Loading...
HomeMy WebLinkAboutContract 56606-FP3 City Secretary 56606 -FP3 Contract No. FORTWORTH, Date Received November 17,2022 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: WestPoint Crossing City Project No 102905 Improvement Type(s): Water 0 Sewer x❑ Original Contract Price: $899,863,00 Amount of Approved Change Order(s): $11,760.00 Revised Contract Amount: Total Cost of Work Complete: $911,623.00 JACOB GATEWOOD(Nov 16,202210:43 CST) Nov 16, 2022 Contractor Date PROJECT MANAGER Title CONATSER CONSTRUCTION TX,L.P. Company Name Je m oonce(Nov16,202211:42CST) Nov 16, 2022 Project Inspector Date �e66� crJlL Nov 16, 2022 Project Manager ��_ Date � �"� �2 Nov 16 2022 Dwayne HoU for(Nov 16,202212:42 CST) 7 CFA Manager Date Nov 16, 2022 Interim TPW Director Date Nov 17 2022 William Johnson(Nov 7,202209:52 GMT+1) , Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX Page 1 of 2 Notice of Project Completion Project Name:WestPoint Crossing City Project No.: 102905 City's Attachments Final Pay Estimate 0 Change Order(s): ❑x Yes ❑ N/A Pipe Report: ❑x Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 205 WD Days Charged 230 Work Start Date 12/08/2021 Work Complete Date: 11/2/2022 Soil Lab Number of Tests 458 Water Number of Tests 35 Page 2 of 2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name WESTPOINT CROSSING Contract Limits Project Type WATER&SEWER City Project Numbers 102905 DOE Number 2905 Estimate Number 1 Payment Number 1 For Period Ending 11/2/2022 WD City Secretary Contract Number Contract Time 20WD Contract Date 11/12/2021 Days Charged to Date 230 Project Manager NA Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors CORDOVA / KOONCE Tuesday,November 15,2022 Pagel of 5 City Project Numbers 102905 DOE Number 2905 Contract Name WESTPOINT CROSSING Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 11/2/2022 Project Funding UNIT I:WATER IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 4'-12"PRESSURE PLUG 3 EA $1,000.00 $3,000.00 3 $3,000.00 2 10'WIDE ASPHALT PVMT REPAIR,ARTERIAL 51 SY $90.00 $4,590.00 51 $4,590.00 3 SEEDING,HYDROMULCH 1000 SY $2.00 $2,000.00 1000 $2,000.00 4 8"WATERLILNE LOWERING I EA $3,500.00 $38,500.00 11 $38,500.00 5 TRENCH SAFETY 4296 LF $1.00 $4,296.00 4296 $4,296.00 6 CONCRETE ENCASEMENT FOR UTILITY PIPES 10 LF $60.00 $600.00 10 $600.00 7 IMPORTED EMBEDMENTBACKFILL,CSS 220 CY $60.00 $13,200.00 220 $13,200.00 8 DUCTILE IRON WATER FITTINGS 2 TN $5,000.00 $10,000.00 2 $10,000.00 W/RESTRAINT 9 8"PVC WATER PIPE 4296 LF $36.00 3154,656.00 4296 $154,656.00 10 FIRE HYDRANT&6"GATE VALVE 6 EA $4,500.00 $27,000.00 6 $27,000.00 11 CONNECT TO EXISTING 4"-12"WATER MAIN 1 EA $1,000.00 $1,000.00 1 $1,000.00 12 1"WATER SERVICE(DOMESTIC) 85 EA $950.00 $80,750.00 85 $80,750.00 13 1"WATER SERVICE(IRRIGATION) 8 EA $950.00 $7,600.00 8 $7,600.00 14 8"GATE VALVE 13 EA $1,250.00 $16,250.00 13 $16,250.00 15 30"X8"TAPPING SLEEVE&VALVE I EA $14,500.00 $14,500.00 1 $14,500.00 16 TRAFFIC CONTROL I MO $4,500.00 $4,500.00 1 $4,500.00 17 AUTOMATIC FLUSING DEVICE(HG2-A-EN-E- 1 EA $4,500.00 $4,500.00 1 $4,500.00 PVC-018-LPLG) -------------------------------------- Sub-Total of Previous Unit $386,942.00 $386,942.00 UNIT 2:SANITARY SEWER IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 LARGE STONE RIPRAP,DRY 283 SY $125.00 $35,375.00 283 $35,375.00 2 10'WIDE ASPHALT PVMT REPARI,ARTERIAL 51 SY $90.00 $4,590.00 51 $4,590.00 3 SEEDING HYDROMULCH 1000 SY $2.00 $2,000.00 1000 $2,000.00 4 POST-CCTV INSPECTION 4153 LF $4.00 $16,612.00 4153 $16,612.00 5 MANHOLE VACUUM TESTING 26 EA $150.00 $3,900.00 26 $3,900.00 6 TRENCH SAFETY 4153 LF $2.00 $8,306.00 4153 $8,306.00 7 CONCRETE ENCASEMENT FOR UTILITY PIPES 12 CY $60.00 $720.00 12 $720.00 8 IMPORTED EMBEDMENT/BACKFILL,CSS 210 CY $60.00 $12,600.00 210 $12,600.00 Tuesday,November 15,2022 Page 2 of 5 City Project Numbers 102905 DOE Number 2905 Contract Name WESTPOINT CROSSING Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 11/2/2022 Project Funding 9 20"CASING BY OPEN CUT 170 LF $220.00 $37,400.00 170 $37,400.00 10 8"SEWER CARRIER PIPE 170 LF $66.00 $11,220.00 170 $11,220.00 11 4"SEWER SERVICE 85 EA $650.00 $55,250.00 85 $55,250.00 12 811SEWER MAIN 3829 LF $46.00 3176,134.00 3829 $176,134.00 13 8"DIP SEWER PIPE 154 LF $66.00 $10,164.00 154 $10,164.00 14 LINER-4'SEWER MH 69 VF $385.00 $26,565.00 69 $26,565.00 15 4'MANHOLE 25 EA $4,500.00 $112,500.00 25 $112,500.00 16 EXTRA DEPTH DEPTH MANHOLE(>6.01) 37 VF $185.00 $6,845.00 37 $6,845.00 17 CONNECT TO EXISTING MANHOLE 1 EA $4,500.00 $4,500.00 1 $4,500.00 ---------- -- Sub-Total of Previous Unit $524,681.00 $524,681.00 -------------------------------------- Tuesday,November 15,2022 Page 3 of 5 City Project Numbers 102905 DOE Number 2905 Contract Name WESTPOINT CROSSING Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 11/2/2022 Project Funding Contract Information Summary Original Contract Amount $899,863.00 Change Orders Change Order Number 2 $11,760.00 Change Order Number Total Contract Price $911,623.00 Total Cost of Work Completed $911,623.00 Less %Retained $0.00 Net Earned $911,623.00 Earned This Period $911,623.00 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 $911,623.00 Tuesday,November 15,2022 Page 4 of 5 City Project Numbers 102905 DOE Number 2905 Contract Name WESTPOINT CROSSING Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 11/2/2022 Project Funding Project Manager NA City Secretary Contract Number Inspectors CORDOVA / KOONCE Contract Date 11/12/2021 Contractor CONATSER CONSTRUCTION TxLP Contract Time 205 WD 5327 WICHITA ST Days Charged to Date 230 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 $911,623.00 Less %Retained $0.00 Net Earned $911,623.00 Earned This Period $911,623.00 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 $911,623.00 Tuesday,November 15,2022 Page 5 of 5 FORl' 'Aw'I'n TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Westpoint Crossing CITY PROJECT NUMBER: 102905 WATER PIPE LAID SIZE TYPE OF PIPE LF C-900 8" PVC 4296 FIRE HYDRANTS: 6 VALVES(16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: Yes NEW SERVICES: 1" Copper 93 EA. SEWER PIPE LAID SIZE TYPE OF PIPE LF SDR-26 8" PVC 3829 Carrier Pipe 8" DIP 170 DIP 8" DIP 154 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: Yes NEW SERVICES: 4" PVC 85 EA. TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax: (817)392-7845 o -u 0n no =(CD -4c §\ m m> z o ® ; ® 04 m u U S , C) @ e 2 %om § m ®m , z � zJy «om m � %m > • n ' > - k § C§ ® ` £ § k §/ T GI ) � �` k � j q =7 /> to 4 =$ & # ! \ b _ \ » ) E/ o G � � }2 § c r o � \ ^ \\ _ ; q f - m * \ E § 7 } } ) a 00 \ § - / § _ ) \ \ ƒ j \ _ \ q ` « ) § _ a § £ § - - up0 / 7 k / /\ . . e zn W t 4 ! - # § 2 } ) § § 0 ) n \ . . § O R Q En -n 3 O R rff N m C `)3 m ➢ a y a a ,� n d ,i a a N v� p = y O + S O A rA- m 11 L2l u n u m u a n ° m 'S m � O r m o 4 0 0 a a 3 O VI N R A d w w 0 0 0 0 a 0 m m� N mz ro c a ins +u,m tn� aN a v i Z m OA my o 0 0 0 n m =A T G {mn o D D D R A A D ��w n w 0 Z n N N N K O< O 3 m - I mz 19 m m �O NtnyN 0C r rC mr0 TTC C ry O I r Z m ? m�r"D w n p O� C p u�0i =m o m <O v im m A n N ° mA c z m0 co 2 N N m a it V .2 O n O n -� O m6 m o O m GY m G O A a n m m N 0 Z n° m A N ro n <C)0 N c 1 p Z wm m 3 c <. m °' Ccn o m O mVJ N Q.TpIm� V) d n A ri is - O m n a a 3 O w b °< m 53 ig m Cwi A m _C = Z m 0 .Z m m m 9 < n' n m z m v m m x n A 7' m M Z A Z m o N O h A a o N m w 7J O a O N U) N 1 � o z O C C C C Z m y N � aZl 2 N e w W m-i J N-I f>•A y N U A� t.�-1 A O�O U O X O O A O O O O....Zl t.m A A m " o n o o n p 0 0 o m m m d d h C7 .y. bi Ifl W W N N 1 j N bl 1 +Iwp N VI fA��y �N�Owl 1 � n v,o�000r 000� �0000aor �i'�r 0 0 0 4 � o I n V FORT WORTH. TRANSPORTATION AND PUBLIC WORKS November 14, 2022 Conatser Construction TX, LP. 5327 Wichita Street Fort Worth,TX 76119 RE: Acceptance Letter Project Name: Westpoint Crossing Project Type: Developer City Project No.: 102905 To Whom It May Concern: On November 2, 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 November 9, 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 November 9, 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 Jeremy.Koonce@ FortWorthTexas.gov. Sincerely, TJLpOG2 V. L(/��L Debbie Willhelm, Project Manager Cc:Jeremy Koonce, Inspector Gary Deyon, Inspection Supervisor Gary Deyon, Senior Inspector VictorTornero, Program Manager Shield Engineering Group, Consultant Conatser Construction TX, LP., Contractor D.R. Horton, 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: WESTPOINT CROSSING WATER, SANITARY SEWER, PAVING DRAINAGE, & STREET LIGHT IMPROVEMENTS CFA PRJ#: 21-0108 CITY PROJECT #: 102905 CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP J Brock Huggins Subscribed and sworn to before me this 3' day of November, 2022. iKi'i�'H;RIfvEROSE P:c)V RY PUBLIC Notary Public in Tarrant County, Texas $`* !UR f;346T933 *; `•9. P Sta!e of Texas Comm.Exp.11-30-2025 'YWYYV`y'Y N. CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond No 0242705 PROJECT: (name, address)Westpoint Crossing Fort Worth, TX TO (Owner) -- ID.R. HORTON-TEXAS, LTD AND CITY OF FORT ARCHITECT'S PROJECT NO: CFA No.CFA21-0108 �� WORTH CONTRACT FOR: 6751 North Freeway Water,Sewer,Paving, Drainage,and Street Light Improvements for Westpoint Crossing Fort Worth TX 76131 —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 (hare 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) D.R. HORTON-TEXAS, LTD AND CITY OF FORT WORTH 6751 North Freeway Fort Worth TX 76131 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this end day of November, 2022 BERKLEY INSURANCE COMPANY Surety Company Attest: = :./. ". ` -?mil 1-1 ./1.,/ (Seal): �n.� Signature of Authorized Representative Robbi Morales Attorney-in-Fact Title NOTE: This form is to be used as a companion document to ALA 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. b 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. Contell, Sophinie Hunter; Robbi Morales; .Kelly.A. Westbrook; Tina McE►vaa, Joshua Saunders; Toitie Petra�tek; or Mikdefa 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 00/1.00 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 principal office in their own proper persons. a o 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 0 resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January.25,2010: a� � c o y RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief 9 .Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant o Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attomey-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 he retol 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, 'y 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 3 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 ;5 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. o IN WITITiLSS 'WHEREOF, the Company has caused these presents to:be signzd and attested by its appropriate officers and its o corporate.seal hereunto affixed this day of Mal i0 . CZ Attest: Berkl Insurance Company Cd o (Seal) gy By o � dent»an Je L _a r- o Executive Vice President&Secretary � 5 i Vi e: resident o � o WARNING:TIUS POWER:•ENVA11D IF NOT PRINTED ON BLUE"] ERKLEY"SECURITY PAPER '^ STATE OF CONNECI'ICUT) o ? ss: o COUNTY OF FAIRFIELD ) o � Sworn to before.me, a Notary Pub in the State of Connecticut;this L day of. Mr a03Z..`by Ira S. Lederman and Jeffrey M. Rafter who are sworn tome to`be the E-x cutivc Vice President Secretary,_and Senior (ice President � Cd respectitiel_y,-of`BerkleyfnsuranceCompany- tiaNcaT iaa.ia�ocEtt v CONNEC.TICUr Q MYCOA1h85bN EXPIRES of %T>iibiic;State of Connecticut � Z CERJFICATE: I,the undersigned-Assistant z � Secretary Hof BE1iICLEY 1NSURANCE CDMI'ANY,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 revokedor rescinded Y and that the authority of the Attorney an-tact set forth therein, who executed the bond or undertaking to which this Power of Attorney is attached.is-In full force_ar d-effect as of this date. Given under my`liand and seal of Elie Company,this 2nrj _day of Noszpia b 2022 (Seat) 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: WESTPOINT CROSSING WATER, SANITARY SEWER, PAVING DRAINAGE, & STREET LIGHT IMPROVEMENTS CFA PRJ#: 21-0108 CITY PROJECT #: 102905 CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP J Brock Huggins Subscribed and sworn to before me this 3' day of November, 2022. iKi'i�'H;RIfvEROSE P:c)V RY PUBLIC Notary Public in Tarrant County, Texas $`* !UR f;346T933 *; `•9. P Sta!e of Texas Comm.Exp.11-30-2025 'YWYYV`y'Y N. CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond No 0242705 PROJECT: (name, address)Westpoint Crossing Fort Worth, TX TO (Owner) -- ID.R. HORTON-TEXAS, LTD AND CITY OF FORT ARCHITECT'S PROJECT NO: CFA No.CFA21-0108 �� WORTH CONTRACT FOR: 6751 North Freeway Water,Sewer,Paving, Drainage,and Street Light Improvements for Westpoint Crossing Fort Worth TX 76131 —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 (hare 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) D.R. HORTON-TEXAS, LTD AND CITY OF FORT WORTH 6751 North Freeway Fort Worth TX 76131 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this end day of November, 2022 BERKLEY INSURANCE COMPANY Surety Company Attest: = :./. ". ` -?mil 1-1 ./1.,/ (Seal): �n.� Signature of Authorized Representative Robbi Morales Attorney-in-Fact Title NOTE: This form is to be used as a companion document to ALA 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. b 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. Contell, Sophinie Hunter; Robbi Morales; .Kelly.A. Westbrook; Tina McE►vaa, Joshua Saunders; Toitie Petra�tek; or Mikdefa 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 00/1.00 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 principal office in their own proper persons. a o 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 0 resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January.25,2010: a� � c o y RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief 9 .Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant o Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attomey-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 he retol 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, 'y 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 3 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 ;5 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. o IN WITITiLSS 'WHEREOF, the Company has caused these presents to:be signzd and attested by its appropriate officers and its o corporate.seal hereunto affixed this day of Mal i0 . CZ Attest: Berkl Insurance Company Cd o (Seal) gy By o � dent»an Je L _a r- o Executive Vice President&Secretary � 5 i Vi e: resident o � o WARNING:TIUS POWER:•ENVA11D IF NOT PRINTED ON BLUE"] ERKLEY"SECURITY PAPER '^ STATE OF CONNECI'ICUT) o ? ss: o COUNTY OF FAIRFIELD ) o � Sworn to before.me, a Notary Pub in the State of Connecticut;this L day of. Mr a03Z..`by Ira S. Lederman and Jeffrey M. Rafter who are sworn tome to`be the E-x cutivc Vice President Secretary,_and Senior (ice President � Cd respectitiel_y,-of`BerkleyfnsuranceCompany- tiaNcaT iaa.ia�ocEtt v CONNEC.TICUr Q MYCOA1h85bN EXPIRES of %T>iibiic;State of Connecticut � Z CERJFICATE: I,the undersigned-Assistant z � Secretary Hof BE1iICLEY 1NSURANCE CDMI'ANY,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 revokedor rescinded Y and that the authority of the Attorney an-tact set forth therein, who executed the bond or undertaking to which this Power of Attorney is attached.is-In full force_ar d-effect as of this date. Given under my`liand and seal of Elie Company,this 2nrj _day of Noszpia b 2022 (Seat) Vincent P.Forte