Loading...
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) ��'''•,�'..••.•• ••......