Loading...
HomeMy WebLinkAboutContract 54700-FP2 City Secretary 54700 -FP2 Contract No. FO RT WORTH Date Received Dec 27,2021� 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: Northpointe PH 2 City Project No.: 102552 Improvement Type(s): 0 Paving ® Drainage © Street Lights ❑ Traffic Signals j Original Contract Price: $1,519,007.00 Amount of Approved Change Order(s): -$96,613.001 Revised Contract Amount: $1,422,394.00 Total Cost of Work Complete: $1,422,394.0011 JAC060ATE OODIDec17,202106:33CST) Dec 17, 2021 Contractor Date Project Manager Title Conatser Construction TX, L.P. Company Name ,02 -v,,1 Dec 17,2021 Project Inspector Date KcyA'T�K'r=2(d'4' p — Dec 20,2021 Kiran Konduru,P.E.(Dec 20,202109:47 CST) Project Manager Date Tanle Scarlotf Morales_ Dec 20,2021 Janie Scatlett Morales(Dec 20.2021 10:02 CSL CFA Manager Date Dana Borphdoff 27_2 09:41 C Dec 27,2021 Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT.WORTH, TX Notice of Project Completion Project Name: Northpointe PH 2 City Project No.: 102552 City's Attachments Final Pay Estimate 0 Change Order(s): 0 Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 160 WD Days Charged: 206 Work Start Date: 12/1/2020 Work Complete Date: 12/7/2021 Completed number of Soil Lab Test: 434 Completed number of Water Test: 38 Page 2 of 2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name NORTHPOINTE,PHASE 2 Contract Limits Project Type DRAINAGE,PAVING,STREET LIGHTS City Project Numbers 102552 DOE Number 2552 Estimate Number 1 Payment Number I For Period Ending 12/7/2021 WD City Secretary Contract Number Contract Time 16WD Contract Date 9/14/2020 Days Charged to Date 206 Project Manager NA Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors CORDOVA,R / RUIZ,J Tuesday,February 15,2022 Page I of 5 City Project Numbers 102552 DOE Number 2552 Contract Name NORTHPOINTE,PHASE 2 Estimate Number I Contract Limits Payment Number I Project Type DRAINAGE,PAVING,STREET LIGHTS For Period Ending 12/7/2021 Project Funding UNIT III:DRAINAGE IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 10'CURB INLET 5 EA $3,200.00 $16,000.00 5 $16,000.00 2 15'CURB INLET 16 EA $4,000.00 $64,000.00 16 $64,000.00 3 Y STORM JUNCTION BOX 1 EA $4,000.00 $4,000.00 1 $4,000.00 4 4'STORM JUNCTION BOX 7 EA $4,500.00 $31,500.00 7 $31,500.00 5 8"STORM DRAIN PVC(CO 1) 331 LF $36.00 $11,916.00 331 $11,916.00 6 12"STORM DRAIN PVC(CO 1) 89 LF $40.00 $3,560.00 89 $3,560.00 7 2 1"RCP CLASS III(CO 1) 640 LF $48.00 $30,720.00 640 $30,720.00 8 24"RCP CLASS III 1040 LF $53.00 $55,120.00 1040 $55,120.00 9 30"RCP CLASS 111 329 LF $68.00 $22,372.00 329 $22,372.00 10 33"RCP CLASS 111 498 LF $83.00 $41,334.00 498 $41,334.00 11 36"RCP CLASS III 133 LF $93.00 $12,369.00 133 $12,369.00 12 21"SET 1 PIPE 1 EA $2,250.00 $2,250.00 1 $2,250.00 13 CONNECT TO EXISTING RCP 2 EA $1,000.00 $2,000.00 2 $2,000.00 14 REMOVE HEADWALL&CONNECT TO 2 EA $2,000.00 $4,000.00 2 $4,000.00 EXISTING RCP 15 10"NYLOPLAST INLINE DRAIN W/DOME 8 EA $750.00 $6,000.00 8 $6,000.00 GRATE(CO 1) 16 24"NYLOPLAST INLINE DRAIN BASIN 3 EA $2,500.00 $7,500.00 3 $7,500.00 17 12"LARGE STONE RIPRAP DRY I 1 SY $90.00 $990.00 11 $990.00 18 TRENCH SAFETY 3037 LF $1.00 $3,037.00 3037 $3,037.00 -------------------------------------- Sub-Total of Previous Unit $318,668.00 $318,668.00 UNIT IV:PAVING IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 6"CONC PVMT 20423 SY $33.50 $684,170.50 20423 $684,170.50 2 7.5"CONC PVMT 2760 SY $40.50 $111,780.00 2760 $111,780.00 4 6"LIME TREATMENT 21754 SY $3.00 $65,262.00 21754 $65,262.00 5 8"LIME TREATMENT 2895 SY $3.50 $10,132.50 2895 $10,132.50 6 HYDRATED LIME @ 309/SY 370 TN $180.00 $66,600.00 370 $66,600.00 7 5"CONC SIDEWALK(CO 3) 12 LF $16.25 $195.00 12 $195.00 10 BARRIER FREE RAMP,TYPE R-1 8 EA $1,500.00 $12,000.00 8 $12,000.00 Tuesday,February 15,2022 Page 2 of 5 City Project Numbers 102552 DOE Number 2552 Contract Name NORTHPOINTE,PHASE 2 Estimate Number 1 Contract Limits Payment Number 1 Project Type DRAINAGE,PAVING,STREET LIGHTS For Period Ending 12/7/2021 Project Funding 11 BARRIER FREE RAMP,TYPE P-1 12 EA $1,200.00 $14,400.00 12 $14,400.00 12 CONSTRUCT CONCRETE HEADER 99 LF $20.00 $1,980.00 99 $1,980.00 13 INSTALL TYPE III END-OF-ROAD BARRICADE 3 EA $500.00 $1,500.00 3 $1,500.00 16 FURNISHANSTALL ALUM SIGN GROUND 25 EA $350.00 $8,750.00 25 $8,750.00 MOUNT CITY STD. 17 INSTALL STREET NAME BLADES 14 EA $200.00 $2,800.00 14 $2,800.00 18 INSTAALL STOP SIGN 1 1 EA $300.00 $3,300.00 11 $3,300.00 23 REMOVE BARRICADE&CONNECT TO 5 EA $400.00 $2,000.00 5 $2,000.00 EXISTING STREET -------------------------------------- Sub-Total of Previous Unit $984,870.00 $984,870.00 UNIT V:STREET LIGHTING IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- I RDWY ILLUM TY 11 POLE 22 EA $2,600.00 $57,200.00 22 $57,200.00 2 RDWY ILLUM FOUNDATION TY 1,2,AND 4 22 EA $1,000.00 $22,000.00 22 $22,000.00 3 NO 6 INSULATED ELEC CONDR ALUM#6 862 LF $3.00 $2,586.00 862 $2,586.00 XHHW(CO 2) 4 INSTALL TYPE 33A ARM 22 EA $375.00 $8,250.00 22 $8,250.00 5 ATBO-20BLEDE70-MVOLT-R2-3K-MP-NL-P7 19 EA $650.00 $12,350.00 19 $12,350.00 LUMINAIRE 6 TYPE R4 LUMINAIRE 3 EA $950.00 $2,850.00 3 $2,850.00 7 2"CONDT PVC SCH 80 OPEN CUT(CO 2) 862 LF $10.00 $8,620.00 862 $8,620.00 8 CONNEC TO EXISTING CABLE 5 EA $1,000.00 $5,000.00 5 $5,000.00 -------------------------------------- Sub-Total of Previous Unit $118,856.00 $118,856.00 -------------------------------------- Tuesday,February 15,2022 Page 3 of 5 City Project Numbers 102552 DOE Number 2552 Contract Name NORTHPOINTE,PHASE 2 Estimate Number I Contract Limits Payment Number 1 Project Type DRAINAGE,PAVING,STREET LIGHTS For Period Ending 12/7/2021 Project Funding Contract Information Summary Original Contract Amount $1,519,007.00 Change Orders Change Order Number 1 $3,884.00 Change Order Number 2 ($81,887.00) Change Order Number 3 ($18,610.00) Total Contract Price $1,422,394.00 Total Cost of Work Completed $1,422,394.00 Less %Retained $0.00 Net Earned $1,422,394.00 Earned This Period $1,422,394.00 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 $1,422,394.00 Tuesday,February 15,2022 Page 4 of 5 City Project Numbers 102552 DOE Number 2552 Contract Name NORTHPOINTE,PHASE 2 Estimate Number I Contract Limits Payment Number I Project Type DRAINAGE,PAVING,STREET LIGHTS For Period Ending 12/7/2021 Project Funding Project Manager NA City Secretary Contract Number Inspectors CORDOVA,R / RUIZ,J Contract Date 9/14/2020 Contractor CONATSER CONSTRUCTION TxLP Contract Time 160 WD 5327 WICHITA ST Days Charged to Date 206 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 $1,422,394.00 Less %Retained $0.00 Net Earned $1,422,394.00 Earned This Period $1,422,394.00 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 $1,422,394.00 Tuesday,February 15,2022 Page 5 of 5 DEVELOPER-AWARDED-PROJECT CHANGE ORDER PROJECT NAME: Nor1hpoinle Phase 2 CHANGE CONTRACT: Water,Sewer Pavin Slreel S( ns Storm Drain and Street LI his ORDER No: CFA# 20-0079 CITY PARTICIPATION: NO CITY PROJECT 8 102552 DOE# 10119/2020 1 WATER PROJECT 11 FID 11 3011 4-02 0 0 4 31-1 025 5 2-EO7682 SEW ER PROJECT# FID It 30114-0200431-102552-EO7682 FILE 1l W-2689 INSPECTOR: Doug Bevins Phone No: 682-429-3383 PROJECT MANAGER: Mitch Holmes Phone No: 817-392.6826 CONTRACT UNIT WATER SEWER PAVING I DRAINAGE STREETLIGHTS CONTRACT V3576,271.50 Developer DAYS Oevolo rCazl CI Cozl CityCost Develo or Cost CI CON Develo er Cost City Cosl Cost CI Cost ORIGINAL CONTRACT $517,267.00 $1,003,480.00 $314,764.00 $200.743.00 200 EXTRAS TO DATE CREDITS TO DATE CONTRACT TO DATE $517.267.00 30.00 $0.90 $1.003,480.00 40,00 $314,784.00 $0.00 $200.743.00 $0.00 200AMOUNT OF PROP.CHANGE ORDER $ 3,600.00 $ 3.884.00. REVISED CONTRACTAMOUNT $520,867.00 $0.00 $577.127.60 $0.00 $1,003.480.00 1 40.00 $318.666.00 $0.00 $200.743.00 $0.00 200 TOTAL REVISED CONTRACT AMOUNT PERUNIT $520,867.00 $577,127.60 $1,003,480.00 $318.668.00 $200.743.00 REVISED COST SHARE Dev.Cost: $2,620.885.50 [City Cost: $0.00 III TOTAL REVISED CONTRACT $2.620.885.60 You are directed to make the followln than as in the contract documents: CITY BID 1-11 PAY ITEM r9 R QUANTITY UNIT REM DESCRIPTION UNITPRICE TOTAL UNIT I:WATER IMPROVEMENTS 9' 3312.2103 1 2 FA 112'Waler Service 1800 $ 3600.00 SUB TOTAL UNIT I:WATER IMPROVEMENTS1$ 3600.00 UNIT II:SANITARY SEWER IMPROVEMENTS 8 3331.3101 1 FA 4"Sewer Service 1 850 1 s 850.00 SUB TOTAL UNIT It:SANITARY SEWER IMPROVEMENTS1$ 850.00 UNIT III:DRAINAGE IMPROVEMENTS 5 9999.0003 19 LF 1 8'Storm Drain PVC 36 $ 684.DO 6 1 9999.0004 1 -1 I LF I 12'Slorm Drain PVC 1 40 S 40.00 7 3341.0201 1 5 1 LF 1 21"RCP,Class ill 1 48 $ 240.00 15 9999.0007 1 4 1 EA I i0"Worilast Drain Basin 1 750 $ 3,000.00 SUB TOTAL UNIT It:DRAINAGE IMPROVEMENTS $ 3,884.00 TOTAL CHANGE ORDER 110.1 $ 8334.00 REASONS FOR CHANGE ORDER Adding hvo water servkes to the amenicfy center lot(C-12)and 1 senrr service(C-15).Revising private drainage systems to be further if=walls.(C-50,C-51,C- 53,C-55,C-56.C-50,C-59) NO CITY FUNDS INVOLVED IN THIS CONTRACT.DEVELOPER IS RESPONSIBLE FOR 1001/6 OF THE CHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER. RECOMMENDED: APPROVED: APPROVED: Kimley-Hom 9lulrMY1.andand Construction ConatsseGe"lion TX BY Bryce Eckeberger S,"AI:1'$ '!gym" E-;EA1!3fiA46R('2C4nr) 191Airdy� BY ,. �.. ]enm er E er Name: Bryce Eckeberaer _. Name: Adam ums Title:Protect Manager Title: Authorized Agent Thlo: Manager REVIEWED By Mitch Holmes at 11:18 am, Mar 02, 2021 Revised:10.12-2011 Page 1 I i e / z § / 0 0 � / ) ( 0� q $z ) ® C) ~ m / < � \ ) § jo ) � SR / co 2 § # i C) R z \ \ / � � 22 ° ) / § \ k � N � / � 003 o 04 IL 0ol \ m D g $ \ / \ ƒ } } # ± _ \ \ a) a) 3 ee 2 � \ j \ < ° ° to t \ R b / E � s / 0 , i 2 & o § / ƒ \ \ {Cr' ® ) \ / q f § b o \ \ � � } \ % coa 0 \ \ ) � ) m > \ + R 8 § 4 § k) A m z cl ee ) ) / z 0 0 , 2 0 g ® \ R u o / §% A B w { R ] 0 / B § § / @ ® E \ 5 y \ A 0 » z m m \ / \ § \ \ p P G 0 B § § / ® P # ® # I # u § z ° § § z w ~ R \ § § \ / j \ \ \ § » 0 ) } / \ m o 0 0 _ x = _ 0 [ o 0 < m � � § \\/ (L , U \ § § \ § ) § \ '. \ � { ) § } LL \\ tu 0. (A 0 0 0.w ky>- 0 m ) d) Q ` Ix C) � ~ \ e \,2 rd 0 LU -u 12 0 21: z 8 j 0z p- X-x a) 4b C5 0 LD 0 . � � / � m U 0 �U a F. Q � coo o con Z ❑ O U 0 O O O N U o 0 = U o J N H W o 0 o m W U) 0 h oNo. Oo o m co W 0 U m o 0 0 0 WU Z Z K M �j o 0 _W ❑ voi eoii o U W W U o (9 O Q � 0 o o m ❑ �j o 00 0 o M V w oo m p_ � W tmO cmo. m N N O cM N ❑ p N N F-- U N O cJ c? D U o Z O o U co W 00 OD U Z M Z .m. 0 a O o o c N L _ U o 0 o m N = JCF. 1— O a v v W eNi� U d U o N m o o `• m U U > w n vO W � �• ❑ C dz a) c0) m o o 00 .0 o: coo W E d W c c� p 3 0 U) � uoi, N n N j r� o r is W N ui a r C C N 0 m r rz (n N OO N N N N W o ` U m v 0 W N Q J , � �' _C o 00 0 W N C N O U U o 0 > N •> W m E U o p L M L W v y Y r m 3 CD OO C O _ N > r. o r• N U r• N CD O00 p, N o w w 0 Z > N O a X C) > O U N N ❑ H w Z W 0 ❑ � U O F Q LU Z f W U Q F LiJ Z O F- O O U W U > U :E Ua Z Z NQ Z C) W U C) Ow W , U C) C: U nU Q FWO o¢ co,V a Z Z p OO O N OwC) UO p - ( F '7 Z lL W W —, Z U 69 0 7 o Q FO to d N 0 lL _� Z J U W Z O W 0 U U �- X 11 LL Z 0.. 0 0 OU Q j � ~ � 2 7 ® � § k \ � \ 2 ° § E § § ■ I # § ■ ) & k k b � k In [ \ � / k� � § § gn \ t § o @m m & k ELK d2 ® < ) §b W w q k .. }} ) f �E ) §§ [ � f § % �� ■ § §e 7 §g § 1 ) ) { § _ : $ § d - Q & K \ ) k k ) R § � � FoRTWORTH. TRANSPORTATION AND PUBLIC WORKS November 8,2021 Conatser Construction Tx, LP 5327 Wichita St Fort Worth,Texas 76119 RE: Acceptance Letter Project Name: Northpointe Ph 2 Project Type:Water, Sewer, Drainage, Paving, and Street Lights City Project No.: 102552 To Whom It May Concern: On December 7, 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 December 14, 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 December 14, 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- 392-2237. Sincerely, Kiran Konduru,P.E.(Dec 20,202109:47 CST) Kiran Konduru, Project Manager Cc:James Ruiz, Inspector Ron Cordova, Inspection Supervisor Edward Davila,Senior Inspector Victor Torreno, Program Manager Kimley-Horn,Consultant Conatser Construction TX,LP, Contractor Lennar Homes of Texas, 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: NORTHPOINTE, PH 2 WATER, SANITARY SEWER, STORM DRAIN, PAVING AND STREET LIGHT IMPROVEMENTS DOE#: N/A CFA PRJ #: 20-0079 CITY PROJCT #: N/A CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX,LP "�� A4.— Brock Huggins Subscribed and sworn to before me this 3rd day of July,2021 �ggYPua� BERTHAGIAN ULIS r°' O Notary Public,State oS Tex@s *; i* cmm,empires 0911812023 Notary Public in Tarrant County, Texas 3 �, �4 Notary 10 1026977 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects, AIA Document G707 Bond No 0232098 PROJECT: (name, address)Northpointe, Phase 2 Fort Worth,TX TO (Owner) CITY OF FORT WORTH AND LENNAR HOMES OF ARCHITECT'S PROJECT NO: CFA#20-0079 TEXAS LAND AND CONSTRUCTION,LTD. CONTRACT FOR: 1707 Market Place Blvd.,Suite 100 Water,Sewer,Paving,Drainage,&Street Light Improvements for Northpointe,Phase 2 Irving TX 75063 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 end 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) CITY OF FORT WORTH AND LENNAR HOMES OF TEXAS LAND AND CONSTRUCTION, LTD. 1707 Market Place Blvd., Suite 100 Irving TX 75063 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS, WHEREOF, the Surety Company has hereunto set its hand this 3rd day of August, 2021 BERKLEY INSURANCE COMPANY I ! Surety Company i ! Attest: 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. 131-7280.j-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►nade,constituted and appointed, and does by these presents make, constitute and appoint: Ricardo J. Reyna; Don E. Cornell, Sopbinie Hunter, Robbi 111orales; Kellp A. Jf'estbrook; Tina A1cEwan;Joshua A. Sounders; or Tonie Petranek of Aon Risk Services Soullrrvesl, lne. 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.S50,000,000.00),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 An-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-tact 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,he sieved and attested by its appropriate officers and its corporate seal hereunto affixed this end day of June 2020 . ;�,ti�IaAnr�� Attest: Berk] Insurance Company CO �m1:11, By By Ir derman Je after 1475 g(nwn Executive Vice President&:Secretary Se a resident STATE OF CONNECTICUT) ) ss: COUNTY OF FAIRFIELD ) 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 President Secretary, and ^ Senior Vice President, respectively,of Berkley Insurance Company. M NOTARY PURI Icy CONNECTICUT , MY COMMISSION EXPIRE! . APHII.30.202{ 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 antj-that the. authority of the Attorney-in-Fact set forth therein, who executed the bond or undertaking to which this Power of \1RAN AtW teD cheA is in full force and effect as of this date. der my hand and seal of the Company,this 3rd day of Au ust 2021 SG �krAwna� Vincent P.Forte -