Loading...
HomeMy WebLinkAboutContract 55819Received Date: Jun 9, 2021 Received Time: 8�30 am Developer and Project Information Cover Sheet: Developer Company Name: Bowie Place Properties, LLC Address, State, Zip Code: PO Box 218, Addison, TX, 75001 Phone & Email: 972-331-5990, efonville(a�efliold.com Authorized Signatory, Title: Earl Fonville, Vice President Project Name: Brief Description Project Location: Plat Case Number: Bowie House Hotel & Townhomes Water, Sewer, Paving, Storm Drain, Street Lights Mapsco: CFA Number: CFA21-0030 City of Fort Worth, Texas Standard Community Facilities Agreement Rev. 10/5/19 [NPC] 3736 Camp Bowie Blvd Plat Name: Council District: 7 City Project Number: 103256 OFFICIAL RECORD CITY SECRETARY FT. VIIORTH, TX CSC No. 55819 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 Bowie Place Properties, 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 Bowie House Hotel and Townhomes ("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. 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 of Fort Worth, Texas Standard Community Facilities Agreement Rev. 10/5/19 [NPC] �FFICIAL REC�RD CITY SECRETARY FT. W�RTH, 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 � Exhibit A-1: Sewer X❑ Exhibit B: Paving � Exhibit B-1: Storm Drain � 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. 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 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. 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 DAMAGES SUSTAINED BYANYPERSONS, INCL UDING DEATH, OR TO ANY PROPERTY, RESULTING FROM OR IN CONNECTION WITH THE CONSTRUCTION, DESIGN, PERFORMANCE OR COMPLETION OF ANY WORK TO BE PERFORMED BY SAID DEVELOPER, ITS CONTRACTORS, SUBCONTRACTORS, OFFICERS, AGENTS OR EMPLOYEES, OR IN CONSEQUENCE OF ANY FAILURE TO 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 CAUSED, IN WHOLE OR IN PART, BY THE ALLEGED NEGLIGENCE OF THE CITY OF FORT WORTH, ITS OFFICERS, SERVANTS, OR EMPLOYEES. (c) DEVELOPER WILL REQUIRE ITS CONTRACTORS TO INDEMNIFY, DEFEND AND HOLD HARMLESS THE CITY, ITS OFFICERS, AGENTS AND EMPLOYEES FROM AND AGAINST ANY AND ALL CLAIMS, SUITS OR CAUSES OF ACTION OF ANY NATURE WHATSOEVER, WHETHER REAL OR ASSERTED, BROUGHT FOR OR ON ACCOUNT OF ANY INJURIES OR DAMAGES TO PERSONS OR PROPERTY, INCLUDING DEATH, RESULTING FROM, OR INANY WAY CONNECTED WITH, THE CONSTRUCTION OF THE IMPROVEMENTS CONTEMPLATED HEREIN, WHETHER OR NOT SUCH INJURIES, DEATH OR DAMAGES ARE CAUSED, IN WHOLE OR IN PART, BY THE ALLEGED NEGLIGENCE OF THE CITY OF FORT WORTH, ITS OFFICERS, SERVANTS, OR EMPLOYEES. FURTHER, DEVELOPER WILL REQUIRE ITS CONTRACTORS TO INDEMNIFY, DEFEND, AND HOLD HARMLESS THE CITY FOR ANY LOSSES, DAMAGES, COSTS OR EXPENSES SUFFERED BY THE CITY OR CAUSED AS A RESULT OF SAID CONTRACTORS' FAILURE TO COMPLETE THE WORK AND CONSTRUCT THE IMPROVEMENTS IN A GOOD AND WORKMANLIKE MANNER, FREE FROM DEFECTS, IN CONFORMANCE WITH THE CFA ORDINANCE, AND INACCORDANCE WITHALL PLANS AND 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 Ciry the right to enforce such contracts as an express intended third party beneficiary 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 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 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 willprovide 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 labaratories 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 parry 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: Bowie Place Properties, LLC PO Box 218 Addison TX 75001 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, servants, officers, contractors, subcontractors, and volunteers shall operate as independent contractors as to all rights and privileges and work performed under this Agreement, and not as agents, representatives or employees of the City. Subject to and in accordance with the conditions and provisions of this Agreement, Developer shall have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers. Developer acknowledges that the doctrine of respondeat superior shall not apply as between the City and its officers, representatives, agents, servants and 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, seroants, 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, 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 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 authority to execute this Agreement on behalf of the Developer, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the entity. The City is fully entitled to rely on this warranty and representation in entering into this Agreement. 32. Counterparts This Agreement may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. 33. Entire Agreement This written instrument, together with any attachments, exhibits, and appendices, constitutes the entire understanding between the City and Developer concerning the work to be performed hereunder, and any prior or contemporaneous, oral or written agreement that purports to vary from the terms hereof shall be void. [REMAINDER OF PAGE INTENTIONALLY BLANK] City of Fort Worth, Texas Page 11 of 15 Standard Community Facilities Agreement Rev. 10/5/19 [NPC] 34. Cost Summary Sheet Project Name: Bowie House Hotel and Townhomes CFA No.: CFA21-0030 Items A. Water and Sewer Construction 1. Water Construction 2. Sewer Construction Water and Sewer Construction Total City Project No.: 103256 Developer's Cost $ 117,855.00 $ 42,590.00 $ 160,445.00 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 Options, choose one Bond = 100% Completion Agreement = 100°/o / Holds Plat Cash Escrow Water/Sanitary Sewer= 125% Cash Escrow Paving/Storm Drain = 125% Letter of Credit = 125% $ 323,338.00 $ 7,015.00 $ 7,500.00 $ - $ 337,853.00 $ 498,298.00 $36,000.00 $2,499.00 $450.00 $ 38,949.00 Choice Amount Mark on� $ 498,298.00 $ 498,298.00 $ 200,556.25 x $ 422,316.25 x $ 622,872.50 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 D�hc� Sur�-hdoff Dana Burghdoff un A, 2021 0922 CDT) Dana Burghdoff Assistant City Manager Date: J u n 8, 2021 Recommended by: ��eG�� �obe�ts E�ely� Ro erts (�u� �, zou ii:oe cor) Evelyn Roberts/Jennifer Ezernack Project Assistant Planning and Development Approved as to Form & Legality: � Rlchard A. Mdracken (Jun 7, 2021 1510 CDT) Richard A. McCracken Sr. Assistant City Attorney M&C No. N/A Date: J u n 7, 2021 Form 1295: ATTEST: �� � � ,d-p'dUU�� a � a� F�RT �� � �OF000000000� � o � �° ���d �g o d 0 0 0 v o 00 � �� o 0 � �o o .cY T �D00000� �CY "�� nEXASq.ap Mary J. Kayser/ Ronald Gonzales City Secretary / Assistant City Secretary City of Fort Worth, Texas Standard Community Facilities Agreement Rev. 10/5/19 [NPC] DEVELOPER Bowie Place Properties, LLC �Lv�C/ / �//i�9i'��%UC� Earl Fonville (Jun 7, 202111:04CDT) Name: Earl Fonville Title: Vice President Date: J u n 7, 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. , �as�ie-Sc�CeitM��,e� Janic Scarlctt Morales (Jun 7, 202114:44 CDT) Name: Janie Scarlett Morales Title: Development Manager OFFICIAL RECORD CITY SECRETARY FT. VIIORTH, 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 X❑ Location Map � Exhibit A: Water Improvements � Exhibit A-1: Sewer Improvements � Exhibit B: Paving Improvements � Exhibit B-1: Storm Drain Improvements � Exhibit C: Street Lights and Signs 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 Project No. 103256 None City of Fort Worth, Texas Page 15 of 15 Standard Community Facilities Agreement Rev. 10/5/19 [NPC] O� �O �v Q �Q � � POTOMAC �� t� > w River � Crest ountr I � Club ��� �� ���� � � TE � � NEISEN � „ �� r�� Q U WING TE ��� � � m� � � ZA( � � w PQr HAMILTON w o � MERCE � 4TH o Q ��� � � � MERRI� � o o � _ � � � a a � o � � � m � � a � � o Q � z Q � w z o = � Q TH - � W 7TH Q o � MODLIN UNT HSC MATTISO �°�� CRO KETT 8 � � �P MOR ON BUNTI G w '� T P � DARNELL � '��S � CLAR E z � � � � BLEDSOE � o w qD � z w � z Rivel" Crest � o � � � o COUYItI`y Club � � � m �` � _ � � c� �n �' �P Q � ���SP Wq T�N � CRESTUNE � } Q � w WASHB RN _ w � � w o� HAR�EY PROJ ECT SITE �mw > � � �aFaYEr E — AFAY TTE � DEXTER r o = v� � o Q BRYCE BRYCE � � � � 0 z o � � BYERS _� � z z w v� � Q w � � z � v o o LINDEN w Q � n- � z v r � � � � z � COLLINWOOD � � VICI N ITY MAP MAPSCO NO. 75D COUNCIL DISTRICT 7 NOT TO SCALE BOWIE HOUSE HOTEL & TOWNHOMES CITY PROJ ECT # CPN 103256 �1'DUNAWA OWNED/DEVELOPED BY: � BOWIE PLACE PROPERTIES, LLC PO BOX 218 550 Bailey Avenue • Suite 400 • Forf Worth, Texas 76107 ADDISON, TEXAS 75001 PHONE:817-339-3384 T61: 817.335.1121 CONTACT: EARL FONVILLE (TX REG, F-1114) �� 0 z L.I.J � w J z Z Z - � w w wo � � w Q a � �� o a Z Z� o 0 � � C0 0 0 w w� d d Q G� � � � C 0 u n (JNlnb'd 1lVHdS`d) �- 3N`dl I�HlObOa WOZ j� � aW� �Z� � � � xU� � � W W O Q � �Qo; x ��� Q � X � o`°`°r� � � Q 0 0 N �� �_ L � �� 7 � Od� �d � ��j `�2 "� 2 C� J �O �J 2 � � �� �jO � W 3 � i o- 2 ✓ � �1i6-�6 a \ J �J \ �d op �u W � J � � �J O mO� �� o=o � W� v�iW� ,, � � � DOO � _ � a � � \\ a a a a — — � � — / � M ���Z�� a > J J� j aO��QU� � � � W�'? , �' o`O`O��►`i � q�i � Q � N�Q � m � � ��il � U Jj ��W ak � � � Q W Q � J O�W O Z� �e 2 J � � � W O � � W 0 �� WU Z , � �� U a0 i ��m �� J2 . >� �� V� X � � � � �' �QQ k� a� � � � � e �U a Z Q C� Q 's O �� cWi�� WO � p O � p� � Q� � � � � � � � NW z � J �� W3 � � �S� � m W � 2 J � � � W O � � � w w � z w J Q U � U 2 a a � � O W NZ U'J �� �� W3 �J , Q xeQ N�� aW� O � � � Z °� �� � � W G � 2 z � � 0 � O m Q�w �J� � LL, o a0� � � m=a U _ � M w � M � _ W � O m m G� W � 0 � � � m z J a,OD.i v+ o� � W p '� W m > x � a O � N a W W m pp W � g�� W �i \ a a vf Z Q p O F W o Q a O Zm � O 111 � 0 � "o x a� r t t 3 iONa �Mii M �^c . a0 X N � F . r � � m Q T N .� m � � 3 > F Q � 0 � 0 d z � Z w � J � W IJ � o� �� �� Q �z �� � � W� � � UW 3 � Q z a � l7 Z �w z w 7 � X w 3 � � > j �O r� z� a �n w m ZO �w z w 7 ��� ��W z � '� o Q rf � o��uJ � Wo�� �UO� �oz� �UQVI J � Z � � J NQW � � V � J � � � � ��J� � � ^ Q oQ��' J ��0� 02��0 Q O � �u � \� � � �z V' J Z � W � � � ��\ W �+ � �\ 02W0� \ ~ O � � _ � � \ m v/ �WQ ���z� oz�� ZJW ��0�� �0�� �W� Q�aW� a�� kS� � J�O � � Q � Q = �y �O�U �c�i�O 02�Z � �Z p � o � � _^ � v�i ►`i �' � � Q aez �Oe pU� Q � � pU � \ 0 0 N � W W � Z W J O Q O N U d a � (� 0 a �� �� �m d � zo� v1 41 a0 �l�% k2� Ov> �I J J d� �� ��j dJ2 c �� �O��J ti � ��� ; 0 � `� 2 \ � ����� � J � � J� � ��� � � Z � J Z � — —�A� �� (�niinHa W � ll`dHdS`d) 3N`dl J�HlObOa� 1 �W 2 W�J� t�� o c�n `t' c�n � � V � W � W � 2 � U � z J � � �o z � � W L.I.J L I.J� O W �z Q � � O L.LJ � Nry aJ � � I O Q W � (/�i 00 � = O _ L.LJ L.LJ � � m � J m w � 0 m � G U lD m � M � c� W J � 0 � � � m z J a,OD.i v+ o� � W p '� W m >� x � a O � N a W u+ m o0 W � g�� W �i \ a a vf Z Q p O F W o Q a O Z m 0 111 � � � 6 � t 3 iONa � M u �^c.� s. ��� . r � � c > Q T � �6 m h 6mp��annas\saiqiyx3 tl�J\tl�J\s�e�iwqns Aai�\a�uapuodsa��o�\Z00\6T95\009500\OOObuop�npad\wa�sAs al8\47�o^^7�\\ �H1Vd3lId Wd Tb�E �1V TZOZ �EZ 4��pW ��epsanl �NO �upl9a� a�uey� :A9 431LO1d �a " > � � < a W W �� 3 � m Q� � m 3 Q -� _ u � _ 3 V N F Q -F �� _ o Q p� a� w� wz oo w oz o � o o? ow o� 05 0 0� o � � � LL -�� �a �o � �a � za-a I waLL a a a a a �, I + + w � +++ J + + � + + + � � ' ++ ., +++ ++ , � +++ . � , +++++ :. � � . � I � I I � 1 � � � �9 : 5 e r � W� i oW� v�iW�� Q ��� 020� � O � Q �~1 � o� � � � ✓ � �� Q � �' w � � O �0�� O = � O aW0 = ��_� a0 0 m � � W� I W ��Q � � � �� �� W � Q �� �m 0 �z � � �W o. yd. \J � 7'6 �'d� �W a� W � Q �U �m � � � �W 0 � �� � �'�"� W � W L.L z O � z� U _ �7 � o � zoJ � ��m o Q�w �J� , LL, o m�� �_� m U — W lD _ � M W � M 0 _ W � O m m � � � � W � e a `"'" o m > � Q � � m Z J(n J �+ ,°°.i v+ o� O (Qi)V W\ �x W �� / a O h e+ w ��/1 � �m � ga°z¢ O� Q� \ a � p F OW� pi�`� W 3 aa$ 0 � ~� �� ZO m � a� a ~ ��� O� O�� �QQ �� �O� � � � ��� � � \ o � \ � 6 `V � � t 3 � LL N � _ ' �,� � O M LL � �^c .� � ��� � .� � � � � > Q T N 111 � 6mp�6uined\saiqiyx3 tl�J\tl�J\s�e�iwqng /qi�\a�uapuodsa��o�\z00\6T95\009500\OOObuop�npad\wa�sAs al8\4�o^^7�\\ �H1tld3lId Wd £Z�E �ltl TZOZ �bZ 4��pW ��ppsaupaM �NO �upl9a� a�uey� :A9 431LO1d z z � a z � o � � � � o � N o a � � � oZ a� z � Z N w d 7 w J I I \ � a 0 0 m � 0 d 0 � � H w w � Z w J Q U a a � � � � � �iz �.o k �� om v / �..�..� � O z= Qz °C � 0 � O J � � m � � w 0 J � � � m i O � �=a m w U ~ � M m � � — O M X = w w � O m � m o� W � 0 � � � m z J a,OD.i v+ o� � W p '� W m > x � a O h N w W u+ m o0 � g�� W �i \ a a vf Z Q p O F W o Q a O Z m � 0 n 0 � � 6 V ~ L , � � 3 t� iONa � O M LL �^c �� �—� � •~V N � � � > Q T N 111 � 6mp�uie�4 w�o;s\saiqiyx3 tl�J\tl�J\s�e�iwqng /qi�\a�uapuodsa��o�\Z00\6T95\009500\OOObuop�npad\wa�sAs al8\4�o^^7)\\ �H1Vd3lId Wd Sb�E �ltl TZOZ �EZ 4��pW ��epsanl �NO �upl9a� a�uey� :A9 431LO1d 0 � � 0 d o � d _ �=w 0 �z � � 0 oz� a z o � z w � w o w J R � � e Vi J W ��� �� � � \ V �� �W� O v1 J W � 2=m� ���U �� � W� �� � /� \ � � � 2 %6 d � �J/�� ��2 ��� (nJ� � �� �o � � � m c� W J � 0 � � � m z J a,OD.i v+ o� � W p '� W m > x � a O h N w W u+ m o0 �g°oWG \ a a vf Z Q p O F W o Q a O Z m � 0 n 0 � � 6 r L t O 3 t� iONa � M u �^c �� �—� � •~V N � � � > Q T N 111 � � �.�..� ~ N G w w z LL o w � _ � � z "' W c 0 a c � 0 � � Q = � m z � �w W J J 0 W � w op � W � � � °C = a i F- w U r-I � (,/) � U o?S � � � O "' m = = w X � w O m 6mp�6ui;y6i� aaa�;s\saiqiyx3 tl�J\tl�J\s�e�iwqns Aai�\a�uapuodsa��o�\Z00\6T95\009500\OOObuop�npad\wa�sAs al8\4�o^^7�\\ �H1Vd3lId Wd ZZ�E �1V TZOZ �bZ 4��pW ��ppsaupaM �NO �upl9a� a�uey� :A9 431LO1d 00 42 47 DAP- HID PROPOSAI. PuEc I uf6 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Projec[ Item Infonnation BidJei's Proposal Bidlist ftem Specification Sec[ion Unit uf Bid � Dcscrip[iun . Unit Piicc Bid � alue No. No Mcasurc Quantiry UNIT I: WATER IMPROVEMENTS 1 02d1.1013 Remove S" Water Line 02 41 14 LF 54 $10A0 $540 00 2 D241.1302 Remove 6" W ater Valve 02 41 14 EA 1 $200.00 $200.00 3 0241.1303 Remove 8" Water Valve 02 41 14 EA 1 $250.00 $250.00 4 0247.�51Q Sa[vage Flre Hydrazll 02 41 14 EA 1 $500.OQ $500.00 5 3304.0101 Temporary Waler Serv�ces 33 04 30 LS 1 $3,500.00 $3,500.00 6 3345.Ot03 Exploratory Excavation of Existing U[ilities 33 05 30 EA 2 $250.00 $500 00 7 3311.0261 8" PVC Water Pipe 33 11 12 LF 434 $40.00 $17,360.00 8 3311.0244 8" Water Pipe, CLSM Backfill 33 11 10, 33 11 12 LF 40 $85.OQ $3,400.00 9 3311.0251 8" DIP Water 33 11 10 LF 17 $100.OQ $1,700.00 10 3311.0254 8" DIP Water, CLSM Backfill 33 11 10 LF 40 $140.00 $5,600.00 11 3311.0161 6" PVC Wa[er Pipe 33 11 12 LF 47 $35.00 $1,645.00 12 3311.0061 4" PVC Water Pipe 33 11 12 LF 42 $30.OQ $1,260.00 13 3311.0001 Ductile Iron Water Fittings w/ Restraint 33 11 11 TON 2 $4,000.00 $B4O00.00 14 3312.0001 Fire Hydrant 33 12 40 EA 1 $3,0OO.OQ $3,000.00 15 3372.0717 Connection to Existing 4"-12" Water Main 33 12 25 EA 2 $1,500.00 $3,000.00 16 3312.2001 1" Water Service, Meter Reconnection 33 12 10 EA 6 $750.00 $4,500.00 17 33i2.2003 1" Water Service 33 12 10 EA 6 $5,500.OQ $33,000.00 1A 33122847 3" Water Meter and Vault 33 12 11 EA 2 $11,0OO.OQ $22,000.00 19 3372.3002 6" Gate Valve 33 12 20 EA 3 $1,000 00 $3,000-00 20 3312.3003 8" Gate Valve 33 12 20 EA 2 $1,200.00 $2,400.00 21 33i2.4203 20" x 8" Tapping Sleeve & Valve 33 12 25 EA 1 $2,500.06 $2,500.00 TOTAL UNIT I: WATER IMPROVEMENTS $117,855.00 HoWie Housc Hocal Tmu�homzs CITY O� �ORT WORTH Maaison AdJiiioii,l oti I(-?4, Hlock I STANDARD CONSTRUCTION SPIiC1F1CATION DOCUMf.TTS - DC\'I;1 OPRR A WARDf;n PROI6CTS City Pr�jctt Vu CPN 1 N256 �orm Vcrsion �fuy ^_2,'_079 00 42 4] DAP- BfD PROPOSAI. PagcT oF6 SECTIOPI 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Projectltem Infonnation ftidders Proposal BidliSt Item Spccification Scction Unit uf Bid Dc;serip[ion Unil Price Bid Value No No. Mcasurc Quantiry UNIT I1: 5ANITARY SEWER IMPROVEMENTS 1 0241.2012 Remove 6" Sewer Line 02 41 14 LF 24S $10.00 $2,4G4.00 2 33Q3.0001 8ypass Pumping 33 03 10 LS 1 $2,000.00 $2,000.0{7 3 3305.0112 Concrs[e Collar 33 05 17 EA 3 $150.00 $d50.dD 4 3331.4106 6" Sewer Pipe 33 11 10, 33 31 12, LF 14 33 31 20 $45.00 $630.00 5 3331.4110 6" Sewer Pipe, Select Backfill (CLSM) 33 11 10, 33 31 12, tF 33 31 20 38 $55.00 $2,090.00 6 3331.4117 B" Sewer Pipe, Select Backfill (CLSM) 33 1 i 10, 33 31 12, �F 196 $70.00 513,860.00 33 31 2(} 7 3339.1001 4' Manhole 33 39 10 EA 6 $2,500.00 $15,0OO.OD Q 3301.0002 Post CCTV inspection 33 01 31 LF 250 $1.00 5250.OD g 3301.0101 Manhole Vacuum Testing 33 Oi 30 EA 6 $250.00 $1,500.00 10 3339.0001 Epoxy Manhole liner 33 39 60 VF 9 $400.00 S3,6Q0.00 11 3339.1003 4' Extra Depth Manhole 33 39 10,0 33 39 VF 5 $150.00 5750.00 T�TAL UNIT H: SANITARY SEWER IMPROVEMEN75 $42,590.00 BoH�ie House Hoi�l Tou•nhumu CffV O� FORT WORTH Mai[ison Addi[ion, I ois 15-24, Block I 9TAN �ARD CONSTRUCTfON SPLCIFICATION DOCUMIiM'S - DGVGCOPP.R A W ARDCsD PROICCI'S City Proj tt Na CPN 10J256 �orm Vcrsion Moy 22, 2019 00 42 43 DAP-HIDPROPOSAL Pagc 3 of6 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Pioject ltcm Information BidJer's Proposal Bidlist Itcm Spccification Scction Uni[ of I3id Dc,rcription Unit Pricc Bid Value No. No, btcasmc Quantiry UNIT III: DRAItJAGE IMPROVEMENTS 1 3341.0205 21" RCP, Class III 33 41 10 LF 31 $50.00 $1,550.00 2 3349.7001 4' Slorm Junr.lian Oox 32 49 20 EA 2 $2,500.00 $5,000.00 3 0330.0001 Concrete Encase Sewer Pipe 03 30 00 CY 3 $155.OQ $465.00 TO7AL UNiT ili: DRAINAGE IMPRC}VEMENTS $7,015.00 Ho���ie Housz Hoi��l Townliumrs CfTY O� fORT WORTH Mavison AJdinon, I ots 16 ?4, Bluck I STANDARDCnNSTRUCT�ONSPLCIf1CATiONDOCUMf.TTS-DCVCiOPGRAWARDf:DPROIHCTS CityProjn:l�lo CPN IOJ�56 Fomi Veaion blay �2,1019 00 42 4] DAP-HIDPROPOSAI Po�c4 of6 SECTION 00 42 43 Developer Awarded Projec[s - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project l[cm Infonnatian Bidder's Proposal Ridlist ltem Spccification Section Unit of Bid Desci iptian Unit Piice Bid Value No. No n4casurc Quantity UNIT IV: PAVING IMPROVEMENTS 1 0241.0100 Remove Sidewalk 02 41 13 SF 2445 $3.00 $7,335.00 2 0241.0300 Remove ADA Ramp 02 41 13 EA 1 $300.00 $300.00 3 0241.0401 Remove Concrete Drive 02 41 13 SF 1460 $4.00 $5,840.00 4 Q241.1000 Remove Conc Pvmt 02 41 15 SY 145 $30.00 $4,350.00 5 0241.1100 Remove Asphalt Pvmt 02 41 15 SY 417 $27.00 $11,259.00 6 0241.1300 Remove Concrete Curb and Gutter 02 41 13 LF 430 $10.00 $4,300.00 7 3110.0105 24" and Larger Tree Removal 31 10 00 EA 3 $1,500.00 $4,500.00 8 32Q1.0115 8' Wide Asphalt Pvmt Repair, Residential 32 01 17 LF 332 $65.00 $21,580.00 9 32Q1.0616 Conc Pvmt Repair, Arterialllndustrial 32 01 29 SY 145 $225.00 $32,625.00 10 3211.0113 B" Flexible Base, Type A, GR-1 32 11 23 SY 338 $26.00 $8,788.00 11 3211.0501 6" Lime Treatment 32 11 29 SY 321 $10.00 $3,210.00 72 3212.0302 2" Asphalt Pvmt Type D 32 12 16 SY 338 $35-00 $11,830.00 13 3212.0501 4" Asphalt Base Type B 32 12 16 SY 338 $45 00 $15,210.00 14 3213 0301 4" Conc Sidewalk 32 i3 20 SF 2920 $10.00 $29,200.00 15 3213.0401 6" Concrete Driveway 32 13 20 S� 2890 $16.00 $46,240.00 16 3213_0506 Barrier Free Ramp, Type P-1 32 13 20 EI� 4 $3,500.00 $14,000.00 �7 3214.0200 Brick Pvmt Repair 32 14 16 SY 177 $250.00 $44,250.�0 18 3216.0101 6" Concrete Curb and Gutter 32 16 13 LF 238 $20.00 "�i,7G4.00 19 3217.0501 24" SLD Pavement Marking HAE (W) 32 17 23 LF 12 $3.00 $36.00 Zp 3291.0100 Topsoil 32 91 19 CY 100 $60.00 $$,OOD.QO 21 3292.0100 Block Sod Placement 32 92 73 SY 275 �19.Q0 $5,225.Q6 22 3293.0105 Planl 5" Tree 32 93 43 EA 5 b2,000.OQ $1p,pOd.O� 23 3471.0001 Traffic Control 34 71 13 MO 5 56,500.Oa 532,50D.fl0 TOTAL UNIT IV: PAVING IMPROVEMENTS $323,338.00 HoH ic Housc Hutcl Tox nhumcs CI7V Of fORT WORTH Muuison Addi�ion, 1_ols 16 ?-0, 91uck I STANnARD CONSTRUCTION SPCC1fICATION DOCUINGItiTS - �CVCLOPCR A WAR DCVn PROIGCTS City Pi�jtt[ Na. CPN I OJ�i( fomi Vcrsion �1ay �2, 2019 OD 42 47 DAP- BID PROPOSAL Pagc 5 of 6 SECTION 00 42 43 �eveloper Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project ltem fnformation Bidder's Praposal Bidlietltem SpecificationSection Unitof Bid Dr.scription Unil Price Bid V�lue No. No. Measnrc Quantity UNIT V: STREET LIGHTING IMPROVEMENTS 1 2805.3G12 2" CONDT PVC SCH 40 (B) 26 05 33 LF 25 $S2.00 $300.00 2 3441.1408 NO 6 Insulated Elec Condr 34 41 10 LF 50 $5.Q0 $250.00 3 34A 1.1413 NO 6 Bare Elec Condr SLD 34 41 10 LF 25 $5.00 $i25.00 4 3d47 15Q1 Ground Box Type 6 3441 10 EA 1 $1,325.00 $1,325.00 5 3441.3411 Reconnecl Conductor 34 41 20 EA 4 $500.00 $2,Q00.00 6 3447.3502 Relocate Slrael lighl Pole 34 41 20 EA 1 $3,500.06 $3,500.00 TDTAL l7NIT V: STREET LIGHTING IMPROVEMENTS $7,500.00 Boe ie Huusc Ho[cl Tox•nhomcs C1TY O� FORT WORTH Mattison Addition, Lots 16-24, Block I STANDARD CONSTRUCTfON SPECI�ICATION DOCUMI3fVl'S - DLVGLpPL.R A WARDSD PROILCTS City Proj«tNo. CPN I OJ256 Fomi Version Muy22, 2019 no az a3 DAP-RfD P20POSAl. Pngc 6 oP6 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project ltem Information BidJer's Proposal Bidlist Item ]�i;,scription Spccification Seetion Unit of Bid Unit Price Bid Value No. No. Mcasivc Quantity Rid Summary UNIT I: WATER IMPROVEMENTS UNIT II: SANITARY SEWER IMPROVEMENTS UNIT III: DRAINAGE IMPROVEMENTS UNIT IV: PAVING IMPROVEMENTS UNIT V: STREET LIGHTING IMPROVEMENTS Total Construcfion $117.855.00 $42,590.00 $7,015.00 � $323,338.00 $7, 500.00 $498,298.00 This Bid is submitted by the entity named below: BIDDER: North Texas Contracling, Inc. 4999 Keller Har;lel Road Fort \i'oi th�'fX i6244 (fll7) A311-9500 Contructor agrees to complete WORK Tor FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. RY: %aA•I � sil{rr TITLE: ��ice Presidenl/qwner D.4TE: END OF SECTION 113 working days after [he date when the Hoaic Housc Holcl Toxnhumcs CITV Of �ORT WORTH Mauison Addi�ion, i ois 16 �4, Block I STANDARD CONSTRUCTION SPECIFICATION DOCUMI;NTS - DCVGLOPLR AWARDF.D PROlGCTS City ProjiclNo CPN 1OJ256 f omi Version May 22, 2G 19