Loading...
HomeMy WebLinkAboutContract 61865-CO1CSC No. 61865-COl FORT WORTH., Project Name 103969 Round 5 CD 9 Street Repair Program Client Project #(s) I 103969 & C02445 City of Fort Worth Change Order Request City Sec# Project Description Street Repair Program Near South Side Medical District Water and Sanitary Improvements 61865 ::::::::::::::::::::::::::::::::::;--------_-.:.:.:===========:.-------;::=====================.:::: Contractor I Woody Contractors Inc. Change Order# ... I ____ 1 ___ __, Date I 12/4/2024:=:================::::: City Project Mgr. _I _____ G_u_st_a_v_o_A_. v_a_l_le _io ____ _City Inspector l _____ c_h_a_rl_e_s _H_ay_e_s ____ � Dept. Unit 1: Water Unit 2: Sewer Unit 3: Paving Totals Original Contract Amount $4,489,626.40 $1,227,857.80 $4,315,997.10 $10,033,481.30 Extras to Date Credits to Date Pending Change Orders (in M&C Process) Contract Cost to Date $4,489,626.40 $1,227,857.80 $4,315,997.10 $10,033,481.30 I Amount of Proposed Change Order $0.00 $0.00 $0.00 $0.00 Revised Contract Amount $4,489,626.40 $1,227,857.80 $4,315,997.10 $10,033,481.30 Original Funds Available for Change Order $224,481.00 $61,393.00 $215,799.86 $501,673.86 Remaining Funds Available for this CO Additional Funding (if necessary) $224,481.00 $61,393.00 $215,799.86 $501,673.86 CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT I 0.00% I MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST+ 15%} I $12,541,851.63 I JUSTIFICATION (REASONS) FOR CHANGE ORDER IN ACCORDANCE WITH THIS CHANGE ORDER, THE CONTRACTOR SHALL: Furnish all labor and material as per Change Order #1. Contract Time (CD) 450 450 5 455 Change Order #1 provides bid items for 2" surface milling and 2" of new asphalt type D overlay on the intersection of Broadway Ave and Galveston Ave. It also includes a change at the intersection of W. Magnolia Ave and S. Lake St. for 1 -30" gate valve and fittings. The contractor anticipated installing and had already purchased a butterfly valve. It was later decided to install the gate valve instead, and the Water Department will purchase the butterfly valve from the contractor, as this valve cannot be returned. This change order also includes a connection to an existing 42"X10" outlet, as well as installation of a 10" gate valve in lieu of providing a new connection to an exisiting 42" water main. Additionally, the embedment/backfill with crushed rock, due to groundwater was found at the time of the installation of the proposed water line, along with 1 additional 10" gate valve on W. Peter Smith St. & S. Ballinger St. Finally, this change order includes items for the replacement of a damaged 21" RCP pipe discovered during the installation of a proposed water line. These items were not included in the original bid proposal. Time: The contractor has requested 5 calendar days for the surface milling and new asphalt installation. 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 the contractor's 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. Contractor's Company Name Woody Contractors, Inc. Inspector/Inspection Supervisor � ll. 1t1"H�!,l•,-.-l02Sl7:52CST) Program Manager �� Assistant Director (Dept) 'iJnh-irin L IA1ndrnru P1trici1LWedndl(Feb5,202Sl9:34CST) Assistant City Attorney -� po<,&IHBl8Ck(F.ti7,202Sll:11CST) ATTEST: rA� Jannette Goodall, City Secretary I I Troy Woody Contractor (Name) I Contract Signature Date I Feb 3, 2025 eb3,202S09:06CSTJ Date Project and Contract Compliance Manager Date Jan 28, 2025 ,.,,: Feb 4, 2025 u,uvoVallljo\F«l4,202Sll:24CST) Date Senior Capital Project Officer Date Feb 5, 2025 "'7-fi= Feb 5, 2025 Date Director, Contracting Department (Dept) Date Feb 5, 2025 ,JI ., Feb 6, 2025 ,urenPrieur(Feb6,202506:l8EST} Date Assistant City Manager Date Feb 7, 2025 �q,-,V Feb 13, 2025 Council Action (if required) M&C Number M&C Date Approved Foxr WoRrH Clty of Fort Worth -1yl�� Change Order Additions Project Name 103969 Round 5 CD 9 Street Repair Program City Sec # 61865 Client Project ri 103969 & CO2445 Contractor Woody Contractors Inc. PM Gustavo A. Vallejo Inspector Charles Hayes Change OrderSubmittal# � Date 12/4/2024 ADDITI ONS ITEM DESCRIPTION DEPT Qty Unit Unit Cost Total 78 0241.1506 2" Surface Mill Unit 1: Water 240.00000000 SY $15.70 $3,768.00 79 3212.0301 2" Asphalt Type D Overlay Unit 1: Water 240.00000000 SY $23.65 $5,676.00 80 9999.1005 30" Butterfly Valve and Fittings Unit 1: Water 1.00000000 EA $68,107.00 $68,107.00 81 9999.1006 Connect to Existing 42"X10" Outlet Unit 1: Water 1.00000000 EA $14,300.00 $14,300.00 82 3312300410" Gate Valve Unit 1: Water 2.00000000 EA $5,000.00 $10,000.00 83 0241.3014 Remove 21" Storm Line Unit 1: Water 80.00000000 LF $20.50 $1,640.00 84 3341.020121" RCP, Class III Unit 1: Water 80.00000000 LF $197.50 $15,800.00 85 3305.02041mported Embedment/Backfill, Crushed Rock Unit 1: Water 91.00000000 CY $52.00 $4,732.00 53 0241.1506 2" Surface Mill Unit 2: Sewer 200.00000000 SY $15.70 $3,140.00 54 3212.0301 2" Asphalt Type D Overlay Unit 2: Sewer 200.00000000 SY $23.65 $4,730.00 Unit 1: Water $124,023.00 Unit 2: Sewer $7,870.00 Unit 3: Paving 50.00 $0.00 SubTotalAdditions $131,893.00 Change Order Additions Page 4 of 6 FORT WORTH City of Fort Worth �"'t� Change Order Deletions Project Name 103969 Round 5 CD 9 Street Repair Program City Sec ti 61865 Client Project # 103969 & CO2445 Contractor WoodyContractorslnc. PM GustavoA.Vallejo Inspector CharlesHayes Change Order Submittal #�1� Date 12/4/2024 DELETIONS ITEM DESCRIPTION DEPT Qty Unit Unit Cost Total 55 3312.0111 Connection to Existing 42" Water Main Unit 1: Water 1.00000000 EA $66,555.00 66,555.00 23 0241.170011" Pavement Pulverization Unit 1: Water 240.00000000 SY $13.00 $3,120.00 24 3211.0601 CEMLIME Unit 1: Water 3.84000000 TON $440.00 1,689.60 30 3212.0303 3" Asphalt Pavement Type D Unit 1: Water 240.00000000 SY $27.00 $6,480.00 77 9999.1004 Construction Allowance Unit 1: Water 0.46178400 LS 100,000.00 $46,178.40 11 0241.170011" Pavement Pulverization Unit 2: Sewer 200.00000000 SY $13.00 $2,600.00 18 3211.0601 CEMLIME Unit 2: Sewer 3.20000000 TON $440.00 $1,408.00 19 3212.0303 3" Asphalt Pavement Type D Unit 2: Sewer 143.03703703 SY $27.00 3,862.00 Unit 1: Water $124,023.00 Unit 2: Sewer $7,870.00 Unit 3: Paving $0.00 $0.00 SubTotalDeletions $131,893.00 Change Order Deletions Page 5 of 6 Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE:Round 5 CD 9 Street Repair Program – Near Southside Med Dist. M&C:24-0555 CPN:103969/C02445 CSO: 61865 DOC#: Date: 12/10/2024 To: Name Department Initials Date Out 1. Filogonio Munoz TPW - initial 2. Troy Woody Contractor - signature 3. Charles Hayes TPW - signature 4. Gustavo Vallejo TPW - signature 5.Zakersalehi Water - initial 6. Greg Robbins TPW - signature 7 Mary Hanna TPW - signature 8 Patricia Wadsack TPW - signature 9 Lauren Prieur TPW - signature 10. Doug Black Legal - signature 11. Jesica McEachern CMO - signature 12. Jannette Goodall CSO - signature 13. TPW Contracts TPW 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:TPWContracts @FortWorthTexas.gov at ext. 7233 for pick up when completed. Thank you!