Loading...
HomeMy WebLinkAboutContract 38362-CO3p ~ST RIBUTIO~: WHl,TE -FILE - li:ANARY -C",:)N(r RUCTION SERVICES PINK -PROJECT MANAGER GOLDENROD -CONTRACTOR CITY OF FORT WORTH CHANGE ORDER REQUEST CITY SECRETARY CONTRACTNO. 3e3'P1-(I)~ CHANGE ORDER NO J' 3 PROJECT DESCRIPTION DATE 10/3/2011 Litsey Road Phase II Interim Improvements ORIGINAL CONTRACT AMOUNT. ...................... . EXTRAS TO DATE .............................. $ CREDITS TO DATE .................................. $ D.O.E.NO N I A $ 1,081,883.13 $101 ,697.10 - 0 - PROJECT NO. C291-541200-202240090983 CITY SECRETARY CONTRACT NO. 38362 CONTRACT COST TO DATE ................................................................................................................................................ . $1 ,183,580.23 AMOUNT OF PROPOSED CHANGE ORDER ......................................................................................................................................... . $7,787 .77 REVISED CONTRACT AMOUNT... .............................................................................................................................................................. . $1 ,191,368.00 ORIGINAL FUNDS AVAILABLE FOR CHANGE ORDERS ..................................................................................................... .. $270,470 .78 REMAINING FUNDS AVAILABLE FOR CHANGE ORDERS ..................................................................................................... . $ 160,985 .91 ADDITIONAL FUNDING (IF NECESSARY) .............................................................................................................................. . PEREN TA GE (INCLUDING THIS CHA N GE ORDER) OF THE ORIG. CONTRA CT COST------------------------------------------------------------------10 .12% MAX ALLOWABLE CONTRA CT AMOUNT (ORIG. CONTRA CT + 25%) ------------------------------------------------------------------------$ 1,352 ,353 .91 IN ACCORDANCE WITH THIS CHANGE ORDER, THE CONTRACTOR SHALL: Item Descri~tion Unit Quanti!Y Unit Cost Total 67 Item 5 Unclassified Street Excavation CY 216 .00 $ 2.65 $ 572.40 68 Item 6 Unclassified Channel Excavation CY -2 ,400 .00 $ 2 .65 $ (6 ,360.00) 69 Item 18 Lime Stabilized Subgrade SY -8,850 .00 $ 2.56 $ (22,656 .00) 70 Item 19 Lime (Hydrated Lime Slurry) TN -120.00 $ 138.80 $ (16,656.00) 71 Item 21 Dense Grade Hot-Mix Asphalt TN -900.00 $ 81.87 $ (73,683.00) Item 38 Reflectorized Pavement Marking Type I (W) 4" 72 (SLD) (90 MIL) LF 960 .00 $ 1.00 $ 960.00 73 Item 40 Reflectorized Pavement Marking Type II A-A EA 105.00 $ 3 .10 $ 325.50 74 Item 43 Traffic Button Ty Y (Yellow) EA 309.00 $ 2.68 $ 828 .12 75 Item 44 Wire Fence (Type C) EA -902 .00 $ 3.25 $ (2 ,931.50) 76 Item 66 Barricades, Signs, and Traffic Handling MO 0 .50 $ 1,655 .00 $ 827 .50 77 Dense-Grade Hot-Mix Asphalt (Type B) TN 970.00 $ 91.30 $ 88,561.00 78 HDPE Flexible Drainage (4") LF 40 .00 $ 22.00 $ 880.00 79 12" Catch Basin EA 1.00 $ 632.50 $ 632 .50 80 Block Sod SF 10,375.00 $ 0.75 $ 7,781.25 81 Ditch Reshaping LF 410 .00 $ 6.30 $ 2,583.00 82 Cement Stabilized Subgrade (6") (Mix Exist Material) SY 1,390.00 $ 8.70 $ 12 ,093.00 83 Cement Dry (25 LBS\SY) TON 18 .00 $ 125.00 $ 2 ,250 .00 84 Rework Existing Flexible Base Material SY 5,890.00 $ 2 .00 $ 11,780.00 Net Change $7,787.77 It is understood and agreed that the acceptance of this Change Order by the contractor con stitutes an accord and sati sfacti< n :;;:.~ 0 .00 (both time and money) for all costs arising out of, or incidental to, the above Change Order. CITY SE CRETARY 11-02-11 A10:23 'N FT.WORTH,TX ' . CONTRACTOR'S NAME: JRJ Paving, LP ORIGINAL CONTRACT TIME 260 working days CONTRACTOR MANAGER/CONST. SER ADDITIONAL APPROVED TIME TO DATE APPROVED CONTRACT TIME TO DA TE ADDITIONAL TIME FOR THIS CHANGE ORDER 30 working days DATE DATE DATE /0 / l >, Zi:)I / COUNCIL ACTION (IF REQUIRED) DATE 9 APPROVED 9 DISAPPROVED 9 OTHER Attested by: 0 . /; (\{\~~ MartyH~tary I NO M&C REQUIRED I OFF ICIAL REC ORD CITY SECRETARY FT. WORTH, TX ' . DATE 10/3/2011 TRANSPORTATION AND PUBLIC WORKS DEPARTMENT CHANGE ORDER JUSTIFICATION RECORD PROJECT NAME: Litsey Road Phase II Interim Improvements CHANGE ORDER: / 5 DOENO. N I A INSPECTOR: Jimmy Reed, Halff Associates PROJECT MANAGER: Tariqul Islam REASON (S) FOR CHANGE: PROJECTNO C291-541200-202240090983 PHONE NO: (972) 956-0801 PHONE NO: (817) 392-2486 This Change Order VOIDS OUT Change Order No.2 dated January 25, 2010 (See attached). Change order will finish the asphalt paving, signage, and pavement markings on Litsey Road between Seventeen Lakes Drive and Cleveland-Gibbs Road. This portion of the paving has been on hold while the Litsey Road at Henrietta Creek Bridge was under construction. Change order also includes ditch improvements and pavement repairs between Seventeen Lakes Drive and Mallard Creek Street. ----------------------------------------r------------------------------------------------------------------------------------------------------------------------------------ I NSPECTO~J\. J L ~ ~ ,~ ~ --"2-c:>{!f MANAGER OF CONST. SERV IC E 1 F MANAGING DEPT. lJ. w ~ ' • DISTRl;UT~ON: WHITE-FILE CANARY -CONSTRUCTION SERVICES PINK -PROJECT MANAGER GOLDENROD-CONTRACTOR CITY OF FORT WORTH CHANGE ORDER REQUEST CITY SECRETARY 3?.?~;). -CD~ CONTRACT NO . .....::;;;---- PROJECT NO. CHANGE ORDER NO. 2 DATE 1/25 /2010 D.O.E.NO N I A C29 l-54 l 200-202240090983 PROJECT DESCRIPTION Litsey Road Phase II Interim Improvements ORIGINAL CONTRACT AMOUNT... ................... . EXTRAS TO DA TE....... . .............. $ CREDITS TO DA TE .................................. $ $ 1,081,883.13 $101,697 .10 -0 - CONTRACT COST TO DA TE ................................................................................................................................................ . AMOUNT OF PROPOSED CHANGE ORDER ......................................................................................................................... . REVISED CONTRACT AMOUNT.. ................................................................................................................................................ . ORIGINAL FUNDS AVAILABLE FOR CHANGE ORDERS ...................................................................................................... . REMAINING FUNDS AVAILABLE FOR CHANGE ORDERS .................................................................................................... . ADDITIONAL FUNDING IF NECESSARY ............................................................................................................................. .. $1,183,5 80.23 ($ I 04,459 .30) $1,079,120.93 $ 270,470.78 $ 270,470.78 0.00 'PERENTAGE (INCLUDING THIS CHANGE ORDER) OF THE ORIG. CONTRACT COST---------------------------------------------------------------------------0.26 % MAX. ALLOWABLE CONTRACT AMOUNT (OR IG . CONTRACT+ 25%) -------------------------------------------------------------------------------------------$ 1,3 52 ,353 .91 IN ACCORDANCE WITH THIS CHANGE ORDER THE CONTRACTOR SHALL: Item Deduct: 18 19 21 36 37 38 39 40 41 42 43 70 Description Lime Stabilized Subgrade (6") Lime (Hydrated Lime (Slurry)) (Type B) Dense-Grade Hot-Mix Asphalt (Method) (Type B) Small Roadside Sign Supports & Assemblies Install Object Marker Assembly (OM-3) (TWT) GND Reflectorized Pavement Markings TY I (W) 4" (SLD) (90 MIL) Reflectorized Pavement Markings TY I (W) 24" (SLD) (90 MIL) Relflectorized Pavement Markers Type II A-A Relflectorized Pavement Markers Type II C-R Traffic Button TY W (White) Traffic Button TY W (Yellow) Dense-Grade Hot-Mix Asphalt (Method) (Type B) Quantity (8,850.0) SY (120 .0) TN (900 .0) TN (22 .0) EA (2 .0) EA (2,90 1.0) LF (45) LF (140) EA (16) EA (40) EA (565) EA 255 TN U nit Cost Total $ 2 .56 ($ 22,656.00) $ 138.80 ($ 16 ,656.00) $ 81.87 ($ 73 ,683.00) $ 414.75 ($9,124.50) $ 194 .25 ($ 388.50) $ 1.00 ($2,901.00) $ 5 .04 ($ 226.80) $ 3 .10 ($ 434.00) $ 3.10 ($ 49.60) $ 2 .68 ($ 107.20) $ 2 .68 ($ 1,514 .20) $ 91.30 $23,281.50 Net Cham•e ($ I 04,459.30) It is understood and agreed that the acceptance of this Change Order by th e contractor constitutes an accord and satisfact10n and represents payment in full (both time and money) for all costs arising out of, or incidental to , the above Change Order. CONTRACTOR'S NAME: JRJ Paving, LP 'AL APPROVED TIME TO DATE APPROVED CONTRACT TIME TO DATE DAT ADDITIONAL TIME FOR THIS CHANGE ORDER 0 working days DATE /.?? .. DATE 1/25 /2010 CHANGE ORDER JUSTIFICATION RECORD PROJECT NAME: Litsey Road Phase II Interim Improvements CHANGE ORDER: 2 DOE NO. N I A PROJECT NO C291-541200-202240090983 INSPECTOR: Jim Stufflebeam (STUFFCO, Inc .) PHONE NO: 817-392-2516 PROJECT MANAGER: Tariqul Islam PHONE NO: 817-392-2486 REASON (S) FOR CHANGE: Reduce scope of asphalt construction because the four-lane divided concrete roadway will be constructed in late 20 I 0 . Add Hot-Mix Asphalt (Type B) at a negotiated unit cost ($91.30 per Ton) due to reduction of quantity. ·----------------------------------------r---------------------------------------------- l NSPECTOR :, PROJECT MANAGER •JJ-..1: U,dA -i/ //'be>/ C, A,,,~ .f_-4-@ i-M0_N_A;rr-G-!'_R~-c-o~-NS~S-ER_V_IC_E __ 3 ____ 7 __ -,-o---- DIR. OF CONTRACTING DEPT. '-DISTRIBUTION : WHIT E-FILE CANARY -CONSTRU CTI ON SERVICES PINK -PROJECT MANAGER GOLDENROD-CONTRACTO R CITY OF FORT WORTH CHANGE ORDER REQUEST ....... ·--····------------------------·······--------·---------------------··--·-··-----------1 ! CHANGE ORDER NO. 2 D ATE 1/2 5/20 10 PROJECT NO. C29 l -54 J 200-202240090983 PROJECT DESCRIPTION CITY SEC ET ARY SONTRACT NO. f"3 Ct,;)-Litsey Road Phase II Interim Improvemen ts ORIGINAL CONTRACT AMOUNT....... . ............ $ 1,081,883.13 V EXTRAS TO DATE .......................... S $101 ,697 .10 --o-· f CREDITS TO DATE ............................... S ------~---------.. -_. -. CONTRACTCOSTTO DATE ............................................................................................................................................. .. S 1,183 ,580 .23 ($ 104 ,459 .30 ) AMOUNT O F PROPOSED CHANGE ORDER ................................................................................................................. . REVISED CONTRACT AMOUNT................. .. .............. . $1 ,07 9,1 20.93 $ 270,470.78 ORIGINAL FUND S AVAILABLE FOR CHANGE ORD ERS ..................................................................................................... . REMAININ G FUNDS AVAILABLE FOR CH ANGE ORDERS ................................................................................................ . S 270,470 .78 ADDITIONAL FUNDING (IF NECESSARY) ........................................... _..::··................................. ...... ....... .. . . .. . .. . .. .. .. . .. .. .. .. . .. . _____ 2_:.QQ 'PERENTAGE (INCLUDING THIS CHANGE ORDER) OF THE ORIG . CONTRACT COST-------·············--·············-----·--·····-···-·--·----········-· -0.26% MAX ALLOWABLE CONTRA CT AMOUNT (ORIG. CON TRACT + 25 %) ············-···-·····--·-·····-·····-··········--····-··-······-·····-···--·-········· S l ,352,353 .9 1 IN A C CORD ANCE WITH THIS CHA NGE ORDER, T HE CONTRACTOR SHALL: ________________ _ Deduct 18 19 2 1 36 37 38 39 40 41 42 43 70 Description Quantity Unit Cost Lime Stnbilized Subgrade (6") (8,850.0) SY $ 2 .56 ($ 22,656 .00) Lime (Hydrated Lime (Slurry)) (Type B ) (120 .0 ) 1N $ 138.80 ($ 16,656.00) Dense-Grade Hot-Mix Asphalt (Method) (Type 8) (900.0) TN $ 81.87 ($ 73,683 .00) Small Roadside Sign Supports & Assemblies (22 .0) EA $ 414.75 ($9,124 .50) Install Obj ec t Marker Assembly (OM-3 ) (TWT) GND (2.0) EA $ 194.25 ($ 388 .50) Reflectorized Pavement Markings TY I {W ) 4 " (SLD) (90 MIL) (2,901.0) LF $ I .00 ($ 2,901 .00) Reflectorized Pavement Markings TY I (W ) 24" (SLD) (90 MIL) (45) LF $ 5.04 ($ 226.80) Relflectorized Pavement Markers T ype II A-A (140 ) E A $ 3.10 ($ 434 .00) Rel fl ectorizcd Pavement Markers Type IT C-R (16) EA $ 3 . IO ($ 49.60) Traffic Button TY W (White) (40 ) EA $ 2.68 ($ 107.20) Traffic Button TY W (Y ellow) (565 ) EA $ 2 .68 ($ 1,5 14.20) Dense-Grade Hot-Mi x Asphal t(Meth~ ___ ...2?._~-~ $ 9L~Q _____ $23 ,281.~- ~----·-------··-···-------··-···--···--···--··---··--·-·-··-·-------·-··---· ---···----·-······-·------·--Net Chan_g e __ . _____ {~104._459.30} ll is understood an d agreed that the acceptance o f thi s Change O rde r by th e contractor constitutes an accord and satisfaction and represents payment in full (both time and money) for all costs arising out o f, or incidental to , the above Change Order. COI\TRACTOR'S NAME: JR J Pa ving, LP ORIGl"AL CONTIUCT TIME "Al. APPROVE D TIME TO DAT£ I APPROVED COl'iTRAC'T TIME TO DATE J ADl'ITIONAL TIME FOR TIIIS CHA1'GE O RDER 0 working days ,.--. ~--......._ ---·--· ----------~··""·-- C O i'iT RM .'.TOR --·-·------- DATE 1/25/2010 TRANSPORTATION AND PUBLIC WORKS DEPARTMENT d7 CHANGEORDERJUSTIFICATIONRECORD -~O_l_ . PROJECT NAME: Litsey Road Phase II Interim Improvements __ . ·-----------··-· ---· CHANGE ORDER: 2 DOE NO. NIA PROJECT JliO C291-541200-202240090983 INSPECTOR: Jim Stufflebeam (STUFFCO , Inc .) PHONENO: 81 7-392-25 16 ------ PROJECT MANAGER: Tariqul Islam PHONE NO : 817-392-2486 REASON (S ) FOR CHANGE: Reduce scope of asphalt construction because the four-lan e divided concrete roadwa y will be constructed in late 20 I 0. Add Hot-Mix Asphalt (Type B) at a negotiated unit cos t (S,91 .30 per Ton ) du e to reduction of quantity. ·-=--==·=·-----::.: .. :::::: ...... --------r--=-------==----------------------::::::::::: INSPECTOR ! l'ROJE:<:r MA NAGCR ~ -'1 / ~ / 2,,o/ C. '11 .~-·-·-··-··--....... _. ________ _ f l'!'M ANAG f:R 'f)CO~N .. " S Elt VJO ; : tJ O'\'\_~ . ·. /Lt_,,--7 ,3 ·--J -f o ,---f}-:::'....... .......... ~------·-·-··-·-.. - DI R. Of CONTRACTING DEPT. . ----·---·-·······-·---·-·-······· ... ·--···l ..... ,, ...... _. lt-HS c~<it<S-~ (c::::,'l-~$> t/z..s-/z.c.l=) \ s V oro AND "S~i_.. Be l<e'f'~c..ep BY C~G:i"6. ~~ND. 2 ~€.P 9 /z"e)/z .. ;c~V\. Black, Doug From: Islam, Tariqul Sent: Tuesday, November 01, 2011 8:19 AM To: Black, Doug Cc: Cooper, Wendy Subject: RE: Litsy Rd Phase II Doug, Please make the change in two original copies. Thanks for your help. Thanks , Tariq From: Cooper, Wendy Sent: Tuesday, November 01, 2011 7:52 AM To: Islam, Tariqul Subject: FW: Litsy Rd Phase II See Doug 's email below and respond. Thanks. Wendy Cooper Sr. Administrative Assistant TPW/Street Service Division 817-392-8010 From: Black, Doug Sent: October 31, 2011 10:29 AM To: Cooper, Wendy Cc: Otis, Sarah; Nevans, Catherine Subject: Litsy Rd Phase II Wendy: P age 1 of 2 I noticed that the CO for this project is numbered 2 , but is replacing a voided No.2. I checked with Sarah at the CSO , and this CO needs to be Number 3. I can make the change , or you can print a new form - just let me know your preference. Thanks, Doug Douglas W. Bl ack .-'\ssistant City Attorney City of Fort Worth 1000 Throckmorton Fort Worth , TX 76102 817.392.761.5 tel. 817.392.8:359 fax Doug.B lack@fortwortht exas.gov (please note the new email address as of Oct. 1, 20 11) Th is e-mai l and any fi les transm itted w it h it a re co nfident ial and are intended sole ly for the use of the 11/1/2011 individual or entity to wh ich they are addressed. This communication may contain material protected by the attorney-client privilege. If you are not the intended recipient or the person responsible for delivering the e-mail to the intended recipient, be adv ised that you have received th is e-mail in error and that any use, dissemination, forwarding, printing , or copying of this e-mail is strictly prohibited. If you have received this e-mail in error, please immediately notify Doug Black at the City of Fort Worth City Attorney's Office (817} 392-7600.