HomeMy WebLinkAboutContract 59696-FP1FORT WORTH,
-FP1
City Secretary 59696
Contract No.
Date Received 5/23/2025
AT
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: Firehouse Hotel
City Project No.: 104705
Improvement Type(s): ❑x Paving ❑x Drainage ❑x Street Lights ❑ Traffic Signals
Original Contract Price: $475,525.63
Amount of Approved Change Order(s): $46,207.50
Revised Contract Amount: $521,733.13
Total Cost of Work Complete: $521,733.13
i2c� 3�
Travis Bell (May22, 202512:50 CDT)
`project Manager
Title
Crossland Construction
Company Name
Project Inspector
Project Manager
CFA Manaaer
IIUTiVA111=4 'i
05/22/2025
Date
05/22/2025
Date
05/22/2025
Date
05/23/2025
Date
05/23/2025
Date
05/27/2025
Asst. City Manager Date
OFFICIAL RECORD Page 1 of 2
CITY SECRETARY
FT. WORTH, TX
Notice of Project Completion
Project Name: Firehouse Hotel
City Project No.: 104705
City's Attachments
Final Pay Estimate ❑x
Change Order(s): ❑x Yes ❑x N/A
Contractor's Attachments
Affidavit of Bills Paid
Consent of Surety
Statement of Contract Time
Contract Time 70 WD
Days Charged: 104 WD
Work Start Date: 10/30/2024 Work Complete Date: 4/22/2025
Completed number of Soil Lab Test: 76
Completed number of Water Test: 0
Page 2 of 2
FORT WORT 11
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name FIREHOUSE HOTEL
Contract Limits
Project Type DRAINAGE
City Project Numbers 104705
DOE Number 4705
Estimate Number 1 Payment Number 1 For Period Ending 4/22/2025
WD
City Secretary Contract Number Contract Time 7"
Contract Date Days Charged to Date 104
Project Manager NA Contract is 100.00 Complete
Contractor CROSSLAND CONSTRUCTION COMPANY, INC.
861 N COLEMAN, STE 100
PROSPER, TX 75078
Inspectors A. DUARTE / E. TINNER
Wednesday, May 21, 2025 Page 1 of 5
City Project Numbers 104705
Contract Name FIREHOUSE HOTEL
Contract Limits
Project Type DRAINAGE
Project Funding
UNIT III: DRAINAGE IMPROVEMENTS
Item Description of Items
No.
1 2" FLUME WITH NEENAH FOUNDRY HEAVY
DUTY GRATE (CO#2)
2 3" FLUME WITH NEENAH FOUNDRY HEAVY
DUTY GRATE
3 T FLUME WITH NEENAH FOUNDRY HEAVY
DUTY DRATE(CO#4)
DOE Number 4705
Estimate Number I
Payment Number 1
For Period Ending 4/22/2025
Estimated Unit Unit Cost Estimated Completed Completed
Quanity Total Quanity Total
5 EA $6,000.00 $30,000.00 5 $30,000.00
1 EA $6,400.00 $6,400.00 1 $6,400.00
150 LF $50.00 $7,500.00 150 $7,500.00
4
HDPE STORM PIPE (CO#4)
10 LF
$150.00
$1,500.00
10
$1,500.00
- -
Sub -Total of Previous Unit
- - - - - - - - - - - - - - - - -
$45,400.00
$45,400.00
UNIT
IV: PAVING IMPROVEMENTS
Item
Description of Items
Estimated Unit
Unit Cost
Estimated
Completed
Completed
No.
Quanity
Total
Quanity
Total
---------------------------------------
1
REMOVE SIDEWALK
442 SF
$10.00
$4,420.00
442
$4,420.00
2
REMOVE ADA RAMP
1 EA
$480.00
$480.00
1
$480.00
3
REMOVE ASPHALT DRIVE
496 SF
$22.00
$10,912.00
496
$10,912.00
4
REMOVE CONC PVMT
50 SY
$22.00
$1,100.00
50
$1,100.00
5
REMOVE ASPHALT PVMT
3 SY
$225.00
$675.00
3
$675.00
6
REMOVE CONC CURB & GUTTER
217 LF
$24.00
$5,208.00
217
$5,208.00
7
SWAPPP > 1 ACRE
1 LS
$7,000.00
$7,000.00
1
$7,000.00
8
6" LIME TREATMENT
169 SY
$133.25
$22,519.25
169
$22,519.25
9
6" CONC PVMT
125 SY
$180.00
$22,500.00
125
$22,500.00
10
4" CONC SIDEWALK, ADJACENT TO CURB
6198 SF
$20.00
3123,960.00
6198
$123,960.00
11
6" CONCRETE DRIVEWAY
573 SF
$19.00
$10,887.00
573
$10,887.00
12
BARRIER FREE RAMP, TYPE R-1
4 EA
$5,800.00
$23,200.00
4
$23,200.00
13
6" CONC CURB AND GUTTER
241 LF
$65.00
$15,665.00
241
$15,665.00
14
BLOCK SOD PLACEMET
158 SY
$72.00
$11,376.00
158
$11,376.00
15
TRAFFICE CONTROL
1 MO
$6,200.00
$6,200.00
1
$6,200.00
Sub -Total of Previous Unit $266,102.25 $266,102.25
- - - - - - - - - - - - - - - - - - -
UNIT IV: STREET LIGHTING IMPROVEMENTS
Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed
No. Quanity Total Quanity Total
---------------------------------------
Wednesday, May 21, 2025 Page 2 of 5
City Project Numbers 104705 DOE Number 4705
Contract Name FIREHOUSE HOTEL Estimate Number I
Contract Limits Payment Number 1
Project Type STREET LIGHTING For Period Ending 4/22/2025
Project Funding
1
FURNISH/INSTALLELEC SERV PEDESTAL
1 EA
$11,914.18
$11,914.18
1
$11,914.18
2
2" CONDT PVC SCH 80 (T) (CO#2), (CO#5)
891 LF
$34.00
$30,294.00
891
$30,294.00
3
NO 6 INSULATED ELEC CONDR (CO#2)
2486 LF
$3.35
$8,328.10
2486
$8,328.10
4
FURNISH/INSTALL GROUND BOX TYPE B, W/
6 EA
$1,860.00
$11,160.00
6
$11,160.00
APRON (CO#2)
5
FURNISH/INSTALL 8' WOOD LIGHT POLE ARM
0 EA
$580.00
$0.00
0
$0.00
(CO#5)
6
FURNISH/INSTALL LED LIGHTING FIXTURE
8 EA
$800.00
$6,400.00
8
$6,400.00
(70 WATT ATBO P101 CORBA HEAD)
7
FURNISH/INSTALL / INSTALL RDWAY IIIUM 11
8 EA
$2,756.00
$22,048.00
8
$22,048.00
POLE (CO#5)
8
FURNISHANSTALL TYPE 33A ARM (CO#5)
8 EA
$580.00
$4,640.00
8
$4,640.00
9
RDWY MUM FOUNDATION TY 1 (CO#5)
8 EA
$1,910.00
$15,280.00
8
$15,280.00
10
FURNISH/INSTALL 10' -14' WASHINGTON
10 EA
$5,249.00
$52,490.00
10
$52,490.00
STANDARD LIGHT POLE & FIXTURE LED
11
RDWY IIIUM FOUNDATION TY 7
10 EA
$1,560.00
$15,600.00
10
$15,600.00
12
FURNISH/INSTALL CONDUIT - SCHEDULE 80
60 LF
$534.61
$32,076.60
60
$32,076.60
PVC 2 INCH BORE (CO#6)
Sub -Total of Previous Unit
$210,230.88
$210,230.88
Wednesday, May 21, 2025 Page 3 of 5
City Project Numbers 104705
Contract Name FIREHOUSE HOTEL
Contract Limits
Project Type STREET LIGHTING
Project Funding
Contract Information Summary
Original Contract Amount
Change Orders
Change Order Number 2
Change Order Number 1
Change Order Number 4
Change Order Number 5
Change Order Number 6
Total Contract Price
DOE Number 4705
Estimate Number I
Payment Number 1
For Period Ending 4/22/2025
$475,525.63
($6,000.00)
($1,337.10)
$15,000.00
$5,040.00
$33,504.60
$521,733.13
Total Cost of Work Completed $521,733.13
Less % Retained $0.00
Net Earned $521,733.13
Earned This Period $521,733.13
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
$521,733.13
Wednesday, May 21, 2025 Page 4 of 5
City Project Numbers 104705
Contract Name FIREHOUSE HOTEL
Contract Limits
Project Type STREET LIGHTING
Project Funding
DOE Number 4705
Estimate Number I
Payment Number 1
For Period Ending 4/22/2025
Project Manager NA City Secretary Contract Number
Inspectors A. DUARTE / E. TINNER Contract Date
Contractor CROSSLAND CONSTRUCTION COMPANY, INC. Contract Time 70 WD
861 N COLEMAN, STE 100 Days Charged to Date 104 WD
PROSPER, TX 75078 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 $521,733.13
Less % Retained $0.00
Net Earned $521,733.13
Earned This Period $521,733.13
Retainage This Period $0.00
Less Liquidated Damages
0 Days @ $0.00 / Day
$0.00
LessPavement Deficiency
$0.00
Less Penalty
$0.00
Less Previous Payment
$0.00
Plus Material on Hand Less 15%
$0.00
Balance Due This Payment
$521,733.13
Wednesday, May 21, 2025 Page 5 of 5
DEVELOPER -AWARDED -PROJECT CHANGE ORDER
PROJECT NAME:
Firehouse Hotel
CONTRACT:
Street Liqhts
CFA #
CFA23-0047
CITY PROJECT #
104705
FID NO
30114-0200431-104705-EO7685
WATER PROJECT #
SEWER PROJECT #
FILE #
W-2913
INSPECTOR: Erik Loza
PROJECT MANAGER: Andrew Goodman
CITY PARTICIPATION:I NO
Phone No: 682-201-6850
Phone No: 817-392-6251
CONTRACT UNIT
REVIEWED
By Izeldeen Ahmed at 2:11 pm, Feb 10, 2025
CHANGE
ORDER No:
1
WATER
SEWER
PAVING
DRAINAGE
STREET LIGHTS
Developer
Developer
Developer
Developer
Developer
Cost
City Cost
Cost
City Cost
Cost
City Cost
Cost
City Cost
Cost
City Cost
ORIGINAL CONTRACT
$1,500.00
$7,500.00
$266,102.25
$36,400.00
$173,023.38
EXTRAS TO DATE
CREDITS TO DATE
$1,337.10
CONTRACT TO DATE
$1,500.00
$0.00
$7,500.00
$0.00
$266,102.25
$0.00
$36,400.00
50.00
$171,686.28
$0.00
AMOUNT OF PROP. CHANGE ORDER
"$000$266,102.25
REVISED CONTRACT AMOUNT
$1,500.00
$0.00
$7,500.00
50.00
$36,400.00
$0.00
$171,686.28
$0.00
TOTAL REVISED CONTRACT AMOUNT
PER UNIT
$1,500.00
$7,500.00
$266,102.25
$36,400.00
$171,686.28
REVISED COST SHARE
Dev. Cost:
$483,188.53
City Cost:
$0.00
TOTAL REVISED CONTRACT
$483,188.53
CONTRACT
DAYS
70
0
70
70
Revised: 10-12-2011 Page 1
You are directed to make the following changes in the contract documents: (Add lines as required - DELETE THIS TEXT)
CITY BID ITEM
PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL
2 2605.3015 14 LF 2" CONDT PVC SCH 80 (T) $34.00 $476.00
3 3441.1408 14 LF NO 6 Insulated Elec Condr $3.35 $46.90
4 3441.1502 1 EA Furnish/Install Ground Box Type B with Apron $1,860.00 $1,860.00
TOTAL -$1, 337.10
REASONS FOR CHANGE ORDER Oncor is removing all poles along Tucker under the existing transmission line. A new powerpole will be set at the intersection of Annie and Crawford. Power for
the lights will be provided from the new pole
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:
m a, I Bedford Lodging Crossland Construction nc.
By: By: By:
C-
Name: Andrea Taylor, PE Name: Jeff Blackman ' Name: Derek Kloer
Title: Principal Title: President Title: Division VP
LREVIEWED
By Izeldeen Ahmed at 2:11 pm, Feb 10, 2025
Revised: 10-12-2011 Page 2
PROJECT NAME:
CONTRACT:
CFA #
CITY PROJECT #
CITY SECRETARY CONTRACT #
FID #
X#
FILE #
INSPECTOR:
PROJECT MANAGER:
ORIGINAL CONTRACT
EXTRAS TO DATE
CREDITS TO DATE
CONTRACT TO DATE
AMOUNT OF PROP. CHANGE ORDER
REVISED CONTRACT AMOUNT
TOTAL REVISED CONTRACT AMOUNT PER
UNIT
REVISED COST SHARE
TOTAL REVISED CONTRACT
DEVELOPER -AWARDED -PROJECT CHANGE ORDER
Firehouse Hotel
Drainaqe
CFA23-0047
104705
59696
30114-0200431-104705-EO7685
27683
W-2913
Erik Loza
Izeldeen Ahmed
WATER
Developer
Cost
City Cost
$1,500.00
$0.00
$0.00
$0.00
$0.00
$0.00
$1,500.00
$0.00
$0.00
$0.00
$1,500.00
$0.00
$1,500.00
Dev. Cost:
CITY PARTICIPATION:1 NO
Phone No: (682)201-6850
Phone No: (817)392-7830
SEWER
Developer Cost
City Cost
$7,500.00
$0.00
$0.00
$0.00
$0.00
$0.00
$7,500.00
$0.00
$0.00
$0.00
$7,500.00
$0.00
$7,500.00
$477,188.53
CONTRACT UNIT
DRAINAGE
Developer
Cost
City Cost
$36,400.00
$0.00
$0.00
$0.00
$0.00
$0.00
$36,400.00
$0.00
($6,000.00)
$0.00
$30,400.00
$0.00
$30,400.00
City Cost:
$477,188.53
REVIEWED
By Izeldeen Ahmed at 2:12 pm, Feb 10, 2025
CHANGE
ORDER No:
2
PAVING
Developer
Cost City Cost
$266,102.25 $0.00
$0.00 $0.00
$0.00 $0.00
$266,102.25 $0.00
$0.00 $0.00
$266,102.25 $0.00
$266,102.25
STREET LIGHTS
Developer
Cost
City Cost
$173,023.38
$0.00
$0.00
$0.00
$1,337.10
$0.00
$171,686.28
$0.00
$0.00
$0.00
$171,686.28 1 $0.00
$171,686.28
$0.00
CONTRACT
DAYS
70
0
0
70
0
70
Revised: 12-17-2018 Page 1
REVIEWED
By Izeldeen Ahmed at 2:12 pm, Feb 10, 2025
You are directed to make the following changes in the contract documents:
_UNIT I: WATER IMPROVEMENTS
19999.0001
CITY BID ITEM CFWUnit Developer
PAY ITEM # # I QUANTITY UNIT ITEM DESCRIPTION PriceIUNIT PRICE CostCity Cost I TOTAL1 i (1.00) EA 9999.0001 2' Flume with Neenah Foundry $6000.00 ($6,000.00) 1 ($6,000.00) 1+
TOTAL UNIT I: WATER IMPROVEMENTS ($6.000.001 10.00 ($6,000.00
� � 1
Asterisk (*) indicates New Pay Item
Revised: 12-17-2018 Page 2
REASONS FOR CHANGE ORDER Regrading around the final transformer pad per Oncor design. No flume proposed.
RECOMMENDED:
mma, In
By:
Name: Andrea Taylor, PE
Title: Principal
APPROVAL RECOMMENDED
CF W - Water Department
By: N/A
Name:
Title:
RECOMMENDED:
( REVIEWED
l By Izeldeen Ahmed at 2:12 pm, Feb 10, 2025
Name: Izeldeen Ahmed
Title: Project Manager
M&C Number: N/A
M&C Date Approved: N/A
APPROVED:
Bedford Lodging
By:
Name: Jeff Blackman I
Title: President
APPROVED:
CF W - Assistant City Manager
By: N/A
Name:
Title:
APPROVED:
Crossland Con(sttrruction, Inc.
By: ;-/ "
Name: Derek Kloer
Title: Division VP
APPROVED AS TO FORM AND LEGALITY:
CFW - Assistant City Attorney
By: N/A
Name:
Title:
ATTEST * Contract Compliance Manager (Project Manager):
By signing I acknowledge that I am the person responsible
for the monitoring and administration of this contract, include
N/A ensuring all performance and reporting requirements.
Jannette S. Goodall
City Secretary ❑ There are NO City Funds associated with this Contract
El There are City Funds associated with this Contract
Revised: 12-17-2018 Page 3
PROJECT NAME:
CONTRACT:
CFA #
CITY PROJECT #
CITY SECRETARY CONTRACT #
FID #
X#
FILE #
INSPECTOR:
PROJECT MANAGER:
ORIGINAL CONTRACT
EXTRAS TO DATE
CREDITS TO DATE
CONTRACT TO DATE
AMOUNT OF PROP. CHANGE ORDER
REVISED CONTRACT AMOUNT
TOTAL REVISED CONTRACT AMOUNT PER
UNIT
REVISED COST SHARE
TOTAL REVISED CONTRACT
DEVELOPER -AWARDED -PROJECT CHANGE ORDER
Firehouse Hotel
Drainaqe
CFA23-0047
104705
59696
30114-0200431-104705-EO7685
27683
W-2913
Erik Loza
Izeldeen Ahmed
WATER
Developer
Cost
City Cost
$1,500.00
$0.00
$0.00
$0.00
$0.00
$0.00
$9,399.77
$0.00
$0.00
$0.00
$9,399.77
$0.00
$9,399.77
Dev. Cost:
CITY PARTICIPATION:1 NO
Phone No: (682)201-6850
Phone No: (817)392-7830
SEWER
Developer Cost
City Cost
$7,500.00
$0.00
$0.00
$0.00
$0.00
$0.00
$7,500.00
$0.00
$0.00
$0.00
$7,500.00
$0.00
$7,500.00
$500,088.30
CONTRACT UNIT
DRAINAGE
Developer
Cost
City Cost
$36,400.00
$0.00
$0.00
$0.00
$6,000.00
$0.00
$30,400.00
$0.00
$15,000.00
$0.00
$45,400.00
$0.00
$45,400.00
City Cost:
$500,088.30
REVIEWED
By Izeldeen Ahmed at 4:50 pm, Feb 28, 2025
CHANGE
ORDER No:
2
PAVING
Developer
Cost City Cost
$266,102.25 $0.00
$0.00 $0.00
$0.00 $0.00
$266,102.25 $0.00
$0.00 $0.00
$266,102.25 $0.00
$266,102.25
STREET LIGHTS
Developer
Cost City Cost
$173,023.38 $0.00
$0.00 $0.00
$1,337.10 $0.00
$171,686.28 $0.00
$0.00 $0.00
$171,686.28 $0.00
$171,686.28
$0.00
CONTRACT
DAYS
70
0
0
70
15
85
Revised: 12-17-2018 Page 1
You are directed to make the following changes in the contract documents
CITY BID ITEM
PAY ITEM #
#
QUANTITY
1
9999.0001
1
*3
9999.0003
150
"4
9999.0004
10
I I
Asterisk (*) indicates New Pay Item
UNIT III: DRAINAGE IMPROVEMENTS
CFW Unit
UNIT ITEM DESCRIPTION Price
EA 2' Flume with Neenah Foundry Heavy Duty Gral
LF HDPE Storm Pipe
LF 4" Trench Drain
TOTAL UNIT III: DRAINAGE IMPROVEMENTS
I I
Developer
UNIT PRICE
Cost
$6,000.00
$6,000.00
$50.00
$7,500.00
$150.00
$1,500.00
I
$15,000.00
1
REVIEWED
By Izeldeen Ahmed at 4:51 pm, Feb 28, 2025
City Cost TOTAL
$6,000.00
$7,500.00
$1,500.00
$0.00 $15,000.00
f 1
Revised: 12-17-2018 Page 2
REASONS FOR CHANGE ORDER
REC MENDED: APPROVED:
m a, I Bedford Lodging C;��
By: By: \I Ij+:�,! ►���
Name: Andrea Tavlor, PE Name: Jeff Blalkman
Title: Principal Title: President
APPROVAL RECOMMENDED
CFW - Water Department
By: N/A
Name:
Title:
RECOMMENDED:
1
REVIEWED CFW - *Contract Compliance Manager
By Izeldeen Ahmed at 4:51 pm, Feb 28, 2025 By: N/A
Name: Izeldeen Ahmed
Title: Project Manager
M&C Number: N/A
M&C Date Approved: N/A
APPROVED:
CFW - Assistant City Manager
By: N/A
Name:
Title:
APPROVED:
Crossland Construction, Inc.
By:
Name: Derek Kloer
Title: Division VP
APPROVED AS TO FORM AND LEGALITY:
CFW - Assistant City Attorney
By: N/A
Name:
Title:
ATTEST * Contract Compliance Manager (Project Manager):
By signing I acknowledge that I am the person responsible
for the monitoring and administration of this contract, include
N/A ensuring all performance and reporting requirements.
Jannette S. Goodall
City Secretary ❑ There are NO City Funds associated with this Contract
El There are City Funds associated with this Contract
Revised: 12-17-2018 Page 3
REVIEWED
By Izeldeen Ahmed at 11:09 am, Mar 18, 2025
PROJECT NAME:
CONTRACT:
C FA #
CITY PROJECT #
CITY SECRETARY CONTRACT #
FID #
X#
FILE #
INSPECTOR:
PROJECT MANAGER:
DEVELOPER -AWARDED -PROJECT CHANGE ORDER
Firehouse Hotel
Drainaqe
CFA23-0047
104705
59696
30114-0200431-104705-EO7685
27683
W-2913
Erik Loza
Izeldeen Ahmed
CITY PARTICIPATION:I NO
Phone No: (682)201-6850
Phone No: (817)392-7830
CHANGE
ORDER No:
41
WATER
Developer
SEWER
CONTRACT UNIT
DRAINAGE
PAVING
STREET LIGHTS
CONTRACT
DAYS
Developer
Developer
Developer
Cost
City Cost
Developer Cost City Cost
Cost City Cost
Cost
City Cost
Cost
City Cost
ORIGINAL CONTRACT
$1,500.00
$0.00
I $7,500.00
$0.00
$36,400.00 $0.00
$266,102.25
$0.00
$173,023.38
$0.00
70
EXTRAS TO DATE
$0.00
$0.00
! $0.00
$0.00
$15,000.00 $0.00
$0.00
$0.00
$0.00
$0.00
0
CREDITS TO DATE
$0.00
$0.00
$0.00
$0.00
$6,000.00 $0.00
$0.00
$0.00
$1,337.10
$0.00
0
CONTRACT TO DATE
$9,399.77
$0.00
fI
I $7,500.00
$0.00
$45,400.00 $0.00
$266,102.25
$0.00
$171,686.28
$0.00
70
AMOUNT OF PROP. CHANGE ORDER
$0.00
1 $0.00
I $0.00
$0.00
$0.00 $0.00
$0.00
$0.00
$5,040.00
$0.00
15
REVISED CONTRACT AMOUNT
$9,399.77
$0.00
I $7,500.00
$0.00
$45,400.00 $0.00
$266,102.25
$0.00
$176,726.28
$0.00
85
TOTAL REVISED CONTRACT AMOUNT PER
UNIT
$9,399.77
$7,500.00
$45,400.00
$266,102.25
$176,726.28
REVISED COST SHARE
Dev. Cost:
$505,128.30
City Cost:
$0.00
TOTAL REVISED CONTRACT
$505,128.30
Revised: 12-17-2018 Page 1
REVIEWED
By Izeldeen Ahmed at 11:09 am, Mar 18, 2025
You are directed to make the following changes in the contract documents:
UNIT V:
STREET LIGHTING IMPROVEMENTS
CITY BID ITEM
CFW Unit
Developer
PAY ITEM #
#
QUANTITY
UNIT
ITEM DESCRIPTION Price
UNIT PRICE
Cost
Citv Cost TOTAL
2
2605.3015
11
LF
2" CONDT PVC SCH 80 IT)
$34.00
$374.00
$374.00
5
3441.3323
-1
EA
Furnish/install 8'Wood Liqht Pole Arm
$580.00
-$580.00
-$580.00
7
3441.3351
1
EA
Furnish/Install Rdway Illum TY 11 Pole
$2,756.00
$2,756.00
$2,756.00
8
3441.1645
1
EA
Furnish/Install Type 33A Arm
$580.00
$580.00
$580.00
9
3441.3301
1
EA
Rdwy Illum Foundation TY 1
$1,910.00
$1,910.00
$1,910.00
I I
I
TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS
I I
I
$5,040.00
I
$0.00 $5,040.00
I
!
Asterisk (*) indicates New Pay Item
l
Revised: 12-17-2018 Page 2
REASONS FOR CHANGE ORDER Oncor power pole not installed. Updated Street Light Plan from wood pole to Type 11 to match the rest of the street lights.
RECOMMENDED:
mma, Inc.
By:
Name: Andrea Taylor, PE
Title: Principal
APPROVAL RECOMMENDED
CFW - Water Department
By: N/ A
Name:
Title:
RECOMMENDED:
CFW - *Contract Compliance Manager
REVIEWED By: N/A
By Izeldeen Ahmed at 11:10 am, Mar 18, 2025
lame: Izeldeen Ahmed
Title: Project Manager
M&C Number: N/A
M&C Date Approved: NIA
APPROVED: APPROVED:
Bedford Lodging Crossland Construction, Inc.
By: By:
Name: Jeff Blackman Name: Derek Kloer
Title: President Title: Division VP
APPROVED: APPROVED AS TO FORM AND LEGALITY:
CFW - Assistant City Manager CFW - Assistant City Attorney
By: N/ A By: N/A
Name: Name:
Title: Title:
ATTEST * Contract Compliance Manager (Project Manager):
By signing I acknowledge that I am the person responsible
for the monitoring and administration of this contract, include
N/A ensuring all performance and reporting requirements.
Jannette S. Goodall
City Secretary 0 There are NO City Funds associated with this Contract
El There are City Funds associated with this Contract
Revised: 12-17-2018 Page 3
PROJECT NAME:
CONTRACT:
CFA #
CITY PROJECT #
CITY SECRETARY CONTRACT #
FID #
X#
FILE #
INSPECTOR:
PROJECT MANAGER:
ORIGINAL CONTRACT
EXTRAS TO DATE
CREDITS TO DATE
CONTRACT TO DATE
AMOUNT OF PROP. CHANGE ORDER
REVISED CONTRACT AMOUNT
TOTAL REVISED CONTRACT AMOUNT PER
UNIT
REVISED COST SHARE
TOTAL REVISED CONTRACT
DEVELOPER -AWARDED -PROJECT CHANGE ORDER
Firehouse Hotel
Streetliqhts
CFA23-0047
104705
59696
30114-0200431-104705-EO7685
27683
W-2913
Erik Loza
Izeldeen Ahmed
WATER
Developer
Cost
City Cost
$1,500.00
$0.00
$0.00
$0.00
$0.00
$0.00 .
$9,399.77
$0.00
$0.00
$0.00
$9,399.77
$0.00
$9,399.77
Dev. Cost:
CITY PARTICIPATION:1
Phone No:
Phone No:
SEWER
Developer Cost
City Cost
$7,500.00
$0.00
$0.00
$0.00
$0.00
$0.00
$7,500.00
$0.00
$0.00
$0.00
$7,500.00
$0.00
$7,500.00
$538,632.90
NO
CHANGE
ORDER No:
6
REVIEWED
(682)201-6850 l By Izeldeen Ahmed at 3:59 pm, Mar 31, 2025
(817)392-7830
CONTRACT UNIT
DRAINAGE
Developer
Cost
City Cost
$36,400.00
$0.00
$15,000.00
$0.00
$6,000.00
$0.00
$45,400.00
$0.00
$0.00
$0.00
$45,400.00
$0.00
$45,400.00
City Cost:
$538,632.90
PAVING
Developer
Cost City Cost
$266,102.25 $0.00
$0.00 $0.00
$0.00 $0.00
$266,102.25 $0.00
$0.00 $0.00
$266,102.25 $0.00
$266,102.25
STREET LIGHTS
Developer
Cost
City Cost
$173,023.38
$0.00
$5,040.00
$0.00
$1,337.10
$0.00
$176,726.28
$0.00
$33,504.60
$0.00
$210,230.88
$0.00
$210,230.88
$0.00
CONTRACT
DAYS
70
0
0
85
0
85
Revised: 12-17-2018 Page 1
You are directed to make the following changes in the contract documents:
CITY BID ITEM
PAY ITEM # # QUANTITY
2 2605.3015 42
*12 2605.3119 60
I
Asterisk (*) indicates New Pay Item
REVIEWED
By Izeldeen Ahmed at 3:59 pm, Mar 31, 2025
UNIT V: STREET LIGHTING IMPROVEMENTS
CFW Unit Developer
UNIT ITEM DESCRIPTION Price UNIT PRICE Cost
LF 2" CONDT PVC SCH 80 (T) $34.00 $1,428.00
LF Furnish/Install Conduit -Schedule 80 PVC 2 Inch Bore $534.61 $32,076.60
TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS. $33,504.60
I I I 1
City Cost
TOTAL
$0.00
$1,428.00
$0.00
$32,076.60
$0.00
f
$33,504.60
�
Revised: 12-17-2018 Page 2
REASONS FOR CHANGE ORDER The existing onsite power pole is no longer serviceable by Oncor. Streetlight meter is to be relocated and cables are to be extended as requested by Oncor to
provide streetlight service.
RECOMMENDED:
mma, Inc.
By:
Name: Rob Cronin, PE
Title: Chief Operating Officer
APPROVAL RECOMMENDED
CFW - Water Department
By: N/A
Name:
Title:
RECOMMENDED:
CFW - *Contract Compliance Manager
REVIEWED
By Izeldeen Ahmed at 4:00 pm, Mar 31, 20251 By: N/A
Name: Izeldeen Ahmed
Title: Project Manager
M&C Number: N/A
M&C Date Approved: N/A
APPROVED: APPROVED:
Bedford Lodging Crossland Construction, Inc.
By: By:
Name: Jeff Blackman Name: Derek Kloer
Title: President Title: Division VP
APPROVED: APPROVED AS TO FORM AND LEGALITY:
CFW - Assistant City Manager CFW - Assistant City Attorney
By: N/A By: N/A
Name: Name:
Title: Title:
ATTEST * Contract Compliance Manager (Project Manager):
By signing I acknowledge that I am the person responsible
for the monitoring and administration of this contract, include
N/A ensuring all performance and reporting requirements.
Jannette S. Goodall
City Secretary 0 There are NO City Funds associated with this Contract
❑There are City Funds associated with this Contract
Revised: 12-17-2018 Page 3
FORT WORTH,,
TRANSPORTATION AND PUBLIC WORKS
May 7, 2025
Crossland Construction
13601 North Freeway
Fort worth Tx 76177
RE: Acceptance Letter
Project Name: Fire House Hotel
Project Type: Paving, Storm Drain and Street lights
City Project No.: 104705
To Whom It May Concern:
On April 22, 2025 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 May 7, 2025. 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 May 7, 2025, 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 817-
392-7830.
Sincerely,
Izeldeen Ahmed, Project Manager
Cc: Eric Tinner, Inspector
Troy Gardner, Inspection Supervisor
Ariel Duarte, Senior Inspector
Andrew Gooman, Program Manager
MMA, Consultant
Crossland Construction, Contractor
MB Hospitality, Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Rev. 8/20/19
CROSSLAND
CONSTRUCTION COMPANY, INC.
13601 North Freeway, Ste. 130
Fort Worth, TX 76177
Tel: 817.707.4900
May 14, 2025
City of Fort Worth
CFA Administration
100 Fort Worth Trail
Fort Worth, TX 76102
RE: Firehouse Hotel (Tapestry Collection by Hilton — The Nobleman)
CFA 23-0047 1 City Project 1047051 IPRC 23-0008
Components: Water, Sewer, Drainage, Paving, Street Lights
To Whom It May Concern:
This letter serves as confirmation that Crossland Construction Company, Inc. has been
paid in full by Bedford Lodging for the public improvements constructed to serve the
Firehouse Hotel (Tapestry Collection by Hilton — The Nobleman) in Fort Worth,
Texas.
Accordingly, we hereby waive, release, and relinquish any and all rights to assert a claim
or demand for lien in connection with this project.
Please feel free to contact me if you have any questions.
Sincerely,
y ruk&-
Travis Bell
Project Manager
Crossland Construction Company, Inc.
Cell: 325-895-4049
www,crossiandconstruction.com
CONSENT OF SURETY
TO FINAL PAYMENT
AZA Documew G707
Bond No. 09420007
TO O%VNFR-
( Name arrdad&m)
Bedford Lodging and the City of Fort Worth, Texas
PROJECT:
(Mnkte and addresoo
Firehouse Hotel, CFA23-0047
OWNER
ARCHITECT
CGINTRACTC)R
SURETY
OTHFR
ARCH TECT'S PROJECT -NO.:
CONTRACT FOR, Construction
CONTRACT DATED:
In accordance with the provisions of the Contma between die Owner and tbze Contractor as indk:azeti above, the
flnsIM rrarne and W&iru of Vveo-i
Zurich American Insurance Company
1299 Zurich Way, 10th Floor
Schaumburg, IL 60196-1056
SURPTY,
on bond of
(Inwrr nam, and addrrxa q(Conemaur)
Crossland Construction Company, Inc.
13601 North Freeway
Fort Worth, TX
C0! 1'ItAC 0R,
hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety of
any of iL% obligation to
(htWrl rranreand uAtress afOu rrer)
Bedford Lodging and the City of Fort Worth, Texas
as set forth in said Surety's bond.
IN VATNE-SS WREREOF, the Surety Imsbereunto set its land on this date. May 19, 2025
(hMF1 {nr kvfling the urarrrbMibkVd ht' &e nwrrerk d4teaod,7earV
Attest. CSC
(Seat]):
Joshua Eichem, Witness
Zurich American Insurance Company
(Sirrxw
By:
ESY,grtatrtrr of rN rrpix�rntatitr3
Cassidy D. Palic Attorney -in -Fact
E�ritrrerl +tan+e ruin t.Yir)
��LtititiLL111Jfr��,f�R
2 4-
SAL
��ilatlllllttiti���
G707--1994
Bond No. 09420007
Obligee: Bedford Lodging and the City of Fort Worth, Texas
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New
York. the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by
Christopher Nolan, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are
set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute,
and appoint Cassidv D. Palic , its true and lawful agent and Attorney -in -Fact, to make,
execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, aad the execution
of such bonds or undertakings in pursuance of these presents. shall be as binding upon said Companies, as fully and amply, to all intents and
purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE
COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND
SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT
COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons.
The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of
the By -Laws of said Companies, and is now in force.
IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said
ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 7th day of February, A.D. 2025.
.,. . .,a°` ,,..w d ATTEST:
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COAWANY OF MARYLAND
L " j 411A—
$Y: Chnstopher Nolan
Trice President
9) uOL, 4 vn --
By: Dawn E. Broom
secretaly
State of Maryland
County of Baltimore
On this 7th day of February, AD 2025, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Christopher
Nolan, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who
executed the preceding tristoument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of
the Company aforesaid, and that the seals affixed to the preceding mstnmzbent are the Corporate Seals of said Companies, Rod that the said Corporate Seals and
the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written.
Genevlcva lul. Ma`saa
M bey public
My Co—isslun E.om January 27, 2M
Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 414-559-8790
EXTRACT FROM BY-LAWS OF THE COMPANIES
"Article V, Section S. Attomevs-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President
may, by written instrument under the attested corporate seal. appoint attomeys-in-fact with authority to execute bonds, policies,
recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such
attomey-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any
time.,,
CERTIFICATE
I, the undersigned. Vice President of the ZURICB AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN
CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the
foregoing Power of Attorney is still in full force and effect on the date of this certificate. and I do fii ther certify that Article V, Section 8, of
the By -Laws of the Companies is still in force.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the ZURICE AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998.
RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary
and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such
facsimile signature and seal shall be valid and binding on the Company."
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of
May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a
meeting duly called and held on the loth day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature
of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a
certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect
as though manually affixed.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies,
this 19th day of May , 2025 .
��Nr,rnriK�� 'vwW�drl as�w��n Hi Mff���
Mary Jean Pethick
Vice President
TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION
OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT
INFORMATION TO:
Zurich Surety Claims
1299 Zurich Way
Schaumburg, IL 60196-1056
reaortsklairmsavurichna.com
800-626-4577
Authenticity of this bond can be confirmed at boudvalidator.zu»chna.com or 410-559-8790
Texas Important Notice
IMPORTANT NOTICE
To obtain information or make a complaint:
You may call Zurich North America's toll -free telephone
number for information or to make a complaint at:
1-800-382-2150
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.O. Box 149104
Austin, TX 78714-9104
Fax: (512) 490-1007
Web: 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 company first. If
the dispute is not resolved, you may contact the Texas
Department 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.
ZURICHe
AVISO IMPORTANTE
Para obtener informacion o para presentar una queja:
Usted puede Ilamar al numero de telefono gratuito de
Zurich North America's para obtener informacion o para
presentar una queja al:
1-800-382-2150
Usted puede comunicarse con el Departamento de Se-
guros de Texas para obtener informacion sobre com-
pahias, coberturas, derechos, o quejas al:
1-800-252-3439
Usted puede escribir al Departamento
de Seguros de Texas a:
P.O. Box 149104
Austin, TX 78714-9104
Fax: (512) 490-1007
Sitio web: www.tdi.texas.gov
E-mail: ConsumerProtection@tdi.texas.gov
DISPUTAS POR PRIMAS DE SEGUROS O
RECLAMACIONES:
Si tiene una disputa relacionada con su prima de seguro
o con una reclamacion, usted debe comunicarse con la
compania primero. Si la disputa no es resuelta, usted
puede comunicarse con el Departamento de Seguros de
Texas.
ADJUNTE ESTE AVISO A SU POLIZA: Este aviso es
solamente para propositos informativos y no se con-
vierte en parte o en condicion del documento adjunto.
U-GU-296-E (06/15)
Page 1 of 1