HomeMy WebLinkAbout061739-FP2 - Construction-Related - Contract - North Texas ContractingFORTWORTH�
-FP2
City Secretary 61739
Contract No.
Date Received 2�18/2026
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: Champions West
City Project No.: 105098
Improvement Type(s): Water ❑x Sewer ❑x
I Original Co ntract P rice: $449,414.00
Amount of Approved Change Order(s): $11,204.00
Revised Contract Amount:
Total Cost of Work Complete:
Mctu✓i�io Mon✓ecil
Naunno Monreal (Fnb 1�. �0161��06�.0� G51)
Contractor
Project Manager
$ 460,6'18.00
$ 460,6'18.00
02/17/2026
Date
Title
North Texas Contracting
Company Name
��.�.��
Project Inspector
Motadage Moha��rdeeh,��.
Project Manager
a�����
CFA Manager
�a,.�.«..�ti;.�„_
Lauren Prieur (Feb 1S, 2026 15:22:08 CST)
TPW Director
OFFIGIAL RECORD
CITY SECRETARY
FT. WORTH, TX
02/17/2026
Date
02/18/2026
Date
02/18/2026
Date
02/18/2026
Date
Page 1 of 2
Notice of Project Completion
Project Name: Champions West
City Project No.: 105098
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: 50 WD Days Charged: 269 WD
Work Start Date: 10/24/2024 Work Complete Date: 1/23/2026
Completed number of Soil Lab Test: 280
Completed number of Water Test: 12
Page 2 of 2
F���r ���Tx
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name CHAMPIONS WEST INFRASTRUCTURE
Contract Limits
Project Type WATER & SEWER
City Project Numbers 105098
DOE Number 5098
Estimate Number 1 Payment Number 1
City Secretary Contract Number
Contract Date
Project Manager NA
Contractor NORTH TEXAS CONTRACTING, INC.
P.O. BOX 468
Inspectors
KELLER� TX 76244
T. GARDNER / E. LOZA
For Period Ending 1/23/2026
WD
Contract Time SBJD
Days Charged to Date 269
Contract is 100.00 Complete
Monday, February 2, 2026 Page 1 of 5
City Project Numbers 105098
Contract Name CHAMPIONS WEST INFRASTRUCTURE
Contract Limits
Project Type WATER & SEWER
Project Funding
UNTI' I: WATER IMPROVEMENTS
DOE Number 5098
Estimate Number 1
Payment Number 1
For Period Ending 1/23/2026
Item Estimated Estimated Completed Completed
Description of Items Unit Unit Cost
No. Quanity Total Quanity Total
1 12' WATERPIPE 2598 LF $72.00 $187,056.00 2598 $187,056.00
2 12' WATER PIPE, CSS BACKFIL,L 20 LF $85.00 $1,700.00 20 $1,700.00
3 12' GATE VALVE 6 EA $3,500.00 $21,000.00 6 $21,000.00
6 6" GATE VALVE 1 EA $2,000.00 $2,000.00 1 $2,000.00
7 6" FIRE SERVICE 1 EA $2,500.00 $2,500.00 1 $2,500.00
8 FIRE HYDRANT 3 EA $5,500.00 $16,500.00 3 $16,500.00
9 DUCTILE IRON WATER FITTINGS W/ 3.2 TN $5,000.00 $16,000.00 3.2 $16,000.00
RESTRAINT
10 1 1/2" PRIVATE WATER SERVICE 1 EA $1,500.00 $1,500.00 1 $1,500.00
11 3/4" PRNATE WATER SERVICE (CO#1) 0 EA $1,250.00 $0.00 0 $0.00
12 2" PRIVATE WATER SERVICE 2 EA $2,000.00 $4,000.00 2 $4,000.00
13 TRENCH SAFETY 2618 LF $1.00 $2,618.00 2618 $2,618.00
14 CONNECTION TO EXISTING 12" WATER MAIN 4 EA $5,000.00 $20,000.00 4 $20,000.00
15 RECLAIM/INSTALL 2" AUTOMATIC FLUSHER 1 EA $4,634.00 $4,634.00 1 $4,634.00
16 1" PRIVATE WATER SERVICE (CO#1) 1 EA $2,951.00 $2,951.00 1 $2,951.00
Sub-Total of Previous Unit �2sz,459.00 �z8z,459.00
UNTI' II: SANTI'ARY SEWER IMPROVEMENTS
ltem Description of Items Estimated Unit
No. Quanity
1 8" SEWER PIPE 2436 LF
2 6" SEWER SERVICE 2 EA
3 4' MANHOLE 10 EA
4 TRENCH SAFETY 2536 LF
5 8" SEWER PiPE, CSS BACKFILL 60 LF
6 TRENCH WATER STOPS 8 EA
7 MANHOLE VACUUM TESTING 8 EA
8 POST - CCTV INSPECTION 2536 EA
9 18" DUCTILE IRON CASING 20 LF
10 WWMH 250 MILS EPDXY COATING (CO#1) 1 EA
11 EPDXY COATING (CO#2) 1 EA
Unit Cost Estimated Completed Completed
Total Quanity Total
$44.00 $107,184.00 2436 $107,184.00
$1,500.00 $3,000.00 2 $3,000.00
$4,500.00 $45,000.00 10 $45,000.00
$1.00 $2,536.00 2536 $2,536.00
$65.00 $3,900.00 60 $3,900.00
$250.00 $2,000.00 8 $2,000.00
$200.00 $1,600.00 8 $1,600.00
$1.00 $2,536.00 2536 $2,536.00
$45.00 $900.00 20 $900.00
$425.00 $425.00 1 $425.00
$9,078.00 $9,078.00 1 $9,078.00
Monday, February 2, 2026 Page 2 of 5
City Project Numbers 105098
Contract Name
Contract Limits
Project Type
Project Funding
CHAMPIONS WEST INFRASTRUCTURE
WATER & SEWER
DOE Number 5098
Estimate Number 1
Payment Number 1
For Period Ending 1/23/2026
Sub-Total of Previous Unit $178,159.00 $178,159.00
Monday, February 2, 2026 Page 3 of 5
City Project Numbers 105098
Contract Name CHAMPIONS WEST INFRASTRUCTURE
Contract Limits
Project Type WATER & SEWER
Project Funding
Contract Information Summary
Original Contract Amount
Change Orders
Change Order Number 1
Change Order Number 1
Change Order Number 2
Total Contract Price
DOE Number 5098
Estimate Number 1
Payment Number 1
For Period Ending 1/23/2026
$449,414.00
$i,�oi.00
$425.00
$9,078.00
$460,618.00
Total Cost of Work Completed $460,618.00
Less % Retained $0.00
Net Earned $460,618.00
Earned This Period $460,618.00
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
$460,618.00
Monday, February 2, 2026 Page 4 of 5
City Project Numbers 105098
Contract Name CHAMPIONS WEST INFRASTRUCTURE
Contract Limits
Project Type WATER & SEWER
Project Funding
DOE Number 5098
Estimate Number 1
Payment Number 1
For Period Ending 1/23/2026
Project Manager NA City Secretary Contract Number
Inspectars T. GARDNER / E. LOZA Contract Date
Contractor NORTH TEXAS CONTRACTING, INC. Contract Time 50 WD
P.O. BOX 468 Days Charged to Date 269 WD
KELLER � TX 76244 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 �460,618.00
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
$460,618.00
$0.00
$460,618.00
$0.00
$0.00
$0.00
$0.00
$0.00
$460,618.00
Monday, February 2, 2026 Page 5 of 5
REVIEWED
By Mosadage Mohammdeen at 11:25 am, Dec 20, 2024
DEVELOPER-AWARDED-PROJECT CHANGE ORDER
PROJECT NAME:
CONTRACT:
CFA #
CITY PROJECT #
CITY SECRETARY CONTRACT #
FID #
SEWER PROJECT #
FILE #
INSPECTOR:
PROJECT MANAGER:
ORIGINAL CONTRACT
EXTRAS TO DATE
CREDITS TO DATE
CONTRACT TO DATE
AMOUNT OF PROP. CHANGE ORDER
REVISED CONTRACT AMOUNT
TOTAL REVISED CONTRACT AMOUNT PER
UNIT
REVISED COST SHARE
TOTAL REVISED CONTRACT
CHAMPIONS WEST INFRASTRUCTURE
PUBLIC WATER, WASTEWATER, & DRAINAGE
24-0047 I CITY PARTICIPATION:I
105098
61739
30114-0200431-105098-E07685
N/A
W-3007
CHANGE
ORDER No:
NO
1
Hershel Stanley Sutterfield Phone No: (682) 215-8720
Mosadage Mohammdeem Phone No: (817) 392-2443
CONTRACT UNIT
WATER SEWER DRAINAGE PAVING STREET LIGHTS
Developer Developer Developer Developer Developer
Cost City Cost Cost City Cost Cost City Cost Cost City Cost Cost City Cost
$280,758.00 $0.00 $168,656.00 $0.00 $345,890.00 $0.00 $0.00 $0.00 $0.00 $0.00
$0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00
$0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00
$280,758.00 $0.00 $168,656.00 $0.00 $345,890.00 $0.00 $0.00 $0.00 $0.00 $0.00
$ 1,701.00 $0.00 $ 425.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00
$282,459.00 $0.00 $169,081.00 $0.00 $345,890.00 $0.00 $0.00 $0.00 $0.00 $0.00
$282,459.00 $169,081.00 $345,890.00 $0.00
Dev. Cost: $797,430.00 City Cost: $0.00
$797,430.00
UNIT I: WATER IMPROVEMENTS
You are directed to make the following changes in the contract documents:
CITY BID ITEM
PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION
11 9999.0002 -1 EA 3/4" PRIVATE WATER SERVICE
16* 3312.2001 1 EA 1" PRIVATE WATER SERVICE
SUBTOTAL UNIT I: WATER IMPROVEMENTS
$0.00
CONTRACT
DAYS
60
0
0
60
0
60
UNIT PRICE TOTAL
$ 1,250.00 $ (1,250.00)
$ 2,951.00 $ 2,951.00
$ 1,701.00
Revised: 12-17-2018 Page 1
UNIT II: SANITARY SEWER IMPROVEMENTS
You are directed to make the following chan es in the contract documents:
CITY BID ITEM
PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL
� 10* 3339.0001 1 EA WWMH 250 MILS EPDXY COATING $ 425.00 $ 425.00
� SUBTOTAL UNIT V: STREET LIGHTING IMPROVEMENTS $ 425.00
Asterisk (') indicates New Pay Item
REASONS FOR CHANGE ORDER City has confirmed that the minimum allowable private water service size is 1". Existing epoxy lined wastewater manhole will need to be re-lined after coring is
complete and the proposed connection is made.
RECOMMENDED:
KFM Engineering 8 Design
� � 1
�.
B , ;�; ,;��`:�--1-.€-.%ls-"
y� --
Name: Samuel Snvder
Title: ENGINEER-IN-TRAINING
APPROVAL RECOMMENDED
CFW Sponsoring Oepartment
By: N1A
Name:
Title:
APPROVED:
Ladera FW LP
By: �L�e;d�G�'L �/ E:G/ZiC'.e2���
Name: Austin Clinkscales
Title: Manager
APPROVED:
CFW - Assistant City Manager
By:
Name:
N/A
Title:
RECOMMENDED:
CFW `Contract Compliance Manager ATTEST
By REVIEWED
Name:
By Mosadage Mohammdeen at 11:25 am, Dec 20, 2024
Title � ,
M&C Number: NIA
M8C Date Approved: NIA
APPROVED:
North Texas Contracting �
By: �� � � ,
Name: ZaCh FUSlller
-r�,�e: Vice President
APPROVED AS TO FORM AND LEGALITY:
CF W- Assistant City Attomey
By: N/A
Name:
Title:
* Contract Compliance Manager (Project Manager):
By signing I acknowledge that I am the person responsible
for the monitoring and administration of this contract, include
ensuring all performance and reporting requirements.
0 There are NO City Funds associated with this Contract
❑ There are City Funds associated with Ihis Contracl
Revised: 12-17-2018 Page 2
DEVELOPER-AWARDED-PROJECT CHANGE ORDER
PROJECT NAME:
CONTRACT:
CFA #
CITY PROJECT #
CITY SECRETARY CONTRACT #
FID #
SEWER PROJECT #
FILE #
CHAMPIONS WESTINFRASTRUCTURE
PUBLIC WATER, WASTEWATER, & DRAINAGE
24-0047 I CITY PARTICIPATION
105098
61739
30114-0200431-105098-E07685
N/A
W-3007
�►C�7
REVIEWED
By Mosadage Mohammdeen at 8:25 am, Jan 23, 2026
CHANGE
ORDER No:
2
INSPECTOR: Eric Loza Phone No: (682) 201-6850
PROJECT MANAGER: Mosadage Mohammdeem Phone No: (817) 392-2443
CONTRACT UNIT
WATER SEWER DRAINAGE PAVING STREET LIGHTS
Developer Developer Developer Developer Developer
Cost City Cost Cost City Cost Cost City Cost Cost City Cost Cost City Cost
ORIGINAL CONTRACT $280,758.00 $0.00 $168,656.00 $0.00 I $345,890.00 $0.00 $0.00 I $0.00 $0.00 $0.00
EXTRAS TO DATE $1,701.00 $0.00 $425.00 $0.00 I $0.00 $0.00 $0.00 I $0.00 $0.00 $0.00
CREDITS TO DATE $0.00 $0.00 $0.00 $0.00 I $0.00 $0.00 $0.00 I $0.00 $0.00 $0.00
CONTRACT TO DATE $280,758.00 $0.00 $169,081.00 $0.00 I $345,890.00 $0.00 $0.00 I $0.00 $0.00 $0.00
AMOUNT OF PROP. CHANGE ORDER $0.00 $0.00 $ 9,078.00 $0.00 I $0.00 $0.00 $0.00 I $0.00 $0.00 $0.00
REVISEDCONTRACTAMOUNT $282,459.00 $0.00 $178,159.00 $0.00 I $345,890.00 $0.00 $0.00 I $0.00 $0.00 $0.00
TOTAL REVISED CONTRACT AMOUNT
PER UNIT $282,459.00 $178,159.00 $345,890.00 $0.00 $0.00
REVISED COST SHARE Dev. Cost: $806,508.00 City Cost: $0.00
TOTAL REVISED CONTRACT $806,508.00
CONTRACT
DAYS
60
0
0
60
0
60
Revised: 12-17-2018 Page 1
UNIT II: SANITARY SEWER IMPROVEMENTS
You are directed to make the following changes in the contract documents:
PAY ITEM # I CITY BI�D ITEM QUANTITY UNIT ITEM DESCRIPTION
11` 3339.0001 1 EA EPDXY COATWG
SUBTOTAL UNIT V: STREET LIGHTING IMPROVEMENTS
Asterisk (*) indicates New Pay Item
REASONS FOR CHANGE ORDER Proposed wastewater manhole will need to be expoxy coated.
RECOMMENDED:
KFM ngineer g & Design
By:
___/
Name: David Pitcher
Title: Vice President
APPROVALRECOMMENDED:
CFW - Sponsoring Department
By: N/A
Name:
Title:
RECOMMENDED:
CFW - 'Contract Compliance Manager ATTEST
By:
N/A
Name: �REVIEWED � Jannette S. Goodall
City Secretary
-�It�e: By Mosadage Mohammdeen af 8:25 am, Jan 23, 2026
M&C Number: N/A
M&C Date Approved: N/A
APPROVED:
Ladera FW LP
By: .�Y L�'�/./�Z �� ��;!{Z�E'.e2���C/X�.O�
Name: Austin Clinkscales
Title: Manager
APPROVED:
CFW - Assistant City Manager
By: N/A
Name:
Title:
UNIT PRICE TOTAL
$ 9,078.00 $ 9,078.00
$ 9,078.00
APPROVED:
North Texas Contracting
By: '/r�rt�r�r� , (C�>aze��t�
Name: Mauricio Monreal
Tit�e: Project Manager
APPROVED AS TO FORM AND LEGALITY:
CFW - Assistant City Attorney
By: N/A
Name:
Title:
` Contract Compliance Manager (Project Manager):
By signing I acknowledge that I am the person responsible
for the monitoring and administration of this contract, include
ensuring all performance and reporting requirements.
o There are NO City Funds associated with this Contract
❑ There are City Funds associated with this Contract
Revised: 12-17-2018 Page 2
FURTWORTH
TRANSPORTATION AND PUBLIC WORKS
PIPE REPORT FOR:
PROJECT NAME: Champions West
CITY PROJECT NUMBER: 105098
� WATER
PIPE LAID SIZE TYPE OF PIPE
Open Cut 12 PVC
FIRE HYDRANTS: 3
PIPE ABANDONED
N/A
SIZE
VALVES (16" OR LARGER)
TYPE OF PIPE
DENSITIES:
NEW SERVICES:
�
PIPE LAID
Open cut
Open cut
Open cut
PIPE ABANDONED
N/A
DENSITIES:
NEW SERVICES:
1 1/2"
3/4"
2��
6"
SIZE
8��
6"
18"
SIZE
6"
YES Uploaded to Accela
Water Service
Water Service
Water Service
Fire Service
SEWER
TYPE OF PIPE
PVC
PVC
Ductile Iron
TYPE OF PIPE
YES ALL PASS
Sewer Service
LF
LF
2598
1 EA
1 EA
1 EA
1 EA
LF
2436LF
2EA
20LF
LF
2EA
TRANSPORTATION AND PUBLIC WORKS
The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311
(817) 392 - 7941 • Fax: (817) 392 - 7845
F�RT�VORTH�
`--�
TRANSPORTATION AND PUBLIC WORKS
January 30, 2026
North Texas Contracting, Inc.
4999 Keller Haslet Road
Keller, TX 76244
RE: Acceptance Letter
Project Name: Champions West
Project Type: Water, Sewer
City Project No.: 105098
To Whom It May Concern:
On January 30, 2026 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 January 30, 2026,
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-
392-8424.
Sincerely,
Moradage MoG�awir�deen,�e.
Mosadage Mohammdeen, Project Manager
Cc: Erik Loza, Inspector
Troy Gardner, Inspection Supervisor
Charles Hayes, Senior Inspector
Andrew Goodman , Program Manager
KFM Engineering and Design, Consultant
North Texas Contracting Inc, Contractor
Ladera Properties, Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Rev. 08/20/19
[���� ��iL�ll
STATE OF Texas
COLTNTY OF Dentan
Before me, the undersigned authority, a notary public in the state
and county aforesaid, on this day personally appeared Mauricio Monreal,
Project Manager Of North Texas Contractin, Inc., known to me to be a
credible person, who being by me duly sworn, upon his aath 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 andlor
property damages;
On Contract described as;
Dainage, Water, and Sewer - Champions West (CPN 105098)
BY
a i: onreal, Project Manger
Subscribed and sworn before me on this date 17th of February, 2026.
�
Notary Public
Denton, Texas
`�������iii,��,�
`�1� Gp,�Lqy� �,��
`: ��Ci;�'� puBLi�•.,��/ 'I
=Q�o •� =
:z -
� � : � N: N �
.. . �¢��N�
�4 •. :
f * •�•'LSTAfE O �� � �
r F �1.;� +�
i?7` •�Tqq;�p�• p�o �•
,��`' ;oMM '; e Q ``�``,
CONSENT OF
SURETY COMPANY
TO FINAL PAYMENT
Conforms with the American Institute of
Architects, AIA Document G707
OWNER ❑
ARCHITECT ❑
CONTRACTOR ❑
SURETY ❑
OTHER
Bond No SU1201472
PROJECT:
Iname, address)Champions West Infrastructure
Fort Worth, TX
TO (Owner}
� � ARCHITECT'S PROJECT N0: 105098
CITY OF FORT WORTH AND LADERA PROPERTIES
8140 Walnut Hill Lane
Dallas
CONTRACT FOR:
Water, Sanitary Sewer, & Drainage for Champions West Infrastructure
TX 75231 � CONTRACT DATE: 6/14/2024
CONTRACTOR: NORTH TEXAS CONTRACTING. INC.
In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the
(here insert name and address of Surety Company)
ARCH INSURANCE COMPANY
Harborside 3, 210 Hudson Street, Suite 300
Jersey City NJ 07311-1107 , SURETY COMPANY
on bond of Ihere insert neme end address of Contractor)
NORTH TEXAS CONTRACTING, INC.
4999 Keller Haslet Rd.
Keller TX 76248
, 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 address of Owner)
CITY OF FORT WORTH AND LADERA PROPERTIES
8140 Walnut Hill Lane
Dallas TX 75231 , OWNER,
as set forth in Yhe said Surety Company's bond.
IN WITNESS, WHEREOF,
the Surety Company has hereunto set its hand this
Attest: ��� ���
{Sea!): �a�-
17th day of February, 2026
ARCHINSURANCECOMPANY
Surety Company
� " `7� ��Q�
Signature of Authorized Representative
Robbi Morales
Title
Attorney-in-Fact
NOTE: This form is to be used as a companion document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVIi OF PAYMENT OF DEBTS AND CIAIMS,
Current Editian
BNE PABE
00456
This Parver of Allorney linrit,c !he acls of'thnse nun�ed herein, and the�� ha i�e no authorin� to bind the Compan�� except in the mamrer and ro the exlenl herein sta(ed.
,'�`o/ vnlid f'or Nnte, Loun. Lelter n/ C�edil, Curreivcy Rate, /nteresl Rale or Residenlial 6'ahRe Guarantees.
POWER OF ATTORVEY
Knuw All Persons Bv "1'hese Presents:
l hat the Arch Insurance Company, a corporation organir.ed and existing under the laws of the State of Missouri, having its principal administrative otfice in .fersey City,
h�ew Jersey (hereinafter referred to as the °Company") does hereby appoint
Don E. Cornell, Joshua Saunders, Kelly A. 1�'estbrook, Mikaela Peppers, Kicardo J. Reyna, Robbi Morales, Sophinie Hunter, Tina McEwxn and 7 unie
Petranek of' Dallas. TX (EACH)
its u ue and lawYt�l Attorney(s)in-Fact, to make, exec�ire, s�l, and deliver from the date of issiiance of Ihis power for and on its bchalf as surety, and tis its xct �tnd deed:
Any and all bonds, undertakings, recognizances and other surety obligations, in the penal sum not exceedine One Hundred Fiftv Million Dollars ($150,Ob0,000.O0).
This authority does not permit the same obligation to be split into two or more bonds ]n order to bring each such bond ���ithin the dollar limit of authoriry as set forth
herein.
The execution of such bonds, undertakings, recognizances and other surety obligations in pursuance of these presents shall be as binding upon the said Company as
fiilly and amply ro all in[ents and purposes, �s if the same had been duly exee�rted and acknowledged by its regularly elected ofticers 1t its principal administrative
office in .Iersey City, New Jersey.
This Pow�er of Attori�ey is executed by authoriry of resolutions zidopt�d by unanimous consent of the Board of Directors of the Company on August 31, 2022, uuc and
accurate copies of which are hereinafler set forth and are hereby ceilit7ed to by the tmdersigned Secretary as being in full force and effect:
"VO'1'Ell, That the Chairman of Ihe [3oard, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Btisiness Division, rn� their
appointecs designated in w�'iting and tiled t��ith the Secretary, or the Secretary shall Itave the power and authority to appoint �gents and attorneys-in-fact, and to
authorize them subject to the limitations set forth in their respective powers of attorney. to execute on behalf of the Company, and attach the seal of the Company
diereto, bonds, undcnakings, reco��izances and other surety obligations obligatory in the n�ture thereof, and any such officers of the Company may appoint agents for
acceptance of process."
I his Power of Altorney is signed, scaled and certitied by facsimile under and by authority of the following resolution adop�ed by the unsnimous cunsent of the [3oard of
Directors of the Canpany on August 3 I, 2022:
VOTED, Tha� the signauire of the Chairman of die l3oard, the President, or the Executive Vice President, or sny Senior Vice President, of the Swety Business
Division, or �heir appointees designated in writing �nd filed with the Secretary, and the sig�mttu•e of the Secretary, the seal of the Company, and certifi�ations by the
Secrctary, mxy be affi�ed by Eicsimile on uny power ofattorney or bond executed pursuant ro the resolu(ion adopted by lhe Qoard ofDirectors on Aagust 31, 2022, and
sny suc�r power sv exearted, sealed zind certified wi�h respec( to arry bond ot tmdertaking to which il is attached, sl�all ron�inue to be vulid •and binding upon thr
Company. In 7'estimoo�� Whereof, the Cump�ny h�s caused this insuument to be signed and its corporate seal to be affixed by their authorized officers. this 21" day of'
Octuber, 2025. _,���
Attested and Certitied
f � � . �'�—
Kegan'I�. Shulman, Secretary
S7'A7 E OF PEtiVSY'LVAMA SS
COUti"iY OF NF{4l.ADEl.P1i1A SS
�g `O
WRrtrHTE
SFM
1971
\ rlsseu�f /
Arch Insw�ancc Compan�
Kf������
Stephen C. Ruschak, Executive Vice President
I, Michcle '1'ripodi, u Notary Public, do hereby certify thnt Keg.+n A. Shulman and Stephen C. Ruschak personally known �o me to be Nie same persons whosc names
are respectively as Secretary and Gxecutive Vice President' of the Arch Insurance Coinpany, a Corporation organized and exist�ing under ihc laws of lhe State of
Missouri, subscribed to thc foregoing instrument, appeared before mc this day in person and seve�ally acknowledgcd that they bcing thereun�o duly authorizcd signed,
scaled wiUi tl�e corporate seal and delivered the said insUu�r�ent as the fi�ee and voltint�ry act ofsaid coiporation and as their own fi�ee and volunta�y�cts for Uie uses and
pwposes �I�erein set forth.
CommonnnaRn ol P�rinaytv� - Not�ry S�at . ��
Mid�elo TrlpoGi, Nolary Pu01k ,r,� � .�(,�
PAfladotphla Counry
Myeommn�ionoxplroaJuy31.2029 Mich�le �podi,hbtar I�ublic
C'1R77}�1( n17O1�
COf►1tf1ii1bHflumD�l 116862Z My commission expires 07!31I2029
1, Regan A. Shulman, Secrctary of the Arch Inswance Company, do hereby certity ihat the auached Power ot' Attorney dated October 21. 2025 �,i� behalf of the
person(s) as listcd above is a true ancl correct copy and that �he same has been in ftill force and effect since the date thereof and is in fi�ll f'orce and effeci on the da�e of
this certific<ite; and I do further certify th�it the said Stephen C. Ruschak, who executed the Power of Attorney as Executive Vice President, was on the date of execution
of�the auached Power of Attorney the duly elected Executive Vice President of the Arch Insurince Company.
I\ '1'ES7'IMONY' WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of [he Arch Insurance Company on this ���h dey O( February ,
Zp zs
Yt . U��V "'
Rc��i .n. Shulman, SecretarY
]-his Po���er of Attorney limits the actti ofthose named therein to the bonds and tmdertakings specifically named thcrcin und ihey have no aathority to bind the Company
exccpt in the manner and to thc extent herein stated. �,���
PLEASE SEND ALL CLA[M ItiQU1R1ES RELATING'CO THIS BOND TO THE FOLLOW'ING ADDRESS: �°J� `O
Arch Insurance Compam C7aims Department �
Sw•et� Clxims WxR�cnTE
P.O. Box 542033 � sE'�=
Omaha,NEb81�4 � ��
suretvclaims(u archinsurance.cum
Mts�4Yr� �
To verifY the authenticity of this Power ofAttorney please contact Arch Insurance Company at SuretyAuthentic arC insurance.com
Please refer to the above named Attorney-in-Fact ond the details of the bond to which the power is attached.
AICPOA040120 Printed in U.S.A,