HomeMy WebLinkAbout062446-FP4 - Construction-Related - Contract - L.H. Lacy Company, Ltd.FORT WORTH® �--......_,
-FP4
City Secretary 62446 Contract No. _____ _
Date Received l0/2312025
10/27/2025
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: Sanderos Phase 2
City Project No.: 105416
Improvement Type(s): Water�
Original Contract Price:
Sewer�
Amount of Approved Change Order(s):
Revised Contract Amount:
Total Cost of Work Complete:
.Tames IVlaKibben
James McKibben (Oct 221 202516:44:18 CDT)
Contractor
Project Manager
Title
L.H. Lacy Company, LTD
Company Name
111aA/4&in Mark Kitts (Oct 22 2025 18:16:19 CDT)
Project Inspector
k,/u,£ i, p. f.
Project Manager
CFA Manager
Je___,7~:..,._ Lauren Prieur (Oct 23, 202515:23:44 CDT)
TPW Director
Asst. City Manager
10/22/2025
Date
10/22/2025
Date
10/23/2025
Date
10/23/2025
Date
10/23/2025
Date
10/24/2025
Date
$971,564.24
$10,680.00
$982,244.24
$982,244.24
Page 1 of 2
Notice of Project Completion
Project Name: Sanderos Phase 2
City Project No.: 105416
City's Attachments
Final Pay Estimate 0
Change Order(s): 0 Yes ❑ N/A
Pipe Report: 0 Yes ❑ N/A
Contractor's Attachments
Affidavit of Bills Paid
Consent of Surety
Statement of Contract Time
Contract Time: 140 WD Days Charged: 145 WD
Work Start Date: 2/14/2025 Work Complete Date: 9/24/2025
Completed number of Soil Lab Test: 430
Completed number of Water Test: 8
Page 2 of 2
CITY OF FORT WORTH
Contract Name SANDEROS PHASE 2
Contract Limits
Project Type WATER & SEWER
DOE Number 5416
Estimate Number 1 Payment Number 1 For Period Ending 9/24/2025
FINAL PAYMENT REQUEST
City Secretary Contract Number
145
WD
Contract Date
L.H. LACY COMPANY
NA
P.O. BOX 541297
DALLAS TX 75354
M.GLOVER M.KITTS
140WDContract Time
Days Charged to Date
CompleteContract is 100.00
Contractor
,
/Inspectors
Project Manager
City Project Numbers 105416
Wednesday, October 22, 2025 Page 1 of 4
Contract Name SANDEROS PHASE 2
Contract Limits
Project Type WATER & SEWER
DOE Number 5416
Estimate Number 1
Payment Number 1
For Period Ending 9/24/2025
Project Funding
City Project Numbers 105416
UNIT I: WATER IMPROVEMENTS
Item
No.Description of Items Estimated
Quanity Unit Unit Cost Estimated
Total
Completed
Quanity
Completed
Total
1 8" PVC WATER PIPE 3875 LF $79.11 $306,551.25 3875 $306,551.25
2 DUCTILE IRON WATER FITTINGS
w/RESTRAINT
3 TN $7,151.34 $21,454.02 3 $21,454.02
3 8" GATE VALVE 12 EA $2,312.67 $27,752.04 12 $27,752.04
4 FIRE HYDRANT ASSEMBLY 4 EA $6,865.91 $27,463.64 4 $27,463.64
5 1" WATER SERVICE 108 EA $1,554.59 $167,895.72 108 $167,895.72
6 TRENCH SAFETY 3875 LF $0.37 $1,433.75 3875 $1,433.75
7 CONNECTION TO EXISTING 4"-12" WATER
MAIN
2 EA $1,685.34 $3,370.68 2 $3,370.68
$555,921.10 $555,921.10Sub-Total of Previous Unit
UNIT II: SANITARY SEWER IMPROVEMENTS
Item
No.Description of Items Estimated
Quanity Unit Unit Cost Estimated
Total
Completed
Quanity
Completed
Total
1 8" SEWER PIPE 1427 LF $67.59 $96,450.93 1427 $96,450.93
2 CSS BACKFILL 91 LF $83.24 $7,574.84 91 $7,574.84
3 4' MANHOLE 8 EA $6,408.39 $51,267.12 8 $51,267.12
4 EXTRA DEPTH MANHOLE (>6)10 VF $227.01 $2,270.10 10 $2,270.10
5 SEWER SERVICE 108 EA $1,596.21 $172,390.68 108 $172,390.68
6 POST-CCTV INSPECTION 1920 LF $2.95 $5,664.00 1920 $5,664.00
7 MANHOLE VACUUM TESTING 8 EA $138.75 $1,110.00 8 $1,110.00
8 TRENCH SAFETY 1920 LF $1.51 $2,899.20 1920 $2,899.20
9 STEEL CASING 40 LF $266.91 $10,676.40 40 $10,676.40
10 CONNECT TO EXISTING SEWER 5 EA $1,872.93 $9,364.65 5 $9,364.65
11 8" DUCTILE IRON PIPE (SS A-1, A-2, A-3)493 LF $113.54 $55,975.22 493 $55,975.22
12 MANHOLE ADJUSTMENT, MAJOR
(CO#1)(CO#2)
8 EA $1,335.00 $10,680.00 8 $10,680.00
$426,323.14 $426,323.14Sub-Total of Previous Unit
Wednesday, October 22, 2025 Page 2 of 4
Contract Name SANDEROS PHASE 2
Contract Limits
Project Type WATER & SEWER
DOE Number 5416
Estimate Number 1
Payment Number 1
For Period Ending 9/24/2025
Project Funding
City Project Numbers 105416
Contract Information Summary
Change Orders
$971,564.24Original Contract Amount
$982,244.24Total Contract Price
$982,244.24
Less
Total Cost of Work Completed
% Retained $0.00
Net Earned $982,244.24
Plus Material on Hand Less 15%$0.00
Balance Due This Payment $982,244.24
Less Liquidated Damages
Days @ / Day
$0.00
Less Penalty
LessPavement Deficiency $0.00
$0.00
$0.00Less Previous Payment
Earned This Period
Retainage This Period
$982,244.24
$0.00
1 $9,345.00Change Order Number
2 $1,335.00Change Order Number
Wednesday, October 22, 2025 Page 3 of 4
Contract Name SANDEROS PHASE 2
Contract Limits
Project Type WATER & SEWER
DOE Number 5416
Estimate Number 1
Payment Number 1
For Period Ending 9/24/2025
Project Funding
City Project Numbers 105416
Line Fund Account Center
Amount
Funded Gross Retainage Net
CITY OF FORT WORTH
SUMMARY OF CHARGES
$982,244.24
Less
Total Cost of Work Completed
% Retained $0.00
Net Earned $982,244.24
Plus Material on Hand Less 15%$0.00
Balance Due This Payment $982,244.24
Less Liquidated Damages
0 Days @ $0.00 / Day $0.00
Less Penalty
LessPavement Deficiency $0.00
$0.00
$0.00Less Previous Payment
Earned This Period
Retainage This Period
$982,244.24
$0.00
City Secretary Contract Number
145
WD
Contract Date
L.H. LACY COMPANY
NA
P.O. BOX 541297
DALLAS TX 75354
M.GLOVER M.KITTS
140
WD
Contract Time
Days Charged to Date
CompleteContract is 100.000000
Contractor
,
/Inspectors
Project Manager
Wednesday, October 22, 2025 Page 4 of 4
w °
� z
Z�
Q W �
=o
U �
0
a� O
� Z
a
0
�
�
i z
� O
� �
O Q
N N d
� t U
d °� �
E J �
o � a
t U U
rn �
J �
N �
d �
fn >
-o a
N m �
W
d �
O1 rn O
� � W
m '� �
� 0 V
�
� � O
'j m
a �
v
� � M 0
fn +> � � 0 � N
ia N � O
m � Lai � � pp O
� Q U � � X �
�
H
U
Q
�
H
Z
O
U
LLj � �
� U �
Z H � �
U Q O U
� � w
� H � a � �
Q � � �
� Z � *k J
d�U U U U� X�
�
�
►
V
LL�I
�
h
N
O
N
�
N
�
�
7
�
Q
M
0
N
�
�1.,
�
.�
�
�
7
�
Y
M�
W
I� N
� �
N I�
O N
0�0 M
N I�
� �
Z Z
a� a�
� �
0 0
s s
d d
� �
Y �
Y �
(6 (6
��
Y
�
w
�
Q
Z
� a
O �
H ~
U U
w w
a �
� �
Z �
d
�
U
�
F Q � �� �
Z p
O
U
�
�j o 0 0 0 0 0
F �. � � � � � �
= U
(9
J �
O
W �
W
�'' N
� Q_ O O O O O O
N O G G G G G G
N a+ fA fA fA fA fA fA
0 U �
0
0
� v'
�j o 0 0 0 0 0
� � � � � � �
� U
Z g
> ;� o
¢a o v>
U
`w o 0 0 0 0 0
Q- o 0 0 0 0 0
o v� v� v� v� v� v�
w
'w
0
� ..
H ° o 0 0 0 0 0
U p
Z W r �» �» �» �» �» �» M V �
= t7 U °� w
oi
U Z N V m
� K m m m W M
z � `y � o o � o � � -
0 0 N 0 0 N 0 N ER
r � � r � r
0 U �» �» �»
�
�j o 0 0 0 0 0
y o 0 0 0 0 0 �
v� v� v� v� v� v� �
� U �j
w � r'
�
j/� f0
N � � � o � N �n
O M
V
N V p p V 10 W � EA
Q m m v m
� N � � N M �
� V V � V
y » » »
0
�
�j o 0 0 0 0 0
� � � � � � �
U �
� .
W N
F �
?j O O O N
' O O ' O ' � y
d N O O N O N O
p � O O � O � (�
N � � N � N
N O � � � v
0 U 0
K
W
a
�
� Z F
U
W
o �¢ �
w z � = z
Z 0 UQ F U
= Q F ~ O W
U F U U 0 j U N
� F Q � � � 0 N K
0 � � O a z y > �
J O O U � O W � 0
z � � � z � � ~
c�
� � z o > �
o � � ° a � °
�
a
W
0
r
N
d
N
.�
�
�
N
O
N
�
N
�
�
7
�
Q
M
O
cV
�
v.�
�
Q 'i
�
W �
, �
W
�
V Y
� m
�
v
a
�
a
3
w
Z
N
W
f6
U
�
C
�
Y
N
.�
N
Q
N
N
N
a
r �
N
O
N
r
N
_
�
i^
+L
M
�
cV
�
�
�
Q 'i
�
W �
� 7
W
�
V Y
� m
c
c
m �
�c S
2
y �
o �
a� �
a �
c '�
m
� i
,C (
� i
N �
� �
o �
c '�
�p <
� f
i �
°' °' E
N � c
� `� i
�- a z
.� � (
y o :
.c' rn �
.N � �
k N �
N Q
� � a
a� � c
�p N �
O y �
�
a a i
o N �
� � �
c a c
U (n �
�
ti c `
�
W
0
�
O
w
C9
Z
Q
2
U
�
0
LL
N
Z
0
Q
W
�
io
0
i
0
�
a
a
Q
i
i
i
i
i
i
i
i W
i �
L �
! a
a
� ¢
i
i
�
�
�
�
i
i
�
i p
; w
i �
Z
W
: �
i 0
• U
i �
O�
J Y
N �
�; a o �
c �
m �
� � d
o �o a
U � �
Y N U
O U � m �
U N E
� J a` N
__ � � w
o >, m
U ,i m z H
U
J �
J �
� � �
N
� 0 �
,,, � a
o �
y fq � U
0 o Y >
N
> _ � �
O � m z �
�
C
i
� ui
� � a
c `° � t
� °' � d
C � � C
U 1=� `' (�
d
m E
m
z
d
N
m
�
2'i
.�
a`
O
.�
�
d
�
N
i
�
Q
�
U
c
�.�.
,�! Q
y Z
Q Q
� Z � �
U m z �
�
� �
S U
^ N � �
y � N N
f6 N � � � �
� O (p
� � C � (�
r2 p U.� N p
� � N a y U
Gl Q,�., d t N
O � O m � y
ay� � �
w � � n m �
� N � O y
C (6 �C -6 N (6
� y � � N �U
� � O
� N � � N N
V -6 � C C N
C N � (6 3 N
f6 � �`o E � -o
a� rno �` �
EY.S� U �
o � � 0 >.
U �6 ° °-
U � o � Z U
�.=_�m � �
� � � �
�my�3 � �
O N
U >. � t t
� m w N H H
❑' ❑
a�
�
c
�
�.�`.
U �
U
C � �
� Q o �
y �
W vNj Z ~ fn cj
O Q Q W °' in
H
�' Z d � � �.
a � >, m :' Q � U
Q U m z H �
0
W
0
Z
W
�
�
O
U
W
�
J
i
�
a
a
Q
N
�
4
a�
O
w
�
� Q
U z
m
Q
Z
d �
E �
m
z
0
W
0
Z
W
�
�
0
U
W
�
a�
rn
c
�
N
U
N
.Q
�
U
U
c
U
� ¢
U Z
m
Q
Z
d �
E �
m
z
Q
z
d �
n �
� o
� Q
z n
U Q
� �
� 0
U
�
�
M
N
a
�
0
N
�
�
N
.>
N
d'
w�
� Z
Z � N
Q W
2 �
U �
O
N
N O
� Z
a
0
N
�
m
�
� Z
� O
o Q
N N a
c L U
a� �
E J �.
o � Q
�
� � �
� U U
m a
J �
N '
� �
fn >
-c a
f6 m �
�
� �
� O
C � LL
@ m �
� ❑ V
_ �
c c o
.� @ ;
f0 -
a 3 �
3 � M �
°7 ' � N m
� � � � � �
f0 N � � N
i6 � � N N O
� Q U � � X �
�
H
Q
�
H
Z
O
U
� }
�
Z H W �
F U
Q O U
�
� W
Q �
a �
� O� H H � x� J
a U U U U li X li
W
�
W
W
�
�
N
O
N
tp"
N
G
�
7
�
4
�
�
0
�
`Ir
R
'i
�
�
�
�
Y
M�
W
1` N
r
� �
N 1�
O 6�
N 1�
r
rn w
Z Z
C C
0 0
� t
d d
� �L
w �
Y �
f6
Y �
�6 �
� �
Y
�
W
C7
Q
Z
Q
�
�
U
w
O
�
a
�
U
� � � � �
F Q r� � � r�
Z p
O
v
N
O O O O O O O
� V o 0 0 0 0 0
� � � � � � � �
� U
J p
� o
W �
� d o 0 0 0 0 0
y p, o 0 0 0 0 0
0 0 0 0 0 0 0
efs » » » » »
0�f O p
❑ U o
0
N �
O O O O O O O
V o 0 0 0 0 0
� � � � � � �
� U
Z o
a o �
a v
w o 0 0 0 0 0
Q o 0 0 0 0 0
o en u9 u9 u4 Fn en
m
d
0
N yj
H � o 0 0 0 0 0
U p
� W �' u�s �� u�s �� n V ir�
(7 V N �'
UQ N V u�i
Q z � °'
� Q M M n n N
� K m m a a � o0
Z 0 y � O O � M fV fA
O a N � � N N 1� �!
� � n � � ^ � n
> N
o I.i � � � �
N
O O O O O O O
(,) O O O O O O
� � � � � � � � h
�, U � cp
W M �
` N p1
C1
fn � � o � o � N N
V o o � �
Ni o ao ai vi
Q. (�D � � Q�i M M �
O N Q1 � N M N
� � V3 � V3 �
� � � �
�
N
0 0 0 0 0 0 0
V o 0 0 0 0 0
� � � � � � � o
a, U
W
a °'-
� o 0 0 '�
N
� � � N ..
N N � � N � N � y
� � O O � O � ()
N ug ug N ug uS
OU � � � G
�
w
a
�
� Z F
U
� � K K
o ra a �
z
�
Z p Q F O
_ ¢ � ~ � �
v w v r Z � � v�i
W Q a Q� o >
F F Q � � � 0 N K
p o o O a z y > �
U O� F p�> � F
a ~ cn Q r ❑ � �
Z Q ~ � � c�i� �
� a
� X � O � w p
O W U U Q � F
a�
rn
�
a
You are directed to make the following changes in the contract documents:73341.0205 (76.00) LF $95.91($7,289.16) ($7,289.16)19*3341.0103 55.00 LF $81.50$4,482.50 $4,482.50 189999.0006 (1.00) EA $2886.00($2,886.00) ($2,886.00)20*9999.0006 1.00 EA $2675.00$2,675.00 $2,675.00 143137.0104 32.00 SY $138.75$4,440.00 $4,440.00 $1,422.34$0.00$1,422.34123305.0106 1.00 EA $1335.00$1,335.00 $1,335.00 $1,335.00$0.00$1,335.00Asterisk (*) indicates New Pay ItemTOTAL UNIT II: SANITARY SEWER IMPROVEMENTSTOTALManhole Adjustment, MajorSANITARY SEWER IMPROVEMENTSPAY ITEM #CITY BID ITEM # QUANTITY UNIT ITEM DESCRIPTION CFW Unit Price UNIT PRICEDeveloper Cost City CostUNIT PRICEDeveloper CostCFW Unit PriceITEM DESCRIPTION18" RCPCITY BID ITEM # UNIT City CostDRAINAGE IMPROVEMENTSPAY ITEM # QUANTITY TOTALTOTAL UNIT III: DRAINAGE IMPROVEMENTS24" RCP30" RCP Sloped Headwall18" RCP Sloped Headwall12" Stone Riprap, dryRevised: 12-17-2018 Page 2
d'
W
�
K
O
w
(z9
Q
2
U
�
0
LL
N
Z
0
a
w
�
� � Y
� � C
n �
c � 0 -o
� �Q � m
0 � c � d
(� .s � 'c w
� �
i �'3 IUtl � E m `�
� �tl "� Po °��' N
2
U ..i m Z F
U
�
� �
v
'N
Q 0 �
a
o �
N
� y Y �
i � �
0
ti
O � m z r
U
C
C �
0
N
� �
W �
� � d �
m
I ro � U 'o
a`
' y � C O
i o '�i � � u�i
U I� C7 (n
T � �
m � F
Z
�
W
O
�
a
a
�
W
�
Z
W
�
�
0
U
w
K
J
7
O
�
a
a
�
O
�
U'
m
.y Q
� z
Q Q
\ Z N
5 E ti
U m Z H
L
�
ro
�
�
�e
U
�
m
.y
�
� Q
� z
U m
C
�
4
O
�
S
� Q
U Z
m
¢
Z
ti
� �'
Z F
¢
z
N �
� F
l6
Z
�
w
0
Z
W
�
�
0
U
w
�
m
m �
Q U
^ N � U
y 0 - UI N
U
(C N � C C U
� � C � (� li
� p U .� N p
N N � � U
N 41 � W t N
� � O Ol ...
d L � C � �
��°o m ��
� � � v �o �
����v m i�
'L" N � O
� � v m m m
C�.1 -p � � C lNG
� � Id � N
� � � E �
Q o � �
�
`o �
pcYi '� N U s,
� � ° a o �
— '� — Z U
���� v �
�=�m
i � C 10 l6
O,� � '] N N
C% T C L L
.� m � N F F
❑� ❑
H
�
w
�
¢
�
�
N
C
N
�N
U
C
tp
.�
O
U
�
O
U
�
U
n
� T
] �
) �
% U
u v
�
u �,
d U
�
T � �
m � F
Z
. �
N
O
N
tC
N
�`
V
�
�
Q
�
�
�
�
�1.�
�
Q 'i
�
W �
� �
W
ca
V Y
� m
�
N �
�
� O
� a
Z a
U Q
� v
� 0
U
�
�
M
N
�
a
�
0
N
ri
�
N
�s
m
�
w °
�z
Q W M
x�
U �
O
N
m 0
� Z
a
0
`N
�
�
�
� z
� O
0
Q
y N d
� � U
E J ~
o � ¢
d
� � H
� U U
rn �
J �
N gj
L7 �
� �
-o a
� m '�
�
ti �
a' rn o
�
�� W
'� �
� 0 V
u�
� � o
'S �
� '
a � m
v
3 cn �'' o
� - o
� � N � � � N
� o
�� ¢ � � m
Q U o o X�
�
H
Q
�
F
z
O
U
LLj � �
�
U W
Z H � �
F U
W � � W
� F �t a � �
°o���o��
a U U U U� X�
�
�
W
W
�
h
N
O
N
N
N
�
�
�
�
�
N
N
�1.,
�
'i
�
�
7
�
Y
�
m
ti �
� �
N I�
O �
00 (�
N I�
� �
0 0
Z Z
N N
0 0
a a
� �
Y �
� �
� �
� Y
�
W
Q
Z
� �
O F
U W
W �
a p
� �
z a
�
U
� � �n �n �n
� a M M � M
z o
O
U
�
0 0 0 0 0 0 0
�V o 0 0 0 0 0
_ �` � � � � � �
� U
J p
f C
W �
�
y o, o 0 0 0 0 0
° � � � � � �
v ..
ayi o 0
0 U o
0
� �
G O O O O O O
� o 0 0 0 0 0
y � � � � � �
� U N
z �
5 �+
a ° N N � N �
V�'+ o o�'i p �-+ �
71 N O O N ^ �
a �
o � � ^ r;
y o0 00 � �
y V! V! V!
0
F �j o 0 0 0 0 0 0
� W �' u�s u�s u�s u�s u�s u�s V o
(9 U
y N
(~j Z o V �
� a � �
o� a o 0 0 0 0 0 �
v ° � � � � � �
7 �/I
� U
m
0 0 0 0 0 0 0
V o 0 0 0 0 0
�' � � � � � � p
U N
�
� o �
4'7
N � � CMi
U �
a o 0 0 0 0 0 �
� � � � � � �
a
0
�j o 0 0 0 0 0
� � � � � � �
� U
� o
a �
� v'
v o 0 0 0 0 0 �
a o
a � � � � � � V
0 U �
w
a
�
w � �
� w a
�
o �a
w Z � _ �z
�
z o a � t�i
_ �d � ~ o �
{~j w U H Z j U uWi
� U O
� � a 0 p� � 0 N R'
� o o O a Z y � Q
�� O U� O� � O
Z � � � z w � ~
� � o � � � a
� w z O j F
O u� c,�j � � � O
m
�
a
�
O
�
N
�
.�
�
�
N
O
N
Nw
N
�
�
7
�
4
�O
N
�
v.�
�
'i
0 �
W �
, 7
LL�I R
V Y
� m
N
N
�
a
�
N
O
N
N
�
�
�
Q
�
N
`+
V.r
�
'i
� �
�
� 7
LLI �
V Y
� m
\
C
rn
O`
�
�
N
.`
�
N
�
�4
�O
�
.�
�
�
�
�
�
�
�
�
�p
4
�
�
�
U
N
�
ro
�
�
�
�
�'
N
.�
a�
�
�
b
t�'
�
N
�
�/l
�
b
ro
o �,
y \
C �
�
o `
� o
ro �
U U
� �
ti q
d'
W
�
K
O
w
(z9
Q
2
U
�
0
LL
N
Z
0
a
w
�
U �
� •
p� -i
,C'�
� ..
c V J
) C9 m
�
W
0
�
a'
a
a�
U
�
`a
O
o '
u E
j � C
uZ
] � w a�
�
W
0
a
a[
� C
N �
�7 U
� �
� d
.� W
� U
J �
N
E w
�
z �
w
� �
N
0 �
� a
'S v
U
� �
N
� m
Z F
U
C
c �
a
N
� � N
w w �
Z � � a �i
m
W � 'o
� � � � � a
O y � 3 � o
w o � � � ��
� U I� C7 (n
T � �
m � F
Z
�
�
�
ro
.y Q
� z
Q ¢
\ Z N
5 E
U m Z
�
�
C
�
�e
U
m
.y
�
� Q
� z
U m
C
E
4
O
m
S
� Q
U Z
m
ti
�
¢
Z
N
� �'
Z F
Q
z
N
�
l6
Z
N
H
�
w
0
z
w
�
�
O
U
W
�
m
m �
Q U
^ N � U
ry 0- N N
U
IC N � � C U
� � C � (� li
� p U .� N p
N N � � U
N 41 � L1 L N
o � p rn .�..
a��� � �
� � � O � �$
1� � � � p N
C ���v m i�
10 'L" lCG � O
� � v m m m
f.1 -p � � C lG
� � lG � N
'�O- � � E �
�
�- � o, �
EY.S� U �
��°�- o �
— '� — Z U
���� v �
����� � �
o .� � �� v �
U T � L L
k m� N F F
❑, ❑
F �
W Z
F
¢
�
C
N
�
�
C
N
.Q
0
U
�
0
U
�
U
�
i �
l �
� U
,v
�
� T
y U
�
�I QI
z Z
T � �
m � F
Z
N �
Q
� O
� a
Z a
U Q
� v
� 0
U
�
�
M
N
a
�
0
N
ri
�
N
�s
m
�
F�ORT WORTH
TRANSPORTATION AND PUBLIC WORKS
PIPE REPORT FOR:
PROJ�CT NAME: Sandei•os Phase-2
CITY PROJECT NUMBER: 105416
WATER
PIPE LAID SIZG TYPE OT PIPE LF
Trench 8" PVC Pipe 3875
FIRE HYDRANTS: 4
PIPE ABANDONED
VALVES (16" OR LARGER)
SIZE TYPE OF PIPE
LF
0
DENSITIES:
NEW SERVICES:
SEWER
PIPE LAID SIZE TYPE OF PIPE LF
Trench 8" Sewer Pipe 1427
PIPE ABANDONED
DENSITIES:
NEW S�RVICES:
SIZE TYPE OF PIPE
LF
TRANSPORTATION AND PUBLIC WORKS
The City of Fort �Voith • 1000 Throckmorton Street • Fort Worth, 'I� 7G012-6311
FORTWORTH��
TRANSPORTATION AND PUBLIC WORKS
September 16, 2025
L.H.Lacy Company, LTD.
1880 Crown Rd
Dallas, Tx 75234
RE: Acceptance Letter
Project Name: Sanderos Phase-2
Project Type: Water, Sewer, Paving, Drainage, Street Lights
City Project No.: 105416
To Whom It May Concern:
On 10/6/2025. 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 10/8/2025. 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 10/8/2025, 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 Khal
Jaafari 817-584-5104.
Sincerely,
fC�. ��"� P. �.
�:,:�� , �,, � •,�
Khal Jaafari, Project Manager
Cc: Mark Kitts, Inspector
Mike Glover, Inspection Supervisor
Daniel Roy, Senior Inspector
Andrew Goodman, Program Manager
Teague Nall & Perkins, Consultant
L.H.Lacy Company LTD. , Contractor M/
I Homes of DFW, LLC, 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 W. Gordon,
Partner/CEO Of L. H. Lacy Company, Ltd, known to me to be a credible
person, who being by me duly sworn, upon his oath deposed and said;
That all persons, firms, associations, corporations, or other
organizations furnishing labor and/or materials have been paid in full;
That the wage scale established by the City Council in the City of
Fort Worth has been paid in full;
That there are no claims pending for personal injury and/or
property damages;
On Contract described as;
City Project 105416 - Sanderos Phase 2
BY
Bobby W. ordo , Partner/CEO
Subscribed and sworn before me on this date 9 of Octo er, 2025.
�
�� �
} � ,�� _� DARLENE CONEY
�_� `� Notary ID �10317301
OtaTj� PUbI1C `":��< My Commission Expires
Dallas County, TX March 9, zozs
��lNSENT �F SURETY
TO Fii�AL PA1ti�ENT
,r��.L)octx��a�ra� C;i�7
Bond No. 5826363
TC� t���1N�t:
fJdatr�e and et�s'xfiz�; j
City of Fort Worth & M/I Homes of DFW, LLC
700 SH 121 Bypass, Suite 100
Lewisville, TX 75067
��t�J��:'T°:
(iYcla�:e ulret utitli-a:te)
Ol��";ydiR
�,c.���rr•.cr
ca�r�c��c��
SURI:i1'
��xr�
�CHTT'ECT'S PRL'7,�Et:T �iQ.;
Ct��17'RAG'i' FE7R: Construction
�t������� n���z�:
❑
Q
�1
�
Water, Sewer, Drainage Improvements to Serve Sanderos Phase 2
In ac<�csz,dance u�ith ti�e prov[sians c�f t�;e Caneract betv, een tl�e Qwnet• anc9 the Ct>ntractc�- �s i��c�ic;atc.�ci at�c3ue, t?�e
{Jnseti raa�arr nrrrl ualr�+iw.�s. cfSra+rt�y
Great American Insurance Company
301 East Fourth Street
Cincinnati, OH 45202
on i�nd a�
(tnsrrr narr.r. trnrl arictre:,s af'C'vr:t�nc�o;)
L.H. Lacy Company, Ltd.
1880 Crown Dr., Suite 120Q
Dallas, TX 75234
� SLT��"k',
, CC��VTPACI'UR,
Ix�relaY a�rnves C,f the firal ;�ay�nent to the Canty�actor, anci agr�es r1�at fina( �a}�rnent tr� t1�e Cc)nfirdrear sl�alt ntat rel'reve dte Su,-ery t>f
any c�f i�s o4>ligations tc� '
lfit.�vY fsatueunc/aeklit� qjC&�=ncr)
City of Fort Worth & M/I Homes of DFW, LLC
700 SH 121 Bypass, Suite 100
Lewisville, TX 75067
� s�c fc�rcla in said 5urec3?'s �;.�nd.
I� WIT�'�S51t�3iFZiOT', [��e 4�r�t}� t�as hereunta set �zs I�anc# cm this dace: October 8, 2025
(/{iSt.'{X UP d{'17P%#{.( i%dG' tF7ODNfj ft3(7L�t1Y?[� �l�'trX ?F7xARL°tTl. CiCiFt`Ct7Tf� 1'L'L7Y.)
Att�:it:
����- AI Johnson, itness
, O�F.t'i,
Great American Insurance Compam�
(Srnt�7J . Y -- `�—
�/� r
By. � �` —
(5r{,n�7:u�raf�rrrtbar�.�cti•rti+�.�znrurtr�l _ �
David T. Miclette Attornev�;r,=Fact � -
fPeintcr}irraa�acuf�elri?Ir) -- _. _
G 0''Q%�-^� 994
GREAT AMERICAN INSURANCE COMPANYO
Administrative Office: 301 E 4TH STREET • CINCINNATI, OHIO 45202 • 513-359-5000 � FAX 513-723-2740
The number of persons authorized by
this po�ver of attorney is not more than THIRTEEN
No.O 22621
POWER OFATTORNEY
KNO��'ALL D1EN BY' THESE PRESENI'S: That the GREATAMERICAN INSURANCE COMPANY; a corporation organized and existing under
and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person ar persons named below�, eacl� individually if more than
one is named, its tnie and lawful attorney-in-fact, for it and in its na�ne, 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 ihat the ]iability 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 6121TT 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
Tl�is Power ofAttorney revokes all previous powers issued oi1 behalfofthe aCtoniey(s)-in-factnamed 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 2025
Attest _ GREAT AM�RICAN INSURANCE COMPANY
P��KINS�qSyCF jj
j �: ��i�_.': j% � y � � ! � �� .
� �u -� ��_
,`�.� � � r� ;
�� r .�.a'�s�L._ ..�. . - y T
�.
.9,c.ris/anl Secrelary � Divisional Seninr !'rce Preslden(
STATE OF OHIO, COUNTY OF HAMILTON - SS: JOHN K. WEBSTER (877-377-2405)
On this 17TH day of APRIL , 2025 , before me personally appeared .iOHN K. WEBSTER, to me
known, being diily swom, deposes and says tbat he resides in Cincimiati, Ohio, that he is a Divisional Senior Vice President of the Bond Division of Great
American Insurance Company, tl�e Company described in and which executed the above instniment that he kno��s the seal of the said Company; tliat Yhe seal
affixed to the said instrument is such corporate seal; that it was so affixed b5� authoriry of his office under the By-Laws of said Company, and that he signed his
name thereto by like authority.
���ti ICT���, StfSAN A KOtlOfiSF
����� Notary Pubtic
!f ;:;�`�; State of Ohio
���=� My Comm. €xpires
May 18, 2D30
�- � ����
This Power ofAtTorney is granted by authority of the following resolutions adopted by the Board of Directors of GreatAmerican Insurance Company
by imanimous written consenC dated Jw1e 9. 2008.
RESOLI'E'D: ThaX zhe Divisional Pi•esiderzt. the sever•al Divisronal Senio�• I'ice Pr•esidenzs, Drvdsional d'ice P��esiderzts and Divisonal Asszstant l zce
Presidenis, or anv one oitliem,, be a�ad liereby zs az�zhori�ecl ,fr�ont tinre to tin:e. to appoirit one or rnove ,4ttorneys-in-Fact lo execute orz beha f o�'t,bte C'ofrrpanv.
as s2rretv, any ancl all bo�zds, 2�rzderfalczngs and conb�acts of szcret��ship, w� otGier �rritten obligatio�zs in tlte natui•e lhereof to prescr�rbe their respective dztties and
the �^espectrve linaits of therr autlio��ih; and to ��evoke anv sz�ch appoinlment at ant� ti�7ae.
RESOLI�ED FZIRTHER: That the Com�cznt� seal and t{�e signatitire of ar�}' of the aforesaid o{ficers and any Secreta�-y oi� Assistant Seeretcny of lhe
Conzparry rrray be affr.ted b} facsinzile ta anp poirer of'attorriey� or cert�cate of either given for tlie execution of ant� bor�d, 2cndertalring, cor�h�act of sitretyship,
or� other• tivritten oblagation in tD�e r�ature thereof, szicli sigrtatzire and seal when so crsed beir�g hereby adoptecl by the Contpani� as the original signature of such
officer arx� the original seal of the Compczrrl�, to 6e valid ancl binding i�pon the Conrpwzv with the smrre force and effect as though nianxsallv affixed.
CERTIFICATION
I, STEPHEN C BERAHA, Assistant' Secretary of GreatAinerican Insurance Compauy_ do hereby certify that the ioreRoing-�atveY.�;f,�ita>rney and
the Resolutions oT the Board of Directors of June 9, 2008 have not been revoked and are now in full force and effect. -_ '
`PHINSUR,q,y n
e ... CF
Q',y\\�`'� /�J �
rt��+~
Signed and sealed lhis 8th �(ay o}
October 2025 .
g" "" .
Vyw 'x
- �MY _
�,A " 4.���e+'��,�N -
d.rs7sluril Szci�etu��%
S7029AJ (04/25)