HomeMy WebLinkAboutContract 61248-FP1Page 1 of 2
City Secretary
Contract No.__________________
Date Received ______________
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: Lone Star at Liberty Trails Phase 1A
City Project No.: 104866
Improvement Type(s): Water Sewer
Original Contract Price: $5,788,482.80
Amount of Approved Change Order(s):$93,271.05
Revised Contract Amount:$5,881,753.85
Total Cost of Work Complete: $5,881,753.85
Contractor Date
Title
Wright Construction
Company Name
Project Inspector Date
Project Manager Date
CFA Manager Date
_______________________________________ __________________________________
TPW Director Date
Asst. City Manager Date
Page 2 of 2
Notice of Project Completion
Project Name: Lone Star at Liberty Trails Phase 1A
City Project No.: 104866
City’s Attachments
Final Pay Estimate
Change Order(s): Yes N/A
Pipe Report: Yes N/A
Contractor’s Attachments
Affidavit of Bills Paid
Consent of Surety
Statement of Contract Time
Contract Time: 179 WD
Work Start Date: 5/29/2024
Days Charged: 266 WD
Work Complete Date: 8/8/2025
Completed number of Soil Lab Test: 2587
Completed number of Water Test: 48
FORTWORTH
CITY OF FORT WORTH
F1NAL PAYMENT REQUEST
Contract Name LONE STAR AT LIBERTY TRAILS PHASE lA
Contract Limits
Project Type WATER & SEWER
City Project Numbers 104866
DOE Number 4866
Estimate Number 1 Payment Number 1 For Period Ending
City Secretary Contract Number
Contract Date
Project Manager NA
Contractor WRIGHT CONSTRUCTION COMPANY, INC.
601 W. WALL ST.
GRAPEVINE , TX 76051-
Inspectors D. WATSON / PEDDIBHOTLA
Contract Time
Days Charged to Date
Contract is 100.00
8/8/2025
WD
7�JD
266
Complete
Thursday, September 4, 2025 Page 1 of 5
City Project Numbers 104866
Contract Name LONE STAR AT LIBERTY TRAILS PHASE lA
Contract Limits
Project Type WATER & SEWER
Project F+unding
L?NTI' I: WATER IMPROVEMENTS
Item
No.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
IS
16
17
18
19
20
21
21
6
24
25
DOE Number 4866
Estimate Number 1
Payment Number 1
For Period Ending 8/8/2025
Description of Items Estimated Unit Unit Cost Estimated Completed Completed
Quanity Total Quanity Total
TRENCH SAFETY 18446 LF $1.00 $18,446.00 18446 $18,446.00
20" STEEL CASING 55 LF $261.00 $14,355.00 55 $14,355.00
42" STEEL CASING 110 LF $427.00 $46,970.00 110 $46,970.00
DUCTILE IRON WATER FITTINGS W/ FITTING 27.2 TN $7,339.00 $199,620.80 27.2 $199,620.80
8" WATER PIPE 13077 LF $53.00 $693,081.00 13077 $693,081.00
8" DIP 75 LF $180.00 $13,500.00 75 $13,500.00
12" WATER PIPE 490 LF $105.00 $51,450.00 490 $51,450.00
24" WATER PIPE 4754 LF $272.00 ,293,088.00 4754 1,293,088.00
24" DIP 125 LF $287.00 $35,875.00 125 $35,875.00
FIRE HYDRANT 22 EA $8,413.00 �185,086.00 22 $185,086.00
CONNECTION TO EXISTING 24" WATER MAIN 1 EA $19,323.00 $19,323.00 1 $19,323.00
CONNECTION TO EXISTING 24" WATER MAIN 1 EA $3,961.00 $3,961.00 1 $3,961.00
1" WATER SERVICE 323 EA $1,546.00 $499,3�8.00 323 $499,3�8.00
1" WATER SERVICE (IIZRIGATION) (CO#1) 0 EA $1,849.00 $0.00 0 $0.00
2" WATER SERVICE 1 EA $3,181.00 $3,181.00 1 $3,181.00
8" GATE VALVE 48 EA $2,594.00 $124,512.00 48 $124,512.00
12" GATE VALVE 1 EA $3,873.00 $3,873.00 1 $3,873.00
24" GATE VALVE & VAULT 3 EA $45,915.00 $137,745.00 3$137,745.00
8" BLOW OFF ASSEMBLY 1 EA $16,455.00 $16,455.00 1 $16,455.00
FLUSHING VALVE 1 EA $9,447.00 $9,447.00 1 $9,447.00
2" PVC SCHEDULE 40 CONDUIT SLEEVES 120 LF $25.00 $3,000.00 120 $3,000.00
(CO# 1)
4" PVC SCHEDULE 40 CONDUIT SLEEVES 290 LF $28.00 $8,120.00 290 $8,120.00
(CO# 1)
6" PVC SCHEDULE 40 CONDUIT SLEEVES 2135 LF $33.83 $72,227.05 2135 $72,227.05
(CO# 1)
1 1/2 WATER SERVICE (IRRIGATION) (CO#1) 1 LF $2,671.00 $2,671.00 1 $2,671.00
2" WATER SERVICE (IIZRIGATION) (CO#1) � EA $2,927.00 $14,635.00 5 $14,63�.00
Sub-Total of Previous Unit $3,469,979.85 $3,469,979.85
Thursday, September 4, 2025 Page 2 of 5
City Project Numbers 104866
Contract Name LONE STAR AT LIBERTY TRAILS PHASE lA
Contract Limits
Project Type WATER & SEWER
Project F+unding
L?NTI' II: SANTTARY SEWER IMPROVEMENTS
DOE Number 4866
Estimate Number 1
Payment Number 1
For Period Ending 8/8/2025
Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed
No. Quanity Total Quanity Total
1 POST - CCTV INSPECTION 15136 LF $2.00 $30,272.00 15136 $30,272.00
2 MANHOLE VACUUM TESTING 69 EA $165.00 $11,385.00 69 $11,385.00
3 TRENCH SAFETY (CO#2) 15185 LF $1.00 $15,185.00 15185 $15,185.00
4 CONCRETE COLLAR FOR MANHOLE 2 EA $917.00 $1,834.00 2 $1,834.00
5 24" STEEL CASING 140 LF $258.00 $36,120.00 140 $36,120.00
6 4" SEWER SERVICE 323 EA $1,519.00 $490,637.00 323 $490,637.00
7 6" SEWER SERVICE (CO# 1) 0 EA $2,347.00 $0.00 0 $0.00
8 8" SEWER PIPE 7412 LF $60.00 $444,720.00 7412 $444,720.00
9 8" SEWER PIP, CSS BACKFILL 480 LF $125.00 $60,000.00 480 $60,000.00
10 10"SEWERPII'E (CO#2) 2457 LF $71.00 $174,447.00 2457 $174,447.00
11 10" SEWER PII', CSS BACKFILL (CO#2) 180 LF $141.00 $25,380.00 180 $25,380.00
12 10" DIP 70 LF $124.00 $8,680.00 70 $8,680.00
13 12" SEWER PII'E 1632 LF $96.00 $156,672.00 1632 $156,672.00
14 12" SEWER PIPE, CSS BACKFILL 60 LF $195.00 $11,700.00 60 $11,700.00
IS 15" SEWER PIPE 2554 LF $125.00 $319,250.00 2554 $319,250.00
16 15" SEWER PIPE, CSS BACKFILL 220 LF $272.00 $59,840.00 220 $59,840.00
17 16" DII' 120 LF $225.00 $27,000.00 120 $27,000.00
18 EPDXY MANHOLE LINER 227 VF $418.00 $94,886.00 227 $94,886.00
19 4' MANHOLE 68 EA $4,323.00 $293,964.00 68 $293,964.00
20 4' DROP MANHOLE 1 EA $6,634.00 $6,634.00 1 $6,634.00
21 EXTRADEPTHMANHOLE 404 VF $347.00 $140,188.00 404 $140,188.00
22 6" SEWER SERVICE (CONNECT TO MANHOLE) 1 EA $2,980.00 $2,980.00 1 $2,980.00
Sub-Total of Previous Unit $2,411,774.00 $2,411,774.00
Thursday, September 4, 2025 Page 3 of 5
City Project Numbers 104866
Contract Name LONE STAR AT LIBERTY TRAILS PHASE lA
Contract Limits
Project Type WATER & SEWER
Project F+unding
Contract Information Summary
Original Contract Amount
Change Orders
Change Order Number 1
Change Order Number 1
Change Order Number 1
Change Order Number 1
Change Order Number 2
DOE Number 4866
Estimate Number 1
Payment Number 1
For Period Ending 8/8/2025
$5,788,482.80
($12,943.00)
($2,347.00)
$87,710.05
$633.00
$4,928.00
Total Contract Price $5,881,753.85
Total Cost of Work Completed $5,881,753.85
Less % Retained $0.00
Net Earned $5,881,753.85
Earned This Period $5,881,753.85
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
$5,881,753.85
Thursday, September 4, 2025 Page 4 of 5
City Project Numbers 104866
Contract Name LONE STAR AT LIBERTY TRAILS PHASE lA
Contract Limits
Project Type WATER & SEWER
Project F+unding
Project Manager NA
Inspectors D. WATSON / PEDDIBHOTLA
Contractor WRIGHT CONSTRUCTION COMPANY, INC.
601 W. WALL ST.
GRAPEVINE, TX 760�1-
DOE Number 4866
Estimate Number 1
Payment Number 1
For Period Ending 8/8/2025
City Secretary Contract Number
Contract Date
Contract Time 75 WD
Days Charged to Date 266 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
Less % Retained
Net Earned
Earned This Period $5,881,753.85
Retainage This Period $0.00
Less Liquidated Damages
� Days @ $0.00 / Day
LessPavement Deficiency
Less Penalty
Less Previous Payment
Plus Material on Hand Less 15%
Balance Due This Payment
$5,881,753.85
$0.00
$5,881,753.85
$0.00
$0.00
$0.00
$0.00
$0.00
$5,881,753.85
Thursday, September 4, 2025 Page 5 of 5
W
�
W
�
W
OC
h
N
O
N
ao"
N
�
�
Q
�
�0
N
�7
�
�
w
�
W
a
N
�
�
�
a
�
�
OI
O
�
�
�,
m
W
�
�
Q
W
�
Z
a
_
U
�
U
W
�
O
�
d
0
W
0
�
>
Q
�
W
a
O
J
i
W
w °
U Z
Z � �,.
Q W
=o
U �
O
0
Z
Z
�
a
a
U
�
a
�
U
w
d
�
�
o �n
�
E `r°
0
y N W
.@ @ �
H �� m
V
r p o
Q � �
] � co
N u� � V
O
@ � � � O
fn � 7 � M � � M
�p N T r M
a� d N ao U �
C f6 LL V a' N �
�� c� � a M X
�
U
�
Z
O �
ui � � U
� � � '
z �
V Q � U a
� �
� � � a � � w �
� O� H H � W J
a U U U U� v� �
� �
�c� N
T �
� N
� �
N �
W �
t0 �
Z Z
N N
c c
O O
a a
� N
N
o �
t �
� N
� �
d �
d O
� �
�
�
w
C�
z
a
�
U
w
O
�
a
r
¢ v1
F Q n �
Z O
O
U
N
Ct o 0
N
~ K W
2
� U
J Q
H p
W �'
��
� a o 0
y O o O
m .. '�' w'
� U �
0
�
� o 0
V o 0
� �
� U
z �
> �
a'�'
a o 0
0 0 0
d� � �
da
� U
� f�j o o p
� W U � � c U °c
Ui °�' V �
v
� � o 0 0 � N
F- p v v v a
o a � � � w o
� s � � ti `"
> W Cf P] P1
� U � w w
0 0 0
Ct o o �
w w o �
0 oi
U �
W � h
w '° '�
y O o 0 0 0 0 � N
V �'+ o o �'+ o fn N o
U1 N � � N � p�D � �q
p �o m M tD P! t0
d g � � a � a
� w w �
O
� o 0
V o 0
N N �
� U �
w r
� °'
Q o o vi �
�i � p � � � � a
� � � �. OI M i.�
m N � M � o n y N
� N OI Q
O N � °f N � � U
0
> 1A �+l C � t�/ pp �
� U `A `� � 'A p 'A G
�
W
a
�
� Z F
� U
� � w q
O H ¢ Q �
W 7 U ai O
O Q
_ ¢ ~ ~ O w
U W U H p j U Vl
� a V V o >
� ¢ Q o � � W � rc
o�� a Z N � �
OV Q � � O � W a F
¢ � � � z w � O
z
� � o � � � a
i-. w z o > �
O W U O Q� O
�
rn
a
�
N
O
N
�
N
�
�
Q
�
�
W
�
�
N
�
C
�
w
�
W
a
N
d
�
�
a
�
�
i
O
�
�
m
�
W
F
� #
m
�
U
�
N
z
T
�
a
3
d
z
�
d
«
�
0
�
c
k
Y
N
.�
«
�
Q
m
w
d
a
0
E
E
c°�
m
�
w
a�
.o
0
,c�i
�
N
3
h
�
�
�
U
�
i
W
N
�
U
a
c
�
�
�
G
O
�
a
0
a
m
m
�
�
N
a�
N
O
N
E
rn
C
�
0
a
a
c
m
�
.;
a`�
d
�
O
�� �
� �
� N
U
��
a �
� m
�
w
c
�
O
w
c7
z
a
x
U
�
O
LL
�
Z
O
�
Q
w
�
O
Z
G
2
a
r
O
U
�
W
G
�
0
w
c7
z
¢
x
U
W
F
LL
�
e
O
�
�
O
LL
W
J
m ,
N �
Z W
oa
a�
'� w
w�
�W
tl1 G
� W
W =
H
O �
J m
i�
w=
� �
F �
v �n
�w
r 00
Z J
c°� 3
�n >
x�
� U
Zw
o=
w~
JO
O�
� LL
Z F
�Z
O W
Z �
� W
LL �
H �
� m
U �
O W
Z Q'
�
�
rn
m
a
W
�
W
�
�
v�
N
O
N
�
N
01
,
Q
�
tQ
N
M
O
�►
R
W
a
N
d
�
a
`
�
�
L
0
G1
�
m
W�
�, Z
Z � N
W
U �
O
�
Z
Z
O
Q
d
U
�
a
�
U
C
N
£
a>
o u�
L �
£ �
0
N � W
tD
H � W
m �
o �
a �
J � �
� � � O
�0 � o 0 0
�p N
fn �.j O �
M
(/� 7 � � W
N M
��� a`°o U � � rn
�� U� a r�i X�
�
F
Q
�
H
Z
O �
li.j � � U
Q .
Z H
U � � U �
�
� � � a � � w �
� O� H H 0 W J
a U U U U� cA �
r N
� �
� �
I� M
N I�
� �
0 0
Z Z
c c
L L
a a
� �
� �
i �
� t6
� �
N �
a o
� �
�
�
w
Q
Q
�
H
U
w
O
�
�
�
V
�a � �r, �r,
Z Qo n n
O
U
a
0
y U
F
x
c7 �
J �
O
F O
w"'
��
� a
y O
GI «
O f.1 O
O
� w
0
U
Z U a
5 �
a �
a
m
0
d«
a�i o
O f.1
a
F U O
Z V
� � V � � �
U Z °' V �
v
�� V o 0 o M �
F p v v v � e�
Z m o`�i o`�i m � o
V p v v v �
d � � �
>
d w w w
0
�
0
U �
o �
o A
� V e �
w ^ 'O
3 � �o
o .- �n
�WA � � o o � � � v N
�"� C7 O O � N n { j �
� N W V � � �= � w
m � �.� � v
o �
� � w w v v
d N N N
0 N N N N
O
U
�
�
� U �
W �
F �
Q O N N �
3 � o o � � a
0
a N� r' m m w«
� O
YI �+ 1'�'/ � N O O U
� U w w � w w �
�
W
a
�
�
�
W
O r Q
Z Q �
� � U H O
O ¢
= Q F ~ O W
V w U F Z� U u)
a W¢ d¢ c�.� 0 5
� � Q � � � O uJ R
� o o O a Z �tW � �
U O� F p� 5 K H
Q~ u� a r o� �
Z a ~ � � � �
� ~ � o � w p
O W U U Q � H
m
rn
a
�
�
�LI
,
LL�I
�
�
N
O
N
�
N
�
�
Q
�
�
N
M
O
�
�E
W
a
N
d
�
d
aa
�
a�
a�
0
a�
�
�
m
0
O
�
7
v3 » f»
0 0 0
0 0 0
� v
�„
Y
U
N
m
(n N
� 3
U �
C (n
N _
F O
a
�
0
�
~���
Z J J J
�
N
C
� F
H
p Q 7 N N
L �
U C7
m
c g
w
� � o 0 0
w o� o v v
.0 m O P1 M
� F M M M
_ U
a�
L
N
Y
(6
�
0
�
N
U
�
'6
N
f6
�
0�G
�
W
0
�
O
W
�
Z
Q
2
U
�
0
LL
N
Z
0
N
W
�
N
N
�
�
a
W
0
N
r
�
N
.�
�
FORTWORTH
TRANSPORTATION AND PUBLIC WORKS
PIPE REPORT FOR:
PROJECT NAME: Lone Star at Liberty Trails Phase lA
CITY PROJECT NUMBER: 104866
PIPE LAID
PVC
DIP
PVC
PVC
DIP
FIRE HYDRANTS: 22
PIPE ABANDONED
DENSITIES:
NEW SERVICES:
SIZE
g��
g��
12"
24"
24"
SIZE
WATER
TYPE OF PIPE
1" Domestic
2" irrigation
1.5" irrigation
VALVES (16" OR LARGER)
TYPE OF PIPE
COPPER
COPPER
COPPER
LF
13077
75
490
4754
125
3
LF
323 EA
6 EA
1 EA
SEWER
PIPE LAID SIZE TYPE OF PIPE LF
PVC 8" SDR 26 7412 LF
PVC 10" SDR 26 2428 LF
PVC 15" SDR 26 2554 LF
PVC 12" SDR 26 1632 LF
DIP 10" 70 LF
DIP 16" 120 LF
PIPE ABANDONED
DENSITIES:
NEW SERVICES:
SIZE
4"
6"
TYPE OF PIPE
PVC
PVC
LF
323 EA
1 EA
TIZ�NSPORT�TION ��ND PUBLIC �K10RKS
The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311
(817) 392 - 7941 • Fax: (817) 392 - 7845
�ORTWORTH�
TRANSPORTATION AND PUBLIC WORKS
September 3, 2025
Wright Constructions Co., INC.
600 W. Wall Street
Grapevine, TX 76051
RE: Acceptance Letter
Project Name: Lone Star at Liberty Trails Phase 1A
Project Type: 01 & 02
City Project No.: 104866
To Whom It May Concern:
On August 22, 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 August 22, 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
682-263-3904.
Sincerely,
�%� �"`�
George Marquez, Project Manager
Cc: Sri Peddibhotla, Inspector
Don Watson, Inspection Supervisor
Oscar Agullion, Senior Inspector
Andrew Goodman, Program Manager
Pape Dawson, Consultant
Wright Constructions Co., INC., Contractor
D.R Horton Texas, LTD, Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Rev. 08/20/19
AFFIDAVIT
STATE OF TEXAS
COUNTY OF TARRANT
Before me, the undersigned autharity, a notary public in the state
and county aforesaid, on this day personally appeared Kevin Littlefield,
Controller Of Wright Canstruct'ron Co, Inc., 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 iabor andlor materials have been paid in full;
That the wage scale established by the City Council in the City of
Fort Worth has been paid in full;
That there are no claims pending for personal injury and/or
property damages;
On Contract described as;
City Project #104866, Lone Star at Liberty Trails Phase lA, at or near
Hwy 114 & Pembine Lane, Justin, TX,76247 ,�� ,
BY ! C 7' r�.
� Kevir�ittle�d / Controller
Subscribed and sworn before me on this date 3rd of Ocfober, 2025.
G�CL� � J'��
Notary Public
Tarrant, TX . _
�'`°�o` JESSICA M. SORIA
•. ;�.. - Notary ID# 134745800
�q My Cammission Ex�ires
'� ��OF�'+P Fehruary 05. 2028
�
111�ERCHANT�
soNo��vc co�r�Anrv.,.
ME:RCHA[VT5 f�ONDI[1G COMPA[JY (MllTUAL} P,O. IiOX 1449$, DEs Mo[t�€s. IOwn 5a3D6-3498
[�r[otvE: (800) 678-8171 FAX: (515} 243-3854
CONSENT OF SURETY
T4 FINAL PAYMENT
OWNER
ARCHITECT
CONTRACTOR
SURETY
OTHER
Bond No. 100346728
1"O OWNER:
City of Fort Worth
200 Texas Street
Fart Worth, TX 76102
ARCHITECT'S PROJECT NO.:
�
LJ
�
CONT'RACT FOh: Site Utilities - Publie waier, sewer and
drainagc improvements
PROJ�Ci:
Lone Star at Liberty Trails Phase 1 A
City Project No. 104866
CONTRAC7 DATED:
In accordance with the pro�isions of the Contract between the Owner and the Contractor as indicated above, the
(Insert name and address o( SurelyJ
Merchants Bonding Company (Mutuaf)
P.�. Box 14498
Des Moines, lowa 50306-3498
on bond of
(Inser� name and address of Coniracfor)
Wright Construction Co., Inc.
600 W. Wall Stree#
Grapevine, TX 76051
,SURETY,
,CONTRACTOR,
hereby appro�es of the final payment to #�e Contractor, and agrees that finaE payment to the Contractor shall not
re�ieve the Surety of any of its obligations to
(Insert name and address af Owner}
City of Fort Worth
200 Texas Street
Fori Worth, TX 76102
as set farth in said Surety's boncl.
, OWNER,
IN WITNESS WHEREOF, the 5urety has i�ere�nto set its #�and on this date: Octaber 2, 2025
(Insert m writing ihe month followed by 1he numeric date and year.)
M�rchanis Bonding Cornpany (Mutual}
(Surety}
Attesi: I�L fYc#✓C,�
(Seaq: Adam 5yswerda, Witness
Kirn Bracamonfe Attornev-ln-Fact
(Prinied name and tiife)
CON 0405 (4115)
Printed in �ooperation with American Institute o# Archiiects (AIA). The
language in this document confprms exactEy to the language used in
A[A Document G707-1994 Cansent Of Surety to Final �ayment.
MERCHANT_S��
BONDING COMPANY�
POWER OF ATTORNEY
Know All Persons By These Presents, that MERCHANTS BONDING CONiPANY (MUTUAL) and MERCHANTS NATIONAL BOHDING, INC.,
both being corparations of the State of lawa, d/tr/a Merchants Nationai Indemrtity Company (in Califorrtia ortly) (hereln coltedlvety called the
'Companies'� do hareby make, constitute and appoint, individually,
Adam Syswerda; Crystal Langhom; Jennifer R Garcia; Kim Bracamonte; Michelle Milstead; Robert Gaudette; Steven W Lewis
their true artd lawful Attomey(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any artd a(I bonds, undeRakirtgs,
contracts and other written instruments in the nature thereof, on behatf of fhe Companies in thelr business of guaranteeing the fidelity of
persons, guaranteeing the performance of corttrads and execufing or guaranteeing honds and undertakings required or permiited in any actians
or proceedings allowed by Eaw.
This Power-of-Attomey (s granted and is signed artd sealed by facsimile under and by authority of the following By-Laws adopted by the Board of
Directors of Merot►ants Bonding Contpany (Mutual) on April 23, 2011 and arr�ertded August 14, 2015 and April 27, 2024 and adopted by the Boarci of
Directors of Merchants NaSonal Bonding, �rsc., on October 16, 2015 and amended on Aprfl 27, 2024.
"The President, Secretary, Treas�rer, ar any Assistant Treesurer ar any Assistartt Secretary or sny Vice President sha[I have power and
authority to appoint Attomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the s$al of the Company thereto,
tsonds and urtdertakings, rewgnizanoes, contracts of indemnity and otherwritings ob�igatcry in the nature thereof.'
"The signat�re of any authorized officer and the seal of the Company may be affixed by facsirrdle or electrontc transmission to any Power of Attomey
or Certif�catlon thereof authorizing the execulion and delivery of any bond, undertaking, recogrtizance, or other suretyship obligaticrts of the
Company, and such signature and seal when so used shall have the same torce and etiect as though manually fixed."
tn connection with obligations in favor of fhe Florida Department of Transportation only, ft is agreed that the power and aut hority hereby given to the
Attcmey-in-Fact Irtdudes any and all conseMs for the release of retained percentages and/or final estimates on ertgineering and construction
cantracfs requlred by the State of Florida Department of Transportatlon. It is tuliy understood that consenting to the State ofFlo�ida Departrnent
of Transportation making payment of fhe fnal estimate to the Contractor and/or its assignee, shail not relieve this surety company of any of
its obtigations urtder its bond.
In connection wfth ob[igatlons in favor of the Kentucky Department of Highways only, it is agreed that the pawer and authoriiy hereby given
to the Attomey-in-Fact cannat be modified or revaked unless prior written personal notfce of such intent has been given to the Commissioner-
Department of Highways of the Commornnrealth of Kentudry at least thirty (30) days prior to ttse rnodificatlon or revocation.
In Witrtess Whereof, the Campanies have caused this instrument to be signed and sealed this 22�d day of April � 2025 •
��............
:'�y? o�p�R4'e�y ;
.� �.
?Z:2 _o_ �:p;
� :' 2Q03 ; �o;
: .
.,�y�. ;��.:
�'•. ki'' �'� .•'�
��.....��
.�O�N� Cp�•.
: �o o'tiPo9 ;°9y .
.
• ,'G� '�J�• ,c.
:ti:2 -o- o��:
' Z; : 3•
' a = 1933
• y • c:
. �. ��ti.
• b •;� .
. �i .
.
. �li'' '�\1:
MERCHANTS BONDING COMPANY (MUTUAL)
MERCHANTS NATIONAL BONDING, INC.
d/Wa INERCHANTS AT{ONAL [NDEMNITY COMPANY
By �
�
President
STATE OF IOWA '•. �7 .•' •• � ••
COUNTY OF DALLAS ss. ���"""'��� � � � � � �
On this ZZ�d day of April 2025 befare me appeared Larry Taylor, to me personaily known, who being by me duly swam
did say that he is President of MERCFlANTS BONDIf�G COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the
seals affnced to the foregoing instrument are the Carporate Seals of the Companies; artd that the said instrument was sigrted and sealed in behalf
of the Comparties by authority of their respective Boaids of Directors.
,�Q�RtA�,p Penni Miller �
z �� Commission Number 787952 -
• • My Commissfon Expfres
IOWA January 20, 2027 Notary Public
(ExpiraBon of notary's commission daes not [nvalidate this instrument)
I, Elisabeth Sandersfeld, Secretary of MERCFlANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BOi�DING, INC., do
hereby oertify that the above and foregoing is a true artd correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is sti[I
in fuil force and efiect and has not heen amended or revoked.
tn W�ess Whereof, I have hereunto set my harsd arsd affixed tFie seal of the Comparties on this 2nd day af October , 2025 .
�,........ .•--..�
,,.••P�10Nq� •..,, _ : oaQ��Po o,�; .:.
•� �1 PO �"• - .� ��1 . .09.-.
: y pR �T . O : � Z :
.� :� 4�,�:y� . •� 9�,;,�.
'Q:Z -o- v:o:_ �z i ._a_ -.o,^�.
' _ : 2Q03 ' � : � 6 ' � - �'�a3 ,: C � Secretary
�t�• :� ; •y�j• - •��I.
'•.�d'�j� ,,. ..,.�a��� �•�6'�i�.. �_ . • •`.`a :
POA 0018 (6/24) ��'''•,�'..••.•• ••......