Loading...
HomeMy WebLinkAboutContract 55287-FP1 City Secretary 55287 -FP1 Contract No. FORT WORTH, Date Received Feb 10,2022 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: Chisholm Trail Ranch Section 1 Phase III City Project No.: 102815 Improvement Type(s): ® Paving ® Drainage M Street Lights ❑ Traffic Signals Original Contract Price: $818,630.50 Amount of Approved Change Order(s): $117,582.50 Revised Contract Amount: $936,213.00 Total Cost of Work Complete: $936,213.00 JacobGd(Feb 3,202218:37CST) Feb 3, 2022 Contractor Date Project Manager Title Conatser Construction TXLP Company Name R.. �� Feb 4,2022 Rii<cell Rnverc fFeb .2022 04.21 CSTI Project Inspector Date KhalKhal Ja� b8 2Qf2X137 CST Feb 8, 2022 Project Manager Date ,79#1I Sa�&e - Feb 8 2022 Janie Scarlett Morales(Feb 8,202213:27 CST) 1 CFA Manager Date bawa Feb 8,2022 Dan doff(r 8,202 4:45 CST) Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT. WORTH, TX Notice of Project Completion Project Name: Chisholm Trail Ranch Section 1 Phase III City Project No.: 102815 City's Attachments Final Pay Estimate Change Order(s): ❑x Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 120 WD Days Charged: 170 Work Start Date: 4/5/2021 Work Complete Date: 1/27/2022 Completed number of Soil Lab Test: 227 Completed number of Water Test: 14 Page 2 of 2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name CHISHOLM TRAIL RANCH SECTION I PHASEIII Contract Limits Project Type PAVING,DRAIANGE&LIGHTING City Project Numbers 102815 DOE Number 2815 Estimate Number 1 Payment Number 1 For Period Ending 1/20/2022 WD City Secretary Contract Number Contract Time 12UVD Contract Date 1/11/2021 Days Charged to Date 170 Project Manager NA Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors CORDOVA,R / ROGERS,R Thursday,February 10,2022 Page 1 of City Project Numbers 102815 DOE Number 2815 Contract Name CHISHOLM TRAIL RANCH SECTION I PHASEIII Estimate Number I Contract Limits Payment Number 1 Project Type PAVING,DRAIANGE&LIGHTING For Period Ending 1/20/2022 Project Funding UNIT III:DRAINAGE IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- I TRENCH SAFETY 791 LF $2.00 $1,582.00 791 $1,582.00 2 2 1"RCP CLASS III 180 LF $55.00 $9,900.00 180 $9,900.00 3 24"RCP CLASS III 182 LF $60.00 $10,920.00 182 $10,920.00 4 30"RCP CLASS lII 353 LF $75.00 $26,475.00 353 $26,475.00 5 36"RCP CLASS lII 76 LF $105.00 $7,980.00 76 $7,980.00 6 4'STORM JUNCTION BOX 2 EA $5,000.00 $10,000.00 2 $10,000.00 7 10'CURB INLET 6 EA $3,400.00 $20,400.00 6 $20,400.00 8 10'RECESSED INLET I EA $4,400.00 $4,400.00 1 $4,400.00 9 I N CURB INLET 3 EA $4,400.00 $13,200.00 3 $13,200.00 10 24"PARALLEL HEADWALL I PIPE 1 EA $2,500.00 $2,500.00 1 $2,500.00 11 36"STRAIGHT HEADWALL 1 PIPE I EA $4,000.00 $4,000.00 1 $4,000.00 12 MEDIUM STONE RIPRAP DRY 24 SY $95.00 $2,280.00 24 $2,280.00 13 UNCLASSIFIED EXCAVATION BY PLAN 100 CY $12.00 $1,200.00 100 $1,200.00 (GRADE TO DRAIN) -------------------------------------- Sub-Total of Previous Unit $114,837.00 $114,837.00 UNIT IV:PAVING IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- I HYDATED LIME(CO Al) 227 TN $180.00 $40,860.00 227 $40,860.00 2 6"LIME TREATMENT 8081 SY $3.00 $24,243.00 8081 $24,243.00 3 8"LIME TREATMENT(CO A1) 4403 SY $3.50 $15,410.50 4403 $15,410.50 4 6"CONC PVMT 7581 SY $36.50 $276,706.50 7581 $276,706.50 5 10"CONC PVMT(CO AI) 4081 SY $60.00 $244,860.00 4081 $244,860.00 6 4'CONC SIDEWALK 9811 SF $4.00 $39,244.00 9811 $39,244.00 7 REMOVE ASPHALT PVMT(CO Al) 468 SY $12.00 $5,616.00 468 $5,616.00 8 HMAC TRANSITION 36 TN $200.00 $7,200.00 36 $7,200.00 9 BLOCK SOD PLACEMENT 2367 SY $6.00 $14,202.00 2367 $14,202.00 10 TOPSOIL 263 CY $18.00 $4,734.00 263 $4,734.00 11 BARRIER FREE RAMP TYPE P-1 4 EA $1,200.00 $4,800.00 4 $4,800.00 12 BARRIRE FREE RAMP TYPE R-1 8 EA $1,500.00 $12,000.00 8 $12,000.00 Thursday,February 10,2022 Page 2 of 6 City Project Numbers 102815 DOE Number 2815 Contract Name CHISHOLM TRAIL RANCH SECTION I PHASEIII Estimate Number I Contract Limits Payment Number 1 Project Type PAVING,DRAINAGE&LIGHTING For Period Ending 1/20/2022 Project Funding 13 FURNISH/INSTALL ALUM SIGN GROUND 5 EA $650.00 $3,250.00 5 $3,250.00 MOUNT CITY STD(RI-1) 14 FURNISH/INSTALL ALUM SIGN GROUND 12 EA $250.00 $3,000.00 12 $3,000.00 MOUNT CITY STD(D3-1) 15 REMOVE SIDEWALK 2705 SF $2.00 $5,410.00 2705 $5,410.00 16 REMOVE MISC CONC STRUCTURE(CURB, 1 LS $2,500.00 $2,500.00 1 $2,500.00 GUTTER AND PAVEMENT) 17 TRAFFIC CONTROL(CO Al) 4 MO $1,500.00 $6,000.00 4 $6,000.00 18 REMOVE TYPE III BARRICADE 3 EA $500.00 $1,500.00 3 $1,500.00 19 REMOVE MISC.CONC STRUCTURE(CURB, 1 LS $8,000.00 $8,000.00 1 $8,000.00 GUTTER&PAVEMENT)CO Al) 20 REMOVE CONC CURB&GUTTER(CO AI) 134 LF $20.00 $2,680.00 134 $2,680.00 21 SITE CLEARING&EXCAVATION(CO AI) 490 CY $24.00 $11,760.00 490 $11,760.00 22 4"SLD PVMT MARKING HAS(W)(CO Al) 2005 LF $2.00 $4,010.00 2005 $4,010.00 23 4"SLD PVMT MARKNG HAS(Y)(CO Al) 1390 LF $2.00 $2,780.00 1390 $2,780.00 24 4"BRK PVMT MARKING HAS(W)(CO AI) 1290 LF $1.50 $1,935.00 1290 $1,935.00 25 4"DOT PVMT MARKING HAS(W)(CO AI) 435 LF $2.00 $870.00 435 $870.00 26 8"SLD PVMT MARKING HAS(W)(CO AI) 200 LF $4.00 $800.00 200 $800.00 27 8"DOT PVMT MARKING HAS(W)(CO Al) 616 LF $4.00 $2,464.00 616 $2,464.00 28 8"SLD PVMT MARKING HAS(Y)(CO Al) 260 LF $4.00 $1,040.00 260 $1,040.00 29 24"SLD PVMT MARKING HAE(W)(CO Al) 24 LF $20.00 $480.00 24 $480.00 30 LANE LEGEND ARROW(CO Al) 6 EA $300.00 $1,800.00 6 $1,800.00 31 LANE LEGEND DBL ARROW(CO Al) 2 EA $500.00 $1,000.00 2 $1,000.00 32 LANE LEGEND ONLY(CO AI) 2 EA $450.00 $900.00 2 $900.00 33 LANE LEGEND BIKE(CO Al) 9 EA $600.00 $5,400.00 9 $5,400.00 34 RAISED MARKER TY W(CO AI) 47 EA $5.00 $235.00 47 $235.00 35 RAISED MARKER TY Y(CO Al) 4 EA $5.00 $20.00 4 $20.00 36 FURNISH/INSTALL ALUM SIGN GROUND 4 EA $650.00 $2,600.00 4 $2,600.00 . MOUNT CITY STD(R4-7(CO A1) 37 FURNISH/INSTALL ALUM SIGN GROUND 1 EA $650.00 $650.00 1 $650.00 MOUNT CITY STED(REOI)(CO At) 38 FURNISH.INSTALL ALUM SIGN GROUND 2 EA $650.00 $1,300.00 2 $1,300.00 MOUNT CITY STD(R3-2)(CO At) 39 FURNSISHANSTALL ALUM SIGN GOUND I EA $650.00 $650.00 1 $650.00 MOUNT CITY STD(R3-5L)CO Al 40 FURNISH/INSTALL ALUM SIGN GROUND I EA $250.00 $250.00 1 $250.00 MOUNT CITY STD(RC-5bP)(CO IA) Thursday,February 10,2022 Page 3 of 6 City Project Numbers 102815 DOE Number 2815 Contract Name CHISHOLM TRAIL RANCH SECTION I PHASEHI Estimate Number 1 Contract Limits Payment Number 1 Project Type PAVING,DRAINAGE&LIGHTING For Period Ending 1/20/2022 Project Funding 41 FURNISHANSTALL ALUM SIGN GOUND 1 EA $650.00 $650.00 1 $650.00 MOUNT CITY STD(R3-7L(CO Al) 42 FURNISHANSATLL ALUM SIGN GOUND 3 EA $250.00 $750.00 3 $750.00 MOUNT CITY STD(R3-9dP)(CO Al) 43 FURNISH/INSTALL ALUM SIGN GOUND 5 EA $650.00 $3,250.00 5 $3,250.00 MOUNT CITY STD(R5-1)(CO Al) 44 FURNISHANSTALL ALUM SIGN GOUND 2 EA $650.00 $1,300.00 2 $1,300.00 MOUNT CITY STD(R5-la)(CO A1) 45 FURNISH/INSTALL ALUM SIGN GOUND 5 EA $650.00 $3,250.00 5 $3,250.00 MOUNT CITY STD(R6-1)(CO Al) 46 FURNISHANSTALL ALUM SIGN GOUND 1 EA $650.00 $650.00 1 $650.00 MOUNT CITY STD(R6-3)(CO A I) 47 FURNISHANSTALL ALUM SIGN GOUND 3 EA $650.00 $1,950.00 3 $1,950.00 MOUNT CITY STD((R3-17)(CO AI) 48 FURNISH/INSTALL ALUM SIGN GOUND 1 EA $650.00 $650.00 1 $650.00 MOUNT STD(R44 1)CO Al) 49 FURNSIH/INSTALL ALUM SIGN GOUND 1 EA $650.00 $650.00 1 $650.00 MOUNT CITY STD(W4-IaT)(CO Al) -------------------------------------- Sub-Total of Previous Unit $776,260.00 $776,260.00 UNIT V:STREET LIGHTING IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 2"CONDUTT PVC SCHEDULE 80(T) 648 LF $12.00 $7,776.00 648 $7,776.00 2 NO 10 INSULATED ELEC CONDR 1944 LF $1.00 $1,944.00 1944 $1,944.00 3 FURNISH/INSTALL TYPE 33B ARM 9 EA $800.00 $7,200.00 9 $7,200.00 4 FURNISHANSTALL LED LIGHTING FIXTURE(70 14 EA $600.00 $8,400.00 14 $8,400.00 WATT ATBO COBRA HEAD) 5 RDWY ILLUM FOUNDATION TY 1,2,AND 4 9 EA $1,000.00 $9,000.00 9 $9,000.00 6 FURNISHANSTALL RDWYILLUMTYIIPOLE 9 EA $1,200.00 $10,800.00 9 $10,800.00 -------------------------------------- Sub-Total of Previous Unit $45,120.00 $45,120.00 -------------------------------------- Thursday,February 10,2022 Page 4 of 6 City Project Numbers 102815 DOE Number 2815 Contract Name CHISHOLM TRAIL RANCH SECTION I PHASEIII Estimate Number I Contract Limits Payment Number 1 Project Type PAVING,DRAINAGE&LIGHTING For Period Ending 1/20/2022 Project Funding Contract Information Summary Original Contract Amount $818,630.50 Change Orders Change Order Number Al $117,582.50 Total Contact Price $936,213.00 Total Cost of R'orlc Completed $936,213.00 Less %Retained $0.00 Net Earned $936,213.00 Earned This Period $936,213.00 Retainage This Period $0.00 Less Liquidated Damages Days @ /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 $936,213.00 Thursday,February 10,2022 Page 5 of 6 City Project Numbers 102815 DOE Number 2815 Contract Name CHISHOLM TRAIL RANCH SECTION I PHASEIII Estimate Number 1 Contract Limits Payment Number 1 Project Type PAVING,DRAINAGE&LIGHTING For Period Ending 1/20/2022 Project Funding Project Manager NA City Secretary Contract Number Inspectors CORDOVA,R / ROGERS,R Contract Date 1/I 1/2021 Contractor CONATSER CONSTRUCTION TxLP Contract Time 120 WD 5327 WICHITA.ST Days Charged to Date 170 WD FORT WORTH, TX 76119 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 $936,213.00 Less %Retained $0.00 Net Earned $936,213.00 Earned This Period $936,213.00 Retainage This Period $0.00 Less Liquidated Damages 0 Days @ $0.00 /Day $0.00 LessPavement Deficiency $0.00 Less Penalty $0.00 Less Previous Payment $0.00 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $936,213.00 Thursday,February 10,2022 Page 6 of 6 co H A u, z+ O �D m -C z O o O r m z - N z �- m *k Y tit fn O n + D rn n ;�7 m r 5 t 0 -" O o 0 —I O D �-1 rn n � 0 Oo a m m n N z z y z m 0 m z p z tl1 t m 1J O m � � o m c � - o - 4A co-- N -+ Obi ..a D > Zn O_ O N O o 'A W N N w to O 0) N N rn m N 91 U) N N 0 O O I O n L N 'U 7- < OD ED r� C m 6lQ p n O En m TONE , 0 O Ul A N O O O ro N NCDDDW ONi O 0 O W M =S A+ CO o n o a I p N CD 0 oTTI D O N N N V NC/) T Ol 0 D OV1 + 00 O W O N W fn n I N Y to O o O O O NO e y C n � z - - z �' � - m o n c o c z w co O u o O P N O to m N N W O J L9 a A .gyp o 03 o, u pV P. p O O p O G m W GGGG my 0 o C .► :D z a u sw Z m 0 o to o — - iTl N vAi » NK o 0 0 e C e o c A to e o 0 w n O rp N i m U0, c nZ Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z�mm o m mmmm mmrt mmmm mmmm mm mmm y (nw .+ m m- m # m o 0 X D kz k m k (p� Wpwwwwto Jnwwwwwwoot� owww coww a�• j �A .A jAA �A .P .P �1.N.».Ni.Nij� �PNN�N JN_NNAN .N.»� Qwi� D ;p 4 -1�lV V^1VyV ,�OL+.J�IW V V O �-A+ � -I b C ? A AAAAAA.? .A 2� A .P .pNN� 00000006G+--ti OO .+QCO C7_Ny IJ 0 $ � O p O G GC C 00 O 004O (TN O NOOOG W In ciA O O 7 0000c4000cQsSocb' 000aS�'oao�00000008pp000 004 -_; W W W W W W w W W W W W W W N O A W N-+N N C W N a -� 0 0-> O(!,N O W W T ~S y S m 1 n m N��pp(W�.1 _ Dy �NNth W -� N -aA Av(ONNOIAoucOcwncOcai OA —NO [Ol, cOnO N ry 4 m 7 � fA a �r1�(nl7��n'If�nnfn��••rn� R�'It�RtfmntnttltnmMr'rrrrrrrC)rr� cpc/�(p-I r��t77m{'(7 a `m A�DDADDDDDDmDAmADmDDmmDmDA 'n-n-n n-n n nit {'nInO -C- z 'nDq� o. 3 w aED - m ° a lb X y j co c o a pQj C c c c c c c C c C c c C� c m n tr �' 3 3 3 3 3 3 ' ? ' ? 3 3 33 N J 7 J J .J J N J to J 7 7 7 3 U� N VI N_ N NNE N M N �• A a, AN Oo ao w A p p A � > > DrD� � L> yD r cncnvrnomnv?m n z o n 3 3 a c C 3 3 3 3 3 c c c ku r r0rO;a r r" m 3 ° o, 3 B 3 3 3 www9 3 9 �, ro N vv-iv-�tT. v0 � o (n(n (n- (n (n (n u J �rocp 3 o J n > > m m > > r m v < co(D 2 o c r-S m . a u ° > > > J J J J J J J o a n m m m r 3 3 3 3 3 d n o < a o OG) OOO� O � O �G)G) OL� s �. ra m m 5 0m (gym o3� m 3'd m 0, n , o D � m A ll o y >o > z �Z, Wxm m o a zvm9�(mn S(snu �cmn�etO n s o < n v aoa n n n n ocac c. J JWa- vo z 9 3: 3BE ona c 0 0 m Z� DD A.> > a ( : �0 00 � _ ��_ ' �� (net z <r a '�(n(n� V�a(1)cl) A(n a m C) n n a Q d Q n n d a a T W ID w T oc Z o c. ° m o' SfnfAfAEAlAfn69fAjo,tnfncnbn?A'En v 'En 6q(A69fJ34869164 40e69Me»6101v+utnFnrn�v,us4Ac m z w� adz F o�� 'i O,O(n00p7mNON met rn rn 0)tt�.f Upp,ppw ppo Uooi_ �1 o7t 'O 4p C. O 0 0 0 0 O O O O O O O O O O CJ7 V 1 p O p O O O O p A p Ap p P. N-� N N A 0 0 O N O W O o..) 0 0 ryC T a S S O O S p 0 0 0 S 0 S S O S S S"' O O O S O O O O O o O 0 0 0 0 0 0 0 O O O m 4�O 61 NfA 6969 fA 6969 EA co En(n 6)69fA 696969 W fA W 69 69 69 0 69 fA(A(A 69 fA 69 fA W(A w AfAN 6969 EA j. ca W -� W t0 O�IJ[a�fJ V mNT W407 NqAO tD 000A+,.Npp OJ WtC 1-4OV�G�pNW pNO��M�VpO (OA(OSj O O C N NO000o 00 oo0OS000 Vwi4S0SC000Ocwco80oSSOS N CON R m � o o0 000D QSSSgSSSSS$00000000c� ocoo $$' SoOS� SSS Q O O O O O O O C 0 0 0 2 K . § CD ( co , > I ` Xz } / ~T 0 Q � ) k ( / k z � 7 m § 2/ • # - _z ; « / 0( � �g ` &i \2 §A ( Z CD . ¢ m§ \ k §� \ § �\ . m m� \ )/ In k) ) � - $ ■ � k . � { w n m e % 0 7 . i . @ A 7 ° k ° ( S ) (A 1 _ z § { FORTWORTH. TRANSPORTATION AND PUBLIC WORKS January 27, 2022 Conatser construction 5327Wichta ST Fort Worth TX 76119 RE: Acceptance Letter Project Name: Chisholm Trail Ranch Section I Phase III Project Type:Water and Sewer Paving Drainage lighting City Project No.: 102815 To Whom It May Concern: On January 27, 2022 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 January 27, 2022, which is the date of the final inspection and will extend of two (2)years in accordance with the Contract Documents. If you have any questions concerning this letter of acceptance, please feel free to contact me at 817- 392-7872. Sincerely, e Khal Jaafari P.E. b 8,2 1:37 C87) Khal Jaafari, Project Manager Cc: Russell Rogers, Inspector Ron Cordova, Inspection Supervisor Gary Deyon,Senior Inspector Victor Tornero, Program Manager Pape Dawson, Consultant Conatser,Contractor Lennar Homes, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev.08/20/19 AFFIDAVIT STATE OF TEXAS COUNTY OF TARRANT Before me, the undersigned authority, a Notary Public in the state and county aforesaid, on this day personally appeared Brock Huggins, President of Conatser Management Group, Inc., general partner of Conatser Construction TX, LP, known to me to be a credible person, who being by me duly sworn,upon his oath deposed and said: That all persons, firms, associations, corporations or other organizations furnishing labor and/or materials have been paid in full; That the wage scale established by the City Council in the City of Fort Worth, has been paid in full; and That there are no claims pending for personal injury and/or property damages; On Contract described as: CHISHOLM TRAIL RANCH SECTION 1, PHASE III WATER, SANITARY SEWER, DRAINAGE, PAVING & STREET LIGHT IMPROVEMENTS DOE#: N/A CFA PRJ#: 20-0118 CITY PROJECT #:102815 CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP Brock Hug& s Subscribed and sworn to before me this 19TH day of Janinarry/,,2022, 4PP Y'p VB KAM1tA HOERIG Notary Public in Tarrant CCoo,mty, Texas �1► , Notary Public,State of Texas Comm,Expires 08/15/2023 NotaryID 13213162-8 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond No 0235122 PROJECT: (name, address)Chisholm Trail Ranch Section I, Phase III Fort Worth,TX TO (Owner) CITY OF FORT WORTH AND LENNAR HOMES OF ARCHITECT'S PROJECT NO: CFA No.20-0118 TEXAS LAND AND CONSTRUCTION,LTD. CONTRACT FOR: 1707 Market Place Blvd.,Suite 100 Water,Sanitary Sewer Drainage Paving and Street Light Improvements for Chisholm Trail stanch Section I,Phase III Irving TX 75063 CONTRACT DATE: CONTRACTOR:CONATSER CONSTRUCTION TX, L.P. In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above,the (here insert name and address of Surety Company) BERKLEY INSURANCE COMPANY 475 Steamboat Road Greenwich CT 06830 , SURETY COMPANY on bond of (here insert name and address of Contractor) CONATSER CONSTRUCTION TX, L.P. 5327 Wichita St. Fort Worth TX 76119-6035 , CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety Company of any of its obligations to there insert name and address of owned CITY OF FORT WORTH AND LENNAR HOMES OF TEXAS LAND AND CONSTRUCTION, LTD. 1707 Market Place 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 lath day of January,2022 BERKLEY INSURANCE COMPANY Surety Company Attest: (Seal): ���N,. Signature of Authorized Representative Robbi Morales Attorney-in-Fact Title NOTE; This form Is to be used as a companion document to AIA DOCUMENT 0706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition ONE PAGE No.BI-7280j-el POWER OF ATTORNEY. BERKLEY INSURANCE COMPANY WILMINGTON,DEL,AWARE NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. KNOW ALL MEN BY THESE PRESENTS, that BERICLEY 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 McEfvan;Joshua A. Saunders,or Tonie Petranek 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.S50,000,000.00),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 attorney-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 WPTNESS W.H WOF,the Company has caused these presents to.be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 2nd day of June 2020 SuRAMcF', Attest: Berkl v Insurance Company r i Y Y ^ • '� l Ir ederman I Executive Vice President&Secretary t tesident STATE OF CONN:ECTICUT) ) ss: COUNTY OF FAIRFIELD ) Sworn to before me, a Notary Public in the State of Connecticut this 2nd day of_ June 2.0.20 by Ira S.Lederman and Jeffrey R Hatter who are sworn to me to be the Executive Vice President, Secretary, and t Senior Vice President, respectively,of Berkley Insurance Company. M�or NOTARY uA Iic� MYCOAPIM� ORES otaryFublic,State ofCouueetioJut CERTIFICATE 1,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 rescinded an#-*a+-nt}u authority of the Attorney-in-Fact set forth therein, who executed the bond or undertaking to which this Power of .}.i cited,is in full force and effect as of this date. 'd "f< t} ruder my hand and seal ofthe Company,this 18th day of January_ 2022 Al 1975 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: CHISHOLM TRAIL RANCH SECTION 1, PHASE III WATER, SANITARY SEWER, DRAINAGE, PAVING & STREET LIGHT IMPROVEMENTS DOE#: N/A CFA PRJ#: 20-0118 CITY PROJECT #:102815 CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP _!Q , Frock Hugg1 s Subscribed and sworn to before me this 19TH day of Janu'arry/,,2022, KAMRA HOERIG Notary Public in Tarrant Co ty, Texas o Pa+_PCB �y # Notary Public,State o£Texas Comm,Expim08/15/2023 Notary ID 13213162-8 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond No 0235122 PROJECT: (name, address)Chisholm Trail Ranch Section I, Phase III Fort Worth,TX TO (Owner) CITY OF FORT WORTH AND LENNAR HOMES OF —] ARCHITECT'S PROJECT NO: CFA No.20-0118 TEXAS LAND AND CONSTRUCTION,LTD. CONTRACT FOR: 1707 Market Place Blvd.,Suite 100 Water,Sanitary Sewer Drainage,Paving and Street Light Improvements for Chisholm Trail Ranch Section I,Phase III Irving TX 75063 ,J CONTRACT DATE: CONTRACTOR:CONATSER CONSTRUCTION TX, L.P. In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above,the there 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) CITY OF FORT WORTH AND LENNAR HOMES OF TEXAS LAND AND CONSTRUCTION, LTD. 1707 Market Place 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 18th day of January,2022 BERKLEY INSURANCE COMPANY Surety Company Attest (Seal): �c Signature of Authorized Representative Robb! Morales Attorney-in-Fact Title NOTE; This form is to be used as a companion document to AIA DOCUMENT 0706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition ONE PAGE No.BI-7280j-el POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON,DELAWARE NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. 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 A. Saunders,or Tonie Petranek 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.S50,000,000.00),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 Suety 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 attorney-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 WBEREOF,the Company has caused these presents to.-be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 2nnd day of dune 2020 ;,�gVRANCP � Attest: / Berld Onsurance Company w JjpPo7y;��� \ By By r U i + �1i�11y� � Is . .ederman Je after Executive Vice President&Secretary �'Se�' c` resident STATE OF CONNECTICUT) ) ss: COYJNTY OF FAIRFIELD ) Swoon to before me, a Notary Public in the State of Connocticut,this 2nd day of June 2020 by Ira S.Lederman and Jeffrey K Hafter who tare sworn to me to be the Executive Vice President �ecretary, and;�1? Senior Vice President respectively,of Berkley Insurance Company. NOTARYPURI�ICC CONNECTICUT MvwAPHIL 0 `PIRE'S , otary Public,State of Connecticut CERTIFICATE I,the undersigned,Assistant Secretary of BERICLEY 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 Attomey has not been revoked or rescinded anj—drat the authority of the Attorney-in-Fact set forth therein, who executed the bond or undertaking to which this Power of ,lfttie� ched,is in full force and effect as of this date. d'AP °!'.! *,hider my hand and seal ofthe Company,this 18th day of Janua 2022 � 1975 Y A4 Vincent P.Forte