Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
062575-FP2 - Construction-Related - Contract - Conatser Construction TxLP
-FP2 City Secretary Contract No. 62575 FORT WORTH. Date Received 3/12/2026 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: Westport 24 Infra City Project No.: 105575 Improvement Type(s): x❑ Paving ❑x Drainage x❑ Street Lights ❑ Turn Lane Original Contract Price: $3,049,116.50 Amount of Approved Change Order(s): -$1,034,023.75 Revised Contract Amount: $2,015,092.75 Total Cost of Work Complete: $2,015,092.75 Contractor Manager Title Conaster Construction TxLP Company Name rhna (Mar 3. 2026 19:20:06 CST Project Inspector khaG 7aafaYr1. 2026 02T T, Project Manager 1—/ CFA Manager X. Z�._ Lauren Prieur (Mar 12, 2026 12:43:26 CDT) TPW Director 03/03/2026 Date 03/03/2026 Date 03/11 /2026 Date 03/12/2026 Date 03/12/2026 Date OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT. WORTH, TX Notice of Project Completion Project Name: Westport 24 Infra City Project No.: 105575 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: 200 WD Days Charged: 160 WD Work Start Date: 4/10/2025 Work Complete Date: 2/17/2026 Completed number of Soil Lab Test: 443 Completed number of Water Test: 36 Page 2 of 2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name WESTPORT 24 INFRA Contract Limits Project Type DRAINAGE, PAVING &STREETLIGHTS City Project Numbers 105575 DOE Number 5575 Estimate Number 1 Payment Number 1 For Period Ending 2/17/2026 WD City Secretary Contract Number Contract Time 20WD Contract Date Days Charged to Date 160 Project Manager NA Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors M.GLOVER / BMEAVERLING Tuesday, March 3, 2026 Page 1 of 6 City Project Numbers 105575 Contract Name WESTPORT 24 INFRA Contract Limits Project Type DRAINAGE, PAVING &STREETLIGHTS Project Funding UNIT III: STORM DRAIN IMPROVEMENTS DOE Number 5575 Estimate Number 1 Payment Number 1 For Period Ending 2/17/2026 Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 21" RCP, CLASS ]II 74 LF $95.00 $7,030.00 74 $7,030.00 2 36" RCP, CLASS III 38 LF $145.00 $5,510.00 38 $5,510.00 3 5' X 4' BOX CULVERT 1342 LF $420.00 $563,640.00 1342 $563,640.00 4 4' STORM JUNCTION BOX 1 EA $8,500.00 $8,500.00 1 $8,500.00 5 6' STORM JUNCTION BOX 3 EA $14,500.00 $43,500.00 3 $43,500.00 6 15' CURB INLET 4 EA $6,200.00 $24,800.00 4 $24,800.00 7 TRENCH SAFETY 1454 LF $4.00 $5,816.00 1454 $5,816.00 8 TXDOT HDWL TYPE (CH-FW-0) (5'X4' RCB) 1 EA $14,500.00 $14,500.00 1 $14,500.00 9 LARGE STONE RIPRAP, DRY 90 SY $155.00 $13,950.00 90 $13,950.00 Sub -Total of Previous Unit $687,246.00 $687,246.00 UNIT IV: PAVING IMPROVEMENTS Item Description of Items Estimated Unit No. Quanity 1 SITE CLEARING 1 LS 2 BORROW BY PLAN (FILL PER PLAN) 19400 CY 3 UNCLASSIFIED EXCAVATION BY PLAN (CUT 500 CY PER PLAN) 4 SWPPP>/ ACRE 1 LS 5 6" CONC CURB AND GUTTER 2167 LF 6 8" CONC PVMT 5852 SY 7 4" CONC SIDEWALK 12610 SF 8 8" LIME TREATMENT (CONCRETE PAVEMENT) 6276 SY 9 HYDRATED LIME (CONCRETE PAVEMENT) 169 TN 10 4" ASPHALT BASE TYPE B 1616 SY 11 2" ASPHALT PVMT TYPE D 1589 SY 12 HYDRATED LIME (ASPHALT PAVEMENT) 5 TN 13 TOPSOIL 178 CY 14 BARRIER FREE RAMP, TYPE P-1 10 EA 15 TRAFFIC CONTROL 3 MO 16 BLOCK SOD PLACEMENT 1074 LF Unit Cost Estimated Completed Completed Total Quanity Total $15,000.00 $15,000.00 1 $15,000.00 $6.50 $126,100.00 19400 $126,100.00 $10.00 $5,000.00 500 $5,000.00 $19,500.00 $19,500.00 1 $19,500.00 $4.00 $8,668.00 2167 $8,668.00 $108.00 $632,016.00 5852 $632,016.00 $6.00 $75,660.00 12610 $75,660.00 $5.00 $31,380.00 6276 $31,380.00 $275.00 $46,475.00 169 $46,475.00 $44.00 $71,104.00 1616 $71,104.00 $28.00 $44,492.00 1589 $44,492.00 $275.00 $1,375.00 5 $1,375.00 $28.00 $4,984.00 178 $4,984.00 $3,600.00 $36,000.00 10 $36,000.00 $3,500.00 $10,500.00 3 $10,500.00 $10.00 $10,740.00 1074 $10,740.00 Tuesday, March 3, 2026 Page 2 of 6 City Project Numbers 105575 DOE Number 5575 Contract Name WESTPORT 24 INFRA Estimate Number 1 Contract Limits Payment Number 1 Project Type DRAINAGE, PAVING &STREETLIGHTS For Period Ending 2/17/2026 Project Funding 17 REMOVE FENCE 1551 LF $6.00 $9,306.00 1551 $9,306.00 Sub -Total of Previous Unit $1,148,300.00 $1,148,300.00 UNIT IV: PAVING MARKINGS & SIGNAGE IMPROVEM Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 6" SLD PVMT MARKING HAS (Y) 1888 LF $5.00 $9,440.00 1888 $9,440.00 2 8" SLD PVMT MARKING HAS (W) 464 LF $7.00 $3,248.00 464 $3,248.00 3 18" SLD PVMT MARKING HAE (Y) 15 LF $20.00 $300.00 15 $300.00 4 24" SLD PVMT MARKING HAE (W) 127 LF $30.00 $3,810.00 127 $3,810.00 5 REFL RAISED MARKER TY I-C 24 EA $6.00 $144.00 24 $144.00 6 REFL RAISED MARKER TY II -A -A 46 EA $6.00 $276.00 46 $276.00 7 LANE LEGEND DBL ARROW 2 EA $950.00 $1,900.00 2 $1,900.00 8 LANE LEGEND ARROW 4 EA $750.00 $3,000.00 4 $3,000.00 9 LANE LEGEND ONLY 4 EA $750.00 $3,000.00 4 $3,000.00 10 INSTALL ALUM SIGN GROUND MOUNT 7 EA $1,250.00 $8,750.00 7 $8,750.00 11 INSTALL END OF ROADWAY BARRICADE 65 LF $30.00 $1,950.00 65 $1,950.00 12 6" BRK PVMT MAKRING HAS(Y) 330 LF $5.00 $1,650.00 330 $1,650.00 13 6" SLD PAVEMENT MARKING (BLACK) 180 LF $5.00 $900.00 180 $900.00 Sub -Total of Previous Unit $38,368.00 $38,368.00 UNIT V: STREET LIGHT IMPROVEMENTS Item Estimated Description of Items Unit No. Quanity 1 2" CONDT PVC SCH 80(T)(CO#1) 1605 LF 2 2" CONDT RM (RISER)(CO#1) 0 LF 3 RDWY ILLUM FOUNDATION TY 3,5,6, AND 8 10 EA 4 FURNISH/INSTALL RDWY ILLUM 10 EA FOUNDATION TY 18 5 FURNISH/INSTALL TYPE 33A ARM 6 NO2 INSULATED ELEC CONDR(CO#1) 7 NO 6 TRIPLEX OH INSULATED ELEC CONDR(CO#1) 8 FURNISH/INSTALL 120-240 VOLT SINGLE PHASE METERED PEDESTAL Unit Cost Estimated Completed Completed Total Quanity Total $20.00 $32,100.00 1605 $32,100.00 $22.00 $0.00 0 $0.00 $1,800.00 $18,000.00 10 $18,000.00 $3,400.00 $34,000.00 10 $34,000.00 10 LF $850.00 $8,500.00 10 $8,500.00 4815 LF $5.25 $25,278.75 4815 $25,278.75 0 LF $7.25 $0.00 0 $0.00 1 EA $12,000.00 $12,000.00 1 $12,000.00 Tuesday, March 3, 2026 Page 3 of 6 City Project Numbers 105575 Contract Name WESTPORT 24 INFRA Contract Limits Project Type DRAINAGE, PAVING &STREETLIGHTS Project Funding DOE Number 5575 Estimate Number 1 Payment Number 1 For Period Ending 2/17/2026 9 FURNISH/INSTALL LEF LIGHTING FIXTURE (70 10 EA $750.00 $7,500.00 10 $7,500.00 WATT ATBO COBRA HEAD)(CO#1) 10 8' WOOD LIGHT POLE ARM(CO#I) 0 EA $850.00 $0.00 0 $0.00 11 40' WOOD LIGHT POLE(CO#1) 0 EA $2,800.00 $0.00 0 $0.00 12 GROUND BOX TYPE B, w/APRON 4 EA $950.00 $3,800.00 4 $3,800.00 Sub -Total of Previous Unit $141,178.75 $141,178.75 Tuesday, March 3, 2026 Page 4 of 6 City Project Numbers 105575 Contract Name WESTPORT 24 INFRA Contract Limits Project Type DRAINAGE, PAVING &STREETLIGHTS Project Funding Contract Information Summary Original Contract Amount Change Orders Change Order Number 1 DOE Number 5575 Estimate Number 1 Payment Number 1 For Period Ending 2/17/2026 $3,049,116.50 ($1,034,023.75) Total Contract Price $2,015,092.75 Total Cost of Work Completed $2,015,092.75 Less % Retained $0.00 Net Earned $2,015,092.75 Earned This Period $2,015,092.75 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 $2,015,092.75 Tuesday, March 3, 2026 Page 5 of 6 City Project Numbers 105575 Contract Name WESTPORT 24 INFRA Contract Limits Project Type DRAINAGE, PAVING &STREETLIGHTS Project Funding Project Manager NA Inspectors M.GLOVER / B.WEAVERLING Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 DOE Number 5575 Estimate Number 1 Payment Number 1 For Period Ending 2/17/2026 City Secretary Contract Number Contract Date Contract Time 200 WD Days Charged to Date 160 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 $2,015,092.75 Less % Retained $0.00 Net Earned $2,015,092.75 Earned This Period S2,015,092.75 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 $2,015,092.75 Tuesday, March 3, 2026 Page 6 of 6 f// f\§§(//! / # ; § a /) mm �/ k §� ° § �!- § !m \ \ \ k « 4 \ ( k } k / } \ e o !i § �\ J �2 § � / k 2 ) §IV { ° ) 7 { \ irurnens isaia sera o[ iaodis3n zg�^2 E W Z Z e U k �$ uj a- a _ W J o �q+o ° a 3 ogg U W o `< fit U - tc w J s_ W � I 2 TOE m W ' 1 � F P. Iz R e a� 3 W W J � a 2 � a d d sS a '� ��3 �eece�e+eaae_eev_aA • �IIRIAD�DDeaaAaee� . ���1�11��11111111[ �0�00©�00000000E� 9 � C 3 � 33 o`g3Aa 11l 616ns 1SMA tltl9 "yGg,`v,v og^? J _ LL Z LU Q M w Of z »= a J o $ 32 �o z W 5Lu _ GoB g a F— e �11� �99NN�9�119 NINE I!lI��I�I Mill in " ®000C��CC9@9@0�090 �� sum meeeov000000aeE�aE�ao � - ON min MIN � �S — ��iiYIiYICe1� ~IEEEp � � uira7r� 9 �9iD if eIs4 f•��:f [Ig fit': s �!'i sietCe i;9 I;� iS.. •-13 i - 11 I ; 'ett?i'I] 1 fgD`D L` i 9! 7� qq11 yy C t"= YSe t 4 ai:' ' 1si � Ei9&gut lmomllm Ii` ➢i Si : Z o� ••�s t � � � o r m � m 1mE1 Fp W iYwnansuaii Yaerarzt •.� 3qa r w Y 3 i N 1— z `3 LU W Y tt � e HOLL O d c to a W �F e� g yQE 3€ 11 em€ HE';EFS !3e o -Till!! FIR�ku!,- milli c hit /ii IE e ° CE Y� Ia Ys � E?ii9 i� ii E a9EE L J f —1 L a s 4 4 it 4 a eI 6 S 48 Y W « i; i% , i E W NON x Q v t wiw ID !q H! %ai !� E. t o o In Ilg . EE: ii:{i 0 o o p�zw ?a 3 O j W if LL J WQ, Am E A i sEa CC3( to155 55 9 s etl=�P `5 ° EC d �! e e �t Nj ! ;i r rE ! I� >g pj4 gg ggpp c$ �947 IiI FiIN L I L Ei�E0001f31E31©1j IB [IDDDOGIBIGImG @IIGGOIOIEI 19 11 MINES!11 _ oe®oe®Ifslsslnl IC FORTWORTH. TRANSPORTATION AND PUBLIC WORKS February 17, 2026 Conaster Construction LP 5327 Wichita St. Fort Worth, Texas. 76119 RE: Acceptance Letter Project Name: Westport 24 Infra Project Type: DEV City Project No.: 105575 To Whom It May Concern: On January 5, 2026 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 17, 2026. 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 17, 2026, 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- 392-7800. Sincerely, 11G&I]afaHTE. Khal Ja fa P.E. (M., 11, 2026 20t :27:59 CDT) Khal Jaafari, Project Manager Cc: Ben Weaverling, Inspector Mike Glover, Inspection Supervisor Cristobal Fuentes, Senior Inspector Andrew Goodman, Program Manager Westwood Professional Services, Inc., Consultant Conaster Construction, LP, Contractor Hillwood Aliance Services, 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: WESTPORT 24 INFRA WATER, DRAINAGE, PAVING & GRADING IMPROVEMENTS IPRC PRJ # 24-0032 CITY PROJECT # 105575 CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP oea"-' - - % — Brock Subscribed and sworn to before me this 71h day of November, 2025. Y"I" KATHERINE ROSE Notary Public in Tarrant County, Texas e 0 NOTARY PUBLIC, STATE OF TEXAS Y ID# 133467933 ,�OFS�+ COMM.EXP. 11-30-2025 CONSENT OF SURETY COMPANY TO FINAL PAYMENT Conforms with the American Institute of Architects, AIA Document G707 PROJECT: (name, address)Westport 24 Infra Fort Worth, TX TO (Owner) OWNER ❑ ARCHITECT ❑ CONTRACTOR ❑ SURETY ❑ OTHER Bond No 0266015 City Project CITY OF FORT WORTH AND HILLWOOD ALLIANCE? ARCHITECT'S PROJECT NO: No. 105575 SERVICES, LLC CONTRACT FOR: 9800 Hillwood Parkway, Suite 300 Water, Storm Drain, Paving & Grading Improvements - Westport 24 Infra Fort worth TX 76177 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) CITY OF FORT WORTH AND HILLWOOD ALLIANCE SERVICES, LLC 9800 Hillwood Parkway, Suite 300 Fort Worth TX 76177 , 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): 6th day of November, 2025 BERKLEY INSURANCE COMPANY Surety Company �; ,- Za � Signature of Authorized Representative RobbRobbi Morple*Attorne -in-Fact Title NOTE; This form is to be used as a companion document to AIA DOCUMENT G706, CONTRACTOR's AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition ONE PAGE No. BI-72801 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.S50,000,000.00), 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. ti 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 o 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 0 o 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 o 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 oc 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, u 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 Z b further RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any n •� power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or y other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as 0 3 though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any E person or persons who shall have been such officer or officers of the Company,notwithstanding the fact that the may have P P g Y Y o I:,- ceased to be such at the time when such instruments shall be issued. o IN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its 0 o corporate seal hereunto affixed this 2nd day of May 2024 o Attest-- Berkley Insurance Company (Seal) Byr\ J� BYI—A�tAA� Philip S.' relt Je M. aft Executive Vice President & Secretary Senior Vice President o o STATE OF CONNECTIC17T } ss: Q COUNTY OF FAJRFIELD ) o Sworn to before me. a Notary Public in the State of Connecticut: this 2°d day of May. 2024 , by Philip S- Welt and h t Jeffrey M_ Hafter who are sworn to me to be the Executive. Vice President and Secretary, and the Senior Vice President- 0 respectively, of Berkley Insurance Company. t Y J A r MANIAC. RUNDBAKf7d /�CITf •�- Cd f�TAFi1' FU8ldC Notary Public, State. of Connecticut _ OONNBCML T d c W OOMMISWON F REG 04-W2= CERTIFICATE I, the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a z � true, correctand complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded "7~� and that the authority of the Attorney -in -Fact set forth therein who executed the bond or undertaking to which this Power of Attorney is attached, is in full force and effect as of this date. A ` 3 Y Given under my hand and seal of the Company, this day of { V (7 V e M 6!6.r (Seal) Vincent P_ Forte AFFIDAVIT STATE OF TEXAS COUNTY OF TARRANT Before me, the undersigned authority, a Notary Public in the state and county aforesaid, on this day personally appeared Brock Huggins, President of Conatser Management Group, Inc., general partner of Conatser Construction TX. LP, known to me to be a credible person, who being by me duly sworn, upon his oath deposed and said: That all persons, firms, associations, corporations or other organizations furnishing labor and/or materials have been paid in full; That the wage scale established by the City Council in the City of Fort Worth, has been paid in full; and That there are no claims pending for personal injury and/or property damages; On Contract described as: WESTPORT 24 INFRA WATER, DRAINAGE, PAVING & GRADING IMPROVEMENTS IPRC PRJ # 24-0032 CITY PROJECT # 105575 CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP oea"-' - - % — Brock Subscribed and sworn to before me this 71h day of November, 2025. Y"I" KATHERINE ROSE Notary Public in Tarrant County, Texas e 0 NOTARY PUBLIC, STATE OF TEXAS Y ID# 133467933 ,�OFS�+ COMM.EXP. 11-30-2025 CONSENT OF SURETY COMPANY TO FINAL PAYMENT Conforms with the American Institute of Architects, AIA Document G707 PROJECT: (name, address)Westport 24 Infra Fort Worth, TX TO (Owner) OWNER ❑ ARCHITECT ❑ CONTRACTOR ❑ SURETY ❑ OTHER Bond No 0266015 City Project CITY OF FORT WORTH AND HILLWOOD ALLIANCE? ARCHITECT'S PROJECT NO: No. 105575 SERVICES, LLC CONTRACT FOR: 9800 Hillwood Parkway, Suite 300 Water, Storm Drain, Paving & Grading Improvements - Westport 24 Infra Fort worth TX 76177 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) CITY OF FORT WORTH AND HILLWOOD ALLIANCE SERVICES, LLC 9800 Hillwood Parkway, Suite 300 Fort Worth TX 76177 , 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): 6th day of November, 2025 BERKLEY INSURANCE COMPANY Surety Company �; ,- Za � Signature of Authorized Representative RobbRobbi Morple*Attorne -in-Fact Title NOTE; This form is to be used as a companion document to AIA DOCUMENT G706, CONTRACTOR's AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition ONE PAGE No. BI-72801 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.S50,000,000.00), 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. ti 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 o 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 0 o 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 o 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 oc 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, u 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 Z b further RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any n •� power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or y other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as 0 3 though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any E person or persons who shall have been such officer or officers of the Company,notwithstanding the fact that the may have P P g Y Y o I:,- ceased to be such at the time when such instruments shall be issued. o IN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its 0 o corporate seal hereunto affixed this 2nd day of May 2024 o Attest-- Berkley Insurance Company (Seal) Byr\ J� BYI—A�tAA� Philip S.' relt Je M. aft Executive Vice President & Secretary Senior Vice President o o STATE OF CONNECTIC17T } ss: Q COUNTY OF FAJRFIELD ) o Sworn to before me. a Notary Public in the State of Connecticut: this 2°d day of May. 2024 , by Philip S- Welt and h t Jeffrey M_ Hafter who are sworn to me to be the Executive. Vice President and Secretary, and the Senior Vice President- 0 respectively, of Berkley Insurance Company. t Y J A r MANIAC. RUNDBAKf7d /�CITf •�- Cd f�TAFi1' FU8ldC Notary Public, State. of Connecticut _ OONNBCML T d c W OOMMISWON F REG 04-W2= CERTIFICATE I, the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a z � true, correctand complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded "7~� and that the authority of the Attorney -in -Fact set forth therein who executed the bond or undertaking to which this Power of Attorney is attached, is in full force and effect as of this date. A ` 3 Y Given under my hand and seal of the Company, this day of { V (7 V e M 6!6.r (Seal) Vincent P_ Forte