Loading...
HomeMy WebLinkAboutContract 50134 CITY SECRETARY CONTRACT NO. COMPLETION AGREEMENT—LENDER FUNDED 1 s Completion Agreement("Agreement)is made and entered into by and among the City F� CF�t\�SEAR �f Fort Worth ("City"), and , a Texas Limited Liability Corporation("Developer"), and SOUTHWEST 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 18.328 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 17-063 or FS_; and WHEREAS, the Developer and the City have entered into a Community Facilities Agreement relating to the development of MORNINGSTAR - SECTION 6, PHASE 3("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. City of Fort Worth,Texas OFFICIAL lt6CORla Standard Completion Agreement—Lender-Funded CFA Official Release Date:07.01.2015 CITY SECRETARY Page 1 of 15 ��WORTH9 TX 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 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 SEVEN HUNDRED FORTY,SEVEN THOUSAND NINE HUNDRED.,ELEVEN and ZERO NINE CENTS Dollars ($747911.09), 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. Adiustments 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. City of Fort Worth,Texas Standard Completion Agreement—Lender-Funded CFA Official Release Date: 07.01.2015 Page 2 of 15 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 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. City of Fort Worth,Texas Standard Completion Agreement—Lender-Funded CFA Official Release Date:07.01.2015 Page 3 of 15 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 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 Riahts. 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 City of Fort Worth,Texas Standard Completion Agreement—Lender-Funded CFA Official Release Date:07.01.2015 Page 4 of 15 herein in lieu thereof. To the extent the CFA irreconcilably conflicts with this Agreement, the provisions of this Agreement shall control. 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 11 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. City of Fort Worth,Texas Standard Completion Agreement—Lender-Funded CFA Official Release Date:07.01.2015 Page 5 of 15 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 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: FG ALEDO DEVELOPMENT, LLC,KIM GILL 3045 LACKLAND ROAD FORT WORTH,TEXAS 76116 Email: kgill@sableholdings.com (iii) Notice to the Lender shall be addressed and delivered as follows: SOUTHWEST BANK,ALEC BARRY 2200 WEST 7TH STRFFT FORT WORTH,TEXAS 76102 Email: alec.barry@southwestbank.corn City of Fort Worth,Texas Standard Completion Agreement—Lender-Funded CFA Official Release Date: 07.01.2015 Page 6 of 15 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 15 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: Jesus J Chapa Natme: tIMBERLY GILL Assistant City Manager Title: PRESIDENT of KTFW INVESTMENTS, INC., MANAGER of !` DEVELOPER Date: Approved as to Form and Legality: Date: _ 12- 7 LENDER: Assistant City Attorney _ Name: ALEC BARRY ATTEST: Title: PRESIDENT, 7t" STREET FORT BANKING CENTER 0.. ary J. se U City Secretary *' M&C: hf A.--- Date: ` OFFICIAL RECOIL® City of Fort Worth,Texas CITE'SECRETARY Standard Completion Agreement Lender-Funded FTS WORTH,TX CFA Official Release Date: 07.01.2015 Page 8of15 KIMBERLY GILL, 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 KIMBERLY GILL. GUARANTOR By: Name: Title: ew , City of Fort Worth,Texas Standard Completion Agreement—Lender-Funded CFA Official Release Date:07.01.2015 OFFICIAL RECORD Page 9 of 15 CITY SECRETARY FT.WORTH,TX 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 15 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 i l of 15 EXHIBIT A STATE OF TEXAS COUNTY OF PARKER Whereas FG Aledo Development, LLC and FWFW Holdings, Inc. are the sole owners of a tract of land out of the P. J. McClary Survey,Abstract No. 907 and the J. Morris Survey,Abstract No. 927, and situated in Parker County,Texas, and surveyed by Miller Surveying, Inc. of Hurst,Texas in May of 2017, said tract being a portion of the same tract of land described in the deed to FG Aledo Development,LLC,recorded as Document No. 2014-10308 in the Deed Records of Parker County, Texas, and being a portion of the same tract of land described in the deed to FWFW Holdings,Inc.,recorded as Document No.2014-10303 in said Records and being more particularly described by metes and bounds as follows: Beginning at a 1/2 inch "MILLER 5665" capped steel rod found for the most easterly corner of Lot 25, Block 57, Morningstar, an addition to Parker County, Texas according to the plat thereof recorded in Cabinet D, Slide 560 of the Plat Records of Parker County,Texas; Thence North 25 degrees 20 minutes 46 seconds West a distance of 564.00 feet to a 1/2 inch "MILLER 5665" capped steel rod set; Thence North 15 degrees 56 minutes 16 seconds West a distance of 106.84 feet to a 1/2 inch "MILLER 5665" capped steel rod set; Thence North 00 degrees 45 minutes 44 seconds West a distance of 58.39 feet to a 1/2 inch "MILLER 5665" capped steel rod set; Thence North 89 degrees 14 minutes 16 seconds East a distance of 205.01 feet to a 1/2 inch "MILLER 5665" capped steel rod set; City of Fort Worth,Texas Standard Completion Agreement—Lender-Funded CFA Official Release Date:07.01.2015 Page 12 of 15 Thence South 65 degrees 58 minutes 48 seconds East a distance of 80.16 feet to a 1/2 inch "MILLER 5665" capped steel rod set; Thence North 41 degrees 22 minutes 35 seconds East a distance of 170.00 feet to a 1/2 inch "MILLER 5665" capped steel rod set for the beginning of a curve to the right with a radius of 300.00 feet and whose chord bears South 47 degrees 22 minutes 04 seconds East at 13.15 feet; Thence northwesterly with said curve along an arc length of 13.15 feet to a 1/2 inch "MILLER 5665" capped steel rod set for the end of said curve; Thence North 43 degrees 53 minutes 16 seconds East a distance of 125.43 feet to a 1/2 inch "MILLER 5665" capped steel rod set; Thence North 09 degrees 36 minutes 16 seconds East a distance of 468.51 feet to a 1/2 inch "MILLER 5665" capped steel rod set; Thence South 80 degrees 23 minutes 44 seconds East a distance of 133.02 feet to a 1/2 inch "MILLER 5665" capped steel rod set; Thence South 44 degrees 18 minutes 00 seconds East a distance of 705.92 feet to a 1/2 inch "MILLER 5665" capped steel rod set; Thence South 30 degrees 34 minutes 02 seconds East a distance of 249.04 feet to a 1/2 inch "MILLER 5665" capped steel rod set; Thence South 64 degrees 39 minutes 14 seconds West a distance of 305.01 feet to a 1/2 inch "MILLER 5665" capped steel rod found in the westerly right-of-way line of Missler Drive; City of Fort Worth,Texas Standard Completion Agreement—Lender-Funded CFA Official Release Date: 07.01.2015 Page 13 of 15 Thence South 25 degrees 20 minutes 46 seconds East a distance of 2.98 feet to a 1/2 inch "MILLER 5665" capped steel rod found for the northeast corner of Lot 14,Block 59,Morningstar, an addition to Parker County, Texas according to the plat thereof recorded in Cabinet _, Slide of the Plat Records of Parker County,Texas; Thence South 64 degrees 39 minutes 14 seconds West with the northerly boundary line of said Block 59 a distance of 657.26 feet to a 1/2 inch "MILLER 5665" capped steel rod found for the northwest corner of Lot 2 of said Block 59; Thence South 25 degrees 20 minutes 46 seconds East with the westerly boundary line of said Lot 2 a distance of 120.00 feet to a 1/2 inch "MILLER 5665" capped steel rod found in the northerly right-of-way line of Angel Trace Drive; Thence South 64 degrees 39 minutes 14 seconds West with said northerly right-of-way line a distance of 45.86 feet to a 1/2 inch "MILLER 5665" capped steel rod found; Thence North 70 degrees 20 minutes 46 seconds West continuing with said right-of-way line a distance of 14.14 feet to a 1/2 inch "MILLER 5665" capped steel rod found in the easterly right- of-way line of Palmerston Drive; Thence North 25 degrees 20 minutes 46 seconds West with said easterly right-of-way line a distance of 45.00 feet to a 1/2 inch "MILLER 5665" capped steel rod found; Thence South 64 degrees 39 minutes 14 seconds West a distance of 170.00 feet to the point of beginning and containing 18.328 acres of land, more or less; City of Fort Worth,Texas Standard Completion Agreement—Lender-Funded CFA Official Release Date:07.01.2015 Page 14 of 15 EXHIBIT B APPROVED BUDGET Section I Water $160041.00 Sewer $106079.00 Subtotal $266120.00 Section II Interior Streets $398250.34 Storm Drains $5641.2.00 Subtotal $454662.34 Section III Street Lights $68145.00 Sub-total $27128.75 TOTAL $747911.09 City of Fort Worth,Texas Standard Completion Agreement—Lender-Funded CFA Official Release Date:07.01.2015 Page 15 of 15 OAK OJECP ,;,_L, 0 qA TION Z4f < WES M14G MISTQRN N.T.S. OLD WEATHERFORD PATTERSON OLD WEATHER' P-ORD gRys CHA lt3 0 3 F 167TI 2 58 r Underw8o-d Cemetery UNION �ALEDO < cI c LOCATION MAP CITY PROJECT NO. 101090 WATER NO. 56008-0600430-101090-001580 MORNINGSTAR SEWER NO. 56008-0700430-101090-001380 STREET/STORM DRAIN NO. W-2518 SECTION 6, PHASE 3 X-24604 -WELCH ENGINEERING, INC. CONSUL TING ENGINE-ERS 1 v SCALE: 1"=200' T< o V'e 67 ',.��, o� � \ East s•; y ... � �10 � � ` �� 100% DEVELOPER'S COST 8' WATER LINES, FIRE HYDRANTS, GATE VALVES AND ASSOCIATED APPURTENANCES EXHIBIT 9OA99 CITY PROJECT NO. 101090 WATER NO. 56008-0600430-101090-001580 WATER IMPROVEMENTS SEWER NO. 56008-0700430-101090-001380 MORNINGSTAR STREET/STORM4STORM DRAIN NO. W-2518 X460SECTION 6, PHASE 3 WELCH EN0INEER11N0, INC. CONSUL T/NG ENG//VEERS £X15T. low-,' "„�.''� �'�` ANP \- ��.' ,.v ��S `.•v - SCALE: 1"=200' �,:✓'� -! . �'o•Ss \ . _ _. pRap• �C 0.55 5°R� ET , � QROP eR� 9� \ 2 7 tr� Y � / \Ia. ° 1-4 1 .� 1 E�isi: � �� \l \ .� � / EAST• � � '`` O %QST 1 100% DEVELOPER'S COST --�— 8" SANITARY SEWER LINES AND ASSOCIATED APPURTENANCES EXHIBIT "A-1" CITY PROJECT N0. 101090 SANITARY SEWER IMPROVEMENTS WATER NO. 56008-0600430-101090-001580 MORNINGSTAR SEWER NO. 56008-0700430-101090-001380 STREESECTION 6, PHASE 3 X-24604 STORM DRAIN N0. W-2518 WELCH ENGINEERING, I NC. CONSUL TING ENGINEERS i osj 0 �P� i SCALE: 1"=200' Rw SRI ry9e RE\N'Al. Rn, /S`S! S. m •.�tP �. �oDy 6 4, 1191 100% DEVELOPER'S COST 6" PAVEMENT W/2% CROSS SLOPE ON 6" LIME SUBGRADE EXHIBIT "B" CITY PROJECT NO. 101090 WATER NO. 56008-0600430-101090-001580 PAVING IMPROVEMENTS SEWER NO. 56008-0700430-101090-001380 M OR N I N GSTAR STREET/STORM ET/ TORM DRAIN NO. W-2518 4604 SECTION 6, PHASE 3 WELCH ENCU'-MFJ q0, I NC. CONSUL TING ENGINEERS 5'B-8 T bOT &1 TYP II CONC SETP-CD SAFETY `tJ FLUME ENO TREATMENT I `4 k 36-RCP � O _ 20'R z0' ,Q SCALE: 1"=200' ,t S v Al 10', 15, OR 20' INLET 100% DEVELOPER'S COST STORM SEWER AND INLET AND ASSOCIATED APPURTENANCES EXHIBIT 91B-199 CITY PROJECT NO. 101090 WATER NO. 56008-0600430-101090-001580 STORM DRAIN IMPROVEMENTS SEWER NO. 56008-0700430-101090-001380 MORNINGSTAR X-24604STORM DRAIN N0. W-2518 SECTION 6, PHASE 3 WELCH EN0D MFJ N0, I NC. CONSUL TING ENGINEERS Gel ! a�� SCALE: 1"=200' i� o �a6 A� 0 * -- PROPOSED STREET LIGHT (100% DEVELOPER'S COST) p -- PROPOSED STREET SIGN (100% DEVELOPER'S COST) ■ -- PROPOSED GROUND BOX (100% DEVELOPER'S COST) EXHIBIT 99CS9 CITY PROJECT NO. 101090 WATER NO. 56008-0600430-101090-001580 STREET LIGHTS SEWER NO. 56008-0700430-101090-001380 MORNINGSTAR STREET/STORM DRAIN NO. W-2518 SECTION 6, PHASE 3 WELCH ENGINEFJtlN0, I NC. CONSUL T/NG ENGINEERS 00 42 43 DAP-BID PROPOSAL Page 1 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM CFA VALUES 12/11/2017 MORNINGSTAR-SECTION 6,PHASE 3 CPN: 1010% UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Unit of Bid Item Description Unit Price Bid Value No. Section No. Measure UNIT I:WATER IMPROVEMENTS 1-1 3311.0161 6"Water Pipe 33 11 12 30 $28.00 $840.00 1-2 3311.0261 8"Water Pipe 33 1112 1,678 $31.00 $52,018.00 1-3 3312.3002 6"Gate Valve 33 1220 3 $950.00 $2,850.00 1-4 3312.3003 8"Gate Valve == I220 7 $1,050.00 $7,350.00 1-5 3312.0117 Connect.to Existing 4"-12"Water Main 33 1225 EA 2 $800.00 $1,600.00 1-6 3312.0001 Fire Hydrant 33 1240 EA 3 $3,600.00 $10,800.00 1-7 3311.0001 Ductile Iron Water Fittings 33 11 11 TON 3 $7.500.00 $22,500.00 1-8 3305.0109 Trench Safety 3305 10 LF 1.708 $1.00 $1,708.00 1-9 3312.2003 1"Water Service 33 1210 EA 69 $875.00 $60,375.00 TOTAL UNIT I:WATER IMPROVEMENTS $160.041.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version April 2,2014 20I3361`3-EXECUTED CONTRACT COST and QUANTITY MATRIX-SECTION 6 PHASE 3-12-11-17.xis 00 42 43 DAP-BID PROPOSAL Page 2 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM CFA VALUES 12/11/2017 MORNINGSTAR-SECTION 6,PHASE 3 CPN: 101090 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Unit of Bid Item Description Unit Price No. Bid Value Section No. Measure Quantity UNIT It:SANITARY SEWER IMPROVEMENTS 24 3331.4115 8"Sc, ht 33 3120 1,370 $36.00 $49,320.00 2-2 3331.4116 8"Sewer P[PC,LL33 l l 10 LF 20 $76 1W $1,520.00 2-3 3339.1001 4'Manhole 33 39 20 EA 6 $3,«, $23,400.00 2-4 3339.1003 4'Extra Depth Manhole 33 39 20 VF 6 $1;1, $900.00 2-5 3331.3101 4"Sewer Service,Two-way cleanout 33 31 50 EA 45 $4 - $20,250.00 2-6 3301.0002 Post-CCTV Inspection 33 01 31 LF 1,390 10 $4309.00 2-7 3301.0101 Manhole Vacuum Testing 330130 EA 6 $1f,�00 $990.00 2-8 3305 0109 Trench Safety 3305 10 LF 1,390 ,1.00 $1,390.00 2-9 9 91)111101 Connect to Existing Sanitary Sewer Main 33 It 10 EA 3 $500.00 $1,500.00 ;305-0107 Manhole Adjustment,Minor 3305 14 EA 5 $500.00 $1500.00 TOTAL UNIT II:SANITARY SEWER IMPROVEMENTS $106,079.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Foran Version April 2,2014 201336F3-EXECUTED CONTRACT COST and QUANTITY MATRIX-SECTION 6 PHASE 3-12-11-17.xls 00 42 43 DAP-BID PROPOSAL Page 3 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM CFA VALUES 12/11/2017 MORNINGSTAR-SECTION 6,PHASE 3 CPN: 101090 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Unit of Bid Item Description Unit Price Bid Value No. Section No. Measure Quantity UNIT III: DRAINAGE IMPROVEMENTS 3-1 3305.0109 Trench Safely 3305 I!' 720 $1.00 $220.00 3-2 3341.0302 30"RCP,Class III 3341 10 44 $78.00 $3,432.00 3-3 3341.0309 36"RCP,Class III 3341 10 176 $105.00 $18,480.00 34 3349.5003 20'Curb Inlet 33 49 20 EA 2 $9,200.00 $18,400.00 3-5 3117.0104 Medium Stone,Riprap,I)m 31 3700 SY 78 $85.00 $6,630.00 3-6 c1>`1y On I TXDOT 8:1 Type II SET:' .)End Treatment 33 49 40 EA 1 S'1. SU.0+1 $9,250.00 TOTAL UNIT III: DRAINAGE IMPROVEMENTS $56,412001 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Foam Version April 2,2014 201336F3-EXECUTED CONTRACT COST and QUANTITY MATRIX-SECTION 6 PHASE 3-12-11-17.xis 00 42 43 DAP-BID PROPOSAL Page 4 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM CFA VALUES 12/11/2017 MORNINGSTAR-SECTION 6,PHASE 3 CPN: 101090 UNIT PRICE BID Bidder's Application -oject Item Information Bidder's Proposal Bidli t Specification Unit of Bid INo tem Description Unit Price Bid Value Section No. Measure Quantity UNIT IV:PAVING IMPROVEMENTS 4-1 3213.0101 6"Conc Pvmt 32 i3 13 SY 8,197 $41.75 $342,27.1.75 4-2 3211.0501 6"Lime Treatment 321129 SY 8,730 $2.10 $18,1',.'.•x? ,,-3 3211.0400 Hvdrate Lime 32 11 29 131.00 $165.00 $21.(,1 : 4-4 3213.0501 Barrier Free Ramp-Type R-1 32 1320 EA 6 $1,218.00 4-5 3213.0504 Barrier Free Ramp-Type M-2 32 1320 EA 1 $1,145.00 $1.11, 4-6 3441.4003 Furnish&Install Ground Mount post w/Stop& 3441 30 EA 11 $5.2.'; )0 Directive $475.00 4-7 9999.0003 Street Name Plates for Street Intersection(4-blades) 3441 30 EA 16 $150.00 $2,400.00 TOTAL UNIT IV: PAVING IMPROVEMENTS $398,250.34 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Forth Version April 2,2014 201336F3-EXECUTED CONTRACT COST and QUANTITY MATRIX-SECTION 6 PHASE 3-12-11-17.ats 00 42 43 DAP-BID PROPOSAL Page 5 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM CFA VALUES 12/11/2017 MORNINGSTAR-SECTION 6,PHASE 3 CPN: 101090 UNIT PRICE BID Bidder's Application Project Item Information is Proposal Bidlist Specification Unit of Bid Item Description Unit Price E���� No Section No. Measure Quantity UNIT V: STREET L GHTING IMPROVEMENTS 5-1 9999.0000 Install Holophane-Columbia Aluminum Pole, 34 41 20 EA 15 $525.00 $7,875.00 Washington-14.5'Luminaire WFL-070W-4K-AS-B-L5-I{P7-PSC 5-2 3441.3001 Furnish/Install Rdwy Illum Foundation TY 7 3441 20 EA 15 $850.00 $12,750.00 5-3 2605.3015 Furnish/Install 2 Inch Conduit PVC SCH 80(T) 26 05 33 LF 605 $8.50 $5,142.50 54 3441.3401 Furnish/Install#6 Triplex Alum Electric Conductor 3441 10 LF 605 $2.25 $1,361,25 Note: Tri-County Electric is providing certain items labove TOTAL UNIT V:STREET LIGHTING IMEROVEMENTS1 $27,128.75 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version April 2,2014 201336F3-EXECUTED CONTRACT COST and QUANTITY MATRIX-SECTION 6 PHASE 3-12-11-17.xls 00 42 43 DAP-Bm PROPOSAL Page 7 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM CFA VALUEkw '2/11/2017 MORNINGSTAR-SECTION 6,PHASE 3 CPN: 101090 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidli,t Specification Unit of Bid Item )escription Unit Price Bid Value ,� Section No. Measure Quantity Bid Summary UNIT I:WATER IMPROVEMENTS $160,041.00 UNIT II:SANITARY SEWER IMPROVEMENTS $106,079.00 UNIT III:DRAINAGE IMPROVEMENTS $56,412.00 UNIT IV: PAVING IMPROVEMENTS $398,250.34 UNIT V:STREET LIGHTING IMPROVEMENTS $27,128.75 Total Construction Bid $747,911.09 Contractor agrees to complete WORK for FINAL ACCEPTANCE within #days 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 April 2,2014 201336F3-EXECUTED CONTRACT COST and QUANTITY MATRIX-SECTION 6 PHASE 3-12-11-17.xls