Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 53640-FP1
FORT WORTH, i TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJECT COMPLETION -FP1 City Secretary No: 53640 Date Received: 4/16/2025 City Project Ni: 101385 Regarding contract 53640 W. Felix Street Bridge Deck & Pavement Rehabilitation for as required by the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT as approved by City Council on 1/14/2020 through M&C 20-0020 the director of the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT upon the recommendation of the Assistant Director of the Transportation & Public Works Department has accepted the project as complete. Original Contract Amount: Amount of Approved Change Orders: Revised Contract Amount: Total Cost Work Completed: Less Deductions: Liquidated Damages: Pavement Deficiencies: Total Deduction Amount: Total Cost Work Completed: Less Previous Payments: Final Payment Due Paf-ricia L. wads clK Patricia L. Wadsack (Apr 14, 202515:42 CDT) Recommended for Acceptance Asst. Director, TPW - Capital Delivery $ 3,989,272.40 Days 548 $ 632,495.57 Ne 3 Days Added by CO_143 $ 4,621,767.97 Total Days 691 $ 4,593,848.68 Days Charged 674 Days @ $ $ 4,593,848.68 $ 4,364,156.25 $ 229,692.43 Apr 14, 2025 Date Lauren Prieur(Apr 14, 202516:12 CDT) Apr 14, 2025 Accepted Date Director, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT oP6�1 Asst. City Manager Comments: Apr 15, 2025 Date / Day OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Contractor's Application for Payment Invoice No. 29-Final To (Owner): City of Fort Worth Invoicing Period (From - To): Invoice Date: December 1, 2024 to December 31, 2024 1/16/2025 P. ° FW0200000003431 From (Contractor): Remit to ( If Not Automatic Deposit ): Number: - Rebcon Inc Project: 101385 Contractors CFW Vendor No.: 0000033186 City Secretary Contract CS53640 Contract Number: Name: W. Felix St Bridge Improvement Application For Payment Change Order Summary (Approved Chance Orders 1. ORIGINAL CONTRACT PRICE.............................................................. $ S3,989,272.4J Number Additions Deletions 2. Net change by Change Orders.................................................................... $ S632,495.5 7 1 $4,621,767.97 $3,989,272.40 3. Current Contract Price (Line 1 f 2)........................................................... $ S4,62 1,17.97 i 2 S47,340.00 $47,340.00 4. TOTAL COMPLETED AND STORED TO DATE 3 $335,718.40 $335,718.40 (Progress Estimate,Construction Allowance and Change Orders)....... $ $4,59 3j8 43.68 4 I5. RETAINAGE: 5 E a. X $4,593,848.68_Work Completed.......... $ 6 b. X v Not Used S 7 c. Total Retainage (Line 5a+Line 5b).................................. $ 8 6. AMOUNT ELIGIBLE TO DATE (Line 4 - Line 5c)................................ S S4,593,84&68 TOTALS $5,004,826.37 $4,372,330.80 7. LESS PREVIOUS PAYMENTS (Line 6 from prior Application).......... $ $4,364,156.25 NET CHANGE BY $632,495.57 & AMOUNT DUE THIS APPLICATION..................................................... $ $229.692.43 CHANGE ORDERS 9. BALANCE TO FINISH, PLUS RETAINAGE (Column G on Progress Estimate+ CA + Cos + Line 5 above) ................ $ $27,9 19.2 9 Contractor's Certification 10. CONTRACT TIME: The Contractor certifies with the submittal of this document and associated Payment Request a. Days Awarded 548 Submittal on the City of Fort Worth Buzzsaw system that to the best of their knowledge: (1) all b, Days Added by CO 143 previous progress payments received from Owner on account of Work done under the Contract have been applied on account to discharge Contractor's legitimate obligations incurred in C. Total Days 691 connection with Work covered by prior Applications for Payment; (2) title of all Work, materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to Owner at time ofpayment free and clear of all Liens, security interests and d, Days Charged 674 encumbrances (except such as are covered by a Bond acceptable to Owner indemnifying Owner c. Days Remaining 17 against any such Liens, security interest or encumbrances), and (3) all Work covered by this Application for Payment is in accordance with the Contract Documents and is not defective. Liquidated Damages S650.00 x day t`Miluv AlccU;�3>sSGty Evan McCoppi�25 08:45 CD kj Thic rinn ,m f hac hoop mnriifiari frnm ifc nrW-1 fnrm ac an F.IRhft rinnnmant anri tho —or rim not hinhlinht tho Progress Estimate aySeennay Cs53640 Cnmmet Nu W. Felix St Bridge Improvement App1ivni. pe W.. December 1, 2024 to December 31, 2024 E A D hrnl SOnifintiov Unilor I Bid Cbmmiy Unit Prim Bid W. Bid hem Na Dcscnpdon Section No. Mr I 2A 017MI01 Cmiso-umm� SU uee 01 71 23 Ll 1 SOO.DW.00 $40S I I i UL4I.UJW I(FmoVc \IgFw U2JI. WU Remo e" el U2111! U2 JI a ih SY _11S JYOU 33.00 1 S17.00 I S6S 2 I 5 U2JI.UJU1 Kcmo+'c AeEhy}1'vmt I 02 a1 I5 I SY 3e27 S5.00 I JB.7 I a I 7 u2J1.laUN S"SurlaeeA line $1 MUM sac U=oe I U2J1 IS 1 I 31 IUW 1 SY IS p} -r 511D.DD I 5125.000.00 �$�2j(�96n 1' % 3l'.UIVI 1.1-1 icl Clams°. by Plan 1 312i la I Cy ,L $4 C 9 SI�.VIVI k�A tfv Plan o 1 31 {aW 1 1:Y 1 Sa3 10 312o 101 s�'111; 1 3(25 W 1 321129 IS FN 1 1 I � SZ4,0 51'IA II 3211.U4UU Ydramd Ltltle !21 I.U5U2 (.- Ltme I re]anrnt 1 t I 32 11 29 1 SY %J as I I S6.W S26_7 1± 13 3212.03u22' A.+TWhalt lhmlt l voc U I 321216 SY 112 5250.W $204 la 321l. U104 9" Cone e- j'�3.U3ul 4'L:mc I 32 13 13 !:1%jsD SY sr1'- I a956 1 las 1 a•vA $i3 Is Ie St !-1II4'L'Onc - Adtacrntto l:4(0 1 I S2 i320 S} 1 i2Jo 5Ij'i.5 I 17 321J.UW21' LD vml�(3/nc lfAJ lj'1 1 3217� 1 LY 1 9a0a I pt DCU.4 I 1% .i2((7.000j J" HKK Yvmt Myys((fl��un. HAS W I I 32 I' 23 I LF I 1.9 �y I 1. 6 57,6 I 19 13217.050124""S"SSLIDPvm 32 IL. aoU M I 21 aiA�an NAE*WI 13217.IW2L1ne Legend Arrow 1 S21?J I 1 321' 23 1 FA I I a I S10.W I 1 S160.W I 56 $6 I 22 I 73 1321JSIu" LINtv�Q Mn 'Fr 1'}I{ !2 �'.21 a! hl�ilm M I{t II-A•A 23 1 32 l/- S2i/1 1/o fal I $4.40 I 50.a0 $7 56 I 2.3A I32(7JUUI iMarker. on: Gene I i2 23 EA gilt 54,gp sa_o"d I 26 321 A3Ue Kemove 2i" M "� 32 I 611!! 1 SlSG S1 K�nV,w We I ;=1 y I � � I. . 2.pQ�p �3. � I 29 _ ,II`'22992.01 Do tlJblk��`�ypr t INfONtl°n•(ah ucl'o00r I 329{21S I SY La.F9t2V I aU/ I St D.00 I 5a.0 I i0i I.t�j l.l$ IJ 1 {1 iU I LI• I i0 I I 32 1' 1JW2 Kdwv l LLum,o,T2ma'1tl1;. U•2a. and U. 1 I 33 13ia1J301 Kd_ hounWnon 1 3Ji12U 1 11A I I 34 13JJI OUI salvage Su°c1 LrC111 Poic 34J12U 1 % I N I S1.710.00 I I 35 I3aJ . In"l: n I 1 71 IS I MU 1 1% I So.9fi0.00 1 $ 2 36 U, 1 jI.0002 F-111M eii- 1 .ia7113 1 WK 1 IUa 1 S31D.W 1 S3'22 I 3% I'7Sl9Y.UVuI Carttweuan Afowanec I 999999 I I I I 5100AWDO 1 7W 0 1 39 14"V.0001Mnc U?yiWX (Oat-Adt ntn- 1 999999 I 39A I9V0%0003 Ka117nBQ L'oo(�na0on I 99 W 99 I u I I `�;�'^•a$°- __ I �0 398 .._._ I9999.0003 WI dIug nAIIOWantx_ 1 999999 I LS I 1 .+�bu.uwA7ul C-620 Unit PH. Progmsp ea.,oe Contractor's Application APplieallon 11-11 29-Fin2l Applialia Darr. 1 /16/2025 C D E F G �7'oUl CamplrlN Balance m F ish Eaitmtedpoontity Value I pmicusly lnsedled Value value This period Malcnalx Pn_srnity 1Smmd mDam (F) fD-Fl 1waI1W Suned(not in C) (O-E) B ---_ I I j-._______il. _ 71ds doament he; been modified from IL- od9lnal form as an FJCDC dowment and the uaor did not highlight the modifin0o-YOU are encouraged to read the document omfuly and mn=lt Legal Counsel pnorto its exeadon. C-620 Chi go OKcr Progress Estimate Change Order Number I i I Contractor's Application ADDITIONS Fer (eantnet)o 10138$ Ai. Felix St Bridge Improvement City S=LTY CS53640 Appbeuoo N..bc. 39-Final Gonmct Num: Applintion Period: December 1, 2021 to December 31, 2024 Appliation Date: F A Rem CInS Order It -I Spceirntion Unit of COQmntiry to Aldl UnitPri¢ a Addition ChanFe Order Value C Etimmed Ouantiry I. --led I D voloe I'mi9mly Installed Vnlue E V91ue Thin Materials Presently Period Stared not in C) ( Tonl Compincd w and Stored l9 Oalnncc to Finish N. Descriplion Section No. Meamrc I (D. EI B 2A 0171.0101 Cn..m Iinn Snl'nS TPW IS LODMOUW S45.000.00 545AD0.00 I.00DOUDOU 545.WU.W I S45.W0.00 545.000.00 IOUA!G _ 3 0241.0100 Rnnove Sld.n.Ik TPW SF ( 231LOODOMW I $4.00 S9272AOI 1297.000000000 I SS.I48AOI SS,148.00I I I S5.14&W 555'A I s4,12r7.00 4 �0241.10DD Rnnove Con. Pvmt - TPW SY I 3960.00000000 I S19AOI S75240AO I_ 26WS7000o00_I $49.4108iI__$49A_10.83I� _I S49.410.53 65.7% S25".I7 ---3 _ I024LIIW Remove Aphalt Fvmt TPW SY I 3627.0000WW I SSSOI $19,w&SDI 26W370000W I S14303.I4I S143W_14I I I S14303.14I 71.7% I S5.64537 6 I0241.1508 4-Surf Milling. _ TPW SY 2S5.0WDODW I SIIS.OD I SY77$.W I_285AOD0WW I 532.T/S.W I 53ST15.W I S32.775.00 I IW.O% 7 _ _ _ 5110.0IDI Site Clearing I3123.0I0I TPW LS CY 1.00WD000 ! S153.910.W SI53.910.W IOOOU0000 _ I SI5341D.W SS.062.36I__ S1T910.W a. SSAns I 5153.9IO.W S8.062.F8 IOD.01% 177.9%- •53326.RF 8 _-9 Unelmsired Elnntion by Plan 13124.0101 Embankmat by M. TPW TFW' CY 16ZOWDDODO 123.OWWWO I S2LW S3&WI S4336.0D S4,674AD _23796000000_ 123.0000W00 I SI574.WI S4,674.WI - _-- S4.674.W IW.0r6 I 10 13125.0101 SWPPP>lacrc TPW IS I 1.00000000 I 55.588.07I 525S93A7 13560WW-I 539915.04I S39SI5_0_4I I S39915.04I I6% SS I -514226S7 11 1321 IMDO Hydn dLime TPW TN I 74.OWDOWO I S212.W S15I3.688.00I _ - _I I I SIIS668.00 12 '_ F- I3211.050Lime Ttntmrnt TPW S1' I 4454.00000000 I 56SOI S'59SI.W I _I I I S� Lw _ 13 _ I32120302 Z-f phalt Pvmt Typ.D TPW SY I &00=000 I S260.00I S.v1320ADI S92AS6.W 592,456_W.I I_ �I 592.45GW 14n7V. I- -571.134W 14_13213.0104 9•Cone Pvmt 1TW SY I 3958.00WOOW I 5130.W I 5514540.W _355600000W___, I ISD3_10W0000 S234.49LDOI S234ASI.W I S234ASI.W I` 45.6% I S280.050.00 15 I3-13.0301 4-Cone Sidewalk TPW SF I ISS.OW000W I 57IAD $I.73e.00 3S.10DUWW S3S76.IOI 5357630 I S3376.I0I 2058% I S1.9311.10 16 _ I3213.03114•Cone Sid-IlL Adjacent m Club TPW SF I 7246.WOOWW I SII.W SM.706.WI 2272W000WD S2455&60I 5'245SS.60 I S24.5SS.WI 309% I S55.147.40 17 I3217.00024° S/.D Pml Marking HAS TPW LF I 4464.DODOWW I S150I SI4,)96.W I_5386.W000WD S114079.00I._. __. S8.079.00 I I S6.079.01)I 540% I_ 54117M IS Pvmt Morli,, BAS(A) TPW LF I III .ODD00000 I S150I MA"AOI 9W_DWODUW I S1.440AD SIA40M I I SIA4o.WI 579% I S1.047.W _I3217.00034•BRK 19 I3217.02015 SLD Psml Marking HAS TPW LF I 450.DW00000 I S320I $1.440AoL 1WA000_DDW__I S320.00I S-0._09' I jI S320.WI ''=+% I SI.I2(LW 20 24" SLD Psmt Marking HAE(W) TPW LF I 60.00000W0 S11.00 5660.00-I I I I I I I I S660.•00 -- _13217.0501 I3-1-1.1002 lane Legend A-, TPW CA I 4.00W0000 I S170.WI S680AOI I II I_ I I S680.00 = I32172102 RLTL Baited Marler TV IL TPW EA _ I 176.00D000W I 56.WI SI.OSbAOI 95.00000000 I 5570.00I 5170`01)I I 5570.00I 542% I 5486.00 _ 23_ _ _ REFL Raised Marker TY II -A TPW EA I I51.000ODOW I S6,WI S906AOI I13_00000000 I S67LODI 56n.DDI I S67&WI 749% I $_-8.W _ _13117.2103 ^3A I32173WI Raised Marker. Work Zone TIM, EA 9_40.000000W I S7.00 S64.690.W 2215.0000000D I St$.SDSM St5509.00 I SISSOS.WI 242% I S49.175.00 26 _ _ 3217.4306 Remove 24-Psml Marling In17A307 _ TPW LF W,000000W I I S..30 S195.OD I I_ I I S19&011 - - 27 28 R--Raved Marker Im-91,0100 Topsoil _ TPW TPW EA I51".00DWOOD SLID S).699.40I $696&00 3WAWODWO I_66.0000000 S330,00 5330.00I 5330.W 19.4% S1.369.40 5_I =00I S6=00I I I 5696&W I 100.01. I CY 000 I I 6&00DW AO SIDII 29 3292.010D Block Sod rl-.. TPW SY I 407.00000000 I SIO.W I $4.070.DD I_1100.000D_0000 I S11.0110.00 I S11.W0.01) I I SIIAOO.W I Z703%. I 46930.W I341.1409 O 81nubled Eloe Coodr 920.000000 S2030 59550A0I 4I4O.D000O000 I 510350.00I_510350AOI I� I 510350.00I IOSA%I -SSOO.W _______ 31 13441.1414 NO 8 Bats Elee Condr TPW LF I 1910.000wm I S2M $4.775.00I_2070.WOWWO _I SS.I7Sml_ S5,175.00 I_ _I S5.175.WI 10&4-A S4W.W -- 32 I341I3W2 Rdswfllom AumbyT:'S.IID-25. and 0.30 TPW' EA I 4.00Doao90 I 5'43W.WI 5172W.WI SAW00000_I 52ISOO.00 S2ISOOAOI I I i`ISW.WI 125.0•,:I -543W.00 •7 .._,._. I34413301 Rdwy IDum Fowdation TY 1.2. and TPW' EA I 4.000O0000 SI.600.00 I S44W.00 I IAW00000 I SI.60D.00 I Slh6aoo I I I SIAW.W I 2S.0% I S4.=00 34 134413501 S.I.p. SOcn Light Pole TPW' EA I &OWOOOW I SI.450.00I $11.6W.00 3.00000D00 I =50.00I S7=00 I I S7.=.00I 62S% I S4350.W .1.5 I3471.0001 Tnlrc Connol TPW MO I 1&0000 0 I S6.I0D.00 I SIW,FW.W I 23AOWDDW I S140300.00 I S140300_00 I I S140J=00I 127.8% 43M00.00 36 I3471.0W2 Ponable Message Sign TPW %% I 1040000WO I+ S.50M S36.400.00I IILWDOOWO_I S41300.W I-S41300.ODI -I ---I I S413W.00 I13.5% •S49W.00 8 1990.0001 Cmnnuetina Allouanm _ TPW' EA I 1.0UW0000T1 S100.W0.W I SIW.WO.00I I 'I I _ I SIM000.00 39 _ _ I999'1.OW2Miu. UIiEry RclaatioNAditatmeen TPW' EA I I.00W0000 I 5"O.OW.WI L'O.WD.WI I_ I I I S20AW.00 -- 39A I9999.OW3 Ra0mad Coord'wtion RcloatiodAdjustmats TPW is I I.009Do6DD_I 520AW.WI TA.OWADI 0.F630o0W S172WAOI 5172W_WII SI7.260.WI 663% I S_''74om _ .erey A'lw 1.000000001 5180000.00 S1110.000.00 _I SI��.W�_..��1 5I64_ SIS.C60 40 REMOVINGCONCA TPW SY 27A0000�S81mI _7A00W0W � OO 5�1 W S310A0I 1000% I _ al IREMOVLNG CONC(APPR SLABI TPW SY I 124.00000000 I S30.00 S9920.00 I 211.77000000 I S14941.60 I S16941.60 I S16941.60I 1709% I -S7.021.60 a2 CEM S7ABIL BKFL TPW' CY ISO.W000000 I1 S3W.W S45A00.00 346.I0DW000 I S1W.1t30.W 5103930A0 SIW930.00 230.7% I -558930.00 a3 IREINF CONC SLAB(IIPC) TPW' SF l i'903.00000000 I 546SO S1.065_.D0 22906.OD0000W SIA_6S'^_- SINS2'200� BRIDGE SIDEWALK SIDEWALK (HI'C) TPW' SF I 3093.000aooW I SI9.W 558.767.WI 4130.90000W0 I 576,41t7.I0I--S76A87.f0 5714,487.10 133.6Ya < 419,720.10 °_--I APPROACH SLAB (IIPC) TPW CY I IS_0W000W I SLM.OD 5201A00.00I IS7.440WW0 I_5Szog".00 S208.603.00 S2OF.60S00 103.6% •S7.2k0ll 46 ICONCSTIR RBPROtEMOVAND ROLBACKW'ALL) TPW CY I 4.0000M I S7900.00I S7=0(l 4AWWDW I S7- 00 572W.WI I I S720.00 1011.0% 47 I RIPRAP ICONCRCL B)(RR&RRR9) TPW CY I IO.WWWW I SI35M0I $13500.01) I_10.00000000 _ I S135W W I _ _ _SI33W.00I I _I SI350 01 10DA% 43 SR STEEL (SHEAR CONNECTOR) TA LB 13,04.W00W SWI_$107.4TW 1334AOODW00_ S107.4TW S1Cr7,M00 S107A71W1WA% _ICLEAN6PAIMFJCSTSTRl51STEMRI TPW 15 IooWOWO 5450.000.W 5450.000.00 1.00000ODO 5450.00000 $45W S4n,000.W IM0% _.._ D RAIL (TY C40•)(HPC) TMV LF 765.OD0000W SLO.W SI91SO.W 765.W00W SI912D.W 2. S19150W S1912FOAD IW.WY49 5I EXPANSION JOINT N)(J -A) T 13.00O 2W' 6 7.9ilWI S47.944W 1;00SFILED _ I REMOV STR (BRIDGE SLAB) TPW EA I.00W0000 I sTA .OD000I 4no 570.W 52A PORT CIn muR& ts:sr -SHAPE)ITY I) TPW_ LF =O.WOWW _I83.00D0_S4746 _ _W Solm 00I 91.7/. I_ 5S.I00.00 This document h. bem modified f iu oriti-I form as on FJCOC donmeot and Ne wer did not highlight the modifatim, V...re.-god I9 end the document auefolly and .-I, Legnl Counsel pi.,,. its aeration. ,4 axa�ar��"a FIr W-- �I�IfIM Din Progress Estimate Change Order Number 1 1 DELETIONS For (conrnerl: 101385 W. Felix St Bridge Improvement Appli-mn Period: December 1, 2024 to December 31, 2024 Contractor's Application Application Numb-. 1-9-Final Application Dam: 1/.16G025 C-620 Change Order Change ord Ilan No. 2A _ - 4 5 --- T 5 --_I3123.OI01 A Item 0171AI01 CoMWcuen5nldng_ I0341.010 Remove S'alcavlk -- IM_41_ID00 Remove Cmcl! a I0241.1100 Remove Asp-) tPvml I6241.1508 4• Surface 6filli I3110.0101 Site Clearing UwLettified Eaovatkn by Pl4n -.. Sp- -Uon Senion No. TPW iMv TPW 7Pw TPW TPW _ 7PW Unitof Mnwse 1S SF SY SY SY LS CY COQ tityw I I Unit bias Delete I.00000D00 S40A00.00 >1qp00yypW I $���.�OoI 3960.00665000 I SI7.W I 3627.000OWOD I S5.00I I 285.00000000 I S110.001 I I.0000DO00 I 51'S.OW.001 1 162.00_ODD000 I •W B Dele(iCh on ange value $40,000.00 W 1 5673'-0AD SI8.135.0D C Not Uud D Not Used ?lot Used I E I Not L'ad Not Used I I ! F Nol Used I I Nat Used I Nnt ILsed I I I I I S313SO.OD I 313AMS I I I I Sie.�.00 I I I I I I I 9 ..--13�24.Oto] 10 _I3125.0101 -- It -- Eent nl emby TL SWPPP > I one I nt t.M00 Hydmlcd Lime TPW TPW TPW CY LS IN I (7j,'��.y�y9��00D60 1 A5ADI I I.ii ODDO I �' -�-� I 74.0W100000 I SI60.tI0I S43U5.001 SZ -Ww I SI1.840.00 1 -I I I I 1 I I I I I 1: 13 _ 14 I327f1.050 R•Lime Tmtmme 32120302 Y;Gphlt PvmtTypeD I3213.0104 91" Cone I.- 13213.03014• Conc Sidewalk• 3213m l 4• Cone Side vatk. Adj-m to Curb I3217.00024•SLDNee MaridngFIASLY) TPW TPW TPW TPW TPW TPW SY SY SY SF SF LF I 0454.nnnonann_I S&DO I Moofo0000 I S250.00 I 3958.0(10 0 $D 1 SID7.00I ISS.0000Ni00 I S8SOI 71-46.00000000 SSSo 946WI SI.10 z6.na.W S20300.01) I I{ I 1 I I I I I 1 I - $4'3306A01 SI.343.W $6139LOD MAMA I SI30.80 ! I I 1 IS _ W 17 IR I3217A003 4• BRK Pvnn Markets FiAS (R� 1657Pw LF SI.IO _ 19 I3-217.02018'SID Pan Marking ldAs (W) I3217.OSOI 2i'_SLD IMnt Malmrg ifAE 17217,,002 Lore Lgcm1Anon I3217,IU RER Rased MarkerTY IL TPW TPW TPW TPW LF LF EA EA 1 450.OWOOWD I 52.20I I MOD000000 1 S10.001 I 4A0_DODODO S16D.00I I 151(11 00000 I S4.40I Smog) S60DADI I 1 I I I _- _ 21 Sf.IO.OD S774AD1 I I I I 1 23 23A -- `6 -_ -- -27 'S -- -I 30 I3217.2103 RCFL Raised MalosTY H-A-A TPw EA I 15Lnnnnnnnn I 54.40I 5664.i(II I I I I I33173001 RaudM.&E,.Wmk2one TPW Fc�y.� I 9'_4jI.0O0Q0D0O00 I �sAOI 540.65&ODI I3217.43W Remove 24• P�mt Marins TPW I LP I GQ.000h9%�W I 5501 5150.OD1 I3217.4307 Rrnlove Raised Maker TPW EA I 1544.00 OD I S0.601 S026.401 M.0I0n Topsail TPW CY 1 6LOW00oop 1 S90.00I S6.120.00I I 0729 329_0100 Block Sod PLumool TFW SY m.00oo0 1 .0.001 TPLF _'0 $7.W.00I ,4L14d0000000 2w 1 I I I I I I I I I I I I _31 _ 3'IYN13002 33 31 _ 3441.1414 NO 9 Bove Elce Condr RdwyIl-AsanblyTY LL1 ID-25. and D-30 TPW TPW LF EA I 1910.00000000 1 S2.001 b-r.4W.001 I St_IO.Of1I 1 S1;75.00I_511,000.001 53.920.00I S9.6W.W 1 54,840.WI I I I I I 4.00D0000D I I I I I 134413301_Rdwy Bkw FoOodoliw TY l2 ned4 TPw EA I34i 13501 Salsase Slttn Lrcht Pok TPW I EA 4.D000OOOD �_L0000000D jII 35 --36 3471.0001 T.frc Centel I3471.0002 Port able Message Sips 19999.0001COns0-0.Allowsrce I9999.00(13Railmad Coordimim, RelecadoNAdjttstmcnm RniImM Flagtwl Ail_oxana_ IREMOMM CONC(RIPRAP) TPW TPW TPW TPW TPW TPW TPW Mo WK EA EA LSI.0 LS SY 1LDOOD000D I 104.00000000 S4.960.00 I SrI0.001 SIU0.ON= 5=0.DOD.WI S20.000.001 00. I_Smo.000I I_ S20.00I SS93S0.00 S32J4D.W I- SI00.000.0DI S'D.000.WI OW $20..WI SIBO.OU0.W I__ 5510.00 I__ -+ I I I I I I 3S I I.000O000D 1.000ODOOD 00ODDDO �g000IXgD I 21.OW00000 I I I 39-19999.DD02MiseUblitrR_el-doNAdjmtmenu 39A 39B _I4999.W03 40 I 1 I I 41 I REMOVO:O CONC(APPR SLAB) ICEMSTABILBKFL IRCONC SLARM PC) ETNF TPW TPNV TPW SY CY SF I 124.0000600 I %5.001 S280.00I I S40.001 SL060.00I MOD0.0D S916320.WI 1 I I I I 1 1 I 15D.0000DWO _ 42 I I I I I I 2290L00000000 43 ...._�4_1BRmGESNEWALK(IIPp__.__ a5 IAPPRoncHSLAH(11Pc) 46 ICONCSTRREPR(REMOVAVDREPLBACMALL) 47 11UPRAP(CONC1(CI.BRRRMM) 48 I STR STEEL (SHEAR CONNECTOR) _ 49 ICLEATI&PLANT E)U5T STR (51_STEM IO 00 I ML(TY C4021(HPC) 5I SFALE5DWANSIO.NJOINT(41NM (SU-A) 52 REMOV STR(BRIOGE SLA81 S2A PORT CB(FUR&L�'STNF45HAPE7(TY II S2B-� POKTCIHIMOVENFSHAPENTY II 52C IPORTC-I'SIRF_NOVERF-SHAPE)ITY 11 52D )CRASH C'USH ATiEN IINSTI.IILNNNTL'1 _$2E I CRASH CUSHATM4( MOVE&RESET) 52F CRASH CUU7SH AT)El(REEfMOOVVE) <a ICCVn Q/6 f�I MM 1(Sf.11111 FR5 TPW TPW TPw TPW TPw TPW TPW TPW TPW TPW TPW I TPW I TPW I TPw I TPW TI'\V I SF CY Cr CY LB LS LF LF ��jj LF LF LF EA FA EA LF IF 1 3M.ODD000DO I SIS.WI I Ir_000WWu I S1.10o.001 1 U0000000D 1 S1cOD.W1 I 104000DOODO I SL'31D.001 I L434.0000W00 I S6.001 1 I.00WOOW I 5430.WD.W I 765.OWOOWD I MEW) IS3.Do0o0000 SYaO.W I.ODOD00W $NO 2=0.WODW00 I S5.Oy 21;D.OWWa.. Sjj O.RO =100000000 I S15.00 4.00000000 I SLOW.00 4.00000000 12.IW.00 4.W000000 I S13W.Oj1 7TPW 00WW 000 1 515 1Q0 .W S46395A01 st67=w S6.O0000l S12.000.00I S80.604.ODI 5430.000.WI SI53.0W.00 542040.DO 5440.WO.W S".7W.W f_"IJW.W S33JW.W 5-000.W S8.4W.W S6.000.W SI5900.W S28.000.00 I I I I I I I 1 I I I I I I I I ! I I I I I I II I I I I I I I I I I I I I I I 1 1 1 This document has been modified Dom I. original form as an UCDC d..mem and the wet did not highlirju die modificali... You ate..=Scd 1. rod tlm document careNtly and enmull Lcpl Counsel prior to its-i- C-620 Chongo Odor $M1B C41A1\LR.KFt'JL IQJSI'ALLI IITW LF '_UU.000UCUCU �S"I Sy9N90 TT IOI ntali M do— has been modifcd Cmm is original fom+— FJCDC domntent and the riser did not highlight tha modifi=ti—You— mcoumgnd to rod the doe I eamfotly and eomultLpt C-1 prior toiu=Mution, Progress Estimate Change Order Number 1 2 Contractor's Application ADDITIONS Far(mnrna)z 10133= W. Felix St Bridge Improvement CitySeera.y CS53640 ApplicufonN-1, d 29-Finconrna Nam: Appreation Period: D cemer b 1 2024 to Uecember3l 2024 Application Dale: MOM Ira. Ch.gc Order Item Desniption W. 55 �9999.01M Lead Abate.rnt(Pa Diaphragm Bmm) 56 10170.0100 Mobiliation and P mobil tioa -_ -- - 'Add 15 days ro eonhaa time I I _ _ I _ I I _ I I I I I - _ I -I c. — — A 0 C D I E F � Balance m Fiaish Amilien Ch=Cc Enim lad Quantity P—ioWy Valuc This M.arial, Pretady Toal Complaed Specif den Uvitor CO Quantity W, Add Unit Pd. Value and Slo.d to Date ffl (B-M Snaion lvn. Masu. Orda Vale 1-11ed In-Oed Valuel Period Stated(nocin C) (D-GI B YTi> docu.rnt has bccn —di reed ram its origiml form x an FJCDC document and the usa did alai highlight the modirieail— You are enma.Ced to read the doNrt1_ , mrerally aml —it Legal C-1 prior to is aeead- C•620 Change Omltt Progress Estimate Change Order Number Far Iconmctl: Apph-uon Pcriod: 10138s N. Feliz St L'rid�ze Improvement DELETIONS Contractor's Application npph-hon Numl . 29-Fin2l December 1, 2024 to December 31, 2024 Inppl�em.on Dam: 1/16t2025 1Tis doeument has been modified f in original f as an OCDC documma and the u did not highlight the modiGgtions You aR enwumgd to t-d U. do-mcm—folly and -mutt Legal C-1 prior.o i.-cculion. C•620 Change Order Progress Estimate Change Order Number 1 3 1 ADDITIONS Fm(contnml: 101385 W. Fcliz St Bridge ImprOvemcnt Appliemion Period: December I, 2024 to December 31, 2024 R Chong order Item Dn ipl(on No. 54 L T 7M-WIA WAIR/REPLAC 57 IT,=T 0247- 6091 Fksiw B_cry; SR I TCDOT 540. 60DI MTL W-Beam Gd I So I Txcar.42. 6001 Rema.c M[Inl Bcm 60 T2mOT 4=- 7011 Remove and lanrdl - Add M days TotaU A City Seermmy C953640 Con— V_: D C D Contractor's Application Appliw[ion Numlxr. 1-9-Final Applicmion Dmr. 1/162025 E F t I Spaifieadon unit of CO Qunliry to Md Section Nn. Mmwrc SfL BRIDGE MEMBEPU LF 439.420D0000 Addition Toeal Completed Estimated Quantity P-i—ly Value Th(s Mater'als Prttrntly Unit Prig Chang Order V.I. and Slorcdlc Dale Value Innalled InaWled Value Period Stand (not in Cl (D-E) S460.00 S."--c I =13320 575.13320I I 5225.IY4201 N. (F) B IOOJI% Balance to Finish (0-F) A. GR 2) _ _ mcr Postl _ Gumd r.m 3CP I I TN 16691MWDDOO I WAD _n)20 _489.42000000 STS.105.00 I669.00000000 I M.I05.00 S75,I0SA0 I S21A66W S21A6610�---I —! I II 575.105M t60.0% I I I LF ST_0000o0W I LF S32.DODt1o000 S40351 S21A6620 S3200DD W I SZIA6620 100.0% I s530 1 W26MO 53200000000 S11.0moo 320, D0000001 I 539 40 S2926.00-1 S1I.M.00 SIIA8Rd0 I I S2.926.00I 100_0% LB=0,00000000 I S34.65I I I SI I.ORR.00 _I I00.0% I— _- I I I I I I i --- -- - I I III- ------ �-- �-- I----- I ---- __. gat ISAIII I 505.71R.ODI S535.713A0 I I 535.71 A.i0 IUD.U% This doeumrnt has been ttifed fmm ile original form as an CJCDC dotvmrnt and fie mer did not highlight the madir-ti s. Y....eaeoomged to=dtM doeumem tamfully and --I, Legal Coomct priorto its csecu;o C-620 change 0,der G620 Change Order Progress Estimate Change Order Number 1 3 1 Contractor's Application DELETIONS Vol (on ): 101385 W. Felix St Bridge Improvement �App:ieotion h000nNambar. 29-Final Appliontion penod: AppMoe 1116R0'S December I, 2023 to December 31.2024 'laic document h. b— modified fmm its original to. oe on EICDC d—..t and the —did not highlight the modi6entions. You arc eoeoumged to read the doovment cmefullywd eonvu Legal Cwml prim to its mceution. City of Fort Worth Summary of Charges City Secretary Contract Num: I CS53640 W. Felix St Bridge Improvement I P. O. FW020-0000003431 Project Number. 101385 Application Period: �ecember 1, 2024 to December 31, 202I Application 29-Final Application Date: 1/16/2025 Number: Funding Identification (FID) Original Contract 34018-0200431-5740010-002680-9999-18010202 34014-0200431-5740010-101385-002680-9999-14010202 0 0 0 0 0 0 0 0 0 Change Order 1 34018-0200431-5740010-002680-9999-18010202 34014-0200431-5740010-101385-002680-9999-14010202 0 0 0 0 0 0 0 0 0 Change Order 2 34018-0200431-5740010-002680-9999-18010202 34014-0200431-5740010-101385-002680-9999-14010202 0 0 0 0 0 0 0 0 0 Total Completed $4,209,230.28 $48,900.00 Amt Remaining $3,989,272.40 ($3,576,734.71) ($48,900.00) Gross Retainage Net City of Fort Worth Summary of Charges City Sccrctary Contract Num: CS53640 W. Felix St Bridge Improvement I P. O. FW020-0000003431 Project Numbcr. I101385 Application Period: kcember 1, 2024 to December 31, 2021 Application 29-Final Application Date: 1/16/2025 Numbcr Funding Identification (FID) Total Completed Amt Remaining Gross Retainage Net Change Order 3 34018-0200431-5740010-002680-9999-18010202 34014-0200431-5740010-101385-002680-9999-14010202 $335,718.40 ($335,718.40) 0 0 0 0 0 0 0 0 0 Change Order 4 34018-0200431-5740010-002680-9999-18010202 34014-0200431-5740010-101385-002680-9999-14010202 0 0 0 0 0 0 0 0 0 Change Order 34018-0200431-5740010-002680-9999-1801D202 34014-0200431-5740010-101385-002680-9999-14010202 0 0 0 0 0 0 0 0 0 City of Fort Worth Summary of Charges CitySccrc P. O' Pro cct Number. 101385 tary Contract Num: I CS53640 I W. Felix St Bridge Improvement I FW020-0000003431 � Application Period: �ecember 1, 2024 to December 31, 2021 Application I 29-Final I Application Date: I 1/16/2025 Number. Funding Identification (FID) Change Order 6 34018-0200431-5740010-002680-9999-18010202 34014-0200431-5740010-101385-002680-9999-14010202 0 0 0 0 0 0 0 0 0 Change Order 7 34018-0200431-5740010-002680-9999-18010202 34014-0200431-5740010-101385-002680-9999-14010202 0 0 0 0 0 0 0 0 0 Change Order 8 34018-0200431-5740010-002680-9999-18010202 34014-0200431-5740010-101385-002680-9999-14010202 0 0 0 0 0 0 0 0 0 Total Completed Amt Remaining Gross Retainage Net City of Fort Worth Summary of Charqes City Sccrctary Contract Num: CS53640 W. Felix St Bridge Improvement I.- O. FW020-0000003431 I Projcct Numbcr: I101385 Application Period: ecember 1, 2024 to December 31202 Appli29-Final I Application Datc: 1/16/2025 Ntnnbcr. Funding Identification (FID) Total Completed Amt Remaining Gross Retainage Net Totals 34018-0200431-5740010-002680-9999-18010202 $3,989,272.40 34014-0200431-5740010-101385-002680-9999-14010202 $4,593,848.68 ($3,961,353.11) 0 0 0 0 0 0 0 0 0 Grand Total $4,593,848.68 $27,919.29 $0.00 1 1 ($229,692.44) I 1 $229,692.44 FORTWORTH. Routing and Transmittal Slip Transportation and Public Works Department DOCUMENT TITLE: W. Felix St Bridge Deck Replacement and Pavement Rehabilitation M&C 22-0428 CPN 101385 CSO # 53640 DOC# DATE: 6/16/2022 INITIALS DATE OUT To: Alexiz Ramirez . AR Jun 17, 2022 1 Rebcon, Inc. a,, Jun 20, 2022 2 3.Tariqul Islam (PM) -tea Jun 21, 2022 4. Omar Elbagalati (PGM) OE Jun 21, 2022 s Lane Zarate (SCPO)LZ Z Jun 21., 2022 6. Lauren Prieur (AD) - Jun 22, 2022 7. William Johnson (Director) ITAj Jun 23, 2022 8 Doug Black (ACA) d� Jun 24, 2022 9 Dana Burghdoff (ACM) 0a Jun 27, 2022 1o. Jannette Goodall (CS) 2a Jun 28, 2022 DOCUMENTS FOR CITY MANAGER'S SIGNTURE: 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 FV—] No NEXT DAY: ❑ Yes No ROUTING TO CSO: ❑✓ Yes ❑No Action Required: ❑ As Requested ❑ Attach Signature, Initial and Notary Tabs ❑ For Your Information A Signature/Routing and or Recording ❑ Comment ❑ File Return to: Please call at ext. for pick up when completed. Thank you. CSC No. 53640-COl FORT WORTH, City of Fort Worth Change Order Request Project Namel W Felix St Bridge Deck and Pavement Rehabilitation I City Sec # l 53640 l Client Project #(s)l 101385 Project Description) Bridge Deck replacement and approach roadway rehabilitation Contractor) Rebcon, Inc. I Change Order#1 1 I Datel 6/15/2022 l City Project Mgr.l Tariqul Islam l City Inspectorl l Dept. TPW Contract Time Totals (CD) Original Contract Amount $3,989,272.40 $3,989,272.40 548 Extras to Dale Credits to Date Pending Change Orders (in M&C Process) Contract Cost to Date $3,989,272.40 $3,989,272.40 548 Amount of Proposed Change Order $632,495.57 $632,495.57 Revised Contract Amount $4,621,767.97 $4,621,767.97 548 Original Funds Available for Change Orders $0.00 Remaining Funds Available for this CO $0.00 Additional Funding (if necessary) $632,495.57 $632,495.57 CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 15.85% MAXALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST + 25%) $4,986,590.50 • JUSTIFICATION (REASONS) FOR CHANGE ORDER This change order is to add $632,495.57 to City Secretary Contract # 53640 with revised contract amount $4,621,767.97. After awarding the contract Union Pacific Railroad (UPRR) had a long delay to issue permit to start construction. As a result contractor requested adjusted bid price for increased material cost, labor and operating expenses. The M&C approval (22-0428, dated 6/14/2022) for this change order and contractor's quote are attached herewith. 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. Contractors Company Name I Contractor (Name) I Contract Signature I Date Rebcon, Inc I Danny Krieg I --n' y I Jun 20, 2022 InspectorMspection Supervisor Program Manager Assistant Director (Dept) JAssistant City Attorney ATTEST: .7aNn.tf>,C x��'rtll Jannette Goodall, City Secretary Date Project and Contract Compliance Manager Date Jun 21, 2022 Date Senior Capital Project Officer Date Jun 21, 2022 anezg-fe Jun 21, 2022I Date Director, Contracting Department (Dept) _ . a e. Jun 22, 2022 1 U69J. _ Jun 23, 2022 Date Assistant City Manager i ate Jun 24, 2022 P- 8 �hAoI p Jun 27, 2022 Council Action (if required),. M&C Number 1 22-04288 M&C Date Approved 76/14/20221 IFORTWORTH City of Fort worth If-- Change Order Additions Project Name I W Felix St Bridge Deck and Pavement Rehabilitation City Sec # j 53640 Client Project# I 101385 Contractorl Rebcon, Inc. PMI Tadqul Islam I Inspectorl Change Order Submittal # 0 Date 1 6115/2022 ADDITIONS ITEM DESCRIPTION DEPT Oty Unit ' Unit Cost Total ZA III /1.U10GonstructionStaking IPW 1.00000004 LS $45,000.UU $45,000.UU 3 0241.0100 Remove Sidewalk TPW 2,318.00000001 SF $4.00 $9,272.001 4 0241.1000 Remove Conc Pvmt TPW 3,960.00000004 SY $19.00 $75,240.001 5 0241.1100 Remove Asphalt Pvmt TPW 3,627.00000004 SY $5.50 $19,948.501 6 0241.1508 4' Surface Milling TPW 285.00000008 SY $115.00 $32,775.001 7 3110.0101 Site Clearing TPW 1.00000000 LS $153,910.0(1r$93 '-miq 8 3123.0101 Unclassified Excavation by Plan TPW 162.00000000 CY $28.OU $4336.001 9 3124.0101 Embankment by Plan TPW 123.00000000 CY $38.00 $4,674.UU+ 10 3125.0101 SWPPP z 1 acre TPW 1.00000000 LS $25,588.07 $25,588.071 11 3211.0400 Hydrated Lime TPW 74.0000000(1 TN $212.00 $15,688,001 12 3211.0502 8' Lime Treatment TPW 4,454.0000000(l SY $6.50 $28,951.001 13 3212.0302 2'Asphalt Pvmt Type D TPW 82.00000000 SY $260.0(7 $21,320.001 14 3213.0104 9'ConcPvmt TPW 3,958.00000000 SY $130.0(f----$514,5" 15 3213.0301 4' Conc Sidewalk TPW 158.00000000 SF $11.0T $1,738.001 16 3213.0311 4' Conc Sidewalk, Adjacent to Curb TPW 7,246.00000000 SF $11.0(F $79,706.001 17 3217.0002 4' SLD Pvmt Marking HAS (Y) TPW 9,464.0000000U LF $1.50 $14,196.UU 18 3217.0003 4' BRK Pvmt Marking HAS (W) TPW 1,658.0000000(1 LF $1.5(r $2,487.00' 19 3217.0201 8' SLID Pvmt Marking HAS (W) TPW 450.00000000 LF $3.26'- yf440:001 20 3217.0501 24' SLD Pvmt Marking HAE (W) TPW 60.000000011 LF $11.0Ci $660.001 21 3217.1002 Lane Legend Arrow TPW 4.00000000 EA $170.0V $680.001 22 3217.2102 REFLRaised Marker TYI-C TPW 176.00000000 EA $6.00 $1,056.001 23 3217.2103 REFL Raised MarkerTY II -A -A TPW 151.00000000 EA $5.0V $906.001 23A 3217.3001 Raised Marker, Work Zone TPW 9,240.00000000 EA $7.00 $64,68U.UU) 26 3217.4306 Remove 24' Pvmt Marking TPW 60.000OOOOU LF $3.3fi $198.001 27 3217.4307 Remove Raised Marker TPW 1,544.00000000 EA $1.1(r'1,898:40� 28 3291.0100 Topsoil TPW 68.00000000 CY $101.0(Y $6,868.001 29 3292.0100 Block Sod Placement TPW 407.00000000 SY $10.010i $4,070.001 30 3441.1409 NO 8 Insulated Elec Condr TPW 3,820.00000000 LF $2.5C1 $9,550.001 31 3441.1414 NO 8 Bare Elec Condr TPW 1,910.00000000 LF $2.50 $4,775.001 32 3441.3002 Rdwy Ilium Assmbly TY 8,1 1,D-25, and D-30 TPW 4.00000000 EA $4,300.001 $17,200.001 33 3441.3301 Rdwy Ilium Foundation TY 1,2, and 4 TPW 4.00000000 EA $1,600.0(0 $6,400.001 34 3441.3501 Salvage Street Light Pole TPW 8.00000000 EA $1,450.0(1 $11,600.001 35 3471.0001 Traffic Control TPW 18.00000000 MO $6,100.0(1 $109,800.001 36 3471.0002 Portable Message Sign TPW 104.00000000 WK $350.0(1 $36,400.001 38 9999.0001Construction Allowance TPW 1.00000000 EA $100,000.0U $100,000.001 39 9999.0002 Misc. Utility Relocation/Adjustments TPW 1.00000000 EA $20,000.0( I $NW.O0] 39A 9999.0003Railroad Coordination Relocation/Adjustments TPW 1.00000000 LS $20,000.OL1 $20,000.001 39B 9999.0003 Railroad Flagman Allowance TPW 1.0000000U LS $180,000.0U $180,000.001 40 REMOVING GONG (RIPRAP) TPW 27.000OOOOU SY $30.01 $810.001 41 REMOVING GONG (APPR SLAB) TPW 124.000000OU SY $80.0U1 $9,920.001 42 CEM STABIL BKFL TPW 150.00000000 CY $300.0 $45,000.001 43 REINF CONC SLAB (HPC) TPW 22,908.00000000 SF $46.50I $T,065,222A01 44 BRIDGE SIDEWALK (HPC) TPW 3,093.00000000 SF $19.0(11 $58,767.00 45 APPROACH SLAB (HPC) TPW 152.0000000U CY $1,325.011 $201,400.00 46 CONC STIR REPR(REMOV AND REPL BACKWALL) TPW 4.000OOOOU CY $1,800.0(A $7,200.001 47 RIPRAP (CONC)(CL B)(RRB&RR9) TPW 10.00000000 CY $1,350.0(1 $13,500.001 48 STR STEEL (SHEAR CONNECTOR) TPW 13,434.00000000 LB $8.0q $107,472.001 49 CLEAN & PAINT EXIST STIR (SYSTEM II) TPW 1.00000000 LS $450,000.04 $450,000.001 50 RAIL (TY C402)(HPC) TPW 765.00000000 LF $250.01 $191,250.001 51 SEALED EXPANSION JOINT (4 IN) (SEJ -A) TPW 183.00000000 LF $262.04 $47,946.001 52 REMOVSTR(BRIDGESLAB) TPW 1.00000000 EA $477,500.04 $477,500.001 52A PORT CTB (FUR & INST)(FSHAPE)(TY 1) TPW 2,220.000OOOOU LF $45.OJ� $99,900.001 52B PORT CTB (MOVE)(F-SHAPE)(TY) TPW 2,130.000000OU LF $15.00J $31,95U.UUI 52C PORT CTB (REMOVE)(F-SHAPE)(TY 1) TPW 2,220.0000000U LF $20.0 $44,400.001 520 CRASH CUSH ATTEN INSTIL) L)(N)(TL2) TPW 4.000000OU EA $9,500.0 $38,000.001 52E CRASH CUSH ATTEN MOVE t RESET) TPW 4.00000000 EA $2,40011 $9,600.001 52F CRASH GUSH ATTEN (REMOVE) TPW 4.00000000 EA $1,750.0 $7,000.001 53 CHAIN LINK FENCE (INSTALL) (8) TPW 105.00000000 LF $230.0U1 $24,380.001 54 REPAIRIREPLACE STL BRIDGE MEMBERS TPW 70.00000000 LF S460.0 1 $32,200.001 54A CHAIN LINK FENCE (REMOVE) TPW 200.00000000 LF $4.00 $800.001 54B CHAIN LINK FENCE (INSTALL) TPW 200.00000000 LF $50.00 $10,000.0U+ TF W $4,621,767.97 Sub Total Additions $4,621.767.971 Change Order Additions Page 2 of 4 FORTWORTH City of Fort Worth T-- Change Order Deletions Project Name 1 W Felix St Bridge Deck and Pavement Rehabilitation I Cay Sec # 1 53640 1 Client Project# 1 101385 1 Contractorl Rebcon, Inc. I PMI Tadqul Islam I Inspeclorl Change Order Submittal # o Date fi11512022 DELETIONS IIEM UESCHIPHUN UEPI Uty Una ' Una Cost total 1 2A 0171.0101 Construction Staking TPW 1.00000000 LS $40,000.1)U 540,000.001 3 0241.0100 Remove Sidewalk TPW 2,318.00000000 SF $3.00 $6,954.001 4 0241.1000 Remove ConePvmt TPW 3,960.00000000 SY $17.00 $67,320.0ul 5 0241.1100 Remove Asphalt Pvmt TPW 3,627.0000000U SY $5.00 $18,135,001 6 0241.1508 4' Surface Milling TPW 285.000OOOOU SY $110.013 $31,350.001 7 3110.0101 Site Clearing TPW 1.00000000 LS $125,000.0 $125,000.00J 8 3123.0101 Unclassified Excavation by Plan TPW 162.00000000 CY $25.00 $4,050.0 1 9 3124.0101 Embankment by Plan TPW 123.00000000 CY $35.00 $4,305.001 10 3125.0101 SWPPP a 1 acre TPW 1.00000000 LS $24,000A0 $24,000.001 11 3211.0400 Hydrated Lime TPW 74.000000OU TN 5160.00 $11,840.001 12 3211.0502 8' Lime Treatment TPW 4,454.00000000 SY $6.06 $26,724.001 13 3212.0302 2'Asphalt PvmtType D TPW 82.00000000 SY $250.00 520,500.001 14 3213.0104 9' Cone Pvmt TPW 3,958.00000000 SY $107.OU $423,506.001 15 3213.0301 4' Cone Sidewalk TPW 158.00000000 SF $8.50 $1,343.001 16 3213.0311 4' Cone Sidewalk, Adjacent to Curb TPW 7,246.00000000 SF $8.511 $61,591.001 17 3217.0002 4' SLD Pvmt Marking HAS (Y) TPW 9,464.000OOOOU LF $1.10 $110,4110.41.11 18 3217.0003 4' BRK Pvmt Marking HAS (W) TPW 1,658.000000011 LF $1.10 $1,823.801 19 3217.0201 8' SLD Pvmt Marking HAS (W) TPW 450.00000000 LF $2.20 $990.001 20 3217.0501 24' SLD Pvmt Marking HAE (W) TPW 60.00000000 LF $10.00 5600.00 1 21 3217.1002 Lane Legend Arrow TPW 4.00000000 EA 5160.OU 5640.001 22 3217.2102 REFL Raised Marker TY I-C TPW 176.000OOOOU EA $4.40 $774.401 23 3217.2103 REFL Raised MarkerTY II -A -A TPW 151.00000000 EA $4.40 $bb4.4U1 1 23A 3217.3001 Raised Marker, Work Zone TPW 9,240.00000009 EA 54.40 $40,656.001 1 26 3217.4306 Remove 24' Pvmt Marking TPW 60.00000000 LF $2.5U $150.00� 27 3217.4307 Remove Raised Marker TPW 1,544.00000000 EA $0.6U 5926.40 28 3291.0100 Topsoil TPW 68.000000OU CY $90.00 $6,120.001 29 3292.0100 Block Sod Placement TPW 407.000OOOOU SY $10.0U $4,070.001 30 3441.1409 NO 8 Insulated Elec Condr TPW 3,820.00000001) LF $2.00 W,b4U.0U1 31 3441.1414 NO 8 Bare Elec Condr TPW 1,910.00000000 LF $2.00 j382u.U01 32 3441.3002 Rdwy Illum Assmbly TY 8,11,D-25, and D-30 TPW 4.00000000 EA $2,400.00 119:600.001 33 3441.3301 Rdwy Illum Foundation TY 1,2, and 4 TPW 4.000OOOOU EA $1,210.00 $4,840.001 34 3441.3501 Salvage Street Light Pole TPW 8.0000000U EA $1,375.OU $11,000.001 35 3471.0001 Traffic Control TPW 18.000000013 MO $4,960.OU $89,280.001 36 347,.0002 Portable Message Sign TPW 104.000OOOOU WK $310.00 $32,240.001 38 9999.0001 Construction Allowance TPW 1.00000000 EA $100,000.UU $100,000.001 1 39 9999.0002 Misc. Utility RelocatioNAdjustments TPW 1.00000000 EA $20,000.00 $20,000.001 1 39A 9999.0003 Railroad Coordination Relocation/Adjustments TPW 1.00000000 LS $20,000.0U $20,000.001 39B 9999.0003 Railroad Flagman Alowance TPW 1.00000000 LS $180,000.00 $f80,000.001 40 REMOVING GONG (RIPRAP) TPW 27.00000000 SY $20.OU $540.001 41 REMOVING CONC (APPR SLAB) TPW 124.0000000U SY $65.00 $8,060.001 42 GEM STABIL BKFL TPW 150.00000000 CY $280.00 $42,000.UU1 43 REINF CONC SLAB (HPC) TPW 22,908.00000000 SF $40.OU W6,320.001 1 44 BRIDGE SIDEWALK (HPC) TPW 3,093.00000000 SF $150 546,395.00 1 45 APPROACH SLAB (HPC) TPW 152.00000000 CY $1,100.00 $167,200,001 46 CONC STR REPR(REMUV AND REPL BACKWALL) TPW 4.0000000U CY $1,500.00 $6,000.001 47 RIPRAP (CONC)(CL B)(RR8&RR9) TPW 10.0000000U CY $1,200.OU $12,000.001 48 STR STEEL (SHEAR CONNECTOR) TPW 13,434.00000000 LB $6.00 $80,604.001 I!j 49 CLEAN & PAINT EXIST STR (SYSTEM 11) TPW 1.00000000 LS $430,000.00 $430,000.001 1 50 RAIL (TY C402)(HPC) TPW 765.00000000 LF $200.00 $153,000.001 1 51 SEALED EXPANSION JOINT (4 IN) (SEJ -A) TPW 183.00000000 LF $230.011 $42,090.001 52 REMOV STR (BRIDGE SLAB) TPW 1.00000000 EA $440,000.00 $440,000.001 52A PORT CTB JFUR & INST)Sf -SHAPE) 1) TPW 2,220.000000OU LF $35.OU $77,700.001 52B PORT CTB(MOVE)(FSHAPE)(TY1) TPW 2,130.0000000U LF $10.0U $21,300.001 52C PORT CTB(REMOVE)(F-SHAPE)(TY1) TPW 2,220.000000013 LF $15.00 $33,300.001 52D CRASH CUSH ATTEN (INSTL)(L)(N)(rL2) TPW 4.00000000 EA $8,000.00 $32,00u.UUI 52E CRASH CUSH ATTEN (MOVE & RESET) TPW 4.00000000 EA $2,100.00 $8,400.001 1 52F CRASH CUSH ATTEN (REMOVE) TPW 4.00000000 EA $1,500.00 $61000.001 53 CHAIN LINK FENCE (INSTALL) (8') TPW 06.00000000 LF $150.0(/ 5f5,900.001 54 REPAIRIREPLACE STL BRIDGE MEMBERS TPW 70.000OOOOU LF $400.OU $28,000.001 54A CHAIN LINK FENCE (REMOVE) TPW 200.000000OU LF $3.00 $600.001 1 54B CHAIN LINK FENCE (INSTALL) TPW 200.00000009 LF $45.00 $9,000.001 TM $3,989,272.401 1 1 1 Sub Total Deletions $3,989,272.401 Change Order Deletions Page 3 of 4 M/SBE for this Change Order M/SBE Sub Type of Service Amount for this CO Total $0.00 I Previous Change Orders CO # DATE I AMOUNT Total $0.00 1 CITY COUNCIL AGENDA Create New From This M&C DATE: 6/14/2022 REFERENCE "`M&C 22- LOG NAME: 20W.FELIX ST BRIDGE AND NO.: 0428 PAVEMENT REHAB C01 CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (CD 9) Authorize Execution of Change Order No. 1 in the Amount of $632,495.57 to the Contract with Rebcon Inc., for West Felix Street Bridge Deck and Pavement Rehabilitation for a Revised Contract Amount of $4,621,767.97, Adopt Appropriation Ordinance, and Amend the Fiscal Years 2022-2026 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: Official site of the City of Fort Worth, Texas FORTWORT11 1. Authorize execution of Change Order No. 1 in the amount of $632,495.57 to City Secretary Contract No. 53640 with Rebcon Inc., for West Felix Street Bridge deck and pavement rehabilitation for a revised contract amount of $4,621,767.97; 2. Adopt the attached appropriation ordinance adjusting estimated appropriations in the 2014 Bond Program Fund in the amount of $700,000.00 by increasing appropriations in the West Felix Street Bridge Improvement Project (City Project No. 101385) and decreasing estimated appropriations in the 34014 Appropriation Only project (City Project No. U34014) by the same amount; and 3. Amend the Fiscal Years 2022-2026 Capital Improvement Program. DISCUSSION: On January 14, 2020, Mayor and Council Communication (M&C) 20-0020 awarded City Secretary Contract No. 53640 in the amount of $3,989,272.40 to Rebcon, Inc., for West Felix Street Bridge Deck and Pavement Rehabilitation Project (City Project No. 101385). The project is performing bridge maintenance over an existing railroad. After award and for at least 18 months the UPRR would not honor the city's rights under its construction and maintenance agreement which prevented the contractor from getting started. In February 2022 UPRR relented and allowed work to begin. Since the project was on hold, the market has seen unprecedented increases in the cost of materials, labor and operating expenses. As a result, the contractor has requested adjusted bid prices reflected in the proposed change order. As a general rule, staff denies price increase requests, however, this is a unique situation not created by the contractor. This M&C is to authorize execution of Change Order No. 1 with Rebcon, Inc. in the amount of $632,495.57 for a revised contract amount of $4,621,767.97. In addition $67,504.00 will be needed for additional contingencies. Residual 2014 Bond Program funding from the completed Chapel Creek Bridge Project is being used to fund the change order for the West Felix Street Bridge Improvement Project. Funding for the West Felix Street Bridge Deck and Pavement Rehabilitation is summarized in the table below: Fund I Existing Funding Additional Funding Project Total 34014 - 2014 Bond Program Fund $392,000.00 $700,000.00 $1,092.000.00 ---------- ----------------------- 34018 - 2018 Bond Program Fund $4,5081000.00 $0 $4,508,000.00 Project Toital $4,900,000.00 $700,000.00 $5,600,000.00 Funding is available for appropriation in the 34014 Appropriation Only project in the 2014 Bond Program Fund for the purpose of funding the West Felix Street Bridge Improvement project?.? Approximately $1,116,902.00 is available and the?adoption of this $700,000.00 appropriation ordinance will reduce the available amount to $416,902.00. Funding for this project was not included in the Fiscal Years 2022-2026 Capital Improvement Program (CIP) due to charges being incurred after the CIP was adopted. This action in this M&C will amend the Fiscal Years 2022-2026 Capital Improvement Program as approved in connection with Ordinance 25073-09-2021. M/WBE OFFICE: Rebcon, Inc. agrees to maintain its initial M/WBE commitment of 11\% made on the original agreement and extends and maintains that same M/WBE commitment of 11\% to this amendment. Therefore, Rebcon, 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 the company. The project is located in COUNCIL DISTRICT 9. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are currently available in the FUND 34014 APPROP ONLY project within the 2014 Bond Program Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the 2014 Bond Program Fund for the?W. Felix St Bridge Improvement project to support the approval of the above recommendations and execution of the change order. Prior to an expenditure being incurred, the Transportation and Public Works department has the responsibility of verifying the availability of funds. TO Fund Department Account Project Program Activity Budget I Reference # Amount ID I ID Year I (Chartfield 2) FROM Fund Department Account Project Program Activity Budget Reference # Amount ID ID Year I (Chartfield 2) Submitted for Citv Manaaer's Office bv: Dana Burghdoff (8018) Originating Denartment Head: William Johnson (7801) Additional Information Contact: Monty Hall (8662) ATTACHMENTS 101385 Proiect Budaet.GIF (CFW Internal) 20W. FELIX ST BRIDGE AND PAVEMENT REHAB C01.docx (CFW Internal) 20W.FELIX ST BRIDGE AND PAVEMENT REHAB C01 34014 A022(r2).docx (Public) Form 1295 C01 (1),pdf (CFW Internal) Man W. Felix St Bridge and Pavement Rehab.ndf (Public) MWBE Commitment Form Revised CPN101385 Sianed GV 5.9.22.odf (CFW Internal) Project Budget Summary_.pdf (CFW Internal) SAM 101385 Rebcon. Inc..ndf (CFW Internal) W FELIX FID TABLE.XLSX (CFW Internal) REBCONONC 6-15-2022 Mr. Tariqul Islam TPW/Street Services 5001 James Avenue Fort Worth, Texas 76115 RE: W Felix Street Bridge Deck and Pavement Rehabilitation City Project No. 101385 Mr. Islam, Major cost increases for the Felix Bridge Repair Project are below: REBCON BID CHANGE LOG 4/28/2022 Overhead PM Months Superintendent Van Cost Increase Tolls Bond Fuel Staging Area Staking Cost Matrix Labor Trucking/Hauling Equipment Rent Misc. Material Increases Lumber for Forms/Deck Remove Temp Special Shoring CTB Rent Subcontractor Increase Bean Electric American Striping Bluebird Construction THM Aplier Increase ac Industries Bridge Studs Lime Slurry Bridge Steel Repair (Misc) Bridge Railing Rebar Concrete Original Qty Unit Original Bid Cost Total Reused Qty Unit Reused Cost Total Total Cost Increase 10.00 MO $8,460.00 $84,600.00 13.00 MO $10,150.00 $131,950.00 $47,350.00 3.32 MO $7,160.00 $23,771.20 4.32 MO $8,850.00 $38.232.00 $14,460.80 1.00 LS $10.000.00 $10,000.00 1.00 LS $15.374.33 $15,374.33 $5.374.33 1.00 LS $6,649.00 $6,649.00 1.00 LS $9,973.00 $9,973.00 $3.324.00 1.00 LS $38,832.75 $38,832.75 1.00 LS $43,221.00 $43,221.00 $4,388.25 1.00 LS $66,486.49 $66,486.49 1.00 LS $73,135.14 $73,135.14 $6,648.65 18.00 MO $1.500.00 $27.000.00 18.00 MO $2,000.00 $36.000.00 $9,000.00 1.00 LS $60.000.00 $60,000.00 1.00 LS $68,400.00 $68,400.00 $8,400.00 Total $98,946.03 1.00 LS $826,784.93 $826,784.93 1.00 LS $920,246.20 $920.246.20 $93,461.27 1.00 LS $71,677.06 $71,677.06 1.00 LS $83,266.85 $83,266.85 $11,589.79 1.00 LS $173,087.92 $173.087.92 1.00 LS $200,730.00 $200,730.00 $27,642.08 Total $132,693.14 1.00 LS $51,116.65 $51,116.65 1.00 LS $81.386.67 $81,386.67 $30,270.02 400.00 SF $10.00 $4,000.00 400.00 SF $14.50 $5,800.00 $1.800.00 2220.00 LF $15.00 $33,300.00 2220.00 LF $20.00 $44.400.00 $11,100.00 Total $43,170.02 1.00 LS $36,900.00 $36,900.00 1.00 LS $45,412.95 $45.412.95 $8,512.95 1.00 LS $57.548,70 $57.548.70 1.00 LS $B4,764.13 $84.764.13 $27,215.43 1.00 LS $20.328.00 $20.328.00 1.00 LS $29,928.78 $29,928.78 $9,600.78 1.00 LS $31,900.00 $31,900.00 1.00 LS $44,808.81 $44,808.81 $12,908.81 Total $58,237.97 13500.00 SF $3.00 $40,500.00 13500.00 SF $5.63 $76,032.00 $35,532.00 14504.13 EA $1.04 $15,084.29 14504.13 EA $2.09 $30,313.63 $15,229.34 74.00 TON $170.50 $12,617.00 74.00 TON $211.20 $15.628.80 $3,011,80 70.00 LF $400.00 $28,000.00 70.00 LF $457.74 $32,041.88 $4,041.88 765.00 LF $55.57 $42,511.05 765.00 LF $85.42 $65,346,30 $22,635.25 1.00 LS $196,934.00 $196,934.00 1.00 LS $298,211.50 $298.211.50 $101.277.50 1.00 LS $272.755.22 $272.755.22 1.00 LS $390,275.88 $390,275,88 $117,520.66 Total $299,448.42 ITotal Increase $632.495.571 Orig Contract $3,989,272.40 % Change 15.85% Sinc rely, Danny Kr' esident 1860 W. NOHTHWEST HWY. DALLAS, TEXAS 75220 972/444-8230 FORT WORTH. Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE• Change order #2 — Felix Street Bridge Deck and Pavement Rehabilitation M&C: CPN: 101385 CSO: 53640 DOC#: Date: To: Name Department Initials Date Out 1. Filogonio Munoz TPW - signature FM Jan 24, 2023 2. Danny Krieg Rebcon, Inc - signature Jan 24, 2023 3. Steve Johnson TPW - signature t. Jan 24, 2023 4. Mike Glover TPW - signatures Jan 24, 2023 5. Christian Cardona TPW - signature G.G Jan 24, 2023 6. Mary Hanna TPW - signature Jan 24, 2023 7. Leon Wilson TPW - signature Jan 24, 2023 8. Michael Owen TPW - signatures Jan 24, 2023 9. Lauren Prieur TPW - signature A Jan 24, 2023 10. Doug Black Legal - signatures Jan 26, 2023 11. William Johnson CMO - signature X Jan 26, 2023 12. Jannette Goodall CSO - signature— Jan 26, 2023 13. TPW Contracts 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: DYES MNo RUSH: ®YES ❑No SAME DAY: ❑YES ❑No NEXT DAY: DYES ®No ROUTING TO CSO: ®YES ❑No Action Required: ❑ As Requested ❑ For Your Information ® Signature/Routing and or Recording ❑ Comment ❑ File ❑ Attach Signature, Initial and Notary Tabs Return To: TPWContracts(a_),FortWorthTexas.2ov at ext. 7233 for pick up when completed. Thank you! CSC No. 53640-CO2 FOR�TWORTH., City of Fort Worth Change Order Request Project Namel Felix Street Bridge and Pavement Rehabilitation I City Sec # l 53640 Client Project #(s)l 101385 Project DescriptionlReplacement of brige deck including bridge sidewalk, railing and steel member. ContractdReboon, Inc Change Order#1 2 Datel 1/20/2023 City Project Mgr.l Christian Cardona l City Inspector Steve Johnson Dept. TPW Contract Time Totals (CD) Original Contract Amount $3,989,272.40 $3,989,272.40 548 Extras to Date $632,495.57 $632,495.57 Credits to Dale Pending Change Orders (in M&C Process) Contract Cost to Date $4,621,767.97 $4,621,767.97 548 Amount of Proposed Change Order $0.00 15 Revised Contract Amount $4,621,767.97 $4,621,767.97 563 Original Funds Available for Change Orders $0.00 Remaining Funds Available for this CO $0.00 Additional Funding (if necessary) CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 15.85% MAXALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST+ 25%) $4,986,590.50 �� "` - 4JU5TIFICATION (REASONS) FOR CHANGE ORDER ' This change order is required for lead paint abatement of steel members of the bridge. Due to the deterioration of the bridge steel member, there will be a need for replacement or repair of the steel members, but the steel bridge has tested positive for lead -based paint (hazardous material) and will need to be removed properly before the contractor can remove/repair steel members. Negotiations have been made with the contractor on the price and reasoning for the item amount. Since this item is special and requires a certified lead paint abatement, there are no past bid items from the city to verify the cost per unit for the work, but the Contractor provided the City with the subcontractor proposal with justification. 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. aContractor's Company Name Contractor (Name) Contract Signature Rebcon LLC 7�Danny Krieg I n y I Jan 24, 2023 �InspectorMspection Supervisor Date Project and Contract Compliance Manager Date Jan 24,2023 Jan24,20231 JProgram Manager Date Senior Capital Project Officer Dale Jan 24, 2023 /--wlF,2- Jan 24, 2023 lAssislant Director (Dept) Date Director, Contracting Department (Dept) Date Jan 24, 2023 _ix.-..,iZ- Jan 24, 2023 JAssistant City Attome Date Assistant City Manager Dale l„ Jan 26, 2023— Jan 26, 2023 Council Action (if required) M&C Number I I M&C Date Approved ATTEST: Jannette Goodall, City Secretary City of Fort Worth Change Order Additions Project Name I Felix Street Bridge and Pavement Rehabilitation City Sec # 1 53640 1 Client Project# 1 101385 1 Contractorl Rebcon, Inc I PMI Christian Cardona I Inspeclorl Steve Johnson Change Order Submittal # Date 1 1120/2023 1 ADDITIONS ITEM UESCHIPIION UEPI Ory Unit 55 9999.004 Lead Abatement (Per Diaphragm Beam) IPW 72.00000000 EA 56 0170.0100 Mobilization and Remobilizalion TPW 3.00000000 EA Umtcost total $520.00 $37,44U_00 $3,300.0(i — $9;300.001 I I I I I I I I I I fPw I I I I I I I 1 I I 1 I I I1 1 I I 1 I I 1 1 1 1 I I 1 I I 1 $47.340.001 Change Order Additions Page 2 of 7 I Sub Total Additions 1 $47,340.001 Change Order Additions Page 3 of 7 FORTWORTH City of Fort Worth if-- Change Order Deletions Project Name I Felix Street Bridge and Pavement Rehabilitation I City Sec # 1 53640 1 Client Project# 1 101385 1 Contractor Reboon, Inc I PMI Christian Cardona I Inspector" Steve Johnson Change Order Submittal # Date 1 1/20/2023 ITEM DESCRIP I ION 38 9999.0001 Construction Allowance DELETIONS DLPI uty Unit ' UnACost Iota[ Pw 0.41340000 LS $100,000.00 54/,340.001 I I I I I I I I I I I I 1 I I TPW $47,340.001 1 1 1 Change Order Deletions Page 4 of 7 Sub Total Deletions I $47,340.UUI Change Order Deletions Page 5 of 7 MISBE for this Change Order M/SBE Sub Type of Service Amount for this CO Total $0.00 I Previous Change Orders co# I DATE AMOUNT Total $0.00 1 FORTWORTH. Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE' Change Order #3 — Felix Street Bridge Deck and Pavement Rehabilitation M&C: 20-0020 Date: To: Name 1. Sophia Flores 2. Danny Krieg CPN: 101385 CSO: 53640 DOC#: Department Initials Date Out TPW - Initials 7�P— Oct 21, 2024 Rebcon, Inc - py- OCt 21, 2024 signature 3. ��W Eddie Walker TPW - signature Oct 21, 2024 4. Mike Glover TPW - signature Oct 21, 2024 5. Christian Cardona TPW - signature Oct 21, 2024 6. Gregory Robbins TPW - signature GR Oct 28, 2024 7. Mary Hanna TPW - signature Oct 28, 2024 8. Patricia Wadsack TPW - signature p[wj/� Oct 29, 2024 9. Lauren Prieur TPW - signature Oct 29, 2024 10. Doug Black Legal - signatures Oct 30, 2024 11. Jesica McEachern CMO - signature CO- Nov 1, 2024 12. Jannette Goodall CSO - signature - Nov 1, 2024 13. TPW Contracts 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: ❑ As Requested ❑ For Your Information ® Signature/Routing and or Recording ❑ Comment ❑ File ❑ Attach Signature, Initial and Notary Tabs Return To: TPWContracts(Z_ FortWorthTexas.R_ov at ext. 7233 for pick up when completed. Thank you! CSC No. 53640-CO3 FOR T WORTH: City of Fort Worth Change Order Request Project Namel W Felix Street Deck and Pavement Rehabilitation City Sec # l 53640 Client Project #(s)l 101385 Project Description) Replacement of brige deck including bridge sidewalk, falling and steel member. ContractorlRebcon, Inc l change order#1 3 Datel 10/11/2024 City Project Mgr.l Christian Cardona l City Inspeclorl Eddie Walker Dept. TPW Contract Time Totals (CD) Original Contract Amount $3,989,272.40 $3,989,272.40 548 Extras to Date $632,495.57 $632,495.57 15 Credits to Date Pending Change Orders (in M&C Process) Contract Cost to Date $4,621,767.97 $4,621,767.97 563 Amount of Proposed Change Order $0.00 128 Revised Contract Amount $4,621,767.97 $4,621,767.97 691 Original Funds Available for Change Orders $0.00 Remaining Funds Available for this CO $0.00 Additional Funding (if necessary) CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 15.85% MAXALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST+ 25%) $4,986,590.50 4 JUSTIFICATION (REASONS) FOR CHANGE ORDER This change order request will increase the repair/replace steel bridge members bid item due to the poor condition found during the inspection that necessitated replacing these members. Add anew bid item to install flex base In lieu of lime stabilization for the roadway pavement due to the over -excavation beyond subgrade limits and the small area the lime stabilization machine would not be able to access. Add a new bid item to remove and replace the existing metal beam guard fence with appropriate TXDOT standards, as the existing one does not meet the standards. Add a new bid Item to install expansion joint steel cover plates that meet ADA standards. This change order WO also reduce the paving units outside of the bridge to cover this additional cost and to stay within the contract amount Based on a comparison with similar projects, the City agrees that the price for the new bid items is fair and reasonable. Additionally, the staff concurs with the contractors request for 128 additional days as follows: 38 days for additional bridge steel member inspections and to develop the condition reports for repair or replacements (12112/2022— 12/16/2022, 09111/2023-912912023, 01109/2024—0112312024). • 41 days for work delays from Union Pacific Railroad throughout the project. (This is based on 90 total days working in RR ROW with 12 trains passing daily. This stops construction work on average 15 minutes each pass, bringing 3-hour delay each day, divided by an 8-hour work day) • 38 days for the additional work to replace or repair the bridge steel members (utilized with existing bid item). (03/03/2023-03/16/2023, 10110/2023-10/1912023, 02/06/2024-02119/2024). 5 days to over -excavate on all approach slabs (0513012023 — 0513112023, 04/08/2024 — 04110/2024). • 6 days to remove and install metal beam guard fence (06112/2024— 06114/2024), (07/1012024 — 07/12/2024). 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 _ Contractor (Name) Contract Signature Date I Rebcon LLC Danny Krieg I Z-7Ktr Oct 21, 2024I InspectorMspection Supervisor Date Project and Contract Compliance Manager Date fxtzuitF ?/ i con Oct 21, 2024 ci— Oct 21, 2024I Program Manager Date Senior Capital Project Officer Dale Oct 28, 2024 ?"Y-N s Oct 28, 2024 Assistant Director (Dept) : Date Director, Contracting Department (Dept) Dale Oct 29, 2024 Oct 29, 2024 Assistant City Attorney Date Assistant City Manager Dale tpw— Oct 30, 2024 �tt_`r.�l_- Nov 1, 2024 Council Action (if requited) M&C Number I I M&C Date Approved ATTEST: it Jannette Goodall, City Secretary City of Fort Worth Change Order Additions Project Name W Felix Street Deck and Pavement Rehabilitation City Sec # 1 53640 Client Project# 101385 f Contractorl Rebcon, Inc I PMI Christian Cardona I Inspectorl Eddie Walker l Change Order Submittal # 0 Date 1 10/11/2024 1 ADDITIONS HEM UESCRIP 1IUN UEP I 54 IXUUI/84-6tiU1AREPAIWKEPLACESILBRIUGEMEMBERS IPW 57 TXDOT 0247 - 6081 Flexible Base (Type A, GR 2) TPW 58 TXDOT 540 - 6001 MTL W-Beam Gd Fen (Tim Post) TPW 59 TXDOT 542 - 6001 Remove Metal Beam Guard Fence TPW 60 TXUOT 422 - 7011 Remove and install EJCP TPW Uty Unit UmtCost total 489.4200000 f LF $460.00 225,133.20 1,669.00000000 TN j 45.0(/- 75�05AU 532.0000000U LF $40.35 532.00000006 LF 5.5092T;4�71i.0ii T9320.00000000 LB $J4.651;088.0 TPW $335,718.401 Sub Total Additions $335,718.401 Change Order Additions Page 2 of 4 FORT�RTH City of Fort Worth Change Order Deletions Project Name I W Felix Street Deck and Pavement Rehabilitation City Sec # I 53640 ClientProject# 1 101385 Contractorl Rebcon, Inc I PMI Christian Cardona I Inspector) Eddie Walker l Change Order Submittal # 0 Date 1 10/11/2024 DELETIONS ITEM DESCRIPTION DEPT OtY Unit ' Unit Cost Total j 11 Hydrated Lune IPW 35.38000000 IN $212.UU 7,bUU.561 12 8' Lime Treatment TPW 2,125.000OOOOU SY $6.50r— -501 iV76,250.001 14 9' Concrete Pvmt TPW 2.125.00000000 SY $130.00V 38 Construction Allowance TPW 0.38155340 LS $100,000.0(F- , 55. I TPW $335,718.401 1 1 1 Sub Total Deletions $335,718.401 Change Order Deletions Page 3 of 4 M/SBE for this Change Order M/SBE Sub I Type of Service I Amount for this CO Not Applicable E Not Applicable Previous Change Orders DATE I 6/28/2022 1 /26/2023 Total Not Applicable Total AMOUNT $632,495.57 $0.00 $632,495.57 $0.00 I FORTWORTH. M" TRANSPORTATION AND PUBLIC WORKS March 27, 2025 Rebcon, Inc. 400 1091" Street Arlington, TX 76011 RE: Acceptance Letter Project Name: W. Felix Bridge Deck and Pavement Rehabilitation Project Type: Bridge Deck and Pavement Rehabilitation City Project No.: 101385 To Whom It May Concern: On August 8, 2024 a final inspection was made on the subject project. There were punch list items identified at that time. The punch list items were completed on December 11, 2024. The final inspection and the corrected punch list items indicate that the work meets the City of Fort Worth specifications and is therefore accepted by the City. The warranty period will start on December 11, 2024, which is the date of the punch list completion and will extend of two (2) years in accordance with the Contract Documents. If you have any questions concerning this letter of acceptance, please feel free to contact me at 817- 392-5498. Sincerely, Christian Cardona (Apr 11, 2025 15:22 CDT) Christian Cardona, Project Manager Gregory Robbins, Program Manger Cc: Eddie Walker, Inspector Mike Glover, Inspection Supervisor Daniel Roy, Senior Inspector Gregory Robbins, Program Manager VRX Global, Inc., Consultant Rebcon, LLC., Contractor N/A, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 CONTRACTOR'S AFFIDAVIT OF FINAL PAYMENT AND RELEASE THE STATE OF TEXAS COUNTY OF TARRANT BEFORE ME, the undersigned authority, on this day personally appeared Dannv Krieq ("Affiant"), who, after being by me duly sworn, deposes and says that he is Rebcon, LLC , a corporation (corporation, partnership, trade name) of Tarrant County, State of Texas (the "Contractor"), which said Contractor was awarded the contract dated the 14th day of January , 2020 , for the construction of Felix Street Bridae Deck and Pavement Rehabilitation (the "Work"), for a total consideration of $3,989.272.40 dollars to be paid to the said Contractor (the "Contract"), and that Affiant has full power of authority to make this affidavit. That The Citv of Fort Worth (the "Owner") has approved the final estimate on said Work, and that the said Contractor has fully satisfied and paid any and all claims that may be covered by Chapter 53 of the Texas Property Code, and Article 5160 of the Revised Civil Statutes of the State of Texas, or any other applicable statutes or charter provisions, and that all just bills for labor and materials have been paid and discharged by said Contractor insofar as they pertain to the Work in question. That in addition to any funds which may have been previously paid by the Owner, the Contractor hereby accepts the amount of $4.593,848.68 Dollars as FULL AND FINAL PAYMENT under the aforementioned Contract, and hereby waives and releases any right Affiant and/or the Contractor may have to pursue claims of any nature against the Owner arising out of or in any manner connected with the performance of the Work and/or the Contract, including but not limited to claims of third parties that supplied material and/or labor for the Work for or through the Contractor ("Subcontractors"), as well as claims for delay, additional compensation or for recovery of liquidated damages which may have been withheld by the Owner. The Contractor shall defend, hold harmless and indemnify the Owner from any such claims from such Subcontractors. The Contractor further releases the Owner from any claim or liability arising from any act or neglect of the Owner related to or connected with the Contract. This affidavit is given pursuant to the final payment provisions of the Contract and shall not be deemed to alter or modify the terms and provisions of said Contract. BY. - (Affiant) (F rinted Na 'e) (President) SUBSCRIBED AND SWORN TO BEFORE ME, this 10T* day of 1'��J�U0.��1 ,25. (Notary Pu4bi in an�theStat Texas) �nnnn // {Notary Seal} ��`` FER ,iii�i�, Ngti a Z. :.-PRv Pie`/ ��% (Printed Name of Notary) My commission expires tip- CO, 2029 } :pFOF\o3.= '���i (c 7352 W CONSENT OF OWNIiR ❑ SURETY COMPANY ARCHITECT ❑ TO FINAL PAYMENT COMMACfOR ❑ SURETY ❑ AIA DOCUMENT G707 OTIEER Bond No. PRF9335100 PROJECT: W. Felix Street Bridge Deck and Pavement Rehabilitation -Fort Worth, TX (name, address) TO (Owner) j City of Fort Worth 200 Texas Street Fort Worth, TX 76102 CONTRACTOR: Rebcon, LLC 400 109th Street Arlington, TX 76011 ] ARCHITECT'S PROJECT NO: CONTRACT FOR ] CONTRACT DATE: Street Bridge Deck and In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (here insert name and address of Surety Company) Colonial American Casualty and Surety Company Fidelity and Deposit Company of Maryland 1299 Zurich Way, 5th Floor, Schaumburg, IL 60196-1056 , SURETY COMPANY, on bond of (here insert name and address of Contractor) Rebcon, LLC 400 109th Street Arlington, TX 76011 , CONTRACTOR, hereby approves of the final payment to the Contractors, and agrees that final payment to the Contractor shall not relieve the Surety Company of any of its obligations to (here insert name and address of Owner) City of Fort Worth 200 Texas Street Fort Worth, TX 76102 as set forth in the said Surety Company's bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this 7th "--/ V_ Attest: (Seal): (� ,OWNER, day of February 2Q25 Colonial American Casualty and Surety Company, Fiidellilhland Deposit Company of Maryland Surety Company nI t� A. cjv j YJ Signature of Authorized Representative Andrea Rose Crawford Attornev-In-Fact Title NOTE: This form is to be used as a companion document to AIA DOCUMENT G706. CONTRACTOR'S AFFIDAvir OF PAYMENT OF DEBTS AND CLAIMS, Current Edition AIA DOCUMENT 0707 • CONSEENT OF SURETY COMPANY TO FINAL PAYMENT ■ APRIL 1970 EiD!'l'ION . AIA® ONE PAGE © 1970 •'I'llHAM FRICAN INSTITUTE OF ARCI1rrECTS, 1735 New York Ave., NW, WASI IINGTON, D.C. 20006 ZURICII AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATI'ORNEY KNOW ALL MEN BY T I-IESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint to o John R.WARD, Monica Ruby VEAZEY, John William NEWBY, Thomas Douglas MOORE ,Sandra Lee RONEY, Debra Lee MOON, Andrea Rose CRAWFORD, Troy Russell KEY, Emily Allison MIKESKA, Allyson W .DEAN, Colin E. CONLY, Andrew Gareth ADDISON, Patrick Thomas COYLE, Michael Donald HENDERICKSON, Bryan Kelly MOORE, Elizabeth ORTIZ Ana OWENS, Betty J. REEH, Andrew CLARK, Faith Ann HILTY of Addison, Texas, its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAI. AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 3lst day of January, A.D. 2024. `°casually aovao` m"u n.. ``a`oon Co, •"'. NS 5 P•f,......� �- ¢IvSEALmt�°'`2IoPao ''8=?o%oPaoRyr�o= SEALm; ?°SE:ALmjjt "••" „„°aw„'„ ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D. Murray Vice President By: Dawn E. Brown Secretary State of Maryland County of Baltimore On this 31 st day of January, A.D. 2024, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D. Murray, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WIIEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Genevieve M. Maison Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 11111 GENEVIEVE M. MAISON NOT_ =� m °v80 �1 COUNT, %!'1,•10!?i 2�f����� BALTIMORAE MD LV/ Commission Expires JANUARY 27, 2025 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attomevs-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE 1, the undersigned, Vice President of the ZURICII AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and 1 do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution or the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the loth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. rN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, -this 7tti day of - February 2025 . pgntrurp, , ``` `"„qut°Iryrr4q. rasualtyd� � INsv'o,�. oS1� Comb °-yfcOQPOggtic'': P40 `Lp�'- ti.o''-y =EjU T = `�i•UO Rv,%Cis 'biOP? �l•`o"s ' =_fc SEAL io_ SEALmt;=-'�°it'SEAL m:3- ,'rrr'nrnn "r,N"`````•` ,''''H 1 ��`,, ```�� '''!,rrhrnn nuN`'00 - _ I �, rf t+r ': i %�Irrl i�r •llr.p .��5+„�' • �� Thomas 0. McClellan P Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 Texas Important Notice IMPORTANT NOTICE To obtain information or make a complaint: You may call Zurich North America's toll -free telephone number for information or to make a complaint at: 1-800-382-2150 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. ZURICH AVISO IMPORTANTE Para obtener informaci6n o para presentar una queja: Usted puede Ilamar al n6mero de telefono gratuito de Zurich North America's para obtener informaci6n o para presentar una queja al: 1-800-382-2150 Usted puede comunicarse con el Departamento de Se- guros de Texas para obtener informaci6n sobre com- panias, coberturas, derechos, o quejas al: 1-800-252-3439 Usted puede escribir al Departamento de Seguros de Texas a: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Sitio web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov DISPUTAS POR PRIMAS DE SEGUROS O RECLAMACIONES: Si tiene una disputa relacionada con su prima de seguro o con una reclamaci6n, usted debe comunicarse con la compahia primero. Si la disputa no es resuelta, usted puede comunicarse con el Departamento de Seguros de Texas. ADJUNTE ESTE AVISO A SU POLIZA: Este aviso es solamente para prop6sitos informativos y no se con- vierte en parte o en condici6n del documento adjunto. U-GU-296-E (06/15) Page 1 of 1