Loading...
HomeMy WebLinkAbout062446-FP1 - Construction-Related - Contract - L.H. Lacy Company, Ltd.-FP1 FQRT WURTH� City Secretary 62446 Contract No. Date Received 10/24/2025 10/27/2025 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: Sanderos Phase 2 City Project No.: 105416 Improvement Type(s): ❑ Paving 0 Drainage ❑ Street Lights ❑ Traffic Signals Original Contract Price: $875,289.93 Amount of Approved Change Order(s): $1,422.34 Revised Contract Amount: $876,712.27 Total Cost of Work Complete: $876,712.27 l l�.hi.o� ��'�ii��orz J�m MCKi�beii�'�i��21.�L0151L�.43-52CIJl'. Contractor Project Manager Title L.H. Lacy Company, LTD Company Name Ma�Gr lCittJ Mark Kitts'OctLL GU2513�.15�.UJ CDT1 Project Inspector Khc�l Tc�c�fc�ri P.E. Kli�l I.i.il�riPF.l[lri'Jt.:� ��Ti Project Manager a��� CFA Manager �°4.M..,?,,;..�,_ LauYen Prieur ;Oct24, 2025 05:16'.25 CDT) TPW Director �.����-� Asst. City Manager 10/22/2025 Date l0/22/2025 Date 10/23/2025 Date 10/24/2025 Date 10/24/2025 Date 10/24/2025 Date Page 1 of 2 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Notice of Project Completion Project Name: Sanderos Phase 2 City Project No.: 105416 City's Attachments Final Pay Estimate 0 Change Order(s): 0 Yes ON/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 140 Days Charged: 145 Work Start Date: 2/14/2025 Work Complete Date: 9/24/2025 Completed number of Soil Lab Test: 430 Completed number of Water Test: 8 Page 2 of 2 CITY OF FORT WORTH Contract Name SANDEROS PHASE 2 Contract Limits Project Type DRAINAGE DOE Number 5416 Estimate Number 1 Payment Number 1 For Period Ending 9/24/2025 FINAL PAYMENT REQUEST City Secretary Contract Number 145 WD Contract Date L.H. LACY COMPANY NA P.O. BOX 541297 DALLAS TX 75354 M.GLOVER M.KITTS 140WDContract Time Days Charged to Date CompleteContract is 100.00 Contractor , /Inspectors Project Manager City Project Numbers 105416 Wednesday, October 22, 2025 Page 1 of 4 Contract Name SANDEROS PHASE 2 Contract Limits Project Type DRAINAGE DOE Number 5416 Estimate Number 1 Payment Number 1 For Period Ending 9/24/2025 Project Funding City Project Numbers 105416 UNIT III: DRAINAGE IMPROVEMENTS Item No.Description of Items Estimated Quanity Unit Unit Cost Estimated Total Completed Quanity Completed Total 1 4X3 BOX CULVERT 168 LF $336.73 $56,570.64 168 $56,570.64 2 4X2 BOX CULVERT 185 LF $321.79 $59,531.15 185 $59,531.15 3 60" RCP, CLASS III 652 LF $359.15 $234,165.80 652 $234,165.80 4 42" RCP, CLASS III 288 LF $201.53 $58,040.64 288 $58,040.64 5 36" RCP, CLASS III 559 LF $153.05 $85,554.95 559 $85,554.95 6 27" RCP, CLASS III 475 LF $112.63 $53,499.25 475 $53,499.25 7 24" RCP, CLASS III (CO#2)324 LF $95.91 $31,074.84 324 $31,074.84 8 21" RCP, CLASS III 124 LF $82.13 $10,184.12 124 $10,184.12 9 15' CURB INLET 11 EA $10,656.00 $117,216.00 11 $117,216.00 10 10' CURB INLET 4 EA $8,047.50 $32,190.00 4 $32,190.00 11 4'X4' STORM JUNCTION BOX 3 EA $6,105.00 $18,315.00 3 $18,315.00 12 5' X 5' STORM JUNCTION BOX 1 EA $7,770.00 $7,770.00 1 $7,770.00 13 7' X 3' STORM JUNCTION BOX 2 EA $13,320.00 $26,640.00 2 $26,640.00 14 12" STONE RIP, DRY (CO#2)445 SY $138.75 $61,743.75 445 $61,743.75 15 TRENCH SAFETY 2851 LF $0.63 $1,796.13 2851 $1,796.13 16 4' X 3' RCB SLOPED HEADWALL 1 EA $9,990.00 $9,990.00 1 $9,990.00 17 60" RCP SLOPED HEADWALL 1 EA $5,272.50 $5,272.50 1 $5,272.50 18 30" SLOPED HEADWALL (CO#2)0 EA $2,886.00 $0.00 0 $0.00 19 18" RCP (CO#2)55 LF $81.50 $4,482.50 55 $4,482.50 20 18" RCP SLOPED HEADWALL (CO#2)1 EA $2,675.00 $2,675.00 1 $2,675.00 $876,712.27 $876,712.27Sub-Total of Previous Unit Wednesday, October 22, 2025 Page 2 of 4 Contract Name SANDEROS PHASE 2 Contract Limits Project Type DRAINAGE DOE Number 5416 Estimate Number 1 Payment Number 1 For Period Ending 9/24/2025 Project Funding City Project Numbers 105416 Contract Information Summary Change Orders $875,289.93Original Contract Amount $876,712.27Total Contract Price $876,712.27 Less Total Cost of Work Completed % Retained $0.00 Net Earned $876,712.27 Plus Material on Hand Less 15%$0.00 Balance Due This Payment $876,712.27 Less Liquidated Damages Days @ / Day $0.00 Less Penalty LessPavement Deficiency $0.00 $0.00 $0.00Less Previous Payment Earned This Period Retainage This Period $876,712.27 $0.00 2 $1,422.34Change Order Number Wednesday, October 22, 2025 Page 3 of 4 Contract Name SANDEROS PHASE 2 Contract Limits Project Type DRAINAGE DOE Number 5416 Estimate Number 1 Payment Number 1 For Period Ending 9/24/2025 Project Funding City Project Numbers 105416 Line Fund Account Center Amount Funded Gross Retainage Net CITY OF FORT WORTH SUMMARY OF CHARGES $876,712.27 Less Total Cost of Work Completed % Retained $0.00 Net Earned $876,712.27 Plus Material on Hand Less 15%$0.00 Balance Due This Payment $876,712.27 Less Liquidated Damages 0 Days @ $0.00 / Day $0.00 Less Penalty LessPavement Deficiency $0.00 $0.00 $0.00Less Previous Payment Earned This Period Retainage This Period $876,712.27 $0.00 City Secretary Contract Number 145 WD Contract Date L.H. LACY COMPANY NA P.O. BOX 541297 DALLAS TX 75354 M.GLOVER M.KITTS 140 WD Contract Time Days Charged to Date CompleteContract is 100.000000 Contractor , /Inspectors Project Manager Wednesday, October 22, 2025 Page 4 of 4 w ° � z Z� Q W � =o U � 0 a� O � Z a 0 � � i z � O � � O Q N N d � t U d °� � E J � o � a t U U rn � J � N � d � fn > -o a N m � W d � O1 rn O � � W m '� � � 0 V � � � O 'j m a � v � � M 0 fn +> � � 0 � N ia N � O m � Lai � � pp O � Q U � � X � � H U Q � H Z O U LLj � � � U � Z H � � U Q O U � � w � H � a � � Q � � � � Z � *k J d�U U U U� X� � � ► V LL�I � h N O N � N � � 7 � Q M 0 N � �I., � .� � � 7 � Y M� W I� N � � N I� O N 0�0 M N I� � � Z Z a� a� � � 0 0 s s d d � � Y � Y � (6 (6 �� Y � w � Q Z � a O � H ~ U U w w a � � � Z � d � U � F Q � �� � Z p O U � �j o 0 0 0 0 0 F �. � � � � � � = U (9 J � O W � W �'' N � Q_ O O O O O O N O G G G G G G N a+ fA fA fA fA fA fA 0 U � 0 0 � v' �j o 0 0 0 0 0 � � � � � � � � U Z g > ;� o ¢a o v> U `w o 0 0 0 0 0 Q- o 0 0 0 0 0 o v� v� v� v� v� v� w 'w 0 � .. H ° o 0 0 0 0 0 U p Z W r �» �» �» �» �» �» M V � = t7 U °� w oi U Z N V m � K m m m W M z � `y � o o � o � � - 0 0 N 0 0 N 0 N ER r � � r � r 0 U �» �» �» � �j o 0 0 0 0 0 y o 0 0 0 0 0 � v� v� v� v� v� v� � � U �j w � r' � j/� f0 N � � � o � N �n O M V N V p p V 10 W � EA Q m m v m � N � � N M � � V V � V y » » » 0 � �j o 0 0 0 0 0 � � � � � � � U � � . W N F � ?j O O O N ' O O ' O ' � y d N O O N O N O p � O O � O � (� N � � N � N N O � � � v 0 U 0 K W a � � Z F U W o �¢ � w z � = z Z 0 UQ F U = Q F ~ O W U F U U 0 j U N � F Q � � � 0 N K 0 � � O a z y > � J O O U � O W � 0 z � � � z � � ~ c� � � z o > � o � � ° a � ° � a W 0 r N d N .� � � N O N � N � � 7 � Q M O cV � v.� R Q 'i � W � , � W � V Y � m � v a � a 3 w Z N W f6 U � C � Y N .� N Q N N N a r � N O N r N _ � i^ +L M � cV � � � Q 'i � W � � 7 W � V Y � m c c m � �c S 2 y � o � a� � a � c '� m � i ,C ( � i N � � � o � c '� �p < � f i � °' °' E N � c � `� i �- a z .� � ( y o : .c' rn � .N � � k N � N Q � � a a� � c �p N � O y � � a a i o N � � � � c a c U (n � � ti c ` � W 0 � O w C9 Z Q 2 U � 0 LL N Z 0 Q W � io 0 i 0 � a a Q i i i i i i i i W i � L � ! a a � ¢ i i � � � � i i � i p ; w i � Z W : � i 0 • U i � O� J Y N � �; a o � c � m � � � d o �o a U � � Y N U O U � m � U N E � J a` N __ � � w o >, m U ,i m z H U J � J � � � � N � 0 � ,,, � a o � y fq � U 0 o Y > N > _ � � O � m z � � C i � ui � � a c `° � t � °' � d C � � C U 1=� `' (� d m E m z d N m � 2'i .� a` O .� � d � N i � Q � U c �.�. ,�! Q y Z Q Q � Z � � U m z � � � � S U ^ N � � y � N N f6 N � � � � � O (p � � C � (� r2 p U.� N p � � N a y U Gl Q,�., d t N O � O m � y ay� � � w � � n m � � N � O y C (6 �C -6 N (6 � y � � N �U � � O � N � � N N V -6 � C C N C N � (6 3 N f6 � �`o E � -o a� rno �` � EY.S� U � o � � 0 >. U �6 ° °- U � o � Z U �.=_�m � � � � � � �my�3 � � O N U >. � t t � m w N H H ❑' ❑ a� � c � �.�`. U � U C � � � Q o � y � W vNj Z ~ fn cj O Q Q W °' in H �' Z d � � �. a � >, m :' Q � U Q U m z H � 0 W 0 Z W � � O U W � J i � a a Q N � 4 a� O w � � Q U z m Q Z d � E � m z 0 W 0 Z W � � 0 U W � a� rn c � N U N .Q � U U c U � ¢ U Z m Q Z d � E � m z Q z d � n � � o � Q z n U Q � � � 0 U � � M N a � 0 N � � N .> N d' w� � Z Z � N Q W 2 � U � O N N O � Z a 0 N � m � � Z � O o Q N N a c L U a� � E J �. o � Q � � � � � U U m a J � N ' � � fn > -c a f6 m � � � � � O C � LL @ m � � ❑ V _ � c c o .� @ ; f0 - a 3 � 3 � M � °7 ' � N m � � � � � � f0 N � � N i6 � � N N O � Q U � � X � � H Q � H Z O U � } � Z H W � F U Q O U � � W Q � a � � O� H H � x� J a U U U U li X li W � W W � � N O N tp" N G � 7 � 4 � � 0 � `Ir R 'i � � � � Y M� W 1` N r � � N 1� O 6� N 1� r rn w Z Z C C 0 0 � t d d � �L w � Y � f6 Y � �6 � � � Y � W C7 Q Z Q � � U w O � a � U � � � � � F Q r� � � r� Z p O v N O O O O O O O � V o 0 0 0 0 0 � � � � � � � � � U J p � o W � � d o 0 0 0 0 0 y p, o 0 0 0 0 0 0 0 0 0 0 0 0 efs » » » » » 0�f O p ❑ U o 0 N � O O O O O O O V o 0 0 0 0 0 � � � � � � � � U Z o a o � a v w o 0 0 0 0 0 Q o 0 0 0 0 0 o en u9 u9 u4 Fn en m d 0 N yj H � o 0 0 0 0 0 U p � W �' u�s �� u�s �� n V ir� (7 V N �' UQ N V u�i Q z � °' � Q M M n n N � K m m a a � o0 Z 0 y � O O � M fV fA O a N � � N N 1� �! � � n � � ^ � n > N o I.i � � � � N O O O O O O O (,) O O O O O O � � � � � � � � h �, U � cp W M � ` N p1 C1 fn � � o � o � N N V o o � � Ni o ao ai vi Q. (�D � � Q�i M M � O N Q1 � N M N � � V3 � V3 � � � � � � N 0 0 0 0 0 0 0 V o 0 0 0 0 0 � � � � � � � o a, U W a °'- � o 0 0 '� N � � � N .. N N � � N � N � y � � O O � O � () N ug ug N ug uS OU � � � G � w a � � Z F U � � K K o ra a � z � Z p Q F O _ ¢ � ~ � � v w v r Z � � v�i W Q a Q� o > F F Q � � � 0 N K p o o O a z y > � U O� F p�> � F a ~ cn Q r ❑ � � Z Q ~ � � c�i� � � a � X � O � w p O W U U Q � F a� rn � a You are directed to make the following changes in the contract documents:73341.0205 (76.00) LF $95.91($7,289.16) ($7,289.16)19*3341.0103 55.00 LF $81.50$4,482.50 $4,482.50 189999.0006 (1.00) EA $2886.00($2,886.00) ($2,886.00)20*9999.0006 1.00 EA $2675.00$2,675.00 $2,675.00 143137.0104 32.00 SY $138.75$4,440.00 $4,440.00 $1,422.34$0.00$1,422.34123305.0106 1.00 EA $1335.00$1,335.00 $1,335.00 $1,335.00$0.00$1,335.00Asterisk (*) indicates New Pay ItemTOTAL UNIT II: SANITARY SEWER IMPROVEMENTSTOTALManhole Adjustment, MajorSANITARY SEWER IMPROVEMENTSPAY ITEM #CITY BID ITEM # QUANTITY UNIT ITEM DESCRIPTION CFW Unit Price UNIT PRICEDeveloper Cost City CostUNIT PRICEDeveloper CostCFW Unit PriceITEM DESCRIPTION18" RCPCITY BID ITEM # UNIT City CostDRAINAGE IMPROVEMENTSPAY ITEM # QUANTITY TOTALTOTAL UNIT III: DRAINAGE IMPROVEMENTS24" RCP30" RCP Sloped Headwall18" RCP Sloped Headwall12" Stone Riprap, dryRevised: 12-17-2018 Page 2 d' W � K O w (z9 Q 2 U � 0 LL N Z 0 a w � � � Y � � C n � c � 0 -o � �Q � m 0 � c � d (� .s � 'c w � � i �'3 IUtl � E m `� � �tl "� Po °��' N 2 U ..i m Z F U � � � v 'N Q 0 � a o � N � y Y � i � � 0 ti O � m z r U C C � 0 N � � W � � � d � m I ro � U 'o a` ' y � C O i o '�i � � u�i U I� C7 (n T � � m � F Z � W O � a a � W � Z W � � 0 U w K J 7 O � a a � O � U' m .y Q � z Q Q \ Z N 5 E ti U m Z H L � ro � � �e U � m .y � � Q � z U m C � 4 O � S � Q U Z m ¢ Z ti � �' Z F ¢ z N � � F l6 Z � w 0 Z W � � 0 U w � m m � Q U ^ N � U y 0 - UI N U (C N � C C U � � C � (� li � p U .� N p N N � � U N 41 � W t N � � O Ol ... d L � C � � ��°o m �� � � � v �o � ����v m i� 'L" N � O � � v m m m C�.1 -p � � C lNG � � Id � N � � � E � Q o � � � `o � pcYi '� N U s, � � ° a o � — '� — Z U ���� v � �=�m i � C 10 l6 O,� � '] N N C% T C L L .� m � N F F ❑� ❑ H � w � ¢ � � N C N �N U C tp .� O U � O U � U n � T ] � ) � % U u v � u �, d U � T � � m � F Z . � N O N tC N �` V � � Q � � � � �1.� � Q 'i � W � � � W ca V Y � m � N � � � O � a Z a U Q � v � 0 U � � M N � a � 0 N ri � N �s m � w ° �z Q W M x� U � O N m 0 � Z a 0 `N � � � � z � O 0 Q y N d � � U E J ~ o � ¢ d � � H � U U rn � J � N gj L7 � � � -o a � m '� � ti � a' rn o � �� W '� � � 0 V u� � � o 'S � � ' a � m v 3 cn �'' o � - o � � N � � � N � o �� ¢ � � m Q U o o X� � H Q � F z O U LLj � � � U W Z H � � F U W � � W � F �t a � � °o���o�� a U U U U� X� � � W W � h N O N N N � � � � � N N �1., � 'i � � 7 � Y � m ti � � � N I� O � 00 (� N I� � � 0 0 Z Z N N 0 0 a a � � Y � � � � � � Y � W Q Z � � O F U W W � a p � � z a � U � � �n �n �n � a M M � M z o O U � 0 0 0 0 0 0 0 �V o 0 0 0 0 0 _ �` � � � � � � � U J p f C W � � y o, o 0 0 0 0 0 ° � � � � � � v .. ayi o 0 0 U o 0 � � G O O O O O O � o 0 0 0 0 0 y � � � � � � � U N z � 5 �+ a ° N N � N � V�'+ o o�'i p �-+ � 71 N O O N ^ � a � o � � ^ r; y o0 00 � � y V! V! V! 0 F �j o 0 0 0 0 0 0 � W �' u�s u�s u�s u�s u�s u�s V o (9 U y N (~j Z o V � � a � � o� a o 0 0 0 0 0 � v ° � � � � � � 7 �/I � U m 0 0 0 0 0 0 0 V o 0 0 0 0 0 �' � � � � � � p U N � � o � 4'7 N � � CMi U � a o 0 0 0 0 0 � � � � � � � � a 0 �j o 0 0 0 0 0 � � � � � � � � U � o a � � v' v o 0 0 0 0 0 � a o a � � � � � � V 0 U � w a � w � � � w a � o �a w Z � _ �z � z o a � t�i _ �d � ~ o � {~j w U H Z j U uWi � U O � � a 0 p� � 0 N R' � o o O a Z y � Q �� O U� O� � O Z � � � z w � ~ � � o � � � a � w z O j F O u� c,�j � � � O m � a � O � N � .� � � N O N Nw N � � 7 � 4 �O N � v.� � 'i 0 � W � , 7 LL�I R V Y � m N N � a � N O N N � � � Q � N `+ V.r � 'i � � � � 7 LLI � V Y � m \ C rn O` � � N .` � N � �4 �O � .� � � � � � � � � �p 4 � � � U N � ro � � � � �' N .� a� � � b t�' � N � �/l � b ro o �, y \ C � � o ` � o ro � U U � � ti q d' W � K O w (z9 Q 2 U � 0 LL N Z 0 a w � U � � • p� -i ,C'� � .. c V J ) C9 m � W 0 � a' a a� U � `a O o ' u E j � C uZ ] � w a� � W 0 a a[ � C N � �7 U � � � d .� W � U J � N E w � z � w � � N 0 � � a 'S v U � � N � m Z F U C c � a N � � N w w � Z � � a �i m W � 'o � � � � � a O y � 3 � o w o � � � �� � U I� C7 (n T � � m � F Z � � � ro .y Q � z Q ¢ \ Z N 5 E U m Z � � C � �e U m .y � � Q � z U m C E 4 O m S � Q U Z m ti � ¢ Z N � �' Z F Q z N � l6 Z N H � w 0 z w � � O U W � m m � Q U ^ N � U ry 0- N N U IC N � � C U � � C � (� li � p U .� N p N N � � U N 41 � L1 L N o � p rn .�.. a��� � � � � � O � �$ 1� � � � p N C ���v m i� 10 'L" lCG � O � � v m m m f.1 -p � � C lG � � lG � N '�O- � � E � � �- � o, � EY.S� U � ��°�- o � — '� — Z U ���� v � ����� � � o .� � �� v � U T � L L k m� N F F ❑, ❑ F � W Z F ¢ � C N � � C N .Q 0 U � 0 U � U � i � l � � U ,v � � T y U � �I QI z Z T � � m � F Z N � Q � O � a Z a U Q � v � 0 U � � M N a � 0 N ri � N �s m � FORTWORTH�� TRANSPORTATION AND PUBLIC WORKS September 16, 2025 L.H.Lacy Company, LTD. 1880 Crown Rd Dallas, Tx 75234 RE: Acceptance Letter Project Name: Sanderos Phase-2 Project Type: Water, Sewer, Paving, Drainage, Street Lights City Project No.: 105416 To Whom It May Concern: On 10/6/2025. 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 10/8/2025. 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 10/8/2025, 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 Khal Jaafari 817-584-5104. Sincerely, Khal Taafari P.E. Khal Jaah n P.t (Oct 23, 202.� 15:4250 CDT;= Khal Jaafari, Project Manager Cc: Mark Kitts, Inspector Mike Glover, Inspection Supervisor Daniel Roy, Senior Inspector Andrew Goodman, Program Manager Teague Nall & Perkins, Consultant L.H.Lacy Company LTD. , Contractor M/ I Homes of DFW, 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 W. Gordon, Partner/CEO 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 105416 - Sanderos Phase 2 BY Bobby W. ordo , Partner/CEO Subscribed and sworn before me on this date 9 of Octo er, 2025. � �� � } � ,�� _� DARLENE CONEY �_� `� Notary ID �10317301 OtaTj� PUbI1C `":��< My Commission Expires Dallas County, TX March 9, zozs ��lNSENT �F SURETY TO Fii�AL PA1ti�ENT ,r��.L)octx��a�ra� C;i�7 Bond No. 5826363 TC� t���1N�t: fJdatr�e and et�s'xfiz�; j City of Fort Worth & M/I Homes of DFW, LLC 700 SH 121 Bypass, Suite 100 Lewisville, TX 75067 ��t�J��:'T°: (iYcla�:e ulret utitli-a:te) Ol��";ydiR �,c.���rr•.cr ca�r�c��c�� SURI:i1' ��xr� �CHTT'ECT'S PRL'7,�Et:T �iQ.; Ct��17'RAG'i' FE7R: Construction �t������� n���z�: ❑ Q �1 � Water, Sewer, Drainage Improvements to Serve Sanderos Phase 2 In ac<�csz,dance u�ith ti�e prov[sians c�f t�;e Caneract betv, een tl�e Qwnet• anc9 the Ct>ntractc�- �s i��c�ic;atc.�ci at�c3ue, t?�e {Jnseti raa�arr nrrrl ualr�+iw.�s. cfSra+rt�y Great American Insurance Company 301 East Fourth Street Cincinnati, OH 45202 on i�nd a� (tnsrrr narr.r. trnrl arictre:,s af'C'vr:t�nc�o;) L.H. Lacy Company, Ltd. 1880 Crown Dr., Suite 120Q Dallas, TX 75234 � SLT��"k', , CC��VTPACI'UR, Ix�relaY a�rnves C,f the firal ;�ay�nent to the Canty�actor, anci agr�es r1�at fina( �a}�rnent tr� t1�e Cc)nfirdrear sl�alt ntat rel'reve dte Su,-ery t>f any c�f i�s o4>ligations tc� ' lfit.�vY fsatueunc/aeklit� qjC&�=ncr) City of Fort Worth & M/I Homes of DFW, LLC 700 SH 121 Bypass, Suite 100 Lewisville, TX 75067 � s�c fc�rcla in said 5urec3?'s �;.�nd. I� WIT�'�S51t�3iFZiOT', [��e 4�r�t}� t�as hereunta set �zs I�anc# cm this dace: October 8, 2025 (/{iSt.'{X UP d{'17P%#{.( i%dG' tF7ODNfj ft3(7L�t1Y?[� �l�'trX ?F7xARL°tTl. CiCiFt`Ct7Tf� 1'L'L7Y.) Att�:it: ����- AI Johnson, itness , O�F.t'i, Great American Insurance Compam� (Srnt�7J . Y -- `�— �/� r By. � �` — (5r{,n�7:u�raf�rrrtbar�.�cti•rti+�.�znrurtr�l _ � David T. Miclette Attornev�;r,=Fact � - fPeintcr}irraa�acuf�elri?Ir) -- _. _ G 0''Q%�-^� 994 GREAT AMERICAN INSURANCE COMPANYO Administrative Office: 301 E 4TH STREET • CINCINNATI, OHIO 45202 • 513-359-5000 � FAX 513-723-2740 The number of persons authorized by this po�ver of attorney is not more than THIRTEEN No.O 22621 POWER OFATTORNEY KNO��'ALL D1EN BY' THESE PRESENI'S: That the GREATAMERICAN 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 ar persons named below�, eacl� individually if more than one is named, its tnie and lawful attorney-in-fact, for it and in its na�ne, 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 ihat the ]iability 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 6121TT 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 Tl�is Power ofAttorney revokes all previous powers issued oi1 behalfofthe aCtoniey(s)-in-factnamed above. IN WITNESS WHEREOF the GREAT AMERICAN 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 2025 Attest _ GREAT AM�RICAN INSURANCE COMPANY P��KINS�qSyCF jj j �: ��i�_.': j% � y � � ! � �� . � �u -� ��_ ,`�.� � � r� ; �� r .�.a'�s�L._ ..�. . - y T �. .9,c.ris/anl Secrelary � Divisional Seninr !'rce Preslden( STATE OF OHIO, COUNTY OF HAMILTON - SS: JOHN K. WEBSTER (877-377-2405) On this 17TH day of APRIL , 2025 , before me personally appeared .iOHN K. WEBSTER, to me known, being diily swom, deposes and says tbat he resides in Cincimiati, Ohio, that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company, tl�e Company described in and which executed the above instniment that he kno��s the seal of the said Company; tliat Yhe seal affixed to the said instrument is such corporate seal; that it was so affixed b5� authoriry of his office under the By-Laws of said Company, and that he signed his name thereto by like authority. ���ti ICT���, StfSAN A KOtlOfiSF ����� Notary Pubtic !f ;:;�`�; State of Ohio ���=� My Comm. €xpires May 18, 2D30 �- � ���� This Power ofAtTorney is granted by authority of the following resolutions adopted by the Board of Directors of GreatAmerican Insurance Company by imanimous written consenC dated Jw1e 9. 2008. RESOLI'E'D: ThaX zhe Divisional Pi•esiderzt. the sever•al Divisronal Senio�• I'ice Pr•esidenzs, Drvdsional d'ice P��esiderzts and Divisonal Asszstant l zce Presidenis, or anv one oitliem,, be a�ad liereby zs az�zhori�ecl ,fr�ont tinre to tin:e. to appoirit one or rnove ,4ttorneys-in-Fact lo execute orz beha f o�'t,bte C'ofrrpanv. as s2rretv, any ancl all bo�zds, 2�rzderfalczngs and conb�acts of szcret��ship, w� otGier �rritten obligatio�zs in tlte natui•e lhereof to prescr�rbe their respective dztties and the �^espectrve linaits of therr autlio��ih; and to ��evoke anv sz�ch appoinlment at ant� ti�7ae. RESOLI�ED FZIRTHER: That the Com�cznt� seal and t{�e signatitire of ar�}' of the aforesaid o{ficers and any Secreta�-y oi� Assistant Seeretcny of lhe Conzparry rrray be affr.ted b} facsinzile ta anp poirer of'attorriey� or cert�cate of either given for tlie execution of ant� bor�d, 2cndertalring, cor�h�act of sitretyship, or� other• tivritten oblagation in tD�e r�ature thereof, szicli sigrtatzire and seal when so crsed beir�g hereby adoptecl by the Contpani� as the original signature of such officer arx� the original seal of the Compczrrl�, to 6e valid ancl binding i�pon the Conrpwzv with the smrre force and effect as though nianxsallv affixed. CERTIFICATION I, STEPHEN C BERAHA, Assistant' Secretary of GreatAinerican Insurance Compauy_ do hereby certify that the ioreRoing-�atveY.�;f,�ita>rney and the Resolutions oT the Board of Directors of June 9, 2008 have not been revoked and are now in full force and effect. -_ ' `PHINSUR,q,y n e ... CF Q',y\\�`'� /�J � rt��+~ Signed and sealed lhis 8th �(ay o} October 2025 . g" "" . Vyw 'x - �MY _ �,A " 4.���e+'��,�N - d.rs7sluril Szci�etu��% S7029AJ (04/25)