Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 53181-FP1
AC Coded 12.16.24 Vendor Name: WILLIAM J SCHULTZ INC Invoice No. 53181-FP1 Invoice Date: ##.##.24 Release Retainage FIDS: 30100-2060000-101002-RETAIN $5,551.96 33001-2060000-101002-RETAIN $90,574.22 FORTWORTH WATER DEPARTMENT ENGINEERING AND FISCAL SERVICES NOTICE OF PROJECT COMPLETION CSC No. 53181-FP1 CSC No. 53181 Regarding contract 53181 Watercress Low Pressure Sewer Extension as required by the Water Department as approved by City Council on 11/19/2019 through M&C-19-0331 the Director of the Water Department, upon the recommendation of the Sr Capital Projects Officer, Capitol Projects Delivery and Water Department, has accepted the project as complete. Original Contract Prices: $5,415,584.00 Amount of Approved Change Orders: $152,996.00 No 7 Revised Contract Amount: $5,568,580.00 Total Cost Work Completed: $4,806,309.24 Less Deductions: Liquidated Damages: 0 Days @ $630.00 / Day Other Deductions (see comments): Total Deduction Amount: $0.00 Total Cost of Work Completed: $4,806,309.24 Less Previous Payments: $4,710,183.06 Final Payment Due: $96,126.18 Zvi S�JL I2 12/Z Recommended for Acceptance Date Assistant Director, Water Department C�V' HWde� Dec 16, 2024 Christopher Har er(Dec 16, 202410:31 CST) Accepted Date Director, Water Department Dec 17, 2024 William Johnson (D c 17, 202411:11 CST) Asst City Manager Date Project Name: Watercress Low Pressure Sewer Extension CPN: 101002 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORTWORTH December 2, 2024 William J. Schultz 500 W Trammell Ave Fort Worth TX, 76140 RE: Acceptance Letter Project Name: Watercress Low Pressure Sewer Extension Sewer Project Type: Water/Sewer/Paving Project No: 101002 Contract No.: 53181 To Whom It May Concern: On October 14, 2024 a final inspection was made on the subject project. There were punch list items identified at that time. The punchlist items were completed on November 11, 2024. The final inspection indicates that the work meets the City of Fort Worth specifications and is therefore accepted by the City. The warranty period will start on November 11, 2024 which is the date of the final inspection and will extend of two (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. Sincerely, /% lt 5h ti J0 l, 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 Walter Norwood, P.E., Project Manager, Water Department Wade Miller, Construction Manager, Water Department Cesar Zavala, Water Systems Superintendent, Water Department John Robinson, Inspection Supervisor, Water Department John Kula, Inspector, Water Department Consultant, Baird Hampton and Brown Circle C, Contractor 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 Ci Printed on recycled paper FORTWORTH rev 03/05/07 WATER ENGINEERING & FISCAL SERVICES FINAL STATEMENT OF CONTRACT TIME FINAL STATEM ENT NO.; Final 29 NAME Or PROJECT: Watercress Low Pressure Sewer Extension PROJECT NO: 101002 CONTRACTOR: Circle C CSC No. 53181 PERIOD FROM 11/01/24 TO: 11/15/24 FINAL INSPECTION DATE: 1 I-Nov-24 WORK ORDER EFFECTIVE: 1 1/19/2019 CONTRACT TIME; 1,798 0 WD @ CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS I REASON FOR DAYS MONTH CHARGED CREDITED MONTH CHARGED CREDITED DURING DURING I. 16. 2. 17. 3. 18. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 19. 20, 21. 22. 23. �- 24. 25. 26. 27. 29, 29. 30. 31. SAT, SUN, RAIN, TOO WET, UTILITIES DAYS TOTAL & HOLIDAYS & TOO COLD RELOCATIONS OTHERS" CHARGED DAYS THIS PERIOD 1791 1791 PREVIOUS PERIOD _ 0 0 TOTALS TO DATE 1791 1791 n tit•, tvl A tucy: CONTRACTOR DATE INSPECTOR DATE: 1ENGINEERING DEPARTIVE:NT , ��� The City of Fort Worth • 200'retas Street • Fort Wortlt, TZ 76012-6311 (8E7) 392 44T • Fax: (817) 392 8460 PROJECT NAME: PROJECT NUMBER: DOE NUMBER: PIPE LAID Open Cut Open Cut BOTC FIRE HYDRANTS: 3 PIPE ABANDONED DENSITIES: NEW SERVICES: PIPE LAID Open Cut OTOC ( othet than Open Cut) Open Cut OTOC Opec Cut OTOC Open Cut PIPE ABANDONED DENSITIES: NEW SERVICES: WATER SIZE TYPE OF PIPE LF 8 PVC 731 6 PVC 1001 6 PVC 30 VALVES (16" OR LARGER) SIZE TYPE OF PIPE LF yes SEWER SIZE TYPE OF PIPE LF 4 HDPE DR 11 5449 4 HDPE 322 3 HDPE DR 11 6142 3 HDPE 424 2 HDPE DR 11 5701 2 HDPE 260 3 HDPE DR 7 1640 SIZE TYPE OF PIPE LF Passed for the entire project , project inspector no longer with the Department. WATER ENGINEERING & FISCAL SERVICES The Cityof Fort Worth • 1000 Throclunorton Street • Fort Worth, TX' 76012-6311 (817) 392 - 4477 • Fax: (817) 392 - 8460 FORT WORTH Capital Projects Delivery, Water Department PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR & PROJECT DATA Nance ofConlracior Project Name Circle C (Watercress Low Pressure Sewer Extension Water Engineering Inspector DOE Nmnher John Kula 153181 Water Engineering bispector Project Manager Water D Waste Water ❑ Storm Drainage E] Pavement I Walter Norwood 1Initial Contract Amorml Project D�crdly $5,4 15,584.00 10 Simple p Routine Contract Amount Date 1Final $5,568,580.50 112/ 12/2024 II) PERFORMANCE EVALUATION 10 - Inadequate 1 - Deficient 2-Standard 3-Good 4-Excellent ELEMENT I WEIGHT (x) APPLICABLE (Y / N) 1 Submission of Documents 1 2 Y �2 Public Notifications 5 Y 3 Plans on Site 5 Y 14 Field Supervision 15 Y 15 Work Performed I 15 Y 16 Finished Product 15 Y 17 Job Site Safety 15 Y s Traffic Control Maintenance 15 I Y 19 Daily Clean Up 5 + Y 110 Citizen's Complaint Resolution 5 Y III Property Restoration 5 Y 112 After Hours Response 5 Y 13 Project Completion 5 Y (RATING (0 - 4) (MAX SCORE I 4 8 4 20 4 20 I 4 60 4 j 60 4 60 4 60 4 60 4 20 4 20 i 4 20 4 20 4 I 20 TOTAL ELEMENT SCORE (A) BONUS POINTS (25 Maximum) (B) TOTAL SCORE CTS) III) CONTRACTOR'S RATING Maximum Score (MS) = 448 or sum of applicable element score maximums which = 448 Rating ( ITS / MSJ * 100%) 448 I 448 = 1000/0 Performance Category Excellent <20% = Inadequate 20% to <40% = Deficient 40% to <60% = Standard 60% to <80% = Good >_80% = Excellent Inspector's Commenis (INCLUDING EXPLANATION OF DONUS POINTS AIVARDED) Project inspector not available. REV: 02/20/07 Complex SCORE 8 20 20 60 60 60 60 60 20 20 20 20 20 448 Signature Inspector Signature Contractor Z S� Signature Inspector's Supervisor CONTRACTOR'S COMMENTS Capital Projects Dcliveq, Water Department The City of Fort Worth • 1000 Throclunorton Street • Fort Worth, TX 76012-6311 (817) 392 - 4477 • (lax: (817) 392 - 8460 448 FORTWORTH REV: 02/22/07 Capital Projects Delivery, Water Department CONTRACTOR'S EVALUATION OF CITY I) PROJECT INFORMATION Date: 12-Dec-24 Name ofConlraclor Circle C Water Engineering Inspector John Kula DOE Number Project Dicully 53181 0 Simple 0 Routine QQ Complex hnilial Contract Antonni $5,415,584.00 II) PERFORMANCE EVALUATION Project Name Watercress Low Pressure Extension Project Manager Walter Norwood 7}pe of Contract 0 Water 0 Waste Water ❑ Storm Drainage 0 Pavement Final Contract Amount $5,568,580.50 0 - Inadeouate 1 - Deficient 2 - Standard 3 - Good 4 - Excellent ELEMENT RATING ELEMENT RATING (0-4) (0-4) INSPECTION EVALUATION PLANS & SPECIFICATIONS I Availability of Inspector 1 Accuracy of Plans to Existing Conditions _ 2 Knowledge of Inspector �_ 2 Clarity & Sufficiency of Details 3 Accuracy of Measured Quantities 3 Applicability of Specifications 4 Display Of Professionalism 4 Accuracy of Plan Quantities 5 Citizen Complaint Resolution Al PROJECT MANAGER EVALUATION 6 Performance - Setting up Valve Crews, Labs y 1-Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Project Manager 1 Change Order Processing Time 3 Communication 2 Timliness of Contractor Payments I Al4 Resolution of Utility Conflicts 3 Bid Onenint~ to Pre -Con Meeting Timeframe I Al III) COMMENTS & SIGNATURES COMMENTS Signature Contractor Signature Inspector Signature Inspector's Supervisor INSPECTOR'S COMMENTS Capital Projects Delivery, Water Department The City of Fort Worth • 200 Texas Street • Fort Wocth, TX 76012-6311 (817) 392 - 4477 • Fax: (817) 392 - 8460 MERCHANTS BONDING COMPANY,. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa, d/b/a Merchants National Indemnity Company (in California only) (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, John A Miller; Sheryl A Klutts their true and lawful Attorneys) -in -Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attomey is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and April 27, 2024 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015 and amended on April 27, 2024. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attomey-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 29th day of July 2024 """... • "' • • MERCHANTS BONDING COMPANY (MUTUAL) NATIONALEIRCHANTS +.Pa oR•Dao\RP09�p9 •. Mdlbla MERCHANTS NATIONAL I DEMNtTY COMPANY 10 v` 2003 ;��; y' 1933 If. By :•J� �t�+: .�J'{y" • • •'''�1 : President STATE OF IOWA .,,•� �7 +,+ • . COUNTY OF DALLAS ss. On this 29th day of July 2024 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. 'n<s Penn! Miller ------- , z Commission Number 787952 —' • • My Commission Expires t. IMP, January 20, 2027"— Notary Public (Expiration of notary's commission does not invalidate this instrument) I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof I have hereunto set my hand and affixed the seal of the Companies on this 21st day of November , 2024 . � �A• ++.•P%ONq�••.,� •.gip\N..... iPOgq�9y�• -0_ -o- of ` 2 2003 ��; • a 1933 •;yi7' ��Y • �• POA 0018 (6/24) """"'�++ Secretary 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 TERESA S SKELLY, PRESIDENT of CIRCLE C CONSTRUCTION, known to me to be a credible person, who being by me duly sworn, upon his oath deposed and said; That all person, firms, associations, corporations or other organizations furnishing labor and/or materials have been paid in full; That there are no claims pending for personal injury and/or property damage; On Contract described as; Watercress Low Pressure Sewer Extension CPN 101002 Subscribed and sworn before me on this 1 `\*� MCHELE S LANKFORD j Notary Public M STATE OP TEXAS �r $ N02410.117M4" }� �?k of� 6�y Cwrm 0gp. October 7. 2W ^ BY Day of �1ic7v� C, 2024. Notary Public in Tarrant Cou ty, TX CONSENT OF SURETY OWNER M TO FINAL PAYMENT ARCHITECT ❑ ,41A Doctmtent G707 CONTRACTOR ❑ SURETY ❑ OTHER ❑ Bond No. TXC612300 TO OWNER: City of Fort Worth 1000 Throckmorton Street Fort Worth, TX PROJECT: (name, address) Watercress Low Pressure Sewer Extension in the City of Fort Worth, TX ARCHITECT'S PROJECT NO.: City Project No. 101002 CONTRACT FOR: Utilities CONTRACT DATED: In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (Insert name and address o%Surett) Merchants Bonding Company (Mutual) 6700 Westown Parkway West Des Moines, IA 50266 SURETY on bond of (Insert name and address gfContractm) William J. Schultz, Inc., dba Circle C Construction Company P. O. Box 40328 Fort Worth, TX 76140 'CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety of any of its obligations to (Insert name and address of Owne)) City of Fort Worth 1000 Throckmorton Street Fort Worth, TX 76102 OWNER, as set forth in the said Surety's bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand this date: November 14, 2024 (Insert in writing the month followed h1v the mmneric date and year.) Merchants Bonding Company (A4utual) (Surety) r_. (Signature ofauthorizir representative) P Attest-Aitness as to Surety Sheryl A. Klutts, Attorney -in -Fact (Seal) (Printed name and title) John A. Miller Note: This form is to be used as a companion document to AIA DOCUMENTG706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition ALA DOCUMENT G707 • CONSENT OF SURETY COMPANY TO FINAL PAYMENT • April 1970 Edition o AIA@ One Page ©1970 • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 New York Ave.. NW, Washington, D.C. 20006 PAYMENT REQUEST PROJECT: Watercress Low Pressure Sewer Extension PROJECT NUMBER OWNER: City of Fort Worth 101002 CONTRACTOR: Circle C Construction Company ENGINEER: Baird, Hampton & Brown PAYMENT PERIOD FROM: 09/24/24 TO: 10/31/24 ESTIMATE NO. 29 Final SUMMARY OF PAYMENT ESTIMATE VALUES FROM ATTACHED TABULATIONS Original Contract Amount 5,415,584.00 Approved Change Orders 152,996.50 Current Contract Amount 5,568,580.50 Total Value of Original Contract Performed 4,806,309.24 (Attachment "A" consisting of 2 pages Extra Work on Approved Change Orders 0.00 (Attachment "B" consisting of pages) Materials on Hand 0.00 (Attachment "C" consisting of pages) Total Value of Work to Date 4,806,309.24 Less Amount Retained of 0% 0.00 Net Amount Earned on Contract 4,806,309,24 Less Amount of Previous Payments 4,710,183.06 BALANCE DUE THIS STATEMENT 96,126.18 Percentage of Contract Paid to Date 84.58% The undersigned Contractor certifies that all work, including materials on hand, covered by this Periodical Payment has been completed or delivered in accordance with the Contract Documents, that all amounts have been paid by him for work, materials, and equipment for which previous Periodical Payments were issued and received from the Owner, and that the current payment shown herein is now due. Contractor: Circle C Construction By: Date /©-/J-Z y 1- Subscribed and sworn to before me this day of 20 _ Notary Public: My Commission expires: Periodical Estimate No. 29 Final For Period From: 09/24/24 Attachment "A" To: 10/31/24 Owner: City of Fort Worth Address: 1000 Throckmorton Street Fort Worth, Texas 76102 Engineer: Baird, Hampton & Brown Address: 3801 William D Tate Avenue Grapevine, Texas 76051 Contractor: Circle C Construction Company Address: PO Box 40328, Fort Worth, TX 76140 Project Name: Watercress Low Pressure Sewer Extension Owner Project Number 1011002 Quantity Unit Total Total Quantity Value of Previous Value of Total Total %of Item Ref. Original of Contract Contract Complete Work Completed Quantity Previous Quantity Value of Work No. No. DESCRIPTION OF ITEM Estimate Measure Unit Price Amount This Est. This Estimate Completed Work Complete Complete Work Complete Completed UNIT 1 SANITARY SEWER 1A E-One Sewer Grinder Pump Station 1 39 EA No Bid No Bid 0 0.001 0 0.00 01 0.00 0.00% 1 B E-One Floodplain Sewer Grinder Pun{ 74 j EA No Bid No Bid 0 0.001 0 0.00 0 0.00 0.00% 1C E-One Duplex Floodplain Grinder Pu 1 EA No Bid No Bid 0 0.001 0 0.00 0 0.00 0.00%1 1 1 D E-One Pump for City Maintenance 10 1 EA No Bid No Bid 0 0.001 0 0.00 0 0.001 0.0o%1 2A Crane Sewer Grinder Pump 39 EA 13,500.00 526,500.00 0 0.00 17 229,500.00 17 229,500.00 43.59%1 26 Crane Floodplain Grinder Pump 74 EA 13,500.00 999,000.00 0 0.00 74 999,000,001 74 999,000.00 100.00%1 2C Crane Duplex Floodplain Grinder 1 1 EA 1,800.00 1,800.00 0 0.00 1 1,800.00 1 1,800.00 100.00%1 1 2D Crane Pump for City Maintenance 10 EA 4,500.00 45,000.00 0 0.00 10 45,000:00 10 45,000.00 100.00%1 1 3 Service Connection Assembly 118 EA 2,000.00 236,000.00 0 0.00 117 234,000.00 1171 234,000.00 99.15%1 4 Service Connection Assembly 5 EA 1,800.00 9,000.00 0 0.00 0 0.00 01 0.00 0.00%1 5 4" HDPE (DR11 ) 5450 LF 30.00 163,500.00 0 O.00 5449 3 16470.001 5449) 163,470.00 99.98%1 6 4" HDPE By Other Than Open Cut 300 LF 85.00 25,500.00 0 0.00 322 27:370.00 i 3221 27,370.00 107.33%1 7 3" HDPE (DR11) 6326.93 1 LF 29.00 183,480.97 0 0.00 6142 178,118,00 61421 178,118.00 97.08%1 8 3" HDPE By Other Than Open Cut 1 360 LF 80.00 28,800.00 0 0.00 424 33,920.00 4241 33,920.001 117.780/o1 9 2.5" HDPE (DR11) 0 LF 0.00 0.00 0 0.00 0 0.00 01 0.001 #DIV/O! 1 10 2.5 HDPE By Other Than Open Cut 1 0 LF 0.00 0.00 0 0.00 0 0.00 01 0.00 #DIV/O! 11 2" HDPE (DR11) �2" 5960 LF 27.00 160,920.00 0 0.00 5701 153,927.00 57011 153,927.00 95.65%1 12 HDPE By Other Than Open Cut 119 LF 75.00 8,925.00 0 0.00 260 19,500.001 260 19,500.00 218.49%1 13 RRemove & Dispose of 8" Water Line 4682 LF 15.00 70,230.00 0 0.00 4537 68,055.00 4537 68,055.00 96.90% 14 ISewer Air Release Valve & Vault 6 LF 4,500.00 27,000.00 0 0.00 5 22,500.00 5 22,500.00 83.33% 15 Remove 6" Water Valve 7 EA 200.00 1,400.00 0 0.00 7 1,400.00 7 1,400.00 100.00% 16 Remove 8" Water Valve 4 EA 200.00 800.00 0 0.001 5 1,000,00 5 1,000.00 125.00% 17 Salvage Fire Hydrant 7 EA 800.00 5,600.00 0 0.00 1 800.00 1 800.00 14.29% j 18 2" Plug Valve w/Box 0 EA 500.00 0.00 0 0.00 O1 0.00 0 0.00 #DIV/0! 1 19 12.5" Plug Valve w/Box 0 1 EA 700.00 0.00 0 0.001 01 0.00 0 0.00 #DIV/O! 20 {3" Plug Valve w/Box 46 1 EA 800.00 36,800.00 0 0.00 01 0.00 0 0.00 0.00%1 21 4" Plug Valve w/Box 20 EA 900.00 18,000.00 0 0.00� 0! 0.00 0 0.00 0.00%1 22 Cleanouts, Flushing Stations 12 EA 1,200.00 14,400.00 0 0.00 131 15,600.00 13� 15,600.001 108.33%1 1 23 ITrench Water Stops 11 ( EA 1,200.00 13,200.00 0 0.00 71 8,400.00 71 8,400.001 63.64%1 24 Trench Safety 19400 1 LF 1.00 19,400.00 0 0.00 18735 18,735.00 187351 18,735.001 96.57%1 1 25 Exploratory Excavation of Exist Utility 10 EA 1,000.00 10,000.00 0 0.001 1 1,000.00 1 1,000.001 10.00% 1 26 SWPPP 1 1 LS 15,000.00 15,000.00 0 0.001 1 15,000.00 1 ( 15,000.001 100.00%� 1 27 OMITTED 1 i #DIV/O! 1 28 Traffic Control 8 1 MO 2,500.00 20,000.00 0 0.00 13 32,500.00 13 32,500.00 162.50%1 1 29 Traffic Control Plan 1 1 EA 1,500.00 1,500.00 0 0.00 21 3,000.001 2 3,000.00 200.00%1 30 5' W ide Asphalt Pvmt Repair 6491.17731 LF 55.00 357,014.75 0 0.00 17831 98,065.001 1783 98,065.00 27.47%1 31 Temporary Asphalt Paving 6244 LF 22.00 137,368.00 0 0.001 136961 301,312.001 13696 301,312,00 219.35%1 32 Temporary 5' Construction Fence 1 5448 1 LF 10.00 54,480.00 0 0.00 34481 34480.001 3448 34,480.00 63.29% 33 Connect LPS to Existing Manhole 1 5 EA 1,500.00 7,500.00 0 0.00 bl 7:500.001 5 7,500.00 100.00% 34 3" Asphalt Base Type B 1 1138 SY 58,50 66,573.00 0 0.001 0; 0.001 01 0.001 0.00% 35 I 2" Surface Course Type D Mix 11833 SY 15.00 177,495.00 0 0.00 21889 328,335.00 218891 328,335.00 1 184.98%] 36 1Misc Utility Relocation Adjustments 1 EA 25,000.00 25,000.00 0 0,00 0 0.00 01 0.001 0.00% 37 1 10" Pavement Pulverization 4683 SY 1 10.00 46,830.00 0 0.001 20700 207,000.00 20700 207,000.001 442.02%j 38 1 261b SY Cement Modification 69 TN 1 275.00 18,975.00 0 0.00 266 73,150.00 266 73,150.00 385.51 %1 39 1 12" Surface Milling 0 SY 5.00I 0.00 0 0.00 0 0.00 0 0.00 #DIV/0! I 40 16" Concrete Driveway 1584.65 SF 25.00 39,616.25 0 0.00 658.35 16,458.75 659.35 16,458.75 41.55%1 41 1 4"-6" Gravel Driveway 16" 2 EA 2,500.001 5,000.00 0 0.00 0 0.00 0 0.00 0.00%1 42 ( Flexible Base Type A GR 2 50 SY 30.001 1,500.001 0 0.00 33 990.00 33 990.00 66.00% 43 Unclassified Excavation By Survey 625 CY 1 25.001 15,625.001 0 0.00 538 13,450.00 538 13,450.00 86.08%� 44 Remove Concrete Drive 88 SF ( 10.001 880.00 0 0.00 658.35 6,583.50 658.35 6,583.50 748.13%] 45 f Remove Asphalt Drive 803 SF 10.00 8030.00 0 0.00 0 0.00 0 0.00 0.00%] 46 1 Remove Asphalt Roadway Pvmt 475 SY 10.001 4:750,00 0 0.001 0 0.00 0 0.00 0.00%1 47 Remove and Replace Mailbox 2 EA 1,500.001 3,000.00 0 0.001 11 1,500.00 1 1,500.00 50.00% 48 (Remove Headwall/SET 1 EA 1,000.001 1,000.00 0 0.001 1 1,000.00 1 1,000.00 100.00% 49 Site Clearing 1 LS 8,500.00 8,500.00 0 0.001 1 8,500.00 1 8,500.00 100.00% 50 1 16"-12" Tree Removal 1 1 EA 1,000.00 1,000.00 0 0.001 20 20,000.00 20 20,000.00 2000.00% 51 24" and Larger Tree Removal 1 EA 2,000.00 2,000.00 0 0.001 2 4,000.00 2 4,000.00 200.00% 52 Misc Pavement & Subgrade 4300 SY 25.00. 107,500.001 0 0.00 814 20,350.00 814 20,350.001 18.93% 53 24" RCP CL III 20 LF 250.00 5,000,001 0 0.00 10 2,500.00 10 2,500.00 50.00% 54 24" SET 1 EA 3.500.00 3,500.001 0 0.00 1 3,500.00 1 3,500.00) 100.00%1 55 Block Sod Placement 50 SY 12.00 600.00 0 0.00 0 0.00 0 0.00 0.00%1 56 Seeding, Hydromulch 2367 SY 8.00 18,936.00 0 0.00 2622 20,976.00 2622 20,976.00 110.77%1 57 Tree Protection < 12" Per Plans 227 EA 350.00 79,450.001 0j 0.00 0 0.001 01 0.00 0.00%1 58 Tree Protection 12"-18" Per Plans 314 EA i 500.001 157,000.00 0 0.00 0 0.001 01 0.00 mo%J 59 Tree Protection 18"-24" Per Plans 91 EA 800.001 72,800.00 0 0.00 0 0.00 01 0.00 0.00%°) 60 Tree Protection > Per Plans 52 EA 1,000.00 52,000.00 0 0.00 0 0.00 Oj 0.00 0.00%1 61 Construction Staking 1 LS 1 25,000.00 25,000.00 0 0.00 1 25,000.001 1 25,000.00 100.00%1 62 As Built Survey 1 LS ( 15,000.00 15,000.00 0 0.00 1 15,000.00 1 15,000.00 100.00%1 63 Utility Markers 1 LS j 2,500.001 2,500.001 0 0.00 1 2,500.00 1 2,500.001 100.00%i 64 I (Construction Survey Redlines 1 LS 1,500.001 1,500.00 0 0.00 0 0.00 0 0.001 0.00%1 65 Construction Allowance 0 LS 50,000.00 0.00 0 0.00 0 0.00 0 0.001 #DIV/O! 66 1/14" HDPE (DR11) 13913 LF 18.00 250,434.00 0 0.00 98671 177,606.00 9867 177,606,001 70.92%1 67 Top Soil 78 CY 1 20.00 1,560.00 0 0.00 10 200.00 101 200.001. 12.82%1 68 IRemobiliation for Install of Grinder 15 EA 2,000.00 30,000.00 01 0.00 11 22,000.00 111 22,000.00 73.33%1 69 3" HDPE I 1640 LF 30.25 49,610.00 0 0.00 1640 49,610.00 1640 49:610.00 100.00%1 70 Relocate Fire Hydrant 1 1 EA 1,200.001 1,200.00 0 0.00 1) 1,200.001 1 1200.00 100.00%1 71 Remove 6" Water Line FH Lead 1 25 LF 25.001 625.00 01 0.00 251 625.001 25 625.001 100.00%1 72 Valve Box Adjustment 1 1 EA 400.001 400.00 01 0.00 0 0.00 0 0,00� 0.00%J 73 Site Clearing ( 1 LS 2,500.00 2,500.00 0� 0.00 1 2,500.00 1 2,500.00 100.00%1 74 I Utility Abandonment Grouting 1 1300 LF 20.00 26,000.00 0 0.00 13001 26,000.00 1300 26:000.00 100.00%1 75 Directional Drill Rock 1 LS 27,500.00 27,500.00 0 0.00 1 27,500.00 1 27,500.001 100.00%I I UNIT 1 SANITARY SEWER 4,554,507.97 0 0.00 0 3,792,986.25 I 01 I 3,792,986,25 83.28% I UNIT 2 PAVING 1 1 14" Asphalt Base Type B I i i 455 1 SY I 58.501 26,617.501 0 0.00 385,54 I 22,554.09 385.54 22,554,091 84.73% 2 12" Surface Course Type D Mix 11150 SY 15.00 167,250.00 0 0.00 6960 104,400.00 6960 104,400.001 62.42%1 3 110" Pavement Pulverization 1 4000 SY 10,00 40,000.00 ( 0 0.00 6960 69,600.00 6960 69,600.00 174.00%1 4 ; 126/Ib SY Cement Modification 1 60 TN 275.00 16,500.00 0 0.00 90 24,750.00 90 24,750.001 150.00% 5 12" Surface Milling 1 6650 SY 5.00 33,250.00 0 0.00 0 0.00 01 0.00 0.00%1 6 16" Concrete Driveway 1 885 SF 15.00 13,275.00 0 0.00 0 0.00 01 0.001 0.00%) 7 4"-6" Gravel Driveway 1 EA 2,500,001 2,500.00 0 0.00 01 0.00 0 0.00 0.00%i 8 6" Flexible Base 50 SY 25.001 1,250.00 0 0.00 0 0.00 0 0.00 0.00%1 9 Unclassified Excavation 625 Cy 1 25.00 15,625.00 0 0.00' 625 15,625.00 625 15,625.00 62500.00%1 10 Remove Concrete Drive 88 SF 10.00 880.00 01 0.00 01 0.001 0 0.001 0.00% 11 Remove Asphalt Drive 105 SF 10.00 1,050.00 01 0.00 385.54 3,855.401 385.541 3,855.40138554.00% 12 Remove Asphalt Roadway 475 SY 10.00 4,750.00 0j 0.00 0 0.00 01 0.001 0.00% 13 Remove & Replace Mailbox 1 EA 1,500.00 1,500.001 01 0.00 1 1,500.00 11 1,500.001 100.00% 14 Remove Headwall/SET 1 EA 1,000.00 1,000.00 0 0.00 0 0.001 01 0.001 0.00%1 15 6"-12" Tree Removal 1 EA 500.00 500.00 0 0.00 1 500.001 1 500.001 100.00%j 16 Misc Pavement & Subgrade 4300 SY 25.00 107,500.001 0 0.00 384.54 9,613.50 384.54 9613.50138454.00%] 17 I 24" RCP CL Ili 20 LF 250.00 5,000.00 0 0.00 20 5,000.00 20 5:000.00 1 18 24" SET 1 EA 3,500.00 3,500.00 0 0.00 1 3,500.00 11 3,500.001 1 19 i!!! Block Sod 50 SY 1 12.00 600.00 0 0.00 0 0.00 01 0.00 1 20 Seeding, Hydromulch i 1375 SY 1 8.001 11,000.00 0 0.001 1375 11,000.00 1375 11,000.00 j 1 21 Construction Staking 1 LS 5,000.00 5,000.00 0 0.001 1 5,000.00 1 5:000.00 1 22 Construction Allowance 1 LS 50,000.00� 50,000.00 0 0.00 0 0.00 01 0.001 I 23 I I Top Soil 1 78 CY 20.001 1,560.00 0 0.00 35 700.00 351 700.00 I UNIT 2 PAVING TOTAL 510,107.50 0.00 277,597.99 277,597.99 1 Change Order Number 4 I 1 I 1 Thermal Expansion Tank 33 EA 550.00000 18,150.00 0 0.00 33 18,150.001 33 18,150.00 { 2 Pressure Reducing Valve 33 EA 725.00000 23,925.00 0 0.00 33 23,925.00 33 23,925.00 i 3 Install MeterlProvide Meter Box 33 EA 525.00000 17,325.00 0 0.00 33 17,325.001 33 17,325.00 Change Order Number 4 Total 1 1 59,400.00 0.00 59,400.00 59,400.00 I Change Order Number 5 I I 1 Thermal Expansion Tank 28 EA I 550.00000 i 15,400.00 0 I 0.001 21 I 11,550.001 I 21 i I 11,550.00 1 2 I Pressure Reducing Valve 28 EA 1 725.00000 20,300.00 0 0.00 21 15,225.001 21 15,225.00 3 Install Meter/Install Meter Box 28 EA 525.00000 14,700.00 0 0.00 13 6,825.00 13 6,825.00 1 1 4 8" PVC Water Pipe By Open Cut 1648 LF 125.00000 206,000.00 0 0.00 731 91,375.00 731 91,375.00 5 6" PVC Water Pipe by Open Cut 51 LF 95.00000 4,845.00 0 0.001 51 4,845.00 51 4,845.00 1 6 DI Fittings 1 1 TN 12,500.00000 12,500.00 0 0.00 1 12,500.00 1 12,500.00 7 !, Fire Hydrant 2 EA 6,500.00000 13,000.00 0 0.00I 41 26,000.00 41 26,000.00 f 8 ( Connect to Exist4%12" Water Main 3 EA 6,500.00000 19,500.00 0 0.00 31 19,500.00 31 19,500.00 1 9 Connect to Exist 24" Water Main 1 EA 18,500.00000 18,500,00 0 0.00 1 18,500.00 1 18,500.00 10 1" Private Water Service 13 LF 100.00000 1,300.00 0 0.00 204 20,400.00 204 20,400.00 1 11 8" Gate Valve 2 EA 1,800.00000 3,600.00 0 0.00 2 3,600.00 2 3,600.00 12 Temporary Asphalt Paving 1800 LF 40.00000 72,000.00 0 0.00 18181 72,720.00 1818 72,720.00 j 13 Gravel for Driveways & Alleyways 144 SY 55,00000 7,920.00 0 0.00 72 3,960.00 72 3,960.00 1 14 Construction Staking 1 LS 7,500.00000 7,500.00 0 0.00 1 7,500.00 1 7,500.00 1 1 15 Construction Survey 1 LS 7,500.00000 7,500.00 0 0.00 1 7,500.00 1 7,500.00 1 1 16 1 Traffic Control 3 MO 4,500.000001 13,500.00 0 0.001 3 13,500.00 3 13,500.00 1 17 1 I SWPPP 1 LS 6,500.00000 6,500.00 0 0.00 1 6,500.00 1 6,500.00 1 Total Change Order Number 5 I i j 444,565.00 0.00 342,000A0 1 1 1 f 342,000.001 1 Change Order Number 6 ( I 1 I I I j 2D I I Crane Pump for City Maintance f 7 EA 4,500.00000 31,500.00 0 0.00 76 ( 12" Force Main 340 LF 165.00000 56,100.00 0 0.00 18 ' 1" Water Service Meter Reconnect 28 EA 550.000001 15,400.00 0 0.00 1 19 1" Water Service 28 EA 725.000001 20,300.00 0 0.00 j 20 I Extend Water Heater Drain 30 EA 200.000001 6,000.00 0 0.00 j 21 Install Meter In Meter Box 11 EA 250.001 2,150.00 0 0.00 22 16" PVC Water Tyler PI & Summer 872 LF 115.0000000 100,280.00 0 0.00 23 6" PVC Water BOTOC I 30 LF 275.00000 8,250.00 0 0.00 1 f Total Change Order Number 6 1 � 240,580.00 0.001 i) IlChange Order Number 7 i � 7 Fire Hydrant 1 EA 6,500.00000 6,500.00 0 I 0.001 10 1" Private Water Service j 185 LF 100.00000 18,500.00 0 0.00 12 I (Temporary Asphalt Paving Repair j 18 LF 40.00000 720.00 0 0.00 j 19 { 1" Water Service j 2 EA 725.00000 1,450.00 0 0.00 22 16" PVC Water Line 39 LF 115.00000 4,485.00 0 0.00 j 24 6" Gate Valve 2 EA 1,600.00000 3,200.00 0 0.00 25 2" Water Service Meter Reconection 3 EA 650.00000 1,950.00 0 0.00 26 j 12" Water Service 3 EA 825.00000 2,475.00 0 0.00 27 2" Private Water Serivice 300 LF 100.00000 30,000.00 0 0.00 28 2" PRV 2 EA 2,175.00000 4,350.00 0 0.001 29 (Asphalt Parking/Driveway Repl 10 LF j 48.00000 480.00 0 0.00 30 I (Relocate Fire Hydrant 1 EA 1,200.00000 1,200.00 0 0.00 j 31 j Relocate Air Vent on Air Release 1 LS 1 3,500.00000 3,500.00 0 0.00 1 32 Relocate Cathodic Protection TS 1 LS 3,500.00000 3,500.00 0 0.00 1 33 j Black Sod Placement 125 SY 12.000001 1,500.00 0 0.00 j 34 j Mobilization for FH, ARV Adjust 1 EA 2,000.000001 2,000.00 0 0.00 1 35 (Mobilization f& Repair 2" Service 1 EA 2,000.000001 2,000.00 0 0.00 j 30 5' Side Asphalt Pvmt (Deduct) -1596.545 LF 55.00000 -87,810.00 0 0.00 I II Total Change Order Number 7 I 0.00 I 0.001 I I Total ( i I 0,001 7 340 28 30 30 11 911 30 1 185 18 2 39 2 3 3 300 2 10 1 1 1 125 1 1 0 31,500.00 7 56,100.00 3401 15,400.00 28 21,750.00 30 6,000.00 30 2,750.00 11 104,765.00 911 8,250.00 301 246,515.00 6,500.00 11 18,500.00 1851 720.00 18 1,450.00 21 4,485.00 39 3,200.00 2 1,950.00 31 2,475.00 31 30,000.00 300 4,350.00 2 480.00 10 1,200.00 1 3,500.00 1 3,500.00 1 1,500.00 125 2,000.00 1 2,000.00 1 0.00 0 4,718,499.24 31,500.00 56,100.00 15,400.00 { 21,750.001 6,000.00 2,750.00 104,765.00 8,250.00 246,515.00 6,500.001 18,500.00 720.00 1,450.00 4,485.00 3,200.00 1,950.00 2,475.00 30,000.00 4,350.00 480.00 1,200.00 3,500.00 3,500.00 1,500.00 2,000.00 2,000.00 0.00 87,810.00 j I 4,806,309.24 #DIV/0! 1 I