Loading...
HomeMy WebLinkAboutContract 43795-CO3 (2)� FoR�r�VVc����'� City of Fort Worth ��`�s����, , c� ,:��= �i�� 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. Change Order #�3 Date 10/2/2013 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 Go i�� (��i:�C) �,� I)i:l. �I�-�.b:; io i�nler CO �� ;c;u�: Revised Contract Amount Original Funds Available for Change Orders Remaining Funds Available for this CO Additional Funding (if necessary) TPW 1,148,665.35 $0.00 $0.00 $0.00 1,148,665.35 $25,316.23 1,173,981.58 $115,000.00 $115.000.00 Water $361,333.00 $162,000.00 $0.00 Totals 1,509,998.35 $162,000.00 671,998.35 523,333.00 $36,150.00 $0.00 CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT MAXALLOWABLE CONTR,4CTAMOUNT (ORIGINAL CONTR,4CT COST + 25%) �i 280 5 285 10 295 JUSTIFICATION (REASONS) FOR CHANGE ORDER The south intersection of Willing and W. Drew Ave had to be removed and replaced due to the grades and to allow for the installation of the sidewak and handicap ramps in accordance with ADA. This will add 1 Type B Ramp on the southeast corner and removal and replacement of 1-10' curb inlet on the southwest comer and 1-10' curb inlet on the ��heast corner. The 20' curb inlet tops on the north side of the •tr':..,. 41y intersectionb will alos need to be removed and replaced to pro f��-ir� t�` ��p.�ving. The contract originally had 1 remove and replace 10 curb inlet , but there are 2 on Beddell and 1 added on ' g�#� ��ci��(�dditionally, after an onsite meeting with the project manager, it was decidetl to proof roll the block of Willing t� c�'ti i�gd�call fof im �t�» i�}tion and to remove and replace all soft area with Flex base. Q � �'�j �.e � --, .�lfil � � Contractor (Name) So Date Project P � %l �� � � Date or, 7��/ k' Date _�s�sistaa �U. �', i'� l�f Council Action (if reQuiredl �� � �i..���� �q �� f3'Ji?�(]��}�"S 9 /�} �`'' «��� - �i �� _<�� � It is understood and agreetl 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. r/I M&C Number ,�` - � + ? " �,'i'� r � �_� r i �- . r + s.�;" i t i 1,697,314.58 $151,150.00 $115.000.00 12.41 % $1,887,497.94 Date — /o t� 2o I Date �— — /cG—�� pt) Date � - �/rl/3 Date /f �"1i' f. M&C Date Approved � Select Day RECEIVED Q�T 1 � 20i� !. City of Fort Worth ;;.�� � p .�1;� t�r'��' �'��l`,'� � , , l, ., Change Order Request Project Name 2008 CIP Contract 9D DOE 6219 City Sec # 43795 Client Project #(s) 01321 � " FORT WORTH�. 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. Change Order #�3 Date 10/2/2013 City Project Mgr. Fred Ehia City Inspector Wade Miller Original Contract Amount Extras to Date Dept. TPW $1,148,665.35 $0.00 Credits to Date Pending Change Orders (in M&C Process) Contract Cost to Date to ADD & DEL Tabs lo Revised Contract Amount Original Funds Available for Change Orders Remaining Funds Available for this CO Additional Funding (if necessary) $0.00 1,1 I ,173,981.58 $115,000.00 $115,000.00 Water I $361,333.00 $162,000.00 $0.00 $0.00 $523,333.00 523,333.00 $36,150.00 $0.00 CHANGE ORDERS to DATE (INCLUDING THIS ONEJ AS % OF ORIGINAL CONTRACT MAXALLOWABLE CONTRACTAMOUNT (ORIGINAL CONTRACT COST+ 25%) Totals �� $1,509,998.35 $162,000.00 $1,671,998.35 $25,316.23 $1,697,314.58 $151,150.00 $115,000.00 12.41 % $1,887,497.94 Select Day Type 280 5 � � JUSTIFiCATION (REASONS) FOR CHANGE ORDER The south intersection of Willing and W. Drew Ave had to be removed antl replaced due to the grades and to allow for the installation of the sidewak and handicap ramps in accordance with ADA. This will adtl 1 Type B Ramp on the southeast corner and removal and replacement of 1-10' curb inlet on the southwest corner and 1-10' curb inlet on the southeast corner. The 20' curb inlet tops on the north side of the i intersectionb will alos need to be removed and replaced to properly tie-in the new paving. The contract originaliy had 1 remove and replace ' 10' curb inlet , but there are 2 on Beddell and 1 added on Willing for a total of 3 each. Additionally, after an onsite meeting with the project manager, it was decided to proof roll the block of Willing that did not call for lime stabilization and to remove and replace all soft area with flex base. , i � ��� /� <.' — ��� i — � � ' i; � � ,! � �. It is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaction and represents �avment in full (both time and monev) for all costs arisina out of. or incidental to. the above Chanae Order. . . - - - � Contractor's Company Name Contractor (Name) f Contr�'c� Sigrraiure Date Stabile & Winn, lnc. � � �. ,:�. `i i1, .t : .;,,,, ,��, s' ' ; �' • �'�<, �'>. � Inspectodlnspection Supervisor Date Project Man.ager/Program Manager Date , „ � � , ,', ' ; � , ,. �� � � � � f � Assistant Director (Dept) Date Director, Contracting Department (Dept) Date . � �� Assista�t City Attorney Date Assistant City Manager , �� Date �).� i�� �'< �, � �a �� ;�i� J;�� , f. Council Action (if required) M&C Number /,�'��;� `�,, M&C Date Approved � � : y. .. .. r •� ��'ORTWORTH. � City of Fort Worth Change Order Request �'. � i - : ; � R�� � 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 #�3 Date 10/2/2013 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 fo to Enter CO D�cl�u Revised Contract Amount Original Funds Available for Change Orders Remaining Funds Available for this CO Additional Funding (if necessary) TPW $0.00 $0.00 $0.00 $1,1 $25,316.23 1,173,981.58 $115, 000.00 $115,000.00 Water $361,333.00 $162,000.00 $0.00 $0.00 $523,333.00 $0.00 $523,333.00 $36,150.00 $0.00 CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST+ 25%) JUSTIFICATION FOR CHANGE ORDER Totals $1,509,998.35 $162,000.00 $1,671,998.35 $25,316.23 $1,697,314.58 $151,150.00 $115,000.00 12.41 % $1,887,497.94 Select Day r:� � 285 10 295 The south intersection of Willing and W. Drew Ave had to be removed and replaced due to the grades and to allow for the installation of the sidewak and handicap ramps in accordance with ADA. This will add 1 Type B Ramp on the southeast corner and removal and replacement of 1-10' curb inlet on the southwest corner and 1-10' curb inlet on the southeast corner. The 20' curb inlet tops on the north side of the intersectionb will alos need to be removed and replaced to properly tie-in the new paving. The contract originally had 1 remove and replace 10' curb inlet , but there are 2 on Beddell and 1 added on Willing for a total of 3 each. Additionally, after an onsite meeting with the project manager, it was decided to proof roll the block of Willing that did not call for lime stabilization and to remove and replace all soft area with flex base. 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�Gity Manager Date Council Action (if required) M&C Number M&C Date Approved � 1 � 1 � 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. Change Order# �3 Date 10/2/2013 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 Go to ADD n DEL Tabs to Enter CO Bacl<uG TPW $1,148,665.35 $0.00 $0.00 $0.00 $1,148,665.35 Revised ContractAmount $1,173,981.58 Original Funds Available for Change Orders $115,000.00 Remaining Funds Available for this CO $115,000.00 Additional Funding (if necessary) P��F3i�1 $361,333.00 $162,000.00 $0.00 $0.00 $523,333.00 $523,333.00 $36.150.00 $0.00 CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT MAXALLOWABLE CONTR.4CT AMOUNT (ORIGINAL CONTR,4CT COST + 25%) JUSTIFICATION FOR CHANGE ORDER Totals $1,509, 998.35 $162,000.00 $1,671,998.35 $25,316.23 $1, 697, 314.58 $151,150.00 $115,000.00 12.41 % $1,887,497.94 Select Day 280 5 285 10 295 The south intersection of Willing and W. Drew Ave had to be removetl and replaced due to the gratles and to allow for the installation of the sidewak and handicap ramps in accordance with ADA. This will add 1 Type B Ramp on the southeast corner and removal and replacement of 1-10' curb inlet on the southwest corner and 1- 10' curb inlet on the southeast corner. The 20' curb inlet tops on the north side of the intersectionb will alos need to be removed and replaced to properly tie-in the new paving. The contract originally had 1 remove and replace 10' curb inlet , but there are 2 on Bedtlell and 1 added on Willing for a total of 3 each. Additionally, after an onsite meeting with the project manager, it was decided to proof roll the block of Willing that did not call for lime stabilization and to remove and replace all soft area with flex base. 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. Inspectorllnspection Supervisor Date Project ManagedProgram 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 � ,F•�0. N C t O 'C = o� �Q � L � � �� "- O 0 �' o� V � t V x c� cc 3 F- CL � � � rn � M �t � U � T U rn N CO I11 � O � � U (�6 C U � U � O O N a� E (U z U N .o a N M O �t U � .o d c a� U � Q O� C � '� c ca aS � Q � "� .� A N � � C L.L � Y U .� N m � N � a m 0 � � 0 � O d. � 0 � � � U N Q a� � a`� m � � C cif G 0 U � � C O U � a�i � � C6 a c 0 .Q U � N � U a� 'o � � M O N N O � �� � M � N U � N � G N t U U G C c � N .fl (6 (/� 0 U � C O U N � � � � O U N Q � c � U cv � W 'O � L.L `a� � N �O d �-, U �u ' 0 •• OO f� O O O O � LL� L� � O t.�C) O O L(') � �F � � O N tf) C � � W U Fz- W W W O O O O O O O � c- a0 � M r- CV >' 1� d� N a�a� ��� ���� ��� O N .� N 0 N Q N � (a6 d, �C N `*- m .� N o rn°�� `° o � c � � m � I- "o � � Q C� � � � p� C � � U � � C '4) � � � � (O � > � o c ai °� c Q- V °� a� E U�°� U a� � c� N a`_� a> 'n � N� a � O O � � O � Q (Q N m � � � � O � � � � U 0 � � S a3i a�i — a�i a3i �� N M� �C M C c M M = � ~ � z 0 0 � a N � � c-I N dA N d � c 0 � � � a L N � 0 � � � (� t U N v-- O N N hA to n. N C O i=+ 'a 'a Q i N � � � � bA G ca t U N i �� O � � 0 � � 0 � LL � � Q � � � V � � i V x � x � � a � � � � M � � U � A U � N co W O 0 � � U (�6 C O U d U � O O N � � (tl Z N .o a N M O � U N �o � c � U > Q � C S � c co ai � Q N � .N a c0 � N C LJ_. � � U .� N m � a> � � 4.1 m 0 � C O O a c 0 c N � U (6 Q � � � � a c cv c O U � N O � � c N E > (V � � 0 .Q U � N 0 U a� 'o � a M O N N O � m � M � � N "6 � � � C (6 .0 U U C C C � �t3 a� � N � 0 N ..-�i. C O U � � N (�II � O U N d N c � U cv L w N lL � � U N O O.. � U @ O O O O p CO N C � W O O � A ��.. F- O .� N 0 � Q � C w-- O Q 0 � � N � � � > O C � � � � � N Q C (Q d � c c � � Z � � w J W ❑ N � � e�i � dA � a N C O � N � N v 0 N dA C f0 L U N � O N � UA cv a � c 0 � v v 0 L � � L � Q% � � � � U (�I�a��� �t�d�� At��eHr��r��� -: , , ,__; :; : :. ������-r �,ar,n�: �I��?J���' �,IMI�`�: ��. f�a,; L�.�.� N�,; ��t��hr��r�t fi�? �h�nc�� Qr��r Nc�,: 'f'eaday"� ��t�: tJri�inai �Qntra�t Amour�t: �xtr�s tc� Da��: �redOt� t0 L?�t�: �ontra�t Amount tQ Dat�; �0�� ���' �c�ntr��t 9@ ��dd�ll �t, B�vv��k �t, �lin� �t, W�y�id� ,�v� ��d l�lliiii�� Av� ��4�"l9� ��q� : � �� 'i �%'1 �f�0'� 3 Ar��unt �f PrQ����d �h�n�e �?rd�r: h�vi��d ��nt���� Arrm�u�t: �ontinc��n�y �`�nds Avail. f�r Admin. �han�� Qr�er�: �t�r��ir�in� �und� Av�ilabl� f�r �F����� �3�c�ers; Additi�r��l �'undir�y (if ��e����r�r), T�?�"A,L , 1,50�,�9�.35 � ��,000,ao 1,671,998.35 �5,;�9�,�3 �,���',�`14.�8 �; �9 a1,9 �Q.QQ � 115,�6�.�ti � $,44�.Q� f, -; _ �; TPW $ 1,1�8,665.35 $ 1,148,�6�.3� � 2�,3��,�� � 1,�7���8�.a8 $ 115,Q00.0� � � 9 9 �,6p�.Of? W�ter S�w�r 3C1,3��.Og '� . iii i� 523,333.p0 v;�3,�3�.QQ 3�,156. QQ 8,�1UQ,t�(i