HomeMy WebLinkAboutContract 55915-CO2CSC No. 55915-CO2
F_ O RT WORTH City of Fort Worth
Change Order Request
Project Name: 1 Sycamore Creek Sanitary Sewer Relief Interceptor, Phase 3
City Sec No.: 55915
Project No.(s):l 56019/0600430/0700430/5740010 I DOE No. I N/A
City Proj. No.: 102069
Project Description:
66-inch parallel relief sanitary sewer interceptor along the existing Sycamore Creek sewer interceptor totaling
approximately 7,800 linear feet.
Contractod Thalle Construction Company, Inc. Change Order #
2 Date 4/7/2025
City Project Mgr.1 Bijay Upreti City Inspector:
Carmen Drake
Phone Number: 817-392-8909 Phone Number:
(682) 432-5486
Dept. Water Unit 1
Sewer Unit 2
Totals Contract Time
Calendar days)
Original Contract Amount $253,350.00
$9,433,827.00
$9,687,177.00 5 0
Extras to Date $0.00 $0.00
$0.00
Credits to Date $0.00 $12,582.75
$12,582.75
Pending Change Orders (in M&C Process)
Contract Cost to Date $253,350.00 $9,421,244.25
$9,674,594.25 540
Amount of Change Order $0.00-$3,997.67
-$3,997.67 800
Revised Contract Amount $253,350.00 $9,417,246.58
$9,670,596.58 1,340
Original Funds Available for Change Orders $75,731.00 $174,772.00
$250,503.00
Remaining Funds Available for this CO $75,731.00 $174,772.00
$250,503.00
Additional Funding (if necessary)
CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT
-0.17%
MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST + 25%)
$12,108,971,25
Change Order No. 2 provides for the installation of a 8-inch sanitary sewer collector main on Duval Street that
will provide sewer service to residents on the west side of the road in order to avoid direct connection of the
services into a newly constructed 48-inch sanitary sewer main. Direct of sanitary sewer service lines to large
sanitary sewer transmission main are prohibited.
Staff recommends an additional 800 calendar days on the project for the time it took to resolve all issues pertaining to the collector
main and to come to terms with the contractor for the cost of the additional improvements. The project will be closed out once the extra
work is completed.
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. ,
Thalle Construction Company, Inc. Chase Randall
iDar 1�
S^' O � J �f fJr 4 fC
ss stant Director (Water Dept) c Ion Supervisor (Water Dept)
I Hv�' 04/14/202, 2Ezi
5e ' r sistanly�ity Attome , Assistant City Manager
04/16/2025 2025
Council Action (If Required)
M&C Number N/A M&C Date Approved NFA OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX r '
FORT WORTH City of Fort Worth
Change Order Additions
Project Name j Sycamore Creek Sanitary Sewer Relief Interceptor, Phase 3 City Sec No.: 1 55915
Project No.(s): j 56019/0600430/0700430/5740010 1 DOE No. 1 N/A City Proj. No.: 1 102069
Project 66-inch parallel relief sanitary sewer interceptor along the existing Sycamore Creek sewer interceptor totaling
Description approximately 7,800 linear feet.
Contractor Thalle Construction Company, Inc. Change Order: 0 Datel 477/2025 1
City Project Mgr. Bijay Upreti City Inspector Carmen Drake
ADDITIONS
Df=SGHINIION Qty Unit Unit Cost Total
ns a a ono -= sewer collector main and related
appurtenances:
• 8-inch Sewer (310 LF)
• 6-inch Sewer (85 LF)
• Sewer Service Cleanout (4 EA)
76 • Remove Manhole (2 EA) Sewer Unit 2 1.00 LS $182,082.33 $182,082.33
• Plug and Abandon Sewer (2 EA)
• Vacuum Test Manhole (5 EA)
• Post TV (395 LF)
• Connect to Existing Manhole (2 EA)
• 4ft Manhole (4 EA)
• 4111 Droo Manhole (1 EA)
(Water Jnit 1
(Sewer Unit 2 $182,082.33
Page 2 of 4 Additions Sub Total $182,082.33
FORT WORTH City of Fort Worth
Change Order Deletions
Project Name Sycamore Creek Sanitary Sewer Relief Interceptor, Phase 3 City Sec No.: 55915
Project No.(s): 56019/0600430/0700430/5740010 1 DOE No. I N/A City Proj. No.: 102069
Project Description 66-inch parallel relief sanitary sewer interceptor along the existing Sycamore Creek sewer interceptor totaling approximately
7,800 linear feet.
Contractor Thalia Construction Company, Inc. I Change Order: 2 Date I 4/7/2025
City Project Mgr. Bijay Upreti City Inspector: I Carmen Drake
DELETIONS
STEM
DESCRIPTION
Qty
Unit
Unit Cost A Total
36
Remove and Replace Gaurdrail
Sewer Unit 2
80.00
LF
$15.00
$1,200.00
65
Irrigation Replacement and Repair Allowance
Sewer Unit 2
1.00
LS
$15,000.00
$15,000.00
67
Pre -CCTV Inspection
Sewer Unit 2
700.00
LF
$1.40
$980.00
71
Cement Stabilized Sand Backfill
Sewer Unit 2
70.00
CY
$150.00
$10,500.00
72
Flowable Fill Embedment
Sewer Unit 2
80.00
TN
$105.00
$8,400.00
73
Construction Allowance
Sewer Unit 2
1.00
LS
$150,000.00
$150,000.00
;Water Unit 1
jSewer Unit 2 $186,080.00
Page 3 of 4 IDeletions Sub Total $186,080.00
MIWBE Breakdown for this Change Order
MWBE Sub I Type of Service I Amount for this CO
Total $0.00
Previous Change Orders
co# I DATE I AMOUNT
Total $0.00 1
Page 4 of 4
CONTRACT MODIFICATION PROPOSAL
ISSUING OFFICE PROPOSAL BY
Sycamore Creek Relief Interceptor CPN 102069 THAr LLE
City of Fort Worth
LAN, Inc. CONS'IROCTION COMPANY
10110 E FM 917
Alvarado, TX 76009
Project: Sycamore Creek Relief Interceptor - Phase 3 CoFW CPN: 102069
Reference: RFI-015 Existing 4" Wastewater Line - Field Order
#2 Small Diameter Sewer Services on Duval Street Date: October 6, 2023
Description of Work:
Attached is Thalle's cost proposal for the work required as outlined In Field Order#2 Small Diameter Sewer Services on Duval
Street received on 1/5/2024.
CONTRACTOR'S PROPOSAL
DESCRIPTION
AMOUNT
Direct Costs
Labor
$
6,736.70
Material
$
-
Equipment
$
3,289.88
Subcontractor Costs
$
159,500.00
Total Direct Costs
$
169,526.58
Overhead & Profit for Labor, Material, & Equipment
15.00% $
1,010.51
Contractor's Fee for Subcontractor
5.00% $
7,975.00
Subtotal
$
178,512.09
Bond
2.00% $
3,570.24
Subtotal
$
182,082.33
Cost of Change
$
182,082.33
Calendar Days Time Extension Required
0
Contractor's Certification: I certify this estimate is made in good faith, and the supporting documentation is accurate and complete to
the best of my knowledged and belief. This proposal is based solely on the usual cost elements such as labor, material, and normal
markups and does not include any potential amounts for changes in the sequence of work, disruptions, and/or Impact costs, and the right
Is expressly reserved to make claim for these related items of cost prior to final settlement of this contract.
4/2/2025
Chase Randall Date
Project Manager
PKOIECTI
Slart: End:
Change
THALLE
SCHEDULE OF VALUES
Sycamore Creek flellef Interceptor- Phi se 3:
Order
1
flald Order 82-small DI. meter Sewer Services an DuwI Street
I A B C
D I E F
I O
I K
Prlclna Stmcture
Wvk Completed
Tola Cost
Item
Numher Spea Na. Description al\Wdt
Scheduled Value Unit M. UOIA iolal Ouanlily Prom Previous
TNs Padod To Dili
Percent
Flom Previous Total Costthls TO Date
Ayollcation
Complete
A.Ph.Uon Period
Small Dlameter Sewer Ser*es on Ouwl Street -FOJrZ
I
I
3 182,082.33 3 182,082.33 LS 1.00
I Grand Totals
S 162.082.33
0%
I
I
I
S - S 8 -
tvl,:,,Ej,lpmen 4 IJale fiat and Euel Rare, -Field Order 32 • SmXll Olameler Sealer Service, o O.'al sire -et
1 a 1P 1,1/,�>,I�..,.� I a I. fr�IR n ;� .;f X,. I f e, a ��rr�r � 11► , f e f f.�.1A-a. ,;I er,..
fit
I.UX00 Nf1 IIt.0>a)0 I'�+ i>11W +
yyr 'fl +'r
�/��''` / alXUU 1 1�7 � S ` 1� e , f V.I TNIIWvn Ij A.e
IXa all r2Z.- SX•u 1e3r9 II � IS , aMi.1i
I��3/�l/�
If1 ly� 1 li S 1
leMn v J �AV 10 N Ie:1.J 1 I I Otl1] T� r .e
r.Jl SA 1 11
II :I)IXII I IOpf I ;{JI I'Ilt1
I IIIIIII.X R.I, h,WNW Ik.X n+.rl.N U T.. Imo., lu I111,rl4 IfeJrMl ,e A10
. I
I400 10.00
TcUlfn.tlerUkcX.mr [�((� �U-�- A��
11
W-1
IS Le'69.6t6.63
R & D Burns Brothers Construction Inc.
P.O. Box 786: Burleson, Texas 76097
Phone (817) 447-0292; Fax (817)447-0207
January 21, 2025
Job Name: Sycamore Creek Relief Interceptor
Phase 3
Fort Worth
Item Description
Quantity Unit Unit Bid Total Bid
1 8" Sewer SDR 26
310.00
LF
165.00
51150.00
2 6" Sewer SDR 26
85.00
LF
150.00
12750.00
3 Sewer Service Cleanoul
4.00
EA
1000.00
4000.00
4 Remove Manhole
2.00
EA
1000.00
2000.00
5 Pluq and Abandon Sewer
2.00
EA
3500.00
7000.00
6 Vacuum Test Manhole
5.00
EA
450.00
2250.00
7 Post TV
395.00
LF
10.00
3950.00
8 Connect to Existinq Manhole
2.00
EA
2000.00
4000.00
9 4' Manhole
4.00
EA
9500.00
38000.00
10 4' Drop Manhole
1.00
EA
12000.00
12000.00
Additional Items If needed
Manhole Collars 5.00 EA 1200.00 6000.00
$ 143,100.00
TOTAL BID
Inclusions
Labor & Equipment, Clean-up, Insurance, and Installation
Exclusions:
1. All engineering, permits and inspection fees, erosion control (SWPPP) and related
appurtenances, bonds, barricades, franchise utility adjustment, hydro mulch, sodding
port a Johns, power pole bracing or removal, and traffic control and permit.
2. Excludes any concrete or asphalt paving repair.
LnLockwood, And
&Newnam, Inc.
.\ LCI1 ,\ nnrl' COMPANY
FIELD ORDER NO. 2
Project: Sycamore Creek Relief Interceptor Phase 3
Contract For: City of Port Worth, Texas Water Department
Subject of Field Or(let . Small Diameter Sewer Services on Duval Street
Description (List attachments, if any):
Date 01/05/2024
Project No.: 130-10877-000
Contract Date: 11/08/2021
Due to the discovery of an existing small diameter sewer service line that was not originally proposed to be connected to the new
interceptor, there needs to be sanitary sewer lateral relocations to collect sanitary sewer services and replace existing VCP lines
under the proposed improved street.
The attached sheets include plan and profile changes, and a city detail for connecting sanitary sewer services.
The attached pdf is titled "Field_Ortter#2-DtivalServices-Revisions.p(ir,.
The Conh'aclor is hereby directed cis sel forth below. These insh'uclions are issued pursuant to the General Provisions in the
Contract Documents. It is the Engineei's opinion that this FIELD ORDER does not after the Conh'acl Price oi' the Contract Time.
The Conh'acloi' must notify the Engineer innnecliately and request a change oi'cler' if the Conti'cielor does not agree with the
Engineer's opinion.
0
Recommended By: Lockwood, Andrews & Newnam, Inc.
Engineer
Gree Vauehn 44 �a ,� 01/05/2024
Representative 4 Dale
Accepted By:
Contractor
Approved By:
Representative Date
owner
Representative (Sign, Keep Original Copy and Return All Others. See heading for Return Address.) Date
1320 South University Drive, Suite 450 • Fort Worth, Texas 76107 • 817.820.0420 • Fax: 817.820.0441 • www.lan-inc.com
0Ap,
G� vmc vow
Uµµy,6- \ SfiCET„L23r2fTIR
DUVALSTREET
S
cm mro \ �.,,A'vRw. wxar el ` y�3 uwRm,rtor-w+h 5�
IX S.wr Jxv.• `
ro — ro — ro — ro — ro r��r ro—
ztoerAcm«f.am� sceariw. s+ ____ _ •� 1
wKn
mm _
T� //%^77 _--MOv- swn+IJl� C�' 'a .d:llkx wN� -• V-+AY-Y—V +OI, 1F�� '�4 �+f�I 11`O � n�/ J��� � a%(��
_
., ..awl ��,�t•
�
r j .SvoAsa �`� -wie/ mevlce�ryArm xveo
+`a � seY•Ace wweo �: � $: x�.I�azsx.ers " urmTAx» sx3er,at�
II// �# / s¢eenucv�losu � e3 ^lammca
ib1A^-� / ELT fta I J E.9blpy
s.
Jxxvcc f/w,.J caurr ai �'_
corur.Sm ou vAaw efsa�axo,J+c SJ.at,Jyc
NreerrAa_s"rErc I so+vxruaArm xlveo Sr o• �_� r senvrc�uxe.wo,n+m COwCGrIX RRp v3R1fY Sf1 f>A AS,i0.L`lISH3TIP/ GOWT.Sro MOK eNae, SE[O[TM 9l, SOS t3nCLT,oO
_ t'IwllCl_v Sf OEfA¢33r,ELTC
£yIDt1.0. � i GOxxFCl PIIX 6+xG,Mxw
w % / t>ww b t0t.-11 mmt b t0r N Mep • 1fi � pnr.ct "l
/ wu�[u I lctu[ AL � Iala I f0�11t lM K L�9Y1S I
IrG[ Ib pJI.iG/, 61tici,
Y LINE' _- sr 8 & LINE2 3 $ LINF:3
I �. F 8 8i _u
L� e � A � q6�G cpPpug9
I C ` 4e w i1 6k g ` ]i Y� uDCF
sso�.. n `4-> a �€ xErs ce- tz�
eu.3%t��7.'�11.�
Pg� a6` 2 < :«¢K$3 IXblxb fY'wW <My> et
c fie<<biih� «Q�u$rrsep5 u¢�$? rocAsweaan ¢¢$
�zzP= / �[wsr..wuxoarroea 1 o.�cuouw„vlleu b@$y
5G5 our. uaJxc t —
-- — —',�
.£ SCO I J� I �ev:Alxvn ,aaas.O+NL
6 - Q6 - 11ffi.YxBt1
_ 530 oo.mos �Wx
575
CFq c 4_ ^
x>
�5 azzzgR. 'sc s a a'=z-
r1. CCCo
m Srs 6�WE eere t=E a eC a er
i I I P„o3Q ,mN ROIW_
all S� 6.a1 'a'a "a3 R 3 n o.Ae fbo f.ol am alo ,bv
rE�x�
b
_�_ _ va�3v�w•,3rewArw wrrwrenm N
A,Kv03lDLnEa.u+C
r/xrec*1
X'X'X'Xy
''X' emrwc wV/M•ATfAroJ¢a[u0vf0
/YKII-9 (T
•��•�4�•�����msime wumn•AreRro3a.3..aa+r•
t. � �SLII.rtv6MW 69aaGRlEeuv!'lca5M9 NLR
n mrxA.waacRcv,I.cvaroww.
cuvrRAeraam...u.tRureourwv.Iwoem.orAu uramrs
` vuca ro ronl.nxavc cavzr.ucrroa.Imm�ts.
l ewmn Awnerszs roJ,to.ur¢s,rut
xOrlavnaYTRrv(%»JSK- wei�CwbvuTe Y.I.w
[M4rnUCne"ACTl,Ri1CS
ruLt tOGT! QISTx+G SER("C! u1FRY3 Arn 1 JiCpwER wm(rwA:vu¢uE"rwvwOPp3fo CfxvOtrr.
auto
CONTACT INFORMATION
a..ranerrnsxut ecxrAer rrt sn.axn/ulAsrtl.�wasJ,me ro
rrrw.oc.rxw.
text rrovs
o"CO^
n'v
CWK�4Cpot
IPROF7LESC4LE) ^xwry-�`
J¢orcuroxo.cx.
Gift [(([rJ,3: l Mi-uea
cncaGv
swvAar"x^3
3
HOR2:1-4P c�c Ata
vcwT -r+r / rout
oirfi rAttJi¢s ty,�aworas
arKrt✓ra,rY3 xvc"exCe-aexc^u xlru
550
Ru.
rosr:. W
a
REVISIONS
ao.
ocuRlvnav
art
535
�
O
W
U
530
OS 14OlOdJl0.5T+0010-rOX1B9-0O1.M0 W
I
WAWERMECNO
TER PROJECTCrNO. 360t'}06o0r]alx00rar0.06AP01+&'1 2
CITY OF FORT WORTH, TEXAS w
rs
WATER DEPARTMENT
_o I
W
SYCAMORE CREEK RELIEF INTERCEPTOR
PHASES W
WASTEWATER PLAN &PROFILE U
511
PROP. 8-INCH LINES 1, 2 & 3 Lu
Lp:kw MEfew7 ,YO SON" ORriE 0
Lon `� ew
i �_.... l:n
12`
CITY OF FORT WORTH
6 RIGHT-OF-WAY � STD. CLEANOUT W/CAST
it C.) + 13 LINE IRON OR POLYETHYLENE
CAP
r p < 14"Im
BARS 4' CONCRETE
COLLAR OLD JOINT
F i REQUIRED
STANDARD
r rol AR it PARKWAY r/FT.
AN VI t
FOR NEW - ; 'ACCEPTABLE '•1
DEVELOPMENT. CAP ; BACKFILL PER
RISER 1' BELOW SECTION 33 05 10 .•.. �^
GRADE (CAST IRON)..'.NCRETE ENCASEMENT
':.'.'..'.'.'.'.'.'.':.'.
MARK W/RED VINYL _'.'.'.'.'.'.'.'.'.'.
TAPE 3` WIDE & 6" CO.PER SECTION 03 30 00
ABOVE GROUND _ .. ... .. .
RUBBER SLEEVE COUPUNC - .•.....'.'.:' ' EXTEND CONCRETE
REOUIRED IF EXISTING - ;ENCASEMENT 6" MIN.
'.6.'_k.'.'
SERVICE IS PRESENT. - . FROM BOTH ENDS OF
OTHERWISE PLUG END. ;.•. » - ;' �.. 2-WAY CLEANOUT TEE .
P + •. .n - II CLEANWT TEE II- IIvN P•l p,,.I
EXIST. OR PROP.
SEWER SVC
STAINLESS STEEL
BOLTS POLYETHYLENE
r 1'5" 4
PVC NCIQFAAfN�OyUFTT{W�I/S.SL�. J901 TS
FAR UN-P/VCIIFA -0;
MIN.
MIN.
STAINLESS STEEL
BOLTS
r 1,5' o CAST IRON
iT-�tl 0-RING
i CAST IRON
7'1PIPE BELL OR
RUBBER SLEEVE
COUPLING
PVC OR DIP
!AST (pl CIL
6NAIJT I�;?AS /S.S.
NOTES:
1. PIPE AND FITTINGS MUST BE SDR-26 PVC OR
DUCTILE IRON WITH CERAMIC EPDXY LINING AS
INDICATED IN THE DRAWINGS.
2. PROVIDE RUBBER SLEEVE COUPLINGS WITH
STAINLESS STEEL DOUBLE -BAND REPAIR SLEEVES
TO CONNECT TO EXISTING SERVICE TIGHTEN
SLEEVES TO THE TORQUE RECOMMENDED BY THE
MANUFACTURER.
3. CONCRETE ENCASEMENT PER SECTION 03 30 00.
4. SEWER SERVICE SHALL INCLUDE ALL
APPURTENANCES FROM SEWER MAIN UP TO AND
INCLUDING RUBBER SLEEVE COUPLING OR PLUG.
5. THE LONG DIMENSION OF THE CONCRETE
CLEANOUT COLLAR SHOULD BE PARALLEL TO THE
STREET.
SEWER SERVICE MATERIAL
AS INDICATED IN
DRAWINGS, SLOPE VARIES.
TEE
CRUSHED ROCK
j} I ?_ M
EMBEDMENT PER '^
SECTION 33 05 10 r a C
> POLYETHYLENE
CAST IRON CLEANOUT �� < CLEANOUT W/LID AND
W/UD AND CONCRETE y• CONCRETE COLLAR
COLLAR MUST BE '+'p MUST BE COMPLETELY
COMPLETELY INSIDE OUTSIDE OF SIDEWALK
DRIVEWAY SIDEWALK
RIGHT -OF -WA LINE RIGHT -OF -
.WAY LINE
SID JALK I SID+11K
II DRIVEWAY CURB I) CURB &
APPROACH UTTER �GLI TIER
�j� (�` S�TRR(E'ETy�J [
AIFCES`�'1RV. VNTDkt =F l
STREET
T F Al 5$-�N
ORTWo CITY OF FORT WORTH. TEXAS REVISED: 09.16.2021
SANITARY SEWER SERVICE 33 31 50-D214
CONTACT INFORMATION
hlC WMIlUCM4AW1CMrtRMFfIX10wwG�TtLlSrawGFS HOMiO
UG WTric.T[.�pr,OG.rga
+TOT+.Tr avranRencma �a.�i.`csK'e
woa�=.+aa:atac..rcr. asm
x+a+."o+s amarro
.0 or.rc.+.crznrcz ram"�'rr
.s.... o,w.u+.,rrcswe.nrcxr.ra,.+x.,.nrn
REVISIONS
CrrvPaoJECTnO. raav
sE ER PROJECTNO. 3lof4CMot]6A1fnro-1C'KM'400fte0
WATER PROAiCTN0.560PlO W 0470.5lappf0.f02G690Tfel0
CITY OF FORT WORTH, TEXAS
WATER DEPARTMENT
SYCAMORE CREEK RELIEF INTERCEPTOR
PHASE3
CITY OF FORT WORTH SEWER STANDARD
DETAIL
Lan
Contract Compliance Manager
By signing I acknowledge that I am the person responsible
for the monitoring and administration of this contract, including
ensuring all performance and reporting requirements.
Bijay Upreti �'N „aY-Upl
.- 2025 o 11 141
Signature
Bijay Upreti, P.E.
Name of Employee
Sr. Professional Engineer
Title
d494IlIl�
0
�OFFCRt�y9dp
v
ATTEST:
�\�
O�nIl nEX65aa
Jannette S. Goodall
City Secretary
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX