Loading...
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 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 notify TPWContracts@fortworthtexas.gov for pickup when complete. Call ext. 7233 or ext. 8363 with questions. Thank you!