Loading...
HomeMy WebLinkAboutContract 55427-CO2 CSC No.55427-CO2 FORT WORTH. City of Fort Worth 111� Change Order Request Project Name Kroger Drive Phase II(From Ray White to Park Vista Cir) City Sec# 55427 Dient Project#(s) City Project Number 101015 Project Description Reconstruction of Kroger Drive from Ray White Road to Park Vista Circle and includes the follovring:2'mill and overlay,10"concrete pavement,lime treated base,storm drain culvert extensions and headvraAs,three signalized intersecliens,and concrete trail. Contracts Reliable Paving,Inc. Change Order# 2 Date 11119120 2 1 City Project Mgr. Chad Allen,PE,CFM City Inspector Eric Tinner Contract Time Dept. TPW Totals (CD) Origlnal Contract Amount $3,211,162.73 $3,211,162.73 270 Extras to Date $315,627.$5 $315,627.85 10 Credits to Date $237.567.00 $237.567.00 Pending Change Orders(in MSC Process) $0.00 Contract Cost to Date $3,289,223.58 $3,289,223.58 280 Amount of Proposed Change Order $154,656.61 $154,656.61 50 Revised Contract Amount $3,443,880.19 $3,443,880.19 330 Original Funds Available for Change Orders $232,717.46 $232.717.46 Remaining Funds Available for this CO $154,666.61 $154,656.61 Additional Funding fit necessary) CHANGE ORDERS to DATE(INCLUDING THIS ONE)AS%OF ORIGINAL CONTRACT 7.25% MAX ALLOWABLE CONTRA CT AMOUNT(ORIGINAL CONTRACT COST+25%) S4,013,953.41 JUSTIFICATION(REASONS)FOR CHANGE ORDER Changes ware required due to: Illumination standards require copper wiring and Sch 80 conduit but were hid as aluminum and Sch 40,which was an old CoFW standard. Revised signal detection equipment that was originally bid as VIDS and not a hybrid system,an old standard. Removed length of railing to revise error in bid quantity. 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. The Project/Program Manager signing below acknowledges that he/she is the person responsible for the monitoring and administration of this contract,including ensuring all performance and reporting requirements. Contractor's Company Name Contractor(Name) Contract ignature Date Reliable Paving,lnc. Steven Lancaster Inspectorllnspection Supervisor Date Project and Contract Compliance Manager Date ro, Nov 18,2021 Nov 17,2021 Program Manager Date Senior Capital Project Officer Date o, v- Nov 18,2021 Nov 18,2021 Assistant Director(Dept) Date Director,Contracting Depadment(Dept) Date " .wo Nov 18,2021 Nov 18,2021 Assistant City Attorney Date Assistant City Manager Date m Nov 23,2021 onl„w,;,�,,,,-1 Nov 23,2021 Council Action(it required) �(�,, M&C Number M&C 2I-Oa48 M&C Date Approved 11f8/2021 ATTEST:` 1 _'""`^+.�++k,�. �1 gppc4Up4'nIl 4p `OR �a� Ronald P.Gonzales,Acting City Secretary p�C.o°°° o Pp8 °=0 OFFICIAL RECORD o �Pa °ire CITY SECRETARY da44 nEX45o4a FT.WORTH,TX FORT WORTH City of Fort Worth Change Order Additions Project Name Drive Phase it mm Ra White to Park Vista Gr City Sec# 55427 Client Project# City Ned Number 101015 7771 Reliable Paving,Inc. PMj Chad Allen,PE,CIF M hispec[a Eric Timter Charge Order Submittal# Date itf912t121 ADDITIONS ITEM DESCRIPTION OEPT Qtv Unit Unit Cost Total Ground Box Type B.w Apron T4.00000000 EA $1.05.00 3441.1772 Fumishflnstall 24t1 M Vdt Single Phase Transo"Metered Pedestal T 5 CONOT PVC S H 80(B) TRW 1.971.00OOM LF =-149-NU9 Insulatedlec Condr .74 15 FurnishAnstall Hybrid 1 1.000000w EA $9.027M 1 344 1.1ZW FumiWns BBUSyStern W MoWted TPW 2.0000NIA EA $8.756.10 TPW $303.180.66 b Total Addibons Change Order Additions Page 2 of 4 Fo T Wo TH City of Fort Worth Change Order Deletions Project Name I Kroger Drive Phase II From Ray Me to Park Vista CoCity Sec# 55427 Client Ned# CftyP 'edN=W10I0I5 Can Reliable Paving,Inc. PM Chad Allen.PE.CFM Inspedor Eric Turner Change Order Sabmbtel# Date 11l9I2021 DELETIONS m m ota estnan C ( 1, CONOT PVC SCH 40( 2, FumishllnsWl Type 33A Arm 1. 1 . um tan 1. ---U- 3441.3352 7 Fumishnnstall 1. 138 3441,3404 -2-2 ten Alum t0MLiclor TPw 3,730.00000000 L 9 M.0013 FumisIVIristallLighting FbcWm Tpw1. EA $638M Furnisivinstall2 WIN $148,524.05 SUI)Total etiorrs 1 , Change Order Deletions Page 3 of 4 M/SBE for this Change Order MISBE Sub Type of Service Amount for this CO Total $0.00 Previous Change Orders CO# DATE AMOUNT 1 8l612021 $78,060.85 Total $78,060.85 M&C Review Page 1 of 2 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FoRT�11 REFERENCE **M&C 21- 20KROGER DRIVE DATE: 11/9/2021 NO.: 0848 LOG NAME: PHASE 2 CHANGE ORDER 2 CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (CD 4) Authorize Execution of Change Order Number 2 in the Amount of$154,656.61 and the Addition of 50 Calendar Days to the Contract with Reliable Paving, Inc., for Construction of Paving, Drainage and Traffic Signal Improvements for Kroger Drive Phase II From Ray White to Park Vista Circle for a Revised Contract Amount of $3,443,880.19 (2018 Bond Program) RECOMMENDATION: It is recommended that the City Council authorize execution of Change Order Number 2 in the amount of$154,656.61 and the addition of 50 calendar days to City Secretary Contract Number 55427 with Reliable Paving, Inc., for construction of paving, drainage and traffic signal improvements for Kroger Drive Phase II from Ray White to Park Vista Circle for a revised contract amount of $3,443,880.19 (City Project No. 101015). DISCUSSION: On March 2, 2021, Mayor and Council Communication (M&C) 21-0147, the City Council authorized a contract with Reliable Paving, Inc. in the amount of$3,211,162.73 for construction of paving, drainage and traffic signal improvements for Kroger Drive Phase II from Ray White to Park Vista Circle (City Project No. 101015). The contract was subsequently revised by Change Order No. 1 in the amount of $78,060.85 administratively authorized August 6, 2021 that provided for black powder coating of the proposed traffic signals and street lights, and boring of the electrical conduit across Kroger Drive rather than installing it by open cut. Change Order No. 2 provides for changes in the type of wiring and conduit provided for the street lighting improvements to the current standard of copper wiring and schedule 80 conduit instead of the old standard of aluminum wiring and schedule 40 conduit, upgraded traffic signal detection equipment to the current standard hybrid detection system instead of the old standard video imaging detection system, and decreasing the amount of pedestrian rail required for the project. Change Order No. 2 also provides 50 additional calendar days due to delays associated with review and approval of the street light and traffic signal material submittal documents, processing of Change Order No. 1 and changes to the street light and traffic signal plans to incorporate the revisions mentioned above. This project is included in the 2018 Bond Program. Available resources within the General Fund will be used to provide interim financing until debt is issued. Once debt associated with the 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. 23209-05-2018) and subsequent actions taken by the Mayor and Council. Reliable Paving, Inc. agrees to maintain its initial M/WBE commitment of 17\% that it made on the original contract and extend and maintain that same M/WBE commitment of 17\% to all prior change orders up to and inclusive of this Change Order No. 2. Therefore Reliable Paving, Inc. remains in compliance with the City's M/WBE Ordinance and attests to its commitment by its signature on the Acceptance of Previous M/WBE Commitment form executed by an authorized representative of its company. This project is located in COUNCIL DISTRICT 4. http://apps.cfwnet.org/council_packet/mc review.asp?ID=29396&councildate=ll/9/2021 11/15/2021 M&C Review Page 2 of 2 FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the 2018 Bond Program Fund for the Basswood @US 377 & Kroger @377 project to support the approval of the above recommendation and execution of the change order. Prior to any expenditure being incurred, the Transportation and Public Works Department has the responsibility to validate the availability of funds. TO Fund Department Account Project Program Activity Budget Reference# Amount I ID i i ID Year I (Chartfield 2) FROM Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year (Chartfield 2 Submitted for City Manager's Office by: Dana Burghdoff(8018) Originating Department Head: William Johnson (7801) Additional Information Contact: Monty Hall (8662) ATTACHMENTS M&C Map Kroger Drive Phase 2.pdf http://apps.cfwnet.org/council_packet/mc review.asp?ID=29396&councildate=ll/9/2021 11/15/2021