Loading...
HomeMy WebLinkAboutContract 61848-FP1FORT WORTH, -FP1 City Secretary 61848 Contract No. Date Received 5/13/2025 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: Stonehawk at Texas Star Multifamily City Project No.: 105381 Improvement Type(s): Water ❑x Sewer ❑x Original Contract Price: $955,933.40 Amount of Approved Change Order(s): $14,680.00 Revised Contract Amount: $970,613.40 Total Cost of Work Complete: $970,613.40 Ala"I r .111 Contractor Project Manager Title Bandera Utility Contractors, Inc. Company Name Project Inspector MoJadag2 Mohar�w�deeh,�E Project Manager Kandice Merrick (Mav 13. 2025 10:11 CDT) CFA Manager de. F,�;.w,_ Lauren Prieur (May 13, 2025 10:36 CDT) TPW Director Asst. City Manager 05/09/2025 Date 05/12/2025 Date 05/13/2025 Date 05/13/2025 Date 05/13/2025 Date 05/14/2025 Date OFFICIAL RECORD Page 1 of 2 CITY SECRETARY FT. WORTH, TX Notice of Project Completion Project Name: Stonehawk at Texas Star Multifamily City Project No.: 105381 City's Attachments Final Pay Estimate ❑x Change Order(s): ❑x Yes ❑ N/A Pipe Report: ❑x Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety ? Statement of Contract Time Contract Time: 20 WD Work Start Date: 11/4/2024 Completed number of Soil Lab Test: 81 Completed number of Water Test: 4 Days Charged: 75 WD Work Complete Date: 4/8/2025 Page 2 of 2 FORT WORT 11 CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name TEXAS STAR MULTIFAMILY Contract Limits Project Type WATER & SEWER City Project Numbers 105381 DOE Number 5381 Estimate Number 1 Payment Number 1 For Period Ending City Secretary Contract Number Contract Date Project Manager NA Contractor BANDERA UTILITY CONTRACTORS, INC 416 INTERCHANGE ST. MCKINNEY, TX 75071 Inspectors G.DEYON / B.MCDONALD Contract Time Days Charged to Date Contract is 100.00 4/8/2025 WD 2WD 75 Complete Monday, May 5, 2025 Page 1 of 4 City Project Numbers 105381 DOE Number 5381 Contract Name TEXAS STAR MULTIFAMILY Estimate Number I Contract Limits Payment Number 1 Project Type WATER & SEWER For Period Ending 4/8/2025 Project Funding UNIT I: WATER IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 REMOVE CONC PVMT (CO#1) 1838 SY $162.30 $298,307.40 1838 $298,307.40 2 CONC PVMT REPAIR, RESIDENTIAL(CO#1) 1838 SY $161.10 $296,101.80 1838 $296,101.80 3 24" CASING BY OTHER THAN OPEN CUT 33 LF $210.00 $6,930.00 33 $6,930.00 (CO#1) 4 12" DIP WATER(CO#1) 44 LF $162.00 $7,128.00 44 $7,128.00 5 12" PVC WATERPIPE(CO#1) 1424 LF $118.00 $168,032.00 1424 $168,032.00 6 DUCTILE IRON WATER FITTINGS w/ 1.46 TN $10,320.00 $15,067.20 1.46 $15,067.20 RESTRAINT (CO#1)(CO#2) 7 FIRE HYDRANT 5 EA $6,800.00 $34,000.00 5 $34,000.00 8 CONNECTION TO EXISTING 4" -12" WATER 2 EA $1,600.00 $3,200.00 2 $3,200.00 MAIN 9 1 1/2" WATER SERVICE 1 EA $2,480.00 $2,480.00 1 $2,480.00 10 3" WATER METER AND VAULT 2 EA $36,800.00 $73,600.00 2 $73,600.00 11 6" GATE VALVE 4 EA $3,136.00 $12,544.00 4 $12,544.00 12 12" GATE VALVE 7 EA $6,704.00 $46,928.00 7 $46,928.00 13 REMOVE 12" WATER LINE (CO#1) 20 LF $31.00 $620.00 20 $620.00 14 4"-12" WATER ABANDONMENT PLUG (CO#1) 1 EA $1,500.00 $1,500.00 1 $1,500.00 15 12" WATER PIPE, CLSM BACKFILL 11 LF $125.00 $1,375.00 11 $1,375.00 -------------------------------------- (RESTRAINED JOINTS) (CO#1) ------------- Sub-Total of Previous Unit $967,813.40 $967,813.40 UNIT H: SANITARY SEWER IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 CONNECT TO EXISTING 4" SSMH 1 EA $2,800.00 $2,800.00 1 $2,800.00 Sub -Total of Previous Unit $2,800.00 $2,800.00 Monday, May 5, 2025 Page 2 of 4 City Project Numbers 105381 Contract Name TEXAS STAR MULTIFAMILY Contract Limits Project Type WATER & SEWER Project Funding Contract Information Summary Original Contract Amount Change Orders Change Order Number 1 Change Order Number 2 Total Contract Price DOE Number 5381 Estimate Number I Payment Number 1 For Period Ending 4/8/2025 $955,933.40 $16,744.00 ($2,064.00) $970,613.40 Total Cost of Work Completed $970,613.40 Less % Retained $0.00 Net Earned $970,613.40 Earned This Period $970,613.40 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 $970,613.40 Monday, May 5, 2025 Page 3 of 4 City Project Numbers 105381 Contract Name TEXAS STAR MULTIFAMILY Contract Limits Project Type WATER & SEWER Project Funding Project Manager NA Inspectors G.DEYON / B.MCDONALD Contractor BANDERA UTILFFY CONTRACTORS, INC 416 INTERCHANGE ST. MCKINNEY , TX 75071 DOE Number 5381 Estimate Number I Payment Number 1 For Period Ending 4/8/2025 City Secretary Contract Number Contract Date Contract Time 20 AID Days Charged to Date 75 WD Contract is .000000 Complete CITY OF FORT WORTH SUMMARY OF CHARGES Line Fund Account Center Amount Gross Retainage Net Funded Total Cost of Work Completed $970,613.40 Less % Retained $0.00 Net Earned $970,613.40 Earned This Period $970,613.40 Retainage This Period $0.00 Less Liquidated Damages 0 Days @ $0.00 / Day $0.00 LessPavement Deficiency $0.00 Less Penalty $0.00 Less Previous Payment $0.00 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $970,613.40 Monday, May 5, 2025 Page 4 of 4 IPROJECT NAME: (CONTRACT: ICFA # (CITY PROJECT # CITY SECRETARY CONTRACT # IFID # IX# IFILE # INSPECTOR: PROJECT MANAGER: DEVELOPER -AWARDED -PROJECT CHANGE ORDER Texas Star Multifamily Water & Sewer 24-0054 I 105381 61848 30114-0200431-105381-E07685 X-28066 N/A CITY PARTICIPATION:( Bryon McDonald Phone No: Mosadage Mohammdeen Phone No: kq[W (682)319-5315 (817)392-2443 CONTRACT UNIT WATER SEWER DRAINAGE Developer Developer Cost City Cost Developer Cost City Cost Cost City Cost IORIGINAL CONTRACT $953,133.40 $0.00 $2,800.00 $0.00 $0.00 $0.00 I EXTRAS TO DATE $16,744.00 $0.00 $0.00 $0.00 $0.00 $0.00 ICREDITS TO DATE $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 I CONTRACT TO DATE $969,877.40 $0.00 $2,800.00 $0.00 $0.00 $0.00 (AMOUNT OF PROP. CHANGE ORDER ($2,064.00) $0.00 $0.00 $0.00 $0.00 $0.00 I REVISED CONTRACT AMOUNT $967,813.40 $0.00 $2,800.00 $0.00 $0.00 $0.00 TOTAL REVISED CONTRACT AMOUNT PER UNIT $967,813.40 $2,800.00 $0.00 REVISED COST SHARE Dev. Cost: $970,613.40 City Cost: TOTAL REVISED CONTRACT $970,613.40 REVIEWED By Mosadage Mohammdeen at 1:55 pm, Jan 23, 2025 CHANGE ORDER No: 2 PAVING STREET LIGHTS CONTRACT Developer Developer DAYS Cost City Cost Cost City Cost $0.00 $0.00 $0.00 $0.00 20 $0.00 $0.00 $0.00 $0.00 0 $0.00 $0.00 $0.00 $0.00 0 $0.00 $0.00 $0.00 $0.00 20 $0.00 $0.00 $0.00 $0.00 0 $0.00 $0.00 $0.00 $0.00 20 $0.00 $0.00 $0.00 Revised: 12-17-2018 Page 1 You are directed to make the following changes in the contract documents: CITY BID ITEM PAY ITEM At # QUANTITY I 6 �331 1.0001 -0.2 I Asterisk (`) indicates New Pay Item REASONS FOR CHANGE ORDER �WIT-I; WATER IMPROVEMENTS ��� CFW Unit Developer UNIT TION Ductile Iran Watat Cl� gslw estrainl 1 Price UN$10. 20 000 Costt , TOTAL UNIT 1: WATER IMPROVEMENTS r.Si..GfriAul Existing water main tying into at higher alevatlon than elevation called out in plans RECOMMENDED: APPROVED: mina, In . Stonaht� LLC By: By: s Name: Andrea Tavlor. PE Name: Brian Woidneck Title: Principal Title: Vice President APPROVAL RECOMMENDED: CFW - Water Department By: NIA Name: Title: RECOMMENDED: CFW- `Contract Compliance Manager By: WA Name: Mosdaae Mohammdeen. PE, PIMP Title: Senior Engineer M&C Number: WA M&C Date Approved: WA APPROVED: CFW • Assistant City Manager By: NIA Name: Title: ATTEST REVIEWED By Mosadage Mohammdeen at 1:56 pm, Jan 23, 2025 1 II Citv Cost TOTAL $0.00 .,064.ft F0.00 c62.064.00) I APPROVED: Bandem UWty Cont+ectors. Inc. By: y.. Name: Kent Vest Title: Vice President of Oo=rations APPROVED AS TO FORM AND LEGALITY: CFW - Assistant City Attorney By: WA 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 performance and reporting requirements. There are NO City Funds associated with this Contract There are City Funds associated with this Contract Revised: 12-17-2018 Page 2 PROJECT NAME: CONTRACT: CFA # CITY PROJECT # CITY SECRETARY CONTRACT # IFID# 1X# FILE # INSPECTOR: PROJECT MANAGER: DEVELOPER -AWARDED -PROJECT CHANGE ORDER Texas Star Multifamily Water & Sewer 24-0054 I CITY PARTICIPATION:( NO 105381 61848 30114-0200431-105381-EO7685 X-28066 N/A Bryon McDonald Phone No: (682)319-5315 Mosadage Mohammdeen Phone No: (817)392-2443 WATER Developer Cost City Cost ORIGINAL CONTRACT $953,133.40 $0.00 EXTRAS TO DATE $0.00 $0.00 CREDITS TO DATE $0.00 $0.00 CONTRACT TO DATE $953,133.40 $0.00 (AMOUNT OF PROP. CHANGE ORDER $16,744.00 $0.00 REVISED CONTRACT AMOUNT $969,877.40 $0.00 TOTAL REVISED CONTRACT AMOUNT PER UNIT $969,877.40 REVISED COST SHARE Dev. Cost: I TOTAL REVISED CONTRACT REVIEWED By Izeldeen Ahmed at 10:03 am, Jan 15, 2025 CHANGE ORDER No: 1 CONTRACT UNIT SEWER DRAINAGE PAVING STREET LIGHTS CONTRACT Developer Developer Developer DAYS Developer Cost City Cost Cost City Cost Cost City Cost Cost City Cost $2,800.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 20 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 0 $2,800.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 20 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 0 $2,800.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 20 $2,800.00 $0.00 $0.00 1 $0.00 $972,677.40 City Cost: $0.00 $972,677.40 Revised: 12-17-2018 Page 1 You are directed to make the following changes in the contract documents: CITY BID ITEM PAY ITEM # # QUANTITY UNIT 1 024i.t0DD 37 SY 2 3201IM14 37 SY 3 33051104 -13 LF 4 3311.0451 -iG LF 5 3311D461 16 LF 6 33110001 0.41 TON 13" 02411015 20 LF 14' 0241.1218 1 EA 15' 331I.0448 11 LF Asterisk (y indicates New Pay Ram REASONS FOR CHANGE ORDER 1NIT 1: WATER IMPROVEMENTS l e N CFW unit Remove FR. ml Price Cons Pvmt RjaIr, Residential 24" Cos in -oilier Than Open Out 2" DIP Water 12"PV Water PIpV Ductile Iron Wa er F/i(/a'�a� 5 w{ Restraint Remove 12' WaIr Lino 4'-12'Water Abandonment 12" Water Pipe, CLSM Backnil {Rant nod 40FO) TQ%�WAT18&RO��NTS Developer UNIT PRICE Cost Ch Cost TOTAL $162.36 $6,005.10 $0.00 $6,005.10 $161.10 $5//960.70 .00 $5,960.70 $210.00 $2,730.00 .00 -$2.730.00 $162.00 -$2106.D0 00 -$2,106.00 $118.00 $1,600 .00 1.0D $1,888.tl0 $10,320.00 $4231.20 r00 $4,231.20 $31.000.Od r00 $620.00 51300.00 1, a0.00 $1,5W.00 $125.00 $1,375.00 r00 $1,376.00 �00 ( 578.740.0g Existing storm con#Ict at 12" water stub in House Anderson Road. Conncatlon to the 12" water lino revised, and the existing 12'stub has been removed and plugged per City request. 0 ENDED: APPROVED: APPROVED: m a, Stonehawk Colton, LLC 6andera City Contras. rs, ,o.. I By: T. BSI/ Name: Andrea Tavlor- PE Name: Brian Woldnedt Name: Kent Vest Title: Principal Title: Vice President Title: Vice President Of 01161`001IR APPROVAL RECOMMENDED: APPROVED: APPROVED AS TO FORM AND LEGALITY: CFW- Water Dopanmont CFW - Assistant City Manager CFW -Assistant City Attorney By: NIA By: NIA By: NIA Name: Name: Nerve: Title: Title: Title: RECOMMENDED: REVIEWED CFW -'Contract Compliance Manager ATTEST " Contract Compliance Manager (Project Manager): By lzerdeen Ahmed at 10:03 am, Jan 15, 2025 By signing I acknowledge that 1 am the person responsible By: NIA for the monitoring and administration of this contract, include NIA ensuring all performance and reporting requirements. Name: Mosdage Moharnmdeen PE. PIMP Janette S. Goodall City Secretary Ci There are NO City Funds associated with this Contract Title: Senior Ennineer O There are City Funds associated with this Contract M&C Number: NIA M&C Date Approved: N/A Revised:12-17-2018 Page 2 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Stonehawk at Texas Star Multifamily CITY PROJECT NUMBER: 105381 WATER PIPE LAID SIZE TYPE OF PIPE LF DR-14 12" PVC 1424 DIP 12" DIP 44 FIRE HYDRANTS: 5 VALVES (16" OR LARGER) N/A PIPE ABANDONED SIZE TYPE OF PIPE LF N/A DENSITIES: YES PASSED NEW SERVICES: 3" COPPER 1 EACH I SEWER PIPE LAID SIZE TYPE OF PIPE LF SDR 26 8" PVC 20 PIPE ABANDONED SIZE TYPE OF PIPE LF N/A N/A DENSITIES: YES PASSED NEW SERVICES: TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311 (817) 392 - 7941 • Fax: (817) 392 - 7845 FORT WORTH, TRANSPORTATION AND PUBLIC WORKS April 18, 2025 Bandera Utility Contractors, Inc. 5750 Genesis Court, Ste. 100 Frisco, Tx. 75034 RE: Acceptance Letter Project Name: StoneHawk at Texas Star Multifamily Project Type: Water & Sewer City Project No.: 105381 To Whom It May Concern: On April 8, 2025 a final inspection was made on the subject project. There were no punch list items identified at that time. The final inspection indicates that the work meets the City of Fort Worth specifications and is therefore accepted by the City. The warranty period will start on April 8, 2025, which is the date of the final inspection 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 (682) 444-8921. Sincerely, Moradage Mokarirrvrdeeh,�E Mosadage Mohammdeen, Project Manager Cc: Byron McDonald, Inspector Gary Deyon, Inspection Supervisor Edward D'avila, Senior Inspector Andrew Goodman, Program Manager MMA Inc, Consultant Bandera Utility Contractors, Inc., Contractor StoneHawk Colton, LLC, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 08/20/19 AFFIDAVIT STATE OF Texas COUNTY OF Collin Before me, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared Kade Conner, Project Manager Of Bandera Utility Contractors, LLC, known to me to be a credible person, who being by me duly sworn, upon his oath deposed and said; That all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in. full; That the wage scale established by the City Council in the City of Fort Worth has been paid in full; That there are no claims pending for personal injury and/or property damages; On Contract described as; Stonehawk at Texas Star Multifamily project r/l BY G Kade Conner, Project Manager Subscribed and sworn before me on this date 'A"'J of Me, , 2025. c ROCHELLE LAMBERT Lary Public '`sue :2 Notary Public, State of Texas ="a:�'4= Comm. Expires 10-22-2025 Collin, TX Notary ID 129543341 Consent of Surety OWNER to Final Payment ARCHITECT ] CONTRACTOR [ ] AIA Document G707 - STY ] Bond No. SO47320 Electronic Format OTHER P1 THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES; CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WrrH RESPECT TO ITS COMPLETION OR MODIFICATION. AUTHENTICATION OF THIS ELECTRONICALLY DRAFTED AIA DOCUMENT MAY BE MADE BY USING AIA DOCUMENT D401. TO OWNER: City of Fort Worth (Name and address) 100 Fort Worth Trail Fort Worth, TX 76102 PROJECT: Texas Star Multifamily (Name and address) CFA Number CFA24-0054 ARCHITECT'S PROJECT NO.: CONTRACT FOR: Texas Star Multifamily CFA Number CFA24-0054 CONTRACT DATED: In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (Insert name and address of Surety) Employers Mutual Casualty Company 717 Mulberry Street Des Moines, IA 50309 , SURETY, on bond of (Insertname andaddressof Contractor) Bandera Utility Contractors 5750 Genesis Court, Suite 100 Frisco, TX 75034 , CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety of any of its obligations to City of Fort Worth (Insert name and address of Owner) 100 Fort Worth Trail Fort Worth, TX 76102 as set forth in said Surety's bond. , OWNER, IN WITNESS WHEREOF, the Surety has hereunto set its hand on this date:6th day of May, 2025. (Insert in writing the month followed by the numeric date and year.) Employers Mutual Casualty Company (Surety) s"Vt,s Sam Sealer, attorney in fact (Signature of authorized representative) ' sti+cuues `O� AIA DOCUMENT G707 - CONTRACTOR'S CONSET OF SUREYT TO FINAL PAYMENT - 1994 EDITION - AIA - COPYRIGHT 1994 - THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE N.W., WASHINGTON D.0 20006-5292.. WARNING; Unlicensed photocopying violates U.S. copyright laws and is subject to legal prosecution. This document was electronically produced with permission of the AIA and can be reproduced without violation until the date of expiration as noted below. Electronic Format G707 - 1994 %emc. P.O. Box 712 • Des Moines, Iowa 50306-0712 INSURANCE POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT KNOW ALL MEN BY THESE PRESENTS, that: 1. Employers Mutual Casualty Company, an Iowa Corporation 2. EMCASCO Insurance Company, an Iowa Corporation 3. Union Insurance Company of Providence, an Iowa Corporation 4. Illinois EMCASCO Insurance Company, an Iowa Corporation 5. Dakota Fire Insurance Company, a North Dakota Corporation 6. Ell Property & Casualty Company, an Iowa Corporation hereinafter referred to severally as "Company" and collectively as "Companies", each does, by these presents, make, constitute and appoint: Sam Sealer its true and lawful attorney -in -fact, with full power and authority conferred to sign, seal, and execute the following Surety Bond(s): Surety Bond Principal: Number Bandera Utility Contractors, LLC SO47320 and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company, and all of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed. AUTHORITY FOR POWER OF ATTORNEY This Power -of -Attorney is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at the first regularly scheduled meeting of each company duly called and held in 1999: RESOLVED: The President and Chief Executive Officer, any Vice President, the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power and authority to (1) appoint attorneys -in -fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof; and (2) to remove any such attorney -in -fact at anytime and revoke the power and authority given to him or her. Attorneys -in -fact shall have power and authority, subject to the terms and limitations of the power -of -attorney issued to them, to execute and deliver on behalf of the Company, and to attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and any such instrument executed by any such attorney -in -fact shall be fully and in all respects binding upon the Company. Certification as to the validity of any power -of -attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects binding upon this Company. The facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power -of -attorney of the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS THEREOF, the Companies have caused these presents to be signed for each by their officers as shown, and the Corporate seals to be hereto affixed this 22nd day of September 2022 /// Seals 5�0, NSURq',, , �t,,,&,'�Q'• oft R. Jean, P e id &CEO Todd Strother, Executive Vice President ? z° co, P�Rq, ; o - ;'o Agf "= of Company 1; irman, President Chief Legal Officer & Secretary of _ & CEO afCom nies 2, 3, 4, 5 & 6 Companies 1, 2, 3, 4, 5 & 6 SEAL,Aro_ .Z 1863 _o_ _, 1953 IOWA �`;�SVRAfyCF �', ``��NSURAPo�••, :`�.0 `UAL C'• yC:,OpPflRgf• Off`. F; pPPORgT•,CO �. �aQ`:OFFOF4r,. y'. =_w SEAL =_ -o SEALSEAL=o_ � * � Rrk �O1NE5� • �OWP ❑PKO . KATHY LOVLRIDGE FMkM 9 ocwber to, fog — On this 22nd day of September 2022 before me a Notary Public in and for the State of Iowa, personally appeared Scott R. Jean and Todd Strother, who, being by me duly sworn, did say that they are, and are known to me to be the CEO, Chairman, President, Executive Vice President, Chief Legal Officer and/or Secretary, respectively, of each of the Companies above; that the seals affixed to this instrument are the seals of said corporations; that said instrument was signed and sealed on behalf of each of the Companies by authority of their respective Boards of Directors; and that the said Scott R. Jean and Todd Strother, as such officers, acknowledged the execution of said instrument to be their voluntary act and deed, and the voluntary act and deed of each of the Companies. My Commission Expires October 10, 2025. CERTIFICATE NotaPubli in and for the State of owa ry I, Ryan J. Springer, Vice President of the Companies, do hereby certify that the foregoing resolution of the Boards of Directors by each of the Companies, and this Power of Attorney issued pursuant thereto on 22nd day of September , 2022 , are true and correct and are still in full force and effect. In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 5th day of May 2025 Vice President 7851 (9-22) S047320-NA 10123 902 AC 009085 "For verification of the authenticity of the Power of Attorney you may call (515) 345-7548."