HomeMy WebLinkAbout062855-FP3 - Construction-Related - Contract - Conatser Construction TX, L.P.City Secretary
Contract No.
FORTWORTH�
Date Received
NOTICE OF PROJECT COMPLETION
(Developer Projects)
��5��
62855
1/16/2026
-FP3
The Transportation and Public Works Department upon the recommendation of the Project
Manager has accepted the following project as complete:
Project Name: Walsh Ranch - Planning Area 5B - PASB
City Project No.: 105440
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
Manager
Title
Conatser Construction TX, L.P
Company Name
Tvr e Levv _ fan 14, 20 62 Oh3L20 CST)
Project Inspector
�
Project Manager
_��
CFA Manager
�°�•��
I auren Prieur (Jan 16,707617:15:78 CST)
TPW Director
O1/14/2026
Date
O1/14/2026
Date
O1/15/2026
Date
O1/16/2026
Date
O1/16/2026
Date
$1,194,159.00
$7,000.00
$1,201,159.00
$1,201,159.00
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Page 1 of 2
Notice of Project Completion
Project Name: Walsh Ranch - Planning Area 5B - PA5B
City Project No.: 105440
City's Attachments
Final Pay Estimate 0
Change Order(s): 0 Yes ❑ N/A
Pipe Report: 0 Yes ❑ N/A
Contractor's Attachments
Affidavit of Bills Paid 1�'�i
Consent of Surety �
Statement of Contract Time
Contract Time: 200 WD Days Charged: 141 WD
Work Start Date: 3/25/2025 Work Complete Date: 11/5/2025
Completed number of Soil Lab Test: 659
Completed number of Water Test: 33
Page 2 of 2
F��� �o��x
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name WALSH RANCH-QUAIL VALLEY- PLANNING AREA SB -(PASB)
Contract Limits
Project Type WATER & SEWER
City Project Numbers 105440
DOE Number 5440
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 761 19
Inspectors T. GARDNER / T. BARKER
Contract Time
Days Charged to Date
Contract is 100.00
1 /1 /2001
WD
20bUD
141
Complete
Tuesday, November 11, 2025 Page 1 of 5
City Project Numbers 105440 DOE Number 5440
Contract Name WALSH RANCH-QUAIL VALLEY- PLANNING AREA SB -(PASB) Estimate Number 1
Contract Limits Payment Number 1
Project Type WATER & SEWER For Period Ending 1/1/2001
Project Funding
UNIT I: WATER IMPROVEMENTS
Item Description of items Estimated Unit
No. Quanity
1 4"-12" PRESSURE PLUG 1 EA
2 TRENCH SAFETY 5180 LF
3 20" CASING BY OPEN CUT 20 LF
4 8" WATER CARRIER PIPE 20 LF
5 DUCTILE IRON WATER FITTINGS W/ 2.7 TN
RESTRAINT
6 6" WATER PIPE 160 LF
7 R" DIP WATER 450 LF
8 8" DIP WATER, CLSM BACKFILL 80 LF
9 8" PVC WATER PIPE 4470 LF
10 FIRE HYDRANT 3 EA
11 CONNCETION TO EXISTING 4"-12" WATER 2 EA
MAIN
Unit Cost Estimated Completed Completed
Total Quanity Total
$1,500.00 $1,500.00 1 $1,500.00
$2.00 $10,360.00 5180 $10,360.00
$380.00 $7,600.00 20 $7,600.00
$ ] 00.00 $2,000.00 20 $2,000.00
$9,500.00 $25,650.00 2.7 $25,650.00
$58.00 $9,280.00
$72.00 $32,400.00
$92.00 $7,360.00
$62.00 �277,140.00
$6,500.00 $19,500.00
$2,500.00 $5,000.00
160 $9,280.00
450 $32,400.00
80 $7,360.00
4470 $277,140.00
3 $19,500.00
2 $5,000.00
12 1" WATER SERVICE 101 EA $1,400.00 �141,400.00 101 $141,400.00
13 6" GATE VALVE 1 EA $1,800.00 $1,800.00 1 $1,800.00
14 8" GATE VALVE 18 EA $2,500.00 $45,000.00 18 $45,000.00
15 12" 115 PSI FLEXIBLE ENCASING PIPE 48 LF $80.00 $3,840.00 48 $3,840.00
16 WATER SAMPING STATION 1 EA $4,500.00 $4,500.00 1 $4,500.00
17 1" IRRIGATION SERVICE 2 EA $1,400.00 $2,800.00 2 $2,800.00
18 2" IRRIGATION SERViCE 1 EA $4,200.00 $4,200.00 1 $4,200.00
Sub-Total of Previous Unit �601,330.00 $601,330.00
UNIT II: SANTI'ARY IMPROVEMENTS
Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed
No. Quanity Total Quanity Total
1 POST-CCTVINSPECTION 3338 LF $3.00 $10,014.00 3338 $10,014.00
2 MANHOLE VACUUM TESTING 33 EA $200.00 $6,600.00 33 $6,600.00
3 TRENCH SAFETY 3338 LF $2.00 $6,676.00 3338 $6,676.00
4 4' SEWER SERVICE 84 EA $950.00 $79,800.00 84 $79,800.00
5 8" SEWER PIPE 3198 LF $78.00 �249,444.00 3198 $249,444.00
6 8" SEWER PIPE, CSS BACKFILL 140 LF $98.00 $13,720.00 140 $L3,720.00
7 EPDXY MANHOLE LINER 105 VF $485.00 $50,925.00 105 $50,925.00
Tuesday, November 11, 2025 Page 2 of 5
City Project Numbers 105440 DOE Number 5440
Contract Name WALSH RANCH-QUAIL VALLEY- PLANNING AREA SB -(PASB) Estimate Number 1
Contract Limits Payment Number 1
Project Type WATER & SEWER For Period Ending 11/5/2025
Project Funding
8 4' MANHOLE 30 EA $4,500.00 �135,000.00 30 $135,000.00
9 4'DROPMANHOLE 3 EA $6,500.00 $19,500.00 3 $19,500.00
10 4' EXTRA DEPTH MANHOLE ll 8 VF $225.00 $26,550.00 118 $26,550.00
11 12" 150 PSIENCASING PIPE 20 LF $80.00 $1,600.00 20 $1,600.00
Sub-Total of Previous Unit �599,s29.00 $599,s29.00
Tuesday, November 11, 2025 Page 3 of 5
City Project Numbers 105440 DOE Number 5440
Contract Name WALSH RANCH-QUAIL VALLEY- PLANNING AREA SB -(PASB) Estimate Number 1
Contract Limits Payment Number 1
Project Type WATER & SEWER For Period Ending 11/5/2025
Project Funding
Contract Information Summary
Original Contract Amount
$1,194,159.00
Change Orders
Change Order Number 1
��,000.00
Total Contract Price $1,201,159.00
Total Cost of Work Completed $1,201,159.00
Less % Retained $0.00
Net Earned $1,201,159.00
Earned This Period �1,201,159.00
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
$1,201, L 59.00
Tuesday, November 11, 2025 Page 4 of 5
City Project Numbers 105440 DOE Number 5440
Contract Name WALSH RANCH-QUAIL VALLEY- PLANNING AREA SB -(PASB) Estimate Number 1
Contract Limits Payment Number 1
Project Type WATER & SEWER For Period Ending 11/5/2025
Project Funding
Project Manager NA
Inspectors T. GARDNER / T. BARKER
Contractor CONATSER CONSTRUCTION TxLP
5327 WICHITA ST
FORT WORTH � TX 761 I 9
City Secretary Contract Number
Contract Date
Contract Time 200 WD
Days Charged to Date 141 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 $1,201,159.00
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
$1,201,159.00
$0.00
$1,201,159.00
$0.00
$0.00
$0.00
$0.00
$0.00
$1,201,159.00
Tuesday, November 11, 2025 Page 5 of 5
Docusign EnvelopelD:4B1A88D]-50]4468G9D2B-A5F94FF2]393
DEVELOPER-AWARDED-PROJECT CHANGE ORDER
IPROJECTNAME: WalshRanch-QuailValley-PlanningArea56-(PA56)
�CONTRACT: Water, Sewer, Drainape, & Pavinq Impmvements
I CFA # 24-0107 I
ICITYPROJECT# 105440
ICITYSECRETARYCONTRACT# 62855
IFID # 30114-0200431-105440-E07685
I X # X-28104
I FI LE # W 3036
INSPECTOR: Ty BBfkBI'
PROJECT MANAGER: MOS8d8ge MOh8lllllldeell
WATER
DeVelopef Cost City Cos[
IORIGINALCONTRACT $594,330.00 $0.00
IEXTRAS TO DATE $0.00 $0.00
ICREDITS TO DATE $0.00 $0.00
ICONTRACT TO �ATE $594,330.00 $0.00
IAMOUNT OF PROP. CHANGE ORDER $7,000.00 $0.00
I�UTAL REVIS`E���UNTRACT AMOUNT $607,330.00 $0.00
IPER UNIT $601,330.00
IREVISED COST SHARE Dev. Cost:
I TOTAL REVISED CONTRACT
Phone No:
Phone No:
SEWER
Developer Cos[ City Cos[
$599,629.00 I $0.00
$0.00 I $0.00
$0.00 I $0.00
$599,829.00 I $0.00
$0.00 I $0.00
$599,829.00 I $0.00
$599,829.00
$2,731,503.50
CITY PARTICIPATION:I
(817)992-3991
(817)392-2443
CONTRACT 11NIT
DRAINAGE
Developer Cost City Cast
$221,670.00 $0.00
$0.00 $0.00
$0.00 $0.00
$227,670.00 $0.00
$0.00 $0.00
$221,670.00 $0.00
$221,670.00
City Cost:
$2,731,503.50
REVIEWED
By Mosadage Mohammdeen at 1:26 pm, May 06, 2025
NO
�
CHANGE ORDER No:
�
� �
�
I
I
PAVING
Developer Cos[ C
$1,308,674.50 I
$0.00 I
$0.00 I
$1,308,674.50 I
$0.00 I
$1,308,674.50 I
$1,308,674.50
STREET LIGHTS
Cos[ Develaper Cost City Cost
.00 $0.00 $0.00
.00 $0.00 $0.00
.00 $0.00 $0.00
.00 $0.00 $0.00
.00 $0.00 $0.00
.00 $0.00 $0.00
$0.00
$0.00
WORKING DAYS
200
200
0
200
Revised: 12-17-2018 Page 1
Docusign EnvelopelD:4B1A88D]-50]4-068G9D2B-A5F94FF2]393
You are directed to make Ihe following changes m Ihe contract documents:
�
PAV ITEM #
New 17"
New 18'
�
�
�
�
REASONS FOR CHANGE ORDER
CITY BID ITEM # QUANTITV
3312.2003 2.00
3312.2203 1.00
1. Added Irrigation Meters
Asterisk (') indicates New Pay Item
UNIT
EA
EA
UNIT I: WATER IMPROVEMENTS
ITEM DESCRIPTION CFW Uni� Pnce
3312.2003 7" IrrjAation Service
3312.2203 2" Irrigation Service
TOTAL UNIT I: WATER IMPROVEMENTS
UNITPRICE DeveloperCost
$1,400.00 $2.800.00
$4,200.00 $4,200.00
$7.000.00
City Cost
$0.0(1
$0.00
$0.00
TOTAL
$2,800.00
$4,200.00
7 000.00
Revised: 12-17-2018 Page 2
Docusign EnvelopelD:4B1A88D]-50]4-068G9D2B-A5F94FF2]393
RECOMMENDED:
Hw(4Zollars, lnc.
BY✓�v r� ..
�sa,eA<rss„A<oi
Name: Jordan V. Marlia, P.E.
Title: Sr. Associate
RECOMMENDED:
CFW - *Contrect Compliance Manaqer
ByVwSbpar�t, Mb�.A+MHtAA�,N,
C �rsaao
Name: Mosadaqe Mohammdeen, P.E.
Title: Proiect Manaqer
M&C Number:
M&C Date Approved:
Date:S/6/2025
Date:S/6/2025
N/A
N/A
APPROVED:
Quai� V�Iger �evco V, LLC
�� ��
Name: Seth Caroenter
TiHe: Senior Vice Presidenl
ATTEST
By: Not Applicable
Name: Jannette S. Goodall
Title: QtV Secretary
REVIEWED
By Mosadage Mohammdeen at 1:26 pm, May O6, T025
APPROVED:
Con�o 1gg C�n�,sirudion TX, L.P.
Date:S/5/2025 ��1� Da[e:5/6/2025
Name: Brock Huqqins
Title: Presldent
* Con[ract Compliance Manager (Project Manager):
By signing I acknowledge lhat I am the person responsible
for the monitoring and administration of this contract,
Da[e: and ensuring all performance and reporting requirements.
� There are NO City wnds associated with this Contract
❑ There are City Funds associated with ihis Contrect
Revised: 12-17-2018 Page 3
FO RT WO RT H
TRANSPORTATION AND PUBLIC WORKS
PIPE REPORT FOR:
PROJECT NAME: Walsh Ranch PASB
CITY PROJECT NUMBER: 105440
� WATER
PIPE LAID SIZE TYPE OF PIPE
8" WATER 8" Carrier Pipe
6" WATER 6" PVC
8" DIP 8" DIP
8" WATER 8" PVC
FIRE HYDRANTS: 3 EA
PiPE ABANDONED
SIZE
VALVES (16" OR LARGER)
TYPE OF PIPE
DENSITIES:
NEW SERVICES:
�
PIPE LAID
8" SEWER
PIPE ABANDONED
DENSTTIES:
NEW SERVICES:
SIZE
g„
SIZE
ALL PASSED
SEWER
TYPE OF PIPE
PVC
TYPE OF PIPE
ALL PASSED
LF
20
160
530
4470
N/A
LF
LF
LF
3,338
TRt1NSPORTIITION 1�ND PUBLIC WORKS
The CitS� of Tort Worth • 1000 Throckmorton Stteet • Fort Worth, TX 76012-6311
(817) 392 - 7941 • Fax: (817) 392 - 7845
F�R'� ��RTHo
.�—�
TRANSPORTATION AND PUBLIC WORKS
November 4, 2025
Conatser Construction TX,L.P
5327 Wichita St.
Fort Worth, Tx. 76119
RE: Acceptance Letter
Project Name: Walsh Ranch - Planning Area 5B - PASB
Project Type: Water & Sewer Improvements
City Project No.: 105440
To Whom It May Concern:
On November 7, 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 November 7,
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
Mosadage.Mohammdeen@fortworthtexas.gov.
Sincerely,
�
Mosadage Mohammdeen, Project Manager
Cc: Tyrece Lewis, Inspector
Troy Gardner, Inspection Supervisor
Charles Hayes, Senior Inspector
Andrew Goodman, Program Manager
Huitt-Zollars, Inc, Consultant
Conatser Construction TX,L.P, Contractor
Republic Property Group, Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Rev. 08/20/19
AFFIDAVIT
STATE OF TF;XAS
COUNTY OF TARRANT
Before me, the undersigned authority, a Notary Public in the state and county aforesaid,
on this day pe�rsonally 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 m�aterials have been paid in full;
Th��t the wage scale established by the City Council in the City of Fort Worth, has
been paid in fi�ll; and
Th;�t there are no claims pending for personal injury and/or property damages;
On Contract described as:
WALSH RANCH PLANNING AREA 5B
WATER, SANITARY SEWER, DRAINAGE,
PAVING & STREET LIGHT IMPRUVEMENTS
CFA PRJ #1�-0108
CITY PROJECT # 105440
CITY OF FORT WORTH
STATE OF TEXAS
CONATSER CONSTRUCTION TX, LP
.
Brock Huggins
Subscribed and sworn to before me this 7t�' day of November, 2025.
,��rP� KATHERINE ROSE ��'`'-' �" —`� ��./LJ �3`�—�'
Z � N�TARYPUBLIC,STATEOFTEXAS Notary Public in Tarrant County, Texas
m,,�p ion '( 33467933
��oFt�'+ COMM.EXP. '1-1-30-2025
L �
0
` CONSENT OF
SURETY COIVIPANY
TO FINAL PAYMIENT
Conforms with the American tnstitute of
Architects, AfA Documeat G707
OWNER ❑
ARCHITECT ❑
CONTRACTOR ❑
SURETY ❑
OTHER
L: •Z7Ti •1►L•TiY•I:�iY�
PROJECT:
{name, Bdd�Bss�walsh Ranch - Quaii Vailey - Planning Area 5B
Fort Worth. TX
TO (Owner)
QUAIL VALLEY DEVCO V, LLC AND THE CITY OF �
FORT WOF;TH
400 S. Record Street, Suite 1200
Dallas TX 75202 J
CONTRACTOR: CONA'fSER CONSTRUCTION TX, L.P.
ARCHITECT'S PROJECT NO: CFA24-0108
CONTRACT FOR:
Water, Sanitary Sewer, Drainage, & Pavin -Improvements for Walsh
Ranch - Quai1 Val4ey - Planning Area 5B -�PA5B)
CONTRACT DATE:
In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the
(here insert name end eddress of Surety Companyl
BERKLEY lNSURANCE Ca�MPANY
475 Steamboat Road
Greenwich CT D6830 , SUREiY COMPANY
on bond of Ihere insert nam�3 and address of Contractor>
CONATSER CONSTRUCTION TX, L.P.
5327 Wichita St.
Fort Worth TX 76119-6035
, CONTRACTOR,
hereby appmves of the fiinal payment to the Contractor, and agrees that final payment to the Contractor shall nat relieve
the Surety Company of any of its obligations to Shere insert name and address of Ow�erl
QUAIL VALLEY DEVCO V, LLC AND THE CITY OF FORT WORTH
400 S. Record Street, Suite 12Q0
Dallas TX 75202 , QWNER,
as set forth in the said Su�rety Company's bond.
IN WITNESS, WHEREC>F,
the Surety Company has ]hereunto set its hand this
Attest: ,�c.�,�.,�
(Seal): �.�'
6th day of November, 2025
BERKLEY INSURANCE COMPANY
Surety Company
�a �G[�.�_'�a2r�� � � �/
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 Editian
ONE PAGE
�
�
a�
� x
b ._
� �
� �
�. �
�.
� u
� �
� �
�
�
�
a� =
� J
a �
-b U
O J
> �
� �
-- c
�� �
� �:
c c
0
�
� u
w °
o w
�
; c
� C
Q, o
� �
� w
. 'i.
a�i >
�
� �
�
�
O bA
Q- . �
� �
. �.
�, r
a�i '
� .�
U �"'
a
b �
� .�
� �
w �
o �,
o �
_ �
��
�
� �
� F"
0
� �
o �
U O
a �
b �
o ,,
a �
� ._
�. �
� o
N•� O
o �
� '
J y
� �
�
� �
Q �
�
I o
C7 �
7. �
Z ��
� �
� U
� '�
POWER OF ATTORNEY
BERKLEY INSURANCE COMPANY
WILMINGTON, DELAWARE
No. BI-72801
KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (tl�e "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�:rer;
Robbi Morales; Ke1ly A. Westbr00%; Tina McEwan; Joshua Saunders; Tonie Petranek; or Mi/caela Peppers of Aon Risk
Services Southwest, Inc. nf 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 t:hat no single obligation shall exceed Fifty Million and 00/100 U.S. Dallars (U.S.$50,000,000.00), to the
same extent as if sucti bonds had been duly executed and acknowledged by the regularly elected o�cers of the Company at its
principal offtce in their own proper persons.
This Power of Attome;y shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware,
witl�out giving effect to the principles of conflicts of laws thereo£ This Power af Attomey is granted pursuant to the foLlowiiig
resolutions which wer�e duly and validly adopted at a meeting of the Board of Direct�rs 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 Cornpany, in conjunction with the Secretary or any Assistant
Secretary are hereby authorized to execute powers of attorney authorizing and qualifying tl�e attorney-in-fact named thereiu
to execute bonds, uadertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the
corporate seal of tr�e Company to powers of attomey executed pursuant hereto; and said officers may remove any such
attomey-in-fact and 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 authority to bind the Company except in the
manner and to the e:Ktent 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 1.he 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
otlier suretyship obligatian of the Coinpany; and such signature and seal wl�en so used shall l�ave the same force and effect as
though manually affixed. The Company may continue to use for tl�e purposes herein stated the facsimile signature of any
person or persons who sl�all have been such officer or officers of the Company, notwithstanding the fact that they inay have
ceased to be such at the time when such instruments shall be issued.
IN WIT'NESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its
corporate seal hereunta affixed this 2"d day of MaV , 2024 .
Artesc:
(seai) sy —�' ..1i� }�'�`;
Philip S: � elt �
Executive Vice President & Secretary
STA?E OF CdNNECTICL;? }
} ss:
C�L-1TI' �OF F_4II'iFIELD )
Berkley Iusurance Compauy
sy —� U
Je M�
Senior Vice. President
Sworn to before me_ a Notary Public. in the Statc of Connecticut_ tlus 2°d day of May' 2024 , by Philip S. Welt aud
3effrey M. HaRes vvho are s��om to me to be tLe Executive `Tice President and Secretary, and the Senior Vice President,
respectively, of Berkle_y Tustuance Compa�ry. �
MARIAC. Rl1ND81�T1 � /' /'� �',�,�.-} � � �li.r..
�T"� p�� Notary Public, State of Connecticiit
(ANNB:itGUT
II�KCOA�IMlSSION E�IFi�S O4-30-Q02Q CERI�TCATE
I, the �uadersigned, Assistant Secretary- of BERKLEY INSURANCE COMPriNY, DO HEREBY CERTIF'Y that tlie foregoing is a
true, correct and couiplete copy of the original Power of Attorney; that said Power of Attome.y has not been re��oked or rescin ded
and tllat tlie authonty of tl�e At�amey-in-Fact set foitii tlierein, a�ho executed the boud or undertaking to whicli this Power of
Attarney is attached, is in fiill force aud effect as af this date_
Given und�r my band and seal of the C;ompany, this � day of � � V��b �ar, ._ ,-�-� �+'�
(Sea�) . . ., y�. �ii�' } --. 1_ ,..- .,�
Vincent P. Forte
.�
i
CONSENT OF
SURETY COMPA,NY
TO FINAL PAYMENT
Conforms with the Americ:an tnstitute af
Architects, AIA Document; G707
OWNER ❑
ARCHITECT ❑
CONTRACTOR ❑
SURETY ❑
OTHER
Bond No a266023
PROJECT:
(nBmB, eddreSSjWalsh I�anch - Quail Valley - Planning Area 5B
Fort V1lorth, TX
TO (Owner)
QUAIL VAL.tEY DEVCO V, LLC AND THE CITY OF �
FORT WORTH
400 S. Rea�rd Street, Suite 1200
Dallas TX 75202 J
C�NTRAC7'OR: CONATSER CONSTRUCTION TX, L.P.
ARCHITECT'S PROJECT N0: CFA24-a108
CONTRACT FOR:
Street Lighting Improvements for Walsh Ranch - Quail Valley Planning
Area SB - (PA56)
CONTRACT DATE:
In accordance with the p�-ovisions of the Contract between the Owner and the Contractor as indicated above, the
(here insert nema end address of :iurety Companyy
BERKLEY INSURANCE COMPANY
475 Steamboat Road
Greenwich CT o6830 , SURETY COMPANY
on bond of lhere insert neme and address of Contractor►
CONATSER CONSTRUCTION TX, L.P.
5327 Wichita St.
Fort Worth TX 76119-6035
, CONTRACTOR,
hereby appraves 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 nama and address of Owner)
QUAIL VALLEY DEVCO V, LLC AND THE CITY OF FORT WORTH
400 S. Record Street, Suite 1200
Dallas TX 75202 , 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); ��;,�w�w�.� r�t..�.--
6th day of November, 2025
BERKLEY INSURANCE COMPANY
Surety Cornpany
L � �-lLl. ` `�7.� .A-, �, / , e �
Signature of Authorized Representative
Robbi Moraies
Title
Attorney-in-Fact
NOTE: This iorm is to be used as a companion document to AIA DOCUMENT G706, CQNTRAC70R'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS,
Current Edition
ONE PAGE
�
� �
� .�
� U
� �
� �
� .c
� �
� �
� �
�
� �
� �
C U
� �
-� U
O n�
� L
� �
.� O
r7l '�
� c
o �
Y y
r �
w "
o �
�. �
a� _
o�
a. �
� �-
�
� U
� "' 4�
. 's:
ti �
Y '
� �
� r
o �r,
p..�
� �
'� �
� 3
�
� .c
� �
0
�n
� -
� �
� �
w �
o �
�
o x
'i;, U
�d '."�,
� �
°�,' �
� �
0
� :�
o �
'�„a 'J,
U
�
'O
O �
r, �
�, . �
'ti c
�
G
o �
� �
� _
a, �
Q �
i o
� U
z�
�
zY
,.,/ U
� U
r ^
POWER OF ATTORNEY
BERKLEY INSURANCE COMPANY
WILMINGTON, DELAWARE
No. BI-72801
KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly
organized and existing; under tl�e ]aws 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: Ricarda J. Reyna; Don E. Cornell; Sophinie Hur:ter;
Robbi Morales; Kelly �4. Westbroolc; Tina McEwan; Joshua Saunders; Tonie Petranek; or Milcaela Peppers of Aon Risk
Services Souihwest, Ina of Dallas, TX its true and lawful Attonley-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 00l100 U.S. Dollars (U.S.$50,000,000.00), to the
same extent as if such bonds had been duly executed aud acknowledged by the regularly elected officers of the Company at its
principal o�ce in their own proper persons.
This Power of Attorne;y 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 tliereof. This Power of Attomey is granted pursuant to the following
resolutions which were duiy 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
Execurive Officer, :President or any Vice President of the Company, in conjunction with the Secretary or any Assistant
Secretary are hereb�✓ authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein
to execute bonds, unciertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the
corporate seal of t��e Campany to powers of attomey executed pursuant hereto; and said officers may remove any such
attoniey-in-fact av d revol<e any power of attorney previously granted; aud further
itESOLVEA, that ;;uch power of attomey linnits the acts of those named therein to the bonds, undertakings, recognizauces,
or other suretyship obligations specifically nained therein, and they have no authority to bind the Company except in the
manner and to the e:�tent therein stated; and fiuther
RESOLVED, tliat such power of attorney revokes all previous powers issued on bel�alf of tl�e attoniey-in-fact nacned; and
further
RESOLVED, that f:he signature of any authorized o�cer and the seal of the Company may be affixed by facsimile to any
power of attomey 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 manuatly af.fixed. 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 die Company, notwithstanding the fact that they may have
ceased to be such at the time when such instruments shall be issued.
IN WITNESS WFiEREOF, the Coinpany has caused these presents to be signed and attested by its appropriate ofiicers and its
corporate seal hereunto affixed tlus 2"d day of Mav , 2024 .
Atl;esi:
(Seal) By `.�'i: ����� .�t� �'`�y
Philip S::'�� elt
Exeeuiive Vice President & Secretary
Berkley Iusurauce Company
B� � 1 �
7e Mr��'i�aft�r �
Senior Vice.Presideni
S'I:�TE OF C.ONNECI'ICi:i )
3 SS:
C:OL�-II' ��F F�iIRFIELD )
5�uorn to before me, a Notary Public in the State of Cannecticut, this 2°d day af Mav . 2024 , by Philip S. Weit aud
Jef&ey M_ Hafter v;ho are sn�om to me to be fl}e Execuhre. �'ice Presiden# and Secretary, and the Senior Vice President_
respectn e1y, of B erkle_y �susance. Coaipauy. �
r.�
MARIA C. RLMQBAlC�AI �/% 1,,,t ,ZI,GQ -' � i_ � i/t ir--
�T�'P�� Notary Public, State of Connecticut
OONN�JiTCUT
f�K00MMISSION E'9�U� 0+6,3ti-2D2� CERTIFTCATE
I, the undersigned, Assistant Secre.t�vy of BERKLEY INS[JRANC:E COMPANY, DO HEREBY CERTIFY that �e foregoing is a
true, correc.t and complete copy of tbe original Power of Attorney; that said Power of Attoruey }ias not been re��oked orrescinded
and d�at the authori�}� of tlze 4ttorney�-in-Fact set £ortii tlierein, ��ho executed the boud or vndertaking to whicla tliis Power of
At#orney is attached, is in full force aud eifect as of tlxis date.
Given undar my }�and aud seal of the Conipany, this � day of N u�l e-u� b-e.�. :.. ,�� ��
(Seal} • � �fi'; -
! `y�;�.{,,, .� .-�..—.�}� •r-...
Vincent P_ Force
AFFIDAVIT
STATE OF TF;XAS
COUNTY OF TARRANT
Before me, the undersigned authority, a Notary Public in the state and county aforesaid,
on this day pe�rsonally 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 m�aterials have been paid in full;
Th��t the wage scale established by the City Council in the City of Fort Worth, has
been paid in fi�ll; and
Th;�t there are no claims pending for personal injury and/or property damages;
On Contract described as:
WALSH RANCH PLANNING AREA 5B
WATER, SANITARY SEWER, DRAINAGE,
PAVING & STREET LIGHT IMPRUVEMENTS
CFA PRJ #1�-0108
CITY PROJECT # 105440
CITY OF FORT WORTH
STATE OF TEXAS
CONATSER CONSTRUCTION TX, LP
.
Brock Huggins
Subscribed and sworn to before me this 7t�' day of November, 2025.
,��rP� KATHERINE ROSE ��'`'-' �" —`� ��./LJ �3`�—�'
Z � N�TARYPUBLIC,STATEOFTEXAS Notary Public in Tarrant County, Texas
m,,�p ion '( 33467933
��oFt�'+ COMM.EXP. '1-1-30-2025
L �
0
` CONSENT OF
SURETY COIVIPANY
TO FINAL PAYMIENT
Conforms with the American tnstitute of
Architects, AfA Documeat G707
OWNER ❑
ARCHITECT ❑
CONTRACTOR ❑
SURETY ❑
OTHER
L: •Z7Ti •1►L•TiY•I:�iY�
PROJECT:
{name, Bdd�Bss�walsh Ranch - Quaii Vailey - Planning Area 5B
Fort Worth. TX
TO (Owner)
QUAIL VALLEY DEVCO V, LLC AND THE CITY OF �
FORT WOF;TH
400 S. Record Street, Suite 1200
Dallas TX 75202 J
CONTRACTOR: CONA'fSER CONSTRUCTION TX, L.P.
ARCHITECT'S PROJECT NO: CFA24-0108
CONTRACT FOR:
Water, Sanitary Sewer, Drainage, & Pavin -Improvements for Walsh
Ranch - Quai1 Val4ey - Planning Area 5B -�PA5B)
CONTRACT DATE:
In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the
(here insert name end eddress of Surety Companyl
BERKLEY lNSURANCE Ca�MPANY
475 Steamboat Road
Greenwich CT D6830 , SUREiY COMPANY
on bond of Ihere insert nam�3 and address of Contractor>
CONATSER CONSTRUCTION TX, L.P.
5327 Wichita St.
Fort Worth TX 76119-6035
, CONTRACTOR,
hereby appmves of the fiinal payment to the Contractor, and agrees that final payment to the Contractor shall nat relieve
the Surety Company of any of its obligations to Shere insert name and address of Ow�erl
QUAIL VALLEY DEVCO V, LLC AND THE CITY OF FORT WORTH
400 S. Record Street, Suite 12Q0
Dallas TX 75202 , QWNER,
as set forth in the said Su�rety Company's bond.
IN WITNESS, WHEREC>F,
the Surety Company has ]hereunto set its hand this
Attest: ,�c.�,�.,�
(Seal): �.�'
6th day of November, 2025
BERKLEY INSURANCE COMPANY
Surety Company
�a �G[�.�_'�a2r�� � � �/
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 Editian
ONE PAGE
�
�
a�
� x
b ._
� �
� �
�. �
�.
� u
� �
� �
�
�
�
a� =
� J
a �
-b U
O J
> �
� �
-- c
�� �
� �:
c c
0
�
� u
w °
o w
�
; c
� C
Q, o
� �
� w
. 'i.
a�i >
�
� �
�
�
O bA
Q- . �
� �
. �.
�, r
a�i '
� .�
U �"'
a
b �
� .�
� �
w �
o �,
o �
_ �
��
�
� �
� F"
0
� �
o �
U O
a �
b �
o ,,
a �
� ._
�. �
� o
N•� O
o �
� '
J y
� �
�
� �
Q �
�
I o
C7 �
7. �
Z ��
� �
� U
� '�
POWER OF ATTORNEY
BERKLEY INSURANCE COMPANY
WILMINGTON, DELAWARE
No. BI-72801
KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (tl�e "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�:rer;
Robbi Morales; Ke1ly A. Westbr00%; Tina McEwan; Joshua Saunders; Tonie Petranek; or Mi/caela Peppers of Aon Risk
Services Southwest, Inc. nf 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 t:hat no single obligation shall exceed Fifty Million and 00/100 U.S. Dallars (U.S.$50,000,000.00), to the
same extent as if sucti bonds had been duly executed and acknowledged by the regularly elected o�cers of the Company at its
principal offtce in their own proper persons.
This Power of Attome;y shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware,
witl�out giving effect to the principles of conflicts of laws thereo£ This Power af Attomey is granted pursuant to the foLlowiiig
resolutions which wer�e duly and validly adopted at a meeting of the Board of Direct�rs 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 Cornpany, in conjunction with the Secretary or any Assistant
Secretary are hereby authorized to execute powers of attorney authorizing and qualifying tl�e attorney-in-fact named thereiu
to execute bonds, uadertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the
corporate seal of tr�e Company to powers of attomey executed pursuant hereto; and said officers may remove any such
attomey-in-fact and 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 authority to bind the Company except in the
manner and to the e:Ktent 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 1.he 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
otlier suretyship obligatian of the Coinpany; and such signature and seal wl�en so used shall l�ave the same force and effect as
though manually affixed. The Company may continue to use for tl�e purposes herein stated the facsimile signature of any
person or persons who sl�all have been such officer or officers of the Company, notwithstanding the fact that they inay have
ceased to be such at the time when such instruments shall be issued.
IN WIT'NESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its
corporate seal hereunta affixed this 2"d day of MaV , 2024 .
Artesc:
(seai) sy —�' ..1i� }�'�`;
Philip S: � elt �
Executive Vice President & Secretary
STA?E OF CdNNECTICL;? }
} ss:
C�L-1TI' �OF F_4II'iFIELD )
Berkley Iusurance Compauy
sy —� U
Je M�
Senior Vice. President
Sworn to before me_ a Notary Public. in the Statc of Connecticut_ tlus 2°d day of May' 2024 , by Philip S. Welt aud
3effrey M. HaRes vvho are s��om to me to be tLe Executive `Tice President and Secretary, and the Senior Vice President,
respectively, of Berkle_y Tustuance Compa�ry. �
MARIAC. Rl1ND81�T1 � /' /'� �',�,�.-} � � �li.r..
�T"� p�� Notary Public, State of Connecticiit
(ANNB:itGUT
II�KCOA�IMlSSION E�IFi�S O4-30-Q02Q CERI�TCATE
I, the �uadersigned, Assistant Secretary- of BERKLEY INSURANCE COMPriNY, DO HEREBY CERTIF'Y that tlie foregoing is a
true, correct and couiplete copy of the original Power of Attorney; that said Power of Attome.y has not been re��oked or rescin ded
and tllat tlie authonty of tl�e At�amey-in-Fact set foitii tlierein, a�ho executed the boud or undertaking to whicli this Power of
Attarney is attached, is in fiill force aud effect as af this date_
Given und�r my band and seal of the C;ompany, this � day of � � V��b �ar, ._ ,-�-� �+'�
(Sea�) . . ., y�. �ii�' } --. 1_ ,..- .,�
Vincent P. Forte
.�
i
CONSENT OF
SURETY COMPA,NY
TO FINAL PAYMENT
Conforms with the Americ:an tnstitute af
Architects, AIA Document; G707
OWNER ❑
ARCHITECT ❑
CONTRACTOR ❑
SURETY ❑
OTHER
Bond No a266023
PROJECT:
(nBmB, eddreSSjWalsh I�anch - Quail Valley - Planning Area 5B
Fort V1lorth, TX
TO (Owner)
QUAIL VAL.tEY DEVCO V, LLC AND THE CITY OF �
FORT WORTH
400 S. Rea�rd Street, Suite 1200
Dallas TX 75202 J
C�NTRAC7'OR: CONATSER CONSTRUCTION TX, L.P.
ARCHITECT'S PROJECT N0: CFA24-a108
CONTRACT FOR:
Street Lighting Improvements for Walsh Ranch - Quail Valley Planning
Area SB - (PA56)
CONTRACT DATE:
In accordance with the p�-ovisions of the Contract between the Owner and the Contractor as indicated above, the
(here insert nema end address of :iurety Companyy
BERKLEY INSURANCE COMPANY
475 Steamboat Road
Greenwich CT o6830 , SURETY COMPANY
on bond of lhere insert neme and address of Contractor►
CONATSER CONSTRUCTION TX, L.P.
5327 Wichita St.
Fort Worth TX 76119-6035
, CONTRACTOR,
hereby appraves 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 nama and address of Owner)
QUAIL VALLEY DEVCO V, LLC AND THE CITY OF FORT WORTH
400 S. Record Street, Suite 1200
Dallas TX 75202 , 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); ��;,�w�w�.� r�t..�.--
6th day of November, 2025
BERKLEY INSURANCE COMPANY
Surety Cornpany
L � �-lLl. ` `�7.� .A-, �, / , e �
Signature of Authorized Representative
Robbi Moraies
Title
Attorney-in-Fact
NOTE: This iorm is to be used as a companion document to AIA DOCUMENT G706, CQNTRAC70R'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS,
Current Edition
ONE PAGE
�
� �
� .�
� U
� �
� �
� .c
� �
� �
� �
�
� �
� �
C U
� �
-� U
O n�
� L
� �
.� O
r7l '�
� c
o �
Y y
r �
w "
o �
�. �
a� _
o�
a. �
� �-
�
� U
� "' 4�
. 's:
ti �
Y '
� �
� r
o �r,
p..�
� �
'� �
� 3
�
� .c
� �
0
�n
� -
� �
� �
w �
o �
�
o x
'i;, U
�d '."�,
� �
°�,' �
� �
0
� :�
o �
'�„a 'J,
U
�
'O
O �
r, �
�, . �
'ti c
�
G
o �
� �
� _
a, �
Q �
i o
� U
z�
�
zY
,.,/ U
� U
r ^
POWER OF ATTORNEY
BERKLEY INSURANCE COMPANY
WILMINGTON, DELAWARE
No. BI-72801
KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly
organized and existing; under tl�e ]aws 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: Ricarda J. Reyna; Don E. Cornell; Sophinie Hur:ter;
Robbi Morales; Kelly �4. Westbroolc; Tina McEwan; Joshua Saunders; Tonie Petranek; or Milcaela Peppers of Aon Risk
Services Souihwest, Ina of Dallas, TX its true and lawful Attonley-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 00l100 U.S. Dollars (U.S.$50,000,000.00), to the
same extent as if such bonds had been duly executed aud acknowledged by the regularly elected officers of the Company at its
principal o�ce in their own proper persons.
This Power of Attorne;y 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 tliereof. This Power of Attomey is granted pursuant to the following
resolutions which were duiy 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
Execurive Officer, :President or any Vice President of the Company, in conjunction with the Secretary or any Assistant
Secretary are hereb�✓ authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein
to execute bonds, unciertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the
corporate seal of t��e Campany to powers of attomey executed pursuant hereto; and said officers may remove any such
attoniey-in-fact av d revol<e any power of attorney previously granted; aud further
itESOLVEA, that ;;uch power of attomey linnits the acts of those named therein to the bonds, undertakings, recognizauces,
or other suretyship obligations specifically nained therein, and they have no authority to bind the Company except in the
manner and to the e:�tent therein stated; and fiuther
RESOLVED, tliat such power of attorney revokes all previous powers issued on bel�alf of tl�e attoniey-in-fact nacned; and
further
RESOLVED, that f:he signature of any authorized o�cer and the seal of the Company may be affixed by facsimile to any
power of attomey 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 manuatly af.fixed. 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 die Company, notwithstanding the fact that they may have
ceased to be such at the time when such instruments shall be issued.
IN WITNESS WFiEREOF, the Coinpany has caused these presents to be signed and attested by its appropriate ofiicers and its
corporate seal hereunto affixed tlus 2"d day of Mav , 2024 .
Atl;esi:
(Seal) By `.�'i: ����� .�t� �'`�y
Philip S::'�� elt
Exeeuiive Vice President & Secretary
Berkley Iusurauce Company
B� � 1 �
7e Mr��'i�aft�r �
Senior Vice.Presideni
S'I:�TE OF C.ONNECI'ICi:i )
3 SS:
C:OL�-II' ��F F�iIRFIELD )
5�uorn to before me, a Notary Public in the State of Cannecticut, this 2°d day af Mav . 2024 , by Philip S. Weit aud
Jef&ey M_ Hafter v;ho are sn�om to me to be fl}e Execuhre. �'ice Presiden# and Secretary, and the Senior Vice President_
respectn e1y, of B erkle_y �susance. Coaipauy. �
r.�
MARIA C. RLMQBAlC�AI �/% 1,,,t ,ZI,GQ -' � i_ � i/t ir--
�T�'P�� Notary Public, State of Connecticut
OONN�JiTCUT
f�K00MMISSION E'9�U� 0+6,3ti-2D2� CERTIFTCATE
I, the undersigned, Assistant Secre.t�vy of BERKLEY INS[JRANC:E COMPANY, DO HEREBY CERTIFY that �e foregoing is a
true, correc.t and complete copy of tbe original Power of Attorney; that said Power of Attoruey }ias not been re��oked orrescinded
and d�at the authori�}� of tlze 4ttorney�-in-Fact set £ortii tlierein, ��ho executed the boud or vndertaking to whicla tliis Power of
At#orney is attached, is in full force aud eifect as of tlxis date.
Given undar my }�and aud seal of the Conipany, this � day of N u�l e-u� b-e.�. :.. ,�� ��
(Seal} • � �fi'; -
! `y�;�.{,,, .� .-�..—.�}� •r-...
Vincent P_ Force