HomeMy WebLinkAbout061628-FP2 - Construction-Related - Contract - Conatser ConstructionFORT WORTH®
-FP2
City Secretary 61628 Contract No. _____ _
Date Received ll/l 2/2025
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): Water�
Origin al Contract Price:
Sewer�
Amount of App roved Change Order(s):
Revis ed Contract Amount:
Total Cost of Work Complete:
�� 11/10/2025
Contractor Date
Manager
Title
Conatser Constructions
Company Name II#-= Sri Peddibhotla (Nov 10, 2025 08:47:05 CST) 11/10/2025
Project Inspector Date
'R.Mw T/,wc,,ri,, 11/12/2025
Ram Tiwari (Nov 12, 2025 09:24:37 CST)
Project Manager Date
11/12/2025
CFA Manager Date
� 11/12/2025
TPW Director Date
� 11/14/2025
Asst. City Manager Date
$1,841,214.00
$9,608.00
$1,850,822.00
$1,850,822.00
Page 1 of 2
Notice of Project Completion
Project Name: Northpointe PH-13
City Project No.: 104407
City's Attachments
Final Pay Estimate �
Change Order(s): � Yes □NIA
Pipe Report:� Yes □N/A
Contractor's Attachments
Affidavit of Bills Paid ■
Consent of Surety ■
Statement of Contract Time
Contract Time: 210 WD
Work Start Date: 8/6/2024
Completed number of Soil Lab Test: 1090
Completed number of Water Test: 32
Days Charged: 270 WD
Work Complete Date: 10/17/2025
Page 2 of 2
fORTWORTH
... ,,,,,-, ,.
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name
Contract Limits
Project Type
NORTHPOINTE, PHASE 13
WATER&SEWER
City Project Numbers
DOE Number 4407
104407
Estimate Number Payment Number For Period Ending 10/17/2025
WD
City Secretary Contract Number
Contract Date
Project Manager NA
Contractor CONATSER CONSTRUCTION TxLP
5327 WICHITA ST
Inspectors
Monday, October 27, 2025
FORT WORTH, 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
WATER & SEWER
UNIT I: WATER 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 ---------------------------------------
8" WATER PIPE 7451 LF $62.00 $461,962.00 7451 $461,962.00
2 FIRE HYDRANT ASSEMBLY w/ 6" GATE 16 EA $6,500.00 $104,000.00 16 $104,000.00
VALVE&BOX
3 4"-12" WATER ABANDONMENT PLUG 1 EA $1,500.00 $1,500.00 $1,500.00
4 DUCTILE IRON WATER FITTINGS w/ 2.95 TN $9,500.00 $28,025.00 2.95 $28,025.00
RESTRAINT
5 8" GATE VALVE 22 EA $2,500.00 $55,000.00 22 $55,000.00
6 1" WATER SERVICE 159 EA $1,400.00 $222,600.00 159 $222,600.00
7 TRENCH SAFETY 7451 LF $2.00 $14,902.00 7451 $14,902.00
8 CONNECTION TO EXISTING 4"-12" WATER 6 EA $2,500.00 $15,000.00 6 $15,000.00
9 1" IRRIGATION SERVICES (CO#l) 2 LF $3.00 $6.00 2 $6.00
10 1.5" IRRIGATION SERVICES (CO#l) 1 LF $2.00 $2.00 $2.00
11 4" PVC SLEEVES (CO#l) 300 LF $32.00 $9,600.00 300 $9,600.00
Sub-Total of Previous Unit $912,597.00 $912,597.00
UNIT II: SANITARY SEWER IMPROVEMENTS
Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed
No. Quanity Total Quanity Total ---------------------------------------
8" SEWER PIPE (SDR 26 PVC) 6010 LF $78.00 $468,780.00 6010 $468,780.00
2 8" SEWER PIPE, CLSM Backfill 240 LF $98.00 $23,520.00 240 $23,520.00
3 8" SEWER PIPE, CSS Backfill 80 LF $108.00 $8,640.00 80 $8,640.00
4 EPOXY MANHOLE LINER 181 VF $485.00 $87,785.00 181 $87,785.00
5 4'MANHOLE 28 EA $4,500.00 $126,000.00 28 $126,000.00
6 4' DROP MANHOLE EA $5,500.00 $5,500.00 $5,500.00
7 CONCRETE COLLAR EA $500.00 $500.00 $500.00
8 EXIRA DEPTH MANHOLE 52 VF $225.00 $11,700.00 52 $11,700.00
9 MANHOLE VACUUM TESTING 29 EA $200.00 $5,800.00 29 $5,800.00
10 REMOVE PLUG AND CONNECT TO EXISTING EA $1,500.00 $1,500.00 $1,500.00 8" SEWER LINE
11 CONNECT TO EXISTING MH 3 EA $2,500.00 $7,500.00 3 $7,500.00
12 CONNECT TO EXISTING MH WI HYDRAULIC 1 EA $8,500.00 $8,500.00 $8,500.00
SLIDE
Monday, October 27, 2025 Page2 of5
City Project Numbers 104407
Contract Name NORTHPOINTE, PHASE 13
Contract Limits
Project Type
Project Funding
WATER & SEWER
13 CONNECT TO EXISTING MH W/EXTERNAL
DROP
14 4" SEWER SERVICE
15 TRENCH SAFETY
16 POST-CCTV INSPECTION
DOE Number 4407
Estimate Number
Payment Number
For Period Ending 10/17/2025
1 EA $10,500.00 $10,500.00 $10,500.00
167 $141,950.00
6010 $12,020.00
6010 $18,030.00
167 EA
6010 LF
6010 LF
$850.00 $141,950.00
$2.00 $12,020.00
$3.00 $18,030.00
Sub-Total of Previous Unit $938,225.00 $938,225.00
Monday, October 27, 2025 Page 3 of5
City Project Numbers 104407
Contract Name NORTHPOINTE, PHASE 13
Contract Limits
Project Type
Project Funding
WATER & SEWER
DOE Number 4407
Estimate Number
Payment Number
For Period Ending 10/17/2025
Contract Information Summary
Original Contract Amount $1,841,214.00
Change Orders
Change Order Number $9,608.00
Monday, October 27, 2025
Total Contract Price $1,850,822.00
Total Cost of Work Completed
Less
Earned This Period
Retainage This Period
% Retained
Net Earned
$1,850,822.00
$0.00
Less Liquidated Damages
Days@ /Day
LessPavement Deficiency
Less Penalty
Less Previous Payment
Plus Material on Hand Less 15%
Balance Due This Payment
$1,850,822.00
$0.00
$1,850,822.00
$0.00
$0.00
$0.00
$0.00
$0.00
$1,850,822.00
Page4 of5
City Project Numbers 104407
Contract Name
Contract Limits
Project Type
Project Funding
NORTHPOINTE, PHASE 13
WATER & SEWER
Project Manager NA
Inspectors D. WATSON/ GUTIERREZ
Contractor CONATSER CONSTRUCTION TxLP
5327 WICHITA ST
FORT WORTH, 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
$1,850,822.00
$0.00
Less Liquidated Damages
0 Days@ $0.00 /Day
LessPavement Deficiency
Less Penalty
Less Previous Payment
Plus Material on Hand Less 15%
Balance Due This Payment
Net
$1,850,822.00
$0.00
$1,850,822.00
$0.00
$0.00
$0.00
$0.00
$0.00
$1,850,822.00
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
Yoo are directed to make the foflowing changes in U)e; contract doa.lments·
PAY ITEM•
9•
10·
11·
1
2
3 •
5
6
7
REASONS FOR CHAHGE ORDER
Revised: 10-12-2011
By:
Name:
CITVBlOITEM •aUANlTTY UNIT ITEM DESCRJPTION UMTPRICE TOTAL
UNIT I: WATER 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" lrrin.ation Service I$ 2.001 $ 2.00 I 9999.DOOB I 300 LF I 4" PVC Sleeses I$ 32.00 $ 9,600.00
SUIITOTAL WATER IMPROVEMENTS I $ 9,S0B.00
UNIT V: STREET LIGHTING IMPROVEMENTS
3441.3341 19 EA R,._, Dli.m TY 11 Pale s 3.000.00 • S7,0OO.00
3441.3301 19 EA RmAN ■um Foundation TY 1.2. and 4 s 1,200.00 $ 22.800,00
3441.1� 14711 LF No G lnauloted E1ec Condr, Alum. IS XHHW $ 4.00 s 5,916.00
3441.1632 19 EA I natal TYDO 33B Arm s 500.00 s 9,500.00
9999.001 20 EA ATB0-20SLEDE7o-MVOL T-R2-3K-MP-NL-P7 Luminaire $ 750.00 s 15 000.00
999900,1 .1 F Tvee R"-lu,..,.,.,,.11-a s 950 00 I f9SO oo,
2605.3018 1479 LF Z" CONOT PVC SCH BO n-.n Cut s 15.00 $ 22,185.00
SUBTOTAL SEWER IMPROVEMENTS $ 131,4$1.00
TOTAL CHANGE ORDER S 141,00,00
NO CITY RJN!)S INVOLVED IN lltlS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100% OF THE CHANGE ORDER COST
AND NO REIMBURSEMENT FROM THE CITYWILL BE SOUGHT BY THE DEVELOPER.
RECOMMENDED:
Klmh\'-H0m t"r �«r-!!!l'.E! Ed<obenler
APPROVED:
c-� By: •
Name: AIJamBuma
..
Tlt!e:P!!!i!!!;!_.,. Tlllo: Manager
REVIEWED
By TiwariR at 8:28 am, Apr 08, 2025
Page2
l I I I
i I I
TYPICAL UTILITY LO CATI O N
l� __ W_A_JE_R _G_EN_E_RAI. __ N O_JE_S __ � f '· �;;i��g.:;iEJ�F:�L1 ��E��N
R.��E:..e:��=MaESARE I 2. =�O::�L=-�:es�.:"eo"':��=TCEQ • 1 ;:R��i��FYLOCA1'0 N OF�ffli8UlUTIES 1 .. ����IW'fTASS8181.YINCLUOESALLFITTt<la$,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
I
FORT WORTH
TRANSPORTATION AND PUBLIC WORKS
PIPE REPORT FOR:
PROJECT NAME: _N_o _rth_p._o_in_te_P_h_-_13 ______________________ _CITY PROJECT NUMBER: CPN 104407 ----------------------------
PIPE LAID
PVC
FIRE HYDRANTS: 16
SIZE
8"
WATER
TYPE OF PIPE
DR-14
VALVES (16" OR LARGER)
LF
7451 LF
--------------------PIPE ABANDONED SIZE TYPE OF PIPE LF
DENSITIES:
NEW SERVICES: l" Domestic COPPER 159EA
1 .5'' irri�ation COPPER 1 EA
1 " Irrigation COPPER 2EA
SEWER
PIPE LAID SIZE TYPE OF PIPE LF
PVC 8" SDR2 6 6010 LF
PIPE ABANDONED SIZE TYPE OF PIPE LF
DENSITIES: ----------------------------------NEW SERVICES: 4" PVC TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 1000 Throckmorton Street• Fort Worth, TX 76012-6311 (817)392 -7941 • Fax: (817) 392 -7845 167EA
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: 01 & 02
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,
RMn,, Ti.+vAf-i,,
Ram Tiwari (Nov 12, 2025 09:24:37 CST)
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