Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
061917-FP1 - Construction-Related - Contract - Conatser Construction TxLP
FORT WORTH. -FP1 City Secretary Contract No. 61917 Date Received 12/8/2025 12/11/2025 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: Madero Phase 10 City Project No.: 104901 Improvement Type(s): ❑x Paving ❑x Drainage ❑ Street Lights ❑ Traffic Signals Original Contract Price: $4,731,938.75 Amount of Approved Change Order(s): -$15,305.00 Revised Contract Amount: $4,716,633.75 Total Cost of Work Complete: $4,716,633.75 Arturo Sancen (Dec 8, 202514:23:57 CST) Contractor Suaerintendent Title CONATSER CONSTRUCTION TxLP Company Name .� Russell Rowers IDec S. 202514:25:43 CST Project Inspector #10- Project Manager CFA Manager Lauren Pn-r (Dec 8, 202516:09:52 CST) TPW Director 12/08/2025 Date 12/08/2025 Date 12/08/2025 Date 12/08/2025 Date 12/08/2025 Date OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 1 of 2 Notice of Project Completion Project Name: Madero Phase 10 City Project No.: 104901 City's Attachments Final Pay Estimate ❑x Change Order(s): © Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 280 WD Days Charged: 262 WD Work Start Date: 9/30/2024 Work Complete Date: 11/11/2025 Completed number of Soil Lab Test: 430 Completed number of Water Test: 30 Page 2 of 2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name MADERO, PHASE 10 Contract Limits Project Type DRAINAGE & PAVING City Project Numbers 104901 DOE Number 4901 Estimate Number 1 Payment Number 1 For Period Ending 11/11/2025 WD City Secretary Contract Number Contract Time 28UD Contract Date Days Charged to Date 262 Project Manager NA Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors G.DEYON / R.ROGERS Friday, December 5, 2025 Pagel of 8 City Project Numbers 104901 DOE Number 4901 Contract Name MADERO, PHASE 10 Estimate Number I Contract Limits Payment Number I Project Type DRAINAGE & PAVING For Period Ending 11/11/2025 Project Funding UNIT M. DRAINAGE IMPROVEMENTS (RESIDENTIAL) Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 TRENCH SAFETY 8983 LF $2.00 $17,966.00 8983 $17,966.00 2 CONCRETE COLLAR 6 EA $1,000.00 $6,000.00 6 $6,000.00 3 21" RCP, CLASS III 620 LF $75.00 $46,500.00 620 $46,500.00 4 24" RCP, CLASS III 1202 LF $85.00 $102,170.00 1202 $102,170.00 5 27" RCP, CLASS III (CO#2) 521 LF $105.00 $54,705.00 521 $54,705.00 6 30" RCP, CLASS III 261 LF $115.00 $30,015.00 261 $30,015.00 7 33" RCP, CLASS III 774 LF $120.00 $92,880.00 774 $92,880.00 8 36" RCP, CLASS III (CO#2) 565 LF $130.00 $73,450.00 565 $73,450.00 9 42" RCP, CLASS III 1421 LF $160.00 $227,360.00 1421 $227,360.00 10 48" RCP, CLASS III 134 LF $195.00 $26,130.00 134 $26,130.00 11 54" RCP, CLASS III 1350 LF $245.00 $330,750.00 1350 $330,750.00 12 4X3 BOX CULVERT 456 LF $305.00 $139,080.00 456 $139,080.00 13 4X4 BOX CULVERT 1679 LF $325.00 $545,675.00 1679 $545,675.00 14 4' STORM JUNCTION BOX 9 EA $5,500.00 $49,500.00 9 $49,500.00 15 Y STORM JUNCTION BOX 4 EA $6,500.00 $26,000.00 4 $26,000.00 16 6' STORM JUNCTION BOX 5 EA $7,500.00 $37,500.00 5 $37,500.00 17 10' CURB INLET 24 EA $4,000.00 $96,000.00 24 $96,000.00 18 15' CURB INLET 2 EA $5,000.00 $10,000.00 2 $10,000.00 19 4' DROP INLET 4 EA $6,000.00 $24,000.00 4 $24,000.00 20 5' DROP INLET 1 EA $7,000.00 $7,000.00 1 $7,000.00 21 6' DROP INLET 1 EA $8,000.00 $8,000.00 1 $8,000.00 22 18" LARGE STONE TYPE "A" DRY RIP RAP 208 SY $145.00 $30,160.00 208 $30,160.00 23 24" LARGE STONE TYPE "A" DRY RIP RAP 133 SY $165.00 $21,945.00 133 $21,945.00 24 6" NON -REINFORCED CONCRETE 730 SY $135.00 $98,550.00 730 $98,550.00 25 1 FX5' JUNCTION BOX 2 EA $18,500.00 $37,000.00 2 $37,000.00 26 4 X4' SLOPED END HEADWALL 1 EA $6,500.00 $6,500.00 1 $6,500.00 27 DUAL-4'X3' SLOPED END HEADWALL 1 EA $8,500.00 $8,500.00 1 $8,500.00 28 DUAL-4'X4' SLOPED END HEADWALL I EA $9,500.00 $9,500.00 1 $9,500.00 29 2 1 " SLOPED END HEADWALL 1 EA $3,000.00 $3,000.00 1 $3,000.00 30 24" SLOPED END HEADWALL 2 EA $3,500.00 $7,000.00 2 $7,000.00 31 33" SLOPED END HEADWALL 1 EA $4,000.00 $4,000.00 1 $4,000.00 Friday, December 5, 2025 Page 2 of 8 City Project Numbers 104901 Contract Name MADERO, PHASE 10 Contract Limits Project Type DRAINAGE & PAVING Project Funding DOE Number 4901 Estimate Number 1 Payment Number 1 For Period Ending 11/11/2025 32 36" SLOPED END HEADWALL 1 EA $4,500.00 $4,500.00 1 $4,500.00 33 INLET PROTECTION 32 EA $200.00 $6,400.00 32 $6,400.00 Sub -Total of Previous Unit $2,187,736.00 $2,187,736.00 UNIT IV: PAVING IMPROVEMENTS (RESIDENTIAL) Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 HYDRATED LIME (32 LBS/SY) 508 TN $275.00 $139,700.00 508 $139,700.00 2 HYDRATED LIME (42 LBS/SY) 16.15 TN $275.00 $4,441.25 16.15 $4,441.25 3 6" LIME TREATMENT 31727 SY $4.00 $126,908.00 31727 $126,908.00 4 8" LIME TREATMENT 769 SY $5.00 $3,845.00 769 $3,845.00 5 6" CONC PVMT 29781 SY $52.00 1,548,612.00 29781 11,548,612.00 6 7.5" CONC PVMT 729 SY $68.00 $49,572.00 729 $49,572.00 7 4" CONC SIDEWALK 2541 SF $4.25 $10,799.25 2541 $10,799.25 8 BARRIER FREE RAMP, TYPE R-1 28 EA $2,400.00 $67,200.00 28 $67,200.00 9 BARRIER FREE RAMP, TYPE P-1 8 EA $2,200.00 $17,600.00 8 $17,600.00 10 TOPSOIL 47 CY $28.00 $1,316.00 47 $1,316.00 11 BLOCK SOD PLACEMENT 283 SY $8.00 $2,264.00 283 $2,264.00 12 REMOVE BARRICADE & CONNECT TO 4 EA $1,000.00 $4,000.00 4 $4,000.00 EXISTING PAVEMENT 13 CONSTRUCT TYPE III BARRICADE 8 EA $800.00 $6,400.00 8 $6,400.00 14 CONSTRUCT STD. PVMT. HEADER 240 LF $25.00 $6,000.00 240 $6,000.00 15 STOP SIGNS (RI-1) 16 EA $850.00 $13,600.00 16 $13,600.00 16 FURNISH/INSTALL ALUM SIGN GROUND 17 EA $550.00 $9,350.00 17 $9,350.00 MOUNT CITY STD. Sub -Total of Previous Unit $2,011,607.50 $2,011,607.50 UNrr III: DRAINAGE IMPROVEMENTS (N SANDERA R Item Description of Items Estimated Unit No. Quanity ---------------------- 1 TRENCH SAFETY 9 LF 2 21" RCP, CLASS III 9 LF 3 CONNECTION TO EXISTING 21" RCP I EA 4 10' RECESSED INLET 1 EA 5 INLET PROTECTION I EA Unit Cost Estimated Completed Completed Total Quanity Total ---------------- $2.00 $18.00 9 $18.00 $75.00 $675.00 9 $675.00 $2,500.00 $2,500.00 1 $2,500.00 $5,000.00 $5,000.00 1 $5,000.00 $200.00 $200.00 1 $200.00 Friday, December 5, 2025 Page 3 of 8 City Project Numbers 104901 Contract Name MADERO, PHASE 10 Contract Limits Project Type DRAINAGE & PAVING Project Funding DOE Number 4901 Estimate Number 1 Payment Number 1 For Period Ending 11/11/2025 Sub -Total of Previous Unit $8,393.00 $8,393.00 UNIT IV: PAVING IMPROVEMENTS (N SANDERA RAN Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 HYDRATED LIME (42 LBS/SY) (CO#2) 41.46 TN $275.00 $11,401.50 41.46 $11,401.50 2 8" LIME TREATMENT (CO#2) 1975 SY $5.00 $9,875.00 1975 $9,875.00 3 10" CONC PVMT (CO#2) 1787 SY $94.00 $167,978.00 1787 $167,978.00 4 4" CONC SIDEWALK 4280 SF $4.25 $18,190.00 4280 $18,190.00 5 BARRIER FREE RAMP, TYPE P-1 2 EA $2,200.00 $4,400.00 2 $4,400.00 6 TOPSOIL (CO#2) 208 CY $28.00 $5,824.00 208 $5,824.00 7 BLOCK SOD PLACEMENT(CO#2) 1246 SY $8.00 $9,968.00 1246 $9,968.00 8 CONSTRUCT TYPE III BARRICADE 2 EA $800.00 $1,600.00 2 $1,600.00 9 CONSTRUCT STD. PVMT. HEADER (CO#2) 62 LF $25.00 $1,550.00 62 $1,550.00 10 SAW -CUT CUB(CO#2) 343 LF $20.00 $6,860.00 343 $6,860.00 11 LANE LEGEND ARROWS 5 EA $500.00 $2,500.00 5 $2,500.00 12 REMOVE REFL PAV MRK TY I(Y)(6")(DBL)(SLD) 485 LF $5.00 $2,425.00 485 $2,425.00 13 REMOVE TYPEII-A-A 4" RPM 12 EA $2.00 $24.00 12 $24.00 14 6" YELLOW SKIP LANE LINE WITH TYPE II-CR 58 LF $5.00 $290.00 58 $290.00 4" RPM 15 TYPE II-CR 4" RPM (CO#2) 15 EA $4.00 $60.00 15 $60.00 16 REFL PAV MRK TY I(W)(6")(SNG)(SLD)(CO#2) 590 LF $5.00 $2,950.00 590 $2,950.00 17 REFL PAV MRK TY I(W)(6")(SNG)(BRK)(CO#2) 150 LF $5.00 $750.00 150 $750.00 18 REFL PAV MRK TYI(W)(18")(SNG)(SLD)(CO#2) 162 LF $15.00 $2,430.00 162 $2,430.00 19 REFL PAV MRK TY I(W)(24"(SNG)(SLD) STOP 33 LF $20.00 $660.00 33 $660.00 BAR 20 ALL WAY STOP SIGN (R1-1) 2 EA $850.00 $1,700.00 2 $1,700.00 21 ALL WAY PLAQUE (R1-3P) 2 EA $850.00 $1,700.00 2 $1,700.00 22 FURNISH/INSTALL ALUM SIGN GROUND 2 EA $550.00 $1,100.00 2 $1,100.00 -------------------------------------- MOUNT CITY STD. Sub-Total of Previous Unit $254,235.50 $254,235.50 UNIT II- DRAINAGE IMPROVEMENTS (S SANDERA R Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 TRENCH SAFETY 94 LF $2.00 $188.00 94 $188.00 Friday, December 5, 2025 Page 4 of 8 City Project Numbers 104901 DOE Number 4901 Contract Name MADERO, PHASE 10 Estimate Number I Contract Limits Payment Number I Project Type DRAINAGE & PAVING For Period Ending 11/11/2025 Project Funding 2 21" RCP, CLASS III 94 LF $75.00 $7,050.00 94 $7,050.00 3 10' RECESSED INLET 2 EA $5,000.00 $10,000.00 2 $10,000.00 4 CONNECTION TO EXISTING 21" RCP 2 EA $2,500.00 $5,000.00 2 $5,000.00 5 4' DROP INLET I EA $6,000.00 $6,000.00 1 $6,000.00 6 INLET PROTECTION 3 EA $200.00 $600.00 3 $600.00 7 REMOVE 21" STORM LINE (CO#2) 9 LF $30.00 $270.00 9 $270.00 8 REMOVE 4' DROP INLET (CO#2) I EA $1,000.00 $1,000.00 1 $1,000.00 9 REMOVE RIP RAP (CO#2) -------------------------------------- 14 SY $50.00 $700.00 14 $700.00 Sub-Total of Previous Unit $30,808.00 $30,808.00 UNIT IV: PAVING IMPROVEMENTS (S SANDERA RAN Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 HYDRATED LIME (42 LBS/SY) (CO#2) 34.95 TN $275.00 $9,611.25 34.95 $9,611.25 2 8" LIME TREATMENT(CO#2) 1664 SY $5.00 $8,320.00 1664 $8,320.00 3 10" CONC PVMT(CO#2) 1545 SY $94.00 $145,230.00 1545 $145,230.00 4 4" CONC SIDEWALK 5106 SF $4.25 $21,700.50 5106 $21,700.50 5 TOPSOIL(CO#2) 251 CY $28.00 $7,028.00 251 $7,028.00 6 BLOCK SOD PLACEMENT(CO#2) 1505 SY $8.00 $12,040.00 1505 $12,040.00 7 REMOVE BARRICADE & CONNECT TO 1 EA $1,000.00 $1,000.00 1 $1,000.00 EXISTING PAVEMENT 8 REMOVE & RELOCATE ALL WAY STOP SIGN 2 EA $500.00 $1,000.00 2 $1,000.00 (Rl-1) 9 REMOVE & RELOCATE MEDIAN (R4-7) I EA $500.00 $500.00 1 $500.00 10 REMOVE & RELOCATE DO NOT ENTER SIGN 2 EA $500.00 $1,000.00 2 $1,000.00 (SR5-1) 11 REMOVE & RELOCATE NO OUTLET SIGN (W14- 1 EA $500.00 $500.00 1 $500.00 2) 12 REMOVE & RELOCATE ALL WAY PLAQUE (Rl- 2 EA $500.00 $1,000.00 2 $1,000.00 3P) (NOT 13 LANE LEGEND ARROWS 3 EA $500.00 $1,500.00 3 $1,500.00 14 REMOVE LANE LEGEND ARROWS 2 EA $250.00 $500.00 2 $500.00 15 REMOVE REFL PAV MRK TY I(Y)(6")(DBL)(SLD) 530 LF $5.00 $2,650.00 530 $2,650.00 16 REMOVE REEL PAV MRK TY 434 LF $5.00 $2,170.00 434 $2,170.00 I(W)(6")(SNG)(SLD)(CO#2) 17 REMOVE REFL PAV MRK 131 LF $15.00 $1,965.00 131 $1,965.00 TYI(W)(18")(SNG)(SLD)(CO#2) Friday, December 5, 2025 Page 5 of 8 City Project Numbers 104901 DOE Number 4901 Contract Name MADERO, PHASE 10 Estimate Number I Contract Limits Payment Number I Project Type DRAINAGE & PAVING For Period Ending 11/11/2025 Project Funding 18 REMOVE TYPEII-A-A 4" RPM 13 EA $2.00 $26.00 13 $26.00 19 REMOVE 6" YELLOW SKIP LANE LINE WITH 91 LF $5.00 $455.00 91 $455.00 TYPE II-CR 4" 20 REMOVE REFL PAV MRK TY 33 LF $18.00 $594.00 33 $594.00 I(W)(24")(SNG)(SLD) STOP 21 TYPE II-CR 4" RPM(CO#2) 46 EA $4.00 $184.00 46 $184.00 22 REFL PAV MRK TY I(W)(6")(SNG)(SLD) (CO#2) 0 LF $5.00 $0.00 0 $0.00 23 REFL PAV MRK TY I(W)(6")(SNG)(BRK) 330 LF $5.00 $1,650.00 330 $1,650.00 24 REFL PAV MRK TYI(W)(18")(SNG)(SLD)(CO#2) 0 LF $15.00 $0.00 0 $0.00 25 LEFT TURN ONLY SIGN (R3-5L) INCLUDING 1 EA $850.00 $850.00 1 $850.00 POLE 26 STREET SIGN POLE 1 EA $300.00 $300.00 1 $300.00 27 REFL PAV MRK TY I(W)(8")(SNG)(SLD)(CO#2) 300 LF $6.00 $1,800.00 300 $1,800.00 28 REMOVAL OF 10" CONC PVMT(CO#2) 7 SY $40.00 $280.00 7 $280.00 Sub -Total of Previous Unit $223,853.75 $223,853.75 Friday, December 5, 2025 Page 6 of 8 City Project Numbers 104901 Contract Name MADERO, PHASE 10 Contract Limits Project Type DRAINAGE & PAVING Project Funding Contract Information Summary Original Contract Amount Change Orders Change Order Number 2 Change Order Number 2 Change Order Number 2 Change Order Number 2 DOE Number 4901 Estimate Number 1 Payment Number 1 For Period Ending 11/11/2025 $4,731,938.75 $1,075.00 $1,970.00 ($7,313.00) ($11,037.00) Total Contract Price $4,716,633.75 Total Cost of Work Completed $4,716,633.75 Less % Retained $0.00 Net Earned $4,716,633.75 Earned This Period $4,716,633.75 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 $4,716,633.75 Friday, December 5, 2025 Page 7 of 8 City Project Numbers 104901 Contract Name MADERO, PHASE 10 Contract Limits Project Type DRAINAGE & PAVING Project Funding Project Manager NA Inspectors G.DEYON / R.ROGERS Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 DOE Number 4901 Estimate Number 1 Payment Number 1 For Period Ending 11/11/2025 City Secretary Contract Number Contract Date Contract Time 280 WD Days Charged to Date 262 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 $4,716,633.75 Less % Retained $0.00 Net Earned $4,716,633.75 Earned This Period $4,716,633.75 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 $4,716,633.75 Friday, December 5, 2025 Page 8 of 8 0 � $ E E / f � LLI \ ■ L) )\ _ � f z c \ \ \ z 2 2 2 \ 2 < ( % % \ \ LD \ j $ ( a 2m e \ Lu �\ \ \LU o E / } 4 3 \ \ \ \ } } \ \ \ \ }_ \ / } / k ) § R U ol e= x m kk §§ 0\ kƒ IE > §7 � } 0 � k q ° a m m k k ` 06 0 ! a _ m � } } } \ \2 kA § /i \ \ k \ / ¥ - ) } § \ ) m | § | m /. § A LU 8 0 < k § k 1- »- ca § k } k (A � § Lu §0- Lu (Ao ® k qR § o m - \ 2 [ \ 7 §.2 § § § § § ) o §o - .b .3 7 W C%4 0 C%4 2 U O E a C%4 LLI Lu CO) � � \ � � C N � C � E E LL u Z o— a -j Ti Q Z cZ w u 0 W c � N Zb) Z w uj u uj c O K o LL o Y N w r � Fi z yZ 'C N ca C f0 F } j w w O w Z x U OC O LL 0 W w 0 z 0 z c `m To � U m - LLI a E c � - � m W E m E E Z N O ,Nw W ci Q Q N O �O 2 W a WAVA a W CC m w Z Q W UU N H Z z p Z CW G w a a S F z z O w d U a oco a c U z o W W O F V � O Z j a F- Q i w U Q J N 4 a 3w W o o M z� 4 N M 7 N W X W U Z H W H U Q 0 w a w a E wJ w O O z n. U U U X LL tp N M N M cli m ao °z z 0 0 as w C� z Q U w O w a. } O r Uq 0o0 N O O coo N o m N H Z Q ci N �j g � pPp �j Q$Q pP gi I � 7 I n 8 8 8 8 LU w 8 a O U N N N N G O �± 4 N 0 o S Fi c o a w O 8 8 C S z N O C3 IOp O O Epp N N a Gf ri N o N o N twyi N M f��e�y N N N H N n a U S 8$ o RQ Sp ;y g Z _T 4 O o M a N p P Ll D 6 � �• m V : cy Up U o o M N W H N N y� i r w o °p o U o e d o q a n A O b . N ' N N W b N N ON b N I rj o O O G d pp K1 s a, U m $ $ 8 3 N a u rW m of N o o N e o N e ai N o o N e ai N N 0 U > > z K w 0 O Ix E a � O 0 z z 0 c+ 2F C a 0 O Q 0 ~ z Z 1- N U U H S U Q U O V a C y w r ap O w O a Lu O ��GiSull Z O a z N ur K J O Or U O OU C 2 h z W Q ~ w z o > o O W U U¢ w ~ 0 0 0 0 0 0 0 0 0 0 0 0 0 o g 0 0 o a 0 0 o 0 Ld Ld V O O IN C eT 0 0 o m J n M N N c0 N O N n n lb O lf1 M m q N � A O w wwwwwwww�+w W U O O 0 0 O O 0 0 O O 0 0 O O 0 0 O O 0 0 O W 0 w O W N O N N 7 LA Ld EL N V r z � 7 w w w w w w w w w w w N z_ C Q f Z O eFi M H nmmcc -j o z z � � m � zzzo ga aci E_�IL nio��u d U to m Esc N ov-dgy a a or y ❑ D E V~ m F - z L w d :0 O u O 2 W Lnaa�� Y Y rL Y - i °p v m m = U aaa� J J LL LL J z LL W w W w N I y z z w Lu IL IL z a a 2 H Z}}}} ~ U fn U LL V J LL a J llllJJ LL LL J J LL z J O F}- Z D CS W ONN 0010 N f0 M M nao Cl) M m M ❑ O O O O O O O o O O O in_ 9 M w N 6"i m- 6 m rn O; Oi m m Oi m mrNimaNiMmmmmmm U } Q a a W O Z W y m z z W 2 W 0 LL a 00 0 0 0 0 0 0 0 0 0 o 0 o 0 0 0 0 0 o 0 0 0 0 0 0 0 ON m M tD n n O O O N N 4 n 0 O ui 0 0 O O o W n 0 J F 7 N lb o R M n n M o N p O H w w w w w w w w w w w w w W U O O 0 0 O O 0 0 O O 0 0 O O 0 0 00 0 0 O O 0 0 LV d N N� N W N� V lfl l(i O O V U H z � w w w w w w w w w w w w a N K Z LLI N Q z F W m J_j m Ln ooa zz �m co z z Z E as c zTq ��CL ILL a 0o c - m E ��0 mdo c N ocu U W N d J m u m of d o�KUF-FF� _} }_ } o m S ❑ N V Ln `p U Z Jp u> >a W. a,LL maD- Ea4 S LL W J W ¢ Q LL a Q a LL W LL LJL LJL W O 0 CID w w 0 z a a z F Z Z}}}} LL LL Q LL LL LL } j F(0W UN J_j JJJ V H z e0 toM Lb n ro�Oo? 0 N LD N�nu%o,�n O O U W H O N O O IO O O O O O O rn O N M n m M M v 10 w N ❑#ov000000a000 m 7 N N M N NMmmmmmmm N m N m Q1 m m D7 m m m m m U M M M M M m m m m m o m 4t W I_' N M N f0 f2 N � n cj } N N N N N EL 0 N o. .Q 0 w c w E rn w O eo z N p N ¢ CL r 7 N � U K W � O In K w m O � z m = `m V w `m x <n r N O Q o •a o � LL' C 0 c w C J N m m Z W o C O r4 w w a E No e drw a a Wui r N u U 4 0 U N 9 W m J 41 U I te`" ;s�� a zw Eon v�>� 3 aow 5 ' 2 O N W O N z 1 m dO CD LL w m m =mza w w a Ir O w a z a x V K O LL N z O U a W LL' U m m E v E Z m E C9 m z tm m 2 Eg r O u vi L 41 C L. L ro L Q• v -u � V � •L V) -0 C - v N N L •r L r O 41 s � +) E a ,) N .R R N — W a �, c c c $ m c — .� W N N 'c x m Z N O N O C Q 00 N v.. W a W CO) CC m FORTWORTH. TRANSPORTATION AND PUBLIC WORKS November 11, 2025 Conatser Construction 5327 witchita st Fort Worth Texas 76119 RE: Acceptance Letter Project Name: Madero 10 Project Type: Water,sewer,paving, storm drain, street lighting City Project No.: 104901 To Whom It May Concern: On November 11, 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 November 11, 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- 392-8424. Sincerely, olpl� Sandip Adhikari, Project Manager Andrew Goodman, Program Manager Cc: Russell Rogers, Inspector Gary Deyon , Inspection Supervisor Lorrie Pitts, Senior Inspector Andrew Goodman, Program Manager UA Engineering, Consultant Conatser Construction, Contractor CBTM Senderra LLC, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 08/20/19 FIDAVIT STATE OF TEXAS GOUN'ry OF TARRANT Before roe, the undersigned authority, a Notary Public in the state and caun(y aforesaid, on this day pens ashy appeared Bock Huggins, President ofConatser Management Group, Inc., general partner of Constser CgnstruiiotLTK_ L , known to me to be a credible person, who being by me duly sworn, upon his oath deposed and said: That all per.wns, firms, u�socia im, carlx)rations or other organizations furnishing labor andlnr materials have been paid in full; That the wage scale cstablishc-d by the City Council in the City of Fort Worth, ht`es bucn paid in full, and That there are no claims pending for personal injury un&or property damaps; on Contract descrihed as: MADERO Phi. 10 WATER, SANITARY SEWER, DRAINAGE, PAYING & STREET LIGHT IMPROVEMENTS CPA PRJ # 24-0068 CITY PROJECT # 104901 CITY OF FORT WORTH STATE OF TEXAS CON TSER CONSTRUCTION TX LP A&V:140ftn'= Huggls Sobscribed and swam to before aye this 71 day ofNovcmber, 2M5. �ur� air+ �aSE Notary. Public in Tarrant County, Tcxas wo+ r«wr,irrAnw REAS lop 133467933 [u�lElPh 7#_3G-�u�s CONSENT OF SURETY COMPANY TO FINAL PAYMENT Gantorms whh the Americw tnstitute of Architects, AIA Documant G707 PROJECT: {nettle, ad{fressf �Aadwo Phase 90 Fort WoIth, TX TO i0wried IGBTM SENQ£RA LLC AND THE CITY OF FORT VYMTH 5501 hewquan 5 Di . 5vft 30oW CONTRACTOR. CONATSER CONSTRUCTION TX, LP. OWNER ❑ ARCHITECT ❑ CONTRACTOR ❑ SURETY ❑ OTHER Band No 0253756 ARCHITECT'S PROJECT NO: CFA24-nose CONTRACT FOR: uldiues 8 ?a" fur Madera Phase TO -J CONTRACT DATE: In accordance with the provisions of the Contract betvvicen the Owner and the Contractor as indicated atom the Irwm w*on ram a wW &d t"6 of Surrey Compa-mVI ELERKLl:Y INSURANCE COMPANY 475 5te$mboat Road GFeen wa CT 06830 SURETY COMPANY On bond of lw * r*rt +wmr end odamm of Contracror> CONATSER CONSTRUCTION TX LP 5327 ct--nz St Fort Worth TX 76119-6035 CONTRACTOR, hereby approves of the final payment to the Contmcter, and agroes tl at final payment to the Contractor shall not relieve the Surety Company of any of Its obfrgataons to R we tram n.me and adwats Mr awrwl GBTM SENDERA LI-C AND THE CITY OF FORTWORTH 5KIi Headquarters Or.. Suite 300W Piano TX 74 as set forth in the said Su mty Comptny's bond. IN WITNESS, WHEREOF, the Surety Company has hereunto set its hand thi's r OWNER, 6th day of November. 2025 BERKLEY INSURANCE COMPANY Surety Company an i 4 Signature of Authorized Rcpmentdive Rob'wi Mpraips Attorney-in-F t Title NOTE: rN; t4rrn w to be used! n • OYIrIpMriCn daassw l la ALA 0MUMEW 07136. CONTRACTOR'S AFFIOXVIT QP PAYMENT OF MTS AND CLAIMS, CWTOM 6&ftm ONE PACE