HomeMy WebLinkAbout061200-FP2 - Construction-Related - Contract - Conatser Construction TX, L.P.-FP2
FORT WO RT H��
City Secretary
Contract No. 61200
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): Water ❑x Sewer ❑x
Original Contract Price:
Amount of Approved Change Order(s):
Revised Contract Amount:
Total Cost of Work Complete:
��
Contractor
Jason Gatewood
$1,536,378.50
$1,536,378.50
09/11/2025
Date
Title
Conatser Construction TX, L.P.
Company Name
Hector ont a ep12,2025072723CDT)
Project Inspector
�
Project Manager
e����
CFA Manager
��,�.,�... i�rt.,..,�..
Lauren Prieur (Sep 15, 202513:57:45 CDT)
TPW Director
��
Asst. City Manager
09/12/2025
Date
09/15/2025
Date
09/15/2025
Date
09/15/2025
Date
09/15/2025
Date
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Page 1 of 2
Notice of Project Completion
Project Name: Madero Phase 6
City Project No.: 104796
City's Attachments
Final Pay Estimate ❑x
Change Order(s): ❑ Yes 0 N/A
Pipe Report: 0 Yes ❑ N/A
Contractor's Attachments
Affidavit of Bills Paid
�
Consent of Surety ��
Statement of Contract Time
Contract Time: 180
Work Start Date: 5/13/2024
Completed number of Soil Lab Test: 983
Completed number of Water Test: 39
Days Charged: 283
Work Complete Date: 8/27/2025
Page 2 of 2
F���r ���Tx
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name MADERO PHASE 6
Contract Limits
Project Type WATER & SEWER
City Project Numbers 104796
DOE Number 4796
Estimate Number 1 Payment Number 1 For Period Ending 8/27/2025
WD
City Secretary Contract Number
Contract Date
Project Manager NA
Contractor CONATSER CONSTRUCTION TxLP
5327 WICHITA ST
FORT WORTH � TX 76119
Inspectors G.DEYON / H.MONTOYA
Contract Time 188JD
Days Charged to Date �g3
Contract is 100.00 Complete
Thursday, September 11, 2025 Page 1 of 5
City Project Numbers 104796
Contract Name MADERO PHASE 6
Contract Limits
Project Type WATER & SEWER
Project Funding
UNTI' I: WATER IMPROVEMENTS
DOE Number 4796
Estimate Number 1
Payment Number 1
For Period Ending 8/27/2025
Item Estimated Estimated Completed Completed
Description of Items Unit Unit Cost
No. Quanity Total Quanity Total
1 TRENCH SAFETY 7736 LF $2.00 $15,472.00 7736 $15,472.00
2 DUCTILE IRON WATER FITTINGS W/ 1.96 TN $9,500.00 $18,620.00 1.96 $18,620.00
RESTRAINT
3 8" WATER PIPE 7365 LF $62.00 $456,630.00 7365 $456,630.00
4 8" DIP WATER CLSM BACKFIL,L 371 LF $82.00 $30,422.00 371 $30,422.00
5 FIRE HYDRANT 14 EA $6,500.00 $91,000.00 14 $91,000.00
6 CONNECTION TO EXISTING 4"-12" WATER 6 EA $2,500.00 $15,000.00 6 $15,000.00
MAIN
7 1" WATER SERVICE 211 EA $1,300.00 $274,300.00 211 $274,300.00
8 8" GATE VALVE 24 EA $2,500.00 $60,000.00 24 $60,000.00
9 8" GATE VALVE (PRESSURE PLANE) 3 EA $2,500.00 $7,500.00 3 $7,500.00
10 20" CASING BV OPEN CUT 20 LF $380.00 $7,600.00 20 $7,600.00
11 1" IRRIGATION SERVICE 2 EA $1,500.00 $3,000.00 2 $3,000.00
12 1.5" IRRIGATION SERVICE 1 EA $2,400.00 $2,400.00 1 $2,400.00
13 4" PVC SCHEDULE 40 SLEEVE 240 LF $20.00 $4,800.00 240 $4,800.00
Sub-TOtal of Previous Unit $986,744.00 $986,744.00
UNIT II: SANITARY SEWER IMPROVEMENTS
Item Estimated Estimated Completed Completed
Description of Items Unit Unit Cost
No. Quanity Total Quanity Total
1 POST-CC1V INSPECTION 4025 LF $3.00 $12,075.00 4025 $12,075.00
2 MANHOLE VACUUM TESTING 16 EA $200.00 $3,200.00 16 $3,200.00
3 MANHOLE ADNSTMENT, MINOR 1 EA $2,500.00 $2,500.00 1 $2,500.00
4 TRENCH SAFETY 4025 LF $2.00 $8,050.00 4025 $8,050.00
5 4" SEWER SERViCE 137 EA $850.00 $116,450.00 137 $116,450.00
6 8" SEWER PIPE - SDR 26 3828 LF $72.00 $275,616.00 3828 $275,616.00
7 8" SEWERPII'E, CSS BACKFILL 197 LF $82.00 $16,154.00 197 $16,154.00
8 4' MANHOLE 16 EA $4,500.00 $72,000.00 16 $72,000.00
9 4' EXTRA DEPTH MANHOLE 58.2 VF $225.00 $13,095.00 58.2 $13,095.00
10 TRENCHWATERSTOPS 3 EA $500.00 $1,500.00 3 $1,500.00
11 EPDXYMANHOLELINER 23.7 VF $485.00 $11,494.50 23.7 $11,494.50
Thursday, September 11, 2025 Page 2 of 5
City Project Numbers 104796
Contract Name MADERO PHASE 6
Contract Limits
Project Type WATER & SEWER
DOE Number 4796
Estimate Number 1
Payment Number 1
For Period Ending 8/27/2025
Project Funding
12 CONNECT TO EXISTING 8" SEWER MAIN
SYSTEM
7 EA $2,500.00 $17,500.00 7 $17,500.00
Sub-Total of Previous Unit �549,634.50 $549,634.50
Thursday, September 11, 2025 Page 3 of 5
City Project Numbers 104796
Contract Name MADERO PHASE 6
Contract Limits
Project Type WATER & SEWER
Project Funding
DOE Number 4796
Estimate Number 1
Payment Number 1
For Period Ending 8/27/2025
Contract Information Summary
Original Contract Amount
$1,536,378.50
Chan�e Orders
Total Contract Price $1,536,378.50
Total Cost of Work Completed $1,536,378.50
Less % Retained $0.00
Net Earned $1,536,378.50
Earned This Period �1,536,378.50
Retainage This Period $0.00
Less Liquidated Damages
Days @ / Day
LessPavement Deficiency
Less Penalty
Less Previous Payment
Plus Material on Hand Less 15%
Balance Due This Payment
$0.00
$0.00
$0.00
$0.00
$0.00
$1,536,378.50
Thursday, September 11, 2025 Page 4 of 5
City Project Numbers 104796
Contract Name MADERO PHASE 6
Contract Limits
Project Type WATER & SEWER
DOE Number 4796
Estimate Number 1
Payment Number 1
For Period Ending 8/27/2025
Project Funding
Project Manager NA
Inspectors G.DEYON / H.MONTOYA
Contractor CONATSER CONSTRUCTION TxLP
5327 WICHITA ST
FORT WORTH � TX 76119
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
Less % Retained
Net Earned
Earned This Period $1,536,378.50
Retainage This Period $0.00
Less Liquidated Damages
� Days @ $0.00 / Day
LessPavement Deficiency
Less Penalty
Less Previous Payment
Plus Material on Hand Less 15%
Balance Due This Payment
$1,536,378.50
$0.00
$1,536,378.50
$0.00
$0.00
$0.00
$0.00
$0.00
$1,536,378.50
Thursday, September 11, 2025 Page 5 of 5
PROJECT NAME:
PROJECT NUMBER:
DOE NUMBER:
PIPE LAID
C900
DIP
CASING
SCHEDULE 40 SLEEVE
FIRE HYDRANTS: 14
PIPE ABANDONED
N/A
DENSITIES:
NEW SERVICES:
PIPE LAID
SDR-26
PIPE ABANDONED
N/A
DENSITIES:
NEW SERVICES:
FORTWORTH
TRANSPORTATION AND PUBLIC WORKS
PIPE REPORT FOR:
MADERO 6
104796
N/A
WATER
SIZE TYPE OF PIPE
8" PVC
8" DIP
20" CASING
4" PVC
SIZE
N/A
1"
1"
1.5"
SIZE
g��
SIZE
N/A
4"
VALVES (16" OR LARGER)
TYPE OF PIPE
N/A
YES,PASSED
WATER SERVICE
IRRIGATION
IRRIGATION
SEWER
TYPE OF PIPE
PVC
TYPE OF PIPE
N/A
YES,PASSED
SEWER SERVICE
TRANSPORTATION AND PUBLIC WORKS
�i�� The City of Fort Worth • 1000 Thxockmoxton Street • Fort Worth, TX 76012-6311
(817) 392 - 7941 • Fax: (817) 392 - 7845
LF
7365
371
20
240
0
LF
N/A
211 EA
2 EA
1 EA
LF
3828
LF
N/A
137 EA
����������
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,
�
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 autharity, 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, DR.AINAGE, PAVING
& STREET LIGHT IMPROVEMENTS
CFA PRJ # 23-0162
CITY PROJECT # 10479G
CITY OF FORT WORTH
STATE OF TEXAS
CONATSER CONSTRUCTION TX, LP
� �
Brock Hugg�
Subscribed and sworn to before me this llth day of August, 2025.
,��AYP KATHERINE ROSE
r � NOTARY PU6L1C, STATE � TEXAS
��P ioa 133467933
��ov'� CONM. EXP. Y�-30-2025
��-'�- u �'� ��-:�
Notary Public in Tarrant County, Texas
.
.
CONSENT QF
SURETY CQMPANY
TQ FINAL PAYMENT
Conforms with the American Institute of
Architects, AfA Document G707
OWNER ❑
ARCHITECT ❑
CONTRACTOR ❑
SURETY ❑
OTHER
Bond No p260235
PROJECT:
(name, address)Madero Phase 6
Fort Worth, TX
TO (�wner)
LENNAR HOMES OF TEXAS LAND AND �
CONSTRUCTION, LTD. AND CITY OF FORT WORTH
ARCHITECT'S PROJECT N0: CFA 23-0162
CONTRACT FOR:
Water, Sanitary Sewer, Drainage, Paving, & Street Light Improvements
for Madero Phase 6
CONTRACT DATE:
1707 Marketplace Blvd., Suite 100
Irving TX 75063
CONTRACTOR: CONATSER CONSTRUCTION TX, L.P.
J
In accordance with the provisions of the Contract between the Owner and the Contractor as indicated a6ove, the
(here insert nama end eddrass of Surety Companyl
SERKLEY lNSURANCE COMPANY
475 Steamboat Road
Greenwich CT 06830 , SURETY COMPANY
on bond of Ihere insen name and address of Contractor)
CONATSER CONSTRUCTION TX, L.P.
5327 Wichita St.
Fort Worth TX 76119-6035
, CONTRACTOR,
hereby approves of the final payinent to the Contractor, and agrees that final payment to the Contractor shall not relieve
the Surety Company of any of its obligations to (here inseft 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, WI�REOF,
the Surety Company has hereunto set its hand this
Attest: /� , „_ _ ,�� �s�
(Seal}: ._l.`� r��
8th day of August, 2025
BERKLEY INSURANCE COMPANY
Surety Company
s�.`� Q��.�. � 7vt .�.--, _ i' f�
Signature of Autho`rized Representati�e
Robbi Mcrales
Title
Attorney-in-Fact
NOTE: This form is to be used as a companion document to AIA DOCUMENT �706, CONTRACTOR'S AFfIDAV17 OF PAYMENT OF DE6T5 AND CLAIMS,
Current Edition
ONEPAGE
�
�
a�
� �
,� . _
� �
� �
� .c
� a�
� �
� y
� �
� �
� �
c v
� �
b v
o i
> �-
� �
•- o
� �
� a
�- o
o ..,
��
u
�
o �
�. �
3 �
o �
a, �
� �
� �
� u
E�— w
. 'i.
-� �
.�
� �
�
� �
o �
�.
o,.�
.� �
� 5
� .�
� �
�
b �
�, ...
��
�
4, �
0 0
q cn
� U
�'=' �s
��
a�
� F
0
� ti
o °�,'
U O
� �
� �
o �
Q. �
�, ..,
�. �
'° o
a�
N G
� �
0
� a�
� �
� �
� _.
T �
QN
�
� o
C7 �
z�
.�
z�
� v
U
��
�
POWER OF ATTORNEY
BERKLEY INSURANCE COMPANY
WILMINGTON, DELAWARE
No. BI-72801
KNOW ALL MEN BY TFiESE 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 Hu�iter;
Robbi Morales; Kel[y A. Westbrook; Tina McEwan; Joshua Saunders; Tonie Petranelc; or Milraela Peppers of Aon Risk
Services Southwest, Inc. of Dallas, TX its true and lawfizl Attorney-in-Fact, to sign its name as surety only as delineated below
and to execute, seal, acknowledge aud 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 (IJ.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 Coinpany at its
principai 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 thereo£ This Power of Attomey 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, witl� 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 attomey executed pursuant hereto; and said officers may remove any such
attorney-in-fact aiid revoke any power of attomey previously granted; and further
RESOLVED, that such power of attomey limits the acts of those named tl�erein to the bonds, undertakings, recognizances,
or other suretyship obligations specifically named therein, and they have no aud�ority 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 flie signature of any autl�orized o�cer 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 o�cer 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 WI'I'NESS WHEREOF, the Compauy 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:
(Seal) By \-C �- �l a�n 7�'-Ty
Philip S�i'elt �
Execative Vice President & 5ecretary
Berkle_y Iusurance Company
By -��
Je Mr��fta
Senior Vice. President
STATE OF C�NNE C?ICL: � )
) ss:
CaL1�T OF Fa�xFrFr.D }
S��orn to Uefore nie, a Natary Public in tfie StaLe of Caanecticut tliis 2°d day of May , 20?4 , by Pbilip S_ Wei# and
3effrey M_ Hafter who axe s��am to n�e to be tl�e Exetutive �Tice President and Secretuy, and the Seni�r Vice President.
respeetively, of Berkle_y Iusurance. Gompauy. �� ��
MARIA C. Rt1NDBAlCfAI - '� /✓
�T� ��� Notary Public, State. of Cannectieut
CONN�TICUT
M1ICOfrIMISS�ON D�IF� 0�30-2� CERTIFIC �TE
I, the undersigned, Assistaut Secretary• af BERKLEY INSURA�C:E COMPAIvY, DO F3EREBY CERTIFY that �e foregoing is a
true, correct and wmplete copy of tF�e original Power of Attorney; that said Power of Attorue.y f�s nat been revoked or rescin ded
and that tlie authority of tlie :S,ttome�•-in-Fact set forth tlierein. �+�ho executed the bond or undertakin� to whicli this Power of
Attorney is attached, is in fiil.t force auc� e$ect as af this date. p�
Given under my� hand aud seal of the C:ompany, this LS day of {� u c;�fi �,-, : ,�
.��; , � d',:.
(Sea1) � � - � �
.t�(f.i .�=--`'>._�'r-
L'incent P. Frnte
AFFIDAVIT
STATE OF TEXAS
COUNTY OF TARRANT
Before me, the undersigned autharity, 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, DR.AINAGE, PAVING
& STREET LIGHT IMPROVEMENTS
CFA PRJ # 23-0162
CITY PROJECT # 10479G
CITY OF FORT WORTH
STATE OF TEXAS
CONATSER CONSTRUCTION TX, LP
� �
Brock Hugg�
Subscribed and sworn to before me this llth day of August, 2025.
,��AYP KATHERINE ROSE
r � NOTARY PU6L1C, STATE � TEXAS
��P ioa 133467933
��ov'� CONM. EXP. Y�-30-2025
��-'�- u �'� ��-:�
Notary Public in Tarrant County, Texas
.
.
CONSENT QF
SURETY CQMPANY
TQ FINAL PAYMENT
Conforms with the American Institute of
Architects, AfA Document G707
OWNER ❑
ARCHITECT ❑
CONTRACTOR ❑
SURETY ❑
OTHER
Bond No p260235
PROJECT:
(name, address)Madero Phase 6
Fort Worth, TX
TO (�wner)
LENNAR HOMES OF TEXAS LAND AND �
CONSTRUCTION, LTD. AND CITY OF FORT WORTH
ARCHITECT'S PROJECT N0: CFA 23-0162
CONTRACT FOR:
Water, Sanitary Sewer, Drainage, Paving, & Street Light Improvements
for Madero Phase 6
CONTRACT DATE:
1707 Marketplace Blvd., Suite 100
Irving TX 75063
CONTRACTOR: CONATSER CONSTRUCTION TX, L.P.
J
In accordance with the provisions of the Contract between the Owner and the Contractor as indicated a6ove, the
(here insert nama end eddrass of Surety Companyl
SERKLEY lNSURANCE COMPANY
475 Steamboat Road
Greenwich CT 06830 , SURETY COMPANY
on bond of Ihere insen name and address of Contractor)
CONATSER CONSTRUCTION TX, L.P.
5327 Wichita St.
Fort Worth TX 76119-6035
, CONTRACTOR,
hereby approves of the final payinent to the Contractor, and agrees that final payment to the Contractor shall not relieve
the Surety Company of any of its obligations to (here inseft 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, WI�REOF,
the Surety Company has hereunto set its hand this
Attest: /� , „_ _ ,�� �s�
(Seal}: ._l.`� r��
8th day of August, 2025
BERKLEY INSURANCE COMPANY
Surety Company
s�.`� Q��.�. � 7vt .�.--, _ i' f�
Signature of Autho`rized Representati�e
Robbi Mcrales
Title
Attorney-in-Fact
NOTE: This form is to be used as a companion document to AIA DOCUMENT �706, CONTRACTOR'S AFfIDAV17 OF PAYMENT OF DE6T5 AND CLAIMS,
Current Edition
ONEPAGE
�
�
a�
� �
,� . _
� �
� �
� .c
� a�
� �
� y
� �
� �
� �
c v
� �
b v
o i
> �-
� �
•- o
� �
� a
�- o
o ..,
��
u
�
o �
�. �
3 �
o �
a, �
� �
� �
� u
E�— w
. 'i.
-� �
.�
� �
�
� �
o �
�.
o,.�
.� �
� 5
� .�
� �
�
b �
�, ...
��
�
4, �
0 0
q cn
� U
�'=' �s
��
a�
� F
0
� ti
o °�,'
U O
� �
� �
o �
Q. �
�, ..,
�. �
'° o
a�
N G
� �
0
� a�
� �
� �
� _.
T �
QN
�
� o
C7 �
z�
.�
z�
� v
U
��
�
POWER OF ATTORNEY
BERKLEY INSURANCE COMPANY
WILMINGTON, DELAWARE
No. BI-72801
KNOW ALL MEN BY TFiESE 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 Hu�iter;
Robbi Morales; Kel[y A. Westbrook; Tina McEwan; Joshua Saunders; Tonie Petranelc; or Milraela Peppers of Aon Risk
Services Southwest, Inc. of Dallas, TX its true and lawfizl Attorney-in-Fact, to sign its name as surety only as delineated below
and to execute, seal, acknowledge aud 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 (IJ.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 Coinpany at its
principai 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 thereo£ This Power of Attomey 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, witl� 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 attomey executed pursuant hereto; and said officers may remove any such
attorney-in-fact aiid revoke any power of attomey previously granted; and further
RESOLVED, that such power of attomey limits the acts of those named tl�erein to the bonds, undertakings, recognizances,
or other suretyship obligations specifically named therein, and they have no aud�ority 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 flie signature of any autl�orized o�cer 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 o�cer 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 WI'I'NESS WHEREOF, the Compauy 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:
(Seal) By \-C �- �l a�n 7�'-Ty
Philip S�i'elt �
Execative Vice President & 5ecretary
Berkle_y Iusurance Company
By -��
Je Mr��fta
Senior Vice. President
STATE OF C�NNE C?ICL: � )
) ss:
CaL1�T OF Fa�xFrFr.D }
S��orn to Uefore nie, a Natary Public in tfie StaLe of Caanecticut tliis 2°d day of May , 20?4 , by Pbilip S_ Wei# and
3effrey M_ Hafter who axe s��am to n�e to be tl�e Exetutive �Tice President and Secretuy, and the Seni�r Vice President.
respeetively, of Berkle_y Iusurance. Gompauy. �� ��
MARIA C. Rt1NDBAlCfAI - '� /✓
�T� ��� Notary Public, State. of Cannectieut
CONN�TICUT
M1ICOfrIMISS�ON D�IF� 0�30-2� CERTIFIC �TE
I, the undersigned, Assistaut Secretary• af BERKLEY INSURA�C:E COMPAIvY, DO F3EREBY CERTIFY that �e foregoing is a
true, correct and wmplete copy of tF�e original Power of Attorney; that said Power of Attorue.y f�s nat been revoked or rescin ded
and that tlie authority of tlie :S,ttome�•-in-Fact set forth tlierein. �+�ho executed the bond or undertakin� to whicli this Power of
Attorney is attached, is in fiil.t force auc� e$ect as af this date. p�
Given under my� hand aud seal of the C:ompany, this LS day of {� u c;�fi �,-, : ,�
.��; , � d',:.
(Sea1) � � - � �
.t�(f.i .�=--`'>._�'r-
L'incent P. Frnte