Loading...
HomeMy WebLinkAboutContract 60232-FP1Page 1 of 2 City Secretary Contract No.__________________ Date Received ______________ 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: Replat of Walsh Ranch City Project No.: 104640 Improvement Type(s): Water Sewer Original Contract Price: $274,665.00 Amount of Approved Change Order(s): -$33,750.00 Revised Contract Amount:$240,915.00 Total Cost of Work Complete: $240,915.00 Contractor Date Title Conatser Construction Company Name Project Inspector Date Project Manager Date CFA Manager Date _______________________________________ __________________________________ TPW Director Date Asst. City Manager Date Page 2 of 2 Notice of Project Completion Project Name: Replat of Walsh Ranch City Project No.: 104640 City’s Attachments Final Pay Estimate Change Order(s):Yes N/A Pipe Report:Yes N/A Contractor’s Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 30 WD Work Start Date: 11/18/2024 Days Charged: 22 WD Work Complete Date: 12/20/2024 Completed number of Soil Lab Test: 17 Completed number of Water Test: 5 CITY OF FORT WORTH Contract Name REPLAT OF WALSH RANCH Contract Limits Project Type WATER & SEWER DOE Number 4640 Estimate Number 1 Payment Number 1 For Period Ending 12/20/2024 FINAL PAYMENT REQUEST City Secretary Contract Number 22 WD Contract Date CONATSER CONSTRUCTION TxLP NA 5327 WICHITA ST FORT WORTH TX 76119 G.DEYON S.WESTER 30WDContract Time Days Charged to Date CompleteContract is 100.00 Contractor , /Inspectors Project Manager City Project Numbers 104640 Friday, January 31, 2025 Page 1 of 5 Contract Name REPLAT OF WALSH RANCH Contract Limits Project Type WATER & SEWER DOE Number 4640 Estimate Number 1 Payment Number 1 For Period Ending 12/20/2024 Project Funding City Project Numbers 104640 UNIT I: WATER IMPROVEMENTS Item No.Description of Items Estimated Quanity Unit Unit Cost Estimated Total Completed Quanity Completed Total 1 CONNECTION TO EXISTING 4"-12" WATER MAIN (CO#1) 2 EA $8,500.00 $17,000.00 2 $17,000.00 2 12" WATER PIPE (CO#1)0 LF $228.00 $0.00 0 $0.00 3 8" WATER PIPE 30 LF $168.00 $5,040.00 30 $5,040.00 4 4" WATER PIPE 30 LF $128.00 $3,840.00 30 $3,840.00 5 6" GATE VALVE (CO#1)0 EA $2,400.00 $0.00 0 $0.00 6 8" GATE VALVE (CO#1)0 EA $3,400.00 $0.00 0 $0.00 7 DUCTILE IRON WATER FITTINGS W/ RESTRAINT (CO#1) 0.04 TN $10,000.00 $400.00 0.04 $400.00 8 4" WATERLINE LOWERING 1 EA $5,500.00 $5,500.00 1 $5,500.00 9 8" WATERLINE LOWERING 1 EA $6,500.00 $6,500.00 1 $6,500.00 10 TRENCH SAFETY 80 LF $30.00 $2,400.00 80 $2,400.00 11 3" WATER METER AND VAULT 1 EA $34,500.00 $34,500.00 1 $34,500.00 12 2" WATER SERVICE, METER & BOX 1 EA $6,500.00 $6,500.00 1 $6,500.00 13 REMOVE 8" SERVICE ANCHOR TEE (CO#1)0 EA $1,000.00 $0.00 0 $0.00 14 12" X 8" TAPPING SLEEVE & VALVE (CO#1)1 EA $3,400.00 $3,400.00 1 $3,400.00 15 12" X 6" TAPPING SLEEVE & VALVE (CO#1)1 EA $2,400.00 $2,400.00 1 $2,400.00 $87,480.00 $87,480.00Sub-Total of Previous Unit UNIT II: SANITARY SEWER IMPROVEMENTS Item No.Description of Items Estimated Quanity Unit Unit Cost Estimated Total Completed Quanity Completed Total 1 4' Manhole 3 EA $7,500.00 $22,500.00 3 $22,500.00 2 4' Extra Depth Manhole 7.6 VF $300.00 $2,280.00 7.6 $2,280.00 3 Epoxy Manhole Liner 7.6 VF $600.00 $4,560.00 7.6 $4,560.00 4 8" Sewer Pipe 163 LF $200.00 $32,600.00 163 $32,600.00 5 8" Sewer Pipe, CSS Backfill 30 LF $240.00 $7,200.00 30 $7,200.00 6 8" DIP Sewer Pipe 37 LF $250.00 $9,250.00 37 $9,250.00 7 8" DIP Sewer Pipe, CSS Backfill 10 LF $290.00 $2,900.00 10 $2,900.00 8 20" Casing by Open Cut 10 LF $400.00 $4,000.00 10 $4,000.00 9 Concrete Collar 2 EA $1,000.00 $2,000.00 2 $2,000.00 10 Trench Safety 240 LF $20.00 $4,800.00 240 $4,800.00 Friday, January 31, 2025 Page 2 of 5 Contract Name REPLAT OF WALSH RANCH Contract Limits Project Type WATER & SEWER DOE Number 4640 Estimate Number 1 Payment Number 1 For Period Ending 12/20/2024 Project Funding City Project Numbers 104640 11 Post-CCTV Inspection 240 LF $20.00 $4,800.00 240 $4,800.00 12 Manhole Vacuum Testing 4 EA $300.00 $1,200.00 4 $1,200.00 13 Connect to Ex. 4' Diameter SSMH 1 EA $4,500.00 $4,500.00 1 $4,500.00 9 Remove Concrete Pvmt 132 SY $40.00 $5,280.00 132 $5,280.00 10 Remove Concrete Sidewalk (CO#1)293 SF $10.00 $2,930.00 293 $2,930.00 11 Hydrated Lime 1.98 TN $500.00 $990.00 1.98 $990.00 12 8" Lime Treatment 132 SY $30.00 $3,960.00 132 $3,960.00 13 8" Conc Pvmt 132 SY $180.00 $23,760.00 132 $23,760.00 14 4" Conc Sidewalk (CO#1)293 SF $15.00 $4,395.00 293 $4,395.00 15 Block Sod Placement (CO#1)303 SF $10.00 $3,030.00 303 $3,030.00 16 Traffic Control 1 MO $3,500.00 $3,500.00 1 $3,500.00 17 SWPPP < 1 acre 1 LS $3,000.00 $3,000.00 1 $3,000.00 $153,435.00 $153,435.00Sub-Total of Previous Unit Friday, January 31, 2025 Page 3 of 5 Contract Name REPLAT OF WALSH RANCH Contract Limits Project Type WATER & SEWER DOE Number 4640 Estimate Number 1 Payment Number 1 For Period Ending 12/20/2024 Project Funding City Project Numbers 104640 Contract Information Summary Change Orders $274,665.00Original Contract Amount $240,915.00Total Contract Price $240,915.00 Less Total Cost of Work Completed % Retained $0.00 Net Earned $240,915.00 Plus Material on Hand Less 15%$0.00 Balance Due This Payment $240,915.00 Less Liquidated Damages Days @ / Day $0.00 Less Penalty LessPavement Deficiency $0.00 $0.00 $0.00Less Previous Payment Earned This Period Retainage This Period $240,915.00 $0.00 1 ($27,160.00)Change Order Number 1 ($6,590.00)Change Order Number Friday, January 31, 2025 Page 4 of 5 Contract Name REPLAT OF WALSH RANCH Contract Limits Project Type WATER & SEWER DOE Number 4640 Estimate Number 1 Payment Number 1 For Period Ending 12/20/2024 Project Funding City Project Numbers 104640 Line Fund Account Center Amount Funded Gross Retainage Net CITY OF FORT WORTH SUMMARY OF CHARGES $240,915.00 Less Total Cost of Work Completed % Retained $0.00 Net Earned $240,915.00 Plus Material on Hand Less 15%$0.00 Balance Due This Payment $240,915.00 Less Liquidated Damages 0 Days @ $0.00 / Day $0.00 Less Penalty LessPavement Deficiency $0.00 $0.00 $0.00Less Previous Payment Earned This Period Retainage This Period $240,915.00 $0.00 City Secretary Contract Number 22 WD Contract Date CONATSER CONSTRUCTION TxLP NA 5327 WICHITA ST FORT WORTH TX 76119 G.DEYON S.WESTER 30 WD Contract Time Days Charged to Date CompleteContract is 100.000000 Contractor , /Inspectors Project Manager Friday, January 31, 2025 Page 5 of 5 W � z Q W Q 2 � U Q � N a�S � N Q-' Z N J U c � � o � ~ ¢ o d i� U a F= � � m a Z �m : c U � °' � � m > ; O � o E � dC O C � W G1 � m � m � (A � O Z` 'c � � � � � � � o � N � � �� g � ��� �?m � � a S N Q N � Z M Z iil � � U Z U W � W � � a � � a� oJ d�U U U � LL li C�O N M � � � N I� �� 0 0 ZZ a� a� L L aa r � Y y L � Q C >� � m � � w Q Z Q � f- w � O � a � a � � o 0 0 H Q M M f� � � V y a c g � �, O p 4 M N M � u � S � w �� sspssss '� p N N N i�R M N � O nO � C� D. �: L> �i � � �, � M 4 W y CQ9 $ i .. N � O 6 O O Op O � N N M M N N S� �- U $ � ; c� � � N N � I 7 S.~S � � � � Z � � Q S . � � � 8 $ 8 S 8 `� � � » ° e o o a o 0 �+ N N N w w > YI as N w s°, 4 0$$ a S A M N w N H N � O � x� Yi N � oi � 8 Sy� S a N d � p S S o � � N N m T w M n m � s S r � � U N N y� M � Q o � V R a � N r�i ij o z � � � a 0 0 $ $ r S ii a�- O N O O m „ � � � � u ,s �KM� �,. � ' m �a�� wN" � W � � � V K � � Q F a � V = _ r � = a�Z N c " W a U �urc c�i � qa a � �� o d a ap O a NS W � a � O � � p � `u �i 4 � F- � U F �� p� Fp- �� p � � N Q F � z o 0 o w � � a � ~ W � W W � � V N � m W O C � R 'a Y a Q 4 a _ � m *** - New pay item added CITY PROJECT NUMBER: PROJECT NAME:Replat Walsh Ranch 104640 TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: SIZE TYPE OF PIPE PVC 4" C900 PVC 8" C900 PIPE LAID FIRE HYDRANTS:N/A VALVES (16" OR LARGER)N/A LF PIPE ABANDONED SIZE TYPE OF PIPE N/A DENSITIES:Yes All Passed 8" 3" Cast Iron NEW SERVICES:2" Copper Pipe SIZE TYPE OF PIPE N/A SIZE Ductile Iron Pipe TYPE OF PIPE PVC 8" SDR 26 8" SDR 26 CSS Backfill Ductile Iron Pipe CSS Backfill PIPE LAID 8" DENSITIES: WATER Yes All Passed LF 10 30 30 TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311 (817) 392 - 7941 • Fax: (817) 392 - 7845 NEW SERVICES: 1 Each 1 Each LF LF SEWER 163 10 37 20" Casing Pipe 10 PIPE ABANDONED Rev. 08/20/19 TRANSPORTATION AND PUBLIC WORKS January 16, 2025 Conatser Constructiion 5327 Wichita St Fort Worth, Texas 76119 RE: Acceptance Letter Project Name: Replat Walsh Ranch Project Type: Water, Sewer City Project No.: 104640 To Whom It May Concern: On January 16, 2025 a final inspection was made on the subject project. There were no punch list items identified at that time. The final inspection indicates that the work meets the City of Fort Worth specifications and is therefore accepted by the City. The warranty period will start on January 16, 2025, which is the date of the final inspection 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- 392-8424. Sincerely, Sandip Ahikari, P.E. , Project Manager Cc: Steven Wester , Inspector Gary Deyon , Inspection Supervisor Lorrie Pitts , Senior Inspector Andrew Goodman , Program Manager Dunaway Associates L.P. , Consultant Conatser Construction , Contractor Walsh Ranches Limited Partnership , 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, Presiden# of Conatser Management Group, Inc., general partner of Conatser Constructian 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, associatians, 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: WALSH RANCH REPLAT WATER & SANITARY SEWER IMPROVEMENTS CFA PRJ # 23-0096 CITY PROJECT # 104G40 CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP � Brock Huggi s Subscribed and sworn to before me this 11�' day of December, 2024. Rv n� KATHERINE ROSE � ��,,� �� =`�n Notary Public, State of Texas N N ID�t 133467933 Notary Public in Tarrant County, Texas STepFs�+e My Cammission Expires Novemher 3D, 2025 � CONSENT OF SURETY COMPANY TO FINAL PAYMENT Conforms with the American Institute of Architects, AfA Document G707 PROJECT; (name, address)Walsh Ranch Lots 1 R, 2R-1 & 2R-2, Black 2 Fort Worth, TX TO (4wner► Bond No 0263775 IWALSH RANCHES LIMITED PARTNERSHIP AND THE I ARCHlTECT'S PROJECT N0: CFA No. 23-OD96 CITY OF FORT WORTH CONTRACT FOR: 155 Walsh Drive Replat of Walsh Ranch Lots 1 R, 2R-1 & 2R=2, Block 2 Aledo rx �soas ,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 end eddress af Surety Companyi BERKLEY INSURANCE COMPANY 475 Steamboat Road Greenwich CT 06830 , SURETY COMPANY on bond of Ihere insert name end address of Contractor> CONATSER C�NSTRUCTION TX, L.P. 5327 Wichita St. Fort Worth TX 76119-6035 , CONTRACTOR, hereby approves of the final payment to the Cantractor, and agrees that final payment to the Contractor shall not relieve the Surety Company of any of its obligations to (here insett name snd address of Ownerj WALSH RANCHES LIMITED PARTNERSHIP AND THE C[TY OF FORT WORTH 155 Walsh Drive Aledo TX 76008 as set forth in the said Surety Company's bond. IN WITNESS, WI�REOF, the Surety Company has hereunto set its hand this Attest: `^�� � (Seal): 9th day of December, 2024 . owNeR, BERKLEY INSURANCE COMPANY Surety Company �� ignature of Authorized Representative RobbL Morale� Attorney-in-Fact Title NOTE: This form is to be usad as a companion document to AIA D�CUMENT G706, CONTRACTOR'S AFFIDAVI7 OF PAYMENT OF �EBTS AND CLAIMS, Current Editian owti�� ❑ ARCHITECT ❑ CONTRACTOR ❑ SURETY ❑ flTHER 6NE PAti@ N � � � .� � � a� � � � � � � �� � � �, .� Uj U, � � � � � v � � � � o � > �- � � •� c �, �-- � c � c o ._ y �- � � o � �. � � � o� �y c � � _ � ,� U � � . '�. � :' 'o `� c :� � o �,; a..� .� � ., � a�i ' � �. U �" � -°d � � .� � � w � o � ❑ on � U �� � L � 1-�+ N �� � �" 0 � � o °�,' •}; �, U C � � 'C � O � p. � � .� � � N Q . `' � 0 � � � � � � T ti � U Q � c C7 � z� �, . � z r. a� : �' POWER OF ATTORNEY BERKL�Y INSURANCE COMPANY WILMINGTON, DELAWARE No. BI-72801 KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under tl�e laws of the State of Delaware, having its principal office in Greenwich, CT, has made, constituted and appointed, and does by these presents make, constihtte and appoint: Ricardo J. Reyna; Don E. Cornell; Sophinie Hunter; Robbi Morales; Kelly A. Westbroolc; Tin¢ McEwan; Joshua Saunders; Tonie Petranek; or Milcaela Peppers of Aon Risk Services Southwest, Inc. af DaClas, TX its true and IawfuE Attomey-in-Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and deliver auy aud 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 saine extent as if such bonds had been duly executed a.nd acknawledged by the regularly elected officers of the Company at its principal office in their owv 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 thereaf. 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 C�inpany held on January 25, 2010: RESOLVED, tUat, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief Executive Officer, President or any Vice President af the Company, in conjunction with the Secretary or any Assistant Secretary are hereby authorized to execute powers of attomey authorizing and qualifying the attorney-iil-fact named therein to execute bonds, undertakings, recognizances, or ather suretyship obligations on bel�alf of tl�e Cornpany, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such attoniey-in-fact and revoke any power of attomey previausly granted; and further RESOLVED, that such power of attoniey limits fl�e acts of those named tliereiii to the bonds, undertakings, recognizances, or other suretyship obligations specifically named therein, and they have no audlority to bind the Company except in the manner and to the extent therein stated; and further RESOLVED, t11at such power of attorney revokes ali previous powers issued on behalf of the attomey-in-fact named; and further RESOLVED, that tl�e 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 wl�en so used shall have the saine force and effect as though manually affixed. The Compauy may continue to use for the purposes herein stated tl�e 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 coiporate seal hereunto affixed this 2"d day of Ma� , 2024 . AtYP.SC': (Seal} By f _ s"1�- ' -�L �'�� Philip 5: 7elt � Executive Vice President & Secretary Berkley Insivance Coiupany B� Je . M_ : a Senior Vice. President ST:�TE OF GONNECrICL7 ) � SS: CAL1Z i' OF F_AIRFIELD ) Sn�orn to before me, a Notary Public. iu the State of Cannecticut, #lus 2� day of,_ Ma�� 2024 , by PFrilip S. Weli aud 3effrey M_ Hafter who are s»�om to me to be the Executite ti'ice Presideni and Secretary, and the Sexuor Vice Presid�ut, respectively, of Berkle._y Iusurance Compauy. YWR1A G. HtJNDBAlCET11 :'� C i FiOTARY PUHL�G ATotary Public, State. of C.onnecticut 1�ONNECiiC!!T IYIYCOAAMISSION D�'JFl� Q�3t�202O CERiIFTC �TE I, th� undersigned, Assistant Secretarp of BERKI.EY INSURAI*FGE C:{.IMPANY, DO HEREBY CERTIFii that ttie faregoing is a true, correct and complete copy of t3ze original Power af Attorney; that said Pouer of Attorney has not been revoked or resc.in ded and that tlie aut�ority of the Attomey-in-Fact set. faF#ii thereisn �•�o execute.d the boud �r undertaking ta whicli this Pow•er of Attorney is attached, is in full force aud effect as of t�is. date_ � p� � Given under my hand aud seal of the ComPanY, #his � ' daY �f �.z � C p � ��T� . _: , �•2C� :Z � _ �' _.� j-.* (5ea1) .. �'� �rfr,."�i.==�. , i'inceni 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, Presiden# of Conatser Management Group, Inc., general partner of Conatser Constructian 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, associatians, 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: WALSH RANCH REPLAT WATER & SANITARY SEWER IMPROVEMENTS CFA PRJ # 23-0096 CITY PROJECT # 104G40 CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP � Brock Huggi s Subscribed and sworn to before me this 11�' day of December, 2024. Rv n� KATHERINE ROSE � ��,,� �� =`�n Notary Public, State of Texas N N ID�t 133467933 Notary Public in Tarrant County, Texas STepFs�+e My Cammission Expires Novemher 3D, 2025 � CONSENT OF SURETY COMPANY TO FINAL PAYMENT Conforms with the American Institute of Architects, AfA Document G707 PROJECT; (name, address)Walsh Ranch Lots 1 R, 2R-1 & 2R-2, Black 2 Fort Worth, TX TO (4wner► Bond No 0263775 IWALSH RANCHES LIMITED PARTNERSHIP AND THE I ARCHlTECT'S PROJECT N0: CFA No. 23-OD96 CITY OF FORT WORTH CONTRACT FOR: 155 Walsh Drive Replat of Walsh Ranch Lots 1 R, 2R-1 & 2R=2, Block 2 Aledo rx �soas ,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 end eddress af Surety Companyi BERKLEY INSURANCE COMPANY 475 Steamboat Road Greenwich CT 06830 , SURETY COMPANY on bond of Ihere insert name end address of Contractor> CONATSER C�NSTRUCTION TX, L.P. 5327 Wichita St. Fort Worth TX 76119-6035 , CONTRACTOR, hereby approves of the final payment to the Cantractor, and agrees that final payment to the Contractor shall not relieve the Surety Company of any of its obligations to (here insett name snd address of Ownerj WALSH RANCHES LIMITED PARTNERSHIP AND THE C[TY OF FORT WORTH 155 Walsh Drive Aledo TX 76008 as set forth in the said Surety Company's bond. IN WITNESS, WI�REOF, the Surety Company has hereunto set its hand this Attest: `^�� � (Seal): 9th day of December, 2024 . owNeR, BERKLEY INSURANCE COMPANY Surety Company �� ignature of Authorized Representative RobbL Morale� Attorney-in-Fact Title NOTE: This form is to be usad as a companion document to AIA D�CUMENT G706, CONTRACTOR'S AFFIDAVI7 OF PAYMENT OF �EBTS AND CLAIMS, Current Editian owti�� ❑ ARCHITECT ❑ CONTRACTOR ❑ SURETY ❑ flTHER 6NE PAti@ N � � � .� � � a� � � � � � � �� � � �, .� Uj U, � � � � � v � � � � o � > �- � � •� c �, �-- � c � c o ._ y �- � � o � �. � � � o� �y c � � _ � ,� U � � . '�. � :' 'o `� c :� � o �,; a..� .� � ., � a�i ' � �. U �" � -°d � � .� � � w � o � ❑ on � U �� � L � 1-�+ N �� � �" 0 � � o °�,' •}; �, U C � � 'C � O � p. � � .� � � N Q . `' � 0 � � � � � � T ti � U Q � c C7 � z� �, . � z r. a� : �' POWER OF ATTORNEY BERKL�Y INSURANCE COMPANY WILMINGTON, DELAWARE No. BI-72801 KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under tl�e laws of the State of Delaware, having its principal office in Greenwich, CT, has made, constituted and appointed, and does by these presents make, constihtte and appoint: Ricardo J. Reyna; Don E. Cornell; Sophinie Hunter; Robbi Morales; Kelly A. Westbroolc; Tin¢ McEwan; Joshua Saunders; Tonie Petranek; or Milcaela Peppers of Aon Risk Services Southwest, Inc. af DaClas, TX its true and IawfuE Attomey-in-Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and deliver auy aud 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 saine extent as if such bonds had been duly executed a.nd acknawledged by the regularly elected officers of the Company at its principal office in their owv 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 thereaf. 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 C�inpany held on January 25, 2010: RESOLVED, tUat, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief Executive Officer, President or any Vice President af the Company, in conjunction with the Secretary or any Assistant Secretary are hereby authorized to execute powers of attomey authorizing and qualifying the attorney-iil-fact named therein to execute bonds, undertakings, recognizances, or ather suretyship obligations on bel�alf of tl�e Cornpany, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such attoniey-in-fact and revoke any power of attomey previausly granted; and further RESOLVED, that such power of attoniey limits fl�e acts of those named tliereiii to the bonds, undertakings, recognizances, or other suretyship obligations specifically named therein, and they have no audlority to bind the Company except in the manner and to the extent therein stated; and further RESOLVED, t11at such power of attorney revokes ali previous powers issued on behalf of the attomey-in-fact named; and further RESOLVED, that tl�e 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 wl�en so used shall have the saine force and effect as though manually affixed. The Compauy may continue to use for the purposes herein stated tl�e 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 coiporate seal hereunto affixed this 2"d day of Ma� , 2024 . AtYP.SC': (Seal} By f _ s"1�- ' -�L �'�� Philip 5: 7elt � Executive Vice President & Secretary Berkley Insivance Coiupany B� Je . M_ : a Senior Vice. President ST:�TE OF GONNECrICL7 ) � SS: CAL1Z i' OF F_AIRFIELD ) Sn�orn to before me, a Notary Public. iu the State of Cannecticut, #lus 2� day of,_ Ma�� 2024 , by PFrilip S. Weli aud 3effrey M_ Hafter who are s»�om to me to be the Executite ti'ice Presideni and Secretary, and the Sexuor Vice Presid�ut, respectively, of Berkle._y Iusurance Compauy. YWR1A G. HtJNDBAlCET11 :'� C i FiOTARY PUHL�G ATotary Public, State. of C.onnecticut 1�ONNECiiC!!T IYIYCOAAMISSION D�'JFl� Q�3t�202O CERiIFTC �TE I, th� undersigned, Assistant Secretarp of BERKI.EY INSURAI*FGE C:{.IMPANY, DO HEREBY CERTIFii that ttie faregoing is a true, correct and complete copy of t3ze original Power af Attorney; that said Pouer of Attorney has not been revoked or resc.in ded and that tlie aut�ority of the Attomey-in-Fact set. faF#ii thereisn �•�o execute.d the boud �r undertaking ta whicli this Pow•er of Attorney is attached, is in full force aud effect as of t�is. date_ � p� � Given under my hand aud seal of the ComPanY, #his � ' daY �f �.z � C p � ��T� . _: , �•2C� :Z � _ �' _.� j-.* (5ea1) .. �'� �rfr,."�i.==�. , i'inceni P_ Forte