HomeMy WebLinkAboutContract 42014-CO2 k Copy Cr 6-r OQ
FORT WORT '& C"ty of Fort'Worth ...........
I
Change Order Request (3TY SECRETAW
^0 ICT
Project Namel 2007-Critical Capital Project council District 5 Contract 5A iT 'ec 4 F4 2;
Client Project#(s)IF-0g46'--DOE#5876,
Project I
Description on Water&Sewer Improvements and Paving Reconstruction ,(Bideker) I Bright, Bulirtoin)
Contractor l Conatser Construction TX,, LP Change Order# Date 2/14/2013
City Project Mgr. Kh1al)Jaafar!,10 P.E. City Inspector Richard Salazar
NINE I
Conitra ct,Time
Dept. 'TPW Water Sewer Totals (01
Original Contract Amount $1,489,696-95 $515,685.00 $871083.50 $2,0921465.45 424
Extras to Date $98)380.00 $2511800-00 $124)180.00 451
Credits to Date
Pending Change Orders in M&C Process)
Contract Cost to.1)ate 1 $1,61 8,81,07'6�.95 Milo 1511516:85.00 1 $11211883.50 $212161645.45 4691
JAmount of Proposed Change Order $0�-00 $27'1923.20 $0.00 $27,923.20
Revised Contract Amount $1 1588;076-95 $543,608.20 $112,883.50 $2)244,568-65 469
Original Funds Available for Change Orders $441692.00 $250000.00 $61000.00 $75)69211.00
Remaining Funds Available for this CO $0.00 $25,0100.00 $0.00 $25,0010-00
Additional Funding if necessary - $2)9231-20 1 $21923.20
C IG I ORDERS to DATE(INCLUDING THIS ONE)AS%,OF'ORIGINAL CONTRACT T271%
MAXALLOWABLE CONTRACTAMOUNT(ORIGINAL CONTRACT COST+25%) $21615f5,81*81
The change order is necessary due to the over runs on Finall Measured quantities.Copper service line was used,in part,to restore service to a
business at the comer of Vaughn and Burton,The service to this location was not shown on the plans and had to be installed after the utility
and pavement work was completed.-rhe over-ru:in on the 2"ternpoir 5 due to having to,run the line 21,Y2blocks away to connect to a
source outside of the,limits of the shutout. Extra valves were newly installed line from the existing lines so that the new
line could be tested. Extra 2"temporary HMAC was neede s did not include temp. pavement repair for water service
lines.
03,
,,0
0
0:
Y FFICIAL RECORD
00000,000 CITY SECRETARY
1111x
M* • 'r TX
It is understood and agllreedl 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.
i
212/gi
M
R/11/i
Conatser Construction TX, LP Jrtstss A� 9AD-4 A,0"t, 6
A,
AS L/5 A
MEMO Milli gg Ali
// ma
,A21,
AJ
2443
. ........... r,, i � //,//�l//r%/,� s
w*rwwwx
ME
3 //-3
ti
WC Number ITV C Date Approved
RECEIVED MAR 19 20`3
C
� I
C
I
0
(D
I
I I
I
w�.
N
M CL
CL
I
M
m ti low
a) 0
now
,..�
0 ,0
%ft.- 0 R, 3: R
ih
< I I I C: I
ow U-51
0
LL
too =3
. cn
0
q3
w w M
www � i
C
"' ►
I
ca CIO
i Q-
1C= J X
a
E X
�
I
CL
CL >
CL E UJ
0
-a t
I
0
o 06
Co
L C> CO
I
0
Mi
CL
-
m ca
CL ca
Ll I
1C
C�
---� ^^^n���on ,�..M�,r�wwa.�wwwwuuwww�mwpy�gp�ryl�NIgNWNNIMPIMWNV PoIHIMIWIMIIRNWIIIIN�pNXM1PImIIIIIIIIIlY011IlINImIA PlAL
C)7 C) C=)
C> C)
CD CV') C)
NI
a)
to
tio
c
C>
CD
0
C
7— co
Ca
I L I T
ED
C O
U) 4)
C: to
>% m
CL
0 Co
a Now I*-
Ira
LO*0 (D
4) )e
(D
Co
LU
t jl
0 LO 0 LU
2
fl
0
0 Cl)
.MIPFS 0 i C
r
CL
8
W
CL 0
Ta] CL
E w
CU ult L-
uj
(31 Cul
Cu
Cc
C> 0
C>
m 0 QL
T
(D
zo,
a-
..o wYm......„,w .��py�wwpmmvwtA%wmMrvttuwilwimwillwvwlmwmwaleauwwlm%waAWNMMNAWAYI%rv%%%rv%M%%HdPomnnnnnmmlHrvrvvtaMnwV%rvvmorvrvrvk H%WpNIIOwItlIAAAflIIIIIIIINWNP�NNAIII IM
a
to
O
O
u
IIU
E Breakdown for this Change Order
B
$ub e Service Amon for t,,"�s CO
2 .
Tot $01woo
Previous, Change Orders
CIO DATA AMOUNT
Total 0,000
rr
City of Fort Worth., Texas
r and Counci*l Co iI on
Y
COUNCIL ACTION: Approved on 7,11212011 Ordinance No 19761
DATE'* Tuesday, July 1,2, 2011 REFERENCE NO.,: C-25006
LOG NAME,-, 202007COCO1 CT5ADIST500946
0
auaj.6010
Authorize a Contract in the Amount of$2,092,465.45 with Conatser Construction TX, LP, for Pavement
Reconstruction and Water and Sanitary Sewer Main Replacement on Portions of Bideker Avenue, Burton
Avenue and Bright Street and Adopt Appropriation, Ordinance for$727,668.50 and Utilize$1,,698,887.50
from the 2007 Critical Capital Projects Fund to Provide for Construction Contract Costs, Contingencies and
Construction Services for a Project Total of$2,426,556.00(COUNCIL DISTRICT 5)
a
RECQM,MENDATJ1 Mw
It is recommended,that the City Council:
1.Authorize the transfer of$727,668.50 from the Water and Sewer Fund in the amounts of$606,135.00
to the Water Capital Projects Fund, and $121,,533.50 to the Sewer Capital Pro.ects,Fund
2.Adopt the attached appropriation ordinance'increasing estimialted receipts and appropriations in the
Water Capital Projects Fund by the amount of$606,1135.00 and the Sewer Capital Projects Fund by the
amo�unt of$121,533-50, from available funds,- and
3.Authorize the City Manager to execute a contract r Conatser Construction TX, LP, in the amount of
$2,,092,465.45 for pavement reconstruction and water and sanitary sewer main replacem ent for streets
listed below.
QL$C1J
N.
As a part of the 2007 Neighborhood Streets program the following streets will be completely
reconstructed:
Contract 5A, Dist No,. 6
Bideker Avenue Martin Luther King Freeway to Bishop Street
Burton Avenue Vaughn Boulevard to Campbell Street
B,n'ght Street East Berry Street to Reed Street
In,addition to pavement reconstru tionr, deteriorated water and sewer lines are to be replaced as specified
by the Water Department. Also, as with any Neighborhood Street project, an alternate bid was solicited
for the addition of sidewalks along each of the listed st�reets. There are sufficient funds available
to perform all reconstruction and to build the new sidewalks.
This contract was advertised on anuary 20, 2011 and January 27, 2011, in the
Tp1ggMM, On March 3, 2101`1, the following bids,were received*
Logname: 202007COCON'FRACT5ADIST500946 Page I of 3
w
se
Bid IW �.a
sw Alternate 191 d
C nat r Constructors TX L $2,036,824.96 $ 55p 5-
Stabile and Winn, Inc. $210751705.34 $ 70178 . $2,146,486.
CPS CIVIL $201211242.00 $63,783-00 $2,185,025-00
McCliendon Construction $21152,,268-22 $ 76,1001-00 $2,228,368-22
Company, Inc.
B Contracting, $212911492-39 $ 817851.14 $2,373l343-53
RKM Utility Services,, $2t298t971-50 $ 75,209-00 $2,3749108.50
Inc.
Jackson Construction $21474,,579.50 $ 82,1326- $215561905.50
Jet Underground Utilities Inc. $21790v208.65 $ 90j578-50 $2,880,787.15
End A Wilson, Inc. $2,9290,200.50 $11303165-00 $3l0421565.50!
Staff recommends that the base bid plus the alternate option in the amount of$2,092,46,5.45 submitted
by Conataar Construction TX, LP, be selected and a contract be awarded to+ vnatsar Construction TIC,
. . In addRi can, $334,090.55 will utilized for contingencies and construction services - surveyi
P' ng,
material testing, and construction inspection.
Cenatser Construction, TX, LP, is In compliance with the City's Ili E Ordinance by committing to
percent l' E participation on this combined project. "rhe City's M E goal' on this combined project is
28 percent.
This project is l' at in COUNCIL DISTRICT'5, l apsce 78S, 78T,, and 78U.
t 11111111 CE '
The Financial Management Services Director certifies that funds are available in the current capital
budget, as uppr prla'te d', of th e 2007'Critical Capital Projects Fund and upon approval of to above
recommendations and adoption of the attached appropriation ordinance,, Winds will be available in
the current capital budgets, as appropriated,, of the Water Capital Projects Fund and the Sewer
Capital Projects Fund.
M by count/Co t m M P n p Vie bra.
{
2),,2253 - 531350 6Q51700 $700.00 9_54 " .
nQQ 60 N 6.Q4
a 531350 '"1 7
p 1 35-0 05170004-0-ft $4
LEM 531350 "1 t
P 7W 7 001 A9209
ZL_M 5313
LN 0-aim
pan e: 007000ON T CT5AD,IST500" 46 Page t of 3
3
tl
M
SQ 051 70OWN 450.0
P 7 ' 1'7 6$3
P2,56 53120 7Q5 1 7QO94 Sm S1,500m
mp- 531350 7 iii M
531350 705170008 �0,000,00
P258 531359 7017909L4.Q21 $300.0
. b i ft-M&-n@-Uqe i Fernando Costa (8476)
Douglas W'M Wierslg (780 1)
Khal Jeefari (7 872)
2
i a r at Najib Fares (7802)
AM!GM
1. 20 2OQ7CQCQNTRACT5AD1sqT5QQq46 A011. (Public)
. ! � 5.C is jj+T)-pdf (CM Internal)
4. 20,2007COCQNT T5ADt I ST 90946 V ' t+ rr df V Internal)
5. A=Ynbna info, (CFW Internal)
6. n r 5 1 r . war+ CFW Int rnal
8. FAR Egmiod-C-ontract 5AD,ist TPW --10- F df (CM'I nterna l)
9. Wap2Q2Og7QQ.Contract 'A D sty 009446. df (Public)
1100 MME r I nnDfianc Memo,p CFW Internal
11. -5 0- O 0.doc (CFW Internal)
12. ( 1=W Internal)
Logname.- 007+ ' N'T"RA `1'5 D ST'5009,46 Page 3 of 3
MMMMMM _,
01
W 01
C3 00 00 00 0
�" W
00 N
I
Q C)
C
C6
W co to 0) co
-", I - 41:1ei
LO to L,
CN
LOI
I
C
M co "'-
m C
Lf) LO
i
�.
- -
�u` II
LU LO
3: 0 0 N
r r �, ■ rI * 1 8
�Mr+rl' N,
rn, awn ter, 8% ft wren 0% 0
L.
01 V-
r�P, � III Io�wuWi�
cu
co
cu
'
I CL
0 10 O """
cv I it
L: C
E -c
z
a)
_ 2 (L) (n
c
4i cu
r
0 4
C: 0
CL 0I
4" (41 � )
� , V —
c C)- c
�.
w U
Z C 4
Lu a) o) � E � � c c f2 a) C —cx cx L-
:3 n :t:! C c E
m moo 0 < o <,