Loading...
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