Loading...
HomeMy WebLinkAbout061879-FP4 - Construction-Related - Contract - LH Lacy Company, Ltd.-FP4 City Secretary 61879 Contract No. FORTWORTHo 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): Water ❑x Sewer ❑x IOriginal Contract Price: $2,214,878.21 Amount of Approved Change Order(s): $49,970.60 Revised Contract Amount: Total Cost of Work Complete � U.1 yi�ti %��i��ar� � ��,� �,,,,-�,.,, �;��,,,,.,,,�,r Contractor Project Manager Title LH Lacy Company, Ltd Company Name �� �� Project Inspector MoJadage Moka�w�deen, � E Project Manager a��'�.-�-� CFA Manager `�`� TPW Director ����-� Asst. City Manager 09/10/2025 Date 09/10/2025 Date 09/10/2025 Date 09/10/2025 Date 09/10/2025 Date 09/12/2025 Date $ 2,264,848.81 $ 2,264,848.81 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 1 of 2 Notice of Project Completion Project Name: Tradition Phase 9A City Project No.: 105255 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: 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 F���r ���Tx CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name TRADITION PHASE 9 A Contract Limits Project Type WATER & SEWER 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�� Days Charged to Date 189 Contract is 100.00 Complete DALLAS � TX 75354 T. GARDNER / J. ROGERS Wednesday, September 10, 2025 Page 1 of 5 City Project Numbers 105255 Contract Name TRADITION PHASE 9 A Contract Limits Project Type WATER & SEWER Project Funding UNTI' I: WATER IMPROVEMENTS DOE Number 5255 Estimate Number 1 Payment Number 1 For Period Ending 7/23/2025 Item Estimated Estimated Completed Completed Description of Items Unit Unit Cost No. Quanity Total Quanity Total 1 4"-12" PRESSURE PLUG 4 EA $212.80 $851.20 4 $851.20 2 8" WATERLINE LOWERING 14 EA $6,245.68 $87,439.52 14 $87,439.52 3 TRENCH SAFETY 7775 LF $0.35 $2,721.25 7775 $2,72L25 4 DUCTILE IRON WATER FITTINGS W/ 1.6 TN $25,645.20 $41,03232 1.6 $41,03232 RESTRAINT 5 8" PVC WATER PIPE (CO#3) 7560 LF $50.17 $379,285.20 7560 $379,285.20 6 8" PVC WATER PII'E, CLSM BACKFILL 17 LF $19419 $3,301.23 17 $3,301.23 7 12" PVC WATER PIPE 282 LF $133.14 $37,545.48 282 $37,545.48 8 STD. FIRE HYDRANT ASSEMBLY W/ 6" GATE 11 EA $6,494.79 $71,442.69 ll $71,442.69 VALVE & VLAVE BOX 9 CONNECTION TO EXISTING 4"-12" WATER 3 EA $1,660.62 $4,981.86 3 $4,981.86 MAIN 10 1" WATER SERVICE (DOMESTIC) 209 EA $1,487.95 $310,981.55 209 $310,981.55 11 12" GATE VALVE 1 EA $4,36237 $4,36237 1 $4,36237 12 8" GATE VALVE & VALVE BOX 20 EA $2,177.63 $43,552.60 20 $43,552.60 13 1" WATER SERVICE (IRRIGATION) (CO#1) 4 EA $1,487.95 $5,951.80 4 $5,951.80 14 1.5" WATER SERVICE (IRRIGATION) (CO#1) 1 LF $2,367.62 $2,367.62 1 $2,367.62 Sub-Total of Previous Unit �995,s�6.69 �995,s�6.69 UNIT II: SANTI'ARY SEWER IMPROVEMENTS Item No. 1 2 3 4 5 6 7 8 9 10 Description of Items POST-CCTV INSPECTION VACWM TEST MANHOLES TRENCHSAFETY TRENCH WATER STOPS (CO#3) 20" CASING BY OPEN CUT 20" CASING BY OTHER THAN OPEN CUT SDR -26 4" SEWER SERVICES 8" SDR-26 PVC SEWER PIPE 8" PVCSANITARY SEWER PIPE W/ CSSS BACKFILL 8" DIP SEWER PIPE Estimated Unit Quanity 6770 LF 33 EA 6770 LF 18 EA 120 LF 125 LF 203 EA 5740 LF 287 LF 612 LF Unit Cost Estimated Total $1.96 $13,269.20 $140.00 $4,620.00 $0.94 $6,363.80 $1,422.58 $25,606.44 $219.54 $26,344.80 $540.38 $67,547.50 $1,28814 $261,492.42 $64.53 $370,402.20 $123.53 $35,453.11 $147.81 $90,459.72 Completed Completed Quanity Total 6770 $13,269.20 33 $4,620.00 6770 $6,363.80 18 $25,606.44 120 $26,344.80 125 $67,547.50 203 $261,492.42 5740 $370,402.20 287 $35,453.11 612 $90,459.72 Wednesday, September 10, 2025 Page 2 of 5 City Project Numbers 105255 Contract Name TRADITION PHASE 9 A Contract Limits Project Type WATER & SEWER Project Funding DOE Number 5255 Estimate Number 1 Payment Number 1 For Period Ending 7/23/2025 11 8" DIP SEWER PIPE, CSS BACKFILL 131 LF $198.73 $26,033.63 131 $26,033.63 12 EPDXY MANHOLE LINER (CO#1 156 VF $532.00 $82,992.00 156 $82,992.00 13 4' STD DIA. MANHOLE 32 EA $5,569.69 $178,230.08 32 $178,230.08 14 4' DROP MANHOLE 1 EA $12,730.60 $12,730.60 1 $12,730.60 15 4' EXTRA DEPTH MANHOLE 114 VF $221.41 $25,240.74 114 $25,240.74 16 DEEP TRENCH BACKFILL 441 LF $46.55 $20,528.55 441 $20,528.55 17 CONNECT TO EXISTING DROP MH 2 EA $8,008.44 $16,016.88 2 $16,016.88 18 CONNECT TO EXISTING 8" S.S. 1 EA $1,230.71 $1,230.71 1 $1,230.71 19 COIVIVECT TO EXISTING 10" S.S. 2 EA $2,234.87 $4,469.74 2 $4,469.74 Sub-Total of Previous Unit �1,269,032.12 �1,269,032.12 Wednesday, September 10, 2025 Page 3 of 5 City Project Numbers 105255 Contract Name TRADITION PHASE 9 A Contract Limits Project Type WATER & SEWER Project Funding Contract Information Summary Original Contract Amount Change Orders Change Order Number 1 Change Order Number 1 Change Order Number 3 Change Order Number 3 DOE Number 5255 Estimate Number 1 Payment Number 1 For Period Ending 7/23/2025 $2,214,878.21 $8,319.42 $30,324.00 $4,214.28 $7,112.90 Total Contract Price $2,264,848.81 Total Cost of Work Completed g2,264,848.81 Less % Retained $0.00 Net Earned $2,264,848.81 Earned This Period $2,264,848.81 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 $2,264,848.81 Wednesday, September 10, 2025 Page 4 of 5 City Project Numbers 105255 Contract Name TRADITION PHASE 9 A Contract Limits Project Type WATER & SEWER Project Funding DOE Number 5255 Estimate Number 1 Payment Number 1 For Period Ending 7/23/2025 Project Manager NA City Secretary Contract Number Inspectars T. GARDNER / J. ROGERS Contract Date Contractor L.H. LACY COMPANY Contract Time g5 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 Less % Retained Net Earned Earned This Period $2,264,848.81 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 $2,264,848.81 $0.00 $2,264,848.81 $0.00 $0.00 $0.00 $0.00 $0.00 $2,264,848.81 Wednesday, September 10, 2025 Page 5 of 5 DEVELOPER-AWARDED-PROJECT CHANGE ORDER PROJECT NAME: Tradition - Phase 9A CONTRACT: (A) WatedSewedStorm Drain, (B) Pavinp, (C) Street Liqhts CFA # 24-0075 I CITY PARTICIPATION:I NO CITY PROJECT # 105255 CITY SECRETARY CONTRACT # 61879 FID # 30114-0200431-105255-E07685 X # X-28007 FILE # W-3016 CHANGE °ROER N°: REVI EWED � By Mosadage Mohammdeen at 8:14 am, Dec 02, 2024 INSPECTOR: John Rogers Phone No: 682-210-8044 PROJECT MANAGER: MO MOh2fllf1ldB2f1 Phone No: 682-402-7050 CONTRACT UNIT WATER I SEWER I DRAINAGE I PAVWG STREETLIGHTS CONTRACT eveloper DAYS Developer Cost City Cost IDeveloper Cost I City Cost IOeveloper Cost I City Cost IDeveloper Cost I City Cost ICost I City Cost ORIGINALCONTRACT $983,282.99 $0.00 I$7,231,595.22 I $0.00 I$2,240,091.67 I $0.00 I$2,316,384.00 I $0.00 I$236,527.00 I $0.00 I 170 EXTRAS TO DATE $0.00 $0.00 I $0.00 I $a•00 I $0.00 I 50.00 I 50.00 I $0.00 I 50.00 I $��00 I CREDITS TO DATE $0.00 $0.00 I $0.00 I 50.00 I $0.00 I 80.00 I $0.00 I $0.00 I $0.00 I $0.00 I CONTRACT TO DATE $983,282.99 $0.00 I$7,231,595.22 I $0.00 I$2,240,091.67 I $0.00 I$2,316,384.00 I $0.00 I$236,527.00 I $0.00 I 170 AMOUNT OF PROP. CHANGE ORDER $8,319.42 $0.00 I $30,324.00 I $0.00 I(5102,844.00) I $0.00 I $0.00 I $0.00 I 50.00 I $0.00 I 0 REVISED CONTRACT AMOUNT $991,602.41 $0.00 I 87,261,979.22 I $0.00 I$2,737,247.67 I $0.00 I$2,316,384.00 I $0.00 I$236,527.00 I $0.00 I 170 TOTAL REVISED CONTRACT AMOUNT PER UNIT $991,602.41 $1,261,919.22 $2,137,247.67 $2,316,384.00 $236,527.00 REVISED COST SHARE Dev. Cost: $6,943,680.30 City COSt: $0.00 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 ITEM # # QUANTITY UNIT ITEM DESCRIPTION CFW Unit Price UNIT PRICE Developer Cost Ciry Cost TOTAL 61* 9999.0014 4 EA 1"WalerService(Irriga[ion) I $1,487.95 $5,951.80 $0.00 $5,951.80 62' 9999.0015 1 LF 1.5" Water Serwce Qrriga[ion) $2,367.62 $2,367.62 $0.00 $2.367.62 TOTAL UNIT I: WATER IMPROVEMENTS $8,319.42 � � � � � � � � UNIT II: SEWER IMPROVEMENTS CITY BID ITEM PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION CFW Unit Price UNIT PRICE Developer Cost CitV Cos� TOTAL 24 3339.0001 57 VF Epoxy Manhole Liner I $532.00 $30,324.00 $0.00 $30,324.00 TOTAL UNIT II: SEWER IN�P�20VEMENTS $30,324.00 � � � � 1 � � � UN�T III: DRAINAGE IMPROVEMENTS CITY BID ITEM PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION CFW Unrt Price UNIT PRICE Developer Cost City Cas� TOTAL 36 3137.0104 (793) EA Madium Riprap, dry $140.00 ($111,020.00) $0.00 ($� � 1 p20.00) 53 3349.4105 (1) EA 24" SET, 1 plpe $2,464.00 ($2,464.00) $0.00 ($2,464.00) 54 3349.4709 (1) EA 36" SET, 1 pipa $3,360.00 ($3,360.00) $0.00 ($3,360.00) 57 33497001 � LF 4' Drop Inle� $7,000.00 $14,000.00 $0.00 $14,000.00 TOTAL UNIT III: DRAINAGE I bROVEMENTS ($102,844.00) � � I � � � � � TOTAL CHANGE ORDER ($64,200.58) Asterisk (*) indicates New Pay Item Revised: 12-17-2018 Page 1 REASONS FOR CHANGE ORDER 1. Added l�ngafion Services 2. Additiona! Manholes Requircd Epozy Line� 2. Updated Storm Quantities Po Match Approved Plans RECOMMENDED: APPROVED: APPRO� GM[ivil Ashton �allas�%si/Jeajal, nLLC LH Lg y co y u. By: ��—� By: //�"� I Y' / By: �/ • � - � Name: MaH Baacke Name: c � dy S a i 1 e y Nam! ��!� I� Title:ProiectEngineer T„e; Land Develop Mgr. Title:��,/����•"�V� I�V APPROVALRECOMMENDED: APPROVED: CFW-WaterDepartmenf CFW-AssistantCityManager By: By: Name: Name: Title: Title: RECOMMENDED: CFW-'Confract Compdance Manager ATTEST By: Name: I REVIEWED �ette S. Goodall � By Mosadage Mo�ammdeen at 8:14 am, Dec 02, 202< � Secfetary Title: ` APPROVED AS TO FORM AND LEGALITY: CF W- Assistan( Cdy Attorney By: Name: Title: • Cont2ct Compliance Manager (Project ManagerJ: By signing I acknowledge that I am the person responsible for the moniloring and administretion of this contrad, inciude ensuring all pertormance and reponing requirements. �❑There are NO City Funds associated with this Contract ❑There are City Funds associated with this Contract M8C Number: M8C Date Approved: Revised: 12-�7-20�8 Page 2 REVIEINED DEVELOPER-AWARDED-PROJECT CHANGE ORDER By Mosadage Mohammdeen at 1:23 pm, Dec 20, 2024 . PROJECT NAME: Tradition - Phase 9A CHANGE CONTRACT: (A) Water/Sewer/Storm Drain, (B) Pavinp, (C) Street Liphts ORDER No: CFA # 24-0075 I CITY PARTICIPATION:I NO CITY PROJECT # 105255 CITY SECRETARY CONTRACT # 61879 3 FID # 30114-0200431-105255-E07685 X # X-28007 FILE # W-3016 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 � STREET LIGHTS CONTRACT eveloper DAYS Developer Cost City Cost Developer Cost City Cost Developer Cost City Cost Developer Cost City Cost I Cost City Cost ORIGINAL CONTRACT E983,282.99 50.00 E1,231,595.22 E0.00 52,240,091.67 $0.00 E2,316,384.00 $0.00 I 5236,527.00 $0.00 170 EX7RAS TO DATE E8,319.42 50.00 530,324.00 $0.00 ($102,844.00) $0.00 � 364,909.00 50.00 I $0.00 50.00 CREDITS TO DATE $0.00 $0.00 I E0.00 $0.00 $0.00 $0.00 $0.00 $0.00 I $0.00 $0.00 CONTRACT TO DATE $991,602.41 $0.00 I $1,261,919.22 EO•00 $2,137,247.67 $0.00 $2,381,293.00 $0.00 $236,527.00 $0.00 170 AMOUNT OF PROP. CHANGE ORDER E4,214.28 50.00 I $7,112.90 E0.00 57,722.76 50.00 $0.00 50.00 50.00 50.00 0 REVISEDCONTRACTAMOUNT E995,816.69 $0.00 $1,269,032.12 E0.00 $2,144,970.43 $0.00 $2,381,293.00 $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 ICity Cost: $0.00 1 TOTAL REVISED CONTRACT $7,027,639.24 You are directed to make the following changes in the contract documents : UNIT I: WATER IMPROVEMENTS I CITY BID ITEM � I PAY ITEM # # QUANTITY UNIT I ITEM j1�yS��21e�lON CFW Unit Price I UNIT PRICE Develqp�r CostJ Citv Cost TOTAL � 5 3311.0241 84 LF 8" P�/C �F/aterAipe $50.17 $4,214.2�� $o.00 $a,2�aze TOTAL UNIT I: WATER I� ROVEMENTS $4,214.28 � � � � r � � � yJ. IT II: SEWER IMPROVEMENTS � CITY BID ITEM PAY ITEM # # QUANTITY UNIT ITEM DE�SCRIPTION CFW Unit Price I UNIT PRICE Developer Costl City Cost TOTAL 16 3305.0113 5 LF � TrencliWaterStops � $1,422.58 $7,112.90 $0.00 $7,112.90 TOTAL UNIT II: SEWER IM ROVEMENTS $7,712.90 � � � � I � � � � UNIT �II: STORM DRAIN IMPROVEMENTS CITY BID ITEM PAY ITEM # # QUANTITY UNIT ITEM pE C IPTI�N CFW Unit Price UNIT PRICE Developer Cost City Cost TOTAL 40 3341.0205 82 24" RC�, C�ass III � $94.18 $7,722.76 $0.00 $7,722.7E 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 Pians RECOMMENDED: APPROVED: GMcivil Ashton DallasR �sideoNal, LLC � � �g r � � By: ./%a•``�- By: �U � Name: Matt Baacke Name: Cody Bailey Title: Project Engineer Title: Land Development Manaqer APPROVAL RECOMMENDED: APPROVED: CFW - Water Department CFW - Assistanf City Manager By: By: Name: Name: Title: Title: RECOMMENDED: CFW-'ContractComplranceManager ATTEST r � Name: ���'���D - By Mosadage Mohammdeen at 1:24 pm, Dec 20, 2024 Title: � � M&C Number: M&C Date Approved: LH Name: C Title: � � . APPROVED AS TO FORM AND LEGALITY: CFW - Assistant City Attomey 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 pertormance 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 TR.ANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Tradition Phase 9A CITY PROJECT NUMBER: CPN 105255 � WATER PIPE LAID SIZE TYPE OF PIPE Open Trench 8" PVC - C-905 Open Trench 12" PVC - C-905 FIRE HYDRANTS: 11 PIPE ABANDONED N-A �y Y/I �I VALVES (16" OR LARGER) TYPE OF PIPE DENSITIES: NEW SERVICES: � PIPE LAID Open Trench Open Trench PIPE ABANDONED N-a 209 SIZE g�� g�� SIZE LF LF LF LF YES all Passed SEWER TYPE OF PIPE PVC SDR 26 DIP TYPE OF PIPE DENSITIES: YES All Passed NEW SERVICES: 203 TRANSPORTATION AND PUBLIC WORKS The Ciry of Fort Worth • 1000 Throckmorton Street • Fart �rarth, TX 76012-6311 (817) 392 - 7941 • Fax: (817) 392 - 7845 7,493 282 N/A 6027 743 F�R�r'�o�TH� 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, Moradage Mohar�r��(een, f�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 COLTNTY 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 : ,..%�, r ` �obby . Gordon, President Subscribed and sworn before me on this date 11 of August, 2025. � �l � �� � otary Public �� � � �� � ,.��x� �:-�,�., �„�-��+�. ,a.�.�€+�.� '� pARLE�dE CONEY :����`1 Notary ID �710317301 ,� _�-r=�� � ,����� AAy Comrnission Expires � "'��� � ��n���n 9, zozs � :.�:;;�::�::�� �--`��.-::.;_��=��'.z� v�� Dallas County, State of Texas C�►NSENT C?F SURETI( TC� FIN1�1L PAY(1AENT ,�1IA D�s�:�z�at Gif?� Bond No. 5316990 Tf� UWNE12: (r��,�s u,��+����j City of Fort Worth & Ashton Dallas Residential, LLC 1800 Valley View Lane #100 Farmers Branch, TX 75234 1'Ie{3J�C'I': (1i'�r�rte Gr�tl atJ117`rneJ Tradition Phase 9A - Utility Improvements c���r;vra r�rcH��Trcr �o�r€�c��o� 5U� C}TH�`A A�tCHi"I'rC°F'S PRt7�EC'I' �t'�,: G�i+i�'RACi' FOR: Construction C�N`I'3�t1GT i3.�1°�'l�: ■ ■ : in accrarz:ians_e u�sth the �Sca�Tisians c�fci�e Cor,tract aec�=een �{Ze Qwne�- a.nd th� Cc>ntraetcsr �s iYaciit4te.�i al>c�ce, t"e €I�rs�i�t arrrtaar trt�d adzlieg:. �,JSrsr Mi} Great American Insurance Company 301 East Fourth Street Cincinnati, OH 45202 , 5URF,'1"Y, on l�ond of' {Incen nu�r�e tr��e3 eacidres.c c��"Cvr.iraclur�l L.H. Lacy Company, Ltd. 1880 Crown Dr., Suite 1200 Dallas, TX 75234 , CCJ�`iTRACTC}R, Pzerel�y app�•t�r�es of tl�e fi^al paymerat to che Cantracrc�r, and agrees tl7at fina( pa}+ment tt� rh� Cc>ntra�et�r si��l4 nc�¢ i�elieve the Su,-ery c>f any of i�� abligations to (lusa��[ n:�ntertnclurtcla�e.� yj Da=ner) City of Fort Worth & Ashton Dallas Residential, LLC 1800 Valley View Lane #100 Farmers Branch, TX 75234 aa:; seE f�rtl� ic� said 5�arery's �c�n:i. IIv WiTP1�,SS WHERGt}r, che Suret}� i�as 3zer�aanto s�t its i�anei t�n thi� dat�: July 29, 2025 !l�ztstX ert x=rilia{t; 11x ��mtit,h ftstic�urirt %t° z�x• a�rsureric slrtrc� �rsrrl,i¢�.ar.) FiiCCST: %�4 �� �rr � �' AI Jo on, Witness , QWItiP��, Great American Insurance Company f 4tltY'!i`) 1i�����\ . � � � By: !� — - �. _ -- CSY[;n7C,�rr ejrar:IharY,r�d�rjNz�sxntr�litrl � — David T. Miclette Attorr���-;�-F��,t -- >' {flaipatr�,! rtWure c�ut/ titl�) G�137�--"t 994 GREAT AMERICAN INSURANCE COMPANYO Administrative Office: 301 E 4TH STREET • CINCINNATI, OHIO 45202 • 513-369-5000 • FAX 513-723-2740 The number of persons autllorized by tl��s power of attarney is not more than THIRTEEN No.O 22621 POWER OFATTORNEY KNO��ALL MEN BY THESE PRESENTS: That tbe GREAI'AM�RICAN INSURANCE COMPANY, a corporaYion organized and existing under and by virtue of the laws of the State of Ohio, does hereby �lominate, eonstitute and appoint Che person or persons named below, each individually if more than one is named, its true aiid lawful attorney-in-fact, for it and in its nune, place and stead to execute on bet�alf of the said Company, as suret}�, an}� 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 Uond, undertaking or conCract of sw et}�ship 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 Attorneti revokes all previous powers issued on behalf of the attorney(s)-in-fact named above. IN WITNESS WHEREOF the GREAT AMERICAN iNSLTRANCE COMPANY has caused these presents to be signed and attested b}� its appropriate officers and its corporale seal hereunto affixed this 17TH day of APRIL 2025 Attest GREAT AMERICAN INSURANCE COMPANY `PpINSURyN ^ � `t.e. CF ,_y"v'g€� u � . ��� � c��'.. � `� ��� 2 � y ��� �� dssisiant Secrelaiy �� � - Divisional Seninr FSce Pre,sidenl STP.TE OF OHIO. COUNTY OF HAMII_TON - ss: JOHN K. WEBSTER (877-377-2405) On tliis 17TH day° �f APRIL 2025 , before me personally appeared JOHN K. WEBS'I'ER, to me known, being duly sworn, deposes and says that he resides in Cincimiati, 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 instnimenT, 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 autharity of his office under the By-Laws of said Company, and that he signed his name thereto by like authority. `��ti � ���, 5U5AN A KOHORST ;3���T ti�tary Pubtfc ���' �';�r State ot Qhio A` ``a ��=�" My Comm. �xplres May 1B, 2030 Q'/�' � "'�i(i't/��iC]�' This Po�ver ofAttomey is granYed by authorit}° ofthe following resolutions adopted by- the Board of Directors of GreaiAmerican Insurance Company by unavunous w�'itte�i covsent dated .Tune 9, 2008. R&SOLPED: That t{ae Divisional Pr•esident, zhe several Divzszoruc! Senioe• G'ice Preszdents, Divisional b'ice Py�esidents and Divisonal Assistant Vrce Preside�zts, or ar�v one of the�rz, be artd ltereby rs authori�ect fi^ona time to tittte, to appoiv�i one or more Attor•neys-zn-Facfi zo execule on behczlf of the Compariv, as szrr•e7}; as2y and al[ bonds, ¢�nde��takiizgs and corztracts of stcreh�s7zrp, o�� other x�rilten obligations in fhe y�ature thereof,' to pr^escribe tlaeir respectire ditties and the respectrve li�nits of thelr attlhoriry; and to revok-e ani� such appoinlmerit at aYcv tim�e. RESOLG ED FURTHER: That ihe Conapczny seal ar�d tlze signnture of any of tFae afm�esnid offzcers and arry� Secretary or Assistant Secretary of the Compartv ntctv be affixed by facsintile to an�� po� er of attorrtey or certificate of eitlter given for the execttitzorr of any bor�d, urrde�^taking, contract of sz�retyslnp, or otlzet^ tivi•itterz obligatiort zrt tli� nature tltereo, f,� szcch signature arad seal tii�laei7 so used beirlg herebi� adopted by� Xhe Conzpernv as tFze original signatzsre of such offzcer• ancl the original seal of the Company, Xo be valid ar�d binding ispon the Conrpany ivith the san�e for•ce arad ejfect as though mamsallv af%zted. CERTIFIC �TION I, STEPHEN C. BERAHA, Assistant Secretarp� ofGreatAmerican Insurance Company, do hereby cer�,� ih��tiie foregoing :'o�a�er ofAttorney� and lhe Resolutions of the Board of Directors of June 9, 2�08 have uot been revoked and are now in fiili force and e#iect. Signed and sealed this 29th day of July , 2r�25 . ' e�pHINSUq� . - , c ��.,� � Q:' ��4Y / � � .d'` 'y� y� y� . z. +_���� •e x `W �.. a, _ _���. ��� � �3ssislantSecretaiy _ - - , S1029AJ (04/25)