HomeMy WebLinkAboutContract 60232-FP1Page 1 of 2
City Secretary
Contract No.__________________
Date Received ______________
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: Replat of Walsh Ranch
City Project No.: 104640
Improvement Type(s): Water Sewer
Original Contract Price: $274,665.00
Amount of Approved Change Order(s): -$33,750.00
Revised Contract Amount:$240,915.00
Total Cost of Work Complete: $240,915.00
Contractor Date
Title
Conatser Construction
Company Name
Project Inspector Date
Project Manager Date
CFA Manager Date
_______________________________________ __________________________________
TPW Director Date
Asst. City Manager Date
Page 2 of 2
Notice of Project Completion
Project Name: Replat of Walsh Ranch
City Project No.: 104640
City’s Attachments
Final Pay Estimate
Change Order(s):Yes N/A
Pipe Report:Yes N/A
Contractor’s Attachments
Affidavit of Bills Paid
Consent of Surety
Statement of Contract Time
Contract Time: 30 WD
Work Start Date: 11/18/2024
Days Charged: 22 WD
Work Complete Date: 12/20/2024
Completed number of Soil Lab Test: 17
Completed number of Water Test: 5
CITY OF FORT WORTH
Contract Name REPLAT OF WALSH RANCH
Contract Limits
Project Type WATER & SEWER
DOE Number 4640
Estimate Number 1 Payment Number 1 For Period Ending 12/20/2024
FINAL PAYMENT REQUEST
City Secretary Contract Number
22
WD
Contract Date
CONATSER CONSTRUCTION TxLP
NA
5327 WICHITA ST
FORT WORTH TX 76119
G.DEYON S.WESTER
30WDContract Time
Days Charged to Date
CompleteContract is 100.00
Contractor
,
/Inspectors
Project Manager
City Project Numbers 104640
Friday, January 31, 2025 Page 1 of 5
Contract Name REPLAT OF WALSH RANCH
Contract Limits
Project Type WATER & SEWER
DOE Number 4640
Estimate Number 1
Payment Number 1
For Period Ending 12/20/2024
Project Funding
City Project Numbers 104640
UNIT I: WATER IMPROVEMENTS
Item
No.Description of Items Estimated
Quanity Unit Unit Cost Estimated
Total
Completed
Quanity
Completed
Total
1 CONNECTION TO EXISTING 4"-12" WATER
MAIN (CO#1)
2 EA $8,500.00 $17,000.00 2 $17,000.00
2 12" WATER PIPE (CO#1)0 LF $228.00 $0.00 0 $0.00
3 8" WATER PIPE 30 LF $168.00 $5,040.00 30 $5,040.00
4 4" WATER PIPE 30 LF $128.00 $3,840.00 30 $3,840.00
5 6" GATE VALVE (CO#1)0 EA $2,400.00 $0.00 0 $0.00
6 8" GATE VALVE (CO#1)0 EA $3,400.00 $0.00 0 $0.00
7 DUCTILE IRON WATER FITTINGS W/
RESTRAINT (CO#1)
0.04 TN $10,000.00 $400.00 0.04 $400.00
8 4" WATERLINE LOWERING 1 EA $5,500.00 $5,500.00 1 $5,500.00
9 8" WATERLINE LOWERING 1 EA $6,500.00 $6,500.00 1 $6,500.00
10 TRENCH SAFETY 80 LF $30.00 $2,400.00 80 $2,400.00
11 3" WATER METER AND VAULT 1 EA $34,500.00 $34,500.00 1 $34,500.00
12 2" WATER SERVICE, METER & BOX 1 EA $6,500.00 $6,500.00 1 $6,500.00
13 REMOVE 8" SERVICE ANCHOR TEE (CO#1)0 EA $1,000.00 $0.00 0 $0.00
14 12" X 8" TAPPING SLEEVE & VALVE (CO#1)1 EA $3,400.00 $3,400.00 1 $3,400.00
15 12" X 6" TAPPING SLEEVE & VALVE (CO#1)1 EA $2,400.00 $2,400.00 1 $2,400.00
$87,480.00 $87,480.00Sub-Total of Previous Unit
UNIT II: SANITARY SEWER IMPROVEMENTS
Item
No.Description of Items Estimated
Quanity Unit Unit Cost Estimated
Total
Completed
Quanity
Completed
Total
1 4' Manhole 3 EA $7,500.00 $22,500.00 3 $22,500.00
2 4' Extra Depth Manhole 7.6 VF $300.00 $2,280.00 7.6 $2,280.00
3 Epoxy Manhole Liner 7.6 VF $600.00 $4,560.00 7.6 $4,560.00
4 8" Sewer Pipe 163 LF $200.00 $32,600.00 163 $32,600.00
5 8" Sewer Pipe, CSS Backfill 30 LF $240.00 $7,200.00 30 $7,200.00
6 8" DIP Sewer Pipe 37 LF $250.00 $9,250.00 37 $9,250.00
7 8" DIP Sewer Pipe, CSS Backfill 10 LF $290.00 $2,900.00 10 $2,900.00
8 20" Casing by Open Cut 10 LF $400.00 $4,000.00 10 $4,000.00
9 Concrete Collar 2 EA $1,000.00 $2,000.00 2 $2,000.00
10 Trench Safety 240 LF $20.00 $4,800.00 240 $4,800.00
Friday, January 31, 2025 Page 2 of 5
Contract Name REPLAT OF WALSH RANCH
Contract Limits
Project Type WATER & SEWER
DOE Number 4640
Estimate Number 1
Payment Number 1
For Period Ending 12/20/2024
Project Funding
City Project Numbers 104640
11 Post-CCTV Inspection 240 LF $20.00 $4,800.00 240 $4,800.00
12 Manhole Vacuum Testing 4 EA $300.00 $1,200.00 4 $1,200.00
13 Connect to Ex. 4' Diameter SSMH 1 EA $4,500.00 $4,500.00 1 $4,500.00
9 Remove Concrete Pvmt 132 SY $40.00 $5,280.00 132 $5,280.00
10 Remove Concrete Sidewalk (CO#1)293 SF $10.00 $2,930.00 293 $2,930.00
11 Hydrated Lime 1.98 TN $500.00 $990.00 1.98 $990.00
12 8" Lime Treatment 132 SY $30.00 $3,960.00 132 $3,960.00
13 8" Conc Pvmt 132 SY $180.00 $23,760.00 132 $23,760.00
14 4" Conc Sidewalk (CO#1)293 SF $15.00 $4,395.00 293 $4,395.00
15 Block Sod Placement (CO#1)303 SF $10.00 $3,030.00 303 $3,030.00
16 Traffic Control 1 MO $3,500.00 $3,500.00 1 $3,500.00
17 SWPPP < 1 acre 1 LS $3,000.00 $3,000.00 1 $3,000.00
$153,435.00 $153,435.00Sub-Total of Previous Unit
Friday, January 31, 2025 Page 3 of 5
Contract Name REPLAT OF WALSH RANCH
Contract Limits
Project Type WATER & SEWER
DOE Number 4640
Estimate Number 1
Payment Number 1
For Period Ending 12/20/2024
Project Funding
City Project Numbers 104640
Contract Information Summary
Change Orders
$274,665.00Original Contract Amount
$240,915.00Total Contract Price
$240,915.00
Less
Total Cost of Work Completed
% Retained $0.00
Net Earned $240,915.00
Plus Material on Hand Less 15%$0.00
Balance Due This Payment $240,915.00
Less Liquidated Damages
Days @ / Day
$0.00
Less Penalty
LessPavement Deficiency $0.00
$0.00
$0.00Less Previous Payment
Earned This Period
Retainage This Period
$240,915.00
$0.00
1 ($27,160.00)Change Order Number
1 ($6,590.00)Change Order Number
Friday, January 31, 2025 Page 4 of 5
Contract Name REPLAT OF WALSH RANCH
Contract Limits
Project Type WATER & SEWER
DOE Number 4640
Estimate Number 1
Payment Number 1
For Period Ending 12/20/2024
Project Funding
City Project Numbers 104640
Line Fund Account Center
Amount
Funded Gross Retainage Net
CITY OF FORT WORTH
SUMMARY OF CHARGES
$240,915.00
Less
Total Cost of Work Completed
% Retained $0.00
Net Earned $240,915.00
Plus Material on Hand Less 15%$0.00
Balance Due This Payment $240,915.00
Less Liquidated Damages
0 Days @ $0.00 / Day $0.00
Less Penalty
LessPavement Deficiency $0.00
$0.00
$0.00Less Previous Payment
Earned This Period
Retainage This Period
$240,915.00
$0.00
City Secretary Contract Number
22
WD
Contract Date
CONATSER CONSTRUCTION TxLP
NA
5327 WICHITA ST
FORT WORTH TX 76119
G.DEYON S.WESTER
30
WD
Contract Time
Days Charged to Date
CompleteContract is 100.000000
Contractor
,
/Inspectors
Project Manager
Friday, January 31, 2025 Page 5 of 5
W �
z
Q W Q
2 �
U Q
�
N
a�S
�
N
Q-' Z
N
J
U
c
�
� o
� ~
¢
o d
i� U
a F=
� �
m a
Z �m
: c U
� °'
� �
m >
; O �
o E �
dC O
C � W
G1 �
m �
m �
(A � O
Z` 'c �
� �
� �
� � o
� N �
� �� g
� ���
�?m � � a
S N Q N � Z M Z
iil �
� U
Z U W
�
W � � a � �
a� oJ
d�U U U � LL li
C�O N
M �
� �
N I�
��
0 0
ZZ
a� a�
L L
aa
r �
Y
y L
� Q
C
>�
� m
�
�
w
Q
Z
Q
�
f-
w
�
O
�
a
�
a
� � o 0 0
H Q M M f�
� �
V
y a c g
� �, O p 4
M N M
� u
� S
� w
�� sspssss
'� p N N N i�R M N
� O nO
� C� D.
�:
L> �i � �
�, � M 4
W y
CQ9 $
i ..
N
� O 6 O O Op O
� N N M M N N
S�
�- U $ � ; c�
� � N N � I
7
S.~S � � � �
Z �
� Q S . �
� �
8 $ 8 S 8 `�
� � »
° e o o a o 0
�+ N N N w w
> YI
as N
w
s°, 4 0$$ a S
A M N w N H N � O
� x� Yi N
� oi
� 8 Sy� S a N d
� p S S o � � N N
m T w M n m �
s S r �
� U N N y� M
� Q o �
V R a
� N r�i
ij o
z �
� �
a
0 0 $ $ r
S ii a�- O N
O O m „
� � � � u
,s �KM� �,.
� '
m
�a�� wN" �
W �
� � V
K � � Q
F
a
� V = _
r
� = a�Z N c
" W a U �urc c�i �
qa a �
�� o d
a ap O a NS W � a
� O � � p � `u �i 4
� F- � U F �� p� Fp-
�� p � � N Q F
� z o 0
o w � � a � ~
W
�
W
W
�
�
V
N
�
m
W
O
C
�
R
'a
Y
a
Q
4
a
_
�
m
*** - New pay item added
CITY PROJECT NUMBER:
PROJECT NAME:Replat Walsh Ranch
104640
TRANSPORTATION AND PUBLIC WORKS
PIPE REPORT FOR:
SIZE TYPE OF PIPE
PVC 4" C900
PVC 8" C900
PIPE LAID
FIRE HYDRANTS:N/A VALVES (16" OR LARGER)N/A
LF
PIPE ABANDONED SIZE TYPE OF PIPE
N/A
DENSITIES:Yes All Passed
8"
3" Cast Iron
NEW SERVICES:2" Copper Pipe
SIZE TYPE OF PIPE
N/A
SIZE
Ductile Iron Pipe
TYPE OF PIPE
PVC 8" SDR 26
8" SDR 26 CSS Backfill
Ductile Iron Pipe CSS Backfill
PIPE LAID
8"
DENSITIES:
WATER
Yes All Passed
LF
10
30
30
TRANSPORTATION AND PUBLIC WORKS
The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311
(817) 392 - 7941 • Fax: (817) 392 - 7845
NEW SERVICES:
1 Each
1 Each
LF
LF
SEWER
163
10
37
20" Casing Pipe 10
PIPE ABANDONED
Rev. 08/20/19
TRANSPORTATION AND PUBLIC WORKS
January 16, 2025
Conatser Constructiion
5327 Wichita St
Fort Worth, Texas 76119
RE: Acceptance Letter
Project Name: Replat Walsh Ranch
Project Type: Water, Sewer
City Project No.: 104640
To Whom It May Concern:
On January 16, 2025 a final inspection was made on the subject project. There were no punch list items
identified at that time. The final inspection indicates that the work meets the City of Fort Worth
specifications and is therefore accepted by the City. The warranty period will start on January 16, 2025,
which is the date of the final inspection and will extend of two (2) years in accordance with the Contract
Documents.
If you have any questions concerning this letter of acceptance, please feel free to contact me at 817-
392-8424.
Sincerely,
Sandip Ahikari, P.E. , Project Manager
Cc: Steven Wester , Inspector
Gary Deyon , Inspection Supervisor
Lorrie Pitts , Senior Inspector
Andrew Goodman , Program Manager
Dunaway Associates L.P. , Consultant
Conatser Construction , Contractor
Walsh Ranches Limited Partnership , Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
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, Presiden# of Conatser Management Group, Inc.,
general partner of Conatser Constructian 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, associatians, 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 REPLAT
WATER & SANITARY SEWER IMPROVEMENTS
CFA PRJ # 23-0096
CITY PROJECT # 104G40
CITY OF FORT WORTH
STATE OF TEXAS
CONATSER CONSTRUCTION TX, LP
�
Brock Huggi s
Subscribed and sworn to before me this 11�' day of December, 2024.
Rv n� KATHERINE ROSE � ��,,� ��
=`�n Notary Public, State of Texas
N N ID�t 133467933 Notary Public in Tarrant County, Texas
STepFs�+e My Cammission Expires
Novemher 3D, 2025
� CONSENT OF
SURETY COMPANY
TO FINAL PAYMENT
Conforms with the American Institute of
Architects, AfA Document G707
PROJECT;
(name, address)Walsh Ranch Lots 1 R, 2R-1 & 2R-2, Black 2
Fort Worth, TX
TO (4wner►
Bond No 0263775
IWALSH RANCHES LIMITED PARTNERSHIP AND THE I ARCHlTECT'S PROJECT N0: CFA No. 23-OD96
CITY OF FORT WORTH CONTRACT FOR:
155 Walsh Drive Replat of Walsh Ranch Lots 1 R, 2R-1 & 2R=2, Block 2
Aledo rx �soas ,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
(here insert name end eddress af Surety Companyi
BERKLEY INSURANCE COMPANY
475 Steamboat Road
Greenwich CT 06830 , SURETY COMPANY
on bond of Ihere insert name end address of Contractor>
CONATSER C�NSTRUCTION TX, L.P.
5327 Wichita St.
Fort Worth TX 76119-6035
, CONTRACTOR,
hereby approves of the final payment to the Cantractor, and agrees that final payment to the Contractor shall not relieve
the Surety Company of any of its obligations to (here insett name snd address of Ownerj
WALSH RANCHES LIMITED PARTNERSHIP AND THE C[TY OF FORT WORTH
155 Walsh Drive
Aledo TX 76008
as set forth in the said Surety Company's bond.
IN WITNESS, WI�REOF,
the Surety Company has hereunto set its hand this
Attest: `^�� �
(Seal):
9th day of December, 2024
. owNeR,
BERKLEY INSURANCE COMPANY
Surety Company
��
ignature of Authorized Representative
RobbL Morale� Attorney-in-Fact
Title
NOTE: This form is to be usad as a companion document to AIA D�CUMENT G706, CONTRACTOR'S AFFIDAVI7 OF PAYMENT OF �EBTS AND CLAIMS,
Current Editian
owti�� ❑
ARCHITECT ❑
CONTRACTOR ❑
SURETY ❑
flTHER
6NE PAti@
N
� �
� .�
� �
a� �
� �
� �
� ��
� �
�, .�
Uj U,
� �
� �
� v
� �
� �
o �
> �-
� �
•� c
�, �--
� c
� c
o ._
y �-
� �
o �
�. �
� �
o�
�y c
� �
_ �
,� U
� �
. '�.
� :'
'o `�
c
:� �
o �,;
a..�
.� �
., �
a�i '
� �.
U �"
�
-°d �
� .�
� �
w �
o �
❑ on
� U
�� �
L �
1-�+ N
��
� �"
0
� �
o °�,'
•}; �,
U C
� �
'C �
O �
p. �
� .�
� �
N Q
. `' �
0
� �
�
�
� �
T ti
� U
Q �
c
C7 �
z�
�, . �
z r.
a�
: �'
POWER OF ATTORNEY
BERKL�Y INSURANCE COMPANY
WILMINGTON, DELAWARE
No. BI-72801
KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly
organized and existing under tl�e laws of the State of Delaware, having its principal office in Greenwich, CT, has made, constituted
and appointed, and does by these presents make, constihtte and appoint: Ricardo J. Reyna; Don E. Cornell; Sophinie Hunter;
Robbi Morales; Kelly A. Westbroolc; Tin¢ McEwan; Joshua Saunders; Tonie Petranek; or Milcaela Peppers of Aon Risk
Services Southwest, Inc. af DaClas, TX its true and IawfuE Attomey-in-Fact, to sign its name as surety only as delineated below
and to execute, seal, acknowledge and deliver auy aud 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
saine extent as if such bonds had been duly executed a.nd acknawledged by the regularly elected officers of the Company at its
principal office in their owv 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 thereaf. 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 C�inpany held on January 25, 2010:
RESOLVED, tUat, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief
Executive Officer, President or any Vice President af the Company, in conjunction with the Secretary or any Assistant
Secretary are hereby authorized to execute powers of attomey authorizing and qualifying the attorney-iil-fact named therein
to execute bonds, undertakings, recognizances, or ather suretyship obligations on bel�alf of tl�e Cornpany, and to affix the
corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such
attoniey-in-fact and revoke any power of attomey previausly granted; and further
RESOLVED, that such power of attoniey limits fl�e acts of those named tliereiii to the bonds, undertakings, recognizances,
or other suretyship obligations specifically named therein, and they have no audlority to bind the Company except in the
manner and to the extent therein stated; and further
RESOLVED, t11at such power of attorney revokes ali previous powers issued on behalf of the attomey-in-fact named; and
further
RESOLVED, that tl�e 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 wl�en so used shall have the saine force and effect as
though manually affixed. The Compauy may continue to use for the purposes herein stated tl�e 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 caused these presents to be signed and attested by its appropriate officers and its
coiporate seal hereunto affixed this 2"d day of Ma� , 2024 .
AtYP.SC':
(Seal} By f _ s"1�- ' -�L �'��
Philip 5: 7elt �
Executive Vice President & Secretary
Berkley Insivance Coiupany
B�
Je . M_ : a
Senior Vice. President
ST:�TE OF GONNECrICL7 )
� SS:
CAL1Z i' OF F_AIRFIELD )
Sn�orn to before me, a Notary Public. iu the State of Cannecticut, #lus 2� day of,_ Ma�� 2024 , by PFrilip S. Weli aud
3effrey M_ Hafter who are s»�om to me to be the Executite ti'ice Presideni and Secretary, and the Sexuor Vice Presid�ut,
respectively, of Berkle._y Iusurance Compauy.
YWR1A G. HtJNDBAlCET11 :'� C i
FiOTARY PUHL�G ATotary Public, State. of C.onnecticut
1�ONNECiiC!!T
IYIYCOAAMISSION D�'JFl� Q�3t�202O CERiIFTC �TE
I, th� undersigned, Assistant Secretarp of BERKI.EY INSURAI*FGE C:{.IMPANY, DO HEREBY CERTIFii that ttie faregoing is a
true, correct and complete copy of t3ze original Power af Attorney; that said Pouer of Attorney has not been revoked or resc.in ded
and that tlie aut�ority of the Attomey-in-Fact set. faF#ii thereisn �•�o execute.d the boud �r undertaking ta whicli this Pow•er of
Attorney is attached, is in full force aud effect as of t�is. date_ � p� �
Given under my hand aud seal of the ComPanY, #his � ' daY �f �.z � C p � ��T� . _: , �•2C� :Z �
_ �' _.� j-.*
(5ea1) .. �'� �rfr,."�i.==�. ,
i'inceni 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, Presiden# of Conatser Management Group, Inc.,
general partner of Conatser Constructian 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, associatians, 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 REPLAT
WATER & SANITARY SEWER IMPROVEMENTS
CFA PRJ # 23-0096
CITY PROJECT # 104G40
CITY OF FORT WORTH
STATE OF TEXAS
CONATSER CONSTRUCTION TX, LP
�
Brock Huggi s
Subscribed and sworn to before me this 11�' day of December, 2024.
Rv n� KATHERINE ROSE � ��,,� ��
=`�n Notary Public, State of Texas
N N ID�t 133467933 Notary Public in Tarrant County, Texas
STepFs�+e My Cammission Expires
Novemher 3D, 2025
� CONSENT OF
SURETY COMPANY
TO FINAL PAYMENT
Conforms with the American Institute of
Architects, AfA Document G707
PROJECT;
(name, address)Walsh Ranch Lots 1 R, 2R-1 & 2R-2, Black 2
Fort Worth, TX
TO (4wner►
Bond No 0263775
IWALSH RANCHES LIMITED PARTNERSHIP AND THE I ARCHlTECT'S PROJECT N0: CFA No. 23-OD96
CITY OF FORT WORTH CONTRACT FOR:
155 Walsh Drive Replat of Walsh Ranch Lots 1 R, 2R-1 & 2R=2, Block 2
Aledo rx �soas ,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
(here insert name end eddress af Surety Companyi
BERKLEY INSURANCE COMPANY
475 Steamboat Road
Greenwich CT 06830 , SURETY COMPANY
on bond of Ihere insert name end address of Contractor>
CONATSER C�NSTRUCTION TX, L.P.
5327 Wichita St.
Fort Worth TX 76119-6035
, CONTRACTOR,
hereby approves of the final payment to the Cantractor, and agrees that final payment to the Contractor shall not relieve
the Surety Company of any of its obligations to (here insett name snd address of Ownerj
WALSH RANCHES LIMITED PARTNERSHIP AND THE C[TY OF FORT WORTH
155 Walsh Drive
Aledo TX 76008
as set forth in the said Surety Company's bond.
IN WITNESS, WI�REOF,
the Surety Company has hereunto set its hand this
Attest: `^�� �
(Seal):
9th day of December, 2024
. owNeR,
BERKLEY INSURANCE COMPANY
Surety Company
��
ignature of Authorized Representative
RobbL Morale� Attorney-in-Fact
Title
NOTE: This form is to be usad as a companion document to AIA D�CUMENT G706, CONTRACTOR'S AFFIDAVI7 OF PAYMENT OF �EBTS AND CLAIMS,
Current Editian
owti�� ❑
ARCHITECT ❑
CONTRACTOR ❑
SURETY ❑
flTHER
6NE PAti@
N
� �
� .�
� �
a� �
� �
� �
� ��
� �
�, .�
Uj U,
� �
� �
� v
� �
� �
o �
> �-
� �
•� c
�, �--
� c
� c
o ._
y �-
� �
o �
�. �
� �
o�
�y c
� �
_ �
,� U
� �
. '�.
� :'
'o `�
c
:� �
o �,;
a..�
.� �
., �
a�i '
� �.
U �"
�
-°d �
� .�
� �
w �
o �
❑ on
� U
�� �
L �
1-�+ N
��
� �"
0
� �
o °�,'
•}; �,
U C
� �
'C �
O �
p. �
� .�
� �
N Q
. `' �
0
� �
�
�
� �
T ti
� U
Q �
c
C7 �
z�
�, . �
z r.
a�
: �'
POWER OF ATTORNEY
BERKL�Y INSURANCE COMPANY
WILMINGTON, DELAWARE
No. BI-72801
KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly
organized and existing under tl�e laws of the State of Delaware, having its principal office in Greenwich, CT, has made, constituted
and appointed, and does by these presents make, constihtte and appoint: Ricardo J. Reyna; Don E. Cornell; Sophinie Hunter;
Robbi Morales; Kelly A. Westbroolc; Tin¢ McEwan; Joshua Saunders; Tonie Petranek; or Milcaela Peppers of Aon Risk
Services Southwest, Inc. af DaClas, TX its true and IawfuE Attomey-in-Fact, to sign its name as surety only as delineated below
and to execute, seal, acknowledge and deliver auy aud 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
saine extent as if such bonds had been duly executed a.nd acknawledged by the regularly elected officers of the Company at its
principal office in their owv 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 thereaf. 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 C�inpany held on January 25, 2010:
RESOLVED, tUat, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief
Executive Officer, President or any Vice President af the Company, in conjunction with the Secretary or any Assistant
Secretary are hereby authorized to execute powers of attomey authorizing and qualifying the attorney-iil-fact named therein
to execute bonds, undertakings, recognizances, or ather suretyship obligations on bel�alf of tl�e Cornpany, and to affix the
corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such
attoniey-in-fact and revoke any power of attomey previausly granted; and further
RESOLVED, that such power of attoniey limits fl�e acts of those named tliereiii to the bonds, undertakings, recognizances,
or other suretyship obligations specifically named therein, and they have no audlority to bind the Company except in the
manner and to the extent therein stated; and further
RESOLVED, t11at such power of attorney revokes ali previous powers issued on behalf of the attomey-in-fact named; and
further
RESOLVED, that tl�e 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 wl�en so used shall have the saine force and effect as
though manually affixed. The Compauy may continue to use for the purposes herein stated tl�e 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 caused these presents to be signed and attested by its appropriate officers and its
coiporate seal hereunto affixed this 2"d day of Ma� , 2024 .
AtYP.SC':
(Seal} By f _ s"1�- ' -�L �'��
Philip 5: 7elt �
Executive Vice President & Secretary
Berkley Insivance Coiupany
B�
Je . M_ : a
Senior Vice. President
ST:�TE OF GONNECrICL7 )
� SS:
CAL1Z i' OF F_AIRFIELD )
Sn�orn to before me, a Notary Public. iu the State of Cannecticut, #lus 2� day of,_ Ma�� 2024 , by PFrilip S. Weli aud
3effrey M_ Hafter who are s»�om to me to be the Executite ti'ice Presideni and Secretary, and the Sexuor Vice Presid�ut,
respectively, of Berkle._y Iusurance Compauy.
YWR1A G. HtJNDBAlCET11 :'� C i
FiOTARY PUHL�G ATotary Public, State. of C.onnecticut
1�ONNECiiC!!T
IYIYCOAAMISSION D�'JFl� Q�3t�202O CERiIFTC �TE
I, th� undersigned, Assistant Secretarp of BERKI.EY INSURAI*FGE C:{.IMPANY, DO HEREBY CERTIFii that ttie faregoing is a
true, correct and complete copy of t3ze original Power af Attorney; that said Pouer of Attorney has not been revoked or resc.in ded
and that tlie aut�ority of the Attomey-in-Fact set. faF#ii thereisn �•�o execute.d the boud �r undertaking ta whicli this Pow•er of
Attorney is attached, is in full force aud effect as of t�is. date_ � p� �
Given under my hand aud seal of the ComPanY, #his � ' daY �f �.z � C p � ��T� . _: , �•2C� :Z �
_ �' _.� j-.*
(5ea1) .. �'� �rfr,."�i.==�. ,
i'inceni P_ Forte