Loading...
HomeMy WebLinkAboutContract 55316-FP1 City Secretary 55316 -FP1 Contract No. FORTWORTH@ Date Received Mar 14,2022 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: NORTHPOINTE PHASE 4 City Project No.: 102595 Improvement Type(s): 0 Paving XX Drainage Xx Street Lights ❑ Traffic Signals Original Contract Price: $889,779.00 Amount of Approved Change Order(s): -$6,060.00 Revised Contract Amount: $883,719.00 Total Cost of Work Complete: $883,719.00 �0�< M a r 11, 2022 JACOB GATEWOOD(Mar 11,2022 09:00 CST) Contractor Date PROJECT MANAGEMENT Title Conatser Construction TX, L.P. Company Name Mar 11, 2022 Kevin Jackson(Mar 11,2022 09:15 CST) Project Inspector Date Xz�S Mar 11, 2022 Kiran Konduru,P.E.(Mar 11,2022 09:58 CST) Project Manager Date .7aeli &4ayl t Aimaler Mar 11, 2022 Janie Scarlett Morales(Mar 11,2022 10:54 CST) CFA Manager Date L"-m � Mar 11, 2022 Dana Burehdoff(War 11 20 1M6CST) Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY FT.WORTH, TX Page 1 of 2 Notice of Project Completion Project Name: NORTHPOINTE PHASE 4 City Project No.: 102595 City's Attachments Final Pay Estimate Ox Change Order(s): ❑x Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 140 WD Days Charged: 189 Work Start Date: 4/1/2021 Work Complete Date: 3/8/2022 Completed number of Soil Lab Test: 348 Completed number of Water Test: 17 Page 2 of 2 FORT NORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name WATER,SEWER,PAVING,DRAIANGE&STREET LIGHT IMPROVEMEN Contract Limits Project Type DRAINAGE&PAVING City Project Numbers 102595 DOE Number 2595 Estimate Number 1 Payment Number 1 For Period Ending 3/1/2022 WD City Secretary Contract Number Contract Time 14WD Contract Date 2/1/2021 Days Charged to Date 189 Contract is 100.00 Complete Project Manager NA Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors CORDOVA,R/ JACKSON,K Wednesday,March 9,2022 Page 1 of 5 City Project Numbers 102595 DOE Number 2595 Contract Name WATER,SEWER,PAVING,DRAIANGE&STREET LIGHT IMPROVEM Estimate Number I Contract Limits Payment Number I Project Type DRAINAGE&PAVING For Period Ending 3/1/2022 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 INLE 9 EA $4,200.00 $37,800.00 9 $37,800.00 3 4'STORM JUNCTION BOX 5 EA $5,000.00 $25,000.00 5 $25,000.00 4 2 1"RCP CLASS III 407 LF $50.00 $20,350.00 407 $20,350.00 5 24"RCP CLASS III 930 LF $55.00 $51,150.00 930 $51,150.00 6 33"RCP CLASS III 20 LF $85.00 $1,700.00 20 $1,700.00 7 36"RCP CLASS III 74 LF $105.00 $7,770.00 74 $7,770.00 8 24"SET 1 PIPE 1 LF $3,000.00 $3,000.00 1 $3,000.00 9 36"SET F PIPE 1 EA $4,000.00 $4,000.00 1 $4,000.00 10 12"MEDIUM STONE RIPRAP DRY 66 SY $95.00 $6,270.00 66 $6,270.00 11 REMOVE PLUG&CONNECT TO EXIST 24"RCP I EA $1,500.00 $1,500.00 1 $1,500.00 STUB-OUT 12 REMOVE 24"HEADWALL&CONNECT TO I EA $1,500.00 $1,500.00 1 $1,500.00 EXIST 24"RCP 13 REMOVE RIP RAP 11 SY $15.00 $165.00 11 $165.00 14 TRENCH SAFETY 1431 LF $1.00 $1,431.00 1431 $1,431.00 ------------------ -------------------- Sub-Total of Previous Unit $177,636.00 $177,636.00 UNIT IV:PAVING IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 6"CONE PVMT 13080 SY $35.50 $464,340.00 13080 $464,340.00 2 6"LIME TREATMENT 13960 SY $3.15 $43,974.00 13960 $43,974.00 3 HYDRATED LIME @ 30#/SY 209 TN $180.00 $37,620.00 209 $37,620.00 4 Y CONC SIDEWALK 624 LF $16.25 $10,140.00 624 $10,140.00 5 BARRIER FREE RAMP TYPE P-1 6 EA $1,500.00 $9,000.00 6 $9,000.00 6 CONSTRUCT CONCRETE HEADER 29 LF $20.00 $580.00 29 $580.00 7 INSTALL TYPE III END-OFROAD BARRICADE 1 EA $500.00 $500.00 1 $500.00 8 FURNISHANSTALL ALUM SIGN GROUND 8 EA $350.00 $2,800.00 8 $2,800.00 MOUNT CITY STD 9 INSTALL STREET NAME BLADES 5 EA $200.00 $1,000.00 5 $1,000.00 10 INSTALL STOP SIGN 3 EA $300.00 $900.00 3 $900.00 Wednesday,March 9,2022 Page 2 of 5 City Project Numbers 102595 DOE Number 2595 Contract Name WATER,SEWER,PAVING,DRAIANGE&STREET LIGHT IMPROVEM Estimate Number I Contract Limits Payment Number I Project Type DRAINAGE&PAVING&STREET LIGHTS For Period Ending 3/1/2022 Project Funding I I REMOVE BARRICADE&CONNECT TO 2 EA $400.00 $800.00 2 $800.00 EXISTING STREET 12 TOP SOIL 531 CY $24.00 $12,744.00 531 $12,744.00 13 BLOCK SOD PLACEMENT 4784 SY $5.00 $23,920.00 4784 $23,920.00 ------------------------------------- Sub-Total of Previous Unit $608,318.00 $608,318.00 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 17 EA $2,600.00 $44,200.00 17 $44,200.00 2 RDWY ILLUM FOUNDATION TY 1,2,AND 4 17 EA $1,000.00 $17,000.00 17 $17,000.00 3 NO 6 INSULATED ELEC CONDR,ALUM #6 1256 LF $3.00 $3,768.00 1256 $3,768.00 XHHW(CO#1) 4 INSTALL TYPE 33A ARM 17 EA $375.00 $6,375.00 17 $6,375.00 5 ATBO-20BLEDE 70-MVOLT-R2-3K-MP-NL-P7 16 EA $650.00 $10,400.00 16 $10,400.00 LUMINAIRE 6 TYPE R4 LUMINAIRE 1 EA $950.00 $950.00 1 $950.00 7 2"CONDT PVC SCH 80 OPEN CUT(CO#1) 1256 LF $12.00 $15,072.00 1256 $15,072.00 ------------------------------------- Sub-Total of Previous Unit $97,765.00 $97,765.00 -------------------------------------- Wednesday,March 9,2022 Page 3 of 5 City Project Numbers 102595 DOE Number 2595 Contract Name WATER,SEWER,PAVING,DRAIANGE&STREET LIGHT IMPROVEM Estimate Number 1 Contract Limits Payment Number 1 Project Type DRAINAGE&PAVING&STREET LIGHTS For Period Ending 3/1/2022 Project Funding Contract Information Summary Original Contract Amount $889,779.00 Change Orders Change Order Number 1 ($6,060.00) Total Contract Price $883,719.00 Total Cost of Work Completed $883,719.00 Less %Retained $0.00 Net Earned $883,719.00 Earned This Period $883,719.00 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 $883,719.00 Wednesday,March 9,2022 Page 4 of 5 City Project Numbers 102595 DOE Number 2595 Contract Name WATER,SEWER,PAVING,DRAIANGE&STREET LIGHT IMPROVEM Estimate Number I Contract Limits Payment Number I Project Type DRAINAGE&PAVING&STREET LIGHTS For Period Ending 3/1/2022 Project Funding Project Manager NA City Secretary Contract Number Inspectors CORDOVA,R / JACKSON,K Contract Date 2/1/2021 Contractor CONATSER CONSTRUCTION TxLP Contract Time 140 WD 5327 WICHITA ST Days Charged to Date 189 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 $883,719.00 Less %Retained $0.00 Net Earned $883,719.00 Earned This Period $883,719.00 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 $883,719.00 Wednesday,March 9,2022 Page 5 of 5 i D O O O "0 Z -n X -D C7 C7 C7 -0 5. v U) c o o O -U M C D OZ O o. o A p 0 '� vi U m n W k -I m < 0 0 0 0 0 -Oil m O OI N fArl m m ZI z�l O D D �z7 0 m Z N < O fail 0 � O O -i m D Z O �0 O . m -{ o 0 c Z I m 1 D fil -i z-1 r = G� i D m Z D m x7 m 3 -1 O O c m -I O 0 0 X N Z w w w N m N N N p 7. N N UI O j N D N O o O m CF) O C,) O N O O O W O O O G p W O O O C N 0 m � m o D p m r- 0 0 - D V y N A N A A D co tj N N N (n o~, m 0 D m m N v m S T n C) 0 0 00 'b o o O O O 7 x °' O 0 o N 0 0 Q. L rn C7 O O o o O -I N A CJ v 4 rn z V J N V 0 O D W W W (D 46 O o O n O O O N m Z m D O o O ) ;D n o W 0 m 0 0 o D 0 o O J X Z O O N Z cn o m o a < O O N N D fA in o0 0 0 o m J 1 Oc� 00 00 oa o 0 v 0 0 0 o CO m 'OI W 3 . ( ~ ( 2 § in \ ® § \ o \ \ > e z / } . 0 § \ / \ Up 7 q \ % _ = 2 m >z m o } < ± § §7 - ) \ ) � \ \ rn 2 §) `E { \ 3 j \� m } z o 2 o c \ o } (n / ; E ! § r q § zm 0 { i m . ;2 2/ y z\ _ cn `. m o z a z e` 2 > )2 \ K ; ' § $ g ) N \ � m m . m � E % §( \ -i z § mm o � <[ ym e - m & 0) ) ( \ U �§ > a ¥ w ' PS 2Eg@ omen \ ;u ) \ �\ \ % { \ / ( 7 ) § ~ } ( § 2 S § m ` � �, k ) 2 M 2 § { % § \ m - r ~ m§ ° , FORTWORTH. TRANSPORTATION AND PUBLIC WORKS February 16, 2022 Conatser Construction 5327 Wichita Street Forest Hill, tx 76119 RE: Acceptance Letter Project Name: Northpointe Ph.4 Project Type: Water,Sewer,Paving, Drainage, Lighting City Project No.: 102595 To Whom It May Concern: On 2/22/22 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 3/8/22. 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 3/8/22, 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 Kiran Konduru, P.E., CFM Acting Engineering Manager Development Services Infrastructure Plan Review Center(IPRC)200 Texas Street,Fort Worth,Texas 76102 Office Phone: 817-392-2237 Cell Phone: 682-201-6278 Email: kiran.kondui-u@,foi-twotilitexas.gov Sincerely, Kiran Konduru,P.E.(Mar 11,2022 09:58 CST) Kiran Konduru, Project Manager Cc: Kevin Jackson, Inspector Ron Cordova, Inspection Supervisor Gary Deyon, Senior Inspector Victor Tornero, Program Manager Kimley Horn, Consultant Conatser Construction, Contractor Lennar Homes of Texas Land &Construction Ltd., Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov 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. 4 WATER, SEWER, PAVING, DRAINAGE,AND STREET LIGHT IMPROVEMENTS DOE#: N/A CFA PRJ#: 20-0145 CITY PROJECT #: 102595 CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP -dgv�---� 400 Brock Huggins Subscribed and sworn to before me this 7 h day of December 2021 t.AN! A 140ERIG Notary Public in Tarrant n , Texas Pp_�flf Po6itC,State ofTE�us � �� �• ".)f z023 ,.men.Expires In 1 32 1314 3 162-g -CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AfA Document G707 Bond No 0236855 PROJECT: (name, addresS)Northpointe, Phase 4 Fort Worth, TX TO (Owner) CITY OF FORT WORTH AND LENNAR HOMES OF ARCHITECT'S PROJECT NO: CFA No.20-0145 TEXAS LAND AND CONSTRUCTION, LTD. CONTRACT FOR: 1707 Market Place Blvd.,Suite 100 Water,Sewer,Paving,Drainage,&Street Light Improvements for Northpointe,Phase 4 Irving TX 75063 _f 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) 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 6th day of December, 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 end day of June 2020 . Attest: Berid Insurance Company ��S�RAH�F'`•. l �c•, O3 By l By r• t m �" IrLederman Je after 4 „fLwA ! Executive Vice President&Secretary Se ' ' c` resident STATE OF CONNECTICUT) ) ss: CAmw OF F~A.wrELD ) Sworn 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 President Secretary, and t_ Senior Vice President, respectively,ofBerkley Insurance Company. rN NOTARY PUM icy CONNECTICUT MY COMMISSION 2 EXPIRES y otity;Public,State of Connecticut CERTIFICATE I,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 and-drat th authority of the Attorney-in Fact set forth therein, who executed the bond or undertaking to which this Power of ,uueA�v , ses hed,is in full force and effect as of this date. t`4pPi nider my hand and seal of the Company,this 6th day of Dece r 2021 ;975 •� (AWn 'f 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: NORTHPOINTE PH. 4 WATER, SEWER, PAVING, DRAINAGE,AND STREET LIGHT IMPROVEMENTS DOE#: N/A CFA PRJ#: 20-0145 CITY PROJECT #: 102595 CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP -dgv�---� 400 Brock Huggins Subscribed and sworn to before me this 7 h day of December 2021 t.AN! A 140ERIG Notary Public in Tarrant n , Texas Pp_�flf Po6itC,State ofTE�us � �� �• ".)f z023 ,.men.Expires In 1 32 1314 3 162-g -CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AfA Document G707 Bond No 0236855 PROJECT: (name, addresS)Northpointe, Phase 4 Fort Worth, TX TO (Owner) CITY OF FORT WORTH AND LENNAR HOMES OF ARCHITECT'S PROJECT NO: CFA No.20-0145 TEXAS LAND AND CONSTRUCTION, LTD. CONTRACT FOR: 1707 Market Place Blvd.,Suite 100 Water,Sewer,Paving,Drainage,&Street Light Improvements for Northpointe,Phase 4 Irving TX 75063 _f 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) 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 6th day of December, 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 end day of June 2020 . Attest: Berid Insurance Company ��S�RAH�F'`•. l �c•, O3 By l By r• t m �" IrLederman Je after 4 „fLwA ! Executive Vice President&Secretary Se ' ' c` resident STATE OF CONNECTICUT) ) ss: CAmw OF F~A.wrELD ) Sworn 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 President Secretary, and t_ Senior Vice President, respectively,ofBerkley Insurance Company. rN NOTARY PUM icy CONNECTICUT MY COMMISSION 2 EXPIRES y otity;Public,State of Connecticut CERTIFICATE I,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 and-drat th authority of the Attorney-in Fact set forth therein, who executed the bond or undertaking to which this Power of ,uueA�v , ses hed,is in full force and effect as of this date. t`4pPi nider my hand and seal of the Company,this 6th day of Dece r 2021 ;975 •� (AWn 'f Vincent P.Forte