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