Loading...
HomeMy WebLinkAboutContract 53510 Received Date: Feb 10,2020 Received Time: 3:45 PM Developer and Project Information Cover Sheet: Developer Company Name: Ware Vista Southgate#1 L.P. Address, State,Zip Code: 8350 N. Central,Dallas,TX,75206 Phone&Email: 214-234-2574,Colton ,vistapropertyco.com Authorized Signatory,Title: Colton Wright ,Vice President Project Name: Southgate Marketplace Phase 1 Brief Description: Water,Sewer,Paving,Storm Drain, Street Lights Project Location: SW Comer of 35W and FM1187 Plat Case Number: FP-19-068 Plat Name: Southgate Marketplace Mapsco: Council District: 6 CFA Number: CFA19-0093 City Project Number: 1.02205 City of Fort Worth,Texas LOFFICUALCORD Standard Community Facilities Agreement-Southgate Marketplace Phase 1CFA Official Release Date:02.20.2017 TARY Page 1 of 14 ip �' STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. 53510 WHEREAS, Ware Vista Southgate #1 L.P., ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as Southgate Marketplace Phase 1 ("Project") within the City or the extraterritorial jurisdiction of Fort Worth, Texas("City"); and WHEREAS, the City has no obligation to participate in the cost of the Improvements or Project; and WHEREAS,any future City participation in this CFA is subject to the availability of City funds and approval by the Fort Worth City Council and shall be memorialized as an amendment to this Agreement; and WHEREAS, the Developer and the City desire to enter into this Community Facilities Agreement ("CFA" or "Agreement") in connection with the collective Improvements for the Project. NOW,THEREFORE,for and in consideration of the covenants and conditions contained herein,the City and the Developer do hereby agree as follows: General Requirements A. The Policy for the Installation of Community Facilities ("Policy") dated March 2001, approved by the City Council of the City of Fort Worth, as amended, is hereby incorporated into this Agreement as if copied herein verbatim. Developer agrees to comply with all provisions of said Policy in the performance of its duties and obligations hereunder and to cause all contractors hired by Developer to comply with the Policy in connection with the work performed by said contractors. B. Developer shall provide financial security in conformance with paragraph 6, Section II, of the Policy and recognizes that there shall be no reduction in the collateral until the Project has been completed and the City has officially accepted the Improvements. Developer further acknowledges that said acceptance process requires the Developer's contractor(s) City of Fort Worth,Texas Standard Community Facilities Agreement-Southgate Marketplace Phase I CFA Official Release Date:02.20.2017 OFFI AAL RECORD Page 2 of 14 y CM SECRETARY Fr. 'WORTH,TX to submit a signed affidavit of bills paid and consent of Surety signed by its surety to ensure the contractor has paid any sub-contractor(s) and suppliers in full. Additionally, the contractor will provide in writing that the contractor has been paid in full by Developer for all the services provided under this contract. C. Developer agrees to cause the construction of the Improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and the City-approved construction plans, specifications and cost estimates provided for the Project and the exhibits attached hereto. D. The following checked exhibits describe the Improvements and are incorporated herein: Water(A) ®, Sewer(A-1) ®,Paving(B) ®, Storm Drain(B-1) ®, Street Lights & Signs (C) Z. E. The Developer shall award all contracts for the construction of the Improvements in accordance with Section II,paragraph 7 of the Policy and the contracts shall be administered in conformance with paragraph 8, Section II, of the Policy. Developer shall ensure its contractor(s)pays the then-current City-established wage rates. F. For all Improvements included in this Agreement for which the Developer awards construction contract(s), Developer agrees to the following: i. To employ a construction contractor who is approved by the director of the department having jurisdiction over the infrastructure to be constructed, said contractor to meet City's requirements for being prequalified,insured,licensed and bonded to do work in public ways and/or prequalified to perform water/wastewater construction as the case may be. ii. To require its contractor to furnish to the City a payment and performance bond in the names of the City and the Developer for one hundred percent (100%) of the contract price of the infrastructure, and a maintenance bond in the name of the City for one hundred percent (100%) of the contract price of the infrastructure for a period of two (2) years from the date of final acceptance insuring the maintenance and repair of the constructed infrastructure during the term of the maintenance bond. All bonds to be furnished before work is commenced and to meet the requirements of Chapter 2253, Texas Government Code. City of Fort Worth,Texas Standard Community Facilities Agreement-Southgate Marketplace Phase 1 CFA Official Release Date:02.20.2017 Page 3 of 14 iii. To require the contractor(s)it hires to perform the construction work contemplated herein to provide insurance equal to or in excess of the amounts required by the City's standard specifications and contract documents for developer-awarded infrastructure construction contracts. The City shall be named as additional insured on all insurance required by said documents and same will be evidenced on the Certificate of Insurance (ACORD or other state-approved form) supplied by the contractor's insurance provider and bound in the construction contract book. iv. To require its contractor to give 48 hours advance notice of intent to commence construction to the City's Construction Services Division so that City inspection personnel will be available;to require the contractor to allow the construction to be subject to inspection at any and all times by City inspection forces,to not install or relocate any sanitary sewer, storm drain, or water pipe unless a responsible City inspector is present and gives his consent to proceed, and to make such laboratory tests of materials being used as may be required by the City. V. To require its contractor to have fully executed contract documents submitted to the City in order to schedule a Pre-Construction Meeting. The submittal should occur no less than 10 working days prior to the desired date of the meeting. No construction will commence without a City-issued Notice to Proceed to the Developer's contractor. vi. To delay connections of buildings to service lines of sewer and water mains constructed under this Agreement, if any, until said sewer and water mains and service lines have been completed to the satisfaction of the Water Department. G. Developer shall provide at its expense, unless otherwise agreed to by City, all engineering drawings and documents necessary to construct the improvements under this Agreement. H. Developer shall cause the installation or adjustment of the required utilities to serve the development or to construct the Improvements required herein. I. City shall not be responsible for payment of any costs that may be incurred by Developer in the relocation of any utilities that are or may be in conflict with any of the community facilities to be installed hereunder. City of Fort Worth,Texas Standard Community Facilities Agreement-Southgate Marketplace Phase 1 CFA Official Release Date:02.20.2017 Page 4 of 14 J. Developer hereby releases and agrees to indemnify, defend and hold the City harmless for any inadequacies in the preliminary plans,specifications and cost estimates supplied by the Developer for this Agreement. K. Developer agrees to provide, at its expense, all necessary rights of way and easements across property owned by Developer and required for the construction of the current and future improvements provided for by this Agreement. L. The Developer further covenants and agrees to, and by these presents does hereby, fully indemnify, hold harmless and defend the City, its officers, agents and employees from all suits,actions or claims of any character,whether real or asserted,brought for or on account of any injuries or damages sustained by any persons (including death) or to any property, resulting from or in connection with the construction, design, performance or completion of any work to be performed by said Developer, its contractors, subcontractors, officers, agents or employees, or in consequence of any failure to properly safeguard the work, or on account of any act, intentional or otherwise, neglect or misconduct of said Developer, its contractors, sub-contractors, officers, agents or employees, whether or not such iniuries, death or damages are caused, in whole or in Part, by the alleged negligence of the City of Fort Worth, its officers, servants, or employees. M. Developer will further require its contractors to indemnify, defend and hold harmless the City,its officers, agents and employees from and against any and all claims, suits or causes of action of any nature whatsoever, whether real or asserted, brought for or on account of any injuries or damages to persons or property, including death, resulting from,or in any way connected with,the construction of the infrastructure contemplated herein,whether or not such injuries, death or damages are caused, in whole or in part, by the alleged negligence of the City of Fort Worth, its officers, servants, or employees. Further,Developer will require its contractors to indemnify,and hold harmless the City for any losses, damages, costs or expenses suffered by the City or caused as a result of said contractor's failure to complete the work and construct the improvements in a good and workmanlike manner, free from defects, in conformance with the Policy, and in accordance with all plans and specifications. City of Fort Worth,Texas Standard Community Facilities Agreement-Southgate Marketplace Phase 1 CFA Official Release Date:02.20.2017 Page 5 of 14 N. Upon completion of all work associated with the construction of the Improvements, Developer will assign to the City a non-exclusive right to enforce the contracts entered into by the Developer with its contractor along with an assignment of all warranties given by the contractor,whether express or implied. Further,Developer agrees that all contracts with any contractor shall include provisions granting to the City the right to enforce such contracts as an express intended third party beneficiary of such contracts. O. Inspection and material testing fees are required as follows: i. Developer shall pay in cash water and wastewater inspection fees and material testing fees equal to two percent(2%) for a total of 4% of the developer's share of the total construction cost as stated in the construction contract. ii. Developer shall pay in cash paving and storm drain inspection fees equal to four percent(4%) and material testing fees equal to two percent(2%) for a total of 6% of the developer's share of the total construction cost as stated in the construction contract. iii. Developer shall pay in cash the total cost of streetlights or if the city is not installing the streetlights, inspection fees equal to four percent(4%) of the developer's share of the streetlight construction cost as stated in the construction contract. iv. Developer shall pay in cash the total cost of street signs. P. COMPLETION WITHIN 2 YEARS i. Developer shall complete the Improvements within two (2) years, provided, however, if construction of the Improvements has started within the two year period,the developer may request that the CFA be extended for one additional year. ii. Nothing contained herein is intended to limit the Developer's obligations under the Policy, this Agreement, its financial guarantee, its agreement with its contractor or other related agreements. iii. The City may utilize the Developer's financial guarantee submitted for this Agreement to cause the completion of the construction of the Improvements if at the end of two(2)years from the date of this Agreement(and any extension period) the Improvements have not been completed and accepted. iv. The City may utilize the Developer's financial guarantee to cause the completion of the construction of the Improvements or to cause the payment of costs for City of Fort Worth,Texas Standard Community Facilities Agreement-Southgate Marketplace Phase 1 CFA Official Release Date:02.20.2017 Page 6 of 14 construction of same before the expiration of two (2) years if the Developer breaches this Agreement, becomes insolvent or fails to pay costs of construction and the financial guarantee is not a Completion Agreement. If the financial guarantee is a Completion Agreement and the Developer's contractors and/or suppliers are not paid for the costs of supplies and/or construction, the contractors and/or suppliers may put a lien upon the property which is the subject of the Completion Agreement. Q. Developer acknowledges that in accordance with Chapter 2270 of the Texas Government Code,the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Developer certifies that Developer's signature provides written verification to the City that Developer: (1)does not boycott Israel; and(2)will not boycott Israel during the term of the contract. IMMIGRATION AND NATIONALITY ACT R. Developer shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form(I-9). Upon request by City, Developer shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Developer shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Developer employee who is not legally eligible to perform such services. DEVELOPER SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY DEVELOPER, DEVELOPER'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Developer, shall have the right to immediately terminate this Agreement for violations of this provision by Developer. City of Fort Worth,Texas Standard Community Facilities Agreement-Southgate Marketplace Phase 1 CFA Official Release Date:02.20.2017 Page 7 of 14 Cost Summary Sheet Project Name: Southgate Marketplace Phase 1 CFA No.: CFA19-0093 City Project No.: 102205 An Engineer's Estimate of Probable Cost is acceptable. However,the construction contract price will ultimately determine the amount of CFA fees and financial guarantee. The bid price and any additional CFA payments will be required prior to scheduling a pre-construction meeting. An itemized estimate corresponding to each project-specific exhibit is required to support the following information. Items Developer's Cost A. Water and Sewer Construction 1. Water Construction $ 323,407.55 2.Sewer Construction $ 434,676.50 Water and Sewer Construction Total $ 758,084.05 B. TPW Construction 1.Street $ 587,864.62 2.Storm Drain $ 101,336.00 3.Street Lights Installed by Developer $ 53,910.00 4. Signals $ - TPW Construction Cost Total $ 743,110.62 Total Construction Cost(excluding the fees): $ 1,501,194.67 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 15,161.68 D. Water/Sewer Material Testing Fee(2%) $ 15,161.68 Sub-Total for Water Construction Fees $ 30,323.36 E. TPW Inspection Fee(4%) $ 27,568.02 F. TPW Material Testing(2%) $ 13,784.01 G. Street Light Inspsection Cost $ 2,156.40 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 43,508.43 Total Construction Fees: $ 73,831.79 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 1,501,194.67 Completion A reement=100%/Holds Plat $ 1,501,194.67 Cash Escrow Water/Sanitary Sewer--125% $ 947,605.06 Cash Escrow Paving/Storm Drain=125% $ 928,888.28 Letter of Credit=125%w/2 r expiration period $ 1,876,493.34 x City of Fort Worth,Texas Standard Community Facilities Agreement-Southgate Marketplace Phase 1 CFA Official Release Date:02.20.2017 Page 8 of 14 ACCORDINGLY,the City of Fort Worth and Developer 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 Ware Vista Southgate#1 L.P. Oamw&-rQ1240 by VPC GP Inc, Dana Burghdoff(Feb 7,2020) its general partner Dana Burghdoff Interim Assistant City Manager Date: Feb 7,2020 Coifia W, "f Recommended by: cmtonwright(Feb ,2D2D) Name: Colton Wright i Title: Vice President ifer L.En6 k(Feb 6,2020) Feb 6,2020 Evelyn Roberts/Jennifer Ezernack Date: Project Assistant Planning and Development Contract Compliance Manager: Approved as to Form &Legality: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including Rkh4c°'4"(Feb`Cr26,2020)".ckery Richard A.McCracken ensuring all performance and reporting Richard A.McCracken requirements. Assistant City Attorney M&C No. ✓�G�i%i�Gv� i Gil fi"�LIGZGt Evelyn RKerts on behalf of(Feb 6,2020) Date: Feb 6,2020 � P_ lr C) ' Name: Janie Morales Form 1295: !` >®' Title: Development Manager ATTEST: Mary J�(Febl Nil, 'f`.'�,",•A`F :oa• `� . Mary J. Kayser/Ronald Gonzales City Secretary/Assistant City Secretary City of Fort Worth,Texas -_ Standard Community Facilities Agreement-Southgate Marketplace Phase 1 rFT. AL RECURD1 CFA Official Release Date:02.20.2017 Page 9 of 14 ECRETAI�V ORTH,T�J Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment ® Attachment 1 -Changes to Standard Community Facilities Agreement ® Location Map ® Exhibit A:Water Improvements ® Exhibit A-1: Sewer Improvements ® Water and Sewer Cost Estimates ® Exhibit B: Paving Improvements ® Paving Cost Estimate ® Exhibit B-1: Storm Drain Improvements ® Storm Drain Cost Estimate ® Exhibit C: Street Lights and Signs Improvements ® Street Lights and Signs Cost Estimate (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Standard Community Facilities Agreement-Southgate Marketplace Phase 1 CFA Official Release Date:02.20.2017 Page 10 of 14 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 102205 None. City of Fort Worth,Texas Standard Community Facilities Agreement-Southgate Marketplace Phase 1 CFA Official Release Date:02.20.2017 Page 11 of 14 ATTACHMENT "2" Phased CFA Provision City Project No. 102205 The improvements being constructed by Developer pursuant to this Agreement will connect to improvements Developer is constructing under a separate Community Facilities Agreement that have not been completed and accepted by the City. Therefore, this Agreement shall be considered a"Phased CFA"and the provisions contained in this section shall apply to this Agreement. The improvements being constructed by Developer under the separate Community Facilities Agreement shall be defined as the "Parent Project." The improvements being constructed by Developer under this Agreement shall be defined as the"Child Project." Developer acknowledges and agrees that due to Developer's election to construct a Phased CFA,the potential exists for technical,delivery, acceptance or performance problems(hereinafter "Construction Problems"). Construction Problems may include, but are not limited to: failure of the improvements to comply with the approved plans or City Specifications; failure of the improvements in the Parent Project and the Child Project to properly connect to each other; changes to the design or construction of the improvements in the Parent Project that impact the design and construction of the improvements in the Child Project; construction delays, delay claims, or claims for liquidated damages; increased costs for the Developer; failure of the improvements to pass inspection or material testing; or rejection by the City of some or all of the improvements and Developer having to remove and reconstruct the improvements at Developer's expense. In addition, Developer understands and agrees that disputes may arise between Developer's contractors or their subcontractors relating to responsibility for the Construction Problems. Developer shall be solely responsible for resolving disputes between contractors or disputes between contractors and subcontractors. Developer further acknowledges and agrees that Developer has notified all of Developer's contractors for the Project that Developer has elected to construct a Phased CFA, the provisions of this section, the risks associated with a Phased CFA, and that the City shall not bear any responsibility for Developer's decision to proceed with a Phased CFA. Developer shall not make the final connection of the improvements in the Child Project to the improvements in the Parent Project until the improvements in the Parent Project have been constructed and accepted by the City and the City has consented to Developer making the connection. Developer agrees that if this Agreement is for improvements relating to the construction, renovation or modification of one or more single family residential homes or structures, the City will not record the plat related to the Project until the improvements are constructed and accepted City of Fort Worth,Texas Standard Community Facilities Agreement-Southgate Marketplace Phase 1 CFA Official Release Date:02.20.2017 Page 12 of 14 by the City. Developer agrees that if this Agreement is for improvements relating to the construction, renovation or modification of one or more commercial buildings or structures, the Developer shall not receive a Certificate of Occupancy from the City for the building(s)related to the Project until the improvements in this Agreement are constructed and accepted by the City. Developer further understands and agrees that completion of the improvements under this Agreement does not entitle Developer to obtain a final plat of the property until all other requirements of Federal law, State law, or the City Code relating to the filing and recording of a final plat have been met by Developer. BY CHOOSING TO CONSTRUCT A PHASED CFA, DEVELOPER ASSUMES ALL RISKS AND DEVELOPER SHALL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL DAMAGES, INCLUDING BUT NOT LIMITED TO ANY AND ALL ECONOMICDAMAGESPROPERTYLOSS,PROPERTYDAMAGESANDPERSONAL INJURY, (INCLUDINGDEATH), OFANYKIND OR CHARACTER, WHETHER REAL ORASSERTED. DEVELOPER BEREBYEXPRESSLYRELEASESANDDISCHARGES CITY FROM ANY AND ALL LIABILITY FOR DAMAGES, INCLUDING, BUT NOT LIMITED TOANYANDALLECONOMICDAMAGES,PROPERTYLOSS,PROPERTY DAMAGEAND PERSONAL INJURY(INCLUDING DEATIIJ ARISING OUT OF OR IN CONNECTION WITH,DIRECTLY OR INDIRECTLY, THE CONSTRUCTION OF THE IMPROVEMENTS OR DEVELOPER'S DECISION TO CONSTRUCT A PHASED CFA. DEVELOPER,AT ITS SOLE COST AND EXPENSE,AGREES TO AND DOESBEREBY INDEMNIFY, DEFEND PROTECT, AND HOLD HARMLESS CITY, AND CITY'S OFFICERS, REPRESENTATIVES, AGENTS, EMPLOYEES, AND SERVANTS FOR, FROMANDAGAINSTANYANDALL CLAIMS(WHETHERATLAW ORINEQUITY), LIABILITIES, DAMAGES (INCLUDING ANY AND ALL ECONOMIC DAMAGES, PROPERTYLOSS,PROPERTYDAMAGESAND PERSONAL INJURIES )VCLUDING DEATH LOSSES, LIENS, CAUSES OF ACTION, SUITS, JUDGMENTS AND EXPENSES (INCLUDING, BUT NOT LIMITED TO, COURT COSTS, ATTORNEYS' FEES AND COSTS OF INVESTIGATION), OF ANY NATURE, KIND OR DESCRIPTIONARISING OR ALLEGED TO ARISE BY OR INANY WAYRELATED TO CONSTRUCTION OF THE IMPROVEMENTS OR DEVELOPER'S CHOICE TO CONSTRUCT A PHASED CFA, OR (2) BY REASON OF ANY OTHER CLAIM WHATSOEVER OF ANY PERSON OR PARTY OCCASIONED OR ALLEGED TO BE OCCASIONED IN WHOLE OR IN PART BY THE CONSTRUCTIONS OF THE IMPROVEMENTS OR DEVELOPER'S CHOICE TO CONSTRUCT A PHASED CFA WHETHER OR NOT SUCH INJURIES, DEATH OR DAMAGES ARE CAUSED, IN WHOLE OR IN PART, BY THE ALLEGED NEGLIGENCE OF THE CITY OF FORT WORTH,ITS OFFICERS,SERVANTS, OR EMPLOYEES. City of Fort Worth,Texas Standard Community Facilities Agreement-Southgate Marketplace Phase 1 CFA Official Release Date:02.20.2017 Page 13 of 14 DEVELOPER: WARE VISTA SOUTHGATE#1 L.P. BY VPC GP INC, ITS GENERAL PARTNER Colton L44 { t Colton Wright(Feb t,2020) Name: Colton Wright Title: Vice President City of Fort Worth,Texas Standard Community Facilities Agreement-Southgate Marketplace Phase 1 CFA Official Release Date:02.20.2017 Page 14 of 14 PROJECT LOCATION N E RENDON CROWLEY R F.M. 1187 �pvER RO 5 CRpw�E�( P McALISTER RD �N PEPCN > J M Z O w o �O of �Gp���'��`R DD o �O to O y O�J BURLESON RET A RD LOCATION MAP N.T.S. COUNCIL DISTRICT NO. 6 MAPSCO NO. 119 - 1 OWNER/DEVELOPER: VISTA PROPERTIES, WARE VISTA SOUTHGATE#1,LP, 1187 HOLDINGS,LLC 8350 N.CENTRAL EXPRESSWAY 1750 DALLAS,TEXAS 75206 214.234.2574 PH 214.234.2560 FAX ©2M8 RANHARD CONSULTING, LTD, ALL RIGHTS RESERVED CONTACT: COLTON WRIGHT _ SOUTHGATE MARKET PLACE PHASE I HanhardCT TM PROJE NUMBER: 102205 C O N S U L T I N G 1-35 & F.M. 1187 12225 Greenville Avenue,Suite 1000,Dallas,TX 75243 ph:972.972.4250 manhard.com Civil Engineers I Surveyors I Water Resource Engineers I Water&Waste Water Engineers Construction Managers I Environmental Scientists I Landscape Architects I Planners CFA SITE MAP Texas Board of Professional Eng!nears Registration No. F-18141 ENGIN EE R:REECE BI ER HALTER,P.E. J F.M.1187 / E RENDON CROWLEY RD. 12"WATER LINE U III�ITLJ I IRP>ia�nl � I 0 175 350 700 - SCALE:1"=350' aif°R I IPP-1, I, M GEM II n111111111�11111�11nJ {� I III I .)I laec"ec I (Pp--)`v wrss /I I•^rr �1 � nil ll 111 l��l lll�� 12"WATER LINE 1 I•^rra>nI n l l l l l l l l l l l�**WHO / II IRv-n_°�I j nil 111 ll ll l��IIII � /// / I -- I uz r I 1 II GR�D'^I Hill llull*HM I _ I --� (I III II II III II II III II I(j , I �12"WATERLINE Ii I I IRR-Hare iU OF I z oxM:Lw (PP- 1 I I °PRTFTN 0. SPINKS AIRPORT PROPERTY RIMAINOEROF PROP.16"WATER LINE �I �' ^`M„',,,L. HHH�H} HJ (BY OTHERS,CN 101541) ° °.R.R.c.R. '° nllllllll�IIIIU I r l 16"WATER LINE IIIII r II - - - - -—MCALISTER RD.(FUTURE) -- PROP.CONNECTION POINT °Oc.NO,°Rr r I 'r NR r MRRu I -- zR,3Rc. I t I- L i ER L. °RRCR LEGEND __ __ __ __ __ OWNER/DEVELOPER: IIIIIIIIIIIIIIIIIIIIIIIIL VISTA PROPERTIES, 12"PROPOSED WATER LINE WARE VISTA SOUTHGATE q1,LP, 1187 HOLDINGS,LLC IIIIIIIIL 16"PROPOSED WATER LINE 8350 N.CENTRAL EXPRESSWAY 1750 O R B OCR°F DALLAS,TEXAS 75206 16"PROPOSED WATER LINE R'c^•R^GE11 "Aa^a 1� BY OTHERS RrR::L'°ram 214.234.2574 PH ( ) rA `R l 214.234.2560 FAX ©2M8 RANHARD CONSULTING, LTD, ALL RIGHTS RESERVED CONTACT: COLTON WRIGHT _ SOUTHGATE MARKET PLACE PHASE I HanhardCT TM PROJE NUMBER: 102205 C O N S U L T I N G 1-35 & F.M. 1187 12225 Greenville Avenue,Suite 1000,Dallas,TX 75243 ph:972.972.4250 manhard.com Civil Engineers I Surveyors I Water Resource Engineers I Water&Waste Water Engineers Construction Managers I Environmental Scientists I Landscape Architects I Planners EXHIBIT A•WATER IMPROVEMENTS Texas Board of Professional Eng!nears Registration No. F-18141 ENGIN EE R:REECE BI ER HALTER,P.E. F.M.1187/E RENDON CROWLEY RD. p : 8"SANITARY SEWER U IP .I 8"SANITARY SEWER (FB awl C Irv-w a�nl /r / 8"SANITARY SEWER / n 8"SANITARY SEWER L� nll II III II I��III�I� I /II Irr-i��nl nlll 111 11 l��llll�� �{� t nllll 11 u��lll l�� IPP-sravl \` PR1'dlr / SPINKS AIRPORT PROPERTY � _- nlll 111 11 111 11 11 111 11 11 lln \� IP vavl UIIII II III II U /�� /; � -'� nlll 11 111 11 11 111 11 11 lln � n111111111��1111 I � -'— (III II III II II III II II II(j , 8"SANITARY SEWER t Irr-.raal fi1J I ammmmmm a«:z 0 (PP-17-UIe I—RUMINT NO, � PN°r °PNT°T nl1111111n 1111 I °O °^TCT nl1111111nll 11 I ' I I I I I III I I I I 0 175 350 700 —MCALISTER RD.(FUTURE) -- CgLISTER RD. _ J _ _ _ _ SCALE:r'=3so' � �mmnrmmrm � � LEGEND I IPROPOSED 8"SEWER LINE EXISTING 8"SEWER LINE I i OWNER/DEVELOPER: rn VISTA PROPERTIES, m 8"SANITARY SEWER WARE VISTASOUTHGATE#1,LP, 1187 HOLDINGS,LLC 1pT1a^ N,OF 8350 N.CENTRAL EXPRESSWAY 1750 °N a®3N.a^ �^OH• DALLAS,TEXAS 75206 8"SANITARY SEWER a Np;LIO M6 214.234.2574 PH i � I 214.234.2560 FAX ©2018 MANHARD CONSULTING, LTD, ALL RIGHTS RESERVED CONTACT: COLTON WRIGHT _ SOUTHGATE MARKET PLACE PHASE I HanhardCT TM PROJE NUMBER: 102205 C O N S U L T I N G 1-35 & F.M. 1187 12225 Greenville Avenue,Suite 1000,Dallas,TX 75243 ph:972.972.4250 manhard.com Civil Engineers I Surveyors I Water Resource Engineers I Water&Waste Water Engineers Construction Managers I Environmental Scientists I Landscape Architects I Planners EXHIBIT A-1• SEWER IMPROVEMENTS Texas Board of Professional Eng!nears Registration No. F-18141 ENGIN EE R:REECE BI ER HALTER,P.E. F.M.1187 / E REND NO CROWLEY RD. --� � r rR;a�I 0 175 350 700 % I i SCALE:1"=350' wr. Ln cn t (NOOK I rr..,a."I � t �BLOCN� nll 11 lln��l lll�� / n 11111111111��1111 � / I =L r r / I ��r � t IIWQK', ,I nllI IIII IIlU I t I �\ nl11111111��1111M , I I I \� _ nllll11ll�llll ox°F1110 I, rp.,,are z M:�w (Pp. j I a�nrn °PRTFT SPINKS AIRPORT PROPERTY RIMAINOEROF \ n11111111�1111 ""N I \ ° °,",r,C,r, n11111111 (j — I F l t ii iii ii iii ii ii' � II II III II III ' MCALISTED.(FUTURE) ' MCALISTER M I'i ------ ------ R R - IN IN °a°°°z, .w r �r«,.r LEGEND I PUBLIC RIGHT-OF-WAY (CONCRETE) I N w TEMP.TURNAROUND °n...c... -- -- (ASPHALT) I t _ OWNER/DEVELOPER: PUBLIC ACCESS -- - -- -- - EASEMENT(CONCRETE) � � VISTA PROPERTIES, WARE VISTA SOUTHGATE#1,LP, SIDEWALK 1187 HOLDINGS,LLC 8350 N.CENTRAL EXPRESSWAY 1750 O 1R PL KAOO °• DALLAS,TEXAS 75206 O BARRIER FREE RAMP ""•'"GE11 TP•o`er 214.234.2574 PH 214.234.2560 FAX ©2M8 RANHARD CONSULTING, LTD, ALL RIGHTS RESERVED CONTACT: COLTON WRIGHT reH SOUTHGATE MARKET PLACE PHASE I an a r TM PROJECT NUMBER: 102205 C O N S U L T I N G 1-35 & F.M. 1187 12225 Greenville Avenue,Suite 1000,Dallas,TX 75243 ph:972.972.4250 manhard.com Civil Engineers I Surveyors I Water Resource Engineers I Water&Waste Water Engineers Construction Managers I Environmental Scientists I Landscape Architects I Planners EXHIBIT B• PAVING IMPROVEMENTS Texas Board of Professional Eng!nears Registration No. F-18141 ENGIN EE R:REECE BI ER HALTER,P.E. J F.M.1187 / E RENDON CROWLEY RD. F� rR;a�I 0 175 350 700 I SCALE:1"=350' wr: / I, M GEM II n111111111��1111�M �{� I �\ �BLOCN� nll 11 111 l��l 11 l�ll�� �rP�ai"I �Ki / Wnllll 111 11 11 111 11 11 111 llln / �n I "w I -- � `� GR�D�I nl11111111��1111 � I nl11111111��1111M , \� ew�cKa U IIIIII�IIII � I (PP-.�a,") OF z oxM:Aw (PP-1 I � "a�nr" °PRTFT SPINKS AIRPORT PROPERTY RIMAINOEROF n11111111�1111 "� ° °.".,.C.,. nII II IIII II II�IIIIU I 1 � ,' III II II III II III II III II III �I MCALISTER RD.(FUTURE) - -- r I 2":3Mwr«srtr I t LEGEND .°F a°nr" I MENnL. PROPOSED 15'CURB INLET I "*'* WITH 21"LATERAL PROPOSED 24"STORM _ OWNER/DEVELOPER: PIPE -- -- - -- -- - VISTA PROPERTIES, PROPOSED 24"STORM WARE VISTA SOUTHGATE#1,LP, DRAIN HEADWALL 1187 HOLDINGS,LLC 8350 N.CENTRAL EXPRESSWAY 1750 PROPOSED 4'x 4' DALLAS,TEXAS 75206 ■ sue,. a,. JUNCTION BOX �"ET:10— 214.234.2574 PH .n.P ` `' 214.234.2560 FAX ©2M8 RANHARD CONSULTING, LTD, ALL RIGHTS RESERVED CONTACT: COLTON WRIGHT _ SOUTHGATE MARKET PLACE PHASE I HanhardCT TM PROJE NUMBER: 102205 C O N S U L T I N G 1-35 & F.M. 1187 12225 Greenville Avenue,Suite 1000,Dallas,TX 75243 ph:972.972.4250 manhard.com Civil Engineers I Surveyors I Water Resource Engineers I Water&Waste Water Engineers Construction Managers I Environmental Scientists I Landscape Architects I Planners EXHIBIT B-1• STORM DRAIN IMPROVEMENTS Texas Board of Professional Eng!nears Registration No. F-18141 ENGIN EE R:REECE BI ER HALTER,P.E. J F.M.1187 / E RENDON CROWLEY RD. F� 0 175 350 700 IP°avI I rA SCALE:1"=350' wrR / aIfr° I rP-°a.1, M „ GEM II / w II n111111111��1111�K �{� n1111111I�III IrPw`aiel m Ki / � Ir.R�°�I Ir.Rra�I Wnlllllllllllllllllllllllln / �n I 'w \� IRv-R�nvl nll 111 11 11 l��llll � /// / I -- � `� GR�D�I n111111111��1111 � I nlll 11 11 ll��l lllM , \� ewLmcKa n11111111�1111 � I (PP-R�a,R) Or (PP-1 I � a�nRR °PRTFT SPINKS AIRPORT PROPERTY FIMAINOIROF "" nll 11 11 ll�l 111 � ° °...,.C.,. nII II II II�IIIIU I r 1 � ,� III II II III II III II III II III MCALISTER RD-(FkirklRfF�- ' I a °z�wR„ I I ° "° zR,3M � t I a n L. i FR °RR"R —110 LEGEND __ __ __ __ __ OWNER/DEVELOPER: VISTA PROPERTIES, PROPOSED STREET LIGHT WARE VISTA SOUTHGATE#1,LP, 1187 HOLDINGS,LLC • PROPOSED SIGNAGE 8350 N.CENTRAL EXPRESSWAY 1750 O R B1OCROr DALLAS,TEXAS 75206 PROPOSED PAVEMENT STRIPING R�+•r•°E11LL °NAa3 a"ix: 0 "ER:10— 214.234.2574 PH " `R 1 214.234.2560 FAX ©2M8 RANHARD CONSULTING, LTD, ALL RIGHTS RESERVED CONTACT: COLTON WRIGHT _ SOUTHGATE MARKET PLACE PHASE I HanhardCT TM PROJE NUMBER: 102205 C O N S U L T I N G 1-35 & F.M. 1187 12225 Greenville Avenue,Suite 1000,Dallas,TX 75243 ph:972.972.4250 manhard.com Civil Engineers I Surveyors I Water Resource Engineers I Water&Waste Water Engineers Construction Managers I Environmental Scientists I Landscape Architects I Planners EXHIBIT Q STREET LIGHTS AND SIGN IMPROVEMENTS Texas Board of Professional Eng!nears Registration No. F-18141 ENGIN EE R:REECE BI ER HALTER,P.E. 00 42 43 DAP-RI O PRO PO SAL Page I ur7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Sidlist Item Specification Section Unit of Bid No Description No Measure Quanlity Unit Price Bid Value UNIT I:WATER IMPROVEMENTS PVC,Ductile Iron,Concrete Pressure and Buried Steel Pipe 02 41 14-C123 EA 1 Pressure Plugs 54 $550.00 $29,700.00 2 Temporary Service Connection 33 04 30-Dl33 LS 1 $750.00 $750.Oo 3 Standard Cleaning Wye for Water Distribution Pipe(12"and 33 04 40-D135 EA 8 Smaller) $500A0 $4,000.00 4 Standard Cleaning Wye for Water Transmission Pipe(16" 33 04 40-Dl36 EA 2 and Larger) $6%00 $1,300.00 5 Embedment for Water Lines 12-Inch and Smaller 33 05 10-D101 CY 555 $15.00 $8,325.00 6 Embedment for Water Lines 16-Inch to 24-Inch 33 05 10-D102 CY 233 $17A0 $3,961.00 7 Embedment for Water Services 33 0510-13104 CY 6 $50.00 $300.00 8 Waterline Lowering Detail 33 05 12-D162 EA 1 $1,200.00 $1,20n.00 9 Ductile Iron Water Fittings 3311 11 TON 1 $3,000,00 $3,000.00 10 Polyvinyl Chloride(PVC)Pressure Pipe 6" 3311 12 LF 79 $17.00 $1,345.55 11 Polyvinyl Chloride(PVC)Pressure Pipe B" 3311 12 LF 535 $20,00 $10,690,00 12 Polyvinyl Chloride(PVC)Pressure Pipe 12" 3311 12 LF 2272 $26,00 $59,072.00 13 Polyvinyl Chloride(PVC)Pressure Pipe 16" 3311 12 LF 592 $67.00 $39.664.00 14 Fusion Pcyvinyl Chloride(PVS)Pressure Pipe 12" 3311 12 LF 15 1-112&2-Inch Wager Service 33 12 10-D112 EA 28 $750.00 $21,000.00 2-Inch Standard Concrete Meter Sox(1-112&2-Inch Meters) 33 12 10-D117 EA 16 (Class C) 28 $650.00 $23.800-00 17 Water Distribution Gate Valve&Box(12-Inch and Smaller) 33 1220-D126 EA 31 $2,300.00 $71.300.00 18 Water Transmission Gate Valve&Vault(16-Inch to 36-Inch) 33 12 20-D127 EA 2 $6,500.00 $13,000.00 19 Connection to Existing Water Mains 33 12 25-D129 EA 2 $1.250.00 $2.500,00 20 Standard Fire Hydrant(Straight) 33 12 40-D120 EA 7 $3.000.00 $21.000,00 21 Water Sampling Station 33 12 50 EA 28 22 Automatic Flush Valve wl Sewer Service Line EA 1 $5.000.00 $5.000,00 23 Temporary Automatic Flusher EA 1 $2,500.00 $2,500.00 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 TOTAL UNIT I:WATER IMPROVEMENTS $323 407.55 CITY OF FORT W 0RTH STANDARD CON STR1JCTION SPF.CI FI CATI ON 0OCUMENTS-DFVPLO PER AWA RDED PROJECTS FOrm Version May 22,2QI9 004243 fid Proposal_DAP NIs 004243 DAP-BID PROPOSAL Page 2 oP 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidde>•s Proposal Bidlist Item Speeifilwion Section Unit of Bid No Descr ption NO. Measure Quantity Unit Pr ce Bid Value UNIT II:SANITARY SEWER IMPROVEMENTS 1 Concrete Encasement for Utility Pipes 33 05 10 CY 10 $500.00 $5,000.00 2 Pre-CCTV Inspection 3301 31 LF 4953.5 $1.00 $4,953.50 3 Past-CCTV Inspection 3301 31 LF 4953.5 $1.00 $4,953.50 4 Polyvinyl Chloride(PVC)Gravity Sanitary Sewer Pipe 8" 3331 20 LF 4953.5 $32.00 $158.512.00 5 Sanitary Sewer Service(Only serves 1 lot) 33 31 50-D214 EA 3 $1,500.00 $4,500.oB 6 Manhole-4'Diameter 33 39 10120-D137 EA 43 $4,500.00 $193,500.00 7 Manhole Vacuum Testing 33 01 30 EA 12 $200,00 $2.400.00 a 4'Drop Manhole 33 39 10133 39 20 EA 2 $7.500.00 $15,000.00 9 Epoxy Liners For Sanitary Sewer Structures 33 39 60 VF 141.1 $325.00 $45,857,50 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 38 39 40 41 42 43 TOTAL UNIT It:SANITARY SEWER IMPROVEMENTS $434,fi7fi.50 CITY OF FORD WORTH STANDARD CONST RU Cr[ON SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Farm Version May 22,20I9 00 42,0 Bid Proposal DAPN Is 00 42 43 D A P-1310 PRO POSAL Page 3 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project item Information Biddeti's Proposal Bidlist Item specification Section Unit of Bid No. description No Measure Quantity Unit Plice Hid Value NIT III:DRAINAGE IMPROVEMENTS 1 Cast-In-Place Concrete 03 30 00 CY 10 $750.00 $7,500.00 2 Reinforced Concrete Rip Rap 31 37 00-D419 SY 10 $700.00 $7,000,00 3 Standard 4'Square Junction Box 33 49 10-10409 EA 3 $6,500,00 $19,500-00 4 Standard 4'Drop Inlet with Lid 33 49 20-D408 EA 1 $5.500.00 $5.500,00 5 Manhole Steps 33 49 10-13414 EA 154 $50,00 $7,700.00 6 24"RCP Storm Sewer 33 41 10-0416 LF 212 $60.00 $12,720.00 7 21"RCP Storm Sewer 3341 10 LF 92 $48.00 $4.416.00 6 15`Curb Inlet 33 49 20 EA 4 $7,500-00 $30,000.00 9 24"Flared Headwall,1 pipe 334940 EA 1 $7,000.00 $7,000.00 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 TOTAL UNIT III-DRAINAGE IMP7ROVEMFNTSI $101 336.00 CITY OF FORT WORTH SPAN DA RD CONSTRU CCION SPECIFICATION 000UMEN TS-DEVELOPER AW ARDED PR03ECTS Form Verson May 22,20IS 00 42 43 Aid Proposal DAP%.I 1104243 OAP-eIDPROPOSAL Pop 4or7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlisl[tern Spcafication Section unit of Sid No Description No. Measure Quantity Unit Price Bid Value UNIT IV: PAVING IMPROVEMENTS 1 McAlister Road Concrete Paving(8"} 32 13 13 SY 1993 $69,40 $138.314,20 2 Concrete Sidewalk 32 13 20 SY 1425 $41.88 $59.679.00 3 Temporary Asphalt Paving(3") 32 12 16 SY 947 $21,40 520.265.80 4 Subgrade Preparation:Lime Treatment 32 1129 SY 3234 $1,75 $5.659.50 5 Lime for Subgrade(36 lbsISY) 32 11 29 TN 59 $200.00 $11.800,00 6 Barrier Free Ramp,Type P-1 32 13 20 D-540 EA 2 $1,680.00 $3,360.00 7 Hydro-Mulchirig,Seeding,and Sodding 32 92 13 SY 1490 $4.00 $5,960.OD 8 TxDOT Driveways:Concrete Driveway 32 13 20 SF 24013 $9.61 $230,764.93 9 TxDOT Driveways:Subgrade Prep:Lime Treatment 32 11 29 SY 2935 $1,75 $5,136.25 10 TxDOT Driveways:Lime for Subgrade(36 IbsISY) 32 11 29 TN 53 $200,00 $10.600,00 11 Tx DOT Driveways:Concrete Curb and Gutter 32 16 13 LF 1866 $19,22 $35,864.52 12 TxDOT Driveways:Concrete Sidewalk 32 13 2D SY 896 $50,79 $45.609A2 13 TxDOT Driveways:Barrier Free Ramp,Type P-1 32 13 20 D-540 EA 6 $1,680,00 $10,080,00 14 24"SLD Pvmt Marking HAE(W) 32 17 23 LF 26 $12,50 $325.00 15 4"SLD Pvmt Marking HAS(Y) 32 17 23 LF 972 51.50 $1.458.00 16 4"BRK Pvmt Marking HAS(Y) 32 17 23 LF 972 $1.50 31.458.00 17 12"SLD Pvmt Marking HAW(W) 321123 LF 204 $7.50 $1,530.00 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 TOTAL UNIT IV:PAVING IMPROVEMENTS $587 864.62 CITY of FORT WORTH STAN DAP CON STRt1CTION SPEC]Fm CATI ON DOCU MENTS-DEV ELOPE R A W A RDED PROJECTS Form Version May 22,2019 W42 43_eid Propaml—DAP.As 00 42 43 DAP-BID PROPOSAL Page 5 or SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item information Bidders Proposal Bidlist Item Specification Section unit of Bid No. IIescr ptian No. Measure Quantity unit Pnce Bid Value UNIT V:STREET LIGHTING IMPROVEMENTS 1 Street Luminaire Pole and Fixture Details 24 41 20-0621 EA 4 $4,180-00 $16.720.00 2 Communications Mult6 Duct Conduit 26 05 30 LF 685 $30.00 $20,550.00 3 Raceways and Boxes for Electrical Systems 26 05 33 EA 4 $2,160.00 $8.640.00 4 Rdwy Ilium Foundation TY 1 34 41 20 D622 EA 4 $1,225.00 $4,900.00 5 Furnishlinstall Alum Sign Ground Mount City 5td- 344130 EA 3 $550,00 $100-00 6 Furnishlinstall Alum Sign Ex.Pole Mount 34 41 30 EA 1 $550.00 $550,00 7 Relocate Street Light Pole 34 41 20 EA 1 $900.00 $900,00 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 25 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 TOTAL UNI V'STREET LIQLJTINQIMPR VEMENTS $53 910.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS•DEV ELD PER AW ARD ED PROJECTS Form Version May 22,2019 00 42 43 Bid Propoml DAP xIs 00 42 43 0 AP-BID PRO POSAL Page 6 or 7 SECTION 00 42 43 Devebper Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Biddees Proposal Bidlist item Specification Scetion Unit of Sid No. Descuption No. Measure Quantity Unit Puce Bid V. NIT VI.,TRAFFIC SIGNAL IMPROVEMENT 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 26 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 TOTAL UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEV ELO PER AWARDED PROJECTS Form Version May 22,2019 0042 43 SW PrNperml_DAP aIs 00 4243 A AP-BID PROPOSAL Page 7 or 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL.FORM UNIT PRICE BID Bidder's Application Projmt Item information Bidder's Proposal BidlistNo unison Item Description Specification Section Bid unit Price Bid Value Quantity Bid Summary UNIT I:WATER IMPROVEMENTS $323.407.55 UNIT Ih SANITARY SEWER IMPROVEMENTS $434,676,50 UNIT III:DRAINAGE IMPROVEMENTS $101,336.00 UNIT IV:PAVING IMPROVEMENTS $587,864.62 UNIT V:STREET LIGHTING IMPROVEMENTS $53,910,00 UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS Total Construction Bid 51 501 194.fi7 This Bid is submitted by the eotlty named below: BIDDER: BY:ZMard vnar I Y Spring Valley Construction Company // f 10950 Alder Circle r Dallas,TX 75238 TITLE: Vice President o P�9nstru ion DATE: 12/13119 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 200 working days alter the date when the COiNTRACT commences to run as provided in the General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version May 22,2019 00 42 43 Bid Propose!DA Px[B