HomeMy WebLinkAboutContract 56606-FP3 City Secretary
56606 -FP3
Contract No.
FORTWORTH, Date Received November 17,2022
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: WestPoint Crossing
City Project No 102905
Improvement Type(s): Water 0 Sewer x❑
Original Contract Price: $899,863,00
Amount of Approved Change Order(s): $11,760.00
Revised Contract Amount:
Total Cost of Work Complete: $911,623.00
JACOB GATEWOOD(Nov 16,202210:43 CST) Nov 16, 2022
Contractor Date
PROJECT MANAGER
Title
CONATSER CONSTRUCTION TX,L.P.
Company Name
Je m oonce(Nov16,202211:42CST) Nov 16, 2022
Project Inspector Date
�e66� crJlL Nov 16, 2022
Project Manager ��_ Date
� �"� �2 Nov 16 2022
Dwayne HoU for(Nov 16,202212:42 CST) 7
CFA Manager Date
Nov 16, 2022
Interim TPW Director Date
Nov 17 2022
William Johnson(Nov 7,202209:52 GMT+1) ,
Asst. City Manager Date
OFFICIAL RECORD
CITY SECRETARY
FT.WORTH,TX
Page 1 of 2
Notice of Project Completion
Project Name:WestPoint Crossing
City Project No.: 102905
City's Attachments
Final Pay Estimate 0
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: 205 WD Days Charged 230
Work Start Date 12/08/2021 Work Complete Date: 11/2/2022
Soil Lab Number of Tests 458
Water Number of Tests 35
Page 2 of 2
FORT WORTH
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name WESTPOINT CROSSING
Contract Limits
Project Type WATER&SEWER
City Project Numbers 102905
DOE Number 2905
Estimate Number 1 Payment Number 1 For Period Ending 11/2/2022
WD
City Secretary Contract Number Contract Time 20WD
Contract Date 11/12/2021 Days Charged to Date 230
Project Manager NA Contract is 100.00 Complete
Contractor CONATSER CONSTRUCTION TxLP
5327 WICHITA ST
FORT WORTH, TX 76119
Inspectors CORDOVA / KOONCE
Tuesday,November 15,2022 Pagel of 5
City Project Numbers 102905 DOE Number 2905
Contract Name WESTPOINT CROSSING Estimate Number 1
Contract Limits Payment Number 1
Project Type WATER&SEWER For Period Ending 11/2/2022
Project Funding
UNIT I:WATER IMPROVEMENTS
Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed
No. Quanity Total Quanity Total
---------------------------------------
1 4'-12"PRESSURE PLUG 3 EA $1,000.00 $3,000.00 3 $3,000.00
2 10'WIDE ASPHALT PVMT REPAIR,ARTERIAL 51 SY $90.00 $4,590.00 51 $4,590.00
3 SEEDING,HYDROMULCH 1000 SY $2.00 $2,000.00 1000 $2,000.00
4 8"WATERLILNE LOWERING I EA $3,500.00 $38,500.00 11 $38,500.00
5 TRENCH SAFETY 4296 LF $1.00 $4,296.00 4296 $4,296.00
6 CONCRETE ENCASEMENT FOR UTILITY PIPES 10 LF $60.00 $600.00 10 $600.00
7 IMPORTED EMBEDMENTBACKFILL,CSS 220 CY $60.00 $13,200.00 220 $13,200.00
8 DUCTILE IRON WATER FITTINGS 2 TN $5,000.00 $10,000.00 2 $10,000.00
W/RESTRAINT
9 8"PVC WATER PIPE 4296 LF $36.00 3154,656.00 4296 $154,656.00
10 FIRE HYDRANT&6"GATE VALVE 6 EA $4,500.00 $27,000.00 6 $27,000.00
11 CONNECT TO EXISTING 4"-12"WATER MAIN 1 EA $1,000.00 $1,000.00 1 $1,000.00
12 1"WATER SERVICE(DOMESTIC) 85 EA $950.00 $80,750.00 85 $80,750.00
13 1"WATER SERVICE(IRRIGATION) 8 EA $950.00 $7,600.00 8 $7,600.00
14 8"GATE VALVE 13 EA $1,250.00 $16,250.00 13 $16,250.00
15 30"X8"TAPPING SLEEVE&VALVE I EA $14,500.00 $14,500.00 1 $14,500.00
16 TRAFFIC CONTROL I MO $4,500.00 $4,500.00 1 $4,500.00
17 AUTOMATIC FLUSING DEVICE(HG2-A-EN-E- 1 EA $4,500.00 $4,500.00 1 $4,500.00
PVC-018-LPLG)
--------------------------------------
Sub-Total of Previous Unit $386,942.00 $386,942.00
UNIT 2:SANITARY SEWER IMPROVEMENTS
Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed
No. Quanity Total Quanity Total
---------------------------------------
1 LARGE STONE RIPRAP,DRY 283 SY $125.00 $35,375.00 283 $35,375.00
2 10'WIDE ASPHALT PVMT REPARI,ARTERIAL 51 SY $90.00 $4,590.00 51 $4,590.00
3 SEEDING HYDROMULCH 1000 SY $2.00 $2,000.00 1000 $2,000.00
4 POST-CCTV INSPECTION 4153 LF $4.00 $16,612.00 4153 $16,612.00
5 MANHOLE VACUUM TESTING 26 EA $150.00 $3,900.00 26 $3,900.00
6 TRENCH SAFETY 4153 LF $2.00 $8,306.00 4153 $8,306.00
7 CONCRETE ENCASEMENT FOR UTILITY PIPES 12 CY $60.00 $720.00 12 $720.00
8 IMPORTED EMBEDMENT/BACKFILL,CSS 210 CY $60.00 $12,600.00 210 $12,600.00
Tuesday,November 15,2022 Page 2 of 5
City Project Numbers 102905 DOE Number 2905
Contract Name WESTPOINT CROSSING Estimate Number 1
Contract Limits Payment Number 1
Project Type WATER&SEWER For Period Ending 11/2/2022
Project Funding
9 20"CASING BY OPEN CUT 170 LF $220.00 $37,400.00 170 $37,400.00
10 8"SEWER CARRIER PIPE 170 LF $66.00 $11,220.00 170 $11,220.00
11 4"SEWER SERVICE 85 EA $650.00 $55,250.00 85 $55,250.00
12 811SEWER MAIN 3829 LF $46.00 3176,134.00 3829 $176,134.00
13 8"DIP SEWER PIPE 154 LF $66.00 $10,164.00 154 $10,164.00
14 LINER-4'SEWER MH 69 VF $385.00 $26,565.00 69 $26,565.00
15 4'MANHOLE 25 EA $4,500.00 $112,500.00 25 $112,500.00
16 EXTRA DEPTH DEPTH MANHOLE(>6.01) 37 VF $185.00 $6,845.00 37 $6,845.00
17 CONNECT TO EXISTING MANHOLE 1 EA $4,500.00 $4,500.00 1 $4,500.00
---------- --
Sub-Total of Previous Unit $524,681.00 $524,681.00
--------------------------------------
Tuesday,November 15,2022 Page 3 of 5
City Project Numbers 102905 DOE Number 2905
Contract Name WESTPOINT CROSSING Estimate Number 1
Contract Limits Payment Number 1
Project Type WATER&SEWER For Period Ending 11/2/2022
Project Funding
Contract Information Summary
Original Contract Amount $899,863.00
Change Orders
Change Order Number 2 $11,760.00
Change Order Number
Total Contract Price $911,623.00
Total Cost of Work Completed $911,623.00
Less %Retained $0.00
Net Earned $911,623.00
Earned This Period $911,623.00
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 $911,623.00
Tuesday,November 15,2022 Page 4 of 5
City Project Numbers 102905 DOE Number 2905
Contract Name WESTPOINT CROSSING Estimate Number 1
Contract Limits Payment Number 1
Project Type WATER&SEWER For Period Ending 11/2/2022
Project Funding
Project Manager NA City Secretary Contract Number
Inspectors CORDOVA / KOONCE Contract Date 11/12/2021
Contractor CONATSER CONSTRUCTION TxLP Contract Time 205 WD
5327 WICHITA ST Days Charged to Date 230 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 $911,623.00
Less %Retained $0.00
Net Earned $911,623.00
Earned This Period $911,623.00
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 $911,623.00
Tuesday,November 15,2022 Page 5 of 5
FORl' 'Aw'I'n
TRANSPORTATION AND PUBLIC WORKS
PIPE REPORT FOR:
PROJECT NAME: Westpoint Crossing
CITY PROJECT NUMBER: 102905
WATER
PIPE LAID SIZE TYPE OF PIPE LF
C-900 8" PVC 4296
FIRE HYDRANTS: 6 VALVES(16" OR LARGER)
PIPE ABANDONED SIZE TYPE OF PIPE LF
DENSITIES: Yes
NEW SERVICES: 1" Copper 93 EA.
SEWER
PIPE LAID SIZE TYPE OF PIPE LF
SDR-26 8" PVC 3829
Carrier Pipe 8" DIP 170
DIP 8" DIP 154
PIPE ABANDONED SIZE TYPE OF PIPE LF
DENSITIES: Yes
NEW SERVICES: 4" PVC 85 EA.
TRANSPORTATION AND PUBLIC WORKS
The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311
(817)392-7941 •Fax: (817)392-7845
o -u 0n no =(CD -4c §\ m m> z o
® ; ® 04 m u U S , C) @
e 2 %om §
m ®m , z � zJy «om m � %m
> • n ' >
- k § C§ ® ` £ §
k §/ T GI
) � �`
k � j
q =7 /> to 4 =$ &
# ! \ b _ \
» ) E/ o
G � � }2 §
c
r o
� \ ^ \\
_ ; q
f - m
*
\
E §
7 } } ) a
00 \ §
- / §
_ ) \ \
ƒ j
\ _ \
q
` « ) § _
a §
£ §
- - up0
/ 7 k / /\ . .
e zn
W
t 4
! - #
§ 2 }
) § §
0 )
n
\ . .
§
O R Q En
-n
3 O R rff
N m C `)3 m ➢ a y a a ,� n d ,i a a
N v� p = y O
+ S O A rA- m
11 L2l u n u m u a n
° m 'S m
� O
r m o 4 0 0
a a
3 O VI N R A d w w 0 0 0 0 a 0
m
m�
N
mz ro c a ins +u,m tn� aN a
v
i Z m OA my o 0 0 0
n m
=A T G {mn o D D D R A A D ��w n
w 0 Z n N N N
K O<
O 3 m
- I mz 19
m m
�O NtnyN 0C r rC mr0 TTC C
ry O I r Z m
? m�r"D
w n p
O�
C p u�0i
=m o
m
<O v
im
m A n
N °
mA c
z
m0 co 2 N
N m a it V .2 O n
O n -�
O m6
m o O m GY m
G O A a n m m N 0 Z n° m A N ro n <C)0 N c 1 p Z
wm m 3 c <. m °' Ccn o
m O mVJ N Q.TpIm� V) d n A
ri is - O m n a a 3 O w b °< m 53
ig m Cwi A
m _C = Z m 0 .Z m
m m 9 < n'
n m z m v m m
x n
A 7' m M
Z A Z
m o N
O h
A a
o N
m w
7J
O a
O N
U) N
1 �
o
z
O C C C C
Z m y
N � aZl 2 N e w W m-i J N-I f>•A y N U A� t.�-1
A O�O U O X O O A O O O O....Zl t.m A
A m " o n o o n p 0 0
o m m m
d d h C7 .y. bi Ifl W W N N 1 j N bl 1 +Iwp N VI fA��y �N�Owl 1
� n v,o�000r 000� �0000aor �i'�r
0 0 0
4 � o
I
n
V
FORT WORTH.
TRANSPORTATION AND PUBLIC WORKS
November 14, 2022
Conatser Construction TX, LP.
5327 Wichita Street
Fort Worth,TX 76119
RE: Acceptance Letter
Project Name: Westpoint Crossing
Project Type: Developer
City Project No.: 102905
To Whom It May Concern:
On November 2, 2022 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 November 9, 2022. 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 November 9, 2022, 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
Jeremy.Koonce@ FortWorthTexas.gov.
Sincerely,
TJLpOG2 V. L(/��L
Debbie Willhelm, Project Manager
Cc:Jeremy Koonce, Inspector
Gary Deyon, Inspection Supervisor
Gary Deyon, Senior Inspector
VictorTornero, Program Manager
Shield Engineering Group, Consultant
Conatser Construction TX, LP., Contractor
D.R. Horton, 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:
WESTPOINT CROSSING
WATER, SANITARY SEWER, PAVING
DRAINAGE, & STREET LIGHT IMPROVEMENTS
CFA PRJ#: 21-0108
CITY PROJECT #: 102905
CITY OF FORT WORTH
STATE OF TEXAS
CONATSER CONSTRUCTION TX, LP
J
Brock Huggins
Subscribed and sworn to before me this 3' day of November, 2022.
iKi'i�'H;RIfvEROSE
P:c)V RY PUBLIC Notary Public in Tarrant County, Texas
$`* !UR f;346T933
*;
`•9. P Sta!e of Texas Comm.Exp.11-30-2025
'YWYYV`y'Y
N.
CONSENT OF OWNER ❑
SURETY COMPANY ARCHITECT ❑
CONTRACTOR ❑
TO FINAL PAYMENT SURETY ❑
Conforms with the American Institute of OTHER
Architects,AIA Document G707
Bond No 0242705
PROJECT:
(name, address)Westpoint Crossing
Fort Worth, TX
TO (Owner) --
ID.R. HORTON-TEXAS, LTD AND CITY OF FORT ARCHITECT'S PROJECT NO: CFA No.CFA21-0108
��
WORTH CONTRACT FOR:
6751 North Freeway Water,Sewer,Paving, Drainage,and Street Light Improvements for
Westpoint Crossing
Fort Worth TX 76131 —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
(hare 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)
D.R. HORTON-TEXAS, LTD AND CITY OF FORT WORTH
6751 North Freeway
Fort Worth TX 76131 , OWNER,
as set forth in the said Surety Company's bond.
IN WITNESS,WHEREOF,
the Surety Company has hereunto set its hand this end day of November, 2022
BERKLEY INSURANCE COMPANY
Surety Company
Attest: = :./. ". ` -?mil 1-1 ./1.,/
(Seal): �n.� Signature of Authorized Representative
Robbi Morales Attorney-in-Fact
Title
NOTE: This form is to be used as a companion document to ALA 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.
b
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. Contell, Sophinie Hunter;
Robbi Morales; .Kelly.A. Westbrook; Tina McE►vaa, Joshua Saunders; Toitie Petra�tek; or Mikdefa Peppers 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 00/1.00 U.S. Dollars(U.S.S50,000,000.00),to the
Z 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.
a
o 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
0 resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January.25,2010:
a�
� c
o y RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief
9 .Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant
o Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attomey-in-fact named therein
to execute bonds, undertakings, recognizance.s, or other suretyship obligations on behalf of the Company, and to affix the
corporate seal of the Company to powers of attorney executed pursuant he
retol 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,
'y 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
0 on further
RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any
3 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
;5 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.
o IN WITITiLSS 'WHEREOF, the Company has caused these presents to:be signzd and attested by its appropriate officers and its
o corporate.seal hereunto affixed this day of Mal i0 .
CZ
Attest: Berkl Insurance Company
Cd
o (Seal) gy By
o � dent»an Je L _a r-
o Executive Vice President&Secretary � 5 i Vi e: resident
o �
o WARNING:TIUS POWER:•ENVA11D IF NOT PRINTED ON BLUE"] ERKLEY"SECURITY PAPER
'^ STATE OF CONNECI'ICUT)
o ? ss:
o COUNTY OF FAIRFIELD )
o �
Sworn to before.me, a Notary Pub in the State of Connecticut;this L day of. Mr a03Z..`by Ira S. Lederman
and Jeffrey M. Rafter who are sworn tome to`be the E-x cutivc Vice President Secretary,_and Senior (ice President
� Cd respectitiel_y,-of`BerkleyfnsuranceCompany- tiaNcaT iaa.ia�ocEtt
v CONNEC.TICUr
Q MYCOA1h85bN EXPIRES of %T>iibiic;State of Connecticut
�
Z CERJFICATE:
I,the undersigned-Assistant
z � Secretary Hof BE1iICLEY 1NSURANCE CDMI'ANY,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 revokedor rescinded
Y and that the authority of the Attorney an-tact set forth therein, who executed the bond or undertaking to which this Power of
Attorney is attached.is-In full force_ar d-effect as of this date.
Given under my`liand and seal of Elie Company,this 2nrj _day of Noszpia b 2022
(Seat)
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:
WESTPOINT CROSSING
WATER, SANITARY SEWER, PAVING
DRAINAGE, & STREET LIGHT IMPROVEMENTS
CFA PRJ#: 21-0108
CITY PROJECT #: 102905
CITY OF FORT WORTH
STATE OF TEXAS
CONATSER CONSTRUCTION TX, LP
J
Brock Huggins
Subscribed and sworn to before me this 3' day of November, 2022.
iKi'i�'H;RIfvEROSE
P:c)V RY PUBLIC Notary Public in Tarrant County, Texas
$`* !UR f;346T933
*;
`•9. P Sta!e of Texas Comm.Exp.11-30-2025
'YWYYV`y'Y
N.
CONSENT OF OWNER ❑
SURETY COMPANY ARCHITECT ❑
CONTRACTOR ❑
TO FINAL PAYMENT SURETY ❑
Conforms with the American Institute of OTHER
Architects,AIA Document G707
Bond No 0242705
PROJECT:
(name, address)Westpoint Crossing
Fort Worth, TX
TO (Owner) --
ID.R. HORTON-TEXAS, LTD AND CITY OF FORT ARCHITECT'S PROJECT NO: CFA No.CFA21-0108
��
WORTH CONTRACT FOR:
6751 North Freeway Water,Sewer,Paving, Drainage,and Street Light Improvements for
Westpoint Crossing
Fort Worth TX 76131 —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
(hare 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)
D.R. HORTON-TEXAS, LTD AND CITY OF FORT WORTH
6751 North Freeway
Fort Worth TX 76131 , OWNER,
as set forth in the said Surety Company's bond.
IN WITNESS,WHEREOF,
the Surety Company has hereunto set its hand this end day of November, 2022
BERKLEY INSURANCE COMPANY
Surety Company
Attest: = :./. ". ` -?mil 1-1 ./1.,/
(Seal): �n.� Signature of Authorized Representative
Robbi Morales Attorney-in-Fact
Title
NOTE: This form is to be used as a companion document to ALA 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.
b
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. Contell, Sophinie Hunter;
Robbi Morales; .Kelly.A. Westbrook; Tina McE►vaa, Joshua Saunders; Toitie Petra�tek; or Mikdefa Peppers 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 00/1.00 U.S. Dollars(U.S.S50,000,000.00),to the
Z 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.
a
o 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
0 resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January.25,2010:
a�
� c
o y RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief
9 .Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant
o Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attomey-in-fact named therein
to execute bonds, undertakings, recognizance.s, or other suretyship obligations on behalf of the Company, and to affix the
corporate seal of the Company to powers of attorney executed pursuant he
retol 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,
'y 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
0 on further
RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any
3 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
;5 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.
o IN WITITiLSS 'WHEREOF, the Company has caused these presents to:be signzd and attested by its appropriate officers and its
o corporate.seal hereunto affixed this day of Mal i0 .
CZ
Attest: Berkl Insurance Company
Cd
o (Seal) gy By
o � dent»an Je L _a r-
o Executive Vice President&Secretary � 5 i Vi e: resident
o �
o WARNING:TIUS POWER:•ENVA11D IF NOT PRINTED ON BLUE"] ERKLEY"SECURITY PAPER
'^ STATE OF CONNECI'ICUT)
o ? ss:
o COUNTY OF FAIRFIELD )
o �
Sworn to before.me, a Notary Pub in the State of Connecticut;this L day of. Mr a03Z..`by Ira S. Lederman
and Jeffrey M. Rafter who are sworn tome to`be the E-x cutivc Vice President Secretary,_and Senior (ice President
� Cd respectitiel_y,-of`BerkleyfnsuranceCompany- tiaNcaT iaa.ia�ocEtt
v CONNEC.TICUr
Q MYCOA1h85bN EXPIRES of %T>iibiic;State of Connecticut
�
Z CERJFICATE:
I,the undersigned-Assistant
z � Secretary Hof BE1iICLEY 1NSURANCE CDMI'ANY,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 revokedor rescinded
Y and that the authority of the Attorney an-tact set forth therein, who executed the bond or undertaking to which this Power of
Attorney is attached.is-In full force_ar d-effect as of this date.
Given under my`liand and seal of Elie Company,this 2nrj _day of Noszpia b 2022
(Seat)
Vincent P.Forte