HomeMy WebLinkAboutContract 43797-CO2 (2)✓"
FORT WOR'1 I-1
:�„ .�
Project Name
Client Project #(s)
2007 Critical
#00961-#00956
City of Fort Worth
Change Order Request
District 2) DOE 5913/5914
�,�t a a� dL
_ ;r;
.�i� : : �-� _ _ -
City See # 43797
'"''`�`I Water & Sanitary Sewer Improvements, Street Reconstruction & Storm Drain Improvements I
Description
Contractor Stabile & Winn, Inc. Change Order #�2 Date 5/7/2013
City Project Mgr. Khal Jaafari, P.E. City Inspector Richard Salazar
Dept.
Original Contract Amount
Extras to Date
Credits to Date
Pending Change Orders (in M&C Process)
Contract Cost to Date
r
TPW
657.10
169.50
Water
7,150.
.�
Sewer
360.00
11
RevisedContractAmount $3,383,826.60 $707,774.90 $320,110.00
Original Funds Available for Change Orders $77,892.03 $31,733.75 $15,721.20
Remaining Funds Available for this CO $49,492.03 $0.00 $0.00
Additional Funding (if necessary) $25,950.00 $26,450.00
CHANGE ORDERS fo DATE (INCLUD/NG THIS ONE) AS % OF ORIG/NAL CONTR,4CT
MAXALLOWABLE CONTRACTAMOUNT (OR/GINAL CONTRACT COST+ 25%)
Totals
u
.�Z� � • ;
� $52,400.00 �
4.71 %
$5,266,615.00
465
25
490
30
JUSTIFICATION (REASONS) FOR CHANGE ORDER
The placement of a 4' X 8' Box Culvert along Lincoln avenue at 21st dictated that the intersection be closed to vehicular traffic. Two schools are
on west sitle of the intesection, Jara Elementary School & Eltler middle school, to maitain pick up antl drop off traffic route, a temporary cut off
tthrough Jara Elementary school was put in place. Excavation, fill material, flex base, temp pavement were needetl. A�emp fence & a gate
where put in place to close off temp route as the intersection q i�oln avenue & 21st street is open to through traffic.`�ihe course of
��..�,,�._,... ,
excavating water, sewer & the box culvert, large amoun��ar��cl�:�ere encountered. Replacement back fill was needed to facilitate
compaction. � � a`��'�Q� �.�
�� op
!,J J�' � o �A � �, =-
/�.f7'F' !,f.� 1:_i �-)/"� �f�O � -- -=
. r�U'�iV`t i�7.t�! tr�
Attested b ° � �� q �'� OFFICIAL �E�����
� o o+'�`Ji
, � �� _ noo oo�o,,�! CI'�( SECRETARI�
. 0000aa �'� �% �11lOF:�'�9 °Q'�K
_ �r�y �. _ �er, Cxty Secretary hj�h,�� *,� _ _-- --_--
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. r �
RECEIVEC� J�1�1 2 � 201�
Contract Time
� r
�� Y•
--� �
,
� FORT WORTH.
'._��
Project Name
Client Project #(s)
City of Fort Worth
Change Order Request
2007 Critical Capita Project (Council District
#00961-#00956
DOE 5913/5914
'"',`"�"` Water & Sanitary Sewer Improvements, Street Reconstruction & Storm Drain Improvements I
Description
Contractor Stabile & Winn, Inc. Change Order# �2 Date 5/7/2013
City Project Mgr. Khal Jaafari, P.E. City Inspector Richard Salazar
Dept. � TPW
Original Contract Amount
Extras to Date
Credits to Date
Pending Change Orders (in M&C Process)
Contract Cost to Date
10
Water
Sewer
�-'��' 1 � h� ;�.
, �i;; -��' 1 c j;; Z_ ,
City Sec # 43797
Totals
,674.90
,150.00
�
660.00
312,142.00
$99,569.50
411,711.50
Amount of Proposed Change Order $47,169.50 $25,950.00 $26,450.00
RevisedContractAmount $3,383,826.60 $707,774.90 $320,110.00
Original Funds Available for Change Orders $77,892.03 $31,733.75 $15,721.20
Remaining Funds Available for this CO $49,492.03 $0.00 $0.00
Additional Funding (if necessary) $25,950.00 $26,450.00
CHANGE ORDERS fo DATE (INCLUDING THIS ONEJ AS % OF ORIGINAL CONTRACT
MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST + 25%)
$125,346.98
$49.492.03
4.71 %
$5,266,615.00
465
25
30
520
JUSTIFICATION (REASONS) FOR CHANGE ORDER
The placement of a 4' X 8' Box Culvert along Lincoln avenue at 21 st dictatetl that the intersection be closetl to vehicular traffic. Two schools ar
on west sitle of the intesection, Jara Elementary School & Eltler middle school, to maitain pick up and drop off traffic route, a temporary cut off
tthrough Jara Elementary school was put in place. Excavation, fill material, flex base, temp pavement were neetled. A temp fence & a gate
where put in place to close off temp route as the intersection of Lincoln avenue & 21st street is open to through traffic.` I�fhe course of
excavating water, sewer & the box culvert, large amounts of large rocks were encountered. Replacement back fill was neetletl to facilitate
compaction.
, , , �
�. � r '. . ,_ ,1 J �n „ , ,
' � �%� ) �' ��r: <
I`�� �� �� �' � '
%
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. ,
257.10
Contract Time
y r
`�`` . �/
i, L
L��;','1
�;v
l
� �� �
i�
r
e ,.yy
` �.�,: -F /' . .
f�.
r� FbRT WORTH
� ._ _�
Project Name
Client Project #(s)
F
2007 Critical
#00961-#00956
City of Fort Worth
Change Order Request
cil District 2) DOE 5913/5914
Sewer
Projectl Water & Sanitary Sewer Improvements, Street Reconstruction & Storm Drain Improvements I
Description
Contractor Stabile & Winn, Inc. Change Order# �2 Date 5/7/2013
City Project Mgr. Khal Jaafari, P.E. Ciry Inspector Richard Salazar
Dept.
Original Contract Amount
Extras to Date
Credits to Date
Pending Change Orders (in M&C Process)
Contract Cost to Date
Amount of Proposed Change Order
Revised Contract Amount
Original Funtls Available for Change Orders
Remaining Funds Available for this CO
Additional Funding (if necessary)
TPW
08,257.10
28,400.00
36,657.10
47,169.50
77,892.03
49.492.03
Water
i34,674.90
547,150.00
i81,824.90
$31,733.75
$0.00
11
20,110.00
15,721.20
CHANGE ORDERS to DATE (lNCLUDING THIS ONEJ AS % OF ORIGINAL CONTR,4CT
MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST+ 25%)
Yu�
25
�•1
520
JUSTIFICATION (REASONS) FOR CHANGE ORDER
The placement of a 4' X 8' Box Culvert along Lincoln avenue at 21st dictatetl that the intersection be closetl to vehicular traffic. Two schools are
on west side of the intesection, Jara Elementary School & Eltler middle school, to maitain pick up antl tlrop off traffic route, a temporary cut off
tthrough Jara Elementary school was put in place. Excavation, fill material, flex base, temp pavement were needed. A temp fence & a gate
where put in place to close off temp route as the intersection of Lincoln avenue & 21 st street is open to through traffic. �I the course of
excavating water, sewer & the box culvert, large amounts of large rocks were encountered. Replacement back fill was neetletl to facilitate
compaction.
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.
Contractor's Company Name Contractor (Name) Contract�Signature � Date
Stabile & Winn, Inc. �
Assistant Director
Assistant Ci
Date Project M
,
Date Director,
Date Assistant
Council
M&C Number
iretl
�' ��_ ///]]]f � � 1 �
...-.��`( kY
i
City Sec # 43797
Totals
850.00
142.00
$4,411,711.50
$125,346.98
$49,492.03
$52,400.00
4.71 %
$5,266,615.00
Date
Date
Date
M&C Date Approvetl �
. �, ;
Contract Time
,t,
,-'6 ,�:.
,; e( �
��� �
..�'
1' 1'
City of Fort Worth
Change Order Request
-,fi? � f 1 � �
�
Project Name 2007 Critical Capita Project (Council District 2) DOE 5913/5914 City Sec # 43797
Client Project #(s) #00961-#00956
Water & Sanitary Sewer Improvements, Street Reconstruction & Storm Drain Improvements
Contractor Stabile & Winn, Inc. Change Order #�2 Date 5/7/2013
City Project Mgr. Khal Jaafari, P.E. City Inspector Richard Salazar
Contract Time
Dept. TPW Water Sewer Totals CD
Original Contract Amount $3,308,257.10 $634,674.90 $270,360.00 $4,213,292.00 465
Extras to Date $28,400.00 $47,150.00 $23,300.00 $98,850.00 25
Credits to Date
Pending Change Ortlers (in M&C Process)
Contract Cost to Date
Amount of Proposed Ch
Revised Contract Amount
7.
1,824.90
11
Original Funds Available for Change Orders $77,892.03 $31,733.75 $15,721.20
Remaining Funds Available for this CO $49,492.03 $0.00 $0.00
Adtlitional Funding (if necessary) $25,950.00 $26,450.00
CHANGE ORDERS to DATE (INCLUDING THIS ONEJ AS % OF ORIGINAL CONTRACT
MAXALLOWABLE CONTRACTAMOUNT (ORIGINAL CONTR,4CT COST+ 25%J
JUSTIFICATION (REASONS) FOR CHANGE ORDER
$4,312,142.00
$99,569.50
$4,411,711.50
$125,346.98
$49,492.03
$52,400.00
4.71 %
$5,266,615.00
�•�
520
The piacement of a 4` X 8` Box Culvert along Lincoln avenue at 21 st dictatetl that the intersection be closed to vehicular traffic. Two schools are
on west side of the intesection, Jara Elementary School & Elder midtlle school, to maitain pick up and drop off traffic route, a temporary cut off
tthrough Jara Elementary school was put in place. Excavation, fill material, flex base, temp pavement were needed. A temp fence & a gate
where put in place to close off temp route as the intersection of Lincoln avenue & 21 st street is open to through traffic. I the course of
excavating water, sewer & the box culvert, large amounts of large rocks were encountered. Replacement back fill was needed to facilitate
compaction.
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.
Contractor's Company Name Contractor (Name) Contract Signature Date
Stabile & Winn, Inc.
Inspector/Inspection Supervisor Date Project Manager/Program Manager Date
Assistant Director (Dept) Date Director, Contracting Department (Dept) Date
Assistant City Attorney Date Assistant City Manager Date
Council Action (if required)
M&C Number M&C Date Approved �
,,`�
N
i
s�
o�
�Q
"L L
� �
� �
o�
d
� �
U �
�
t
U
x
�-
x
3
F
�
�
�
�
�
M
d'
�
U
N
�
-�`
U
�
�
�
M
�
�
w
�
0
0
�U
C
�
�
U
U
�
O
0
N
�
�
f�
z
U
N
'o
a
�
�
rn
0
O
�k
�
rn
O
0
�
�
U
�
.o
�
c
a�
U
�
c
a>
E
a�
>
0
Q
�
C
.�
0
E
�n
�
�
0
U
7
N
�
0
U
�
�
N
N
�n
�
�
�
�
N
>
O
Q
�
N
�
N
�
i
c�
.�
c�
�
ot5
a`�
i�
�
�
0
.Q
U
�
�
�
U
a�
.o
d
M
O
N
O
1
N
i�
0
c�
N
(C
f1S
N �
a
c�
�
a`�
v
O
a�
�
C
('CS
.0
U
U
C
c
c
�
�
a>
:fl
�
CA
0
U
�
C
O
U
`o
U
�
Q
N
c
.�
CU
W
�
.�
(�
c�
�
�
Y
�
�
U
�
�O
o..
�,
CU
�n
z
0
�
❑
�
a
7
N
�r-
O
N
N
bJ0
�
a
�
c
0
'�
�
�
¢
�
a�
�
L
�
�
�
�
�
�
U
N
i
��
O �
� 0
� L
� �
u., a
� O
�
� �
U=
�
i
V
�
z
3
i—
:G
r�
�
�
rn
ti
M
�'
�
U
�
:��
A
U
�
W
�
�
U
�
0
N
U
�
O
0
N
�
�
�
O
O
�
�
�
O
0
�
N �k
� U
z .�
0
N �
'o c
� �
U
N
G
N
�
>
O
Q
E
c
'm
�
�
�
�
�
0
U
�
�
�
U
�
�
�
�
�
�
�
�
�
>
0
a
�
�
�
�
�
�
(6
C
(O
C�
�
�
�
O
.Q
U
N
0
U
a�
'o
�
M
O
N
ti
�
a�
m
0
id
ia
N �
a
ca
�
U
� �
d
�
�
� O
� U
c a�
m Q
U�
c
�,
U
CII�
� �
� �
� �
Cn Y
O �
U �
�
� U
O �
U "o
a.
.-T-�
U
�
0
�
O
C
c
T
N
4-
O
�
v
tL0
to
a
�
�
0
�
a�
a,
�
N
�
0
v
q0
C
lV
t
U
�
z
O
H
W
J
W
❑
N
a-
O
N
N
OA
f6
n.
�
c
0
+�
v
a�
0
�
a�
�
L
�
�'
�
�
�
�
U
C
�
�
0
�
O
S
m
�
O
�
�
�
N
�
�
-�
�
m
�
m
�
v
�
v
<
v
�
v
0
�
-�
�
r�
�
�
�
0
r+
s
cu
�
v
G
fD
Q
0 �
� �
ro �
� �
o� o'
v�i I o v�, I �n
� �
U'I I--+
W Ql
< <
0
7
(D
O
�
0
N
n
�
�
��
r-F
�
�
0
�
s
0
0
�
�
0
�
v
�'
n.
v
v
<
v
�
v
o'
7
�
r�
�
�
�
n
S
�
(D
�
(D
�
O
0
�
�
ro
r+
o'
� Irn
� �
l/')
I-�
Ol
(/'�
rn
m
x
n
ru
�o
V
N
O
O
W
D
Q
�
�
o'
�
�
�
�
Ql
<
D
�
�
�
u' � I u�
F-� �n
�
N
�
<
D
Q
�
r+'
o'
�
�
ll'�
I--�
�
N
rn
m
x
�
�o
�
V
N
O
O
W
v�
Oq
3
�
f1
m
3
't
O
N
�
O
�
�
C
�
[�
O
�
v
�
�
�
0
�
0
�
n
C
�
f�D
7
(�D
�
G
m
�
O�
3
v
7
(D
N
�
ru�
<
fD
�
O
7
O
�
m
x
n
(D
0
�
-_�;
�
0
c
�
v
<
m
�
�
�'
�
0
�
�
0
0
�
�'
�
�
�
n�
�
��
�
�,
N
�
O
�
d
r-r
m
x
f�
�
--I
�
�
!�D
N
v
C
�
N
�
N
�
s
r�
0
�
rt
0
�
�
�o
a�
�
v
n
m
�
�
m
�
0
�
r�
3
�'
�
�
�'
�
O
�
�
O
O
T."
7
�
S
fD
O
0
�
7�
�
rD
N
h
C
N
�
��
�
�'
�
0
�
a
0
0
�
�
m
�
0
�
c
�
�
0
�
�D
Q.
�
�
ro
�
�
ro�
<
fD
�
N
O
�
�
O
--n
� O
� O
3
O tn
7 1--�
� ��
N �p
\ �
N �
O �
F� 0
W �
N F+
� X
�
A
O
�
�
�
�
a
�
�
�
fD
�
O
r�
O
v
v
�
n
0
v
�
0
�
n
s
�
�
uo
�
O
o.
m
�
x�
N
v
0
m
�
�
�
w
�
O
D
�
�
�
�
`m
�
E�
�
�
�
�
Q
0
�
�
�
�
�
rn
�
�
O
�
0
0
0
�
0
0
0
C7
4� 4� G� 4� � m
/N� ^N � W/� N/-�� UNt �� O(��/��/� /v��/� U/W�7 /A� W/� /N� 0 N� � �
l/ `1 V lI lJ ''� l! lJ lI l/ tJ lJ \! l/ l♦ lJ � j'�
O O N O O t t N O O O O O O O O O O N s s U
�� m�� N N m-��' -��' N N N N N N N N m v N �
� � m 3 m m r'c' � m� a m m� w rn X � m m�
o�zv o���� v� �.o � o=� v�� � a
Q� y� Q �• �• � Q��� m� m D x°1 z�• z• m �
� a a fn � C� W m D � ���
� �- � �- � m m � � o �� _ � � sp c�n Sp G� m m �
m--� tn N m m m-� v m�� v� fD -o m � �.
�- �D rn ,� � m �. �D a � C� v — °1 � 'm m
v� rn 3 =n oo v N sp o m� v n� � �
� S � � � o � = m � fl- � Cn � � � o
� D � � ..n�« = D D � Qo � � � � � ..n�..
�� D � a °' �� n fD m p� v �
m � � N �. � n 3 v ' � � _
- nl m N m ["1 _ a. - �
O O
O O
n �
� �
U1
O O �J (D
O O O O
O O O O
: -C � D
O O O O O O O O O O
O O O O O O O O O O
O O O O O O O O O O
�-: '� -� f� Cn (n D -C ': Cn
.A N
W -•
O O
D D
n
O
�
N
.-no
Eli � � E9 H� (�
ffl tfl � N N b9 -' EA
tfl tfl (fl ffl O W ffl ffl W C4 U7 --� N ffl ffl OD O N
�� �� O O -� -� � O O O O W N O O O
� J �J � O O � V O O O O O 0� O O O O
O O O O O O o o p O o o O O O O q O
o .t�
O O
� 0
� �
CJi O -i A
� Q � �
� � 0 �
Q Q 0 �
O V
O O
� �
0 0
O
�
�
� �
tn -� rn � o a.i -� -�
0 0 0 0 -> o o n� oo rn
0 0 0 o cfl o o-� -� -� -• �.i ao -�
O O O O O O O O O O O O O O O
O O O O O O O O O O O O O O O
.A
N
O
O
C
�
C
�
'0
O�
(D
ri
�
3
l/
O
N �
_
D
Z
�
n m
O O
`"' v
m
�
�
�
7
�
:�,
N N s
O O C�1� O�� O O N OD � � O)
0 � 0 � � � � � 1.� .�.1 .�.1 � V � � W W
. . . . . . . . . . . . . . . . . .
Q � � � � 0 0 0 � � � 0 � � 0 0 0 �
� � Q � � 0 0 0 0 0 � 0 0 0 � � � �
o m
� <
� �.
� �-
�,
,�
,
Stabile & Winn,
('onrrcte I'�tt'in� and ('��nstrurtion
Richard Salazar
City of Fort Woith
1100 Throckmorton Street
Fo�t Worth, Texas 76102
RE: District 2 Groups 2D & 2E — City Change Order #2
Dear Mr. Salazar,
Inc.
December 17, 2012
The following change order items are being requested by Woody Contractors due to some unforeseen
jobsite conditions on the above referenced project. During the removals for the utility installation they
have discovered 4° to 8" of concrete under the existing HMAC paving. The bore logs (B-49 — B-57)
show HMAC only with the exception of b�re 50 & 55. These two bore logs show concrete under the
HMAC on Lincoln between 21 S' & 22"`' streets only. Currently they have incurred concrete on Lincoin
from 16"' to 21 y', which the boring logs did not show. They are proposing extra width temporary HMAC
repair because it is cheaper than sawing and there is water, sewer, & storm lines all in the same block.
The acceptable backfill items are required due to two different scenarios tf�ey have experienced
causing the existing materiai to be unacceptable for backfill. One being the existing rock material
located within the proposed trench lines and secondly the existing sanitary sewer was backfilled with
gravel all the way up.
No.
Description
GROUP 2E DRAINAGE SECTION
40 E�ra Width Ternp. HMAC Repair
41 Acceptabfe Backfill Material
GROUP 2E WATER SECTION
32 Extra Width Temp. HMAC Repair
33 Acceptable Backfill Materi�l
GROUP 2E SEW ER SECTION
21 E�ra Width Temp. HMAC Repair
22 Acceptable Backfill Material
TOTAL CHANGE ORDER AMOUNT
Estimated Quantity
NEW 1,000.00 SY
NEW 2,000.00 CY
NEW 650.00 SY
NEW 300.00 CY
NFW 500.00 S'Y
NEW 2,500.00 CY
nit Price
$17 00
$16.50
$17.00
$1 G.50
$17.00
$16.50
�ension
$17,000 00
$33,000.00
�1 1,050 00
$4,950.00
�a8,500.00
�41,250.00
5115,750.00
Please keep in mind these are estimated yuantities only and the actual amounts will vary. At this time f
am requesting an additional 30 calendar days for this extra work. If you have any questions please call.
Sincerely, �
_ /
`� _
�
`� Jerry FTenderson, P.E.
Vice President
Stabile & Winn, Inc;. ' P.O. Box 79380 " Saginaw, Texas 76179-0380 " Office 817.847.2086 " Fax 817.847.2098
�,
``
`
Stabile
& Wi nn ,
Concretr t'�►��in� ancl C'��nstructi��n
Richard Salazar
City of Fort Worth
1100 Throckmorton Street
Fort Worth, Texas 76102
RE: District 2 Groups 2D & 2E — City Change Order #2
Dear Mr. Salazar,
Inc.
December 17, 2012
The following change order items are being requested by Woody Contractors due to some unforeseen
jobsite conditions on the above referenced project. During the removals for the utility instailation they
have discovered 4" to 8" of concrete under the existing HMAC paving. The bore logs (B-49 — B-57)
show HMAC only with the exce�iti�r� ofi bore 50 & 55. These two bore logs show concrete under the
HMAC on Lincoln between 215` & 22�� streets only. Currently tf�ey have incurred concrete on Lincoln
from 16"' to 215�, which the boring logs did not show. They are proposing extra width temporary HMAC
repair because it is cheaper than sawing and there is water, sewer, & storm lines all in the same block.
The acceptable backfill items are required due to two different scenarios they have experienced
causing the existing material to be unacceptable for backfill. One being the existing rock material
located within the proposed trench lines and secondly the existing sanitary sewer was backfilled with
gravel all the way up.
No. Description __ Estimated Quantity Unit Price E�ension
GROUP 2E DRAINAGE SECTION
40 E�Ara Width Temp. HMAC Repair
41 Acceptable Backfill Material
GROUP 2E WATER SECTION
32 Extra Width Temp. HMAC Repair
33 Acceptable Backfill Material
GROUP 2E SEWER SECTION
21 E�ra Widih Temp. HMAC Repair
22 Acceptable Backfill Material
TOTAL CHANGE ORDER AMOUNT
NEW 1,000.00 SY
NEW 2,000.00 CY
NEW 650.00 SY
NEW 300.00 CY
NEW 500.00 SY
NEW 2,500.00 CY
$17.00
$16.50
$17.00
� 16.50
$17.00
$16 50
�17,000.00
�33,000.00
� 1 1,050.00
$4,950.00
58,500 00
$41,250.00
5115,750.00
Please keep in mind these are estimated quantities only and the actual amounts will vary. At this time i
am requesting an additional 30 calendar days for this extra work. If you have any questions please call.
Sincerely,
�
� � --- -- -
� Jerry Henderson, P.E.
Vice President
Stabile & Winn, Inr,. � P.O. Box 79380 ' Saginaw, Texas 76179-0380 ' Office 817.847.2086 " Fax 817.847.2098
PROJECT SUMMARY SHEET
(Change Order Attachment)
PROJECT NAME:
CS. No.:
D.O. E. No.:
Attachment to Change Order No.:
Today's Date:
Original Contract Amount:
Extras to Date:
Credits to Date:
Contract Amount to Date:
Amount of Proposed Change Order:
Revised Contract Amount:
2007 Critical Capital Project 2D & 2E
43797
5876
2
6/11 /2013
t ���_�'td� � �(� .5 , n . ,`atl.�'
TOTAL
$ 4,213,292.00
$ 98,850.00
� -
$ 4,312,142.00
$ 99,569.50
$ 4,411,711.50
TPW
�'�:;p: ,bi�;;°`�"
$ 3,308,257.10
$ 28,400.00
� -
$ 3,336,657.10
$ 47,169.50
$ 3,383,826.60
Contingency Funds Avail. for Admin. Change Orders: $ 125,346.98 $
Remaining Funds Available for Change Orders: $ 198,419.50 $
Additional Funding (if necessary): $ (73,072.52) $
77,892.03
75, 569.50
2,322.53
Water
634,674.90
47,150.00
�
681,824.90
25,950.00
707, 774.90
31,733.75
$ 73,100.00
$ (41,366.25)
Sewer
270, 360.00
$ 23,300.00
� -
293,660.00
26,450.00
320,110.00
15,721.20
$ 49,750.00
$ (34,028.80)