Loading...
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)