HomeMy WebLinkAboutContract 60375-FP2FORT WORTH.
-FP2
City Secretary 60375
Contract No.
Date Received 1/23/2025
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: Tradition Phase 4A
City Project No.: 104083
Improvement Type(s): Water ❑x Sewer ❑x
(Original Contract Price: $3,210,535.43
(Amount of Approved Change Order(s): $27,592.03
(Revised Contract Amount: $3,238,127.46
(Total Cost of Work Complete: $3,238,127.46
-7//���
Ja s McKibben (Jan 23, 2025 09:30 CST)
Contractor
Project manager
Title
L.H. Lacy Company, LTD
Company Name
��',�eal�libl�otGa
Sri peddilihotla (Jan 23, 2025 09:53 CST)
Project Inspector
Mo tadage Mohaww deep, ?. E.
Project Manager
Kandice Merrick (•Jan 23, 202513:13 CST)
CFA Maner
',2.
Lauren Prieur (Jan 23, 202513:37 CST)
TPW Dire for
Asst. City Manager
Jan 23, 2025
Date
Jan 23, 2025
Date
Jan 23, 2025
Date
Jan 23, 2025
Date
Jan 23, 2025
Date
Jan 23, 2025
Date
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX Page 1 of 2
Notice of Project Completion
Project Name: Tradition Phase 4A
City Project No.: 104083
City's Attachments
Final Pay Estimate ❑x
Change Order(s): ❑x Yes ❑ N/A
Pipe Report: ❑x Yes ❑ N/A
Contractor's Attachments
Affidavit of Bills Paid
-
Consent of Surety
Statement of Contract Time
Contract Time: 169 WD Days Charged: 218
Work Start Date: 12/11/2023 Work Complete Date: 12/10/2024
Completed number of Soil Lab Test: 1534
Completed number of Water Test: 39
Page 2 of 2
FORT WORTH
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name TRADITION PHASE 4A
Contract Limits
Project Type WATER & SEWER
City Project Numbers 104083
DOE Number 4083
Estimate Number 1 Payment Number I
City Secretary Contract Number
Contract Date
Project Manager NA
Contractor L.H. LACY COMPANY
P.O. BOX 541297
Inspectors
For Period Ending 12/10/2024
WD
Contract Time 10"
Days Charged to Date 218
Contract is 100.00 Complete
DALLAS , TX 75354
D. WATSON / D. RODGERS
Monday, January 13, 2025 Page 1 of 5
City Project Numbers 104083
Contract Name TRADITION PHASE 4A
Contract Limits
Project Type WATER & SEWER
Project Funding
UNIT L• WATER IMPROVEMENTS
Item
No.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
Description of Items
Estimated Unit
Quanity
4"-12" PRESSURE PLUG
9 EA
TRENCH SAFETY
13948 LF
8" DIP WATER CARRIER PIPE
52 LF
20" CASING BY OTHER THAN OPEN CUP
52 LF
DUCTICLE IRON WATER FITTINGS W/
3.8 TN
RESTRAINT
8" PVC WATER PIPE 11736 LF
12" PVC WATER PIPE 2212 LF
STD. FIRE HYDRANT ASSEMBLY W/ 6" GATE 16 EA
VALVE & VALVE BOX
20" X8" TAPPING SLEEVE & VALVE 1 EA
CONNCETION TO EXISTING 4"-12" WATER 1 EA
1" DOMESTIC WATER SERVICES
214 EA
1" IRRIGATION SERVICES (CO41)
1 EA
8" GATE VALVE & VALVE BOX
40 EA
12" GATE VALVE & VALVE BOX
4 EA
1.5" IRRIGATION SERVICES (CO#1)
2 EA
2" DOMESTIC WATER SERVICE (CO#2)
1 EA
2" IRRIGATION SERVICE (CO#2)
1 EA
REMOVE & REPLACE FIRE HYDRANT (CO#3)
1 EA
2-4 PVC SLEEVES FOR 37" B-B STREET (CO#3)
2 EA
2-4 PVC SLEEVES FOR 29" B-B STREET (CO#3)
8 EA
Sub -Total of Previous
Unit
------------
UNIT II: SANrFARY IMPROVEMENTS
DOE Number 4083
Estimate Number I
Payment Number I
For Period Ending 12/10/2024
Unit Cost
Estimated
Completed
Completed
Total
Quanity
Total
$232.54
$2,092.86
9
$2,092.86
$0.27
$3,765.96
13948
$3,765.96
$104.24
$5,420.48
52
$5,420.48
$615.39
$32,000.28
52
$32,000.28
$21,426.78
$81,421.76
3.8
$81,421.76
$58.34 $684,678.24 11736 $684,678.24
$96.34 $213,104.08 2212 $213,104.08
$6,306.05 $100,896.80 16 $100,896.80
$7,310.44
$7,310.44
1
$7,310.44
$1,979.52
$1,979.52
1
$1,979.52
$1,356.81
$290,357.34
214
$290,357.34
$1,577.75
$1,577.75
1
$1,577.75
$2,123.31
$84,932.40
40
$84,932.40
$4,084.77
$16,339.08
4
$16,339.08
$4,184.34
$8,368.68
2
$8,368.68
$4,019.25
$4,019.25
1
$4,019.25
$4,019.25
$4,019.25
1
$4,019.25
$4,898.10
$4,898.10
1
$4,898.10
$1,450.00
$2,900.00
2
$2,900.00
$1,015.00
$8,120.00
8
$8,120.00
$1,558,202.27 $1,558,202.27
Item
Description of Items
Estimated Unit
Unit Cost
Estimated
Completed
Completed
No.
Quanity
Total
Quanity
Total
1
LARGE STONE RIPRAP, DRY
418 SY
$92.89
$38,828.02
418
$38,828.02
2
POSR-CCTV INSPECTION
10952 LF
$1.66
$18,180.32
10952
$18,180.32
3
VACUUM TEST MANHOLES
61 EA
$139.38
$8,502.18
61
$8,502.18
4
TRENCH SAFETY
10871 LF
$0.77
$8,370.67
10871
$8,370.67
Monday, January 13, 2025 Page 2 of 5
City Project Numbers 104083
Contract Name TRADITION PHASE 4A
Contract Limits
Project Type WATER & SEWER
Project Funding
5
TRENCH WATER STOPS
26 EA
6
20"STEEL CASING BT OTHER RHAN OPEN CUT
81 LF
7
8" DIP SEWER CARRIER PIPE
81 LF
8
SDR-26 4" SEWER SERVICES
214 EA
9
8" SDR- 26 4" SEWER PIPE
9514 LF
10
8" PVC SANITARY SEWER PIPE W/ CSS
863 LF
BACKFILL
11
8" DIP SEWER PIPE
329 LF
12
8" DIP SEWER PIPE, CSS BACKFILL
165 LF
13
EPDXY MANHOLE LINER
148 VF
14
T STD. DIA. MANHOLE
61 EA
15
T EXTRA DEPTH MANHOLE
261 VF
16
----------------------
CONNECT TO EXISTING STUB -OUT
2 EA
Sub-Total of Previous Unit
DOE Number 4083
Estimate Number I
Payment Number I
For Period Ending 12/10/2024
$1,208.07 $31,409.82
$605.28 $49,027.68
$153.12 $12,402.72
$1,213.81 $259,755.34
$61.97 $589,582.58
$95.90 $82,761.70
$127.11 $41,819.19
$284.14 $46,883.10
$501.75 $74,259.00
$5,871.43 $358,157.23
$220.42 $57,529.62
$1,228.01 $2,456.02
$1,679,925.19
26 $31,409.82
81 $49,027.68
81 $12,402.72
214 $259,755.34
9514 $589,582.58
863 $82,761.70
329 $41,819.19
165 $46,883.10
148 $74,259.00
61 $358,157.23
261 $57,529.62
2 $2,456.02
$1,679,925.19
Monday, January 13, 2025 Page 3 of 5
City Project Numbers 104083
Contract Name TRADITION PHASE 4A
Contract Limits
Project Type WATER & SEWER
Project Funding
Contract Information Summary
Original Contract Amount
Change Orders
Change Order Number 1
Change Order Number 2
Change Order Number 3
DOE Number 4083
Estimate Number I
Payment Number I
For Period Ending 12/10/2024
$3,210,535.43
$9,946.43
$8,038.50
$9,607.10
Total Contract Price $3,238,127.46
Total Cost of Work Completed $3,238,127.46
Less % Retained $0.00
Net Earned $3,238,127.46
Earned This Period $3,238,127.46
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
$3,238,127.46
Monday, January 13, 2025 Page 4 of 5
City Project Numbers 104083
Contract Name TRADITION PHASE 4A
Contract Limits
Project Type WATER & SEWER
Project Funding
Project Manager NA
Inspectors D. WATSON / D. RODGERS
Contractor L.H. LACY COMPANY
P.O. BOX 541297
DALLAS , TX 75354
DOE Number 4083
Estimate Number I
Payment Number I
For Period Ending 12/10/2024
City Secretary Contract Number
Contract Date
Contract Time 100 WD
Days Charged to Date 218 WD
Contract is .000000 Complete
CITY OF FORT WORTH
SUMMARY OF CHARGES
Line Fund Account Center Amount Gross Retainage Net
Funded
Total Cost of Work Completed $3,238,127.46
Less % Retained
$0.00
Net Earned
$3,238,127.46
Earned This Period $3,238,127.46
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
$3,238,127.46
Monday, January 13, 2025 Page 5 of 5
DocuSign Envelope ID: 5E5EF336-84F7-415B-BD53-B921 CE1 FC70E
DEVELOPER -AWARDED -PROJECT CHANGE ORDER
IPROJECTNAME. Tradition - Phase 4A
CONTRACT: (A) Water/Sewer/Storrs Drain, (B) Paving, (C) Street Lights
ICFA# 23-0100 I CITY PARTICIPATION. 0%
CITY PROJECT # 104083
IFID # 30114-0200431-104083-EO7685
I FI LE # X-27334
INSPECTOR Don Watson Phone No: 817-205-8911
PROJECT MANAGER. Arash Emami Saleh Phone No: 682-269-6041
CONTRACT UNIT
CHANGE REVIEWED
ORDER No:
By Arash Emami Saleh at 2:12 pm, May 28, 2024
WATER
I SEWER
I PAVING
STREET LIGHTS
I CONTRACT
Developer
�eVgo�DRAINAGE
�evel
DAYS
cost
Clry Cost
Developer Cost
City Cost
Cost
Clry Cost
Developer Cost
City Cost
Cost
Cl ry Cost
(ORIGINAL CONTRACT
$1,530,610.24
$0.00
$1,679,925.19
$0.00
$1,305,143.89
$0.00
$3,192,873.85
$0.00
$368,761.26
$0.00
179
EXTRAS TO DATE
(CREDITS TO DATE
ICONTRACT TO DATE
$1,530,610.24
$0.00
$1,679,925.19
$0.00
$1,306,143.89
$0.00
$3,192,873.85
$0.00
$368,761.26
$0.00
179
(AMOUNT OF PROP. CHANGE ORDER
$9,946.43
$0.00
$0.00
$0.00
$4,404.00
0
I R`)E Q Ty��gq�C`T/p�r� OU NT
�EOR
$1,540,556.67
$0.00
$1,679,925.19
$0.00
$1,305,143.89
$0.00
$3,192,873.85
$0.00
$373,165.26
$0.00
179
TO
UNIT CTAMOUNT
$1,540,556.67
$1,679,925.19
$1,305,143.89
$3,192,873.85
$373,165.26
REVISED COST SHARE
Dev. Cost:
$8,091,664.86
ICIty Cost:
$0.00
TOTAL REVISED CONTRACT
$8,091,664.86
You are directed to make the following changes in the ntract docu
ents
CITY BID ITEM
PAY ITEM #
#
QUANTITY
UNIT
ITEM DESCRIPTION
UNIT PRICE
TOTAL
I 3312.2003
12
1
EA
1" Irrigation Service
$1.577.75
$1,577.75
I 3312.2104
NEW
2
EA
1.5' Irrigation Service
$4,184.34
$8,368.68
I
ATER TOTAL
$9/I946.43
I 3441.1633
77
1
EA
TYpe 33B Arm
$261.00
$261.00
I 3441.3211
78
1
EA
LED Lightme Fixture
$344.00
$344.00
I 3441.3301
79
1
EA
Rdwy ILLUM Foundation TY 1,2, and 4
$1,652.00
$1,652.00
I 3441.1141
80
1
EA
Rdwy Illum TY 11 Pole
$2,147.0Q
$2,147.00
I
STREET GHTS TOTAL
$4.404.00
TOTAL $14.350.43
REASONS FOR CHANGE ORDER
1 Added Imgahon Meters
2 Added 1 Street Light to match approved plans
NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100% OF THE CHANGE ORDER COST AND NO
REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER.
RECOMMENDED:
APPROVED:
APPROVED:
APPROVED:
Goodwin and Marshall, Inc.
HT H ��{I�6���i� ILP
eylSUGUA/AAle--
L.H��¢y!,pany,4¢tJ
Iney-
�6!Bbi
Rt
gnaw Y
3HCr
ai"5�2FIW1 fe
Name Matt Baacke. P.E.
Name
Name
Name
Title Project Engineer
Title VP COnst
Title Partner/CEO
Title President
Revised 10-12-2011 Page 1
REVIEWED
By Izeldeen Ahmed at 11:38 am, Jan 09, 2025
DEVELOPER -AWARDED -PROJECT CHANGE ORDER
IPROJECT NAME:
Tradition - Phase 4A
CHANGE
ICONTRACT:
(A) Water/Sewer/Storm Drain, (B) Paving, (C) Street Lights
ORDER No:
ICFA#
23-0100 I CITY PARTICIPATION:( NO
ICITY PROJECT #
104083
ICITY SECRETARY CONTRACT #
60375
IFID #
30114-0200431-104083-EO7685
2
IX #
X-27334
I FILE #
W-2832
INSPECTOR
Don Watson Phone No: 817-205-8911
PROJECT MANAGER
Mo Mohammdeen Phone No: 682402-7050
CONTRACT UNIT
WATER I SEWER I DRAINAGE I PAVING
STREET LIGHTS
CONTRACT
(Developer IDeveloper I (Developer I
eveloper
DAYS
I
Developer Costl City Cost Cost City Cost Cost City Cost Cost
City Cost
Cost
City Cost
(ORIGINAL CONTRACT
$1,530,610.24I $0.00 I $1,679,925.19 $0.00 I $1,305,143.89 I $0.00 I $3,192,873.85
$0.00
$368,761.26
$0.00
I 179
EXTRAS TO DATE
$9,946.43 I $0.00 I $0.00 $0.00 I $0.00 I $0.00 I $0.00
$0.00
$4,404.00
$0.00
I
CREDITS TO DATE
$0.00 $0.00 I $0.00 $0.00 I $0.00 I $0.00 I $0.00
$0.00
$0.00
$0.00
I
CONTRACT TO DATE
$1,540,556.67 $0.00 I $1,679,925.19 $0.00 I $1,305,143.89 I $0.00 I $3,192,873.85
$0.00
$373,165.26
$0.00
I 179
(AMOUNT OF PROP. CHANGE ORDER
$8,038.50 $0.00 I $0.00 $0.00 I $0.00 I $0.00 I $0.00
$0.00
$0.00
$0.00
I 0
IREV SED CONTRACT AMOUNT
$1,548,595.17 $0.00 I $1,679,925.19 $0.00 I $1,305,143.89 I $0.00 I $3,192,873.85
$0.00
$373,165.26
179
TdJXL REVISED CONTRACT AMOUNT PER
UNIT
$1,548,595.17 $1,679,925.19 I $1,305,143.89 I $3,192,873.85
I
$373,165.26
REVISED COST SHARE
Dev. Cost: $8,099,703.36 City Cost:
TOTAL REVISED CONTRACT
$8,099,703.36
You are directed to make the following changes
in the contract documents
L NIT I: WATER IMPROVEMENTS
CITY BID ITEM
PAY ITEM #
# QUANTITY UNIT ITEM DESCRIPTION CFW Unit Price
UNIT PRICE
Develgqr� r Cost
City Cost
TOTAL
I 81*
3312.2. 1 EA 2" Domestic Water Service
$4,019.25
$4 019.7
$0.00
$4,019.251
82*
3312.2204 1 EA 2"IrrigaSon Water Service I
$4,019.25
$4,019.2
$0.00
$4,019.251
I
TOTAL I INIT I: WATER IMPROVEMENT1
I I I I 1
I I
$8,038.501
I
TOTAL CHANGE ORDER
$8,038.501
Revised 12-17-2018 Page 1
Asterisk (*) indicates New Pay Item
REASONS FOR CHANGE ORDER 1. Added a domestic & an irrigation service
RECOMMENDED:
GMcivil
By:
Name: Matt Baacke
Title Project Enqineer
By:
Name:
Title:
APPROVAL RECOMMENDED:
CFW - Water Department
RECOMMENDED:
CFW - *Contract Compliance Manager
By:
Name: ( REVIEWED
aytzeldeen Ahmed at 11:38 am, Jan 09, 2025
Title:
M&C Number:
M&C Date Approved:
APPROVED:
HT HWY 114 Development LP
By:
Name: Dusty De
��� saosoo
Title
APPROVED:
CFW - Assistant City Manager
By:
Name
Title:
APPROVED:
L.H. Lacy Company, LTD y
By
Name: Benjamin Drake
Title: Vice President
APPROVED AS TO FORM AND LEGALITY:
CFW - Assistant City Attorney
By:
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
ensuring all performance and reporting requirements.
Jannette S. Goodall
City Secretary ❑+ There are NO City Funds associated with this Contract
❑There are City Funds associated with this Contract
Revised: 12-17-2018 Page 2
REVIEWED
DEVELOPER -AWARDED -PROJECT CHANGE ORDER l By Izeldeen Ahmed at 11:39 am, Jan 09, 2025
PROJECT NAME: Tradition - Phase 4A I CHANGE
CONTRACT: (A) Water/Sewer/Storm Drain, (B) Paving, (C) Street Lights ORDER No:
ICFA# 23-0100 I CITY PARTICIPATION:( NO
CITY PROJECT # 104083
CITY SECRETARY CONTRACT # 60375 1 3
IFID # 30114-0200431-104083-EO7685 I
IX # X-27334 I
I FILE # W-2832 I
INSPECTOR
Don Watson
Phone No:
817-205-8911
PROJECT MANAGER
Mo Mohammdeen Phone No:
682-402-7050
CONTRACT UNIT
I
WATER
SEWER
DRAINAGE PAVING
STREETLIGHTS I CONTRACT
r
Developer
DAYS
Developer Cost
City Cost
Developer Cost Fity Cost
Developer Cost City Cost
Developer Cost
City Cost
Cost City Cost
ORIGINAL CONTRACT
$1,530,610.24
$0.00
$1,679,925'19 ' $0.00
$1,305,143.89 $0.00
$3,192,873.85
$0.00
$368,761.26 $0.00
179
EXTRAS TO DATE
$17,984.93
$0.00
$0.00 ' $0.00
$0.00 $0.00
$0.00
$0.00
$4,404.00 $0.00
CREDITS TO DATE
$0.00
$0.00
$0.00 ' $0.00
$0.00 $0.00 $0.00
$0.00
$0.00 $0.00
CONTRACT TO DATE
$1,548,595.17
$0.00
$1,679,925.19 ' $0.00
$1,305,143.89 $0.00 $3,192,873.85
$0.00
$373,165,26 $0.00
179
(AMOUNT OF PROP. CHANGE ORDER
$9,607.10
$0.00
$0.00 0
$0.00 $0.00 $0.00
$0.00
$0.00 $0.00
0
E SE CONTRACT AMOUNT
$1,568,202.27
$0.00
$1,679,925.19 $0.00
$1,306,143.89 $0.00 $3,192,873.85 �0.00
rr
$373,165.26 ` $0.00
179
REVISED CC AMOUNT PER
UNIT
$1,558,202.27
$1,679,925.19
$1,305,143.89 $3,192,873.85
$373,165.26 1
REVISED COST SHARE
Dev. Cost:
$8,109,310.46
City Cost:
$0.
TOTAL REVISED CONTRACT
$8,109,310.46
You are directed to make the following changes
in the contract documents
I WIT I: WATER IMPROVEMENTS
CITY BID ITEM
PAY ITEM #
#
QUANTITY
UNIT
ITEM DESCRIPTION CFW Unit Price
UNIT PRICE
Developer Cost City Cost
TOTAL
1 12
3312.2003
(4)
EA 1"Irrigation
Water Service
$1,577.75
($611.005 $0.00
($6,311.00)1
1 83`
9999.0012
1
EA Remove
& Replace Fire Hydrant
$4,898.10
$4,898.10 $0.00
$4,898.101
1 84'
9999.0013
2
EA 2-4" PVC Sleeves for 37' B-B Street
$1,450.00
$2,900.00 $0.00
$2,900.001
1 85'
9999.0014
8
EA 2-4" PVC Sleeves for 29' B-B Street
$1,015.00
$8,120.00 $0.00
$8,120.001
TOTAL UNIT I: WATER IMPROVEMENTS
$9,607.101
I
I I
I
I
I
TOTAL CHANGE ORDER
I I
I
$9,607.101
Revised 12-17-2018 Page 1
Asterisk (*) indicates New Pay Item
REASONS FOR CHANGE ORDER 1. Removed irrigation services to match plans
2. Remove/replace a fire hydrant
3. Added irrigation sleeves
RECOMMENDED:
GMcivil
By:
Name: Matt Baacke
Title Project Enqineer
APPROVED:
HT HWY 114 Development LP
By: _
Name D-y Mhger `"
Title �ew1B�®m
APPROVAL RECOMMENDED: APPROVED:
CFW-Water Department CFW- Assistant City Manager
By: By:
Name: Name:
Title Title
RECOMMENDED:
CFW- *Contract Compliance Manager ATTEST
By:
REVIEWED
Name: By lzeldeen Ahmed at 11:39 am, Jan 09, 2025 I Jannette S. Goodall
City Secretary
Title
M&C Number:
M&C Date Approved
APPROVED:
L.H. Lacey Company, LTD
auA /J/RK2By: 6!Name Beniamin Drake
Title: \/Ir:P PYPSIrIPnf
APPROVED AS TO FORM AND LEGALITY:
CFW - Assistant City Attorney
By
Name:
Title:
* Contract Compliance Manager (Project Manager):
By signing I acknowledge that I am the person responsible
for the monitoring and administration of this contract, include
ensuring all performance and reporting requirements.
QThere are NO City Funds associated with this Contract
QThere are City Funds associated with this Contract
Revised: 12-17-2018 Page 2
FORT WORTH
TRANSPORTATION AND PUBLIC WORKS
PIPE REPORT FOR:
PROJECT NAME: TRADITION-4A
CITY PROJECT NUMBER: 104083
WATER
PIPE LAID SIZE TYPE OF PIPE
PVC 8" DR-14
PVC 12" DR-14
FIRE HYDRANTS: 16 VALVES (16" OR LARGER)
PIPE ABANDONED SIZE TYPE OF PIPE
DENSITIES:
NEW SERVICES:
1"
Domestic Service(Copper)
1"
Irrigation Service(Copper)
1.5"
Irrigation Service(Copper)
2"
Irrigation Service(Copper)
2"
Domestic Service(Copper)
SEWER
PIPE LAID
SIZE
TYPE OF PIPE
PVC
8"
SDR-26
Sewer Carrier Pipe
8"
DIP
Sewer Pipe
8"
DIP
PIPE ABANDONED SIZE TYPE OF PIPE
DENSITIES:
NEW SERVICES: 4" SDR-26
TRANSPORTATION AND PUBLIC WORKS
The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311
(817) 392 - 7941 • Fax: (817) 392 - 7845
LF
11,736 LF
2,212 LF
LF
LF
LF
214 Units
1 Unit
2 Units
1 Unit
1 Unit
9514 LF
81 LF
329 LF
214 Units
FORTWORTH.
M"
TRANSPORTATION AND PUBLIC WORKS
December 24, 2024
L.H. LACY COMPANY, LTD
1880 Crown Sr, Suite 1200
Dallas, TX-75234
RE: Acceptance Letter
Project Name: TRADITION-4A
Project Type: 01, 02
City Project No.: 104083
To Whom It May Concern:
On December 17, 2024 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 December 24, 2024. 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 December 24,
2024, 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-
392-2443.
Sincerely,
u0sadage Mohawwiem,,T.E
Mohammdeen Mosadage, Project Manager
Cc: Sri Peddibhotla, Inspector
Don L Watson, Inspection Supervisor
Oscar Aguillon, Senior Inspector
Andrew Goodman, Program Manager
GM Civil, Consultant
L.H. LACY COMPANY, LTD, Contractor
Hines, 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,
Partner/CEO 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 #104083 - Tradition Phase 4A
R.
BY
Bobby W. bGodon, Partner/CEO
Subscribed and sworn before me on this date 06 of January, 2025.
Nary Public
Dallas County, State o/ f
Texas
v
DARLENE CONEY
Notary ID.#10317301
My Commission Expires
March 9, 2028
CONSENT OF SURETY
TO FINAL PAYMENT
,AM Document G707
Rnnri Nn F-'11RQ4R
TO OWNER:
(Name waaddiml
City of Fort Worth & HT Hwy 114 Development, LP
2700 Commerce St., Suite 1600
Dallas, TX 75226
PRWC T.
(7*11? Band ar}tbvr ';)
Tradition Phase 4A
OWNER
Ai:CHITECT
CONTRACTOR
SURETY
OTHER
ARCHITECT'S PROJECT NO.:
CONTRACT FOR; Tradition Phase 4A
CONTRACT DATED:
In accordance wsrh the provisions of the Contract bem een the Owner and the Contractor as indicated. above, the
(Insrtrarwmeand addmrvofsr"I
Great American Insurance Company
301 East Fourth Street
Cincinnati, OH 45202
, SURETY,
on bond of
(lnsen name and addrvse gfContmaur)
L.H. Lacy Company, Ltd.
1880 Crown Dr., Suite 1200
Dallas, TX 75234
, CO_NTRACTOR,
hereby approves of the final payment to the Contractor, and agrees that Thal }payment to the Contractor shall not relieve the Surety of
any of its obligations to
(awn name and at lmv q fottwe -}
City of Fort Worth & HT Hwy 114 Development, LP
2700 Commerce St., Suite 1600
Dallas, TX 75226
as set forth in Said Surety's bond.
, OWNER,
IN WITNESS WHEREOF, the S=ty has hereunto set its hand on this date: January6, 2025
(trraud M ulltXr Am wore ric date arrd. ar l
.Attest:
(Sea)).
Al John on, Witness
GreatAmerican Insurance Comparr
{Surtityy _
t5irarwrr ofarrtbmlzr�l rrprusrrrtarfi rJ
David T. Miclette, Attorney-in-Fact-
(Ainfed name and tklr)
G707-1994
GREAT AMERICAN INSURANCE COMPANY
Administrative Office: 301 E 4TH STREET 0 CINCINNATI, OHIO 45202 • 513-369-5000 0 FAX 513-723-2740
The number of persons authorized by
this power of attorney is not more than Twelve
No.O 22535
POWER OFATTORNEY
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 attorney -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
Stacey Bosley Nikole Jeannette All of All
Ashley Britt David T. Miclette Houston, Texas $100,000,000
Lucas Lomax Lacey Hitchcock
Will Duke Nancy Rios
Rita G. Gulizo Stacy Owens
Robert C. Davis Barry K. McCord
This Power of Attorney revokes all previous powers issued on behalf of the attomey(s)-in-fact named above.
IN WITNESS WHEREOF the GREATAMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate
officers and its corporate seal hereunto affixed this 10th day of September 2024
Attest GREAT AMERICAN INSURANCE COMPAN
o
Assistant Secretary Divisional Senior bite President
STATE OF OHIO, COUNTY OF HAMILTON - ss: MARK vICARIo (877-377-2405)
On this 10th day of September 2024 , 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.
r SUSAN A KOHORST
- ... a Notary Public
<oM1 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 Vice 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
Compatw 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 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 f)regoiing Power ofAttorney 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 6th day of January 2025
CiND
Assirlan/ Se:,re/ary
51029AH (03/20)