Loading...
HomeMy WebLinkAboutContract 55337-FP1 City Secretary 55337 -FP1 Contract No. FORT WORTH., Date Received Sep 12,2022 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: Vista West II Phase 1 City Project No.: 102825 Improvement Type(s): ❑x Paving ❑x Drainage ❑x Street Lights ❑ Traffic Signals Original Contract Price: $5,326,498.11 Amount of Approved Change Order(s): $121,632.07 Revised Contract Amount: Total Cost of Work Complete: $5,448,130.18 Tavnes McKibben Se 1, 2022 James McKibben(Sep 1,202215:08 CDT) p Contractor Date Project Manager Title L.H. Lacy Company Name Se 1 2022 CDT Matt Cain(Sep 1,2022 15:16 ) p Project Inspector Date lchaG 9aA4�ri P.E. Khal Jaafari P.E.(Sep 8,202213:16 CDT) Sep 8, 2022 Project Manager Date Tanie Scarlol--Morales Se 8, 2022 Janie Scarlett Morales(Sep 8,2022 13:54 CDT) p CFA Manager Date Z�/ Sep 8,2022 Interim TPW Director Date William Johnson(5 8,204217:37 CDT) Sep 8, 2022 Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 1 of 2 Notice of Project Completion Project Name: Vista West II Phase 1 City Project No.: 102825 City's Attachments Final Pay Estimate ❑x Change Order(s): ❑x Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid .f Consent of Surety Statement of Contract Time Contract Time 300 WD Days Charged: 260 Work Start Date: 3/15/2021 Work Complete Date 5/27/22 Completed number of Soil Lab Test: 2491 Completed number of Water Test: 32 Page 2 of 2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name VISTA WEST II PHASE 1 Contract Limits Project Type DRAINAGE,PAVING,LIGHTS City Project Numbers 102825 DOE Number 2825 Estimate Number 1 Payment Number 1 For Period Ending 5/27/2022 WD City Secretary Contract Number Contract Time 30WD Contract Date 2/24/2021 Days Charged to Date 260 Project Manager NA Contract is 100.00 Complete Contractor L.H.LACY COMPANY P.O.BOX 541297 DALLAS, TX 75354 Inspectors CORDOVA / CAIN Thursday,September 1,2022 Page 1 of 8 City Project Numbers 102825 DOE Number 2825 Contract Name VISTA WEST II PHASE 1 Estimate Number 1 Contract Limits Payment Number 1 Project Type DRAINAGE,PAVING,LIGHTS For Period Ending 5/27/2022 Project Funding UNIT III:DRAINAGE IMPROVEMENTS Item Estimated Estimated Completed Completed Description of Items Unit Unit Cost No. Quanity Total Quanity Total 1 CONCRETE RIPRAP(5") 58 SY $74.12 $4,298.96 58 $4,298.96 2 CONCRETE RIPRAP(5"REINFORCED 6"CURB) 90 SY $112.82 $10,153.80 90 $10,153.80 (DRAIN B FLUME) 3 CONCRETE RIPRAP(5"RENFORCED 119 SY $137.89 $16,408.91 119 $16,408.91 12"CURB)(POND B FLUME) 4 CONCRETE RIPRAP(6") 273 SY $87.20 $23,805.60 273 $23,805.60 5 MEDIUM STONE RIPRAP DRY 314 SY $87.20 $27,380.80 314 $27,380.80 6 MEDIUM STONE RIPRAP GROUTED 408 SY $95.92 $39,135.36 408 $39,135.36 7 LARGE STONE RIPRAP DRY 657 SY $95.92 $63,019.44 657 $63,019.44 8 POST-CCTV INSPECTION 5064 LF $1.64 $8,304.96 5064 $8,304.96 9 TRENCH SAFETY 5064 LF $0.34 $1,721.76 5064 $1,721.76 10 CONCRETE COLLAR 2 EA $467.59 $935.18 2 $935.18 11 18"RCP CLASS lII 91 LF $57.14 $5,199.74 91 $5,199.74 12 21"RCP CLASS lII 569 LF $57.50 $32,717.50 569 $32,717.50 13 24"RCP CLASS lII 3281 LF $66.39 $217,825.59 3281 $217,825.59 14 30"RCP CLASS lII 140 LF $88.29 $12,360.60 140 $12,360.60 15 36"RCP CLASS lII 371 LF $118.30 $43,889.30 371 $43,889.30 16 21"RCP CLASS IV 64 LF $64.03 $4,097.92 64 $4,097.92 17 24"RCP CLASS IV 29 LF $77.11 $2,236.19 29 $2,236.19 18 5X4 BOX CULVERT 399 LF $283.40 $113,076.60 399 $113,076.60 19 8X5 BOX CULVERT 120 LF $494.99 $59,398.80 120 $59,398.80 20 T STORM JUNCTION BOX 10 EA $4,414.50 $44,145.00 10 $44,145.00 21 5'STORM JUNCITON BOX 1 EA $7,929.75 $7,929.75 1 $7,929.75 22 STORM JUNCTION STRUCTURE(12'X6')WITH 1 EA $15,995.75 $15,995.75 1 $15,995.75 30"OPENING 23 STORM JUNCITONSTRUCTURE(23'X1I')WITH 1 EA $39,730.50 $39,730.50 1 $39,730.50 30"OPENING 24 HEADWALL BOX CULVERT 50.6 CY $735.75 $37,228.95 50.6 $37,228.95 25 24"FLARED HEADWALL 1 PIPE 1 EA $2,180.00 $2,180.00 1 $2,180.00 26 36"FLARED HEADWALL 1 PIPE 1 EA $4,005.75 $4,005.75 1 $4,005.75 27 24"PARALLEL HEADWALL 1 PIPE 2 EA $4,959.50 $9,919.00 2 $9,919.00 28 30"PARALLEL HEADWALL 1 PIPE 1 EA $4,033.00 $4,033.00 1 $4,033.00 29 3 5"PARALLEL HEADWALL 1 PIPE 2 EA $8,502.00 $17,004.00 2 $17,004.00 Thursday,September 1,2022 Page 2 of 8 City Project Numbers 102825 DOE Number 2825 Contract Name VISTA WEST II PHASE 1 Estimate Number 1 Contract Limits Payment Number 1 Project Type DRAINAGE,PAVING,LIGHTS For Period Ending 5/27/2022 Project Funding 30 18"SET 1 PIPE 2 EA $1,471.50 $2,943.00 2 $2,943.00 31 24"SET 1 PIPE 3 EA $1,744.00 $5,232.00 3 $5,232.00 32 36"SET 1 PIPE 1 EA $3,651.50 $3,651.50 1 $3,651.50 33 18"SET 2 PIPES 1 EA $2,207.25 $2,207.25 1 $2,207.25 34 21"SET 2 PIPES 1 EA $2,370.75 $2,370.75 1 $2,370.75 35 5'CURB INLET 2 EA $3,924.00 $7,848.00 2 $7,848.00 36 10'CURB INLET 14 EA $4,959.50 $69,433.00 14 $69,433.00 37 15'CURB INLET 7 EA $6,867.00 $48,069.00 7 $48,069.00 38 20'CURB INLET 3 EA $7,303.00 $21,909.00 3 $21,909.00 39 10'RECESSED INLET 5 EA $5,777.00 $28,885.00 5 $28,885.00 40 T DROP INLET 1 EA $4,360.00 $4,360.00 1 $4,360.00 41 SEEDING SOIL RETENTION BLANKET 30000 SY $2.52 $75,600.00 30000 $75,600.00 42 REMOVE MISC CONC STRUCTURE 1 LS $505.13 $505.13 1 $505.13 43 MANHOLE ADJUSTMENT MAJOR(SANITARY 1 EA $4,641.27 $4,641.27 1 $4,641.27 SEWER) 44 MANHOLE ADJUSTMENT,MAJOR(16"WATER 1 EA $4,641.27 $4,641.27 1 $4,641.27 MAIN) 45 MANHOLE ADJUSTMENT MAJOR(36"WATER 1 EA $4,641.27 $4,641.27 1 $4,641.27 MAIN) 46 MISCELLANEOUS STRUCTURE ADJUSTMENT 1 EA $1,693.10 $1,693.10 1 $1,693.10 (16"WATER COMBO VALVE) 47 VALVE BOX ADJUSTMENT(36"WATER MAIN) 1 EA $1,006.92 $1,006.92 1 $1,006.92 48 VALVE BOX ADJUSTMENT(30"WATER MAIN) 1 EA $1,006.92 $1,006.92 1 $1,006.92 49 17'X8'DETENTION POND OUTFALL 1 EA $16,350.00 $16,350.00 1 $16,350.00 STRUCTURE 50 24'X12'DETENTION POND OUTFALL 1 EA $26,487.00 $26,487.00 1 $26,487.00 STRUCTURE 51 INLET PROTECTION 30 EA $101.37 $3,041.10 30 $3,041.10 52 SWPPP MAINTENANCE 5 MO $2,650.00 $13,250.00 5 $13,250.00 53 7'X4'DIAMOND PLATED STEEL PLATE 1 EA $1,975.00 $1,975.00 1 $1,975.00 (PEDESTRIAN RATED) Sub-Total of Previous Unit $1,219,886.19 $1,219,886.19 UNIT IV:PAVING&STREET IMPROVEMENTS Item Estimated Estimated Completed Completed Description of Items Unit Unit Cost No. Quanity Total Quanity Total 1 REMOVE CONC PVMT 534 SY $13.19 $7,043.46 534 $7,043.46 Thursday,September 1,2022 Page 3 of 8 City Project Numbers 102825 DOE Number 2825 Contract Name VISTA WEST 11 PHASE 1 Estimate Number 1 Contract Limits Payment Number 1 Project Type DRAINAGE,PAVING,LIGHTS For Period Ending 5/27/2022 Project Funding 2 REMOVE ASPHALT PVMT 1301 SY $15.27 $19,866.27 1301 $19,866.27 3 REMOVE CONC CURB&GUTTER(CO#5) 501 LF $10.25 $5,135.25 501 $5,135.25 4 REMOVE ASPHALT CURB 655 LF $5.81 $3,805.55 655 $3,805.55 5 MEDIUM STONE RIPRAP DRY 274 SY $56.73 $15,544.02 274 $15,544.02 6 8"FLEXIBLE BASE TYPE A GR-1 30 SY $40.50 $1,215.00 30 $1,215.00 7 10"FLEXIBLE BASE TYPE A GR-1 415 SY $50.88 $21,115.20 415 $21,115.20 8 HYDRATED LIME(CO#3) 1705 TN $161.05 $274,590.25 1705 $274,590.25 9 6"LIME TREATMENT 30 SY $6.35 $190.50 30 $190.50 10 8"LIME TREATMENT 66841 SY $2.83 $189,160.03 66841 $189,160.03 11 3"ASPHALT PAVMENT TYPE D(CO#6) 398 SY $59.90 $23,840.20 398 $23,840.20 12 6"CONC PVMT 38200 SY $33.01 260,982.00 38200 1,260,982.00 13 7"CONC PVMT 13260 SY $39.24 $520,322.40 13260 $520,322.40 14 9"CONC PVMT 10720 SY $48.57 $520,670.40 10720 $520,670.40 15 4"CONC SIDEWALK 68643 SF $5.59 $383,714.37 68643 $383,714.37 16 6"CONCRETE DRIVEWAY 380 SF $9.97 $3,788.60 380 $3,788.60 17 BARRIER FREE RAMP TYPE R-1 5 EA $1,740.93 $8,704.65 5 $8,704.65 18 BARRIER FREE RAMP TYPE U-1 2 EA $2,857.01 $5,714.02 2 $5,714.02 19 BARRIER FREE RAMP TYPE M-2 7 EA $1,644.20 $11,509.40 7 $11,509.40 20 BARRIER FREE RAMP TYPE P-1 52 EA $1,582.60 $82,295.20 52 $82,295.20 21 BRICK PVMT 428 SY $140.66 $60,202.48 428 $60,202.48 22 4"SLD PVMT MARKING HAS(Y) 1956 LF $1.25 $2,445.00 1956 $2,445.00 23 8"SLD PVMT MARKING HAS(W) 1169 LF $2.51 $2,934.19 1169 $2,934.19 24 8"SLD PVMT MARKING HAS(Y) 70 LF $2.51 $175.70 70 $175.70 25 LANE LEGEND ARROW 15 EA $234.35 $3,515.25 15 $3,515.25 26 LANE LEGEND DBL ARROW 1 EA $354.25 $354.25 1 $354.25 27 REEL RAISED MARKER TY II-A-A 236 EA $4.74 $1,118.64 236 $1,118.64 28 TOPSOIL(FINISHING PARKWAYS&MEDIANS) 900 CY $10.86 $9,774.00 900 $9,774.00 29 BLOCK SOD PLACEMENT 16400 SY $4.29 $70,356.00 16400 $70,356.00 30 REMOVE SIGN PANEL AND POST 2 EA $103.55 $207.10 2 $207.10 31 REMOVE AND REINSTALL SIGN PANEL AND 1 EA $539.55 $539.55 1 $539.55 POST 32 FURNISH/INSTALL ALUM SIGN GROUND 56 EA $174.40 $9,766.40 56 $9,766.40 MOUNT CITY STD(D3-1) 33 FURNISH/INSTALL ALUM SIGN GROUND 24 EA $348.80 $8,371.20 24 $8,371.20 MOUNT CITY STD(Rl-1) Thursday,September 1,2022 Page 4 of 8 City Project Numbers 102825 DOE Number 2825 Contract Name VISTA WEST 11 PHASE 1 Estimate Number 1 Contract Limits Payment Number 1 Project Type DRAINAGE,PAVING,LIGHTS For Period Ending 5/27/2022 Project Funding 34 FURNISH/INSTALL ALUM SIGN GROUND 3 EA $348.80 $1,046.40 3 $1,046.40 MOUNT CITY STD.(R1-2) 35 FURNISH/INSTALL ALUM SIGN GROUND 3 EA $485.05 $1,455.15 3 $1,455.15 MOUNT CITY STD(R4-7) 36 FURNISH/INSTALL ALUM SIGN GROUND 3 EA $485.05 $1,455.15 3 $1,455.15 MOUNT CITY STD(R6-4B) 37 FURNISH/INSTALL ALUM SIGN GROUND 2 EA $348.80 $697.60 2 $697.60 MOUNT CITY STD(W2-6) 38 FURNISH/INSTALL ALUM SIGN GROUND 6 EA $348.80 $2,092.80 6 $2,092.80 MOUNT CITY STD(W 11-2) 39 FURNISH/INSTALL ALUM SIGN GOUND 2 EA $348.80 $697.60 2 $697.60 MOUNT CITY STD(W13-lP) 40 FURNISH/INSTALL ALUM SIGN GROUND 6 EA $381.50 $2,289.00 6 $2,289.00 MOUNT CITY STD(W 16-7p) 41 FURNISH/INSTALL ALUM SIGN GOUND 2 EA $348.80 $697.60 2 $697.60 MOUNT CITY STD(R6-1) 42 FURNISH/INSTALL ALUM SIGN GOUND 2 EA $348.80 $697.60 2 $697.60 MOUNT CITY STD(R5-1) 43 FURNISH/INSTALL ALUM SIGN GROUND 2 EA $348.80 $697.60 2 $697.60 MOUNT CITY STD(R5-1A) 44 FURNISH/INSTALL ALUM SIGN GROUND 3 MO $348.80 $1,046.40 3 $1,046.40 MOUNT CITY STD(Rl-2bP) 45 TRAFFIC CONTROL 4 EA $2,250.00 $9,000.00 4 $9,000.00 46 REMOVE EXISTING GATE 1 SF $395.00 $395.00 1 $395.00 47 MAILBOX CLUSTER CONCRETE FOUNDATION 224 EA $17.56 $3,933.44 224 $3,933.44 48 TYPE III BARRICADE 7 EA $866.55 $6,065.85 7 $6,065.85 49 CONCRETE HEADER 7 EA $362.33 $2,536.31 7 $2,536.31 50 DETECTABLE WARNING SURFACE 6 LF $541.29 $3,247.74 6 $3,247.74 51 CROSSWALK MARKINGS 243 EA $7.90 $1,919.70 243 $1,919.70 52 LANE LEGEND YIELD 3 LF $376.05 $1,128.15 3 $1,128.15 53 18"BRK PVMT MARKING HAS(W) 256 LF $11.72 $3,000.32 256 $3,000.32 54 18"BRK PVMT MARKING HAS(Y) 209 MO $11.72 $2,449.48 209 $2,449.48 55 SW000 MAINTENANCE 4 MO $3,250.00 $13,000.00 4 $13,000.00 56 ASPHALT PVMT,REPAIR(3"TYPE D HMAC 8" 444 SY $120.31 $53,417.64 444 $53,417.64 FLEX)(CO#3 57 TRAFFIC CONTROL(CO#1) 2 MO $1,500.00 $3,000.00 2 $3,000.00 58 EXISTING DIAMETER SS MANHOLE-REMOVE 1 EA $2,640.00 $2,640.00 1 $2,640.00 CONC&REPLACE W/30"COVER(CO 4) 59 ADDITIONAL FREIGHT INCREASE(CO 4) 1 LS $25,000.00 $25,000.00 1 $25,000.00 Thursday,September 1,2022 Page 5 of 8 City Project Numbers 102825 DOE Number 2825 Contract Name VISTA WEST II PHASE 1 Estimate Number 1 Contract Limits Payment Number 1 Project Type DRAINAGE,PAVING,LIGHTS For Period Ending 5/27/2022 Project Funding 60 6"CONC CURB(CO 5) 300 LF $33.01 $9,903.00 300 $9,903.00 61 INSTALL ALUMINUM SIGN GROUND MOUNT 1 EA $358.40 $358.40 1 $358.40 CITY STD(R6-1)(CO 7) 62 4"BROKEN PAVEMENT MARKINGS(Y)(CO 7) 209 LF $1.29 $269.61 209 $269.61 63 4"BROKEN PAVEMENT MARKINGS(W)(CO 7) 3567 LF $1.29 $4,601.43 3567 $4,601.43 64 REEL RAISED MARKER TYPE II-C-R(CO 7) 127 EA $4.87 $618.49 127 $618.49 Sub-Total of Previous Unit $3,688,323.99 $3,688,323.99 -------------------------------------- UNIT V:STREET LIGHTING IMPROVEMENTS Item Estimated Estimated Completed Completed Description of Items Unit Unit Cost No. Quanity Total Quanity Total 1 2"CONDT PVC SCH 80(T) 10254 LF $11.24 $115,254.96 10254 $115,254.96 2 2"CONDT PVC SCH 80(B) 268 LF $31.18 $8,356.24 268 $8,356.24 3 NO 8 INSULATED ELEC CONDR 7317 LF $1.23 $8,999.91 7317 $8,999.91 4 NO 10 INSULATED ELEC CONDR 23445 LF $0.87 $20,397.15 23445 $20,397.15 5 GROUND BOX TYPE B 21 EA $589.69 $12,383.49 21 $12,383.49 6 FURNISH/INSTALL TYPE 33A ARM 23 EA $256.15 $5,891.45 23 $5,891.45 7 FURNISH/INSTALL TYPE 33B ARM 82 EA $256.15 $21,004.30 82 $21,004.30 8 FURNISH/INSTALL 240-480 VOLT SINGLE 2 EA $6,750.50 $13,501.00 2 $13,501.00 PHASE TRANSOCKET METERED PEDESTAL 9 FURNISH/INSTALL LED LIGHTING FIXTURE 82 EA $280.13 $22,970.66 82 $22,970.66 (70WATT ATBO COBRA HEAD) 10 FURNISH/INSTALL LED LIGHTING FIXTURE 23 EA $482.87 $11,106.01 23 $11,106.01 (137 WATT ATB2 COBRA HEAD) 11 RDWY ILLUM FOUNDATION TY 1,2 AND 4 77 EA $1,108.53 $85,356.81 77 $85,356.81 12 RDWY ILLUM FOUNDATION TY 3,5,6,AND 8 13 EA $1,311.27 $17,046.51 13 $17,046.51 13 FURNISH/INSTALL RDWAY ILLUM TY 11 POLE 77 EA $1,687.32 $129,923.64 77 $129,923.64 14 FURNISH/INSTALL RDWAY ILLUM TY 18 POLE 13 EA $2,547.33 $33,115.29 13 $33,115.29 15 6"CONDT PVC SCH 80(T) 714 LF $29.82 $21,291.48 714 $21,291.48 16 DEMO EXISTING STREETLIGHTS 8 EA $959.20 $7,673.60 8 $7,673.60 17 DEMO EXISTING STREETLIGHT CONDUIT 1506 LF $3.75 $5,647.50 1506 $5,647.50 Sub-Total of Previous Unit $539,920.00 $539,920.00 Thursday,September 1,2022 Page 6 of 8 City Project Numbers 102825 DOE Number 2825 Contract Name VISTA WEST II PHASE 1 Estimate Number 1 Contract Limits Payment Number 1 Project Type DRAINAGE,PAVING,LIGHTS For Period Ending 5/27/2022 Project Funding Contract Information Summary Original Contract Amount $5,326,498.11 Change Orders Change Order Number Al $51,124.00 Change Order Number A3 $22,364.94 Change Order Number A4 $27,640.00 Change Order Number A5 $12,978.00 Change Order Number A6 $1,677.20 Change Order Number A7 $5,847.93 Change Order Number Change Order Number Total Contract Price $5,448,130.18 Total Cost of Work Completed $5,448,130.18 Less %Retained $0.00 Net Earned $5,448,130.18 Earned This Period $5,448,130.18 Retainage This Period $0.00 Less Liquidated Damages Days @ /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 $5,448,130.18 Thursday,September 1,2022 Page 7 of 8 City Project Numbers 102825 DOE Number 2825 Contract Name VISTA WEST 11 PHASE 1 Estimate Number 1 Contract Limits Payment Number 1 Project Type DRAINAGE,PAVING,LIGHTS For Period Ending 5/27/2022 Project Funding Project Manager NA City Secretary Contract Number Inspectors CORDOVA / CAIN Contract Date 2/24/2021 Contractor L.H.LACY COMPANY Contract Time 300 WD P.O.BOX 541297 Days Charged to Date 260 WD DALLAS, TX 75354 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 $5,448,130.18 Less %Retained $0.00 Net Earned $5,448,130.18 Earned This Period $5,448,130.18 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 $5,448,130.18 Thursday,September 1,2022 Page 8 of 8 , > n o o I - a 2 0 _o 0 0 , ) ƒ ( \ § ) / o \ m / m / 2 z o o , m G S > \ e > m § ® # ® / m cn � \ a 0 , G / § \ j m x ° ; < I m k § T§ \ \ [ m ` > z \ \ m S g 2 / n ` 8 / # m ) ® Q/ ; + m > ° / ` \ � \ \ 2 7 - 22 0 m m .. FO P. \ / ) / 7 m § = 7 m . Z - & u / � C) \ _ 2 » m co - 3 { , o 4 \ 0, \ m \ n 2 of \ ~ 0 CD ( zz j - 99 � § f\ § H . � In \ \ n \ \ \\ / w y ® 2 \ ) ) o ^\ � \ j \ § q _ 0 2 \ § 7 m\ }( ) o 0 m m \ \ j i Z a6ad I IDZ-ZL-OI:Paslnail luapisa :allll M111O :BUIi la euepl loa ad:ap!1 u JOO+Aggo9 :OWEN saLol au1e13 :OWEN •B'd uospagllO lleN:aweN :AU :As � :Ag 'Pll'Auedwop AOel HI 011'sexal-sOwOH 1O1 'Oul's)aaul6u3 vosme0•oded :09AOUddV :03AOUddV :09MV840031d 'U3dO13A30 31-11 A9 1HDnOS 3911IA1 A-ID 3H1 V10Ud 1N3LY3SUnes4m ON ONV 1SOO U30HO 3ONVH0 3141 d0%004 UOd 31915NOdS3M SI U3dO13A30'10VU1NOD SI141 NI 03AlOANI SONnd A11O ON sueld uo0ongsuO0 e4J/O(D9l lOa4S PUB LF laegS)t'ON U0191AO8 4011%puOdsalios sa6ue4O(£ PaOUWOYO41eoM Pl0 v!44M JNon+JaJ odoos aJ PoPPa ueld loquop aJIBJl(L '6ullllwied OUdlduvnposega)aplpnq-ses,A)paq)ulpolupwnaopun sem legl evl7Jeleh�ntvU,l,geglyn 101puoa of enp Juawv611e Jea+es,Uepues peslnaU(l U3OUO3DNVHD UOd SNOSV31J 4E'EEO1,6 S 1V101 6C'60LOP S 1V101UN5 U3M3SAUVllNVS 097LO'Y t ZVzol $ aloque{y yl e0 a)pc3,Y JA I o£ E001'6CE6 OZ OS74999 t O9'V00'S S oloqualy doiCl,t, V3 l ZOOI'6ECC 61 6Y'969 C S 6Y'969'£ S aloyua14 It V3 t too 16CCC Ol OS'O60C1 S 99-m S Jaull eloyUery Axodq JA 0 t000'6EE£ Ll OC'££fl IZ S 1Y991 S INVE9 SSO O Id JOmaS.91, Jl ul, 9103EEE 91. E6'691LZ S Well, S O Id JVA-S UOJI 9III3n0.91 Jl L9 L- 9101£E£ Sl £L'140Y S LI'OL S ecildJOIAOSM dl 69 910,1EC£ Yt t t'00£L S 69,99 t B Id JamaS.Zl Jl 661- 90ZE'lE£C CL SS'EZ6'91 S E9up S InD uo Oueyl JOgIO Aq 6upuo tZ dl ge- tot 1'90EC 0 91'09 S on S WJaS gouoJl dl SO 6010'SOEE 4 91,'LLE S 6L•001, S bulpoi wnnaeA Olo4uvj4 V3 Z 1010'IOEE C 99'69LLt S Lo'loz S soololn•x35soJD OUYoe9 SSO'Jamas uo)l a111)nn.91. dl 1 91Z6'lEE£. I M3N 00'OOl'ZL S 0o'OOl'ZlS B Id ulsa0„VZ VIISP9 uopuegV PualnmD V3 t Z0DO.6666 NON 00'Z06L s ZO'OL S a Id Jam s'm llelsulaU I dl I OW I 1000'6666 I M3N 00'6Zl119 $ 1V1010ns ONIAVd 00'ODOC S 00'009't 4 I IoJJVOD o0Je11 ON Z 10003LYE NON 00'YLl91, S te,on 5 PO ODD lrn esegzold„B'OV{YHaO -L.,£JJVLIDll luvd lley sV AS o0V ZOZO'IOZE M3N 1V101 3018d ANn NOI1dI80930 Y1311 llNn AumnD 0 HIY311 AVd IY311 019 All0 sluawmp 13eJluoo 041 Ul se uegO bUlq.olioj 041 ayew DI PapaJ!p WE noA I 00 o 0 P roZ � C� C� C) ro �c 6? O �p �1 Om 9 O O m m a� -0 m a m o� -0 y n � O m z m0 �u n n� o n --4 qk m 0 G p o m p D N D 5 p Xl cog ^ N N N p J N o a - � I 1 +"a w o lm7 tn 03 Fa � ;c ;",• �F:�; ,art:�iit'� � .i7 .D `� m �{�I�tiro�'n+',e�5iJ" O O tjrt� f1� N N C y � ':�y1li� ? ctts7 't ld�{'M h f n v .y m .� f z w m a N d 15. yt.?r m m v i1; a oSi x.. oi1 ;. f i lii. bi• +2i s f=•. O P O {I R.rv�, Fc lift♦ n 0 0 0 b O O v n y v m � ( / \ 2 \ § m ) ) _/ [ i m2 � m , o } � ( 7 \ \ 2 q A E & n c] § oe - � R G \ 0 2 k` /m � \ �§ �0 2 § k \§ \ 2 § 7 / § X , co § §/ ) § m (0 « @§ } m K7 ( {7 ±\ j }2 § ` f » u § \ § ( 9 o m ' 2 ( ( % m \ "\ &m � ) $$ } § wR [ ' , \ o 0 - a 0 o 0 - -n o o e , § 7c: § § ) u G 2 f §m o ® 5 Q e / m m # # -U # m / § § § q ] ) § o o q 0 \ A o » » ° / m j / § 0 §0 \ \ ) \ \ ( m m c 0 S o m Q » # m ° Q 5] / / m ) § ) k § g § § \ 0 \ \ } � 41 C, ; § ! [ « 2 d § e k \ � & \ T / [ k k ) - r \ � 3 \ \ � § k � 4 0 ( \ l � \ \ 2e 0 \ / ! f G & \ o m ; 'U 2 R ff $ E / e ® m tA ) \ k \ ( » ( \ ) a a 0 / \ / A E ® // ® 0 0 -Ao § ] 0 § & a m 7 # 77 � ul 0 ® k k [ / � Zo © ° /9 \ £ qt r ® §$ _ to \ \ \ _ � \ & ( ( e � ® � S � $ � § � - t � Z ; 1 � ( 3 \ \ \ \ ) ) \ � � d m o } a \ 7 § \ 2 m m§ ^^ \ / G ° (% ] ; \ / \ ( m j a" � `j 5 ` ^ S { § )) �} o § q ri / . / �2 \% \ \ ¥ o� Q z m n2 \\ � �® #; L % z 'o }j §§ mg { ) 09 \\ \ [ G ° . ® ) & ' m {\ 4 ( §) }& § \ - / F o� , % m / \m \\ \ k3 © * ° k 2 � ?U � m _ & 2 - o&� / �) iT \ 4 � ] / 7 § D n ( 7u « 3: ) 0G j m ( \ o 2 . t cr cr ( \ \ \ o G m A m » § 4 / c § 2 § i ¥ § § G m _, m § { "\ 0 / � # m 2 0 g % « 2 = z o o_ o o -u w § \ C 3 0 § j% m m > / o 0 0 ) ; ® m ; m m # « # a % / § 0 -n j 0 \§ / 0 \ 0 0 0 0 U) () w 0 \ \ ( � } \ \ \ 0 \7 \ / ~ � ~ o m $ 0Z m i gim§ 2 § § � � \ 0 - 00 weR3N » s Fo § § = 2 \ o _ / § _ ® /73 C. \ _ 00 ~ \ / \ j k2 cn ] » \ � � _ > m 4 m o j \ 0 � ~ » ~ § 0 \ \ ) / ! ® \ 000 \ , / 09 \ _ R ) _ \ / a / G) g d 2 « z » ® /j / . -4 z 2 % 0m ~(A ° 0 [ o y m (? \ $± % s § \ {$ 00 q � m \ \ \ � ) : Q � \ . m � / § � \ \ [ § ; \ o z « , z § ` f e N \ \ j } ; m m§ ~ o \ In wo \ 7 ) G §� 7 GA ( e § / ) ®) ]§\ \ ;o � 2§ / � j/ E mm/ /z } § 2 7 b ® m§ a , & ( \ \} 2 § 5q \ r § k j n J d) \§\ ( B§ 2 ;u ~ ® ,0 G a\y \}\ } \) 2 ; z 2 ro z f % / , .. / § z 0 $ , § \ § m ( o / A ` % % \ 0 eeq \ (j _ m_e §§>20 DEVELOPER-AWARDED-PROJECT CHANGE ORDER PROJECT NAME: Vista West II Ph.1 CHANGE CONTRACT: A Water Sewer Paving,Storm Drain Simi LI his&Signs ORDER No: CFA# 20.0142 CITY PARTICIPATION: NO CITY PROJECT N 102825 DOE 0 N/A A3 FID# 0114-0200431-101826-EO7685 FILE# W2744 INSPECTOR: Mall Cain Phone No: (817)673.3516 PROJECT MANAGER: Khal Jarani Phone No: (817)392-7872 CONTRACT UNIT WATER SEWER PAVING DRAINAGE STREETLIGHTS CONTRACTDAYS Developer :�.,..ti';=• :- _. ..:.- .. Cost �Cll Casl Davelo er CosI 'OII.�Cosl"_Dcvelo er Cost;�dty ost De•vela er Coal City Casl':Oav4loper Cosl CI'Co.t ORICIO&CUITRACT $1,029650.70 $1.774,479.97 $539.920.00 300 EXTRAS TO DATE $45,213.84 $51.124.00 CREDITS TO DATE CONTRACTTOOATE $1,029,650.70 30.00 51,819,693.81 $0.00 $3,0W 515.92 .10.00 S1121Y,888.19 $0.00 3519,920.00 S0.00 300 AMOUNT OF PROP,CHANGE ORDER S 22.364.94 REVSEO CONTRACT AMOUNT 31,029,65930 .$0.00 S1819,693.61 1 30,00 $3 540140.061 $0.00 1 31,219e50.19 1 $0,00 S537920.00 10.00 300 TOTAL REVISED CONTRACT AMOUNT PERUNIT S1020.658.70 51,610,693.81 33640160,06 31,219,806.10 S539020.00 REVISED COST SHARE Dev.Cost: $8.249,339.66 CIIy Co11f. TOTAL REVISED CONTRACT 44,249,339,66 P690 1 You era directed to make the a ovi n2 than es h the eonIm A documents CITY BID ITEAI PAY ITEAI rI d OVANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL B 3211.04 100 TON Hydrated Lima $ 101.05 5 17.071.30 NEW 3201,0202 44 1 BY I Asphalt Pvrnl Repair J'Type 0HMAC 8'Flexboso vil Gea dd $ 120.01 S 5,293,64 PAVING SUBTOTAL $ 22,364,94 TOTAL $ 22,364.94 1)Llma Appkiillon Note•Increase Gem 3691SY(0 780/SY(Nr 6'Subprade)6 Oom 46Y/SV Io SI AYSY(for B'Subtpedo)per Torratml's RoNsad Llnle Sorfes Report doled REASONS FOR CHANGE ORDER 0/13/2021 2)Addilingal Oumdrty HIAAC for Old Weatherford Road Sanitary Solver Ana A conrkmion. NO CITY FUNDS INVOLVED IN 10IS CORFRAC1.DEVELOPER 14 RESPONSIBLE FOR 100$Or THE CHANGE ORITErf COSTAND NO REIMBURSEMENT FROM 171E CITY WII.L BE SOUGHT BY THE DEVELOPER. i RECOMMENDED: APPROVED: APPROVED: Papa-Dawson Erlalneers,Ina. LOI Homes-Texas,LLC LH Lacy Company,Ltd. Nome Mail Gilbarlson.P.F. Name: Elaine Torras Name: Bobby Gordon Tills:Sr.Project Mannaer Title: Officer Title: Preeldent 09/17/2021 Page 2 ] § / ƒ \ / j o \ o $ j o ) § / e m # m \ » z o \ d 0 \ \ § \ \ ~ ^ \ ~ \ \ 2 m �§ ) { § ) / § f § 8 }G ) G m ` [ § / $ g CO qm \ ; ® ] § § / / $ F ` % ° 2 ; 2 - e e { e z 2 S + \ \ # \ \ w `\ / OD ( j / \ o / d § 2 � r _ ; & o a \ » a § \ e o m m \ j [ co / 2 » U) Ks -0 g / / 0 \ \ C + zz > / j \ \ _ {in \ § # \ \ \ R ) d4 w i � \ z C.) e © 2 7 @ % 7 � � 0 2 g m %u % )\ 4 z $ , o § § \ 2 ) / \ § / 0 m z } g \ ( ~ z _ [ j ) 0 z � j \ z / ) # \ $ } ` m §§ » 2 } f 2 g I o m ) / _ / ( § 2 ) e \ G } w 0 z m z \ ) }B \ q g0 7 z & @ 4 ` z\ ~ } . , ƒ \\ \ °� § §j \ / CA o \ %\ p § ul M 7 \ ® m 2 f # a-: 7 o ) \ \ ] 2 T § o @ ® & 2m g w \ 0 \ q / §q» » \ L To ) \ § o ) } \] § / 2z § ] Q ^ ° y ± n r S r � \ j \ m g o / ( } $ q ? ( o . [ CL > z § - m� ®§ \ em \ J j4 �\ co > o e m o ) j \ 1 0 } $ }\ m \ m j \ \ \ d � � 0 e > q \ > r m # # # H m o 1 w 0 e o\ $ o m § k \ ® / 0 0 0 ®o / o ff 2 ~ 2 ( y ) ) % ƒ § § 0 \ z( � 6 � I % > = o k > C) ( m 2 § > C) ( ) [ - 2< 7 e { to > \ 0 / / COCD .. i E ~ / \ > m - 72 � § \ M./ \ f 0. # /[_ \ \ \ ` \° > co w e ) g � \ � / { \ \ / \ \ { { » / / - 00 q » m C) \ / \ � ? w § > � \ \a f � } o C) ® q_ § - 00 N) 01 f � 0 ` m > �\ w gz _ EN 2M ) \ \ \ m \ > / / / ) / w . ; $ ( z in - \ ; } / mmm a west) ( § z E ) ( ) co D ( « ; m m z n } & ~ m 2° )) / \ N / W` w 0z 0§ \ / }- ,/ ® � \ 2 g »2 EF /m j m § /ch \ �} 2 z $ t§ f ) 2 So G % 3 )2 / E 2 § §/ � ) & )q , ( m — (( ma« } �k ®_ < �\ /\/ \ — m (i® / 2 �k \ /\ ; (D k \)w0 % , f} \ g X \{ ® / i g z = . y A EL m ! ƒ 0 \ m 1 . = q o / & Dm } ) . § i _ & % k A 000 _ $ - m\\\\m U � } J �3 � FORTWORTH,,, TRANSPORTATION AND PUBLIC WORKS May 31, 2022 L.H. Lacy Company, LTD. 1880 Crown Dr. Ste.1200 Dallas,TX. 75234 RE: Acceptance Letter Project Name: Vista West II Phase 1 Project Type: Developer City Project No.: 102825 To Whom It May Concern: On May 27, 2022 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 August 9, 2022. 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 August 9, 2022, 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)392-7872. Sincerely, KING 9aa,{z�NG P.�. Khal Jaafari P.E.(Sep 8,202213:16 CDT) Khal Jaafari, Project Manager Cc: Matt Cain, Inspector Ron Cordova, Inspection Supervisor Edward D'Avila, Senior Inspector Victor Tornero, Program Manager Pape-Dawson, Consultant L.H.Lacy Company, Contractor LGI Homes, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev.8/20/19 AFFIDAVIT STATE OF Texas COUNTY OF Dallas Before me, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared Bobby Gordon, President Of L.H. Lacy Company, Ltd, known to me to be a credible person, who being by me duly sworn, upon his oath deposed and said; That all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in full; That the wage scale established by the City Council in the City of Fort Worth has been paid in full; That there are no claims pending for personal injury and/or property damages; On Contract described as; City Project#10825 - Vista West II Phase 1 BY Bobby . G rdon, President-- Subscribed and sworn before me on this date 15 of August, 2022. DARLENE CONEY Notary Public N; °` My Notary ID i#10317"01 Dallas County, State of "•;�,a Expires March 9,zo?a Texas CONSENT OF SURETY OWNHR o TO FINAL PAYMENT AXHITECT 0 AM DocumeW G707 CONMCIaUR 0 SUREry o Bond No. 3326239 OTC TO OVRNER ARCHITECT'S PROJECT NO.: flWmnra„dad�) City of Fort Worth& LGI Homes-Texas, LLC 1450 Lake Robbins Dr., Suite 430 CONTRACT FOR: Construction The Woodlands,TX 77380 PROJECT: CONTRACT DATED: (Ala— d adrb-V Vista West II, Phase 1 In accordance with the provisions of the Contract between the Owner and the Contractor as Indicated,above,the (/nsrntrrumee�nd add,�.acofS3eq!F, GreatAmerican Insurance Company 301 East Fourth Street Cincinnati, OH 45202 SURETY, on bons]of flruen natrt a and addrnat Q{Cw,1,�aGtur, L.H. Lacy Company, Ltd. 1880 Crown Dr., Suite 1200 Dallas,TX 75234 CONTRACTOR, 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 its Obligations to (hisen mnse and addrmofoawer) City of Fort Worth&LGI Homes-Texas, LLC 1450 Lake Robbins Dr., Suite 430 The Woodlands,TX 77380 OWNER, as set forth in said Surety's bond. IN WITNESS WHEREOF,the,%rety has hereunto set its hand can this date: August 15, 2022 rtn"in U91tirg(be uXWh farlou%Wbr,be n ulrmirdwrandywr,, Great American Insurance Company F; •�:^a (NncYr) �'••, '� r.�++mnryaru�ba►�ana,rpr�mrp,auir, ` Attest: (Seal): ,n5ss. Rita G.Gulizo Attomey-in-Fact Al John ,Witness l,9wucdna,sraadrr77r, G707-1994 GREAT AMERICAN INSURANCE COMPANY@ Administrative Office: 301 E 4TH STREET • CINCINNATI,OHIO 45202 • 513-369-5000 * FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than TWO No.O 21798 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY,a corporation organized and existing under and by virtue of the laws of the State of Ohio,does hereby nominate,constitute and appoint the person or persons named below,each individually if more than one is named,its true and lawful attomey-in-fact,for it and in its name,place and stead to execute on behalf of the said Company,as surety,any and all bonds, undertakings and contracts of suretyship,or other written obligations in the nature thereof;provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power RITA G.GULIZO BOTH OF BOTH DAVID T.MICLETTE NEW ORLEANS, LOUISIANA $100,000,000 This Power of Attorney revokes all previous powers issued on behalf of the attomey(s)-in-fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 13TH day of MAY 2022 Attest GREAT AMERICAN INS[ ItANCE COMPANY 4t- 3,--- 90� Assistant Secretary Divisional Senior Vice President STATE OF OHIO,COUNTY OF HAMILTON-ss: MARK VICARIo(877-377-2405) On this 13TH day of MAY 2022 ,before me personally appeared MARK VICARIO,to me known, being duly sworn,deposes and says that he resides in Cincinnati,Ohio,that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company,the Company described in and which executed the above instrument;that he knows the seal of the said Company;that the seal affixed to the said instrument is such corporate seal;that it was so affixed by authority of his office under the By-Laws of said Company,and that he signed his name thereto by like authority. SUSAN A KOHORST Notary Public i State of Ohio my Comm.Expires May 18,2025 This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated June 9,2008. RESOLVED: That the Divisional President,the several Divisional Senior Vice Presidents,Divisional Rice Presidents and Divisonal Assistant Rice Presidents,or anyone of them,be and hereby is authorized,from time to time,to appoint one or more Attorneys-in-Fact to execute on behalf of the Company, as surety,any and all bonds,undertakings and contracts of suretyship,or other written obligations in the nature thereof-to prescribe their respective duties and the respective limits of their authority;and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking,contract of suretyship, or other written obligation in the nature thereof,such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company,to he valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION I,STEPHEN C.BERAHA,Assistant Secretary of Great American Insurance Company,do hereby certify that the foregoing Powf T ofAttoeney and the Resolutions of the Board of Directors of June 9,2008 have not been revoked and are now in full force and effect. Signed and scaled this 15th day of August 2022 Assistant Secretary S1029AH(03/20)