HomeMy WebLinkAboutContract 53641-CO3 CSC No.53641-CO3
FCC RT WO RT H City of Fort Worth
Change Order Request
Project Name: Main 34,100 and D100 Drainage Areas Sanitary Sewer Improvements Part 1 City Sec No.: 1 53641
ProjectNo.(s): 56019/06004301CO1783-56019/07004301C01783 DOE No. N/A City Proj.No.:1 02397
Project Description: Replacement of Existing Sanitary Sewer Mains and Water Mains in the Downtown Central Business District
Contractor: William J.Schultz,Inc.dba Circle C Construction Co. Change Order# 0 Date 1 1/12/2022
City Project Mgr.1 John I<asavich City Inspector: I Paul Gieger
Phone Number: 817-392-8480 Phone Number: 817-392-8371
Dept. Sanitary Sewer Water Totals Contract Time
(Calender days)
Original Contract Amount $4,826,550.00 $919,275.00 $5,745,825.00 400
Extras to Date $21,205.61 $607,895.00 $629,100.61 0150
Credits to Dale
Pending Change Orders(in M&C Process)
Contract Cost to Dale $4,847,755.61 $1,527,170.00 $6,374,925.61 550
Amount of Proposed Change Order $391,798.50 $194,707.00 $586,505.50 250
Revised Contract Amount $5,239,554.11 $1,721,877.00 $6,961,431.11 800
Original Funds Available for Change Orders $144,797.00 $45,964.00 $190,761.00
Remaining Funds Available for this CO $123,591.39 $123,591.39
Additional Funding(if necessary) 1 $268,207.11 $194,707.00 $462,914.11
CHANGE ORDERS to DATE(INCLUDING THIS ONE)AS%OF ORIGINAL CONTRACT 21.16%
MAX ALLOWABLE CONTRACT AMOUNT(ORIGINAL CONTRACT COST+25%) $7,182,281.25
JUSTIFICATION (REASONS)FOR CHANGE ORDER
Change Order No.3 will provide increased and additional funding for the following pay item quantities that
are needed on the project due to actual field conditions that were encountered during construction: 12-
inch sewer pipe,42-inch wood box tunnel by other than open cut and increased costs for temporary and
permanent asphalt pavement repair and the change will also provide for the replacement and relocation of
water meters from inside buildings to Commerce Street in public right-of-way on the street.
The Change order will add an additional 250 calendar days to the contract.
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 nature Date
mclio William J.Schultz,Inc.dba Cide C Consln Co. Teri Skelly / 02/22/22
Ins ector Date Project Manager Date
Director Water Dept) Date anstruction Supervisor Water Dept) Date
o ePfa�ePV T Mar1,2022
Assistant City Attorney Date I Assistant City Manager I Date
Apr13,2022 Apr 18,2022
Council Action If Required) OFFICIAL RECORD
M&C Number 22-0041 M&C Date Approved 1 2022
CITY SECRETARY
FT. WORTH, TX
FORT WORTH City of Fort Worth
Change Order Additions
Project Name Main 34,100 and D100 Drainage Areas Sanitary Sewer Improvements Part 1 City Sec No.: 53641
Project No.(s): 56019/0600430/C01783-56019/0700430/C01783 DOE No, N/A City Proj.No.: 02397
Project Replacement of Existing Sanitary Sewer Mains and Water Mains in the Downtown Central Business District
Description
Contractor William J.Schultz,Inc.dba Circle C Construction Co. Change Order f Dale: 1/12/2022
City Project Mgr. John Kasavich City Inspector FPaul Gieger
ADDITIONS
ITEM DESCRIPTION DEPT Qty Unit Unit Cost Total
6 12"PVC SDR-26 Sewer Carrier Pipe Sanitary Sewer 135.00 LF $250.00 $33,750.00
25 Pre-CCTV Inspection Sanitary Sewei 299.00 LF $5.00 $1,495.00
26 Post-CCTV Inspection(Final) Sanitary Sewei 299.00 LF $15.00 $4,485.00
30 4'Manhole Sanitary Sewei 2.00 EA $8,500.00 $17,000.00
43 Epoxy Manhole Liner(Warren or Chesterton Lining Systems) Sanitary Sewe 19.00 VF $450.00 $8,550,00
45 Concrete Collar Sanitary Sewer 2.00 EA $500.00 $1,000.00
55 6'Wide Asphalt Pvml Repair,Arterial Sanitary Sewer 150.00 LF $85.00 $12,750.00
75 Traffic Control(Includes Flagmen) Sanitary Sewer 4.50 $10,000.00 $45,600.00
76 Pedestrian Safety Plan and Contols(D100R,DS-105R,L23R,L-34R) Sanitary Sewet 2.00 $10,000.00 $20,000.00
77 Traffic Centel Details-Plan and Impementation Sanitary Sewei 2.50 EA $5,500.00 $13,760.00
81 Metered Parking Space Revenue Reimbursement to Parking Services Sanitary Sewe 0.25 LS $52,500.00 $13,125.00
90 42"Tunnel Wood Box by Other than Open Cut Sanitary Sewe 135.00 LF $700.00 $94,500.00
95 Remove and Replace Manhole Cone at Commerce St, Sanitary Sewe 1.00 EA $15,000.00 $15,000.00
96 Temporary Asphalt Pavement Repair-Commerce St. Sanitary Sewei 270.00 LF $18.00 $4,860.00
97 Additional Cost for CIPP Pre-Lfner and Increased Thickness(13.5 mm) Sanitary Sewer 1.00 EA $10,697.50 $10,697.50
98 19.5-inch Diameter CIPP(13.5 mm Thickness)in Commerce St.DS-100 Sanitary Sewe 998.00 LF $220.00 $219,560.00
99 CIPP Liner DS-100-Wrinkle Removal by Grinding Sanitary Sewe 715.00 LF $50.00 $35,750.00
100 20-inch Diameter Steel Casing Removal Sanitary Sewer 20.00 LF $250.00 $5,000.00
101 Increased Resin Material Costs for Commerce CIPP DS-100 Sanitary Sewer 1.00 EA $4,356.00 $4,356.00
102 Increased Tunnel Material Costs for DS-105R for liner change Sanitary Sewei 273.00 LF $50.00 $13,650.00
103 Deholes at Houston St.from 7th St.to 8lh St. Sanitary Sewei 20.00 VF $50.00 $1,000.00
4 4"C-900 PVC DR-14 Water Pipe,CLSM Backfill Water 150.00 LF $200.00 $30,000.00
9 Ductile Iron Fittings w/Restraint Water 0.37 TN $9,500.00 $3,515.00
16 4'Water Meter and Vault Water 1.00 EA $15,000.00 $15,000.00
18 Conc.Pvmt Repair,Arterial/Industrial Water 42.00 SY $125.00 $5,250,00
21 6"Conc.Curb and Gutter Water 18.00 LF $45.00 $810,00
26 Traffic Control Water 0.50 $10,000.00 $5,000.00
27 Pedestrian Safety Plan and Controls Water 0.50 $8,500.00 $4,250.00
28 Traffic Control Details-Plan and Implementation Water 0.50 EA $5,500.00 $2,750.00
29 Metered Parking Space Revenue Reimbursement to Parking Services Water 0.25 LS $37,500.00 $9,375.00
40 Water Gardens Office-24"x6'Conc.Pipe Tap and Gate Valve Water 1.00 EA $15,000.00 $15,000.00
41 Water Gardens Office-150 LF 6"Sidewalk(Exposed Aggregate) Water 150.00 LF $330.00 $49,500.00
42 Water Gardens Office-Removal of 6"Gate Valve and Plug Line Water 1.00 EA $3,500.00 $3,500.00
43 Law School-Core Wall,Relocate Meter/DCA,New Service,Aban.Exist. Water 1.00 EA $5,357.00 $5,357.00
44 Water Gardens Relocate Meter,Vault Modifications,Sample Station Water 1.00 EA $23,000.00 $23,000.00
45 Temporary Asphalt Pavement Repair-Commerce St, Water 1400.00 LF $18.00 $25,200.00
Sanitary Sewer $575.278.50
Water $197,507.00
Page 2 of 4 Additions Sub Total $772,785.50
Fc_3 RT WO RT'H City of Fort Worth
Change Order Deletions
Project Name Main 34, 100 and D100 Drainage Areas Sanitary Sewer Improvements Part 1 City Sec No.: 53641
Project No.(s): 56019106004301C01783-56019107004301C01783 DOE No. = City Proj.No.: 02397
Project Description Replacement of Existing Sanitary Sewer Mains and Water Mains in the Downtown Central Business District
Contractor William J.Schultz,Inc.dba Circle C Construction Co. Change Order: F3 ] Date 1/12/2022
City Project Mgr. John ICasavich City Inspector: Paul Gieger
DELETIONS
ITEM DESCRIPTION DEPT Qty Unit Unit Cost JTotal
1 21"CIPP Sanitary Sewer 834.00 LF $220.00 $183,480.00
32 Water Sampling Station Water 1.00 EA $800.00 $800.00
34 1"Water Service Connection wl 15 LF Copper Service Line Water 1.00 EA $2,000.00 $2,000.00
Sanitary Sewer $183,480.00
Water $2,800.00
Page 3 of 4 IDeletions Sub Total 1$186,280.00
MNUBE 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
Page 4 of 4
.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.
12 -Signature
John John R.Kasavich
Name of Employee
Engineering Manager
Title
ATTEST:
�a��eteeAp, OR�a
Ja..ene S.cooaan lnvaia, coil �.O °OO OOpO
O
000 pO���
Jannette Goodall ~o gel
City Secretary °o o
o ° �
000000 a
*xAs�
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
City of Fort Worth, Texas
Mayor and Council Communication
DATE: Tuesday, January 11, 2022 REFERENCE NO.: **M&C 22-0041
LOG NAME: 60M34SSIP1CO3-CIRCLEC
SUBJECT:
(CD 9) Authorize Execution of Change Order No. 3 in the Amount of$586,505.50 and the Addition of 250
Calendar Days to a Contract with William J. Schultz dba Circle C Construction Company, for Main 34, 100,
D100 Drainage Areas Sanitary Sewer Improvements, Part 1, Located in the Downtown Central Business
District, and Adopt Attached Appropriation Ordinance
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize execution of Change Order No. 3 to City Secretary Contract No. 53641 with William J.
Schultz, Inc. dba Circle C Construction Company in the amount of$586,505.50 and the addition of
250 calendar days for Main 34, 100, D100 Drainage Areas Sanitary Sewer Improvements Part 1
(City Project No. CO2397)for a revised contract amount of$6,961,431.11; and
2. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the
Water& Sewer Rev Bond Series 2021 Fund, in the amount of$606,505.00, by increasing
estimated receipts and appropriations in the Main 34, 100, D100 Drainage Areas SSI Part 1 project
(City Project No.0O2397), and decreasing estimated receipts and appropriations in the Unspecified
project (City Project No. UNSPEC) by the same amount.
DISCUSSION:
On February 18, 2020, Mayor and Council Communication (M&C) 20-0096, the City Council authorized a
contract with William J. Schultz Inc. dba Circle C Construction Company in the amount of$5,745,825.00
for Main 34, 100, D100 Drainage Areas Sanitary Sewer Improvements Part 1.
The contract was subsequently revised by Change Order No. 1 in the amount of$13,500.00
administratively authorized on August 3, 2020 that provided a new collection sewer main for several
businesses in the Western Union Building, Change Order No. 2 in the amount of$615,600.61 authorized
on November 17, 2020 (M&C 20-0855)that provided for the replacement of the water main on
Commerce Street (East 17th Street to East 11th Street) and the replacement of three deteriorated sanitary
sewer mains located in three alleyways in the immediate vicinity.
Change Order No. 3 will provide increased and additional funding for the following pay item quantities
that are needed on the project due to actual field conditions that were encountered during construction:
12-inch sewer pipe, 42-inch wood box tunnel by other than open cut and increased costs for temporary
and permanent asphalt pavement repair and the change will also provide for the replacement and
relocation of water meters from inside buildings to Commerce Street in public right-of-way on the street.
The change order will add an additional 250 calendar days to the contract in order to complete this
project.
In addition to the contract cost, $20,000.00 (Water: $10,000.00, Sewer: $10,000.00) is required for project
management, inspection, and material testing.
Appropriations for the Main 34, 100, D100 Drainage Areas Sanitary Sewer Improvements, Part 1 project
is depicted below:
Fund Existing Additional Project Total*
Appropriation Appropriations
IW&S Capital Fund $146,941.00 $0.00 $146,941.
56002 00
p l
Sewer Capital Fund -
Legacy 59607 $160,227.00 $0.00 $160,227.00
Water & Sewer Bond $6,697,010.00 $0.00 $6,697,010.00
2020A- Fund 56017
W&S Rev Bonds
Series 2021 - Fund $665,601.00 $606,505.00 $1,272,106.00
56019
Project Total —�$7,669,779.00 $606,505.00 $8,276,284.00
*Numbers rounded for presentation.
This project will have no impact on the Water Department's operating budget when completed.
Business Equity: A waiver of the goal for Business Equity subcontracting requirements was requested,
and approved by the DVIN, in accordance with the applicable Ordinance, because the purchase of goods
or services is from sources where subcontracting or supplier opportunities are negligible.
The project is located in COUNCIL DISTRICT 9.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds are currently available in the Unspecified —All Funds project
within the W&S Rev Bonds Series 2021 and upon approval of the above recommendations and adoption
of the attached appropriation ordinance, funds will be available in the W&S Rev Bonds Series 2021 Fund
for the Sanitary Sewer Main 34, 100 project to support the approval of the above recommendation and
execution of the engineering agreement. Prior to any expenditure being incurred, the Water Department
has the responsibility of verifying the availability of funds.
FUND IDENTIFIERS (FIDs),:
TO
Fund Department ccount Project ProgramActivity Budget Reference # mount
ID ID Year (Chartfield 2)
FROM
Fund Department ccount Project Program ctivity Budget Reference # mount
ID ID Year (Chartfield 2)
CERTIFICATIONS:
Submitted for City Manager's Office by: Dana Burghdoff (8018)
Originating Department Head: Chris Harder (5020)
Additional Information Contact: John Kasavich (8480)
ATTACHMENTS
1. 60M34SSIP1CO3-CIRCLEC 1295.pdf (CFW Internal)
2. 601VI34SSIP1CO3-CIRCLEC Business Equity Goal Waiver.pdf (CFW Internal)
3. 60M34SSIP1CO3-CIRCLEC Map.pdf (Public)
4. 60M34SSIP1CO3-CIRCLEC FID Table (WCF 10.18.21).xlsx (CFW Internal)
5. 60M34SSIP1 CO3-CIRCLEC funds availability.docx (CFW Internal)
6. 60M34SSIP1CO3-CIRCLEC SAM.pdf (CFW Internal)
7. 60M34SSIP1CO3-CIRCLEC 56019 AO22(R2)r.docx (Public)
N N N N IQN N N N N N G
V' �o I-, RO 90 RD 90 90 Ro 9D �?D IZO 9 W
W W W W W W w lA UJ W w A
14
In U7 In Ul Ul Ul Ul In Ul Ul Ul In Ul V, Ln Vl U, b
m m m m m m m m m m m al m m m m m n
0 0 0 0 0 CD CD 0 0 0 o CD CD 0,
I-, 1-' N I-' " I- I- N I-, F- I- 1- O
ID ID W ID lD ID ID ID ID ID ID ID W
_ n
n
0 0 0 0 0 0 0 0 b o 0 0 0 0 0 o t
V V m m V m m m V m V m m m m m Cr1
0 0 0 0 0 0 O O 0 0 0 0 0 0 (�
O O O CD
O CD O O CD O O O CD
A AA A A A A A A A A A A A
W w W W w w w Lu w wW W
O (D O O O CD O O CD) 0 0 CD (D O O O
W
O'
N Ul tr In In A A A !> A A A A
W ID ID ID ID LID W
m W F` W H 0 0 O O O O O O
O O O O 0 In In V, In In Ul Ul W
O In N In N A A A A A A A A
O O O O O W W W W _ W W W W
O O F` CD 1-+ F-� N F-� I-' F+
n c n C n c n c n c n C
0 0 0 0 O Z O z O z O Z O z O z
W W w w N cn N to N In N N N In N In
"1 IAO IAD IAO • w W w m w -0 W U W 'D
LIDV m ID m ID m ID m W m W m
V V V V n V n V n V n V n
:m 0 0 0 0 n c n c c n c n c n c
0 0 0 o O z O z o z o z o z
N I-, I, -4 N In t, I' V) � W N
D V V V V V v V m JI V -0 V -n V v
z 0 0 0 0 W M W m W W m W m W m
CDn CDn o c) n c) n O n
LID W IO ID tJ N N N N N N N IJ N N
ID ID W ID O O O O O O O O O O O O
LID W W ID N N N N N N N N N N N
ID IO ID IO N N N N N N N N N N N
•
iA
,
w if,
O O O O
F� O
V O V O V V, V V V V
A O O O I ED O W LO O O
00 O V O I m', ID lD m c;'. m .
Ul O O O O O O O O
0 0 0 0 O O'. 0 0 O O
�v n n
ran o o
n n
� n to n N
(D rt 0) 03
rf ri
n
o n n
� o 0
0 "+
0
n
0
ol
m
i