Loading...
HomeMy WebLinkAboutContract 56734-FP2City Secretary -FP2 Contract No. 56734 FORT WORTHa Date Received 07/21/2023 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: Mockingbird Estates City Project No.: 102894 Improvement Type(s): x❑ Paving Original Contract Price: Amount of Approved Change Order(s): Revised Contract Amount: Total Cost of Work Complete: 7v/�'�6— Ja sMcKibben (Ju120, 202315:18 CDT) Contractor Project Manager Title L.H. Lacy Company LTD Company Name Project Inspector b-- h11ec 0,120, 2LT23 15:29 CDTI Project Manager 4r.� Rebecca Diane Owen (Jut 21.2023 08:13 CDT) CFA Manager au ran P—,, r (Jul 21, )023 08:32 CDT) TPW Director William John—(J 21.202314:56CDT) ❑x Drainage x❑ Street Lights ❑ Traffic Signals $5,173,414.32 -$327.22 $5,173,087.10 $5,173,087.10 Jul 20, 2023 Date Jul 20, 2023 Date Jul 20, 2023 Date Jul 21, 2023 Date J u 121, 2023 Date J u 121, 2023 OFFICIAL RECORD Page 1 of 2 CITY SECRETARY FT. WORTH, TX Asst. City Manager Date Notice of Project Completion Project Name: Mockingbird Estates City Project No.: 102894 City's Attachments Final Pay Estimate x❑ Change Order(s): ❑x Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety I Statement of Contract Time Contract Time 185 WD Days Charged: 324 Work Start Date: 1/10/2022 Work Complete Date 6/13/2023 Completed number of Soil Lab Test: 1173 Completed number of Water Test: 25 Page 2of2 FoRTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name MOCKINGBIRD ESTATES Contract Limits Project Type DRAINAGE & PAVING IMPROVEMENTS City Project Numbers 102894 DOE Number 2894 Estimate Number 1 Payment Number 1 For Period Ending 6/13/2023 WD City Secretary Contract Number Contract Date Project Manager NA Contractor L.H. LACY COMPANY P.O. BOX 541297 Inspectors DALLAS, TX 75354 W. MILLER / C. HORTON Contract Time 18WD Days Charged to Date 324 Contract is 100.00 Complete Thursday, July 20, 2023 Page 1 of 6 City Project Numbers 102894 DOE Number 2894 Contract Name MOCKINGBIRD ESTATES Estimate Number I Contract Limits Payment Number I Project Type DRAINAGE & PAVING IMPROVEMENTS For Period Ending 6/13/2023 Project Funding UNIT III: DRAINAGE IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 10' CURB INLET 11 EA $5,697.50 $62,672.50 11 $62,672.50 2 15' CURB INLET 12 EA $7,068.13 $84,817.56 12 $84,817.56 3 20' CURB INLET 9 EA $8,707.50 $78,367.50 9 $78,367.50 4 4-GRATE INLET 2 EA $5,106.25 $10,212.50 2 $10,212.50 5 6-GRATE INLET 3 EA $6,880.00 $20,640.00 3 $20,640.00 6 4' DROP INLET 2 EA $4,730.00 $9,460.00 2 $9,460.00 7 5' DROP INLET 2 EA $6,718.75 $13,437.50 2 $13,437.50 8 6' DROP INLET 2 EA $11,018.75 $22,037.50 2 $22,037.50 9 4' JUNCTION BOX 9 EA $5,106.25 $45,956.25 9 $45,956.25 10 5' JUNCTION BOX 2 EA $8,062.50 $16,125.00 2 $16,125.00 11 6' JUNCTION BOX 4 EA $9,836.25 $39,345.00 4 $39,345.00 12 5-SIDED MANHOLE 1 EA $5,697.50 $5,697.50 1 $5,697.50 13 21" RCP, CLASS III 1842 LF $58.18 $107,167.56 1842 $107,167.56 14 24" RCP, CLASS III (CO #2) 3159 LF $68.00 $214,812.00 3159 $214,812.00 15 30" RCP, CLASS III 732 LF $90.18 $66,011.76 732 $66,011.76 16 36" RCP, CLASS III 296 LF $126.62 $37,479.52 296 $37,479.52 17 42" RCP, CLASS lII 1345 LF $159.41 $214,406.45 1345 $214,406.45 18 60" RCP, CLASS III 1211 LF $295.46 $357,802.06 1211 $357,802.06 19 5'x5'BOXCULVERT 349 LF $338.69 $118,202.81 349 $118,202.81 20 10'x8" BOX CULVERT 400 LF $712.19 $284,876.00 400 $284,876.00 21 10'x6'BOXCULVERT 280 LF $674.31 $188,806.80 280 $188,806.80 22 8'x4' BOX CULVERT 740 LF $544.69 $403,070.60 740 $403,070.60 23 TRENCH SAFETY 10269 LF $0.40 $4,107.60 10269 $4,107.60 24 CONSTRUCT MANHOLE RISER OVER RCB 1 EA $2,150.00 $2,150.00 1 $2,150.00 25 PARALLEL WINGWALL (4' BOX) 4 EA $10,427.50 $41,710.00 4 $41,710.00 26 FLARED WINGWALL (6' BOX) 1 EA $15,050.00 $15,050.00 1 $15,050.00 27 PARALLEL WINGWALL (6' BOX) 2 EA $64,330.00 $128,660.00 2 $128,660.00 28 STRAIGHT WINGWALL (6' BOX) 1 EA $17,468.75 $17,468.75 1 $17,468.75 29 PARALLEL WINGWALL (8' BOX) 3 EA $33,008.33 $99,024.99 3 $99,024.99 30 CUSTOM WINGWALLS 1 EA $27,681.26 $27,681.26 1 $27,681.26 31 24" SAFETY END TREATMENT 1 EA $1,881.25 $1,881.25 1 $1,881.25 Thursday, July 20, 2023 Page 2 of 6 City Project Numbers 102894 Contract Name MOCKINGBIRD ESTATES Contract Limits Project Type DRAINAGE & PAVING IMPROVEMENTS Project Funding 32 24" FLARED HEADWALL, 1 PIPE 1 EA 33 30" FLARED HEADWALL, 1 PIPE 1 EA 34 MEDIUM STONE RIPRAP, DRY 2716 SY Sub -Total of Previous Unit ------------- UNIT IV: PAVING IMPROVEMENTS Item Description of Items Estimated Unit No. Quanity 1 4" FLEX BASE (TYPE A, GR-1) (CO #1) 168 SY 2 HYDRATE LIME (39 LB/SY) 1090 TN 3 6" LIME TREATMENT 47458 SY 4 6" CONCRETE PVMT (ALLEYS) 8446 SY 5 6" CONCRETE PVMT (29' B-B SECTION) 26666 SY 6 7" CONCRETE PVMT (37' B-B SECTION) 9741 SY 7 4" CONCRETE SIDEWALK (CO #1) 2726 SY 8 ASPHALT PAVEMENT 168 SY 9 BARRIER FREE RAMP, TYPE R-1 34 EA 10 TOPSOIL (CO #2) 0 CY 11 BLOCK SOD (CO #2) 0 SY 12 SEEDING (CO #2) 0 SY 13 STOP SIGNS/STREET NAME SIGNS 23 EA 14 TRAFFIC CONTROL DETAILS 3 MO 15 CONCRETE STREET HEADER 282 LF 16 END OF STREET BARRICADE (CO #2) 0 EA 17 END OF STREET BARRICADE (CO #2) 2 EA 18 REMOVE EXISTING HMAC & ADJUST GRADE 1333 SF (CO #2) 19 REPLACE HMAC (CO #2) 20 REMOVE & REPLACE CURB & GUTTER (CO #2) 21 ADDITIONAL COST FOR HMAC(CO #2) 22 REMOVE & REPLACE 6" PAVEMENT AROUND EXISTING UTILITY(CO #2) 23 READYMIX UPCHARGE (CO #2) 24 CURB AND GUTTER (CO #2) 25 MAILBOX PADS (3:4'X30', 4'X20') (CO #2) DOE Number 2894 Estimate Number I Payment Number I For Period Ending 6/13/2023 $2,418.75 $2,418.75 1 $2,418.75 $3,090.63 $3,090.63 1 $3,090.63 $86.00 $233,576.00 2716 $233,576.00 $2,978,223.60 $2,978,223.60 Unit Cost Estimated Completed Completed Total Quanity Total $12.97 $2,178.96 168 $2,178.96 $162.21 $176,808.90 1090 $176,808.90 $2.70 $128,136.60 47458 $128,136.60 $37.92 $320,272.32 8446 $320,272.32 $35.23 $939,443.18 26666 $939,443.18 $35.10 $341,909.10 9741 $341,909.10 $50.17 $136,763.42 2726 $136,763.42 $103.35 $17,362.80 168 $17,362.80 $1,699.99 $57,799.66 34 $57,799.66 $19.50 $0.00 0 $0.00 $6.50 $0.00 0 $0.00 $0.71 $0.00 0 $0.00 $428.58 $9,857.34 23 $9,857.34 $2,333.33 $6,999.99 3 $6,999.99 $8.60 $2,425.20 282 $2,425.20 $895.01 $0.00 0 $0.00 $1,523.75 $3,047.50 2 $3,047.50 $4.37 $5,825.21 1333 $5,825.21 1333 SF $15.48 $20,634.84 1333 $20,634.84 22 LF $73.60 $1,619.20 22 $1,619.20 168 SY $6.96 $1,169.28 168 $1,169.28 1 LS $7,200.00 $7,200.00 1 $7,200.00 1 LS $1,200.00 $1,200.00 1 $1,200.00 430 LF $23.00 $9,890.00 430 $9,890.00 1 LS $4,320.00 $4,320.00 1 $4,320.00 Thursday, July 20, 2023 Page 3 of 6 City Project Numbers 102894 DOE Number 2894 Contract Name MOCKINGBIRD ESTATES Estimate Number I Contract Limits Payment Number I Project Type DRAINAGE & PAVING IMPROVEMENTS For Period Ending 6/13/2023 Project Funding Sub -Total of Previous Unit $2,194,863.50 $2,194,863.50 Thursday, July 20, 2023 Page 4 of 6 City Project Numbers 102894 Contract Name MOCKINGBIRD ESTATES Contract Limits Project Type DRAINAGE & PAVING IMPROVEMENTS Project Funding Contract Information Summary Original Contract Amount Chan Orders Change Order Number 1 Change Order Number 2 Change Order Number 2 DOE Number 2894 Estimate Number I Payment Number I For Period Ending 6/13/2023 $5,173,414.32 ($5,664.13) ($12,376.00) $17,712.91 Total Contract Price $5,173,087.10 Total Cost of Work Completed $5,173,087.10 Less % Retained $0.00 Net Earned $5,173,087.10 Earned This Period $5,173,087.10 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 $5,173,087.10 Thursday, July 20, 2023 Page 5 of 6 City Project Numbers 102894 DOE Number 2894 Contract Name MOCKINGBIRD ESTATES Estimate Number I Contract Limits Payment Number I Project Type DRAINAGE & PAVING IMPROVEMENTS For Period Ending 6/13/2023 Project Funding Project Manager NA City Secretary Contract Number Inspectors W. MILLER / C. HORTON Contract Date Contractor L.H. LACY COMPANY Contract Time 185 WD P.O. BOX 541297 Days Charged to Date 324 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 $5,173,087.10 Less % Retained $0.00 Net Earned $5,173,087.10 Earned This Period $5,173,087.10 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 $5,173,087.10 Thursday, July 20, 2023 Page 6 of 6 DEVELOPER -AWARDED -PROJECT CHANGE ORDER IPROJECT NAME: MOCKINGBIRD ESTATES CHANGE I CONTRACT: ORDER No: ICFA# CFA21-0125 I CITY PARTICIPATION:( CITY PROJECT# 102894 I OOE # WATER PROJECT# SEWER PROJECT# iFILE # W-2756 INSPECTOR: COSY HORTON Phone NO: PROJECT MANAGER: PATRICK BUCKLEY Phone NO: 817-392-2443 CONTRACT UNIT ' WATER SEWER PAVING DRAINAGE STREET LIGHTS CONTRACT fDeveloper Developer Developer DAYS iI cost City Geer Cost City Coat DoveioPer Cost CNV COA Developer cost cqv C"t Cost CRY Cost `ORIGINAL CONTRACT $815,725.34 S818,114.30 $2,182,014.72 $2,990,599.60 $310,506Ts (EXTRAS TO DATE ICREDITS 70 DATE ICONTRAC770 DATE $475,725.34 S0.00 $818,114.30 30Ao $2,182,814.72 $0.01) $2,990,59950 50A0 5310,606.78 $9M 0 I (AMOUNT OF PROP. CHANGE ORDER S12,052.88 $15,905.35 iS5.c'�4_ t a IREVIS�?DCQreCTrNT 5887,779.23 $0,00 $933,919.65 $0.00 $2,177,r90.as $OAO $2,990,529.60 $0A0 $310,606.78 s0A0 j 0 I TOTAL REVISED CONTRACT AMOUNT I PER UNIT $887,779.23 $833.914.65 $2,177.150.69 S2,990,5119,50 $31G.606.78 j 1 REVISED COST SHARE Bev. Cost: $7,200,055.85 City Cost $0.00 I TOTAL REVISED CONTRACT iiiYou $7,200.055,95 1 + are directed to make the following canoes in the ynlracl documents fAdd Ines as re0uirad-DELETE THIS TEXT} CITY BID ITEM PAY ITEM i QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL I 1 ' 3211.0111 -61 S.Y. 4" FLEX BASE jTYPE A, GR-1) S12.97 -$791A 7 4 3213.0101 -65 S.Y. 6' REINF CONC STFItlET PAVING (ALLEYS) $37.92 -32.464.90 1 7 3213.0301 48 S.Y. 4" REINF CONC SIDEWAL $50.17 -32.408.16 I I Subtotal I 45.884.13 I I 6 3312.2003 5 EA, 1" DOMESTIC WggTTAIT`IER/gSERVICE I $1.093 91 I $5,469.55 I ERVIr 1 8 3312 2003 3 FA. 1" WATER Mt/FOR YIOA RSGAT40N $1.127. 8 I' 1 8A' 3312.2103 6 EA. SLEEVE IGAION 1.5 7Fe i $��C HON IRRIGATION r2r�S,, dU11.80 S3 191.25 319,147.5D 1 $2,207.40 1 18' 2605.3011 283 L.F. IEkJOP S14.70 $4,160.10 1 I- 19' 2605,3031 283 L,F, 4" SCH 40 PVC IRRIGATION SLEEVE Subtotal $12,052.89 I I 1 5 3305.0109 135 L.F. TRENCH SAFETY SO.63 $795 50 $85.05 111 $1,591.00 9 8 3331.3101 2 EA. 4" SANITARY ��55 yy��EE $ IhC $32.66 I $4.409.10 9 1 14 3331.4115 135 3339.1001 2 L.F. EA. 8" SDR-26 PVC S.4EiAR�EWEPIPE 4' MANHOLE $3,989.45 I $7,978.90 15 3339.1003 1C V.F. 4' EXTRA DEPTH MANHOLE $174.13 $1,741.30 Subtotal S15,805.35 h I TOTAL $22,194.11! REASONS FOR CHANGE ORDER (Delete instructions and exOMPM$ below and enter reasons Trigs should be a biref and clearjushi+celion for the changes in tree plans rather than a list of fhe actual bid item changes which appear in the above table) Example I Addihonai water. sewerpaving added to the contract per developer's request to increase number of tots platted Changes Conespood to Revision No I as shown on sheel33 4,7-10.22 ofthe constnrchcn plans. Fxemple 2 Change order required to reconcile approved plans wt h contracts. Contracts were axat ited prior to plan approval Evampie 3 Water and sewer exlensrons required to serve future development to the south Changes Correspond to Revision No. 2 as shown on sheets 5. 6, and 10 ofihe constn.ctron plans. (Delete if there is City Participation) 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: {Cansu!hng Eng:neerr fCealor1y�,��Q///� iCo: r.:a_or ray.By By'. . 1 Wt �! t By: t Nana: Joseph Perkins, P.E. Noma: Nanaa Title: Design Manager Title: 1,07 ATitle:�lfr;� :SIs�I<�1T REVIEWED Revised: 10-12-2011 By Patrick Buckley at 12:03 pm, Apr 29, 202; DEVELOPER -AWARDED -PROJECT CHANGE ORDER PPROJECT NAME: MOCKINGBIRD ESTATES CONTRACT: i CFA # CFA21-0125 i CITY PARTICIPATION: i CITY PROJECT # 102894 1DOE# WATER PROJECT # SEWER PROJECT # FILE # W-2756 INSPECTOR: CODY HORTON Phone No: PROJECT MANAGER: GEORGE MARQUEZ Phone No: 817-392-6826 WATER Developer cost Cly Cost ORIGINAL CONTRACT $875,726.34 i EXTRAS TO DATE $12,052.89 CREDITS TO DATE i CONTRACT TO DATE $887,779.23 $0.00 AMOUNT OF PROP. ORDER ii TTCHH�ANGE $887,779.23 $0.00 TiALR � .IINAMOUNT PER UNIT $887,779.23 REVISED COST SHARE Dev. Cost: TOTAL REVISED CONTRACT SEWER $840,723.05 $7,212,196.16 You are directed to make the following ranee in the :ontract documents. CITY BID ITEM PAY ITEM # # QUANTITY UNIT 10 3291.0100 -351 C.Y. 11 3292.0100 -3156 S.Y. 12 3292.0400 -12591 S.Y. 16 9999'0001 -1 EA. 16 9999.0001 2 EA. 17" 9999.0001 1333 S.F. 18" 9999.0001 1333 S.F. 19' 9999.0001 22 L.F. 20" 9999.0001 168 S.Y. 21" 9999.0001 1 L.S. 22" 9999.0001 1 L.S. 23' 9999.0001 430 L.F. 24" 9999.0001 1 L.S. 14 3341.0205 -182 L.F. 17" 9999.0001 1 L.S. CONTRACT UNIT PAVI I Developer Cost I $2,182,814.72 $5,664.13 i $2,177,150.59 i $17,712.91 i $2,194,863.50 i $2,194,8 APPROVED By George Marqeuez, P.E. at 5:56 pm, Jun 14, 2023 CHANGE ORDER No: i 2 N G I DRAINAGE STREET LIGHTS I CONTRACT ¢.eloper DAYS City Cost Developer Cost City cost cost City Cost $2,990,599.60 $310,606.78 $0.00 $2,990,599.60 $0.00 $310,606.78 $0.00 0 ($12,376.00) $0.00 $2,978,223.60 $0.00 $310,606.78 $0.00 0 63.50 $2,978,223.60 $310,606.78 City Cost: $0.00 $7,212,196.16 JAdd lines as required - DELETE THIS TEXT) ITEM DF,�S�(((j�PTION BLOCK SOD �tr f��ff JTSEEDDIIING % ? REMOVE XIST�N M�JU&RADE REPLACE HMAC REMOVE & REPLACE CURB & GUTTER ADDITIONAL COST FOR HMAC REMOVE & REPLACE 6" PAVEMENT AROUND EXISTING UTILITY READYMIX UPCHARGE CURB AND GUTTER MAILBOX PADS (3: 4'X30', 4'X25', 4'X20') TOTAL REASONS FOR CHANGE ORDER Additional Cost for MH Coating (Material Increase) Additional Cost of HMAC Removed topsoil, block sod, and seeding from SYS contract Existing Utility Pole Conflict Added Mailbox Pads, Changed Ramps to be Type M1 Removed 24" CL 111 RCP at Williams Intersection 24" CL III RCP ADDITIONAL COST FOR MANHOLE COATING UNIT PRICE TOTAL 1 $19.50-$6.844.50 1 $6.50 - z0.514.00 1 $0.71 939.61 1 $895.01 - 895.01 1 $1,523.75 $3047..5.804 1 $4.37 1l24.215 $15.48 63 $73.60 61920 1 $6.96 $//.2169.28 $7,200.00 1�2000 .00$1,200.0000IIII 1 $23.00 .890.00 1 $4,320.00 \\320.00 I Subtotal $17.712.91 I I I $68.00-$12,376.00 I Subtotal -$12,376.00 I I I $6,803.40 $6,803.40 I Subtotal $6,803.40 1 (Delete if there is City Participation) 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: (Consulting Engine/WW (Developer) FW Mockingbird, LLC p ) b (Contractor)By: I, Gs' By: I, By: Name: Joseph Perkins, P.E. Name: Sue A Blan nshin Name: Benjamin Drake Title: Design Manager Title: Authorized Agent Title: Vice President $12,140.31 1 Revised: 10-12-2011 Page 1 CONTRACT UNIT PAVI I Developer Cost I $2,182,814.72 $5,664.13 i $2,177,150.59 i $17,712.91 i $2,194,863.50 i $2,194,8 APPROVED By George Marqeuez, P.E. at 5:56 pm, Jun 14, 2023 CHANGE ORDER No: i 2 N G I DRAINAGE STREET LIGHTS I CONTRACT ¢.eloper DAYS City Cost Developer Cost City cost cost City Cost $2,990,599.60 $310,606.78 $0.00 $2,990,599.60 $0.00 $310,606.78 $0.00 0 ($12,376.00) $0.00 $2,978,223.60 $0.00 $310,606.78 $0.00 0 63.50 $2,978,223.60 $310,606.78 City Cost: $0.00 $7,212,196.16 JAdd lines as required - DELETE THIS TEXT) ITEM DF,�S�(((j�PTION BLOCK SOD �tr f��ff JTSEEDDIIING % ? REMOVE XIST�N M�JU&RADE REPLACE HMAC REMOVE & REPLACE CURB & GUTTER ADDITIONAL COST FOR HMAC REMOVE & REPLACE 6" PAVEMENT AROUND EXISTING UTILITY READYMIX UPCHARGE CURB AND GUTTER MAILBOX PADS (3: 4'X30', 4'X25', 4'X20') TOTAL REASONS FOR CHANGE ORDER Additional Cost for MH Coating (Material Increase) Additional Cost of HMAC Removed topsoil, block sod, and seeding from SYS contract Existing Utility Pole Conflict Added Mailbox Pads, Changed Ramps to be Type M1 Removed 24" CL 111 RCP at Williams Intersection 24" CL III RCP ADDITIONAL COST FOR MANHOLE COATING UNIT PRICE TOTAL 1 $19.50-$6.844.50 1 $6.50 - z0.514.00 1 $0.71 939.61 1 $895.01 - 895.01 1 $1,523.75 $3047..5.804 1 $4.37 1l24.215 $15.48 63 $73.60 61920 1 $6.96 $//.2169.28 $7,200.00 1�2000 .00$1,200.0000IIII 1 $23.00 .890.00 1 $4,320.00 \\320.00 I Subtotal $17.712.91 I I I $68.00-$12,376.00 I Subtotal -$12,376.00 I I I $6,803.40 $6,803.40 I Subtotal $6,803.40 1 (Delete if there is City Participation) 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: (Consulting Engine/WW (Developer) FW Mockingbird, LLC p ) b (Contractor)By: I, Gs' By: I, By: Name: Joseph Perkins, P.E. Name: Sue A Blan nshin Name: Benjamin Drake Title: Design Manager Title: Authorized Agent Title: Vice President $12,140.31 1 Revised: 10-12-2011 Page 1 City Cost: $0.00 $7,212,196.16 JAdd lines as required - DELETE THIS TEXT) ITEM DF,�S�(((j�PTION BLOCK SOD �tr f��ff JTSEEDDIIING % ? REMOVE XIST�N M�JU&RADE REPLACE HMAC REMOVE & REPLACE CURB & GUTTER ADDITIONAL COST FOR HMAC REMOVE & REPLACE 6" PAVEMENT AROUND EXISTING UTILITY READYMIX UPCHARGE CURB AND GUTTER MAILBOX PADS (3: 4'X30', 4'X25', 4'X20') TOTAL REASONS FOR CHANGE ORDER Additional Cost for MH Coating (Material Increase) Additional Cost of HMAC Removed topsoil, block sod, and seeding from SYS contract Existing Utility Pole Conflict Added Mailbox Pads, Changed Ramps to be Type M1 Removed 24" CL 111 RCP at Williams Intersection 24" CL III RCP ADDITIONAL COST FOR MANHOLE COATING UNIT PRICE TOTAL 1 $19.50-$6.844.50 1 $6.50 - z0.514.00 1 $0.71 939.61 1 $895.01 - 895.01 1 $1,523.75 $3047..5.804 1 $4.37 1l24.215 $15.48 63 $73.60 61920 1 $6.96 $//.2169.28 $7,200.00 1�2000 .00$1,200.0000IIII 1 $23.00 .890.00 1 $4,320.00 \\320.00 I Subtotal $17.712.91 I I I $68.00-$12,376.00 I Subtotal -$12,376.00 I I I $6,803.40 $6,803.40 I Subtotal $6,803.40 1 (Delete if there is City Participation) 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: (Consulting Engine/WW (Developer) FW Mockingbird, LLC p ) b (Contractor)By: I, Gs' By: I, By: Name: Joseph Perkins, P.E. Name: Sue A Blan nshin Name: Benjamin Drake Title: Design Manager Title: Authorized Agent Title: Vice President $12,140.31 1 Revised: 10-12-2011 Page 1 FORT WORTH, TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Mockingbird Estates CITY PROJECT NUMBER: 102894 WATER PIPE LAID SIZE TYPE OF PIPE OPENCUT 8" PVC OPENCUT 6" PVC LF 10,106 LF 246 LF FIRE HYDRANTS: 19 VALVES (16" OR LARGER) N/A PIPE ABANDONED SIZE TYPE OF PIPE LF N/A DENSITIES: YES - ALL PASSED NEW SERVICES: 1" COPPER - DOM 167 EA 1" COPPER - BULLHEAD 62 EA 1.5" COPPER - IRR 6 EA SEWER PIPE LAID SIZE TYPE OF PIPE LF OPENCUT 8" PVC 7,136 LF OPENCUT 8" DIP 1,414 LF PIPE ABANDONED SIZE TYPE OF PIPE LF N/A DENSITIES: YES - ALL PASSED NEW SERVICES: 4" PVC 292 EA TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311 (817) 392 - 7941 • Fax: (817) 392 - 7845 FORTWORTH. M, TRANSPORTATION AND PUBLIC WORKS July 12, 2023 L.H. Lacy Company, LTD. 1880 Crown Dr., Suite 120 Dallas, TX 75234 RE: Acceptance Letter Project Name: Mockingbird Estates Project Type: Paving & Storm Drain City Project No.: 102894 To Whom It May Concern: On July 6, 2023 a final inspection was made on the subject project. There were punch list items identified at that time. The punch list items were completed on July 12, 2023. The final inspection and the corrected punch list items indicate that the work meets the City of Fort Worth specifications and is therefore accepted by the City. The warranty period will start on July 12, 2023, which is the date of the punch list completion and will extend of two (2) years in accordance with the Contract Documents. If you have any questions concerning this letter of acceptance, please feel free to contact me at 817- 392-6826. Sincerely, O"W,1 E' MA,YAM_*-Z George M a�'qlu ez (J a 120, 2623 15:29 CDT) George Marquez, Project Manager Cc: Cody Horton, Inspector Wade Miller, Inspection Supervisor Emanuel Nieto, Senior Inspector Victor Tornero, Program Manager Graham Associates, Inc., Consultant L.H. Lacy Company, LTD., Contractor Huffines Communities, 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 #102894 - Mockingbird Estates BY _ BobZ W. ordon, P�resrdent Subscribed and sworn before me on this date 10 of July, 2023. "I I-ota ry Public v Dallas County, State o Texas �ry DARLENE CONEY j =* °= My Notary ID # 10317301 Expires March 9, 2024 CONSENT OF SURETY TO FINAL PAYMENT AM Document G707 Bond No. 3917122 TO OWNER (htarar.urdaddre-) City of Fort Worth & FW Mockingbird, LLC 8200 Douglas Ave., Suite 300 Dallas, TX 75225 PROJECT: OWNER ARCHITECT CONTRACTOR SURETY OTHER ARCHITECTS PROJECT NO.: CONTRACT FOR Construction CONTRACT DATED: Water, Sanitary Sewer, Drainage & Paving Improvements to serve Mockingbird Estates In accordance w th the provisions of the Contract between the Owner and the Contrxuw as lndfcated above, the paasf naps andd w�dfie� 9%'�+�j9 Great American Insurance Company 301 East Fourth Street Cincinnati, OH 45202 , SURETY, on bond of (lisoerr manreandaddrrnrQ{Car�►aaar) 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 Gnat payment to the Contractor shall tux relieve the Surety of any of its obligations to (low"nameandad*=gf0w rar) City of Fort Worth & FW Mockingbird, LLC 8200 Douglas Ave., Suite 300 Dallas, TX 75225 as set forth in said Surety's bond. IN WITNESS WMREOF, the Surety has hereunto set its hand on thfs date: July 7, 2023 t7nwHinjm0*Oei om*joLbkedkp*emmmerFc randivar,! Attest: Al Johffsbn, , OWNER, �MSIdP Great American Insurance Company a By: t Rita G. Gulizo rPj* d rkn,rr and &k) Attorney -in -Fact 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 GREATAMERICAN 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 1 2022 Attest GREAT AMERICAN INSURANCE COMPA N 1 i" 4e, i .3ga� n 14,� Assistant Secretary Divisional Senior Rce 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, tome 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. SLUM A KOHORST Notary Public t State of Ohio 3s My Comm. Expires May 18, 2025 This Power ofAttomey 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 1 ice Presidents and Divisonal Assistant Vice Presidents, or any one 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 anv 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 ofsuch officer and the original seal of the Company, to be 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 Power of Attorney 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 sealed this 7th day of July 2023 Assistant Secretary S1029AH (03120)