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