Loading...
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