Loading...
HomeMy WebLinkAboutContract 48135-FP1 Department of TPW Const. Services I CPN# QD '60 Date C Project Manager FT WORTH, CITY SECRETARYFrisk Management S. Cana y — FCONTRACT NO. I b 1 D.O.E. Brotherton 4-1z) Water Dept. Esteban Perez 4— CFA Westerman/Scanned CTION AND PUBLIC WORKS .. 1 /� PROJECT COMPLETION Q Q� The Proceeding people have been Contacted concerning the request TLveloper Projects) GS D�J for final payment&have released this project for such payment. fo' Clearance Conducted-B-N,Ftta Ba---- CCity Project Ne: 100380 Regarding contract 100380 for WALSH RANCH-QUAIL VALLEY PHASE IB as required by the WATER DEPARTMENT as approved by City Council on N/A through M&C N/A the director of the WATER DEPARTMENT upon the recommendation of the Assistant Director of the Transportation&Public Works Department has accepted the project as D �� E Original Contract Price: FEB 02 2017 $473,362.67 Amount of Approved Change Orders: By No Revised Contract Amount: Total Cost Work Completed: $473,362.67 Z- � - 2o17 teco ended for Acceptance Date Asst. Director, TPW - Infrastructure Design and Construction elfl � Z— 3— Accepted Date Asst. Director, WATER DEPARTMENT k Z/Z /� Asst. City Manager Date Comments: - E;MAILE]D OFFICIAL RECORD CITY SECRETARY FEB 2011 F'To WORTH,TX Yni41a1: Rev.9/22/16 " �9 tLOZ 9 0 83J 5 9'C�b ) - lb�3go City Project Numbers 100380 �[A\ DOE Number 0380 Contract Name WALSH RANCH-QUAIL VALLEY-PHASE 113 Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 2/2/2017 Project Funding Project Manager NA City Secretary Contract Number Inspectors LAYER / HOUSTON Contract Date Contractor CONATSER CONSTRUCTION TxLP Contract Time 150 CD 5327 WICHITA ST Days Charged to Date 118 CD 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 $473,362.67 Less %Retained $0.00 Net Earned $473,362.67 Earned This Period $473,362.67 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 $473,362.67 Thursday,February 2,2017 Page 5 of 5 FoRT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name WALSH RANCH-QUAIL VALLEY-PHASE 1B Contract Limits Project Type WATER&SEWER City Project Numbers 100380 DOE Number 0380 Estimate Number 1 Payment Number 1 For Period Ending 2/2/2017 CD City Secretary Contract Number Contract Time 15(FD Contract Date Days Charged to Date 118 Project Manager NA Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors LAYER / HOUSTON Thursday,February 2,2017 Page 1 of 5 City Project Numbers 100380 DOE Number 0380 Contract Name WALSH RANCH-QUAIL VALLEY-PHASE 1B Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 2/2/2017 Project Funding WATER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ------------------------------- ----- - 1 8"PVC WATER PIPE 3707 LF $32.00 $118,624.00 3707 $118,624.00 2 8"PVC WATER PIPE CLSM BACKFILL 28 LF $38.00 $1,064.00 28 $1,064.00 3 DUCTILE IRON WATER FITTINGS 2.4 TN $4,000.00 $9,600.00 2.4 $9,600.00 W/RESTRAINT 4 8"GATE VALVE 22 EA $1,150.00 $25,300.00 22 $25,300.00 5 4"-12"PRESSURE PLUG 7 EA $500.00 $3,500.00 7 $3,500.00 6 FIRE HYDRANT 4 EA $4,200.00 $16,800.00 4 $16,800.00 7 8"WATERLINE LOWERING 5 EA $3,500.00 $17,500.00 5 $17,500.00 8 1"WATER SERVICE 36 EA $900.00 $32,400.00 36 $32,400.00 9 1 1/2"WATER SERVICE 2 EA $1,150.00 $2,300.00 2 $2,300.00 10 2"WATER SERVICE 1 EA $1,500.00 $1,500.00 1 $1,500.00 11 CONCRETE ENCASEMENT FOR UTILITY PIPES 2.2 CY $150.00 $330.00 2.2 $330.00 12 CONNECTION TO EXISTING 4"-12"WATER 3 EA $1,000.00 $3,000.00 3 $3,000.00 MAIN 13 TRENCH SAFETY 3735 LF $0.25 $933.75 3735 $933.75 Sub-Total of Previous Unit $232,851.75 $232,851.75 SEWER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ----------------------------------------- 1 8"SEWER PIPE 2537 LF $52.16 $132,329.92 2537 $132,329.92 2 8"SEWER PIPE CSS BACKFILL 180 LF $56.00 $10,080.00 180 $10,080.00 3 4'MANHOLE 16 EA $3,200.00 $51,200.00 16 $51,200.00 4 4"SEWER SERVICE 42 EA $650.00 $27,300.00 42 $27,300.00 5 EPDXY MANHOLE LINER 10 VF $175.00 $1,750.00 10 $1,750.00 6 TRENCH WATER STOPS 11 EA $300.00 $3,300.00 11 $3,300.00 7 SDR-26 GREEN PVC PIPE 20 LF $52.00 $1,040.00 20 $1,040.00 8 8"SEWER ABANDONMENT PLUG 3 EA $800.00 $2,400.00 3 $2,400.00 9 PVC PLUG 2 EA $500.00 $1,000.00 2 $1,000.00 10 POST CCTV INSPECTION 2737 LF $2.00 $5,474.00 2737 $5,474.00 11 MANHOLE VACUUM TESTING 19 EA $100.00 $1,900.00 19 $1,900.00 12 TRENCH SAFETY 2737 LF $1.00 $2,737.00 2737 $2,737.00 Thursday,February 2,2017 Page 2 of 5 City Project Numbers 100380 DOE Number 0380 Contract Name WALSH RANCH-QUAIL VALLEY-PHASE 1B Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 2/2/2017 Project Funding ---------------- ----- ------------ ------- - Sub-Total of Previous Unit $240,510.92 $240,510.92 Thursday,February 2,2017 Page 3 of 5 City Project Numbers 100380 DOE Number 0380 Contract Name WALSH RANCH-QUAIL VALLEY-PHASE IB Estimate Number I Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 2/2/2017 Project Funding Contract Information Summary Original Contract Amount $473,362.67 Chance Orders Total Contract Price $473,362.67 2 Date —� Total Cost of Work Completed $473,362.67 Contr r i Less %Retained $0.00 Net Earned $473,362.67 Date / Insp ti p r Earned This Period $473,362.67 J Retainage This Period $0.00 Date / Less Liquidated Damages isst. oje t Man r Days @ /Day $0.00 L " ate �- LessPavement Deficiency $0.00 Direr o r�W-I astructure Design and Construction Less Penalty $0.00 Date Z��7' Less Previous Payment $0.00 Director/Contracting Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $473,362.67 Thursday,February 2,2017 Page 4 of 5 CD \ ( z / � / 2 2 / * 0 0 0 o e » / e = g 3 m > o 0 2 ¥ d ) e \ e / g m $ 9 m ¥ > z o & § m ) \ \ ° 4 § ~ / § ^ ~ / % _ 7 / ] § \ / / } \ z / / f / > 2 0 0 m m z , - § ] C] Q / m \ i m m \ / ° > § 6 * o \ \ ^ \ -4 } k _/ ( \ # # [ ` / \ \ k 2 2m \ a a g 3 § » * \ < / U) .. (/ _ � \ \ ` 77 C) m / _ / j \ m o &co co0 _ \ o �< / ® m ƒ \ 2 Cc / CD Cf) ] \ z o ° � 00 * § « 7 § \ co � t / f go > 0 j m _ g a \ \ \ z \ \C, � \ \\ � � / n C) �a m k0 » z Ju o 0 0 g § / / m - \` -P, \ j 2 ] 2 \ k 0 m \\ z § \ { \ k[ � \ / § n § 0 cn G cil \ \ / { CDCD m O C � Q N � (D (] O Q m _ O N O S O m D Z D Q fJ CD w m < CD m CD C CD o v 3 O m �. (D 3 W (J 7" O W V W Ot A W MID - J m 4 CD 0 O N N Gl N N N N W "L A W N CD O Q O { C 3 (D N mmrmITr mmmcn —icncn rmm D D T D T D D D T Z{ { n D D z m � � n W W W W W W W N O (O (D W W W W(D (O W O A A A A A A A A W (O M i O (D W A (O (D W W r �O D (O (O 0 0 O O O O O Z O V A O O A W W N (n O m Z 0 0(n W A(n O O O N 0 0 O OI O O O_ N 0 0 0 0 0 D N O O x W W A 0 (/1 'n O W W N O s(O s W W n 1 m N �-'I N T Z7 r Zl � OF,j]W P, 1 m � N 3 O Ma n m Oj - m m 0 ! r O O(D o n D 01 D? A�= r00-z � r Tm m im ? Z CL m O < D '- 3 m pm 3 c ix m m ar T m' ° m Cn m t m T x T y 7J Q O N d < N 4 - -C, 'Il �< W V7 ;u (D 3 0 3 D (>D< X c7 3 m ° m m m E d m � v 3 W ' D 3 0 3 � m m W(� o a m m c Cn o 2 m m \ - 3 -3 co m Qz, me-+ O -x m � 5 m c KG) C) 3 -< - W 9:0 :� ' _ i D N O W m N cn n O O N ! 7J O O A m O O O - 0 O7 C O C7 m Z . O VJ N Cn Q Q N (D N N C EA 69 Efl (� EA Z Ef fA EA EA CD 'NEA Efl_N3 Efl Ol -I N A O o O V N W N UtOEAOO OOt EA OO C)-69 V ffl W EAO O 7.7 O O W 0 0 0 0 W O O O A(J l (n W O O O C 7 0 0 00 0 0 0 0 0 0 0 O O 01 C. A 0 0 m 0 0 0 0 0 0 0 0 O O O O O W O (n O O LsEA Efl A(D NUtW G7N CnA 0 0 0 o d N A(O W A A 1 % W p Q7 W O O O O A N OO o o ( AW O O. oo0006) 0 0 0 0 0 0 Q J0 0 0 0 0 0 0 0 0 0 0 0 0 8 0 0 0 0 o 0 0 C 0 0 (D 0 0 0 0 0 (O O 0 0 0 m CD N � � \� \ § � ( f ■ m_§ � ■ � J E ac I_ m �] R E g § §g 2 � ■� § § o � m� ' ■� § ■q ■ &o FE R J ) « m■ y\ a ^� p■ r_ 0 \ x� 77 � ■ \ § x � � ■ q� � § § � 2 � k § � FORTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO. 1 NAME OF PROJECT: Walsh Ranch Quail Valley 1B PROJECT NO.: 100380 CONTRACTOR: Conatser Construction DOE NO. N/A PERIOD FROM 10/03/16 TO: 02/02/17 FINAL INSPECTION DATE: 2-Feb-17 WORK ORDER EFFECTIVE 10/3/2016 CONTRACT TIME 150 O WD O CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH DURING CREDITED MONTH DURING CREDITED 1. 16. 2. 17. 3. 18. 4. 19. 5. 20. 6. 21. 7. 22. 8. 23. 9. 24. 10. 25. 11. 26. 12. 27. 13. 28. 14. 29. 15. 30. 31. SAT,SUN, RAIN,TOO WET, UTILITIES DAYS TOTAL &HOLIDAYS &TOO COLD RELOCATIONS OTHERS* CHARGED DAYS THIS 0 0 0 0 118 118 PERIOD PREVIOUS 0 0 0 0 0 0 PERIOD TOTALS 0 0 0 0 118 118 TO DATE *REMARKS: r CONTRACTOR DATE lNSPECXCW DATE ENGINEERING DEPARTT% NT The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax: (817) 392-7845 City of Fort Worth Inspector's Estimate Worksheet City Project Numbers 100380 Contract Name WALSH RANCH-QUAIL VALLEY-PHASE 1B DOE Number 0380 Contract Limits Estimate Number 1 Project Type WATER&SEWER Payment Number 1 Control Number 038001 For Period Ending Z- / 2.- / 7 Contract: Contract Date Contract Tim 150 CD Inspectors LAYER J HOUSTON Days Charged to Date ///'�' CD Date Prepared by Inspector I / 3 / Contract is OD %Complete Construction ID: 10941 Item Description of Items Estimated Uni Unit Cost Previous Quanity Completed Total Cost No. Quanity Quanity for Month Quanity WATER �c 1 8"PVC WATER PIPE 3707 LF $32.00 � U 37°7 2 8"PVC WATER PIPE CLSM 28 LF $38.00 BACKFILL 3 DUCTILE IRON WATER 2.4 TN $4,000.00 FITTINGS W/RESTRAINT , 4 8"GATE VALVE 22 EA $1,150.00 7-2- 5 1 5 4"-12"PRESSURE PLUG 7 EA $500.00 6 FIRE HYDRANT 4 EA $4,200.00 7 8"WATERLINE LOWERING 5 EA $3,500.00 /'Pj cYa a e a 8 1"WATER SERVICE 36 EA $900.00 R'; �z ? x 9 1 1/2"WATER SERVICE 2 EA $1,150.00 2--?o o� c:Fu, 10 2"WATER SERVICE 1 EA $1,500.00 11 CONCRETE ENCASEMENT FOR 2.2 CY $150.00 UTILITY PIPES 2,2- 12 .2-12 CONNECTION TO EXISTING 4"- 3 EA $1,000.00 12"WATER MAIN :1� 3 caci C'F o to 13 TRENCH SAFETY 3735 LF $0.25 - � - :stimated Total This Unit $232,851.75 Completed Total This Unit Friday,January 27,2017 Pagel City of Fort Worth Inspector's Estimate Worksheet City Project Numbers 100380 Contract Name WALSH RANCH-QUAIL VALLEY-PHASE 1B DOE Number 0380 Contract Limits Estimate Number 1 Project Type WATER&SEWER Payment Number 1 Construction ID: 10942 Item Description of Items Estimated Uni Unit Cost Previous Quanity Completed Total Cost No. Quanity Quanity for Month Quanity SEWER 1 8"SEWER PIPE 2537 LF $52.16 3Z9 fL 2 8"SEWER PIPE CSS BACKFILL 180 LF $56.00 7U 3 4'MANHOLE 16 EA $3,200.00 �� e4 J/ZOo, Op 4 4"SEWER SERVICE 42 EA $650.00 �� 02- 2,7-?ej0, clo 5 EPDXY MANHOLE LINER 10 VF $175.00 Ay /y. / 750.OV 6 TRENCH WATER STOPS 11 EA $300.00 0/ /�� 3 30 0,00 —r 7 SDR-26 GREEN PVC PIPE 20 LF $52.00 20 20 /pVd, oU 8 8"SEWER ABANDONMENT 3 EA $800.00 PLUG 3 3 Z� �DO,DU 9 PVC PLUG 2 EA $500.00 Z p DD•Q O 10 POST CCTV INSPECTION 2737 LF $2.00 2737 2737 i'd77 D(� 11 MANHOLE VACUUM TESTING 19 EA $100.00 A? P? 90D OQ 12 TRENCH SAFETY 2737 LF $1.00 22737 2737 2 -7Z :stimated Total This Unit $240,510.92 Completed Total This Unit Total Itemized Amount(Including Change Order $473,362.67 DATE /--0—/,7 Total Cost of Work Completed Insp Less %Retained Net Earned �r 7jy 3lr 2`7 Previous Payment $0.00 Material on Hand 15% 8)— Balance Due This Payment 7 73, A2•e� 7 Friday,January 27,2017 Page 2 FORTWORTHREV.8/20/16 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Conatser Construction TX,LP Walsh Ranch Quail Valley 1B Inspector City Project Number Garey Houston 100380 Construction Components Project Manager 0 Water Q Waste Water D Storm Drainage D Pavement Pat Buckley Initial Contract Amount Project Difficulty $473,362.67 O Simple Q Routine O Complex Final Contract Amount Date 1/31/2017 II)PERFORMANCE EVALUATION 0-Inadequate 1-Deficient 2-Standard 3-Good 4-Excellent ELEMENT WEIGHT(x) APPLICABLE(Y/N) RATING(0-4) MAX SCORE SCORE 1 Submission of Documents 2 y 4 8 8 2 Public Notifications 5 Y 4 20 20 3 Plans on Site 5 Y 4 20 20 4 Field Supervision 15 Y 4 60 60 5 Work Performed 15 Y 4 60 60 6 Finished Product 15 Y 4 60 60 7 Job Site Safety 15 Y 4 60 60 8 Traffic Control Maintenance 15 Y 4 60 60 9 Daily Clean Up 5 Y 4 20 20 10 Citizen's Complaint Resolution 5 Y 1 4 1 20 1 20 11 Property Restoration 5 Y 4 1 20 1 20 12 After Hours Response 5 Y 4 L 20 20 13 Project Completion 5 Y 4 1 20 20 TOTAL ELEMENT SCORE(A) 448 BONUS POINTS(25 Maximum)(B) CONTRACTOR'S RATING TOTAL SCORE(TS) 448 lIl) Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating([TS/MS] *100%) 448 / 448 = 100% Performance Category Excellent <20%=Inadequate 20%to<40%=Deficient 40%to<60%=Standard 60%to<80%=Good >80%=Excellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Inspector Signature Contractor Signature Inspector's Supervisor Signature CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth•8851 Camp Bowie West Blvd. •Fort Worth,TX 76116• (817)392-8306 FORTWORTHREV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: 1/31/2017 Name of Contractor Project Name Conatser Construction Walsh Ranch Quail Valley 1B DOE Inspector Project Manager Garey Houston y Pat Buckley DOE Number Project Difficulty Type of Contract 100380 10 Simple OO Routine O Complex 0 Water E Waste Water ❑Storm Drainage ❑ Pavement Initial Contract Amount Final Contract Amount $473,362.67 !$473,362.67 II)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3 -Good 4-Excellent ELEMENT RATING ELEMENT RATING INSPECTION EVALUATION (0-4) PLANS&SPECIFICATIONS (0-4) 1 Availability of Inspector 4 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector Y 2 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities 1-/ 3 Applicability of Specifications t/ 4 Display Of Professionalism Z/ 4 Accuracy of Plan Quantities y 5 Citizen Complaint Resolution * PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs w 1 Knowledge And/Or Problem Resolution C/ ADMINISTRATION 2 Availability of Project Manager c,/ 1 Change Order Processing Time L( 13 Communication y 2 Timliness of Contractor Payments r/ 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe 5/ III)COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS �„ The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax: (817)392-7845 FORTWORTH �r TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Walsh Ranch Quail Valley 1B PROJECT NUMBER: 100380 DOE NUMBER: N/A WATER PIPE LAID SIZE TYPE OF PIPE LF 8"inch PVC 3707 LF FIRE HYDRANTS: 4 VALVES(16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF N/A DENSITIES: NEW SERVICES: 36- 1"inch copper 540 LF 2- 1 1/2"inch copper 90 LF 1 -2"inch copper 45 LF SEWER PIPE LAID SIZE TYPE OF PIPE LF 8"inch SDR-26 PVC 2537 LF PIPE ABANDONED SIZE TYPE OF PIPE LF N/A DENSITIES: NEW SERVICES: 42-4"inch SDR-26 PVC 800 LF TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax: (817)392-7845 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 QUAIL VALLEY—PH 1B WATER& SS, STORM DRAIN AND PAVING IMPROVEMENTS DOE#: N/A CFA PRJ #: 2016-043 CITY PROJCT #: 100380 CITY OF FORT WORTH STATE OF TEXAS CONATSE ONSTRUCTION TX, LP Brock Huggins Subscribed and sworn to before me this 2nd day of Febru ` 1 +. BERTHA GIANULIS Not is in Tarrant County, Texas Notary Public, State of Texas = My Commission Expires September 18, 2019 L' hmn CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond No 0204551 PROJECT: (name, address)Walsh Ranch -Quail Valley-Phase 1 B Fort Worth,TX TO (Owner) CFA No.2016-043 QUAIL VALLEY DEVCO I,LLC AND CITY OF FORT ARCHITECT'S PROJECT NO: City Project No.100380 WORTH CONTRACT FOR: 8401 N.Central Exprsesway, Suite 350 Water,Sewer, Drainagge Paving and Street Light Improvements for Walsh Ranch-Quail Valley Phase 1 B Dallas TX 75225 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 (here insert name and address of Owner) QUAIL VALLEY DEVCO I, LLC AND CITY OF FORT WORTH 8401 N. Central Exprsesway, Suite 350 Dallas TX 75225 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 2nd day of February, 2017 BERKLEY INSURANCE COMPANY I Surety Company Attest: (Seal): Signature of Authorized Representative gn p Robbi Morales Attorney-in-Fact Title 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 POWER OF ATTORNEY No. BI-7280f 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; Vena DeLene Marshall;Sophinie Hunter;Robbi Morales, or Kelly A. Westbrook 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 25,2010: RESOLVED, that, with respect to the Surety business written by Berkley Surety Group, 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 mm` 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 WHEREOF, the Company has cause these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this'aay of ti/fue. 45: Attest: Berkley Insurance Company (Seal) By l By Ira S.. e erman Je after Senior Vice President&Secretary e r Preside WARNING. THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPER.. STATE OF CONNECTICUT) ss: COUNTY OF FAIRFIELD ) Sworn to before me, a Notary Public in the State of Connecticut, this�Jt7 da of2015, by Ira S. Lederman and Jeffrey M.Hafter who are sworn to me to be the Senior Vice President and Secre ryt an the Senior Vice Pre dent, respectively,of Berkley Insurance Company. MARIA C.RUNDBAKEN / NOTARY PUBLIC �/ 4l�� MY COMMISSION EXPIRES otary Public, State of Connecticut APRIL 30,2019 CERTIFICATE I, 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 and that the authority of the Attorney-in-Fact 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 date. Given under my hand and seal of the Company,this 2nd day of February 2017 (Seal) A a