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