Loading...
HomeMy WebLinkAboutContract 52879-FP1 City Secretary 52879 -FP1 Contract No. FORTWORTH., Date Received Sep 25,2020 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: W&SS Improvements to Serve South Fourth Riverwalk City Project No.: 101598 Improvement Type(s): Water ® Sewer Original Contract Price: $351,975.00 Amount of Approved Change Order(s): $67,244.00 Revised Contract Amount: Total Cost of Work Complete: $419,219.00 64?/fie C44WtIm Sep 23,2020 Claire Calla ham(Sep 23,202012:54 CDT) Contractor Date Project Manager Title North Texas Contracting Company Name Ryan Miller(Sep 24,202007:44 CDT) Sep 24,2020 Project Insp or Date DebbieJ.Wilhelm(S 4,202008:47CDT) Sep24,2020 Project Manager Date zmy/e L2W/J Laurie Lewis(Sep 24,202009:42 CDT) Sep 24,2020 CFA Manager Date 75aru,8UPAA&f Dana Burghdoff( p25,20 10:34 CDT) Sep 25,2020 Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT.WORTH, TX Notice of Project Completion Project Name:W&SS Improvements to Serve South Fourth Riverwalk City Project No.: 101598 City's Attachments Final Pay Estimate Change Order(s): ® Yes ❑ N/A Pipe Report: ® Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 90 CD Days Charged: 308 Work Start Date: 11/11/2019 Work Complete Date: 9/14/2020 Page 2of2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name WATER AND SANITARY SEWER IMPROVEMENTS TO SERVE THE SOU Contract Limits Project Type WATER&SEWER City Project Numbers 101598 DOE Number 1598 Estimate Number 1 Payment Number 1 For Period Ending 9/18/2020 CD City Secretary Contract Number Contract Time 9ED Contract Date 10/4/2019 Days Charged to Date 308 Project Manager NA Contract is 100.00 Complete Contractor NORTH TEXAS CONTRACTING,INC. P.O.BOX 468 KELLER, TX 76244 Inspectors CORDOVA / MILLER,R Monday,September 21,2020 Page 1 of 5 City Project Numbers 101598 DOE Number 1598 Contract Name WATER AND SANITARY SEWER IMPROVEMENTS TO SERVE THE S Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 9/18/2020 Project Funding UNIT L•WATER IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 MOBILIZATION 1 LS $17,500.00 $17,500.00 1 $17,500.00 2 CONSTRUCTION STAKING 1 LS $2,500.00 $2,500.00 1 $2,500.00 3 4"-12"WATER ABANDONMENT PLUG 7 EA $1,000.00 $7,000.00 7 $7,000.00 4 4'WIDE ASPHALT PVMT REPAIR RESIDENTIAL 22 LF $225.00 $4,950.00 22 $4,950.00 5 GROUND WATER CONTROL 1 LS $5,000.00 $5,000.00 1 $5,000.00 6 TRENCH SAFETY(CO#1) 510 LF $5.00 $2,550.00 510 $2,550.00 7 20"CASING BY OPEN CUT 22 LF $200.00 $4,400.00 22 $4,400.00 8 DUCTILE IRON WATER FYITINGS 1.55 TN $5,000.00 $7,750.00 1.55 $7,750.00 W/RESTRAINT(CO#2) 9 8"DIP WATER(CO#2) 70 LF $135.00 $9,450.00 70 $9,450.00 10 8"PVC WATER PIPE(CO#1) 805 LF $90.00 $72,450.00 805 $72,450.00 11 CONNECTION TO EXISTING 4"-12"WATER 2 EA $3,000.00 $6,000.00 2 $6,000.00 MAIN 12 1"WATER SERVICE(CO#1) 36 EA $1,200.00 $43,200.00 36 $43,200.00 13 1 1/2"WATER SERVICE 2 EA $1,500.00 $3,000.00 2 $3,000.00 14 8"GATE VALVE 7 EA $2,000.00 $14,000.00 7 $14,000.00 15 TRAFFIC CONTROL 1 MO $7,500.00 $7,500.00 1 $7,500.00 16 RE-MOBILIZATION WATER LINE(CO#1) 1 LS $2,100.00 $2,100.00 1 $2,100.00 17 CONSTRUCTION STAKING(CO#1) 1 LS $3,627.00 $3,627.00 1 $3,627.00 18 TRENCH SAFETY WATER LINE LOWERING 340 LF $14.00 $4,760.00 340 $4,760.00 (CO#1) 19 2"FLUSH VALVE(CO#1) 1 EA $2,000.00 $2,000.00 1 $2,000.00 20 RE-MOBILIZATION WATER SERVICE 1 LS $1,000.00 $1,000.00 1 $1,000.00 ADJUSTMENT(CO#1) 21 METER SERVICE ADJUSTMENT(CO#1) 9 EA $989.00 $8,901.00 9 $8,901.00 Sub-Total of Previous Unit $229,638.00 $229,638.00 -------------------------------------- UNIT IL-SANITARY SEWER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 CONSTRUCTION STAKING 1 LS $2,500.00 $2,500.00 1 $2,500.00 2 MANHOLE VACUUM TESTING(CO#1) 8 EA $350.00 $2,800.00 8 $2,800.00 3 GROUND WATER CONTROL 1 LS $5,000.00 $5,000.00 1 $5,000.00 Monday,September 21,2020 Page 2 of 5 City Project Numbers 101598 DOE Number 1598 Contract Name WATER AND SANITARY SEWER IMPROVEMENTS TO SERVE THE S Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 9/18/2020 Project Funding 4 TRENCH SAFETY(CO#1) 707 LF $15.00 $10,605.00 707 $10,605.00 5 NEW 4"SEWER SERVICE(CO#1) 31 EA $1,000.00 $31,000.00 31 $31,000.00 6 8"SEWER PIPE(CO#1) 707 LF $85.00 $60,095.00 707 $60,095.00 7 4'MANHOLE(CO#1) 7 EA $5,000.00 $35,000.00 7 $359000.00 8 CONSTRUCTION STAKING-REVISED SEWER 1 LS $1,875.00 $1,875.00 1 $1,875.00 ALIGNMENT(CO#1) 9 NEW 4"SEWER SERVICE(CO#1) 14 EA $1,450.00 $20,300.00 14 $20,300.00 10 RE-MOBILIZATION(CO#1) 1 LS $2,100.00 $2,100.00 1 $2,100.00 11 REMOVE 8"SEWER LINE(CO#1) 162 LF $18.00 $2,916.00 162 $2,916.00 12 TEMPORARY ASPHALT PAVING REPAIR(CO 10 LF $225.00 $2,250.00 10 $2,250.00 #1) 13 BYPASS PUMPING(CO#1) 1 LF $685.00 $685.00 1 $685.00 14 MANHOLE ADJUSTMENT MAJOR(CO#1) 2 EA $1,250.00 $2,500.00 2 $2,500.00 15 IMPORTED EMBEDMENTBACKFILL,CSS(CO 15 CY $135.00 $2,025.00 15 $2,025.00 #1) 16 IMPORTED EMBEDMENT RECONNECTION 11 CY $205.00 $2,255.00 11 $2,255.00 (DROP CONNECTION)(CO#1) 17 8"SEWER SERVICE RECONNECTION(DROP 1 EA $1,175.00 $1,175.00 1 $1,175.00 CONNECTION) 18 SHALLOW MANHOLE(CO#1) 1 EA $4,500.00 $4,500.00 1 $4,500.00 -------------------------------------- Sub-Total of Previous Unit $1899581.00 $1899581.00 -------------------------------------- Monday,September 21,2020 Page 3 of 5 City Project Numbers 101598 DOE Number 1598 Contract Name WATER AND SANITARY SEWER IMPROVEMENTS TO SERVE THE S Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 9/18/2020 Project Funding Contract Information Summary Original Contract Amount $351,975.00 Chanize Orders Change Order Number 1 $57,343.00 Change Order Number 2 $9,901.00 Total Contract Price $419,219.00 Total Cost of Work Completed $419,219.00 Less %Retained $0.00 Net Earned $419,219.00 Earned This Period $419,219.00 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 $419,219.00 Monday,September 21,2020 Page 4 of 5 City Project Numbers 101598 DOE Number 1598 Contract Name WATER AND SANITARY SEWER IMPROVEMENTS TO SERVE THE S Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 9/18/2020 Project Funding Project Manager NA City Secretary Contract Number Inspectors CORDOVA / MILLER,R Contract Date 10/4/2019 Contractor NORTH TEXAS CONTRACTING,INC. Contract Time 90 CD P.O.BOX 468 Days Charged to Date 308 CD 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 $419,219.00 Less %Retained $0.00 Net Earned $419,219.00 Earned This Period $419,219.00 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 $419,219.00 Monday,September 21,2020 Page 5 of 5 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Wtr& SS Improvements to Serve South of Fourth Riverwalk Residences Phase 2A PROJECT NUMBER: 101598 DOE NUMBER: NIA WATER PIPE LAID SIZE TYPE OF PIPE LF 8" Ductile Iron Pipe 45 8" PVC 885 FIRE HYDRANTS: N/A VALVES(16" OR LARGER) N/A PIPE ABANDONED SIZE TYPE OF PIPE LF N/A DENSITIES: YES NEW SERVICES: 1" Copper 37 1 1/2" Copper 2 SEWER PIPE LAID SIZE TYPE OF PIPE LF 8" PVC 545 i PIPE ABANDONED SIZE TYPE OF PIPE LF N/A DENSITIES: YES NEW SERVICES: 4" PVC 45 i i TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax: (817)392-7845 I REVIEWED By WillheD at 9:03 am, May 12, 2020 DEVELOPER-AWARDED-PROJECT CHANGE ORDER PROJECT NAME: Water&Sa, :wer Improvements to Serve South of Fourth Riverwalk Residences Phase 2A CHANGE CONTRACT: Water&Sc, ORDER No: CFA# 2018-096 CITY PARTICIPATION: No CITY PROJECT# 101598 DOE# WATER PROJECT# 56008-0600430-101598-001580 1 SEWER PROJECT# 56006-0700430-101598-001360 FILE# X-25491 INSPECTOR: Cyan Miller Phone No: 817-223-2256 PROJECT MANAGER: oie Willhelm Phone No: 817-392-2481 CONTRACT UNIT , 2 SEWER PAVING DRAINAGE STREETLIGHTS CONTRACT Developer Developer Developer - Developer DAYS Developer Co City Cost cost City Cost Cost .City Cost Cast City Cost Cost City Cast ORIGINAL CONTRACT $ 212,875.00 $0.00 $139,100.00 $0.00 _ $0.00 $0.00 $0.00 $0.00 $0.00 90 EXTRAS TO DATE CREDITS TO DATE CONTRACT TO DATE $212,875.00 $0.00 S139,100.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 90 AMOUNT OF PROP.CHANGE ORDER $6,862.00 $ 50,481.00 1 1 106 REVISED CONTRACT AMOUNT $219,737.00 1 $0.00 $189,581.00 $0.00 $0.00 $0.00 $0.00 1 $0.00 $0.00 $0.00 196 TOTAL REVISED CONTRACT AMOUNT PER UNIT $219,737.00 $189,581.00 $0.00 $0.00 E0.00 REVISED COST SHARE Dev.Cost: $409,318.00 City Cost: $0.00 TOTAL REVISED CONTRACT $409,318,00 Revised:10-12-2011 Page 1 You are directed to make the following changes in thr.:. _...:cocuments: PAY ITEM# CITY BID QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL DEDUCTIONS Unit I:Water Unit 1:6 3305.'.:: 420 LF Trench Safe 5.00 2,100.00 Unit 1:10 3311.:;:'I.: 80 LF 8"PVC Water Pie 1 90.00 5 7,200.00 Unit 1-121J. rr'. 1,200.00 Subtotal Deduction Unit I $ 10,500.00 DEDUCTIONS Unit II:Sewer Unit 11:5 3331. 14 EA ew 4 Sewer Servce SDR-26 Services 1,000.001 14 000.00 Subtotal Deduction Unit II 14 000.00 Total Deduction 5 24 500.00 III PAY ITEM# CITY BID` QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL 8 331.1.:'.,:.:. 00 N Unit I New Item 16 0170.0.;1:- 1 LS Re-Mobilization-Water Line Lowering $ 2,100.00 $ 2,100.00 Unit I New Item 17 171.0.::. 1 LS Construction Staking-Water Line Lowering $ 3,627.00 S 3.627.00 Unit I New Item 18 3305.0.:n. 340 LF Trench Safety-Water Line Lowering $ 14.00 $ 4,760.00 I Unit I New Item 19 9999.CCa' 1 EA 2"Flush Valve $ 2,000.00 $ 2,000.00 Sub Total Unit I 1$ 17,362.00 ADDITIONS Unit II:Sewer PAY ITEM# CITY BID V r. QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL 2 330 .:r.;'. 2 EA Manhole Vacuum Testing p 30S.0 ". - 2 LF Trent Saety Sanitary Sewer ,p 6 333: 162 LF 8 Sewer Pipe 7 3339.:r.._ 1 EA 4'Manhole $ 5,000.00 $ 5,000.00 Unit II New Item 8 17 1. - 1 LS Construction Staking Revised Sewer Alignment $ 1,875.00 $ 1,875.00 Unit 11 New Item 9 333", .. 14 EA New 4"Sewer Service(Pressure Rated Services) $ 1,450.00 $ 20,300.00 Unit II New Item 10 0170.:: 1 LS Re-Mobilization $ 2,100.00 $ 2,100.00 Unit II New Item 11 0241..E 162 LF Remove 8"Sewer Line $ 18.00 $ 2,916.00 Unit II New Item 12 3201 10 LF Temporary Asphalt Paving Repair $ 225.00 $ 2,250.00 Unit II New Item 13 3301 1 LF Bypass Pumping $ 685.00 $ 685.00 Unit II New Item 14 3305 2 EA Manhole Adjustment,Major $ 1,250.00 $ 2,500.00 Unit II New Item 15 33C_ 15 CY Imported Embedment/Backfill,CSS $ 135.00 $ 2,025.00 Unit II New Item 16 33C 11 CY Imported Embedment/Backfill,CLSM $ 205.00 $ 2,255.00 Unit II New Item 17 333: 1 EA 8"Sewer Service,Reconnection Drop Connection $ 1,175.00 $ 1,175.00 Unit II New Item 18 333', 1 EA Shallow Manhole 4,500.00 4,500.00 Sub Total Unit II 64,481.00 Total Addition $ 81,843.00 Net $ 57,343.00 REASONS FOR CHANGE ORDER Changes correspard to REV 1 and REV 2 constructions plans as shown on Sheets 7,8,8q,10,11,11.4,1212A,&17 This change order reflects the additional work for adjusting saniary-wer lines and manholes due to descrepencies in the existing sanitary sewer flowline tie in elevations.This work includes removing and installing new sanitary sewer liar find adding manholes to adjust flow paths.Revised plans also reflect additional water line lowering in Rayner Street and material change for sewer services to prrsa we,r lass pipe. NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100%OF THE CHANGE ORDER COST AND NO REIMBURSEMINT!-ROM THE CITY WILL BESOUGHT BY THE DEVELOPER. RECOMMENDI 0. APPROVED: APPROVED: Bai/tl arpto^8 ii•cwn,Inc. Fourth&Sytv ' Inc. North Texas Contracting,Inc. By: �� 611:_ By: By: Name: Joe LaCroix, Name:Ken Su Fall Name: Claire Callaham Title:Civil Engines Title:President Title: Project Manager Revised:10-12-2011 Page 2 A U Q !n Zp O U V! p y U O � V J gj w W � o. 8 8 8 N O O O C y w U O O O O i9 C7 z c z � W CM (y $ S SW UCC O ¢ U z 8 a m g 8 S N vet ern . 0O c Z c0 O O w a NN Cc M N $ 8 O c N 0) .. d to N M U L z U z CC Z 00 W Q c Q Y O H a0. O f- j IL H N m a W U p o0 r -' cr- o o U i ti n¢ azi m 0 8 8 CL cs 0 o o o 0 F- a s n g 0 o U Cc cn w 8 8 g m >¢ N V g a W co Vi N m M N d coQ O O 03. I C N E 11 a) W CL to yr cl N � �' �' a-O Cc 8 8 $ O Q w ui 00 N to 0 0 o a m p Q CDOw cV 3 dam' co N 8 "' Q1 O N n o6 .n c O o o � N U) (n O O U o of m ftft p ODO O m d ENif V) 0 O2 t) O O O V >> Co N 7 N u)I to X O Z Q p O F O O F Q ¢ U 0¢C !� W ¢ 0 N O Q v W U p� p w 2 1- W W z ¢ �- d U V¢ U m W C UJ z N Wi w � � � z a zwa w W _ IL d ¢ LU ¢ wU U Q W do WW d , ¢ z W Z Ir ¢LV ¢Z wO ¢DUU ZUJ ti n O U ¢ O¢F on cc W k k \ \ d ) b Gasa )co C ) in } § 0 .0i \ � \ § 2@2 \ \ ° 121 z, / r § I . \ \ � / z / E CO- «] § g _ CO\Q [ k § o i 2 \ 2 .2 § m 0 ) k \ § 3 .. E E t .. £ a A K # £ cc z E z z / } � ) g g Qj § - - \ § � { \\ / o 3 37 = § 2 § � < � \ \ � j - - - - § . w �5 E k§ \� c� / \ ch LLI � \ § / a}/ ) \/ g>. M { ! ± ƒ \ { w w� # / 2 2 / s / �k � § z § \ k \ §q _ C3S/ cn 2( \ / °- - �� (D § § Ex Q cc -1 0 §E ( cu j ( § ® \ \ /§ c 2 � ) q0c3) \ � ° k§ § ± ac)r co /F � /§ k / \ C [ [ [ [ %§ 2 2 j ) ) § 7 z= _ ] ) 3 )EY 2 o / i CD Ua / \ A ) 7 * * m e e ! ! # # @ef 3 \ \ 2 § \ cc \ FORTWORTH. TRANSPORTATION AND PUBLIC WORKS September 16, 2020 North Texas Contracting, Inc. 4999 Keller Haslet Road Keller,Texas 76248 RE: Acceptance Letter Project Name: Wtr&SS Improvements to Serve South of Fourth Riverwalk Residences Phase 2A Project Type: Water and Sanitary Sewer City Project No.: 101598 To Whom It May Concern: On September 11, 2020 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 September 14, 2020. 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 September 14, 2020, 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- 392-2481. Sincerely, Debbie J.Wilhelm(5 I 4,2020 08:47 CDT) Debbie Wi helm, Project Manager Cc: Ryan Miller, Inspector Ron Cordova, Inspection Supervisor Gary Deyon, Senior Inspector Victor Tornero, Program Manager Baird, Hampton & Brown, Consultant North Texas Contracting, Inc., Contractor Ken Sumrall, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev.8/20/19 NORTH TEXAS AFFIDAVIT STATE OF TEXAS COUNTY OF TARRANT Before me,the undersigned authority, a notary-public in the state and county aforesaid, on this day personally appeared Claire Callaham, Project Manager of North Texas Contracting, Inc., 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; That there are no claims pending for personal injury and/or property damages; On Contract described as; South of Fourth Riverwalk Residences Phase 2A Utility Improvements Water& Sewer Improvements City Project No. 101598 r. BY Claire allah reject Manager Subscribed and sworn before me on this date 22"d of September, 2020. SAMU r'P E�40, r��s oy •'�� ' NoarPubic: Moreanl Tarrant County, Texas i S%J�gJ i *.99 F OFID 0 61 081 i 0 ! 4999 Keller-Haslet Road Keller,Texas 76248 Phone(817)430-9500 Fax(817)430-9207 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ TO FINAL PAYMENT SURETY CONTRACTOR ❑❑ Conforms with the American Institute of OTHER Architects,AIA document G707 Bond No SU1159824 PROJECT: (name, address)South of Fourth Riverwalk Residences, Phase 2A Fort Worth,TX TO (Owner) FOURTH&SYLVANIA INC.AND CITY OF FORT ARCHITECT'S PROJECT N0: CFA#2018-096 WORTH CONTRACT FOR: P.O.Box 7056 Water and Sanitary Sewer Improvements for the South of Fourth Riverwalk Residences Phase 2A Ft.worth TX 76111 _f CONTRACT DATE: 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 (here insert name and 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 (here insert name and address of Owner) FOURTH&SYLVANIA INC.AND CITY OF FORT WORTH P.O. Box 7056 Ft.Worth TX 76111 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 22nd day of September,2020 ARCH INSURANCE COMPANY Surety Company Attest: �A A'7 s� (Seal): Signature of Authorized Representative Robbi Morales Attorney-in-Fact Title 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 ONE PAGE AIC 0000313387 This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in tire manner and to the extent herein stated Not valid forNote,Loan,Letter of Credit,Currency Rate,Interest Rate or Residential Value Guarantees. POWER OF ATTORNEY Know All Persons By These Presents: That the Arch Insurance Company,a corporation organized and existing under the laws of the State of Missouri,having its principal administrative office in Jersey City, New Jersey(hereinafter referred to as the"Company")does hereby appoint: Don E.Cornell,Joshua Saunders,Kelly A.Westbrook,Ricardo J.Reyna,Robbi Morales,Sophinie Hunter,Tina McEwan and Tonic Petranek of Dallas,TX (EACH) its true and lawful Attomey(s)in-Fact,to make,execute,seal,and deliver from the date of issuance of this power for and on its behalf as surety,and as its act and deed: Any and all bonds,undertakings,recognizances and other surety obligations,in the penal sum not exceeding Ninety Million Dollars.(90.000.000.00). This authority does not permit the same obligation to be split into two or more bonds In order to bring each such bond within the dollar limit of authority 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 fully and amply to all intents and purposes,as if the same had been duly executed and acknowledged by its regularly elected officers at its principal administrative office in Jersey City,New Jersey. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on September 15,2011,true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED,That the Chairman of the Board,the President,or the Executive Vice President,or any Senior Vice President,of the Surety Business Division,or their appointees designated in writing and filed with the Secretary,or the Secretary shall have the power and authority to appoint agents 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 thereto,bonds, undertakings,recognizances and other surety obligations obligatory in the nature thereof,and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed,sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on September 15,2011: VOTED,That the signature of the Chairman of the Board,the President,or the Executive Vice President,or any Senior Vice President,of the Surety Business Division, or their appointees designated in writing and filed with the Secretary,and the signature of the Secretary,the seal of the Company,and certifications by the Secretary,may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on September 15,2011,and any such power so executed,sealed and certified with respect to any bond or undertaking to which it is attached,shall continue to be valid and binding upon the Company. In Testimony Whereof,the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers,this 18th day of May,2020 Attested and Certified �� C Arch Insurance Company SE,u Patrick K.Nails,Secretary X 1971 41 David M.Finkelstein,Executive Vice President STATE OF PENNSYLVANIA SS COUNTY OF PHILADELPHIA SS Iblood I,Michele Tripodi,a Notary Public,do hereby certify that Patrick K.Nails and David M.Finkelstein personally known to me to be the same persons whose names are respectively as Secretary and Executive Vice President of the Arch Insurance Company,a Corporation organized and existing under the laws of the State of Missouri, subscribed to the foregoing instrument,appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed,sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. coausop*NvALTH oP PGWlYLVAMA �roraau�sEu -� � -�•_ III U TRWM.►touiry Pubtk tfty°tD r'x°Aa'• CMVV Michele Tripodi,Notary Public CERTIFICATION Exp n K Ady 'Mt My commission expires 07/31/2021 I,Patrick K.Nails,Secretary of the Arch Insurance Company,do hereby certify that the attached Power of Attorney dated Mm 18,2020 on behalf of the person(s) as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate;and I do further certify that the said David M.Finkelstein,who executed the Power of Attomey as Executive Vice President,was on the date of execution of the attached Power of Attorney the duly elected Executive Vice President of the Arch Insurance Company. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this22nciay of September 2020 Patrick K.Nails,Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: 0,07%Arch Insurance—Surety Division3 Parkway,Suite 1500 Philadelphia,PA 19102 To verify the authenticity of this Power of Attorney,please contact Arch Insurance Company at SuretyAuthentic@archinsurance.com Please refer to the above named Attorney-in-Fact and the details of the bond to which the power is attached. AICPOA040120 Printed in U.S.A.