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.