Loading...
HomeMy WebLinkAbout062855-FP3 - Construction-Related - Contract - Conatser Construction TX, L.P.City Secretary Contract No. FORTWORTH� Date Received NOTICE OF PROJECT COMPLETION (Developer Projects) ��5�� 62855 1/16/2026 -FP3 The Transportation and Public Works Department upon the recommendation of the Project Manager has accepted the following project as complete: Project Name: Walsh Ranch - Planning Area 5B - PASB City Project No.: 105440 Improvement Type(s): Water ❑x Sewer x❑ Original Contract Price: Amount of Approved Change Order(s): Revised Contract Amount: Total Cost of Work Complete: ��� Contractor Manager Title Conatser Construction TX, L.P Company Name Tvr e Levv _ fan 14, 20 62 Oh3L20 CST) Project Inspector � Project Manager _�� CFA Manager �°�•�� I auren Prieur (Jan 16,707617:15:78 CST) TPW Director O1/14/2026 Date O1/14/2026 Date O1/15/2026 Date O1/16/2026 Date O1/16/2026 Date $1,194,159.00 $7,000.00 $1,201,159.00 $1,201,159.00 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 1 of 2 Notice of Project Completion Project Name: Walsh Ranch - Planning Area 5B - PA5B City Project No.: 105440 City's Attachments Final Pay Estimate 0 Change Order(s): 0 Yes ❑ N/A Pipe Report: 0 Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid 1�'�i Consent of Surety � Statement of Contract Time Contract Time: 200 WD Days Charged: 141 WD Work Start Date: 3/25/2025 Work Complete Date: 11/5/2025 Completed number of Soil Lab Test: 659 Completed number of Water Test: 33 Page 2 of 2 F��� �o��x CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name WALSH RANCH-QUAIL VALLEY- PLANNING AREA SB -(PASB) Contract Limits Project Type WATER & SEWER City Project Numbers 105440 DOE Number 5440 Estimate Number 1 Payment Number 1 For Period Ending City Secretary Contract Number Contract Date Project Manager NA Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH � TX 761 19 Inspectors T. GARDNER / T. BARKER Contract Time Days Charged to Date Contract is 100.00 1 /1 /2001 WD 20bUD 141 Complete Tuesday, November 11, 2025 Page 1 of 5 City Project Numbers 105440 DOE Number 5440 Contract Name WALSH RANCH-QUAIL VALLEY- PLANNING AREA SB -(PASB) Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER & SEWER For Period Ending 1/1/2001 Project Funding UNIT I: WATER IMPROVEMENTS Item Description of items Estimated Unit No. Quanity 1 4"-12" PRESSURE PLUG 1 EA 2 TRENCH SAFETY 5180 LF 3 20" CASING BY OPEN CUT 20 LF 4 8" WATER CARRIER PIPE 20 LF 5 DUCTILE IRON WATER FITTINGS W/ 2.7 TN RESTRAINT 6 6" WATER PIPE 160 LF 7 R" DIP WATER 450 LF 8 8" DIP WATER, CLSM BACKFILL 80 LF 9 8" PVC WATER PIPE 4470 LF 10 FIRE HYDRANT 3 EA 11 CONNCETION TO EXISTING 4"-12" WATER 2 EA MAIN Unit Cost Estimated Completed Completed Total Quanity Total $1,500.00 $1,500.00 1 $1,500.00 $2.00 $10,360.00 5180 $10,360.00 $380.00 $7,600.00 20 $7,600.00 $ ] 00.00 $2,000.00 20 $2,000.00 $9,500.00 $25,650.00 2.7 $25,650.00 $58.00 $9,280.00 $72.00 $32,400.00 $92.00 $7,360.00 $62.00 �277,140.00 $6,500.00 $19,500.00 $2,500.00 $5,000.00 160 $9,280.00 450 $32,400.00 80 $7,360.00 4470 $277,140.00 3 $19,500.00 2 $5,000.00 12 1" WATER SERVICE 101 EA $1,400.00 �141,400.00 101 $141,400.00 13 6" GATE VALVE 1 EA $1,800.00 $1,800.00 1 $1,800.00 14 8" GATE VALVE 18 EA $2,500.00 $45,000.00 18 $45,000.00 15 12" 115 PSI FLEXIBLE ENCASING PIPE 48 LF $80.00 $3,840.00 48 $3,840.00 16 WATER SAMPING STATION 1 EA $4,500.00 $4,500.00 1 $4,500.00 17 1" IRRIGATION SERVICE 2 EA $1,400.00 $2,800.00 2 $2,800.00 18 2" IRRIGATION SERViCE 1 EA $4,200.00 $4,200.00 1 $4,200.00 Sub-Total of Previous Unit �601,330.00 $601,330.00 UNIT II: SANTI'ARY IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 POST-CCTVINSPECTION 3338 LF $3.00 $10,014.00 3338 $10,014.00 2 MANHOLE VACUUM TESTING 33 EA $200.00 $6,600.00 33 $6,600.00 3 TRENCH SAFETY 3338 LF $2.00 $6,676.00 3338 $6,676.00 4 4' SEWER SERVICE 84 EA $950.00 $79,800.00 84 $79,800.00 5 8" SEWER PIPE 3198 LF $78.00 �249,444.00 3198 $249,444.00 6 8" SEWER PIPE, CSS BACKFILL 140 LF $98.00 $13,720.00 140 $L3,720.00 7 EPDXY MANHOLE LINER 105 VF $485.00 $50,925.00 105 $50,925.00 Tuesday, November 11, 2025 Page 2 of 5 City Project Numbers 105440 DOE Number 5440 Contract Name WALSH RANCH-QUAIL VALLEY- PLANNING AREA SB -(PASB) Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER & SEWER For Period Ending 11/5/2025 Project Funding 8 4' MANHOLE 30 EA $4,500.00 �135,000.00 30 $135,000.00 9 4'DROPMANHOLE 3 EA $6,500.00 $19,500.00 3 $19,500.00 10 4' EXTRA DEPTH MANHOLE ll 8 VF $225.00 $26,550.00 118 $26,550.00 11 12" 150 PSIENCASING PIPE 20 LF $80.00 $1,600.00 20 $1,600.00 Sub-Total of Previous Unit �599,s29.00 $599,s29.00 Tuesday, November 11, 2025 Page 3 of 5 City Project Numbers 105440 DOE Number 5440 Contract Name WALSH RANCH-QUAIL VALLEY- PLANNING AREA SB -(PASB) Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER & SEWER For Period Ending 11/5/2025 Project Funding Contract Information Summary Original Contract Amount $1,194,159.00 Change Orders Change Order Number 1 ��,000.00 Total Contract Price $1,201,159.00 Total Cost of Work Completed $1,201,159.00 Less % Retained $0.00 Net Earned $1,201,159.00 Earned This Period �1,201,159.00 Retainage This Period $0.00 Less Liquidated Damages Days @ / Day LessPavement Deficiency Less Penalty Less Previous Payment Plus Material on Hand Less 15% Balance Due This Payment $0.00 $0.00 �0.00 $0.00 $0.00 $1,201, L 59.00 Tuesday, November 11, 2025 Page 4 of 5 City Project Numbers 105440 DOE Number 5440 Contract Name WALSH RANCH-QUAIL VALLEY- PLANNING AREA SB -(PASB) Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER & SEWER For Period Ending 11/5/2025 Project Funding Project Manager NA Inspectors T. GARDNER / T. BARKER Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH � TX 761 I 9 City Secretary Contract Number Contract Date Contract Time 200 WD Days Charged to Date 141 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 Less % Retained Net Earned Earned This Period $1,201,159.00 Retainage This Period �0.00 Less Liquidated Damages � Days @ �0.00 / Day LessPavement Deficiency Less Penalty Less Previous Payment Plus Material on Hand Less 15% Balance Due This Payment $1,201,159.00 $0.00 $1,201,159.00 $0.00 $0.00 $0.00 $0.00 $0.00 $1,201,159.00 Tuesday, November 11, 2025 Page 5 of 5 Docusign EnvelopelD:4B1A88D]-50]4468G9D2B-A5F94FF2]393 DEVELOPER-AWARDED-PROJECT CHANGE ORDER IPROJECTNAME: WalshRanch-QuailValley-PlanningArea56-(PA56) �CONTRACT: Water, Sewer, Drainape, & Pavinq Impmvements I CFA # 24-0107 I ICITYPROJECT# 105440 ICITYSECRETARYCONTRACT# 62855 IFID # 30114-0200431-105440-E07685 I X # X-28104 I FI LE # W 3036 INSPECTOR: Ty BBfkBI' PROJECT MANAGER: MOS8d8ge MOh8lllllldeell WATER DeVelopef Cost City Cos[ IORIGINALCONTRACT $594,330.00 $0.00 IEXTRAS TO DATE $0.00 $0.00 ICREDITS TO DATE $0.00 $0.00 ICONTRACT TO �ATE $594,330.00 $0.00 IAMOUNT OF PROP. CHANGE ORDER $7,000.00 $0.00 I�UTAL REVIS`E���UNTRACT AMOUNT $607,330.00 $0.00 IPER UNIT $601,330.00 IREVISED COST SHARE Dev. Cost: I TOTAL REVISED CONTRACT Phone No: Phone No: SEWER Developer Cos[ City Cos[ $599,629.00 I $0.00 $0.00 I $0.00 $0.00 I $0.00 $599,829.00 I $0.00 $0.00 I $0.00 $599,829.00 I $0.00 $599,829.00 $2,731,503.50 CITY PARTICIPATION:I (817)992-3991 (817)392-2443 CONTRACT 11NIT DRAINAGE Developer Cost City Cast $221,670.00 $0.00 $0.00 $0.00 $0.00 $0.00 $227,670.00 $0.00 $0.00 $0.00 $221,670.00 $0.00 $221,670.00 City Cost: $2,731,503.50 REVIEWED By Mosadage Mohammdeen at 1:26 pm, May 06, 2025 NO � CHANGE ORDER No: � � � � I I PAVING Developer Cos[ C $1,308,674.50 I $0.00 I $0.00 I $1,308,674.50 I $0.00 I $1,308,674.50 I $1,308,674.50 STREET LIGHTS Cos[ Develaper Cost City Cost .00 $0.00 $0.00 .00 $0.00 $0.00 .00 $0.00 $0.00 .00 $0.00 $0.00 .00 $0.00 $0.00 .00 $0.00 $0.00 $0.00 $0.00 WORKING DAYS 200 200 0 200 Revised: 12-17-2018 Page 1 Docusign EnvelopelD:4B1A88D]-50]4-068G9D2B-A5F94FF2]393 You are directed to make Ihe following changes m Ihe contract documents: � PAV ITEM # New 17" New 18' � � � � REASONS FOR CHANGE ORDER CITY BID ITEM # QUANTITV 3312.2003 2.00 3312.2203 1.00 1. Added Irrigation Meters Asterisk (') indicates New Pay Item UNIT EA EA UNIT I: WATER IMPROVEMENTS ITEM DESCRIPTION CFW Uni� Pnce 3312.2003 7" IrrjAation Service 3312.2203 2" Irrigation Service TOTAL UNIT I: WATER IMPROVEMENTS UNITPRICE DeveloperCost $1,400.00 $2.800.00 $4,200.00 $4,200.00 $7.000.00 City Cost $0.0(1 $0.00 $0.00 TOTAL $2,800.00 $4,200.00 7 000.00 Revised: 12-17-2018 Page 2 Docusign EnvelopelD:4B1A88D]-50]4-068G9D2B-A5F94FF2]393 RECOMMENDED: Hw(4Zollars, lnc. BY✓�v r� .. �sa,eA<rss„A<oi Name: Jordan V. Marlia, P.E. Title: Sr. Associate RECOMMENDED: CFW - *Contrect Compliance Manaqer ByVwSbpar�t, Mb�.A+MHtAA�,N, C �rsaao Name: Mosadaqe Mohammdeen, P.E. Title: Proiect Manaqer M&C Number: M&C Date Approved: Date:S/6/2025 Date:S/6/2025 N/A N/A APPROVED: Quai� V�Iger �evco V, LLC �� �� Name: Seth Caroenter TiHe: Senior Vice Presidenl ATTEST By: Not Applicable Name: Jannette S. Goodall Title: QtV Secretary REVIEWED By Mosadage Mohammdeen at 1:26 pm, May O6, T025 APPROVED: Con�o 1gg C�n�,sirudion TX, L.P. Date:S/5/2025 ��1� Da[e:5/6/2025 Name: Brock Huqqins Title: Presldent * Con[ract Compliance Manager (Project Manager): By signing I acknowledge lhat I am the person responsible for the monitoring and administration of this contract, Da[e: and ensuring all performance and reporting requirements. � There are NO City wnds associated with this Contract ❑ There are City Funds associated with ihis Contrect Revised: 12-17-2018 Page 3 FO RT WO RT H TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Walsh Ranch PASB CITY PROJECT NUMBER: 105440 � WATER PIPE LAID SIZE TYPE OF PIPE 8" WATER 8" Carrier Pipe 6" WATER 6" PVC 8" DIP 8" DIP 8" WATER 8" PVC FIRE HYDRANTS: 3 EA PiPE ABANDONED SIZE VALVES (16" OR LARGER) TYPE OF PIPE DENSITIES: NEW SERVICES: � PIPE LAID 8" SEWER PIPE ABANDONED DENSTTIES: NEW SERVICES: SIZE g„ SIZE ALL PASSED SEWER TYPE OF PIPE PVC TYPE OF PIPE ALL PASSED LF 20 160 530 4470 N/A LF LF LF 3,338 TRt1NSPORTIITION 1�ND PUBLIC WORKS The CitS� of Tort Worth • 1000 Throckmorton Stteet • Fort Worth, TX 76012-6311 (817) 392 - 7941 • Fax: (817) 392 - 7845 F�R'� ��RTHo .�—� TRANSPORTATION AND PUBLIC WORKS November 4, 2025 Conatser Construction TX,L.P 5327 Wichita St. Fort Worth, Tx. 76119 RE: Acceptance Letter Project Name: Walsh Ranch - Planning Area 5B - PASB Project Type: Water & Sewer Improvements City Project No.: 105440 To Whom It May Concern: On November 7, 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 November 7, 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 Mosadage.Mohammdeen@fortworthtexas.gov. Sincerely, � Mosadage Mohammdeen, Project Manager Cc: Tyrece Lewis, Inspector Troy Gardner, Inspection Supervisor Charles Hayes, Senior Inspector Andrew Goodman, Program Manager Huitt-Zollars, Inc, Consultant Conatser Construction TX,L.P, Contractor Republic Property Group, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 08/20/19 AFFIDAVIT STATE OF TF;XAS COUNTY OF TARRANT Before me, the undersigned authority, a Notary Public in the state and county aforesaid, on this day pe�rsonally 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 m�aterials have been paid in full; Th��t the wage scale established by the City Council in the City of Fort Worth, has been paid in fi�ll; and Th;�t there are no claims pending for personal injury and/or property damages; On Contract described as: WALSH RANCH PLANNING AREA 5B WATER, SANITARY SEWER, DRAINAGE, PAVING & STREET LIGHT IMPRUVEMENTS CFA PRJ #1�-0108 CITY PROJECT # 105440 CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP . Brock Huggins Subscribed and sworn to before me this 7t�' day of November, 2025. ,��rP� KATHERINE ROSE ��'`'-' �" —`� ��./LJ �3`�—�' Z � N�TARYPUBLIC,STATEOFTEXAS Notary Public in Tarrant County, Texas m,,�p ion '( 33467933 ��oFt�'+ COMM.EXP. '1-1-30-2025 L � 0 ` CONSENT OF SURETY COIVIPANY TO FINAL PAYMIENT Conforms with the American tnstitute of Architects, AfA Documeat G707 OWNER ❑ ARCHITECT ❑ CONTRACTOR ❑ SURETY ❑ OTHER L: •Z7Ti •1►L•TiY•I:�iY� PROJECT: {name, Bdd�Bss�walsh Ranch - Quaii Vailey - Planning Area 5B Fort Worth. TX TO (Owner) QUAIL VALLEY DEVCO V, LLC AND THE CITY OF � FORT WOF;TH 400 S. Record Street, Suite 1200 Dallas TX 75202 J CONTRACTOR: CONA'fSER CONSTRUCTION TX, L.P. ARCHITECT'S PROJECT NO: CFA24-0108 CONTRACT FOR: Water, Sanitary Sewer, Drainage, & Pavin -Improvements for Walsh Ranch - Quai1 Val4ey - Planning Area 5B -�PA5B) CONTRACT DATE: In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (here insert name end eddress of Surety Companyl BERKLEY lNSURANCE Ca�MPANY 475 Steamboat Road Greenwich CT D6830 , SUREiY COMPANY on bond of Ihere insert nam�3 and address of Contractor> CONATSER CONSTRUCTION TX, L.P. 5327 Wichita St. Fort Worth TX 76119-6035 , CONTRACTOR, hereby appmves of the fiinal payment to the Contractor, and agrees that final payment to the Contractor shall nat relieve the Surety Company of any of its obligations to Shere insert name and address of Ow�erl QUAIL VALLEY DEVCO V, LLC AND THE CITY OF FORT WORTH 400 S. Record Street, Suite 12Q0 Dallas TX 75202 , QWNER, as set forth in the said Su�rety Company's bond. IN WITNESS, WHEREC>F, the Surety Company has ]hereunto set its hand this Attest: ,�c.�,�.,� (Seal): �.�' 6th day of November, 2025 BERKLEY INSURANCE COMPANY Surety Company �a �G[�.�_'�a2r�� � � �/ Signature of Authorized Representative Robbi Morales 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 Editian ONE PAGE � � a� � x b ._ � � � � �. � �. � u � � � � � � � a� = � J a � -b U O J > � � � -- c �� � � �: c c 0 � � u w ° o w � ; c � C Q, o � � � w . 'i. a�i > � � � � � O bA Q- . � � � . �. �, r a�i ' � .� U �"' a b � � .� � � w � o �, o � _ � �� � � � � F" 0 � � o � U O a � b � o ,, a � � ._ �. � � o N•� O o � � ' J y � � � � � Q � � I o C7 � 7. � Z �� � � � U � '� POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON, DELAWARE No. BI-72801 KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (tl�e "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 Hu�:rer; Robbi Morales; Ke1ly A. Westbr00%; Tina McEwan; Joshua Saunders; Tonie Petranek; or Mi/caela Peppers of Aon Risk Services Southwest, Inc. nf 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 t:hat no single obligation shall exceed Fifty Million and 00/100 U.S. Dallars (U.S.$50,000,000.00), to the same extent as if sucti bonds had been duly executed and acknowledged by the regularly elected o�cers of the Company at its principal offtce in their own proper persons. This Power of Attome;y shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, witl�out giving effect to the principles of conflicts of laws thereo£ This Power af Attomey is granted pursuant to the foLlowiiig resolutions which wer�e duly and validly adopted at a meeting of the Board of Direct�rs 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 Cornpany, in conjunction with the Secretary or any Assistant Secretary are hereby authorized to execute powers of attorney authorizing and qualifying tl�e attorney-in-fact named thereiu to execute bonds, uadertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the corporate seal of tr�e Company to powers of attomey executed pursuant hereto; and said officers may remove any such attomey-in-fact and revoke any power of attomey previously granted; and further RESOLVED, that such power of attomey limits the acts of those named tl�erein 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 e:Ktent 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 1.he 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 otlier suretyship obligatian of the Coinpany; and such signature and seal wl�en so used shall l�ave the same force and effect as though manually affixed. The Company may continue to use for tl�e purposes herein stated the facsimile signature of any person or persons who sl�all have been such officer or officers of the Company, notwithstanding the fact that they inay have ceased to be such at the time when such instruments shall be issued. IN WIT'NESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunta affixed this 2"d day of MaV , 2024 . Artesc: (seai) sy —�' ..1i� }�'�`; Philip S: � elt � Executive Vice President & Secretary STA?E OF CdNNECTICL;? } } ss: C�L-1TI' �OF F_4II'iFIELD ) Berkley Iusurance Compauy sy —� U Je M� Senior Vice. President Sworn to before me_ a Notary Public. in the Statc of Connecticut_ tlus 2°d day of May' 2024 , by Philip S. Welt aud 3effrey M. HaRes vvho are s��om to me to be tLe Executive `Tice President and Secretary, and the Senior Vice President, respectively, of Berkle_y Tustuance Compa�ry. � MARIAC. Rl1ND81�T1 � /' /'� �',�,�.-} � � �li.r.. �T"� p�� Notary Public, State of Connecticiit (ANNB:itGUT II�KCOA�IMlSSION E�IFi�S O4-30-Q02Q CERI�TCATE I, the �uadersigned, Assistant Secretary- of BERKLEY INSURANCE COMPriNY, DO HEREBY CERTIF'Y that tlie foregoing is a true, correct and couiplete copy of the original Power of Attorney; that said Power of Attome.y has not been re��oked or rescin ded and tllat tlie authonty of tl�e At�amey-in-Fact set foitii tlierein, a�ho executed the boud or undertaking to whicli this Power of Attarney is attached, is in fiill force aud effect as af this date_ Given und�r my band and seal of the C;ompany, this � day of � � V��b �ar, ._ ,-�-� �+'� (Sea�) . . ., y�. �ii�' } --. 1_ ,..- .,� Vincent P. Forte .� i CONSENT OF SURETY COMPA,NY TO FINAL PAYMENT Conforms with the Americ:an tnstitute af Architects, AIA Document; G707 OWNER ❑ ARCHITECT ❑ CONTRACTOR ❑ SURETY ❑ OTHER Bond No a266023 PROJECT: (nBmB, eddreSSjWalsh I�anch - Quail Valley - Planning Area 5B Fort V1lorth, TX TO (Owner) QUAIL VAL.tEY DEVCO V, LLC AND THE CITY OF � FORT WORTH 400 S. Rea�rd Street, Suite 1200 Dallas TX 75202 J C�NTRAC7'OR: CONATSER CONSTRUCTION TX, L.P. ARCHITECT'S PROJECT N0: CFA24-a108 CONTRACT FOR: Street Lighting Improvements for Walsh Ranch - Quail Valley Planning Area SB - (PA56) CONTRACT DATE: In accordance with the p�-ovisions of the Contract between the Owner and the Contractor as indicated above, the (here insert nema end address of :iurety Companyy BERKLEY INSURANCE COMPANY 475 Steamboat Road Greenwich CT o6830 , SURETY COMPANY on bond of lhere insert neme and address of Contractor► CONATSER CONSTRUCTION TX, L.P. 5327 Wichita St. Fort Worth TX 76119-6035 , CONTRACTOR, hereby appraves 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 nama and address of Owner) QUAIL VALLEY DEVCO V, LLC AND THE CITY OF FORT WORTH 400 S. Record Street, Suite 1200 Dallas TX 75202 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS, WHEREOF, the Surety Company has hereunto set its hand this Attest: (Seal); ��;,�w�w�.� r�t..�.-- 6th day of November, 2025 BERKLEY INSURANCE COMPANY Surety Cornpany L � �-lLl. ` `�7.� .A-, �, / , e � Signature of Authorized Representative Robbi Moraies Title Attorney-in-Fact NOTE: This iorm is to be used as a companion document to AIA DOCUMENT G706, CQNTRAC70R'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition ONE PAGE � � � � .� � U � � � � � .c � � � � � � � � � � � C U � � -� U O n� � L � � .� O r7l '� � c o � Y y r � w " o � �. � a� _ o� a. � � �- � � U � "' 4� . 's: ti � Y ' � � � r o �r, p..� � � '� � � 3 � � .c � � 0 �n � - � � � � w � o � � o x 'i;, U �d '."�, � � °�,' � � � 0 � :� o � '�„a 'J, U � 'O O � r, � �, . � 'ti c � G o � � � � _ a, � Q � i o � U z� � zY ,.,/ U � U r ^ POWER OF ATTORNEY BERKLEY 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 ]aws 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: Ricarda J. Reyna; Don E. Cornell; Sophinie Hur:ter; Robbi Morales; Kelly �4. Westbroolc; Tina McEwan; Joshua Saunders; Tonie Petranek; or Milcaela Peppers of Aon Risk Services Souihwest, Ina of Dallas, TX its true and lawful Attonley-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 00l100 U.S. Dollars (U.S.$50,000,000.00), to the same extent as if such bonds had been duly executed aud acknowledged by the regularly elected officers of the Company at its principal o�ce in their own proper persons. This Power of Attorne;y 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 tliereof. This Power of Attomey is granted pursuant to the following resolutions which were duiy 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 Execurive Officer, :President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are hereb�✓ authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein to execute bonds, unciertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the corporate seal of t��e Campany to powers of attomey executed pursuant hereto; and said officers may remove any such attoniey-in-fact av d revol<e any power of attorney previously granted; aud further itESOLVEA, that ;;uch power of attomey linnits the acts of those named therein to the bonds, undertakings, recognizauces, or other suretyship obligations specifically nained therein, and they have no authority to bind the Company except in the manner and to the e:�tent therein stated; and fiuther RESOLVED, tliat such power of attorney revokes all previous powers issued on bel�alf of tl�e attoniey-in-fact nacned; and further RESOLVED, that f:he signature of any authorized o�cer and the seal of the Company may be affixed by facsimile to any power of attomey 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 manuatly af.fixed. 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 die Company, notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WFiEREOF, the Coinpany has caused these presents to be signed and attested by its appropriate ofiicers and its corporate seal hereunto affixed tlus 2"d day of Mav , 2024 . Atl;esi: (Seal) By `.�'i: ����� .�t� �'`�y Philip S::'�� elt Exeeuiive Vice President & Secretary Berkley Iusurauce Company B� � 1 � 7e Mr��'i�aft�r � Senior Vice.Presideni S'I:�TE OF C.ONNECI'ICi:i ) 3 SS: C:OL�-II' ��F F�iIRFIELD ) 5�uorn to before me, a Notary Public in the State of Cannecticut, this 2°d day af Mav . 2024 , by Philip S. Weit aud Jef&ey M_ Hafter v;ho are sn�om to me to be fl}e Execuhre. �'ice Presiden# and Secretary, and the Senior Vice President_ respectn e1y, of B erkle_y �susance. Coaipauy. � r.� MARIA C. RLMQBAlC�AI �/% 1,,,t ,ZI,GQ -' � i_ � i/t ir-- �T�'P�� Notary Public, State of Connecticut OONN�JiTCUT f�K00MMISSION E'9�U� 0+6,3ti-2D2� CERTIFTCATE I, the undersigned, Assistant Secre.t�vy of BERKLEY INS[JRANC:E COMPANY, DO HEREBY CERTIFY that �e foregoing is a true, correc.t and complete copy of tbe original Power of Attorney; that said Power of Attoruey }ias not been re��oked orrescinded and d�at the authori�}� of tlze 4ttorney�-in-Fact set £ortii tlierein, ��ho executed the boud or vndertaking to whicla tliis Power of At#orney is attached, is in full force aud eifect as of tlxis date. Given undar my }�and aud seal of the Conipany, this � day of N u�l e-u� b-e.�. :.. ,�� �� (Seal} • � �fi'; - ! `y�;�.{,,, .� .-�..—.�}� •r-... Vincent P_ Force AFFIDAVIT STATE OF TF;XAS COUNTY OF TARRANT Before me, the undersigned authority, a Notary Public in the state and county aforesaid, on this day pe�rsonally 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 m�aterials have been paid in full; Th��t the wage scale established by the City Council in the City of Fort Worth, has been paid in fi�ll; and Th;�t there are no claims pending for personal injury and/or property damages; On Contract described as: WALSH RANCH PLANNING AREA 5B WATER, SANITARY SEWER, DRAINAGE, PAVING & STREET LIGHT IMPRUVEMENTS CFA PRJ #1�-0108 CITY PROJECT # 105440 CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP . Brock Huggins Subscribed and sworn to before me this 7t�' day of November, 2025. ,��rP� KATHERINE ROSE ��'`'-' �" —`� ��./LJ �3`�—�' Z � N�TARYPUBLIC,STATEOFTEXAS Notary Public in Tarrant County, Texas m,,�p ion '( 33467933 ��oFt�'+ COMM.EXP. '1-1-30-2025 L � 0 ` CONSENT OF SURETY COIVIPANY TO FINAL PAYMIENT Conforms with the American tnstitute of Architects, AfA Documeat G707 OWNER ❑ ARCHITECT ❑ CONTRACTOR ❑ SURETY ❑ OTHER L: •Z7Ti •1►L•TiY•I:�iY� PROJECT: {name, Bdd�Bss�walsh Ranch - Quaii Vailey - Planning Area 5B Fort Worth. TX TO (Owner) QUAIL VALLEY DEVCO V, LLC AND THE CITY OF � FORT WOF;TH 400 S. Record Street, Suite 1200 Dallas TX 75202 J CONTRACTOR: CONA'fSER CONSTRUCTION TX, L.P. ARCHITECT'S PROJECT NO: CFA24-0108 CONTRACT FOR: Water, Sanitary Sewer, Drainage, & Pavin -Improvements for Walsh Ranch - Quai1 Val4ey - Planning Area 5B -�PA5B) CONTRACT DATE: In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (here insert name end eddress of Surety Companyl BERKLEY lNSURANCE Ca�MPANY 475 Steamboat Road Greenwich CT D6830 , SUREiY COMPANY on bond of Ihere insert nam�3 and address of Contractor> CONATSER CONSTRUCTION TX, L.P. 5327 Wichita St. Fort Worth TX 76119-6035 , CONTRACTOR, hereby appmves of the fiinal payment to the Contractor, and agrees that final payment to the Contractor shall nat relieve the Surety Company of any of its obligations to Shere insert name and address of Ow�erl QUAIL VALLEY DEVCO V, LLC AND THE CITY OF FORT WORTH 400 S. Record Street, Suite 12Q0 Dallas TX 75202 , QWNER, as set forth in the said Su�rety Company's bond. IN WITNESS, WHEREC>F, the Surety Company has ]hereunto set its hand this Attest: ,�c.�,�.,� (Seal): �.�' 6th day of November, 2025 BERKLEY INSURANCE COMPANY Surety Company �a �G[�.�_'�a2r�� � � �/ Signature of Authorized Representative Robbi Morales 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 Editian ONE PAGE � � a� � x b ._ � � � � �. � �. � u � � � � � � � a� = � J a � -b U O J > � � � -- c �� � � �: c c 0 � � u w ° o w � ; c � C Q, o � � � w . 'i. a�i > � � � � � O bA Q- . � � � . �. �, r a�i ' � .� U �"' a b � � .� � � w � o �, o � _ � �� � � � � F" 0 � � o � U O a � b � o ,, a � � ._ �. � � o N•� O o � � ' J y � � � � � Q � � I o C7 � 7. � Z �� � � � U � '� POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON, DELAWARE No. BI-72801 KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (tl�e "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 Hu�:rer; Robbi Morales; Ke1ly A. Westbr00%; Tina McEwan; Joshua Saunders; Tonie Petranek; or Mi/caela Peppers of Aon Risk Services Southwest, Inc. nf 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 t:hat no single obligation shall exceed Fifty Million and 00/100 U.S. Dallars (U.S.$50,000,000.00), to the same extent as if sucti bonds had been duly executed and acknowledged by the regularly elected o�cers of the Company at its principal offtce in their own proper persons. This Power of Attome;y shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, witl�out giving effect to the principles of conflicts of laws thereo£ This Power af Attomey is granted pursuant to the foLlowiiig resolutions which wer�e duly and validly adopted at a meeting of the Board of Direct�rs 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 Cornpany, in conjunction with the Secretary or any Assistant Secretary are hereby authorized to execute powers of attorney authorizing and qualifying tl�e attorney-in-fact named thereiu to execute bonds, uadertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the corporate seal of tr�e Company to powers of attomey executed pursuant hereto; and said officers may remove any such attomey-in-fact and revoke any power of attomey previously granted; and further RESOLVED, that such power of attomey limits the acts of those named tl�erein 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 e:Ktent 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 1.he 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 otlier suretyship obligatian of the Coinpany; and such signature and seal wl�en so used shall l�ave the same force and effect as though manually affixed. The Company may continue to use for tl�e purposes herein stated the facsimile signature of any person or persons who sl�all have been such officer or officers of the Company, notwithstanding the fact that they inay have ceased to be such at the time when such instruments shall be issued. IN WIT'NESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunta affixed this 2"d day of MaV , 2024 . Artesc: (seai) sy —�' ..1i� }�'�`; Philip S: � elt � Executive Vice President & Secretary STA?E OF CdNNECTICL;? } } ss: C�L-1TI' �OF F_4II'iFIELD ) Berkley Iusurance Compauy sy —� U Je M� Senior Vice. President Sworn to before me_ a Notary Public. in the Statc of Connecticut_ tlus 2°d day of May' 2024 , by Philip S. Welt aud 3effrey M. HaRes vvho are s��om to me to be tLe Executive `Tice President and Secretary, and the Senior Vice President, respectively, of Berkle_y Tustuance Compa�ry. � MARIAC. Rl1ND81�T1 � /' /'� �',�,�.-} � � �li.r.. �T"� p�� Notary Public, State of Connecticiit (ANNB:itGUT II�KCOA�IMlSSION E�IFi�S O4-30-Q02Q CERI�TCATE I, the �uadersigned, Assistant Secretary- of BERKLEY INSURANCE COMPriNY, DO HEREBY CERTIF'Y that tlie foregoing is a true, correct and couiplete copy of the original Power of Attorney; that said Power of Attome.y has not been re��oked or rescin ded and tllat tlie authonty of tl�e At�amey-in-Fact set foitii tlierein, a�ho executed the boud or undertaking to whicli this Power of Attarney is attached, is in fiill force aud effect as af this date_ Given und�r my band and seal of the C;ompany, this � day of � � V��b �ar, ._ ,-�-� �+'� (Sea�) . . ., y�. �ii�' } --. 1_ ,..- .,� Vincent P. Forte .� i CONSENT OF SURETY COMPA,NY TO FINAL PAYMENT Conforms with the Americ:an tnstitute af Architects, AIA Document; G707 OWNER ❑ ARCHITECT ❑ CONTRACTOR ❑ SURETY ❑ OTHER Bond No a266023 PROJECT: (nBmB, eddreSSjWalsh I�anch - Quail Valley - Planning Area 5B Fort V1lorth, TX TO (Owner) QUAIL VAL.tEY DEVCO V, LLC AND THE CITY OF � FORT WORTH 400 S. Rea�rd Street, Suite 1200 Dallas TX 75202 J C�NTRAC7'OR: CONATSER CONSTRUCTION TX, L.P. ARCHITECT'S PROJECT N0: CFA24-a108 CONTRACT FOR: Street Lighting Improvements for Walsh Ranch - Quail Valley Planning Area SB - (PA56) CONTRACT DATE: In accordance with the p�-ovisions of the Contract between the Owner and the Contractor as indicated above, the (here insert nema end address of :iurety Companyy BERKLEY INSURANCE COMPANY 475 Steamboat Road Greenwich CT o6830 , SURETY COMPANY on bond of lhere insert neme and address of Contractor► CONATSER CONSTRUCTION TX, L.P. 5327 Wichita St. Fort Worth TX 76119-6035 , CONTRACTOR, hereby appraves 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 nama and address of Owner) QUAIL VALLEY DEVCO V, LLC AND THE CITY OF FORT WORTH 400 S. Record Street, Suite 1200 Dallas TX 75202 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS, WHEREOF, the Surety Company has hereunto set its hand this Attest: (Seal); ��;,�w�w�.� r�t..�.-- 6th day of November, 2025 BERKLEY INSURANCE COMPANY Surety Cornpany L � �-lLl. ` `�7.� .A-, �, / , e � Signature of Authorized Representative Robbi Moraies Title Attorney-in-Fact NOTE: This iorm is to be used as a companion document to AIA DOCUMENT G706, CQNTRAC70R'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition ONE PAGE � � � � .� � U � � � � � .c � � � � � � � � � � � C U � � -� U O n� � L � � .� O r7l '� � c o � Y y r � w " o � �. � a� _ o� a. � � �- � � U � "' 4� . 's: ti � Y ' � � � r o �r, p..� � � '� � � 3 � � .c � � 0 �n � - � � � � w � o � � o x 'i;, U �d '."�, � � °�,' � � � 0 � :� o � '�„a 'J, U � 'O O � r, � �, . � 'ti c � G o � � � � _ a, � Q � i o � U z� � zY ,.,/ U � U r ^ POWER OF ATTORNEY BERKLEY 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 ]aws 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: Ricarda J. Reyna; Don E. Cornell; Sophinie Hur:ter; Robbi Morales; Kelly �4. Westbroolc; Tina McEwan; Joshua Saunders; Tonie Petranek; or Milcaela Peppers of Aon Risk Services Souihwest, Ina of Dallas, TX its true and lawful Attonley-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 00l100 U.S. Dollars (U.S.$50,000,000.00), to the same extent as if such bonds had been duly executed aud acknowledged by the regularly elected officers of the Company at its principal o�ce in their own proper persons. This Power of Attorne;y 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 tliereof. This Power of Attomey is granted pursuant to the following resolutions which were duiy 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 Execurive Officer, :President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are hereb�✓ authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein to execute bonds, unciertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the corporate seal of t��e Campany to powers of attomey executed pursuant hereto; and said officers may remove any such attoniey-in-fact av d revol<e any power of attorney previously granted; aud further itESOLVEA, that ;;uch power of attomey linnits the acts of those named therein to the bonds, undertakings, recognizauces, or other suretyship obligations specifically nained therein, and they have no authority to bind the Company except in the manner and to the e:�tent therein stated; and fiuther RESOLVED, tliat such power of attorney revokes all previous powers issued on bel�alf of tl�e attoniey-in-fact nacned; and further RESOLVED, that f:he signature of any authorized o�cer and the seal of the Company may be affixed by facsimile to any power of attomey 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 manuatly af.fixed. 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 die Company, notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WFiEREOF, the Coinpany has caused these presents to be signed and attested by its appropriate ofiicers and its corporate seal hereunto affixed tlus 2"d day of Mav , 2024 . Atl;esi: (Seal) By `.�'i: ����� .�t� �'`�y Philip S::'�� elt Exeeuiive Vice President & Secretary Berkley Iusurauce Company B� � 1 � 7e Mr��'i�aft�r � Senior Vice.Presideni S'I:�TE OF C.ONNECI'ICi:i ) 3 SS: C:OL�-II' ��F F�iIRFIELD ) 5�uorn to before me, a Notary Public in the State of Cannecticut, this 2°d day af Mav . 2024 , by Philip S. Weit aud Jef&ey M_ Hafter v;ho are sn�om to me to be fl}e Execuhre. �'ice Presiden# and Secretary, and the Senior Vice President_ respectn e1y, of B erkle_y �susance. Coaipauy. � r.� MARIA C. RLMQBAlC�AI �/% 1,,,t ,ZI,GQ -' � i_ � i/t ir-- �T�'P�� Notary Public, State of Connecticut OONN�JiTCUT f�K00MMISSION E'9�U� 0+6,3ti-2D2� CERTIFTCATE I, the undersigned, Assistant Secre.t�vy of BERKLEY INS[JRANC:E COMPANY, DO HEREBY CERTIFY that �e foregoing is a true, correc.t and complete copy of tbe original Power of Attorney; that said Power of Attoruey }ias not been re��oked orrescinded and d�at the authori�}� of tlze 4ttorney�-in-Fact set £ortii tlierein, ��ho executed the boud or vndertaking to whicla tliis Power of At#orney is attached, is in full force aud eifect as of tlxis date. Given undar my }�and aud seal of the Conipany, this � day of N u�l e-u� b-e.�. :.. ,�� �� (Seal} • � �fi'; - ! `y�;�.{,,, .� .-�..—.�}� •r-... Vincent P_ Force