Loading...
HomeMy WebLinkAboutContract 57409-FP1FORTWORTH, PARK & RECREATION DEPARTMENT NOTICE OF PROJECT COMPLETION -FP1 City Secretary No: 57409 Date Received: 9/27/2023 City Project N!?: CO2638 Regarding contract 57409 Fire Station Park for as required by the PARK & RECREATION DEPARTMENT as approved by City Council on 3/29/2022 through M&C 22-0241 the director of the PARK & RECREATION DEPARTMENT upon the recommendation of the Assistant Director of the Park & Recreation Department has accepted the project as complete. Original Contract Prices: Amount of Approved Change Orders: Revised Contract Amount: Total Cost Work Completed: Less Deductions: Liquidated Damages: Pavement Deficiencies: Total Deduction Amount: Total Cost Work Completed: Less Previous Payments: Final Payment Due Recommended for Acceptance Asst. Director, PARK & RECREATION DEPARTMENT )Otw �9 Accepted Director, PARK & RECREATION DEPARTMENT Cpk(6-�� - - - - - - - - Asst. City Manager Comments: $ 1,499,455.76 $ 1,009,464.00 2V2 1 a_ $ 2,508,919.76 $ 2,508,719.76 Days @ $650.00/ Day $ 2,508,719.76 $ 2,383,283.77 $ 125,435.99 Sep 18, 2023 Date Sep 19, 2023 Date Sep 27, 2023 Date OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX C-620 Signature Page Contractor's Application for Payment Invoice No. FINAL To (Owner) City of Fort Worth Invoicing Period (From - To): Invoice Date: 4-1-2023 to 5-24-2023 5/24/2023 P. O. FW080_0000010076 From (Contractor): Remit to ( If Not Automatic Deposit): Number: Dean Electric , Inc Project: CO2638 Contractor's CFW Vendor No.: 7000001741 ACH only City Secretary Contract 57409 Contract Fire Station Park Number: Name: Application For Payment Change Order Summary Approved Change Orders 1. ORIGINAL CONTRACT PRICE.......................................................... $ $1,499,455.76 Number Additions Deletions 2. Net change by Change Orders................................................................. $ $1,009,464.00 1 $1,009,464.00 3. Current Contract Price (Line 1 f 2)........................................................ $ $2,508,919.76 2 4. TOTAL COMPLETED AND STORED TO DATE 3 (Progress Estimate, Construction Allowance and Change Orders)....... $ $2,508,719.76 4 5. RETAINAGE: 5 a. X $2,508,719.76 Work Completed.......... $ 6 b. X Not Used $ 7 c. Total Retainage (Line 5a + Line 5b) ............................... $ 8 6. AMOUNT ELIGIBLE TO DATE (Line 4 - Line 5c)............................. $ $2,508,719.76 TOTALS $1,009,464.00 7. LESS PREVIOUS PAYMENTS (Line 6 from prior Application)......... $ $2,383,283.77 NET CHANGE BY $1,009,464.00 8. AMOUNT DUE THIS APPLICATION ................................................. $ $125,435.99 CHANGE ORDERS 9. BALANCE TO FINISH, PLUS RETAINAGE (Column G on Progress Estimate+ CA + Cos + Line 5 above) ............... $ $0.00 Contractor's Certification The Contractor certifies with the submittal of this document and associated Payment Request Submittal on the City of Fort Worth Buzzsaw system that to the best of their knowledge: (1) all previous progress payments received from Owner on account of Work done under the Contract have been applied on account to discharge Contractor's legitimate obligations incurred in connection with Work covered by prior Applications for Payment (2) title of all Work, materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to Owner at time of payment free and clear of all Liens, security interests and encumbrances (except such as are covered by a Bond acceptable to Owner indemnifying Owner against any such Liens, security interest or encumbrances); and (3) all Work covered by this Application for Payment is in accordance with the Contract Documents and is not defective. Greg iireb a h (Sep 7, 202314:40 CDT) 10. CONTRACT TIME: a, Days Awarded 170 b, Days Added by CO 120 C. Total Days 290 d. Days Charged 269 e, Days Remaining 21 Consent of Surety Affidavit of Bills Paid This document has been modified from its original form as an EJCDC document and the user did not highlight the modifications. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution. Progress Estimate JFar(ma ) Fire Station Park IAee noa Pma4 I 4-1-2023 to 5-24-2023 I�em Bid llemNo SPA SYalpuke-BRak . I 1 Fine Shaoin9 I 2 Metal Fabnca0on I 3 Preo Cast In Place I 4 PourCat I. Plac I 5 Preo Shotcrete I 6 Pow Shatcrete I 7 Flahvork I Vista Eartbwodcs-Brrakdawn I 8 MobiImtions I 9 S-/Stakm¢ I 10 Sbi,/Stockode Site I 11 Emsron ConenVSWPPP**************** I 12 Sewcuts I 13 Concrete DemO/Rem.-I I ]4 Rework Skat-k 5'+5' beyond I 15 Moieaue ffi Condmon SkateOark/Gade area I 16 18"Sal-fiI Placement Skateoark/Pumotrack I 17 Scanf, Reco.- Sidewalks I 18 on, - I T. Dal Ut,ht-,Ltd- Breakdown I 19 Water-Private-hin5',f BIde I 20 Samtarv-P-.wDb05'of BI& I 21 Smim-Pnvahwithin5'of Blde I 22 TemOorary F- I 23 Contineencv I 24 G- I Condmorrs I 25 Fee I 2fi Water -Public I 27 Sanitary -Public I 28 I I I Storm -Public c000-aery 57409 Contractor's Application Bid Queunry Uvr Pnae Bid Value B vol- Y nVisVauTh�ePmod AwOcm�on Nunber AwOcm�w gre � ClTd9ro)u+eW Swnov No Meesua Nal®w SI Im E I $d9.23500 S49.235 DO $49.235 $49.23500 $69,235 DO I $199.320.00 $199.32000 100000000 $19932000 0 $19932000 E19932000 1 $201.10000 $201.1oo no $201.10000r :201.10000 DO DO I $146 370.00 $146 370 00 1 00000000 $146 370 00 $146 370 00 E146 37D 00 1 $164.30000 $164.30000 1 00000000 $1.4.30000 $164.30000 $166.3DD DO I I $150 825.00 $15' 625 00 `1 00000000 $150 625 00 $150 625 00 $150625 00 11 S65.500 00 $65.500 00 00 $65.eoo $65.50 "5.5DD DO 1 I $23.518 00 $23.518 00 1 0000 000 $23.5 8 000 $23.51800 V3.519 DO LS I $7-100.00 $7-100.00 _ 100000000 $710000 $710000 $710000 BCYD 8m1 $543 $4.47400 82 $4.47400 $4.47 U.-DO LS 11 $0.00 345 $3450.00 100000000 $345000 $345000 $345000 LF 1751 $575 $1.00525 175 00000000 $1.00625 $1.00625 $1.00625 SF L8341 $2.95 $5410.30 183400000000 $5410 SO_ $141030 $541030 BCYD 3.6501 $1113 $4D.638 no 3650 00000000 $40.63800 $40.6360 "0.836 DO BCYD L457 $38.32 S52.91024 145700000000 $5291824 $5291824 E5291024 BCYD 1.7341 $6478 $112.33224 173 $112.11224 $112 $112.33226 LS II S18.130.33 S18.13033 100000000 $1813033 $1813033 SU 13D 33 SF 7.5361 I $149 $11.228M 7536 00000000 $11.22864 $11.22864 $11.22686 1 11 $30.75000 $30.75000 1 00000000 $30.7SO 00 $30.75000 $30.75 1 I $19.175.00 S19.17500 000000000 $1917500 $1917500 $19175 DO 1 II M3.70500 M3.70500 1 0.00000 $33.70500 $33.]0500 $33.7D 1 I $5.185.00 $5.18500 100000000 $518500 $518500 $5105 DO 1 1 $8.00000 $8.00000 $8.00000 $3.00000 $BODD DO 1 I $95.702.67 $95.70267 100000000 $SS 70267 $SS 70267 $9570267 1 I MB 572 09 MB 572 09 1 00000000 $36.57209 $36.572 09 $36.572 D9 1 1 $7 000 00 $7 000 00 1 00000000 $7 000 00 $7 00000 E7 POP 00 1 1 S5 560 00 $5 560 00 1 0.00000 $5.560 00 $5.560 00 $5.58 1 1 MO 00 I I $95000 1000000. _ $95000 $95000 SPSD DO Progress Estimate JFn,(�) Fire Station Park lAee non E<nnd 4-1-2023 to 5-24-2023 c000-aery 57409 Smnon No Measure Bid Qnennry Uvr Poee Bid Vaue E ��Bl�®"ry Contractor's Application Aool��m�on Nnnber FINAL ADOI""1O°D"B 5/ 023 of Cowl Va% Bdm�u w F-A Value Nex Y mllalV lue'1B�aPmod 9�oee1(mte� C)F e 9 (B-F) M+E) Da, and S Progress Estimate JFn,(�) Fire Station Park lAee non E<nnd 4-1-2023 to 5-24-2023 c000-aery 57409 Smnon No Measure Bid Qnennry Uvr Poee Bid Vaue E ��Bl�®"ry Contractor's Application Aool��m�on Nnnber FINAL ADOI""1O°D"B 5/ 023 of Cowl Va% Bdm�u w F-A Value Nex Y mllalV lue'1B�aPmod 9�oee1(mte� C)F e 9 (B-F) M+E) Da, and S C-620 Change Order Progress Estimate For(contact): CO2638 Application Period: Item Change Order Item Description No. .""Concrete and Pavilion Breakdown 29 5" concrete 30 concrete under pavers 31 Concrete mow curb 32 Pavilion foundation 33 Pavilion 34 Stamped Drawings ***SPA Pumptrack breakdown 35 Pumutrack fine shaping 36 Pumutrack metal fabrication 37 Pumutrack prep shotcrete features 38 Pumutrack pour shotcrete features 39 Pumutrack detailing ***Pavepro Breakdown 40 Install recycled pavers 41 Pickup and delivery of pavers ***Irrigation Breakdown 42 Irrigation mobilization 43 Irrigation sleeves 44 Irrigation point of connection 45 Irrigation controller freeze protection 46 Irrigation mainline / valves 47 Irrigation lateral lines / heads 48 lingaton flushing / nozzlina 49 Irrigation Cleanup ***Landscape Breakdown 50 B & B trees 51 Omamental trees 52 Omamental grass 53 Mulch 54 Mobilizations 55 Decomposed granite 56 River Cobble 57 Excavation ***Grade Maintenance Breakdown 58 Grade Maintenance ***C Green Scapina berakdown 59 Tiff419 sod 60 Turf maintenance 61 Temporary irrigation ***Site Amenities Breakdown 62 Trash receptacles 63 Leuders Benches 64 Drinking fountains 65 Site amenities labor ***Site Electrical Breakdown 71 Poles and fixtures 72 Poles and fixture installation 1 ADDITIONS Contractor's Application City Secretary contract Num: 57409 Application Numb, FINAL 4-1-2023 to 5-24-2023 Application Date: 5/24/2023 A B C D E F Materials Total Completed % Balance to Finish S Station Unit of CO Quanti to Add Unit Price Addition Change Order Value Estimated Quantity Value Previously Value This PresentlStored and Stored to Date B - F) Section No. Measure ry g Installed Installed Value Period (notnC) (D+E) (B SF 7.839 $8.00 $62,712 00 SF 3.544 $7.50 $26,58000 LF 150 $30.00 $4,50000 EA 6 $3.217.00 $19,30200 LS 1 $93.006.00 $93,00600 LS 1 $7.580.00 $7,58000 LS 1 $18.300.00 $18,30000 LS 1 $12.025.00 $12,02500 LS 1 $62.450.00 $62,45000 LS 1 $73.100.00 $73,10000 LS 1 $7.450.00 $7,45000 SF 3.543 $16.50 $58,459 50 LS 1 $1.998.50 $1,99850 LS 1 $3.000.00 $3,00000 LS 1 $5.000.00 $5,00000 LS 1 $5.000.00 $5,00000 LS 1 $5.000.00 $5,00000 LS 1 $6.000.00 $6,00000 LS 1 $4.000.00 $4,00000 LS 1 $2.000.00 $2,00000 LS 1 $2.000.00 $2,00000 EA 24 $750.00 $18,00000 EA 7 $750.00 $5,25000 SF 35 $30.00 $1,05000 SF 403 $2.00 $80600 LS 1 $4.437.00 $4,437 00 SF 75 $10.00 $75000 SF 2.504 $10.00 $25,04000 LS 1 $2.705.00 $2,705 00 LS 1 $25.000.00 $25,00000 SF 26,092 $0.58 $15,13336 LS 1 $4.960.64 $4,96064 SF 14,450 $0.18 $2,60100 EA 5 $987.00 $4,935 00 EA 7 $706.00 $4,942 00 EA 1 $4.950.00 $4,950 00 LS 1 $5.073.00 $5,073 00 LS 1 $23.874.00 $23.874,00 LS 1 $9.520.00 $9.520.00 I 7839.00000000 I $62312.00 3544.00000000 $26,580.00 $62,712.00 $26,580.00 150.00000000 S4,500.00 600000000 I $19302.00 100000000 I $93,006.00 100000000 I $7,580.00 I 100000022 $18,300.00 $4,500.00 $19,302.00 $93,006.00 $7,580.00 $18,300.00 100000000 S12,o25.00 100000000 I $62A50.00 100000000 I $73,100.00 100000000 I $7A50.00 I 3543.00000000 I $58A59.50 100000000 I $L998.50 I 100000000 I $3,000.00 100000000 I $5,000.00 100000000 I $5,000.00 100000000 I $5,000.00 100000000 I $6,000.00 100000000 I $4,000.00 100000000 I $1000.00 100000000 I $1000.00 I 24 00000000 I S M000.00 700000000 $5250.00 $12,025.00 $62,450.00 $73,100.00 $7,450.00 $58,459.50 $1,998.50 $3,000.00 $5,000.00 $5,000.00 $5,000.00 $6,000.00 $4,000.00 $2,000.00 $2,000.00 $18,000.00 $5,250.00 3500000000 Sl,,o5o.00 403.00000000 I $806.00 100000000 I $4A37.00 75 00000000 I $750.00 2504.00000000 I $25,040.00 100000000 I $2305.00 I 100000000 I $25,000.00 I 2609200000000 I $15,133.36 100000000 I $4,960.64 14450 00000000 I $1601.00 I 500000000 I $4,935.00 700000000 I $4,942.00 100000000 I $4,950.00 100000000 I $5,073.00 I 100000000 I $23,874.00 100000000 I $9,520.00 $1,050.00 $806.00 $4,437.00 $750.00 $25,040.00 $2,705.00 $25,000.00 $15,133.36 $4,960.64 $2,601.00 $4,935.00 $4,942.00 $4,950.00 $5,073.00 $23,874.00 $9,520.00 This document has been modified from its original f as an E1CDC document and the user did not highlight the modifications. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution. $62312.00 100 0% $26,580.00 100 0% S,IJ00.00 100 0% $19302.00 100 0% $91006.00 100 0% $7,580.00 100 0% $18300.00 100 0% $11025.00 100 0% $61450.00 100 0% $73,100.00 100 0% $7A50.00 100 0% $58A59.50 100 0% $L998.50 100 0% S3,000.00 100 0% S5,000.00 100 0% S5,000.00 100 0% S5,000.00 100 0% $6,000.00 100 0% S4,000.00 100 0% S2,000.00 100 0% S2,000.00 100 0% $ M000.00 100 0% $5250.00 100 0% $L050.00 100 0% $806.00 100 0% $4A37.00 100 0% $750.00 100 0% S25,040.00 100 0% $2,705.00 100 0% $25,000.00 100 0% $15,133.36 100 0% $4,960.64 100 0% S2,601.00 100 0% $4,935.00 100 0% S4,942.00 100 0% S4350.00 100 0% $5,073.00 100 0% 1 $21874.00 1000% I $9,520.00 100 0% C-620 Change Order 73 Trench LS 1 $13.689.00 $13.689.00 100000000 I $13.689.00 $13,689.00 I $13.689.00 1000% 74 Wire LS 1 $13.439.00 $13.439.00 100000000 I $13.439.00 $13,439.00 I $13.439.00 1000% 75 Pipe/conduit LS 1 $31.606.00 $31.606.00 100000000 I $3L606.00 $31,606.00 I $3L606.00 1000% 76 Switchgem LS 1 $12.204.00 $12.204.00 100000000 I $12.204.00 $12,204.00 I $12204.00 1000% 77 additional poles and fixtures LS 1 $20.000.00 $20.000.00 100000000 I $20.000.00 $20,000.00 I $20.000.00 1000% -Additional Earthwork Breakdown I I 78 Mobilizations LS 1 $6.891.00 $6,89100 100000000 I $6.891.00 $6,891.00 I $6.891.00 1000% 79 Demolition LS 1 $15.180.00 $15,18000 100000000 I $15,180.00 $15,180.00 I $15.180.00 1000% 80 Export LS 1 $4.375.00 $4,37500 100000000 I $4.375.00 $4,375.00 I $4.375.00 1000% 81 Bluetov LS 1 $5.705.00 $5,70500 100000000 I $5.705.00 $5,705.00 I $5.705.00 1000% 82 Backfill LS 1 $5.195.00 $5,19500 100000000 I $5.195.00 $5,195.00 I $5.195.00 1000% * Parkin¢ Lot Breakdown I I 83 Barricading LS 1 $8.500.00 $8.500.00 100000000 I $8.500.00 $8,500.00 I W500.00 1000% 84 Paving SF 4.156 $9.50 $39.482.00 4156.00000000 I $39A82.00 $39,482.00 I $39A82.00 1000% 85 Extra depth concrete SF 4.156 $3.50 $14.546.00 4156.00000000 I $14J,16.00 $14,546.00 I $14J,16.00 1000% 86 Curb and gutter LF 585 $15.50 $9.067.50 585urroot000 I $9.067.50 $9,067.50 I $9.067.50 1000% 87 Striping / HC signs LS 1 $3.200.00 $3.200.00 100000000 I $3200.00 $3,200.00 I $3200.00 1000% 88 Asphalt repair LS 1 $4.000.00 $4.000.00 100000000 I $4.000.00 $4,000.00 I $4.000.00 1000% 89 contingency LS 1 $74.844.45 $74.844.45 100000000 I $74.844.45 $74,844.45 I $74.844.45 1000% Subtotal I I I I 90 Increased construction scope General 1.00000000 $64.428.98 $64.428.98 100000000 I $64A28.98 $64,428.98 I $64A28.98 1000% 91 Increased construction scope Fee 1.00000000 $24.621.07 $24.621.07 1 0000000o I $24.621.07 I I $24,621.07 I $24.621.07 I I 1000% I Totals I $1.009A64.00 I I $1.009.464.00 I I $1.009.464.00 1000% $1.009A64.00 Progress Estimate 1 Contractor's Application DELETIONS Fmlcmduac0: CO2638 ApplicaticaNumb, FINAL Application Period` 4-1-2023 to 5-24-2023 Application Date: 5/24/2023 A B C D E F Item CO Quantity to Change Order lam, No. Description I Specification Unit of Section No. Measure Delete UnitPrice Deletion Change Order Value Not Used Not Used Not Used Not Used Not Used Not Used Not Used Not Used This document has been modified from its original f as an E1CDC document and the user did not highlight the modifications. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution. C-620 Change Order Totals This document has been modified from its original f as an E1CDC document and the user did not highlight the modifications. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution. City Secretary Contract Num: I 57409 Application Period: Funding Identification (FID) Origqinal Contract 1301008000450574001000263$ C049809999 130110080045057400100O2638CO4980 10 10 10 10 10 10 10 10 10 Chan_ye Order 1 130100800045057400100O2638 C049809999 130110080045057400100O2638CO4980 10 10 10 10 10 10 10 10 10 Chan_ye Order 2 130100800045057400100O2638 C049809999 130110080045057400100O2638CO4980 10 10 10 10 10 10 10 10 10 Chan_ye Order 3 130100800045057400100O2638 C049809999 130110080045057400100O2638CO4980 City of Fort Worth Summary of Charges Fire Station Park I P. 0.: FW080-0000010076 4-1-2023 to 5-24-2023 Total Completed $579,448.50 $919,807.26 $682,000.00 $327,464.00 Application I FINAL Number: Amt Remaining Gross ($0.00) Project Number: I CO2638 Application Date: 5/24/2023 Retainage Net City Secretary Contract Num: I 57409 Application Period: Funding Identification (FID) 10 10 10 10 10 10 10 10 10 I I Q 09999 I3o1(JQ$ Change Order 4 1301=5057,�60100O2638C04980 10 10 10 10 10 10 10 10 10 I Change Order 5 1301(JQ$QQQ45Q05740010CO2638C0498009999 I3o1 10 10 10 10 10 10 10 10 10 I I Change Order 6 130100800045057400100O2638 C049809999 130110080045057400100O2638C04980 10 10 10 City of Fort Worth Summary of Charqes Fire Station Park I p. 0.: FW080-0000010076 Project Number: CO2638 Number: 4-1-2023 to 5-24-2023 I Application I FINAL Application Date: 5/24/2023 Total Completed Amt Remaining I I Gross Retainage Net City Secretary Contract Num: I 57409 Application Period: Funding Identification (FID) 10 10 10 10 10 10 I Chan_ye Order 7 130100800045057400100O2638 C049809999 130110080045057400100O2638CO4980 10 10 10 10 10 10 10 10 10 I 1 Chan_ye Order 8 130100800045057400100O2638 C049809999 130110080045057400100O2638CO4980 10 10 10 10 10 10 10 10 10 I 1 Totals 130100800045057400100O2638 C049809999 130110080045057400100O2638CO4980 10 10 10 10 10 10 City of Fort Worth Summary of Charqes Fire Station Park I p. 0.. FW080-0000010076 Project Number: CO2638 Number: 4-1-2023 to 5-24-2023 I Application I FINAL Application Date: 5/24/2023 Total Completed Amt Remaining I Gross Retainage Net $1,261,448.50 ($0.00) $1,247,271.26 City of Fort Worth Summary of Charges City Secretary Contract Num: I 57409 I Fire Station Park I P. 0.: FW080-0000010076 Project Number: CO2638 Application Period: I 4-1-2023 to 5-24-2023 I Application I FINAL Application Date: 5/24/2023 Number: Total Completed Amt Remaining Retainage met Funding Identification (FID) Gross I H 10 I 1 $0.00 $0.00 $0.00 $0.00 10 I I $0.001 1 $0.001 1 $0.001 1 $0.001 1 10 I I 1 1 $0.001 1 $0.001 1 $0.001 1 I Grand Total 1 1 $2,508,719.76 1 1 ($0.00)1 1 $0.00 1 1 ($125,435.99)1 1 $125,435.99 CSC No. 57409-A1 AMENDMENT No . 1 TO CITY SECRETARY CONTRACT No. 57409 WHEREAS, the City of Fort Worth (CITY) and Dean Electric, Inc., dba Dean Construction (CMAR) made and entered into City Secretary Contract No. 57409 (the CONTRACT), which was authorized by M&C 22-0241 on the 29th day of March, 2022 for pre -construction services fee in the amount of $3,500.00 and a construction services fee of 3.5% of the Guaranteed Maximum Price (GMP) within a Project Construction Budget of $1,500,000.00; and WHEREAS, the CONTRACT calls for pre -construction and construction services for the following project: Fire Station Park Expansion (CPN CO2638); and WHEREAS, pursuant to Article 4 of the Contract, the parties desire to execute Amendment No. 1 to the CONTRACT to establish the Guaranteed Maximum Price (GMP) for the construction phase of the Project; NOW THEREFORE, CITY and CMAR, acting herein by and through their duly authorized representatives, enter into the following agreement, which amends the CONTRACT: 1. The project construction budget is amended to be increased in the amount of $1,009,464.00, thereby increasing CMAR contract amount from $1,503,500.00 to $2,512,964.00; and 2. The GMP for construction of the Project shall be the amount not to exceed $2,512,964.00, inclusive of the CMAR's 3.5% fee, as specified in the original agreement. The GMP proposal attached hereto is within the project budget, and the Staff finds that the fees and costs are fair and reasonable for the work proposed. KP All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. City of Fort Worth CMAR Agreement Amendment Page 1 of 3 OFFICIAL RECORD CITY SECRETARY FT. WORTH, T EXECUTED and EFFECTIVE as of the date subscribed by the City's designated Assistant City Manager. APPROVED: City of Fort Worth Jesica L. McEachern Assistant City Manager DATE: Nov 1, 2022 AP�PROVAL RECOMMENDED: )Ot ",pfe-, Dave Lewis CMAR Dean Construction Greg F laugh CEO/President DATE: 0 Interim Director, Park & Recreation Department 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. Jing Yang, Landscape Architect Manager Park & Recreation Department APPROVED AS TO FORM AND LEGALITY: C aw, Jeremy Anato-Mensah Assistant City Attorney I ATTEST: C 15'ee" J4iiette S. Goodall (Nov 1, 2022 16: DT) Jannette S. Goodall City Secretary City of Fort Worth CMAR Agreement Amendment Page 2 of 3 M& C : 22-0800 Date: 10/11/2022 a� OR �o °0"�.�� 00 0�� d° j� °000000 IC/ OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX GUARANTEED MAXIMUM PRICE PROPOSAL City Secretary No. 57409 Amendment No. 1 Fund -Account -Center Amount �30286-0800450-4928604—CO2638-CO4980 $650,000.00 �30110-0800450-4640006—CO2638-CO4980 $359,464.00 Total = $1,009,464.00 City of Fort Worth CMAR Agreement Amendment Page 3 of 3 CITY COUNCIL AGENDA Create New From This M&C Official site of the City of Fort Worth, Texas FORTIVORTH DATE: 10/11/2022 REFERENCE **M&C 22- LOG 80FIRE STATION PARK CMAR NO.: 0800 NAME: AGREEMENT AMENDMENT NO.1 CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT. (CD 9) Authorize Execution of Amendment No.1 to City Secretary Contract No. 57409, a Construction Manager at Risk Agreement with Dean Electric, Inc., dba Dean Construction, in the Amount of $1,009,464.00 for the Fire Station Park Expansion Project, for a Revised Contract Amount of $2,512,964.00; Accept Funds in the Amount of $650,000.00 from Tax Increment Reinvestment Zone #4 - Southside Medical District; Adopt Appropriation Ordinances and Amend the Fiscal Years 2022-2026 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of Amendment No.1 to City Secretary Contract No. 57409, a Construction Manager at Risk Agreement with Dean Electric, Inc. dba Dean Construction, for the Fire Station Park Expansion project, in the amount of $1,009,464.00, for a revised contract amount of $2,512,964.00; 2. Accept Tax Increment Reinvestment Zone #4 - Southside Medical District Fund, in the amount of $650,000.00 for the Fire Station Park Expansion project (City Project No. CO2638); 3. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the TIRZ General Capital Fund in the amount of $650,000.00, transferred from Tax Increment Reinvestment Zone #4 - Southside Medical District Fund for the purpose of funding the Fire Station Park Expansion project; 4. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the PARD Dedication Fees Fund in the amount of $600,000.00, from available funds, for the purpose of funding the Fire Station Park Expansion project; and 5. Amend the Fiscal Years 2022-2026 Capital Improvement Program. DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize execution of Amendment No.1 to the Construction Manager at Risk (CMAR) agreement with Dean Electric, Inc., dba Dean Construction (Dean Construction), for the Park & Recreation Department's (PARD) Fire Station Park Expansion project, in the amount of $1,009,464.00, for a revised CMAR contract amount of $2,512,964.00, accept local funding from Tax Increment Reinvestment Zone #4 - Southside Medical District (TIRZ 4), appropriate $600,000.00 in receipts and appropriations in the Park and Recreation (PARD) Dedication Fees Fund, and amend the Fiscal Year 2022-2026 Capital Improvement Program. On August 30, 2016, the City Council authorized the acquisition of approximately 1.35 acres of land located at 1616 Hemphill Street for the expansion of the existing Fire Station Park (M&C L-15946). On April 26, 2019, an Engineering Services Agreement with Pacheco Koch Consulting Engineers, Inc. (Pacheco Koch) was administratively executed in an amount of $10,000.00 to prepare Phase I development of the site (City Secretary Contract No. 52234). On May 6, 2020, the City Council authorized Amendment No. 1 to the agreement in an amount of $124,828.00 to provide additional design and construction documents for the site (M&C 20-0321). On August 8, 2022, Amendment No. 2 to the agreement was administratively executed in an amount of $49,300 to provide construction administration services, for a total contract amount of $184,128.00. On March 29, 2022, the City Council authorized (M&C 22-0241) the CMAR agreement with Dean Construction (City Secretary Contract No. 57409) in the amount of $1,503,500.00, for the installation of 2 skate parks and a market plaza in Fire Station Park. Amendment No.1 increases the scope to include the installation of a steel pavilion, pump track, lighting, pedestrian walkway, event lawn turf and angled street parking. The additional scope is consistent with the park master plan. The project construction cost of Amendment No.1 is $1,009,464.00, which brings the total CMAR contract to $2,512,964.00. The overall project cost, inclusive of design and construction, is $2,697,092.00. This project is being funded by City PARD Dedication Fees Fund, private funds raised by Historic Southside, Inc., dba Near Southside Arts, Inc. (NSA) and TIRZ 4 funds. The total funding increase is outlined below. Fund General Capital Projects Fund TIRZ General Capital Fund PARD Dedication Fees Fund PARD Gas Lease Capital Project Fund TOTAL FUNDING Original Budget Revised Source Authority Budget Adjustment Budget Near M&C 22- $680,000.00 $0.00 $680,000.00 Southside Arts 0241 TIRZ #4 - Southside Medical District Central City Fees (Near Southside Units) Gas Lease Bonus This M&C M&C 22- 0241; This M&C M&C G- 18917 $0.00 $650,000.00 $650,000.00 $1,200,000.00 $600,000.00 $1,800,000.00 $9,446.00 $0.00 9,446.00 $1,889,446.00 $1,250,000.00 $3,139,446.00 Funding for this project was not included in the Fiscal Years (FY) 2022-2026 Capi-al Improvement Program (CIP) due to unrealized TIRZ 4 funds at the time of CIP submission. The action in this M&C will amend the FY 2022-2026 CIP. Funding is budgeted in the Capital Interfund Transfer Out account of the Economic Development Department's TIRZ 4 Fund and available funds within the PARD Dedication Fees Fund for the purpose of funding the Fire Station Park Expansion project. Schedule — Construction services for Fire Station Park Expansion project began in July 2022. Amendment No.1 will extend the completion time of the whole project to March 2023. Amendment No. 1 will have no impact on the Park & Recreation Department's annual operating budget when completed. Business Equity Goal — The City's Business Equity goal on the Amendment No.1 of this CMAR project is 11\%. Dean Construction is in compliance with the City's Business Equity Ordinance by committing to 11\% Business Equity participation on this project. Fire Station Park is located in COUNCIL DISTRICT 9. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are currently available in the TIRZ 4 Fund and the Park Planning District (PPD) 4.7-6 project within the PARD Dedication Fees Fund to support approval of the above recommendations; and upon adoption of the appropriation ordinances, funds will be available in the Fire Station Park Expansion project to support the execution of amendment No.1 tc City Secretary Contract No. 57409. Prior to an expenditure being incurred, the Park & Recreation Department has the responsibility of verifying the availability of funds. TO Fund Department Account Project Program Activity Budget Reference # Amount ID ID Year (Chartfield 2) FROM Fund Department Account Project Program Activity Budget Reference # Amount ID ID Year (Chartfield 2) Submitted for Citv Manager's Office bv: Jesica McEachern (5804) Originating Department Head: Dave Lewis (5717) Additional Information Contact: Joel McElhany (5745) ATTACHMENTS 1295 Form.ndf (CFW Internal) 80FIRE STATION PARK CMAR AGREEMENT AMENDMENT NO.1 funds availabilibimcif (CFW Internal) 80FIRE STATION PARK CMAR AGREEMENT AMENDMENT NO.1 Undated FID.xlsx (CFW Internal) CO2638 Fire Station Park 2022 080 12.1pg (CFW Internal) CO2638 Fire Station Park Amendment 1 COMPLIANCE MEMO.ndf (CFW Internal) LOCATION MAP.rndf (Public) ORD.APP80FIRE STATION PARK CMAR AGREEMENT AMENDMENT NO.1 30110 A022(r3).docx (Public) ORD.APP80FIRE STATION PARK CMAR AGREEMENT AMENDMENT NO.1 30286 A022(r2).docx (Public) Fire Station Park Amendment No. 1 Increase construction scopes: Striping / HC signs $3,200.00 Barricading $8,500.00 Demo / earthwork $61,841.00 Site concrete $93,800.00 Pavilion foundation $19,300.00 Pavilion $93,000.00 Pump Track $173,325.00 Pavers $60,458.00 Irrigation $40,211.00 Landscape $26,900.00 Grade Maintenance $25,000.00 Turf Establishment $24,195.00 River Cobble $28,495.00 Site Amenities $19,900.00 Site Electrical $104,332.00 Vehicular paving / curb $39,113.00 Asphalt repair $4,000.00 Total $825,570.00 contingency $94,844.00 $920,414.00 General Conditions $64,428.98 Fee $24,621.02 GMP $1,009,464.00 Fire Station Park Phase I CMAR and Amendment No.1 Map Legend: 0 Phase I CMAR Phase I CMAR Amendment No.1 I i Future Phase E FORT WORTH, TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Fire Station Park CITY PROJECT NUMBER: CO2638 WATER PIPE LAID SIZE TYPE OF PIPE LF FIRE HYDRANTS: VALVES (16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: Taken -Pass NEW SERVICES: 2" DOM I SEWER PIPE LAID SIZE TYPE OF PIPE LF PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: Taken Pass NEW SERVICES: 6" PVC TRANSPORTATION AND PUBLIC W KS The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311 (817) 392 - 7941 • Fax: (817) 392 - 7845 25 LF 7 LF FORTWORTH. M, TRANSPORTATION AND PUBLIC WORKS April 5, 2023 Dean Constructon 701 Hall St Cedar Hall, TX 75104 RE: Acceptance Letter Project Name: Fire Station Park Project Type: Paving, Water, Sewer, Streetlights City Project No.: CO2638 To Whom It May Concern: On April 5, 2023 a final inspection was made on the subject project. There were punch list items identified at that time. The punch list items were completed on June 1, 2023. The final inspection and the corrected punch list items indicate that the work meets the City of Fort Worth specifications and is therefore accepted by the City. The warranty period will start on June 1, 2023, which is the date of the punch list completion 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 682- 215-5609. Sincerely, Helen Florez P.M ,Project Manager Before&After Pictures Cc: Adrian Aranda , Inspector Donald Watson , Inspection Supervisor Aaron Ybarra , Senior Inspector Victor V, Tornero Jr. , Program Manager Christopher J. Tatton , Consultant Dean Construction , Contractor N/A, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 CONSENT OF SURETY COMPANY TO FINAL PAYMENT AIA DOCUMENT G707 OWNER ❑ ARCHITECT ❑ CONTRACTOR ❑ SURETY ❑ OTHER ❑ Bond No. BCD1088349 PROJECT: CMaR — CFW Fire Station Park Expansion Project No. CO2638 (name, address) Fort Worth, TX TO (Owner) City of Fort Worth Architect's Project No.: 200 Texas Street Fort Worth, TX 76102 Contract For: CMaR — CFW Fire Station Park Expansion Project No. CO2638 Fort Worth, TX Contract Date: April 7, 2022 Contractor: Dean Electric, Inc. dba Dean Construction, 701 Hall Street, Cedar Hill, TX 75104 In accordance with the provision of the Contract between the Owner and the Contractor as indicated above, the The Hanover Insurance Company, SURETY COMPANY, on bond of Dean Electric, Inc. dba Dean Construction, CONTRACTOR, hereby approves the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety Company of any of its obligations City of Fort Worth, OWNER, as set forth in the said Surety Company' bond. IN WITNESS WHEREOF, the Surety Company has hereunto set is hand this 6th Day of September. 2023 The Hanover Insurance Company Surety Company Si nature of au o�ized rtive g i�p Peggy Hogan Attorney -In -Fact Attest: (Seal): Note: This form is to be used as a companion document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition AIA DOCUMENT G707 • CONSENT OF SURETY COMPANY TO FINAL PAYMENT * April 1970 Edition • AIA® One Page 01970 • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 New York Ave., NW, Washington, D.C. 20006 THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWER OF ATTORNEY THIS Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. KNOW ALL PERSONS BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing underthe laws ofthe State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing underthe laws ofthe State of Michigan. (hereinafter individually and collectively the "Company") does hereby constitute and appoint. Steven Lott, David Oxford, Peggy Hogan, Sherrel Breazeale and/or Bart Russ Of Consolidated Insurance Partners of Dallas, TX each individually, if there be more than one named, as its true and lawful attomey(s)-in-fact to sign, execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed any place within the United States, any and all surety bonds, recognizances, undertakings, or other surety obligations. The execution of such surety bonds, recognizances, undertakings or surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company, in their own proper persons. Provided however, that this powerof attorney limits the acts of those named herein and they have no authority to bind the Company except in the manner stated and to the extent of any limitation stated below: Any such obligations in the United States, not to exceed Thirty Million and No1100 ($30,000,000) in any single instance That this power is made and executed pursuant to the authority ofthe following Resolutions passed by the Board of Directors of said Company, and said Resolutions remain in full force and effect: RESOLVED: That the President or any Vice President, in conjunction with any Vice President, be and they hereby are authorized and empowered to appoint Attorneys -in -fact of the Company, in its name and as it acts, to execute and acknowledge for and on its behalf as surety, any and all bonds, recognizances, contracts of indemnity, waivers of citation and all other writings obligatory in the nature thereof, with power to attach thereto the seal ofthe Company. Any such writings so executed by such Attorneys -in -fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons. RESOLVED: That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto, granted and executed by the President or Vice President in conjunction with any Vice President ofthe Company. shall be binding on the Company to the same extent as if all signatures therein were manually affixed, ever though one or more of any such signatures thereon may be facsimile. (Adopted October 7, 1981— The Hanover Insurance Company; Adopted April 14. 1982 — Massachusetts Bay Insurance Company; Adopted September 7, 2001—Citizens Insurance Company of America and affirmed by each Company on March 24, 2014) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested by two Vice Presidents, this 261h day of April, 2022. T"E HANOVER INSU E COMPANY MASSACHUSETTS Y ! URANCE COMPANY CITIZENS INSURA € C MPANY OP AMERfCA Vice President THE COMMONWEALTH OF MASSACHUSETTS ) COUNTY OF WORCESTER ) ss. THE HANOVER INSURANCE COMPA14Y MASSACHUSETTS BAY INSURANCE COMPANY CITIZ NS INSURANCE COMPANY OF AMERICA t'�.t.�"Y✓IJiJ J H. Kawiacki. Uce President On this 261h day of April, 2022 before me came the above named Executive Vice President and Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, tome personally known to be the individuals and officers described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations. ARLEEN V. SIMONS f a Notary Public ir110DN1EiiTHOF�TS Areen V- Simons. Notary U Ic My Ga 15Expire June My Commission Expires June 15. 2023 ✓ n• t5, 942.3 I, the undersigned Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, hereby certify that the above and foregoing is a full, true and correct copy ofthe Original Power of Attorney issued by said Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect. GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, this _6th_ day of _September 2023 CERTIFIED COPY THE HANOVEit INSURANCE COMPANY T:,e FiU3E7 TS BAY FNSURANCE COMPANY ON;U Y OF AIMERCA A. Rowedde,. Vice Pmaidom IMPORTANT NOTICE To obtain information or make a complaint You may call The Hanover Insurance Company/ Citizens Insurance Company of America's toll -free telephone number for information or to make a complaint at: 1-800-343-6044 You may also write to The Hanover Insurance Company/ Citizens Insurance Company of America at: 440 Lincoln Street Worcester, MA 01653 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance P. 0. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.texas.gov E-mail. ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Depa rtment of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. Texas Complaint Notice Commercial Lines AVISO I M PO RTANTE Para obtener informacion o para someter una queja: Usted puede Ilamar al numero de teiefono gratis de The Hanover Insurance Company/Citizens Insurance Company of America's para informacion o para someterunaquejaal: 1-800-343-6044 Ustedtambien puedeescribira The Hanover Insurance Company/Citizens Insurance Company of America al: 440 Lincoln Street Worcester, MA 01653 Puede comunicarse con el Departamento de Seguros de Texas para obtener information acerca de companias,coberturas,derechosoquejasal: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: P. 0. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o la com- pania primero. Si no se resuelve la disputa, puede entoncescomunicarse con el departamento(TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. The Hanover Insurance Company j 440 Lincoln Street, Worcester, MA 01653 181-1457(12/13) NfleI or r Citizens Insurance Company of America 1 808 North Highlander Way, Howell, MI 48843 hanover.com 1 Document G706l -1994 Contractor's Affidavit of Payment of Debts and Claims PROJECT: (Nance and address) Fire Station Park 1601 Lipscomb Fort Worth, TX 76104 TO OWNER: (Name and address) City of Fort Worth 4200 South Freeway, Suite 2200, Fort Worth, TX 76115 STATE OF: Texas COUNTY OF: Dallas ARCHITECT'S PROJECT NUMBER: Pacheco Koch Consulting Engineers, LLC CONTRACT FOR: Construction of Skatepark and Community Park CONTRACT DATED: June 24, 2022 OWNER: ARCHITECT: ❑ CONTRACTOR: ❑ SURETY: ❑ OTHER: ❑ The undersigned hereby certifies that, except as listed below, payment has been made in full and all obligations have otherwise been satisfied 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 Owner's property might in any way be held responsible or encumbered_ EXCEPTIONS: 5% Retainage to the following: Marshal Renee Construction dba PavcPro - S3,182.90 SPA Skateparks - S57,488.74 Vista Earthworks, Inc - S 15,848,48 SUPPORTING DOCUMENTS ATTACHED HERETO: 1. Consent of Surety to Final Payment. Whenever Surety is involved, Consent of Surety is required. AIA Document G707, Consent of Surety, may be used for this purpose Indicate Attachment ® Yes ❑ No The following; supporting documents should be attached hereto if required by the Owner: 1. Contractor's Release or Waiver of Liens, conditional upon receipt of final payment. 2, Separate Releases or Waivers of Liens from Subcontractors and material and equipment suppliers, to the extent required by the Owner, CONTRACTOR: (Name and address) Dean Electric, Inc. dba Dean Construction 701 Hall Street Cedar Hill, TX 75104 BY: (Sig of authoriz9frepresentative) Gregory Firebaugh -President (Printed name and title) Subscribed and sworn to before me on this date: accompanied by a list thereof Notary �% .(� Nota Public �} r ij[.�h. ` �t1!tlllC� EO ��/, 3. Contractors Affidavit of Release of Liens (AIA My Commission Expires: 5/18/2026 �� +(. DocumentG706A). �pRYjDG C OF Tag ���� �.o '• 337t590ti•• ��� AIA Document G706 — 1994. Copyright tE' 1970 and 1994. All rights reserved. `The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo. and "AIA Contract Documents' are trademarks of The American Institute of Architects. This document was produced at 14:53:39 ET on OW0612023 under Order No.2114467658 which expires on 0910512024, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents` Terms of Service. To report copyright violations, e-mail docinfo®aiacontracts.com. User Note.: (3149ADA6E) Document G706 A -1994 Contractor's Affidavit of Release of Liens PROJECT: (Name and address) Fire Station Park 1601 Lipscomb, Fort Worth, TX 76104 TO OWNER: (Name and address) City of Fort Worth 4200 South Freeway, Suite 2200 Fort Worth, TX 76115 STATE OF: Texas COUNTY OF: Dallas ARCHITECT'S PROJECT NUMBER: CONTRACT FOR: Construction of Skatepark and Community Park CONTRACT DATED: June 24, 2022 OWNER: ARCHITECT: ❑ CONTRACTOR: ❑ SURETY: ❑ OTHER: ❑ The undersigned hereby certifies that to the best of the undersigned's knowledge, information and belief, except as listed below, the Releases or Waivers of Lien attached hereto include the Contractor, all Subcontractors, all suppliers of materials and equipment, and all performers of Work, labor or services who have or may have liens or encumbrances or the right to assert liens or encumbrances against any property of the Owner arising in any manner out of the performance of the Contract referenced above. EXCEPTIONS: 5% Retainage to the following: Marshal Renee Construction dba PavePro - $3,182.90 SPA Skateparks - $57,488.74 Vista Earthworks - $15,848.48 SUPPORTING DOCUMENTS ATTACHED HERETO: CONTRACTOR: (Name and address) 1. Contractor's Release or Waiver of Liens, Dean Electric, Inc. dba Dean Construction conditional upon receipt of final payment. 701 Hall Street, Cedar Hill, TX 75104 2. Separate Releases or Waivers of Liens from If BY: Subcontractors and material and equipment (Sign ur fauthoriz suppliers, to the extent required by the Owner, representative) accompanied by a list thereof. Gregory Firebaugh - President (Printed name and title) Subscribed and sworn to before me on this date: Notary Public: . �` Wl My Commissia xp es2026 ```\���111t1illllrttt�h, E Oq��''�. PGB'CF'���. Ak `yOF �'77If/llttnitt�t��` AZDocument G706A —1994. Copyright ® 1982 and 1994. All rights reserved, "The American Institute of Architects," "American Institute of Architects," "AIA," the A Logo, and 'AIA Contract Documents' are trademarks of The American Institute of Architects. This document was produced at 14:50:51 ET on 09/0612023 under Order No.2114467643 which expires on 0910512024, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents' Terms of Service. To report copyright viclations, e-mail docinfo@aiacontracts.com. User Notes: (3B9ADA5F) 00 41 .4 FIRE STATION SKATE PARK BEFORE & AFTER PHOTOS - O WRcCME � . 9 � � 1 PARK � ■ _ �` �. IF BEFORE AFTER AFTER ow - �kl AFTER FIRE STATION SKATE PARK BEFORE &AFTER PHOTOS I -- Ad BEFORE AFTER FIRE STATION SKATE PARK BEFORE &AFTER PHOTOS BEFORE AFTER 'r a AFTER BEFORE FIRE STATION SKATE PARK BEFORE &AFTER PHOTOS AFTER AFTER AFTER FIRE STATION SKATE PARK BEFORE & AFTER PHOTOS BEFORE AFTER