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)