Loading...
HomeMy WebLinkAboutContract 54185-FP3 City Secretary 54185 FP3 Contract No. FORTWORTH, Date Received Sep 14,2021 —Tqr,— 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 Center North Litsey Road City Project No.: 102505 Improvement Type(s): ® Paving x❑ Drainage x❑ Street Lights ❑ Traffic Signals Original Contract Price: $2,155,757.00 Amount of Approved Change Order(s): $144,718.00 Revised Contract Amount: $2,300,475.00� Total Cost of Work Complete: $2,300,475.00 ieremiah"Patto 202114:25 CDT' Sep 13, 2021 Contractor Date Project Manager Title Conatser Construction Company Name GarYDeyon( e ,20 Sep 13, 2021 Project Inspector Date a�6��. a)=� Sep 14, 2021 Project Manager Date wz Sep 14, 2021 CFA Manager Date P�'�:43 CDT)CDT) Sep 14, 2021 Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX Notice of Project Completion Project Name:Alliance Center North Litsey Road City Project No.: 102505 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: 130 WD Days Charged: 64 Work Start Date: 8/17/2020 Work Complete Date: 8/31/2021 Completed number of Soil Lab Test: 232 Completed number of Water Test: 22 Page 2 of 2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name ALLIANCE CENTER NORTH LTPSEY ROAD Contract Limits Project Type DRAINAGE,PAVING,LIGHTS City Project Numbers 102505 DOE Number 2505 Estimate Number 1 Payment Number 1 For Period Ending 8/31/2021 WD City Secretary Contract Number Contract Time 138✓D Contract Date 2/25/2020 Days Charged to Date 64 Project Manager NA Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors CORDOVA,R / MCFADIN,M Friday,September 10,2021 Page 1 of 6 City Project Numbers 102505 DOE Number 2505 Contract Name ALLIANCE CENTER NORTH LITSEY ROAD Estimate Number I Contract Limits Payment Number I Project Type DRAINAGE,PAVING,LIGHTS For Period Ending 8/31/2021 Project Funding UNIT II:DRAINAGE IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 MEDIUM STONE RIPRAP DRY(CO#2) 1352 SY $75.00 $101,400.00 1352 $101,400.00 2 21"RCP CLASS III(CO#1) 223 LF $60.00 $13,380.00 223 $13,380.00 3 24"RCP CLASS III 186 LF $70.00 $13,020.00 186 $13,020.00 4 42"RCP CLASS III 64 LF $150.00 $9,600.00 64 $9,600.00 5 54"RCP CLASS III 239 LF $210.00 $50,190.00 239 $50,190.00 6 4X4 BOX CULVERT 400 LF $250.00 $100,000.00 400 $100,000.00 7 6X4 BOX CULVERT 643 LF $335.00 $215,405.00 643 $215,405.00 8 6'STORM JUNCTION BOX I EA $6,500.00 $6,500.00 1 $6,500.00 9 T STORM JUNCTION BOX 2 EA $7,500.00 $15,000.00 2 $15,000.00 10 HEADWALL BOX CULVERT TYPE PW 2 EA $24,500.00 $49,000.00 2 $49,000.00 11 10'CUB INLET 8 EA $3,400.00 $27,200.00 8 $27,200.00 12 (4)6'X6'MBC 192 LF $1,700.00 $326,400.00 192 $326,400.00 13 TRENCH SAFETY(CO#1) 1947 LF $1.00 $1,947.00 1947 $1,947.00 14 4'STACKED MANHOLE 2 EA $4,500.00 $9,000.00 2 $9,000.00 15 REMOVE AND REPLACE 10'CURB INLET(CO I EA $6,500.00 $6,500.00 1 $6,500.00 #1) -------------------------------------- Sub-Total of Previous Unit $944,542.00 $944,542.00 UNIT III:PAVING IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 REMOVE RIP RAP 12519 SF $2.00 $25,038.00 12519 $25,038.00 2 REMOVEHEADWALL/SET 1 EA $1,500.00 $1,500.00 1 $1,500.00 3 UNCLASSIFIED EXCAVATION BY PLAN CUT 4682 CY $5.00 $23,410.00 4682 $23,410.00 PER PLAN 4 BORROW BY PLAN(FILL PER PLAN) 24244 CY $6.50 $157,586.00 24244 $157,586.00 5 SWPPP I ACRE I LS $18,500.00 $18,500.00 1 $18,500.00 6 HYDRATED LIME(CO#1) 291 TN $185.00 $53,835.00 291 $53,835.00 7 8"LIME TREATMENT 10762 SY $4.00 $43,048.00 10762 $43,048.00 8 10"CONC PVMT 10389 SY $64.00 $664,896.00 10389 $664,896.00 9 6"CONC CURB AND GUTTER 3223 LF $2.00 $6,446.00 3223 $6,446.00 10 4"SLD PVMT MARKING HAS(W) 293 LF $2.00 $586.00 293 $586.00 Friday,September 10,2021 Page 2 of 6 I City Project Numbers 102505 DOE Number 2505 Contract Name ALLIANCE CENTER NORTH LITSEY ROAD Estimate Number 1 Contract Limits Payment Number 1 Project Type DRAINAGE,PAVING,LIGHTS For Period Ending 8/31/2021 Project Funding 11 4"SLD PVMT MARKING HAS(Y) 4290 LF $2.00 $8,580.00 4290 $8,580.00 12 4"BRK PVMT MARKING HAS(W) 798 LF $2.00 $1,596.00 798 $1,596.00 13 4"BRK PVMT MARKING HAS(Y) 864 LF $2.00 $1,728.00 864 $1,728.00 14 8"SLD PVMT MARKING HAS(Y) 69 LF $4.00 $276.00 69 $276.00 15 LANE LEGEND DBL ARROW 10 EA $350.00 $3,500.00 10 $3,500.00 16 REFL RAISED MARKER TY II-A-A 69 EA $4.00 $276.00 69 $276.00 17 REFL RAISED MARKER TY II-C-R 80 EA $4.00 $320.00 80 $320.00 18 TOPSOIL 1296 CY $18.00 $23,328.00 1296 $23,328.00 19 SEEDING,HYDROMULCH 5832 SY $1.00 $5,832.00 5832 $5,832.00 20 MANHOLE ADJUSTMENT MINOR 3 EA $500.00 $1,500.00 3 $1,500.00 21 TRAFFIC CONTROL 3 MO $1,500.00 $4,500.00 3 $4,500.00 22 PLACE 7-STRAND BARB WIRE FENCE 4325 LF $6.00 $25,950.00 4325 $25,950.00 23 REMOVE ROAD BARRICADE 62 LF $10.00 $620.00 62 $620.00 24 CONNECT TO EX.HEADER 57 LF $30.00 $1,710.00 57 $1,710.00 25 SALVAGE RIP RAP 5791 SF $2.00 $11,582.00 5791 $11,582.00 26 CLEARING AND GRUBBING(CO#2) 82420 SF $0.50 $41,210.00 82420 $41,210.00 27 UNCLASSIFED EXCAVATION(CO#2) 726 CY $7.00 $5,082.00 726 $5,082.00 28 BORROWED BY PLAN(CO#2) 5362 CY $9.00 $48,258.00 5362 $48,258.00 --------------------------------------- Sub-Total of Previous Unit $1,180,693.00 $1,180,693.00 UNIT IV:STREET LIGHTING Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 CONDT PVC SCH 80(T) 3440 LF $12.00 $41,280.00 3440 $41,280.00 2 NO 8 INSULATED ELEC CONDR 9180 LF $3.00 $27,540.00 9180 $27,540.00 3 NO 10 INSULATED ELEC COND 3290 LF $3.00 $9,870.00 3290 $9,870.00 4 RDWY ILLUM FOUNDATION TY 2,5,6,8 9 EA $1,200.00 $10,800.00 9 $10,800.00 5 FURNISH/INSTALL POWDER COAT BLACK 9 EA $3,200.00 $28,800.00 9 $28,800.00 TYPE 18 POLE 6 FURNISHANSTALL POWDER COAT BLACK 9 EA $600.00 $5,400.00 9 $5,400.00 TYPE 33A ARM 7 FURNISHANSTALL POWDER COAT BLACK 9 EA $800.00 $7,200.00 9 $7,200.00 LED LIGHTING FIXTURE 133 WATT ATB2 8 1/4 CONDT PVC SCH 80(T) 2600 LF $11.00 $28,600.00 2600 $28,600.00 9 NO 2 INSULATED ELEC CONDR 150 LF $3.00 $450.00 150 $450.00 10 NO 6 INSULATED ELEC CONDR 2600 LF $3.00 $7,800.00 2600 $7,800.00 Friday,September 10,2021 Page 3 of 6 City Project Numbers 102505 DOE Number 2505 Contract Name ALLIANCE CENTER NORTH LITSEY ROAD Estimate Number I Contract Limits Payment Number I Project Type DRAINAGE,PAVING,LIGHTS For Period Ending 8/31/2021 Project Funding I I ELECTRIC METER PEDESTAL WITH I EA $7,500.00 $7,500.00 1 $7,500.00 TRANSOCKET -------------------------------------- Sub-Total of Previous Unit $175,240.00 $175,240.00 -------------------------------------- Friday,September 10,2021 Page 4 of 6 City Project Numbers 102505 DOE Number 2505 Contract Name ALLIANCE CENTER NORTH LITSEY ROAD Estimate Number I Contract Limits Payment Number I Project Type DRAINAGE,PAVING,LIGHTS For Period Ending 8/31/2021 Project Funding Contract Information Summary Original Contract Amount $2,155,757.00 Change Orders Change Order Number 1 $19,568.00 Change Order Number 2 $125,150.00 Total Contract Price $2,300,475.00 Total Cost of Work Completed $2,300,475.00 Less %Retained $0.00 Net Earned $2,300,475.00 Earned This Period $2,300,475.00 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 $2,300,475.00 Friday,September 10,2021 Page 5 of 6 City Project Numbers 102505 DOE Number 2505 Contract Name ALLIANCE CENTER NORTH LITSEY ROAD Estimate Number 1 Contract Limits Payment Number 1 Project Type DRAINAGE,PAVING,LIGHTS For Period Ending 8/31/2021 Project Funding Project Manager NA City Secretary Contract Number Inspectors CORDOVA,R / MCFADIN,M Contract Date 2/25/2020 Contractor CONATSER CONSTRUCTION TxLP Contract Time 130 WD 5327 WICHITA ST Days Charged to Date 64 WD 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 $2,300,475.00 Less %Retained $0.00 Net Earned $2,300,475.00 Earned This Period $2,300,475.00 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 $2,300,475.00 Friday,September 10,2021 Page 6 of 6 DEVELOPER-AWARDED-PROJECT CHANGE ORDER PROJECT NAME: Alliance Center North-Litsev Road-Sta 4+09.45 to 20+43.62 CHANGE CONTRACT: Storm Drain Paving,Water,&Street Li ht Improvements ORDER No: CFA# 20-0015 CITY PARTICIPATION:1 NO CITY PROJECT# 102505 1 FID# 30114-0200431-102505-EO7685 FILE# K-2732 INSPECTOR: Riley Roberson Phone No: 682-213-1837 PROJECT MANAGER: Mitch Holmes Phone No: 817-392-6826 CONTRACT UNIT WATER SEWER PAVING DRAINAGE STREETLIGHTS TxDOT CONTRACT Developer Developer Developer Develop- Developer DAYS Cost Cary coat cost Ci Cost Developer Cosl Ci cost Cost Gty Cost cost City Cost Cost Cilycom ORIGINAL CONTRACT 523,945.00 $1,096,063.00 5884,454,OD S175,240.00 5158,406.5D 130 EXTRAS TO DATE CREDITS TO DATE CONTRACT TO DATE $23.945.00 50.00 $D.OD Moo $1,096,063.00 $000 $884.454.00 50.00 S175,240.00 $0.00 S153,40&5D $0.00 130 AMOUNT OF PROP.CHANGE ORDER $2,400.OD $12,580.00 $6,988.00 0 REVISED CONTRACT AMOUNT $26,745.00 $0.00 $0.00 MOO $1,108,643.OD 5000 1"1,44200 $0.OD $175,240.00 $0.00 S158,406.50 1 50.00 130 TOTAL REVISED CONTRACT AMOUNT PER UNIT $26,345.00 50.00 $1,108,643A0 $891.442-00 $175.240.00 $158,406.W REVISED COST SHARE Dev.Cost $2,360,076.50 City Cost 50.00 TOTAL REVISED CONTRACT $2,360,076.50 Revised:10-12-2011 Page 1 You are directed to make the follmdng changes in the contact documents: UNIT I-WATER IMPROVEMENTS CITY BID PAY ITEM ITEM OUANTITY UNIT ITFI.I DESCRIPTION UNR PRIiF&nk.. 2 33122203 1 EA 331222032"Wztu Service $2TOTAL WATER UNIT II-PAVING IMPROVEMENTS CITY BID PAY REl.1. REI.1: OVAMITY UNITITEI.I DESCRIPTION UNITPRICE TOTAL 6 3211.0400 63 TN 3211.0400 Hydrated Urne S185.001 $12,580.00 TOTAL PAVING 1 $12.580.00 UNIT 11-DRAINAGE IMPROVEMENTS CITY BID PAY ITEM ITEM OUANTRY UNR REM DESCRIPTION UNITPRICE TOTAL 2 3341.0201 1 8 1 LF 1 3341.0201 21'RCP.Class III 560.00 5480.00 13 3305.010a 8 LF 3305.0109 Trench Safety New 15 _999.0002 1 EA 1 9999.0002 Remove and Ra,ace 10'Curb Inlet I $6 500.00 56.500.00 TOTAL DRAINAGE $6,988.00 REASONS FOR CHANGE ORDER: Added 2'Water Service for irrigation to serve adjacent site(ACN Lot 1,Block 2).Changes correspond to Revision#1 as shmm on sheets C601&C602. Moved slomr drain Inlet location.Changes correspond to Revision 41 as sh—on sheet C506. Amount of hydrated lime.Ibley,increased from 41.5Iblsy to 541b1syper Terra— NO CITY FUNDS INVOLVED IN THIS CONTRACT.DEVELOPER IS RESPONSIBLE FOR 100%OF THE CHANGE ORDER COST ANO NO REIMBURSEMENT FROM THE CITY VOLL BESOUGHT BY THE DEVELOPER RECOMMENDED: APPROVED: APPROVED: Pelolon Land I�rlr�c Hillvm',',�_C}n Iiia(ncJ�rvrvices Conat e n lion TY,LP BY J� B..JL(G ICJ G ..�� BY• .Y ✓ I /� {� 'I Name:Kola Weber,P.E. None: Jam+ v V 5 C&-'N 194 G � Name: Ad8 Bums Title:Project Enotneer Title: V P Title: Manager REVIEWED By Mitch Holmes at 2:52 pm,Apr 07,2021 Revised:1042-2011 Page 2 DEVELOPER-AWARDED-PROJECT CHANGE ORDER PROJECT NAME: Alliance Center North-Litsey Road-Ste 4+09.45 to 20+43.62 CHANGE CONTRACT: Storrs Drain,Paving.Water,&Street Light Improvements ORDER No: CFA# 20-0015 CITY PARTICIPATION: NO CITY PROJECT# 102505 2 FID# 30114-0200431-1025D5-EO7685 FILE# K-2732 INSPECTOR: Riley Roberson Phone No: 682-213-1837 PROJECT MANAGER: Mitch Holmes Phone No: 817-392-6826 CONTRACT UNIT WATER SEWER PAVING DRAINAGE STREET LIGHTS T.DOT CONTRACT Developer Developer Developer Developer Developer DAYS Cost City Cost Cost City Cost Developer Cost City Cost Cost City Cost Cost City Cost Cost City Cost ORIGINAL CONTRACT $23,945.00 $1,096,063.0D $884,454.00 $175,240.01) $158,06.50 130 EXTRAS TO DATE $2,400.00 $12,580.00 $6,938.00 CREDITS TO DATE CONTRACTTODATE $26,345.00 S0.00 $0.00 $0.00 $1,108,643,00 $0.00 $891,44700 $0.00 $175,240.00 $0.00 $158,405.50 50.00 130 AMOUNT OF PROP.CHANGE ORDER $72,050.00 $53,100.00 0 REVISED CONTRACT AMOUNT $26,30.00 1 S0.00 $0.00 1 $0.00 $1,180.693.00 $0.00 $944,542.00 $0.00 $175,240.DD $0.00 $158,406.50 $0.00 130 TOTAL REVISED CONTRACT AMOUNT PER UNIT $26,345.00 $0.00 $1,180,693.00 $944,$42.DD $175,24D.DD $t 58,406.50 REVISED COST SHARE Dev.Cost: $2.485,226.50 City Cost: $0.00 TOTAL REVISED CONTRACT $2,485,226.50 Revised:10-12-2011 Page 1 You are directed to make the follmvdng changes in the contract documents. UNIT II-PAVING IMPROVEMENTS GIN BID PAY ITEM C QUANTITY UNIT ITEM DESCRIPITON UNIT PRIG TOTAL 3 3123.0101 726 Cy 3123.0101 Undessifizd ExravaGon Plan(Cut Per Plan) 57.OD $5,4 3123.0103 5362 CY 3123.0103 Borrwr by Flan(Fdl Per Pun) 26 9999.0007 37420 SF 59.00 $48,256.00062A0 9999.0007 Clearing and Grubbrg TOTAL PAVING 50.( 578,710.00 572,050.00 UNIT II-DRAINAGE IMPROVEMENTS CITY BID PAY ITEM# ITEA",„9 QUANTITY UNIT ITEM DESCRIPTION 1 3137.0104 703 SY UNIT PRICE TOTAL 3137.010a Medium Stone Ripap,dry $75.00 S53.100.00 TOTAL DRAINAGE 553,1 00.00 REASONS FOR CHANGE ORDER: Extended channel grading corresponds to ReAsion"1 as sho•.m on sheets C402,C501.and C901. NO CITY FUNDS INVOLVED IN THIS CONTRACT,DEVELOPER IS RESPONSIBLE FOR 100%OF THE CHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CITY VALL BE SOUGHT BY THE DEVELOPER. RECOMMENDED- APPROVED: APPROVED: P loton Land Solutions,Inc Hill Allia erfices, C Conatser C truc5on TX,LP S)r BY• By.. r / • Name: ole Weber,P.E. Na I aC G S( .r .' ' Name: Ada Bums Title:Project Enaineer Tide: v Tide: Manager REVIEWED By Mitch Holmes at 9:19 am, Jun 11, 2021 Revised:t0-12.2011 Page 2 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS September 1,2016 Conatser Construction 5327 Wichita St. Forest Hill,Tx 76119 RE: Acceptance Letter Project Name:Alliance Center North Litsey Road Project Type:Storm Drain, Paving,Water, &Street Light Improvements City Project No.: 102505 To Whom It May Concern: On June 15, 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 September 1, 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 September 1, 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- 392-2373. Sincerely, ve66�� uJ�l Yogesh Patel, Project Manager Cc: Mark McFadin, Inspector Ron Cordova, Inspection Supervisor Gary Deyon, Senior Inspector Victor Tornero, Program Manager Peloton Land Solutions,Consultant Conatser Construction,Contractor Hillwood Alliance Services, LLC, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev.8/20/19 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 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 CENTER NORTH—LITSEY RD. PAVING & STORM DRAIN IMPROVEMENTS DOE#: N/A CFA PRJ#: 20-0015 CITY PROJCT #: 102505 CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP f Brock Hugging Subscribed and sworn to before me this 91h day of September, 2021 KAMRA HOERIG '�VW . *;��, Notary Public,state of Texas Notary Public in Taman County, Texas ; ✓N comm.Expires 08/1 5 12 02 3 Notary ID 13213162-8 J -CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT El CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AEA Document 6707 Bond No 0229601 PROJECT: (name, addreSS)Alliance Center North-Litsey Road Fort Worth,TX TO (Owner) City Project HILLWOOD ALLIANCE SERVICES,LLC AND THE ARCHITECT'S PROJECT NO: #102505 CITY OF FORT WORTH CONTRACT FOR: Paving&Storm Drain Improvements to serve Alliance Center North- Litsey Road Sta.4+09.45 to Sia.20+433.62 L 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 (here 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 TX , OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WITEREOF, the Surety Company has hereunto set its hand this 3rd day of September, 2021 BERKLEY INSURANCE COMPANY Surety Company Attest: � - (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 No. BI-7280j-el 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; Robbi Morales;Kelly A. Westbrook; Tina McEwan,Joshua A. Saunders; or Tonie Petranek of Aon 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 deliver any and all bonds and undertakings,with the exception of Financial Guaranty Insurance, providing that no single obligation 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 executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. 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 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 hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such attorney-in-fact and revoke any power of attorney previously granted;and further RESOLVED, that such power of attorney limits the acts of those named therein to the bonds,undertakings, recognizances, or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner 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 RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed 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 though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Company,notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued. 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 2nd day of June 2020 /�,,0Su NCp Attest I *Ilns�urmc4eCompany Jr `y,+ y`��,1Ia0 Executive Price President&Secretary:�:an Jan esident STATE OF CONNECTICUT) ) ss: COUNTY OF FAIltMI D ) Swom to before me, a Rotary Public in the State of Connecticut,this 2nd day of_ June 2020 ,by Ira S_Lederman and Jeffrey M. Rafter who are sworn to me to be the Executive Vice Presiden Secretary, aZt - ior Vice President, respectively,of Berkley Iusuraauce Company. I CRy anal IMNNOTA ' COMMISSIONIG AR ,FteS /laty Public.State of Connecticut CERTIFICATE I,the undersigned,Assistant Secretary of BERICLEY INSURANCE COMPANY,DO THEREBY CERTIFY that the foregoing is a true,correct and complete copy of the original Power of Attorney,that said Power of Attorney has not been revoked or rescinded and thatThe authority of the Attorney-bi Fact set forth therein, who executed The bond or twdertaking to which this Power of URAN nay J,l ched,is in full force and effect as ofthis date. «i�{fi7r:�� der my hand and seal of the Company,this 3rd day of Se a 2021 3975 ., °WPC% Vincant P.Forts