Loading...
HomeMy WebLinkAbout061027-FP3 - Construction-Related - Contract - A'Lure General Contractors, LLC-FP3 City Secretary 61027 Contract No. FORTWORTH. Date Received 12/11/2025 12/12/2025 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: Westpoint Park City Project No.: 104378 Improvement Type(s): Water ❑x Sewer ❑x Original Contract Price: $2,529,811.80 Amount of Approved Change Order(s): $106,207.10 Revised Contract Amount: $2,636.018.90 Total Cost of Work Complete: $2,636.018.90 G Lsa tfo wra�r Alvssa offman (Dec 9. 202514'.ST:I3 CSTI Contractor Project Manager Title A' Lure General Contractors, LLC Company Name Tyr e Lew ec 9, 2025 15:44:34 CST) Project Inspector Ram Tiwari Ram Tiu - ;De, 11,—519:45,U CST) Project Manager CFA Manager Lauren P rleu r (Dec 11, 2025 10:38:56 CST) TPW Director 12/09/2025 Date 12/09/2025 Date 12/11/2025 Date 12/11/2025 Date 12/11/2025 Date OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 1 of 2 Project Name: Westpoint Park City Project No.: 104378 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 9 Statement of Contract Time Contract Time: 240 WD Days Charged: 338 WD Work Start Date: 4/15/2024 Work Complete Date: 10/21/2025 Completed number of Soil Lab Test: 1494 Completed number of Water Test: 22 Page 2 of 2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name WESTPOINT PARK Contract Limits Project Type WATER & SEWER City Project Numbers 104378 DOE Number 4378 Estimate Number 1 Payment Number 1 For Period Ending 10/21/2025 WD City Secretary Contract Number Contract Date Project Manager NA Contractor A'LURE GENERAL CONTRACTORS P O BOX 14351 HALTOM CITY, TX 76117 Inspectors T. GARDNER / T. LEWIS Contract Time 15WD Days Charged to Date 338 Contract is 100.00 Complete Thursday, December 4, 2025 Page 1 of 5 City Project Numbers 104378 Contract Name WESTPOINT PARK Contract Limits Project Type WATER & SEWER Project Funding UNIT I: WATER IMPROVEMENTS Item Description of Items Estimated Unit No. Quanity 1 TRENCH SAFETY (CO#3) 9137 LF 2 DUCTILE IRON WATER FITTINGS W/ 10.4 TN RESTRAINT 3 8" WATER PIPE (CO#3) 9137 LF 4 FIRE HYDRANT 9 EA 6 CONNECTION TO EXISTING 4" -12" WATER 2 EA MAIN 7 1" WATER SERVICE 218 EA 8 1" WATER SERVICE (IRRIGATION 5 EA 9 8" GATE VALVE (CO#3) 18 EA 10 12" X 8" TAPPING SLEEVE & VALVE 1 EA 11 20" X 16" TAPPING SLEEVE & VALVE 1 EA 12 4" CONDT PVC SCH 40 (T) 80 LF 13 TRAFFIC CONTROL 1 MO 14 10' WIDE ASPHALT PVMT REPAIR, ARTERIAL 24 LF 15 CONC PVMT REPAIR, RESIDENTIAL (CO#4) 44.5 SY 16 8" PRESSURE PLANE VALVE I EA 17 ADDITIONAL BOND PREMIUM (CO#3) 1 LS 18 SAWCUT & REMOVE CONCRETE PAVING 1 LS (CO#4) 19 FLEXBASE & ASPHALT SURFACE (CO#4) 1 LS Sub -Total of Previous Unit UNIT 11: SANITARY IMPROVEMENTS Item Description of Items No. 1 PRE -CCTV INSPECTIO 2 POST - CCTV INSPECTION 3 MANHOLE VACUUM TESTING 4 TRENCH SAFETY 5 CONCRETE COLLAR FOR MANHOLE 6 TRENCH WATER STIOP DOE Number 4378 Estimate Number 1 Payment Number 1 For Period Ending 10/21/2025 Unit Cost Estimated Total $1.00 $9,137.00 $9,357.00 $97,312.80 $65.00 5593,905.00 $8,501.00 $76,509.00 $3,095.00 $6,190.00 $1,801.00 3392,618.00 $1,810.00 $9,050.00 $2,891.00 $52,038.00 $8,946.00 $8,946.00 $26,994.00 $26,994.00 $24.00 $1,920.00 $3,344.00 $3,344.00 $267.00 $6,408.00 $240.00 $10,680.00 $2,826.00 $2,826.00 $619.00 $619.00 $10,036.00 $10,036.00 $8,938.00 $8,938.00 $1,317,470.80 Estimated Unit Unit Cost Estimated Quanity Total 200 LF $3.00 $600.00 8192 LF $3.00 $24,576.00 46 EA $200.00 $9,200.00 8192 LF $2.00 $16,384.00 3 EA $2,250.00 $6,750.00 36 LF $1,338.00 $48,168.00 Completed Completed Quanity Total 9137 $9,137.00 10.4 $97,312.80 9137 $593,905.00 9 $76,509.00 2 $6,190.00 218 $392,618.00 5 $9,050.00 18 $52,038.00 1 $8,946.00 1 $26,994.00 80 $1,920.00 1 $3,344.00 24 $6,408.00 44.5 $10,680.00 1 $2,826.00 1 $619.00 1 $10,036.00 1 $8,938.00 $1,317,470.80 Completed Completed Quanity Total 200 $600.00 8192 $24,576.00 46 $9,200.00 8192 $16,384.00 3 $6,750.00 36 $48,168.00 Thursday, December 4, 2025 Page 2 of 5 City Project Numbers 104378 DOE Number 4378 Contract Name WESTPOINT PARK Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER & SEWER For Period Ending 10/21/2025 Project Funding 7 4" SEWER SERVICE 218 LF $1,204.00 3262,472.00 218 $262,472.00 8 6" SEWER SERVICE, RECONNECTION (CO#3) 0 LF $2,106.00 $0.00 0 $0.00 9 8" SEWER PIPE (CO#2) 7568 LF $54.00 3408,672.00 7568 $408,672.00 10 8" SEWER PIPE, CSS BACKFILL 560 LF $115.00 $64,400.00 560 $64,400.00 11 EPDXY MANHOLE LINER (CO#3) 243 VF $327.00 $79,461.00 243 $79,461.00 12 4' MANHOLE 45 EA $6,239.00 M0,755.00 45 $280,755.00 13 4' DROP MANHOLE 1 EA $12,206.00 $12,206.00 1 $12,206.00 14 EXTRA DEPTH MANHOLE 184 VF $234.00 $43,056.00 184 $43,056.00 15 CORE INTO EXISTING MANHOLE (CO#3) 3 EA $3,154.00 $9,462.00 3 $9,462.00 16 8" DIP SEWER PIPE (CO#3) 64 LF $207.63 $13,288.32 64 $13,288.32 17 PLUG AND CLEAN EXISTING MANHOLE 15 VF $215.00 $3,225.00 15 $3,225.00 (CO#3) 18 ADDITIONAL BOND PREMIUM (CO#3) 1 LS $450.00 $450.00 1 $450.00 19 ADD DROP TO EXISTING MANHOLE (CO#3) 1 EA $11,196.00 $11,196.00 1 $11,196.00 20 6" SEWER SERVICE (CO#5) 1 EA $9,700.00 $9,700.00 1 $9,700.00 21 PLUG FORCE MAIN CONNECTION TO 1 EA $14,526.78 $14,526.78 1 $14,526.78 EXISTING MANHOLE CO#5) Sub -Total of Previous Unit $1,318,548.10 $1,318,548.10 Thursday, December 4, 2025 Page 3 of 5 City Project Numbers 104378 Contract Name WESTPOINT PARK Contract Limits Project Type WATER & SEWER Project Funding Contract Information Summary Original Contract Amount Change Orders Change Order Number 2 Change Order Number 3 Change Order Number 3 Change Order Number 4 Change Order Number 5 DOE Number 4378 Estimate Number 1 Payment Number 1 For Period Ending 10/21/2025 $2,529,811.80 $9,832.32 $24,036.00 $20,824.00 $24,134.00 $27,380.78 Total Contract Price $2,636,018.90 Total Cost of Work Completed $2,636,018.90 Less % Retained $0.00 Net Earned $2,636,018.90 Earned This Period $2,636,018.90 Retainage This Period $0.00 Less Liquidated Damages Days @ / 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 $2,636,018.90 Thursday, December 4, 2025 Page 4 of 5 City Project Numbers 104378 Contract Name WESTPOINT PARK Contract Limits Project Type WATER & SEWER Project Funding Project Manager NA Inspectors T. GARDNER / T. LEWIS Contractor A'LURE GENERAL CONTRACTORS P 0 BOX 14351 HALTOM CITY, TX 76117 DOE Number 4378 Estimate Number 1 Payment Number 1 For Period Ending 10/21/2025 City Secretary Contract Number Contract Date Contract Time 150 WD Days Charged to Date 338 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 $2,636,018.90 Less % Retained $0.00 Net Earned $2,636,018.90 Earned This Period $2,636,018.90 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 $2,636,018.90 Thursday, December 4, 2025 Page 5 of 5 §z \CE 0 z 2 0 \ E 2 e I < I � 2 m § \ $ E f } k k � z ® / j \ \ F 3 J a \ / = 7 & 8 o n m - » § k / § / $ \ / \ f \ \ / \ k� 0 z A LU / cr a- ^ 0 \ < ƒ # # 2 LU e I 0 E -i I o 0 o E E x E \\ \\ \\ 2 0 < z 0� e® of \cc zƒ k>- z / \ / 0 ( - � E iG % 2 � § § ) � z _ 0 cc \ \ Cl \ CL to / e ) 0 cm / o \ / / ( 8 § § Fco 0 o \ \ \ _ m AG G ~ cc 0 § \ § § k / / } = I f / / (I_ _ E a » Cl _ .. / k\ k k k k 5 k < 0 < ) \\cam k \ # e Lu §<zZ § \{ ( § } k IL § ± / ILz§ W U °//\ A j 2 E k \ & / ) z 8 - cc ) 3/ S& j j k § § 3 j & = 2 { e } E § E ( \ § w E � e \I� E §_ { \ \ § 0 § ) k � 0 � � 0 z k 0 § cc 0 ) § LL 0 CD CD g / ( § y 0 f \ ( \©\ \ < \Jo \\ § o .. / < coz § m & § § � § m L/ LU \0 n 0 z 0 } \ � < _ » E 0 k ) % CL £ \ { / \ / \ ( \ r Cl)06 3 s m m = 9 \\ \ = n CL <=e/ƒ /} / h/\ /\ $ \ § \ _ _ } \ / e < LU ) A § E 0 e G 0 / i Of 0 \ / - LU ° 0-10 < LL e e c 15 CL o U. E E E m E R 2 j j \ \ \ \ \ \ _ 0 j i e (cn CD \ \ \ U \ ( § ° Q § co( ica G q \ k CL iG z / }to § \ k § k 0 _ ° LO ® - - - R = _ _ / w Ci ■ _ * J § k # \ \ & $ } \ 0 cq to } w Vi _ 2 ) § .. & / w a. J Z v /gk k « / e m z z3¥ E } 2�E e 9 °Z� G 8 < § § ) § § ® ( / ± ± § o g §Of / p [ b S 2 § \ @ E ) S E _ e 3 K E S 3§ k \ 3 E& F- 6 z N O N O u � � E � M � N LLA i LijUi 2 \ CL O J n O tG O N ~ N N w o U K v � rn II J d N O Z J 69 U� W U y N z w W O w a LU w 3 tz z 7 z O a m vm 0 > co L N cu O CO p (7 H co a0 O _ a z z W O o. W Q 3 z ~ W W Q co J J W J F- H H Z Q M M Q LU W F M O M O O O M O m O N O OM M M O M M M T U 4t 2 W H M O Q a O O O O O p O O O O N N N Q0 � 6) Cl! V � N N 7 M C W v O N U�WC9W6461� 69- 0 o o O O o 0 0 o II w O N M N N W O J Q N Ili F O F v3 fA v3 fA U� m 7 to z z w 2 LU K a Ir w 3 W to C 4% O O N z O Q C E o c O J m C N N Do) LL O c w o c UC V W c O X 2 N X W f6 w W O !J X c N U C o Q o w c "O 0 3 U) N ci m tm v Q a h co a z z W 2 w O w a w W W z Q I.L Q I.L CO Q W > W > J W v> u2 M M M m O 0 0 M M M M O 0 0 O O O O 0 0 M 01 M 01 0 0 O O O O 0 0 M 01 M 01 CO N r W O N I ' O Co N O 'o(C 0) M N O n t M O (Q EA fR fA fA Hi O O O o O O O O II w N o J (O (IN (O (O (O w n M O F to GS to UA y W t7 z F z N N U U N U1 2 ` c 6 n n — — N N U U 3 � o v� U U c c c c 0 0 a a z z 2 LU O a a W a 2 0 z Q Q Q Q W W W W N N N r r O O O O O O O O (O u� O O O O O O 7 7 01 W M O O M m 0) O n O M <h � N N II co z W 2 O Q. If F N 0) a_ E ai m z i E ui m z H I 0 E ui m z H m m m O N N 0 C al O aS Cccg N .0 CO) al a .L-. m O y 16 L_ a a E c a Y 0 E ° 0 a' 3 CL m ` a) 0 CDN O N a7 O O O m a Gl -O f0 C N N C a7 C () a a7 5 N 79 m E LL a 0A .0 rn$ EY t S LL t1 m ° O _n — 0 10 2 U a) aD w' m N F F F N w Q 0 ❑ Q Z E o Z 3 Z n U Q oiS m � 0 U otf m a 00 0 N N a O N a) Q' _) /j §/ # 0 z 0 } § \ n � e ( £ ( a)§ 00 \ k : \ k ) r } 0W. k § \ _ ) » } 2 § \ 0 @ R / ) 0 # } < \ / z .. e W ) / \ z ^ 0 ƒ < 0 0 E x/ 0 0 z z R m ± E ± q « (K § e < \ j 0 ƒ k\ \ § °§ §c u � G � # § a § C � » i3 a \ 2 e ` ) _ a. \ 0 _ _ _ 0 u e � § N 04 § § ) 2 z oCR $ o ° — } k \ 0 G m m m m m m # ° _ ° u § § \ Csi to } ® ® ® I to G g ° q ° q q q m # — w ; a G §co o_ _ | I Cl C-4 Cl C4 o § LU LU § F- °/ \ z } 2 0: ` ( / k 0 \ 2 � § F ( j § j 88 2 \ W ■ k / / [ b R } > co S E- a = B ° ® / § [ b \ \ §R Lo N O N � O L. cx Q E � co Lo � Ct LLS % k L Ui C tm 2 (�\�0 610 --4 /asad o \ \ _,\§\2 \//0\k \ 69 ] )\q\ ® ƒa§@ k 00 j § _ \ { « < aaa { j $ o & o cc \>m -- CID CD a. k \ F— �°- ®e /{ \}}� \ §�0 / �> °%fX ° \} J|� U) Q)\ g ! \ § 2 I Ewmm o§ §mum \f \\ ( \\ r\ < } ( � \\ w E 7z2 }\ 2 @qG ( ) \ / | CL ) ■ o z LU m F- 2 a « < $ § f § % § $ 2 # LU w LO N O N � O � � Q E � co LF) � L U C 00 q 16 k § # « z 1 ) � m 2 / � B * ok Af 2 t �k L « 7 §7E J k s�r� §�f§ L _ K U I -Cc+, 0 & o C m % mE 1 f / , ■ 55 $ ( � § A § a � m k p I 10 £ k § z g N O N O � � Q E � co to has � m k has has CO / to Cl § k ) W o Oz Z LU � 2 � U O O z z O Q U n U c N O u7 Q E W a� rn O w c oo r m co p` o Y cu IL 3 NC) co O C p N O oo O 0,N M O ti N N a r M00 N O 4 � r N LL U o co oM X H U H z O U LLI Z H 0 U w W W 3 xt a U) �* w O � 0 w a U ol ol ul LLI X1 LL N I- N Cl) N N N N Cl) Cl) � r 00 00 0 0 Z z N N c c 0 0 L L a a Mn ._ (9 3 (D ~ 0 E N N H cr d w C7 Q z Q H U w O tZ F y 0 0 o 0 z p N N N 0 U 0 O 2 (7 U O J F O W » W H c m 0 v« 4) O ❑ U G 0 0 O U r C7 U z o 0 a 5 o dU 69 `m a 0 m ❑ t O U o o 0 0 0 0 0 0 o 0 O o y O U Z w U O y o 0 o F z ri 0)Q Q O p O vi vi ao cli ❑ N 00) N lD z O O. 0 1q w l0 O l0 a9 »» m ❑ V O O O O O O O U o 0 0 0 0 0 w w o O of U w co N 01 O) co W to j O rNi M ri n � �? N ? w M ui v► O 0 O O N M O N N aD M 6 Gd1 A fR A fA A t/ 0 U 0 o 0 0 0 0 0 0 0 0 0 0 L U vs va e» va e» va o a0 o w v N O O O Q r O CO O cR cR M N p M O O a o ' 0 0 m w � o w w y N * w Ovs 0 w a F w zLLI F U O w a a w � U N O Z p F U = Q F Z OU w ULL, F p O G y K ZO O a Z pU N W Q J 0 V O W O Q M Q F ❑ w F Z Q F 7 Lu Q O w U p g w O O N O N N O G 00 M M ct Ict LLA M� �M/y� W N N a E a� T � a W o 3 � m O z W (a O z u = o0 v U o C a. N _ O ti LL Y c N z m O Q W > LU 2 § I LU � S 12 IL E P £ t / z B 6 2 z r § I $ ai / z I � 02 — £ 'OL ��£s k ) §�§§ § ■ § o> - { u BCD t £_ � # §\\ eeee § 2 §f/f § �oi a _ 0 §f�§ Q k E' \ / °;§E u_._ z a a) CD �/�� � oEf k &$[ § E < \� 62 (k §� �o _ CL co FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: WESTPOINT PARK CITY PROJECT NUMBER: 104378 WATER PIPE LAID SIZE TYPE OF PIPE LF OPEN CUT 8" PVC 9,137 LF FIRE HYDRANTS: 9 EA PIPE ABANDONED N/A DENSITIES: NEW SERVICES: PIPE LAID OPEN CUT OPEN CUT OPEN CUT PIPE ABANDONED N/A DENSITIES: NEW SERVICES: SIZE VALVES (16" OR LARGER) N/A TYPE OF PIPE LF YES - ALL PASSED 1" COPPER - DOM 218 EA 1" COPPER - IRR 5 EA SEWER SIZE TYPE OF PIPE LF 8" PVC 7,568 LF 8" PVC W/ CSS BACKFILL 560 LF 8" DIP 64 LF LF SIZE TYPE OF PIPE YES - ALL PASSED 4" 6" PVC PVC TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311 (817) 392 - 7941 • Fax: (817) 392 - 7845 218 EA 1 EA FORTWORTH. TRANSPORTATION AND PUBLIC WORKS October 24, 2025 A'Lure General Contractors, LLC 352 Southlake Blvd Southlake,TX 76092 RE: Acceptance Letter Project Name: Westpoint Park Project Type: Water,Sewer, Drainage,Paving & Street Light Improvements City Project No.: 104378 To Whom It May Concern: On October 24, 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 December 4, 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 December 4, 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- 392-2443. Sincerely, Ram Tiwavi Ii,,,("ec 11. 1,1119-45 CtiI;� Ram Tiwari, Project Manager Cc: Tyrece Lewis, Inspector Troy Gardner, Inspection Supervisor Charles Hayes, Senior Inspector Andrew Goodman, Program Manager Pape -Dawson Engineers , Consultant A'Lure General Contractors, LLC, Contractor Lackland Holdings, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 AFFIDAVIT STATE OF TEXAS COUNTY OF TARRANT Before me, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared GENE DEVORE, PRESIDENT Of A'LURE GENERAL CONTRACTORS, LLC, 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; WESTPOINT PARK CPN 104378,r' Verified by signNow - BY12/OB/202s21:29:37 UTC OETNE L2iJVORE, PRESIDENT Subscribed and sworn before me on this date 8th of DECEMBER, 2025. 4P���. Verified by sign Now Not 11/o11111111 17 11urc 36ee6c0156ac4a96b8d1 TARRANT C;UUN1'Y, TEXAS Alyssa Hoffman + My C 5114M027 xplres Notary JD132012249 SignNow e-signature ID: e6249d875a... 12/08/2025 21:27:59 UTC CONSENT OF OWNER ARCHITECT SURETY COMPANY CONTRACTOR TO FINAL PAYMENT SURETY OTHER L AIA DOCUMENT G707 Bond No. 4407941 PROJECTAob No. 18069 - Westpoint Park (name, address) Fort Worth, Texas TO (Owner) F ARCHITECT'S PROJECT NO: N/A Weatherford 55, LTD CONTRACT FOR: Wet Utility Site Improvements 3045 Lackland Road Fort Worth, TX 76116 CONTRACT DATE: I___. CONTRACTOR: A'Lure General Contractors, LLC 351 W. Southlake Blvd. Southlake, TX 76092 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (here insert name and address of Surely Company) FCCI Insurance Company 6300 University Parkway , Sarasota, FL 34240 SURETY COMPANY, on bond of (here Insert name and address of Contractor) A'Lure General Contractors, LLC 351 W. Southlake Blvd. Southlake, TX 76092 CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety Company of any of its obligations to (here insert name and address of Owner) Weatherford 55, LTD 3045 Lackland Road Fort Worth, TX 76116 OWNERS, as set forth in the said Surety Company's bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this 9th day of December, 2025 FCCI Insurance Company `............. Surety Companygr =?� SEAL : <: � 1994 Signature of Authorized Representative Bailee Islas, Attorney -in -Fact Title NOTE: This( to be used as a companion document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition AIA DOCUMENT G707 - CONSENT OF SURETY COMPANY TO FINAL PAYMENT - APRIL 1970 EDITION • AIA® ONE PAGE 0 1970 • THE AMERICAN INSTITUTE OF ARCHITECTS. 1735 NEW YORK AVE., NW, WASHINGTON, D.C. 20006 FCCI „ki ,.kf GENERAL POWER OF ATTORNEY Know all men by these presents: That the FCCI Insurance Company, a Corporation organized and existing under the laws of the State of Florida (the "Corporation") does make, constitute and appoint: Bailee Islas Each, its true and lawful Attorney -In -Fact, to make, execute, seal and deliver, for and on its behalf as surety, and as its act and deed in all bonds and undertakings provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the sum of (not to exceed $20,000,000.00): $20,000,000.00 Surety Bond No.: 4407941 Principal: A'Lure General Contractors, LLC obligee: Weatherford 55, LTD This Power of Attorney is made and executed by authority of a Resolution adopted by the Board of Directors. That resolution also authorized any further action by the officers of the Company necessary to effect such transaction. The signatures below and the seal of the Corporation may be affixed by facsimile, and any such facsimile signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached. In witness whereof, the FCCI Insurance Company has caused these presents to be signed by its duly authorized officers and its corporate Seal to be///hereunto affixed, this 23rd day of July 2020. Attest: Christina D. Welch, President LL SEAL ;mot Christopher Shoucair, FCCI Insurance Company ,, EVP, CFO, Treasurer, Secretary P oP,:' •' FCCI Insurance Company ORS State of Florida .... County of Sarasota Before me this day personally appeared Christina D. Welch, who is personally known to me and who executed the foregoing document for the purposes expressed therein. < s� My commission expires: 2/27/2027 " reccrs W • CATWuW#M3X= Notary Public �an E*MFW>tuw27.2W State of Florida County of Sarasota Before me this day personally appeared Christopher Shoucair, who is personally known to me and who executed the foregoing document for the purposes expressed therein. #W432=Notary My commission expires: 2/27/2027 W.N01. Public �F4C*vAft bMWV.2W CERTIFICATE I, the undersigned Secretary of FCCI Insurance Company, a Florida Corporation, DO HEREBY CERTIFY that the foregoing Power of Attorney remains in full force and has not been revoked-, and furthermore that the February 27, 2020 Resolution of the Board of Directors, referenced in said Power of Attorney, is now in force. Dated this 9th day of December 2025 SEAL * Christopher Shoucair, EVP, CFO, Treasurer, Secretary FCCI Insurance Company 1-IONA-3592-NA-04, 712021