Loading...
HomeMy WebLinkAboutContract 46528-CO3 CITYSECRETARY , s CONTRACT 1O. FORTWORTH City of Fort Worth Change Order Request 1 Prolect Namel Caylor 5.0 MG Ground Storage Tank(GST) City Sec# 46528 ^� Client Prqect*(s)l 002111 Project Description Caybr 5.0 trAO Groundiorage Tank,Water and Draatage ImproMernertts Contractor North Texas Contracting,Inc. Change Order# Date 9/27/2016 City Project 14gr.1 Farida Goderya,PE City Inspector Mike 1411 Dept. Water Select DayTotals Type Original Contract Amount $4,590,118.94 $4,590,118.94 315 Extras to Date $109,576.50 $109,576.50 33 Credits to Date Pending Charge Orders(in M&C Process) Contract Cost to Date $4,699,695.44 $4,699,695.44 348 t^i ' S C EL Ta :to; - E $238,410.00. $238,410.00 45 Revised Contract Amount $4,938,105.44 $4,938,105.44 393 Original Funds Available for Charge Orders 1 $0.00 Remaining Funds Available for this CO $0.00 Additional Funding(if necessary) $238,410.00 $238,410.00 CHANGE ORDERS to DATE(INCLUDING THIS ONE)AS%OF ORIGINAL CONTRACT 7.5S% AJAX ALLOWABLE CONTRACT AMOUNT(ORIGINAL CONTRACT COST;25%) $5,737b648M See Attached PCM#5. fop OOH OCT 26 2016 A -=1 ! 7ov ° ° a ° A� It is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisf ion and represents payment in full(both time and money)for all costs arising out of,or incidental to,the above Change Order. x100 w- ft- North Texas Contracting,Inc. Andy Nord WORK, Mike Hill/Sean Mason(KHA) Farida Goderya o L s V' Chris Harder,PE Carman to i t . Doug Black ip. Jesus J Chapa m - '/6 M&C Number G-18788 M&C Date Approved 8!2!2016 tl «�s ���" l qj OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX FOR rrH City of Fort Worth Change Order Additions Project Name Caylor 5.0 MG Ground Storage Tank(GST) City Sec# 46528 Client Project# CO2111 Project Description Caylor 5.0 MG Ground Storage Tank,Water and Drainage Improvements Contractor North Texas Contracting,Inc. Change Order# 0 Date 9/2712016 City Project Mgr. Farida Goderya,PE City Inspector Mike Hill ADDITIONS ITEM DEbc;HIP I ION DEPT Qty Unit Unit Cost 10131 Pavement Improvement,Pulverization&Overlay of Caylor Rd 8 pu verization&Cement Stabilization Water 11,620.00 SY $7.05 Cement For Stabilozation Water 151.00 TN 210.00 2"HMAC Typed D paving Water 11,620.00 SY 10.50 Traffic Control Water 1.00 LS 3,350.00 Water $238,410.00 Sub Total Additions Change Order Additions Page 2 of 4 Kimley>>> Horn August 29, 2016 Mr. Andy Nord North Texas Contracting 4999 Keller Haslet Road Keller, TX 76248 RE: Caylor 5 MG Ground Storage Tank Proposed Contract Modification, PCM-05:Pulverize and Overlay of Caylor Rd KH No: 061018119, Water Project No. P265-607180211130 Dear Mr. Nord: The City of Fort Worth requests that the following contract modifications be made to the Caylor Ground Storage Tank project contract documents: • Pulverization, Cement Stabilization, and HMAC Overlay of Caylor Rd per City of Fort Worth- Transportation and Public Works Department standards for maintenance projects: ■ 8" Pavement Pulverization ■ Cement Stabilization (26lbs/sy) ■ 2"Asphalt Pavement Type D • Construction Documents: ■ Paving Extents Exhibit— North Caylor Road Pavement Improvements (Attached) ■ Specifications: • 32 11 33—Cement Treated Base (Attached) • 32 12 16—Asphalt Paving (Included in original contract) The attached items detail the requested changes to the contract documents. North Texas Contracting's submitted changes in costs and time are attached for reference. It is our understanding that this change will be included in Change Order No. 003. If you have any questions, please do not hesitate to contact us. Sincerely, Kimley-Horn and Associates Texas Registration No.F-928 61' iilv�� r.E_u Sean Mason, P.E. SRM/jrt Copy to: Ms. Farida Goderya, City of Fort Worth Attachment: Paving Extents Exhibit Specification 32 11 13 North Texas Contracting—Change Order Request#5 801 I ' KELLER HASLET ' a� i I II I ! o QLD RICHWOOd ELLENiBf OROI , i c � WELLSBURG 1 I. P�TER$BUIRGI' - < TPW X _o; 1,500 SY MARTINSBURG, y a _ B ( '�' ,1 -''O I % J {l�••I w �i N Q W CO O n z - N I fVCEl I I o =3 4t i't i Water&TPW ' a LI rW BEDINGTON 5,000 SY Y F o IRANTSUILLE J r n O � � II 0- 0; II _ n vl BICKMORE I X o fLL ; � Existing Caylor GST Q BRA'dDYWINE L New Caylor GST I TIMBERLAND a�- TPW 5,120 SY AF WINTERBERRY i z I �_ I W PONDER' U) 4� J I, L' SUNSET g - 4 CORNERWOOD +► r I':!? ` End of Concrete Pavement -Adl: Legend AOL I, 1 � F I . - - I'4,i• ®Tank Sae f� 1' COMSTO'CK 5/19/2016 COPYRIGHT 2016 CITYOF FORT WORTH FORT WORT H UNA.UTHOR2EDREPRODUCTI0NISAVIO TIOHOFAPPLICABLELA'a, Caylor Ground Storage Tank(GST) Site THIS OATAIS TO BE USED FORAGRAPHICALREPRESENTATION ONLY North Caylor Road Pavement Improvement WATER THE ACCURACY IS NOT TO SE TAREN I USEDAS DATA PRODUCED FOR ENGINEERING PURPOSES OR BYAREOISTERED PROFESSIONAL LAND SUN SURVEYOR THE CITYOF FORTWORTH ASSUMES NITY O RESPONSIRIL FOR THE ACCURACY OF SAID DATA 0 1]5 350 ]00 Feet 321133-1 CEMENT TREATED BASE COURSES Pagel of 7 1 SECTION 32 1133 2 CEMENT TREATED BASE COURSES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes 6 1. Treating subgrade, subbase and base courses by the pulverization, addition of 7 cement, mixing and compacting the mix material to the required density. 8 2. Item applies to the natural ground, embankment, existing pavement, base or 9 subbase courses placed and shall conform to the typical section, lines and grades 10 shown on the Drawings. 11 B. Deviations from City of Fort Worth Standards 12 1. None 13 C. Related Specification Sections include but are not necessarily limited to 14 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract 15 2. Division 1 - General Requirements 16 3. Section 32 11 23 -Flexible Base Courses 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Cement 20 a. Measurement 21 1) Measurement for this Item shall be by the ton(dry weight). 22 b. Payment 23 1) The work performed and materials furnished in accordance with this Item 24 and measured as provided under"Measurement"will be paid for at the unit 25 price bid per ton(dry weight)of Cement. 26 c. The price bid shall include: 27 1) Furnishing Cement material 28 2) All freight involved 29 3) All unloading, storing and handling 30 2. Cement Treatment 31 a. Measurement 32 1) Measurement for this Item shall be by the square yard of surface area. 33 2) The dimensions for determining the surface area are established by the 34 widths shown on the Drawings and the lengths measured at placement. 35 b. Payment 36 1) The work performed and materials furnished in accordance with this Item 37 and measured as provided under"Measurement'will be paid for at the unit 38 price bid per square yard of Cement Treatment placed for: 39 a) Various depths 40 c. The price bid shall include: 41 1) Pulverizing or providing the soil material 42 2) Handling, hauling and spreading dry or slurry cement 43 3) Mixing the cement with the soil either in-place or in a mixing plant CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20,2012 32 11 33-2 CEMENT TREATED BASE COURSES Page 2 of 7 1 4) Furnishing, hauling and mixing water with the soil-cement mixture 2 5) Spreading and shaping the mixture; compacting the mixture, including all 3 rolling required for compaction 4 6) Surface finishing 5 7) Water and sprinkling 6 8) Curing 7 1.3 REFERENCES 8 A. Reference Standards 9 1. Reference standards cited in this specification refer to the current reference standard 10 published at the time of the latest revision date logged at the end of this 11 specification, unless a date is specifically cited. 12 2. ASTM International(ASTM): 13 a. C150, Standard Specification for Portland Cement 14 b. D698, Standard Test Methods for Laboratory Compaction Characteristics of 15 Soil Using Standard Effort(12 400 ft-lbf/113 (600 kN-m/m3)) 16 3. Texas Department of Transportation(TxDOT) 17 a. Tex-101-E, Preparing soil and flexible base materials for testing 18 b. Tex-140-E, Measuring thickness of paving layers 19 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 20 1.5 ACTION SUBMITTALS [NOT USED] 21 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 22 1.7 CLOSEOUT SUBMITTALS [NOT USED] 23 1.8 MAINTENANCE MATERIAL SUBMITTLAS [NOT USED] 24 1.9 QUALITY ASSURANCE [NOT USED] 25 1.10 DELIVERY,STORAGE,AND HANDLING 26 A. Truck Delivered Cement 27 1. Each truck ticket shall bear the weight of cement measured on certified scales. 28 2. Submit delivery tickets, certified by supplier, that include weight with each bulk 29 delivery of cement to the site. 30 1.11 FIELD [SITE] CONDITIONS 31 A. Start cement application only when the air temperature is at least 35 degrees F and 32 rising or is at least 40 degrees F. 33 B. Measure temperature in the shade away from artificial heat. 34 C. Suspend application when the City determines that weather conditions are unsuitable. 35 1.12 WARRANTY [NOT USED] 36 PART 2 - PRODUCTS 37 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 38 2.2 MATERIALS 39 A. General CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20,2012 321133-3 CEMENT TREATED BASE COURSES Page 3 of 7 1 1. Furnish uncontaminated materials of uniform quality that meet the requirements of 2 the Drawings and specifications. 3 2. Notify the City of the proposed material sources and of changes to material sources. 4 3. Obtain verification from the City that the specification requirements are met before 5 using the sources. 6 4. The City may sample and test project materials at any time before compaction. 7 B. Cement: ASTM C150 Type I, II or IP. 8 C. Flexible Base Courses: Furnish base material that meets the requirements of Section 32 9 11 23 for the type and grade shown on the Drawings, before the addition of cement. 10 D. Water: Furnish water free of industrial wastes and other objectionable material. 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION 17 A. Shape existing material in accordance with applicable bid items to conform to typical 18 sections shown on the Drawings and as directed. 19 3.4 INSTALLATION 20 A. General 21 1. Produce a completed course of treated material containing: 22 a. Uniform Portland cement mixture, free from loose or segregated areas 23 b. Uniform density and moisture content 24 c. Well bound for full depth 25 d. With smooth surface and suitable for placing subsequent courses 26 2. Maximum layer depth of cement treatment in single layer: 8 inches. 27 3. For treated subgrade exceeding 8 inches deep,pulverize, apply cement,mix, 28 compact and finish in equal layers not exceeding 5 inches deep. 29 B. Equipment 30 1. Provide machinery, tools, and equipment necessary for proper execution of the 31 work. 32 2. Rollers 33 a. The Contractor may use any type of roller to meet the production rates and 34 quality requirements of the Contract unless otherwise shown on the Drawings 35 or directed. 36 b. When specific types of equipment are required, use equipment that meets the 37 specified requirements. 38 c. Alternate Equipment 39 1) Instead of the specified equipment,the Contractor may, as approved, 40 operate other compaction equipment that produces equivalent results. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20,2012 32 11 33-4 CEMENT TREATED BASE COURSES Page 4 of 7 1 2) Discontinue the use of the alternate equipment and furnish the specified 2 equipment if the desired results are not achieved. 3 d. City may require Contractor to substitute equipment if production rate and 4 quality requirements of the Contract are not met. 5 3. Slurry Equipment 6 a. Use slurry tanks equipped with agitation devices for cement application. 7 b. The City may approve other slurrying methods. 8 c. Provide a pump for agitating the slurry when the distributor truck is not 9 equipped with an agitator. 10 4. Pulverization Equipment 11 a. Provide pulverization equipment that: 12 1) Cuts and pulverizes material uniformly to the proper depth with cutters that 13 plane to a uniform surface over the entire width of the cut 14 2) Provides a visible indication of the depth of cut at all times 15 3) Uniformly mixes the materials 16 C. Pulverization 17 1. Pulverize or scarify existing material after shaping so that 100 percent by dry 18 weight passes a 1 inch sieve, and 80 percent by dry weight passes a No. 4 sieve 19 exclusive of gravel or stone retained in sieves. 20 2. Pulverize recycled asphalt pavement so that 100 percent by dry weight passes a 2 21 inch sieve, and 60 percent by dry weight passes a No. 4 sieve exclusive of gravel or 22 stone retained in sieves. 23 D. Cement Application 24 1. Spread by an approved dry or slurry method uniformly on the soil at the rate 25 specified on the Drawings 26 2. If a bulk cement spreader is used, position by string lines or other approved method 27 during spreading to insure a uniform distribution of cement. 28 3. Apply to an area that all the operations can be continuous and completed in daylight 29 within 6-hours of initial application. 30 4. Do not exceed the quantity of cement that permits uniform and intimate mixture of 31 soil and cement during dry-mixing operations 32 5. Do not exceed the specified optimum moisture content for the soil and cement 33 mixture. 34 6. No equipment, except that used in the spreading and mixing, allowed to pass over 35 the freshly spread cement until it is mixed with the soil. 36 E. Mixing 37 1. Thoroughly mix the material and cement using approved equipment. 38 2. Mix until a homogeneous, friable mixture of material and cement is obtained, free 39 from all clods and lumps. 40 3. Keep mixture within moisture tolerances throughout the operation. 41 4. Spread and shape the completed mixture in a uniform layer. 42 5. After mixing,the City shall sample the mixture at roadway moisture and test in 43 accordance with Tex 101 E,Part 11I,to determine compliance with the gradation 44 requirements in Table 1. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20,2012 32 11 33-5 CEMENT TREATED BASE COURSES Page 5 of 7 I Table 1 2 Gradation Requirements Minimum %Passing Sieve Size Base 1-3/4 in. 100 3/4 in. 85 No.4 60 3 F. Compaction 4 1. Prior to the beginning of compaction,the mixture shall be in a loose condition for 5 its full depth. 6 2. Compact material to at least 95-percent of the maximum density as determined by 7 ASTM D698. 8 3. At the start of compaction,the percentage of moisture in the mixture and in un- 9 pulverized soil lumps shall be less than the quantity which shall cause the soil- 10 cement mixture to become unstable during compaction and finishing. 11 4. When the uncompacted soil-cement mixture is wetted by rain so that the average 12 moisture content exceeds the tolerance given at the time of final compaction, the 13 entire section shall be reconstructed in accordance with this specification at the sole 14 expense of the Contractor. 15 5. The specified optimum moisture content and density shall be determined in the 16 field on the representative samples of soil-cement mixture obtained from the area 17 being processed. 18 6. Final moisture content shall be within minus-2 to plus-4-of-optimum. 19 7. Begin compaction after mixing and after gradation and moisture requirements have 20 been met. 21 8. Begin compaction at the bottom and continue until the entire depth of the mixture is 22 uniformly compacted. 23 9. Uniformly compact the mixture to the specified density within 2-hours. 24 10. After the soil and cement mixture is compacted uniformly apply water as needed 25 and thoroughly mix in. 26 11. Reshape the surface to the required lines, grades and cross section and then lightly 27 scarify to loosen any imprint left by the compacting or shaping equipment. 28 G. Maintenance 29 1. Maintain the soil-cement treatment in good condition from the time it fast starts 30 work until all work shall is completed. 31 2. Maintenance includes immediate repairs of any defect that may occur after the 32 cement is applied. 33 3. Maintenance work shall be done by the Contractor at the Contractor's expense and 34 repeated as often as necessary to keep the area continuously intact. 35 4. Repairs are to be made in such a manner as to insure restoration of a uniform 36 surface for the full depth of treatment. 37 5. Remedy any low area of treated subgrade by scarifying the surface to a depth of at 38 least 2 inches, filling the area with treated material and compacting. 39 6. Remedy any low area of subbase or base shall by replacing the material for the filll 40 depth of subbase or base treatment rather than adding a thin layer of stabilized 41 material to the completed work. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20,2012 32 11 33-6 CEMENT TREATED BASE COURSES Page 6 of 7 1 H. Finishing 2 1. After completing compaction of the final course, clip, skin, or tight-blade the 3 surface of the cement-treated material with a maintainer or subgrade trimmer to a 4 depth of approximately 1/4 inch. 5 2. Remove loosened material and dispose of at an approved location. 6 3. Roll the clipped surface immediately with a pneumatic tire roller adding small 7 increments of moisture as needed and until a smooth surface is attained. 8 4. Add small amounts of water as needed during rolling. Shape and maintain the 9 course and surface in conformity with the typical sections, lines, and grades shown 10 on the Drawings or as directed. 11 5. Surface compaction and finishing shall proceed in such a manner as to produce, in 12 not more than 2-hours,a smooth, closely knit surface, free of cracks,ridges or loose 13 material, conforming to the drawn grade and line shown on the Drawings. 14 6. After the final layer or course of the cement modified soil has been compacted, it 15 shall be brought to the required lines and grades in accordance with the typical 16 sections. 17 7. The completed section shall then be finished by rolling with a pneumatic tire or 18 other suitable roller sufficiently to create micro cracking. 19 1. Curing 20 1. General 21 a. Cure for at least 48 hours. 22 b. Maintain the moisture content during curing at no lower than 2 percentage 23 points below optimum. 24 2. Curing method depends on finished pavement type: 25 a. Concrete pavement: 26 1) Sprinkle with water 27 2) Maintain moisture during curing 28 3) Do not allow equipment on the finished course during curing except as 29 required for sprinkling, unless otherwise approved. 30 b. Asphalt Pavement: 31 1) Apply an asphalt material at a rate of 0.05 to 0.20 gallon per square yard. 32 2) Do not allow equipment on the finished course during curing 33 3. Continue curing until paving operations begin. 34 3.5 REPAIR/RESTORATION [NOT USED] 35 3.6 RE-INSTALLATION [NOT USED] 36 3.7 FIELD QUALITY CONTROL 37 A. Density Test 38 1. City Project Representative must be on site during density testing 39 2. City to measure density of cement treated base course in accordance with ASTM 40 D693 8. 41 3. Spacing directed by City(1 per block minimum). 42 4. City Project Representative determines density testing locations. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20,2012 32 11 33-7 CEMENT TREATED BASE COURSES Page 7 of 7 1 B. Depth Test 2 1. Take minimum of one core per 500 linear feet per each direction of travel 3 staggering test location in each lane to determine in-place depth. 4 2. City Project Representative determines depth testing locations. 5 3.8 SYSTEM STARTUP [NOT USED] 6 3.9 ADJUSTING [NOT USED] 7 3.10 CLEANING [NOT USED] 8 3.11 CLOSEOUT ACTIVITIES [NOT USED] 9 3.12 PROTECTION [NOT USED] 10 3.13 MAINTENANCE [NOT USED] 11 3.14 ATTACHMENTS [NOT USED] 12 END OF SECTION 13 Revision Log DATE NAME SUMMARY OF CHANGE 14 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20,2012 North Texas Contracting, Inc. Job Name: 5MG GROUND STORAGE TANK 5/17/2016 Location: FORT WORTH, TX 11:06 AM Bid Date: 11-Dec-14 Bid Time: 0.5625 Revised 10/02 Item Description Bid Bid No. Qty Unit Unit Amount CHANGE ORDER REQUEST#5 0.00 0.00 PULVERIZATION &OVERLAY OF CAYLOR RD 0.00 0.00 0.00 0.00 0.00 0.00 8" PULVERIZATION & CEMENT STABILIZATION 11620 SY 7.00 81,340.00 CEMENT FOR STABILIZATION 151 TN 210.00 31,710.00 2" HMAC TYPE D PAVING 11620 SY 10.50 122,010.00 TRAFFIC CONTROL 1 LS 3,350.00 3,350.00 0.00 0.00 TOTAL CHANGE AMOUNT $ 238,410.00 0.00 0.00 0.00 0.00 NOTE: PRICE ASSUMES CONTRACT TIME TO BE EXTENDED TO JUNE 30, 2016 0.00 0.00 AS TO ALLOW FOR TANK COMPLETION AND ABSENCE OF ANY 0.00 0.00 HEAVY TRUCKING NEEDED. 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 CERTIFICATE OF INTERESTED PARTIES FORM 3.295 loll Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 12016-71746 North Texas Contracting, Inc. Fort Worth,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 06/16/2016 being filed. City of Fort Worth Date A knowledged: //�, 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. 02111 Pulverize&Overlay existing asphalt on Caylor Rd Nature of interest 4 Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary Fusilier,Zach Fort Worth,TX United States X Louy,Jay Fort Worth,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. .-21--, /zv.—,— I- ignature of authorized agent of contracting business entity AFFIX NOTARY STAMP/SEAL ABOVE LL /� Sworn to and subscribed before me,by the said r V S t L.I EJZ this the �c r. day of JVD 20 '1(ef ,to certify which,witness my /d and seal of office. �00111111111l//////�� i Signature of officer administering oath Printed name of officer administering oath Title of officE*dr6ini e h Forms provided by Texas Ethics Commission www.ethics.state.tx.us City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 8/2/2016 -Ordinance No.22321-08-2016 DATE: Tuesday,August 2,2016 REFERENCE NO.: **G-18788 LOG NAME: 60CAYLOR TANK-CO3 N CAYLOR RD PAVEMENT SUBJECT: Authorize Execution of Change Order No. 3 with North Texas Contracting, Inc.,in the Amount of$240,000.00 for a Revised Contract Amount of $4,939,695.38,for the Construction of the Caylor Ground Storage Tank Located at 12701 N. Caylor Road and Provide for Additional Project Contingencies and Staff Costs for a Revised Total Project Amount of $5,881,169.00 and Adopt Appropriation Ordinance (COUNCIL DISTRICT 7) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached Appropriation Ordinance increasing estimated receipts and appropriations in the Water Capital Projects Fund in the amount of$60,000.00; and 2. Authorize an execution of a Change Order with North Texas Contracting Inc., in the amount of$240,000. 00 for the construction of the Caylor Ground Storage Tank and related water and drainage improvements,located at 12701 N. Caylor Road. DISCUSSION: On July 23,2013 (Mayor and Council Communication(M&C) C-26358),the City Council authorized an Engineering Agreement with Kimley-Horn in the amount of$422,850.00 for the design and engineering related construction services for the second Caylor Tank. On September 9,2014 (M&C C-26963), Amendment No. 1 (44676-A1),was authorized for$143,200.00. Subsequently, an Administrative Amendment No. 2(44676-A2)was authorized for$34,400.00 and executed on November 23,2015. Currently,the total project design contract amount is$600,450.00. On March 3,2015 (M&C C-27218),the City Council authorized execution of a construction contract with North Texas Contracting Inc., in the amount of $4,590,118.94. To date,two Administrative Change Orders have been executed: Change Order No. 1 (46528-CO1)for$60,532.44 and Change Order No. 2 (46528-CO2)for$49,044.00,for a revised contract amount of $4,699,695.38. This additional funding is being requested for the rehabilitation of North Caylor Road which is located next to the water tank site. As part of tank construction,water lines were located within portions the North Caylor Road right-of-way. Rehabilitation of the roadway is required and through an Inter-Department Agreement,Transportation and Public Works and the Water Department will share in the cost of this improvement which extends from Keller-Haslet Road to Sunset Circle- 80 percent TPW,20 percent Water. Under this Change Order,the contractor will provide all necessary labor,material and equipment to perform this work,as well as traffic controls and other incidentals. In addition to the Change Order No. 3 amount of$240,000.00 being approved, an additional$20,000.00 is included for project management, Staff time and inspection, for a total project cost of$5,881,169.00. This project is expected to be complete by December 2016. M/WBE OFFICE: A waiver of the goal for MBE/SBE subcontracting requirement was requested by the department and approved by the Mf WBE Office,in accordance with the M/WBE or BDE Ordinance,because the purchase of goods or services from source(s)where subcontracting or supplier opportunities are negligible. The project is located in COUNCIL DISTRICT 7. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance,funds will be available in the capital budget of the Water Capital Projects Fund and the General Capital Projects Fund. The Fiscal Year 2016 Water Operating Budget includes appropriations of$26,068,353.00 for the purpose of providing Pay-As-You-Go funding for Water Capital Projects. After this transfer for Fiscal Year 2016,the balance will be$6,570,537.00. FUND IDENTIFIERS (,FIDs): TO Department Project Budget Reference# Fund ID Account ID ProgramActivity year (Chartfield Amount 2) 1) 59601 0600430 5740010 CO2111 C01880 2016 $40,000.00 1) 59601 0600430 5110101 CO2111 C01885 2016 $20,000.00 1) 59601 0600430 4956001 CO2111 C01880 2016 $60,000.00 FROM Department Project Budget Reference# Fund ID Account ID ProgramActivity year (Chartfield Amount 2) 2) 59601 0600430 5740010 CO2111 C01880 2016 $40,000.00 ' 2) 30100 0200431 5740010 CO2111 C06280 2016 $200,000.00 CERTIFICATIONS: Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: John Cannan (8246) Additional Information Contact: Riad Nusrallah (2729) Farida Goderya (8214) ATTACHMENTS 1. 60CAYLOR TANK CHANGE ORDER 3 FOR N CAYLOR RD PAVEMENT water AO.docx