Loading...
HomeMy WebLinkAboutContract 58318-CO1CSC No. 58318-COl FORT WORTH City of Fort Worth —� = Change Order Request Project Name: Sanitary Sewer Rehabilitation Contract 99 City Sec No.: 1 58318 Project No.(s):CO2720 I NTP I N/A I City Proj. No.: l CO2720 The replacement of deteriorated water and sanitary sewer mains located in the following streets, alleys, and easement: Angle Avenue, 29th Street, Prospect Avenue, Frank Felten Street, Loraine Street, Gould Street, Pearl Avenue, Markel Avenue, Oak Project Description: Grove Road, Easment between Lorain St & 29th St, and Alleys between - Clinton Avenue & Houston Street, Ross Ave & Clinton Ave, Clinton Ave & Ross Ave, Ellis Ave & Houston St, Ellis Ave & Main, Main St & Commerce St, Clinton Ave & Houstin St, 29th St & 30th St. Contractor, William J. Schultz, Inc. dba Circle C Construction Change Order # 1 Date: 6/1112025 City Project Mgr.1 John Kasavich, P.E. City Inspector: Eric Tinner Phone Number:1 817-392-8480 Phone Number: 817-478-1783 Dept. Water Sewer Totals Contract Time (Calender days) Original Contract Amount $1,316,330.00 $5,141,197.00 $6,457,527,00 540 Extras to Date $0.00 $0.00 $0.00 Credits to Dale Pending Change Orders (in M&C Process) Contract Cost to Date $1,316,330.00 $5,141 ``197.00 $6,467,527.00 ,540 Amount of Proposed Change Order 1251,240.00 $483,418.75 1734,658.75 330 Revised Contract Amount $ ,667,570.00 $5,624,615.75 $7, 92,185.75 870 Original Funds Available for Change Orders $78,980.00 $179,942.00 $258,922.00 Remaining Funds Available for this CO $78,980.00 $179,942.00 $258,922.OD Additional Funding (if necessary) CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 11.38% MAXALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST+ 25%) $8,071,908.75 JUSTIFICATION (REASONS) FOR CHANGE ORDER Change Order No.1 will primarily provide compensation for the following: Replacement of industrial type pavement that was encountered during construction on Angle Avenue, The installation of polyvinyl chloride (PVC) pipe in lieu of ductile iron pipe (DIP) due to non -availability of DIP pipe. 8-inch carrier pipe for by other than open cut installation that was inadvertently omitted at the time the project was advertised for bid. • Replacement of segments of sanitary sewer pipe by trenchless pipe enlargement instead of open cut in order to expedite construction and additional traffic control on the project. Staff concurs with the contractor's request for additional 330 calendar days to be added to the project for the change order. 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. Contractor's Company Name Contractor Name Contractor Signature Date William J. Schultz, Inc. dba Circle C Consirucuon I Teri Skelly + �� ' �f� - // • Zs - Ins ector Date Project Manager " Date 6/16/25 Director (Water Dept) Date Construction Supervisor (TPW Dept) Date ��! 1 06/18/2025 Sr. Assistant City Attorney Date Assistant City Manager_ Dale 06/20/2025 , -, 06/23/2025 Council Action (If Required) M&C Number 25-0514 M&C Dale Approved 6/10/2026 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX F0RT `WORTH City of Fort Worth Change Order Additions Project Name Sanitary Sewer Rehabilitation Contract 99 J Cily Sec No.: 1 58318 Project No.(s): CO2720 DOE No.I N/A I City Proj. No., I CO2720 The replacement of deteriorated water and sanitary sewer mains located in the following streets, alleys, and easement: Project Angle Avenue, 29th Street, Prospect Avenue, Frank Felten Street, Loraine Street, Gould Street, Pearl Avenue, Market Description Avenue, Oak Grove Road, Easment between Lorain St & 291h St, and Alleys between - Clinton Avenue & Houston Street, Ross Ave & Clinton Ave, Clinton Ave & Ross Ave, Ellis Ave & Houston St, Ellis Ave & Main, Main St & Commerce St, Clinton Ave & Houson St, 291h St & 30th St. Contractor I William J. Schultz, Inc. dba Circle C Construction 1 Change Order: [= Date: I 6/11/2025 City Project Mgr. I John Kasavich, P.E. City Inspector I Eric Tinner ADDITIONS ITEM DESCRIPTION + DEPT Qty Unit Unit Cost ! Total Unit 1 -Water Improvements ADDITIONS 54 17'Wide Industrial Pavement (Water 12500.00 LF $130.00 $325,000,00 Unit 2 - Sanitary Sewer Improvements 6 3305.1103 20" Casing By Other Than Open Cut Sewer 1140.00 LF $825,00 $115,500.00 73 8" PVC Class 160 with CSS ISewer 11212.00 LF $385.00 $466,620.00 74 8" PVC Class 160 w/out CSS ISewer 1223.00 LF $350.00 $78,050.00 75 18" HDPE Pipe Enlargement ISewer 3371.00 LF 1$200.00 1 $674,200.00 76 !Remove and Replace 21" RCP w/CSS Backfill ISewer 140.00 ILF 1$275.00 1 $11,000.00 77 IRemove and Replace 18" RCP wICSS Backfill !Sewer 140.00 ILF 1$250.00 1 $10,000.00 78 1Modify Inlet Connection to Elevate ISewer 11.00 JEA 1$2,000.00 1 $2,000.00 79 IModify Junction Box Connection to Elevate (Sewer 11.00 JEA 1$2,000,00 1 $2,000.00 80 ITemporary Pavement Repair for Sewer Line ISewer 1800.00 ILF 1$30.00 1 $24,000.00 81 18" Carrier Pipe for BOTOC ISewer 649.00 ILF 1$200.00 1 $129,800.00 82 1Pearl Sewer Servoces ISewer 14.00 EA 1$3,500.00 1 $14,000.00 83 JGould Retaining Wall ISewer 11.00 ILS $3,500.00 $3,600.00 84 Message Boards ISewer I36.00 IWK 1$1,500.00 $54,000.00 85 Arrow Boards ISewer 132.00 JWK 1$1,000.00 1 $32,000.00 86 High Early Concrete ISewer 125.00 ISY I$300.00 1 $7,500.00 87 Straw Blanket for Slope Stabilization on top ISewer 1750.00 ISY I$10.00 I $7,500.00 88 Icement Increase ISewer 1100.00 JTN 1$25.00 1 $2,500.00 89 115" CIPP ISewer 1270.00 LF $260.00 $70,200.00 90 IMobilizalion ISewer I2.00 1EA 1$5,500.00 1 $11,000.00 91 Ilnstaliation of Storm Drain Conflict Structure Over 27" Pipe ISewer 11.00 EA I$9,500.00 $9,500.00 92 127" Storm RCP ISewer 18.00 ,LF I$300.00 ' $2,400.00 Water $325,000.00 Sewer 1$1,727,270.00 Additions Sub Total 1 1$2,052,270.00 Page 1 of 3 FORT WORTH City of Fort Worth Change Order Deletions Project Name Sanitary Sewer Rehabilitation Contract 99 City Sec No.: 58318 Project No.(s): I CO2720 I DOE No, I N/A City Proj. No.: CO2720 The replacement of deteriorated water and sanitary sewer mains located in the following streets, alleys, and easement: Angle Avenue, 29th Street, Prospect Avenue, Frank Felten Street, Loraine Street, Gould Street, Pearl Project Description Avenue, Market Avenue, Oak Grove Road, Easment between Lorain St & 29th St, and Alleys between - Clinton Avenue & Houston Street, Ross Ave & Clinton Ave, Clinton Ave & Ross Ave, Ellis Ave & Houston St, Ellis Ave & Main, Main St & Commerce St, Clinton Ave & Houstn St, 29th St & 30th St, Contractor I William J. Schultz, Inc, dba Circle C Construction Change Order: El Date I 6/11/2025 City Project Mgr. John Kasavich, P.E. City Inspector: I Eric Tinner DELETIONS ITEM IDESCRIPTION DEPT Qty Unit jUnit Cost Total Unit 1 -Water Improvements 24 3201.0151 4' Wide Asphalt Pvmt Repair, Water Service Water 432.00 LF $55.00 $23,760.00 53 9999,0001 Construction Allowance Water 1.00 LS $50,000.00 $50,000.00 Unit 2 - Sanitary Sewer Improvements 3 3331.4119 8" DIP Sewer Pipe w/ Proteccto 401 Coating/CSS Backfill Sewer 1352.00 EA $385.00 $520,520.00 4 3331.4119 8" DIP Sewer Pipe with Protecto 401 Coating Sewer 40.00 LF $350.00 $14,000.00 8 3331.210412" CIPP Sewer 265.00 LF $200.00 $53,000.00 9 3331.4116 8" Sewer Pipe Sewer 1470.00 LF $200.00 $294,000.00 39 3201.01114" Wide Asphalt Pvmt Repair, Residential Sewer 920.00 LF $75.00 $69,000.00 41 3201.0121 4' Wide Asphalt Pvmt Repair, Arterial Sewer 1508.75 LF $95.00 $143,331.25 72 9999.0001 Construction Allowance Sewer 1.00 LS $150,000.00 $150,000.00 Water $73,760.00 Sewer $1,243,851.25 Deletions Sub Total $1,317,611.25 Page 2 of 3 MIWBE Breakdown for this Change Order MWBE Sub Type of Service Amount for this CO Total $0.00 Previous Change Orders co# DATE AMOUNT Total $0.00 Page 3 of 3 CPN CO2720 Sanitary Sewer Rehabilitation Contract 99 Change Order 1 Notes Staff has reviewed the requested prices and considers them to be fair and reasonable. City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, June 10, 2025 REFERENCE NO.: **M&C 25-0514 LOG NAME: 6OSSRC99COl-CIRCLEC SUBJECT: (CD 2 and CD 8) Authorize Execution of Change Order No. 1 in the Amount of $734,658,75 to a Contract with William J. Schultz, Inc. dba Circle C Construction Company for the Sanitary Sewer Rehabilitation, Contract 99 and Adopt Appropriation Ordinance to Effect a Portion of Water's Contribution to the Fiscal Years 2025-2029 Capital Improvements Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of Change Order No. 1 in the amount of $734,658.75 and an additional 330 calendar days to City Secretary No. 58318, a contract with William J. Schultz, Inc. dba Circle C Construction Company for the Sanitary Sewer Rehabilitation, Contract 99 project for a revised contract amount of $7,192,185.75; and 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water and Sewer Capital Projects Fund in the amount of $734,659.00, transferred from available PayGo funds within the Water and Sewer Fund, for the purpose of funding the Sanitary Sewer Rehabilitation, Contract 99 project (City Project No. CO2720) and to effect a portion of Water's Contribution to the Fiscal Years 2025-2029 Capital Improvement Program. DISCUSSION: On September 27, 2022 by Mayor and Council Communication (M&C) 22-0734, the City Council authorized a construction contract with William J. Schultz, Inc. dba Circle C Construction Company in the amount of $6,457,527.00 for Sanitary Sewer Rehabilitation, Contract 99 project. Change Order No. 1 will primarily provide compensation for the replacement of industrial type pavement that was encountered during construction on Angle Avenue, the installation of polyvinyl chloride (PVC) pipe In lieu of ductile iron pipe (DIP) due to non -availability of DIP pipe, 8-inch carrier pipe for by other than open cut installation that was inadvertently omitted at the time the project was advertised for bid, replacement of segments of sanitary sewer pipe by trenchless pipe enlargement instead of open cut in order to expedite construction and additional traffic control on the project. It is the practice of the Water Department to appropriate its CIP plan throughout the Fiscal Year (FY), instead of within the annual budget ordinance, as projects commence, additional funding needs are identified, and to comply with bond covenants. The actions in the M&C will appropriate funds in support of the Water's portion of the City of Fort Worth's Fiscal Years 2025-2029 Capital Improvement Program, as follows: 60SSRC99COl-CIRCLEC Capital project FY2025 CIP Budget Change Revised Fund Name Appropriations Authority (Increase/Decrease) FY2025 Name Budget 1V&S CO2720 ___ Capital SaniSewer Projects — Rehab $0.00 This M&C $734,659.00 $734,659.00 Fund Contract 66002 99 Funding is available in the Transfer to Water/Sewer account of the Water and Sewer Fund for the purpose of funding the SaniSewer Rehab Contract 99 project within the Water & Sewer Capital Projects Fund. FY2025 - Water PAYGO Appropriations per City Ordinance 27107-09-2024 -- 1=Y2025 — --- - — — - -- -- Amended FY2025 PayGo YTD PayGo FY2025 Original (includes any Approved This M&C Remaining Adopted council actions for/Moved to PayGo PayGo subsequent to Capital Projects Balance budget adoption) $92,597,771.00 $151,458,196.00 ($59,085,878.00) ($734,659.00) $91,637,659.00 Note: There may be other pending actions or recently approved actions that are not reflected in the table due to timing. Appropriations for Sanitary Sewer Rehabilitation, Contract 99 project are as depicted below: Fund Existing Additional project Total* Appropriations Appropriations W&S Capital Projects Fund $7,919,198.00 $734,659.00 $8,653,857.00 56002 _ Project Total $7,919,1913.00 $734,659.00 ,$8,653,867.00 *Numbers rounded for presentation purposes. Business Equity - William J. Schultz, Inc. dba Circle C Construction Co. agrees to maintain its initial M/WBE commitment of 16 percent that it made on the original contract and extend and maintain that same M/WBE commitment of 16 percent to this first change order. Therefore William J. Schultz, Inc. dba Circle C Construction Company remains in compliance with the City's M/WBE Ordinance and attests to its commitment by its signature on the Acceptance of Previous M/WBE Commitment form executed by an authorized representative of its company. This project is located in COUNCIL DISTRICT 2 and 8. FISCAL INFORMATION I CERTIFICATION: The Director of Finance certifies that funds are available in the Water & Sewer Fund, and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the W&S Capital Projects Fund, for the SaniSewer Rehab Contract 99 project to support the above recommendations and execution of the change order. Prior to any expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. FUND IDENTIFIERS (F1Ds),: TO Fund _ _ Department ID_ "coProject ID 1�—rogramctivity I Budget Reference # Year (Chartfield 2) mount _ I FROM Fund Department ID ccounJ Project ID Program _m f ctivity Budget Year Reference # - mount _ _I (Chartfield 2) CERTIFICATIONS: Submitted for Citv Manaqer's Office bw Jesica McEachern (5804) Originating Department Head: Chris Harder (5020) Additional Information Contact: John Kasavich (8480) ATTACHMENTS 1. 25-58318 (APCF C01 Sanitary Sewer Rehabilitation, Contract 99)-NS,pdff 2. 60SSRC99C01-CIRCLEC FID Table (WCF 04.25.25),&I (CFW Internal) 3. 60SSRC99COl-CIRCLEC funds avail.docK (CFW Internal) 4. 60SSRC99COl-CIRCLEC Map.pdf (Public) 5. Form 1295,pdf (CFW Internal) 6.ORD.APP 0SSRC99CO1-CIRCLEC 56002 A0Z5-(t ).docx (Public) 7. PBS CPN CO2720.p-df (CFW Internal) (CFW Internal) 6OSSRC99COI-CIRCLEC FED Table 2 56002 0600430 2 56002 0700430 2 56002 0600430 4956001 CO2720 C01780 9999 2 56001 0709020 5956001 j 1 1 56002 0600430 5740010 CO2120 C01780 6 9999 1 I I 56002 I 0700430 574003.0 CO2720 C01780 9999 $251,240.00 $483,419.00 $483,418.75 Pay to Contractor .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. 12 Signature John R. Kasavich Name of Employee Engineering Manager Title goovovQ�� q4 FORT �d F00000000a�09��0 �"s do ATTEST: acid oxd pip f °moo °° da�Il nEXA`oo4p Jannette Goodall City Secretary OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX