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