Loading...
HomeMy WebLinkAboutContract 57314-FP1AC Coded 07.25.25 Vendor Name: Crescent Constructors, Inc. Vendor ID: 7000000127 Invoice No. 57314-FP 1 Invoice Date: ##/##/## Release Retainage $616,846.00 FID: 56002-2060000-103410-RETAIN FORT WORTH WATER DEPARTMENT CAPITAL DELIVERY DIVISION NOTICE OF PROJECT COMPLETION CSC No. 57314-FP1 Regarding City Secretary Contract #57314 for the Westside Water Treatment Plant Backup Generators project as required by the Water Department and approved by City Council on February 2, 2022 through M&C 22-0129 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: Amount of Approved Change Orders Revised Contract Amount: Total Cost Work Completed: Less Deductions: Liquidated Damages: Other Deductions: Total Deduction Amount: Total Cost of Work Completed: Less Previous Payments: Final Payment Due: / Vti�, � A Recordnended for Acceptance Assistant Director, Water Department chnWhev fll i el - Christopher Harder (Aug 8, 2025 14:00:11 CDT) Accepted Director, Water Department Asst. City Manager $ 12,297,000.00 $ 99,494.00 No. 2 $ 12,396,494.00 $ 12,336,920.00 0 Days @ $650 /Day $ 0.00 $ 0.00 $ 12,336,920.00 $ 11,720,074.00 $ 616,846.00 [2-1 2 S Date 08/08/2025 Date 08/10/2025 A>Clt�. Project Name: Westside Water Treatment Plant Backup Generators Date of Warranty Start: February 5, 2024 Date of Final Completion: February 5, 2025 CPN: 103410 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 2560 Technology Dr Suite 400 Plano TX 75074 PAYMENT REQUEST PROJECT: Westside Water Treatment Backup Generators PROJECT NUMBER OWNER: City of Fort Worth PROJECT 103410 CONTRACTOR: Crescent Constructors, Inc. 2022-02 ENGINEER: Freese and Nichols, Inc. FTW21473 CONTRACT No: CS#57314 PAYMENT PERIOD FROM: 06/01/24 TO: 06/05/25 ESTIMATE NO. 26.1 SUMMARY OF PAYMENT ESTIMATE VALUES FROM ATTACHED TABULATIONS Original Contract Amount 12,297,000.00 Approved Change Orders 99,494.00 Current Contract Amount 12,396,494.00 Total Value of Original Contract Performed 12,336,920.00 Extra Work on Approved Change Orders 0.00 Materials on Hand 0.00 Total Value of Work to Date 12,336,920.00 Less Amount Retained at 0% 0.00 Net Amount Earned on Contract 12,336,920.00 Less Amount of Previous Payments 11,720,074.00 BALANCE DUE THIS STATEMENT 616,846.00 Submitted By: 06. 23.25 Inspector Recommended: X,)at6Vt 0 7/17/25 p Engineer Recommended: Owner Approved: Z�)ava 2 /0 C_ Ryan Glanz 6/6/2025 Crescent Constructors - PM City of Fort Worth Robert Otey 07-17-25 Freese and Nichols, Inc. David Townsend, P.E. 7-21-2025 City of Fort Worth CONTRACTOR'S APPLICATION FOR PAYMENT PAY REQUEST NO: 26.1 DATE: 06/06/25 PERIOD FROM: 06/01/25 TO: 06/05/25 PROJECT: Westside Water Treatment Plant Backup ENGINEER: Freese and Nichols, Inc. Generators 801 Cherry Street, Suite 2800 Project No.103410 Fort Worth, TX 76102 OWNER: P City of Fort Worth 1000 Throclm3orton Street Fort Worth, TX 76102 CONTRACTOR: Crescent Constructors 2560 Technology Dr. Suite 400 Plano, TX 75074 BIDS RECEIVED: CONTRACT DATE: NOTICE TO PROCEED: 05/09/22 CONTRACT AMOUNT: $ 12,297,000.00 Substantial Comp. Date (1004): 12/302023 Additional Days for 404 Revised Substantial Completion Date: 2/6/2025 Substantial Completion ADJUSTMENTS: $99,494.00 Final Comp. Date (600): 12/30/2023 REVISED AMOUNT: $ 12,396,494.00 Additional Days for Final Completion SUMMARY OF JOB STATUS: Total Work Completed $12,336,920.00 Material Stored on Site $0.00 Subtotal $12,336,920.00 Less 0% Retained $0.00 Subtotal $12,336,920.00 Less Previous Payments $ 11,720,074.00 Amount Due This Period $616,846.00 WORK COMPLETED 100% TIME: 404 Revised Final Completion Date: 2/6/2025 SUBMITTED BY: 06.23.25 By: Project Manager Ryan Glanz Project Managt Date: 06/06/25 °6.23.25 VERIFIED BY: CITY OF FW INSPECTION FUNCTION By: ZdCL�1i Name QC Specialist Date: 7/17/25 REVIEWED BY: Freese and Nichols, Inc. By:_ � &� Name Engineer Date: 07-17-25 APPROVED FOR PAYMENT BY: CIT � FO WORTH y: Name Date: %7�- 0.999 % 2560 Technology Dr Suite 400 Plano TX 75074 SCHEDULE OF VALUES A B ITEM DESCRIPTION OF WORK NO. 1.0 Mlabilrsation 1.1 Bonds 1.2 Insurarks 2.0 Erosian Control 2.1 SIVPPP 2.2 Constnselion Entrance 2.3 Silt Fenee 2.4 Stonc Osfl- 2.5 maintenance 3.0 Clearing and Grubbing 3.1 Strip & S1.1ci ik topsoil 3.2 E-alion 3.3 Select Fill 4.0 Site Restaralian and grass 4.1 S)xead Tolsoil 4.2 Seed 4.3 Temporary Irrigation 4.4 Gravelatgenemtors 4.5 Pipe Bollards 5.0 Pacing (road, eulrerl, drk-ys, nurldngr) 5.1 FTcst-Roadway 5.2 Forms 5.3 Rehr ( Material & labor) 5.4 Cone ctu (Material & LA-) 5.5 Sealing&Sawing 6.0 Culrerl and Wingaalls 6.1 Dig. Lay, and Bun• Cihen 6.2 End T-tnwnts 7.0 Parwng Spats 7.1 E<cawtion 7.2 Fl.1- 7.3 Forms (Mmcdol & Iabnr) 7.4 Reba, (Malen.) & Labor 7.5 Concrete (Material & Lat sr) 7.6 Scaling &S-ing 8.0 Drilled shafts ror Electrical Building 8.1 Drilling Subcontractor 81 Rehm (Material & Lalm) 8.3 Concrete (Material & Iabnr) 9.0 Foundalion far Electrical Building 9.1 E.-alion 9.2 Meet Fill 9.3 Void Fomu Westside Water Treatment Backup Generators PROJECT NO, 103410 INVOICE NO: 26.1 PAY PERIOD THR,OUGH: S-Jun-25 C D E F G H I I J I K L RI QTY UN QTY BID ITEM SCH. UNIT WORK COMPLETED % BALANCE INST TOTAL VALUE PRICE PREY THIS TO TO FINISH APPL PERIOD DATE 1.00 LS 1.00 LS 1.00 1.60 LS 1.00 1.00 LS 1.00 LS 1.00 1.00 LS 1.00 I.(0 LS 1.00 1.00 LS 1.00 LOD LS 1.00 1.00 LS Lee LS 1.00 1.00 LS 1.00 1.00 LS L(M) 2500.00 SY S 1.00 LS 1.00 1.00 LS 1.00 1,00 LS 1.00 1.00 LS 1.00 1.00 LS 1.00 2400.00 SY 1.00 LS 1.00 1.00 LS 1.00 1.00 LS 1.00 1.00 LS 1.00 1.01 LS I.00 162.00 LF 162.00 LF 162 (XI 4.00 EA 410 375.00 SY 1.00 LS 1.00 1.00 LS 101 1.00 LS 10i 1.00 LS 1.00 Lee LS 1.0) 1.00 1.3 L(N) 485.00 VF S 485.00 VF 485,00 485.01 VF 485.0) 485.00 VF 48501 1.00 EA S 1.00 LS 1.0) 1.00 LS 100 1.00 LS 1.00 S360,150 S S S40,000 S S S s S SI00,555 S S S 30,000 S S S 3 3 S216,000 S S S S S S43,125 S S S S S S 38,R00 S S S I5ll'noo S S S Page 3 of 9 195,150 S195,150.00 165,000 $165,000.00 7,500 S7,500.00 7,500 S7,500.00 10,(00 $10,000.(X) 10,(00 $10,000.00 5,000 S5.000.00 25,000 $25.000.00 25.555 $25.555.00 50,6M $50,000.00 8,300 S8,500.00 5,0M S5,0M.00 3,000 S3,000.00 5,000 S5,0w w 8,500 S8,500.(N) 35,000 S35,000.00 34.200 S34,200.00 30,000 $30,000.00 100,000 $100,000.00 16,800 $16,800.00 S32,400.00 $200.00 S9,720.00 $2,430.00 3,500 S3,500.00 6,000 S6.(00.00 10,625 $10,625.00 5,000 S5,0M.00 15,000 $15,(00.00 3.(N)() S3,0M.00 7,800 $16.08 10,500 $21.65 20,500 $42.27 7,500 $7,500.00 7,500 $7,500.00 35,o00 S35,000.00 3195,130.00 S 165,000.00 $7,500.01) S7,500.00 $10,(80.00 $10,(80.00 $5.000.00 125.000.00 $25,5S5.00 150.000.00 S8,500.00 55,000.00 S3,000.00 S5,000.00 S8,500.00 $35.000.00 $34,200.00 $30,000.00 SI00,000.00 $16,800.00 $32,400.00 $9,720.00 S3,500.00 56,(0).00 $10,625.00 $5,000.00 S15,(00.00 $3,(M.00 $7,800.00 S10,50).00 S20.500.00 S7,500.00 $7,500.00 S35,000.W S0.00 $0.00 $0.00 SO.00 S0.00 S0.0i S0.00 $0.00 SO.00 S0 00 $0.00 SO.00 S0.00 S0.00 S0.00 Saw SO.00 S0.00 S0.(0 $0.00 Met) SO W SO.00 S0.011 Saw SO.00 S0.00 S010 SO.00 Saw S0.00 SOAO SO X) Wee S195,150.00 10(M $165,000.00 100% S7,500.00 100°/. S7,500.00 100 SIO,(W.00 100% SIO,(X)0.00 IOM/e S5.000.00 101A S25,000.00 1(NH/e S25,555.00 100"/. S50,000.00 I W'/e S8,500.00 100% $5,000.00 1w/. S3,00000 IW1. $5,000.00 100% 38,50040 ]"A S35,000.00 10)'/. $34,200.00 10(Yh S30,000.00 10ri5 S100,00ti'm 100% $16,800.00 100% $32,400.00 1(M. $9.720.00 1(00/. S3,500.00 10011. $6,000.00 10M/. $10,625.00 I(M. S5,000.00 low. S15,000.00 1ofr/. S3,000.00 ROM S7,800.00 100% $10,500.00 l(0Y. $20,500.00 1(83Y. $7,500.00 10M/. S7,500.00 IWY. $35,000.00 100% A B ITEM DESCRIPTION OF WORK NO. 94 Fon,v (hL,t-1 K 1,1-) 95 Rcbar(Nbt III&hbol 96 Conerete(MntenolS I,Na) 10.0 Precast Electric-,l ➢uildi.g 101 Subm0tals/F-nglneenng 102 Wn11 PNnals (Fulm-w) 103 Wall Panels (E-tmn) 104 1h,11 eCore(Fnbu.m) 105 I loll., Core (Er«tionl 106 G,ouung/Caulkmg 10 7 O,ahcad lk�or ill 8 IlaN s/F,Nnn-s0Lads,.- 10 9 Pauuu,g 10 10 Equl -ut Paa, 1011 Sldassalk 11.0 Drilled shafts fin, GenerNwr Pad 11 1 Dulling Sulr,.unlructnr 112 Rd-(Matc,IAl R IaN,) 113 Concrete (Mmenal K bl+s,r) 12.0 Foundntiun fur Generator Pad 12I Esc-luu, 12 2 ScII,d Fdl 12 3 Vold R-, 124 F-,s (Mate,Ial 3lnl,or) 12 5 Reba,(NINta„AI 3 L,I,,r 116 Oui-ta (Mat-,[ & 1,1-) 13.0 Mdal PlatfI.I. al Gene -:-star 13 1 Instn11 Platform.; 14.0 PaehNged DX AC WAB-paclu 14 1 11-id, S Install Wall -Packs 15.0 2,01) KW Generator 151 Gn,�ratol 15 2 f.ab,r hwAl,00n 15 3 Egwpment, Fad NI- Mat-ul, 154 Start up K, C.Ioull .,Ion NIg 16.0 Genel-alor Sssild-r 16 1 E,papmcnt 16,2 1 (Almmn LA., 163 Nfi-llaa-Ma-1, 164 Suat upS, C,unn-stun Ins 110 Medk n, Voth,ge SxitrhgeNr(\ISVGA, NISVGB) 171 Egmp-ot 172 Installmlon I.al>,x 173 Miscellaneous Mena, 174 SWt up & Comnutslon Ing 18.0 Cnnlrnl Panels IS I 1i,S1,11 C D E F O H 1 QTY ON QTY BIB ITENI SCH. UNIT INST TOTAL VALUE PRICE PREV APPL 100 LS i W S 20INN) $20,000ta) S20,0000) 1 Go LS 1 00 S 40,000 540,00000 S40,OW 00 I0o LS I IN) S 40,000 $40,11M of S40,00000 1.00 EA S mm'o 10 too LS 100 5 26,000 526,00000 S26,(M 00 I0O LS I (N) S 179,500 5179,50OM 5179,50000 too LS IIN) S 68,5110 56MOO W 568,500 00 1 00 LS 100 S 103,500 5103,500 W S103J00 W 100 LS la) S 33,500 533,500(N) 533,50000 IINI LS IIN) $ 25,000 S25,000IN) $25,00000 I W LS I W S 46,000 546,(NN) W 546,000 00 I I.S 100 S 6L01N) S6 100000 $61.00000 too 1-S 1 W S 31,600 531,000 IN) S3 I'u6000 I W LS 100 $ 13,000 S13,000 IN) 513,00)00 100 LS IINI $ 13,(W 513,000Go sl3 mo) 405.01) VF S 32,400 40500 VF 40500 S Io,OW $2469 $10,00000 405 00 VF 405 00 S 10,0N) $24 69 $10,(NN) 00 40500 VF 405 IN, S 12.400 $3062 512 0000 LIIO EA S 140,000 2 IN, EA 21N1 S 7,500 53,75000 57,50000 2 (Io FA 21N, S 7 5 N, $3.750 IN) S7,5W 00 200 EA 200 S 35,000 517,50000 535,00000 2 (N) EA 2 W S 311000 S 15,000 M 530,000 00 260 EA 200 S 30,000 $15000 INI 530.00000 2,10 11,A 200 S 30,01U) S15,000 IN) 530,000IN) 2.00 set S 10,000 200 EA 2011 S 10,000 $5,000 IN s10,000W 3.00 EA S 165,000 30) EA 31N) S 165,(ItN) 555,000 UI 5165,0(N)00 2.00 EA S 3,719,000 200 EA 2,IN) S 3,000,01N1 S1,5W,(NN)IN) SMN)0,I0)00 2 (At EA 219) $ 325,000 5162,5(N) 00 S325,0NIU W 200 LA 2(9) S 334,(NNI $I92.(NI) IN) 538400000 100 LS I IN) S I0,000 SIO,OIN)00 SI0,000Go 1.00 EA S 1,450,000 IINI LS IIN) S 1,332.500 51.332,500 IN) $1,332.50N100 100 LS I W S 90,0o) 590,00000 590,0(9)00 1 00 LS 100 S 20,0oo $20,000 W 520,00) 00 100 I.S I on S 7.5oo $7.500 o) 57,50000 2.00 EA S 1,6I10,000 200 17A 200 S Ip45,O01) $722,500W 51,445,00000 2IN, EA 21N) S 107,50o $53.750 IN) 51075M 00 200 I',A 2W S 37000 519,50000 539,00000 200 EA 200 S 8,500 S425000 58,50000 1.00 EA s 10,000 100 LS I IN) S Io,ow Sro00000 S10,W000 Page 4 of 9 d I WORK COMPLETED Tills PERIOD $0 (I() s0 00 SO (N) SO 00 so IN, SO IN) s0 W SO IN) SO 00 SO IN) SO W SO W so IN) SO IN SO IN) S0 0" SOW $o INI S0 00 s0 W SO 00 SO 00 SO 00 am 'm S0 00 SO 00 SO IN) SO W SO o l S0 IN) SO 00 S0 00 $0 (N) SOIN) So IN, So IN) mm K L TO DATE 520,000 IN) I00% 540,(N9) 00 IINY;6 $40,(NN)0) I(Nw/o S26,OW W I0M'1 $179,500 00 1001,'0 568,50000 I,MN $103,500 00 I W $33,500 W IINI°/ 525,000 00 I(NT% 546,000 00 100 S6I.N.)IN) Iu0 531,000 IN) IIN) o S 13,000 00 I INI'/ S 13.0001N, IINI% S I O'cxIo(N) 100'/e $10,000 00 IINw,6 S 12A000) Ilx)i6 S7,5WW W% 52500 W IIN)% 535,000 00 100% S30,W()IN) IINI% S30.00,(N) IIN)% 530.000 W IW% S I(MI N, 0) GIC5�6H4)l 53,000,060 00 IINw, 5325,000 00 11N) % 5384,000 W IINw, S IO,000, 00 IW% S 1,332, 50o 00 11N)% $90,000 01) 1U0% S20,000 00 11 % 57.500 00 I1N) % $1,445,00o W IIN)% SI07.50oIN) IINIll. 539,000 00 IIN)% 58,500 00 lUlw% S10,00000 IINP6 NI BALANCE TO FINISH A R C D E F G H 1 1 1 1 K L ITEM DESCRIPTION OF WORK QTV UN QTV RID ITEM SCH. UNIT WORK COMPLETED NO. INST TOTAL. VALUE PRICE PREV THIS TO APPL PERIOD DATE 19.0 Load Rank COnnec(ionr 1,00 EA S lout 191 Cabinet 10) I'S 100 S 35,000 S38,0N)00 S38,00)IN) 5o 0) S38,00000 100/0 192 Underground Rough m 1 (9) I.S I IN) S 62,000 S62.000 00 S62,0 o 00 SO 01 S62,000 (N) 11N),10 20.0 1000 KW Load Banls 1.00 EA S 200,000 201 Lquipnunt 100 T I Oo S 154,000 S154,(M 00 SI54,00000 S000 SI54,000W I00% 202 Rough In Matetral& L.uo, 1(N) EA 100 S 323(N) S32.3000) S32,30("00 SO IN) S323(N)01 11NI% 103 M-elLueous Matenals 100 FA 100 S 12,200 $12,200 IN) S12,20000 SOW S12,20000 IW% 204 Startup&C.nuu-lon"ng IIN) EA I(N) S 1,500 S1,500 IN) S1,50000 SO IN) S1,500IN) 100% 21.0 Cable Tn y, Lights, Receptacles 1.00 LS S 160,000 21 1 Rough In Malenel & Labor 100 LS I IN) S 92,500 S92500 No 59250000 $O IN) S92,iOb 00 Wo% 212 Lion Fl,uttues& Iatmr 100 LS IIN) $ 31,0(N) $34,00000 S34,00000 $000 S34,000W IIN) ^/o )13 Cable T"ac& Later IOo LS 100 S 32500 S32,50000 S12,50000 Sol),) S32,500NO IINY:6 214 Close Out IJl.cumenls IIN) LS 100 S 1,000 SLow 00 S1,00000 SO IN) 81,00)0) 100% 22.0 Site Lighting 10.00 EA S 150,001) 221 Rough In Nialeoal S, lalntr 10 Mt EA 10 ON S 52.0a) S5,2000) S520)000 $1)1N) S52,00000 101% _- _ Ligh( F-tuas & I -INN 1000 17A 1001 S 67,000 S6,70) Out S67,000 O0 SO IN) S67,000 OO 10r,,6 113 Cl-(hut Dacunte N, 10 IN) EA 1000 S 1,(M $t0)IN) S1,00000 SOOO S1,000 OO IIN)96 124 FotmOuions 10 IN" 17A 1060 S 310,0K1 S3,000 a) S30,0K)00 so NJ S30,0N)of) IIN)% 23.0 NbtnhalesM.an Jhotcs 14.00 EA S 490,1)00 231 Manholes&Labor t00 LS I00 S 329,500 $329,500,N) S329,50000 SO IN) S329,50000 100% 232 Equlpnxnt&Mt,eellaneous Mmenal 100 I.S IIN) S I01,500 S161),5000) S160,50(10O SO IN) SI60,50100 11N1% 24,0 Groundiug 1.01) LS S 60,000 24 1 RON& In Nim- l & lalml 1 0) LS I (N) S 60,000 S60,000 0) S60,000 00 SO (A) S60,000 00 100% 25.0 Tnsmfurnr•rs, JIM KVA 2.00 EA S 100,000 251 3OOKVA Transfomul, 119) EA 21N) S 89,500 S44,750 uO S89.500 I),) $01N) 589,5000) IIN)% 252 Lqu,junent,LaMar& M luailancaw N9utcnai 200 FA 200 S 7,500 $3,75000 S7,50000 S000 S7,50001) 100% 253 Close Om 11"umcnis, Startup& COnuntsslonutg 2(to EA 2(KI S 3,NK) S1,500 IN) S3,(N1000 SOOO S3,000 00 IIN"A 26.0 Afutnr Control Cen(er(MCC-EB) LOO EA S 110,000 261 MCC -ER 100 LS I00 S 95,000 S95,0000) S95,00000 SO IN) S95,000(A) 100% 262 Yqu"pme10, Ial-& M-ellaueun Niue, In1 IOo I'S IIN) S 12,000 S12,(M(NO S12,00000 SO 1N) S12,05000 IINN/o 263 Cl-I, Out [Atcwnart" Startup& Conmussmnutg 160 LS 100 S 3,000 S300001 S3lNN)00 SO 191 S306000 IIN"% 27.0 \lisccll.meous equipment and ins(nllncntiOl- 1.00 LS S 410,000 271 Sodehgear& l alwr 10" LS IIN) S 105,400 S105,41N"IN) S105,401100 so IN) S105,40001) I0I% 27 2 b"suuntantuuOn Sy,tzm Iks p C S.buutlala 1 (9) I'S 119) S 60,00 S6001000 S60.IXH100 $000 S60,00000 1(KI'/o 273 RTU(PLC-(1F,N) 100 I'S IOf) S IOI,000 SIOL00000 S101AN)00 SO IN) $101,000 OO IOOSI. 274 Nehto"k FgO,pnlent & Fo- C l,ue System 10) Is 1 00 S 20,00o $20,000 00 S20,001(10 SO W S20,900 00 OMI. 275 Access Co t1u,l System 1(9) 1.5 100 S 59,400 $59,400(N) S59,46000 SO 0) S59A01 IN) IIN)% 276 II1,11 K, PmgaNut a I00 LS 100 S 26,000 $26,000IN) S26,00001) SO 00 S26,INN) 00 IOIY'/ 277 Instnmu"el ht,tallauOn 100 LS I00 S 17,7(M S17,7000) S17,70)00 S01N" 517,70000 IIN)% 278 Spate Paps I W LS I IN) S 90K" SJ.00u 00 S9,0K) OO SO (KI S9,0N"0,00 11N)% 27 9 Te,1 g, Stan Up,1 Cbnuni-..ing 1 IN) LS I ON) S 9,500 S9500 00 59,50) OO SO 00 S9,50001) 100% 2710 Close Out IA)cuments 1(9) LS IlN) S 2,000 S2,000 IN" S2,00000 SO IN) S2,00000 100% 28.0 ATS 1.00 EA S 20,000 281 Equ"prnent 100 LS IIN) S 217,000 S20,00000 S20,00000 $00) 520,0)000 100% 29.0 Ligh(ning Protection System 1.110 LS S n,000 291 Llglnnutn Pmteeuon Systent 100 I'S I0" S 25000 $25,INN)O0 S25,01("Of) $000 S25,00Ii IN) IP,b 30.0 Duct Bank 1.00 LS S 9011,1ow Page 5 of 9 NI BALANCE TO FINISH A B ITEM DESCRIPTION OF WORK NO. 301 Electrical Suluontra.lor'a Mnbd-t- 6t Temp Pot,er 302 I h,dergroand Bough ui Material 30 3 Und.rgrmmd Rough ur I.A., 304 Pat enrcnt Replacement 31.0 T-1, Saf.ty 31 1 Tench SNfay IT.. 32.0 Medium \'ollage C.1,k, 32 1 [.fednnn Vollage Wne S Cable Material 32 2 M.dlmn Vothge \\'ue k Cable I. d- 32 3 T.,twg 33.0 NMI,.s and Cahlos 331 Marcnel 33 2 1 t,,, 34.0 Miscellan.aus D.malilian 34 1 k:leev,cal 35.0 P.I,ing Rano.al 35 1 lknm 352 ll-hff 36.0 Construction Allot .- 361 Allo,tanca 37.0 Cb-ge Order 0l 371 Menilwrano R-fio F.lcct-l➢mldinp 3N.0 R.rna,eheplac. p.--I fur d,,clriieal CAR Nu. 1 38 1 Rema,eheplace I- ...... It for c1.o0trcal-JdN,laa CAR No 1 39.0 Raise El- Bldg Ranf 19 1 Rasa Fkv Bldg R-f 40.0 N.hsark uusdificalian C. Nu.2 401 N.n,ork modrlicatruo Co Nn 2 41.0 BOO, pain) El. Bldg lwl Har CO No, 2 41 1 Deleto p,,NO Fla: Bldg Int-,,, CO N(, 2 42.0 Grading/drainage change CAR No.2 42 1 (3-INIgAhaInq,, change CAR No 2 43.0 ❑.l.le Ieo electrical manh.k,, CAR MI. 2 43 1 [Mete n,a elecarcnl nuviliols CAR No 2 44.0 REDUCTION OF UNUSED ALLOWANCE ITEM 36.0 C D E F QTY ON QTV RID ITEM INST 'TOTAL 1 00 I.S 1 00 S IIN) I.S 100 s 1 (N) I.S 100 s 100 I'S 100 s 11450.00 LF S 1,850 1850 oO L.F 183000 S 1.00 LS S Si0pm 100 LS I00 S I,1N) I's I tx) $ 160 LS IIN) s 1.00 LS S 150,000 100 LS IO) s 100 LS IINI S 1.01) LS S 20,000 IOu LS IIN) s 250.00 SY S 3,0110 250 (1) SY 25000 $ 25000 SY 25000 S 1.00 Ls s 100,000 1(9) I.S 0IN) $ 1.01) LS S 99,931 100 LS Ilxl S L00 Is 100 LS IIN) s 1.00 LS I LS IIN) S 1.00 LS S 10,620 1 OO I.S I IN) S 1.00 LS S (IN,825) 1 ON, LS 11N, s LOO 15 S 25,324 1 (N) LS IINI S 1.00 LS S (17,556) 100 LS 100 S 1.00 LS S (59,574) G H I ) ,I I K L SCH. UNIT WORK COMPLETE VALUE PRICE. PREV THIS TO APPL PERIOD DATE 115,180 $115,180 UO SI 15,18000 SO 00 5115,18000 100% 471,901 $471 901 00 5471,901 00 SOW 5471901 W 10046 220.826 5220,326 01 5220.82600 $0(NI $220.82600 11N1% 92,091 592,093 00 592,091 00 SO IN) 592,091 )I) 100 a L85U $IIN) SL85000 so IN) 51.85000 II NP/ 385,010 5385,00000 5385,0(N)00 SO IN) 5385,00000 IIN)% 125,(Nxl 5125.000IN) sI2S M) 00 so IN) 5125.00) IN) IIM, 40,000 540.00O 00 $40,O00 00 SO 00 S-IOS ) Oo 11M,. 800U9 580.000IN) $S1),IXN)00 so r)I 58000000 IIW% 70,000 570,000 IN) 570,00000 So 00 S70JNN)00 11NI% 20,0(NI 5200N)(N) S20,00000 SO IN) S20,0001N) IIN 11tl/. 1,500 S6W 51,50000 so 00 51,50000 100% ISW SO SI,50000 SO IN) S1,50000 11 N)'/o 51,8IN; $51,80600 SO IN) 5000 I)-- 99,931 599,931 IN) 599,93100 SO IN) S')7,93100 I(N)% 38066 538,06600 533,06600 SO IN) 538,06600 1,M,/ 2.360 52 760 (N) 52,160 00 SO IN) S2,360 00 I IM ,/. 10.620 $10,6201x1 510,62000 SO IN) 510,62000 111I% (18,825) -$18,8251NI ($18,82500) SO (III IS]8.925 o0) l00% 25.324 525,324 IN) 525,32400 SO INI $25,32401) IINI''/; (17,556) 417,556 IN) (S17,i5600) SO INI IS 17,55600) 119M. IN BALANCE TO FINISH $5 L806 TOTAL 512,336,920 512,388,726 512,336,920 5000 512,336,920.00 99.M% 551,806 Page 6 of 9 Westside Water Treatment Backup Generators 2560 Technology Dr Suite 400 PROJECT NO. 103410 Plano TX 75074 INVOICE NO: 26.1 PAY PERIOD THROUGH: 5-Jun-25 CHANGE ORDERS A B C D E F G H I J K L M ITEM DESCRIPTION OF WORK QTY UN QTY BID ITEM SCH. UNIT WWK COMPLET 3D % BALANCE NO. INST TOTAL VALUE PRICE PREY THIS TO TO FINISH APPL PERIOD DATE CHANGE ORDER #01 = 599,931.00 (9 DAYS) CMR-03 Electrical Building Roof(CO#OI)(9 DAYS) 1.00 IS 599.931.00 599,931,000 50.00 50.00 100% CHANGE ORDER 402 = (560,011.00)(395 DAYS) CMR-04 ELECTRICAL NIH DELETION 1.00 IS ($17,556.00) 817,556.000 $0.00 $0.00 0% CMR-05A Painting Deduct(CO#02) 1.00 IS ($18,825.00) SIS,825.000 $0.00 $0.00 0% CNIR-05B Equipment Delivery Delay (CO#02)(311 DAYS) 1.00 IS 50,000 $0.00 50.00 0% CNIR-06 GRADING CHANGES (CO#02) 1.00 IS $25,324.00 $25,324.000 $0.00 50.00 0% C61R-07A Net%vork Modification(CO#02)(I O DAYS) 1.00 IS SI0,620.00 $10,620.000 $0.00 $0.00 0% CMR-07B TIME EXTENSIONS (CO#02)(74 DAYS) 1.00 IS $0.00 50.000 $0.00 $0.00 0% 36.1 UNUSED CONSTRUCTION ALLOWANCE FUNDS 1.00 IS ($59,574.00) -559,574.000 $0.00 $0.00 0% 1.00 IS $0.000 $0.00 $0.00 01% PAID UNDER ALLOWANCE ITEM 36.0 = 540,426.00 1.00 LS $0.000 $0.00 $0.00 01/ CMR-01.1 ADDITIONAL PAVING FOR ELECTRICAL MH R DB(538,066) 1.00 IS $0.000 50.00 50.00 01A CMR-02 RAISE HEIGHT OF ELECTRICAL BLDG (52,360) 1.00 LS $0,000 50.00 50.00 0% 1.00 IS 50.000 50.00 $0.00 0% 1.00 IS 50.000 50.00 $0.00 0% 1.00 LS 50.000 50.00 $0.00 0% I.00 IS 50.000 $0.00 50.00 0% TOTALS 50.00 539,920.00 539,920.00 50.00 50.00 50.00 0.00% 50.00 Page 7 of 9 FORTWORTH July 21, 2025 David Caldwell, Vice President Cresent Constructors, Inc. 2560 Technology Drive, Suite 400 Plano, Texas 75074 RE: Acceptance Letter Project Name: Westside Water Treatment Plant Back-up Generators Project Type: Water Facility Project No: 103410-1 Contract No.: 57314 To Whom It May Concern: On October 17, 2024, a final walk through was made on the subject project. There were punch list items identified at that time. The punch list items were completed on February 5, 2025. The final inspection indicates that the work meets the City of Fort Worth specifications and is therefore accepted by the City for Fort Worth. The warranty period will start on February 5, 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, r04 �-�' I C�'q Tony Sholola, P.E., Assistant Director, Water Department CC: Todd Hoff; Crescent Constructors, Inc Chris Harder, PE; Water Director Laura Wilson, PE; Deputy Water Director Shannon Dunne; Assistant Director/Water Production Nohemi Sandez; Diversity & Inclusion Manager Robb Otey, PE & Alan Cossabone; Freese & Nichols, Inc. Fort Worth Water Department (FWWD) Files WATER DEPARTMENT ADMINISTRATION DIVISION THE CITY OP FORT WORTH * 1000 THROCKMORTON STREET * FORT WORTH, TEXAS 76102 817-392-8220 * FAx 817-392-8195 "Printed on recycled paper FORTWORTH rev 03/05/07 WATER ENGINEERING & FISCAL SERVICES FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:26 NAME OF PROJECT: Westside WTP Backup Generators PROJECT NO: 103410 CONTRACTOR: Crescent Constructors CSC No. 57314 PERIOD FROM;05/09/22 TO: 02/05/25 FINAL INSPECTION DATE: 5-Feb-25 WORK ORDER EFFECTIVE:5/9/2022 CONTRACT TIME: 1,004 0 WD OQ CD DAYS DAYS DAY OF REASON FOR DAYS DAY OF REASON FOR DAYS CHARGED CHARGED MONTH CREDITED MONTH 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 OTHERS* & HOLIDAYS & TOO COLD RELOCATIONS CHARGED DAYS THIS 394 395 PERIOD PREVIOUS 609 609 PERIOD TOTALS 1,003 1,004 TO DATE *REMARKS: Contract delays primarily due to major equipment delivery date due to shortage duing COVID /moo 06.23.25 n r 7 7 CONTRACTOR DATE -INSPECTOR DATE ENGINEERING DEPARTMENT C) 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 of Contractor Crescent Constructors Water Engineering Inspector Nathan Gray IDOE Number Project Dculty CPN 103410 10 Simple Q Routine Initial Contract Amount $12,297,000.00 II) PERFORMANCE EVALUATION REV: 02/22/07 Date: 106.23.25 Project Nante Westside WTP Backup Generators Project Manager David Townsend, P.E. Tj pe of Contract QQ Complex Q Water ❑ Waste Water ❑ Storm Drainage ❑ Pavement Final Contract Amount $12,336,920.00 0 - Inadequate 1 - Deficient 2 - Standard 3 - Good 4 - Excellent ELEMENT RATING ELEMENT RATING (0 - 4) (0 - 4) INSPECTION EVALUATION PLANS & SPECIFICATIONS I Availability of Inspector 4 1 ------ Accuracy of Plans to Existing Conditions 4 2 Knowledge of Inspector 4 2 Clarity & Sufficiency of Details 4 3 Accuracy of Measured Quantities 4 3 Applicability of Specifications 4 4 Display Of Professionalism 4 4 Accuracy of Plan Quantities 4 5 Citizen Complaint Resolution 4 PROJECT MANAGER EVALUATION 6 Performance - Setting up Valve Crews, Labs 4 1 Knowledge And/Or Problem Resolution 4 ADMINISTRATION 2 Availability of Project Manager 4 1 Change Order Processing Time 4 3 Communication 4 2 Timliness of Contractor Pavments 14 4 Resolution of Utility Conflicts 4 3 Bid Opening to Pre -Con Meeting Timeframe 14 III) COMMENTS & SIGNATURES COMMENTS Signature Contractor Signature Inspector Signature Inspector's Supervisor INSPECTOR'S COMMENTS Capital Projects Delivery, Water Department The City of Fort XVorth • 200 Texas Street • Fort Worth, TX 76012-6311 (817) 392 - 4477 • Fax: (817) 392 - 8460 FORTWORTH Capital Projects Delivery, Water Department PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR & PROJECT DATA Nance of Contractor Project Name Crescent Constructors Westside WTP Backup Generators Water Engineering hnspector DOE Number Nathan Gray NA (CPN 103410) Water Engineering Inspector Project Manager R1 Water ❑ Waste Water ❑ Storm Drainage ❑ Pavement David Townsend, P.E. Waal Contract Amount Project Difficulty $12,297,000.00 O Simple Q Routine Final Contract Amount Date $12,336,920.00 II) PERFORMANCE EVALUATION 10-Inadequate I - Deficient 2-Standard 3-Good 4-Excellent ELEMENT WEIGHT ( x) APPLICABLE (Y / N) I Submission of Documents 15 Y 12 Public Notifications N 13 Plans on Site 10 Y 4 Field Supervision 10 Y 5 Work Performed 10 Y 16 Finished Product 20 Y 17 Job Site Safety 5 Y 18 Traffic Control Maintenance N 9 Daily Clean Up 5 Y 10 Citizen's Complaint Resolution N 11 Property Restoration 10 Y 12 After Hours Response N 13 Project Completion 15 Y III) CONTRACTOR'S RATING REV: 02/20/07 ) Complex RATING (0 - 4) MAX SCORE SCORE 4 60 60 4 40 40 4 40 40 4 40 40 4 80 80 4 20 20 3 20 15 4 40 40 3 60 45 TOTAL ELEMENT SCORE (A) 380 BONUS POINTS (25 Maximum) (B) TOTAL SCORE Crs) 380 Maximum Score (MS) = 448 or sum of applicable element score maximums which = 400 Rating ( ITS / MSI * 100%) 380. / 400 = 95% Performance Category Excellent <20% = Inadequate 20% to <40% = Deficient 40% to <60% = Standard 60% to <80% = Good >_80% = Rycellent Inspector's Comments (INCLUDING )EXPLANATION OF BONUS POINTS AWARDED) �1 06.23.25 Signature Inspector M`w Signature Contractor Signature Inspector's Supervisor CONTRACTOR'S COMMENTS CITY PM Comment: Water Inspector not available, PM fillout form Capital Projects Delivery, \later Department The City of Fort Worth • 1000 Throckniorton Street • Fort Nlorth, TK 76012-6311 (817) 392 - 4477 • Fax: (817) 392 - 8460 Bond# 107485905 CONSENT OF SURETY COMPANY TO FINAL PAYMENT Westside Water Treatment Plant Backup PROJECT: Generators PROJECT NUMBER: OWNER: City of Fort Worth 103410 CONTRACTOR: Crescent Constructors, Inc. CS# 57314 ENGINEER: Freese & Nichols 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 terms 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 6th day of June 2025 Travelers Casualty and Surety Company of America Surety Company By ///A0hor1/zed Representative Title Jeffrev Todd McIntosh - Attornev-in-Fact Address: One Tower Square, Hartford, CT. 06183 Attach Power of Attorney Travelers Casualty and Surety Company of America i1111111111111k 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 Casualty 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 Attomey(s)-in-Fact to sign, execute, seal and acknovrledge 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. �!'14�� J���tY AMp •'1 State of Connecticut City of Hartford ss. By: Robert L. Rane , eniorVice 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 NOTARY UWO ;gAnn� ry ublic 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 this Company, provided that each such delegation is In writing and a copy thereof is filed in the 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 Attomeys-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 this 6th day of June 2025 aolr e ! FN Kevin E. Hughes, AssWant Secretary ro verify the authenticity of this Power of Attorney, please callus at 1-800-421-3880, Please referto the above -named Attorneys) -in -Fact and the details of the bond to which this Powerof Attorney is attached. CONDITIONAL WAIVER AND RELEASE ON FINAL PAYMENT PROJECT: Westside Water Treatment Plant Backup Generators_ PROJECT NUMBER: OWNER: City of Fort Worth 103410 CONTRACTOR: Crescent Constructors, Inc. CS# 57314 ENGINEER: Freese & Nichols On receipt by the signer of this document of a check from the City of Fort Worth in the sum of $616,846.00 payable to Crescent Constructors, Inc. (payee or payees of check] and when the check has been properly endorsed and has been paid by the bank on which it is drawn, this document becomes effective to release any mechanic's lien right, any right arising from a payment bond that complies with a state or federal statute, any common law payment bond right, any claim for payment, and any rights under any similar ordinance, rule, or statute related to claim or payment rights for persons in the signer's position that the signer has on the property of City of Fort Worth located at Westside Water Treatment Plant Backus Generators to the following extent., Westside Water Treatment Plant Backup Generators ("Project'). "This release covers a final payment to the signer for all labor, services, equipment, or materials furnished to the property, Project, or to City of Fort Worth. "Before any recipient of this document relies on this document, the recipient should verify evidence of payment to the signer. "The signer warrants that the signer has already paid or will use the funds received from this final payment to promptly pay in full all of the signer's laborers, subcontractors, materialmen, and suppliers for all work, materials, equipment, or services provided for or to the above referenced Project up to the date of this waiver and release. EXCEPTIONS: None CONTRAC tR Jescent Conssttrruuctors. Inc. By Title �� l Subscribed and sworn to before me this kO�� day of A kkv-\-Z- NotaryPublic: M a 0C.t.V)-ZA t_ MIA -,;On My Commission Expires: Wl al r r In -7. � " 7 0-2X MACKENZIE NELSON Notary Public *: :* STATE OF TEXAS NOTARY ID# IM828061 My Comm. Ev. Mdmb 28, 2W8 20 CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS Westside Water Treatment Plant Backup PROJECT: Generators _ PROJECT NUMBER: OWNER: City of Fort Worth_ 103410 CONTRACTOR: Crescent Constructors, Inc. CS# 57314 ENGINEER: Freese & Nichols 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 al/ 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 CONTRACTO resscent j structots, Inc. BY TITLE Subscribed and sworn to before me this day of Notary Public: Ma(Xt'VvzA L N�Q '\Snn My Commission Expires: tY osr'1n 7 � thl ')oa-L '' MACKENZIE NELSON *' lic STATE OF TEXAS r NOTARY lo# 134828061 MY Comm, Exp. Mwh 28, 2M , 20257.