Loading...
HomeMy WebLinkAboutContract 38333-CO5CITY OF FORT WORTH CHANGE ORDER REQUEST 2004 CAPITAL IMPROVEMENTS PROGRAM-CONJ'RACT 48: ORIGINAL CONTRACT AMOUNT···························-·-····················................ $ EXTRAS TO DATE .................................. -....................................... $ CREDITS TO DATE ................ . ....................... -.............................. $ CONTRACT COST TO DATE............................................................................ $ AMOUNT OF PROPOSED CHANGE ORDER.................................................. $ REVISED CONTRACT AMOUNT ...................... -............................................ $ ORIGINAL FUNDS AVAILABLE FOR CHANGE ORDERS ... :,.......................... $ REMAINING FUNDS AVAILABLE FOR THIS CHANGE ORDER..................... $ ADOmONAL FUNDING (IF NECESSARY) ••••• ~ •• ~ ...... :---................................... $ WATER 382,848.00 · $ 4,aoo.oo., s $ 387,848.00· $ $ 387,6445.00 · $ 19,142.00· $ 14,342.00 . $ $ CHANGE ORDERS TO DA TE (INCLUDING THIS ONE) AS " OF ORIGINAL CONTRACT COSJ;' MAX. ALLOWABLE CONTRACT AMOUN:r (QRJGINM. CONTRACT COST+ 25%) ITEM DESC~,-, ,u ... auu,, ,..,,-~ DEPARTMENT QTY UNIT LLL: PAVING AND, DRAINAGE IMPROVEMENTS . 52. (INC.) TRAFFIC CONTROL T/PW . 8.00 59. (ADO:) 4• HMAC DRIVE TRANSISION T/PW I · 2,150.00 60. (ADD.) RO>DNAY / DRIVE MAINTENANCE T/PW 1.00 61. (ADD.) RE-STAKE AND PROCESS FILL T/PW' 1.00 62. (ADO.) RE-MOBLILIZE T/PW 1.00 IN ACCORDANCE WITH THIS CHANGE ORDER THE CONTRACTOR SHALL: CITY SECRETARY CONTRACTNO. 3i333-(!n~ SEWER T/PW TOTALS 351,339.00,-$ 1,4.11,224.42 · $ 2,153,409.42 · 71,4A.OO 1 $· 20,471.00. $ 98,738.00 · • • I $ 430,804.00· $ 1,431,695.42• $ 2,250,145.42 · $ 40,453.00 · $ 40,413.00 430,804.00. $ 1,472,151.42·.-.· 2290,808.42· 17,987.00 $ 42,337.00 · $ 21,861.00 · $ 18,517.00 · 18,517.00 % 8.31 · $ 2,811,7H.71' UNIT UNIT COST TOTAL s . $ . MU $ 2,000.00 · $ 16,000.00 SF s 4.00-$ 8,600.00 LS $ 10,392.00 $ 10,392.00 LS $· 3,471 .00 $ 3,471.00 LS $ 2,000.00 $ 2,000.00 WATER $ . SEWER $ . T/PW $ 40,413.00 SUBTOTAL A $ 40,413.00 n __ _..--the accoplanco of lllilClwve OnlorbJ the--_, _ _. _ _. r.-. ~ In lul ~-... money) far II ooolo--oul of, <K-IO. the-Chatgo Onlor. STABILE & WINN CONSTRUCTION 220WD . 52WD . DATE DATE DATE -Dl8N'PIIOVED OTIEII ~-J4J,3Q _ .... _ Contr~ci ~thorizatioa d ,~ / q _ . Date Z 11/1{ 2---ZA--II OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX " . DATE: 09/23/2010 TRANSPORTATION AND PUBLIC WORKS CHANGE ORDER JUSTIFICATION RECORD AND PROJECT SUMMARY SHEET PROJECT NAME: 2004 CAPITAL IMPROVEMENTS PROGRAM-CONTRACT 4& CHANGE ORDER f'R : 5 . INSPECTOR: LESLIE BAGBY D.0.E. N2: 5409:'. · CLIENT PROJECT f'R : P258-541200-70511~1c200-541200-20540-00450-83, PHONE f'R: (817) 392-8306 CITY SECRET ARY f'a: 38333 PROJECT MANAGER: RICHARD ARGOMANIZ PHONE f'R: (817)392-8653 COMBINED WATER SEWER !J.J!.W.. ORIGINAL CONTRACT AMOUNT $ 2, 153,409.42 . $ 'I 382,846.00 • $ · . 359,339.00' $ ... J,411,224.42.''. EXTRAS TO DATE $ 96,736.00· $ 4 ;aoo.oo. $. 71,465.00·. $ > 20,471.00••" $ s , $. $, ,.,. l CREDITS TO DATE -' -. -1· ORIGINAL AMOUNT TO D~ $ 2,250, 145.42 $ 387,646.00 · $ 430,804.00 · $ 1,431,695.42 ' AMOUNT OF PROPOSED CHANGE ORDER $ 40,463.00 $ $ $ 40,463.00 · REVISED CONTRACT AMOUNT $ 2,290,608.42 . $ 387,646.00 , $ 430,804.00 .. $ 1,472,158.42 · ORIG. CONTINGENCY FUNDS AVAILABLE FOR CHANGE ORDERS $ 79,446.00 · $ 19,142.00· $,( 17,967.00·· $ 42,337.00'..: REMAINING FUNDS AVAILABLE FOR THIS CHANGE ORDER $ 36,208.00 $ 14,342.00· $ -, $ 21,866.00 · ADDITIONAL FUNDING (IF NECESSARY) $ 18,597.00 $ $ $ 18,597.00 · REASON($) FOR CHANGE ORDER: Project. was fleld up due to elevation, of existing, Water Main Air Relea$8 manhole. The grade on; the existing Manhole was -:-. higher than the proposed curb elevation. Contractor was asked to maintain the roadWay on the North end of Canton to , . : ac:comP11date· Dr. Truman during rain while waiting on decision op th4)t' elevatiofl o~ the vyater M~in ~r ~elease:.. , · · ,M')( G . c-24-13 o · (4PPR.'Ov'"' _2.(ri {n ). \. _)_ 1 •• .. "' • ·, '.; Date -i.-24-1/ OFFICIAL RECORD CITY SECRETARY FT~ WORTH, T~ A l'l ff UZ -28 -11 P02 :57 I N PROJECT NAME: BuySpeed No (f/PW): BuySpeed No (Water): City Project No: Contract No : D.0 .E. No : Attachment to Change Order No : Today's Date: Original Contract Amount: Extras to Date: Credits to Date : Contract Amount to Date : PROJECT SUMMARY SHEET (Change Order Attachment) Canton I Church / Halbert / Van Natta CSC0-09-00053092 CSC0-09-00053790 00450 CS38333 5409 5 10/29/10 TOTAL $ 2,163,409.42 $ 1,411,224.42 $ 382,846 .00 $ 359,339.00 $ 96,736.00 $ 20,471.00 $ 4 ,800.00 $ 71,465.00 $ $ $ $ $ 2,260,146.42 $ 1 ,431,695.42 $ 387,646.00 $ 430,804.00 Amount of Proposed Change Order: $ 40,463.00 $ 40,463.00 $ $ Revised Contract Amount: Contingency Funds Avail. for Admin. Change Orders: Remaining Funds Available for Change Orders: Additional Funding (if necessary): $ 2,290,608.42 $ 1,472,158.42 $ 387,646 .00 $ 430,804.00 $ $ $ 85,304.00 $ 36,208.00 $ (18,597.00) $ 42,337 .00 $ 21,866.00 $ (18,597.00) $ 19,142.00 $ 14,342 .00 $ $ 23,825 .00 Prepared By: Christy Ezernack T/PW Construction Services City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 2/15/2011 DATE: Tuesday, February 15 , 2011 REFERENCE NO.: **C-24730 LOG NAME: 202004 CIPCONTRACT48 COS SUBJECT: Authorize Execution of Change Order No. 5 in the Amount of $40,463.00 to City Secretary Contract No. 38333 with Stabile & Winn, Inc., for Pavement Reconstruction and Water and Sanitary Sewer Main Replacements on Portions of Canton Drive , Church Street, Halbert Street and Van Natta Lane, thereby Revising the Total Contract Amount to $2,290 ,608.42 (COUNCIL DISTRICT 5) --------· ---···------------------- RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute Change Order No . 5 in the amount of $40,463.00 to City Secretary Contract No. 38333 with Stabile & Winn , Inc., for pavement reconstruction and water and sanitary sewer main replacements on portions of Canton Drive , Church Street, Halbert Street and Van Natta Lane, thereby revising the total contract amount to $2,290,608.42. DISCUSSION: On March 10, 2009, (M&C C-23392) City Council authorized the City Manager to execute a contract with Stabile & Winn , Inc. in the amount of $2,153,409.42 for the subject project. The project consists of pavement reconstruction and water and san itary sewer replacement on Canton Drive (Meadowbrook Boulevard to Craig Street), Church Street (Louise Street to Handley Drive), Halbert Street (Craig Street to Routt Street) and Van Natta Lane (Muse Street to Janice Lane). Change Order No . 1 in the amount of $23,825 .00 for relocation of existing sanitary sewer services on Halbert Street was approved administratively. Change Order No. 2 in the amount of $48,170.00 included additional relocation of sewer services, replacement of existing substandard storm drain under the street pavement and extension of transitions at the crossing streets on Canton Drive and was approved by M&C No. 24108 . Change Order No. 3 in the amount of $19,040.00 was generated to adjust existing valves of a 48-inch water main, adjustments of rim elevations of existing sanitary sewer manholes and storm drain facilities on Canton Drive and was approved administratively . Change Order No. 4 in the amount of $5,701 .00 was approved administratively to lower an existing manhole r im on Halbert Street and sanitary sewer services on Church Street. Change Order No. 5 is for additional work and materials required to adjust the street grades on Canton Drive due to the conflict with existing water main concrete vaults , additional maintenance of the roadway, additional time for traffic control barricades and additional quantities for driveways that required adjustment to suit the revised street grades. The net effect of the proposed Change Order is as follows : Water Sewer T/PW Total Original Contract Account $382 ,846 .00 $359 ,339 .00 · $1 ,411 ,224 .42 $2,153 ,409 .42 !~_hang~_~rd~!!~_!__ ___ _______ ___ ___ __ _ ~~_:_~~~ -~~~,8-~~.~~ · ~0.00 $23,825.0~ ! · Change Order No. 2 I $0.00 I $35,939 .00 $12,231.00 $48,170.00 ! . ;Change Order No. 3 . -· -------:-----$~(800 ~00l ___ $6,-000~-06 !· $8,240.00 ! $19,040.oo i - r r r---·-···-·-·-··----·-· --·----------1 !Change Order No. 4 i $0.00 j $5,701.00 !-$0.00 ! $5,701.00 j · ;Proposed Change Order No. 5 i $0.00 I $0.00 ; $40,463.00 !· $40,463.00 j fRevfsect c-ontra-c(AmounT _____ ·: .$387 :64a.oo [-$43lfao4.-oo [ $1 ,472, 1-58.42 i. $2,290,aoa:42 i ------·-·---------·-· ---·-------··------------------···-·-------· - ··--· -·· ·-· ----------· -. ----·· -------· _______ _! Contingency funds of $42,337.00 were included in the original contract for change orders related to the pavement reconstruction and drainage improvements. Previous change orders deducted $20,471 .00 from this amount leaving a balance of $21,866.00 available for additional change orders. Therefore, additional funding of $18,597.00 is required to complete the pavement reconstruction of this project. This project is located in COUNCIL DISTRICT 5, Mapsco, 79H and M, 80F, G and J . -----------------------------·----------------------- FISCAL INFORMATION / CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Street Improvements 2004 Overruns Fund . FUND CENTERS: TO Fund/Account/Centers FROM Fund/Account/Centers C203 541200 205400045083 ·-· ·-·-·--------------------------------- CERTIFICATIONS: Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS Fernando Cpsta (6122) William Verkest (7801) Richard Argomaniz (8653) 1. 00450 FAR 8 202004 CIPCONTRACT48 C05.pdf (CFW Internal) 2. 2004 CIP CONTRACT 48 CO 5 MAP .pdf (Public) 3. 202004 CIPCONTRACT48 COS FAR.pdf (CFW Internal) 4 . C203 541200 201409990100.doc (CFW Internal) $40.463 .00