Loading...
HomeMy WebLinkAboutContract 55618Received Date: 04/23/21 Received Time: 2:56 pm Developer and Project Information Cover Sheet: Developer Company Name: Elite Development and Construction, LLC Address, State, Zip Code: 1521 Wagonwheel Trail, Keller, TX, 76248 Phone & Email: 347-615-1999, ashrafl 169(a�aol.com Authorized Signatory, Title: Ashraf Shehata , Owner/Developer Project Name: Brookville Ranch Brief Description: Water, Sewer, Paving, Street Signs, Storm Drain, Street Lights Project Location: 6220 & 6240 Ten Mile Bridge Road Plat Case Number: FP-18-058 Plat Name: Brookville Ranch Mapsco: 46 G, L CFA Number: CFA20-0064 Council District: City Project Number: 101574 City of Fort Worth, Texas Standard Community Facilities Agreement Rev. 10/5/19 [NPC] OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CSC No. 55618 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 Elite Development and Construction, LLC ("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 Brookville Ranch ("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 ("Communiry Facilities" or "Improvements"); and WHEREAS, as a condition of approval of the Proj ect, 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 Ciry 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. 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 City ot'Fort Worth, Texas OFFICIAL RECORD Standard Community Facilities Agreement CITY SECRETARY Rev. 10/5/19 [NPC] FT. WORTH, TX 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: � Exhibit A: Water X❑ Exhibit A-1: Sewer � Exhibit B: Paving & Street Signs � Exhibit B-1: Storm Drain � Exhibit C: Street Lights 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. 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"). City of Fort Worth, Texas Page 3 of 15 Standard Community Facilities Agreement Rev. 10/5/19 [NPC] 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 (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. City of Fort Worth, Texas Page 4 of 15 Standard Community Facilities Agreement Rev. 10/5/19 [NPC] (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°/o) 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 Ciry as an oblige, 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 Ciry 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 Proj ect 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. (fl 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 sha11 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. 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. City of Fort Worth, Texas Page 5 of 15 Standard Community Facilities Agreement Rev. 10/5/19 [NPC] 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, BROUGHT FOR OR ONACCOUNT 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 PROPERLYSAFEGUARD THE WORK, OR ONACCOUNT OFANYACT, INTENTIONAL OR OTHERWISE, NEGLECT OR MISCONDUCT OF SAID DEVELOPER, ITS CONTRACTORS, SUB-CONTRACTORS, OFFICERS, AGENTS OR EMPLOYEES, WHETHER OR NOT SUCHINJURIES, DEATH OR DAMAGESARE CAIISED, 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 WITHALL PLANSAND SPECIFICATIONS. 13. Right to Enforce Contracts 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 bene�ciary of such contracts. City of Fort Worth, Texas Page 6 of 15 Standard Community Facilities Agreement Rev. 10/5/19 [NPC] 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 estimatedpayments made bythe Developer, the Developer must pay the difference to the Ciry 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 fifry dollars ($50.00), the Ciry 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 Ciry 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: Development Coordination Office City of Fort Worth 200 Texas Street Fort Worth, Texas 76102 DEVELOPER: Elite Development and Construction, LLC 1521 Wagonwheel Trail Keller Texas 76248 With copies to: City Attorney's Office City of Fort Worth 200 Texas Street Fort Worth, Texas 76102 City of Fort Worth, Texas Page 7 of 15 Standard Community Facilities Agreement Rev. 10/5/19 [NPC] 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, seroants, 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 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 City of Fort Worth, Texas Page 8 of 15 Standard Community Facilities Agreement Rev. 10/5/19 [NPC] 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 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. City of Fort Worth, Texas Page 9 of 15 Standard Community Facilities Agreement Rev. 10/5/19 [NPC] 25. Prohibition on Boycotting Israel 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 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 Ciry 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 term "boycott Israel" has the meaning ascribed to it by Section 808.001 of the Texas Government Code. The term "company" has the meaning ascribed to it by Section 2270.001 of the Texas Government Code. To the extent that Chapter 2270 of the Government Code is applicable to this Agreement, by signing this Agreement, Developer certifies that Developer's signature provides written verifcation 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 INDEMMFY 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. 27. Amendment No amendment, modifcation, 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. 29. No Third-Party Bene�ciaries 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. City of Fort Worth, Texas Page 10 of 15 Standard Community Facilities Agreement Rev. 10/5/19 [NPC] 30. Compliance with Laws, Ordinances, Rules and Regulations Developer, its officers, agents, servants, employees, and contractors, shall abide by and comply with alllaws, 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 authoriry 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 15 Standard Community Facilities Agreement Rev. 10/5/19 [NPC] Project Name: Brookville Ranch CFA No.: CFA20-0064 Items A. Water and Sewer Construction 1. Water Construction 2. Sewer Construction Water and Sewer Construction Total B. TPW Construction 1. Street 2. Storm Drain 3. Street Lights Installed by Developer 4. Signals TPW Construction Cost Total Total Construction Cost (excluding the fees) Estimated Construction Fees: C. Construction Inspection Service Fee D. Administrative Material Testing Service Fee E. Water Testing Lab Fee Total Estimated Construction Fees: Financial Guarantee Bond = 100°/a choose one = 100% / Holds Plat Letter of Credit = 125% 34. Cost Summary Sheet City Project No.: 101574 Developer's Cost $ 215,926.13 $ 284,677.93 $ 500,604.06 $ 541,849.26 $ 267,790.65 $ 89,685.80 $ - $ 899,325.71 $ 1,399,929.77 $41,405.00 $11,760.00 $900.00 $ 54,065.00 Choice Amount Mark on $ 1,399,929.77 $ 1,399,929.77 x $ 625,755.08 $ 1,124,157.14 $ 1,749,912.21 City of Fort Worth, Texas Page 12 of 15 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 �q�rq ���G��a�f' Dana Rurghdoff (Mar 6, 2021 250 CST) Dana Burghdoff Assistant City Manager Date: Mar 6, 2021 Recommended by: r11/� v�y.� EvelynRobe s(Mar5,202106:49C5T) Evelyn Roberts/Jennifer Ezernack Project Assistant Planning and Development Approved as to Form & Legality: Rlchar A. McCracken (MarS, 2021 P:OA CST) Richard A. McCracken Sr. Assistant City Attorney M&C No. Date: Form 1295: ATTEST: �ar Rahql�l P Ganzqles for Ronald P. Gonzales (Mar 8, 2021 0725 CST) Mary J. Kayser/ Ronald Gonzales City Secretary / Assistant City Secretary DEVELOPER Elite Development and Construction, LLC Ashr�f Ashraf (Mar 4, 202119:56 CST1 Name: Ashraf Shehata Title: Owner/Developer Date: Mar4,2021 Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. C_ GC2ll�� �G:c�2�G�Z�/'`G�2G�G� J icScarlcLLMorales(Mar5,20211521CST) L Name: Janie Scarlett Morales Title: Development Manager �,4���n �� ,o,p� FORT �a p � �000000000� �� � 0 � 0 �_o o��� Yva °�� o �y �j� � �o oo° T� � � �O000000° .d �� �EXAS��'a City of Fort Worth, Texas Standard Community Facilities Agreement Rev. 10/5/19 [NPC] OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 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 � Attachment 1- Changes to Standard Community Facilities Agreement ❑ Attachment 2— Phased CFA Provisions ❑ Attachment 3— Concurrent CFA Provisions � Location Map � Exhibit A: Water Improvements � Exhibit A-1: Sewer Improvements � Exhibit B: Paving & Street Signs Improvements � Exhibit B-1: Storm Drain Improvements � Exhibit C: Street Lights Improvements � Cost Estimates (Remainder of Page Intentionally Left Blank) City of Fort Worth, Texas Page 14 of 15 Standard Community Facilities Agreement Rev. 10/5/19 [NPC] ATTACHMENT "1" Changes to Standard Community Facilities Agreement City Proj ect No. 101574 None City of Fort Worth, Texas Page 15 of 15 Standard Community Facilities Agreement Rev. 10/5/19 [NPC] iii� a'_ 4 : D:1P - QIfJ PR(7POSAL I'a,�c I nf' SECTIOlV 00 42 43 Deve[operAwarded Pro�ects - PROPOSAL FORM BROOKVILLE RANCH - CITY PROJECT 101574 QUANTITY MATRIX UNIT PRICE BID Bidder's Application Projcct [Lena hifonnation IIidlist ]€cm �� C]escrip[ion uNi�r i: wa,r�� 1 3311.0241 8" Water Pipe 2 3311.0251 8" DIP Water 3 3305.'i 143 2D" Casing by Other than Open Cut 4 3312.41d7 12" x 8" Tapping Sleeve & Valve 5 3312.3003 8" Gate Val�e 6 3312.3002 6" Gate Valve 7 3312.00b1 Fire Hydrant 8 3312.2043 1" Water Sarvice 9 3312.0117 Connecfion io Existing 4"-12" Water Main �0 3311.0001 Ductile Iran Water Fiiiings wl Restraint � 1 3201.0923 6" Wide Asphalt Pvmt Repair, Arterial 13 3305.0109 Trench Safety 14 3471.0001 Traffic Control 16 17 18 19 20 21 22 23 24 25 26 27 28 29 3Q 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 Specilicaiion Scctiun �!o IMPROVENiE 3311 10, 33 11 3311 10 33 05 22 33 12 25 33 12 20 33 12 20 33 12 40 331210 33 12 25 33 11 11 32 01 17 33 05 10 34 71 13 Unit oF Mcasurc � LF LF LF EA EA EA EA EA EA TON LF LF MO Bid �)uantily 3,171 10 10 � 13 7 7 74 3 1 8 3,181 1 l3iddci's Pro�iosnl Unit Price I [3td V.tluc $28.28 $49 .Od $355.OQ $fi,150.04 $1,165.04 $75D.00 $3,54D.04 $725.00 $1,25fl.00 $9,250.00 $225.00 $0,25 $2,004.00 $89,575.88 $4 � 0.00 $3,55D.00 $6,150.40 $15,145.4fl $5,250.00 $24,500.00 �53,650.00 $3,750.00 $9,25Q.0� $1,800.04 $795.25 $2,000.00 15,926.13 C1TY OC FORT 1VURl Li Sl71NUr1RU CONSTRVCTIONSPLCIF'ICATi(}N POCUI�I�N'f"5- l)EVELOYEIi A55'�4RDEU PRO]LCTS Fotm Versfnn M1�far "- 'UI l f1042 J3_Rid Prap lli1P fdec i-??_19 51';dker lllils rev 12-I-30 {Ifl �I'_ .1 i onr - oio rrzo�os.-�� i�,_,�. , �,r � SECTiON 00 42 43 Develo{�er Awarded Projects - PROP05AL FORM BROOKVILLE RANCH - CITY PROJECT 101574 QUANTITY MATRIX UNIT PRfCE BID Bidde�'s Application Project [Iem Informatio�� Bidlist Item N�. Dcscript ion U�lIT II: SANIT, 1 333i .4115 8" Sewer Pipe 2 3331.41 i6 8" 5ewer Pipe, CSS Backfill 3 3305.1103 20" Casing by Other Than apen Cut 4 3201.0124 7" Wide Asphait Pvmt Repair, Arterial 5 3339.1001 4' Manhole 6 3331.3101 4" Sewer 5ervice 7 3331.3102 4° 2-Way Cfeanout 8 3301.0101 Ntanhale Vacuum Testing 10 3301.0002 Post CCTV Inspection i1 3305.01Q9 TrenchSafety(SanitarySewer) 12 13 i4 15 i6 17 18 19 20 21 22 23 24 25 26 27 28 29 34 31 32 33 34 35 36 37 38 39 40 4'I 42 43 44 45 SpeciFc�tiifn Unitaf Bid Scclion Nu_ Ivlcasure Quantity WER IMPROVEMENTS 33 11 1 �,33 3'i 12 LF 3023 as tt �0,333� 12 LF 150 33 45 22 LF 40 32 01 17 LF 10 aa a� io,3a as za EA 19 33 31 50 EA 74 33 31 50 EA 74 33 01 30 EA 19 33 01 31 L F 3173 QO OD 00 LF 3173 43idder's Propns��l Uni[ Price � 13id Value $39.41 $5fi.00 $415.00 $245.00 $3,600.00 $580.fl0 $90.OD $14d.OD $5.00 $0.50 $119,136.43 $8,4QO.OQ $16,600,00 $2,450.0a $68,40fl.0a $42,920.00 $6,664.00 $2,664.00 $'[ 5, 865.00 $1, 586.50 7.93 Clll' pF' FOIi'I' WORTH STr4\ �ARf3 CONS'IHl1C'i'ION SPEC1FiCATlO� �L7CU��1ENT5 - I]EV EI.OPEIi AIVARUE[1 PROJECTS Form Venion ��lay 22. 201 � 00 J? -43 8id Prnp D:1P Rev i-33-19 14'niker lSikls ret I'--I-�fl E111 .I_' �l i o,�r- mn �ao��os�i. i�:�_r 3 ��r� SECTI4N 00 42 43 pevelaper Awarded Projects - Pl�OPOSAL FORM BROOKVILLE RANCH - CITY PROJECT 101574 QUANTITY MATRIX UNIT PRICE BID Bidder's Application �'raject Item InTormution [3id�er's Proposal Bidlfsi Item Specilicajlzon lJn�l ol' Bid ,. Dcscripunn Unit I rice l3fd V�luc No. Seclian t�o. Mcasur� Quantit�� UNiT III: DRAINAGE iMPROVEMENTS 1 3341.d305 33" RCP, Class III 33 41 10 LF 500 $124.00 $62,000.0� 2 3341.0302 30" RCP, Class III 33 41 10 LF 3&5 $9&.50 $37,922.50 3 3341.0205 24" RCP, Class III 33 41 1p LF 398 �78.50 $3'f,243.OD 4 3341.0201 2t" RCP, Class 111 33 41 1� LF 163 $65.00 $11,247.00 5 3341.�cxx 15" RCP, Class III, 3 Piges 3341 10 LF 93 $131.50 $12,229.5D 6 0241.30�5 Remove 24" 5torm Line 0241 14 LF 95 $48.00 $4,560.00 7 3349.0001 4' Storm Junction Box 3349 10 EA 7 $4,300.00 $30,1Q0.00 8 3349.5002 15' Curb Inlet 33 49 20 EA 4 $5,500.40 $22,000.0£l 9 3349.5001 10' Curb Inlet 33 49 20 EA 6 $4,600.00 $27,640.Ofl 10 3349.4301 15" SET, 3 Pipes 33 49 40 EA 6 $1,125.Q0 $6,750.00 11 3349.7001 4' Drop Inlst 33 49 20 �A 1 $4,600.00 $4,60D.00 12 32D1 OS14 Conc Pvrnt Repair, Residential 32 01 29 SY 80 $200.75 $18,06D.00 13 33fl5.01D9 Trench Safety {Storm Sewer) 00 00 a0 LF 1539 $0.35 $538.65 14 3137 0103 Concrete Riprap 31 37 00 SY 6 $125.40 $75D.00 75 3305.D112 Cancrete Collar 33 05 17 EA 1 $190.OQ $190.00 f6 i7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4D 41 42 43 44 45 TOTAL UNIT Ill: �RAINAGE ]MPROV�MENTS $267,730.65 ciTv or ro RT �vo�ri i� S'fA\UARDCOT°STRUCTION SPfCIFICAI"IpN UOCULIF�TS- DEYLLOPCR AIYARDI:D PRO.IFCI-S formVersfn��lfnr22.'DI9 �Oa?43_I3idVmpU�4PRe�-5_�2-1911':dkerUtilsre� I?-I-70 ����.0 1i u:ti�- �i� raovotiai. r.�ge 7 oi 7 SECTION 00 42 43 developer Awarded Projects - PROPOSAL FORM BROOKVILLE RANCH - CITY PROJECT 101574 QUANTITY MATRIX UNIT PRICE BID Bidder's Application Project liem Infixna�l�nn F3iddcr's Proposal Ridlistitum S��ecific�iti�in llnitnF H�� ����itPrice 131dVali� Descri�stiun Na Seclion No. lVEcasi�re ()usii7iii�� i3itl S�Emm�c1� UNIT I: WATER IMPROVENiENTS UNIT II: SANITARY SEWER IMPROVENiENTS UNiT IIL DRAINAGE IMPROVEMENTS UNIT N: PAVING IMPROVEMENTS UNIT V: STREET LIGHT[NG {MPROVEMENTS UNIT VI: STR��7 SiGNS IMPRQVEh!lENTS 1'ut:�! Couslruction 13id fhis L3ic3 is s�chmitted by thc entify nanEcd �clon�: BL�f�l�:K: (Unit [, Il, I[f} Illl3ru�5n'i�.� I if�ii��, !V "����'�- Coiih�acfo�•�grees fo complctc 1VOHi{ Far �In`AL ACCI�:P7'AN(: C»ithin CONTRACT commences to �•ui3 �s provided in ihe Gcncial Coi3ditioi�s. $215,926.9 3 $284,677.93 $267,790.65 $768,39+�.71 BI': ,��I:_ IE,, �- — — ----- i\ E_.r} � �� ', H� TfTL�: � iri: n � U:1'r�: l�o4�x! r�ii �sori<ing days aftcr tl3c �I�te nhen the FN[)OF SI:CTION ci ry o� Foar �vo�TH STi4NDAItU CQi�'STRUCTIOT SPfCiFif'A7'[D\ Ul]CUhIGN�fS - l)HVELOPER A\1'ARDE:I) P1LO1CCT5 Fonn Yeisian Llay 22, 2U1 7 0(14� �13 Bid Prop DAP Rc�. �_'?_1 J 1Vniker UtJs rer I�-I-�n 00�'a3 C7;�P � F61i) PROPDSaI. r:��e a oi ? SECTION 00 42 43 Devefoper Awarded Projects - PR�P05AL FaRM BROOKVILLE RANCH - CITY PROJECT 101574 QUANTITY MATRIX UNIT PRICE BI❑ Bidder's Application Project Itein hiFom�ation Qidder's Proposal [3idlist Itcin Specilicalinn Unfl of [3id Descripliori Unit Price Bid Value �lu Secunn IVu. Nfr.�sure QunEui�t UNiT EV: PAViNG IMPROVEMENTS 1 3211.0501 6" ��me Treatment 32 11 29 SY 11,409 $3 DO $34,227.Q0 2 3211.D400 Hydrated Lime (@ 28 Ibslsy) 32 11 29 TN i6D $170,40 $27,200.OD 3 3213.0101 6" Cone Pvmt 32 13 13 SY 1fl,757 $38.40 $413,OS8.80 4 9999.0005 SawcutlRem Paving for Tie-In b2 41 15 LF g5 $3.OQ $285.OD 5 3212.0401 6" F�MAC TransitionlConnection (Type D} 32 12 16 SY 21 $55.fl0 $1,155.00 6 3213.0301 A" Conc Sidewalk 32 13 2fl SF 6,475 $5.04 $32,375.00 7 3213.0501 Barrier Free Ramp, Type R-1 32 13 2fl �A 1q $1,&00.40 $18,000.00 8 3213.0504 6arrier Free Ramp, Type M-2 32 13 24 EA 2 $1,700.OQ $3,400.00 1Q 3291.0100 To soil Placemen4 and F�nishing � 32 91 19 SF 13,518 $0.37 $5,001.66 11 3292.0100 Bloc4c Sod Placement 32 92 13 SF '[3,518 $0.14 $1,35'f.80 12 _ 13 _ _. _. ,. .._. , �._ _ 14 --._....---- - ----- --. _.._.__.,._..-----_.._�.._ _.�_ _ _ _ _ . __�_. . 15 - .�__ _ _ ..__.�. 16 �7 --..__._.._. ._..__ _ __ _�_ --� _— -...._... _ _.�---- .... _ _ _ _ _r_. 18 �.g _— ._. . _ _ � _ - --. W_�_.. -- �— .. _.._ ..__ ._�_ __ _ _ - — —__�__, 24 - ------- — - ._ _ _ _._ -- 21 22 ------ -- - - -- 23 -- ----- — -- 24 ---- --- -. __ --- 25 ----.W._ _. -- - — 26 __� —_. _� _ --- 27 - _---._.__ _.._ _ ._..- --_. ... _ _ . . .. ...__ __ __.___- _.. _�..� _..._.. -------- . .. .. . _.. _. . . _ . _ _ _ ___..__ � ___ 28 - �---- -.. . .... .._... _ _—_.... _ - ...._.__ .. --- 29 .._�_�..� _. _.. _..._ _ _. . . _ �.. _ _ 30 . _.... . _ — 31 32 � 33 34 35 -- --. . _. 36 -- — ---- -- - . _ � 37 --._._.,..---------... — .� _. � -- - - ---..... ..., ,._ — 38 ..__.___..._ �..-- - - ._ _..._.—......._ . . . _ _. _ _ _ _.... _ _ _ __.._.�_.._ 39 ..___._.._____ .—..._. _._.__.. ..___._ .._._...._.___.....___..._�_.. ._._......_.___.__.._� 40 _ . _ ---- - -------...._ ...., ._.._......_ _ . .. __.. ,. .. _ . _.. . _..._._.�.. - 41 __ ---.— �__�_._, _ _ ... .._.,_. _..._ _ _,.,. . ., , _ __.._ ............._.._ _ _ 42 -_ _ ., ._... .� _. _ _ _ _ . __ _ , _... __ __..._ _.._ . _ 43 44 45 TOTAL UN1T IV: PAVING IIV�PROVEMENTS $536,064.26 CRY OF CORT 1VURTH Sl'AVUA#U COAISTRUC'ifON SPECIFiG\TION �dClfV1E\TS - �LVCLOP6R 114'ARd]EI] PiiOJECI S Farm Verskun Mav 2?, ?019 00 J? J3_Bid Prap DAP Rev 5-32-14 Stabile Ninn rev L-3-20 DO J'_ d3 ❑AY -131ll PROPOS.iL Paea G uF ' SECTIdN 00 a2 43 Developer Awarded Projects - PROPOSAL FORM BROOKVILLE RANCH - CITY PROJECT NO. 101574 QUANTITY MATRIX UNIT PRICE BiD Bidder's Application C'roject Item Intbrmatian Bidder's Proposal Bidlist [teFn ��zy� }I��ipi Sp��cification Unit of Q�d Unit Prir� Rid Value No. Se�tion Ao_ �le.isure Quantft�� UNIT VI: STREET SIGNS IMPROVEMENTS t 3aai 400a F�rniSr.ri�5t awins9n cr� �v�ni ci�y std. �Vr street Name eEade 34 41 30 �A 6 $675.00 $4,�50.00 2 �a��i noo3 F�miSr,rin5� a�umsi9n cra nnn� ci�y s�a. - s�op s�yn 34 41 30 EA 1 $645.00 $645.4fl 3 3441 4o03 Fumshllnst A3um5ign Grd Mnt C[tySld-Slrt Name Wit-2 Signs 34 41 30 E/-1 � �545.0� $�,490.00 4 5 6 .. ._ .----..--. —... �. 7 — . _—.. 8 —_. .—. 9 _._—.. _ __._—_ 10 _..� . _ � _ .—_ � 1 �_ . —... 12 —. _ —_ _ ----. _. —__..... _ _ __..—. 13 __. _ .----... .� 14 15 -- _ ..—... — .. _ �_— __ .—. 16 — -. . ..�.._..._ .__ 17 -,. � . ... . . , . _...—..... _ . _ . _ �. 1$ . _ ._...�. . _ . _ — .. 19 20 _—� - --- 21 -----. —.� _.. _ W _ 22 — - — 23 -- �._ � 24 � __. , ... _..._..__ _ _ _—. _ _. 25 _ ... . , _ ------- _ ._., _....._ _.. .. —..------ 26 _ _ ------ __..... ----... ._. _. 27 _. _ � _ _ __ -- 28 � �. . __.` _..—._ 29 _ _..._... ,. _ _ _ _—. . 30 31 32 --- - — 33 _ 34 -.. _ __.. 35 --- — - -- 36 �...�.._ _ -- _ � _, .. . ___.__ _- . �.. 37 _..._ _..__..__. _ . _.__ .___.___ _ __ ._.__ __ ... _ . ...... —...._,. . .. . _ 38 . .. _ _ - _.. �..__...... _..,. .__._.�. _ .. _.._... 39 _.., ... _ ., .._.. _.. _____.__ _ , _..,. ,_.._ _._._.... -. ... _.—._....__� 40 _. ... _ _ _ _— __ _ _-. _ _.. _._._ ..__..,.. _. _ .. .._. _. . ..... -- ---- 4i _ ......_ - _ �.— __...,.. _.__. _. -- --- .—._.�_......_..... 42 _.— - _.... _ _..,., 43 _ _,. . _.. ._ _ _, _ _ 44 45 �OTAL UNIT VI: STREET SIGNS IMPROVEMEiVTS $5,785.00 CITY O� PORT WORTH STA\S].�1Rb C0�5'I'kUCTION SPLCIFICAT[ON �OCUILILNTS - DCYELOPER �114'��RDED ARnJECTS Po�m 4'emm� �fav 22. I019 00 �S� J3_Sid [�rop C3AP liev 5�?3l9 5�36i1e 1L'inn rev 12-3-?0 on �, a � n:�r - uii� Yi¢oi�os:�� R���e 7 af 7 SECTIO�I 00 42 43 Developer Awarded Projects - PROP�SAL FdRM BROOKVILLE RANCH - CITY PROJECT NO. 101574 QUANTITY MATRIX UNIT PRICE BID Bidder's Application Nroject Item infoanation l3idder's Proposal 8icllist i[e�n S�eciiicalion [Jnil ol� Bid ❑cscriptinn Linit Pncc Bid Value �!a 5actian Wo. A-[easurz Qikanlih� [iid Stinnn�n-y UNIT I: WATER IMPRQVEMENTS UNIT 11: SANITARY SEWER IMPROVENIENTS UNIT III: DRAINAGE lfv1PROVEMENTS UNIT IV: PAVING IMPROVEiVIENTS UNIT V: STREET LIGHTING IMPROVEMEfVTS UNIT VI: STREET SIGf�S INiPROVEM�NTS TQ[N� LDIISf19ECt1f111 "I'I�is [�id is suhmitted bc li�e eutit�' nan2cd bclu�r: i31!)DLIt: (l`uil [�", �l} . �1.3hi;;� .�'_ .'. i.n•. li:�'. 7'. O. I;u.r 7'T :�: � ti.jgiri.iti�, 1.\ %iSl`'� Contractor agrees to rumplete NORK Por P'IY�V. ACC[�:PT.aNC� will�in [OiTR��C'1' commenc�s tu run as providcd in the Generai Conditio�is. $541,849.28 [37": .I; rr ,, . _. .. � 1 I'1` L � . �'yec Prrsiil.�nl D.1`i'E; � ' �- �i 45 �rorlcing da��s aTter the date trl�en the �ND OF SECT[ON $536,064.26 -..--- _..... $5, 785.00 C1TY OP FOR i' 1YOK7'H S'G4��AR� CO\STRUC'11G� SPECIFIC�4T➢ON �OCU�I�NTS -➢F.VELOYER ASVARDED PROSGfTS Fonn Versian ,1fay 2'-,'_Ul9 QO d'_ a3_Bid Prop DAP I{cv ?-23-19 Stahilc IVinn rev 12-3-]0 M1�?;i F1AP -131[) PItUI'US.V. k'a�+e 5 nf 7 SECTION OQ 42 43 De�elaper Awardeci Projecls - PRQPOSAL FORNf BROOKVILLE RANCH - CITY PROJECT NO. 101574 QUANTITY MATRIX UNIT PRICE BID Bidder's App�ication Prnjecl Itcm LiConnalinn Biddcr'c Propnsal F3idlist ]tcm Spccification Unil of Bid �� Descriplinn Seclinn No, Meaanre Quantity lTnit Price Eid Vaiue UNIT V: STREET LIGHTING fMPROVEMENTS 1 2605.3015 2" CONDT PVC SCH 80 (T) 26 05 33 LF 1,092 $16.10 �u17,581.20 2 3441.'E4d9 No 8 Insulated Elec Condr 34 41 10 LF 3,480 $1.37 $4,767.fi0 3 3441.9646 Furnishllnstall LED Lighting Fixiures 70watl 34 �}1 ZO EA �7 $297.�Q $5,049.40 4 3441.3341 Rdwy Ellum Faundation TY 1, 2 and 4 3441 20 EA 37 $1,406.00 $23,902.U0 5 3941.3341 Furnishllnstall Rdway lilum TY 1 i�ole 34 41 2U EA 17 $2,060.00 $35,020.00 6 3441.1b33 Furnishllnstali Type 33B Arm 34 41 20 EA 17 $198.00 $3,366.40 7 _ $ — 9 — — 10 11 12 � 13 14 ` 15 � 96 — � _ �7 ! � 18 — � ` 19 — — — 20 i ' � 21 � v � 22 � � f 23 — — — 24 � i � 25 " � — � 26 T � � 27 T 28 � � -- 29 — 30 � � 31 — � — 32 — — � 33 — — f 3A � � ` 35 � � T 36 � � — 37 � — 38 � � 39 — � � 44 — Y � 91 — — — 42 — T — 43 --- -- — � - — — — 44 45 TOTAL UNIT V: STREEY LIGHTING INEPRQVEMENTS $89,685.BQ CITY OF F6RT WORTE3 ST.=1NDARD CONSi7tULTION SAECIFiCA71[7H llUCU�IENTS - �EVELOPE2 ANARDE� PROJPCTS Fnnv Vession hlay 22. 2W 9 40 42 43_Hid Pmp DAP Rev i-pZ-19 Ind �Afls 12-]-2U �a�a� o.u� - am r,:oros� Fn}e 7 uf 7 S�CTIdFf 00 42 43 Developer Awarded Projects - PROPaSAL FORM BROOKVILLE RANCH - CITY PROJECT NO. 101574 QUANTITY MATRIX UNIT PRICE BID Bidder's App�ication Pmjec[ Tlctn Infom�a[inn �iddcr's Yropus:jl E3idlist Itcm Specitic�tion Elnit n1- Bid N� Description Srclion No. Measure Qu,Entity Unit Yrice Hi� V,iEue Bid UNIT I: WATER IMPROVEMENTS IJNIT II: SANITARY SEWER IMPROVEMENTS UNIT III: DftAINAGE IMPROVEMENTS UNiT IV: PAVING IMPROVEMENTS UNIT V: STREET LIGHTING IMPROVEMENTS UNIT VI: STREET SIG�lS IMPROVEMEf�TS 'I'ofal Consleuelion 13id 7'his �3id is subnutfed ir,y the eutif,y vamed bclorv: BIDD�R: (Llnit �� ludepeudenl Ulilftr Cnutih ui tfnu. Inc. s i a�, s�,�, �:�u�s� rn-���� [�nrf 11'or11i, I�\ l6l3'r Canlrnctor Tgrees to com�lete �VORK for I'INAL ACCLY'1'APlCL wilhin C[)N1'EtAC'P curumences to t•nn as prnvided in ILe (;eneral Candifians. $83, 685.8 � I3Y: IZ' 'I rJ I1 �.ikfe� Jr. TITI.I:: Pr��si n.aTr: � _ i�, . ,i �= �� � 3U wurfting days after tLc date when the ENLS Or SECT[Oi�! C7Il' OF PORT WORI}I ST.4A'DAItD CONS]RUC'fLOT� SPEC�'ICA1Z[7Td PP['LfhIFN'CS -➢EVELOPER A�V,SRDED PRO7ECTS Corm Version �rtny 22. 2019 00 �12 A3 Bici Ftnp �APRev 5-22-19 G�J Uails 12-]-20 12i0 `i.i: f1A �I C� � � � Ci �'lll;:i��,,,iik r`:.i�r Y y: 0 ro i. -e� F:'il�: 3i dca f� 1229.� 13•nc�kr•i- 7� — ,u--l��i�5iqk i�;il 4��' _ � �� c � � r^' S �� A � r {� ti' �� � 1 � �• — �� � r:.,...��.� ., . v�ct�r;i:li �fcl Hr, �f�P� ri yfF �%f 3 d T 2'�" (,' � ��Fr,?.�'- �� �i. r; m SS = CPN 101574 MAPSCO NO. 46L z = o � � � � o = z N.T.S. OWNED/DEVELOPED BY: ELITE DEVELOPMENT & CONSTRUCTION 1521 WAGONWHEEL DRIVE KELLER, TEXAS 76248 TELEPHONE NO. 347-615-1999 EMAIL ashraf1169@aol.com BROOKVILLE RANCH CITY PROJECT N0. 101574 PREPARED BY: JDJR ENGINEERS AND CONSULTANTS, INC. TSBPE REGISTRATION NUMBER F-8527 2500 TEXAS DRIVE SUITE 100 IRVING, TEXAS 75062 TELEPHONE NO. 972-252-5357 FAX NO. 972-252-8958 (sHEEr � oF �) DATE�. DECEMBE�, 2C20 � p ,. . = 1 -i D N . � W O � � � � �,� � :� EX. 12" WATER � X-18619 � N �A �� I', . � EXISTING 8" WATER X-14862, W-1343, WATER AND DOE N0. 4201 /-1343, 0. 4201 z s Z � > ,� � - - � �_ D { CABALLO STREET W r �' I I 7:. - � � � � ._ ��'�. e 6 � �I Q � C I� C /A V� r �i I N i_ � ...,.....�o I�o,.",.r.�: I""o,«.u.y..�. I...ae.:..� I......ao..a�.���1 .a.E...A.a I.�m.....�..,.ml �.�wm..o I z...ia�a. I..�....�. I w�.... I o."°�","a I I , _.. ... I I ^ I w� I I I I I I I I I �re� I � N (.i A N Oi . � - � � N (,. .. OJ - . o � �� �I- — —I .I - — —I _. .I- — � I_ . . .. .I- - ..I. _ I_ . _— ... CROWDER DRIVE CFA EXHIBIT WATER H12�ON NORTH 0' 150' 300' GRAPHIC SCALE OWNED/DEVELOPED BY: ELITE DEVELOPMENT & CONSTRUCTION 1521 WAGONWHEEL DRIVE KELLER, TEXAS 76248 TELEPHONE NO. 347-615-1999 EMAIL ashraf1169@aol.com w s"w � � ♦ N BROOKVILLE RANCH CITY PROJECT N0. 101574 _ o � � EXISTING 8" WATER X-13179, W-876, AND DOE N0. 2768 LEGEND EXISTING WATER LINE — PROPOSED WATER LINE EXISTING FIRE HYDRANT ASSEMBLY EXISTING WATER VALVE PROPOSED FIRE HYDRANT ASSEMBLY PROPOSED WATER VALVE PREPARED BY: JDJR ENGINEERS AND CONSULTANTS, INC. TSBPE REGISTRATION NUMBER F-8527 2500 TEXAS DRIVE SUITE 100 IRVING, TEXAS 75062 TELEPHONE NO. 972-252-5357 FAX NO. 972-252-8958 �sHEET , oF 2� DATE: DECEMBER, 2020 EXISTING 8" WATER X-14862, W-1343, Z AND DOE N0. 2768 0 z v n � x . .. . . _. � - - � � - - � - - . . . - a { CABALLO STREET CABALLO STREET �" _ . . � , — — — — � — . . — I �— �., .� .,.�.� _.. ..,.._ �.o.. 8" WATER _t„= �.tis;,Y �„�. o �_, .,..<d, ..� w.. • ..., .. I o.�.ov.M• .�.. mom. � � �, - I .v.� I�mo. i ' � --r—C -- — -- � � , �— — __ __ � � Y '`\ 0 �� ,, � e e I � - - -.. -- -- � 8W I I! s sw , I � � r 8,� WATER n a Z H J W ___.----...� � I 8W � W a , I � — — — — � °�°� � _._ m.n� � ..�.� � ...,., �.... ��.o . � ..o.� o,,..., o,,..,,, o,e..u; „�.,, o,es.,a o..:_: I�I > > � � I � I o� I s _ i _. � � oRive EXISTING 8" WATER X-13179, W-876, o¢ AND DOE N0. 2768 � m � n CFA EXHIBIT WATER H12�ON NORTH 0' 150' 300' GRAPHIC SCALE OWNED/DEVELOPED BY: ELITE DEVELOPMENT & CONSTRUCTION 1521 WAGONWHEEL DRIVE KELLER, TEXAS 76248 TELEPHONE NO. 347-615-1999 EMAIL ashraf1169@aol.com w- 8"w � � � N BROOKVILLE RANCH CITY PROJECT N0. 101574 LEGEND EXISTING WATER LINE — PROPOSED WATER LINE EXISTING FIRE HYDRANT ASSEMBLY EXISTING WATER VALVE PROPOSED FIRE HYDRANT ASSEMBLY PROPOSED WATER VALVE PREPARED BY: JDJR ENGINEERS AND CONSULTANTS, INC. TSBPE REGISTRATION NUMBER F-8527 2500 TEXAS DRIVE SUITE 100 IRVING, TEXAS 75062 TELEPHONE NO. 972-252-5357 FAX NO. 972-252-8958 (sr+EEr 2 oF 2> DATE: DECEMBER, 2020 ELDON MARTIN STREET m z � m D �1 0 I LINE B ��:. . .. ... � p,.. ...,� -- � x � A N — -1 O � � .a,n � m �,.� - — — .. -a �. � ' _...- `f';. _ � � � � � .{� _ — — � crc ♦ � � JER � e O�II e 1 _ \ , � , z 0 z v n v � . � a < CABALLO STREET / I � -.:"::�... I .�.I ..��..x�.�.,�., I .�.:.�.. . ,..._ ..., ,.o.��. ,. I ,dl I � � � ���� �,�{ � I � X n��� ��..�� �_�au.w �.��� �.���� � , ��, , ��. , ��o , o,.�, , d.�, �U � , m �� EXISTING 6" SEWER _ � _ PROJECT N0. 106-13000-6672 CROWDER DRIVE AND X-7769 0' 150' 300' GRAPHIC SCALE OWNED/DEVELOPED BY: ELITE DEVELOPMENT & CONSTRUCTION 1521 WAGONWHEEL DRIVE KELLER, TEXAS 76248 TELEPHONE NO. 347-615-1999 EMAIL ashraf1169@aol.com CFA EXHIBIT WASTEWATER aW ��W � � � � �� _ EXISTING 8" SEWER X , _ X-13179, W-876, AND DOE N0. 2768 D o� � LEGEND ss EXISTING SANITARY SEWER s"ss PROPOSED 8" SANITARY SEWER o EXISTING MANHOLE o PROPOSED MANHOLE BROOKVILLE RANCH CITY PROJECT N0. 101574 PREPARED BY: JDJR ENGINEERS AND CONSULTANTS, INC. TSBPE REGISTRATION NUMBER F-8527 2500 TEXAS DRIVE SUITE 100 IRVING, TEXAS 75062 TELEPHONE NO. 972-252-5357 FAX NO. 972-252-8958 �sHEET , oF 2� DATE: DECEMBER, 2020 � Z s Z D ]� � ..____.:' ..., .. ...... � •.. D { CABALLO STREET CABALLO STREET ' " - --�� — - � 8" SEWER � � I , ; � ..,v .s .�. I, �� .�, - � � .w - .�.,...�.�� o.�.. �., i ., n _ . o, ,uao�..ao.l �o...�. xm� _ .�nd .�m. , ,. ,E .�<,m, ��.. , �w �o i I � �I i ',� _ — � _ _ — — — — — --B�—sS__-- --- � s�ss� f ------ � � � � � N� � �° I I oo� I 8�� SEWER 1i � N1+ I �� � U 18 H 11 p I I T � �;I I W 8 � 1 Z W J �-- — _B�SS-- � � I . " � � �� � - ¢ W I .i Ye 19 M �6 .., �� I C � .. � 6 8 ) B B L — .:( F — I &OG( E _ _ � i _ � I � — _ — ._ �.—_ _. ._ _ —.. � i .. i _.__i. ......�. ....�...�.II .�....... ' ......�� ' ..,..�« I ..... '..w.„.... III.... o.a...' .......��. . .. . ... _ .. .. .., :;.:.. .....:., o�...... a,...... I orsui.� I o........ I o�....�� I o�.....,. I ,.�....� o�...�w I �..,..... . .. .V (iJ ? U1 Ql J W t0 —' f „ - �� -- -��--�--�--IIII � I DRNE EXISTING 8 SEWER �--�,-� �. X-13179, W-876, ' AND DOE N0. 2768 � o ' m m 3 0' 150' 300' GRAPHIC SCALE OWNED/DEVELOPED BY: ELITE DEVELOPMENT & CONSTRUCTION 1521 WAGONWHEEL DRIVE KELLER, TEXAS 76248 TELEPHONE NO. 347-615-1999 EMAIL ashraf1169@aol.com CFA EXHIBIT WASTEWATER LEGEND ss EXISTING SANITARY SEWER s"ss PROPOSED 8" SANITARY SEWER o EXISTING MANHOLE o PROPOSED MANHOLE PREPARED BY: JDJR ENGINEERS AND CONSULTANTS, INC. TSBPE REGISTRATION NUMBER F-8527 2500 TEXAS DRIVE SUITE 100 IRVING, TEXAS 75062 BROOKVILLE RANCH TELEPHONE NO. 972-252-5357 FAX NO. 972-252-8958 CITY PROJECT N0. 101574 �sHEEr z oF z> DATE: DECEMBER, 2020 ELDON MARTIN STREET . � � --LINE B -��:... .. � I � .., ,...�� --- , .. - - - . ... I � y� CABALLO STREET i � .. � . . � ���, ,-� - - - - - - • 0 � / I I �,,, , „� � IIl � PROPOSED 29' B—B CONCRETE STREET PAVEMENT � m z � � . m \ o �� n 0 STOP \\\/s,�_ �� � �� �� P .,� — — — ,�_ ..._ � m.,., .o��... ..s.,,s f= _ _ — — �� sror EXISTING PAVEMENT DOE N0. 2768 Z 0 z v a � � a < �. EETNAME a UJ STOP il C � ;EET NAME ��I sT 1 ' w.�.� � o��.� � �.�oa � n.,��.� � wa..,� � �..�� � ti., .....u�.� � ���,.�o � ��.y�.. � .�..q,. u . , . . . . <.. , o„�„ e,..�� e..� �.�. �,�,,, �,�,. �„�o, o,.,,� �„�, � N w � � �, i i�p i � �, _ � � � caowoea oRive EXISTING PAVEMENT ' DOE N0. 2768 ' � 0 � m 0' 150' 300' GRAPHIC SCALE OWNED/DEVELOPED BY: ELITE DEVELOPMENT & CONSTRUCTION 1521 WAGONWHEEL DRIVE KELLER, TEXAS 76248 TELEPHONE NO. 347-615-1999 EMAIL ashraf1169@aol.com CFA EXHIBIT PAVING & STREET NAME SIGNS LEGEND PROPOSED PAVING � IMPROVEMENTS 29' B—B / 50' ROW (TYP) (6" CONCRETE PAVEMENT) — PROPOSED STREET NAME SIGNS BROOKVILLE RANCH CITY PROJECT N0. 101574 PREPARED BY: JDJR ENGINEERS AND CONSULTANTS, INC. TSBPE REGISTRATION NUMBER F-8527 2500 TEXAS DRIVE SUITE 100 IRVING, TEXAS 75062 TELEPHONE NO. 972-252-5357 FAX NO. 972-252-8958 �sHEET , oF 2) DATE: DECEMBER, 2020 EXISTING PAVEMENT DOE N0. 2768 � Z s Z D � -_____/ ..... � � . . _ _ _ - D . . . { CABALLO STREET CABALLO STREET - ' — T — � — , - PROPOSED 29' B—B CONCRETE STREET �� �F�I PAVEMENT - �.��� �n�o .�,�, I .��,.. mo,x Gli .�a o, _,. ma.� I� r—, -- — — ^ STOP / \ — � PROPOSED 29' B—B � CONCRETE STREET � PAVEMENT SiOP lEETNAME � � W r I Z � J �W � STREET NAME Q LW sa w e STOP � L � I STREETNAME � — — — ST � ' oRive EXISTING PAVEMENT � � �A:�;� — — DOE N0. 2768 ' . ...:..:a - _ 0 � m � 3 0' 150' 300' GRAPHIC SCALE OWNED/DEVELOPED BY: ELITE DEVELOPMENT & CONSTRUCTION 1521 WAGONWHEEL DRIVE KELLER, TEXAS 76248 TELEPHONE NO. 347-615-1999 EMAIL ashraf1169@aol.com .. �, s � �� - ----- — — � � I PROPOSED 29' B—B � I CONCRETE STREET PAVEMENT STREET NAME - — � I � � . e e i e o — ��s — —° � — — — � o...,a o.�.,., o...,., � o,..,.. �r 'a,,.., -� o..... I I I tASEMEIM� CAB I q,� "�� �����.� . � `"' � "' °' SL" 57 7, � R.T C_T� o � -- -l�__� �_�__ ii CFA EXHIBIT PAVING & STREET NAME SIGNS LEGEND PROPOSED PAVING � IMPROVEMENTS 29' B—B / 50' ROW (TYP) (6" CONCRETE PAVEMENT) — PROPOSED STREET NAME SIGNS BROOKVILLE RANCH CITY PROJECT N0. 101574 PREPARED BY: JDJR ENGINEERS AND CONSULTANTS, INC. TSBPE REGISTRATION NUMBER F-8527 2500 TEXAS DRIVE SUITE 100 IRVING, TEXAS 75062 TELEPHONE NO. 972-252-5357 FAX NO. 972-252-8958 (sr+EEr 2 oF 2) DATE: DECEMBER, 2020 ELDON MARTIN STREET � �-.LINE B ��:.. .. ... I � ,.. ...,� -- � I � a i �' — -i � z I � -Ni y — — o..,��n �.� . I . ..:,_�. i', � .;; ,., .. : �:.. . .. �. � , �'L.. .. . _ � � � �—� — — — PROPOSED / 3-15' CULVERT � � Z � m PROPOSED 10' CURB INLET o �� 0 i, I : � � \ �� -- - I PROPOSED 15' CURB INLET z 0 z v n v � . � < CABALLO STREET / � I .T...., ..�.�,. � . . . .. PROPOSED � — — 15 CURB INLET PROPOSED 15 CURB INLET PROPOSED 10' CURB INLET PROPOSED PROPOSED 10' CURB INLET 10' CURB INLET N Z H J ,W H � a W � IW � � �..�.�, i�o�� i�.�.o� i A.,��.� va.�s�i �..�� i i � PROPOSED � i _ �au.w i .��� ..�.Ya... .�..�m�. �. o,��, i a,,.�� i o.�, i o,�. i�.�,,. i�.�,, i�.,�o. i o,.d,., i d.,�v i d,�,v i ... 15' C U R B I N L E T N w � � �, o I — � � CROWDER DRNE ����- ■.1l:[�l�l NORTH 0' 150' 300' GRAPHIC SCALE OWNED/DEVELOPED BY: ELITE DEVELOPMENT & CONSTRUCTION 1521 WAGONWHEEL DRIVE KELLER, TEXAS 76248 TELEPHONE NO. 347-615-1999 EMAIL ashraf1169@aol.com CFA EXHIBIT STORM DRAINAGE BROOKVILLE RANCH CITY PROJECT N0. 101574 D O PROPOSED STORM MANHOLE CONNECT TO EX. 24" RCP DOE N0. 2768 LEGEND PROPOSED STORM PIPE (24" TO 33") PREPARED BY: JDJR ENGINEERS AND CONSULTANTS, INC. TSBPE REGISTRATION NUMBER F-8527 2500 TEXAS DRIVE SUITE 100 IRVING, TEXAS 75062 TELEPHONE NO. 972-252-5357 FAX NO. 972-252-8958 �sHEET , oF 2� DATE: DECEMBER, 2020