Loading...
HomeMy WebLinkAboutContract 61857-FP2FORT WORTH, -FP2 City Secretary 61857 Contract No. Date Received 9/5/2025 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 8A City Project No.: 105127 Improvement Type(s): ❑x Paving ❑x Drainage ❑ Street Lights ❑ Bridge Original Contract Price: $ 3,357,922.05 Amount of Approved Change Order(s): $9,488.50 Revised Contract Amount: $3,367,410.55 Total Cost of Work Complete: $3,367,410.55 ma<, bban 09/04/2025 Contractor Date Project Manager Title L.H Lacy Company Ltd Company Name 9-6-118— 09/05/2025 Project Inspector Date Motadage Mohaww'yem,,TU. 09/05/2025 Project Manager Date 09/05/2025 CFA Manager Date d°„,,,,,,. 7,,;.— 09/05/2025 Lauren Prieur (Sep 5, 2025 16:11:45 CDT) TPW Director Date 0 , 09/08/2025 Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT. WORTH, TX Notice of Project Completion Project Name: Tradition Phase 8A City Project No.: 105127 City's Attachments Final Pay Estimate ❑x Change Order(s): ❑x Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 160 WD Days Charged: 202 WD Work Start Date: 9/23/2024 Work Complete Date: 8/20/2025 Completed number of Soil Lab Test: 808 Completed number of Water Test: 45 Page 2 of 2 FORT WORT 11 CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name TRADITION PHASE 8A Contract Limits Project Type STORMDRAIN City Project Numbers 105127 DOE Number 5127 Estimate Number 1 Payment Number 1 City Secretary Contract Number Contract Date Project Manager NA Contractor L.H. LACY COMPANY P.O. BOX 541297 Inspectors For Period Ending 8/20/2025 WD Contract Time 13WD Days Charged to Date 202 Contract is 100.00 Complete DALLAS, TX 75354 T. GARDNER / J. ROGERS Wednesday, September 3, 2025 Page 1 of 5 City Project Numbers 105127 DOE Number 5127 Contract Name TRADITION PHASE 8A Estimate Number I Contract Limits Payment Number I Project Type STORMDRAIN For Period Ending 8/20/2025 Project Funding UNIT M. STORMDRAIN IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 26 MEDIUM RIPRAP, DRY 1740 SY $130.80 W7,592.00 1740 $227,592.00 27 TRENCH SAFETY 4910 LF $0.59 $2,896.90 4910 $2,896.90 28 CONCRETE COLLER 3 EA $730.77 $2,192.31 3 $2,192.31 29 2 1 " RCP, CLASS 395 LF $76.27 $30,126.65 395 $30,126.65 30 24" RCP, CLASS 18 LF $99.90 $1,798.20 18 $1,798.20 31 27" RCP, CLASS 237 LF $104.65 $24,802.05 237 $24,802.05 32 30" RCP, CLASS 447 LF $113.46 $50,716.62 447 $50,716.62 33 36" RCP, CLASS 441 LF $161.05 $71,023.05 441 $71,023.05 34 42" RCP, CLASS 535 LF $199.69 W6,834.15 535 $106,834.15 35 54" RCP, CLASS 1739 LF $297.20 016,830.80 1739 $516,830.80 36 60" RCP, CLASS 671 LF $348.64 M3,937.44 671 $233,937.44 37 5X3 BOX CULVER 131 LF $387.36 $50,744.16 131 $50,744.16 38 6X3BOX CULVER 296 LF $474.30 $140,392.80 296 $140,392.80 39 4' STORM JUNCTION BOX 3 EA $5,722.50 $17,167.50 3 $17,167.50 40 Y STORM JUNCTION BOX 2 EA $7,684.50 $15,369.00 2 $15,369.00 41 6' STORM JUNCTION BOX 2 EA $10,573.00 $21,146.00 2 $21,146.00 42 21" SET, 1 PIPE 2 EA $2,180.00 $4,360.00 2 $4,360.00 43 30" SET, 1 PIPE 2 EA $2,834.00 $5,668.00 2 $5,668.00 44 36" SET, 1 PIPE 1 EA $3,270.00 $3,270.00 1 $3,270.00 45 42" SET, 1 PIPE 4 EA $3,760.50 $15,042.00 4 $15,042.00 46 54" SET, 1 PIPE 1 EA $4,360.00 $4,360.00 1 $4,360.00 47 60" SET, 1 PIPE 1 EA $4,905.00 $4,905.00 1 $4,905.00 48 10' CURB INLET 14 EA $7,085.00 $99,190.00 14 $99,190.00 49 15' CURB INLET 3 EA $9,428.50 $28,285.50 3 $28,285.50 50 20' CURB INLET 1 EA $10,464.00 $10,464.00 1 $10,464.00 51 Y DROP INLET (CO#2) 2 EA $5,450.00 $10,900.00 2 $10,900.00 52 6" CONCRETE (CHANNEL FLUME) 732 SY $98.10 $71,809.20 732 $71,809.20 53 6'X 4' STORM JUNCTION BOX (CO#2) 2 EA $8,338.50 $16,677.00 2 $16,677.00 54 5'X3' SAFETY END TREATMENT W/ NO PIPE 2 EA $7,085.00 $14,170.00 2 $14,170.00 RUNNERS 55 6'X3' SAFETY END TREATMENT W/ NO PIPE 1 EA $7,630.00 $7,630.00 1 $7,630.00 RUNNERS Wednesday, September 3, 2025 Page 2 of 5 City Project Numbers 105127 Contract Name TRADITION PHASE 8A Contract Limits Project Type STORMDRAIN Project Funding 56 6'X4' STORM JUNCTION BOX 2 EA 56 4' DROP INLET (CO#2) 1 VF Sub -Total of Previous Unit UNIT IV: PAVING IMPROVEMENTS DOE Number 5127 Estimate Number I Payment Number 1 For Period Ending 8/20/2025 $8,338.50 $16,677.00 2 $16,677.00 $6,600.00 $6,600.00 1 $6,600.00 $1,833,577.33 $1,833,577.33 Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 57 HYDRATED LIME @ 30LBS./S.Y. 412.1 TN $289.76 W9,410.10 412.1 $119,410.10 (RESIDENTIAL) 58 6" LIME TREATED SUBGRADE (RESIDENTIAL) 27473 SY $3.30 $90,660.90 27473 $90,660.90 59 6" CONCRETE PAVEMENT (RESIDENTIAL) 25761 SY $46.22 190,673.42 25761 1,190,673.42 60 5' CONC SIDEWALK 1946 LF $37.19 $72,371.74 1946 $72,371.74 61 P-1 RAM 8 EA $2,393.94 $43,090.92 18 $43,090.92 62 FURNISH/INSTALL ALUM SIGN GROUND 9 EA $234.00 $2,106.00 9 $2,106.00 MOUNT CITY STD. 63 TRAFFIC CONTROL 1 LS $4,680.00 $4,680.00 1 $4,680.00 64 CONCRETRHEADER 87 LF $14.10 $1,226.70 87 $1,226.70 65 TYPE III END -OF-ROAD BARRICADE 3 EA $1,404.00 $4,212.00 3 $4,212.00 66 SAWCUT EXISTING ASPHALT & CONNECT TO 79 LF $18.84 $1,488.36 79 $1,488.36 EXISTING PAVEMENT 67 CONNECT TO EXISTING PAVEMENT 2 EA $786.54 $1,573.08 2 $1,573.08 68 RI-1 STOP SIGN 9 EA $88.40 $795.60 9 $795.60 69 ST MARKER BLADE 18 EA $85.80 $1,544.40 18 $1,544.40 Sub -Total of Previous Unit $1,533,833.22 $1,533,833.22 Wednesday, September 3, 2025 Page 3 of 5 City Project Numbers 105127 Contract Name TRADITION PHASE 8A Contract Limits Project Type PAVING Project Funding Contract Information Summary Original Contract Amount Change Orders Change Order Number 2 DOE Number 5127 Estimate Number I Payment Number 1 For Period Ending 8/20/2025 $3,357,922.05 $9,488.50 Total Contract Price $3,367,410.55 Total Cost of Work Completed $3,367,410.55 Less % Retained $0.00 Net Earned $3,367,410.55 Earned This Period $3,367,410.55 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 $3,367,410.55 Wednesday, September 3, 2025 Page 4 of 5 City Project Numbers 105127 DOE Number 5127 Contract Name TRADITION PHASE 8A Estimate Number I Contract Limits Payment Number 1 Project Type PAVING For Period Ending 8/20/2025 Project Funding Project Manager NA City Secretary Contract Number Inspectors T. GARDNER / J. ROGERS Contract Date Contractor L.H. LACY COMPANY Contract Time 130 WD P.O. BOX 541297 Days Charged to Date 202 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 $3,367,410.55 Less % Retained $0.00 Net Earned $3,367,410.55 Earned This Period $3,367,410.55 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 $3,367,410.55 Wednesday, September 3, 2025 Page 5 of 5 DEVELOPER -AWARDED -PROJECT CHANGE ORDER PROJECT NAME: Tradition - Phase 8A CONTRACT: (A) Water/Sewer/Storm Drain, (B) Paving, (C) Street Lights CFA# 24-0078 CITY PARTICIPATION: NO CITY PROJECT # 105127 CITY SECRETARY CONTRACT # 61857 FID # 30114-0200431-105127-EO7685 X # X-27967 FILE # N/A CHANGE I ORDER No: REVIEWED By Mosadage Mohammdeen at 10:18 am, Jun 09, 2025 2 INSPECTOR: John Rogers Phone No: 682-210-8044 PROJECT MANAGER: Mo Mohammdeen Phone No: 682-402-7050 CONTRACT UNIT WATER SEWER DRAINAGE PAVING STREET LIGHTS Developer Developer Cost City Cost Developer Cost City Cost Developer Cost City Cost Developer Cost City Cost Cost City Cost ORIGINAL CONTRACT $872,825.65 $0.00 $1,074,141.51 $0.00 $1,824,088.83 $0.00 $1,533,833.22 $0.00 $275,957.64 $0.00 EXTRAS TO DATE $6,997.68 $0.00 $5,695.25 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $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 $879,823.33 $0.00 $1,079,836.76 $0.00 $1,824,088.83 $0.00 $1,533,833.22 $0.00 $275,957.64 $0.00 AMOUNT OF PROP. CHANGE ORDER $6,330.01 $0.00 $31,205.39 $0.00 $9,488.50 $0.00 $0.00 $0.00 $0.00 VIW CONT TAMOUNT OTAL $886,153.34 $0.00 $1,111,042.15 $0.00 $1,833,577.33 $0.00 $1,533,833.22 $0.00 $275,957.64 $0.00 REVISE NTRACT AMOUNT PER UNIT $886,153.34 E1,111,042.15 $1,833'577.33 $1,533,833.22 $275,957.64 REVISED COST SHARE Dev. Cost: $5,640,563.68 City Cost: TOTAL REVISED CONTRACT $5,640,563.68 You are directed to make the following changes in the contract documents: CITY BID ITEM PAY ITEM # # QUANTITY 4 3311.0001 0.3 CITY BID ITEM PAY ITEM # # QUANTITY 11 3301.0002 101 13 3305.0109 101 14 3305.0113 5 17 3331.4115 (20) 18 3331.4116 20 21 3339.0001 34 79* 9999.0015 28 CITY BID ITEM PAY ITEM # # QUANTITY 51 9999.0001 (1) 53 9999.0003 1 80* 3349.7001 1 Asterisk (') indicates New Pay Item UNIT I: WATER IMMPRROVEMENTSS UENAIT CFW Unit Price U ICE Ductllle Iron Fi ngsl w�estraint $TIP TOTAL UNIT I: WATER IMPROVEMENTS? UNIT II: SEWER IMPROVEMENTS UNIT ITE�1 CFW Unit Price UNIT PRICE LF �E$�,f21PTIFl Pos - nspec ion $1.83 LF Trench Safety $0.87 LF Trench Water Stops $1,384.47 LF 8" SDR-26 PVC Sewer Pipe $61.27 LF 8" SDR-26 PVC Sewer Pipe w/CSS Backfill $119.70 VF Epoxy Manhole Liner $517.75 LF DIP Encasement on SS Service $187.08 TOTAL UNIT II: SEWER IM'ROVEMENTS UNIT III: STORM DRAIN IMPROVEMENTS UNIT RnIPJION CFW Unit Price ITEI�PD UNIT PRICE VF op I [ $5,450.00 VF 6'x4' Storm Junction Box $8,338.50 VF 4' Drop Inlet $6,600.00 TOTAL UNIT III: STORM DRAIN IMPROVEMENTS TOTAL CHANGE ORDER Developer CONTRACT DAYS 160 160 2 162 Cost City Cost TOTAL $6,330.01 $0.00 $6,330.01 $6,330.01 Developer Cost City Cost TOTAL $184.83 $0.00 $184.83 $87.87 $0.00 $87.87 $6,922.35 $0.00 $6,922.35 ($1,225.40) $0.00 ($1,225.40) $2,394.00 $0.00 $2,394.00 $17,603.50 $0.00 $17,603.50 $5,238.24 $0.00 $5,238.24 $31,205.39 Developer Cost City Cost TOTAL ($5,450.00) $0.00 ($5,450.00) $8,338.50 $0.00 $8,338.50 $6,600.00 $0.00 $6,600.00 $9,488.50 $47,023.90 Revised: 12-17-2018 Page 1 REASONS FOR CHANGE ORDER 1. Updated quantities To Match Approved Plans RECOMMENDED: APPROVED: APaD: GMcivil HT HWY 114 Development LP LHBy:By Name: Matt Baacke Name: Dusty Dellinger =•— Na Title: Project Engineer Title: Construction Manaaer - Title: APPROVAL RECOMMENDED: APPROVED: CFW- Water Department CFW- Assistant City Manager By: By: Name: Name: Title: Title: RECOMMENDED: CFW - 'Contract Compliance Manager ATTEST BY REVIEWED L Name: eYno,na,eemonammaee�.uoes,m,���ov,m¢s Jannette S. Goodall City Secretary Title: M&C Number: M&C Date Approved: 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 ❑There are City Funds associated with this Contract Revised: 12-17-2018 Page 2 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS July 23, 2025 L.H.Lacy Company,Ltd. 1880 Crown Dr. Ste.1200 Dallas, Tx 75234 RE: Acceptance Letter Project Name: Tradition Phase 8A Project Type: Water, Sanitary Sewer, Drainage, Paving, and Street Lights City Project No.: 105127 To Whom It May Concern: On August 26, 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 August 28, 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 August 28, 2025, which is the date of the punch list completion and will extend of two (2) years in accordance with the Contract Documents. If you have any questions concerning this letter of acceptance, please feel free to contact me at 817- 392-2443. Sincerely, NOSMage Mohawwdeea,T E. Mosadage Mohammdeen, Project Manager Cc: John Rogers, Inspector Troy Gardner, Inspection Supervisor Emanuel Nieto, Senior Inspector Andrew Goodman, Program Manager GM Civil, Consultant L.H. Lacy Company,Ltd.., Inc., Contractor William Ryan Homes Texas, Inc., 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 #105127 - Tradition Phase 8A BY Bobby W. ordon, President Subscribed and sworn before me on this date 3 of September, 2025. DARLENE CONEY Notary ID #10317301 Notary Publicj, My Commission Expires Dallas County, State of March 9, 2028 Texas CONSENT OF SURETY TO FINAL PAYMENT .ALA Document G707 Bond No. 5316991 TO OWNER (Name and addrev) City of Fort Worth & Willian Ryan Homes Texas, Inc. 1800 Valley View Lane #480 Farmers Branch, TX 75234 PROJECT: (Ntnne and addrdsq Tradition Phase 8A - Utility & Paving Improvements OWiVF.R ARCHITrCT CONTRACTOR SURETY OTHER ARCHITECT'S PROJECT NO.: CONTRACT FOR: Construction CONTRACT DATED: In accordance Hrith the provisions of the Contract bem een die Owner and the Contractor as indicated above, the ()ruttrt rwfurand addresscf,Anrlt) Great American Insurance Company 301 East Fourth Street Cincinnati, OH 45202 on bond of (Imen namrand addrex gfCorrtractur) L.H. Lacy Company, Ltd. 1880 Crown Dr., Suite 1200 Dallas, TX 75234 IIN , SURETY, , CO\'TRACTOR, hereby approves of the final payment to the Contractor, and agrees iliac final payment to the Contractor shall not relieve the Swery of any of its obligations to (Atwnt name and adrbuvc ojOu-nur) City of Fort Worth & Willian Ryan Homes Texas, Inc. 1800 Valley View Lane #480 Farmers Branch, TX 75234 as set forth in said Surety's bond. , OWNFR, LNI WITLESS WHEREOF, the Surety has hereunto set its hand on this date: August 26, 2025 (IsmH in the nfnner(c drift• ant/ token) r�4�. ej { ?' Ttish Wrlgn' fitness 3'e Great American Insurance Company (sur -" By:: l (SY,gnatuir nfart/God=d )rprrirnfalier) David T. Miclette Attorney -in -Fact (P) inted +taste aru( tidy) G707-1 994 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 THIRTEEN POWER OF ATTORNEY No.O 22621 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 AARON HAWLEY ALL ASHLEY BRITT DAVID T. MICLETTE ALL OF HOUSTON, TEXAS $100,000,000 LUCAS LOMAX NANCY RIOS 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 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 17TH day of APRIL 1 2025 Attest GREAT AMERICAN INSURANCE COMPANY Assistant Secretary Divisional Senior i ice President STATE OF OHIO, COUNTY OF HAMILTON - ss: JOHN K. weeSTER (877-377-2405) On this 17TH day of APRIL 2025 , before me personally appeared JOHN K. 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. SUSAN A KOHORST Notary Public State of Ohio My Comm. Expires May 18, 2030 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 i tee 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 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 chiA tt w(liie foit�oiug °owes 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 71,i . - Signed and sealed this 26th day of August - W: Assistant Secretary S1029AJ (04/25)