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)