HomeMy WebLinkAboutContract 61624-FP2-FP2
City Secretary
Contract No. 61624
FORTWORTH.
Date Received 8/15/2025
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: Northpointe Phase 12
City Project No.: 104288
Improvement Type(s): Water ❑x Sewer ❑x
Original Contract Price: $1,811,349.61
Amount of Approved Change Order(s): $91,117.00
Revised Contract Amount: $1,902,466.61
Total Cost of Work Complete: $1,902,466.61
/; 08/15/2025
Ja ew! uA g15,202511'47:35 CDT)
Contractor Date
Project Manager
Title
Conatser Construction
Company Name
08/15/2025
Sri Ped ibhotla(Aug 15, 202511:51:40 CDT)
Project Inspector
Date
Raw7kvi
08/15/2025
Ram T—r, (Aug 15, 202514 oast CDT(
Project Manager
jzk�
Date
08/15/2025
CFA Manager
Date
A(111`�
08/15/2025
TPW Director
Date
08/18/2025
Asst. City Manager
Date
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Page 1 of 2
Notice of Project Completion
Project Name: Northpointe Phase 12
City Project No.: 104288
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: 180 WD
Work Start Date: 7/24/2024
Completed number of Soil Lab Test:1065
Completed number of Water Test: 21
Days Charged: 220 WD
Work Complete Date: 7/8/2025
Page 2 of 2
FORT WORTH
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name NORTHPOINTE, PHASE 12
Contract Limits
Project Type WATER & SEWER
City Project Numbers 104288
DOE Number 4288
Estimate Number 1 Payment Number 1 For Period Ending
City Secretary Contract Number
Contract Date
Project Manager NA
Contractor CONATSER CONSTRUCTION TxLP
5327 WICHITA ST
FORT WORTH, TX 76119
Inspectors D. WATSON / PEDDIBHOTLA
Contract Time
Days Charged to Date
Contract is 100.00
7/8/2025
AID
18WD
220
Complete
Friday, August 15, 2025 Page 1 of 5
City Project Numbers 104288
Contract Name NORTHPOINTE, PHASE 12
Contract Limits
Project Type WATER & SEWER
Project Funding
UNIT I: WATER IMPROVEMENTS
Item Description of Items
No.
1 8" WATER PIPE
2 FIRE HYDRANT ASSEMBLY W/ 6" GATE
VALVE & BOX
3 4"-12 WATER ABANDONMENT PLUG
4 'DUCTILE IRON WATER FITTINGS W/
RESTRAINT
5 8" GATE VALVE
6 1" WATER SERVICE
7 TRENCH SAFETY
8 CONNECTION TO EXISTING 4"-12" WATER
MAIN
DOE Number 4288
Estimate Number 1
Payment Number 1
For Period Ending 7/8/2025
Estimated
Unit
Unit Cost
Estimated
Completed
Completed
Quanity
Total
Quanity
Total
5721
LF
$62.00
$354,702.00
5721
$354,702.00
11
EA
$4,800.00
$52,800.00
11
$52,800.00
3
EA
$1,500.00
$4,500.00
3
$4,500.00
2.48
TN
$8,519.72
$21,128.91
2.48
$21,128.91
17
EA
$1,450.00
$24,650.00
17
$24,650.00
109
EA
$1,200.00
$130,800.00
109
$130,800.00
5721
LF
$2.00
$11,442.00
5721
$11,442.00
5
EA
$1,500.00
$7,500.00
5
$7,500.00
9 1" IRRIGATION SERVICE (CO#1) 2 LF $6,500.00 $13,000.00 2 $13,000.00
10 1.5" IRRIGATION SERVICE (CO#1) 1 LF $7,500.00 $7,500.00 1 $7,500.00
11 4" PVC SLEEVES (CO#1) 300 LF $48.00 $14,400.00 300 $14,400.00
--------------------------------------
Sub-Total of Previous Unit $642,422.91 $642,422.91
UNIT Ik SANITARY SEWER IMPROVEMENTS
Item Description of Items
No.
1 8" SEWER PIPE (SDR 26 PVC) (CO#1)
2 8" SEWER PIPE W/ DEEP TRENCH BACKFILL
(SDR 26 PVC)
3 8" SEWER PIPE, CLSM BACKFILL
4 8" SEWER PIPE, CSS BACKFILL
5 EPDXY MANHOLE LINER (CO#1)
6 4' MANHOLE (CO# 1)
7 4' DROP MANHOLE
8 CONCRETE COLLAR
9 MANHOLE ADJUSTMENT, MINOR
10 EXTRA DEPTH MANHOLE
11 MANHOLE VACUUM TESTING (CO#1)
12 REMOVE PLUG AND CONNECT TO EXISTING
8" SEWER
Estimated
Unit
Unit Cost
Estimated
Completed
Completed
Quanity
Total
Quanity
Total
7696
LF
$78.00
$600,288.00
7696
$600,288.00
585
LF
$102.00
$59,670.00
585
$59,670.00
80
LF
$98.00
$7,840.00
80
$7,840.00
360
LF
$108.00
$38,880.00
360
$38,880.00
93.37
VF
$485.00
$45,284.45
93.37
$45,284.45
40
EA
$4,500.00
$180,000.00
40
$180,000.00
1
EA
$5,500.00
$5,500.00
1
$5,500.00
15
EA
$500.00
$7,500.00
15
$7,500.00
7
EA
$3,500.00
$24,500.00
7
$24,500.00
64.25
VF
$225.00
$14,456.25
64.25
$14,456.25
40
EA
$200.00
$8,000.00
40
$8,000.00
2
EA
$1,500.00
$3,000.00
2
$3,000.00
Friday, August 15, 2025 Page 2 of 5
City Project Numbers 104288 DOE Number 4288
Contract Name NORTHPOINTE, PHASE 12 Estimate Number 1
Contract Limits Payment Number 1
Project Type WATER& SEWER For Period Ending 7/8/2025
Project Funding
13
4' MANHOLE W/ CONCRETE COLLAR OVER
1 EA
$9,500.00
$9,500.00
1
$9,500.00
EX 15" SEWER LINE
14
CONNECT TO EXISTING MH W/ EXTERAL
2 EA
$10,500.00
$21,000.00
2
$21,000.00
DROP
15
4" SEWER SERVICE
181 EA
$850.00
$153,850.00
181
$153,850.00
16
8"SEWER ABANDONMENT PLU
1 EA
$1,000.00
$1,000.00
1
$1,000.00
17
TRENCH SAFETY (CO#1)
8397 LF
$2.00
$16,794.00
8397
$16,794.00
18
POST -CCTV INSPECTION (CO#1)
8397 LF
$3.00
$25,191.00
8397
$25,191.00
19
REMOVE/REPLACE 4'MANHOLE(CO#1)
1 EA
$14,500.00
$14,500.00
1
$14,500.00
20
REMOVE/REPLACE 8" SEWER PIPE (SDR-26
120 LF
$142.00
$17,040.00
120
$17,040.00
PVC) REMOVE/REPLACE (CO#1)
21
REMOVE/REPLACE 4" SEWER SERVICE (CO#1)
5 EA
$1,250.00
$6,250.00
5
$6,250.00
Sub -Total of Previous Unit
$1,260,043.70
$1,260,043.70
Friday, August 15, 2025 Page 3 of 5
City Project Numbers 104288
Contract Name NORTHPOINTE, PHASE 12
Contract Limits
Project Type WATER& SEWER
Project Funding
Contract Information Summary
Original Contract Amount
Change Orders
Change Order Number 1
Change Order Number 1
DOE Number 4288
Estimate Number 1
Payment Number 1
For Period Ending 7/8/2025
$1,811,349.61
$34,900.00
$56,217.00
Total Contract Price $1,902,466.61
Total Cost of Work Completed $1,902,466.61
Less % Retained $0.00
Net Earned $1,902,466.61
Earned This Period $1,902,466.61
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
$1,902,466.61
Friday, August 15, 2025 Page 4 of 5
City Project Numbers 104288
Contract Name NORTHPOINTE, PHASE 12
Contract Limits
Project Type WATER& SEWER
Project Funding
Project Manager NA
Inspectors D. WATSON / PEDDIBHOTLA
Contractor CONATSER CONSTRUCTION TxLP
5327 WICHTTA ST
FORT WORTH, TX 76119
DOE Number 4288
Estimate Number 1
Payment Number 1
For Period Ending 7/8/2025
City Secretary Contract Number
Contract Date
Contract Time 180 WD
Days Charged to Date 220 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 $1,902,466.61
Less % Retained
$0.00
Net Earned
$1,902,466.61
Earned This Period $1,902,466.61
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
$1,902,466.61
Friday, August 15, 2025 Page 5 of 5
DEVELOPER -AWARDED -PROJECT CHANGE ORDER
PROJECT NAME:
Northpointe Phase 12
CONTRACT:
Water, Sewer, Paving/Street Signs, Storm Drain and Street Liqhts
CFA#
23-0131 CITY PARTICIPATION
CITY PROJECT #
104288
CITY SECRETARY CONTRACT #
61624
X #
X-27788
FID #
FID# 30114-0200431-104288-EO7685
FILE #
W-2942
INSPECTOR:
PROJECT MANAGER:
ORIGINAL CONTRACT
EXTRAS TO DATE
CREDITS TO DATE
CONTRACT TO DATE
AMOUNT OF PROP. CHANGE ORDER
REVISED CONTRACT AMOUNT
TOTAL REVISED CONTRACT AMOUNT PER
UNIT
REVISED COST SHARE
TOTAL REVISED CONTRACT
Victor Gutierrez Phone No
Ram Tiwari Phone No
NO
817-392-8306
817-392-2237
CONTRACT UNIT
WATER SEWER PAVING
Developer
CHANGE
ORDER No:
DRAINAGE
Cost City Cost
Developer Cost City Cast
Developer Cost
City Cost
I Developer Cost
$607,522.91
$1,203,826.70
$1,334,315.00
$587,304.00
$607,522.91 $0.00
$1,203,826.70 $0.00
I $1,334,315.00
$0.00
$587,304.00
$ 34,900.00
$ 56,217.00
$642,422.91 $0.00
$1,260,043.70 $0.00
$1,334,315.00
$0.00
$587,304.00
$642,422.91
$1,260,043.70
$11,334,3115.00
$587,
Dev. Cost:
$3,993,038.61
City Cost:
$3,993,038.61
1
STREET LIGHTS
CONTRACT
(beveloper
DAYS
Cost
Cost
City Cost
$168,953.00
180
.00 I $168,953.00
180
$0.00
0
.00 I $168,953.00
$0.00
180
$0.00
REVIEWED
By TiwariR at 2:10 pm, Feb 11, 2025
Revised: 10-12-2011 Page 1
You are directed to make the folksw m cha In the contract documents:
CITY BID ITEM
PAY ITEM # # i1UA.IV1iTY J UNIi 1TFM DESCRIPTION I UNIT PRICE TOTAL
9. I` U R I: HEATER IMPROVEMENTS
11* 999 40008 300 LF I 1115 2 LF 14' CSleev13 11
es� $ fice6 48.00 S 14`400.00
SUBTOTAL WATER IM OVEM S 34,900.00
UNIT 0: SEWER IMPROVEMENTS
1 3331.4115 4 LF 8 SewerP3
e(yDR-28 PVC) � 78.00 $ 312,00
5 3339.0001 19 VF Epol n ole0ner 4a5.00 $ 9 15.00
6 3339.1001 1 EA Manhole $ 4.500.00 $ 4.00
10 3305.0107 16 VF Extra;)pth Manhole S 225.00 5 3`W0.00
11 3301,0101 1 EA Man a Vacuum Testing S 200.00 $ 200.00
17 3305.0109 120 LF Trench Safety S 2,00 $ 240.00
16 3301.0002 120 LF Post -CCTV In on S 3.00 S 360.00
19' 999.0009 1 EA RemoveJReplace nhole S 14,500.00 $ 14,500.00
20' 3331.4115 120 LF RemovetRepPace t3' Sewer Pipe (SOR-26 PVC: S 142.00 S 17 040.00
21" 3331.3101 5 EA RemoveMeplace4'SewerService $ 1.250.00 5 6)_*.00
SUBTOTAL SEWER I^bVEMENTS $ 56,17.00
TOTAL CHANGE ORDER $ 91,117.00
REASONS FOR CHANGE ORDER Add water sery cos fori rigagan metes and eewerraWabn for flow dk-- n based on coarnenis korrr;nsioactL
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:
mley Hom / L s of Texas nci entl Ton Conatser C slAxhon M. LP
Norm Bfyce�Eckebamer Name Jannifer Name: Ad uma
Title: PrciectManener Tide: Author'rzedAgent TMe: Manaoer
REVIEWED
By TiwariR at 2:10 pm, Feb 11, 2025
Revised: 10-12-2011 Page 2
N
4f; 60
B W+E /
\ \
MATCH LINE
3 -Z= (SEE SHEET C-11) \\ $e \
C-11 C_1p
I (STA: C9 UNE WL-F
RCP CR
4 �= - �� 23 121' P CROSSING
-- II` WATER LOITERING 81.1
RCP BOTTOM = 791.]4
WL TOP = 789.58 \
7-09 C-11
19 \
I r
BLOCK C (BTk 8+24.49 UNE W.-F
i 6 24 I INSTALL
BEND
KEY MAP 1 - e• ns
• � 18
1� WATER METER TABLE �' "g 2s Nspl.ALL82.81 UNE WL-F 7
METER TYPE QUANTITY g
I1 RESIDENTIAL WATER+ INSTA 10438 LINE WI - 8 11.25' BEND
(SERVICE WTH 1' METER Im - 6' FN ASSEMBLY 9
1 IRRIGATION WATER SERVICE 1 7 �� I a I 1-ANCHOR ME
)
WITH 1" METER 1 - 8' GATE VANE
. 1.5' IRRIGATION WATER 1 1- 8' GATE VALVE 17
SERVICE WITH
1.5' METER PER DETAIL 33 12 40 D120
1 � I � I I zfi
c
27 rc
BLOCK � � 15 ,w
I w�l 5
10�~ 28
4
STA: 3+21.96 UNE WL-0
21' RCP CROSSING
STA:31+53.37 UNE WL-E� I WATER LOWERING 88
j 24' RCP CROSSING RCP BOTTOM = 787.36
WATER LOITERING W. TOP = 78516
RCP BOTTOM = 781.15 BLOCK C
WL TOP - 776.11 29 STA:1+42.50 UNE WL-D
21' RCP CROSSING 13 Y
:32+5537 UNE WL-E It r WATER LOITERING 8]
[.SIA
SSWR
CROSSING I 1 I+ RCP BOTTOM - 783.09
WATER LOWERING 89 1 ITL TOP = 780.90
SSWR FL - 778.33 12 '
WATR TOP - 776.11 Q
1' IRRIGATION
STA: 32+85.87 UNE NL-E - ( - 0 METER �{ STA: 33 .23 UNE WL-F
I( INSTALL' �J / INSTALL: /
ccc ` 1 - 8' GATE VALVE
I 1 1 - e' 11.zs• BEND
13�� STA: 1+00.00 WL-D 12
STA 32+U.3 WE WL-E l
r INSTALL: */
1 - 8' TEE JI( STA: 3+14.22 UNE X-F
INSERT PO IC
82 I INSTALL 11
G ^ 1 \ l 1- W 11.25- BEND
I I
EE �� STA: +11,:.35 UNE WL-E SIT" 2+84.21 UNE WL-F
.l 6 INSTi/6¢L. INSTAU:
¢ L) 9 7 17.25' BEND 1 - 8' 11.2 BEND
STA: 18+11," UNE WL-B
INSTALL:
1 - 6' FH ASSEMBLY
1 - ANCHOR ME
1 - 6' GATE VALVE
2 - W GATE "YES
59 PER DETAL 33 12 40 D120
STA:6+82.14 UNE WL-F `I
8' SSWR CROSSING
BLOCK A WL FL = 788.74 )
58 SSWR TOP - 788.82
STA. +75.87 UNE W.-E
LLI INS T STA: 2B+&1.96 UNE llL-E
W 32 1 6' FH ASSEMBLY INSTALL
= I I I 1 ANCHIXt TEE 1 - 8' 11.25' BEND
VALVE L
W-8'GA E)
W PER DETAIL 33 12 '12n .
°f/J
2 - 4' SLEEVE S 33%-HOA
Z-- --------
STA:6+89.64 UNE WL-F
5] 2e RCP CROSSING
WATER LOWERING fl+
RCP BOTTOM = 791.00
WL TOP - 789.41
2 - 4' SLEEVES e
IRRIGATION SERVICE
UTILITY COMPANY CONTACTS
AT&T
(817)3311eS17
FORT WORTH WATER DEPT.
(817)871-8296
FIELD OPERATIONS
FORT WORTH TBPW
(817)871$100
ATMOS ENERGY
(817)2154388
ENUNKMIDSTREAM
(817)201-1348
ONCOR ELECTRIC
(817)21 M214
TXU ENERGY
14MO_233_2133
SBCTELEPHONE
Is 7)33&6810
CHARTER COMM.
ALL OTHER FACIUTIES
(817) 509.6272 EXT. 3363
1-800-DIG-TESS
56
STA: 17199.42 UNE
ML-B 1
STA: 8+97.14 UNE Wl-F
INSTALL:
- 8' TEE
1 - 8' CIEANING WYE (SW)
55
REMOVE POLYPIG #4
llllll
STA: 16+38.85 UNE W.-B 1
INSTALL J
I - 8' 11.25' BEND
(/ 5L
STA 15+]0.31 UNE WL-B
♦
NSTA k
11.25' BEND
11117.00 UNE WL-B
`A 53
/
/'{I NS: LL
/ 1 1 - 8. 11.25' BEND
STA: 4+04.25 UNE WL-F
NSTPLL
1 - 6' 11... BEND ♦'
STA: 3+]4.24 UNE WL-F 1 \
IN;iTALL: 1 \
1 - 8' 11.25' BEND \
STA 3+59.23 UNE W_-F
INSTALL:
1 - 6' FH ASSEMBLY
1 - ANCHOR TEE
1 - 6- GATE VALVE
1 - 6' GATE VALVE
PER DETAIL 33 12 40 D12o
S1A1+46.23 LINE WL-F
21' RCP CROSSING
WATER LOWERING 812
RCP BOTTOM = 787.30
.L TOP = 785.58
STA:1-12.11 LINE WL-B
21' RCP CROSSING
WATER LOWERING 84
RCP BOTTOM = 787.66
52 W. TOP = 795.47
STA:1+15.00 UNE WL-F 1
8' SSW CROSSING 7fl
WL FL = 784.92
SSNR TOP = 783.20
51
STA:1+07.50 LINE W4-F
2e RCP CROSSING
WATER LOWERING 811
RCP BOTTOM = 787.30
W. TOP = 785.58
50`
v
r BRUSM
STA: 1{ 7.67 UN -B
STA: 1+00.00 UNE W.-F
INSTALL•
- 8' TEE
a
1 - 6' GATE VALVE
INSERT POLYPIG 85 (N)
7
9 1 B 1
10
STA: 14+20.10 LINE WL-d
INSTALL:
1 - 6' FH ASSEMBLY
1 - ANCHOR TEE
GATE VALVE
OAIE VALVE
PER DETAL 33 12 40 0120
GAS �wc
-000
-3 J a»w ♦ _1.0 i u
RCP
8' UNE W 4 CATTLE GATE�EA�IV2
Ira- __- � ._ ROJECT8rxN(FOR REFERENCE ONLY
W V
Z
��TA2].39 UNE WL-E.. BEND
( REVIEWED 1
STA: 27+95.50 UNE WI l By TiwariR at 2:10 pm, Feb 11, 2025 J
INSTALL
1 - 6' FH ASSEMBLY ' I
1 - ANCHOR TEE
1 - S.
GATE VALVE
1 - 8• GATE VALVE (E1 1
PER DETAIL 3312 a0 120
WATER GENERAL NOTES
1. FlRRESEN NTSVALVES, FITTINOSETC.SHONANASAGRAPHITR
IMPRESENTATIONOINLYCCNTRARR TO LOCATEANDIONSTRUCTTHESE
IMPROVEMENTSBASEDON THECURRENTTONOURISDI GIIONALDESIGN
STCREPAN IES DEIAIESCONTRARIOR TO NOTINNING NEETRU w
DISCREPANCIES ARE d6WVERED PRIOR TO BEGINNING CONSTRUCTNN
2. WATERANDSANRARYSEWERSEPARATIOIN(VERTICALANDHORQONTAQ
SHALL BE MAINTAINED IN ACCORDANCE VMTH TCEO RECUIREMENTS.
3 COWIRALTOR TO FIELD VERIFY LOCATION OF EXISTING UTILITIES PRIOR TG o
CONSTRUCTIN. q
4. VW STUDY NO. YV&52 MIS Y
S. ALL FIREHYDRANTSTO BE LOCAT® AT POGIRS OR LOT LINES. _
S ALL`NATERLINES ARE 9' PVG AWVW C6 OR-14 CLASS 2000NLE55
CTHERWSE NOTED.
7. A CLEANING WYE IS REWIRED AT EACH 'POI PIG LOCATION.
8. NOR THPOINTEPHASE1215LOL4T HINTHECITYCFFORTIAORTH'S
NORTHSIDE III PRESSURE PLANE - - -
9 ALL GATE VALVES AND WINTER METERS SHALL BE PLACED CLEAR OF
BARRIER -FREE RAMPS,
10. ADJUSTEDSERVICES ETOWNRL SII.EMANHOLES,INLE .TRENCH
CONFLICTS OR NCNSTPNDARD PIACEMENTT=* L J g'n m
11. INSTALL WATERSERVICE FORFUTUREPHASE= & i - I u
12. ALL HORIZONTAL AND VERTICAL FIRINGS MUST BE RESTRAINED WTH 1�?
ADDITIONALCONCRETE BLOCKINGANDGATEVALVESMUSTBERETRAINED
PER DESIGN CRITERIA 5 S3
11
ANCHOR TEES OR ANCHOR COUPLINGS SHWID BE USED TO SECURE ALL w
BRANCH VALVES TO FIRINGS. TABLE S2 INCLUDES THE MINIMUM LENGTHS uz
OF PIPE TO BE RESTRAINED FOR BLANCH AND 12 INCH PVC WATER MAINS ii
14. RADMSOFWRVATUREMOINTDEFIE.TION-MNIMUMRADIUSOFCURVE-
ANDMAYMMUMDEFLELTIONANGLEOFPIPE. lNTSWLLBERESTRICTEDTO �g�u
50%OF MANUFACTURER'B RECOMMENCATIOIN, AFTER WHICH THE USE OF �A�ae
HORQONTALOR VERTICAL BENDS WILL BE REWIRED. NO BENDING OF PIPE
ISALLOMED.DLM-SAT c
A
TYPICAL LOT SERVICE DETAIL
i
S6. SERVICETO BE LOCATEDAT CENTER CF LOTAND
NNTER SERVILE TO BE LOCATED 1' OFF LOT LINE
2 � 4 4 5 ,r i fLI
vw1mL - - a 2O--E i
r 51,E Tic ns���S
.sONni CW�I
V25
sl12
III 14
MBoFF�gFi
UTILITY LEGEND
� 86�ISMYTatLv sLwE6LNS �y
rt FRCPoMD MveLMMIOLE Q
veriMl Ts>xium sLv4:RuxF
__- ®___ dmxO eTaxN [von Lx�xOLs
W
y
S
Z
�2
0
TYPICAL UTILITY LOCATION
= 1,
W H
O
¢
F
�M )
Z
SHEET NUMBER
C-09 R1
N 0 WATER METER TABLE INSTAu.5o e2 uNE wL-D
1n MEfERTYPE QUANTITY (1 - 8° GATE VALVE
W E 1" RESIDENTIAL WATER
SERVCE Y41H 1° METER 1fi STA: 9+33.59 LINE WL-D 1
3.
T.
SERVICE Yr11H FUTURE 1- RESIDEIJNETERTIAL WATER 2 (FORUREFER ENOF T"OOINLY) 1 Si B" CROSS
9 LINE WL-B /
S ,.RACE
SERVICE 1 II STA 9+1869 LINE WL-D
1 5" IRR0 6" SSWR CROSSING
n ; SERVCE IGATION WATER WTH 1 5' METER / ` SSW
FL = ]7
SSTOP = J94.1J /
UTILITY COMPANY CONTACTS
(•+ 8" LINE W11-B •
AT&T (817)338$517 r STA 24+39.99 LINE -1m
FORT WORTH WATER DEPT. (817) 871 A296 III` INSTALL:
FIELD OPERATIONS 1 - B" PLUG
REMOVE POLYPIG p5
FORT WORTH T&PW (817)871A700 ADATMCIS ENERGY (817)215-0 6 STA: 24+10.99 LINE WL-B
ENO KMIDSTREAM (817)201-1348 INSTALL:
ONCOR ELECTRIC (817)2156214 1 - B" GATE VALVE
TXU ENERGY 1-800-233-2133
SEC TELEPHONE (817)338-6819 STA: 9+08.69 LINE WL-D
CHARTER COMM. (817) 509E272 EXT 3363 INSTALL
ALL OTHER FACILITIES 1-800-DIG-TESS 1 - 8" 11.25' BEND
r STA. 9+00.74 LINE WL-D
INS-
Y
1 - 8" GATE VALVE
STA: 8+88.16 LINE WL-D
INSTALL.
1 - 6" FH ASSEMBLY
1 - ANCHOR TEE
1 - 6" GATE VALVE
PER DETAIL 33 12 40 D120
( STA. 8+21.20 LINE
WL-D 1 /
INSTALL
I 1 - g" 11 25' BEND
Jr
2
STA 9+70.69 LINE2 WL-D STA: 22+43.59 LINE WL-B 1
INSTALL
1 - 8" PLUG
INSTALL: J
1 - g" 11,25- BEND
REMOVE POLYPIG /
_
STA: 21+96.27 LINE WL-B 1
IN
- 8"3"
1 11.25' BEND
STA: 21+49.27 LINE WL-B 1
NSTAU
1 - 8" 11.25' BEND J
.
`
•
63 STA. 21+01.95 LINE WL-B 1
INSTALL:
1 - B" 11.25' BEND J
CDC 62
_ L4N0/NG
2GX-HOA \ ' \
/ 1BLOCK A
BLOCK C
21 /
R6°
2 I LIL 2 3 , 6
3
MATCH LINE (SEE SHEET C-09) \
I I \
STA: 14+10.38 LINE WL-N 1
( STA. 35+43.3] ONE WL-E 1 INSTALL:
& LIJ
l STA: 13+6NE WL-N l \ 1 - B" PLUG
INSTALL REMOVE POLYPIG @3
1 8" TEE
1 8" CLEANING WYE (E)
REMOVE POLY PIG g1 STA' 13+85.88 LINE WL-N 1
20' SS. INSTALL: 1
STA.13+60.gg LINE 1-11 - 8" DATE VALVE
30" RCP CROSSING STA. 35+1587 LINE WL-E
WATER LOWERING #16 INSTALL
WL FL - 774.97 1 - 6" PH ASSEMBLY
RCP TOP = 773.96 1 - ANCHOR TEE
STA'13+51.97 LINE WL-N GALE VALVE
GALE VALVE
B" SS WR CROSSING
SSWR FL = GS 73 PER GETAIL 33 12 40 D12D
75
WT TOP = 775 63 I ■
STA' 34+98 87 LINE --E1 I
21" RCP CROSSING J
WATER LOWERING
RCP BOTTOM = 777.77.68
WL TOP 775.50
30' D.E
1111111111� � � STREET E- + - - -
__ rvL-cI• 0 _ &
-� • u iiV 24�- RCP •I U 246R
--- STREET -
■ / • W
CA • �
PROPOSED ,�I DRTHPOINTE PHASE 4
■ ■ (CITY PROJEFT #102565: X�6411) I w
(FOR EFERENCE ONLY
STA:13+13.38 LINE WL-N r STA: 12+11.53 LINE NL-N
21" RC15
WATERP CROSSING I ■ F{ INSTALL
BEND J I Z
WC TOP15
T= 77444LCWERING g664 I 3 N
_ { 2 _
FUN RE NORTHPOINTE I
(FOR REFERENCE ONLY) , a EXISTING LINE WL-P F
g" PVC AWWA C-900 OR-11 Q
r STA: 12+16.83 LINE WL-N CLASS 200
INSTALL. (SEE NORTHPOINTE PHASE 4
1 - 45' BEND L._ --FOR REFERENCE ONLY
STA. 11+99.33 LINE WL-N \ t ■
REMOVE PLO.
INSERT POLY PIG p3 I I I T
CONNECT TO EXIST B" WATER �\\
SEE NORTHPOINTE PHASE 4 `E%ISTING LINE WL-N
(CITY PROJECT /102565; X-26411) B" PVC AWWA C-90D DR-14 CLASS 2V '
(SEE NORTHPOINTE PHASE 4)
STA13+0507 LINE WL-B
27' RCP CROSSING
WATER LOWERING /3
RCP BOTTOM = 783 91
WL TOP = 782.06
1- IRRIGATION WATER METER
STA:13+45.33 LINE W4-B
21" RCP CROSSING
WATER LOWERING #3
RCP BOTTOM = 78596
WL TOP = 783.77
STA 13+77.71 LINE WL-B
INSTALL
1 - 8" 11,25' BEND
` 50 -
m m
�RTET�'.'O
11+3J.24LINE4YL-BVE PLUGANDCONNECT TO 8° WATER
TPOLYPIGp4ROPOSED NDRTHPOINTE PHASE 10
PROJECT �103922: X-27333)
T POLY PIG (K2)
( STA 12 11 98 LINE WL-B
INSTALL:
l 1 - 8" 11 . BEND
`lo BLO49
CK A l 1 4B � 47
INE WL-B I
� STREE64
---r-L
STA: 23+1907 LINE WL-E
REMOVE PLUG AND CONNECT TO 8" WATER
SEE PROPOSED NORTHPOINTE PHASE 1C
(CITY PROJECT #103922: X-27333)
INSTALL. BL K C
1 - 8° 11.25' BEND
INSERT POLY PIG (g1)
I2 E 4" SLEEVES
STA: 24+28.24 LINE WL-El
INSTALL:
1 - B" 11.25' BEND
CATTLE GATE
WATER GENERAL NOTES
1 FIRE HYDRANTS,VALVES, FITTINGS, ETC SHOWN AGA GRAPHICAL
TATION ONLY E E
IMPROVEMENTS BASED ON THE CURRENT CITYGURISDICTIONAL DESIGN
s EfAILS CONTRACTOR TO NOTIFY ENGINEER IF ANY
DISCREPANCIES ARE DISCOVERED PRIOR TO BEGINNING CONSTRUCTION
2 WATER AND SANITARY SERVER SEPARATION(VERTICAL AND HORRONTALI
SHALL SE MAINTAINED IN ACCORDANCE WITH TCEO REGUIREMENTS
3 O FIELD VERIFY LOCATION OF EXISTING UTILITIES PRIOR TO
CONSTRUCTION
4 W/SS STUDY NO WSS2016619
5 ALL FIRE HYDRANTS TO BE LOCATED AT PCCRS OR LOT LINES
6 ALL RUNES ARE a"PVC, A~C-500 DR-14 CLASS 200 UNLESS
OTHERWISE OTED
T A CLEANING NWYE IS REQUIRED AT EACH POLY PIG' LOCATION
8 NORTHPOINTE PHASE 12 IS LOCATED WITHIN THE CITY OF FORT WORTH'S
NORTHSIDE III PRESSURE PLANE
9 ALLOAEVALAMPS WATER METERS SHALL BE PLACED CLEAR OF
10 ADJUSTED SE NICCESDDUE TOOONFLIIEMENTE MANHOLES, INLETS, TRENCH
CONFLIGTSOit INSTALVI L WATER SERVICE FOR FUTURE PHASE
= Q
12 ALL HDRCONTAL AND VERTICAL FITTINGS MUST BE RESTRAINED WITH
ADDITONAL CONCRETE BLOCKING AND GATE VALVES MUST BE RErRANED
PER DESIGN CRITERIA 5 A 3
13 ANCHOR TEESOR ANCHOR COUPLINGS SHOULD BE USED TO SECURE ALL
BRANCH VALVES TO FITTINGS TABLE S2INCLUDES THE MINIMUM LENGTHS
OF PIPE TO BE RESTRAINED FOR &INCH AND 12-INCH PVC WATER MAINS
1 RADIUSOF CURVAIJ-DINTDEFLECTION-MINIMUM RADIUS OF CURVE
AND MAXIMU MDEFLECTION ANGLE OF PIPE OJOINTS WALL BIE RESTRICTED
O
ORIZONTAL OR VERT IC- OF MAN 'FATERAL BEND&MWILL HUlElFBE REQUIRED NO BENDING OF PIPE
IS ALLOWED DCM-561
TYPICAL LOT SERVICE DETAIL
SERVICE To BE LOCATED AT CENTER OF LOT AND
WATER SERVICE TO BE LOCATED 1' OFF LOT LINE
R 11-
- - Q
12 1 11 1.
)SED NORTHPOINTE PHASE 10 UTILITY LEGEND
PROJECT #103922. X-2733r
(FOR REFERENCE ONLY) _ _-------- ,,,,-
)ld
m
1 EXISTING
SOLATON
VA VE
I
1ousiREV1EWED
(FOR REFERENCE By
TiwiR dt 2:70 pm, Feb 71, 2025
TYPICAL UTILITY LOCATION
L✓G Zn'lc EcwBav6
NT
g
DN_
LL
LLI
Q
SHEET NUMBER
C-11 R1
a a�E�ALEEN I
STA: 14+7D.33 LINED75-
PAV STA 23+49 E (1075' LT)
REGAL BEND LANE
EXISTING 4' EPDXY-UNED MANHC
EXISTING RIM ELEVATION 76277
ADJUST RIM T0:7638]
STA: 1111141 LINE GS-A
N 7014825.83
E: 2300677.14
EXISTING 4' EPDXY -LINED MANHOL
EXISTING RIM ELEVATION. 760.47
ADJUST RIM TO 76327
STA 12+8707 LANE SS -A
STA: 1+00.00 LINE SS-B
N: 7014825.83
E. 2300549.7.
CONNECT TO EXIST EPDXY-
LINED 4' MANHOLE
ALTERNATE LOT SERVICE DETAIL
S S SERVICE TO BE LOCATED 5 FROM DOWNSTREAM LOT
LINEAND WATER SERVICE TO SE LDCATEDAT CENTER
OF LOT (SEWER MAIN STEEPER THAN 3%SLOPE)
I I I I
I I I I
STA. 16+11.40 LINE SS -A
PAV STA 22+08.91 (10.50' LT)
REGAL BEND LANE
EXISTING 4' EPDXY -LINED MAN
EXISTING RIM ELEVATON: 769.53
ADJUST RIM TO'77234
30' D E Pl_
W/ DROP
(SEE NORTHPPROJECT
PH B
CITY PROJECT aTE PH;
X-2fi768)
EXISTING 30' S.S.E.\
TYPICAL LOT SERVICE DETAIL TYPICAL UTILITY LOCATION SEWER GENERAL NOTES
S S SERVICE TO BE LOCATED AT CENTER OF LOT AND 1 WATER AND SANITARY SEWER SEPARATION (VERTICAL AND
WATER SERVICE TO BE LOCATED I OFF LOT LINE 5 39v RcxTOF ae ;; HORIZONTAL) SHALL BE MAINTAINED IN ACCDRDANCE WITH TCEQ
REQUIREMENTS
Pn T i PRIOR
OCONTRACTORTONSTRUCLO VERIFY LOCATION OF EXISTING UTILITIES
TION
3 AL LSANITARYSEWERLINESAREB"SDR-26PVCUNLESS
ORM
oRArvT OTHERWISE NOTED
r r - - T, r • - -TER 4 VASS NO WSS-2015fi19
5 ADJUSTED SERVICES DUE TO CONFLICTS II E MANHOLES. INLETS.
_I TRENCH CONFLICTS DR NONSTANDARD PLACEMENT)=*
seA2x 6 SANITARYSE RSERVICESWITHIN2'OFVERTIGLSEPARATION
AT
GS TO
R J x 5 7 ALL HOA/OPENESPAACESIITO BE BEATELY OWNED
AND OVER
ORQ SING
MAINTAINED BY THE HOA PRIVATELY AWNED AND
8 SEWER SERVICE INSTALLED FROM PREVIOUS PHASE=�
9 INSTALL SERVICE ON EXISTING LINE=
1i
J '
'4 1•" 1"' 1
3 z
1 UN SS -A UP.
UTILITY LEGEND
13® xRcrosxo�rv�H,TRv stTaPx Mnrvxol[
~ IEw FAERNxx ory
INI
® EXISHxH PA I IM>rvRoIx
—_ '"I"eroRMBEWEUNE cw DIREcnox
P06ED
DUE
STA: 1+D0.00 LINE SS-A-4
+/
/ / JO • ��HY$AF co a STA: 18 2G+ LANE SS -A
PTA,
STA 2D LANE (10.50 LT)
REGAL BEND LANE
9' Q /PROPOSED LINE ES-A-1 CONNECT TO EXIST
O MANHOLE WITH DROP
? G (SEE NORTHPOINTE PHASE 10
�rP13A CITY PROJECT FD3922, X-27333)
\ XISTING,LINE SS -A
\(SE NORTHPOINTE PHASE 6 12
c(TV ROJECT103033; X-21768 3
Ftlrt R EERENCE ONLY)
(NOEMINTE PH 6 7�- �\ L Ia P
Cltt PROJECTS -EXISTING 8' PVC_-
OilP3,X-J\6/B� \\ • \ �' J Y - — -- - - _ ', GOd2c;AGE' P$
®* R�L BEN DRI
E \ \dti 0'°s � / * ' 1a
12 e EGti+,s,�� �` p�.wo?• o
15' W E. 7> _ p4c/ ^ �� 8 9 10 11 +i6A . E"9e 2 9YA
ee.\ < Y• I 1 and `F. "i
( \ BLOCK A
STA. 18+13.11 LINE SS -A
' /?0\ S.S.E. / 0 •( IC�>B PAV STA 20+12.26 (10.50' LT)
i 1$ 5y I 5X-aaQA I STA. 1J+27.99 LINE 55-A REGAL BEND LANE
/ I PAV STA 2D+94.31 (10.50' LT) EXISTING 4' EPDXY -LINED MANHOLE
•A> J\ / / / . �.E \ 1Iy EXISTING B' PVC REGAL BEND LANE EXISTING RIM ELEVATION: 78068
(SEE NORTHPOINTE PHASE 5 EXISTING 4' EPDXY -LINED MANHOLE ADJUST RIM TO-2.52
(CITY PROJECT 1103D33; X-26758 EXISTING RIM ELEVATION 775.63
LINE SS —A DR REFERENCE OyNLL,Y�)� p q I ADJUST `RlN`TO:77920
e ° �i4-34 00 0 4' ` �tl i M:E.lHnk��5Td-aHEw-NNE' \ry I /
EJS IN 4 E OH(�/V C F E 01 LAIitF �^p'/_µ,�yC�Tj C� LL ui XI TJG�V' MART E
EEr (1 RnE D G1;�9 N`- `C
u!T n'us r R _ z.,
5 a PI �OF9t
. o `�t� 3 \ AILI ayP, Y _PI XY
PI:oFos' nIA I
- - T R
8 765 �;R \ 3. I'" /r5 / ( y 775
r
Gy
o 60 'F�t;i`-ITU 7 rp / , _ - a a.L�'-I G-� z( s R 6 8 P,,C 770
I �r y s T,,,,,,R}}p.N�
c NA ER Sl P I I V / In�„R Tiv
g r]55 795 I I I I Ij I I c L—�! 765
r
OtRlssl
I&I50 6 I i 760
I-'rD
5
45 j f h 7=5 n 2 ✓ NI o f j 755
sao I I I I I I I I�.7 cr..o 750
3 13+00 1-Do 15+00 16+00 17+00 18+00 19+00
785
780
STA: 1+07.00 LINE SS-A-41
Yi>�w4i�1� PAV STA 20+12,26
REGAL BEND LANE
CONSTRUCT 4' MANHOLE
BLOCK A
LINE SS—A-4
j)NE T [O( Ex xAIM 712t�
I �
V
I I
I I I
STA: 2+27.40 LINE SS -A- )
PAV STA 21+34,37 (7-RT
REGAL BEND LANE
CONSTRUCT 4' MANHDLE
/lllr�li
VIEWED
t I By TiweriR at 2:10 pm, Feb 11, 2025
775
I
770 3�i1 iS
765 o o.
T L_
' Off
p
X, m 0 -
E%STI G�161. yU T\
760 /
755 r"\=1 E 1810WT:I77D.6_ Lud
0 DO--- 1+00 2+00 2+50
),ONSITE KEY MAP
[)1 NTE
< PROFILE SCALE
1' = 40' HORIZONTALI
(() 1' = 4' VERTICAL
785
IIWARNINGII
iT780 R ssxo
\ EON OWHEXPTNEe AT
THEIR "
775
% ENDED I JOINT OF SSWR MAIN IN
CMOA ERWL (E..L )PPERCIN of FORT
770
—
WORTH
iSJONDARDS
EMBECEMENT srnea¢ED-NWN o EI TIEQ
T STANDARDS
765
BENCHMARKS
U VE"'a R.o�oM.xE TMnorv":.x.un a
760
�P�.nwrpw Mt °moo: s ow a
755
r
W o„_sE
— _Wrcr�H
■� n� �
Y
sa,
t
Y ..E''22, �r..
4Qr�.sf.:ccxsEH�_��
( slo
01/20/25
N o x Pr k'
o6WIT
Z Z -5Q J -5
�aWco
� J G2S
QW LL Q
O
�Wa�
(n IL
SHEET NUMBER
C-14 R1
FORT WORTH
TRANSPORTATION AND PUBLIC WORKS
PIPE REPORT FOR:
PROJECT NAME: Northpointe Ph-12
CITY PROJECT NUMBER: CPN 104288
WATER
PIPE LAID SIZE TYPE OF PIPE
PVC 8" DR-14
LF
5721 LF
FIRE HYDRANTS: 11 VALVES (16" OR LARGER)
PIPE ABANDONED SIZE TYPE OF PIPE LF
DENSITIES:
NEW SERVICES:
1" Domestic
COPPER
109 EA
1.5" irrigation
COPPER
1 EA
1" Irrigation
COPPER
2 EA
SEWER
PIPE LAID
SIZE
TYPE OF PIPE
LF
PVC
8"
SDR 26
7696 LF
PIPE ABANDONED SIZE TYPE OF PIPE LF
DENSITIES:
NEW SERVICES: 4" PVC 181 EA
TRANSPORTATION AND PUBLIC WORKS
The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311
(817) 392 - 7941 • Fax: (817) 392 - 7845
FORTWORTH.
TRANSPORTATION AND PUBLIC WORKS
August 8, 2025
Conatser Construction TX LP.
5327 Wichita St
Fort Worth, TX 76119
RE: Acceptance Letter
Project Name: Northpointe Ph-12
Project Type: 01 & 02
City Project No.: 104288
To Whom It May Concern:
On August 8, 2025 a final inspection was made on the subject project. There were no punch list items
identified at that time. The final inspection indicates that the work meets the City of Fort Worth
specifications and is therefore accepted by the City. The warranty period will start on August 8, 2025,
which is the date of the final inspection and will extend of two (2) years in accordance with the Contract
Documents.
If you have any questions concerning this letter of acceptance, please feel free to contact me at 817-
392-2237.
Sincerely,
,?aw7iwvl'
- I _. .1175 1.1--
Ram Tiwari, Project Manager
Cc: Sri Peddibhotla, Inspector
Don Watson, Inspection Supervisor
Oscar Agullion, Senior Inspector
Andrew Goodman, Program Manager
Kimley Horn, Consultant
Conatser Construction TX LP, Contractor
Lennar Construction, Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Rev. 08/20/19
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:
NORTHPOINTE PH. 12
WATER, SEWER, DRAINAGE, PAVING
& STREET LIGHT IMPROVEMENTS
CFA PRJ # 23-0131
CITY PROJECT # 104288
CITY OF FORT WORTH
STATE OF TEXAS
CONATSER CONSTRUCTION TX, LP
A��
Subscribed and sworn to before me this 11th day of August, 2025.
leCOMM.M.
KATH I E R SEA ! W d'V
NOTARY PUBLIC, STATE OF TEXAS
Ip a 1 S a 6 7 9 3 3 Notary Public in Tarrant County, Texas
11=§8=$025
CONSENT OF
SURETY COMPANY
TO FINAL PAYMENT
Conforms with the American Institute of
Architects, AIA Document G707
PROJECT:
(name, address)Northpointe, Phase 12
Fort Worth, TX
TO (Owner)
OWNER
❑
ARCHITECT
❑
CONTRACTOR
❑
SURETY
❑
OTHER
CITY OF FORT WORTH AND LENNAR HOMES OF
TEXAS LAND AND CONSTRUCTION, LTD.
200 Texas Street
Fort Worth TX 76102
CONTRACTOR: CONATSER CONSTRUCTION TX, L.P.
Bond No 0260238
ARCHITECT'S PROJECT NO: CFA No. 23-0131
CONTRACT FOR:
Water, Sanitary Sewer, Drainage, Paving, & Street Lighting
Improvements for Northpointe, Phase 1 Z
CONTRACT DATE:
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 there insert name and address of Owner)
CITY OF FORT WORTH AND LENNAR HOMES OF TEXAS LAND AND CONSTRUCTION, LTD
200 Texas Street
Fort Worth TX 76102 , 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):
8th day of August, 2025
BERKLEY INSURANCE COMPANY
Surety Company /
Signature of Authorized Representative
Robbi Morales
Title
Attorney -in -Fact
NOTE: This form is to be used as a companion document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS,
Current Edition
ONE PAGE
No. BI-72801
POWER OF ATTORNEY
BERKLEY INSURANCE COMPANY
WILMINGTON, DELAWARE
o 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
Z and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty
ct 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
VI
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,
-d 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:
o
ritten by Berkley Surety, the Chairman of the Board, Chief
RESOLVED, that, with respect to the Surety business w
oExecutive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant
Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney -in -fact named therein
o to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the
corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such
oa 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
L 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
3 further
o RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any
cl .� power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or
y�8 other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as
3 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
aceased to be such at the time when such instruments shall be issued.
o IN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its
w o corporate seal hereunto affixed this 2„d day of Mav 2024
Attest_ Berkley Insurance Company
U
(Seal) By `. �1� _ By
Philip S�telt Je M_ a
-6 Executive Vice President & Secretary Senior Vice. President
o
o STATE OF CONNECTICL:T )
ss:
COL N-TY OF FAIRFIELD )
o Sworn to before me. a Notary Public in the State of Connecticut, this 2d day of May 2024 . by Philip S_ Welt and
N o Jeffrey M Hafter who are svmm to me to be the Executive Vice President and Secretary, and the Senior Vice President,
o respectively, of Berkley Insurance Company /l
Fs
`� NOTE PU5UG
a�
00NNECT1GtIT Notary Public, State. of Connecticut
Q W00UlAIB "MnM 04-3Q-2= CERTIFICATE
U
o I, the undersigned, Assistant Secretary- of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that. the foregoing is a
true, correctand complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded
Z and that the authority of the Attorney -in -Fact set forth therein who executed the bond or undertaking to which this Power of
Attorney is attached, is in fiAl force and effect as of this date_ +k—
wGiven under my hand aid seal of the Company, this r _ day of k,,,Z-
(Seal)
Vincent P. Forte
AFFIDAVIT
STATE OF TEXAS
COUNTY OF TARRANT
Before me, the undersigned authority, a Notary Public in the state and county aforesaid,
on this day personally appeared Brock Huggins, President of Conatser Management Group, Inc.,
general partner of Conatser Construction TX, LP, known to me to be a credible person, who
being by me duly sworn, upon his oath deposed and said:
That all persons, firms, associations, corporations or other organizations furnishing
labor and/or materials have been paid in full;
That the wage scale established by the City Council in the City of Fort Worth, has
been paid in full; and
That there are no claims pending for personal injury and/or property damages;
On Contract described as:
NORTHPOINTE PH. 12
WATER, SEWER, DRAINAGE, PAVING
& STREET LIGHT IMPROVEMENTS
CFA PRJ # 23-0131
CITY PROJECT # 104288
CITY OF FORT WORTH
STATE OF TEXAS
CONATSER CONSTRUCTION TX, LP
A��
Subscribed and sworn to before me this 11th day of August, 2025.
leCOMM.M.
KATH I E R SEA ! W d'V
NOTARY PUBLIC, STATE OF TEXAS
Ip a 1 S a 6 7 9 3 3 Notary Public in Tarrant County, Texas
11=§8=$025
CONSENT OF
SURETY COMPANY
TO FINAL PAYMENT
Conforms with the American Institute of
Architects, AIA Document G707
PROJECT:
(name, address)Northpointe, Phase 12
Fort Worth, TX
TO (Owner)
OWNER
❑
ARCHITECT
❑
CONTRACTOR
❑
SURETY
❑
OTHER
CITY OF FORT WORTH AND LENNAR HOMES OF
TEXAS LAND AND CONSTRUCTION, LTD.
200 Texas Street
Fort Worth TX 76102
CONTRACTOR: CONATSER CONSTRUCTION TX, L.P.
Bond No 0260238
ARCHITECT'S PROJECT NO: CFA No. 23-0131
CONTRACT FOR:
Water, Sanitary Sewer, Drainage, Paving, & Street Lighting
Improvements for Northpointe, Phase 1 Z
CONTRACT DATE:
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 there insert name and address of Owner)
CITY OF FORT WORTH AND LENNAR HOMES OF TEXAS LAND AND CONSTRUCTION, LTD
200 Texas Street
Fort Worth TX 76102 , 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):
8th day of August, 2025
BERKLEY INSURANCE COMPANY
Surety Company /
Signature of Authorized Representative
Robbi Morales
Title
Attorney -in -Fact
NOTE: This form is to be used as a companion document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS,
Current Edition
ONE PAGE
No. BI-72801
POWER OF ATTORNEY
BERKLEY INSURANCE COMPANY
WILMINGTON, DELAWARE
o 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
Z and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty
ct 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
VI
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,
-d 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:
o
ritten by Berkley Surety, the Chairman of the Board, Chief
RESOLVED, that, with respect to the Surety business w
oExecutive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant
Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney -in -fact named therein
o to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the
corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such
oa 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
L 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
3 further
o RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any
cl .� power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or
y�8 other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as
3 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
aceased to be such at the time when such instruments shall be issued.
o IN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its
w o corporate seal hereunto affixed this 2„d day of Mav 2024
Attest_ Berkley Insurance Company
U
(Seal) By `. �1� _ By
Philip S�telt Je M_ a
-6 Executive Vice President & Secretary Senior Vice. President
o
o STATE OF CONNECTICL:T )
ss:
COL N-TY OF FAIRFIELD )
o Sworn to before me. a Notary Public in the State of Connecticut, this 2d day of May 2024 . by Philip S_ Welt and
N o Jeffrey M Hafter who are svmm to me to be the Executive Vice President and Secretary, and the Senior Vice President,
o respectively, of Berkley Insurance Company /l
Fs
`� NOTE PU5UG
a�
00NNECT1GtIT Notary Public, State. of Connecticut
Q W00UlAIB "MnM 04-3Q-2= CERTIFICATE
U
o I, the undersigned, Assistant Secretary- of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that. the foregoing is a
true, correctand complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded
Z and that the authority of the Attorney -in -Fact set forth therein who executed the bond or undertaking to which this Power of
Attorney is attached, is in fiAl force and effect as of this date_ +k—
wGiven under my hand aid seal of the Company, this r _ day of k,,,Z-
(Seal)
Vincent P. Forte