Loading...
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