HomeMy WebLinkAboutContract 61865-CO3CSC No. 61865-0O3
FORT WORTH®
City of Fort Worth
Change Order Request
Project Name l 103969 Round 5 CD 9 Street
Repair Program
I
City Sec # I 61865
Client Project #(s)l 103969 & CO2445
Project)
Description
Street Repair Program Near South Side
Medical District Water and Sanitary Improvements
Contractorl Woody Contractors Inc.
Change Order #1
3
1
Datel 7/14/2025
City Project Mgr. l Gustavo A. Vallejo
City Inspectorl
Charles Hayes
Dept.
Unit 1: Water
Unit 2: Sewer
Unit 3: Paving
Unit 4: Storm
Contract Time
Totals (CD)
Original Contract Amount
$4,489,626.40
$1,227,857.80
$4,315,997.10
$0.00
$10,033,481.30
450
Extras to Date
$25,424.80
$25,424.80
15
Credits to Date
Pending Change Orders (in M&C Process)
Contract Cost to Date
$4,515,051.20
$1,227,857.80
$4,315,997.10
$0.00
$10,058,906.10
465
Amount of Proposed Change Order
$0.00
$0.00
$365,325.00
$75,020.40
$440,345.40
15
Revised Contract Amount
$4,515,051.20
$1,227,857.80
$4,681,322.10
$75,020.40
$10,499,251.50
480
Original Funds Available for Change Orders
$224,481.00
$61,393.00
$215,799.86
$501,673.86
Remaining Funds Available for this CO
$199,056.20
$61,393.00
$215,799.86
$0.00
$476,249.06
Additional Funding (if necessary)
$149,525.14
$75,020.40
$224,545.54
CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 4.64%
MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST+ 15%) $12,541,851.63
JUSTIFICATION (REASONS) FOR CHANGE ORDER
IN ACCORDANCE WITH THIS CHANGE ORDER, THE CONTRACTOR SHALL: Furnish all labor and materials necessary to perform the work outlined in Change Order #3.
Change Order #3 includes the replacement of a damaged storm drain inlet on W. Tucker St, and the replacement of approximately 78 feet of 24" storm drain pipe at the
intersection of W. Tucker and Lipscomb St. It also includes the abandonment of an existing stormwater manhole and pipes that are in poor condition. This includes plugging
and filling them from the existing inlet at the southeast corner of W. Tucker & Lipscomb to the inlet further southeast on W. Tucker Street. These stormwater-related items were
not part of the original contract scope. In addition to the stormwater items, the change order includes the removal of existing concrete pavement at Galveston, Pulaski, 6th St,
W. Peter Smith, May St, , and Lake St, and the necessary flexbase to raise the ground level due to the concrete pavement removal. The concrete was discovered beneath the
existing asphalt during construction.
Time: The staff supports the contractor's request for an additional 15 days to complete the expanded scope of work.
Cost: The City has compared the new bid items with current contract prices from other projects under construction at the time of the change order, and has determined that the
contractor's proposed pricing is fair and reasonable.
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.
ontractor Name
Woody Contractors, Inc. Troy Woody
.,��,.,.,, �,,,,�o„
Date
07/28/25
Inspector/Inspection Superviso Date
Project and Contract Compliance Manager
Date
TMy uw 07/28/25
r
07/28/25
m Manager Date
Senior Capital Project Officer
Date
07/28/25
K-10""
07/28/25
Date
Director, Contracting Department (Dept)
Date
PaMcia L Wadsack 08/04/25
Pahioa L.-d—k (Aug 4, 202511.16 48 CDT)
--�'^-�
08/04/25
Assistant CityAttorney
Assistant CityManager
Date
08/04/25
L'.
08/08/25
Council Action (if requir
M&C Number I 25-0597 I M&C Date Approved 1 6/24/20251
ATTEST: �oF FORr$
od
�° " ' p=o_ OFFICIAL RECORD
Jannette Goodall, City Secretary °ap an.x ng44d CITY SECRETARY
FT. WORTH, TX
FORT WORTH
City of Fort Worth
-W.
Change Order Additions
Project Name 1 103969 Round 5 CD 9 Street Repair
Program
City Sec # 1 61865 1
Client Project # 1 103969 & CO2445
I
Contractorl Woody Contractors Inc.
I PMI Gustavo A. Vallejo I
Inspectorl Charles Hayes
l
Change Order
Submittal # 0
Date 1 7/14/2025 1
ADDITIONS
IIEM
UtSUKIPI IUN
DEPI
Uty
Unit Unit Cost
total 1
1
9999.0001Mobilization
Unit 4:Storm
1.0000000U
to $6,000.OU
$6,000.001
2
0241.4001 Remove 5' Curb Inlet
Unit 4: Storm
1.00000000
EA $1,500.00
$1,500.001
3
0241.1300 Remove Cone Curb & Gutter
Unit 4: Storm
16.00000000
LF $14.30
$228.801
4
0241.0100 Remove Sidewalk
Unit 4: Storm
48.00000000
SF $3.60
$172.801
5
0241.3013 Remove 18" Storm Line
Unit 4: Storm
30.00000000
LF $20.00
$600.001
6
0241.3102 18" Storm Abandonment Plug
Unit 4: Storm
7.00000000
CY $1,000.00
$7,000.001
7
3305.0112 Concrete Collar for Manhole
Unit 4:Storm
2.00000000
EA $2,500.00
$5,000.001
8
3349.5001 10'Curb Inlet
Unit 4:Storm
1.00000000
EA $11,000.00
$11,000.001
9
3341.0103 18" RCP, Class III
Unit 4: Storm
56.00000000
LF $190.00
$10,640.001
10
3213.03014" Cone Sidewalk
Unit 4: Storm
48.00000000
SF $13.80
$662.401
11
3305.0103 Exploratory Excavation of Existing Utilities
Unit 4: Storm
2.00000000
EA $1,870.00
$3,740.001
12
0241.170011" Pavement Pulverization
Unit 4: Storm
56.33000000
SY $13.00
$732.291
13
3211.0601 CEMLIME TM
Unit 4: Storm
1.08000000
TON $440.00
$475.201
14
3212.0302 3" Asphalt Pvmt Type D (DG-D)
Unit 4: Storm
56.33000000
SY $27.00
$1,520.911
15
3301.0012 Post -CCTV Inspection
Unit 4: Storm
180.00000000
LF $9.16r
$1,647.001
16
3301.0003 Final -CCTV Inspection
Unit 4: Storm
180.00000000
LF $7.00
$1,260.001
17
3471.0001 Traffic Control
Unit 4: Storm
0.50000000
MO $4,900.00
$2,450.001
18
0241.3015 Remove 24" Storm Line
Unit 4: Storm
78.00000000
LF $20.00
$1,560.001
19
3341.0205 24" RCP, Class III
Unit 4: Storm
78.00000000
LF $212.00
$16,536.001
20
3211.0112 6" Flexible Base, Type A, GR-1
Unit 4: Storm
75.00000000
SY $30.60
$2,295.001
85
9999.0002 Remove Unreinforced Cone Pvmt
Unit 3: Paving
6,875.00000000
SY $43.00
$295,625.001
86
3211.0112 6" Flexible Base, Type A, GR-1
Unit 3: Paving
1,700.00000000
TON $41.00
$69,700.001
I
1
I
1
I
1
I
1
I
I
I
I
I
I
I
1
I
1
I
1
I
1
I
1
I
Unit 1: Water
1
I
1
I
I
I
I
I
I
I
1
I
1
I
1
I
1
I
1
I
1
I
1
I
1
$0.001
Unit 2: Sewer
$0.001
Unit 3:Paving
$365,325.001
Unit 4:Storm
$75,020.40I
Sub Total Additions
$440,345.40I
Change Order Additions Page 4 of 6
I tM
FOR_ rH City of Fort Worth
Change Order Deletions
Project Name 1 103969 Round 5 CD 9 Street Repair Program City Sec # 1 61865
Client Project # 1 103969 & CO2445 I
Contractorl Woody Contractors Inc. I PM I Gustavo A. Vallejo I Inspectorl Charles Hayes I
Change Order Submittal # 0 Date 1 7/14/2025 1
DELETIONS
Ut5UKIF'1IUN UtF'I Uty unit unit Cost
total 1
I
1
1
1
1
1
1
1
1
1
1
I
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Unit 1:'Nater
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
0.001
Unit 2: Sewer
0.001
Unit 3:Paving
$0.001
Unit 4: Storm
$0.001
Sub Total Deletions
$0.001
Change Order Deletions Page 5 of 6
M/SBE for this Change Order
M/SBE Sub Type of Service Amount for this CO
Zamora Construction Concrete Flatwork $1,064.00
Lions Gate Logistics
Klutz Contractors, Inc
Hauling by dump truck - Rock & Sand Supplier $5,600.00
Concrete Structures $11,000.00
Total $17,664.00
Previous Change Orders
CO # DATE AMOUNT
1 12/4/2024 $0.00
2 2/28/2025 $25,424.80
Total 1 $25,424.80
6/26/25, 9:05 AM
M&C Review
CITY COUNCIL AGENDA
Create New From This M&C
Official site of the City of Fort Worth, Texas
FaTH
REFERENCE **M&C 25- 20CD9 STREET REPAIR
DATE: 6/24/2025 NO.: 0597 LOG NAME: PROGRAM ROUND 5 CO3-
WOODY
CODE: C TYPE: CONSENT PUBLIC NO
HEARING:
SUBJECT: (CD 9) Authorize Execution of Change Order No. 3 in the Amount of $440,345.40 and the
Addition of 15 Calendar Days to the Construction Contract with Woody Contractors, Inc.
for Round Five of the Council District 9 Street Repair and Reconstruction Program and
Near Southside Medical District Water and Sanitary Sewer Main Improvements
Project for a Total Revised Contract Amount of $10,499,251.50, Adopt Appropriation
Ordinance, and Amend the Fiscal Years 2025-2029 Capital Improvement Program
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize execution of Change Order No. 3 in the amount of $440,345.40 and the addition of
15 calendar days to City Secretary No. 61865 with Woody Contractors, Inc. for the
construction of Round Five of the Council District 9 Street Repair and Reconstruction Program
and Near Southside Medical District Water and Sanitary Sewer Main Improvements project
(City Project No. 103969); for a total revised contract amount of $10,499,251.50;
2. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations
in the Stormwater Capital Projects Fund by increasing estimated receipts and appropriations
in the Round 5-CD 9 Street Repair Program project (City Project No. 103969) in an amount
of $80,000.00 and decreasing estimated receipts and appropriations in the Drainage
Improvements programmable project (City Project No. P00043) by the same amount; and
3. Amend the Fiscal Years 2025-2029 Capital Improvement Program.
DISCUSSION:
On June 25, 2024, Mayor and Council Communication (M&C) 24-0555, awarded City Secretary
Contract No. 61865 to Woody Contractors, Inc., in the amount of $10,033,481.30 for the construction
of the Round Five of the Council District 9 Street Repair and Reconstruction Program and Near
Southside Medical District Water and Sanitary Sewer Main Improvements project (City Project No.
103969).
Two subsequent change orders revised the construction contract. Change Order No. 1,
administratively authorized on February 13, 2025, added bid items for 2-inch surface milling and
asphalt overlay at the intersection of Broadway Avenue and Galveston Avenue. It also revised the
scope at W. Magnolia Avenue and S. Lake Street to include a 30-inch gate valve in place of a
butterfly valve and additional connections to existing water mains in the vicinity of the project at no
additional cost. Change Order No. 2, administratively authorized on May 01, 2025, increased the
contract amount by $25,424.80 and added bid items for the replacement of an existing junction box,
24" RCP storm drain, and 30" RCP storm drain pipes that was necessary to allow for the proper
installation of the proposed 30" waterline.
This Change Order No. 3 will add new bid items for the replacement of a damaged storm drain inlet
and 24-inch pipe on West Tucker Street near Lipscomb Street, as well as the removal and grout filling
of deteriorated storm lines not included in the original scope. It also includes an additional bid item for
concrete pavement removal, which was discovered beneath the existing asphalt at several locations
during construction. Transportation and Public Works Department Stormwater Division's share of this
change order is $75,020.40.
apps. cfwnet.org/cou nciI_packet/mc_review.asp?I D=33458&counci Idate=6/24/2025 1 /3
6/26/25, 9:05 AM
M&C Review
The staff has reviewed and verified the quantities for the additional work under Change Order No. 3.
In addition, the staff recommends extending the contract time by 15 calendar days to complete the
work.
Staff recommends the use of the $215,799.86 in project contingency and $149,525.14 from the 2014
Bond Program — Fund 34014, already appropriated in the project, to fund the paving portion of this
change order.
The following table summarizes previous contracts actions and change orders:
Construction Contract
Original Contract Amount (M&C 24-0555)
Change Order No. 1 (Approved Administratively)
Change Order No. 2 (Approved Administratively)
Change Order No. 3
Date Amount
6/25/2024 $10,033,481.30
2/13/2025 $0.00
5/1 /2025 $25,424.80
This M&C $440,345.40
Revised Contract Amount $10,499,251.50
The action in the M&C will appropriate funds in support of Stormwater Improvements for the Round 5-
CD9 Street Repair Program project (City Project No. 103969), as follows:
Fund Name
Stormwater Capital Projects- Fund
52002
2014 Bond Program - Fund 34014
TIRZ - General Capital - Fund 30286
Street Rehabilitation - Fund 39408
Existing
Funding
$0.00
$932,545.14
$3,431,005.32
$662,907.81
Additional
Funding
Project Total*
$0.00 $932,545.14
$0.00 $3,431,005.32
$0.00 $662,907.81
Project Total $5,026,458.27 $80,000.00 $5,106,458.27
Funding is currently available in the Drainage Improvements programmable project (City Project No.
P00043) within the Stormwater Capital Projects Fund and detailed in the budget summary below:
Fund Name Project Name
Stormwater Drainage
Capital Improvement
Projects - Fund Projects -
52002 P00043
FY2025 CIP Budget Change Revised
Appropriations Increase/Decrease FY2025
Budget
$3,365,781.33 ($80,000.00) $3,285,781.33
This change order will have no impact on the Transportation and Public Works Department's annual
operating budget. Funding is budgeted in the Drainage Improvements programmable project within
the Stormwater Capital Projects Fund for the purpose of funding the Round 5-CD9 Street Repair
Program project.
DVIN/Business Equity — The Business Equity Division placed a 8.70\% business equity goal on this
Change Order/Amendment. Woody Contractors, Inc., has agreed/committed to utilize 4.01\% business
equity subcontractor participation, and Good Faith Effort (GFE) documentation was submitted, which
is in accordance with the City's Business Equity Ordinance. Any changes in subcontractors will be
reviewed by the Business Equity Division.
This project is located in COUNCIL DISTRICT 9
FISCAL INFORMATION/CERTIFICATION:
The Director of Finance certifies that funds are currently available in the Round 5-CD9 Street Repair
Prog project within the 2014 Bond Program Fund and in the Drainage Improvement Projects
programmable project within the Stormwater Capital Projects Fund and upon approval of the above
recommendations and adoption of the attached appropriation ordinance, funds will be available in
the 2014 Bond Program and Stormwater Capital Projects Funds for the Round 5-CD9 Street Repair
apps.cfwnet.org/counciI_packet/mc_review.asp?ID=33458&counciIdate=6/24/2025 2/3
6/26/25, 9:05 AM M&C Review
Program project to support the above recommendations and execution of this Change Order. Prior to
any expenditure being incurred, the Transportation & Public Works Department has the responsibility
to validate the availability of funds.
TO
Fund Department Account ' Project Program Activity Budget Reference # Amount
ID ID Year (Chartfield 2)
FROM
Fund Department Account Project Program Activity Budget Reference # Amount
ID I ID Year (Chartfield 2)
Submitted for City Manager's Office by_ Jesica McEachern (5804)
Originating Department Head: Lauren Prieur (6035)
Additional Information Contact: Monty Hall (8662)
ATTACHMENTS
103969 Compliance Memo Woodv Contractors Inc.pdf (CFW Internal)
103969 Form 1295 Woodv Contractors CO#3.pdf (CFW Internal)
103969 MC Map Woodv Contractors CO#3.pdf (Public)
103969 Project Budget Summary..pdf (CFW Internal)
20CD9 STREET REPAIR PROGRAM ROUND 5 CO3-WOODY funds availabilitv.ndf (CFW Internal)
20CD9 STREET REPAIR PROGRAM ROUND 5 CO3-WOODY Updated FID.xlsx (CFW Internal)
ORD.APP 20CD9 STREET REPAIR PROGRAM ROUND 5 CO3-WOODY 52002 A025(R2).docx (Public)
SAM Report Woodv Contractors Inc CO#3.pdf (CFW Internal)
apps.cfwnet.org/counciI_packet/mc_review.asp?ID=33458&counciIdate=6/24/2025 3/3
FORT WORTH
Routing and Transmittal Slip
Transportation & Public Works
Department
DOCUMENT TITLE• Round 5 CD 9 Street Repair Program — Near Southside Med Dist.
M&C: 25-0597 CPN: 103969/CO2445 CSO: 61865 DOC#:
Date: 6/24/2025
To:
Name
Department
Initials
Date Out
1.
Filogonio Munoz
TPW - initial
07/28/25
2.
Troy Woody
Contractor - signature
Troy ' Woody
07/28/25
3.
Charles Hayes
TPW - signature
!
07/28/25
4.
Gustavo Vallejo
TPW - signature
G6VVa„efO
07/28/25
5.
Greg Robbins
TPW - signatures
07/28/25
6.
Mary Hanna
TPW - signature
Ny"
07/28/25
7.
Patricia Wadsack
TPW - signature
PLW
08/04/25
8.
Lauren Prieur
TPW - signature
5"Pn—
08/04/25
9.
Doug Black
Legal - signature
7ougla=Blaak
08/04/25
10.
Jesica McEachern
CMO - signature
CA
08/08/25
11.
Jannette Goodall
CSO - signature
,�
08/08/25
12.
TPW Contracts
TPW
DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all
City Departments
requesting City Manager's
signature for approval MUST BE ROUTED TO THE
APPROPRIATE ACM for approval
first. Once the ACM has signed the routing slip, Jay will review
and take the next steps.
NEEDS TO BE NOTARIZED: [—]YES ®No
RUSH: ❑YES ®No SAME DAY: ❑YES ®No NEXT DAY: ❑YES ®No
ROUTING TO CSO: ®YES ❑No
Action Required: ❑ Attach Signature, Initial and Notary Tabs
❑ As Requested
❑ For Your Information
® Signature/Routing and or Recording
❑ Comment
❑ File
Return To: TPWContracts(&,FortWorthTexas.aov at ext.
Thank you!
7233 for pick up when completed.