HomeMy WebLinkAboutContract 59529-FP3FORT WORTH,
-FP3
City Secretary
Contract No. 59529
Date Received 5/28/2025
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: Chisholm Trail Ranch Section 3 Phase 2
City Project No.: 104210
Improvement Type(s): ❑ Paving ❑ Drainage ❑x Street Lights ❑ Traffic Signals
Original Contract Price:
Amount of Approved Change Order(s):
Revised Contract Amount:
Total Cost of Work Complete:
Ja nod (Mav 27. 202512:55 CDT)
05/27/2025
Contractor Date
Manager
Title
Conatser Construction
Company Name
/",&,- 05/27/2025
Project Inspector Date
s� 05/28/2025
Project Manager
Date
k�
05/28/2025
CFA Manager
Date
05/28/2025
Laun P reriem (May 28, 2025 9:57 CDT)
0
TPW Director
Date
05/28/2025
Asst. City Manager
Date
$182,495.00
$18,018.00
$200,513.00
$200,513.00
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Page 1 of 2
Notice of Project Completion
Project Name: Chisholm Trail Ranch Section 3 Phase 2
City Project No.: 104210
City's Attachments
Final Pay Estimate ❑x
Change Order(s): ❑x Yes ❑ N/A
Contractor's Attachments
Affidavit of Bills Paid *-
Consent of Surety
Statement of Contract Time
Contract Time: 180 WD
Work Start Date: 11/29/2023
Completed number of Soil Lab Test: 759
Completed number of Water Test: 31
Days Charged: 146 WD
Work Complete Date: 2/13/2025
Page 2 of 2
FORT WORT 11
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name CHISHOLM TRAIL RANCH SECTION 3 PHASE 2
Contract Limits
Project Type STREETLIGHTS
City Project Numbers 104210
DOE Number 4210
Estimate Number 1 Payment Number 1 For Period Ending 2/13/2025
WD
City Secretary Contract Number Contract Time 18WD
Contract Date Days Charged to Date 146
Project Manager NA Contract is 100.00 Complete
Contractor CONATSER CONSTRUCTION TxLP
5327 WICHITA ST
FORT WORTH, TX 76119
Inspectors G. DEYON / S. WESTER
Wednesday, May 21, 2025 Page 1 of 4
City Project Numbers 104210 DOE Number 4210
Contract Name CHISHOLM TRAIL RANCH SECTION 3 PHASE 2 Estimate Number I
Contract Limits Payment Number 1
Project Type STREETLIGHTS For Period Ending 2/13/2025
Project Funding
UNIT V: STREET LIGHTING IMPROVEMENTS
Item
Description of Items
Estimated Unit
Unit Cost
Estimated
Completed
Completed
No.
Quanity
Total
Quanity
Total
1
RDWY MUM FOUNDATION TY 1
33 EA
$1,200.00
$39,600.00
33
$39,600.00
2
RDWY MUM FOUNDATION TY 11 POLE (CO #3)
0 EA
$1,800.00
$0.00
0
$0.00
3
TYPE R2 LUMINAIRE (CO #3)
0 EA
$850.00
$0.00
0
$0.00
4
TYPE R4 LUMINAIRE (CO #3)
0 EA
$950.00
$0.00
0
$0.00
5
FURNISH/INSTALL TYPE 33B ARM (CO #3)
0 EA
$600.00
$0.00
0
$0.00
6
2" CONDT PVC SCH 80 (T)
2363 LF
$15.00
$35,445.00
2363
$35,445.00
7
TYPE R2 LUMINAIRE (CO #3)
31 EA
$875.00
$27,125.00
31
$27,125.00
8
TYPE R4 LUMINAIRE (CO #3)
2 EA
$975.00
$1,950.00
2
$1,950.00
9
RDWY ILLUM TY 11 POLE w/ BLACK POWDER
33 EA
$2,271.00
$74,943.00
33
$74,943.00
COAT (CO#3)
10
FURNISH/INSTALL TYPE 33B ARM w/ BLACK
33 EA
$650.00
$21,450.00
33
$21,450.00
POWDER COAT (CO#3)
Sub -Total of Previous Unit
$200,513.00
$200,513.00
Wednesday, May 21, 2025 Page 2 of 4
City Project Numbers 104210
Contract Name CHISHOLM TRAIL RANCH SECTION 3 PHASE 2
Contract Limits
Project Type STREETLIGHTS
Project Funding
Contract Information Summary
Original Contract Amount
Change Orders
Change Order Number 3
Total Contract Price
DOE Number 4210
Estimate Number I
Payment Number 1
For Period Ending 2/13/2025
$182,495.00
$18,018.00
$200,513.00
Total Cost of Work Completed $200,513.00
Less % Retained $0.00
Net Earned $200,513.00
Earned This Period $200,513.00
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
$200,513.00
Wednesday, May 21, 2025 Page 3 of 4
City Project Numbers 104210
Contract Name CHISHOLM TRAIL RANCH SECTION 3 PHASE 2
Contract Limits
Project Type STREETLIGHTS
Project Funding
Project Manager NA
Inspectors G. DEYON / S. WESTER
Contractor CONATSER CONSTRUCTION TxLP
5327 WICHITA ST
FORT WORTH, TX 76119
DOE Number 4210
Estimate Number I
Payment Number I
For Period Ending 2/13/2025
City Secretary Contract Number
Contract Date
Contract Time 180 WD
Days Charged to Date 146 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 $200,513.00
Less % Retained $0.00
Net Earned $200,513.00
Earned This Period $200,513.00
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
$200,513.00
Wednesday, May 21, 2025 Page 4 of 4
DocuSign Envelope ID: F3E42AEE-FE64-4B58-B41A-E07EF76FFB98
PROJECT NAME:
CONTRACT:
CFA #
CITY PROJECT #
DOE #
WATER PROJECT #
SEWER PROJECT #
FILE #
INSPECTOR:
PROJECT MANAGER:
DEVELOPER -AWARDED -PROJECT CHANGE ORDER
Chisholm Trail Ranch Section 3 Phase 2
Conatser (Water, Sewer, Storm & Paving)
23-0030 CITY PARTICIPATION
104210
N/A
X-27432
X-27432
W-2847
Steven Wester Phone No:
Arash Emami Saleh Phone No:
WATER SEWER
Developer Developer
Cost City Cost Cost City Cost
NO
682-287-3465
817-392-2373
CONTRACT UNIT
PAVING
leveloper Cost City Cost
REVIEWED
By Arash Emami Sa/eh at 3:20 pm, Dec 19, 2023
CHANGE
ORDER No:
1
DRAINAGE STREET LIGHTS CONTRACT
r Developer DAYS
City Cost Cost City Cost
ORIGINAL CONTRACT
$769,350.00
I $685,529.00
I $1,559,289.00
$263,280.00
I $182,495.00
EXTRAS TO DATE
CREDITS TO DATE
CONTRACT TO DATE
$769,350.00 $0.00
I $685,529.00 $0.00
I $1,559,289.00 $0.00
$263,280.00 $0.00
I $182,495.00 $0.00
150
AMOUNT OF PROP. CHANGE ORDER
$10,590.00
I
I $ 19,845.00
I
I
I
REVISED CONTRACT AMOUNT
$779,940.00 $0.00
$685,529.00 $0.00
$1,579,134.00 $0.00
$263,280.00 $0.00
$182,495.00 $0.00
150
TOTAL REVISED CONTRACT AMOUNT
PER UNIT
$779,940.00
$685,529.00
$1,579,134.00
$263,280.00
$182,495.00
REVISED COST SHARE
Dev. Cost:
$3,490,378.00
City Cost:
$0.00
TOTAL REVISED CONTRACT
$3,490,378.00
Revised: 10-12-2011 Page 1
DocuSign Envelope ID: F3E42AEE-FE64-4B58-B41A-E07EF76FFB98
You are directed to make the following
changes in thecontract documents:
CITY BID
1
PAY ITEM #
#
QUANTITY
UNIT
UNIT I: WATER IMPROVEMENTS
7
3312.2003
(1)
EA
10*
3312.2203
I
1
EA
11*
2605.3025
360
LF
UNIT IV: PAVING IMPROVEMENTS
8
3211.0400
81
TN
REVIEWED
By Arash Emami Sa/eh at 3:20 pm, Dec 19, 2023
ITEM DESCRIPTION
UNIT PRICE
TOTAL
1" Water Service
$ 1,250.00
($1,250.00)
2" Water Service
$ 3,200.00
$3,200.00
4" Conduit PVC SCH 40 (T)
$ 24.00
$8,640.00
Subtotal Unit I: Water Improvements
$10,590.00
Hydrated Lime (36#/SY per Geotech)
I $ 245.00
$ 19,845.00
Subtotal Unit IV: Paving Improvements $ 19,845.00
GRAND TOTAL $30,435.00
Asterisk (*) indicates new pay item
REASONS FOR CHANGE ORDER
Unit 1: 7 & 10 Replaced a 1' Irrigation with a 2" Irrigation
Unit l: 11 Addition of PVC sleeves
Unit IV.- 8 Lime application rate changed from 30 Ibs/SY to 36 Ibs/SY, per Geotech requirements
NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100% OF THE CHANGE ORDER COST AND NO
REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER.
RECOMMENDED:
APPROVED:
APPROVED:
1WLAoEm@!P&*.ring,
By. __...
MeritageHom &fcJ1;y��y,LLC
By�
ConatserCo Qawhedby:
By"
Name: Kyle Anderson, PE
Name:
Frank Su
Name: Brock Huggins
Title: Project Engineer
Title:
Development Director
Title: President
Revised: 10-12-2011 Page 2
DocuSign Envelope ID: 8DDA65DF-E344-49ED-96C2-2577DCE257B1
PROJECT NAME:
CONTRACT:
CFA #
CITY PROJECT #
DOE #
WATER PROJECT #
SEWER PROJECT #
FILE #
INSPECTOR:
PROJECT MANAGER:
DEVELOPER -AWARDED -PROJECT CHANGE ORDER
Chisholm Trail Ranch Section 3 Phase 2
Conatser (Water, Sewer, Storm & Paving)
22-0030 CITY PARTICIPATION:1 NO
104210
N/A
X-27432
X-27432
W -2847
Stephen Wester Phone No: 817-287-3465
Arash Emami Saleh Phone No: 817-392-2373
REVIEWED
By Arash Emami Saleh at 4:24 pm, Jan 18, 2024
CHANGE
ORDER No:
`a
CONTRACT UNIT
WATER SEWER PAVING DRAINAGE STREET LIGHTS CONTRACT
Developer Developer Developer Developer DAYS
Cost City Cost Cost City Cost Developer Cost City Cost Cost City Cost Cost City Cost
ORIGINAL CONTRACT $769,350.00 $685,529.00 $1,559,289.00 I I $263,280.00 $182,495.00
EXTRAS TO DATE $10,590.00 $19,845.00
CREDITS TO DATE
CONTRACT TO DATE $779,940.00 $0.00 $685,529.00 $0.00 $1,579,134.00 I $0.00 I $263,280.00 $0.00
AMOUNT OF PROP. CHANGE ORDER $146,640.00
REVISED CONTRACT AMOUNT $779,940.00 $0.00 $685,529.00 $0.00 $1,725,774.00 I $0.00 I $263,280.00
TOTAL REVISED CONTRACT AMOUNT
PER UNIT $779,940.00 $685,529.00 $1,725,774.00 $263,280.00
REVISED COST SHARE Dev. Cost: $3,637,018.00 City Cost:
TOTAL REVISED CONTRACT $3,637,018.00
$182,495.00 $0.00 150
$182,495.00 $0.00 150
$182,495.00
Revised: 10-12-2011 Page 1
DocuSign Envelope ID: 8DDA65DF-E344-49ED-96C2-2577DCE257B1
REVIEWED
By Arash Emami Sa/eh at 4:24 pm, Jan 18, 2024
You are directed to make the following changes in the contract documents:
CITY BID ITEM
PAY ITEM #
#
QUANTITY
UNIT
ITEM DESCRIPTION UNIT PRICE
TOTAL
UNIT IV: PAVING IMPROVEMENTS
5
3213.0301
(1477)
SF
4" Conc Sidewalk $ 5.00
($7,385.00)
13*
9999.0009
305
LF
Combo Rail (C1 W, includes foundation beam) $ 505.00
154,025.00
TOTAL
$146,640.00
Asterisk (*) indicates new pay item
REASONS FOR CHANGE ORDER
Street lights changed to decorative style light poles
NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100% OF THE CHANGE ORDER COST AND NO
REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER.
RECOMMENDED:
Inc.
By:
Name: Kyle Anderson, PE
Title: Project Engineer
APPROVED:
Meritage Home T'%6M., LC
r�1n.� SU.
By.
Name: Frank Su
Title: Development Director
APPROVED:
Conatser Cons GBigned by:
Y
B-�—seseseazz"b�`—
Name: Brock Huggins
Title: President
Revised: 10-12-2011 Page 2
DocuSign Envelope ID: 121 DA372-20A4-41 D5-85B2-1954988ACFE8
PROJECT NAME:
CONTRACT:
CFA #
CITY PROJECT #
DOE #
WATER PROJECT #
SEWER PROJECT #
FILE #
INSPECTOR:
PROJECT MANAGER:
DEVELOPER -AWARDED -PROJECT CHANGE ORDER
Chisholm Trail Ranch Section 3 Phase 2
Conatser Lighting
22-0030
104210
N/A
X-27432
X-27432
W -2847
CITY PARTICIPATION:1 NO
Stephen Wester Phone 817-287-3465
No:
Arash Emami Saleh Phone 817-392-2373
No:
WATER
Developer
Cost
City Cost
ORIGINAL CONTRACT
$769,350.00
EXTRAS TO DATE
$10,590.00
CREDITS TO DATE
CONTRACT TO DATE
$779,940.00
$0.00
AMOUNT OF PROP. CHANGE ORDER
REVISED CONTRACT AMOUNT
$779,940.00
$0.00
TOTAL REVISED CONTRACT AMOUNT
PER UNIT
$779,940.00
REVISED COST SHARE
Dev. Cost:
TOTAL REVISED CONTRACT
REVIEWED
By Arash Emami Sa/eh at 10:05 am, Feb 12, 2024
CHANGE
ORDER No:
K3
CONTRACT UNIT
SEWER
PAVING
DRAINAGE
STREET LIGHTS
Developer
Developer
Developer
Cost City Cost
Developer Cost City Cost
Cost City Cost
Cost City Cost
$685,529.00
$1,559,289.00
$263,280.00
$182,495.00
$166,485.00
$685,529.00 $0.00
$1,725,774.00 $0.00
$263,280.00 $0.00
$182,495.00 $0.00
$18,018.00
$685,529.00 $0.00
$1,725,774.00 $0.00
$263,280.00 $0.00
$200,513.00 $0.00
$685,529.00
$1,725,774.00
$263,280.00
$200,513.00
$3,655,036.00
City Cost:
$0.00
$3,655,036.00
CONTRACT
DAYS
30
30
Revised: 10-12-2011 Page 1
DocuSign Envelope ID: 121 DA372-20A4-41 D5-85B2-1954988ACFE8
REVIEWED
By Arash Emami Saleh at 10:05 am, Feb 12, 2024
You are directed to make the following changes in the contract documents:
PAY ITEM # I CITY BI#D ITEM QUANTITY UNIT ITEM DESCRIPTION
UNIT V: STREET LIGHTING IMPROVEMENTS
2 3441.3341
(33)
EA
Rdwy Illum TY 11 Pole
3 9999.0007
31
EA
Type R2 Luminaire
4 9999.0008
2
EA
Tyke R4 Luminaire
5 3441.1638
(33
EA
Furnish/Install Type 33B Arm
3 9999.0007
31
EA
Type R2 Luminaire
4 9999.0008
2
EA
Type R4 Luminaire
7* 9999.0018
33
EA
Rd �( Illum TY 11 Pole w/ Black Powder Coat
8* 9999.0019
33
EA
Furnish/Install Type 33B Arm w/ Black Powder Coat
TOTAL
Asterisk (*) indicates new pay item
REASONS FOR CHANGE ORDER
Street lights will be powder coated to be black
UNIT PRICE TOTAL
$ 1,800.00 ($59,400.00)
$ 850.00 ($26,350.00)
$ 950.00 �$1,900.00)
$ 600.00 ( 19,800.00)
$ 875.00 $27,125.00
$ 975.00 $1,950.00
$ 2,271.00 $74,943.00
$ 650.00 $21,450.00
$18,018.00
NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100% OF THE CHANGE ORDER COST AND NO
REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER.
RECOMMENDED:
JA"5di1`; Inc.
By:
1JrA1t54rr9Acs4at...
Name: Kyle Anderson, PE
Title: Proiect Enqineer
APPROVED:
Meritage Ho es of `ex se, `��C
Fr"
By:
--oawsavore iaa � �...
Name: Frank Su
Title: Development Director
APPROVED:
Conatser Co struo ocuSigned by*
By: DO—
��."lUJV4V VCLb4t•44/i...
Name: Brock Huggins
Title: President
Revised: 10-12-2011 Page 2
Docusign Envelope ID: 9578BA93-E723-4C7E-8204-BCE9A9258E82
PROJECT NAME:
CONTRACT:
CFA #
CITY PROJECT #
DOE #
WATER PROJECT #
SEWER PROJECT #
FILE #
INSPECTOR:
PROJECT MANAGER:
ORIGINAL CONTRACT
EXTRAS TO DATE
CREDITS TO DATE
CONTRACT TO DATE
AMOUNT OF PROP. CHANGE ORDER
REVISED CONTRACT AMOUNT
TOTAL REVISED CONTRACT AMOUNT
PER UNIT
REVISED COST SHARE
TOTAL REVISED CONTRACT
DEVELOPER -AWARDED -PROJECT CHANGE ORDER
Chisholm Trail Ranch Section 3 Phase 2
Water, Sewer, Paving, Street Lights & Drainage Improvements
22-0030 CITY PARTICIPATION:1
104210
N/A
X-27432
X-27432
W -2847
Stephen Wester Phone No
Arash Emami Saleh Phone No
WATER I SEWER
Developer beveloper
Cost City Cost Cost City Cost
$769,350.00 I $685,529.00
$10, 590.00
$779,940.00 I $0.00 I $685,529.00
$779,940.00 1 $0.00 1 $685,529.00 1 $0.00
$779,940.00 I $685,529.00
Dev. Cost: $3,654,036.00
Rej
817-287-3465
817-392-2373
REVIEWED
By Arash Emami Sa/eh at 11:15 am, Jul 24, 2024
CHANGE
ORDER No:
4
CONTRACT UNIT
PAVING
DRAINAGE
Lveloper
I STREET LIGHTS
CONTRACT
(Developer
(Cost
beveloper
DAYS
Cost City Cost
City Cost
Cost City Cost
$1,559,289.00
I $263,280.00
$182,495.00
$166,485.00
I
$18,018.00
$1,725,774.00 $0.00
I $263,280.00 $0.00
$200,513.00 $0.00
30
($1,000.00)
$1,724,774.00 $0.00
I $263,280.00 $0.00
$200,513.00 $0.00
30
$1,724,774.00
I $263,280.00
$200,513.00
City Cost:
$0.00
$3,654,036.00
Revised: 10-12-2011 Page 1
Docusign Envelope ID: 9578BA93-E723-4C7E-8204-BCE9A9258E82
You are directed to make the following changes in the contract documents:
PAY ITEM # I CITY BID ITEM QUANTITY UNIT
UNIT V: STREET LIGHTING IMPROVEMENTS
6 I 9999.0003 I (1) I EA I
TOTAL
Asterisk (*) indicates new pay item
REASONS FOR CHANGE ORDER Barricade was not constructed.
REVIEWED
By Arash Emami Saleh at 11:15 am, Jul 24, 2024
ITEM DESCRIPTION UNIT PRICE TOTAL
Type III Barricade $ 1,000.00 ($1,000.00)
($1,000.00)
NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100% OF THE CHANGE ORDER COST AND NO
REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER.
RECOMMENDED:
LJA b0MIgf�ring, Inc.
By:
87A1847F9AC649E...
Name: Kyle Anderson, PE
Title: Project Engineer
APPROVED:
Meritage Hom TgI0g.,(-LC
By: Fr",StA,
Name: Frank Su
Title: Development Director
APPROVED:
Conatser Const6uc�(;iq ea by:
By: �-
1505060021144A .
Name: Brock Huggins
Title: President
Revised: 10-12-2011 Page 2
FORTWORTH.
M,
TRANSPORTATION AND PUBLIC WORKS
May 20, 2025
Conatser Construction TX, L.P.
5327 Wichita St
Fort Worth, Texas 76119
RE: Acceptance Letter
Project Name: Chisholm Trail Ranch Section 3 Phase 2
Project Type: Streetlights
City Project No.: 104210
To Whom It May Concern:
On July 24, 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 February 13, 2025. 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 February 13, 2025, 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-
392-2373.
Sincerely,
�'iucur� CLc�on.
Arash Emami Saleh , P.E. , Project Manager
Cc: Lorrie Pitts , Inspector
Gary Deyon , Inspection Supervisor
Lorrie Pitts , Senior Inspector
Andrew Goodman , Program Manager
LJA Engineering, Inc. , Consultant
Conatser Construction TX, L.P. , Contractor
Meritage Homes of Texas, LLC , Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Rev. 8/20/19
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:
CHISHOLM TRAIL RANCH SEC. 3, PH. 2
WATER, SANITARY SEWER, DRAINAGE, PAVING,
& STREET LIGHT IMPROVEMENTS
CFA PRJ #: 22-0030
CITY PROJECT #: 104210
CITY OF FORT WORTH
STATE OF TEXAS
CONATSER CONSTRUCTION TX, LP
Brock Huggin
Subscribed and sworn to before me this 24TH day of July, 2024.
ryY P� KATHERINE ROSE
;04�• B� Notary Public, State of Texas Notary Public in Tarrant County, Texas
ID# 133467933
"9rcoFs�+r My Commission Expires
November 30, 2025
CONSENT OF
SURETY COMPANY
TO FINAL PAYMENT
Conforms with the American Institute of
Architects, AIA Document G707
OWNER
❑
ARCHITECT
❑
CONTRACTOR
❑
SURETY
❑
OTHER
PROJECT:
(name, address)Chisholm Trail Ranch Section 3 - Phase 2 - Water, Sanitary Sewer, Drainage, and Paving
TO (Owner)
Fort Worth.
TX
Bond No 0236874
MERITAGE HOMES OF TEXAS, LLC AND THE CITY ARCHITECT'S PROJECT NO:
OF FORT WORTH CONTRACT FOR:
8840 Cypress Waters Blvd., Suite 100 Water, Sanitary Sewer, Drainage, and Paving for Chisholm Trail Ranch
Section 3 -Phase 2
Dallas TX 75019 _f CONTRACT DATE:
CONTRACTOR: CONATSER CONSTRUCTION TX, L.P.
In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the
(here insert name 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)
MERITAGE HOMES OF TEXAS, LLC AND THE CITY OF FORT WORTH
8840 Cypress Waters Blvd., Suite 100
Dallas TX 75019 , OWNER,
as set forth in the said Surety Company's bond.
IN WITNESS, WHEREOF,
the Surety Company has hereunto set its hand this
Attest: iI yA
(Seal); �►'V-- f► kL
23rd day of July, 2024
BERKLEY INSURANCE COMPANY
Surety Company
Signature of Authorized Representative
Soohinie Hunter
Title
Attornev-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-el
POWER OF ATTORNEY
BERKLEY INSURANCE COMPANY
WILMINGTON, DELAWARE
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.
This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware,
without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following
resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25, 2010:
RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief
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
to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the
corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such
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
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 named; and
further
RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any
power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or
other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as
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.
rl WITNESS iVTMREOF, the Company has caused 'these presents to be signed andattested by its appropriate officers and its
corporate seal hereunto affixed this 2& day of Mate _ 2024 .
Sah:r Attest. Berkley Insurance Company
il 1I.1', ByrBy
s Philip S_'eltee {J
Executive Nice President & secretary Senior Vice President
STATE OF CONNECTICUT )
) s:s.
COUNTY OF FAIR.FIELD )
Swarm to, before me, a Notary Public in the State of Connecticut, this 23 clay of Mav 2024 by Philip S. Welt and
Jeffrey M_ Haffer who are sworn to me to be the Executive dice President and Secretary, and the Senior Vice President_
respectively, of Berkley Insurance C€ampany.
IWARY P Notary Public, State of Connecticut
0014NMCI1CUT
www="EXPIAM0 CERTIFICATE
I, the undersigned., Assistant Secretary of BERKLEY INSURANCE COMPANY, DO BEREBY CERTIFY that the foregoing is a
hue, cor€ect and complete copy of the original Power of Atwmey; that said Power of Attorney has not been.revoked or rescinded
and that thr authority of the Attorney -in -Fact set forth therein, who executed the bond or undertaking to which this. Power of
Attca €ached, is in fidl force and effect as of this date.
°'tsi under my hared and seal of the Company, this 23rd day og July 2024
�rra a Vincent P. Forte
I
CONSENT OF
SURETY COMPANY
TO FINAL PAYMENT
Conforms with the American Institute of
Architects, AIA Document G707
OWNER
❑
ARCHITECT
❑
CONTRACTOR
❑
SURETY
❑
OTHER
Bond No 0256205
PROJECT:
(name, address)Chisholm Trail Ranch Section 3 - Phase 2 Street Lighting Improvements
TO (Owner)
Fort Worth TX
MERITAGE HOMES OF TEXAS, LLC AND THE CITY ARCHITECT'S PROJECT NO:
OF FORT WORTH CONTRACT FOR:
8840 Cypress Waters Blvd., Suite 100 Chisholm Trail Ranch Section 3 - Phase 2 Street Lighting
Improvements
Dallas TX 75019 —J CONTRACT DATE:
CONTRACTOR: CONATSER CONSTRUCTION TX, L.P.
In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the
(here insert name 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)
MERITAGE HOMES OF TEXAS, LLC AND THE CITY OF FORT WORTH
8840 Cypress Waters Blvd., Suite 100
Dallas TX 75019 , OWNER,
as set forth in the said Surety Company's bond.
IN WITNESS, WHEREOF,
the Surety Company has hereunto set its hand this
Attest: k- A.Q- ftic t,IG.�--
(Seal);
23rd day of July, 2024
BERKLEY INSURANCE COMPANY
Surety Company
o='Orize'd
.ISignatu e Representative
Soohinie Hunter
Title
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-el
POWER OF ATTORNEY
BERKLEY INSURANCE COMPANY
WILMINGTON, DELAWARE
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, Tonle 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.
This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware,
without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following
resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25, 2010:
RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief
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 attomey-in-fact named therein
to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the
corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such
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
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 named; and
further
RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any
power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or
other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as
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.
IVITNESS WIMREOF:, the Company has caused these presents to be signed and attested by its appropriate officers and its
corporate seal hereunto affixed this 2r-a day of Mav - 2024 .
Attest: Berkley Insurance Company
By
BY
Philip S elt Je a A U
Z.
Executive Vice President & Secretary Senior Vice President
STATE OF CO_NNECTICUT )
) .ss:
CO _tiT`t OF FAIRFIELD )
Swarm to before me, a Notary .Public in the State of Connecticut, this 2"d day of Mat- 2024 , by Philip S_ Welt and
Jeffrey M. Ilafi<er who are sworn to me to be the Executive Vice President and Secretary, and the Senior Vice President;
respectively, of Berkley Insurance Company
UgitAi0 RUNDBAKEN
IWARt P Notary Public, State of Connecticut
wcommmsm DORM. 40-21 CERTIFICATE
L the undersigned. Assistant Secretary of BERKLEY INSURANCE COMPANTY, DO HEREBY CERTIFY that the foregoing is a
true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded
and that the authority of the Anomey-in-Fact set forth therein- who executed the bond or undertaking to which this Power of
Atto s``c ,ched, is in hall force and effect as ofthis date.
"`bY bnder my hand and seal of the Company, this 23rd day of July 2024
VincentP. 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:
CHISHOLM TRAIL RANCH SEC. 3, PH. 2
WATER, SANITARY SEWER, DRAINAGE, PAVING,
& STREET LIGHT IMPROVEMENTS
CFA PRJ #: 22-0030
CITY PROJECT #: 104210
CITY OF FORT WORTH
STATE OF TEXAS
CONATSER CONSTRUCTION TX, LP
Brock Huggin
Subscribed and sworn to before me this 24TH day of July, 2024.
ryY P� KATHERINE ROSE
;04�• B� Notary Public, State of Texas Notary Public in Tarrant County, Texas
ID# 133467933
"9rcoFs�+r My Commission Expires
November 30, 2025
CONSENT OF
SURETY COMPANY
TO FINAL PAYMENT
Conforms with the American Institute of
Architects, AIA Document G707
OWNER
❑
ARCHITECT
❑
CONTRACTOR
❑
SURETY
❑
OTHER
PROJECT:
(name, address)Chisholm Trail Ranch Section 3 - Phase 2 - Water, Sanitary Sewer, Drainage, and Paving
TO (Owner)
Fort Worth.
TX
Bond No 0236874
MERITAGE HOMES OF TEXAS, LLC AND THE CITY ARCHITECT'S PROJECT NO:
OF FORT WORTH CONTRACT FOR:
8840 Cypress Waters Blvd., Suite 100 Water, Sanitary Sewer, Drainage, and Paving for Chisholm Trail Ranch
Section 3 -Phase 2
Dallas TX 75019 _f CONTRACT DATE:
CONTRACTOR: CONATSER CONSTRUCTION TX, L.P.
In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the
(here insert name 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)
MERITAGE HOMES OF TEXAS, LLC AND THE CITY OF FORT WORTH
8840 Cypress Waters Blvd., Suite 100
Dallas TX 75019 , OWNER,
as set forth in the said Surety Company's bond.
IN WITNESS, WHEREOF,
the Surety Company has hereunto set its hand this
Attest: iI yA
(Seal); �►'V-- f► kL
23rd day of July, 2024
BERKLEY INSURANCE COMPANY
Surety Company
Signature of Authorized Representative
Soohinie Hunter
Title
Attornev-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-el
POWER OF ATTORNEY
BERKLEY INSURANCE COMPANY
WILMINGTON, DELAWARE
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.
This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware,
without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following
resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25, 2010:
RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief
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
to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the
corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such
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
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 named; and
further
RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any
power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or
other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as
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.
rl WITNESS iVTMREOF, the Company has caused 'these presents to be signed andattested by its appropriate officers and its
corporate seal hereunto affixed this 2& day of Mate _ 2024 .
Sah:r Attest. Berkley Insurance Company
il 1I.1', ByrBy
s Philip S_'eltee {J
Executive Nice President & secretary Senior Vice President
STATE OF CONNECTICUT )
) s:s.
COUNTY OF FAIR.FIELD )
Swarm to, before me, a Notary Public in the State of Connecticut, this 23 clay of Mav 2024 by Philip S. Welt and
Jeffrey M_ Haffer who are sworn to me to be the Executive dice President and Secretary, and the Senior Vice President_
respectively, of Berkley Insurance C€ampany.
IWARY P Notary Public, State of Connecticut
0014NMCI1CUT
www="EXPIAM0 CERTIFICATE
I, the undersigned., Assistant Secretary of BERKLEY INSURANCE COMPANY, DO BEREBY CERTIFY that the foregoing is a
hue, cor€ect and complete copy of the original Power of Atwmey; that said Power of Attorney has not been.revoked or rescinded
and that thr authority of the Attorney -in -Fact set forth therein, who executed the bond or undertaking to which this. Power of
Attca €ached, is in fidl force and effect as of this date.
°'tsi under my hared and seal of the Company, this 23rd day og July 2024
�rra a Vincent P. Forte
I
CONSENT OF
SURETY COMPANY
TO FINAL PAYMENT
Conforms with the American Institute of
Architects, AIA Document G707
OWNER
❑
ARCHITECT
❑
CONTRACTOR
❑
SURETY
❑
OTHER
Bond No 0256205
PROJECT:
(name, address)Chisholm Trail Ranch Section 3 - Phase 2 Street Lighting Improvements
TO (Owner)
Fort Worth TX
MERITAGE HOMES OF TEXAS, LLC AND THE CITY ARCHITECT'S PROJECT NO:
OF FORT WORTH CONTRACT FOR:
8840 Cypress Waters Blvd., Suite 100 Chisholm Trail Ranch Section 3 - Phase 2 Street Lighting
Improvements
Dallas TX 75019 —J CONTRACT DATE:
CONTRACTOR: CONATSER CONSTRUCTION TX, L.P.
In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the
(here insert name 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)
MERITAGE HOMES OF TEXAS, LLC AND THE CITY OF FORT WORTH
8840 Cypress Waters Blvd., Suite 100
Dallas TX 75019 , OWNER,
as set forth in the said Surety Company's bond.
IN WITNESS, WHEREOF,
the Surety Company has hereunto set its hand this
Attest: k- A.Q- ftic t,IG.�--
(Seal);
23rd day of July, 2024
BERKLEY INSURANCE COMPANY
Surety Company
o='Orize'd
.ISignatu e Representative
Soohinie Hunter
Title
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-el
POWER OF ATTORNEY
BERKLEY INSURANCE COMPANY
WILMINGTON, DELAWARE
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, Tonle 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.
This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware,
without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following
resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25, 2010:
RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief
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 attomey-in-fact named therein
to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the
corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such
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
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 named; and
further
RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any
power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or
other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as
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.
IVITNESS WIMREOF:, the Company has caused these presents to be signed and attested by its appropriate officers and its
corporate seal hereunto affixed this 2r-a day of Mav - 2024 .
Attest: Berkley Insurance Company
By
BY
Philip S elt Je a A U
Z.
Executive Vice President & Secretary Senior Vice President
STATE OF CO_NNECTICUT )
) .ss:
CO _tiT`t OF FAIRFIELD )
Swarm to before me, a Notary .Public in the State of Connecticut, this 2"d day of Mat- 2024 , by Philip S_ Welt and
Jeffrey M. Ilafi<er who are sworn to me to be the Executive Vice President and Secretary, and the Senior Vice President;
respectively, of Berkley Insurance Company
UgitAi0 RUNDBAKEN
IWARt P Notary Public, State of Connecticut
wcommmsm DORM. 40-21 CERTIFICATE
L the undersigned. Assistant Secretary of BERKLEY INSURANCE COMPANTY, DO HEREBY CERTIFY that the foregoing is a
true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded
and that the authority of the Anomey-in-Fact set forth therein- who executed the bond or undertaking to which this Power of
Atto s``c ,ched, is in hall force and effect as ofthis date.
"`bY bnder my hand and seal of the Company, this 23rd day of July 2024
VincentP. Forte