Loading...
HomeMy WebLinkAbout062102-FP4 - Construction-Related - Contract - Glenn Thurman, Inc.FORT WORTH�a� -FP4 City Secretary 62102 Contract No. Date Received 12/29/2025 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: Beltmill Phase 4 City Project No.: 105190 Improvement Type(s): � Paving ❑ Drainage ❑ Street Lights ❑ Traffic Signals Original Contract Price: Amount of Approved Change Order(s): Revised Contract Amount: Total Cost of Work Complete: Chqd Sqn Tucln «��5.,�� ����,;�e�,.�����s����5�; Contractor Vice President Title Glenn Thurman, Inc. Company Name �'� u��, Project Inspector �a�rTwa�r' Raiii Ti Wa'i I�ec�9, �JJ'� I� JI'-1J (.ST) Project Manager ���� CFA Manager �°�....7..:.�„_ Laufen PYieuY (Dec 29.2025 14:31:55 CST1 TPW Director 12/09/2025 Date 12/09/2025 Date 12/29/2025 Date 12/29/2025 Date 12/29/2025 Date $1,108,840.50 $57,442.50 $1,166, 283.00 $1,166, 283.00 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 1 of 2 Notice of Project Completion Project Name: Beltmill Phase 4 City Project No.: 105190 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: 135 Days Charged: 186 Work Start Date: 12/2/2024 Work Complete Date: 10/28/2025 Completed number of Soil Lab Test: 473 Completed number of Water Test: 13 Page 2 of 2 FORTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name BELTMILL PHASE 4 Contract Limits Project Type PAVING City Project Numbers 105190 DOE Number 5190 Estimate Number 1 Payment Number 1 City Secretary Contract Number Contract Date For Period Ending 10/28/2025 WD Project Manager NA Contractor GLEN THURMAN, INC 3212 PIONEER RD BALCH SPRINGS , TX 75180 Inspectors M.GLOVER / E.WALKER Contract Time 13�JD Days Charged to Date 186 Contract is 100.00 Complete Monday, November 10, 2025 Page 1 of 4 City Project Numbers 105190 Contract Name BELTMILL PHASE 4 Contract Limits Project Type PAVING Project Funding UNTI' IV: PAVING Il1IPROVE�IENTS Item No. 1 2 3 4 5 6 7 8 9 10 DOE Number 5190 Estimate Number 1 Payment Number 1 For Period Ending 10/28/2025 Description of Items Estimated LTnit LTnit Cost Estimated Completed Completed Quanity Total Quanity Total 6" CONC PVMT (CO#2) 18330 SY $49.95 �915,583.50 18330 $915,583.50 6" LIME TREATMENT 18365 SY $4.90 $89,988.50 18365 $89,988.50 LIME MATERIAL 258 TN $335.00 $86,430.00 258 $86,430.00 BARRRIER FREE RAMP 12 EA $3,000.00 $36,000.00 12 $36,000.00 4" CONC. SIDEWALK 627 SF $8.00 $5,016.00 627 $5,016.00 DEAD END BARRICADE 1 EA $1,600.00 $1,600.00 1 $1,600.00 CONNECT TO EXISTING CONCRETE 3 EA $600.00 $1,800.00 3 $1,800.00 PAVEMENT REMOVE AND DISPOSE OF STREET 3 EA $500.00 $1,500.00 3 $1,500.00 BARRICADE REMOVE AND DISPOSE OF CONC. PVMT 1661 SY $15.00 $24,915.00 1661 $24,915.00 INSTALL ALUM SIGN GROLTND MOLTNT 6 EA $575.00 $3,450.00 6 $3,450.00 Sub-Total of Previous Unit $1,166,2s3.00 $1,166,283.00 Monday, November 10, 2025 Page 2 of 4 City Project Numbers 105190 Contract Name BELTMILL PHASE 4 Contract Limits Project Type PAVING Project Funding DOE Number 5190 Estimate Number 1 Payment Number 1 For Period Ending 10/28/2025 Contract Information Summary Original Contract Amount $1,108,840.50 Change Orders Change Order Number 2 $57,442.50 Total Contract Price $1,166,283.00 Total Cost of Work Completed $1,166,283.00 Less % Retained $0.00 Net Earned $1,166,283.00 Earned This Period $1,166,283.00 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 $1,166,283.00 Monday, November 10, 2025 Page 3 of 4 City Project Numbers 105190 Contract Name BELTMILL PHASE 4 Contract Limits Project Type PAVING Project Funding Project Manager NA Inspectors M.GLOVER / E.WALKER Contractor GLEN THURMAN, INC 3212 PIONEER RD BALCH SPRINGS , TX 75180 DOE Number 5190 Estimate Number 1 Payment Number 1 For Period Ending 10/28/2025 City Secretary Contract Number Contract Date Contract Time 135 WD Days Charged to Date 186 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 $1,166,283.00 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 $1,166,283.00 $0.00 $1,166,283.00 $0.00 $0.00 $0.00 $0.00 $0.00 $1,166,283.00 Monday, November 10, 2025 Page 4 of 4 DEVELOPER-AWARDED-PROJECT CHANGE OROER PRnJECT NAME: Bel[mill Phase 4 CONTRACT: Water. Sewer. and Drainaye CFA # CFA24-0125 � CITY PROJECT # �05190 �)TY SECRETARY CONTRACT # 62�02 IFID # 301140200431-105190-E07685 X # X-27992 � FI�E # W-3013 INSPECTOR: Vctor Gutierrez PROJECT MANAGER: Ram Tiwari WATER Cast Cil ORIGINAL CONTRACT 5756,381.00 7 EXTRAS TO DATE 1 CREDITS TO DATE 7 CONTRACT TO DATE 5756.38L00 ; AMOUNT OF PROP. CHANGE ORDER S37 760.00 TOTAL f��VIS�ED �OW��CT AMOUNT PER s����41.00 UNR E794.�<1.00 REVISED COST SHARE Dev. Cost: TOTAL REVISED CONTRACT CHANGE OR�ER No: CITY PARTICIPATION:I NO 1 Phone No: Phone No: SEWER 3V@IOpB! COSt 5763,692.80 f0. 50. S0. 5763,692.80 S0. 510.290.00 f0. E773.982.80 S0. 5773.982.R0 53,243,055.40 (817)392-8306 (817)392-2237 CONTRACT UNIT � ORAINAGE I Developer Cost C Cost D f401.071.00 50.00 PAVING Et.t 08y840.50 E401.077.00 50.00 E7.108.840.50 50.00 50.00 50.00 5401,071.00 50.00 5'1.108,840.50 5407,071.00 51.10F City Cost: 53,243,055.40 STREET LIGH75 CONTRACT Developer DAYS t Cost C Cost 5165,02o.to S0.0o 135 f0.00 0 50.00 St65,020.70 50.00 135 50.00 50.00 0 51fi5,020.10 50.00 135 5165,020.10 i0.00 REVIEWED By TiwariR at 9:51 am, Jan 10, 2025 Revised: 12-�7-2018 Page � You are alreded to make lhe (ollowing changes in tbe contract documents WATERIMPROVEMENTS , CITY BIDITEM Devebper PAY14EM M I yg12 2003 I OUA6 ITY I EAT I RemovoTand� �eof ConC. Pvml. I CFW UM Pnce UNI SP� 52 529�48 pp Crty Cost �9 �� 16' 0241.1000. 1150 SY WATER IMPROVEMENTS 537.760.00 50.00 S3T,760.00 SEWERIMPROVEMENTS CITY BID ITEM I ��bar I I PAY ITEM 0 # I OUANTITY UNIT I ITE�OESC�tIPTION CFW Una Pnce I UNIT PRICE Cost Gry Cost I 70TAL � 6 I 3331.3701 7 � EA 4' ewer�ervice ! s1a7o.OD sto.290.00 � sto.z9o.00 � SEWER IMPROVEMENTS, 570.290.00 50.00 510,240.00 � pEVEiOVERCOST cmccsr -o*r� Astensk (') intlitates New Pay Item TOTAL �MPROVEMENTS w,xa.00 saoo s.a�ma.aa REASONS FOR CHANGE OROER Pavemmt removal 8 placement to accomadate addilional water and sewer services. RECOMMENOED: APPROVED: APPROVED: Westwood Prolessio I Serv�ces D.R. Hortnn • Te�s. LTD��— - Wright ConsUucdon � -; _ � By � � sy, Enc Day �-�-_�:` -• av �dcY r y Ne,,,e: Ben Raef "� �Sw�Y+1L- Name: EfIC De Narne. ,�6�/..i I / /J _ / �O . Title: VP ' Title: E�qlf12@f T�Ue: _ APPROVALRECOMMENDED: sy: Nem¢: WA Title: RECOMMENDED: By: Name', T�tle: MbC Number: WA M8C Date Approved: N/A Rev�sed: 12-17-2018 APPROVED: sY Name TiUe: WA APPROVED AS TO FORM AND LEGAIJTY: By: Name: TiUe: WA ATTEST ' Cont�act Compliance Manager (Project Managar): By sig�inq I acknowledpe Ihat I am the person respons�bk for Ihe monitonng and administration ot tbis contract. indude N/A ensunn9 all periormance arn1 reponing requirements. Jannette S. Goodal� City Secretary �] There a�e NO City Funds associated with ths ConVact �I There are City Funds assoneted with tttis ComraU i � REVIEWED By TiwariR at 9:51 am, Jan 10, 2025 ♦ i Page 2 DEVELOPER-AWARDED-PROJECT CHANGE ORDER PROJECT NAME: Beltmill Phase 4 CONTRACT: Pavinq CFA # CFA24-0125 I CITY PROJECT # 105t90 CITY SECRETARY CONTRACT # 62102 FID # 30�14-0200431-10519QE07685 x # x-z�ssz FIIE # W-30'13 iNSPECTOR: vctor GuGerrez PROJECT MANAGER: Ram Tiwari WATER Cost Cil ORIGINAL CONTRACT 5756,381.00 7 EXTRAS TO DATE 537,760.00 � CREDITS TO DATE : CONTRACT TO DATE 5794.141.00 : AMOUNT OF PROP. CHANGE ORnER 50.00 ' TO�A$�:f��� CONTRAC�AMOUNT PER S�g4,141.00 � UNIT E794.141.00 REVISED COST SHARE Dev. Cost: TOTAL REVISED CONTRACT 5763.692.80 510.290.00 CHANGE OROER No: CITY PARTICIPATION:I NO 2 Phone No: Phone No: SEWER ,t C' Co f0.00 so.00 so. 5773.982.80 S0. 5773,982.80 53,300,d97.90 (817)392-8306 (817)392-2237 corvr�,cT uN�T DRAINAGE PAVING Developer �9s[ Cost Developar Cost 5401,077.00 50.00 51,708,840.50 5401.071.00 50.00 so.00 so.00 5401,071.00 50.00 5401.071.00 City Cosl: 53,300,497.90 t�.108.840.50 ss�,u2.so 51,166,283.00 51,15E STREET IIGHTS CONTRACT Developer DAYS t Cost C' Cost 5765.020.10 50.00 135 50.00 0 50.00 I 5165,020.t0 50.00 135 so.oa so.00 0 _ 5165.020.10 SO.00 135 5165.020.10 f0.00 REVIEWED By TiwariR at 10:01 am, Jan )0, 2025 Revised: 12-�7-2018 Page 1 YOL are directed �o make Ihe folbwinq charpes in the mmrac� doca,meMc• PAVINC, IMPROVEMENTS I GTY 61D REM Devnloper PAY ITEM e I k QUANTRY I IAVIT I ITF,�Df,,,SCRtPT10N CFW Unl Pnce UHIT PRICE Cost CiN Cost TOTAL I 1 3213A101 1750 Sv $'�(.`onc P��x. I 549.95 ss�.aaz.so 55'442`A I PAVING IAAPROVEMENTS 537.442•50 50.00 557,44250 Asterisk (') mdiwtes New Pay Item REASONS FOR CHANGE ORDER Pavement removal8 placement to accomadale additlonal waler and sewer services. RECOMMENOED: APPROVED: Westwood Pr sion Services D.R. Horton-Texas. LTD. T� _ . _. . _ � BY � �'� �-_.,/ n�me: Ben Raef � Na��-,� �`u�`�� rue. Enqineer ntle: �_p� �.i�'.v0 . APPROVAL RECOMMENDED: By: Name: WA TiUe: RECOMMENOED: BY — — _. NamB. Title: MSC Number: N/A M8C Date Approved� N�A APPROVED: By: Name: Tille- NiA APPROVED: Glenn n � By: ; ,_ Name: l�l�i1/Qiv t/�/��e'� Tiqe: ��TRA(.'T MANAGEk APPROVED AS TO FORM AND LE6ALITY: � -- --- Name: WA _ Tdle ATTEST ' Controd Compliance Manager (Projact Mana9er): By s�gni�g I aclmaMeuge ihat I am the person responsible for t�e monitorirg anC administration ot thls contract, indude WA ensuring all pePortnance and repoRing requiremenls. Jannetle S. Cwodal� Ciiy S�etary J There are NO Ory Fwids assodaled wilh th'fs Conlrad CI 'inere are Gy Funds assoaaled wifb this ContraG r � REVI EWED By TiwariR at 10:01 am, Jan 10, 2025 , . Revisad: 12-17-2018 Page 2 DEVELOPER-AWARDED-PROJECT CHANGE ORDER PROJECT NAME: CONTRACT: CFA # CITY PROJECT # CITY SECRETARY CONTRACT # FID # X# FILE # INSPECTOR PROJECT MANAGER. Bettmill Phase 4 Water, Sewer, and Dreinaoe CFA240125 I 105190 62t02 301140200431-105190-E07685 X-27992 W-3013 CHANGE ORDER No: CITY PARTICIPATION:I NO Eddie Walker Phone No: Ram Tiwari Phone No: WATER I SEWER Cost : qt Cost DovaloperCost C Co ORIGINALCOVTRACT =7b6,981.00 SO.00 5�83,8f2.80 f0.00 EXTRASTOOWTE 597,780.00 50.00 510,290.00 50.00 CREDITS TO DATE 50.00 f0.00 CONTR4CT TO �ATE f794,141.00 50.00 � 577J,9E260 i0.00 .AMOUNT OF PROP. CHANGE ORDER 31,402.00 50.00 f0.00 f0.00 REV! �Q (�NTRAGT AMQ�NT �786,bt3.00 50.00 5773,9b2.80 f0.00 T�ST�L R�IS�A .. ��J ,. �� IOUNT PER UNIT f796,643.00 S77I.9a2.80 REYISED COST SMARE Dev. Cost: 3�,308,069.90 TOTAL REVISED CONTRACT $ (469) 658-5100 (817)392-2237 CONTRACT UNIT DRAINAGE 5401.071.00 S4ot,071.00 50.00 56,160.OD $0.00 5407,23t.00 _ fo.00 5407.2J1.00 City Cost: 53,30e,059.90 PAVING STREET LIGHTS Developar Develop�r Coat Cfty Cost Cost City Co 51,108,640.50 50.00 f165,0Y0.10 50.00 f57,012.50 50.00 � 50.00 SO.UO � 50.00 � _. .--- 51,186,283.00 50.00 5766,020.70 � f0.00 50.00 50.00 50.00 ' 50.00 51,166,2B3.00 _ 50.00 _ f165,020.10 1_ ..50.00 51,166,281.00 5765020.1� s0.00 CONTRACT DAYS 135 0 135 0 135 Rewsed:l2-'7-4018 Page 7 ocum�nts. e� �p the contt��� � ake [he tnllawin9 G��n9 CITY 8�D �TEM dUAN'��TY ,�Qu are directed lo cn # ^n _ �� psteris�ates N�'N PaY Ne�' REASONS f OR �NAN�E QRDER � ice. _�j ou1fa1110 p��� Addition�l Watet ini4at�on sery ock � Pf�p at siarm 5D APPRpVED: � p,ddltion oi R �'fD. --..,ct�•. D.R. Hottan - � exas, � BY — Nam� - S;de M�� N�m�er, �"- �.IIA M&� Dale APP��ved'. N!A �annelte 5. Goodall ���Y g�retarY W ��ght Gon5tYuct�on:.:'., r Ei�c DaY �=:�;:'.'.:�':^.:v=. �Y cr D�Y ana9e��: er IPtiOJ@ct M fesppnsinle , �antra�t �oMP�'Wled9e thatg 1 am the pars�n ��cl e �s cantract, u�rements. gY S�g�in0 � ack�o ��ministralion of m erformance and reP�rtln9 feq for ihe n`°n�torin9 and Gont�acl engu �11 p ds assoGiated W ith this nng NO G��y F�n �s Gonhact � There are ed.Nith H` �] Yhe�e are G�1Y Fur�ds ess°c�at p�ge 2 �evised' 12-17 ZD18 FORTWORTH� TRANSPORTATION AND PUBLIC WORKS October 28, 2025 Glenn Thurman,lnc. P.O. Box 850842 Mesquite,TX 75185-0842 RE: Acceptance Letter Project Name: Beltmill Phase 4 Project Type: Paving City Project No.: 105190 To Whom It May Concern: On October 22, 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 October 28, 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 October 28, 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- 392-2237. Sincerely, �Gil�l �G�/G�YI � Ram Tiwari (Dec 29, 202514:01:40 CST) Ram Tiwari, P.E. , Project Manager Cc: Eddie Walker, Inspector Mike Glover, Inspection Supervisor Daniel Roy, Senior Inspector Andrew Goodman, Program Manager Peloton Land Solutions, Consultant Glenn Thurman, Inc. , Contractor DR Horton - TX,LTD , Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev.B/20/19 _ 1 . GLENN THURMAN, INC. AFFIDAVIT STATE OF TEXAS COUNTY OF DALLAS Before me, the undersigned autharity, a notary public in the state and county aforesaid, on this day personally appeared Chad San Juan, Vice President Of Glenn Thurman, Inc., known to me to be a credible person, who being by me duly sworn, upon his oath deposed and said; That a11 persons, firms, associations, corporations, or other organizations furnishing labor andlor 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 fu11; That there are no claims pending for persanal injury and/or property damages; On Contract described as; Beltmill, Phase 4 � BY � .I,_ � � Subscribed and sworn before me on this date 9th of December, 2025. 1!'. i Dt. ��1 � l �J., . Notary Public Dallas, Texas Chad San Juan w•�.� : �ti•v • �o��p,rr�B�c ALICIA GFiIL�.> NOTARY PUBLIC STATE OF TEXAS `"",,x.o���P`' MY COMM. EXP. 02/16/28 NOTARY ID 134768367 P.O. BOX B50842 • MESQUITE, TEXAS 75165-0842 • 972/286-6333 • FAX 972/557-5096 CONSENT OF SURETY COMPANY TO FINAL PAYMENT Conforms with the American Institute of Architects, AIA Document G707 OWNER ❑ ARCHITECT ❑ CONTRACTOR ❑ SURETY ❑ OTHER Bond No 9439418 PROJECT: (name, addfesS)Beltmill Phase 4 Fort Worth. TX TO (Owner) ID.R. HORTON-DFW WEST DIVISION AND CITY OF FORT WORTH 6751 North Freeway Fort Worth CONTRACTOR: GLENN THURMAN, INC. TX 76131 City Project � ARCHITECT'S PROJECT N0: No. 105190 CONTRACT FOR: Paving Improvements for Beltmill Phase 4 .� CONTRACT DATE: In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (here insert name and eddress of Surety Company) COLONIAL AMERICAN CASUALTY AND SURETY COMPANY 1299 Zurich Way Schaumburg I� 60196 , SURETY COMPANY on bond of (hera insert name and address of Contractor) GLENN THURMAN, INC. P.O.Box 850842 Mesquite TX 75185-0842 , 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 (here insen name and address of Owner) D.R. HORTON-DFW WEST DIVISION AND CITY OF FORT WORTH 6751 North Freeway Fort Worth TX 76131 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS, WHEREOF, the Surety Company has hereunto set its hand this Attest: ��+�rn0�-�-`�---- (Seal): Robbi Morales Title Attornev-in-Fact NOTE: This form is to be used as a companion document to AIA DOCUMENT G706, CONTRACTOR'S AfFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition 9th day of December, 2025 COLONIAL AMERICAN CASUALTY AND SURETY COMPANY Surety Company -����� .i L `y�/tw-z.s.l ,� Signature of Authorized Representative ONE PAGE z��uic�i :�,���.kic:�h ��s��u,avcE co��P.�ni� COL0�1:1L AM1IF,RIC:1V C:�SI AL"1'1' :�ND Sl'RE'fl C011P:1N1 1� IDELI'Tl� :�'VD DENOSIT C0�1P,aNl' OF ;�1ARYI,.aND PO��'ER OF ATTOR�GI' KNOW AI.I. Mt{N I3Y "I�HESI: PRtSk�.NI�S: 'I�h�t the 7URICH AMERICAN INSURANCti COMPANY. a corporation o�f the State of New York the COLONIAL AMEItICAN CASUALTY AND SURETY COMPANY. a corporation ofthe State of Illinois. and the F1DEL1'i'Y AND DEPOSIT COMYANY OF MAI2YLAND a corporation of the State of Illinois (herein collectively callc�d the "Companies"). by Christopher Nolan. Vice President_ in pursuance of authorit}� eranted by° Article V, Section 8_ of the By-Laws of said Companies. �vhich are set forth on the reverse side hereot and are hereby certified to be in full tbrce and ePfect on the date hereoP. do hereb� nominate. coi�stitute. and appoint Ricardo J. I2EY'NA, TinN MCF.N'AS', Don E. CORnELL, Joshua S:�UNDERS, Robbi i�10RALES, Sophinie HUNTER, Kelly A. �VESTBROOK, Tonie PETRAVEK, llikxela PF;PVI:RS of Dall�s, Texas, its tnie and lawful avent and Attomev-in-�act. to make. execule, seal and deliver. fbr. and on its behalf as suret�, and as its act and deed: an� and all bonds and undertakinKs, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies. as fully and amply, to all intents and purposes. as if diey had been dul�- executed and acknowiedged by t�he re�ularly elected officers of the ZURICH AMGRfCAN INSURANCE COMPANY at its office in New� York. New York., the regularly elected officers of tl�e COLONIAI. AMERICAN CASUALTY AND SUR1� I�Y COMPANY at its ofCice in O��ings Mills. Mar}�land.. and the regularly elected otl�icers ofthe FIDCLITY AND DEPOSI'I' COMPANY OP MARYLAND at its otTice in Owings Mills, Maryland.. in their oti�i proper persons. The said Vice President does herebvi certity diat the extract set forth on Yhe reverse side hereof is a true copy of Article V_ Section S_ of the By-Laws of said Companies, and is now in force. IN WITNESS WHERGOF. the said Vice-President has hcreunto subscribed his/her names and affixed the Corporate Seals of thc said '!.l NICH AMF;RIC'AN INSI�RAVCF, ('OM19P:1nY, COLOVIs�L A11GRICAV C.4Sl ALTI' AVD SL;RETI' COMP.AN1", and PIDELITI' AND UENOSI'I' COMP:�IVY OF h1ARt'L;�VD, this 24th day ofJanuarv, A.D. 2025. � s;�� : ..f:,l,�� - , SLAL` t^ :: ;i ��SEAL �; �: � � � ' J' ' : '.....:.... . .,'�;'• ",....... � � . .. •.:.:. �. :, ,.,..;, .. . " ,�"I'"1'I?ST: 'LLiRIC}I AM11I?RICAN INSI"RA1�CE C0�1P.-�Vl' COLONI:IL .4MF.RIC:�1 C':�Sl':11.7'1' :1VU SURF.'1'l' CO!NP:�VI' FIUELITti' :1tiD DEPOSIT COMP:1Nl' OF \1:1R1 I.:�ND I�,� �',� � ���; � I3v: C'krisropher Nolan f'rce Presrdent �. � �1-�`iti�t��:t. �_ �,�-��t�fGr��_ _ 13v: Dutivry .F•,. Brorv�� � Secretart� State of �1arvland Countv of l3altimore On this 2�4th da}� of January�. n.D 202>, before the subscriber, a Notary Puhlic of the State ot Maprland. duly commissioned and qualified. Christopher Volan, �'ice President and Dawn E. Bro� n, Secretary of the Companies. to me personally known to be the indiciduals and officers described in and ��ho executed the preceding ins'trument, and ackno�t�led�ed the esecuCion of same, and being 6y me duly swom, deposeth and saith_ th�t he/she is the said ofticer of� the Compan�� atoresaid. and that the seals affixed to the preceding instrwnent are the Corporate Seals of said Coinpanies, ai�d that die said Corporate Seals and the signature� as such officer werc dul}� a1'Yixed and subscrihed to the said instrument by the authont}� and direction of the said Corporations. IN 'I��SIIMONY WHERF:OF. I have hereunto set my hand and affixed my Official Seal the day a��d year first above writtrn `�, . ' ( __ ' _�� °>w, � `.Sc � ,.i� � .�� � , ' ',�1,; .. � •'ri.f: Genevieve M. Maison Nolary Public My Commission Ezpire January 27, 2029 Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V. $ection S. Attornevs-in-Pact. �I�he Cl�iet' Gzecuti��e Ot�icer, the Preside�lt or an}� l�xccuti�e Vico President or Vic� Presidcnt may. by� ��ritten instrument w�der the attested corporate seal, ap�oint attorne��s-in-fact �� ith authorit�� to executc bonds. policies, recognizances, stipulations, undertakings. or other like insuuments on behalf of the Company�. and may authorize any ofticer or any such attorney-in-lact to affi� thc corporate seal thereto; and may with or without cause modiij� of revoke a�n� such appointment or auYhorin� aC any time." CERTIFICATE l, the ut�dersigned. Vice President of the '7.URICH AMGRICAN INSURANC� COMPANY. the COLONIAL AMER[CAN C:ASl1ALTY AND SURI:I'Y COMPANY, and the I 1DE;LITY AND DI�PUSI"C COMPnNY O� MARYLAND. do hereb� certif� that die fi>regoing Po���r oPAttornev is still in full force ai�d effect on the date of this certificate: and 1 do further certify that Article V. Section 8, of the C3y-Laws of the Companies is still in force. This Power of Ariorney and Certiticate may be signed b� facsimile under and by authority of the follo�eing resolutioi� of the I3oard of Directors of the ZURICII AMI:RICAN INSURANCE COMPANY �t a meeting duly called and held on the 15th da�� oi�December 1998. RF.SOLVED: '"That the signature of the Pr�sicient or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company inay be affitied by facsimile on any Power of Attorney...Any such Power or any� certiticate thereof bearing such facsimile signature and seal shall be valid and binding on the Comp�v�y." �his Power of Attorney and Certificate may be signeci by facsimile under and by authority of the ti�llowing resolution ot� the Board of Directors oCthe COC,ONIAL AMERICAN CASUALI�Y AND SURE"fY COMPANY at a meeti��g duh- called and held on the Sth day of May. 1994. and the following resolution of'the Board of Directors of the FIDELITY AND DEPOSIT COMI'ANY OF MARYLAND at a meeting dulv called and held on the I Oth da�� ol' May. 1990. RGSOI,VED: "'I�hat the facsimilc or mechanically reproduced seal of the company a�id facsimile or mechanically reproduced signaturc of any Vice-Presidcnt. Secretary. or Assistant Secr�tary of the Company. whether macle heretofore or hereafter. �vherever appearing �ipon a certified copy of �m� po�ver of attorney issued by the Company, shall be valid and bincling upon the Company with ihe same force and etfect as though man�ially aFtixed. IN TF?S�I'IMONY Vv'1 IF:RF.OF. 1 have hereLtnto subscribed my nanie and affixed the corporate seals of the said Compv�ics. this 9th dav oF December . 2025 . ��n��YC,'„r„ �.��i��i!��iYd.�". .."���"�ti;.I.Fq��!...,. . ?„�"., ;��0°/OPPOr��1a',=:� /�OPi�Oq9jlc,n.,= �pPOHNm''���s =�°E $EAI�s`__`a(U$EF1Lmin _`�6`i�SEAI )c='" : m� ; ; 1 �t�� � _ � �.=,; ..... _......s r �In� n�-l�.�c� Mary Jean Pethick Vice Presidei�t TO REPORT A CLAIM �i'ITH REGARD TO .4 SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOl!R CONTACT 1NFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 repurt5fclaims�'ti�zin•ichna.com 800-626-4577 Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790