Loading...
HomeMy WebLinkAboutContract 49058-CO1 FORT WORTH. City of Fort Worth CITY SECRETARY S .CO Change Order Request BreakdownPONTRACTNO._ Project Namel Playground Improvements at Arrow S,Camp Joy,Harvey St., Southcreek, City Sec# 1 49058 Client Project#(s)l 02463,02464,02465,02467,02468,02470,02466,02326,02191, Contractorl Northstar Construction LLC PM Carlos Gonzalez Inspectorl James Diver Change Order Submittal# Date 8/29/2017 Dept. PACSD Contract Time Totals CD Original Contract Amount $1,181,438.00 $1,181,438.00 Extras to Date $0.00 Credits to Date $0.00 Pending Change Orders(in M&C Process) $0.00 Contract Cost to Date $1,181,438.00 $1,181,438.00 Go tc.ADD&DEL Tabs to Enter CC Backup $279,640.00 $279,640.00 60 Revised Contract Amount $1,461,078.00 $1,461,078.00 Original Funds Available for Change Orders $0.00 $0.00 Remaining Funds Available for this CO $0.00 Additional Funding(if necessary) $279,640.00 $279,640.00 CHANGE ORDERS to DATE(INCLUDING THIS ONE)AS%OF ORIGINAL CONTRACT 23.67% MAX ALLOWABLE CONTRACT AMOUNT(ORIGINAL CONTRACT COST+25%) $1,476,797.50 JUSTMATION(REASON.S)FQIt C1M6E ORDER d The Park&Recreation Department(PARD)held a meeting with the Monticello neighborhood group to obtain public input and select playground equipment for Monticello Park.Upon selection of the preferred equipment, PARD Staff proceeded with preparation of construction documents. To reduce the amount of project time for the Monticello playground replacement and due to the relative work been done in this project the City of Fort Worth requested the contractor for a change order.Additional funding specifically assigned for use at Mallard Cove,Hallmark, Lincolnshire,and Shackleford Parks will be used to install new,or fix existing park amenities.These improvements are based on public input and necessity,and include trail extensions and the replacement/installation of park benches. Attested b • =: � 0: ,_ gryClt� see .. J. er, XAS .� Tv . M&C: 3 s 89r 68Zg5 � � FOR' � City of Fort Worth Change Order Additions Project Name Playground Improvements at Arrow S,Camp Joy,Harvey St,Southcreek,Summerbrook,Titus Paulsel,Monticello, City Sec# 49058 Client Project# 02463,02464,02465,02467,02468,02470,02466,02326,02191, Contracto Northstar Construction LLC PMJ Carlos Gonzalez Inspector James Diver Change Order Submittal# 0 Date 1 9/2017 ADDITIONS ITEM DESCRIPTION DEPT Qty Unit Unit Cost Total PARK 7T—Project Sign PA A 7 Demo(See Page 17 0 ) 77 Installbon of two 6'bench areas with a 71 SF concrete pa PA 5 . 7 oncrete Walk/Bench Pad/Trash Can Receptacle Pad( e Page o ) 0 =- 7-05 213 SF of Concrete Playground Pad 8 one()PlaygrounTRamp( ee age —PA—CSU— 7Playground Equipment(See Page 19 o 1,I mA 7-7 ADA Playground Ramp(See Pagel 8 o P A 7- ench(See age A 7 7rash Receptacles(See Page 18 of ) PA2.00000000 A 0. 7- Remove Existing Table an Install a ccessible able 8 One Picnic a D L 7TM 7- Playgroun urfacing an Drainage(See age o PA 0 0 7- Site Erosion Control/Tree Protection(gee Page 18 o ) PAGSD 1.00000000 $1,900 Q0 7-13 Site Mass Grading(See Page 18 of PA L 7-14 Grass Establishment(See Page 18 o ) PA L 7-7--Change Order Allowance UNIT 8 BASEBID ITE -MALLARD COVE PARK Soccer Goals(see page 23 of ) PA A occer oafs Nets D A Bench see page 23 o ) PA ,7 Concrete Picnic talion with One Picnic Table(See age 5 o?76) PA 0 5 Trash Receptacles(see page 23 of ) 20.00 UNIT 9 BASE BIDIHALLMARK PARK Projectign PACSD 0-02 Concr—et—eWalk and Playground Entrance(See Page 20 of ) PACSD 3,520.000000006.00 Remove0-03 an Replace Existing Tables with two 6'Picnic Tables(See age o A 0 L 7 Site Mass Grading(See Page 20 o PA 5 Grass Establishment(See Page 20 o ) L000.06 UNIT 10 BASEBID ITEM-LINCOLNSHIRE PA 10-01 Project ignPA EA 10-02 Bench(See page 21 o PACSD 1.0000moo EA S1 790.00 10-03 Basketball Goal(See page 21 of ) P A "r RO-0 Concrete ports Court incl. Reinforcing Toe(See page of PA 75. a 56 Basketballout tripping(gee page of ) A A 51.304. Mass Grading(See page o A L 500 Grassing(See page 21 o ) l MWO L UNIT 11 BASE BID I HA KL PARK 1 Post and ale Installation see page of ) PA 5 Bench(See page 22 o A ,7 Concrete Picnic Station with One 8'HC Picnic Table(See Page 22 of PA ,7 Bench a Installation o FW Benchee page of ) —557. 5 rash eceptacles( ee page o PA PACSD $279,640.00 Sub Total Addibons Change Order Additions Page 1 of 1 o � Fo r� Wogs City of Fort Worth T" Change Order Deletions Project Name I Playground Improvements at Arrow S,Camp Joy,Harvey St,Southcreek,Summerbrook,Titus Pau lsel, City Sec# 49058 Client Project# 1 02463,02484,02465,02467,02468,02470,02466,02326,02191, ContraClOrl Northstar Construction LLC PM1 Carlos Gonzalez Inspector James Diver Charge Order Submittal# 0 Date 8/29/2017 DELETIONS ITEM DESCRIPTION DEPT Qty Unit Unit Cost Total PACSD $0.00 Sub Total Deletions Change Order Deletions Page 1 of 1 MISBE Breakdown for this Change Order M/SBE Sub Type of Service Amount for this CO Martinez Construction Service Site Amenities/Fumishing $25,57 75 Total $25,572.75 Previous Change Orders CO# DATE AMOUNT Total $0.00 Routing Assigned To: Due Date: Assigned By: Due Time: Links 5 Fortworthgov/PAR/CO2463 - Playground Replacement at 6 Parks/Contractor/Change Orders/Change Order 1 Breakdown 9 Park Site.xls Fortworthgov/PAR/CO2463 - Playground Replacement at 6 Parks/Contractor/Change Orders/C-28357 Northstar Change Order No.l.pdf Fortworthgov/PAR/CO2463 - Playground Replacement at 6 Parks/Contractor/Change Orders/CO1 49058 ComplianceMemo.pdf Fortworthgov/PAR/CO2463 - Playground Replacement at 6 Parks/Contractor/Change Orders/MC FID ATTACHMENT Playground Ren. Change Order.pdf Fortworthgov/PAR/CO2463 - Playground Replacement at 6 Parks/Contractor/Change Orders/CO#1-MBE (002).odf Attachments(0) No Attachments have been added to this form. OFFICIAL RECORD CITY 5L:C ETAM',' FT.WORTH,TX FORT WORTH. city of Fort worth •-- Change Order Request Approval (Change Order Breakdown Available in Links) For Change Order Submittal No.: COSub-01 Change Order No.: Pa - COApp01 Date Started: 2017-09-01 City Sec. No.: 49058 Date Due: 2017-10-21 Project Name: Playground Improvements for Arrow, Camp Joy, Harvey Street, Southcre... Project Numbers: 02463, 02464, 02465, 02467, 02468, 02 DOE Numbers: Project Playground Improvements at Arrow S, Camp Joy, Harvey St., Description: Southcreek, Summerbrook, Titus Paulsel, Monticello, Mallard Cove, Hallmark, Lincolnshire and Shackleford Project Manager: Carlos Gonzalez City Inspector: James Diver Contractor: Northstar Construction LLC COUNCIL ACTION (If Required): M&C Log Name: 80PLAYGROUND REN. CHANGE ORDER NO. 1 M&C Number: C-28357 M&C Date: 2017-08-29 COST AND DAYS SUMMARY: Requested Department: Cost($) Fund Account Center: Days: PAR $ 67,425.00 30100-0800450-5740010--CO2466-1 60 PAR $ 115,825.00 34014-0800450-5740010--CO2466-1 0 PAR $ 20,260.00 39302-0800450-5740010--CO2326-i 0 PAR $ 36,220.00 39302-0400450-5740010--CO2191-1 0 PAR $ 28,740.00 30100-0800450-5740010--CO2324-i 0 PAR $ 11,170.00 30100 & 39302-0800450-5740010-- 0 Total Cost: $ 279,640.00 Total Requested Days: 60 rFICIAL RECORD FTAKY 567 �g9j �� /rysFCq�90gTf� `. City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, August 29, 2017 REFERENCE NO.: **C-28357 LOG NAME: 80PLAYGROUND REN. CHANGE ORDER NO. 1 SUBJECT: Authorize Execution of Change Order No. 1 to City Secretary Contract No. 49058 with Northstar Construction, LLC, in the Amount of$279,640.00 to Include Playground Improvements at Monticello Park, and Park Improvements at Mallard Cove Park, Hallmark Park, Lincolnshire Park and Shackleford Park, for a Revised Contract Amount of$1,461,078.00 and Provide for Additional Project Management Costs in the Amount of$53,673.91 (COUNCIL DISTRICTS 7, 5 and 8) RECOMMENDATION: It is recommended that the City Council authorize the execution of Change Order No. 1 to City Secretary Contract No. 49058 with Northstar Construction, LLC, in the amount of$279,640.00, to include playground improvements at Monticello Park, and park improvements at Mallard Cove Park, Hallmark Park, Lincolnshire Park, and Shackleford Park, for a revised contract amount of$1,461,078.00. DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize the City Manager to execute Change Order No. 1 with Northstar Construction, LLC, in the amount of$279,640.00 to provide for an additional playground renovation at Monticello Park (CD 7) and additional park improvements at Mallard Cove Park (CD5), Hallmark Park (CD 8), Lincolnshire Park (CD 8) and Shackleford Park (CD 8). On March 21, 2017, (M&C C-28155) the City Council authorized execution of a contract with Northstar Construction, LLC, in the amount of$1,181,438.00 for the construction of playground improvements at Summerbrook, Titus Paulsel, Southcreek, Arrow S, Camp Joy and Harvey Street Parks. Funding for the change order is as follows: iPark Source �� Current proposed Total II M&C Appropriation Monticello 30100 - General 18738 J $67,425.00 N/A r$67,425.00 Capital Projects I _ Monticello 34014 - 2014 Bond 200.00 Program $145,200.00 N/A $145, Mallard 39302 - PACS Gas Cove Lease Cap Proj [G-17788 $32,352.31 N/A $32,352.31 Legacy 39302 - PACS Gas Hallmark Lease Cap Proj G-17586 $40,562.91 N/A $40,562.91 Legacy Lincolnshire 130100 - General FG-18738 $34,749.57 N/A34 749.57 ;Capital Projects 39302 - PACS Gas Lincolnshire Lease Cap Proj G-18135 $18,784.26 N/A j $18,784.26 Legacy 39302 PACS Gas Shackleford Lease Cap Proj - $20,000.00 N/A $20,000.00 (Legacy Shackleford 30100 - General F $10,405.37 N/A $10, Capital Projects 405.37 Totals �— �FF $369,479.42 $369,479.42 This project will be funded through the 2014 Bond Program, General Capital Program and Gas Well Revenue. Available resources within the General Fund will be used to provide interim financing for the expenses incurred in the 2014 Bond Program until debt is issued. Once debt associated with this project is sold, bond proceeds will reimburse the General Fund in accordance with the statement expressing official intent to reimburse, that was adopted as part of the ordinance canvassing the bond election (Ordinance No. 21241-05-2014). The Park & Recreation Department (PARD) held a meeting with the Monticello neighborhood group to obtain public input and select playground equipment for Monticello Park. Upon selection of the preferred equipment, PARD Staff proceeded with preparation of construction documents. Additional funding specifically assigned for use at Mallard Cove, Hallmark, Lincolnshire, and Shackleford Parks will be used to install new, or fix existing park amenities. These improvements are based on public input and necessity, and include trail extensions and the replacement/installation of park benches. Staff has reviewed the change order proposal and found it to be consistent with current average unit price costs received for park improvements projects with a similar scope. To complete these added projects, the contract time will be extended by 60 calendar days. An annual maintenance cost of$2,798.00 is expected for the project. Construction associated with this change order is anticipated to commence in January 2018 and be completed by March 2018. Contract original time was 214 calendar days. MMBE OFFICE: NorthStar Construction, LLC, is in compliance with the City's BDE Ordinance by committing to an additional nine percent MBE participation on this Change Order No. 1. The City's MBE goal on this Change Order or extra work is nine percent. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as appropriated, of the 2014 Bond Program, the General Capital Projects and the PACS Gas Lease Capital Projects Legacy Funds. FUND IDENTIFIERS (FIDS): TO _ Fund�D p mart ent ccoun Project Program ctiv�y Budget Reference # mount ID ID YearChartfield 2 FROM Fund Department ccoun Project Program` ctivity Budget Reference # �rnounl ID ID Year Cha Reference 2 CERTIFICATIONS: Submitted for City Manager's Office by: Susan Alanis (8180) Originating Department Head: Richard Zavala (5704) Additional Information Contact: Carlos Gonzalez (5734) ATTACHMENTS 1. CO1 49058 ComplianceMemo.pdf (CFW Internal) 2. Form 1295 CO No1.pdf (Public) 3. MAP CHANGE ORDER NO. 1 .pdf (Public) 4. MC FID ATTACHMENT Playground Ren. Change Order.xlsx (CFW Internal) 5. SAM Northstar Construction LLC.pdf (CFW Internal) CITY OF FORT WORTH CONTRACT COMPLIANCE MEMORANDUM Change Order, Amendment or Extra Work THIS FORM MUST BE ATTACHED TO THE ROUTING "M & C" BEFORE LAW DEPARTMENT AND CITY MANAGER APPROVAL To: Carlos Gonzalez Project Manager From: Melani Valle (817) 212-2675 M/WBE Office Staff Extension Date: July 03, 2017 In the Amount of $279,640.00 PACS- 02463, 02464, 02465, 02468, 02470 DOE/ r ' ct No. Project/Bid: Change Order No. 1 Playground Renovations at Arrow S, Camp Joy, Harvey St., Southcreek, Summerbrook and Titus Paulsel Parks 1. Compliance with the City's Business Diversity Enterprise (BDE) Ordinance has been achieved by the following method: b) Northstar Construction, LLC is in compliance with the City's BDE Ordinance by committing to an additional 9% MBE participation on this Change Order No. 1 . The City's MBE goal on this Change Order or extra work is 9%. IaCL �� x�,E �IOD LU 1 0)y I COCL I '0. I III II 9 �� 4 ILII 'x I� Iloilo�� _�11111111 MINIM :ommm=moo ATTACHMENT IA Page 1 of 4 FORT WORTH City of Fort Worth Minority Business Enterprise MBE Subcontractors/Suppliers Utilization Form OFFEROR COMPANY NAME: Check applicable block to describe Northstar Construction, LLC I Offeror PROJECT NAME: M/W/I]BE vi NON-MfW/DBE Playground Renovations at Arrow S.Camp Joy,Harvey Street.Southcreek,Summerbrook.and Titus Paulsel Parks BID DATE a1/os/zo17 City's MBE Project Goal: Offerors MBE Project Commitment: PROJECT NUMBER 8 % 1 9.1 % 02463,02464,02465,02467,02468,02470 Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications. MBEs listed toward meeting the project goal must be located in the six(6) county marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant, Dallas, Denton,Johnson, Parker, and Wise counties. Prime contractors must identify by tier level of all subcontractorstsuppliers. Tier: means the level of subcontracting below the prime contractor/consultant i.e. a direct payment from the prime contractor to a subcontractor is considered 1t tier, a payment by a subcontractor to its supplier is considered 2nd tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and counting those dollars towards meeting the contract committed goal. ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA)or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the Offeror will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner-operated, and receive full MBE credit. The MBE may lease trucks from non-MBEs, including owner-operated, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev.2/10/15 FORTWORTH ATTACHMENT 1A Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE fines are to be listed first,use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTOR/SUPPLIER ° Company Name T n Detail Detail Address I M W Subcontracting Supplies Dollar Amount Telephone/Fax e B B M Work Purchased Email r E E B Contact Person E Martinez Construction 1 Site Amenities/ 25,572.75 Services Furnishing 836 Big Sky Lane � F]Ft. Worth, TX 76131 817-975-8641 817-847-8641 Ruben Martinez ❑ ❑ ❑ ❑ ❑ ❑ Rev.2/10/15 rORT WORTH ATTACHMENT 1A Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers $ 25,572.75 Total Dollar Amount of Non-MBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 25,572.75 The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval o Change(Addition form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The Offeror shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one(1)year. Hel"M r Authorized Sianature Printe Signature President Title Contact NaffmM ie(H different) Northstar Construction, LLC 817-244-8885 817-244-8886 Compsny Nems Telephone and/or Fax 2112 Solona Street mikegnorthstar9lcom Address E-mail Address Fort Worth, Texas 76117 06/14/2017 CRAtateop Date Rev.2/10/15 CERTIFICATE OF INTERESTED PARTIES FORM 1.295 loft 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. 2017-230868 Northstar Construction,LLC Fort Worth,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party tot the contract for which the form is 06/29/2017 being filed. City of Fort Worth Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identity the contract,and provide a description of the services,goods,or other property to be provided under the contract. City Secretary Contract#49058 Change Order#1 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary Heimlich,Michael 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 ,,,,a„nrrurrrgp . PRyp 9�iy• •� Signature of authorized agent of contracting business entity AFFIX 40TA12Y� P ,,y��� ABC@E E sworn to ei�, bre rpd'by the said Michael Heimlich this the 29th day of June Zo 7 toy phpWQs's my hand and seal of office. Sandy Q. Martinez Notary Public-Texas Signature o fficer admin stering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texa&FthjcsCssion www.ethics.state.tx.us Version V1.0.883 r-F - CITY SECRETARY` FT.WORTH,TX