164 Pole Assmbly EA 4 $ 17,216.89 $ 68,867.56 0.0000 $ .00 4.0000 $ .00 $ 68,867.56 $ .00 100.00% Unit Install Signal Pole (Type 41, 43, 3441.1617 $ 68,867.56 $ .00 111.165 45) Furnish/Install Mast Arm 16'- 3441.1623 $ 37,046.00 0.0000 $ .00 4.0000 $ .00 $ 37,046.00 $ .00 100.00% Unit EA 4 $ 9,261.50 $ 37,046.00 $ .00 111.166 36' TY 1 Signal Foundation 3441.1701 $ 4,084.56 0.0000 $ .00 2.0000 $ .00 $ 4,084.56 $ .00 100.00% Unit EA 2 $ 2,042.28 $ 4,084.56 $ .00 111.167 TY 3 Signal Foundation 3441.1703 $ 27,499.52 0.0000 $ .00 4.0000 $ .00 $ 27,499.52 $ .00 100.00% Unit EA 4 $ 6,874.88 $ 27,499.52 $ .00 111.168 Signal Cabinet Foundation- 3441.1715 $ 8,192.86 _ 0.0000 $ .00 1.0000 $ .00 $ 8,192.86 $ .00 100.00% Unit EA 1 $ 8,192.86 $ 8,192.86 $ .00 111.169 352i & BBU EA 1 $ 7,717.92 $ 7,717.92 0.0000 $ .00 1.0000 $ .00 $ 7,717.92 $ .00 100.00% Unit Furnish/InstallATC Signal 3441.1725 $ 7,717.92 $ .00 111.170 Controller $ 76,348.00 0.0000 $ .00 1.0000 $ .00 $ 76,348.00 $ .00 100.00% $ .00 of 15 Unit Furnish/Install 352i Controller 3441.1741 EA 1 $ 76,348.00 $ 76,348.00 Page 14 FORT WORTH_.. TPW Construction Invoice A B C D E F 15 H I J K Bid Item Description Spec. UOM Bid Unit Price Bid Value Estimated Value this Previously Previously Materials Total Completed Retainage % Balance to No. Section Quantity Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish No. Installed this Quantity Value Stored Date (D+F+6) (B-H) Cabinet Assembly Furnish/Install 120-240 Volt Period $ .00 1.0000 (not in F) $ .00 111.171 Unit 3441.1771 EA 1 $ 10,567.61 $ 10,567.61 0.0000 $ 10,567.61 $ .00 $ 10,567.61 100.00% $ .00 111.172 Single Phase Metered Pedestal Unit Exploratory Excavation of 3305.0103 LS 1 $ 1,484.21 $ 1,484.21 0.0000 $ .00 1.0000 $ 1,484.21 $ .00 $ 1,484.21 $ .00 100.00% $ .00 111.173 Existing Utilities Unit RAILROAD CONNECTION CABLE 9999 LF 340 $ 11.28 $ 3,835.20 0.0000 $ .00 340.0000 $ 3,835.20 $ .00 $ 3,835.20 $ .00 100.00% $ .00 111.174 $7,204,624.65 $ 0.00 $6,681,107.49 $ 0.00 $6,681,107.49 $-334,055.40 92.73% $523,517.16 Page 15 of 15 FORTWORTH. Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: Keller Hicks CA #1 M&C: N/A CPN: 100146 CSO: 60585 DOC#: N/A Date: 2/20/2024 To: Name Department Initials Date Out 1. Jessica Rodriguez TPW - Review Feb 21, 2024 2. Mitch Aiton TPW - Signatures— Feb 21, 2024 3. Andrew Marquez McMahon - Signature AM AM Feb 21, 2024 4. Curtis Hollingsworth TPW - Signature * Feb 21, 2024 5. Raul Lopez TPW - Signature gcz Feb 26, 2024 6. Lissette Acevedo TPW — Signature C�w Feb 26, 2024 7. Patricia Wadsack TPW — Signature Feb 29, 2024 8. Lauren Prieur TPW — Signature Mar 1, 2024 9. Doug Black Legal — Signature dw� Mar 5, 2024 10. Jesica McEachern CMO — Signature CN` Mar 8, 2024 11. Jannette Goodall CSO - Signatures Mar 8, 2024 12. TPW Contracts CC: Program Manager, Sr. CPO, TPW BSPAP Recon Team, TPW Records Room, TPW Contracts DOCUMENTS FOR CITY MANAGER'S SIGNATURE: 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 ®No RUSH: ❑YES ❑No SAME DAY: []YES ®No NEXT DAY: ❑YES ❑No ROUTING TO CSO: ®YES ❑No Action Required: ❑ Attach Signature, Initial and Notary Tabs ❑ As Requested ® For Your Information ® Signature/Routing and or Recording ® Comment ❑ File Return To: Please notify TPWContractsnu,fortworthtexas.gov for pickup when complete. Call ext. 7233 or ext. 8363 with questions. Thank you! CSC No. 60585-AR1 FORT WORTH,, City of Fort Worth Construction Allowance Request Project Name I Keller Hicks -Lauren Way to US 377 City Sec # 160585 Client Project #(s) I 100146 Project Keller Hicks - Lauren Way to US 377 - Roadway, Drainage, Illumination and Traffic Improvements Description Contractorl McMahon Contracting, LP I CA#I 1 I Datel 2/20/2024 I City Project Mgr.I Mitch Aiton I City Inspectorl Curtis Hollingsworth UNIT or DEPT Original Contract Amount Extras to Date Credits to Date Current Contract Amount JAmount of Pr9poseo Allocapon Original Allowance A61able to Allocation Allowance Funds Previously Allocated Revised Allowance Balance Unit I - CFW $5,685,582.88 Unit II - Keller $1,041,186.09 Unit III - Signal $477,855.28 I Totals $7,204,624.25 $5 685 582.88 $1 041,186.09 $477 855.28 $7 204 624.25 $1 252.90 $0.00 $0.00 $0.00 $1 252.90 $200,000.00 $200,000.00 $0.00 $198,747.10 $0.00 $0.00 $0.00 1 $198 747.10 JUSTIFICATION (REASONS) FOR CONSTRUCTION ALLOWANCE _M& d& IN ACCORDANCE WITH THIS CONSTRUCTION ALLOWANCE REQUEST, THE CONTRACT SHALL: There are two valves in the Keller Hicks and Katy Intersection that need to be adjusted to grade that were not accounted for in the bid, proposed price is $626.45 / EA. In a bid tab from 01/2022 for 101020 Park Vista and Keller Haslet project we received 9 bids with average price of $590/EA and can provide bid tab for reference. Proposed price is fair and justified. 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. McMahon Contracting, LP I Andrew Marquez I andre�MArauez , I Feb 21, Inspector/Inspection Supervisor Date Project and Contract Compliance Manager We Feb 21, 2024 naeLL Feb 21, 2024 Program Manager Date Senior Capital Project Officer Date Fie Feb 26, 2024 Feb 26, 2024 Assistant Director (Dept) AL Date Direct� racting Department (Dept) Date f ' Feb 29, 2024 X Z-• Mar 1, 2024 Assistant City Attorney Date A^ssistant Qj Manager Date aaonq Mar5,2024 C Mar8,2024 °o obOo, ATTEST: c°�a �-�o pmT...A .i4am.� CVO° d 41 Jannette Goodall, City Secretary Oa4 nExA5a4p OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Construction Allowance SUMMARY Page 1 of 4 FORT WORTH City of Fort Worth Construction Allowance Additions Project Name I Keller Hicks - Lauren Wav to US 377 Fity Sec # 1 bUbbb 1 Client Project # I 100146 1 Contractorl McMahon Contracting, LP PMJ Mitch Aiton I Inspector Curtis Hollingsworth Construction Allowance Submittal # 0 ate 1 2/20/2024 1 ADDITIONS ITEM DESCRIPTION DEPT 1-68A Valve Box Adjustment Unit I - CFW Qty Unit Unit Cost Total 2.0000 EA $626.45 $1,252.90 Unit I - CFW $1,252.90 Unit II - Keller $0.00 Unit III - Signal $0.00 $0.00 Total Additions $1,252.90 Construction Allowance Additions Page 2 of 4 FORT WORTHY City of Fort Worth —� Construction Allowance Value Project Name I Keller Hicks - Lauren Wav to US 377 I City Sec # I b0b85 Client Project # 1 100146 1 Contractor McMahon Contracting, LP PMJ Mitch Aiton I Inspector) Curtis Hollingsworth Construction Allowance Submittal # Date I2/'2Ul2U24 I CONSTRUCTION ALLOWANCE VALUE BEING USED ITEM DESCRIPTION Qty Unit Unit Cost Total Unit 1 Item 85 9999.0000 Construction Allowance 0,006265 EA $200,000.00 $1,252.90 Construction Allowance Value 3of4 MISBE for this Construction Allowance Request MISBE Sub I Type of Service I Amount for this CAR Total $0.00 Previous Construction Allowance Requests CAR # I DATE I AMOUNT Total 1 $0.00 I Construction Allowance MSBE Data Page 4 of 4 REQUEST FOR INFORMATION REPORT (RFI) Keller Hicks - Lauren Way to US 377 ITRACT NO. PRIME CONTRACTOR 60585 M Mahon• • • Andrew Marquez Project Manager M Mahon Contracting 817-908-2704 01 /24/24 SECTION(S) REFERENCED Vault Box Adjustments NO CHANGE NO CHANGE INCREASE IN COST $ 1,252.90 INCREASE IN TIM of Days = DECREASE IN COST DECREASE IN TIM of Days = There is a recent built waterline with two valves in the Katy Intersection with two valves we'll need to adjust to grade that were not accounted for in the bid. Mitch Aiton Please see attached cost to adjust valves to proposed ground. Sr Professional Engineer 682-715-9424 Please proceed with proposed cost. The proposed price for valve box adjustments are $626.45/EA from McMahon. On a recent bid for 101020 Park Vista and Keller Haslet, we had 3 valve box adjustments in the bid opened in January 2022. We had 9 bids with an average price $590/EA and can provide the bid tab for reference. Proposed price is fair and justified. Mitch Aiton, Sr Professional Engineer No Schedule Impact 02/20/24 EX W EWLATION VALVE/COFW) LOCATED IN THE SOUTHWEST PARKWAY OF THE INTEREECRON OF KATY 0. AND COFFEFTREE DR., APPRO%IMATELY 3,500 NORTH OF THE INTERSECTION OF KATY RD. AND KELLER HICKS No. STA •INSTAL 14 1-81 G.V. IN OX DETAIL (CAFV) INSERT 8"CNG PIG IN LEANI BEGIN: PROP. W.L. LOWERING RE: DETAIL54 (COFW) N: 7020619.54 E: 2350331.60 1 )P. B" W.L. BY OTHERS CONTPA-ON TO ADJUST ILER CROSSING) \ r EX. WATER VALVE BOXES TO PROP. PAVEMENT SU. -cz—---�z--- ----------------- �� METER BOX RE: DETAILS D104, (COFW) N: 702fi674.31 N: 70 14.3 _ I i E: .-- REMOVE &SALVAGE . EX. F.H. AND 6' G.V INSTALL: fi"PRESSURE PLUG INSTALL: 1-STD F.H. (BO'W.) Y! INSTALL: / RE: DETAIL D12 (COFW) 1 8"K6" TEE W/BLOCIGNG 1-8" G.V.& BO% (S.) 1 STD. F.H. (40' W.) 1L" G.V. & BOX DN.) RE: DETAIL D126(COFW) _ RE: DETAIL D320 (COFW) 1-6"GV.&BOX 30 UP OF fi" WATER LLNE (W) 1' Y RE: DETAIL D326 (COFW) N: 7026233.47 40 LF OF 6" WATER LINE (W.) E: 2350339.94 f--ill N. —ER. E: 2350338.30 WI / ONES— COMMUNICATIONS 4800 KELLER HEGKS PD. WII it FORT WORTH, T% 76299 PH.(817)795-300D _ BUSINESS HOURS: REMOVE & SALVAGE - I M-TH 8:00 A.M. TO 5- P.M. EX. F.H. AND 6"G.V I i I ��� q` I w I II - II' F 8.00 A.M. TO I:00 P.M. INSET psi ?A O+SO, W.L. A N ALL. 18 CLEANING ME 1 REMOVE 8" CLEANING PIG CO -TO U. B" W.L. ! END PROP. W.L. LOWERING RE: DETAIL D162M(COFW) N: 7026769.55 E. 2350332.16 Two proposed valves to adjust to grade 1 CFL-70E __ I i J _.z .-.-._._._.-.-._'_I _.-._--------- 0 PROP. 8" W L "C I (SEE SHT. 17) , VI I 1 61+f 1 KELLER HICKS RD. ! � 1`B E%.ASPHALT PAVEMENT I D 4- OHE OHEI- ---------------- �( INTHIEAREA TELEPHON BO I I I STA 0+15, W.L. "8" I _ I INSTA IN X6 TEE Il' G V. & BOX (LT.) ci 1 U BE: DETAIL W 12 (KELLER) 1-STD. F.H. (-AI L11) RE: DETAIL W-03 (KELLER) I 10 t; OF 6" WATER LINE 4' I� O N: j " 1' 9,9 235035 5 E: 350358.95 CAU 1' STA. 0+03 W L. "B" N 1 STA. 0+25, W.L. °B" ELECTRCERTE3 ! Y : 1-8" 95 HORII. BEND (LT.) INSTALL: 1 8" 45 HORIZ. BEND (RT.) AREA (1 �' N: 7026640.58 N 298 _ rq E. 23503052 50— E 235035281 41'_ w TA 0+00 W L B' BEtRN�R(2 W L 'e" $ INSTALL. Z`,� STA. 0+40, W.L. °B" INSTAUL. 1-8" G.V. 1-8" 45, HORIZ. BEND HIT.) BE: DETAILW-L3(KELLER) N: 702667096 1-8"X6"REDUGER E: 2350352.66 Q !1 CONN. TO a. 6" W.L N: 6969882.31 a STA 0+46.88, W.L. "B" a E: 2317583.27 INSTALL: 1 1 B" 45FORM BEND (LT ) Y N: 7026675.89 I' < II I NI. E 2350357.47 I i i IV TION VALVE )LOGNTED IN THE MEDIAN ',1I 11!I OF GOLDEN TRIANGLE BLVD., APY PROMMATE300 }III WEST OFTHEINTERSECIIONOFKATYRD.AND GOLDEN TRIANGLE BLVD. :INSET WARNING TQ CONTRACTOR uLOTMEN RAL FGENEN00TES: ,eoo oiN nss u T-I FF= «nLLIN AocoBo.NOEwm, secnory 33os,o. IA —misc.Ui N O n� r, 00 s RAl OA)CONTROL AF o zo ao so p s `3LL -'-- • GRAPHIC SCALE IN FEET , -H= 1" 20' 22'k34" $� 0�000 I - Stir E..n.. TF11T 3� OO�OC ...................... •: III s BRENi E LEwB e 92662 (T STA. 0+50, W.L."B" END PROP. W.L."B' REMOVE EX. G V.5 & EX FIRE HYDRANT INSTALL 8 GV RE DETAIL W-12(KELLER) CONN TO EX. 8" W.L. N: 7026679.01 E'23503S.44 RLG CONSULTING ENGINEERS 828 W. VICKERYCONSULTING ST., SUITE 10 RLGFORT WORTH, TX 76104 TEXAS FIRM REG. NO. F-493 ..NOE.... N �1 I N. Evsorvs APPB TPW 2719 R D.O.E NO. O _EPPROOTPROJ CPN NO: IN_ o SE— PROD. N .: 2460 APB z0 NO. Y SEWER BASE MAP N0. 2072-489 U CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS DEPT. ARTERIAL ROADWAY IMPROVEMENTS y PHASE, z KELLER HICKS ROAD Lu (FROM LAUREN WAY TO US 377) w O PROP. 8" W.L.'S "A" & "B" a LN'WL aTSTeaa.TO ST Bo so°NFILE H) • . t 3 �������,��,����\//\\// TBPE Reg*351 LJ'A■ 2.1 WEST 7TH ST.SUITE 400 Q FORT WORTH, TEXAS 76107 K Mmu�LTA�C�M (817)8775571 C' �kEo N H KF2719 160 ►ITC 1► : • ► 0 C0#1-Water Valve Adjustments FROM: McMahon Contracting L.P. DATE: 02/202/2024 3019 Roy Orr Blvd. Grand Prairie, TX 75050 PROJECT: Keller Hicks Road Phone: 972-263-6907 Fax: 972-264-0008 TO: City of Fort Worth We hereby propose the following changes and/or additions to the original contract. UNIT OF ORIGINAL ADD/DEDUCT ITEM DESCRIPTION MEASURE QUANTITY QUANTITY NEW Water Vlave Adjustments EA 0 2.00 Additional working days required: 0 McMahon Contracting Rep: REVISED UNIT PRICE NET COST CHANGE QUANTITY 2.00 $626.45 $1,252.90 Customer: TOTAL: $1,252.90 1 Keller Hicks Road - Valve Adjustments MEMAHON CONTRACTIN6 L.P. DETAILED COST BREAKDOWN LABOR HR HR EXTENDED DESCRIPTION QTY UNIT REQUIRED RATE COST Foreman Utility 1.00 Hr 2.00 $ 50.00 $ 100.0C 10perator - Backhoe Hr $ 25.00 $ Trackhoe Operator 1.00 Hr 2.00 $ 25.50 $ 51.00 Pipe Layer 1.00 Hr 2.00 $ 22.00 $ 44.00 Truck Driver Hr $ 23.00 $ Laborer - Common 1.00 Hr 2.00 $ 19.00 $ 38.00 $ LABOR COST $ 233.00 LABOR MARKUP 15% $ 34.9E 155% LABOR BURDEN $ 128.1E TOTAL LABOR COST $ 396.1C EQUIPMENT HR HR EXTENDED DESCRIPTION QTY UNIT REQUIRED RATE COST Backhoe 1.00 HR 2.00 $ 94.96 $ 189.92 Pickup Truck 1.00 HR 2.00 $ 47.17 $ 94.34 HR $ - HR $ $ 1EQUIPMENT COST $ 284.26 115% EQUIPMENT MARKUP 15% $ 42.64 � TOTAL EQUIPMENT COST $ 326.90 MATERIALS UNIT EXTENDED DESCRIPTION QTY UNIT COST COST Valve Stack Lid and Cover 2.00 EA $ 225.00 $ 450.00 EA $ - LBS $ - �MATERIAL COST $ 450.00 MATERIAL MARKUP 15% $ 67.50 TOTAL MATERIAL COST $ 517.50 SUBCONTRACTORS UNIT EXTENDED DESCRIPTION QTY UNIT COST COST LS $ SY $ EA $ EA $ EA $ SY $ $ $ SUBCONTRACTOR COST $ `SUBCONTRACTOR MARKUP 15% $ IbTALSUBCONTRACTOR COST $ COSTSUMMARY TOTAL LABOR COST $ 396.10 TOTAL EQUIPMENT COST $ 326.90 TOTAL MATERIAL COST $ 517.50 TOTAL SUBCONTRACTOR COST $ - 1%BOND $ 12.40 TOTAL COST $ 1,252.90 Total Cost: $ 1,252.90 Unit Cost: $ 626.45 2 EA FORTWORTH. Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: Keller Hicks CA #2 M&C: N/A CPN: 100146 CSO: 60585 DOC#: N/A Date: 3/26/2024 To: Name Department Initials Date Out 1. Jessica Rodriguez TPW - Review- Mar 29, 2024 2. Mitch Aiton TPW - Signature A Mar 29, 2024 3. Andrew Marquez McMahon - SignatureAM 'AA Mar 28, 2024 4. Curtis Hollingsworth TPW - Signature Mar 29, 2024 5. Raul Lopez TPW - Signature Mar 29, 2024 6. Lissette Acevedo TPW - Signature REERt-L Mar 29, 2024 7. Patricia Wadsack TPW - Signature Mar 29, 2024 8. Lauren Prieur TPW - Signature Mar 29, 2024 9. Doug Black Legal - Signature p� Apr 3, 2024 10. Jesica McEachern CMO - Signature Cw- im Apr4, 2024 11. Jannette Goodall CSO - Signature JG ya Apr 4, 2024 12. TPW Contracts CC: Program Manager, Sr. CPO, TPW BSPAP Recon Team, TPW Records Room, TPW Contracts DOCUMENTS FOR CITY MANAGER'S SIGNATURE: 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 ®No RUSH: ❑YES ❑No SAME DAY: ❑YES ❑No NEXT DAY: ❑YES ❑No ROUTING TO CSO: ❑YES ❑No Action Required: ❑ Attach Signature, Initial and Notary Tabs ❑ As Requested ® For Your Information ® Signature/Routing and or Recording ® Comment ❑ File Return To: Please notify TPWContracts(i ,fortworthtexas.gov for pickup when complete. Call ext. 7233 or ext. 8363 with questions. Thank you! CSC No. 60585-AR2 FORT WORTH,, City of Fort Worth Construction Allowance Request Project Name I Keller Hicks -Lauren Way to US 377 City Sec # 160585 Client Project #(s) I 100146 Project Keller Hicks - Lauen Way to US 377 - Roadway, Drainage, Illumination and Traffic Improvements Description Contractorl McMahon Contracting, LP I CA#I 2 I Datel 3/25/2024 I City Project Mgr.I Mitch Aiton I City Inspectorl Curtis Hollingsworth UNIT or DEPT Original Contract Amount Extras to Date Credits to Date Current Contract Amount JAmount of PrRposeo Allo�rPon Oriqinal Allowance Avatlabfe to Allocation Allowance Funds Previously Allocated Revised Allowance Balance Unit I - CFW $5,685,582.88 Unit II - Keller $1,041,186.09 Unit III - Signal $477,855.28 I Totals $7,204,624.25 $5 685 58288 $1 041 186.09 $477 855.28 $7 204 624.25 11 747!71 $0.00 $0.00 $0.00 $11 747.71 $200.000.00 $�,252.90 $200,000.00 $1,252.90 $186,999.39 $0.00 $0.00 1 $0.00 8186,999.39 JUSTIFICATION (REASONS) FOR CONSTRUCTION ALLOWANCE IN ACCORDANCE WITH THIS CONSTRUCTION ALLOWANCE REQUEST, THE CONTRACT SHALL: Two existing 8' x 4' reinforced concrete stormdrain boxes upstream of the proposed Keller Hicks box culverts have sediment and debris material that must be removed prior to connecting them. The proposed price to clean them up is $11,747.71/LS. The cost of similar work on a 60" reinforced concrete pipe in 2023 on Trinity Boulevard Phase 1 was $10,113. Staff considers the proposed price fair and reasonable 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. McMahon Contracting, LP I Andrew Marquez ',_ "I I—. I Mar 28, 2024 Inspector/Inspection Supervisor Date Project and Contract Compliance Manager Date __. Mar29,2024 �'iL!(4 eUAI'toil_ Mar29,2024 ram Manager Date Senior Capital Project Officer Date F� Mar29,2024 —�4LeAdQ�'— Mar 29,2024 ss ant Director (De Date Direct ra partment' t) Date L. w Mar 29, 2024 .1L.. L_ Mar 29, 2024 ,Abrney Date Assistant City Manager Date F T Apr3,2024 ' X C>51 Apr4,20N_ o'r'0 OVS o=d ATTEST: '°o*'od lannette Goodall, City Secret ry OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Construction Allowance SUMMARY Page 1 of 4 FORT WORTH City of Fort Worth Construction Allowance Additions Project Name I Keller Hicks - Lauren Wav to US 377 Client Project # I 100146 Contractorl McMahon Contracting, LP ITEM DESCRIPTION 1-9B Cleanout Existing Culvert Boxes Fity Sec # 1 6U5d5 1 I PMJ Mitch Aiton I Inspector Curtis Hollingsworth Construction Allowance Submittal # © ate 1 3/25/2024 1 ADDITIONS DEPT Unit I - CFW Qty Unit Unit Cost Total 1.0000 LS $11,747.71 $11,747.71 Unit I - CFW $11,747.71 Unit II - Keller $0.00 Unit III - Signal $0.00 $0.00 Total Additions $11,747.71 Construction Allowance Additions Page 2 of 4 FORT WORTHY City of Fort Worth —� Construction Allowance Value Project Name I Keller Hicks - Lauren Wav to US 377 I City Sec # I b0b85 Client Project # 1 100146 1 Contractor McMahon Contracting, LP PMJ Mitch Aiton I Inspector) Curtis Hollingsworth Construction Allowance Submittal # Date I 3/2512U24 I CONSTRUCTION ALLOWANCE VALUE BEING USED ITEM DESCRIPTION Qty Unit Unit Cost Total Unit 1 Item 85 9999.0000 Construction Allowance 0,058739 EA $200,000.00 $11,747.71 Construction Allowance Value 3of4 M/SBE for this Construction Allowance Request M/SBE Sub I Type of Service I Amount for this CAR Total $0.00 Previous Construction Allowance Requests CAR # DATE AMOUNT CA 1 2/20/2024 $1,252.90 Total I $1,252.90 1 Construction Allowance MSBE Data Page 4 of 4 REQUEST FOR INFORMATION REPORT (RFI) Keller Hicks - Lauren Way to US 377 ITRACT NO. PRIME CONTRACTOR 60585 McMahon• • • Andrew Marquez Project Manager McMahon Contracting 817-908-2704 03/22/24 SECTION(S) Existing Culvert Box Cleanout POTENTIAL COST• NO CHANGE NO CHANGE INCREASE IN COST $ 11,747.71 INCREASE IN TIME # of Days = DECREASE IN COST DECREASE IN TIME # of Days = The existing culvert we are connecting to has a good amount of debris material, do we need clean the culverts before making this connection. Mitch Aiton Please see attached cost of $1 1,747.71 to clean these culverts. Sr Professional Engineer 682-715-9424 Please proceed with proposed cost. The proposed price for Existing Culvert cleaning is $1 1,747.71/LS from McMahon. On a recent project, 102101 Trinity Boulevard Phase 1, we had a similar item to clean an existing 60" RCP that cost $10,1 12.90. Proposed price is fair and justified. Mitch Aiton, Sr Professional Engineer No Schedule Impact 03/22/24 7t0 705 700 695 690 685 880 675 STA. 0+00 S.D. B © BEGIN PROP. 42" S D. B BEGIN STA, 0+40. 5 5.0. B= D. BS D IIBOX STA. 1+45.48 S.D. S INSLALL: INST"809.98 N: 2026892.73 HORIZ. BEND (LT.) 410.99 N: 70260 L E: A49324.86 86 ® STA. 1,75.22, S.D. B ® STA. 8,24.47, CULVERT A (D STA, 10+03.98, CULVERT A END PROP. 42" S.D. B BEGIN PROP. CULVERT A ENO PROP. CULVERT A INSTALL: 1-0 'D HORS. BEND I-) N: 7026692.81 E: 2349416.7E INSTALL' CONNECT TO PROP. 1-B'X9' & CONNECT TO EX. PROP. 42" SO 1-10'X6 BOX WLVERTS (BYOTHERB) N: 7026821.94 (BYOTHERS) N: 7026838.29 E: 2349297.63 E: 239 S.88 2 ' ® STA. 0+00, S.D. C ® STA. 0+21.46, S.D. C = ® STA.-96.60, S.D. C BEGIN P.P. 4'X4' BOX S.D. C STA 0+00, S.D. CI INSTALL: N: 7026692.90 E: 230442.82 INSTALL: 1-%190°—CONNECTION -%X ) 3D HORII. BEND (RT.) N: 7111770.11 N: 702S71019 E: 2349385 63 E: 2349430.1, PROP. PR11 (SEE SHT. 28) PEDESTRIAN RAIL 3'-1 I T-6. / 7777, I fi9l 7n 2-10" SECTION A —A T 1.ELaoo,:,ON SCALE: 1" = 10' DOBTWOBTHT_ / 5 /r/ J FORT WORTH, TEXAS ! // PR DP 30" 5 D. BI / a (SEE SHT, 29 PROP. 42"S.D.9 w), ry PROP. 4'X4' BOX SD. / 0ti C5ti PROP, 36" S.D. CS \�\\(SEE SHT. 30) WARNING TO CONTRACTOR / RE NS TE �acAn nrt—HE ix THE as m TN' ,L aixx,Eowre:rvm corvai wnx eorvsweaAnox or or PrEtn oPEBnnous wxeo r vwiervce, E FILL GRADE, SAND / / MULCH SEED E%16TING CREEK /\ Enflic FTER CONSTRUCTION OF DRAIN IMPROVEMENTS, \�. / nuorxea eaatmes i.eoo.oia.r[ss � / oNENERAL NOTE — X < .� F / 6� G S PROP. 42" RCP S.D. / u IBY� onNase. sieve roa aevAiaoa acauceucrvr mrrve eve (BYOTHERS) rxA��ocnnox isuxaiowx vnunEs rrETexww•o ars DO TRACTOR TO PWG THE ENDS OF EXISTING EO' X fi' BOX CULVERT AND FILL WRH FLOWABLE FILL i' BOX 5.D. (REFER TO SHT, 34A FOR DETAILS) ,S) / ROP. V.- BOX OJ.ERT STA. 1+02.28, S.D. C REMOVE EX. 5' JUNCTION BOX (SY OTHERS) INSTALL: 1-STO. 5' 3UNCTION BOX RE: (AM N: MZ6776 43 E: 2M9385.60 Existing Culvert Boxes to be cleaned out. (1 ■■■■r�r�ra. ■■■■u ■N■■■ OMENS ■ENEM ON No ... I�Nr7■■■■■■■ ■■■■■M■ MENEMINE J �j■■■■■■■ ■ ■ ■■■■■NEE ■■■■■■■■ ■■■■■■■■ ■ R72MITIF41 ■M■■■■■■ ■■■■MINE■ ■■■■■E■■ EMMMMMMM ■■■E■■■■ ■■■■■■■■ ■■■■■■■■ ■■■■■■■■ ■■ ■■ ■■■■■■■■ EMMMMMMM .. ®.7l:nmum ■IN-i� ■■■■■■■■ ■■■■■■■■ ■■■■■E■■ MEMMMMMM �e■ s�■� uu■. ■■■■�■■ ■■■■m■■ ■■■■�■M MMMMM1MEM E■■■EM■■ ■■■■■■■■ E■■■■■■■ iEMMMMMM r�r�ra:■rv■. u ���ae■�rs� ■■■■■■■■ ■■■■■■■■ ■E■■■■E■ MMEMMMEN a■■■ ��■■■ ■■■■ SEEN EEN■ ME ' IN EEO■■■ ■■■■OMEN ■E■■■■■■ ■■■■■■■■ ■N■■■■■ IN ' ' ' ■■3iiu' I■ ME ■■■■■ ■ ■SEEM ■ ■■■■■■■ ■■ ■■■■�■■ ■■■■■■■■ ■■■■■■■■ �■■■ME EE a ■ m ■■■■■ iii■■■N ■E■■■■■■ ■N■■■■■■ ■NONE■■ OWN ■■■■ E INS■ a MnnElN 1■�■■■ 'Grp\■■ ■■ ■■■■■ � ■■E■■ .■■■ �� : ■■INJi� ■■■.i■�il■ .,��� ■E■■■ MBE . ■■a■■_■■_. E ■_ .�1. ■E 11■1 n■■■■■■ ■IR■!1411■■■■ ■■■■� N■NE=■ ■■■■�■■ _ = INS.. ■■■■�■■ �if�r�i ■■■■�■■ ��lN ■■■■� ■■ice ■NEE ulE ■■ ■nrp■■ III]N ■■ G���ME ■ EE■■■MILE matioS�� i NO ■■■■■■■■ MMMMMMMM ■■■■■■■■ ■■■■■■■■ ■■■■■■■■ ■■■■■■■■ ■■■■■■ MEMO ■■■ ■II ■■■ NE _ MIN► " _ S■■ ■■■ ■ ■ ■ 9 i ■EiGLFE■ ■■EN ■■■■ ■■EE ■l� ■L� I■■ ■ ■■MEN■■ ■E■■EEI ■■■■■■ MENNEN ■■ ... ■■■■ ■■■ E■■�■ ■■■E■ ■ No MEN ■■ so:.. E■ EE • :! INS S HE "N' ■I■■■mom ■EE■L NI M■E3E■■■■ MEF3EEEEE ■�;F7INE■■■ ■idPANi■■■ ■L�Q3i■■■ ■■■■■■■■ ■■■ ■ ■ El `,Eat: ■■ EE ■o■■■ . MEN lLii■ • COI@iE ■■■ mom ■RE0411l�3SC ■,"a ■2101 RAW 'N■ AII . E■ ■■OMEN 0 ■■■■■■ ■■■■ OMEN ■■■ 0+00 5'F0n 6+00 7+00 8+w 9+00 10+00 0+00 0 40 80 120 _arc O� GRAPHIC SCALE IN FEET 1" = 40' 1"=80' _ w PROFILE SCAL11: 01"X17") PROFILE SCALES'(22.04") 1"=80'HORZ 1"=40'HORZ aan w i"=B'VERT 1"=4'VERT. x 710 •p�t`OF iF+•11 �Sr' 4r1 � . 1 .•l! � ��BRENi E. LEWiS. 709 %1q,......92662.... ..; ... fS5)ONai fH�� �99.s0 �•.,,"J� . 700 I z O. I I+ REvsory Nol �fJi zs II Y T APce y 695 Evsorvs TPW PROJ CT O. i B DOE N0. P J CPN NO: 100140 SEWER PRS �PPB ZOJNo.TER U 0_ SEWER BABE MAP No. 30721'. 690 CITY OF FORT WORTH, TEXAS Y U TRANSPORTATION AND PUBLIC WORKS DEPT. I ARTERIAL ROADWAY IMPROVEMENTS Y y PHASE 1 z 665 KELLER HICKS ROAD Lu (FROM LAUREN WAY TO US 377) w 0 PROPOSED STORM DRAINS A, B & C A STA.8.244'7 TCSSTA10+p3. t+02?B TO STA i-75,U, a TO STA. 660 2 ■ 3 RS OS ■ 2.1 WEST"STA, SUITE 400 Q ■ FORTWORTH,TEXAS 78101 K M LTA CAM (817)8775571 3 F2719 W �x•o M H K 27 MEMAMON CONTRACTING L.P. Keller Hicks Road DETAILED COST BREAKDOWN Clean Existing Culverts 10x6, 10x6, & 8 x 4 LABOR [DESCRIPTION HR Hr EXTENDED QTY UNIT REQUIRED RATE COST Foreman - Utility 1.00 HR 20.00 $ 48.00 $ 960.00 10perator - Backhoe 1.00 HR 20.00 $ 25.00 $ 500.00 Laborer - Common 4.00 HR 20.00 $ 19.00 $ 1,520.00 1 $ LABOR COST $ 2,980.00 LABOR MARKUP 1 20% $ 596.00 155% LABOR BURDEN $ 1,639.00 TOTAL LABOR COST $ 5,215.00 EQUIPMENT HR HR EXTENDED DESCRIPTION QTY UNIT REQUIRED RATE COST Skid Steer Track Loader 1.00 HR 20.00 $ 95.18 $ 1,903.60 Pickup truck 1.00 HR 20.00 $ 47.17 $ 943.40 1EQUIPMENT COST $ 2,847.06 115% EQUIPMENT MARKUP 20% $ 569.40 TOTAL EQUIPMENT COST $ 3,416.40 MATERIALS UNIT EXTENDED DESCRIPTION QTY UNIT COST COST TN $ LF $ $ MATERIAL COST $ MATERIAL MARKUP 15% $ TOTAL MATERIAL COST $ - SUBCONTRACTORS UNIT EXTENDED DESCRIPTION QTY UNIT COST COST lExport/Dispose of Dirt 4.00 4 $ 250.00 $ 1,000.00 Dispose of Debris 2.00 2 $ 750.00 $ 1,500.00 $ $ $ $ $ $ SUBCONTRACTOR COST $ 2,500.00 SUBCONTRACTOR MARKUP 20% $ 500.00 TOTAL SUBCONTRACTOR COST $ 3,000.00 COSTSUMMARY TOTAL LABOR COST $ 5,215.00 TOTAL EQUIPMENT COST $ 3,416.40 TOTAL MATERIAL COST $ - TOTAL SUBCONTRACTOR COST $ 3,000.00 1% BOND $ 116.31 TOTAL COST $ 11,747.71 Total Cost: $ 11,747.71 Unit Cost: $ 11,747.71 1 LS FORT WORTH. Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: Keller Hicks CA #3 M&C: N/A CPN: 100146 CSO: 60585 DOC#: N/A Date: 5/9/2024 To: Name Department Initials Date Out 1. Jessica Rodriguez TPW - Review May 14, 2024 2. Mitch Aiton TPW - Signature MA May 14, 2024 3. Andrew Marquez McMahon - Signature A. May 14, 2024 4. Curtis Hollingsworth TPW - Signature May 14, 2024 5. Raul Lopez TPW - Signature May 14, 2024 6. Lissette Acevedo TPW — Signature May 16, 2024 7. Patricia Wadsack TPW — Signature Pt'. May 21, 2024 8. Lauren Prieur TPW — Signature May 21, 2024 9. Doug Black Legal — Signature DB OF May 22, 2024 10. Jesica McEachern CMO — Signature Cw- im May 23, 2024 11. Jannette Goodall CSO - Signature F4- May 24, 2024 12. TPW Contracts CC: Program Manager, Sr. CPO, TPW BSPAP Recon Team, TPW Records Room, TPW Contracts DOCUMENTS FOR CITY MANAGER'S SIGNATURE: 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 ®No RUSH: ❑YES ❑No SAME DAY: ❑YES ®No NEXT DAY: ❑YES ❑No ROUTING TO CSO: ❑YES [—]No Action Required: ❑ Attach Signature, Initial and Notary Tabs ❑ As Requested ® For Your Information ® Signature/Routing and or Recording ® Comment ❑ File Return To: Please notify TPWContracts(&,,fortworthtexas.eov for pickup when complete. Call ext. 7233 or ext. 8363 with questions. Thank you! CSC No. 60585-AR3 Foa_ T� xm City of Fort Worth Construction Allowance Request Project Name Keller Hicks -Lauren Way to US 377 I City Sec # 160585 Client Project #(s)I 100146 Project Keller Hicks - Lauren Way to US 377 - Roadway, Drainage, Illumination and Traffic Improvements Description Contractorl McMahon Contracting, LP I CA #I 3 I Datel 5/9/2024 City Project Mgr.I Mitch Alton I City Inspectorl Curtis Hollingsworth UNIT or DEPT Unit I - CFW Unit II - Keller Unit III - Signal Original Contract Amount $5,685,582.88 $1,041,186.09 $477,855.28 Extras to Date Credits to Date Current Contract Amount JAmount of Proposed Allocation Original Allowance Available to Allocation Allowance Funds Previously Allocated Revised Allowance Balance $5,685,582.88 $1,041,186.09 $477,855.28 $49 514.43 $0.00 $0.00 $0.00 $200�00.00 $13,000.61 $137,484.96 $0,00 $0.00 $0.00 Totals $7,204,624.25 $7,204,624.25 $49 514.43 $200_00.00 $13,000.61 $137,484.96 JUSTIFICATION (REASONS) FOR CONSTRUCTION ALLOWANCE IN ACCORDANCE WITH THIS CONSTRUCTION ALLOWANCE REQUEST, THE CONTRACT SHALL: The City of Fort Worth and TriCounty Electric agreed to a Right of Way acquisition at 4900 Keller Hicks Road for the Keller Hicks and Katy Road construction project. The agreement included the City of Fort Worth supplying 20,000 SF of fill dirt and gravel to accommodate additional parking as part of the construction of Keller Hicks and Katy Road to compensate for the loss of 26 parking spaces along Katy Road due to its widening. Agreement on the details was not reached until after the bid in July 2023 so it could be included in the bid. Upon confirming the location, no fill is needed and the project will be providing 6" flexbase in lieu of the gravel. The proposed price for the 6" flexbase is $22.28/SY. In a recent bid for Trinity Boulevard (CPN 103280), city received a bid value of $25/SY for 6" Flexbase. Staff deems the proposed price is reasonable. It is understood and agreed that the acceptance of this Construction Allowance Request by the contractor constitutes an accord and satisfaction and represents payment in full (both time and money) for all costs arising out of, or incidental to, the above Construction Allowance Request. The Project/Program Manager signing below acknowledges that he/she is the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. McMahon Contracting, LP Andrew Marquez May 14, 2024 Project and Contract Compliance Manage May 14, 2024 May 14, 2024 Program Manager Date Senior Capital Project Officer May 14, 2024 May 16, 2024 Asept) Date Director, Contracting Department (D,. 2at41 �MIX11 May 21, 2024 May 21, 2024 Assists" ey Date Assistant City Manager May 22, 2024 May 23, 2024 ATTEST: gaa pwaoBaoaT�ooaaa$ Jannette Goodall, City Secretary cQ"n4p54aa OFFICIAL RECORD Construction Allowance SUMMARY CITY SECRETARY Page 1 of 4 FT. WORTH, TX FORT WORTH. City of Fort Worth Construction Allowance Additions Project Name I Keller Hicks -Lauren Wav to US 377 Pity Sec # 1 60585 Client Project # 1100146 1 Contractorl McMahon Contracting, LP PM1 Mitch Alton 1 Inspectorl Curtis Hollingsworth Construction Allowance Submittal # 0 ate I 5/9/2U24 I ADDITIONS ITEM DESCRIPTION DEPT 1-43B 3211.0212 6" Flexible Base, Type D, GR-2 (Spec 32 11 23) for Tri-County Parking Unit I - CFW Qty Unit Unit Cost Total 1 2,222.3710 SY $22.28 $49,514.431 1 1 1 Unit I - CFW $49,514.431 Unit II - Keller $0.001 Unit III - Signal $0.001 $0.001 Total Additions Construction Allowance Additions Page 2 of 4 FORT WORTH,, City of Fort Worth Construction Allowance Value Project Name I Keller Hicks - Lauren Way to US 377 I City Sec # I 60585 I Client Project # 1 100146 1 Contractorl McMahon Contracting, LP I PMI Mitch Alton I Inspectorl Curtis Hollingsworth I Construction Allowance Submittal # = Date 1 5/9/2024 I CONSTRUCTION ALLOWANCE VALUE BEING USED ITEM DESCRIPTION Qty Unit Unit Cost Total Unit 1 Item 85 9999.0000 Construction Allowance 0.247572 EA $200,000.00 $49,514.43 Construction Allowance Value 3of4 M/SBE for this Construction Allowance Request M/SBE Sub IType of Service I Amount for this CAR Total - $0.00 I Previous Construction Allowance Requests CAR # i I DATE ' AMOUNT CA #1 2/20/2024 $1,252.90 CA #2 3/25/2024 $11, 747.71 Total $13,000.61 1 Construction Allowance MSBE Data Page 4 of 4 REQUEST FOR INFORMATION REPORT (RFI) Keller Hicks - Lauren Way to US 377 McMahon Contracting, LP Andrew Marquez Project Manager McMahon Contracting 817-908-2704 02/09/24 Tri County Electric Parking POTENTIAL COST• NO CHANGE NO CHANGE INCREASE IN COST $ 49,514.43 INCREASE IN TIME # of Days = DECREASE IN COST DECREASE IN TIME # of Days = INFORMATION REQUESTED The City of Fort Worth and TriCounty Electric agreed to a Right of Way acquisition at 4900 Keller Hicks Road for the Keller Hicks and Katy Road construction project. The agreement included the City of Fort Worth supplying 20,000 SF of fill dirt and gravel to accommodate additional parking as part of the construction of Keller Hicks and Katy Road to compensate for the loss of 26 parking spaces along Katy Road due to its widening. Agreement on the details was not reached until after the bid in July 2023 so it could be included in the bid. Upon confirming the location, no fill is needed and the project will be providing 6" flexbase in lieu of the gravel. Please provide locations to place the flexbase. Mitch Aiton Sr Professional Engineer 682-715-9424 02/09/24 Provide the flexbase in the attached locations. The proposed price for the 6" flexbase is $22.28/SY. In a recent bid for Trinty Boulevard (CPN 103280), city received a bid value of $25/SY for 6' Flexbase. Staff deems the proposed price is reasonable. No Schedule Impact 05/08/24 Mitch Aiton, Sr Professional Engineer ! 05/09/23 hIM TriCounty Electric Parking Pads Location Exhibit 26 Parking Spaces Removed t I�IL New Parking Locations low -VtI , A lei l ' LJIi'DWD - EMAHON COMRACTIN5 L.P. Keller Hicks Road Parking pads 6" Flexbase for Tri-County Electric (approximately 20,000 SF) DETAILED COST BREAKDOWN LABOR HR HR EXTENDED DESCRIPTION QTY UNIT REQUIRED RATE COST (Foreman - Excavation 1.00 HR 40.00 $ 49.00 $ 1,960.00 I I Equipment Operator 1.00 HR 40.00 $ 25.75 $ 1,030.00 Motor Grader Operator 1.00 HR 35.00 $ 26.00 $ 910.00 lWater Truck Driver 1.00 HR 35.00 $ 23.00 $ 805.00 (Laborer - Common 1.00 HR 40.00 $ 20.00 $ 800.00 I $ - I (LABOR COST $ 5,505.00 I (LABOR MARKUP I 15% $ 825.75 I 155% LABOR BURDEN $ 3,027.75 I TOTAL LABOR COST $ 9,358.50 EQUIPMENT f HR HR EXTENDED DESCRIPTION QTY UNIT REQUIRED RATE COST Skid Steer Track Loader 1.00 HR 20.00 $ 95.18 $ 1,903.60 Imotor Grader 1.00 HR 35.00 $ 118.09 $ 4,133.15 1500Gal Water Truck 1.00 HR 35.00 $ 51.25 $ 1,793.75 Roller 1.00 HR 20.00 $ 112.07 $ 2,241.40I (EQUIPMENT COST $ 10,071.90 I 115% EQUIPMENT MARKUP 15% $ 1,510.79 I TOTAL EQUIPMENT COST $ 11,582.69 MATERIALS UNIT EXTENDED DESCRIPTION QTY UNIT COST COST (Flexbase Type D (Tandems) 740.00 TN 33.00 $ 24,420.00 EA $ - LBS $ - IMATERIAL COST $ 24,420.00 IMATERIAL MARKUP 15% $ 3,663.00 TOTAL MATERIAL COST $ 28,083.00 SUBCONTRACTORS UNIT EXTENDED DESCRIPTION QTY UNIT COST COST HR $ EA $ EA $ I EA $ I EA $ SY $ I $ $ ISUBCONTRACTOR COST $ ISUBCONTRACTOR MARKUP 15% $ TOTAL SUBCONTRACTOR COST $ City to pay for lab testing (densities, proctors) COSTSUMMARY TOTAL LABOR COST $ 9,358.50 TOTAL EQUIPMENT COST $ 11,582.69 TOTAL MATERIAL COST $ 28,083.00 TOTAL SUBCONTRACTOR COST $ - 1%BOND $ 490.24 TOTAL COST $ 49,514.43 Total Cost: $ 49,514.43 Unit Cost: $ 2.48 20000 SF FORTWORTH. Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: Keller Hicks CA #4 M&C: N/A CPN: 100146 CSO: 60585 DOC#: N/A Date: 6/26/2024 To: Name Department Initials Date Out 1. Jessica Rodriguez TPW - Review Jun 28, 2024 2. Mitch Aiton TPW - Signature MA hi�4 J u n 28, 2024 3. Andrew Marquez McMahon - Signature AWAM Jun 28, 2024 4. Curtis Hollingsworth TPW - Signature 'AL Jun 28, 2024 5. Raul Lopez TPW - Signature -eL Jul 1, 2024 6. Lissette Acevedo TPW — Signature o<v Jul 1, 2024 7. Patricia Wadsack TPW — Signature PL.W Jul 1, 2024 8. Lauren Prieur TPW — Signature ?P- Jul 3, 2024 9. Doug Black Legal — Signature DB Z--� Jul 9, 2024 10. Jesica McEachern CMO — Signature cv' Jul 12, 2024 11. Jannette Goodall CSO - Signature 74a- Jul 15, 2024 12. TPW Contracts CC: Program Manager, Sr. CPO, TPW BSPAP Recon Team, TPW Records Room, TPW Contracts DOCUMENTS FOR CITY MANAGER'S SIGNATURE: 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 ®No RUSH: ❑YES ❑No SAME DAY: ❑YES ®No NEXT DAY: ❑YES ®No ROUTING TO CSO: ®YES ❑No Action Required: ❑ Attach Signature, Initial and Notary Tabs ❑ As Requested ® For Your Information ® Signature/Routing and or Recording ® Comment ❑ File Return To: Please notify TPWContractsnu,fortworthtexas.i!ov for pickup when complete. Call ext. 7233 or ext. 8363 with questions. Thank you! CSC No. 60585-AR4 FORT WORTH City of Fort Worth Construction Allowance Request Project Name Keller Hicks - Lauren Way to US 377 I City Sec # I 60585 Client Project #(s)I 100146 Project Keller Hicks - Lauren Way to US 377 - Roadway, Drainage, Illumination and Traffic Improvements Description Contractorl McMahon Contracting, LP I CA#I 4 Date 6/26/2024 City Project Mgr.I Mitch Aiton I City Inspectorl Curtis Hollingsworth UNIT or DEPT Original Contract Amount Extras to Date Credits to Date Current Contract Amount lAmount of Proposed Allocation Original Allowance Available to Allocation Allowance Funds Previously Allocated Revised Allowance Balance Unit I - CFW $5,685,582.88 Unit II - Keller $1,041,186.09 Unit III - Signal $477,855.28 I Totals $7,204,624.25 5,685,582.88 $1,041,186.09 $477,855.28 7,204,624.25 13,429.22 $0.00 $0,00 $13,429.22 200,000.00 62,515.04 $200,000.00 $62,515.04 124,055.74 0.00 $0.00 $0.00 124,055.74 JUSTIFICATION (REASONS) FOR CONSTRUCTION ALLOWANCE IN ACCORDANCE WITH THIS CONSTRUCTION ALLOWANCE REQUEST, THE CONTRACT SHALL: The project requires 3 new electrical services to be installed by TriCounty Electric to power the new Roadway Illumination along Keller Hicks and new Traffic Signal at Keller Hicks and Katy Road. City Illumination and Traffic Inspection approved the Power service locations. The City normally pays other utility companies for service connections through Discretionary Service Agreements (DSA). However, Tri-County Electric does not do DSA. In Tri-County Electric service area projects, TPW customarily has the contractor pay for the service work, and the contractor is reimbursed via a change order or Construction Allowance Request. This is the pass -through cost. 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. McMahon Contracting, LP I Andrew Marquez Jun 28, 2024 Inspector/Inspection Supervisor Date Project and Contract Compliance Manager Date _As— Jun 28, 2024 Jun 28, 2024 Program Manager Date Senior Capital Project Officer Date ��- Jul 1,2024 oJQ.L Jul 1,2024 Assistant Director (Dept) Date Director, Contracting Department (Dept) Date P.t,—L. aa2. Jul 1,2024 ..1L A-L Jul 3,2024 Assistant City Attorney Date Assistant City Manager Date 91W Jul 9,2024 1,'.- Ju112,2024 ATTEST: p�1, �pORT09pd_ 0 �a Jannette Goodall, City Secretary o�ssia Od�� oEo A54gd OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Construction Allowance SUMMARY Page 1 of 1 FORT WORTH. City of Fort Worth Construction Allowance Additions Project Name I Keller Hicks - Lauren Way to US 377 Ity Sec # 1 60585 1 Client Project # 1 100146 1 Contractor I McMahon Contracting, LP I PMJ Mitch Aiton I Inspector) Curtis Hollingsworth Construction Allowance Submittal # to 1 6126/2024 1 ADDITIONS ITEM DESCRIPTION DEPT Oty Unit Unit Cost Total 1-49A 2605.1010 Electrical Facilities - 3 New TriCounty Services Unit I - CFW 1.0000 LS $13,429.22 $13,429.221 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Unit I - CFW $13,429.221 Unit 11- Keller $0.001 Unit III - Signal $0.00 $0.00 Total Additions $13,429.221 Construction Allowance Additions Page 2 of 4 FOR_ T H. City of Fort Worth � Construction Allowance Value Project Name Keller Hicks - Lauren WaV to US 377 City Sec # 60585 Client Project # 100146 1 Contractorl McMahon Contracting, LP I PMI Mitch Aiton I Inspectorl Curtis Hollingsworth Construction Allowance Submittal # Date 1 6/26/2024 CONSTRUCTION ALLOWANCE VALUE BEING USED ITEM DESCRIPTION Qty Unit Unit Cost Total Unit 1 Item 85 9999.0000 Construction Allowance 0.067146 EA $200,000.00 $13,429.22 Construction Allowance Value 3of4 M/SBE for this Construction Allowance Request M/SBE Sub IType of Service I Amount for this CAR Total Previous Construction Allowance Requests CAR # I DATE AMOUNT CA #1 2/20/2024 $1,252.90 CA #2 3/25/2024 $11,747.71 CA #3 5/9/2024 $49,514.43 Total $62,515.04 $0.00 Construction Allowance MSBE Data Page 4 of 4 REQUEST FOR INFORMATION REPORT (RFI) •, Keller Hicks - Lauren Way to US 377 RFI NO. PAGE NO. ITRACT NO. PRIME CONTRACTOR 60585 McMahon• • • Andrew Marquez Project Manager McMahon Contracting 817-908-2704 RF1 SUBJECT SECTION(S) REFERENCED TriCounty Electric Illumination and Signal Power Service POTENTIAL• • i NO CHANGE NO CHANGE INCREASE IN COST $ 13,429.22 INCREASE IN TIME # of Days = DECREASE IN COST DECREASE IN TIME # of Days = INFORMATION REQUESTED 06/11/24 The project requires 3 new electrical services to be installed by TriCounty Electric to power the new Roadway Illumination along Keller Hicks and new Traffic Signal at Keller Hicks and Katy Road. City Illumination and Traffic Inspection approved the Power service locations. Please review the attached invoice from TriCounty Electric for the installation price. The City normally pays other utility companies for service connections through Discretionary Service Agreements (DSA). However, Tri-County Electric does not do DSA. In Tri-County Electric service area projects, TPW customarily has the contractor pay for the service work, and the contractor is reimbursed via a change order or Construction Allowance Request. This is the pass - through cost No Schedule Impact TO: FOR: TRI-COUNTY ELECTRIC COOPERATIVE Taking Care of Our Member -Owners Field Services: 817-752-8172 GARRETT HILL 3019 ROY ORR, BLVD GRAND PRAIRIE, TX 75050 4900 KELLER HICKS RD JOB COSTS Construction Costs: Miscellaneous Sales: JOB CREDITS Miscellaneous Credits (If Applicable): Member Credit (If Applicable): Total Cost: Total Credit: Tax: Expires On: September 19, 2024 TYPE PRI Svc SEC CONS INSTALL OH 41 0 0 0 INSTALL UG 0 177 0 3 RETIRE OH 0 0 0 0 RETIRE UG 0 0 0 0 INVOICE #: STK958126 DATE: 06/21/2024 EXPIRES: 09/19/2024 BY: Amy $ 15,930.98 $ 0.00 Total Costs: $ 15,930.98 $ 0.00 $ -2,501.76 Total Credits: $ -2,501.76 $ 15,930.98 $ -2,501.76 $ 0.00 Grand Total: $ 13,429.22 INVOICE POLES TRANSF LIGHTS METERS 2 3 0 0 0 0 0 0 ALEDO AZLE GRANBURY KELLER SEYMOUR 200 Bailey Ranch Rd 600 N W Parkway 1623 Weatherford Hwy 4900 Keller Hicks Rd 419 North Main Street Aledo, TX 76008 Azle, TX 76020 Granbury, TX 76048 Keller, TX 76244 Seymour, TX 76380 THIS COST ESTIMATE IS GOOD FOR 90 DAYS. EXPIRATION: 09/19/2024 3 FORTWORTH. Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: Keller Hicks CA #5 M&C: N/A CPN: 100146 CSO: 60585 DOC#: N/A Date: 7/9/2024 To: Name Department Initials Date Out 1. Jessica Rodriguez TPW - Review- Jul 10, 2024 2. Mitch Aiton TPW - Signature MA M4 Jul 10, 2024 3. Andrew Marquez McMahon - Signature 4MAM Jul 10, 2024 4. Curtis Hollingsworth TPW - Signature Jul 10, 2024 5. Raul Lopez TPW - Signature Jul 10, 2024 6. Lissette Acevedo TPW - Signature Jul 10, 2024 7. Patricia Wadsack TPW - Signature o(v Jul 11, 2024 8. Lauren Prieur TPW - Signature Jul 11, 2024 9. Doug Black Legal - Signature DB 26' Jul 11, 2024 10. Jesica McEachern CMO - Signature Cw` Jul 15, 2024 11. Jannette Goodall CSO - Signature JG ya Jul 15, 2024 12. TPW Contracts CC: Program Manager, Sr. CPO, TPW BSPAP Recon Team, TPW Records Room, TPW Contracts DOCUMENTS FOR CITY MANAGER'S SIGNATURE: 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 ®No RUSH: ❑YES ❑No SAME DAY: ❑YES ®No NEXT DAY: ❑YES ®No ROUTING TO CSO: ®YES ❑No Action Required: ❑ Attach Signature, Initial and Notary Tabs ❑ As Requested ® For Your Information ® Signature/Routing and or Recording ® Comment ❑ File Return To: Please notify TPWContractsnu,fortworthtexas.i!ov for pickup when complete. Call ext. 7233 or ext. 8363 with questions. Thank you! CSC No. 60585-AR5 FORT WORTH., Project Name Keller Hicks -Lauren Way to US 377 Client Project #(s) l 100146 City of Fort Worth Construction Allowance Request I City Sec # 160585 Project Keller Hicks - Lauen Way to US 377 - Roadway, Drainage, Illumination and Traffic Improvements Description Contractorl McMahon Contracting, LP I CA#I 5 I Datel 7/9/2024 City Project Mgr.I Mitch Aiton I City Inspectorl Curtis Hollingsworth UNIT or DEPT Unit I - CFW Unit II - Keller Unit III - Signal I Totals Original Contract Amount $5,685,582.88 $1,041,186.09 $477,855.28 $7,204,624.25 Extras to Date Credits to Date Current Contract Amount $5,685,582.88 $1,041,186.09 $477,855.28 $7,204,624.25 JAmount of PrRposeo Allo�rPon Oriqinal Allowance Avallabfe to Allocation Allowance Funds Previously Allocated $3,327.00 $0.00 $0.00 $0.00 $3,327.00 $200 000.00 $r�,944.26 $200,000.00 $75,944.26 Revised Allowance Balance $120,728.74 $0.00 $0.00 $0.00 $120,728.74 JUSTIFICATION (REASONS) FOR CONSTRUCTION ALLOWANCE _mmllL IN ACCORDANCE WITH THIS CONSTRUCTION ALLOWANCE REQUEST, THE CONTRACT SHALL: An Atmos Gas Line conflict impacted the completion of Storm Drain Line B. Atmos won't be able to complete the relocation until Fall 2024 because of budget and capacity issues. The location is outside of the permanent concrete pavement and there is flexibility for it to be completed at a later time. To maintain progress and prevent damage in the next 4-6 months, the contractor restocked the RCP. Storm Drain Line B can be completed at a later date when Atmos relocates the gas line in the fall, or in the future phase of Keller Hicks. The proposed price for restocking the 125 LF of RCP is $3,327.00. On City Project #00142 Rosedale over 5 years ago, the city needed to restock 54" RCP for a price of $4,200.00 Staff deems the proposed price is reasonable. 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. McMahon Contracting, LP I Andrew Marquez Jul 10, 2024 Inspector/Inspection Supervisor Date Project and Contract Compliance Manager Date A&-- Jul 10, 2024 tk( ffA,f-m Jul 10, 2024 Program Manager Date Senior Capital Project Officer Date -� .. Jul 10, 2024 .. —aA-. Jul 10, 2024 Assistant Director (Dep Date Director, Contracting Department (Dept) Date . &aj,- Jul 11,2024 / Jul 11,2024 Assistant City Attorney Date Assistant Date Ju111,2024 Jul 15, 2024 Q UAOp ATTEST: FORT°aa �w,.� A �um� � O�000eoeoe �.aad G *o 0 — Jannette Goodall, City Secret ry Ago o=o dp'f °ee ee°�`o Qaaap nEXp?ap OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Construction Allowance SUMMARY Page 1 of 4 FOR_ _ T WORTH® City of Fort Worth Construction Allowance Additions Project Name I Keller Hicks - Lauren Wav to US 377 4ity Sec # I bubbb I Client Project # 1 100146 1 Contractorl McMahon Contracting, LP PMJ Mitch Aiton Inspector) Curtis Hollingsworth Construction Allowance Submittal # © ate I 1/9/2U24 I ADDITIONS ITEM DESCRIPTION DEPT Qty Unit Unit Cost Total I-3A 9999 RCP Restocking Fee Unit I - CFW 1.0000 LS $3,327.00 $3,327.001 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Unit I - CFW $3,327.00 Unit II - Keller $0.00 Unit III - Signal $0.001 $0.00 Total Additions,327.00 Construction Allowance Additions Page 2 of 4 FORT WORTH, City of Fort Worth �+ Construction Allowance Value Project Name I Keller Hicks - Lauren Wav to US 377 I City Sec # I b0b85 Client Project # 1 100146 1 Contractor McMahon Contracting, LP PMJ Mitch Aiton I Inspector) Curtis Hollingsworth Construction Allowance Submittal # Date I 11912U24 I CONSTRUCTION ALLOWANCE VALUE BEING USED ITEM DESCRIPTION Qty Unit Unit Cost Total Unit 1 Item 85 9999.0000 Construction Allowance 0,016635 EA $200,000.00 $3,327.00 Construction Allowance Value 3of4 M/SBE for this Construction Allowance Request M/SBE Sub IType of Service I Amount for this CAR Total Previous Construction Allowance Requests CAR # I DATE AMOUNT CA #1 2/20/2024 $1,252.90 CA #2 3/25/2024 $11, 747.71 CA #3 5/9/2024 $49,514.43 CA #4 6/26/2024 $13,429.22 Total $75,944.26 $0.00 Construction Allowance MSBE Data Page 4 of 4 REQUEST FOR INFORMATION REPORT (RFI) 5 5.1 Keller Hicks - Lauren Way to US 377 60585 McMahon Contracting, LP Andrew Marquez Project Manager McMahon Contracting 817-908-2704 05/08/24 RCP Restocking Fee NO CHANGE NO CHANGE INCREASE IN COST $ 3,327.00 INCREASE IN TIME # of Days = DECREASE IN COST DECREASE IN TIME # of Days = An Atmos Gas Line conflict impacted the completion of Storm Drain Line B. The location was outside the concrete section and can be completed later when Atmos relocates without new concrete pavement. About 125 LF of 30" and 36" RCP will need to be restocked if we can't install it. Atmos could not relocate quickly, and the contractor needed to restock the RCP instead of leaving it on site for 4-6 months and being damaged. Storm Drain Line B can be completed at a later date when Atmos relocates or by contractor in the future phase of Keller Hicks. Sr Professional Engineer Please proceed with restocking the storm drain. The proposed price for restocking the 125 LF of RCP is $3,327.00. On City Project #00142 Rosedale, the city needed to restock 54" RCP for a price of $4,200.00. Staff deems the proposed price is reasonable. Mitch Aiton, Sr Professional Engineer No Schedule Impact 07/03/24 710 705 700 695 690 685685 680 t 675 , , , r-v-N . , , , , , , , , , , , , , , , rv-v-Yv-- Q STA. 6+42 47, SD 91 = Q) STA 6+34.97, S.D. Bl = Q3 STA. 4+80 00, S.D. B1= (3 STA. 3+14.37, S.D. Bl = Q STA, 3+06.86, S.D. B1= I Area Is being tlrainetl STA. 0+00, S.D. LAT. BS$ STA. 0+00, S.D IT e1-7 STA. 0+00, S.D. IT. Bl-5 = STA. 0+00, S.D. Bl-0 STA. O+Op, 5.0. IT. Bl-3 = PRDP. BOX CULVERTS I b nearby cuivarl INSTALL: INSTALL: STA. 0+00, S.D. TAT. BS$ INSTALL: INSTALL (By ,Tti7 I-24" X 21" 60 ME 1-- X 21. 45 ME INSTALL: 9-30" X 21" 60ME 1-30' %21" 45 WE when necessary' N: 7026720.78 N: 7026720.82 1-STD. 4' JUNCTION BOX N: 7026722.48 N: 7026722.51 )_ I E: 2348742.38 E: 234S749.89. RE: U409 E: 2349070.48 E: 2349077.99 PROP. 42 RCP S.D. Q w / N 7026721.62 (BY OTHERS E' 2348904.85 - •\� W K u ! SIT, D PI ggetl after wncre[e 5%�,"q,q,+ 7.32, S.D. IT. Bl-8. STA, 0+15 21, S.D. TAT. B1-6 STA. 0+17.32. S.11T� STA. 0.17.32, S.D. IT, BS 2 % I o 1 C of On can be matle in """' INSTALL. INSTALL: 'INSTALL: Q u STA. 8+91A0, S.D. BS ,future phase or current phase I-10' RECESSED IN1ET 9 8 1-10' RECESSED INLET 6 5 1-10' RECESSED INLET 2 I-10' RECESSED INLET (SUMP) �� \•. EXISTING DROP INLET tlepentling on Afmos relocation (T C 6 RE: D406 RE: D40fi RE: D406 N: J026765.13 without damaging concrete (T O.C. = 701.47) (T.O.C. = 700,66) (T.O0. = 699.83) cr O.C. = 699.06) W E: 239853901 N: 7OM735.22 N: 7026736.06 N 7026736.92 N: 7026737.71 pavement E 2348T30 65 E: 2348893 66 E 2349058.75 E: 2349212.80 PROP. 42" D S.. B \ \ 2X _ ._.�� // --- PROP. 21'S.D. TAT. B1-8 Y PROP. 21"S.D. IT. B1-6 Y �QR P. .D. IT. B1-4 PROP, 21"S.D. CAT. 1-2 + ., 4 -_ s D I . BI-7 .... ... dkdP 2d'�g'"f . " PIEOP. a sD TAT. 61 3 ' { KELL€R HICK$ RD. _ "R"" _._._ ._._. _. ._._. _._P_ ._. ._ --- PROP. 21 S.D. TAT. B1 5 ----- ----- - 7 EX. p8P PIT PAVEMENT PROP 21 5.D lAT BI-1 t STAB 7644 SD B1 �. _._. _._. _._. _'.'Y.. _ _ _ ._.-- _........... _ _ _ REMOVER 24 PLUG _ I CONNECT TOIX 24"S.D (aY OTHERS) ! i I N. 7026750 5fi E: 234853909 Athos Linby be 1 STA 8+45.61. S.D. BS rel0catetl by Fall i STA. 0+22.86. S.D! CAT. el-7 STA. 0+1fi.22. S.D. TAT. e1-5 _STA. 0+2286. S.D. TAT. el-3 STA 0+22.86. S.D. TAT. BI-1 , STA. 0+00 S.D. Bl = INSTALL 2024 I INSTALL: INSTALL: ! INSTALL: INSTALL. STA 0+40.75, S.D. B 1-STD. 4' (UNCTION BOX I I I 1-10' TYPE 21NLET I-1P TYPE 21NLET I 1-10' TYPE 21NLET I-10' TYPE 2INIET (SUMP) CONKTO PROP. RE: DIN RE: D407 RE: N07 RE: 0407 RE: D407 511. BOX N: M26719,73 (T.O.C. = 701.47) (T.O.C. = 700.66) (T.D.C. = 699.83) (T.O.C. = E99.06) BEGIN PROP, N" S.D. 61 E 2346539.25 i EY N: 7026702.42 N: E 2348730.63 E '348894.06 E: 2349058.93 E: 2.92112.98 J I EoaTELLER HICKS ID M TH T_ Q STA 1+60.3. S.D.. BI 0 STA. 1+52.81, S.D.. Bl ! STA 0+00, S.D. IT. 81-2 STA. 0+00, S.D. IT. Bl-f I INSTALL INSTALL: ! N: 70 X72395 ME N: 7026723.31 0X72331 ME L I N: 2349223.07 N: 732 M..31 E 2349223.07 E: 2349732.04 Y Y r v r v Y WgRNING TQ CONTRACTOR T nxr ooxsxUcnorvncnvi (BY 0 Ef5) o 0 o 1 sa co a vwiErvce IP 2$'X4 x^' x r . un.nes mnr a a Eo .VERTA IT Elan oPEPAToxs E SHI. 27) 29 me PROP. 4'X4'BO%SD.0 I-Rrxaimas ie000io,Ess ry /(SEE SHT. 27) (GENERAL NOTES: I N I BO 120 ! GRAPHIC SCALE IN FEET , 1" = 40' 1"=80' ■■■■■ ME ■N■■S OMENS 111 OMENS On ■ENEM MO■ ME ■■■■■■■■�■■■■■■■■�■■■s■■ ■■■■■■■■ ■■■■■■■■ ■■■■■■■■ NONE ■■■■■Ell MEN MME ■■■■■■■■ ■■■■■■■■ ■■■NONE■ ■■■■■■■■ ■■■■■■■■ ■■■■■■■■ No ■■■■■■■■ ■■■■■■■■ ■■■■■■■■ ■■■■■M■■ EMEMEEMM ■■■■■■■■ ■■FETwn0_,Iar•■r��1■ ■■Ilmi`LJS ■SON■■■■ ■■■■■■■■ MENEEMEE MENEEMEM ■S ■ !�d�eL,ll■ ■■■■■■■■ ■■■■NONE ■■■■■■■■ EMMEMM■N ■ ■■■■■■■■ ■■■■■■■■ ■■■■■M■■ MEMMEEME ■■■■ ■■■■ ■■■■�■■ ■■■■ ■■■■�■N EMEEMMEM MEMEMEME ■■ ■■■■■■■■ ■■■■■■■■ S■■■■■■■ E■■■■■■■ ■ ■ ■■■■■■■■ ■■■■■■■■ ■S■■■■M■ MMEMMMEN ■■■■ NONE NONE ■■ ■■ No No %\ ■■■■■■■ ■■■■■■■ ■■■■■■■■ ■M■re■ ■■I ■■■■■S■■ ■■■■ ■■■■■.:.■■s�ire�� ■■!!■■■CIE ■■■■■■■■ ■MENNEN ■■■■MEMO MUM"ram■■ ■■■■■■■■ ■■■�■ �■ ■■■■ e■■CIE ��■■lid■■■ ■■■■■a. -MMEEl:•CM_ E ■■■■■■■ ■■■■■■■■ ■■■■�■ ■■■■■■■■ ■iLd-'EEN6fZ�a ■■■■ ' - . �r. :... _ iC ■ -iiiiS ii®oiiM®'aS mammon ■■E-S!.J■■■ ■■■■��� ■■■■■■■■ ■■■■MEMO ■■■■■ ME■■■■ ■■■ i EM■NEE■ ■E ■■■■■■■oa ■■■smaae ems SOME1■■n■■E■a ''■ E■■■■lllii■■ ■■■■■■■ EEO■■■■1■■1ri MMMO kk"I■■■■■■ --------- ��...■■■ ■�■■■■tea■■maE N'SNEEMEE ■■■■■■■11111 ■■i &3iM■ MEME I 11 �y� ■■■, . , .,.. ■■■�ri■■■■ ■■■■■■■■ 1■■11■� ■ ■ ■■ ■■1 ■■■ ■■■SEEM■ ■■■■mill■■ ■MOM■■■■ ■■MEMO■■ ■■■■■■■111 l■■11■■ E■IJ�L ■Ell ■■MM■■E■ ■M■■1111■■ S■E■■■■�■■■Ell■■S ■EE■■N■111 ■■■■SS■N a■■miE■■■ ■■M■■E■■ ■ ■■ ■■■ ■■■■■■■■ ■■■■1111■■ ■■■■■■■ ■■■■■■■■ ■■■■■■■111 ■■■■�■■ ■■■■I■■■■ ■■■■■■■■ so an ■N■■■ ■■■■■ ■■■■■ ■■■■■ ■■■■ MONO No ■■■ +>19k�i'iW I■■_E■i■E■�_■I■■■ ME • // NEE ■■■ ■M Mkl MOOS■EN■ ■■ffi'�S■■ ■■ErSa■■■ ■M■NE■■■ EMENEMEE No ■MMMES■ MENNEN ■■■■■mi ■■■■■s1. - ■ II ■EN■■■M ■■111 ■■■11�■■ OE■ M■■ ME ■■ MMMM■MM■ ■■■■■[dui.' ■■■■■■M�ii I II ■NEMEM ■■■■■■II■, ■■■■Vl7 / \ ,. N■N■�■E Si■.': � ■F�1�1■■ ■E�■■ M"LIS■■■ SIStSt SIT■ 1■■■ ■■ ■al.0 3I■■■ ■■i��■■■ // ■■■■■Ell■ ■■ fi9 i■■■■ #SA �,, ■WERMEM■ , : .H an MEW ■■■■■■■■ is■� • • • • - • - ■■■■■■■■EdO■■ n I I // ■■■■■■11 ■■■■i2. MEMMINNIN moompumm, E .. , // et !9 /I ■■■ME■■■ No I/ ■■■■ INVOICE Page No. 1 of 1 rt14UCLNO. 29237877 V NIATERIALST"" A QUIKRETEO COMPANY B I L L 713144 MCMAHON CONTRACTING INC. 3019 ROY ORR BLVD T GRAND PRAIRIE TX 75050 0 CUSTOMER P.O.NUMBER 23-027 S H p 878289 T 0 f 'ORD& DAA ` REF NO. 05122124 I 1645575 CO e RINKER MATERIALS r; P.O. BOX 936217 T ATLANTA, GA 31193-6217 T 4 B ABA: 121OU0248 (Wells Fargo) ACCOUNT: 2052 70038 5107 F SWIFT:WFBIUS6S CHIPS O407 T REMIT INFO: ach@quikrete.com 23-027 - KELLER HICKS RD 3550 KELLER HICKS RD FORT WORTH TX 76244 GATE DUE _ DUNS NUMBER ! 06/22/24 INVOICE SHIP DATE SHIP VIA TERMS FAX ID 05/23/24 I Net 30 ORDERED SHIPPED PfftES SO # I ITEM NO, 15ESCRIPTION PRICE I U/M AMOUNT 16- S 1.000 PR024143191096000 24" TG CL-3 RCP 8' 44,25' LF 5,664.00- 05122124 RMA#5933 1- S 2.000 PRO24M3BO72000 24" TG CL•3 RCP 6' 44.25 LF 265.50- 05/22124 RMA#5933 1- S 3.000 PR024M3BO48000 24" TG CL-3 RCP 4' 44,25 LF 177.00- 05/22124 RMA#5933 1- S 4.000 FTPR027YO30 27" WYE CL-3 751.50 EA 751.50- 05122/24 1 S 5.000 RE -STOCK FEE rNmfittvaij RE -STOCK FEE 1714.50 EA 1,714.50 05/22/24 RMA#5933 1 S 6.000 FREIGHT CHARGE FREIGHT CHARGE 315.00 EA 315.00 05122/24 RMA#5933 THIS MATERIAL SHIPPED RINKER MATERIALS FROM PLANT NUMBER: 6380 1000 MACARTHUR 13LVD GRAND PRAIRIE TX 75050 Tel: (972)260-3455 Fax: (000)000.0000 SUB -TOTAL P .,828.99 $2,029.50 INVOICE TOTAL ► -4,828.50 USD DOLLARS PLEASE PAY FROM THIS INVOICE INVOICE Page NO.1 Of 1 INVOIV,ENO. 29237878 e RINKER MATERIALS I! P.O. BOX 936217 T ATLANTA, GA 31193-6217 NA1iATr-IQIAIST"' Q A QUIKRETEO COMPANY e y ABA; 121000248 (Wells Fargo) ACCOUNT: 2062700385107 � SWIFT:WFBIUS6S CHIPS O407 T REMIT INFO: aeh@quikrete.com B L L 713144 T 0 5 H MCMAHON CONTRACTING INC. n 878289 3019 ROY ORR BLVD GRAND PRAIRIE TX 75050 T CUSTbMER P.O.NUMBER 23-027 0 ORDER DATE REF NO. 05122124 1645581 CO INVOICE SHIP GATE I SHIP VIA 0S123/24 ORDERED SHIPPED I PIECES SO # ITEM NO. DESCRIPTION I. S 1.000 PR036M31309600D 36" TG CL-3 RCP 8' 05/22124 RMA#5934 9- S 2.000 PR03OM313096000 30" TG CL-3 RCP 8' 05122124 23.027 - KELLER HICKS RD 3550 KELLER HICKS RD FORT WORTH TX 76244 DATE DUE T BUNS NUMBER T 06/22124 ERMS IAXID at 30 I Ulm AMOUNT 88.50 LF 708.00- 62.25 LF 4,482.00- RMA#5934 1 S 3.000 RE -STOCK FEE RESTOCK FEE 1297.50 EA 1,297.50 05/22/24 RMA#5934 1 S 4.000 FREIGHT CHARGE FREIGHT CHARGE 05122124 RMA#5934 THIS MATERIAL SHIPPED RINKER MATERIALS FROM PLANT NUMBER: 63BO 1000 MACARTHUR BLVD GRAND PRAIRIE TX 75050 Tel: (972)260-3455 Fax: (000)000.0000 315.00 EA 315.00 SUB -TOTAL 1110 $2,029.50 +$1,297.50 = $3,327.00 INVOICE TOTAL ► - u,I-by t. ' Aw,_. USD DOLLARS PLEASE PAY FROM THIS INVOICE FORTWORTH. Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: Keller Hicks CA #6 M&C: N/A CPN: 100146 CSO: 60585 DOC#: N/A Date: 10/11/2024 To: Name Department Initials Date Out 1. Jessica Rodriguez TPW - Review Oct 17, 2024 2. Mitch Aiton TPW - Signature MA 7eW Oct 17, 2024 3. Andrew Marquez McMahon - Signature gWAM Oct 17, 2024 4. Curtis Hollingsworth TPW - Signature Oct 17, 2024 5. Raul Lopez TPW - Signature Oct 17, 2024 6. Lissette Acevedo TPW — Signature Oct 18, 2024 7. Patricia Wadsack TPW — Signature PL'W' Oct 18, 2024 8. Lauren Prieur TPW — Signature LMP- Oct 22, 2024 9. Doug Black Legal — Signature p� Oct 22, 2024 10. Jesica McEachern CMO — Signature Cw- im Oct 24, 2024 11. Jannette Goodall CSO - Signature JG ya Oct 24, 2024 12. TPW Contracts CC: Program Manager, Sr. CPO, TPW BSPAP Recon Team, TPW Records Room, TPW Contracts DOCUMENTS FOR CITY MANAGER'S SIGNATURE: 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 ®No RUSH: ❑YES ❑No SAME DAY: ❑YES ®No NEXT DAY: ❑YES ®No ROUTING TO CSO: ®YES ❑No Action Required: ❑ Attach Signature, Initial and Notary Tabs ❑ As Requested ® For Your Information ® Signature/Routing and or Recording ® Comment ❑ File Return To: Please notify TPWContractsnu,fortworthtexas.i!ov for pickup when complete. Call ext. 7233 or ext. 8363 with questions. Thank you! CSC No. 60585-AR6 Fox, H<, Project Name Keller Hicks -Lauren Way to US 377 Client Project #(s) l 100146 City of Fort Worth Construction Allowance Request I City Sec # 160585 Project Keller Hicks - Lauren Way to US 377 - Roadway, Drainage, Illumination and Traffic Improvements Description Contractorl McMahon Contracting, LP I CA#I 6 I Datel 10/11/2024 City Project Mgr.I Mitch Alton I City Inspectorl Curtis Hollingsworth UNIT or DEPT Unit I - CFW Unit II - Keller Unit III - Signal I I Totals Original Contract Amount $5,685,582.88 $1,041,186.09 $477,855.28 $7,204,624.25 Extras to Date Credits to Date Current Contract Amount $5 685 582.88 $1 041,186.09 $477 855.28 $7 204 624.25 JAmount of Pr9poseo Allocapon $4,099.00 $6,717.42 0.00 $0.00 $10,816.42 Original Allowance A61able to Allocation $200 000.00 $170,250.00 $370,250.00 Allowance Funds Previously Allocated $79�1.26 $79,271.26 Revised Allowance Balance $116,629.74 $163,532.58 $0.00 1 $0.00 $280,162.32 -.0— JUSTIFICATION (REASONS) FOR CONSTRUCTION ALLOWANCE IN ACCORDANCE WITH THIS CONSTRUCTION ALLOWANCE REQUEST, THE CONTRACT SHALL: Width of the retaining walls is incompatible with the bottom width of the T552 rail on top. Retaining walls A, B, and C are 12" wide, while T552 has a 17" base. Steel and forms to build the T552 rail were already obtained and ready for construction. The engineer recommends keeping the proposed rail for maximum vehicle crash protection. The contractor proposed a solution to build the T552 rail as intended. For retaining walls with an adjacent sidewalk, a 6" curb will be added to construct the T552 Rail as intended. For retaining walls without an adjacent sidewalk, a 2' wide mow strip with a 6" curb will be added to construct the T552 Rail as proposed. Retaining Wall A will need 155 LF of curb and 100 SF of mow strip. Retaining Wall B will need 78 LF of 6" curb. Retaining Wall C will need 129 LF of 6" curb and 258 SF of mow strip. Changing the wall design would require compensation for new forms and steel. The proposed price for the 6" Mow strip is $9.99 / SF, similar to the cost for the 6" Concrete Driveway on the project. The proposed price for the 6" Concrete Curb on the back of the sidewalk is $20.00/LF, same price as on City Project #103281 Park Vista Boulevard. Staff deems the proposed prices reasonable. The City of Fort Worth will fund the cost of changes related to Retaining Wall A, $4,099.00, while the City of Keller will pay for changes associated with Retaining Wall B and C, an additional cost of $6,717.42. 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. McMahon Contracting, LP I Andrew Marquez I—`— I Oct 17, 2024 t Date I Project and Contract Compliance Manager Date Oct 17, 2024 Oct 17, 2024 ram Manager Date Senior Capital Project Officer Date 3eec- Oct 17, 2024 .'X&&aL-. Oct 1S, 2024 Assistant Director (Dept Date IDirector, Contracting Department (Dept) Date yarvroia ��adsacR Oct 18, 2024 ♦ - Oct 22, 2024 Assistant City Attorney Date JAssistarit City Manager Date oo�u, Oct 22, 2024 C-� Oct 24, 2024 �440IlIlq po�FORr�ao ATTEST: o lannette Goodall, City Secretary oQ as nEIl45tipa OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Construction Allowance SUMMARY Page 1 of 4 FOR_ _ T WORTH® City of Fort Worth Construction Allowance Additions Project Name I Keller Hicks - Lauren Wav to US 377 pity Sec # I bubbb I Client Project # 1 100146 1 Contractorl McMahon Contracting, LP I PMI Mitch Aiton Inspectorl Curtis Hollingsworth I Construction Allowance Submittal # ® ate 11U/11/2U24 I ADDITIONS ITEM DESCRIPTION DEPT Qty Unit Unit Cost 1-85A 3213.0322 Conc Curb at Back of Sidewalk Unit I - CFW 155.0000 LF $20.00 1-85B 9999.0000 6" Mow Strip Unit I - CFW 100.00000000 SF $9.99 11-138A 3213.0322 Conc Curb at Back of Sidewalk Unit 11- Keller 207.00000000 LF $20.00 11-138B 9999.0000 6" Mow Strip Unit 11- Keller 258.00000000 SF $9.99 Unit I - CFW Unit 11- Keller Unit III - Signal Total Additions Total 1 $3,100.001 $999.001 $4,140.001 $2,577.421 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I 1 1 I 1 1 1 1 1 1 1 1 1 1 1 1 1 $4,099.001 $6,717.421 $0.001 $0,001 $10,816.421 Construction Allowance Additions Page 2 of 4 FORT WORTH, City of Fort Worth �+ Construction Allowance Value Project Name I Keller Hicks - Lauren Wav to US 377 I City Sec # I b0b85 Client Project # 1 100146 1 Contractor McMahon Contracting, LP PMJ Mitch Aiton I Inspector) Curtis Hollingsworth Construction Allowance Submittal # Date I 1U/1112U24 I CONSTRUCTION ALLOWANCE VALUE BEING USED ITEM DESCRIPTION Qty Unit Unit Cost Total Unit 1 Item 85 9999.0000 Construction Allowance 0,054082 EA $200,000.00 $10,816.42 Construction Allowance Value 3of4 M/SBE for this Construction Allowance Request M/SBE Sub IType of Service I Amount for this CAR Total Previous Construction Allowance Requests CAR # I DATE AMOUNT CA #1 2/20/2024 $1,252.90 CA #2 3/25/2024 $11, 747.71 CA #3 5/9/2024 $49,514.43 CA #4 6/26/2024 $13,429.22 CA #5 7/9/2024 $3,327.00 Total $79,271.26 $0.00 Construction Allowance MSBE Data Page 4 of 4 REQUEST FOR INFORMATION REPORT (RFI) RFI NO. PAGE NO. MJ Keller Hicks - Lauren Way to US 377 60585 McMahon Contracting, LP Andrew Marquez• - • ••-r McMahon Contracting 90 010/01/24 RFI SUBJECT SECTION(S) REFERENCED RCP Restocking Fee POTENTIAL COST IMPACT POTENTIAL SCHEDULE IMPACT NO CHANGE NO CHANGE INCREASE IN COST $ 10,816.42 INCREASE IN TIME # of Days = DECREASE IN COST DECREASE IN TIME # of Days = Width of the retaining walls is incompatible width the bottom with of the T552 rail on top. Retaining walls A, B, and C are 12" wide, while T552 has a 17" base. Steel and forms to build the T552 rail were already obtained and ready for construction. CORTRMUTOR RECOMMENDATION For retaining walls with an adjacent sidewalk, a 6" curb will be added to construct the T552 Rail as intended. For retaining walls without an adjacent sidewalk, a 2' wide mow strip with a 6" curb will be added to construct the T552 Rail as proposed. Retaining Wall Awill need 155 LF of curb and 100 SF of mow strip. Retaining Wall B will need 78 LF of 6" curb. Retaining Wall C will need 129 LF of 6" curb and 258 SF of mow strip. Changing the wall design would require compensation for new forms and steel. The engineer recommends keeping the proposed rail for maximum vehicle crash protection. The contractor proposed a solution to build the T552 rail as intended. The City of Fort Worth will fund the cost of changes related to Retaining Wall A, $4,099.00, while the City of Keller will pay for changes associated with Retaining Wall B and C, an additional cost of $6,717.42. The proposed price for the 6" Mow strip is $9.99 / SF, similar to the cost for the 6" Concrete Driveway on the project. The proposed price for the 6" Concrete Curb on the back of the sidewalk is $20.00/1-F, same price as on City Project #103281 Park Vista Boulevard. Staff deems the proposed prices reasonable. Mitch Aiton, Sr Professional Engineer No Schedule Impact 10/10/24 AK� \"OAK/ �"OAK rOAK{ Y4'OA 1�J "OIK� irlll"' Y G `1 YY PROP' Curb and Mow Strip Needed "STA PAV STA 8♦63.07 23.50' ILT LT N 70200 115 E 2350304.12 RETAINING WALL "A" ( I f SEE DETAILS THIS SHEET mh� 1' Wide Wall of N 5'-0" 12" SIDEWALK W4" CHAMFER 314" CHAMFER 2Y MAX BARS "E-2 I¢IL— " �—/I'I1 a � 4"THICKREMFORCEO. f @"S"OC CONCRETESIDEWALK 314" PREFORMED EXPANSION MATERIAL > CLASS "C"CONCRETE S BARS "A-2" @ •S' O C \ D NO 5 LONG BARS Q 12" O C �\ 8" WRAPPED LONG". > 2"PVC PIPE PREFORATED PIPE ♦$10 O.C, 18"X18" DRAINAGE GRAVEL WRAPPED IN DRAINAGE FABRIC\ BARS "C-2"@"S"O.C. — � FINISHED GRADE BARS "D-2" � BW.. CLASS"C" IIN TO CONCRETE BE CLEAUCTIONOUGHEN BE CLEANED & ROUGHENED TO A FULL AMPLITUDE OF APPROX. 1/3 INCH 1 �sPAaN. BaR"" BARS •D-z OVER BUT NOT OVER BW 'Wi" W2" "B' "A-2" "B-2" "C-Y' "E-2' s NO 3'-0 'a� ,as' a4 w a4 an 3 1Ss' B" r-r sA° a,�. 1 ,-0. �3,-i'llJ +6" ka Ip as to 1 s-o B-B a- ,'s' aJ tz a4 as as s 6' ]'a RETAINING WALL SECTION NOT TO SCALE 24' z 3/4" DIA `3l4" REDWOOD SMOOTHE DOWELS / EXP BOARD OR 18" O C l " / PREMOLD t2 12 I 1 DOWEL SLEEVES 5" LONG NOTES "WT = WALL THICKNESS SLEEVES FOR DOWELS SHALL HAVE AN INSIDE DIA OF 1115" GREATER THAN THE DIA OF THE DOWELS & SHALL BE APPROVED BY THE ENGINEER PRIOR TO USE. 112' REDWOOD OR PREMOLDED EXPANSION JOINTS W/ DOWELS AS SHOWN, SHALL BE SPACED 25' ON CENTER, MATCHING SIDEWALK EXPANSI N JOINTS, FOR FULL DEPTH OF ALL WALLS. RETAINING WALL EXPANSION JOINT NOT TO SCALE 1.11 NOTE. CALL BEFORE YOU DIG G 1-800-336-9193 NOTE TO CONTRACTOR: CONTACT TRI-COUNTY ELECTRIC 48 HOURS PRIOR TO CONSTRUCTION. TRI-COUNTY REPRESENTATIVE TO BE ON SITE DURING CONSTRUCTION 817444-3201 Fo 0 20 JJ 40 60 W� GRAPHIC SCALE IN FEET E 1' = 20' (22"z34') w & z 1'=40' 11"z1T ;w Bnsrxozz �kw ifp.„SEd;a�� 3m ei B3o90 ' l�o,R, ,CE NSEQ^� i I oRevisious Dare APP o,4 �TPWPF IECTNo K- 1 CPN NO ,0 WATER PROD. N. X-2T]24 WATER BASE MAP No.2o—IN y SEWER BASE MAP No x07 W 12{.1823JN0 U CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS DEPT. Y ARTERIAL ROADWAY IMPROVEMENTS N Z KELLER HICKS ROAD w (FROM LAUREN WAY TO US 377) j ry 0 RETAINING WALL "A" PLAN a TBPE ST71H 11,bU1 A■ MI 2FORT WITH. 6T.3UI76100 Q FORT WORTH. TEXAS 76107 My�TpMt• (877)8775571 IEI H KF3078 80" 2 EnnNAL SO 4 E UAL SPACES 25,:i5' PANELS 88' PANELS 720 720 - ps FINISH GRADE AI WALL n(TW 1045 nr - FACE ON STREET SIDE 710 TW=709.50 710 TW=708.42 TW=70745 \ PN7073: _ _ n J 706 24 RIG AT WALL FACE-- -_ -� PGL /.Tl ROAD TF=704 81 - �FINISH GRADE TF=704 81 TF=703 70 TF=704 68 TF=70 2 700 700 0,00 1+00 2+00 3+00 RETAINING WALL "A" CALL BEFORE YOU DIG 1A00-336-9193 NOTE TO CONTRACTOR: CONTACT TRI-COUNTY ELECTRIC 48 HOURS PRIOR TO CONSTRUCTION. TRI-COUNTY REPRESENTATIVE TO BE ON SITE DURING CONSTRUCTION 817-444-3201 PRO.ECTCONTROLPOINTS C.' CFW CIR CIR eaesl Ez34srs 7.1 EL=�71494 EL=700.94 CR_ CRC N N-7-0 wn $drc 23126081.35 EL=699.46 EL=70303._ envx6xx �kw N SLdF:ys1 3m e� 63596 ' � A RE�I3ION3 BAE APP K- 1 CPN NO 111111.9 �TPWIROJECTNO TER PRO., N. X-27724 W ATER RASE MAP - 2072a60 y SEWER BASE MAP No —PO 12M A.1 CITY OF FORT WORTH, TEXAS U TRANSPORTATION AND PUBLIC WORKS DEPT. ARTERIAL ROADWAY IMPROVEMENTS Y N KELLER HICKS ROAD z w (FROM LAUREN WAY TO US 377) j n RETAINING WALL "A" PROFILE TBPEReg IIFa51 : Q 2827 WE8T7TH ST, SUITE 400 j�,'/ FORT WORTH, TEXAS 76107 ILJI__I■ (817)8775571 K MULTTATTKCHH 1.1-214.00 CFW-Kellen .oK-CIII16-VDvOIVLvS.EETSvKw HKF3078 - 327 RET WaL 810 A PROF oLaP" 4-00 �{ 1, +00 F0 J — uF0I UFo FX Si ROW E L5o 8 GINTTXDOT TRA�R�IC RAIL TYPE i N7026597.06 I. E 2350578 32 Ji 1+ UPRR ROW } 'f I t# 3� i I ]i I I Curb 13+ ---1 E� d i RET WALL'R' STA 1+78 80 = PAV STA 13+10.00 16.- LT END TXDOTG TRAFFIC RAIL TYPE 552 N 2350654 0292 941 E 2350654 0292 - EXI.STRDW 4" PF ,x KELLER HICKS ROAD 1 +00 —P-----P-- — y'�--- PI RET WALL'C' STA 2+4fi 00 = e _ ---------- nv ar7r717F11/�l�-�t0 92° —r 166' DEX T O -- j — TCE - RETAINING ALL'C' RET WAII"/��A7+94.00= PAV 5TA i:i�'G'i 1 29 48' Rr END RETAININ{J WALL'C' PET WALL'C'STA 1+4200= + a.4G4a.4n' RI BEGIN RETAINING WALL'C. END TXUOT I(i'EIC RAIL TYPE T552 N 7026687 14 E 2350705.28 \ I N 7026673.07 E 2350577.50 Curb and Mow Strip m I ® Needed �I NOTESo XVRlVXVN/NUPRRROW L RA/LROADFERV1TREOU/REDFORAW WORK M %TN,W UPRR R16117 0E-WAY 2 W ROAD FL AOGER REO U/RED FOR ANY WORKWNH/NUPRRR/GNLOF-WAY .77211XR9GR/0RT0ANYW0RKW r111N UPWR/ONFOF-WAY, CONTACT.' STEYEN7NOMA5,4T817,W 7625 UPRR NOTE CALLBEFORE YOU DIG 1 400-336-9193 NOTE TO CONTRACTOR: CONTACT TRI-COUNTY ELECTRIC 48 HOURS PRIOR TO CONSTRUCTION, TRI-COUNTY REPRESENTATIVE TO BE ON SITE DURING CONSTRUCTION 817-444-3201 cT corvTR CRp, OL POOINTS N 7026751,93 E 2026666.23 50919.1 34975079 7 EL 0094 P# N7 NI702673493 EL=6896466 EL37a37037 NOTE FOR RETAINING WALL DETAILS SEE SHEET 80 6 �40 0 20 60 2� GRAPHIC SCALE IN FEET 1" 2c (2z"c34-) &E 1"-40' 11"X17" w 6nv26xx �kw yy++ el tf P.+_ut�ILLA•� T��7CE N9E �i RE 6oN6 rvA E PP6,4 TPWPROJECTNO K- 1 CPN NO ,0 WATER PROD. N. X-27724 WATER BASE MAP - 2072ae0 y SEWER BASE MAP No 2072-080 12{.1823JN0 U CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS DEPT. ARTERIAL ROADWAY IMPROVEMENTS N KELLER HICKS ROAD z w (FROM LAUREN WAY TO US 377) j n RETAINING WALLS "B" & "C" PLAN a TBPE Reg kf51 2IT8000 FORT WORTH. 76107 QA■■■ MULTATMKCH (877)8775571 IEI H KF3078 82" 730 730 730 3 EQUAL SP. - 26 266R PANELS - - maw - f+J FINISH GRADE AT WALL 720 TW�719.90 aNy 720 720 - TAY-71920 LEFTTC KELLER HICKS - - TVJ=71840 �� PGL - ---- - `�-KELLER HICKS - - NO AT WALL FACE - TF=714.80 I�TF=]14.80 - - 710 - 710 710 - 700 1 1 1 1 1 1 1 1 1 1 1 700 700 1+00 2+00 3+00 RETAINING WALL "B" RET.Io K 1IOR C,-12 o MOMS _ VPRRNOTE: WORKN9THINUPRRROW CALL BEFORE YOU DIG L RAILROAOFERMITREOUIREOFORAW 1-800-336-9193 WORKWI7H4VLIPRRRIGHTOF-WAY V 2 R,4&R0A0RAGGERREOOTREOFORANY WORM NbYUFRRRIGHTOFWAY 9.72HOURSFTOR70ANYWORKWITHIN UPRR RIGHT 01"WAY CONTACT OOUOW00ASAT7Bf-35 M9 730 NOTE TO CONTRACTOR: 2a' s4 16' 18' 32, PANEL 2-32' sTNELs PAN PAN PANEL CONTACT TRI-COUNTY ELECTRIC 48 HOURS PRIOR TO CONSTRUCTION. - TRI-COUNTY REPRESENTATIVE TO BE ON SITE DURING CONSTRUCTION �Tm 817-444-3201 3mcYi� _ Po1N1Ts Z�R Cp A� W m` - N17026751R "iaaM88.27oo' rvy 17sal E 1=1 EL=eaR ,TAI 92 7 TW=719A5�7`/T1*717W FINISH GRADE AT WALL 20 / ,TVJ=7175g FACEONETREETSIDE _7172I HICKS KELLER HICKS Cpk4 c— E0E02USM Piry 2=7OPCLER '22 E7=R699.e7 EL rLL Fo w Sdrc j,1\ `NGAT WALL FACE TF=710.12� I \ �\ 4. my � \ 710 � `TF=]1251 aI25/2o22 �krc TF=711.08 _ TF=711.93 7pe ll 3m yy++ ry 'ej PAULJ. VPDILLA•� 1+00 2+00 3+00 RETAINING WALL "C" I Ig' REVIR1oNs "AE AP1 ",4' �TPWIR 111NO —1 CPN NO t0 TER PROD. No X-27724 W ATER RASE MAP - 20—IN y SEWER BASE MAP No 2072-080 12M 823JNO U CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS DEPT. Y ARTERIAL ROADWAY IMPROVEMENTS N z KELLER HICKS ROAD w (FROM LAUREN WAY TO US 377) j n RETAINING WALLS I & I PROFILESTBRa Q 400A2EST7TH$T,SUITE mm FORTWORT TEXAS 76107 MULTATMZG sH (817)8775571 IEIH KF3078 830 K\20'5115 %00 4FW-KeeaR,o1z-CFW\05-CM\C1v1L\S.EETS\15I329 RET WUL R C PROF 01—? Wingwall Length lVariesJ Conne engfh ConCr Length Opening ` Enp or @ridge flail g-B' pin � �f E InlermetliMe Wall /or pa Inert Same as Slab I eme as Slab 'I ra• lonnt (Sae Oe[all) Q Thrle- face. pi ` Form tp here. Y I Terminal ea Abut Bk 1 J Ope g J 0 nrng I '-/" Max Cvnnectl `jL O x s l _ 4�Yp,e wl 77 �kim�ta sa:r,er JO,Miseeoea'ii o°a�o�rfPlled.,p�nt INTERMEDIATE WALL JOINT DETAIL wf AbOf vroviad al au mrenpr meets w¢nput slap expansmn rn9wa� � lPlnl s. AT ABUTMENTS AT BENT$ WITH SLAB EXP JOINT$ AT BENTS WITHOUT SLAB EXP JOINT$ ROADWAY ELEVATION OF RAIL .- its - ]" Dlnoies and z p" Pia x r deep re[esses. fmm or rare. holes and reresses. Percussion ddrilling is p[ed. Fdjwst placement o ein/arcing steel as n y Dolt h - my regal when pedes apJarent tv ba T,garen the 5 Bolus lln a well tlIs[r bv[ddapattern sp to pravent fdamage or distortion of the Thrlo-Beamn[onnectron ark the Transition Cut hof[s ofi after insiallalion so as to xtend no more than s" beyond nut. Paint ends o/ cut-off balks -h Zinc-ri<h paint. e 1•_g � V \r R T J 'd1d IL - -beam , T rmr f Bar, 6 pa pa 2" spar „ _ s r JOMaPdmng .----- same as slab ax 3 R!#41 Rf#4) - s(#41• F-Z r mrmedm[e Tap of ADur � � ' � Ili s(#dJ w a Jpinr wmgwan - n `" �� II 1 11_ I 1 s'ao o, caev o ` vern<ar rap r Y T Tpi<a/ p u' Retianaetl i-D" WU(#qJ Uf#4) at (#4)a[ 6" Max Waier - - r £na of Id - did, of at 6" Max 4' Max Derween drains fTyPJ v (Typ) Barritr (TYPI eay<led fire ruDDer Rall Olfset -F� TaP o/ ADut j panel. I� ufggl at 3-6" (TYFI Wingwall 3-0" Usual Vsual C'Max F itld bend rein/ as ana Min Nin maintain s-B' Max Slot Slot pin Sloe s-p Max SECTION ELEVATION le covefrart[aper ELEVATION SHOWING TYPICAL REINFORCING PLACEMENT TERMINAL CONNECTION DETAILS 4 concrete Ban fppiprrM 0u(sltle Etlge Outsltle Etlg� f Blab or of Slab Abvi Wlhgwall Q Slah ~ 4o ntnmust Ee I.1Efndinren Joint. L ion of Rall ExP I on Expans�aB ' e rse cW o1. -1, Expansion JaiM, loin[J� I Q Rall Footprint one perpeM,cular [o lab outside edge. �- --------- ----- CYrr"aPrefprmed Bliulnumfnaus ve Fiber Marginal under mlrarere < raa, aa. snewn. Traffic Sid. of Rafl PLAN OF RAIL AT EXPANSION JOINTS o a Example showing Slah Expansion lolnls without breakbacks. 8 g �rx Terminal connectors and assaeiatee harawafd re ro De paid far under the IPam "Metal Beam Guard Fence'. Attach Metal B am Guard en<e Tran o the bridge raaeand amg ttDn t ankment unless ome.wlsa anown in ma plans. Increase 2" for structures ,"d overlay. O Place a add,tr— Bars R(4l4) — jd length Inside Bars glka)Tand centered 1-1 from equre0 it w en erm na/ Conne<flans are Back of rail offset may, III,Engnledes approval, be contlnuea to the end of the railing. SHEET I OF 2 �w� Briage olwmn urns O'1pl}rMnr Pf TnnsPPMtian Stanaara TRAFFIC RAIL TYPE T552 22 �kw E3o90 ' 15 —� I a o Ir I+Iti I REVISIONS Dare APP bl4� TPW PROJECT NO K-BBTB CPN NO t0 TER PROD. No X-2TT24 � W ATER BASE MAP No. 20T2a88 y SEINER BASE MAP No 2072-080 12M 823JN0 U CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS DEPT. ARTERIAL ROADWAY IMPROVEMENTS N z KELLER HICKS ROAD to (FROM LAUREN WAY TO US 377) j n TxDOT TYPE T552 a A■ TBPE Reg U2827 WEST7THST, T. SUITE SUITE 400 Q FORT WORTH, TEXAS 76107 K MU —CH (817)8775571 p , H K F3078 1a13 17" Wide Rail 2 2 yr. 2 Q Increase I lil a-1-11 all, overlay. "ta nrngrwalls il, I ®As an aid in pp —Mg lal—sa-1, adtlitional longRatlr.a, bars may be usetl I, the slab .10 the approval of the Engineer. Bu[h bars wil! be rap furnished of FM1e Contractor's expense. 0, U2 R(W41 Sisal N14) 2 plus r minus to lie rebfprcing' CONSTRUCTION NOTES. U2 Bendor IA a, l­iI,,d to d— d,­ -1, 1- a, the sNpform process — I— by with equipment abp—ed by E,,gi,,,­ P­ide I-- I," III, a" g'a', O t z ffyp) Tack welding to ­­g hp -I, ­­,­ 1, pt, I,, Welding be ­f—d at ­­g bI 6 I ba-1 the Iye —l—, 11 11 permissible "Y" _,Z)d t. b.r, 5 t I, I ... ti— If 4 4 6-1, 1, -,d,l, p,.I;d, 11iti—I ­­­ d-l- III — � th. .,, — thIld, 0 — <­ PIlt __ I_ _ ap_y —a, 1--d 1-1—mg a,th an .,g .... .... .... par _i in alto dance w,[n It— G45 alpl—I ­1 rail is sfrp,r­d. apply 11 heavy epoxy bead I" bl- -f t' ff" site 0 rail to ­r­ — j— P-1 I. slip lr.­� r*' ­1 s ?j i vn , h Vertical h" R lf-) as 11... Tip, I 'p-, Ib— ..... Steel a ..... . r. r—l— The ­1 of ra,h,,, ­1 b, —1-1 h­ . "a P-1 11 Ispl.- by - Engineer. ON ABUTMENT WINGWALLS ON BRIDGE SLAB WI_ barriers III be pl-I'd at ""I" "'I" ohm OR CIP RETAINING WALLS ON BRIDGE SLAB AT SIDE SLOT DRAIN z,,,­ tracks, I,— ­­ roadways andF ly y be a,, I place precast ­­­t and dto the bridge deck -h an approved epoxyI-- SECTIONS rHRU RAIL MATERIAL NOTES: p -,Ids, Cl— -C ­-1, --a CI... I (IPIJ il d elsewhere. vld GI- 1O at.I a'lly 1*11 11 galvanize "1 r­­­, v., it slat bars .1. _sy 1-11 1. U't--d aX , "" Re f--t (WWR) M­ AJO64) f:,,­ h— f B U and 1111 11111111 A11111 bar, finer ­e .�d — �l alali rC ara ­mItt if Ila lablBending a I. c� P. F_ slabaallI�p I —. I- , lays, where,—.11, .. follows: 4' gentling1 zpyI,­­d --d - 1-1 GENERAL NOTES: This rail has been evaluated to be of equal jw "strength t, r,W­ w,th lIka geometry, which have b— I, ­­ f pb — g-I., .— a T­ ­d all Nslad I� -.1 — TI-S 1111—a This III = =,I It!- I, ­d ft­ . TIl ­d ­rd BARS 5 (44) BARS V (#4) BARS WU (#4) OPTIONAL WELDEDWIRE I , s-d. IN, rail ... -y be used REINFORCEMENT (WWR) p— �f 4'1Z',.`I1`I,,'�%'n badges 11�l DESCRIPTION lONOtTUDINAL IRE5 VERTICAL WIRES difrcation."'.--.1 Its-1--a,1m—yalqdIl . l s. Tli-um i" d"Ifl, elsewhere plans f,, these ­diShop drawings will not be required /or �­t­ / tall ,a .his rail. gBppULJ. VPOILLP .... .. ;& railing with no overlay is 3)0 pl N, 11 1­ Spacing1,,c, Maximum Wire The smaller wire must nave an area 512e Pirferaneial al 40% or more pi [he larger wive. SHEET 2 OF 2 Iz TRAFFIC RAIL i'I� BATE PP ay Construction wore.} I—E P­ N. CAST -IN -PLACE PRE AST TYPE T552 fE'R'BA`S'EM'A'P WATER BARRIER WATER BARRIER CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS DEPT. OPTIONAL WATER BARRIERS ARTERIAL ROADWAY IMPROVEMENTS K LUER HICKS ROAD to (FROM LAUREN WAY TO US 377) TXDOT TYPE T552 TBPE Rag #F35I 2821 WEST 7TH $T, SUITE 400 Amom FORT WORT . TEMS 76107 H MULTATECH (817)8775571 K 8 U -307 114 U ;j — T—T TIPE T552 12,1,, FORT WORTH. Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: Keller Hicks CA #7 M&C: N/A CPN: 100146 CSO: 60585 Date: 12/3/2024 To: Name 1. Jessica Rodriguez 2. Mitch Aiton 3. Andrew Marquez 4. Curtis Hollingsworth - Inspector 5. Raul Lopez 6. Lissette Acevedo 7. Patricia Wadsack 8. Lauren Prieur 9. Doug Black 10. Jesica McEachern 11. Jannette Goodall 12. TPW Contracts Department Initials TPW - Review TPW - Signature MA McMahon - Signature AM AM TPW - Signature TPW - Signature TPW — Signature TPW — Signature PL'W' TPW — Signature UP Legal — Signatures CMO — Signature Cw` JM CSO - Signature JG ya DOC#: N/A Date Out Dec 4, 2024 Dec 4, 2024 Dec 4, 2024 Dec 4, 2024 Dec 8, 2024 Dec 11, 2024 Dec 11, 2024 Dec 12, 2024 Dec 13, 2024 Dec 15, 2024 Dec 16, 2024 CC: Program Manager, Sr. CPO, TPW BSPAP Recon Team, TPW Records Room, TPW Contracts DOCUMENTS FOR CITY MANAGER'S SIGNATURE: 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 ®No RUSH: ❑YES ❑No SAME DAY: ❑YES ®No NEXT DAY: ❑YES ❑No ROUTING TO CSO: ❑YES [—]No Action Required: ❑ Attach Signature, Initial and Notary Tabs ❑ As Requested ® For Your Information ® Signature/Routing and or Recording ® Comment ❑ File Return To: Please notify TPWContracts(&,fortworthtexas.gov for pickup when complete. Call ext. 7233 or ext. 8363 with questions. Thank you! CSC No. 60585-AR7 FORT WORTH. Project Name Keller Hicks -Lauren Way to US 377 Client Project #(s) l 100146 City of Fort Worth Construction Allowance Request I City Sec # 160585 Project Keller Hicks - Lauren Way to US 377 - Roadway, Drainage, Illumination and Traffic Improvements Description Contractorl McMahon Contracting, LP I CA#I 7 I Datel 10/11/2024 City Project Mgr.I Mitch Aiton I City Inspectorl Curtis Hollingsworth UNIT or DEPT Unit I - CFW Unit 11- Keller Unit III - Signal I ) Totals Original Contract Amount $5,685,582.88 $1,041,186.09 $477,855.28 $7,204,624.25 Extras to Date Credits to Date Current Contract Amount $5 685 582.88 $1 041,186.09 $477 855.28 $7 204 624.25 JAmount of Pr9poseo Allocapon $21,033.00 $4,930.20 0.00 $0.00 $25,963.20 Oriqinal Allowance A61able to Allocation $200 000.00 $170,250.00 $370,250.00 Allowance Funds Previously Allocated $83�0.26 $6,717.42 $90,087.68 Revised Allowance Balance $95,596.74 $158,602.38 $0.00 $0.00 $254,199.12 JUSTIFICATION (REASONS) FOR CONSTRUCTION ALLOWANCE IN ACCORDANCE WITH THIS CONSTRUCTION ALLOWANCE REQUEST, THE CONTRACT SHALL: The plans call for 6" White and 6" Yellow Pavement Markings, but there are no Bid Items for the 6" Pavement Markings. The contractor has proposed $2.85/LF for White and Yellow 6" Pavement Markings. On CPN 103281 Park Vista Boulevard, the city received bids of $3.001F for 6" Pavement Markings. Staff deems the proposed prices reasonable. On the City of Keller Portion, the contractor raised the concern that Retaining Wall C needed riprap to protect the grading at the end of the wall from drainage runoff. The engineer and the City of Keller agreed to add an extra TxT Inlet and an 18" HDPE Storm Drain to collect the drainage and extend the wall to protect the grading. The contractor has proposed $109.56/LF for the new 18" HDPE Storm Drain. The price on the existing contract for 18" RCP is $109.56/LF. Staff deems the proposed prices reasonable. 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. McMahon Contracting, LP IAndrew Marquez I �'"Dec 4, 2024 Q eo,e, Inspector/Inspection Supervisor Date Project and Contract Compliance Manager Date At— Dec 4, 2024 M"Ma/1 A'�-m' Dec 4, 2024 Program Manager Date Senior Capital Project Officer Date '&aL,J"" Dec 8, 2024 S;IhQL-. Dec 11, 2024 Assistant Director (Dept Date Director, Contracting Department (Dept) Date W Dec 11, 2024 X-7— Dec 12, 2024 E6UnLCjty Attorney Date Assistant City Manager Date 000 _y o Dec 13, 2024 Dec 15, 2024 ATTEST: Jannette Goodall, City Secret ry OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Construction Allowance SUMMARY Page 1 of 4 FOR_ _ T WORTH® City of Fort Worth Construction Allowance Additions Project Name I Keller Hicks - Lauren Wav to US 377 pity Sec # I bubbb I Client Project # 1 100146 1 Contractorl McMahon Contracting, LP I PMI Mitch Aiton Inspectorl Curtis Hollingsworth I Construction Allowance Submittal # ate I 1U/11/'1U24 I ADDITIONS ITEM DESCRIPTION DEPT Qty Unit Unit Cost 1-85C 3217.0101 6" SLID Pvmt Marking HAS (W) Unit I - CFW 1,250.0000 LF $2.85 1-85D 3217.0102 6" SLID Pvmt Marking HAS (Y) Unit I - CFW 6,130.00000000 SF $2.85 11-138C 3341.010218" HDPE Pipe Unit 11- Keller 45.00000000 LF $109.56 Unit I - CFW Unit 11- Keller Unit III - Signal Total Additions Total 1 $3,562.501 $17,470.501 $4,930.201 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I 1 1 I 1 1 1 1 1 1 1 1 1 1 1 1 1 $21,033.001 $4,930.201 $0.001 $0,001 $25,963.201 Construction Allowance Additions Page 2 of 4 FORT WORTH, City of Fort Worth �+ Construction Allowance Value Project Name I Keller Hicks - Lauren Wav to US 377 I City Sec # I b0b85 Client Project # 1 100146 1 Contractor McMahon Contracting, LP I PMJ Mitch Aiton I Inspector) Curtis Hollingsworth Construction Allowance Submittal # Date I 1U/11/2014 I CONSTRUCTION ALLOWANCE VALUE BEING USED ITEM DESCRIPTION Qty Unit Unit Cost Total Unit 1 Item 85 9999.0000 Construction Allowance 0,129816 EA $200,000.00 $25,963.20 Construction Allowance Value 3of4 M/SBE for this Construction Allowance Request M/SBE Sub IType of Service I Amount for this CAR Total Previous Construction Allowance Requests CAR # I DATE AMOUNT CA #1 2/20/2024 $1,252.90 CA #2 3/25/2024 $11, 747.71 CA #3 5/9/2024 $49,514.43 CA #4 6/26/2024 $13,429.22 CA #5 7/9/2024 $3,327.00 CA #6 10/ 11 /2024 $10, 816.42 Total $90,087.68 $0.00 Construction Allowance MSBE Data Page 4 of 4 REQUEST FOR INFORMATION REPORT (RFI) Keller Hicks - Lauren Way to US 377 CONTRACT NO. PRIME CONTRACTOR 60585 McMahon• • • Andrew Marquez Project Manager McMahon Contracting 817-908-2704 1 1 /01 /24 RFI SUBJECT SECTION(S) REFERENCED 6" (W) & (Y) Pavement Markings NO CHANGE NO CHANGE INCREASE IN COST $ 21,033.00 INCREASE IN TIME # of Days = DECREASE IN COST DECREASE IN TIME # of Days = The plans call for 6 W and 6 Y Pavement Markings but there are no Bid Items for 6 Pavement Markings. We request $2.85 / LF for both 6 Pavement Markings if you would like to stick to the plans with 6" Pavement Markings. Mitch Aiton Sr Professional Engineer 1 682-715-9424 1 11/01/24 Please stick to the plans and install the 6 Pavement Markings as shown as $2.85/1-F. The proposed price for the 6 White and Yellow Pavement Markings is $2.85 / SF. The proposed price for 6" Pavement Markings was $3.00 / LF on City Project #103281 Park Vista Boulevard. Staff deems the proposed prices reasonable. No Schedule Impact 11/27/24 Mitch Aiton, Sr Professional Engineer 1 1 12/03/24 �v4n "�ezToI III I EX Ay IST LK OUT EWA7K ��Macao rtKm i O LIM TD STA46+04 35 G".'. ❑ J R2-1 3 )) I Ja G `E. F Vo -16 ..L_.._.._ .._. _. _I—XV — — h — — ( Y UJI — — iI j I� SPEEDLIMIT O ClA ER B I I —4S25 SIN R261 pp1l ICI j ONLY,I rnrerw—Tx reT.cT " z liraz u warwamn,Tx .nreTw v, j T .. j ronT vroa*n� KELLER HICKS ROAD I Q I I � I w � I n�a>FacaosNe»woomory EXIST STOP p STREET NAME Lr)I SIGN TO REMAIN ul r I III II I I JIB— m- —_-. XI I CENTER I LANE 4 I STA 57— R8-SB i ONLY STA 57-20- _—.._..__. ENO TURN LANE — aw BEGIN STRIPED ISLAND rKTw RR„1T. .omworer„.Tx OesrAOs7+2B ■ 1 R3-8 ONLY KELLER HICKS ROAD S/GNPLANLEGEND O SIGN NUMBER F PROPOSED SIGN 1 EXISTNG SIGN PA I CEMENT MARK/NGS LEGEND O CONTRAST CROSSWALK -PER CFW D-642 1B 24"STOP BAR (W) - PER CFW D643 L C 6'SOLID LANE LINE (Y)-PER CFW D842. E)1() 6"SKIPLINE(Y)-PERCFW0642 F 6- DOUBLE SOILD LINE (Y)- PER CFW D6421 18" SOILD HATCH LINE (Y)-PER CFW 0642 G YSOLID EDGE LINE(W)-PERCFW M42 B•' SOLID LANE LINE (W) - PER CFW D642 OI TYPE II -A -A 4 RAISED PAVEMENT MARKER (W)-PER CFW M42 JO TYPE II -A -A V RAISED PAVEMENT MARKER (Y)- PER CFW D642 KO LANE LEGEND ARROW(W) - PER CFW DIAS © LANE LEGEND WORD(W) - PER CFW D644 M(J RAILROAD CROSSING MARKINGS - PER CFW D£46 NOTES 1 IF SIGN IS LOCATED OUTSIDE OF SIDEWALK, SIGN SHALL BE LOCATED HORIZONTALLY A MINIMUM OF 11' BACK OF CURB. 2 IF SIGN IS LOCATED BETWEEN SIDEWALK ANC CURB, SIGN SHALL BE LOCATED HORIZONTALLY 3' FROM BACK OF CURB. WARNING TO CONTRACTOR 0 nnuvERiry Tx1—T Ex— UTLTEs uzL o scovEreEo. remmEowT[LvwnEry corvrucTw Tn Q ps 0 40 80 120�c .I �drc GRAPHIC SCALE IN FEET r = 4C• ((22^Xaa-)) _ �w m& z elxvxoxx �kw N SLdF:ys1 3m ,I lPT6LLLJ, VA❑ILLA. j 3580 ' �a.R. TCE NS'c; •� i 1 REvsous OAre APP 014 TPW PROJECT NO K- 1 CPN NO t0 /ATER PROD. No X-27724 Of TER BASE MAP N. 20-10 SEWER BASE MAP NW 12{.1823JN0 o x07 y O CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS DEPT. ARTERIAL ROADWAY IMPROVEMENTS N KELLER HICKS ROAD Z w (FROM LAUREN WAY TO US 377) j ry O550 AEKELLER N-G'OKST E PLAN STA 4-370 TO Reg 2TBPE TTTSU1 FORTWORTH TEXAS 76107 Q McU�I�A�T6�■X (877)8775577 rt K F3078 85 CURVE DATA NOTE, WARNING TO CONTRACTOR 0 SEE SHEET B] L Ew a", nuo Lacnnox or ""'I wrxE C-1 C-2 FOR KATY ROAD O D=11^54'26" D=9^22'00" PAVEMENTMARKINGS R=600 Do' R=300.01Y ry VEreirvrxEs T T=62.57' T=2459 rest w L=12469' L=49.0' gggg wzoex ro mexrirvarry 'o I F snM INi xlEEORvn sux°AV v g R Po r v co umwiTx a SPEED 6 \ } K rryr po ffiffi I� euierlcE. LIM€F O \\III DEL ' nEucre rx j. 1� coxs orrznr ox or orr�m ur Ln ireeo. C STA 61+10 ro MATCH EXIST DOUBLE M 3 5 R2 f B YELL4RR-13187 N P­ I excxoss xc mox �1 I>pq ; A1 O �.. STA 5776265.5'LL STA I1 STA 11+50 DO NOT gO ip R3-8 R3-B I F END 11 LANE` STOPecrxc /r n°STA 59+43]3,ERL • ONLY STq 12+p9 j W / BEGIN .AWE TAPERL BE OILEGIN ETAPER 1 ' ONLY ON R8$ W10-i � / BEGIN I2'LANE ' j TRACKS auommrac Lr® I l +� 1 `•'\� - _ - —1 ) 1 Z GENERff AL NODS K H ! TflAN XDRN SW109P7 ,�I Q Da„n�e rvaLL reew.cesnorexwr a,uore eErrere a I Tes orrrcxwl xEo evs 1 M _. 12+o° �s I _13+p° 14+°° cu oc ox sowwo UU Z I�f UPRR -.._ _ _ / o I�u�x� TO E. ()I .___ ._. _ - ___ ............ .._:_ _ _. fi +- i \ V j ,. J rEJ- G x�I �n�N�N y CALL B00--3 6- 193 DIG OREMAIN ~• E PC STA SZ+90.96 y 14 \ 7.91' RT + STA 10+65 R R DO NOT O �i W10-1 16 1e RWHT IANE 1B RIGHT LANE PRC STAW,15.21 O-l`�ICLn STOP STA 12+8 STA 11+50 TO I R38 STA is+oi MUST sTA9 79 MUST RB-B OHL R3-]R 0.50' RT - 1 TRACKS R3-]R isTn11+10 r 6 15 NO j TURN RIGHT TURN RIGHT - STAINTU N JND ; STA1p+95 i BEGIN TURN BAY ONLY W1p5P 1RAIN XORN i j � aoU j TRI i 12xesn xsusa, Tx xa m e�o°wrE'TYEroo nox STA 58+88 N ovi_TlKii�� R3-8 1 I P re I 1 gore ONLY _ i 0 40 80 120 �w KELLER HICKS ROAD SGNPLANLEGEND (1)SIGN NUMBER f PROPOSEDSIGN F EXISTNGSIGN NOTES: i. IF SIGN IS LOCATED OUTSIDEOF SIDEWALK, SIGN SHALL BE LOCATED HORIZONTALLY A MINIMUM OF 11' BACK OF CURB, 2, IF SIGN IS LOCATED BETWEEN SIDEWALK AND CURB, SIGN SHALL BE LOCATED HORIZONTALLY 3' FROM BACK OF CURB. GRAPHIC SCALE IN FEET _ �w r = 4c• PA VEMENTMARKINGS LEGEND 812�20Cuv.' �krc O CONTRAST CROSSWALK -PER CFW DE42 f •�TfAj �24"STOP BAR (W)-PER CFW 0643 C 6- SOLID LANE LINE(Y) PER CFW D642 yy++ n - D ISKIP LINE 1)-PER CFW D642 $Bppu�J„.'A�ILLA.� T D.�63o90 a' � E 6" DOUBLE SOILD LINE (Y) - PER CFW D642 I 11 "7'N55ry F I V' SOILD HATCH LINE(Y) -PER CFW D642 G 6"SOLIDEDGELINE(W)-PERCFWD642 U 8" SOLID IANE LINE(W) - PER CFW D642 lO TYPE II-A-A4" RAISED PAVEMENT MARKER(W) -PER CFW D642 O TYPE II-A-A4- RAISED PAVEMENT MARKER (Y)-PER CFW 0642 I5 LANE LEGEND ARROW (W)-PER CFW D645 © LANE LEGEND WORD M) - PER CFW DM4 MO RAILROAD CROSSING MARKINGS PER CM D-6a6 Dar[ APP By ISIONS 1 REVp1a Fj ROJECTNO K-3p ]8 CPN NO t0 `B:CQJ MTE iA TER PROD. No TER BASE MAP Nu.20] 0 y SEWER BASE MAP No 20 4W 12{.1823JN0 O CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS DEPT. ARTERIAL ROADWAY IMPROVEMENTS Y N KELLER HICKS ROAD z W (FROM LAUREN WAY TO US 377) > KELLER HICKS ROAD a PAVEMENT MARKINGS O DBIGN"PLAN S1T S11 �A1 TBPE Rs9 AF351 j I__I'�■ 2827 WEST 7TH $T, SUITE 400 FORT WORTH, TEXAS 76107 Q K M•UTAT�6X (817)8775571 Ell a K F3078 86 WARNING TO CONTRACTOR 0 xnL VErerEVTxEEucr � coxrLicrs wrx rxc>xoaosco rncrurrts u coxrreacrare—LrvoriEVTxE ErvcrrvEEre rmmEowrErvwnEry corvrucrwrTn ' Exrsnrvo UT"T S"E orscoVEaEo ow . _ rn[ Foww11-1 rvUme[as All vxovioEo voa corvvExrexcE. coxsmNznnory or — --- mnveE REou—. zo SPEED i r. rrE„�oPE,aerroxs Armos exExcr s I STA 8+00 LIMIT orvcorec,sa Er.Ecrxc a rxx ExExcv R<, 30 —I Sre�,f�EPxoxE - s ALoTxExFAc,rEs as IIn �aErvNaEAL NOTmiEr E..R. sTx°crxreEs, corvTPAcrox J FI� e� Pu,csmsxr xrxs E'vE. STA 5+84 i To Ewuore eEnEre -- --- --- ---- -- -- -- - - -- _ r - E=°E,�m1111 °° ! —� orvarvM�° _.--�_—_ ` 1_ - - STA 7*30� - J UPRR BEFORE YO ....�.���m KATY ROAD �. I � � 1 1 .F.�..�...�..•........._� _ .�� � ....•.���.�.e�� .� � CALL BEFORE YOU DIG 1-800-336-9193 STA.10 g a3 R3-8 ONLY ----------- - ----—- 0 40 ao 120 _I ida KATYROAD GRAPHI(CSCAL)E IN FEET w NOTE. S/GNPLANLEGEND �kw SEE SHEET 86 y rc FOR KATY ROAD 2O SIGN NUMBER a 2512r22 PAVEMENTMARKINGS Q—' per.••F w— + ,�� f PROPOSED SIGN 6 EXISTNG SIGN I,Y I,I U = STAO10+1fi STA t+28 ry D-4!C N90 Q; i NOTES: 4 v ONLY / D LY 1. IF NISSHALL LOCATED 7EDOUTSIDEHORIZONTALLY F �J SIG OF11'BAKOFLOCATED HORIZONTALLVAMINIMUM OF 11'6ACK OF CUfte. y w IFSI �. K E CURS, SIGN BEL WEENLATE HORISLKAND CURB, SIGN SHALL BE LOCATED HORIZONTALLY N I \ 3' FROM BACK OF CURB 15 Q• J Ogg 10 I_ 11 H�zl ZI __ _ _ ° -I L,_._—, e - _ 1 f _ 12F — ._._ +09 __ ._.__._.14.* _._ PA VEMENTMARK/NGS LEGEND IMTEROJEcr No Ka9Ta oaevrsrorvs cPN No 1om4 B U `� KATY ROAD° A CONTRAST CROSSWALK -PER CFW 1642 TER PROD. NO X-2TI24 Es J To J� NI - --_— _,f'h] ' O� PER CFW Dfi43 TER BABE MAP No. 29T2-468 cn A =I•••.••. 4"STOP BAR V!A UI H f««...+.".... ®�. \ _ \ «.1.� J r_ �G.."............ev_e�s....._�.__�_......._�_. I C 8"SOLID UNELINE IY)-PER CFW D842 MAPsco No Y {\'(CITY OF FORT WORTH, TE)CAS � '1\'''(,•l,' ((? SEWER BASE MAP No 2111 22M823J U Q . K ° 'I, y .... ^K L E j j s" SKIP LINE (v1-PER CFW Ds4z I TRANSPORTATION AND PUBLIC WORKS DEPT. E 8^ DOUBLE SOLD LINE (Y) - PER CFW DU2I 5 .Na III �• : �/F) 18" SOILD HATCH LINE(YI-PER CFW D642 Y T 27 SPEED ! ! (G)BESOLIDEDGE LINE (W)-PER CFWD642I ARTERIAL ROADWAY IMPROVEMENTS STA 11+°B LIMIT B'SOLIO LANE LINE (VJ)-PER CFN 0642 W 'r Rz-t KELLER HICKS ROAD j 3 0 O TYPE II -A -A 4" RAISED PAVEMENT MARKER (W) - PER CFW Ofi42 1 _ (FROM LAUREN WAY TO US 377) w JLY IIIII(�,/_`/��AF1�`/`/■711�1 dd o OTYPE III C RAISED PAVEMENT MARKER (Y)-PER CFW D642 j RAILROAD CROSSING MARKINGS -PER CFW D846 0 LANE LEGEND ARROW(W) PER CFW D646 ©LANE LEGEND WORD (W) - PER CFW 0640 R KATY RAD PAVEMENT MAR NGS&SIGNAGE PLAN I I M TBPE 25 26-_----- LJ ZFORTJWORTH. TEXAS 7610070 O STAB+95 MOUNTTO R9-3 SIGNAL POLE McUTAT�6�X (677)8775577 R9-S aGo;o KF3078 870 REQUEST FOR INFORMATION REPORT (RFI) Keller Hicks - Lauren Way to US 377 7 7.2 PRIME CONTRACTOR 60585 McMahon Contracting, LP Andrew Marquez Project Manager McMahon Contracting 817-908-2704 1 1 /12/24 SECTION(S) REFERENCED 18" HDPE Storm Drain NO CHANGE NO CHANGE INCREASE IN COST $ 4,930.20 INCREASE IN TIME # of Days = DECREASE IN COST DECREASE IN TIME # of Days = How would you like to handle the drainage and the grading at the end of Retaining Wall C on the Keller Portion of the project. We recommend to place an inlet or provide riprap to protect the runoff. Mitch Aiton Sr Professional Engineer 1 682-715-9424 1 11/12/24 11/26/24 The engineer and City of Keller would like to install another 3x3 Inlet with 18" HDPE connecting into the existing 18" Storm Drain on North side of road. Also recommending to extend the wall. Please proceed a price for 18" HDPE. The proposed price for the 18" HDPE Storm Drain is $109.56 / LF. The proposed price for 18" RCP Storm Drain on this project is $109.56 / LF. Staff deems the proposed prices reasonable. No Schedule Impact Mitch Aiton, Sr Professional Engineer I f 1 12/03/24 CONNECT 18" CMP OR HDPd O PROP. 18" SO LINE �.A. TOP 715 15 �_ E PROP. RETAINING WALL N TO EX. GRATE INLET X 6" KELLER SS �— FL-7-i232 SCALE: 1" = 30' TCE 'IBTCMP 1all CMP New 18" HDPE I KELLER-TICKS ROAC1 13+00 I Storm Drain 0 PROP. B"WL"C" _ _ � ,� EDGE OF PAVEMENT VEMENT PROP. SD L,(KdE "A" ,� ,6 KELLER HICKS RD. I .r__ ------- ____----1-------- �. DRIVEWAY rF r' TCE ROW 1 I PROP, RETAINING WALL"C" STA 0+44.27 SD LINE "A-1" M= TW=71� 2 EDGE OF EX PARKING J PAV STA 13+43,18, 21.56' RT LOT PAVEMENT CONST 3'XT GRATE INLET _ TW=716-7 i OLD CASTLE 3636-CB-DIC OR EQUAL y TOP = 714.54 w FL=712.54-'o 730 730 n _� — Z�z ZF� maw ¢n 720 �eLL ti�hLL 720 PROP. KELLER HICKS ROAD PAVING �_- �� PROP- RETAINING — _______ //' r,__�- WALL C" _ EX. GRADE J ____ �Jj 45 LF 18" RCP @ 0.50 Li- 710 710 — PROP. 8" WL TOP = 707.3 0+00 1+00 PAN PROPOSED NRUATM 2821 WEST 7TH ST. STORM DRAIN LINE "A-111 SUITE 400 FORT WORTH,8775571 76107 ARTERIAL ROADWAY IMPROVEMENTS 1 T8P7 877-5571 Reg #F351 730 730 �Y o� w N� 720 720 \ ` FINISH GRADE AT WALL FACE ON STREET SIDE _ /TW=716.70 �PGL - _- KELLER HICKS _ TW=713.16 ___--- �NG AT WALL FACE 710 05 Wall Extension 710 700 1 1 700 1+00 2+00 3+00 A: PROPOSED MUUMm SU 2821 WEST 7TH ST. RETAINING WALL"C" EXTENSION SUITE 400 FORT TE XAS 76107 ARTERIAL ROADWAY IMPROVEMENTS 1 T8P 7 8EXA1 Reg#F351 FORT WORTHA) Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: Keller Hicks CA #8 M&C: N/A CPN: 100146 CSO: 60585 Date: 2/20/2025 To: Name 1. Jessica Rodriguez 2. Mitch Aiton 3. Andrew Marquez 4. Curtis Hollingsworth - Inspector 5. Raul Lopez 6. Lissette Acevedo 7. Patricia Wadsack 8. Lauren Prieur 9. Doug Black 10. Jesica McEachern 11. Jannette Goodall 12. TPW Contracts Department Initials TPW - Review MMUM TPW - Signature M4 MA McMahon - Signature ,M TPW - Signature ;=Ho, lingswo h TPW - Signature TPW - Signature o�v TPW - Signature TPW - Signature Legal - Signature Do g�BI-1, CMO - Signature MCE-h— CSO - Signature ,GJ-a DOC#: N/A Date Out Feb 21, 2025 Feb 21, 2025 Feb 21, 2025 Feb 21, 2025 Feb 21, 2025 Feb 24, 2025 Mar 4, 2025 Mar 4, 2025 Mar 5, 2025 Mar 10, 2025 M a r 10, 2025 CC: Program Manager, Sr. CPO, TPW BSPAP Recon Team, TPW Records Room, TPW Contracts DOCUMENTS FOR CITY MANAGER'S SIGNATURE: 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 ®No RUSH: ❑YES ®No SAME DAY: ❑YES ®No NEXT DAY: [::]YES ®No ROUTING TO CSO: ®YES ❑No Action Reauired: ❑ Attach Signature, Initial and Notary Tabs ❑ As Requested ® For Your Information ® Signature/Routing and or Recording ® Comment ❑ File Return To: Please notify TPWContracts(i�fortworthtexas.gov for pickup when complete. Call ext. 7233 or ext. 8363 with questions. Thank you! CSC No. 60585-AR8 FoR_ T�WOR�THa City of Fort Worth Construction Allowance Request Project Namel Keller Hicks -Lauren Way to US 377 City Sec # l 60585 Client Project #(s)l 100146 Projecd Keller Hicks - Lauen Way to US 377 - Roadway, Drainage, Illumination and Traffic Improvements Description) Contractorl McMahon Contracting, LP CA #1 8 l Datel 21l8/2025 City Project Mgr.l Mitch Aiton City Inspectorl Curtis Hollingsworth UNIT or DEPT Original Contract Amount Extras to Date Credits to Date Current Contract Amount jAmountpl Proposed Allocation Original Allowance Available to Allocation Allowance Funds Previously Allocated Revised Allowance Balance Unit I - CFW $5.685582.88 Unit II - Keller $1.041,186.09 Unit III - Signal $477.855.28 Totals $7,204,624.25 5,685,582.88 1,041,186.09 477.855.28 T, 04624.25 $19,644.51 $36070.10 $0.00 $0.00 $55,714.61 $200 QQ00.00 $83,370.26 $170,250.00 $6,717.42 $370.250.00 $90:087.68 $96.985.23 $127.462.48 $0.00 $0.00 1 $224,447.71 JUSTIFICATION (REASONS) FOR CONSTRUCTION ALLOWANCE IN ACCORDANCE WITH THIS CONSTRUCTION ALLOWANCE REQUEST, THE CONTRACT SHALL: As part of the railroad crossing reconstruction being done by Union Pacific Railroad (UPRR) within the project limits, UP had its contractor replace the railroad concrete panels between the rails. The railroad contractor damaged the recently constructed curb on the portion of the project within City of Keller limits. The roadway pavement was not damaged. McMahon proposes to remove the damaged concrete curb for $60.58/LF and replace with concrete curb and gutter for $88.47/LF. Prices are within the range of TxDOT's current average unit price database, with a max price of $70/LF for curb removal and $1001F for similar TxDOT Type II curb. City of Keller deems the prices reasonable and agrees to fund the cost. UPRR has agreed to ultimately compensate Keller for the damage. Drop Inlet on the Northwest corner of Keller Hicks and Katy Road with steep drop from the adjacent sidewalk requires a pedestrian rail for safety. McMahon has proposed a price of $131.30/LF, while TxDOT has an average price of $143.65/LF. Staff deems the price reasonable. Concrete Curb and Gutter are being added to improve drainage condition created by adjacent development grades along the west edge of Katy Road. McMahon has proposed the same price as the Curb and Gutter discussed above, which staff deems the price reasonable. 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. McMahon Contracting, LP I Andrew Marquez Feb 21, 2025 Ins ectorllnsaection Supervisor Date Project and Contract Compliance Manager Date ii Feb 21, 2025 Mdd,,IZ A,�'— Feb 21, 2025 Program Manager Date Senior Capital Project Officer Date e Q Feb 21, 2025 .— Feb 24, 2025 Assistant Director (Dept) Date Director, Contracting Department (Dept) Date G 61�a Mar4,2025 Mar4,2025 Assistant City Attorney Date Assistant City Manager Date Mar5,2025 I ,.. Mar 10, 2025 ATTEST: o�eon>°c° f....„o *a J't, gyp&' ,, o-i0 Jannette Goodall, City Secretary o e<ti adp°' oE000a4`4ti Construction Allowance SUMMARY OFFICIAL RECORD Page 1 of 4 CITYSECRETARY FT. WORTH, TX FoRTWORTH. City of Fort Worth Construction Allowance Additions Project Name I Keller Hicks - Lauren Wav to US 377 pity Sec # 1 60555 I Client Project # 1 100146 1 Contractorl McMahon Contracting, LP PMJ Mitch Aiton Inspector) Curtis Hollingsworth Construction Allowance Submittal # ate I 2/16/Mb ADDITIONS ITEM DESCRIPTION DEPT Qty Unit Unit Cost Total II-138D 0241.0900 Remove Conc Curb and Gutter (RR Damage Repair) - COK Unit II - Keller 242.0000 LF $60.58 $14,660.36 II-138E 3216.0101 6" Conc Curb and Gutter (RR Damage Repair) - COK Unit II - Keller 242.0000 LF $88.47 $21,409.74 1-85E 9999.0000 Pedestrian Handrail - CFW Unit I - CFW 60.00000000 LF $131.30 $7,878.00 1-85F 3216.0101 6" Conc Curb and Gutter (Katy Road) - CFW Unit I - CFW 133.00000000 LF $88.47 $11,766.51 Unit I - CFW $19,644.51 Unit 11- Keller $36,070.10 Unit III - Signal $0.00 $0.00 Total Additions $55,714.61 Construction Allowance Additions Page 2 of 4 FORT WORTH., City of Fort Worth Construction Allowance Value Project Name I Keller Hicks - Lauren Way to US 377 I City Sec # I bubbb Client Project # 1 100146 1 Contractor McMahon Contracting, LP I PMJ Mitch Aiton I Inspector) Curtis Hollingsworth Construction Allowance Submittal # ® Date I 1/18/201b I CONSTRUCTION ALLOWANCE VALUE BEING USED ITEM DESCRIPTION Qty Unit Unit Cost Total Unit 1 Item 85 9999.0000 Construction Allowance 0.278573 EA $200,000.00 $55,714.61 Construction Allowance Value 3of4 M/SBE for this Construction Allowance Request M/SBE Sub I Type of Service I Amount for this CAR Total I $0.00 1 Previous Construction Allowance Requests CAR # DATE AMOUNT CA #1 2/20/2024 $1,252.90 CA #2 3/25/2024 CA #3 5/9/2024 CA #4 6/26/2024 CA #5 7/9/2024 CA #6 10/11/2024 CA #7 12/4/2024 $11,747.71 $49,514.43 $13,429.22 $3,327.00 $10,816.42 $25,963.20 Total I $116,050.88 I Construction Allowance MSBE Data Page 4 of 4 REQUEST FOR INFORMATION REPORT (RFI) 8 8.1 CONTRACT• NO. PRIME CONTRACTOR Keller Hicks - Lauren Way to US 377 60585 McMahon Contracting, LP Andrew Marquez Project Manager McMahon Contracting 817-908-2704 01 /13/25 18" HDPE Storm Drain POTENTIAL•POTENTIAL NO CHANGE NO CHANGE INCREASE IN COST $ 36,070.10 N INCREASE IN TIME # of Days = DECREASE IN COST ^ DECREASE IN TIME # of Days = The contractor for Union Pacific Railroad damaged the curb on the City of Keller portion of Keller Hicks when they replaced the panels. We recommend to replace the curb and gutter only, the pavement is not damaged. Mitch Aiton I Sr Professional Engineer 1 682-715-9424 1 01 /13/25 1 02/1 1 /25 Please replace the curb and gutter that was damaged. City of Keller has agreed to the prices and Union Pacific has agreed to compensate City of Keller for the damage. McMahon has proposed $60.58/LF to remove the concrete curb and gutter, while TxDOT had a max price of $70/LF for curb removal. McMahon proposed $88.47/LF for pouring new concrete curb and gutter, while TxDOT had a max price of No Schedule Impact $100/LF for similar TxDOT Type II curb. Staff deems the proposed prices reasonable. l� ' I �. SAM�EL NEE�HHM SURVEY TD. I '� N KeLEry ko �� Rl1RROA COMPA Y 330 SLMAI TXT NY SEE SHEETS '•' S- j �2O FACE OF CURB FOR CONSTRUCTION F KATV ROAD 0 0 = - Yw .y (�` CURVE DATA 1 i O CV-1 11+7p.911172'LT � E�D CONC PVMTSCURB \ Q j •+RG D=15^17'20" R=100.00' INSTALLTHICKENED EDGE HEADER KELLER CROSSING ADDITION ' Yjl 1 > I T-1342 BEGIN HMAC11.7' ION \ -�� ,'� ••�iXIST ROW LT PI STA 11+30 9696 11 72 LT �(iG, / _ --� «r1KKN�i C 4 Y 2450 LT E A 11-7010.... O / PC TA 10 ]0 80"24 50 LT 11 / PRC STA tD 97 2119 I G G 1 I � ry J. OHE 1 1 CV-{ PGL III��N'' 61 +�� I O w 1 1 i' WI 8" HIGH MEDIA v�PGL N --� - { J1+00 PG L INSTALL 25 (31).19 DHE F , oHE UFO `u^API EXIST ROW TCE)_)`r 7q7 - I 510+BB 991318 RT JNTSTALL Gf �31JUAT-1 L] TAP 1 + 1 RT METAL BEAM GUARD FENCE BEGIN CONCRETE PAVEMENT DOWNSTREAM ANCHOR T SEE SHEET 78 TERMINAL Concrete Curb PI STA 11+30.1411.72'RT STA in +6338.T7 \ S SA 10*4S1G1 fi5 FEE PRESERVESPRdKELFE. NICKS KATV Damage to be (TALLT(121-18 OTECT EX ST RAIL GATE N 7D26718.08 SINGLE GUARDRAIL TERMINAL E 235D32723 ICL021i' ADDITION replaced by Railroad STA 11+70.AoSE .72'RT TRI C1U11 ELECTRIC co OP 1 END CONS PVMT &CURB 49F00.ELP HICKS RD Contractor NAMUE �rv7EEOI�iArtieuavEv INSTALL THICKENED RTH, TX ION PACIFIC RAILROADCOMPANY EDGE HEADER r.l ��! I I I KELEa TX BEGIN HMAC TRANSITION I KELLER HICKS ROi X •'� x 0 10+00 INSTALL THICKENED EDGE HEADER STORM DRAIN CULVERT A SEE SHEET 50 STA 1111.3'LT UPRR NOTE: Wa nun sou TOxe �urvuw�anec00R a b N—NGITT BEI ENDHNIAC TRANS TION CALL BEFORE YOU DIG ssn3 FxIST+Nca nuo iacnnory aF unuIHE—Txa Concrete Panels K, 1-800-336-919a BEGIN CONC ADDITIon NSTALL ADER V O replaced by Railroad DT'+ ,wva6,FrTMaa>—T EDGE HEI ICKS RD 6aw 21. STA 11+p{ 10 0 361 R � Contractor oDnTE OI HFN - Ix BEGIN MEDIAN I ax mHao Tary vxa corvr c.wlTx Z KAMP SIDEWALK DOWN vaxrexca. HH B TO MATCH PAVEMENT o UVNoroTxa6 uH_mArea6Eou 6Fn T nexooeesnnorvs-`LSTA 13+10 --- ENDCONCRETEPAVEMENTE RVEB PROTEFJ�'PSe4f'IS TESIDEWALK eTxeGATE'HIGH / BEGIN HMACT NSITION26717.67 Au oTx6FxuT as �TaE235065404 _.C1 GENERALNoOTES: 4�NF 1B _A_ se�rna veansox REF-1— THE S STA 13+35 xeu reEvucE sn I. FENCE TO MA_ ore eETTan - MI 1+00 END HMAC TRANSITION oTo A ummas oETEan NEosys / MATCH EXISTGRADr 6nuiioc TroN sUnzrvowu. u PAVEMENT LEGEND UP F 8' REINF. CONCRETE PAVEMENT ON of FG F---__-----r ----- G 8" LIME STABILZED SUBGRADE /''� 2" HMAC SURFACE COURSE (TYPE 0) ON Concrete Curb 6" HMAC BASE COURSE (TYPE R) ON ___ 8" LIME 3TABILZED SUBGRADE Damage to be —_ CROP ROW D 4' REINF CONCRETE PATHWAY/SIDEWALK replaced b Railroad s.12+900.3s'L Concrete Curb P Y END MEDIAN REINF CDNGRE E DRIVEWAY PAVEMENT Contractor RETAINING WALL"C Damage to be SEE SHEET 82 replaced by Railroad PROJECT CONTROL POINTS „1M Contractor RRGW �cLL VAQUERO KE LERPARTNERRSYLEE \, I/ IF REQUIRED FOR ANY NI702675193 NI7RD2MW 23 0EN RK WITHIN VRR RIGHTOFWAY EL235'949051 ELM0799479 EERR�X7 2 RAILROAD FIAGGER REQUIRED FOR ANY 0 20 40 60 WORKw WITHIN UPHRRGHTOFWAY _ 3 PRRRGHTOIOWAOACONTACT wRHIN CPI STEVENTHOMASAT81 )-351)625. NI7026742.9T NI11 mOp GRAPHIC SCALCIR E IN FEET 4. UPRRrO INSTALL ALL NEW RAIL PANELS, L234E9�,83s EL 3a8A1 7 w �0 1"=20' 22"x34" Ix E = .4 E _. utSo 1" = 4D' �11 ^Kv'� 1]") PROFILE SCALES:(22N34-) ara 1' = 20. HORZ. 1'=2'VERT. _ IZSI2022 SHw w yp 9EX g wa 6363 c0 -�q NI 11.RIPHON DATE 2 A vsorvs CPH NO100146 Y 60 R2A48 pjJN0. U 2 RT WORTH, TEXAS � AND PUBLIC WORKS DEPT. Y DWAY IMPROVEMENTS ' H w R HICKS ROAD � 1' EN WAY TO US 377) > D PAVING PLAN & PROFILE a 60 Bd TO STA 13.35 � TBPEReg RF351 3 2821 WEST 7TH ST, SUITE 400 Q FORT WORTH, TEW 76107 0 (817)8775571 g W 76 K'3078 R a x.Tso.s.�sa,4-w caw_K�II^ .TE._aw.oa_c�oTaYlL.axEElaTKx, .,2z FAv xH -111 MEMA"ON CONTRACTING L.P. Keller Hicks Road DETAILED COST BREAKDOWN UPRR Repairs Demo 242 LF of Curb & gutter, & 11.22x 15' paving panel LABOR [DESCRIPTION Foreman Paving Backhoe O erator Excavator Mrator Laborer - Common IAABOR COST - --- - - ILABOR MARKUP 155% LABOR BURDEN TOTAL LABOR COST EQUIPMENT I DESCRIPTION 1330 Track hoe 1Backhoe I Foreman Truck I EQUIPMENT COST 20% EQUIPMENT MARKUP TOTAL EQUIPMENT COST MA TERIA LS DESCRIPTION I I 1MATERIAL COST IMATERIAL MARKUP TOTAL MATERIAL COST SUBCONTRACTORS I DESCRIPTION ITrucking - Haul Off IDemo Saw UUPRR Flagger 1Asphalt (if needed) I ItUBCONTRACTOR COST ISUBCONTRACTOR MARKUP TOTAL SUBCONTRACTOR COST COSTSUMMARY TOTAL LABOR COST TOTAL EQUIPMENT COST TOTAL MATERIAL COST TOTAL SUBCONTRACTOR COST 1 % BOND TOTAL COST $ $ $ Total Cost; $ Unit Cast: $ PCO #13 HR HR EXTENDED QTY UNIT REQUIRED RATE COST 1.00 HR 10.00 $ 48.75 $ 487.50 1.00 HR 10.00 $ 25.00 $ 250.00 1.00 HR 10.00 $ 24.75 $ 247.50 1.00 HR 10.00 $ 20.00 $ 200.001 I $ - I $ 1,185.00 I 1 20% $ 237.00 $ 651.751 $ 2,073.75 HR HR EXTENDED QTY UNIT REQUIRED RATE COST 1.00 HR 10.00 $ 169.20 $ 1,692.00I 1.00 HR 10.00 $ 94A6 $ 949.601 1.00 HR 10.00 $ 44.53 $ 445.30 $ 3,086.90 20% $ 617.381 $ 3,704.28 UNIT EXTENDED QTY UNIT COST COST 1 $ - 20% $ UNIT EXTENDED QTY UNIT COST COST 8.00 LD $ 195.00 $ 1,560.00 1.00 LS $ 1,600.00 $ 1,600.00 12.00 HR $ 135.00 $ 1,620.00 1.00 LS $ 2,500.00 $ 2,500.00 $ - 1 $ 7,280.001 20% $ 1,456.001 $ 8,736.00 2,073.75 3,704.28 8,736.00 145.14 14,659.17 14,659.17 60.58 242 LF 9MAHON CONTRACTING t.P. Keller Hicks Road PCO #13 DETAILED COST BREAKDOWN UPRR Repairs Set up & Pour of Curb & gutter LABOR HR Hr EXTENDED DESCRIPTION QTY UNIT REQUIRED RATE COST Foreman Paving 1.00 HR 20.00 $ 48.75 $ 975.00 Backhoe Operator 1.00 HR 5.00 $ 25.00 $ 125.00 Laborer - Skilled 2.00 HR 20.00 $ 21.50 $ 860.00 (Laborer- Form Setter 2.00 HR 20.00 $ 21.75 $ 870.00 (Concrete Finisher 3.00 HR 20.00 $ 23.75 $ 1,425.00 I $ - ILABOR COST $ 4,265.00 ILABOR MARKUP 20% $ 861.00 I55% LABOR BURDEN $ 2,340.25 TOTAL LABOR COST $ 7,446.26 EQUIPMENT HR HR EXTENDED DESCRIPTION QTY UNIT REQUIRED RATE COST Backhoe 1.00 HR 5.00 $ 94.96 $ 474.80 Foreman Truck 1.00 HR 20.00 $ 44.53 $ 890.60 $ - 1EQUIPMENT COST $ 1,365.40 (EQUIPMENT MARKUP 20% $ 273.08 I TOTAL EQUIPMENT COST $ 1,638.48 MATERIALS UNIT EXTENDED (DESCRIPTION QTY UNIT COST COST IRebar 689.62 LB $ 0.62 $ 427.69 IConcrete class c 18.00 CY 195.00 $ 3,510.00 I Epoxy 2.00 EA 153.67 $ 307.34 I (Curing compound 1.00 EA 100.99 $ 100.99 I 12 x 4's 121.00 EA - - 11.39 $ 1,378.19 IExpansion Board 3.00 EA 49.99 $ 149.97 Form Board 5.00 EA 19.99 $ 99.95 I $ - MATERIAL COST $ 5,974.13 MATERIAL MARKUP 20% $ 1,194.83 TOTAL MATERIAL COST $ 7,168.95 SUBCONTRACTORS UNIT EXTENDED DESCRIPTION QTY UNIT COST COST IUPRR Flagger 12,00 HR $ 135.00 $ 1,620.00 (Saw & Seal 1.00 LS $ 2,500.00 $ 2,500.00 I I $ I $ (SUBCONTRACTOR COST $ 4,120.00 I ISUBCONTRACTOR MARKUP 20% $ 824.00 I TOTAL SUBCONTRACTOR COST $ 4,944.00 COSTSUMMARY TOTAL LABOR COST $ 7,446.25 TOTAL EQUIPMENT COST $ 1,638.48 TOTAL MATERIAL COST $ 7,168.95 TOTAL SUBCONTRACTOR COST $ 4.944.00 1%BOND $ 211.98 TOTAL COST $ 21,409.66 Total Cost: $ 21,409.66 Unit Cost: $ 88.47 242 LF Filters: Adjust filters to refine your analysis of bid item Use Qty Filter: Standard Specification average costs. INO Code I (All) BID ITEM Ell) ITEM DESCRIPTION Bid Item I(All) Actual Let Date Range 104-7011 PEMCV CONC (0-11v=-VdAVS, � Last 3 months Bidder Rank 104-7013 REMOV CONC ISID'-,%-VAS{, RAMP OR SUP) Low Bidder 104-7015 R EM 0 V CONC R IS PuJ P) District [(A 11) County Enter Min Qty Enter Max Qty Data Date: 2112/2025 11-:0S:14 AM 0.0008 9,795,410 Show Chart A UNITOF Min- Bid Item Max- Bid Item Avg- Unit Price Min.. Unit Price Max-UnitPrfce Std-clev-afUrdt Median Unit MEASURE City Qty Price Price SY 40. D 10,4360 $49.34 $13-50 $26S-00 562.69 S29. D9 S Y 25- D 7r239.D �48.65 $12.60 $214.00 $61,11 $25.DO Sv 6.0 6.D $20.00 $20.00 $20.00 S20.DO 104-701,G REM-OV, CONC (CURB) LF 2-0 $O.-.O $70.00 $17-06 $19.80 I(All) 1G4-7017 PEIVIOV CONC (CURB &CUTrER) LF 70. D 25,134. G $2806 $955 $45.00 $1534 $35.DO Project Classification (A 11) 104-7019 PEMOV CONC {CURB OR CURB a GUTTER) LF 25 D 19,S90.0 0.89 $340 $12.15 $4.79 $11-12 Vendors (Select to Exclude) I(All) 104-70113 PEMCIV CONC (GIJTTER) LF 130.0 130.0 $15-DO $15.00 $15.00 $15.DO Project Size I (multiple values) 104-7020 RE-MOV CONC (SAWCUT) LF 1,100.D 1,1DO.D $20.00 $20.00 $20,00 $20.00 104-7024 REMOV CONC (FOUNDATIONS) CY 10. D 20.D $,13800 $1- DO $275.00 $193.75 $133.00 Filters: Use Qty Filter Adjust filters to refine your analysis of bid item INO Standard Specification average costs. Code I (All) BID ITEM BID ITEM DESCRIPTION Bid Item I(All) 529-GO17 CONC CURB (TY F2) Actual Let Date Range Last 3 months 529-6018 CONC CURB (TY F3) Bidder Rank I Low Bidder 529-6027 CONC CURB +TY District [(A 11) 529-7001 CON' , CURB (TY I County I(All) Enter Min Qty Enter Max Qty Data Date: 2/4)12025 11:0S:S2 AM 0.0008 9,795,410 UNITOF Min- Bid Item Max_ Bid Item Avg- Unit Price Min.. Unit Price Max-Unitiprfce Std-clev-ofUrdt Median Unit MEASURE City Qty Price Price LF 55.0 5S.0 $204-.46 $20446 $204.46 $204.46 LF 1,D19.0 $246.54 S246,54 $246.54 $246.54 LF 1G9,0 169-0 $24S-57 $245.S7 $245.S7 $245.57 LF 25-0 30.0 $33.31 S20.62 S46.00 $17.95 S �F 529-7002 CONC CURB r,TY 11) LP 25. D 22,267.0 $44.31 SG.00 $100.m $35.89 $49,.64 Project Classification I(All) 529-70OG CONC CURB (MONC) (TY Q L G1.0 761.0 56.ea SG-e,.- SG. G. Vendors (Select to Exclude) 529-70,07 CONIC CURB (MONO) (TY 11) LF 1,1DG.9 37,774.G $10.83 $6.75 $19.00 $5.62 $6.79 I(All) Project Size 529-7009 CONC CURB & GUTTER (TY 11) LF 1GS.0 2,6850 $3488 $I5.50 $4400 $13.05 $40.00 1 (multiple values) 529-7012 CONC CURB (DOWELED) LF BO. a 3,9380 924-60 $17.00 $32.00 910-61 $24.50 529-7013 CONC CURB (SLOTFED) LF 52.0 3,193. D $42.00 $9. DO $97.00 $47.95 $20.00 REQUEST FOR INFORMATION REPORT (RFI) Keller Hicks - Lauren Way to US 377 awl 60585 8 8.2 PRIME CONTRACTOR McMahon Contracting, LP Andrew Marquez Project Manager McMahon Contracting 817-908-2704 SECTION(S) 6" (W) & (Y) Pavement Markings POTENTIAL COST• NO CHANGE NO CHANGE INCREASE IN COST $ 7,878.00 N INCREASE IN TIME # of Days = DECREASE IN COST ^ DECREASE IN TIME # of Days = 12/02/24 The Northwest corner of Keller Hicks and Katy has an inlet with a steep drop from the sidewalk that can't be maintained with 4:1 grading and will need a pedestrian handrail. Install confirm if the Engineer recommends a pedestrian handrail on back of sidewalk. Mitch Aiton I Sr Professional Engineer 1 682-715-9424 1 12/02/24 1 12/1 1 /24 Please install the pedestrian handrail on the back of the sidewalk. McMahon has proposed a price of 131.30/LF, while TxDOT has an No Schedule Impact average price of $143.65/1-F. Staff deems the price reasonable. l EX.,B"RBP NLWERT j! l j l -_Ij ' I I IiJ,iII � I I1I I II r' fI Id II I Ij II I II II/I1 111I 1Irl' 1 crvxantT[uan smOMuM ¢O,xeArOHuE .s.-TPR,En�e�¢[c�osOoPm9s:ER nRre�nOr[s°¢oERNmnsN o u¢Ean°arvnn nr01u R,8.vseNs¢ Y0E.uNaaCcFE ss A9N�ON nRas b= ,¢01 °iN 113530.91'RT 7019PPDTEx morEvvcrywr 1 1.PROP. DITCH A_ N.'.UTmE 6T6 STA 11.296RT 710DITCH �t11]w]s2x T,B ➢9S,ROITCH .E GENERALNoOTES¢aEP�R.rvE TING ZO I IIIIII I I/ I I �I a°nTNN 6¢NNrv¢ 9RLm�° E� rvE96r6 1 7098 PROP'TDH R PROJECT CONTROL a0— 0 HT I IIIIII II/ I I IIIIII _ 111 — C' ° 1 194 LF DITCH AT 0.50% CR \\ 1 III i I UPRR NOTE. e2Tas°�9a19i e2i e75'079' y- I.°.I \ I I I 0�1SOM36-193 L BEFORE YOU DIG cP»a]t44a cPps]°o 9a 99]SFROPD"TCN RT j \IIIIII I I I I I CIRO CI 1 nl (III I I� E'.s�ae'uEEL234P72.4 B0 P�RO—pRT 7PDROH >,I Install Ped Rail \ III I I I ,. 5 I; IIIIII II I I TILL I TB-r101fi — — _ \ T 1 -.4. PROPCRCH RT \ \ 1 (IIIIII I I I i� 0 20 40 60 B99 LT — I �Rr�lf P-22.0a, 9 RT III — — jj� ,CH oRT / .�C? io9 ]o925 TOP OF PVMi r GRAPHIC SCALE IN FEET z p 1 I 1 20 (t22"z34" q I 1 -40 (11 z TI ERM160a°� A as F 1>]�. ° 11 �1111111 1 — --- ` \ BAR ITCH 1 H r - s ,oars E cLTnROAT LT II III lvnrzoza A ���5n —13 �_/ JII oluAlg s5q! Hs KEtt ER P+VCi(S.'Roi14 — 60+0 p3 61 #00 N89M2'15"E —H --R— --------+— _ e ^ o \ --11- _ -� N89^5619 I sat•OS°E --�_ -_I __ t.-� ' _— _ _ _ _ r [il nooeoorcn ro Ensr 51�F IVf�/2ono i U6 °ATe APP er I j TP=]19. 4 - - �; $ °'� _ TPW PROJECT N0. K3073 CPN NO 100148 BO PROJ No X ]T)24 d. , T --- e -/� ATERBABEMAPN 29T2I _�_ a O. Y ]\\ --_ 0 SrtNERBASE MAP N¢20]2-060 R2A482�JN 2 zo5 1 e �0 p 1 I I CITY OF FORT WORTH, TEXAS Bf --�-- _ + -1 _ — — — _ - TRANSPORTATION AND PUBLICWORKS DEPT. \ '� - - _ _ P _ —� _ — — — — — — — ��` — — \s� �• 9,a 92 RT \(I ARTERIAL ROADWAY IMPROVEMENTS \� Pic Bsa zz Ea T j IIIIII �' I II II KELLER HICKS ROAD y \ Pr sTA,o.a]9 g °.i 1 g/ I \� = ETkvJdBri�If�XU�s Rono. \ o- II = \ 11111111 I� II ^'" IIIIII �J{ (FROM LAUREN WAY TO US 377) _27-TRlcouuTv vnuLrs o f ',' 1 ! I I I I I I I I / 11 j 1 1 KELLER HICKS ROAD AT KATY ROAD a 1 ` j ! I III1111 I ! III III III . o I \\ r wn■Rsecno—DING PUN Eil3fi,F-F 22ETE 400NSa3 FORT WORTH, TEXAS 76107 0 I II (HIM, II !('Ill II 1 MV L.Am'mH (BI�)BcR5677 eHenrv¢. I I I 1111 9 I p,p K-3078 70 1.A2015V521400 CtW_aeI4.HICMz_CFWN06_Ct ICNiL.SNEETSI.1- 316 NH INTER OP 011,, AAKMAHON CONTRACTINS L.P. Keller Hicks Road PCO # 15 DETAILED COST BREAKDOWN Pedestrian Rail LABOR HR Hr EXTENDED DESCRIPTION QTY UNIT REQUIRED RATE COST 1$_ LABOR COST $ LABOR MARKUP 20% $ - 1 1559/6LABOR BURDEN $ - TOTAL LABOR COST $ - EQUIPMENT HR HR EXTENDED ,DESCRIPTION QTY UNIT REQUIRED RATE COST $ 1EQUIPMENT COST $ - IEQUIPMENT MARKUP 20% $ - TOTAL EQUIPMENT COST $ - MATERIALS UNIT EXTENDED DESCRIPTION QTY UNIT COST COST $ - MATERIAL COST $ - �MATERIAL MARKUP 20% $ - TOTAL MATERIAL COST $ - SUBCONTRACTORS _ I UNIT EXTENDED DESCRIPTION QTY UNIT COST COST 11- 518" Hand Rail 60.001 LF $ 108.33 $ 6,500.00 $ - �SUBCONTRACTOR COST $ 6,500.00 SUBCONTRACTOR MARKUP 20% $ 1,300.00 TOTAL SUBCONTRACTOR COST $ 7,800.00 COST SUMMARY TOTAL LABOR COST $ - TOTAL EQUIPMENT COST $ - TOTAL MATERIAL COST $ - TOTAL SUBCONTRACTOR COST $ 7,800.00 1% BOND $ 78.00 TOTAL COST $ 7,878.00 Total Cast: $ 7,878.00 Unit Cost: $ 131.30 60 LF Filters: Adjust filters to refine your analysis of bid item Use Qty Filter: I No Standard Specification average costs. Code I(All) BID ITEM BID ITEM DESCRIPTION Bid Item I(All) 450-7033 Q.A L±TY O2 i HP2j Actual Let Date Range I Last months 450-7035 PAIL(TY C 3)(H'PC,'I Bidder Rank 450-7036 RAIL (TY C402) ILow Bidder District 450-7037 RAIL (TY C402)(HPC) [(AII) 450-7044 RAIL (TYPR11) County I(All) Project Classification 450-7058 RAIL(HANDRAIL)(TY A) I(All) Vendors 450-7051 RAIL (HANi7RAIL)(TY8) (Select to Exclude) I(AIl) 450-7062 RAIL(HA N --'_j(Tr' Project Size I (Multiple values) Enter Min Qty Enter Max Qty Data Date: 2j4)1202511=05:52 AM 0.0008 9,795,410 UNITOF Min_ Bud Item Max_ Bid Item Avg_ Unit Price Min.. Unit Price Max_ Unit Price Std. dev of Urdt Median Unit MEASURE City City Price Price LF 641.0 641.0 $180.82 $180.82 $180.82 $180.82 LF 643.2 643.2 $215.00 5215.00 $215.00 $215.00 LF 4,981.0 4,981.0 $146.00 $146.00 $146.00 $146.00 LF 2,048.6 2.048.6 $165.00 5165.00 9165.00 $165.O0 LF 157.2 1,131.0 $115.38 $89.43 $161.70 $40.21 $9S.D0 LF 25.D 94.0 $237,50 $200.00 $275.00 $53.03 $237.50 LF 16.0 160.0 $271.50 $143.00 $40Q.00 $181.73 $271.50 LF 838.0 638.0 $144.00 $144 00 $144.00 $144.00 450706.3 4 5 I a 545.75 �143.65 450-7066 RAiL(TY SS-- ': 482.8 -.2 $245.51 $241.03 $250.00 $6.34 $245.51 REQUEST FOR INFORMATION REPORT (RFI) CEMTRACT TITLE Keller Hicks - Lauren Way to US 377 ITRAGT PRIME 8 8.3 CONTRACTOR McMahon Contracting, LP Andrew Marquez Project Manager McMahon Contracting 817-908-2704 12/02/24 SECTION(S) 18" HDPE Storm Drain POTENTIAL COST• NO CHANGE NO CHANGE INCREASE IN COST $ 11,766.51 N INCREASE IN TIME # of Days = DECREASE IN COST ^ DECREASE IN TIME # of Days = The grading for a ditch doesn't work with the grade difference between the road and sidewalk. We recommend add riprap for steep grades for the whole section or add concrete curb and gutter. Mitch Aiton I Sr Professional Engineer 1 682-715-9424 1 12/02/24 1 02/18/25 Please add the Concrete Curb and Gutter. McMahon proposed $88.47/LF for pouring new concrete curb and gutter, while TxDOT had a max price of $100/1-F for similar No Schedule Impact TxDOT Type 11 curb. Staff deems the proposed prices reasonable. I I IEXIST ROW KATY ROAD L CURB .P PVM f l:Ullb 8 tiUTTEK C. CURB SGUTTERC KELLER CROSSIUG AooRIOu pT TA 1: TRANSITION PVMT 66 r1B 4 r 02350318il IUURBS GUTTER E20IEPI 6853]43'LT� 30 15, / �OCK RIPRAP / E29: I— rK PI � 18'RCP PI STA 11+30.741-0' LT END CONC PVMT CURB 5 GUTTER BEGIN HMAC TRANSITION PVMT (r_ _--�-----� `FULLDEPTH SAWCUT� \—EO IN B"SS MP ...�..�.._..�..Y—.� EXIST ROW r�_... CITY LIMIT LINE LTNEOE A ASAIMTUE NEEDIIAOM �v M SERVE EA— L LTV. LTD NSWE RC R. ER,ry—S KE R, TEXAS KATY ROAD 14+00 KATY ROAD ALL PAVEMENTLEGEND 2' HN1AC SURFACE COURSE TYPE D) ON 6'HNIAC BASECOURSEITYP B)ON B' LINE STABILZED SUB DE 6' REINF. CONCRETE PAVEMENT ON 6• LIME STABILZED SUBGRADE 4' REINF. CONCRETE PATHWAY/SIDEWALK 6' REINF. CONCRETE DRIVEWAY PAVEMENT a� �Ro.Y EoF r W1 T.R „al K `� \ WARNINGTOCONTRACTOR rs o sR mNso ]asv vxs —1 11Tx Z GENERAL NOTES: sxlsnxcaloswnu PROJECT CONTROL POINTS c . C PR IR E 2350S94951 E23429]50 ]e EL=714.94 EL=T00.94 CIRQ RO 6 117 ,R is EL 3698485 EL SAMUE- 171 TRACT 1— .E./ �y _ T _NEEOHAM SURVEY awsnxcsuscRno - — — cCrvsmucnory CIARA M�PON PEST wfl4Rs CT(J E o IT KELLER. TEXAS s is s r oae ansscouass CONCRETE CURB & GUTTER DETAIL LASPHALT PAVEMENT TRAN; ]TON 2 I 'C� 22 EXIST] 46 PROFILE AT CEIITERLINE Oro fw�EX v�maN�? 715 w! OI I?� PGL -- ---- ---.— P., — _ — - — _ a _ 8 710 a_____ C ____________ -- " x a (j• I�I _ - " NG AT LEFT CJJ _ I _705 i Added Curb and Gutter =ry y 1f•0p f2100 13+00 O LL 0 20 40 60 p Paz GRAPHIC SCALE IN FEET ,�w PROFILE SCALES:(11'z17") PROFILE SCALES:(22NW) 1'=40, HCRZ. 1'=20'HORZ. 1"=4, VERT, 1'=2'VERT. ?F¢ Hi rN 1PJ1112024 4os re.°yshtll r¢ 3m raoiiu-; �qvn�ui-�. iii•<b�lCENSw•o� zADD —CRETE .R I vOnTe nP1.P9Y °RE-1— OTB CPN N6' 10014� 1, WATERPROD No XW07 d. VIAYTER &1JEST 5 MNPPNa o— 1 y SEW ER BASE MAP N¢. 207=S MIS 21"O Q CITY OF FORT WORTH, TEXAS s � TRANSPORTATION AND PUBLIC WORKS DEFT. ARTERIAL ROADWAY IMPROVEMENTS Y KELLER HICKS ROAD z (FROM LAUREN WAY TO US 3771 w KATY ROAD PAVING PLAN &PROFILE a STA 10+T5 TO STA 13I—S I��\ Q 3 EST 711 TS51 UI 2B21 WEST 7TH ST, SUITE 400 IL Jjli'/ FORT WORTH, TEXAS 76107 I__I'�■ K MyEgm �H (817)BT75571 a K-3078 79¢ wv2015V5214.00 0EW_xepe.Haxs_6W\Os_CO➢:CrvnSHEEiS\NHI- 325 — 141 03 RE-11 FORTWORTH. Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: Keller Hicks CA #9 M&C: N/A CPN: 100146 CSO: 60585 Date: 5/9/2025 To: Name 1. Jessica Rodriguez 2. Mitch Aiton 3. Andrew Marquez 4. Curtis Hollingsworth - Inspector 5. Raul Lopez 6. Lissette Acevedo 7. Patricia Wadsack 8. Lauren Prieur 9. Doug Black 10. Jesica McEachern 11. Jannette Goodall 12. TPW Contracts Department Initials TPW - Review MM kkll TPW - Signature MA 114A— McMahon - Signature ,M AM TPW - Signature sHo,}�" lingswo h TPW - Signature Atndd.Apl, TPW — Signature TPW — Signature PLW TPW — Signature xp1e, Legal — Signature DougBlack CMO — Signature CA CSO - Signature 1 11 �-d,ll DOC#: N/A Date Out 05/13/25 05/12/25 05/13/25 05/13/25 05/14/25 05/14/25 05/18/25 05/19/25 05/20/25 05/30/25 05/30/25 CC: Program Manager, Sr. CPO, TPW BSPAP Recon Team, TPW Records Room, TPW Contracts DOCUMENTS FOR CITY MANAGER'S SIGNATURE: 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, Jay will review and take the next steps. NEEDS TO BE NOTARIZED: ❑YES ®No RUSH: ❑YES ❑No SAME DAY: []YES ®No NEXT DAY: ❑YES ®No ROUTING TO CSO: ®YES ❑No Action Required: ❑ Attach Signature, Initial and Notary Tabs ❑ As Requested ® For Your Information ® Signature/Routing and or Recording ® Comment ❑ File Return To: Please notify TPWContractsnu,fortworthtexas.2ov for pickup when complete. Call ext. 7233 or ext. 8363 with questions. Thank you! CSC No. 60585-AR9 SORT WORTH City of Fort Worth Construction Allowance Request Project Name Keller Hicks -Lauren Way to US 377 Client Project#(s)l 100146 Projec Keller Hicks - Lauren Way to US 377 - Roadway, Drainage, Illumination and Traffic Improvements Description. Contractorl McMahon Contracting, LP CA#1 9 City Project Mgr.) Mitch Aiton City Inspectorl UNIT or DEPT Original Contract Amount Extras to Date Credits to Date Current Contract Amount (Amount of Proposed Allocation Original Allowance Available to Allocation Allowance Funds Previously Allocated Revised Allowance Balance City Sec # l 60585 f� I Datel 5/9/2025 Curtis Hollingsworth Unit I - CFW $5,685,582.88 Unit II - Keller $1,041,186.09 Unit III - Signal $477.855.28 - I Totals 1 $7,204,624.25 5 685 582.88 1 041 186.09 477 855.28 7,204,624.25 I 0.00 $0.00 $4,454.10 $0.00 4,454.10 $190 000.00 $124147.77 $170 250.00 $47,,717.72 $10.000.00 $370 250.00 $171,765.49 $65 952.23 $122,532.28 $5,545.90 $0.00 $194 030.41 JUSTIFICATION (REASONS) FOR CONSTRUCTION ALLOWANCE IN ACCORDANCE WITH THIS CONSTRUCTION ALLOWANCE REQUEST, THE CONTRACT SHALL: As part of the new traffic signal being installed next to the Union Pacific Railroad (UPRR) railroad crossing, UP has requested that the city install a Railroad Protection System (RPS) in the Traffic Signal cabinet. The RPS is a safety measure in the event the connection between the Traffic Signal Cabinet and Railroad Cabinet is broken, sending the traffic signal into all -red flash mode. McMahon has proposed a cost of $4,454.10/1-S. The City of Fort Worth has recently purchased an RPS at a cost of $2756.00/LS to repair an existing traffic signal. McMahon needed to purchase three additional parts for the new installation of the RPS, resulting in a higher cost. Staff deems the price reasonable. 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. McMahon Contracting, LP l Andrew Marquez 05/13/25 Inspector/Inspection Supervisor Date Project and Contract Compliance Manager Date v,.�--- 05/13/25 4c ilglk 05/12/25 Pro ram Manager Date Senior Capital Pro ect Officer Date 05/14/25 05/14/25 Assistant Director (Dept) Date Director, Contracting Department (Dept) Date °-• 05/18/25 05/19/25 Assistant City Attorney Date I Assistant City Manager Date „ M ,a,@,,,„"'11 05/20/25 1, b t _ 05/30/25 ATTEST: prof Fo�n°>"woaa022 ° ,I ,� adp0 aoQa /`n o0 ov - Jannette Goodall, City Secretary oxasoa OFFICIAL RECORD Construction Allowance SUMMARY CITYSECRETARY Page 1 of 4 FT. WORTH, TX FORT WORTH., City of Fort Worth Construction Allowance Additions Project Name I Keller Hicks - Lauren Wav to US 377 Pity Sec # I 60585 Client Project # 1 100146 1 Contractorl McMahon Contracting, LP PMJ Mitch Aiton I Inspector) Curtis Hollingsworth Construction Allowance Submittal # ® ate I 5/9P2U25 I ADDITIONS ITEM DESCRIPTION DEPT Qty Unit Unit Cost Total III-175 9999.0000 Railroad Prevention System Unit III - Signal 1.0000 EA $4,454.10 $4,454,101 1 1 1 UnitI -CFW $0.001 Unit II - Keller $0.001 Unit III - Signal $4,454.101 $0.001 Total Additions �. $4,454.101 Construction Allowance Additions Page 2 of 4 FORT WORTH. City of Fort Worth Construction Allowance Value Project Name I Keller Hicks - Lauren Wav to US 377 I City Sec # I 6065 I Client Project # 1 100146 1 Contractor McMahon Contracting, LP PMl Mitch Aiton Inspectorl Curtis Hollingsworth l Construction Allowance Submittal # ® Date I 5/9/ZU25 I CONSTRUCTION ALLOWANCE VALUE BEING USED ITEM DESCRIPTION Qty Unit Unit Cost Total Unit 1 Item 85 9999.0000 Construction Allowance 0.022271 EA $200,000.00 $4,454.10 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 CA #1 2/20/2024 $1,252.90 CA #2 3/25/2024 $11,747.71 CA #3 5/9/2024 $49,514.43 CA #4 6/26/2024 $13,429.22 CA #5 7/9/2024 $3,327.00 CA #6 10/11/2024 $10,816.42 CA #7 12/4/2024 $25,963.20 CA #8 2/18/2025 $55,714.61 Total I $171 J65.49 I Construction Allowance MSBE Data Page 4 of 4 NOTES: 1. INCISE ALL FOUNDATIONS WHERE THE CONDUIT LEAVES THE FOUNDATION. 2. THE DETECTION ZONES WILL BE SET IN ACCORDANCE WITH CITY OF FORT WORTH STANDARDS. 3. INSTALL NEW HYBRID DETECTORS PER MANUFACTURER RECOMMENDATIONS. 4. ALL HEIGHTS AND LOCATIONS OF ALL SIGNAL RELATED ITEMS ARE DIAGRAMMATIC ONLY AND MAY BE ADJUSTED IN THE FIELD IN ORDER TO ACCOMMODATE FIELD CONDITIONS AND TO ACHIEVE THE BEST POSSIBLE CONFIGURATION AS DIRECTED BY THE CITY OF FORT WORTH TRAFFIC ENGINEER. 5. SEE SIGNING AND MARKING PLANS FOR NEW SIGNS AND PAVEMENT MARKING AT INTERSECTION. 6. INSTALL NEW METRO STREET NAME SIGNS ON TRAFFIC SIGNAL MAST ARMS. REFER TO THE PROJECT SIGNING AND MARKING PLANS. 7. INSTALL MODEM INSIDE CABINET AND MOUNT ANTENNA ON TOP OF CABINET, AS DIRECTED BY THE CITY OF FORT WORTH TRAFFIC ENGINEER. 8. ALL SIGNAL POLES, MAST ARMS, AND FED POLES SHALL BE POWDER COATED BLACK RAL 9017. RUN CONDUIT TO POWER SOURCE PER POWER COMPANY REQUIREMENTS 0 --------- ---- l,l.� /— T-1 KELLER HICKS ROAD 0 02__ ---- 05 _ 19 sP - 2�''.,'i POLE NO SIGNAL POLE DEWTATIOx vr,^•-0FFSET- — -}- — — — — — — — — — P-1 PED 61+63.8 61' N T-5/T-6 P-2 PED 61+47 29.5' S 3 4\ Controller/ T-1 36L-BO 61+48.5 47• N Service T-2 36L-80 10+24 70' N T-3 32L-80 10+39.5 10' S T-4 36L-80 61+59 42' S T-5 CONTROL CABINET 61+45 35, S T-6 SERVICE PEDESTAL 61+53 40' S CONTRACTOR SHALL VERIFY THAT PROPOSED SIGNAL POLE LOCATIONS 00 NOT CONFLICT WITH EXISTING UTILITIES. LOCATIONS MAY NEED TO BE ADJUSTED AS NEEDED TO AVOID DAMAGE THERETO. L E G E N D: 1 -r-- NEW SIGNAL HEAD It NO. OCONDUIT RUN / (SEE CONDUIT SUMMARY TABLE) p GROUND BOX TYPE B O GROUND BOX TYPE D '-0 LUMINAIRE ON SIGNAL MAST ARM ® SERVICE METER © PEDESTAL SERVICE EMERGENCY OPTICAL PREEMPTION PED HEAD SIGNAL Tr SIGN ON MAST ARM ® 3521 CABINET /CONTROLLER ® BATTERY BACKUP -0--L! SIGNAL POLE k MAST ARM OX PHASE NUMBER 'B HYBRID DETECTOR PTZ CAMERA ......:.1 VIVDS DETECTION ZONE — PROPOSED CONDUIT RUN I C) ' f O L 0 +' } I Q 07 �04 Y � 60 O�_ I 4 I IF I Proposed Siqn i LEFTTURN i INSTALL NO RIGHT YIELD INSTALL�RIO-17T i TURN ON TRAIN i ON FLASHING SIGN (30"16") BLACK -OUT I TRAIN SIGN(36"X48"). I i II I I I CLAMP SIGN ON MAST ARM OR AS DIRECTED I j BY ENGINEER CONTRACTOR TO RUN \ I CONDUIT TO PULL BOX • T.n I FOR CONNECTION INTO \ I RAILROAD CABINET. \ COORDINATE WITH UPRR % — l ob........................................ �L 06 1 o 01 _ I �4 1 +o( 12+00 i 6 T-3 RR Cabinet INSTALL R9-3 (24"x24") SIGN ON POST AND I iON SIGNAL POLE I i RPS System in Traffic Signal Cabinet is connected to RR Cabinet I Elr: CK GROUP 4108 Amon Carter Blvd., Suite 2" Fort Worth, Texas 76155 Phone(817)545-6700 Fax: (817)545-8701 ckdallas@theckgroup.com WARNINGTO CONTRACTOR aioTaearncumes Fran oveanrcns ,aaul�.ess ' Y GENERAL NOTE roa aePaaoa arawcuear,rv,usxr �® 0 20 40 60 GRAPHIC SCALE IN FEET 7^ =40: ii"x17° F. ��>> r �pEBONNA IBEJI AB0.RIRWU/ 1=612022 I • 6 �P. ev I —low m I OEae 11 PROJECT No, —11 OOE NO.: WATER P—No.: CPN NO.: 1—s SEWER PROD. N..: PSdONO.: WATER BASE MAP No. 2&72-060 P2M42L SEWER RASE MAP No. POTY.ASO CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS DEPT. ARTERIAL ROADWAY IMPROVEMENTS KELLER HICKS ROAD (FROM LAUREN WAY TO US 3T7) TRAFFIC SIGNAL LAYOUT �2821 WESTST,SUITE A00 FORT WORTH, TEXAS 76107 �ULTAaE,� @H (817)W-55n Mn K-2719 1 T1.04 Keller Hicks Road LABOR [DESCRIPTION LABOR COST LABOR MARKUP 155% LABOR BURDEN TOTAL LABOR COST EQUIPMENT IDESCRIPTION 1EQUIPMENT COST 420% EQUIPMENT MARKUP �TAL EQUIPMENT COST MATERIALS [DESCRIPTION IRPS (Rio Tech) MATERIAL COST MATERIAL MARKUP TOTAL MATERIAL COST MEMA"ON CONTRACTING L.P. PCO# 16 DETAILED COST BREAKDOWN RPS for traffic signals SUBCONTRACTORS IDESCRIPTION SUBCONTRACTOR COST SUBCONTRACTOR MARKUP TOTAL SUBCONTRACTOR COST COSTSUMMARY TOTAL LABOR COST TOTAL EQUIPMENT COST TOTAL MATERIAL COST TOTAL SUBCONTRACTOR COST 1 % BOND TOTAL COST HR HR EXTENDED QTY UNIT REQUIRED RATE COST 20% $ - HR HR EXTENDED QTY UNIT REQUIRED RATE COST 20% $ - QTY UNIT 1.00 EA UNIT EXTENDED COST COST 3675.00 $ 3,675.00 $ 3,675.00 20% $ 735.00 $ 4,410.00 UNIT EXTENDED QTY UNIT COST COST 20% $ - $ 4,410.00 $ 44.10 $ 4,454.10 Total Cost: $ 4,454.10 Unit Cost: $ 4,454.10 1 LS loin C@�>6 00 RIO GRANDE PACIFIC TECHNOLOGY Date: 04/29/2025 Quotation Number 25036 Prepared for: Andrew Marquez McMahon Contracting AndrewM(c�McMahonContracting.com 817-905-2704 Description: x-RPS Materials LINE I DESCRIPTION 1 X-RPS Processor Module (CTC-RPS-P06) 2 X-RPS Expansion Module (CTC-RPS-E04) 3 X-RPS AC Output Module (CTC-20-1047) 4 3 Position RPS Rack W/Backpanel (CTC-3BC-01) 5 X-RPS Cabinet Wiring Assembly (CTC 20-1041) 6 C11 Connector Harness- RPS System Lead Time is Approximately 6 Weeks Offered by Danny Fregia Thank you for the opportunity to submit a proposal to you on this material. Please reference this quotation (by Quote #) when placing order. If you have any questions, please call or send a fax to me. This quote is valid for 90 days. McMahon Quote 6100 Southwest Blvd., Suite 410 Fort Worth, TX 76109 Phone: (817) 886-8210 Fax: (817) 886-8225 Quotation IQTY I UOM I SALES PRICE I TOTAL 1 EA $1,560.00 $1,560.00 1 EA $780.00 $780.00 1 EA $360.00 $360.00 1 EA $490.00 $490.00 1 EA $275.00 $275.00 1 EA $210.00 $210.00 Total I $3,675.00 1 NOTE: FOB origin, PPD & ADD Sales Tax not included All amounts in U.S. Currency A 3% Surcharge will be added if paid by Credit Card 1010 GOP> 00 RIO GRANDE PACIFIC TECHNOLOGY Date: 05/07/2025 Quotation Number 25041 Prepared for: Victor Quijada Email: Victor.quijadaroldan@FortWorthTexas.gov Cell: (682) 225-5623 Description: x-RPS Materials LINE I DESCRIPTION 1 X-RPS Processor Module (CTC-RPS-P06) 2 X-RPS Expansion Module (CTC-RPS-E04) 3 2 Position RPS Rack W/Backpanel (CTC-2BC-01) Approximate Lead Time 1 Week Offered by Matthew Deiss Thank you for the opportunity to submit a proposal to you on this material. Please reference this quotation (by Quote #) when placing order. If you have any questions, please call or send a fax to me. This quote is valid for 90 days. CSCO 57198 PSK 25327 City of Fort Worth Quote 6100 Southwest Blvd., Suite 410 Fort Worth, TX 76109 Phone: (817) 886-8210 Fax: (817) 886-8225 Quotation I QTY I UOM I SALES PRICE 1 EA $1,560.00 1 EA $780.00 1 EA $416.00 NOTE: TOTAL I $1,560.00 $780.00 $416.00 Total 1 $2,756.00 1 FOB origin, PPD & ADD Sales Tax not included All amounts in U.S. Currency A 3% Surcharge will be added if paid by Credit Card FORT WORTH. Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: Keller Hicks CA #10 M&C: N/A CPN: 100146 CSO: 60585 Date: 7/1/2025 To: Name 1. Jessica Rodriguez 2. Mitch Aiton 3. Chris Young 4. Curtis Hollingsworth - Inspector 5. Raul Lopez 6. Lissette Acevedo 7. Patricia Wadsack 8. Lauren Prieur 9. Doug Black 10. Jesica McEachern 11. Jannette Goodall 12. TPW Contracts Department Initials TPW - Review TPW - Signature A1Il McMahon - Signature TPW - Signature TPW - Signature TPW — Signature TPW — Signature TPW — Signature LdL'111'11-1 Legal — Signature �oug�Black CMO — Signature CSO - Signature eti oo� DOC#: N/A Date Out 07/07/25 07/07/25 07/08/25 07/07/25 07/08/25 07/10/25 07/10/25 07/10/25 07/11/25 07/17/25 07/17/25 CC: Program Manager, Sr. CPO, TPW BSPAP Recon Team, TPW Records Room, TPW Contracts DOCUMENTS FOR CITY MANAGER'S SIGNATURE: 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, Jay will review and take the next steps. NEEDS TO BE NOTARIZED: ❑YES ®No RUSH: ❑YES ❑No SAME DAY: ❑YES ®No NEXT DAY: ❑YES ❑No ROUTING TO CSO: ❑YES [—]No Action Required: ❑ Attach Signature, Initial and Notary Tabs ❑ As Requested ® For Your Information ® Signature/Routing and or Recording ® Comment ❑ File Return To: Please notify TPWContracts(&,,fortworthtexas.Lov for pickup when complete. Call ext. 7233 or ext. 8363 with questions. Thank you! CSC No. 60585-AR10 Fox_ T_ City of Fort Worth Construction Allowance Request Project Name I Keller Hicks - Lauren Way to US 377 I City Sec # I 60585 Client Project #(s)I 100146 Project Keller Hicks - Lauren Way to US 377 - Roadway, Drainage, Illumination and Traffic Improvements Description Contractorl McMahon Contracting, LP I CA#I 10 I Datel 7/7/2025 City Project Mgr.l Mitch Alton I City Inspectorl Curtis Hollingsworth UNIT or DEPT Unit I - CFW Unit II - Keller Unit III - Signal Totals Original Contract Amount $5,685,582.88 $1,041,186.09 $477,855.28 $7,204,624.25 Extras to Date Credits to Date Current Contract Amount $5,685,582.88 $1,041,186.09 $477,855.28 $7,204,624.25 JAmo�of Proposed Allocation �8,684.91 $0.00 $0.00 $0.00 $8,684.91 Original Allowance Available to Allocation $2 0,000.00 $2 0,000.00 Allowance Funds Previously Allocated $176,219.59 $176,219.59 Revised Allowance Balance $15,095.50 $0.00 $0.00 $0.00 $15,095.50 JUSTIFICATION (REASONS) FOR CONSTRUCTION ALLOWANCE IN ACCORDANCE WITH THIS CONSTRUCTION ALLOWANCE REQUEST, THE CONTRACT SHALL: A car accident at the Keller Hicks and Katy intersection resulted in necessary replacement of a Pedestrian Signal Pole. This Construction Allowance request authorizes adding a pay item for the contractor to remove the existing signal pole and repair the anchor bolts on the foundation. The contractor has proposed to do the work for $2,000.00/EA. On Unit Price contract CSC 59040, Signal pole removals were bid at a cost of $2,000.00/EA. Staff deems the price reasonable. This construction allowance will also authorize the overrun of existing Item 145 Furnish/Install Ped Signal Head Assembly, Item 146 Furnish/Install Audible Pedestrian Pushbutton Station and Item 164 Furnish/Install 10'-20' Ped Pole Assembly by 1 EA to replace the necessary items. 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. McMahon Contracting, LP Chris Young Chris Youna 07/08/25 ro ect S,pd Contract Compliance Manager 07/07/25 AUCL 091 07/07/25 'Date t 4- 07/08/25 �Q-6- 07/10/2s 07/10/25 1 -rr—Z ,� ­ , 1 07/10/25 107/11/25 I 107/17/25 anq pf�RT�I pO ATTEST: duo pP� Jannette Goodall, City Secret ry a04 nezp5aap OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Construction Allowance SUMMARY Page 1 of 4 FORT WORTH City of Fort Worth Construction Allowance Additions Project Name I Keller Hicks - Lauren Way to US 377 fty Sec # I 60585 I Client Project # 1 100146 1 Contractorl McMahon Contracting, LP I PMI Mitch Aiton I Inspector) Curtis Hollingsworth Construction Allowance Submittal # 10 ite 1 7/7/2025 1 ADDITIONS ITEM DESCRIPTION DEPT Qty Unit Unit Cost Total 1-85G 3441.2000 Remove Signal Pole Unit I - CFW 1.0000 EA $2,000.00 $2,000.001 III-145 3441.1012 Furnish/Install Ped Signal Head Assembly Unit I - CFW 1.0000 EA $1,181.44 $1,181.441 III-146 3441.1031 Furnish/Install Audible Pedestrian Pushbutton Station Unit I - CFW 1.00000000 EA $3,039.67 $3,039.671 III-164 3441.1603 Furnish/Install 10'-20' Ped Pole Assembly Unit I - CFW 1.00000000 EA $2,463.80 $2,463.801 Unit I - CFW $8,684.91 Unit 11- Keller $0.00 Unit III - Signal $0.00 $0.00 Total Additions $8,684.91 Construction Allowance Additions Page 2 of 4 FORT WORTH City of Fort Worth Construction Allowance Value Project Name Keller Hicks - Lauren Way to US 377 City Sec # 1 60585 Client Project # 100146 1 Contractorl McMahon Contracting, LP I PMI Mitch Aiton Inspectorl Curtis Hollingsworth I Construction Allowance Submittal # 10 Date 1 7/7/2025 CONSTRUCTION ALLOWANCE VALUE BEING USED ITEM DESCRIPTION Qty Unit Unit Cost Total Unit 1 Item 85 9999.0000 Construction Allowance 0.043425 EA $200,000.00 $8,684.91 Construction Allowance Value 3of4 M/SBE for this Construction Allowance Request M/SBE Sub I Type of Service I Amount for this CAR Total $0.00 Previous Construction Allowance Requests CAR # DATE AMOUNT CA #1 2/20/2024 $1,252.90 CA #2 3/25/2024 $11,747.71 CA #3 5/9/2024 $49,514.43 CA #4 6/26/2024 $13,429.22 CA #5 7/9/2024 $3,327.00 CA #6 10/11/2024 $10,816.42 CA #7 12/4/2024 $25,963.20 CA #8 2/18/2025 $55,714.61 CA #9 5/9/2025 $4,454.10 Total 1 $176,219.59 Construction Allowance MSBE Data Page 4 of 4 KELLER HICKS ROAD —02_ ;1-21; + — _ _ — FED 6i+63.8 61° T-6/T-6 FED BI+47 2A5 5. Controller/ Service �)''T IN T ONTROLLER �rTERY BAC%UP MAL POLE k YAST ARM ASE NUYBER BRID DETECTOR Z CAMERA 16L ' 05 DETECTION ZONE ROPOSED CONDUIT RUN--- Proposed Sign ('} INSTALL N TURN ON TRAIN I SGN(3S") CLAMP SIGN ON MAST ARM OR AS DIRECTED BY ENGINEER f t-2 —1 -3 INSTALL R9.3 (24'°x24") SIGN ON POST AND I ON SIGNAL POLE I I 1 WARNING TO CONTl— TRACTOfR riomiw�.ava nBMnuntiwreewraweca, aexce, GEo ERALNO�TE����sn�mreNce.o eau oRaerTEB� ma L J D 20 4a 60 GRAPHICSG LjEIN FEET =40 =2b' 1 (2Z"x36"1 1' 1PxT7^ r .r t 06BONNA19Lil APARINWU % it��1l�L�E1>r� kOi062022 I a I PrroR ke „4 WA Ersca¢ m: C°N IWIa I SEWER HtW.Ne.: 33Pf8W.IW:. WATER BASE M4®Nm.10T2-0BO SEWER BASE M4P No.20T2A60 f CITY OF FORT WORTH, TEXAS t - TRANSPORTATION AND PUBLIC WORKS DEPT. ARTERIAL ROADWAY IMPROVEMENTS � YELLER i WCKS ROAD (FROM LAUREN WAY TO US 3TI) I TRAFFIC SIGNALLAYOUT EK:CKGROUP., C.,trBPh,d L 2 BPERa F35141DB � I �URTWOrfxTIUM Amon Sdte FortWwfh,TE:xas 76155 Plane rOxr wGBrR. Teas tarot NIP o<rtBAB^i�7E1 da11 j?17)44%701, 17)55Fx �7D1 ckd asauD.co T;�E, "�"""" �B°7.i K 279g G FORT WORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Arterial Roadway Improvements Keller Hicks lauren way to US 377 CITY PROJECT NUMBER: 100146 WATER PIPE LAID SIZE TYPE OF PIPE LF OPEN CUT 6" PVC FIRE HYDRANTS: 2 VALVES (16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: PASSED NEW SERVICES: NONE I SEWER PIPE LAID SIZE TYPE OF PIPE LF PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311 70 BILLS PAID AFFIDAVIT FOR CONTRACTOR State of Texas County of Dallas BEFORE ME, the undersigned authority, on this day personally appeared Rustv Brackett, 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: I am a duly authorized agent of McMahon Contracting LP, which has authorized me to make this affidavit, and all the recitations herein are true and correct. Pursuant to City Contract between the Citv of Fort Worth and McMahon Contracting LP for CPN 100146 Arterial Roadway Improvements -Keller Hicks Road, Lauren Wav to US 377. McMahon Contracting LP has supplied materials and performed labor in connection with the construction of improvements on real property owned by the City of Fort Worth for CPN 100146 Arterial Roadwav Improvements -Keller Hicks Road, Lauren Wav to US 377. 3. 4. McMahon Contracting LP has actual knowledge that all bills owed by the Citv of Fort Worth to McMahon Contracting LP 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 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 Citv of Fort Worth written full release. McMahon Contracting_ LP agrees to fully indemnify and hold harmless the Citv of Fort Worth from any and all costs that may occur by reason of such claims or liens. EXECUTED this A' 6 day of A ���nYPUg�,c EMILY K HINOJOSA 1 NOTARY PUBLIC * * STATE OF TEXAS ' MY COMM. EXP. 08/30/27 . NOTARY ID 134533316 ' • i STATE OlflfE " COUNTY OF DALLAS , 2025 McMahon Contracting LP B NAME: TITLE:aCaN�ruc�iar� 16,r This instrument was acknowledged before me on 4v jv& 2.to. Zo25 by !'t ,pre. - C�r�iw��rs.M�uner of,�jGµa.ho++; it a A, _ corporation, on behalf of sai corporation. [NOTARY PUBLIC STAMP] NOTA]Qi' PUBLIC Affidavit of Compliance with City of Fort Worth Prevailing Wages I, CUA�OIles (Name of person signing affidavit) (Title) do hereby certify that the wages paid to all employees of ry1 0 H�4n &A`kr `f h l VI (Company Name) J for all hours worked on the (Project name and location) a- aA-+NC-hJA, WC1 project, during the period from to (Project Dates) are in compliance with the requirements of Chapter 2258, Texas Government Code related to paying established City of Fort Worth wage rates per the project bid documents_ I further certify that no rebates or deductions have been or will be made, directly or indirectly, from any wages paid in connection with this project, other than those provided by law. Sworn to and subscribed in my presence this Revised 3/08/2024 I41� (sig ature of Officer or Agent) lY+� day of SP )4=, 20 25. (Notary Public) _ a°�MvruB�P KRISTIN HOUSE NOTARY PUBLIC " STATE OF TEXAS �,'FaFt"y MY COMM. EXP. 08/30/27 NOTARY ID 134533254 CONSENT OF OWNER ■ SURETY COMPANY ARCHITECT ❑ TO FINAL PAYMENT CONTRACTOR ❑ AIA DOCUMENT G707 SURETY ❑ OTHER ❑ Bond # 355373N PROJECT: Arterial Roadway Improvements Keller Hicks Road Lauren Way to US 377 / CPN 100146, Fort Worth, TX (name, address) TO (Owner) City of Fort Worth ARCHITECT'S PROJECT NO: 200 Texas Street CONTRACT FOR: Fort Worth, TX 76102 CONTRACT DATE: 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) Westfield Insurance Company P O Box 5001 Westfield Center, 44251-5001 on bond of (here insert name and address of Contractor) McMahon Contracting, LP 3019 Roy Orr Blvd Grand Prairie, TX 75050 ,SURETY COMPANY, ,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 200 Texas Street, Fort Worth, TX 76102 ,OWNER, as set forth in the said Surety Company's bond IN WITNESS WHEROF, The Surety Company has hereunto set its hand this 26th day of August, 2025. Vlestfie^d I. u t Sul ty C Slgn�UU • v. ture of Auth mpany resentative _ Jade Porter, Attorney -in -Fact Rhiannon Porlillo, Client Manager, Surety Title NOTE: This forni is to be used as a companion document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBT ADD CLAIMS, Current Edition AIA DOCUMENT G707 * CONSENT OF SURETY COMPANY TO FINAL PAYMENT *APRIL 1970 EDITION '*A,IA%" , ' j.- •� ' I 1970 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE. NW WASHINGTON, D.C. 2006, *:' } THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER #k AND ISSUED PRIOR TO 10/10/24, FOR ANY PERSON OR PERSONS NAMED BELOW. General POWER NO. 4220012 14 Gen Gen er Westfield Insurance Co. Pow of Attorney Westfield National Insurance Co. Ohio Farmers Insurance Co. CERTIFIED COPY Westfield Center. Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as "Companies," duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County: Ohio, do by these presents make, constitute and appoint TONY FIERRO, JOHNNY MOSS, JAY JORDAN, JEREMY BARNETT, JADE PORTER, ROBERT G. KANUTH, JARRETT WILLSON, JACK NOTTINGHAM, BRADY WILSON, BRENNAN WILLIAMSON, JAROD DAGGERS, CALEB HALE, RYAN COX, JOINTLY OR SEVERALLY of ROCKWALL and State of TX its true and lawful Attorneys) -in -Fact, with full power and authority hereby conferred in its narne, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship in any penal limit, and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorneys) -in -Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: "Be It Resolved; that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorneys) -in -Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney -in -Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." "Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached.' (Each adopted at a meeting held on February 8, 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto affixed this 10th day of OCTOBER A.D., 2024 . Corporate »++++u••.,, Seals "',4 NuRAI, "'',� ~f;r `'�;!�(°; ................. 1NS11�`"'' WESTFIELD INSURANCE COMPANY WESTFIELD NATIONAL INSURANCE COMPANY Affixedv �;"'ct" '+_ ° -'�c " o- ' :�l'�, OHIO FARMERS INSURANCE COMPANY SEAL z,-t SEAL 's� ,,a, �� :;'_ :, 1848 •:tea= • •; �s ' 4 State of Ohio `"^�.,.,,....�" „........"' .�,,.,•°°'� By� County of Medina ss.: Gary W.'Stumper, National Surety Leader and Senior Executive On this 10th day of OCTOBER A.D., 2024 , before me personally came Gary W. Stumper to me known, who, being by me duly sworn, did depose and say, that he resides in Medina, OH; that he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument: that he knows the seals of said Companies: that the seals affixed to said instrument are such corporate seals: that they were so affixed by order of the Boards of Directors of said Companies: and that he signed his name thereto by like order. Notarial ......... Seal �1 A L S'•.. AffixedP' 1111!%i F C State of Ohio `: spa David A. Kotnik, Attorney at Law, Notary Public County of Medina ss.: ';• y A'���; My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) TE OF I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY; do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect: and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center-, Ohio, this 26th clay of August A.D., 2025 . S SE AI, m Secretary Frank A. Carrino, Secretary t j' BPOAC2 (combined) (05-24) FORTWORTH. TRANSPORTATION AND PUBLIC WORKS June 3, 2025 McMahon Contracting L.P. 3019 Roy Orr Blvd Grand Prairie, TX 75050 RE: Acceptance Letter Project Name: Arterial Roadway Improvements Keller Hicks Rd from Lauren Way to US 377 Project Type: Paving, Drainage, Water, Signal and Street Light City Project No.: 100146 To Whom It May Concern: On June 16, 2025 a final inspection was made on the subject project. There were punch list items identified at that time. The punch list items were completed on July 20, 2025. The final inspection and the corrected punch list items indicate that the work meets the City of Fort Worth specifications and is therefore accepted by the City. The warranty period will start on July 20, 2025, which is the date of the punch list completion and will extend of two (2) years in accordance with the Contract Documents. If you have any questions concerning this letter of acceptance, please feel free to contact me at 682- 715-9424. Sincerely, MMUd,t&a A vm bhtchc[I Anon ;Oct A�, lu)b 1,, 1, 1 S Q1T Mitch Aiton P.E., Project Manager Cc: Curtis Hollingsworth, Inspector Donald Watson, Inspection Supervisor Aaron Ybarra, Senior Inspector Raul Lopez P.E., Program Manager Multatech, Consultant McMahon Contracting L.P., Contractor City of Fort Worth, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19