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)