Loading...
HomeMy WebLinkAboutContract 52107-FP1 FORTWORTH CSC No.52107-FP1 WATER DEPARTMENT ENGINEERING AND FISCAL SERVICES s�0 NOTICE OF PROJECT COMPLETION 1F b cs 5�210� Regarding contract 52107 for Crowley Relief Interceptor M-325 For Village Creek Basin Part I as required by the Water Department as approved by City Council on 03/05/2019 through M&C C-29051 the Director of the Water Department,upon the recommendation of the Sr. Capital Projects Officer, Capital Projects Delivery,Water Department, has accepted the project as complete. Original Contract Prices: $4,587,826.00 Amount of Approved Change Orders: $12,600.00 Ns 2 Revised Contract Amount: $4,600,426.00 Total Cost Work Completed: $4,409,825.60 Less Deductions: Liquidated Damages: 0 Days @$630,00/Day Other Deductions(see comments): $119,347.41 Total Deduction Amount: $119,347.41 Total Cost Work Completed: $4,290,478.19 ti�� Less Previous Payments: $4,184,584.3-T Final Payment Due $105,893$7' OAJ Qn Q V q 2 Recommended for Acceptance Date Assistant Director, Water Department Christopher Hard (Oct6,202114:34 CDT) Accepted Date Director, Water Department Dana&�6ILWe Dana Bur�6,2021 City Manager Date OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Proiect Name: Crowley Relief Interceptor M-325 For Village Creek Basin Part I DOE. Ns: Comments: City Project Numbers 106276 DOE Number 521Q Contract Name Crowley Relieflnterccptor M-325 For Village Creel:Basin Pan I Estimate Number 22 Contract Limits Council District 6 Payment Number 22 Project Type Sewer For Period Ending 5/6/2021 Project Funding Project Manager Deeter City Secretary Contract Number 52107 Inspectors Jahnson / Brice Contract Date 3/5/2019 Contractor JACKSON CONSTRUCTION LTD Contract Time 744 CD 5112 SUN VALLEY DRIVE Days Charged to Date 739 Cl) FORT WORTH, TX 76119 Contract is .00U000 Complete CITY OF FORT WORTH SUMMARY OF CHARGES Line Fund Account Center Amount Cross Retainage Net _ _____—_____ Funded_ Total Cost of Work Completed $4,409,825.60 Less 0 %Retained $0.00 Net Earned $4,409,825.60 Earned This Period $225,241.28 Retainage This Period 50.00 Less Liquidated Damages 0 Days @ $0.00 /Day $0.00 LessPavement Deficiency $0.00 Less Penalty $0.00 Less Previous Payment $4,184,594.32 Plus Material on Nand Less 15% $0.00 Balance Due This Payment $225,241.28 Monday,October 04,2021 Page 6 of 6 FONT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name Crowley Relief Interceptor M-325 For Village Creek Bassin Part I Contract Limits Council District 6 Project Type Sewer City Project Numbers 10C276 DOE Number 5210 Estimate Number 22 Fayment Number 22 Tar Period Ending 5/612021 CD City Secretary Contract Number 52107 Contract Time -74ffD 7AN L D Contract Date 3/5/2019 Days Charged to Date 739 Contract is 96.000 Complete Project Manager Deeter Contractor JACKSON CONSTPUCTIO 1 LTD 5112 SUN VALLEY DRIVE FORT WORTH, TX 76119 Inspectors Johnson / Bricc Monday,October 04,2021 Page I of 6 City Project Numbers 100276 DOE Number 5210 Contract Name Crowley Relief Interceptor M-325 For Village Creek Basin Part I EStimate Number 22 Contract Limits Council District 6 Payment Number 22 Project Type Sewer For Period Ending 5/6/2021 Project Funding Sewer Item Description of Items Estimated Estimated Completed Completed leted No. P Unit Unit Cosy P ` __` _ __ Quauity 'Total Quanity Total 50 3292.0400 Seeding,Hydromulch T 27442 SY $LSO $41,163.00 27442 $41,163.00 51 3471.0001 Traffic Control 12 MO $1,200.00 $14,400.00 12 $I4,400.00 52 3125.0101 SWPPP >1 acre I LS $52,000.00 $52,000.00 1 $52,000.00 53 3110,0102 6"-12"Tree Removal 201 EA $600.00 $120,600.00 201 $120,600,00 54 3I10.0103 12"-18"Tree Removal 13 EA $900.00 $11,700.00 13 $11,700.00 55 3110,0104 I8"-24"Tree Removal 3 EA $1,300.00 $3900.00 3 $3,900,00 56 0171.0101 Construction Staking 1 LS $24,000.00 $24,000.00 1 $24.000.00 57 0171.0102 As-Built Survey-(Red Line 1 LS $5,000.00 $5,000.00 1 $5,000,00 58 9999.0001 Sanitary Sewer Manhole Ven 8 EA $6,000.00 $48,000.00 8 $48,000.00 59 9999.0002 Construction Allowance 1 LS $150,000.00 $150,000.00 60 9999.0003 Decomission Lift Station 2 FA $32,000.00 $64.000.00 2 S64,000.00 61 9999.0004 Remove Sewer Air Release V 3 EA $900A0 $2,700.00 3 $2,700.00 62 9999.0005 Construct Manhole Drop STA I LS $4,300.00 $4,300.00 1 $4,300.00 63 9999.0006 56"Type'B'Fontaine Seri I EA $16,000,00 5:6,000.00 1 $16,000,00 64 9999.0007 56"Fontaine Series 95 CW 1 EA $16,000.00 $16,000.00 1 $16,000.00 65 0135.0101 Railroad Coordination 1 LS $15,000.00 $15,000.00 1 $15,000.00 66 0135.0102 RailroadFlag<nen 5 IND $2.500.00 $12,500.00 5 $12,500.00 LA 3331.4505 42"DIP Sewer w/Protecto 1584 LF 1.13 3331.4508 42"Fiberglass Sewer Pipe 1584 LF 1.0 3331.4501 42"PVC ASTM F679 Sewer P 1584 LF $256.00 $405,504.00 1584 $405,504.00 2.A 3331.4506 42"DIP Sewer w/Protecto 40 LF 2.11 3331.4509 42"Fiberglass Sewer Pipe 40 LF 2.0 3331.4502 42"PVC ASTM F679 Sewer P 40 LF $551.00 $22,040.00 40 $22,040.00 3.A 3331.4507 42"DIP Sewer Pipe w/Pro 3381 LF 3.B 3331.4510 42"Fiberglass Sewer Pipe 3381 LF 3.0 3331.4503 42"PVC ASTM F679 Sewer P 3381 LF $256.00 $865,536,00 3381 $865,536.00 4 3331.4423 36"Fiberglass Sewer Pipe 63 LF $593,00 $37,359.00 63 $37,359.00 5 3331,4310 21"PVC PS 46 ASTM F679 S 29 LF $171.00 $4,959,00 29 $4,959.00 6 3305.1111 66"Casing By Other Than 343 LF $1,574.00 $539,882.00 343 $539,882,00 7 3305,1111 66"Casing By Other Than 282 LF $1,574.00 $443,868.00 282 $443,868,00 8 3305.3014 42"Sewer Carrier Pipe 625 LF $269.00 $168,125.00 625 $168,125.00 Monday,October 04,2021 Page 2 of 6 City Project Numbers 100276 DOE Number 5210 Contract Name Crowley Relief Interceptor iv1-325 For Village Creek Basin Pan 1 Estimate plumber 22 Contract Limits Council District 6 Payment Number 22 Project Type Sewer For Period Ending 5162021 Project Funding 9 3331.0106 15"Sewer Pipe,Point Rep 100 LF Sl 10.00 $11,000.00 10 3331,2105 15"CfPP 487 LF 5142.00 $69,154.00 497.8 570,687.60 11 3331.4217 15"Sewer Pipe,Select Ba 33 LF 5128.00 $4,224.00 33 $4,224.00 12 3331.4209 12"Sewer Pipe,CS Backf 20 LF 5176.00 $3,52C.00 20 $3,520.00 13 3331.4210 12"Sewer Pipe,Select Ba 182 LF $88.00 $16,0I6.00 I82 $I6,016.00 14 3331.4206 10"DIP Sewer%v/Protecto 23 LF 5259.00 $5,957.00 24 56,216.00 15 3331,4117 8"Sewer Pipe,Select Bac 48 LF 383.00 .53,994.00 48 53,984.00 16 3339.1101 5'Manhole 7 EA 56,700.00 $46,900,00 7 $46,900.00 17 3239.1 IO2 5'Drop Manhole 1 EA 57,600.00 $7,600.00 1 57,600.00 18 3339.1 103 5'Extra Depth Manhole 216 VF $221.00 $47,736.00 216 $47,736.00 19. 3339.1105 5'Type A Manhole 3 EA $13,400A0 $40,200.00 3 $40,200.00 19, 3 339.11 l I 5'Tee Base Manhole 10 EA 20 3339,200; Sanitary Sewer Junction St 1 EA $198,000.00 $188,000.00 1 $198,000.00 21 3303.0001 Bypass Pumping l LS 5423,00D.D0 $423,000.00 I $423,000.00 22 3305.0109 Trench Safety 5403 LF $2.D0 $10,806.00 5404 $10,808.00 23 3305.0207 Imported EmbedmentlBackfil 500 CY $SOAO $25,000.00 24 3305.0116 CancrchG Encasement for U 200 CY $180.00 %36,000.0C 200 $36,000.00 25 3305.0110 Utility fvfarkers(Surface 15 EA .5140.00 $2,100,00 14 51,96D.QQ 26 3305.0110 Utility Markers(Buried M 1 LS $600.00 $600.D0 27 3305.0122 Concrete Collar IS EA $500.00 $9,000.oe 18 59,000.00 28 3305,0113 Trench Water Stops 5 EA $1,100.00 $5,500.D0 5 55,500.00 29 3339.0001 Epoxy Manhole Liner(Warr 373 VF $270.00 $106,710.00 373 5100,710.00 30 3301,0001 Pre-CCTV inspection 24730 LF 53.04 $74,190.00 24730 $74,190.00 31 3301.0002 Posi-CCTV Inspection 6515 LF $2.00 $13,030.00 6515 513,030.00 32 3301.0I01 Manhole Vacuum Testing 21 EA $300.00 $10,500.00 21 $10,500.00 1@3 3339.0002 Epoxy Structure Liner(War 1440 SF $18.00 525,920.00 1440 $25,920.00 34 0241.1001 Water Line Grouting I CY $145.00 3145.00 1 $i45.00 35 0241.1512 Salvage l"Water Meter 1 EA $150.00 $150.00 1 $I50.00 36 0241.2001 Sanitary Line Grouting 540 CY $145.00 $78,300.00 540 $78,300.00 37 0241.2013 Remove 8"Sewer Line 87 LF $4.00 $348.00 87 5348.00 38 0241,2103 8"Seiner Abandonment Plug 9 EA $600.00 55,400.00 9 $5,400.00 39 0241.2104 10"Sewer Abandonment Pitt 48 EA $800.00 $38,400.00 48 S39,400.00 40 0241.2105 12"Sewer Abandonment Plu 8 EA 3950.00 $7,600.00 8 $7,600.00 41 0241.2106 15"Semler Abandonment Phi 18 EA $1,I00.00 g19,800.00 18 SI9,800.00 Monday,October 04,2021 Page 3 of 6 City Project Numbers 100276 DOE Number 5210 Contract Name Crowley Rol ief Interceptor M-325 For Village Creek Basin Part 1 Estimate Number 22 Contract Limits Council District 6 Payment Number 22 Project Type Sewer For Period Ending 5/6/2021 Project Funding 42 0241.2201 Remove 4'Sewer Manhole 3 EA S500.00 $11500.00 3 $1,500.00 43 0241.5001 Abandon Manhole 20 E4 $500A0 $10,000.00 20 $10,000.00 44 3137.0105 Medium Stone Riprap,grow 100 SY $57.00 $5,700.00 100 $5,700.00 45 3201A117 10'Wide Asphalt PvmtRep 25 LF $77A0 $1,925.00 25 $1,925.00 46 3201,0614 Cone Pvmt Repair,Residen 360 SY $87.00 $31,320.00 360 $31,320.00 47 3213.030141'Cone Sidetiyalk 1700 SF $6.M $10,200.00 1700 $10,200.00 48 3231.030141 Gate,Steel(16'Wide) 3 EA $2,SD0.00 S8,400.00 3 $8,400.00 49 3292.0100 Block Sod Placement 1131 SY $5.00 $5,655.00 67 5 ff.Type A Manholes 7 EA $15,200.00 $106,400.00 _ 7 $106,400.00 — ———` ——— Sub-Total of Previous Unit $4,600,426.00 $4,409,825,60 i i Monday,October 04,2021 Page 4 of 6 City Project Numbers 100276 DOE Number 5210 Contract Name Crowley Relief Interceptor M-325 For Village Creek Basin Fart I Estimate Number 22 Contract Limits Council District 6 Payment Number 22 Project Type Sewer For Period Ending 5/6/2021 Project Funding Contract Information Summary Original Contract Amount 34,587,826.00 ChanIZe Orders Change Order Number 1 $12,600.00 �Q Total Contract Price S4,60C,426.00 Y ate Total Cost of Work Completed $4,409,825.60 UN or Less 0 %Retained $0.00 �a` ,�J Net Earned $4,409,825,60 Date Earned This Period $225,241.28 Inspection f$upervisar Retainage This Period $D.00 vk1 �L -..fj! Dntd -h�- _- Less Liquidated Damages Project aanager Days @ /Day $4.00 N/A Date LessPavement Deficiency $0.00 Asst.Dircctor/TPW // Less Penalty $0.00 wade Less Previous Payment $4,184,564.32 CMstopher H a rde(Oct 6,202114:34 CDT) Vate Director/Contracting Department Plus Material on Hand Less 15% S0.00 Balance Due This Payment S225:2.41.28 Monday,October 04,2021 Page 5 of 6 FORTWORTH rev 03/05/07 WATER ENGINEERING &FISCAL SERVICES FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:22 NAME OF PROJECT: Crowley Relief Interceptor M-325 Village Creek Part 1 PROJECT NO.: 100276 CONTRACTOR: Jackson Construction CITY PROJEC'I 100276 PERIOD FROM:04/01/21 TO: 05/06/21 FINAL INSPECTION DATE: 5/6/2021 WORK ORDER EFFECTIVE:12/4/2018 CONTRACT TIME: ---tft 79S(C.D O wD • CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH CHARGED CHARGED CREDITED MONTH CREDITED DURING DURING 1. 16. Z. 17. 3. 18, 4. 19. 5. 20, 6. 21. 7. 22. S. 23. 9. 24. 10. 25. 11. 26. 12. 27. 13. 28. 14. 29. 15, 30. 31. SAT,SUN, RAIN,TOO WE, UTILITIES DAYS TOTAL &HOLIDAYS &TOO COLD RELOCATIONS OTHERS * CHARGED DAYS THIS 36 36 PERIOD PREVIOUS 703 703 PERIOD TOTALS 739 739 TO DATE *REMARKS: C CTOR D IN PECTOR DATE Capital Projects Deliveryr,'XVater Department The City of Fort Worth- 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-4477-has: (817)392-8460 V:0212210' FORTWORTH Capital Projects Delivery,Water Department CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: 9-1-n; Name of Contractor Project Name Jackson Construction Crowley relief Interceptor M-325 Village Creels Partl Pbter Engineering Inspector Project Manager Jesse Reed Scott Taylor DOE Manber Project Difficulty 1)7pe of Conn•act 5210 Q Simple ( Routine Q Complex ❑Water Q Waste Water ❑Storm Drainage ❑ Pavement Initial Contract Amount Final Contract Anmottnt $4,600,426.00 $4,409,825.60 11)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3 -Good 4-Excellent ELEMENT RATfKG ELEMENT RATING (0-4) (0-4) f INSPECTION EVALUATION PLANS&SPECIFICATIONS I Availability of Inspector 1 Accuracx of Plans to Existing Conditions 73 2 Knowledge of Inspector 2 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities 3 Applicability of Specifications 4 DisElay Of Professionalism 4 Accuracy of Plan Quantities 5 Citizen Complaint Resolution PROJECT MANAGER EVALUATION 6 Performance-Setting up_Valve Crews,Labs 1 Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Project Manager i Change Order Processing Time 3 Communication 2 Tirnliness of Contractor Payments 2, 4 Resolution of Utility Conflicts Nil f3 Bid Opening to Pre-Con Meeting Timeframe 11I) COMMENTS&SIGNATURES COMMENTS 1 ` Signature Contractor Signature Inspector - Signature Inspector's Supervisor INSPECTOR'S COMMENTS I Capital Projects Delivery,Water Department The Ciry of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-4477•Fax: (817)392-8460 E FORTWORTH RED:02P2fl,07 Capital Projects Delivety,Water Department PERFORMANCE EVALUATION OF CONTRACTOR 1) CONTRACTOR&PROJECT DATA Name of contractor Project Nome Jackson Construction Crowley Relief Interceptor M-325 Village Creek Part Waxer Engfneering Inspector DOE"Number Jesse Reed 5210 Water Engineering Inspector Project Manager ❑Water 0 Waste Water ❑ Storm Drainage ❑ Pavement Scot Taylor Initial Contract knrorml Project Difficrtlty $4,600,426.00 Q simple Q Routine Q Complex Final Contract Anrount Date S4,409,825.60 6/9/2021 II)PERFORMANCE EVALUATION 0-Inadequate I -Deficient 2-Standard 3-Good 4-Excellent ELEMENT WEIGHT(X) APPLICABLE(Y 1 N) RATING(0-4) MAX SCORE SCORE 1 Submission of Documents 2 Y 3 8 6 2 Public Notifications 5 Y 3 20 15 3 Plans on Site 5 Y 3 20 15 4 Field Supervision 15 Y 2 60 30 5 Work Performed 15 Y 3 60 45 6 Finished Product 15 Y 3 60 45 7 Job Site Safety 15 Y 2 60 30 8 Traffic Control Maintenance 15 Y 2 60 30 r 9 Daily Clean Up 5 Y 3 20 15 10 Citizen's Complaint Resolution 5 Y 2 20 10 l I Property Restoration 5 Y 3 20 15 12 After Hours Response 5 Y 2 20 10 13 Project Completion 5 Y 4 20 20 TOTAL ELEMENT SCORE(A) 286 80NiUS POINTS(25 Maximum)(B) TOTAL,SCORE(TS) 286 III)CONTRACTOR'S RATING Maximum Score(MS)—448 or sum of applicable element score maximums which= 448 .Rating(ITS/MS1* 1100%) 286 ! 448 = 64% Performance Category Good <211%=1'nade,vate 30%to<40%=Defrcienl 40%to<61%=Standard 60%to<80%=Good >81%=Excellenl Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Signature Inspector i Signature Contractor Signature Inspector's Supervisor CONTRACTOR'S COMMENTS Capital Projects Delivery,Water Department The Ciry of Fort Worth• 1000 Throckmorion Street•Fort Worth,TX 76012-6311 p (817)392-4477 •Pas:(817)392-8460 �A 3 FoRTWORTH WATER ENGINEERING& FISCAL SERVICES PIPE REPORT FOR: PROJECT NAME: Crowley Relief Interceptor M-325 village Creek Part 1 PROJECT NUMBER: 100276 DOE NUMBER: 5210 WATER PIPE LAID SIZE TYPE OF PIPE LF FIRE HYDRANTS: VALVES(16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: SEWER PIPE LAID SIZE TYPE OF PIPE LF Sewer 42" PVC 1584 Sewer 42" ASTM F679 3421 Sewer 36" Fiberglass 63 SEWER 21" ASTM F679 S 29 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: WATER ENGINEERING&FISCAL SERVICES The City of Fort Worth• 1000 Throckmotton Street•Fort Worth,TX 76012-6311 (817) 392-4477•Fax: (817)392-8460 FORTWORTH April 27,2020 Troy Jackson, President Jackson Construction, LTD 5112 Sun Valley Drive Fort Worth,Texas 76119 RE: Fort Worth Water Department expenses related to 24"/48"plug recovery Crowley Relief Interceptor M-325 Part 1, Project 100276, CSN 52107 Dear Mr.Jackson, This letter informs you that you are required to reimburse the Fort Worth Water Department for expenses related to locating, retrieving and removing the lost plug associated with the above referenced project in the amount of$119,347.41. Documentation can be provided upon request. Fort Worth Water was notified by Jackson Construction on November 12,2019,that the 24"/48"x 5' plug that had been inserted into a 36" segment of M-325 was no longer in place. After several days of searching, the plug was not found and Jackson Construction filed a theft report with the Crowley Police Department. On April 1, 2020, Field Operations was dispatched to the Crowley Meter Station located on M-325 at the request of the Production division staff, to assist in clearing out a blockage in the reducer bend. After several days of removing debris with the large vactor trucks, working the line with a rod machine, installing bypass pumping and engaging an emergency contractor to open up the fine and meter station, the plug with serial number 190412G303 was recovered. This serial number matches the serial number given to the Crowley Police Department in the theft report. This recovery effort required time and resources of the Field Operations, Production and Capital Delivery divisions, as well as rental of equipment for bypass pumping. Circle C Construction was utilized to open up the line and meter station to retrieve the plug. The reimbursement amount of$119,347.41 covers city costs for labor, equipment, materials and third party contract costs with no markup.This reimbursement must be received by Fort Worth Water before the project can be closed out after you complete the remaining work. The city intends to deduct this amount from the retainage or you can provide a check directly to the City of Fort Worth Water Department. If you have any questions, please don't hesitate to contact me. Sincerely, Laura R.Wilson, PE Deputy Director,Water Department i WATER DEPARTMENT INFRASTRUCTUR>; The City of Fort Worth*200 Texas Street*Fort Worth,Texas 76102 817-392-8207*Fax 817-392-8195 Jackson Construction M325 Lost Plug Cost Cost Field Operations Plant Operations Capital Delivery Circle C Invoice Equipment $31,255.79 $0.04 $0.00 Materials $4,904.00 $0.00 $0.00 Personnel $26,265.03 $5,20S.00 $11,000.00 Aclmin En ineer Cost $0.00 $0.00 Rental $0.00 $2S,71 7.59 $0.00 Mobilization $0.00 $0.00 $3,000.00 Remove &Replace M/H $0.00 $0.00 $7,500.00 Remove &Replace Meter $0.00 $0.00 $4,500.00 Division Totals Total Cost Equipment FORT WORTH WATER DEPARTMENT SPECIAL BILL FORM BILL TO:Jackson Construction Ltd. WORK ORDER NO. 5112Sun Valley Drive SEWER 19-204910,t4.204'_63 15-204562,19@04559,19- 204558,19-204557,203e6e2,2me722,2a-35985, 2031041,20-17522 20,37M,26-38112,20ae115, Fort Worth,Texas 76119 CIRCLE ONE 2038116,20-38117,2035e4C,2035904.20-37M BILLING DATE: LOCATION: M-325 Crowley Meter Station LINK TO PHOTOS:Cr! r shfion 400 Cr�nl CrCI ost Plu UI-325 PH T Vf C•FC p DESCRIPTION OF DAMAGE AND10R SERVICE RENDERED: DATE OF DAMAGE OR SEVICES RENDERED: NovembLr l2th,2019-April 14th,202C Lost.plug reported resulting in walkout inspections,bypass pumping,and plug removal amongst other activitles to correct the issue Di a e[Ug lost by contractor within the colfectron system, ~ EQUIPMENT SUMMARY Tool Descri tion truant Tool Hours Rate line Cost 204-0341 Service Truck 1Ton WFO 1 80.07 5 23.D9 5 1.8a8.82 204-0344 Servine Truck 17on WFO 1 23.18 $ 23.09 S 535.23 204-0374 Service Truck 112Ton WFO 1 35.25 S 23.09 $ 813.92 209-0086 Pickup,1Ton WFO 1 48.68 5 20.80 S LD3254 208-0103 Pickup,3 4 Ton Ext.Cab 4x4 W FO 1 6638 $ 20.80 S 1138C.70 165-1026 PTcku .34Ton 3xL Cab WFOY 1 28Ao 5 20M S 532AO 208-0109 Pickup,3 4Tan Exi.Cab WFO 1 1435 S 20.80 5 306.80 262-OL37 Oum Truck Tandem Ax;e(WrOl 19.33 S 82.75 5 1-599.55 262-0138 DurnP Truck Tandem Axle WFO 1 1933 82.75 S 159956 262-0211 Sewer Combination Truck-Ca Vac WFO 1 18.47 $ 82.75 $ 1,528.35 262-D236 Low Boy Truck WFO I 6.65 S 82.75 S 550.29 262-0269 $ewer Combination Truck-Ga Vac WF 1 26.00 Is 92.75 $ 2.151.50 609-0050 Skid Steer Leader Mufti-Terrain WFO 1 7858 2$.03 S 2202.60 609-0056 Slid Steer Loader Multi•Terrain WFO 1 7L93 5 28.03 S 2.016-2D 675-0006 Track Excavator(WFOI 1 78.58 $ 8050 $ 6,325.69 363-CO05 Hvdraullc Power Unit Replaced 863-0002 WFO 1 19.33 S 936 5 180.93 970.0103 Generator L ht Tower Trailer Mounted(WFOI 1 71.93 $ 25.54 S 1 17.79 217-0595 Superintendent Tahae 1 40.00 22.50 5 900.00 206-0186 Supervisor Pickup 1 41.so 5 20.80 $ 863.20 165-10a5 supervisor Picku PM 1 25.00 S 23,09 S 577.25 202=0745 SupenMarftkup JPM 1 16.00 5 23.09 $ 369A4 262=0270 Sewer Combo Truck PM 1 12.50 S B2.75 S 103438 262-02.24 Sewer Combo Truck PM 1 9.00 S 82.75 5 744,75 225-0021 Sewer CCTV Truck PM 1 0,00 S 26.80 5 241.20 242-0335 Service Truck,wlCom ressor FO 1 3.00 S 26.51 $ 79S3 262.0244 OLJMP Truck,Tandem Axle 0 1 3,00 S 82.75 248.25 saB-0101 Trailer,Equipment WFO 1 3.00 S 11.60 5 3a.aD 626-0125 TractorlLoederlBaCkhoe O) 1 3.D0 5 39.96 S 119.88 242-o2a5 Picku Sewer Rodder Truck 0 1 4.43 3 30,40 5 13a.67 zD3-DzsS Picku ,314 Ton.ExL Cab FO 1 1.00 S 13.40 S 13A0 206-0105 Picku ,1 Tan,Crew Cab,qx4 WFO 1 6.22 22.65 S 142.13 Total: $ 31,255.79 Page 2 Material FORT WORTH WATER DEPARTMENT SPECIAL BILL FORM BILL TO:Jackson Construction Ltd. WORT(ORDER NO.15-2o4910,19-2045e3.IM04562,19-294559,19- 204658,19-204557.204WS2.20-W722,20- 5112 Sun Valley Drive SEWER 35aB5,20-37641,20.37622,20-37822.2C36112, 20-31 15,2038116,20.8117,20-3584R 20- Fort Wcnh.Texas 76119 C:Ro-E CNE 35904.20 s7az0 BILLING DATE: LOCATION:M-325Crowley Meter Station LINK TO PHOTOS: -1 40001,11 Cllde(Las PI-AM-325 PHOTO AND VI2LR FOLOEA as DESCRIPTION OF DAMAGE ANDIOR SERVICE RENDERED: DATE OF DAMAGE OR SEVICES RENDERED: Navember 12th.2019-April 14th,2020 Lost pluc reported rOSLItIng in walkout inspections,bypass purnpino,and pluR removal amongst other acfivifies to carrect the issue cf a elug lost by contractorwittlin the collections stem. MATERIAL COST ITEM DESCRIPTION ITEM# QLANTffY UNITS(CSY) PRICE CCST BulkMateriai,Washrock W5LK1 20 12 $17.60 $4,224.00 Material Dump for Disposal 1 7 se0,00 8560.00 Dump Char es Silver Creek 4 10 $30.00 5120.00 SUB TOTAL 54,964,C0 HANDLING CHARGES g 15% MATERIAL TOTAL $4,90,L00 Page 1 Personnel FORT WORTH WATER DEPARTMENT SPECIAL BILL FORM BILL TO: Jackson Construction Ltd. WORK ORDER NO. 19-204910,19-204563,19-204562,19-204859,19- 5112 Sun Valley Drive S>WER 204558,19-204557,20.36662,2G-%772,20-3e8B5, Fort Worth,Texas 76119 CIRCLE oNE 20.37641,20-37a22,20-37622,20-38112,20.38116. 2"8116,20a8117,2o-3s840,73-3s904,20-37820 BILLING DATE-- LOCATION: M-325 Crowlet Meter Station LINK TO PHOTOS:c-iPY t telcr,mnon 4on onn arue. :t Pwunr�s-3zs artoTo nnlD viDeo Foip_a z n DESCRIPTION OF DAMAGE AND/OR SERVICE RENDERED: DATE OF DAMAGE OR SEVICES RENDERED: November 12th,2019-A dI 14th.2020 Lost plug reported resulting in walkout inspections,bypass pumping,and plug removal amongst other ectivilies to correct the issue of a plug lost by contraotorwithin the collections stem. PERSONNELILABOR COST" Labor Name Hours Rate Line Cost 605603 Secerra,Estephan 72.50 $ Z3.51 S 1,704.48 607059 Burton,Travis 66.38 5 22.47 $ 1,49156 604470 Castaneda,Alex 9,00 $ 14.86 $ 133.74 606582 Castilla,David 3.00 $ 18.78 5 56.24 402056 Coffman,Luke 40.00 $ 48.42 $ 1,936.80 605044 Conaway,Ronald David 8955 $ 25.13 $ 2,339.94 062395 Cuellar,Jose 24.00 $ 28.73 $ 689.04 602212 Duncan,Mike 3.00 $ 25,57 $ 76.71 fi02550 Dwayne Melancon L00 $ 2497 $ 2497 081760 Escobar,Alejandro 19.45 $ 19.16 $ 353.69 81782 jEscobedo,Leandro 16.00 $ 30.52 $ 488.32 366360 Ferna ndo Luera 4.42 S 27.52 $ 121.91 091540 Franco,Emiliono 12.50 5 29.94 $ 374,25 401450 Franco,Saturnino 9.00 $ 25_g4 $ 239AG 603937 Gair,Cody 4150 $ 34.19 $ 1,418.89 - 405875 Greer,Nathan 30.00 I$ 45,12 $ 1,353.0 206403 Gutierrez,Andrew 35.24 1$ 24.95 $ 879.24 603621 Harris,Parish 23.17 $ 20.29 $ 470.12 605131 Jeremiah VanZandt 1 4.00 $ 33.67 $ 134.48 604445 Jimenez Jr Casiano 14.75 MS2614 $ 259S7 135852 Jlmenez,Caslano 7.56 $ 197.62401754 Jimerson,Christopher 26.00 $ 64272 G81768 Jor a Escobar 4.43 $ 77,g4 227114 Jose Resendlz 5.22 S 2.13.70 606444 Loza,Eric 9,00 $ 126.00 166481 Lundvall,Harry 28.00 $ 1,547.00 401388 Narez,Jaime 18.46 $ 458.36 603740 Odom,Kenneth50 $ 188.75 601203 PraterJr.,Tan Michael-Lee 72.50 $ 26.72 $ 1,937.20 232435 Robinson II Dale 23.17 $ 23.57 $ 546.12 233215 RodriHue2.Javier 7,56 $ 29.94 $ 226.35 ' 404503 Rogers,Mark A 48.68 $ 25,54 5 1,262.76 104881 Ray Griffith 1.00 $ 19.16 $ 19.16 227221 Rudy Reyes 6.22 $ 28.30 $ 176.03 608246 Saucedo,Gerardo 48.fi8 1 $ 988.69 Sepulveda,Calm 35,24 72 242543 9 961.70 405156 Silva,Francisco 20,50 $ 16.33 $ 334.77 604-451 Smith,Jarrett 3.00 $ 19.96 $ 59,88 607204 Tillotson David 14.50 $ 14.80 $ 214.60 400181 Tyrone Kelly 6,22 $ 15.77 $ 98,09 1.71254 William Martin 1.00 $ 18. 99 $ 13.69 604338 Wilson,Douglas M. 21.88 $ 25.70 $ 562.32 600285 Youn,Clifford 25A0 $ 37.04 $ 926.00 SU9-TOTAL $26,265.03 'INDIRECT COST aQ 55.73% 'PERSONNEL TOTAL $26 265.03 I Page 1 Wilson, Laura R From: Griffith, William Sent: Thursday,April 16, 2020 3:59 PM To: Lundvall, Harry(Bill) Cc: Angadicheril, Charly; Phillips, Martin;Allen,Tim Subject: Crowley Waster Meter blockage Attachments: Crowley wwm by-pass quote.pdf; Crowley wwm,united rental by-pass PO.pdf, Crowley wwm additonal hours quote.pdf; Crowley wwm additonal hours PO.pdf Follow Up Flag: Flag for follow up Flag Status: Flagged Plant Operations was responsible for the purchase/rental of the by-pass pumping and rental of 2 36" plugs.The attachments show the initial cost and then the additional United Rental man hours. If anyone should have any questions please let me know. The I/F group have been working on this issue since the plug was initially lost last year. Plant Operations Maintenance Kenny Wilson,4/7,8,9/20 total of 24 hours =$835.20 Burl Griffith,4/7,8/20 total of 10 hours=$482.00 Plant Operations I/E Santa Perez,48 hours,total= $1707.84 Tim Allen, 32 hours,total=$1592.96 Larry Aguilar,20 hours,total=$587.00 Thank you. Burt Griffith Water System Superintendent Plant Operations 817-392-8408 817-944-3461 William.�!riffiitli�&,fortkvorthtexas. ov City of Fort Worth — Working together to Build a strong community FORT WORTH, Fallow Fort Worth s z &'�ItE�0A CONSTRUCTION LTD. 51 1 Z SUN VALLEY DPVF FORS WORTH,TX 761 19 TEL:817-572-3303 FAX:817-478-0443 AFFIDAVIT STATE OF TEXAS COUNTY OF TARRANT Before me, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared Troy L. Jackson, President Of Jackson Construction, Ltd, known to me to be a credible person, who being by me duly sworn, upon his oath deposed and said; That all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in full; That the wage scale established by the City Council in the City of Fort Worth has been paid in full; That there are no claims pending for personal injury and/or property damages; On Contract described as; Crowley Relief Interceptor M-325 for Village Creek Basin Part 1 BY Troy . Jackson, President Subscribed and sworn before me on this date 6th of May, 2021. �j lo-4� Notary Pu lic 4 Tarrant, Texas Yv��., CARMEN L. ESTEP Notary Pubfic,State of Texas Comm.Expires 04-06-2024 �prnn+` Notary ID 2910$11 CONSENT OF SURETY OWNER ❑ TO FINAL PAYMENT ECF ❑ .AMDocunzeW G707- (X)14TRACTO � Bond No. BCD1074846 sURMY TO O NI ARCHMCf'S PRO {Nmrtrtutdmdr�tyl )ECT N©.: 100276 City of Ft-Worth 200 Texas St_ QDNI'RACrFOIL Relief Interceptor M-325 Fort Worth,TX 76102 PROJECT: fr e„dddarNsV CONTRACT DATED: Village Creels Basin, Partl /Crowley Relief Interceptor In accoa�with The Provisions oft,e Contract betu�eer the S3wnes and the Can[r aor as iaul9c�teeE a!x}Qe frasmi ,the nbm.andad!ML Zr r%emlyy The Hanover Insurance Company 440 Lincoln Street Woroester, MA 01653 on bond of SURETY, YYTAF-z=?n&andaddnsscj'Co?ztracra) Jackson Construction, Ltd. 5112 Sun Valley Drive Fort Worth,TX 76119 co .croR, hereby ap,roves of the final payment to dte Contractor,and:agrees thar final payment to the Contractor shalt nr�F rrTl�the Surely of ansr of its obligations to {Eitsrrsrmztemrdadpy ofouwer) City of Ft-Worth 200 Texas St. Fort Worth,TX 76102 2s set forth is said surety's borr3 o En'VFUMSSWEREOF,the Spry has hereunto--et its hand on this das�-- May 6, 2021 (YMW ilz JO 1MVI&- ki.zi,musk—resheteandperr The Hanover Insurance Company By: fS�gr.�txvrDJx�arl��rFrr�irrarn�] {Sea]): Spend Sharani,G[4 Witness 1 Teuta Luri Attorney-in-Fact {f�iitltJrtarrremrd rnki Surety Phone No. 508-853-7200 x-4476 G707 1t94 THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWER OF ATTORNEY THIS Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated_ KNOW ALL PERSONS BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY,both being corporations organized and exstng under the laws ofthe State of New Hampshire,and CITIZENS INSURANCE COMPANY OF AMERICA,a corporation organized and existing under the laws ofthe State of Michigan,(hereinafter individually and collectively the"Company)does hereby constitute and appoint. Steven R.Foster,Jack M.Crowley,Laurie Pflug,and Teuta Luri Of Willis Towers Watson Insurance Services West,Inc of Dallas,TX each individually,if there be more than one named,as its true and lawful attomey(s)-in- fact to sign,execute,seal,acknowledge and deliver for,and on its behalf,and as its act and deed any place within the United States,any and ail surety bonds, recognizances,undertakings,orcther surety obligations_The execution of Such surely bonds,recognizanoes,undertakings orsurety obligations,in pursuance of these presents,shall be as binding upon the Company as ifthey had been duly signed by the president and attested by the secretary afthe Company,in their own proper persons-Provided however,that this power ofattamey limits the acts ofthose named herein;and they have no authority to bind the Company except in the manner stated and to the extent of any limitation stated below: Any such obligations in the United States,not to exceed Thirty Five Million and Noll00($35,0o0,000)in any single instance That this power is made and executed pursuant to the authority of the following Resolutions passed by the Board of Directors ofsaid Company,and said Resolutions remain in fuii force and effect: RESOLVED: That the President or any Vice President,in conjunction with any Vice President,be and they hereby are authorized and empowered to appoint Attorneys-in-fact of the Company,in its name and as it acts,to execute and acknowledge for and on its behalf as surety,any and all bonds, recognizances,contracts of indemnity,waivers of citation and all otherwntings obligatory in the nature thereof,with powerto attach thereto the seal ofthe Company.Any such writings so executed by such Attorneys-in-tact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons. RESOLVED,That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto,granted and executed by the President or Vice President in conjunction with any Vice President ofthe Company,shall be binding an the Company to the same extent as if all signatu res therein were manually affixed,even though one or more of any such signatures th ereon may be facsimile.(Adopted October 7,1981- The Hanover Insurance Company;Adopted April 14,1932-Massach usetts Bay Insurance Company;Adopted September 7,2001-Citizens insurance Company of America and affirmed by each Company on March 24,2014) IN WITNESS WHEREOF,THE HANOVER INSURANCE COMPANY,MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals,duly attested by two Vice Presidents,this 101 day Of January,2020. THE HANOVER I NSU RANqE COMPANY THE HANOVER INSURANCE COMPANY MASSACHUSETTS Y DURANCE COMPANY MASSACHUSETTS SAY INSURANCE COMPANY CITIZENS INSU E COMPANY OF AMERICA CITIZENS INSURANCE COMPANY OF AMERICA 44 Bryan J vice President JbL1-Iawiecki_Uce President THE COMMONWEALTH OF MASSACHUSETTS } COUNTY OF WORCESTER )ss. On this 10th day of January,2020 before me came the above named Executive Vice President and Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company ofAmerica,to me personally known to be the individuals and officers described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company,Massachusetts Bay Insurance Company and Citizens insurance Company of America, respectively,and that the said corporate seals and their signatures as officers were duly afxed and subscribed to said instrument by the authority and direction of said Corporations. Z ARLEEN V. SIMONS s ar Noty Public COtAlAOtt>S+'uon' 34F1tl<SSAGfAt5ETT5 My Commission Expires Areen V-Simon$,Notary u IC June .5,2023 My Commissior.Expires June 15.2023 1.the undersigned Vice President of The Hanover Insurance Company,Massachusetts Bay Insurance Company and Citizens Insurance Company of America, hereby certify that the above and foregoing is a full,true and correctcopy ofthe Original Power of Attomey issued by said Companies,and do hereby further certify that the said Powers of Attorney are still in force and effect GIVEN under my hand and the seals of said Companies,at Worcester,Massachusetts,this fig'day of May, 2021 CERTIFIED COPY THE HANOVER INSURANCE COMPANY MA ACHtTsM rS BAY INSURANCE COMPANY r iHSURANCE—GOMPANY OF:AMERICA CarirtKA.8IIgh, idertt City of Fort Worth Inspector's Estimate Worksheet City Project Number.100995 Contact Name:Lake Arlington Lift Station DOE Number: 223 Contract Limits:Council District 5 Estimate Number. 13 Project Type:Lift Station Payment Number: 13 Project Funding For Period Ending 613012021 Control Number:022302 Contract:54223 Contract Time: 487 CD Contract Date:6/23120 Days Charged to Date 302 CID Inspectors:Johnson7Hill Contract%Complete: 62.01 Date Prepared by Inspector. Item No. Description Q Unit Unit Price Estimated Total Completed QuantityCompleted Total U nit 1-Lift Station 1.00 9999.0001 78"Fiberglass Sewer Pie 210 LF 1.016,00 213,360.00 119.021506 $120,925,85 2.00 42"DIP Sewer Pipe and Fittings 200 LF 1.042.00 208,40C,00 42.674 $44,466.31 3.00 30"DIP Sewer Pipe and Fittings 235 1 LF 987.001 231,945.00 132.9818 $131.253.04 4.00 24"Fiberglass Sewer Pipe 564 1 LF 174.00 97,440.00 260.047241 $45,248.22 5.00 42"Gate Valve 2 EA 86.200.00 172,400.00 1.219862 $105,153.83 6.00 30"Gate Valve 3 EA 32,300.00 96.900.00 2.354640 $76,054.87 7.00 30"Swinq Check Valve 3 EA 46,400.00 139,200.00 0.000000 $0.00 8.00 78"Sluice Gate 1 EA 23.400,00 23,400,00 0.000000 $0,00 9.00 Sewer Air Release Valve Assembly 5 EA 8,070.00 40.360,00 2.000000 $16,140.00 10A0 5 Diameter Sewer Manhole 3 EA 24,100.00 72,300.00 0.000000 $0.00 11.00 S Tee Base Manhole 2 EA 35,100.00 70,200.00 0.000000 $0.00 12.00 5'Drop Manhole 1 EA 20.100.00 20.100.00 0.000000 $0.00 13.00 Odor Control System 1 EA 196,800.00 196,800.00 0.000000 $0.00 14.00 Trench Safety 910 LF 10.00 9,100.00 C.00p000 $0.00 15A0 Construction StakTng 1 LS 3.500.00 3,500.00 1/000000 $3,500.00 16.00 As-Built Survey 1 LS 1.500.00 1,500.00 0.000000 $0.00 17.00 All Lift Station Site Work 1 LS 77,500.00 77.500.00 0.677000 $52.467.50 18.00 Excavation and 9ackfill Alf Structures 1 LS 1.564.000.00 1,564,000.00 0.934570 $1,461.667.48 19.00 Drilled Shafts 400 VF 96.00 38.400.00 242.000000 $23,232.00 20.00 Chain Link Fence 1.440 LF 45.00 64,800,00 0.000000 $0,00 21.00 7"Reinforced Concrete Pavement 7.851 SY 71,00 557.421,00 0.000000 $0.00 22.00 6"Concrete Driveway 255 SF 8.00 2,040.00 0.000000 $0.00 23.00 Reinforced Concrete All Structures 1 LS 1,822,400.00 1,822,400.00 0.69515 $1.266,841,36 24.00 Masonry Screen Wall at Generator 1 LS 63.500.00 63,500.OD 0.000000 $0.00 25.00 Metal Fabrications all items 1 LS 109,700.40 109,700.00 0.446900 949,024.93 26.00 Electrical Building 1 LS 232,200.00 232,200.00 C.C47130 $10.943.59 27.00 Lift Station Mechanical 1 LS 250,000.00 250.000.00 0.000000 $0,00 28.00 Wet Well Interior Coating System 1 LS 209,000.00 209,000.00 0.000000 $0.00 29.00 All Painting 1 LS 46,270.00 46,270.00 0.000000 $0.00 30.00 Lift Station HVAC 1 LS 144,000.00 144.000.00 0.000000 $0.00 31.00 VFD 3 EA 189.800.00 569.400.00 0.000000 $0.00 32.00 Switch ear,Paneiboards,and Transformers 1 LS 277,000.00 277,000.00 0.000000 $0.00 32a Power Quality Meter Material 1 LS 6,000.00 6,000.00 01000000 $0.00 32b Arch Relays/Sensors; Material 1 LS 9,600.00 9.600.00 0.000000 $C.00 320 Rosemount Thermal MonitorN System 1 LS 18,000.00 18.000.00 0.000000 $0.00 33.00 Instrumentation,SCADA,Antenna Tower 1 LS 256,000.00 256,000.00 0.167580 $42,900.48 33a Ma nelis HMIDT732 Operator 1 LS 6.800.00 6,800,00 0.000000 $0.00 33b MDS Orbit 900 Ethernet Radio i LS 3,000.00 3,000.00 0.000000 $0.00 33c Modioon M340 PLC 1 LS 8,100.00 6,100.00 0.000000 $0.00 34.D0 Cable Bus,Tray.Trench,Cables,Duct Banks 1 LS 654.000.00 654,000.00 0,092711 $60.632.99 35.00 750kW Generator 1 LS 454.300.00 454.300.00 0,0000001 $0.00 36.00 Powers stem Studies 1 LS 136,800.00 136,800.00 0.0000001 $0.00 37.00 Misc.Electrical 1 LS 245,000.00 245,000.00 0,055890 $13,693.05 Estimated Total This Unit $9,422,126.00 Completed Total This Unit 3,524,145.50 City Project Number.100995 Contact Name:Lake Arlington Litt Station DOE Number. 223 Contract Limits:Council District 5 Estimate Number. 13 Project Type:Lift Station Payment Number: 13 Item No. Description QtV Unit Unit Price Estimated Total Completed Quantity Completed Total Unit 2-Water 1.00 8"PVC Water Pie 680 LF 52.00 35,360,00 680.00 $35,360.0o 2.00 Fire Hydrant Assembly 1 EA 6.500.00 6,500.00 3.00 Ductile Iron Water Fittin sw/Restraint 0.25 TON 4,000,00 1,000.00 0.25 $1,000.00 4.00 Connection to Existing 4"-12"Water Main 1 EA 8,600,00 8,600.00 1.00 $8,600.00 5.00 1 Conc Pavement Repair 95 SY 135.00 12,825.00 6.00 1"Water Se iceAssembly 1 EA 6.500.00 6.500.00 7.00 Trench Safety 660 LF 1.00 680.00 680.00 $680.00 8.00 Construction Staking 1 LS 550.00 550.00 1,00 $550.00 9.00 AS-Built Survey 1 LS 550,00 550.00 Estimated Total This Unit $72,565.00 Completed Total This Unit 46,190.00 City Project Number.100995 Contact Name:Lake Arlington Lift Station DOE Number: 223 Contract Limits:Council District 5 Estimate Number. 13 Project Type:Water Payment Number: 13 item No. Description OW Unit Unit Price Estimated Total Completed Quantity Completed Total Alternative Sid A Pumps A-2 KSB Pumps Efficiency of 76.6% 3 EA 194,334.00 583,002.00 0.068611 $40,000.35 Estimated Total This Unit $583,002.00 Completed Total This Unit 40,000.35 Total Itemized Amount(Including Change Order $10.077,693.00 DATE Total Cost of Work Completed $3,610,335.85 Inspector Less 5 °k Retained $180,516.79 Net Earned $3,429.819,05 Previous Payment $2,939,008.10 Material an Hand 15 k Balance Cue This Payment $490,810.95 SUPPORTING DOCUMENTS nan BAR CONSTRUCTORS, INC. U 1 III PO Box 10,Lancaster,TX 75146 CONTRACTOR'S APPLICATION FOR PAYMENT PAY REQUEST NO. 13 DATE: 07-01-21 PERIOD FROM: 06-01-21 TO: 06-30-21 PROJECT: . Lake Arlington Lift Station ENGINEER: Freese and Nichols City Project No. 100995 4055 International Plaza, Suite 200 Fort Worth,Texas 76109-4895 OWNER: The City of Fort Worth CONTRACTOR: BAR Constructors, Inc. 311 West 10th Street 805 Katy Street Fort Worth,Texas 76102 Lancaster,Texas 75146 BIDS RECEIVED: 05/14/20 CONTRACT DATE: 07/29/20 NOTICE TO PROCEED: 09/01/20 CO NTRACT AM 0 U NT: $10,077,693,00 CALENDAR DAYS: 487 COMPLETION DATE: 01/01/22 ADJUSTMENTS: $0.00 EXTENSIONS: 0 REVISED AMOUNT: $10,077,693.00 REVISED DAYS: 487 REVISED DATE: SUMMARY OF JOB STATUS: SUBMITTED: BAR CONSTRUCTORS,INC. Total Work Completed 3,610,335.85 A. , Isidro Arrambide,Jr. President . Material Stored on Site 0.00 Date: 07-01-21 Subtotal 3,610,335.85 VERIFIED: FREESE AND NICHOLS Less 5% Retainage 180,516.79 Subtotal 3,429,819.05 By: Name Construction Manager Less Previous Payments 2,939,008.10 Date: Amount Due This Period 490,810.95 REVIEWED: CITY OF FORT WORTH BY* Name Project Manager Date: APPROVED: CITY OF FORT WORTH B : TIME COMPLETED: 62.01% Name Program Manager WORK COMPLETED: 35.83% Date: 805 Katy Street,Lancaster,TX 75146 Phone(972)227-3287 • Fax(972)227-9043 i BAR CiOfIS�NCwR,he Gly ar FON WaM 77,'z021 Wke A,Ngwn Uft SwOcn S&Mu%pt Values Value of Total Contract Installed This Total Installed Installed Cost Completed Description OL Unit Unit Price Amount Period To Date This Period Work Percent Complete Unit 1-Lift Station 1.00 78"Fiberglass Sewer Pie 210 LF 440.16 92,434.15 0.00 0.00 0.0% 1.01 78'Rborglass Sewer Pi e-Material 210 LF 575.84 120,925.85 210.00 0.00 120.925.85 100.0% 213,360.00 0.00 120,925.85 56,9769118% 2.00 42"DIP Sewer Pipe and FMn s 200 LF 819.67 163.933.64 C.00 0.00 0.0000% 2.01 42"DIP Sewer Pipe and Fittings-Material 200 LF 222.33 44,466.36 200.00 0.00 44,466.31 100.0% 208,400.00 0.110 44,466.31 21.3370000% 3A0 30"DIP Sewer Pipe and Fittings 235 LF 426A7 100,690.25 0.00 0.00 0.0000% 3.01 30'DIP Sewer Pipe and Fittin s-Material 235 LF 558.53 131,254.75 235.00 0.00 131,253.04 100.0% 231,945.00 0.00 131,253,04 56.5880000% 4.00 24"Fiberglass Sewer Pie 560 LF 93.20 52,191.78 0,00 0.00 0.0% 4.01 24'Fiberglass Sewer Pipe-Material 560 LF 80.80 46246.22 560.00 0.00 45,248.22 100.0% 97,440.00 0.00 45,248.22 46.437007% 5.00 42"Gate Valve 2 EA 33,623.00 67,246.00 0.00 0.00 0.0000% 5.01 42"Gate Valve-Material 2 EA 52,577.00 105,154.00 2,00 2.00 105,153.83 105.153.83 100.00% 172,400,00 105,153.83 105,153.83 60.99410% 6.00 30"Gate Valve 3 EA 6.948.34 20,845.02 0.00 0.00 0.0000% 6.01 30"Gate Valve-Material 3 FA 25.351.66 76,054.98 3.00 3.00 76.054,87 76,054.87 99.9999% 96,900.00 76,054.87 76,054.87 78.4880% 7.00 30"Swin Check Valve 3 EA 46,400.00 139.200.00 O.DO 0.00 0.0000% 139,200.00 0.80 0.00 0.00000/0 8.00 78"Sluice Gate 1 EA 23,400.00 23,400.00 0.00 0.e0 0.0000% 23,400.00 0.00 0.00 0.0000% 9.00 Sewer Air Release Valve Assembly 5 FA 8,070.00 4c,350.00 2.00 2.00 16,140.00 16.140.00 40.0000% 411,350.00 16,140.00 16,140.00 40.0000% 10.00 5'Diameter Sewer Manhole 3 EA 21,100.00 63.300,00 0.00 0.00 0.0000% interior roalirg 3 EA 3.000.00 9,000,00 0.00 0.00 0.0000% 72,300.00 0.00 0.00 0.0000% 11,00 5'Tee Base Manhole 2 EA 32,100.OD 64,2CO.00 0.00 0.00 010000% interior coating 2 EA 3.000.00 6,D00.00 0.00 0.00 0.0000% 70,200.00 0.00 0.00 0.0000% 12.00 5'Drcp Manhole 1 EA 17.100.00 17,100.0e 0.00 0.00 0.0000% interior coaling i EA 3,000.00 3,000.00 0.00 0.001 0.0000% 20,100.00 0.00 0.00 0.00001/6 12.00 Odor Control System 1 EA 198,800.00 196,800.00 0.00 C.00 0.0000% 196,800.00 0.00 0.00 0.0000°/a 14.00 Trench Safety 910 LF 10.00 9,100.00 0.00 0.00 0.0000% 9,100.00 0.00 0.00 0.0000% 15.00 Construction Staking 1 LS 3,500.00 3,500.00 1.00 0.00 3,500.00 100.0000% 3,500,00 0.00 3,500.00 100.0000% 16.00 As-Built Survey 1 LS 1,500.00 1,500.00 0.00 0.00 0.0000 1,500.00 0.00 0.00 0.0000% 17.00 All Lift Station Site Work 17,01 move in clearing/stripping equi ment 1 LS 17.000.00 17,000.00 1.00 0.00 17,000.00 100.0000% 17.02 clewing 1 LS 21,000.00 21.000.00 1.00 0.00 21.000.00 100.0000% 17.031 strip topsoil 1 LS 7,500.00 7.500.00 1.00 0.00 7,500.00 100.00CO% 17.04 site cut and Till 1 LS 10.000.00 10,000.00 0.00 0.00 C.0000% 17.05 SWPPP and entrance installation 1 LS 14.000.00 14,000.00 0.50 0.00 6,967.50 49.7679% 17.06 replace topsoil 1 LS 5,000.00 5.000,00 0.00 0.00 0.0000% 17.07 seeding 1 LS 2,000.00 3.000.00 0.00 0.00 O.000O% 77,500.00 0.00 52,467.50 67.7000% 18,00 Excavation and Backfill(All Structures 18.01 shoring design 1 LS 10,000.00 10,000.00 1.00 0.00 10,000.00 100.0000% 18.02 move in excavation equipment 1 LS 120,000.00 120,C00,00 1.00 0.00 120.000,00 100.0000% 18.03 lift station excavation 5,100 CY 63.00 321.300.00 5,100.00 0.00 321,300.00 100.0000% 18.04 In station excavate rock 4,200 CY 75.00 315,000.00 4,200.00 0.00 315.000.00 100.0000% 18.05 soil nails and shotcrete 7,900 SF 70.00 553.000,00 7,900.00 0.00 553,000.001 100.0000 Lake ArNngmn Schead alvalues Paga 5 pf 8 BAR Ca,sUuclors,Inc. CIynf rnrt woM 7r=21 Lake AdIngt UR Sndoe Sdiedule at Valves Value of Total Contract Installed This Total Installed Installed Cost Completed ❑escri Lion Q Unit Unit Price Amount Period To Date This Period Work Percent Ccm lete 18.06 lift station seal slab 2,700 SF 20.00 54,000.00 2,700.00 0,00 54,000.00 1 C0.0000% 18.07 lift station flowable fill 1.300 CY 95.00 123,500.00 9C0.00 930.184 85,500.00 88,367.48 71.5526% 18.08 Sift station dirt backfill 4,200 CY 15.00 63,000.00 0.00 0.00 0.0000% 18.09 electrical building excavation 1 LS 1,000.00 1,000,04 0.00 0.00 0.0000% 18.10 ffowable fill at cable trench 1 LS 1,000.00 1,000,00 0.00 0.00 0.0000% 18,11 electrical buildingbackfill 1 LS 2.200.00 2,200,G0 0.00 0.00 O.0000% 1,564,000.00 85,500.00 1,461,667.48 93.45700% 19.00 Drilled Shafts 400 VF 96.00 38.400.00 242.00 242.001 23,232.00 23,232.00 60.5000% 38,400.00 23,232.O0 23,232.00 60.5000% 20.00 Chain Link Fence 1,440 LF 16,70 24.048.00 0.00 0.00 0.0000% 20.01 mowstrip 1,384 LF 19.00 26,296.00 0.00 0.00 0.0000% 20.02 16' ate 2 EA 3,200.00 6,400.00 0.00 0.00 0,0000% 20.03 24'qate 1 EA 8,056.00 8,056A0 0.00 0.00 MOM% 64,800.00 0.00 0.5-0.0000% 21.00 7"Reinforced Concrete Pavement 7,851 SY 71.00 557,421.00 0.001 0.00 0.0000% 557,421.00 0.001 0.00 0.0000% 22.00 6"Concrete Driveway 255 SF 8.00 2,040.00 0.00 0 .ocj 0.0000% 2,040.00 1 1 0.00 0.001 0.0000% 23.00 Reinforced Concrete All Structures 23.01 Rebar material 1 LS 107,55C.00 107,550.00 1-001 0.00 107.550.00 100.0000% 23.02 Lift Station slab fcrminp 148 CY 260.00 38.480.00 148.001 0.00 38,480.00 100.0000% 23.03 Lift Station slab rebar 148 CY 235.00 34,780.00 148.00 0.00 34,780.00 100.0000% 23.04 Lift Station slab concrete 148 CY 435.001 64,380.00 148,00 0.00 64.380.00 100.0000% 23.05 LiftStation lift one walls forming 215 CY 385.00 82.775.00 215.00 0.00 82,775.00 100A000% 23.06 Lift Station lift one walls rebar 215 CY 335.00 72.025.00 215.00 0.00 72,025.00 100.0000% 23.07 Lift Station lift one walls concrete 215 CY 435.00 93,525.00 215.00 0.00 93.525.00 100,0000% 23.08 Lift Station lift two walls formin 179 CY 385.001 6a,915.00 179.00 0.00 68,915.00 100.0000% 23.09 L'rft Staton lift two walls rebar 179 CY 335.001 59,965.00 179.00 0.00 59,965.00 100.0000% 23.10 Lift Station lift two walls concrete 179 CY 435.001 77,865.00 179,00 0.00 77,865.00 100.0000% 23.11 Lift Station ring beam and beams forming 154 CY 460,001 70,840.00 154.00 0.001 70.840.00 100.0000% 23.12 Lift Station rin beam and beams rebar 154 CY 410.001 63.140.00 154.00 0.001 63,140.00 100.0000% 23.13 Lift Station ring beam and beams concrete 154 CY 510.00 78,540.00 154.00 0.001 78,540.00 100.0000% 23,14 Lift Station lift three walls forming 141 CY 385.001 54,265,00 141.00 0.001 54.285.00 100.0000% 23.15 Lift Station lift three walls rebar 141 CY 335.00 47.235.00 141.00 0.00 1 47,235.00 100.0000% 23.16 Lift Station lift three wails concrete 141 CY 43s.00l 61,335.00 141.00 OT001 61,335.00 100.0000% 23.17 Lift Station lift four walls forming 138 CY 385.()Dl 53,130.00 138,00 138.00J 53,130.00 53.130.00 100.0000% 23.18 Lift Station l"rft four walls rebar 138 CY 335.001 46.230.00 138.00 138.001 46,230.00 46,230.00 100.0000% 23.19 Lift Station lift four walls concrete 138 CY 435.00 60,030.00 138.00 138.0ol 60,030.001 60,030.00 100.0000% 23.20 Lift Station deck formTrig 100 CY 335.001 33,500.00 1 0.001 0.00 0.0000% 23.21 lift Station deck rebar 100 CY 1 310.001 31.000.00 1 0.001 0.00 0.0000% 23.22 Lift Station deck concrete 100 CY 485.001 48,500.00 cml 0.00 0.0000% 23.23 Lift Station valve slab fcrmin 106 CY 235.00 24,910.00 0.00 0.00 0.0000% 23.24 Lift Station valve slab rebar 106 CY 210.00 22.260.00 0.001 0.00 0.0000% 23.25 Lift Station valve slab concrete i 06 CY 410.00 43,460.00 0.001 0.00 0.0000% 23.26 Lift Station pump oads and fillets formin 287 CY 285.40 81,795.00 40.001 0.001 11,400.00 13.9373 23.271 Lift Station PumD oads.and filets rebar 287 CY 75.00 21.525.00 40.2Q 0.00 3,015.34 14.0085% 23.28 Lift Station um ads and fillets concrete 267 CY 435.00 124,845,00 40.00 40.00 17.400.00 17,401.02 13.9381 23.29 Lift Stations litter and ogee formin 35 CY 285.00 9,975.00 0.00 0.00 0.0000% 23.30 Lift Stations litter and o ee rebar 35 CY 75.00 2,625.00 0.00 0100 0.0000 23.31 Lift Stations litter and ee concrete 35 CY 435.00 15,225.00 0.00 0.00 0.0000 23.32 Electric buildingslab formin 43 CY 205.00 8,815.00 0.00 0.00 0.0000% 23.33 Electric buildin slab rebar 43 CY 180.00 7,740,00 0.00 0.00 0.0000% 23.341 Electric building slab concrete 43 1 CY 380.00 16.340,00 1 0.00 0.00 0.0000% 23.35 Electric building chase forming 10 CY 205.00 2.050.00 0.00 0.00 0.0000% 23.36 Electric building chase rebar 10 CY 180.00 1,800.00 0.00 0.00 0.0000% 23.37 Electric building chase concrete 1O CY 380.00 3.800.00 0.00 0.00 0.000C% 23.38 Odor control slab forming 24 CY 205.00 4,920.00 0.00 0.00 0.0000% 23.39 Odor control slab rebar 24 CY 180.00 4,320.00 0.01) 0.00 0.0000% 23.40 Odor control slab concrete 24 CY 380.00 9,120.00 0.00 0.00 0.0000% 23.41 Generator slab forming 59 CY 205.00 12,095.00 0.00 0.00 0.0000%, 23.42 Generator slab rebar 59 CY 180.00 10,620.00 0.00 0.00 0.0000% 23.43 Generator slab Concrete 59 CY 380.00 22,420AD 0.00 0.00 0.0000% 23.44 Transformer pad fon-ning 8 CY 205.00 1,640.00 0.00 0.00 0.0000% 23.45 Transformer pad rebar 8 CY 180.00 1,440.00 0.00 0.00 0.0000% 23.46 Transformer pad concrete 8 CY 380.00 3,040.00 ().001 0.00 0.0000% 23.47 Antenna tower pad forming 7 CY 205.00 1.435.00 0.00 0.00 0.0000% 23.48 Antenna tower pad rebar 7 CY 180.00 1,260.00 0.00 0.00 0.0000% 123.491 Antenna tower ad concrete 7 CY 380.O0 2,660.00 0.00 0.00 0.0000% 123,501 RTU pad 1&2 forming 16 CY 205.001 3,280.on 0.00 0.00 0.0000% Lek,A Irrtglcn Stlmd,1,o}V Iues Pogo 6 O(B BAR ConaVaclors.Inc. clly or Fort ftm 7M2021 Lxke Mlin m Lift Swum Scheduleofvd- Value of Total Contract Installed This Total Installed Installed Cost Completed Description Qt Unit Unit Price Amount Period To Date This Period Work Percent Complete 23.51 RTU pad 1&2 rebar 16 Cy 180.00 2,880.00 0.00 0.00 0.0000% 23.52 RTU pad 1&2 concrete 16 CY 380.00 6,080,00 0.00 0.00 0.0000% 1,822,400.00 176,790.00 1,266,841.36 69.51500% 24.00 Masonry Screen Wall at Generator 1 LS 63,500.00 63,500.00 0.00 0.00 0.0000% 63,500.00 0.00 0.00 0.0000% 25.00 Metal Fabrications all items 25.01 misc metal materials 1 LS 88.800.00 88,800.00 0.55 0.00 48,639.00 54.7736% 25.02 embeds 1 LS 2,500.00 2,500.00 0.15 0.00 385.93 15.437291. 25.03 pump hatches 1 LS 1,500.00 1,500.00 0.00 0.00 0.0000% 25.04 fabricated pipe supports 1 LS 7,700.00 7,700.00 0.00 0.00 0.0000% 25.05 site bcilards 1 LS 8,700,00 8,700.00 0.00 0.00 0.0000% 25,06 electrical chase 1 LS 500,00 500.00 0.00 0.00 0.00001Y. 109,700.00 0.00 49,024.93 44.6900% 26.00 Electrical8uildin 26.01 Precast Buildfnq 1 LS 173.444.00 173,444.00 0.05 0.00 9,501.62 5.4782% 26.02 Docrs 1 LS 13.050.00 13,050.001 0.00 0.00 0.0000 26.03 Roofing 1 LS 29,600.00 29,600.00 0.00 0.00 0.0000% 26.04 Glass Black 1 LS 10,690.00 10,690A0 0.00 0.00 0.0000% 26.05 Aluminum Canopy 1 LS 5,416.00 5.416.00 0.27 0.00 1.441.96 26.6241% 232,200.00 0.00 10,943.59 4.713% 27.00 Lift Station Mechanical 27.01 Pipe materials 1 LS 200.000.00 200,000.00 0.00 0.00 0.0000% 27,02 submersible pumps,install 1 LS 25,000.00 25,000.00 0.00 0.00 0.0000% 27.03 Flow Meters 1 LS 20,000.00 20,000.00 0.00 0.00 0.0000% 27.04 pressure gauges 1 LS 3,000.00 3,000.00 0.00 0.00 0.0000% 27.05 drains 1 LS 1,000.00 1.000.00 0.00 0.00 0.0000% 27.06gooseneck vents 2 EA 500,00 1.000.00 0.00 0.00 0.0000% 250,000.00 0.00 0.00 0.00001/. 28.00 Wet Well Interior Coating System LS 209.000.00 209,000.00 0.00 0.00 0.0000% 209,000.110 0.00 0.00 0.0000% 29.00 All Painting 29.01 exposed piping 1 I.S 35,370.00 35,370.00 0.00 0.00 0.0000% 29.02 electric building 1 LS 10,900.00 10,900.00 0.00 0.00 0.0000% 46,270.00 0.00 0.00 0.0000% 30.00 Lift Station HVAC MoNlizaticn 1 LS 8,237.00 8,237.00 0.00 0.00 0.0000% 30.01 Equipment 1 LS 97,428,00 97,428.00I 0.00 0.00 0.0000% 30.02 Ductwork 1 LS 19,929.00 19,929.00 0.00 0.00 0.0000% 30.03 Air Distribution 1 LS 2.674.00 2,674,00 0.00 0.00 0.0000% 30,04 HVAC Miscellaneous 1 LS 15.732.00 15,732.00 0.00 0.00 0.0000% 144,000.00 OA0 0.00 0.0000% 3'f.00 VFD 3 EA 189,800.00 569,400.00 0.00 0.00 0.0000% 569,400.00 0.00 0.00 0.00011% 32.00 Switch ear,Panelboards,and Transformers 1 I_S 277.000.00 277,000.00 0.00 0.00 0.0000% 32a Power Quality Meter Material 1 LS 6,000.00 6,000.00 0.00 0.00 0.0000% 32b Arch Relays/Sensors Material 1 LS 9,600.00 91600.00 0.00 0.00 0.0000% 32c Rosemount Thermal Monitoring System 1 LS 18,000.00 18,000.00 0.00 0.00 0.0000% 310,600.00 0.00 0.00 0.0000% 33,00 Instrumentation,SCADA,Antenna Tower 33.01 SVstem Desi n and Project Planning 1 LS 36,000.00 38,000.00 0.10 0.75 3,800.00 28,500,00 75.0000% 33.02 Submittals 1 LS 32.000.00 32,000.00 0.150 0.45 4,800.00 14,400,48 45.0015% 33.03 RTU 1 LS 58.000.00 58,000.00 0.00 0.00 0.0000% 33.04 Antenna TowerlPole 1 LS 48,500.00 48,500.00 0.00 0.00 0.0000% 33.05 Instrumentation 1 LS 25,C00.00 25.000.00 0.00 0.00 0.0000% 33.06 Antenna Svsterr 1 LS 10,000.00 10.000.00 0.00 0.00 0.0000% 33.07 Installation and Commissioning 1 LS 37,000.00 37,000.00 0.00 0.00 0.000D% 33.08 Startup and Testing 1 LS 4,800.00 4,800.00 0.00 0.00 0.0000% 33,09 O&M's 1 LS 2,700.00 21700.00 0.00 0.00 0.0000% 256,000.00 8,600.00 42,900.48 16.75800% 33a Operator Interface Touch Panel 1 LS 6,800.00 6,800.00 0.00 0.00 0.0000 6,800,011 0.00 0.00 0.0000% 33b Orbit 900 Ethernet Radio 1 LS 3,000,00 3.000,00 0.00 0.00 0.0000% 3,000.00 0.00 0.00 0.0000% lake mi'Ton S�edule of Vol— Ptp 7&A BAR C-try m.Inc Cgycf FORwwh 71712021 Lek.Arlington Llnsuu- schedule M Velues Value of Total Contract Installed This Total Installed Installed Cast Completed Oe8061 tion City Unit Unit Price Amount Period To Date This Period Work Percent Complete 33c Modicon M340 PLC 1 LS 8,100.00 8,100.00 0.00 0.00 0.0000% 8,100.00 0.00 0.00 0.0000% 34.00 Cable Bus,Tray,Trench,Cables,Duct Bank 34.01 Electrical Underground 1 LS 260,000.00 260,000.00 0.10 0,20 25,999.77 52,000,19 20.0001 34.02 Exposed Raceways1 LS 78,000.00 78.000,00 0.00 0.00 0.0000% 34.03 Manholes 1 LS 1 42.000.00 42.000.00 0.2055429 0.00 8.632.80 20.5543% 34.04 Wire and Cable 1 LS 188.000.00 188,000.00 0.001 0.00 0.0000% 34.05 Cable Bus 1 LS 71,000.c0 71,000.OD 0.001 0.00 0.0000% 34.06 Cable Tray 1 LS 15,000.00 15,000.00 0.00 0.00 0.0000% 654,000.00 25,999.77 60,632.99 9.271100% 35.00 750kW Generator 1 LS 454,300.00 454,300,00 0.00 0.00 0.0000% 454,300.00 0.00 0.00 0.0000% 36.00 Power System Studies 1 LS 136,800.00 136,800.OQ 0.00 0.00 0.0000% 136,800.00 0.00 0.00 0.0000 37.00 Misc.Etectrical 37.01 Submittals 1 LS 18,000.001 18,000.00 0.10 0.76 1,826.00 13,693.05 76.0725% 37.02 Lightning Protection 1 LS 21,000.00 21.000.00 0.00 0.00 0.0000% 37.03 Grounding 1 LS 33.000.00 33,000.00 0.00 0.00 0.0000% 37.04 Light Fixtures 1 LS 48,000,00 48,000.00 0.001 0.00 010000% 37.05 Receptacles 1 LS 22,000.00 22.000.00 0.001 0.00 0.0000% 37.06 Bus Gutters 1 LS 35,000.00 35,00040 0.001 0.00 O.0000% 37.07 Electrical E ui ment Racks 1 LS 22,C00.00 22,000.00 0.001 0.00 0.0000 37.08 Electrical Su Rs and Hardware 1 LS 46,000.00 46,000.001 0.00 0.00 0.0000% 245,000.00 1,826.00 13,693.05 5.58900% Total Unit 1 9,422,126.00 519,296.47 3,524,145.49 37.4029% Unit 2-Water 1.00 8"PVC Water Pie j 68O 1 LF I 52.00 35,360.00 680,00 0.00 35,360.00 100.0000% 35,360.001 0.00 35,360.00 100.0000% 2.00 Fire Hydrant Assembly 1 EA 6.500.00 6,500.00 0.00 0.00 0.0000% 6,500.00 0.00 0.00 0.0000% 3.00 Ductile Iron Water Fittin s w/Restraint 0.25 TON 4,000.00 11000.00 0.25 0.00 11000.00 100.0000 1,000.00 0.00 1,000.00 100.0000e/ 4.00 Connection to E)dstin 4".12"Water Main 1 EA 8,600.00 8,600.00 1.00 0.00 8,600.00 100.0000% 8,600.00 0.00 8,6011.00 100.0000% 5.00 Conc Pavement Repair 95 SY 135.00 12,825.00 0.00 0.00 0.0000% 12,825.00 0.00 0.00 0.00007/. 6.00 1"Water Service Assembly 1 EA 6.500.00 5,500.00 0.00 C.00 0.0000% 6,500.00 0.00 0.00 0.0000% 7.00 Trench Safety 680 LF 1.00 680,00 E80.00 0.00 680.00 100.0000% 680,00 0.00 680,00 100.0000% 8.00 Construction Staking 1 LS 550.00 550.00 1.001 0.001 550.00 100.0000% 550.00 0.00 550.00 100.0000% 9.00 As-Built Survey 1 LS 550.00 550.00 0.00 0.00 0.0000% 550.00 0.00 0.00 0,00007% Total Unit 2 72,565.00 0.00 46,190.00 63,6533% Alternative Bid A Pumps A-2 KSB Pumps Efficien of76.6% 3 EA 194.334.00 583,002.00 0.21 0.00 40.000.35 6.86111/ 583,002.00 0.00 40,000.35 6.8611 Total Unit 1+Unit 2+A-2 10,077,693.00 519,296.47 3,610,335.851 35.8250% Lake Ming-Schedule CI V91ue5 Feg.B of8 Industry Junction,Inc Invoice pook 3427 W.Kingsley Suite 7 Garland, IX 75041 Date Invoice# Phone: 972.926.3526 J E-mail. contact@industry-junction.com 6115/2021 613199 Bill TO Ship To BAR Constructors,Inc. 4865 Freeman Dr. PO BOX 10 Fort.Worth,TX 76140 Lancaster,TX 75146 Job Name Lake Arlington Lift Station P.O. No. Terms 281-21 Net 10th item 6tcwtion .Up Pp e ou A�n nt, SP-AAD026SS6NS 6 SS 316 FLG COMB AIR VLV 2 EA 12,449.98 24,897.96 q Thank you for your business Industry Junction,Inc. Total $24,897.96 Payments/Credits $0.00 Balance Due $24,897.96 Industry Junction,Inc Invoice 3427 W.Kingsley Suite 7 J Garland, TX 75041 Date Invoice# Phone: 972.9263526 E-mail: contact*industry-junction.com 6125/2021 613358 Bill TO Ship To BAR Constructors,Inc. 4865 Freeman Dr. PO Box 10 Fort Worth TX 76140 Lancaster,TX 75146 Job Name Lake Arlington Lift Station P.O. No. Terms 281-21 Net loth U D r urn"" .SP-AFC2542FFLAO... 42 FLG RW OR GT VLV W/BEV GEAR 2 EA 52,577,00 105,154.00 t�7'2�7,,��k SP-CWCHAIN CHAIN FOR CHAINWHEEL PER FT 38 EA 0.00 0.00 Si?-AFC2S30FFLA0.'I-,.- 30 SP-CW26 26 bik-d 3 EA 0.00 0.00 go f Thank you for your business Industry function,Inc. Total $181,208.98 Payments/Credits $0.00 Balance Due $181,208.98 0 a] z E m N ,m• CD 8 m m E U N W m �j C1 m m a 5 Er- W m 9 m '� a o Co wLU 'S Z O of dl m C U .'Ib t.. Q O W U' o m a co aai E W II-. ; a +cu m m .rm. 4 a5 m « m a W fs �•O O= U w di v3i O m q`� ° = C O N L} ID c C w 'N m o b = m tt0pu o p4m7� c p m � E a N N N coO c7 E 3 V c ro s m m m F-• mID CD CC, C`p m Qgg R., cU m y IDa .�. 10, E U w m N, N N y y m T O CCC m N t ❑ Q }. c`p to y � •c-. m ° U a 9 v— z 1° u W m Q h 0 m E N R w 7 C �' m 5 a m a u m n o a o O lil g Q oE w E U m co E m a U c ¢ m�U Z ¢ Q E- y i o m 'm o Q c°r c Im m n : aai y t o m U m , !— m 16 (] O U CC L c� �i 4C V .Q U Q a F O C 7 V w N C U r .t.. J (�j co (j � 0 �+ N V p •� ,p H � E V cu C in O a U .ma L m 7 L �• a) ca Q Cn 0 a � � Y � w w m � y m = m Co ID c w y 0 E c m m (a co a • z-: p U m m p z G lil = mD p = L Q X O10 LO O U � V= m O m m E ai a, ¢3w mr(w� -oc. Q 0p �m m c~n m a mrn a c of co �_ can uai cq my v r c7 o ny c] z � C%I N U w O 0 o '.� dg s9 64 b3 49 fH ofo - ary sq3 63 d9 fR fA ui w uj = `° z a � Sil 21 LL : : : F F O O n w u a N : m r LD U o + ¢ Lu o Z > ~ c J c0 d o cca _,ca n z H g n v Wa m 7 -o F OF n O ca �+ CD LLU ° V o. w CDm co o a }, F- CD4 oa n ° a C9 = v1to F- s co C m rn p = ns p o ~ m Q v c ❑- E w m E a cr = Ac M � w ? O mw koj Q t c4 vLU ° r w a z r m U o i D a O a� R ° n ° E W t i❑u w t1 O m o a y m O a m ~ E U F o til o e o •W O w a. O M. w m E 5 Lw7 H O F U as V m m U 0 O C7 a a o ¢¢ �i F O m m o z x ¢ _ U = ¢ y U F [1! c } Z U c < m o n ¢ Qm w mZ �o ? v °a { - = ca ti U z m ¢m a- Z r �i ri v ,ri ro r� co of ED Q a a 0 O' 0 0 0 a d 0 0 0 a a a a ti o o a Q o 0 0 0 0 o a 0 0 0 0 a o rn o 0 0 0 00 a o a 0 0 o o Ea 0 0 0 Zo 6Ft 6h 64 64 64 64 Lo 'r E9 69 r» W3. VD. vs 6S En E9 _F O 6 _ tPr FA fR W 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o c c o 0 0 0 a c " E7 0 0 0 Y N O N CD O CD O a am O a N a Cl N o N N N M Lu 2 E� Cl a O Co o u> co a LD 0 a a CO 00 O CD to t-a o a O Z_Z Ir � 0 m — 6i n Go co 0 v N — M rY N ED m C7 (0 co Ef) r Lt. P] N N N N co Q p U CD V) CO m F W9 64 to 64 64 Ef3 [14 1 1 Efj 1 - ff3 ff} 6@ Eft of wo 0 o n W N 0 O o 0 0 00 0 o ua m 0 0 0 0 0 0 0 0 0 m Q Q Z U 0 n e ❑ LL it © H o ❑ Zp � U Cl Z z1= � a � U (L p fL1 c0a o c Q —j U JSw-LY , o 0 U Q- m Q w 0 Eon v M ¢ V) o c~n n �* a. ❑ Q O¢ 6F} 69 �» 6Et v� Eft 69 69 e9 Eft w E/} d9 w Eft Eft Eft } w LL Uj itG7H 4' Z 69 69 Oft 69 64 CR 63 Eft Hl 69, 619. 69 6q t9 V.t 6% 6% 69T = o a }g us dp CQ m CO) 311 ❑2(if J F- � O O d 64 Efs 64 u: EA EN d} to. 64 to 69 at ER ut 4f, to ers 69 Cl) as m o Q j w coo, o o ro a o00 o a U -Vd �v co N m _ J L oQ CJ � ¢ - FA 69 co, Eft 69 co Eft 0 6% Eft to fit? In a O o a a a C] p ED o E7 C o 0 o Cl o = p cp O K? O o o a a a o a a a a 0 O o 1L Q [h O a O 67 O O O O 6J O 0 a N a O 0 a W w o N o N o a o o o a a O a N a a N An�. {: t7 C C3 CEL G E7 E7 Ct Et) o E7 O o o f~ o o Cl) QY � h SO a W tm] N go OD m M jo V N O M V N tD C7 U LU ¢ m N V M Aa N V} 64 EA H3 6A fPr Ef} 6ft 64 6Ft fA 64 ff! 64 fft UT 64 64 Q a O � C C 2 O M F � w � 2 Gto c LL N m N = c CA O' 3 0 o N E Q c 0 i m G Q LLB =a a m a a a 3 Q m o m ¢ � tr, 2 _ ro U) co m � m m � N N Q E c°7i m LL w E m w e Z uj ❑ T o rn y m e C to o �v 5. "� H W lu CO Q ❑ to facr m o o ❑ m as `o 0 D _ N CS Fi m _.� W N z U m m m O O co to a a � _ 00 cn te a _ ¢ = m o a $ ^2 ti r fV E6 A U trj 4D A 0 Q F Z N C�r1 Eh M V)j CN) co cme) Cam') w 0 O O O O o O O O Ih O O O O O O O �7 0 O O rn Q G 0 O Q O G 0 Lo O O O O O m O 0 O O O O 0 _Z e 6% N 6% 0 E9 w b4 to to 0 W} 60 fPr b4 64 E4 U} w fr7 Lfl ir (Ft O O 4 O O O O O O O C 0 O O O O O p O O C O O O O O 0 M O O O O O O O n O O O 0 O O G co O of O O O O O 0 O h O 0 v O v O CM - O O O 0 CD O O O CD CI) �o 0 0 w 2 o o cn C o 0 os M M C o p a o C o 0 U(JJ C6 co CO M M OD N cm7 7 N m N Q toN Ems! 0 N h 0) 0 h C) Ld (+7 . iD cp U.U v M CN N 4 p 64 69 04 64 ift dt 64 Eft 69 64 64 Ett 63 fR 64 b9 64 Eft Era (1. LLI 0 e o 3� a o e o e o 0 0 e a o 0 24 a Q Q H Z Cl O N 0 0 0 0 o La v o cm 0 0 0 0 (p ❑ LL 0 U o O Q � a C7 p cmcn o H U Lu m O w j w CDo h o U o- m ¢ip ato co a. N EL co u] O 2 a ,m _ O q 4 Uq r 6s Ect 64 Elt [A fft H} cft 6% w Eft 6& 6't 63. to. 69 E9 (a w c ❑Ir ' ' 0 C. 6LWIr0 m LO Cr V)F 05 co fL Z 69 6% Nt Eft ER 6} Ef} fFt Ef} 69 ER 6s tft to Eft t9 Ef} 49 = o p w MO a a to w❑M: Ix �D F-�a cm rn w w c C -1 O p (L Eft tf) Eft 69 (ft fR 69 Vt 63 64 E9 Ei9 Efi 6g 64 ft) 64 64 CD O = U en C5 a 0 moo o ' � "o a m 0 Ci m m U ❑ �U cmm a J V 0 ac.¢ L 64 (» I&1 Eft 1 fill 63 tf3 E9 Ut 69 E9 bg Eft Eft 64 Eta 69 64 m 3 'C o v o v v o 0 0 0 0 0 v o o v o 0 p S O o O. v 'R o o v o o v o 0 0 0 o v c LL. 0 c 0 0 0 0 0 o (6 o co 0 a o C5 o 0 0 (,j tr w EN CD O O CD 0 N O iq CD CD O O O 0 O � x O J w C r 0 O O O O C7 a0 N 0 O O O C O 0 ,CO 7 W O CO N W 1[] 7 W CD Co cp N U) N c0 U w Q ti V 0 h N m '7 N c+J N v 6 Ca 2 'R � � N N 64 Eft ER ff3 64 Eft 69 64 6S 64 6t 69 E9 Eft Eft 69 69 E9 O C LL m o m z LLI LU O m 3 H O 'o LLJ J IL a K co OD V _ § V V H a 2 w n 7 rn m o N Z O ❑ o m m 0 LU M U a N m m i p m Q F T ti m T m m m a rn N � ll�l ran ❑ o m a m U C7 y m a o C io m 14 m m O z L ul c a� m O T m Z mm � D �0 0 v m m ° m C7 mo ac i w t U U ,, a � " z (A CD C= m w w F v A m M ¢tiz fi M h � � City of Fort Worth Inspector's Estimate Worksheet City Project Numbers 100276 Contract Name Crowley Relief Interceptor M-325 For Village Creek B DOE Number 5210 Contract Limits: Council District 6 Estimate Number 22 Project Type Sewer Payment Number 22 Control Number 52107 For Period Ending�1 6 1 Contract: 52107 Contract Time 365 CD Contract Date: 3/5/2019 Days Charged to Date �y CD Inspectors Johnson I Brice Date Prepared by Inspector 6 1 ? 1 Contract is %Complete ---- -- --- - - - -- -- -- - ---- --------- - - - - - - - Construction ID: 12712 Item Description of Items Estimated Uni Unit Cost Previous Quanity Completed Total Cost No. Quanity Quanity for Month Quanity - - - - - -- - - -- --------------- -- -- -- - - - Sewer 50 3292.0400 Seeding,Hydromulch 27442 SY $1.50 27442 51 3471.0001 Traffic Control 12 MO $1.200.00 12 52 3125.0101 SWPPP >_1 acre 1 LS $52,000.00 1 53 3110.0102 6"-12"Tree Removal 201 EA $600.00 201 54 3110.0103 12"-18"Tree Removal 13 EA $900.00 13 55 3110.0104 18"-24"Tree Removal 3 EA $1,300.00 3 56 0171.0101 Construction Staking 1 LS $24,000.00 1 57 0171.0102 As-Built Survey{Red 1 LS $5,000.00 Line O 58 9999.0001 Sanitary Sewer 8 EA $6,000.00 8 Manhole Ven 59 9999.0002 Construction Allowance 1 LS 150,000.00 60 9999.0003 Decomission Lift 2 EA $32,000.00 2 Station 61 9999.0004 Remove Sewer Air 3 EA $900.00 3 Release V 62 9999.0005 Construct Manhole 1 LS $4,300.00 1 Drop STA 63 9999.0006 56"Type'B'Fontaine 1 EA $16,000.00 1 Seri 64 9999.0007 56"Fontaine Series 95 1 EA $16,000.00 1 CW 65 0135.0101 Railroad Coordination 1 LS 315,000.00 1 Wednesday,April 7,2021 Page 1 City of Fort worth Inspector's Estimate Worksheet City Project Numbers 100276 Contract Name Crowley Relief Interceptor M-325 For Village Creek B DOE Number 5210 Contract Limits: Council District 6 Estimate Number 22 Project Type Sewer Payment Number 22 66 0135.0102 Railroad Flagmen 5 W $2,500.00 5 1.A 3331.4505 42"DIP Sewer w/ 1584 LF Protecto 1.B 3331.4508 42"Fiberglass Sewer 1584 LF Pipe 1.0 3331.4501 42"PVC ASTM F679 1584 LF $256.00 1584 Sewer P 2.A 3331.4506 42"DIP Sewer wl 40 LF Protecto 2.B 3331.4509 42"Fiberglass Sewer 40 LF Pipe 2.0 3331.4502 42"PVC ASTM F579 40 LF $561.00 40 Sewer P 3.A 3331.4507 42"DIP Sewer Pipe w/ 3381 LF Pro 3.13 3331.4510 42"Fiberglass Sewer 3381 LF Pipe 3.0 3331.4503 42"PVC ASTM F679 3381 LF $256.00 3381 Sewer P 4 3331.4423 36"Fiberglass Sewer 63 LF $593.00 63 Pipe 5 3331.4310 21"PVC PS 46 ASTM 29 LF $171.00 29 F679 S 6 3305.1111 66"Casing By Other 343 LF $1,574.00 343 Than 7 3305.1111 66"Casing By Other 282 LF $1,574.00 282 Than 8 3305.3014 42"Sewer Carrier Pipe 625 LF $269.00 625 9 3331.0106 15"Sewer Pipe, Point 100 LF $110.00 Rep 10 3331.2105 15"CIPP 487 LF $142.00 497.8 11 3331.4217 15"Sewer Pipe,Seiect 33 LF $128.00 33 Ba 12 3331,4209 12"Sewer Pipe, CSS 20 LF $176,00 20 Backf Wednesday,April 7,2021 Page 2 City of Fort Worth Inspector's Estimate Worksheet City Project Numbers 100276 Contract Name Crowley Relief Interceptor M-325 For Village Creek B DOE Number 5210 Contract Limits: Council District 6 Estimate Number 22 Project Type Sewer Payment Number 22 13 3331.4210 12"Sewer Pipe,Select 182 LF $88.00 182 Ba 14 3331,4206 10"DIP Sewer wl 23 LF $259.00 24 Protecto 15 3331.4117 8"Sewer Pipe, Select 48 LF $83.00 48 Bac 16 3339.1101 5'Manhole 7 EA $6,700.00 7 17 3339.1102 5'Drop Manhole 1 EA $7,600.00 1 18 3339.1103 5' Extra Depth Manhole 216 VF $221.00 216 19. 3339.1105 5'Type A Manhole 3 EA $13,400.00 3 19. 3339.1111 5'Tee Base Manhole 10 EA 20 3339.2001 Sanitary Sewer 1 EA 188,000.00 1 Junction St 21 3303.0001 Bypass Pumping 1 LS 423,000,00 1 22 3305.0109 Trench Safety 5403 LF $2.00 5404 23 3305.0207Imported 500 CY $50.00 Embedment/Backfil 24 3305.0116 Concrete Encasement 200 CY $180.00 200 for U 25 3305.0110 Utility Markers 15 EA $140.00 14 (Surface 26 3305.0110 Utility Markers(Buried 1 LS $600.00 M 27 3305.0112 Concrete Collar 18 EA $500.00 18 28 3305.0113 Trench Water Stops 5 F-A $1,100.00 5 29 3339.0001 Epoxy Manhole Liner 373 VF $270.00 373 (Warr 30 3301.0001 Pre-CCTV Inspection 24730 LF $3.00 24730 31 3301.0002 Post-CCTV Inspection 6515 LF $2.00 6515 32 3301.0101 Manhole Vacuum 21 EA $500.00 21 Testing 33 3339.0002 Epoxy Structure Liner 1440 SF $18.00 1440 (War Wednesday,April 7,202I Page 3 City of Fort Worth Inspector's Estimate Worksheet City Project Numbers 100276 Contract Name Crowley Reiief Interceptor M-325 For Village Creek B DOE Number 5210 Contract Limits: Council District 6 Estimate Number 22 Project Type Sewer Payment Number 22 34 0241.1001 Water Line Grouting 1 CY $145.00 1 35 0241.1512 Salvage 1"Water 1 EA $150.00 1 Meter 36 0241.2001 Sanitary Line Grouting 540 CY $145.00 540 37 0241.2013 Remove 8"Sewer Line 87 LF $4,00 87 38 0241.2103 8"Sewer 9 EA $600.00 9 Abandonment Plug 39 0241.2104 10"Sewer 48 EA $800.00 48 Abandonment Plu 40 0241.2105 12"Sewer 8 EA $950.00 8 Abandonment Plu 41 0241.2106 15"Sewer 18 EA $1,100.00 18 Abandonment Plu 42 0241.2201 Remove 4'Sewer 3 EA $500.00 3 Manhole 43 0241.5001 Abandon Manhole 20 EA $500.00 20 44 3137.0105 Medium Stone Riprap, 100 SY $57.00 100 grou 45 3201.0117 10'Wide Asphalt Pvmt 25 LF $77.00 25 Rep 46 3201.0614 Conc Pvmt Repair, 360 SY $87.00 360 Residen 47 3213.0301 4"Conc Sidewalk 1700 SF $6.00 1700 48 3231.0301 4'Gate, Steel(16' 3 EA $2,800.00 3 Wide) 49 3292.0100 Block Sod Placement 1131 SY $5.00 67 5 ft.Type A Manholes 7 EA $15,200.00 7 Estimated Total This Unit $4,600,426.00 Completed Total This Unit $4.404,825.60 �OdG Wednesday,April 7,2021 Page 4 City of Fort Worth Inspector's Estimate WOrksheet City Project Numbers 100276 Contract Name Crowley Relief Interceptor M-325 For Village Creek i3 DOE Number 5210 Contract Limits: Council District 6 Estimate Number 22 Project Type Sewer Payment Number 22 Total Itemized Amount{Including Change Order $4,600,426.00 Total Cost of Work Completed jq ya;F p 6D Inspector o L /o ess RetainedNet Earned Previous Payment $4,184,584.32 Material on Hand 15% Balance Due This Payments ?'q�' Wednesday,April 7,2021 Page 5 { N N N N N N N N N N N N N N N N N N N N N C W W W W W w W W W W W W W W W W W W W W w C�C% a9 as as p, 01 G1 L1 T 9� rn a O� O1 01 T G1 C, C� a ,n O, C, C1 O, C, C� C, cn lh Cn cn ch VA W �t G, cn A w N �o 00 J Cl Vi Q h e a ON a, OY G1 O� to cn V, to cn cn cn to to v, a CA � W N -- O ti" oo -7 Oh u oN N w w w w w w n 10 10 �o IC �o 10 2 2 Ih----�� �o �o � �o �o �o , O O O cNii N - F• A O O C� q O O O CD p O O b o p O O b o O O O b o O b b p O .-- T GD In N vOi ON A W N O O b O N O o O •� � cn �n N N N N y y C', CD O a 00 N D Y '31 a C ro n a @ rn o 5. 5. oo y CD IV s coo e m o Y c `G x o O o C7 CD O C. tlR v E. "" y ro „s C O d N d a s a a U aCon Cn a a aCA n c d N N vi CT T A N O G1 In A . N N in O O b w %C O O b o q w 'V m b t4 O O o o p Cl O O o o O O O E5 ^ O o O O O O o O O O O b o C� C� O C, N D O C� CD C� C� p b b o O O O O o O O O o rt 00 n N D � 00 rt fD O? ?N b'3 69 fA 59 69 69 b9 69 b9 E5 &9 N c.n C� G1 A N A ova V�i �- CD -j N CD C. w -4 O q C� O b �o y � C) y o O O o O O O O o O O O O o Q O C1 o O O o o O O O o p O O O b o p O O O O O O b O p O b o p O O O o Q O J� N N N N N N N N IJ N N N N N N !J N N N N N N N N W W W W W W W W W W W W W W W W W W W W W W W W �D O 10 10 �0 V �O %0 10 �O %D In �o 10 10 0 �0 10 l0 10 �o 10 10 10 %0 �0 10 10 10 Vr = m 00 00 = W = 00 00 00 -3 V +] --a --Aoa V 0, U A W N �• O 10 Do V O1 c.n A W N ^ O 10 00 V O, to G. QZ C 10 00 V 41 A W w w N N n o� a c� Q � N W W W W W W W W W W W W W W W W W W W W W W W W p W W W W W W W W W W W W W W W W W W W W W W W W n} O W W �O �D 10 tp 1J 10 e.n v� In co CD b C .- .-. N It N p W A -P A .F- A A O O ^ O w N p O p y A U y U U U C O 10 V CQi� rn .R. O W W d � N � 'b A A A d 4'- _ G1 N N N N N ycC90 K p m CD C7 cn v1 r6 (7 zn cnCD m rn m tP O �a " oa tra a do m a C ci a o n 3 Ln 0 y y o In , D p m C 0 cn � y y c ^ o m 2 � v1 n c.0 ro " O R 0 [� � rn ry [D O .9 � � cn R � � �• � � to tz CD G t A � W W War O W 00 N CD cn O N ONo A W E2 00 eo O O C V N w ^ L V� > m C m r r r r r r r r r r r r r r r r r d N oo � 69 69 E6 C W 00 W V 41 b9 69 69 &3 69 En 14 fyq O o ON rl b5 N 69 N cn en M N v CD 4 O O o 0010 o*o V N .A. in C V �] Inc.n n C\ Oo N O :G A W C O O O d Q O O O O C O Q p O O O d d Q p G Q O O O O d O O O O d d Q d O O O O d O rh n 0 V CD N ONo A N rn 00 Q. �- �- W CN ^ V 00 .p N O W 00 Wtn p by by N 00 ICI 00 6� Is 69 69 b9 fA 01 A W 64 W N `� W 00 O V y 1 6� W G1 G1 W J�. Q 00 W �O �• �] l.h N � O+ 10 10 N O CA N Gti W 00 �D W lh d O O A C rn C A yN. CC0 N 'A �A d O O O Cl O O Q O p O C1 d o d O O O o .•' N O O d O p O O O d d O p O O O d o p O 0 A N N N N N N N N N N N N N N N N N N N N N N N N W W W W W W W W W W W W W W W W W W W W W W W W �P �O �O io �c �O �o V -3 V V P o CD O O O O p CD p O ra N CD �P oo V C\ "c- W N -� O �O 00 V G1 to 4�. w N O �D y G � 4-, W N o tc De V O+ cwi� A W N W O 10 w -j a LA -ri. w N �I N � O N W w O O O O O q O O O O W W W W W W W W W W W W IJ N N N N N N N N W W W W W W W W W W W w $- �^ �- O o o Q O O O �D O o Q rn O Z o �D o V N N N W N Q p p� r 3 P CD Cn � C4 0 y ^ X n X R G fD n 9 C C y Oq `C CD a Y o vsI I 'U CT � { C Oa' C yLon = n a 0 tXr cxD n 0 is O O C a 0 a N fo N @ tlG R + CD 7 .+ ` r-6 rn O 77- P QG �7 `O ' O q Ca 00 p cn O R d a a � �c a -� � a � � -TI >a au) a cm n 69 frH bq 69 N b9 69 64 cn O O O V�i O o 49 to .A O b9 69 J O O O A oo v�i 69 o O O O O O G o O O O O o O q O O O O G o q O O O O C. o Q Q O O O O o O O O O o O Q Q O O O o o p y R n 0 N _ 46 �- N V w p O • lii O O W 00 00 0�0 �O GoO .• �• O N cr O W to 00 O 69 H3 69 69 69 69 69 69 69 W Cn V N b9 69 b4 69 bg h to O Vui ] W v� 64 00 69 b9 to O W A o v�i C� p b V O Lli Oa 01 A - W W r y N O O o 0 0 o O A O to A N C ow �O CDo a O G cn o O p O O O o 00 Q O �n O O o . O O O o Q Da CD O O O O O O O O O O o Q O O O O O q O O O o W o Q O O O O o o O O O o O o O O O Cl p Q p O ,ro P Z § � w $ A t CD \ B § cz / ( \ � \ f \ \ D CD � k [ � ƒ � / E E � o = \ G k 7 § CIS GS \ / _ rao, n § / CD c CD = = o o \ C § CD � \� e / f j » o o ~ k \ � * C. aCD \ - \ § } § k \ § \ \ § \ C. E FORT WORTH June 30,2021 Jackson Construction,LTD 5112 Sun Valley Drive Fort Worth,TX 76119 Re:Acceptance Letter Project Name: Crowley Relief Interceptor M-325 for Village Creek Basin Part I Project Type: Sanitary Sewer Project NQ: 100276 DOE. Ns: N/A Contract Ns: 52107 Dated: 3/5/2019 Gentleman: On May 06,2021 a final inspection was made on the subject project. There were punch list items identified at the time. The punch list items were completed on May 20,2021. The final inspection and the corrected punch list items indicate that the work meets the City of Fort Worth specifications and is therefore accepted by the City. The warranty period will start on May 20,2021,which is the date of punch list completion and will extend for(2)years in accordance with the Contract Documents. If you have any questions concerning this letter of acceptance,please feel free to contact me at (817) 392-6054 Yours Truly, F Tony Sholola, P.E.,Assistant Director,Water Department TS / cc: Chris Harder,P.E.,Director,Water Department Laura Wilson,P.E.,Deputy Director,Water Department Captain Michael Skains,Fire Department Bill Lundval,Sanitary Sewer Systems Superintendent,Water Department Cesar Zavala, Water Systems Superintendent,Water Department Rakesh Chaubey,P.E./Scott Taylor,P. E.,Project Manager David R Johnson,Inspection Supervisor, Capital Projects Delivery,Water Department Raymond Brice/Jesse Reed,Inspector, Capital Projects Delivery,Water Department Brenda Ustasio,P. E.,Teauge Nall and Perkins, Consultant Jackson Construction,LTD,Contractor File WATER DEPARTMENT ENGINEERING AND FISCAL SERVICES THE CITY OF FORT WORTH * 1000 THROCKMORTON STREET * FORT WORTH, TEXAS 76102 817-392-8240 * FAx 817-392-8195 `, Printed on recycled paper