Loading...
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