Loading...
HomeMy WebLinkAboutContract 51569-CO3 FORT WORTH City of Fort Worth CITY SECRETARY C0NT.�,CTNO. 515bq CA3 Change Order Request Project Name:I Water, Sewer&Paving Improvements for Lake Shore City Sec No.: 51569 Project No.(s): 56002/39407/0100-0600430/0200431 1 DOE No. N/A City Proj. No.: 100743/100830 Pro'�t Description: Water and Sanitary improvement followed by street rehabilitation on various streets, Lake Shore Streets. RECEIVE� im 29 2020 Contractor: Woody Contractors, Inc. Change Order# 0 Date: 1/15/2020 Oayo f fo r . "loject Mgr. Lawrence Hamilton City Inspector: Steven Aguirre O�S�R PPP�hoone Number: 817-392-2626 Phone Number: 817-392-8306 Dept. Water Sewer TPW Totals Contract Time (Calender days) Original Contract Amount $850,911.50 $687,113.00 $1,609,695.00 $3,147,719.50 365 Extras to Date $41,794.00 $57,844.00 $99,638.00 037 Credits to Date Pending Change Orders(in M&C Process) Contract Cost to Date $850,911.50 $728,907.00 $1,667,539.00 $3,247,357.50 402 Amount of Proposed Change Order $41,734.00 $390,642.93 $432,376.93 210 Revised Contract Amount $892,645.50 $728,907.00 $2,058,181.93 $3,679,734.43 612 Original Funds Available for Change Orders $42,546.00 $34,356.00 $80,485.00 $157,387.00 Remaining Funds Available for this CO $42,546.00 $22,641.00 $65,187.00 Additional Funding(if necessary) 1 $368,001.93 $368,001.93 CHANGE ORDERS to DATE(INCLUDING THIS ONE)AS%OF ORIGINAL CONTRACT 16.90% MAXALLOWABLE CONTRACTAMOUNT(ORIGINAL CONTRACT COST+25%) $3,934,649.38 JUSTIFICATION (REASONS) FOR CHANGE ORDER Water main replacement on the TxDOT project necessitated the replacement of the water main on Lindsey Street from E.Rosedale Street to Avenue G,with subsequent permanent pavement trench repair. However,due to the very poor condition of the indicated segment of Lindsey Street,which further deteriorated after water main replacement, it is necessary to conduct pavement rehabilitation to include, curb and gutter and driveway approach installation and pulverization,with an asphalt overlay, in order to restore the existing roadway surface to an equal or better condition prior to construction. The Transportation and Public Works Department would like to also rehabilitate the roadway from Avenue G to the Dead-End,in order to completely rehabilitate Lindsey Street.Due to close proximity of an ongoing construction,staff recommends that Lindsey Street rehabilitation be added to the GEHC Project via Change Order No. 3. During pavement rehabilitation on Handley Drive, previously unknown pockets of reinforced concrete base(which must be removed) were encountered under the existing asphalt pavement. Change Order No. 3 will also provide for the removal of the reinforced concrete base and the installation of 10-inches of flex base in order to be able to pulverize and overlay the roadway as originally bid. It is unddrsto a greed e acceptance of this Change Order by the contractor constitutes an accord and satisfaction and represents payment in full(both time and mo for all costs arising out of,or incidental to,the above Change Order. Contractor's Company Name Contractor Name Contractor Signature Date Woody Contractors, Inc. Troy Woody - — In ector 04 Date Pr ject Manager Date eatie (-n-aODirector(Wa r Dept Construction S pervisor(TPW Dept) Date T. S { Z 2 L+c) —✓ l /G S, Ass' ne Date Assista t City Manager, D to Council Action(If Required) :5 0711 M&C Number 20-0037 M&C Date Approved 2 20 N� ►aas: ao� -5 � F Fpiz-r Wc)wrx City of Fort Worth Change Order Additions Project Name Water, Sewer&Paving Improvements for Lake Shore City Sec No.: 51569 Project No.(s): 56002/39407/0100-0600430/0200431 DOE No. N/A City Proj. No.: 100743/1008 Project Water and Sanitary improvement followed by street rehabilitation on various streets, Lake Shore Streets. Description Contractor Woody Contractors, Inc. Change Order: Date: 1/15/2020 City Project Mgr. Lawrence Hamilton City Inspector F Steven Aguirre ADDITIONS ITEM DESCRIPTION DEPT Qty Unit Unit Cost Total 1 Remove Curb and Gutter Water 314.473 LF $5.75 $1,808.22 2 Install new Curb and Gutter Water 300.000 LF $29.90 $8,970.00 3 Install new Concrete Driveway Water 722.000 SF $9.20 $6,642.40 4 2"Surface Course Asphalt,"Type D" Water 762.500 SY $12.65 $9,645.63 5 Water Valve Concrete Collar Adjustments Water 2.000 EA $517.50 $1,035.00 6 Water Meterbox(miscellaneous adjustments) Water 3.000 EA $69.00 $207.00 7 Sewer Manhole Concrete Collar Adjustment Water 1.000 EA $701.00 $701.00 8 Top Soil Water 20.000 CY $34.50 $690.00 9 Sod Water 75.000 SY $9.20 $690.00 10 Pavement Pulverization, 10" Water 762.500 SY $6.90 $5,261.25 11 Cement Stabilization Water 14.000 TN $281.75 $3,944.50 12 RoadBond EN1 Water 15.500 GAL $138.00 $2,139.00 1 Remove Curb and Gutter TPW 1,985.527 LF $5.75 $11,416.78 2 Install new Burb and Gutter TPW 2,000.000 LF $29.90 $59,800.00 3 Remove Concrete Driveway TPW 2,087.000 SF $1.73 $3,610.51 4 Install new Concrete Driveway TPW 1,365.000 SF $9.20 $12,558.00 5 2"Surface Course Asphalt, "Type D" TPW 3,102.580 SY $12.65 $39,247.64 6 Top Soil TPW 100.000 CY $34.50 $3,450.00 7 Sod TPW 375.000 SY $9.20 $3,450.00 8 Pavement Pulverization, 10" TPW 3,102.500 SY $6.90 $21,407.25 9 Cement Stabilization TPW 57.000 TN $281.75 $16,059.75 10 RoadBond EN1 TPW 58.500 GAL $138.00 $8,073.00 11 Water Meterbox(miscellaneous adjustments) TPW 11.000 EA $69.00 $759.00 12 Sewer Manhole Concrete Collar Adjustment TPW 1.000 EA $701.00 $701.00 13 12" Concrete Removal TPW 7,000.000 CY $12.53 $87,710.00 14 10"FlexBase TPW 3,000.000 SY $40.80 $122,400.00 Water $41,734.00 Sewer TPW $390,642.93 Page 2 of 4 Additions Sub Total $432,376.93 FORT VVORTH City of Fort Worth Change Order Deletions Project Name Water, Sewer&Paving Improvements for Lake Shore City Sec No.: 51569 Project No.(s): 56002/39407/0100-0600430/0200431 DOE No. N/A City Proj. No.: 100743/1008 Project Description Water and Sanitary improvement followed by street rehabilitation on various streets, Lake Shore Streets. Contractor Woody Contractors, Inc. Change Order: ® Date 1/15/2020 City Project Mgr. Lawrence Hamilton City Inspector: Steven Aguirre DELETIONS ITEM IDESCRIPTION DEPT My Unit Unit Cost Total Water Sewer TPW Page 3 of 4 Deletions Sub Total W WBE Breakdown for this Change Order MWBE Sub Type of Service Amount for this CO J Total $0.00 previous Change Orders co# DATE AMOUNT ----_ Total $0.00 Page 4 of 4 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. Signature lawn wGr- 9--3—"f/toyv Name of Employee Title (`� a Yfvb"ti;� Attested byre ". 'iv Allison Tidwell,Asatdtant to the City Secretary P. ...Ns. ; OFFICIAL RECORD CITY SECRETARY � � | j � � / /� � � � E � / \ , �|««! ! .l� .� , ®��° °\} |2 | � Q � || ;� � u;ll � � n»- . | . �� «� . E �k � § : � § , § ` | ( | e ! � � I � � § # « � ! ! � � | ƒ | 2 , 7 | ! ' . $ I | « | } �| � | , | �� \ - ! � | ! 7 | k � 4 ! | | City of Fort Worth, Texas Mayor and Council Communication DATE: 01/14/20 M&C FILE NUMBER: M&C 20-0037 LOG NAME: 60VARIOUS ST IMPROV CO3-WOODY CONTRACTORS, INC. SUBJECT Authorize Execution of Change Order No.3 in the Amount of$432,376.93 and the Addition of 150 Calendar Days to Contract with Woody Contractors, Inc.,for Construction of Combined Street Paving Improvements and Water and Sanitary Sewer Main Replacements on Four Street Segments,for a Total Revised Contract Amount of$3,679,734.43,Adopt Appropriation Ordinances and Update the FY 2020-2024 CIP(COUNCIL DISTRICT 5) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the amount of$101,734.00 in the Water and Sewer Capital Projects Fund transferred from available funds within the Water&Sewer Fund (City Project No. 100830); 2. Adopt the attached appropriation ordinance to adjust the receipts and appropriations in the General Capital Projects Fund by decreasing receipts and appropriations in the Contract Street Maintenance programmable project(City Project No. P00020)in the amount of $222,267.00 and increasing receipts and appropriations in the Handley Drive project(City Project No. 100743) by the same amount;and 3. Authorize execution of Change Order No.3 in the amount of$432,376.93 and the addition of 150 calendar days to the project schedule to City Secretary Contract No. 51569 with Woody Contractors, Inc.,for construction of combined street paving improvements and water and sanitary sewer main replacements on four street segments,thereby increasing the contract amount to$3,679,734.43. DISCUSSION: On November 6,2018, Mayor and Council Communication (M&C C-28924),the City Council authorized a contract with Woody Contractors, Inc., in the amount of$3,147,719.50 for construction of combined street paving improvements and water and sanitary sewer main replacements on Grayston Street(Casa Loma Terrace to S. Cravens Road), Elgin Street(Dillard Street to Stalcup Road), Handley Drive(Meadowbrook Drive to East Lancaster Avenue)and Casa Loma Terrace(North Dead End to South Dead End), ("GEHC Project"). The contract was subsequently revised by Change Order No. 1 in the amount of$44,868.00 administratively authorized on July 1,2019 and Change Order No.2 in the amount of$54,770.00 administratively authorized July 29,2019. On September 25,2012(M&C C-25880,CSC 43904),the City entered into an Advanced Funding Agreement with the Texas Department of Transportation letting the contract for the construction of East Rosedale Street from Miller Avenue to I. H.820("TxDOT Project'). Water main replacement on the TxDOT project necessitated the replacement of the water main on Lindsey Street from East Rosedale Street to Avenue G with subsequent permanent pavement trench repair. However,due to very poor condition of the indicated segment of Lindsey Street, which further deteriorated after water main replacement, it is necessary to conduct pavement rehabilitation to include,curb/gutter/driveway approach installation and pulverization/asphalt overlay in order to restore the roadway surface to an equal or better condition than existing prior to construction.The Transportation and Public Works Department would like to also rehabilitate the roadway from Avenue G to its dead-end in order to completely rehabilitate Lindsey Street. Due to close proximity and to minimize disruption to residents, staff recommends that Lindsey Street rehabilitation be added to the GEHC Project via Change Order No.3. During pavement rehabilitation on Handley Drive, previously unknown pockets of reinforced concrete base(which must be removed)were encountered under the existing asphalt pavement.Change Order No.3 will also provide for the removal of the reinforced concrete base and the installation of 10-inches of flex base in order to be able to pulverize and overlay the roadway as originally bid. The Transportation and Public Work Department and Water Department will share the cost of this change order as follows:TPW:$390,642.93; Water:$41,734.00. In addition to the Change Order amount,$60,000.00(Water:$10,000.00; Sewer:$50,000.00)is required for inspection overage on the project Appropriations for Combined Street Paving Improvements and Water and Sanitary Sewer Main Replacements on Four Street Segments as depicted below: Project Fund Existing �Apprc dditional Project Total* Number Appropriations priations W&S Capital 100830 Projects-Fund $459,756.00 =$101,734.00 =$561,490.00 56002 WS Capital 100830 Project 2019- F$1776,741900 $0.00Fund 56016 General Capital 100743 Projects-Fund $0.00 $222,267.00 $222,267.00 30100 Street 100743 Improvements $1,117,009.00 $0.00 $1,117,009.00 Supplement- Fund 39406 Street 100743Improvements $764,992.00 F- 7 $764,992.00 2008-Fund 39407 1 ]Project Total $4,118,176.00 $324,001.00 $4,442,177.00 *Numbers rounded for presentation purposes. M/WBE OFFICE—Woody Contractors, Inc.agrees to maintain its initial MBE commitment of two percent that it made on the original contract and extend and maintain that same MBE commitment of two percent to all prior change orders up to and inclusive of this Change Order No.3. Therefore Woody Contractors, Inc. remains in compliance with the City's BDE Ordinance and attests to its commitment by its signature on the Acceptance of Previous MBE Commitment form executed by an authorized representative of its company. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinances,funds will be available in the Water and Sewer Capital Projects Fund, General Capital Projects Fund,and Street Rehabilitation Fund. Prior to an expenditure being incurred,the Water Department and Transportation and Public Works Department have the responsibility of verifying the availability of funds. Submitted for City Manager's Office bL. Dana Burghdoff 8018 Originating Business Unit Head: Chris Harder 5020 Additional Information Contact: Lawrence Hamilton 2626 0 W W W N N r r r r N N N N r r r r r C W W V7 W W w w w w W W W W U9 w w w Lq O lD 01 O O m m m m O O O O m m m m m O r A O r r O O O O r r r r O O O O O O O O O O O O O O O O O O O O O O O O V N O O N N r r O O O O N N N N N C/1 N N 01 N N V 01 V 01 N N N N V V 01 CD 0 C[iJ7 O O O O O O O O O O O O O O O O O O O O O LD l0 O O O O O O O O O A A A A A A A 0 O A A A A A A A A A y W W W W W W W N N W W W W W W W W W r r o r r o 0 0 o r r r r o 0 0 0 0 Vt Lri vi A A A A W W A A Vt l!7 (!1 A A V V V W l0 w w w w lD w W W V w w A A A r r to vi to to r r r r A cn to O O o 0 0 o rn rn rn m o 0 o O 0 0 0 o r r o 0 0 o r r W W O 0 a r r r o 0 0 0 0 0 0 o v, to P. o 0 0 0 0 0 o r r r r o 0 0 0 o r r r r r r r r r r 0 0 r r r r r 0 o O o 0 0 0 0 0 0 0 0 0 0 0 o O y 0 0 0 O o 0 0 0 0 0 0 0 0 0 0 0 4h V V o 00 � o 4h O Do 00 Qo A A W W A N w W W AN A N W w W w W W W ^ W W O W O O O r W O W O O O O O O l 1 O W o 0 0 0 O o 0 0 0 0 0 0 N N r N > r r r r r r r W W V W V V V V V V V 00 00 00 00 O D o0 00 00 00 00 00 00 n lD lD lD w w w w lD N N N N N N N N N Q LO LO lD w w w w lD O O O O O O O O O LD lD lD w w w w lD N N N N N N N N N LO LO lD lD w w w w O O O O O O O O O My N rA N r N N N w N N N N N N A N W N O V O V O O V O O A O A O O . OW VA VV V V V V O W O O O O O O O O O O O O O O O O C7 f7 C'1 W v N Uq Uq UQ (D (D (D O O O Q Q Q (D (D (D z z z O O O W W W