Loading...
HomeMy WebLinkAboutContract 56282-FP1 City Secretary 56282 -FP1 Contract No. FORTWORTH, Date Received Oct. 11, 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: Cibolo Hills Phase 3 City Project No.: 103172 Improvement Type(s): ❑x Paving Xx Drainage ❑ Street Lights ❑ Traffic Signals Original Contract Price: $2,699,985.00 Amount of Approved Change Order(s): $65,439.00 Revised Contract Amount: Total Cost of Work Complete: $2,765,424.00 Oct 5, 2022 Jacob Gatewood(Oct 5,2022 13:59 CDT) Contractor Date Project Management Title Conatser Construction TXLP Company Name Oct 5, 2022 Project Inspector Date Oct 5, 2022 Project Manager Date Oct 5, 2022 Dwayne Ho s on behalf of(Oct 5,202215:43 CDT) CFA Manager Date /06z�' Oct 5, 2022 Interim TPW Director Date W;(Oct 7,20220„ CDT) Oct 7, 2022 Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 1 of 2 Notice of Project Completion Project Name: Cibolo Hills Phase 3 City Project No.: 103172 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 240 WD Days Charged: 214 Work Start Date: 10/18/2021 Work Complete Date 10/03/2022 Completed number of Soil Lab Test: 642 Completed number of Water Test: 37 Page 2 of 2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name CIBOLO HILLS PHASE 3 Contract Limits Project Type STORM DRAIN&PAVING City Project Numbers 103172 DOE Number 3172 Estimate Number 1 Payment Number 1 For Period Ending 10/3/2022 WD City Secretary Contract Number Contract Time 18WD Contract Date Days Charged to Date 214 Project Manager NA Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors GLOVER / WALKER Wednesday,October 5,2022 Page 1 of 5 City Project Numbers 103172 DOE Number 3172 Contract Name CIBOLO HILLS PHASE 3 Estimate Number 1 Contract Limits Payment Number 1 Project Type STORM DRAIN&PAVING For Period Ending 10/3/2022 Project Funding STORM DRAIN Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 21"RCP 415 LF $63.00 $26,145.00 415 $26,145.00 2 24"RCP 2143 LF $68.00 $145,724.00 2143 $145,724.00 3 30"RCP 340 LF $85.00 $28,900.00 340 $28,900.00 4 36"RCP 877 LF $105.00 $92,085.00 877 $92,085.00 5 42"RCP 392 LF $150.00 $58,800.00 392 $58,800.00 6 48"RCP 168 LF $175.00 $29,400.00 168 $29,400.00 7 4-5'X4'BOX CULVERT 70 LF $1,050.00 $73,500.00 70 $73,500.00 8 4-6'X3'BOX CULVERT 70 LF $1,200.00 $84,000.00 70 $84,000.00 9 10'CURB INLET 28 EA $3,400.00 $95,200.00 28 $95,200.00 10 15'CURB INLET 6 EA $4,400.00 $26,400.00 6 $26,400.00 11 4'X4'WYE INLET 1 EA $5,500.00 $5,500.00 1 $5,500.00 12 4'STORM JUNCTION BOX 11 EA $5,000.00 $55,000.00 11 $55,000.00 13 Y STORM JUNCTION BOX 4 EA $6,000.00 $24,000.00 4 $24,000.00 14 6'STORM JUNCTION BOX 1 EA $7,500.00 $7,500.00 1 $7,500.00 15 30"FLARED HEADWALL I EA $3,500.00 $3,500.00 1 $3,500.00 16 42"FLARED HEADWALL 1 EA $5,000.00 $5,000.00 1 $5,000.00 17 48"FLARED HEADWALL I EA $6,000.00 $6,000.00 1 $6,000.00 18 TXDOT HEADWALL 2 EA $24,500.00 $49,000.00 2 $49,000.00 19 TXDOT HEADWALL 2 EA $26,500.00 $53,000.00 2 $53,000.00 20 CONCRETE RIP RAP 345 SY $90.00 $31,050.00 345 $31,050.00 21 TRENCH SAFETY 4405 LF $1.00 $4,405.00 4405 $4,405.00 22 REMOVE 48"RCP(CO#1) 167 LF $60.00 $10,020.00 167 $10,020.00 23 REMOVE 6X6 STORM MANHOLE(CO#1) 1 EA $1,500.00 $1,500.00 1 $1,500.00 24 INSTALL 54"RCP(CO#1) 167 LF $255.00 $42,585.00 167 $42,585.00 25 INSTALL 7X7 STORM MANHOLE(CO#1) 1 EA $9,500.00 $9,500.00 1 $9,500.00 26 INSTALL 54"STORM HEADWALL(CO#1) 1 EA $7,500.00 $7,500.00 1 $7,500.00 27 CREDIT 48"STORM HEADWALL(6000.00)(CO -1 EA $6,000.00 ($6,000.00) -1 ($6,000.00) #1) 28 TRENCH SAFETY(CO#1) 167 EA $2.00 $334.00 167 $334.00 -------------------------------------- Sub-Total of Previous Unit $969,548.00 $969,548.00 -------------------------------------- Wednesday,October 5,2022 Page 2 of 5 City Project Numbers 103172 DOE Number 3172 Contract Name CIBOLO HILLS PHASE 3 Estimate Number 1 Contract Limits Payment Number 1 Project Type STORM DRAIN&PAVING For Period Ending 10/3/2022 Project Funding PAVING Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ------------------------------------ 1 6"CONC PAVEMENT 24130 SY $36.00 $868,680.00 24130 $868,680.00 2 7.5"CONC PAVEMENT 10750 SY $42.00 $451,500.00 10750 $451,500.00 3 6"LIME TREATMENT 11415 SY $3.00 $34,245.00 11415 $34,245.00 4 4"CONC SIDEWALK 37540 SF $3.25 $122,005.00 37540 $122,005.00 5 6"LIME STABILIZED SUBGRADE 25794 SY $3.00 $77,382.00 25794 $77,382.00 6 HYDRATED LIME 596 TN $185.00 $110,260.00 596 $110,260.00 7 B/F RAMPS 4 EA $1,200.00 $4,800.00 4 $4,800.00 8 B/F RAMPS 24 EA $1,400.00 $33,600.00 24 $33,600.00 9 TRAFFIC CONTROL 1 MO $2,500.00 $2,500.00 1 $2,500.00 10 STREET SIGN 15 EA $250.00 $3,750.00 15 $3,750.00 11 STOP SIGN 13 EA $500.00 $6,500.00 13 $6,500.00 12 REGULATORY SIGN ASSEMLIES 15 EA $750.00 $11,250.00 15 $11,250.00 13 CONNECT TO EXISTING STREET HEADER 132 LF $20.00 $2,640.00 132 $2,640.00 14 REMOVE END OF ROAD BARRICADE 4 EA $500.00 $2,000.00 4 $2,000.00 15 END OF ROAD BARRICADE 6 EA $1,000.00 $6,000.00 6 $6,000.00 16 6"TOPSOIL 1616 CY $24.00 $38,784.00 1616 $38,784.00 17 PARKWAY VEGITATION-BLOCK SOD 3330 SY $6.00 $19,980.00 3330 $19,980.00 -------------------------------------- Sub-Total of Previous Unit $1,795,876.00 $1,795,876.00 -------------------------------------- Wednesday,October 5,2022 Page 3 of 5 City Project Numbers 103172 DOE Number 3172 Contract Name CIBOLO HILLS PHASE 3 Estimate Number 1 Contract Limits Payment Number 1 Project Type STORM DRAIN&PAVING For Period Ending 10/3/2022 Project Funding Contract Information Summary Original Contract Amount $2,699,985.00 Change Orders Change Order Number 1 $65,439.00 Change Order Number Total Contract Price $2,765,424.00 Total Cost of Work Completed $2,765,424.00 Less %Retained $0.00 Net Earned $2,765,424.00 Earned This Period $2,765,424.00 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 $2,765,424.00 Wednesday,October 5,2022 Page 4 of 5 City Project Numbers 103172 DOE Number 3172 Contract Name CIBOLO HILLS PHASE 3 Estimate Number I Contract Limits Payment Number 1 Project Type STORM DRAIN&PAVING For Period Ending 10/3/2022 Project Funding Project Manager NA City Secretary Contract Number Inspectors GLOVER / WALKER Contract Date Contractor CONATSER CONSTRUCTION TxLP Contract Time 180 WD 5327 WICHITA ST Days Charged to Date 214 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 $2,765,424.00 Less %Retained $0.00 Net Earned $2,765,424.00 Earned This Period $2,765,424.00 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 $2,765,424.00 Wednesday,October 5,2022 Page 5 of 5 (D m C) m Z n ri 0 C� (� C) (D + 5 �Q r- �7 ° rn cco z-( 0 2 O --p m � mm � D �Z O o fx W o o 0 , n �7 (mj N r < < o p 0 D -� O 0 n N m m m eu 0o � -, � � m -� z 0 < m p cDi � -Di m m D Z -�-� m 0 c o m -A D m o -i z -i � y G� 0 (n 0 G c m Z-Aj D m -Oi ? 0 D D 0 mm c ;u z p C 0w v c� N < N Q n o UWi n p V A C, v C, 7 O o0 0o b� v N N W cQ 0 o �n m O V N = rtw o 0 0o N w =_ N o 0 o D O N n A (D D m C) (- D c m o o m CD < O V w r d N p-0j (D (p N ffl Cf) O (D V (D m-nn W W 0�0 N co N N 0 ClCn � �lJ (n o 0 o O J N O A w b b 'oo l m 3 D O O o C) S<b O A o o N Z Z '0 o O 0 111 0 > r pp J V V O C) (� `0 l N -O S Yl N m m m p0 D Z o o O < V co 0:) ? m o n C W N ZJ �1 0 0 0 0 N W fll K o 0 co N Zl O Z N m p o 0 0 o y0 D z � D o O. m 0 o 0 O N O m O O (] N l N V J J V (n N N N N N -A A ? A m vi o o m J 'A N r b o 0 o p VI n 0 o O O O O O "< X (n D (n m ( ( 4 t z CL - 3 . ƒ / 2 CD01 w K) % p ; ID 2 m mz / gM $ / vo § § \ ) § / ( W ( / k ) j Ln \ \§§ `° ~e ® _ » \ L \ k ° > g ` z M \ jo @ \ EF 0k � � \ \ 9 • a@ d $ 2 § I j \ \ I'l I k % J \ 3 / \ cn 0 2 E m m o \ § \ \ W ) § < S \ # \ g m mE q r 6 2 a j % ® y S ) q _ qF / rl /< ' \ \ $ $ $ ( 0 � � & ) / [ a( }\ /0 (\ 2 //(etƒ < M »333 -0/ \ CD /(Dw-U § } [ } } § - a z = o > 2 _ q , / £ \ \ % § \ 0 § 2 eq � 2 2 _ \ \ ` z z e_mee®_\ w = w ( %) ("00ee/\\ 0 e 0,0 FoRT T ., TRANSPORTATION AND PUBLIC WORKS October 3, 2022 CONATSER CONSTRUCTION TX,L.P. 5327 WICHITA ST. FORT WORTH,TX 76119 RE: Acceptance Letter Project Name: CIBOLO HILLS PHASE 3 Project Type: PAVING,WATER SANITARY SEWER,STORM DRAIN IMPRONMENTS City Project No.: 103172 To Whom It May Concern: On September 27, 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 October 3, 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 October 3, 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- 392-2.373 . Sincerely, YOGESH PATEL, Project Manager Cc: Eddie Walker walker, Inspector Mike Glover, Inspection Supervisor Daniel Roy, Senior Inspector VictorTornero, Program Manager PELOTON LAND SOLUTIONS, Consultant CONATSER CONSTRUCTION TX,L.P., Contractor MERITAGE HOMES, 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: CIBOLO HILLS PH. 3 WATER, SANITARY SEWER, STORM DRAIN, & PAVING IMPROVEMENTS DOE#: N/A CFA PRJ#: 21-0082 CITY PROJECT #: 103172 CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP aA Brock Huggins Subscribed and sworn to before me this 22nd day of June, 2022. KATHERINf ROSE ' Notary Public in Tarrant County Texas NOTARY PUBLIC ID#133467933 " • +�. state of Texas .���: Crxnm.Exp.11-30-2025 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond No 0240569 PROJECT: (name, addreSS)Cibolo Hills, Phase 3 Fort Worth, TX TO (Owner) F ARCHITECT'S PROJECT NO: City Project No. 103172 MERITAGE HOMES AND THE CITY OF FORT WORTH CONTRACT FOR: 8840 Cypress Waters Blvd.,Suite 100 Paving and Utility Improvements for Cibolo Hills,Phase 3 Dallas TX 75019 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) MERITAGE HOMES AND THE CITY OF FORT WORTH 8840 Cypress Waters Blvd., Suite 100 Dallas TX 75019 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 21st day of ,tune, 2022 BERKLEY INSURANCE COMPANY Surety Company Attest: ��fi�.�c/ -L -s� (Seal): Signature of Authorized Representative Rggbi 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-7280k 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. 7� KNOW ALL MEN BY THESE PRESENTS., that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly organized and.existing under the laws ofthe State of.Delaware,,having its principal office in Greenwich,CT,has made,:constituted n 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 Saunders Tarue Petranek,, or Mikaela Peppers 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.S50,000,000.00),to the. Z same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers.of the Company at its a principal office in their own proper persons. oThis 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: a� oRESOLVED, 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 o 6 Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein to execute bonds; undertakings,recognizance.s, 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 i~ w 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 0 on further RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any 4 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 .a person or persons who shall have been such officer or officers of the Company,notwithstanding the fact that they may have oceased to be such at the time when such instruments shall be issued. o 0 IN WITNESS WHEREOIr, the Company has caused these presents to,be signed and attested by its appropriate officers and its o corporate seal hereunto affixed thisaay�of3b . Attest- Berk] Insurance Company (Seal) By 0 Beeman. < J. Cr " o Executive Vice President&Secretary .S i ice:: dent o WARNING:THIS POWEtR.INVALID IT NOT PR-WTED ON DLUE"BERKLEY"SECURITY PAPER. o, STATE OF COIF NECTICUT) o y ss: COVNTY UP-FAIRFIELD } 0 Sworn to before me, a Notary Public:in the State of Connecticut;this L day of. Mr aC>a .,by Ira S.Lederman. and Jeffrey M. Rafter who are:sworn -to nee to be the Executive Vice President Secretary, and Senior �lic2 President, Cd respectively:,•of Berkley fnsti once Company. ti°NOT y�l�ita c f1 CONNECTICU3 Q MY COMMISSION ExPIREB r o APHILSo,20e4 Notary Piiblic;State of Connecticut v U CERTIFICATE I,the tendersia As re undersigned- tary bfBEluCL)Y 1NSUIZAj�ECIY COMPANY,I]p.HEREBY CERTIFY#hatthc foregoing is a o true,correct and complete copy of the.oniginal.Power of Attorney;that said Power of Attorney has gnat beearevoked or rescinded 3 y and that the authority of the Attorney:in-}<act set forth therein, who executed the-bond or undertaking to which:this Power of. Attorney is attached;is_ n full force and-effect as of this date. Given under.my'haud:and seal of the Company,this 21 S t clay of June . 2022 (Seal) Vincent P.pone 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: CIBOLO HILLS PH. 3 WATER, SANITARY SEWER, STORM DRAIN, & PAVING IMPROVEMENTS DOE#: N/A CFA PRJ#: 21-0082 CITY PROJECT #: 103172 CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP aA Brock Huggins Subscribed and sworn to before me this 22nd day of June, 2022. KATHERINf ROSE ' Notary Public in Tarrant County Texas NOTARY PUBLIC ID#133467933 " • +�. state of Texas .���: Crxnm.Exp.11-30-2025 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond No 0240569 PROJECT: (name, addreSS)Cibolo Hills, Phase 3 Fort Worth, TX TO (Owner) F ARCHITECT'S PROJECT NO: City Project No. 103172 MERITAGE HOMES AND THE CITY OF FORT WORTH CONTRACT FOR: 8840 Cypress Waters Blvd.,Suite 100 Paving and Utility Improvements for Cibolo Hills,Phase 3 Dallas TX 75019 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) MERITAGE HOMES AND THE CITY OF FORT WORTH 8840 Cypress Waters Blvd., Suite 100 Dallas TX 75019 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 21st day of ,tune, 2022 BERKLEY INSURANCE COMPANY Surety Company Attest: ��fi�.�c/ -L -s� (Seal): Signature of Authorized Representative Rggbi 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-7280k 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. 7� KNOW ALL MEN BY THESE PRESENTS., that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly organized and.existing under the laws ofthe State of.Delaware,,having its principal office in Greenwich,CT,has made,:constituted n 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 Saunders Tarue Petranek,, or Mikaela Peppers 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.S50,000,000.00),to the. Z same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers.of the Company at its a principal office in their own proper persons. oThis 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: a� oRESOLVED, 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 o 6 Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein to execute bonds; undertakings,recognizance.s, 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 i~ w 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 0 on further RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any 4 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 .a person or persons who shall have been such officer or officers of the Company,notwithstanding the fact that they may have oceased to be such at the time when such instruments shall be issued. o 0 IN WITNESS WHEREOIr, the Company has caused these presents to,be signed and attested by its appropriate officers and its o corporate seal hereunto affixed thisaay�of3b . Attest- Berk] Insurance Company (Seal) By 0 Beeman. < J. Cr " o Executive Vice President&Secretary .S i ice:: dent o WARNING:THIS POWEtR.INVALID IT NOT PR-WTED ON DLUE"BERKLEY"SECURITY PAPER. o, STATE OF COIF NECTICUT) o y ss: COVNTY UP-FAIRFIELD } 0 Sworn to before me, a Notary Public:in the State of Connecticut;this L day of. Mr aC>a .,by Ira S.Lederman. and Jeffrey M. Rafter who are:sworn -to nee to be the Executive Vice President Secretary, and Senior �lic2 President, Cd respectively:,•of Berkley fnsti once Company. ti°NOT y�l�ita c f1 CONNECTICU3 Q MY COMMISSION ExPIREB r o APHILSo,20e4 Notary Piiblic;State of Connecticut v U CERTIFICATE I,the tendersia As re undersigned- tary bfBEluCL)Y 1NSUIZAj�ECIY COMPANY,I]p.HEREBY CERTIFY#hatthc foregoing is a o true,correct and complete copy of the.oniginal.Power of Attorney;that said Power of Attorney has gnat beearevoked or rescinded 3 y and that the authority of the Attorney:in-}<act set forth therein, who executed the-bond or undertaking to which:this Power of. Attorney is attached;is_ n full force and-effect as of this date. Given under.my'haud:and seal of the Company,this 21 S t clay of June . 2022 (Seal) Vincent P.pone