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."