Loading...
HomeMy WebLinkAbout061857-FP3 - Construction-Related - Contract - L.H. Lacy Company LTDFORTWORTHo -FP3 City Secretary 61857 Contract No. Date Received 9�16/2025 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 8A City Project No.: 105127 Improvement Type(s): Water � Sewer � Original Contract Price: Amount of Approved Change Order(s) Revised Contract Amount: Total Cost of Work Complete: Tqmes M�Kibben James MCK�ihben (Seo 16.]0]5 11'.5�'.1� CDI I Contractor Project Manager Title L. H. Lacy Company LTD Company Name Troy Gardner Project Inspector Mofadage Mo%ar��rdeeh, � E Project Manager a��'`�� CFA Manager ��..�..�, %�� Lauren Prieur (Sep 16, 2025 1329:03 CDT) TPW Director �� Asst. City Manager $1, 946, 967.16 $50,228.33 $1,997,195.49 $1,997,195.49 09/16/2025 Date 09/16/2025 Date 09/16/2025 Date 09/16/2025 Date 09/16/2025 Date 09/17/2025 Date OFFICIAL RECORD CITY SECRETARY Page 1 Of 2 FT. WORTH, TX Notice of Project Completion Project Name: Tradition Phase 8A City Project No.: 105127 City's Attachments Final Pay Estimate 0 Change Order(s): 0 Yes ❑ N/A Pipe Report: 0 Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid � Consent of Surety � Statement of Contract Time Contract Time: 160 WD Days Charged: 202 WD Work Start Date: 9/23/2024 Work Complete Date: 8/20/2025 Completed number of Soil Lab Test: 808 Completed number of Water Test: 45 Page 2 of 2 FORTWORTH � � CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name TRADITION PHASE 8A Contract Limits Project Type WATER & SEWER City Project Numbers 105127 DOE Number 5127 Estimate Number � Payment Number 1 City Secretary Contract Number Contract Date Project Manager NA Contractor L.H. LACY COMPANY P.O. BOX 541297 Inspectors DALLAS, TX 75354 T. GARDNER / J. ROGERS For Period Ending 8/20/2025 WD Contract Time 130 WD Days Charged to Date Z�Z Contract is 100.00 Complete Wednesday, September 3, 2025 Page 1 of 5 City Project Numbers 105127 Contract Name TRADITION PHASE 8A Contract Limits Project Type WATER & SEWER Project Funding UNTI' I: WATER IMPROVEMENTS Item Description of Items Estimated Unit No. Quanity 1 4"-12" PRESSURE PLUG 3 EA 2 8" WATERLINE LOWERING 13 EA 3 TRENCH SAFETY 8005 LF 4 DUCTILE IRON WTER FITTINGS W/ 1.8 TN RESTRAINT (COt12) 5 8" PVC WATER PIPE (CO#1) 7983 LF 6 STD. FIRE HYDRANT ASSEMBLY W/ 6" GATE 13 EA VALVE & VALVE BOX 7 CONNECTION TO EXISTING 4"-12" WATER 3 EA MAIN 8 1" WATER SERVICE (DOMESTIC) 198 EA 9 8" GATE VALVE & VALVE BOX 18 EA 10 1.5 WATER SERVICE (IRRIGATION) (CO#I1) 3 LF Sub-Total of Previous Unit UNTI' II: SANITARY SEWER IMPROVENIENTS Item Description of Items No. 10 4"-12" PRESSURE PLUG 11 POST-CCTV INSPECTION (CO#12 12 VACUUM TEST MANHOLES 13 TRENCH SAFETY (CO#12 14 TRENCH WATER STOPS (CO#12 15 24" CASING BY OPEN CUT 16 SDR-26 4" SEWER SERVICES 17 8" PVC SANITARY SEWER PIPE W/ CSS BACKFILL (COt12 18 8" DIP SEWER PIP, CSS BACKFILL (CO#2 19 8" DIP SEWER PIPE 20 8" DIP SEWER PIPE, CSS BACKFILL 21 EPDXY MANHOLE LINER (CO#1) 22 4' STD. DIA. MANHOLE 23 4' DROPMANHOLE DOE Number 5127 Estimate Number 1 Payment Number 1 For Period Ending 8/20/2025 Unit Cost Estimated Total $208.74 $626.22 $6,418.47 $83,440.11 $0.32 $2,561.60 $21,100.03 $37,980.05 $45.69 �364,743.27 $6,377.88 $82,912.44 $1,426.68 $4,280.04 $1,332.48 $263,831.04 $2,098.65 $37,775.70 $2,667.62 $8,002.86 $886,153.34 Completed Completed Quanity Total 3 $626.22 13 $83,440.11 8005 $2,561.60 1.8 $37,980.05 7983 $364,743.27 13 $82,912.44 3 $4,280.04 198 $263,831.04 18 $37,775.70 3 $8,002.86 $886,153.34 Unit Cost Estimated Completed Completed Total Quanity Total $54.50 $109.00 2 $109.00 $1.83 $13,432.20 7340 $13,432.20 $136.25 $4,360.00 32 $4,360.00 $0.87 $6,385.80 7340 $6,385.80 $1,384.47 $17,998.11 13 $17,998.11 $250.60 $17,792.60 71 $17,792.60 $1,269.75 �251,410.50 198 $251,410.50 $61.27 �375,646.37 6131 $375,646.37 Estimated Unit Quanity 2 EA 7340 LF 32 EA 7340 LF 13 EA 71 LF 198 EA 6131 LF 201 LF 797 LF 110 LF 83 VF 29 EA 3 EA $119.70 $24,059.70 $127.28 �101,442.16 $178.08 $19,588.80 $517.75 $42,973.25 $5,511.82 �159,842.78 $10,003.90 $30,011.70 201 $24,059.70 797 $101,442.16 110 $19,588.80 83 $42,973.25 29 $159,842.78 3 $30,011.70 Wednesday, September 3, 2025 Page 2 of 5 City Project Numbers 105127 Contract Name TRADITION PHASE 8A Contract Limits Project Type WATER & SEWER Project Funding 24 4' EXTRA DEPTH MANHOLE 178 VF 25 CONNECT TO EXISTING 8" S.S. 2 EA 26 DIP ENCASEMENT ON SS SERVICE (CO#2 28 LF — — — — — — — — — — — — — — — — — — — — — - SulrTotal of Previous Unit $215.48 $1,197.75 $187.08 DOE Number 5127 Estimate Number 1 Payment Number 1 For Period Ending 8/20/2025 $38,355.44 178 $38,355.44 $2,395.50 2 $2,395.50 $5,238.24 28 $5,238.24 $1,111,042.15 $1,111,042.15 Wednesday, September 3, 2025 Page 3 of 5 City Project Numbers 105127 Contract Name TRADITION PHASE 8A Contract Limits Project Type WATER & SEWER Project Funding Contract Information Summary Original Contract Amount Chan�e Orders Change Order Number 1 Change Order Number 1 Change Order Number 2 Change Order Number 2 DOE Number 5127 Estimate Number 1 Payment Number 1 For Period Ending 8/20/2025 $1,946,96716 $6,997.68 $5,695.25 $31,205.39 $6,330.01 Total Contract Price $1,997,195.49 Total Cost of Work Completed $1,997,195.49 Less % Retained $0.00 Net Earned $1,997,195.49 Earned This Period $1,997,195.49 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 $1,997,195.49 Wednesday, September 3, 2025 Page 4 of 5 City Project Numbers 105127 Contract Name TRADITION PHASE 8A Contract Limits Project Type WATER & SEWER Project Funding Project Manager NA Inspectors T. GARDNER / J. ROGERS Contractor L.H. LACY COMPANY P.O. BOX 541297 DALLAS , TX 75354 DOE Number 5127 Estimate Number 1 Payment Number 1 For Period Ending 8/20/2025 City Secretary Contract Number Contract Date Contract Time 130 WD Days Charged to Date 202 WD Contract is 000000 Complete CITY OF FORT WORTH SUMMARY OF CHARGES Line Fund Account Center Amount Gross Retainage Funded Total Cost of Work Completed Less % Retained Net Earned Earned This Period $1,997,195.49 Retainage This Period $0.00 Less Liquidated Damages � Days @ $0.00 / Day LessPavement Deficiency Less Penalty Less Previous Payment Plus Material on Hand Less 15% Balance Due This Payment Net $1,997,195.49 $0.00 $1,997,195.49 $0.00 $0.00 $0.00 $0.00 $0.00 $1,997,195.49 Wednesday, September 3, 2025 Page 5 of 5 DEVELOPER-AWARDED-PROJECT CHANGE ORDER PROJECT NAME: Tradition - Phase BA CONTRACT: (A) WaterlSeweNStorm Drain. (B) Paving, (C) Street LipMs CFA# 240078 I CITY PARTICIPATION:I CITY PROJECT # 105127 CITY SECRETARY CONTRACT # 61857 FID # 301140200431-105127�07685 X # X-27967 FILE # NIA . • CHANGE REVIEWED ORDER No: NO By Mosadage Mohammdeen at 9:59 am, Jun 09, 2025 � . 9 INSPECTOR: John Rogers Phone Na: 682-210-8044 PROJECT MANAGER: Mo Mohammdeen Phone No: 682-402-7050 CONTRACT UNIT WAiER SENIER ORAINAGE PAVING STREETLIGHTS CONTRACT Developer DAYS Developer Coat Cily Coat Daveloper Cost Cily Cost Daveloper Cost Cily Cost DevalooerCos�. Cily Cost Gost Cily Cost ORIGINAL CONTRACT jB72,E25.65 i0.00 51,074,741.51 50.00 5�,824,088.B3 50.00 f1,533,833.24 50.00 5275,957.64 50.00 160 EXTRAS TO DATE 50.00 50.00 50.00 f0.00 50.00 f0.00 50.00 50.00 . 50.00 50.00 CREDITS TO DATE =0.00 f0.00 50.00 50.00 50.00 f0.00 50.00 50.00 f0.00 50.00 CONTRACT TO DATE jB72,825.65 50.00 51.074,741.51 50.00 5�.824,088.83 50.00 f1.533,833.24 50.00 5275,957.64 50.00 160 AMOUNT OF PROP. CHANGE ORDER 56,997.68 f0.00 55,695.25 f0.00 50.00 50.00 50.00 f0.00 50.00 50.00 0 REVISEDCONTRACTAMOUNT jB78,843.33 50.00 51.079,B36.76 50.00 57.824,088.83 50.00 f1.533,833.24 50.00 . 5275,957.64 50.00 160 TOTAL REVISED CONTRACT AMOUNT PER UNIT SB79,843.33 51.079.B36.76 51.824,088.83 51.533,833.24 5275,957.64 REVISED COS7 SHARE Dev. Cost: 55,593,539.78 �City Cwt: 50.00 1 TOTAL REVISED CONiRACT 55,593,539.78 You are directed to make the following changes in the contract doamenfs : UNIT I: WATER IMPROVEMENTS CITY BID ITEM Developer PAY ITEM # f! QUANTITY UNIT Ij�M jl,F��IeT�ON CFW Unit Priee UNIT PRICE Cost City Cost TOTAL 5 3311.0241 (22) EA �/C rT��pe I aas.ss �a�,00s.,e� So.00 (S,,00s.,e� 78' 9999.0014 3 LF 1.5" Water Serviee (Irtigation) E2,fi67.62 $8,002.86 $0.00 E8,002.86 TOTAL UNIT I: WATER IMPROVEMENTS =fi,997.68 I I I I I I I I I U JT II: SEWER IMPROVEMENTS � PAY IZTEM # ! CI3339.000 EM I�UANTITY ! U�T � �Pory Manhale LI eN I CFW Unit Price I UNIT�SRIO 5 I Dea 695r251 CI,y $0 00 T$5,695.25 � TOTA ll T II: SEWER IMPROVEMENT�q =5,fi95.25 I I I I I I I I TOTAL CHANGE ORDER =12,89Z93 Astarisk r) Indleatas New Pay Item Revised: '12-17-2018 Page � IffJ1EON8 FOR CHAN6E ORDER i. AdtlsO impanon Ssrvbsi 2 AdOsO Epoxy iwnAds Uner RECOMMENDED: Af�ROVED: �� HT � BY� �— BY: � LH L /Cy Nur�: Metl Baatl�� Nertr: ouity Dnlinper Nartw: n'�'r TIIN: ProNct Erqir�r Titls: _ _Coniwcuon Menaoer Tltls:�CJ� •(i'�� � A�PROVAL RECOMMENDED: APPROVED: APPROVED AS TO FORM AND LEGALITY: CF1N - WaA�r DlpafmsM CFW - AUM�nf GfY �N^pN CF1N - At�tAnrf CA' �MY �� �Y� — -- - -- . .BY' NaRv: Nertr: Nemr Yrdt: Tltle: iiECOGUNENDtD; L"FW- '�COnlisd LompYeiw� i�iiney:i i�TTEST tly - ru,�», � REYIEWtV (V Jenn�tl� 9. OduGell ,ey�xaeaa.,y� wuna.�.m.vee„a: s:s&am, ;c,-, �u -�; } CRy 6e2i�I:ry r ru �. m,mDer. �..'. U21a F'.�'yf6iu0', _ Tius: • Contnct Compllinc� M�nay�r (ProJsct Manap�n: By Npninp I acknowl�Op� Uyt 1 em th� p�non r�aportibi� lor Ih� monliaAnp �rW eartunl�v�llon ol Nb con6af, indud� einurinp all parform�nci �rtC npoNnp nqWnm�nO. ❑. Th�r� u� N6 Ciry Funa� wov�ud wltn Wi Convsct ❑Th�n er� Ciry F�na� �uaeln�d wIN t�u Cantnct /� � DEVELOPER-AWARDED-PROJECT CHANGE ORDER PROJECT NAME: CONTRACT: C FA # CITY PROJECT # CITY SECRETARY CONTRACT # FID # X# FILE # INSPECTOR: PROJECT MANAGER: Tradition - Phase 8A (A) Water/Sewer/Storm Drain, (B) Paving, (C) Street Lights 24-0078 I CITY PARTICIPATION:I 105127 61857 30114-0200431-105127-E07685 X-27967 N/A John Rogers Phone No Mo Mohammdeen Phone No WATER SEWER Developer Cost Ciry Cost Developer Cost Ciry Cost ORIGINAL CONTRACT $872,825.65 $0.00 $1,074,141.51 $0.00 EXTRAS TO DATE $6,997.68 $0.00 $5,695.25 $0.00 CREDITS TO DATE $0.00 $0.00 $0.00 $0.00 CONTRACT TO DATE $879,823.33 $0.00 $1,079,836.76 $0.00 AMOUNT OF PROP. CHANGE ORDER $6,330.01 $0.00 $31,205.39 $0.00 REVISED CONTRACT AMOUNT $886,153.34 $0.00 $1,111,042.15 $0.00 TOTAL REVISED CONTRACT AMOUNT PER UNIT $886,153.34 $1,111,042.15 REVISED COST SHARE DBV. COSt: $5,640,563.68 TOTAL REVISED CONTRACT You are directed to make the following changes in the contract documents�. CITY BID ITEM PAY ITEM # # QUANTITY 4 33N.0001 0.3 � � � CITY BID ITEM PAY ITEM # # QUANTITY N 3301.0002 101 13 3305.0109 101 14 3305.0113 5 17 3331.4115 (Z�) 18 3331.4116 20 21 3339.0001 34 79" 9999.0015 28 PAY ITEM # 51 53 80` CITY BID ITEM # QUANTITY 9999.0007 (1) 9999.0003 1 3349.7001 1 � � Asterisk (') indicates New Pay Item CHANGE � °R°ER "°: REVI EWED NO By Mosadage Mohammdeen at 10:18 am, Jun 09, 2025 2 � 682-210-8044 682-402-7050 CONTRACT UNIT DRAINAGE PAVING STREET LIGHTS Developer leveloper Cost Ciry Cost Developer Cost Ciry Cost Cost Ciry Cost $1,624,088.83 $0.00 $1,533,833.22 $0.00 $275,957.64 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $1,624,068.83 $0.00 $1,533,833.22 $0.00 $275,957.64 $0.00 $9,488.50 $0.00 $0.00 $0.00 $0.00 $0.00 $1,833,577.33 $0.00 $1,533,833.22 $0.00 $275,957.64 $0.00 $1,833,577.33 $1,533,833.22 $275,957.64 Clty COSt: $0.00 $5,640,563.68 I llNIT I: WATER IMPROVEMENTS� UNIT I ITEM DESCRIPTION CFW Unit Price I UNIT PRICE EA Ductile Iron Fittings w/Restraint � $21,100.03 TOTAL UNIT I: WATER IMPROVEMENTS 1 � � IINIT II: SEWER IMPROVEMENTS UNIT I ITEM DESCRIPTION CFW Unit Price UNIT PRICE LF Past-CCTV Inspection $1.83 LF Trench Safety $0.87 LF TrenchWaterStops $1,384.47 LF 8" SDR-26 PVC Sewer Pipe $61.27 LF 8" SDR-26 PVC Sewer Pipe w/CSS Backfill $119.70 VF Epwcy Manhole Liner $517.75 LF DIP Encasement on SS Service $187.08 TOTAL UNIT II: SEWER IMPROVEMENTS UNIT III: STORM DRAIN IMPROVEMENTS UNIT ITEM DESCRIPTION CFW Unit Price UNIT PRICE VF 3' Drop Inlet $5,450.00 VF 6'x4' Storm Junction Box $8,338.50 VF 4' Drop Inlet $6,600.00 TOTAL UNIT III: STORM DRAIN I PROVEMENT� I � TnTAL CHAN(;E ORDER I ICONTRACT i DAYS 160 160 2 162 Developer Cost Ciry Cost TOTAL $6,330.01 $0.00 $6,330.01 $6,330.01 � Developer Cost City Cost TOTAL $184.83 $0.00 $184.83 $87.87 $0.00 $87.87 $6,922.35 $0.00 $6,922.35 (S�,2zs.ao� $0.00 (S�,2ze.ao� $2,394.OQ $0.00 $2,394.00 $17,603.54 $0.00 $17,603.50 $5,238.24 $0.00 $5,238.24 $31,205.39 Developer Cost City Cost (55,450.00) $0.00 $8,338.50 $0.00 $6,600.00 $0.00 � TOTAL (55,450.00) $8,338.50 $6,600.00 $9,488.50 $47,023.90 Revised: 12-17-2018 Page 1 REASONS FOR CHANGE ORDH2 1. Updated Quantities 7o Mafch Approved Plans RECOMMENDED: APPROVED: APP{j . D: GMcivil HT HWY 114 Development !P LH acy C�m y. By: �� By: _ � _ By Name: Mafl Baaeke Name: Dusry Dellinger ��� --- Name: 5 Title: Project Engineer Title: Construction Manaqer Title:� _� �/G.l APPROVALRECOMMENDEO: APPROVED: CFW-WaferDepartment CFW-AssisfanfCityManager By: By: Name: Name: Title: Title: RECOMMENDEO: CFW -'Cantract Campliance Manager ATTEST By: �REVIEWED ~ Name: �ayxw.e.o.ra�.mme.wn+au,.n.w�m,m=a , JannetleS.Goodall � � CilySecretary Title: M&C Number M8C Date Approved: APPROVED AS TO FORM AND LEGAUTY: CFW - Assistant City Aftomey By: Name: Ttle: ' Controet Complianee Manager (Projeet Manager): By signing 1 acknowledge Mat I am the person responsible for the monitoring and administretion of this contrect, include ensuring all perFormance and reporting requirements. QThere are NO City Funds associated with this Contract OThefe are City Funds a550ciated with this COntract Revised: 12-17-2a18 page 2 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Tradition Phase 8A CITY PROJECT NUMBER: CPN 105127 � WATER PIPE LAID SIZE TYPE OF PIPE Open Trench 8" PVC - C-905 FIRE HYDRANTS: 13 PIPE ABANDONED N-A DENSITIES: NEW SERVICES: � PIPE LAID Open Trench Open Trench PIPE ABANDONED N-a SIZE 1" SIZE 8�� g�� SIZE LF 8,006 VALVES (16" OR LARGER) N/A TYPE OF PIPE LF YES all Passed copper SEWER TYPE OF PIPE PVC SDR 26 DIP TYPE OF PIPE DENSITIES: YES All Passed NEW SERVICES: 4" PVC TR-�NSPORT�TION �ND PUBLIC WORKS The Cin� of Fort ��'oxth • 1000 Throckmorton Street • Fart ��'oxth, TX 76012-6311 (817) 392 - 7941 • Fax. (817) 392 - 7845 LF LF 198 EA 6332 907 198 �`o�� ����rx� TRANSPORTATION AND PUBLIC WORKS July 23, 2025 L.H.Lacy Company,Ltd. 1880 Crown Dr. Ste.1200 Dallas, Tx 75234 RE: Acceptance Letter Project Name: Tradition Phase 8A Project Type: Water, Sanitary Sewer, Drainage, Paving, and Street Lights City Project No.: 105127 To Whom It May Concern: On August 26, 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 28, 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 28, 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, Moradqg2 Mcha�nr�deen,�e_ Mosadage Mohammdeen, Project Manager Cc: John Rogers, Inspector Troy Gardner, Inspection Supervisor Emanuel Nieto, Senior Inspector Andrew Goodman, Program Manager GM Civil, Consultant L.H. Lacy Company,Ltd.., Inc., Contractor William Ryan Homes Texas, Inc., Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 AFFIDAV IT 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 #105127 - Tradition Phase 8A BY Bobb W. ordon, President � Subscribed and sworn before me on this date 3 of September, 2025. ` !!��I�. �� ��l �_ ��� (`��( ,'� Notary Public � �� Dallas County, State of i' ___.- Texas �.*°'v, DARLENE CONEY �_���� Notary ID �10317301 ;,���� My Commission Expires _ March 9, 2028 ��, „ � � � , , � . � CONSENT QF SURETY TO FINAL PAYMENT AIA Docu�nent G707 Bond No. 5316991 TO OWNER (Nmne a,rd adedrefl) City of Fort Worth & Willian Ryan Homes Texas, Inc. 1800 Valiey View Lane #480 Farmers Branch, TX 75234 PROJECT: (Na„w mroft aadrbmc�l Tradition Phase 8A - Utility & Paving Improvements OWNF.R ARC�IITF.CT CO�ITRAC7'OR SUitE1'Y OTEiF.R ARCHI7'ECT'S PROJHCT NO.: CONTftACT POR: Construction CONt'ItACT DATED: In accorciance with the provlsions of the Ccxxracc becw�een che Owner and che Ccxitractcx as inciic�+teci aixrve, the (husrf raH:eaNQaddnssojSlr�r�yJ Great American Insurance Company 301 East Fourth Street Cincinnati, OH 45202 ■ ■ ■ ►:� ■ � SURF.T'Y, on bnnd of pn�arn mm�eamJad�hrxY �'Cart/mctw�J L.H. Lacy Company, Ltd. 1880 Crown Dr., Suite 1200 Dallas, TX 75234 , CONfRACTOR, i�creby approves of the flr:al payment [o che Contraccor, and agrres that flrral payment to the Contractor shall ncx relieve the Surety Uf any of irs obligadon5 [o fGx�wrt namaand addrt:.c� of ckr.rer) Ciry of Fort Worth & Willian Ryan Homes Texas, Inc. 1800 Valley View Lane #480 Farmers Branch, TX 75234 as sec f�ch in said Surery's bor►d. W WiTNESS VVHER&OF, the Surety has hereunta set iss hand c�n thb date: August 26, 2025 rymvrl N� uaflGy�lbr iuwub/nilowed fir �sbr+nuxcric drrrranrllcwr.l GreatAmerican Insurance Company iSWrr+.Y1 . � By: / fSjqimau�r ofarNbo�Airpas�rn�alierl David T. Miclette Attorney-in-Fact (Atl,rnd,wn.r c►al rltkJ � OWlVHR, G707-1994 � ..; - ', .i ' - _ _ . . - Signature: T�o�yGa�dne� Email: troy.gardner@fortworthtexas.gov 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 THIRTEEN POWER OF ATTORNEY No.O 22621 KNOW ALL MEN BY THESE PRESENTS: 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 or persons named below, each individually if more than one is named, its true and lawful attomey-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 nahue 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 STACEY BOSLEY NIKOLE JEANNETTE AARON HAWLEY ASHLEY BRITT DAVID T. MICLETTE LUCAS LOMAX NANCY RIOS WILL DUKE STACY OWENS Address Limit of Power ALL ALL OF HOUSTON, TEXAS $�00,000,000 RITA G. GULIZO BARRY K MCCORD ROBERT C. DAVIS KATHLEEN CUCKLER This Power of Attomey revokes all previous powers issued on behalf of the attorney(s)-in-fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate ofiicers and its corporate seal hereunto affixed this 17TH day of APR1L 2025 Attest GREAT AMERICAN INSURANCE COMPANY ��su i �,�!".....?aq, � j' �tiuK •. � �=— , ..� = L C, � �/v. -•._.._ Assistanr Secretary Divisiona( Senior rce President STATE OF OHIO, COUNTY OF HAMILTON - ss: �oHN tc. weesTeR (an-sn-zaos� On this »TH 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 lrnows the seal of the said Company; that the seal affixed to [he 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 Publlc `�``: "' State ot Ohfo �' �'�-�� My Comm. Exptres May 18, 2030 G�ir�- � `rC p'/�l,t�'�"1� This Power of Attorney is granted by authoriry of tt�e 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 severa! Divisional Senior Vice Presidents, Divisional Vice Presidents and Divisona! Assistant �ee Presidents, or any one of them. 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 surery, arry and a/1 bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof,• 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 Company sea! and the signature of any ojthe ajoresaid off'tcers arrd any Secretary or Assistant Secretary ojthe Company may be af�'ized by facsimile to any power of attorney or cert�cate of erther given for the exectrtion of arry 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 origina/ signature ofsuch ofyfcer and the original seal of the Company, to be valid and binding upon the Company wrth the same force and effect as though manuallv a�ued. CERTIFICATION [, STEPHEN C. BERAHA, Assistant Secretary of GreatAmerican Insurance Company, do hereby cettiJi• th.a�rtlie foregoing °ower ofAttorney and the Resolutions of the Board of Directors of June 9, 2008 have not been revoked and are now in full force and �f%`. Signed and sealed this 26th day of August ,= 2b'x5 '- ��__ ` -- -�: -__ �,usa¢�c �e ......-��. j �` � :'�;� ,�_�=-�_ _;_ = " - "'�� ;Issisranl Secretary _ "_ .. - S1029AJ(04/25)