Loading...
HomeMy WebLinkAboutContract 57866-FP2Page 1 of 2 City Secretary Contract No.__________________ Date Received ______________ NOTICE OF PROJECT COMPLETION (Developer Projects) The Transportation and Public Works Department upon the recommendation of the Project Manager has accepted the following project as complete: Project Name: Rosemary Ridge Phase 6 City Project No.: 103439 Improvement Type(s): Paving Drainage Street Lights Traffic Signals Original Contract Price:$1,615,020.25 Amount of Approved Change Order(s):$6,265.00 Revised Contract Amount:$1,608,755.25 Total Cost of Work Complete:$1,608,755.25 Contractor Date Title Conatser Construction, TX LP Company Name Project Inspector Date Project Manager Date CFA Manager Date ______________________________________ __________________________________ TPW Director Date Asst. City Manager Date Page 2 of 2 Notice of Project Completion Project Name: Rosemary Ridge Phase 6 City Project No.: 103439 City’s Attachments Final Pay Estimate Change Order(s):Yes N/A Contractor’s Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time 160 WD Work Start Date: 4/6/2023 Days Charged: 159 Work Complete Date: 12/5/2023 Completed number of Soil Lab Test: 483 Completed number of Water Test: 18 CITY OF FORT WORTH Contract Name ROSEMARY RIDGE, PHASE 6 Contract Limits Project Type DRAINAGE, PAVING & STREET LIGHT IMPROV. DOE Number 3439 Estimate Number 1 Payment Number 1 For Period Ending 12/5/2023 FINAL PAYMENT REQUEST City Secretary Contract Number 159 WD Contract Date CONATSER CONSTRUCTION TxLP NA 5327 WICHITA ST FORT WORTH TX 76119 G. DEYON J. KOONCE 160WDContract Time Days Charged to Date CompleteContract is 100.00 Contractor , /Inspectors Project Manager City Project Numbers 103439 Monday, December 11, 2023 Page 1 of 5 Contract Name ROSEMARY RIDGE, PHASE 6 Contract Limits Project Type DRAINAGE, PAVING & STREET LIGHT IMPROV. DOE Number 3439 Estimate Number 1 Payment Number 1 For Period Ending 12/5/2023 Project Funding City Project Numbers 103439 UNIT III: DRAINAGE IMPROVEMENTS Item No.Description of Items Estimated Quanity Unit Unit Cost Estimated Total Completed Quanity Completed Total 1 10' CURB INLET, STANDARD 7 EA $3,400.00 $23,800.00 7 $23,800.00 2 15' CURB INLET, STANDARD 9 EA $4,400.00 $39,600.00 9 $39,600.00 3 10' CURB INLET, NON-STANDARD 3 EA $3,400.00 $10,200.00 3 $10,200.00 4 4' STORM JUNCTION BOX 10 EA $5,500.00 $55,000.00 10 $55,000.00 5 5' STORM JUNCTION BOX 2 EA $6,500.00 $13,000.00 2 $13,000.00 6 6' STORM JUNCTION BOX 1 EA $7,500.00 $7,500.00 1 $7,500.00 7 21" RCP, CLASS III 608 LF $58.00 $35,264.00 608 $35,264.00 8 24" RCP, CLASS III 1833 LF $63.00 $115,479.00 1833 $115,479.00 9 27" RCP, CLASS III 79 LF $73.00 $5,767.00 79 $5,767.00 10 30" RCP, CLASS III 254 LF $86.00 $21,844.00 254 $21,844.00 11 42" RCP, CLASS III 69 LF $148.00 $10,212.00 69 $10,212.00 12 48" RCP, CLASS III 257 LF $178.00 $45,746.00 257 $45,746.00 13 54" RCP, CLASS III (CO #1)225 LF $228.00 $51,300.00 225 $51,300.00 14 REMOVE HEADWALL & CONSTRUCT 4' JUNCTION BOX OVER EX RCP 1 EA $7,500.00 $7,500.00 1 $7,500.00 15 12" LARGE STONE RIPRAP, DRY (CO #1) (CO #2) 92 SY $125.00 $11,500.00 92 $11,500.00 16 TRENCH SAFETY 3325 LF $2.00 $6,650.00 3325 $6,650.00 17 24" SET, 1 PIPE (CO #2)0 EA $3,500.00 $0.00 0 $0.00 18 30" SET, 1 PIPE 1 EA $4,000.00 $4,000.00 1 $4,000.00 19 42" SET, 1 PIPE (CO #2)0 EA $5,500.00 $0.00 0 $0.00 20 54" SET, 1 PIPE 1 EA $6,500.00 $6,500.00 1 $6,500.00 $470,862.00 $470,862.00Sub-Total of Previous Unit UNIT IV: PAVING IMPROVEMENTS Item No.Description of Items Estimated Quanity Unit Unit Cost Estimated Total Completed Quanity Completed Total 1 6" CONC PVMT 13875 SY $41.00 $568,875.00 13875 $568,875.00 2 7.5" CONC PVMT 4655 SY $52.00 $242,060.00 4655 $242,060.00 3 6" LIME TREATMENT 14775 SY $3.25 $48,018.75 14775 $48,018.75 4 8" LIME TREATMENT 4900 SY $3.50 $17,150.00 4900 $17,150.00 5 HYDRATED LIME @ 30#/SY 295.1 TN $195.00 $57,544.50 295.1 $57,544.50 Monday, December 11, 2023 Page 2 of 5 Contract Name ROSEMARY RIDGE, PHASE 6 Contract Limits Project Type DRAINAGE, PAVING & STREET LIGHT IMPROV. DOE Number 3439 Estimate Number 1 Payment Number 1 For Period Ending 12/5/2023 Project Funding City Project Numbers 103439 6 5' CONC SIDEWALK 313 LF $20.00 $6,260.00 313 $6,260.00 7 BARRIER FREE RAMP, TYPE R-1 6 EA $1,500.00 $9,000.00 6 $9,000.00 8 BARRIER FREE RAMP, TYPE P-1 16 EA $1,600.00 $25,600.00 16 $25,600.00 9 REMOVE BARRICADE & CONNET TO EXISTING STREET 1 EA $1,000.00 $1,000.00 1 $1,000.00 10 SAWCUT & REMOVE EXISTING CURB & GUTTER 90 LF $40.00 $3,600.00 90 $3,600.00 11 INSTALL TYPE III END-OF-ROAD BARRICADE 4 EA $750.00 $3,000.00 4 $3,000.00 12 FURNISH/INSTALL ALUM SIGN GROUND MOUNT CITY STD 19 EA $850.00 $16,150.00 19 $16,150.00 13 INSTALL STREET NAME BLADES 10 EA $300.00 $3,000.00 10 $3,000.00 14 INSTALL STOP SIGN 9 EA $500.00 $4,500.00 9 $4,500.00 15 CONNECT TO EXISTING PVMT W/ LONGITUDINAL BUTT JOINT 90 LF $30.00 $2,700.00 90 $2,700.00 16 CONSTRUCT CONCRETE HEADER 128 LF $20.00 $2,560.00 128 $2,560.00 $1,011,018.25 $1,011,018.25Sub-Total of Previous Unit UNIT V: STREET LIGHTING IMPROVEMENTS Item No.Description of Items Estimated Quanity Unit Unit Cost Estimated Total Completed Quanity Completed Total 1 RDWY ILLUM TY 11 POLE 23 EA $2,800.00 $64,400.00 23 $64,400.00 2 RDWY ILLUM FOUNDATION TY 1,2, AND 4 23 EA $1,000.00 $23,000.00 23 $23,000.00 3 NO 6 INSULATED ELEC CONDR, ALUM #6 XHHW 1040 LF $3.00 $3,120.00 1040 $3,120.00 4 INSTALL TYPE 33A ARM 23 EA $375.00 $8,625.00 23 $8,625.00 5 ATBO-20BLEDE70-MVOLT-R2-3K-MP-NL-P7 LUMINAIRE 22 EA $650.00 $14,300.00 22 $14,300.00 6 TYPE R4 LUMINAIRE 1 EA $950.00 $950.00 1 $950.00 7 2" CONDT PVC SCH 80, OPEN CUT 1040 LF $12.00 $12,480.00 1040 $12,480.00 $126,875.00 $126,875.00Sub-Total of Previous Unit Monday, December 11, 2023 Page 3 of 5 Contract Name ROSEMARY RIDGE, PHASE 6 Contract Limits Project Type DRAINAGE, PAVING & STREET LIGHT IMPROV. DOE Number 3439 Estimate Number 1 Payment Number 1 For Period Ending 12/5/2023 Project Funding City Project Numbers 103439 Contract Information Summary Change Orders $1,615,020.25Original Contract Amount $1,608,755.25Total Contract Price $1,608,755.25 Less Total Cost of Work Completed % Retained $0.00 Net Earned $1,608,755.25 Plus Material on Hand Less 15%$0.00 Balance Due This Payment $1,608,755.25 Less Liquidated Damages Days @ / Day $0.00 Less Penalty LessPavement Deficiency $0.00 $0.00 $0.00Less Previous Payment Earned This Period Retainage This Period $1,608,755.25 $0.00 1 $8,985.00Change Order Number 2 ($15,250.00)Change Order Number Monday, December 11, 2023 Page 4 of 5 Contract Name ROSEMARY RIDGE, PHASE 6 Contract Limits Project Type DRAINAGE, PAVING & STREET LIGHT IMPROV. DOE Number 3439 Estimate Number 1 Payment Number 1 For Period Ending 12/5/2023 Project Funding City Project Numbers 103439 Line Fund Account Center Amount Funded Gross Retainage Net CITY OF FORT WORTH SUMMARY OF CHARGES $1,608,755.25 Less Total Cost of Work Completed % Retained $0.00 Net Earned $1,608,755.25 Plus Material on Hand Less 15%$0.00 Balance Due This Payment $1,608,755.25 Less Liquidated Damages 0 Days @ $0.00 / Day $0.00 Less Penalty LessPavement Deficiency $0.00 $0.00 $0.00Less Previous Payment Earned This Period Retainage This Period $1,608,755.25 $0.00 City Secretary Contract Number 159 WD Contract Date CONATSER CONSTRUCTION TxLP NA 5327 WICHITA ST FORT WORTH TX 76119 G. DEYON J. KOONCE 160 WD Contract Time Days Charged to Date CompleteContract is 100.000000 Contractor , /Inspectors Project Manager Monday, December 11, 2023 Page 5 of 5 �D m � m � � � � 3 C G, m a' � S T ;� v � - � �, N N a 3 d : O V N O N W p m � o � X � � � � � � � O O � o � D � < <o � � o 0 0 m m m-Zi A O D D z < � � o p o -� '� � tn (� A C� � ;� � m m D o c�i� � z� � m -�i z O�n �p � z � � 'i � m � p � m � o o m c � z � O A� A A N O • N �l V "'� (D n � m J - � � O � N A O o � N " m o � O o C c0 � o � � D m � °i m N � O n O - O O 0 o p .�i A � � (� O p u�i < � m � '. o ? A ?. �p Ep � oo w oo � N N � o 0 0 (n � o 0 o m O A � °,° m � o n '0 N o y> Eq N O O � 0 0 0 N � � �� < 0 0 0� o � N �, o 0 0� o o, a, o, z ON � N N N p D � � (!� N cn N� G 's Z � � � � c� -� n C N f7 � o o Z y o o O � .. N 0 � � < a � � � � v v O � ffl N � v V � O � O � O O n �j � � 0 � � N D O Z N � � n o � � _ m 0 0 0 o fl 0 0 0 � N O O � � O EA y1 EA O �D N N N .N+ ry � OI � O fA fVl� N � N --I � ;q 0 0 o m � o 0 o m � � � r � � � � x � � � � � 0 0 (� 0 0 0 N f� O vz D -I o � o o � D n --I � Z �7 � � � `mm c� n �� �� Z D � m Z] L v � � (p Q � � � Q- O 3 O T. 7 N (� �. (D "0 "0 ? �' O O m m O O �� �! N W (.n (O N N J Oo (7i N O A � � � < N � O J NN 6 � � � v ' Q a' n S d � � .�, o> tN N a 3 3 m � 0 V N O W � � � � � � m � o, m n �i v 0 m � m �i m :5 W � m x m � m w 3 m � 3 w � i 0 � � 0 � ti 4 c c� O � m 3 � � m °J � I . m `,°S° � I � � � r � u !L y � � m N 0 0 c� � � co � � � m � m J D, v' n s � �. W 0 w W U � L � N � N N W � � T v p m � 0 7�o m� 1 � � � p � � � � r o � � � N � � � `�b'O�o�o m m m� A o D a z ai c�i A c�i ,-�o a m�� � N Z Z'� � m � o r�n "'� � � z 0 -Zi D � Z m m a � � � � rn C A Z -1 p a c� o � �o aA, m � � m o:., �+ ro i� � o � N � N N p o � IV � O p � � D' i �m a A o n 0 � 0 2 oao 0 � tl o � � � �� �, � � � � g � O O O ' � o � � � N o � N � O i� O C1 0 o O » � � � � < c o c m � � � o n N � � y y� Oz N o e° m e° n ro -f V� N tNA tNJI ^ N ('J .a i c� p M � Gi � � 8 N o C '-'� � �c Z .�. � o� � � v. (� a p � < V N m �1 1D o N rn ;D � 9p � � � + � V N o � a � � � � � � � Z N D o n � p � N _ f�1 0 0 0 0 N N O p Cl O 1 1 .�.1 rn m m ^ m 0 � N N fVJi m � N O O O m � � N � o n � � U N = 4 Q '""� O O (�1 � 0 0 0 � (i O Z o� o o N D A -i � � O `m � �D D G7 m � fl1 7 �. V a S X N Z � � m � ,��,1 L N � `3G 0 O 7 m 0 0 � � O O W W V N Ca <.71 N ti A A A rn 'rl �l X -p (7 � O :l7 �mCn��'ZO � � �k -0 # � m � o � -�i m � D � m �k 'n � X -o -� N � �1 O N N;(1 W� N � W O � N � � 0 � o W �° vWi � d b (p G7 � � N � ' n � � � �A <, ? A --�� � C1 � y O (n � � O � W � ;� 0 o v V � C�11 a n � �� � � r � � n '0 � � z Z O � � N m� �1 � zm O � � 5, m a 0 NN O 'D m � m N � m 7 a a' n ? d � v � O W W a 3 c N H N N w T r7i � v 1 m � 0 � � � N m , � N z w 3 m W m cmi m m N v � f9 � � w � (D � � m = n o � 3 N 6 (D l0 !�D �� am oS :5 `r° � w x 0 3 � � � �.� � ° � ^ N C � A L c� � n N Q A � ol I M o' � � � o co ZO � O� mC � Z � � C � �TI Z � C m p a r- �m -�i O � Z O � � ? �n mp c� � � A � n � -i r0 �m m� cn m r c� � m x� � �N � _ (� m� O mW �m � T m � �7 � � 0 0 0 O � -a x m c� S � m O � v m � C7 O N � � m y O Z N � � n n a � m d A v m � 4� C C � � o' m o 0 ti n ;� 4 m <` � m � m � 0 � � 0 d � b O � 3 � � � 0 m n y 0 O � a m ? 4 m � -'o � � a � t � b � m � rn w 4 v � � 7 m � N �D Q N j <p n O J !q C n N Q FoRTWORTH� � TRANSPORTATION AND PUBLIC WORI<S December 5, 2023 Conatser Construction TX, LP. 5327 Wichita Street Fort Worth, TX 76119 RE: Acceptance Letter Project Name: Rosemary Ridge Phase 6 Project Type: Developer City Project No.: 103439 To Whom It May Concern: On November 7, 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 December 5, 2023. The final inspection and the corrected punch list items indicate that the worl< meets the City of Fort Worth specifications and is therefore accepted by the City. The warranty period will start on December 5, 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 Jeremy.Koonce@fortworthtexas.gov. Sincerely, �y �,? E Sa n dIp Ad hI ka n( Dec 17, 2023 2336 C ST) Sandip ADhikari, Project Manager Cc: Jeremy Koonce, Inspector Troy Gardner, Inspection Supervisor Gary Deyon, Senior Inspector Andrew Goodman, Program Manager Kimley Horn, Consultant Conatser Construction TX, LP., Contractor Lennar Homes of Texas Land and Construction, LTD., 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, associatians, corporations or other organizations furnishing labor and/or materials have been paid in full; That the wage scale established by the City Council in the City of Fort Worth, has been paid in full; and That there are no claims pending for personal injury andlor property damages; On Contract described as: ROSEMARIr RIDGE PH. 6 WATER, SANITARY SEWER, PAVING, DR.AINAGE, AND STREET LIGHT IMPROVEMENTS CFA PRJ #: 22-fl035 CITY PROJECT #:103439 CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP . Brock Huggins Subscribed and sworn to before me this 13TH day of December, 2023. , Y Ka � � _ � _� �.�3-�� =o��j��, Notary Pudlc, State ot�exas NOt Public in Tarrant Coun}�� Texas (�{{ ID# 153467933 � `> > '"9` �^` �= My Commisslon Expires '�o�� November 30, 2025 J CONSENT OF SURETY COMPANY TO FtNAL PAYMENT Confarms with the American Institute of Architects, AIA Document G707 OWNER ❑ ARCHiTECT ❑ COi�iTRACTOR ❑ SURETY ❑ OTHER PROJECT: jname, eddY@SS)Rosemary Ridge, Phase 6 Fort Worth, TX TO (Owner) Bond No 0243974 CITY OF FaRT WORTH AND LENNAR HOMES OF � ARCHITECT'S PROJECT NO: CFA 22-0a35 TEXAS LAND AND CONSTRUCTION, �T�. CONTRACT FOR: 1707 Market Place Blvd., Suite 100 Water, Sewer, Paving, Drainage, and Street Light Impro�ements for Rosemary Ridge, Phase 6 Irving TX 75063 � GONTRACT DATE: CONTRACTOR: CONATSER CONSTRUCT[ON TX, L.P. In accordance with the provisions of the Contract between the �wner and the Contractor as indicated above, the (here insert name and address af Suraty Companyl BERKLEY INSURANCE COMPANY 475 Steamboat Road Greenwich CT o6830 , 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 Contractar, 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 LENNAR HOMES OF TEXAS LAND AND CONSTRUCTION, LTD. 1707 Market Place Blvd., Suite 100 Irving TX 75063 as set forth in the said Surety Company's bond. IN WITNESS, WHEREOF, the Surety Company has hereunto set its hand this 12th day of December, 2023 BERKLEY INSURANCE COMPANY Surety Company , owNER, Attest: .��.f. �.,'" � )�-,��.C.�,,-` (Seal): �,,,,� �— Signature of Authorized Representative fRObb� �4r�E�� _ f_ _ Attorney-in-Fact Title NOTE: This form is to be used as a companian document to AtA DOCUMENT G706, CONTRACTOA'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition ONE PAGE ,, No. BI-7280k-el POWER OF ATTOItNEY 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; Rob6i Morales; Kelly A. Westbrook; Tina McEwan; Joshua Saunrters; 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 a!1 bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation shall exceed Fifty Million and UO/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 af laws thereoE This Power of Attorney is granted pursuant to the following resolutions which were duly and validly adopted at a meeting af 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 Campany, in conjunction with the Secretary or any Assistant Secretary are hereby authorized to execute powers of attarney 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 af thase 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 autharizing 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 WI1fiTESS V1F-IEREOF, the Company has Gaus�d these gresents to 3�e si�ed and attested by zis appz-opz�iate officers �zzd its corporate seal hereunto af�ixed tt�is 11 ch day of Ma , 2022 . -- �'""'� Attes�: Berkl � Insurance Company ` c��IAAIV{�F � �91 I \ ! Y� ciAP� �, r°� By By ' ^ �� �Et�I. a . aderman Ie ,� af3er � � 1975 � `�.���� F�te.�ulive Vice President & Secr�tary tiSe�i rr��z�sident \J STATE �F' CONNECTICUT ) COUNTY OF ��RFI�LD SS: Sworn to bafore me, a Notary Public in the State Qf Cannecticut, ttus 11th ciay of Ma 2022 , by Ira S. i.ederman and 7effxey �u1. Hafter who az� sworn to me to be �ise Execiative Vice Presiden Secratary, and t n Senior Vice President, respecri�ely, ofBerkley Insua�ance Company. �°'�raRv �u'��'ic� + GflNNEC7�CU7 � AAV t'A �HIL 34. �I]2�P1RE9 � OLaFy �1ibI1C� State of Conne�ticut CERTIFICATE I, the u,ndsrsn�ed, tLssistant Secretary of BBRKL.EY INSURAAiCE �C}MPANY, �0 HEREBY CERTTIFY that the forcgoing is a #rue, correct and compl�te cApy of [he original P�wer o£ Atton�ey; thai said Power of Attorney has not be�n ravoked or rescinded azr -� aatiharity af tbe Attomey-in-Fxct set �'artla tFsereua, who executed tl�e bnn:d pr unde��utg to which khis PQwer of �`��A'��,�che� is in full force and effect as of this date_ ��� o x�P "���}laader my hand and seal of the Company, this 12t day of Dece f 2023 � �Sl:��,I, � - m 1975 � °�'�awa�,� Vinc�nt P. Forfe 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, associatians, corporations or other organizations furnishing labor and/or materials have been paid in full; That the wage scale established by the City Council in the City of Fort Worth, has been paid in full; and That there are no claims pending for personal injury andlor property damages; On Contract described as: ROSEMARIr RIDGE PH. 6 WATER, SANITARY SEWER, PAVING, DR.AINAGE, AND STREET LIGHT IMPROVEMENTS CFA PRJ #: 22-fl035 CITY PROJECT #:103439 CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP . Brock Huggins Subscribed and sworn to before me this 13TH day of December, 2023. , Y Ka � � _ � _� �.�3-�� =o��j��, Notary Pudlc, State ot�exas NOt Public in Tarrant Coun}�� Texas (�{{ ID# 153467933 � `> > '"9` �^` �= My Commisslon Expires '�o�� November 30, 2025 J CONSENT OF SURETY COMPANY TO FtNAL PAYMENT Confarms with the American Institute of Architects, AIA Document G707 OWNER ❑ ARCHiTECT ❑ COi�iTRACTOR ❑ SURETY ❑ OTHER PROJECT: jname, eddY@SS)Rosemary Ridge, Phase 6 Fort Worth, TX TO (Owner) Bond No 0243974 CITY OF FaRT WORTH AND LENNAR HOMES OF � ARCHITECT'S PROJECT NO: CFA 22-0a35 TEXAS LAND AND CONSTRUCTION, �T�. CONTRACT FOR: 1707 Market Place Blvd., Suite 100 Water, Sewer, Paving, Drainage, and Street Light Impro�ements for Rosemary Ridge, Phase 6 Irving TX 75063 � GONTRACT DATE: CONTRACTOR: CONATSER CONSTRUCT[ON TX, L.P. In accordance with the provisions of the Contract between the �wner and the Contractor as indicated above, the (here insert name and address af Suraty Companyl BERKLEY INSURANCE COMPANY 475 Steamboat Road Greenwich CT o6830 , 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 Contractar, 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 LENNAR HOMES OF TEXAS LAND AND CONSTRUCTION, LTD. 1707 Market Place Blvd., Suite 100 Irving TX 75063 as set forth in the said Surety Company's bond. IN WITNESS, WHEREOF, the Surety Company has hereunto set its hand this 12th day of December, 2023 BERKLEY INSURANCE COMPANY Surety Company , owNER, Attest: .��.f. �.,'" � )�-,��.C.�,,-` (Seal): �,,,,� �— Signature of Authorized Representative fRObb� �4r�E�� _ f_ _ Attorney-in-Fact Title NOTE: This form is to be used as a companian document to AtA DOCUMENT G706, CONTRACTOA'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition ONE PAGE ,, No. BI-7280k-el POWER OF ATTOItNEY 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; Rob6i Morales; Kelly A. Westbrook; Tina McEwan; Joshua Saunrters; 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 a!1 bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation shall exceed Fifty Million and UO/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 af laws thereoE This Power of Attorney is granted pursuant to the following resolutions which were duly and validly adopted at a meeting af 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 Campany, in conjunction with the Secretary or any Assistant Secretary are hereby authorized to execute powers of attarney 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 af thase 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 autharizing 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 WI1fiTESS V1F-IEREOF, the Company has Gaus�d these gresents to 3�e si�ed and attested by zis appz-opz�iate officers �zzd its corporate seal hereunto af�ixed tt�is 11 ch day of Ma , 2022 . -- �'""'� Attes�: Berkl � Insurance Company ` c��IAAIV{�F � �91 I \ ! Y� ciAP� �, r°� By By ' ^ �� �Et�I. a . aderman Ie ,� af3er � � 1975 � `�.���� F�te.�ulive Vice President & Secr�tary tiSe�i rr��z�sident \J STATE �F' CONNECTICUT ) COUNTY OF ��RFI�LD SS: Sworn to bafore me, a Notary Public in the State Qf Cannecticut, ttus 11th ciay of Ma 2022 , by Ira S. i.ederman and 7effxey �u1. Hafter who az� sworn to me to be �ise Execiative Vice Presiden Secratary, and t n Senior Vice President, respecri�ely, ofBerkley Insua�ance Company. �°'�raRv �u'��'ic� + GflNNEC7�CU7 � AAV t'A �HIL 34. �I]2�P1RE9 � OLaFy �1ibI1C� State of Conne�ticut CERTIFICATE I, the u,ndsrsn�ed, tLssistant Secretary of BBRKL.EY INSURAAiCE �C}MPANY, �0 HEREBY CERTTIFY that the forcgoing is a #rue, correct and compl�te cApy of [he original P�wer o£ Atton�ey; thai said Power of Attorney has not be�n ravoked or rescinded azr -� aatiharity af tbe Attomey-in-Fxct set �'artla tFsereua, who executed tl�e bnn:d pr unde��utg to which khis PQwer of �`��A'��,�che� is in full force and effect as of this date_ ��� o x�P "���}laader my hand and seal of the Company, this 12t day of Dece f 2023 � �Sl:��,I, � - m 1975 � °�'�awa�,� Vinc�nt P. Forfe