Loading...
HomeMy WebLinkAboutContract 51321-FP1 i City Secretary 51321 -FP1 Contract No. � FORT WORTH.) Apr 11 2019 APR 112019 Date Received p f1N OFSORTWORTK A1>5 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: Alliance Gateway North City Project No.: 101523 Improvement Type(s): Water ® Sewer Original Contract Price: $761,359.00 Amount of Approved Change Order(s): -$122,018.00 Revised Contract Amount: Total Cost of Work Complete: $639,281.00 % � 1,2019) Apr 1,2019 Contractor Date Project Management Title Conatser Construction TX,L.P. Company Name Eke ,-fed L&)a 1?4 S&&;` ek Hershel Stanley Suttefiield(Ap 1,2019) Apr 1,2019 Project Inspector Date aaronLong(.Apr9, 01 Apr 9,2019 Project Manager Date e Scarlett Morales(Api 10,2019) � Apr 10,2019 CFA Manager Date I,-,- Susan Alanis(Apr 10,2019) Apr 10,2019 Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT. WORTH,TX Notice of Project Completion Project Name:Alliance Gateway North City Project No.: 101523 City's Attachments Final Pay Estimate ❑x Change Order(s): x❑ Yes ❑ N/A Pipe Report: ❑x Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid I Consent of Surety Statement of Contract Time Contract Time: 90 CD Days Charged: 111 Work Start Date: 12/3/2018 Work Complete Date: 3/18/2019 Page 2 of 2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name ALLIANCE GATEWAY NORTH Contract Limits Project Type WATER IMPROVEMENTS City Project Numbers 101523 DOE Number 1523 Estimate Number I Payment Number I For Period Ending 3/15/2019 CD City Secretary Contract Number Contract Time 9ED Contract Date 9/3/2018 Days Charged to Date III Project Manager NA Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors MILLER,W / SUTTERFIELD Tuesday,March 26,2019 Page I of 4 L. �- City Project Numbers 101523 DOE Number 1523 Contract Name ALLIANCE GATEWAY NORTH Estimate Number I Contract Limits Payment Number I Project Type WATER IMPROVEMENTS For Period Ending 3/15/2019 Project Funding UNIT I:WATER IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ------------------------- I RELOCATE BARBEDWIRE FENCE 1509 LF $10.00 $15,090.00 1509 $15,090.00 2 SITE CLEARING 1 LS $5,000.00 $5,000.00 1 $5,000.00 3 SWPPP 1 ACRE 1 LS $4,500.00 $4,500.00 1 $4,500.00 4 SEEDING HYDROMULCH(CO#1) 5852 SY $2.00 $11,704.00 5852 $11,704.00 5 TRENCH SAFETY(CO#1) 3428 LF $4.00 $13,712.00 3428 $13,712.00 6 30"CASING BY OTHER THAN OPEN CUT(CO 100 LF $528.00 $52,800.00 100 $52,800.00 #1) 7 12"WATER PIPE 65 LF $70.00 $4,550.00 65 $4,550.00 8 16"WATER PIPE(CO#1) 2897 LF $90.00 $260,730.00 2897 $260,730.00 9 16"DIP WATER(CO#1) 466 LF $115.00 $53,590.00 466 $53,590.00 10 DUCTILE IRON WATER FITTINGS 5.83 TN $4,500.00 $26,235.00 5.83 $26,235.00 W/RESTRAINT 11 CONNECTION TO EXISTING 4"-12"WATER I EA $1,500.00 $1,500.00 1 $1,500.00 MAIN 12 CONNECTION TO EXISTING 16"WATER MAIN I EA $3,500.00 $3,500.00 1 $3,500.00 13 2"COMBINATION AIR VALVE ASSEMBLY 2 EA $5,500.00 $11,000.00 2 $11,000.00 14 12"GATE VALVE 3 EA $2,400.00 $7,200.00 3 $7,200.00 15 16"GATE VALVE W/VAULT(CO#1) 4 EA $14,500.00 $58,000.00 4 $58,000.00 16 6"BLOW OFF VALVE 2 EA $9,500.00 $19,000.00 2 $19,000.00 17 2"WATER SERVICE(CO#1)(CO#2) 1 EA $3,000.00 $3,000.00 1 $3,000.00 6A CASING BY OPEN CUT(CO#1) 366 LF $230.00 $84,180.00 366 $84,180.00 18 BARB WIRE FENCE(CO#1) 570 LF $7.00 $3,990.00 570 $3,990.00 Sub-Total of Previous Unit $639,281.00 $639,281.00 -------------------------------------- Tuesday,March 26,2019 Page 2 of 4 City Project Numbers 101523 DOE Number 1523 Contract Name ALLIANCE GATEWAY NORTH Estimate Number I Contract Limits Payment Number I Project Type WATER IMPROVEMENTS For Period Ending 3/15/2019 Project Funding Contract Information Summary i Original Contract Amount $761,359.00 I Chance Orders Change Order Number 1 ($125,078.00) Change Order Number 2 $3,000.00 Total Contract Price $639,281.00 Total Cost of Work Completed $639,281.00 Less %Retained $0.00 Net Earned $639,281.00 Earned This Period $639,281.00 Retainage This Period $0.00 Less Liquidated Damages Days @ /Day $0.00 LessPavement Deficiency $0.00 Less Penalty $0.00 Less Previous Payment $0.00 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $639,281.00 I Tuesday,March 26,2019 Page 3 of 4 City Project Numbers 101523 DOE Number 1523 Contract Name ALLIANCE GATEWAY NORTH Estimate Number I Contract Limits Payment Number I Project Type WATER IMPROVEMENTS For Period Ending 3/15/2019 Project Funding Project Manager NA City Secretary Contract Number Inspectors MILLER,W / SUTTERFIELD Contract Date 9/3/2018 Contractor CONATSER CONSTRUCTION TxLP Contract Time 90 CD 5327 WICHITA ST Days Charged to Date III CD FORT WORTH, TX 76119 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 $639,281.00 Less %Retained $0.00 Net Earned $639,281.00 Earned This Period $639,281.00 Retainage This Period $0.00 Less Liquidated Damages 0 Days @ $0.00 /Day $0.00 LessPavement Deficiency $0.00 Less Penalty $0.00 Less Previous Payment $0.00 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $639,281.00 Tuesday,March 26,2019 Page 4 of 4 DEVELOPER-AWARDED-P@OJEGTT oHANGE ORDER PROJECT NAME: Alliance Getewej North - -- - - -- CHANGE CONTRACT: _.. Pu6Gc Walar ovemeMa - �--- ORDER No: CFA#_- 201E-07b __.._ _ _ _CITYPARTICIPATION:,_ - NO CITY PROJECT 101623 _ WATER PROJECT# 550 8-060oaa0.101523.001480 -- ,-- -- '-V--�-� 2 SEWER PROJECT# FILE# X-25292 INSPECTOR: Stanley Sutlerfield Phone No: 617-2404037 PROJECT MANAGER: Aaron Lang Phone No: 817-382-8424 CONTRACTUNR - - _.- --- - - --r - WATER— SEWER PAMq 1 DRMNA6E STREET LIORfa CONTRACT [hwbper - Iq`T wkp� �om�epa DAYS D�wlepar C.s1 c=.car_ 1Cw Mb.wfopffcqsl _` .. Cost ONALCONTRACT �Te1.>!l9A0 0.00 _ `_ i- DD _ 150 R101 EXTRAS TO DATE _ _i - Y - CREOTTS70PATE CONIAACTTODATE.. --_ __ E{i8.9e1._00 Ai_' 10.00 - � 30.e0 _ $am Sono _— *Q.ou Per ISO NT ANOUOP PROP.CNANOE - "�li{ ORDER I -- . --- ! _ [ACONTRACTAMDUNT 5631..61.00 �. _91p $0.00 _ iOAo f fit! 50.00 vxr 150 TOTAL REMEO CONTRACT . ANOUNTPERURR REIASEDCODTSNARP- D"Cash 5899,281.00 ,U-j l-.�.a TOTAL REWS®CONTRAOT >)AaiY.261.00 I You are 6recW to make the N1%*Q dMVSB In the Wntraotdoaumerde: _PAY ITW6_ _• 801TEMa _ 011ANIRY UNR _ ITFid DESC.RWTION ._._-_—JJII UWPRICE TOTAL �� ss�z.xzosz•wemrearw�a ss0000D sa00000 _- T'DTALWATiTI =s.Do0.0D REASONS FOR CHANGE ORDER: Added 1,2'Wafer Semite ,...`." .. .:.,';�'�[}a`1'7�,-CT:Er�-Yd.TCrA�R� fi�CHi 1001G GFTi�G}4ANCy)xflF2itd5l2CcO5TAA13 AA9 Y b'Ya.L D£m*w 13Y 1w-WA!LOPER. RECOMM - APPRO _ - APPROVED: 'utsar:1nC npq, Xv Cgptsdo.wort., '„n i a:.:4P Name: Pe�risA T o,.FrgjW Erdrwer Title: Tpb: A ReNsed:10-12-2011 Paw 1 �q �' yZna �mmr�r � �z1O Q O < A b a O 'n p n n 2 ZI 7I n M CDu1 0 0 0 0 -gyp 'aap DDD -I o 0 o mo�° a n g p m o A0� rt� n Z m > z ' m 1 m i zm a m P1�I to fD Go D m4�A� n 0 O N O CT g ? lb di a u � � �� CD 27 m -nr'�a�.<z D 0 1 A 0 � o v i $ S A 00 c O O a C m m e 7 A w oo w o p O D ® W coZ z g fa' ng c� o o . n m Nag m m oo n ' z J ��� Cam. o q f1 N�I Z1 a 3'm°�oS�ppa Av .X S O c 00 $ off $ �m i3 tN C a C Z n � O fn�fANN fi100�m W(,J Nfn(A 71 G O A N 1 b O Q t O p O W A A p N 0 00 c4i6po op m u 0 fNn w N R N W A�o'q� poabp000 O O O@ 9 O C 6 O O f N m O A II rn m co water $0.00 1509 $10.00 $15,090.00 $0.00 1 $5,000.00 $5,000.00 $0.00 1 $4,500.00 $4,500.00 $0.00 5852 $2.00 $11,704.00 $0.00 3428 $4.00 $13,712.00 $0.00 100 $528.00 $52,800.00 $0.00 65 $70.00 $4,550.00 $0.00 2897 $90.00 $260,730.00 $0.00 466 $115.00 $53,590.00 $0.00 5.83 $4,500.00 $26,235.00 $0.00 1 $1,500.00 $1,500.00 $0.00 1 $3,500.00 $3,500.00 $0.00 2 $5,500.00 $11,000.00 $0.00 3 $2,400.00 $7,200.00 $0.00 4 $14,500.00 $58,000.00 $0.00 2 $9,500.00 $19,000.00 $0.00 1 $3,000.00 $3,000.00 $0.00 366 $230.00 $84,180.00 $0.00 570 $7.00 $3,990.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Total $0.00 Total $639,281.00 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Alliance Gateway North PROJECT NUMBER: 101523 DOE NUMBER: N/A WATER PIPE LAID SIZE TYPE OF PIPE LF Jim Eagle C900 12" PCV Slip Joint 65 Jim Eagle C900 16" PVC Slip Joint 2897 Tyton Ductile 16" Ductile Iron Slip Joint 466 FIRE HYDRANTS: N/A VALVES(16"OR LARGER) 4 ea. PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: yes NEW SERVICES: 2"Service Copper 1 ea. SEWER PIPE LAID SIZE TYPE OF PIPE LF PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: TRANSPORTATION AND PUBLIC WORI{S The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941•Fax: (817)392-7845 AFFIDAVIT STATE OF TEXAS COUNTY OF TARR.ANT Before me, the undersigned authority, a Notary Public in the state and county aforesaid, on this day personally appeared Brock Huggins, President of Conatser Management Group, Inc., general partner of Conatser Construction TX, LP, known to me to be a credible person, who being by me duly sworn, upon his oath 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; and That there are no claims pending for personal injury and/or property damages; On Contract described as: ALLIANCE GATEWAY NORTH PAVING,DRAINAGE AND STREET LIGHT IMPROVEMENTS DOE#: N/A CFA PRJ #: 2018-075 CITY PROJCT #:N/A CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP c Brock Huggins Subscribed and sworn to before me this 19'h day of Marc 7 BERTHA GIANULIS Nui,:rry ftbHo,State of Texas 4 .°r•:;:r MY Coalmission Expires Notary Public in Tarrant County Texas Septerrber 18, 2019 ' CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms With the American Institute of OTHER Architects,AIA Document 0707 Bond No 0219483 PROJECT: (name, addresS)Alliance Gateway North Fort Worth,TX TO (Owner) HILLWOOD ALLIANCE SERVICES,LLC AND THE ARCHITECT'S PROJECT N0: CFA No.2018-075 CITY OF FORT WORTH CONTRACT FOR: Water Improvements to Serve Alliance Gateway North 1 Fort worth,TX .,J CONTRACT DATE: CONTRACTOR:CONATSER CONSTRUCTION TX,L.P. 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) BERKLEY INSURANCE COMPANY 475 Steamboat Road Greenwich CT 06830 , SURETY COMPANY on bond of there insert name and address of Contractor) CONATSER CONSTRUCTION TX, L.P. 5327 Wichita St. Fort Worth TX 76119-6035 , 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 Insert name and address of Owner) HILLWOOD ALLIANCE SERVICES, LLC AND THE CITY OF FORT WORTH Fort Worth,TX OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 18th day of March, 2019 BERKLEY INSURANCE COMPANY Surety Company Attest: - (Seal): Signature of Authorized"Representative Robb!Morales Attome,-in-Fact Title NOTE: This form is to be used as a companion document to ALA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition ONE PAGE No.BI-7280i POWER OF ATTORNEY ` BERKLEY INSURANCE COMPANY WILMINGTON,DELAWARE NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Delaware,having its principal office in Greenwich,CT,has made, constituted „ and appointed, and does by these presents make, constitute and appoint: Ricardo J Reyna; Don E. Cornell;Sophinie Hunter, c Robbi Morales,Kelly A. Westbrook; Tina McEwan;or Joshua A.Saunders ofAon Risk Services Southwest,Inc. of Dallas, TX its true and lawful Attorney-in-Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and Z deliver any and all bonds and undertakings,with the exception of Financial Guaranty Insurance,providing that no single obligation .E shall exceed Fifty Million and 00/100 U.S. Dollars (U.S.$50,000,000.00), to the same extent as if such bonds had been duly a executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. a� y E This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware; without giving effect to the principles of conflicts of laws thereof This Power of Attorney is granted pursuant to the following o resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010: RESOLVED,that,with respect to the Surety business written by Berkley Surety,the Chairman of the Board,Chief Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are o ° hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein to execute wi bonds,undertakings,recognizances,or other suretyship obligations on behalf of the Company, and to affix the corporate seal y of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such attorney-in-fact and 3 revoke any power of attorney previously granted;and further on, RESOLVED,that such power of attorney limits the acts of those named therein to the bonds,undertakings,recognizances,or 4 a other suretyship obligations specifically named therein,and they have no authority to bind the Company except in the manner F and to the extent therein stated;and further RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and further o C affixed o RESOLVED, that the signature of any authorized officer and the seal of the Company may be axed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as i 3 though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any c person or persons who shall have been such officer or officers of the Company,notwithstanding the fact that they may have -d M. ceased to be such at the time when such instruments shall be issued. c -0 IN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this]Q day of C. YAttest: / 13erkle Insurance Compan v � (Seal) B4. y / By F Ira . Lede an Jef •e fter [ Executive Vice President&Secretary en o i esident o v WARNING:THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPER. o STATE OF CONNECTICUT) •� ) ss: o COUNTY OF FAIRFIELD ) N O o ,o Sworn to before me, a Notary Public in the State of Connecticut,this LC7*day of A►Uu I , by[ra S. Lederman and Jeffrey M. Hafler who are sworn to me to be the Executive Vice Pre 'de t and Secretary, n the Senior Vice President, respectively,of Berkley Insurance CompadOARIA C.RUNDBAKEN NOTARY PUBLIC ..t! WMY COMMISSION EXPIRESNotary Public,State of Connecticut o APRIL 30,2019 CERTIFICATE z 8 I,the undersigned,Assistant Secretary of BERKLEY INSURANCE COMPANY,DO HEREBY CERTIFY that the foregoing is a true,correct Z and complete copy of the original Power of Attorney;that said Power of Attorney has not been revoked or rescinded and that the authority of the a Attorney-in-Fact set forth therein,who executed the bond or undertaking to which this Power of A ttac ed,is in full force and effect as 3 a� of this date. Given under my hand and seal of the Company,this 18 th day of March 19 (Seal) Vineen .Forte AFFIDAVIT STATE OF TEXAS COUNTY OF TARR.ANT Before me, the undersigned authority, a Notary Public in the state and county aforesaid, on this day personally appeared Brock Huggins, President of Conatser Management Group, Inc., general partner of Conatser Construction TX, LP, known to me to be a credible person, who being by me duly sworn, upon his oath 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; and That there are no claims pending for personal injury and/or property damages; On Contract described as: ALLIANCE GATEWAY NORTH PAVING,DRAINAGE AND STREET LIGHT IMPROVEMENTS DOE#: N/A CFA PRJ #: 2018-075 CITY PROJCT #:N/A CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP c Brock Huggins Subscribed and sworn to before me this 19'h day of Marc 7 BERTHA GIANULIS Nui,:rry ftbHo,State of Texas 4 .°r•:;:r MY Coalmission Expires Notary Public in Tarrant County Texas Septerrber 18, 2019 ' CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms With the American Institute of OTHER Architects,AIA Document 0707 Bond No 0219483 PROJECT: (name, addresS)Alliance Gateway North Fort Worth,TX TO (Owner) HILLWOOD ALLIANCE SERVICES,LLC AND THE ARCHITECT'S PROJECT N0: CFA No.2018-075 CITY OF FORT WORTH CONTRACT FOR: Water Improvements to Serve Alliance Gateway North 1 Fort worth,TX .,J CONTRACT DATE: CONTRACTOR:CONATSER CONSTRUCTION TX,L.P. 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) BERKLEY INSURANCE COMPANY 475 Steamboat Road Greenwich CT 06830 , SURETY COMPANY on bond of there insert name and address of Contractor) CONATSER CONSTRUCTION TX, L.P. 5327 Wichita St. Fort Worth TX 76119-6035 , 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 Insert name and address of Owner) HILLWOOD ALLIANCE SERVICES, LLC AND THE CITY OF FORT WORTH Fort Worth,TX OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 18th day of March, 2019 BERKLEY INSURANCE COMPANY Surety Company Attest: - (Seal): Signature of Authorized"Representative Robb!Morales Attome,-in-Fact Title NOTE: This form is to be used as a companion document to ALA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition ONE PAGE No.BI-7280i POWER OF ATTORNEY ` BERKLEY INSURANCE COMPANY WILMINGTON,DELAWARE NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Delaware,having its principal office in Greenwich,CT,has made, constituted „ and appointed, and does by these presents make, constitute and appoint: Ricardo J Reyna; Don E. Cornell;Sophinie Hunter, c Robbi Morales,Kelly A. Westbrook; Tina McEwan;or Joshua A.Saunders ofAon Risk Services Southwest,Inc. of Dallas, TX its true and lawful Attorney-in-Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and Z deliver any and all bonds and undertakings,with the exception of Financial Guaranty Insurance,providing that no single obligation .E shall exceed Fifty Million and 00/100 U.S. Dollars (U.S.$50,000,000.00), to the same extent as if such bonds had been duly a executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. a� y E This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware; without giving effect to the principles of conflicts of laws thereof This Power of Attorney is granted pursuant to the following o resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010: RESOLVED,that,with respect to the Surety business written by Berkley Surety,the Chairman of the Board,Chief Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are o ° hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein to execute wi bonds,undertakings,recognizances,or other suretyship obligations on behalf of the Company, and to affix the corporate seal y of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such attorney-in-fact and 3 revoke any power of attorney previously granted;and further on, RESOLVED,that such power of attorney limits the acts of those named therein to the bonds,undertakings,recognizances,or 4 a other suretyship obligations specifically named therein,and they have no authority to bind the Company except in the manner F and to the extent therein stated;and further RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and further o C affixed o RESOLVED, that the signature of any authorized officer and the seal of the Company may be axed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as i 3 though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any c person or persons who shall have been such officer or officers of the Company,notwithstanding the fact that they may have -d M. ceased to be such at the time when such instruments shall be issued. c -0 IN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this]Q day of C. YAttest: / 13erkle Insurance Compan v � (Seal) B4. y / By F Ira . Lede an Jef •e fter [ Executive Vice President&Secretary en o i esident o v WARNING:THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPER. o STATE OF CONNECTICUT) •� ) ss: o COUNTY OF FAIRFIELD ) N O o ,o Sworn to before me, a Notary Public in the State of Connecticut,this LC7*day of A►Uu I , by[ra S. Lederman and Jeffrey M. Hafler who are sworn to me to be the Executive Vice Pre 'de t and Secretary, n the Senior Vice President, respectively,of Berkley Insurance CompadOARIA C.RUNDBAKEN NOTARY PUBLIC ..t! WMY COMMISSION EXPIRESNotary Public,State of Connecticut o APRIL 30,2019 CERTIFICATE z 8 I,the undersigned,Assistant Secretary of BERKLEY INSURANCE COMPANY,DO HEREBY CERTIFY that the foregoing is a true,correct Z and complete copy of the original Power of Attorney;that said Power of Attorney has not been revoked or rescinded and that the authority of the a Attorney-in-Fact set forth therein,who executed the bond or undertaking to which this Power of A ttac ed,is in full force and effect as 3 a� of this date. Given under my hand and seal of the Company,this 18 th day of March 19 (Seal) Vineen .Forte