HomeMy WebLinkAboutContract 61300-FP1FORT WORTH,
-FP1
City Secretary
Contract No. 61300
Date Received 9/11/2025
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: Deer Creek Meadows Phase 8
City Project No.: 104554
Improvement Type(s): ❑ Paving ❑ Drainage ❑x Street Lights ❑ Traffic Signals
Original Contract Price: $319,789.66
Amount of Approved Change Order(s): $12,000.00
Revised Contract Amount: $331,789.66
Total Cost of Work Complete: $331,789.66
09/09/2025
Contractor Date
President
Title
Independent Utility Construction, Inc.
Company Name
09/09/2025
MicY el ins(Seo9,202513:25:19CDT)
Project Inspector
Date
09/11/2025
Project Manager
Date
Jz�
09/11/2025
CFA Manager
Date
09/11/2025
TPW Director
Date
09/15/2025
Asst. City Manager
Date
OFFICIAL RECORD
CITY SECRETARY Page 1 of 2
FT. WORTH, TX
Notice of Project Completion
Project Name: Deer Creek Meadows Phase 8
City Project No.: 104554
City's Attachments
Final Pay Estimate ❑x
Change Order(s): ❑x Yes ❑ N/A
Contractor's Attachments
Affidavit of Bills Paid WMh&-,.
Consent of Surety
Statement of Contract Time
Contract Time: 270
Days Charged: 257
Work Start Date: 6/6/2024 Work Complete Date: 8/22/2025
Completed number of Soil Lab Test: 1645
Completed number of Water Test: 35
Page 2 of 2
FORT WORT 11
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name DEER CREEK MEADOWS
Contract Limits
Project Type STREETLIGHTS
City Project Numbers 104554
DOE Number 4554
Estimate Number 1 Payment Number 1
City Secretary Contract Number
Contract Date
For Period Ending 8/28/2025
WD
Project Manager NA
Contractor INDEPENDENT UTILITY CONSTRUCTION
5109 SUN VALLEY DRIVE
FORT WORTH, TX 76119
Inspectors M.GLOVER / M.PERKINS
Contract Time 27WD
Days Charged to Date 257
Contract is 100.00 Complete
Tuesday, September 9, 2025 Page 1 of 4
City Project Numbers 104554 DOE Number 4554
Contract Name DEER CREEK MEADOWS Estimate Number I
Contract Limits Payment Number 1
Project Type STREETLIGHTS For Period Ending 8/28/2025
Project Funding
UNIT V: STREETLIGHTING
Item
Description of Items
Estimated Unit
Unit Cost
Estimated
Completed
Completed
No.
Quanity
Total
Quanity
Total
1
2" CONDT PVC SCH 40 (T)
4396 LF
$15.43
$67,830.28
4396
$67,830.28
2
NO 2 INSULATED ELEC CONDR
3819 LF
$3.96
$15,123.24
3819
$15,123.24
3
NO 6 INSULATED ELEC CONDR
9369 LF
$2.06
$19,300.14
9369
$19,300.14
4
TYPE 33B ARM
48 EA
$442.00
$21,216.00
48
$21,216.00
5
LED LIGHTING FIXTURE (R-2)
44 EA
$386.00
$16,984.00
44
$16,984.00
6
LED LIGHTING FIXTURE (R-4)
4 EA
$386.00
$1,544.00
4
$1,544.00
7
RDWY ILLUM TY 11 POLE
48 EA
$2,043.00
$98,064.00
48
$98,064.00
8
RDWY ILLUM FOUNDATION TY 1,2, AND 4
48 EA
$1,661.00
$79,728.00
48
$79,728.00
9
24" x 6" CONCRETE FOUNDATION (CO#5)
2 EA
$5,000.00
$10,000.00
2
$10,000.00
10
RELOCATE SCHOOL ZONE POLE (CO#5)
2 EA
$500.00
$1,000.00
2
$1,000.00
11
DEMO EXISTING CONCRETE FOUNDATION
2 EA
$500.00
$1,000.00
2
$1,000.00
12" BELOW GRADE (CO#5)
--------------------------------------
Sub -Total of Previous Unit
$331,789.66
$331,789.66
Tuesday, September 9, 2025 Page 2 of 4
City Project Numbers 104554
Contract Name DEER CREEK MEADOWS
Contract Limits
Project Type STREETLIGHTS
Project Funding
Contract Information Summary
Original Contract Amount
Change Orders
Change Order Number 5
Total Contract Price
DOE Number 4554
Estimate Number I
Payment Number 1
For Period Ending 8/28/2025
$319,789.66
$12,000.00
$331,789.66
Total Cost of Work Completed $331,789.66
Less % Retained $0.00
Net Earned $331,789.66
Earned This Period $331,789.66
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
$331,789.66
Tuesday, September 9, 2025 Page 3 of 4
City Project Numbers 104554
Contract Name DEER CREEK MEADOWS
Contract Limits
Project Type STREETLIGHTS
Project Funding
Project Manager NA
Inspectors M.GLOVER / M.PERKINS
Contractor INDEPENDENT UTILITY CONSTRUCTION
5109 SUN VALLEY DRIVE
FORT WORTH, TX 76119
DOE Number 4554
Estimate Number I
Payment Number I
For Period Ending 8/28/2025
City Secretary Contract Number
Contract Date
Contract Time 270 WD
Days Charged to Date 257 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 $331,789.66
Less % Retained $0.00
Net Earned $331,789.66
Earned This Period $331,789.66
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
$331,789.66
Tuesday, September 9, 2025 Page 4 of 4
DEVELOPER -AWARDED -PROJECT CHANGE ORDER
(PROJECT NAME: Deer Creek Meadows, Phase B
(CONTRACT: (A) Water/Sewer/Stone Drain, (8) Paving, (C) Street Lights
ICFA# 24-0021 I CITY PARTICIPATION:( 0%
ICITY PROJECT# 104554
IFID # 130114-0200431-104554-EO7685
I FILE # IX-27967
CHANGE REVIEWED
ORDER No: By Arash Emami Saleh at 10:31 am, Jun 10, 2024
INSPECTOR:
Michael Perkins Phone No:
682-715-7010
PROJECT MANAGER:
Arash Emami Saleh Phone No:
682-269-6041
I -
CONTRACT UNIT
I
WATER
SEWER
DRAINAGE - PAVING
STREET
LIGHTS
CONTRACT
Developer
Developer
DAYS
(Developer
Cost
City Cost
Developer Cost City Cost
Cost City Cost Developer Cost City Cost
Cost
City Cost
IORIGINAL CONTRACT
I $2.821,796.20
$0.00
$2,507.437.45 $0.00
$3,042,039.64 $0.00 $2,183,854.94 $0.00
$319,789.66
$0.00
270
I EXTRAS TO DATE
(CREDITS TO DATE
I I
I
ICONTRACT TO DATE
$2,821,796.20
$0.00
$2,507,437.45 I $0.00
$3,042,039.04 $0.00 $2,183.854.94 I $0.00
I $319,789.66 I
$0.00 I
270
(AMOUNT OF PROP. CHANGE ORDER
$0.00 I
($108,212.911 I
$64.976.61 $0.00 I
I $0.00
I
0
REVISED CONTRACT AMOUNT
I $2,821,796.20 I $0.00
I $2,399,224.54 I $0.00
$3,107,015.65 $0.00 I $2,183,854.94 I $0.00
I $319,789.66
$0.00
270
D CONTRACT AMOUNT
TOTAL REVISE
I
I
I
PER UNIT
I $2,821,796.20
$2,399,224.54
$3,107,015.65 $2,183.854.94
$319,789.66
REVISED COST SHARE
IDev. Cost:
$10,831,680.99
(City Cost:
$0.00
TOTAL REVISED CONTRACT
I
$10,831,680.99
You are directed to make the followingchanges
in the contract documents
CITY BID ITEM
PAY ITEM #
#
QUANTITY
UNIT
ITEM DESCRIPTION
UNIT PRICE
TOTAL
1 3331.4115
49
87
LF
8" SDR-26 PVC Sewer Pipe
$61.29
S5,332.23
1 3331.4119
51
11
LF
B" DIP Sewer Pipe
$119.01
$1,309.221
1 3331.4208
53
72
LF 1
12"Sewer Pipe
$110.77
$7.975.441
1 3331.4209
54 1 (895)
LF
12" Sewer Pipe, CSS Backfill
1
$13724
($122.829.80)1
1
EWER TOTALI
1
($108,212.91)1
1 3341.0201
1 72
20
LF I
21" RCP, Class III
I
S78.81
$1,5762 I
I 3341.0205
1 73
13
LF I
24' RCP, Class 111
1
$8245
S1,071.851
3341.0309
1 76
58
LF I
I
36" RCP, Class III
1
$143.811
S8.340.981
3341.1201
1 83 I 153
LF I
5'x3' Box Culvert
1
$352.861
S53,987.581
DRAINAGETOTAU
1
$64,976.611
I
1
1
TOTAL
1
1
1
($43,236.30)1
REASONS FOR CHANGE ORDER
1. Updated quan6Ges to match approved plans
NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100% OF THE CHANGE ORDER COST AND NO
REIMBURSEMENT FROM THE CITY WILL
BE SOUGHT BY THE DEVELOPER
RECOMMENDED:
APPROVED:
APPROVED:
Lennar
ome oT772s " "''
Goodwin and Marshall, Inc.
Land a
d ns d/ i4e..
t. l(,�t,Vuvu
LH. Lacy Com any, LTD
���1
ByL y
BY:
By:
yl e Dickerson
Name: Matt Baacke, P.E.
Nam6
Title: Project Engineer
VP of Land Developmen$
Title:
,n
Revised: 10-12-2011 Page 1
DEVELOPER -AWARDED -PROJECT CHANGE ORDER
PROJECT NAME:
Deer Creek Meadows, Phase 8
CHANGE
CONTRACT:
(A) Water/Sewer/Storm Drain, (B) Paving, (C) Street Lights
ORDER No:
CFA#
24-0021 I CITY PARTICIPATION[ 0%
REVIEWED
CITY PROJECT#
104554
2
FID #
30114-0200431-104554-EO7685
By Arash Emami Sa/eh at 10:33 am, Jun 10, 2024
I FILE #
X-27967
INSPECTOR:
Michael Perkins Phone No: 682-715-7010'
PROJECT MANAGER:
Arash Emami Saleh Phone No: 682-269-6041
CONTRACT UNIT
WATER
SEWER
DRAINAGE
PAVING
STREET LIGHTS
CONTRACT
Developer
1
Developer
Developer
DAYS
Cost
City cost
Developer Cost
City Cost
Cost
City Cost
Developer Cost
City Cost
Cost
City Cost
ORIGINAL CONTRACT
$2.821.796.20
$0.00
$2,507.437.45
$0.00
$3.042.039.04
$0.00
$2,183,854.94
$0.00
I $319,789.66
$0.00
270
EXTRAS TO DATE
$64,976.61
CREDITS TO DATE
I
I ($108212.91)
CONTRACT TO DATE
$2,821,796.20 I $0.00 I $2,399,224.54 I S0.00 I $3,107,015.65
$0.00 I $2,183,854.94
S0.00
I $319,789.66
$0.00 I 270
AMOUNT OF PROP. CHANGE ORDER
$0.00
($14,500.82) I I 50.00
-
$0.00 I
I $0.00 I
0
IREVISED CONTRACT AMOUNT
$2,821,796.20 $0.00
I $2,384,723.72 I $0.00 I S3,107,015.65
$0.00
I $2,163.854.94 I
$0.00
I $319,789.66 I
$0.00
I 270
TOTAL REVISED CONTRACT AMOUNT
PER UNIT
$2.821,79620 $2,384.723.72 $3,107,015.65 $2,183,854.94
$319.789.66
REVISED COST SHARE
Dev. Cost $10,817,180.17 (city Cost:
$0.00
TOTAL REVISED CONTRACT
$10,817,180.17
You are directed to make the following Manges in the Antral docu ents
CITY BID ITEM
PAY ITEM *
z
QUANTITY
UNIT
ITEM DESCRIPTION
UNIT PRICE
TOTAL
3301.0002
42
57
LF
Post -CCTV Inzection
$1.48
$84.361
3301.0101
43
(1)
EA
Vacuum Test Manholes
$133.53
(S133.53)I
3305.0109
44
57 I
LF
Trench Safety
$0.90
$51.301
3305.0113
45
(1) I
EA
Trench Water Stops
$1,284.3
(SI.204.31)1
3331.4208
53
73 I
LF
12"Sewer PjQe
I $110.77
$8,OB6.21
3331.4209
54 1
(16) 1
LF I
12'Sewer Pipe, CSS Backfill
$137.24
1$2,195.84)
3339.0001
58 1
(14)
VF
off' Manhole Liner
1 $453.99
($6.355.86)
3339.1101
62 1
(1)
EA I
5' Std. Dia. Manhole
I S10,173.07
(S10,173.07
1 3339.1103
1 64 1
(8) 1
LF 1
5' Extra Depth Manhole
$322.51
($2,580.08)
I
SEWER TOTAL[
I I
(S14,500.821
TOTAL 1 (S14.500.82)
REASONS FOR CHANGE ORDER
1. Revision to off -site sanitary sewer
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:
Lena0A bY:
Goodwin and Marshall, Inc. Land nd n hu Lt_d. LH. Lacy mpany, LTD
By: /�..�_ By,b�/l. By.
000roccY.�wLr�...
Name: Matt Baacke. P.E. Name: Kyle Dickerson Name: JgmlG f�1Lk.��,tti
Title: Project Engineer Title: VP Of Land DeveIOpmepA: FfUr1G�All,b4.ok
Revised: 10-12-2011 Page 1
DEVELOPER -AWARDED -PROJECT CHANGE ORDER
PROJECT NAME:
Deer Creek Meadows, Phase 8 CHANGE REVIEWED
(A) Water/Sewer/Storm Drain, (8) Pavinq, (C) Street Liqhts ORDER No:
�CONTRACT:
CFA #
24-0021 I CITY PARTICIPATION:( 0% ByArash
Emami Saleh at 5:17 pm, Jul 24, 2024
1 CITY PROJECT#
104554
�
IFID #
3
130114-0200431-104554-E07685
IFILE #
IX-27967
INSPECTOR:
Michael Perkins Phone No: 682-715-7010
PROJECT MANAGER:
Arash Emami Saleh Phone No: 682-269-6041
I CONTRACT UNIT
I
WATER
SEWER
DRAINAGE
PAVING
STREET LIGHTS
I CONTRACT
Developer
Developer
Developer
I DAYS
Cost
City Cost
Developer cost
City Cost
Cost
City Cost
Developer Cost
City Cost
Cost
City Cost
ORIGINAL CONTRACT
$2,821,796.20
$0.00
$2,507,437.45
$0.00
$3,042,039.04
$0.00
$2,183,854.94
$0.00
$319,789.66
S0.00
270
EXTRAS TO DATE
_
$64,976.61
CREDITS TO DATE
qM1-
($122,713.73)
CONTRACT TO DATE
I $2,821,796.20 $0.00
$2,384,723.72
$0.00
$3,107,015.65 I $0.00
I $2,183,854.94
$0.00 $319,789.66
$0.00
I 270
IAMOUNT OF PROP. CHANGE ORDER
$4,939.09
$0.00
$0.00 I
I $0.00
$0.00
I
0
(REVISED CONTRACT AMOUNT
I $2,826,735.29 $0.00
$2.384,723.72
$0.00
$3,107.015.65 I $0.00
I $2,183,854.94
$0.00 I $319,789.66
I $0.00
270
TOTAL REVISED CONTRACT AMOUNT
PER UNIT
$2 826,735.29
$2,384,723.72
$3,107,015.65
I $2,183,854.94 I S319,789.66
REVISED COST SHARE
�Dev. Cost: $10,822,119.26
(City Cost: $0.00
TOTAL REVISED CONTRACT
I $10,822,119.26
You are directed to make the following changes in the contract documents
CITY BID ITEM
I
PAY ITEM #
#
QUANTITY
UNIT
ITEM DESCRIPTION UNIT PRICE
TOTAL
3312.2203
26
(1)
EA
2" Water Service(Irri9ationl I $3,416.81
($3,416.81)
9999.0012
I New I 1
EA
1.5" Water Service $2,989.00
$2,989.00
9999.0013
New 385
LF
�Ircigation
PVC Irrigation S eeves 1 $13.94
$5,366.90
WATER TOTALI 1
1 1
$4,939.09
I
TOTAL
$4,939.09
REASONS FOR CHANGE ORDER
1.
Added/removed irrigation meters and added irrigation sleeves
NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100 % OF THE CHANGE ORDER COST AND NO
REIMBURSEMENT FROM THE CITY WILL BESOUGHT BY THE DEVELOPER.
RECOMMENDED: APPROVED: APPROVED:
Lennar Homes of Texas
Goodwin and Marshall, Inc. Land and Construction, Ltd. L.H. Lacy Company, LTD
By:
w� l/l' . /
�%g y� �l,C><t:Pil.ddyL By: a¢xJ.l'G.Yitut D44,e/
Name:
Matt Baacke. P.E. NaniY Kyle Dickerson Name: Beniamin Drake
Title:
Project Engineer `.FR of Land Development t: Vice President
Revised: 10-12-2011 Page 1
DEVELOPER -AWARDED -PROJECT CHANGE ORDER
PROJECT NAME:
Deer Creek Meadows, Phase 8 CHANGE
CONTRACT:
(A) Water/Sewer/Storm Drain, (B) Paving, (C) Street Lights ORDER No:
ICFA#
24-0021 I CITY PARTICIPATION:( 0%
CITY PROJECT #
104554 4
FID #
30114-0200431-104554-EO7685 REVIEWED
FILE #
X-27967 By Arash Emami Saleh of 5:37 pm, Jul 24, 2024
INSPECTOR:
Michael Perkins Phone No: 682-715-7010
PROJECT MANAGER:
Arash Emami Saleh Phone No: 682-269-6041
WATER
Developer Cost
City Cost
(ORIGINAL CONTRACT
$2,821,796.20
$0.00
(EXTRAS TO DATE
$4,939.09
ICREDITS TO DATE
ICONTRACTTO DATE
$2,826,735.29
$0.00
(AMOUNT OF PROP. CHANGE ORDER
$5,839.14
IREVISED CONTRACT AMOUNT
$2,832,574.43
$0.00
TOTAL REVISED CONTRACT AMOUNT
PER UNIT
$2,832,574.43
REVISED COST SHARE
Dev. Cost:
TOTAL REVISED CONTRACT
CONTRACT UNIT
SEWER DRAINAGE PAVING STREET LIGHTS
Developer
Developer Cost City Cost Developer Cost City Cost Developer Cost City Cost Cost City Cost
$2,507,437.45 $0.00 $3,042,039.04 $0.00 $2,183,854.94 $0.00 $319,789.66 $0.00
$64,976.61
($122,713.73)
$2,384,723.72 $0.00
$0.00
$2,384,723.72 $0.00
$2,384,723.72
$10,827,958.40
You are directed to make the following changes in the contract documents:
CITY BID ITEM
PAY ITEM # # QUANTITY UNIT
3305.0109 7 21 LF
3305.1004 8 22 LF
$3,107,015.65
$0.00
I $2,183,854.94
$0.00
$0.00
I $0.00
$3,107,015.65
$0.00
I $2,183,854.94
$0.00
$3,107,015.65
$2,183,854.94
City Cost:
$10,827,958.40
ITEM DESCRIPTION
Trench Safety
24" Steel Casing Pipe
$319,789.66 $0.00
$0.00
$319,789.66 I $0.00
$319,789.66
$0.00
CONTRACT
DAYS
270
270
0
270
UNIT PRICE TOTAL
$0.38 $7.981
$216.57 $4,764.541
1 3311.0001
12
0.2
TON
Ductile Iron Water Fittings w/Restraint
$28,834.41
$5,766.881
1 3311.0451
14
(12)
1 LF
12" DIP Water
$139.25
($1,671.00)1
1 3311.0452
15
1 (40)
1 LF
12" DIP Water, CSS Backfill
$165.42
)$6,616.80)1
1 3311.0461
16
1 133
1 LF
12" PVC Water Pi(e
$93.38
12,419.541
1 3311.0462
17
1 (60)
1 LF
12" PVC Water Pipe, CSS Backfill
$147.20
($8.832.00)1
WATER TOTALS
$5,839.141
TOTAL $5,839.141
REASONS FOR CHANGE ORDER
1. Adjusted off -site water line to accommodate future infrastucture in Ph.4 and Ph.5 of project.
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:
Lennar Homes of Texas
Goodwin and Marshall, Inc. Land and Construction, Ltd. L.H. Lacy Company, LTD
l
By: BN� �G�=;�%fi By: aaar�CLhuiL T%%2G.C2
Name: Matt Baacke, P.E. Na4 Kyle Dickerson Name: Benjamin Drake
Title: Project Engineer VR. of Land Developmeft: Vice President
Revised: 10-12-2011 Page 1
DEVELOPER -AWARDED -PROJECT CHANGE ORDER
PROJECT NAME:
Deer Creek Meadows, Phase 8
CHANGE
CONTRACT:
(A) Water/Sewer/Storm Drain, (B) Paving, (C) Street Lights ORDER No:
CFA #
24-0021 CITY PARTICIPATION:
0%
CITY PROJECT #
104554
5
FID #
30114-0200431-104554-EO7685
FILE #
X-27967
INSPECTOR:
Michael Perkins Phone No:
682-715-7010
PROJECT MANAGER:
Ram Tiwari Phone No:
817-392-2237
CONTRACT UNIT
WATER SEWER
DRAINAGE I PAVING
I STREET LIGHTS
CONTRACT
Developer
Developer
\Developer
DAYS
Cost
City Cost
Developer Cost
City Cost
Cost
City Cost
Developer Cost
City Cost
Cost
City Cost
ORIGINAL CONTRACT
$2,821,796.20
$0.00 I $2,507,437.45
$0.00
$3,042,039.04 I $0.00 I $2,183,854.94
$0.00
I $319,789.66
I $0.00 I
270
EXTRAS TO DATE
$10,778.23
I
$64,976.61
CREDITS TO DATE
I ($122,713.73)
CONTRACT TO DATE
$2,832,574.43
$0.00 I $2,384,723.72
$0.00
$3,107,015.65 I $0.00 I $2,183,854.94
$0.00
I $319,789.66
I $0.00 I
270
AMOUNT OF PROP. CHANGE ORDER
$0.00
I $0.00
$0.00 I I $0.00
I $12,000.00
I I
0
REVISED CONTRACT AMOUNT
$2,832,574.43
$0.00 I $2,384,723.72
$0.00
$3,107,015.65 I $0.00 I $2,183,854.94
$0.00
I $331,789.66
I $0.00 I
270
TOTAL REVISED CONTRACT AMOUNT
PER UNIT
$2,832,574.43
$2,384,723.72
$3,107,015.65
$2,183,854.94
$331,789.66
REVISED COST SHARE
Dev. Cost: $10,839,958.40
City Cost:
$0.00
TOTAL REVISED CONTRACT
$10,839,958.40
You are directed to make the following
changes in the contract documents
CITY BID ITEM
PAY ITEM #
# QUANTITY UNIT
ITEM DESCRIPTION
UNIT PRICE
TOTAL
9999.0001
9' 2 EA
24" x 6" Concrete Foundation
$5,000.00
$10,000.00
9999.0002
10' 2 EA
Relocate School Zone Pole
$500.00
$1,000.00
9999.0003
11" 2 EA
Demo Existing Concrete Foundation 12" Below Grade
$500.00
$1,000.00
STREET LIGHTS TOTAL
$12,000.00
TOTAL $12,000.00
REASONS FOR CHANGE ORDER
1. Added remove and replace school zone flasher sign
NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER I5 RESPONSIBLE FOR 100% OF THE CHANGE ORDER COSTAND NO
REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER.
RECOMMENDED-
14PPROYED: APPROVED:
LLennar iiomes of Texas
GoodwinandMarshall. Inc.
By:
Land and Construction, Ltd. A... ulfityCoast c nc.
s y. > CI Gf/` r[/Llf. By,.
Name: Matt l3aacke. P.E.
Name: JDi'11'1 OlV$ra Name: Richard Wolfe
Title: Project Engineer
Titla:Director of Land Developmentri le: President
Revised: 10-12-2011
REVIEWED
By TIWARIR at 4:00 pm, May 16, 2025
Page 1
DEVELOPER -AWARDED -PROJECT CHANGE ORDER
PROJECT NAME:
Deer Creek Meadows, Phase 8
CONTRACT:
(A) Water/Sewer/Storm Drain, (B) Paving, (C) Street Lights
CFA#
24-0021 1
CITY PARTICIPATION: 0%
CITY PROJECT#
104554
FID #
30114-0200431-104554-EO7685
FILE #
X-27967
INSPECTOR:
Michael Perkins
Phone No: 682-715-7010
PROJECT MANAGER:
Ram Tiwari
Phone No: 817-392-2237
WATER
Developer
Cost City Cost
SEWER
Developer Cost
ORIGINAL CONTRACT $2,821,796.20 $100 $2,507,437.45
EXTRAS TO DATE $10,778.23
City Cost
$0.00
CREDITS TO DATE
($122,713.73)
CONTRACT TO DATE
$2,832,574.43
$0.00
$2,384,723.72 $0.00
AMOUNT OF PROP. CHANGE ORDER
$84,442.92
$0.00
REVISED CONTRACT AMOUNT
$2,917,017.35
$0.00
$2,384,723.72 $0.00
TOTAL REVISED CONTRACT AMOUNT
PER UNIT
$2,917,017.35
$2,384,723.72
REVISED COST SHARE
I Dev. Cost:
$10,924,401.32
TOTAL REVISED CONTRACT
You are directed to make the following changes in the contract documents:
CITY BID ITEM
PAY ITEM #
#
QUANTITY
UNIT
3305.0109
7
60
LF
3305.1105
11
60
LF
3311.0551
20
80
LF
3312.3005
28
1
EA
3312.3006
29
1
EA
NATER TOTAL
TOTAL
CHANGE
ORDER No:
6
CONTRACT UNIT
DRAINAGE
PAVING
STREET LIGHTS
Developer
Developer Cost City Cost
Developer Cost City Cost
Cost City Cost
$3,042,039.04 $0.00
$2,183,854.94 $0.00
$319,789.66 $0.00
$64,976.61
$12,000.00
$3,107,015.65 $0.00
$2,183,854.94 $0.00
$331,789.66 $0.00
$0.00
$0.00
$0.00
$3,107,015.65 $0.00 I
$2,183,854.94 $0.00
$331,789.66 $0.00
$3,107,015.65
$2,183,854.94
$331,789.66
(City
Cost:
$0.00
$10,924,401.32
ITEM DEy RIPTION
Trench Safety
30" Casing By Other Than Open Cut
16' DIP Water
12" Gate Valve & Valve Box
16" Gate Valve & Valve Box
I
(CONTRACT
i DAYS
270
270
Ij 0
270
UNIT PRICE TOTAL
$0.38 $22.80
$748.67 $44,920.20
$182.03 $14,562.40
$3.861.23 $3,861.23
$21,076.29 $21,076.29
$84,442.92
REASONS FOR CHANGE ORDER
1. Added additonal casing, pipe, & valves on 'W--1-OS"
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.
REVIEWED RECOMMENDED: APPROVED: APPROV :
By TiwariR at 10:17 am, Jul 08, 2025 Lennar Homes of Texas
Goodwin and Marshall, Inc. Land and Construction, Ltd. L.H. L y om T
By: gy D� ey.
Name: Matt Baacke, P.E. Name: John OlVera Name: Curtis Hawk
Title: Project Engineer Title: Director of Land Development Title: Senior Project Manager
$84,442.92
Revised: 10-12-2011 Page 1
FORTWORTH.
TRANSPORTATION AND PUBLIC WORKS
August 28, 2025
Independent Utility Construction, Inc.
5109 Sun Valley Dr.
Fort Worth, Texas 76119
RE: Acceptance Letter
Project Name: Deer Creek Meadows Phase 8
Project Type: Street Lights
City Project No.: 104554
To Whom It May Concern:
On August 7, 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 22, 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 22, 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-
392-7830.
Sincerely,
Ham Tlwan (SeP 11, 202513 03.36 CDT)
Ram Tiwari, Project Manager
Cc: Michael Perkins, Inspector
Mike Glover, Inspection Supervisor
Randy Horton, Senior Inspector
Andrew Goodman, Program Manager
GM Civil, Consultant
Independent Utility Construction, Contractor
Lennar, Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Rev.8/20/19
AFFIDAVIT
STATE OF TEXAS
COUNTY OF TARRANT
Before me, the undersigned authority, a notary public in the state
and county aforesaid, on this day personally appeared RICHARD
WOLFE, PRESIDENT Of INDEPENDENT UTILITY
CONSTRUCTION, INC., 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;
Deer Creek Meadows Phase 8 - City roje o. 1045
BY i
Richard Wolfe, President
Subscribed and sworn before me on this date 31 st of July, 2025.
Vl�
otary Public
Tarrant County, State of
Texas ,`�ixY?�% CHRISTINA GARCIA
1;4''.� Notary Public, State of Texas
Comm. Expires 12-20-2028
Notary ID 130940785
CONSENT OF
SURETY COMPANY
TO FINAL PAYMENT
(SIMILAR TO AIA DOCUMENT G707)
OWNER
❑
ARCHITECT
❑
CONTRACTOR ❑
SURETY
❑
OTHER
PROJECT: Street Lighting Facilities to serve Deer Creek Meadows Phase 8
(name, address) Fort Worth, TX
TO (Owner)
City of Fort Worth
100 Fort Worth Trail
Fort Worth, TX 76102
L�
CONTRACTOR: Independent Utility Construction, Inc.
Bond No. 377557X
ARCHITECT'S PROJECT NO:
CONTRACT FOR:
�J CONTRACT DATE:
In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (here insert name and
address of Surety Company)
Westfield Insurance Company
955 Garden Park Drive, Suite 230 , SURETY COMPANY,
Allen, TX 75013
on bond of (here insert name and address of Contractor)
Independent Utility Construction, Inc.
5109 Sun Valley Drive
Fort Worth, TX 76119
,CONTRACTOR,
hereby approves of the final payment to the Contractor, and agrees that the final payment to the Contractor shall not relieve the
Surety Company of any of its obligations to (here insert name and address of Owner)
City of Fort Worth
100 Fort Worth Trail
Fort Worth, TX 76102 , OWNER,
as set forth in the said Surety Company's bond.
IN WITNESS WHEREOF,
The Surety Company has hereunto set its hand this
Attest:
(Seal):
31st day of July 2025
WESTFIELD INSURANCE COMPANY
Surety Company
By
Signature of Authorized Representative C
Kyle W.Sweeney Attorney —in —Fact
Title
Note: This form is intended to be used cs s companitai document to the Contractor's Affidavit of Payment of Debts and Claims, Current Edition
THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME
POWER # AND ISSUED PRIOR TO 09128f23, FOR ANY PERSON OR PERSONS NAMED BELOW.
General POWER NO. 4220052 06
Power
of Attorney
CERTIFIED COPY
Westfield Insurance Co.
Westfield National Insurance Co.
Ohio Farmers Insurance Co.
Westfield Center, Ohio
Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO
FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as "Companies," duly
organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these
presents make, constitute and appoint
CHARLES D. SWEENEY, MICHAEL A. SWEENEY, KYLE W. SWEENEY, ELIZABETH GRAY, DAVID W. SWEENEY, JOINTLY OR
SEVERALLY
of FORT WORTH and State of TX its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name,
place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of
suretyship in any penal limit. - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -
LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE
GUARANTEE, OR BANK DEPOSITORY BONDS.
and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate
seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in
the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the
WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY:
"Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall
be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for
and on behalf of the Company subject to the following provisions:
The Attorney -in -Fact. may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and
deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all
notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such
Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary."
"Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any
power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile
seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." (Each adopted at a meeting
held on February 8, 2000).
In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE
COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto
affixed this 28th day of SEPTEMBER A.D., 2023 .
,III,,,,
CorporaSeals te a+'p\��:�f1C�''-�. aP- 1OO At:.�N�'' 1115Ui WESTFIELD INSURANCE COMPANY
s�jAO." �a$ °\' L�.' ?��"V- OHIO FARMERS I INONAL SURANCE COMPANYCOMPANY
WESTFIELD INSURANCE
Affixed ���
r " = ` SEAL �HARTER,<D i
v4 '46
State of Ohio '••,�,,,r.,,,,,•••`'••.,,c..,,N,,,,,•• By. 1.
County of Medina ss.: Gary W. tumper, Nationa Surety Leader and
Senior Executive
On this 28th day of SEPTEMBER A.D., 2023 , before me personally came Gary W. Stumper to me known, who, being by me duly sworn,
did depose and say, that he resides in Medina, OH; that he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE
COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which
executed the above instrument; that he knows the seals of said Companies: that the seals affixed to said instrument are such corporate seals; that
they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order.
Notarial
Seal �1 A L
Affixed ,�P. ISN
17
State of Ohio ��O David A. Kotnik, Attorney at Law, Notary Public
County of Medina ss.: q 46 '}r`;. My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code)
?CQFO
1, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS
INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said
Companies, which is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are
in full force and effect.
In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this 315t day of
July A.D.,2025
N, nlrliili
t
o AagUlid v� � ti .�+; ;r;F, /Vsl.�
�u' SEAL v,. 'y c11AKTt`RF.iI
m_ �: ! Secretary
Frank A. C.^.rrmo Secretary
BPOAC2 (combined) (03-22)