Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 58748-FP2
-FP2 FORT WORTH, City Secretary 58748 Contract No. Date Received 8/29/2025 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: West 7th Utility Improvements City Project No.: 101488 Improvement Type(s): Water ❑x Sewer ❑x Original Contract Price: Amount of Approved Change Order(s) Revised Contract Amount: Total Cost of Work Complete: , liVii Nod 08/28/2025 vNorc A-z8 zob 1s 24:20 CDT'. Contractor Date Owner / GM Title Dagger Contracting Company Name 7�ug 28, 2025 15:44:36 CDT) 08/28/2025 Project Inspector Date Motadage Moha�wdeen,T.E 08/29/2025 Project Manager Date 08/29/2025 CFA Manager Date I,-)e.Z^ 08/29/2025 Lauren Prieur (Aug 29, 2025 08:56:59 CDT) TPW Director Date �� 08/29/2025 Asst. City Manager Date $373,179.00 -$201,305.50 $171,873.50 $171,873.50 OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT. WORTH, TX Notice of Project Completion Project Name: West 7th Utility Improvements City Project No.: 101488 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: 50 WD Days Charged: 95 Work Start Date: 1/22/2024 Work Complete Date: 1/24/2025 Completed number of Soil Lab Test: 62 Completed number of Water Test: 0 Page 2 of 2 FORT WORT 11 CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name WEST 7TH Contract Limits Project Type WATER & SEWER City Project Numbers 101488 DOE Number 1488 Estimate Number 1 Payment Number 1 City Secretary Contract Number Contract Date Project Manager NA Contractor DAGGER CONTRACING, INC. P.O.BOX 1040 For Period Ending 1/24/2025 WD Contract Time 5WD Days Charged to Date 95 Contract is 100.00 Complete ROANOKE, TX 76262 Inspectors G. DEYON / R. ROGERS Friday, July 18, 2025 Page 1 of 6 City Project Numbers 101488 DOE Number 1488 Contract Name WEST 7TH Estimate Number I Contract Limits Payment Number 1 Project Type WATER & SEWER For Period Ending 1/24/2025 Project Funding UNIT II: SANITARY SEWER IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 REMOVE 6" SEWER LINE (CO#1) 0 LF $125.00 $0.00 0 $0.00 2 8" SEWER ABANDONMENT PLUG (CO#1) 0 EA $2,377.00 $0.00 0 $0.00 3 REMOVE 4' SEWER MANHOLE (CO#1) 0 EA $4,723.00 $0.00 0 $0.00 4 PRE CCTV INSPECTION (CO#1) 0 LF $114.00 $0.00 0 $0.00 5 POST -CCTV INSPECTION (CO#1) 0 LF $82.00 $0.00 0 $0.00 6 MANHOLE VACUUM TESTING (CO#1) 0 EA $200.00 $0.00 0 $0.00 7 EXPLORATORY EXCAVATION OF EXISTING 0 EA $16,000.00 $0.00 0 $0.00 UTILITIES (CO#1) 8 TRENCH SAFETY (CO#1) 0 LF $22.00 $0.00 0 $0.00 9 CONCRETE ENCASEMENT FOR UTILITY PIPES 0 CY $590.00 $0.00 0 $0.00 (CO#1) 10 CONCRETE COLLAR (CO#1) 0 EA $275.00 $0.00 0 $0.00 11 8" SEWER CARRIER PIPE (CO#1) 0 LF $358.00 $0.00 0 $0.00 12 8" SEWER PIPE (CO#1) 0 LF $360.00 $0.00 0 $0.00 13 8" SEWER PIPE, CCS BACKFILL (CO#1) 0 EA $150.00 $0.00 0 $0.00 14 4' MANHOLE (CO#1) 0 EA $25,600.00 $0.00 0 $0.00 15 4' EXTRA DEPTH MANHOLE (CO#1) 0 VF $250.00 $0.00 0 $0.00 16 REMOVE 6" SEWER LINE (CO#1) 343 LF $50.00 $17,150.00 343 $17,150.00 17 8" SEWER ABANDONMENT PLUG (WORK I EA $250.00 $250.00 1 $250.00 ONLY) (CO#1) 18 REMOVE 4' SEWER MANHOLE (CO#1) 1 EA $1,500.00 $1,500.00 1 $1,500.00 19 PRE -CCTV INSPECTION (CO#1) 343 LF $17.00 $5,831.00 343 $5,831.00 20 PRE -CCTV INSPECTION (CO#I) (CO#2) 293 LF $17.00 $4,981.00 293 $4,981.00 21 MANHOLE VACUUM TESTING (CO#1) 4 EA $350.00 $1,400.00 4 $1,400.00 22 EXPLORATORY EXCAVATION OF EXISTING 1 EA $5,250.00 $5,250.00 1 $5,250.00 UTILTIES (CO#1) 23 TRENCH SAFETY (CO#1)(CO#2) 293 LF $20.00 $5,860.00 293 $5,860.00 24 CONCRETE ENCASEMENT FOR UTILITY PIPES 4 CY $1,250.00 $5,000.00 4 $5,000.00 (WORK ONLY) (CO#1) 25 CONCRETE COLLAR (CO#1) 3 EA $500.00 $1,500.00 3 $1,500.00 26 12" SEWER PIPE (WORK ONLY) (CO#1) 270 LF $247.50 $66,825.00 270 $66,825.00 27 12" SEWER PIPE, CSS BACKFILL (CO#1) 32 LF $292.50 $9,360.00 32 $9,360.00 28 4' MANHOLE (CO#1)(CO#3) (WORK ONLY) 3 EA $3,250.00 $9,750.00 3 $9,750.00 Friday, July 18, 2025 Page 2 of 6 City Project Numbers 101488 Contract Name WEST 7TH Contract Limits Project Type WATER & SEWER Project Funding DOE Number 1488 Estimate Number I Payment Number 1 For Period Ending 1/24/2025 29 MANHOLE ADJUSTMENT, MAJOR(CO#2) 1 EA $1,731.00 $1,731.00 1 $1,731.00 30 EPDXY MANHOLE LINER (250 MIL) (CO#2) 12 VF $985.00 $11,820.00 12 $11,820.00 31 12" SEWER PIPE FURNISH & INSTALL(CO#2) 23 LF $279.50 $6,428.50 23 $6,428.50 32 WASTEWATER ACCESS CHAMBER(CO#3) 1 EA $7,737.00 $7,737.00 1 $7,737.00 33 CREDIT FOR MANHOLE ONSITE(CO#3) 1 EA ($2,500.00) ($2,500.00) 1 ($2,500.00) 34 REMOVE EXISITNG 12" SDR-26 HEAVY WALL 20 LF $150.00 $3,000.00 20 $3,000.00 SEWER LINE (CO#3) 35 INSTALL 12" SDR-26 PRESSURE CLASS SEWER 20 LF $315.00 $6,300.00 20 $6,300.00 LINE (CO#3) Sub -Total of Previous Unit $169,173.50 $169,173.50 UNIT I: WATER IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 TRENCH SAFETY (CO#1)(CO#3)(CO#4) 0 LF $20.00 $0.00 0 $0.00 2 6" WATER PIPE (WORK ONLY) (CO#1)(CO#3) 0 LF $175.00 $0.00 0 $0.00 (CO#4) 3 8" WATER PIPE (WORK ONLY) 0 LF $223.50 $0.00 0 $0.00 (CO#I)(CO#3)(CO#4) 4 CONNECTION TO EXIST 4"-12" WATER MAIN 0 EA $1,250.00 $0.00 0 $0.00 (CO#1)(CO#4) 5 1" WATER SERVICE (WORK ONLY) 0 EA $2,500.00 $0.00 0 $0.00 (CO#1)(CO#4) 6 6" WATER METER & VAULT (WORK ONLY) 0 EA $10,000.00 $0.00 0 $0.00 (CO#1)(CO#4) 7 6" GATE VALVE (WORK ONLY) (CO#1)(CO#4) 0 EA $1,000.00 $0.00 0 $0.00 8 8" GATE VALVE (WORK ONLY) (CO#1)(CO#4) 0 EA $1,000.00 $0.00 0 $0.00 9 12" x 6" TAPPING SLEEVE (WORK ONLY) 0 EA $4,500.00 $0.00 0 $0.00 (CO#1)(CO#4) 10 12" x 8" TAPPING SLEEVE (WORK ONLY) 0 EA $4,500.00 $0.00 0 $0.00 (CO#I)(CO#3) 11 12" CASING BY OTHER THAN OPEN CUT 0 LF $1,110.00 $0.00 0 $0.00 (WORK ONLY) (CO#1)(CO#3) 12 SALVAGE 1" WATER METER (CO#1)(CO#4) 0 EA $2,000.00 $0.00 0 $0.00 13 12" PVC WATER PIPE, CLSM 0 LF $1,600.00 $0.00 0 $0.00 BACKFILL(CO#3)(CO#4) 14 12" PVC WATER PIPE(CO#3)(CO#4) 0 LF $1,235.00 $0.00 0 $0.00 15 12" DIP WATER, CSLSM 0 LF $1,700.00 $0.00 0 $0.00 BACKFILL(CO#3)(CO#4) Friday, July 18, 2025 Page 3 of 6 City Project Numbers 101488 Contract Name WEST 7TH Contract Limits Project Type WATER & SEWER Project Funding DOE Number 1488 Estimate Number I Payment Number 1 For Period Ending 1/24/2025 16 CONCRETE ENCASEMENT FOR UTILITY 0 LF $70.00 $0.00 0 $0.00 PIPES(CO#3)(CO#4) 17 12" GATE VALVE(CO#3)(CO#4) 0 EA $6,500.00 $0.00 0 $0.00 18 12" X 12" CUT -IN TEE (CO#3)(CO#4) 0 EA $3,500.00 $0.00 0 $0.00 19 RESTOCK FEE FOR EXISTING CASING (CO#3) 100 LF $27.00 $2,700.00 100 $2,700.00 20 12" X8 " REDUCER (CO#3)(CO#4) 0 EA $1,500.00 $0.00 0 $0.00 Sub -Total of Previous Unit $2,700.00 $2,700.00 Friday, July 18, 2025 Page 4 of 6 City Project Numbers 101488 Contract Name WEST 7TH 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 2 Change Order Number 3 Change Order Number 3 Change Order Number 4 Total Contract Price DOE Number 1488 Estimate Number 1 Payment Number 1 For Period Ending 1/24/2025 $373,179.00 $190,255.00 ($236,123.00) $20,830.50 $33,786.00 $11,287.00 ($221,341.00) $171,873.50 Total Cost of Work Completed $171,873.50 Less % Retained $0.00 Net Earned $171,873.50 Earned This Period $171,873.50 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 $171,873.50 Friday, July 18, 2025 Page 5 of 6 City Project Numbers 101488 Contract Name WEST 7TH Contract Limits Project Type WATER & SEWER Project Funding DOE Number 1488 Estimate Number 1 Payment Number 1 For Period Ending 1/24/2025 Project Manager NA City Secretary Contract Number Inspectors G. DEYON / R. ROGERS Contract Date Contractor DAGGER CONTRACING, INC. Contract Time 50 WD P.O.BOX 1040 Days Charged to Date 95 WD ROANOKE , TX 76262 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 $171,873.50 Less % Retained $0.00 Net Earned $171,873.50 Earned This Period $171,873.50 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 $171,873.50 Friday, July 18, 2025 Page 6 of 6 REVIEWED By Andrew Goodman at 12:42 pm, Dec 20, 2023 DEVELOPER -AWARDED -PROJECT CHANGE ORDER PROJECT NAME: WEST 7TH I CHANGE CONTRACT: Paving, Grading, and Utility Improvements ORDER No: ICFA# 18-0113 I CITY PARTICIPATION:( No ICITY PROJECT # 101488 IFID # 56008-0700430-101488-001380 1 FILE # K-2628 I IX # X-25612 I INSPECTOR: Russell Rogers Phone No: 214-980-2068 PROJECT MANAGER: Andrew Goodman Phone No: 817-392-6251 CONTRACT UNIT WATER SEWER PAVING DRAINAGE STREET LIGHTS CONTRACT Developer Developer Developer Developer DAYS Cost Developer Cost Cost Cost City Cost Cost City Cost (ORIGINAL CONTRACT $0.00 $373,179.00 $201,045.00 $0.00 $0.00 50 EXTRAS TO DATE ` ICREDITS TO DATE i IIIII' III, ICONTRACT TO DATE $0.00 $373,179.00 $201,045.00 IIIII' $0.00 $0.00 III, $0.00 $0.00 $0.00 50 (AMOUNT OF PROP. CHANGE ORDER $ 190,255.00 $ (236,123.00) $ 4,639.00 IIIII''"--_ 25 I REVISED CONTRACT AMOUNT $190,255.00 $137,056.00 $205,684.00 IIIIIIII w $0.00 $0.00 �00 75 TOTAL REVISED CONTRACT AMOUNT PER UNIT $190,255.00 $137,056.00 $205,684.00 $0.00 $0.00 REVISED COST SHARE Dev. Cost: $532,995.00 TOTAL REVISED CONTRACT $532,995.00 PAY ITEM # I CITY BI#D ITEM QUANTITY I UNIT ITEM DESCRIPTION I I UNIT PRICE TOTAL IUNIT 1: WATER IMPROVEMENTS I {+ 3305.0109 175 LF Trench Safety $ 20.00 $ 3,500.001 I 2* 3311.0141 95 LF 6" Water Pipe (Work Only) $ 175.00 $ 16,625.001 I 3` 3311.0241 80 LF 8" Water Pipe (Work Only) $ 223.50 $ 17,880.001 I 4* 3312.0116 3 FA Connection to Exsting 4"-12" Water Main* $ 1,250.00 $ 3,750.001 I 5` 3312.2003 1 EA 1"Water Service (Work Only) $ 2,500.00 $ 2,500.001 I 6* 3312.2803 1 FA 6" Water Meter & Vault (Work Only) $ 10,000.00 $ 10,000.001 I 7` 3312.3002 1 EA 6" Gate Valve (Work Only) $ 1,000.00 $ 1,000.001 I 8* 3312.3003 1 FA 8" Gate Valve (Work Only) $ 1,000.00 $ 1,000.001 9` 3312.4106 1 EA 12" x 6" Tapping Sleeve (Work Only) $ 4,500.00 $ 4,500.001 I 10* 3312.4107 1 FA 12" x 8" Tapping Sleeve (Work Only) $ 4,500.00 $ 4,500.001 11* 3305.1101 100 LF 12" Casing By Other Than Open Cut (Work Only) $ 1,110.00 $ 111,000.001 I 12* 241.1512 7 FA Salvage 1" Water Meter $ 2,000.00 $ 14,000.001 I UNIT I: WATER IMPROVEMENTS SUBTOTAL $ 190,255.00 I (UNIT II: SEWER IMP OVEMENTS I I { 241.2012 -243 LF Remove 6" Sewer Line* $ 125.00 $ (30,375.00)I 2 241.2103 -1 EA 8" Sewer Abandonment Plug* $ 2,377.00 $ (2,377.00)I I 3 241.2201 -1 FA Remove 4' Sewer Manhole* $ 4.723.00 $ (4,723.00)I I 4 3301.0001 -243 LF Pre -CCTV Inspection* $ 114.00 $ (27,702.00)I I 5 3301.0002 -358 LF Post -CCTV Inspection* $ 82.00 $ (29,356.00)I I 6 3301.0101 -4 EA Manhole Vacuum Testing* $ 200.00 $ (800.00)I I 7 3305.0103 1 FA E�lor6tory Excavation of Existing Utilities* $ 16,000.00 $ (16,000.00)I I 8 3305.0109 -358 LF rent a et $ 22.00 $ (7,876.00)I I 9 3305.0116 -3 CY Concrete En e�sement for Utility Pipes* $ 590.00 $ (1,770.00)I I 10 3302.0122 -4 EA Concrete Co�(ar $ 275.00 $ (1,100.00)I I 11 3305.3002 -30 LF 8" Sewer Carrier Pipe* $ 358.00 $ (10,740.00)I I 12 3331.4115 -296 LF 8" Sewer Pipe* $ 360.00 $ (106,560.00)I I 13 3331.4116 -32 LF 8" Sewer Pipe, CBS Backfill* $ 150.00 $ (4,800.00)I I 14 3339.1001 -5 EA 4' Manhole* $ 25,600.00 $ (128,000.00)I I 15 3339.1003 -4 FA 4' Extra Depth Manhole* $ 250.00 $ (1,000.00)I I 16* 241.2012 343 LF Remove 6" Sewer Line $50.00 $ 17,150 00 I I 17* 241.2103 1 FA 8" Sewer Abandonment Plug (Work Only) I $250.051 $ 250.00 I 18* 241.2201 1 EA Remove 4' Sewer Manhole I $1,500 001 $ 1,50000 I I 19* 3301.0001 343 LF Pre -CCTV Inspection I $17.001 $ 5,831.00 I I 20* 3301.0002 270 LF Post -CCTV Inspection I $17.051 $ 4,59000 I I 21* 3301.0101 4 FA Manhole Vacuum Testing I $350.061 $ 1,400.00 I I 22* 3305.0103 1 FA II ocSaecavation of Exsting Utilities I $5,250.001 $ 5,25000 I 233305.010270 LF I $20.001 $ 5,400.001 24* 3305.0116 4 CY II yncreeEyysement for Utility Pipes (Work Only) I $1,250 001 $ 5,00000 I{e Co253302.0122 3 FA ncrear I $500.001 $ 1,500.00 I 26* 3331.4208 270 LF 12" Sewer Pipe II Work ON) I $247.551 $ 66,825 00 I 273331.4209 32 LF 12" Sewer Pipe, SS Back ill I $292.50 $ 9,360.00 I 28* 3339.1001 4 EA 4' Manhole $3,250.00 $ 13,000.00 I I I I UNIT II: SEWER IMPROVEMENTS SUBTOTAL $ (236,123.00)I I UNIT IV: PAVING IMTROVEMENTS I I 241.1 -200 SY Remove Core Pvmt $ 50.00 $ (10,000.00)I I 2 3201.0127 -194 LF 10' Wide Asphalt Pvmt Repair, Arterial $ 75.00 $ (14,550.00)I I 3 3201.0616 -182 SY Gone Pvmt Repair, ArteriallIndustrial $ 160.00 $ (29,120.00)I I 4 3211.0111 -385 SY 4" Flexible Base, Type A, GR-1 $ 45.00 $ (17,325.00)I I 5 3213.0101 -560 SY 6" Cone Pvmt $ 160.00 $ (89,600.00)I I 6 3216.0101 -30 LF Core Curb and Gutter $ 25.00 $ (750.00)I Revised: 10-12-2011 Page 1 REVIEWED By Andrew Goodman at 12:42 pm, Dec 20, 2023 7 3217.0201 -7 LF 4" DOT Pvmt Marking HAS (W) 8 3217.0201 -10 LF 8" SLD Pvmt Amrking HAS (W) 9 3217.0501 -45 LF 24" SLD Pvmt Marking HAE (W) 10 3217.2104 -10 LF REFL Raised Marker TY II-C-R 11 3471.0001 -1 EA Traffic Control 12" 241.1 270 BY Remove Conic Pvmt 13' 3217.2104 220 LF REFL Raised Marker TY II-C-R 14" 3471.0001 1 EA Traffic Control 15' 241.11 245 SY Remove Asphalt Pvmt 16" 3212.0503 245 BY 6" Asphalt Base Type B 17' 3201.015 177 LF Asphalt Pvmt Repair, Sewer Service'(Foch Street) 18" 3201.0301 273 BY 2" Extra Width Asphalt Payment Repair (7th Street) 19' 9999.0001 250 SF Repair Bike Lane 20" 3213.0403 270 BY 8" Concrete Driveway UNIT IV: PAVING IMPROVEMENTS SUBTOTAL GRAND TOTALI 15.00 $ (105.00)I 15.00 $ (15000)I 15.00 $ (675.00)I 50.00 $ (50000)I 38,270.00 $ (38,270.00)I 40.00 $ 10,80000I 30.00 $ 6,600.00I 40,00000 $ 40,000.00I 40.00 $ 9,800.00I 100.00 $ 24,500.00I 261.00 $ 46,197.00I 69.00 $ 18,837001 50.00 $ 12,500.00I 135.00 $ 36,450.00I $ 4,639.00 $ (41,229.00) REASONS FOR CHANGE ORDER 1. Water services for the proposed development were added to the plans as a requirement from City of Fort Worth Miscellaneous Projects. Changes correspond to Revision 01 as shown on Sheets C-07 of the construction plans. 25 Additional working days. This item will be 100% developer cost. 2. Realignment and size change of Sanitary Sewer Line A due to MEP design within the proposed building as a result of minimum IBC pipe slopes. Changes correspond to Revision 01 as shown on Sheets C-08 and C-09 of the construction plans. No change in the number of working days. This item will be 100% developer cost. 3. Due to alley abandonment, which has been approved at CPC, the grading and pavement of the proposed alley extension has been removed from the plans. Changes correspond to Revision 01 as shown on Sheets C-03, C-04, C-05 and C-10 of the construction plans. 4. Water Boring per City of Fort Worth TPW Requirements 5. Sanitary Sewer Night Work per City of Fort Worth TPW Requirements 6. Repavement of W 7th 8 Foch Intersection per City of Fort Worth TPW Requirements 7. Irrigation Scope per Redesign 8. Change of City Approved Contractor NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100% OF THE CHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER. RECOMMENDED: Kimley-Horn and Associates, Inc. By: 1I.4 APPROVED: GCP Van Zandt, LLC _ By: - APPROVED: Dagger By: Name: Jennifer Gansert, P.E. Name: Zachary A.Wiegert Name: Andy N Title: Associate Title: Manager Title: Owner / GM Revised: 10-12-2011 Page 2 REVIEWED DEVELOPER -AWARDED -PROJECT CHANGE ORDER PROJECT NAME: WEST7TH I CONTRACT: Paving, Grading, and Utility Improvements CHANGE ORDER No: ICFA# 18-0113 CITY PARTICIPATION:( NO CITY PROJECT # 101488 IFID # 56008-0700430-101488-001380 2 FILE # K-2628 I IX # X-25612 INSPECTOR: Russell Rogers Phone No: 214-980-2068 PROJECT MANAGER: Andrew Goodman Phone No: 817-392-6251 CONTRACT CONTRACT UNIT DAYS WATER SEWER PAVING DRAINAGE STREET LIGHTS Developer Cost City Cost I eveloper Cost I City Cost eveloper Cost I City Cost I eveloper Cost I City Cost I eveloper Cost City Cost (ORIGINAL CONTRACT - $0.00 $373,179.00 I $0.00 I $201,045.00 I $0.00 I $0.00 I $0.00 1 $0.00 $0.00 50 (EXTRAS TO DATE $190,225.00 I I $4,639.00 ICREDITS TO DATE $236,123.00 ICONTRACT TO DATE $190,225.00 $0.00 $137,056.00 I $0.00 I $205,684.00 I $0.00 I $0.00 I $0.00 $0.00 $0.00 75 (AMOUNT OF PROP CHANGE ORDER $ - I $0.00 I $ 20,830.501 $0.00 I $ - I $0.00 I $ - I $0.00 I $ - I $0.00 1 6 IREVED 'NTRA TAMQUNT �� $190,225.00 $0.00 $157,886.50 I $0.00 I $205,684.00 I $0.00 I $0.00 I $0.00 $0.00 $0.00 81 ITOTTLISED N TRACT AMOUNT PER $190,225.00 $157,886.50 I $205,634.00 I $0.00 $0.00 REVISED COST SHARE Dev. Cost: $553,795.50 City Cost: $0.00 TOTAL REVISED CONTRACT $553,795.50 Change Order 02 Revised: 12-17-2018 Page 1 By A-ED —m tas.,m. n2a-1 I IYou are directed to make [he following changes in the contras dolsr�men[s lAsterisk (*) indicates New Pay Item PAY ITEM It CITY BID ITEM# QUANTITY UNIT UNIT 1: SEWER IMPfjQyEMENTS Lll 3305.0106 1 EA Manhole Adjusimem, Major 30* 3339.0001 12 VF Epoxy Manhole Liner (250 mil) 31* 3331.4208 23 LF 12" Sewer Pipe Furnish & Install 20 3301.0002 23 LF Post -CCTV Inspecilon 23 3305.0109 23 LF Trench Safety REASONS FOR CHANGE ORDER 1. Ring & cover on manhole that the proposed 12"sanitary sewer line is being connected to needs to be upsi-d to 30"per TAC 217.55 (k) (1) (A). 2. Epoxy liner to be added to existing connection manhole. 3. Sanitary Sewer lateral found 23' west of assumed location, public work needs to be extended to lateral connection. ITEM DESCRIPTION UNITPRICE I I I TOTAL $ 1,731.00 $ 1,731.00 $ 985.00 $ 11,820.00 $279.50 $ 6,428.50 $17,00 $ 391.00 $20.00 $ 460.00 UNIT I : SEWER IMPROVEMENTS SUBTOTAL $ 20,830.50 GRAND TOTAL 1 $ 20,830.50 NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100% OF THE CHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CITY WILL BE SOUGHT AND NO REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Change Order 02 Revised: 12-17-2018 Page 2 REVIEWED By Andrew Gootlman of 6:54—, Fa616, 1010 Mm andAssociates, Inc. Name: Jennifer Gansert. PE Title: Project Manager APPROVED: P Van Zandt, LLC ,,ate/- - By: Name:�hary A. W legert Title: Manager APPROVED: By: ///N 1� Name: v Andy Nora— TRIe: Owner/GM Change Order 02 Revised: 12-17-2018 Page 3 REVIEWED By Mosadage Mohammdeen at 12:27 pm, Apr 01, 2025 DEVELOPER -AWARDED -PROJECT CHANGE ORDER PROJECT NAME: WEST 7TH (CONTRACT: Pavinq, Gradinq, and Utility Improvements CHANGE ORDER No: ICFA# 18-0113 CITY PARTICIPATION:( NO I CITY PROJECT # 101488 IFID # 56008-0700430-10148"01380 3 FILE # K-2628 IX # X-25612 INSPECTOR: Russell Rogers Phone No: 214-980-2068 PROJECT MANAGER: Andrew Goodman Phone No: 817-392-6251 CONTRACT CONTRACT UNIT DAYS WATER SEWER PAVING DRAINAGE STREET LIGHTS Developer Cost City Cost Developer Cost City Cost Developer Cost . City Cost Developer Cost City Cost Developer Cost City Cost I IORIGINAL CONTRACT - $0.00 $373,179.00 $0.00 $201,045.00 $0.00 $0.00 $0.00 $0.00 $0.00 50 I EXTRAS TO DATE $190,255.00 $20,830.50 $4,639.00 ICREDITS TO DATE $236,123.00 I CONTRACT TO DATE $190,255.00 $0.00 I $157.886.50 $0.00 $205,684.00 $0.00 $0.00 $0.00 $0.00 $0.00 I 81 (AMOUNT OF PROP. CHANGE ORDER $ 33,786.00 S0.00 $ 11,287.00 $0.00 $ 116,098.00 $0.00 $ - $0.00 $ - $0.00 REVISED CONTRACT AMOUNT $224,041.00 $0.00 $169,173.50 $0.00 $321,782.00 1 $0.00 $0.00 $0.00 $0.00 $0.00 131 _ REVISED CONTRACT AMOUNT PER (TOTAL $224,041.00 $169,173.50 $321,782.00 $0.00 $0.00 REVISED COST SHARE Dev. Cost: $714,996.50 City Cost: $0.00 TOTAL REVISED CONTRACT $714,996.50 Change Order03 Revised:12-17-2016 Page 1 PAY ITEM # I CITY BID ITEM # I QUANTITY I UNIT I ITEM DESCRIPTION I UNIT PRICE I TOTAL (UNIT 1: WATER IMPROVEMENTS 1 1 3305.0109 -61 LF Trench Safety $ 20.00 $ (1,220.00)1 2 3311.0141 -75 LF 6" Water Pipe $ 175.00 $ (13,125.00)1 3 33 11 .0241 -74 LF 8" Water Pipe $ 223.50 $ (16,539.00)1 10 3312.4107 -1 EA 12"x8"Tapping Sleeve $ 4.500.00 $ (4,500.00)1 1 11 3305.1101 -100 LF 112" Casing By Other Than Open Cut $ 1.110.00 $ (111,000.00)1 13 3311.0467 64 LF 112" PVC Water Pipe, CLSM Backfill $ 1.600.00 $ 102,400.00 1 14' 33 11 .0461 1 16 LF 112" PVC Water Pipe $ 1.235.00 $ 19,760.00 1 1 15' 3311.0457 1 21 1 LF 112" DIP Water, CLSM Backfill $ 1,700.00 $ 35.700.00 1 1 16' 3305.0116 1 23 1 LF (Concrete Encasement for Utility Pipes 1 $ 70.00 $ 1,610.00 1 17' 3312.3005 1 2 1 EA 112" Gate Valve 1 $ 6,500.001 $ 13,000.00 1 18' 3312.4109 1 1 1 EA 112" x 12" Cut -In Tee 1 $ 3,500.001 $ 3.500.00 1 19' 9999.0013 1 100 1 LF 1 Restock Fee For Existing Casing 1 $ 27.001 $ 2,700.00 1 20' 9999.0014 1 1 1 EA 112'h8" Reducer 1 $ 1,500.001 $ 1,500.00 1 UNIT 1: WATER IMPROVEMENTS SUBTOTALI I $ 33,786.00 (UNIT 11 : SEWER IMPROVEMENTS 1 28 3339.1001 1 EA 4' Manhole (Work Only) $ 3,250.00 $ (3,250.00) 1 32' 3339.0003 1 I EA Wastewater Access Chamber $ 7,737.00 $ 7.737.00 1 33' 9999.015 1 EA Credit for Manhole Onsite $ (2,500.00) $ (2,500.00) 34' 241.1015 20 LF Remove Existing 12" SDR-26 Heavy Wall Sewer Line $ 150.00 $ 3,000.00 35' 3331.4208 1 20 LF Install 12" SDR-26 Pressure Class Sewer Line $ 315.00 $ 6,300.00 1 1 UNIT II : SEWER IMPROVEMENTS SUBTOTAL $ 11,287.001 UUNIT 111 : PAVING IMPROVEMENTS I 1 13 32172104 250 LF REFL Raised Marker TY II-C-R $ 30.00 $ 7:510.00 1 1 14 3471.0001 -1 EA Traffic Control $ 40,000..0 $ (40000.00)1 1 21' 3471.0001 1 EA Traffic Control & Permit Fees $ 61,845.00 $ 61,845.00 1 1 22' 241.11 30 SY Remove Asphalt Pavement (Trench Width Only) $ 135.001 $ 4,050.00 1 1 23' 3201,015 30 SY Replace Asphalt Pavement (Trench Width Only) $ 400.001 $ 12,000.00 1 1 24' 241.11 47 SY 1 Remove Asphalt Pavement $ 65.001 $ 3,055.001 1 25' 1 3201.015 47 SY RReplace Asphalt Pavement $ 254.001 $ 11,938.001 26' 1 9999.16 29 SF (Remove Concrete Median $ 50.001 $ 1,450.00 1 27' 1 9999.17 29 SF llnstall Concrete Median $ 200.001 $ 5,800.00 1 28' 1 9999.18 1 1 LS ITemp Paving/ Road Plates Across W 7th St $ 7,500.001 $ 7,500.00 1 29' I 241.1506 1 160 BY 12" Surface Milling $ 57.001 $ 9,120.00 1 30' 1 3201.0301 1 160 BY 12" Extra Width Asphalt Payment Repair $ 199.001 $ 31,840.00 1 UNIT III: PAVING IMPROVEMENTS SUBTOTAL 1 $ 116,098.001 Change Order 03 Revised: 12-17-2018 Page 2 REASONS FOR CHANGE ORDER 1. An existing precast duct bank was discovered in the field that required design changes to the public water mains, meterlocation, and related pavement repair. 2. A section ofsanitary sewer pipe was required to be removedImplaced with SDR-26 to meet TCEQ crossing requirements. 3. Existing franchise utility lines were discovered in the field that were in conflict with a proposed manhole, design was altered. Credit for Manhole Onsite was given back to Developer from Contractor returning the previously purchased material. NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100% OF THE CHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CITY WILL BESOUGHT AND NO REIMBURSEMENT FROM THE CITY WILL BESOUGHT BY THE DEVELOPER. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] RECOMMENDED: Kimley-Ham and Associates, Inc. Name: Jennifer Gansert. PE Title: Project Manager APPROVED: GCP Van Zandt, LLC By: Name: Zachary A. Wiegert Title: Manaoer REVIEWED By Mosadage Mohammdeen at 12:27 pm, Apr 01, 2025 APPROVED: By: /IV (, Name: --- Andy Nord Title: Owner/GM Change Order 03 Revised: 12-17-2018 Page 3 REVIEWED By Mosadage Mohammdeen at 1:52 pm, Feb 19, 2025 DEVELOPER -AWARDED -PROJECT CHANGE ORDER / PROJECT NAME: WEST 7TH I CHANGE CONTRACT: Paving, Grading, and Utility Improvements ORDER No: CFA # 18-0113 I CITY PARTICIPATION:I NO I CITY PROJECT # 101488 FID 8 56008-0700430-101488-001380 4 FILE # K-2628 X n X-25612 INSPECTOR: Russell Rogers Phone No: 214-980-2068 PROJECT MANAGER: Andrew Goodman Phone No: 817-392-6251 CONTRACT CONTRACT UNIT DAYS WATER SEWER PAVING DRAINAGE STREET LIGHTS Developer Cost City Cost Developer Cost Cil cost.. Developer Cost - City Cost . Developer Cost City Cost Developer Cost City Cost IORIGINAL CONTRACT - $0.00 S373,179.00 $0.00 $201,045.00 moo SO.00 SO.00 SO.00 SO.00 50 I EXTRAS TO DATE S224,041.00 S32,117.50 $120,737.00 I ICREDITS TO DATE I S236,123.00 I I CONTRACT TO DATE I S224,041.00 $0.00 $169,173.50 S0.11to $321,782.00 $0.00.-. $o.00 $0.00 SO.00 $0.00 81 I IAMOUNT OF PROP. CHANGE ORDER IS (221,341.00) $0.00 S - $0.00 S (125,389.50) S0.0D._ - $0.00 S - I $0.00 I I IREVISED CONTRACT AMOUNT $2,700.00 SO.00 S169,173.50 7S $0.00 S196,392.50 $0.00, _ _ I $0.00 $0.00 $0.00 I 50.00 I 131 TOTAL REVISED CONTRACT AMOUNT PER UNIT $2,700.00 S169,173.50 S196,392.50 I SO.00 SO.00 REVISED COST SHARE IDev. Cost: S368,266.00 City Cost: S0.00 TOTAL REVISED CONTRACT I S368,266.00 PAY ITEM # 1 I CITY BID ITEM # I QUANTITY I UNIT I ITEM DESCRIPTION I UNIT PRICE I TOTAL UNIT 1: WATER IMPROVEMENTS 1 3305.0109 -114 LF Trench Safety S 20.00 S (2,280.00) 2 3311.0141 -20 LF 6" Water Pipe $ 175.00 S (3,500.00) 3 3311.0241 -6 LF 8" Water Pipe S 223.50 $ (1,341.00) 4 3312.0116 -3 EA Connection to Existing 4"-12" Water Main S 1,250.00 $ (3,750.00) 5 3312.2003 -1 EA 1"Water Service S 2,500.00 $ (2,500.00) 6 3312.2803 -1 EA 6" Water Meter B Vault S 10,000.00 S (10,000.00) 7 3312.3002 -1 EA 6" Gate Valve S 11000.00 $ (1,000.00) 8 3312.3003 -1 EA B"Gate Valve S 1,000.00 $ (1,000.00) 9 3312.4106 -1 EA 12" x 6" Tapping Sleeve S 4.500.00 I S (4,500.00) 12 241.1512 -7 EA Salvage 1" Water Meter S 2.000.001 $ (14,000.00) 13 1 3311.0467 -64 LF 12" PVC Water Pipe, CLSM Backfill $ 1,600.001 S (102.400.00) 14 3311.0461 -16 LF 12" PVC Water Pipe S 1.235.001 $ (19,760.00)1 15 3311.0457 -21 LF 12" DIP Water, CLSM Backfill S 1,700.001 $ (35,700.00)1 16 3305.0116 -23 LF Concrete Encasement for Utility Pipes S 70.001 S (1,610.00)1 17 1 3312.3005 1 -2 EA 12" Gate Valve I S 6,500.001 S (13,000.00)1 18 1 3312.4109 1 -1 EA 12" x 12" Cut -In Tee I S 3,500.00 S (3,500.00)1 20 1 9999.0014 1 -1 EA 12"xB" Reducer 1 S 1,500.00 S is (1 ,500.00)I UNIT 1: WATER IMPROVEMENTS SUBTOTALI (221,341.00) Change Order 04 Revised: 12-17-2018 Page 1 JUN1T II : PAVING IMPROVEMENTS 13 32172ID4 A-70 LF REFL Raised MarkerTY II�—R $ 30.00 $ (14,100.00)' 20 3213.0403 -247 SY 8" Concrete Driveway $ I 135.06 $ (33,345.00) 21' 3471.OD01 -0.1 EA Traffic Control & Pemvt Fees $ 61,845.00 $ (6,184.50) 22 241-11 -30 SY Remove Asphalt Pavement (Trench Width Only�) $ 135.00 $ (4,050.00) 23 3201-015 -30 SY Replace Asphalt Pavement (Trench Width OnIV) $ 400.00 $ (12.000.00 26 9999.16 -29 SF Remove Concrete Median $ 50.00 $ (1,450.00) 27 9999.17 -29 SF Install Concrete Median $- 200.001 $ (5,800.00) 28 9999.18 -1 LS Temp Paving/ Road Plates Across W 7th St I $ 7,500.001 $ (7500.00)1 29 241.1506 -160 SY T Surface Milrinq 1 $ 57.001 $ (9,120.00)' 30 3201.0301 -160 SY 2" Extra Width Asphalt Pavment Repair I $ 199.00I $ (31,840.00)1 UNIT If: PAVING IMPROVEMENTS SUBTOTALS $ (125,3W50)1 REASONS FOR CHANGE ORDER 1. Water Scope was removed from CFA. NO CITY FUNDS INVOLVED IN THIS CONTRACT DEVELOPER IS RESPONSIBLE FOR 100% OFT74ECHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CITY WILL BESOUGHT AND NO REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BYTHE DEVELOPER. [SIGNATURES APPEAR ON THE FOLLOWING PAGE) RECOMMENDED: IGmley-Horn and Associates, Inc. By: s Name: Jennifer Gansert. PE Title: Project Manager REVIEWED By Mosadage Mohammdeen at 1:52 pm, Feb 19, 2025 APPROVED: GCP VanZandt, LLC Bv. ante: ZaCharyA. Wieqert True: Manager APPROVED: By: Name: Andy Nord 'rile: Owner/GM Change Order04 Revised: 12-17-2018 Page 2 FORT WORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: PROJECT NUMBER: DOE NUMBER: WATER PIPE LAID SIZE TYPE OF PIPE FIRE HYDRANTS: VALVES (16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE DENSITIES: NEW SERVICES: SEWER PIPE LAID SIZE TYPE OF PIPE PIPE ABANDONED SIZE TYPE OF PIPE DENSITIES: NEW SERVICES: TRANSPORTATION AND PUBLIC WORKS LF LF LF LF FORTWORTH. M, TRANSPORTATION AND PUBLIC WORKS May 28, 2025 Dagger Contracting, LLC. P.O. Box 1040 Roanoke, TX 76262 RE: Acceptance Letter Project Name: West 7t" Utility Improvements Project Type: Water, Sewer and Paving City Project No.: 101488 To Whom It May Concern: On April 22, 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 May 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 May 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- 244-3392. Sincerely, Masaxage M0kaWW'&;1',T.E. Mosadage Mohammdeen, Project Manager Cc: Russell Rogers, Inspector Gary Deyon, Inspection Supervisor Lorrie Pitts, Senior Inspector Andrew Goodman, Program Manager Kimley Horn, Consultant Dagger Contracting, LLC., Contractor GCP Van Zandt,LLC., Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 FINAL BILLS PAID AFFIDAVIT THE STATE OF TEXAS COUNTY OF DENTON BEFORE ME, the undersigned authority, personally appeared _Andy Nord_ (hereinafter referred to as "Contractor"), known to me to be a credible person, and after being by me duly sworn, upon oath stated and affirmed that: "My name is _Andy Nord and I am the _Owner / GM_ of Dagger Contracting, LLC, hereafter sometimes referred to in this affidavit as "Contractor". Contractor's business address is —PO Box 1040 Roanoke, TX 76262_. The undersigned Contractor has personal knowledge of the facts stated herein and has full authority to make the agreements in this affidavit on behalf of Contractor. Pursuant to and in accordance with a written construction contract between _Dagger Contracting, LLC Contractor, and _Goldenrod / City of Fort Worth_, Owner, Contractor furnished materials and labor for the construction, renovation, or repair of improvements located on or relating to project known as _W 7th Street Utility Improvements_ located at _W 71h Street & Foch , City of _Fort Worth_, _Tarrant County, Texas. All work provided for under said written construction contract, together with all changes and supplements thereto, has been fully completed in accordance with the terms and provisions thereof. Contractor has paid each of its subcontractors, laborers, suppliers and materialmen in full for all labor and materials provided to Contractor for or in connection with the construction, renovation, or repair of improvements on or relating to the subject Property, or any portion thereof, excepting only the amounts owed for the following specified bills to the persons identified below. Contractor warrants and represents that the following specified bills will be paid to Contractor by Owner/Administrator in reliance on this Final Bills Paid Affidavit: Name of Payee Address Telephone No. Amount Owed Other than the above specified bills owed to the above referenced persons, Contractor is not aware of any unpaid bills, claims, demands, or causes of action by any of its subcontractors, laborers, suppliers, or materialmen for or in connection with the furnishing of labor or materials, or both, for the construction, renovation, or repair of improvements located on or related to the subject Property. In consideration of the funds paid to Contractor by Owner and by Lender on behalf of Owner in reliance on this affidavit, Contractor waives and releases all of Contractor's statutory and constitutional mechanic's lien rights connected with the construction of the Project, conditioned on the actual payment or collection if payment is made by check or draft. Contractor further understand that this Final Bills Paid Affidavit is being given pursuant to and in accordance with Sections 53.085 and 53.259 of the Texas Property Code and that the intentional, knowing, or reckless making of a false or misleading statement in this Affidavit constitutes an offense under said Section and is a Class A misdemeanor. Contractor hereby indemnifies and holds harmless Owner from any and all claims, demands or causes of action, and any costs, expenses, and attorney's fees incurred in connection therewith, arising from or connected with, the https://daggercontracting.sharepoint.com/sites/DaggerContractingLLC/Shared Documents/Closed Contracts/23274 - West 7th Van Zandt's Addition (Fort Worth)/12_Paperwork/Job Close -Out Templates/Affidavit of Bills Paid - Final.doc statements and representations contained herein." EXECUTED this 15th ATTEST: Printed Name: is Middleton THE STATE OF TEXAS COUNTY OF Denton day of _August , 2025. By: Printed Name: -Andy Nord Title: —Owner / GM Before me, the undersigned authority, on this day personally appearedAndy Nord , who first being duly sworn by me to be the person whose name is subscribed to the foregoing Final Bills Paid Affidavit, acknowledged that he/she has the authority to make this Final Bills Paid Affidavit, and further acknowledged to me that he/ she executed the same for the purpose and consideration therein expressed. GIVEN UNDER MY HAND AND SEAL OF OFFICE, on this t y of ugu _, 20_25 (NOTARY SEOL'jNODSOON'• �i r' �0�= Q�� • P V B�''•. � Z Q "_. 97's CK- , '• 130'L Notary Public in and for the State of TEXAS Printed Name: —Josh Hodsdon Commission Expires:_6/1/27 https://daggercontracting.sharepoint.com/sites/DaggerContractingLLC/Shared Documents/Closed Contracts/23274 - West 7th Van Zandt's Addition (Fort Worth)/12_Paperwork/Job Close -Out Templates/Affidavit of Bills Paid - Final.doc y " Document G707 — 994 :aj*►w.: Consent Of Surety to Final Payment Bond No: TXC616575 PROJECT, (rAlame and address) ARCHITECT'S PROJECT NUMBER: OWNER: Subdivision Bond City of Fort Worth, TX ARCHITECT: F K.M. Van Zandts 2nd Additions - Water, Sewer and Paving CONTRACT FOR: Water, Sewer and Paving CONTRACTOR: I — SURETY: F- 70 OWNER: (Name andaddress) CONTRACT DATED: OTHER: F— City of Fort Worth, Texas 1000 Throckmorton St. Fort Worth, TX 76102 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (Insert name and address of Surety) Merchants Bonding Company (Mutual) P.O. Box 14498 Des Moines, IA 50306-3498 . SIJRETY, on band of (Insert name and address of Contractor) GCP III Van Zandt, LLC 200 Crescent Court, Suite 1425 Dallas, TX 75201 ,CONTRACTOR, hereby approves oftbe final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety of any of its obligations to (Insert name and address of Owner) City of Fort Worth, Texas 1000 Throckmorton St. Fort Worth, TX 76102 as set forth in said Surety's bond. fN WITNESS WHEREOF, the Surety has hereunto set its hand on this date: August 14, 2025 (Insetl in writing the month followed by the numeric dale and vear.) .birsc Co,�. Attest: 1933 ;'cy; (Sect!): ramie ifford Merchants Bonding Company (Mutual) (Surety} i ure of auR�--epresenlative) Kate Zanders, Attorney -in -Fact (Printed name and title) , OWNER, AIA Document G7071m —1994. Copyright © 1982 and 1994 by The American Institute of Architects. All rights reserved. WARNING: This AIA° Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. User Notes: (1466710072) MERCHANTS BONDING COMPANY,. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa, and MERCHANTS NATIONAL INDEMNITY COMPANY, an assumed name of Merchants National Bonding, Inc., (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Alissa Cahalan; Anne Crowner; Ashlea McCaughey; Austin Muehlschlegel; Ben Williams; Brian J Oestreich; Brian M Deimerly; Cameron M Burt; Colby D White; Connor Oberg; Craig E Hansen; Dione R Young; Donald E Appleby; Douglas Muth; Ginger Hoke; Grace Dickinson; Grace Rasmussen; Graydon Dotson; Greg Krier; Jamie Gifford; Jay D Freiermuth; Jenni Marino; Jessie Allen; Joe Tiernan; John Cord; Joseph Cardinal; Joshua R Loftis; Kate Zanders; Keeton Welch; Kristine M Becks; Lindsey Minutillo; Mark R DeWitt; Mark Sweigart; Melinda C Blodgett; Michelle Morrison; Michelle R Gruis; Nathan Weaver; Nicole Stillings; R C Bowman; Ryan Olivia E Lundy; Sandra M Engstrum; Sara Huston; Sarah C Brown; Seth Rooker; Taylor Fogle; Ted Jorgensen; Tim McCulloh; Todd Bengford; Zach Fuller their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the By -Laws adopted by the Board of Directors of the Companies. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship o obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/orfinal estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 11th day of August . 2025 . MERCHANTS BONDING COMPANY (MUTUAL) �',o%%G ca, •� Z�oiVq�••.,• •.'d$AGllyp •. °2y MERCHANTS NATIONAL BONDING, INC. .�° ,� GRq ;i.�pttt'GR''eo' ;•pS� �yfoj? y; >�•..:• MERCHANTS NATIONAL INDEMNITY COMPANY •tih:'G ��. 1933 fC' '.�� . •,d� • ask `�• �` • `�a B .. .• STATE OF IOWA COUNTY OF DALLAS ss. On this 11th day of August 2025 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL), MERCHANTS NATIONAL BONDING, INC., and MERCHANTS NATIONAL INDEMNITY COMPANY; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. /39'IA4s� Penni Miller Z ph : Commission Number 787952 My Commission Expires rOwA January 20, 2027 CR!�� (Expiration of notary's commission Notary Public does not invalidate this instrument) I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL), MERCHANTS NATIONAL BONDING, INC., and MERCHANTS NATIONAL INDEMNITY COMPANY do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF - ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 14th day of August 2025 . .'p114G 0i; •2101Y qLP0t ,•ONAlrlrp 9p•. y: .2.�}4� Nip;:• : " 1933 ', ' . x':� 2C43 -Z - • a • , O • u . = Secretary POA 0018 (5125)