HomeMy WebLinkAboutContract 57476-FP1AC Coded 07.23.25
Vendor Name: Cresent Constructors, Inc.
VendorlD:7000000127
Invoice No.: 57476-FP1
Invoice Date; ##/##/##
Release Retainage: $392,336.18
F I D: 56020-2060000-103335-Reta i n
FORT WORTH
WATER DEPARTMENT
ENGINEERING AND FISCAL SERVICES
NOTICE OF PROJECT COMPLETION
CSC No. 57476-FP1
Regarding contract 57476 for the Eagle Mountain & Westside WTP Enclosures project as required by
the Water Department and approved by City Council on 03/29/2022 through M&C 22-0238 the Director of
the Water Department, upon the recommendation of the Assistant Director, Capital Projects Delivery,
Water Department has accepted the project as complete.
Original Contract Price:
$7,897,000.00
Amount of Approved Change Orders: $12,220.00 No 3
Revised Contract Amount: $ 7,909,220.00
Total Cost Work Completed: $7,846,723.53
Less Deductions:
Liquidated Damages: 0 Days a $650 /Day
Other Deductions: $ 0.00
Total Deduction Amount: $ 0.00
Total Cost of Work Completed: $ 7,846,723.53
Less Previous Payments: $ 7,454,387.35
Final Payment Due: $ 392,336.18
_6116
7/16 2s
n n,
ecomrnded for Acceptance Date
Assistant Director, Water Department
yMr• 1iGfid' d &r 07/30/2025
Uptep ndr6ui (jrii 30, 2025 0 :53:3i CuT
HCCeDate
Director, Water Department
08/05/2025
Asst. City Manager Date
Project Name: Eagle Mountain & Westside WTP Enclosures CPN 103335
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
FORT WORTH,
Date 07/14/2025
Crescent Constructors, Inc.
2560 Technology Dr
Suite 400
Plano, TX 75074
RE: Acceptance Letter
Project Name: Eagle Mountain & Westside WTP Enclosures
Project Type: Water Treatment Plant
Project No: 103335
Contract No: 57476
To Whom It May Concern:
On 6/30/2025 a final inspection was made on the subject project. There were no punch list items
identified at that time. 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 6/30/2025 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,
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
Dena Johnson, P.E, Project Manager, Water Department
Wade Miller, Construction Manager, Water Department
Kenny Wilson, Water Systems Superintendent, Water Department
John Robinson, Inspection Supervisor, Water Department
CDM Smith, Consultant
Crescent Constructors Inc, Contractor
Fort Worth
All-nmedcacnr WATER DEPARTMENT
THE CITY OF FORT WORTH * 200 TEXAS STREET * FORT WORTH, TEXAS 76102
817-392-8240 * FAX 817-392-8195
1964 • 1993 • 2011
„',, Printed on recycled paper
FORT YORT14
rev 03/05/07
WATER ENGINEERING & FISCAL SERVICES
FINAL STATEMENT OF CONTRACT TIME
FINAL STATEMENT NO.: Final - 26
NAME OF PROJECT: Eagle Mountain & Westside WTP Enclosures
PROJECT NO:
103335 CONTRACTOR: Crescent Constructors Inc
CSC No. 57476
PERIOD FROM:07/01/25
TO: 07/15/25 FINAL INSPECTION DATE: 30-Jun-25
WORI{ ORDER EFFECTIVE:
5/9/2022 CONTRACT TIME: 695
Q WD Q CD
DAY OF
DAYS
REASON FOR DAYS DAY OF
DAYS
REASON FOR DAYS
MONTH
CHARGED
CREDITED MONTH
CHARGED
CREDITED
DURING
DURING
1.
16.
2.
17.
3.
18.
4.
19.
5.
20.
6.
21.
7,
22.
8.
23.
9.
24.
10.
25.
11.
26.
12.
27.
13.
28.
14.
29.
15.
30.
31.
SAT, SUN,
RAIN, TOO WET, UTILITIES DAYS
TOTAL
& HOLIDAYS
OTHERS*
& TOO COLD RELOCATIONS CHARGED DAYS
THIS
0
0
PERIOD
PREVIOUS
PERIOD
30
665
TOTALS
TO DATE
695
695
*REMARKS:
07.15.25
CONTRACTOR
DATE INSPECT&
DATE
ENGINEERING DEPARTMENT
10 The
City of Fort Worth • 200 Texas Street • Fort Worth, TX 76012-6311
(817) 392 - 4477 • Fax: (817) 392 - 8460
FORTWORTH
Capital Projects Delivery, Water Department
CONTRACTOR'S EVALUATION OF CITY
I) PROJECT INFORMATION
Name ofConlactor
Crescent Constructors Inc
(Pater Engineering Inspector
John Robinson
DOE Number I Project Difficulty
57476 0 Simple 0 Routine
Initial Contract Amount
$7,897,000.00
II) PERFORMANCE EVALUATION
0 - Inadequate 1 - Deficient 2 - Standard
(ELEMENT
INSPECTION EVALUATION
1 Availability of Inspector
2 Knowledge of Inspector
3 Accuracy of Measured Quantities
4 Display Of Professionalism
15 Citizen Complaint Resolution
16 Performance - Setting up Valve Crews, Labs
ADMINISTRATION
l Change Order Processing Time
12 Timliness of Contractor Payments
13 Bid Opening to Pre -Con Meeting Timefi-ame
III) COMMENTS & SIGNATURES
COMMENTS
Signature Contractor
Signature Inspector
Signature Inspector's Supervisor
INSPECTOR'S COMMENTS
REV: 02/22/07
Date: 1 15-Jul-25
Projecl Name
Eagle Mountain & Westside WTP Enclosures
Project Manager
Dena Johnson
Type of Contract
(0) Complex 0 Water ❑Q Waste Water ❑ Storm Drainage ❑ Pavement
Final Contract AmomN
$7,909,220.00
3 - Good 4 - Excellent
RATING ELEMENT
(0-4)
07,15.25 o0
PLANS & SPECIFICATIONS
4 1 Accuracy of Plans to Existing Conditions
4 2 Clarity & Sufficiency of Details
4 I3 Applicability of Specifications
4 4 Accuracy of Plan Quantities
4 PROJECT MANAGER EVALUATION
4 1 Knowledge And/Or Problem Resolution
2 Availability of Project Manager
4 13 Communication
4 14 Resolution of Utility Conflicts
4 1
Capital Projects Delivery, \stater Department
The City of Fort Worth t 200 Texas Street • Fort \Worth, T176012-6311
(817) 392 - 4477 • Fax: (817) 392 - 8460
RATING
(0-4)
4
4
4
4
FAI
n
FORTWORTHREV: 02/20/07
Capital Projects Delivery, Water Department
PERFORMANCE EVALUATION OF CONTRACTOR
I) CONTRACTOR & PROJECT DATA
Name of Contractor
Project Name
Crescent Constructors Inc
Eagle Mountain & Westside WTP Enclosures
I -Pater Engineering Inspector
DOE Nrnnber
John Robinson
57476
(Pater Engineering Inspector
Project Manager
FZ Water ❑� Waste Water ❑ Storm Drainage ❑ Pavement
Dena Johnson
Initial Contract Annount
Project Difficulty
$7,897,00.00
O Simple 0 Routine Complex
Final Contract Amount
Date
$7,909,220.00
7/15/2025
II) PERFORMANCE EVALUATION
10 - Inadequate l - Deficient 2 - Standard 3 - Good 4 - Excellent
(ELEMENT
WEIGHT (x)
APPLICABLE (Y / N)
It
Submission of Documents
2
Y
2
Public Notifications
5
Y
3
Plans on Site
5
Y
4
Field Supervision
15
Y
15
Work Performed
15
Y
16
Finished Product
15
Y
17
Job Site Safety
15
Y
18
Traffic Control Maintenance
5
Y
19
Daily Clean Up
I 10
Y
110
Citizen's Complaint Resolution
5
Y
III
Property Restoration
5
I Y
112
After Hours Response
I 5
Y
113
Project Completion
5
Y
III) CONTRACTOR'S RATING
RATING (0 - 4) MAX SCORE ISCORE
4 8 I
8
4 20
20
4 20
20
4 60
60
4 60
60
4 60
60
4 60 I
60
4 I 20 I
20
4 I 20
20
4 I 20 I
18
4 I 20 I
20
4 I 20
20
4 I 20
20
TOTAL ELEMENT SCORE (A)
BONUS POINTS (25 Maximum) (B)
TOTAL SCORE (TS)
428
Maximum Score (MS) = 448 or sum of applicable element score maximums which 428
Rating ( [TS / MS] * 100%) 428 / 428 = 100%
Performance Category Excellent
<20% = Inadequate 20% to <40% = Deficient 40% to <60% = Standard 60% to <80% = Good >_80% = Excellent
Inspector's Comments (INCLUDING EXPLANATION OF BONUS POINTS AWARDED)
07.15.25
Signature Inspector Signature Contractor
Signature Inspector's Supervisor 16%1
CONTRACTOR'S COMMENTS
Capital Projects Delivery, Water Department
The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311
(817) 392 - 4477 • Fax: (817) 392 - 8460
PROJECT: Eaqle Mountain & Westside WTP Enclosures
OWNER: City of Fort Worth
CONTRACTOR: Crescent Constructors, Inc.
ENGINEER: CDM Smith
RE: Bond #107485906
CONSENT OF SURETY COMPANY
TO FINAL PAYMENT
PROJECT NUMBER:
103335
CS# 57476
The Surety Company, on bond of the Contractor listed above for the referenced project, in accordance with the
Contract Documents, hereby approves final payment to the Contractor, and agrees that final payment to the
Contractor shall not relieve the Surety Company of any of its obligations to the Owner under the teens of the
Contract and as set forth in said Surety Company's bond.
In witness whereof, the Surety Company has hereunto set its hand this 12th day of June 2025
Travelers Casualty and Surety Company of America
Surety Company
By
'/ A horized Representative
7�Title Jeffrey odd McIntosh, Attorney -in -Fact
Address:
One Tower Square
Hartford, CT 06183
Attach Power of Attorney
Travelers Casualty and Surety Company of America
Travelers Casualty and Surety Company
TRAVELERS J St. Paul Fire and Marine Insurance Company
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That Travelers Casually and Surety Company of America, Travelers Casualty and Surety Company, and
St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the Stale of Connecticut (herein
collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Jeffrey Todd McIntosh of
PLANO , Texas , their true and lawful Allorney(s)-in-Fact to sign, execute, seal and
acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory 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.
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April,
2021.
KkRTFOaO B 7 IURiFORD, Z �' GpPWK
CONK. S ku
Slate of Connecticut
City of Hartford ss.
-z�
By:
Robert L. Rare enior Vice President
On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior
Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the
purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer.
IN WITNESS WHEREOF, I hereunto set my hand and official seal.
My Commission expires the 30th day of June, 2026
,••'�� P 1Jb'hy.,,
<t
Y
NOTAt1Y
k �H�
1�gu+ U
P9P'�o
Anna P. Nowik, Notary Public
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of
the Companies, which resolutions are now in full force and effect, reading as follows:
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice
President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint
Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority
may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings
obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may
remove any such appointee and revoke the power given him or her; and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or
any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of (his Company, provided
that each such delegation is in writing and a copy thereof is filed in (he office of the Secretary; and It is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance,
or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive
Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the
Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;
or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her
certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President,
any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to
any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -
Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of
Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed
and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or
understanding to which it is attached.
I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a
true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect.
Dated [his 12th day of Juno , 2025
1 � Inr J J,�1Y ANp1`� 08—
14UnF0.iS0. a IWiT IOAD. Al
Kevin E. Hughes, AssZnt Secretary
To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880.
Please refer to the above -named Attorneys) -in -fact and the details of the bond to which this Powerof Attorney is attached.
CONTRACTOR'S AFFIDAVIT OF
PAYMENT OF DEBTS AND CLAIMS
Eagle Mountain & Westside WTP Weatherproof
PROJECT: Enclosures PROJECT NUMBER:
OWNER: City of Fort Worth 103335
CONTRACTOR: Crescent Constructors, Inc. CS# 57476
ENGINEER: CDM Smith
The Contractor, in accordance with the Contract Documents, hereby certifies that, except as listed below, all
obligations for all materials and equipment furnished, for all work labor, and services performed, and for all known
indebtedness and claims against the Contractor for damages arising in any manner in connection with the
performance of the Contract referenced above for which the Owner or his property might in any way be held
responsible have been paid in full or have otherwise been satisfied in full.
EXCEPTIONS: None
CONTRRXZV
ACTOR, Crescent Constructors, Inc,
BY �+ -! /1/ 9 -`
TITLE PROS IW�T
Subscribed and sworn to before me this 124" day of f,
Notary Public; i`�(1mGkp>n�,i 0. N,P \ti0V1
My Commission Expires; 8r1,2Vrrin
ACKENZNELSON
NMPUbile
STAIERAS NOTARY 1D013028081
My Comm. Ev, Mach 20, 2028
20?.��.
2560 Technology Dr Suite 400
Plano TX 75074
PAYMENT REQUEST
PROJECT: Eagle Mountain & Westside Water Treatment Plant Pump Statior PROJECT NUMBER
OWNER: City of Fort Worth PROJECT 103335
CONTRACTOR: Crescent Constructors, Inc. 2022-03
ENGINEER: CDM Smith 263979
CONTRACT No: CS#57476
PAYMENT PERIOD FROM: 06/01/25 TO: 06/10/25 ESTIMATE NO. 25.1
SUMMARY OF PAYMENT ESTIMATE VALUES FROM ATTACHED TABULATIONS
Original Contract Amount
Approved Change Orders
Current Contract Amount
Total Value of Original Contract Performed
Extra Work on Approved Change Orders
Materials on Hand
Total Value of Work to Date
Less Amount Retained at 5%
Net Amount Earned on Contract
Less Amount of Previous Payments
BALANCE DUE THIS STATEMENT
Submitted By:
Inspector Recommended:
Engineer Recommended:
Owner Approved:
7, 897, 000.00
12, 220.00
7, 909, 220.00
7, 834, 503.53
12,220.00
0.00
7,846,723.53
392, 336.18
7,454,387.35
7,378,387.35
76, 000.00
Ryan Glanz, PE 6/10/2025
Crescent Constructors - PM
City of Fort Worth
David Vallejo, PE 06/11/2025
CDM Smith
Dena Johnson
City of Fort Worth
CONTRACTOR'S APPLICATION FOR PAYMENT
PAY REQUEST NO: 25.1 DATE: 06/10/25
PERIOD FROM: 06/01/25 TO: 06/10/25
PROJECT: Eagle Mountain & Westside Water ENGINEER: CDM Smith
Treatment Plant Pump Station
Weatherproof Enclosures Settler Expansion 801 Cherry Street Unit 33, Suite 1820
Project No.103335 Fort Worth, TX 76102
OWNER: P City of Fort Worth
1000 Throclunorton Street
Fort Worth, TX 76102
BIDS RECEIVED:
CONTRACT AMOUNT: $
ADJUSTMENTS:
REVISED AMOUNT: $
CONTRACT DATE:
7,897,000.00
Additional Days for
Substantial Completion
$12,220.00
7,909,220.00 Additional Days for Final
Completion
SUMMARY OF JOB STATUS:
Total Work Completed
$7,846,723.53
Material Stored on Site
$0.00
Subtotal
$7,846,723.53
Less 5% Retained
$392,336.18
Subtotal
$7,454,387.35
Less Previous Payments $
7,378,387.35
Amount Due This Period
$76,000.00
WORK COMPLETED 99% TIME:
CONTRACTOR: Crescent Constructors
2560 Technology Dr. Suite 400
Plano, TX 75074
NOTICE TO PROCEED:
05/09/22
Substantial Comp. Date (365):
5/9/2023
115 Revised Substantial Completion Date:
9/1/2023
Final Comp. Date (400):
6/13/2023
115 Revised Final Completion Date:
10/6/2023
SUBMITTED BY:
By:
Ryan Glanz
Date: October 1, 2024
Project Manager
Project Managt
VERIFIED BY: CITY OF FW INSPECTION FUNCTION
By:
Name QC Specialist
Date:
REVIEWED BY: uth
By:
Name David Val ejo Engineer
Date: 06/11/2025
APPROVED FOR PAYMENT BY: CITY OF FORT WORTH
By:
Name
Date:
219.03 %
Engle Mountain & Westside Water Treatment Plant Pump Station Weatherproof Enclosures Settler Expansion
2560 Technob y Dr Suite 400
PROJECT NO. 103335
Plano TX 75074
INVOICE NO:
25.1
SCHEDULE OF VALUES
PAY PERIOD TIJROUGH:
10-Jun-25
A B
C
D
E
F
G
H
1
J i
K
L
At
ITEM DESCRIPTION OF WORK
QTY
UN
QTY
RID ITEM
SCH.
UNIT
WORK CO,MPLETEP
%
BALANCE
NO.
INST
TOTAL
VALUE
PRICE
PREV
THIS
TO
TO FINISH
'
APPL
PERIOD
DATE
1.00 Engle Mountain HSPS N 1 Enclu.ure
1.00
LS
52,700,425
1.01 Bonds
1.00
LS
1.00
$41,012.75
$41,012.75
$41,012.75
$0.00
$41,012.75
RXPA
1.02 Insurance
1.00
LS
too
$40,O0n00
$40,000.00
$40,000.00
so 00
$40,0(X)00
10(*%
1.03 SWPPP
LOU
LS
Loo
$500.00
$Soon() S
500
$am
$500.00
I"A
1.04 Silt Fence
I.W
I's
Loo
$I,twoo
S1,000.00
$1,(XX).W
$0.00
$I'mo00
low/.
1,05 Maintenance
24.W
MO
24.00
$2,4(Xt.W
$1W.00
S2,4N)W
$0.00
12A(Ni 1X)
100%
1.06 Pot Holing &Discovery
1.00
LS
1.W
$20,(XX).00
$20,0W.00
S20,0(X).00
$0.00
$20,000.00
I()(BS
1.07 Overhead Doors
2.00
EA
2.00
S42,542.60
$21,271.00
$42,542.00
$O.W
$42,542.00
100%
1.08 Doors)Fran- lard-n,
3.W
EA
3.00
$12,(KKI.W
$4,(".(10
$12,0001Xi
$()(N)
$12,0000)
100%
1.09 PEMB Mn.riais
1.00
LS
1.00
S650.000.00
$650,000.00
S650,00000
SO.W
$650,WO.W
Iw%
1.111 PEMB Erection
Lou
LS
1 00
$650,0000)
S650,(XX).(10
$650,(N)U.(X�
SO.W
S650,(KKI.(X)
I(K)%
1.11 Painting
L00
LS
too
$75,(KK)00
$75,0001K,
$75,00000
$0.00
$75,00.00
IW%
HVAC
1.12 Esbnut F..(3 Each)
1.00
LS
1.00
$25,001).00
S25,wo 00
325,OW.00
30.00
$25,000 00
KIM%
1.13 Supply Fans(3 Each)
1.00
I.S
1.00
$25,000.00
$25,000.06
S25,MO,00
So oo
$25,000.W
Hm0
1.14 Unit Hemers(5 Each)
1.00
I'S
1.00
$35,000,00
$35,0(0,00
$35,000,00
$0.00
$35,0(10.00
I(Xr.4
1.15 Duct
I.W
LS
1.00
$15,000.00
$IS,W0.00
S15,000.00
$0.00
S15,000.00
10051
1.16 Dean, Concrcta Apron nrivexny
LW
LS
1.00
$5,036.25
$5,036.25
$5,036.23
$000
$5,036.25
100%
1.17 Demo Pipe Bo11ards(21 Eaeh)
L(K)
LS
LW
$4,2001k
S4,200.00
$4,200.00
$0.(N)
$4,2(9,0,
10(6
1.18 Demo Concrete Pad for Bacot-Preventor
1.W
LS
1.00
$1,31]0.00
S1,300.00
$1,30600
$am
$1,300.00
100%
1.19 Cap Waleriin.
1.00
LS
1.00
SLO(K).00
$1,(NX)(Xi
$I,(XX)(Xi
$0.00
$1,(XNL(KI
ib(wb
L20 Remove Stone Fasade to,.. CMU Wall
1.06
LS
too
$8,500.00
$8,5Oo.00
$8,500 U0
so co
S8,500.00
I W%
Ili Remove light Poi.
Loo
LS
100
$3,00000
S3,000.00
$3,0X)DO
$0.00
$3,000W
1(XW.
1.22 Install Bollards(4 each)
119)
LS
1.00
$5,(XX).00
S5,000.00
$5,0001Ki
S0.00
S5,0(9.0)
INPA
1.23 Install Light Pole Foundation
1.00
LS
1.00
$2,25000
$2,250.00
$2_5000
$OW
$2,230(X)
100%
1.24 Sidettnik
I.W
LS
ISK)
$8,550.(X)
$8,550.66
$8,55010
so.00
$8,550.00
I(XP,S
1.25 Sced Disturbed Areas
IAK)
LS
1.00
$5,000.00
S5,ODD.W
$5,000.00
SOW
$5,000.00
IW%
1.26 Backflom, Preventor Concrete Pad C-1045x4'
1.00
LS
1.00
$5.(XX).(K)
$5.000.W
S5,W01Ki
36.00
$5,0(000
160-A
1.27 4'T.pping Saddle
1.00
LS
1.00
$3,500.00
S3,500.00
$3,500.00
50.00
$3,50D.00
I(w%
1.28 4' Walcrlin.
1.00
LS
too
SI5,000.00
$15,(X)0.00
$15,000.00
$0.00
S15,000.00
lnmN
1.29 Demo CMU W.II
I.W
LS
1.00
$8,(XX)W
$8,0X1.W
$8,W0.66
$0.00
$B,owoo
IW°e
1.30 Demo CMU Fooling
I.W
is
too
SI0,00o.00
$10,0000()
SI0,000.00
so oo
S10,00060
100%.
1.31 Tcmiemriy relocate sample pomp
1.00
LS
1.00
$3,000.00
$3,0W.00
$3,000.00
$0.00
$3,000.00
1WPA
1,32 Re- CMU Be door opening
1.00
LS
1.00
$3,500.00
S3,500.00
$3,500,00
$0.00
$3,500.00
IW%
1.33 Rea-CMU for 4'4'N 4'-4'upenings(2 Ench)
1.00
LS
1.00
$6,5(0)00
$6,500.00
S6,50000
$0.(K)
$6,5(9)IX)
1(XP,S
1.34 Ncav CMU Wall.
1.00
LS
1.00
sg("t ).(X)
SWd1W.(o
S90,W000
SO.W
$W,(Xno
10()%
L35 RWe.t.siding CMU WON
1.00
LS
1.00
S30,"U)
230,000.00
S3010,00.00
$0.00
S30,001100
IW9e
1.36 Grad. Beams
Its)
LS
I.W
$42,0(910)
$42,0(K).00
$4209)(X)
soon
$42,W0110
I(XPS
1.37 New macteal.b
1.00
LS
1.00
$25,1N10.(9)
$25,000.00
S25,OW.00
110.00
$25,000.00
IW%
1.38 Ilotvobie Fill
I.W
LS
L(K)
$2010,00
$20.000191
$20,W0.(Ki
$00)
$20,000U9I
IN,%
1.39 Dens Deck
1.00
LS
I.W
$8,500.00
$8,50D.00
$8,50000
$0.00
$8,500.00
lom
1.40 Roof Covem(2 each)
1,00
LS
Inn
$30,000.00
$30,WO,00
$30,000.00
SOW
$30,00000
I0015
1.41 Roofflatcles(7 each)
1.00
LS
1.00
$24,500.00
S24,5W.00
$24,500.00
$0.00
S24,500.00
I(X)Y.
1d2 Outlers&Doxauleuts
1.00
LS
Loo
S3,500.00
S3,500.06
S3,500.00
$0.00
S3jW.W
H"
1.43 Ruoflnsuintion
1.00
LS
1,00
S6,5W.W
S6,5WI6
$6,5000)
$0.W
$6,500.00
RKw6
1.44 Newhletal Wall Panels
I.W
LS
1.00
$75,00000
$75,000.00
$75,600,00
$0.00
S75,000.00
IW%
Electrical
1.45 MOBILIZATION
100
LS
1.00
$44.(KX1.00
$44,(XK).(Xi
S44,0X 00
$0.(K.
S44,00.00
10055
1.46 SUBMITTALS
1.00
LS
1.00
$22,00000
$22'".00
S22,OW,00
$n00
$22,00000
R)Mt
1.46 TEMPORARY
1.00
LS
1.00
$22,0(K)00
S22,0W.M.
S22,00000
$0.00
$22,000.00
UVA
1.47 DEMO WALL PACKS
100
1.S
1.00
$9,240.00
S9,240.00
$9,240.00
$00)
$9,240.00
IWSS
1.47 DEMO INSTRUMLWr RACK ON FAST WALL
100
LS
100
S9,240.W
$9,24000
S9,24000
$0.00
S9,240N)
10(M
1.49 DEMO COMET& BOXES ON WEST WALL
I.W
I'S
1.00
$9,240.(K)
S9,240.01i
19,24000
$0.00
$9,240.00
HXPA
1.48 DEMO ZIPS-11-03 POWER CABLE
1.(K)
LS
100
$9,39960
$9,399,60
$8,399.60
$O.W
$8.399.60
IW%
Page 3 of 10
A
13
C
1)
E
F
G
II
1
J
K
L AI
1'FEAI
DESCRIPTION OF WORK
Q7'Y
ON
QTY
RID ITEM
SCH.
UNIT
NVORK COMPLE'FEP
% VALANCE
NO.
INST
T'OT'A I,
VALUE
PRICE
PREV
THIS
TO
TO FINISH
APPL
PERIOD
DATE
1 49
DEMO 11PS-11-03 CONTROL CABLE
100
LS
1 (9)
$0,39960
$9,39960
$x,39960
$000
$8,399 GO
IIA)%
149
DFMOIIPS-11-03INS"IR CABLE
100
LS
100
5839960
$9,39960
5839960
So oo
$k39960
10011116
ISo
DEMO IIPS-JWA POWER CN3LE
100
LS
100
$8,39960
S9,19960
$8,39900
$MINI
$9,19960
10096
151)
DI?MO 11PS-11-04 CONTROL CABLE
100
LS
100
$639960
$5,39960
SR,39960
$(f00
S939964)
10056
1,51
DEMO ZIPS-II-04 INSI If CABLE
100
LS
100
58,39961)
$839960
58,39960
$(1N)
$9,39960
10096
151
INSTALLDUCTHANK I
100
LS
100
$97,54911)
597,549W
597,54910
S000
$97,54910
10(1%
152
INSIALLDIJCTIIANK2
I (N)
LS
100
$97,5491If
$97,549,W
$97,54910
it, tN)
197.54910
10Wt,
1.52
INS I'AI.L CAI3LGTRAY
Iou
LS
100
510,99340
510,99340
510,91I340
S0 U0
$I0,99340
I0N1%
1 53
GROUNDING
100
I'S
100
$2,726 90
$2,726 90
52,726 90
S0 W
52,726 90
IO0%
153
PULI. 11PS41-3 POWER CABLE
100
I'S
100
57,93650
57.93650
$7,91650
5000
57,93650
100%
154
1HSTIIPS-11-3 POWE? CABLE
100
LS
100
$1,45420
51,45420
$1,45420
5000
51,45420
100%
154
'IL'ItMINA'IE IIPS-li-3 POWERCABLE
100
LS
100
S1.45420
$1,45420
51,45420
S0 O0
$1,45420
100%
1 55
FULL III'S-I I-3 CONIROI, CABLE
100
LS
1 (91
56,858 50
$6,959 50
56,858 50
S000
56,858 50
100%
1 55
TERMINATE HPS-13-3 CONTROL CABLE
1 01)
LS
I 110
52,919 21)
$2,939 20
52,939 20
S000
$2!939 20
100%
156
PIILI. HI'5-11-31NS I RUMEN I' CABLE.
100
I'S
100
$6,95950
56,85850
56,85550
5000
56,85850
ifl",L
I56
TIMAINAl1; IIP.S-11-3 INS'TRIJMFN TCABIJ;
100
LS
100
52,91920
$2!93920
S2!93920
$000
$2,93920
I0019
1,57
PIILI. I3PS-IIA POWISR CABLE
100
LS
100
$7,93650
57,93650
$7,93650
it, 00
$7,93650
IINI%
157
TEST ZIPS-11-4 PONVER CABLE
100
I'S
1(A)
51,45420
$1,45420
51,45420
SO IN)
$1,45420
1(N)%
158
'rFRMINA'I'F IIPS41-1 I'OWFR CABLE
1(I0
I'S
I
$1,45421)
$1,45420
$1,45420
$0D0
SI,454211
1(109G
1 58
PIILI. HI :S-II-4 CONTROL CABLE
1 01I
LS
100
S6 N58 50
56,858 50
$6,858 50
5000
56,858 50
1U(>°h
159
'II:RMINA'1'F. ZIPS-11-4 CONTROL CABLE,
100
LS
100
52,91920
52,93920
52,93920
50011
52,91920
IW%
159
POLL II1'S-II-TINS112lIML'NI' CABLE
I
I'S
1(91
$6.85950
56,85850
S6N5850
$O INI
$6,85850
10O%
160
'ITRMINA'1'Ii lil'S-IW INS ('RUMI?N'I'CA131.I?
100
LS
100
$2.93920
S2,939, 20
S2911120
$01NI
$2,93120
100%
1 6O
INS FALL LIPS-11-3 & 4 CONDIITF 7 RAPZE
100
1.19
1 (91
$29,372 20
$29,37' 20
$29,372 20
So m
$29,372 20
10M.
161
1NSI'AL1, PI3-1,2,3,4
100
I'S
IINI
$29,372 20
$29,37220
$29,372 20
So (of
$29,17220
100`f6
I61
INS 'I'A]1,FIJI I-100-1.2,1,4,5,6 POWER CONDIJi'I`
100
LS
I
S9,790111)
$9,74000
$9,79000
So (A)
S9,790 tA)
100%
162
I'I7LL EIJI1-100-1,23.4.5.6 POWER CABLE
100
I'S
100
S9,79000
S9,790(91
$9,79000
$01RI
$93V, 00
100%
I(12
INS ')'AI.I, SAF-100-1,2,3 POWIT CONDIJ1'1'
100
LS
1(9)
$9,79000
$9,79000
59,79000
So oo
S9,7901H1
1001.
163
PIILI. SAF-100-1,23 POWER CABLE
100
LS
100
$979000
$9,79000
59,790 OO
$1, 00
59,79000
100-,L
163
INS FALL 33RANCII POWER CONDIll I
100
LS
100
57,74620
$7,74620
$7,74620
S000
$7,74620
100%
164
PI 11.1, BR ANCII POWER CABI]:
100
IS
100
$3A9920
$1,48920
53,49920
So 00
$1,49920
10044
1,61
INS FALL D]I VICHS
I(1O
LS
100
54,23610
$4,21610
54,23610
5000
54,23610
100%
165
INSI'ALL FUCIURES
100
LS
100
$23,67090
$23,67090
$21,67091
$0(111
521,67091
100%
165
INSTALL LIGIII ING CONDUIT
100
LS
100
S23 o6920
523,06920
$23,06920
$01N1
S23,116920
100%
166
INSTALL LIGIII ING, CABLL
I W
LS
100
57,463 So
57,463 50
S7,461 50
So (9)
S7,4 W 50
100%
166
LIGHTNING PRO'IBCI[ON
100
LS
100
$9,23780
59,23780
S9.237 So
$000
$9,23780
100%
2.00
Eagle Tinunl W. HSPS 42 Enclnlu.
1.00
LS
52,838,000
201
13 ds
1011
LS
I(9)
S45,1M00
545,000(9)
$45,00()00
50191
W,0(9114I
1ofIgL
202
Inwmncu
100
I'S
I IN)
$40,140(91
$40,1110 IN)
$40.14000
SO IHi
540,14019,
11R1?5
203
SWPPI'
100
I'S
I INI
SSIN)(Ri
550000
$500 I NI
S011I
45(91 INI
100-11.
204
Ml pone
100
LS
1(R)
SI,IIIN)IN)
51,000(9)
51,00000
$0IH1
$1,0991IN)
ID0%
20S
Insloll Constowlln I Fnlemncc.
100
LS
I(R)
$1,200(N)
51,20000
51,200W
S0w
$1,200110
11 o1go
206
Ma)0lennncc
2400
MO
2400
$2,400(10
510000
$2,40000
SIM,
52,40Ni IN)
IO096
207
Pot Ilot ing&Di
100
LS
I
520,1N1000
520,00000
5211,1H1000
So 00
$20,0(A)00
10096
208
Mfo,)P., g
100
LS
I(9)
525,(111000
$25,00000
$25,00000
$0(HI
$251NH100
10O%
209
1) Musully
100
LS
I
523,001100
$23,00000
527,000(91
$000
523,(NA)1N1
1(1UYo
210
Stop& St,,Apile'I'upxnl
100
LS
100
S30,00000
S30,00000
530,00000
S000
$10,000 tlo
I(N)ib
211
1;Sualv0nn
100
I.S
100
S60.00000
$60,00000
W1,00000
S01N)
$6(I,(NH0 00
IMM
212
WA011
I(to
I'S
100
$59,4521.)
$59,45200
559,45200
5000
$59,45200
100,1
213
F1u11001u F111
100
LS
100
$2,919(If)
$2,91900
$2!91900
So
52,911)oll
I00i6
214
(lmdc Beams
100
LS
100
SI 11,0411100
5111,00000
5111,00000
5000
$11100000
10001
215
Void Fum)s
I00
I'S
I(9)
$12,51x100
$12,5(30W
$12,50)00
1(1W
$12,51N11HI
IN1%
216
SIA
100
LS
100
$811,00000
$N0,00000
$80,019100
5000
S90,000off
100°6
217
Sten)Will,
1(91
1.S
I
$1000000
510,000,00
S10,001)00
S000
SI0,00000
100%
2IN
M-dhneo05 WWI,
IINI
LS
100
$1,50000
$1,50000
51,50000
SO OO
$1,50019.
10056
219
KII.ble Wuled)ne
1(9)
I'S
100
551100(I11
S5,INN)1N1
$S,INlu 00
VI00
55u0000
100%
220
FIo, Ilpdmot
100
I'S
I110
52,21A1(10
$2,M)00
S?,2W CHI
so(A)
$2,20()U()
10MllG
221
Dram Lines
100
I'S
IIHI
if 5,00000
$151HH11N)
$15,0(`0(91
$11110
it 5,W)00
10096
222
Pm0tt0g
I00
LS
10u
$75,I9N)00
$75,INAlW
$75,000 00
So 00
$75,00000
1001'4
HVAC
Page 4 of 10
A IS
ITEM DESCRIPTION OF WORK
NO.
2 23
liluctnc I Inn I lectors (9 1,-l0
2 24
1 IL-t F'nns (3 E? idro
2 25
Supply No,, ( 3 lalc6)
226
(It e,heud lk,on
2 27
1)our JF,.oi-11f.oh,,-
228
PEMB Mn-ak
2 29
PESIB Erection
230
Dcn10 Plpc Boilonis (30 F--h)
231
Ik;mo (4-1
2 32
Remove Light Pule
2 33
Demo Concrete 11-ing & Curb
234
Demo 4"Wntcrlu,o
2 35
Dcmu Manhole
2 36
In,Oli Corb Inlet (2 Pesch)
2 37
Sead Dlstulbed A-,s
2 38
S1d,,-Ik
239
4' 1 pfoog Saddle
2 41)
2- & 4° Wnt,,l
241
1',ol ing li-topiog
2 42
ho, Lena Soil o;
241
]),if CMU
2 44
Ikmo Mclal 13uddu,g
245
Nc,c Metal Stan
246
Concrete I-dmg for Smlr
247
Roofllrtr) IS each)
249
Ruuflin(chca IIf-6^110'L"(6eNdo
2,19
Gutter. & D- poufs
2 50
Sump Doiins
1?Ie,:tncol
251
DI?MO POLI? LIGIII S
252
INS PALL FXIS 1 ING POIAZ I,101I fS
2 53
INSTALL BREAK FR IN SWIM DSD
254
INSTALL PANEL I111-200 SE 'I IONS I & 2
2 55
INS'1'ALI. TX-2oro
256
INSTALL I.P-2191
2 57
PULL PANEL III'-200 I'EI?DER CABLE
2 SS
'I'I?S I' PAMHL HP-200 FIZF )I:R CABLE
2 59
THRMINA'IF. I IP-200 FEE)FIZ CABLE
260
OROUNDING
261
INS TALI. SAP-200-1.23 p()WIiR CONDUIT
262
PULL SAF-200-1,2 3 POWER CABLE
261
INSPAI.I, IAF-20I11,2I POWER CONDI)IT
261
PULL FA'-2004,2,3 POWER CABLE
265
INSTALL EIJII-200-L23A5,6,7,8,9 POW I:R CONDUfI
266
PULL EUII-20D-1,2,3,4,5,6,7,8,9 P0WI:R CABLE
267
INS YAM, FIX 'I'URFS
269
INS I ALL LIGI I I ING CONDUI I'
269
PULL LIGITIING CABLE
271,
INS "]'At.], BRANCH CONDIR 1
271
PULL 13RANCI I POWER CABLE
272
1,10111'NING 1'R0I E ' IION
3.00
We,h4k IISPS Enclo -,
3O1
13unds
302
imunincc
303
Sl4PPP
3 04
Silt Fence
3 05
hooch, nnca
3 06
1.0.11 Crowrodlun Fntmnca
107
Coo-ti, Washout Arse
3 US
Pot I1, lmg & D., )1.uy
3 09
lWoo- Word Stops (2 c),ch)
C D E F
Q-TY UN QTY BID 1'TEM
INST "TOTAL
I INI I'S 100
100 I.S 1 00
i 00 LS 100
3W EA 300
400 I:A 400
1.00 LS I (10
I (N) I'S I INI
100 IS 1 (9,
100 LS I IN)
100 LS I or,
100 I'S 100
1 UU LS 1 00
100 I'S 1 00
to(, I'S 1 OU
100 LS 100
1 IN) I'S 100
I (ND LS 100
I INI I'S I No
I (ND LS I No
I (N) LS I U(I
1 IN) LS I UU
100 LS 100
1 00 LS 1 (N)
I of) IS 1 INI
1 of) LS 1 00
1 00 I'S I Mr
100 LS I M
I I10 LS I INI
I No I'S 1 00
I ()(I LS 1 00
100 LS 100
1 00 LS 1 00
1 (91 LS 1 (N)
1 (NI LS 100
1011 I.S 100
i W LS I00
1 00 LS I No
i 0U LS I U0
I or LS 100
100 LS I IN)
100 1.5 I IN
1 00 LS 1 (9)
I or I.S 1 off
I ()(I I'S 1 00
100 LS 100
100 I'S 100
1 (10 I'S 100
100 L6 100
100 I'S 1 00
100 LS 100
L00 LS
1 00 I.S 1 Ulf
I (to LS 1 01)
1 00 I'S 1 (HI
1 00 I.S 100
24 00 MO 2.1 UU
1 00 LS I Ulf
I00 IS I00
1 00 LS I ()(I
100 IS IUU
G
If
1
I d I
K
11 N
SCH.
UNIT
WORK COMPLETES
% VALANCE
VALUE
PRICE
PREV
THIS
TO
TO FINISH
APPL
PERIOD
DATE
S50,1119100
S50,000(Nl
S5o1NA)off
S01N)
$50.00000
M(M
S2519N)ON
5115,N)D(10
S25,001)O1
so (A)
$2.1M1000
1001'.
S25,I(9100
525,000(9)
$25,I119)Mo
So 1N)
S251110 (it,
100%
563,813110
$21,271 of)
S61,81I No
SO IN)
S61.H13off
100%
S16,001, 0)
S4,00000
51600000
1,)(,()
516,00IN'
100%
5650,00000
S65U10000
5650U00(9)
$000
5650,110000
100%
$6501NIO 00
$650,00000
$650,00000
So 00
$650,I99100
1091%
5f;00000
56,00000
S6,00000
So IN)
S6,099100
58,50000
58,5(9)Off
$850000
SUOU
$9,5110 off
11N)%
S3,01ro 00
$3,(NN)(91
$3,00000
It, or
$31NKI INI
100%
$6,00000
56,00)(9I
S6,00000
it)IN)
S6.049I UO
IUU%
SI50000
SI,S()O 00
$1.50000
1(, 1)()
SI,500 U0
100%
S1,001100
SI,I100(91
11,11(1000
$(I oo
$1 ()(NI IN)
100%
Si 00000
51,00000
S1,00000
So off
SIMA,(9)
ltlotu
$3,111000
S3,00000
$3,10000
sit 00
S3,0(9119)
1001,6
S I019H)00
If 0.000 IN)
If 0,000 No
Som
$I0j)(N)IN)
100-1G
$3509100
S350000
$3,500fi,
$0(N1
$3,500 III)
100%
If 2,48760
$12,48760
$12,48760
So
512,48760
I0o.,I
$50,100
150000
$500(9,
1011I
$5(N)00
10091.
$2,10000
12, 1 oo(N)
12, 100 (No
$0011
S2, 100 (9)
I06o,
I I o"Hio I",
$Ill,(I(11100
$111,(111(1 IN)
Soo
$Ifl (I(I0off
100%
$12,1100 or
$12,000,(91
512000(9)
SO IN)
$12.00D 00
100-,,6
520,004)(N)
$2(1,0000D
S 20,000 60
S0(N)
$20,000(10
100-,L
$5,01"00
SSAX)oNo
$5,000off
So
$5,00000
100%
$73,750(H)
$73,75000
571,75000
So 00
573,75000
100%
$101,75000
$101,7501N)
5101,75000
5000
5101,75000
1(81%
$6,5(N)00
56,50")01
S6,50000
$(1110
56,50000
111(%
S35,00000
$35,IN1019,
$35,(N1000
$000
S351991 00
100%
525,81-180
$25,81480
S25A4 N0
it)00
$25,814811
1(91%
$39,747,40
539,74740
539,74740
if, 00
$39,74740
100%
$2,213 20
52,213 20
52,213 20
5000
52,213 20
11N196
511,96910
S11!169 III
$11,96910
Soo,
61196910
1(1f1%
$7,36010
$7,3601If
$736010
$01N1
$7,16010
I(N)%
57,36010
$7,360 M
57,360 10
SON,
57360 10
100%
549,12600
$49,12600
$49,12600
S0 U11
$49,12619,
U91%
$4,22510
54,22510
S4.22510
SOUO
54.22510
10UIu
54,225 or
$4,22510
$4,22510
50(,0
$4,22510
100%
$24J1711)
$24,11730
$24,13730
it, IN)
524,11730
lox of
$18,132.10
$18,13240
11 H,13240
SO IN,
$18,13241)
10096
$15,16130
515,161 30
$15,161 30
Sit Al
$15,16130
10(>i6
$IH,13240
$18,11240
519,11240
SO IN)
$18,13240
10096
$12,395 11)
$12,395,110
512 395 90
$0190
$12,395 90
100%
SIM 1240
SIS,11240
518,11240
$0I10
SIH,13240
100%
$15,16130
515,161 So
515,16130
S0(91
$15.16130
IIIUSE
$45,40910
$45,409 M
545,401910
S00o
545,40910
li)(19G
$34,501 So
$34,50151,
$3450150
So o1)
$34501 51,
1(N1°6
516,01140
516,01140
516,01140
So IN)
S16111140
lool9
$19,41,740
$18,40740
$ISA0740
S0 IN1
$18,407411
101196
54,054 60
$4,054 60
$4,054 60
Sir()(,
$4 054 60
10(,SQ
S 19,1191150
$19,090511
$19,(0050
1()00
119,09050
100%
S301 N N r 00
510,000IN,
$3000000
it, 00
530.00oo,
10046
529,70000
529,70000
529,701100
$000
529,7001111
100%
I1,20N, 00
$1,2110W
$L211(100
it, (It,
$1,211000
100,.
S4,90000
$4,900110
34,91N)fill
$000
S11.9000
1for 90
S3611100
SI 50(f0
IVNX)(iO
S000
$3fi10(91
100t'.
52,400 for
$2,400(N)
S2,419100
SII UU
$2,400 INI
100%
$2,400(11,
$2,40000
52,410No
$0,N)
$2,409100
IIN1S6
$26,20000
$26,200(A)
$26,20(100
$0 U(1
$26,20000
1011%
$176810
S1,769 10
S1.768 IN
S000
$136910
100%
Page 5 of 10
A
D
I C
D
E F
G
If
1
J
K
L NI
ITEM
DESCRIPTION OF WORK
Q'1'Y
ON
QTY DID ITEM
ScH.
UNIT
WORK COMPLETES
% BALANCE
NO.
INST TOTAL
VALUE
PRICE
PREV
THIS
TO
TO FINISH
APPI,
PERIOD
DATE
310
[),,1 Pev,og
1011
I'S
100
S26,20006'
S26,200 INI
S26,200(10
S00D
$26,20000
I01N,6
III
Moo, Sod-oll,
I ON
I'S
I IN)
S8,700 W
S8,700 00
$8,700 NO
SO (A)
S8,700 IN,
101194
312
Moo) Trees(3 It-lil
I(I(I
LS
100
56,21N10(I
S6,20b(9,
S6,2011110
$0 O11
$6,20019I
IOO`,o
313
IOs1a11T)ca POA-on(^_Inch)
I00
LS
ITO
S3,95000
S1,95000
S3,950IN,
SOOO
S3,95000
IIN)%
3,14
D- Slnletivo
I (NI
LS
100
$26,21N)00
S26,211000
$262001NI
ill 00
$26,200(10
IODIo
315
SONP&Stockpllc'I'opsnNl
IIN)
LS
100
S31,20000
S31,20000
$31,200I4)
$OOO
S11,200 NO
IO(YO.
316
L\eav'Moo,
ION)
LS
100
5113,700091
S113,70000
S113,70000
it, INI
SI 13,70019)
1O(M
3.17
Grade Deans
100
LS
100
S66,21N100
S66,20000
$66,20000
SO ON I
166,214119,
1(NN14
318
Vold F..-
100
IS
ION
$16,200(10
S16,20000
S16,20000
SO 011
$16 200 110
1(ABI,
3.19
S1nh
100
I'S
IDO
S71,20006
S71,200 ON
$71,20000
$000
571,219I 19)
100-,6
320
Stoll W.Ik
100
I'S
1(9)
$31,201100
$31,200191
S31,200IN1
$(I11)
S31,20000
101W6
121
(1rav'c1 Fill
100
LS
100
$136,20000
S156,20009I
$156.20000
SO Ill)
S156.2OD UD
ION116
3 22
1IoL Ru I, Dravls
I ON
I,S
1 00
$66,201100
S66,21A1(IN
566,210 00
SO M
S66,200 DO
I0096
323
FOcupdmnt
100
I'S
1(10
$26,21N)(9)
S26,200(A)
S26,200(N)
SOON)
$26,200DO
1001'
324
Overhead Dnurs
3U(I
IiA
30D
56IiJ0D301N1
$21,671 N1
5615,,(1130I0xU1
IUIO
$6I>,111301
6
II1O((1NO(1°94
3
nrs/F'nNrt
31N
A
6,200 UU
IN
6,200 Al
50Ol
6.20000
10(1964
12(
McD
IN
L5
ION
$15I20000
1$5,4IO
51-II N)
$15120000
$:10
$15L200 ON
327
MO.:d W.
((
,
N
,
5l
$N6,20000
1(1
328
OU
IS
IUU
506,2
6,2
SIO(,2
SU62
100%
M11a11"ton
46,21N)
1600
46r2D
$$OnII
546,21NN1I0NU1
IOIh329
31
eU Slv
I
I,
IDN(I
S51,2oo I,()
S51,2000
8
1N
S2INI(N)
I001
linnhnenhuNutNVs(Iil-0oeMlnvlvs'a
RlfHltt+G"a>6-0"(Gau
(l
I
,1 00
SI(2((IN
II11,
62NWl
5
112
h)
T-2"I
IU(
I'S
IDU
$77,151()
$17SD NI
$17,(51t1
$17,150I91
I<N"L331
PoNiosec
anting
100
I'S
III
S86,N1000
$86,2(N1 INI
S86.200(Il
N1
$86,2(000
IN6333
HVAC
114
Louver,('_V-11)
1D(1
LS
IIIII
516,211100
111,21111111
516,^_1N11ll'
SO 00
I16,2U111A)
I0U96
335
Control Uallop- 21l,N,I)
IDU
1.S
IDII
$2121N)(I(I
121.21N)fpl
521,200 INI
SU 110
521,2001NI
10094
3 36
1?Iectrlc Unit Ileulen (8 Each)
1 00
1.5
IOU
557,20U /l(I
I57,21N) 0U
557=01)11(I
$U UU
S57,200 D0
I11096
1,17
1?JtuU�t Fens ('_1�1ch)
I IN)
LS
111(1
SI8,71NI IIII
$18,700 DU
S18,7DD(Nl
$0 U0
$18,70000
HIM
i 38
O"lnll I'Ipa DnIlnnls (4linch)
i OH)
LS
1 00
$h 2U0 Ulf
S", )( U0
56,2UU IN)
IO UD
56,2(N) UIl
1011%
339
SNdevt'alk
100
I.S
I IIII
S9,71NI00
S>,7I11111D
S9,70000
I111111
$9,7O0 DO
IOOI9
34D
In'lall Word Slope
I0U
LS
I(1(I
$2,201111(1
$2,200IIII
522DD 1N1
5111N)
$2,2(NI fID
IINI%
141
R,,gnvle n-lo, drainage
ION)
LS
100
527; 1111IW
$27,4O11 D0
527,4110 (NI
III Ilt1
$27,411111N1
1/1(1%
3 42
Sccd DNsluthcd Amas
1 00
L,S'
1 (Ill
$6,211111)0
$h,2(Nl IIII
$(>,21H) IID
SD IIII
$6,2(I(111f1
I(ID%
341
1'nr4,Nng lot vtnping
1TO
LS
I(Ill
$2,3001N)
52100,(IO
52N3OU OU
$D INI
52,1(Nl IIII
I(NIy6
344
l�vu Lane St'll Ig
100
I,S
I(NI
$4,700INI
S4,7OO 00
$4,70000
SO INI
$4,70(119
100h6
IiI"Oo'al
345
DIIM 1I3UII.DING ELLCIItIC'AI,
1D11
I.S
IINI
519,66800
$11). 68IN
519,66800
SD OU
$19,6)81)11
100I5
346
DRMO Poi.il LIGHTS
10(I
LS
I(w
$27,51520
$27,53520
$27,53520
$(I IIII
527,535,20
1OWA
347
INSTALL. DHCI'RANKI
1ON
I.S
I0U
58IlU8lll1
58,(N181N1
$R,(1(18W
VI,OO
$8JNIN UU
ID1Yfo
3.48
INSTALL3"CONDUIT IOMCC-IIS13
IOU
I.S
I OO
516,51650
$16,5165(
$16,5165(I
SU UU
$16' 1650
IUUI4
149
INSTAI.I.RRI?AKER IN MCC
Illll
I'S
IUU
$1,573 Uu
SI,i73W
41,57i 00
5U 1N)
0
$1,573 0
Il115
3 50
INSTALL IIP-3U0
1 UU
LS
1 00
$R,255 SU
58,255 50
$8,251 511
qU INI
S8.255 5 1
I(If194
351
PULL HP-3D0 FEEDER CABLI3
IINI
LS
lob
$17,25460
S17,25460
$17,2545"
SOINI
$17,2546D
1001I
3 S'_
TEST Iii'-3oO PLLDIiIt CAI3LIi
1 Ox1
LS
1 0o
S6 77U Su
5C,77U SO
$fi,770 iD
$U IN)
$6.770 SO
I W1IG
353
'1IIlMINA'IFIIP-3U IMED1?R CAI3Li?
IlN1
LS
IOO
16,770 SO
$6,77050
Sh,77050
SO (NI
$h,77O 50
I1NIi6
351
GROUNDING
lull
IS
100
$19,79560
$1J795 (r0
519.7956U
$0 OO
$19,79i G0
II1lY9'm
355
INSFN.LFIA 1-31N)-1.2,3; L5.6.7.8 POWRlt CON DI
IINI
LS
100
528il SU
S__^8,396 S0
528,396 >0
$U LIII
S_8,39,111
11111
356
PULL Iil1H-3O0.1,2,1,4,J 6,7,8 POWER CN31.13
I110
LS
I(Nl
511,3353U
SI3,33530
513,31S 3D
�$D INI
$I3,1353I1
IU(1;6
3S7
INSI'Al.1, Fill-300-I,^_ POWER CONDUIT
IU0
LS
IINI
$28,39650
S'SJ9650
$28.39650
�So 1N1
$�R,i9651r
IONI96
3 58
i'l7I.I. Ff-3011-1,2 POWDIt CABLE.
1 (A)
I
100
$13,335 3O
$13 335 3U
51I'll 5 io
50 W
513,775 311
10(I",6
359
iNS'I'Al.I, FIX'TURI:S
100
I.S
IUU
$34,45750
114,45751
S34AS750
$II IIII
$34,45750
10(H6
360
INSIAIJ, LIGIHING CONDIII'f
1110
LS
IDU
S25'6S720
$25,6872U
$25,6N720
SOINI
S25,68720
IINI46
161
PU11I. I.IGHHNGCADI.E
IDO
I.S
IIHI
$9,999'1
$8;1981N1
$8!19800
SHOO
$8.99800
IIN196
362
INS I At,], 13RANCI I POWER CONDI 31 F
100
LS
IOO
S17,27880
$17,278 SO
$17,27980
SU INI
S17,27890
IOU%
Page 6 of 10
A B
ITEM DESCRIPTION OF WORK
NO.
3.63 PULL BRANCH POWER CABLE
3.64 2NSTALL DEVICIS
3.65 LIGHTNING PROTIiCTION
4.00 Concrete Paring
4.01 13on la
4.02 Laurance
Ggb: Mountain
4.03 Pones
4.u1 Concrete
4.05 Bob.,
Wcstside
4.06 Forms
4.07 Concrete
4.08 Bob.,
5.00 18" Drilled Shag Eagle Mountain BSPSBI
501 Run&
302 Lavmnce
5.03 Milling Subcontractor
5.04 Rebar(Mew fid& Labor)
5.05 Conercte(Moterial & Labor) 20 CYD
6.00 30" Drilled ShaBra) Engle Mountain HSPS82
6,01 Bomis
6.02 Insurance
6.03 Drilling SuMontmctor
6.04 Rebor(Material&Labor)
6.05 Concrete(Materiol & Lahor) IDI CYD
7.00 24" Drilled Shn0s rd, Wc,I,Idc WTP & Light Pole Foundations
7.01 Bonds
7.02 insurance
7,03 Drilling Subcontractor
704 Rebar(Material& Labor)
7.05 Conercte(blalcrial& Labor) 72 CYD
8.00 CONSTRUCTION ALLOWANCE
8,01 Allotwnce
8.02 CMR{qi Remove and Repince duct bank
• •• This 3sas balanced with C091 item 2 preri-ely deducicd ••.
TOTAL
C
D
E
F
G
It
QTY
UN
QTY
BID ITEM
SCH.
UNIT
INST
TOTAL
VALUE
PRICE
L00
LS
1.00
56,913.50
56,913.50
I.00
LS
I00
56,585.70
$6,595.70
10D
LS
I.W
$19,087.20
$19,087.20
11195.00
SF
S
123,145
LOU
LS
1.00
$1,925.00
$1,925.00
1.00
LS
IIXl
51,770.00
$1.770,00
982500
SF
1.00
LS
100
$36,692.W
$36,692.00
[(to
LS
1,00
541,933O0
141.933.00
1,00
LS
1.00
$26,20800
526,20800
1370.00
SF
1.00
LS
100
$5,116.00
$5,116.00
I.W
LS
I
55,847.U0
$5,847.00
1.00
LS
1.03
$3,65400
$3,65400
304.00
VF
522,800
1.00
LS
1.00
53511 W
$350,0()
1.00
LS
1.00
4334.00
$334.00
304.00
VF
313AO
$9,72800
$32.00
304.00
VF
313.40
$5,38800
$17.72
3(4.00
VF
313.40
$7,01().00
$23,03
555.00
VF
563,825
1.00
LS
1.00
5975.00
$975.00
1.00
LS
too
$94000
$940.0O
555.00
VF
353.80
$26,64(tW
$48.00
555.00
VF
555.00
$5,470Y)
$9.86
5550)
VF
353.80
$29,900.00
$53.69
619.00
VF
558,805
1.00
LS
1.00
1900.00
1900.06
Loo
LS
100
$964.00
$86400
619.00
VF
314.90
$21,046.W
$34.00
619.00
VF
61900
510,79500
117.44
619.00
VF
314.90
$25,2W.00
$40.71
1.00
LS
5100,000
L(()
LS
0 W
120,000.00
$20,a0.00
100
LS
100
580,0O0.00
$SO,aO.W
57,897,000O6 57,897,000.00
Page 7 of 10
I
I �
WORK COMPLETFC
PREV
THIS
APPL
PERIOD
56,91350
S000
$6,585.70
$000
$19,087.20
SO.1O
51,925.01)
$0.00
51,770.00
$0.10
$36,692.00 $0.00
$41,933.00 $O.00
$26 _08 W so 00
55,116.00
SO.W
$5,847.00
$O00
53,654.W
SO.W
$350 W
$0 W
$334.00
SOW
$10,028.80
$0.00
55,554.60
SO.IO
57,216.45
(S(,.W)
$97500
$0.(8)
$940.00
$OW
516,982A0
$0.10
55,470.W
$000
SI8,996.83
($O.W)
$9W,UU
$0.00
$964.00
$O.DO
$10,706,60
SO.W
510,795 W
$0.00
$12,819.84
($0.10)
SO.W
30.00
$80,0 0.(0
$7,754,503.53 580,000.00
K L AI
BALANCE
TO TO FINISII
DATE
56,913.50 10096
$6.585.70 10651
S19,087.20 100%
$1,925.U0 INA;
$1.770 a) IN&
$36,692.00 1(096
541,933O0 I(%N6
526.2080) iW%
55,116.00 10(W.
55,847,00 If8M,6
$3.654.00 1/NA/6
5350.0O 100%
$334.00 1009$
$10,028.80
103%
($300.80
$5,554.60
10396
(SI66.60
$7.216.45
103%
(S216A5
$975.00
100%
39404()
100%
516,982.40
6436
$9,657.66
$5,470,00
1tO%
$18,9rX..83
64%
$10,903.17
$900.00
101A6
5864.1O
100%
$10,70660
51%
510,339A0
$10,795.1)o
I&AL
$12,519.84
51%
512,380.16
SOW 0% 520,000.00
$80,((O.00 tans
57,834,503.53 99.21% 562,496.47
2560 Technola7y Dr Suite 400
Plano TX 75074
CHANGE ORDERS
A B
ITEM DESCRIPTION OF WORK
NO.
COW TOTAL = $72,504 (90 DAYS)
CMR-001 Remove and replace duct bank
ITEM 2 Covered on schedule of values 8.02
CMR-003 Delete cable tray
CMR-004 Core drill demo
CO#2 TOTAL = ($60,284)(25 DAYS)
Paint Deduct
Duct Bank EMH # 13
TOTALS
Eagle Mountain & Westside Water Treatment Plant Pump Station Weatherproof Enclosures Settler Expansion
PROJECT NO. 103335
INVOICE
NO:
25.1
PAY PERIOD
THROUGH:
10-Jun-25
C
D
E
F
G
H
I
J I
K
L
M
QT'V
UN
QTY
BID ITEM
SCH.
UNIT
WCRKCOMPLETy))
%
BALANCE
INST
TOTAL
VALUE
PRICE
PREV
THIS
TO
TO FINISH
APPL
PERIOD
DATE
1.00
LS
S -
$0.000
$0.00
$0.00
0%
1.00
LS
1.00
S 82,459.00
$82,459.00
$82,459.000
$82,459.00
$0.00
$82,459.00
100%
1.00
LS
1.00
$ (80,000.00)
($80,000.0D)
480,000.000
($80,000.00)
$0.00
($80,000.00)
100%
1.00
LS
1.00
S (700.00)
($700.00)
-$700.000
($700.00)
$0.00
($700.00)
100%
1.00
LS
1.00
$ 70,745.00
$70,745.00
$70,745.000
$70,745.00
$0.00
$70,745.00
100%
1.00
LS
$0.000
$0.00
$0.00
0%
LOD
LS
50.000
$0.00
$0.00
0%
1.00
LS
$0.000
$0.00
$0.00
0%
1.00
LS,
$0.000
$0.00
$0.00
0%
1.00
LS
$0.000
$0.00
$0.00
0%
1.00
LS
$ -
$0.000
$0.00
$0.00
0%
1.00
LS
$ (95,105.00)
($95,105.00)
-$95,105.000
($95,105.00)
$0.00
($95,105.00)
100%
LOD
LS
S 34,821.00
$34,821.00
$34,821.000
$34,821.00
$0.00
$34,821.00
100%
512,220.00 512,220.00 512,220.00 512,220.00 $0.00 512,220.00 100.00%
Page 8 of 10
$D.00
CSC No. 57476-CO3
Gvf yl0l City of Fort Worth
Change Order Request
Project Name:I Eagle Mountain Westside Water Treatment Plants Weatherproof Enclosures I City Sec No.: 1 57476 1
Project No.(s):' 56020 / 0600430 1103335
1 DOE No. I N/A I City Proj. No.: 1 103335 1
Project Doscription:I
Weatherproof Enclosures
at Eagle Mountain and Weslridge Water Treatment Plants
Contraclod Crescent Constructors, Inc.
Change Order ll 3 Data: 6/9/2025
City Project Mgr. Dena Johnson, PE
City Inspector: John Robinson
Phone Number: (817) 392-7866
Phone Number) (817) 392-8452
Dept.
Water Totals
Contract Time
Calendar clays)
Original Contract Amount
$7,897,000.00
$7,897,000.00 M
00
Extras to Data
t $72,504.00 !
SA-SO4,00
115
Credits to Date
$60,284.00
$G0$8 00,
Pending Change Orders (in M&C Process)
Contract Cost to Date
♦$7,90940.00all
$7p940.00. 516
Amount of Proposed Change Order
$0.00
180
Revised Contract Amount
11$7,909,220.00
�U.
'�7,0 �, 00 695
Original Funds Available for Change Orders
S197,425.00
197,4 .00
Remaining Funds Available for this CO
$124,921.001��$1,1�
Additional Funding (if necessary)
CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT
0.15°io
MAXALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACTCOST+ 25%)
'S9,88250A0
ilTlBTlrrt,N
r rUry (ItEA6046) rUn CHANCE ORDER 7'r
Change Order No. 3 will provide an additional 180 calendar days on the project for delays in receiving and
refabricating the roof curbs for the buildings (120 days) and for electrical panel delivery (60 days). The project
was advertised for bid with a construction time of 400 calendar days, and was subsequently revised by two
change orders that provided an additional 115 days for a new contract time of 515 days. Consequently, the
project completion date was revised to October 6, 2023. However, the project was substantially completed on
Aprrl 3, 2024 which is 180 days beyond the new completion date and has�een in use since then. With the City
having benefited from using the completed improvements since bpril 3, 2024, staff recommends that the
contract time be paused as of that date with no additional time incurred on the project thereafter.
As part of this approval to pause the contract time, the contractor agreed to warranty the project for the full two
years required by the contract documents, beginning from the date of approval of the green sheet for the
project..
It is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaction and represents payment
in full (both lime and money) for all costs arising out of, or incidental to, the above Change Order.
xntracto�s Co Name Coniraclor Name
Crescent Constructors, Inc. I Ryan Glanz
Dato
putrl 1619125
Date! _
T.-S. 06/23/2025
24/2025
Council Action (If Required) PERFEMW
—
MRC Number NIA I M&C Date Approved N/A
06/24/2025
FORT WORTH City of Fort Worth
Change Order Additions
Project Name Eagle Mountain Westside Water Treatment Plants Weatherproof Enclosures I City Sec No.: 1 57476
Project No.(s): 56020 / 0600430 / 103335 1 DOE No. 1 N/A City Proj. No.: 1 103335
Project Weatherproof Enclosures at Eagle Mountain and Westridge Water Treatment Plants
Description
Contractor Crescent Constructors, Inc. Change Order: 0 Date: 1 619/2025
City Project Mgr. I Dena Johnson, PE City Inspector I John Robinson
ADDITIONS
I I tM UtSCttIP I IUN I DEPT City Unit Unit Cost �� Total
Page 2 of 4
I � �
Water I$0.00
I
Additions Sub Total I$0.00
F_ ORT WORTH City of Fort Worth
_ �— Change Order Deletions
Project Name I Eagle Mountain Westside Water Treatment Plants Weatherproof Enclosures I City Sec No.: 57476
Project No.(s): II 56020 / 0600430 / 103335 1 DOE No. I N/A City Proj. No.: 103335
Project Description I Weatherproof Enclosures at Eagle Mountain and Westridge Water Treatment Plants j
Contractor II Crescent Constructors, Inc. Change Order: F Date 6l9/2025
City Project Mgr. Dena Johnson, PE City Inspector: I John Robinson
DELETIONS
ITEM DESCRIPTION DEPT Qty Unit Unit Cost Total
Water
Deletions Sub Total
Page 3 of 4
MIWBE Breakdown for this Change Order
MWBE Sub Type of Service Amount for this CO
Total $0.00
Previous Change Orders
co# DATE AMOUNT
Total $0.00
Page 4 of 4
6/20/2025
Eagle Mountain Westside Water Treatment Plants Weatherproof Enclosures
CSC No. 57476
CPN 103335
Change Order 3 Notes
Staff has reviewed the requested days and considers them to be fair and reasonable.
.Contract Compliance Manager
By signing I acknowledge that I am the person responsible
for the monitoring and administration of this contract, including
ensuring all performance and reporting requirements.
Dena Johliso`t
Signature
Dena Johnson
Name of Employee
Project Manager
Title
ATTEST:
1.
Jannette Goodall
City Secretary