Loading...
HomeMy WebLinkAboutContract 61324-CO2CSC No. 61324-CO2 FORTWORTH, Project Name Historic Southside Improvements Client Project #(s)l 102932 Project Description Contractorl Woody Contractors Inc. City Project Mgr.l Jose Orozco Dept Original Contract Amount Extras to Date Credits to Date Pending Change Orders (in M&C Process) Contract Cost to Date Amount of Proposed Change Order Revised Contract Amount Original Funds Available for Change Orders Remaining Funds Available for this CO Additional Funding (if necessary) City of Fort Worth Change Order Request I City Sec # l 61324 Water, Sanitary Sewer, Storm Drain and Street Paving Improvements Change Order #1 2 1 Datel 2/7/2025 lCity Inspectorl Sergio Garcia Unit 1: Water Unit 2: Sewer Unit 3: Paving Unit 4: Storm Contract Time Totals (CD)� $6,020,770.70 $2,077,370.40 $4,958,218.25 $623,399.00 $13,679,758.35 50 $0.00 $0.00 $0.00 $0.00 30 020,770.70 $2,077,370.40 $4,958,218.25 $623,399.00 $13,679,758.35 480 $0.00 $168,165.40 $0.00 $0.00 $168,165.40 40 020,770.70 $2,245,535.80 1 $4,958,218.25 $623,399.00 $13,847,923.75 520 180,623.00 $62,321.00 1 $240,000.00 $35,000.00 1 $517.944.00 1 $105,844.40 1 1 1 $105,844.40 CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 1 1.23% MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST+ 25%) 1 $17,099,697.94 IN ACCORDANCE WITH THIS CHANGE ORDER, THE CONTRACTOR SHALL: Furnish all labor and material as per Change Order #2. This change order provides additional quantities of existing bid items for the replacement of Sanitary Sewer Line B-1, located in the alley between E Cannon St and E Leuda St from Kentucky Ave to New York Ave. The Water Department requested the sewer line be added to replace the existing line, which was found to be in poor condition during construction. This also includes new items for fence removal/replacement and a concrete collar for the manhole. Time: The City has approved 40 calendar days to account for staking, tree removals, pipe installation, paving, fence removal/replacement, and CCTV. Cost: The contractor will utilize existing bid items for this work. 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 Namel Irontractor Name Contract Signature Date Woody Contractors, Inc. Troy Woody Mar 6, 2025 Inspector/Inspection Supervisor Date Project and Contract Compliance Manager Date Mar 10, 2025 Mar 6, 2025 Program Manager Date Mar20,2025 Senior Capital Project Officer Date Mar 20,2025 Assistant Director (Dept) Date Director, Contracting Department Dept Date ➢at✓iciaL wadsack Mar 20,2025 T Mar20,2025 Assistant City Attorney Date Assistant City Manager Date rII t,, M a r 20, 2025 M a r 21, 2025 Council Action quired M&C Number I 25-0034 M&C Date Approved I 1/14/20251 ATTEST: �—a.a— Jannette Goodall, City Secretary FORT WORTH City of Fort Worth T Change Order Additions Project Name I Historic Southside Improvements City Sec # 61324 Client Project # I 102932 1 Contractorl Woody Contractors Inc. PMI Jose Orozco Inspector Sergio Garcia l Change Order Submittal # 0 Date I 217/2025 ADDITIONS I I EM UES(:RIP I IUN UEP I Uty j Unit Unit Cost I otal I 2-4 3331.4115 8" PVC Sewer Pipe PVC SUR 26 Unit 2: Sewer 538.000OOOOC i LF $200.OU $107,600.001 2-7 3331.3101 4" Sewer Service Unit 2: Sewer 12.00000000e EA $2,800.00 $33,buu.00I 2-9 3339.1001 4' Manhole Unit 2: Sewer 1.000000OQ EA $8,500.00 $8,500.001 2-11 3339.1003 4' Extra Depth Manhole Unit 2: Sewer 2.7400000C i VF $260.0(/ $712.401 2-14 3301.0002 Post CCTV Inspection Unit 2: Sewer 538.000OOOOQ LF $9.00 $4,842.001 2-17 3301.0101 Manhole Vacuum I esbng Unit 2: Sewer 1.0000000M EA $250.00 $250.00I 2-21 0241.2201 Remove 4' Sewer Manhole Unit 2: Sewer 2.0000000N EA $600.00 $1,200.001 2-28 0241.0500 Remove Fence Unit 2: Sewer 150.0000000C i LF $5.00 $750.001 2-34 3110.0102 6"-12" Tree Removal Unit 2: Sewer 3.000OOOOQ EA $700.00: $2,100.001 2-35 3110.010312"-18" Tree Removal Unit 2: Sewer 3.0000000C i EA $1,100.00: $3,300.001 2-36 3110.0104 18"-24" I ree Removal Unit 2: Sewer 1.00000000F EA $1,500.001 $1,500.001 2-42 3201.0400 Temporary Asphalt Paving Repair (2" HMAC on 6" Flexible Base Co Unit 2: Sewer 17.0000000C i LF $39.0(1 $663.001 2-52 3305.0109 Trench Safety Unit 2: Sewer 538.000OOOOQ LF $1.0C 1 $538.001 2-54 3305.0203 Imported EmbedmenttBackfill, CLSM Unit 2: Sewer 10.0000000C i CY $250.00 $2,500.001 2-57 3471.0001 Traffic Control (Sewer) Unit 2: Sewer 1.5000000Q MO $3,400.0( $5,100.001 2-63 3231.0412 5' Wood Fence Unit 2: Sewer 50.0000000C i LF $80.00 $4,000.001 2-64 3231.0111 4' Chain Link Fence Unit 2: Sewer 50.000OOOOQ LF $40.0( $2,000.001 2-65 3305.0112 Concrete Collar Unit 2:Sewer 1.0000000Ci EA $1,500.Ofi $1,500.001 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 l Unit 1:Water I 1 I I I 1 I I I 1 I I I I I I I I I I I I I I I $0.00I I Unit 2: Sewer $180,655.401 I Unit 3: Paving $0.00I I Unit 4:Storm $0.00I I Sub Total Additions $180,655.401 Change Order Additions Page 2 of 4 Foxe City of Fort Worth Change Order Deletions Project Name 1 Historic Southside Improvements City Sec # 1 61324 Client Project # 1 102932 1 Contractorl Woody Contractors Inc. I PMI Jose Orozoo I Inspectorl Sergio Garcia I Change Order Submittal # 0 Date 1 2/7/2025 1 DELETIONS IIFM Ut5UKIF'I IUN UFF'I Uty Unit Unit Gost total 1 2-62 Construction Allowance Unit 2: Sewer 0.2498000U LS $50,000.0U I $12,490.001 1 1 1 1 1 1 1 1 I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Unit 1:'Water 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I 1 0.001 Unit 2:Sewer $12,410.001 Unit 3: Paving $0.001 Unit 4: Storm $0.001 Sub Total Deletions $12,490.001 Change Order Deletions Page 3 of 4 M/SBE for this Change Order M/SBE Sub Type of Service Amount for this CO Liongate Logistics Hauling Removal $13,915.00 TreeNewal Tree Removal $6,627.00 Total $20,542.00 Previous Change Orders CO # DATE AMOUNT 1 9/9/2024 $0.00 Total I $0.00 1 City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, January 14, 2025 REFERENCE NO.: **M&C 25- 0034 LOG NAME: 60HISTORIC SOUTHSIDECO2-WOODY SUBJECT: (CD 8) Authorize Execution of Change Order No. 2 in the Amount of $168,165.40 and an Additional 40 Calendar Days to a Contract with Woody Contractors, Inc. for the Combined Water, Sanitary Sewer, Storm Drain and Street Paving Improvements for the Historic Southside Improvement Project, and Adopt Appropriation Ordinance to Effect a Portion of Water's Contribution to the Fiscal Years 2025-2029 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of Change Order No. 2 in the amount of $168,165.40 and an additional 40 calendar days to City Secretary No. 61324, a contract with Woody Contractors, Inc. for the combined water, sanitary sewer, storm drain and street paving improvements for the Historic Southside Improvement project for a revised contract amount of $13,847,923.75; and 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water and Sewer Capital Projects Fund in the amount of $168,166.00, transferred from available PayGo funds within the Water and Sewer Fund, for the purpose of funding the Historic Southside Improvements project (City Project No. 102932) and to effect a portion of Water's Contribution to the Fiscal Years 2025-2029 Capital Improvement Program. DISCUSSION: On March 19, 2024 by Mayor and Council Communication (M&C) 24-0203, the City Council authorized a construction contract with Woody Contractors, Inc., in the amount of $13,679,758.35 for combined water, sanitary sewer, storm drain and street paving improvements for the Historic Southside Improvement project. The contract was subsequently revised by Change Order No. 1 with a net total amount of $0.00 after deducts, that primarily provided for connections to existing water mains in the vicinity of the project and 4-inch temporary water line to maintain fire service to an industrial facility during water main replacement near the New York AvenueNickery Avenue intersection. Change Order No. 2 will provide the necessary pay items quantities to allow the contractor to replace the severely deteriorated sanitary sewer lateral between Cannon Avenue to the north and Leuda Street to the south that was encountered during construction. It is the practice of the Water Department to appropriate its CIP plan throughout the Fiscal Year (FY), instead of within the annual budget ordinance, as projects commence, additional funding needs are identified, and to comply with bond covenants. The actions in the M&C will appropriate funds in support of the Water's portion of the City of Fort Worth's Fiscal Years 2025-2029 Capital Improvement Program, as follows: 60HISTORIC SOUTHSIDECO2-WOODY Capital Project Revised FY2025 CIP Budget Change Fund Name Authority FY2025 Appropriations (Increase/Decrease) Name Bud et g W&S 102932 Capital Historic Projects — Southside $0.00 This M&C $168,166.00 $168,166.00 Fund Improvement p 56002 Funding is available in the Transfer to Water/Sewer account of the Water and Sewer Fund for the purpose of funding the Historic Southside Improvement project within the Water & Sewer Capital Projects Fund. FY2025 - Water PAYGO Appropriations per City Ordinance 27107-09-2024 FY2025 Amended PayGo FY2025 (includes any Original council Adopted actions PayGo YTD PayGo FY2025 Approved Remaining This M&C for/Moved to PayGo Capital Projects Balance subsequent to budget adoption) $92,597,771.00 $92,597,771.00 ($27,714,269.00) ($168,166.00) $64,715,336.00 Note: there may be other pending actions or recently approved actions that are not reflected in the table due to timing. Appropriations for Historic Southside Improvement project are as depicted below: Fund Existing Additional project Total* Appropriations Appropriations W&S Capital Projects Fund $9,217,202.00 $168,166.00 $9,385,368.00 56002 General Capital Projects Fund $700,000.00 $0.00 $700,000.00 30100 TIRZ — General $5,400,000.00 $0.00 $5,400,000.00 Capital Fund 30286 Stormwater Capital Projects Fund $783,399.00 $0.00 $783,399.00 52002 Project Total 1 $16,100,601.001 $168,166.001$16,268,767.00 *Numbers rounded for presentation purposes. Business Equity — Woody Contractors, Inc. agrees to maintain its initial M/WBE commitment of 11 percent that it made on the original contract and extend and maintain that same M/WBE commitment of 11 percent to all prior change orders up to and inclusive to this Change Order No. 2. Therefore Woody Contractors, Inc. remains in compliance with the City's M/WBE Ordinance and attests to its commitment by its signature on the Acceptance of Previous M/WBE Commitment form executed by an authorized representative of its company. This project is located in COUNCIL DISTRICT 8. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are available in the Water & Sewer Fund, and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the W&S Capital Projects Fund for the Historic Southside Improvement project to support the above recommendations and execution of the change order. Prior to any expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. FUND IDENTIFIERS (FIDs): TO Fund Department Account Project ProgramActivity Budget Reference # Amount ID ID Year (Chartfield 2) FROM Department Project Budget Reference # Fund ID Account ID ProgramActivity Year (Chartfield 2) Amount CERTIFICATIONS: Submitted for Citv Manager's Office bv: William Johnson (5806) Ori0natin2 Department Head: Chris Harder (5020) Additional Information Contact: Preeti KC (5467) ATTACHMENTS 1. 1295 Form (2).ndf (CFW Internal) 2. 60HISTORIC SOUTHSIDECO2-WOODY funds availabilitv.bdf (CFW Internal) 3. 60HISTORIC SOUTHSIDECO2-WOODY Undated FID.xlsx (CFW Internal) 4. 60HISTROIC SOUTHSIDE CO2-WOODY.ndf (Public) 5. MWBE accnetance CO2 Final-CC.ndf (CFW Internal) 6. ORD.APP 60HISTORIC SOUTHSIDECO2-WOODY 56002 AO25(r2).docx (Public) 7. PBS CPN 102932.ndf (CFW Internal) 8. SAM.2ov search Woodv.Ddf (CFW Internal) 102932-CNCO-Historic Southside Improvements Change Order 2 Final Audit Report 2025-03-19 Created: 2025-03-06 By: Andrea Munoz (Andrea. Munoz@fortworthtexas.gov) Status: Canceled / Declined Transaction ID: CBJCHBCAABAAnsX8sjMx_C7X3yF19_RfKyUrlhVVajo2 "102932-CNCO-Historic Southside Improvements Change Order 2" History Document created by Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) 2025-03-06 - 0:49:46 AM GMT- IP address: 204.10.91.100 Document emailed to Filogonio Munoz (Filogonio.Munoz@fortworthtexas.gov) for filling 2025-03-06 - 1:06:52 AM GMT Document emailed to Troy Woody (twoody202O@aol.com) for signature 2025-03-06 - 1:06:52 AM GMT Document emailed to Sergio Garcia Pedroza (sergio.garciapedroza@fortworthtexas.gov) for signature 2025-03-06 - 1:06:52 AM GMT P+ Document emailed to Jose Orozco Oose.orozco@fortworthtexas.gov) for signature 2025-03-06 - 1:06:53 AM GMT Email viewed by Sergio Garcia Pedroza (sergio.garciapedroza@fortworthtexas.gov) 2025-03-06 - 3:50:06 AM GMT- IP address: 158.41.142.150 Email viewed by Filogonio Munoz (Filogonio.Munoz@fortworthtexas.gov) 2025-03-06 - 1:59:29 PM GMT- IP address: 204.10.90.100 &0 Form filled by Filogonio Munoz (Filogonio.Munoz@fortworthtexas.gov) Form filling Date: 2025-03-06 - 2:00:08 PM GMT - Time Source: server- IP address: 204.10.90.100 Email viewed by Jose Orozco Qose.orozco@fortworthtexas.gov) 2025-03-06 - 3:23:30 PM GMT- IP address: 208.184.124.181 &0 Document e-signed by Jose Orozco Qose.orozco@fortworthtexas.gov) Signature Date: 2025-03-06 - 3:24:32 PM GMT - Time Source: server- IP address: 208.184.124.181 FORT WORTHS 1 Powered'y Adobe Acrobat Sign Email viewed by Troy Woody (twoody202O@aol.com) 2025-03-06 - 5:38:08 PM GM - IP address: 69.147.86.72 &0 Document e-signed by Troy Woody (twoody202O@aol.com) Signature Date: 2025-03-06 - 5:39:52 PM GM - Time Source: server- IP address: 50.84.77.98 It Document e-signed by Sergio Garcia Pedroza (sergio.garciapedroza@fortworthtexas.gov) Signature Date: 2025-03-10 - 6:44:06 PM GM - Time Source: server- IP address: 107.77.197.151 D-4. Document emailed to Gregory Robbins (Gregory.Robbins@fortworthtexas.gov) for signature 2025-03-10 - 6:44:08 PM GM Email viewed by Gregory Robbins (Gregory.Robbins@fortworthtexas.gov) 2025-03-10 - 7:34:53 PM GM - IP address: 204.10.90.100 Email viewed by Gregory Robbins (Gregory.Robbins@fortworthtexas.gov) 2025-03-14 - 2:38:04 PM GM - IP address: 204.10.90.100 p Document declined by Gregory Robbins (Gregory.Robbins@fortworthtexas.gov) Decline reason: The senior inspector needs to be included in this routing as a signature. 2025-03-19 - 4:37:59 PM GM - IP address: 204.10.90.100 FORT WORTHS 1 Powered'y Adobe Acrobat Sign FORT WORTH. Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: Historic Southside Improvements Change Order 2 M& C : 25-0034 Date: To: Name 1. Filogonio Munoz CPN: 102932 CSO: 61324 Department Initials TPW rm 2. Troy Woody twoodv2020na,aol.com 3. Sergio Garcia 4. Jose Orozco 5. Greg Robbins 6. Mary Hanna 7 Patricia Wadsack 8 Lauren Prieur 9 Doug Black 10. Jesica McEachern 11. Jannette Goodall 12. TPW Contracts Vendor TPW TPW TPW TPW TPW TPW Legal CMO CSO TPW Troy Woody Y40 JAADD/,+p�'� GR N�,,/ PLW UP Lauren P,,— Douglas Black Jesica McEach— J6 DOC#: Date Out Mar 6, 2025 Mar 6, 2025 Mar 10, 2025 Mar 6, 2025 Mar 20, 2025 Mar 20, 2025 Mar 20, 2025 Mar 20, 2025 Mar 20, 2025 Mar 21, 2025 Mar 21, 2025 CC: Program Manager, Sr. CPO, TPW BSPAP Recon Team, TPW Records Room, TPW Contract 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, Jay will review and take the next steps. NEEDS TO BE NOTARIZED: [-]YES ®No RUSH: DYES ®No SAME DAY: DYES [-]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 TPWContractsn,fortworthtexas.gov for pickup when complete. Call ext. 7233 or ext. 8363 with questions. Thank you!