Loading...
HomeMy WebLinkAboutContract 57777-FP3City Secretary -FP3 Contract No. 57777 FORT WORTH. Date Received 07/31/2023 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: Walsh Ranch — Quail Valley Village Residential City Project No.: 103846 Improvement Type(s): ❑ Paving Original Contract Price: Amount of Approved Change Order(s): Revised Contract Amount: Total Cost of Work Complete: JACOB GATEWOOD (Jul 27, 2023 08:31 CDT) Contractor PROJECT MANAGER Title Conatser Construction Company Name wam I'411 v� �'o�f�ekr WilliRodeers (Ju127, 2 0835 CDT) Project Inspector SandiD Adhik� ri. P.E. 111111. 202311:00 CDT) Project Manager �� ecca Diane RebOwen 0031, 202312:06 CDT) CFA Manager _1 Lauren PDeu r IJ a 131, 2023 11:15 CDT) TPW Director wacam h,—, f4 i inn irna rnn Asst. City Manager ❑ Drainage x❑ Street Lights ❑ Traffic Signals J u l 2712023 Date Jul 27, 2023 Date Jul 31, 2023 Date Jul 31, 2023 Date Jul 31, 2023 Date Aug 1, 2023 Date $357,711.00 $357,711.00 OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT. WORTH, TX Notice of Project Completion Project Name: Walsh Ranch — Quail Valley Village Residential City Project No.: 103846 City's Attachments Final Pay Estimate ❑x Change Order(s): ❑x Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety I Statement of Contract Time Contract Time 140 WD Days Charged: 167 Work Start Date: 8/1/2022 Work Complete Date: 7/26/2023 Completed number of Soil Lab Test: 445 Completed number of Water Test: 29 Page 2of2 FORT WORT 11 CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name WALSH RANCH -QUAIL VALLEY VILLAGE RESIDENTIAL Contract Limits Project Type STREETLIGHT IMPROVEMENTS City Project Numbers 103846 DOE Number 8460 Estimate Number 1 Payment Number 1 City Secretary Contract Number Contract Date 6/3/2022 For Period Ending 7/26/2023 WD Contract Time 14WD Days Charged to Date 167 Project Manager NA Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors GLOVER / RODGERS Contract is 100.00 Complete Monday, July 31, 2023 Page 1 of 4 City Project Numbers 103846 DOE Number 8460 Contract Name WALSH RANCH -QUAIL VALLEY VILLAGE RESIDENTIAL Estimate Number I Contract Limits Payment Number 1 Project Type STREETLIGHT IMPROVEMENTS For Period Ending 7/26/2023 Project Funding UNIT V STREETLIGHT IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 FURNISH/INSTAL WALSH RANCH 14FT STR LT 25 EA $4,800.00 W0,000.00 25 $120,000.00 POLE & LED FIX (CO #2 & #3) 2 FURNISH/INSTALL WALSH RANCH 30' STR LT 1 EA $18,500.00 $18,500.00 1 $18,500.00 POLE & LED FIX (CO #2 & #3) 3 RDWY BIUM FOUNDATION TY 1,2 AND 4 (CO 1 EA $1,600.00 $1,600.00 1 $1,600.00 #2 & #3) 4 RDWY MUM FOUNDATION TY 11 (CO #2 & #3) 26 EA $1,300.00 $33,800.00 26 $33,800.00 5 NO 6 INSULATED ELEC CONDR (CO #2 & #3) 10827 LF $8.00 $86,616.00 10827 $86,616.00 6 2" CONDT PVC SCH 80(T) (CO #2 & #3) 3609 LF $15.00 $54,135.00 3609 $54,135.00 7 GROUND BOX TYPE B (CO #2 & #3) 23 EA $950.00 $21,850.00 23 $21,850.00 8 FURNISH/ INSTAL 240/480 VOLT SINGLE 0 EA $9,500.00 $0.00 0 $0.00 PHASE (CO #1) 9 SALVAGE STREET LIGHT POLE (CO #2 & #3) 4 EA $2,000.00 $8,000.00 4 $8,000.00 10 REMOVE 2" PVC ELECTRICAL CONDUIT (CO 371 LF $10.00 $3,710.00 371 $3,710.00 #2 & #3) 11 FURNISH / INSTALL 120/240 VOLT SINGLE PH 1 EA $9,500.00 $9,500.00 1 $9,500.00 -------------------------------------- MET PED (CO #1 & #3) Sub-Total of Previous Unit $357,711.00 $357,711.00 Monday, July 31, 2023 Page 2 of 4 City Project Numbers 103846 Contract Name WALSH RANCH -QUAIL VALLEY VILLAGE RESIDENTIAL Contract Limits Project Type STREETLIGHT IMPROVEMENTS Project Funding Contract Information Summary Original Contract Amount Change Orders Change Order Number 1 Change Order Number 2 Change Order Number 3 Total Contract Price DOE Number 8460 Estimate Number I Payment Number 1 For Period Ending 7/26/2023 $357,711.00 $357,711.00 ($357,711.00) $357,711.00 $357,711.00 Total Cost of Work Completed $357,711.00 Less % Retained $0.00 Net Earned $357,711.00 Earned This Period $357,711.00 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 $357,711.00 Monday, July 31, 2023 Page 3 of 4 City Project Numbers 103846 Contract Name WALSH RANCH -QUAIL VALLEY VILLAGE RESIDENTIAL Contract Limits Project Type STREETLIGHT IMPROVEMENTS Project Funding Project Manager NA Inspectors GLOVER / RODGERS Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 DOE Number 8460 Estimate Number I Payment Number 1 For Period Ending 7/26/2023 City Secretary Contract Number Contract Date 6/3/2022 Contract Time 140 WD Days Charged to Date 167 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 $357,711.00 Less % Retained $0.00 Net Earned $357,711.00 Earned This Period $357,711.00 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 $357,711.00 Monday, July 31, 2023 Page 4 of 4 Walsh Ranch - Village Residential PROJECT NAME: CONTRACT: CFA # CITY PROJECT # DOE # FID # FILE # INSPECTOR: PROJECT MANAGER: DEVELOPER -AWARDED -PROJECT CHANGE ORDER Walsh Ranch Village Residential Street Light (Cl) 22-0020 103846 NIA 30114-0200431-103846-EO7685 X-27197. W-2811 Bill Rodgers Sandip Adhikari WATER Developer Cost I City Cost ORIGINAL CONTRACT EXTRAS TO DATE CREDITS TO DATE CONTRACT TO DATE AMOUNT OF PROP. CHANGE ORDER REVISED CONTRACT AMOUNT TOTAL REVISED CONTRACT AMOUNT PER UNIT REVISED COST SHARE Day. Cost: TOTAL REVISED CONTRACT CITY PARTICIPATION: Phone No: Phone No: SEWER Developer Cost I City Cost $357,711.00 CHANGE ORDER No: No (682)263-2418 (817)392-8424 CONTRACT UNIT DRAINAGE PAVING Developer Cost City Cost Developer Cost City Cost a City Cost: , $357,711.00 REVIEWED By Sandip Adhikari at 9:32 am, Mar 30, 2023 STREET LIGHTS veloper Cost City Cost $357,711.00 $357,711.00 $357,711.00 $357.711.00 I CONTRACT DAYS 20 20 20 Revised: 10-12-2011 Page 1 Walsh Ranch - Village You are directed to make the followinq chanqes in the contract documents: PAY ITEM # I CITY BID ITEM # I QUANTITY I UNIT I rr( ITEM DESCRIPTION 480 le Phase Metered Pedestal EA 3441.1772 24 New 111 I 1.00 I EA 13441.1771 EFu sh/Install 120-240 Vollt Single Phase Metered Pedestal I REASONS FOR CHANGE ORDER 1 Switched from 2401480 to 1201240 Pedestal NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100% OF THE CHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER. RECOMMENDED: _f�f§igid by: By: Name: or al,9 6%fS .+J.J442... Title: Proiect Manager APPROVED: Quail Valley De L1929942B nod by: By:Name:.- Title: Vice president UNIT PRICE I TOTAL $9,500.001-$9,500.00 $9,500.001 $9,500.00 APPROVED: Conatser ConsqW4;; : By: Name: Brock ogR44A... Title: President REVIEWED By Sandip Adhikari at 9:32 am, Mar 30, 2023 Revised: 10-12-2011 Page 2 DocuSign Envelope ID: C91781FB-D302-4EFF-BA69-39F6F74ED4DC Walsh Ranch - Village Residential DEVELOPER -AWARDED -PROJECT CHANGE ORDER IPROJECT NAME: Walsh Ranch Village Residential I CONTRACT: Street Licht (Cl) ICFA# 22-0020 I CITY PARTICIPATION:( ICITY PROJECT # 103846 I DOE # N/A IFID # 30114-0200431-103846-EO7685 I FILE # X-27197, W-2811 No INSPECTOR: Bill Rodgers Phone No: (682) 263-24V PROJECT MANAGER: Sandip Adhikari Phone No: (817) 392-842� CONTRACT UNIT WATER SEWER DRAINAGE Developer Cost City Cost Developer Cost City Cost Developer Cost City Cost IORIGINAL CONTRACT $0.00 $0.00 $0.00 I EXTRAS TO DATE $0.00 $0.00 $0.00 ICREDITS TO DATE $0.00 $0.00 $0.00 I CONTRACT TO DATE $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 (AMOUNT OF PROP. CHANGE ORDER $0.00 $0.00 $0.00 IREVISED CONTRACT AMOUNT $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTAL REVISED CONTRACT AMOUNT PER UNIT $0.00 $0.00 $0.00 REVISED COST SHARE Dev. Cost: $0.00 City Cost: TOTAL REVISED CONTRACT $0.00 CHANGE ORDER No: 2 PAVING STREET LIGHTS Developer Cost City Cost Developer Cost City Cost $0.00 $357,711.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $357,711.00 $0.00 $0.00 ($357,711.00) $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 REVIEWED J lBy Sandip Adhikari at 9:32 am, Mar 30, 2023 J CONTRACT DAYS 20 20 20 Revised: 10-12-2011 Page 1 DocuSign Envelope ID: C91781FB-D302-4EFF-BA69-39F6F74ED4DC Walsh Ranch - Village Residential You are directed to make the followinq changes in the contract documents: PAY ITEM # I CITY BID ITEM # I QUANTITY I UNIT ITEM DESCRIPTION UNIT PRICE I TOTAL E STREET LIGHTS` 1 9999.0012 -25.00 EA 9999.0012 urnish/Install Walsh Ranch 14ft Street Light Pole & LED Fixture $4,800.00 -$120,000.00 2 9999.0013 -1.00 EA 9999.0013 Furnish/Install Walsh Ranch 30' Street Light Pole & LED Fixture $18,500.00 -$18,500.00 3 3441.3301 -1.00 EA 3441.3301 Rdwy Ilium Foundation TY 1,2, and 4 $1,600.00 -$1,600.00 4 3441.1733 -26.00 EA 3441.1733 RdV Ilium Foundation TY 11 $1,300.00 -$33,800.00 5 3441.1408 -10,827.00 LF 3441.1408 NO 6 Insulated Elec Condr $8.00 -$86,616.00 6 2605.3015 -3,609.00 LF 2605.3015 2" CONDT PVC SCH 80 (T) $15.00 -$54,135.00 7 3441.1501 -23.00 EA 3441.1501 Ground Box Type B $950.00 -$21,850.00 9 3441.3501 -4.00 EA 3441.3501 Salvage Street Lig9ht Pole $2,000.00 -$8,000.00 10 9999.0014 -371.00 LF 9999.0014 Remove 2" PVC Electrical Conduit $10.00 -$3,710.00 New 11 3441.1771 -1.00 EA 3441.1771 Furnish/Install 120-240 Volt Single Phase Metered Pedestal $9,500.00 -$9,500.00 E(STREET LIGHTS) TOTAL -$357,711.00 REASONS FOR CHANGE ORDER 1 Walsh Village Residential development was split into two phase to accommodate developer commitment to their builders. Phase 2 portion of the development to include all street light improvements for Village Residential. This Phase 2 street lighting has been added to WR - PA3W-A Plan set (CPN 103935) 2 NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100 % OF THE CHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER. RECOMMENDED: APPROVED: APPROVED: DocuSiggned by: Doc y: Do uS' ed t�� Huitt-Zollars, Inc.�,� �,f � Quail Val yDevoo 2% : 1 • � Conatser onstD L.Pv gy,bV AIn, IVl (AM l lG1 By.� LYiID5 79666E03C412442... ffl4?RF&B192t9942B... �6a0229CF44AName: Jordan V. Marlia, P.E. Name: a arpen er Nameroc uggms Title: Associate Title: Senior Vice President Title: President REVIEWED J lBy Sandip Adhikari at 9:32 am, Mar 30, 2023 J Revised: 10-12-2011 Page 2 DocuSign Envelope ID: D965827F-90FD-4D31-82C0-1C3197A3FBE0 Walsh Ranch - Village Residential PROJECT NAME: CONTRACT: CFA # CITY PROJECT # DOE # FID # FILE # INSPECTOR: PROJECT MANAGER: DEVELOPER -AWARDED -PROJECT CHANGE ORDER Walsh Ranch Village Residential Street Light (C1) 22-0020 103846 N/A 30114-0200431-103846-EO7685 X-27197. W-2811 CITY PARTICIPATION: No Bill Rodgers Phone No: (682) 263-2418 Sandip Adhikari Phone No: (817) 392-8424 WATER Developer Cost i City Cost ORIGINAL CONTRACT EXTRAS TO DATE CREDITS TO DATE CONTRACT TO DATE AMOUNT OF PROP. CHANGE ORDER REVISED CONTRACT AMOUNT TOTAL REVISED CONTRACT AMOUNT PER UNIT REVISED COST SHARE Dev. Cost: TOTAL REVISED CONTRACT CHANGE ORDER No: 3 CONTRACT UNIT SEWER DRAINAGE PAVING STREET LIGHTS CONTRACT DAYS Developer Cost City Cost Developer Cost City Cost Developer Cost City Cost Developer Cost City Cost $357,711.00 35 14 ($357,711.00) 49 $357,711.00 $357,711.00 49 $357,711.00 $357,711.00 City Cost: $357,711.00 REVIEWED J By Sandip Adhikari at 4:14 pm, May 08, 2023 J Revised: 10-12-2011 Page 1 DocuSign Envelope ID: D965827F-90FD-4D31-82C0-1C3197A3FBE0 Walsh Ranch - Village Residential You are directed to make the followinq changes in the contract documents. PAY ITEM # I CITY BID ITEM #I QUANTITY I UNIT I ITEM DESCRIPTION I UNIT PRICE I TOTAL TS f� ` 1 9999.0012 25.00 EA 9999.001?Fu niish/Install Walsh Ranch 14ft Street Light Pole & LED Fixture $4,800.00 $120,000.00 2 9999.0013 1.00 EA 9999.0013 Furnish/Install Walsh Ranch 30' Street Light Pole & LED Fixture $18,500.00 $18,500.00 3 3441.3301 1.00 EA 3441.3301 Rd yw Ilium Foundation TY 1,2, and 4 $1,600.00 $1,600.00 4 3441.1733 26.00 EA 3441.1733 Roar. Ilium Foundation TY 11 $1,300.00 $33,800.00 5 3441.1408 10,827.00 LF 3441.1408 NO & Insulated Elec Condr $8.00 $86,616.00 6 2605.3015 3,609.00 LF 2605.3015 2" CONDT PVC SCH 80 (T) $15.00 $54,135.00 7 3441.1501 23.00 EA 3441.1501 Ground Box Type B $950.00 $21,850.00 9 3441.3501 4.00 EA 3441.3501 Salvage Street Liht Pole $2,000.00 $8,000.00 10 9999.0014 371.00 LF 9999.0014 Remove 2" PVC Electrical Conduit $10.00 $3,710.00 New 11 3441.1771 1.00 EA 3441.1771 Furnish/Install 120-240 Volt Single Phase Metered Pedestal $9,500.00 $9,500.00 E (STREET LIGHTS) TOTALI $6711.00 REVIEWED J By Sandip Adhikari at 4:14 pm, May 08, 2023 J Revised: 10-12-2011 Page 2 DocuSign Envelope ID: D965827F-90FD-4D31-82C0-1C3197A3FBE0 Walsh Ranch - Village Residential REASONS FOR CHANGE ORDER 1 Plan Revision 5 Adding Street Lighting back into Village plan set 2 3 4 5 6 7 NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100 % OF THE CHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER. RECOMMENDED: ui-�aMeSiped by: By: Name Jor a�V%R13aC�1g442... Title: Associate APPROVED: Quail Valley De drL%gnned by:: 1- . ',, By: S 1 AILW Name �1929942B... Title: Senior Vice President APPROVED: ConatserCon d by: By. � Sij;j�0) - Name k1k29CF44A... REVIEWED 1 By Sandip Adhikari at 4:14 pm, May 08, 2023 J Title: President Revised: 10-12-2011 Page 3 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS July 26, 2023 Conatser Construction, TX, LP 5327 Wichita St. Fort Worth, Texas 76119 RE: Acceptance Letter Project Name: Walsh Ranch Quail -Valley Residential Project Type: Street Lights City Project No.: 103846 To Whom It May Concern: On May 18, 2023 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 July 26, 2023. 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 July 26, 2023, 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- 392-8424. Sincerely, Sandip Adhikri, P.E. (Jul 31, 202311:00 CDT) Sandip Adhikari, Project Manager Cc: William Rodgers, Inspector Mike Glover, Inspection Supervisor Randy Horton, Senior Inspector Victor Tornero, Program Manager Huitt-Zollars, Consultant Conatser Construction, Contractor Quail Valley Devco VLO, LLC., Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 AFFIDAVIT STATE OF TEXAS COUNTY OF TARRANT Before me, the undersigned authority, a Notary Public in the state and county aforesaid, on this day personally appeared Brock Huggins, President of Conatser Management Group, Inc., general partner of Conatser Construction TX. LP, known to me to be a credible person, who being by me duly sworn, upon his oath deposed and said: That all persons, firms, associations, corporations or other organizations furnishing labor and/or materials have been paid in full; That the wage scale established by the City Council in the City of Fort Worth, has been paid in full; and That there are no claims pending for personal injury and/or property damages; On Contract described as: WALSH RANCH — VILLAGE RESIDENTIAL STREET LIGHT IMPROVEMENTS CFA PRJ #: 22-0020 CITY PROJECT #:103846 CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP �, � C e •• of -. Subscribed and sworn to before me this 29th day of March, 2023. •�.;.PY'F�a.,. KATHERINE ROSE s NOTARY PUBLIC ID# 133a67933 Notary Public in Tarrant County, Texas * y State of Texas ''• qF S Comm. Exp.11-30.2025 {CONSENT OF SURETY COMPANY TO FINAL PAYMENT Conforms with the American Institute of Architects, AIA Document G747 OWNER ❑ ARCHITECT ❑ CONTRACTOR ❑ SURETY ❑ OTHER PROJECT: (name, address)Walsh Ranch -Quail Valley - Village Residential Fort Worth, TX TO (Owner) Bond No 0243973 QUAIL VALLEY DEVCO VLO, LLC AND THE CITY OFTI ARCHITECT'S PROJECT NO: FORT WORTH CONTRACT FOR: 400 S. Record St., Suite 1200 Street Lighting for Walsh Ranch -Quail Valley - Village Residential Dallas Tx 75202 �f 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 (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 (here insert name and address of Owner! QUAIL VALLEY DEVCO VLO, LLC AND THE CITY OF FORT WORTH 400 S. Record St., 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): 28th day of March, 2023 BERKLEY INSURANCE COMPANY Surety Company Signature of Authorized Representative Robb; Morales Title Attorney -in -Fact NOTE: This form is to be used as a companion document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition ONE PAGE No. BI-7280k 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 McEivan; Joshua Saunders; Toide Petranek; or M kaela Peppers of Aon Risk Services Southwest, Inc. of Dallas, TX its true and lawful Attomey-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 00l1.00 U.S. Dollars (U.S.$50,000,000.00), to the. same .extent as if such bonds had been duly executed and acknowledged by the regularly elected officers .of the Company at its principal office in their own proper persons. This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010: RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are hereby authorized to execute powers of attorney authorizing .and qualifying the attomey-in-fact named therein to execute bonds; undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto and said officers may remove any such attorney -in -fact and revoke any power of attorney previously granted; and further RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner and to the extent therein stated; and further RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attomey-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 VWI' MESS WI-F-REOF, the Company .has caused these presents to_ be signed and' attested by its .appropriate officers =and its corporate. seal hereunto affixed this day of MCu Attest Bcrk] Insurance Company (Seal) By /. By ;tt,. IMIL ederrxian l Je ' cr Executive Vice President & Secretary `..5 i '- ice esident W,&RNING: THIS PO'PV)ItR.1WVA11D i {'NOT PR31tT`.l;'ED ON -BLUE "BI;RKLEY" SECURITY PAPER. STATE OF COI• NECTICUT ) ) ss: COUNTY OF FAT11FIELD ) Sworn. to before me, a Notary Public in the State of Connecticut, this _L[t day of. Fix,, .a03a . by Ira S. Lederman and lefircy hi. Hafcer who are ;sworn to nie to be the Executive Vice 1' ;idt Secretaryand Senior i�irz .President, respcatively.,-ofBerkleyfnsuranceCompany- ' NOTAauNnawcaNNOTkriY7i)HI IG CONNECTICUT tavaoi.+ AMILso2ozi�ci'IResr %i'tiblic; State tsf Connecticut C) RT.MICATE. L the undersigned; Assistant Secretary -of BERKLEY INSURANCE COMPANY, DO HEREBY CERTfFY that the toregoin� is a true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded and that the authority of the Attorney in-F act set forth therein, who executed the bond or undertalpug. to which: this :Power of. Attorney is attached; -is in full force and effe,;t as of this date. Cive-a antler :my'hand and seal of the Company, this 2 g th day of 2 0 2 3 - (Scall _ Vinccut F. 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: WALSH RANCH — VILLAGE RESIDENTIAL STREET LIGHT IMPROVEMENTS CFA PRJ #: 22-0020 CITY PROJECT #:103846 CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP �, � C e •• of -. Subscribed and sworn to before me this 29th day of March, 2023. •�.;.PY'F�a.,. KATHERINE ROSE s NOTARY PUBLIC ID# 133a67933 Notary Public in Tarrant County, Texas * y State of Texas ''• qF S Comm. Exp.11-30.2025 {CONSENT OF SURETY COMPANY TO FINAL PAYMENT Conforms with the American Institute of Architects, AIA Document G747 OWNER ❑ ARCHITECT ❑ CONTRACTOR ❑ SURETY ❑ OTHER PROJECT: (name, address)Walsh Ranch -Quail Valley - Village Residential Fort Worth, TX TO (Owner) Bond No 0243973 QUAIL VALLEY DEVCO VLO, LLC AND THE CITY OFTI ARCHITECT'S PROJECT NO: FORT WORTH CONTRACT FOR: 400 S. Record St., Suite 1200 Street Lighting for Walsh Ranch -Quail Valley - Village Residential Dallas Tx 75202 �f 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 (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 (here insert name and address of Owner! QUAIL VALLEY DEVCO VLO, LLC AND THE CITY OF FORT WORTH 400 S. Record St., 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): 28th day of March, 2023 BERKLEY INSURANCE COMPANY Surety Company Signature of Authorized Representative Robb; Morales Title Attorney -in -Fact NOTE: This form is to be used as a companion document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition ONE PAGE No. BI-7280k 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 McEivan; Joshua Saunders; Toide Petranek; or M kaela Peppers of Aon Risk Services Southwest, Inc. of Dallas, TX its true and lawful Attomey-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 00l1.00 U.S. Dollars (U.S.$50,000,000.00), to the. same .extent as if such bonds had been duly executed and acknowledged by the regularly elected officers .of the Company at its principal office in their own proper persons. This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010: RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are hereby authorized to execute powers of attorney authorizing .and qualifying the attomey-in-fact named therein to execute bonds; undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto and said officers may remove any such attorney -in -fact and revoke any power of attorney previously granted; and further RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner and to the extent therein stated; and further RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attomey-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 VWI' MESS WI-F-REOF, the Company .has caused these presents to_ be signed and' attested by its .appropriate officers =and its corporate. seal hereunto affixed this day of MCu Attest Bcrk] Insurance Company (Seal) By /. By ;tt,. IMIL ederrxian l Je ' cr Executive Vice President & Secretary `..5 i '- ice esident W,&RNING: THIS PO'PV)ItR.1WVA11D i {'NOT PR31tT`.l;'ED ON -BLUE "BI;RKLEY" SECURITY PAPER. STATE OF COI• NECTICUT ) ) ss: COUNTY OF FAT11FIELD ) Sworn. to before me, a Notary Public in the State of Connecticut, this _L[t day of. Fix,, .a03a . by Ira S. Lederman and lefircy hi. Hafcer who are ;sworn to nie to be the Executive Vice 1' ;idt Secretaryand Senior i�irz .President, respcatively.,-ofBerkleyfnsuranceCompany- ' NOTAauNnawcaNNOTkriY7i)HI IG CONNECTICUT tavaoi.+ AMILso2ozi�ci'IResr %i'tiblic; State tsf Connecticut C) RT.MICATE. L the undersigned; Assistant Secretary -of BERKLEY INSURANCE COMPANY, DO HEREBY CERTfFY that the toregoin� is a true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded and that the authority of the Attorney in-F act set forth therein, who executed the bond or undertalpug. to which: this :Power of. Attorney is attached; -is in full force and effe,;t as of this date. Cive-a antler :my'hand and seal of the Company, this 2 g th day of 2 0 2 3 - (Scall _ Vinccut F. Forte