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)