Loading...
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.