Loading...
HomeMy WebLinkAboutContract 43432-CO1 FORT WORTH, City f 0.--00PV I 6-P ty Fort Worth ��TY SECRET�t1� � 11116 Change Order Request � 1 ���TRACT NO. WI Project Name 200$C1P Contract 6B City Sec# 43432 Client Project#(s) #o'i 267 DBE 6174 Project Description Water/Sewer replacement,Ruthland Ave,Waits Ave,U1losley ContractorStabile&Winn Change Order# Date 1 10/1512012_J City Project Mgr. Copal Sahu City inspector Kim Brenz Dept. TPW Water Sewer Contract Time Totals CD Original Contract Amount $358,645.39 62,893.00 $91,821.00 $513,362.39 270 Extras to Date Credits to Date Pending Change Orders(in M&C Process) Contract Cost to Date $358,648.39 $62,893.00 $91,821.00 $513J362.39 274 Amount of Proposed Change-Order $0.00 $82280.00 $0.00 $8,280.00 14 Revised Contract Amount $358,64$.39 71,173.00 $91,$21.00 $521)642-39 284 Original Funds Available for Change Orders $17,932.42 $32144.65 $4,591.05 $25,66$.12 Remaining Funds Available for this CO $17,932.42 $32144.65 $4,591-05 $257668-12 Additional Funding(if necessary) $5,135.35 $5,135.35 -mommommo�CHANGE ORDERS to DATE(INCLUDING THIS ONE)AS%OF ORIGINAL CONTRACT 1.61% MAX ALLOWABLE CONTRACT AMOUNT(ORIGINAL CONTRACT COST+259/0 $641,702.99 JUSTIFICATION(REASONS) FOR CHANGE ORDER This change order necessary to allow payment to the contractor for work associated with lowering the 8"water line which was in conflict with the Sanitary Sewer line on Rutland Ave. 14 days are re additional work. ,C-� RIT 'Wo J *000000"g �oa ❑0- � J a a' ,. rteo a❑❑ ° Agood 0 oa°aa0on❑0 Pi!r01I OFFICIAL RECORD .�. CITY SECRETARY Miry 1. KayOrpgltY FT. WORTH, °' 3 It is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaction and represents payment in full(both time and money)for all costs arising out of,or incidental to,the above Change Order. Contractors ny Name Contractor Dame n re Date Stabile&Winn InsgoeWlIns ctlan Su-pebi at Pr ' t ana r ram Mana Date 0 Assls 0 eptL000l' bate tor, ntractln ar rnent(Dept) Date 44 4J. Aftey Date ana er Pate Council Action if required M&C Number M&C Date Approved a- C) C)a a C7 6 N [Q ca 0 M t�7 N C] N r U-3 Ir- p v3 0 ( C + �+ N C) M a � w LL N T` C Q] m � � w CL U 4A � � d C) m p O � Z o LL. Q % 0 0 Q d) V � u ai co to 8 C%3 to C W c a Q CD oa as = co C7 --- cc C\l 0 2 CD o E ai co a o . mm CL C) C:) a ci 6 C� d3 Ef3 CtS Cv o CN v co cv C) C U �" o v C 3 N 0) Cla 3C N � Q � rn U C] co cu C13 0 C] ti,p = L] ❑ W ❑ W UL 0 a cn Q ._ co u v t C] < m U ti CQ-a ca L- CD _ uj C C) (D C U ° 3 06 Co 00 � u cc CU C C> ° C) E m as Q U ... z .� . o x CL LAW -� M/WBE Breakdown for this Change Order MWBE Sub Type of Service Amount for this CO Total $0.00 Previous Change Orders Co# DATE AMOUNT Total $0.00 City of Fort Worth, Texas Ma Y or and i ommunication DATE: ues0av, J:Jy 0, 4'012 REFERENCE NO.: LOG NAME: 202008 CD6B S T A13 I L E Authcrtze a Contract in the Am(..)Lrit of $513,362.39 with Stabile & Winn, Inc , for Pavement Reconstruction and INxer-and Sanitary Sewer Main Rep a;.,t.merit kin Portions rrions of Waits Av-�riue vV�)sley Carve ana Rutlano Avenue t.. C�li� rtt a �, t ' 00 from the ?,�o8 Cap,lal Improvement Program Rinds, and $191,400.00 from t�� ale and "-.ewer Cr prtal Prr a dt . s to P'r%vrde l`r%r `orostnvw.t.lon CDnfrac! Costs ontingen-les and C:onstructio,-i Services for a Project Total of $623,455 00 and Adopt Appropriation Ordinances (COUNCIL r)I-1;TRIC',T + RECOMMENDATION: It is recernrnended that the City ouflr:11. I Authanze the transfer of S 19 1 ,- 0C� from the Water ,And Sewer Fend in the amounts c=f $822CO.00 to the Water Capita' Projects l-un(-1 �.irid $109 20 0 00 f) the `��1�v�r Caplt�)l Projer1r, F{inn- 2. :Ariopt the. attactied ,,ir1nzarices increa�in =sl)rnatecj receipts and appropriations in the 'later Capital Projects Fund by the aniount of 82 X00.00 and the Sewer Capital Project Fund by .1le aMOUnt Of s13 2100 00 'FOR1 -4 V;,r-VrAh1F fLJnds and 3, .4whonze the execution cf ca contract with Stabile & Winn, tic., in the ar °runt of $513,3bZ.39 for :)avernent reconstru(:lion water arid sanitar)� sewer main replacesment for streets listed below. DISCUSSION, . Ac, A fi,qrt cif the 2008 Capital Improvement Program the following streets will he reoonstru-,.ted Contract 613 - COUNCIL DISTRICT 6 `waits Avenue SvV Loop 820 to Southgate Drier Wosle.y OnVE 6VV Loop 820 to Odessa Avenue Rtitiand Avenue rector Al�enue to Cockrell Avenue Af In addition to oavennent recc)nstruction, deteriorated walui cind `�cvvcr tines arc to be replAi-p-d ne, e%pec;rfied by the Water Departrneart The new :-,�avernent section ;Ml ;onsirt -of reinfofced cot-crete over -in&, lir-ne or Gernert stabilized st.0-grade with 7-in(Ji inte(Iral concrete curb Concrete sidewalks, ACA ramps and r.-2riveways dre rncude wi-h the poo-jernent -onc;lriietion as sh-own to the plate The contract was advertised for hid one March C2 and 29, 2012, rt the Fc r# Worth Star-Te egram On April '161 2),0 the toltowir l nir!c. wpr Bid Amount St,-it. le kQ,* ftnn. Inr; $513,36239 W.Clendon ConSlrWlon Co Inc $542,232 45 JL8 Contracting, L.L $606,889 88 T$ Staff recor"nrnends '_�"�t tt e lo�v fir, n tn� amol..`i? of $!) :5,M3Z 3-) tidbi i wted by Stabrlc & Winn, Inc hp selected and a contract awarded In addilron, 5110,092 6 1 will be utilized for contingences and r and construr-11on se,,,vces ircluding survey, 4 imspection Stabile& Vr n n Inc j s r. .om P ia rce -,%i! G,, s, M R`vV B E 'Orr r1;*t,nq t� 2 1 "z , e,n MtVVBE participation and docuriiienting good fzith effort on this combined project. The City's V./WBE Soil of i this combined proJect is 30 This pro,)Iect is located FiCOUt4CIL 131 QTR IC7 6d Map-sco 90S, T & N FISCAL INFORMATION i CERTIFICATION: The Friancial Man.-AqemetA5_;ArvicP-c, Dire(-tor certifies that fut-dsme avaklable in the current capital budge,-, as appropriated, of the Streel Improvements 2 .,008 Fwid and upon approval 0 the abi-ve reccrnmendati�ns aria adopticn of thc� attacnea apprr-priation or(Jinances. furs will tie available in the curron, capilal bUdC 'aied. of 1[1-2 Water Capital Projects Fund and the. Sewer Capital )etS, -4q af)proprl FUND CENTERS. TO Fund/AccounKenters FROM Fund/Accounti'Centers 6061 10 1 7 00 11)PE-Ii- 5.38010 0604(20 S82,20000 1&21 F258 -1 7604� 7061 701 2f 7Z $10 9. 00 PP�, 538040 070420 $109 z uu.00 .00 5 A)617 0 12 G 752 1)P 2 9,. 541203 h0617012678,) $62893 2 P2'5'3 531.3 0 6 70 t'ZC783 12 P2`1 *53 60617012(57PJL) P 9 1 9 0_01 P2,153 5412)0 606170126783 i,70.000M �3)C204 541200 206400126783 $358648 .39 I P 2,'_3 51,12DO 1')'Q6,r7012679k4 211,U,0 0 0 0 P253 631350 6061701267E.4 115 1 00 00 P2_J �),s 1 n00 170 1 ZG 7, 61,5 5 0 f t 17 �6 53 -,50 706170 1 267r)'� ',;2.000 OC P2 1,%� z "1 _'(P238 531-50 .2 00 P P2;-)g X41:0 0 7061701267,13 $97.001) (K. P 2 58 �3;100 7()151 N 126734 21k1 k1i 0 0 00 PZ.58 531350 jl()6170126734 51 000 00 2) P258- 531350 706170126,785 *13,,5.000 00 26_P9 4 7? CERTIFICATIONS: Submitted for City Manager's Office hy- Fernando Costa 0122) Originating Department Head-. Douqkas �,N 16Viersig 7801 Additional Information Contact: Gopni �at-LJ 7949) ATTACHMENTS F A 1 003 GD t3L3 %.'T/\0iLE _,J­-i* 2. 8 (J) (3B T A He I L E S: TREE T T f V T 3 b 4. CDC41 !�,T,%BILL fv14P 10f W hfiv) T. B'_ F►}Y7. 1•r f i e i A_U P Ot!I IdFIC S 1`011 L i.J j 74. PF.1 70 9t "IV 1111offical) Aw Page 1 of I P.O.DATE: 7/31/212 FORTWORTH CITY OF F FORT WORTH 11 Purchase Order Purchase Order Number Po-12-00072998 SHOW THIS NUMBER ON ALL PACKAGES,INVOICES AND SHIPPING PAPERS. V Vendor Number:0000007645 TRANSPORTATION&PUBLIC WORKS E STABILE&WINN INC S Administration 301 SAGINAW BLVD H 1000 Throckmorton Street ACH ONLY i FORT WORTH,TX 76102 D SAGINAW,TX 76179 P 0 T Phone: (817)392-1111 R O INVOICES: Direct invoices in DUPLICATE to the address shown. MAIL INVOICE IN DUPLICATE To: STANDARD PURCHASING TERMS AND CONDITIONS set forth in the B TRANSPORTATION&PUBLIC WORKS City of Fort Worth's Bid or Quotation, are incorporated herein by I Administration reference and become a part of this order. L 1000 Throckmorton Street L FORT WORTH,TX 76102 T O Phone: (517)392-1111 Account Code:C204-541200-206400125783 Payment Terms: Shipping Terms: Bid No.: Delivery Calendar Day(s)A.R.O.: 0 Item Ciass4tem Requisition Quantity Unit Unit Price Total # Class-Item 913-50 1 2008 CIP CD 6 Contract 613 1 EA $358,648.39 $358,648.39 Waits Ave,Wosley Dr, Ruthland Ave 0204-541200-206400126783 CS43432 M&C:C-25680 Date:071012 LNIFYIAccount Code Dollar Amount 11131C204-541 200-206400126783 $358,648.39 TOTAL: $358,648.39 APPROVED: Rev.20091027 By: Karen Striker Phone#: (817)392-£265 BUYER C) °o °o Q 0 Co c :. 6q Ef3 } 63 t3 E4 0 J LO Lf) t..3 C3 C) a (7 or) C'7 r C''3 C) CIO qlqr LO a 1 0o vo Cv r X. Cv co � (Y) LO l 6q 60- 60- 6q 61!)- co C6 ( � qr4r It to � W CL oo co oo P ��. U-) L-0 L r- m CY) ce W 6% 60- 6()- 409, 6 64), v W ) /�� C to°o � r r ►L � (Ni 1 1 ■ ■ ■ w s ■ (n w co qcr w w m o U ., N% ■% ■. .. i>> + U) r r N tV N a- 0 LO L C 0 Q � v W i a 0 a) N 0 o > C.) Q v 0 6 m co � r t; zcamT rT" r (D0 cu . o w r cn v L) rn 04 DC O. [L v U L C E -� - - z 0 Q ° u -0 ' o .;.: . . 0 a) � a� CU _ o o � -� a) 0) 0 4-0 o E < w # � �.... C) (U Q o o z o v) � LL� z -j z z � o .*-. w L] E o c} U- C) U (D a) (D z z a1 C) ° � cu w w a) a) 'o E , -a 0, �� C:0 M 7C3 C: E -o CL CL m �.� o , .,_, o o 0 43 C3 U Q C) �t C3 T Q