Loading...
HomeMy WebLinkAboutContract 59529-FP3FORT WORTH, -FP3 City Secretary Contract No. 59529 Date Received 5/28/2025 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: Chisholm Trail Ranch Section 3 Phase 2 City Project No.: 104210 Improvement Type(s): ❑ Paving ❑ Drainage ❑x Street Lights ❑ Traffic Signals Original Contract Price: Amount of Approved Change Order(s): Revised Contract Amount: Total Cost of Work Complete: Ja nod (Mav 27. 202512:55 CDT) 05/27/2025 Contractor Date Manager Title Conatser Construction Company Name /",&,- 05/27/2025 Project Inspector Date s� 05/28/2025 Project Manager Date k� 05/28/2025 CFA Manager Date 05/28/2025 Laun P reriem (May 28, 2025 9:57 CDT) 0 TPW Director Date 05/28/2025 Asst. City Manager Date $182,495.00 $18,018.00 $200,513.00 $200,513.00 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 1 of 2 Notice of Project Completion Project Name: Chisholm Trail Ranch Section 3 Phase 2 City Project No.: 104210 City's Attachments Final Pay Estimate ❑x Change Order(s): ❑x Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid *- Consent of Surety Statement of Contract Time Contract Time: 180 WD Work Start Date: 11/29/2023 Completed number of Soil Lab Test: 759 Completed number of Water Test: 31 Days Charged: 146 WD Work Complete Date: 2/13/2025 Page 2 of 2 FORT WORT 11 CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name CHISHOLM TRAIL RANCH SECTION 3 PHASE 2 Contract Limits Project Type STREETLIGHTS City Project Numbers 104210 DOE Number 4210 Estimate Number 1 Payment Number 1 For Period Ending 2/13/2025 WD City Secretary Contract Number Contract Time 18WD Contract Date Days Charged to Date 146 Project Manager NA Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors G. DEYON / S. WESTER Wednesday, May 21, 2025 Page 1 of 4 City Project Numbers 104210 DOE Number 4210 Contract Name CHISHOLM TRAIL RANCH SECTION 3 PHASE 2 Estimate Number I Contract Limits Payment Number 1 Project Type STREETLIGHTS For Period Ending 2/13/2025 Project Funding UNIT V: STREET LIGHTING IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 RDWY MUM FOUNDATION TY 1 33 EA $1,200.00 $39,600.00 33 $39,600.00 2 RDWY MUM FOUNDATION TY 11 POLE (CO #3) 0 EA $1,800.00 $0.00 0 $0.00 3 TYPE R2 LUMINAIRE (CO #3) 0 EA $850.00 $0.00 0 $0.00 4 TYPE R4 LUMINAIRE (CO #3) 0 EA $950.00 $0.00 0 $0.00 5 FURNISH/INSTALL TYPE 33B ARM (CO #3) 0 EA $600.00 $0.00 0 $0.00 6 2" CONDT PVC SCH 80 (T) 2363 LF $15.00 $35,445.00 2363 $35,445.00 7 TYPE R2 LUMINAIRE (CO #3) 31 EA $875.00 $27,125.00 31 $27,125.00 8 TYPE R4 LUMINAIRE (CO #3) 2 EA $975.00 $1,950.00 2 $1,950.00 9 RDWY ILLUM TY 11 POLE w/ BLACK POWDER 33 EA $2,271.00 $74,943.00 33 $74,943.00 COAT (CO#3) 10 FURNISH/INSTALL TYPE 33B ARM w/ BLACK 33 EA $650.00 $21,450.00 33 $21,450.00 POWDER COAT (CO#3) Sub -Total of Previous Unit $200,513.00 $200,513.00 Wednesday, May 21, 2025 Page 2 of 4 City Project Numbers 104210 Contract Name CHISHOLM TRAIL RANCH SECTION 3 PHASE 2 Contract Limits Project Type STREETLIGHTS Project Funding Contract Information Summary Original Contract Amount Change Orders Change Order Number 3 Total Contract Price DOE Number 4210 Estimate Number I Payment Number 1 For Period Ending 2/13/2025 $182,495.00 $18,018.00 $200,513.00 Total Cost of Work Completed $200,513.00 Less % Retained $0.00 Net Earned $200,513.00 Earned This Period $200,513.00 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 $200,513.00 Wednesday, May 21, 2025 Page 3 of 4 City Project Numbers 104210 Contract Name CHISHOLM TRAIL RANCH SECTION 3 PHASE 2 Contract Limits Project Type STREETLIGHTS Project Funding Project Manager NA Inspectors G. DEYON / S. WESTER Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 DOE Number 4210 Estimate Number I Payment Number I For Period Ending 2/13/2025 City Secretary Contract Number Contract Date Contract Time 180 WD Days Charged to Date 146 WD Contract is .000000 Complete CITY OF FORT WORTH SUMMARY OF CHARGES Line Fund Account Center Amount Gross Retainage Net Funded Total Cost of Work Completed $200,513.00 Less % Retained $0.00 Net Earned $200,513.00 Earned This Period $200,513.00 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 $200,513.00 Wednesday, May 21, 2025 Page 4 of 4 DocuSign Envelope ID: F3E42AEE-FE64-4B58-B41A-E07EF76FFB98 PROJECT NAME: CONTRACT: CFA # CITY PROJECT # DOE # WATER PROJECT # SEWER PROJECT # FILE # INSPECTOR: PROJECT MANAGER: DEVELOPER -AWARDED -PROJECT CHANGE ORDER Chisholm Trail Ranch Section 3 Phase 2 Conatser (Water, Sewer, Storm & Paving) 23-0030 CITY PARTICIPATION 104210 N/A X-27432 X-27432 W-2847 Steven Wester Phone No: Arash Emami Saleh Phone No: WATER SEWER Developer Developer Cost City Cost Cost City Cost NO 682-287-3465 817-392-2373 CONTRACT UNIT PAVING leveloper Cost City Cost REVIEWED By Arash Emami Sa/eh at 3:20 pm, Dec 19, 2023 CHANGE ORDER No: 1 DRAINAGE STREET LIGHTS CONTRACT r Developer DAYS City Cost Cost City Cost ORIGINAL CONTRACT $769,350.00 I $685,529.00 I $1,559,289.00 $263,280.00 I $182,495.00 EXTRAS TO DATE CREDITS TO DATE CONTRACT TO DATE $769,350.00 $0.00 I $685,529.00 $0.00 I $1,559,289.00 $0.00 $263,280.00 $0.00 I $182,495.00 $0.00 150 AMOUNT OF PROP. CHANGE ORDER $10,590.00 I I $ 19,845.00 I I I REVISED CONTRACT AMOUNT $779,940.00 $0.00 $685,529.00 $0.00 $1,579,134.00 $0.00 $263,280.00 $0.00 $182,495.00 $0.00 150 TOTAL REVISED CONTRACT AMOUNT PER UNIT $779,940.00 $685,529.00 $1,579,134.00 $263,280.00 $182,495.00 REVISED COST SHARE Dev. Cost: $3,490,378.00 City Cost: $0.00 TOTAL REVISED CONTRACT $3,490,378.00 Revised: 10-12-2011 Page 1 DocuSign Envelope ID: F3E42AEE-FE64-4B58-B41A-E07EF76FFB98 You are directed to make the following changes in thecontract documents: CITY BID 1 PAY ITEM # # QUANTITY UNIT UNIT I: WATER IMPROVEMENTS 7 3312.2003 (1) EA 10* 3312.2203 I 1 EA 11* 2605.3025 360 LF UNIT IV: PAVING IMPROVEMENTS 8 3211.0400 81 TN REVIEWED By Arash Emami Sa/eh at 3:20 pm, Dec 19, 2023 ITEM DESCRIPTION UNIT PRICE TOTAL 1" Water Service $ 1,250.00 ($1,250.00) 2" Water Service $ 3,200.00 $3,200.00 4" Conduit PVC SCH 40 (T) $ 24.00 $8,640.00 Subtotal Unit I: Water Improvements $10,590.00 Hydrated Lime (36#/SY per Geotech) I $ 245.00 $ 19,845.00 Subtotal Unit IV: Paving Improvements $ 19,845.00 GRAND TOTAL $30,435.00 Asterisk (*) indicates new pay item REASONS FOR CHANGE ORDER Unit 1: 7 & 10 Replaced a 1' Irrigation with a 2" Irrigation Unit l: 11 Addition of PVC sleeves Unit IV.- 8 Lime application rate changed from 30 Ibs/SY to 36 Ibs/SY, per Geotech requirements 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: 1WLAoEm@!P&*.ring, By. __... MeritageHom &fcJ1;y��y,LLC By� ConatserCo Qawhedby: By" Name: Kyle Anderson, PE Name: Frank Su Name: Brock Huggins Title: Project Engineer Title: Development Director Title: President Revised: 10-12-2011 Page 2 DocuSign Envelope ID: 8DDA65DF-E344-49ED-96C2-2577DCE257B1 PROJECT NAME: CONTRACT: CFA # CITY PROJECT # DOE # WATER PROJECT # SEWER PROJECT # FILE # INSPECTOR: PROJECT MANAGER: DEVELOPER -AWARDED -PROJECT CHANGE ORDER Chisholm Trail Ranch Section 3 Phase 2 Conatser (Water, Sewer, Storm & Paving) 22-0030 CITY PARTICIPATION:1 NO 104210 N/A X-27432 X-27432 W -2847 Stephen Wester Phone No: 817-287-3465 Arash Emami Saleh Phone No: 817-392-2373 REVIEWED By Arash Emami Saleh at 4:24 pm, Jan 18, 2024 CHANGE ORDER No: `a CONTRACT UNIT WATER SEWER PAVING DRAINAGE STREET LIGHTS CONTRACT Developer Developer Developer Developer DAYS Cost City Cost Cost City Cost Developer Cost City Cost Cost City Cost Cost City Cost ORIGINAL CONTRACT $769,350.00 $685,529.00 $1,559,289.00 I I $263,280.00 $182,495.00 EXTRAS TO DATE $10,590.00 $19,845.00 CREDITS TO DATE CONTRACT TO DATE $779,940.00 $0.00 $685,529.00 $0.00 $1,579,134.00 I $0.00 I $263,280.00 $0.00 AMOUNT OF PROP. CHANGE ORDER $146,640.00 REVISED CONTRACT AMOUNT $779,940.00 $0.00 $685,529.00 $0.00 $1,725,774.00 I $0.00 I $263,280.00 TOTAL REVISED CONTRACT AMOUNT PER UNIT $779,940.00 $685,529.00 $1,725,774.00 $263,280.00 REVISED COST SHARE Dev. Cost: $3,637,018.00 City Cost: TOTAL REVISED CONTRACT $3,637,018.00 $182,495.00 $0.00 150 $182,495.00 $0.00 150 $182,495.00 Revised: 10-12-2011 Page 1 DocuSign Envelope ID: 8DDA65DF-E344-49ED-96C2-2577DCE257B1 REVIEWED By Arash Emami Sa/eh at 4:24 pm, Jan 18, 2024 You are directed to make the following changes in the contract documents: CITY BID ITEM PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL UNIT IV: PAVING IMPROVEMENTS 5 3213.0301 (1477) SF 4" Conc Sidewalk $ 5.00 ($7,385.00) 13* 9999.0009 305 LF Combo Rail (C1 W, includes foundation beam) $ 505.00 154,025.00 TOTAL $146,640.00 Asterisk (*) indicates new pay item REASONS FOR CHANGE ORDER Street lights changed to decorative style light poles 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: Inc. By: Name: Kyle Anderson, PE Title: Project Engineer APPROVED: Meritage Home T'%6M., LC r�1n.� SU. By. Name: Frank Su Title: Development Director APPROVED: Conatser Cons GBigned by: Y B-�—seseseazz"b�`— Name: Brock Huggins Title: President Revised: 10-12-2011 Page 2 DocuSign Envelope ID: 121 DA372-20A4-41 D5-85B2-1954988ACFE8 PROJECT NAME: CONTRACT: CFA # CITY PROJECT # DOE # WATER PROJECT # SEWER PROJECT # FILE # INSPECTOR: PROJECT MANAGER: DEVELOPER -AWARDED -PROJECT CHANGE ORDER Chisholm Trail Ranch Section 3 Phase 2 Conatser Lighting 22-0030 104210 N/A X-27432 X-27432 W -2847 CITY PARTICIPATION:1 NO Stephen Wester Phone 817-287-3465 No: Arash Emami Saleh Phone 817-392-2373 No: WATER Developer Cost City Cost ORIGINAL CONTRACT $769,350.00 EXTRAS TO DATE $10,590.00 CREDITS TO DATE CONTRACT TO DATE $779,940.00 $0.00 AMOUNT OF PROP. CHANGE ORDER REVISED CONTRACT AMOUNT $779,940.00 $0.00 TOTAL REVISED CONTRACT AMOUNT PER UNIT $779,940.00 REVISED COST SHARE Dev. Cost: TOTAL REVISED CONTRACT REVIEWED By Arash Emami Sa/eh at 10:05 am, Feb 12, 2024 CHANGE ORDER No: K3 CONTRACT UNIT SEWER PAVING DRAINAGE STREET LIGHTS Developer Developer Developer Cost City Cost Developer Cost City Cost Cost City Cost Cost City Cost $685,529.00 $1,559,289.00 $263,280.00 $182,495.00 $166,485.00 $685,529.00 $0.00 $1,725,774.00 $0.00 $263,280.00 $0.00 $182,495.00 $0.00 $18,018.00 $685,529.00 $0.00 $1,725,774.00 $0.00 $263,280.00 $0.00 $200,513.00 $0.00 $685,529.00 $1,725,774.00 $263,280.00 $200,513.00 $3,655,036.00 City Cost: $0.00 $3,655,036.00 CONTRACT DAYS 30 30 Revised: 10-12-2011 Page 1 DocuSign Envelope ID: 121 DA372-20A4-41 D5-85B2-1954988ACFE8 REVIEWED By Arash Emami Saleh at 10:05 am, Feb 12, 2024 You are directed to make the following changes in the contract documents: PAY ITEM # I CITY BI#D ITEM QUANTITY UNIT ITEM DESCRIPTION UNIT V: STREET LIGHTING IMPROVEMENTS 2 3441.3341 (33) EA Rdwy Illum TY 11 Pole 3 9999.0007 31 EA Type R2 Luminaire 4 9999.0008 2 EA Tyke R4 Luminaire 5 3441.1638 (33 EA Furnish/Install Type 33B Arm 3 9999.0007 31 EA Type R2 Luminaire 4 9999.0008 2 EA Type R4 Luminaire 7* 9999.0018 33 EA Rd �( Illum TY 11 Pole w/ Black Powder Coat 8* 9999.0019 33 EA Furnish/Install Type 33B Arm w/ Black Powder Coat TOTAL Asterisk (*) indicates new pay item REASONS FOR CHANGE ORDER Street lights will be powder coated to be black UNIT PRICE TOTAL $ 1,800.00 ($59,400.00) $ 850.00 ($26,350.00) $ 950.00 �$1,900.00) $ 600.00 ( 19,800.00) $ 875.00 $27,125.00 $ 975.00 $1,950.00 $ 2,271.00 $74,943.00 $ 650.00 $21,450.00 $18,018.00 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: JA"5di1`; Inc. By: 1JrA1t54rr9Acs4at... Name: Kyle Anderson, PE Title: Proiect Enqineer APPROVED: Meritage Ho es of `ex se, `��C Fr" By: --oawsavore iaa � �... Name: Frank Su Title: Development Director APPROVED: Conatser Co struo ocuSigned by* By: DO— ��."lUJV4V VCLb4t•44/i... Name: Brock Huggins Title: President Revised: 10-12-2011 Page 2 Docusign Envelope ID: 9578BA93-E723-4C7E-8204-BCE9A9258E82 PROJECT NAME: CONTRACT: CFA # CITY PROJECT # DOE # WATER PROJECT # SEWER PROJECT # FILE # INSPECTOR: PROJECT MANAGER: ORIGINAL CONTRACT EXTRAS TO DATE CREDITS TO DATE CONTRACT TO DATE AMOUNT OF PROP. CHANGE ORDER REVISED CONTRACT AMOUNT TOTAL REVISED CONTRACT AMOUNT PER UNIT REVISED COST SHARE TOTAL REVISED CONTRACT DEVELOPER -AWARDED -PROJECT CHANGE ORDER Chisholm Trail Ranch Section 3 Phase 2 Water, Sewer, Paving, Street Lights & Drainage Improvements 22-0030 CITY PARTICIPATION:1 104210 N/A X-27432 X-27432 W -2847 Stephen Wester Phone No Arash Emami Saleh Phone No WATER I SEWER Developer beveloper Cost City Cost Cost City Cost $769,350.00 I $685,529.00 $10, 590.00 $779,940.00 I $0.00 I $685,529.00 $779,940.00 1 $0.00 1 $685,529.00 1 $0.00 $779,940.00 I $685,529.00 Dev. Cost: $3,654,036.00 Rej 817-287-3465 817-392-2373 REVIEWED By Arash Emami Sa/eh at 11:15 am, Jul 24, 2024 CHANGE ORDER No: 4 CONTRACT UNIT PAVING DRAINAGE Lveloper I STREET LIGHTS CONTRACT (Developer (Cost beveloper DAYS Cost City Cost City Cost Cost City Cost $1,559,289.00 I $263,280.00 $182,495.00 $166,485.00 I $18,018.00 $1,725,774.00 $0.00 I $263,280.00 $0.00 $200,513.00 $0.00 30 ($1,000.00) $1,724,774.00 $0.00 I $263,280.00 $0.00 $200,513.00 $0.00 30 $1,724,774.00 I $263,280.00 $200,513.00 City Cost: $0.00 $3,654,036.00 Revised: 10-12-2011 Page 1 Docusign Envelope ID: 9578BA93-E723-4C7E-8204-BCE9A9258E82 You are directed to make the following changes in the contract documents: PAY ITEM # I CITY BID ITEM QUANTITY UNIT UNIT V: STREET LIGHTING IMPROVEMENTS 6 I 9999.0003 I (1) I EA I TOTAL Asterisk (*) indicates new pay item REASONS FOR CHANGE ORDER Barricade was not constructed. REVIEWED By Arash Emami Saleh at 11:15 am, Jul 24, 2024 ITEM DESCRIPTION UNIT PRICE TOTAL Type III Barricade $ 1,000.00 ($1,000.00) ($1,000.00) 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: LJA b0MIgf�ring, Inc. By: 87A1847F9AC649E... Name: Kyle Anderson, PE Title: Project Engineer APPROVED: Meritage Hom TgI0g.,(-LC By: Fr",StA, Name: Frank Su Title: Development Director APPROVED: Conatser Const6uc�(;iq ea by: By: �- 1505060021144A . Name: Brock Huggins Title: President Revised: 10-12-2011 Page 2 FORTWORTH. M, TRANSPORTATION AND PUBLIC WORKS May 20, 2025 Conatser Construction TX, L.P. 5327 Wichita St Fort Worth, Texas 76119 RE: Acceptance Letter Project Name: Chisholm Trail Ranch Section 3 Phase 2 Project Type: Streetlights City Project No.: 104210 To Whom It May Concern: On July 24, 2024 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 February 13, 2025. 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 February 13, 2025, which is the date of the punch list completion and will extend of two (2) years in accordance with the Contract Documents. If you have any questions concerning this letter of acceptance, please feel free to contact me at 817- 392-2373. Sincerely, �'iucur� CLc�on. Arash Emami Saleh , P.E. , Project Manager Cc: Lorrie Pitts , Inspector Gary Deyon , Inspection Supervisor Lorrie Pitts , Senior Inspector Andrew Goodman , Program Manager LJA Engineering, Inc. , Consultant Conatser Construction TX, L.P. , Contractor Meritage Homes of Texas, LLC , Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 AFFIDAVIT STATE OF TEXAS COUNTY OF TARRANT Before me, the undersigned authority, a Notary Public in the state and county aforesaid, on this day personally appeared Brock Huggins, President of Conatser Management Group, Inc., general partner of Conatser Construction TX. LP. known to me to be a credible person, who being by me duly sworn, upon his oath deposed and said: That all persons, firms, associations, corporations or other organizations furnishing labor and/or materials have been paid in full; That the wage scale established by the City Council in the City of Fort Worth, has been paid in full; and That there are no claims pending for personal injury and/or property damages; On Contract described as: CHISHOLM TRAIL RANCH SEC. 3, PH. 2 WATER, SANITARY SEWER, DRAINAGE, PAVING, & STREET LIGHT IMPROVEMENTS CFA PRJ #: 22-0030 CITY PROJECT #: 104210 CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP Brock Huggin Subscribed and sworn to before me this 24TH day of July, 2024. ryY P� KATHERINE ROSE ;04�• B� Notary Public, State of Texas Notary Public in Tarrant County, Texas ID# 133467933 "9rcoFs�+r My Commission Expires November 30, 2025 CONSENT OF SURETY COMPANY TO FINAL PAYMENT Conforms with the American Institute of Architects, AIA Document G707 OWNER ❑ ARCHITECT ❑ CONTRACTOR ❑ SURETY ❑ OTHER PROJECT: (name, address)Chisholm Trail Ranch Section 3 - Phase 2 - Water, Sanitary Sewer, Drainage, and Paving TO (Owner) Fort Worth. TX Bond No 0236874 MERITAGE HOMES OF TEXAS, LLC AND THE CITY ARCHITECT'S PROJECT NO: OF FORT WORTH CONTRACT FOR: 8840 Cypress Waters Blvd., Suite 100 Water, Sanitary Sewer, Drainage, and Paving for Chisholm Trail Ranch Section 3 -Phase 2 Dallas TX 75019 _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 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) MERITAGE HOMES OF TEXAS, LLC AND THE CITY OF FORT WORTH 8840 Cypress Waters Blvd., Suite 100 Dallas TX 75019 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS, WHEREOF, the Surety Company has hereunto set its hand this Attest: iI yA (Seal); �►'V-- f► kL 23rd day of July, 2024 BERKLEY INSURANCE COMPANY Surety Company Signature of Authorized Representative Soohinie Hunter 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-72801-el POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON, DELAWARE KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Delaware, having its principal office in Greenwich, CT, has made, constituted and appointed, and does by these presents make, constitute and appoint: Ricardo J. Reyna; Don E. Cornell, Sophinie Hunter; Robbi Morales; Kelly A. Westbrook; Tina McEwan; Joshua Saunders, Tonie Petranek; or Mikaela 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 00/100 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, 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. rl WITNESS iVTMREOF, the Company has caused 'these presents to be signed andattested by its appropriate officers and its corporate seal hereunto affixed this 2& day of Mate _ 2024 . Sah:r Attest. Berkley Insurance Company il 1I.1', ByrBy s Philip S_'eltee {J Executive Nice President & secretary Senior Vice President STATE OF CONNECTICUT ) ) s:s. COUNTY OF FAIR.FIELD ) Swarm to, before me, a Notary Public in the State of Connecticut, this 23 clay of Mav 2024 by Philip S. Welt and Jeffrey M_ Haffer who are sworn to me to be the Executive dice President and Secretary, and the Senior Vice President_ respectively, of Berkley Insurance C€ampany. IWARY P Notary Public, State of Connecticut 0014NMCI1CUT www="EXPIAM0 CERTIFICATE I, the undersigned., Assistant Secretary of BERKLEY INSURANCE COMPANY, DO BEREBY CERTIFY that the foregoing is a hue, cor€ect and complete copy of the original Power of Atwmey; that said Power of Attorney has not been.revoked or rescinded and that thr authority of the Attorney -in -Fact set forth therein, who executed the bond or undertaking to which this. Power of Attca €ached, is in fidl force and effect as of this date. °'tsi under my hared and seal of the Company, this 23rd day og July 2024 �rra a Vincent P. Forte I CONSENT OF SURETY COMPANY TO FINAL PAYMENT Conforms with the American Institute of Architects, AIA Document G707 OWNER ❑ ARCHITECT ❑ CONTRACTOR ❑ SURETY ❑ OTHER Bond No 0256205 PROJECT: (name, address)Chisholm Trail Ranch Section 3 - Phase 2 Street Lighting Improvements TO (Owner) Fort Worth TX MERITAGE HOMES OF TEXAS, LLC AND THE CITY ARCHITECT'S PROJECT NO: OF FORT WORTH CONTRACT FOR: 8840 Cypress Waters Blvd., Suite 100 Chisholm Trail Ranch Section 3 - Phase 2 Street Lighting Improvements Dallas TX 75019 —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 (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) MERITAGE HOMES OF TEXAS, LLC AND THE CITY OF FORT WORTH 8840 Cypress Waters Blvd., Suite 100 Dallas TX 75019 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS, WHEREOF, the Surety Company has hereunto set its hand this Attest: k- A.Q- ftic t,IG.�-- (Seal); 23rd day of July, 2024 BERKLEY INSURANCE COMPANY Surety Company o='Orize'd .ISignatu e Representative Soohinie Hunter Title Attorney -in -Fact NOTE: This form is to be used as a companion document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition ONE PAGE No. BI-72801-el POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON, DELAWARE KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Delaware, having its principal office in Greenwich, CT, has made, constituted and appointed, and does by these presents make, constitute and appoint: Ricardo J. Reyna; Don E. Cornell, Sophinie Hunter; Robbi Morales, Kelly A. Westbrook; Tina McEwan; Joshua Saunders, Tonle Petranek; or Mikaela 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 00/100 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, the Chairman of the Board, Chief Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attomey-in-fact named therein to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such attorney -in -fact and revoke any power of attorney previously granted; and further RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner and to the extent therein stated; and further RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the 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. IVITNESS WIMREOF:, the Company has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 2r-a day of Mav - 2024 . Attest: Berkley Insurance Company By BY Philip S elt Je a A U Z. Executive Vice President & Secretary Senior Vice President STATE OF CO_NNECTICUT ) ) .ss: CO _tiT`t OF FAIRFIELD ) Swarm to before me, a Notary .Public in the State of Connecticut, this 2"d day of Mat- 2024 , by Philip S_ Welt and Jeffrey M. Ilafi<er who are sworn to me to be the Executive Vice President and Secretary, and the Senior Vice President; respectively, of Berkley Insurance Company UgitAi0 RUNDBAKEN IWARt P Notary Public, State of Connecticut wcommmsm DORM. 40-21 CERTIFICATE L the undersigned. Assistant Secretary of BERKLEY INSURANCE COMPANTY, 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 Anomey-in-Fact set forth therein- who executed the bond or undertaking to which this Power of Atto s``c ,ched, is in hall force and effect as ofthis date. "`bY bnder my hand and seal of the Company, this 23rd day of July 2024 VincentP. 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: CHISHOLM TRAIL RANCH SEC. 3, PH. 2 WATER, SANITARY SEWER, DRAINAGE, PAVING, & STREET LIGHT IMPROVEMENTS CFA PRJ #: 22-0030 CITY PROJECT #: 104210 CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP Brock Huggin Subscribed and sworn to before me this 24TH day of July, 2024. ryY P� KATHERINE ROSE ;04�• B� Notary Public, State of Texas Notary Public in Tarrant County, Texas ID# 133467933 "9rcoFs�+r My Commission Expires November 30, 2025 CONSENT OF SURETY COMPANY TO FINAL PAYMENT Conforms with the American Institute of Architects, AIA Document G707 OWNER ❑ ARCHITECT ❑ CONTRACTOR ❑ SURETY ❑ OTHER PROJECT: (name, address)Chisholm Trail Ranch Section 3 - Phase 2 - Water, Sanitary Sewer, Drainage, and Paving TO (Owner) Fort Worth. TX Bond No 0236874 MERITAGE HOMES OF TEXAS, LLC AND THE CITY ARCHITECT'S PROJECT NO: OF FORT WORTH CONTRACT FOR: 8840 Cypress Waters Blvd., Suite 100 Water, Sanitary Sewer, Drainage, and Paving for Chisholm Trail Ranch Section 3 -Phase 2 Dallas TX 75019 _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 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) MERITAGE HOMES OF TEXAS, LLC AND THE CITY OF FORT WORTH 8840 Cypress Waters Blvd., Suite 100 Dallas TX 75019 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS, WHEREOF, the Surety Company has hereunto set its hand this Attest: iI yA (Seal); �►'V-- f► kL 23rd day of July, 2024 BERKLEY INSURANCE COMPANY Surety Company Signature of Authorized Representative Soohinie Hunter 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-72801-el POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON, DELAWARE KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Delaware, having its principal office in Greenwich, CT, has made, constituted and appointed, and does by these presents make, constitute and appoint: Ricardo J. Reyna; Don E. Cornell, Sophinie Hunter; Robbi Morales; Kelly A. Westbrook; Tina McEwan; Joshua Saunders, Tonie Petranek; or Mikaela 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 00/100 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, 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. rl WITNESS iVTMREOF, the Company has caused 'these presents to be signed andattested by its appropriate officers and its corporate seal hereunto affixed this 2& day of Mate _ 2024 . Sah:r Attest. Berkley Insurance Company il 1I.1', ByrBy s Philip S_'eltee {J Executive Nice President & secretary Senior Vice President STATE OF CONNECTICUT ) ) s:s. COUNTY OF FAIR.FIELD ) Swarm to, before me, a Notary Public in the State of Connecticut, this 23 clay of Mav 2024 by Philip S. Welt and Jeffrey M_ Haffer who are sworn to me to be the Executive dice President and Secretary, and the Senior Vice President_ respectively, of Berkley Insurance C€ampany. IWARY P Notary Public, State of Connecticut 0014NMCI1CUT www="EXPIAM0 CERTIFICATE I, the undersigned., Assistant Secretary of BERKLEY INSURANCE COMPANY, DO BEREBY CERTIFY that the foregoing is a hue, cor€ect and complete copy of the original Power of Atwmey; that said Power of Attorney has not been.revoked or rescinded and that thr authority of the Attorney -in -Fact set forth therein, who executed the bond or undertaking to which this. Power of Attca €ached, is in fidl force and effect as of this date. °'tsi under my hared and seal of the Company, this 23rd day og July 2024 �rra a Vincent P. Forte I CONSENT OF SURETY COMPANY TO FINAL PAYMENT Conforms with the American Institute of Architects, AIA Document G707 OWNER ❑ ARCHITECT ❑ CONTRACTOR ❑ SURETY ❑ OTHER Bond No 0256205 PROJECT: (name, address)Chisholm Trail Ranch Section 3 - Phase 2 Street Lighting Improvements TO (Owner) Fort Worth TX MERITAGE HOMES OF TEXAS, LLC AND THE CITY ARCHITECT'S PROJECT NO: OF FORT WORTH CONTRACT FOR: 8840 Cypress Waters Blvd., Suite 100 Chisholm Trail Ranch Section 3 - Phase 2 Street Lighting Improvements Dallas TX 75019 —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 (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) MERITAGE HOMES OF TEXAS, LLC AND THE CITY OF FORT WORTH 8840 Cypress Waters Blvd., Suite 100 Dallas TX 75019 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS, WHEREOF, the Surety Company has hereunto set its hand this Attest: k- A.Q- ftic t,IG.�-- (Seal); 23rd day of July, 2024 BERKLEY INSURANCE COMPANY Surety Company o='Orize'd .ISignatu e Representative Soohinie Hunter Title Attorney -in -Fact NOTE: This form is to be used as a companion document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition ONE PAGE No. BI-72801-el POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON, DELAWARE KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Delaware, having its principal office in Greenwich, CT, has made, constituted and appointed, and does by these presents make, constitute and appoint: Ricardo J. Reyna; Don E. Cornell, Sophinie Hunter; Robbi Morales, Kelly A. Westbrook; Tina McEwan; Joshua Saunders, Tonle Petranek; or Mikaela 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 00/100 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, the Chairman of the Board, Chief Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attomey-in-fact named therein to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such attorney -in -fact and revoke any power of attorney previously granted; and further RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner and to the extent therein stated; and further RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the 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. IVITNESS WIMREOF:, the Company has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 2r-a day of Mav - 2024 . Attest: Berkley Insurance Company By BY Philip S elt Je a A U Z. Executive Vice President & Secretary Senior Vice President STATE OF CO_NNECTICUT ) ) .ss: CO _tiT`t OF FAIRFIELD ) Swarm to before me, a Notary .Public in the State of Connecticut, this 2"d day of Mat- 2024 , by Philip S_ Welt and Jeffrey M. Ilafi<er who are sworn to me to be the Executive Vice President and Secretary, and the Senior Vice President; respectively, of Berkley Insurance Company UgitAi0 RUNDBAKEN IWARt P Notary Public, State of Connecticut wcommmsm DORM. 40-21 CERTIFICATE L the undersigned. Assistant Secretary of BERKLEY INSURANCE COMPANTY, 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 Anomey-in-Fact set forth therein- who executed the bond or undertaking to which this Power of Atto s``c ,ched, is in hall force and effect as ofthis date. "`bY bnder my hand and seal of the Company, this 23rd day of July 2024 VincentP. Forte