Loading...
HomeMy WebLinkAboutContract 61879-FP3-FP3 City Secretary Contract No. 61s79 FORT WORTH, Date Received 9/10/2025 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: Tradition Phase 9A City Project No.: 105255 Improvement Type(s): ❑ Paving ❑x Drainage ❑ Street Lights ❑x Bridge Original Contract Price: $2,240,091.67 Amount of Approved Change Order(s):-$95,121.24 Revised Contract Amount: $2,144,970.43 Total Cost of Work Complete: $2,144,970.43 7awret MclCr'bbe�r 09/05/2025 Contractor Date Project Manager Title LH Lacy Company, Ltd Company Name 9-11-,17— 09/05/2025 Project Inspector Date MosMage Mohawwdeew,'U. 09/10/2025 Project Manager Date 09/10/2025 aLll� CFA Manager Date /t&� 09/10/2025 TPW Director Date 09/10/2025 Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT. WORTH, TX Notice of Project Completion Project Name: Tradition Phase 9A City Project No.: 105255 City's Attachments Final Pay Estimate ❑x Change Order(s): ❑x Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 170 WD Days Charged: 189 WD Work Start Date: 9/23/2024 Work Complete Date: 7/23/2025 Completed number of Soil Lab Test: 1011 Completed number of Water Test: 48 Page 2 of 2 FORT WORT 11 CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name TRADITION PHASE 9 A Contract Limits Project Type DRAINAGE City Project Numbers 105255 DOE Number 5255 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 For Period Ending 7/23/2025 WD Contract Time 8➢VD Days Charged to Date 189 Contract is 100.00 Complete DALLAS, TX 75354 T. GARDNER / J. ROGERS Tuesday, September 2, 2025 Page 1 of 4 City Project Numbers 105255 DOE Number 5255 Contract Name TRADITION PHASE 9 A Estimate Number I Contract Limits Payment Number I Project Type DRAINAGE For Period Ending 7/23/2025 Project Funding UNIT III: DRAINAGE IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 REMOVE RIPRAP 12 SY $48.25 $579.00 12 $579.00 2 REMOVE EX. HEADWALL 1 EA $852.96 $852.96 1 $852.96 3 REMOVE 42" STORM LINE 28 LF $32.55 $911.40 28 $911.40 4 LARGE STOBNE RIPRAP, DRY 74 SY $196.00 $14,504.00 74 $14,504.00 5 MEDIUM RIPRAP, DRY (CO#1) 707 SY $140.00 $98,980.00 707 $98,980.00 6 TRENCH SAFETY 5580 LF $0.63 $3,515.40 5580 $3,515.40 7 CONCRETE COLLAR 10 EA $810.92 $8,109.20 10 $8,109.20 8 21" RCP, CLASS III 835 LF $86.59 $72,302.65 835 $72,302.65 9 24" RCP, CLASS III 655 LF $94.18 $61,687.90 655 $61,687.90 10 27" RCP, CLASS III 417 LF $108.26 $45,144.42 417 $45,144.42 11 30" RCP, CLASS III 438 LF $119.70 $52,428.60 438 $52,428.60 12 36" RCP, CLASS III 636 LF $160.80 W2,268.80 636 $102,268.80 13 42" RCP, CLASS III 467 LF $212.70 $99,330.90 467 $99,330.90 14 48" RCP, CLASS III 588 LF $257.70 W1,527.60 588 $151,527.60 15 5 X 3 BOX CULVERT 554 LF $409.22 M6,707.88 554 $226,707.88 16 8 X 4 BOX CULVERT 581 LF $686.71 098,978.51 581 $398,978.51 17 9 X 4 BOX CULVERT 491 LF $794.75 090,222.25 491 $390,222.25 18 4' STORM JUNCTION BOX 3 EA $5,880.00 $17,640.00 3 $17,640.00 19 5' STORM JUNCTION BOX 3 EA $8,232.00 $24,696.00 3 $24,696.00 20 Y ROUND MANHOLE RISER 4 EA $4,256.00 $17,024.00 4 $17,024.00 21 21" SET, 1 PIPE 2 EA $2,240.00 $4,480.00 2 $4,480.00 22 24" SET, 1 PIPE (CO#1) 0 EA $2,464.00 $0.00 0 $0.00 23 36" SET, 1 PIPE (CO#1) 0 EA $3,360.00 $0.00 0 $0.00 24 10' CURB INLET 9 EA $7,280.00 $65,520.00 9 $65,520.00 25 15' CURB INLET 16 EA $9,688.00 W5,008.00 16 $155,008.00 26 4' DROP INLET (CO#1) 8 EA $7,000.00 $56,000.00 8 $56,000.00 27 CONNECT TO EXISTUING RCP 1 EA $1,174.96 $1,174.96 1 $1,174.96 28 PARRALLEL HEADWALL, 2- 5'X3' BOXES 1 EA $21,280.00 $21,280.00 1 $21,280.00 29 4' X 14' STORM JUNCTION BOX 2 EA $27,048.00 $54,096.00 2 $54,096.00 Sub -Total of Previous Unit $2,144,970.43 $2,144,970.43 Tuesday, September 2, 2025 Page 2 of 4 City Project Numbers 105255 Contract Name TRADITION PHASE 9 A Contract Limits Project Type DRAINAGE Project Funding Contract Information Summary Original Contract Amount Change Orders Change Order Number 1 Change Order Number 3 DOE Number 5255 Estimate Number I Payment Number 1 For Period Ending 7/23/2025 $2,240,091.67 ($102,844.00) $7,722.76 Total Contract Price $2,144,970.43 Total Cost of Work Completed $2,144,970.43 Less % Retained $0.00 Net Earned $2,144,970.43 Earned This Period $2,144,970.43 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 $2,144,970.43 Tuesday, September 2, 2025 Page 3 of 4 City Project Numbers 105255 DOE Number 5255 Contract Name TRADITION PHASE 9 A Estimate Number I Contract Limits Payment Number 1 Project Type DRAINAGE For Period Ending 7/23/2025 Project Funding Project Manager NA City Secretary Contract Number Inspectors T. GARDNER / J. ROGERS Contract Date Contractor L.H. LACY COMPANY Contract Time 85 WD P.O. BOX 541297 Days Charged to Date 189 WD DALLAS , TX 75354 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 $2,144,970.43 Less % Retained $0.00 Net Earned $2,144,970.43 Earned This Period $2,144,970.43 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 $2,144,970.43 Tuesday, September 2, 2025 Page 4 of 4 DEVELOPER -AWARDED -PROJECT CHANGE ORDER PROJECT NAME: Tradition - Phase 9A CONTRACT: (A) Water/Sewer/Storm Drain, (B) Pavinq, (C) Street Liqhts CFA # 24-0075 I CITY PARTICIPATION: NO CITY PROJECT # 105255 CITY SECRETARY CONTRACT # 61879 FID # 30114-0200431-105255-EO7685 X # X-28007 FILE # W-3016 CHANGE ORDER No: REVIEWED By Mosadage Mohammdeen at 8:14 am, Dec 02, 2024 INSPECTOR: John Rogers Phone No: 682-210-8044 PROJECT MANAGER: Mo Mohammdeen Phone No: 682-402-7050 CONTRACT UNIT WATER I SEWER I DRAINAGE I PAVING �evel STREET LIGHTS CONTRACT (Developer er DAYS Developer Cost Clty Cost Developer Cost City Cost Cost Developer Cost City Cost Cost City Cost ORIGINAL CONTRACT $983,282.99 $0.00 I $1,231,595.22 $0.00 I $2,240,091.67 $0.00 I $2,316,384.00 $0.00 $236,527.00 $0.00 170 EXTRAS TO DATE $0.00 $0.00 I $0.00 $0.00 I $0.00 $0.00 I $0.00 $0.00 $0.00 $0.00 CREDITS TO DATE $0.00 $0.00 I $0.00 $0.00 I $0.00 $0.00 I $0.00 $0.00 $0.00 $0.00 CONTRACT TO DATE $983,282.99 $0.00 I $1,231,595.22 $0.00 I $2,240,091.67 $0.00 I $2,316,384.00 $0.00 $236,527.00 $0.00 170 AMOUNT OF PROP. CHANGE ORDER $8,319.42 $0.00 I $30,324.00 $0.00 I ($102,844.00) $0.00 I $0.00 $0.00 $0.00 $0.00 0 REVISED CONTRAgT AMOUNT $991,602.41 $0.00 I $1,261,919.22 $0.00 I $2,137,247.67 $0.00 I $2,316,384.00 $0.00 $236,527.00 $0.00 170 TOTAL REVISED CONTRACT AMOUNT PER $991,602.41 I $1,261,919.22 I $2,137,247.67 I $2,316,384.00 $236,527.00 REVISED COST SHARE Dev. Cost: $6,943,680.30 City Cost: TOTAL REVISED CONTRACT $6,943,680.30 You are directed to make the following changes in the contract documents UNIT I: WATER IMPROVEMENTS CITY BID ITEM PAY IT # # QUANTITY UNIT ITEM DESCRIPTION CFW Unit Price UNIT PRICE Developer Cost City Cost TOTAL 61* 9999.0014 4 EA 1.' Water Service (Irrigation) $1,487.95 $5,951.80 $0.00 $5,95180 62* 9999.0015 1 LF 1.5" Water Service (Irrigation) I $2,367.62 $2,367.62 $0.00 $2,367.62 I I TOTAL UNIT I: WATER IMPROVEMENTS I I I I I $8,319.42 UNIT II: SEWER IMPROVEMENTS CITY BID ITEM PAY ITEM # # QUANTITY UNIT TITEM DESCRIPTION CFW Unit Price UNIT PRICE Developer Cost City Cost TOTAL 24 3339.0001 57 VF Epoxy Manhole Liner $532.00 $30,324.00 $0.00 $30,324.00 TOTAL UNIT It,. SEWER IN(lf PROVEMENTS $30,324.00 I I UN14 III: DRAINAGE IMPROVEMENTS I CITY BID ITEM PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION CFW Unit Price UNIT PRICE Developer Cost City Cost TOTAL 36 3137.0104 (793) EA Medium Riprap, dry $140.00 ($111,020.00 $0.00 ($111,020.00) 53 3349.4105 (1) EA 24" SET, 1 pipe $2,464.00 ($2,464.00) $0.00 ($2,464.00) 54 3349.4109 (1) EA 36" SET, 1 pipe $3,360.00 ($3,360.00 $0.00 ($3,360 00) 57 3349.7001 2 LF 4' Drop Inlet $7,000.00 $14,000.00 I $0.00 $14,000.00 I I I TOTAL UNIT III: DRAINAGE IJOROVEMENTS I I I I I ($102,844.00) TOTAL CHANGE ORDER ($64,200.58) Asterisk (*) indicates New Pay Item Revised: 12-17-2018 Page 1 REASONS FOR CHANGE ORDER 1. Added Irrigation Services 2. Additional Manholes Required Epoxy Liner 2. Updated Storm Quantities to Match Approved Plans RECOMMENDED: APPROVED: APPROV GMcivil Ashton Dallasit"as' el, LC LH L y Co� y Lt . BY:—• Name: Matt Baacke Title: Project Engineer By: /� Name: Cod/y Title: Land �a i l e y Develop Mgr. By: Name: _ lc, TitleV IrV APPROVAL RECOMMENDED: APPROVED: CFW - Water Department CFW- Assistant City Manager By: By: Name: Name: Title: Title: RECOMMENDED: CFW -'Contract Compliance Manager ATTEST By: Name I REVIEWED ette S. Goodall Title: By Mosadage Mohammdeen al a:14 am, Dec 02, 2024 Secretary M&C Number: M&C Date Approved: APPROVED AS TO FORM AND LEGALITY: CFW - Assistant City Attorney By: Name: Title: Contract Compliance Manager (Project Manager): By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, include ensuring all performance and reporting requirements. +❑There are NO City Funds associated with this Contract ❑There are City Funds associated with this Contract Revised: 12-17-2018 Page 2 REVIEWED BY Mosadage Mohammdeen at 1:23 pm, Dec 20, 2024 DEVELOPER -AWARDED -PROJECT CHANGE ORDER PROJECT NAME: Tradition - Phase 9A I CHANGE CONTRACT: (A) Water/Sewer/Storm Drain, (B) Paving, (C) Street Lights ORDER No: CFA # 24-0075 I CITY PARTICIPATION:I NO CITY PROJECT # 105255 CITY SECRETARY CONTRACT # 61879 I 3 FID # 30114-0200431-105255-EO7685 X # X-28007 FILE # W-3016 INSPECTOR: John Rogers Phone No: 682-210-8044 PROJECT MANAGER: MID Mohammdeen Phone No: 682-402-7050 CONTRACT UNIT WATER I SEWER I DRAINAGE I PAVING STREET LIGHTS CONTRACT `Developer DAYS Developer Cost City Cost Developer Cost City Cost Developer Cost City Cost Developer Cost City Cost Cost City Cost ORIGINAL CONTRACT $983,282.99 I $0.00 $1,231,595.22 $0.00 $2,240,091.67 $0.00 I $2,316,384.00 $0.00 I $236,527.00 I $0.00 I 170 EXTRAS TO DATE $8,319.42 I $0.00 I $30,324.00 $0.00 ($102,844.00) $0.00 I $64,909.00 $0.00 I $0.00 I $0.00 CREDITS TO DATE $0.00 I $0.00 I $0.00 $0.00 $0.00 $0.00 I $0.00 $0.00 I $0.00 I $0.00 I I I I I I CONTRACT TO DATE $991,602.41 $0.00 $1,261,919.22 $0.00 $2,137,247.67 $0.00 $2,381,293.00 $0.00 $236,527.00 $0.00 170 AMOUNT OF PROP. CHANGE ORDER $4,214.28 I $0.00 I $7,112.90 $0.00 $7,722.76 $0.00 I $0.00 I $0.00 I $0.00 I $0.00 I 0 REVISED CONTRACT AMOUNT $995,816.69 I $0.00 I $1,269,032.12 $0.00 $2,144,970.43 $0.00 $2,381,293.00 I $0.00 I $236,527.00 $0.00 170 TOTAL REVISED CONTRACT AMOUNT PER UNIT $995,816.69 $1,269,032.12 $2,144,970.43 $2,381,293.00 $236,527.00 REVISED COST SHARE Dev. Cost: $7,027,639.24 City Cost: $0.00 TOTAL REVISED CONTRACT $7,027,639.24 You are directed to make the following changes in the contract documents UNIT I: WATER IMPROVEMENTS CITY BID ITEM PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION CFW Unit Price UNIT PRICE Developer Cost City Cost TOTAL 5 3311.0241 84 LF 8" PVC Water Pipe $50.17 $4,214.28 $0.00 $4,214.28 TOTAL UNIT I: WATER IMr ROVEMENTS $4,214.28 UNIT II: SEWER IMPROVEMENTS CITY BID ITEM PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION CFW Unit Price UNIT PRICE Developer Cost City Cost TOTAL 16 3305.0113 5 LF Trench Water Stops 1 $1,422.58 $7,112.90 $0.00 $7,112.90 TOTAL UNIT II: SEWER IMPROVEMENTS I I $7,112.90 UNIT III: STORM DRAIN IMPROVEMENTS CITY BID ITEM PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION CFW Unit Price UNIT PRICE Developer Cost City Cost TOTAL 40 3341.0205 82 24" RCP, Class III 1 $94.18 $7,722.76 $0.00 $7,722.76 TOTAL UNIT III: STORM DRAIN IMPROVEMENTS $7,722.76 TOTAL CHANGE ORDER $19,049.94 Revised: 12-17-2018 Page 1 Asterisk (*) indicates New Pay Item REASONS FOR CHANGE ORDER 1. Updated Quantities to Match Approved Plans RECOMMENDED: APPROVED: GMcivil By: Ashton Dallas'Residential, LLC By: Name: Matt Baacke Name: ody Bailey Title: Project Engineer Title: Land Development Manaqer APPROVAL RECOMMENDED: APPROVED: CFW - Water Department CFW - Assistant City Manager By: By: Name: Name: Title: Title: RECOMMENDED: CFW - *Contract Compliance Manager ATTEST By: REVIEWED Name: Title: By Mosadage Mohammdeen at 1:24 pm, Dec 20, 2024 M&C Number: M&C Date Approved: APPROVED AS TO FORM AND LEGALITY: CFW- Assistant City Attorney By: Name: Title: * Contract Compliance Manager (Project Manager): By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, include ensuring all performance and reporting requirements. OThere are NO City Funds associated with this Contract ❑There are City Funds associated with this Contract Revised: 12-17-2018 Page 2 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS August 29, 2025 L.H.Lacy Company,Ltd. 1880 Crown Dr. Suite.1200 Dallas,Tx 75234 RE: Acceptance Letter Project Name: Tradition Phase 9A Project Type: Water, Sewer, Drainage, Paving, and Street Lights City Project No.: 105255 To Whom It May Concern: On July 28, 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 18, 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 18, 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- 392-2373. Sincerely, Motadage MokawwdeeN,T.E Mosadage Mohammdeen, Project Manager Cc: John Rogers, Inspector Troy Gardner, Inspection Supervisor Neito,Emanuel, Senior Inspector Andrew Goodman, Program Manager GM Civil, Consultant L.H. Lacy Company,Ltd.., Inc., Contractor Ashton Dallas Residential, LLC, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 AFFIDAVIT STATE OF Texas COUNTY OF Dallas Before me, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared Bobby 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 #105255 -Tradition Phase 9A BY ,... �obby . Gordon, President Subscribed and sworn before me on this date 11 of August, 2025. A, v 9_ otary Public Dallas County, State of Texas DARLENE CONEY Notary ID #10317301 My Commission Expires March 9, 2028 CONSENT OF SURETY TO FINAL PAYMENT ALA Docunie ai G707 Bond No. 5316990 TO OWNER: (Narrte arrrl ttdiGz�J City of Fort Worth & Ashton Dallas Residential, LLC 1800 Valley View Lane #100 Farmers Branch, TX 75234 PROJECT: (tYte:re and adrJr-) Tradition Phase 9A - Utility Improvements OWNER ARCHITECT CC►ZTRACTTOR SURR Yr OTHER ARCHITECT'S PROJECT NO.: CONTRACFPOR: Construction CONTRACT DAI : In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the Oman nmw and atldrzsY ufSarx4y) Great American Insurance Company 301 East Fourth Street Cincinnati, OH 45202 on bond of f1juen nanteand addrew gfContracrur9 I , SURETY, L.H. Lacy Company, Ltd. 1880 Crown Dr., Suite 1200 Dallas, TX 75234 CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety of any of its obligations to anwn newic anel adeirmv gfGrmerJ City of Fort Worth & Ashton Dallas Residential, LLC 1800 Valley View Lane #100 Farmers Branch, TX 75234 as set forth in said Surety's bond. IN WITNESS WHEREOF, the Surety has hereunto set its Band can this date: July 29, 2025 (lawrl in mlfi g t/J, rttottrbMiouted f t=tlk, woner k dal• emi iwr,J Attest: (Sa): Aq1dQ on, Witness , OWNER, Great American Insurance Company By: f.S14jueureojau/JtarJzcrlr✓prYsxntatJt ) David T. Miclette Attorney n-F�ct - (Pritrtetl ttarrrt., and d(J-J 07A7-1994 GREAT AMERICAN INSURANCE COMPANY® Administrative Office: 301 E 4TH STREET • CINCINNATI, OHIO 45202 • 513-369-5000 s FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than THIRTEEN POWER OFATTORNEY No.O 22621 KNOW ALLMEN BY THESE 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. Name Address Limit of Power STACEY BOSLEY NIKOLE JEANNETTE AARON HAWLEY ALL ASHLEY BRITT DAVID T. MICLETTE ALL OF HOUSTON, TEXAS $100,000,000 LUCAS LOMAX NANCY RIOS WILL DUKE STACY OWENS RITA G. GULIZO BARRY K MCCORD ROBERT C. DAVIS KATHLEEN CUCKLER This Power of Attorney revokes all previous powers issued on behalf of the attorney(s)-in-fact named above. IN WITNESS WHEREOF the GREATAMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 17TH day of APRIL 1 2025 Attest GREAT AMERICAN INSURANCE COMPANY �q INSUp4� AssistanrSecret ty Divisional Senior 1 Sce President STATE OF OHIO, COUNTY OF HAMILTON - ss: JOHN K. WEBSTER (877-377-2405) On this 17TH day of APRIL 2025 , before me personally appeared JOHN K. WEBSTER, to me 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. ga�yl f Q SUSAN A KOHORST � Notary public ` r State of Ohio a 't My Comm. Expires May 18, 2030 This Power ofAttomey 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 Vice Presidents and Divisonal Assistant Vice Presidents, or any one of theta, be and hereby is authorized, from time to time, to appoint one or more Attorneys -in -Fact to execute on behalf of the Company, as surety, any and all bonds. undertakings and contracts of suretyship, or other written obligations in the nature thereof, to prescribe their respective ditties and the respective limits of their authority; and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract of suretyship, 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 of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed CERTIFICATION I, STEPHEN C- BERAHA, Assistant Secretary of Great American Insurance Company, do hereby cgtif,,, th-it. f6rego"-96wer 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 e- -.et:` ' Signed and sealed this 29th day of July 202W Assistant Secreta/y S1029AJ(04/25)