Loading...
HomeMy WebLinkAboutContract 52708-FP1City Secretary 52708 -FP1 Contract No. FORTWORTHo Date Received Mar 23, 2021 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: RETAIL CORNERS City Project No.: 102079 Improvement Type(s): � Paving Original Contract Price: Amount of Approved Change Order(s): Revised Contract Amount: Total Cost of Work Complete: �,�dsv �,d�� Carson Collicr (Mar 1S, 2021 09:50 CDT) Contractor PM Title North Texas Contracting, Inc. Company Name c��Gl�2 G'/�I�1G�D,I Steve Cisneros (Mar22, 202109:57 CDT) Project Inspector Debbie T. willHelm Debbie J. Willhelm (Mar22,20211627 CDT) � Drainage ❑ Street Lights ❑ Traffic Signals P �ect Mana er � c:����- � J e Scarlett Morales (Mar7_3, 207_1 07:58 CDT) CFA Manag r �'blGl �GL�GI�G%� Dana Burghdoff (Mar23, 2021 0H52 CDT) Asst. City Manager Mar 18, 2021 Date Mar 22, 2021 Date M a r 22, 2021 Date M a r 23, 2021 Date Mar 23, 2021 Date $291,851.00 -$1,981.00 $289, 870.00 $289, 870.00 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 1 of 2 Notice of Project Completion Project Name: RETAIL CORNERS City Project No.: 102079 City's Attachments Final Pay Estimate x❑ Change Order(s): x❑ Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety �' �� Statement of Contract Time Contract Time: 90 CD Days Charged: 375 Work Start Date: 9/23/2019 Work Complete Date: 3/10/2021 Page 2 of 2 �'���r ���Tx CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name RETAIL CORNERS Contract Limits Project Type DRAINAGE & PAVING City Project Numbers 102079 DOE Number 2079 Estimate Number 1 Payment Number 1 City Secretary Contract Number Contract Date 8/9/2019 Project Manager NA Contractor NORTH TEXAS CONTRACTiNG, INC. P.O. BOX 468 Inspectors KELLER, TX 76244 DICKINSON / CISNEROS For Period Ending 3/16/2021 CD Contract Time 9�D Days Charged to Date 375 Contract is 100.00 Complete Tuesday, March 16, 2021 Page 1 of 5 City Project Numbers 102079 Contract Name RETAIL CORNERS Contract Limits Project Type DRAINAGE & PAVING Project Funding UNIT IIL• DRAINAGE IMPROVEMENTS DOE Number 2079 Estimate Number 1 Payment Number 1 For Period Ending 3/16/2021 Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 21"STORMABANDONMENTPLUG 2 EA $500.00 $1,000.00 2 $1,000.00 2 TRENCH SAFETY 34 LF $10.00 $340.00 34 $340.00 3 21" RCP CLASS III 34 LF $275.00 $9,350.00 34 $9,350.00 Sub-Total of Previous Unit �� o,h9o.00 �� o,h9o.00 UNIT N: PAVING IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 MOBILIZATION 1 LS $31,400.00 $31,400.00 1 $31,400.00 2 REMOVE SIDEWALK 114 SF $3.00 $342.00 114 $342.00 3 REMOVE ADA RAMP 2 EA $300.00 $600.00 2 $600.00 4 REMOVE CONCRETE DDRIVE CO#1 645 SF $4.00 $2,580.00 645 $2,580.00 5 REMOVE CONC CURB & GUTTER CO#1 365 LF $1.00 $365.00 365 $365.00 6 2" SURFACE MILLING 2975 SY $10.00 $29,750.00 2975 $29,750.00 7 6"-12" TREE REMOVAL 25 EA $300.00 $7,500.00 25 $7,500.00 8 12"-18"TREEREMOVAL 3 EA $600.00 $1,800.00 3 $1,800.00 9 HYDRAGTEDLIME 8.64 TN $150.00 $1,296.00 8.64 $1,296.00 10 8" LIME TREATMENT 360 SY $10.00 $3,600.00 360 $3,600.00 ll 2" ASPHALT PVMT TYPE D 2975 SY $25.00 $74,375.00 2975 $74,375.00 12 ] 0" CONC PVMT HES 330 SY $140.00 $46,200.00 330 $46,200.00 13 4" CONC SIDEWALK 6750 SF $6.00 $40,500.00 6750 $40,500.00 14 6" CONCRETE DRIVEWAY CO#1 1227 SF $15.00 $18,405.00 1227 $18,405.00 15 BARRIER FREE RAMP, TYPE P-1 7 EA $500.00 $3,500.00 7 $3,500.00 16 4" BRK PVMT MARKING HAS (W) 140 LF $1.00 $140.00 140 $140.00 17 8" SLD PVMT MARKING HAS (� 106 LF $2.00 $212.00 106 $212.00 18 12" SLD PVMT MARKING HAE (� 40 LF $2.00 $80.00 40 $80.00 19 24" SLD PVMT MARHING HAE (9� 14 LF $3.00 $42.00 14 $42.00 20 LANE LEGEND ARROW 3 EA $275.00 $825.00 3 $825.00 21 REFL RAISED MARKER TY I-C 12 EA $5.00 $60.00 12 $60.00 22 REFL RAISED MARKER TY II-C-R 14 EA $5.00 $70.00 14 $70.00 23 REMOVE 6" PVMT MARICING 200 LF $3.00 $600.00 200 $600.00 Tuesday, March 16, 2021 Page 2 of 5 City Project Numbers 102079 Contract Name RETAIL CORNERS Contract Limits Project Type DRAINAGE & PAVING Project Funding 24 REMOVE RAISED MARKER 25 REMOVE LANE LEGEND ARROW 26 REMOVE LANE LEGEND ONLY 27 REMOVE AND REINSTALL SIGN PANEL AND POST DOE Number 2079 Estimate Number 1 Payment Number 1 For Period Ending 3/16/2021 12 EA $2.00 $24.00 4 EA $100.00 $400.00 2 EA $150.00 $300.00 1 EA $350.00 $350.00 12 $24.00 4 $400.00 2 $300.00 1 $350.00 28 TRAFFIC CONTROL CO#1 1.5 MO $6,500.00 $9,750.00 1.5 $9,750.00 29 CRACK SEALANT CO#1 3 GA $288.00 $864.00 3 $864.00 28A TRAFFTC CONTROL CO#2 0.5 MO $6,500.00 $3,250.00 0.5 $3,250.00 Sub-Total of Previous Unit �279,iso.00 �279,iso.00 Tuesday, March 16, 2021 Page 3 of 5 City Project Numbers 102079 Contract Name RETAIL CORNERS Contract Limits Project Type DRAINAGE & PAVING Project Funding Contract Information Summary Origival Contract Amount Change Orders Change Order Number 1 Change Order Number 2 Total Contract Price DOE Number 2079 Estimate Number 1 Payment Number 1 For Period Ending 3/16/2021 $z9i,ssi.00 ($5,231.00) $3,250.00 $289,870.00 Total Cost of Work Completed g2g9,870.00 Less % Retained $0.00 Net Earned $289,870.00 Earned This Period $289,870.00 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 $289,870.00 Tuesday, March 16, 2021 Page 4 of 5 City Project Numbers 102079 Contract Name RETAIL CORNERS Contract Limits Project Type DRAINAGE & PAVING Project Funding DOE Number 2079 Estimate Number 1 Payment Number 1 For Period Ending 3/16/2021 Project Manager NA City Secretary Contract Number Inspectors DICKINSON / CISNEROS Contract Date 8/9/2019 Contractor NORTH TEXAS CONTRACTING, INC. Contract Time 90 CD P.O. BOX 468 Days Charged to Date 375 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 Less % Retained Net Earned Earned This Period $289,870.00 Retainage This Period $0.00 Less Liquidated Damages 0 Days @ $0.00 / Day LessPavement Deficiency Less Penalty Less Previous Payment Plus Material on Hand Less 15% Balance Due This Payment $289,870.00 $0.00 $289,870.00 $0.00 $0.00 $0.00 $0.00 $0.00 $289,870.00 Tuesday, March 16, 2021 Page 5 of 5 � � W r � O N O N � N �Q � � � � � � P �.r � � � � � � W � LL.� 0N LA_ 0 W � � Z Z � � Q W 0 U � Q Z z � :.� a Z I= U 2 � C7 � J Q w a W � U 0 Q W Q Z p � m �-- C7 0 � Z � � � ti � a N N � �- o O � W W O O � 0 W o o •N,t' � O O J �' N � O O � � �W p I� O b � p Q� N O O N 2' � m O (D CD i i LL� � X �� uj � U U � {- ' W z� V V � a a�. W a � w w � � � � I1J Q J 0�. �U U U ��(i� u. tC7 00 t�fi N rnrn � M � ti � � 0 0 Z Z c � O O aa W � �- O� � J W W Z � U J � � W � W � � w Q Z � � O � ~' U U W W .� � O � � Z � �� F Q rn rn rn z 0 U 0 o g g o 0 0 N V o 0 0 0 � � N N N N N N O � jj o J N � ~ � O O O � F, `� c.j o o �i o �J N � o o � o T O o 0 0 N ti 1A w 1� H �" c�i o w w a�n � U O O O N � O O o O O O U �+ 1�I/ N N N N N W U o0 a0 Z m � � � o 0 0 � O �j o 0 0 � 0 0 0 0 0 0 n. � o o � o e 0 o w w o w d � N VI N � i y op 0p 0 0 0 0p � j— .�C {A q N N M q V Z V o �' � 2 n �? o m �'a o 0 0 � m a o 0 o N N, F- d ^ o o � � � w � O � m � � � � w V � � � w w 0 U a '� o o� 8 o S � N M M W N N V p O 0 3 N N � � � �j o 0 0 o w t�o Vf � � N 1N � O O � p, N O O N p N o � w w � � � � w w � w � O O � g p O O V o 0 �' w w � M N N V o Q' o � N a "- 3 N o o e o � O � � � � N V � o o ��'+ � N N � � � � p `�'� w h N oi � O v w w 'a�' w � O O K 7 F- O I- � W � Q � U � o x Fa- � Z �i o � W a a U U W U tWi_1 ���' o�� u� a w w z¢ o p a�- �Sn �n � � � p � � o Cu w � � � � � � o� � a z Q � � z w � H C'J K W 7 tn f" O � U U Q � O a� aa 0 N � 0 a V�_l � 9 •s, � Z �Z ��ti � � °a� o� � �o 4U z� QW J I� W � � � W w� ,� m a ,°� O �- � � O Z � o°z �Q y ��° we wx x� � y OE` 2 o� ti� VU F O 22 O �z � 2 �O U � � � � � .�'.. �Y O �°w O y W`�LLj Zi� yOs wz W FZ. � � � � Q W v W � � O Q20. O ��a yww �ti� � W O C.' O W �z ¢ x � � � LL � Z 0 � � i a�. U � O U � s H Z � i J O 2 � 0 Z � � � 0 z z � � Z � '� � W � U �� � � � �ti� � � . U '\ ) V U � �n � � > � ,, � � °' E ui Z m Z I-a-- � w � � J 0 Q � , w o � a 0 U � � E ui � Z {- CU 2 w � ¢ U 0 � � ¢ 2 ¢ a T w � � 0 N 0 N a , �� � ui � m � 1- Z N N � m a 0 N N O � al N � � � W � W CC 0 N O N N N V � � �0 n M O � �6 E t 3 0 m W � � Z Z � N Q w xo U � � Z Z � H C� � Z f= U 2 � C'J � J Q IL � W � � U � � Z Q W � Q Z a o 0 � � M � � O O Z � � Q N N � n- o o � � W w O O � �' � � � N � W o o Y U � co r � ,J �' N � O O Q W � I� oo ao p � Q � �N O O N W � � � � � � X �k �# �j j � U U � H W W � � Z 1- � Q � � � � � �# � � W W � � O � � O Q W -� a U U U �� c� u- � � � � � � LL� N � � O) M � � � � 0 0 Z Z C C L .0 d � w � � o� � J W w Z = U% J U � i� W F- m � W � � W C� Q Z O� F- ~ U V W W d � � � Z � � H U lL } O O N � H Q m � � 2 p O U N O o 0 0 0 0 0 � U o 0 0 0 0 0 _ �' w�� w w w o � V o J N F r � o O o � F- �a u�i o o u�i � � � O r o o � o � eR tA � w r a�i O W � rA � U p 0 0 N � O O O O O O O V o 0 0 0 0 0 � � w � � w w W U o � o Q o ZQ � K � � �j o 0 0 � 0 0 0 0 0 0 y � o o m o � a � o o � o � 0 0 � �+ o � o j � � � � O o O o O o O y V o 0 0 0 0 0 � H �` � w e�n � w w o U Z � U o Y � z � V o H � � ¢ o 0 o a' � a o 0 0 0 0 o N N 0 o Q O o fq N (O � � M O 00 h Z a v m �n cn p o � � � vi r! oi w U j r"n � w � � � � � U O o 0 0 0 0 0 V o 0 0 0 0 0 « o 0 0 0 0 0 w w e» w w w 0 U o 0 � � o W N (D � N N W V� pi � N V o 0 0 0 � � `m o 0 0 0 0 o t�a n N � O N p N O h � Of � m N j � � � � 0 0 0 0 0 0 0 0 V o 0 0 0 0 0 �, o 0 0 0 0 0 w �r. en en w a, U o � o ai Q o � o o � o � o r O O N U �n �j o o i,.� ai us M � � N M • • N N � o M r � N p_ M P.� eq h ai O O N v N � N U N IA � IA � fH � � ❑ � � � o O � � � Q w � F- � z o �F v=i O Q � F- Z � U v U F O� O W IW- UU� U � W ao o � ❑ a ❑ > z¢ o p a�' uWi � � � � O ~ � O > > J U Q O � U O � a' � � Z� t- �a z w Q F- c� O W U �U ¢ � O N a 0 N 0 a�i N � � O O O O O O O O O O � O O O O O o!M M O O� J N ln (O O W(D N N M ¢ � r �n e» f» v � N N� ea i» v3 O1 O s00s e»� ��� F- � W O O o o O O O l0 0 10 J O O O O O O O 0 O � Q � ll� �M N N N� M j O� O � M V � N � F � `° > z c .- � v> vi fA t9 fA N�7 fA � fA � m . � j C � ` U � N 5 Z c ` a � � °� Z � E �, C7 Q u� m = � O � > � ¢ m m c rn F- Q a o Q � o a � T l0 C C �' fn r> F(p �- O � 2 u u ai v m � U X N � � p U w � � W � c ~ � N � �- N � m � � a F- F �° rn X a v u� Y E a�i � � � � > � � _ m a � � � m � a �n U 'N' c � E N o ° E � rn � c � � d c > 7 � ~ rrrru.�.a o Z (n (/7 U(n J J W � � ..N. } a�i � U Q N N� N V�� p a d U @ C � � � (O O � O M m w � O O O O� O 47 H (O O 1� � O L Q O � O O O O� O � � ai � c'i � oi m � N r M O(h M M M� � � r c U r U � 3 0 0 � � a� � -Y � W E = � N N N N N� N � } Z .� a °' a l N 'D N @ _ 0 r � W � � O w � Z Q _ U � � LL � Z � a w � U z � � O � -� � w W Z 3 �� � Z � �, o � W Q K u�i L� � � � m2 W �U U � W �� > W � � j � � � ti W a � E gi Z Q � m Z F H U a � � z � U � 2 F- Z � W J O > Z � � Z � LL U O Z � � � � S �0 ��..qq d � T a� � � rn= W m "� Q ��"'Z Ao � � � � E ai � m Z H U Z � ti Q U 0 � � Q O � N m � N Z F U W O � a ui F N N N a N N 0 � N � a� � FORTWORTH� TRANSPORTATION AND PUBLIC WORKS March 10, 2021 North Texas Contracting 4999 Keller-Haslet Rd. Keller, Tx 76244 RE: Acceptance Letter Project Name: Retail Corners Project Type: Water, Sewer, Paving, Drainage & Lighting Improvements City Project No.: 102079 To Whom It May Concern: On February 5, 2021 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 March 10, 2021. 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 March 10, 2021, 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 T. willG�elrn Debbie J. Willhelm (Mar22, 20211627 CDT) Debbie Wilhelm, Project Manager Cc: Steve Cisneros, Inspector Mike Glover, Inspection Supervisor Daniel Roy, Senior Inspector Victor Tornero, Program Manager Kimley-Horn, Consultant North Texas, Contractor Retail Corners, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 BILLS PAID AFFIDAVIT FOR CONTRACTOR State of Texas County of Tarrant BEFORE ME, the undersigned autl�ority, on this day personally appeared Carson Collier. known to me to be a credible person and officer of North Texas Contractin�.�. Inc. and who, being duly sworn, upon his oafl� declares and acknowledges as follows: l. I am a duly authorized agent of North Texas Contractin�,. Iilc., which has authorized me to make this affidavit, and all of the recitations herein are tnae and correct. 2. Pursuant to City of Fort Worth Contract No. 102079 between Cit. of Fort Worth and North Texas Contractin��. Inc. for PavimY and Draina7e Improvements to Serve Retail Corners, North Texas Contractin��, Inc. has supplied materials and performed labor in connection with the construction of improvements on real properly owned by the City of Fort Worth ("the improvements"). 3. No_rth Texas Contractin�, Inc. has actual knowledge that all bills owed by Cit� of Fort Worth to North Texas Contractint_. Inc. for materials supplied or labor performed in connection with the improvements have been fully paid and satisfied. 4. North Texas Contractin��. Inc. has actual knowledge that all bills owed by North Texas Contractin�, Inc. to others for materials supplied or labor performed in connection with the improvements have been fully paid and satisfied. 5. North Texas Contractin�. Inc. has actual knowledge that there are no claims or liens for materials supplied or labor performed in connection with the City of Fort Worth Contract. 6. North Texas Contractin��. Inc. further warrants that should any claim or lien be iiled for material supplied or labor performed in connection with the City of Fort Worth Contract, North Texas ContractinF,,, Inc. will immediately furnish a bond pursuant to Texas Property Code Sections 53.236 through 53.238 for release of each the claim or lien, obtain settlement of any claim or lien, and furnish the City of Fort Worth written full release. North Texas Contractin�,�. Inc. agrees to fully indemnify and hold harmless the City of Fort Worth from any and all costs that may occur by reason of such claims or liens. EXECUTED this i$ day of ����+ , 20z� North Texas Contractin��, Inc. By �---���i� � NAIvIE: Carson Collier TITLE: PM STATE OF TEXAS COUNTY OF TARRANT This instrument was acknowledged before me on 3 � i� �t,� by Carson Collier, Project Mana�er of North Texas Contractin�" I�c. a Texas corporation, on behalf of said corporation. [NOTARY PUBLIC STAMP] v ;�� Dean Gatrei Horning � , My Canmisswn Exptres ��:�:r oe/2712024 .�� ID No 132645903 �—�Y� NOTARY PUBLIC '� ` ^ CONSENT OF OWNER ❑ SURETY COMPANY ARCHlTECT ❑ TO FINAL PAYMENT SURE �y CTOR a Conforms with the American Enstitute af OTHER Architects, AIA �ocument G707 Bond No SU1159807 PROJECT: Iname, address)Retail Corners Tort Worth, TX TO (Owner� � � ARCHITECT'S PROJECT NO: CityProjectNo. ]02079 RETAIL CORNERS, LLC & CITY OF FORT WORTN CONTRACT FOR: 1000 Throckmorton Water, Sanitary Sewer, Drainage, Paving, & Street Lighting Improvements for RetaiV Comers Fortwortn TX 76102 _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 Shere insert name end address of Surety Company) ARCH lNSURANCE COMPANY Harborside 3, 21D Hudson Street, Suite 300 Jersey City NJ 07311-1107 , SURETY COMPANY on bond of (here insert name and eddress of Contractor} NORTH TEXAS CONTRACTING, INC. 4999 Keller Haslet Rd. Keller TX 76248 , CONTRACTOR, hereby approves of the final payment to the Cantractor, and agrees tha# final payment to the Contractor shall not relieve the Surety Company o€ any of its obligations to (here insert name and address of Owner) RETAIL CORNERS, LLC & CITY OF FORT WORTH 1000 Throckmorton Fort Worth TX 76102 as set forth in the said Surety Company`s bond. IN WITNESS, WHEREOF, the Surety Company has hereunto set its hand this 16th day of March, 202� ARCH INSURANCE COMPANY , OWNER, Surety Company _�� Attest: /�1 ` ���' r � c'�' � �.,C� (Seal): `�°��� �°°�'v�' " '�`�-" Signature of Autltorized Representa.tive Robbi Morales Attorney-in-Fact Title NOTE: This form is ta be used as a companion document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, CurreM Edition ONE PAGE AIC 0000329292 This Power ofAttorney limits the acls of those named laerein, and they laave no authority to bind the Company zrcept in the manner and to the estent herein stated. Nat valid for Note, Loan, Lettep af 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. Corneil, Joshua Saunders, Kelly A. Westbrook, Ricardo J. Reyna, Robbi Morales, Sophinie Hunter, Tina McEwan and Tonie 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 pena] sum not exceeding Ninei� Million Dollars i 90.000.000.00 i. This authority does not permit the same obligation to be split into two or more bonds In order to bring each such bond rvithin 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 6een duly executed and acknowledged by its regularly elected officers at its principal administrative ofFce in Jersey City, New Jersey. This Power of Attomey is executed by authority of resolutions adopted by unanimous consent ofthe Board of Directors of the Company on December 11, 2020, 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 5urety Business Division, or their appointees designaTed in writing and filed with the Secretary, or the Secretary sha11 have the power and authority to appoint agents and attomeys-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 Compauy 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 Attomey 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 December 1 I, 2020: VOTED, That the signature of the Chairman of the Board, tl�e 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 a�xed by facsimite on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on December 11, 2020, 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 6th dav of Januarv, 2021 Attested and CertiTied � ,��--- Regan A. Shulman, Secretary STATE OF PENNSYLVANIA SS COUNTY OF PHILADELPHIA SS �- � WK/Z7iiATE SEAR t971 \ MiS�011f� / Arch Insurance Company ���' �� __ _ �,, � � �.�f_ _ Stephen C. Ruschak, F�cecutive Vice President I, Michele Tripodi, a Notary Public, do hereby certify that Regan A. Shulman and Stephen C. Ruschak personally known to me to be the sa�ne persons whose names are respectively as Secretary and Executive Vice Presidenf 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. � �AI-71i Of hil�re�VLVANIA qOTARUiSEAI IAYC110.E TRM00s, Motary P�k Cqy e! PM�delph4. fAWa. Ga�sty My Caer�slon Ea�Sres.tutY Ii, 2021 ��f .rX_� �.�/� Jt� ._ � Michele Tripodi, Notary Public My commission expires 07/31/2021 CERTIFICATION I, Regan A. Shulman , Secretary ofthe Arch Insurance Company, do hereby certify that the attached Power of Attorney dated Januar� 6. 2021 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 Stephen C. Ruschak, who executed the Power of Attomey as Executive Vice President, was on the date of execution of the attached Power of Attomey 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 this 16tMay of March , 2Q 21 . � ' ^_ � U`, Regan A. Shulman, Secretary This Power of Attomey 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. ���1 PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: �" �'d Arch Insurance — Surety Division � � 3 Parkway, Suite 1500 W1tMt�nyg Philadelphia, PA 19102 V s� � ]9Jl MLStQYf� To verify the authenticity of this Power of Attorney, please contact Arch Insuronce �ompony at SuretyAuthentic@a`rchinsurance. Pleuse 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.