Loading...
HomeMy WebLinkAboutContract 43149-CO1 (2)U N FORT WORTH Project Name' 2008 CIP Contract 9A Client Project #(s)I #01237-- DOE# 6145 Project Description) 5 TH AVE / 6 TH AVE / W BEDDELL ST Contractor' Stabile & Winn City Project Mgr.I Richard Argomaniz co 1 o- ' 1 CITY SECRETARY ��,C� City of Fort Worth CONTRACT NO. .y Change Order Request I City Sec # I 43149 Change Order # I 1 I Date I 10/15/2012 City Inspector I Kim Brenz Dept. TPW WATER SEWER Original Contract Amount Extras to Date Credits to Date Pending Change Orders (in M&C Process) Contract Cost to Date !Amount of Proposed Change Order Revised Contract Amount Original Funds Available for Change Orders Remaining Funds Available for this CO Additional Funding (if necessary) $631,268.50 $255,401.75 $631,268.50 $0.00 $631,268.50 $25,000.00 $25,000.00 $255,401.75 $36,056.25 $291,458.00 $12,770.00 $12,770.00 $23,286.25 $0.00 CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST + 25%) Totals $886,670.25 $886,670.25 $36,056.25 $922,726.50 $37,770.00 $37,770.00 $23,286.25 4.07% $1,108,337.81 Contract Time (CD) 250 250 25 275 JUSTIFICATION (REASONS) FOR CHANGE ORDER This change order is needed to cover line installation. Additionally, new line moved outside the driveways. Finally, days are requested for this additional the cost of overruns on various line items (#'s 2, 8, 13, 14 and 15) which are associated with the water items 20 and 21 are associated with work which involved the relocation of 15 water meters that had to be new line items 22,egatit.geeded to reconnect a 4 inch fire line at the school on 6th Ave. 25 calendar work. �4op. 'O11 �. tki) C1j'r^o �o woo 00 00 0° at r(› x y 0 °y d Secretar 41 i 1 J..<7 OFFICIAL RECORD CITY SECRETARY FT. WORM TN 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 Stabile & Winn Ins+-ctgr/Inspection is M&C Number I A//#5, / C Date Project Manager/Program Manage %r 11 / r(/ ZcN2 a-Q l r, Co tracting uepartment (Dept) _ City Manager H,30.(2. •.,� �I- Council Action (if required) Contractor (Name) 1 Date �' v M&C Date Approved 1 Date 11 t1ISJ'Lo% Date i i/Ic11+L Date 11/La /Qom Date , e0( FORT WORTH:, City of Fort Worth Change Order Request Project Name' 2008 CIP Contract 9A Client Project #(s)I #01237-- DOE# 6145 Project Description) 5 TH AVE / 6 TH AVE / W BEDDELL ST Contractor' Stabile & Winn City Project Mgr.' Richard Argomaniz I City Sec # I 43149 Change Order # I 1 Date I 10/15/2012 City Inspector I Kim Brenz Dept. TPW WATER SEWER Original Contract Amount Extras to Date Credits to Date Pending Change Orders (in M&C Process) Contract Cost to Date Amount of Proposed Change Order Revised Contract Amount Original Funds Available for Change Orders Remaining Funds Available for this CO Additional Funding (if necessary) $631,268.50 $255,401.75 $631,268.50 $255,401.75 $0.00 $36,056.25 $631,268.50 $291,458.00 $25,000.00 $12,770.00 $25,000.00 $12,770.00 $23,286.25 Totals $886,670.25 $886,670.25 $0.00 $36,056.25 $922,726.50 $37,770.00 $37,770.00 $23,286.25 CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST + 25%) 4.07% $1,108,337.81 Contract Time (CD) 250 250 25 275 JUSTIFICATION (REASONS) FOR CHANGE ORDER This change order is needed to cover the cost of overruns on various line items (#'s 2, 8, 13, 14 and 15) which are associated with the water line installation. Additionally, new line items 20 and 21 are associated with work which involved the relocation of 15 water meters that had to be moved outside the driveways. Finally, new line items 22 and 23 are needed to reconnect a 4 inch fire line at the school on 6th Ave. 25 calendar days are requested for this additional work. 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) Contrast ignaf�?re Stabile & Winn ITS..12-12.`t , E:NAtz �12.4,00-► ,..�► J Ins ctor/Inspection S,u erviso Assisttau dept) i•5• hd l t . i Cit )kttgr y f M&C Number n1I,tk, Date ? I l //e/f7or2_ Date Date /A 3o. et;-. Project Manager/Program Manager,; �S ,) 4, Directpr, Contracting Department (Dept) G� C .J , L.J AssjstartCity Manager Council Action (if required) M&C Date Approved Date %% 115 J zap Date " ylti /1! %uI� Date FORT WORTH City of Fort Worth Project Name' 2008 CIP Contract 9A Client Project #(s)I #01237-- DOE# 6145 Project Description Change Order Request 5 TH AVE / 6 TH AVE / W BEDDELL ST Contractor) Stabile & Winn City Project Mgr.' Richard Argomaniz I City Sec # I 43149 Change Order # I 1 I Date I 10/15/2012 City Inspector I Kim Brenz Dept. TPW WATER SEWER Original Contract Amount Extras to Date Credits to Date Pending Change Orders (in M&C Process) Contract Cost to Date 'Amount of Proposed Change Order Revised Contract Amount Original Funds Available for Change Orders Remaining Funds Available for this CO Additional Funding (if necessary) $631,268.50 $255,401.75 $631,268.50 $255,401.75 $0.00 $36,056.25 $631,268.50 $291,458.00 $25,000.00 $12,770.00 $25,000.00 $12,770.00 $23,286.25 Totals $886,670.25 $886,670.25 $0.00 $36,056.25 $922,726.50 $37,770.00 $37,770.00 $23,286.25 CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT I 4.07% MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST + 25%) !` $1,108,337.81 JUSTIFICATION (REASONS) FOR CHANGE ORDER This change order is needed to cover the cost of overruns on various line items (#'s 2, 8, 13, 14 and 15) which are associated with the water line installation. Additionally, new line items 20 and 21 are associated with work which involved the relocation of 15 water meters that had to be moved outside the driveways. Finally, new line items 22 and 23 are needed to reconnect a 4 inch fire line at the school on 6th Ave. 25 calendar days are requested for this additional work. Contract Time (CD) 250 250 25 275 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 Stabile & Winn I Inspector/Inspection Supervisor Assistant Director (Dept) Assistant City Attorney Contractor (Name) Contract Signature Date Project Manager/Program Manager Date Director, Contracting Department (Dept) Date Assistant City Manager it C Council Action (if required) Date 1• Date Date Date M&C Number M&C Date Approved FORT WORTH Project Name I 2008 CIP Contract 9A Client Project # I #01237-- DOE# 6145 City of Fort Worth Change Order Additions Project Description 5 TH AVE / 6 TH AVE / W BEDDELL ST Contractor Stabile & Winn I Change Order # City Project Mgr. Richard Argomaniz City Inspector Kim Brenz I City Sec # I 43149 Date I 10/15/2012 ADDITIONS I I EM UESUKIP I IUN DEI- I Uty Unit Unit Cost I otal 2-INU I EIVIN HIVIAU 1 AVINV REPAIR VVAI Eli 1,b99.UU LI- $8./t $13,991.2b 8-INC DUCTILE IRON FITTINGS WATER 1.32 TN $4,500.00 $5,94U.UU 13-INC 8"GATE VALVE & BOX WATER 1.00 EA $1,100.00 $1,1UU.UU 14-INC 12" GATE VALVE & BOX WATER 2.00 EA $2,000.00 $4,000.00 15-INC 1" WATER SERVICE WATER 150.00 LF $11.00 $1,650.00 20-NEW METER RELOCATES WATER 15.00 EA $300.00 $4,500.00' 21-NEW 3/4 COPPER WATER 200.00 LF $16.50 $3,300.00 22-NEW 4" VALVE WATER 1.00 EA $750.00 $750.00 23-NEW 4" PVC PIPE WATER 30.00 LF $27.50 $32b.UU TFW $0.00 WATER $36,056.25 SEWER $0.00 Sub Total Additions $36,056.25 Change Order Additions Page 1 of 1 FORT WORTH City of Fort Worth Change Order Deletions Project Name I 2008 CIP Contract 9A I City Sec # I 43149 Client Project # I #01237-- DOE# 6145 Project Description 5 TH AVE / 6 TH AVE / W BEDDELL ST Contractor Stabile & Winn I Change Order # 1 Date I 10/15/2012 I City Project Mgr. Richard Argomaniz City Inspector I Kim Brenz DELETIONS I I_IVI UESCNIP I ION UEI- I Uty Unit Unit Cost I otal TPW $0.00 WATER $0.00 SEWER $0.00 Sub Total Deletions Change Order Deletions Page 1 of 1 MWBE Sub MIWBE Breakdown for this Change Order Type of Service Amount for this CO Total $0.00 Previous Change Orders Co # DATE AMOUNT Total $0.00 (}ttrei,it kite of the City of Fort ',North, [ex,r, CITY COUNCIL AGENDA DATE: COUNCIL ACTION: Approved on 3/27/2012 - Ordinance No. 20147-03-2012 3/27/2012 REFERENCE NO.: C-25533 LOG NAME: CODE: C SUBJECT: TYPE: NON- PUBLIC CONSENT HEARING: FORT WORTH 202008 CIP CONTRACT 9A NO Authorize Execution of a Contract in the Amount of $886,670.25 with Stabile & Winn, Inc., for Pavement Reconstruction and Water Main Replacement on Portions of Fifth Avenue, Sixth Avenue and West Beddell Street, Utilizing $756,318.50 from the 2008 Capital Improvement Program Fund and $302,917.00 from the Water and Sewer Capital Projects Funds to Provide for Construction Contract Costs, Contingencies and Construction Services for a Project Total of $1,059,235.50 and Adopt Appropriation Ordinance (COUNCIL DISTRICT 9) RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of $302,917.00 from the Water and Sewer Fund to the Water Capital Projects Fund; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Projects Fund by the amount of $302,917.00, from available funds; and 3. Authorize the execution of a contract with Stabile & Winn, Inc., in the amount of $886,670.25 for pavement reconstruction and water main replacement for the streets listed below. DISCUSSION: As a part of the 2008 Capital Improvement Program for Neighborhood Streets the following streets will be completely reconstructed: Contract 9A — Council District 9: Fifth Avenue West Bolt Street to Flint Street Sixth Avenue West Seminary Drive to West Beddell Street West Beddell Street Hemphill Street to South Adams Street In addition to pavement reconstruction, deteriorated water lines are to be replaced as specified by the Water Department. The new pavement section for Fifth Avenue and West Beddell Street will consist of seven-inch reinforced concrete over eight -inch lime stabilize sub -grade with seven-inch integral concrete curb. The new pavement for Sixth Avenue will consist of nine -inch reinforced concrete per the geotechnical engineer's recommendation. Concrete sidewalks and driveways are included with the pavement construction, The contract was advertised for bid on December 22, 2011 and December 29, 2011, in the Fort Worth Star -Telegram. On January 26, 2012, the following bids were received: Logname: 202007COCONTRACT5BDIST500947 Page 1 of 2 f Stabile & Winn, Inc. Conatser Construction TX, LP JLB Contracting, LLC McClendon Construction Co., Inc. CPS Civil The Fain Group, Inc. Ed A. Wilson, Inc. Bid Amount $ 886,670.25 $ 968,301.75 $ 992,375.22 $1,024,695.75 $1,156, 597.00 $1, 215, 950.00 $1, 312, 950.50 Staff recommends that the low bid in the amount of $886,670.25 submitted by Stabile & Winn, Inc., be selected and a contract awarded. In addition, $172,565.25 will be utilized for contingencies and construction services including surveying, material testing and construction inspection. Stabile & Winn, Inc., is in compliance with the City's M/WBE Ordinance by committing to 29 percent M/WBE participation on this combined project. The City's MI BE goal on this combined project is 17 percent. This project is located in COUNCIL DISTRICT 9, Mapsco 90H and 90M. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Street Improvements 2008 Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the current capital budgets, as appropriated, of the Water Capital Projects Fund. TO Fund/Account/Centers 1 &2) P253 476045 6091701237ZZ 2)P253 531350 609170123752 2)P253 531350 609170123780 2)P253 531200 609170123784 2)P253 531350 609170123784 2)P253 541200 609170123783 2)P253 531350 609170123785 2) P253 531350 609170123791 $302.917.00 $5.500.00 $2.550.00 $5.745.00 $2.550.00 $268.172.00 $17.900.00 $500.00 Submitted for Citv Manaaer's Office bv: Oriainatina Department Head: Additional Information Contact: ATTACHMENTS 202008 CIP CONTRACT 9A A012.doc 202008CIPContract 9A MAP.pdf FROM Fund/Account/Centers 11PE45 538040 0609020 3) P253 541200 609170123783 3) C204 541200 209400123783 Fernando Costa (6122) Douglas W. Wiersig (7801) Richard Argomaniz (8653) $302.917.00 $255.401.75 $631.268.50 Logname: 202007COCONTRACTSBDIST500947 Page 2 of 2 Page 1 of 1 FORT WORTH CITY OF FORT WORTH Purchase Order ✓ Vendor Number: 0000007645 STABILE & WINN INC N 301 SAGINAW BLVD ACH ONLY D SAGINAW, TX 76179 0 R INVOICES: Direct invoices in DUPLICATE to the address shown. STANDARD PURCHASING TERMS AND CONDITIONS set forth in the City of Fort Worth's Bid or Quotation, are incorporated herein by reference and become a part of this order. Account Code: C204-541200-209400123783 Bid No.: Item Class -Item Class -Item 913-50 1 2008 CIP CONTRACT 9A (CD9) 5th Ave, 6th Ave, W Beddell Street C204-541200-209400123783 CS43149 M&C: C-25533 Date: 032712 Requisition LN/FY/Account Code Dollar Amount 1/13/C204-541200-209400123783 $631,268.50 Rev.20091027 0 P.O. DATE: 5/3/2012 Purchase Order Number PO-12-00071671 SHOW THIS NUMBER ON ALL PACKAGES, INVOICES AND SHIPPING PAPERS. TRANSPORTATION & PUBLIC WORKS S Administration H 1000 Throckmorton Street FORT WORTH, TX 76102 P T Phone: (817) 392-1111 MAIL INVOICE IN DUPLICATE TO: B TRANSPORTATION & PUBLIC WORKS Administration L 1000 Throckmorton Street L FORT WORTH, TX 76102 T O Phone: (817) 392-1111 Payment Terms: Shipping Terms: Delivery Calendar Day s) A.R.O.: 0 Quantity Unit Unit Price Total EA $631,268.50 $631,268.50 TOTAL: $631,268.50 APPROVED: By: Karen Striker Phone#: (817) 392-6265 BUYER Page 1 of 1 FORT WORTH CITY OF FORT WORTH Purchase Order V Vendor Number: 0000007645 STABILE & WINN INC N 301 SAGINAW BLVD ACH ONLY D SAGINAW, TX 76179 0 R INVOICES: Direct invoices in DUPLICATE to the address shown. STANDARD PURCHASING TERMS AND CONDITIONS set forth in the City of Fort Worth's Bid or Quotation, are incorporated herein by reference and become a part of this order. Account Code: P253-541200-609170123783 Bid No.: Item Class -Item Requisition Class -Item 913-61 1 P253-541200-609170123783 FIFTH AVENUE M&C C-25533 approved 03-27-12 contract amount 255,401.75 with contingency amount $12,770.25 PM RICHARD ARGOMANIZ LN/FY/Account Code Dollar Amount 1/13/P253-541200-609170123783 $268,172.00 Rev. 20091027 P.O. DATE: 8/30/2012 Purchase Order Number PO-12-00073416 SHOW THIS NUMBER ON ALL PACKAGES, INVOICES AND SHIPPING PAPERS. WATER DEPARTMENT S WATER & SEWER ADMINISTRATION H 1000 THROCKMORTON FORT WORTH, TX 76102 P T Phone: (817) 392-1111 MAIL INVOICE IN DUPLICATE TO: B WATER DEPARTMENT WATER & SEWER ADMINISTRATION L 1000 THROCKMORTON L FORT WORTH, TX 76102 T O Phone: (817) 392-1111 Payment Terms: Shipping Terms: Delivery Calendar Day(s) A.R.O.: 0 Quantity Unit Unit Price Total 1 EA $268,172.00 TOTAL: APPROVED: $268,172.00 $268,172.00 By: Berdena Hamilton Phone#: (817) 392-8429 BUYER PROJECT SUMMARY SHEET (Change Order Attachment) PROJECT NAME: 2008 cip CONTRACT 9A PROJECT LIMITS: 5TH AVE / 6TH AVE / W BEDDELL ST BuySpeed No (T/PW): PO-12-00071671 BuySpeed No (Water): PO-12-00073416 City Project No: 01237 Original M & C approved 03-27-12 C25533 Contract No: CS43149 D.O.E. No: 6145 Attachment to Change Order No: 1 Today's Date: 11/5/12 Original Contract Amount: Extras to Date: Credits to Date: Contract Amount to Date: Amount of Proposed Change Order: Revised Contract Amount: TOTAL T/PW Water Sewer $ 886,670.25 $ 631,268.50 $ 255,401.75 $ $ 886,670.25 $ 631,268.50 $ 255,401.75 $ $ 36,056.25 $ - $ 36,056.25 $ $ 922,726.50 $ 631,268.50 $ 291,458.00 $ Contingency Funds Avail. for Admin. Change Orders: $ 37,770.00 $ 25,000.00 $ 12,770.00 $ Remaining Funds Available for Change Orders: $ 37,770.00 $ 25,000.00 $ 12,770.00 $ Additional Funding (if necessary): $ 23,286.25 $ 23,286.25 $ Prepared By: Etta Bacy T/PW Construction Services