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)