Loading...
HomeMy WebLinkAboutContract 59323-CO1CSC No. 59323-COI Foxes Project Namel 102980 - 2022 Bond Yr 1- Contract 6 Client Project #(s)I Project Description Contractorl City Project Mgr City of Fort Worth Change Order Request l City Sec # l 59323 Combined Street Paving Improvements, Water and Sanitary Sewer Main Replacements for 2022 Bond Year 1 - Contract 6 Stabile and Winn, Inc. Change Order#1 1 l Datel 4/22/2024 Sandip Uprety City Inspectorl Pedro Hernandez Dept. 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) Unit 1: Water Unit 2: Sewer Unit 3: Paving Unit 4: Storm $3,207,420.25 $1,103,711.00 $3,690,507.84 $3,207,420.25 $1,103,711.00 $3,690,507.84 $20,040.00 $20,022.00 $0.00 $0.00 $3,227,460.25 $1,123,733.00 $3,690,507.84 $160,371.00 $77,260.00 $184,525.16 $160,371.00 $77,260.00 $184,525.16 Contract Time Totals (CD) $8,001,639.09 450 $8,001,639.09 450 $40,062.00 85 $8,041,701.09 535 $422,156.16 $422,156.16 CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 0.50% MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST + 25%) $10,002,048.86 IN ACCORDANCE WITH THIS CHANGE ORDER REQUEST, THE CONTRACTOR SHALL: Furnish all labor and material as per the proposed Change Order #1. " A total of 52 additional water services (WS) need to be installed (28 WS were due to late plat requests from residents and 24 WS to replace the WS found during the construction but were not included in the plan) . The bid items needed to perform this work are based on the original bid proposal. The contractor requests 25 Calendar Days (CDs) to install the 52 water services on E. Arlington, Belzise, Harvey, Davis, and E. Jessamine Avenue. k Subdrain will be installed on both sides of E. Arlington between Sta 13+00 and 16+50 to resolve the groundwater issues encountered. Approximately 100 feet of the street section exhibiting mud pumping needs to be restabilized. The items needed to perform this work are based on the original bid proposal. 26 CD is requested to install the subdrain and restabilize the street section. An additional sewer improvement on Belzise includes a 331 LF 8" PVC sanitary sewer main extension and five sewer services installation on Belzise per the request of the resident developing their property. The bid items needed to perform the work are included on the original bid proposal, except the cost to "Connect to an Existing Manhole" is not in the original bid proposal. The contractor requests 30 CD to perform the sewer improvement work. 'Due to 2 different pressure planes at Arlington and Daniel, the contractor was instructed to install a 1" By -Pass Valve. A new line item, "l" Bypass pumping,' is added. 'An additional 4 CD is requested for negotiating and processing the change order.The total CD extension requested for this change order is 85 CD. 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. The Project/Program Manager signing below acknowledges that he/she is the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Contractor's Com Stabile and Winn, Inc. I Jerry Henderson 1,/ I Apr 25, 2024 Inspector/Inspection Supervisor Date Project and Date P� �•� Apr 25, 2024U Apr 25, 2024 m Mana er Date Senior Capital Project Officer Date May 9, 2024 w — May 10, 2024 Date Director, Contracting Department Dept Date Pctl-ricia L. WadcacK ,.wiM��,oa con May 13, 2024� May 13, 2024 Date Assistant City Manager Date o ..AlowG ,os<on May 13, 2024 May 15, 2024 Council Action (if required) M&C Number I I M&C Date Approved �oQ RT�d ATTEST: b6. d% Jannette Goodall, City Secretary aasp a� OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FOR1-W/',RTH City of Fort Worth I' Change Order Additions Project Name 1 102980 - 2022 Bond Yr 1- Contract E City Sec # 1 59323 1 Client Project # I I Contractorl Stabile and Winn, Inc. I PMI Sandip Uprety Inspectorl Pedro Hernandez Change Order Submittal # 0 Date 1 4/22/2024 1 ADDITIONS IItIN UtJI:KIF'I IUN Lid,I Uty unit unit Cost total 1 26 3312.2003 1" Water Service Unit 1: Water 52.000000OU EA $3,500.OU $182,000.001 1 31 3305.0202 Imported Embedmenf/Backfill, CSS Unit 1: Water 15.00OOOOOU CY $110.0U $1,650.001 1 49 0171.0001 Construction Survey IlUPS Red Line Survey) Unit 1: Water 0.06875000 LS KUOOZ $550.001 1 51 3471.0001 Traffic Control Waterl Unit 1: Water 1.000O0009 MNTH $7,800.01J' $7,800.001 1 2 3331.4115 8" Sewer Pipe (PVC S11DR26, P5115) By Open Cui Unit 2: Sewer 331.00000000 LF $105.OU $34,755.001 1 4 3339.1001 4' Manhole Unit 2: Sewer 1.00000000 EA $10,400.OU $10,400.001 l 7 3331.3101 4" Sewer Service Unit 2: Sewer 5.00000000 EA $2,500.00 $12,500.001 1 9 3301.0101 Manhole Vacuum Testing Unit 2: Sewer 1.00000006 EA $250.01J $250.001 22 3305.0202 Imported EmbedmenUBackfill, CSS Unit 2: Sewer 80.00OOOOOC, CY $110.00 $8,800.001 1 26 33u1.uuuz Post -CC I V inspection Unit 2: Sewer 331.00000009 LF $6.O0 $1,986.001 1 27 3'SUb.0109 I ranch Satety Unit 2: Sewer 331.00000000 LF $1.00 $331.001 l 41 3471.0001 Traffic Control (Sewer) Unit 2: Sewer 1.000OO000 MNTH $7,800.00 $7,800.001 42 U1 n mvu1 Construction Survey (UvP , Kea Line Survey) Unit 2: Sewer 0.062500D(l LS $4,DOO.DU' $250.001 I 43 U1 /1.0001 Construction Staring (Sewer) Unit 2: Sewer 0.11764Z0 LS $8,500.0U, $1,000.001 45 Connect to Existing manhole Unit 2: Sewer Jl 1.0000000UI EA $2,150.DU $2,150.001 I!` 3B JZ11.U4uu rlyorateo Ume 3z ws/by Unit 3: Paving 10.0000000 TN $305.OU $3,050.001 1 4B 3211.Ub1.12 S" Lime I reatmem Unit 3: Paving 517.00000000 SY $6.50 $3,360.501 1 7B ssuo.ulur MannoleAajustment,minor Unit 3:Paving 1.0000000U EA $550.OU $550.001 1 59 3471.0001 Traffic Control (Paving) Unit 3: Paving 1.00OOOOOU MNTH $7,800.O1J $7,800.001 53 33303.0001 1" Bypass purliping Unit 1: Water 1.0000000U EA $3,450.01J' $3,450.001 26 3211.0601 CEMLIMET" (32lbs/SY Unit 3: Paving 7.00000009 TN $395.DU $2,765.001 53 JJ46.000S 4, ripe unael'aram, Type a Unit 3: Paving 30.0000000U LF $25.01J' $750.001 61 I I I I I 9999.0002 12" Stabilization w/ Cem-Lime Unit 3: Paving 259.00000000 SY $8.50 $2,201.501 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I Unit 1:Water 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 95,450.001 Unit 2:Sewer 80,222.001 Unit 3:Paving $20,477.001 Unit 4: Storm $0.001 Sub I otal Atltlrtlons $296,149.UU1 Change Order Additions Page 2 of 4 FORTWORTH City of Fort Worth Change Order Deletions Project Name 1 102980 - 2022 Bond Yr 1- Contract 6 City Sec # 1 59323 Client Project # I I Contractorl Stabile and Winn, Inc. I PMI Sandip Uprety Inspectorl Pedro Hernandez Change Order Submittal # 0 Date 1 4/22/2024 1 DELETIONS I I LM ULSUKll' I IUN ULP I U unit Unit Cost I otal I 52 9999.0001 Water Construction Allowance unit 'I:water 9uuuuuuu La $'luu,uuu.uU $9u,uuu.uul 44 9999.0001 Sewer Construction Allowance Unit 2: Sewer 0.8600000U LS $70,000.UU $60,20U.UUl 60 9999.0010 Paving Construction Allowance Unit 3: Paving 0.20477000 LS $100,000.0u $20,477.001 7 3201.0113 6' Wide Asphalt Pvmt Repair, Residential Unit 1: Water 113.00001JUUU LF $150.UU $16,950.001 9 3201.0400 Temporary Asphalt Pvmt Repair S2" HMAG on 6" Flex Base CoursdUnit 1: Water 1,500.00000000 LF $35.00 $52,500.0Uj 24 3312.2004 1" Private Water Service Relocallon Unit 1: Water 360.00000UUU LF $42A1J $15,96U.00I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I Unit f: Water 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 75,410.001 Unit 2: Sewer 60,200.001 120,477.001 Unit 3: Paving Unit 4: Storm $0.001 Sub Total Deletions $256,0 7.UU1 Change Order Deletions Page 3 of 4 MISBE for this Change Order M/SBE Sub Type of Service Amount for this CO NA NA $0.00 Total $0.00 Previous Change Orders CO # DATE I AMOUNT $0.00 Total I $0.00 I FORT WORTH. Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE• 2022 Bond Year 1 Contract 6 — Change Order #1 M&C: CPN: 102980 CSO: 59323 DOC#: Date: 1/29/2024 To: Name Department Initials Date Out l . Filogonio Munoz TPW - initial Apr 25, 2024 2. Jerry Henderson contractor - signature Apr 25, 2024 3. Pedro Hernandez TPW - signature Apr 25, 2024 4. Sandip Uprety TPW - signatures Apr 25, 2024 5. Pratima Poudyal Water - initial Apr 26, 2024 6. Greg Robbins TPW - signature 74R May 9, 2024 7 Mary Hanna TPW - signature m,,11 May 10, 2024 8 Patricia Wadsack TPW - signature May 13, 2024 9 Lauren Prieur TPW - signature May 13, 2024 10. Doug Black Legal - signature DBLE May 13, 2024 11. Jesica McEachern CMO - signature CO- May 15, 2024 12. Jannette Goodall CSO - signature ,J-a May 15, 2024 13. TPW Contracts TPW DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review and take the next steps. NEEDS TO BE NOTARIZED: ❑YES ®No RUSH: ❑YES ®No SAME DAY: [—]YES ®No NEXT DAY: ❑YES ®No ROUTING TO CSO: ®YES ❑No Action Required: ❑ As Requested ❑ For Your Information ® Signature/Routing and or Recording ❑ Comment ❑ File ❑ Attach Signature, Initial and Notary Tabs Return To: TPWContracts(a,FortWorthTexas.2ov at ext. 7233 for pick up when completed. Thank you!