HomeMy WebLinkAbout060627-A1FP2 - Construction-Related - Contract - Dagger Contracting, LLCFORTWORTHo
-FP2
City Secretary
Contract No. 60627-A1
Date Received 1/7/2026
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: QTS Fort Worth
City Project No.: 104062
Improvement Type(s): Water ❑x Sewer ❑x
Original Contract Price:
Amount of Approved Change Order(s)
Revised Contract Amount:
Total Cost of Work Complete:
Jos� �Jan 6..2026 13'S9 39 C51 �
Contractor
Owner / Operations Manager
Title
Dagger Contracting, LLC
Company Name
—
Ty, � ��w� ��a�, �, zoz� �4��0 �� �ST;
Project Inspector
`���
Project Manager
o���
CFA Manager
��.7,.:..,,.
Lauren PrieuriJan 8, 202609�.57�.4G CST)
TPW Director
Notice of Project Completion
$247,658.50
$348,053.000
$595,711.50
$595,711.50
O1/06/2026
Date
O1/06/2026
Date
O1/06/2026
Date
O1/07/2026
Date
O1/08/2026
Date
OFFIGIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Page 1 of 2
Project Name: QTS Fort Worth
City Project No.: 104062
City's Attachments
Final Pay Estimate ❑x
Change Order(s): 0 Yes ❑ N/A
Pipe Report: ❑x Yes ❑ N/A
Contractor's Attachments
Affidavit of Bills Paid �
Consent of Surety ��"
Statement of Contract Time
Contract Time: 97 WD Days Charged: 123 WD
Work Start Date: 5/19/2025 Work Complete Date: 12/1/2025
Completed number of Soil Lab Test: 119
Completed number of Water Test: 2
Page 2 of 2
F���r ���Tx
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name QTS FORT WORTH
Contract Limits
Project Type WATER & SEWER
City Project Numbers 104062
DOE Number 1062
Estimate Number 1 Payment Number 1 For Period Ending 12/1/2025
WD
City Secretary Contract Number
Contract Date
Project Manager NA
Contractor ADOLFSON & PETERSON INC.
1600 N COLLINS BLVD #2000
RICHARDSON, TX 75080
InspeCtors T. GARDNER / C. HORTON
Contract Time 9WD
Days Charged to Date 1�3
Contract is 100.00 Complete
Tuesday, January 6, 2026 Page 1 of 4
City Project Numbers 104062
Contract Name QTS FORT WORTH
Contract Limits
Project Type WATER & SEWER
Project Funding
UNTI' I: WATER IMPROVEMENTS
DOE Number 1062
Estimate Number 1
Payment Number 1
For Period Ending 12/1/2025
Item Estimated Estimated Completed Completed
Description of Items Unit Unit Cost
No. Quanity Total Quanity Total
1 DUCTILE IRON WATER FITTINGS W/ 1 TN $4,000.00 $4,000.00 1 $4,000.00
RESTRAINT
2 8" PVC WATER PII'E 14 LF $150.00 $2,100.00 14 $2,100.00
3 CONNECTION TO EXIST 4"-12" WATER MAIN 1 EA $2,000.00 $2,000.00 1 $2,000.00
(CO#1)
4 1" WATRE SERVICE 1 EA $3,500.00 $3,500.00 1 $3,500.00
5 2" WATRE SERVICE 1 EA $4,500.00 $4,500.00 1 $4,500.00
6 8" WATRE SERVICE 1 EA $3,250.00 $3,250.00 1 $3,250.00
7 INSTALL 12'X8' TAPPING ALEEVE 1 EA $3,321.00 $3,321.00 1 $3,321.00
Sub-Total of Previous Unit �22,671.00 �22,671.00
UNTI' II: SANTI'ARY SEWER IMPROVEMENTS
Item
No.
1
2
3
4
5
6
7
8
9
10
11
Description of Items
POST-CCTV INSPECTION
MANHOLE VACUUM TESTING
TRENCHSAFETY
TRENCH WATER STOPS
8" SEWER PIPE
8" SEWER PIPE, CSS BACKFILL
EPDXY MANHOLE LINER (CO#1)
8" MANHOLE (CO#1)
8" DROP MANHOLE (CO# 1)
4' EXTRA DEPTH MANHOLE (CO#1)
BYPASSPUMPiNG (CO#1)
Estimated Unit
Quanity
861 LF
11 EA
861 LF
3 EA
831 LF
30 LF
175 VF
11 EA
2 EA
81 VF
1 LS
Unit Cost Estimated
Total
$2.50 $2,152.50
$250.00 $2,750.00
$1.00 $861.00
$650.00 $1,950.00
$95.00 $78,945.00
$750.00 $22,500.00
$450.00 $78,750.00
$4,500.00 $49,500.00
$6,000.00 $12,000.00
$450.00 $36,450.00
$287,182.00 $287,182.00
Completed Campleted
Quanity Total
861 $2,152.50
11 $2,750.00
861 $861.00
3 $1,950.00
831 $78,945.00
30 $22,500.00
175 $78,750.00
11 $49,500.00
2 $12,000.00
81 $36,450.00
1 $287,182.00
Sub-Total of Previous Unit $573,040.50 $573,040.50
Tuesday, January 6, 2026 Page 2 of 4
City Project Numbers 104062
Contract Name QTS FORT WORTH
Contract Limits
Project Type WATER & SEWER
Project Funding
Contract Information Summary
Original Contract Amount
Chan�e Orders
Change Order Number 1
Change Order Number 1
Total Contract Price
DOE Number 1062
Estimate Number 1
Payment Number 1
For Period Ending 12/1/2025
$247,658.50
$346,732.00
$1,321.00
$595,7ll .50
Total Cost of Work Completed $595,711.50
Less % Retained $0.00
Net Earned $595,711.50
Earned This Period $595,711.50
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
$595,711.50
Tuesday, January 6, 2026 Page 3 of 4
City Project Numbers 104062
Contract Name QTS FORT WORTH
Contract Limits
Project Type WATER & SEWER
DOE Number 1062
Estimate Number 1
Payment Number 1
For Period Ending 12/1/2025
Project Funding
Project Manager NA
Inspectars T. GARDNER / C. HORTON
Contractor ADOLFSON & PETERSON INC.
1600 N COLLINS BLVD #2000
RICHARDSON � TX 75080
City Secretary Contract Number
Contract Date
Contract Time 97 WD
Days Charged to Date 123 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 �595,7ll.50
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
$595,711.50
$0.00
$595,711.50
$0.00
$0.00
$0.00
$0.00
$0.00
$595,711.50
Tuesday, January 6, 2026 Page 4 of 4
Docusign Envelope ID: 4F9A0201-4F3C-4A7A-8C81-A2000A46C059
DEVELOPER-AWARDED-PROJECT CHANGE ORDER
PROJECT NAME:
CONTRACT:
CFA �
CITY PROJECT#
CITY SECRETARY CONTRACT #
FID �
X#
FILE #
INSPECTOR:
PROJECT MANAGER
ORIGINAL COPITRACT
EXTRAS TO DATE
CREDITS TO DATE
CONTRACTTO DATE
AMOUNT OF PROP. CHANGE ORDER
REVISED CONTRACT AMOUNT
TOTAL REVISED CONTRACT AMOUNT PER
UNIT
REVISED COST SHARE
TOTAL REVISED CONTRACT
5820,969.50
1
PAVING STREET UGHTS WORKING
ieveloper Developer DAYS
'ost ��� Cost � �Q�
5225,258.00 50.00 50.00 50.00 0
50.00 50.00 50.00 $0.00
50.00 50.00 50.00 � 50.00
5225,258.00 �,� _ 50.00 �I 0
b0.00 50.00 _ SO.00 I 50_00 0
5225,258.00 50.00 50.00 � 50.00 � 0
5225,258.00 50.00
SD.00
f REVIEWED 1
l By Ahmed Musa at 10:11 am, Dec O5, 2025 J
Revised: '12-17-20'! 8
QTS Fort Worth
Water, Sewer, Paving
CFA22-0051 �
�04062
60627-A1
30'114-0200431104063-E07685
X-273'I S
K-2970
Tyrese Lewis
Ahmed Musa
CITY PARTICIPATION:I NO
Phone No: 214-433-4651
Phone No: 817-392-2084
CONTRACT UNIT
WATER SEWER I DRAlNAGE
Developer Developer
Cost C� O@ Developer Cost � O!� Cost �A4
52'1,350.00 50.00 5226,308.50 ;0.00 50.00_ 50.00
53,327.00 50.00 5346,732.00 50.00 50.00 50.00
52,000.00 SO.QQ 50.00 50.00 50.00 50.00
52Z,67'I.00 �� 5573,040.50 �� 50.00 �,M
51,321.00 50.00 5346,732.00 50.00 50.00 �QQ9
522,67'1.00 $f1.00 5573,040.50 50.00 50.00 50.00
522.671.00 5573,040.50 50.00
Dev. Cost: 5820,969.50 Gity Cosi:
CHANGE
ORDER No:
Page 1
Docusign Envelope ID: 4F9A0201-4F3C-4A7A-8C81-A2000A46C059
You are directed to make the following changes in the contrect documerrts:
CITY BID ITEM -
PAY ITEM : ,. QUANTITY
3 33'12.0117 (t.00)
7' 3312.4107 1.00
� � �
CITY BID ITEM
PAY ITEM # # QUANTITY
� 3339.0001 89
8 3339.100'1 1
9 3339.1002 1
'10 3339.1003 20
1'I' 3303.000'I 1
�
Asterisk (`) indicates New Pay Item
UNIT I: WATQ2IMPROVEMEM'S
CFW Unit Developer
UNIT �,ONNECTION �O�XISTI� 4"-12" WATER MA1 Price UNI ��00i0.00 (52 000.00) C$0 00�
EA INSTALL �2`XS" TAPPING SLEEVE 53321.00 $3,32'I.00 $0.00
50.00 50.00
50.00 $0.00
S0.00 $0.00
S0.00 50.00
so.00 so.00
so.00 so.00
so.00 so.00
so.oa so.00
so.00 $o.00
so.00 so.00
so.00 so.00
so.00 so.00
so.00 so.00
so.00 so.00
so.00 so.00
$0.00 50.00
$0.00 50.00
50.00 $0.00
$0.00 $0.00
TOTAL UNIT i: WATER IMPROVEMENTS 1 321_00 0.00
� � � � �
UNfT II: SANITARY SEWER IMPROVEMENTS
UNIT � EPO�M��10 E LINER
EA 4' MANHOLE
EA 4' DROP MANHOLE
VF 4' EXTRA DEPTH MANHOLE
LS BYPASS PUMPING
TOTAL UNIT 11: SANITARY SEWER IMPROVEMENTS
. �
REVI EWED
Revised: 12-17-2018
By Ahmed Musa at 10:12 am, Dec 05, 2025
TOTAL �
($2,000.00) �
53.32'I.00 I
$0.00
$0.00 �
50.00 �
50.00 �
$0.00 �
$o.00 �
so.00 I
so.00
so.00 I
so.00 I
50.0o I
so.00 I
$o.00 I
so.00 I
$o.00 I
so.00 �
$0.00 �
$0.00 �
$0.00 �
5'1,32'1.00
�
Developer
UNIT PRICE Cost City Cost TOTAL
5450.00 � 050.00 $0.00 $40,050.00
$4500.00 54.500.00 $0.00 $4,500.00
56000.00 56,000.00 $0.00 $6,000.00
Sa50.00 $9,000.00 $0.00 $9,000.00
$287,�82.00 5287,'182.00 50.00 $287.182.00
SO_00 $0.00 $0.00
50.00 $0.00 $0.00
so.00 so.00 ao.00
so.00 so.00 ao.00
so.00 so.00 so.00
so.00 so.00 so.00
so.00 so.00 so.00
so.00 so.00 $o.00
so.00 so.00 so.00
5346_732.00 SO_00 $346,732.00
� �
Page 2
Docusign Envelope ID: 4F9A0201-4F3C-4A7A-8C81-A2000A46C059
REASONS FOR CHANGE ORDER Change order required to reconcile contract with the as-built condi6ons.
RECOMMENDED:
(Consulfing Engineer)
gy Jake Torpey a, �._,_qW_.,�� `" Date• 12/5/2025
Name: Jake Torpey
T;Ue: Project Manager
APPROVAL RECOMMENDED:
CFW - Water Department
By. Not App(icable
Name: Not Appliqbie
TiUe: Not Applipble
RECOMMENDEQ:
CFW -'Contract Compliance Manager
B�, A.M
Name: Ahmed Musa
TiUe: Project Manager
M8C Number.
M&C Date Approved:
( REVIEWED l
l By Ahmed Musa at 10:13 am, Dec 05, 2025 J
Revised: 12-17-2018
APPROVED:
(Developer)
g�sq��e ey:
723Ct258377Wb�
Name: Gary Hi�ds
TiUE: �irector- Develooment
APPROVED:
CFW - Assistant City Manager
Date: Bv: Not Appiicabie
Name: Not Applicabie
TiUe: Not Applicable
APPROVED:
(Cont cta )
Date: � 2�5/2025 � 9:14 AM C�'Y ate: /Z�(i `f/ 2� �S
l ��,.� t
Name: ���iZ. �—�' `� `
TiUe: j� I � ���Sl � �-�i��+l
APPROVED AS TO FORM ANO LEGALITY:
CFW - Assistant City Attomey
Date: BY Not Applicable Date:
Name: Not Appiipble
Title: Not Appliqbie
ATTEST
Date:
By. Not Appiicable Oate:
Name: Jannette S. Goodali
TiUe: City Secretary
WA
N/A
• Contraet Compiiance Manager (Project ManagerJ:
By signing I acknowledge that I am the person responsible
for the monitoring and adminisUation of tliis contract,
and ensuring all performance and reporting requirements.
� There are NO City Funds associated with this Contract
� There are City Funds associated with this Contract
Page 3
_ __ _ _—._ � _ .___ ___ _ _ _..._. _ , . _ __.._ ____ __
FORTWORTH
TRANSPORTATION AND PUBLIC WORKS
PIPE REPORT FOR:
PROJECT NAME: QTS FORT WORTH
CITY PROJECT NUMBER: 104062
� WATER
PIPE LAID SIZE TYPE OF PIPE
8' PVC WATER 8' PVC
FIRE HYDRANTS:
PIPE ABANDONED
SIZE
VALVES (16" OR LARGER)
TYPE OF PIPE
DENSITIES:
NEW SERVICES:
1"
2��
g��
�
PIPE LAID SIZE
8" SEWER PIPE 8"
8" SEWER PIPE BCC BACKFILL 8"
PIPE ABANDONED
DENSITIES:
NEW SERVICES:
SIZE
WATER SERVICES
WATER SERVICES
WATER SERVICES
SEWER
TYPE OF PIPE
PVC
BCC BACKFILL
TYPE OF PIPE
TRANSPORTATION AND PUBLIC WORKS
The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311
(817) 392 - 7941 • Fax: (817) 392 - 7845
LF
LF
LF
LF
14
1
1
1
831
30
FoRT�Vo�THo
TRANSPORTATION AND PUBLIC WORKS
December 1, 2025
Dagger Contracting, LLC
PO Box 1040
Roanoke, TX 76262
RE: Acceptance Letter
Project Name: QTS Fort Worth
Project Type: Water, Sewer, and Paving Improvements
City Project No.: 104062
To Whom It May Concern:
On December 5, 2025 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 December 16, 2025. The final
inspection and the corrected punch list items indicate that the work meets the City of Fort Worth
specifications and is therefore accepted by the City. The warranty period will start on December 16,
2025, which is the date of the punch list completion 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-
392-2443.
Sincerely,
�
Ahmed Musa, Project Manager
Cc: Tyrece Lewis, Inspector
Troy Gardner, Inspection Supervisor
Charles Hayes , Senior Inspector
Andrew Goodman, Program Manager
Kimley-Horn , Consultant
Dagger Contracting,LLC, Contractor
QTS Data Centers, Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Rev. 8/20/19
AFFIDAVIT
STATE OF TEXAS
COUNTY OF TARRANT
Before tne, the undersi�ned authoricy, a noiary public in the state
at�d caunty aforesaid, on this day personally appeared Josh Hodsdon,
Ovrmer / Operations Manager Of Dagger Cantracting. I.LC, k�lawn to me
to be a credible person, who being by me duly sworn, upan his oath
depnsed and said;
That all persons, firms, associations, corporations, ar ather
organizations fumishing labor ar�d/or materials have been paid in full;
That the wagc scale established by the City Council in the City of'
Fort Worth has been paid in full;
That there are no ciaims pending far personal injur�� and/or
property damages;
On Cantract described as;
QTS Fart Worth - Express CFA - w �
BY ,� `l 1 ��
.1c�sh-f=Iadsdon �wner ! �eratio Manager
Subscribed and sworn before nie on thi�,date 22nd of December. 2425.
�
Notary ublic
Tarrant, Texas
� =�tk�YP�'6y acvoaEw No�o
9�MY COMMlSSIOPk cXPIRES
��, oa�a�r2�2s
1 '�oF��• t�IJTARY ID: f26470088 :'
� ,. ,� , � . . . f�'".t
CONSENT O�
SURETY COMPANY
TO �INAL PAYMENT
Conforma with the American Institute of
Architects, AIA Documant G707
PRo��cr:
(name, eddfBSS)QTS Fort Worth - Project N0. 104QS2
Public Utility Impro�ements for Water and Sewer
TO (Ownerl
QTS INVESTMlENT PROPERTI�S, INC. ANa CITY O� ARCHITECT'S PROJECT N0:
FORT WORT� CONTRACT FOR:
100 Ft. Worlh Traii Public Uiflity lmprovements for Water and Sewer
4TS Fort Worih - Project No. 104062
Fort wortn rx 7sioz J CONTRACT DATE:
CONTRACTOR: DAGGER CONTRACTING, LLC
Bond No 100418712
ln accordance with the pro�isions of the Contract betwaen t�e Owner and the Contractor as indicated above, the
Rhere insert name and address ot Surety Companyl
MERCHANTS BONDING COMPANY (MUTUAL)
6700 Westown Parkway
west Des Moines fA 50266 , SURETY COMPANY
on bond of Ihere insert name and address af Contractorl
DAGGER CONTRACTING, LLC
6B0 North Carroll Avenue
5outhlake TX 76fl92 , CONTRACTOR,
hereby approves of the final payment to the Contractor, and agrees that �ina� payment to the Contractor shall not relieve
the Surety Company af any of its obligations to ;here fnsert name and eddress of Owner�
QTS INVESTMENT PROPERTIES. INC. ANQ CITY OF FORT WORTH
100 Ft. Worth Traff
Fort Worth TX 76102
as set forth in the said Surety Company's bond.
IN WITNESS, WHEREOF,
the S�rety Company has hereunto set i#s hand this
�yv�—�"l��--
Attest:Tina McEwan
{SB81):
22nd day of December, 2025
MERCHANTS BONDiNG COMPA�[Y (MUTUAL)
S�zrety Company
� ���`` /
Signature of Authorized epresentative
Tonie Petranek
Titke
, owN�R,
Attorney-in-Fact
N0T8: This torm is to be used as e cvmpanian document to AIA DOGUMENT G706. CONTRAC70R'S AF�IDAVI7 OF PAYMENT 4F DEBTS AND CLAIMS.
Current Editipn
OWNER ❑
ARCHITEC7 ❑
CONTRACTOR ❑
SEJRETY ❑
OTHER
ONE PAGE
MERCHA[�TS
BONDING COMPANYT�
P4WER OF ATT�RNEY
Know All Persons By These Presents that MERCHANTS 80ND#NG COMPANY (MUTUAL) and MERCHANTS NA710NAL BOIdaING, INC.,
both being corporakions of the State of lowa, and MERCHANTS NATIONAt IN�EMNITY COMPANY , an assumed name af Merchants
Nasional Bo�ding, Irsc.. (herein coliectively called the "Companies") do hereby make, constitute anci appoint, individually,
Don E Cornell; Josh Saunders; Kelly A Westbrook, Mikaela Peppers; Ricardo J Reyna, Robbi Morales; 5ophinie Hunter, Tina McEwan; ionie
Petranek
their true and law6ul AStorney(s)-in-Fact, to s�ign its name as surety(ies) and to execute, seal and acknowledge any and all bands, undertakings,
coniracts and other written instrumenis fn the nature thereof, an behalf of the Companies in their business oi guaranteeing the fic€elity vf persons,
guaranteeing the performance of contracts and execu4ing or guaranteeing bonds and undertakings required or permitted in any actions or
proceedings allowed by law.
Thfs Power-of-Attomey is graMed and is signed and sealed by facsimile under and by auihority of ttie By-Laws adopt�d by the Board of Qirectors o#
the Companies.
"The President, Becretary, Treasurer, ar any Assistant Treasurer ar any Assistant 5ecretary or any Vice Psesident shali have power and authority
to appoint Attorneys-in-Fact, an� to authorize them to execute on behalf of the Company, and attach the seal af the Campany thereto. 6onds and
undertakings, recognizances, contracts of indemnity and other wriYings obiigatory in the naturethereof."
"The signature of any authorized Q�cer and khe seal of the Company may be affixed by facsimiie or electronic transmissior� to any Power of Attomey
or Certifscation thereof authorizing the execution and delivery of any band, undertaking, reeognizance, or other suretysh'ip o obligations of the Company,
and such signature and seal when so used shall have the same force and effiect as though manuaily fixed."'
In connection wich obligations in favor of the Florida Department of Transporiation only, 'st is agseed that the power and authority hereby given to ihe
Attorney-in-Fact incfudes any and all consents for the release of retained percentages andlorfinaf estimates on engineering and construction contracts
required by the State af Florida Departmenl af TranspoRation it is fully understood that consenting to the State of Florida flepartment ot
Transportation making payment of the fnal estimate ta the Contractor and/ar its assignee, shafl not relieve this surety company of any of its
ot�ligations under its bond.
In connection with obligatians in favar of the Kentucky Department of F{ighways only, it is agreed thai the power and authority hereby given
to the AtSorrtey-in-Fact cannot be modified or revaked unless prior written personal notice of such intent has been given to the Commissioner -
Department af Highways of the Commonwealth of Kentucky at least thirty (34) days prior to the modification or revocation.
in Witness Whereof, the Companies have �aused this instrument to be signed and seaied this 2nd day af June , 2025
,,....� ...�.... ....�
�TiG C • •`'���1�NA ��''• .•`* ALlIy �+ MERCHANiS HONDING COMPANY (MUTUAL}
' �d•"""• �M � ��•"""'• � � � � � MERCHANTS NATiONAL BONDING, INC.
� y �•�j�t�OR4� yy.� �'y�•�(�POR,4 •80b. � =�'��a4�FOR;��y�'. #AERC4iAN75 IVATIC1NAl {NDEMNITY C�MPANY
:Z'�'� �"�� `x:Z rt�.,�' '�y' �p 9 `'•t•
.Q7� �! �:�' :Q:� -O- O. i2': n� y�
:�`•. 1933 �'�: :o'., Z003 ���; ;iJ; '�'� �
;�v►� `,�a�• :;d�•. .•��,;' ;`¢�;,, ,�aD; gy � �
•.,a ''••�•• • .,h��"•�•'':�,.• . �r'---� -•'� .
.•
•���•� •����nua��a��� •�• .r�r��+ President
STATE OF IOWA
COUNTY OF pALLAS ss.
On th'ss 2nd day of J�ne 2025 , before me appeared Larry Taylor, to me personally knawn, who being by me duly swam
did say that he is President of MERCHANTS BdNDING COMPANY (MUTUAL), MERCHANTS NA�IQNAL BONbIi�G, IiVC., and MERCHANTS
NATIflNAL INdEMNITY CbMPANY and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that tf�e
said instrument was signed and sealed in behalf of the Companies by authonty of their respective ards of Directors.
,tP��A�S� Penni Miller ,
� � � Commission Num6er 7$795�
• • My Cammission Expires
�owa January 20, 2427
(Expiratfon af natery's commissEon Notary Public
does nvt invalidate this insirument)
i, Elisabeth Sandersfeld, Secretary of �vSERCHANTS BOlVDING COMPANY {MUTUAL), Iv1ERCHANTS NA710NAL BONDING, INC., and
MERCHANTS NATIONAL W�EMNfiY COMPANY do hereby certify that the ai�ove and foregoing is a true and correct copy of the POWER-OF-
ATTORN�Y executed by said Companies, which is still in full torce and effeck and has not b�en amended or revoked.
In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 22�� day of December , 2�25 ,
• • �•.nn�re • � � a
.��It�G CpM• �.••P� t0 �Yq �''•.,� .' � NAl llyp f.
• p ,o • , • �o, ,y.
PO �•''��PO�� e • '� a •
�Q� � �ll R 9 . : y . R R �'•� O �. . P,•' �fr R �y •
: �y r �,O �9�:• Z,� � : rt � V� '4�''�. S : ; 2: vP�" �'�.y'•,'.� ;
;z:r _o_ o: . �a:�} _o_ o':�? •�;' :<,
�ai :3• :a: ■z; �n�
�•� ' ��:■4, ;p■
• v � 1933 .� �; ���. 2QQ3 :;,�7;' ;S', :.�; Secretary
. • :
:�+��'' .'.��: ;'d•�j•, . • � : :`Jb'•. •�D:
.��''••.. . ' L , �;7!=�: �'��y-...� ..-'* .,
t} . , . • � .'••.� .. {� .. ,� . • .
'••....• ''••,�...�,.••` •..,.,••
POA 0018 (5125)