Loading...
HomeMy WebLinkAboutContract 42014-CO2T FORT WORTH . City of Fort Worth ~ ________ c_ha_n_g_e_o_rd_e_rR_e_q_u_es_t_---i,c;~SEC~ET~i /'/))/4 "L(J'l- Project Name 2007 Critical Cap ital Project council District 5 Contract 5A ~t~c # r 4201 4 ! Client Project #(s)j 0046 --DOE #5876 j Project Description Water & Sewer Improvements and Paving Reconstruction . (Bideker, Bright, Burton) Contractor! Conatser Construction TX , LP City Project Mgr.j Khal , Jaafari , P.E. Change Order # 2 Date City Inspector Richard Salazar Dept. TPW Water Sewe r Totals Original Contract Amount $1 ,489 ,696 .95 $515 ,685 .00 $87 ,083.50 $2 ,092 ,465 .45 Extras to Date $98 ,380 .00 $25 ,800.00 $124 ,180.00 Credits to Date Pending Change Orders (in M&C Process) Contract Cost to.Date $1 ,588 ,076 .95 $515,685 .00 $112,883 .50 $2 ,216 ,645 .45 Amount of Proposed Chan e Order $0.00 $27,923.20 $0.00 $27,923.20 Revised Contract Amount $1 ,588 ,076 .95 $543 ,608.20 $112 ,883 .50 $2 ,244 ,568 .65 Original Funds Available for Change Orders $44 ,692 .00 $25 ,000 .00 $6 ,000.00 $75 ,692 .00 Remaining Funds Available for this CO $0 .00 $25 ,000 .00 $0 .00 $25 ,000 .00 Additional Fund ing (if necessary) $2 ,923 .20 $2 ,923 .20 CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS% OF ORIGINAL CONTRACT 7.27% MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST+ 25%) $2 ,615 ,581 .81 JUSTIFICATION (REASONS) FOR CHANGE ORDER 2/14/2013 Contract Time CD 424 45 469 469 It is understood and agreed that the acceptance of th is Change Orde r by the contractor cons ti tutes 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. M&C Number RECEIVED MAR 19 20i3 / ~ f_ > . ~ . ORT WORTH , ~ City of Fort Worth Change Order Request Project Name! 2007 Critical Capital Project council District 5 Contract 5A Client Project #(s)! 0046 --DOE #5876 l/lD/4,(02-- city Sec# 42014 I I Water & Sewer Improvements and Paving Reconstruction . (Bideker , Bright , Burton) Project Description ,__ __________________________________ __. 2 Date Contractor! Conatser Construction TX , LP City Project Mgr .! Khal , Jaafari , P.E. Change Order # City Inspector Richard Salazar Dept. TPW Water Sewer Original Contract Amount $1 ,489 ,696.95 $515 ,685.00 $87 ,083 .50 Extras to Date $98 ,380 .00 $25 ,800 .00 Credits to Date Pending Change Orders (in M&C' Process) Contract Cost to Date , $1 ,588 ,076.95 $515,685.00 $112 ,883.50 !Amount of Proposed Change Order $0 .00 $27 ,923.20 $0.00 Revised Contract Amount $1 ,588 ,076.95 $543 ,608 .20 $112 ,883.50 Original Funds Available for Change Orders $44 ,692 .00 $25 ,000 .00 $6 ,000.00 Remaining Funds Available for this CO $0 .00 $25 ,000.00 $0 .00 Additional Funding (if necessary) $2 ,923 .20 CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS% OF ORIGINAL CONTRACT MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST+ 25%) JUSTIFICATION (REASONS) FOR CHANGE ORDER Totals $2 ,092 ,465 .45 $124 ,180 .00 $2 ,216 ,645.45 $27,923.20 $2 ,244 ,568 .65 $75 ,692 .00 $25 ,000 .00 $2 ,923 .20 7.27% $2,615 ,581.81 2/14/2013 Contract Time (CD) 424 45 469 469 The change order is necessary due to the over runs on Final Measured quantities . Copper service line was used , in part , to restore service to a business at the corner 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 . The over-run on the 2" temporary line was due to having to run the line 2 ~ blocks away to connect to a source outside of the limits of the shutout. Extra valves were needed to isolate the newly installed line from the existing lines so that the new line could be tested. Extra 2" temporary HMAC was needed because planned quantities did not include temp . pavement repair for water service lines . 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 tboth time and money) for all costs arising out of, or incidental to , the above Change Order. Date 2-u-13 Date 3-11-,' 3 M&C Number N/fr ., • r .. / ORTWORTH~ ~ City of Fort Worth Change Order Request Project Name! 2007 Critical Capital Project council District 5 Contract 5A Client Project #(s)j 0046 --DOE #5876 11 1 L ltf ( ( L- City Sec# 42014 I Project Description Water & Sewer Improvements and Paving Reconstruction . (Bideker , Bright , Burton) Contractor! Conatser Construction TX , LP City Project Mg r.! Khal , Jaafari , P.E. Change Order # City Inspector 2 Date 2/14/2013 Richard Salazar Dept. TPW Water Sewer Contract Time Totals (CD) Original Contract Amount $1 ,489 ,696 .95 $515 ,685 .00 $87 ,083 .50 $2 ,092 ,465.45 424 Extras to Date $98 ,380 .00 $25 ,800.00 $124 ,180.00 45 Credits to Date Pending Change Orders (in M&C Process) .Contract Costto Date I $1 ,588 ,076 .95 $515 ,685.00 $112 ,883 .50 $2 ,216 ,645.45 469 IAmount of Proposed Change Order $0.00 $27,923 .20 $0.00 $27,923.20 Revised Contract Amount $1 ,588 ,076 .95 $543 ,608 .20 $112 ,883.50 $2 ,244 ,568 .65 469 Original Funds Available for Change Orde rs $44 ,692.00 $25 ,000.00 $6 ,000 .00 $75 ,692 .00 Remaining Funds Available for this CO $0.00 $25 ,000.00 $0 .00 $25 ,000 .00 Additional Funding (if necessary) $2 ,923.20 $2 ,923 .20 CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 7.27% MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST+ 25%) $2 ,615 ,581 .81 JUSTIFICATION (REASONS) FOR CHANGE ORDER +he-Gl:lange order is necessary due to the over runs on Final Measured quantities . Copper service line was used , in part , to restore service to a business at the corner 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 . The over-run on the 2" temporary line was due to having to run the line 2 Y:z blocks away to connect to a source outside of the limits of the shutout. Extra valves were needed to isolate the newly installed line from the existing lines so that the new line could be tested . Extra 2" temporary HMAC was needed because planned quantities did not include temp . pavement repair for water service lines. 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 aris ing out of, or incidental to , the above Change Order. Contractor's Com an Name Contractor Name Contract Si nature Date M&C Number I " • · . / FORTWORTH ~ C ity of Fort Worth C hange Order Request Project Name! 2007 Critical Capital Project council District 5 Contract 5A Client Project #(s)! 0046 --DOE #5876 Proj ect ( -F "1 --=:.. City Sec# 42014 Description :::=::=:::=:::=:::=:::=:::=:::=:::=:::=:::::;------;:::::=:=::::;----;::=:::=:~ Contractor! Conatser Construction TX , LP Water & Sewer Improvements and Paving Reconstruction . (Bideker , Bright. Burton ) Change Order # 2 Date City Project Mgr.! Khal , Jaafari , P.E. City Inspector Richard Salazar Dept. TPW Water Sewer Original Contract Amount $1,489 ,696 .95 $515 ,685.00 $87 ,083 .50 Extras to Date $98 ,380 .00 $25 ,800 .00 Credits to Date Pending Change Orders (in M&C Process) Contract Cost to Date $1 ,588 ,076.95 $5 15,685 .00 $112 ,883 .50 IAmount of Proposed Change Order $0.00 $27,923.20 $0.00 Revised Contract Amount $1 ,588 ,076 .95 $543 ,608 .20 $112 ,883 .50 Original Funds Available for Change Orders $44 ,692 .00 $25 ,000 .00 $6 ,000 .00 Remaining Funds Available for this CO $0 .00 $25 ,000 .00 $0 .00 Additional Fund ing (i f necessary) $2 ,923 .20 CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST+ 25%) JUSTIFICATION (REASONS) FOR CHANGE ORDER Totals $2 ,092,465 .45 $124 ,180 .00 $2 ,216 ,645 .45 $27,923.20 $2 ,244 ,568 .65 $75 ,692 .00 $25 ,000 .00 $2 ,923 .20 7.27% $2,615 ,581.81 2/14/2013 Contract Time (CD) 424 45 469 469 The change order is necessary due to the over runs on Final Measured quantities. Copper service line was used , in part , to res tore serv ice 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 . The over-run on the 2" temporary line was due to having to run the line 2 Yi blocks away to connect to a source outs ide of the limits of the shutout. Extra val ves were needed to isolate the newly installed line from the existing lines so that the new line could be tested . Extra 2" temporary HMAC was needed because planned quantities did not include temp . pavemen t repair for water service lines . It is understood and agreed that the acceptance of this Change Orde r by the contracto r constitutes an accord and satisfaction and rep resents payment in full (both time and money) for all costs arising out of , or inc idental to , the above Change Order. Contractor's Com an Name Contractor Name Contract Si nature Date Ins Date I Director, Contractin Date Ass istant Ci M&C Number ... (' \. I I ~ :, FORT WORTH ----.---City of Fort Worth Change Order Additions Project Name 2007 Critical Capital Project council District 5 Contract 5A Client Project # 0046 --DOE #5876 Project Description Water & Sewer Improvements and Paving Reconstruction . (Bideker, Bright , Burton) Contractor Conatser Construction TX, LP Change Order# 2 City Project Mgr. Kha!, Jaafari , P.E . City Inspector Richard Salazar ADDITIONS 11t:M Ut:::ilA~lt"' I !UN U~t'I \.Jty unit water 1-lnc. I Pavement 2 mch Type D HMAC on 6 mch Flex Base Temp Install ADD#2 Water 1,881.UU LF 1J-lnc. B mch Gate Valve Water 3.UU EA 15-lnc. I water ::;erv1ce 1 mch install Water 3B4 .l:IU LF 18-lnc . 1vvater ::;erv1ce 21nch Temporary Install Water 1,264.UU LF .. Change Order Add1t1ons Page 1 of 2 City Sec# 42014 Date 2/14/2013 Unit cost Total :i,u .uu :i,u .uu :i,o.UU :!,11 ,LOO .UU :wuu.uu ~L ,fUU .UU :!,Zlj .UL $10,f lf.ZU :!,Z .Ol. ~J ,lt:>U .UU TPW $0 .00 Water $27 ,923 .20 Sewer $0 .00 Sub 1 otal Add1t1ons :j)Z/,~ZJ .ZU Change Order Additions Page 2 of 2 FORT WORTH ----.--- Project Name Client Project # City of Fort Worth Change Order Deletions 2007 Critical Capital Project council District 5 Contract 5A 0046 --DOE #5876 Project Description Water & Sewer Improvements and Paving Reconstruction . (Bideker, Bright, Burton) Contractor Conatser Construction TX, LP Change Order # 2 City Project Mgr. Khal , Jaafari , P.E. City Inspector Richard Salazar DELETIONS 1 IE:M !..!=:::-·"(It' I JUN Ut:t" I Qty Unit Change Order Deletions Page 1 of 2 City Sec# 42014 Date 2/14/2013 Unit (.;Ost 1ota1 TPW $0.00 Water $0 .00 Sewer $0 .00 Sub l ota l Deletions Change Order Deletions Page 2 of 2 M/WBE 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 City of Fort Worth, Texas Mayor and Council Communication ------------------------------------·--- COUNCIL ACTION: Approved on 7/12/2011 -Ordinance No. 19781 DATE: Tuesday, July 12, 2011 REFERENCE NO.: C-25006 LOG NAME: 202007COCONTRACT5A01ST500946 SUBJECT: 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) RECOMMENDATION: 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 Projects Fund; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Projects Fund by the amount of $606, 135.00 and the Sewer Capital Projects Fund by the amount of $121,533.50, from available funds; and 3. Authorize the City Manager to execute a contract with Conatser Construction TX, LP, in the amount of $2,092,465.45 for pavement reconstruction and water and sanitary sewer main replacement for streets listed below. DISCUSSION: As a part of the 2007 Neighborhood Streets program the following streets will be completely reconstructed: Contract 5A, Dist No. 5 Bideker Avenue Burton Avenue Bright Street Martin Luther King Freeway to Bishop Street Vaughn Boulevard to Campbell Street East Berry Street to Reed Street In addition to pavement reconstruction, 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 streets. There are sufficient funds available to perform all reconstruction and to build the new sidewalks . This contract was advertised on January 20, 2011 and January 27. 2011, in the Fctrt Worth Star- I~legram. On March 3 , 2011 , the following bids were received : Logname: 202007COCONTRACT5AD1ST500946 Page 1 of 3 • Bidders Bas!t.B.id Alter'!•t.. ktt~ Bid Altemate Bid Conatser Construction TX, LP $2,036,824.95 $ 55,640.50 $2,092,465.45 Stabile and Winn, Inc. $2,075,705.34 $70,781.00 $2, 146,486.34 CPS CIVIL $2,121,242.00 $63,783.00 $2, 185,025.00 Mcclendon Construction $2,152,268.22 $76,100.00 $2,228,368.22 Company, Inc. JLB Contracting, LLC $2,291,492.39 $81,851 .14 $2,373,343.53 RKM Utility Services, $2,298,971.50 $75,209.00 $2,374.108.50 Inc. Jackson Construction $2,474,579.50 $82,326.00 $2,556,905 .50 Jet Underground Utilities Inc. $2,790,208.65 $90,578.50 $2,880,787 .15 Ed A Wilson, Inc. $2,929,200 .50 $113,365 .00 $3,042,565.50 Staff recommends that the base bid plus the alternate option in the amount of $2,092,465.45 submitted by Conatser Construction TX, LP, be selected and a contract be awarded to Conatser Construction TX. LP. In addition, $334,090.55 will be utilized for contingencies and construction services -surveying, material testing, and construction inspection. Conatser Construction, TX, LP, is in compliance with the City's M/WBE Ordinance by committing to 28 percent M/VVBE participation on this combined project. The City's M/WBE goal on this combined project is 28 percent. This project is located in COUNCIL DISTRICT 5, Mapsco 78S, 78T, and 78U . FISCAL INFORMATION / CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the 2007 Critical Capital Projects 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 and the Sewer Capital Projects Fund. · FUND CENTERS: TO Fund/Account/Centers 1&2) P253 476045 605170094622 1&2) P258 476045 705170094622 2) P253 531350 605170094652 2) P253 531350 6051ZQ094680 2) P253 531350 605170094682 2) P253 541200 605170094683 2) P253 531200 605170094684 2) P253 531350 605170094684 2l P253 531350 6051700~6~ 2) P253 531350 605170094691 ~o~ FROM Fund/Account/Centers $606.135.00 1) PE45 538040 0609020 $121,533,50 1) PE45 538040 0709020 $14,000.00 3) P253 541200 605170094683 $1.050.00 3) P258 541200 7051700~ $700.0Q 3> C295 541200 205400094683 $540,685 .00 $3.500.00 $3.500 .00 $42,000.00 $700.00 SS.000.00 $606.135.00 $121,533.50 $515.685.00 m..o~~ $.U89,696 .95 Logname: 202007C0CONTRACT5AD1ST500946 Page 2 of 3 ~8 53135Q 7Q517QO~Q i1_p2se 53ill.O_LQillOO~.M.2 2)P258 541200 7Q517QQ~§_S3 2) P258 531200 7Q5170094§84 2) P258 531350 705170094684 2)P258 531350 Z05170094§85 2)P2~8 531350 705120094691 CERTIFICATIONS: s_ubmitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS H~ $.IOO...QQ $93.083.50 $1.500 .00 $1.500 .00 $18.000.00 $300 .00 Fernando Costa (8476) Douglas W . Wierslg (7801) Khal Jaafari (7872) Najib Fares (7802) 1. 20 2007COCONTRAC_T5A D1ST500946 A011 .doc (Public) 2. 20..2..0Q.7_CQJ.ltra_ct5_0i~t1JCT).pc;tf (CFW Internal) 3. 202007COCONTRACT5AD1S.L500946 Sewer FAR_JldJ (CFW Internal) 4. 202007COCONTRACT5AD1SJ500~ater FA~J)df (CFW Internal) 5. ~unting info.doc (CFW Internal) 6. FAR Contract SA Dist 5 Sewer .pdf (CFW Internal) 7. fA.R . .C.QOt@c.t5-AJJi$L5._Wat~r. .pd.f (CFW Internal) 8. FAR Revised Contract SA Dist 5 TPW 06-10-2011 .pdf (CFW Internal) 9. M,ag_202007CO Contract SA Dist5, 00946.pdf (Public) 10. MWBE Contract 5A Dist 5 Com..Qliance Memo.pdf (CFW Internal) 11 . PE45-538040-0609020.doc (CFW Internal) 12. eE4~53:8040.:07_Q90.20_.dQ_C. (CFW Internal) Logname: 202007COCONTRACT5AD1ST500946 Page 3 of 3 PROJECT NAME : BuySpeed No (T/PW): BuySpeed No (Water): PROJECT SUMMARY SHEET (Change Order Attachment) 2007 CRITICAL CAPITAL PROJECT CDS CONTRACT SA P0-11-00067156 P0-11-00067644 City Project No : 00946 Original M & C = C-25006, approved 07-12-11 Contract No: 42014 I D.O .E. No : 5876 I Attachment to Change Order No : Today's Date: 2/22/13 TOTAL Original Contract Amount: $ 2,092,465.45 $ 1 ,489,696.95 $ 515,685.00 Extras to Date : $ 124,180.00 $ 98,380 .00 $ - Credits to Date : $ -$ -$ - Contract Amount to Date : $ 2,216,645.45 $ 1,588 ,076 .95 $ 515,685.00 Amount of Proposed Change Order: $ 27,923.20 $ 27,923.20 Revised Contract Amount: $ 2,244,568.65 $ 1,588,076.95 $ 543 ,608 .20 Contingency Funds Avail. for Admin . Change Orders: $ 75,692.00 $ 44,692.00 $ 25,000 .00 Remaining Funds Available for Change Orders : $ 25,000.00 $ 25,000 .00 Additional Funding (if necessary): $ (2,923.20) $ -$ (2 ,923 .20) Prepared By : Etta Bacy T/PW Construction Services I $ 87,083.50 $ 25,800 .00 $ - $ 112 ,883.50 $ 112 ,883 .50 $ 6,000.00 $ -