HomeMy WebLinkAboutContract 61172-FP1FORT WORTH.
-FP1
City Secretary 61172
Contract No.
Date Received 3/27/2025
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: Summer Trails
City Project No.: 105102
Improvement Type(s): 0 Paving 0 Drainage ® Street Lights 0 Traffic Signals
Original Contract Price: 1,551,465.00
Amount of Approved Change Order(s): $0.00
Revised ContractAmount: $0.00
Total Cost of Work Complete: $1,551,465.00
Ja<6 b Gate lood (Mar 27, zo2s o6:as cot) Mar 27 72025
Contractor Date
Manager
Title
Conatser Construction
Company Name
- L.) �
William Fauver (Mar 27, 202506:47 CDT)
Mar 27 2025
Project Inspector
Date
�j
M a r 27, 2025
Project Manager
Date
Kan dice Mar27, 2025 15:14 CDT)
Mar 27, 2025
CFA Manager
I v) e.7—;- -
Date
Mar 27, 2025
I auren Prieur (Mar 27, 202C 15:31 CD I')
TPW Director Date
owl -� M a r 27, 2025
Asst. City Manager Date
OFFICIAL RECORD Page 1 of 2
CITY SECRETARY
FT. WORTH, TX
Notice of Project Completion
Project Name: Summer Trails
City Project No.: 105102
City's Attachments
Final Pay Estimate ❑x
Change Order(s): ❑ Yes ❑x N/A
Contractor's Attachments
Affidavit of Bills Paid '
Consent of Surety 0
Statement of Contract Time
Contract Time 140 WD Days Charged: 181 WD
Work Start Date: 5/13/2024 Work Complete Date: 3/6/2025
Completed number of Soil Lab Test: 643
Completed number of Water Test: 19
Page 2 of 2
FORT WORTH
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name SUMMER TRAILS
Contract Limits
Project Type DRAINAGE
City Project Numbers 105102
DOE Number 5102
Estimate Number 1 Payment Number 1 For Period Ending
City Secretary Contract Number
Contract Date
Project Manager NA
Contractor CONATSER CONSTRUCTION TxLP
5327 WICHITA ST
FORT WORTH, TX 76119
Inspectors D. WATSON / W. FAUVER
Contract Time
Days Charged to Date
Contract is 100.00
3/6/2025
WD
14WD
181
Complete
Sunday, March 9, 2025 Page 1 of 6
City Project Numbers 105102 DOE Number 5102
Contract Name SUMMER TRAILS Estimate Number I
Contract Limits Payment Number I
Project Type DRAINAGE For Period Ending 3/6/2025
Project Funding
UNIT III: DRAINAGE IMPROVEMENTS
Item
Description of Items
Estimated Unit
Unit Cost
Estimated
Completed
Completed
No.
Quanity
Total
Quanity
Total
1
21" RCP, CLASS III
85 LF
$85.00
$7,225.00
85
$7,225.00
2
30" RCP, CLASS III
910 LF
$110.00
$100,100.00
910
$100,100.00
3
33" RCP, CLASS III
609 LF
$120.00
$73,080.00
609
$73,080.00
4
48" RCP, CLASS lII
180 LF
$205.00
$36,900.00
180
$36,900.00
5
4" STORM JUNCTION BOX
6 EA
$6,000.00
$36,000.00
6
$36,000.00
6
5" STORM JUNCTION BOX
I EA
$7,000.00
$7,000.00
1
$7,000.00
7
10' CURB INLET
3 EA
$4,200.00
$12,600.00
3
$12,600.00
8
15' CURB INLET
2 EA
$5,200.00
$10,400.00
2
$10,400.00
9
20' CURB INLET
1 EA
$6,200.00
$6,200.00
1
$6,200.00
10
48" FLARED HEADWALL, 1 PIPE
1 EA
$7,500.00
$7,500.00
1
$7,500.00
11
30" FLARED HEADWALL, 1 PIPE
1 EA
$55,000.00
$55,000.00
1
$55,000.00
12
REMOVE HEADWALL/SET
1 EA
$1,000.00
$1,000.00
1
$1,000.00
13
CONNECT TO EXISTING 30" RCP
1 EA
$4,500.00
$4,500.00
1
$4,500.00
14
LARGE STONE RIPRAP, DRY
167
$125.00
$20,875.00
167
$20,875.00
15
TRENCH SAFETY
1784 LF
$1.00
$1,784.00
1784
$1,784.00
16
1975
$15.00
$29,625.00
1975
$29,625.00
Sub -Total
of Previous Unit
$409,789.00
$409,789.00
UNIT
IV: PAVING IMPROVEMENTS
Item
Description of Items
Estimated Unit
Unit Cost
Estimated
Completed
Completed
No.
Quanity
Total
Quanity
Total
1
6"CONC PVMT
10318 SY
$62.00
$639,716.00
10318
$639,716.00
2
6" LIME TREATMENT
11030 SY
$4.00
$44,120.00
11030
$44,120.00
3
10" CONC PVMT
558 SY
$126.00
$70,308.00
558
$70,308.00
4
8" LIME TREATMENT
610 SY
$6.00
$3,660.00
610
$3,660.00
5
HYRATED LIME
210 SY
$275.00
$57,750.00
210
$57,750.00
6
BARRIER FREE RAMP, TYPE R-1
4 EA
$2,400.00
$9,600.00
4
$9,600.00
7
BARRIER FREE RAMP, TYPE P-1
6 EA
$2,200.00
$13,200.00
6
$13,200.00
8
BARRIER FREE RAMP, TYPE M-1
2 EA
$4,600.00
$9,200.00
2
$9,200.00
9
BARRIER FREE RAMP, TYPE M-2
2 EA
$4,800.00
$9,600.00
2
$9,600.00
10
4" CONC SIDEWALK
2408 SF
$5.00
$12,040.00
2408
$12,040.00
Sunday, March 9, 2025 Page 2 of 6
City Project Numbers 105102
Contract Name SUMMER TRAILS
Contract Limits
Project Type PAVING
Project Funding
DOE Number 5102
Estimate Number 1
Payment Number 1
For Period Ending 3/6/2025
11
REMOVE SIDEWALK
945 SF
$2.00
$1,890.00
945
$1,890.00
12
TRAFFIC CONTROL
2 MO
$6,500.00
$13,000.00
2
$13,000.00
13
CONNECT TO EXISTING PVMT
638 LF
$30.00
$19,140.00
638
$19,140.00
14
24" SLD PVMT MARKING PAINT (W)
100 LF
$20.00
$2,000.00
100
$2,000.00
15
6" SLD PVMT MARKING PAINT (B)
200 LF
$4.00
$800.00
200
$800.00
16
8" SLD PVMT MARKING PAINT (W)
207 LF
$6.00
$1,242.00
207
$1,242.00
17
REFL RAISED MARKER TY II - C-R
11 EA
$5.00
$55.00
11
$55.00
18
LANE LEGEN ARROW
2 EA
$750.00
$1,500.00
2
$1,500.00
19
LANE LEGEN ONLY
1 EA
$750.00
$750.00
1
$750.00
20
CONC PVMT REPAIR, ARTERIALANDUSTRIAL
170 SY
$140.00
$23,800.00
170
$23,800.00
21
TREE PROTECTION
6 EA
$500.00
$3,000.00
6
$3,000.00
22
BLOCK SOD PLACEMENT
212 SY
$10.00
$2,120.00
212
$2,120.00
23
REMOVE CONC CURB & GUTTER
638 LF
$20.00
$12,760.00
638
$12,760.00
24
VALVE BOX ADJUSTMENT (16")
1 EA
$6,500.00
$6,500.00
1
$6,500.00
Sub -Total of Previous Unit
$957,751.00
$957,751.00
UNIT
V: STREET LIGHTING IMPROVEMENTS
Item
Description of Items
Estimated Unit
Unit Cost
Estimated
Completed
Completed
No.
Quanity
Total
Quanity
Total
1
2" CONDT PVC SCH 80 (T)
1375 LF
$15.00
$20,625.00
1375
$20,625.00
2
FURNISH/INSTALL LED LIGHTING FIXTURE
17 EA
$950.00
$16,150.00
17
$16,150.00
(70 WATT ATBO COBRA HEAD)
3
RDWAY IIIUM FOUNDATION TY 1,2, AND 4
17 EA
$1,200.00
$20,400.00
17
$20,400.00
4
FURNISHANSTALL RDWAY IHUM TY 11 POLE
17 EA
$2,500.00
$42,500.00
17
$42,500.00
5
FURNISH/INSTALL TYPE 33B ARM
17 EA
$600.00
$10,200.00
17
$10,200.00
6
NO 10 INSULATED ELEC CONDR
4125 EA
$2.00
$8,250.00
4125
$8,250.00
Sub -Total of Previous Unit
UNIT VE TRAFFIC SIGNAL IMPROVEMENTS
Item Description of Items
No.
-----------------
1 FURNISH/INSTALL RRFB ASSEMBLY DOUBLE
SIDED (SOLAR)
2 FURNISH/INSTALL ALUM SIGN GROUND
MOUNT CITY STD.
$118,125.00 $118,125.00
Estimated Unit Unit Cost Estimated Completed Completed
Quanity Total Quanity Total
----------------------
4 EA $10,750.00 $43,000.00 4 $43,000.00
24 EA $950.00 $22,800.00 24 $22,800.00
Sunday, March 9, 2025 Page 3 of 6
City Project Numbers 105102
Contract Name SUMMER TRAILS
Contract Limits
Project Type TRAFFIC SIGNAL
Project Funding
DOE Number 5102
Estimate Number 1
Payment Number 1
For Period Ending 3/6/2025
Sub -Total of Previous Unit $65,800.00 $65,800.00
Sunday, March 9, 2025 Page 4 of 6
City Project Numbers 105102
Contract Name SUMMER TRAILS
Contract Limits
Project Type TRAFFIC SIGNAL
Project Funding
Contract Information Summary
Original Contract Amount
Change Orders
DOE Number 5102
Estimate Number 1
Payment Number 1
For Period Ending 3/6/2025
$1,551,465.00
Total Contract Price $1,551,465.00
Total Cost of Work Completed $1,551,465.00
Less % Retained $0.00
Net Earned $1,551,465.00
Earned This Period $1,551,465.00
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
$1,551,465.00
Sunday, March 9, 2025 Page 5 of 6
City Project Numbers 105102
Contract Name SUMMER TRAILS
Contract Limits
Project Type TRAFFIC SIGNAL
Project Funding
Project Manager NA
Inspectors D. WATSON / W. FAUVER
Contractor CONATSER CONSTRUCTION TxLP
5327 WICHITA ST
FORT WORTH, TX 76119
DOE Number 5102
Estimate Number 1
Payment Number 1
For Period Ending 3/6/2025
City Secretary Contract Number
Contract Date
Contract Time 140 WD
Days Charged to Date 181 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 $1,551,465.00
Less % Retained
$0.00
Net Earned
$1,551,465.00
Earned This Period $1,551,465.00
Retainage This Period $0.00
Less Liquidated Damages
0 Days @ $0.00 / Day
$0.00
LessPavement Deficiency
$0.00
Less Penalty
$0.00
Less Previous Payment
$0.00
Plus Material on Hand Less 15%
$0.00
Balance Due This Payment
$1,551,465.00
Sunday, March 9, 2025 Page 6 of 6
FORTWORTH.
TRANSPORTATION AND PUBLIC WORKS
March 6, 2025
Conatser Construction TX, LP.
5327 Wichita St
Fort Worth TX, 76119
RE: Acceptance Letter
Project Name: Summer Trails
Project Type: Water, Sewer, Stormdrain, Paving, and Streetlights
City Project No.: 105102
To Whom It May Concern:
On March 6, 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 March 6, 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-
392-6826.
Sincerely,
George Marquez P.E , Project Manager
Cc: William Fauver, Inspector
Donald Watson , Inspection Supervisor
Aaron Ybarra , Senior Inspector
Andrew Goodman P.E , Program Manager
Brennan Pemonl , Consultant
Conaster Construction , Contractor
SJ ROSEMARY DEVELOPMENT LP, Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Rev. 08/20/19
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:
SUMMER TRAILS
WATER, SANITARY SEWER, DRAINAGE, PAVING,
& STREET LIGHT IMPROVEMENTS
CFA PRJ # 24-0032
CITY PROJECT # 105102
CITY OF FORT WORTH
STATE OF TEXAS
CONATSER CONSTRUCTION TX, LP
Brock Huggins
Subscribed and sworn to before me this 61h day of March, 2025.
GYP a KATHERINE ROSE_
n NOTARYPUBUC,STATEOFTEMS Notary Public in Tarrant County, Texas
r ie4 133467933
��ov COMM.EXP. 11-30-2025
CONSENT OF
SURETY COMPANY
TO FINAL PAYMENT
Conforms with the American Institute of
Architects, AIA Document 0707
PROJECT:
(name, address)Summer Trails
Fort Worth, TX
TO (Owner)
OWNER
❑
ARCHITECT
❑
CONTRACTOR
❑
SURETY
❑
OTHER
Bond No 0260231
SJ ROSEMARY DEVELOPMENT, LP AND THE CITY —I ARCHITECT'S PROJECT NO: CFA24-0032
OF FORT WORTH
7201 Hawkins View Dr., Suite 101
Fort Worth TX 76132
CONTRACTOR: CONATSER CONSTRUCTION TX, L.P.
CONTRACT FOR:
Water, Sanitary Sewer, Drainage, Paving, Street Lighting, & Traffic
Signal Improvements for Summer Trails
.I CONTRACT DATE:
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)
SJ ROSEMARY DEVELOPMENT, LP AND THE CITY OF FORT WORTH
7201 Hawkins View Dr., Suite 101
Fort Worth TX 76132
as set forth in the said Surety Company's bond.
IN WITNESS, WHEREOF,
the Surety Company has hereunto set its hand this
Attest: rC�
(Seal);
5th day of March, 2025
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-72801
POWER OF ATTORNEY
BERKLEY INSURANCE COMPANY
WILMINGTON, DELAWARE
o 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; Tina McEwan; Joshua Saunders, Tonie Petranek; or Mikaela Peppers of Aon Risk
Services Southwest, Inc. of Dallas, TX its true and lawful Attorney -in -Fact, to sign its name as surety only as delineated below
and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty
Insurance, providing that no single obligation shall exceed Fifty Million and 00/100 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.
a
a? This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware,
-a 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 ineeting of the Board of Directors of the Company held on January 25, 2010:
Q RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chainnan of the Board, Chief
0 o 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
4.
0 to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the
o .L .
c corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such
oa 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
L 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 narned; and
Z a further
o N) RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any
Q • 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
3 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 WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its
o corporate seal hereunto affixed this 2"d day of Mav 2024
oAttest: Berkley Insurance Company
(Seal) By -)a )'7j By rµlyJ�ytif%`i
F- Philip SMtelt V Je M. t lV}'
Executive Vice President & Secretary Senior Vice. President
o
o STATE OF CONNECTICZ:T )
d ) ss:
COLNT1' OF F_AIRFIELD )
d o Sworn to before me, a Notary Public in the State of Connecticut, this 2' day of Mav 2024 , by Philip S. Welt and
N o Jeffrey M_ Hafter who are swom to me to be the Executive Vice President and Secretary, and the Senior Vice President,
o respectively, of Berkley Insurance Company.
MARIA C. Rt1NDBAKEN
tiOTAR1' PUBLIC Notary Public, State of Connecticut
OONNSMLIT
d WOOMMkSS" OPlPES 04-2ltt-2= CERTIFICATE
C7 �
I, the undersigned, Assistant Secretary- of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a
z true, correctand complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescin ded
Z ' and that the authority of the Attorney -in -Fact set forth therein who executed the bond or undertaking to which this Power of
Attorney is attached, is in full force and effect as of this. date_
3 y Given under my hand and seal of the Company, this day of ✓� . , FL 2r�
(Seal)
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:
SUMMER TRAILS
WATER, SANITARY SEWER, DRAINAGE, PAVING,
& STREET LIGHT IMPROVEMENTS
CFA PRJ # 24-0032
CITY PROJECT # 105102
CITY OF FORT WORTH
STATE OF TEXAS
CONATSER CONSTRUCTION TX, LP
Brock Huggins
Subscribed and sworn to before me this 61h day of March, 2025.
GYP a KATHERINE ROSE_
n NOTARYPUBUC,STATEOFTEMS Notary Public in Tarrant County, Texas
r ie4 133467933
��ov COMM.EXP. 11-30-2025
CONSENT OF
SURETY COMPANY
TO FINAL PAYMENT
Conforms with the American Institute of
Architects, AIA Document 0707
PROJECT:
(name, address)Summer Trails
Fort Worth, TX
TO (Owner)
OWNER
❑
ARCHITECT
❑
CONTRACTOR
❑
SURETY
❑
OTHER
Bond No 0260231
SJ ROSEMARY DEVELOPMENT, LP AND THE CITY —I ARCHITECT'S PROJECT NO: CFA24-0032
OF FORT WORTH
7201 Hawkins View Dr., Suite 101
Fort Worth TX 76132
CONTRACTOR: CONATSER CONSTRUCTION TX, L.P.
CONTRACT FOR:
Water, Sanitary Sewer, Drainage, Paving, Street Lighting, & Traffic
Signal Improvements for Summer Trails
.I CONTRACT DATE:
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)
SJ ROSEMARY DEVELOPMENT, LP AND THE CITY OF FORT WORTH
7201 Hawkins View Dr., Suite 101
Fort Worth TX 76132
as set forth in the said Surety Company's bond.
IN WITNESS, WHEREOF,
the Surety Company has hereunto set its hand this
Attest: rC�
(Seal);
5th day of March, 2025
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-72801
POWER OF ATTORNEY
BERKLEY INSURANCE COMPANY
WILMINGTON, DELAWARE
o 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; Tina McEwan; Joshua Saunders, Tonie Petranek; or Mikaela Peppers of Aon Risk
Services Southwest, Inc. of Dallas, TX its true and lawful Attorney -in -Fact, to sign its name as surety only as delineated below
and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty
Insurance, providing that no single obligation shall exceed Fifty Million and 00/100 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.
a
a? This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware,
-a 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 ineeting of the Board of Directors of the Company held on January 25, 2010:
Q RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chainnan of the Board, Chief
0 o 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
4.
0 to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the
o .L .
c corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such
oa 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
L 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 narned; and
Z a further
o N) RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any
Q • 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
3 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 WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its
o corporate seal hereunto affixed this 2"d day of Mav 2024
oAttest: Berkley Insurance Company
(Seal) By -)a )'7j By rµlyJ�ytif%`i
F- Philip SMtelt V Je M. t lV}'
Executive Vice President & Secretary Senior Vice. President
o
o STATE OF CONNECTICZ:T )
d ) ss:
COLNT1' OF F_AIRFIELD )
d o Sworn to before me, a Notary Public in the State of Connecticut, this 2' day of Mav 2024 , by Philip S. Welt and
N o Jeffrey M_ Hafter who are swom to me to be the Executive Vice President and Secretary, and the Senior Vice President,
o respectively, of Berkley Insurance Company.
MARIA C. Rt1NDBAKEN
tiOTAR1' PUBLIC Notary Public, State of Connecticut
OONNSMLIT
d WOOMMkSS" OPlPES 04-2ltt-2= CERTIFICATE
C7 �
I, the undersigned, Assistant Secretary- of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a
z true, correctand complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescin ded
Z ' and that the authority of the Attorney -in -Fact set forth therein who executed the bond or undertaking to which this Power of
Attorney is attached, is in full force and effect as of this. date_
3 y Given under my hand and seal of the Company, this day of ✓� . , FL 2r�
(Seal)
Vincent P. Forte