Loading...
HomeMy WebLinkAboutContract 56229-FP1-FPlCity Secretary 56229Contract No. _____ _ fORTWORTH® Date Received _l_/_B/_2 _02_5 __ 1/1 0/2025 NOTICE OF PROJECT COMPLETION (Developer Projects) The Transportation and Public Works Department upon the recommendation of the Project Manager has accepted the following project as complete: Project Name: Crescent Cultural District Office City Project No.: 103100 Improvement Type(s): � Paving � Drainage � Street Lights Original Contract Price: $554,541.92 Amount of Approved Change Order(s): -$231,754.06 Revised Cont ract Amount : Total Cost of Work Complete: Contractor Assistant Project Manager Title HC Beck, LTD Company Name #.ft.· Curtis Hol\i;Orth {Jan 81 2025 09:21 CST) Project Inspector Vw6a9.w� Project Manager � Kandice Mernck Jan 8, 2025 14:06 CST c��r Lauren Prieur {Jan 8, 2025 14:50 CST) TPW Director Asst. City Manager $322,787.86 $322,787.86 Jan 8, 2025 Date Jan 8, 2025 Date Jan 8, 2025 Date Jan 8, 2025 Date Jan 8, 2025 Date Jan 10, 2025 Date □Traffic Signals Page 1 of 2 Notice of Project Completion Project Name: Crescent Cultural District Office City Project No.: 103100 City's Attachments Final Pay Estimate 0 Change Order(s): 0 Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid � Consent of Surety � Statement of Contract Time Contract Time 90 WD Days Charged: 423 WD Work Start Date: 2/28/2022 Work Complete Date: 101/4/2024 Completed number of Soil Lab Test: 183 Completed number of Water Test: 15 Page 2 of 2 FORTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name CRESCENT CULTURAL DISTRICT OFFICE Contract Limits Project Type DRAINAGE IMPROVEMENTS City Project Numbers 103100 DOE Number 3100 Estimate Number 1 Payment Number 1 For Period Ending 10/14/2024 WD City Secretary Contract Number Contract Date Project Manager NA Contractor HC BECK, LTD 1807 ROSS AVE, STE 500 DALLAS , TX 75201 Inspectors D. WATSON / C. HOLLINGSW Contract Time 9AJD Days Charged to Date 423 Contract is 100.00 Complete Tuesday, December 10, 2024 Page 1 of 5 City Project Numbers 103100 Contract Name CRESCENT CUI; I'URAI, DIS'fRIC'I' OI�I�ICI: Contract Limits Project Type DRAINAGE IMPROVEMENTS Project Funding UNIT III: DRAINAGE IMPROVEMENTS Item Description of Items �stimated Unit No. Quaniry l REMOVE 18" STORM LINE 230 LF 2 TRENCH SAFETY �0 LF 3 18" RCP, CLASS IV 50 LF Sub-Total of Previous Unit iJNTl' IV: PAVING IMPROVEMENTS Item Description of Items No. 1 REMOVE SIDEWALK 2 REMOVE WALL <4' 3 REMOVE CONC PVMT 4 REMOVE ASPHALT PVMT 5 REMOVE BRICK PVMT (CO #2) 6 REMOVE CONC CURB & GUTTER 7 2" SURFACE MILLING (CO #2) 8 10' WIDE ASPHALT PVMT REPAIR, ARTERIAL (CO #2) 9 CONC PVMT REPAIR, ARTERIAL/INDUSTRIAL 10 HYDRATED LIME 11 6" LIME TREATMENT 12 2" ASPHALT PVMT TYPE D 13 8" CONC PVMT 14 4" CONC SIDEWALK (CO# 3) 15 7" CONCRETE DRIVEWAY 16 BARRIER FREE RAMP, TYPE R-1 (SPECIAL) (CO# 3) 17 BRICK PAVER SIDEWALK (CO# 3) 18 BRICK PVMT REPAIR 19 6" CONC CURB & GUTTER 20 PLANT 4" TREE (CO# 3) 21 REMOVE & REINSTALL SIGN PANEL & POST (CO# 3) EsNmated Unit Quanity 1150 SF 110 LF 500 SY I55 SY 219 SY 200 LF 0 SY 0 LF 490 SY $81.00 $39,690.00 6.88 TN $186.19 $1,280.99 430 SY $9.00 $3,870.00 167 SY $50.00 $8,350.00 100 SY $73.53 $7,353.00 0 SF $8.56 $0.00 1208 SF $6.84 $8,262.72 0 EA $1,100.00 $0.00 0 SY $248.04 $0.00 52 SY $144.81 $7,530.12 620 LF $40.49 $25,103.80 0 EA $1,000.00 $0.00 0 EA $500.00 $0.00 DOE Number 3100 Estimate Number 1 Payment Number 1 For Period Ending 10/14/2024 Unit Cost Estimated Total $50.00 $I1,�00.00 $5.00 $250.00 $250.00 $12,500.00 $24,250.00 Unit Cost �stimated Total $5.00 $5,750.00 $80.00 $8,800.00 $25.00 $12,�00.00 $20.00 $3,100.00 $20.00 $4,380.00 $10.00 $2,000.00 $20.00 $0.00 $15.00 $0.00 Completed Completed Quaniry Total 230 $I1,�00.00 �0 $250.00 50 $12,500.00 $24,250.00 Completed Completed Quanity Total 1150 $5,750.00 110 $8,800.00 500 $12,�00.00 I55 $3,100.00 219 $4,380.00 200 $2,000.00 0 $0.00 0 $0.00 490 $39,690.00 6.88 $1,280.99 430 $3,870.00 167 $8,350.00 100 $7,353.00 0 $0.00 1208 $8,262.72 0 $0.00 0 $0.00 52 $7,530.12 620 $25,103.80 0 $0.00 0 $0.00 Tuesday, December 10, 2024 Page 2 of 5 City Project Numbers 103100 DOE Number 3100 Contract Name CRESCENT CUI; I'URAI, DIS�fRIC'I' OI�I�ICI: Estimate Number 1 Contract Limits Payment Number 1 Project Type PAVING IMPROVEMENTS For Period Ending 10/14/2024 Project Funding 22 TRAFFIC CONTROL 3 MO $8,000.00 $24,000.00 3 $24,000.00 23 VARIABLE DEPTH ASPHALT PAVEMENT 167 SY $295.57 $49,360.19 167 $49,360.19 REPAIR & OVERLAY (CO #2) Sub-Total of Previous Unit $211,330.82 $211,330.82 LTNTT V: STREET LIGIITING IMPROVEMENTS Item Description of Items EsNmated Unit Unit Cost �stimated Completed Completed No. Quanity Total Quanity Total 1 2" CONDT PVC SCH 80 (T) (CO #1) 520 LF $30.46 $15,83920 520 $15,83920 2 NO 6 INSULATED ELEC CONDR (CO #1) 1392 LF $2.77 $3,855.84 1392 $3,8�5.84 3 GROLTND BOX TYPE B, W/ APRON (CO #1) 4 EA $3,934.00 $15,736.00 4 $15,736.00 4 FURNISH/INSTALL 120-240 VOLT SINGLE 1 EA $7,582.00 $7,582.00 1 $7,582.00 PHASE METERED PEDESTAL 5 RDWY ILLUM ASSEMBLY TY 8, 11, D-25, AND 1 EA $11,873.00 $11,873.00 1 $11,873.00 D-30 6 RDWY ILLUM ASSEMBLY TY 18, 18A, 19, AND 1 EA $12,079.00 $12,079.00 1 $12,079.00 D-40 7 FURNISH/INSTALL LED LIGHTING FUYTURE (70 1 EA $9,953.00 $9,953.00 1 $9,953.00 WATT ATBO COBRA HEAD) 8 FURNISH/INSTALL LED LIGHTING FUYTURE 1 EA $10,289.00 $10,289.00 1 $10,289.00 (137 WATT ATB2 COBRA HEAD) 9 FURNISH/INSTALL PEDESTRIAN STREET 0 EA $4,616.00 $0.00 0 $0.00 LIGHT LINEA SIN. ARM POLE PED (CO # 1) 10 FURNISH/INSTALL PED STREET LIGHT LINEA 0 EA $4,415.00 $0.00 0 $0.00 SIN ARM POLE PED LN (CO #1) 11 FURNISH/INSTALL LED LIGHTING FIXTURE 0 EA $3,862.00 $0.00 0 $0.00 PED STREET LIGHT (72 WATT) (CO #1) 12 FURNISH/INSTALL LED LIGHTING FIXTURF 0 EA $6,400.00 $0.00 0 $0.00 PED STREET LIGHT (216 WATT) (CO #1) Sub-Total of Previous Unit $87,207.04 $s7,2o7.04 Tuesday, December 10, 2024 Page 3 of 5 City Project Numbers 103100 Contract Name CRESCENT CUI; I'URAI, DIS'fRIC'I' OI�I�ICI: Contract Limits Project Type STREET LIGHTING IMPROVEMENTS Project Funding Contract Information Summary Original Contract Amount Change Orders Change Order Number 1 Change Order Number 2 Change Order Number 3 Total Contract Price DOE Number 3100 Estimate Number 1 Payment Number 1 For Period Ending 10/14/2024 $554,541.92 ($228,153.45) $47,125.19 ($50,725.80) $322,787.86 Total Cost of Work Completed $322,787.86 Less % Retained $0.00 Net Earned $322,787.86 Earned This Period $322,787.86 Retainage This Period $0.00 Less Liquidated Damages Days @ / Day LessPavement Deficiency Less Penalty Less Previous Payment Plus Material on Hand Less 15% Balance Due This Payment $0.00 $0.00 $0.00 $0.00 $0.00 $322,787.86 Tuesday, December 10, 2024 Page 4 of 5 City Project Numbers 103100 Contract Name CRESCENT CUI; I'URAI, DIS'fRIC'I' OI�I�ICI: Contract Limits Project Type STREET LIGHTING IMPROVEMENTS DOE Number 3100 Estimate Number 1 Payment Number 1 For Period Ending 10/14/2024 Project Funding Project Manager NA Inspectors D. WATSON / C. HOLLINGSW Contractor HC BECK, LTD 1807 ROSS AVE, STE 500 DALLAS , TX 75201 City Secretary Contract Number Contract Date Contract Time 90 WD Days Charged to Date 423 WD Contract is 000000 Complete CITY OF FORT WORTH SUMMARY OF CHARGES Line Fund Account Center Amount Gross Retainage Net Funded Total Cost of Work Completed Less % Retained Net Earned Earned This Period $322,787.86 Retainage This Period $0.00 Less Liquidated Damages � Days @ $0.00 / Day LessPavement Deficiency Less Penalty Less Previous Payment Plus Material on Hand Less 15% Balance Due This Payment $322,787.86 $0.00 $322,787.86 $0.00 $0.00 $0.00 $0.00 $0.00 $322,787.86 Tuesday, December 10, 2024 Page 5 of 5 DEVELOPER-AWARDED-PROJECT CHANGE ORDER PROJECT NAME: Crescent Cultural District Office CHANGE CONTRACT: CSC 56229 oRDER No: CFA # CFA21-oo32 CITY PARTICIPATION: No CITY PROJECT # 103100 FID # 301140200431-103100-E07685 01 FILE # W-2763 X # X-26788 INSPECTOR: Ozzie Ouimette Phone No: 817-392-2222 REVIEWED PROJECT MANAGER: Debbie J. W ilhelm, P.E. Phone No: 682-269-6041 ey Debbie J. Willhelm at 11:47 am, Mar 09, 2023 CONTRACT UNIT WATER SEWER PAVING DRAINAGE STREET LIGHTS CONTRACT eve oper Deve oper Deve oper Deve oper DAYS Cost City Cost Cost City Cost Cost City Cost Developer Cost City Cost Cost City Cost ORIGINAL CONTRACT $158,205.00 $0.00 $80,147.00 $0.00 $214,931.43 $0.00 $24,250.00 $0.00 $315,360.49 $0.00 90 EXTRAS TO DATE $0.00 E0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 CREDITS TO DATE $0.00 50.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 CONTRACTTODATE $158,205.00 $0.00 $80,147.00 $0.00 $214,93'1.43 $0.00 $24,250.00 $0.00 $3'15,360.49 $0.00 90 AMOUNT OF PROP. CHANGE ORDER $0.00 50.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $(228,153.45) 50.00 0 REVISED CONTRACT AMOUNT $158,205.00 $0.00 $80,147.00 $0.00 $214,931.43 $0.00 $24,250.00 $0.00 $87,207.04 $0.00 90 TOTAL REVISED CONTRACT AMOUNT PER UNIT $158,205.00 $80,147.00 $214,931.43 $24,250.00 $87,207.04 REVISED COST SHARE Dev. COSt: $564,740.47 City COSt: $0.00 TOTAL REVISED CONTRACT $564,740.47 Revised: 10.12-2011 Page 1 You are directed to make the following changes in the contract documents: CITY BID ITEM PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL 1 -663 LF 2605.3015 2" CONDT PVC SCH 80 (T) 30.46 $ (20,19� 2 -5311 LF 3441.1408 NO 6 Insulated Elec Condr 2.77 $ (14J1' 4 -5 EA 3441.1502 Ground Box Type B, w/Apron 3934.00 $ 19,67( 10 -12 EA 9999.0004 Furnish/Install Pedestrian Street Light Linear Dual Arm Pole Ped LN800/4W 4616.00 $ 55,39: � 1 -5 EA 9999.0006 Furnish/Install Pedestrian Street Light Linear Single Arm Pole Ped LN450 4415.00 $ 22,07! 12 -5 EA 9999.007 Furnish/Install LED Lighting Fixture Pedestrian Street Light (72 watt) 386200 $ 19.31( 13 -12 EA 9999.0008 Furnish/Install LED Lighting Fixture Pedestrian Street Light (216 watt) 6400.00 $ 76.80( TOTAL $ (228,15: REASONS FOR CHANGE ORDER Portions of street /ighting will be converted to private ownership and maintenance; those pay items have been removed from the contract. Changes coorespond to Plan Revision No. 2 as shown on Sheets 36, 36A, 37, & 39 of the Consfrucfion Plans. NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100 % OF THE CHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER. RECOMMENDED: APPROVED: APPROVED: Dunaw��ciates ,. HCBeck, Ltd GPIF CD OFF CE LLC �% , By: � By: �� By: Name: Nicholas J. - owell, P.E. Name: Caleb Pirtle Name. Kevin Crum Title: Disipline Lead II Title: Project Manager Title: Senior Vice President. Development Revised: 10.12-2011 Page 2 DEVELOPER-AWARDED-PROJECT CHANGE ORDER PROJECT NAME: Crescent Cultural District Office CHANGE CONTRACT: CSC 56229 ORDER No: CFA# CFA21-0032 CITYPARTICIPATION: No CITY PROJECT # 103100 FID # 30114-0200431-103100-E07685 02 FILE # W-2763 X # X-26788 INSPECTOR: Curtis Hollingsworth Phone No: 817-584-4535 REVIEWED PROJECT MANAGER: Debbie J. Wilhelm, P.E. Phone No: 817-392-2481 By Debbie J. Willhelm at 8:34 am, Jun 08, 2023 - ---- --- - CONTRACT UNIT WATER SEWER PAVING DRAINAGE STREET LIGHTS CONTRACT Developer �--'" --� Developer DeJeloper Developer DAYS Cost City Cost Cost City Cost Cost City Cost Devetoper Cost City Cost Cost City Cost ORIGINAL CONTRACT $158,205.00 $0.00 $80,147.00 50.00 5214931.43 $0.00 $24,250.00 $0.00 $315,360.49 $0.00 90 EXTRAS TO DATE $0.00 50.00 $0.00 50.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 CREDITS TO DATE $0.00 $090 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 '�. j229.153.25� $0_00 CONTRACTTO�ATE $158,205.00 $0.00 580,147.00 E0.00 $214,931,43 E0.00 $24,250.00 $0.00 $67,207.04 $0.00 90 AMOUNT OF PROP_ CHANGE ORDER $0.00 50.00 $0.00 50.00 $ 47,125.19 E0.00 $D.00 $0.00 $�.00 $0.00 0 REVISED CONTRACT AMOUNT $158,205.00 $0-00 $80,147.00 $0.00 $262,056.62 $0.00 $24,250.00 $0.00 $67,207.04 80,00 90 TOTAL REVISED CONTRACT AMOUNT � PER UNIT $158,205.00 $80,747.00 5262,056.62 $24,250.00 $87,2�7.D4 REVISED COS7 SHARE Dev. Cost: 5611,865.66 City Cost �� $0.00 TOTAL REVISED CONTRACT E61'1,865.66 Revised: 10-12-2011 Page 1 You are directed to make the ianges in the contract dowments �. CITY BID ITEM # QUANTITY 7 167 8 -149 5 167 UNIT SY ITEM DESCRIPTION and UNIT PRICE TOTAL 20.00 5 (3.340_00) 95.00 S (2235.00� 20.D0 $ 3,340.00 295.57 $ 49,360.19 Subtotal Unit IV: Paving Improvements �$ 47 125.' REASONS FOR CHANGE ORDER Area a/ong Camp Bowie contained brick pavers. Pavement replacement included �emoval of brick pavement and va�iable depth asphalt pavement repair and oveday. Changes correspond to contrector's redlines. NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100 % OF THE CHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER. RECOMMENDED: APPROVED: APPROVED: Dunaway sociates , LP. HCBeck. Ltd _ "FFICE LLC gy � By - - �--`'`�- �� �err r.�.s�Prm��,sn�su�a�rnr� --_ Name: Nicholas J. Powell, P.E. Name: Jeff Massie Name`-._ Kevin !'nin-�� Tille: Dislpline Lead II Title: Project Executive Title: Senior Vice President, Development Revised: 10-12-2011 Page 2 DEVELOPER-AWARDED-PROJECT CHANGE ORDER PROJECT NAME: Crescent Cultural District Office CHANGE CONTRACT: CSC 56229 ORDER No: CFA # CFA21-0032 CITY PARTICIPATION: No CITY PROJECT # 103100 FID # 30114-0200431-103100-E07685 03 FILE # W-2763 X # X-26788 INSPECTOR: Curtis Hollingsworth Phone No: 817-584-4535 REVIEWED PROJECT MANAGER: Debbie J. Wilhelm, P.E. Phone No: 682-269-6041 By Debbie J. Willhelm at 10:25 am, Dec 19, 2023 CONTRACT UNIT WATER SEWER PAVING DRAINAGE STREET LIGHTS CONTRACT Developer Developer Developer DAYS Cost City Cost Cost City Cost Cost City Cost Developer Cost City Cost Developer Cast City Cost ORIGINAL CONTRACT $158,205.00 $0.00 $80,147.00 $0.00 $274,931.43 $0.00 $24,250.00 $0.00 $315,360.49 $0.00 90 EXTRAS TO DATE $0.00 $0.00 $0.00 $0.00 $47,125.19 $0.00 $0.00 $0.00 $0.00 $0.00 CREDITS TO DATE $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 ($228,153.45) $0.00 CONTRACT TO DATE $158,205.00 $0.00 $80,147.00 $0.00 $262,056.62 $0.00 $24,250.00 $0.00 $87,207.04 $0.00 90 AMOUNT OF PROP. CHANGE ORDER $0.00 $0.00 $0.00 $0.00 $ (50,725.80) $0.00 $0.00 $0.00 $0.00 $0.00 0 REVISEDCONTRACTAMOUNT $158,205.00 $0.00 $80,147.00 $0.00 $271,330.82 $0.00 $24,250.00 $0.00 $87,207.04 $0.00 90 TOTAL REVISED CONTRACT AMOUNT PER UNIT $158,205.00 $80,147.00 $211,330.82 $24,250.00 $87,207.04 REVISED COST SHARE Dev. Cost: 5561,139.86 City Cost: $0.00 TOTAL REVISED CONTRACT $561,139.86 Revised: 10-12-2011 Page 1 yirectetl to make the followin chan es in the contrect documents : CITY BID ITEM PAY ITEM # # QUANTITY UNIT Unit IV - Pavina Total 14 -1755 SF Barrier Free Ramo. Twe R-1 REASONS FOR CHANGE ORDER Formal removal of CFA hardscape scope, located on the North side of Block 8, from Beck's Contract for reassignment to new Contractor. Developer desires this scope to be removed fiom HCBeck, Ltd contract. Scope will be �eassigned to Andres Construction contract in future change order. No plan revision required. NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100% OF THE CHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CITV WILL BE SOUGHT BY THE DEVELOPER. RECOMMENDED: APPROVED: APPROVED: Dunaway Associates , L.P. HCBeck, Ltd GPIF CD OFFICE LLC d By: By: By: Name: Nicholas J. Powell, P. ame: Jefi Massie Na Kevin Crum Title: Disipline Lead II Title: Project 6cecutive Title: Senior Vice President Development Revised: 10-12-2011 Page 2 DEVELOPER-AWARDED-PROJECT CHANGE ORDER INSPECTOR: Curtis Hollingsworth Phone No: 817-5844535 PROJECT MANAGER: Debbie J. Willhelm Phone No: 817-392-2481 CSC No. 56229-A1C04 CONTRACT UNIT WATER SEWER DRAINAGE PAVING STREET LIGHTS INTERSECTION CONTRACT IMPROVEMENTS DAYS Developer City Cost Developer City Cost Developer City Cost Developer Ciry Cost Developer City Cost Developer City Cost Cost Cost Cost Cost Cost Cost ORIGINAL CONTRACT $ 158,205.00 $ - $ 80,'147.00 S - S 24,250.00 $ - $ 214,931.43 $ - $ 315,360.49 S - $ 94,220.96 $ 93,736.34 110 EXTRAS TO DATE $ $ $ S S $ - $ 47,125.19 $ $ S S $ CREDITS TO DATE $ $ $ $ $ $ - $ 50,725.80 $ - $ 228,153.45 S $ $ CONTRACTTODATE $ 158,205.00 $ - $ 80,'147.00 $ - $ 24,250.00 $ - $ 211,330.82 $ - $ 87,207.04 S - S 94,220.96 $ 91,716.34 110 AMOUNT OF PROP. CHANGE ORDER $ $ $ 5 S $ $ 8 $ 5 ($3,396.30) ($11,622.87) 0 REVISED CONTRACT AMOUNT $ 158,205.00 $ - $ 80,147.00 E - $ 24,250.00 $ - $ 211,350.82 $ - $ 87,207.04 S - $ 90,824.66 $ 82,113A7 110 TOTAL REVISED CONTRACT AMOUNT PER UNIT $158,205.00 $80,147.00 $24,250.00 $211,330.82 $ 87,207.04 $172,938.13 REVISED COST SHARE Dev. Cost: 651,964.52 City Cost: 82,113.47 TOTAL REVISED CONTRACT 734,077.99 Revised: 12-17-2018 Page 1 of 3 You are directed to make the following changes in the contract documents: PAY ITEM # I v' #'" I QUANTITY I UNIT I ITEM DESCRIPTION I v Price I UNIT PRICE I u�Cos� c I City Cost I TOTAL Pvmt Asterisk (') indicates New Pay Item REASONS FOR CHANGE ORDER Crosswalk striping, ADA ramp and associated sidewalk, curb, and brick pavemen[ for the northeast comer of Camp Bowie Blvd and Van Cliburn Way were removed from the contract. Those improvements will be constructed by others under separate developerprojecL Changes correspond to Plan Revision 5 as shown on Sheet Cl JO & C1.12 of the construction plans. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Revised: 12-17-2018 Page 2 of 3 RECOMMENDED: APPROVED: APPROVED: Dunaway Associates, LP GPIF CD Office LLC Andres Construction Services NlC�fD�GLf �7 �OW�� K���, a c��..,., Davrd D�Qurnn gy: �� � .�.., ,�,-,�.,�� By: .,.. ,.,,.. gy: �_ ,:,-s. .,�s., Name: Nicholas J. Powell, PE Name: Kevin Crum Name: David O'Quinn Title: Discipline Lead II Title: Senior Vice President, Development Title: Sr. Project Manager APPROVAL RECOMMENDED: APPROVED: APPROVED AS TO FORM AND LEGALITY: CFW- Funding Department CFW - Assistant City Manager CFW- Assistant Ciry Attorney y� � r�.e�.r�� .�— By: By: ��� By: . _�� _.,_ : � Name: Lauren Prieur, PE Name: Dana Burghdoff Name: Richard McCracken Title: ��reomr, rra�sponat�o� a�d a�d�o wor�s oepi Title: Assistant City Manager Title: Senior Assistant City Attorney RECOMMENDED: CFW- *Contract Compliance Manager ATTEST �;,66,:. # JL:.;.r`,,,, F�r..�. l� � By r Name: Debbie J. Willhelm, PE Jannette S. Goodall City Secretary Title: Project Manager ' Contrect Compliance Manager (Project Manager): By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, include ensuring all performance and reporting requirements. �There are NO City Funds associated with this Contract CThere are Ciry Funds associated with this Contract M&C Number: MdC 23-oe7s M&CDateApproved: f0/17/2023 Revised: 12-17-2018 Page 3 of 3 F��������� TRANSPORTATION AND PUBLIC WORKS October 28, 2024 HCBeck, Ltd. 810 Hemphill St. Fort Worth TX, 78216 RE: Acceptance Letter Project Name: Crescent Cultural District Office Project Type: Water, Sewer, Paving, Drainage and Street Light City Project No.: 103100 To Whom It May Concern: On October 28, 2024 a final inspection was made on the subject project. There were no punch list items identified at that time. The final inspection indicates that the work meets the City of Fort Worth specifications and is therefore accepted by the City. The warranty period will start on October 28, 2024, 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- 392-2481. Sincerely, T e66�e C�. uJ..�lca.�m O Debbie Willhelm P.E., Project Manager Cc: Curtis Hollingsworth, Inspector Donald Watson, Inspection Supervisor Aaron Ybarra, Senior Inspector Andrew Goodman P.E., Program Manager Dunaway, Consultant Beck, Contractor Crescent Real Estate Developers, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev.08/20/19 STATE OF_Texas § § COUNTY OF_Tarrant § BEFORE ME, a notary public in and for the State of Texas_, on this day personally appeared, _Jeff Massie who, being by me duly sworn, on oath states: l. My name is Jeff Massie . I am the Project Executive of HC Beck, Ltd. ("Contractor") that performed work/supplied materials and/or equipment in connection with the construction of Museum Place Office & Gara�e (the "Project"). The information provided herein is true and correct and based upon my personal knowledge except as noted. 2. In consideration of the payment of $8,200.42 (the "Payment") to Contractor, Contractor hereby fully and iinally releases, acquits, and forever discharges GPIF CD Office LLC ("Owner") its lenders, partners, officers, sureties, insurers, reinsurers, directors, shareholders, employees, agents, successors, landlord, and assigns (collectively, the "Released Parties"), of and from claims and liens related to the Payment. 3. Contractor hereby certifies and warrants that all subcontractors, suppliers, laborers, and lessors of construction equipment that have supplied labor, equipment, services, and/or materials to Contractor in connection with the Project have been paid in full [except as follows]: 4. Contractor agrees to indemnify the Released Parties or any of them and hold them harmless from any and all claims, costs (including attorneys' fees), liability, demands, and/or causes of action which any of them may incur by virtue of Contractor's failure to pay any such subcontractors, suppliers, laborers, and/or lessors. 5. This Affidavit is given to certify that all bills owed by Contractor have been paid. If payment is made by check or draft, when the check or draft representing the Payment has been properly endorsed and has been paid by the bank upon which it is drawn, this document will be effective. If cash or certified funds are provided, this document will be immediately effective. [INSERT NAME OF CONTRACTOR] (Si a re) Y� Its: SUBSCRIBED SWORN to before me by the said v Z� ��4- , this �� day o 202`'�, to certify wh' h witness my hand and seal of office. Notary Public in and for the S ate of My Commission Expires: Z { � AMY BEARDEIN Notary ID �t 1�399888.� + �" MY CommissJOn E�e� F 09-2&2025 Maintenance Bond: No final consent of surety