Loading...
HomeMy WebLinkAboutContract 43795-CO5 (2)��°�'Y SECRE�'Ai�� �, �, - --- City of Fort Worth ��J�'��►� M0. �� G � G�� � '�; Change Order Request Project Name 2008 CIP Contract 9D DOE 6219 City Sec # 43795 Client Project #(s) 01321 Project Description Pavement Reconstruction and Water Replacement on Portions of Beddell St, Bewick St, Flint St, Waysitle Ave, and Willing Ave. Contractor Stabile & Winn, Inc. Change Order# �5 Date 1/10/2014 City Project Mgr. Fred Ehia City Inspector Wade Miller Dept. Original Contract Amount Extras to Date Credits to Date Pending Change Orders (in M&C Process) Contract Cost to Date qmount of Proposed Change Order Revised Contract Amount Original Funds Available for Change Orders Remaining Funds Available for this CO Additional Funding (if necessary) TPW $1,148,665.35 $38,216.23 $1,186,881.58 $12,900.00 $1,199,781.58 �115,000.00 $76.783.77 Water 162,000.00 ,150.00 $0.00 Sewer CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST + 25%) Totals $200,216.23 $1,710,214.58 $12,900.00 $151,150.00 $76,783.77 14.11°/a $1,887,497.94 280 15 295 20 315 JUSTIFICATION (REASONSj FOR CHANGE ORDER ere were trees that were 24" to 36" in diameter that needed to be removed to be able to install the sidewalk properly. Additionally, the noval & replacement of concrete steps were needed because of existing contlitions and to be able to tie them to the sidewalk. ,� r_ ,� r : '.�. .: � i, ; '�.� ��k- � �+,� l-_ . _ -� : � �� ° = � (�� � � _ T `�� ..� � " � t ,: ) 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 Stabile & Winn. Inc. Assistant .� M&C Number Contractor (Name) i�Eh1A�.R-So�i Date Project � _��.�� �,-j, Date i or, Z-✓O- ll Date Assista 2-.iZ:�L � Council Action (if required) M&C Date Approved —� Contract Timg Date _, Date �� . Date �;/ � < Date %4 R���i`�tl� �E:� � � �[l14 i'� : '�i��` . �`. . ' J �. �'�� 4r � �( '� \,l .. ��s��'�'°' City of Fort Worth �'"� `_- Change Order Request Project Name 2008 CIP Contract 9D DOE 6219 City Sec # 43795 Client Project #(s) 01321 Project Description Pavement Reconstruction and Water Replacement on Portions of Beddell St, Bewick St, Flint St, Wayside Ave, and Willing Ave. Contractor Stabile & Winn, Inc. City Project Mgr. Fred Ehia Dept. Original Contract Amount Extras to Date Cretlits to Date Pending Change Orders (in M&C Process) Contract Cost to Date Amount of Proposed Change Order Revised Contract Amount Original Funds Available for Change Orders Remaining Funds Available for this CO Additional Funding (if necessary) TPW 1,148,665.35 $38,216.23 $1,186,881.58 $12,900.00 $1,199, 781.58 $115,000.00 $76.783.77 Water ChangeOrder# �5 Date 1/10/2014 City Inspector Wade Miller Sewer Contract Time Totals (WDl $361,333.00 $162,000.00 523,333.00 $36,150.00 CHAN�E ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTR,4CT MAX ALLOWABLE CONTR,4CT AMOUNT (ORIGINAL CONTRACT COST + 25%J JUSTIFICATION FOR CHANGE ORDER $1,509,998.35 $200,216.23 $1,710,214.58 $12,900.00 $1,723,114.58 $151,150.00 $76,783.77 14.11% $1,887,497.94 280 15 295 20 315 There were trees that were 24" to 36" in diameter that needetl to be removed to be able to install the sidewalk properly. Additionally, the removal & replacement of concrete steps were needed because of existing contlitions and to be able to tie them to the sidewalk. 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. Contractor's Compam Name I Contractor (Name) I Contract Sianature I Date (,� �_ � Stabile & Winn, Inc. � i . . r. .;, , � � ,,; ;c , , . � . � . � � ,� � ��� � ^ �k�.. 3 c'�`� �� � City of Fort Worth �� j. �,_ Change Order Request Project Name 2008 CIP Contract 9D DOE 6219 City Sec # 43795 Client Project #(s) 01321 F���"r ��'':� Project Pavement Reconstruction and Water Replacement on Portions of Beddell St, Bewick St, Flint St, Wayside Ave, and Willina Ave. Contractor Stabile & Winn, Inc. Change Order# �5 Date 1/10/2014 City Project Mgr. Fred Ehia City Inspector Wade Miller Original Contract Amount Extras to Date Credits to Date Dept. TPW $1,148,66 $38,21 Pending Change Orders (in M&C Process) Contract Cost to Date nt of Order Original Funds Available for Change Orders Remaining Funds Available for this CO Additional Funding (if necessary) Water I Sewer 5.35 $361,333.00 6.23 $162,000.00 1,186, 881.58 $1,199,781.58 $115, 000.00 $76,783.77 333.00 $523,333.00 $36.150.00 $0.00 CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTR,4CT MAXALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST+ 25%) JUSTIFICATION (REASONS) FOR CHANGE ORDER Totals $1, 509, 998.35 $200.216.23 1,710,214.58 $1,723,114.58 $151,150.00 $76,783.77 14.11% $1,887,497.94 15 295 20 315 There were trees that were 24" to 36" in diameter that needed to be removed to be able to install the sidewalk properly. Additionally, the removal & replacement of concrete steps were needed because of existing conditions and to be able to tie them to the sidewalk. Inspector/Inspection Supervisor Date Project Manag r/Progr Manager Date � � � r ` � 'Z �7= � �� Assistant Director(Dept) Date Director, Contracking Department (Dept) Date Assistant City Attorney Date Assistant City Manager Date � ,i:' '�; Council Action (if required) M&C Number M&C Date Approved � Contract Time 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. i i o ��' . ` F(?RT �' City of Fort Worth � - Change Order Request Project Name 2008 CIP Contract 9D DOE 6219 City Sec # 43795 Client Project #(s) 01321 Project Description Pavement Reconstruction and Water Replacement on Portions of Beddell St, Bewick St, Flint St, Waysitle Ave, and Willing Ave. Contractor Stabile & Winn, Inc. Change Order# �5 Date 1/10/2014 City Project Mgr. Fred Ehia City Inspector Wade Miller Original Contract Amount Extras to Date Credits to Date Dept. TPW $1,148,665.35 $38,216.23 Pending Change Orders (in M&C Process) Contract Cost to Date of Proposed Chanqe Order Revised Contract Amount Original Funds Available for Change Orders Remaining Funds Available for this CO Additional Funding (if necessary) $1,186,881.58 $115,000.00 $76,783.77 Water $361,333.00 $162,000.00 $523,333.00 $0.00 $523,333.00 $36,150.00 $0.00 Sewer CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST + 25%) JUSTIFICATION FOR CHANGE ORDER Totals $200,216.23 $1,710,214.58 $12,900.00 $1, 723,114.58 $151,150.00 $76,783.77 14.11% $1,887,497.94 280 15 295 315 There were trees that were 24" to 36" in diameter that needed to be removed to be able to install the sidewalk properly. Additionally, the removal & replacement of concrete steps were needed because of existing conditions and to be able to tie them to the sidewalk. It is untlerstood 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/Pro Manager Date �' �Z-7� I 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 � Contract Time � � � O '�: += O� �SQ '� L � � �� "- O 0 �� U� ca s V � rn � M � �k � � � U � N � W O 0 0 � U fS3 C 0 U � U � O O N � � (6 Z a�i �o a N M O � U � .o d c n� U � Q m c � � G m aS > Q a� � .N T � � C l.l_ � Y V .� � m � � v -v a� m 0 � � 0 � O � � 0 � � � U � Q. � � � � � � 'O G (LS c O U � � C U N � c N E > N d G O .� .� a`�i � � � 'o a d' O N O � T � m � � � d "O � N � C C6 t U U C C c � � a� � (O � O V .a c U � � � �... O U N Q � c � U N L w � � � � � a> "o �.. a U : -- -- _ �� � i � � : . i • • � � � � . � ► � Z D 0 ❑ a N 4�- � � -1 � dA co d � c 0 � � Q N � 0 v � � (O � v N v.- O N N bA tv a. w c 0 :� =a � ¢ L � � � � � � � � � U � C � � � � � 0 `� L 0 � LL � �- � O �� V � s V � rn � M d' ix U � T U � W 0 � 0 rn U (V C O U d U � O O N N � N Z N 'o a N M O � N 'o � � a� U N > Q � � � 'a c ca aS > Q a� � .N � cv � � c LL � � U .� N m � N v a�i m O N C O � d c 0 � a� E U N a � � � � � -� � � � 0 � � � � N C O UI �' G N E > Ca � c O .Q U N 0 U N .Q i � �' O N O � � � a`> � _ � a> v � � N 'O � d � C (6 .0 V O U N Q � C T U U C � a� � (B (/� O � G O v N � w � � � � � N O a � V � Z � H W J W ❑ : � � i • � . . . . � ► N �F- � r-1 N bA N a N � � ++ N 4J 0 aJ � � a� bA c fD t U N � O N N hID (a d N C O :�+ N N � L � � L � � � � � i U