HomeMy WebLinkAboutContract 55735-CO1 CSC No. 55735-COl
FORT WORTH City of Fort Worth
Change Order Request
Project Name[Water and Sanitary Sewer Replacement Contract 2019 WSM-F City Sec No.[55735
Project No.(s)[39409-0200431-102302-003280 M&C 20-0305 City Pro.No. 102302
Project Water,Sanitary Sewer and Paving Improvements on Desert Ridge Drive,Kilpatrick Avenue,Marion Avenue,Avenue J
Description and Avenue K
Contractor Woody Contractors,Inc. J Change Order# f Date: 911412022
City Project Mgr. J.Chris Underwood _� City Inspector [—Rodrick Wallace
Phone Number: 817-392-2629 Phone Number: 817-350-3321
Dept. Water Sewer Paving Storm Water Totals Contract Time
(Calan dar Days)
Original Contract Amount $1.633.552.50 $278,765.00 $399.742.50 $0.00 $2,312.060.00 365
Extras to Date
Credits to Date
Pending Change Orders(in M&C Process)
Contract Cost to Date $1,633.552.50 $278,765.00 $399,742.50 $0.001 $2,312.060.00 365
Amount of Proposed Change Order $0.00 $0.00 $0.00 $153,773.00 1 $153,773.00 180
Revised Contract Amount $1,633,552.50 $278,765.00 $399.742.50 $153.773.00 $2.465,833.00 545
Orig.Funds Available for Change Orders $81,687.00 $27,877.00 $39,975.00 $0.00 $149,539.00
Remaining Funds Available for this CO $81,687.00 $27,877.00 S39,975.00 $0.00 $149,539.00
Additional Funding(if necessary) $153,773.00 $153,773.00
CHANGE ORDERS to DATE(INCLUDING THIS ONE)AS%OF ORIGINAL CONTRACT 6.65%
$2.890,075.00
JUSTIFICATION(REASONS)FOR CHANGE ORDER
rThe change order will provide for the relocation and replacement of the existing street light conduits on
Marion Avenue from New York Avenue to Mississippi Avenue that are too shallow to allow for pavement
reconstruction of the roadway.Additionally,to complete this work,the contract time will be extended by
180 calendar days and for the delay identifying the conduit conflict locations.
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 C tractor Signature Date
Woody Contractors,Inc. Troy Woody
Ins ector Project Manager Date
9/15/2
Director Water Dept) nstrucfion Supervisor IPW Dept) Date
,ono h H,M �s,„E 2022 T 6&,A& 9/15/22
Senior Assistant City Attorney Assistant City Manager Dale
baria BccraLdl
os Council Action if required) OFFICIAL RECORD
M&CNumber L= M&C Date Approved FTEJ CITY SECRETARY
FT. WORTH, TX
FORT WORTH City of Fort Worth
Change Order Additions
Project Name I Water and Sanitary Sewer Replacement Contract 2019 WSM-F City Sec No. 1 55735
Project No.(s) 39409-0200431-102302-CO3280 I M&C 20 0305 City Pro. No. 102302
Project Water,Sanitary Sewer and Paving Improvements on Desert Ridge Drive,Kilpatrick Avenue, Marion Avenue,Avenue J and
Description Avenue K
Contractor Woody Contractors, Inc. Change Order# 0 Date:1 9/14/2022
City Project Mgr. J,Chris Underwood City Inspector F Rodrick Wallace
ADDITIONS
ITEM DESCRIPTION DEPT Qty Unit Unit Cost Total
1 Relocate Street Light Conduits Storm Water 1.0 LS $153,773.00 $153,773.00
Water
Sewer
Paving
Storm Water $153,773.00
Additions Sub Total 1 $153,773.00
Page 2 of 4
FORT WORTH City of Fort Worth
Change Order Deletions
Project Name Water and Sanitary Sewer Replacement Contract 2019 WSM-F City Sec No. 55735
Project No.(s) 39409-0200431-102302-CO3280 I DOE No. 20-0305 City Pro. No. 1 102302
Project Description Water,Sanitary Sewer and Paving Improvements on Desert Ridge Drive, Kilpatrick Avenue, Marion Avenue,Avenue J and
Avenue K
Contractor Woody Contractors,Inc. Change Order#0 Date 9/14/2022
City Project Mgr. J.Chris Underwood City Inspector Rodrick Wallace
DELETIONS
ITEM DESCRIPTION DEPT Qty Unit Unit Cost Total
Water
Sewer
Paving
Storm Water
Deletions Sub Total
Page 3 of 4
MIWBE 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
9/16/2022
CPN 102302
Water and Sanitary Sewer Replacement Contract 2019,WSM-F
Change Order 1 Notes
Staff has reviewed the requested prices and considers them to be fair and reasonable.
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.
S'gnature
Name of Employee
Title
ATTEST:
a
,�F*- 0-04C
FORT4�
ette S.Goodall(Sep 20,2022 09 CDT) {�^o10 A
000
Jannette Goodall ° ° 'd
City Secretary ��� °OOpp0°° a
tl*Xo'z�
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
City of Fort Worth, Texas
Mayor and Council Communication
DATE: Tuesday, September 13, 2022 REFERENCE NO.: **M&C 22-0715
LOG NAME: 602019WSMFCO1 —WOODY
SUBJECT:
(CD 8)Authorize Execution of Change Order No. 1 in the Amount of$153,773.00 and the Addition of 180
Calendar Days to a Contract with Woody Contractors, Inc., for Contract 2019 Water and Sanitary Sewer
Maintenance - F (WSM-F) Project, Adopt Appropriation Ordinance and Amend the Transportation & Public
Works Fiscal Years 2022-2026 Capital Improvement Program
RECOMMENDATION:
It is recommended that the City Council:
1.Authorize execution of Change Order No. 1 in the amount of$153,773.00 and the addition of 180
calendar days for street light relocation to City Secretary Contract No. 55735 with Woody
Contractors, Inc., for Contract 2019 WSM - F Project for a revised contract amount of
$2,465,833.00;
2.Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the
Street Improvements Fund in the amount of$153,773.00, from available funds, for the purpose of
funding the Contract 2019 WSM - F Project (City Project No. 102302); and
3.Amend the Fiscal Years 2022-2026 Capital Improvement Program.
DISCUSSION:
On Tuesday, April 20, 2021, Mayor and Council Communication (M&C) 21-0293, the City Council
authorized a construction contract in the amount of$2,312,060.00 with Woody Contractors, Inc.(City
Secretary Contract No. 55735)for Contract 2019 WSM-F Project.
Change Order No. 1 will provide for the relocation and replacement of the existing street light conduits on
Marion Avenue from New York Avenue to Mississippi Avenue that are too shallow to allow for pavement
reconstruction of the roadway.
The staff has reviewed and verified the quantities for the additional work under this Change Order No. 1.
Additionally, to complete this work, staff recommends that the contract time be extended by 180 calendar
days and for the delay identifying the conduit conflict locations.
Funding for this project was not included in the Fiscal Years (FY) 2022-2026 Capital Improvement
Program as the need for the conduit relocation was not known at the time of the CIP development. The
action in this M&C will amend the FY2022-2026 Capital Improvement Program as approved in connection
with Ordinance 25073-09-2021.
Funding is currently available in the Unspecified-Ail Funds project within the Street Improvement fund for
the purpose of funding the Contract 2019 WSM-F project.
Appropriations for Contract 2019 WSM-F, are as depicted below:
Fund Existing Additional Project Total*
Appropriations Appropriations
W&S Capital Projects -
Fund 56002 $21
260,545.00 $0.00 $2,260,545.00
t
neral Capital Projects —
nd 30100 $500,308.00�F
$0.00 $500,308.00
Street Improvements
- Fund 39409 $0.00 $153,773.00 $153,773.00
Project Total $2,760,853.00 $153,773.00 $2,914,626.00
*Numbers rounded for presentation purposes.
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.
This project is located in COUNCIL DISTRICTS 8.
FISCAL INFORMATION I CERTIFICATION:
The Director of Finance certifies that funds are currently available in the Street Improvements Fund and
upon approval of the above recommendations and adoption of the attached appropriation ordinance,
funds will be available in the Street Improvements Fund for the Contract 2019 WSM-F Project. Prior to an
expenditure being incurred, the Transportation & Public Works Department has the responsibility to
validate the availability of funds.
FUND IDENTIFIERS (FIDs):
TO
Fund Department ccount Project Program ctivity 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: Chris Underwood (2629)
ATTACHMENTS
1. 602019WSMFC01-WOODY.docx (CFW Internal)
2.602019WSMFC01 —WOODY 1295.pdf (CFW Internal)
3. 602019WSMFC01 —WOODY MAP.pdf (Public)
4.602019WSMFC01 —WOODY MWBE Waiyer.pdf (CFW Internal)
5.602019WSMFC01 —WOODY SAM.pdf (CFW Internal)
6. Copy of 602019WSMFC01 WOODY FID Table 07.22.22.xlsx (CFW Internal)
7. ORD.APP.602019WSMFC01 —WOODY 39409 A022(r2).docx (Public)
I
A R. RI
A a'
_ a)
UQ
g �
$ $ _
cl
L > >