HomeMy WebLinkAboutContract 61300-FP2FORT WORTH,
-FP2
City Secretary 61300
Contract No.
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): ❑x Paving ❑x Drainage ❑ Street Lights ❑ Traffic Signals
Original Contract Price: $5,225,893.98
Amount of Approved Change Order(s): $64,976.61
Revised Contract Amount: $5,290,870.59
Total Cost of Work Complete: $5,290,870.59
Yomes McKibben 09/11/2025
Ianw ,Kibb- S-1L2—C9'.4757 CC, I`.
Contractor Date
Project Manager
Title
LH Lacy Company LTD
Company Name
09/11/2025
fv1iCY el ins (Sen 11, 202509:48:54 CDT)
Project Inspector
Date
kawrTwaYr'
09/11/2025
Project Manager
Date
Jz�
09/11/2025
CFA Manager
Date
^-ZO`
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
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, PHASE 8
Contract Limits
Project Type DRAINAGE & PAVING
City Project Numbers 104554
DOE Number 4554
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 8/22/2025
WD
Contract Time 27WD
Days Charged to Date 257
Contract is 100.00 Complete
DALLAS, TX 75354
M.GLOVER / M.PERKINS
Tuesday, September 9, 2025 Page 1 of 5
City Project Numbers 104554 DOE Number 4554
Contract Name DEER CREEK MEADOWS, PHASE 8 Estimate Number I
Contract Limits Payment Number I
Project Type DRAINAGE & PAVING For Period Ending 8/22/2025
Project Funding
UNIT III: DRAINAGE
Item
Description of Items
Estimated Unit
Unit Cost
Estimated
Completed
Completed
No.
Quanity
Total
Quanity
Total
69
MEDIUM RIPRAP, DRY
936 SY
$106.82
$99,983.52
936
$99,983.52
70
TRENCH SAFETY
6515 LF
$0.83
$5,407.45
6515
$5,407.45
71
CONCRETE COLLAR
I EA
$821.81
$821.81
1
$821.81
72
21" RCP, CLASS III (CO#1)
264 LF
$78.81
$20,805.84
264
$20,805.84
73
24" RCP, CLASS III (CO#1)
306 LF
$82.45
$25,229.70
306
$25,229.70
74
27" RCP, CLASS III
658 LF
$106.75
$70,241.50
658
$70,241.50
75
30" RCP, CLASS 111
545 LF
$112.43
$61,274.35
545
$61,274.35
76
36" RCP, CLASS III (CO#1)
356 LF
$143.81
$51,196.36
356
$51,196.36
77
42" RCP, CLASS ]II
308 LF
$191.48
$58,975.84
308
$58,975.84
78
48" RCP, CLASS ]II
35 LF
$230.59
$8,070.65
35
$8,070.65
79
3X3 BOX CULVERT
284 LF
$271.75
$77,177.00
284
$77,177.00
80
4X3 BOX CULVERT
411 LF
$297.86
M2,420.46
411
$122,420.46
81
2- 4X3 BOX CULVERT
506 LF
$585.90
M6,465.40
506
$296,465.40
82
3- 4X3 BOX CULVERT
710 LF
$872.15
W9,226.50
710
$619,226.50
83
5X3 BOX CULVERT (CO#1)
505 LF
$352.86
078,194.30
505
$178,194.30
84
2-5X3 BOX CULVERT
566 LF
$696.36
094,139.76
566
$394,139.76
85
5X4 BOX CULVERT
1305 LF
$382.51
099,175.55
1305
$499,175.55
86
4' STORM JUNCTION BOX
9 EA
$5,073.95
$45,665.55
9
$45,665.55
87
5' STORM JUNCTION BOX
3 EA
$6,142.15
$18,426.45
3
$18,426.45
88
6' STORM JUNCTION BOX
3 EA
$7,744.45
$23,233.35
3
$23,233.35
89
T STORM JUNCTION BOX
2 EA
$8,812.65
$17,625.30
2
$17,625.30
90
4' MANHOLE RISER
12 EA
$4,059.16
$48,709.92
12
$48,709.92
91
42" SET, 1 PIPE
2 EA
$3,952.34
$7,904.68
2
$7,904.68
92
10' CURB INLET
16 EA
$6,569.43
M5,110.88
16
$105,110.88
93
15' CURB INLET
14 EA
$8,812.65
M3,377.10
14
$123,377.10
94
4' DROP INLET
2 EA
$6,676.25
$13,352.50
2
$13,352.50
95
5' DROP INLET
2 EA
$8,545.60
$17,091.20
2
$17,091.20
96
6" CONCRETE (CHANNEL FLUME)
229 SY
$96.14
$22,016.06
229
$22,016.06
97
REMOVE 2-4X3 + 2-5X3 FLARED HEADWALL,
I EA
$6,034.69
$6,034.69
1
$6,034.69
CONNECT TO EX. RCB
98
REMOVE 5X3 FLARED HEADWALL, CONNECT
1 EA
$2,203.84
$2,203.84
1
$2,203.84
TOEX.RCB
Tuesday, September 9, 2025
Page 2 of 5
City Project Numbers 104554
Contract Name DEER CREEK MEADOWS, PHASE 8
Contract Limits
Project Type DRAINAGE & PAVING
Project Funding
DOE Number 4554
Estimate Number I
Payment Number 1
For Period Ending 8/22/2025
99 REMOVE 34X3 STRAIGHT HEADWALL, 1 EA $3,366.14 $3,366.14 1 $3,366.14
CONNECT TO EX RCB
100 12' X 4' STORM JUNCTION BOX 2 EA $18,159.40 $36,318.80 2 $36,318.80
101 17' X 6' STORM JUNCTION BOX 1 EA $27,773.20 $27,773.20 1 $27,773.20
Sub -Total of Previous Unit $3,107,015.65 $3,107,015.65
UNIT IV: PAVING IMPROVEMENTS
Item
Description of Items
Estimated Unit
Unit Cost
Estimated
Completed Completed
No.
Quanity
Total
Quanity
Total
1
HYDRATED LIME @ 30 LBS./S.Y.
440 TN
$297.83
£131,045.20
440
$131,045.20
(RESIDENTIAL)
2
HYDRATED LIME @ 36 LBS./S.Y. (COLLECTOR)
116 TN
$297.83
$34,548.28
116
$34,548.28
3
6" LIME TREATED SUBGRADE (RESIDENTIAL)
29285 SY
$3.10
$90,783.50
29285
$90,783.50
4
8" LIME TREATED SUBGRADED (COLLECTOR)
6415 SY
$3.60
$23,094.00
6415
$23,094.00
5
6" CONCRETE PAVEMENT (RESIDENTIAL)
27395 SY
$47.25
294,413.75
27395
1,294,413.75
6
7.5" CONCRETE PAVEMENT (COLLECTOR)
6086 SY
$56.13
$341,607.18
6086
$341,607.18
7
Y CONC SIDEWALK
797 LF
$40.97
$32,653.09
797
$32,653.09
8
6' CONC SIDEWALK
2288 LF
$51.89
$118,724.32
2288
$118,724.32
9
R-1 RAMP
16 EA
$2,708.63
$43,338.08
16
$43,338.08
10
P-1
14 EA
$2,432.14
$34,049.96
14
$34,049.96
11
RAMP
1845 SY
$1.96
$3,616.20
1845
$3,616.20
12
TOPSOIL
1845 SY
$3.73
$6,881.85
1845
$6,881.85
13
SEEDING, HYDROMULCH
20 EA
$496.38
$9,927.60
20
$9,927.60
14
FURNISHANSTALL ALUM SIGN GROUND
1 LS
$4,750.00
$4,750.00
1
$4,750.00
MOUNT CITY STD.
15
TRAFFIC CONTROL
58 LF
$14.39
$834.62
58
$834.62
16
CONCRETE HEADER
2 EA
$1,504.80
$3,009.60
2
$3,009.60
17
TYPE III END -OF -ROAD BARRICADE
2 EA
$547.03
$1,094.06
2
$1,094.06
18
CONNECT TO EXISTING PAVEMENT
15 EA
$88.83
$1,332.45
15
$1,332.45
19
RI STOP SIGN
80 EA
$101.89
$8,151.20
80
$8,151.20
--------------------------------------
Sub -Total of Previous Unit
$2,183,854.94
$2,183,854.94
Tuesday, September 9, 2025 Page 3 of 5
City Project Numbers 104554
Contract Name DEER CREEK MEADOWS, PHASE 8
Contract Limits
Project Type DRAINAGE & PAVING
Project Funding
Contract Information Summary
Original Contract Amount
Change Orders
Change Order Number 1
DOE Number 4554
Estimate Number 1
Payment Number 1
For Period Ending 8/22/2025
$5,225,893.98
$64,976.61
Total Contract Price $5,290,870.59
Total Cost of Work Completed $5,290,870.59
Less % Retained $0.00
Net Earned $5,290,870.59
Earned This Period $5,290,870.59
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
$5,290,870.59
Tuesday, September 9, 2025 Page 4 of 5
City Project Numbers 104554 DOE Number 4554
Contract Name DEER CREEK MEADOWS, PHASE 8 Estimate Number 1
Contract Limits Payment Number 1
Project Type DRAINAGE & PAVING For Period Ending 8/22/2025
Project Funding
Project Manager NA City Secretary Contract Number
Inspectors M.GLOVER / MTERKINS Contract Date
Contractor L.H. LACY COMPANY Contract Time 270 WD
P.O. BOX 541297 Days Charged to Date 257 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 $5,290,870.59
Less % Retained $0.00
Net Earned $5,290,870.59
Earned This Period $5,290,870.59
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
$5,290,870.59
Tuesday, September 9, 2025 Page 5 of 5
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 22, 2025
LH Lacy Company, LTD
1880 Crown Dr. #1200
Dallas, TX 75234
RE: Acceptance Letter
Project Name: Deer Creek Meadows Phase 8
Project Type: Paving, Drainage
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,
Rvaw 7-1wani
Ram T-ari (Sep 11, 2025 1332:09 CDT)
Ram Tiwari, Project Manager
Cc: Michael Perkins, Inspector
Mike Glover, Inspection Supervisor
Randy Horton, Senior Inspector
Andrew Goodman, Program Manager
GMCivil, Consultant
LH Lacy Company, LTD, Contractor
Lennar, 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 4104554 - Deer Creek Meadows Phasee 8
BY
Bobby . Gordon, President
Subscribed and sworn before me on this date 27 of Au is 025.
Notaryblic
Dallas County, State of
Texas
>•'�e DARLENE CONEY
` Notary ID #10317301
My Commission Expires
March 9, 2028
CONSENT OF SURETY
TO FINAL PAYMENT
ALA Document G707
Bond No. 5316968
TO OWNER -
(Name rtrtd adt1mv)
City of Fort Worth & Lennar Homes of Texas Land and Construction, Ltd.
1707 Market Place Blvd., Suite 100
Irving, TX 75063
PROJECT:
(Alec to a» d addrw,%)
Deer Creek Meadows Phase 8
OWNER
ARCHITrCT
CONTRACTOR
SURETY
OTHER
ARCHITECT'S PROJECT NO.:
CONTRACT' FOR: Construction
CONTRACT DATED:
In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the
(lwen na);ze and addirsr cf,Vwrr r)
Great American Insurance Company
301 East Fourth Street
Cincinnati, OH 45202
, SURETY,
on bond of
(ltxorn rra+nr and addrexc ojCavractw )
L.H. Lacy Company, Ltd.
1880 Crown Dr., Suite 1200
Dallas. TX 75234
, CONTRACTOR,
hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety of
any of its obligations to
(I)twm name and addren of Oterrrr)
City of Fort Worth & Lennar Homes of Texas Land and Construction, Ltd.
1707 Market Place Blvd., Suite 100
Irving, TX 75063
as set forth in said Surety's bond.
IN WITNESS WHEREOF, the Surety has hereunto set its hand on this date: August 26, 2025
(Ntwti in uv(tltttt fix ntoatb fdiouWd br for ttttrtr¢tic d(ucanrl scar,)
, OWNER,
Great American Insurance Company
By:
(S�gnahar ofuurborYzcd trptrsrmuritrl
David T. Miclette
(P)fnted ttanre and title)
Attorney -in -Fact
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 more than
No.5316968
POW ER OF ATTORNEY
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 attomey-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 Po%%er
David T. Miclette 2800 North Loop West, Suite 1100 $100,000,000
Houston, TX 77092
Principal: L.H. Lacy Company, Ltd.
Obligee: City of Fort Worth & Lennar Homes of Texas Land and Construction, Ltd.
This Power of Attorney revokes all previous powers issued on behalf of the attorneys) -in -fact named above.
IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and art"ed by its appropriate
officers and its corporate seal hereunto affixed this 26th day of August 1 2025
Attest GREAT AMERICAN INSURANCE COMPANY
vim_
A.s i,tant Seeremn r ter Pn•.sident
STATE OF OHIO, COUNTY OF HAMILTON - ss: JOHN K WEBSTER 1877-377•2e05f
On this 26th day of August 2025 , before me personally appeared JOHN K. WEBSTER, to me
known, being duly swom, 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 Has 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
/� oa Notary Pubic
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, 2009.
RESOLVED: That the Divisional President, the several Divisional Senior Pee Presidents. Divisional rice Presidents and Divisonal Assistant Vice
Presidents. or any one of them, he and hereby is authorized from time to time, to appoint one or more Artorneys-in-Face to execute on behalf of the Compare:
as surer), are, 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 authoritt: and to revoke any such appointment at any time.
RESOLVED FURTHER: Tla► the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the
Compat v may be affued by facsimile to any power of attorney or certificare 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 of such
officer and the original seal of the Compare; to be valid and binding upon the Company with the same force and effecl as though manually affixed.
CERTIFICATION
1;$T 4*39'N3 ,JiIERAHA, Assistant Secretary of6reat American Insurance Company, do hereby certify that the foregoing Power ofAnomcy and
doiUtions of theii�ard'ef Directors of June 9, 2008 have not been revoked and are now in full force and effect.
. 'Signed andieti;1 K4 Fjis 26th day of August 2025
.�.
- Asrivant Secretary
S1029AJ 104/25)