Loading...
HomeMy WebLinkAboutContract 55316 Received Date: Feb 18, 2021 Received Time: 8:37 am Developer and Project Information Cover Sheet: Developer Company Name: Lennar Homes of Texas Land and Construction,Ltd. Address, State,Zip Code: 1707 Market Place Blvd.,Irving, Texas 75063 Phone&Email: (469)587-5383 1 justin.christ@lennar.com Authorized Signatory,Title: Jennifer Eller,Division Controller Project Name: Northpointe Phase 4 Brief Description: Water, Sewer,Paving/Street Signs, Storm Drain, Streetlights Project Location: Intersection of Old Decatur Rd and Heritage Trace Blvd.West of Phase 1B &2 --[Plat Case Number: Not Provided Plat Name: Nor hpointe Mapsco: Not Provided Council District: 7 CFA Number: CFA20- City Project Number: 102595 1 IPRC20-0044 0145 OFFICIAL RECORD CITY SECRETARY City of Fort Worth,Texas FT.WORTH, TX Standard Community Facilities Agreement Rev.10/5/19[NPC] City Secretary Number: 55316 STANDARD COMMUNITY FACILITIES AGREEMENT This COMMUNITY FACILITIES AGREEMENT ("Agreement") is made and entered into by and between The City of Fort Worth ("City"), a home-rule municipal corporation of the State of Texas, acting by and through its duly authorized Assistant City Manager,and Lennar Homes of Texas Land and Construction, Ltd. ("Developer"), acting by and through its duly authorized representative. City and Developer are referred to herein individually as a"party"and collectively as the"parties." WHEREAS, Developer is constructing private improvements or subdividing land within the corporate limits of Fort Worth,Texas or its extraterritorial jurisdiction,for a project known as Northpointe Phase 4 ("Project"); and WHEREAS, the City desires to ensure that all developments are adequately served by public infrastructure and that the public infrastructure is constructed according to City standards; and WHEREAS,as a condition of approval of the Project,Developer is required to bear a portion of the costs of municipal infrastructure by constructing the public infrastructure necessary for the Project as described in this Agreement("Community Facilities"or"Improvements"); and WHEREAS,as a condition of approval of the Project,Developer is required to meet the additional obligations contained in this Agreement, and Developer may be required to make dedications of land,pay fees or construction costs, or meet other obligations that are not a part of this Agreement.; and WHEREAS,the City is not participating in the cost of the Improvements or Project;and WHEREAS, the Developer and the City desire to enter into this 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: 1. CFA Ordinance The Community Facilities Agreements Ordinance("CFA Ordinance"),as amended,is incorporated into this Agreement by reference, as if it was fully set forth herein. Developer agrees to comply with all provisions of the CFA Ordinance in the performance of Developer's duties and obligations pursuant to this Agreement and to cause all contractors hired by Developer to comply with the CFA Ordinance in connection with the work performed by the contractors. If a conflict exist between the terms and conditions of this Agreement and the CFA Ordinance,the CFA Ordinance shall control. OFFICIAL RECORD CITY SECRETARY City of Fort Worth,Texas FT.WORTH, TX Standard Community Facilities Agreement Rev.10/5/19[NPC] 2. Incorporation of Engineering Plans The engineering plans for the Improvements that have been accepted by the City ("Engineering Plans")are incorporated into this Agreement by reference as if fully set out herein. Developer shall provide at its expense, unless otherwise agreed to by City, all engineering drawings and documents necessary to construct the Improvements required by this Agreement. 3. Description of Improvements; Exhibits and Attachments The following exhibits describe the general location, nature and extent of the Improvements that are the subject of this Agreement and are attached hereto and incorporated herein by reference: 0 Exhibit A: Water 0 Exhibit A-1: Sewer 0 Exhibit B: Paving 0 Exhibit B-1: Storm Drain 0 Exhibit C: Street Lights & Signs The Location Map and Cost Estimates are also attached hereto and incorporated herein by reference. To the extent that Exhibits A, A-1, B, B-1, C, the Location Map, or the Cost Estimates conflict with the Engineering Plans, the Engineering Plans shall control. If applicable, Attachment 1 — Changes to Standard Community Facilities Agreement, Attachment 2 — Phased CFA Provisions, and Attachment 3 — Concurrent CFA Provisions, are attached hereto and incorporated herein for all purposes. 4. Construction of Improvements 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 specifications, the Engineering Plans, the Cost Estimates provided for the Improvements,and this Agreement. Developer acknowledges that City will not accept the Improvements until the City receives affidavits and lien releases signed by Developer's contractors verifying that the contractors, and all subcontractors and material suppliers, have been paid in full for constructing the Improvements, and consent of the surety on payment and performance bonds provided for the Improvements. 5. Financial Guarantee Developer has provided the City with a financial guarantee in the form and amounts set forth in this Agreement which guarantees the construction of the Improvements and payment by Developer of all contractors, subcontractors, and material suppliers for the Improvements ("Financial Guarantee"). Developer shall keep the Financial Guarantee in full force and effect until released by the City and shall not reduce the amount of the Financial Guarantee unless authorized by the City in accordance with the CFA Ordinance. City of Fort Worth,Texas Page 3 of 17 Standard Community Facilities Agreement Rev.10/5/19[NPC] 6. Completion Deadline; Extension Periods This Agreement shall be effective on the date this Agreement is executed by the City's Assistant City Manager ("Effective Date"). Developer shall complete construction of the Improvements and obtain the City's acceptance of the Improvements within two (2) years of the Effective Date ("Term"). If construction of the Improvements has started during the Term, the Developer may request that this Agreement be extended for an additional period of time("Extension Period"). All Extension Periods shall be agreed to in writing by the City and the Developer as set forth in a written amendment to this Agreement. In no event shall the Term of this Agreement plus any Extension Periods be for more than three years. 7. Failure to Construct the Improvements (a) The City may utilize the Developer's Financial Guarantee to cause the completion of the construction of the Improvements if at the end of the Term, and any Extension Periods, the Improvements have not been completed and accepted by the City. (b) 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 construction of the Improvements before the expiration of the Term, and any Extension Period, if the Developer breaches this Agreement,becomes insolvent, or fails to pay costs of construction. (c) If the Financial Guarantee is a Completion Agreement and the Developer's contractors or suppliers are not paid for construction costs or materials supplied for the Improvements the contractors and suppliers may place a lien upon any property which the City does not have an ownership interest that is the subject of the Completion Agreement. (d) Nothing contained herein is intended to limit the Developer's obligations under the CFA Ordinance, this Agreement, the Financial Guarantee, Developer's agreements with Developer's contractors, or other related agreements. 8. Termination If Developer desires to terminate this Agreement before Developer's contractors begin constructing the Improvements, Developer agrees to the following: (a) that Developer and City must execute a termination of this Agreement in writing; (b) that Developer will vacate any final plats that have been filed with the county where the Project is located; and (c) to pay to the City all costs incurred by the City in connection with this Agreement, including time spent by the City's inspectors at preconstruction meetings. 9. Award of Construction Contracts City of Fort Worth,Texas Page 4 of 17 Standard Community Facilities Agreement Rev.10/5/19[NPC] (a) Developer will award all contracts for the construction of the Improvements and cause the Improvements to be constructed in accordance with the CFA Ordinance. (b) Developer will employ construction contractors who meet the requirements of the City to construct the Improvements including,but not limited,to being prequalified,insured,licensed and bonded to construct the Improvements in the City. (c) Developer will require Developer's contractors to provide the City with payment and performance bonds naming the City and the Developer as dual obligees, in the amount of one hundred percent (100%) of the cost of the Improvements as required by the CFA Ordinance. The payment and performance bonds shall guarantee construction of the Improvements and payment of all subcontractors and material suppliers. Developer agrees to require Developer's contractors to provide the City with a maintenance bond naming the City as an obligee, in the amount of one hundred percent(100%) of the cost of the Improvements, that guarantees correction of defects in materials and workmanship for the Improvements by the contractor and surety for a period of two (2)years after completion and final acceptance of the Improvements by the City. All bonds must be provided to the City before construction begins and must meet the requirements of the City's Standard Conditions,Chapter 2253 of the Texas Government Code,and the Texas Insurance Code. (d) Developer will require Developer's contractors to provide the City with 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 must be named as an additional insured on all insurance policies. The Developer must provide the City with a Certificate of Insurance (ACORD or form approved by the State of Texas), supplied by each contractor's insurance provider,which shall be made a part of the Project Manual. (e) Developer will require the Developer's contractors to give forty-eight(48)hours' advance notice of their intent to commence construction of the Improvements to the City's Construction Services Division so that City inspection personnel will be available. Developer will require Developer's contractors to allow construction of the Improvements to be subject to inspection at any and all times by the City's inspectors. Developer will require Developer's contractors to not install or relocate any sanitary sewer, storm drain, or water pipe unless a City inspector is present and gives consent to proceed,and to allow such laboratory tests as may be required by the City. (f) Developer will not allow Developer's contractors to begin construction of the Improvements until a notice to proceed to construction is issued by the City. (g) Developer will not allow Developer's contractors to connect buildings to service lines of sewer and water mains constructed pursuant to this Agreement, if any, until said sewer, water mains and service lines have been completed to the satisfaction of the City. 10. Utilities Developer shall cause the installation or adjustment of utilities required to: (1) serve the Project; and (2) to construct the Improvements required herein. 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 Improvements to be constructed pursuant to this Agreement. City of Fort Worth,Texas Page 5 of 17 Standard Community Facilities Agreement Rev.10/5/19[NPC] 11. Easements and Rights-of-Way Developer agrees to provide,at its expense,all necessary rights-of-way and easements required for the construction and dedication to the City of the Improvements provided for by this Agreement. 12. Liability and Indemnification (a) DEVELOPER HEREBY RELEASES AND AGREES TO INDEMNIFY, DEFEND AND HOLD THE CITY HARMLESS FOR ANY INADEQUACIES IN THE PRELIMINARY PLANS, SPECIFICATIONS, ENGINEERING PLANS, AND COST ESTIMATES SUPPLIED BY THE DEVELOPER FOR THIS AGREEMENT. (b) THE DEVELOPER 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,BRO LIGHT FOR OR ONACCO UNT OFANYINJURIES OR DAMAGESSUSTAINED BYANYPERSONS,INCLUDINGDEATH, 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 PR OPERL Y 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 SUCHINJURIES,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. (c) DEVELOPER WILL 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 INANY WAY CONNECTED WITH, THE CONSTRUCTION OF THE IMPROVEMENTS 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, DEFEND, AND HOLD HARMLESS THE CITY FOR ANY LOSSES, DAMAGES, COSTS OR EXPENSES SUFFERED BY THE CITY OR CAUSED AS A RESULT OF SAID CONTRACTORS' FAILURE TO COMPLETE THE WORK AND CONSTRUCT THE IMPROVEMENTS IN A GOOD AND WORKMANLIKE MANNER, FREE FROM DEFECTS,IN CONFORMANCE WITH THE CFA ORDINANCE, AND INACCORDANCE WITH ALL PLANS AND SPECIFICATIONS. 13. Right to Enforce Contracts City of Fort Worth,Texas Page 6 of 17 Standard Community Facilities Agreement Rev.10/5/19[NPC] 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 Developer with its contractors,along with an assignment of all warranties given by the contractors,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. 14. Estimated Fees Paid by Developer; Reconciliation Prior to execution of this Agreement, Developer has paid to the City the estimated cost of administrative material testing service fees, construction inspection service fees, and water testing lab fees in the amounts set forth in the Cost Summary section of this Agreement. Upon completion of the construction of the Improvements, the City will reconcile the actual cost of administrative material testing service fees, construction inspection service fees, and water testing lab fees with the estimated fees paid by Developer. If the actual costs of the fees are more than the estimated payments made by the Developer, the Developer must pay the difference to the City before the Improvements will be accepted by the City. If the actual costs of the fees are less than the estimated payments made by the Developer,the City will refund the difference to the Developer. If the difference between the actual costs and the estimated payments made by the Developer is less than fifty dollars($50.00),the City will not issue a refund and the Developer will not be responsible for paying the difference. The financial guarantee will not be released by the City or returned to the Developer until reconciliation has been completed by the City and any fees owed to the City have been paid by the Developer. 15. Material Testing The City maintains a list of pre-approved material testing laboratories. The Developer must contract with material testing laboratories on the City's list. Material testing laboratories will provide copies of all test results directly to the City and the Developer. If the Improvements being constructed fail a test, the Developer must correct or replace the Improvements until the Improvements pass all retests. The Developer must pay the material testing laboratories directly for all material testing and retesting. The City will obtainproof from the material testing laboratories that the material testing laboratories have been paid in full by the Developer before the City will accept the Improvements. 16. Notices All notices required or permitted under this Agreement may be given to a party by hand- delivery or by mail, addressed to such party at the address stated below. Any notice so given shall be deemed to have been received when deposited in the United States mail so addressed with postage prepaid: CITY: DEVELOPER: Development Coordination Office Lennar Homes of Texas Land and City of Fort Worth Construction,Ltd. 200 Texas Street 1707 Market Place Blvd. Fort Worth,Texas 76102 Irving,Texas 75063 City of Fort Worth,Texas Page 7 of 17 Standard Community Facilities Agreement Rev.10/5/19[NPC] With copies to: City Attorney's Office City of Fort Worth 200 Texas Street Fort Worth,Texas 76102 and City Manager's Office City of Fort Worth 200 Texas Street Fort Worth,Texas 76102 Or to such other address one party may hereafter designate by notice in writing addressed and mailed or delivered to the other party hereto. 17. Right to Audit Developer agrees that, until the expiration of three (3) years after acceptance by the City of the Improvements constructed pursuant to this Agreement, that the City shall have access to and the right to examine any directly pertinent books, documents, papers and records of the Developer involving transactions relating to this Agreement. Developer agrees that the City shall have access during normal working hours to all necessary Developer facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. The City shall give Developer reasonable advance notice of intended audits. Developer further agrees to include in all contracts with Developer's contractors for the Improvements a provision to the effect that the contractor agrees that the City shall, until the expiration of three(3)years after final payment under the contract,have access to and the right to examine any directly pertinent books, documents, papers and records of such contractor, involving transactions to the contract, and further,that City shall have access during normal working hours to all of the contractor's facilities,and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City shall give Developer's contractors reasonable advance notice of intended audits. 18. Independent Contractor It is expressly understood and agreed that Developer and its employees, representative, agents, servants,officers,contractors, subcontractors,and volunteers shall operate as independent contractors as to all rights and privileges and work performed under this Agreement, and not as agents, representatives or employees of the City. Subject to and in accordance with the conditions and provisions of this Agreement, Developer shall have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers. Developer acknowledges that the doctrine of respondeat superior shall not apply as between the City and its officers, representatives, agents, servants and City of Fort Worth,Texas Page 8 of 17 Standard Community Facilities Agreement Rev.10/5/19[NPC] employees, and Developer and its employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers. Developer further agrees that nothing herein shall be construed as the creation of a partnership or joint enterprise between City and Developer. It is further understood that the City shall in no way be considered a co-employer or a joint employer of Developer or any employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers of Developer. Neither Developer,nor any officers, agents, servants, employees or subcontractors of Developer shall be entitled to any employment benefits from the City. Developer shall be responsible and liable for any and all payment and reporting of taxes on behalf of itself, and any of employees, representatives, agents, servants,officers, contractors, subcontractors,and volunteers. The City, through its authorized representatives and employees, shall have the sole and exclusive right to exercise jurisdiction and control over City employees. 19. Applicable Law; Venue This Agreement shall be construed under and in accordance with Texas law. Venue shall be in the state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas,Fort Worth Division. 20. Non-Waiver The failure of the City to insist upon the performance of any term or provision of this Agreement or to exercise any right herein conferred shall not be construed as a waiver or relinquishment to any extent of City's right to assert or rely on any such term or right on any future occasion. 21. Governmental Powers and Immunities. It is understood that by execution of this Agreement, the City does not waive or surrender any of its governmental powers or immunities. 22. Headings The paragraph headings contained herein are for the convenience in reference and are not intended to define or limit the scope of any provision of this Agreement. 23. Severability In the event that any clause or provision of this Agreement shall be held to be invalid by any court of competent jurisdiction, the invalidity of such clause or provision shall not affect any of the remaining provisions hereof. 24. Review of Counsel City of Fort Worth,Texas Page 9 of 17 Standard Community Facilities Agreement Rev.10/5/19[NPC] City and Developer, and if they so choose,their attorneys,have had the opportunity to review and comment on this document;therefore any rule of contract construction or interpretation that would normally call for the document to be interpreted as against the drafting party shall not apply in interpretation of this Agreement, and each section, portion, and provision of this Agreement shall be construed solely on the basis of the language contained therein, regardless of who authored such language. 25. Prohibition on Boycotting Israel Developer acknowledges that in accordance with Chapter 2271 of the Texas Government Code, the City is prohibited from entering into a contract with a company with 10 or more full-time employees that has a value of$100,000 or more that is to be paid wholly or partly from public funds of the City 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"have the meaning ascribed to those terms by Chapter 2271 of the Texas Government Code. To the extent that Chapter 2271 of the Government Code is applicable to this Agreement, by signing this Agreement, 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 this Agreement. 26. Immigration and Nationality Act 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'SEMPLOYEES,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. 27. Amendment No amendment, modification, or alteration of the terms of this Agreement shall be binding unless the same is in writing, dated subsequent to the date hereof, and duly executed by the City and Developer. 28. Assignment and Successors Developer shall not assign or subcontract all or any part of its rights,privileges,or duties under this Agreement without the prior written consent of City. Any attempted assignment or subcontract without the City's prior written approval shall be void and constitute a breach of this Agreement. City of Fort Worth,Texas Page 10 of 17 Standard Community Facilities Agreement Rev.10/5/19[NPC] 29. No Third-Party Beneficiaries The provisions and conditions of this Agreement are solely for the benefit of the City and Developer, and any lawful assign or successor of Developer, and are not intended to create any rights, contractual or otherwise,to any other person or entity. 30. Compliance with Laws, Ordinances,Rules and Regulations Developer, its officers, agents, servants, employees, and contractors, shall abide by and comply with all laws, federal, state and local, including all ordinances, rules and regulations of City. It is agreed and understood that, if City calls to the attention of Developer any such violation on the part of Developer or any of its officers, agents, servants, employees, or subcontractors, then Developer shall immediately desist from and correct such violation. 31. Signature Authority The person signing this Agreement on behalf of Developer warrants that he or she has the legal authority to execute this Agreement on behalf of the Developer, and that such binding authority has been granted by proper order,resolution,ordinance or other authorization of the entity. The City is fully entitled to rely on this warranty and representation in entering into this Agreement. 32. Counterparts This Agreement may be executed in multiple counterparts, each of which will be deemed an original,but which together will constitute one instrument. 33. Entire Agreement This written instrument, together with any attachments, exhibits, and appendices, constitutes the entire understanding between the City and Developer concerning the work to be performed hereunder, and any prior or contemporaneous, oral or written agreement that purports to vary from the terms hereof shall be void. [REMAINDER OF PAGE INTENTIONALLY BLANK] City of Fort Worth,Texas Page 11 of 17 Standard Community Facilities Agreement Rev.10/5/19[NPC] 34. Cost Summary Sheet Project Name:Northpointe Phase 4 CFA No.: CFA20-0145 IPRC No.: IPRC20-0044 City Project No.: 102595 Items Developer's Cost A. Water and Sewer Construction 1. Water Construction $ 335,400.00 2.Sewer Construction $ 438,574.50 Water and Sewer Construction Total $ 773,974.50 B. TPW Construction 1.Street $ 608,318.00 2.Storm Drain $ 177,636.00 3.Street Lights Installed by Developer $ 103,825.00 4. Signals $ - TPW Construction Cost Total $ 889,779.00 Total Construction Cost(excluding the fees): $ 1,663,753.50 Estimated Construction Fees: C. Construction Inspection Service Fee $42,875.00 D. Administrative Material Testing Service Fee $15,190.00 E. Water Testing Lab Fee $1,290.00 Total Estimated Construction Fees: $ 59,355.00 Choice Financial Guarantee Options,choose one Amount Mark one Bond= 100% $ 1,663,753.50 X Completion Agreement= 100%/Holds Plat $ 1,663,753.50 Cash Escrow Water/Sanitary Sewer-- 125% $ 967,468.13 Cash Escrow Paving/Storm Drain= 125% $ 1,112,223.75 Letter of Credit= 125% $ 2,079,691.88 City of Fort Worth,Texas Page 12 of 17 Standard Community Facilities Agreement Rev.10/5/19[NPC) IN WITNESS WHEREOF,the City and Developer have each executed this Agreement by their duly authorized signatories to be effective on the date executed by the City's Assistant City Manager. CITY OF FORT WORTH DEVELOPER Lennar Homes of Texas Land and Construction, awd BiUl2aa Ltd. Dana Burghdoff(Fa 17,202 06 CST) Dana Burghdoff Assistant City Manager Jennifer Eller(Feb17,202112:27 CST) Date: Feb 17,2021 Jennifer Eller,Division Controller Recommended by: Date: Feb 17, 2021 (0�� Evelyn Roberts/Jennifer Ezernack Project Assistant Planning and Development Approved as to Form &Legality: I � Richar A.McCracken(Feb 17,202119:35 C" Richard A. McCracken Contract Compliance Manager: Sr.Assistant City Attorney M&C No. N/A By signing, I acknowledge that I am the person responsible for the monitoring and Date: administration of this contract, including Form 1295: NSA ��F°F�R��a� ensuring all performance and reporting °0�dd requirements. pf`0 °•IC 0 0 ATTEST: v o oy=� �00 °C T� ��/ Y 00000000 � E-ip Ro son behAfof(h,b 17202115:27CST Janie Scarlett Morales Mary J.Kayser/Ronald Gonzales Development Manager City Secretary/Assistant City Secretary OFFICIAL RECORD CITY SECRETARY City of Fort Worth,Texas FT.WORTH, TX Standard Community Facilities Agreement Rev.10/5/19[NPC] The following attachments are incorporated into this Agreement. To the extent a conflict exists between the main body of this Agreement and the following attachments, the language in the main body of this Agreement shall be controlling. Included Attachment ❑X Attachment 1 -Changes to Standard Community Facilities Agreement ❑x Attachment 2—Phased CFA Provisions ❑ Attachment 3—Concurrent CFA Provisions ❑x Location Map ❑X Exhibit A: Water Improvements ❑X Exhibit A-1: Sewer Improvements ❑X Exhibit B: Paving Improvements ❑X Exhibit B-1: Storm Drain Improvements ❑X Exhibit C: Street Lights and Signs Improvements ❑x Cost Estimates (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Page 14 of 17 Standard Community Facilities Agreement Rev.10/5/19[NPC] ATTACHMENT"I" Changes to Standard Community Facilities Agreement City Project No. 102595 None City of Fort Worth,Texas Page 15 of 17 Standard Community Facilities Agreement Rev.10/5/19[NPC] ATTACHMENT "2" Phased CFA Provision City Project No. 102595 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 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. City of Fort Worth,Texas Page 16 of 17 Standard Community Facilities Agreement Rev.10/5/19[NPC] 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,PROPERTYDAMAGESAND PERSONAL INJURY, (INCL UDING DEATH), OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED. DEVELOPER HEREBYEYPRESSL YRELEASESAND DISCHARGES CITY FROM ANY AND ALL LIABILITY FOR DAMAGES, INCLUDING, BUT NOT LIMITED TOANYANDALLECONOMICDAMAGES,PROPERTYLOSS,PROPERTY DAMAGE AND PERSONAL INJURY(INCLUDING DEATH)ARISING OUT OF OR IN CONNECTION WITH,DIRECTL Y OR INDIRECTL Y, THE CONSTRUCTION OF THE IMPROVEMENTS OR DEVELOPER'S DECISION TO CONSTRUCT A PHASED CFA. DEVELOPER,AT ITS SOLE COST AND EXPENSE,AGREES TO AND DOESHEREBY INDEMNIFY, DEFEND PROTECT, AND HOLD HARMLESS CITY, AND CITY'S OFFICERS, REPRESENTATIVES, AGENTS, EMPLOYEES, AND SERVANTS FOR, FROMAND AGAINSTANYAND ALL CLAIMS(WHETHER ATLA W OR INEQUITY), LIABILITIES, DAMAGES (INCLUDING ANY AND ALL ECONOMIC DAMAGES, PROPERTY LOSS, PROPER TY DAMA GES AND PERSONAL INJURIES INCL UDING 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 DESCRIPTION ARISING OR ALLEGED TO ARISE BY OR IN ANY WA Y RELATED 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. DEVELOPER: Lennar Homes of Texas Land and Construction,Ltd. Jennifer Eller(Feb 17,202116:54 CST) Jennifer Eller, Division Controller City of Fort Worth,Texas Page 17 of 17 Standard Community Facilities Agreement Rev.10/5/19[NPC] I L ��Fr- PROJECT LOCATION f \ _ HERITA E TRACE BLVD 0 SS FORK C- ST ARK RO EMBnTnTnTnTrM Q E BAIL Y BOSWELL ROAD N'MMM"" L 2 B 0 n VICINITY MAP < N.T.S. b NORTHPOINTE PHASE 4 CITY PROJECT #102595 LOCATED IN CITY OF FORT WORTH, TEXAS Y MAPSCO NO. 032, 033 °ref JANUARY 2021 Kimle�>>)H01" Lennar Homes of Texas Land and Construc8on 13455 Noel Road,7 Galleria Office Tower 1707 Market Place BWd.#100 Suite 700 Dallas,Texas Irving,TX 75063 972-770-1 00 75240 State of Texas Registration No.F-928 N W E S SCALE: 1"=200' 00 BLOCK P LOT 1 X LOOK w 2 3 4 5 6 7 8 9 10 11 12 w - - 13 TIBBLES DRIVE w w w 14 1 46 1 46 15 2 45 2 45 16 3 44 3 44 17 NORTHPOINTE PHASE 2 4 43 4 BLOCK T 18 (SEE CPN #102552) 1 5 42 I 1 5 42 0 BLOCK P 0 of- 6 41 6 41 �I 20 24 7 40 7 40 � 21 D 23 8 39 8 39 Of :6 22 — w 22 a0 1 9 38 1 1 9 38 23 Ld 21 O 10 37 ZI 10 37 24 Ld 20 > 11 36 Q 11 Ld BLOCK S Y BLOCK T 19 1 12 35 12 aJ = NOT EXISTING 18 13 34 >- 13 INFRASTRUCTURE BLOCK R 14 33 y 14 (SEE NORTHPOINTE 17 PHASE 2, CPN 102552) 16 15 32 15 \ w 15 16 31 16 NORTHPOINTE PHASE 1B 14 17 30 17 3 w (SEE CPN #102308) �s 13 18 29 18 12 19 28 1 19 NOT EXISTING 11 20 27 20 i INFRASTRUCTURE 41 (SEE NORTHPOINTE \ 21 26 21 PHASE 1b, CPN 102308) 22 25 22 23 24 23 I LEGEND COPLEY AVENUE —W— PROPOSED WATER LINE w w w z g EXISTING WATER LINE a NOTE: ALL WATER LINES SHOWN ARE 8" IN WATER DIAMETER UNLESS OTHERWISE NOTED. N EXHIBIT "A" Northpointe Phase 4 Kimle >>>� Owner: Suite Noel Road,T Office Tower Q Lennar Homes of Texas Land and Construction Suite 700 g 1707 Market Place Blvd.#100 Dallas,TX =e� Irving,TX 75063 972-770-1300 Fort Worth,Texas State of Texas Registration No.F-928 N W E S SCALE: 1"=200' of BLOCK P LOT 1 X LO K " 2 3 4 5 6 7 8 9 10 11 12 w 13 s TIBBLES DRIVE J 1 I� 14 rV3 46 1 46 15 45 2 45 16 44 3 44 17 NORTHPOINTE PHASE 2 57 4 43 � 4 BLp43 T 1g (SEE CPN #102552) 5 42 5 42 Q� B 19 F LOCK P o- 6 41 6 41 'I 20 [)f- 24 7 40 7 40 " 21 N D 23 8 39 1 8 39 Of 22 22 Q 9 38 9 38 23 Si o Ld 21 10 37 10 37 24 s w- 20 �� 11 36 Q 11 s BLOCK S Y BLOCK T 19 1-- 12 35 3: 12 aJ = NOT EXISTING 18 13 34 13 INFRASTRUCTURE BLOCK R 14 33 c 14 (SEE NORTHPOINTE 17 PHASE 2, CPN 102552) 16 15 32 15 \ w 1 NORTHPOINTE ee 5 16 31 16 PHASE 1B 14 17 30 17 sr e e (SEE CPN #102308) �s 13 18 29 18 12 19 28 1 19 11 20 27 20 i LEGEND —SS—S— PROPOSED SANITARY 21 26 21 SEWER LINE 22 25 22 S S 23 24 EXISTING SANITARY SEWER COPLEY AVE NU 23 I LINE as as ee g — — PROPOSED SDR-26 se NOT EXISTING SANITARY SEWER SERVICE INFRASTRUCTURE (SEE NORTHPOINTE NOTE: PHASE 1A, CPN 102250) ALL SANITARY SEWER LINES SHOWN ARE 8" IN DIAMETER UNLESS OTHERWISE s WASTEWATER NOTED. Y� EXHIBIT "A-1 " Northpointe Phase 4 Owner: Kimle ->>Hor 3 Noel Road,T Office Tower Q Lennar Homes of Texas Land and Construction Suite 700 g 1707 Market Place BWd.#100 Dallas,TX i Irving,TX 75063 972-770-1300 Fort Worth,Texas State of Texas Registration No.F-928 N W E S SCALE: 1"=200' of BLOCK P LOT 1 X LO K 2 3 4 5 6 7 8 9 10 11 12 - - 13 TIBBLES DRIVE 14 1 46 1 46 15 2 45 2 45 16 3 44 3 44 17 NORTHPOINTE PHASE 2 4 43 4 BLOCK T 18 (SEE CPN #102552) 5 42 I I 5 42 Q BLOCK P 19 - 6 41 6 41 Q� 20 C24 7 40 7 40 Ld 21 D 23 8 39 8 39 Of 22 22 a I 9 38 I I 9 38 23 21 o 10 37 Ld� 10 37 24 w 20 >j 11 36 Q 11 LLI BLOCKS Y BLOCK T 19 � 12 35 a = NOT EXISTING 18 13 34 13 INFRASTRUCTURE BLOCK R Y (SEE NORTHPOINTE 17 14 33 v)1 14 PHASE 2, CPN 102552) 16 15 32 1 15 \ 15 16 31 16 NORTHPOINTE PHASE 1B 14 17 30 17 (SEE CPN #102308) �s 13 18 29 18 x 12 19 28 19 11 20 27 20 i LEGEND 21 26 21 6' SIDEWALK PER THIS 22 22 CONTRACT � 25 PROPOSED 29' B-B 24 COPLEY AVE UE 23 ® ROADWAY w/ 50' R.O.W. 6" THICK REINFORCED CONCRETE PAVEMENT NOT EXISTING INFRASTRUCTURE (SEE NORTHPOINTE PHASE 113, CPN 102308) ADA RAMP TO BE - CONSTRUCTED BY 8 DEVELOPER 9 PAVING IMPROVEMENTS s' EXHIBIT "B" Northpointe Phase 4 Owner: Kimle >>>Hor Noel Road,T Office Tower c Lennar Homes of Texas Land and Construction Suite Suite 700 y<' 1707 Market Place RWd.#100 Dallas,Tx =m Fort Worth,Texas Irving,TX 75063 State of To Registration No.F-928 N W E S SCALE: 1"=200' 00 BLOCK P LOT 1 X BLOCK 2 3 4 5 6 7 8 9 10 11 12 - - 24"RCP 1 3 21"RCP 2$RCP 4"RCP 24"RCP 24"RCP T 21"RCP TIBBLES DRIVE 14 10'INLE 1"RCP 0'INLET 21"RCP 1 46 1 46 15 D' 0 INLET 1 INLET 21"RCP 2 45 2 45 16 3 44 3 44 17 NORTHPOINTE —10'INLET PHASE 2 4 43 4 BLOCK T 18 (SEE CPN #102552) 5 42 I I 5 42 Q IBLOCK P 19 - 6 41 6 41 o�I 20 of- 24 7 40 7 40 Ld 21 D 23 8 39 8 39 � 22 22 a I 9 38 I I 9 38 23 21 RCP 10 37 � �"I 10 37 24 w 20 �j� 11 36 Q 11 BLOCKS Y BLOCK T 19 1-- 12 35 Q 12 J 18 13 34 13 NOT EXISTING BLOCK R 14 33 �� 14 INFRASTRUCTURE 17 (SEE NORTHPOINTE 16 15 32 1 15 PHASE 2, CPN 102552) 15 16 31 16 14 17 30 17 �s 13 18 29 18 I � 15'INLET 12 21"RCP — 5'Ir19r 28 9 NORTHPOINTE 11 20 27 20 i PHASE 1 B (SEE CPN #102308) 21 26 21 21"RCP 21"R \ / 22 25 22 VV \ ~ 15•INLET 15'INLET— � \ COPLEY AVENUE 23 fi LEGEND z _ I RCP 24"RCP PROPOSED STORM DRAIN LINE I RCP� 1s INLET RCP EXISTING STORM DRAIN LINE 33" Z PROPOSED STORM DRAIN INLET PROPOSED STORM DRAIN DROP INLET STORM DRAINAGE s' EXHIBIT "B-1 " Northpointe Phase 4 Kimle >>>hor Owner: Suite Noel Road,T Office Tower c Lennar Homes of Texas Land and Construction Suite 700 y<' 1707 Market Place Blvd.#100 Dallas,Tx _% Fort Worth,Texas Irving,TX 75063 State of To Registration No.F-928 N W E S SCALE: 1"=200' of BLOCK P LOT 1 X LOt 2 3 4 5 6 7 89 10 11 12 - - 13 TIBBLES DRIVE 14 1 46 X 1 46 15 2 45 2 45 16 3 44 3 44 17 NORTHPOINTE PHASE 2 4 43 4 BLOCK T 18 (SEE CPN #102552) 5 42 I I 5 42 Q IBLOCK P 19 6 41 6 41 o�I 20 of- 0 24 7 40 7 40 � 21 23 8 39 8 39 22 22 a I 9 38 I I 9 38 23 Ld 21 of10 37 DI 1 10 37 24 w 20 >j 11 36 Q 11 � BLOCK S Y BLOCK T 19 1-- 12 35 Q 12 J 18 0- 13 34 ` 13 NOT EXISTING BLOCK R 14 33 yI 14 INFRASTRUCTURE 17 (SEE NORTHPOINTE 16 15 32 1 15 PHASE 2, CPN 102552) 15 16 31 16 14t17 30 17 1318 29 18 I � 19 28 1 19 NORTHPOINTE 11 20 27 20 i PHASE 1 B (SEE CPN #102308) 21 26 21 7' 22 25 22 LEGEND / 23 24 AVENUE 23 I 2" PVC CONDUIT � COPLEY - - TYPE 11 W/ 33B ARM LIGHT POLE z NOT EXISTING INFRASTRUCTURE X PROPOSED STREET NAME SIGN (SEE NORTHPOINTE PHASE 2, CPN 102552) ■ PROPOSED REGULATORY SIGN STREET NAME SIGNS & STREET LIGHTS s' EXHIBIT "C-1 " Northpointe Phase 4 Owner: Kimle >>>hor Office Tower c Lennar Homes of Texas Land and Construction Suite Suite Noel Road,T O 700 y<' 1707 Market Place RWd.#100 Dallas,Tx _0 Fort Worth,Texas Irving,TX 75063 State of To Registration No.F-928 004243 oar-BID PROPOSAL Pegs 1 of2 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Section No. Unit of Bid Unit Price Bid Value No. Measure Quantity NIT I:WATER IMPR VEM NT r_______. -__aP_e _.. ,.._ _..._.._:. _ _._w... _4 $34.00,_$141 916.00 1 3311.D241 8"Water Pi 417,_, _ 2 3312.Oi701 Fire Hydrant Assembly w/6"Gate Valve 8 Box _ 3311 10,33 11 12 _ _EA 9 $4 200.D0, $37 800.00 3 0241 1218 4 12'Water Abandonment Plug 024114 _ _ �EA�- 4$1 000.00 $4 000.00 4 3312:3003 6"Gate Valve 33 222 EA 15 1250.00 $i8 750.00 5 3311.0001 Ductile Iron Water Fittings w/Restraint_ 33 11 11 TON 3.68 4 500.00 $16.560.00 6~3312.2003 1"Water Service 331210 EA 116 $950.00 $1 ,00 200.00 7�3312.0110 Connection to Existing Water Main 3312 25 EA 2 $1,000 00 P-TO.00 8 3305.0109 Trench Safer - - N 00 OS 10 -LF- 4.174 $1.00 4.174.00 TOTAL UNIT I:WATER IMPR VEMENT $335 400.00 UNIT III:SANITARY SE FMFN 1 3331.4115 IT'Sewer r 5e _ - 3311 10,33 31 12,33 31 20 LF 4,447 $42;00 ^$186 774.00, 2 3331.4116 8"Sewer Pipe,,CSS Backfill w - _ 3311 10!�-�-�--,-LF_ �100 $60.00 $6 0, OD.00 3� 3331r4117 8 Sewer Pipe CLSM Backfill 3311 10 LF 140 7g o.00- $9800.00 4 3339.0001 Manhole Liner 33 3910,33 39 20 VF 144.7 _$38500,_ _�55_09.50 5 3339.1001 4 M_an_hole _ M _ 3339 10,33_39 20 EA 12 $3 80 _�$45 0.00 6Q0 .O0 6 3339.1002 4'Droe Manhole 333 910,33 39 20 EA 1 $5,,20A0 0 $5 200.00 7 3339.1002 4'Manhole w/Hydraulic Slide 33 A_ __3910 33 39 20 EA 4 $ 8800.00 $19 200.00 8 3331,3101 4"Sewer Service 33 31 50 � EA 116 $650.00 _ $75v400.00 9 3305 0109 Trench Safety 000510 ^ _ -LF �4,447_$1.00_$4 447.00 10 3301.0101 Manhole Vacuum Testing 33 D1 30 TEA 17^ .$150.00,__$2,-550.00, 11 3301.0002 Post-CCTV Inspection 330 31 _ -LF- 4,447___12.00 $8 894,00 12 9899.0007 Connect to Existing MH w/Hydraulic Side 00 00 00 EA 1 $ 500A0_ $8 500.00 13 9999 0002 Connect to Proposed 4'MH w/Outside Drop Connection 00 00 00 -EA T_ 1 �$9 500- 0 $9,500.00 . _. 14 9999 0003 Conned to ExistingStub-Out 10006 00 Fs4 1.. $1 000.00 1 000.00 TOTAL UNIT II:SANITARY SEWER IMPROVEMENTS1 $438 574.50 UNIT III:DRAINAGE IMP R VEMENT 33 1 49.50q1 10'Curb Inlet - -- 33 49 20 EA 5 $3,240.00 $16 000.00 _ 2 3349.5002 15 Curb Inlet _- 33 $37.800,00 -3 3349.0_001 4'Storm Junction Box _ _ 334910 - ^-EA� �5 $5,000�00 $25,000.00 4_ 3341.0201 21"RCP,Class III_-_ - - 33 41 10 _LF_� _ 407 $50 0�,$20 350.00 5 3341.0205 24"RCP,Class III 3341 10 _ LF 930 $55.00 $51 550.00 6 3341.0305 33"RCP,Class III 33 41 10 LF 20 $85.00 $1 70_O.OD 7 3341.0309 36"RCP,Class III -^_ 33 41 10 �LF -74 _ $_105.00-___$7 770-.00 - B 3349.4105 24"SET,1 pipe -� � - 33 49 40 A LF 1 -$3,000.00 $3,000.00 -9-3349.4109 36"SET,1 pie $4 000.00 -10 3137A104 "M 12editxn Stone wrap,dry-_- 31 37 00 _ S_Y 66 - $95.00 $6 2_�7-0.00 11 9999.0001 Remove Plug&Connect to Exist_24"RCP Stub•OtA 00 00 00 _4--� _EA_ 11 500.00 $1,500.00 12 9999.0002 Remove 24"Headwall&Conned to Exist 24"RCP 00 00 OO w EA� 1_$11 50D.00 $1,500.00 _-13-0241.0800 Remove R Rap 02 41 13 SY 11 -$15.00_ $165.00 14 3305.0109 Trench Safety 000510 LF� 1,4311 _$1.001 $1431.00 TOTAL UNIT III:DRAINAGE IMPROVEMENTS $177 636.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS I..V,.i"n Sepmmber I,2015 00 42 43 Bid Praporal DAP PHASE 4.%le 004243 DAP-RID PROPOSAL Pge2af2 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Imm Information Bidders Proposal Bidlist lrem Description Specification Section No, Unitof Bid Unit Price Bid Value I. Measure Quantity NIT IV:PAVING lMPRC VEMENTS _1 3213.0101 6"Conc Pvmt 321313 SY 13,080 35.50 _ T _._.._.._._.3 ., ._.-....$464 340 y00 2 3211.0501 6"_Lime Treatment 321129 SY 13,960 $3.15 $43,974.00 e,_.- _3 3211 0_400 Hxdrated Lime( 30k/SY� 3211 28 TO_N 209_0 �$180.OQ_$37,620.90 2__5 3213 030 Codew_nc Sialk_ 3213 20 LF_ 624 $16.25 $10,140.00 5 3213.0504 Barrier Free Ramp,WType P-1 M � m� 3213 20 EA 6-$1,500.00 _,$9 000.42 6 9999.0012 Constntct Concrete Header 00 00 00 LF __ $20.00--$580 00 _7_ 9999.0013_Install Type III End of-_Ro_ad Barricademm 00 00 0_0 EA 1 $500.00 $500r00 8 3441.4003 FumisNlnstall Alum Sign Ground Mount C!!y Std. _ _ 34 41 30 �EA 8 $350.00 �2 800.00 �9�9999A014 Install Street Name Blades 00 00 00 EA �5 $200.009. $1 0000A0 10 9999.00151nstall Stop Signal __.._..__,_._. �,_ 00 00 00 EA 3 $300.00 $900A0 �11 9999 00`I Remove Bamcade& Connect to Existing Street 00 00 00 EA M 2 $400.00 $800.00 �___ _ _ _. ___,.. _ _ ._. I.�____ 12 3291.0100 Top Soil _T _ 32 91 19 CY 531 $24._00 $12,744.00 M 13 3292.0100 Block Sod PlacementT 32 9213 SY 4,784 .00 $23 920.00 T TA NIT IV:PAVIN IMPR VEMENT $608 318.00 UNIT V:STREET LIGHTING IMPROVEMENT 1 3441.3341 Rdwy Ilium TY 11 Pole 34 41 20 _ EA 17 _§2AQ 00 $44 2s 00.00 2 _3441.3301 Rdwy Ilium Foundation TY 1,2,and 4 34 41 20 _EA 17 __$1.000.QO $MOR-00 3 3441.1408 No 6 Insulated Elec Condr,Alum.fl3 HOW 34 41 10 LF 4 1LL660 4 $3.00 $4980.00 __ _ ___ .__ .. .. _. �_ 4_ 3441.1632 Install Type 33A Arm _____ __ 344120_ _EA 1_7 _$375 00��6 37500 5 9999.0019 ATBO-20BLEDE70-MVOLT-R23K-MP-NL-P7 Luminaire 34 41 20 EA_ ~16 $650.00 $1040 000 6 9999.0021 Tile R4 Luminaire _ "•__,.. ^_ 344120 T _ EA 1 $950.00, $950.00 7 2605.3018 2"CONDT PVC SCH 80,Open Cut 26 05 33 LF 1,660 S12.00 $19.920.00 TOTAL NITV:STIR T LIGHTING IMPR VEMEN $103,825.00 Bid Summary UNIT I:WATER IMPROVEMENTS $3 55400.00 UNIT II:SANITARY SEWER IMPROVEMENTS $438,574.50 UNIT III:DRAINAGE IMPROVEMENTS $177,636.00 UNIT IV:PAVING IMPROVEMENTS $608,318.00 UNIT V:STREET LIGHTING IMPROVEMENTS $103,825.00 Total Construction Bid $1,663,753.50 BIDDER: BY:Brock gins Conatser Construction Ts,LP 5327 Wichita Steet Fort Worth,TX 76119 TITLE:President DATE: Contractor agrees to complete WORK for FINAL ACCEPTANCE within ram/0 working days after the date when the CONTRACT commences to run as provided in the General Conditions. 1 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTIONSPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version Septenaer 1,2015 00 42 43 Bid Pmpoeel_DAP PHASE 4.4.