HomeMy WebLinkAboutContract 60958-FP1-FP1
City Secretary
Contract No. 60958------
FORT WORTH® Date Received 6/3/2025
�--...... _, 6/5/2025
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: Wellington Multifamily
City Project No.: 104924
Improvement Type(s): � Paving � Drainage � Street Lights □Traffic Signals
Original Contract Price: $6,094,182.32
Amount of Approved Change Order(s): $14,324.20
Revised Contract Amount:
Total Cost of Work Complete:
Contractor
Vice President
Title
GS Construction Great Plains, LLC
Company Name
Richa�:.:%0. 2025 11:26 COT)
Project Inspector
Kha'GZci {'!t/!!fl/:Slcbn
Project Manager
CFA Manager ;e.,....,?n.:..... Lauren Prieur {Jun 3, 2025 08:40 cop
TPW Director
�
Asst. City Manager
$6,108,506.52
$6,108,506.52
05/30/2025
Date
05/30/2025
Date
06/02/2025
Date
06/03/2025
Date
06/03/2025
Date
06/03/2025
Date
Page 1 of 2
Notice of Project Completion
Project Name: Wellington Multifamily
City Project No.: 104924
City's Attachments
Final Pay Estimate 0
Change Order(s): 0 Yes ❑ N/A
Contractor's Attachments
Affidavit of Bills Paid �
Consent of Surety �
Statement of Contract Time
Contract Time: 230 WD Days Charged: 253 WD
Work Start Date: 3/18/2024 Work Complete Date: 5/6/2025
Completed number of Soil Lab Test: 610
Completed number of Water Test: 7
Page 2 of 2
CITY OF FORT WORTH
Contract Name WELLINGTON MULTIFAMILY
Contract Limits
Project Type DRAINAGE
DOE Number 4924
Estimate Number 1 Payment Number 1 For Period Ending 5/6/2025
FINAL PAYMENT REQUEST
City Secretary Contract Number
253
WD
Contract Date
GS CONSTRUCTION GREAT PLAINS, LLC
NA
791 TOWN AND COUNTRY BLVD,STE 216
HOUSTON TX 77024
G.DEYON R.WALDEN
230WDContract Time
Days Charged to Date
CompleteContract is 100.00
Contractor
,
/Inspectors
Project Manager
City Project Numbers 104924
Wednesday, May 21, 2025 Page 1 of 6
Contract Name WELLINGTON MULTIFAMILY
Contract Limits
Project Type DRAINAGE
DOE Number 4924
Estimate Number 1
Payment Number 1
For Period Ending 5/6/2025
Project Funding
City Project Numbers 104924
UNIT III: DRAINAGE IMPROVEMENTS
Item
No.Description of Items Estimated
Quanity Unit Unit Cost Estimated
Total
Completed
Quanity
Completed
Total
1 REMOVE RIP RAP 12733 $1.90 $24,192.70 12733 $24,192.70
2 REMOVE MISC CONC STRUCTURE 1 $2,500.00 $2,500.00 1 $2,500.00
3 REMOVE 4' SEWER MANHOLE 1 $2,375.00 $2,375.00 1 $2,375.00
4 REMOVE 21" STORM LINE 55 $152.95 $8,412.25 55 $8,412.25
5 REMOVE 24" STORM LINE 35 $152.95 $5,353.25 35 $5,353.25
6 REMOVE 36" STORM LINE 130 $152.95 $19,883.50 130 $19,883.50
7 REMOVE 48" STORM LINE 68 $152.95 $10,400.60 68 $10,400.60
8 REMOVE 15' CURB INLET 1 $1,425.00 $1,425.00 1 $1,425.00
9 REMOVE HEADWALL/SET 5 $3,059.00 $15,295.00 5 $15,295.00
10 CONCRETE RIPRAP 234 $35.00 $8,190.00 234 $8,190.00
11 TRENCH SAFETY 6316 $0.95 $6,000.20 6316 $6,000.20
12 MISCELLANEOUS STRUCTURE ADJUSTMENT 1 $1,425.00 $1,425.00 1 $1,425.00
13 18" RCP, CLASS III 24 $85.50 $2,052.00 24 $2,052.00
14 21" RCP, CLASS III 167 $99.75 $16,658.25 167 $16,658.25
15 24" RCP, CLASS III 257 $118.75 $30,518.75 257 $30,518.75
16 36" RCP, CLASS III 26 $194.75 $5,063.50 26 $5,063.50
17 48" RCP, CLASS III 1092 $291.65 $318,481.80 1092 $318,481.80
18 48" RCP, CLASS IV 801 $460.75 $369,060.75 801 $369,060.75
19 54" RCP, CLASS III 619 $418.00 $258,742.00 619 $258,742.00
20 6X5 BOX CULVERT 547 $712.50 $389,737.50 547 $389,737.50
21 6X6 BOX CULVERT 285 $788.50 $224,722.50 285 $224,722.50
22 7X4 BOX CULVERT 136 $798.00 $108,528.00 136 $108,528.00
23 7X5 BOX CULVERT 1044 $855.00 $892,620.00 1044 $892,620.00
24 7X7 BOX CULVERT 358 $855.00 $306,090.00 358 $306,090.00
25 8X4 BOX CULVERT 696 $902.50 $628,140.00 696 $628,140.00
26 8X5 BOX CULVERT 37 $950.00 $35,150.00 37 $35,150.00
27 6' STORM JUNCTION BOX 5 $8,835.00 $44,175.00 5 $44,175.00
28 8' STORM JUNCTION BOX 1 $14,012.50 $14,012.50 1 $14,012.50
29 4' STACKED MANHOLE 13 $6,935.00 $90,155.00 13 $90,155.00
30 10' CURB INLET 6 $7,600.00 $45,600.00 6 $45,600.00
31 15' TYPE 2 INLET 1 $9,025.00 $9,025.00 1 $9,025.00
Wednesday, May 21, 2025 Page 2 of 6
Contract Name WELLINGTON MULTIFAMILY
Contract Limits
Project Type DRAINAGE
DOE Number 4924
Estimate Number 1
Payment Number 1
For Period Ending 5/6/2025
Project Funding
City Project Numbers 104924
32 HEADWALL, BOX CULVERT 60.8 $8,075.00 $490,960.00 60.8 $490,960.00
33 36" SET, 1 PIPE 1 $11,970.00 $11,970.00 1 $11,970.00
34 CONCRETE FLUME UNDER SIDEWALK 1 $2,500.00 $2,500.00 1 $2,500.00
35 ROUND MANHOLE ACCESS GRATE 7 $1,100.00 $7,700.00 7 $7,700.00
36 4" THICK CONCRETE FLUME 172 $265.00 $45,580.00 172 $45,580.00
$4,452,695.05 $4,452,695.05Sub-Total of Previous Unit
UNIT IV: PAVING IMPROVEMENTS
Item
No.Description of Items Estimated
Quanity Unit Unit Cost Estimated
Total
Completed
Quanity
Completed
Total
1 REMOVE SIDEWALK 1474 $0.72 $1,061.28 1474 $1,061.28
2 REMOVE FENCE 140 $2.00 $280.00 140 $280.00
3 REMOVE CONC PVMT 338 $0.75 $253.50 338 $253.50
4 REMOVE ASPHALT PVMT 2677 $0.75 $2,007.75 2677 $2,007.75
5 REMOVE CONC CURB & GUTTER(CO#1)182 $9.00 $1,638.00 182 $1,638.00
6 SITE CLEARING 1 $122,650.00 $122,650.00 1 $122,650.00
7 EMBANKMENT BY PLAN 150402 $2.90 $436,165.80 150402 $436,165.80
8 8" LIME TREATMENT 5546 $5.50 $30,503.00 5546 $30,503.00
9 2" ASPHALT PVMT TYPE D 267 $25.00 $6,675.00 267 $6,675.00
10 6" ASPHALT BASE TYPE B 267 $65.00 $17,355.00 267 $17,355.00
11 8" CONC PVMT 2800 $105.00 $294,000.00 2800 $294,000.00
12 10" CONC PVMT 2746 $114.00 $313,044.00 2746 $313,044.00
13 4" CONC SIDEWALK (CO#1)5252 $7.52 $39,495.04 5252 $39,495.04
14 BARRIER FREE RAMP, TYPE P-1 (CO#1)12 $2,574.00 $30,888.00 12 $30,888.00
15 6" SLD PVMT MARKING HAS (W)477 $4.00 $1,908.00 477 $1,908.00
16 6" SLD PVMT MARKING HAS (Y)906 $4.00 $3,624.00 906 $3,624.00
17 12" SLD PVMT MARKING HAE (W)99 $8.00 $792.00 99 $792.00
18 18" SLD PVMT MARKING HAE (W)431 $12.00 $5,172.00 431 $5,172.00
19 PREFORMED THERMOPLASTIC CONTRAST 18 $550.00 $9,900.00 18 $9,900.00
20 PREFORMED THERMOPLASTIC CONTRAST 1 $550.00 $550.00 1 $550.00
21 REFL RAISED MARKER TY II-A-A 17 $20.00 $340.00 17 $340.00
22 REFL RAISED MARKER TY II-C-R 4 $20.00 $80.00 4 $80.00
23 TOPSOIL 853 $35.00 $29,855.00 853 $29,855.00
Wednesday, May 21, 2025 Page 3 of 6
Contract Name WELLINGTON MULTIFAMILY
Contract Limits
Project Type PAVING
DOE Number 4924
Estimate Number 1
Payment Number 1
For Period Ending 5/6/2025
Project Funding
City Project Numbers 104924
24 BLOCK SOD PLACEMENT 5116 $5.00 $25,580.00 5116 $25,580.00
25 STAMPED AND COLORED RAISED SIDEWALK 2 $5,000.00 $10,000.00 2 $10,000.00
26 EMERGENCY USE ONLY SWING GATE WITH
KNOX BOX
2 $7,500.00 $15,000.00 2 $15,000.00
27 6" CONC PVMT (CO#1)75 $96.00 $7,200.00 75 $7,200.00
28 6" LIME TREATMENT (CO#1)75 $5.00 $375.00 75 $375.00
$1,406,392.37 $1,406,392.37Sub-Total of Previous Unit
UNIT V: STREETLIGHTS
Item
No.Description of Items Estimated
Quanity Unit Unit Cost Estimated
Total
Completed
Quanity
Completed
Total
1 FURNISH/INSTALL CONDUIT-SCHEDULE 80
PVC 2 INCH OPEN CUT
1147 $38.30 $43,930.10 1147 $43,930.10
2 FURNISH/INSTALL GROUND BOX TYPE B,
W/APRON
5 $1,087.00 $5,435.00 5 $5,435.00
3 FURNISH/INSTALL 120-240 VOLT SINGLE
PHASE METERED PEDESTAL
1 $7,810.00 $7,810.00 1 $7,810.00
4 FURNISH/INSTALL 10' - 14' WASHINGTON
STANDARD LIGHT POLE &
8 $6,160.00 $49,280.00 8 $49,280.00
5 RDWY ILLUM FOUNDATION TY 7 8 $3,229.00 $25,832.00 8 $25,832.00
6 FURNISH/INSTALL 8' WOOD LIGHT POLE ARM 12 $3,905.00 $46,860.00 12 $46,860.00
7 FURNISH/INSTALL ALUM SIGN GROUND
MOUNT TXDOT STD.
9 $750.00 $6,750.00 9 $6,750.00
8 REMOVE AND REINSTALL SIGN PANEL AND
POST
6 $500.00 $3,000.00 6 $3,000.00
9 TRAFFIC CONTROL 6 $2,300.00 $13,800.00 6 $13,800.00
10 PORTABLE MESSAGE SIGN 6 $1,650.00 $9,900.00 6 $9,900.00
11 TRAFFIC CONTROL DETAILS 1 $25,000.00 $25,000.00 1 $25,000.00
12 ARTERIAL WOOD POLE 1 $3,410.00 $3,410.00 1 $3,410.00
13 LUMINAIRE FOR ARTERIAL WOOD POLE ARM 12 $701.00 $8,412.00 12 $8,412.00
$249,419.10 $249,419.10Sub-Total of Previous Unit
Wednesday, May 21, 2025 Page 4 of 6
Contract Name WELLINGTON MULTIFAMILY
Contract Limits
Project Type STREETLIGHTS
DOE Number 4924
Estimate Number 1
Payment Number 1
For Period Ending 5/6/2025
Project Funding
City Project Numbers 104924
Contract Information Summary
Change Orders
$6,094,182.32Original Contract Amount
$6,108,506.52Total Contract Price
$6,108,506.52
Less
Total Cost of Work Completed
% Retained $0.00
Net Earned $6,108,506.52
Plus Material on Hand Less 15%$0.00
Balance Due This Payment $6,108,506.52
Less Liquidated Damages
Days @ / Day
$0.00
Less Penalty
LessPavement Deficiency $0.00
$0.00
$0.00Less Previous Payment
Earned This Period
Retainage This Period
$6,108,506.52
$0.00
1 $14,324.20Change Order Number
Wednesday, May 21, 2025 Page 5 of 6
Contract Name WELLINGTON MULTIFAMILY
Contract Limits
Project Type STREETLIGHTS
DOE Number 4924
Estimate Number 1
Payment Number 1
For Period Ending 5/6/2025
Project Funding
City Project Numbers 104924
Line Fund Account Center
Amount
Funded Gross Retainage Net
CITY OF FORT WORTH
SUMMARY OF CHARGES
$6,108,506.52
Less
Total Cost of Work Completed
% Retained $0.00
Net Earned $6,108,506.52
Plus Material on Hand Less 15%$0.00
Balance Due This Payment $6,108,506.52
Less Liquidated Damages
0 Days @ $0.00 / Day $0.00
Less Penalty
LessPavement Deficiency $0.00
$0.00
$0.00Less Previous Payment
Earned This Period
Retainage This Period
$6,108,506.52
$0.00
City Secretary Contract Number
253
WD
Contract Date
GS CONSTRUCTION GREAT PLAINS, LLC
NA
791 TOWN AND COUNTRY BLVD,STE 216
HOUSTON TX 77024
G.DEYON R.WALDEN
230
WD
Contract Time
Days Charged to Date
CompleteContract is 100.000000
Contractor
,
/Inspectors
Project Manager
Wednesday, May 21, 2025 Page 6 of 6
W Z
z � r
Ll.�
_� a
U p
O
Z
Z
Q
�
Q
a
U
� �
C �
C �
� }
� H
� U
� �
�
J �
r
� O
N w
�
(n N
� �
� O
(SS �
C M
� � O
� � N
� ` o
� � O �
� � �
� � Q � O Lf)
_ �
C � N � � �
. �
L¢L �
� � U � � z X
� �
iLl �* U U
� H W W
� �
Z �
� Q � d �
w � a � �
� H �k � W W> *k
� � Q > J
� �U U U � � (w �
�
�
W
W
�
�
N
O
N
O�
�
�
�
�
�
�
�
�
�
�1./
�
.�
�
�
�
-
�
Y
/��/�
W
CO N
O I�
ch a0
N N
� �
ch M
� �
� �
O O
Z Z
� �
C C
O O
� �
�a
C
N ._
� �
>f6 �
> f6
� �
(6 �
L
v Y
�
�
W
C�
Q
Z
� a
� �
� ~
U U
W w
� �
�O
Z �
a
�
U
y
F Q o 0 o v
Z O N N N
0
U
N
UO O O
O O O
~ T O O O
= a+ ER W W p
�J U
oi
J
~ �
W O O O �
w a
� y ai oi oi �
r
m o a e a
> N 7 a a
� U � � � �
O
O
N �
UO O O
O O O
r � � �
w V o
Q �
�
z �
N
� O O O O a
� U �(j N N �
N t�D t�o t�D �
�' N N N
� N � N
y a v v
>
� � � �
N y
F o 0 0 o y�
(� o 0 o p
� � � � � � V r
M T
F U' V N M
C) z M U o
Q j � �
� a � � � o
� `°' r
Z N
� a d O O ry M � fR
U � N N M f0
; y M M � V
m o � �.» �
� U f» en en
N
UO O O
O O O
�` r
� N �
� U �"�
w o 0
W � G0
m "�' n
y o 0 0 �
a, o 0 0 �
O O� O� O�
> N
� U
N
Uo 0 0
0 0 0
« � � �
� U sMo
W �
F M
Q �
� H M M �
f0 tD tD �
f0 f0 f0 UD �"�
N
O. �O �f1 N 0
o � � � U
� N � M tl�4 GI
O U G
F
� Z
W =
� � U
o � a � �
z �
z � a u=i O
a ��� � v
U W U� O� O W
Q W Q a Q U W U tq
p O �
z � Qp O a Z N a vWl K
O O� U �� W W Q
a � Q � o � � p
z� H� Z W J
� O F � � � F
� w z o > �
�
O W U �U Q � ~
a�
d
0
N
O
-c
N
m
.�
a�
�
�
N
O
N
�
0
�
�
�
�
Q
0
�
�
�
Q 'i
�
W �
> >
W
�
V Y
� m
c
a�
�
U
O
�
R
C
U
N
C
a�
t
a�
Y
m
�
0
�
N
N
�
�
m
�
0
r
� ,
Z
�
2 '
Q �' �
H .• N
fn ti O
� �.�
U ` o
� • • �
W
❑
�
O
w �
� u
z �
Q 0
= o
c> o
w a
2
�
LL
0
O
O �
� N
� O O
� � M
� W �
� J
O m
� � �
a oa
o a O
N J
� W W
� � W �
Q N � �
� W =
a �
� O �
-o � j m
o W = L
Q o � u
o ] `
C
n 0
� U y p
� � w o
� r m a
O Z J
.�' � � �
o N�
_
� � U �
3 � W c
�
� ❑ F c
w r
-a J p �
N
j O LL
U Z F
� Z �
N W
o Z W �
'6 LL fA 1!
� � 7 e
�, m �
m V � �
t O w u
U Z � Q
�
W
�
0.'
O
W
C7
Z
a
x
U
�
0
LL
N
2
O
a
W
�
U
J
J
R
N
(`��
c
0
U
i
N
0
U
�
C7
L
L I
0
U
�
_ �
o � �
U m Z H
U
J
J
C
�
i � N
� � a`
(n ~ U
C� � >
�
m
0
� �
� E ui
� m Z H
L
�
� N
G �
� m
W
�U
01 N
� a
� ,�
�
o �
U �
T
m
�� a`
ui �
� �
R
Z
N
N
�
�
�
0
N
O
'6
a�
.�
�
�
Rev. 8/20/19
TRANSPORTATION AND PUBLIC WORKS
May 16, 2025
GS Cosntruction.
791 Town and Countryu BLVD Suite 216
Houston, TX 77024
RE: Acceptance Letter
Project Name: Wellington Multifamily
Project Type: Water, Paving, Drainage & Lighting
City Project No.: 104924
To Whom It May Concern:
On May 7, 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 May 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 May 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
Khal Jaafari 817-392-7872.
Sincerely,
Khal Jaafari, Project Manager
Cc: Richard Walden, Inspector
Gary Deyon, Inspection Supervisor
Edward D’avila, Senior Inspector
Andrew Goodman, Program Manager
Wier & Associates, Inc., Consultant
Independent Utility Construction, Contractor
GS Construction Great Plains, LLC, Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
___________
CONSENT OF SURETY
TO FINAL PAYMENT
AIA Document G707
Bond No.
800170293
OWNER e
ARCHITECT
CONTRACTOR
SURETY ✓
OTHER ❑
TO OWNER: ARCHITECT'S PROJECT NO:
(Narne and address)
CITY OF FORT WORTH, TEXAS,
200 Texas Street
Fort Worth, Texas, 76102 CONTRACT FOR:
PROJECT: CONTRACT DATED:
(Name and address)
Marlowe WEllington Hybrid, Residential Buildings including 594 apartment units
1900 Blue Mound Road W., Fort Worth, TX 76052
In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the
(lnsert name and address of Surery)
Atlantic Specialty Insurance Company
605 Highway 169 North, Suite 800, Plymouth, MN 55441
on bond of
(Insert name and address of'Contractor)
GS PARKS WELLINGTON HYBRID OWNER, LLC
,SURETY,
600 E. Las Colinas Blvd. Suite 2100, Irving, TX 75039 , CONTRACTOR,
hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surery of
any of its obligations to
(lnsert name and address of OwnerJ
CITY OF FORT WORTH, TEXAS, 200 Texas Street, Fort Worth, Texas, 76102
OWNER,
as set forth in said Surery's bond.
IN WITNESS WHEREOF, the Surety has hereunto set its hand on this date:
(Insert in writing the m�nth f'ollowed by the numeric date and year.)
May 28, 2025
Atlantic Specialty Insurance Company
(Surery)
� r�„!/L0� � `�Z-t:��-or'r�l/'✓ll
(Signature of authorized representativeJ
AttestlWitness: � ��
(Seal): � �%l�� Laura E. Sudduth, Attorney-In-Fact
1
Mlsty Wlt (Printed name and title)
r AIA DOCUMENT G707 w CONSENT OF SURETY TO FINAL PAYMENT w 1994 EDITION w AIA
OO 1994 w THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE, NW, WASH-
INGTON, D.C. 20006-5292 w WARNING: Unlicensed photocopying violates U.S. copy-
right laws and will subject the violator to legal prosecution.
11 /21 /23
Fh''�.�� i���"�
?'_�r} ���a'��4s
:=:1; ��4,RaR.1Ep� �`i
- �EA� �'�
�, � 1�J8S o,�
����
jl�� Y4�k k .�
��_�.� �yJ•
G707-1994
inta.ct
INSURANCE
Power of Attorney
KNOW ALL MEN BY THESE PRESENTS, that ATLANTIC SPECIALTY INSURANCE COMPANY, a New York corporation with its principal office in Plymouth,
Minnesota, does hereby constitute and appoint: Amanda R. Turman-Avina, Barbara Norton, Cristina Nino, Jennie Goonie, Jessica Richmond, Katie Canales,
Laura E. Sudduth, Madison K Diaz, Mario Arzamendi, Mary Ann Garcia, Misty Witt, Stephanie Gross, Teuta Luri, each individually if there be more than one
named, its true and lawful Attorney-in-Fact, to make, execute, seal and deliver, for and on its behalf as surety, any and all bonds, recognizances, contracts of indemnity, and all
other writings obligatory in the nature thereof; provided that no bond or undertaking executed under this authority shall exceed in amount the sum of: unlimited and the
execution of such bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof in pursuance of these presents, shall be as binding upon
said Company as if they had been fully signed by an authorized officer of the Company and sealed with the Company seal. This Power of Attorney is made and executed by
authority of the following resolutions adopted by the Board of Directors of ATLANTIC SPECIALTY INSURANCE COMPANY on the twenty-fifth day of September, 2012:
Resolved: That the President, any Senior Vice President or Vice-President (each an"Authorized Officer") may execute for and in behalf of the Company any and
all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, and affix the seal of the Company thereto; and that the
Authorized Officer may appoint and authorize an Attorney-in-Fact to execute on behalf of the Company any and all such instruments and to affix the Company
seal thereto; and that the Authorized Officer may at any time remove any such Attorney-in-Fact and revoke all power and authority given to any such Attorney-in-
Fact.
Resolved: That the Attorney-in-Fact may be given full power and authority to execute for and in the name and on behalf of the Company any and all bonds,
recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, and any such instrument executed by any such Attorney-in-Fact shall
be as binding upon the Company as if signed and sealed by an Authorized Officer and, further, the Attorney-in-Fact is hereby authorized to verify any affidavit
required to be attached to bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof.
This power of attorney is signed and sealed by facsimile under the authority of the following Resolution adopted by the Board of Directors of ATLANTIC SPECIALTY
INSURANCE COMPANY on the twenty-fifth day of September, 2012:
Resolved: That the signature of an Authorized Officer, the signature of the Secretary or the Assistant Secretary, and the Company seal may be affixed by
facsimile to any power of attorney or to any certificate relating thereto appointing an Attorney-in-Fact for purposes only of executing and sealing any bond,
undertaking, recognizance or other written obligation in the nature thereof, and any such signature and seal where so used, being hereby adopted by the Company
as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same farce and effect as though
manually affixed.
IN WITNESS WHEREOF, ATLANTIC SPECIALTY INSURANCE COMPANY has caused these presents to be signed by an Authorized Officer and the seal of the Company
to be affixed this first day of January, 2023.
STATE OF MINNESOTA
HENNEPIN COUNTY
``G\P�� V � �i��,S�R9'..
=Q GpRQORATF r�:
=� SEAL m;
=,Y 1986 0:' BY
.26 yFW Y���l- . -b�:
.�� y � �,a�.
��Ll
Sarah A. Kolar, Vice President and General Counsel
On this first day of January, 2023, before me personally came Sarah A. Kolar, Vice President and General Counsel of ATLANTIC SPECIALTY INSURANCE COMPANY, to
me personally known to be the individual and officer described in and who executed the preceding instrument, and she acknowledged the execution of the same, and being by me
duly sworn, that she is the said officer of the Company aforesaid, and that the seal affixed to the preceding instrument is the seal of said Company and that the said seal and the
signature as such officer was duly affixed and subscribed to the said instrument by the authority and at the direction of the Company.
VFT"rsT ALISON D. NASH-TROUT A//� �
Q, . ...;........9�,
.T:'' r"'o .,..>�E:., O ,
�: + :� NOT,4RY PUBLIC - MINNESOT,4 %���1�� �
�a.. �z My Commission Expires
`'�ti., ; v��5� January 31, 2030 Notary Public
I, the undersigned, Secretary of ATLANTIC SPECIALTI' INSURANCE COMPANY, a New York Corporation, do hereby certify that the foregoing power of attorney is in full
force and has not been revoked, and the resolutions set forth above are now in force.
Signed and sealed. Dated day of MaY 2025.
This Power of Attorney expires
January 31, 2030
:'`P�q V I N g�9.,'',
:� cpPPORqT�,��:_
=� SEAL m=
=� 1986 0,=
-�r2 ro �- �,_
; 6 . Fw Y�R da,.
. �t y " � �,N ,,
Please direct bond verifications to surety�a intactinsurance.com
��_
Kara L.B. Barrow, Secretary
+ � ' � ��44P 61+.F*� ��� F
�� �EAL
=� �=
i� '�J88 a �
*��# �.� y ��t ��,�'
��¢' FVYlu