Loading...
HomeMy WebLinkAboutContract 57190-CO1CSC No. 57190-COI FoxT� Project Namel 2018 Safe Routes to School Improvements Client Project #(s)I 101264 Project City of Fort Worth Change Order Request City Sec # I 57190 Description) Sidewalk and pedestrian improvements within a 1/4 mile radius of Bonnie Brae, WJ Turner, & Diamond Hill Elementary Schools. Contractorl Urban Infraconstruction, LLC I Change Order#I 1 1 Datel 11/25/2024 City Project Mgr.l Chad Allen, PE I City Inspectorl Randy Horton Dept. TPW Contract Time Totals (CD) Original Contract Amount $3,842,046.56 $3,842,046.56 300 Extras to Date Credits to Date Pending Change Orders (in M&C Process) Contract Cost to Date $3,842,046.56 $3,842,046.56 300 Amount of Proposed Change Order $395,459.54 $395,459.54 135 Revised Contract Amount $4,237,506.10 $4,237,506.10 435 Original Funds Available for Change Orders $0.00 Remaining Funds Available for this CO $0.00 Additional Funding (if necessary) $395,459.54 $395,459.54 CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 9r 10.29% MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST + 25%) $4,802,558.20 This Change Order 1 accounts for overages and underages in quantities for items in the original contract that occurred throughout the project duration as requested by the City's project manager and construction inspector. The prices for these overage and underage items are the prices included in the original bid and match the original contract with no changes. The overage items generally include the following items removal of additional concrete paving, driveways and curb and gutter, construction of additional asphalt, concrete curb and gutter and sidewalks, adjustment of water valve boxes, tree removals and erosion protection measures. Change Order 1 also accounts for additional items not included in the original contract or changes to the original contract including concrete retaining walls, concrete steps, electrical conduit, electrical conductor, an electrical ground box, adjustment of a wastewater lateral cleanout, water meter boxes, use of portable message signs and change of a traffic signal control cabinet at the request of the City. Prices for these items were provided by the Contractor during construction and were deemed to be reasonable after comparison of the proposed pricing with recent TxDOT average bid prices as found on the TxDOT website and documented in the attached Narrative document. The attached Narrative document also describes the additional 135 contract calendar days that are provided with this change order. 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. r Contractor's Com Urban Infraconstruction, LLC I Anup Tamrakar I;I Nov 26, 2024 I Inspector/Inspection Supen Date Project and Contract Compliance Manager jua,61111IIIIIIIIIIIIIIIIIIIII Ills ssCSi Nov 27, 2024 x . Dec 3, 2024 Progr R r Date Senior Capital Project Officer Date Dec 3, 2024 Dec 4, 2024 irector (Dept) Date Director, Contracting Department (Dept) Date Dec 5, 2024� o Dec 6, 2024 ssistant City Attorney Date nt City Manager Date „9f&8toa3,,, Dec 10, 2024 Dec 10, 2024 Council Action (if required) M&C Number 24-0900 ATTEST: a FORTgaII of gm...s.k .duau o8 0 8=e- Jannette Goodall, City Secretary °0oQ a4gd nn aaoa M&C Date Approved 1 10/15/20241 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORTWORTH City of Fort Worth 7---- Change Order Additions Project Name 1 2018 Safe Routes to School Improvements I City Sec # 1 57190 Client Project # 1 101264 1 Contractorl Urban Infraconstruction, LLC IPMI Chad Allen, PE I Inspectorl Randy Horton Change Order Submittal # 0 Date 1 11/25/2024 1 ADDITIONS ITEM UESUKIP I ION UEP I Uty ' Unit Unit Cost I otal 1 2 REMOVING GONG I PW 219.70000000 SY $90.0U $19,773.001 4 JPAV) REMOVING GONG DRIVEWAYS) TPW 1,523.63300000 SY $15.5U $23,616.311 6 REMOVING CONC CURB OR CURB & GUTTER) TPW 993.32000000 LF $10.50 $10,429.861 13 D-GR HMA(SQ) TY-D PG64-22 TPW 295.97700000 TON $340.0U $100,632.181 19 CAST-IN-P E TRENCH DRAIN TPW 17.00000000 LF $790.00` $13,430.001 21 ADJUSTING MANHOLES (WATER VALVE BOX) TPW 4.00000000 EA $900.00` $3,600.001 26 BARR, SIGNS, TRAFFIC ANDLING TPW 2.00000000 MO $4,200.00 $8,400.001 27 BIODEG EROSN CONT LOGS INSTL) (8") TPW 223.00000000 LF $4.50' $1,003.501 28 BIODEG EROSN CONT LOGS REM E) TPW 83.00000000 LF $2.00 $166.001 29 GONG CURB (TY II) TPW 2,307.26400000 LF $6.50' $14,997.221 30 CONC CURB & GUTTER (TY 1) TPW 3.00000000 LF $80.00 $240.001 31 GONG CURB & GUTTER (TY 11) TPW 2,322.93100000 LF $43.OU' $99,886.031 32 DRIVEWAYS (CONIC) TPW 61.46500000 SY $77.00 $4,732.811 33 GONG SIDEWALKS (4") TPW 481.64900000 SY $62.0(' $29,862.241 75 TREE REMOVAL (1' �-18"DIA) TPW 5.00000000 EA $1,100.0 $5,500.001 76 TREE REMOVAL 18%24" DIA TPW 6.00000000 EA $1,700.0 $10,200.001 77 TREE REMOVAL i30"-36" DIA TPW 2.00000000 EA $2,200.0(1 $4,400.001 4236008 RETAINING WALL (CAST - IN - PLACE) TPW 200.00000000 SF $124.2% 1 $24,844.001 5316050 CONCRETE SIDEWALK STEPS TPW 10.00000000 SY $558.5' i $5,585.501 5316051 CONCRETE RAMP WITH WALL TPW 6.00000000 CY $1,051.7 1 $6,310.261 6186023 CONDT PVC) (SCH 40'2") TPW 55.0000000di LF $20A(J $1,100.001 6 NO.6) TPW 150.00000000 LF $2.1 $315.001 6246010 GROUND BOX TYDS1629222W/APRON TPW 1.00000000 EA $1,300.0, $1,300.001 6286115 ELECTRICAL SERVICE TY U 120/240 060 (NS)AL(E)PS(U; TPW 1.00000000 EA $6,559.111 $6,559.101 5007 6037 ADJUST OF WASTEWATER LATERAL CLEANOUT TPW 5.00000000 EA $726.0k $3,630.301 6001 6001 PORTABLE CHANGEABLE MESSAGE SIGN TPW 20.00000000 EA $119.511 $2,390.001 63656001 HIGHWAY TRAFFIC SIGNALS TPW 1.00000000 EA $30,202.0-'i $30,202.051 7049 6195 NEW METER BOX (COMPLETE) TPW 6.00000000 EA $729.T $4,374.181 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I TF W 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 $437,479.541 1 Sub Total Additions 1 1 $437,479.541 Change Order Additions Page 2 of 4 FORTWORTH City of Fort Worth Change Order Deletions Project Name 1 2018 Safe Routes to School Improvements City Sec # 1 57190 Client Project # 1 101264 1 Contractor Urban Infraconstruction, LLC I PMI Chad Allen, PE I Inspectorl Randy Horton I Change Order Submittal # 0 Date 1 11/25/2024 1 DELETIONS IILM UESURIPI IUN ULPI Oty Unit Unit host total i 12 U- iR HMA1SU I Y-U H664-22 I PW 14.000UUUUU I UN $230.UU $1 /,02u.UU � 24 REMOVE SIT (BOLLARDI TPW 10.00000001J EA $400.01J $4,000.001 61 INSTALL HWY I RAF SIG (ISOLATED) TPW 1.00000000 EA $21,000.OU $21,000.001 TOW $42,020.001 1 1 1 Sub Total Deletions $42,020.00 1 Change Order Deletions Page 3 of 4 M/SBE for this Change Order MISBE Sub Twe of Service Amount for this CO Total $0.00 Previous Change Orders co # DATE I AMOUNT Total 1 $0.00 I FORT WORTH Change Order 1: Narrative Project: FY 2018 Safe Routes to School Improvements Federal Project No: STP 2021(929)TP CSJ: 0902-90-082 CFW Project No: 101264 CFW Project Manager: Chad Allen P.E., CFM Phone: 817-392-8021 Report Period: 5/17/2022 to 01/20/2024 Change Order 1: Narrative This Change Order 1 accounts for overages and underages in quantities for items in the original contract that occurred throughout the project duration as requested by the City's project manager and construction inspector. The prices for these overage and underage items are the prices included in the original bid and match the original contract with no changes. The overage items generally include the following items removal of additional concrete paving, driveways and curb and gutter, construction of additional asphalt, concrete curb and gutter and sidewalks, adjustment of water valve boxes, tree removals and erosion protection measures. Change Oder 1 also accounts for additional items not included in the original contract or changes to the original contract including concrete retaining walls, concrete steps, electrical conduit, electrical conductor, an electrical ground box, adjustment of a wastewater lateral cleanout, water meter boxes, use of portable message signs and change of a traffic signal control cabinet at the request of the City. Prices for these items were provided by the Contractor during construction and were deemed to be reasonable after comparison of the proposed pricing with recent TxDOT average bid prices as found on the TxDOT website and documented in the table below: IItem Description I423 6008 RETAINING WALL (CAST - IN - PLACE) I531 6050 CONCRETE SIDEWALK STEPS 5316051 CONCRETE RAMP WITH WALL 1618 6023 CONDT (PVC) (SCH 40) (2") I620 6010 ELEC CONDR (NO.6) INSULATED 1624 6010 GROUND BOX TY D (162922)W/APRON I628 6115 ELECTRICAL SERVICE TY D 120/240 060 (NS)AL(E)PS(U) 15007 6037 ADJUST OF WASTEWATER LATERAL CLEANOUT I6001 6001 PORTABLE CHANGEABLE MESSAGE SIGN 6365 6001 HIGHWAY TRAFFIC SIGNALS 7049 6195 NEW METER BOX (COMPLETE) TxDOT Average Bid Price Contractor % Contractor's Price for Similar Item Difference $124.22 $106.04 17.14%1 $558.55 $258.71 115.90%1 $6,310.26 $5,290.00 19.29%1 $20.00 $19.37 3.25%I $2.10 $2.73 -23.08%I $1,300.00 $1,671.04 -22.20%1 $6,559.10 $9,000.00 -27.12%1 $726.06 $800.00 -9.24%1 $119.50 $191.36 -37.55%1 $30,202.05 $75,000.00 -59.73%1 $729.03 $1,545.50 -52.83%1 The Contractor is being allowed 135 extra contract days as part of this change order. The extra days are described in the attached table and include 97 days for additional work, 18 days for repair of work performed by a subcontractor and 20 days for replacement of a subcontractor who wasn't paying its employees and was fired from the job. Page 1 of 1 Bid Item No. Item Description Unit of Measure Estimated CO Quantity Installed MH/Unit Total MH's Days 2 REMOVING CONG (PAV) SY 219.70 1.11 243.87 4.06 4 REMOVING CONG (DRIVEWAYS) SY 1,523.63 0.25 380.91 6.35 6 REMOVING CONG (CURB OR CURB & GUTTER) LF 1,010.32 0.26 262.68 4.38 21 ADJUSTING MANHOLES (WATER VALVE BOX) EA 4.00 15.00 60.00 1.00 27 BIODEG EROSN CONT LOGS (INSTL) (8"} LF 223.00 - 4.00 28 BIODEG EROSN CONT LOGS (REMOVE) LF 83.00 - 2.00 29 CONC CURB (TY II) LF 2,307.26 0.19 438.38 7.31 30 CONC CURB & GUTTER (TY 1) LF 3.00 1.43 4.29 0.07 31 CONC CURB & GUTTER (TY II) LF 2,322.93 0.62 1,440.22 24.00 32 DRIVEWAYS (CONG) SY 96.47 0.99 95.51 1.59 33 CONG SIDEWALKS (4") SY 481.65 0.87 419.03 6.98 75 TREE REMOVAL (12" -18" DIA) EA 5.00 - 1.00 76 TREE REMOVAL (18" - 24" DIA) EA 6.00 - 2.00 77 TREE REMOVAL (30" - 36" DIA) EA 2.00 - 2.00 CO RETAINING WALL (CAST - IN - PLACE) SF 165.00 9.00 CO MOBILIZATION LS 1.00 1.00 CO CONCRETE SIDEWALK STEPS SY 10.00 2.00 CO CONCRTE RAMP WITH WALL CY CO CONDT (PVC) (SCH 40) (2") LF 55.00 2.00 CO ELEC CONDR (NO.6) INSULATED LF 150.00 2.00 CO GROUND BOX TY D (162922)W/APRON EA 1.00 3.00 ELECTRICAL SERVICE TY D 120/240 060 CO (NS)AL(E)PS(U) EA 1.00 3.00 CO ADJUST OF WASTEWATER LATERAL CLEANOUT EA 3.00 2.00 CO PORTABLE CHANGEABLE MESSAGE SIGN EA 120.00 2.00 CO HIGHWAY TRAFFIC SIGNALS EA 1.00 2.00 CO NEW METER BOX (COMPLETE) EA 6.00 2.00 Repair on Garnett's Work LS 1.00 1095 18 ReDlacine Garnett LS 1.00 20 Total I I I I35 M&C Review Page 1 of 3 Official site of the City of Fort Worth, Texas A CITY COUNCIL AGEND FORTWORTH Create New From This M&C DATE: 10/15/2024 REFERENCE NO.: **M&C 24- 0900 CODE: C TYPE: CONSENT LOG NAME: 2024 FY 2018 SRTS CHANGE ORDER 1 PUBLIC NO HEARING: SUBJECT: (CD 2 and CD 11) Authorize Execution of Change Order No. 1 in the Amount of $395,459.54, the Addition of 135 Calendar Days to the Construction Contract with Urban Infraconstruction, LLC for Construction of the Fiscal Year 2018 Safe Routes to School Improvements Project for a Revised Contract Amount of $4,237,506.10 RECOMMENDATION: It is recommended that the City Council authorize execution of Change Order No. 1 in the amount of $395,459.54 and the addition of 135 calendar days to the construction contract (City Secretary Contract No. 57190) with Urban Infraconstruction, LLC for the construction of the Fiscal Year 2018 Safe Routes to School Improvements project (City Project No. 101264) for a revised contract amount of $4,237,506.10. DISCUSSION: On December 14, 2021, the City Council authorized a contract with Urban Infraconstruction, LLC, for the construction of the Fiscal Year (FY) 2018 Safe Routes to School Improvements project in the amount of $3,842,046.56 via Mayor and Council Communication (M&C) 21-0975. This M&C will authorize the execution of Change Order No. 1. The scope of the FY 2018 Safe Routes to School Improvements project includes the construction of new and reconstruction of existing sidewalks, curb ramps, driveways, curb and gutter, small retaining walls, signs, crosswalks and pavement markings within an approximate quarter -mile radius of all three of the Bonnie Brae, W. J. Turner and Diamond Hill Elementary School campuses. Change Order No. 1, accounts for overages and underages in quantities for items in the original contract that occurred throughout the project duration as requested by the City's project manager and construction inspector. The prices for these overage and underage items are the prices included in the original bid and match the original contract with no changes. The overage items generally include the following items: removal of additional concrete paving, driveways and curb and gutter, construction of additional asphalt, concrete curb and gutter and sidewalks, adjustment of water valve boxes, tree removals and erosion protection measures. Change Order No. 1, also accounts for additional items not included in the original contract or changes to the original contract including concrete retaining walls, concrete steps, electrical conduit, electrical conductor, an electrical ground box, adjustment of a wastewater lateral cleanout, water meter boxes, use of portable message signs and change of a traffic signal control cabinet at the request of the City. Prices for these items were provided by the Contractor during construction and were deemed to be reasonable after a comparison of the proposed pricing with recent Texas Department of Transportation (TxDOT) average bid prices as found on the TxDOT website. Finally, as part of Change Order No. 1, the Contractor is being allowed 135 extra contract days. The extra days include 97 days for additional work, 18 days for repair of work performed by a subcontractor and 20 days for replacement of a subcontractor who was not paying its employees and was fired from the job. The following table summarizes previous contract actions and change orders: http://apps.cfwnet.org/council_packet/mc review.asp?ID=32606&councildate=10/15/2024 10/24/2024 M&C Review Page 2 of 3 Construction Contract II M&C II Date II Amount I Original Contract 1121-0975 1112/14/2021 11 $3,842,046.561 Change Order No. 1 IlThis M&C II10/15/2024 11 $395,459.541 Revised Contract Amount 11 11 11 $4,237,506.101 Change Order No. 1 will be funded from the 2018 Bond Program Fund for the purpose of funding the 2018 Safe Routes to School project. This project also received federal funds in the amount of $1,529,155.00 for the construction of the project as part of an Advance Funding Agreement (CSC No. 57190) approved by Council with M&C 20-0114 on March 3, 2020. No additional funding is needed for this change order. The table below summarizes past appropriations, sources, and the estimated total cost of the project at completion: Fund Existing Additional Project Funding Funding Funding Total I34014- 2014 Bond II $1,500,000.00 $0.00 $1,500,000.00 Program 34018- 2018 Bond II 1 $3,332,407.00 $0.00 $3,332,407.00 Program 31001- Grants Cap Projects $1,911,444.00 $0.00 $1,911,444.00 Federal Grand Total 11 $6,743,851.0011 $0.0011 $6,743,851.001 Funding for this project was included in the Fiscal Years (FY) 2024-2028 Capital Improvement Program in the Amount of $6,743,851.00. DVIN-BE: Urban Infraconstruction, LLC agrees to maintain its initial DBE commitment of 83\% that it made on the original contract and extend and maintain that same DBE commitment of 83\% to this first change order. Therefore, Urban Infraconstruction, LLC remains in compliance with the City's Business Equity Ordinance and attests to its commitment by its signature on the Acceptance of Previous DBE Commitment form executed by an authorized representative of its company. This project is located in COUNCIL DISTRICT 2 and COUNCIL DISTRICT 11. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the 2018 Bond Program Fund for the 2018 Safe Routes to School project to support the approval of the above recommendation and execution of the change order. Prior to any expenditure being incurred, the Transportation and Public Works Department has the responsibility to validate the availability of funds. TO Fund Department I Account Project I Program I Activity Budget I Reference # Amount ID ID Year (Chartfield 2) FROM Fund Department Account Project ID ID Submitted for Citv Manager's Office bv: Oriciinatinci Department Head: Program Activity Budget Reference # Amount Year (Chartfield 2) Jesica McEachern (5804) Lauren Prieur (6035) http://apps.cfwnet.org/council_packet/mc review.asp?ID=32606&councildate=10/15/2024 10/24/2024 M&C Review Page 3 of 3 Additional Information Contact: Monty Hall (8662) ATTACHMENTS 101264 Acceptance of Previous MWBE Committment Form-R01 Signed RL.pdf (CFW Internal) 101264 M&C FID Attachment.xlsx (CFW Internal) 2024 FY 2018 SRTS CHANGE ORDER 1.docx (CFW Internal) Certificate of Interested parties-1295.pdf (CFW Internal) CPN 101264 Urban Infraconstruction SAM Search.pdf (CFW Internal) M&C Map FY18SafeRoutes CPN101264.pdf (Public) http://apps.cfwnet.org/council_packet/mc review.asp?ID=32606&councildate=10/15/2024 10/24/2024 FORT WORTH Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: 2018 Safe Routes to School Improvements Construction Contract Change Order No. 1 M&C 24-0900 CPN 101264 CSO # 57190 DOC# DATE: 11-25-2024 TO: INITIALS DATE OUT 1 . Jaylyn Harrelson - review Nov 27, 2024 2. Anup Tamrakar - signature Nov 26, 2024 3. Randy Horton -signature Nov 27, 2024 3. Chad Allen - signature IRr Dec 3, 2024 4. Chad Allen - signature Dec 3, 2024 5. Lissette Acevedo c�I - signature of wl Dec 4, 2024 6. Patricia Wadsack - signature PL W Dec 5, 2024 7. Lauren Prieur - signature xaev Dec 6, 2024 8. Doug Black - signatures Dec 10, 2024 9. Jesica McEachern - signature „a` Dec 10, 2024 10. Jannette Goodall - signature Dec 11, 2024 11. TPW Contracts - review 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: ❑ Attach Signature, Initial and Notary Tabs ❑ As Requested ❑ For Your Information ® Signature/Routing and or Recording ❑ Comment ❑ File Return To: Please call TPW Contracts at ext. 7910 for pick up when completed. Thank you.