Loading...
HomeMy WebLinkAboutContract 57946-FP2FORT WORTH. -FP2 City Secretary Contract No. 57946 Date Received 06/23/2023 AT 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 10 Collector City Project No.: 103720 Improvement Type(s): x❑ Paving ❑x Drainage x❑ Street Lights ❑ Traffic Signals Original Contract Price: $1,067,184.50 Amount of Approved Change Order(s): $9,500.00 Revised Contract Amount: $1,076,684.50 Total Cost of Work Complete: $1,076,684.50 lard dlJun 19. 202316:00 CDT) Jun 19, 2023 Contractor Date Project manager Title Conatser Construction Company Name Fabian Diaz (Jun 20, 2023 07:39 CDT) Jun 20 2023 7 Project Inspector Date Cu„{,Q' �' P. �. Jun 23, 2023 PPrro�lj�e�ct Manager Date Im.1m Dia eOwen(Jun23.202314:46CDT) Jun 23, 2023 CFA Manager Date Lauren Prieur (Jun 23. 202314:47 CDT) J u n 23 2023 TPW Director Date 44a rnn Jun 237 2023 Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 1 of 2 Notice of Project Completion Project Name: Northpointe, Phase 10 Collector City Project No.: 103720 City's Attachments Final Pay Estimate x❑ Change Order(s): ❑x Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety I Statement of Contract Time Contract Time 75 WD Days Charged: 164 Work Start Date: 9/12/2022 Work Complete Date 6/15/2023 Completed number of Soil Lab Test: 126 Completed number of Water Test: 10 Page 2of2 FORT WORT 11 CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name NORTHPOINTE, PHASE 10 COLLECTOR Contract Limits Project Type DRAINAGE, PAVING AND STREETLIGHT IMPROV City Project Numbers 103720 DOE Number 7200 Estimate Number 1 Payment Number 1 For Period Ending 6/15/2023 WD City Secretary Contract Number Contract Time 7WD Contract Date 9/12/2022 Days Charged to Date 164 Project Manager NA Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors D. WATSON / F.DIAZ Thursday, June 15, 2023 Pagel of 5 City Project Numbers 103720 DOE Number 7200 Contract Name NORTHPOINTE, PHASE 10 COLLECTOR Estimate Number I Contract Limits Payment Number 1 Project Type DRAINAGE, PAVING AND STREETLIGHT IMPROVMENT For Period Ending 6/15/2023 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 $3,400.00 $17,000.00 5 $17,000.00 2 10' Non Standard Curb Inlet 1 EA $4,400.00 $4,400.00 1 $4,400.00 3 4' Drop Inlet 1 EA $4,500.00 $4,500.00 1 $4,500.00 4 4' Storm Junction Box 4 EA $5,000.00 $20,000.00 4 $20,000.00 5 5' Storm Junction Box 2 EA $6,000.00 $12,000.00 2 $12,000.00 6 21" RCP, Class III 125 LF $60.00 $7,500.00 125 $7,500.00 7 24" RCP, Class lII 435 LF $65.00 $28,275.00 435 $28,275.00 8 30" RCP, Class III 321 LF $105.00 $33,705.00 321 $33,705.00 9 42" RCP, Class III 285 LF $160.00 $45,600.00 285 $45,600.00 10 42" SET, 1 pipe 1 LF $5,000.00 $5,000.00 1 $5,000.00 10 Remove HDWL and Connect to Ex Storm With 4' 1 EA $7,500.00 $7,500.00 1 $7,500.00 Square JB 11 12" Large Stone Riprap, dry 38 SY $85.00 $3,230.00 38 $3,230.00 12 Trench Safety 1166 LF $3.00 $3,498.00 1166 $3,498.00 ------------- Sub -Total of Previous Unit $192,208.00 $192,208.00 UNIT IV: PAVING IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 7.5" Cone Pvmt 11218 SY $52.00 $583,336.00 11218 $583,336.00 2 8" Lime Treatment Subgrade 11761 SY $4.00 $47,044.00 11761 $47,044.00 3 Hydrated Lime @ 30# / SY 176 TN $185.00 $32,560.00 176 $32,560.00 4 5' Conc Sidewalk 793 LF $17.50 $13,877.50 793 $13,877.50 5 6" Cone Sidewalk 3344 LF $21.00 $70,224.00 3344 $70,224.00 6 Barrier Free Ramp, Type P-1 12 EA $1,500.00 $18,000.00 12 $18,000.00 7 Install Street Name Blades 6 EA $350.00 $2,100.00 6 $2,100.00 8 Install Stop Sign 6 EA $400.00 $2,400.00 6 $2,400.00 9 24" SLD Pvmt Marking HAE (W) 74 LF $20.00 $1,480.00 74 $1,480.00 10 Construct Concrete Header 152 LF $20.00 $3,040.00 152 $3,040.00 11 Install Type III End -of -Road Barricade 5 EA $500.00 $2,500.00 5 $2,500.00 12 Remove Barricade and Connect to Existing Pvmt 3 EA $800.00 $2,400.00 3 $2,400.00 Thursday, June 15, 2023 Page 2 of 5 City Project Numbers 103720 DOE Number 7200 Contract Name NORTHPOINTE, PHASE 10 COLLECTOR Estimate Number I Contract Limits Payment Number 1 Project Type DRAINAGE, PAVING AND STREETLIGHT IMPROVMENT For Period Ending 6/15/2023 Project Funding ------------------- Sub -Total of Previous Unit $778,961.50 $778,961.50 UNIT V: STREETLIGHT IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 Rdwy Illum TY 11 Pole 10 EA $2,800.00 $28,000.00 10 $28,000.00 2 Rdwy Illum Foundation TY 1,2, and 4 10 EA $1,200.00 $12,000.00 10 $12,000.00 3 No 6 Insulated Elec Condr, Alum. #6 XHHW 2251 LF $3.00 $6,753.00 2251 $6,753.00 4 Install Type 33A Arm 10 EA $375.00 $3,750.00 10 $3,750.00 5 AT 30-20BLEDE70-MVOLT-R2-3K-MP-NL-P7 10 EA $950.00 $9,500.00 10 $9,500.00 Luminaire 6 2" CONDT PVC SCH 80, Open Cut 2251 LF 7 Ground Box Type B 9 LF 8 120-240 VOLT SINGLE PHASE METERED 1 EA PEDESTAL (CO #1) Sub -Total of Previous Unit $12.00 $27,012.00 2251 $27,012.00 $1,000.00 $9,000.00 9 $9,000.00 $9,500.00 $9,500.00 1 $9,500.00 $105,515.00 $105,515.00 Thursday, June 15, 2023 Page 3 of 5 City Project Numbers 103720 Contract Name NORTHPOINTE, PHASE 10 COLLECTOR Contract Limits Project Type DRAINAGE, PAVING AND STREETLIGHT IMPROVMENT Project Funding Contract Information Summary Original Contract Amount Change Orders Change Order Number 1 DOE Number 7200 Estimate Number I Payment Number 1 For Period Ending 6/15/2023 $1,067,184.50 $9,500.00 Total Contract Price $1,076,684.50 Total Cost of Work Completed $1,076,684.50 Less % Retained $0.00 Net Earned $1,076,684.50 Earned This Period $1,076,684.50 Retainage This Period $0.00 Less Liquidated Damages Days @ / Day LessPavement Deficiency Less Penalty Less Previous Payment Plus Material on Hand Less 15% Balance Due This Payment $0.00 $0.00 $0.00 $0.00 $0.00 $1,076,684.50 Thursday, June 15, 2023 Page 4 of 5 City Project Numbers 103720 Contract Name NORTHPOINTE, PHASE 10 COLLECTOR Contract Limits Project Type DRAINAGE, PAVING AND STREETLIGHT IMPROVMENT Project Funding Project Manager NA Inspectors D. WATSON / F.DIAZ Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 DOE Number 7200 Estimate Number I Payment Number 1 For Period Ending 6/15/2023 City Secretary Contract Number Contract Date 9/12/2022 Contract Time 75 WD Days Charged to Date 164 WD 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 $1,076,684.50 Less % Retained $0.00 Net Earned $1,076,684.50 Earned This Period $1,076,684.50 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 $1,076,684.50 Thursday, June 15, 2023 Page 5 of 5 REVIEWED By Antlrew Gootlman at 11:16 am, Mar 16, 262J DEVELOPER -AWARDED -PROJECT CHANGE ORDER PROJECT NAME: Northpointe Phase 10 Collector CHANGE CONTRACT: Water, Sewer, Paving/Street Signs, Storm Drain and Street Lights ORDER No: CFA # 22-0017 CITY PARTICIPATION: NO CITY PROJECT # 103720 I PRC# 21-0152 X-NUMBER X-27151 FILE # K-2877 FID # FID# 30114-0200431-103720-EO7685 INSPECTOR: Sergio Arellano Phone No: 214-604-5866 PROJECT MANAGER: Drew Goodman Phone No: 817-392-2237 CONTRACT UNIT WATER I SEWER I PAVING I DRAINAGE I STREET LIGHTS I CONTRACT Developer (Developer beveloper DAYS Cost City Cost Developer Cost City Cost Developer Cost City Cost Cost City Cost Cost City Cost ORIGINAL CONTRACT $183,460.00 $91,193.00 I $778,961.50 I I $192,208.00 $96,015.00 75 EXTRAS TO DATE CREDITS TO DATE CONTRACT TO DATE $183,460.00 $0.00 $91,193.00 $0.00 I $778,961.50 I $0.00 I $192,208.00 $0.00 $96,015.00 $0.00 75 AMOUNT OF PROP. CHANGE ORDER I I I $ 9,500.00 0 REVISED CONTRACT AMOUNT $183,460.00 $0.00 $91,193.00 $0.00 I $778,961.50 I $0.00 I $192,208.00 $0.00 $105,515.00 $0.00 75 TOTAL REVISED CONTRACT AMOUNT PER UNIT $183,460.00 $91,193.00 $778,961.50 $192,208.00 $105,515.00 REVISED COST SHARE Dev. Cost: $1,351,337.50 City Cost: $0.00 TOTAL REVISED CONTRACT $1,351,337.50 Revised: 10-12-2011 Page 1 REVIEWED By Andrew Goodman at 11:16 am, Mar 15, 2023 SYou are ifi TEM PAY ITEM t✓ CITY ID I 70WUANTITY �' LiNi7 4 ITEM DESCRIP770ht UNIT PRICE t 703Ae UNIT V: STREET LIGHTJNG �M*P)R�O Tr 1 3441,1771 1 1 I EA FumiStVlnsiBtl IMIt Single Phase Metered Pedestal l 9s00 s 9.900,OD TOTAL CHANGE ORDER NO. tI S gsO.Qa REASONS FOR CHANGE ORDER Add street Fight contactor for new fights NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSiBLE FOR 100%OFTHE CHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER. RECOMMENDED: IG lay-Hom ` Blyr. 'In Name: ckmhemsf Trfle: Project Marmer APPROVED: Lenn mes f Taxes Lend andd Consiruction Name: I Jarmifer Efter Tide: Authorized Aaent APPROVED: Conatser ConsInaction 7JC, LP BF �. Name: `Ada Bun. Ti}ie: Manager Revised:10-12 2011 Page 2 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS June 15, 2023 Conatser Construction TX, LP 5327 Wichita Street Fort Worth, TX 76119 RE: Acceptance Letter Project Name: Northpointe Ph 10 Collector Project Type: Water,Sewer,Storm Drain, Paving, Streetlights City Project No.: 103720 To Whom It May Concern: On June 13, 2023 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 June 15, 2023. 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 June 15, 2023, 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- 727-5702. Sincerely, C'J' 4 . Andrew Goodman, Project Manager Cc: Fabian Diaz, Inspector Donald Watson, Inspection Supervisor Oscar Aguillon, Senior Inspector Victor V. Tornoro Jr, Program Manager Kimley Horn Engineering, Consultant Conatser Construction Tx, LP, Contractor Lennar Homes of Texas Land & Construction, Ltd, 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. 10C WATER, SANITARY SEWER, DRAINAGE, PAVING, & STREET LIGHT IMPROVEMENTS CFA PRJ #: 22-0017 CITY PROJECT #:103720 CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP A C J ' Brock Huggi s Subscribed and sworn to before me this 191h day of June, 2023. tyay Pie.. KATHERINE ROSE NQTARYP�UBLic Notary Public in Tarrant County Texas e* * ID# 1334T7933 oPq°? S 1e of @xaS Comm.txp.11-30-2025 CONSENT OF SURETY COMPANY TO FINAL PAYMENT Conforms with the American Institute of Architects, AIA Document G707 PROJECT: (name, address)Northpointe, Phase 10 Collector Fort Worth, TX TO (Owner) OWNER ❑ ARCHITECT ❑ CONTRACTOR ❑ SURETY ❑ OTHER Bond No 0243971 CITY OF FORT WORTH AND LENNAR HOMES OF -I ARCHITECT'S PROJECT NO: CFA No. 22-0017 TEXAS LAND AND CONSTRUCTION, LTD. CONTRACT FOR: 1707 Market Place Blvd., Suite 100 Water, Sewer, Paving Drainage, & Street Light Improvements for Northpointe, Phase 0 Collector 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 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 as set forth in the said Surety Company's bond. IN WITNESS, WHEREOF, the Surety Company has hereunto set its hand this Attest: L � (Seal): 16th day of June, 2023 BERKLEY INSURANCE COMPANY Surety Company Signature of Authorized Representative Robbi Morales Title , OWNER, Attorney -in -Fact 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. 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, Tuui McE►van; Joshua Saunders; Tonie Petranek; or Mikaela Peppers.of Am Risk Services Southwest, Inc. of Dallas, TX its trueand 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.$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 WIT MSS WIMREO}+, the Company has caused these presents to, be signed andattested by its appropriate officers aiid its corporate. seal hereunto affixed this'day ofu �rabrl ot. Attest Berk] Insurance Company (Seal) 13y �` By J N ►"� Irk.: ederttlat� Je rter Executive Vice President R Secretary 4. Se i ident WA,RNI:NG: TIUS-POWER..,IN ALTJD t -NOT PRRgTED QN BLuE , Ta>.,Ii<LEY" SECiTRI.TY PAPE.IL STATE OF CONNECTIC©T ) ) ss: COUNTY OF FAERFIELD } Swom to before me, a Notary Public in the State of Connecticut, this L day ofMet,,,, a0. by Ira S. Lederman and Jeffrey M. Hafter who are :sworn to rue to be the. Executive Vice Pr2otagate tary, and Senior Z�irz President, respectively, of Berkley fnsurance.Corupany. MARIA C �'nR K cOWIEcncur C„ �K�•t � 141M GOAti.YSSON EXPIRES of ConnecticmAIWL30.2024 CERTMICATE: T, the undersigned;.Assistatit Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTEFY that. the foreggoing is a true, correct and complete copy of the prrginal.Power of Attorney; that said Power of Attorney has riot been revoked or rescinded and !bat ttie authority of the Attorney in-i:act .set fords therein, who executed .the` bond or undertalaug to which. this Power of Attorney is attached,-is.:in full force and -effect as of this date. �` 4 Given under.my']iand.and seal of the Company, this 16 th day of June 2023 - (Scat} w 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. 10C WATER, SANITARY SEWER, DRAINAGE, PAVING, & STREET LIGHT IMPROVEMENTS CFA PRJ #: 22-0017 CITY PROJECT #:103720 CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP A C J ' Brock Huggi s Subscribed and sworn to before me this 191h day of June, 2023. tyay Pie.. KATHERINE ROSE NQTARYP�UBLic Notary Public in Tarrant County Texas e* * ID# 1334T7933 oPq°? S 1e of @xaS Comm.txp.11-30-2025 CONSENT OF SURETY COMPANY TO FINAL PAYMENT Conforms with the American Institute of Architects, AIA Document G707 PROJECT: (name, address)Northpointe, Phase 10 Collector Fort Worth, TX TO (Owner) OWNER ❑ ARCHITECT ❑ CONTRACTOR ❑ SURETY ❑ OTHER Bond No 0243971 CITY OF FORT WORTH AND LENNAR HOMES OF -I ARCHITECT'S PROJECT NO: CFA No. 22-0017 TEXAS LAND AND CONSTRUCTION, LTD. CONTRACT FOR: 1707 Market Place Blvd., Suite 100 Water, Sewer, Paving Drainage, & Street Light Improvements for Northpointe, Phase 0 Collector 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 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 as set forth in the said Surety Company's bond. IN WITNESS, WHEREOF, the Surety Company has hereunto set its hand this Attest: L � (Seal): 16th day of June, 2023 BERKLEY INSURANCE COMPANY Surety Company Signature of Authorized Representative Robbi Morales Title , OWNER, Attorney -in -Fact 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. 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, Tuui McE►van; Joshua Saunders; Tonie Petranek; or Mikaela Peppers.of Am Risk Services Southwest, Inc. of Dallas, TX its trueand 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.$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 WIT MSS WIMREO}+, the Company has caused these presents to, be signed andattested by its appropriate officers aiid its corporate. seal hereunto affixed this'day ofu �rabrl ot. Attest Berk] Insurance Company (Seal) 13y �` By J N ►"� Irk.: ederttlat� Je rter Executive Vice President R Secretary 4. Se i ident WA,RNI:NG: TIUS-POWER..,IN ALTJD t -NOT PRRgTED QN BLuE , Ta>.,Ii<LEY" SECiTRI.TY PAPE.IL STATE OF CONNECTIC©T ) ) ss: COUNTY OF FAERFIELD } Swom to before me, a Notary Public in the State of Connecticut, this L day ofMet,,,, a0. by Ira S. Lederman and Jeffrey M. Hafter who are :sworn to rue to be the. Executive Vice Pr2otagate tary, and Senior Z�irz President, respectively, of Berkley fnsurance.Corupany. MARIA C �'nR K cOWIEcncur C„ �K�•t � 141M GOAti.YSSON EXPIRES of ConnecticmAIWL30.2024 CERTMICATE: T, the undersigned;.Assistatit Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTEFY that. the foreggoing is a true, correct and complete copy of the prrginal.Power of Attorney; that said Power of Attorney has riot been revoked or rescinded and !bat ttie authority of the Attorney in-i:act .set fords therein, who executed .the` bond or undertalaug to which. this Power of Attorney is attached,-is.:in full force and -effect as of this date. �` 4 Given under.my']iand.and seal of the Company, this 16 th day of June 2023 - (Scat} w Vincent P. Forte