Loading...
HomeMy WebLinkAboutContract 48513 CITY SECRETARY CONTRACT NO. COMPLETION AGREEMENT—LENDER FUNDED This Completion Agreement ("Agreement) is made and entered into by and among the City of Fort Worth ("City"), and Wilbow - Llano Springs Development Corporation, a Texas Corporation ("Developer"), and Southside Bank ("Lender"), effective as of the date subscribed by the City's City Manager or Assistant City Manager. The City, the Developer and the Lender are hereinafter collectively called the "Parties". WITNESSETH: WHEREAS, the Developer owns that certain tract of real property that contains approximately 119.296!acres that is located in the City, the legal description of which tract of real property is marked Exhibit "A"—Legal Description, attached hereto and incorporated herein for all purposes ("Property"); and WHEREAS, the Developer intends to develop the Property as an addition to the City through plat FP-16-068 or FS; and WHEREAS, the Developer and the City have entered into a Community Facilities Agreement relating to the development of Primrose Crossing—Phase 1D ("CFA"); and WHEREAS, the City has required certain assurances of the availability of funds to complete the water and sewer utilities, streets/paving, storm drain, street lights and street signs for the development of the Property("Improvements"), and WHEREAS, in order to provide such assurances as have been required by the City, the Lender has agreed to advance certain funds to the City for Hard Costs (which term is hereinafter defined) subject to, and in accordance with, the terms, provisions and conditions of this Agreement; and WHEREAS, the Developer has granted to the Lender as additional security for the Loan (which term is hereinafter defined) a security interest in all plans and specifications for the development of the Property (collectively, the "Plans"); and WHEREAS, the Parties desire to set forth the terms and conditions of such accommodations as are described above. NOW THEREFORE, for and in consideration of the benefits to be derived from the mutual observance by the Parties of the terms and conditions hereof, and for and in consideration 1234 City of Fort Worth,Texas QM Ss Standard Completion Agreement—Lender-Funded Q. cP CFA Official Release Date:07.01..2015 � Page 1 of 13 01 OFFICIAL RECORD 0 CITY SECRETARY a+ ^ FT.WORTH, TX e 9 .� ,r of Ten Dollars ($10.00) and other good and valuable consideration, the receipt, adequacy and sufficiency of which are hereby acknowledged, the Parties agree as follows: 1. Recitals. The foregoing recitals are true, correct and complete and constitute the basis for this Agreement and they are incorporated into this Agreement for all purposes. 2. The Completion Amount. The City and the Developer agree that the Hard Costs required to complete the Improvements in the aggregate should not exceed the sum of one million, two hundred thirty-four thousand, three hundred sixty-six dollars, and seventy-four cents ($1,234,366.74), hereinafter called the "Completion Amount". Notwithstanding the foregoing, it is acknowledged that the actual costs of completion of the Improvements may vary as a result of change orders agreed to by the Parties, but such variances for the purposes of this Agreement shall not affect the Completion Amount as used herein. 3. Adjustments to the Completion Amount. The Lender may from time to time make advances to the Developer for the development of the Property under the development loan that has been made by the Lender to the Developer for the purpose of financing the costs of constructing the Improvements for the Property (the "Loan") subject to, and in accordance with, the terms, conditions and provisions of the Loan Documents (which term is hereinafter defined) evidencing and securing the Loan. Some of those advances shall be for Hard Costs as specified in the "Approved Budget" relating to the Loan, a copy of which Approved Budget is marked Exhibit "B", attached hereto and incorporated herein for all purposes, with the Hard Costs line items highlighted. The term "Hard Costs" shall mean the actual costs of construction and installation of the Improvements. To the extent that advances under the Loan are for the payment of Hard Costs, the Completion Amount shall be deemed reduced, dollar for dollar. The Lender may withhold statutory retainage from any advances under the Loan or pursuant to this Agreement. All such retainage withheld, to the extent it is attributable to Hard Costs, shall also reduce the Completion Amount dollar for dollar. All retainage withheld by the Lender for Hard Costs that are advanced to the City pursuant to this Agreement shall be released to the City as provided in the Texas Property Code upon expiration of the statutory retainage period. 4. Completion by the Developer. The Developer agrees to complete the Improvements on or before the date for completion that is established in the Loan Documents City of Fort Worth,Texas Standard Completion Agreement—Lender-Funded CFA Official Release Date: 07.01.2015 Page 2 of 13 plus thirty (30) days (the "Completion Date"), in accordance with the CFA, the Plans approved by the Lender and the City and all documents evidencing or securing the Loan (collectively, the "Loan Documents"). For the purposes of this Agreement, the development of the Property shall be deemed complete upon acceptance by the City of the Improvements. The City shall promptly notify the Lender and the Developer upon such acceptance. 5. Completion by the City. In the event that either: (A) the development of the Property is not completed by the Completion Date for any reason whatsoever, or (B) the Developer is in default under the Loan, then the Lender, at its sole option, may request the City to complete development. The City may, at its sole option and at the cost and expense of the Developer, within 10 days from receipt of Lender's request, notify Lender that it will undertake to complete the Improvements and the City shall then commence, pursue, and complete the Improvements in a reasonably timely, diligent and workmanlike manner in accordance with the Plans, subject to the terms of this Agreement. The Lender and the Developer agree that the City may use the Plans as necessary to complete the Improvements. If the City does not timely elect to complete the construction of the Improvements or if the Lender does not request the City to complete construction of the Improvements, then the Lender may at its election terminate this Agreement, or at its option, proceed to complete the Improvements, or foreclose on any of its collateral, or take any and all such action as may be provided under the Loan Documents. 6. Advance of Completion Costs to the City and Delivery of Hard Costs Collateral to the City. In the event the Lender has requested the City and the City has elected to complete the Improvements, Lender shall transfer to the City all remaining undisbursed Hard Costs specified in the Approved Budget within 10 days of the date that the City elected to complete and provided Lender with written notice of such election. The Developer hereby authorizes and instructs the Lender to make the transfer of any remaining undisbursed Hard Costs specified in the Approved Budget to the City within 10 days of notification that the City elects to complete the Improvements. In the event the cost to complete the Improvements exceeds the moneys transferred to the City, City shall notify Lender and Developer in writing of the need of additional funds. The City of Fort Worth,Texas Standard Completion Agreement—Lender-Funded CFA Official Release Date: 07.01.2015 Page 3 of 13 additional funds required to complete the Improvements shall be delivered to the City within 10 business days following notification to Lender and Developer. Failure to deliver the additional funds shall relieve the City of the obligation to complete the Improvements, in which event City shall use the Hard Costs funds in its possession to pay the contractor(s) all funds due it/them. Any remaining undisbursed Hard Costs shall be returned to Lender within a reasonable time. 7. Completion by the Lender. The Lender may, at its discretion, but shall not be obligated to, undertake to complete the Improvements if there is any default under any Loan Documents in lieu of requesting the City to complete the Improvements. If the Lender elects to complete the Improvements, any Hard Costs it expends shall, dollar for dollar, reduce the Completion Amount. 8. Easements. In the event the City or the Lender undertakes the completion of the Improvements, the Developer (and to the extent necessary the Lender) grants to the City and the Lender open access to the Property and shall execute and deliver such temporary easements over and across the entirety of the Property for the purpose of access and use for the completion of the construction of the Improvements in accordance with this Agreement. To the extent requested by the City and the Lender, written temporary construction easements in form acceptable to the City and the Lender shall be executed by the Developer and filed of record. Nothing in this paragraph shall reduce any rights of the Lender or obligations of the Developer under the Loan Documents. 9. Lender's Rights. Nothing in this Agreement shall affect any portion of the Lender's collateral for the Loan or limit or impair the Lender's right to foreclose the same or deal with the collateral as it elects in accordance with the Loan Documents. 10. Satisfaction of the City Requirements. The City agrees that the assurances and covenants contained in this Agreement satisfy all requirements of the City with respect to Developer's performance bond or other financial security in connection with the development of the Property and the completion of the Improvements that are contained in the CFA or in any other agreement relating thereto, and the City hereby accepts the assurances and covenants contained herein in lieu thereof. To the extent the CFA irreconcilably conflicts with this Agreement, the provisions of this Agreement shall control. City of Fort Worth,Texas Standard Completion Agreement—Lender-Funded CFA Official Release Date: 07.01.2015 Page 4 of 13 11. Termination. This Agreement shall terminate upon the earlier to occur of the following: (a) acceptance by the City of the Improvements; (b) mutual written agreement of all of the Parties; or (c) the reduction of the Completion Amount to zero. However, release of the plat shall be governed by paragraph 12 hereof and termination pursuant to (b) or (c) of this paragraph 1 I shall not require the City to release the plat. 12. Final Plat. The Parties acknowledge and agree that the City shall hold the final plat of the Property until the Improvements are completed and accepted by the City and all Hard Costs contractors have been paid, less retainage. Upon acceptance by the City and receipt of evidence from the Developer showing that all Hard Costs contractors have been paid, including but not necessarily limited to lien waivers and bills paid affidavits, the City shall within a reasonable time file the final plat for the Property in the Plat Records of the county where the Property is located. The purpose of the City retaining the final plat of the Property as provided herein is to guarantee the Developer's obligations under the CFA are completed. 13. Construction Contracts. Developer agrees to include in each Construction contract that it enters into for the completion of the Improvements the following: a.A statement that the City is not holding any security to guarantee any payment for work performed on the Improvements; b. A statement that the Property is private property and that same may be subject to mechanic's and materialman's liens; c. A requirement that each contractor contracting with the Developer release the City from any claim that is related to the Property of the Improvements; and d. A requirement that each contractor contracting with the Developer include in each subcontract the statements contained in a., b., and c. above. 14. Miscellaneous. A. Non-Assignment of Agreement. This Agreement may not be assigned by any of the Parties without the prior written consent of all the other Parties. B. Notice. Any notice required or permitted to be delivered under this Agreement shall be deemed received on actual receipt by the appropriate party at the following addresses: (i) Notice to the City shall be addressed and delivered as follows: City of Fort Worth,Texas Standard Completion Agreement—Lender-Funded CFA Official Release Date: 07.01.2015 Page 5 of 13 City of Fort Worth Planning and Development Department 1000 Throckmorton Street Fort Worth, Texas 76102 Attention: CFA Division Julie Westerman, Development Manager Email: Julie.Westerman@fortworthtexas.gov Confirmation Number: 817-392-2677 and/or Attention: CFA Division Email: cfa@fortworthtexas.gov Confirmation Number: 817-392-2025 With a copy thereof addressed and delivered as follows: Douglas W. Black Office of the City Attorney City of Fort Worth 1000 Throckmorton Street Fort Worth, Texas 76102 Confirmation Number: 817-392-7615 (ii) Notice to the Developer shall be addressed and delivered as follows: Wilbow- Llano Springs Development Corporation Attn: Jennifer Rabon 4131 N. Central Expy, Suite 990 Dallas, TX 75204 Email: jrabon@wilbowusa.com (iii) Notice to the Lender shall be addressed and delivered as follows: Southside Bank Attn: Mark Cundiff 1320 S. University Drive, Suite 900 Fort Worth, Texas 76107 Email: mark.cundiff@southside.com City of Fort Worth,Texas Standard Completion Agreement—Lender-Funded CFA Official Release Date: 07.01.2015 Page 6 of 13 A party may change its address for notice upon prior written notice to the other parties pursuant to the terms hereof. C. Texas Law to Apply. This Agreement shall be construed under and in accordance with the laws of the State of Texas. D. Parties Bound. This Agreement shall be binding upon and inure to the benefit of the Parties and their respective legal representatives, successors and assigns. E. Legal Construction. In case any one or more of the provisions contained in this Agreement shall for any reason is held to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability shall not affect any other provision of this Agreement, and this Agreement shall be construed as if such invalid, illegal, or unenforceable provision had never been contained in this Agreement. F. Prior Agreements Superseded. This Agreement constitutes the sole and only agreement of the Parties with respect to the subject matter hereof and supersedes any prior understandings or written or oral agreements among the Parties concerning the subject matter hereof, provided, however, that this Agreement shall not supersede, amend or modify any of the Loan Documents or any portion thereof. G. Amendment. This Agreement may only be amended by a written instrument executed by all of the Parties to his Agreement. H. Headings. The headings that are used in this Agreement are used for reference and convenience purposes only and do not constitute substantive matters to be considered in construing the terms and provisions of this Agreement. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) City of Fort Worth,Texas Standard Completion Agreement—Lender-Funded CFA Official Release Date: 07.01.2015 Page 7 of 13 ACCORDINGLY, the City of Fort Worth, Developer and Lender have each caused this instrument to be executed in quadruplicate in each entity's respective name by its duly authorized signatories effective as of the date executed by the City's City Manager or his/her designee.: CITY OF FORT WORTH: DEVELOPER: Wilbow- Llano Springs Development � Corporation dG�✓sem c... Assistant City Manager C170 Name: Jennifer Rabon Title: VP of Development Date: �a�o1 3 6 Approved as to Form and Legality: Date: ` y ✓ LENDER: �!�f��• Southside Bank k Q,tt�14. AA.Y_rce.lc v� Assistant City Attorney ATTEST: N e: Marl-, Cu Title: EVP Real Esti e,North Texas Region a y J. Kayser City Secretary pF FoR,). M&C: Date: Foww 1216 .• nlIA- �AS City of Fort Worth,Texas Standard Completion Agreement—Lender-Funded OFFICIAL RECORD CFA Official Release Date: 07.01.2015 CITY SECRETARY Page 8 of 13 FT.WORTH,TX Lawrence Corson, the Guarantor of the Development Loan, is executing this Completion Agreement for the sole purpose of acknowledging that advances that are made by the Lender pursuant to this Completion Agreement shall be deemed to be advances that are made under the Loan that shall be subject to and covered by the Loan Documents and the Guaranty Agreement that was executed by Lawrence Corson. GUARANTOR W�Ib� I��Pr�n�s �e.�elop C,qo o By: Name: La rence Corson Title: Co-President City of Fort Worth,Texas Standard Completion Agreement—Lender-Funded CFA Official Release Date: 07.01.2015 Page 9 of 13 List of Exhibits to the Completion Agreement Attachment 1 —Changes to the Standard Completion Agreement Exhibit A- Legal Description Exhibit B - Approved Budget City of Fort Worth,Texas Standard Completion Agreement—Lender-Funded CFA Official Release Date: 07.01.2015 Page 10 of 13 ATTACHMENT"1" Changes to Standard Completion Agreement None City of Fort Worth,Texas Standard Completion Agreement—Lender-Funded CFA Official Release Date: 07.01.2015 Page 11 of 13 EXHIBIT A City of Fort Worth,Texas Standard Completion Agreement—Lender-Funded CFA Official Release Date: 07.01.2015 Page 12 of 13 OWNER'S CERTIFICATE STATE OF TEXAS )( COUNTY OF TARRANT )( WHEREAS WILBOW-LLANO SPRINGS DEVELOPMENT CORPORATION, INC. IS THE SOLE OWNER OF A 19.296 ACRE TRACT OF LAND SITUATED IN THE JUAN JOSE ALBIRADO SURVEY, ABSTRACT NO. 4, CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, AND BEING PART OF A CALLED 28.414 ACRE TRACT OF LAND CONVEYED AS TRACT I TO MMCAD, LLC., BY DEED RECORDED IN COUNTY CLERK'S FILE NO. D210260512, OFFICIAL PUBLIC RECORDS, TARRANT COUNTY, TEXAS. SAID 19.296 ACRE TRACT WITH BEARING BASIS BEING GRID NORTH, TEXAS STATE PLANE COORDINATES, NORTH CENTRAL ZONE, NAD83 (NAD83 (2011) EPOCH 2010), DETERMINED BY GPS OBSERVATION, CALCULATED FROM DALLAS CORS ARP (PID-DF8984) AND ARLINGTON RRP2 CORS ARP (PID-DF5387), AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: BEGINNING AT A 5/8" CAPPED IRON ROD STAMPED "PELOTON"FOUND FOR AN INTERIOR ELL CORNER OF SAID TRACT I AND THE COMMON SOUTHEAST CORNER OF PRIMROSE CROSSING, PHASE 1C, AN ADDITION TO THE CITY OF FORT WORTH, AS RECORDED IN CABINET A, SLIDE 12096, PLAT RECORDS, TARRANT COUNTY, TEXAS. SAID POINT BEING ON THE WEST RIGHT-OF-WAY LINE OF CHISHOLM TRAIL PARKWAY, A VARIABLE WIDTH RIGHT-OF-WAY; THENCE, SOUTH 00 DEGREES 24 MINUTES 19 SECONDS EAST, ALONG SAID WEST RIGHT-OF-WAY LINE OF SAID CHISHOLM TRAIL PARKWAY, A DISTANCE OF 1,145.00 FEET TO A 5/8" IRON ROD WITH A YELLOW PLASTIC CAP STAMPED "JACOBS" SET FOR AN INTERIOR ELL CORNER OF AFORESAID TRACT 1, AND THE COMMON NORTHEAST CORNER OF A CALLED 11.681 ACRE TRACT OF LAND CONVEYED TO FAIRBANKS TRAIL, LLC., BY DEED RECORDED IN COUNTY CLERK'S FILE NO. D205384512, OFFICIAL PUBLIC RECORDS, TARRANT COUNTY, TEXAS; THENCE, SOUTH 89 DEGREES 36 MINUTES 25 SECONDS WEST, ALONG THE SOUTH LINE OF SAID TRACT I AND THE COMMON NORTH LINE OF SAID 11.681 ACRE TRACT, A DISTANCE OF 797.91 FEET TO A 5/8" IRON ROD WITH CAP STAMPED "CARTER BURGESS" FOUND FOR THE MOST WESTERLY SOUTHWEST CORNER OF SAID TRACT 1, AND THE COMMON SOUTHEAST CORNER OF SAID PRIMROSE CROSSING, PHASE 1C; THENCE, ALONG THE COMMON LINES OF SAID TRACT I AND SAID PRIMROSE CROSSING, PHASE 1C, THE FOLLOWING COURSES AND DISTANCES: NORTH 00 DEGREES 23 MINUTES 35 SECONDS WEST, A DISTANCE OF 125.00 FEET TO A 5/8" CAPPED IRON ROD WITH CAP STAMPED "PELOTON"FOUND C:\Users\TalleyBC\AppData\Local\Microsoft\Windows\Temporary Internet Files\Content.Outlook\9TVU7GPD\WFXK4503PAO1-PH1D.docx Page 1 of 3 FOR CORNER ON THE SOUTH RIGHT-OF-WAY LINE OF DEW PLANT WAY, A 50 FOOT RIGHT-OF-WAY OF SAID PRIMROSE CROSSING, PHASE 1C; NORTH 89 DEGREES 36 MINUTES 25 SECONDS EAST, A DISTANCE OF 18.21 FEET TO A 5/8" CAPPED IRON ROD WITH CAP STAMPED "PELOTON" FOUND FOR CORNER; NORTH 00 DEGREES 23 MINUTES 35 SECONDS WEST, A DISTANCE OF 345.00 FEET TO A 5/8" CAPPED IRON ROD WITH CAP STAMPED "PELOTON"FOUND FOR CORNER ON THE NORTH RIGHT-OF-WAY LINE OF JAPONICA STREET, A 50 FOOT RIGHT-OF-WAY OF SAID PRIMROSE CROSSING, PHASE 1C; SOUTH 89 DEGREES 36 MINUTES 25 SECONDS WEST, A DISTANCE OF 2.60 FEET TO A 5/8" CAPPED IRON ROD WITH CAP STAMPED "PELOTON" FOUND FOR CORNER; NORTH 00 DEGREES 23 MINUTES 35 SECONDS WEST, A DISTANCE OF 295.00 FEET TO A 5/8" CAPPED IRON ROD WITH CAP STAMPED "PELOTON" FOUND FOR CORNER ON THE NORTH RIGHT-OF-WAY LINE OF WAKE ROBIN DRIVE, A 50 FOOT RIGHT-OF-WAY OF SAID PRIMROSE CROSSING, PHASE 1C; SOUTH 89 DEGREES 36 MINUTES 25 SECONDS WEST, A DISTANCE OF 2.20 FEET TO A 5/8" CAPPED IRON ROD WITH CAP STAMPED "PELOTON" FOUND FOR CORNER; NORTH 00 DEGREES 23 MINUTES 35 SECONDS WEST, A DISTANCE OF 115.00 FEET TO A 5/8" CAPPED IRON ROD WITH CAP STAMPED "CARTER BURGESS" FOUND FOR CORNER ON THE SOUTH RIGHT-OF-WAY LINE OF ALLEY L, A 15 FOOT RIGHT-OF-WAY OF SAID PRIMROSE CROSSING, PHASE 1C; NORTH 89 DEGREES 36 MINUTES 25 SECONDS EAST, A DISTANCE OF 240.00 FEET TO A 5/8" CAPPED IRON ROD WITH CAP STAMPED "PELOTON"FOUND FOR CORNER; NORTH 00 DEGREES 23 MINUTES 35 SECONDS WEST, A DISTANCE OF 130.00 FEET TO A 5/8" CAPPED IRON ROD WITH CAP STAMPED "PELOTON" FOUND FOR CORNER ON THE SOUTH RIGHT-OF-WAY LINE OF FIR TREE LANE, A 50 FOOT RIGHT-OF-WAY OF SAID PRIMROSE CROSSING, PHASE 1C; NORTH 89 DEGREES 36 MINUTES 25 SECONDS EAST, A DISTANCE OF 40.00 FEET TO A 5/8" CAPPED IRON ROD WITH CAP STAMPED "PELOTON" FOUND FOR CORNER; NORTH 00 DEGREES 23 MINUTES 35 SECONDS WEST, A DISTANCE OF 50.00 FEET TO A 5/8" CAPPED IRON ROD WITH CAP STAMPED "PELOTON"FOUND FOR CORNER ON THE NORTH RIGHT-OF-WAY LINE OF SAID FIR TREE LANE; C:\Users\TalleyBC\AppData\Local\Microsoft\Windows\Temporary Internet Files\Content.Outlook\9TVU7GPD\WFXK4503PA01-PH1D.docx Page 2 of 3 SOUTH 89 DEGREES 36 MINUTES 25 SECONDS WEST, A DISTANCE OF 1.33 FEET TO A 5/8" CAPPED IRON ROD WITH CAP STAMPED "PELOTON" FOUND FOR CORNER; NORTH 00 DEGREES 23 MINUTES 35 SECONDS WEST, A DISTANCE OF 110.00 FEET TO A 5/8" CAPPED IRON ROD WITH CAP STAMPED "CARTER BURGESS" FOUND FOR CORNER ON THE SOUTH RIGHT-OF-WAY LINE OF ALLEY J, A 15 FOOT RIGHT-OF-WAY OF SAID PRIMROSE CROSSING, PHASE 1C; NORTH 89 DEGREES 36 MINUTES 25 SECONDS EAST, A DISTANCE OF 465.59 FEET TO A 5/8" CAPPED IRON ROD WITH CAP STAMPED "PELOTON"FOUND FOR CORNER; SOUTH 45 DEGREES 23 MINUTES 57 SECONDS EAST, A DISTANCE OF 35.36 FEET TO A 5/8" CAPPED IRON ROD WITH CAP STAMPED "PELOTON"FOUND FOR CORNER; NORTH 89 DEGREES 36 MINUTES 25 SECONDS EAST, A DISTANCE OF 15.00 FEET TO THE POINT OF BEGINNING AND CONTAINING A CALCULATED AREA OF 19.296 ACRES OF LAND. C:\Users\TalleyBC\App0ata\Local\Microsoft\Windows\Temporary Internet Files\Content.Outlook\9TVU7GPD\WFXK4503PAO1-PHiD.docx Page 3 of 3 EXHIBIT B APPROVED BUDGET Section I Water $225,068.80 Sewer $214,083.00 Subtotal $439,151.80 Section 11 Interior Streets $645,683.09 Storm Drains $98,391.1`0 Subtotal $744,074.19 Section III Street Lights $51,140,75 Sub-total $51,140.75 TOTAL $1,234,366.74 City of Fort Worth,Texas Standard Completion Agreement—Lender-Funded CFA Official Release Date: 07.01.2015 Page 13 of 13 00 42 43-Utilities DAP-BID PROPOSAL Page 1 of 8 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Specification Unit of Bid Bidlist Item No. Description Section No. Measure Quantity Unit Price Bid Value UNIT I:WATER IMPROVEMENTS 3305.0003 8"Waterline Lowering EA 33 05 12 1 $5,500.00 $5,500.00 3305.0109 Trench Safety for Water LF 33 05 10 3,207 $1.00 $3,207.00 3311.0001 Ductile Iron Water Fittings w/Res TON 3311 11 1.14 $5,500.00 $6,270.00 3311.0241 8"Water Pipe LF 3311 10, 3,207 $27.40 $87,871.80 3311 12 3312.0001 Fire Hydrant EA 1331240 4 $3,500.00 $14,000.00 3312.0117 Connection to Existing 4"-12"Water Main EA 1331225 4 $50.00 $200.00 3312.2003 1"Water Service EA 1331210 128 $790.00 $101,120.00 3312.3003 8"Gate Valve EA 1331220 6 $1,150.00 $6,900.00 TOTAL UNIT I:WATER IMPROVEMENTS $225,068.80 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September 1,2015 00 42 43_B id Proposal_DAP_Phase 1 D 00 42 43-Utilities DAP-BID PROPOSAL Page 2 of 9 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Unit of Unit Price Bid Value Section No. Measure QBiduantity UNIT II:SANITARY SEWER IMPROVEMENTS 0241.2014 Remove 10"Sewer Line 0241 14 LF 10 $5.00 $50.00 3301.0002 Post-CCTV Inspection 3301 31 LF 3117 $2.75 $8,571.75 3301.0101 Manhole Vacuum Testing 3301 30 EA 15 $150.00 $2,250.00 3305.0109 Trench Safety 33 05 10 LF 3117 $1.00 $3,117.00 3305.0113 Trench Water Stops 33 05 15 EA 9 $250.00 $2,250.00 3305.0116 Concrete Encasement for Utility Pipes 33 05 10 CY 21 $125.00 $2,625.00 3331.3101 4"Sewer Service 3331 50 EA 115 $275.00 $31,625.00 3311 10,33 3331.4115 8"Sewer Pipe-SDR 26 31 12,3331 LF 3117 $29.25 $91,172.25 20 3339.0001 Epoxy Manhole Liner 33 39 60 VF 45.261 $250.00 $11,315.00 3339.1003 4'Extra Depth Manhole 33 39 10,33 VF 33.38 $150.00 $5,007.00 3920 3339.1001 4'Manhole 33 39 10,33 EA 12 $3,300.00 $39,600.00 3920 3339.1002 4'Drop Manhole 333910' 33910,33 EA 3 $5,500.00 $16,500.00 3920 TOTAL UNIT II:SANITARY SEWER IMPROVEMENTS1 $214,083.00 CITY OF FORT NORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September 1,2015 00 42 43 Bid Proposal_DAP_Phase I D 00 42 43-Utilities DAP-BID PROPOSAL Page 3 of R SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Unit of Bid Unit Price Bid Value Section No. I Measure Quantity UNIT III:DRAINAGE IMPROVEMENTS 0241.4201 Remove 4'Drop Inlet 0241 14 EA 1 $250.00 $250.00 3137.0102 Large Stone Riprap,dry 31 3700 SY 20 $140.00 $2,800.00 3305.0109 Trench Safety 33 05 10 LF 784 $1.00 $784.00 3339.1001 4'Storm Manhole 33 39 10,33 EA 3 $3,900.00 $11,700.00 3920 3341.0201 21"RCP,Class III 3341 10 LF 56 $54.40 $3,046.40 3341.0205 24"RCP,Class III 3341 10 LF 297 $61.40 $18,235.80 3341.0302 30"RCP,Class III 3341 10 LF 387 $82.70 $32,004.90 3341.0309 36"RCP,Class III 3341 10 LF 44 $140.00 $6,160.00 3349.5001 10'Curb Inlet 33 49 20 EA 5 $4,100.00 $20,500.00 9999.0001 Connect to Existing 24"RCP .000000 EA 1 $10.00 $10.00 9999.0002 36"CH-FW-0 3:1 Headwall 1000000 EA 1 $2,900.001 $2,900.00 TOTAL UNIT III:DRAINAGE IMPROVEMENTS1 $98,391.10 CITY OF FORT NORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September 1,2015 0042 43_Bid Proposal_DAP_Phase ID 00 42 43-Utilities DAP-BID PROPOSAL Page 4 o1`8 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal on Unit of Bid Bidlist Item No. Description SpecificatiSection No. Measure Quantity Unit Price Bid Value Bid Summary UNIT I:WATER IMPROVEMENTS $225,068.80 UNIT II:SANITARY SEWER IMPROVEMENTS $214,083.00 UNIT III:DRAINAGE IMPROVEMENTS $98,391.10 Total Construction Bid $537,542.90 Contractor agrees to complete WORK for FINAL ACCEPTANCE d calendar days after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Foran Version September 1,2015 00 42 43 Bid Proposal_DAP_Pimse I D 00 42 43-Paving DAP-BIDPROPOSAL Page 5 of 8 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Specification Unit of Bid Bidlist Item No. Description Section No. Measure Quantity Unit Price Bid Value UNIT IV:PAVING IMPROVEMENTS 3211.0400 Hydrated Lime 30 lbs/s32 11 29 TN 164 $146.20 $23,976.80 3211.0501 6"Lime Treatment 3211 29 SY 10,925 $2.39 $26,110.75 3213.0101 6"Conc Pvmt 32 13 13 SY 10,227 $33.21 $339,638.67 9999.0007 6,,Conc Pvmt(Alley Section 32 13 13 SY 4,517 $37.52 $169,477.84 3211.0111 4"Flexible Base,Type A,GR-1 32 11 23 SY 4,949 $10.75 $53,201.75 3213.0501 Barrier Free Ramp,Type R-1 32 13 20 EA 2 $1,505.80 $3,011.60 3213.0504 Barrier Free Ramp,Type M-2 32 13 20 EA 2 $1,473.45 $2,946.90 3213.0506 Barrier Free Ramp,Type P-1 32 13 20 EA 16 $1,385.98 $22,175.68 9998.0003 Remove Barricade and Connect to Existing 00 00 00 Pavement EA 10 $263.61 $2,63610 9999.0004 Stop Signs 00 00 00 EA 2 $163.50 $327.00 9999.0005 Street Name Blade 00 00 00 JEA 16 $54.50 $872.00 9999.0006 Street Sign Pole 1000000 JEA 1 4 $327.00 $1,308.00 TOTAL UNIT VI:PAVING IMPROVEMENTS1 $645,683.09 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September 1,2015 00 42 43_Bid Proposal_DAP_Phase ID 00 42 43-Paving DAP-BIDPROPOSAL Page 6 of R SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Unit of Bid Unit Price Bid Value Section No. I Measure Quantity Bid Summary UNIT IV:PAVING IMPROVEMENTS $645,683.09 Total Construction Bid $645,683.09 Contractor agrees to complete WORK for FINAL ACCEPTANCE calendar days after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September I,2015 00 42 43_Bid Proposal_DAP_Phase ID 00 42 43-Street Light DAP-BID PROPOSAL Page 7 of R SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item No. Description Specification Unit of Bid Unit Price Bid Value Section No. Measure Quantity UNIT V:STREET LIGHTING IMPROVEMENTS 2605.3015 2"CONDT PVC SCH 80 T 26 05 33 LF 870 $6.87 $5,976.90 3441.3201 LED Lighting Fixture(70W) 34 41 20 EA 15 $315.00 $4,725.00 3441.3345 Rdwy Ilium TY D-25-6 Pole 34 41 20 EA 15 $1,217.47 $18,262.05 3441.3301 Rdwy Ilium Foundation TY 4 34 41 20 EA 15 $862.46 $12,936.90 3441.3401 6-6-6 Triplex Alum Elec Conductor w/#10 34 41 20 Copper Ground in Pole OnlyLF 870 $2.19 $1,905.30 3441.1502 1 Ground Box Type B,w/Apron 13441 10 JEA 1 20 $366.73 $7,334.60 TOTAL UNIT V:STREET LIGHTING IMPROVEMENTS $51,140.75 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September I,2015 00 42 43 Bid Proposal_DAP_Phase I D 00 42 43-Street Light DAP-BID PROPOSAL Page R of 8 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Unit of Bld Unit Price Bid Value Section No. I Measure Quantity Bid Summary UNIT V:STREET LIGHTING IMPROVEMENTS $51,140.75 Total Construction Bid $51,140.75 Contractor agrees to complete WORK for FINAL ACCEPTANCE calendar days after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September 1,2015 0042 43_Bid Proposal_DAP_Phase ID