HomeMy WebLinkAboutContract 58975-FP1FORT WORTH�
�
-FP1
City Secretary 58975
Contract No.
Date Received 1�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: Clifton Riverside Multifamily
City Project No.: 103898
Improvement Type(s): Water � Sewer �
Original Contract Price: $134,813.00
Amount of Approved Change Order(s): $64,432.00
Revised Contract Amount: $199,245.00
Total Cost of Work Complete: $199,245.00
�7 Ka��7
n�dy Nor (�a� ze, zozs o�se csr)
Contractor
Owner/GM
Title
Dagger Contracting
Company Name
���
w�u�am Fau��� (�a� za, zozs o�:ai csr)
Project Inspector
Motadage Mohar�r�deeh,�E
Pro'ect Manager
0
Kandicc Merrick (Jan 29, 2025 09:41 CST)
CFA Mana er
����
Lauren Prieur (Jan 29, 2025 09:45 CST)
TPW Dire or
��
Asst. City Manager
J a n 28, 2025
Date
J a n 28, 2025
Date
J a n 28, 2025
Date
J a n 29, 2025
Date
J a n 29, 2025
Date
J a n 31, 2025
Date
�FFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Page 1 of 2
Notice of Project Completion Project
Name: Clifton Riverside Multifamily
City Project No.: 103898
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: 103 WD Days Charged: 124
Work Start Date: 3/18/2024 Work Complete Date: 10/21/2024
Completed number of Soil Lab Test: 53
Completed number of Water Test: 14
Page 2 of 2
FORTWORTH
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name CLIFTON RNERSIDE MULTIFAMILY
Contract Limits
Project Type WATER & SEWER
City Project Numbers 103898
DOE Number 3g9g
Estimate Number 1 Payment Number 1
City Secretary Contract Number
Contract Date
Project Manager NA
Contractor DAGGER CONTRACING, INC.
P.O.BOX 1040
Inspectors
For Period Ending 10/21/2024
WD
Contract Time 9AJD
Days Charged to Date 124
Contract is 100.00 Complete
ROANOKE , TX 76262
D. WATSON / W. FAUVER
Thursday, January 23, 2025 Page 1 of 5
City Project Numbers 103898
Contract Name CLIFTON RNERSIDI�, MUI; I'IPAMILY
Contract Limits
Project Type WATER & SEWER
Project Funding
UNIT I: WATER IMPROVEMENTS
Item Description of Items �stimated Unit
No. Quanity
1 ASPHALT PVMT REPAIR BEYOND DEFINED 98 SY
WIDTH, ARTERIAL
2 CONC PVMT REPAIR, ARTERIAL/INDUSTRIAL 42 SY
3 4" WATERLINE LOWERIN 2 EA
4 TRENCH SAFETY 157 LF
5 DUCTILE IRON WATER FTI'TINGS W/ 023 TN
RESTRAINT
6 4" WATER PIPE 55 LF
7 6" WATER PIPE 49 LF
8 8" WATER PIPE 53 LF
9 CONNECTION TO EXISTING 4"-12" WATER 3 EA
MAIN
10 4" WATER METER 1 EA
11 6" GATE VALVE 2 EA
12 GATE VALVE 2 EA
13 10" CUT-IN GATE VnLVE 1 EA
14 6" X 4" TAPPING SLEEVE & VALVE 1 EA
IS 1 1/2" WATER SERVICE 1 EA
16 4" WATERLINE LOWERING (CO#Al) 1 EA
17 6" WATERLINE LOWERING (CO#Al) 1 EA
18 TRAFFIC CONTROL (CO#Al) 2 MO
19 EXPLORATORY EXCAVATION (CO#AI) 1 EA
20 8" WATERLINE LOWERING (CO#A2) 1 EA
21 IMPORTED EMBEDMENTBACKFILL (CO#A2) 1 EA
Sub-Total of Previous Unit
iJNTl' II: SANTI'ARY IMPROVEMENTS
DOE Number 389g
Estimate Number 1
Payment Number 1
For Period Ending 10/21/2024
Unit Cost Estimated
Total
$100.00 $9,800.00
$125.00 $5,250.00
$5,675.00 $11,350.00
$1.00 $157.00
$4,000.00 $920.00
$60.00 $3,300.00
$70.00 $3,430.00
$80.00 $4,240.00
$3,500.00 $10,500.00
$36,850.00 $36,850.00
$1,650.00 $3,300.00
$4,425.00 $8,850.00
$6,445.00 $6,445.00
$3,000.00 $3,000.00
$3,400.00 $3,400.00
$12,675.00 $12,675.00
$13,845.00 $13,845.00
$2,8�0.00 $5,700.00
$7,2�0.00 $7,2�0.00
$23,962.00 $23,962.00
$1,000.00 $1,000.00
$175,224.00
Item Description of Items Estimated Unit Unit Cost Estimated
No. Quanity Total
1 POST-CCTV INSPECTION 21 LF $100.00 $2,100.00
2 MANHOLE VACUUM TESTING 1 EA $250.00 $250.00
3 TRENCH SAFETY 21 LF $1.00 $21.00
Completed Completed
Quaniry Total
98 $9,800.00
42 $5,250.00
2 $11,350.00
157 $157.00
023 $920.00
55 $3,300.00
49 $3,430.00
53 $4,240.00
3 $10,500.00
1 $36,850.00
2 $3,300.00
2 $8,850.00
1 $6,445.00
1 $3,000.00
1 $3,400.00
1 $12,675.00
1 $13,845.00
2 $5,700.00
1 $7,2�0.00
1 $23,962.00
1 $1,000.00
$175,224.00
Completed Completed
Quanity Total
21 $2,100.00
1 $250.00
21 $21.00
Thursday, January 23, 2025 Page 2 of 5
City Project Numbers 103898
Contract Name CLIFTON RNERSIDI�, MUI; I'IPAMILY
Contract Limits
Project Type WATER & SEWER
Project Funding
4 20" STEEL CASING 18 LF
5 8" SEWER PIPE 21 LF
6 EPDXY MANHOLE LINER 18 VF
7 4' MANHOLE 1 EA
Sub-Total of Previous Unit
DOE Number 389g
Estimate Number 1
Payment Number 1
For Period Ending 10/21/2024
$250.00 $4,500.00
$I50.00 $3,150.00
$500.00 $9,000.00
$5,000.00 $5,000.00
$24,021.00
18 $4,500.00
21 $3,150.00
18 $9,000.00
1 $5,000.00
$24,021.00
Thursday, January 23, 2025 Page 3 of 5
City Project Numbers 103898
Contract Name CLIFTON RNERSIDI�, MUI; I'IPAMILY
Contract Limits
Project Type WATER & SEWER
Project Funding
Contract Information Summary
Original Contract Amount
Change Orders
Change Order Number AI
Change Order Number AI
Total Contract Price
DOE Number 389g
Estimate Number 1
Payment Number 1
For Period Ending 10/21/2024
$134,813.00
$39,470.00
$24,962.00
$199,245.00
Total Cost of Work Completed $199,245.00
Less % Retained $0.00
Net Earned $199,245.00
Earned This Period $199,245.00
Retainage This Period $0.00
Less Liquidated Damages
Days @ / Day
LessPavement De�ciency
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
$199,245.00
Thursday, January 23, 2025 Page 4 of 5
City Project Numbers 103898
Contract Name CLIFTON RNERSIDI�, MUI; I'IPAMILY
Contract Limits
Project Type WATER & SEWER
Project Funding
DOE Number 389g
Estimate Number 1
Payment Number 1
For Period Ending 10/21/2024
Project Manager NA City Secretary Contract Number
Inspectors D. WATSON / W. FAUVER Contract Date
Contractor DAGGER CONTRACING, INC. Contract Time 90 WD
P.O.BOX 1040 Days Charged to Date 124 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 $199,245.00
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
$199,245.00
$0.00
$199,245.00
$0.00
$0.00
$0.00
$0.00
$0.00
$199,245.00
Thursday, January 23, 2025 Page 5 of 5
REVI EWED
By Mosadage Mohammdeen at 3:10 pm, Jun 11, 2024
DEVELOPER-AWARDED-PROJECT CHANGE ORDER
PROJECT NAME: Clifton Riverside CHANGE
CONTRACT: W ater & Sewer ORDER No:
CFA # CFA22-0161 CITY PARTICIPATION: NO
CITY PROJECT # 103898
FID # 30114-0200431-103898-E07685 A1
WATER PROJECT # IPRC22-0011
SEWER PROJECT # IPRC22-0011
FILE # K-2892
INSPECTOR: Bill Fauver Phone No: (817)897-3698
PROJECT MANAGER: Mosadage Mohammdeen Phone No: (817)392-2443
CONTRACT UNIT
WATER SEWER PAVING DRAINAGE STREETLIGHTS CONTRACT
Developer Developer Developer Developer Developer DAYS
Cost Ci Cost Cost Ci Cost Cost Ci Cost Cost Cit Cost Cost Cit Cost
ORIGINAL CONTRACT E110,792.00 $0.00 $24,021.00
EXTRAS TO DATE
CREDITS TO DATE
CONTRACT TO DATE 5710,792.00 $0.00 $24,021.00 $0.00 $0.00 $0.00 50.00 50.00 $0.00 E0.00 60
AMOUNT OF PROP. CHANGE ORDER $39,470.00 25
REVISEDCONTRACTAMOUNT E750,262.00 $0.00 $24,021.00 $0.00 $0.00 $0.00 $0.00 E0.00 $0.00 E0.00 85
TOTAL REVISED CONTRACT AMOUNT
PER UNIT $750,262.00 $24,021.00 50.00 $0.00 $0.00
REVISED COST SHARE Dev. COSt: $174,283.00 City COSt: $0.00
TOTAL REVISED CONTRACT $174,283.00
Revised: 10-12-2011 Page 1
REVIEWED
By Mosadage Mohammdeen at 3:10 pm, Jun 11, 2024
Asterisk (*) Indicates New Pay Item
REASONS FOR CHANGE ORDER
Extension of the water line lowering under the sewer to include to be located under the gas line.
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.
m a, c. �� d OPG Clifton Ri e Partners, LP Dagger Contracting, LLC
By: By: li-�� By:
Name: Andrea Tavlor, PE Name: Matthew Gillam Name: Andrew Nord
Title: Principal Title: Manaaer Title:
Revised: 10-12-2011 Page 2
DEVELOPER-AWARDED-PROJECT CHANGE ORDER
PROJECT NAME: Cliftan Riverside CHANGE
CONTRACT: Water & Sewer ORDER No:
CFA # CFA22-0161 CITY PARTICIPATION: NO
CITY PROJECT # 103898
CITY SECRETARY CONTRACT # 58975 AZ
FID # 301140200431-10389&E07685
X # X-28111
FILE # K-2892
INSPECTOR: Bill Fauver Phone No: (817)897-3698
PROJECT MANAGER: MOSadage MOhalllllld2211 Phone No: (817)392-2443
CONTRACT UNIT
WATER SEWER DRAINAGE PAVING STREET LIGHTS CONTRACT
Developer Developer Developer Developer DAYS
Cost City Cost Developer Cost City Cost Cos[ City Cost Cost Ciry Cost Cos[ City Cost
ORIGINAL CONTRACT $110,792.00 $0.00 $24,021.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 60
EXTRAS TO DATE $39,470.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 25
CREDITS TO DATE $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00
CONTRACT TO DATE $150,262.00 $0.00 $24,021.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 85
AMOUNT OF PROP. CHANGE ORDER $24,962.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 18
REVISED CONTRACT AMOUNT $175,224.00 $0.00 $24,021.00 $o.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 103
TOTAL REVISED CONTRACT AMOUNT PER
UNIT $175,224.00 $24,021.00 $0.00 $0.00 $0.00
REVISED COST SHARE Dev. Cost: $199,245.00 City Cost: $0.00
TOTAL REVISED CONTRACT $199,245.00
Revised: 12-17-2018 Page 1
You are directed to make the following changes in the contract documents
CITY BID ITEM
Developer
� � � � � � � $0.00 � � $0.00 �
TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS 0.00 0 $0.00
Asterisk (') indicates New Pay Item
Revised: 12-17-2018 Page 2
TOTAL UNIT I: WATER IMPROVEMENTS 24 962.00 0.00 $24,962.00
REASONS FOR CHANGE ORDER Proposed waterline to be lowered under the existing sewerline.
NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100 % OF THE CHANGE ORDER COST AND NO
REIMBURSEMENT FROM THE CITY VNLL BE SOUGHT BY THE DEVELOPER.
RECC.1Pot�.�EC:
mma, �nc OPG Clifton Riv�side Partners, LP DaggerContracting, LLC
By: By: j�� By: "
Name: Andrea TaY1or, PE Name: Matthew Gillam Name: Andrew Nord
Title: Principal Title: Manaqer Title: Owner/GM
APPROVAL RECOMMENDED: APPROVED: APPROVED AS TO FORM AND LEGALITY:
CFW - Water Department CFW - Assistant Ciry Manager CFW - Assistant Ciry Attorney
By: By: By:
Name: Name: Name:
Title: Title: Title:
RECOMMENDED:
CFW -*Contract Compliance Manager ATTEST * Contract Compliance Manager (Project Manager):
By signing I acknowledge that I am the person responsible
BY REVI EWED for the monitoring and administration of this contract, indude
ensuring all pertormance and reporting requirements.
Name:
By Mosadage Mohammdeen at 10:29 am, Aug 01, 2024 OThere are NO City Funds associated with this Contract
Title
❑ There are City Funds associated with this Contract
M&C Number:
M&C Date Approved:
Revised: 12-17-2018 Page 3
FQRTW�RTH
TRANSPORTATION AND PUBLIC WORKS
PIPE REPORT FOR:
PROJECT NAME: Clifton Riverside
CITY PROJECT NUMBER: 103898
PIPE LAID
C900
C900
C900
FIRE HYDRANTS: N/A
PIPE ABANDONED
DENSITIES:
NEW SERVICES:
SIZE
g��
6"
4"
SIZE
1 EA 1.5" Dom
WATER
TYPE
C 900
C900
C900
PIPE
VALVES (16" OR LARGER)
TYPE OF PIPE
YES
LF
LF
53' LF
49' LF
55' LF
N/A
SEWER
PIPE LAID SIZE TYPE OF PIPE LF
SDR26 8" 21 LF
PIPE ABANDONED
N/A
DENSITIES:
NEW SERVICES:
SIZE TYPE OF PIPE
LF
TR�NSPORT:�TION 1�ND PUBLIC `��ORI�S
The City- of Fort ��'orth • 1000 Thxockmarton Stxeet • Fort ��'orth, T� 76012-6311
(817) 392 - 7941 • Fax: (817) 392 - 7845
���� ����r��a�
TRANSPORTATION AND PUBLIC WORKS
December 19, 2024
Dagger Contracting LLC
P.O Box 1040
Roanoke, TX 76262
RE: Acceptance Letter
Project Name: Clifton Riverside Multifamily
Project Type: Water and Sewer
City Project No.: 103898
To Whom It May Concern:
On December 20, 2024 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 December 20,
2024, 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 817-
392-2243.
Sincerely,
Motadage Mokarvrr�deeh, f�E.
Mosadage Mohammdeen, Project Manager
Cc: William Fauver, Inspector
Donald Watson, Inspection Supervisor
Aaron Ybarra, Senior Inspector
Andrew Goodman, Program Manager
M M A Civil Engineering, Consultant
Dagger Contracting, Contractor
Summit Land Development LLC, Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Rev. 08/20/19
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 Josh Hodsdon,
Owner / Operations Manager Of Dagger Contracting, LLC, 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 labor and/or 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;
Site Utilities & CFA Utilities
BY
Jos odsdon Owner / Operations Manager
Subscribed and sworn before me on this date 3rd of September, 2024.
Notary Pu
Tarrant, T
������ �, � �� � � � ►,,,,,,,.
,``�JO\P G. MIpO��� �,
�• ,••�Y��pU•, -.
.
r U ro P ���'t�y '
L .Z� �n.
, �
':, ., ��i oF'�`1� : ,�
z. • r3�i�24�,.,� {��o ,.
,���'�.,� 04�19fc'aa�o��
����NU� � � N��►�►�
CONSENT OF
SURETY COMPANY
TO FiNAL PAYMENT
Conforms with the American Institute of
Archkects, AIA DocumeM G707
OWNER ❑
ARCHITECT ❑
CONTRACTOR ❑
SURETY ❑
OTHER
Bond No 100137598
PROJECT:
(name, eddfeSS)Clifton Riverside Multifamily - Water & Sanitary
TO (Owner)
2406 East Belknap St.
�
CITY OF FORT WORTH
200 Texas Street
Fort Worth
Fort Worth
TX 76111
� ARCHITECT'S PROJECT NO:
CONTRACT FOR:
Clifton Riverside Multifamily - Public Water 8 Sanitary Sewer
City Project No. 103898
rx �s�o2 �f CONTRACT DATE: �2���202�
CONTRACTOR: DAGGER CONTRACTING, LLC
In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the
(here insert name end address of Suroty Companyl
MERCHANTS BONDING COMPANY (MUTUAL)
6700 Westown Parkway
west Des Moines IA 50266 , SURETY COMPANY
on bond of Ihero iroert neme and eddress oi C«nroctor)
DAGGER CONTRACTING, LLC
660 North Carroll Avenue, Suite 120
Southlake TX 76092
, CONTRACTOR,
hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve
the Surety Company of any of its obligations to lhere insert name and sddress ot ownerl
CITY OF FORT WORTH
200 Texas Street
Fort Worth TX 76102
as set forth in the said Surery Company's bond.
IN WITNESS, WI-�REOF,
the Surety Company has hereunto set its hand this
, OWNER,
24th day of January, 2025
MERCHANTS BONDING COMPANY (MUTUAL)
.��,�,/„ :: ,j��� Surety Company
�--����v��.L �,
Attest: Sophinie Hunter ��,��v`�'`-� ��
(Seal): Signature of Authorized Representative
Mikaela Peaaers Attorney-in-Fact
Title
NOTE: This form is to be used es a�ompenion document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS,
Current EdHon
ONE PAGE
'J; ,j� .
�
M E RC HANT`S��
BON DI NG COM['ANY�.
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 California only) (herein coliectively called the
"Companies") do hereby make, constitute and appoint, individually,
Don E Comell; Josh Saunders; Kelly A Westbrook: Mikaeia Peppers: Ricardo J Reyna; Robbi Morales; Sophinie Hunter; Tina McEwan; Tonie
Petranek
their true and lawfut 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 conVacts 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 following By-Laws adopted by the Board of
Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and April 27, 2024 and adopted by the Board of
Directors of Merchants National Bonding, Inc., on October 16, 2015 and amended on April 27, 2024.
"The President. Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and
authority to appoint Attomeys-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 elecVonic Vansmission to any Power of Attorney
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 connection with obligations in favor of the Florida Department of TransportaGon 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 Flonda Department of Transportation. It is fully understood that consenti ng 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 2gth day of ,1uly � 2024 �
••'�����"••. •""•• MERCHANTS BONDING COMPANY (MUTUAL)
'�� 10 Nq •e �� ��0��►G CQ�A �• MERCHANTS NATtONAL BONDING, INC.
.' P � . �
:�y.,4pni P�R,4�..OZ : ��00.�OF�P�9,��9Z�: d1Wa MERCHANTS NATIONAL INDEMNITY COMPANY
:Q:2 -� �:�: :~:r -o- o� ;
: v': 2003 :`�i; = y` 1933 � c: Br �
• 'ti. �
• d'••. . `� : • ��'• •'��.
' `� .• '� � •�6'`�' • . .... . • •\1�•� President
STATE OF IOWA '•,� .'•......•��'•• •' � " ••
COUNTY OF DALLAS ss. ••���"�"����'' • � � � � � � •
On this zgth day of July 2024 . 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) and MERCHANTS NATIONAL BONDING, INC.; and that the
seals affixed to the foregoing instrument are the Corporate Seats 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. __'-'��
,�PR'"� s� Penni Miller l � �� �
Z� � Commission Number 787952 -
• • My Commission Expires '',....`� J ��'� ;
��P January 20, 2027 �•�•�
Notary Public
(Expiration of notary's commission does not invalidate this instrument)
I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do
hereby certify that the above and foregoing is a true and corcect 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 24th day af January , 2025 .
��..�.....,. . •' " "• .
,��.�Pt\ONq�•e.� � �Q�N�.Cp,J�••�
c�y���`�POI�,q�;.0• � 00vOQlP09q�qy�.
:Z:Z4 -o- v'�� '�:_ -o- o: � ^�/:
' _ ' 2003 ���; � 6•� 1933 � c; Secretary � .
; � ��. : . y�•. � ,,.
.''a��v'' ''� �`,'` � •�Jb:'W � � �r;� � � ���'�� .
POA 0018 (6/24) •�'•••••�••••••' ' • • •• • • •
_ �'l�
___ =�v� ._ _
=V: • \� `,
:i:� - ---- ;.
�-,,.r� " _. .
.� ,.
MERCHANT�S��
f30NDlNG COMPANYw
MEKCHAN'I"S BONDING CUMPANY (MUTUALI I'.U. BOX 14498. DES MpINf.S. IOWA 50306-3498
I'HONE: 18(?0) 678-8171 FAX: (515) 243-38J4
IMPORTANT NOTICE
To obtain information or make a complaint:
You may contact 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 (2/15)