Loading...
HomeMy WebLinkAboutContract 58219-FP2Page 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:Blazing Trail Development City Project No.: 103374 Improvement Type(s): Water Sewer Original Contract Price: $2,497,598.00 Amount of Approved Change Order(s)-$72,380.82 Revised Contract Amount:$2,425,217.18 Total Cost of Work Complete: $2,425,217.18 Contractor Date Title Catamount Constructors, Inc. 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: Blazing Trail Development City Project No.: 103374 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: 170 WD Work Start Date: 3/8/2023 Days Charged: 188 Work Complete Date: 1/9/2024 Completed number of Soil Lab Test: 594 Completed number of Water Test: 16 CITY OF FORT WORTH Contract Name BLAZING TRAIL DEVELOPMENT Contract Limits Project Type WATER & SEWER IMPROVEMENTS DOE Number 3374 Estimate Number 1 Payment Number 1 For Period Ending 1/9/2024 FINAL PAYMENT REQUEST City Secretary Contract Number 188 WD Contract Date CATAMOUNT CONSTRUCTORS, INC. NA 4630 NORTH LOOP 1604 WEST, SUITE 130 SAN ANTONIO TX 78249 M. GLOVER I.ANDRADE 170WDContract Time Days Charged to Date CompleteContract is 100.00 Contractor , /Inspectors Project Manager City Project Numbers 103374 Thursday, March 28, 2024 Page 1 of 5 Contract Name BLAZING TRAIL DEVELOPMENT Contract Limits Project Type WATER & SEWER IMPROVEMENTS DOE Number 3374 Estimate Number 1 Payment Number 1 For Period Ending 1/9/2024 Project Funding City Project Numbers 103374 UNIT I: WATER IMPROVEMENTS Item No.Description of Items Estimated Quanity Unit Unit Cost Estimated Total Completed Quanity Completed Total 1 REMOVE 12" WATER LINE 50 LF $53.76 $2,688.00 50 $2,688.00 2 REMOVE 12" WATER VALVE 1 EA $1,702.57 $1,702.57 1 $1,702.57 3 4"-12" PRESSURE PLUG 4 EA $2,422.37 $9,689.48 4 $9,689.48 4 SALVAGE FIRE HYDRANT 1 EA $9,484.79 $9,484.79 1 $9,484.79 5 24" CASING BY OPEN CUT 185 LF $336.48 $62,248.80 185 $62,248.80 6 24" CASING BY OTHER THAN OPEN CUT 66 LF $1,009.43 $66,622.38 66 $66,622.38 7 12" WATER CARRIER PIPE (CO #1)308 LF $144.38 $44,469.04 308 $44,469.04 8 DUCTILE IRON WATER FITTINGS W/ RESTRAINT 3.7 TN $1,651.62 $6,110.99 3.7 $6,110.99 9 6" PVC WATER PIPE (CO #1)125 LF $62.83 $7,853.75 125 $7,853.75 10 8" PVC WATER PIPE (CO #1)22.5 LF $87.59 $1,970.78 22.5 $1,970.78 11 12" WATER PIPE, CLSM BACKFILL 115 LF $284.53 $32,720.95 115 $32,720.95 12 12" PVC WATER PIPE (CO #1)4203 LF $134.71 $566,186.13 4203 $566,186.13 13 FIRE HYDRANT 12 EA $7,808.45 $93,701.40 12 $93,701.40 14 CONNECTION TO EXISTING 4'-12" WATER MAIN 2 EA $7,472.57 $14,945.14 2 $14,945.14 15 2" WATER SERVICE 4 EA $6,944.60 $27,778.40 4 $27,778.40 16 6" GATE VALVE (CO #1)13 EA $2,475.55 $32,182.15 13 $32,182.15 17 8" GATE VALVE (CO #1)1 EA $3,291.07 $3,291.07 1 $3,291.07 18 12" GATE VALVE 19 EA $5,567.28 $105,778.32 19 $105,778.32 19 TRENCH SAFETY 4750 LF $9.48 $45,030.00 4750 $45,030.00 20 8" DOUBLE DECTECTOR CHECK & VAULT (CO #1) 0 EA $36,875.98 $0.00 0 $0.00 21 10" PVC WATER PIPE (CO #1)22.5 LF $135.29 $3,044.03 22.5 $3,044.03 22 10" GATE VALVE (CO #1)1 EA $4,980.97 $4,980.97 1 $4,980.97 $1,142,479.13 $1,142,479.13Sub-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 REMOVE 10" SEWER LINE 50 LF $71.84 $3,592.00 50 $3,592.00 2 10" SEWER ABANDONMENT PLUG 1 EA $5,766.42 $5,766.42 1 $5,766.42 Thursday, March 28, 2024 Page 2 of 5 Contract Name BLAZING TRAIL DEVELOPMENT Contract Limits Project Type WATER & SEWER IMPROVEMENTS DOE Number 3374 Estimate Number 1 Payment Number 1 For Period Ending 1/9/2024 Project Funding City Project Numbers 103374 3 PRE-CCTV INSPECTION 50 LF $33.42 $1,671.00 50 $1,671.00 4 POST-CCTV INSPECTION 4297 LF $6.68 $28,703.96 4297 $28,703.96 5 MANHOLE VACUUM TESTING 23 EA $167.08 $3,842.84 23 $3,842.84 6 TRENCH SAFETY 4297 LF $12.33 $52,982.01 4297 $52,982.01 7 CONCRETE COLLAR 11 EA $835.38 $9,189.18 11 $9,189.18 8 TRENCH WATER STOPS 1 EA $3,898.43 $3,898.43 1 $3,898.43 9 6" SEWER PIPE 72 LF $67.94 $4,891.68 72 $4,891.68 10 8" SEWER PIPE 4205 LF $130.32 $547,995.60 4205 $547,995.60 11 8" SEWER PIPE, CLSM BACKFILL 20 LF $544.11 $10,882.20 20 $10,882.20 12 20" CASING BY OPEN CUT 195 LF $265.09 $51,692.55 195 $51,692.55 13 EPOXY MANHOLE LINER 240 VF $523.50 $125,640.00 240 $125,640.00 14 4' MANHOLE 23 EA $14,042.02 $322,966.46 23 $322,966.46 15 4' EXTRA DEPTH MANHOLE 102 VF $1,068.86 $109,023.72 102 $109,023.72 $1,282,738.05 $1,282,738.05Sub-Total of Previous Unit Thursday, March 28, 2024 Page 3 of 5 Contract Name BLAZING TRAIL DEVELOPMENT Contract Limits Project Type WATER & SEWER IMPROVEMENTS DOE Number 3374 Estimate Number 1 Payment Number 1 For Period Ending 1/9/2024 Project Funding City Project Numbers 103374 Contract Information Summary Change Orders $2,497,598.00Original Contract Amount $2,425,217.18Total Contract Price $2,425,217.18 Less Total Cost of Work Completed % Retained $0.00 Net Earned $2,425,217.18 Plus Material on Hand Less 15%$0.00 Balance Due This Payment $2,425,217.18 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 $2,425,217.18 $0.00 1 ($72,380.82)Change Order Number Thursday, March 28, 2024 Page 4 of 5 Contract Name BLAZING TRAIL DEVELOPMENT Contract Limits Project Type WATER & SEWER IMPROVEMENTS DOE Number 3374 Estimate Number 1 Payment Number 1 For Period Ending 1/9/2024 Project Funding City Project Numbers 103374 Line Fund Account Center Amount Funded Gross Retainage Net CITY OF FORT WORTH SUMMARY OF CHARGES $2,425,217.18 Less Total Cost of Work Completed % Retained $0.00 Net Earned $2,425,217.18 Plus Material on Hand Less 15%$0.00 Balance Due This Payment $2,425,217.18 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 $2,425,217.18 $0.00 City Secretary Contract Number 188 WD Contract Date CATAMOUNT CONSTRUCTORS, INC. NA 4630 NORTH LOOP 1604 WEST, SUITE 130 SAN ANTONIO TX 78249 M. GLOVER I.ANDRADE 170 WD Contract Time Days Charged to Date CompleteContract is 100.000000 Contractor , /Inspectors Project Manager Thursday, March 28, 2024 Page 5 of 5 � INSPECTOR: Jeff Wolff Phone No: 817392-8306 PROJECT MANAGER: Victor V. Tornero Jr., P.E. Phone No: 817392-7830 Recised: 10-12-2011 RECOPAl,1ENDED: APPROVED: APPROVEO: Baird, Hampton 8 Brovm, Inc. RLP lll Blazinp Trail Phase l, LLC Catamounf Conshuctors, Inc. By: By: By: _ Name: Name: Name: TiUe: Title: _ _ _ Ttle: . Pnge 1 DEVELOPER-AWARDED-PROJECT CHANGE ORDER You are directed to make ihe follovnnp chanpes in the conirect documents� REASONS FOR CHANGE OR�ER Change orderrequired to reconcile updafes made to pnvafe fire line design and ifs connections fo fhe pu6lic line as well as street lighfing design updafes due fo Oncor coordianfion. Changes cortespond to revision 1 as sho�vn on sheefs 70, 14, 17, 8 69 oi the consWc(ion plans. NO CIN FUNOS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100h OF THE CHANGE ORDER COST AN� NO REIMBURSEP�IENT FR01,1 THE CITY WILL BE SOUGHT BY THE DEVELOPER. FoRTWoRTH ��h ..�rt .� �;�-��;, .f:�;> E- � TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJ�CT NAME: Blazing Trails Development CITY PROJECT NUMBER: 103374 WATER PIPE LAID SIZE TYPE OF PIPE LF Water Carrier Pipe 12in Carriec 66 Water Pipe 6in PVC 145 Water Pipe 8in PVC 45 Water Pipe 12in PVC 4445 FIR� HYDRANTS: PIP� ABANDONED SIZE VALV�S (16" OR LARGER) TYPE OF PIP� LF DENSITI�S: NEW SERVICES: 2in Service SEWER PIPE LAID SIZ� TYP� OF PIP� LF Sewer 6in PVC 72 Sewer 8in PVC 4205 PIPE ABANDONED Sewer D�NSITIES: N�W SERVICES: SIZE TYP� OF PIP� LF l0in Plug TI�-�NSPORTATION r1ND PUBLIC \�/ORKS The Cit�� of Fort \�/ordi • 1000 Throclunorton Street • P'ort \�/orth, T176012-G311 Rev. 8/20/19 TRANSPORTATION AND PUBLIC WORKS September 4, 2024 Catamount Constructors, Inc. 4630 North Loop 1640 West, Suite 130 San Antonio, TX 78249 RE: Acceptance Letter Project Name: Blazing Trail Development Project Type: Developer City Project No.: 103374 To Whom It May Concern: On January 19, 2024 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 March 12, 2024. 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 March 12, 2024, 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- 392-2237. Sincerely, Ram P, Tiwari, Project Manager Cc: Ignacio Andrade, Inspector Mike Glover, Inspection Supervisor Daniel Roy, Senior Inspector Andrew Goodman, Program Manager BHB Inc, Consultant Catamount Constructors Inc, Contractor Blazing Trails, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov FINAL BILLS PAID AFFIDAVIT BY CONTRACTOR I am the CFO of Catamount Constructors, Inc. ("Contractor"), located at 1527 Cole Boulevard, Suite 100, Lakewood, CO 80401, with a Texas office located at 15510 Vance Jackson Road, Building 2, Suite 100, San Antonio, TX 78249. I have personal knowledge of the facts stated herein and have full authority to make the fallowing assertions on behalf of Contractor. Pursuant to and in accordance with a written contract between Contractor and RLP III Blazing Trail Phase I, LLC ("Owner"), Contractor furnished labor and materials for the construction of certain infrastructure improvements at ar adjacent to 3840 Deen Road, Fort Worth, TX 76106 (the "Improvements"), as indicated in City of Fort Worth Project #103374. All work provided for under said written construction contract has been fully completed in accordance with the terms and provisions of said contract. Contractor has paid each of its subcontractors and suppliers in full for all labor and materials provided to Contractor for or in connection with the construction, renovation, or repair of the Improvements. Contractor is not aware of any unpaid bills, claims, demands, or causes of action by any of its subcontractors or suppliers for or in connection with the furnishing af labor materials for the construction of the Improvements, nor of any pending claims far persanal injury or property damage arising from the construction of the Improvements. Contractor acknowledges that this Final Bills Paid Affidavit is being given in furtherance of Section 53.085 of the Texas Property Code. Executed as of May 28, 2024. �� � Paul Crandall, CFO Catamount Constructors, Inc. Before me personally appeared Paul Crandall, known to me to be the person whose name is subscribed above, acknowledged that he has the authority to make this Final Bills Paid Affidavit, and further acknowledged to me that he executed the same for the purpose therein expressed. GIVEN UNDER MY HAND AND SEAL OF OFFICE on May 28, 2024. STEPHANIE WMYTE W — _. NOiARY Pd1BUC STAT� A� COL�Ft�4Q0 NOTARY ID 20214044988 Ml' COMMISSION EXPIRES FEBRUARY 5, 202B [seal J Notary Public, tate of Colorado �� � � T tA ��� D��ument C�7�� � 1��4 ������� ��' ����5�� �� ����� p�y��,�f Bond No. 47-SUR-300084-01-0141 _ _ ____ _ _ __ __ _ _.__ ¢�?�J�CT:�r rt, _z�r�r ;�i��°s,s� _ _ ARCMITECT'SPR�JE�CTtY�JN���R: CFA:21-0113 (�`�1VP1Ei?��x� Water, Sewer, Paving, Drainage & Street Improvements to Serve Blazing Trail Development CbNTRAGT Ft��; Water, Sewer, Paving, Drainag & Street Improvements to Serve Blazing Trail Development HRCHITECT: � CONTFt�CTOR � SURETY � �� �����, 1:`'c1ftl(' i7%t'.t�t:Clilt<'�.i/ G�NTRACT DA,TEC), September 22, 2022 RLP III Blazing Trail Phase I, LLC & City of Fort Worth, TX 200 Texas Street Fort Worth, TX 76102 i�t ����c«r�d��nwe ���uth the nr�tvisioFis of the Cootract be«c�en the (��� ner anc{ the Cantractor as iodicate� a'Cn�ve. the : l,r, ��t �r-u�r rr��1 �,Jrfr �,s of 5u; ��tvi Berkshire Hathaway Specialty Insurance Company 1314 Douglas Street, Suite 1400 Omaha, Nebraska 68102 !111 ilr..%li(i �;1• 17t�.� �, t,t�t�tr r�J�1<r,r, �<S� u;�t c;t�t�'uctrlYl RLP III Blazing Trail Phase I, LLC & City of Fort Worth, TX 200 Texas Street Fort Worth, TX 76102 �T�i�f�� � , St!R�TY, . CC7N"('i2,��C 1'Oi2. herebp �npmv�s c>£di� t�na! payi�ieri� t�� ti�e Connactor, ruid a�rees thdt tinal payment to the C�ntrac�or sha(I not relieve the �=irbty ot <ir�,: �+f i(, ��hPiz�:tttriiS fa � (f;ztir r ,,<�'tt7 r �'�ZZ�/Ea'r`,�S Ui (?4t't1�1'1 Catamount Constructors, Inc. 4630 N. L000p 1604 West, Suite 130 San Antonio, TX 78249 �s set farth [�� ��Ft1 Surc;tc•�s bar�d� I�, �k"l'TlV( �S 4V1-[EKF.f)F, the Surety� has P�ereur�to -set its hantl �ri this date: February 7, 2025 llrz�c; t Irt ;:;��;i�rs>,+Ite ��t�>,rlf�t Jo/lorti�e�/ bv tlte �ttrn�rii: dnie r.��t<1 i�e«j•.) �� �L'�W�U/l. lV��/�J�O� /1 ,1it��st: � �ti�a�}� Chaun M. Wilson (��k��f-,R. Berkshire Hathaway Specialty Insurance Company (.1tu�etr� a �� ^� � ���.�-___ �"�'_"-�-�-�--� (,>i�n��lzir%° uJ ut�[l�urt �� r� ���pt�esentcrll�����1 Douglas L. Rieder, Attorney-In-Fact lPvirue�` �ranm �l>>�� iiilej ; •�? � `k . r�``��. � �� `i . 53 � i�f'; � � . � "�. ' '{ ' � f � j��, �� �-� �'lCJ'r-- %t /.� :���.Vtl;�' � . i 'i, � ,.I�Y � ,I; •f _ " - . , � . .,``i . A!A Document G707 `" -- 1994. Copynght c�i 1982 and 1994 by The Ame�ic;an insliiute of Ar�hitects. All ri�7hEs reserved. WARNING: This q1A`� Document is protected by U.S. Copyrigbt Law and Intemational Treatios. Unauthorized reproduction or distrihution of this AIAA Document, or any portlon of it, 1 may result in severe civil and criminal penalties, and will be prosecuted to the maximum e�ctent possible under the law. ° �3erks��irc 1I.,ThEi��,��.4� `� ��)�C'i<3IF:i' �IIS1iP<itii:i' IPcrn�I�/�rr' ���� ,��.�t�t�r�m�� BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY NATIONAL INDEMNITY COMPANY / NATIONAL LIABILITY & FIRE INSURANCE COMPANY 47-SU R-300084-01-0141 Know all men by these presents, that BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY, a corporation existing under and by virtue of the laws of the State of Nebraska and having an office at One Lincoln Street, 23rd Floor, Boston, Massachusetts 02111, NATIONAL INDEMNITY COMPANY a corporation existing under and by virtue of the laws of the State of Nebraska and having an office at 3024 Harney Street, Omaha, Nebraska 68131 and NATIONAL LIABILITY & FIRE INSURANCE COMPANY, a corporaHon existing under and by virtue of the laws of the State of Connecticut and having an office at 100 First Stamford Place, Stamford, Connecticut 06902 (hereinafter collectively the "Companies"), pursuant to and by the authority granted as set forth herein, do hereby name, constitute and appoint: John Miller Margaret Mevers F Anderson Philips Douglas L Rieder Michael J Brown William Brett Godwin Tameka Black Chaun Wilson 2500 Cumberland Parkway Suite 400 of the citv of Atlanta, State of GeorRia, their true and lawful attorney(sj-in-fact to make, execute, seal, acknowledge, and deliver, for and on their behalf as surety and as their act and deed, any and all undertakings, bonds, or other such writings obligatory in the nature thereof, in pursuance of these presents, the execution of which shall be as binding upon the Companies as if it has been duly signed and executed by their regularly elected officers in their own proper persons. This authority for the Attorney-in-Fact shall be limited to the execution of the attached bond(s) or other such writings obligatory in the nature thereof. In witness whereof, this Power of Attorney has been subscribed by an authorized officer of the Companies, and the corporate seals of the Companies have been affixed hereto this date of August 24, 2023. This Power of Attorney is made and executed pursuant to and by authority of the Bylaws, Resolutions of the Board of Directors, and other Authorizations of BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY, NATIONAL INDEMNITY COMPANY and NATIONAL LIABILITY & FIRE INSURANCE COMPANY, which are in full force and effect, each reading as appears on the back page of this Power of Attorney, respectively. The following seals of the Companies and signatures by an authorized officer of the Company may be affixed by facsimile or digital format, which shall be deemed the equivalent of and constitute the written signature of such officer of the Companies and originai seals of the Companies for all purposes regarding this Power of Attorney, including satisfaction of any signature and seal requirements on any and all undertakings, bonds, or other such writings obligatory in the nature thereof, to which this Power of Attorney applies. BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY, ,� _ \ �7 ,..�. _ i il � _ , � �� j ^_ %r�� _.\-�__ `•�� � �_ By: David Fields, Executive Vice President �� 7 L �r y1 �r° � ,;'; �c � r rj SikfTY � Y ti}:1E �m� l . 7 _ sn� 3en- �` o ; � Y � k�t` �A� NATIONAL INDEMNITY COMPANY, NATIONAL LIA8ILITY & FIRE INSURANCE COMPANY, f� !' � / � t � ._' I � �� � ��.�.r'�'"��-�z- By: David Fields, Vice President Z�T '�d ry'il � ti 1 a E rn�p 1 . , ;• � 1 wiit4fti � �n �lHFf1 � 51 �E�1. <ttl ;� ,�� �4 � ( �� ,� 3� M1�ji ♦ t�/ • - .�.,i.;r,: - . NOTARY State of Massachusetts, County of Suffolk, ss: On this 24th day of August, 2023, before me appeared David Fields, Executive Vice President of BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY and Vice President of NATIONAL INDEMNITY COMPANY and NATIONAL LIABILITY & FIRE INSURANCE COMPANY, who being duly sworn, says that his capacity is as designated above for such Companies; that he knows the corporate seals of the Companies; that the seals affixed to the foregoing instrument are such corporate seals; that they were affixed by order of the board of directors or other governing body of said Companies pursuant to its Bylaws, Resolutions and other Authorizations, and that he signed said instrument in that capacity of said Companies. [Notary Seal] I�: y, �pr ���:,.. . � ���'i�� v, ����{��� .._-.,.� �� , '�J i � ' �lotarj puhfie, Gommont�rs�l#� M �gy�tr.�use� p r - � �� ,� , ( �,-� ��,�y �miss?cn ��, Ir�s , , � �_- -- _ _ _. _ � P ��rt��r,� 2�, xJ?7 � - '- ---s- _ __ � ._ _� .� _ __ � � r _ ; Notary Public I, Ralph Tortorella, the undersigned, Officer of BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY, NATIONAL INDEMNITY COMPANY and NATIONAL LIABILITY & FIRE INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, see hereunto affixed the seals of said Companies this February 7. 2025. �r._c�. V �, ti y � U �f J N f' 9 a ti w 5 � � ti � •c c' 4� � - �t � � � � �o � > � y w � � s `� u � � -r, � `a '� m tt ..: w v � � a '�. � o � v �:s � N � i: • IL N � � � � v�+ w y 'e o,+ m v � �- r. nt d! U 41 ' J -Vi � � N N � ^' � `o "_'. � � � �. � � � �� 'a U i =� .� a ��� � RI� � � .. F ... �}, � �1 �� pr � � ��h�ri 3 � y . s'� a� .. �..� 1 3 ..�'% i '-•+ �J+ t -�� � � _ -.-'-'t�,-"`s.-.-,...r��'-.'�-.:... ktTi �. N Rhll � ( � �VNF"11 � ` � � �f t > ;� t�, st..�i. `3 , .F �! - � Ral h Tortorella, Officer x,, �.. � ,�, � < • � p �s� �R� �, {��� � ,�, � � � dy i^° . �� t ��"�' �,;�� ��szti-ss' '�- .>. .. BHSIC, NICO & NLF POA (2023) BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY (BYLAWS) ARTICLE V. CORPORATE ACTIONS EXECUTION OF DOCUMENTS: Section 6.(b) The President, any Vice President or the Secretary, shall have the power and authority: (1) To appoint Attorneys-in-fact, and to authorize them to execute on behalf of the Company bonds and other undertakings, and (2) To remove at any time any such Attorney-in-fact and revoke the authority given him. NATIONAL INDEMNITY COMPANY (BY-LAWS) Section 4. Officers, Asents, and Employees: A. The officers shall be a President, one or more Vice Presidents, a Secretary, one or more Assistant Secretaries, a Treasurer, and one or more Assistant Treasurers none of whom shall be required to be shareholders or Directors and each of whom shall be elected annually by the Board of Directors at each annual meeting to serve a term of office of one year or until a successor has been elected and qualified, may serve successive terms of office, may be removed from office at any time for or without cause by a vote of a majority of the Board of Directors, and shall have such powers and rights and be charged with such duties and obligations as usually are vested in and pertain to such office or as may be directed from time to time by the Board of Directors; and the Board of Directors or the officers may from time to time appoint, discharge, engage, or remove such agents and employees as may be appropriate, convenient, or necessary to the affairs and business of the corporation. NATIONAL INDEMNITY COMPANY (BOARD RESOLUTION ADOPTED AUGUST 6, 2014) RESOLVED, That the President, any Vice President or the Secretary, shall have the power and authority to (1) appoint Attorneys- in-fact, and to authorize them to execute on behalf of this Company bonds and other undertakings and (2) remove at any time any such Attorney-in-fact and revoke the authority given. NATIONAL LIABILITY & FIRE INSURANCE COMPANY (BY-LAWS) ARTICLE IV Officers Section 1. Officers, Agents and Employees: A. The officers shall be a president, one or more vice presidents, one or more assistant vice presidents, a secretary, one or more assistant secretaries, a treasurer, and one or more assistant treasurers, none of whom shall be required to be shareholders or directors, and each of whom shall be elected annually by the board of directors at each annual meeting to serve a term of office of one year or until a successor has been elected and qualified, may serve successive terms of office, may be removed from office at any time for or without cause by a vote of a majority of the board of directors. The president and secretary shall be different individuals. Election or appointment of an officer or agent shall not create contract rights. The officers of the Corporation shall have such powers and rights and be charged with such duties and obligations as usually are vested in and pertain to such office or as may be directed from time to time by the board of directors; and the board of directors or the officers may from time to time appoint, discharge, engage, or remove such agents and employees as may be appropriate, convenient, or necessary to the affairs and business of the Corporation. NATIONAL LIABILITY & FIRE INSURANCE COMPANY (BOARD RESOLUTION ADOPTED AUGUST 6, 2014) RESOLVED, That the President, any Vice President or the Secretary, shall have the power and authority to (1) appoint Attorneys- in-fact, and to authorize them to execute on behalf of this Company bonds and other undertakings and (2j remove at any time any such Attorney-in-fact and revoke the authority given. BHSIC, NICO & NLF POA (2023) � anui;uo�op=poy}aw�a�puey �uoi��ydiys�6uiddiys�wo��xapa;�n,uv�nnp:sd�ay •apm� aoin�ag x3Paj;ua��no aas 's}iwi� awg �oi�;s uiy�inn pa�i; aq �snw swie�o ua}}i�M �apin�a�in�as �no ui pa;si� swa}i �ay;o pue s}uawn��sui a�qei�o6au `s�e�aw snoioa�d `ti�annaf �6�a '000' 6$ si an�en i(.ieuip�oe��xa }o swa�i �o; wnwixeW�sso� pa�uawnoop �en}�e paaoxa �ouueo tianooa�{ �an�en pa�e�oap pazuoy�ne ay� �o pp �$;o �a�ea�6 ay; oa pa�iwi� si �eioads �o '�eguanbasuoo'�e�uapioui '}oanp �ay�aynn a6ewep;o sw�o; �ay�o pue `s;soo 'saa; s,�(awoa;e '�i;ad '}sa�a;ui awooui 'sa�es;o sso� 'a6e�oed ay;;o an�en oisui�}ui 6uipnpui 'sso� �(ue �o; x3Pa� wa; �ano�a� o�;y6i� �no,� ��(�dde apin� aoin�ag x3pa� �ua��no aya ui puno; suoi�e�iwi��wie�o /��awg e a�i; pue sso� �en�oe mo�( �uawnoop 'a6�eyo �euoi}ippe ue �(ed 'an�en �ay6iy e a�epap noR ssa�un 'uoi;ew�o;uisiw �o'tiani�apsiw`tiani�ap-uou `�(e�ap `a6ewep 'sso�;o ��nsa� ay� �ay�aynn 'a6e�oed �ad pp �$;o ssa�xa ui wie�� l�ue �o; a�qisuodsa� aq �ou ��inn x3Pa��wo��xapa; uo a�qe�iene 'apin� a�iivag x3pa� �ua��n� ay� ui suoi}ipuo� a�in�as ay� o� �uawaa�6e �no�I saan}i}suo� wa�s�(s siy;;o as� �Jaqwnu �uno�oe x3Pa� �no(� �o uoi}e��a�ue� ay� y�inn 6uo�e 'sa6�ey� 6ui��iq �euoi�ippe ui ��nsaa p�noo pue;ua�npne�; si sasodmd Buiddiys �o� �aqe� siy};o r(do�o}oyd e 6uis� •6uiddiys �o; �aqe� �eui6uo paauiad ay� �(�uo as� :BuivaeM pauueos pue pea� aq ue� �aqe� ay� �o uoi�od apo��eq ay� �ey� os �uawdiys �no�( ol }i xi}}e pue y�nod 6uiddiys ui �aqe� a�eld '£ •aui� �e}uozi�oy aya 6uo�e a6ed pa}uud ay� p�o� �Z •�a�ui�d aaf�ui �o �ase� �no�( o; �aqe� �no�(;ui�d o} a6ed siy� uo uoa�nq ,}uud, ay� as� � � :�aqe� siy; 6u�;ui�d �auy N � � N � w m z o u�-o � w O�c� z � =�a J (n Q U CO 0 0 u-� � � N w � � zd Y `v a ¢ �a zwo m W d Q �,M,� QScaJ O �a�m c.�a O Q J U W z �'�w�f7�� O mcn N cn Q � � J W 0 U Z � � O � h�9�1�6b�1Z��89 � � w � (!) � O` r U � � H � Z � � Z � � H C.� d' O c� r d � J Z � M � F � � � � �J ri w rnw �� N ,� 00 � ti � O Z M O T Z W '�L � �'^ Q'^m VI Y/ V� ^^IOLtZl4i0Lfif P � W a � M O T W W � O r Z � � � _ � Z�/ I.L W � � � � � Q � a � r r ��fi M M O � �i r 1�- � � N � o � ~ oNo � � N � X F— � � � � � � (s)laqe� ano,� �uud - �a6euew di4S X3Pa� WtJ 6£� lL `SZ/L/Z