Loading...
HomeMy WebLinkAbout061628-FP1 - Construction-Related - Contract - Conatser ConstructionFORT WORTH® -FPl City Secretary 61628 Contract No. ______ _ Date Received ll/l4/2025 11/19/2025 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 PH-13 City Project No.: 104407 Improvement Type(s): � Paving � Drainage � Street Lights □Traffic Signal Original Contract Price: $2,647,765.00 Amount of Approved Change Order(s): $131,451.00 Revised Contract Amount: $2,779,216.00 Total Cost of Work Complete: $2,779,216.00 �Ai!=-11/10/2025 Contractor Date Manager Title Conatser Constructions Company Name 6#:-: Sri Peddibhotla (Nov 10, 2025 08:50:29 CST) 11/10/2025 Project Inspector Date 'Ran1Tiwqt{ 11/13/2025 Ram Tiwari (Nov 13, 202516:21:37 CST) Project Manager Date � 11/14/2025 CFA Manager Date ;e........z...., 11/14/2025 Lauren Prieur {Nov 14, 2025 09:28:06 CST) TPW Director Date � 11/14/2025 Asst. City Manager Date Page 1 of 2 1090 fORTWORTH ... ,,,,,-, ,. CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name Contract Limits Project Type NORTHPOINTE, PHASE 13 DRAINAGE City Project Numbers DOE Number 4407 104407 Estimate Number Payment Number For Period Ending 10/17/2025 WO City Secretary Contract Number Contract Date Project Manager NA Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST Inspectors Monday, October 27, 2025 FORTWORTH, TX 76119 D. WATSON/ GUTIERREZ Contract Time 21WD Days Charged to Date 270 Contract is 100.00 Complete Pagel of5 City Project Numbers 104407 Contract Name Contract Limits Project Type Project Funding NORTHPOINTE, PHASE 13 DRAINAGE UNIT III: DRAINAGE IMPROVEMENTS Item No. Description of Items EStimated Unit Unit Cost Quanity DOE Number 4407 Estimate Number Payment Number For Period Ending 10/17/2025 Estimated Completed Completed Total Quanity Total --------------------------------------- 1 O' CURB INLET 19 EA $3,800.00 2 15' CURB INLET 3 EA $4,800.00 3 20' CURB INLET 3 EA $5,800.00 4 10' NON-STD CURB INLET EA $5,800.00 5 4' STORM JUNCTION BOX 22 EA $6,000.00 6 5' STORM JUNCTION BOX 2 EA $7,000.00 7 21" RCP, CLASS ill 678 LF $75.00 8 24" RCP, CLASS ill 3135 LF $85.00 9 30" RCP, CLASS ill 377 LF $110.00 6 42" RCP, CLASS ill 151 LF $205.00 7 24" SET EA $3,500.00 8 30" SET EA $4,000.00 9 42" SET EA $6,000.00 10 12" LARGE STONE RIPRAP DRY 136 SY $145.00 11 TXDOT CH-PW-0 1 EA $7,500.00 12 TRENCH SAFETY 4341 LF $2.00 Sub-Total of Previous Unit UNIT IV: PAVING IMPROVEMENTS Item No. Description of Items EStimated Unit Unit Cost Quanity $72,200.00 19 $72,200.00 $14,400.00 3 $14,400.00 $17,400.00 3 $17,400.00 $5,800.00 $5,800.00 $132,000.00 22 $132,000.00 $14,000.00 2 $14,000.00 $50,850.00 678 $50,850.00 $266,475.00 3135 $266,475.00 $41,470.00 377 $41,470.00 $30,955.00 151 $30,955.00 $3,500.00 $3,500.00 $4,000.00 $4,000.00 $6,000.00 $6,000.00 $19,720.00 136 $19,720.00 $7,500.00 $7,500.00 $8,682.00 4341 $8,682.00 $694,952.00 $694,952.00 Estimated Completed Completed Total Quanity Total --------------------------------------- 6"CONC PVMT 24781 SY $58.00 ,,437,298.00 24781 1,437,298.00 2 6" LIME TREATMENT 26291 SY $4.00 $105,164.00 26291 $105,164.00 3 HYDRATED LIME @ 30# / SY 394.4 TN $245.00 $96,628.00 394.4 $96,628.00 4 5' CONC SIDEWALK 2877 LF $24.00 $69,048.00 2877 $69,048.00 5 CONTRUCT CONCRETE HEADER 29 LF $40.00 $1,160.00 29 $1,160.00 6 INSTALL TYPE ill END-OF-ROAD BARRICADE 29 LF $30.00 $870.00 29 $870.00 7 REMOVE BARRICADE & CONNECT TO 3 EA $500.00 $1,500.00 3 $1,500.00 EXISTING STREET 8 BARRIER FREE RAMP, TYPE P-1 18 EA $2,200.00 $39,600.00 18 $39,600.00 9 FURNISH/INSTALL ALUM SIGN GROUND 21 EA $650.00 $13,650.00 21 $13,650.00 MOUNT CITY STD. Monday, October 27, 2025 Page2 of5 City Project Numbers 104407 Contract Name Contract Limits Project Type Project Funding NORTHPOINTE, PHASE 13 PAVING 10 INSTALL STREET NAME BLADES 11 INSTALL STOP SIGN 13 EA 8 EA Sub-Total of Previous Unit UNIT V: S1REET UGHTING IMPROVEMENTS Item Description of Items Estimated UnitNo. Quanity DOE Number 4407 Estimate Number Payment Number For Period Ending 10/17/2025 $350.00 $4,550.00 $450.00 $3,600.00 $1,773,068.00 Unit Cost Estimated Total 13 $4,550.00 8 $3,600.00 $1,773,068.00 Completed Completed Quanity Total --------------------------------------- RDWY ILLUM TY 11 POLE (CO#l) 47 EA $3,000.00 $141,000.00 47 $141,000.00 2 RDWY ILLUM FOUNDATION TY 1,2, AND 4 47 EA $1,200.00 $56,400.00 47 $56,400.00 (CO#l) 3 NO 6 INSULATED ELEC CONDR, ALUM #6 2834 LF $4.00 $11,336.00 2834 $11,336.00 XHHW (CO#l) 4 INSTALL TYPE 33B (CO#l) 47 EA $500.00 $23,500.00 47 $23,500.00 5 ATBO -20BLEDE70-MVOLT -R2-3K-MP-NL-P7 41 EA $750.00 $30,750.00 41 $30,750.00 LUMINAIRE (CO#l) 6 TYPE R4 LUMINAIRE (CO#l) 6 EA $950.00 $5,700.00 6 $5,700.00 7 2" CONDT PVC SCH 80, OPEN CUT (CO#l) 2834 LF $15.00 $42,510.00 2834 $42,510.00 -------------------------------------- Sub-Total of Previous Unit $311,196.00 $311,196.00 Monday, October 27, 2025 Page 3 of5 City Project Numbers 104407 Contract Name NORTHPOINTE, PHASE 13 Contract Limits Project Type Project Funding STREET LIGHTING DOE Number 4407 Estimate Number Payment Number For Period Ending 10/17/2025 Contract Information Summary Original Contract Amount $2,647,765.00 Change Orders Change Order Number $131,451.00 Monday, October 27, 2025 Total Contract Price $2,779,216.00 Total Cost of Work Completed Less Earned This Period Retainage This Period % Retained Net Earned $2,779,216.00 $0.00 Less Liquidated Damages Days@ /Day LessPavement Deficiency Less Penalty Less Previous Payment Plus Material on Hand Less 15% Balance Due This Payment $2,779,216.00 $0.00 $2,779,216.00 $0.00 $0.00 $0.00 $0.00 $0.00 $2,779,216.00 Page4 of5 City Project Numbers 104407 Contract Name Contract Limits Project Type Project Funding NORTHPOINTE, PHASE 13 STREET LIGHTING Project Manager NA Inspectors D. WATSON/ GUTIERREZ Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORTWORTH, TX 76119 DOE Number 4407 Estimate Number Payment Number For Period Ending 10/17/2025 City Secretary Contract Number Contract Date Contract Time 210 WD Days Charged to Date 270 WD Contract is .000000 Complete CITY OF FORT WORTH SUMMARY OF CHARGES Line Fund Account Center Monday, October 27, 2025 Amount Funded Gross Retainage Total Cost of Work Completed Less % Retained Net Earned Earned This Period Retainage This Period $2,779,216.00 $0.00 Less Liquidated Damages O Days@ $0.00 /Day LessPavement Deficiency Less Penalty Less Previous Payment Plus Material on Hand Less 15% Balance Due This Payment Net $2,779,216.00 $0.00 $2,779,216.00 $0.00 $0.00 $0.00 $0.00 $0.00 $2,779,216.00 Page 5 of5 PROJECT NAME: CONTRACT: CFA# CITY PROJECT# CITY SECRETARY CONTRACT# FID# X# FILE# INSPECTOR: PROJECT MANAGER: ORIGINAL CONTRACT EXTRAS TO DATla CREDITS TO DATla CONTRACT TO DATla AMOUNT OF PROP. CHANGE ORDER REVISED CONTRACT AMOUNT TOTAL REVISED CONTRACT AMOUNT PER UNIT REVISED COST SHARE TOTAL REVISED CONTRACT Revised: 10-12-2011 DEVELOPER-AWARDED-PROJECT CHANGE ORDER Northpointe Phase 13 CHANGE Water, Sewer, Paving/Street Signs, Storm Drain and Street Lights ORDER No: 24-0046 I CITY PARTICIPATION:! NO 104407 61628 1 FID# 30114-0200431-104407-E07685 X-27867 W-2945 Victor Gutierrez RamTiwari Phone No: Phone No: 817-392-8306 817-392-2237 CONTRACT UNIT WATlaR SEWER PAVING DRAINAGE Developer Cost CilYCost Developer Cost CilYCost Developer Cost CilYCost Developer Cost CttvCost $902,989.00 $938,225.00 $1,773,068.00 $694,952.00 $902,989.00 $0.00 $938,225.00 $0.00 $1,773,068.00 $0.00 $694,952.00 $0.00 $ 9,608.00 $912,597.00 $0.00 $938,225.00 $0.00 $1,773,068.00 $0.00 $694,952.00 $0.00 $912,597.00 $938,225.00 $1,773,068.00 $694,952.00 STREET LIGHTS Deve1oper Cost CttvCost $179,745.00 $179,745.00 $0.00 $ 131,451.00 $311,196.00 $0.00 $311,196.00 Dev. Cost: $4,630,038.00 City Cost: $0.00 $4,630,038.00 REVIEWED CONlRACT DAYS 210 210 0 210 By TiwariR at 8:28 am, Apr 08, 2025 Page 1 You are directed to make the following changes in the contract documents· CITY BID ITEM PAY ITEM# # QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL UNIT I: WATER IMPROVEMENTS 9• 3312.2003 I 2 I LF I 1" Irrigation Service I$ 3.001 $ 6.00 10· 3312.2103 I 1 I LF I 1.5" Irrigation Service I$ 2.001 $ 2.00 11· 9999.0008 I 300 I LF I 4" PVC Sleeves I$ 32.001 $ 9,600.00 SUBTOTAL WATER IMPROVEMENTS! $ 9,608.00 UNIT V: SlREET LIGHTING IMPROVEMENTS 1 3441.3341 19 EA Rdwv Ilium TY 11 Pole $ 3,000.00 $ 57,000.00 2 3441.3301 19 EA Rdwv Ilium Foundation TY 1 2, and 4 $ 1,200.00 $ 22,800.00 3 3441.1408 1479 LF No 6 Insulated Elec Condr, Alum. #6 XHHW $ 4.00 $ 5,916.00 4 3441.1632 19 EA Install Tvoe 338 Arm $ 500.00 $ 9,500.00 5 9999.001 20 EA ATB0-2OBLEDE70-MVOL T-R2-3K-MP-NL-P7 Luminaire $ 750.00 $ 15,000.00 6 9999.0011 -1 LF Tvoe R4 Luminaire $ 950.00 $ (950.00l 7 2605.3018 1479 LF 2" CONDT PVC SCH 80, Ooen Cut $ 15.00 $ 22,185.00 SUBTOTAL SEWER IMPROVEMENTS s 131,451.00 TOTAL CHANGE ORDER $ 141,059.00 REASONS FOR CHANGE ORDER Add water services for inigation meters and reconcile street light quantities based on approved plans. REVIEWED By TiwariR at 8:28 am, Apr 08, 2025 Revised: 10-12-2011 Page 2 You are directed to make the tonowing changes in U)e; contract doa.lments· PAYITEMt g• 10· 11· 1 2 3 4 5 8 7 REASONS FOR CHAHGE ORDER Revised: 10-12-2011 By: Name: CITVBlOITEM •aUANlTTY UNIT ITEM DESCRIPTION UMTPRICE TOTAL UNIT I: WAT£R IMPROVEMENTS I 3312.2003 I 2 LF I 1" lrrication Service I$ 3.001 $ 6.00 I 3312.2103 I 1 LF I 1.5" lrriaation Service I$ 2.001 $ 2.00 I 9999.0008 I 300 LF I 4" P\IC Sleeses I$ 32.00 $ 9.600.00 SUIITDTAL WATER IMPROIIEIIENTSI $ 9,608.00 UNIT V: STREET LIGHTING IMPROVEMENTS 3441.33-41 19 EA R,.._, Dlum TY 11 Pole s 3.000.00 • S7,000.00 3441.3301 19 EA R-llum Foundation TY 1.2. and 4 s 1200.00 $ 22.800.00 3441.1«)8 14711 LF No 6 lnoulol9d Elec Condr, Alum.116 XHHW $ 4.00 s 5.916.00 3441.1632 19 EA lnstal TYDO 33B Arm s 500.00 s 9,500.00 9999.001 20 EA ATB0-20BLEDE7o-MVOLT-R2-3K-M141L-P7 Luminaire $ 750.00 s 15 000.00 9999 00,1 ., r Tvre R• Lu,-,.,,,.;..• s 950 00 I ,gsoo1;1, 2605.3018 1479 LF 'Z" CONOT PVC SCH 80 .mr.n Cut $ 15.00 $ 22,1115.00 SUBTOTAL SEWER IMPROVEMENTS $ 131,4$1.00 TOTAL CHANGE ORDER $ 141,00.00 NO CITY FUNllS INVOI.VED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100% OF THE CHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CITYWILL BE SOUGHT BY THE DEVELOPER. RECOMMENDED: Klmloy-Hom t"r �'r" !!!l'.E! Ed<obenler APPROVED: c-� By: • Name: AIJamBuma .. Tlt!e:P!!!i!!!;!-..-Tlllo: Manager REVIEWED By TiwariR at 8:28 am, Apr 08, 2025 Page2 l I I I i I I TYPICAL UTILITY LO CATI O N l� __ W_A_JE_R _G_EN_E_RAI. __ N O_JE_S __ � f '· �;;i��g.:;iEJ�F:�L1 ��E��N R.��E:..e:��=MaESARE I 2. =�O::�L=-�:es�.:"eo"':��=TCEQ • 1 ;:R��i��FYLOCA1'0 N OF�ffli8UlUTIES 1 .. ����IW'fTASS8181.YINCLUOESALLFITTt<la$,TEES'-NO i ;. 3='.::::�:::::o��==�:: I 11. =�ll'lli��1i1lP=��INTHECfTYOf'FORT I t. �•;\:�e=�!�:TERMems1J-1ALLBE PLACEOC1.EAA 1 10. ADJJSTEDSER'ACESIJJETO CONFUCTS(I..E.M,ONHOLES,INlETS. TftEl'IQ1CONFUCTSORN(lfl.5f-Y!OflROPI.ACEt,IEtfT)•* 11. -TERSER ... CEJISfALLEDF ROMPRMD.ISPHASE•/J,. I 12. ����C:,)i'��=::..NTc:���:i� I .IQNTSYIILLBERESTRICTEDTO-OF MOHUFACruRER'S , �sre:�t��:..ic;��=:���,oFl I •1 ��=��:U:!�ifI*�R !TfESQll;NIQ1011;C(IUPI.NGS SHOOLDBEUSEOTOSECURE.-.U f J =sv:��o��������=�M 11.,:�:::,� s -••-• 12+14.81UNE'IIL-A -••-•• ...... STA:12+10.37UNE 1J.40UNE'M.-D l'ISTM.l.: s·BENo BL()O(C 15' 0 1 - 8" 45'9ENO -lS' �•���-D---- ♦ & WATER METER TABLE � a. a: w f- � C-10 R1 l II I i I I I l II I i I I I I I I L WATER GENERAL NOTES 5"f���;:::fJ�!RENT � =E��/R�!��=���=AACIESAAE 2.Vill\TERNIO SNIITARYSfv.ERSEPl,R,,,TIONl\'ERflCAL-YIO =�e:.��LLBE� .... EOIN�D,YICEWTHTCEQ 1 CONTMCTOR TO FlElO \IEIIIFY LOCATION OF E)(IST»IQ UTIUTIES PRIORTOCONSTRIJCllCl'I, 4.���ASSEMBI.YtlCLUOESALLFtrffiOS.TEES.t.ND 6, ALLFIREHYORAHTSTOBE LOCATED ATPCCRSOR LOTl#IES, II. .-.UW,.TERIJIESAll£tr!JNLESSOTI-1ER ..... SENOTED. 7. AC�QWYEISREQU�EOATEl,Ql"POLYPIQ'LOCATION. &. NORTill'OfiTEPHASE131SLOCATEDW!HtlTI!E CffYOFFORT W:>lmi'SNOftTHSIOEhlPRESSOIIEPI.NIE. Q, AU.a.\TEVALVE&NIO-TERIIIETERSSHAU.BEPI.ACEIICI.EAR OFIIARIIEA-FREE-S. 1Q.AOJJSTEO SERW:ESOUE TOCONFUCTS(l.E.MN'ttfOLES,tllETS. TRENa!CONFUC'TS ORNON-STNIOARDPIACENENT)•* 11. WO.TER SERYICEINSTALLEDFRONPRMO'JSF'HA!IE•/1 12. U,1AActJS OF().l�Al\JREIJCtrfOEFlEC11<lfl-....... UM =:��������==��PE 5;a:���RR=r������SOR 1a ����:��Ev�::=::=ED S:f�����t��f=� =:::=8TOBE RESTMtl EOFOR t-lNC>INl01:!-1'101 TYPICAL LOT SERVICE OETI-JL S.S.SER�CET08E LOCATEO..,_T�OFLOT-YIO WO.TERSERYICETOBE LOCATEDl'OFFLOTi.,IE, TYPICAL UTILITY LOCATION UTILITY COMPANY CONTACTS FORT"M:IRTHWATERDEPT. FIELD OPERATIONS FORTIM:>RTHT&PW ATMOS ENERGY ENLINKMIOSTREMI ���EE��RIC SBCTB.EPHONE CHA RTER COMM. ALLOTHERFACIUTIES & (817)338-8517 (817)871-8298 (817)871-8100 (817)215-4366 (817)201-134!1 ��=� (817)338-81118 (817)SOM272EXT.331!3 1.eoo.ao-ress WATER METER TABLE 1"RESDEN11ALWATER SERVICE'Mll-11"METER Pl'IEVIOUSLYINSTAU.ED 1" ����ATER SERVICE 1"IRRICATIONWATER SER'-ICE "Nll-11" METER 1.!i"IRRIG,1,TIONWATER SERVICE'Mll-11.!i"NEIOl KEY MAP • • UTILITY LEGEND -••IY-'1.QW.-<ECTIDN _.,. __ u,,, � a. a: w f- � C-11 R1 ____ .. __________ . ___ .. _______ _ F��g���;s!;s; 3 fl�iil!P�llil�o �'--1 � �•i��•�M 8 ,80 <���·�· � p� ��·m � rn � � � � td�t�ddd �� ·;···�··.---, � if�!.I::& & ----..,, ... , ....--,,', �9 -',, ·�',, !:: g· ' ... ' r, ', ... , ... I { Ji � � "' � ', ',. NORTH POINTE PHASE13 CITY OF FORT !JI.ORTH TARRANTCOUNTY, TEXAS WATER PLAN ------·-j I ---- � �-, �1:--N-- j .a---· /,._.': ·-,' -t· - I' w j.;:: p "' p,,."' p ,. s,> I imu; if Ut� ! n i; H i i �Ip m iiHH ! ·�•!1•l p!i�,�' §o i, z� o I j §i !�! ,i�O,j ;E • {1!1 1, ,1!,� a.�,. �i � •, •• •d ia�•i,; c: 0 0 , '! •-i••; •� i• h • • �� e-i,,,i. !ll :1di 1 !�m 1 ;� 1 1 i; I ! ! �i ii mm � i,,,,� fja!j j li � �! > ! ! a h i'•1�i rn �!!,m �!!h I:� •�I� ! ! i !! i!hii � ·� ,, 1•IB" ! 1· I., i ' � • R, l•'''! z H;i! f�!ii i ; e ; • ! • � ii \�h§ � •h•i o�i!j i �• � ij ! j � i l� �-�!a, [:l iil,h mHI>;� � ! 1 : ! . ii 1-1 1 1 2(,!' "i ' � � l � 0 � � ; � �§�;�;m ti � i 1 �� �; ��� ;L ii1 I I I I • f I�� � ·;� �: i ; .... • II I • • .. ·1 · C §" ·i • ,h• l ii1 I I I I E � ffl �-. "' � " i !!lll!llllllm oJgl ln ll!iill1HP'/!!!!lj!'!ip 0 111 1111! C2023KIII..EY-N«lASSOaAl!:S,IHC. 1�N00..�0.00.SUITt700,0AU..AS,T')C752<0 PHONE.:in-110-1:,00 rAX:972-239-3!!20 Wlfll.l<lllll£Y-l-fCIAN.COII 11:)(AS REGISTERED EMG<NEERIHG fl�II F-923 !' q1 "'" 11 � i 11 ,�i I' ffl l ·tm.1 • I " ;J� :0 J 1•, j; l-t :·mi�.--"1 c-m;L_:U� J i g l o =:17 it ! �'!! � � i, � PROl'OSED N(JHl-lPOINIE PHASE 12 OTT PROJECT f10421!6; X-277e!I (ra; R( 1 fEREHa: 1 ON�T) 1·-------I• ""OPQot:OPECEOT"-!QTHS>SJ ¥ =-------·­ • l'ROl'<.,IEOPECEIT"-........ l'RE"«JI-IOT><ERI) -l'ft,)1'0"'0....COOIOfTwnt--- TYPE11 AT80P101MVOLTfU 310,IP/l.PP,0 NOTE � a. � (!) ::J tu w a:: tii C-67 l I I I i I I I l I I I i I I I I I I i I I I I I I I • f I ii l' I I \ \ \ \ ' !1�I iihII TE STOR .. DRAtli.l'IE!IARE$-10W'IFOR REFERENCEQtlLY.llffERTOtML DRA ..... GS FOR EXACT LOCA1'0NS. 2. ALLCCl:'IDUITSHALLBE7sa1EOULE&t!PVC. :l. ALLCOl'IDUITSHALLBE SC>IEOULEeD!ll,IRIEO/IT/ITOPOEPTHOF:W. 4 CAU.11-7'12JPRIOR TONIYSTREETUClHTCO'ISTRUCT10N tlCLUDf,IClCQl'IOUITS. 11. DEVELOPER RESPONSIBLE FORtlST...u.ATIONDFSTREETUClHTSSHOWI ONTIIS PLAN.STREETIJQHTSMJSTBEOPERAnONALPRIORTO PROJECT ACCEPTNICE. 11. :m!EET IJOHT CffiSTR\!Clfa'I SHALL BE DONE BY /I CfTY Of FORT WORTH PR&QU.l,UfEOSTREETIJOHTeotfTAACTOR. 7. COl'ICRETE FOU'IO.,,.TICNFOflSTREETIJGHTISfft\JCTI.IRESSt!,+.l.Ll'E2<" FRDNFACE OFCURSTOF.\CE OFl'IER. 4 STREETOOHTFCIOl'IOl,TlON$St!."LLBE INSTALLEO9fRot,1 ....... TERUNES. 11, ALL STREETUGHT CCNIJJITSHALLBEJISTALLEDBETWEENTHEIIACKOF CURBNIO ROW:ALJ.CONDlff SHALLMMITMI �t,ll.NOF1' SEP.....V.1'<lflfll.OMPftOPOSEOSTOIIMOMtlMi'RO\/El,IENTS. 111,ALLOPeNSPACEAiOALOTSSHALLBEPRJ\IATELYCIW'IEDNIO _ _...ED BY THE HOA/DEVELOPER. 11. ALLIJQHl'IGSVSTEMM,._TERIALSM.JSTBE.-.-OVEOBYCFW�G DEPMTMENTICFWI..IQHTJ'IGAPPROVEDPRODJCTSL.IST), 12.STREETUOHTFQOl'IO,,,TlONSS>!,1\LLBEINSTALLE09�MFROM/ILl W,,TER'-SSETS. 1:1. ALLIJGHffiGSYSTEMNATERIALS MJSTBEN'PROVEDBYCFWUOHfflG I• , ..ALL'I\IQICllCAet.eSMUSTBECOPPER. LEGEND 1•=�==-I• ""Ol'OE)>'£llEIT"-1-I l �=-�"=---·­ • .. OPOE)PfilEST"-W™,.,.......,........,l<,,.. ..... , _ .. orw;<;<>NCL(T""1H- !!WARNING!! REVIEWED By TTwllr/R et 8:29 em, Apr 08, 2025 POLEQU',NTITY ETYPE PER•U.1,11,-WREOLWffi OT>.lLU.11,-WREQu.o.NTITY TYPEl1 "180Pt01WVOI.TR. Sl.l,IMAAYOFTOT"'-CO!'O.ITA.1-Clc,.sL.ES ., ., •-ii 1' " � a. � (!) ::J tu w a:: tii C-68 f ORT WORTH® TRANSPORTATION AND PUBLIC WORKS October 24, 2025 Conatser Construction TX LP. 5327 Wichita St Fort Worth, TX 76119 RE: Acceptance Letter Project Name: Northpointe Ph-13 Project Type: 03, 04, 06 City Project No.: 104407 To Whom It May Concern: On October 24, 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 October 24, 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, 'R.an11Twari RamTiwari{Novl3,202516:21:37CST) 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 OFT ARRANT 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. 13 WATER, SANITARY SEWER, DRAINAGE, PAVING & STREET LIGHT IMPROVEMENTS CF A PRJ # 24-0046 CITY PROJECT # 104407 CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP Brock Hug�� Subscribed and sworn to before me this 6 th day of November, 2025. KATHERINE ROSENOTARY PUBLIC, STATE OF TEXAS ID# 133467933 OMM. EXP. 11-30-202 5 Notary Public in Tarrant County, Texas • □ CONSENT OF OWNER SURETY COMPANY ARCHITECT □ CONTRACTOR TO FINAL PAYMENT SURETY □ Conforms with the American Institute of OTHER Architects, AIA Document G707 Bond No 0260245 PROJECT: (name, address)Northpointe, Phase 13 Fort Worth, TX TO (Owner) kiTY OF FORT WORTH AND LENNAR HOMES OF 7 TEXAS LAND AND CONSTRUCTION, LTD. ARCHITECT'S PROJECT NO: CFA No. 24-0046 CONTRACT FOR: 1707 Market Place Blvd., Suite _100 TX 75063 CONTRACTOR: CONATSER CONSTRUCTION TX, L.P. Water. Sewer. Paving, Drainage, & Street Light Improvements for Northpointe, Phase f3 _J CONTRACT DA TE: In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (hare insert name and address of Surety Company) BERKLEY INSURANCE COMPANY 475 Steamboat Road Greenwich CT 06830 on bond of (here insert name and address of Contractor) CONATSER CONSTRUCTION TX, L.P. 5327 Wichita St. Fort Worth TX 76119-6035 , SURETY COMPANY , CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety Company of any of its obligations to (here insert name and address of Owner) CITY OF FORT WORTH AND LENNAR HOMES OF TEXAS LAND AND CONSTRUCTION, LTD. 1707 Market Place Blvd., Suite 100 Irving TX 75063 as set forth in the said Surety Company's bond. IN WI1NESS, WHEREOF, the Surety Company has hereunto set its hand this Attest: ;\ - •• r-;) I, ....I(Seal): �.1//f� 5th day of November, 2025 BERKLEY INSURANCE COMPANY Surety Company �k:.ft'.l�J Signature of Authorized Representative Robbi Morales Title , OWNER, Attorney-in-Fact NOTE: This form is to be used as a companion document to AIA OOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edlt;.;;.!on:.;__ ______________________________________ _ ONE PAGE POWER OF ATTORNEY BERKLEY INSURANCE COMP ANY WILMINGTON, DELAWARE No. BI-72801 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 it s true and lawful Attorney-in-Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation shall exceed Fifty Million and 00/100 U.S. Dollars (U.S.$50,000,000.00), to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25, 2010: RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein to execute bonds, unde1takings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such attorney-in-fact and revoke any power of attorney previously granted; and further RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner and to the extent therein stated; and further RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and further RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this� day of May 2024 (Seal) Atte.st: By Gl.�l 1)a >bt-Philip S. elt :�� Executive Vice President & Secretary STATE OF CONNECTIC1.:T) ) .ss:CO1.i"1'\TI7 OF FAIRFIELD ) Senior Vice. President Sworn to before me, a Notary Public in the State of Connecticut, this zD<i day of May . 2024 , by Philip S. Welt and Jeffrey M. Hafter who are sworn to me to be the Executive. Vice President and Secretary, and the Senior Vice President, respectively, ofBeddey Insurance Company. MARI-' C, RUNOBAKEN NOTARI' PUBUG OONNECTIOLJT MrCOMMISSION EXPIRES 04-ao-2021 CERimCATE Notary Public, State of Connecticut I, the undersigned, .-'\ssistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescin dcd 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 full force and effect as of this date. --I±: G1ven under my hand and se.al of the o,mpany, this� day of __,N�o ......... v'-'e .... m�. _ ... �,,:,;c#'e=_.c...,...:'.,>,.,.,,1"-'.: __ , 2o:i.s. (Seal) _ _.-·;.c·,);,1.:-;/;;:�?J::\ ..Vincent P. Forte AFFIDAVIT STATE OF TEXAS COUNTY OFT ARRANT 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. 13 WATER, SANITARY SEWER, DRAINAGE, PAVING & STREET LIGHT IMPROVEMENTS CF A PRJ # 24-0046 CITY PROJECT # 104407 CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP Brock Hug�� Subscribed and sworn to before me this 6 th day of November, 2025. KATHERINE ROSENOTARY PUBLIC, STATE OF TEXAS ID# 133467933 OMM. EXP. 11-30-202 5 Notary Public in Tarrant County, Texas • □ CONSENT OF OWNER SURETY COMPANY ARCHITECT □ CONTRACTOR TO FINAL PAYMENT SURETY □ Conforms with the American Institute of OTHER Architects, AIA Document G707 Bond No 0260245 PROJECT: (name, address)Northpointe, Phase 13 Fort Worth, TX TO (Owner) kiTY OF FORT WORTH AND LENNAR HOMES OF 7 TEXAS LAND AND CONSTRUCTION, LTD. ARCHITECT'S PROJECT NO: CFA No. 24-0046 CONTRACT FOR: 1707 Market Place Blvd., Suite _100 TX 75063 CONTRACTOR: CONATSER CONSTRUCTION TX, L.P. Water. Sewer. Paving, Drainage, & Street Light Improvements for Northpointe, Phase f3 _J CONTRACT DA TE: In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (hare insert name and address of Surety Company) BERKLEY INSURANCE COMPANY 475 Steamboat Road Greenwich CT 06830 on bond of (here insert name and address of Contractor) CONATSER CONSTRUCTION TX, L.P. 5327 Wichita St. Fort Worth TX 76119-6035 , SURETY COMPANY , CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety Company of any of its obligations to (here insert name and address of Owner) CITY OF FORT WORTH AND LENNAR HOMES OF TEXAS LAND AND CONSTRUCTION, LTD. 1707 Market Place Blvd., Suite 100 Irving TX 75063 as set forth in the said Surety Company's bond. IN WI1NESS, WHEREOF, the Surety Company has hereunto set its hand this Attest: ;\ - •• r-;) I, ....I(Seal): �.1//f� 5th day of November, 2025 BERKLEY INSURANCE COMPANY Surety Company �k:.ft'.l�J Signature of Authorized Representative Robbi Morales Title , OWNER, Attorney-in-Fact NOTE: This form is to be used as a companion document to AIA OOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edlt;.;;.!on:.;__ ______________________________________ _ ONE PAGE POWER OF ATTORNEY BERKLEY INSURANCE COMP ANY WILMINGTON, DELAWARE No. BI-72801 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 it s true and lawful Attorney-in-Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation shall exceed Fifty Million and 00/100 U.S. Dollars (U.S.$50,000,000.00), to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25, 2010: RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein to execute bonds, unde1takings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such attorney-in-fact and revoke any power of attorney previously granted; and further RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner and to the extent therein stated; and further RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and further RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this� day of May 2024 (Seal) Atte.st: By Gl.�l 1)a >bt-Philip S. elt :�� Executive Vice President & Secretary STATE OF CONNECTIC1.:T) ) .ss:CO1.i"1'\TI7 OF FAIRFIELD ) Senior Vice. President Sworn to before me, a Notary Public in the State of Connecticut, this zD<i day of May . 2024 , by Philip S. Welt and Jeffrey M. Hafter who are sworn to me to be the Executive. Vice President and Secretary, and the Senior Vice President, respectively, ofBeddey Insurance Company. MARI-' C, RUNOBAKEN NOTARI' PUBUG OONNECTIOLJT MrCOMMISSION EXPIRES 04-ao-2021 CERimCATE Notary Public, State of Connecticut I, the undersigned, .-'\ssistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescin dcd 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 full force and effect as of this date. --I±: G1ven under my hand and se.al of the o,mpany, this� day of __,N�o ......... v'-'e .... m�. _ ... �,,:,;c#'e=_.c...,...:'.,>,.,.,,1"-'.: __ , 2o:i.s. (Seal) _ _.-·;.c·,);,1.:-;/;;:�?J::\ ..Vincent P. Forte