HomeMy WebLinkAboutContract 60039-FP2-FP2
FORT WORTH,
City Secretary
Contract No. 60039
Date Received 5/22/2025
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: Trinity Habitat Townhomes
City Project No.: 104706
Improvement Type(s): Water ❑x Sewer ❑x
Original Contract Price: $370,307.26
Amount of Approved Change Order(s): $31,806.60
Revised Contract Amount: $402,113.86
Total Cost of Work Complete: $402,113.86
.Tacob Simon
Contractor
Venus Construction
Title
Venus Construction
Company Name
/-,. A'&'
Project Inspector
Projectj�ITTManager
4��
CFA Manager
TPW Director
0'3v
Asst. City Manager
05/21 /2025
Date
05/22/2025
Date
05/22/2025
Date
05/22/2025
Date
05/22/2025
Date
05/27/2025
Date
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Page 1 of 2
Notice of Project Completion
Project Name: Trinity Habitat Townhomes
City Project No.: 104706
City's Attachments
Final Pay Estimate ❑x
Change Order(s): ❑x Yes ❑ N/A
Pipe Report: ❑x Yes ❑ N/A
Contractor's Attachments
Affidavit of Bills Paid
Consent of Surety
Statement of Contract Time
Contract Time: 145 WD Days Charged: 290 WD
Work Start Date: 11/20/2023 Work Complete Date: 3/4/2025
Completed number of Soil Lab Test: 169
Completed number of Water Test: 4
Page 2 of 2
FORT WORT 11
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name TRINITY HABITAT TOWNHOMES
Contract Limits
Project Type WATER & SEWER
City Project Numbers 104706
DOE Number 4706
Estimate Number 1 Payment Number 1 For Period Ending
City Secretary Contract Number
Contract Date
Project Manager NA
Contractor VENUS CONSTRUCTION COMPANY
1426 S. MAIN P O BOX 90
MANSFIELD , TX 76063
Inspectors G. DEYON / S. WESTER
Contract Time
Days Charged to Date
Contract is 100.00
3/4/2025
WD
14➢VD
290
Complete
Tuesday, April 29, 2025 Page 1 of 4
City Project Numbers 104706
Contract Name TRINITY HABITAT TOWNHOMES
Contract Limits
Project Type WATER & SEWER
Project Funding
UNIT I: WATER IMPROVEMENTS
DOE Number 4706
Estimate Number I
Payment Number 1
For Period Ending 3/4/2025
Item
Description of Items
Estimated Unit
Unit Cost
Estimated
Completed
Completed
No.
Quanity
Total
Quanity
Total
1
8" WATERLINE (CO#1)
300 LF
$207.69
$62,307.00
300
$62,307.00
2
SALVAGE 1" WATER METER
6 EA
$2,650.45
$15,902.70
6
$15,902.70
3
TRENCH SAFETY (CO#1)
306 LF
$4.03
$1,233.18
306
$1,233.18
4
DUCTILE IRON WATER FITTING W/ RESTRAINT
0.1 TN
$16,793.96
$1,679.40
0.1
$1,679.40
5
8" WATER PIPE (CO#1)
306 LF
$247.95
$75,872.70
306
$75,872.70
6
1" WATER SERVICE (CO#1)
17 EA
$3,401.97
$57,833.49
17
$57,833.49
7
8" GATE VALVE
2 EA
$4,487.32
$8,974.64
2
$8,974.64
8
ABANDON EXISTING 1" WATER SERVICE
8 EA
$2,784.65
$22,277.20
8
$22,277.20
(CO#1)
9
CONNECTION TO EXISTING 4"-12" WATER
2 EA
$1,572.67
$3,145.34
2
$3,145.34
MAIN
10
REMOVE 6" WATER LINE (CO#1)
14 LF
$207.69
$2,907.66
14
$2,907.66
11
REMOVE 6" GATE VALVE (CO#1)
1 EA
$2,000.00
$2,000.00
1
$2,000.00
12
FIRE HYDRANT (CO#1)
1 EA
$4,639.97
$4,639.97
1
$4,639.97
13
6" PVC WATER PIPE (CO#1)
14 LF
$241.24
$3,377.36
14
$3,377.36
14
6" GATE VALVE (CO#1)
1 EA
$3,816.32
$3,816.32
1
$3,816.32
Sub -Total of Previous Unit
$265,966.96
$265,966.96
UNIT
II: SANITARY IMPROVEMENTS
Item
Description of Items
Estimated Unit
Unit Cost
Estimated
Completed
Completed
No.
Quanity
Total
Quanity
Total
1
TRENCH SAFETY
185 LF
$3.36
$621.60
185
$621.60
2
4" SEWER SERVICE (CO#2)
20 EA
$4,675.44
$93,508.80
20
$93,508.80
3
4" 2- WAY CLEANOUT
15 EA
$2,801.10
$42,016.50
15
$42,016.50
Sub -Total of Previous Unit
$136,146.90
$136,146.90
Tuesday, April 29, 2025 Page 2 of 4
City Project Numbers 104706
Contract Name TRINITY HABITAT TOWNHOMES
Contract Limits
Project Type SANITARY
Project Funding
Contract Information Summary
Original Contract Amount
Change Orders
Change Order Number 1
Change Order Number 2
Total Contract Price
DOE Number 4706
Estimate Number I
Payment Number 1
For Period Ending 3/4/2025
$370,307.26
$8,429.40
$23,377.20
$402,113.86
Total Cost of Work Completed $402,113.86
Less % Retained $0.00
Net Earned $402,113.86
Earned This Period $402,113.86
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
$402,113.86
Tuesday, April 29, 2025 Page 3 of 4
City Project Numbers 104706
Contract Name TRINITY HABITAT TOWNHOMES
Contract Limits
Project Type SANITARY
Project Funding
Project Manager NA
Inspectors G. DEYON / S. WESTER
Contractor VENUS CONSTRUCTION COMPANY
1426 S. MAIN P O BOX 90
MANSFIELD , TX 76063
DOE Number 4706
Estimate Number I
Payment Number I
For Period Ending 3/4/2025
City Secretary Contract Number
Contract Date
Contract Time 145 WD
Days Charged to Date 290 WD
Contract is .000000 Complete
CITY OF FORT WORTH
SUMMARY OF CHARGES
Line Fund Account Center Amount Gross Retainage Net
Funded
Total Cost of Work Completed $402,113.86
Less % Retained $0.00
Net Earned $402,113.86
Earned This Period $402,113.86
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
$402,113.86
Tuesday, April 29, 2025 Page 4 of 4
PROJECT NAME:
CONTRACT:
CFA #
CITY PROJECT #
FID #
FILE #
INSPECTOR:
PROJECT MANAGER:
DEVELOPER -AWARDED -PROJECT CHANGE ORDER
Trinity Habitat Townhonmes
CS-60039
23-0076
104706
30114-0200431-104706-EO7685
K-3065 & X-27684
Stephen Wester
Debbie Willhelm, PE
WATER
Developer
Cost
City Cost
ORIGINAL CONTRACT
$257,537.56
$0.00
EXTRAS TO DATE
$0.00
$0.00
CREDITS TO DATE
$0.00
$0.00
CONTRACT TO DATE
$257,537.56
$0.00
AMOUNT OF PROP. CHANGE ORDER
$ 8,429.40
$0.00
REVISED CONTRACT AMOUNT
$265,966.96
$0.00
TOTAL REVISED CONTRACT AMOUNT
PER UNIT
$265,966.96
REVISED COST SHARE
Dev. Cost:
TOTAL REVISED CONTRACT
CITY PARTICIPATION:1 NO
Phone No: 682-287-3465
Phone No: 817-392-2481
SEWER
Developer
Cost
City Cost
$112,769.70
$0.00
$0.00
$0.00
$0.00
$0.00
$112,769.70
$0.00
$0.00
$0.00
$112,769.70 1 $0.00
$112,769.70
$655,287.34
CONTRACT UNIT
PAVING
Developer
Cost
City Cost
$210,822.02
$0.00
$0.00
$0.00
$0.00
$0.00
$210,822.02
$0.00
$ (4,609.40)
$0.00
$206,212.62
$0.00
$206,212.62
City Cost:
$655,287.34
DRAI
Developer
Cost
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
CHANGE
ORDER No:
1
REVIEWED
By Debbie J. Willhelm at 12:11 pm, May 15, 2024
VAGE
$0.00
City Cost
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
STREET LIGHTS
Developer
Cost City Cost
$70,338.06 $0.00
$0.00 $0.00
$0.00 $0.00
$70,338.06 $0.00
$0.00 $0.00
$70,338.06 $0.00
$70,338.06
$0.00
CONTRACT
DAYS
145
145
0
145
Revised: 10-12-2011 Page 1
You are directed to make the following changes in the contract documents
CITY BID ITEM
PAY ITEM #
#
QUANTITY
UNIT
ITEM DESCRIPTION
UNIT PRICE
TOTAL
Unit 1: Water Improvements
#1
241.1013
-45
LF
Remove 8" Water Line
$ 207.69
$
(9,346.05)
#3
3305.0109
-45
LF
Trench Safety
$ 4.03
$
(181.35)
#5
3311.0241
-45
LF
8" Water Pipe
$ 247.95
$ (11,157.75)
#6
3312.2003
2
EA
1" Water Service
$ 3,401.97
$
6,803.94
#8
9999.0003
2
EA
Abandon Existing 1" Water Service
$ 2,784.65
$
5,569.30
***New Item***
241.1012
14
LF
Remove 6" Water Line
$ 207.69
$
2,907.66
***New Item***
241.1302
1
EA
Remove 6" Gate Valve
$ 2,000.00
$
2,000.00
***New Item***
3312.0001
1
EA
Fire Hydrant
$ 4,639.97
$
4,639.97
***New Item***
3311.0141
14
LF
6" PVC Water Pipe
$ 241.24
$
3,377.36
***New Item***
3312.3002
1
EA
6" Gate Valve
$ 3,816.32
$
3,816.32
Water Total
$
8,429.40
Unit IV - Paving Improvements
#6
241.13
10
LF
Remove Conc Curb & Gutter
$ 12.10
$
121.00
#7
241.1506
-50
SY
2" Surface Milling With Qualified Asphalt Paving Contractor
$ 15.00
$
(750.00)
#8
3212.0302
-50
SY
2" Asphalt Pvmt Type D
$ 25.00
$
(1,250.00)
#10
3201.0202
-50
SY
Asphalt Pvmt Repair Beyond Defined Width, Arterial
$ 58.50
$
(2,925.00)
#17
3213.0401
10
LF
6" Concrete Curb & Gutter
$ 19.46
$
194.60
Paving Total
$
(4,bUYAU)
TOTAL
$
3,820.00
REASONS FOR CHANGE ORDER
Reduced overall length of water
line replacement due to as -built locations, added fire hydrant reconnection, and updated pavement repair. Changes
correspond to
plan revision 1 as shown on sheets 6, 7, & 15 of the construction 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:
FLANAGAN Habitat for Humanity Venus Construction Company
By: _ By: By: t w 5/8/2024
Name: Reece Flanagan Name: Steve Smith / Name: Josh McAda
Title: CEO Title: Land Development & Real Estate Director Title: President
Revised: 10-12-2011 Page 3
DEVELOPER -AWARDED -PROJECT CHANGE ORDER
PROJECT NAME:
Trinity Habitat Townhonmes
CONTRACT:
CS-60039
CHANGE
ORDER No:
ICFA#
23-0076 1
CITY PARTICIPATION:1 NO
CITY PROJECT #
104706
IFID #
30114-0200431-104706-E07685
2
FILE #
K-3065 & X-27684
INSPECTOR:
Stephen Wester
Phone No:
682-287-3465
REVIEWED
PROJECT MANAGER:
Debbie Willhelm, PE
Phone No:
817-392-2481
By Debbie J. Willhelm at 7:32 pm, Aug 12, 2024
CONTRACT UNIT
WATER SEWER
PAVING
DRAINAGE STREET LIGHTS
CONTRACT
Developer Developer
Developer Developer
Developer
DAYS
Cost City Cost Cost
City Cost
Coat City Cost Cost
City Cost Cost City Cost
ORIGINAL CONTRACT
$257,537.56 $0.00 $112,769.70
$0.00
$210,822.02 $0.00
$0.00
$0.00 $70,338.06 $0.00
145
EXTRAS TO DATE
$8,429.40 $0.00 $0.00
$0.00
($4,609.40) $0.00
$0.00
$0.00 $0.00 $0.00
CREDITS TO DATE
$0.00 $0.00 $0.00
$0.00
$0.00 $0.00
$0.00
$0.00 $0.00 $0.00
CONTRACT TO DATE
$265,966.96 $0.00 $112,769.70
$0.00
$206,212.62 $0.00
$0.00
$0.00 $70,338.06 $0.00
145
AMOUNT OF PROP. CHANGE ORDER
$0.00 $0.00 $ 23,377.20
$0.00
$ 5,302.90 $0.00
$0.00
$0.00 $0.00 $0.00
3
REVISED CONTRACT AMOUNT
$265,966.96 $0.00 $136,146.90
$0.00
$211,515.52 $0.00
$0.00
$0.00 $70,338.06 $0.00
148
TOTAL REVISED CONTRACT AMOUNT
PER UNIT
$266,966.96 $136,146.90
' $211,616.62
$0.00 $70,338.06
REVISED COST SHARE
Dev. Cost: $683,967.44
City Cost:
$0.00
TOTAL REVISED CONTRACT
$683,967.44
Revised: 10-12-2011 Page 1
You are directed to make the following changes in the contract documents
CITY BID ITEM
PAY ITEM #
#
QUANTITY
UNIT
ITEM DESCRIPTION
UNIT PRICE
TOTAL
Unit It: Sanitary Sewer Improvements
#2
3331.3101
5
EA
4" Sewer Service
$ 4,675.44
$ 23,377.20
Sanitary Sewer Total
$ 23,377.20
Unit IV: Paving Improvements
241.0100
330
SF
Remove Sidewalk
$ 4.13
$ 1,362.90
#14
3213.0301
394
SF
4" Conc Sidewalk
$ 10.00
$ 3,940.00
Paving Total
$ 5``302.90
TOTAL
$ 28,680.10
REASONS FOR CHANGE ORDER
Added 5 sanitary sewer services to serve future development (Phase 2). Corrected pavement quantities to match plans. Changes correspond to Plan
Revision 1 Sheet 6, and Plan Revision 2 Sheet 8. 3 additional days are requested with this change order.
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:
FLANA AN
Habitat for Humanity
Venus Construction Company
By:
By:
� � ISP Z 6L/
By.
� S (4
Name: Reece Flanagan
Name:
Steve Smith
Name:
Josh McAda
Title: CEO
Title:
Land Development & Real Estate Director
Title:
President
Revised: 10-12-2011 Page 3
DEVELOPER -AWARDED -PROJECT CHANGE ORDER
PROJECT NAME:
Trinity Habitat Townhonmes
(CONTRACT:
CHANGE
CS-60039
ORDER No:
ICFA#
23-0076 I
CITY PARTICIPATION: NO
CITY PROJECT #
104706
3
IFID #
30114-0200431-104706-E07685
IFILE #
K-3065 & X-27684
INSPECTOR:
Stephen Wester
Phone No:
682-287-3465
REVIEWED
PROJECT MANAGER:
Debbie Willhelm, PE
Phone No:
817-392-2481
By Debbie J. Willhelm at 2:04 pm, Oct 03, 2024
CONTRACT UNIT
WATER SEWER
PAVING
DRAINAGE
STREET LIGHTS
CONTRACT
Developer Developer
Developer Developer
Developer
DAYS
Cost City Cost Cost
City Cost
Cost City Cost Cost
City Cost Cost City Cost
ORIGINAL CONTRACT
$257,537.56 $0.00 $112,769.70
$0.00
$210,822.02 $0.00
$0.00
$0.00 $70,338.06 $0.00
145
(EXTRAS TO DATE
$8,429.40 $0.00 $23,377.20
$0.00
$5,302.90 $0.00
$0.00
$0.00 $0.00 $0.00
3
ICREDITS TO DATE
$0.00 $0.00 $0.00
$0.00
-$4609.40 $0.00
$0.00
$0.00 $0.00 $0.00
I CONTRACT TO DATE
$265,966.96 $0.00 $136,146.90
$0.00
$211,515.52 $0.00
$0.00
$0.00 $70,338.06 $0.00
148
(AMOUNT OF PROP. CHANGE ORDER
$0.00 $0.00 $
$0.00
$ 21,256.07 $0.00
$0.00
$0.00 $ $0.00
34
(REVISED CONTRACT AMOUNT
$265,966.96 $0.00 $136,146.90
$0.00
$232,771.59 $0.00
$0.00
$0.00 $70,338.06 $0.00
182
TOTAL REVISED CONTRACT AMOUNT
PER UNIT
$265,966.96 $136,146.90
$232,771.59
$0.00 $70,338.06
REVISED COST SHARE
Dev. Cost: $705,223.51
City Cost:
$0.00
TOTAL REVISED CONTRACT
$705,223.51
Revised: 10-12-2011 Page 1
You are directed to make the following changes in the contract documents:
CITY BID ITEM
PAY ITEM # # QUANTITY UNIT
Unit IV: Paving Improvements
ITEM DESCRIPTION
UNIT PRICE TOTAL
#5
0241.1000 106 SY
Remove Conc Pvmt $ 51.98 $ 5,509.88
#10
3201.0202 20 SY
Asphalt Pvmt Repair Beyond Defined Width, Arterial $ 58.50 $ 1,170.00
#11
3211.0111 60 SY
4" Flexible Base Type A GR-1 $ 20.90 $ 1,254.00
#13
3213.0101 106 SY
6" Conc Pvmt $ 80.29 $ 8,510.74
NEW
2605.3011 185 LF
2" CONDT PVC SCH 40 (T) "Signal' $ 20.97 $ 3,879.45
NEW
3441.1501 1 EA
Furnish/Install Ground Box Type B "Signal' $ 932.00 $ 932.00
Paving Total $ 21,256.07
TOTAL $ 21,256.07
REASONS FOR CHANGE
ORDER
Extended alley improvements to Jefferson Ave. and additional electrical improvements for traffic light conduit lowering. Changes correspond to Plan
Revision 3 Sheets 6, 15 and 19.
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:
FLANAGAN
Habitat for Humanity Venus Construction Company
By:
/
By: � I' / /7 By �i}�'� VN\,
Name:
Reece Flanagan
Name: Steve Smith / Name: Josh McAda
Title:
CEO
Title: Land Development & Real Estate Director Title: President
IndZdent Utility Con` n Inc.
By:
Name:
Richard Wolfe, Jr.
Title:
CFO
Revised: 10-12-2011 Page 2
FORTWORTH
TRANSPORTATION AND PUBLIC WORKS
PIPE REPORT FOR:
PROJECT NAME: Trinity Habitat Townhomes
CITY PROJECT NUMBER: 104706
WATER
PIPE LAID SIZE TYPE OF PIPE LF
PVC 8 C900 306
PVC 6 C900 14
FIRE HYDRANTS: 1
PIPE ABANDONED
N/A
DENSITIES:
NEW SERVICES:
PIPE LAID
PIPE ABANDONED
N/A
DENSITIES:
NEW SERVICES:
SIZE
SIZE
SIZE
4"
VALVES (16" OR LARGER) N/A
TYPE OF PIPE LF
Yes All Passed
Copper pipe
SEWER
TYPE OF PIPE
TYPE OF PIPE
Yes All Passed
SDR 26
TRANSPORTATION AND PUBLIC WORKS
The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311
(817) 392 - 7941 • Fax: (817) 392 - 7845
LF
LF
17 Each
20 Each
FORTWORTH.
M,
TRANSPORTATION AND PUBLIC WORKS
April 21, 2025
Venus Construction
1426 S. Main St
Mansfield, TX 76063
RE: Acceptance Letter
Project Name: Trinity Habitat Townhomes
Project Type: Water, Sewer, Paving
City Project No.: 104706
To Whom It May Concern:
On April 11, 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 April 15, 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 April 15, 2026, 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-
392-6251.
Sincerely,
�G►tdrtse:J'
Andrew Goodman , Project Manager
Cc: Steven Wester, Inspector
Gary Deyon , Inspection Supervisor
Lorrie Pitts , Senior Inspector
Andrew Goodman , Program Manager
Reece Flanagan , Consultant
Venus Construction , Contractor
Trinity Habitat for Humanity, Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Rev. 8/20/19
AFFIDAVIT
STATE OF TEXAS
COUNTY OF JOHNSON
Before me, the undersigned authority, a Notary Public in the state and county aforesaid, on
this day personally appeared Samuel McAda, Executive Vice President, of Venus Construction
Company , known to me to be a creditable 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 there are no claims pending for personal injury and/or
property damages.
On Contract described as;
Trinity Habitat Townhomes
Project No.: 104706
By:
Subscribed and sworn before me on this 21 day of May , 2025
Notary Public in Johnson County,
1426 S. Main Mansfield, TX 76063 j (817) 477-2050
WWW.VENUSCONSTRUCTION.COM
,•���,1A CO,4 ..
J
Ry 'P
z �0:
OF k
�R•. 1397 �6� : Ory •�:
06-�
Texas'"--1I --',%%„
CONSENT OF
SURETY COMPANY
TO FINAL PAYMENT
Bond Number: CA 5315654
OWNER
❑
ARCHITECT
❑
CONTRACTOR
❑
SURETY
❑
OTHER
❑
PROJECT: Trinity Habitat Townhomes-Allen Street Ft Worth
(name. address)
TO (ON�ner)
Fort Worth Area Habitat for Humanity Inc. and
City of Fort Worth
CONTRACTOR:
Venus Construction Company
1426 S. Main
Mansfield, TX 76063
CONTRACT FOR:
PROJECT NO.:
CONTRACT DATE:
Trinity Habitat
Townhomes
104706
FINAL CONTRACT PRICE: $402, 113.86
In accordance with the provisions of the Contract between the Owner and the Contractor as indicated
above, the (here insert name and address of Surety Co.)
Great American Insurance Company
P.O. Box 5425
Cincinnati, OH 45201-5425
, SURETY COMPANY,
on bond of (here insert name and address of Contractor)
Venus Construction Company
1426 S. Main
Mansfield, TX 76063
hereby approves of the final payment to the Contractor and agrees that final payment to tONTRACTOR
Contractor shall not relieve the Surety Company of any of its obligations to (here insert name and
address of Owner)
Fort Worth Area Habitat for Humanity Inc. and City of Fort Worth
as set forth in the said Surety Company's Bond. , OWNER,
IN WITNESS WHEREOF,
the Surety Company has hereunto set its hand this 21st day of May 2025
Great American Insurance Company
��� Surety man -
(SEAL)
C By
ignature of Authorized Representative
w
L10yd Ray Pitts Jr - Attorney -In -Fact
Title
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 TWO
No.0 20935
POWER OFATTORNEY
KNOW ALL MEN BYTHESE 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 attorney -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.
LLOYD RAY PITTS, JR.
Name Address Limit of Power WILLIAM D. BIRDSpNG BOTH OF BOTHDALLAS, TEXAS $100,000,000
This Power ofAttomey revokes all previous powers issued on behalf of the attomey(s)-in-fact named above.
IN WITNESS WHEREOF the GREATAIMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate
officers and its corporate seal hereunto affixed this 10TH fittest day of DECEMBER 2020
GREATAMP-RICANINSURANCE COMPANY
Assistant Secretary
Divisional Senior rim President
STATE OF OHIO, COUNTY OF HAMILTON - sS: MARK VICARIO 1677-377-2465j
On this 10TH day of DECEMBER 2020 before me personally appeared MARK VICARIO, tome known,
being duly sworn, 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 was 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
Notary Public
State of Ohio
My Comm. Expires
,May 18, 2025
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, 2008.
RESOLVED; That the Divisional President, the several Divisional Senior Vice Presidents, Divisional rice Presidents and Divisonal Assistant Vice
Presidents, or any one of lhern, be and hereby is authorized, from time to time, to appoint one or more Attorney
gonsn the nature thereof
s in -Fact to execute on behalf of the Company,
as surety any and a!1 bonds, undertakings and contracts ofsunetyship, or other written obligations in to prescribe their respective duties and
the respective limits of their authority; and to revoke any such appointment at any time.
RESOLVED FURTHER- That the Companv seal and the signature of any of the aforesaid queers and any Secretary or Assistant Secretary of the
Company may he awed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract ofsuretyship,
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 ofsuch
officer and the original seal of the Company, to be valid and binding upon the Company with the sane force and effect as though manually affixed.
CERTIFICATION
1, STEPHEN C. BERAHA, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and
the Resolutions of the Board of Directors of June 9, 2008 have not been revoked and are now in full force and effect.
Signed and t ealed this 21st f day oMay .. Y 2025 ,
-
Assistant Secretary
sr029An caa.20i
Great American insurance Company of New York
GREAT ERICAN. Great American Alliance Insurance Company
WSURANCE GROUP Great American insurance Company
IMPORTANT NOTICE:
To obtain information or make a complaint:
You may contact the Texas Department of Insurance to obtain information on companies,
coverages, rights or complaints at:
1-800-252-3439
You may write the Texas Department of Insurance at:
P.O. Box 149104
Austin, TX 78714-9091
FAX: 1-512490-1007
Your notice of claim against the attached bond may be given to the surety company that
issued the bond by sending it by certified or registered mail to the following address:
Mailing Address: Great American insurance Cornpany
P.O. Box 2119
Cincinnati, Ohio 45202
Physical Address: Great American Insurance Company
301 E. Fourth Street
Cincinnati, Ohio 45202
You may also contact the Great American Insurance Company Claim office by:
Fax: 1-888-290-3706
Telephone: 1-513-359-5091
Email: boridclaims@
gaic.com
PREMIUM OR CLAIM ]DISPUTES;
If you have a dispute concerning a premium, you should contact the agent first. If you
have a dispute concerning a claim, you should contact the company first. If the dispute is
not resolved, you may contact the Texas Department of Insurance,
ATTACH THIS NOTICE TO YOUR BOND:
This notice is for information only and does not became a part or condition of the attached
document.
r.9667A (i 0/16)