Loading...
HomeMy WebLinkAboutContract 54210-CO8 CSC No. 54210-CO8 F®12T WORT 1-9 City of Fort Worth —"T'r Change Order Request Project Name:I Water Sanilar/Sevier Replacement Contract 2014,WSM-8,Part 1 Cily Sec No.: 1 54210 Project No,(s):[ CO2383 DOE No. N/A City Proj,No,: 023 a3 Projecl Descriplion: Water and Sanitary Sewer and Pavement Rehabilitation on Ranch View Road,South Hills Circle,and Weslcliff Road South Contractor. Jackson ConsIruclion Lid. Change Order 11 I 8 Dale: 912912022 City Project Mgr,l Scott Taylor City inspector: I Matthevr Wilson Phone Number: 817 392 2740 Phone Number (682)215.9539 Dept, Water Unit I Sewer Unit 2 TPW Unit 3 Totals Contract Time (Catender days) Original ContractAmounl $3,573,699.00 $1,802,598.00 $1,238,615.00 $6,614,912.00 540 Extra%toDate $298,156.25 $214,459.00 $311,157.50 $823,772.75 0116 Credits to Dale $14,872.30 $210.71 $0.00 $15,083.01 Pending Change Orders(in M&C Process) Contract Cost to Dale $3,856,982,95 $2,016,846.29 $1,549,772.50 $7,423,601.74 655 Amount of Proposed Change Order $275,682.64 $116,941.25 $263,952.00 $656,576.89 180 Revised Contract Amount $4,132.665.59 $2,133,787.54 $1,613,724.50 $8,080,177.63 835 Original Funds Available for Change Orders $107,211.00 $54,078.00 $0.00 $161,289.00 Remaining funds Available for this Ca $0.00 $0.00 1 $0,00 $0.00 Additional Funding(if necessary) $275,682.64 $116,941.25 1 $263,952.00 $656,575.89 CHANGE ORDERS to DATE(INCLUDING THIS ONE)AS%OF ORIGINAL CONTRACT 22.15% MAX ALLOWABLE CONTRACT AMOUNT(ORIGINAL CONTRACT COST+25916) $8,268,640.00 JUSTIFICATION(REASONS)FOR CHANGE ORDER Change Order No.8 will provide increased pay item quantities of curb/gutter removal,curb/gutter installation, and unclassified street excavation that are necessary to complete paving improvements on the project streets. The change order will also provide sturdier temporary paving on Ranch View Drive. Staff recommends that the contract time be extended by 180 calendar days. OFFICIAL RECORD CITY SECRETARY FT. WORTH, T 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. Contractor's Company Name Contractor Name Contractor Si nab? /` ale Jackson Construction Lid. Carmen Estep Inspector Dale Project Manager VDate Matthew Wilson 9/30/22 Soott Taylor PE 9/30/22 Director Water Dept) Date Cotg1ruction Su erviso TPW Dept) Date T. S. oct 2s,2022 -2 Senior Assistant City Attorney Dale Assistant City Manager Date Oct 27,2022 mR xw Nov 2,2022 Council Action If Required) M&C Number 22-0763 M&C Dale Approved [-7277M2 —� WOR,rl-1 City of Fort Worth Change Order Additions Project Nance Water Sanitary Sewer Replacement Contract 2014,WSM-B,Part 1 City Sec No.: 54210 Project No,(s): CO2383 DOE No.LN= City proj.No.: 07.383 Project Water and Sanitary Sewer and Pavement Rehabilitation on Ranch View Road,South Hills Circle,and Westcliff Road Description Soulh Contractor Jackson Conslruclron Ltd. Change Order:® Dale: 912912022 City Project Mgr, Scott Taylor City Inspeclor FlMattlimWilson ADDITIONS ITEM DESCRIPTION DEPT Qty Unit JUnIt Cost Total 1.36 Remove Curb and Gutter Water Unit 1 2,342.00 LF $10.00 $23,420.00 1.37 7"Curb and Gutter Water Unit 1 2,341.00 LF $75.00 $175,575.00 1.71 2"Asphall Pavement Type D Water Unit 1 3,202.00 SY $12,32 $39,448.64 1.72 Wedge Milling Water Unit 1 1,800.00 SY $6.25 $11,178.00 1.73 Unclassified Excavation Water Unit 1 876,00 CY $29.75 $26,061.00 II-27 Remove Curb and Gutter Sewer Unit 2 2,341.00 LF $10.00 $23,410.00 11.28 7"Curb and Gutter Sewer Unit 2 900.00 LF $75.00 $67,500.00 11.45 Unclassified Excavation Sewer Unit 2 875.00 CY $29.75 $26,031.25 111.5 Remove Curb and Gutter TPW Unit 3 4,683.00 LF $10.00 $46,830.00 III-6 7"Curti and Gutter TPW Unit 3 2,200.00 LF $75.00 $165,000.00 III-30 Unclassified Excavation TPW Unit 3 1,752.00 CY 1 $29.75 $52,122.00 Water Unit 1 $275,682.64 Sewer Unit 2 $116,9I .25 TPW Unit 3 $263,952,00 Page 2 of 11 Additions Sub Total 1$656,575.89 ]F<�i�z-c W(-)a-rri City of Fort Worth Change Order Deletions Project Name I Water Sanitary Sewer Replacement Conlracl 2014,WSM-13,Part 1 City Sec No.. 54210 Project No.(s): F CO2383 I DOE No. N/A City Proj,No.: 02383 Project Descriolion Water and Sanitary Sewer and Pavement Rehabilitation on Ranch View Road,South Hills Circle,and Westciiff Road South Contractor Jackson Constrection Ltd. Change Order: M Dale 9/29/2022 City Project Mgr, FEott Taylor Cily Inspector, Matthew Wilson DELETIONS ITEM DESCRIPTION DEPT Qty Unit Unit Cost Total Water Unit I Sewer Unit 2 TPVJ Unit 3 Pate 3 of 4 Deletions Sub Total MlWBE Breakdown for this Change Order MWBE Sub Type of Service Amount for this CO Total $0.00 Previous Change Orders Co►1 DATE AMOUNT Total $0.00 Page 4 of'l 9/29/2022 Water Sanitary Sewer Replacement Contract 201.4,WSM-B, Part 1 CPN 02383 Change Order Q Notes Staff has revit,wed the requested prices and considers them to be fair and reasonable. .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 Scott Taylor, P.E. Name of Employee Project Manager Title �,dp4bUn�� o .v ATTEST: 0_8 %_� o �Pa�Q�o0 o *4/ �/ L L/� 0000000 G/ / I-T S. �nEX Jan nette S.Goodall(N6v2,202211:34 CDT) Jannette Goodall City Secretary OFFICIAL RECORD CITY SECRETARY FT. WORTH, T City of fort Worth, lbxa s hh a yor and C ouncJ111 DATE: Tuesday,September 27,2022 REFERENCE NO.: "M&C 22-0763 LOG NAME: 602014AWSMBP1C08-JACKSON SUBJECT: (CD 3)Authorize Execution of Change Order No,8 in the Amount of$656,575.89 and the Addition of 180 Calendar Days to a Contract with Jackson Construction, Ltd„ for Water and Sanitary Sewer Replacement Contract 2014 WSM-B Project,for a Revised Contact Amount of$8,080,177.63 and Adopt Appropriation Ordinance to Effect a Portion of Water's Contribution to the Fiscal Years 2022-2026 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1,Authorize execution of Change Order No,8 in the amount of$656,576.89 to City Secretary Contract No,54210 with Jackson Construction, Ltd., for Water and Sanitary Sewer Replacement Contract 2014 WSM-B project for a revised contract amount of$8,080,177.63; 2.Adopt the attached appropriation ordinance increasing appropriations in the Water and Sewer Capital Projects Fund in the amount of$392,625.00 transferred from available funds within the Water and Sewer Fund for the purpose of funding the Water and Sanitary Sewer Replacement Contract 2014 WSM-B project(City Project No.CO2363)to effect a portion of Water's contribution to the Fiscal Years 2022-2026 Capital Improvement Program; 3.Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the General Capital Projects Fund by increasing receipts and appropriations in the Water and Sanitary Sewer Replacement Contract 2014 WSM-B project (City Project No,CO2383)in the amount of $263,952.00, and decreasing receipts and appropriations in the Contract Street Maintenance programmable project(City Project No, P00020)by the same amount; and 4.Amond TPW's Contribution to the Fiscal Years 2022-2026 Capital Improvement Program. DISCUSSION: On June 2, 2020, Mayor and Council Communication(M&C)20-0377 the City Council authorized a contract with Jackson Construction,Ltd„ in the amount of$6,614,912.00 for the Water and Sanitary Sewer Replacement Contract 2014 WSM-B project. The contract was subsequently revised by Change Order No. '1 with a net total amount of$47,175.00 administratively authorized October 10,2020 that provided for the installation of 1 %-Inch water meter and service relocations on the project instead of 1-inch meter that was initially called for; Change Order No, 2 with a not total amount of$22,360.00 administratively authorized Novembor 4,2020 provided for the installation of additional 1 '/2 and 2-inch water and service relocations on the project; Change Order No.3 with a credit of$14,247.30 administratively authorized January 27, 2021 provided for the installation of a 42- inch x 12-inch tapping sleeve and valve instead of a 42-inch x 12-inch tee to minimize closure time at the Ranch View Drive/Overton Park Drive West intersection; Change Order No,4 with a credit of$835.71 administratively authorized March 22,2021 provided by other than open cut installation In order to minimize traffic disruption at the Ranch View Road/South Hulen Street intersection; Change Order No,5 with a net total amount of$10.00 administratively authorized April 9,2021 that provided for the removal of excess pavement material on the project;on August 24, 2021, M&C 21-0621. the City Council authorized Change Order No.6 with a net total amount of$90,261.75 that provided for increased quantities of Unch PVC on the project and for the looping the water system by connecting a newly installed water main on Westcliff Road South to the existing(lead end water main on Hilltop Road; and on January 11,2022, M&C 22-0036. the City Council authorized Change Order No.7 In the amount of$663,976.00 that primarily provided for cutting/plugging the outlets on a 42-inch water main, the Installation of a subdrain at the Ranch View Road/Echo Drive intersection to eliminate ground water penetration into the pavement subgrade and additional paving pay Item quantities, This M&C is to authorize execution of Change Order No. 8 in the amount of$656,575.89 to City Secretary Contract No.542-10 with Jackson Construction, Ltd.,for Water and Sanitary Sewer Replacement Contract 2014 WSM-B project for a revised contract amount$8,080,177.63.Change Order No.8 will provide increased pay item quantities of curb/gutter removal,curb/gutter installation, and unclassified stroot excavation that are necessary to complete paving improvements on the project streets.The change order will also provide sturdier temporary paving on Ranch View Drive. The staff has reviewed and verified the quantities for the additional work under this Change Order No. 8. Additionally,to complete this work, staff recommends that the contract time be extended by 180 calendar clays. The action in this M&C will arnend TPW's contribution to the Fiscal Years 2022-2026 Capital Improvement Program as approved in connection with Ordinance 25073-09-2021, Section 6.Capital Improvements, page 23, as follows: Capital - - -- -- — -- Fund Project FY2022 CIP Authority Budget Adjustment Revised FY2022 Name Natne Appropriations Budget 30100- General P00020- Capital Contract Projects Street Fund Maintenance $ 20,441,000.00) M&C 21-0827 $ (1,050,034.00) $ '19,390,966.00 M&C_22-0036 $ (311,148.00) $ 19,079,818.00 -- I _ MIS 22-0127 $ - (603,254.00)1$ 18,476,564,00 -- - ]M&C 22-0323 -$ _ (1,403,324.00) $ 17,073,240.00 M&C 22-0541 $ _ (1,000,000.00) $ 1G,073,240.00 This M&C _ $ (263,952.00) $ 16,809,288.00 It is the practice of the Water Department to appropriate its CIP plan throughout the fiscal year, instead of within the annual budget ordinance,as projects commence, additional funding needs are identified,and to comply with bond covenants.The actions in the M&C will appropriate funds in support of the Water's portion of the City of Fort Worth's Fiscal Years 2022-2026 Capital Improvement Program,as follows: 602014WSMBP1COB-JACKSON Capital Budget Change Revised i Project F)'2022 CIP Fund Name Appropriations Authority FY2022 Name i (IncreaselDecrease) - Budget W&S Capital W&S Projects ZOp 5.00 $745,454.00 4WSM_ 56002 $352,829.00 This M&CI $392,62 -Fund B General Capital Projects $311,148.00 -this M&C $263,952.00 $575,100.00 -Fund 30100 Funding Is budgeted in the Contract Street Maintenance programmable project within the General Capital Projects Fund and in the Transfer to Water/Sewer account of the Water and Sewer operating budget for the purpose of funding the Water&Sewer Replacement WSM-B project within the Water& Sewer Capital Projects Fund. Appropriations for the 2014 Water&Sanitary Sewer Replacement WSM-B project are as depicted below: Fund Exising Additional project Total" Appropl�' itions Appropriations .Water Capital Fund 06,719.00 $OAO $20G,719.00' 159601 II II(( II Sewer Capital r I $139,147.00I $0.00 $139,147.00 Legacy Fund 59607I Water& Sewer Capital Projects $6,529,040.00 $392,625.00 $6,921,665.00 Fund 56002 General Capital Projects Find $1,624,080.00 $26 ,962.00 $1,888,032.00 30100 Project Total $8,498,986.00 $656,577.00 I$9,155,563.00� "Numbers rounded for presentation purposes. Business Equity:Jacl(son Construction, Ltd.agrees to maintain its initial MIWBE commitment of three percent that it made on the original contract and extend and maintain that same MIWBE commitment of three percent to all prior change orders up to and inclusive of this Change Order No. 8.Therefore, Jackson Construction, Ltd, remains in compliance with the City's Business Equity Ordinance and attests to its commitment by its signature on the Acceptance of Previous MIWBE Commitment form executed by an authorized representative of its company. This project is located in COUNCIL DISTRICT 3. FISCAL INFORMATION I CERTIFICATION: The Director of Finance certifies that funds are available in the current operating budget In the Water& Sewer Fund and in the Contract Street Maintenance programmable project within the General Capital Projects Fund,and upon approval of the above recommendations and adoption of the attached appropriation ordinances, funds will be available in the W&S Capital Projects and General Capital Projects Funds for the W&S Repl.Cl.2014WSM-B project to support the approval of the above recommendations and execution of the change order to(lie contract. Prior to any expenditure being incurred, the Water and Transportation and Public Works Departments have the responsibility of verifying the availability of funds. FUND IDENTIFIERS(FlDs): TO Fund Department) ccount Protect Program ctivlty Budget Reference 1� Amount I ID ID — - _ I_ Year I __(Chartfield 2)_` FROM _ _ _ _ IFund Department Account Project Program) ctivity Budget Reference# Amount I ID I I Ip �) P ( Year -I (Chartfield 2)_ I — CERTIFICATIONS: Submitted for City Manager's Office by; Dana Burghdoff (8018) Originating Department Head: Chris Harder (5020) Additional Information Contact: Scott Taylor (7240) ATTACHMENTS 1.602Q14A_WSMBP1—GQ8-JACKSON_FID Tale(WCF 08_09,22).xlsx (CFW Internal) 2.G020'19AWSIy18P_1C08 JF�CKSON funds ays�IlablQly,pdf (CPW Internal) 3.MIA4 ASMt3P1C08-JACKSON 12J5,pdf (CFW Inlernal) 4.602014WSMBP1CO8-JACKSON APC Form.pdf (CFW Internal) 5.609014WSM-M 08-JACKSON Map pd (Public) 6.602014WSMBP1C08-JACKSON SAM.pdf (CFW Inlemal) 7.ORD,APR602014AWE>MBP1C08-JACI<SON 30'I00 /a022(r3).docx. (Public) 8.ORD APPG02014AWsi(Y16P1C08 JACI<SON 5(i002 A022IO QMX (Public) 9.PBS CPL_C_02383:pdf (CFW Inlernal) /-' J+ H w W N N IJ tJ U) (J W W N IJ IJ N ,s y U) Ul to w W In V) to yl w W W W In In Ul to - f O In (IN O O m m 0 O) O O O O 0) O) In In trj I-' O 1-' I' O O O O F` H N N 0 0 O O O .v 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O N{I N O O 113 1-' N N 0 0 0 0 Ili N N N 0 0' 0 0 0 0 0 0 0 0 0 0 0 0 0 00 n N V (n N N V V In In N N N N V V of o) p; O O Op 0 0 O O pO O O O p O O pO O pO Op t/t A A A A A A U 4� O A A A A 4, A •P P O W W W W W W N W N W W W W W to to W O O 1-+ `-' O O O O N 1� I-1 1-' O O O O 'n n J In to In A A A to A In A .h A A �, V V V to to to to IO to to to 'tD to p n -1 N r-' Ut lJl to to 1-+ /� t/l to o O O O O 0) 0) to In O o ON O) 0 0 IJ V+ 0 0 0 0 N N o 0 1-' 1- I2 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 1, N 1-' r C. 0 N I-) n 1� 1-) -0n n n _0 n v n n n n 0 0 0 0 0 0 0 0 0 0 0 0 0 0 1J IQ IJ N O to tJ IJ O 11) O IJ N N IJ W W IN w 0 W W w 0 U) O W W W W Ip w tp co N w -- LQ co w N w N —w W w W W W tJy W O W W W O W O W W W W r G1 to J w w u 000 O 0 O O � O O lt) to to to to to to N N N N N N N N to to to ID to to to O O O O O 00 N to to to to to to to to (�' to N to h) U N to to to to to to to N N tom+ i I v • 1 N -- to to to to to to to V/ N V) tJ /-t N N 1-� tJ to N fJ I- to N W o) Ut W Os ;ri G1 0~) F, 14 to to to cn N 1-- N io to W iU .a to t• co !o vt N N W W t•1 tJ tJ IJ tJ C) Ln in n O O <l O O 0 0 0 0 o o _ o 0 0 0 tc1