Loading...
HomeMy WebLinkAboutContract 60820-FP1-FPlCity Secretary 60820 Contract No. _____ _ fORTWORTH® Date Received 212312025 02/28/2025 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: HAPT at Hunter Crossroads City Project No.: 105027 Improvement Type(s): Water� Sewer� Original Contract Price: $74,485.00 Amount of Approved Change Order(s): $5,850.00 Revised Contract Amount: $80,335.00 Total Cost of Work Complete: $80,335.00 .flc;y iiaye;b 2i, 25 15:37 CST) Feb 21, 2025 Contractor Date Vice President of Operation Title Embrey Builders LLC Company Name Feb 21, 2025 Date Project Manager Date Kand�Feb 23, 202518:05 CST) Feb 23, 2025 CFA Manager Date t?f_,7~:.-_ Lauren Prieur (Feb 23, 202518:09 CST) Feb 23, 2025 TPW Director Date Feb 23, 2025 Asst. City Manager Date Page 1 of 2 Notice of Project Completion Project Name: HAPT at Hunter Crossroads City Project No.: 105027 City's Attachments Final Pay Estimate 0 Change Order(s): 0 Yes ❑ N/A Pipe Report: 0 Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid � Consent of Surety � Statement of Contract Time Contract Time: 60 WD Days Charged: 116 WD Work Start Date: 5/08/2024 Work Complete Date: 12/5/2024 Completed number of Soil Lab Test: 32 Completed number of Water Test: 6 Page 2 of 2 FORTWORTH CITY OF FORT WORTH F1NAL PAYMENT REQUEST Contract Name HAPT AT HLTNTER CROSSROADS (W/WW TAPS) Contract Limits Project Type WATER & SEWF,R City Project Numbers 105027 DOE Number 5027 Estimate Number 1 Payment Number 1 City Secretary Contract Number Contract Date For Period Ending 12/5/2024 WD Project Manager NA Contractor EMBREY BUILDERS, LLC 1020 NE LOOOP 410, SUITE 700 SAN ANTONIO , TX 78209 Inspectors A. DUARTE / H. TAEZAZ Contract Time 4�JD Days Charged to Date 116 Contract is 100.00 Complete Wednesday, February 19, 2025 Page 1 of 4 City Project Numbers 105027 Contract Name HAPT AT HUNTER CROSSROADS (W/WW TAPS) Contract Limits Project Type WATER & SEWER Project F+unding DOE Number 5027 Estimate Number 1 Payment Number 1 For Period Ending 12/5/2024 L?NTI' I: WATER IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 8" WATERPIPE 34 LF $55.00 $1,870.00 34 $1,870.00 2 6" GATE VALVE 1 EA $1,800.00 $1,800.00 1 $1,800.00 3 8" GATE VALVE 2 EA $2,100.00 $4,200.00 2 $4,200.00 4 12" CUT - IN GATE VALVE 1 EA $3,100.00 $3,100.00 1 $3,100.00 5 1.5" WATER METER & SERVICE 2 EA $3,200.00 $6,400.00 2 $6,400.00 6 3" WATER METER AND VAULT 1 EA $24,500.00 $24,500.00 1 $24,500.00 6 TRENCH SAFTEY 34 TN $10.00 $340.00 34 $340.00 7 DUCTILE IRON WATER FITTINGS W/ 0.5 EA $6,200.00 $3,100.00 0.5 $3,100.00 RESTRAINT 8 CONNECTION TO EXISTING 12" WATER MAIN 2 $3,500.00 $7,000.00 2 $7,000.00 Sub-Total of Previous Unit $52,310.00 $52,310.00 L?NTI' II: SANTTARY IMPROVEMENTS Item Description of Items No. 1 4" SEWER PIPE 2 6" SEWER PIPE 3 CONCRETE COLLAR 4 4' DROP MANHOLE � EPDXY MANHOLE LINER 6 TRENCH WATER STOPS 7 MANHOLE VACUUM TESTING 8 TRENCHSAFETY 9 4"-12" PRESSURE PLUG 10 12" PVC WATER PIPE, CSS BACKFILL 11 CONCRETE ENCASEMENT FOR UTLITY PIPES (CO# 3) Estimated Unit Unit Cost Estimated Completed Completed Quanity Total Quanity Total 9 LF $40.00 $360.00 9 $360.00 22 LF $45.00 $990.00 22 $990.00 1 EA $615.00 $615.00 1 $615.00 1 EA $7,600.00 $7,600.00 1 $7,600.00 12 VF $275.00 $3,300.00 12 $3,300.00 1 EA $375.00 $375.00 1 $375.00 1 EA $325.00 $325.00 1 $325.00 31 LF $10.00 $310.00 31 $310.00 2 EA $3,500.00 $7,000.00 2 $7,000.00 20 LF $65.00 $1,300.00 20 $1,300.00 4.� CY $1,300.00 $5,850.00 4.5 $5,850.00 Sub-Total of Previous Unit $28,025.00 $28,025.00 Wednesday, February 19, 2025 Page 2 of 4 City Project Numbers 105027 Contract Name HAPT AT HUNTER CROSSROADS (W/WW TAPS) Contract Limits Project Type WATER & SEWER Project F+unding Contract Information Summary Original Contract Amount Change Orders Change Order Number 1 Change Order Number 3 Change Order Number 2 Total Contract Price DOE Number 5027 Estimate Number 1 Payment Number 1 For Period Ending 12/5/2024 $74,485.00 �o.00 $5,850.00 $0.00 $80,335.00 Total Cost of Work Completed $80,335.00 Less % Retained $0.00 Net Earned $80,335.00 Earned This Period $80,335.00 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 $80,33�.00 Wednesday, February 19, 2025 Page 3 of 4 City Project Numbers 105027 Contract Name HAPT AT HUNTER CROSSROADS (W/WW TAPS) Contract Limits Project Type WATER & SEWER Project F+unding Project Manager NA Inspectors A. DUARTE / H. TAF,7.AZ Contractor EMBREY BUILDERS, LLC 1020 NE LOOOP 410, SUITE 700 SAN ANTONIO , TX 78209 DOE Number 5027 Estimate Number 1 Payment Number 1 For Period Ending 12/5/2024 City Secretary Contract Number Contract Date Contract Time 45 WD Days Charged to Date 116 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 Less % Retained Net Earned Earned This Period $80,335.00 Retainage This Period $0.00 Less Liquidated Damages � Days @ $0.00 / Day LessPavement Deficiency Less Penalty Less Previous Payment Plus Material on Hand Less 15% Balance Due This Payment $80,335.00 $0.00 $80,335.00 $0.00 $0.00 $0.00 $0.00 $0.00 $80,335.00 Wednesday, February 19, 2025 Page 4 of 4 REVIEWED By George Marqeuez, P.E. at 4:45 pm, May 24, 2024 DEVELOPER-AWARDED-PROJECT CHANGE ORDER INSPECTOR: Habte Taezaz Phone No: (817) 392-8306 PROJECT MANAGER: George Marquez Phone No: (817) 392-6826 CONTRACT UNIT WATER SEWER PAVING DRAINAGE STREET LIGHTS CONTRACT Developer Developer Developer Developer Developer DAYS Cost City Cost Cost Ci Cost Cost City Cost Cost City Cost Cost City Cost ORIGINAL CONTRACT $52,310.00 $0.00 $22,175.00 $0.00 $0.00 $0.00 50.00 $0.00 $43,400.00 $0.00 60 EXTRAS TO DATE $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 50.00 $0.00 50.00 $0.00 0 CREDITS TO DATE $0.00 $0.00 50.00 $0.00 $0.00 $0.00 $0.00 $0.00 50.00 $0.00 0 CONTRACTTODATE $52,310.00 $0.00 $22,175.00 $0.00 $0.00 $0.00 50.00 $0.00 $43,400.00 $0.00 60 AMOUNT OF PROP. CHANGE ORDER $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 50.00 $0.00 50.00 $0.00 0 REVISED CONTRACT AMOUNT $52,310.00 $0.00 $22,175.00 $0.00 $0.00 $0.00 50.00 $0.00 $43,400.00 $0.00 60 TOTAL REVISED CONTRACT AMOUNT PER UNIT $52,310.00 $22,175.00 $0.00 $0.00 $43,400.00 REVISED COST SHARE Dev. Cost: $117,885.00 City Cost: $0.00 TOTAL REVISED CONTRACT $117,885.00 Revised: 10.12-2011 Page 1 You are directed to make the followin chan es in the contract documents: CITY BID ITEM PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL SUBTOTAL UNIT I: WATER REASONS FOR CHANGE ORDER Water shutoll crew and rnspector advised against shutting aff water service as it would have IeR multipfe 6usinesses wifhout water. 7apping sleeve B valves wil! allow servrce ta cantinue. NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100'/. OF THE CHANGE OROER COST AND NO REIMBURSEMENT FROM THE CITY WILL BE SOUGNT BY TFIE DEVELOPER. RECOMMENDED: APPROVED: APPROVED: KFM Engineering 8 Desiga Avondale FYYTX BTR, LP Emb Buflders By: ��� � By: �� C/� By: Name: Samuel Snvder Name: V✓i aw Y! �It N S Title: Engineer-In-Traininq Trtle: _VrfE FY85io�Cu.T o3' �vE�l/M�` TiUe: _ C�� �O/1� Revised:10-12-2011 Page 2 REVIEWED By George Marqeuez, P.E. at 4:48 pm, Oct 03, 2024 DEVELOPER-AWARDED-PROJECT CHANGE ORDER PROJECT NAME: HAPT HUNTER CROSSROADS TAPS CHANGE CONTRACT: PUBLIC WATER, WASTEWATER, & STREET LIGHT ORDER No: CFA# 23-0143 CITYPARTICIPATION: NO CITY PROJECT # 105027 CITY SECRETARY CONTRACT # N/A 2 FID # 30114-0200431-105027-E07685 SEWERPROJECT# N/A FILE # K-3200 X-27949 INSPECTOR: Sani Angeles Phone No: (214) 710-9200 PROJECT MANAGER: G20fg2 MafqU2Z Phone No: (S17) 392-6826 CONTRACT UNIT WATER SEWER DRAINAGE PAVING STREETLIGHTS CONTRACT Developer Developer Developer Developer Oeveloper DAYS Cos[ City Cost Cost Cit Cost Cost Cky Cost Cost Cky Cos[ Cost City Cost ORIGINAL CONTRACT $52,310.00 $0.00 $22,175.00 $0.00 $0.00 $0.00 $0.00 $0.00 $43,400.00 $0.00 60 EXTRAS TO DATE $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 0 CREDITS TO DATE $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 0 CONTRACTTODATE $52,310.00 $0.00 $TT,175.00 $0.00 $0.00 $0.00 $0.00 $0.00 $45,400.00 $0.00 60 AMOUNT OF PROP. CHANGE ORDER $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $ (43,400.00) $0.00 0 REVISEDCONTRACTAMOUNT $52,310.00 $0.00 $22,175.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 60 TOTAL REVISED CONTRACT AMOUNT PER UNIT $52,310.00 $TT,175.00 $0.00 $0.00 $0.00 REVISED COST SHARE DBV. COSt: $74,485.00 Clty COSt: $0.00 TOTAL REVISED CONTRACT $74,485.00 Revised: 12-17-2018 Page 1 UNIT V: STREET LIGHTING IMPROVEMENTS RECOMMENDED: APPROVED: APPROVED: KFM Engine�ering 8 Design Avondale FWf%BTR, LP Embrey BuiWara BY- s�'irU(/�� BY-.— �'�"R� BY - 1 ruame: SAMUELSNYDER Name: lo�rl �__ Name: � ree: ENGINEER-IN-TFiAINING Tee: i��:tt�r_esic(�.�'_o�DW�tirA••!a�- rne: � + �i4"r'��--tia� APPROVAL RECOMMENDED: APPROVED: APPROVED AS TO FORM AND LEGALITY: CFW - Sponsoring Deperfmant CFW - Asslslanu' Gty Managar CFW -Asslstant CIty AMomey By. NIA By. NIA By. MIA Name: Name: Name. Tide: Tide: Tlfe� RECOMMENDED- CFW -'Contrad Complianoa Manager ATTEST ' ConVact Complianca Manager (ProJoct Manager): By signing I adcnowledge thai I am the person responsible By. � u'� tor the monitonng and adminisUation ot ihis contract, indude NfA ensuring afl perfamance and repor6ng requiremenLs. Name: George Marquez, P.E. JannetteS.Goodall City Secrefary �There are NO City Funds associated wiM dus Contrad Title: CFW - Prolect Manaper ;JThere are City Funds assodated with fhis CoMrad M&C Number. M&CDateApproved: N/A Revised: 12-17-2018 Page 2 REASONS FOR CHANGE ORDER We cannot proceed with the installation of the street lights due to multiple conflicts on the power poles. City staff has confirmed that we need to remove this scope fmm this project. DEVELOPER-AWARDED-PROJECT CHANGE ORDER PROJECT NAME: HAPT HUNTER CROSSROADS TAPS CHANGE CONTRACT: PUBLIC WATER, WASTEWATER, & STREET LIGHT ORDER No: CFA# 23-0143 CITYPARTICIPATION: NO CITY PROJECT # 105027 CITY SECRETARY CONTRACT # 60852 3 FID # 30114-0200431-105027-E07685 X # X-27949 FILE # K-3200 INSPECTOR: Sani Angeles Phone No: (214) 710-9200 PROJECT MANAGER: GeOfge M8fqU2Z Phone No: (S17) 392-6826 CONTRACT UNIT WATER SEWER DRAINAGE PAVING STREETLIGHTS CONTRACT Developer Developer Developer Developer Developer DAYS Cos[ Cky Cost Cost City Cost Cost Cky Cost Cost Cky Cost Cost City Cost ORIGINAL CONTRACT $52,310.00 $0.00 $22,175.00 $0.00 $0.00 $0.00 $0.00 $0.00 $45,400.00 $0.00 60 EXTRAS TO DATE $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 0 CREDITS TO DATE $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $43,400.00 $0.00 0 CONTRACTTODATE $52,310.00 $0.00 $22,175.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 60 AMOUNT OF PROP. CHANGE ORDER $0.00 $0.00 $ 5,850.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 0 REVISEDCONTRACTAMOUNT $52,310.00 $0.00 $28,025.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 60 TOTAL REVISED CONTRACT AMOUNT PER UNIT $52,310.00 $28,025.00 $0.00 $0.00 $0.00 REVISED COST SHARE DBV. COSt: $80,335.00 Clty COSt: $0.00 TOTAL REVISED CONTRACT $80,335.00 REVIEWED By TiwariR at 1:05 pm, Feb 13, 2025 Revised: 12-17-2018 Page 1 UNIT II: SANITARY SEWER IMPROVEMENTS Note: REASONS FOR CHANGE ORDER By: Name: Title: CIN BID ITEM SUBTOTAL UNR II: SANITARY SEWER IMPROVEMENTS �$ 5,8 * indicate new item Concrete Encasement was left out of the original contract, despite being included in the onginal plans. This CO addresses errors related to contract amount. RECOMMENDED: APPROVED: MPROVED: KfM Enpin�rinp d Dasqn AwndaN FNRX BTR, LP EmM�y BuN4�ey _ ' �r�Oi gy ,SL;���� By. � �� By ���Fa� —�---.—.� Name SAMUELSNYDER Name: ri� �f^3,. Namo: �� ��� ras: N IN R-IN•TRAINING Tme: ' v nne: �. r�l�� ��.�7 APPROVAL RECOMMENDED: CFW - Sponsoring Department APPROVED: CFW - Assistant Ciry Manager By: N Name: Title: APPROVED AS TO FORM AND LEGALITY: CFW - Assistant City Attorney By: NIA Name: Title: RECOMMENDED: CFW-'ContractComplianceManager ATTEST By: Name: Title: Jannette S. Goodall City Secretary M&C Number: NIA M&C Date Approved: NIA * Contrad Compliance Manager (Project Manager): By signing I acknowledge that I am the person responsible for the monitoring and administration of this contrad, include _ ensuring all pertormance and reporting requirements. 0 There are NO City Funds associated with this Contract ❑ There are City Funds associated with this Contract REVIEWED By TiwariR at 1:06 pm, Feb 13, 2025 Revised: 12-17-2018 Page 2 FoRTWoRTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: HAPT at Hunter Crossroads CITY PROJECT NUMBER: 105027 WATER PIPE LAID SIZE TYPE OF PIPE LF 8" PVC 34 FIRE HYDRANTS: PIPE ABANDONED DENSITIES: NEW SERVICES: VALVES (16" OR LARGER) SIZE TYPE OF PIPE LF 1.5°(2) COPPER 3 " DIP SEWER PIPE LAID SIZE TYPE OF PiPE LF 4" SDR26 PVC 9 6" SDR26 PVC 22 12" SDR26 PVC 20 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: TR�NSPORT:�TION 1�ND PUBLIC `��ORI�S The Citt� of Fort Worth • 1000 Throckmorton Stieet • Fort Wordi, TX 76012-6311 (817) 392 - 7941 • Fax: (817) 392 - 7845 ��������x� TRANSPORTATION AND PUBLIC WORKS January 10, 2025 Embrey Builders, LLC 7600 Broadway Street, Suite 300 San Antonio TX 78209 RE: Acceptance Letter Project Name: HAPT Hunter Cross Road Project Type: 01, 02 City Project No.: 105027 To Whom It May Concern: On December 3, 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 December 5, 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 December 5, 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- 392-6251. Sincerely, GGn,O�?tt� �o�`�' Andrew Goodman, Project Manager Cc: Sani Angeles, Inspector Troy Gardner, Inspection Supervisor Ariel Duarte, Senior Inspector Andrew Goodman, Program Manager KFM Engineering L.L.C, Consultant Embrey Builders L.L.C, Contractor Embrey Partners Inc., Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 AFFIDAVIT STATE OF TEXAS COUNTY OF �� Before me, the undersigned authority, a notary public in the sate and county aforesaid, on this day personally appeared Mr. Drew Davis, Owner of Davis Excavation, Inc, known to me to be a credible person, who being by my 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; That there are no claims pending for personal injury and/or property damages; On Contract described as; Avandale FWTX BTR, LP ; , , BY �. �� _ -..-�,�- � ��, Name orTitle Subscribed and sworn before me on this date �ap 1��� �r� !�, ��5 (� .�� ������ Notary Public County of �G I� 9+'o , Texas s�`Y °`�.� VENITAROBERTSON ; � _.......c - m: *' My Notary ID # 132817889 �'•'-'E� •`•'� Expires December 9, 2028 [SEAL] i GO�VS�NT !�F SURETY fl1�`�"R� ° TO F1NAL R�,YIIAENT �rc.���rrcr � ca�r��c�n� o .�41�uxrce�at G7f�7 SttR��' �1 C�TH�.1Z p '�Q QiX�%i�R: r��,e���a�,t A�ZCHi'i�+C"�"S 1'�tL�,��CT ?�C?.: City of Fort Worth 1000 Throckmorton Street Fort Worth, TX 76102 k�ItC?,jEt: !': (Ntttne artri uAr�m'�J Community Facilities Agreement CFA Number CFA23-0143 CQ�T'T�tAG'�FC)R Community Facilities Agreement CFA Number CFA23-0143 OQNT1iE�.£:T DA'1"EU: In �ccoxda�ce wi�h rkse provisians caf the Contract i�etv��een �lte Ovaaner and ti�e Cs�rctract�x as Fsiciic:atrcl aiyt�ve, t�e f{mmrttta�i:ras�d acddr�.sraJs7�r�ty3 Ascot Surety & Casualty Company 19800 MacArthur Blvd., Ste. 1250 Irvine, CA 92612 an l�[snd of {lacerr rtameanr��ddrrs� qj'Coruradur) , SUPF'�Y, Embrey Builders, LLC 7600 Broadway San Antonio, TX 78209 , co�cxo�, hereby app�roves of ih� flna3 payment �a rhe Cantrac�czar, ant� agrees thx� fln�! �ayment to rhe Cc�ntract�r sl�al! nc�t r�l��ve the Surery of anp of 9zs obligaclons ta (bi.+�rr riunreund udilre,cc o,j'Orrnerj City of Fort Worth 1000 Throckmorton Street Fort Worth, TX 76102 as sec €'ca�b in said SurEey's txanci. I2+t i�.viT'hi�,.55'1�REOF, the Surety S�ss hereuntc� set its hand tgr► this d�ce: J a n u a ry 21, 2025 (f�uert fi� �c�t�iHi�lbr �xontG jdk�ur� ir� tFie rrrun¢ric dsteund ir.�ttr,i AifCSC: {5e�1�: , ocv�R, Ascot Suret r�& Casualt�Compan� {s��rt I rr� ojuurba,Y rs�nrarn+�1 Jennifer Ochs, Attorney-in-Fact _ t!'e9]uar! ��a�l+e urrtl�itlrJ C�%i}7�-193+� CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. state of California � county of Los Angeles � on I 2) 2U2 before me, Marina Tapia, Notary Public ate Here Insert Name and Title of the Officer Personally appeared �ennlf8l" �ChS Name(s) of Signer(sJ who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/theirauthorized capacity(ies), and that by his/her/their signatu re(s) on the instrumentthe person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. �� ,,�� aF r�, MARINA TAPIA `'� �+��� ` Notary Public - California = r~ ��'� $ W m Los Angeles County > � r ` *° Commission � 2500058 C�(IFOFaP My Comm. Expires Oct 7, 2028 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. � ��`���; Signature ���zyc.c� G Signature of Notary Public ---------------------------------------------------- OPTIONAL---------------------------------------------------- Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title orType of Document Number of Pages Capacity(ies) Claimed by Signer(s) Signer's Name Q Corporate Officer—Title(s) i Partner Q Limited Q General Q Individual [� Attorney in Fact ; Trustee [� Guardian or Conservator � Other Document Date Signer(s) OtherThan Named Above Signer's Name Q Corporate Officer—Title(s) Q Partner Q Limited OGeneral Q Individual Q Attorney in Fact QTrustee Q Guardian orConservator 0 Other Signer Is Representing Signer Is Representing �,.. r--a, ascot Ascot surety t� �asuairy �ompany Ascot Insurance Company 55 W 46"' Street, 26th Floor New York, NY 10036 Power of Attorney KNOW ALL MEN BY THE PRESENTS: That Ascot Surety & Casualty Company and Ascot Insurance Company, each a corporation organized and existing under the laws of the State of Colorado (the "Companies"), do hereby constitute and appoint: Marina Tapia, Edward C. Spector, Ethan Spector, B. Aleman, Sandra Corona, Aidan Smock, D. Garcia, Sarah Campbell, Jennifer Ochs, Erin Brown, Jaren A Manc, Rachel A Mullen, Michelle Haase, Simone Gerhard, Alysha Mendoza and KD Wapato of Los Anqeles CA (city, state) and each its true and lawful Attorney(s)-in-Fact, with full authority to sign, execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed any place within the United States, or, if the following line is filled in, only within the area and up to the amount therein designated, any and all bonds, undertakings, recognizances, and other contracts of indemnity or writings obligatory in the nature thereof, issued in the course of its surety business, and to bond the Companies as follows: Any such obligations in the United States not to exceed $50,000,000.00. The Companies hereby ratify and confirm all and whatsoever said Attorney(s)-in-fact may lawfully do in the premises by virtue of these presents. These appointments are made under and by authority Resolutions adopted by the Board of Directors of the Companies, which resolutions are still in effect: RESOLVED, that any of the Chief Executive Office, the Chief Operating Officer or the Chief Undenvriting Officer, acting in conjunction with the head of the surety business line for the Corporation (each an Authorized Individual" and, collectively, the Authorized Individuals"), are authorized to jointly appoint one or more attorneys-in-fact to represent and act for and on behalf of the Corporation in the transaction of the Corporation's surety business to execute (under the common seal of the Corporation if appropriate) bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof: RESOLVED, ihat in conjunction with the Corporation's transaction of surety business the signatures and attestations of the Authorized Individuais an t e seai of the Corporation be affixed to any such Power of Attorney or to any certificate relating thereto (electronic or otherwise) by facsimile and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seals (electronic or otherwise) shall be valid and bonding upon the Corporation when so affixed with respect to any bond, undertaking, recognizance or tother contract of indemnity or writing obligatory in the nature thereof; RESOLVED, that in connection with the Corporation's transaction of surety business, the facsimile electronic or mechanically reproduced signature of any Authorized Individual, whether made heretofore or hereafter, whenever appearing upon a copy of any Power of Attorney of the Corporation, with signatures IN WITNESS WHEREOF, the Companies have caused these presents with the respective corporate seals and to be executed by the individuals named below who are duly authorized and empowered to execute the Power of Attorney on the Companies' behalf, this 15' day of July 2024. , , ,.,�..�,,,,,,, ; ��,�� oa �acU�°�T"'a .,``.�y�"a�'��cas,.e°o''- .� F•..�. ;�:�° F••:F�: =Ji :C�= _m: ro: : o:, SEAL; a; _�;SEAL; Y R za2� , a ,�• �vs�.C�LORA�o'�1.�,.` ���{ORPX''. �e*�. I { ri��r �%/l.� _/ �t/� h�C.�.� Matthew Conrad Kramer (Chief Executive Officer) STATE OF CONNECTICUT ) COUNTY OF FAIRFIELD ) ss. ASCOT SURETY & CASUALTY COMPANY ASCOT INSURANCE COMPANY b��� ra N� o�rth_(Exe utive Vice President, Surety) On this 15� day of July 2024, before me came the above named Chief Executive Officer of each Ascot Surety & Casualty Company and Ascot Insurance Company and the head of the surety business line for each of Ascot Surety & Casualty Company and Ascot Insurance Company, to me personally known to be the individuals described herein, and acknowledged that the seals affixed to the preceding instrument and the corporate seals of each Ascot Surety & Casualty Company and Ascot Insurance Company, and that the said corporate seals and signatures were duly afFixed and subscribed to said instrument by the authority and direction of said Companies. KSENIA E. GUSEVA NOTAR Y PUBLIC STATE OF COtJNECTiCUT My Commission Expires June 30, 2029 /�.�; �. �• �� Notary Public Ksenia E Guseva My commission expires on June 30 2029 I, the undersigned Secretary of the Company, do hereby certify that the foregoing excerpts of the Resolution adopted by the Board of Directors of the Companies, and the Power of Attorney issued pursuant thereto, are true and correct, and further certify that both the Resolution and the Power of Attorney are still in full force and effect. This Certificate may be signed by facsimile under and by the authority of the following resolution of the Board of Directors of the Companies. RESOLVED, that in connection with the Corporation's transaction of surety business the signatures and attestations of the Authorized Individuals and the seal of the Corporation be affixed to any such Power of Attorney or to any certificate relating thereto (electronic or otherwise) by racsimile and any such Power of Attorney of certificate bearing such facsimile signatures or facsimile seal (electronic or otherwise) shall be valid and k�ir�ing upon the �orporation when so affixed with respect to any bond, undertaking, recognizances or other contract of indemnity or writing obligatory in tfie nature thereof; IN WITNESS WHEREOF; I have hereunto set my hand and affixed the seal of the Companies, this 2) S� day ei ��nU�A 1'l/1 , 2G� � ASCOT SURETY & CASUALT`r COMPAf�IY ASCO WSURANCE COMPANY J hn Gill, Secretary All Claims Notices should be sent to Ascot Surety & Casualty Company 55 W 46�h St, 26'h Floor, New York NY 10036: Attention Surety Claims suretvclaims(c�ascotqroup.com