Loading...
HomeMy WebLinkAboutContract 61681-CO2CSC No. 61681-0O2 FORT WORTU. City of Fort Worth "11� Change Order Request Project Name I 2024 Bridge Rehabilitation Contract 1 City Sec # I 61681 Client Project #(s) I 105238 Project Bridge Rehabilitation at 14 Locations Description Contractor) Gibson and Associates, Inc. Change Order #I 2 I ate I 8/26/2025 City Project Mgr. I Tariqul Islam City Inspector I Henry Tristan Dept. Ti Contract Time Totals (CD) Original Contract Amount $702,890.50 $702,890.50 210 Extras to Date Credits to Date Pending Change Orders (in M&C Process) Contract Cost to Date $702,890.50 $702,890.50 210 Amount of Proposed Change Order $0.00 20 Revised Contract Amount $702,890.50 $702,890.50 230 Original Funds Available for Change Order $105,434.00 $105,434.00 Remaining Funds Available for this CO I $105,434.00 $105,434.00 Additional Funding (if necessary) CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 0.00% MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST +25%) $878,613.13 JUSTIFICATION (REASONS) FOR CHANGE ORDER IN ACCORDANCE WITH THIS CHANGE ORDER, THE CONTRACTOR SHALL: Furnish all labor and materials as specified in Change Order #2. This change order includes the addition of two bridge repair locations: the Park Hill Drive Bridge over Forest Drive and the Riverside Drive Bridge over the Trinity River. The Park Hill Drive Bridge sustained damage from a recent traffic incident and requires steel fence repairs. In addition, due to the deteriorated condition of the steel and concrete railings, painting is needed to restore and preserve the structure. The Riverside Drive Bridge was also damaged in a traffic incident and requires repairs to the steel railing. To address these repairs, this change order includes new bid items for steel rail repair, steel fence repair, and painting of steel and concrete railings. The net change order amount will be $0, as the cost of the additional work will be offset by deleting unused quantities from the original contract. Time: Staff supports the contractor's request for an additional 20 calendar days to complete the expanded scope of work. Cost: The City has reviewed the contractor's proposed unit prices and compared them with recent TxDOT average bid prices for similar steel fence repairs and painting of steel and concrete railings at the Park Hill Drive Bridge. The steel rail required for the Riverside Drive Bridge will be custom-made, as it is currently not available in the market, and TxDOT has no comparable bid prices. However, the contractor has submitted a detailed cost breakdown for the steel railing repair. Based on this analysis, staff has determined that the 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. Contractor's Company Nam Contractor (Name) Contract Signatur Date 09/02/25 Gibson and Associates, Inc. Trey Meador Try eado??` r(Sep2,20251726:13 CDT) Inspecto Date 09/02/25 Project and Contract Compliance Manager 1AU_ Date 09/03/25 Progr Date Senior Capital Project Officer Date 74kaAfaft 09/03/25 k-*-- 09/04/25 Assistant Director (Dept) Date Director, Con t) Date J .8.202513.3a.18—) 09/08/25 Po 09/08/25 Assistant Cit Date Assistant Citya M Date DEW-_.., 09/09/25 09/12/25 ouncil Action (if required) M&CNumber I N/A I M&C Date Approved IN/A ony ATTEST: g FORT QQQ ao°=° k� o °� p,�,o ° °s°o ao_ Jannette Goodall, City Secretary � �* QQQn�EXpgo'Oo OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORT WORTH City of Fort Worth *'--- Change Order Additions Project Name 1 2024 Bridge Rehabilitation Contract 1 City Sec p 1 61681 Client Project q 1 105238 1 Contractor I Gibson and Associates, Inc. I PM I Tariqul Islam I Inspector I Henry Tristan I Change Order Submittal a F-2 I Date 1 8/26/2025 ADDITIONS ITEM DESCRIPTION DEPT City Unit Unit Cost Total 1 New- 31 Steel Rail Repair - Riverside Dr Bridge TPW 18.00000000 LF $1,300.00 $23,400.001 New - 32 Steel Fence Repair- Park Hill Or Bridge TPW 1.00000000 LS $16,500.00 $16,500.001 New - 33 Clean and Paint Concrete Rail - Park Hill Or Bridge TPW 1.00000000 LS $24,000.00 $24,000.00 1 New - 34 Clean and Paint Metal Rail - Park Hill Dr Bridge TPW 1.00000006 LS $46,000.00 $46,000.00 I New - 35 Traffic Control TPW 1.00000000 LS $6,000.00 $6,000.001 TPAt $115,900.001 1 1 1 Sub Total Additions $115,900.001 Change Order Additions Page 2 of 4 Foe_ T�H City of Fort Worth Change Order Deletions Project Name 2024 Bridge Rehabilitation Contract 1 City Sec # 1 61681 Client Project# 105238 1 Contractor) Gibson and Associates, Inc. I PMI Taricul Islam I Inspectorl Henry Tristan I Change Order Submittal # 2 Date 1 8/26/2025 DELETIONS ITEM DESCRIPTION DEPT 16 RAISING EXISTING STRUCTURES TPW 19 SHORT RADIUS TPW Qty Unit Unit Cost Total 5.00000000 EA $17,000.00 $85,000.00� 15.45000000 LF $2,000.00 $30,900.00� TPJJ $115,900.00� Sub Total Deletions $115,900.00 Change Order Deletions Page 3 of 4 M/SBE for this Change Order M/SBE Sub Type of Service Amount for this CO Not Applicable Not Applicable Previous Chanee Orders Not Applicable Total $0.00 Co # DATE AMOUNT 1 6/2/2025 $0.00 Total I $0.00 I FORT WORTH. Routing and Transmittal Slip Transportation and Public Works Department DOCUMENT TITLE: 2024 Bridqe Rehabilitation Contract 1, CO 2 M&C CPN 105??R DATE: To: 1. Crystal Greene (Business Support) 2. Gibson & Associates, Inc.— Trey Meador 3. Henry Tristan (Inspector) 4. Oscar Aguillon (Sr. Inspector) 5.Tariqul Islam (PM) 6 Zelalem Arega (PGM) 7 Mary Hanna (SCPO) 8. Patricia Wadsack (AD) g Lauren Prieur (Director) 10. Doug Black (ACA) 11.Jesica McEachern (ACM) Cso # 61681 DOC# INITIALS DATE OUT 09/03/25 TM 09/02/25 tfeiif y T-k&air 09/02/25 OA OA 09/03/25 Tl rI 09/03/25 Z41 09/03/25 ze�ae �L 09/04/25 09/08/25 09/08/25 09/09/25 Douglas Black C�A 09/12/25 12. Jannette Goodall (CS) Ja�fnetteGoodall 09/12/25 DOCUMENTS FOR CITY MANAGER'S SIGNTURE: 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: U Yes ❑✓ No RUSH: ❑Yes ❑✓ Nc ❑ Yes ❑✓ No NEXT DAY: ❑ Yes ❑✓ No ROUTING TO CSO: ❑✓ Yes [—]No Action Required: ❑ As Requested ❑ Attach Signature, Initial and Notary Ta ■ Signature/Routing and or Recording ❑ Comment ❑ File Return to: Please call at ext. for pick up when completed. Thank you.