Loading...
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,