Loading...
HomeMy WebLinkAboutContract 59320-CO3CSC No. 59320-CO3 Fc� RT Wn R'r H City of Fort Worth - W - Change Order Request Project Name: FWCC -Grand Avenue Bypass Storm Drain and Sanitary Sewer Improvements City Sec No.: I 59320 Project No.(s):l 103665/103664100969 1 DOE No. I N/A City Proj. No.:, �00969 Project Descrlpllon] Storm drain and sanitary sewer Improvements on N. Commerce, N. Calhoun and N.E.10th Streets. Contractor S.J. Louis Construction of Texas, Ltd. Change Order 11 3 1 Dale: City Project Mgr.l Liam Conlon City Inspector: Jeremy Koonce Phone Number.1 (817) 392-6824 Phone Number (817) 675-1574 1111312024 1 Dept, Storm Water Sewer (FWCC) Water (FWCC) Totals Contract Time (FWCC) (Calender days) Original Contract Amount $21,114,746.00 $1.635,338.50 $0.00 $22,750,084.50 400 Extras to Date Credits to Dale Pending Change Orders (in M&C Process) Contract Cost to Dale $21,114,746.00 $1,635,338.60 $0.00 JAmount of Proposed Change Order $0.00 $46,400.00 $206,792.00 Revised Contract Amount $21,114,746.00 $1,681,738,50 $206,792,00 Original Funds Available for Change Orders $1,055,737.30 $81,767.00 $0.00 Remaining Funds Available for this CO $1,055,737.30 $81,767.00 $0.00 Additional Funding (if necessary) CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT MAX ALLOWABLE CONTRACTAMOUNT (ORIGINAL CONTRACT COST+ 25%) JUSTIFICATION (REASONS) FOR CHANGE ORDER 0150 $22,750,064.50 550 $253,192.00 $23,003,276.60 650 $1,137,504.30 $1,137,604.30 1.11% $28,437,605.63 Change Order No. 3 provides pay items quantities for the following that are necessary on the project: The relocation of an existing 6-inch water main on Calihoun Street that was found to be In direct conflict with a project storm drain box culvert, and by other than open cut Installation of a 40 foot segment of a 12-Inch project sewer main across an AT&T manhole. It Is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and salisfactlon 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 ractor SAhature Date S,J. Louis Construction of Texas, Ltd, I Adam Lunsford I 1WA6 ,I� I 11/142H Insp�ctar�J <reclorlWer Dept) I Chrif-fooher Ifarder T S �h`M'16'raAdesIM9h(Vq Af16Vney Do gh, B,,A(Dec4,20241454CST) M&C Number 24-1003 Dale Pro ecoanager IF �ii 1 r�rnn� fit„ t a DAI)a*te bate ,n.s Constr llo u rvl PW Dept) 12/04/2024 t 1 / 19 /a4 Date Assistan y Manlag6r Date 19/04/2024 ---1, 12/05/2024 Council Action (if William Johnson (D c 5.2024%�14:14 CST( Required) M&C Date Approved 1 11/1212024 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Fo) P,-r Wo PT City of Fort Worth "t�`- Change Order Additions Project Name FWCC - Grand Avenue Bypass Storm Drain and Sanitary Sewer Improvements City Sec No.: 1 59320 Project No.(s): 103665/103664/00969 j DOE No.1 N/A City Proj, No.: I C0`0969 Project I Storm drain and sanitary sewer improvements Description on N. Commerce, N. Calhoun and N,E,10th Sheets, Contractor S.J. Louis Construction of Texas, Ltd, Change Order:31 Dale: j 11113/2024 1 City Project Mgr, I Liam Conlon I, City Inspector James Ruiz R ADDITIONS IfEIVi DESCRIFf ION DEPT City Unit 'Unit Cost Total 1 6" Water Pipe Water (FWCC) 512 LF $190,0C, $97,280.00 2 6" Gate Valve Water (FWCC) 1 EA $1,700.00 $1,700.00 3 Fire Hydrant Water(FWCC) 1 EA $6,000.00 $6,000.00 4 Ductile Iron Fittings wl Restraint Water (FWCC) 0.8 TN $10,000.00 $8,000.00 5 1"WalerService Water(FWCC) 1 EA $3,000.00 $3,000.00 6 1" Water Service, Meter Reconnection Water (FWCC) 1 EA $700.00 $700.00 7 Connect to Existing 4"-12" Water Main Water (FWCC) 2 EA $4,000.00 $8,000.00 8 Salvage Fire Hydrant Water(FWCC) 1 EA $500.00 $500.00 9 Remove 8" Water Valve Water (FWCC) 1 EA $500.00 $500.00 10 Remove Existing Water Line Water (FWCC) 512 LF $50.00 $25,600.00 11 Trench Safety Water(FWCC) 512 LF $1.00 $512.00 12 ' 6" Abandonment Plug Water FWCC 1 EA $900.00 $900.00 13 8" Abandonment Plug Water FWCC 1 EA $1,100.00 $1,100.00 14 Water Line Lowering (Under Proposed Structures) Water FWCC 2 EA $25,000.00 $50,000.00 15 Survey/Construction StakinglAsbuill Survey (6" Water) Water (FWCC) 1 LS $1,000.00 $1,000.00 16 Traffic Control Water FWCC) 1 LS $1,000.00 $1,000.0C, 17 SWPPP Water (FWCC) 1 LS $1,000.00 $1,000.00 37 3305.3004 12" Sewer Carrier Pipe (Materials) Sewer FWCCI 40 LF $88.74 $3,549.6C. 38 3305.3004 12" Sewer Carrier Pipe (Installation) Sewer�FWCC� 40 LF $532.26 $21,290,4C, 3 3305.1104 24" Casing By Other Than Open Cut Sewer (FWCC) 40 LF $1,124.00 $44,960.00 _Storm Water (FWCC) Sewer (FWCC) $69,800.00 Water (FWCC) $206,792.00 Page 2 of 5 Additions Sub Total $276,592.00 FOP,-F WOR-r H City of Fort Worth ;y- Change Order Deletions Project Name FWCC - Grand Avenue Bypass Storm Drain and Sanitary Sewer Improvements City Sec No.: 59320 Project No.(s): 103666/103664/00969 1 DOE No. N/A City Pro], No.: C00969 Project Description Storm drain and sanitary sewer Improvements on N. Commerce, N. Calhoun and N.E,10th Streets. Contractor S.J. Louis Construction of Texas, Ltd. Change Order: a Dale 11/1312024 City Project Mgr. Liam Conlon City Inspector: I James Ruiz _ DELETIONS ITEM DESCRIPTION DEPT City Unit Unit Cost Total 1 3331.4208 12" Sewer Pipe (Materials) Sewer (FWCC) 40 LF $30.88 $1,235.20 2 3331.4208 12" Sewer Pipe (Materials) Sewer (FWCC) 40 LF $554.12 $22,164.80 (Storm Water (FWCC) (Sewer (FWCC) $23,400.00 Water (FWCC) Page 3 of 5 ;Deletions Sub Total $23,400.00 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 Page 4 of 5 City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, November 12, 2024 REFERENCE NO,: "M&C 24-1003 LOG NAME: 60SWM FWCC GRAND AVE CONSTRUCTIONC03WATER-SJL SUBJECT: (CD 2) Authorize Execution of Change Order No. 3 in the Amount $253,192,00 to a Contract with S.J. Louts Construction of Texas, LTD, for the Trinity River Vision, Phase 1 Project, Adopt Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt, and Adopt Appropriation Ordinance to Effect a Portion of Waler's Contribution to the Fiscal Years 2025-2029 Capital Improvement Program RECOMMENDATION: It Is recommended Ihal Ilia City Council: 1. Authorize execution of Change Order No. 3 In the amount of $263,192.0D to City Secretary No. 59320, a contract with S.J. Louis Construction of Texas, LTD, for the Trinity River Vision, Phase 1 project for sanitary sewer Improvements projects on N. Commerce, N. Calhoun, & N.E. 101h streets for a revised contract amount of $23,003,276.60; 2. Adopt the attached resolution expressing official Intent to reimburse expenditures with proceeds from future debt and/or annual payments from the Tarrant Regional Water District for the Fort Worth Central City Water & Sewer Relocations project; and 3. Adopt the attached appropriation ordinance adjusting appropriations In the Water & Sewer Commercial Paper Fund by Increasing appropriations In the Trinity River Vision Phase 1 project (City Project No, C00969) In the amount of $253,192.00, and decreasing appropriations in the Commercial Paper Fund (City Project No. UCMLPR) by the same amount to effect a portion of Water's contribution to the Fiscal Years 2025-2029 Capital Improvement Program. DISCUSSION: On April 251h, 2023 by Mayor and Council Communication (M&C) 23-0321, the City Council authorized a construction contract with S,J. Louts Construction of Texas, LTD In the amount of $22,760,084.50 for Fort Worth Central City Grand Avenue Phase 2 Parl 2 and Fort Worth Central City Grand Avenue Phase 2 Part 3 & Trinity River Vision, Phase 1. The contract was subsequently revised by Change Order No. 1 with a net total amount of $0.00 administratively authorized on April 6, 2024 that provided for swapping out a discontinued manufactured slormceplor model that was called for at the time of bid opening with a newer model and Change Order No, 2 with a net total of $0.00 administratively authorized September 3, 2024 that provided an additional 150 calendar days on the project for multiple revisions to the USACE package submittal which delayed the construction start time of the project. Change Order No. 3 In the amount of $263,192.00 (Water $206,792.00, Sewer $46,400.00) will provide pay Items quantities for the following that are necessary on the project: The relocation of an existing 6-Inch water main on Calhoun Street that was found In direct conflict with a project storm drain box culvert, and other then open cut Installation to Install a 40 fool segment of a 12-Inch project sewer main across an AT&T Manhole. This project Is anticipated to be repaid from a series of annual reimbursements from the Tarrant Regional Water District (TRWO) as part of the Fort Worth Central City Water & Sewer Relocations project, In the event any bond -eligible costs are not fully reimbursed by TRWD, those costs would be anticipated to be Included In a future revenue bond Issue for the Water & Sewer Fund. Available cash within the Water and Sewer portfolio and the City's portfolio along with the appropriation authority authorized under the Callable Commercial Paper Program (CP) will be used to provide Interim financing for this project until the debt Is Issued. Once payment Is received from TRWD and/or debt associated with the unrelmbursed portions of this project Is sold, those funds will be used to reimburse the Water and Sewer portfolio and the City's portfolio In accordance with the attached reimbursement resolution. Under federal law, debt must be Issued within approximately three years in order for these expenses to be reimbursable. Adoption of the attached resolution does not obligate the City to sell bonds but preserves the ability of the City to reimburse itself from lax -exempt bond proceeds. It Is the practice of the Water Department to appropriate Its CIP plan throughout the Fiscal Year, Instead of within the annual budget ordinance, as projects commence, additional funding needs are Identified, and to comply with bond covenants. The actions In the M&C will appropriate funds in support of the Water's portion of the City or Fort Worth's Fiscal Years 2025.2029 Capital Improvement Program. Appropriations for the Trinity River Vision Phase 1 project is depicted below: Capital Project FY2025 CIP Authority Fund Name Name Appropriations 56002- J C00969 W l &-Trinil a er y sewer River M&C 60WATER FY2023 � $0.00 !FY2024 FWCC REIMB Capital Vision, IRecom 113 Projects Phase [Fund 1 M&C 60 $0.00 WSSRFWCCS1P10C01- CIRCLE C - - ---' Budget � -- Change Budget (Inc/Dec) Change Budget Change (InclDec) Revised 60WATER (Inc/Doc) 60SWM FWCC GRAND AVE FY2026 FY2023 AND 60WSSRFWCC CONSTRUCTIONCO2WATER- Budget FW2024 FWCC CIRCLE C SJL REIMB CIRCLE C AND $8,466,861.96 $0.00 $0.00 ($22,629.00, I- $8,466,851,96 ($22,629.00; �C009691 I 56005- - Trinity, Water/Sewer River M&C 60WATER FY2023 AND Vision, $0.00 FY2024 FWCC REIMB ($880,824.03 ) $0,00 $0.00 ($080,824.03; Bond 2018 Phase Recom 115 1 � 1 M&C 60WATER FY2023 AND $0.00 FY2 224 FWCC REIMB ($3,865,117.59) $0.00 $0.00 ($3,865,117.69) R_ecom_#5 M&C 60 - - - -- $0.00 WSSRFWCCS1P10C01- $0.00 ($245,930.86) $0.00 ($245,930.86) CIRCLE C ater - WTrinity Water & River M&C 60WATER FY2023 AND Sewer Bond (Vision, $0.00 FY2024 FWCC REIMB ($2,249,571.96) $0.00 $0.00 $2,249,571.96; Phi ase 2- Recom 116 -- - 1 i M&C 60 $0.00]WSSRFWCCS1P10001- $0.00,($1,083,136.00) $0.00 ($1,063,136,00; CIRCLE C 56019 - Rev M&C 60 Bond $0.00 WSSRFWCCS1P10C01- $0.00 ($443,312.00) $0.00 ($443,312.00) Series 2021 'CIRCLE C 156020-W&S I M&C 60 - - Rev Bonds $0.00 WSSRFWCCS1P10C01- $0.00 ($407,022.00) $0.00 ($407,022.00) Series 2022 CIRCLE C C00969 56023- -Trinity Commercial River Paper Vision, (Phase 1 F-1 M&C 60WATER FY2023 AND $0.00 FY2024 FWCC REIMB Recom 114 M&C 60 $0.00 WSSRFWCCS1P10C01- CIRCLE C 60SWM FWCC GRAND AVE $0.00 CONSTRUCTIONCO2WATER- SJL C00969 59601 - -Trinity Rlver M&C 60WATER FY2023 AND Water $0.00 Vision, FY2024 FWCC REIMB Capital Phase Recom #7 1 _ 00969 - Sewer Sewer -Trinity River M&C 60WATER FY2023 AND Capital Vision, $0.00 FY2024 FWCC REIMB Legacy Phase Recom 118 ($777,632.61)i $0.00 $0.00 $2,698.901.65 $0.00 $0.00 is ($7,750.00)! $0.0G. I ($37,274.00)I $0.00 M&C 60WATER FY2023 AND , $0.00 FY2024 FWCC REIMB ($571,599.21) $0.00 Recom #8 M&C 60 $0.00 WSSRFWCCS1P10C01- $0.00 ($31.608.79) CIRCLE C L I - $77,002.66!- $465,263.00 Funding for the Trinity River Vision, Phase 1 project Is depicted below; 60WATER 60WSSRFWCC0&WM 6FWCC j Current FY2023 S1P10001- GRANDAVE Total Funding Funding AND FY2024 CIRCLEC CONSTRUCTION _ FWCC REIMB CO2WATER-SJL I 56002 W&S I ! Capital $2,457,887.00 $8,466,851.96 $(22,629.00) $0.00 +$10,902,109.96 Projects 56005 Water/Sewer $6,855,400.00 $(4,745,941.62) $(245,930.86)I $0.00I $1,863,627.52 Bond 2016 56007 Water ! I & Sewer $6.167,422.45 $(2,249,571.96) $(1,083,136.00) $0.00 $2,834,714.49 Bond 2015A $0.00 ($777,632.61,, $0.001 $2,698,901.66 $263,192.00 $253,192.00 $0.001 ($7,750.00) $0,001 ($37,274.00; $0.001 ($571,599.21) $0.001 ($31,608.79) $253,192.001 $795,537.69 '56019 W&S Rev Bonds $443,312.00 $0.00 $(443,312.00) $0.00 $0.00 Series 2021 56020 W&S - Rev Bonds $407,022.00 $0.00, $(407,022.00) $0.00 $0.00 Series 2022 56023 W&S- — - - r --- ---- --- Commercial $1,618,400.00 $(777,632,61) $2,698,901.65 $253,192.00 $3,692,861.04I Paper Funded $5,852,657.94 $0.00 $0.00 $0.00 $5,852,657.94 Projects _ 59601 Water I - Capital $14,404,708.40 $(7,760.00)i $0.00 $0.00 $14,396,95B,40� 59607 — Sewer t —$7.769,673.12 _$(608,673.21)�$(31,608.79 )7$253,1]9200- - $7,128,191.12 Legacy L$45676,402,91 $77,002.56 $465,263.00 $46,672,020.471 A portion of the water line In the amount of $206,792.00 of this Change Order Is considered Trinily River Visions (TRV)-relocated work. The sanitary sewer $46.400,00 amount of this Change Order is considered (TRV)-relocated work, are eligible for funding from Tax Increment Reinvestment Zone No. 9 (TRVA TIF) pursuant to the TRVA Project Plan. Having met Its $26.6 million commllmenl to the TRV Project, the City will be reimbursed the water line amount of $206,792.00 and the sanitary sewer amount of $46,400.00 by Tarrant Regional Water District (TRWD) on an annual basis, in accordance with provisions of the executed Interlocal Agreement between the City and the TRWD (City Secretary Contract No. 43425 as amended). The TRV Program Manager In the FW Lab Department will be responsible for collecting the full reimbursement from TRWD at the end of each Fiscal Year. Business Equity - S,J, Louis Construction of Texas, LTD agrees to maintain Its Initial MIWBE commitment of 14 percent that It made on the original contract and extend and maintain that same MMBE commitment of 14 percent to all prior change orders up to and Inclusive of this Change Order No. 3. Therefore S.J. Louis Construction of Texas, LTD remains In compliance with the City's MIWBE Ordinance and attests to Its commitment by signature on the Acceptance of Previous M/WBE Commitment form executed by an authorized representative of Its company. This project is located In COUNCIL DISTRICT 2. FISCAL INFORMATION I CERTIFICATION: The Director of Finance certifies that funds are currently available In the Commercial Paper project within the W&S Commercial Paper Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available In [lie W&S Commercial Paper Fund for the Trinity River Vision, Phase 1, project to support the approval of the above recommendations and execution of the change order. Prior to any expenditure being Incurred, the Water Department has the responsibility to validate the availability of funds, FUND IDENTIFIERS (FlDs); TO IFund l Department (Account) Project (Program' ctivltyl Budget I Reference It I mount ID I ID II Year (Charlfleld 2) FROM Fund Department ccount Project ctivity ProgramBudget Reference 1f mount` ID I ID I P I Year I (Charlfield 2) CERTIFICATIONS: Submitted for City -Ma nager's Office bys William Johnson (6006) Or g atl g Denartment Heart: Chris Harder (6020) Additional Information Contact: Llam Conlon (6824) ATTPCHMENTS - - -- - -- - - -- . 1. FOSWJyi FWCC GRAND AVE CONSTRUCTIONC03WATER-SJL FID f WCF 10.06.24).XLSX (CFW nlarno 2. FOrrS�W�M FWCC GRAND AVE CONSTRUCTIONC03WATER-SJL funds nvailahllity pdf (CFW Internal) 3. �OWMF CC GRAND AVE CONSTRUCTIONCO2WATER-SJL.pr)_f (Public) 4. Acceptance of PrevlousMWBE Commilimenl Form FWCC CO 3 SJL Signed RL•pd (CFW Inlornal) 5. Commerr,Ial Parjer as of 0.08 2024.x1sx (CFW Intornaq 6. Form 1295 Car dicate 1072024.i''jdf (CFW Inlernap 7, ORD.APP 60SM FWCC GR/.ND AVE CONSTRUCTIONC03WATER-SJL 56023_AO2.6(r3), (I) ecx (Public) 8, PBS CPN CO09f9 pol (CFW Internal) 9. F�as�60SWM Pl(t�CE GRAND AVE CONSTRUCTIONC03WATER-SJL.docx (Public) 10. SAM•gov searrh S,J. Louis Cons Iruction .pdf (CFW Internal) 605WM FWCC GRAND AVE CONSTRUCTIONCO3WATER-SJL FID Table 1 56023 0600430 5740010 C00969 C01780 •9999 1 156023 0700430 5740010 C00969 C01780 9999 I I I I I I I I I I I I I I I I I I I I I I I I I I I I �206,792.00 jAward of contract $46,400.00 jAward of contract I I I I I 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. Signature Liam Conlon Name of Employee Project Manager Title ATTEST: Jannette Goodall City Secretary OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX