Loading...
HomeMy WebLinkAbout061300-FP3 - Construction-Related - Contract - LH Lacy Company LTD-FP3 FORTWORTH� 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): Water ❑x Sewer ❑x Original Co ntract P rice: $ 5,329,233.65 Amount of Approved Change Order(s): -$27,492.58 Revised Contract Amount: Total Cost of Work Complete: Tc�mes M�Kibben �a�nes M�K�ene„ iseo i i_ zozs a�sz za �or�, Contractor Project Manager Title LH Lacy Company LTD Company Name MIcY el lns (Sep 11, 2025 1027:56 CDT) Project Inspector �Gil�l %(WGi�I Rain Tiwan (Sep 11, 202513�.36:35 CDT� Project Manager a����� CFA Manager `�`� TPW Director ������v Asst. City Manager 09/11/2025 Date 09/11/2025 Date 09/11/2025 Date 09/11/2025 Date 09/11/2025 Date 09/15/2025 Date $ 5,301,741.07 $ 5,301,741.07 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 1 of 2 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): 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: 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 F���r ���Tx CITY OF FORT WORTH F1NAL PAYMENT REQUEST Contract Name DEER CREEK MEADOWS, PHASE 8 Contract Limits Project Type WATER & SEWER City Project Numbers 104554 DOE Number 4454 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 DALLAS, TX 75354 M.GLOVER / M.PERKINS For Period Ending 8/22/2025 WD Contract Time �7�'� Days Charged to Date �57 Contract is 100.00 Complete Tuesday, September 9, 2025 Page 1 of 6 City Project Numbers 104554 Contract Name DEER CREEK MEADOWS, PHASE 8 Contract Limits Project Type WATER & SEWER Project Funding UNIT L• WATER IMPROVEMENTS DOE Number 4454 Estimate Number 1 Payment Number 1 For Period Ending 8/22/2025 Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 REMOVE & REPLACE 5' SIDEWALK 403 LF $76.74 $30,926.22 403 $30,926.22 2 REMOVE ADA RAMP 1 EA $845.95 $845.95 1 $845.95 3 16" PRESSURE PLUG 1 EA $483.89 $483.89 1 $483.89 4 4"-12" PRESSURE PLUG 10 EA $225.86 $2,258.60 10 $2,258.60 5 BARRIER FREE RAMP, TYPE R-1 1 EA $3,194.71 $3,194.71 1 $3,194.71 6 8" WATERLINE LOWERING 18 EA $4,452.08 $80,137.44 18 $80,137.44 7 TRENCH SAFETY (CO#4)(CO#6) 17475 LF $0.38 $6,640.50 17475 $6,640.50 8 24" CASING BY OPEN CUT (CO#4) 62 LF $216.57 $13,427.34 62 $13,427.34 9 24" CASING BY OTHER THAN OPEN CUT 120 LF $612.69 $73,522.80 120 $73,522.80 10 30" CASING BY OTHER THAN OPEN CUT 160 LF $748.67 $119,787.20 160 $ ll 9,787.20 (CO#6) 11 30" COATED CASING BY OTHER THAN OPEN ll0 LF $768.17 $84,498.70 110 $84,498.70 CUT 12 DUCTILE IRON WATER FITTINGS w/ 6.2 TN $28,834.41 �178,77334 6.2 $178,77334 RESTRAINT (CO#4) 13 8" PVC WATER PIPE 7945 LF $51.59 �409,882.55 7945 $409,882.55 14 12" DII' WATER (CO#4) 3ll LF $139.25 $43,306.75 311 $43,306.75 15 12" DIP WATER, CSS BACKFILL (CO#4) 60 LF $165.42 $9,925.20 60 $9,925.20 16 12" PVC WATER PIPE (CO#4) 5421 LF $93.38 �506,212.98 5421 $506,212.98 17 12" PVC WATER PIPE, CSS BACKFILL (CO#4) 100 LF $147.20 $14,720.00 100 $14,720.00 18 16" PVC WATF.R PiPE 3083 LF $ll6.88 $360,341.04 3083 $360,341.04 19 16" PVC WATERPIPE, CLSM BACKFILL 20 LF $356.99 $7,139.80 20 $7,139.80 20 16" DIP WATER(CO#6) 522 LF $182.03 $95,019.66 522 $95,019.66 21 16" DII' WATER, CLSM BACKFII.L 20 LF $392.76 $7,855.20 20 $7,855.20 22 STD. FIRE HYDRANT ASSEMBLY w/ 6" GATE 25 EA $6,24615 D156,153.75 25 $156,153.75 VALVE & VALVE BOX 23 CONNECTION TO EXISTING 4"-12" WATER 1 EA $2,233.75 $2,233.75 1 $2,233.75 MAIN 24 1" WATER SERVICE ( DOMESTIC) 213 EA $1,292.55 $275,313.15 213 $275,31315 25 1" WATER SERVICE (IRRIGATIOI� 3 EA $1,3ll.75 $3,935.25 3 $3,935.25 26 2" WATER SERVICE (IRRIGATION) (CO#3) 0 EA $3,416.81 $0.00 0 $0.00 27 8" GATE VALVE & VALVE BOX 27 EA $2,063.03 $55,701.81 27 $55,701.81 28 12" GATE VALVE & VALVE BOX (CO#6) 18 EA $3,861.23 $69,502.14 18 $69,502.14 Tuesday, September 9, 2025 Page 2 of 6 City Project Numbers 104554 Contract Name DEER CREEK MEADOWS, PHASE 8 Contract Limits Project Type WATER & SEWER Project Funding DOE Number 4454 Estimate Number 1 Payment Number 1 For Period Ending 8/22/2025 29 16" GATE VALVE w/ VAULT(CO#6) 8 EA $21,076.29 $168,61032 8$168,610.32 30 16° X 12" TAPPING SLEEVE & VALVE 1 EA $10,587.57 $10,587.57 1 $10,587.57 31 REMOVE 12" W.L. 3554 LF $8.79 $31,239.66 3554 $31,239.66 32 REMOVE FIRE HYDRANT 7 EA $468.27 $3,277.89 7 $3,277.89 33 REMOVE & REPLACE GRAVEL DRIVE (6" 36 SY $80.45 $2,896.20 36 $2,896.20 FLEX BASE) 34 CUT & PURGE 24" STEEL CASING 50 LF $34.41 $1,720.50 50 $1,720.50 35 REMOVE&REPLACECONCRETEPAVEMENT 56 SY $203.66 $11,404.96 56 $11,404.96 36 RECONNECT EX. SERVTCE TO 16" W.L. 10 EA $2,62634 $26,263.40 10 $26,263.40 37 REMOVE & REPLACE 2° METER & SERVICE 2 EA $4,039.70 $8,079.40 2 $8,079.40 LINE 38 INSTALL 16" W.L. BY OTHER THAN OPEN CUT 25 LF $954.84 $23,871.00 25 $23,871.00 39 CUT & PLUG 12" W.L. 1 EA $574.13 $574.13 1 $574.13 40 CONNECT TO EX. 12" W.L. 2 EA $4,198.35 $8,396.70 2 $8,396.70 41 1.5" WATER SERVICE (CO#3) 1 EA $2,989.00 $2,989.00 1 $2,989.00 42 PVC IRRIGATION SLEEVES (CO#3) 385 LF $13.94 $5,366.90 385 $5,366.90 Sub-Total of Previous Unit �2,917,01735 $2,917,01735 UNTI' II: SANTI'ARY SEWER Item No. 41 42 43 44 45 46 47 48 49 50 51 52 53 54 Description of Items 4"-12 PRESSURE PLUG POST-CCTV INSPECTION (CO#2) VACUUM TEST MANHOLES(CO#2) TRENCH SAFETY(CO#2) TRENCH WATER STOPS(CO#2) 20" CASING BY OPEN CUT 24" CASING BY OPEN CUT SDR-26 4" SEWER SERVICES 8" SDR-26 PVC SEWER PIPE (CO#1) 8" PVC SANITARY SEWER PIPE w/ CSS BACKFII.L 8" DIP SEWER PIPE(CO#1) 8" DIP SEWER PIPE, CSS BACKFILL 12" SEWERPIPE(CO#1)(CO#2) 12" SEWER PIPE, CSS BACKFILL (CO#1)(CO#2) Estimated Unit Quanity 2 EA 13848 LF 48 EA 13848 LF 21 EA 113 LF 20 LF 213 EA 6483 LF 309 LF 1079 LF 20 LF 4452 LF 242 LF Unit Cost Estimated Total $98.81 $197.62 $1.48 $20,495.04 $133.53 $6,409.44 $0.90 $12,463.20 $1,284.31 $26,970.51 $205.23 $23,190.99 $27634 $5,526.80 $1,420.28 $302,519.64 $61.29 �397,343.07 $106.24 $32,828.16 $119.02 �128,422.58 $149.58 $2,991.60 $ll0.77 $493,148.04 $137.24 $33,212.08 Completed Completed Quanity Total 2 $197.62 13848 $20,495.04 48 $6,409.44 13848 $12,463.20 21 $26,970.51 113 $23,190.99 20 $5,526.80 213 $302,519.64 6483 $397,343.07 309 $32,828.16 1079 $128,422.58 20 $2,991.60 4452 $493,148.04 242 $33,212.08 Tuesday, September 9, 2025 Page 3 of 6 City Project Numbers 104554 Contract Name DEER CREEK MEADOWS, PHASE 8 Contract Limits Project Type WATER & SEWER Project Funding DOE Number 4454 Estimate Number 1 Payment Number 1 For Period Ending 8/22/2025 55 12" SEWER PIPE, DEEP TRENCH BACKFILL 1253 LF $248.54 $31 1,420.62 1253 $31 1,420.62 (CSS) 56 12" DII' SEWER 172 LF $172.60 $29,687.20 172 $29,687.20 57 12" SEWER PIPE, CLSM BACKFILL 48 LF $347.28 $16,669.44 48 $16,669.44 58 EPDXY MANHOLE LINER(CO#2) 209 VF $453.99 $94,883.91 209 $94,883.91 59 4' STD. DIA. MANHOLE 31 EA $5,561.73 $172,413.63 31 $172,413.63 60 4' DROP MANHOLE 2 EA $9,106.27 $18,212.54 2 $18,212.54 61 4' EXTRA DEPTH MANHOLE 159 VF $211.17 $33,576.03 159 $33,576.03 62 5' STD. DTA. MANHOLE(CO#2) 14 EA $10,173.07 $142,422.98 14 $142,422.98 63 5' DROP MANHOLE 1 EA $12,912.61 $12,912.61 1 $12,912.61 64 5' EXTRA DEPTH MANHOLE(CO#2) 169 VF $322.51 $54,504.19 169 $54,504.19 65 CONNECT TO EXISTING 5' S.S.M.H. (w/ 1 EA $7,319.49 $7,319.49 1 $7,319.49 EXTERNAL DROP CONNECTION) 66 CONNECT TO EXISTING 8" S.S. 1 EA $1,503.10 $1,503.10 1 $1,503.10 67 CONNECT TO EXISTING 12" S.S. 1 EA $1,728.49 $1,728.49 1 $1,728.49 68 WATER-TIGHT HINGED MH COVER 1 EA $1,750.72 $1,750.72 1 $1,750.72 Sub-Total of Previous Unit �2,384,723.72 $2,384,723.72 Tuesday, September 9, 2025 Page 4 of 6 City Project Numbers 104554 Contract Name DEER CREEK MEADOWS, PHASE 8 Contract Limits Project Type WATER & SEWER Project Funding Contract Information Summary Original Contract Amount Change Orders Change Order Number 3 Change Order Number 1 Change Order Number 2 Change Order Number 4 Change Order Number 6 DOE Number 4454 Estimate Number 1 Payment Number 1 For Period Ending 8/22/2025 $5,329,233.65 $4,939.09 ($108,212.91) ($14,500.82) $5,83914 $ 84,442.92 Total Contract Price $5,301,741.07 Total Cost of Work Completed $5,301,741.07 Less % Retained $0.00 Net Earned $5,301,741.07 Earned This Period �5,301,741.07 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 $5,301,741.07 Tuesday, September 9, 2025 Page 5 of 6 City Project Numbers 104554 Contract Name DEER CREEK MEADOWS, PHASE 8 Contract Limits Project Type WATER & SEWER Project Funding Project Manager NA InspeCtors M.GL,OVER / M.PERKINS Contractor L.H. LACY COMPANY P.O. BOX 541297 DALLAS , TX 75354 Line Fund Account Center DOE Number 4454 Estimate Number 1 Payment Number 1 For Period Ending 8/22/2025 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 Amount Gross Retainage Funded Total Cost of Work Completed Less % Retained Net Earned Earned This Period $5,301,741.07 Retainage This Period �0.00 Less Liquidated Damages � Days @ $0.00 / Day LessPavement Deficiency Less Penalty Less Previous Payment Plus Material on Hand Less 15% Balance Due This Payment Net $5,301,741.07 $0.00 $5,301,741.07 $0.00 $0.00 $0.00 $0.00 $0.00 $5,301,741.07 Tuesday, September 9, 2025 Page 6 of 6 PROJECT NAME: CONTRACT: CFA # CITY PROJECT # FID # FILE # INSPECTOR: PROJECT MANAGER: DEVELOPER-AWARDED-PROJECT CHANGE ORDER. Deer Creek Meadows, Phase 8 (A1 Water/Sewer/Storm Drain, (Bl Paving. (C) SVeet Liphts 240021 � CITY PARTICIPATION:� 0°/ 104554 30114020043'I -104554E07665 X-27967 CHANGE REVIEWED oRoeR r,o: gy qrash Emami Sa/eh at 10:31 am, Jun 90, 2024 1 ` Michael Perkins Phone No: 682-715-7010 Arash Emami Saleh Phone No: 682-269-6041 . CONTRACT UNIT , WATER SEWER DRAINAGE PAVING STREET LIGHTS Developer Developer � Developer Cast City Cost Oevelaper Cost City Cost Cost Gity Cost Deveioper Cost City Cost Cost City Cost ORIGINALCONTRACT 52,821,796.2� 30.00 $2,507,437.45 50.00 53,042,039.04 $0.00 52.183,654.94 S0.00 $3'19,789.66 $0.00 EXTR4ST0 DATE CREDRS TO DATE CONTRACTTODATE 52,821,796.20 5�.00 AMOUNT OF PROP. CHANGE ORDER 50.00 TOTAL REVISED CONTRACTAMOUNT 52 8Z� �96.20 5�.00 PER UNIT 52,82'1.796.20 REVISED COST SHARE Dev. Cost: TOTAL REVISED CONTRACT 52,507,437.45 40.00 53,042,039.04 50.00 (5100,2�2.51) 564,976.61 52,399,224.54 50.00 53,'107,015.65 $0.00 52.399,224.54 53,'107,015.65 $'10,931,680.99 5'10,831,680.99 You are directed to make the following changes in the contract documents CITY BID ITEM PAY ITEM R QUANTITY UNIT 3331.4115 49 87 lF 333'1.4119 51 11 LF 3331.4208 53 72 LF 3331.4209 54 fB951 LF SEWERTOTAL 3341.020'I 72 20 LF 3341.0205 73 '13 LF 3341.0309 76 58 LF 3341.120� � 83 153 LF DRAINAGE TOTAL TOTAL 52.'183,854.94 50.00 53'19,769.66 50.00 50.00 50.00 52,783,854.94 50.00 53'19,789.66 50.00 S2,'183,854.94 53'19,789.66 City Cost: 50.00 ITEM DESCRIPTION 8" SDR-26 PVC Sewer Pi�e 8" DIP Sewer Pipe 12" Sewer Pipe '12" Sewer Pipe, CSS Bac�lt 2�" RCP, Class III 24" RCP, Class III 36" RCP. Class III 5'x3' Box Culvert CONTRACT DAYS 270 270 0 270 UNIT PRICE TOTAL 56129 35,332.23 $'I19.92 51.30922 5'110.�i $7,975.44 $'13724 !C'.22f'29.°G! (S'ICS.Y2.91) 578.81 51,5762G 582.4�5 S'1.071.85 $'143.81 58,340.9E $352.BQ 553,987.58 564,976.61 �cq3,2;r �o' REASONS FOR CHANGE ORDER 1. Updated quantifies ro match approved plans NO CI7Y FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100 % OP THE CHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER RECOMMENDED: APPROVED:_ �' APPROVED: Lennar ome� or'1'e�''zds ' Goodwin and Marshall, Ina Land a d nsqvch i-t�r LH. Lacy Com any, LTD r/l' �' U. �l(�i.{�Sb�/L BY; /��L'', . By, Bv.� �--y�'�'� K le �ickerson ' Name: Matt Baacke, P.E. Name.Y Na Q���t ��L���� VP of Land Devel opmen� � �,_ r, g� Title: ProjectEngineer Ti9e: itle: 6 r J�� �?G� Page 1 Revised: '10-12-2011 PROJECT NAME: CONTRACT: C FA # CITY PROJECT# FID � FILE # INSPECTOR: PROJECT MANAGER: DEVELOPER-AWARDED-PROJECT CHANGE ORDER Deer Creek Meadows, Phase 8 (A) Water/Sewer/Storm Drain, (B) Paving, (Cl Street Lights 240021 I CITY PARTICIPATION:� 0% 104554 301140200431-104554E07685 X-27967 CHANGE ORDER No: 2 r � REVIEWED By Arash Emami Saleh at 10:33 am, Jun 10, 2024 . Michael Perkins Phone No: 682-7i5-7010 Arash Emami Saleh Phone No: 682-269-6041 � � CONTRACTUNIT WATER SEWER DRQINAGE PAVING STREET LIGHTS Deveioper Developer Developer Cost Ciry Cast Developer Cost dty Cast Cost Ciry Cost Developer Cost City Cost Cost City Cost ORIGINALCONTRACT $2,821,796.20 50.00 52.507,437.45 50.00 43,042,099.04 50.00 S2,'183,654.94 $0.00 53'19,789.66 3�.00 EXTR4S TO DATE 564,976.61 CREDITS TO DATE (5109,2129�) CONTR4CTT0 DATE 52,82'1,796.20 50.00 52,399,224.54 50.00 AMOUNT OF PROP. CHANGE ORDER � 50.00 1514,500.82) �EVISEDCONTRACTAMOUNT 52.82'1,796.20 50.00 $2,384,723.72 50.00 OTAL REVISED CONTRACT AMOUNT PER UNIT 42,821,796.20 $2,384,723.72 REVISED COST SHARE Dev. CosY: $'10,817,'180.'17 TOTAL REVISED CONTR.QCT You are directed to make the followinq chanGes in the contract documents CITY BID ITEM PAY ITEM k � QUANTITY UNIT 3301.0002 42 57 LF 3301.0'101 43 ('1) FA 3305.0'109 44 57 LF 3305.0113 45 (�) EA 3331.4208 53 73 LF 333'1.4209 54 (16) LF 3339.0001 SB (14) VF 3339.1101 62 !�) EA 3339.1103 F>4 1°) LF SEWERTOTAL TOTAL 53,'107,015.65 50.00 S2,'183,854.94 50.00 53�9,789.66 50.00 so.00 so.00 sa.oa 53,'107,015.65 $0.00 52,'I83,854.94 50.00 $3'19,789.66 S�.00 53,'107,0'I5.65 $2,'183,854.94 53'19,789.66 City Cost: 50.00 310,8'17,180.'17 ITEM DESCRIPTION Past-CCN Insp ection Vacuum Test Manholes Trench Safety Trench Water Skops �2"SewerPjQe '12" Sewer Pioe, CS$ Backfill yo�j}' Manhole Liner �5` Sfd. Dia. Manhole 5' Extra Depth Manhole CONTRACT DAYS 270 270 a 270 UNIT PRICE TOTAL $1.4� $84.3E $133.55y 15133.53� $0.90 $51.30 $1.284.3'I (j'.ZB:.31� 5110.77 $8,086.21 5137.24 l52�95.c4) 3453.9a �io,355.e5) s�0.na.6� ���o.,�s.o�� $322.51 (52.�80 081 f,�a,soo.s2� (514,500.82) REASONS FOR CHANGE ORDER 1. Revision to off-site sanitary sewer NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100 % OF THE CHANGE ORDER COST AND NO REJMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER. RECOMMENDED: APPROVED: APPROVED: Lenn 9� bY� Goodwin and Marshail, Inc. Land nd on truc� p,�td. L.H. Lacy mpany, LrD /�/ i;_ �� 1/�G�f.V'$bV1. gy- 6yr By'- I�I,�� - oaoYo<c��n�Y�n... 1 / Name: MattBaacke. P.E. Name: Ky� e �i ckerson Name: �Jt�nt(S�L�i�.�,nC�, Title: Project Engineer Title: VP of �and Devel opme-��: , fc!. t��- %{"r,,,;,;L� Revised: 10-12-2011 Page 1 PROJECT NAME: CONTRACT: CFA # CITY PROJECT # FID # FILE # INSPECTOR: PROJECT MANAGER: DEVELOPER-AWARDED-PROJECT CHANGE ORDER Deer Creek Meadows, Phase 8 (A) WatedSewer/Storm Drain, (B) Paving, (C) Street Lights 24-0021 I CITY PARTICIPATION:I 0% 104554 301 1 40200431-1 04554 E07685 X-27967 CHANGE REVIEWED ORDER No: By Arash Emami Sa/eh at 5:17 pm, Jul 24, 2024 3 � � Michael Perkins Phone No: 662-715-7010 Arash Emami Saleh Phone No: 682-269-6041 CONTRACT UNIT WATER SEWER DRAINAGE PAVING STREETLIGHTS Developer Developer Developer Cost City Cost Developer Cost City Cost Cost Ciry Cost Developer Cost City Cost Cost City Cost ORIGINAL CONTRACT $2,82'1,796.20 50.00 52,507,437.45 $0.00 53,D42,D39.04 SD.00 32,'163,854.94 40.00 5319,769.66 SO.OD EXTRAS TO DATE $64,976.6'I CREDITS TO DATE CONTRACTTODATE $2,821,796.20 $0.00 AMOUNT OF PROP. CHANGE ORDER $4,939.09 REVISEDCONTRACTAMOUNT 52,826,735.29 50.00 TOTAL REVISED CONTRACT AMOUNT PER UNIT $2,826,735.29 REVISED COST SHARE Dev. Cost: TOTAL REVISED CONTRACT f5922,713.73) 52,384,723.72 50.00 53,107,D15.65 50.00 S2,'183,854.94 $0.00 5319,789.66 50.00 $0.00 5�.00 50.00 50.OD 52,384,723.72 50.00 S3,'107,015.65 $0.00 $2,'183,854.94 $0.00 $319,769.66 $O.OD 52,384,723.72 $3,'107,015.65 52,183,854.94 53'19,789.66 $10,822,119.26 City Cost: 50.00 $10,822,119.26 You are directed to make the following changes in the contract documents CITY BID ITEM PAY ITEM # � �UANTITY UNIT 33122203 26 (�) EA 9999.0012 New � EA 9999.0013 New 365 LF WATER TOTAL TOTAL ITEM DESCRIPTION 2" Water Service Qrrigationl 1.5" Water Service (Irrigation\ PVC Irrigation S�eeves CONTR.4CT DAYS 27D 27D 0 270 UNIT PRICE TOTAL $3,416.61 (S3,a96.8� �. $2,969.00 $2,969.00 $13.94 $5,366.90 54.939.09 54,939.09 REASONS FOR CHANGE ORDER 1. Added/removed irrigation meters and added irngation 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 BE SOUGHT BY THE DEVELOPER. RECOMMENDED: APPROVED: APPROVED: Lennar Homes of Texas Goodwin and Marshall, Inc. Land and Construc[ion, Ltd. L.H. Lacy Company, LTD �/l% �/ BY: �'= � e� l y� D�cQiz.a.6�i1� e,,: ae�-� au�e Name: MattBaacke,P.E. Na� Kyle Dickerson Name: Beniamin Drake Titie:ProjectEngineer �F,P of Land Developme��: vice President Revised: 10-12-2011 Page 1 DEVELOPER-AWARDED-PROJECT CHANGE ORDER PROJECT NAME: CONTRACT: CFA # CITY PROJECT # FID # FILE # INSPECTOR: PROJECT MANAGER: Deer Creek Meadows, Phase 8 - (A) Water/Sewer/Storm Drain, (B) Paving, (C) Street Liqhts 24-0021 I CITY PARTICIPATION:I 0% 104554 30114-0200431-104554-E07685 X-27967 Michael Perkins Phone No: 682-715-7010 Arash Emami Saleh Phone No: 682-269-6041 CHANGE ORDER No: 4 REVIEWED By Arash Emami Saleh af 5:37 pm, Jul 24, 2024 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 $2,821,796.20 $0.00 $2,507,437.45 $0.00 $3,042,039.D4 $0.00 $2,183,854.94 50.00 $319,789.66 $0.00 EXTRAS TO DATE $4,939.09 $64,976.61 CREDITS TO DATE CONTRACTTO DATE $2,826,735.29 $0.00 AMOUNT OF PROP. CHANGE ORDER $5,839.14 REVISED CONTRACTAMOUNT $2,832,574.43 $0.00 TOTAL REVISED CONTRACT AMOUNT PER UNIT $2,832,574.43 REVISED COST SHARE Dev. COSt: TOTAL REVISED CONTRACT (5122,713.73) $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 3305.1D04 8 22 LF 3311.OD01 12 02 TON 3311.0451 14 (12) LF 3311.0452 15 (40) LF 3311.0461 16 133 LF 3311.0462 17 (60) LF WATERTOTAL TOTAL $3,107,015.65 $0.00 $O.DO $3,107,045.65 $0.00 $3,107,015.65 $10,827,958.40 $2,183,854.94 $0.00 $D.00 $2,183,854.94 $0.00 $2,183,854.94 City Cost: ITEM DESCRIPTION Trench Safety 24" Steel Casing Pipe Ductile Iron Water Fittings w/Restraint 12" DIP Water 12" DIP Water, CSS Bac�ll 12" PVC Water Piqe 12" PVC Water Pipe, CS5 Backfill CONTRACT DAYS 270 $319,789.66 $0.00 270 $0.00 0 S319,789.66 $0.00 270 $3'19,789.66 $0.00 UNIT PRICE $0.38 $216.57 $28,834.41 $139.25 �165.42 $93.38 $147.20 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, Ina Land and Construction, Ltd. L.H. Lacy Company, LTD l� Bv: �"/,�-�- a�N� ��G4�2.d81'L ey: 2�-c�..sz T�..�e Name: MattBaacke,P.E. Na� Kyle Dickerson Name: Beniamin Drake Title: Project Engineer �tP of Land Developmefl�: Vice President TOTAL $7.98 �4,764.54 $5,766.88 (51,6?i.00) (S^o,6� 6.8D) $12,419.54 (So,Z3[.GO). $5,839.14 $5,839.14 Revised: 10-12-2011 Page 1 DEVELOPER-AWARDED-PROJECT CHANGE ORDER PROJECT NAME: CONTRACT: CFA # CITY PROJECT # FID # FILE # INSPECTOR: PROJECT MANAGER: Deer Creek Meadows, Phase 8 (A) Water/Sewer/Storm Drain, (B) Paving, (C) Street Lights 24-0021 � CITY PARTICIPATION 104554 30114-0200431-104554-E07685 X-27967 Michael Perkins Phone No Ram Tiwari Phone No CHANGE ORDER No: 0% 5 682-715-7010 817-392-2237 CONTRACT UNIT WATER SEWER DRAINAGE PAVING 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 $2,507,437.45 $0.00 $3,042,039.04 $0.00 $2,183,854.94 $0.00 $319,789.66 $0.00 270 EXTRAS TO DATE $10,778.23 $64,976.61 CREDITS TO DATE CONTRACT TO DATE $2,832,574.43 $0.00 AMOUNT OF PROP. CHANGE ORDER $0.00 REVISED 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 ($122,713.73) $2,384,723.72 $0.00 $0.00 $2,384,723.72 $0.00 $2,384,723.72 $70,839,958.40 You are directed to make the following changes in the contract documents CITY BID ITEM PAY ITEM # # QUANTITY UNIT 9999.0001 9' 2 EA 9999.0002 10' 2 EA 9999.0003 11" 2 EA STREET LIGHTS TOTAL TOTAL $3,107,015.65 $0.00 $0.00 $3,107,015.65 $0.00 $3,107,015.65 $10,839,958.40 $2,183,854.94 $0.00 $0.00 $2,183,854.94 $0.00 $2,183,854.94 City Cost: ITEM DESCRIPTION 24" x 6" Concrete Foundation Relocate School Zone Pole Demo Existing Concrete Foundation 12" Below Grade $319,789.66 $0.00 270 $72,000.00 0 $331,789.66 $0.00 270 $331,789.66 $0.00 UNIT PRICE TOTAL $5,000.00 $10,000.00 $500.00 $1,000.00 $500.00 $1,000.00 $12,000.00 $12,000.00 REASQNS FOR CHANGE aR�ER T. Added remeve and re�Jace sehool zane flasher srgn Nd CI'I'Y FUNI]S INVdLV�� IN TFil5 CON7RACT. �EVELQPER IS RESPONSIBLE FOR 100°Io OF THE CHANGE OR�ER COSi lAND NO REIMBURSEMEIVT Fi40M THE CITY WILL BE SaUGHT BY TFtE DEVEL�PER. RECOMMEN�E€}: �PP120�IED: APPFt�VE�: ennar �iomes of 7exas Goodvrin and Marshall, Inc. Land and Consfrucfion. Ztd. ,. � Uiility Const�ucfiptr,�7nc ��,r' � By- i''/.,.-�� gY, � ��� 8y .,. . � � ' � Name: Matt 8aacke. P.E. hame: ..JO�'ll�l QIVEfc`t. ryam� i��ChBCd Wolfe Title: Project Engineer T;tie:Director of Land Dewelopmen��ie: 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) Pavinq, (C) Street Lights CFA# 240021 � CITY PARTICIPATION CITY PROJECT# 104554 FID # 30114-0200431-104554-E07685 FILE # X-27967 $3,1U7,015.65 $o.00 $0.00 $3,107,015.65 $0.00 $3,107,0'I 5.65 INSPECTOR: Michael Perkins Phone No: 682-715-7010 PROJECT MANAGER: Ram Tiwari Phone No: 817-392-2237 CONTRACT UNIT WATER SEWER DRAINAGE PAVING STREET LIGHTS Developer Developer Cost City Cost Developer Cost City Cost Developer Cos� City Cost Developer Cost Ciry Cost Cost City Cost ORIGINAL CONTRACT $2,821,796.20 $D.00 $2,507,437.45 $0.00 $3,042,039.04 $0.00 $2,183,854.94 $0.00 $3'19,789.66 $0.00 EXTRAS TO DATE $10 778.23 $64,976.61 $12,000.00 CREDITS TO DATE CONTRACTTO DATE $2,832,574.43 $0.00 AMOUNT OF PROP. CHANGE ORDER $84,442.92 REVISEDCONTRACTAMOUNT $2,917,017.35 $0.00 TOTAL REVISED CONTRACT AMOUNT PER UNIT $2,917,017.35 REVISED COST SHARE Dev. Cost: TOTAL REVISED CONTRACT (c^ 22,'' 3.i �;. $2,384,723.72 $0.00 $0.00 $2,384,723.72 $0.00 $2,384,723.72 $10,924,401.32 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 WATER TOTAL TOTAL $10,924,401.32 CHANGE ORDER No: 0% 6 $2,'183,854.94 $0.00 $0.00 $2,'183,854.94 $0.00 $2,'I 83,854.94 City Cost: ITEM DESCRIPTION Trench Safety 30" Casinq Bv Other Than Open Cut 16�' DIP Water 12" Gate Valve & Valve Box 16" Gate Valve & Vaive Box CONTRACT DAYS 270 5331,789.66 $0.00 270 $0.00 0 $331,789.66 $0.00 270 $331,789.66 $0.00 UNIT PRICE $0.38 $748.67 $182.03 $3, 86 � .23 $21, 076.29 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 Tiwa►'iR at 10:17 am, Jul 08, 2025 �ennar Homes oi Texas Goodwin and Marshall, Inc. Land and Construction, Ltd. L.H. La y om �y, T gy: ��� � �_ gy; � DEr,�a�.� ey. �� . �.� Name: Matt Baacke, P.E. Name: �OIIII OIVEC'a Name: CUItIS HaWIC T�tie: Project En9�neer ritie: Director of Land Development T;t,e: Senior Project Manager TOTAL $22.80 $44, 920.20 $14,562.40 $3, 861.23 $29.076.29 $84 442.92 $84,442.92 Revised: 10-12-2011 Page 1 FORTWORTH �� �, ..� TRt1NSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Deer Creek Meadows Phase 8 CITY PROJ�CT NUMBER: 104554 � WATER PIP� LAID SIZ� TYPE OF PIPE C900 8" PVC American Fastite Pipe (Bell Spigot) 12" Ductile Iron C900 12" PVC C900 16" PVC American Fastite Pipe (Bell Spigot) 16" Ductile Iron FIRE HYDRANTS: 25 PIPE ABANDONED C900 SIZE 12" VALV�S (16" OR LARGER) TYP� OF PIPE PVC DENSITIES: NEW SERVICES: 1" 2�� � PIPE LAID SIZE SDR-26 8" American Fastite Pipe (Bell Spigot) 8" SDR-26 12" PIPE ABANDONED DENSITIES: NEW SERVICES: SIZE :!Y YES Copper Copper SEWER TYPE OF PIPE PVC Ductile Iron PVC TYPE OF PIPE YES PVC LF 7945' 323' 5421' 3083' 442' 7 LF 3554 216 EA 1 EA LF 6396' 1068' 4307' LF 213 EA TRr�NSPORTATION AND PUBLIC WORKS The Cit�� of Fort \�/orth • 1000 Throckmorton Street • Fort V�/orth, TZ 76012-G311 F�ORTWORTH�� TRANSPORTATION AND PUBLIC WORKS August 22, 2025 LH Lacy Company, LTD 1880 Crown Dr. #1200 Dallas, TX 75234 RE: Acceptance Letter Project Name: Deer Creel< Meadows Phase 8 Project Type: Water, Sanitary Sewer 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, �Gtl�l �f�/Gi�l Ram �iwari (Sep 11, 2025 13:36�.35 CD I) 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 #104554 - Deer Creek Meadows Phasee 8 � BY - _. . , Bobby . G don, President � � � Subscribed and sworn before me on this date 27 of Au s 025. � � � Q�+ �I� 0 � Notary Public Dallas County, State of Texas �,r— — ----- ,�• ��� DARLENE CONEY ;��n Notary ID #10317301 � My Commission Expires Much 9, 2028 � � � � CONSENT �F SURETY TO FINAL PAYMENT .ArA���r c�a7 Bond No. 5316968 TO OWNER: (Nmne.wxfadrlre.fl) City of Fort Worth & Lennar Homes of Texas Land and Construction, Ltd. 1707 Market Place Blvd., Suite 100 Irving, TX 75063 rxoJ�r: (l�n,,,Nond a�l�eaV Deer Creek Meadows Phase 8 OWNF.R ARC}-IITF,CT CONTRAC'1'OR 5URE7Y OTiiF.R ARCHITECT'S PROJBCT NO.: CON'l�tHCT FOR: Construction CONiRACT DATED: In accordance with the provlsians af che Concrac[ betvveen d1e dwner and the Ccxitracccx as indic�tec! alxrre, the pnsert na�nrm�d addrt.aofSumYl Great American Insurance Company 301 East Fourth Street Cincinnati, OH 45202 ■ ■ ■ ,:� ■ , Si3RETY, on i�nd of (lnarn name and ad�hr,.�s qf Carfrad�rl L.H. Lacy Company, Ltd. 1880 Crown Dr., Suite 1200 Dallas, TX 75234 , CONfRACTOR, hereby approves ofthe flr.a1 payment co che Contraccor, and agrees that iinal payment to the Contractor shal! ncx relieve the Swery Uf any of ics obligacions ta (lrxwrrt nameand addn:cs ofOmncr) City of Fort Worth & Lennar Homes of Texas Land and Construction, Ltd. 1707 Market Place Blvd., Suite 100 Irving, TX 75063 , OWIVfiR, as sec fcmh in said Surety's ba�d. IN WITNFSS WHERfiOF, the Surery has hereun[c� set its hand ctn this date: August 26, 2025 (/�urq !�� uvi►litg tba ►xontb jaUou�nd h,N+b�'+nuacrrr �rrand na�.J Great American Insurance Company (�', c:%�.C�C �' ' By. �. (S7(qurrturr Q�atNbo»Izrr! irp�aorn�aritrJ David T. Miclette Attorney-in-Fact (P�4iNe�d rtaiur a�tt! tidrl 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 ihis power of attomey is not more than No.5316968 POV1`ER OF ATTORNEY KNOW' ALL!NEN BY THESE PRESENTS: That the GREATAMERICAN INSURANCE COMPANY, a corporation organi•rzd and existing under and by ��inuc of thc laws of thc Statc of Ohio, does hcrcby nominate, constitutc and appoint thc person or persons namcd bclow, each individually if more than one is namcd its true and lawful attorney-in-fact, for it and in its name, placc and stead to execute on behalf of the said Company, as surcry, any and all bonds, undertakings and contracts of sureryship, or other wrinen obligations in Ihe 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 limif stated below�. Namc David T. Miclette Addrcss Limit of Powcr $100,000,000 2800 North Loop West, Suite 1100 Houston, TX 77092 Prindpal: L.H. Lacy Company, Ltd. Obli�ee: City of Fort Worth & Lennaz Homes of Texas Land and Conswetion, Ltd. This Power of Attorney revokes all previous powers issued on behalf of the anomey(s)-in-fact named above. IN W ITNESS W HERF.QF the GREAT AMERICAN INSURANCF CdMPANY has caused these presents to be signed and anested by iu appropriate oRicers and iLs corporate seal hereunto affixed this 26th day of August 2025 • Ancst GREA'f AMERICAN INSURANCE COMPANY i �'"•. ... � __ ��� .�� � A i�, � .�:t ` . �.�,,...__ � � ui��an! Seerelar� Divisiww! Srnior trecr PnrrJrni STATE OF ONIO, COUNTY OF HAMILTON - ss: .►a+N K wEas�a ren-3r�•zeos) On this 26th day of August . 2025 , before me personally appeared JOHN K. WF.BSTER, to me know�n, being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that hc is a Divisional Senior Vicc Presidcnt of the Aond I)ivision 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 aliixed to the said instrument is such corporate seal: that it Has so afiixed by authority ol'his oflice under the By-Laws of said Company, and that he signed his name theroto by like authority. �� i»j�,: SUSAN A KUFIORST „�,,,�� Notary Publk r����' State of Ohlo z�-��• My Co��m. Ex�res May 1 E, 2030 � � . . � � ' . � This Power of Attomcy is granted by authority of the following rcsolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated June 9. 2008. RESO/.! ED: Tha1 �he Divisional President, !he several Divisional Senior �ce Presidenls, Divisiona! �ce Presidenls and Drvisonal Assislanl �ce Prrrsidenrs, or un�� one of �hem, he and herieb�� i.s uuthorized. frr�m ►rme !o lime, 10 up{wint one or mure Allorneys-in-Farl lo execule on hehaljof 1he Compa�ry, as surety�, am� and a!l lwndr, undenakings and contracrs ojsunq�ship, or olher x7inen obligations in !he nature thereof to prescribe their respective duties and the ►rspec�ive limits oJrheir aurhority; axd to revoke any such appointmen� ar an�� ti►ne. RESOLVEU FURTH6R: Tlurt !he Company seu! anrl lhe sigrunur�e ojan} ojthe ajoresaid o,tTicers and any Secretary or.9ssislant Secr+etary• ojthe Com�xnq may be a�ued by facsimile �o urti power oJatlorney� or cert�cu�e of eillrer gi►�en for ihe e_recution ojunv bond. underlaking, contrac� uJsur+etvship, or other written ohligulion in !!ie nalure lhemof, such signatum and sea! when so used being herehv ndopled fiv the Compam� as the origina! signalure of such o.Q'icer n�rd rhe urigina! sen! ojthe Compan}: �o be ralid and biruling upon rhe Company wilh the same jorce and e,(Jec� as Ihough mnnuallv a,gixed. CERTIFICATION !,S�=E�'}�EN C'. BERAHA, Assistant Sccretary• ofGrcat American Insurance Company, do hcrcby cenify that the foregoing Power ofAnomey and tlwA 2t+so1litions of the i3axrd of Directors of June 9, 2008 have not been revoked and are now in full force and ef%ct. _ -- Sigied and�calC�ci IMs 26th �y of Augusc , 2025 . �;�. - =----- -� L. � : � _ :-`, �s � - �`\ . • ��. �C, j;� Ls � - . Asristanl Secrrfm7• S1029/U (04/25)