Loading...
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