HomeMy WebLinkAboutContract 61200-FP1-FP1
FORT WORTH.
City Secretary 61200
Contract No.
Date Received 9/15/2025
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: Madero Phase 6
City Project No.: 104796
Improvement Type(s): ❑x Paving ❑x Drainage ❑x Street Lights ❑ Traffic Signals
Original Contract Price: $2,774,013.10
Amount of Approved Change Order(s):
Revised Contract Amount:
Total Cost of Work Complete: $2,774,013.10
09/11/2025
Contractor Date
Manager
Title
Conatser Construction, TX LP.
Company Name
09/12/2025
Hector ont a eD 12, 2025 07:25:51 CDT)
Project Inspector
Date
#14-
09/15/2025
Project Manager
Date
1/1
09/15/2025
CFA Manager
Date
de 7^ ---
09/15/2025
Lauren Prieur (Sep 15, 202514:01:34 CDT)
TPW Director
Date
09/15/2025
Asst. City Manager
Date
OFFICIAL RECORD
CITY SECRETARY Page 1 of 2
FT. WORTH, TX
Notice of Project Completion
Project Name: Madero Phase 6
City Project No.: 104796
City's Attachments
Final Pay Estimate ❑x
Change Order(s): ❑ Yes ❑x N/A
Contractor's Attachments
Affidavit of Bills Paid
Consent of Surety
Statement of Contract Time
Contract Time: 180
Days Charged: 283
Work Start Date: 5/13/2024 Work Complete Date: 8/27/2025
Completed number of Soil Lab Test: 983
Completed number of Water Test: 39
Page 2 of 2
FO TWORTH
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name MADERO PHASE 6
Contract Limits
Project Type DRAINAGE
City Project Numbers 104796
DOE Number 4796
Estimate Number I Payment Number 1 For Period Ending 8/27/2025
WD
City Secretary Contract Number Contract Time 18WD
Contract Date Days Charged to Date 283
Project Manager NA Contract is 100.00 Complete
Contractor CONATSER CONSTRUCTION TxLP
5327 WICHITA ST
FORT WORTH, TX 76119
Inspectors G.DEYON / H.MONTOYA
Thursday, September 11, 2025 Page 1 of 5
City Project Numbers 104796
Contract Name MADERO PHASE 6
Contract Limits
Project Type DRAINAGE
Project Funding
UNIT lII: DRAINAGE IMPROVEMENTS
DOE Number 4796
Estimate Number 1
Payment Number 1
For Period Ending 8/27/2025
Item
Description of Items
Estimated Unit
Unit Cost
Estimated
Completed
Completed
No.
Quanity
Total
Quanity
Total
1
Trench Safety
3184 LF
$2.00
$6,368.00
3184
$6,368.00
2
2 1 " RCP, Class Ill
318 LF
$75.00
$23,850.00
318
$23,850.00
3
24" RCP, Class Ill
713 LF
$85.00
$60,605.00
713
$60,605.00
4
27" RCP, Class lII
558 LF
$90.00
$50,220.00
558
$50,220.00
5
30" RCP, Class Ill
35 LF
$110.00
$3,850.00
35
$3,850.00
6
33" RCP, Class Ill
285 LF
$125.00
$35,625.00
285
$35,625.00
7
36" RCP, Class Ill
84 LF
$150.00
$12,600.00
84
$12,600.00
8
36" RCP, Class IV
137 LF
$170.00
$23,290.00
137
$23,290.00
9
42" RCP, Class IV
280 LF
$205.00
$57,400.00
280
$57,400.00
10
48" RCP, Class IV
93 LF
$235.00
$21,855.00
93
$21,855.00
11
4x3 Box Culvert
681 LF
$305.00
$207,705.00
681
$207,705.00
12
10' Curb Inlet
27 EA
$3,800.00
$102,600.00
27
$102,600.00
13
15' Curb hilet
2 EA
$4,800.00
$9,600.00
2
$9,600.00
14
Remove 6' Drop Inlet
1 EA
$2,500.00
$2,500.00
1
$2,500.00
15
4' Storm Junction Box
3 EA
$6,000.00
$18,000.00
3
$18,000.00
16
5' Storm Junction Box
3 EA
$7,000.00
$21,000.00
3
$21,000.00
17
Large Stone Type "A" Dry Rip Rap (12" Deep)
53 SY
$145.00
$7,685.00
53
$7,685.00
18
Concrete Collar for Manhole
9 EA
$1,000.00
$9,000.00
9
$9,000.00
19
1 F x 5' Storm Junction Box
1 EA
$16,000.00
$16,000.00
1
$16,000.00
20
11' x 5' Acesss Riser
1 EA
$4,500.00
$4,500.00
1
$4,500.00
21
Remove 4x2 Box Culvert
10 LF
$75.00
$750.00
10
$750.00
22
27" 4:1 Sloped End Headwall
l EA
$3,500.00
$3,500.00
1
$3,500.00
23
42" 4:1 Sloped End Headwall
1 EA
$5,000.00
$5,000.00
1
$5,000.00
24
48" 4:1 Sloped End Headwall
1 EA
$5,500.00
$5,500.00
1
$5,500.00
25
Inlet Protection
29 EA
$150.00
$4,350.00
29
$4,350.00
Sub -Total of
Previous Unit
$713,353.00
$713,353.00
UNIT IV: PAVING IMPROVEMENTS
Item
Description of Items
Estimated Unit
Unit Cost
Estimated
Completed
Completed
No.
Quanity
Total
Quanity
Total
1
6" CONC PVMT
25415 SY
$55.50
410,532.50
25415 1,410,532.50
Thursday, September 11, 2025 Page 2 of 5
City Project Numbers 104796
Contract Name MADERO PHASE 6
Contract Limits
Project Type PAVING
Project Funding
DOE Number 4796
Estimate Number 1
Payment Number 1
For Period Ending 8/27/2025
2
6" LIME TREATMENT
27070 SY
$3.75
$101,512.50
27070
$101,512.50
3
8" LIME TREATMENT
899 SY
$4.50
$4,045.50
899
$4,045.50
4
HYDRATED LIME (32 LBS/SYL
433 TN
$245.00
$106,085.00
433
$106,085.00
5
HYDRATED LIME (42 LBS/SV)
19 TN
$245.00
$4,655.00
19
$4,655.00
6
5" CONE SIDEWALK
3137 SF
$4.80
$15,057.60
3137
$15,057.60
7
TOPSOIL
52 CY
$28.00
$1,456.00
52
$1,456.00
8
BLOCK SOD PLACEMENT
310 SY
$8.00
$2,480.00
310
$2,480.00
9
BARRIER FREE RAMP. TVPE R-1
10 EA
$2,300.00
$23,000.00
10
$23,000.00
10
BARRIER FREE RAMP, TYPE P-1
16 EA
$2,200.00
$35,200.00
16
$35,200.00
11
7.5" CONE PVMT
728 SY
$72.00
$52,416.00
728
$52,416.00
12
REMOVE BARRICADE & CONNECT TO
5 LF
$500.00
$2,500.00
5
$2,500.00
EXISTING PAVEMENT
13
SAWCUT AND CONNECT BY LONGITUDINAL
100 LF
$30.00
$3,000.00
100
$3,000.00
JOINT
14
ALL WAY STOP (R1-1)
13 EA
$450.00
$5,850.00
13
$5,850.00
15
STREET NAME BLADE PAIR (D3-1)
13 EA
$350.00
$4,550.00
13
$4,550.00
16
ALL WAY PLAQUES ON EXISTING STOP SIGN
13 EA
$500.00
$6,500.00
13
$6,500.00
(RI-3P)
17
STREET SIGN POLE
12 EA
$650.00
$7,800.00
12
$7,800.00
- -
Sub -Total of Previous Unit
- - - - - - - - - - - - - - - - -
$1,786,640.10
$1,786,640.10
UNIT V: STREETLIGHTS
Item
Description of Items
Estimated Unit
Unit Cost
Estimated
Completed Completed
No.
Quanity
Total
Quanity
Total
1
2" CONDT PVC SCH 80 (T)
2198 LF
$15.00
$32,970.00
2198
$32,970.00
2
FURNISH/INSTALL GROUND BOX TYPE B
34 EA
$1,050.00
$35,700.00
34
$35,700.00
3
LED LIGHTING FIXTURE (50W)
37 EA
$850.00
$31,450.00
37
$31,450.00
4
INSTALL TYPE 33B ARM
37 EA
$500.00
$18,500.00
37
$18,500.00
5
RDWY ILLUUM ASSEMBLV TY 8,11, D-25 AND
37 EA
$3,000.00
$111,000.00
37
$111,000.00
D-30
6
--------------------------------------
RDWY ILLUM FOUNDATION TY 1,2, AND 4
37 EA
$1,200.00
$44,400.00
37
$44,400.00
Sub-Total of Previous Unit
$274,020.00
$274,020.00
Thursday, September 11, 2025 Page 3 of 5
City Project Numbers 104796
Contract Name MADERO PHASE 6
Contract Limits
Project Type STREETLIGHTS
Project Funding
Contract Information Summary
Original Contract Amount
Change Orders
DOE Number 4796
Estimate Number 1
Payment Number 1
For Period Ending 8/27/2025
$2,774,013.10
Total Contract Price $2,774,013.10
Total Cost of Work Completed $2,774,013.10
Less % Retained $0.00
Net Earned $2,774,013.10
Earned This Period $2,774,013.10
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
$2,774,013.10
Thursday, September 11, 2025 Page 4 of 5
City Project Numbers 104796
Contract Name MADERO PHASE 6
Contract Limits
Project Type STREETLIGHTS
Project Funding
Project Manager NA
Inspectors G.DEYON / H.MONTOYA
Contractor CONATSER CONSTRUCTION TxLP
5327 WICHITA ST
FORT WORTH, TX 76119
DOE Number 4796
Estimate Number 1
Payment Number 1
For Period Ending 8/27/2025
City Secretary Contract Number
Contract Date
Contract Time 180 WD
Days Charged to Date 283 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 $2,774,013.10
Less % Retained $0.00
Net Earned $2,774,013.10
Earned This Period $2,774,013.10
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
$2,774,013.10
Thursday, September 11, 2025 Page 5 of 5
FORTWORTH.
M,
TRANSPORTATION AND PUBLIC WORKS
September 9, 2025
Conatser Construction TX, L.P.
5327 Wichita Street
Fort Worth, TX 76119
RE: Acceptance Letter
Project Name: Madero, Phase 6
Project Type: Water, Sewer, Drainage, Paving & Street Lighting Improvements
City Project No.: 104796
To Whom It May Concern:
On August 4, 2025 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 August 27, 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 August 27, 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-
392-8484.
Sincerely,
_e
Sandip Adhikari, Project Manager
Cc: Hector Montoya, Inspector
Gary Deyon, Inspection Supervisor
Edward Davila, Senior Inspector
Andrew Goodman, Program Manager
LJA Engineering, Inc, Consultant
Conatser Construction TX, L.P., Contractor
Lennar Homes of Texas Land and Construction, LTD, 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:
MADERO PH. 6
WATER, SEWER, DRAINAGE, PAVING
& STREET LIGHT IMPROVEMENTS
CFA PRJ # 23-0162
CITY PROJECT # 104796
CITY OF FORT WORTH
STATE OF TEXAS
CONATSER CONSTRUCTION TX, LP
A4& 11
Brock Hugg
Subscribed and sworn to before me this 11"' day of August, 2025.
S.KATHERINE ROSENotary Public in Tarrant County, Texas
NOTARY PU6L1-TATE OFTEXA133467933
ONM. EXP. Y'1-30-2025
I.
CONSENT OF
SURETY COMPANY
TO FINAL PAYMENT
Conforms with the American Institute of
Architects, AIA Document G707
PROJECT:
(name, addresS)Madero Phase 6
Fort Worth, TX
TO (Owner)
OWNER
❑
ARCHITECT
❑
CONTRACTOR
❑
SURETY
❑
OTHER
LENNAR HOMES OF TEXAS LAND AND
CONSTRUCTION, LTD. AND CITY OF FORT WORTH
1707 Marketplace Blvd., Suite 100
Irving TX 75063
CONTRACTOR: CONATSER CONSTRUCTION TX, L.P.
Bond No 0260235
ARCHITECT'S PROJECT NO: CFA 23-0162
CONTRACT FOR:
Water, Sanitary Sewer, Drainage, Paving, & Street Light Improvements
for Madero Phase 6
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 there 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)
LENNAR HOMES OF TEXAS LAND AND CONSTRUCTION, LTD. AND CITY OF FORT WORTH
1707 Marketplace Blvd., Suite 100
Irving TX 75063 , 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
714
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
zr.
U
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 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.
IN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its
corporate seal hereunto affixed this 2°d day of Mav . 2024 .
Attest: - }} �; A
(Seal) Byf: �l�l a-)o ;y
Philip SN"Velt
Executive Vice President & Secretary
STATE OF CONNE CTICL: T )
) ss:
COUN-11' OF F-URFIELD }
Berkley Insurance Company
By
Je j M�3a�ft r
Senior Vice. President
Sworn to before me, a Notary Public in the State of Connecticut this 2°1 day of May , 2024 , by Philip S_ Welt and
Jeffrey M. Hafter who are sworn to me to be the Executive Vice President and Secretary, and the Senior Vice President
respectively, of Berkley Insurance. Company.
MARIA C. Rt1NDBAKEN - f✓
NMARe Pta11G Notary Public, State. of Connecticut
CONNE =LfT
wC0i„IMIS "DPIRES 04-WZM CERTIFICATE
I, the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY, 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 rescin ded
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. p
Given under my hand and seal of the Company, this LS day of A u c;Sfi
(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:
MADERO PH. 6
WATER, SEWER, DRAINAGE, PAVING
& STREET LIGHT IMPROVEMENTS
CFA PRJ # 23-0162
CITY PROJECT # 104796
CITY OF FORT WORTH
STATE OF TEXAS
CONATSER CONSTRUCTION TX, LP
A4& 11
Brock Hugg
Subscribed and sworn to before me this 11"' day of August, 2025.
S.KATHERINE ROSENotary Public in Tarrant County, Texas
NOTARY PU6L1-TATE OFTEXA133467933
ONM. EXP. Y'1-30-2025
I.
CONSENT OF
SURETY COMPANY
TO FINAL PAYMENT
Conforms with the American Institute of
Architects, AIA Document G707
PROJECT:
(name, addresS)Madero Phase 6
Fort Worth, TX
TO (Owner)
OWNER
❑
ARCHITECT
❑
CONTRACTOR
❑
SURETY
❑
OTHER
LENNAR HOMES OF TEXAS LAND AND
CONSTRUCTION, LTD. AND CITY OF FORT WORTH
1707 Marketplace Blvd., Suite 100
Irving TX 75063
CONTRACTOR: CONATSER CONSTRUCTION TX, L.P.
Bond No 0260235
ARCHITECT'S PROJECT NO: CFA 23-0162
CONTRACT FOR:
Water, Sanitary Sewer, Drainage, Paving, & Street Light Improvements
for Madero Phase 6
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 there 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)
LENNAR HOMES OF TEXAS LAND AND CONSTRUCTION, LTD. AND CITY OF FORT WORTH
1707 Marketplace Blvd., Suite 100
Irving TX 75063 , 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
714
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
zr.
U
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 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.
IN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its
corporate seal hereunto affixed this 2°d day of Mav . 2024 .
Attest: - }} �; A
(Seal) Byf: �l�l a-)o ;y
Philip SN"Velt
Executive Vice President & Secretary
STATE OF CONNE CTICL: T )
) ss:
COUN-11' OF F-URFIELD }
Berkley Insurance Company
By
Je j M�3a�ft r
Senior Vice. President
Sworn to before me, a Notary Public in the State of Connecticut this 2°1 day of May , 2024 , by Philip S_ Welt and
Jeffrey M. Hafter who are sworn to me to be the Executive Vice President and Secretary, and the Senior Vice President
respectively, of Berkley Insurance. Company.
MARIA C. Rt1NDBAKEN - f✓
NMARe Pta11G Notary Public, State. of Connecticut
CONNE =LfT
wC0i„IMIS "DPIRES 04-WZM CERTIFICATE
I, the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY, 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 rescin ded
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. p
Given under my hand and seal of the Company, this LS day of A u c;Sfi
(Seal)
Vincent P. Forte