Loading...
HomeMy WebLinkAboutContract 57562-FP3-FP3 City Secretary 57562 Contract No. FORT WORTH. Date Received 09/05/2023 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: Northpointe Phase 8 City Project No.: 103273 Improvement Type(s): Water x❑ Sewer x❑ Original Contract Price: Amount of Approved Change Order(s): Revised Contract Amount: Total Cost of Work Complete: Jacob Gateovood (Sep 1, 2023 06:43 CDT) Sep 1, 2023 Contractor Date Manager Title Conatser Construction Company Name 0.4. "� Sep 5, 2023 Project Inspector Date GJ' ,, P 4. Sep 5, 2023 Project Manager Date Sep 5, 2023 Rebecca Diane Owen (Sep 5, 2023 12:26 CDT) CFA Manager Date Sep 5, 2023 Lauren Prieur (Sep 5, 2023 12:30 CDT) TP�W, -I)irecto� Date William Johnson (Sek 5,202317:04 CDT) Sep 5, 2023 Asst. City Manager Date $1,684,958.50 -$136,448.50 $1,548,510.00 $1,548,510.00 OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT. WORTH, TX Notice of Project Completion Project Name: Northpointe Phase 8 City Project No.: 103273 City's Attachments Final Pay Estimate ❑x Change Order(s): ❑x Yes ❑ N/A Pipe Report: ❑x Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 180 WD Days Charged: 221 Work Start Date: 6/21/2022 Work Complete Date: 6/2/2023 Completed number of Soil Lab Test: 585 Completed number of Water Test: 14 Page 2of2 FORT WORT 11 CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name NORTHPOINTE PHASE 8 Contract Limits Project Type WATER & SEWER City Project Numbers 103273 DOE Number 3273 Estimate Number 1 Payment Number 1 For Period Ending 7/25/2023 WD City Secretary Contract Number Contract Time 18WD Contract Date 3/17/2022 Days Charged to Date 221 Project Manager NA Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors WATSON, D / GILBERT, C Wednesday, August 30, 2023 Page 1 of 5 City Project Numbers 103273 Contract Name NORTHPOINTE PHASE 8 Contract Limits Project Type WATER & SEWER Project Funding UNIT I: WATER IMPROVEMENTS Item Description of Items Estimated Unit No. Quanity 1 8" WATER PIPE 4929 LF 2 16" PVC C905 WATER PIPE 1035 LF 3 FIRE HYDRANT ASSEMBLY W / 6" GATE 12 EA VALVE BOX 4 DUCTILE IRON WATER FITTINGS 4.3 TN W/RESTRAINT 5 8" GATE VALVE 18 EA 6 16" GATE VALVE W/ VAULT 2 EA 7 2" COMBINATION AIR VALVE ASSEMBLY FOR 1 EA WATER 8 1" WATER SERVICE 101 EA 9 4"-12" WATER ABANDONMENT PLUG 1 EA 10 TRENCH SAFETY 5964 LF 11 CONNECTION TO EXISTING 4"-12" WATER 1 EA MAIN 12 CONNECTION TO EXISTING 16" WATER LINE 2 EA 13 AUTOMATIC FLUSHING DEVICE 5 EA 14 FLUSHING DEVICE TO PROPOSED SEWER 2 EA MANHOLE 15 CONNECT FLUSHING DEVICE TO INLET 1 EA 16 CONNECT FLUSHING DEVICE TO SEWER MAIN 1 EA Sub -Total of Previous Unit - - - - - - - - - - - - - - - - - - - UNIT II: SANITARY SEWER IMPROVEMENTS Item Description of Items No. -------------- 1 8" SEWER PIPE (CO #1) (CO #2) 2 8" SEWER PIPE CLSM BACKFILL 3 8" SEWER PIPE CSS BACKFILL 4 EPDXY MANHOLE LINER 5 4' MANHOLE (CO #1) 6 4' DROP MANHOLE 7 4' MANHOLE WATER TIGHT MANHOLE DOE Number 3273 Estimate Number I Payment Number 1 For Period Ending 7/25/2023 Unit Cost Estimated Completed Completed Total Quanity Total $42.00 M7,018.00 4929 $207,018.00 $126.00 W0,410.00 1035 $130,410.00 $4,400.00 $52,800.00 12 $52,800.00 $5,000.00 $21,500.00 4.3 $21,500.00 $1,350.00 $24,300.00 18 $24,300.00 $18,500.00 $37,000.00 2 $37,000.00 $6,500.00 $6,500.00 1 $6,500.00 $1,000.00 w1,000.00 101 $101,000.00 $1,000.00 $1,000.00 1 $1,000.00 $2.00 $11,928.00 5964 $11,928.00 $1,000.00 $1,000.00 1 $1,000.00 $2,000.00 $4,000.00 2 $4,000.00 $4,500.00 $22,500.00 5 $22,500.00 $2,500.00 $5,000.00 2 $5,000.00 $2,500.00 $2,500.00 1 $2,500.00 $1,500.00 ---------------- $1,500.00 1 $1,500.00 $629,956.00 $629,956.00 Estimated Unit Unit Cost Estimated Completed Completed Quanity Total Quanity Total ------------------------- 7823 LF $62.00 085,026.00 7823 $485,026.00 160 LF $85.00 $13,600.00 160 $13,600.00 120 LF $95.00 $11,400.00 120 $11,400.00 55 VF $395.00 $21,725.00 55 $21,725.00 34 EA $4,200.00 $142,800.00 34 $142,800.00 5 EA $6,200.00 $31,000.00 5 $31,000.00 1 EA $7,200.00 $7,200.00 1 $7,200.00 Wednesday, August 30, 2023 Page 2 of 5 City Project Numbers 103273 Contract Name NORTHPOINTE PHASE 8 Contract Limits Project Type WATER & SEWER Project Funding 8 9 10 11 12 13 13 14 15 16 17 18 EXTRA DEPTH MANHOLE (CO #1) 72.8 VF 4" SEWER SERVICE 101 EA MANHOLE VACUUM TESTING 42 EA CONCRETE COLLAR 4 LF TRENCH SAFETY 8183 LF POST -CCTV INSPECTION 8183 LF 8" SEWER ABANDONMENT PLUG (CO #2) 0 EA 12" LARGE STONE RIPRAP DRY 458 SY CONNECT TO EXISTING MANHOLE 1 EA DEEP TRENCH BACKFILL 508 LF REMOVE PLUG AND CONNECT TO EXISTING 0 EA 8" SEWER LINE (CO #1) 8" SEWER ABANDONMENT PLUG (CO #1) 1 EA Sub -Total of Previous Unit DOE Number 3273 Estimate Number I Payment Number 1 For Period Ending 7/25/2023 $185.00 $13,468.00 72.8 $13,468.00 $750.00 $75,750.00 101 $75,750.00 $150.00 $6,300.00 42 $6,300.00 $250.00 $1,000.00 4 $1,000.00 $2.00 $16,366.00 8183 $16,366.00 $3.00 $24,549.00 8183 $24,549.00 $1,000.00 $0.00 0 $0.00 $105.00 $48,090.00 458 $48,090.00 $1,500.00 $1,500.00 1 $1,500.00 $35.00 $17,780.00 508 $17,780.00 $1,000.00 $0.00 0 $0.00 $1,000.00 $1,000.00 1 $1,000.00 $918,554.00 $918,554.00 Wednesday, August 30, 2023 Page 3 of 5 City Project Numbers 103273 Contract Name NORTHPOINTE PHASE 8 Contract Limits Project Type WATER & SEWER Project Funding Contract Information Summary Original Contract Amount Change Orders Change Order Number 1 Change Order Number 2 DOE Number 3273 Estimate Number 1 Payment Number 1 For Period Ending 7/25/2023 $1,684,958.50 ($124,288.50) ($12,160.00) Total Contract Price $1,548,510.00 Total Cost of Work Completed $1,548,510.00 Less % Retained $0.00 Net Earned $1,548,510.00 Earned This Period $1,548,510.00 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 $1,548,510.00 Wednesday, August 30, 2023 Page 4 of 5 City Project Numbers 103273 DOE Number 3273 Contract Name NORTHPOINTE PHASE 8 Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER & SEWER For Period Ending 7/25/2023 Project Funding Project Manager NA City Secretary Contract Number Inspectors WATSON, D / GILBERT, C Contract Date 3/17/2022 Contractor CONATSER CONSTRUCTION TxLP Contract Time 180 WD 5327 WICHITA ST Days Charged to Date 221 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 $1,548,510.00 Less % Retained $0.00 Net Earned $1,548,510.00 Earned This Period $1,548,510.00 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 $1,548,510.00 Wednesday, August 30, 2023 Page 5 of 5 DEVELOPER -AWARDED -PROJECT CHANGE ORDER PROJECT NAME: Northpointe Phase 8 (CONTRACT: Water, Sewer, Paving/Street Signs, Storm Drain and Street Lights ICFA # 22-0002 I CITY PARTICIPATION: NO ICITY PROJECT # 103273 I IPRC# 21-0102 IX -NUMBER X-27054 IFILE # W-2792 IFID # FID# 30114-0200431-103273-EO7685 INSPECTOR: Fabian Diaz-Aguinaga Phone No: 817-392-8306 PROJECT MANAGER: Drew Goodman Phone No: 817-392-2237 WATER I SEWER Developer Cost City Cost Developer Cost City ORIGINAL CONTRACT $629,956.00 I $1,055,002.50 EXTRAS TO DATE I I CREDITS TO DATE CONTRACT TO DATE $629,956.00 I $0.00 $1,055,002.50 I $0 (AMOUNT OF PROP. CHANGE ORDER I $ (124,288.50)I I REVISED CONTRACT AMOUNT $629,956.00 I $0.00 $930,714.00 I $C TOTAL REVISED CONTRACT AMOUNT PERUNIT $629,956.00 $930,714.00 REVISED COST SHARE Dev. Cost: $3,408,875.00 TOTAL REVISED CONTRACT CHANGE ORDER No: I I 1 I I CONTRACT UNIT PAVING I DRAINAGE Cost (Developer Costl City Cost Developer Costl Ci $1,280,370.00 I I I $379,205.00 I I I I .00 I $1,280,370.00 I $0.00 I I I $379,205.00 I I .00 I $1,280,370.00 I $0.00 I I I $379,205.00 $1,280,370.00 I $379,205.0 City Cost: $3,408,875.00 REVIEWED By Andrew Goodman at &26 am, Jun 02, 2023 ty Cost 0 STREET LIGHTS I CONTRACT eveloper DAYS Cost City Cost $188,630.00 I 180 I I I I $188,630.00 $0.00 I 180 I 0 I $188,630.00 $0.00 I 180 $188,630.00 Ij $0.00 $0.00 $0.00 Revised: 10-12-2011 Page 1 DocuSign Envelope ID: E96D4FBE-5FB3-4683-B41F-BF0190092CD0 REVIEWED By Andrew Goodman at 8:26 am, Jun 02, 2023 You are directed to make the followlnA changes in the ntract docu #nis: CITY DID ITEM I PAY ITEM # # QUANTITY UNIT II ITEM DESCRIPTION I UNIT PRICE I TOTAL 11 I UNIT II: SANITARY SEWER IMPROVEME TES J 1 3331.4115 -180 LF Sewer Pice $ 62.00 $ 111,160.00)1 5 3339.1002 -2 FA 4' Manhole I $ 4,200.00 S (8 400,0011 8 3339.1003 -566.1 VF Extra Deoth Manhole $ 185.00 $ (104.728.5011 9 9999.0.0006 -1 EA Remove Plugand Connect to Existig2 8" Sewer Line I $ 1.000.00 $ (1,000.00)1 I 13 241.2103 1 FA 8" Sewer Abandonment Plan $ 1.000.00 $ 1,000.001 1 TOTAL CHANGE ORDER NO.1 $ (124,288.5011 REASONS FOR CHANGE ORDER Remove previous sewer infrastructure necessary for crossing Heritage Trace 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: Kin -ley -Horn Lennar Home DocuSigned by: offie as Lanj(�nd Construction ConatserC wn TX, LP BY: Name: Bryce Eckeberaer Name: Jennifer Eller Name: Adam ms Title: Proiect Manaoer Tite: Authorized Anent Title: Manaoer Revised: 10-12-2011 Page 2 REVIEWED By Andrew Goodman at 12:48 pm, Jul 18, 2023 DEVELOPER -AWARDED -PROJECT CHANGE ORDER I PROJECT NAME: Northpointe Phase 8 CHANGE I CONTRACT: Water, Sewer, Pavina/Street Signs, Storm Drain and Street Lights ORDER No: ICFA # 22-0002 I CITY PARTICIPATION:( NO ICITY PROJECT # 103273 I IPRC# 21-0102 2 IX -NUMBER X-27054 IFILE # W-2792 IFID # FID# 30114-0200431-103273-EO7685 INSPECTOR: Fabian Diaz-Aguinaga Phone No: 817-392-8306 PROJECT MANAGER: Drew Goodman Phone No: 817-392-2237 CONTRACT UNIT WATER I SEWER PAVING I DRAINAGE STREET LIGHTS CONTRACT Developer �evel DAYS Cost I City Cost (Developer Cost I City Cost I Developer Cost I City Cost (Developer Cost City Cost Cost I Cit Cost ORIGINAL CONTRACT $629,956.00 I I $1,055,002.50 I $1,280,370.00 I $379,205.00 $188,630.00 180 EXTRAS TO DATE I I I I I CREDITS TO DATE I I $124,288.50 I I I I CONTRACT TO DATE $629,956.00 I $0.00 I $930,714.00 I $0.00 $1,280,370.00 I $0.00 I $379,205.00 $0.00 $188,630.00 $0.00 I 180 IAMOUNT OF PROP. CHANGE ORDER I I$ (12,160.00)I 1 I I 0 € RDATACT AMOUNT OYA��ER� % 8,30.00 86 $0.00 I 180 PER UNIT $629,956.00 I $918,554.00 $1,280,370.00 I $379,205.00 $188,630.00 REVISED COST SHARE Dev. Cost: $3,396,715.00 City Cost: $0.00 TOTAL REVISED CONTRACT $3,396,715.00 Revised. 10-12-2011 Page 1 REVIEWED By Andrew Goodman at 12:47 pm, Jul 18, 2023 You are directed to make the following changes in the contract documents: I CITY BID ITEM I I I I PAY ITEM # QUANTITY UNIT I ITEM DESCRIPTION UNIT PRICE TOTAL UNIT II: SANITARY SEWER IMPROVEME T 1 3331.4115 -180 LF Sewer Pipe $ 62.00 $ (11,160.00 13 241.2103 -1 EA 8" Sewer Abandonment Plup $ 1,000.00 $ TOTAL CHANGE ORDER NO. I $ �1,000..0� 12,160.00 REASONS FOR CHANGE ORDER Remove previous sewer infrastructure constructed and then removed. 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: DoeuSigned by: Kimley-Horn Lennar Home o�e as Lany(,�nd Construction Con tsar Coos, c ion 7X LP Bryce Eckeberger p ;o„°obo,o;,",`5a-0 BY- By. By: IZ—, Name: Bryce Eckeberoer Name: Jennifer Eller Name: Adam ns TMe: Protect Manager Tide: Authorized Aaent Title: Manaoer Revised: 10-12-2011 Page 2 5,A 1+,28,03 lNE�-,K A �1213SO1014151VII 11— tl I cn r ul A ""'EIMM �=�l A . . . VE. ALTERNATE LOT SERVICE DETAIL N E L.—El—R--EElEl--­ C-25 'T -1 —711 1 2 -4=----- I G-27 4 -1 G-23 C-22 ONSITE KEY MAP UU o fi5 760k z ?"1755 A HrA.. , LIL�E SS—K UTILITY LEGEND REVIEWED ...... .. .. Pa -1- �Tl "NoN' 6"NS3 11- I P- 1-- o TYPICAL UTILITY LOCATION 11 oRlI 'E _T RIE will I 1 1 SEWER GENERAL NOTES T NIA T NT.Al.RT.FIEL.v.IIL.-I.N.FE.1-N.ITIuTl�IRI.n � -ER-E I Ar�E��NE,�,�IE��.NE��.NFLI�T$OE .1- 1 IWARNING11 N, I tE 211 7 8�,�,A-,� AT .......... ma ­ RE=on nxmrvs Txasrnwxren xsxss,o eQxon cnuTen TRIN. a 1�'."1111TAL < EL � U) 1 780 SEWER NOTES LU C,) A -EDl-0FSX-lN - - - - - - - - %T��TR.NL�. R—F—T LU 1 775 p R`— in (if EL 0 1 770 z Q- - 760 BENCHMARKS < 755 �Z750 7— FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Northpointe Ph 8 CITY PROJECT NUMBER: 103273 WATER PIPE LAID SIZE TYPE OF PIPE 8" Water Pipe 8" PVC 16" PVC water pipe 16" PVC FIRE HYDRANTS: 7 PIPE ABANDONED DENSITIES: NEW SERVICES: I PIPE LAID 8" Sewer Pipe PIPE ABANDONED DENSITIES: NEW SERVICES: VALVES (16" OR LARGER) SIZE TYPE OF PIPE All Densities Passed 1" WaterService Copper LF LF 4929 1035 101 EA SEWER SIZE TYPE OF PIPE LF 8" PVC 8283 SIZE TYPE OF PIPE LF All Densities Passed 4" Sewer Service PVC TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311 101 EA FORTWORTH. TRANSPORTATION AND PUBLIC WORKS June 15, 2023 Conatser Construction TX, LP 5327 Wichita Street Fort Worth, TX 76119 RE: Acceptance Letter Project Name: Northpointe Ph 8 Project Type: Water,Sewer,Storm Drain, Paving, Streetlights City Project No.: 103273 To Whom It May Concern: On July 25, 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 August 17, 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 August 17, 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- 727-5702. Sincerely, C')" 4. Andrew Goodman, Project Manager Cc: Fabian Diaz, Inspector Donald Watson, Inspection Supervisor Oscar Aguillon, Senior Inspector Victor V. Tornoro Jr, Program Manager Kimley Horn Engineering, Consultant Conatser Construction Tx, LP, Contractor Lennar Homes of Texas Land & Construction, Ltd, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 AFFIDAVIT STATE OF TEXAS COUNTY OF TARRANT Before me, the undersigned authority, a Notary Public in the state and county aforesaid, on this day personally appeared Brock Huggins, President of Conatser Management Group, Inc., general partner of Conatser Construction TX, LP, known to me to be a credible person, who being by me duly sworn, upon his oath deposed and said: That all persons, firms, associations, corporations or other organizations furnishing labor and/or materials have been paid in full; That the wage scale established by the City Council in the City of Fort Worth, has been paid in full; and That there are no claims pending for personal injury and/or property damages; On Contract described as: NORTHPOINTE PH. 8 WATER, SANITARY SEWER, DRAINAGE, PAVING, & STREET LIGHT IMPROVEMENTS CFA PRJ #: 22-0002 CITY PROJECT #: 103273 CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP J' Brock Hugg Subscribed and sworn to before me this I91h day of June, 2023. KATHERINE ROSE ' ` "l-u NOTARY PUBLIC Notary Public in Tarrant County Texas i* *: ID# 1334g7933 Comm. Ep. 11 30 2Q25 CONSENT OF SURETY COMPANY TO FINAL PAYMENT Conforms with the American Institute of Architects, AIA Document G707 PROJECT: (name, add resS)North poi nte, Phase 8 Fort Worth, TX TO (Owner) OWNER ❑ ARCHITECT ❑ CONTRACTOR ❑ SURETY ❑ OTHER CITY OF FORT WORTH AND LENNAR HOMES OF TEXAS LAND AND CONSTRUCTION, LTD. 1707 Market Place Blvd., Suite 100 Irving TX 75063 .__I CONTRACTOR: CONATSER CONSTRUCTION TX, L.P. Bond No 0243958 ARCHITECT'S PROJECT NO: CFA NO22-0002 CONTRACT FOR: Water, Sanitary Sewer. Drainagge, Paving, & Street Lighting Improvements for Northpointe,Phase 8 CONTRACT DATE: In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (here insert name and address of Surety Company) BERKLEY INSURANCE COMPANY 475 Steamboat Road Greenwich CT 06830 , SURETY COMPANY on bond of (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) 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 Attest: (Seal): 16th day of June, 2023 BERKLEY INSURANCE COMPANY Surety -- Signature of Authorized Representative Robbi Morales Title Attornev-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 blunter; Robbi Morales, Kelly A. Westbrook; Tina McEtvau; Joshua Saunders; Tonie. Petranek; or Mikaela Peppery of Aon Risk Services Southwest, Inc. of Dallas, TX its true and lawful Attorney -in -Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation shall exceed Fifty Million and 00/100 U.S. Dollars (U.S.$50,000,000.00), to the. same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers .of the Company at its principal office in their own proper persons. This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January.25, 20T0: 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 Wn NESSS I«EREOF, the Company hzs caused these presents to. be signed and attested by its appropriate officers -and its corporate, seal hereunto affixed this jr day of M Attest Berkl Insurance Company (Seal) By �� By IrarS_: edennan Je tier Executive Vice President &Secretary �..5 i Ice; dent WARNING: T-1IIS:P0W9R.VrfVA1;1D lF:NOT PRMTED ON BLUE `TERKLlEY" SECURITY PA.PEX STATE OF CONNECTiCUT ) ) ss: COUNTY OF kATRFIELD ) Sworn to beforeme, a Notary Public in the State of Connecticut; this I day of. Hcui awl , `by Ira S. Lederman and RiTrey M. Hafter who are sworn to pie to be the Executive Vice President- Secretary, and tA Senior Vice- .President respcctively, of Berkley fnstirance Company. JARC R NDR CM CONNECTICUT MY CoNIWL 20, SIO2DE2K{PIRES 'IAtary Ptiblici State of Connecticut CERTIFICATE. I., the undersigned;. Assistant Secretary -of BER LI Y INSURANCE COMPANY, DO.HEREBY CERTIFY that the foreggoing is a true, correct and complete copy of the origitial.Power of Attorney; that said Power of Attorney has not been revoked or rescinded and that the .authority qF the Anomey-in-1`act.set forth therein, who executed .the: bond or undertaking to which. this Power of Attorney is attached, -is. in full force and effect as of this d1te. CiiYen under.zny)iaod<and seal of the Company, thisl6 th day ofJune , 2023 (Scat) __ /t J 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: NORTHPOINTE PH. 8 WATER, SANITARY SEWER, DRAINAGE, PAVING, & STREET LIGHT IMPROVEMENTS CFA PRJ #: 22-0002 CITY PROJECT #: 103273 CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP J' Brock Hugg Subscribed and sworn to before me this I91h day of June, 2023. KATHERINE ROSE ' ` "l-u NOTARY PUBLIC Notary Public in Tarrant County Texas i* *: ID# 1334g7933 Comm. Ep. 11 30 2Q25 CONSENT OF SURETY COMPANY TO FINAL PAYMENT Conforms with the American Institute of Architects, AIA Document G707 PROJECT: (name, add resS)North poi nte, Phase 8 Fort Worth, TX TO (Owner) OWNER ❑ ARCHITECT ❑ CONTRACTOR ❑ SURETY ❑ OTHER CITY OF FORT WORTH AND LENNAR HOMES OF TEXAS LAND AND CONSTRUCTION, LTD. 1707 Market Place Blvd., Suite 100 Irving TX 75063 .__I CONTRACTOR: CONATSER CONSTRUCTION TX, L.P. Bond No 0243958 ARCHITECT'S PROJECT NO: CFA NO22-0002 CONTRACT FOR: Water, Sanitary Sewer. Drainagge, Paving, & Street Lighting Improvements for Northpointe,Phase 8 CONTRACT DATE: In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (here insert name and address of Surety Company) BERKLEY INSURANCE COMPANY 475 Steamboat Road Greenwich CT 06830 , SURETY COMPANY on bond of (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) 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 Attest: (Seal): 16th day of June, 2023 BERKLEY INSURANCE COMPANY Surety -- Signature of Authorized Representative Robbi Morales Title Attornev-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 blunter; Robbi Morales, Kelly A. Westbrook; Tina McEtvau; Joshua Saunders; Tonie. Petranek; or Mikaela Peppery of Aon Risk Services Southwest, Inc. of Dallas, TX its true and lawful Attorney -in -Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation shall exceed Fifty Million and 00/100 U.S. Dollars (U.S.$50,000,000.00), to the. same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers .of the Company at its principal office in their own proper persons. This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January.25, 20T0: 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 Wn NESSS I«EREOF, the Company hzs caused these presents to. be signed and attested by its appropriate officers -and its corporate, seal hereunto affixed this jr day of M Attest Berkl Insurance Company (Seal) By �� By IrarS_: edennan Je tier Executive Vice President &Secretary �..5 i Ice; dent WARNING: T-1IIS:P0W9R.VrfVA1;1D lF:NOT PRMTED ON BLUE `TERKLlEY" SECURITY PA.PEX STATE OF CONNECTiCUT ) ) ss: COUNTY OF kATRFIELD ) Sworn to beforeme, a Notary Public in the State of Connecticut; this I day of. Hcui awl , `by Ira S. Lederman and RiTrey M. Hafter who are sworn to pie to be the Executive Vice President- Secretary, and tA Senior Vice- .President respcctively, of Berkley fnstirance Company. JARC R NDR CM CONNECTICUT MY CoNIWL 20, SIO2DE2K{PIRES 'IAtary Ptiblici State of Connecticut CERTIFICATE. I., the undersigned;. Assistant Secretary -of BER LI Y INSURANCE COMPANY, DO.HEREBY CERTIFY that the foreggoing is a true, correct and complete copy of the origitial.Power of Attorney; that said Power of Attorney has not been revoked or rescinded and that the .authority qF the Anomey-in-1`act.set forth therein, who executed .the: bond or undertaking to which. this Power of Attorney is attached, -is. in full force and effect as of this d1te. CiiYen under.zny)iaod<and seal of the Company, thisl6 th day ofJune , 2023 (Scat) __ /t J Vincent P. Forte