HomeMy WebLinkAbout059320-CO7 - Construction-Related - Contract - S.J. Louis Construction of TexasCSC No. 59320-CO7
FOR_ _ T WORTH. City of Fort Worth
Change Order Request
Project Name 103664 - Grand Ave Ph2 Pt2 City Sec # 59320
Client Project #(s) 103664/103665/C00969
Project Description) This will be the continuation in Phase 2 which will include the installation of (3)-72" RCPs to connect the existing Grand Avenue line with the new outfall to the
West Fork downstream of the isolation gates
Contractor S.J. Louis Construction of Texas Change Order # 7 Date 2/19/2026
City Project Mgr. I Max Aransen, P.E. City Inspector Jeremy Koonce
Dept.
Original Contract Amount
Extras to Date
Credits to Date
Pending Change Orders (in M&C Process)
Contract Cost to Date
Storm Drain
Sewer
Water
Totals
Contract Time
(CD)
$21,114,746.00
$1,635,338.50
$0.00
$22,750,084.50
400
$444,277.72
$46,400.00
$206,792.00
$697,469.72
408
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$21,559,023.72
1 $1,681,738.50
1 $206,792.00
1
$23,447,554.22
808
Amount of Proposed Chancie Order
1 $68.932.45
1 $0.00
1 $0.00
1
1 $68.932.45
1 0
Original Funds Available for Change Orders
Remaining Funds Available for this CO
Additional Funding (if necessary)
CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 3.37%
MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST + 25%) $28,437,605.63
JUSTIFICATION (REASONS) FOR CHANGE ORDE
This Change Order consolidates CMR 14 through 17 for additional work items added or requested during construction of the Grand Avenue Bypass Storm Drain Project. Items
4a and 4b address the replacement of the failing existing 54" arch pipe at Sta.10+06, which was cracking and collapsing; SJ Louis and the City of Fort Worth agreed to install 60"
Reinforced Concrete Pipe (Class III) by open cut and connect to the existing arch pipe with a concrete collar. Items 24 and 26 are for reconnection of an existing 4" sewer service
for the Tarrant Regional Water District (TRWD) building near Sta. 4+15 that was not shown on the plans and needed to remain operational; SJ Louis rerouted a new 4" PVC line
to the existing service at Sta. 4+87 to maintain service. New Item 1 includes furnishing and installing a 12" Reinforced Concrete Pipe and connecting to the existing Inlet near
Tarrant Regional Water District (TRWD) property as the lateral was not shown in the plan earlier. New Item 2 includes installation of 98 LF of Type A Pedestrian Handrail (TxDOT
STD PRD-13) at the headwall at Sta. 0+58 for pedestrian safety due to close proximity to foot traffic as requested by Tarrant Regional Water District. The prices for new items 1
and 2 were verified as the City required SJ Louis to send in the manufacturer's receipts, and the prices agreed on were shown to be reasonable based on the hour and labor
breakdowns also submitted by SJ Louis. Items 4a, 4b, 24, and 26 were existing items with easily verifiable prices. Moreover, city finds all item numbers prices are fair and
reasonable regarding this 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. 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 Name
Contractor (Name) Contract Signatur
Date
S.J. Louis Construction of Texas
Adam Lunsford
03/12/2026
Inspector/Inspection Supervisor
Date
Project and Contract Compliance Manager
Date
03/12/2026
z—
03/12/2026
Date
Senior Capital Project Officer
Date
�..«�n„ ....
03/13/2026
- � —,
03/18/2026
Date
Director, Contracting Department (Dept)
Date
03/18/2026
�^�^
03/18/2026
Date
Assistant City Manager
Date
QL'rtlG
03/19/2026
03/20/2026
Council Action (if required)
on, M&C Number
ATTEST: p °� foRr° 0 41
.40
V,
�, o*�a
Jannette Goodall, City Secretary QacQdntEXpsaa
M&C Date Approved 0
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
FORTWORTH City of Fort Worth
Change Order Additions
Project Name 103664 - Grand Ave Ph2 Pt2 City Sec # 59320
Client Project # 103664/1036651CO0969
Contractor S.J. Louis Construction of Texas PM Max Aransen, P.E. Inspector Jeremy Koonce
Change Order Submittal # =7 Date 2/19/2026
ADDITIONS
ITEM
DESCRIPTION
DEPT
Qty
Unit
Unit Cost
Total
4a
60" RCP, Class III by Open Cut Matedals
Storm Drain
14.00000000
SF
$220.41
$3,085.74
4b
ass III by Open Cut (Installation)
Storm Drain
14.00000000
SF
1,662.59
$23,276.26
24
4" Sewer Services
Storm Drain
1.00000000
EA
4,000.00
4,000.00
26
4" Sewer Services, Reconnection
Storm Drain
1.00000000
EA
800.00
$800.00
New-1
Fumish and Install 12" RCP and Connection to Existing Inlet near Sta. 1+90(Locate
Exsiting Pipe, Drain Line, Install 16 LF of 12" RCP, Install Concrete Collar, and Connect
to exisitng Inlet Box)
Storm Drain
1.00000000
LS
$10,820.45
$10,820.45
New-2
Type A Pedestrian Handrail (TX Dot PRD-13)
Storm Drain
98.00000000
LF
$275.00
$26,950.00
Storm Drain
$68,932.45
Sewer
$0.00
Water
$0.00
Sub Total Additions
68,932.45
Change Order Additions Page 2 of 4
FORTWORTH City of Fort Worth
Change Order Deletions
Project Name 103664 - Grand Ave Ph2 Pt2 City Sec # 59320
Client Project # 10366411036651C00969
Contractor S.J. Louis Construction of Texas PM Max Aransen, P.E. Inspector FJeremy Koonce
Change Order Submittal # = Date 211912026
DELETIONS
Change Order Deletions Page 3 of 4
Previous Change Orders
CO #
DATE
AMOUNT
1
4/25/2024
$0.00
2
8/9/2024
$0.00
3
11/12/2024
$253,192.00
4
3/27/2025
$61,936.22
5
5/31 /2025
$37,884.00
6
8/10/2025
$344,457.50
Total
$697,469.72
Request for Proposal
Project Name
Grand Avenue Bypass Storm Drain (City Project #00969)
City of Fort Worth, Texas
C.M.R. -Proposal No.
18 Rev. 1
Date
February 4, 2026
Response Required By
Max Aransen, P.E.
200 Texas Street
Fort Worth, Texas 76102
Via Email
Max.Aransena fortworthtexas.gov
Transmitted By
Ronald Etter
Project Manager
signature
R�hahol. E{fr,�-
Description of Work
This CM is being generated to combine CM 14 through 17 for various items that had been added or requested during the contruction of
Grand Avenue Bypass Storm Drain. The following items have been added and listed below and need a change order to be processed for
the work that has been completed or will need to be completed in the near future.
Breakdown of Proposal
Grand Avenue Bypass Storm Drain & Sanitary Sewer Improvements
Additional Work
Item
Description
Quantity
Unit Price
Extension
4a
60" RCP, Class III by Open Cut (Materials)
14
LF
$220.41
$3,085.74
4b
60" RCP, Class III by Open Cut (Installation)
14
LF
$1,662.59
$23,276.26
24
4" Sewer Service
1
EA
$4,000.00
$4,000.00
26
4" Sewer Service, Reconnection
1
EA
$800.00
$800.00
New - 1
Furnish and Install 12" RCP and Connection to Existing Inlet near
Sta. 1+90(Locate Exsiting Pipe, Drain Line, Install 16 LF of 12"
RCP, Install Concrete Collar, and Connect to exisitng Inlet Box)
1
LS
$10,820.45
$10,820.45
New-2
Type A Pedestrian Handrail (TX Dot PRD-13)
98
LF
$275.00
$26,950.00
Net Change :
$68,932.45
Additional Calendar Days:
0
S.J. Louis Construction Action
xc: S. J. Louis Project No. 22305
S.J. Louis Construction of Texas Ltd.
520 S. 6th Avenue
Mansfield, Texas 76063
(817) 477-0320 Office (817) 477-0552 Fax
J. E. GUZMAN CONSTRUCTION, INC.
2911 PEACHTREE RD.
BALCH SPRINGS, TX 75180
214-309-3955
Change Order #4
September 23, 2025
ATT: S. J. Louis Construction
ATT: Ronald Etter
RE: 22305-10 Unit I Grand Ave Bypass Handrail
Fort Worth, Tx
We are pleased to submit our quote for the following items:
These Prices are Guaranteed for 90 Days.
ITEM DESCRIPTION
QTY
UNIT
PRICE
TOTAL
Pedestrian Handrail PRD-13 (Type A)
105
LF
$ 250.00
$ 26,250.00
TOTAL
$ 26,250.00
This Price Does Not Include Cost for Additional Safety ,Badging and Certified Payroll.
This Price Does Not Include Concrete Testing, Vacuum Testing, Shoring and Haul Out Dirt.
This Price Include Rail and Installation.
Any Additional Work Will Be Submitted As Change Order.
Additional Insurance Coverage Will Be Your Sole Responsibility.
Javier Guzman 214-876-8656
J.E. Guzman Construction, Inc.
SUBMITTED BY:
Javier Guzman
S. J Louis Construction
ACCEPTANCE BY:
ACCEPTANCE OF PROPOSAL PRINT NAME:_
The above prices, specifications and conditions are satisfactory and are hereby, accepted.
You are authorized to do the work as specified.
After Contract is Submitted and Signed by Us.
If you agree with prices please sign and fax it back.
d
E
R
0
U
m
a
OOOOOOO OOOO
O O O O O O O 0000
O O O O O O O O O
O O O O O O O O O
=�O Qa N 1
d N Ui
� C C
U � �
m
a
12" RCP (TRWD) Area Drain Lateral Tie in
A
B
C
D
Regular Hours Worked
Rate Times
ertime Hours Worked
Rate Times
ITotalHours I
55%
15%
I I
Total I
Labor
Rate
1 1 2 1
3 (Total Hours
Total Hours
Rate
1 1 I 2 I 3 1 4 1 5 1 6 1 7 1
Total
Benefits
Overhead
A+B+C+D 11
Superintendent
$75.00
0.00
0.0
$0.00
$75.00
0
$0.00
$0.00
$0.00
$0.00
(Foreman
$55.00
8.00
8.0
$440.00
$55.00
0
$0.00
$242.00
$102.30
$784.30
(Lead Hoe Operator
$31.00
8.00
8.0
$248.00
$46.50
0
$0.00
$136.40
$57.66
$442.06
(Blade Operator
$27.00
0.0
$0.00
$40.50
0
$0.00
$0.00
$0.00
$0.00
(Loader Operator
$27.00
8.00
8.0
$216.00
$40.50
0
$0.00
$118.80
$50.22
$385.02
Misc Operator
$25.00
0.0
$0.00
$37.50
0
$0.00
$0.00
$0.00
$0.00
(Pipe Layer
$27.00
8.00
8.0
$216.00
$40.50
0
$0.00
$118.80
$50.22
$385.02
(Top Man
$26.00
8.00
8.0
$208.00
$39.00
0
$0.00
$114.40
$48.36
$370.76
(Pipe Layer Helper
$24.00
8.00
8.0
$192.00
$36.00
0
$0.00
$105.60
$44.64
$342.24
(Laborer
$21.00
8.00
8.0
$168.00
$31.50
0
$0.00
$92.40
$39.06
$299.46
(Laborer
$21.00
8.00
8.0
$168.00
$31.50
0
$0.00
$92.40
$39.06
$299.46
$1,856.00
$0.00
$1,020.80
$431.52
$3,308.32
Hours Worked
Rate Times
Hours
15%
Total
Equipment
I Rate wl Fuel 1 1 1 2 1
3 1Total Hours
Total
OverBhead
A+B
390 Excavator
$592.90
0.0
$0.00
$0.00
349 Excavator
$291.00
8.0
8.0
$2,328.00
$349.20
k0.00
$2, 77.20
950 Loader115.30
8.0
8.0
$922.40
$138.36
$1,060.76
ID6 Dozer
139.60
0.0
$0.00
$0.00
$0.00
ICat Motorgrader
$163.90
0.0
$0.00
$0.00
$0.00
1563 Compactor/Roller
$69.60
8.0
8.0
$556.80
$83.52
$640.32
I Water Truck
$42.80
0.0
$0.00
$0.00
$0.00
(Pickup Truck (Superintendent)
$25.83
0.0
$0.00
$0.00
$0.00
I Pickup Truck (Foreman)
$18.63
8.0
8.0
$149.04
$22.36
$171.40
(Generator
$22.22
8.0
8.0
$177.76
$26.66
$204.42
Job Trailer & Tools
$134.84
8.0
8.0
$1,078.72
J $161.81
$1,240.53
$5,212.72
$781.91
$5,994.63
A
B
Total Cost For
15 %
Total
Miscellaneous
I Rate
I
Description
I Unit
I Quantity Materials
Overhead
A+B
(Thompson Pipe
$$450.00
12' RCP
LS
1 $450.00
$67.50
$517.50
ISJL
$7'b0.00
Rock Emb., Concrete Collar, etc.
LS
1
$0.00
$1,000.00
I
%50.00
$0.00
$0.00
$0.00
$o.00
$0.00
$D.00
$o.00
$0.00
$0.00
$o.00
$o.00
$0.00
$1,200.00
$67.50
$1,517.50
I
Grand Total
II
Cost
$10,820.45
Industry .Function, Inc
3427 W. Kingsley Suite 7 L-M.'�,s!
t Garland TX 75441
J Phone: 972.926.3526
E-mail: contact@industry-junction.coim
BIII To
S.J. Louis Construction of Texas, Ltd.
PO Box 834
Mansfield. TX 76063
Invoice
Date
Invoice #
10f M025
631073
Ship To
S.J.Louis Construction of Texas, Ltd -
Fort Worth, TX
; JT_'
Job Name Grand Ave Bypass P.Q. No. Terms
197101 Net 30
Item Description CITY UIM Unit Price Amount
6WSCL3 60- X 8' CL3 i— q - )i X 3 EA rW.A 1.7&f,21 5,2p
6MCL3 60"X4" CL3 Lr 4 . L# X L C 1 EA ?J l . j0+ 8V.61 88�
1248CL5 12"X8' *CL5*-#r I t 2 EA 225.22 45(
Pd
r f ;
+1h Job # )-�-305 aR [ C1 710 [ �a
Approved for �Ll . G 9,
Payment V
by:V, f� �
Thank yens for your business.
Total
Please Remit Payment To
Industry Junction Inc.
Payments/Credits
_ +
3427 W. Kingsley Rd
-
-
su�te s
_
Balance Due
Garland, Texas 75041
.44
S6, 1-6a 4
a 1 q2�
FORT WORI
Routing and Transmittal Slip
Transportation & Public Works Department
DOCUMENT TITLE: Grand Ave Outfall Construction Change Order 7
M&C: CPN: 103664,103665, CSO: 59320 DOC#:
C00969
Date:
To:
Name
Department
Initials
Date Out
I
Adam Lunsford
AdamL@SJLouis.Com
Contractor
Aft
Ani
03/12/2026
2.
Jeremy Koonce
TPW - Inspector
Jeremy Koonce
03/12/2026
3.
Max Aransen
TPW - Project Manager
A.
Mer Aransen
03/12/2026
4.
Thanaa H. Maksimos
TPW — Program Manager
Trm
03/13/2026
5.
Lissette Acevedo
TPW — Sr. CPO
03/18/2026
6.
Patricia Wadsack
TPW — Assistant Director
03/18/2026
7.
Lauren Prieur
TPW - Director
xcv
03/18/2026
8.
Doug Black
Legal - Assistant City Attorney
o-gla, BIaG
03/19/2026
9.
Jesica McEachern
CMO — Assistant City Manager
3A
03/20/2026
10.
Katherine Cenicola
CSO — City Secretary
s.G
03/23/2026
11.
Jannette Goodall
CSO — City Secretary
.na�ooda
03/23/2026
12.
Allison Tidwell
CSO — City Secretary
AT
03/23/2026
13.
Tpw—SW—Contract
TPW Stormwater
CC: Program Manager — Thanaa Maksimos, Sr. CPO — Lissette Acevedo, TPW BSPAP Recon
Team — Cindy Sengathith
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, David 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:
❑ As Requested
❑ For Your Information
® Signature/Routing and or Recording
❑ Comment
❑ File
❑ Attach Signature, Initial and Notary Tabs
Return to: tpw sw contracts(&fortworthtexas.gov Call 817-229-3283 with questions. Thank you!
FORTWORTH.
City Secretary's Office
Contract Routing & Transmittal Slip
Contractor's Name: S.J. Louis Construction of Texas
Subject of the Agreement: This Change Order consolidates CMR 14 through 17 for additional
work items added or requested during construction of the Grand Avenue Bypass Storm Drain. Also,
junction structure at Sta. 4+15 that was not shown on the plans and installation of 98 LF of Type A
Pedestrian Handrail as requested by TRWD.
M&C Approved by the Council? * Yes ❑ No x❑
If so, the M&C must be attached to the contract.
Is this an Amendment to an Existing contract? Yes ❑x No ❑
If so, provide the original contract number and the amendment number.
Is the Contract "Permanent"? *Yes x❑ No ❑
If'unsure, see back page for permanent contract listing.
Is this entire contract Confidential? *Yes ❑ No ❑x If only specific information is
Confidential, please list what information is Confidential and the page it is located.
Effective Date: 04/25/2023
Expiration Date:
If different from the approval date. If applicable.
Is a 1295 Form required? * Yes ❑ No ❑x
*If so, please ensure it is attached to the approving M&C or attached to the contract.
Project Number: If applicable.
103664/103665
*Did you include a Text field on the contract to add the City Secretary Contract (CSC)
number? Yes x❑ No ❑
Contracts need to be routed for CSO processing in the followingorder:
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.