Loading...
HomeMy WebLinkAboutContract 55694Received Date: May 11, 2021 Received Time: 12:33 pm Developer and Project Information Cover Sheet: Developer Company Name Address, State, Zip Code: Phone & Email: Authorized Signatory, Title Project Name: Brief Description: Project Location: Plat Case Number: Not Provided Mapsco: SE-F CFA Number: CFA21-0028 City of Fort Worth, Texas Standard Community Facilities Agreement Rev. 2/21 D.R Horton — Texas, LTD a Texas Limited Partnership 6751 N. Freeway Fort Worth, Texas 76131 (817) 230-0800 � BClark@drhorton.com Ben Clark, Assistant Vice President Northstar Section 4, Phase 1 Water, Sewer, Paving, Storm Drain, Street Lights Mapsco 5 — E, F Plat Name: NS 1-1, NS Parkway and NS Parkway — West Bound Lanes Council District: 7 City Project Number: 102777 � IPRC20-0100 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City Contract Number: 55694 STANDARD COMMUNITY FACILITIES AGREEMENT This COMMUNITY FACII,ITIES 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 D.R. Horton — Texas, LTD ("Developer"), a Texas Limited Partnership, 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 Northstar Section 4, Phase 1("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. City of Fort Worth, Texas Standard Community Facilities Agreement Rev. 2/21 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 2. Incorporation of Engineering Plans The engineering plans for the Improvements that have been approved 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: ❑X Exhibit A: Water � Exhibit A-1: Sewer � Exhibit B: Paving � 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 18 Standard Community Facilities Agreement Rev. 2/21 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 sha11 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 wi11 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 18 Standard Community Facilities Agreement Rev. 2/21 (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 Itnprovements 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 Ciry. 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. (� 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 18 Standard Community Facilities Agreement Rev. 2/21 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 ANYCHARACTER, WHETHER REAL ORASSERTED, BROUGHTFOR OR ONACCOUNT OFANYINJURIES OR DAMAGES SUSTAINED BYANYPERSONS, INCL UDINGDEATH, OR TO ANY PROPERTY, RESULTING FROM OR IN CONNECTION WITH THE CONSTR UCTION, 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 DAMAGES ARE CA LISED, 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, INCL UDING DEATH, RESULTING FROM, OR IN ANY 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 18 Standard Community Facilities Agreement Rev. 2/21 Upon completion of all wark 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 1ab 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 a11 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: Development Coordination Office City of Fort Worth 200 Texas Street Fort Worth, Texas 76102 DEVELOPER: D.R. Horton — Texas, LTD 6751 N. Freeway Fort Worth, Texas 76131 City of Fort Worth, Texas Standard Community Facilities Agreement Rev. 2/21 Page 7 of 18 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 secrion. 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. Subj ect 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, City of Fort Worth, Texas Page 8 of 18 Standard Community Facilities Agreement Rev. 2/21 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 and Developer, and if they so choose, their attorneys, have had the opportunity to review City of Fort Worth, Texas Page 9 of 18 Standard Community Facilities Agreement Rev. 2/21 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" has 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 certi�es that Developer's signature provides written veri�cation 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 Ciry 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 perfortned by any Developer employee who is not legally eligible to perform such services. DEVELOPEIZ SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY DEVELOPER, DEVELOPER'S EMPLOYEES, StIBCONTRACTORS, 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. 29. No Third-Party Beneficiaries City of Fort Worth, Texas Page 10 of 18 Standard Community Facilities Agreement Rev. 2/21 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 Ciry 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 18 Standard Community Facilities Agreement Rev. 2/21 34. Cost Summary Sheet Project Name: Northstar Section 4, Phase 1 CFA No.: CFA21-0028 City Project No 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: 102777 Developer's Cost IPRC No.: IPRC20-0100 $ 494,330.00 $ 500,896.40 $ 995,226.40 $ 1,081,917.55 $ 540,595.00 $ 236,670.00 $ - $ 1, 859,182.55 $ 2,854,408.95 $79,750.00 $24, 304.00 $2,040.00 $ 106,094.00 Choice Financial Guarantee O tions, choose one Amount Mark one Bond = 100% $ 2,854,408.95 X Com letion A reement = 100% / Holds Plat $ 2,854,408.95 Cash Escrow Water/Sanitar Sewer= 125% $ 1,244,033.00 Cash Escrow Pavin /Storm Drain = 125% $ 2,323,978.19 Letter of Credit = 125% $ 3,568,011.19 City of Fort Worth, Texas Page 12 of 18 Standard Community Facilities Agreement Rev. 2/21 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 �GZI�GI t�GI�GIGlG�O� ��r„ �ur� 7, zozi i�:os� Dana Burghdoff Assistant City Manager DEVELOPER D.R Horton — Texas, LTD. A Texas Limited Partnership By: Meadows I, LTD. Its General Partner Date: May 7, 2021 �� Benjamin M Clark (May 6, 2021 2111 CDT) Ben Clark, Assistant Vice President Recommended by: ��¢+r�tc� �¢��r.�zc.� ✓ Evelyn Roberts/Jennifer Ezernack Project Assistant Planning and Development Date: May 6, 2021 AppYoved as to Form & Legality: ��� Richard A. McCracken (May7, 202111:53 CDT) Richard A. McCracken Sr. Assistant City Attorney M&C No. Date: May 7, 2021 Form 1295: ATTEST: �� � Mary J. Kayser/ Ronald Gonzales City Secretary / Assistant City Secretary City of Fort Worth, Texas Standard Community Facilities Agreement Rev. 2/21 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. �L:c.�e��/'`G�'2G�G�lL J icScarlcLLMorales(May7,20210S:51CDT) Janie Scarlett Morales Development Manager 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 0 Attachment 1- Changes to Standard Community Facilities Agreement ❑ Attachment 2— Phased CFA Provisions � Attachment 3— Concurrent CFA Provisions 0 Location Map � Exhibit A: Water Improvements 0 Exhibit A-1: Sewer Improvements 0 Exhibit B: Paving Improvements � Exhibit B-1: Storm Drain Improvements � Exhibit C: Street Lights and Signs Improvements 0 Cost Estimates (Remainder of Page Intentionally Left Blank) City of Fort Worth, Texas Page 14 of 18 Standard Community Facilities Agreement Rev. 2/21 ATTACHMENT "1" Changes to Standard Community Facilities Agreement City Project No. 102777 None City of Fort Worth, Texas Page 15 of 18 Standard Community Facilities Agreement Rev. 2/21 ATTACHMENT "2" Concurrent CFA Provision City Project No. 102777 The improvements being constructed by Developer pursuant to this Agreement will connect to improvements being constructed by 170 Northstar Ranch Developer, Inc. under a separate Community Facilities Agreement, City Secretary Contract No. 55638 (Hereinafter the "Separate CFA"). Developer has requested and the City has agreed to allow Developer to begin the construction of the improvements contained in this Agreement before the improvements being constructed under City Secretary Contract No. 55638 are completed and accepted by the City. Therefore, this Agreement shall be considered a"Concurrent CFA" and the provision contained in this Attachment shall apply to this Agreement. The improvements being constructed under the Separate CFA shall be defined as the "Primary Proj ect." The improvements being constructed by Developer under this Agreement shall be defined as the "Secondary Project." Developer acknowledges and agrees that due to Developer's election to construct a Concurrent CFA, the potential exists for technical, delivery, acceptance ar 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 Primary Project and the Secondary Project to properly connect to each other; changes to the design or construction of the improvements in the Primary Project that impact the design and construction of the improvements in the Secondary Project; construction delays, delay claims, or claims for liquidated damages; increased costs far the Developer or the developer of the Primary Project; failure of the improvements to pass inspection or material testing; or rejection by the City of some or all of the improvements and Developer or the developer of the Primary Project having to remove and reconstruct the improvements at the expense of Developer, developer of the Primary Project, ar both. In addition, Developer understands and agrees that disputes may arise between the contractors or subcontractors for the Primary Project and the contractors or subcontractors for the Secondary Project relating to responsibility for the Construction Problems. Developer shall be solely responsible for resolving disputes between contractors, disputes between contractors and subcontractors and disputes between Developer and the developer of the Primary Project. Developer acknowledges and certifies that Developer has entered into a written agreement with the developer of the Primary Project and said agreement: (1) provides Developer with any access needed through property owned by the developer of the Primary Proj ect; (2) that Developer and the developer of the Primary Project shall resolve all disputes regarding the design and construction of the Primary Proj ect and the Secondary Proj ect; and (3) the developer of the Primary Project will notify Developer of any all changes to the design or construction of the improvements in the Primary Project, including any field changes. Developer further acknowledges and agrees that Developer has notified all of Developer's contractars for the Project that Developer has elected to construct a Concurrent CFA, the provisions of this Attachment, the risks associated with a Concurrent CFA, and that the City shall not bear any responsibility for construction of the improvements or Developer's decision to proceed with a Concurrent CFA. Developer shall not make the final connection of the improvements in the Secondary Project to the improvements in the Primary Project until the improvements in the Primary Project City of Fort Worth, Texas Page 16 of 18 Standard Community Facilities Agreement Rev. 2/21 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. 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 CONCURRENT CFA, DEVELOPER AS,SUMES ALL RISKS AND DEVELOPER SHALL BE LIABLE AND RESPONSIBLE FOR ANYAND ALL DAMAGES, INCL UDINGBUT NOT LIMITED TO, ANYAND ALL ECONOMICDAMAGES, PROPERTYLOSS, PROPERTYDAMAGESAND PERSONAL INJURY (INCL UDING DEATH), OFANYKIND OR CHARACTER, WHETHER REAL ORASSERTED. DEVELOPEKHEREBYEXPRESSLYRELEASESANDDISCHARGES CITY FROM ANY AND ALL LIABILITY FOR DAMAGES, INCLUDING, BUT NOT LIMITED TO, ANY AND ALL ECONOMIC DAMAGES, PROPERTY LOSS, PROPERTY DAMAGE AND PERSONAL INJURY (INCLUDING DEATH) ARISING OUT OF OR IN CONNECTION WITH, DIRECTLY OR INDIRECTLY, THE CONSTRUCTION OF THE IMPROVEMENTS OR DEVELOPER'S DECISION TO CONSTRUCT A CONCURRENT CFA. DEVELOPER, AT ITS SOLE COST AND EXPENSE, AGREES TOANDDOESHEREBYINDEMNIFY, DEFEND, PROTECT, AND HOLD HARMLESS CITY, AND CITY'S OFFICERS, REPRESENTATIVES, AGENTS, EMPLOYEES, AND SER VANTS FOR, FROMAND AGAINST ANYAND ALL CLAIMS (WHETHER AT LA W OR IN EQUITY), LIABILITIES, DAMAGES (INCL UDING ANY AND ALL ECONOMICDAMAGES, PROPERTYLOSS, PROPERTYDAMAGES AND PERSONAL INJURIES INCLUDING DEATH), LOS,SES, LIENS, CA IISES OFACTION, SUITS, JUDGMENTSAND EXPENSES (INCL UDING, BUT NOT LIMITED TO, COURT COSTS, A TTORNEYS' FEES AND COSTS OF INVESTIGA TION), OF ANY NA TURE, KIND OR DESCRIPTION ARISING OR ALLEGED TO ARISE BY OR IN ANY WA Y RELEATED TO CONSTRUCTION OF THE IMPROVEMENTS OR DEVELOPER'S CHOICE TO CONSTRUCT A CONCURRENT CFA, OR (2) BY REASON OF ANY OTHER CLAIM WHATSOEVER OF ANY PERSON OR PARTY OCCASIONED OR ALLEGED TO BE OCCASIONED IN WHOLE OR INPART BY THE CONSTRUCTION OF THE IMPROVEMENTS OR DEVELOPER'S CHOICE TO CONSTRUCT A CONCURRENT CFA, WHETHER OR NOT SUCH INJURIES, DEATH OR DAMAGES ARE CA IlSED, IN WHOLE OR IN PART, BY THE ALLEGED NEGLIGENCE OF THE CITYOFFORT WORTH, ITS OFFICERS, SERVANTS, OR EMPLOYEES. City of Fort Worth, Texas Page 17 of 18 Standard Community Facilities Agreement Rev. 2/21 By signing below, Developer certifies that all statements contained in this Attachment "2" Concurrent CFA Provision are true and correct. DEVELOPER: D.R. Horton — Texas, LTD. A Texas Limited Partnership By: Meadows I, LTD. Its General Partner �� Benjamin M Clark (May 6, 2021 21:ll CDT) Ben Clark, Assistant Vice President Date: May 6, 2021 City of Fort Worth, Texas Page 18 of 18 Standard Community Facilities Agreement Rev. 2/21 LOCATION MAP "NORTHSTAR SECTION 4, PHASE 1" CITY PROJECT N0. 102777 FID N0. 30114-0200431-102777-E07685 STREET/STORM DRAIN N0. W-2732 X-26648 WELCH ENGINEERIl�TG, I NC. CONSUL T/NG ENG/NEERS / \ , ��� V✓� , ' - \ �g���� � �� �-T�� T�� � y� �� � �y�� � � 1 100% DEVELOPER�S COST T 8" WATER LINES, FIRE HYDRANTS, � GATE VALVES AND ASSOCIATED APPURTENANCES EXHIBIT "A" WATER IMPROVEMENTS "NORTHSTAR SECTION 4, PHASE 1 CITY PROJECT N0. 102777 FID N0. 30114-0200431-102777-E07685 STREET/STORM DRAIN N0. W-2732 X-26648 WELCH ENGINEERIl�TG, I NC. CONSUL T/NG ENG/NEERS � � F.Q��� � ��� � ��,�pRN�J--�UJ lQ��// �������-�T�I�I��� - � �-�' �����-��-i�-i�i� �_� ; y ��� �y � � �� �%y 100% DEVELOPER�S COST 8" SANITARY SEWER LINES AND ASSOCIATED APPURTENANCES EXHIBIT "A-1" CITY PROJECT N0. ,02��� FID N0. 30114-0200431-102777-E07685 SANITARY SEWER IMPROVEMENTS STREET/STORM DRAIN N0. W-2732 "NORTHSTAR SECTION 4, PHASE 1" x-2ss4s WELCH ENGINEERIl�TG, I NC. CONSUL T/NG ENG/NEERS � �I 3I � I CRUX DR. ERIDANUS DR. . � - . � 1�11,' �I��_II�r_I���I��11� �_ j �� 1� �� j __ / •. y ■��i��� �i:. . - .J ��I ��Iw� d d SCALE: 1 "=300' \,g�g �------- `-- 3� � � O� 0 100% DEVELOPER�S COST 6" PAVEMENT W/2� CROSS SLOPE ON 6" LIME SUBGRADE �100� DEVELOPER'S COST 7� PAVEMENT W/2% CROSS SLOPE ON 8" LIME SUBGRADE EXHIBIT "B" PAVING IMPROVEMENTS "NORTHSTAR SECTION 4, PHASE 1" CITY PROJECT N0. 102777 FID N0. 30114-0200431-102777-E07685 STREET/STORM DRAIN N0. W-2732 X-26648 WELCH ENGINEERIl�TG, I NC. CONSUL T/NG ENG/NEERS 10', 15, OR 20' INLET� � EXHIBIT "B —1 " STORM DRAIN IMPROVEMENTS "NORTHSTAR SECTION 4, PHASE 1" i DETAIL SET(1)(FW) �-�EX 21 RCP V-� I f � � Q� EX 4 i CP I� ,P� I I I ,�pRN�1J�UJ lQ��// s����� �-�T�I�I��� - � � � ��� ��I�I�I� r — �yy,�� � y��- � - � � .� qo�,� �y\ J. � 100� DEVELOPER'S COST STORM SEWER AND INLET AND ASSOCIATED APPURTENANCES CITY PROJECT N0. 102777 FID N0. 30114-0200431-102777-E07685 STREET/STORM DRAIN N0. W-2732 X-26648 WELCH ENGINEERIl�TG, I NC. CONSUL T/NG ENG/NEERS ) MENSA DR. d G � y 01 0 � Z � W = a � H J � � O W ] m � a � V I , ERIDANUS Df DR. \ ^� J SCALE: 1 "=300' 0 ��_ � �NT�� ��R�v�1J�UJ lQ��// � � s�� �%�� y-� T � I�I� � - \��� \�� 1 I�I� r -� q y� � � � � �—� J—I �— � — � � tir�y � � y � ���� � � > , �-- PROPOSED STREET LIGHT (100% DEVELOPER�S COST) 0-- PROPOSED STREET SIGN (100% DEVELOPER'S COST) ■-- PROPOSED GROUND BOX (100% DEVELOPER'S COST) EXHIBIT "C" STREET LIGHTS "NORTHSTAR SECTION 4, PHASE 1" CITY PROJECT N0. 102777 FID N0. 30114-0200431-102777-E07685 STREET/STORM DRAIN N0. W-2732 X-26648 WELCH ENGINEERIl�TG, I NC. CONSUL T/NG ENG/NEERS SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM NORTHSTAR - SECTION 4, PHASE 1(CAST TRACT) UNIT PRICE BID 004243 llAP - I31U PROPOSAL Page I of 5 CFA CONTI2ACT 2/]0/2021 IPRC No: 20-0100 CPN: ] 02777 Bidder's Application Project Item Infonnation Bidder's Proposal Bidlist Description Specification Unit of a�d Unit Price Bid Value Item No. Section No. Measure Quantity UNIT I: WATER IMPROVEMENTS 1-I 3311.0161 6" WaterPipe 33 11 12 LF 120 $26.50 $3,180.00 I-2 3311.0261 8" Water Pipe 33 I I l2 LF 7,820 $28.00 $218,960.00 1-3 3312.3003 6" Gate Valve 33 12 20 EA 12 $850.00 $10,200.00 1-4 3312.3003 8" Gate Valve 33 12 20 GA 22 $950.00 $2Q900.00 1-5 3312A117 Connect.toExisting4"-12"WaterMain 331225 EA 2 $500.00 $],000.00 1-6 3312.0001 FireHydrant 331240 GA 11 $3,750.00 $41,250.00 I-7 331 I.0001 Ductile Iron Water Fittings w/Restraint 33 I t 1 I TON 6 $5,000.00 $3Q000.00 1-8 3305.0109 Trench Safety 33 OS 10 LP' 7,940 $1.00 $7,940.00 I-9 3312.2003 I" Water Service 33 12 10 EA 201 $800.00 $1GQ800.00 I-10 3471.0001 Traf6c Control 34 71 13 MO I $100.00 $100.00 TOTAL UNIT I: WATER IMPROVEMENTS $494,330.00 CI"PY O� FORT WORT3i STANDARD CONSTRUCTION SPF.CIPICATION DOCUMLNTS - DLVELOPER AWARDED PR018CTS Form Vcrsion Apnl 2, 2014 201708M- 00 42 A3 - 6id Quantities - SECTION 4 PIiAS6 I- 02-10-21.x1s SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM NORTHSTAR - SECTION 4, PHAS� 1(EAST TRACT) UNIT PRICE BID 004243 DAP-61DPROPOSAL Page 2 of 5 cFn coN�r�.ac�� �noizoz� IPRC No: 20-0100 CPN: ] 02777 Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Unit of Bid Unit Price I3id Value Item No. Section No. Measure Quantity UNIT II: SANITARY SEWER IMPROVEMENTS ?-1 3331.4115 8"SewerPipe 3311 I(1 LF 7,138 $29.00 $207,002.00 Z-2 3331.4116 8" Sewer Pipe, CSS Backfill 33 1 l 10 LF 278 $76.00 $21,128.00 2-3 9999.0010 20" Steel Pipe Casing 33 1 I 10 LP' 88 $150.00 $13,200.00 2-4 3339.1001 4' Manhole 33 39 20 �A 35 $3,000.00 $l OS,000.00 2-5 3339.1002 4' Drop Manhole 33 39 l0 EA 2 $4,500.00 $9,000.00 2-6 3339.1003 4' Gxtra Depth Manhole 33 39 20 VF 125 $150.00 $18,750.00 2-7 3331.3102 4" Sewer Service, Two-way cleanout 33 3I 50 EA 200 $425.00 $85,000.00 2-8 3301.0002 Post-CCTV Inspection 33 01 31 LF 7,504 $3.10 $23,262.40 2-9 3301.0101 Manhole Vacuum Testing 33 O1 30 EA 37 $150.00 $5,550.00 2-10 3339.0001 Epoxy Manhole Liner 33 39 60 V� 25 $220.00 $5,500.00 2-I1 3305A109 TrenchSafety 330510 LF 7,504 $1.00 $7,504.00 TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS $500,896.40 CITY OF �ORT WORTH $TANDARD CONSTRUCTION SPECI�ICATION UOCUMENTS - DEVELOP6R AWARDGD PROJECTS Porm Version April 2, 2014 20I 708M- 00 42 43 - Bid Quantities - SECTION 4 P}iASE I- 02-10-2 Lxls SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM NORTHSTAR - SECI'ION 4, PHASE 1(EAS'C'CRACT) UNIT PRICE BID 004243 DAP - BID PROPOSAL Page 3 of 5 CFA CON1'RACT 2/10/2021 IPRC No: 20-0100 CPN: 102777 Bidder's Application Project Item Infonnation Bidder's Proposal Bidlist Description Specification Unit of Bid Unit Price Bid Value Item No. Section No. Measure Quantity UNIT III: DRAINAGE IMPROVEMENTS 3-I 3305.0109 Trench Safety 33 OS 10 LF 1,670 $1.00 $1,670.00 3-2 3341.0602 60" RCP, Class III 33 41 10 LF � �? $265.00 $27,030.00 3-3 3341.0409 48" RCP, Class 1❑ 33 41 10 L[' ?9� $175A0 $50,750.00 3-4 3341.0402 42" RCP, Class III 33 41 10 LP' 3� $I50.00 $4,500.00 3-5 3341.0309 36" RCP, Class III 33 41 10 LF 4?� $125A0 $53,375.00 3.-6 3341.0303 30 RCP, Class [II 33 41 10 LF 3�� $IOSAO $38,955.00 3-7 3341.0205 24" RCP, Class Ill 33 41 10 LF 430 $75A0 $32,250.00 3-8 3341.0103 18" RCP, Class III 33 41 10 LF ?� $65A0 $1,300.00 3-9 3349.0001 4' Storm Junction Box 33 49 10 EA 3 $3,SOOAU $10,500.00 3-10 3349.0002 5' Storm Junction Box 33 49 10 EA � $4,900.00 $4,900.00 3-1 I 3349.0003 6' Storm Junction Box 33 49 10 GA � $6,200.00 $6,200.00 3-12 3349.41 I I 36" SET (1) (FW) TXDOT 4:1 33 49 40 GA 1 $3,200.00 $3,200.00 3-13 3349.4107 30" SET (1) (FW) TXDOT 4:1 33 49 40 EA 1 $2,700.00 $2,700.00 3-14 3349.4105 24" SGT ( I)(PW) TXDOT 4:1 33 49 40 EA � $2,200.00 $2,200.00 3-15 3349.4103 18"SET(I)(PW)TXDOT4:1 334940 EA 1 $1,800.00 $1,800.Q0 3-16 9999.0000 Concrete Pilot Channel (3-foot width) 33 49 20 LP 500 $19.50 $9,750.00 3-17 3349.5001 10' Curb Inlet 33 49 20 EA 5 $5,500.00 $27,500.00 3-18 3349.5002 I S' Curb Inlet 33 44 20 EA � $7,520.00 $52,640.00 3-19 3349.5003 20' Curb [nlet 33 44 20 EA 4 $11,250.00 $45,000.00 3-20 3137.0104 Medium Stone, Riprap, dry (18"/12") 31 37 00 SY �,5?5 $95.00 $144,875.00 3-2I 9999.0031 6.5-foot B-B, 4" thick Pilot channel 33 49 40 SF 3,000 $6.50 $] 9,500.00 TOTAL UNIT III: DRAINAGE IMPROVEMENTS $540,595.00 CITY OP FORT WORTH STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS - DGVGLOPER AWARDED PROJECTS Form Version April 2, 2014 201708M- 00 42 43 - Bid Quantities - SECTION 4 PHASG 1- 02-10-2I.xls SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM NORTHSI'AR - SLCTION 4, PHASF. ](GAST TRACT) .: - r - 004243 DAP-BID PROPOSAI, Pnge 4 of 5 CP'A CONTRACT 2/10/2021 IPRC No: 30-0100 CPN: 102777 �idder's Application Project Item Infonnation Biddcr's Proposal Bidlist Specificatioi� Unit of Bid Item No. Description Section No. Measure Quantity Unit Price Bid Value CITY OF FORT WORTH STANDAKU CONS'fRUCTION SPECI�[CATION UOCUMENTS - DEVELOPHR AWARDED PROJGCTS Porm Version April 2, 2014 201708M- 00 42 43 - Bid Quantities - SECTION 4 PHASE I- 02-10-21.x1s SECTION 00 42 43 Qeveloper Awarded Projects - PROPOSAL FORM NORTHSTAR - SECTION 4, YtIASE 1(EAST TRACT} .- - � - ooazas DAP-6ID PROPOSAL Page 5 oC 5 CTA CONTRACT 2/10/2031 iPRC No: 20-0100 CPN: I 02777 �idder's �►pplication Project Item Infonnatioi� Bidder's Proposal Bidlist Descriptiou Speeification Uuit of Bid Unit Price Bid Vahie Item No. Section No. Measure Quantity Bid Summary UNIT I: WATER IMPROVEMENTS UNIT �I: SANITARY SEWER IMPROVEMENTS UNIT III: DRAINAGE IMPROVEMENTS UNIT IV: PAVING IMPROVEMENTS UNIT V: STREET LIGHTING IMPROVEMENTS Co��tractor agrees to completc WORK fm• FINAL ACCEPTANCE within CONTRACT commences to run as provided in thc General Conditions. rND OF SECTION CITY OF P02T WORTH STANDARD CONSTRUCTION SPECIPICATION DOCUMBN"PS - DEVELOPER AWAAI)L'D PROlEC7'S Pomi Version April 2, 2014 Total Construction I3id 320 wm•Icit�g days after the date when the 330.00 896.40 595.00 821.40 20170Sb4 00 42 43 - Bid Quantities - SECTION 4 PHASB I- 02-10-21.x1s SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM NORTHSTAR - SCCTION 4, PHASE 1(EAST TRACT) UNIT PRICE BID 004243 DAP - BIll PROPOSAL Page 4 of 6 CFA CONTRAC 2/]0/2021 [PRC No: ZO-0100 CPN: 102777 Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Speci�cation Unit of Q�d Unit Price Bid Value Item No. Section No. Measure Quantity UNIT IV: PAVING IMPROVEMENTS 4-I 3213.0101 6" Conc Pwnt (29' B-B) 32 13 I3 SY ?�,3�1 $32.85 $798,287.85 4-2 321 I.O501 6" Lime Treatment 32 1 I 29 SY ?5>g81 $3.10 $8Q231.10 4-3 321 L0400 Hydrate Lime 32 1 I 29 TN 3g$ $170.00 $65,960.00 4-4 3213.0103 7" Conc Pvmt (37' B-B) 32 13 13 SY 1,»5 $54.40 $61,200.00 4-5 3211.0502 8" Lime Treatment 32 I I 29 SY 1,198 $3?0 $3,833.60 4-6 3211.0400 Hydrate Lime 32 I 1 29 'PN ?4 $170.00 $4,080.00 4-7 3213.0301 4" Concrete Sidewalk (5' Width) 32 13 20 SF 75� $7.50 $5,625.00 4-8 3213.0501 Barrier Pree Ramp - Type R-1 32 I3 20 EA ?� $2,050.00 $53,300.00 4 9 9) 99.0032 Furnisl�/[nstall Alum. Sign and Decorative Post w/Stop (R1- 34 41 30 EA 8 $500.00 $4,000.00 4-10 9999.0036 Street Name Plates for Street Intersections 34 41 30 EA 16 $150.00 $2,400.00 4-I I 9999.0037 Street barricade (street dead ends) 3I 36 00 LF 60 $50.00 $3,000.00 TOTAL UNIT IV: PAVING IMPROVEMENTS $1,081,917.55 CITY Or PORT WOR"fH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVGLOPBR AWARDED PROJECTS Form Version April 2, 2014 201708M- 00 42 43 - Bid Quantities - SEClION 4 PHASE 1- 02-IOQl.xls SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM NORTIiSTAR - SGCTION 4, PHASE 1(EAST TRACT) E�1-� I.:���:� [a =� =31 �: 004243 UAP - UID PROPOSAL Page 6 of G CI A CONTI2AC 2/10/2021 IPRC No: 20-0100 CPN: 102777 Bidder'� �epplication Project Item Infonuatioi� I3idder's Proposal Bidlist Description Specification Unit of Bid Unit Pnce Bid Value Item No. Section No. Measure Quantity Bid Summary UNIT I: WATER IMPROVEMENTS UNIT II: SANITARY SEWER IMPROVEMENTS UNIT III: DRAINAGE IMPROVEMENTS UNIT IV: PAVING IMPROVEMENTS UN►T V: STREET LIGHTING IMPROVEMENTS Conh•actor agrees to cnmplete WORK for rINAL ACCEPTANC� ���ithin CONTRACT commences to run as provided in the General Conditions. 7;ND OP' SECTION CITY OF FORT WORTH STANDARD CONSTRUCTfON SPGCQ�ICA7'ION DOCUMENI'S - DEVELOPER AWARDGD PROJECI'S Form Version April 2, 2014 Total Constrnction 1,081,917 $1,081,917 4S working days aftcr the date �vhen the 201708M- 00 42 43 - Rid Quantities - SHf T10N 4 PHASB I- 02-I 0-3 LxLc SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM NORTIISTAR - SECTION 4, PHASE 1(EAST TRAC1') UNIT PRICE BID 004243 DAP - 61D PROPOSAL Page 5 of G CFA CONTRAC 2/10/2021 IPKC No: 20-0160 CPN: ] 02777 Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Unit of Q�d Unit Price Bid Value Item No. Section No. Measure Quantity UNIT V: STREET LIGHTING IMPROVEMENTS 9999.0050 Fumisl�/Install - Holophane - ColumUia Aluminum Pole, 5-1 Washington - 14.5' Luminaire WPCL2 - 070H0-30K-AS-BK-LS-RPD- 34 41 20 EA 54 $2,850.00 $153,900.00 AO-H-PCS S-2 3441.3303 Fumish/Install Rdwy Illum P'oundation TY 7 34 41 20 EA 54 $850.00 $45,900.00 5-3 2605.3015 Fumisl�/[nstall 2-Inch Conduit PVC SCH 80 (T) 26 OS 33 LP 3144 $9.00 $28,296.00 5-4 34413401 Purnisl�/Install #] 0 Copper Electric Conductor 34 4l 10 CLF 3144 $225 $7,074.00 5-5 344L i501 Furnish/Install Groimd Box Type B 34 4l 10 EA 3 $500.00 $1,500.00 ` Note: Co-Serve is the electric provider and on this project they "will noY' provide the street light pole. TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS $236,670.00 CITY OF FORT WORTH STANDARD CONST2UCTION SPECIFICATION DOCUMENTS - DGVELOPER AWARDED PROJECTS Form Version April 2, 2014 201708M- 00 42 43 - Bid Quanti�ies - SGCTION 4 PHASE 1- 02-10-21.x1s SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM NORTHSTAR - SI,C'I'ION 4, PHASE 1(GAST TRACT) � ,� � . . 004243 DAP -131D PROPOSAL Pege 6 of 6 CFA CO�'TRAC 2/10/2021 IPRC No: 20-0100 CPN: 102777 �icicler's Application Project Item Information Bidder's Proposal Bidlist Description Specification Unit of B�� Unit Price Bid Value Item No. Section No. Measure Quantity Bid Swnmary UNIT I: WATER IMPROVEMENTS UNIT il: SANITARY SEWER IMPROVEMENTS UNIT III: DRAINAGE IMPROVEMENTS UNIT IV: PAVING IMPROVEMENTS UNIT V: STREET LIGHTING IMPROVEMENTS Contractor .igrces to complete WORK for FINAL ACC�PTANCE within CONTRACT commences to run �s provided in Hte General Conditions. END OF SEC'I'ION CITY OP PORT W02TH S"1'ANDARD CONSTRUCTION SPECO�[CATION DOCUMENTS - DCVELOPER AWARDED PR07L'C7'S P'orm Version April 2, 2014 Total Construction 90 . working days after tl�e date �vhen the 20170SM- 00 42 43 -13id Quantitics - SHC7'ION 4 PHASE I- 02- I 0-21.x1s