Loading...
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.