HomeMy WebLinkAboutContract 61323-CO1Contract Time
(CD)
350
350
5
355
Date
Date
Date
Date
Date
ATTEST:
____________________________________________
Jannette Goodall, City Secretary
City of Fort Worth
Contractor
61323
Client Project #(s)100604
Date 11/14/2024
City Project Mgr.
Change Order Request
1
Project Name
Remaining Funds Available for this CO
Pending Change Orders (in M&C Process)
MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST + 25%)
$334,200.85
$184,832.85
$32,262.00
Contract Cost to Date $1,395,130.00
$32,262.00
Amount of Proposed Change Order
$645,240.00
Revised Contract Amount
$947,320.00
$6,684,257.00
$69,740.00
$0.00
$334,200.85
$0.00
City Sec #100604 - Trentman Street Bridge Replacement and Pavement Reconstruction.
Unit 1: WaterDept.TotalsUnit 3: Stormwater Unit 4: PavingUnit 2: Sewer
Project
Description Bridge Removal and Reconstruction
Change Order #Reyes Group, LTD
Gustavo A. Vallejo Mark KittsCity Inspector
$6,684,257.00
Original Funds Available for Change Orders
$645,240.00 $1,395,130.00
$0.00
$3,696,567.00
$69,740.00 $184,832.85
$1,395,130.00
Extras to Date
$645,240.00
Credits to Date
$3,696,567.00
$0.00
$947,320.00
$47,366.00
$947,320.00
0.00%
$8,355,321.25
CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT
Additional Funding (if necessary)
JUSTIFICATION (REASONS) FOR CHANGE ORDER
DateAssistant City Attorney
IN ACCORDANCE WITH THIS CHANGE ORDER, THE CONTRACTOR SHALL: Furnish all labor and material as per Change Order #1.
Change Order #1 provides bid items for several items not included in the original bid proposal.
Bid items for excavation, removal, and disposal of unsuitable/hazardous materials were added after they were discovered on the east side of the bridge. Bid items are
included for the abandonment of an existing manhole located at the intersection of Trentman and Fairfax, discovered during the demolition of the existing pavement. Finally, a
bid item is added for the special mobilization of heavier equipment to install concrete bridge beams in conflict with the overhead power lines that were initially to be installed by
the crane.
Time: The contractor requested 5 calendar days (5 days for the special mobilization). No additional time was required for hazardous material disposal and manhole
abandonment. The City has reviewed and approved these additional days to be added to the contract time.
Cost: The City compared the new bid items to the current contract prices from other projects under construction at the time of the hange order. The City finds that the
contractor's proposed pricing is fair and reasonable. This change order will also reduce the stormwater and paving construction allowance bid items to pay for these new bid
items. Time: The contractor requested 5 calendar days (5 days for the special mobilization). The City approved these additional days.
Cost: The City compared the new bid items to the current contract prices from other projects under construction at the time of the change order. The City finds that the
contractor proposed pricing is fair and reasonable.
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.
Council Action (if required)
M&C Number
Inspector/Inspection Supervisor Date Project and Contract Compliance Manager
$6,684,257.00
$47,366.00
Original Contract Amount $3,696,567.00
M&C Date Approved
Contractor's Company Name
Reyes Group, LTD
Contractor (Name)Contract Signature
Senior Capital Project Officer
Director, Contracting Department (Dept)
DateProgram Manager
DateAssistant Director (Dept)
Assistant City Manager
$1,411.43
$6,000.00
$1,411.43
$6,000.00
EA
EA
Qty
24.00000000
DEPTITEM DESCRIPTION
Unit 3: Stormwater
1.00000000
1.00000000
0241.5001 Abandon Manhole
9999.0014 Special Mobilization
$2,939.90
TotalUnit Cost
$122.50
Unit
Unit 4: Paving
Unit 4: Paving
CY
77
78
City of Fort Worth
Change Order Additions
Project Name 100604 - Trentman Street Bridge Replacement and Pavement Reconstruction.City Sec # 61323
Client Project # 100604
1 11/14/2024
Gustavo A. Vallejo InspectorContractor
Change Order Submittal #
Reyes Group, LTD PM Mark Kitts
Sub Total Additions
Date
Unit 1: Water
Unit 2: Sewer
Unit 4: Paving
ADDITIONS
9999.0013 Removal of Unsuitable/Hazardous Material35
$10,351.33
$0.00
$0.00
$7,411.43
Unit 3: Stormwater $2,939.90
Change Order Additions Page 2 of 4
$10,351.33
$0.00
$0.00
$7,411.43
Sub Total Deletions
Date
Unit 1: Water
Unit 2: Sewer
Unit 4: Paving
Client Project # 100604
1 11/14/2024Change Order Submittal #
Contractor
City of Fort Worth
Change Order Deletions
Project Name 100604 - Trentman Street Bridge Replacement and Pavement Reconstruction.City Sec # 61323
DELETIONS
Unit Cost
$100,000.00
Unit
9999.0012 Paving & Bridge Construction Allowance
$2,939.90
Total
LS
Qty
0.02939900
DEPTITEM DESCRIPTION
Unit 3: Stormwater9999.0008 Storm & Channel Improvements Construction Allowance34
76 Unit 4: Paving LS0.07411430 $7,411.43$100,000.00
Unit 3: Stormwater $2,939.90
Reyes Group, LTD PM Gustavo A. Vallejo Inspector Mark Kitts
Change Order Deletions Page 3 of 4
$0.00Total
M/SBE for this Change Order
Previous Change Orders
$0.00Total
Type of Service Amount for this COM/SBE Sub
CO #DATE AMOUNT
CONSTRUCTION CONTRACT ROUTING & TRANSMITTAL SLIP | Eff 01-13-2024, mdhm
Routing and Transmittal Slip
Transportation & Public Works
Department
DOCUMENT TITLE:TRENTMAN STR BRIDGE REPLACEMENT &
PAVEMENT RECONSTRUCTION.
M&C: 24-0240 CPN: 100604 CSO: 61323 DOC#:
Date: 11/14/24
To: Name Department Initials Date Out
1.Marcos Reyes
(marcosg@reyesgroup.com)Reyes Group, Ltd.
2. Gustavo A. Vallejo TPW-PM
3. Greg Robbins TPW-PrgM
4. Mary Hanna TPW Sr CPO
5. Patricia Wadsack TPW AD
6. Lauren Prieur TPW Director
7 Doug Black Legal
8 Jesica McEachern CMO
9 TPW Contracts TPW
10.
CC: Program Manager, Sr. CPO, TPW BSPAP Recon Team, TPW Records Room, TPW Contracts
ALSO List: Bus Sppt: _Filogonio Munoz__; Prg Mgr: _Greg Robbins__; Sr CPO: _Mary Hanna________
DOCUMENTS FOR CITY MANAGERS SIGNATURE: All documents received from any and all
City Departments requesting City Managers 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 notify TPWContracts@fortworthtexas.gov for pickup when complete. Call ext. 7233 or ext.
8363 with questions. Thank you!