Loading...
HomeMy WebLinkAboutContract 54473-FP2 City Secretary 54473 -FP2 Contract No. FORT WORTH, Date Received Feb 15, 2022 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: WILLOW SPRINGS PHASE 1 B City Project No.: 102181 Improvement Type(s): ❑X Paving ❑X Drainage ❑X Street Signs ❑ Traffic Signals Original Contract Price: $2,106,463.05 Amount of Appro\,ed Change Order(s): Revised Contract Amount: Total Cost of Work Complete: $2,106,463.05 s Feb 11,2022 Jacob Gatewood(Feb 11,2022 11:37 CST) Contractor Date Project Manager Title Conatser Construction TXLP Company Name A&ha Feb 11,2022 Jesse davis(Feb 11,202212:45 CST) Project Inspector Date c�aP P.c' Feb 11,2022 Project Manager Date r 7a rre 'GettAW-9Gef Janie Scarlett Morales(Feb 12,2022 12:07 CST) Feb 12,2022 CFA Manager Date bay B�A/cy� Dana Burghdoff(F6 14,20 09:44 CST) Feb 14,2022 Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT.WORTH, TX Notice of Project Completion Project Name:WILLOW SPRINGS PHASE 1 B City Project No.: 102181 City's Attachments Final Pay Estimate ❑x Change Order(s): ❑ Yes ❑x N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 150 WD Days Charged: 288 Work Start Date: 10/19/2020 Work Complete Date: 1/28/2022 Page 2 of 2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name WILLOW SPRINGS PHASE 1B Contract Limits Project Type STORM DRAIN&PAVING City Project Numbers 102181 DOE Number 2181 Estimate Number 1 Payment Number I For Period Ending 2/10/2022 WD City Secretary Contract Number Contract Time 15UM Contract Date Days Charged to Date 288 Project Manager NA Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors GLOVER / DAVIS Thursday,February 10,2022 Page 1 of 5 City Project Numbers 102181 DOE Number 2181 Contract Name WILLOW SPRINGS PHASE 1B Estimate Number 1 Contract Limits Payment Number 1 Project Type STORM DRAIN&PAVING For Period Ending 2/10/2022 Project Funding STORM DRAIN Item Estimated Estimated Completed Completed Description of Items Unit Unit Cost No. Quanity Total Quanity Total --------------------------------------- 1 7x5 Box Culvert 335 LF $415.00 $139,025.00 335 $139,025.00 2 54'RCP 541 LF $210.00 $113,610.00 541 $113,610.00 3 48"RCP 663 LF $150.00 $99,450.00 663 $99,450.00 4 42"RCP 198 LF $130.00 $25,740.00 198 $25,740.00 5 36"RCP 617 LF $95.00 $58,615.00 617 $58,615.00 6 27"RCP 571 LF $65.00 $37,115.00 571 $37,115.00 7 24"RCP 807 LF $60.00 $48,420.00 807 $48,420.00 8 21"RCP 491 LF $55.00 $27,005.00 491 $27,005.00 9 10'CURB INLET 24 EA $3,200.00 $76,800.00 24 $76,800.00 10 4'STORM JUNCTION BOX 5 EA $4,500.00 $22,500.00 5 $22,500.00 11 T STORM JUNCTION BOX 1 EA $5,500.00 $5,500.00 1 $5,500.00 12 6'STORM JUNCTION BOX 2 EA $6,500.00 $13,000.00 2 $13,000.00 13 8'STORM JUNCTION BOX 1 EA $9,500.00 $9,500.00 1 $9,500.00 14 4'DROP INLET 4 EA $4,500.00 $18,000.00 4 $18,000.00 15 6'DROP INLET 2 EA $6,500.00 $13,000.00 2 $13,000.00 16 7'X5'PW-1 2 EA $47,550.00 $95,100.00 2 $95,100.00 17 24"CH-FW 1 EA $2,500.00 $2,500.00 1 $2,500.00 18 27"CH-FW 1 EA $3,000.00 $3,000.00 1 $3,000.00 19 42"CH-FW 1 EA $4,500.00 $4,500.00 1 $4,500.00 20 54"SLOPING HEADWALL 1 EA $5,500.00 $5,500.00 1 $5,500.00 21 36"SLOPING HEADWALL 1 EA $4,000.00 $4,000.00 1 $4,000.00 22 27"SLOPING HEADWALL 1 EA $3,000.00 $3,000.00 1 $3,000.00 23 CONNECT TO EX STORM 2 EA $1,000.00 $2,000.00 2 $2,000.00 24 CONCRETE COLLAR 8 EA $1,000.00 $8,000.00 8 $8,000.00 25 4'MANHOLE RISER 1 EA $1,500.00 $1,500.00 1 $1,500.00 26 LARGE STONE RIPRAP 598 SY $95.00 $56,810.00 598 $56,810.00 27 TRENCH SAFETY 4223 LF $2.00 $8,446.00 4223 $8,446.00 28 TRAFFIC CONTROL 1 MO $1,500.00 $1,500.00 1 $1,500.00 29 HAND RAIL 262 LF $145.00 $37,990.00 262 $37,990.00 Sub-Total of Previous Unit $941,126.00 $941,126.00 Thursday,February 10,2022 Page 2 of 5 City Project Numbers 102181 DOE Number 2181 Contract Name WILLOW SPRINGS PHASE 1B Estimate Number 1 Contract Limits Payment Number 1 Project Type STORM DRAIN&PAVING For Period Ending 2/10/2022 Project Funding PAVING Item Estimated Estimated Completed Completed Description of Items Unit Unit Cost No. Quanity Total Quanity Total --------------------------------------- 1 6'ConcPvmt 25426 SY $35.00 $889,910.00 25426 $889,910.00 2 4'Cone Sidewalk 20607 SF $3.15 $64,912.05 20607 $64,912.05 3 6'Lime Treatment 27180 SY $3.00 $81,540.00 27180 $81,540.00 4 Hydrated Lime 435 TN $185.00 $80,475.00 435 $80,475.00 5 Barrier Free Ramp,Type R-1 16 EA $1,400.00 $22,400.00 16 $22,400.00 6 Barrier Free Ramp,Type P-1 6 EA $1,500.00 $9,000.00 6 $9,000.00 7 Connect to Ex Street Header 2 EA $500.00 $1,000.00 2 $1,000.00 8 End of Road Barricade 4 EA $500.00 $2,000.00 4 $2,000.00 9 Remove End of Road Barricade 2 EA $300.00 $600.00 2 $600.00 10 Traffic Control 1 MO $1,500.00 $1,500.00 1 $1,500.00 Sub-Total of Previous Unit $1,153,337.05 $1,153,337.05 STREET SIGNS Item Estimated Estimated Completed Completed Description of Items Unit Unit Cost No. Quanity Total Quanity Total --------------------------------------- 1 INSTALL ALUM SIGNS GROUND MOUNT 16 EA $750.00 $12,000.00 16 $12,000.00 Sub-Total of Previous Unit $12,000.00 $12,000.00 -------------------------------------- Thursday,February 10,2022 Page 3 of 5 City Project Numbers 102181 DOE Number 2181 Contract Name WILLOW SPRINGS PHASE 113 Estimate Number 1 Contract Limits Payment Number 1 Project Type STORM DRAIN&PAVING For Period Ending 2/10/2022 Project Funding Contract Information Summary Original Contract Amount $2,106,463.05 Change Orders Total Contract Price $2,106,463.05 Total Cost of Work Completed $2,106,463.05 Less %Retained $0.00 Net Earned $2,106,463.05 Earned This Period $2,106,463.05 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 $2,106,463.05 Thursday,February 10,2022 Page 4 of 5 City Project Numbers 102181 DOE Number 2181 Contract Name WILLOW SPRINGS PHASE 113 Estimate Number 1 Contract Limits Payment Number 1 Project Type STORM DRAIN&PAVING For Period Ending 2/10/2022 Project Funding Project Manager NA City Secretary Contract Number Inspectors GLOVER / DAVIS Contract Date Contractor CONATSER CONSTRUCTION TxLP Contract Time 150 WD 5327 WICHITA ST Days Charged to Date 288 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 $2,106,463.05 Less %Retained $0.00 Net Earned $2,106,463.05 Earned This Period $2,106,463.05 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 $2,106,463.05 Thursday,February 10,2022 Page 5 of 5 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS February 2, 2022 Conatser Construction TX, L.P. 5327 Wichita Street Fort Worth,TX 76119 RE: Acceptance Letter Project Name: Willow Springs Phase 1B Project Type: Water&Sanitary Sewer City Project No.: 102181 To Whom It May Concern: On January 28, 2022 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 February 2, 2022. 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 February 2, 2022, 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- 392-7872. Sincerely, Patrick Buckley, Project Manager Cc:Jesse Davis, Inspector Mike Glover, Inspection Supervisor Randy Horton, Senior Inspector Victor Tornero, Program Manager Peloton Land Solutions, Consultant Conatser ConstructionTX, L.P., Contractor Ashton Dallas Residential L.L.C., 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: WILLOW SPRINGS PH. 1B WATER, SANITARY SEWER, DRAINAGE, & PAVING IMPROVEMENTS DOE#: N/A CFA PRJ#: 20-0009 CITY PROJECT #: 102181 CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP Brock Huggin Subscribed and sworn to before me this I 1 Tx day of February, 2022. Emp. w�1��RiNe RosENot Public in Tarrant Coun Texas ' NOTARY PUBLIC ' tY�0#.433467933;�, C S of Texas.Exp.11-3MOS 'CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond No 0232101 PROJECT: (name, address)Willow Springs Phase 1 B Fort Worth, TX TO (Owner) ASHTON DALLAS RESIDENTIAL,LLC AND CITY OF ARCHITECT'S PROJECT NO: CFA No.20-0009 FORT WORTH CONTRACT FOR: 1800 Valley View Lane,Suite 100 Wil Water,low Springs Phase 1B Sanitary Sewer,Storm Drain,and Paving Improvements for Farmers Branch TX 75324 __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) ASHTON DALLAS RESIDENTIAL, LLC AND CITY OF FORT WORTH 1800 Valley View Lane, Suite 100 Farmers Branch TX 75324 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS, WHEREOF, the Surety Company has hereunto set its hand this loth day of February,2022 BERKLEY INSURANCE COMPANY Surety Company Attest: (Seal): , 4�`9-1 Signature of Authorized Representative Rol::b 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 r • 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 V►'EIEREOF,the Company has caused these presents to_be signed and attested by its appropriate officers and its ffi corporate seal hereunto axed this end day of June 2020 Attest Berki insurance Company By S'191 i l' Ir ederman y Je r after Executive Vice President&Secretary Se ' resident STATE OF CONIItECTICUT) ) ss: COUNTY OF F IRFi'IELD ) Sworn to before me, a Notary Public in the State of Connecticut,this 2nd day of June , _2020 ,by Ira S.Lederman and Jeffrey M. Hafter who are sworn to me to be the Executive Vice—Presidentj.44fSecretaxy, and t o Senior Vice President, respectively,of Berkley Insurance Company. M RIA 0 AUNDB c�CONNECTIER MY COMMISSION EXPIRES - APHIL30,2024 _'otary Public,State of Connecticut CERTIFICATE 1,the undersigned,Assistant Secretary of BERKLEY INSURANCE COMPANY,DO HEREBY 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 an4_thR Nhe authority of the Artomey-in Fact set forth therein, who executed the bond or nndertaking to which this Power of k1;ne shed,is in full force and effect as ofthis date. dor my Band and seal of the Company,this 10th day of Februa 2022 senoxi z� `co eAwAR` Vincent P.Forte 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: WILLOW SPRINGS PH. 1B WATER, SANITARY SEWER, DRAINAGE, & PAVING IMPROVEMENTS DOE#: N/A CFA PRJ#: 20-0009 CITY PROJECT #: 102181 CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP Brock Huggin Subscribed and sworn to before me this I 1 Tx day of February, 2022. Emp. w�1��RiNe RosENot Public in Tarrant Coun Texas ' NOTARY PUBLIC ' tY�0#.433467933;�, C S of Texas.Exp.11-3MOS 'CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond No 0232101 PROJECT: (name, address)Willow Springs Phase 1 B Fort Worth, TX TO (Owner) ASHTON DALLAS RESIDENTIAL,LLC AND CITY OF ARCHITECT'S PROJECT NO: CFA No.20-0009 FORT WORTH CONTRACT FOR: 1800 Valley View Lane,Suite 100 Wil Water,low Springs Phase 1B Sanitary Sewer,Storm Drain,and Paving Improvements for Farmers Branch TX 75324 __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) ASHTON DALLAS RESIDENTIAL, LLC AND CITY OF FORT WORTH 1800 Valley View Lane, Suite 100 Farmers Branch TX 75324 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS, WHEREOF, the Surety Company has hereunto set its hand this loth day of February,2022 BERKLEY INSURANCE COMPANY Surety Company Attest: (Seal): , 4�`9-1 Signature of Authorized Representative Rol::b 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 r • 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 V►'EIEREOF,the Company has caused these presents to_be signed and attested by its appropriate officers and its ffi corporate seal hereunto axed this end day of June 2020 Attest Berki insurance Company By S'191 i l' Ir ederman y Je r after Executive Vice President&Secretary Se ' resident STATE OF CONIItECTICUT) ) ss: COUNTY OF F IRFi'IELD ) Sworn to before me, a Notary Public in the State of Connecticut,this 2nd day of June , _2020 ,by Ira S.Lederman and Jeffrey M. Hafter who are sworn to me to be the Executive Vice—Presidentj.44fSecretaxy, and t o Senior Vice President, respectively,of Berkley Insurance Company. M RIA 0 AUNDB c�CONNECTIER MY COMMISSION EXPIRES - APHIL30,2024 _'otary Public,State of Connecticut CERTIFICATE 1,the undersigned,Assistant Secretary of BERKLEY INSURANCE COMPANY,DO HEREBY 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 an4_thR Nhe authority of the Artomey-in Fact set forth therein, who executed the bond or nndertaking to which this Power of k1;ne shed,is in full force and effect as ofthis date. dor my Band and seal of the Company,this 10th day of Februa 2022 senoxi z� `co eAwAR` Vincent P.Forte