Loading...
HomeMy WebLinkAboutContract 42015-CO3 ` CITY SECRETARY ,�►�� FORT WORTH.,, City of Fort Worth CONTRACT NO. Change Order Request Project Namel Silver Creek Rd., IH82OW to WSISD HS City Sec# 1 42015 Client Project#(s) T/PW-C204-541200-207230129383 (DOE 6196) Project Description Pavement and Storm Water Drainage construction,and Water and Sanitary Sewer Force Main replacement,on Silver Creek Rd.from Interserstate 820 W through Intersection of Brewer St.then ends at 9450 Silver Creek Rd. Contractorl JLB Contracting,LLC Change Order# 0 Date 3/27/2012 City Project Mgr.1 Leon Wilson,P.E. City Inspector I Joe Rogers Dept. TPW Water Sewer Contract Time Totals CD Original Contract Amount 1,271,792.41 $120,413.90 $51,688.25 1,443,894.56 224 Extras to Date $12,895.00 $12,895.00 Credits to Date $3,375.00 $3,375.00 Pending Change Orders(in M&C Process) Contract Cost to Date $1,281,31241 $120,413.90 $51,688.25 $1,453,414.56 224 Amount of Proposed Change Order 1,498.55 $1,150. $14,120.00 16,768.55 14 Revised Contract Amount 1,282,810. 6 $121,563.90 65,808.25 1,470,183.11 238 Original Funds Available for Change Orders $40,570.00 $6,000.10 $3,311.75 $49,881.85 Remaining Funds Available for this CO $31,050.00 $6,000.10 $3,311.75 $40,361.85 Additional Funding(if necessary) $10,808.25 $10,808.25 CHANGE ORDERS to DATE(INCLUDING THIS ONE)AS%OF ORIGINAL CONTRACT 1.82% MAXALLOWABLECONTRACTAMOUNT(ORIGINAL CONTRACT COST+25%) $1,804,868.20 IF"TM#��fM CI"E ORDER Existing electrical vault had to be removed and replaced to run new 12"PVC water main tie-in to existing.Existing 16"SSWR FM in conflict with drop inlet @ 8±50 line B.Whip around of SSWR FM required at this location;as actual SSWR FM is not where shown on plans. w on ZJ. �� %0 OFFICIAL RECORD Id p � CITY SECRETARY o on 10 FT WORTH,TX .K 000000 000 -Kp �htia�4°' 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. Cont scuts Name Cwt=WRiWft DWe JLB Contracting, LLC .,..t ✓ S 4 I Date !P Date Date Date 1 - L lI ZA)L Dade Dab C&x4 Aolion tV M&C Number L All k M&C Date Approved w,. FORT WORTH;., City of Fort Worth Change Order Request Project Namel Silver Creek Rd., IH82OW to WSISD HS City Sec# 42015 Client Project#(s) T/PW-C204-541200-207230129383 (DOE 6196) Project Description Pavement and Storm Water Drainage construction,and Water and Sanitary Sewer Force Main replacement,on Silver Creek Rd.from Interserstate 820 W through Intersection of Brewer St.then ends at 9450 Silver Creek Rd. Contractorl JLB Contracting, LLC Change Order# 0 Date 3/27/2012 City Project Mgr.1 Leon Wilson, P.E. City Inspector I Joe Rogers Dept. TPW Water. Sewer tt Contract Time Totals CD Original Contract Amount 1,271,792.41 $120,413.90 51,688.25 1,443,894.56 224 Extras to Date $12,895.00 $12,895.00 Credits to Date $3,375.00 $3,375.00 Pending Change Orders(in M&C Process) Contract Cost to Date $1,281,312.41 $120,413.90 $51,688.25 $1,453,414.56 224 Amount of Proposed Change Order 1, 98.55 $1,150.00 $14,120.OF- 16,768.55 14 Revised Contract Amount 1,282;810.9Q: .;'.- 121,563.90 $65,808.25 1,470,183.11 238 Original Funds Available for Change Orders $40,570.00 $6,000.10 $3,311.75 $49,881.85 Remaining Funds Available for this CO $31,050.00 $6,000.10 $3,311.75 $40,361.85 Additional Funding(if necessary) $10,808.25 $10,808.25 CHANGE ORDERS to DATE(INCLUDING THIS ONE)AS%OF ORIGINAL CONTRACT 1.82% MAXALLOWABLE CONTRACT AMOUNT(ORIGINAL CONTRACT COST+25,of $1,804,868.20 JUSTIFICATION(REASONS)FOR CHANGE ORDER Existing electrical vault had to be removed and replaced to run new 12"PVC water main tie-in to existing. Existing 16"SSWR FM in conflict with drop inlet @ 8+50 line B.Whip around of SSWR FM required at this location;as actual SSWR FM is not where shown on plans. 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)fdr all costs arising out of,or incidental to,the above Change Order. Contractors Cornpwy Name = Contractor(Name) Contract Signature Dade JLB Contracting,LLC , s �.6 4._._ _, In Su Date ProNd Manager/Program Manager Date Date Contr t Date Date Asm Aint City Manager Dale } 4 M&C Number *. M&C Date Approved FORT WORTH,.. City of Fort Worth Change Order Request Project Namel Silver Creek Rd., IH82OW to WSISD HS City Sec# 42015 Client Project#(s) T/PW-C204-541200-207230129383 (DOE 6196) Project Description Pavement and Storm Water Drainage construction,and Water and Sanitary Sewer Force Main replacement,on Silver Creek Rd.from Interserstate 820 W through Intersection of Brewer St. then ends at 9450 Silver Creek Rd. Contractorl JLB Contracting, LLC Change Order# 0 Date 3/27/2012 City Project Mgr.1 Leon Wilson, P.E. City Inspector I Joe Rogers Dept. TPW Water Sewer -! Contract Time Totals (CD) Original Contract Amount $1,271,792.41 $120,413.90 $51,688.25 $1,443,894.56 224 Extras to Date $12,895.00 $12,895.00 Credits to Date $3,375.00 $3,375.00 Pending Change Orders(in M&C Process) Contract Cost to Date $1,281,312.41 $120,413.90 $51,688.25 $1,453,414.56 224 Amount of Proposed Change Order 1,498.55 $1,150.00 $14,120.00 $16,768.55 14 Revised Contract Amount $1,282,810.96 $121,563.90 $65,808.25 $1,470,183.11 238 Original Funds Available for Change Orders $40,570.00 $6,000.10 $3,311.75 $49,881.85 Remaining Funds Available for this CO $31,050.00 $6,000.10 $3,311.75 $40,361.85 Additional Funding(if necessary) $10,808.25 $10,808.25 CHANGE ORDERS to DATE(INCLUDING THIS ONE)AS%OF ORIGINAL CONTRACT 1.82% MAXALLOWABLE CONTRACT AMOUNT(ORIGINAL CONTRACT COST+25%) $1,804,868.20 JUSTIFICATION(REASONS)FOR CHANGE ORDER Existing electrical vault had to be removed and replaced to run new 12"PVC water main tie-in to existing. Existing 16"SSWR FM in conflict with drop inlet @ 8+50 line B.Whip around of SSWR FM required at this location;as actual SSWR FM is not where shown on plans. 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 M JLB Contracting, LLC –, — 5 _ ? 4 �j Ipppftlnspection,Supervisor/ Date Pro'qct anager/Prograrn Manager Date sis "r "t Date ,Contracting De rtment (Dept Date A Att Date Assist.*t City Manag er Date Council Action if required) M&C Number _ M&C Date Approved FORT WORTH. City of Fort Worth Change Order Request Project Namel Silver Creek Rd., IH82OW to WSISD HS City Sec# 42015 Client Project#(s) T/PW-C204--541200-207230129383 (DOE 6196) Project Description Pavement and Storm Water Drainage construction,and Water and Sanitary Sewer Force Main replacement,on Silver Creek Rd.from Interserstate 820 W through Intersection of Brewer St.then ends at 9450 Silver Creek Rd. Contractorl JLB Contracting,LLC Change Order# 0 Date 3/27/2012 City Project Mgr.1 Leon Wilson, P.E. City Inspector I Joe Rogers Dept. TPW Water Sewer Contract Time Totals CD Original Contract Amount $1,271,792.47 $120,4 13.90 $51,688.25 1,443,894.56 224 Extras to Date $12,895.00 $12,895.00 Credits to Date $3,375.00 $3,375.00 Pending Change Orders(in M&C Process) Contract Cost to Date $1,281,312.41 $120,413.90 $51,688.25 $1,453,414.56 224 Amount of Proposed Change Order 1,498.55 1,150.00 14,120.00 $16,768.55 14 z Revised Contract Amount 1,282,810.96 121,563.90 65,808.25 1,470,183.11 238 Original Funds Available for Change Orders $40,570.00 $6,000.10 $3,311.75 $49,881.85 Remaining Funds Available for this CO $31,050.00 $6,000.10 $3,311.75 $40,361.85 Addifional Funding(if necessary) $10,808.25 $10,808.25 CHANGE ORDERS to DATE(INCLUDING THIS ONE)AS%OF ORIGINAL CONTRACT 1.82% MAX ALLOWABLE CONTRACT AMOUNT(ORIGINAL CONTRACT COST+25%) $1,804,868.20 JUSTIFICATION(REASONS)FOR CHANGE ORDER Existing electrical vault had to be removed and replaced to run new 12"PVC water main tie-in to existing.Existing 16"SSWR FM in conflict with drop inlet @ 8+50 line B.Whip around of SSWR FM required at this location;as actual SSWR FM is not where shown on plans. 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 Contractor Name Contrail Signature Date JLB Contracting, LLC ._.___ _ r /In lion Supervisor Date P manager/Program Manager Date Y � J kedor t Date Dir r Con in t(Dept) Date AsgkMt City A Vm Date t City Manager pate Councti Action d required) M&C Number M&C Date Approved �_� � . � Ll 7 � k � 0 \ ƒ - 3 M E o E § / ® k . C� ca � k # S C=) � 0 712 / 0 & CA? © ° / % f E / c a s O CL o cc U) = = k 2 2 k k � � � k 2 ° ¢ a k / 5 J LL � a) J a $ 00 m 2 0 _ \ ° to U � 0 .0 U) ° § § u U / m & f m � — 2 0 2 co 2 C=) CD k 00 a E R o CD ° 7 -1 \ § 2 a W Cc r a 7 = / o « 3 k \ o # 3 / E / CO) \ co § - > 7 2 E §k U) 2 k R § 0 \ _ ƒ S w ( 7 . t a \ui o £ 0 \ / / » § § 2-1 � O o° °o ao 0 0 C3) �s c 0 m 3 acu co 0 0 N O N N OA RS Q N C O tto Q CJ C m t U m « ° � . � a f # f 2 a � & ® u E c k \ � n $ c 5 � / / # S { / 72o k / o m 2 ■ 7 a. to � m 2 n o k 0 LLI p & k 2 - @ � 7 ) J 0 � V _ m o �� \ t Sm C) ° kk 3 co Cl) / / S; C k 7 Cl) k ® k / / 00 CD % U) I W of « 3 & / § S ± E m § 7 R � _ § # / 7 .CL § m » — ) . ) $ f � i 000 000 0 � 3 0 a N 0 N O N GJ OD m CL N C O a+ GJ v QJ 0 OD C L U MMBE Breakdown for this Change Order MWBE Sub Type of Service Amount for this CO Total $0.00 Previous Change Orders CO# DATE AMOUNT Total $0.00 LO LO O LO Lf) LO n (\l N O N r— N L 00 00 O 00 r V- 00 N 00 00 N O O 3 ( (o r 00 M M 00 et U) M M O Lo L r (o 69 fA to 69 fA 613 fA O O O O O O O O O O M M O M O O L I --I Lf O O cc O O r r (o (o N N N to vA EA to Ef} V3 Ef} O O o O O CN O O a o° O °O 3 M M M > a 0 � 6c.� 64 ta64ta ta6co. 6 0 o 0 -t o o It LO CO O° C) o , CO W (1 00 M M sr 00 � O O W V N CO N O — U V) N LO LO v M a -- (�) d *4 '0 61) 0 �Q ¢ moo coot to to i m m o o to to r co co N a p J Cif Cif � r W Go Cl)00 00 m O �c D ++ Q Go Co CO) V f` r Go M Go L) Cl) O y F- cM N CO) M w O Ci O O c d 0 IV r U) r 1- !r !r r L ca O W N OO 611). f/} Ef? fi} 40 fi} 4061% 61% c cn O U _ U a Go c >, m m co c 0 0 U O O N O N a C-4 cn O � r > rrmcm M (a O cna. aoU co U rn L c n o a s E s . z O Q L � m L o ca rn O vii 0 a) ai coo w a) rn o a U o > c w a ca < 0 ° o aa)) Q (n < c� Q o o Z o X a) o o m w zzz � o c owU En o vW �i m .m z Z a) U Q o U 0) cu w as E a v a) C: c O a w o o mi 0 ) camC) ca Qaf ) afQ