HomeMy WebLinkAboutContract 60380-FP2FORT WORTH.
-FP2
City Secretary 60380
Contract No.
Date Received 4/7/2025
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 3B
City Project No.: 104587
Improvement Type(s): ❑x Paving ❑x Drainage ❑ Street Lights ❑ Traffic Signals
Original Contract Price: $1,339,155.64
Amount of Approved Change Order(s): $9,942.24
Revised Contract Amount: $1,349,097.88
Total Cost of Work Complete: $1,349,097.88
Tames McKibben Apr7,2025
James McKibben (Apr7, 202511:05 CDT)
Contractor Date
Project Manager
Title
L.H. Lacy Company, Ltd.
Company Name
_'7� �' Apr 7, 2025
Project Inspector
Date
MotadageMohawwr sew,T.E.
Apr 7, 2025
Project Manager
Date
Apr 7, 2025
Kand ice Merrick (AD r7, 202516:29 CDTI
CFA Mang
Date
�L
Apr 7, 2025
TPW Director
Date
ow
Apr 8, 2025
Asst. City Manager
Date
OFFICIAL RECORD
CITY SECRETARY
Notice of Project Completion FT. WORTH, Tx
Page 1 of 2
Project Name: Tradition Phase 3B
City Project No.: 104587
City's Attachments
Final Pay Estimate ❑x
Change Order(s): ❑x Yes ❑ N/A
Contractor's Attachments
Affidavit of Bills Pai
Consent of Surety
Statement of Contract Time
Contract Time 100 WD Days Charged: 193 WD
Work Start Date: 2/16/2024 Work Complete Date: 2/13/2025
Completed number of Soil Lab Test: 553
Completed number of Water Test:10
Page 2 of 2
FORT WORTH
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name TRADITION PHASE 3B
Contract Limits
Project Type STORM DRAIN
City Project Numbers 104587
DOE Number 4587
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 2/13/2025
WD
Contract Time 7WD
Days Charged to Date 193
Contract is 100.00 Complete
DALLAS, TX 75354
D. WATSON / S. GARCIA
Monday, April 7, 2025 Page 1 of 5
City Project Numbers 104587 DOE Number 4587
Contract Name TRADITION PHASE 3B Estimate Number 1
Contract Limits Payment Number 1
Project Type STORM DRAIN For Period Ending 2/13/2025
Project Funding
UNIT III: STORM DRAIN IMPROVEMENTS
Item
Description of Items
Estimated Unit
Unit Cost
Estimated
Completed
Completed
No.
Quanity
Total
Quanity
Total
1
LARGE STONE RIPRA, DRY
465 SY
$138.75
$64,518.75
465
$64,518.75
2
MEDIUM RIPRAP, DRY
37 SY
$130.98
$4,846.26
37
$4,846.26
3
TRENCH SAFETY
1737 LF
$0.49
$851.13
1737
$851.13
4
21" RCP, CLASS III
164 LF
$81.60
$13,382.40
164
$13,382.40
5
24" RCP, CLASS III
591 LF
$96.11
$56,801.01
591
$56,801.01
6
3'X2' RCP, CLASS III
660 LF
$266.54
$175,916.40
660
$175,916.40
7
4'X2' RCP, CLASS III
79 LF
$309.62
$24,459.98
79
$24,459.98
8
5'X4' RCP, CLASS lII
243 LF
$475.42
$115,527.06
243
$115,527.06
9
4' STORM JUNCTION BOX
3 EA
$4,995.00
$14,985.00
3
$14,985.00
10
5 STORM JUNCTION BOX
1 EA
$6,105.00
$6,105.00
1
$6,105.00
11
21" SET, 1 PIPE
2 EA
$2,275.50
$4,551.00
2
$4,551.00
12
10' CURB INLET
6 EA
$6,771.00
$40,626.00
6
$40,626.00
13
15' CURB INLET
2 EA
$9,102.00
$18,204.00
2
$18,204.00
14
8X4 JUNCTION BOX
1 EA
$7,770.00
$7,770.00
1
$7,770.00
15
3X2 SET, 1 PEPE
I EA
$6,410.25
$6,410.25
1
$6,410.25
16
3X2 SET, 2 PIPE
I EA
$9,601.50
$9,601.50
1
$9,601.50
17
(3) 5'X4' CONCRETE HEADWALL WITH
2 EA
$22,755.00
$45,510.00
2
$45,510.00
STRAIGHT WINGWALLS
-------------------
Sub -Total of Previous Unit
$610,065.74
$610,065.74
UNIT
IV: PAVING IMPROVEMENTS
Item
Description of Items
Estimated Unit
Unit Cost
Estimated
Completed
Completed
No.
Quanity
Total
Quanity
Total
1
HYDRATED LIME @ 30LBS./S.Y.
164 TN
$301.28
$49,409.92
164
$49,409.92
(RESIDENTAIL) (CO#1)
2
6" LIME TREATED SUBFRADED (RESIDENTAIL)
10922 SY
$4.34
$47,401.48
10922
$47,401.48
3
6" CNCRETE PAVEMENT (RESIDENTAIL)
10217 SY
$56.81
$580,427.77
10217
$580,427.77
4
Y CONC SIDEWALK
318 LF
$43.58
$13,858.44
318
$13,858.44
5
P-1 RAMP
8 EA
$2,672.08
$21,376.64
8
$21,376.64
6
TOPSOIL
29 CY
$36.40
$1,055.60
29
$1,055.60
7
SEEDING, HYDROMULCH
173 SY
$23.65
$4,091.45
173
$4,091.45
Monday, April 7, 2025 Page 2 of 5
City Project Numbers 104587 DOE Number 4587
Contract Name TRADITION PHASE 3B Estimate Number 1
Contract Limits Payment Number 1
Project Type PAVING For Period Ending 2/13/2025
Project Funding
8
FURNISH/INSTALLALUM SIGN GROUND
7 EA
$255.36
$1,787.52
7
$1,787.52
MOUNT CITY STD.
9
TRAFFICE CONTROL
1 LS
$5,040.00
$5,040.00
1
$5,040.00
10
INSTALL END OF ROAD BARRICADE
1 EA
$1,002.40
$1,002.40
1
$1,002.40
11
CONCRETE HEADER
29 LF
$13.42
$389.18
29
$389.18
12
CONNECT TO EXISTING PAVEMENT
2 EA
$1,042.35
$2,084.70
2
$2,084.70
13
RI-1 STOP SIGN
5 EA
$84.00
$420.00
5
$420.00
14
ST MARKER BLADE
28 EA
$26.60
$744.80
28
$744.80
15
HYDRATED LIME @ 30LBS/SY (RESIDENTIAL
33 TN
$301.28
$9,942.24
33
$9,942.24
(CO#1)
Sub -Total of Previous Unit
$739,032.14
$739,032.14
Monday, April 7, 2025 Page 3 of 5
City Project Numbers 104587
Contract Name TRADITION PHASE 313
Contract Limits
Project Type PAVING
Project Funding
Contract Information Summary
Original Contract Amount
Change Orders
Change Order Number 1
DOE Number 4587
Estimate Number 1
Payment Number 1
For Period Ending 2/13/2025
$1,339,155.64
$9,942.24
Total Contract Price $1,349,097.88
Total Cost of Work Completed $1,349,097.88
Less % Retained $0.00
Net Earned $1,349,097.88
Earned This Period $1,349,097.88
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
$1,349,097.88
Monday, April 7, 2025 Page 4 of 5
City Project Numbers 104587
Contract Name TRADITION PHASE 3B
Contract Limits
Project Type PAVING
Project Funding
Project Manager NA
Inspectors D. WATSON / S. GARCIA
Contractor L.H. LACY COMPANY
P.O. BOX 541297
DALLAS , TX 75354
DOE Number 4587
Estimate Number 1
Payment Number 1
For Period Ending 2/13/2025
City Secretary Contract Number
Contract Date
Contract Time 75 WD
Days Charged to Date 193 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 $1,349,097.88
Less % Retained
$0.00
Net Earned
$1,349,097.88
Earned This Period $1,349,097.88
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
$1,349,097.88
Monday, April 7, 2025 Page 5 of 5
DEVELOPER -AWARDED -PROJECT CHANGE ORDER
PROJECT NAME:
CONTRACT:
Tradition - Phase 36 CHANGE
(A) Water/Sewer/Storm Drain, (B) Pavinq, (C) Street Liqhts I ORDER No:
ICFA#
23-0114 CITY PARTICIPATION: 0%
CITY PROJECT #
IFID #
104587
30114-0200431-104587-EO7685
FILE #
X-27629, W-2899
INSPECTOR:
Sergio Garcia Pedroza Phone No: 817-647-2524
PROJECT MANAGER:
Arash Emami Saleh Phone No: 817-392-2373
REVIEWED
By Arash Emami Sa/eh at 5:41 pm, Jul 19, 2024
CONTRACT UNIT
I
WATER SEWER DRAINAGE PAVING STREET LIGHTS
I CONTRACT
Developer Developer
Developer Developer Developer
DAYS
Cost Cost
ost nst
(ORIGINAL CONTRACT $463,498.30 $384 86.20
_oet
$610,065.74 $729,089.90 $103,163.39
100
(EXTRAS TO DATE
ICREDITS TO DATE
ICONTRACT TO DATE $463,498.30 $384,28620
$610065.74 $729.089.90 $103.163.39
100
AMOUNT OF PROP. CHANGE ORDER $2,309.81 $0.00
$0.00 $9942.24 $0.00
�p�R�`/IS C NrT r`�T rp�I,',�'OUNT $465,808.11 $384,286.20
$610,065.74 $739,03214 $103,163.39
100
TOTI?'S�E�ONNTRACT AMOUNTPER IT $y65,808.11 $384,266.20
$610,065.74
$739,03214 $103,163.38
REVISED COST SHARE Dev. Cost: $2,302,355.58
TOTAL REVISED CONTRACT
$2,302,355.58
l
You are directed to make the following anges in theFntract docu enis
CITY 3111 ITEM
PAY ITEM #
#
QUANTITY
UNIT
ITEM DESCRIPTION UNIT PRICE
TOTAL
1 3212.2103
NEW
1
EA
1.5" Water Service (Irrigation) $2,309.81
$2,309.811
I WATER TOTAL
$2,309.811
I
1 3211.0400 41 (164.0) TON
Hydrated Lime C� 301bs/SY (Residential) 301.28
($49,409.92)1
1 3211.0400 NEW 197.0 TON
I I
LING
Hydrated Lime 9 36 lbs/SY (Residential) 301.28
$59,352.161
TOTAL
$9,942.241
1
I
TOTAL
$12,252.051
REASONS FOR CHANGE ORDER
1. Added Irrigation Service to Match Approved Plans
2. Additional Lime Required From Lime Series
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 B THE DEVELOPER.
RECOMMENDED:
APPROVE APPROVED:
Goodwin and Marshall, Inc.
Toll Sout west, C LH Lacy Company, 4tq
erg/
�/
r` aA.rr�UL
%r
By:
By' By:
v u
Name: MattBaacke,P.E.
/�
Name: O$4Wd �JlA20AIE2 Name: Jason Bradley
Title: Project Engineer
Title: LAUD@VEI-GrMEVT' Title: Project Manager
MA wArAC 9—
Revised: 1D-12-2011 Page 1
FORTWORTH.
M"
TRANSPORTATION AND PUBLIC WORKS
March 6, 2025
LH Lacy Company, Ltd.
1880 Crown Dr, Ste. 1200
Dallas, TX 75234
RE: Acceptance Letter
Project Name: Tradition Phase 3B
Project Type: Water, Sanitary Sewer, Paving & Drainage Imporvements
City Project No.: 104587
To Whom It May Concern:
On February 27, 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 March 6, 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 March 6, 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 682-
402-7050 .
Sincerely,
Motadage lyDhawwxeen' T. E.
Mohammdeen, Mosadage, P.E., Project Manager
Cc: Sergio Garcia Pedroza, Inspector
Donald Watson, Inspection Supervisor
Oscar Aguillon, Senior Inspector
Andrew Goodman, P.E., Program Manager
GM Civil, Consultant
L.H. Lacy Company, Ltd., Contractor
Toll Brothers, 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 #104587 - Tradition Phase 3B
BY
Bobby W. ord , Partner/CEO
Subscribed and sworn before me on this date 04 of March, 2025.
7 ��� C�
'N ary Public
Dallas County, State of
Texas
DARLENE CONENctary
E
ID #10317301My
Commission Expires
March 9, 2028 ;
CONSENT OF SURETY
TO FINAL PAYMENT
AIA Document G707
Rnnrl Kin . 5 A1.FA 1
TO 0%VINElt:
(Namneematrt m-'s)
Toll Southwest, LLC and City of Fort Worth
2555 SW Grapevine Pkwy., #100
Grapevine, TX 76051
PROJECT:
(Man te and addmQ V.
Paving & Utility Improvements for Tradition Phase 3B
OWNER
ARCHITECT
COINTRACTDR
SURM
OTHER
ARCHInCT'S PRQjECT NO.:
CONTRACT FOR: Paving & Utility Improvements for
Tradition Phase 3B
CONTRACT DATED -
In accordance v4th the proAsions of the Contract between the Owner and the Contractor as indi(.ated Edlove, the
rdfmvi"alar and vr&mnof so".)
Great American Insurance Company
301 Bast Fourth Street
Cincinnati, OH 45202
, SL3i FTY,
can bond of
{1rrcKrr rzainrsr�riadilt•c�,ksa/'Catzrr�rctvr)
L.H. Lacy Company, Ltd.
1880 Crown Dr., Suite 1200
Dallas, TX 75234
CONTRACTOR,
bareby approves of the i3nal payment to the Contmctor, and agrees that final payment to the Comractur shall not relieve the Surety of
any of itws obligations to
tz+ .va nameand addr ev ofGwmrj
Toll Southwest, LLC and City of Fort Worth
2555 SW Grapevine Pkwy„ #100
Grapevine, TX 76051
as set Porch in said Surety's bond.
IN WITNESS WH MMEOF, the Surety )m hereunto set its hand on this date: March 4. 2025
(IrrsrtO Frr u1iN09 dx rrto)ub jalioar+ Wr 111W rnbircrfc rderwanr{ ixmr, J
AttM, �, y
(sea,)). /J(�
Stacy Owen , Witness
&91'12`�
Great American Insurance ComDanv
(SNrtNyj ��
(SYqurrExrr pfut v�zrul +rw it
Ashley Bri t, Attorney -in -Fact
td'�suleri »pure rrrttirr`tdr)
, OWNER,
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 snore than THIRTEEN
No.0 22621
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 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 AARON HAWLEY ALL
ASHLEY BRITT DAVID T. MICLETTE ALL OF $100,000,000
LUCAS LOMAX NANCY RIOS HOUSTON, TEXAS
WILL DUKE STACY OWENS
RITA G. GULIZO BARRY K. MCCORD
ROBERT C. DAVIS KATHLEEN CUCKLER
This Power of Attorney revokes all previous powers issued on behalf of the attomcy(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 10th day of September 1 2024
Attest GREATAMERICAN INSURANCE COMPANY
RAH IN]'kp ,.
aE'• Y b,
Assistant Secretary
41ID"ni..i Seniorrice President
STATE OF OLIO, COUNTY OF HAMILTON - ss: JOHN K. WEBSTER (877-377-2405)
On this 10th day of September 2024 , before me personally appeared JOHN R. WEBSTER, 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.
F p
SUSAN A KOHORST
Notary Public
State Ohto
of
°+
My Comm. i_xpires
may 18, 2025
"� a,-0- a
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 Dice Presidents, Divisional lice Presidents and DMsonal 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 any bond, undertaking, contract of suretyship,
or other written obligation fn 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
1, STEPHEN C. BERAHA, Assistant Secretary of GreatAmerican Insurance Company, do hereby certify that the foregoing Power ofAttomey 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 4th day of March 2025
.. •.. Ann tant3errefary-
81029AI(10/24)