Loading...
HomeMy WebLinkAboutContract 63484-PM1CSC No. 63484-PM 1 FORTWORTH PROJECT MANUAL FOR THE CONSTRUCTION OF Water, Sewer, Drainage, Paving, & Street Light Improvements Walsh Ranch — Quail Valley Planning Area 6A — (PA6A) IPRC Record No. IPRC24-0152 City Project No.105665 FID No. 30114-0200431-105665-EO7685 File No. W-3075 X File No. X-28258 Mattie Parker Jesus "Jay" Chapa Mayor City Manager Christopher P. Harder, P.E. Director, Water Department Lauren Prieur, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth June2025 HUITT HZ ZOLLARS 500 W. Th Street, Suite 300 Fort Worth, Texas 76102-4728 Phone: (817) 335-3000 Fax: (817) 335-1025 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Section 1 — Contract Including Water, Sewer, Paving, and Storm Drainage 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 8 SECTION 00 0010 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions nn� rfwit tie to Bid efs Last Revised 03 /v�r20/2020 00 41 00 00 42 43 nn� Bid Fe Proposal Form Unit Price Bid Ben nn/n 4 05/22/2019 nn inT nn� 00 45 12 Bidders n -o,,, alit ,.ation' Prequalification Statement 04/04 09/01/2015 nn� Bidder nro,,, alit ,..,de , +W.ioatian 03 in 0 00 45 26 Contractor Compliance with Workers' Compensation Law Tainerity Enterprise 04/02/2014 00 45-40 00 52 43 Business Goal Agreement 08/28 06/16/2016 00 61 25 Certificate of Insurance 07/01/2011 00 62 13 Performance Bond 01/31/2012 00 62 14 Payment Bond 01/31/2012 00 62 19 00 72 00 Maintenance Bond Genera Conditions 01/31/2012 1 1 i1 T 00 73 00 0073 10 Supplementary Conditions Standard City Conditions of the Construction Contract for Developer 0� in�11 01/10/2013 Awarded Projects Division 01 - General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 2500 Substitution Procedures 08/30/2013 01 31 19 Preconstruction Meeting 08/30/2013 013120 PrOotAi leefings 07i0i 01 3233 Preconstruction Video 08/30/2013 01 3300 Submittals 08/30/2013 01 35 13 Special Project Procedures 08/30/2013 01 45 23 Testing and Inspection Services 03/20/2020 01 5000 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 07/01/2011 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 6000 Product Requirements 03/20/2020 01 66 00 Product Storage and Handling Requirements 04/07/2014 01 70 00 Mobilization and Remobilization 04/07/2014 01 7123 Construction Staking 04/07/2014 01 74 23 Cleaning 04/07/2014 01 77 19 0 i� Closeout Requirements Opp f, iea and r mate ree Da4 n,., eet Reeer-d D,.,.thment 04/07/2014 nn in s nn in s 0 i� CITY OF FORT WORTH Walsh Ranch - Quail Valley - Planning Area 6A - (PA6A) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -DEVELOPER AWARDED PROJECTS City Project No. 105665 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 8 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Date Division 02 - Existing Conditions Modified 0241 13 Selective Site Demolition NONE 0241 14 Utility Removal/Abandonment NONE 0241 15 Paving Removal NONE Division 03 - Concrete 03 30 00 Cast -In -Place Concrete NONE 03 34 13 Controlled Low Strength Material (CLSM) NONE 03 34 16 Concrete Base Material for Trench Repair NONE 03 80 00 Modifications to Existing Concrete Structures NONE Division 26 - Electrical 26 05 00 Common Work Results for Electrical NONE 2605 10 Demolition for Electrical Systems NONE 26 05 33 Raceways and Boxes for Electrical Systems NONE 26 05 43 Underground Ducts and Raceways for Electrical Systems NONE Division 31 - Earthwork 31 1000 Site Clearing NONE 3123 16 Unclassified Excavation NONE 31 23 23 Borrow NONE 31 24 00 Embankments NONE 31 25 00 Erosion and Sediment Control NONE 31 36 00 Gabions NONE 31 37 00 Riprap NONE Division 32 - Exterior Improvements 3201 17 Permanent Asphalt Paving Repair NONE 3201 18 Temporary Asphalt Paving Repair NONE 32 01 29 Concrete Paving Repair NONE 32 1123 Flexible Base Courses NONE 32 1129 Lime Treated Base Courses NONE 32 1133 Cement Treated Base Courses NONE 32 1137 Liquid Treated Soil Stabilizer NONE 32 1216 Asphalt Paving NONE 32 1273 Asphalt Paving Crack Sealants NONE 32 13 13 Concrete Paving NONE 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps NONE 32 1373 Concrete Paving Joint Sealants NONE 32 1416 Brick Unit Paving NONE 32 16 13 Concrete Curb and Gutters and Valley Gutters NONE 32 1723 Pavement Markings NONE 32 1725 Curb Address Painting NONE 3231 13 Chain Fences and Gates NONE 32 31 26 Wire Fences and Gates NONE 32 31 29 Wood Fences and Gates NONE CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — (PA6A) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105665 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 8 32 32 13 Cast -in -Place Concrete Retaining Walls NONE 3291 19 Topsoil Placement and Finishing of Parkways NONE 32 92 13 Hydro -Mulching, Seeding, and Sodding NONE 32 93 43 Trees and Shrubs NONE Division 33 - Utilities 33 01 30 Sewer and Manhole Testing NONE 33 01 31 Closed Circuit Television (CCTV) Inspection NONE 3303 10 Bypass Pumping of Existing Sewer Systems NONE 33 04 10 Joint Bonding and Electrical Isolation NONE 33 04 11 Corrosion Control Test Stations NONE 33 04 12 Magnesium Anode Cathodic Protection System NONE 33 04 30 Temporary Water Services NONE 33 04 40 Cleaning and Acceptance Testing of Water Mains NONE 33 04 50 Cleaning of Sewer Mains NONE 3305 10 Utility Trench Excavation, Embedment, and Backfill NONE 3305 12 Water Line Lowering NONE 3305 13 Frame, Cover and Grade Rings - Cast Iron NONE 3305 13.10 Frame, Cover and Grade Rings - Composite NONE 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to NONE Grade 3305 16 Concrete Water Vaults NONE 3305 17 Concrete Collars NONE 33 05 20 Auger Boring NONE 33 05 21 Tunnel Liner Plate NONE 33 05 22 Steel Casing Pipe NONE 33 05 23 Hand Tunneling NONE 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate NONE 33 05 26 Utility Markers/Locators NONE 33 05 30 Location of Existing Utilities NONE 33 1105 Bolts, Nuts, and Gaskets NONE 33 11 10 Ductile Iron Pipe NONE 33 11 11 Ductile Iron Fittings NONE 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe NONE 33 11 13 Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type NONE 33 11 14 Buried Steel Pipe and Fittings NONE 33 11 15 Pre -Stressed Concrete Cylinder Pipe NONE 33 1210 Water Services 1-inch to 2-inch NONE 33 12 11 Large Water Meters NONE 33 1220 Resilient Seated Gate Valve NONE 33 1221 AWWA Rubber -Seated Butterfly Valves NONE 33 1225 Connection to Existing Water Mains NONE 33 1230 Combination Air Valve Assemblies for Potable Water Systems NONE 33 1240 Fire Hydrants NONE 33 1250 Water Sample Stations NONE 33 1260 Standard Blow -off Valve Assembly NONE 3331 12 Cured in Place Pipe (CIPP) NONE 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers NONE 33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer NONE CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — (PA6A) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105665 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 8 33 3120 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe NONE 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer NONE Pipe 33 31 22 Sanitary Sewer Slip Lining NONE 33 31 23 Sanitary Sewer Pipe Enlargement NONE 33 31 50 Sanitary Sewer Service Connections and Service Line NONE 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains NONE 33 39 10 Cast -in -Place Concrete Manholes NONE 33 3920 Precast Concrete Manholes NONE 33 3930 Fiberglass Manholes NONE 33 39 40 Wastewater Access Chamber (WAC) NONE 33 39 60 Epoxy Liners for Sanitary Sewer Structures NONE 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts NONE 3341 11 High Density Polyethylene (HDPE) Pipe for Storm Drain NONE 3341 12 Reinforced Polyethlene (SRPE) Pipe NONE 33 46 00 Subdrainage NONE 33 46 01 Slotted Storm Drains NONE 33 46 02 Trench Drains NONE 33 49 10 Cast -in -Place Manholes and Junction Boxes NONE 33 49 20 Curb and Drop Inlets NONE 33 49 40 Storm Drainage Headwalls and Wingwalls NONE Division 34 - Transportation 3441 10 Traffic Signals NONE 3441 10.01 Attachment A — Controller Cabinet NONE 3441 10.02 Attachment B — Controller Specification NONE 3441 10.03 Attachment C — Software Specification NONE 3441 11 Temporary Traffic Signals NONE 3441 13 Removing Traffic Signals NONE 3441 15 Rectangular Rapid Flashing Beacon NONE 3441 16 Pedestrian Hybrid Signal NONE 34 41 20 Roadway Illumination Assemblies NONE 34 41 20.01 Arterial LED Roadway Luminaires NONE 34 41 20.02 Freeway LED Roadway Luminaires NONE 34 41 20.03 Residential LED Roadway Luminaires NONE 34 41 30 Aluminum Signs NONE 3471 13 Traffic Control NONE CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — (PA6A) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105665 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 8 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: htt D://fortworthtexas.2ov/ti)w/contractors/ or httDs://apps.fortworthtexas.2ov/Proi ectResources/ Division 02 - Existing Conditions Last Revised n'l� Seleetive Site Demel;t;e« 12/7 z 0241 14 Utility Removal/Abandonment 12/20/2012 02 u 15 Paving ne,,,,,ya 02/OV2016 Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 12/20/2012 03 34 13 Controlled Low Strength Material (CLSM) 12/20/2012 n2� ('o e,-ete Base Material for Trenc Dc��e,,.,;« 12/7 z 038000 Ti1.,di eet;ons to Existing Co.. eet0 Fltyuc ma 12/20/2012 26 05 00 Cam—,.xxi Work Results is f f E eetr e.,l 1 1 / B 2605 10 D-_\—nditie for- Eleetr e.,l Systems 1 -2 / z 3 Deee, ays and Boxes for E eetr e.,l Systems 12/7 z 26 05 43 Undefgfe d D;i=—and Deee,, ays f f Eleetrieal Systems 0�/n�11 26 05 50 C_-\ixnu:.Yoa iom Multi Duet Conduit 02/moo Division 31 - Earthwork 3 1� Site !leafing12/20/2012 3123 16 U:-.,-).,d371.F;ea Exe.,y t; 01 /� 8/2013 31 2323 B erfe 01 //28/2013 312400 Embankments 011 /7vz 28/2013 21� Efes;..n and Sediment CE) 17/zzr2412012 31 3600 Gabi-ens i2l,2412W2 31 3700 Riprap 12/20/2012 Division 32 - Exterior Improvements 3201 17 Pefmanent Az~,J1�IVIW in 12/0/ 320129 GoneFete Pavirzg AorCHr 11 /7�012 1123 F exible Base Ge,,,.ses- 12/7�ll�L 32 1129 Lime Treated Base Courses 12/20/2012 1. 1133 Cement Treated Base Couf12/'l�zr20/2012 11 3� Liquid ,;a T,vete 1 C :1 Ctel.;l; tee, 08/21/2015 32 1216 Asphalt Paving 12/241204-2 32 13 13 Concrete Paving 12/20/2012 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 06/05/2018 32 137avirg JoiWt12/�tz CITY OF FORT WORTH Walsh Ranch - Quail Valley - Planning Area 6A - (PA6A) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -DEVELOPER AWARDED PROJECTS City Project No. 105665 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of 8 32 1723 Pavement Markings 11/22/2013 32 1725 !''ufb Address Pai tia . 1 1 /nrr nv2vi-3 3231 3 Chain > enees a -a Gates 12/20/2012- 27� SIT;,-e Fenees ..n.1 Gates 12/7izrzvnviz 323129 11 /�12- 323213 Cast i Dleee Ge,.es-ete Retaining T]I7a 06/05/2$ 3291 19 Topsoil Placement and Finishing of Parkways 12/20/2012 32 92 13 Hydro -Mulching, Seeding, and Sodding 12/20/2012 2'1� Tfees a -a S1.,abs- i2/7 z Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 12/20/2012 33 01 31 Closed Circuit Television (CCTV) Inspection 03/03/2016 3303 10 33 04 %,pwo nutr�-rj„ fExi frog c ewe, ystem T-..,;,�.+T2.,,�..�1;,�.�..,,�..�1 Eleetr e.,l isol,•1;�..-. 12/20/2 12/20/2012 33 04 11 �� V 1vovio . ('••, tfol Test Stations 1 2/7izi-20/20iz 3304 12 Nlag.waiuls n r ae r.,tt,od a Proteetio Syste fln 12 /�12 3 94 30 33 04 40 TZ':&r-\'ape, W Me,. �� Cleaning and n eeepta ee Testing efW.,tef Mains 07 /n�11 02/06/2013 33 04-50 3305 10 Cleaning ing of Sewer Mains Utility Trench Excavation, Embedment, and Backfill 1 2 /7 z 12/12/2016 3305 12 Water Line Lowering 12/20/2012 3305 13 Frame, Cover and Grade Rings — Cast Iron 01/22/2016 3305 13.10 Frame, Cover and Grade Rings — Composite Adjusting Manholes, inlets, V a Boxes, .,,-.,1 nthei Stmetufest6 01/22/2016 3�-A3-�41 6 3305 17 33 05 20 Grade Ce,-.efete II7.,te.- Vaults Concrete Collars erg � /�li 12/7 z 12/20/2012 12/20/2012 i 33 05 22 T,,....el Liner- Steel Casing Pipe T,,....eling 12,12412012 12/20/2012 3 33 05 24 Hand Installation of Carrier Pipe in Casing or Tunnel Liner Plate 12,12912012 06/19/2013 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Le4Ut;I� Belts !`_.,sLets 12,12912012 12/ 33 1105 33 11 10 Nuts, and Ductile Iron Pipe z 12/20/2012 33 11 11 Ductile Iron Fittings 12/20/2012 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 11/16/2018 33 11 13 Coner-etc Ppoo?/,m Piro, Bar- V -.,,. pe.7, Steel Cylinder- Type 12/7�l1�L 33 ? ? ? 1 stool Pirc-and Fittings 12/TZTz0/20012 33 1210 Water Services 1-inch to 2-inch 02/14/2017 P_ 1211 Large Water- Mete,-s 11 / z 33 1220 Resilient Seated Gate Valve 12/20/2012 ✓3 1221 n IVW- Rubber- Seated Bu4teffly V.,1y 12/�12- 33 1225 33 1230 Connection to Existing Water Mains Ce,Y.l.;n.,tio Air- Valve Assemblies l..l;es for- Potable Water- System 02/06/2013 171 / z 33 1240 Fire Hydrants 01/03/2014 33 0 Wa4or E amr) a Stations 12 /7izrzvnviz CITY OF FORT WORTH Walsh Ranch - Quail Valley - Planning Area 6A - (PA6A) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -DEVELOPER AWARDED PROJECTS City Project No. 105665 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 7 of 8 33 1260 ?12 Standard Blow off Vah1 e n sseff b! Ctifea i nlaee Pipe (CIPP) 06/1 �3 12/20/2012 2��2P P. 13 Fiber -glass D ein f ,-ee Pipe f ,- f",-.. it-y c. -nita -y Sewef 12/20/2012 3_ P. 15 High Density Pelyefl+yleae (HDPE) Pipe -for £Yanitar, er r 12/20/2012 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 06/19/2013 P_ P. 21 Pel1 anitzr, er 12 /� 20/2W 2 Pipe 2 2 .� .�' 22 Sanitary CC^.., T ' �- f'J.ip .mining 12/20/2012 �� 3331 50 Sanitary Sewer Service Connections and Service Line 04/26/2013 32-3170 Ea.tbi:Iati^ �2 3339 10 Cast -in -Place Concrete Manholes 12/20/2012 33 39 20 Precast Concrete Manholes 12/20/2012 33 39 30 P�bs.-g.Laaa Manholes n (`1..,fnber 12/�20/201-2 1 33 39--40 33 39 60 (UI AC) Wastewater ceess Epoxy Liners for Sanitary Sewer Structures 2/7 z 12/20/2012 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 33 1' 11 HighDensity Polyethylene (HDPE) Pipe -€erSt�-mm Dmin ' -2 /7 i 22� Rein f; ,-. e Pe, ,othkA-w (V?,PE>, Pip- 1 11 1 /1 � 1-2/20/-201-2 33 4601 Sletted 9t3-.Tn Dmim.- 07 /non 33 4602 Tfendh Dmi o n�ln�11 33 49 10 Cast -in -Place Manholes and Junction Boxes 12/20/2012 33 49 20 Curb and Drop Inlets 12/20/2012 33 49 40 Storm Drainage Headwalls and Wingwalls 07/01/2011 Division 34 - Transportation 3^�0 Tf ff: Signals 1n//1 5 34 41 10.01 n.� ��taebment-A Contre11nef C—abirle12/18/2015t 3n n�o2 ABCon n Spe tt-ae��~ A_t_re er����E�i:€��tien �4A�2 34 41 10.03 A t G S o ttN`arfeue Peel ieati6ii 2 rrttxiC�3xireir 2/1 11 11 Tom,.,,.-afy T f fC e Signals 1 11 1 / 3 2/1 11 1 3 Removing T f ffio Sl gnalz ' rl' r'zzr2412W 2 2/1 11 15 Reetangular Rid PlAiing Beaeo " /�i3 34 4120 Readw Illu reinat o n %o,. Mies 12 /�r2 34 412001 n,-tefia T ED D.,.,.1..,.,., T � � 06/1 G/20 G .� .�, rfiri�'�I az o��� 34 .vz Ffeeway LED Roadway DwreIL�'�1'o9 wr15r2015 Zn n�o? �' r r 06/15/201 c Reside �D Roadway .�a�ri���s o� 344130 Aluminum Ei� 1 1 /,�2013 34 71 13 Tf ff e G,,..tfe 1 11 1 / 3 CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — (PA6A) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105665 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 8 of 8 Appendix G42-¢01 Wailabilit-y of Lands GC-4.02 Subsurface and Physical Conditions FG-¢J1 Undc\-g2owa GG 4. G66 1-LIoardew,,�-im-rx a�I�.al Geed fief at Site G -6,09 1-�-Illt: -ax,7 U44ifies Fib-6.21 P oxdi3o =kna on GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — (PA6A) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105665 Revised March 20, 2020 UNIT PRICE BID Bidlist Item) No. SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information 00 42 43 DAP . BID PROPOSAL Page 1 of 4 PA6A Bidder's Application Description I Specification I Unit of I Bid Quantity Section No. Measure Bidder's Proposal Unit Price I Bid Value UNIT I: WATER IMPROVEMENTS 1 0241.1106 16" Pressure Plug 0241 14 EA 1.0 $2,500.00 $2,500.00 2 0241.1118 4"-12" Pressure Plug 0241 14 EA 22.0 $1,500.00 $33,000.00 !3 3312.0106 Connection to Existing 16" Water Main 33 12 25 EA 1.0 $4,500.00 $� 4,500.00 4 _ 3312.0117 Connection to Existing 4"-12" Water Main 33 12 25 EA 4.0 $3,500.00 $14,000.00 5 _ 3311.0001 Ductile Iron Water Fittings w/ Restraint 3311 11 TON 17.1 .� $8,555.00 $146,290.50 6 3305.0109 Trench Safety 33 05 10 LF 24,225.0 $2.00 $48,450.00 7 3311.0161 6" PVC Water Pipe 3311 12 LF 200.0 $60.00 $12,000.00 8 i 3311.0251 8" DIP Water 3311 10 LF 279.0 $74.00 $20,646.00 9 3311.0254 8" DIP Water, CLSM Backfill 3311 10 LF 373.0 $94.00 $35,062.00 10 3311.0261 8" PVC Water Pipe _ 3311 12 LF 15,018.0 ! $64.00 , $961,152.00 11 3305.2002 8" Water Carrier Pipe 33 05 24 LF 129.0 $60.00 $7,740.00 12 3311.0451 12" DIP Water 3311 10 LF 594.0 $114.00 $67,716.00 13 3311.0457 12" DIP Water, CLSM Backfill 3311 10 LF 136.0 $134.00 $18.224.00 14 3311.0461 12" PVC Water Pipe 3311 12 LF 51135.0 $104.00 $534,040.00 15 3311.0467 12" PVC Water Pipe, CLSM Backfill 33 11 12 LF 142.0 $124.00 $17,608.00 16 3305.2004 12" Water Carrier Pipe 33 05 24 LF 2D6.0 $114.00 $23,484.00 17 3311.0551 16" DIP Water 3311 10 LF 50.0 $172.00 $8.600.00 18 3311.0557 16" DIP Water, CLSM Backfill 3311 10 LF 48.0 $192.00 $9,216.00 19 3311.0561 16" PVC C905 Water Pipe 3311 12 LF 1,855.0 $132.00 $244,860.00 20 3311.0567 16" PVC C905 Water Pipe, CLSM Backfill 3311 12 LF 20.0 $152.00 $3,040.00 21 3305.2005 16" Water Carrier Pipe 33 05 24 LF 40.0 $182.00 $7,280.00 22 3305.1003 20" Casing By Open Cut 33 05 22 LF 129.0 $380.00 $49,020.00 23 3305.1104 24" Casing By Other Than Open Cut _ - 33 05 22 LF 180.0 _ $780.00 $140,400.00 24 3305.1004 24" Casing By Open Cut 33 05 22 LF 26.0 $450.00 $11,700.00 25 3305.1005 30" Casing By Open Cut _ 33 05 22 LF 40.0 $500.00 $20,000.00 _ 26 3312.0001 Fire Hydrant 33 12 40 EA 17.0 $6,800.00 $115,600.00 27 3312.1002 2" Combination Air Valve Assembly for _33 12 30 EA 3.0 $12,500.00 $37,500.00 _ 28 3312.2003 1"Water Service 331210 EA 332.0 $1,500.00 $498,000.00 29 3312.3002 6" Gate Valve 33 12 20 EA 6.0 $2 200.00 $13,200.00 30_ 3312.3003 8" Gate Valve 33 12 20 EA 66.0 $2,700.00 $178,200.00 31 3312.3005 12" Gate Valve 33 12 20_ EA 18.0 $5,500.00 $99,000.00 32 3312.3006 16" Gate Valve w/ Vault 331220 EA 3.0 $29,500.00 $88,500.00 33 3312.6002 6" Blow Off Valve _ _ 33 12 60 EA 1.0 $14,500.00 , $14,500.00 34. 35 TOTAL UNIT I: WATER IMPROVEMENTS $3,485,028.50 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Fom, Version May 22, 2019 WR-6A_00 42 43_Bid Proposal_DAP_2025-06-02.xlsx 00 42 43 DAP-BIDPROPOSAL Page 2 of 4 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM PA6A UNIT PRICE BID Bidder's Application Project item information Bidder's Proposal Bidlist Item Description Specification Unit of Bid Quantity Unit Price Bid Value No. Section No. Measure UNIT It: SANITARY SEWER IMPROVEMENTS 1 3301.0002 Post -CCTV Inspection 33 01 31 LF 15,715_0 $3.00 $47,145.00 2 3301.0101 Manhole Vacuum Testing _ �33 01 30 EA _ 118.0 $200.00 $23,600.00 3 3305.0109 Trench Safety 33 05 10 LF 15,715.0 $2.00 $31,430.00 4 3331.3101 4" Sewer Service _ 33 31 50 EA 248.0 $1,000.00 $248,000.00 3311 10, 5 3331.4115 8" Sewer Pipe 3331 12, LF 3331 20 12,439.0 $80.00 $995.120.00 3311 10, 6 3331.4116 8" Sewer Pipe, CSS Backfill 3331 12, LF _ 33 31 20 1,753.0 $100.00 $175,300.00 7 3331.4119 8" DIP Sewer 3311 10, LF 368.0 $120.00 $44,160.00 8 3331.4120 8" DIP Sewer Pipe, CSS_ Backfill 3311 10, LF 96.0 $150.00 $14,400.00 3331.4201 10" Sewer Pipe 3311 10, _ 9 3331 12, LF _ 33 31 20 437.0 $92.00 $40,204.00 3331.4202 10" Sewer Pipe, CSS Backfill 3311 10, 10 3331 12, LF 33 31 20 65.0 $112.00_ $7,280.00 11 3331.4205 10" DIP Sewer _ 3311 10 LF _ 135.0 $142.00 $19,170.00 12 3305.3002 8" Sewer Carrier Pipe 33 05 24 LF 292.0 $120.00 $35,040.00 13 3305.3003 10" Sewer Carrier Pipe 33 05 24 LF 130.0 $142.00 $18,460.00 14 3305.1003 20" Casino By Open Cut _ 33 05 22 LF 422.0 $400.00 $168,800.00 15 3339.0001 Epoxy Manhole Liner 33 39 60 VF 738.4 $485.00 - $358,124.00 16 3339.1001 4' Manhole 33 39 10, EA 33 39 20 108.0 $4,500.00 $486,000.00 17 3339.1002 4' Drop Manhole 33 39 10, EA 33 39 20 _ _ 10.0 $6,500.00 $65,000.00 18 3339.1003 4' Extra Depth Manhole 333910, VF 333920 _ 604.2 $245.00 $148,029.00 19 3305.0112 Concrete Collar _ 33 05 17 _ _ EA 12.0 $1,000.00 _ $12,000.00 20� 3137.0104 Medium Stone Riprap, dry 31 3700 SY 1,456.0 $145.00 $211,120.00 21 _ 22i 23 24 25 TOTAL UNIT It! SANITARY SEWER IMPROVEMENTS $3,148,382.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Fo m Vcmion May 22, 2019 WR-6A_00 42 43_Bid Proposa1_DAP_2025-06-02.x1sx UNIT PRICE BID Bidlist Item No. SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information Description 00 42 43 DAP-BIDPROPOSAL Page 3 of 4 PA6A Bidder's Application Bidder's Proposal Specification I Unit of I Bid Quantity Unit Price I Bid Value Section No. Measure UNIT III: DRAINAGE IMPROVEMENTS -.1 3137.0104 Medium Stone Riprap, dry 31 3700 T SY 235.0 $145.00 $34,075.00 _ 2 _ 3301.0002 Post -CCTV Inspection 33 01 31 LF 3,778.0 $3.00 $11,334.00 -3 3305.0109 Trench Safetyi 33 05 10 LF 3,778.0 $2.00 $7,556.00 _4 3341.0201 21" RCP, Class III 3341 10 _ LF 335.0 $80.00 $26.80_0.00 5 3341.0205 24" RCP, Class III 3341 10 _ LF _ 1,286.0 $90 0.0 $115,740.00 6 3341_.0_302 30" RCP, Class III 3341 10 LF 316.0 $115.00 $36,340.00 7 3341.0309 36" RCP, Class III 3341 10 LF� 638.0 $155.00 �$98,890.00 8 _ 3341.0310 36" RCP, Class IV _ _ 3341 10 _LF 188.0 $175.00 $32,900.00 9 3341.0402 42" RCP, Class III 3341 10 LF !LF 254.0 $205.00 $52,070.00 10 3341.0409 48" RCP, Class III 3341 10 55.0 $250.00 $13,750.00 11 3341.0602 60" RCP, Class III _ 3341 10 LF !LF 172.0 - $325.00 _ $55,900.00 12 9999.0004 2x2 Box Culvert 3341 10 534.0 $260.00 $138,840.00 13 3349.0001 4' Storm Junction Box 33 49 10 EA 11.0 $11,000.00 $121,000.00 14 3349.0002 5' Storm Junction Box 33 49 10 - EA 2.0 $15,000.00 $30,000.00 15 3305.0112 Concrete Collar 33 05 17 EA ^ 6`0 $2,500.00 $15,000.00 16 3349.5002 15' Curb Inlet 33 49 20 EA 5.0 $5,400.00 $27,000.00 17 3349.5003 20' Curb Inlet - 33 49 20 _ EA 14.0 . $6,400.00 $89,600.00 18 3349.4105 24" SET, 1 pipe 33 49 40 EA 1.0 $4,500.00 $4,500.00 19 3349.4113 48" SET, 1 pipe 33 49 40 EA 1.0 $8,000.00 _ $8,000.00 20 TOTAL UNIT III: DRAINAGE IMPROVEMENTS $919,295.00 UNIT IV: PAVING IMPROVEME SITS 1 3211.0490 Hydrated Lime (6" PVMT nu,_ 36._lbs/sy_) 3211 29 _ 847.5 $285.00 $241,537.50 2 3211.0400 Hydrated Lime (8" PVMT 0 48, Ibs/sy) 32 11 29 -TON TON .� 194.1 _ $285.00 $55,318.50 3� 3211.0501 6" LimeTreatment32 11 29 SY 47,082.0 $4.00 �$188,328.00 4 3211.0502 8" Lime Treatment (8" PVMT) 29� SY 8,085.0 $4.50 $36,382.50 5 3213.0101 6" Conc Pvmt �321311 32 13 _ _ SY_- 44,222.0 $68.0 $3,9 V7096.00 3213.0103 8"Conc Pvmt . 32133 $88.006 $676,984.00 7 3213.0302 5" Conc Sidewalk 32 13 20 SF 6,668.0 $5.50 $36,674.00 8 _ 3213.0501 Barrier Free Ramp, Type R-1. 1320 EA 25.0 $2,400.00 9_ 3213.0506 Barrier Free Ramp, Type P-1 _�, ,_i �32 _ 32 13 20 _ _ EA 25.0 $2,200.00 _$66,000.00 $55,000.00 16 _ 3213.6604 Barrier Free Ramp, Type M-2_ _ _ 32 13 20 EA 2.0 Y_ $2,600.00 $5,200.00 11 3217.0502 Preformed Thermoplastic Contrast Markings 32 17 23 LF _ -' 24" Crosswalk _ _ _ _ 250.0_ $20.00 $5,000.00 12 _ 3217.0504 Preformed Thermoplastic Contrast Markings 32 17 23 LF _ _ -24"_Stop-Bars -_. _ - _..� . ..-r._.- ... $30.00. $2,700.00 13_ 3217.2103 REFL Raised Marker TY II -A -A.. 32 17 23 „EA -90.0_ i76.0. $6.00 $456.00 9999.0001 Furnish/Install Walsh Ranch Style Sign post 00 00 00 14 & Foundation w/ Regulatory Sign & Name Blades EA 15 _ 3217.0102 6" SLID Pvmt.Markinq_HAS (Y) �16 3292.0100 Block Sod Placement 17 1819 20 CrIY OF FORT WORTH _ _ 39.0.. $1,400.00, $54,600.00 _ 32 17 23 _ LF 2,72.8..Q $_4.00 ,$10,912_.00 _ 32 92 13 SY ,9,490.0 $8.00 $75,920.00 TOTAL UNIT IV: PAVING IMPROVEMENTS $4,512,108.50 Form Version May 22, 2019 DOCUMENTS- DEVELOPER AWARDED PROJECTS WR-6A_00 42 43_Bid Proposal_DAP_2025-06-02.xlsx UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Bid Summary UNIT I: WATER IMPROVEMENTS UNIT II: SANITARY SEWER IMPROVEMENTS UNIT III: DRAINAGE IMPROVEMENTS UNIT IV: PAVING IMPROVEMENTS UNIT V: STREET LIGHTING IMPROVEMENTS This Bid is submitted by the entity named below: BIDDER: CONATSER CONSTRUCTION TX, L.P. 5327 WICHITA ST. FORT WORTH. TX 76119 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. 00 42 43 DAP -BID PROPOSAL Page 4 of 4 PA6A Bidder's Application Total Construction Bid BY: /BRROOJ/CCCK HUGGINS TITLE: PRESIDENT DATE: END OF SECTION $3,485,028.50 $3,148,382.00 $919,295.00 $4,512,108.50 $12,064,814.00 ySO working days after the date when the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 WR-6A-00 42 43_Bid Proposal_DAP_2025-01r02.x1sx 0045 12 DAP PREQUALIFICATION STATEMENT Page 1 of I SECTION 00 45 12 DAP — PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Major Work Tvpe" box provide the complete maior work tvve and actual description as provided by the Water Department for water and sewer and TPW for oaviniz. Major Work Type Water Distribution Development, 8-inch diameter and smaller Sewer Collection System, Development, 8-inches and smaller Sanitary Sewer Manhole/Structure Interior Lining — Warren or Chesterton Coating Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER) Contractor/Subcontractor Company Name Prequalification Expiration Date Conatser Construction TX, L.P. 04/30/2026 Conatser Construction TX, L.P. 04/30/2026 ACE Pipe Cleaning Inc. 02/28/2026 Conatser Construction TX, L.P. 11/14/2026 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Conatser Construction TX, L.P. 5327 Wichita Street Fort Worth, TX 76119 BY: Brock Huggins TITLE: President DATE: END OF SECTION (Signature) CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — (PA6A) STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT — DEVELOPER AWARDED PROJECTS City Project No. 105665 Form Version September 1, 2015 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No. 105665. Contractor further certifies that, pursuant to Texas Labor Code, Section 6 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 7 worker's compensation coverage. 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 03 CONTRACTOR: Conatser Construction TX. L.P. Company 5327 Wichita Street Address Fort Worth, TX 76119 City/State/Zip THE STATE OF TEXAS COUNTY OF TARRANT By: Brock Hui<_,ins (Please Print) Signature: Title: President (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared �Mrj,-' 1-f U C C n S known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of L L_ i I f` for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 2O day of Wlflu , 20. OKATHERINE ROSE � "zR—- NOTARYPUe0C,STATE4TEXAS Notary Public in and for the State of Texas 0133467933 COMKEX,. 11-30-20" END OF SECTION CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — (PA6A) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105665 Revised April2, 2014 Docusign Envelope ID: F926F61D-12E3-411E-947F-FFE8DE1268DC 00 52 43 - 1 Developer Awarded Project Agreement Page 1 of 5 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on 6/20/2025 is made by and between the Developer, 4 QUAIL VALLEY DEVCO VIA, LLC, authorized to do business in Texas ("Developer"), and 5 Conatser Construction TX. L.P.. authorized to do business in Texas, acting by and through its 6 duly authorized representative, ("Contractor"). 7 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2. PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 Walsh Ranch — Ouail Vallev — Plannina Area 6A — (PA6A) 16 City Proiect No. 105665 17 Article 3. CONTRACT TIME 18 3.1 Time is of the essence. 19 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 20 Documents are of the essence to this Contract. 21 3.2 Final Acceptance. 22 The Work will be complete for Final Acceptance within 280 working days after the date 23 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard 24 City Conditions of the Construction Contract for Developer Awarded Projects. 25 3.3 Liquidated damages 26 Contractor recognizes that time is of the essence of this Agreement and that Developer 27 will suffer financial loss if the Work is not completed within the times specified in 28 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of 29 the Standard City Conditions of the Construction Contract for Developer Awarded 30 Projects. The Contractor also recognizes the delays, expense and difficulties involved in 31 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — (PA6A) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105665 Revised June 16, 2016 Docusign Envelope ID: F926F61D-12E3-411E-947F-FFE8DE1268DC 00 52 43 - 2 Developer Awarded Project Agreement Page 2 of 5 32 completed on time. Accordingly, instead of requiring any such proof, Contractor agrees 33 that as liquidated damages for delay (but not as a penalty), Contractor shall pay 34 Developer One Thousand and Five Hundred Dollars and Zero Cents ($1.500.00) for each 35 day that expires after the time specified in Paragraph 3.2 for Final Acceptance until the 36 City issues the Final Letter of Acceptance. 37 Article 4. CONTRACT PRICE 38 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 39 Documents an amount in current funds of Twelve Million Sixty -Four Thousand Eip-ht Hundred 40 Fourteen Dollars ($ 12,064,814.00). 41 Article 5. CONTRACT DOCUMENTS 42 5.1 CONTENTS: 43 A. The Contract Documents which comprise the entire agreement between Developer and 44 Contractor concerning the Work consist of the following: 45 1. This Agreement. 46 2. Attachments to this Agreement: 47 a. Bid Form (As provided by Developer) 48 1) Proposal Form (DAP Version) 49 2) Prequalification Statement 50 3) State and Federal documents (project specific) 51 b. Insurance ACORD Form(s) 52 c. Payment Bond (DAP Version) 53 d. Performance Bond (DAP Version) 54 e. Maintenance Bond (DAP Version) 55 f. Power of Attorney for the Bonds 56 g. Worker's Compensation Affidavit 57 h. MBE and/or SBE Commitment Form (If required) 58 3. Standard City General Conditions of the Construction Contract for Developer 59 Awarded Projects. 60 4. Supplementary Conditions. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — (PA6A) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105665 Revised June 16, 2016 Docusign Envelope ID: F926F61 D-12E3-411 E-947F-FFE8DE1268DC 00 52 43 - 3 Developer Awarded Project Agreement Page 3 of 5 61 5. Specifications specifically made a part of the Contract Documents by attachment or, 62 if not attached, as incorporated by reference and described in the Table of Contents 63 of the Project's Contract Documents. 64 6. Drawings. 65 7. Addenda. 66 8. Documentation submitted by Contractor prior to Notice of Award. 67 9. The following which may be delivered or issued after the Effective Date of the 68 Agreement and, if issued, become an incorporated part of the Contract Documents: 69 a. Notice to Proceed. 70 b. Field Orders. 71 c. Change Orders. 72 d. Letter of Final Acceptance. 73 74 CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A— (PA6A) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105665 Revised June 16, 2016 Docusign Envelope ID: F926F61 D-12E3-411 E-947F-FFE8DE1268DC 005243-4 Developer Awarded Project Agreement Page 4 of 5 75 Article 6. INDEMNIFICATION 76 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 77 expense, the city, its officers, servants and employees, from and against any and all 78 claims arising out of, or alleged to arise out of, the work and services to be performed 79 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 80 under this contract. This indemnification provision is specifically intended to operate 81 and be effective even if it is alleged or proven that all or some of the damages being 82 sou ht were caused, in whole or in hart, by anv act, omission or ne lLi ence of the citv. 83 This indemnity provision is intended to include, without limitation, indemnity for 84 costs, expenses and legal fees incurred by the city in defending against such claims and 85 causes of actions. 86 87 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 88 the city, its officers, servants and employees, from and against any and all loss, damage 89 or destruction of property of the city, arising out of, or alleged to arise out of, the work 90 and services to be performed by the contractor, its officers, agents, employees, 91 subcontractors, licensees or invitees under this contract. This indemnification 92 provision is sr)ecificallv intended to operate and be effective even if it is alle ed or 93 nroven that all or some of the damages being sought were caused, in whole or in part. 94 by any act, omission or negligence of the citv. W, 96 Article 7. MISCELLANEOUS 97 7.1 Terms. 98 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 99 the Construction Contract for Developer Awarded Projects. 100 7.2 Assignment of Contract. 101 This Agreement, including all of the Contract Documents may not be assigned by the 102 Contractor without the advanced express written consent of the Developer. 103 7.3 Successors and Assigns. 104 Developer and Contractor each binds itself, its partners, successors, assigns and legal 105 representatives to the other party hereto, in respect to all covenants, agreements and 106 obligations contained in the Contract Documents. 107 7.4 Severability. 108 Any provision or part of the Contract Documents held to be unconstitutional, void or 109 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A— (PA6A) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105665 Revised June 16, 2016 Docusign Envelope ID: F926F61 D-12E3-411 E-947F-FFE8DE1268DC 00 52 43 - 5 Developer Awarded Project Agreement Page 5 of 5 110 remaining provisions shall continue to be valid and binding upon DEVELOPER and 111 CONTRACTOR. 112 7.5 Governing Law and Venue. 113 This Agreement, including all of the Contract Documents is performable in the State of 114 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 115 Northern District of Texas, Fort Worth Division. 116 7.6 Authority to Sign. 117 Contractor shall attach evidence of authority to sign Agreement, if other than duly 118 authorized signatory of the Contractor. 119 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple 120 counterparts. 121 This Agreement is effective as of the last date signed by the Parties ("Effective Date") Contractor: Developer: Conatser Construction TX, L.P. Ouail Vallev Devco VIA. LLC 122 By: do (Signature) Brock Hueuins (Printed Name) Title: President Company Name: Conatser Construction TX, L.P. Address: 5327 Wichita Street City/State/Zip: Fort Worth, 76119 6/20/2025 Date By:ELctuS�jned by, S93GUEB1929942B. (Signature) Seth Carpenter (Printed Name) Title: VP of Development Company name: Ouail Vallev Devco VIA, LLC Address: 400 S. Record Street, Ste. 1200 City/State/Zip: Dallas. TX 75202 Date 6/20/2025 CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — (PA6A) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105665 Revised June 16, 2016 0 Bond No. 0269028 006213-I Pf:RFORMA NCE BOND Page I or 1 SECTION 00 62 13 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Conatser Construction TX_ L.P. known as "Principal" herein and 8 Berkley Insurance Companv a corporate surety(sureties, if more than 9 one) duly authorized to do business in the State of Texas. known as "Surety" herein (whether one 10 or more). are held and firmly bound unto the Developer, Quail Valley Devco VIA. LLC, 11 authorized to do business in Texas ("Developer-) and the City of Fort Worth. a Texas municipal 12 corporation ("City"). in the penal sum of, TWELVE MILLION SIXTY-FOUR THOUSAND 13 EIGHT HUNDRED FOURTEEN DOLLARS ($ 12,064.814.00). lawful money of the United 14 States. to be paid in Fort Worth. Tarrant County, Texas for the payment of which sum well and 15 truly to be made jointly unto the Developer and the City as dual obligees, we bind ourselves. our 16 heirs. executors. administrators, successors and assigns. jointly and severally, firmly by these 17 presents. 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth by and through a Community Facilities Agreement, 20 CFA Number CFA24-0158; and 21 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 22 the 20th day of June , 2025 , which Contract is hereby referred to and made a 23 part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor 24 and other accessories defined by law, in the prosecution of the Work, including any Change 25 Orders, as provided for in said Contract designated as Walsh Ranch - c_yuail Valley - Plannin 26 Area 6A- PA6A 27 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 28 shall faithfully perform it obligations tinder the Contract and shall in all respects duly and 29 faithful]), perform the Work, including Change Orders, under the Contract, according to the plans, 30 specifications, and contract documents therein referred to, and as well during any period of 31 extension of the Contract that may be granted on the part of the Developer and/or City, then this 32 obligation shall be and become null and void, otherwise to remain in full force and effect. CITY OF Ft lUNVolu'Ii Walsh Ranch — Quail ValleN — Planning, Area 6A—(PA6A) Sl'ANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Ciq P%iect No. I M665 Reviud Januan' 31. 2012 006213-2 11ERFOR MANCIi BOND Page 2 of 3 1 2 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 3 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 4 Worth Division. 5 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 6 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 7 accordance with the provisions of said statue. 8 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 9 this instrument by duly authorized agents and officers on this the 20th day of 10 June 2o25. 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 ATTEST: (Prin�Sechquaryy fi \6-ness as t Princip PRINCIPAL: Conatser Construction TX, L.P. BY: �/� Signature10�- Brock Hurl<ains. President Name and Title Address: 5327 Wichita Street Fort Worth. TX. 76119 SURETY: Berkley Insurance Company BY: k Signature Robbi Morales, Attorney -in -fact Name and Title Address: 5005 LBJ Freewav, Suite 1400 Dallas, TX 75244 (ITT OF FORT' WOR'I'I I Walsh Ranch— Quail Valley— Planning Area 6A—(PA6A) STANDARD CITYCONDITIONS — DEWLOPER AWARDED PROJECTS City Project No. I Oi665 Rey iced January 3I.2012 006213-3 PERFORMANCEBOND Page 3 of 3 1 2 fitness as to Surety Telephone Number: 2141989-Ofl00 3 *Note: If signed by an officer of the Surety Company, there must be on file a certified 4 extract from the by-laws showing that this person has authority to sign such 5 obligation. If Surety's physical address is different from its mailing address, 6 both must be provided. 7 8 The date of the bond shall not be prior to the date the Contract is awarded. 0 CITY OF FORT WOMI I Walsh Ranch —(wail Valley — Planning Area 6A— (PA6A) STANDARD CITY CONDITIONS— DEVELOPf:R AWARDED PROJECTS Cite Project No. 105665 Revised January 31.2012 Bond No. 0269028 0062 14- 1 PAYt I-M 130ND Page I or2 1 SECTION 00 62 14 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Conatser Construction TX. L.P. , known as "Principal" herein, and 8 Berkley Insurance Company a corporate surety (or 9 sureties if more than one), duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Quail 11 Valley Devco VIA, LLC, authorized to do business in Texas "(Developer"). and the City of Fort 12 Worth, a Texas municipal corporation ("City"), in the penal sum of TWELVE MILLION 13 SIXTY-FOUR THOUSAND EIGHT HUNDRED FOURTEEN DOLLARS ($ 12,064,814.00). 14 lawful money of the United States. to be paid in Fort Worth, Tarrant County. Texas, for the 15 payment of which sum well and truly be made jointly unto the Developer and the City as dual 16 obligees, we bind ourselves, our heirs. executors. administrators, successors and assigns, jointly 17 and severally, firmly by these presents: 18 WHEREAS, Developer and City have entered into all Agreement for the construction of 19 community facilities in the City of Fort Worth, by and through a Community Facilities 20 Agreement. CFA Number CFA24-0158; and 21 WHEREAS, Principal has entered into a certain written Contract with Developer, 22 awarded the 20th day of June , 2025 , which Contract is hereby 23 referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all 24 materials. equipment. labor and other accessories as defined by law, in the prosecution of the 25 Work as provided for in said Contract and designated as Walsh Ranch — +_wail Valle' — Plannin-, 26 Area 6A— � PAW,. 27 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 28 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 29 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 30 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 31 force and effect. CITY nF FORT WnRPI I Walsh Ranch — Quail valley — Planning Area 6A — (PA6A ) STANDARD CITY CONDITIONS — DEVELOPER AWARDI?D PROJECTS City Project No. 105665 ReN iscd .lanuan- 31. 2012 006214-2 PAYMENT BOND Page 2 or 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statute. 4 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the 20th day of 6 June 2025 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 ATTEST - (Principal) Secret zN a ess as to cipal I W tr'rin ATTEST: (Surety) Secretary /itniess to Surety PRINCIPAL: Conatser Construction TX. L.P. BY: Signat( firock Hu=ins: President Nalne and Title Address: 5327 Wichita Street Fort Worth_ TX 76119 SURETY: Berkley Insurance Company BY: Signature Robbi Morales, Attorney -in -fact Name and Title Address: 5005 LBJ Freeway, Suite 1400 Dallas, TX 75244 Telephone Number: 214/989-0000 Note: If signed by an officer of the Surety. there must be on file a certified extract from the bylatvs showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. 37 The date of the bond shall not be prior to the date the Contract is awarded. 38 END OF SECTION 39 CITY OF FORT WOR'I'I I Walsh Ranch —Quail valley Planning Area 6A— (PA6A ) S7;9NI)A RI) CITY ('ON F)I'1'IONS — I )I;VF3LC)PI iR AIk'A R I)F I) PROJI i(`I'S City Prqjecl No. 105665 Revised January 31 2012 Bond No. 0269028 00 62 IQ - I MAIN'rF.NANC'1? BOND Page I of 3 1 SECTION 00 62 19 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we Conatser Construction TX L.P. , known as "Principal"" herein and 8 Berkley Insurance Company , a corporate surety (sureties, if more than 9 one) duly authorized to do business in the State of Texas. known as "Surety" herein (whether one 10 or more), are held and firmly bound unto the Developer, Quail Valley Devco VIA, LLC. 11 authorized to do business in Texas ("Developer') and the City of Fort Worth, a Texas municipal 12 corporation ("City"), in the sum of TWELVE MILLION SIXTY-FOUR THOUSAND EIGHT 13 HUNDRED FOURTEEN DOLLARS (S 12,064,814.00). lawful money of the United States, to be 14 paid in Fort Worth, Tarrant County, Texas. for payment of which sum well and truly be made 15 jointly unto the Developer and the City as dual obligees and their successors, we bind ourselves, 16 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 17 presents. 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth by and through a Community Facilities Agreement, 20 CFA Number CFA24-0158 and 21 WHEREAS, the Principal has entered into a certain written contract with the Developer 22 awarded the20th day of June . 2025 , which Contract is 23 hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 24 materials, equipment labor and other accessories as defined by law, in the prosecution of the 25 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 26 the "Work-) as provided for in said Contract and designated as Walsh Ranch — ouail Val le% — 27 Planninz Area 6A— i PA6A , and 28 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 29 accordance with the plans. specifications and Contract Documents that the Work is and will 30 remain free from defects in materials or workmanship for and during the period of two (2)y-ears 31 after the date of Final Acceptance of the Work by the City ("Maintenance Period"): and CITY OF FORT W01M I Walsh Ranch —Quail Valle\• — Planning Area 6A-111A0A 1 STANDARD CH Y CONDITIONS — DEX11011F,R AWARDED PROAK"I'S City Project No, 10566i Revised Januan• 31. 2012 006219-2 MAINTENANCE BOND Pale 2 or 3 1 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 2 upon receiving notice from the Developer and/or City of the need thereof at any time within the 3 Maintenance Period. 4 NOW THEREFORE, the condition of this obligation is such that if Principal shall 5 remedy any defective Work, for which timely notice was provided by Developer or City, to a 6 completion satisfactory to the City, then this obligation shall become null and void; otherwise to 7 remain in full force and effect. 8 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 9 noticed defective Work, it is agreed that the Developer or City may cause any and all such 10 defective Work to be repaired and/or reconstructed with all associated costs thereof being borne 11 by the Principal and the Surety under this Maintenance Bond; and 12 PROVIDED FURTHER. that if any legal action be filed on this Bond. venue shall lie in 13 Tarrant County, Texas or the United States District Court for the Northern District of Texas. Fort 14 Worth Division; and 15 PROVIDED FURTHER, that this obligation shall be continuous in nature and 16 successive recoveries may be had hereon for successive breaches. 17 18 CITY OF FOR'r WORTH Walsh Raneh — Quail Valle'— Manning Area 6A— (PA6A) STANDARD CITY CONDITIONS — DIM?LOPIR AWARDED PROJECTS C itv Project No. 105665 Revised January 31,2012 006219-3 MAINTI NANCI7 BOND Page 3 or 3 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 20th day of 3 June .2o25 . 4 5 6 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 ATTEST: �Secretai, (Princpal 1 itness as Principal ATTEST: (Surety) Secretary ness to Surety PRINCIPAL: ConataPr Cnn-truction TX I ..P_ BY: Slgn� Brock Heins, President Name and Title Address: 5327 wichita street Fort Worth_ TX 76119 SURETY: Berkley Insurance Company BY: ��44z . -7-,•t Signature Robbi Morales, Attorney -in -fact Name and Title Address: 5005 LBJ Freeway Suite 1400 Dallas, TX 75244 Telephone Number: 214/989-0000 32 *Note: if signed by an officer of the Surety Company, there must be on file a certified 33 extract from the by-laws showing that this person has authority to sign such 34 obligation. If Surety's physical address is different from its mailing address, 35 both must be provided. 36 The date of the bond shall not be prior to the date the Contract is awarded. 37 END OF SECTION 38 CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — (PAW STANDARD CITY CONDITION:S — DEVI'LOPER AWARDED PRO) JEC T S City Project No. 10665 Rey i.ud January 31. 2012