HomeMy WebLinkAboutContract 61624-FP1FORTWORTH.
-FP1
City Secretary 61624
Contract No.
Date Received 8/15/2025
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: Northpointe Phase 12
City Project No.: 104288
Improvement Type(s): 0 Paving 0 Drainage 0 Street Lights ❑ Bridge
Original Contract Price:
Amount of Approved Change Order(s)
Revised Contract Amount:
Total Cost of Work Complete:
Jam G�d(Au�11:51:11CDT)
08/15/2025
Contractor Date
Project Manager
Title
Conatser Construction
Company Name
Sri Pe ibhotla (Aue 15, 202511:53:03 CDT) 08/15/2025
Project Inspector
Date
K"w 7" �
,r „,,,,„11 ,a ,rr'll
08/15/2025
Project Manager
Date
1/1�
08/15/2025
CFA Manager
Date
/e&�
08/15/2025
TPW Director
Date
C-�P�
08/18/2025
Asst. City Manager
Date
$2,090,572.00
$0.00
$0.00
$2,090,572.00
Page 1 of 2
Notice of Project Completion
Project Name: Northpointe Phase 12
City Project No.: 104288
City's Attachments
Final Pay Estimate ❑x
Change Order(s): ❑ Yes ❑x N/A
Contractor's Attachments
Affidavit of Bills Paid
Consent of Surety
�r
Statement of Contract Time
Contract Time: 180 WD
Work Start Date: 7/24/2024
Completed number of Soil Lab Test: 1065
Completed number of Water Test: 21
Days Charged: 220 WD
Work Complete Date: 7/8/2025
Page 2 of 2
FORT WORTH
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name NORTHPOINTE, PHASE 12
Contract Limits
Project Type DRAINAGE
City Project Numbers 104288
DOE Number 4288
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 / PEDDIBHOTLA
Contract Time
Days Charged to Date
Contract is 100.00
7/8/2025
WD
18WD
220
Complete
Friday, August 15, 2025 Page 1 of 5
City Project Numbers 104288
Contract Name NORTHPOINTE, PHASE 12
Contract Limits
Project Type DRAINAGE
Project Funding
UNIT III: DRAINAGE IMPROVEMENTS
Item Description of Items
No.
1 10' CURB INLET
2 15' CURB INLET
3 4' STROM JUNCTION BOX
4 5' STROM JUNCTION BOX
5 6' STROM JUNCTION BOX
6 21" RCP, CLASS III
7 24" RCP, CLASS III
8 27" RCP, CLASS III
9 30" RCP, CLASS III
10 36" RCP, CLASS III
11 42" RCP, CLASS III
12 REMOVE HEADWALL AND CONNECT TO
EXISTING RCP
DOE Number 4288
Estimate Number 1
Payment Number 1
For Period Ending 7/8/2025
Estimated
Unit
Unit Cost
Estimated
Completed
Completed
Quanity
Total
Quanity
Total
18
EA
$3,800.00
$68,400.00
18
$68,400.00
7
EA
$4,800.00
$33,600.00
7
$33,600.00
11
EA
$6,000.00
$66,000.00
11
$66,000.00
7
EA
$7,000.00
$49,000.00
7
$49,000.00
1
EA
$8,000.00
$8,000.00
1
$8,000.00
656
LF
$75.00
$49,200.00
656
$49,200.00
1168
LF
$85.00
$99,280.00
1168
$99,280.00
453
LF
$95.00
$43,035.00
453
$43,035.00
298
LF
$110.00
$32,780.00
298
$32,780.00
711
LF
$150.00
$106,650.00
711
$106,650.00
51
LF
$205.00
$10,455.00
51
$10,455.00
1
EA
$3,500.00
$3,500.00
1
$3,500.00
13 12" LARGE STONE RIP, DRY 74 SY $145.00 $10,730.00 74 $10,730.00
14 TRENCH SAFETY 3337 LF $2.00 $6,674.00 3337 $6,674.00
Sub -Total of Previous Unit $587,304.00 $587,304.00
UNIT IV: PAVING IMPROVEMENTS
Item
Description of Items
Estimated Unit
Unit Cost
Estimated
Completed
Completed
No.
Quanity
Total
Quanity
Total
---------------------------------------
1
3213.0101 6" CONC PCMT
17945 SY
$58.00
040,810.00
17945 1,040,810.00
2
3211.0501 6" LIME TREATMENT
19110 SY
$4.00
$76,440.00
19110
$76,440.00
3
3211.0400 HYDRATED LIME @ 30# / SY
287 TN
$245.00
$70,315.00
287
$70,315.00
4
3213.0302 5' CONC SIDEWALK
4050 LF
$24.00
$97,200.00
4050
$97,200.00
5
9999.0001 CONTRUCT CONCRETE HEADER
3 LF
$1,200.00
$3,600.00
3
$3,600.00
6
9999.0002 INSTALL TYPE III END -OF -ROAD
3 EA
$750.00
$2,250.00
3
$2,250.00
BARRICADE
7
9999.0003 REMOVE BARRICADE & CONNECT
5 EA
$500.00
$2,500.00
5
$2,500.00
TO EXISTING STREET
8
3213.0501 BARRIER FREE RAMP, TYPE R-1
4 EA
$2,000.00
$8,000.00
4
$8,000.00
9
3213.0506 BARRIER FREE RAMP, TYPE P-1
8 EA
$2,200.00
$17,600.00
8
$17,600.00
10
3441.4003 FURNISH/INSTALL ALUM SIGN
15 EA
$650.00
$9,750.00
15
$9,750.00
GROUND MOUNT CITY STD.
Friday, August 15, 2025 Page 2 of 5
City Project Numbers 104288
Contract Name NORTHPOINTE, PHASE 12
Contract Limits
Project Type PAVING
Project Funding
11 9999.0004 INSTALL STREET NAME BLADES 9 EA
12 9999.0005 INSTALL STOP SIGN 6 EA
-----------------------
Sub-Total of Previous Unit
-------------------
UNIT V: STREET LIGHTING IMPROVEMENTS
DOE Number 4288
Estimate Number 1
Payment Number 1
For Period Ending 7/8/2025
$350.00 $3,150.00 9 $3,150.00
$450.00 $2,700.00 6 $2,700.00
---------------
$1,334,315.00 $1,334,315.00
Item
Description of Items
Estimated Unit
Unit Cost
Estimated
Completed
Completed
No.
Quanity
Total
Quanity
Total
1
RDWY IIIUM TY 11 POLE
24 EA
$3,000.00
$72,000.00
24
$72,000.00
2
RDWY HIUM FOUNDATION TY 1,2, AND 4
24 EA
$1,200.00
$28,800.00
24
$28,800.00
3
NO 6 INSULATED ELEC CONDR. ALUM. #6
1937 LF
$4.00
$7,748.00
1937
$7,748.00
XHHW
4
INSTALL TYPE 33B ARM
24 EA
$500.00
$12,000.00
24
$12,000.00
5
ARBO-20BLEDE70-MVOLT-R2-3K-MP-NL-P7
22 EA
$750.00
$16,500.00
22
$16,500.00
LUMINAIRE
6
TYPE R4 LUMINAIRE
3 EA
$950.00
$2,850.00
3
$2,850.00
7
--------------------------------------
2" CONDT PVC SCH 80, OPEN CUT
1937 LF
$15.00
$29,055.00
1937
$29,055.00
Sub-Total of Previous Unit
$168,953.00
$168,953.00
Friday, August 15, 2025 Page 3 of 5
City Project Numbers 104288
Contract Name NORTHPOINTE, PHASE 12
Contract Limits
Project Type STREET LIGHTING
Project Funding
Contract Information Summary
Original Contract Amount
Change Orders
Total Contract Price
DOE Number 4288
Estimate Number 1
Payment Number 1
For Period Ending 7/8/2025
$2,090,572.00
$2,090,572.00
Total Cost of Work Completed $2,090,572.00
Less % Retained $0.00
Net Earned $2,090,572.00
Earned This Period $2,090,572.00
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
$2,090,572.00
Friday, August 15, 2025 Page 4 of 5
City Project Numbers 104288
Contract Name NORTHPOINTE, PHASE 12
Contract Limits
Project Type STREET LIGHTING
Project Funding
Project Manager NA
Inspectors D. WATSON / PEDDIBHOTLA
Contractor CONATSER CONSTRUCTION TxLP
5327 WICHITA ST
FORT WORTH, TX 76119
DOE Number 4288
Estimate Number 1
Payment Number 1
For Period Ending 7/8/2025
City Secretary Contract Number
Contract Date
Contract Time 180 WD
Days Charged to Date 220 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 $2,090,572.00
Less % Retained
$0.00
Net Earned
$2,090,572.00
Earned This Period $2,090,572.00
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
$2,090,572.00
Friday, August 15, 2025 Page 5 of 5
FORTWORTH.
TRANSPORTATION AND PUBLIC WORKS
August 8, 2025
Conatser Construction TX LP.
5327 Wichita St
Fort Worth, TX 76119
RE: Acceptance Letter
Project Name: Northpointe Ph-12
Project Type: 03,04,06
City Project No.: 104288
To Whom It May Concern:
On August 8, 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 August 8, 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-
392-2237.
Sincerely,
RAow 7"4(/'
Ran I,—r 11 15, 2C251- 0'42 CD I;
Ram Tiwari, Project Manager
Cc: Sri Peddibhotla, Inspector
Don Watson, Inspection Supervisor
Oscar Agullion, Senior Inspector
Andrew Goodman, Program Manager
Kimley Horn, Consultant
Conatser Construction TX LP, Contractor
Lennar Construction, 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:
NORTHPOINTE PH. 12
WATER, SEWER, DRAINAGE, PAVING
& STREET LIGHT IMPROVEMENTS
CFA PRJ # 23-0131
CITY PROJECT # 104288
CITY OF FORT WORTH
STATE OF TEXAS
CONATSER CONSTRUCTION TX, LP
A��
Subscribed and sworn to before me this 11th day of August, 2025.
leCOMM.M.
KATH I E R SEA ! W d'V
NOTARY PUBLIC, STATE OF TEXAS
Ip a 1 S a 6 7 9 3 3 Notary Public in Tarrant County, Texas
11=§8=$025
CONSENT OF
SURETY COMPANY
TO FINAL PAYMENT
Conforms with the American Institute of
Architects, AIA Document G707
PROJECT:
(name, address)Northpointe, Phase 12
Fort Worth, TX
TO (Owner)
OWNER
❑
ARCHITECT
❑
CONTRACTOR
❑
SURETY
❑
OTHER
CITY OF FORT WORTH AND LENNAR HOMES OF
TEXAS LAND AND CONSTRUCTION, LTD.
200 Texas Street
Fort Worth TX 76102
CONTRACTOR: CONATSER CONSTRUCTION TX, L.P.
Bond No 0260238
ARCHITECT'S PROJECT NO: CFA No. 23-0131
CONTRACT FOR:
Water, Sanitary Sewer, Drainage, Paving, & Street Lighting
Improvements for Northpointe, Phase 1 Z
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 there insert name and address of Owner)
CITY OF FORT WORTH AND LENNAR HOMES OF TEXAS LAND AND CONSTRUCTION, LTD
200 Texas Street
Fort Worth TX 76102 , OWNER,
as set forth in the said Surety Company's bond.
IN WITNESS, WHEREOF,
the Surety Company has hereunto set its hand this
Attest:
(Seal):
8th day of August, 2025
BERKLEY INSURANCE COMPANY
Surety Company /
Signature of Authorized Representative
Robbi Morales
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
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
Z and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty
ct 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
VI
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,
-d 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:
o
ritten by Berkley Surety, the Chairman of the Board, Chief
RESOLVED, that, with respect to the Surety business w
oExecutive 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
o 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
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 named; and
3 further
o RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any
cl .� power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or
y�8 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
aceased to be such at the time when such instruments shall be issued.
o IN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its
w o corporate seal hereunto affixed this 2„d day of Mav 2024
Attest_ Berkley Insurance Company
U
(Seal) By `. �1� _ By
Philip S�telt Je M_ a
-6 Executive Vice President & Secretary Senior Vice. President
o
o STATE OF CONNECTICL:T )
ss:
COL N-TY OF FAIRFIELD )
o Sworn to before me. a Notary Public in the State of Connecticut, this 2d day of May 2024 . by Philip S_ Welt and
N o Jeffrey M Hafter who are svmm to me to be the Executive Vice President and Secretary, and the Senior Vice President,
o respectively, of Berkley Insurance Company /l
Fs
`� NOTE PU5UG
a�
00NNECT1GtIT Notary Public, State. of Connecticut
Q W00UlAIB "MnM 04-3Q-2= CERTIFICATE
U
o I, the undersigned, Assistant Secretary- of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that. the foregoing is a
true, correctand complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded
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 fiAl force and effect as of this date_ +k—
wGiven under my hand aid seal of the Company, this r _ day of k,,,Z-
(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:
NORTHPOINTE PH. 12
WATER, SEWER, DRAINAGE, PAVING
& STREET LIGHT IMPROVEMENTS
CFA PRJ # 23-0131
CITY PROJECT # 104288
CITY OF FORT WORTH
STATE OF TEXAS
CONATSER CONSTRUCTION TX, LP
A��
Subscribed and sworn to before me this 11th day of August, 2025.
leCOMM.M.
KATH I E R SEA ! W d'V
NOTARY PUBLIC, STATE OF TEXAS
Ip a 1 S a 6 7 9 3 3 Notary Public in Tarrant County, Texas
11=§8=$025
CONSENT OF
SURETY COMPANY
TO FINAL PAYMENT
Conforms with the American Institute of
Architects, AIA Document G707
PROJECT:
(name, address)Northpointe, Phase 12
Fort Worth, TX
TO (Owner)
OWNER
❑
ARCHITECT
❑
CONTRACTOR
❑
SURETY
❑
OTHER
CITY OF FORT WORTH AND LENNAR HOMES OF
TEXAS LAND AND CONSTRUCTION, LTD.
200 Texas Street
Fort Worth TX 76102
CONTRACTOR: CONATSER CONSTRUCTION TX, L.P.
Bond No 0260238
ARCHITECT'S PROJECT NO: CFA No. 23-0131
CONTRACT FOR:
Water, Sanitary Sewer, Drainage, Paving, & Street Lighting
Improvements for Northpointe, Phase 1 Z
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 there insert name and address of Owner)
CITY OF FORT WORTH AND LENNAR HOMES OF TEXAS LAND AND CONSTRUCTION, LTD
200 Texas Street
Fort Worth TX 76102 , OWNER,
as set forth in the said Surety Company's bond.
IN WITNESS, WHEREOF,
the Surety Company has hereunto set its hand this
Attest:
(Seal):
8th day of August, 2025
BERKLEY INSURANCE COMPANY
Surety Company /
Signature of Authorized Representative
Robbi Morales
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
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
Z and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty
ct 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
VI
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,
-d 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:
o
ritten by Berkley Surety, the Chairman of the Board, Chief
RESOLVED, that, with respect to the Surety business w
oExecutive 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
o 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
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 named; and
3 further
o RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any
cl .� power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or
y�8 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
aceased to be such at the time when such instruments shall be issued.
o IN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its
w o corporate seal hereunto affixed this 2„d day of Mav 2024
Attest_ Berkley Insurance Company
U
(Seal) By `. �1� _ By
Philip S�telt Je M_ a
-6 Executive Vice President & Secretary Senior Vice. President
o
o STATE OF CONNECTICL:T )
ss:
COL N-TY OF FAIRFIELD )
o Sworn to before me. a Notary Public in the State of Connecticut, this 2d day of May 2024 . by Philip S_ Welt and
N o Jeffrey M Hafter who are svmm to me to be the Executive Vice President and Secretary, and the Senior Vice President,
o respectively, of Berkley Insurance Company /l
Fs
`� NOTE PU5UG
a�
00NNECT1GtIT Notary Public, State. of Connecticut
Q W00UlAIB "MnM 04-3Q-2= CERTIFICATE
U
o I, the undersigned, Assistant Secretary- of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that. the foregoing is a
true, correctand complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded
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 fiAl force and effect as of this date_ +k—
wGiven under my hand aid seal of the Company, this r _ day of k,,,Z-
(Seal)
Vincent P. Forte