Loading...
HomeMy WebLinkAboutContract 47923-CO5 CFW Change Order Approval St-COAppl l Page 2 of 3 CITY SFfT'FTARY FORT WCityof Fort Worth WNTi ,wo. 7�-�s�.�-Change Order Request Approval (Change Order Breakdown Available in Links) For Change Order Submittal No.: r5 - I Change Order No.: St-COApp11Date Started: 2018-03-22 City Sec. No.: 47923 � � Date Due: 2018-05-11 Project Name:Imark IV and Cantrell Sansom Project Numbers: 02261 DOE Numbers: DOE No Project Construction of roundabout at Cantrell Samson Rd & Mark IV Description: Parkway Project Manager: Clint Hoover City Inspector: JlKevin Chambers Contractor: JILB Contracting, LLC COUNCIL ACTION (If Required): M&C Log Name: IMark IV Parkway Final Design and Construction M&C Number: C-28621 �� M&C Date:12018-03-20 COST AND DAYS SUMMARY: Requested Department: Cost($) Fund Account Center: Days: TPW [$ 108,776.49{ 1 Total Cost: $ 108,776.49 Total Requested Days:10 Approval Status: c, 2yC F� /�s�cq�901 OFFICIAL RECORD 99r ry CITY SECRETARY FT.WORTH,TX https://projectpoint.buzzsaw.com/ bz web/Forms/ForniPrint.aspx?SiteId=51500&ProcessI... 3/22/2018 CFW Change Order Approval St-COAppI l Page 3 of 3 Approved: Yes Comments: User: Aaron Perez Date: 2018-03-22 11:07 AM Approved: Yes Comments: User: Clint Hoover IDate: 2018-03-22 1:09 PM i Action Required: y_ Ve � � 3 e- mf �XAS �. LJ �,. M&C: 3 I1 flu ���.-s�y° du� 3 1295:(7,3 Ile of - .x,103 060 u g%s OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX CFW Change Order Approval St-COAppI I Page 1 of 3 Routing Assigned To: Lissette Acevedo Due Date: 3/23/2018 Assigned By: Clint Hoover Due Time: 1:16 PM Links 1 fortworthgov/Infrastructure Proiects/02261 - Mark IV and Cantrell Sansom/Contractor/Change Orders/Change Order #5/Change Order No. 5 - Quantity Reconciliation 3.21.2018.xlsm Attachments(1) Name Author Size Type Modified (KB) %Approved M&CC- Clint Hoover 120507 Adobe Portable 3/22/2018 28621MarkIVRAB.pdf Document Format 1:16:13 PM https://projectpoint.buzzsaw.com/ bz web/Forms/FormPrint.aspx?Siteld=51500&ProcessI... 3/22/2018 3/22/2018 M&C-Council Agenda City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 3/20/2018 DATE: Tuesday, March 20, 2018 REFERENCE NO.: **C-28621 LOG NAME: 20MARK IV PARKWAY FINAL DESIGN AND CONSTRUCTION SUBJECT: Authorize Execution of Change Order No.5 to City Secretary Contract No.47923,a Construction Contract with JLB Contracting,LLC, in the Amount of$108,776.49 for Construction of Mark IV Parkway(COUNCIL DISTRICT 2) RECOMMENDATION: It is recommended that the City Council authorize the execution of Change Order No.5 with JLB Contracting, LLC, in the amount of$108,776.49 to construct a roundabout at the intersection of Mark IV Parkway at Cantrell-Sansom Road and all necessary paving,street lights,sidewalks, revised xeriscape landscaping and drainage improvements for a revised total contract in the amount of$2,997,093.69.(City Project No.02261) DISCUSSION: Change Order No.5 provides funding for final reconciling project quantity over and underruns and provides for close out processing of the project and construction contract. This construction contract will be primarily funded through the 2014 Bond Program.Available resources within the General Fund will be used to provide interim financing for these expenses 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)and subsequent actions taken by the Mayor and City Council. The following table summarizes the costs associated with this Construction Contract to date: City Project Amount Project Mayor and Council Approved No. Description Communication 02261 http://apps.cfwnet.org/ecoundl/pdrtmc.asp?id=25633&print=true&DocType=Print 1/3 3/22/2018 M&C-Council Agenda Initial 2,835,119.98 Construction C-27707 5/3/2016 Contract Contract for roundabout at Mark IV Parkway and Cantrell- Sansom Road Change $70,967.53 Temporary ditch Approved 6/1/2017 Order repair and Administratively No. 1 additional portable message sign quantity Change $3,980.00 Adjust contract Approved 6/29/2017 Order time and tree Administratively No.2 removals Change $7,718.64 Additional curb Approved 8/17/2017 rder nd gutter, Administratively No. 3 additional portable message signs, water service for original roundabout andscapin hange $29,468.95 Roundabout Approved 10/30/2017 [No. rder landscaping Administratively 4 change to eriscape (credit back to City) hange $108,776.49 Reconcile project Pending execution of Pending execution of Order quantity over and this M&C his M&C No. 5 underruns Total 2,997,093.69 In addition,to close out this project,City Secretary Contract No.46120, an Engineering Services Agreement with TranSystems Corporation d/b/a TranSystems Corporation Consultants needs to be amended in the amount of$35,125.00 for the preparation of construction plans and specifications for the construction of Mark IV Parkway and Cantrell-Sansom Road xeriscape landscaping to minimize long term maintenance costs to the roundabout,and to provide project management and construction phase services for a revised total contract amount of$287,158.50.Amendment No.3 provides funding for these final revisions that were made to the construction plans and bid documents. http://apps.cfwnet.org/ecouncif/printmc.asp?id=25633&print=true&DocType=Print 2/3 3/2212018 M&C-Council Agenda MM/BE OFFICE—A waiver of the goal for JLB Contracting,LLC,for MBE/SBE subcontracting requirements was requested by the Transportation and Public Works Department and approved by the MM/BE Office, in accordance with the MNVBE or BDE Ordinance,because the purchase of goods or services from source(s)were subcontracting or supplier opportunities are negligible. This project is located in COUNCIL DISTRICT 2. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget,as appropriated,of the 2014 Bond Fund. Prior to an expense being incurred,the participating department has the responsibility to verify the availability of funds. FUND IDENTIFIERS(FIDS): TO Fund Department ccoun Project Program ctivity Budget Reference# Amoun ID ID Year (Chartfield 2) FROM Fund Department ccoul Project JProgram ctivi Budget Reference# rm!l ID ID Year Chartfield 2 CERTIFICATIONS: Submitted for City Manager's Office by: Susan Alanis (8180) Originating Department Head: Douglas VUtersig (7801) Additional Information Contact: Lissette Acevedo (2722) ATTACHMENTS 1.C O 5 Mark IV.pdf (CFW Internal) 2.FID Mark IV.pdf (CFW Internal) 3.Form 1295 Certificate JLB Mark IV C05.pdf (Public) 4.Map Mark IV Cantrell Sansom.pd f (Public) 5.Mark IV Admin Contract.pd f (CFW Internal) 6.MBE Waiver JLB Departmental.pdf (CFW Intemal) http://apps.cfwnet.org/amuncillpdntmc.asp?id=25633&print=true&DocType=Print 313 FORT WORTH. City of Fort Worth Change Order Request Breakdown Project Namel Mark IV Parkway and Cantrell Sansom Road City Sec# 1 47923 Client Project#(s)J 02261 Change Order Submittal# Date 3/21/2018 Dept. T/PW Water Sewer Contract Time Totals CD Original Contract Amount $2,745,119.98 $2,745,119.98 250 Extras to Date $53,197.22 $53,197.22 77 Credits to Date Pending Change Orders(in M&C Process) Contract Cost to Date $2,798,317.20 $2,798,317.20 327 Amount of Proposed Change Order $108,776.49 $0.00 $0.00 $108,776.49 0 Revised Contract Amount $2,907,093.69 $2,907,093.69 327 Original Funds Available for Change Orders $140,000.00 $140,000.00 Remaining Funds Available for this CO $86,802.78 $86,802.78 Additional Funding(if necessary) $21,973.71 $21,973.71 CHANGE ORDERS to DATE(INCLUDING THIS ONE)AS%OF ORIGINAL CONTRACT 1 5.90% MAX ALLOWABLE CONTRACT AMOUNT(ORIGINAL CONTRACT COST+25%) $3,431,399.98 JUSTIFICATION (REASONS) FOk dRANGE ORDER An additional Change order is needed in order to reconcile over run and under run quantities of the contract. Over run quantities are on the Additions tab. Under run quantities are on the Deletions tab. Please refer to Supplemental Worksheet 1 and 2 for over run dates and quantity justifications. FORTWOR'rH City of Fort Worth v- Change Order Additions Project Name Mark IV Parkway and Cantrell Sansom Road City Sec# 47923 Client Project# 02261 Change Order Submittal# Date 3/21/2018 ADDITIONS ITEM DrSCRIPTION DEPT Qty Unit Unit Cost I ota 0241.0300 Remove ADA ramp 7 OTT1.1100 Remove Asph pvmt T/PW 1,025. 0 SY 6.00 8 0241.1000 Remove Conc Pvmt T PW 00.00 Y 7.66 24 3123.0101Unclassified Excavation by Plan T/PW 568.87 CY $7.26 5 3123.0103 Borrow by plan T PW --M-0,-00 Y 16-42. 7 3124.0101 Embankment by plan T/PW 500.001 CY $3.83 31 347f.0002 Portable Message Sign T/PW 52.00 WK $590,00 35 321 . 5 "Lime Treatment(49 lbs/SY) T/PW 2 45-FO SY 2.95 36 3 .0302 2"Asphalt Pvmt Type T/PW 0.00 Y 10. 0 38 21 .010 11"Concrete Pvmt T/PW 454.48 Y 78.45 39 3213.03014"Conc Sidewalk T/PW 35.50 F 4.67 0 3213.0403 8"Concrete Driveway T/PW 667.2 S $719 45 3 3.0509 Barrier ree Ramp,Type -2 T/PW 1582.00 EA 980.00 47 3216.01016" one Curb and utter T/PW LF 33. 53 33 1.0205 24"RCP, lass III T/PW LF 118.50 ---5T-3349.4105 24"Set, Pipe T/PW EA 400.00 66 3 002 4"SLD Pvmt Marking HAS Y) T PW 68 3217.02018"SLD Pvmt Marking HAS(W) T/PW LF $1.75 70 3217TMT "SLID Pvmt Marking HAE(W) T/PW 6.00 LF $5.50 7 3217.2101 REFL Raised Marker Y-l-C T/PW 1.00 EA 74 3217.210 REFL Raised Marker TY II-A-A T/PW 00 EA 4.40 75 3217.2104 REFL Raised Marker TY-II-C-R T/PW 12.00 EA 0 77 7.4307 Remove Raised Marker T/PW 477 07U .40 104 3305.0103 Exploratory Excavation of Existing Utilities T/PW 1.00 E 5.00 125 33 5.01 Manhole Adjustment,Major w/cover T/PW 3.00 EA 2,735.00 54 9999.0000 Pavement Reclamation- "Asphalt Pvmt Type D -T/PW 190.0 SY 25.8 T/PW 136,775.23 Water $0.00 Sewer $0.00 ub Total Additions 136,775. Change Order Additions Page 2 of 8 FORT'WORTH City of Fort worth v---- Change Order Deletions Project Name Mark IV Parkway and Cantrell Sansom Road City Sec# 47923 Client Project# 02261 Change Order Submittal# Date 312 112 0 1 8 DELETIONS ITEM L)Eb(;Klf'l IUN DEPT ry Unit Unit Cost I ota emovestorm Line 26 3125.0101 SWPPP >I acre T/PW 1.0 LS-- 795.00 3 3211.040 Hydrated Lime T/PW 12.9 TIN 60.00 52 3341.020121"RC , lass III T/PW .00 LF fl 06.5 67 3217.0003 4"BRK Pvmt Marking HAS(W) T/PW 44.00 L 69 3217.0202 8"SLD Pvmt marking HAS Y T/PW 24.00 L $1.75 7T-3217.050124"SLID Pvmt Marking HAE(W) T/PW 765.00 L $6.60 76 3217.4305 Remove 18"Pvmt Marking T PW 31. L 30 84 9999.0000 Install "Yield Triangles T/PW 5.00 EA $38.5U 90 2605.30314"Conduit PVC Sch 4 (T) T/PW 146.0 L . 5 109 3305.0109 Trench Safety T/PW 10. L .10 0 3305.0111 Valve Box Adjustment T/PW 2.00 EA $310.00 118 32WROO Temporary Asphalt Paving Repair T/PW 6.00 LF $37.25 11 3331.4119 8"DIP ewer Pipe T/PW 13.00 L $145.00 0 3331.420510"DIP Sewer T/PW 11. ---LP7-- . 0 126 3305.0 09 Trench Safety T PW 14.00 LF 1.1 150 9999.0 -AllowanceConstruction T/PW 1.00 LS $4,948.00 1 3301.000 Pre TV Inspection T PW 472.0 L 148 9999. Allowance-Irrigation Restoration-Medians T/PW 1. L 00 9 9999.0000 Allowance-Irrigation Restoration-Parkway T/PW 1.00 L 2,500.0 7 .0 00 Landscape Maintenace T/PW .00 L 5.00 1 T/PW $27,998.74 Water $0.00 Sewer 1 $0.00 u Total Deletions 7,998.74 Change Order Deletions Page 3 of 8 M/SBE Breakdown for this Change Order M/SBE Sub Type of Service Amount for this CO Total $0.00 Previous Change Orders CO# DATE AMOUNT Total $0.00 0-- b CERTIFICATE OF INTERESTED PARTIES FORM 1295 lofl 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. 2018-324103 JLB Contracting, LLC 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 03/08/2018 being filed. City of Fort Worth Date Acknowledged: ' Q dam" �O 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. 02261 Mark 1V Parkway-change order 5 Nature of interest 4 Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary Davis, Sam Fort Worth,TX United States X Cabaza,Aaron Austin, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is Sam Davis and my date of birth is 06/18/73 My address is 4600 Terlingua Court Fort Worth TX 76108 USA (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in Tarrant County, State of Texas on the 8thday of March 20 18 (l� (month) (year) W Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.5523 Contract Compliance Manager: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Vzo6 Name of Employee/Signature Title ❑ This form is N/A as No City Funds are associated with this Contract Printed Name Signature t IAL RECORDEECRLITARYWORTH, TX