Loading...
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)