Loading...
HomeMy WebLinkAboutContract 45720-FP2 DepVentP&W Const. ServicesDOE at CIT`f SECOM c��Z� -fFProj Risk Management J.Page — T WORTH,,,, co mTR�'t�T - D.O.E. Brotherton '1 GFA Westerman/Scanne "TO ? o The Proceeding people have been CdKcted concerning the request for final payrwd&have released this project for such payment. PION AND PUBLIC WORKS Clearance Conducted By Shameka Kennedy PROJECT COMPLETION D.O.E.Ns: 7224 Regarding contract 117224 for THE BRIDGES AT DEER CREEK PHASE 1 as required by the WATER DEPARTMENT as approved by City Council on N/A through NI&C N/A the director of the WATER DEPARTMENT upon the recommendation of the_assistant Director of the Transportation&Public Works Department has accepted the project as co V __ p lttU1l Original Contract Prices: $1,149,919.50 Amount of Approved Change Orders: FEB 17 2015 $1,550.00 Ne 1 Revised Contract Amount: $1,151,469.50 Total Cost Work Completed: $1,151,469.50 Less Deductions: Liquidated Damages: Days @$210.00/Day Pavement Deficiencies: Total Deduction Amount: Total Cost Work Completed: $1,151,469.50 Less Previous Payments: $0.00 Final Payment Doe � $1,151,469.50 Recommended for Acceptance Date Asst. Director, TPW - Infrastructure Desi and Construction Z / 7 /.i Accepted I Date Director, WATER DEPARTMENT i t L `� City Manager Date Comments: P265-541200-600150227983,P275-541200-'100140227983 I FORT WORTH CITY OF FORT`NORTH FINAL PAYMENT REQUEST Contract Name THE BRIDGES AT DEER CREEK PHASE I Contract Limits Project Type WATER&SEWER City Project Numbers 02279 DOE Number 7224 Estimate Number I Payment Number 1 For Period Ending 12/9/2014 CD City Secretary Contract Number 117224 Contract Time 9(ED Contract Date Days Charged to Date 169 Project Manager Buckley Contract is .000000 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors LAYER / ODEN Tuesday,January 06,2015 Page I of 5 City Project Numbers 02279 DOE Number 7224 Contract Name THE BRIDGES AT DEER CREEK PHASE 1 Estimate Number I Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 12/9/2014 Project Funding WATER Item Estimated Estimated Completed Completed Description of Items Unit Unit Cost No. Quanity Total Quanity Total - - ------ --- - - - --- - ------ -------- 1 8"PVC WATER PIPE 9285 LF $32.00 6297,120.00 9285 $297,120.00 2 FIRE HYDRANT 12 EA $3,200.00 $38,400.00 12 $38,400.00 3 DUCTILE IRON WATER FITTINGS 4.78 TN $4,000.00 $19,120.00 4.78 $19,120.00 W/RESTRAINT 4 CONCRETE BLOCKING 9.7 CY $100.00 $970.00 9.7 $970.00 5 CONNECTION TO EXISTING 36"WATER MAW 2 EA $1,000.00 $2,000.00 2 $2,000.00 6 1"WATER SERVICE 164 EA $450.00 $73,800.00 164 $73,800.00 7 1 1/2"WATER SERVICE 3 EA $1,200.00 $3,600.00 3 $3,600.00 8 4"FIRE LINE 1 EA $1,500.00 $1,500.00 l $1,500.00 9 METER BOX RESIDENTIAL 167 EA $50.00 $8,350.00 167 $8,350.00 10 METER BOX IRRIGATION 1 EA $200.00 $200.00 L $200.00 11 4"GATE VALVE W/VAULT I EA $850.00 $850.00 1 $850.00 12 8"GATE VALVE W/VAULT C091 31 EA $1,050.00 $32,550.00 31 $32,550.00 13 36"X 8"TAPPING SLEEVE&VALVE 2 EA $6,500.00 $13,000.00 2 $13,000.00 14 TESTING 9285 LF $1.00 $9,285.00 9285 $9,285.00 15 TRENCH SAFETY 9285 LF $0.50 $4,642.50 9285 $4,642.50 16 1"WATER SERVICE CO#I I EA $500.00 $500.00 1 $500.00 Sub-Total of Previous Unit $505,887.50 $505,887.50 SEWER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity, Total 1 8"PVC SEWER PIPE V TO 6' 139 LF $28.00 $3,892.00 139 $3,892.00 2 8"PVC SEWER PIPE 6'TO 8' 1694 LF $30.00 $50,820.00 1694 $50,820.00 3 8"PVC SEWER PIPE 8'TO 10' 1284 LF $32.00 $41,088.00 1284 $41,088.00 4 8"PVC SEWER PIPE LO'TO 12' 878 LF $38.00 $33,364.00 878 $33,364.00 5 8"PVC SEWER PIPE 12'TO 14' 354 LF $46.00 $16,284.00 354 $16,284.00 6 8"PVC SEWER PIPE 14'TO 16' 33 LF $52.00 $1,716.00 33 $1,716.00 7 8"PVC SEWER PIPE 6'TO 8' 100 LF $32.00 $3,200.00 100 $3,200.00 8 8"PVC SEWER PIPE 8'TO 10' 40 LF $36.00 $1,440.00 40 $1,440.00 9 8"PVC SEWER PIPE 10'TO 12' 20 LF $44.00 $880.00 20 $880.00 10 8"PVC SEWER PIPE 12'TO 14' 80 LF $52.00 $4,160.00 80 $4,160.00 Tuesday,January 06,2015 Page 2 of 5 City Project Numbers 02279 DOE Number 7224 Contract Name THE BRIDGES AT DEER CREEK PHASE I Estimate Number I Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 12/9/2014 Project Funding 11 l O'PVC SEWER PIPE 6'TO 8' 51 LF $36-00 $1,836.00 51 $1,836.00 12 10'PVC SEWER PIPE 8'TO 10' 265 LF $38.00 $10,070.00 265 $10,070.00 13 10'PVC SEWER PIPE 10'TO 12' 825 LF $42.00 $34,650.00 825 $34,650.00 14 l0'PVC SEWER PIPE I2'TO 14' 1055 LF $50.00 $52,750.00 1055 $52,750.00 15 1O'PVC SEWER PIPE 14'TO 16' 228 LF $56.00 $12,768.00 228 $12,768.00 16 10'PVC SEWER PIPE 16'TO 18' 96 LF $65.00 $6,240.00 96 $6,240.00 17 10'PVC SEWER PIPE 18'TO 20' 91 LF $70.00 $6,370.00 91 $6,370.00 18 10'PVC SEWER PIPE 6'TO 8' 40 LF $46.00 $1,840.00 40 $1,840.00 19 10'PVC SEWER PIPE 10'TO 12' 100 LF $46.00 $4,600.00 100 $4,600.00 20 10'PVC SEWER PIPE l2'TO 14' 100 LF $56.00 $5,600.00 100 $5,600.00 21 18"SEWER PIPE 855 LF $76.00 $64,980.00 855 $64,980.00 22 4'MANHOLE 51 EA $2,800.00 042,800.00 51 $142,800.00 23 4'EXTRA DEPTH MANHOLE 230 VF $175.00 $40,250.00 230 $40,250.00 24 4"SEWER SERVICE 167 EA $450.00 $75,150.00 167 $75,150.00 25 CLAY DAM 13 EA $100.00 $1,300.00 13 $1,300.00 26 MANHOLE VACUUM TESTING 51 EA $50.00 $2,550.00 51 $2,550.00 27 POST CCTV INSPECTION 8328 LF $2.00 $16,656.00 8328 $16,656.00 28 TRENCH SAFETY 8328 LF $1.00 $8,328.00 8328 $8,328.00 Sub-Total of Previous Unit $645,582.00 $645,582.00 Tuesday,January 06,2015 Page 3 of 5 City Project Numbers 02279 DOE Number 7224 Contract Name THE BRIDGES AT DEER CREEK PILOSE l Estimate Number 1 Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 12/9/2014 Project Funding Contract Information Summary Original Contract Amount $1,149,919.50 Change Orders Change Order Number 1 $1,550.00 Total Contract Price $1,151,469.50 Date Total Cost of Work Completed 81,151,469.50 Con ct Less %Retained $0.00 Date Net Earned $1,151,469.50 �IlZ I/S Insp S �/ ,� )�j Earned This Period $1,151,469.50 Date+/' ��,�f!>♦LJI Retainage This Period $0.00 Less Liquidated Damages Project M Days @ /Day $0.00 Date LessPavement Deficiency $0.00 c tr�ctu esign and C nstruc on Less Penalty $0.00 Date Less Previous Payment $0.00 Director/Contracting Departm Y f r� Plus Material on Hand Less 15% $0.00 Balance Due This Payment $1,151,469.50 Tuesday,January 06,2015 Page 4 of 5 EFEB C EPEE 172 �� Q Of5 0 City Project Numbers 02279 DOE Number 72..'1 Contract Name THE BRIDGES AT DEER CREEK PHASE I Estimate Number I Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 12/9/2014 Project Funding Project Manager Buckley City Secretary Contract Number 117224 Inspectors LAYER / ODEN Contract Date Contractor CONATSER CONSTRUCTION TxLP Contract Time 90 CD 5327 WICHITA ST Days Charged to Date 169 CD FORT WORTH, TX 76119 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 $1,151,469.50 Less %Retained $0.00 Net Earned $1,151,469.50 Earned This Period $1,151,469.50 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 $1,151,469.50 Tuesday,January 06,2015 Page 5 of 5 FORTWORTH rev 03/05107 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: The Bridges @ Deer Creek Ph 1 PROJECT NO.: P265-6001502279 CONTRACTOR: Conatser Construction P275-7001402279 DOE NO.: 7224 PERIOD FROM 06/17114 TO: 12/04/14 FINAL INSPECTION DATE: 11-Dec WORK ORDER EFFECTIVE:6/17/2014 CONTRACT TIME: 90 0 WT* CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH CHARGED CREDITED MONTH CHARGED CREDITED DURING DURING 1. 16. 2. 17. 3. 18. 4. 19. 5. 20. 6. 21. 7. 22. 8. 23. 9. 24. 10. 25. 11. 26. 12. 27. 13. 28. 14. 29. 15. 30. 31. SAT,SUN, RAIN,TOO WET, UTILITIES DAYS TOTAL &HOLIDAYS &TOO COLD RELOCATIONS OTHERS* CHARGED DAYS THIS 0 0 0 0 169 169 PERIOD PREVIOUS 0 0 0 0 0 169 PERIOD TOTALS 0 0 0 0 169 169 TO DATE *REMARKS: / Z - /r-/L/ CqyiRACTOR DATE INSPECTOR DATE ENGINEERING DEPARTNIENT la The City of Fort\X'orth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 ; Q2 / 0o \ � ■ ! | Z § G 0 ) 2 ° ! § m % a2 R � � /LU z CD 2 e 3: ti ƒ ƒ / o ■ § LU � 0 $ - ■ ■ ® R_ k § K K \ \ \ 2f / � \ ] ) < | � § § & f ) o E + 2 & / � ! 2 k LLJ> ) 2 7 I) l 2 ° ° 02 \ \ � § ± % ) e § 6 a ƒ § k C4 C4 a ■ % $ ■ 2 § " f t / � j / § } } j k - o u § § 2 ! cc . 2 # # » z § § § r \¢ '0 k ; $ w p J i • ° a § o- o E § v § cL � { o } [ \ t IL § } \ ! z ` § 0 k / \ / § \ \ co \ k ( k § k a o 0 o c # U) LL a § § 8 » »a } 49 7?\])$}i 2 a_ a %§bq / \ k ! 2 � 0 � Uik [ . § \ / & J r } {}22®7 \ } ) j � aG�o& K r�£! % a \ � \ kJ.. @ / \ « _ - k � # � % $ ca2 z && ) k _ \ co z ` i ii t\/� ) k k a G } ke �mnr k ° � ` 6�§-))m e � §§R§qR§ kf § k �a � ! � } r 5 § � �k\�\\� j a IL m-m § / k § k / ) f FORTWORTHREV:02/20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Conatser Construction The Bridges at Deer Creek Phase 1 DOE Inspector DOE Number Weyman Oden 7224 DOE Inspector Project Manager 121 Water 21 Waste Water 0 Storm Drainage O Pavement Pat Buckley Initial Contract Amount Project Doculty $1,149,919.50 O Simple O Routine O Complex Final Contract Amount Date $1,151,469.50 11/512015 II)PERFORMANCE EVALUATION 0-Inadequate 1-Deficient 2-Standard 3-Good 4-Excellent ELEMENT WEIGHT(x) APPLICABLE(Y/N) RATING(0-4) MAX SCORE SCORE 1 Submission of Documents 2 Y 4 8 8 2 Public Notifications 5 Y 4 20 20 3 Plans on Site 5 Y 4 20 20 4 Field Supervision 15 Y 4 60 60 5 Work Performed 15 Y 4 60 60 6 Finished Product 15 Y 4 60 60 7 Job Site Safety 15 Y 4 60 60 8 Traffic Control Maintenance 15 Y 3 60 45 9 Dafly Clean Up 5 Y 4 20 20 10 Citizen's Complaint Resolution 5 N I i Property Restoration 5 Y 4 20 20 12 After Hours Response 5 N 13 Project Completion 5 Y 4 20 20 TOTAL ELEMENT SCORE(A) 393 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 393 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 408 Rating((TS/MS]* 100%) 393 / 408 = 96% Performance Category Excellent <20%=Inadequate 20%to<40%=Deficient 40%to<60%=Standard 60%to<80%=Good >_80%=Excellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) A Signature DOE Inspector �, _ OM1, , Signature Contractor Signature DOE Inspector's Supervisor CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 FORTWORTHREV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY 1)PROJECT INFORMATION Date: 1/5/2015 Name of Contractor Project Name Conatser Construction The Bridges @ Deer Creek Phase 1 DOE Inspector Project Manager Weyman Oden Pat Buckley DOE Number Project Diffluv/ty Type of Contract 7224 O Simple O Routine O Complex O Water p Waste Water❑ Storm Drainage❑ Pavement Initial Contract Amount Final Contract Amount $1,149,919.50 $1,151,469.50 11)PERFORMANCE EVALUATION 0-Inadequate I -Deficient 2-Standard 3 -Good 4-Excellent ELEMENT RATING ELEMENT RATING (0-4) J (0-4) INSPECTION EVALUATION IPLANS&SPECIFICATIONS 1 Availability of Inspector L 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector 2 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities LJ 3 Applicability of Specifications 4 Display Of Professionalism Li 4 Accuracy of Plan Quantities L1 5 Citizen Complaint Resolution PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs 1 Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Project Manager 1 Change Order Processing Time Ll 3 Communication 2 Timliness of Contractor Payments HI 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe M)COMMENTS&SIGNATURES COMMENTS Signature Contractor Lam✓ Signature DOE Inspector . ; , C,4- Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS _ TRANSPORTATION AND PUBLIC WORKS P The City of Fort Worth•1000'Throckmorton Street•Fort Worth,TX 76012-6311 0 (817)392-7941 •Fax:(817)392-7845 FORT WORTH. TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: The Bridges @ Deer Creek PH I PROJECT NUMBER: P265-6001502279-P275-7001402279 DOE NUMBER: 7224 WATER PIPE LAID SIZE TYPE OF PIPE LF Water 8 in -PVC-SDR-14 92 85 FIRE HYDRANTS: 13 VALVES(16"OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: yes NEW SERVICES: lin copper 1785 1.5 in copper 50 SEWER PIPE LAID SIZE TYPE OF PIPE LF Sewer 8in PVC-SDR-26 4268 SEWER loin PVC-SDR-26 2911 SEWER 18in PVC-SDR-26 855 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: yes NEW SERVICES: 4in PVC-SDR-26 1875 TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax: (817)392-7845 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, Vice-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: THE BRIDGES OF DEER CREEK,PHASE I WATER,SANITARY SEWER, PAVING AND DRAINAGE IMPROVEMENTS DOE#: 7224 City Project#: N/A CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX,LP Brock Huggins Subscribed and sworn to before me this 12''day of December, 2014. �.TE oc Bertha Gianulis Notary Public for State of Texas Notary Public in Tarrant County,Texas My commission expires:09/18/2015 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond No 0174443 PROJECT: (name, addreSS)The Bridges at Deer Creek Phase I Fort Worth. TX TO (Owner) � ARCHITECT'S PROJECT NO: ILGI HOMES-TEXAS AND THE CITY OF FORT WORT CONTRACT FOR: Water,Sanitary Sewer,Paving Drainage&Street Light Improvements to serve The Bridgest at Deer Greek Phase I L TX 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. Forest Hill 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 Ownerl LGI HOMES-TEXAS AND THE CITY OF FORT WORTH TX , OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 13th day of November,2014 BERKLEY INSURANCE COMPANY Sure �QmP Y - - Attest: Sophinie Hunter J (Seal): Si ature o Authorized Represen five V. DeLene Marshall Attorney-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-7280c 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, Lisa M. Bonnot, Vena DeLene Marshall or Sophinie Hunter 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 L 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. v .= LThis Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, E without giving effect to the principles of conflicts of laws thereof This Power of Attorney is granted pursuant to the following X_ resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010: > V. RESOLVED, that, with respect to the Surety business written by Berkley Surety Group, the Chairman of the Board, Chief ti Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant _ Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attomey-in-fact named therein ti 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 c 3 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 t- 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 Comppy has cau d these resents to be signed and attested by its appropriate officers and its a corporate seal hereunto affixed this day of 2014. o Attest: //f / Berkley Insurance Company m F (Seal) By By Ira S.Lederman J y .Hafter c ? Senior Vice President&Secretary or ce President o 2 WARNING:THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPER. v E STATE OF CONNECTICUT) U ) SS: COUNTY OF FAIRFIELD ) N Zdday Sworn to before me, a Notary Public in'the State of Connecticut, this of 2014, by Ira S. Lederman and Jeffrey M.Hafter who are sworn to me to be the Senior Vice President and Secretary,and tlk Senior Vi President,respectively,of Berkley Insurance Company. MARIAC.RUNOBAKEN v NOTARY PUBLIC I��, •u'r-'� ¢ MY COMMISSION EXPMS oto y Public,State of Connecticut APRIL 30.2019 v U CERTIFICATE 7- I,the undersigned,Assistant Secretary of BERKLEY INSURANCE COMPANY,DO HEREBY CERTIFY that the foregoing is a true, correct and complete copy of the origi:naI Power of Attorney;that said Power of Attorney has not been revoked or rescinded and that the authority of the Attomey-in-Fact set forth therein, who executed tthe bond or undertaking to which this Power of Attorney is attached,is in full force and effect as of this date. l Given under my hand and seal of the Company,this day of (Seal) Andr . Tu a 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 Kerrible 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(a�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. January 8, 2015 Mr. Weyman Oden Construction Inspector City of Fort Worth 8851 Camp Bowie West Fort Worth, TX 76116 RE: Project: The Bridges-Phase 1,DOE No. 7224, City Project No. 02279 Pape-Dawson Project Number: 61010-00 Dear Mr. Oden: Please be advised that LGI Homes—Texas, LP will not be seeking liquidated damages from Conatser Construction TX, L.P. on the above referenced project. If you have any questions,please do not hesitate to call me at(281) 541-4032. Sine , Chuck Birt Vice Presid t of Development LGI Homes—Texas,LP Cc: Mr. Brock Huggins—Conatser Construction TX, L.P.