Loading...
HomeMy WebLinkAbout063082-CO1 - Construction-Related - Contract - Thalle Construction Company, Inc.CSC No. 63082-CO1 FC�Ii"I' W(�R1'H City of Fort Worth l"!�"� Change Order Request j—'N'or��is�lff = P ase ff= -5�Tncfi�� i ransmission nnain � City Sec No.: � 63082 { Project Name:� �d Chaoel Hill Wesl - Phases I and II , Project No,�s):� 104940-2 I DOE No. � N�A � City Proj. No.: � �o4saa2 E � Inslallation of a 54" water transmission main. Project also includes paving, draiange, and slreet lighting improvements for � ProJect Description: Fleming Ranch Road. Contractor;� Thalle Construclion Company, Inc. � Change Order # � 1_� Dale: � 1211012025 � City Project Mgr.� Preeli KC � City Inspector: � Carmen Drake � Phone Number:� 817-392-5467 � Phone Number:� 682-432-5486 � Dept. Fleming Ranch Road Improv. ( Contract Time Water - Part I Totals Part II Part III (Calender days) OriginalContractAmount �$28,687,630.44 52,099,427.30 51,529,223.00 �32,316,280.74 450 Extras to Date � Credits to Date � Pending Change Orders (in M&C Process) � Contract Cost to Date $28,687,630.44 � $3,628,650.30 $32,316,280.74 450 �Amount of Proposed Change Order $313,365.00 r $0.00 $313,365.00 Revised ContractAmount $29,000,995.44 I $3,628,650.30 $32,629,645.74 450 Original Funds Available for Change Orders � 5573,753.00 r 50.00 5573,753.00 Remaining Funds Available for this CO �$573,753.00 I $573,753.00 � Additional Funding (if necessary) � � � CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT I 1.09% I MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST + 25%) � 540,395,350.93 � JUSTIFICATION (REASONS) FOR CHANGE ORDER Change Order No.1 will provide for increased quality of by other than open cut installation in lieu of open cut installation in order to avoid removing and replacing an extensive storm drain outfall headwall lhat is in direct conflict with project waler main. � It is understood and agreed lhat the acceplance of this Change Order by the conhactorconstilutes 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. � Contractors CompanV Name i Contractor Name � C i Si � I Date Thalle Construction Company, Inc. � Chase Randall � j,2,/(a/Zf � �In ector /� Date Pro ecl Mana er Date ���� �� 12�� 1 /2�25 ��� �� 12-10-25 Directar,��,,�aterDapt) Date Const�uc� , Su erviF� LWaterDepU Date ��vtr ou,-"' rravae� 7� , 5, 2/15/202� �C� �t�.�" , 2i„i2o2 � .�i � � �;�,� Se 'or s5istant Cily Aitorney Date Assistant Cily Manager Date — . _ . _., . . . .._ lz/16/2oz 1���r � 1 19 2 Council Action {If Requlred] M&C Number � 2r1157 � M&C Date Approved � 111y1'LUYb � OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FO RT WO RT H City of Fort Worth Change Order Additions Project Name � Norlhsitle III - Phase II - 54-Inch Water Transmission Main � City Sec No.: � 63082 Project No.(s): � 104940-2 � DOE No.� N/A � City Proj. No.: � 104940-2 Project Installation of a 54" water transmission main. Project also includes paving, draiange, and street lighting improvements Description for Fleming Ranch Road. � Contractor � Thalle Construction Company, Inc. � Change Ortler: 1� Date: � 8/25/2025 � City Project Mgr. � Preeti KC � City Inspector � Carmen Drake � ADDITIONS I I tM UtSChtll' l IUN DEPT QtY Unit 7B 9999.0001 78" Tunnel Liner Plate by Other lhan Open Cut Water 98.00 LF 13 3305.2012 54" Water Carrier Pipe Water 98.00 LF �Water Unit Cost 1 Total $3,250.00 $318,500.00 $670.00 $65,660.00 Page 1 of 1 �Additions Sub Total $384,160.00 $384,160.00 FO RT WO RT H City of Fort Worth Change Order Deletions �\V���iJ��G i��' � I�OJG i�' U�-I��VII vY�lGl IIOIIJIIIIJJIVII IYIOIII Project Name I„�,� rh.,..,.i u�u �ni..�� oti.,..,,� i.,.,.+ u I City Sec No.: � 63082 Project No.(s): I 104940-2 � DOE No. � I N/A City Proj. No.: #REF! Project Description I Installation of a 54" water transmission main. Project also includes paving, tlraiange, and street lighting � improvements for Fleming Ranch Road. Contractor � Thalle Construction Company, Inc. I Change Order: 1� Date I 12/1012025 � Cily Project Mgr. � Preeti KC I City Inspector: � Carmen Drake � DELETIONS ITEM DESCRIPTION DEPT Qty Unit Unit Cost Total 1A 3311.1161 54" Steel AWWA C200 Water Pipe Waler 3A 3311,1164 54" Steel AWWA C200 Water Pipe (Restrained Joints) Water 9999.0009 54" Steel AWWA C200 Water Pipe, Deep Trench i/�/ater 6A Backfill (Restrained Joints) 29 3292.0400 Seeding, Hydromulch Water 30 3291.0100 Topsoil Water 61.00 LF 8.00 LF 29.00 LF 817.00 SY 68.00 CY Water $550.00 $610.00 $980.00 $1.00 $46.00 $33,550.00 $4,880.00 $28,420.00 $817.00 $3,128.00 $70,795.00 Page 1 of 1 Deletions Sub Total $70,795.00 MNVBE Breakdown for this Change Order MWBE Sub I Type of Service � Amount for this CO Total $0.00 Previous Change Orders co# I DATE � AMOUNT Total $0.00 Page 1 of 1 12/10/2025 CPN 104940-2 Northside III Phase II 54-Inch Water Transmission Main and Chapel Hill West Phases I and II Chan�e 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, December 9, 2025 LOG NAME: 60NS111541NWTMPH2FRRC01-THALLE SUBJECT: REFERENCE NO.: **M&C 25-1157 (CD 7 and ETJ) Authorize Execution of Change Order No. 1 in the Amount of $313,365.00 to a Contract with Thalle Construction Company, Inc for Northside III, Phase 2, 54-Inch, Part 1 and Chapel Hill West Addition, Phase 1 and 2 Project for a Revised Contract Amount of $32,629,645.74, and Adopt Appropriation Ordinance to Effect a Portion of Water's Contribution to the Fiscal Years 2026-2030 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of Change Order No. 1 in the amount of $313,365.00 to City Secretary Contract No. 63082, a construction contract with Thalle Construction Company, Inc. for the Northside II I, Phase 2, 54-inch, Part 1 and Chapel Hill West Addition, Phase 1 and 2 project for a revised contract amount of $32,629,645.74; and 2. Adopt the attached Appropriation Ordinance adjusting estimated receipts and appropriations in the Water and Sewer Revenue Bonds Series 2023 Fund by increasing estimated receipts and appropriations in Northside III 54-inch Water Transmission Main project (City Project No. 104940) in the amount of $313,365.00 and decreasing estimated receipts and appropriations in the Commercial Paper project (City Project No. UCMLPR) by the same amount, to effect a portion of Water's contribution to the Fiscal Years 2026-2030 Capital Improvement Program. DISCUSSION: On February 25, 2025, Mayor and Council (M&C) 25-0150, the City Council authorized a contract (City Secretary Contract No. 63082) with Thalle Construction Company, Inc. in the amount of $32,316,280.74 for the Northside III, Phase 2, 54-inch, Part 1 and Chapel Hill West Addition, Phase 1 and 2 in project NS11154-inch WTM (City Project No. 104940). Change Order No. 1 will provide for increased quality of by other than open cut installation in lieu of open cut installation in order to avoid removing and replacing an extensive storm drain outfall headwall this is in direct conflict with project water main. It is the practice of the Water Department to appropriate its Capital Improvement Program (CIP) plan throughout the Fiscal Year, 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 2026- 2030 Capital Improvement Program. Funding is available in the Commercial Paper project within the W&S Rev Bonds Series 2023 Fund for the purpose of funding the NS11154-inch WTM project. Appropriations for the NS11154-inch WTM project by Fund will consist of the following: Fund Existing Additional project Total* Appropriations Appropriations W&S Rev Bonds Series 2023 - $4,623,807.00 $313,365.00 $4,937,172.00 Fund 56021 1N&S Rev Bonds Series 2025 - Fund 56023 Transportation Impact Fee Cap - Fund 30108 Developer Contribution - Fund 30104 Project Total $30,479,731.00 $324,702.15 $3,303,948.15 $38,732,188.30 $0.00� $30,479,731.00 $0.00 $324,702.15 $0.00 $3,303,948.15 $313,365.00�$39,045,553.30� *Numbers rounded for presentation purposes. The project is located in COUNCIL DISTRICT 7 and Extraterritorial Jurisdiction. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are currently available in the Commercial Paper project within the W&S Rev Bonds Series 2023 Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the W&S Rev Bonds Series 2023 Fund for the NS11154-inch WTM project. Prior to any expenditure being incurred, the Water Department has the responsibility to validate the availability of funds. FUND IDENTIFIERS (FIDs).: TO �Fund Department �Accoun Project Program ctivity Budget Reference # mount' I ID � � ID � Year I (Chartfield 2) � I FROM Fund Department Accoun ' Project Program ctivity Budget Reference # mount ID � ID � Year I (Chartfield 2) � CERTIFICATIONS: Submitted for Citv Manaqer's Office bv: Jesica McEachern (5804) Originating Department Head: Chris Harder (5020) Additional Information Contact: Preeti KC (5467) ATTACHMENTS 1.60NS111541NWTMPH2FRRC01-THALLE.pdf (Public) 2. 60NS111541NWTMPH2FRRC01-THALLE FundsAvail.docx (CFW Internal) 3. Form 1295 Certificate 101455829.ndf (CFw Internal) 4. ORD.APP 60NS111541NWTMPH2FRRC01-THALLE 56021_A026(R2) (2).docx (Public) 5. PBS CPN 104940.ndf (Public) 6. Revised_60NS111541NWTMPH2FRRC01-THALLE FID TABLE (NN 10.13.25) (1).xlsx (CFW Internal) 60NSIII541NWTMPH2FRRC01-THALLE FIDTable � 3 56021 0600430 I 4905163 UCMLPR UNSPEC 99g9 I I (S 133365 ( � 3 56021 0600430 4905163 104940 001780 9999 1 � 56021 � 0600430 � 5740010 � 104940 � 001780 � 9999 � � � $313,365.00�To pay contractor 3 56021 0600430 4905163 UCMLPR 2025 ($313,365.00) I 3 56021 0600430 104940 2025 $313,365.00 I 3 56021 0600430 UC M LPR 2025 ($313,365.00) � Contract Compliance Mana�er 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. P�� KC Signature Preeti KC Name of Employee Sr. Professional Engineer Title ATTEST: �FOR;^aa oFeo � a �� �� p!`o p.10 C/ `� �t�,1�v�.,�c—�c--4-- /� � Ad ��a� d l � aIIOn nEzps44 �\J Jannette Goodall City Secretary �•»��yr,��:�xK•�:�•� �y�i-�-�xy:»r��:�-i FT. WORTH, TX F�RT��RTHo City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name Thalle Construction Company, Inc. Subject of the Agreement: Nortns�de ���, Phase II -54 in WaterTransmission Main and Chapel Hill West- Phases I and II M&C Approved by the Council? * Yes 0 No ❑ If �so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes ❑✓ No ❑ 63082-001 If �so, provide the original contract number and the amendment number. Is the Contract "PermanenY'? *Yes 0 No ❑ If �unsure, see back page for permanent contract listing. Is this entire contract Confidential? *Yes ❑ No ❑✓ If only specific information is Confidential, please list what information is Confidential and the page it is located. Effective Date: 12/9/2025 Expiration Date: N/A If different from the approval date. If applicable. Is a 1295 Form required? * Yes ❑✓ No ❑ *If �so, please ensure it is attached to the approving M&C or attached to the contract. Proj ect Number: If applicable. *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes ❑✓ No ❑ Contracts need to be routed for CSO processin� in the followin� order: 1. Katherine Cenicola (Approver) 2. Jannette S. Goodall (Signer) 3. Allison Tidwell (Form Filler) *Indicates the information is required and if the information is not provided, the contract will be returned to the department.