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.