HomeMy WebLinkAboutContract 56788-FP2City Secretary
Contract No. 56788
-FP2
-------
Date Received 2/12/2025
02/20/2025
AMENDED 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: The Library
City Project No: 102561
Improvement Type(s):
Notice amended with revised number of construction days charged.
Water� Sewer�
Water Oriqinal Contract Amount
Sewer Oriqinal Contract Amount
Water-Amount of Approved Change Orders(s):
Sewer-Amount of Aooroved Change Order(s):
Revised Contract Amount:
Total Cost of Work Complete:
An��b#io�04 CSTJ
Contractor
Owner/ GM
Title
Dagger Contracting
Company Name
f,.....(.t Daniel Ro� {Feb 12 2025 10:18 CST)
Project Inspector
��
Project Manager
Kana.Feb 12 202514:29 CSTJ
CFA Manager ;e._z...., Lill!imtc eci�!i!C !E�!iz I� �g�� i!·;l� ��Il
TPW Director
�
Asst. City Manager
Developer Cost City Cost Total Cost
$91,045.70 $63 282.30 $154,328.00
$56,613.00 $0.00 $56,613.00
$15,205.85 $0.00 $15,205.85
$30,603.00 $0.00 $30,603.00
$193,467.55 $63,282.30 $256,749.85
$193,467.55 $63,282.30 $256,749.85
Feb 12, 2025
Date
Feb 12, 2025
Date
Feb 12, 2025
Date
Feb 12, 2025
Date
Feb 12, 2025
Date
Feb 12, 2025
Date
Page 1 of 2
Notice of Project Completion
Project Name: The Library
City Project No.: 102561
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 30 WD
Days Charged: 92
Work Start Date: 4/1/2022 Work Complete Date: 4/26/2023
Soil Lab Number of Tests: 0
Water Number of Tests: 7
Page 2 of 2
FORTWORTH
CITY OF FORT WORTH
F1NAL PAYMENT REQUEST
Contract Name WATER AND SEWER IMPROVEMENTS TO SERVE THE LIBRARY
Contract Limits
Project Type WATER
City Project Numbers 102561
DOE Number 2561
Estimate Number 1 Payment Number 1
City Secretary Contract Number
Contract Date 2/17/2022
Project Manager NA
Contractor DAGGER CONTRACING, INC.
P.O.BOX 1040
ROANOKE , TX 76262
Inspectors GLOVER, M/ JOHNSON, S
For Period Ending 4/26/2023
WD
Contract Time ���
Days Charged to Date 133
Contract is 100.00 Complete
Monday, May 1, 2023 Page 1 of 5
City Project Numbers 102561
Contract Name WATER AND SEWER IMPROVEMENTS TO SERVE THE LIBRARY
Contract Limits
Project Type WATER
Project F+unding
L?NTI' I: WATER IMPROVEMENTS
Item Description of Items
No.
1 REMOVE 6" WATER LINE
2 4"-12" PRESSURE PLUG
3 5' WIDE ASPHALT PVMT REPAIR,
RESIDENTIAL (CO #1)
4 2" ASPHALT PVMT TYPE C(CO #1)
5 TEMPORARY WATER SERVICES (CO# 1)
6 EXPLORATORY EXCAVATION OF EXISTING
UTILITIES
7 TRENCHSAFETY
8 6" PVC WATER PII'E (CO #1)
9 DUCTILE IRON WATER FITTINGS W/
RESTRAINT (CO #1)
10 8" PVC WATER PIPE (CO #1)
11 FIRE HYDRANT (CO # 1)
12 CONNECTION TO EXISTING 4"-12" WATER
MAIN
13 2" WATER SERVICE (CO #1)
14 6" GATE VALVE (CO #1)
15 8" GATE VALVE (CO #1)
16 TRAFFIC CONTROL
17 KUPFERLE #9700 AUTOMATIC FLUSHING
DEVICE (CO #1)
DOE Number 2561
Estimate Number 1
Payment Number 1
For Period Ending 4/26/2023
Estimated Unit Unit Cost Estimated Completed Completed
Quanity Total Quanity Total
299 LF $15.00 $4,485.00 299 $4,485.00
1 EA $650.00 $650.00 1 $650.00
420 LF $112.50 $47,250.00 420 $47,250.00
467 SY $71.50 $33,390.50 467 $33,390.50
0 LS $3,000.00 $0.00 0 $0.00
1 EA $1,000.00 $1,000.00 1 $1,000.00
452 LF $2.00 $904.00
7 LF $115.75 $810.25
0.5 TN $13,000.00 $6,500.00
452 $904.00
7 $810.25
0.5 $6,500.00
446 LF $108.35 $48,32410 446 $48,32410
1 EA $4,105.00 $4,105.00 1 $4,105.00
1 EA $2,000.00 $2,000.00 1 $2,000.00
2 EA $3,240.00 $6,480.00
1 EA $1,815.00 $1,815.00
1 EA $2,480.00 $2,480.00
1 MO $2,500.00 $2,500.00
1 EA $6,840.00 $6,840.00
2 $6,480.00
1 $1,815.00
1 $2,480.00
1 $2,500.00
1 $6,840.00
Sub-Total of Previous Unit $169,533.85 $169,533.85
iJNTI' II: SANTI'ARY SEVVER IMPROVEMENTS
Item Description of Items
No.
1 6"-12" TREE REMOVAL
2 12"-18" TREE REMOVAL
3 MEDNM STONE RIPRAP, DRY (CO # 1)
4 POST-CCTV INSPECTION
5 TRENCHSAFETY
6 TRENCH WATER STOPS
Estimated Unit Unit Cost Estimated Completed Completed
Quanity Total Quaniry Total
2 EA $850.00 $1,700.00 2 $1,700.00
1 EA $1,250.00 $1,250.00 1 $1,250.00
33 SY $108.00 $3,564.00 33 $3,564.00
272 LF $2.00 $544.00 272 $544.00
272 LF $2.00 $544.00 272 $544.00
3 EA $750.00 $2,250.00 3 $2,250.00
Monday, May 1, 2023 Page 2 of 5
City Project Numbers 102561 DOE Number 2561
Contract Name WATER AND SEWER IMPROVEMENTS TO SERVE THE LIBRARY Estimate Number 1
Contract Limits Payment Number 1
Project Type SEWER For Period Ending 4/26/2023
Project F+unding
7 8" SEWER PIPE (CO #1) 272 LF $81.00 $22,032.00 272 $22,032.00
8 EPDXY MANHOLE LINER (CO #1) 23 VF $528.00 $12,144.00 23 $12,144.00
9 4' MANHOLE (CO #1) 4 EA $6,387.00 $25,548.00 4 $25,548.00
10 UTILITY SERVICE SURFACE RESTORATION 470 EA $3.00 $1,410.00 470 $1,410.00
(CO #1)
11 MANHOLE VACUUM TESTING (CO #1) 4 EA $150.00 $600.00 4 $600.00
12 CUT & REMOVE EXISTING CHAIN LINK FENCE 12 LF $15.00 $180.00 12 $180.00
(CO #1)
13 INSTALL DOUBLE SWING GATE ON 6' CHAIN 1 LS $4,490.00 $4,490.00 1 $4,490.00
LINK FENCE
14 MINOR ADDED CLEARING W/ HAUL OFF 2 DY $5,480.00 $10,960.00 2$10,960.00
TRUCKING
Sub-Total of Previous Unit �87,216.00 �87,216.00
Monday, May 1, 2023 Page 3 of 5
City Project Numbers 102561 DOE Number 2561
Contract Name WATER AND SEWER IMPROVEMENTS TO SERVE THE LIBRARY Estimate Number 1
Contract Limits Payment Number 1
Project Type SEWER For Period Ending 4/26/2023
Project F+unding
Contract Information Summary
Original Contract Amount
Change Orders
Change Order Number 1
Change Order Number 1
Total Contract Price
$210,941.00
�is,zos.ss
$30,603.00
$256,749.85
Total Cost of Work Completed $256,749.85
Less % Retained $0.00
Net Earned $256,749.85
Earned This Period $256,749.85
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
$256,749.85
Monday, May 1, 2023 Page 4 of 5
City Project Numbers 102561
Contract Name WATER AND SEWER IMPROVEMENTS TO SERVE THE LIBRARY
Contract Limits
Project Type SEWER
Project F+unding
DOE Number 2561
Estimate Number 1
Payment Number 1
For Period Ending 4/26/2023
Project Manager NA City Secretary Contract Number
Inspectors GLOVER, M/ JOHNSON, S Contract Date 2/17/2022
Contractor DAGGER CONTRACING, INC. Contract Time 25 WD
P.O.BOX 1040 Days Charged to Date 133 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
Less % Retained
Net Earned
Earned This Period $256,749.85
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
$256,749.85
$0.00
$256,749.85
$0.00
$0.00
$0.00
$0.00
$0.00
$256,749.85
Monday, May 1, 2023 Page 5 of 5
�--1
�
U
MI
W
�
�
�� /''�
�'d /
O
z
�
U
�
�
�
W �
i.� z
z�
¢ W �"'
= O
U �
0
�
W
i�
Z
O
Q
a
U
�-
Q
a
{,_-
U
�
N
W
(D
N
N
0
M
m �
2' o 0
� �i O �
� � � � '`'J' M M
:7 � cy �
Q
F-L- v�Oi U� r�i X Y
#
H
�
Z
�
U Xk
IL'I �k � U
Q
Z F-
�- U O U n�.
w � a ai �
-� F- � �� �il �k
Q��o�W
a� v v v LL� LL
'� �
C�O N
M
� �
� �
00 W
Z Z
C C
o O
a a
C C
O �
N �
C -p
L 0
O p
� �
�
� �
� Q
�
W
Q
Z
� ¢
O �
�' U
U W
W �
�- o
N �
z d
U
� � u� u� o
F- Q N N � M
O �
U
N
O O O o O O O
� U O O O O O O
~ � N V�1 1�A t�A V�i N
� U o
J o
W �
�
N 4 a o 0 o a o
a� a+ � � N 1�// N 1�/1 p
C�i O M
O U N
N
ai
N lD
0 o a o 0 0 0 �
v o 0 0 0 0 0
�` � � v�i u�i ti w
u
z o
> �
a "'
� o 0 0 0 0 0
p o 0 0 0 0 0
O o 0 0 0 0 0
Gl a+ 1n � N VI N V/
C�i O
O U
�
� V o 0 0 0 0 o y
0 0 0 0 0 0 �
� W � In 1n N N N V/ V N
� � G .�' °°
U Z o U �
� ¢ N n
F- p u�i
z � o 0 0 0 0 o tNi)
O a
V o 0 0 0 0 0 0
a .. � �, �, � � �
a�, o
O U
�' o 0 0 0 0 0
V o 0 0 0 0 0
� N N N N N N p lI)
� U o ^
w �
w `Y �
� o 0 0 0 � m
0 o a o
a M o o M o 1D � /A
O � o o � � N
N N
C�1 O � N N 1�A
❑ U
1q M M M
U oNo o � oNo � oNp
� N o o N o cV
M N � M � N
M
V in �n 'n ap
� N N M M
� N
3
� � � � �
a � o o a p N N 0
p � o 0 o N V
v� w � �
� U � � N � O
K
W
d
H
U
� � W �
O I- � �
z a
C7 � U t=i� O
H = Q � 2 ~ �
U W V F- Z� U fq
Q w Q n: Q� o
F � Q o � � ❑ uWi �
z¢ a Z w � �
OO � U p��j K Fa-
z¢� a� z w� o
� � W Z O � H
O � U � ¢ � O
d
�
a
0
�
.N-.
a�i
N
.�
�
F
FORTWORTH
TRANSPORTATION AND PUBLIC WORKS
PIPE REPORT FOR:
PRO,T�CT NAME: The Library
CITY PROJ�CT NUMBER: CPN # 102561
WAT�R
PIP� LAID SIZE TYP� OF PIPE LF
8" PVC 8" PVC 446
FIR� HYDRANTS: 1
PIPE ABANDONED
D�NSITI�S:
NEW SERVICES:
brow of 4+47 VALVES (16" OR LARGER)
SIZE TYPE OF PIPE LF
SEW�R
PIPE LAID SIZE TYPE OF PIPE LF
8" PVC 8" PVC 272
PIPE ABANDONED
SIZE TYPE OF PIP�
LF
DENSITIES:
NEW SERVICES:
TRANSPORTATION f1ND PUBLIC ��/ORKS
The City of Fort Worth • 1000 Throckmorton Street • Fort Wordi, T�i 76012-6311
(817) 392 - 7941 • Fax: (817) 392 - 7845
FORTWORTH��
�--�
TRANSPORTATION AND PUBLIC WORI<S
April 26, 2023
Dagger Contracting
PO Box 1040
Roanol<e, TX. 76262
RE: Acceptance Letter
Project Name: The Libary
Project Type: Water and Sewer Improvements
City Project No.: 102561
To Whom It May Concern:
On April 21, 2023 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 April 26, 2023. The final inspection and
the corrected punch list items indicate that the wori< meets the City of Fort Worth specifications and is
therefore accepted by the City. The warranty period will start on April 26, 2023, which is the date of the
punch list completion and will extend oftwo (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)392-6251.
Sincerely,
�G►�dvu� �o�
Andrew Goodman , Project Manager
Cc: Steven Johnson, Inspector
Mil<e Glover, Inspection Supervisor
Daniel Roy, Senior Inspector
Victor Tornero, Program Manager
RPGA Design group Inc, Consultant
Dagger Contracting, Contractor
Robert P. Garza, 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 _Andrew 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 _Andrew 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 _RPGA / 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 The
Library_located at 1530 Rio Grand Ave_, 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 wi II be
paid to Contractor by Owner/Administrator in reliance on this Final Bills Paid Affidavit:
Name of Pa ee Address Tele hone 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/21022 - The Library (Fort
Worth)/12_Paperwork/Job Close-Out Templates/Affidavit of Bills Paid - Final.doc
statements and representations contained herein."
EXECUTED this _1 st day of _May , 2023.
THE STATE OF TEXAS
COUNTY OF _Denton_
/
By: �/l� (
Printed Name: ndrew Nortl--
Title: Owner / GM
Before me, the undersigned authority, on this day personally appeared_Andrew 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 th 1st �'cTa� _ y_, 2023_
�-
N Public in and for the
State of TEXAS
(NOTARY SEAL)
Printed Name: Josh Hodsdon
Commission Expires:_6/1/23
\����,���,,,,<<�
.��� `''`:�.. y ��5�'� �
. � •` N• Q
� , ' O �.qv G , '
� � e� ���^.. 2 -
=
�.
��� :
� :°�7 � ,., : * =
; � .9,9��'OF lE6yg°�;� ���•
i 'tl •. � � 302, rj, .
,'�� �%�P. Q[�-��
���I�lIIY15+�.
https://daggercontracting.sharepoint.com/sites/DaggerContractingLLC/Shared Documents/Closed Contracts/21022 - The Library (Fort
Worth)/12_Paperwork/Job Close-Out Templates/Affidavit of Bills Paid - Final.doc
CONSENT OF
SURETY COMPANY
TO FINAL PAYMENT
Conforms with the American Instkute of
Architecta, AIA Document G707
OWNER ❑
ARCHITECT ❑
CONTRACTOR ❑
SURETY ❑
OTHER
Bond No NTX 3797
PROJECT:
(neme, eddt'ess)Water and Sewer Improvements to serve The Library
TO (Owner)
The Library
�
ASFW APARTMENTS, L.P.
1500 W Jarois St.
Fort Worth
Fort Worth
TX
� ARCHITECT'S PROJECT NO:
CONTRACT FOR:
Water and Sewer Improvements to serve TF�e Library
nc �s�o2 _f CONTRACT DATE: 2n��2o22
CONTRACTOR: DAGGER CONTRACTING, LLC
In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the
(here i�ert neme end addreas of Surety Companyl
MERCHANTS NATIONAL BONDING, INC.
6700 Westown Parkway
West Des Moines IA 50266 , SURETY COMPANY
on bond of (hero insxt neme end address of Camactorl
DAGGER CONTRACTING, LLC
660 North Carroll Avenue, Suite 130
Southlake TX 76092
, CONTRACTOR,
hereby approves of the fmal payment to the Contractor, and agrees that final payment to the Contractor shall not relieve
the Surety Company of any of its obligations to (here insert name and address of Owner)
ASFW APARTMENTS, L.P.
1500 W Jarvis St.
Fort Worth TX 76102 , OWNER,
as set forth in the said Surety Company's bond.
IN WITNESS, WHEREOF,
the Surety Company has hereunto set its hand this
27th day of April, 2022
MERCHANTS NATIONAL BONDING, INC.
Surety Company
Attest:
(Seal):
'�,�, h��riz
Signature of Authorized
Mikaela Pe�ners Attorney-in-Fact
- Title
NOTE: TAis furm ia to be used as a companion document to AtA DOCUMENT G706, CONTRACTOR'S AFfIDAV1T OF PAYMEM OF DEBTS AND CLAIMS,
Cune�t EcHtien
ONE PAGE
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 lowa, d/b/a Merchants National Indemnity Company (in Calrfomia ony) (herein collectivey called the
"Companies") do hereby make, constitute and appoint, individualty,
Don E Comell; Josh Saunders; Kelly A Westbrook; Mikaela Peppers; Ricardo J Reyna; Robbi Morales; Sophinie Hunter; Tina McEwan; Tonie
Petranek
their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and adcnowledge 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-Attomey is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board
of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of
MerchantsNational Bonding, Inc., on Odober 16, 2015.
'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 Attomey
or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the
Company, and such signature and seal when so used shall have the same force and effect as though manually fixed."
In connedion with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the
Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction
contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State ofFlorida Department
of Transportation making payment of the final estimate to the Contrador 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 Attomey-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 mod�cation or revocation.
In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 8th day of December , 2022 •
'•���...........
��. P�10Nq� ••.,�
v��p�R4���Z %
'_' 2003 0;,�;
•.�d�•. : �� :
•,�� �•. .:O .•'�
.•---•.
.•' 0��� • ���f '•
� �. A .
� 00, ORP09q.9
. •
� �;�G J� :y,L �
. �: _ -o- o: .
:_� :3'
a'• 1933
:s•. � ��
� •cti.
. .
. 6�;k. . . • •�:�� .
. .
. '.: .
MERCHANTS BONDING COMPANY (MUTUAL)
MERCHANTS NATIONAL BONDING, INC.
d/bla MERCHANTS NATIONAL INDEMNITY COMPANY
By
STATE OF IOWA ••,,�� � ���.•• •. � � ��� � � �. President
COUNTY OF DALLAS ss. """'
On this 8th day of December 2022 , before me appeared Larry Taylor, to me personalty known, who being by me duly sworn
did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; 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.
'�'"° Kim Lee
� ; ` ,�_ '�'. Cammissan Number 7C2'37 ` �,Q
? � '.� �1y Commission Expres �
?,pril 14, 2Q24
Notary Public
(Expiration of notary's commission does not invalidate this instrument)
I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby
certify that the above and foregoing is a true and coRect copy of the POWER-0E-ATTORNEY executed by said Companies, which is still in full
force and effect and has not been amended or revoked.
In Witness Whereof, I hav�e hereunto set my hand and affixed the seal of the Companies on this 27th day of April , 2023 .
���.........�� �.•---•.�
��.••P�10Nq�••.,� � •�\NG.CO,�'•� _ -
. a �POR �0 , .00�ORp�q Aq'• �%✓ ==d
: �y : v0 '��' : Z . ; ' ca '�.► :y,.c : • •
:2:2 _p_ 0:0: .fy-.'= -o- o; :
' _ � 2003 � z : � a'• 1933 ' e • secretary
=� � � '�`�'= ' y�'•• 'c:'
.
••a��...,�,...;���: •,6,�W..� ..•;:d.. __- _ _
POA 0018 (10/22) '•''••••••••• •••••
MERCHANT�S�
BONDING COMPANY�:
MERCHAN"fS BONDWG CUMPANY (MUTUAL) P.O. BOx 14498. DES MOINES. IUwA 50306-3498
PHONE: (800) G78-8171 Fnx: (515) 243-3854
IMPORTANT NOTICE
To obtain information or make a complaint:
You m8y cont2ct your insurance agent at the telephone number provided by your insurance agent.
You may call Merchants Bonding Company (Mutual) toll-free telephone number for information or to make a
complaint at:
1-800-678-8171
You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or
complaints at:
1-800-252-3439
You may write the Texas Department of Insurance at:
P. O. Box 149104
Austin, TX 78714-9104
Fax: (512) 490-1007
Web: www.tdi.texas.aov
E-mail: ConsumerProtection@tdi.texas.gov
PREMIUM AND CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim
you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of
Insurance.
ATTACH THIS NOTICE TO YOUR POLICY; This notice is for information only and does not become a part
or condition of the attached document.
SUP 0032 TX (2/15j