Loading...
HomeMy WebLinkAboutContract 57011-CO1CSC No. 57011-COI FORT WORTH, City of Fort Worth Change Order Request Project Namel Trinity Boulevard Phase 1 - IH 820 to Salado Trail Client Project #(s)l 102101 Pro ect I City Sec # 1 57011 Description Trinity Boulevard Phase 1 - Roadway, Drainage, Illumination, Landscape and Traffic Improvements Contractor) SJ Louis Construction of Texas LTD Change Order #1 1 1 Date 6/26/2023 City Project Mgr.l Mitch Alton City Inspectorl Steve Johnson Dept. TPW Water Contract Time Totals (CD) Original Contract Amount $16,947,512.80 $5,063,103.22 $22,010,616.02 730 Extras to Date Credits to Date Pending Change Orders (in M&C Process) Contract Cost to Date $16,947,512.80 $5,063,103.22 $22,010,616.02 730 Amount of Proposed Change Order $484,466.30 $0.00 $484,466.30 Revised Contract Amount $17,431,979.10 $5,063,103.22 $22,495,082.32 730 Original Funds Available for Change Orders $900,000.00 $700,000.00 $1,600,000.00 Remaining Funds Available for this CO $900,000.00 $700,000.00 $1,600,000.00 Additional Funding (if necessary) CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 2.20% MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST + 25%) $27,513,270.03 JUSTIFICATION (REASONS) FOR CHANGE ORDER The required 26-foot height of the downstream headwall of drainage culvert Line B (see Attachment A for reference), as shown in the final plans, exceeds the maximum 16 feet allowable by standard TXDOT design detail (Attachment B). Consultant Kimley Horn was able to lower the grades and reduce the headwall height to 20 feet, however, the standard headwall detail is not adequate for the embankment height. This change order is required to compensate the contractor for the difference in cost of a special design 20-foot high headwall (Attachment D) and the standard headwall in the bid. The standard headwall was accounted for with Bid Item 94 and a price of $123,800.00 (see Attachment C). Rather than have their structure subcontractor construct it at a higher price quoted, contractor SJ Louis proposes to construct the headwall themselves at the lower cost of $577,716.30 (see Attachment F for reference). Contractor change order proposal is shown in Attachment E showing credit for the existing Bid Item 94, additional items for stone riprap and pedestrian handrail necessary for the revised design, and the actual price of the headwall. Revised headwall design is unique and difficult to find a similar structure to assess price competitiveness. In comparison, the headwall price of $1,863.60 per ton of concrete is lower than TxDOT's average price of $2,815.16 per ton of concrete. Staff deems the quoted price reasonable. 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 W Contract Signature SJ Louis Construction of Texas LTD Adam Lunsford ,rob„ _,. 1 Jun 27, 2023 Inspector/Inspection Supervisor Date Project and omp lance Manager Date Jun 27, 2023 Mefr.kAfvv Jun 26, 2023 Program Manager Date Senior Capital Project Officer Date Jun 27, 2023 -L eo 530330949 p„ Jul, 2023 Assistant Director (Dept) Date Director, ment (Dept) x-- Date 4/ Jut 5, 2023 Jul5, 2023 ,Assistant City Attorney Mate lAssistant City Mana Date 9 t Jul 6,2023 Jul 7,2023 ATTEST: ' m— A .Hama Jannette Goodall, City Secretary odoopnnni Bp�ad0 �AFoo o'9�Id P�`8 Ovo o=d ooa *�d dQ a a TEXA544a �baaaa'6'� it Action if required) M&C Number I 23-0470 1 M&C Date Approved I 6/13/20231 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORTWORTH City of Fort Worth `- — Change Order Additions Project Name I Trinity Boulevard Phase 1 - IH 820 to Salado Trail I City Sec # I 57011 I Client Project # I 102101 I Contractorl SJ Louis Construction of Texas LTD I PMI Mitch Alton I Inspectorl Steve Johnson I Change Order Submittal # 0 Date I 6/13/2023 I I I tM UtbL;KIF' I IUIV 94A blorm Urain Line C Headwall, Station U+U/ (Modnied, 94B Pedestrian Handrail (PR11)(Black) 107 Large Stone Rip Rap ADDITIONS UFF'I uty unit IPW 1.000UUUUl1 to TPW 126.00000000 LF TPW 23.00000000 SY Unit Cost $b 11, 11 b.'3U $226.00 $100.00 TPW Water Sub Total Additions I otai $611,11 b.3UI $28,250.001 $2,300.001 $608,266.301 $0.001 I I $608,266.301 Change Order Additions Page 2 of 4 FOeeTH City of Fort Worth IV,Change Order Deletions Project Name I Trinity Boulevard Phase 1 - IH 820 to Salado Trail I City Sec # 1 57011 1 Client Project # 1 102101 1 Contraclod SJ Louis Construction of Texas LTD I PMI Mitch Alton I Inspectorl Steve Johnson Change Order Submittal # Date 1 6113/2023 1 HEM tM ULZA KIN I IUN 94 Storm urain Line S HeadW81I, Station u+ui ULLI= I IONS ULNI Uty unit unit Lost Iotai I Fvv 1.uuuuuuuu Lb $123,buu.uu $123,buU.uuj 1 I 1 I 1 I 1 I 1 I I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I I 1 I 1 I 1 I 1 I 1 I 1 TPW $123,800.001I Water $0.001 Sub total Deletions $123,8ui Change Order Deletions Page 3 of 4 M/SBE for this Change Order M/SBE Sub Type of Service Amount for this CO Total $0.00 Previous Change Orders co # DATE I AMOUNT Total I $0.00 1 REQUEST FOR INFORMATION REPORT (RFI) Trinity Boulevard Phase 1 - IH 820 to Salado Trail Ronald Etter Project Manager RFI SUBJECT Culvert Downstream Headwall (Storm Drain Line B) POTENTIAL• NO CHANGE INCREASE IN COST $ 484,466.30 DECREASE IN COST 10 10.1 •PRIME CONTRACTOR 57011 SJ Louis Construction of Texas LTD. SJ Louis 940-399-6757 05/03/22 NO CHANGE INCREASE IN TIME # of Days = DECREASE IN TIME # of Days = e The Downstream Headwall doesn't work for the height requirements of the detail it references. Please provide revised detail. Mitch Aiton Sr Professional Engineer 682-715-9424 Revised Headwall Detail is highly unique Headwall due to existing storm drain outfall making it hard for a like comparison of the item. In reviewing the breakdown the concrete work to headwall is $1,863.60/ton ($577,716.30 / 310 tons of concrete). TxDOT average price for concrete headwall work is $2,815.16/ton. Proposed Price is fair and justified. 05/03/22 12/12/22 No Schedule Impact J NOTES I. CURB INLET PER CITY OF FORT WORTH DETAIL 3349- 20-D405. 2. AREA DRAINS (Y-INLETS) PER CITY OF FORT WORTH DETAIL 3349-20-D408 J. CURB INLETS TO BE CONNECTED TO BOX CUL VER 7S WA 24" RCP PIPE THROUGH THE MIDDLE OF THE FLOOR OF THE INLET BOX. CONNEC7701V CAN NOT BE UNDER MANHOLE LOCA77ON /N INLET. 4. HEADWALL CURB HEIGHT IS T'-3". INLET MANHOLE O CURB INLET BOX FLOOR OF INLET BOX 24" RCP - CONNECT FLOOR OF INLET BOX TO TOP OF BOX CULVERT lei I k ,'IV 1�'�� 1�\1` I Fl.=�480.00u = of Downstream Headwall 100 II � I III `I 495 T 4`I I PA SD LINE V Attachment A -Culvert Sheet - -- TOP urEw 0 20 ' 60 BD �TXDOT PARALLEL INNG _y PORIL _im61.sia-wsre Han6vs oRAxews cr LocAna4s aT uTpn¢s 90' DEFORMED TIE r BAR ON 6' CENTERS �' txE ExA v6o�c 3'• FROM TOP AND 3" \u IL�� FROM BOTTOM OF WEIR STEEL EMBED 2'X2" L WELDED Gn5 WELL CL 16ExRBOX COL 6" EMBED TO STA 0+9566 SO INSTALL HORIZONTAL BEND OLT DIAMETERL ^ STA 1+J5.00-SO LINE 'B'= III ICI ^ r III IIIIII 3/4' STEEL PLATE STA O+722 O�SD LINE $-i' III I II I III 8 � " \\ FL Box = 480.6E III III W % FL z4- = 482.00 III yW! W = = m r mz \ STA 1+99.90 SD LINE $' I I'j 2 =� `�" \\, INBTALL HORIZONTAL BEND oY xrn 8 III III`g F _ 3+00 . 4+f)D \/IIIIII III NORMAL POOL - 483.00 `--& = m Z d Src Ex POND CONCRETE WALL. THICK 1 W o mM�9 € III CONCRETE WALL. V m g III 4,000 PSI WITH g3 V c & iN4iW I I BARS ON 6"CENTERS I I 1 1 I II II O n W STA 11+4250-SD UNE $' I CONST 10' CURB INLET (REC) \\I II�II W STA 4+50.14-SD UNE 9' FLUME DETAIL MELT TO TOP OF BOX N I t I I NI INSTALL T-PARAUEL NiNLS I£LEV = 49419 I I III I III _ _PER MOT DETAIL PW IXDOi PARAL[£[ WING WALL r�nn / I I I a III Il\I `�---W4II[FLUM�- SEE DETAIL �V (4) 6'W BOX —IS W 1 1 26' Headwall Height 41' �6 '' COINIRII 6' INDEX 1' TALL X O i1liL RSg� SP[4�4T16 O/4" ]HICK SIL2L CEN PLATE WIH 1' LIFTING Z SLOTS N o RN— G N£LD£D Li0nTOP IIriHOLE WITHE �~nn �l PLATE I RECEINNG Q) NUT BACK OF HOLE 5 1 500 .3/4" THl\\C;K\\BBTT FFl IIAI 7P rsnf4, r 495 490 AII 480--- / x I e1 L? dl'R) �� I�O:i \ PUD I 1+d0 c. 490 1 I I 4es I «, 480 Q ~ � o O T, o a Dote: o3/n/TDar souls: 1-40' D— BX DSM Re� 81, DCG P J.L: 504a-01 SHEET C9. 11 .................... SECTM A -A SECT'. .-B SECTION C-C 0 PLAN DETAILS M .... ENED - O-E- (DEFj���_ Tj SECTION C��-C DETAILS FOR SXENE CUIEFITS Attachment B - TxDOT Detail Y* PARALLEL WINGS FOR SKENTD AND NON-SKENED BOX CULVERTS --LE -ITIT- 1. ON ELEVATID Max Height of 16' for this detail 1- A- 77 77 7-7777, 7 1L-j TxDOT Detailreferenced L CONCRETE HEADWALLS WITH FLARED WINGS FDR -i2 1 SKEW PIPE CULVERTS C -FW-0 -1 SECTIDN A�A L=Ljk1 WING ELEvAriON BILLS OF REINFORCING STEEL - ft. L"th - 40 f-) F'S IT c T F TYPICAL SECTIONT WANTITIES 1:5, afl, MULTIPLE BOX CULVERTS 6SPAN 0 IREC7 TRAFFIC PART PLANS® TO 16- NA X FILL it aMse X C" 72—K CONCRE7`E WINGINALLS FOR 0' SKEW BOX CULVERTS Sw-0 - By. DCG SHEET 9.23 Attachment C - Contractor Bid 00 42 43 RID PROPOSAL Pagc I oF6 UNIT PRICE BID Bidlist Item l No. 1 2 3 4 5 6 7 a 9 10 12 13 14 I 15 16 i 17 18 19 20 i 21 f 22 23 24 25 26 27 28 29 30 j 31 32 33 34 35 36 37 38 39 40 41 42 43 44 i 45 46 47 48 SECTION 00 42 43 PROPOSAL FORM Project Item Information Bidder's Application Bidders Proposal Description 5 cikation Section No, unit of Sid Unit Price Bid Value p I Q wittily UNIT I: ROADWAY & DRAINAGE 0241,0401 Remove Concrete Drive 0241 13 SF 0241,0500 Remove Fence 024113 LF 0241 A 100 Remove Asphalt Pvmt 0241 15 SY 0241.1000 Remove Conc Pvml 0241 15 SY 0241-1300 Remove Cone Curb&Gutter 0241 15 LF 0241,0100 Remove Sidewalk 024113 SF 3441.4108 Remove Sign Panel and Post 34 41 30 EA 3441-3501 Salvage Street Light Pole 34 41 20 EA 3441.3502 Relocate Street Light Pole 3441 20 EA 0241.3501 Remove Storm 3unelion Stnlcture 0241 14 LS 0241,4401 Remove Headwall/SET 0241 14 EA 0241.3013 Remove 1S" Storm Line 0241 14 LF 0241,3015 Remove 24" Storm Line 0241 14 LF 0241.3017 Remove 30" Storm Line 0241 l4 LF 0241.3023 Remove 48" Storm Line 0241 14 LF 0241,3025 Remove 60" Stonn Line 0241 14 LF 3110.0101 Site Clearing 31 1000 LS 3110.0102 6"-12" Tree It 31 1000 EA 3110,0103 12"-I S" Tree Removal 31 1000 EA 3110.0104 18"-24" Tree Removal 31 1000 EA 3110.0105 24" and Larger Tree Removal 31 1000 EA 3123,G101 Unclassified Excaval ion by Plan 31 23 16 CY 3123,0103 Borrow by Plan 31 2323 CY 3124,0101 Embankment by Plan 31 24 00 CY 3125,0101 SWPPP ? 1 acre 31 25 00 LS 9999AG01 Remove Gravel Drive 0241 15 SF 9999.0002 Remove 66" Storm Line 0241 15 LF 3211,0123 8" Flexible Base, Type A. 011-1 32 1 l 23 SY 3213,0105 10" Cow Pvmt 32 13 13 SY 3212.0304 4" Asphall Pvmt Type D 32 1216 SY 3212.0501 4"A sphalt Base Type B 32 1216 SY 9999.D003 6" Asphalt Type B on 6" Flexbase (Temporary) 32 12 16 SY 9999.0004 4" Type B on 6" Flexbase - Trench Repair (Temporary) 32 12 16 SY 3213,0301 4" Conc Sidewalk 32 1320 SF 3213.0311 4" Conc Sidewalk, Adjacent to Curb 32 1320 SF 3216-0101 6" Conc Curb and Griller 32 16 13 LF 9999.0005 16" Concrete Retaining WalI (Truck Apron) 32 M l3 LF 9999.0OD6 Integral Colored i 1" Concrete Truck Apron 32 13 13 SY 9999_0G07 Integral Colored I1" Concrete Median (Splitter Island) 0335 13 SY 9999.0008 Integral ColoredISlamped 4" Concrete Median 03 35 13 SY 9999,0009 3" MotnUable Curb with 18" Gutter 32 16 13 LF 9999.0010 Monolithic Median Nose - Type 1 32 13 13 EA 9999,0011 Monolithic Median Nose -Type 2 3213 13 EA 9999A012 Monolithic Median Nose - Type 3 32 13 13 EA 32 [3,0504 Barrier Free Ramp, Type M-2 32 1320 EA 3213.0506 Barrier Free Ramp, Type P-1 32 1320 EA 3213.0507 flamer Free Ramp, Type P-2 32 1320 EA 3213.0501 Barrier Free Ramp, Type R-1 32 1320 EA 3100 $1.20 610 $L00 34750 $4.00 680 S 10.00 985 $1 A0 1410 $1.00 23 $50,00 6 $500.00 5 $2.650,00 1 $750,00 30 $100.00 60 $20,00 510 $20.00 120 $20.00 220 $20.00 230 $20,00 1 S28,000.00 35 $200,00 11 $300.00 2 $400,00 2 $500A0 5000 $13,25 120000 $14.24 5000 $3.10 1 S52,000.00 9310 $0.50 620 $27,00 43050. S15,50 39430-XG66USM 1320 $32.00 1320 $30,00 5213 $60.00 1060 $55.00 91770 $6.75 9040 $7.00 615 $40,00 250 $45,00 460 $175,00 70 $185.00 720 $135.00 350 $2G,00 2 $1,900.00 9 S2,200.00 13 $1.900,00 14 $1,950,00 14 $2,000.00 2 $2,000.00 10 $2,500.00 $3,720.00 $610.00 $139.000.00 $6,800.00 $985.00 $1,410.00 $1,150.00 $3,000.OG $13,250A0 $750.00 $3.000.00 $1,200,00 $10,200.00 $2,400A0 $4,400.00 $4,600.00 $28,000.00 $7,000,OG $3,300.00 $900.Go $1,000,00 $66,250,00 $1,709,800.00 $15,500.00 $52.000.00 S4,905,00 $16,740.00 r �n $667,2�75,Oyg�'��74r4 Wm $42,240-00 $39,600.00 S312,780.00 558,300.00 S619,447.50 $63,280.00 $24,600.00 $11,250-00 $80,500m $12,950,00 S97,200A0 $7,000.00 $3,900.00 $19,800.00 $23,400,00 $25,900A0 $28,000.00 $4,000.00 125,000.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TRINITY BOULEVARD PHI Form Rcviscd 20120120 CITY PRO)ECT No. 10210I Attachment C - Contractor Bid (cont) 00 42 43 BID PROPOSAL Page 2 of 6 UNIT PRICE BID SECTION 00 42 43 PROPOSALFORM Project Item Information Bidder's Application Bidder's Proposal Bidlist Item' Description Specification Section No. Unit of Bid Unit Price Bid Value No. Measure Quantity 49 3213.0510 Barrier Free Ramp, Type C-3 32 13 20 EA 5 $1,850.00 $9,250.00 50 3217.0101 6" SLD Pvmt Marking HAS (W) 32 1723 LF 720 $1.35 $972.00 51 3217.0102 6" SLD Pvmt Marking HAS (Y) 32 1723 LF 7330 $1.35 $9,895.50 52 3217.0103 6" BRK Pvmt Marking HAS (W) 32 1723 LF 2520 $1.55 $3,906.00 53 3217.0201 8" SLD Pvmt Marking HAS (W) 32 1723 LF 2530 $1.89 $4,781.70 54 3217.0401 IS" SLD Pvmt Marking HAE (W) 32 17 23 LF 200 $6.00 $1,200.00 55 3217.0501 24" SLD Pvmt Marking HAE (W) 32 1723 LF 420 $8.00 $3,360.00 56 3217.1002 Lane Legend Arrow 32 17 23 EA 37 $150.00 $5,550.00 57 3217.1003 Lane Legend DBL Arrow 32 1723 EA 6 $290.00 $1,740.00 58 3217.1004 Lane Legend Only 32 1723 EA 26 $225.00 $5,850.00 59 3217.2103 REFL Raised Marker TY II -A -A 32 1723 EA 146 $6.25 $912.50 60 3217.2104 REFL Raised Marker TY II-C-R 32 17 23 EA 83 $6.25 $518.75 61 9999.0013 8" BRK Pwnt Marking HAS (W) 32 1723 LF 180 $2.00 $360.00 62 9999.0014 18" DOT Pvmt Marking HAE (W) 32 17 23 LF 100 $6.00 $600.00 63 9999,0015 IS" SLD Pvmt Marking HAE (Y) 32 1723 LF 110 $8.00 $880.00 64 9999.0016 24" SLD Contrast Pvint Marking HAE 32 1723 LF 1240 $20.00 $24,800,00 65 9999.0017 Lane Legend Contrast Word (Yield) 32 1723 EA 8 $925.00 $6,600.00 66 9999.0018 Lane Legend (W) Contrast Double Arrow w/ 2' Diameter 32 1723 EA 6 $1,075.00 $6,450.00 67 3441.4001 FunrishAnstall Alum Sign Mast Ann Mount 34 41 30 EA 2 $400.00 $800.00 68 3441.4003 Furnish/install Alum Sign Ground Mount City Std. 34 41 30 EA 73 $360.00 $26,280.00 69 3441.4004 Funrisli/Install Alum Sign Ex. Pole Mount 34 41 30 EA 61 $80.00 $4,880.00 70 9999.0019 TXDOT Sign and Support TY SCH 80 (1) SA (U-BM) TxDOT 644 EA 2 $1,100.00 $2,200.00 71 0171.0101 Construction Staking 01 71 23 LS 1 $150,000.00 $150,000.00 72 3471.0001 Traffic Control 3471 13 MO 24 $2,000.00 $48,000.00 73 3471.0002 Portable Message Sign 3471 13 WK 20 $550.00 $11,000.00 74 3305.0102 Cathodic Protection Test Station Adjustment 3305 14 EA 4 $500.00 $2,000.00 75 3305.0106 Manhole Adjustment, Major 3305 14 EA 2 $800.00 $1,600.00 76 3305.0107 Manhole Adjushnent, Minor 3305 14 EA 1 $400.00 $400.00 77 3305.0108 Miscellaneous Structure Adjustment, STA 105+38.45 3305 14 EA 1 $1,000.00 $1,000.00 7g 3305.0111 Valve Box Adjustment 3305 14 EA 19 $250.00 $4,750.00 79 9999.0020 Proposed Cathodic Protection System Re -Testing 33 04 12 LS 1 $4,000.00 $4,000.00 80 9999.0021 Screening Wall 02825 LF 390 $414.00 $161,460.00 81 9999.0022 Retaining Wall (Temp Wall) TxDOT 423 SF 22600 $15.00 $339,000.00 82 9999.0023 Portable Low Profile Concrete Traffic Barrier TxDOT 512 LF 4000 $25.00 $100,000.00 83 9999.0024 Permanent Typ III Barricade TxDOT 6120 EA 10 $800.00 $8,000.00 84 9999.0025 Construction Allowance 00 00 00 LS 1 $500,000.00 $500,000.00 85 3349.7001 4' Drop Inlet 33 49 20 EA 8 $4,500.00 $36,000.00 I` 86 3349.6001 10' Recessed Inlet 33 49 20 EA 28 $5,175,00 $144,900,00 87 3349.5002 15' Curb inlet 33 49 20 EA 2 $6,450,00 $12,900.00 88 3349.0102 4'ManholeRiser 334910 EA Headwall in Bid 89 3349.0001 4' Storm Junction Box 33 49 10 EA 90 3349.0002 5' Storm Junction Box 33 49 10 EA 2 $6,200.00 $12,400.00 91 3349.0003 6' Storm Junction Box 33 49 10 E 5 $12,700.00 $63,500.00 92 3349.0101 3' Rotmd Manhole Riser 33 49 10 /A 6 $3,400.00 $20,400.00 93 3349.1012 54" Flared Headwall, 1 pipe 33 49 40 EA 1 $13,650.00 $13,650.00 94 9999.0056 Stonn Drain Line B Headwall, Station 0+07 33 49 40 EA 33 49 40 EA 1 $123,800.00 1 $23,000.00 $123,800.00 95 9999.0057 Storm Drain Line B Headwall, Station 4+50 $23,000.00 96 3341.0205 24" RCP, Class 11I 3341 10 LF 29671 $386.00 $1,145,262.00 97 3341.0302 30" RCP, Class 111 3341 10 LF 224 $403.00 $90,272.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TRINITY BOULEVARD PHI Fomi Revised 20120120 CITY PROJECT No. 102101 Attachment D - Revised Headwall Detail �60" LATERAL WINGWALL d� (EACH SIDE) ,p I HEADWALL - - `-------------t----- ROCK _- -L ------- RIPRAP ,HANDRAIL O2 PRECAST - -I- - - - 45 -0 _ BOX CULVERT - 6X6 48'-9" 6'-0" H. E'ADWALL STRUCTURE LAYOUT FINISHED GRADE HANDRAIL 2O ROCK RIPRAP IN — CONCRETE ACCORDANCE WITH 31 37 00 S/ �EL = 465.7E RIPRAP %�CL1Y CAPS' BAR ` PRECAST AT R.' BOX CULVEUl RT ) 4-6X6 BAR L5— AT IN' O O #4 BARS i - --- AT 18" � � n y6 AT 9" O O o —N6 AT 9- R 480 00 10 — 3 RIP RAP TRANSITION REFER TO WINGWALL g DETAIL SECTION FOR BAR L4 3/5-01� SACKFUL DETAIL a o REFERENCE TO qT Ig• Ill CONCRETE RIPRAP AT (1 FT IN �4 18" DETAIL ON OVERLAP) M SHEET 5-02 BAR Lt _ rCONCRETE AT 9` F RIPRAP IVp EL = 468 00 " EL = 4 -0 LBGO TOPAL & SIDE TOqOC P& BOT / q A HEADWALL SECTION OT SHOWN HEADWALL ISOMETRIC VIEW -SCHEMATIC 20' Headwall Height FINISHED GRADE HANDRAIL 2O — BAR U1 - - - - - - --- \\/T AT 9" \`✓\ \\ —NB AT 9" PROPOSED GRANUL R O / BACKF LL rrREFERENCE TO \ RAP TAIL ON SHEET 5-02 \ f�l ; r • rOONORETE L� ` RIPRAP �4 EXISTING \ CONTROLLED LOW .. NATIVE . \'!��j\\ MTRENGTH { TERIAL IN /✓,%\\/////�\\\///� 03G34 D 3NCE WITH - —BAR L1 BAR U2 AT 9" OC AT 9" TOP & BOT -- - — UNDSTURBED SHALE �r TB AT 9° 4 - - EL = 467.00-+ . - TOP & BOT ry L -- �� 2.-O" 1�9" 1D'-O" / g ) WINGWALL SECTION - /I _ -- REVISION' N0. o DE6DRI1wDN PA E A ;o NOTES 1 ALL STRUCTURES SHALL BE CONSTRUCTED IN ACCORDANCE WITH THE TEXAS DEPARTMENT OF TRANG—TATON STANDARD SPECIFICATIONS FOR CONSTRUCTION AND MAINTENANCE OF HIGHWAYS, STREETS, AND BRIDGES, 2014 EDITION 2 LOCATION OF ALL JOINTS SHALL BE AS SHOWN 3 CONCRETE MIX DESIGN SHALL BE IN ACCORDANCE WD-1 TXDOT ITEM 421, HYDRAULIC CEMENT CONCRETE PROVIDE TYPE S CONCRETE (fF- 4,000 PSI) ALL MIX DESIGNS SHALL BE SUBMITTED FOR APPROVAL. 4 ALL REINFORCING STEEL SHALL BE ASTM A615 GRADE 60 IN ACCORDANCE WITH TXDOT ITEM 440, REINFORCEMENT FOR CONCRETE SUBMIT CERTIFICATION FOR ALL REINFORCING STEEL 5 REINFORCING CLEAR COVER SHALL BE 2" WHERE FORMED AND 3" WHERE CAST AGAINST SOIL UNLESS OTHERIWSE NOTED 6 CONTRACTOR SHALL BE RESPONSIBLE FOR SHORING AND BRACING ALL WORK INCLUDING THE PROTECTION OF ALL EXISTING UTILITIES DURING CONSTRUCTION. CONTRACTOR SHALL FIELD VERIFY ALL EXISTING STRUCTURES AND UTILITIES PRIOR TO THE START OF CONSTRUCTION J ALL CONTINUOUS BARS SHALL HAVE LAP SPLICES IN ACCORDANCE WPTH TXDOT ITEM 440, REINFORCEMENT FOR CONCRETE 6 CONTRACTOR SHALL VERIFY ALL DIMENSIONS AND ELEVATIONS AND SHALL NOTIFY ENGINEER IF ANY DISCREPANCIES ENCOUNTER. Onu AROUND R_R1N To SHESH-LAR KEY DETAIL ON PA. S Oz oEA PNII OREFERENCE TO CIRCULAR WALL OPENING ONSAOUTEK HEET 02 IN A. OTxTFN CdJCRETE RPRAP AND HEAP BE /11 WTPE D6 IN OIR 21 BACKFLL 101E 5 1 SHu£ uYERs. OREFER TO 7XD.L CCx 10h DETAIL 6� IMLT CU SUTHEPoAN 138535 r I SIONAL Kimlepo Horn 801 Ch—y Street. Unit 11. Suite 1300. Fort Wwth. TX 76102 PAme (81 ) 335-6511 FA.:(817) 335-5070 TBPE e9rstro No F-928 CITY PROJECT #102101 MAPSCO NO, 0666,, 066C & 0660 CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS CAPITAL DELIVERY DIVISION TRINITY BOULEVARD ROADWAY IMPROVEMENTS T.H. 820 TO SALADO TRAIL HEADWALL STRUCTURAL DETAILS SHEET l OF 2 DESIGNED. BCS SCALE. DATE. SHEEP. DRAWN MP AS NOTED DCCCH]I1CC 22 S-0I CHECKED BCS Attachment D - Revised Headwall Detail (cont) 2'-6" 6'-0" 2'-0" 6' 0" 2' 0" 6. 0' 2' O• (TYP 6)1 DEL = 488. ]8 �a a� rFL 450.00 TYP ry BAR Lt AT 9- --ADDITIONAL A8 (TYP BETWEEN OPENINGS) IW AT 9" FL = 470 00i CAROM AR WAI I OPFNINC, r USE SPACER FOR TYPE "B" S1EICKNM5 OF UNEQUAL WAIERSTW� IlyrTHESS `EDGE OF WALL — --- DOWEL BB N S-0" ATJ ' FACE OF WALL 1'-0' MAX SPACING -3/4" CHAMFER CONSTRUCTION JOINT O rEL 46].00 T/3 IT/3I T/3 1 N I� HEADWALL / WINGWALL BAR U2 AT 9" OC #6 TOP AND BOTTOM ) TOP &BOTTOM - �1 31 35-0 HEADWALL ELEVATION auex_ NOTE REINFORCING NOT SHOWN FOR CLARITY SHEAR KEY DFTAII — BAR 9L" { AT 9" BATAR1 AT •---- — NB AT 9" FOOTING BAR U2 AT T CORNER DETAILS (PLAN VIEW) 3 1� J CONSTRUCTION) JOINT 6 BAR L1 AT 9" #6 AT 9" WINGWALL� WALL 'NOT LESS THAN REQUIRED FOR WATERSTOP TO CLEAR REINFORCING. OTHERWISE. PROVIDE AS DIMENSIONED ON THE PLANS HEADWALL 14 GALVANIZED 1'-4"i 13' 4" AT 18 HOT rRIPRAPCONCRETE T TOP & o1� BAR L8 AT 12" `\TI GALVANIZED _ 2 _O" #4 BAR U1 #6 BAR L6 GALVANIZED HEADWALL #e BAR U2 WINGWALL 9 45.0' 6 AT IS" rR pRCRETE 162' P BAR LA 6 AT 12" --� #4 BAR LS or 3 0 3� GALVANIZED —_ #4 BAR L4 11 -fi C BAR ZI AT 18" 21�10 WINGWALL '-- I 1'-4"I 3'-0 C.ONCRFTF RIPRAP DFTAII �'I �` V-2' (ELEVATIONS) #8 BAR L1 #6 BAR L2 V-2" #8 BAR L3 WALLS REINFORCEMENT NOT SHOWN FOR CLARITY #4 BAR Zi GALVANIZED REVISIONS NO. A 9E61RIPT6N DATE A A O ADDITIONAL REINFORCING - 4 SIDES OF OPENING & EQUAL TO THE NUMBER. SIZE & LENGTH OF THE INTERRUPTED REINFORCEMENT. PLACE ONE HALF OF ADDITIONAL REINFORCEMENT EACH SIDE OF OPENING, LENGTH OF BARS SHALL BE OPENING DIAMETER PLUS CLASS "C" LAP SPLICE EACH SIDE OF OPENING IF LAP SPLICE LENGTH EXTENDS INTO FOOTING, EMBED 90 DEG STANDARD HOOK INTO FOOTING. Ofi 6" SIKA GREENSTREAK PVC WATERSTOP OR APPROVED EQUAL, INSTALLED PER MANUFACTURERS RECOMMENDATIONS AND CONTINUOUS AROUND PERIMETERS OF STRUCTURE (TYP) © ALL CONSTRUCTON JOINTS SHALL HAVE SIKA DILATEK SYSTEM OR SIMILAR APPROVED ON EXTERIOR FACE OF STRUCTURE AND IN BETWEEN CONCRETE RIPRAP AND HEADWALL/WNGWALL O VERTICAL CONSTRUCTION JOINT DETAIL REFERENCE TO TXDOT STANDARD RW-SF-22 NOT APPLICABLE TO WALL CORNERS B CU SUT EEUND� � 138535 {Ig <rCENS= s10NnL N Kimlep Horn 801 Cherry Street Unt 11. E,to 1300. Fort —IN TX 76102 Ph.. (81 ) 335-6511 F—(817) 335-5070 TBPE e9rs-- No F-928 C_ PROJECT#102101 MAPSCO NO, 0666, 066C & 0660 CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS CAPITAL DELIVERY DIVISION TRINITY BOULEVARD ROADWAY IMPROVEMENTS I.H. 820 TO SALADO TRAIL HEADWALL STRUCTURAL DETAILS SHEET 2 OF 2 DESIGNED. BCC SCALE. I DATE. SHEEP, DRAWN MP AS NOTED DCDCIDIICC 22 S-02 CHECKED BCS Attachment E Request for Proposal Project Name Trinity Blvd., Phase I (I.H. 820 to Salado Trail) City of Fort Worth, Texas Response Required By Mr. Mitch Alton, P.E., PMP 200 Texas Street Fort Worth, Texas 76102 Via Email cc: Mr. Trenton Tidwell- Kimley Horn, Via Email C.M.R. -Proposal No. Date 13 Transmitted By Ronald Etter Project Manager Signature R&K4A& Effe'r March 22, 2023 Description of* Work This CMR is in response to PCM #005 revising the design of the Storm Drain Headwall on Line B at Sta. 0+07.00. The Price below is in accordance with PCM 005 which includes furnishing and installing formwork, falsework, reinforcement, dewatering, excavation, shoring, haul off and disposal of spoils, structural backfill, clay cap, filter fabric, controlled low strength material, water stop, water proofing, concrete, curing, and appurtenances. Breakdown of Proposal Trinity Blvd., Phase I (I.H. 820 to Salado Trail) PCM #005- Storm Drain Headwall Line B at Sta. 0+07.00 Item Description Quantity Unit Price Extension 94 Storm Drain Line B Headwall, Station 0+07 (1) LS $123,800.00 ($123,800.00) 107 Large Stone Rip Rap 23 SY $100.00 $2,300.00 NEW Storm Drain Line B Headwall, Station 0+07 (Modified) 1 EA $577,716.30 $577,716.30 NEW Pedestrian Handrail (PR11)(Black) 125 LF $226.00 $28,250.00 Net Change: $484,466.30 Additional Calendar Days: 45 If acceptable, please provide an authorization signature below and return one (1) copy to our office. S.J. Louis Construction Action xc: S. J. Louis Project No. 22111 S.J. Louis Construction of Texas Ltd. 520 S. 6th Avenue Mansfield, Texas 76063 (817) 477-0320 Office (817) 477-0552 Fax Attachment F - SJ Louis's proposed price for Headwall B Storm Drain Headwall- Line B at Sta. 0+07 (Modified) A I B C D Regular Hours Worked Rate Times Overtime Hours Worked Rate Times 55 % 15 % Total I Labor Rate 1 1 1 2 1 3 1 4 (Total Hours Total Hours I Rate 1 1 1 2 1 3 1 4 1 5 1 6 1 7 1 Total Total Hours Benefits Overhead A+B+C+D (Superintendent $80.00 0.0 $0.00 $80.00 0 $0.00 $0.00 $0.00 $0.00 Foreman $70.00 0.0 $0.00 $70.00 0 $0.00 $0.00 $0.00 $0.00 (Hoe Operator $35.00 0.0 $0.00 $52.50 0 $0.00 $0.00 $0.00 $0.00 Tait Hoe Operator $33.00 0.0 $0.00 $49.50 0 $0.00 $0.00 $0.00 $0.00 Loader Operator $30.00 0.0 $0.00 $45.00 0 $0.00 $0.00 $0.00 $0.00 Dozer Operator $28.00 0.0 $0.00 $42.00 0 $0.00 $0.00 $0.00 $0.00 Pipe Layer $30.00 0.0 $0.00 $45.00 0 $0.00 $0.00 $0.00 $0.00 (Top Man $29.00 0.0 $0.00 $43.50 0 $0.00 $0.00 $0.00 $0.00 Laborer $24.00 0.0 $0.00 $36.00 0 $0.00 $0.00 $0.00 $0.00 (Laborer $24.00 _ _ 0.0 $0.00 $36.00 0 $0.00 $0.00 $0.00 $0.00 Laborer $24.00 0.0 $0.00 $36.00 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 A Hours Worked Rate Times 155% Total Equipment I Rate w/ Fuel 1 1 1 2 1 3 1 4 (Total Hours Total Hours Overhead A+B I390 Excavator $643.68 0.0 $0.00 T0.00 $0.00 1336 Excavator $267.38 0.0 $0.00 1 $0.00 $0.00 1744 Loader $170.71 0.0 $0.00 1 $0.00 $0.00 ID6 Dozer $314.54 0.0 $0.00 1 $0.00 $0.00 1433 Compactor $135.99 0.0 $0.00 1 $0.00 $0.00 I Water Truck $44.72 0.0 $0.00 1 $0.00 $0.00 I Pickup Truck (Superintendent) $60.31 0.0 $0.00 1 $0.00 $0.00 I Pickup Truck (Foreman) $58.37 0.0 $0.00 1 $0.00 $0.00 I Generator $22.22 0.0 $0.00 1 $0.00 $0.00 (Blower $13.33 0.0 $0.00 $0.00 $0.00 (Broom $129.68 0.0 $0.00 $0.00 $0.00 Job Trailer & Tools $184.84 0.0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 I` 6 Cost For Total C 15°k Total Miscellaneous I Rate I Description I unit I Quantity Materials Overhead A+B SJL Structure Crew $ 6,300.00 Crew Cost-Labor/Equip/Fuel Day 40 $212,00000 $37,800.00 $289,800.00 Misc $ 60,000.00 Rebar, Waterstop, Water Proofing, curing, and misc. appurtanances LS 1 $60,0'0.60 $9,000.00 $69,000.00 IBurnco $ 175.00 ConcreteforHeadwall CY 310 $54,250.00 $8,137.50 $62,387.50 IBurnco $ larFill 36.00 Granuac TONS 1,600 $57,600.00 $8,640.00 $66,240.00 Burnco $ 1,1 00 CLSM BkFill CY 294 $43,512.00 $6,526.80 $50,038.80 Concrete Pump $ 15,000.00 Concrete Pump to Pour Concrete LS 1 $15,000.00 $2,250.00 $17,250.00 Misc $ 10,000.00 Concrete Formwork LS 1 $10,000.00 $1,500.00 $11,500.00 AEA $ 10.000.00 Haul Off LS 1 $10.000.00 $1.500.00 $11.500.00 Grand Total Cost r $577,716.30 Attachment G - MWBE Sub Proposed Price for Headwall Storm Drain Headwall- Line B at Sta. 0+07 (Modified) Labor (Superintendent Foreman Lead Hoe Operator Tail Hoe Operator Loader Operator Dozer Operator Pipe Layer (Top Man Pipe Layer Helper Laborer Laborer Rate $80.00 $70.00 $35.00 $33.00 $30.00 $28.00 $30.00 $29.00 $29.00 $24.00 $24.00 Reqular Hours Worked I 1 1 2 1 3 1 4 (Total Hours 9 18 6 33.0 18 36 12 66.0 24 24.0 48 16 64.0 24 24 16 64.0 0.0 0.0 0.0 0.0 24 16 40.0 24 48 16 88.0 A Rate Times Total Hours $2,640.00 $4,620.00 $840.00 $2,112.00 $1,920.00 $0.00 $0.00 $0.00 $0.00 $960.00 $2,112.00 I I Rate $80.00 $70.00 $52.50 $49.50 $45.00 $42.00 $45.00 $43.50 $43.50 $36.00 $36.00 Overtime Hours Worked 1 1 1 2 1 3 1 4 1 5 1 6 1 7 1 9 18 6 9 9 6 9 6 9 18 6 Total 0 0 9 24 24 0 0 0 0 15 33 B Rate Times Total Hours $0.00 $0.00 $472.50 $1,188.00 $1,080.00 $0.00 $0.00 $0.00 $0.00 $540.00 $1,188.00 C 55 % Benefits $1,452.00 $2,541.00 $721.88 $1,815.00 $1,650.00 $0.00 $0.00 $0.00 $0.00 $825.00 $1,815.00 D 15% Overhead $613.80 $1,074.15 $305.16 $767.25 $697.50 $0.00 $0.00 $0.00 $0.00 $348.75 $767.25 Total A+B+C+D $4,705.80 $8,235.15 $2,339.53 $5,882.25 $5,347.50 $0.00 $0.00 $0.00 $0.00 $2,673.75 $5,882.25 $15,204.010 $4,468.50 $10,819.88 $4,573.86 $35,066.23 A B Hours Worked Rate Times 15% Total Equipment Rate wl Fuel 1 1 1 2 1 3 1 4 ITotal Hours Total Hours Overhead A+B 1390 Excavator $643.68 33 33.0 $21,241.44 $3,186.22 $24,427.66 1336 Excavator $267.38 66 22 88.0 $23,529.44 $3,529.42 $27,058.86 1744 Loader $170.71 33 33 22 88.0 $15,022.48 $2,253.37 $17,275.85 ID6 Dozer $314.54 0.0 $0.00 $0.00 $0.00 1433 Compactor $135.99 0.0 $0.00 $0.00 $0.00 IWater Truck $44.72 66 66.0 $2,951.52 $442.73 $3,394.25 (Pickup Truck (Superintendent) $60.31 9 18 6 33.0 $1,990.23 $298.53 $2,288.76 (Pickup Truck (Foreman) $58.37 18 36 12 66.0 $3,852.42 $577.86 $4,430.28 I Generator $22.22 0.0 $0.00 $0.00 $0.00 (Blower $13.33 0.0 $0.00 $0.00 $0.00 (Broom $129.68 0.0 $0.00 $0.00 $0.00 Job Trailer &Tools $18484.8484 0.0 $0.00 $0.00 $0.00 $68,587.53 $10,288.13 $78,875.66 A B Total Cost For 15% Total Miscellaneous I Rate I Description I Unit I Quantity Materials Overhead A+B IMT Construction TXDOT SW (Sta. 0+07 Line B) LS 1 $367,000.00 $55,050.00 $422,050.00 IMT Construction $22,68" IMT Mobilizatan EA 1 $22,687.00 $3,403.05 $26,090.05 I IMT Constructon $28,70(i. Concrete Rip Rap LS 1 $28,700.00 $4,305.00 $33,005.00 I Burnco $36.0(i Granular Fill TONS 1,600 $57,600.00 $8,640.00 $66,240.00 IBurnco $148.00 CLSM BackFill CY 294 $43,512.00 $6,526.80 $50,038.80 IConcrete Pump $15,000.00 Concrete Pump to Pour Concrete LS 1 $15,000.00 $2,250.00 $17,250.00 Misc. Equipment/ Operators $35,000.00 Excavator & Loader Costs for Subcontractor Building Structure (3 Months) Month 3 $105,000.00 $15,750.00 $120,750.00 $639,499.00 $95,924.85 $735,423.85 Labor/Equipment Break Down Item # Excavation of Headwall (3 Days) 1 Backfill/Granular Work (6 Days) 2 Grand Total CLSM(2 Days) 3 Cost $849,365.74 $849,365.74 Attachment G continued - MWBE Sub Proposed Price IMT Construction, LLC WBE/SBE/MBE/DBE 11130 Petal St - Suite 200 Dallas, TX 75238 Office - (972) 707-0664 / (469) 456-5604 estimating@imtconstruction.com Change Order Bid For Job: Trinity Blvd - Fort Worth lm�l CONSTRUCTION LLC. Bid Date: 40 Unit of Item No. Qty. Measure Cost per Unit TxDOT SW (STA 0+07.00-SD Line 'B') Upstream (HT=22.78') * 1 EA 367,000.00 TxDOT PW with Flume (STA 4+50.74-SD Line 'B) Downstream ** 1 EA 58,050.00 Concrete Rip -Rap for TxDOT SW 1 EA 28,700.00 6'x6' RCB (Cast In Place Extension per barrel, as needed) LF 1,100.00 Mobilization Need Machine to help pour and move material * Excludes: Handrail, Stone Rip -Rap, Granular Backfill ** Excludes: Bolts, Steel Plate 1 EA Exclusions: Traffic Control, Barricades, Bonds, Permits, Erosion Control, Placing Rock in Structures, Testing, Testing Fees, Staking, Haul -Off, Removals, Trench Safety, Shoring, Excavation, Dewatering, Joint & Seal, Shop Drawings, Railings, Form Liner, Veneer, Coloring, Special Concrete, and Backfill. Inclusions: Labor, Concrete, Steel, and other materials as needed to complete the job. All items bid as cast -in -place unless otherwise specified. Prices are bid per current available information and assume normal scope of work. Additional depth, larger -than -normal throats, special rings & covers, or any variant beyond normal scope may incur an additional cost. Access to pour concrete must be available. Prices do not include machinery or other methods to get concrete from truck to structure. Prices subject to escalation, not to exceed 10%, every 12 months, beginning from start date. 22,687.00 Tota I 02/23/23 Amount 367,000.00 58,050.00 28, 700.00 22,687.00 $476,437.00 Bid Valid for 30 Days from Bid Date Contractor price Concrete/ton is $1,863.63/ton. ($577,176.30 / 310 TON of concrete) TxDOT Average bid price for concrete work on a headwall is $2,815.16/ton for reference. Filters: Adjust filters to refine your analysis of bid item average Use Qty Filter: Standard Specification costs. NO ' Code iAl BID ITEM BID ITEM DESCRIPTION UNIT OF l', MEASURE Bid Item (All) Actual Let Date Range 420-6044 CL C CONC (FOOTING)(HPC) CY Last 3Tonths ' Bidder Rank 420-6045 CLC CONC (FOOTING)(MASS) CY Low Bidder District (All) 420-6049 CL C CONC (CRASHWALL) CY County (All) 420-6051 CL C CONC (CULV) CY Project Classification (All', - 420-6052 CLCCONC (CULV)(HPC) CY Vendors (Select to Exclude) (AII) 420 6054 CY 420-6057 CL C CONC (WINGWALLS) CY 420-60G0 CL C CONC (INLET) CY 420-6062 CL C CONC (RETAINING WALL) CY 420-6066 CL C CONC (RAIL FOUNDATION) CY Data Date: 6j8jZ023 2 20 40 AM Min. Bia Item f.'.ax. Bia Item Avg. Unit Price kiln. Unit Price Max. unit Price Std. dev. of Unit Median Unit Qty Qty Price Price 1.0 16.0 $2,815.16 $1,445.47 $5,000.00 $1,912.34 $2,000.00 6/26/23, 9:44 AM M&C Review Official site of the City of Fort Worth, Texas CITY COUNCIL AGENDA FORTH Create New From This M&C REFERENCE "M&C 23- 2023 TRINITY BLVD DATE: 6/13/2023 NO.: 0470 LOG NAME: PHASE 1 CHANGE ORDER CODE: G TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (CD 5) Authorize Execution of Change Order No. 1 in the Amount of $484,466.30 to a Construction Contract with S.J. Louis Construction of Texas, Ltd. for Street Reconstruction of Trinity Boulevard from Interstate Highway-820 to Salado Trail for a Revised Contract Amount of $22,495,092.32 RECOMMENDATION: It is recommended that the City Council authorize the execution of Change Order No. 1 to a construction contract with S.J. Louis Construction of Texas, Ltd. (City Secretary Contract No. 57011) in the amount of $484,466.30 for Street Reconstruction of Trinity Boulevard from Interstate Highway-820 to Salado Trail for a revised contract amount of $22,495,082.32 (City Project No. 102101). DISCUSSION: On November 9, 2021 the City executed a construction contract with S.J. Lewis of Texas, Ltd for the reconstruction of Trinity Boulevard from Interstate Highway-820 to Salado Trail in the amount of $22,010,616.02 via Mayor & Council Communication (M&C) 21-0878. Trinity Boulevard is a major corridor with proposed mixed use and commercial development which will provide access to the proposed Trinity Metro rail station. Additional contract capacity is being requested with this M&C in order to construct revised culverts and storm drain outfalls. This change order will be funded within the existing project budget and no additional approriations are required. The following table summarizes previous contract action and change orders M&C I Amount Justification lNumber Date Street Initial Reconstruction of Contract 010TrinityBoulevard M&C 21- November CSN $22,,616.02 from Interstate 0878 9,2021 57011 Highway 820 to Salado Trail ChangeConstruct a revised iThis Order 1 $484,466.30 culvert and storm M&C drain outfall Contract I$22,495,082.32 Total I' The funding for the project is summarized in the table below: Fund Existing Additional Project Total Appropriations Appropriations General Capital Projects - Fund $290,000.00 $0.00 $290,000.00 30100 TIRZ - General Capital - Fund $1,000.000.00 $0.00 $1,000,000.00 30286 Trinity Lakes CO 2021 - Fund $18,500,000.00 $0.00 $18,500,000.00 34025 W&S Rev Bond Series 2021 $381,755.00 $0.00 $381,755.00 Fund 56019 Water & Sewer Commercial $5,725,458.00 $0.00 $5,725,458.00 Paper - Fund 56020 Developer Contribution - $260,000.00 $0.00 $260,000.00 Fund 30104 Project Total I $26,157,213.001 $0.00 $26,157,213.00 Funding is budgeted in the TPW Dept Highway & Streets department's TIRZ General Capital Fund for the purpose of funding the Trinity Blvd - 820- Salado P i DVIN: Approved 0\% goal on a change order for a revised headwall due to MBE sub's bid pricing being $849,366 which is an increase of $272,000. Headwall is unique with a 20' wall making it tougher to construct. SJ Louis is self -performing the work. The Project is located in COUNCIL DISTRICT 5 / FUTURE 5. FISCAL INFORMATION/CERTIFICATION: apps.cfwnet.org/council_packet/mc_review.asp? I D=31098&cou n cildate=6/13/2023 1 /2 6/26/23, 9:44 AM M&C Review The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated in the TIRZ General Capital Fund for the Trinity Blvd. - 820- Salado Ph1 project to support the approval of the above recommendation and execution of the contract 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 ID ID Year I (Chartfield 2) FROM Fund I Department Account Project Program Activity Budget Reference # I Amount ID ID Year I (Chartfield 2) Submitted for Citv Manaaer's Office bv: William Johnson (5806) Originating Denartment Head: Lauren Prieur (6035) Additional Information Contact: Monty Hall (8662) ATTACHMENTS 102101 CO FID Table.xlsx (CFW Internal) 102101 Trinitv Blvd Reauest for Waiver BEGoal 04.03.23 GV.odf (CFW Internal) 2023 Trinitv Blvd Phase 1 Chanae Order Anorooriation.docx (CFW Internal) 2023 TRINITY BLVD PHASE 1 CHANGE ORDER funds availabilitv.odf (CFW Internal) Form 1295 Certificate 100838952 Sioned.odf (CFW Internal) Trinitv Blvd Location Man,pdf (Public) apps.cfwnet.org/council_packet/mc—review.asp?l D=31098&cou n cildate=6/13/2023 2/2 102101-CNCO-Trinity Boulevard CO #1 Interim Agreement Report 2023-07-11 Created: 2023-06-26 By: Andrea Munoz (Andrea. Munoz@fortworthtexas.gov) Status: t for Signature Transaction ID: CBJCHBCAABAAbx5Ne54HwS71iw6LtLf3ak9ykV8EegLm Agreement History Agreement history is the list of the events that have impacted the status of the agreement prior to the final signature. A final audit report will be generated when the agreement is complete. "102101-CNCO-Trinity Boulevard CO #1" History Document created by Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) 2023-06-26 - 2:29:25 PM GMT- IP address: 204.10.90.100 Document emailed to jessica.rodriguez@fortworthtexas.gov for filling 2023-06-26 - 2:35:22 PM GMT Document emailed to mitchell.aiton@fortworthtexas.gov for signature 2023-06-26 - 2:35:22 PM GMT P--► Document emailed to adaml@sjlouis.com for signature 2023-06-26 - 2:35:23 PM GMT P4 Document emailed to steve.johnson@fortworthtexas.gov for signature 2023-06-26 - 2:35:23 PM GMT 6© Signer mitchell.aton@fortworthtexas.gov entered name at signing as Mitch Aiton 2023-06-26 - 2:45:39 PM GMT- IP address: 204.10.90.100 (i Mitch Aiton (mitchell.aton@fortworthtexas.gov) uploaded the following supporting documents: (d/ M&C 60Document e-signed by Mitch Aiton (mitchell.aiton@fortworthtexas.gov) Signature Date: 2023-06-26 - 2:45:41 PM GMT - Time Source: server- IP address: 204.10.90.100 Email viewed by jessica.rodriguez@fortworthtexas.gov 2023-06-26 - 3:24:11 PM GMT- IP address: 204.10.90.100 FORT WORTHS 1 Powered'y Adobe Acrobat Sign Signerjessica.rodriguez@fortworthtexas.gov entered name at signing as Jessica Rodriguez 2023-06-26 - 3:25:06 PM GMT- IP address: 204.10.90.100 Form filled by Jessica Rodriguez Qessica.rodriguez@fortworthtexas.gov) Form filling Date: 2023-06-26 - 3:25:08 PM GMT - Time Source: server- IP address: 204.10.90.100 Email viewed by steve.johnson@fortworthtexas.gov 2023-06-27 - 12:13:16 PM GMT- IP address: 104.47.65.254 Signer steve.johnson@fortworthtexas.gov entered name at signing as Steven Johnson 2023-06-27 - 12:14:13 PM GMT- IP address: 107.77.199.168 Document e-signed by Steven Johnson(steve.johnson@fortworthtexas.gov) Signature Date: 2023-06-27 - 12:14:15 PM GMT - Time Source: server- IP address: 107.77.199.168 Email viewed by adaml@sjlouis.com 2023-06-27 - 2:44:14 PM GMT- IP address: 63.145.51.2 Signer adaml@sjlouis.com entered name at signing as Adam Lunsford 2023-06-27 - 2:45:27 PM GMT- IP address: 63.145.51.2 Document e-signed by Adam Lunsford (adaml@sjlouis.com) Signature Date: 2023-06-27 - 2:45:29 PM GMT - Time Source: server- IP address: 63.145.51.2 Document emailed to Raul. LopezRoura@fortworthtexas.gov for signature 2023-06-27 - 2:45:32 PM GMT Email viewed by Raul.LopezRoura@fortworthtexas.gov 2023-06-27 - 2:46:18 PM GMT- IP address: 204.10.90.100 Signer Raul.LopezRoura@fortworthtexas.gov entered name at signing as Raul E Lopez 2023-06-27 - 2:50:03 PM GMT- IP address: 204.10.90.100 Document e-signed by Raul E Lopez (Raul.LopezRoura@fortworthtexas.gov) Signature Date: 2023-06-27 - 2:50:05 PM GMT - Time Source: server- IP address: 204.10.90.100 Document emailed to Lissette.Acevedo@fortworthtexas.gov for signature 2023-06-27 - 2:50:08 PM GMT Email viewed by Lissette.Acevedo@fortworthtexas.gov 2023-07-05 - 2:48:46 PM GMT- IP address: 204.10.90.100 Signer Lissette.Acevedo@fortworthtexas.gov entered name at signing as Lissette Acevedo, P.E 2023-07-05 - 2:49:09 PM GMT- IP address: 204.10.90.100 Document e-signed by Lissette Acevedo, P.E (Lissette.Acevedo@fortworthtexas.gov) Signature Date: 2023-07-05 - 2:49:11 PM GMT - Time Source: server- IP address: 204.10.90.100 FORT WORTHS 1 Powered'y Adobe Acrobat Sign Document emailed to patricia.wadsack@fortworthtexas.gov for signature 2023-07-05 - 2:49:14 PM GMT Email viewed by patricia.wadsack@fortworthtexas.gov 2023-07-05 - 2:51:31 PM GMT- IP address: 204.10.90.100 Signer patricia.wadsack@fortworthtexas.gov entered name at signing as Patricia L. Wadsack 2023-07-05 - 9:04:13 PM GMT- IP address: 204.10.90.100 Document e-signed by Patricia L. Wadsack (patricia.wadsack@fortworthtexas.gov) Signature Date: 2023-07-05 - 9:04:15 PM GMT - Time Source: server- IP address: 204.10.90.100 Document emailed to Lauren.Prieur@fortworthtexas.gov for signature 2023-07-05 - 9:04:18 PM GMT Email viewed by Lauren.Prieur@fortworthtexas.gov 2023-07-05 - 9:31:11 PM GMT- IP address: 108.209.194.42 Signer Lauren.Prieur@fortworthtexas.gov entered name at signing as Lauren Prieur 2023-07-05 - 9:31:39 PM GMT- IP address: 108.209.194.42 Document e-signed by Lauren Prieur (Lauren.Prieur@fortworthtexas.gov) Signature Date: 2023-07-05 - 9:31:41 PM GMT - Time Source: server- IP address: 108.209.194.42 Document emailed to Priscilla.Ramirez@fortworthtexas.gov for approval 2023-07-05 - 9:31:44 PM GMT Email viewed by Priscilla.Ramirez@fortworthtexas.gov 2023-07-05 - 9:35:41 PM GMT- IP address: 204.10.90.100 Signer Priscilla.Ramirez@fortworthtexas.gov entered name at signing as Priscilla Ramirez 2023-07-05 - 9:35:59 PM GMT- IP address: 204.10.90.100 Document approved by Priscilla Ramirez (Priscilla.Ramirez@fortworthtexas.gov) Approval Date: 2023-07-05 - 9:36:01 PM GMT - Time Source: server- IP address: 204.10.90.100 Document emailed to Douglas.Black@fortworthtexas.gov for signature 2023-07-05 - 9:36:04 PM GMT Email viewed by Douglas.Black@fortworthtexas.gov 2023-07-06 - 10:44:31 PM GMT- IP address: 204.10.90.100 Signer Douglas.Black@fortworthtexas.gov entered name at signing as DBlack 2023-07-06 - 10:45:45 PM GMT- IP address: 204.10.90.100 Document e-signed by DBlack (Douglas.Black@fortworthtexas.gov) Signature Date: 2023-07-06 - 10:45:47 PM GMT - Time Source: server- IP address: 204.10.90.100 FORT WORTHS 1 Powered'y Adobe Acrobat Sign Document emailed to William.Johnson@fortworthtexas.gov for signature 2023-07-06 - 10:45:50 PM GMT Email viewed by William.Johnson@fortworthtexas.gov 2023-07-07 - 2:32:51 PM GMT- IP address: 166.205.54.50 Signer William.Johnson@fortworthtexas.gov entered name at signing as William Johnson 2023-07-07 - 2:33:20 PM GMT- IP address: 166.205.54.50 Document e-signed by William Johnson (William.Johnson@fortworthtexas.gov) Signature Date: 2023-07-07 - 2:33:22 PM GMT - Time Source: server- IP address: 166.205.54.50 FORT WORTHS 1 Powered'y Adobe Acrobat Sign FORTWORTH. Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: Trinity Boulevard CO #1 M&C: N/A CPN: 102101 CSO: 57011 DOC#: N/A Date: 6/8/2023 To: Name Department Initials Date Out 1. Jessica Rodriguez TPW - Review J Jun 26, 2023 2. Mitch Aiton TPW - Signatures Jun 26, 2023 3. Adam Lunsford SJ Louis - Signatures Jun 27, 2023 4. Steve Johnson TPW - Signature Jun 27, 2023 5. Raul Lopez TPW - Signature Jun 27, 2023 6. Lissette Acevedo TPW — Signature Jul 5, 2023 7. Patricia Wadsack TPW — Signature Jul 5, 2023 8. Lauren Prieur TPW — Signature lip Jul 5, 2023 9. Doug Black Legal — Signature y"4 dwb Jul 6, 2023 10. William Johnson CMO — Signature W Jul 7, 2023 11. Jannette Goodall CSO - Signature7111 Jul 11, 2023 12. TPW Contracts CC: Program Manager, Sr. CPO, TPW BSPAP Recon Team, TPW Records Room, TPW Contracts DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review and take the next steps. NEEDS TO BE NOTARIZED: ❑YES ®No RUSH: ❑YES ❑No SAME DAY: ❑YES ❑No NEXT DAY: ❑YES ®No ROUTING TO CSO: ®YES ❑No Action Required: ❑ Attach Signature, Initial and Notary Tabs ❑ As Requested ® For Your Information ® Signature/Routing and or Recording ® Comment ❑ File 0 M&C Return To: Please notify TPWContractsnu,fortworthtexas.gov for pickup when complete. Call ext. 7233 or ext. 8363 with questions. Thank you!