Loading...
HomeMy WebLinkAboutContract 58094-FP2-FP2 FORT WORTH. City Secretary Contract No. 58094 Date Received 09/01/2023 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: Walsh Ranch Quail Valley Planning Area 3 West City Project No.: 103935 Improvement Type(s): Water x❑ Sewer x❑ Original Contract Price: $1,340,345.00 Amount of Approved Change Order(s): $319,497.00 Revised Contract Amount: $1,659,842.00 Total Cost of Work Complete: $1,659,842.00 70' a 1 Jacob Gatewood (Sep 1, 202306:51 CDT) Se P ,2023 Contractor Date Project Manager Title Conatser Construction Company Name �lI/�lGtlYBOG G�Yf William Rodgers (Sep 1, 20 07:26 CDT) Sep 1, 2023 Project Inspector Date Sgndin iKgr% P.E. Sandip Adhikari, P.E. (Sep 1, 202315:23 CDT) Se 1 2023 p f Project Manager Date R,hrrr. NnP (lwan (-1-1 2023 1552 CDTI Sep 1, 2023 CFA Manager Date 12r.'PIZ— Lauren Pricur (Sep 1, 2023 15:57 CDT) Sep 1, 2023 N TPir�tgr Date Willi[amJJohnson ,(SS 1,20�2316,:54CDT) Sep 1, 2023 Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT. WORTH, TX Notice of Project Completion Project Name: Walsh Ranch Quail Valley Planning Area 3 West City Project No.: 103935 City's Attachments Final Pay Estimate ❑x Change Order(s): ❑x Yes ❑ N/A Pipe Report: ❑x Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 140 WD Days Charged: 177 Work Start Date: 12/27/2022 Work Complete Date: 8/31/2023 Completed number of Soil Lab Test: 566 Completed number of Water Test: 10 Page 2of2 FORT WORT 11 CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name WALSH RANCH QUAIL VALLEY PLANNING AREA 3 WEST Contract Limits Project Type WATER AND SEWER IMPROVEMENTS City Project Numbers 103935 DOE Number 3935 Estimate Number 1 Payment Number 1 For Period Ending 8/31/2023 wd City Secretary Contract Number Contract Time 14*d Contract Date Days Charged to Date 177 Project Manager NA Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors M. GLOVER / W. RODGERS Thursday, August 31, 2023 Pagel of 5 City Project Numbers 103935 Contract Name WALSH RANCH QUAIL VALLEY PLANNING AREA 3 WEST Contract Limits Project Type WATER AND SEWER IMPROVEMENTS Project Funding UNIT I: WATER IMPROVEMENTS Item Description of Items No. 1 4"-12" PRESURE PLUG 2 DUCTILE IRON WATER FITTING W/RESTRAINT 3 8" DIP WATER 4 8" DIP EATER, CLSM BACKFILL 5 8" PVC WATER PIPE 6 FIRE HYDRANT 7 CONNECTION TO EXISITING 4"-12" WATER MAIN 8 1" BORED WATER SERVICE TAP EXISITNG MAIN 9 1" WATER SERVICE (CO #1) 10 8" GATE VALVE (CO 92) 11 TRENCH SAFETY 12 1" WATER SERVICE TAP EXISITING MAIN (CO #1) DOE Number 3935 Estimate Number I Payment Number 1 For Period Ending 8/31/2023 Estimated Unit Unit Cost Estimated Completed Completed Quanity Total Quanity Total 4 EA $1,500.00 $6,000.00 4 $6,000.00 1.84 TN $9,000.00 $16,560.00 1.84 $16,560.00 93 LF $64.00 $5,952.00 93 $5,952.00 74 LF $74.00 $5,476.00 74 $5,476.00 2529 LF $52.00 $131,508.00 2529 $131,508.00 3 EA $4,600.00 $13,800.00 3 $13,800.00 5 EA $2,000.00 $10,000.00 5 $10,000.00 1 EA $3,000.00 $3,000.00 1 $3,000.00 50 EA $1,200.00 $60,000.00 50 $60,000.00 11 EA $1,600.00 $17,600.00 11 $17,600.00 2696 LF $1.00 $2,696.00 2696 $2,696.00 32 EA $2,100.00 $67,200.00 32 $67,200.00 Sub -Total of Previous Unit $339,792.00 $339,792.00 - - - - - - - - - - - - - - - - - - - UNIT M SEWER IMPROVEMENTS Item Description of Items No. --------------- 1 8" SEWER PIPE (CO #1) 2 8" SEWER PIPE,CSS BACKFILL (CO #1) 3 10" SEWER PIPE 4 10" SEWER PIPE, CSS BACKFILL 5 10" SEWER CARRIER PIPE 6 20" CASING BY OTHER THAN OPEN CUT 7 4' MANHOLE - STANDARD MH LID (CO #1) 8 4' MANHOLE - COMPOSITE MH LID 9 4' DROP MANHOLE 10 4' EXTRA DEPTH MANHOLE (CO #1) 11 EPDXY MANHOLE LINER (CO #1) 12 4" SEWER SERVICE (CO #1) Estimated Unit Unit Cost Estimated Completed Completed Quanity Total Quanity Total ----------------------- 5286 LF $56.00 $296,016.00 5286 $296,016.00 403 LF $66.00 $26,598.00 403 $26,598.00 2310 LF $86.00 $198,660.00 2310 $198,660.00 265 LF $96.00 $25,440.00 265 $25,440.00 113 LF $126.00 $14,238.00 113 $14,238.00 113 LF $740.00 $83,620.00 113 $83,620.00 39 EA $4,800.00 $187,200.00 39 $187,200.00 8 EA $4,800.00 $38,400.00 8 $38,400.00 l EA $6,400.00 $6,400.00 1 $6,400.00 213 VF $215.00 $45,795.00 213 $45,795.00 316 VF $425.00 $134,300.00 316 $134,300.00 141 EA $850.00 $119,850.00 141 $119,850.00 Thursday, August 31, 2023 Page 2 of 5 City Project Numbers 103935 DOE Number 3935 Contract Name WALSH RANCH QUAIL VALLEY PLANNING AREA 3 WEST Estimate Number I Contract Limits Payment Number 1 Project Type WATER AND SEWER IMPROVMENTS For Period Ending 8/31/2023 Project Funding 13 TRENCH SAFETY (CO #1) 8264 LF $1.00 $8,264.00 8264 $8,264.00 14 POST CCTV INSPECTION (CO #1) 8264 LF $4.00 $33,056.00 8264 $33,056.00 15 MANHOLE VACUUM TESTING (CO #1) 48 EA $150.00 $7,200.00 48 $7,200.00 16 UTILITY MARKERS 1 LS $2,500.00 $2,500.00 1 $2,500.00 17 10" CONNECTION TO EXISTING MANHOLE 1 EA $6,500.00 $6,500.00 1 $6,500.00 18 ODOR CONTROL UNIT & ASSEMBLY 3 EA $9,500.00 $28,500.00 3 $28,500.00 19 IT GATE, STEEL 8 EA $2,500.00 $20,000.00 8 $20,000.00 20 CONCRETE COLLAR 10 EA $1,500.00 $15,000.00 10 $15,000.00 21 UTILITY MARKERS 10 EA $367.00 $3,670.00 10 $3,670.00 22 REMOVE EXISTING MANHOLE COATING & 1 LS $18,843.00 $18,843.00 1 $18,843.00 INSTALL NEW WARREN COATING (CO #5) Sub -Total of Previous Unit $1,320,050.00 $1,320,050.00 Thursday, August 31, 2023 Page 3 of 5 City Project Numbers 103935 Contract Name WALSH RANCH QUAIL VALLEY PLANNING AREA 3 WEST Contract Limits Project Type WATER AND SEWER IMPROVMENTS Project Funding Contract Information Summary Original Contract Amount Change Orders Change Order Number 1 Change Order Number 1 Change Order Number 2 Change Order Number 5 DOE Number 3935 Estimate Number I Payment Number 1 For Period Ending 8/31/2023 $1,340,345.00 $47,100.00 $251,954.00 $1,600.00 $18,843.00 Total Contract Price $1,659,842.00 Total Cost of Work Completed $1,659,842.00 Less % Retained $0.00 Net Earned $1,659,842.00 Earned This Period $1,659,842.00 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 $1,659,842.00 Thursday, August 31, 2023 Page 4 of 5 City Project Numbers 103935 Contract Name WALSH RANCH QUAIL VALLEY PLANNING AREA 3 WEST Contract Limits Project Type WATER AND SEWER IMPROVMENTS Project Funding Project Manager NA Inspectors M. GLOVER / W. RODGERS Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 DOE Number 3935 Estimate Number I Payment Number 1 For Period Ending 8/31/2023 City Secretary Contract Number Contract Date Contract Time 140 wd Days Charged to Date 177 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 $1,659,842.00 Less % Retained $0.00 Net Earned $1,659,842.00 Earned This Period $1,659,842.00 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 $1,659,842.00 Thursday, August 31, 2023 Page 5 of 5 Walsh Ranch - Quail Valley - PA3W - A DEVELOPER -AWARDED -PROJECT CHANGE ORDER PROJECT NAME: Walsh Ranch - Quail Valley - PA3W - A CONTRACT: Water (A), Sewer (B), Drainage (C), Paving (D), Street Lighting (E) CFA #: 22-0021 CITY PARTICIPATION: CITY PROJECT #: 103935 DOE #: N/A FID #: 30114-0200431-103935-EO7685 FILE #: X-27244, W-2820 INSPECTOR: William Rogers PROJECT MANAGER: Sandip Adhikari 1 WATER Developer Cost City Cost COST PARTICIPATION % 100.00% ORIGINAL CONTRACT $ 291,092.00 EXTRAS TO DATE CREDITS TO DATE CONTRACT TO DATE $ 291,092.00 AMOUNT OF PROP. CHANGE ORDER $ 47,100.00 REVISED CONTRACT AMOUNT $ 338,192.00 TOTAL REVISED CONTRACT AMOUNT PER $338,192.00 UNIT REVISED COST SHARE Dev. Cost: TOTAL REVISED CONTRACT Phone No: (682) 263-2418 Phone No: (817) 392-8424 2SEWER leveloper Cost City Cost 100.00% $ 1,049,253.00 S 1,049,253.00 S 251,954.00 $ 1,301,207.00 $1,301,207.00 $3,971,070.00 jCIty Cost from Change Order: 1 $0.00 CONTRACT UNIT 3 DRAINAGE leveloper Cost City Cost 100.00% $ 892,145.00 $ 892,145.00 $ 65,023.00 $ 957,168.00 $957,168.00 (City Cost: $3,971,070.00 CHANGE ORDER No: ►P 4 PAVING Developer Cost City Cost 100.00% $ 652,542.00 $ 652,542.00 $ 441,096.00 $ 1,093,638.00 $1,093,638.00 5 STREET LIGHTING leveloper Cost City Cost 100.00% $ 218,198.00 $ 218,198.00 $ 62,667.00 $ 280,865.00 $280,865.00 REVIEWED By Sandip Adhikari at 11:08 am, Dec 14, 2022 10 CONTRACT DAYS 140 140 140 Page 1 Walsh Ranch - Quail Valley - PA3W - A You are directed to make the following changes in the contract documents: PAY ITEM # I CITY BID ITEM # QUANTITY UNIT I ITEM DESCRIPTION Unit I: Water Improvements 12 3312.2003 19 EA 1" Water Service - Tap Existing Main 9 3312.2003 6 EA 1" Water Service REVIEWED UNIT PRICE TOTAL $2,100.001 $39,900.00 $1,200.00 $7,200.00 Unit I: Water Improvements $ 47,100.00 By Sandip Adhikari at 11:08 am, Dec 14, 2022 Page 2 Walsh Ranch - Quail Valley - PA3W - A You are directed to make the following changes in the contract documents: PAY ITEM # I CITY BID ITEM # I QUANTITY I UNIT ITEM DESCRIPTION UNIT PRICE TOTAL Unit II: Sewer Improvements 1 3331.4115 1781 LF 8" Sewer Pipe $56.00 $99,736.00 2 3331.4116 93 LF 8" Sewer Pipe, CSS Backfill $66.00 $6,138.00 7 3339.1001 13 EA 4' Manhole - Standard MH Lid $4,800.00 $62,400.00 11 3339.0001 28 VF Epoxy Manhole Liner $425.00 $11,900.00 12 3331.3101 60 EA 4" Sewer Service $850.00 $51,000.00 13 3305.0109 1874 LF Trench Safety $1.00 $1,874.00 14 3301.0002 1874 LF Post -CCTV Inspection $4.00 $7,496.00 15 3301.0101 13 EA Manhole Vacuum Testing $150.00 $1,950.00 10 3339.1003 44 VF 4' Extra Depth Manhole $215.00 $9,460.00 Unit II: Sewer Improvements $ 251,954.00 REVIEWED By Sandip Adhikari at 11:08 am, Dec 14, 2022 Page 3 Walsh Ranch - Quail Valley - PA3W - A You are directed to make the following changes in the contract documents: PAY ITEM # I CITY BID ITEM # QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL Unit III: Drainage Improvements 1 3341.0201 82 LF 21" RCP, Class III $65.00 $5,330.00 2 3341.0205 466 LF 24" RCP, Class III $75.00 $34,950.00 8 3349.0001 2 EA 4' Storm Junction Box $6,500.00 $13,000.00 13 3349.5001 4 EA 10' Curb Inlet $4,000.00 $16,000.00 17 3305.0109 548 LF Trench Safety $1.00 $548.00 18 3301.0002 -1935 LF Post -CCTV Inspection $3.00 ($5,805.00) 19 9999.0005 2 EA Factory Storm Wye Connection $500.00 $1,000.00 Unit III: Drainage Improvements $ 65,023.00 REVIEWED By Sandip Adhikari at 11:08 am, Dec 14, 2022 Page 4 Walsh Ranch - Quail Valley - PA3W - A You are directed to make the following changes in the contract documents: PAY ITEM # I CITY BID ITEM # QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL Unit IV: Paving Improvements 2 3211.0501 4270 Sy 6" Lime Treatment $3.50 $14,945.00 3 3211.0400 76.8 TN Hydrated Lime (6" Pave @ 36 Ibs/sy) $210.00 $16,128.00 4 3213.0302 13376 SF 5" Conc Sidewalk $4.75 $63,536.00 5 3213.0501 10 EA Barrier Free Ramp, Type R-1 $1,900.00 $19,000.00 6 9999.0007 3 EA Furnish/Install Walsh Ranch Style Sign Post & Foundation w/Regulatory Sign & Name Blades $1,700.00 $5,100.00 7 2605.3031 62 LF 4" CONDT PVC SCH 40 (T) $32.00 $1,984.00 8 3292.0100 2042 Sy Block Sod Placement $8.00 $16,336.00 9 3291.1000 340 CY Topsoil $28.00 $9,520.00 New 10 3213.0103 4070 Sy 8" Conc Pvmt $58.50 $238,095.00 New 11 9999.0005 44 LF "No Parking" Striping $4.00 $176.00 New 12 3217.0001 198 LF 4" SLID Pvmt Marking HAS (W) $4.00 $792.00 New 13 3217.0501 312 LF 24" SLID Pvmt Marking HAE (W) $20.00 $6,240.00 New 14 9999.0009 540 LF 6" SLID Pvmt Marking HAE (B) $6.00 $3,240.00 New 15 3217.0102 1634 LF 6" SLID Pvmt Marking HAS (Y) $6.00 $9,804.00 New 16 0241.1300 604 Sy Remove Conc Paving $20.00 $12,080.00 New 17 9999.0008 603 Sy 6" Conc Unrein Pvmt $40.00 $24,120.00 Unit IV: Paving Improvements $ 441,096.00 REVIEWED By Sandip Adhikari at 11:08 am, Dec 14, 2022 Page 5 Walsh Ranch - Quail Valley - PA3W - A You are directed to make the following changes in the contract documents: PAY ITEM # I CITY BID ITEM # QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL Unit V: Street Light Improvements 3 3441.1408 909 LF NO 6 Insulated Elec Condr $8.00 $7,272.00 4 2605.3015 303 LF 2" CONDT PVC SCH 80 (T) $15.00 $4,545.00 5 3441.1501 3 EA Ground Box Type B $950.00 $2,850.00 New 7 9999.0007 3 EA Furnish/Install Walsh Ranch 30' Street Light Pole & LED Fixture $14,500.00 $43,500.00 New 8 3441.3301 3 EA Rdwy Illum Foundation TY 1,2, and 4 $1,500.00 $4,500.00 Unit V: Street Light Improvements $ 62,667.00 REVIEWED By Sandip Adhikari at 11:08 am, Dec 14, 2022 Page 6 DocuSign Envelope ID: 33C1746B-96E3-46D3-9083-7EAA85EDF4EF Walsh Ranch - Quail Valley - PA3W - A REASONS FOR CHANGE ORDER 1 Added Walsh Ave Into this set of plans. Which included all infrastructure within Walsh Ave. 2 3 4 5 6 7 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: �itt2,)9paiyts.I�•ed /b�y: �,�Quail Valley De OD(Lylftnned by: Conatser Constr Q91� 19ned by: BYbg�6/flAAA. ►vt-(AA'1.1a By: NW 1 By: Name: Jordan V. Marlla, �442... Name: S�M1'G9 §� P1929942B... Name: Br h�[r �iQ0229CF44A... Title: Project Manager Title: Vice President Title: President REVIEWED By Sandip Adhikari at 11:08 am, Dec 14, 2022 9/28/2022 2,38,24 PM Page 7 DocuSign Envelope ID: 2D5FAF9A-17F3-4131B-A431-5D837931D165 Walsh Ranch - Quail Valley - PA3W - A DEVELOPER -AWARDED -PROJECT CHANGE ORDER PROJECT NAME: Walsh Ranch -Quail Valley - PA3W - A CONTRACT: Water (A), Sewer (Al), Drainage (61), Paving (B) CFA #: 22-0021 I CITY PARTICIPATION:I CITY PROJECT #: 103935 DOE #: N/A FID #: 30114-0200431-103935-EO7685 FILE #: X-27244, W-2820 INSPECTOR: William Rogers PROJECT MANAGER: Sandip Adhikari Phone No: (682) 263-2418 Phone No: (817) 392-8424 1 WATER 2 SEWER Developer Cost City Cost Developer Cost City Cost COST PARTICIPATION % 100.00% 100.00% ORIGINAL CONTRACT $ 291,092.00 $ 1,049,253.00 EXTRAS TO DATE $ 47,100.00 $ 251,954.00 CREDITS TO DATE CONTRACT TO DATE $ 338,192.00 $ 1,301,207.00 AMOUNT OF PROP. CHANGE ORDER $ 1,600.00 REVISED CONTRACT AMOUNT $ 339,792.00 $ 1,301,207.00 TOTAL REVISED CONTRACT AMOUNT PER $339,792.00 $1,301,207.00 UNIT REVISED COST SHARE Dev. Cost: $3,691,805.00 TOTAL REVISED CONTRACT jCIty Cost from Change Order: 1 $0.00 CONTRACT UNIT 3 DRAINAGE )eveloper Cost City Cost 100.00 $ 892,145.00 $ 65,023.00 $ 957,168.00 $ 957,168.00 $957,168.00 (City Cost: $3,691,805.00 ICE CHANGE ORDER No: 2 4 PAVING Developer Cost City Cost 100.00 $ 652,542.00 $ 441,096.00 $ 1,093,638.00 $ 1,093,638.00 $1,093,638.00 5 STREET LIGHTING CONTRACT DAYS )eveloper Cost City Cost 100.00 $ 0.00 120 $ 0.00 120 $ 0.00 120 $0.00 REVIEWED By Sandip Adhikari at 10:42 am, Mar 06, 2023 Page 1 DocuSign Envelope ID: 2D5FAF9A-17F3-4131B-A431-5D837931D165 Walsh Ranch - Quail Valley - PA3W - A You are directed to make the following changes in the contract documents: PAY ITEM # I CITY BID ITEM # I QUANTITY I UNIT I ITEM DESCRIPTION Unit I: Water Improvements 10 3312.3003 11 EA 18" Gate Valve UNIT PRICE $1,600.00 Unit I: Water Improvements $ REVIEWED By Sandip Adhikari at 10:42 am, Mar 06, 2023 TOTAL $1,600.00 1,600.00 Page 2 DocuSign Envelope ID: 2D5FAF9A-17F3-4B1B-A431-5D837931D165 Walsh Ranch -Quail Valley - PA3W - A REASONS FOR CHANGE ORDER 1 Added gate valve 2 3 4 5 6 7 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: Huitt-Zo jarr, tRocuSigned by: quail Valley Devco VLO, LL DocuSigned by: By: By: yilf 1A y Name: Jordan Th9,q E03C412442... Name: Seth Carpe g3nAFE819299428... Title: Proiect Manaaer Title: Vice President APPROVED: Conatser Construction TX., L.P By: Name: Brock Huggins Title: President REVIEWED By Sandip Adhikari at 10:42 am, Mar 06, 2023 Page 3 DocuSign Envelope ID: 77D3D1BE-C48D-43E1-90C0-D9950C43E510 Walsh Ranch - Quail Valley - PA3W - A DEVELOPER -AWARDED -PROJECT CHANGE ORDER PROJECT NAME: Walsh Ranch -Quail Valley - PA3W - A CONTRACT: Water (A), Sewer (Al), Drainage (61), Paving (B) CFA #: 22-0021 I CITY PARTICIPATION:I CITY PROJECT #: 103935 DOE #: N/A FID #: 30114-0200431-103935-EO7685 FILE #: X-27244, W-2820 INSPECTOR: William Rogers PROJECT MANAGER: Sandip Adhikari Phone No: (682) 263-2418 Phone No: (817) 392-8424 1 WATER 2 SEWER Developer Cost City Cost Developer Cost City Cost COST PARTICIPATION % 100.00% 100.00% ORIGINAL CONTRACT $ 291,092.00 $ 1,049,253.00 EXTRAS TO DATE $ 48,700.00 $ 251,954.00 CREDITS TO DATE CONTRACT TO DATE $ 339,792.00 $ 1,301,207.00 AMOUNT OF PROP. CHANGE ORDER REVISED CONTRACT AMOUNT $ 339,792.00 $ 1,301,207.00 TOTAL REVISED CONTRACT AMOUNT PER $339,792.00 $1,301,207.00 UNIT REVISED COST SHARE Dev. Cost: $3,697,202.00 TOTAL REVISED CONTRACT jCIty Cost from Change Order: 1 $0.00 CONTRACT UNIT 3 DRAINAGE )eveloper Cost City Cost 100.00 $ 892,145.00 $ 65,023.00 $ 957,168.00 $ 957,168.00 $957,168.00 (City Cost: $3,697,202.00 ICE CHANGE ORDER No: 3 4 PAVING Developer Cost City Cost 100.00 $ 652,542.00 $ 441,096.00 $ 1,093,638.00 $ 5,397.00 $ 1,099,035.00 $1,099,035.00 5 STREET LIGHTING )eveloper Cost City Cost 100.00 $ 0.00 $ 0.00 $ 0.00 $0.00 REVIEWED By Sandip Adhikari at 11:49 pm, May 22, 2023 CONTRACT DAYS 120 120 120 Page 1 DocuSign Envelope ID: 77D3D1BE-C48D-43E1-90C0-D9950C43E510 Walsh Ranch - Quail Valley - PA3W - A You are directed to make the following changes in the contract documents: PAY ITEM # I CITY BID ITEM # QUANTITY I UNIT ITEM DESCRIPTION I UNIT PRICE I TOTAL Unit IV: Paving Improvements New 23 3211.0502 4270 SY 8" Lime Treatment $3.50 $14,945.00 New 24 3211.0400 102.5 TN Hydrated Lime (8" Pave @ 48 Ibs/sy) $210.00 $21,525.00 2 3211.0501 -4270 SY 6" Lime Treatment $3.50 ($14,945.00) 3 3211.0400 -76.8 TN Hydrated Lime (6" Pave @ 36 Ibs/sy) $210.00 ($16,128.00) Unit IV: Paving Improvements $ 5,397.0 REVIEWED By Sandip Adhikari at 11:49 pm, May 22, 2023 Page 2 DocuSign Envelope ID: 77D3D1BE-C48D-43E1-9000-D995OC43E51O Walsh Ranch - Quail Valley - PA3W - A REASONS FOR CHANGE ORDER 1 Plan Revision 3—Corrected Walsh Ave. Paving Subgrade to 8" 2 Plan Revision 3—Moved and displayed water services that were missing on plans but accounted for in quantities. 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. MM�NDED: RECF�b APPROVED: APPROVED: Docu igned by: -Zolla�s, Inc. Auyux DocuSigned by: Quail Valley D coS0 LC( , _ _, , _ L ,,, 9ed by: ` Conatser ConsLqF2129CF44A V By: By: .VllU By: By:164-4 `79666E03C412442... asuar tee azaavlL+... Name Jordan V. Marlia, P.E. Name Seth Carpenter Name... Title:Project Manaqer Title: Senior Vice President Title: President REVIEWED By Sandip Adhikari at 11:49 pm, May 22, 2023 Page 3 DocuSign Envelope ID: 77D3D1BE-C48D-43E1-90C0-D9950C43E510 Walsh Ranch - Quail Valley - PA3W - A DEVELOPER -AWARDED -PROJECT CHANGE ORDER PROJECT NAME: Walsh Ranch -Quail Valley - PA3W - A CONTRACT: Water (A), Sewer (Al), Drainage (61), Paving (B) CFA #: 22-0021 I CITY PARTICIPATION:I CITY PROJECT #: 103935 DOE #: N/A FID #: 30114-0200431-103935-EO7685 FILE #: X-27244, W-2820 INSPECTOR: William Rogers PROJECT MANAGER: Sandip Adhikari Phone No: (682) 263-2418 Phone No: (817) 392-8424 1 WATER 2 SEWER Developer Cost City Cost Developer Cost City Cost COST PARTICIPATION % 100.00% 100.00% ORIGINAL CONTRACT $ 291,092.00 $ 1,049,253.00 EXTRAS TO DATE $ 48,700.00 $ 251,954.00 CREDITS TO DATE CONTRACT TO DATE $ 339,792.00 $ 1,301,207.00 AMOUNT OF PROP. CHANGE ORDER REVISED CONTRACT AMOUNT $ 339,792.00 $ 1,301,207.00 TOTAL REVISED CONTRACT AMOUNT PER $339,792.00 $1,301,207.00 UNIT REVISED COST SHARE Dev. Cost: $3,735,617.00 TOTAL REVISED CONTRACT jCIty Cost from Change Order: 1 $0.00 CONTRACT UNIT 3 DRAINAGE )eveloper Cost City Cost 100.00 $ 892,145.00 $ 65,023.00 $ 957,168.00 $ 38,415.00 $ 995,583.00 $995,583.00 ICity Cost $3,735,617.00 ICE CHANGE ORDER No: 4 4 PAVING Developer Cost City Cost 100.00 $ 652,542.00 $ 446,493.00 $ 1,099,035.00 $ 1,099,035.00 $1,099,035.00 5 STREET LIGHTING )eveloper Cost City Cost 100.00 $ 0.00 $ 0.00 $ 0.00 $0.00 REVIEWED l l By Sandip Adhikari at 12:06 am, May 23, 2023 J CONTRACT DAYS 120 I 120 10 130 Page 1 DocuSign Envelope ID: 77D3D1BE-C48D-43E1-90C0-D9950C43E510 Walsh Ranch - Quail Valley - PA3W - A You are directed to make the following changes in the contract documents: PAY ITEM # I CITY BID ITEM # QUANTITY I UNIT I ITEM DESCRIPTION I UNIT PRICE I TOTAL Unit III: Drainage Improvements 16 3137.0104 -1286 SY Medium Stone Riprap, dry $105.00 ($135,030.00) New 23 3137.0105 1119 1 SY Medium Stone Riprap, grouted $155.00 $173,445.00 Unit III: Drainage Improvernentsl $ 38,415.00 REVIEWED By Sandip Adhikari at 12:06 am, May 23, 2023 Page 2 DocuSign Envelope ID: 77D3D1BE-C48D-43E1-90C0-D9950C43E510 Walsh Ranch - Quail Valley - PA3W - A REASONS FOR CHANGE ORDER 1 Plan Revision 4—Revised rip -rap to be grouted at Pond 2 3 4 5 6 7 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: DocuSigned by: DocuSiggggned by: DocuSigned by: Huitt-Zollars, lnc. Quail Valley D vc�L LLC/� , _ , _ L , Conatser ConrtructionJ�%., L.P. By:L�4m,aBy: �,1/Ip(.Utl(.Y By:9666E03C412442...-93U8Ft=B1929942B... 5D50600229CF44A... Name Jordan V. Marlia, P.E. Name Seth Carpenter Name Brock Huggins Title: Project Manager Title: Senior Vice President Title: President REVIEWED l By Sandip Adhikari at 12:06 am, May 23, 2023 J Page 3 DocuSign Envelope ID: 17D32FF1-61B2-4235-BCOE-A01EBE8305E3 Walsh Ranch - Quail Valley - PA3W - A DEVELOPER -AWARDED -PROJECT CHANGE ORDER PROJECT NAME: Walsh Ranch - Quail Valley - PA3W - A CONTRACT: Water (A), Sewer (Al), Drainage (131), Paving (B) CFA #: 22-0021 CITY PARTICIPATION: CITY PROJECT #: 103935 DOE #: N/A FID #: 30114-0200431-103935-EO7685 FILE #: X-27244, W-2820 INSPECTOR: William Rogers PROJECT MANAGER: Sandip Adhikari 1 WATER Developer Cost City Cost COST PARTICIPATION % 100.00% ORIGINAL CONTRACT $ 291,092.00 EXTRAS TO DATE $ 48,700.00 CREDITS TO DATE CONTRACT TO DATE $ 339,792.00 AMOUNT OF PROP. CHANGE ORDER REVISED CONTRACT AMOUNT $ 339,792.00 TOTAL REVISED CONTRACT AMOUNT PER $339,792.00 UNIT REVISED COST SHARE Dev. Cost: TOTAL REVISED CONTRACT Phone No: (682) 263-2418 Phone No: (817) 392-8424 2SEWER leveloper Cost City Cost 100.00% $ 1,049,253.00 S 251,954.00 $ 1,301,207.00 S 18,843.00 $ 1,320,050.00 $1,320,050.00 jCIty Cost from Change Order: 1 $0.00 $3,754,460.00 CONTRACT UNIT 3 DRAINAGE leveloper Cost City Cost 100.00% $ 892,145.00 $ 103,438.00 $ 995,583.00 $ 995,583.00 $995,583.00 (City Cost: $3,754,460.00 h� CHANGE ORDER No: 5 4 PAVING Developer Cost City Cost 100.00% $ 652,542.00 $ 446,493.00 $ 1,099,035.00 $ 1,099,035.00 $1,099,035.00 5 STREET LIGHTING leveloper Cost City Cost 100.00% $ 0.00 $ 0.00 $ 0.00 $0.00 REVIEWED By Sandip Adhikari at 3:13 pm, Aug 24, 2023 CONTRACT DAYS 120 120 120 Page 1 DocuSign Envelope ID: 17D32FF1-61B2-4235-BCOE-A01EBE8305E3 Walsh Ranch - Quail Valley - PA3W - A You are directed to make the following changes in the contract documents: PAY ITEM # I CITY BID ITEM # I QUANTITY I UNIT New 24 1 9999.0019 1 ITEM DESCRIPTION Unit II: Sewer Improvements LS Remove Existing Manhole Coating & Install New Warren Coating UNIT PRICE TOTAL 1 $18,843.00 1 $18,843.00 Unit II: Sewer Improvementsl $ 18,843.00 REVIEWED By Sandip Adhikari at 3:13 pm, Aug 24, 2023 Page 2 DocuSign Envelope ID: 17D32FF1-61B2-4235-BCOE-A01EBE8305E3 Walsh Ranch - Quail Valley - PA3W - A REASONS FOR CHANGE ORDER 1 Removing the existing Manhole Coating and Install new manhole coating at the connection point on Little Mary's Creek Sewer Line 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: _ cRotiuN®ned by: Quail Valley Devi(go4v1L- pIdt.,(Signned by:: Conatser Constru r wWRigned by: By: By: I ,l N W I . WU t.I By. NameJor �9V[AR3��. 2442.NameS"€619299426... Name: Br Q§00229C�F✓44A ... Title: Project Manaqer Title: Senior Vice President Title: President REVIEWED By Sandip Adhikari at 3:13 pm, Aug 24, 2023 Page 3 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Walsh Ranch - Quail Valley - Planning area 3 - West CITY PROJECT NUMBER: 103935 1 WATER PIPE LAID SIZE TYPE OF PIPE Main 8" P.V.C. 8" DIP FIRE HYDRANTS: 3 PIPE ABANDONED DENSITIES: NEW SERVICES: PIPE LAID Main Main PIPE ABANDONED DENSITIES: NEW SERVICES: VALVES (16" OR LARGER) SIZE TYPE OF PIPE 1" (83) Copper SEWER SIZE TYPE OF PIPE 8" SDR 26 P.V.C. 10" SDR 26 P.V.C. SIZE 4" (141) TYPE OF PIPE SDR 26 P.V.C. TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311 (817) 392 - 7941 • Fax: (817) 392 - 7845 LF 2,529 167 LF LF 5,689 2,565 LF FORT WORTH. TRANSPORTATION AND PUBLIC WORKS August 31, 2023 Conatser Construction LLC 5327 Wichita St. Fort Worth TX, 76119 RE: Acceptance Letter Project Name: Walsh Ranch — Quail Valley— Planning Area 3 West — Phase A Project Type: 01,02,03,04 & 06 City Project No.: 103935 To Whom It May Concern: On August 14, 2023 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 August 31, 2023. 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 August 31, 2023, 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- 392-8424. Sincerely, Sandlo AdhiKgri, P. E. Sandhi, P.E. (Sep 1, 2023 15:23 CDT) Sandip Adhikari, Project Manager Cc: William Rodgers, Inspector Wade Miller, Inspection Supervisor Ariel Duarte, Senior Inspector Victor Tornero, Program Manager Huitt-Zollar Inc., Consultant Conatser Construction, LLC, Contractor Quail Valley DEVCO VLO, 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: WALSH RANCH -QUAIL VALLEY PLANNING AREA 3 WEST — PH. A WATER, SANITARY SEWER, DRAINAGE, PAVING, & STREET LIGH IMPROVEMENTS CFA PRJ #: 22-0026 CITY PROJECT #:103935 CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP Brock Huggins Vv Subscribed and sworn to before me this 241h day of July, 2023. .=o�PAv Pan. KATHERINE ROSE NOTARY PUBLIC Notary Public in Tarrant County, Texas '*' * ID# 13317933 State of TTexas "•?oF Comm. Exp. 11.30-2025 CONSENT OF SURETY COMPANY TO FINAL PAYMENT Conforms with the American Institute of Architects, AIA Document G707 OWNER ❑ ARCHITECT ❑ CONTRACTOR ❑ SURETY ❑ OTHER Bond No 0247461 PROJECT: (name, address)Walsh Ranch -Quail Valley Planning Area 3 West -Ph A (PA3W-A) TO (Owner) Fort Worth TX (QUAIL VALLEY DEVCO VLO, LLC AND THE CITY OF I ARCHITECT'S PROJECT NO: FORT WORTH CONTRACT FOR: 400 S. Record St., Suite 1200 IPRCC22-0026 Walsh Ranch -Quail Valley -Planning Area 3 West - Phase A (PA3W-A) Dallas TX 75202 _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) QUAIL VALLEY DEVCO VLO, LLC AND THE CITY OF FORT WORTH 400 S. Record St., 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): 20th day of July, 2023 BERKLEY INSURANCE COMPANY Surety Company Signature of Authorized Representative _$Qphinie Hunter Title Attornev-in-Fact NOTE: This form is to be used as a companion document to AIA DOCUMENT 0706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition ONE PAGE No. BI-7280k-el POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILNIINGTON, DELAWARE NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. 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. IN WITNESS WHEREOF, the Company has caused these presents to.he simed and attested by its appropriate officers and its corporate seal hereunto affixedthis1lth day of May f 2022 r, �sRa'ivcc Rest Ber3cl- Insurance Company c `fit 4 ems'" 0�' B /� tS 1L y y I z Irk. eder[nau Je. after [I Executive Vice President &Secretary S i .1ce esident STATE OF CONNECTICUT ). ) ss; COUNTY OF FAIRFIELD ) Sworn to before me, a Notary Public in the State of Connecticut, this 11th day of May 1 2022 , by Tra S. Lederman and Jeffrey Zvi. Rafter who are. swore to me to be the Executive Vice. President Secretary, and t Senior Vice Prescient, respectively, of Berkley insurance Company. OTARY�AiCC G{'3NNECTIGUT PAY coAI�agoz EXPIRES PHt' 'ataty Public, State of Conuecticut CE+RTTFICATE 1, the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY, 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 #ir, authority of the Attorney -in -Fact set forth therein, who executed the bond or undertaking to which this Power of .,38AN A2 A't�ched, is in full force and effect as of this date. �Lder my hand and seal of the. Company, this 20th day of July 2023 . Vincent P. Forte IMPORTANT NOTICE To obtain information or make a complaint: You may call Berkley Surety Group, LLC and its affiliates by telephone for information or to make a complaint: BERKLEY SURETY GROUP, LLC Please send all notices of claim on this bond to: Berkley Surety Group, LLC (866) 768-3534 412 Mount Kemble Avenue, Suite 31ON Morristown, NJ 07960 Attn: Surety Claims Department You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection(id�tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact your agent or Berkley Surety Group, LLC first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document and is given to comply with Texas legal and regulatory requirements. 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)Walsh Ranch -Quail Valley -Planning Area 3 West -Ph A (PA3W-A) - Street Lighting Improvements TO (Owner) Fort Worth. TX Bond No 0247462 [QUAIL VALLEY DEVCO VLO, LLC AND THE CITY OF —I ARCHITECT'S PROJECT NO: FORT WORTH CONTRACT FOR: 400 S. Record St., Suite 1200 IPRC22-0026 Walsh Ranch -Quail Valley -Planning Area 3 West -Phase A (PA3W-A) - Street Lighting Improvements Dallas Tx 75202 _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) QUAIL VALLEY DEVCO VLO, LLC AND THE CITY OF FORT WORTH 400 S. Record St., 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: oM� 111L� (Seal): 20th day of July, 2023 BERKLEY INSURANCE COMPANY Surety Company `/�, t�}1�1�1cc r1Z1ttl') 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-7280k-el POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON, DELAWARE NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. 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, Ina 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. IN "WITNESS WHEREOF, the Company has caused these presents to,be signed and attested by its appropriate officers and its corporate sealhereunto affixed thisl 1 th day of May ��2022 Attest: Berkl = Insurance Company I • �, nR{l� Q By � By 1 m� kt L ederman C Je after "�ur� Executive price President & Secretary \ S c` resident STATE OF CONNECTICUT ) ) ss: COLTNW OF FAERFIELD ) Sworn to before me, a Notary Public in the State of Connecticut, this 11th day of r May 2o2z , by Ira S. Lederman and Jeffrey K Hafter who are sworn to me to be the Executive. Vice President Secretary, and t p, Senior Vice President, respectively, of Berkley Insurance Company. MARo0 aU POS KM COIVNEC71CU7 �/{ �-'• �Ci� �tv AF'HIL 30.2a2SSION p�9 < Otary IC Public, State of Connecticut C IRTIFICA.TE I, the undersigned, Assistant Secretary of B1 RAY INSUR_A'NCE. COMPANY, DO BEi2EBY 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 force and e tbatthr,authority of the Attorney -ire -Fact set forth therein, who executed the bond or undertaldng to which this Power of ttA shed, is in fall effect as of this date. A° ',�udermy hand and seal of the Company, this 20th day of July 2023 t WhL�I , yCD {*w�'� Vincent P. Forte IMPORTANT NOTICE To obtain information or make a complaint: You may call Berkley Surety Group, LLC and its affiliates by telephone for information or to make a complaint: BERKLEY SURETY GROUP, LLC Please send all notices of claim on this bond to: Berkley Surety Group, LLC (866) 768-3534 412 Mount Kemble Avenue, Suite 31ON Morristown, NJ 07960 Attn: Surety Claims Department You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: htte://www.tdi.state.tx.us E-mail: Cons umerProtection(7a tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact your agent or Berkley Surety Group, LLC first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document and is given to comply with Texas legal and regulatory requirements. 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: WALSH RANCH -QUAIL VALLEY PLANNING AREA 3 WEST — PH. A WATER, SANITARY SEWER, DRAINAGE, PAVING, & STREET LIGH IMPROVEMENTS CFA PRJ #: 22-0026 CITY PROJECT #:103935 CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP Brock Huggins Vv Subscribed and sworn to before me this 241h day of July, 2023. .=o�PAv Pan. KATHERINE ROSE NOTARY PUBLIC Notary Public in Tarrant County, Texas '*' * ID# 13317933 State of TTexas "•?oF Comm. Exp. 11.30-2025 CONSENT OF SURETY COMPANY TO FINAL PAYMENT Conforms with the American Institute of Architects, AIA Document G707 OWNER ❑ ARCHITECT ❑ CONTRACTOR ❑ SURETY ❑ OTHER Bond No 0247461 PROJECT: (name, address)Walsh Ranch -Quail Valley Planning Area 3 West -Ph A (PA3W-A) TO (Owner) Fort Worth TX (QUAIL VALLEY DEVCO VLO, LLC AND THE CITY OF I ARCHITECT'S PROJECT NO: FORT WORTH CONTRACT FOR: 400 S. Record St., Suite 1200 IPRCC22-0026 Walsh Ranch -Quail Valley -Planning Area 3 West - Phase A (PA3W-A) Dallas TX 75202 _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) QUAIL VALLEY DEVCO VLO, LLC AND THE CITY OF FORT WORTH 400 S. Record St., 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): 20th day of July, 2023 BERKLEY INSURANCE COMPANY Surety Company Signature of Authorized Representative _$Qphinie Hunter Title Attornev-in-Fact NOTE: This form is to be used as a companion document to AIA DOCUMENT 0706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition ONE PAGE No. BI-7280k-el POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILNIINGTON, DELAWARE NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. 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. IN WITNESS WHEREOF, the Company has caused these presents to.he simed and attested by its appropriate officers and its corporate seal hereunto affixedthis1lth day of May f 2022 r, �sRa'ivcc Rest Ber3cl- Insurance Company c `fit 4 ems'" 0�' B /� tS 1L y y I z Irk. eder[nau Je. after [I Executive Vice President &Secretary S i .1ce esident STATE OF CONNECTICUT ). ) ss; COUNTY OF FAIRFIELD ) Sworn to before me, a Notary Public in the State of Connecticut, this 11th day of May 1 2022 , by Tra S. Lederman and Jeffrey Zvi. Rafter who are. swore to me to be the Executive Vice. President Secretary, and t Senior Vice Prescient, respectively, of Berkley insurance Company. OTARY�AiCC G{'3NNECTIGUT PAY coAI�agoz EXPIRES PHt' 'ataty Public, State of Conuecticut CE+RTTFICATE 1, the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY, 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 #ir, authority of the Attorney -in -Fact set forth therein, who executed the bond or undertaking to which this Power of .,38AN A2 A't�ched, is in full force and effect as of this date. �Lder my hand and seal of the. Company, this 20th day of July 2023 . Vincent P. Forte IMPORTANT NOTICE To obtain information or make a complaint: You may call Berkley Surety Group, LLC and its affiliates by telephone for information or to make a complaint: BERKLEY SURETY GROUP, LLC Please send all notices of claim on this bond to: Berkley Surety Group, LLC (866) 768-3534 412 Mount Kemble Avenue, Suite 31ON Morristown, NJ 07960 Attn: Surety Claims Department You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection(id�tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact your agent or Berkley Surety Group, LLC first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document and is given to comply with Texas legal and regulatory requirements. 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)Walsh Ranch -Quail Valley -Planning Area 3 West -Ph A (PA3W-A) - Street Lighting Improvements TO (Owner) Fort Worth. TX Bond No 0247462 [QUAIL VALLEY DEVCO VLO, LLC AND THE CITY OF —I ARCHITECT'S PROJECT NO: FORT WORTH CONTRACT FOR: 400 S. Record St., Suite 1200 IPRC22-0026 Walsh Ranch -Quail Valley -Planning Area 3 West -Phase A (PA3W-A) - Street Lighting Improvements Dallas Tx 75202 _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) QUAIL VALLEY DEVCO VLO, LLC AND THE CITY OF FORT WORTH 400 S. Record St., 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: oM� 111L� (Seal): 20th day of July, 2023 BERKLEY INSURANCE COMPANY Surety Company `/�, t�}1�1�1cc r1Z1ttl') 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-7280k-el POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON, DELAWARE NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. 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, Ina 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. IN "WITNESS WHEREOF, the Company has caused these presents to,be signed and attested by its appropriate officers and its corporate sealhereunto affixed thisl 1 th day of May ��2022 Attest: Berkl = Insurance Company I • �, nR{l� Q By � By 1 m� kt L ederman C Je after "�ur� Executive price President & Secretary \ S c` resident STATE OF CONNECTICUT ) ) ss: COLTNW OF FAERFIELD ) Sworn to before me, a Notary Public in the State of Connecticut, this 11th day of r May 2o2z , by Ira S. Lederman and Jeffrey K Hafter who are sworn to me to be the Executive. Vice President Secretary, and t p, Senior Vice President, respectively, of Berkley Insurance Company. MARo0 aU POS KM COIVNEC71CU7 �/{ �-'• �Ci� �tv AF'HIL 30.2a2SSION p�9 < Otary IC Public, State of Connecticut C IRTIFICA.TE I, the undersigned, Assistant Secretary of B1 RAY INSUR_A'NCE. COMPANY, DO BEi2EBY 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 force and e tbatthr,authority of the Attorney -ire -Fact set forth therein, who executed the bond or undertaldng to which this Power of ttA shed, is in fall effect as of this date. A° ',�udermy hand and seal of the Company, this 20th day of July 2023 t WhL�I , yCD {*w�'� Vincent P. Forte IMPORTANT NOTICE To obtain information or make a complaint: You may call Berkley Surety Group, LLC and its affiliates by telephone for information or to make a complaint: BERKLEY SURETY GROUP, LLC Please send all notices of claim on this bond to: Berkley Surety Group, LLC (866) 768-3534 412 Mount Kemble Avenue, Suite 31ON Morristown, NJ 07960 Attn: Surety Claims Department You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: htte://www.tdi.state.tx.us E-mail: Cons umerProtection(7a tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact your agent or Berkley Surety Group, LLC first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document and is given to comply with Texas legal and regulatory requirements.