Loading...
HomeMy WebLinkAboutContract 61369-FP3FORT WORTH® �--...... _, -FP3 City Secretary 61369 Contract No. _____ _ Date Received l0/06/2025 10/09/2025 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: Longhorn Estates Phase 1 City Project No.: 105087 Improvement Type(s): Water� Original Contract Price: Water Original Contract Price: Sewer Amount of Approved Change Orders: Water Amount of Approved Change Orders: Sewer Revised Contract Amount: Water Revised Contract Amount: Sewer Total Cost of Work Complete: ,1!!:.���ct��{l;f:;1;,con Contractor Vice President Title Wright Construction Company Name M�P� Michael Perkins !Oct 3 202510:01:13 COT} Project Inspector ���-;;;?- Project Manager CFA Manager lt{,u;-e11 'Prieur Lauren Prieur (Oct 6, 2025 13:20:12 COT) TPW Director Asst. City Manager Sewer� Developer Costs City Costs Total Cost $2,289,949.98 $1,249,149.69 $3,539,099.67 $2,739,064.00 $0.00 $2,739,064.00 $61,150.00 $0.00 $61,150.00 $8,553.00 $0.00 $8,553.00 $2,351,099.98 $1,249,149.69 $3,600,249.67 $2,747,617.00 $0.00 $2,747,617.00 $5,098,716.98 $1,249,149.69 $6,347,866.67 10/03/2025 Date 10/03/2025 Date 10/06/2025 Date 10/06/2025 Date 10/06/2025 Date 10/07/2025 Date Page 1 of 2 Notice of Project Completion Project Name: Longhorn Estates Phase 1 City Project No.: 105087 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: 275 Days Charged: 281 Work Start Date: 3/23/2024 Work Complete Date: 9/16/2025 Completed number of Soil Lab Test: 1925 Completed number of Water Test: 60 Page 2 of 2 CITY OF FORT WORTH Contract Name Longhorn Estates Phase 1 Contract Limits Project Type WATER & SEWER DOE Number 5087 Estimate Number 1 Payment Number 1 For Period Ending 9/16/2025 FINAL PAYMENT REQUEST City Secretary Contract Number 281 WD Contract Date WRIGHT CONSTRUCTION COMPANY, INC. NA 601 W. WALL ST. GRAPEVINE TX 76051- M.GLOVER M.PERKINS 275WDContract Time Days Charged to Date CompleteContract is 100.00 Contractor , /Inspectors Project Manager City Project Numbers 105087 Thursday, October 2, 2025 Page 1 of 5 Contract Name Longhorn Estates Phase 1 Contract Limits Project Type WATER & SEWER DOE Number 5087 Estimate Number 1 Payment Number 1 For Period Ending 9/16/2025 Project Funding City Project Numbers 105087 UNIT I: WATER IMPROVEMENTS Item No.Description of Items Estimated Quanity Unit Unit Cost Estimated Total Completed Quanity Completed Total 1 REMOVE SIDEWALL 4510 SF $4.00 $18,040.00 4510 $18,040.00 2 REMOVE ASPHALT PVMT (CO#2)1382 SY $24.00 $33,168.00 1382 $33,168.00 3 7' WIDE ASPHALT PVMT REPAIR, RESIDENTIAL 210 LF $93.00 $19,530.00 210 $19,530.00 4 4" CONC SIDEWALK 4510 SF $13.00 $58,630.00 4510 $58,630.00 5 TRENCH SAFETY 20254 LF $1.00 $20,254.00 20254 $20,254.00 6 24" CASING BY OPEN CUT 50 LF $212.00 $10,600.00 50 $10,600.00 7 42" CASING BY OPEN CUT 60 LF $426.00 $25,560.00 60 $25,560.00 8 DUCTILE IRON WATER FITTINGS W/RESTRAINT 47.53 TN $11,639.00 $553,201.67 47.53 $553,201.67 9 8" WATER PIPE 13169 LF $46.00 $605,774.00 13169 $605,774.00 10 8" DIP WATER, CLSM BACKFILL 840 LF $127.00 $106,680.00 840 $106,680.00 11 12" WATER PIPE 2656 LF $81.00 $215,136.00 2656 $215,136.00 12 12" DIP WATER, CLSM BACKFILL 61 LF $176.00 $10,736.00 61 $10,736.00 13 24" WATER PIPE 3448 LF $195.00 $672,360.00 3448 $672,360.00 14 24" DIP WATER, CLSM BACKFILL 80 LF $409.00 $32,720.00 80 $32,720.00 15 FIRE HYDRANT 14 EA $9,025.00 $126,350.00 14 $126,350.00 16 CONNECTION TO EXISTING 16" WATER MAIN 1 EA $10,297.00 $10,297.00 1 $10,297.00 17 CONNECTION TO EXISTING 4"-12" WATER MAIN 2 EA $6,119.00 $12,238.00 2 $12,238.00 18 4" COMBINATION AIR VALVE ASSEMBLY FOR WATER 2 EA $44,845.00 $89,690.00 2 $89,690.00 19 1" WATER SERVICE (CO#3)298 EA $1,449.00 $431,802.00 298 $431,802.00 20 1 1/2" WATER SERVICE (IRRIGATION) (CO#3)8 EA $2,364.00 $18,912.00 8 $18,912.00 21 2" WATER SERVICE(CO#3)0 EA $3,491.00 $0.00 0 $0.00 22 8" GATE VALVE 63 EA $2,575.00 $162,225.00 63 $162,225.00 23 12" GATE VALVE 6 EA $4,315.00 $25,890.00 6 $25,890.00 24 24" GATE VALVE & VAULT 6 EA $47,164.00 $282,984.00 6 $282,984.00 25 8" BLOW OFF VALVE 1 EA $28,240.00 $28,240.00 1 $28,240.00 26 TEMPORARY ASPHALT PAVEMENT REPAIR (2" TYPE B)(CO#2) 1044 LF $28.00 $29,232.00 1044 $29,232.00 $3,600,249.67 $3,600,249.67Sub-Total of Previous Unit Thursday, October 2, 2025 Page 2 of 5 Contract Name Longhorn Estates Phase 1 Contract Limits Project Type WATER & SEWER DOE Number 5087 Estimate Number 1 Payment Number 1 For Period Ending 9/16/2025 Project Funding City Project Numbers 105087 UNIT II: SANITARY SEWER IMPROVEMENTS Item No.Description of Items Estimated Quanity Unit Unit Cost Estimated Total Completed Quanity Completed Total 1 POST-CCTV INSPECTION 15395 LF $2.00 $30,790.00 15395 $30,790.00 2 MANHOLE VACUUM TESTING 78 EA $198.00 $15,444.00 78 $15,444.00 3 MANHOLE ADJUSTMENT, MINOR 1 EA $1,395.00 $1,395.00 1 $1,395.00 4 TRENCH SAFETY 15395 LF $1.00 $15,395.00 15395 $15,395.00 5 20" CASING BY OPEN CUT 20 LF $305.00 $6,100.00 20 $6,100.00 6 4" SEWER SERVICE 285 EA $1,854.00 $528,390.00 285 $528,390.00 7 4" DIP SEWER SERVICE 13 EA $8,451.00 $109,863.00 13 $109,863.00 8 8" SEWER PIPE 9137 LF $55.00 $502,535.00 9137 $502,535.00 9 8" SEWER PIPE, CSS BACKFILL 600 LF $83.00 $49,800.00 600 $49,800.00 10 8" DIP SEWER PIPE 180 LF $112.00 $20,160.00 180 $20,160.00 11 10" SEWER PIPE 191 LF $82.00 $15,662.00 191 $15,662.00 12 10" SEWER PIPE, CSS BACKFILL 20 LF $119.00 $2,380.00 20 $2,380.00 13 12" SEWER PIPE 1293 LF $78.00 $100,854.00 1293 $100,854.00 14 12" SEWER PIPE, CSS BACKFILL 818 LF $153.00 $125,154.00 818 $125,154.00 15 15" SEWER PIPE 1382 LF $104.00 $143,728.00 1382 $143,728.00 16 15" SEWER PIPE, CSS BACKFILL 1734 LF $263.00 $456,042.00 1734 $456,042.00 17 8" SEWER PIPE, CLSM BACKFILL 20 LF $100.00 $2,000.00 20 $2,000.00 18 8" DIP PIPE, CLSM BACKFILL 20 LF $100.00 $2,000.00 20 $2,000.00 19 EPOXY MANHOLE LINER 335 VF $418.00 $140,030.00 335 $140,030.00 20 4' MANHOLE 69 EA $4,227.00 $291,663.00 69 $291,663.00 21 4' DROP MANHOLE 9 EA $5,411.00 $48,699.00 9 $48,699.00 22 EXTRA DEPTH MANHOLE 370 VF $354.00 $130,980.00 370 $130,980.00 23 6" SEWER SERVICE (CO#3)1 EA $8,553.00 $8,553.00 1 $8,553.00 $2,747,617.00 $2,747,617.00Sub-Total of Previous Unit Thursday, October 2, 2025 Page 3 of 5 Contract Name Longhorn Estates Phase 1 Contract Limits Project Type WATER & SEWER DOE Number 5087 Estimate Number 1 Payment Number 1 For Period Ending 9/16/2025 Project Funding City Project Numbers 105087 Contract Information Summary Change Orders $6,278,163.67Original Contract Amount $6,347,866.67Total Contract Price $6,347,866.67 Less Total Cost of Work Completed % Retained $0.00 Net Earned $6,347,866.67 Plus Material on Hand Less 15%$0.00 Balance Due This Payment $6,347,866.67 Less Liquidated Damages Days @ / Day $0.00 Less Penalty LessPavement Deficiency $0.00 $0.00 $0.00Less Previous Payment Earned This Period Retainage This Period $6,347,866.67 $0.00 2 $58,464.00Change Order Number 3 $2,686.00Change Order Number 3 $8,553.00Change Order Number Thursday, October 2, 2025 Page 4 of 5 Contract Name Longhorn Estates Phase 1 Contract Limits Project Type WATER & SEWER DOE Number 5087 Estimate Number 1 Payment Number 1 For Period Ending 9/16/2025 Project Funding City Project Numbers 105087 Line Fund Account Center Amount Funded Gross Retainage Net CITY OF FORT WORTH SUMMARY OF CHARGES $6,347,866.67 Less Total Cost of Work Completed % Retained $0.00 Net Earned $6,347,866.67 Plus Material on Hand Less 15%$0.00 Balance Due This Payment $6,347,866.67 Less Liquidated Damages 0 Days @ $0.00 / Day $0.00 Less Penalty LessPavement Deficiency $0.00 $0.00 $0.00Less Previous Payment Earned This Period Retainage This Period $6,347,866.67 $0.00 City Secretary Contract Number 281 WD Contract Date WRIGHT CONSTRUCTION COMPANY, INC. NA 601 W. WALL ST. GRAPEVINE TX 76051- M.GLOVER M.PERKINS 275 WD Contract Time Days Charged to Date CompleteContract is 100.000000 Contractor , /Inspectors Project Manager Thursday, October 2, 2025 Page 5 of 5 N � 1 � � M � � � z U�/'� V / U o � o ao � � � N T � N I� � � � O O Z Z N N O O a a Y � N "' � � � � N fII � Y � � W Q Q � H U W O � � � U h } N N � N Z ❑ O U N O O O O O O O N U o 0 0 0 0 0 = Z' N V� V� V� N N 10 U' U � J N 1�- Ko �' ~ n 'o F, `m m � o N o N w � o � � � � � � > � � v � � w � � � o �u w m �o oi 0 U w w vr � oi y N Uo 0 0 0 0 0 _ 0 0 0 0 0 0 � �' w h w w w w o � U � 2 � Q O � n n N a' U N N N � d C7 O O M O M N n '�' � N 11� � N N N y M M t7 � N In tA °1 v� w w � N N F �j o 0 0 0 0 0 0 Z �' w w w w w � o a iy � � V q •' � F, Z � U o th �� U � o o w �t' Z� d� o o� o M N m O o oao a�i w aw w w � U N M M M � � 7 7 � Vf W W 0 N O O O O O O o V o 0 0 0 0 0 �� w w� M w o v W U � O N 0 W O O O M � y R �f 7 1� � 4+ o 0 0 0 0 0 1Nq � °' oi o 0 oi o oi � � � w v� r� w � > m n i. � y p N N N � U TA M W m rn m �o � � o � o o � o � U o 0 0 �' a w w a w v r� N N N �O a, U � w �n in w � � ro ao co m O! OI p QI In Of Of O �.j M .• a rn o o m m �7 w O p m o 0 oi v oo U w .A �n w W a � M W O N N w N ry O U � � � ❑ K W a � z � U O F- Q Q F�- W � U v=i O O Q� F- = a Z 2 0 W V W U F 0� U (n Q W W Q a Q U w w Z Q Q��� W tn � 0 o a o a z �n w a > Q � � ¢ � o � � o Z ¢ ❑ � � � J � �X � o � w o O W U U Q � F-� � � � N C E O � c s m C N m OI t V � 0 3 .� Y E 0 v m V `o � m } C O 2 c u � O O n U � E m � `3 E u � m t N � O �a � � , m .` � N a m 0 � n 0 � m > U m • U a Q m U y 3� O� aa �'¢+ O O � 4 m� m � m E ao :y ry W �l O � E Q m � O z w 0 � 0 W i:1 Q x U � 0 LL Z O Q W � � U W 3 E � u �-Q C " 9 O � O � a� W 5 ci m E m Z � r I� m E m N� Z F C w � 0 a' � � � ;� J o m m a � � � fn m m m � � z � a� C L O C Q I � � U I � � O � � _ m � E m m Z ►= � 0 0 o � -o � ' S Q � �o d Qm' o m 5, m � [fl 2 j= � � � � � � � � .N N � �� w � 0 m � � z � �s m �� � U ^ y C U p p l Vi N C d S m o m � p U � H p u L' �' v r U mp n� m ,C N G d O Ql � v� C C � L � � � � � •� 1� v � � N O d C R'C L N 10 �LE� '° o � v� � c m C N � l0 � N � o N E T � c E�`c �t (> ti Ut°oa O � ��p10 m m �°cEc �o �a C o1 m'C m p� .� O N t N d ,mC m ° m FL- 1- ❑ a � � � � Q o � � � � � � m � U � u� u �, o V v � � �L _ y� 0 � ^ (a w � � C Z � W J � h � �' � . � � � Y m m � z L � N � � W � C O .� � •F�- Q � 1"' '� N N Q a N � �' N m m � a � E e ' z a a � � � O U eo � N 01 a m 0 N N ti a m � �'J O U 1 � � � � � � Z U � U � W.. � Z M O � } Z 0 Q a U H Q � � U N N � � O � r E W � r m °O w c � N � � L p � N C � v m o � . o N � o E c°n' � � cn o .,} n o r� o t Y N o � M n � C 1p LL � (h 0 N M � � U � co � X � � U � Z O U � } � I- V p � V � W � � Q � � � W 0�. �U U U U� X li O � O a0 �A N h M o�o ~ � � ZZ C C O O L L n. a c ,_ a�i 'ro a m N ' (0 N c'�i y � � W (.� Q Q � U w O � 0. U � } N N � N 2 O O U N (p (j o 0 0 0 0 0 � �, o 0 0 0 0 0 � N In V� ln In V1 n U' U � -� N � o n h h h N M 01 � �.�„ C p� ' �p � �p � V1 O � t� � y N� w o N a � a'� o � v�i e1On � O U � � � � O o O o 0 0 o N (J o O O o o R �' u�i � v�i � � u�i ^ w � U N Z M Q N h h N Q, 1A N IA �y n M O O M O M � � N N i�A N N N > N M M M N O � Vi u1 � U N I N 1A �000000 0 � 1�1� 1�// ll� N V1 h p i.� W U o Z Z M V � � a � V� p o 0 o ra0i � � O V a o o nV o a w Wi M O O M O M n F- a�! o o v o v Z W M � � M N M r' � w w N vai � 0 N 0000000 V o 0 0 0 0 0 �, o 0 0 0 0 0 � � � � � � � U o pj 0_' n � W � � � „ r: u�i y� o 0 0 `1 V 0 n O o 0 o N V � o o � o � �< m` 0 0 0 o M �n � O n 1�9 N ^ � � > N N � N o'� '., 'A � � � in rn m m U � o o � o � 0 0 0 ��V N v�i V v�i m 1� V N N � b � v, in w a FW- �'! ¢ o � m o m o m m m � M O � M a3 y m � o � �p' o W fA p �, `t o � U 00 0o w � v� 1(� M M � U � w �� w 0 � w a t- z F � w O F- a Q W � U N O Z O � F. U F. t ❑ U W U F- Z j U tW/_1 � H ~ a � U � N K w U� O O LL O j K Fa- � � F- U O U W O a � � � z w � ~ z � w z o � � O U �U Q K O � rn a N N m l6 a u b a m h a� U .� W N t N 3 v h a c m � m 3 'm c 0 b Q Q.' W ❑ � O W C9 Z Q 2 U � O LL � Z O Na W � � C u C 0 a c K I c 0 .� c L m 3 � ` � a� - ` Y n \ u; � � ui � z � m C 0 � O m a a � T° m � E ui Z � � m c 'v C W � C 0 � a � � a rn c S � � � J � v d � � a L `o_ V c m � � ui °1 E �. m Z I � N O N M N � � T N U1 Q U U U C (U �� N ' �� N .c Q � in � E ui m z �_ � N O N M 0 � 0 1 C� E N u m w U ��p U .N � � � E ai m Z ►= � N N � � O N � � � c y y t0 � � � L � C i N ' c �e 7 C h cn w T y ui m E �. � N N � 7 � U .. N C � i. � G/ p V Y 10 N � � C �j � E � p U � N � v n � � L N ,� N O � �3 ''�' 6. ,_�, C � �p L yE•a°o � �� °� �0 � � ��i w ro `0 � c � u � m m � v � � c N e a�'a m � v 1°ac�aE � ,a �o � _ E Y ��t v LL ci�Op- o �' Z U u m o � � � �� E �' m m ,� L '- W W U �, " ai Fw `N i m� N F- �--' 0 0 � N O N � 0 � 0 � a o Z, 0 � ro � � m � � a�i W � � _ Q � � U K m � � N O � � O �� ,, o � w S` m ❑ W G 2 W � � O U W � �. N � c LL1 c p: W � C 0 N N -� � m ` Y ¢. ui � m �' Z � � N p O N N � z: -o m � n � o � Z on. U a oG Q; � � U otS � M m t0 a O N ri N 'O N N .j N � F�ORT WORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Longhorn Estates Phase 1 CITY PROJECT NUMB�R: 105087 WAT�R PIPE LAID SIZ� TYPE OF PIP� LF C900 8" PVC 13,169 American Fastite Pipe (Bell Spigot) 8" Ductile Iron 840 C900 12" PVC 2656 American Fastite Pipe (Bell Spigot) 12" Ductile Iron 61 C900 24" PVC 3,448 Amecican Fastite Pipe (Bell Spigot) 24" Ductile Ii•on 80 FIRE HYDRANTS: 14 PIPE ABANDONED DENSITI�S: NEW S�RVICES: SIZ� 1" 1 1/2" VALVES (16" OR LARGER) TYPE OF PIPE Yes Copper Copper LF 6 297 6 S�W�R PIPE LAID SIZE TYPE OF PIPE LF SDR-26 8" PVC 9,137 American Fastite Pipe (Bell Spigot) 8" Ductile Iron 180 SDR-26 10" PVC 191 SDR-26 12" PVC 1,293 SDR-26 15" PVC 1,382 PIPE ABANDONED DENSITIES: NGW SERVIC�S: SIZE ��� ��� TYPE OF PIPE YES PVC Ductile Iron LF 285 13 TRANSPORTr1TION r1ND PUBLIC \\/ORKS The Cih� of Fort �`Vorth • 1000 Throckmorton Street • Fort \�/ordi, T:17G012-6311 F�4RT VVORTH� TRANSPORTATION AND PUBLIC WORKS September 16, 2025 Wright Construction Co. Inc. 600 W. Wall St. Grapevine TX 76051 RE: Acceptance Letter Project Name: Longhorn Estates Phase 1 Project Type: Water, Sanitary Sewer City Project No.: 105087 To Whom It May Concern: On August 29, 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 September 16, 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 September 16, 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- 392-7830. Sincerely, �'`i�� l li,�� l,^.,i' � � Kh:ilJ:i:if�rif'.E.;0�:16,�)'. i1�J_06_4�C T�� Khal Jaafari, Project Manager Cc: Michael Perkins, Inspector Mike Glover, Inspection Supervisor Randy Horton, Senior Inspector Andrew Goodman, Program Manager Pape-Dawson, Consultant Wright Construction, Contractor DR Horton, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 AFFIDAVIT STATE OF TEXAS COUNTY OF TARRANT Before me, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared Kevin Littlefield, Controller Of Wright Construction Co, Inc., known to me to be a credible person, who being by rne duly sworn, upon his oath rleposed and sa�d; That all persons, firms, associatior.s, carporations, or other organizations furnishing labor an�i/or materzals have beeii paid in 1iz11; 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; Ciry Project #1O50S7, IPRC #23-0129 Longhorn Estates Phase 1, at or near W. Cleburne Rd & Longhorn Trai�,, Crowley, T� BY � ' ' y� � � �-�.i ' ; Kevin Littl� lci / Controller Subscribed and sworn before me on this date 29th of September, 2025. �������� ot�ry Public Tarrant, TX .�Q�YpVBG JESSICA M. SORIA � �Notary ID # 134745800 y My Commission Expires �"�"�foF�+` February 05, 2028 �ERCHANTS � BONDING COMPAI�iY�� MERCHAN"1'S E30NDING COMPANY (MUTUAL) P.O. BoX 1449$, D�S MO�NEs, [oWA 50306-3498 PHOivE: (800) 678-$171 FAX: (515) 243-3854 CONSENT �F SURETY TO FINAL PAYMENT OWNER ARCk�1TECT CONTRACTOR SURETY OTHER Bond No. 100340731 TO OWNER: City of Fvrt Warth 204 Texas S#reet Fort Worth, TX 761�2 PROJECT: Longhorn Estatas Phase 1 1 Site Utilities ARCHITECT'S PR�J�Ci NO.: COEVTRACT FQR: Site Utilities GONTRACT �ATED: � � � � � kn accordance with the pra�isions of the Contract between the Owner and the Contractor as indicated above, the (insert name and adtlress of Sureiy} Merchants Bonding Company (Mutual} P.O. Box 14498 i]es Moin�s, towa 50306-349$ on band af {Insert name and address of Contractor) Wright Construction Ca., Inc. 600 W. Wal] Street Grapevine, TK 76051 , SURETY, , COiJTRACTOR, hereby approves of the final payrr�ent to the Contractor, and agrees that final payment to tf�e Contractor shall not relie�e the S�rety a€ any o€ its obligations to (Insert naine and address of Owner) city of Fort worth 2QQ Texas Street Fort Worth, TX 7$102 as set forth in said Surety's bond. �al�►►i�l��� !N WITNE55 WHEREOF, the Surety has hereunto set its hand on this date: September 23, 2025 (Inseri in wrifing ihe monlh Followed by the numeric date and year.} Merchants Boncfing Company (Mutual) (surety) Attest: �- �-d,t'�.vyLl� (Seap: Adam 5yswerda, Wifness Kim Bracamonte Attornev-In-Fact (Prmted name and title) CON 0405 (4/15) Printed in caoperation with American Institute af Architects (AIA). The language in this document conforms exactly to the language used in AIA Qocument G707-1994 Consent Of Surety to Final Payment. MERCHANT`5� BONDING COMPANYn POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BOHDING, INC., bafh betng oorporations of the State of lowa, d/b!a Merchants National Indemnity Campany (fn Califorrda ortly) (herein coilective{y called the "Companies'� do hereby make, cons�tute and appoint, fndivldualiy, Adam Syswerda; Crystal Langhom; Jennifer R Garcia; Kim Bracamonte; Michelle Milstead; Robert Gaudette; Steven W Lewis their true and lawful ABomey(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any artd all bonds, undertakings, contracts and other written instnimer�ts in the nature thereof, on behalf of ihe Companies in their business of guaranteeing the fideliip of persons, guararrteeing the perfortnance of contrads and executing or guaranteeing bonds and undertakings requtred or permitted in any adions or prooeedings aAowed by law. This Power-0f-Attomey is granted artd is signed and sealed by facsimile under and by authority of the toltowing By-Laws adopted by the Boatd of Directors of Merchartts Bonding Cornpany (Mutual) on April 23, 2011 and amertded August 14, 2015 and Apri127, 2024 and adopted by the Board of Directors of Merchants National Banding, �nc., on odober 16, 2015 and amended on Ap�il 27, 2024. "The Presiderrt, Secretary, Tressurer, or any Assistant Treasurer cr any Assistertt Secretary or sny Vioe President shall have pawer and authorify to appoint ABomeys-io-Fad, and to authorize them to execute an behalf of the Company, and attach the seal of the Company thereto, bonds and andertakings, �cognizanoes, coMracts of indemnityi and otherwritings obtigatory fn ihe natare thereof.° `The signahtre of any authorized officer and the seal of the Company may be aifixed by Tacsimle or eledronic transmission to any Power af Attcmey or CeRiftcation thereof authorizing the executian and detivery of any bor�d, underlaking, recagnizance, or other s�retyship obligations of the Company, and such signature and seal when so used shall have ihe same force and eRect as though martuaUy faed " in conr�ection with obfigetions in favor of the Florida Department of TrenspoRation oniy, it is agreed fhat the power and aut hortty hereby given to the Attomey-in-Fad irtdudes any and all consents for the release of retained percerttages and/or flnal estimates on engineering and oonstrudion contracls required by the State of Florida Department of Transportation. It is taliy understood that conserrting to the State ofFlorida Department of Transportation making payment of the fuial estimate to the Contractor andJor its assignee, sha0 not relieve this surety corrtpany of any of its obGgatians under its bond. In conrtection with ob�igations in tavor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attomey-io-Fact cannot be modi�ed or revoked unless prior written personal na�ce of such intertt has been given to the Commissioner- Deparbnertt of Highways of the Commornvealth of Kenludry at least fhirty (30) days prior to the modificaticn or revocaUon. In Witness Whereof, the Companies have caused this instrument to be s(gned and seaied this 22nd day of April • 2025 - ���........... :'�q? �i�p R t •e••�% Z�24 -o-��oO�•'s �: 2003 ;;o; '.d�•. :��: .,.. �., .:� ,.,. .•""••. •' O�N� C��1',0 • 0�?ORp�9 �,�• . • • 'G �J►:ZiG: � �: _ -O- 0'.-.i • z:' : 3• 'a� 1933 ; c• •y . • ; •Cb• • d • . .�w.. ••��a: . •. {'t �• •....• MERCHANTS BONDING COMPANY {MUTUAL) MERCHANTS NATIONAL BOPIDING, INC. dltrla MERCHANTS ATIONAL INDEMNITY COMPANY By � ��Z�� President STATE OF IOWA '•. �f .•' COUNTY OF DALLAS SS. ��������s���• On this 22�d day of qpri� 2025 before me appeared Larry Taylar, to me personally known, who being by me duiy swcm did say lhat he Is Prestdent of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BOP[DING, INC.; and that the seals affixed to the foregoing instrument are the Corporete Seals of the Comparties; and that the satd instniment was signed and sealed in behalf of the Comparties by authority af thetr respective Boards of Directors. r „P-R�A�s Penni Miiler � Z �� Corr�missian Namber 787952 - • • My Commission Expires �IVA January 20, 2027 Notary Public (Expiration of notary's commissicn does not invalidate this insbvment) I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) artd MERCHANTS NATIONAL BONDIHG, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by satd Companies,which is stin in tuli foroe and etfect and has not been arrtended or revoked. M Witness Whereof, I have hereunto set my harsd arsd affooed the seai of tfie Canpanies on this 23rd day af September , 2025 . •�������If�� . ���.[����. , ". ���.••P�10Nq� ••.,�� , � ���N,G„�p�., . . t� ''i�i pOq'' .��• �Q,:�ppOq• ,q �y �h:40 4�; :y; -: Zc, _ '�fiy,c. �+Y :Q;Z -o- v:�: ��;_ -o- o;.�: ' a : ' � Secreta ; j: 2Q03 ::�: :y 193� :•y�� ►v ;.�d�, :��'; . �id. .�c.*. •. �i'" "�:�J .• •�a>�y..� .••�1 : �'•., � .••' � • • .... • •'� POA 0018 (6/24) ••'•••••••