Loading...
HomeMy WebLinkAboutContract 56053 Received Date: Jul 22,2021 Received Time: 8:51 am Developer and Project Information Cover Sheet: Developer Company Name: Lennar Homes of Texas Land and Construction,Ltd Address, State,Zip Code: 1707 Marketplace Blvd. Suite 100,Irving,TX, 75063 Phone &Email: 469-587-5293, Jennifer.eller(cr�,Lennar.com Authorized Signatory,Title: Jennifer Eller,Authorized Agent Project Name: Sendera Ranch East Phase 24 Brief Description: Water, Sewer,Paving, Storm Drain, Street Lights Project Location: South and West of Rancho Canyon Way,West of San Madrid Trail Plat Case Number: Plat Name: Mapsco: Council District: CFA Number: CFA21-0022 City Project Number: 103162 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth,Texas Page 1 of 15 Standard Community Facilities Agreement Rev.10/5/19[NPC] CSC No.56053 STANDARD COMMUNITY FACILITIES AGREEMENT This COMMUNITY FACILITIES AGREEMENT("Agreement") is made and entered into by and between The City of Fort Worth ("City"), a home-rule municipal corporation of the State of Texas, acting by and through its duly authorized Assistant City Manager,and Lennar Homes of Texas Land and Construction, Ltd ("Developer"), acting by and through its duly authorized representative. City and Developer are referred to herein individually as a"party" and collectively as the"parties." WHEREAS, Developer is constructing private improvements or subdividing land within the corporate limits of Fort Worth, Texas or its extraterritorial jurisdiction, for a project known as Sendera Ranch East Phase 24("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 Page 2 of 15 Standard Community Facilities Agreement Rev.10/5/19[NPC] 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 ❑X Exhibit A-1: Sewer ❑X Exhibit B: Paving ❑X Exhibit B-1: Storm Drain ❑X 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%) 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 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 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. M 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 B YANY PERSONS,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 FAIL URE TO PROPERLY SAFEGUARD THE WORK, OR ONACCOUNT OFANYACT,INTENTIONAL OR OTHERWISE, NEGLECT OR MISCONDUCT OF SAID DEVELOPER, ITS CONTRACTORS, SUB-CONTRACTORS, OFFICERS, AGENTS OR EMPLOYEES, WHETHER OR NOT SUCHINJURIES,DEATH OR DAMAGESARE CAUSED,IN WHOLE OR IN PART, BY THE ALLEGED NEGLIGENCE OF THE CITY OF FORT WORTH, ITS OFFICERS,SERVANTS, OR EMPLOYEES. (c) DEVELOPER WILL REQUIRE ITS CONTRACTORS TO INDEMNIFY, DEFEND AND HOLD HARMLESS THE CITY, ITS OFFICERS, AGENTS AND EMPLOYEES FROM AND AGAINST ANY AND ALL CLAIMS, SUITS OR CAUSES OF ACTION OF ANY NATURE WHATSOEVER, WHETHER REAL OR ASSERTED, BROUGHT FOR OR ON ACCOUNT OF ANY INJURIES OR DAMAGES TO PERSONS OR PROPERTY, INCLUDING DEATH,RESULTING FROM, OR INANY WAY CONNECTED WITH, THE CONSTRUCTION OF THE IMPROVEMENTS CONTEMPLATED HEREIN, WHETHER OR NOT SUCH INJURIES, DEATH OR DAMAGES ARE CAUSED, IN WHOLE OR IN PART, BY THE ALLEGED NEGLIGENCE OF THE CITY OF FORT WORTH, ITS OFFICERS, SERVANTS, OR EMPLOYEES. FURTHER, DEVELOPER WILL REQUIRE ITS CONTRACTORS TO INDEMNIFY, DEFEND, AND HOLD HARMLESS THE CITY FOR ANY LOSSES, DAMAGES, COSTS OR EXPENSES SUFFERED BY THE CITY OR CAUSED AS A RESULT OF SAID CONTRACTORS' FAILURE TO COMPLETE THE WORK AND CONSTRUCT THE IMPROVEMENTS IN A GOOD AND WORKMANLIKE MANNER, FREE FROM DEFECTS,IN CONFORMANCE WITH THE CFA ORDINANCE, AND INACCORDANCE WITH ALL PLANS AND SPECIFICATIONS. 13. Right to Enforce Contracts Upon completion of all work associated with the construction of the Improvements,Developer will assign to the City a non-exclusive right to enforce the contracts entered into by Developer with its contractors,along with an assignment of all warranties given by the contractors,whether express or implied. Further,Developer agrees that all contracts with any contractor shall include provisions granting to the City the right to enforce such contracts as an express intended third parry 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 estimated payments 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 fifty dollars($50.00),the City will not issue a refund and the Developer will not be responsible for paying the difference. The financial guarantee will not be released by the City or returned to the Developer until reconciliation has been completed by the City and any fees owed to the City have been paid by the Developer. 15. Material Testing The City maintains a list of pre-approved material testing laboratories. The Developer must contract with material testing laboratories on the City's list. Material testing laboratories will provide copies of all test results directly to the City and the Developer. If the Improvements being constructed fail a test, the Developer must correct or replace the Improvements until the Improvements pass all retests. The Developer must pay the material testing laboratories directly for all material testing and retesting. The City will obtain proof from the material testing laboratories that the material testing laboratories have been paid in full by the Developer before the City will accept the Improvements. 16. Notices All notices required or permitted under this Agreement may be given to a party by hand- delivery or by mail, addressed to such party at the address stated below. Any notice so given shall be deemed to have been received when deposited in the United States mail so addressed with postage prepaid: CITY: DEVELOPER: Development Coordination Office Lennar Homes of Texas and City of Fort Worth Construction, Ltd. 200 Texas Street 1707 Marketplace Blvd. Suite 100 Fort Worth, Texas 76102 Irving, TX, 75063 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, servants,officers,contractors, subcontractors,and volunteers. The City,through its authorized representatives and employees, shall have the sole and exclusive right to exercise jurisdiction and control over City employees. 19. Applicable Law; Venue This Agreement shall be construed under and in accordance with Texas law. Venue shall be in the state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas,Fort Worth Division. 20. Non-Waiver The failure of the City to insist upon the performance of any term or provision of this Agreement or to exercise any right herein conferred shall not be construed as a waiver or relinquishment to any extent of City's right to assert or rely on any such term or right on any future occasion. 21. Governmental Powers and Immunities. It is understood that by execution of this Agreement, the City does not waive or surrender any of its governmental powers or immunities. 22. Headings The paragraph headings contained herein are for the convenience in reference and are not intended to define or limit the scope of any provision of this Agreement. 23. Severability In the event that any clause or provision of this Agreement shall be held to be invalid by any court of competent jurisdiction, the invalidity of such clause or provision shall not affect any of the remaining provisions hereof. 24. Review of Counsel City and Developer, and if they so choose,their attorneys, have had the opportunity to review and comment on this document;therefore any rule of contract construction or interpretation that would normally call for the document to be interpreted as against the drafting party shall not apply in interpretation of this Agreement, and each section, portion, and provision of this Agreement shall be construed solely on the basis of the language contained therein, regardless of who authored such language. City of Fort Worth,Texas Page 9 of 15 Standard Community Facilities Agreement Rev.10/5/19[NPC] 25. Prohibition on Boycotting Israel Developer acknowledges that in accordance with Chapter 2270 of the Texas Government Code, the City is prohibited from entering into a contract with a company with 10 or more full-time employees that has a value of$100,000 or more that is to be paid wholly or partly from public funds of the 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 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 verification to the City that Developer: (1) does not boycott Israel; and(2)will not boycott Israel during the term of this Agreement. 26. Immigration and Nationality Act Developer shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Developer shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Developer shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Developer employee who is not legally eligible to perform such services.DEVELOPER SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY DEVELOPER, DEVELOPER'SEMPLOYEES,SUBCONTRACTORS,AGENTS,OR LICENSEES. City,upon written notice to Developer, shall have the right to immediately terminate this Agreement for violations of this provision by Developer. 27. Amendment No amendment,modification, or alteration of the terms of this Agreement shall be binding unless the same is in writing,dated subsequent to the date hereof, and duly executed by the City and Developer. 28. Assignment and Successors Developer shall not assign or subcontract all or any part of its rights,privileges,or duties under this Agreement without the prior written consent of City. Any attempted assignment or subcontract without the City's prior written approval shall be void and constitute a breach of this Agreement. 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 all laws, federal, state and local, including all ordinances,rules and regulations of City. It is agreed and understood that,if City calls to the attention of Developer any such violation on the part of Developer or any of its officers, agents, servants, employees, or subcontractors, then Developer shall immediately desist from and correct such violation. 31. Signature Authority The person signing this Agreement on behalf of Developer warrants that he or she has the legal authority to execute this Agreement on behalf of the Developer, and that such binding authority has been granted by proper order,resolution,ordinance or other authorization of the entity. The City is fully entitled to rely on this warranty and representation in entering into this Agreement. 32. Counterparts This Agreement may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. 33. Entire Agreement This written instrument, together with any attachments, exhibits, and appendices, constitutes the entire understanding between the City and Developer concerning the work to be performed hereunder, and any prior or contemporaneous, oral or written agreement that purports to vary from the terms hereof shall be void. [REMAINDER OF PAGE INTENTIONALLY BLANK] City of Fort Worth,Texas Page 11 of 15 Standard Community Facilities Agreement Rev.10/5/19[NPC] 34. Cost Summary Sheet Proj ect Name: Sendera Ranch East Phase 24 CFA No.: CFA21-0022 City Project No.: 103162 Items Developer's Cost A. Water and Sewer Construction 1. Water Construction $ 587,768.00 2.Sewer Construction $ 856,171.00 Water and Sewer Construction Total $ 1,443,939.00 B. TPW Construction 1.Street $ 1,673,796.25 2.Storm Drain $ 1,296,944.00 3.Street Lights Installed by Developer $ 213,417.00 4. Signals $ - TPW Construction Cost Total $ 3,184,157.25 Total Construction Cost(excluding the fees): $ 4,628,096.25 Estimated Construction Fees: C. Construction Inspection Service Fee $65,750.00 D. Administrative Material Testing Service Fee $33,075.00 E. Water Testing Lab Fee $1,890.00 Total Estimated Construction Fees: $ 100,715.00 Choice Financial Guarantee Options,choose one Amount (Mark one) Bond= 100% $ 4,628,096.25 x Completion Agreement= 100%/Holds Plat $ 4,628,096.25 Cash Escrow Water/Sanitary Sewer= 125% $ 1,804,923.75 Cash Escrow Paving/Storm Drain= 125% $ 3,980,196.56 Letter of Credit= 125% $ 5,785,120.31 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 DEVELOPER Lennar Homes of Texas Land and Dana LaahWe� Construction,Ltd. Dana Burehdoff(Ju 21.20211 :31 CDT) Dana Burghdoff 1 Assistant City Manager Jennifer Eller(Jul 19,202111:28 CDT) Name: Jennifer Eller Date: Jul 21,2021 Title: Authorized Agent Recommended by: Date: Jul 19,2021 Evelyn Roberts/Jennifer Ezernack Project Assistant Planning and Development Approved as to Form &Legality: Richard A.McCracken(Jul 19,2021 15:42 CDT) Richard A.McCracken Contract Compliance Manager: Sr.Assistant City Attorney M&C No. By signing,I acknowledge that I am the person Date: Jul 19,2021 responsible for the monitoring and administration of this contract,including Form 1295: ensuring all performance and reporting requirements. ATTEST: �a�FoRr 1�4 �� p °000000° 'C O°° °� �j� Evelyn Ro s on behalf of(Jul 19,202114:35 CDT) Ronald P. Gonzales o �O��d Ronald P.Gonzales(Jul21,202112:37 CDT) d�o 00A d Name: Janie Scarlett Morales Ronald P. Gonzales 000 o Z d Title: Development Manager Acting City Secretary P� o a d oO000000 a��EXASoAp OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth,Texas Page 13 of 15 Standard Community Facilities Agreement Rev.10/5/19[NPC] The following attachments are incorporated into this Agreement. To the extent a conflict exists between the main body of this Agreement and the following attachments, the language in the main body of this Agreement shall be controlling. Included Attachment ❑X Attachment 1 -Changes to Standard Community Facilities Agreement ❑ Attachment 2—Phased CFA Provisions ❑ Attachment 3 —Concurrent CFA Provisions ❑X Location Map ❑X Exhibit A: Water Improvements ❑X Exhibit A-1: Sewer Improvements ❑X Exhibit B: Paving Improvements ❑X Exhibit B-1: Storm Drain Improvements ❑X Exhibit C: Street Lights and Signs Improvements ❑X Cost Estimates (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Page 14 of 15 Standard Community Facilities Agreement Rev.10/5/19[NPC] ATTACHMENT"1" Changes to Standard Community Facilities Agreement City Project No. None City of Fort Worth,Texas Page 15 of 15 Standard Community Facilities Agreement Rev.10/5/19[NPC] O CD c0 O00 N 10 III p Li- � J N Q Z rn Z XO R v � a V mHU J N c LLJ '0� m o a cn w t W c _jwo 0 rl0 Q x w v)v)^� Z N Z p Q LLJ p � O ZZ "Ii -1�� VW = Z Z r, wZO h v c0 Jp-- djQ aOJ /I Y 00 W N o Z w o LO v� _ .IM X N W `oo � 0 *(h] kVC1 NHo � � o� �o 04 W I--- I--- z o � U O C1 0 � Q �� 2� OD O o p C) U 20 a o2L J a cl Ir a � En ll a Q o �Pv u8}}88 laiuop `WV EZ:g LZOZ/£L/g `6Mp•dow AI!U!O!A —Vd0\bZ asoyd\Vd0 99ti\ONVI 004\9Z00\ONVI—X1N\:S X NS III 36" WL EX NS II 42" W- ,J SCALE:1" = 400' 70X 0 PHASE 13B FP# 16-090 CPN 100664 0 �t 57 58 59 60 61 62 fi3 68� W-2fi 67 68 69 70X 56 _ W 55 24 23 22 21 20 19 18 17R u16 15 14 13 54 N 0 N 53 �s 52 1 2 3 4 5 6 7 W8 3 9 10 11 12 5 51 70X 2E xicx oox rvx � 25 24 23 22 21 17 16 15 14 509 N 20 19 18 6 49 4 PHASE 13A 6 9 CP° FP# 16-038 48 I 2 3 4 5 6 8 W-4 10 11 12 13 47 CPN 100445 4fi 45 14 1S 16 17 18 21 22 23 24 25 � n 19 20 n 3 x 44 - Olt / m 1, 12 11 \ lox 43 12" W-1 EX 12' W— r n az _ ox 41 � 40 20 CONNECT TO EXISTING 12" WATER CONNECT TO EXISTING 8" WATER PHASE 14 PHASE 14 39 3 CPN 102209 CPN 102209 38 4 X-26196 X-26196 WATER PROJECT NUMBER: WATER PROJECT NUMBER: 0 37 7 1 5 511600�8-I10600430-11 02�209//�/--00011-5-81��10 '56008-0600430-102209-001580 C 36 3 6 / I \\ . 35� PHASE 14 m 34 8 C 33 9 FP# 19-057 PHASE 10 32 10 73 CPN 102209 FP# 15-027 27 70X \ ' D.O.E. 7447 Q „ 3 „ 26 30 12 CPN 02614 0) 25 �' 29 13 y 24 4 14 28 t�' 23 15 N 24 A O 6,15 1 fi N 23 t ,2 21 �) 17 M 22 2 1 21 20 3 20 ,E 18 9 3 LEGEND 18 2 9 1B 5 fi 21 �+ PROPOSED WATER LINE 6 17 s 7 22 0 16 S 8 7215 14 5 EXISTING WATER LINE 3 Q s 144 9 10 3h 6 LIMITS OF PROJECT 11 11 11 13 12 12 Y 71X N11 n 0 CONNECT TO EXISTING B" WATER °' 9 e 7 PHASE 14 4) r CPN 102209 a X-26196 0WAT E R WATER PROJECT NUMBER: 0 71X 56008-0600430-102209-001580 co EXHI BIT 'A' 0 Z g SENDERA RANCH EAST OWNED/DEVELOPED BY: PHASE 24 N LENNAR HOMES OF TEXAS CITY PROJECT NO. 103162 LAND AND CONSTRUCTION, LTD. z 1707 MARKET PLACE BOULEVARD ��� g SUITE 100 LJA Engineering, Inc. IRVING, TEXAS 75063 KYLE DICKERSON j PHONE: (469) 587-5206 6060 North Central Expressway Phone 469.621.0710 FAX: (469) 587-0833 Suite 400 Dallas, Texas 75206 FRN - F-1386 m 12' SS-1 N SCALE:1" = 400' 70X 0 N: \ PHASE 13B FP# 16-090 \ CPN 100664 A �t6 ' 70X 7 16 13 I n 75 53 52 I 9 2 3 4 5 B $, SS-4 10 11 12 5 70X 51 2E xicx ooflIRl 25 24 23 22 21 17 16 15 14 509 20 xl m ,6 PHASE 13A 8�� S10 11 12 13 �: FP# 1 6-038 47 s� CPN 100445 4fi q5 14 15 1fi 17 ousra000 wve 21 22 23 24 25 \ 8 19 20 �t n C X 44 3 12 11 1\ I lox 43 � 8" SS-2 EX 8"�SS � '1 42 — m E38 ox 2 73 CONNECT TO EXISTING 8" SEWER CONNECT TO EXISTING 15" SEWER PHASE 14 PHASE 14 3 CPN 102209 CPN 102209 4 X-26196 X-26196 SEWER PROJECT NUMBER: SEWER PROJECT NUMBER: 0 37 5 511600�8-10700430-1102�209--00011-3880 '56008-0700430-102209-001380 +�+ 3 `n 35 34 7 m 34 PHASE 14 I 8 33 9 FP# 19-057 PHASE 10 32 10 73 \ CPN 102209 FP# 15-027 70X \ ' D.O.E. 7447 Q 27 „ 31 „ 26 30 2 CPN 02614 Oi 2s 29 ci' 24 N N� 28 0 23 14 15 ,1 24 �, a 22 16 L 04 23 , 72 21 `rS, 17 LEGEND 22 2 \ 21 20 8 ct 20 3 19�`°a 9 273 �� x 7s PROPOSED SAN SEWER 3 19 5 16 617 15, 7 16 22 FLOW DIRECTION (D '6 ��-8 72 15 14 5 (n 15 `pry 9 13 6 s EXISTING SAN SEWER 14 10 h lai 13 11 12 12 F' q) 71X LIMITS OF PROJECT N11 a 0 CONNECT TO EXISTING 8" SEWER °' 9 e 7 PHASE 14 4) r CPN 102209 a X-26196 WASTEWATER0 SEWER PROJECT NUMBER: c) 71x 56008-0700430-102209-001380 0 EXHIBIT 'A-1' 0 Z g SENDERA RANCH EAST 0 OWNED/DEVELOPED BY: PHASE 24 N LENNAR HOMES OF TEXAS \ CITY PROJECT NO. 103162 LAND AND CONSTRUCTION, LTD. z 1707 MARKET PLACE BOULEVARD ��� g SUITE 100 LJA Engineering, Inc. IRVING, TEXAS 75063 KYLE DICKERSON j PHONE: (469) 587-5206 6060 North Central Expressway Phone 469.621.0710 FAX: (469) 587-0833 Suite 400 Dallas, Texas 75206 FRN - F-1386 N �J SCALE:1" = 400' 70X PHASE 13B FP# 16-090 CPN 100664 ,3 57 58 59 60 61 62 fi3 64 65 68 87 68 69 70X 56 55 24 23�5 22 21 20 19 18 17 16 15 14 13 ,5 53 •• I 2 3 4 5 6 7 8 9 10 11 12 52 _ ,t 5 70X 51 26••25 •24••23••22 •21••20 X11 O18 •17 •16.15 14 �3 50 1 PHASE 13A 49 ,6 FP# 16-038 48 1 2 3 4 5 8 7 6 9 10 11 12 13 CPN 100445 47 4fi 45 4 1S 1fi 17 18 19 20 21 22 23 24 25 n 44 12 70X 43 13 12 11 „ CONNECT TO EXISTING 42 INFRASTRUCTURE 41 CONNECT TO EXISTING PHASE 14 INFRASTRUCTURE CPN 102209 46 2 " PHASE 14 X-26196 39 3 CPN 102209 30 4 f X-26\96 n 37 5 LEGEND c 36 6 PHASE 14 y 35 ' FP# 19-057 PROPOSED 29'B—B 34 6 CPN 102209 PHASE 10 ROADWAY/50'ROW c 33 9 FP# 15-027 32 10 73 D.O.E. 7447 PROPOSED 55'B—B d 27 70% CPN 02614 ROADWAY/80'ROW 11 26 •E:. " 31 1 z v 7 29 30 y 13 k' PROPOSED SIDEWALK 25 24 14 0 23 5 (BY HOMEBUILDER) 2 28 C14d 22 N 23 22 2' 21 z6k 6 ,7 CONNECT TO EXISTING PROPOSED SIDEWALK 18 INFRASTRUCTURE (BY DEVELOPER) � 21 20 3 9 9 PHASE 14 4 18 2 CPN 102209 PROPOSED ADA RAMPS O 9 ,6 ' 5 21 x-26196 (BY DEVELOPER) � 6 16 22 C 17 4N. 7 15 5 615 e 14 6 �3 LIMITS OF PROJECT I 4 0 13 12 12 •' 71X N 0 0 7 IN 9 • fn 8 O 1= ,3 STREET PAVING U 71X CD EXHIBIT 'B' 0 Z g SENDERA RANCH EAST OWNED/DEVELOPED BY: PHASE 24 N LENNAR HOMES OF TEXAS CITY PROJECT NO. 103162 LAND AND CONSTRUCTION, LTD. z 1707 MARKET PLACE BOULEVARD ��� g SUITE 100 LJA Engineering, Inc. IRVING, TEXAS 75063 KYLE DICKERSON j PHONE: (469) 587-5206 6060 North Central Expressway Phone 469.621.0710 V) FAX: (469) 587-0833 Suite 400 Dallas, Texas 75206 FRN - F-1386 N SD-6 lox 6 M c SCALE:1" = 400' 0 \ PHASE 13B FP# 16-090 CPN 100664 �t �t 57 58 59 60 61 62 fi3 fi4 65 6fi 67 68 69 70X 56 D- 24" 55 TD 22 21 20 19 18 17 JT51. 13 1 54 53 �s F 3 4 5 B 7 8 9 10 11 12 52 g �t4 SD—4 3 lox s1 2E 33" ow�x x 3 " SD-4 25 24 23 x 22�x21 17 16 15 14 42" x 50 20 19 18 6 PHASE 13A 48 2 4 5 6 8 9 10 11 12 13 SD-3 FP# 1 6-038 D-3 —3 6'x3' RCB 4721 CPN 100445 " 3 4' 45 [14 IS 1fi 17 21 22 23 24 25 t 8 19 20 „ 44 3 12 11 \ 70X 43 0 42 _ 41 40 2 3 39 3 S 38 4 �t 37 � 5 6 PHASE 10 0 36 35 7 l_ FP# 15-027 " m 34 8 PHASE 14 D.O.E. 7447 E 33 9 FP# 19-057 CPN 02614 LEGEND D-2 32 10 CPN 102209 27 70 \ PROPOSED STORM a ,• ,t 31 DRAIN LINE 26 30 12 25 % 29 24 13 4 PROPOSED 10' INLET 24 O 28 a6' 23 , 18 PROPOSED 15' INLET 1 '1 23 , 72 04 22 ,7 _ z2 2 2120 18 PROPOSED 20' INLET 73 20 4 19 °9y 19 19 5 6 17 2 EXISTING STORM 16 fi 16 21 DRAIN LINE E 17 So 7 15 22 0 6 ,, ' 8 72 14 5 EXISTING INLET z U) ,t 15 9 6 1 0 13 14 1�1 11 LIMITS OF PROJECT 12 2 71X N 0 7 I4) 9 W e O a SD-1 D6'k3? " 1RCB STORM DRAINAGE U 71x LO EXHIBIT 'B-l' 0 Z g SENDERA RANCH EAST OWNED/DEVELOPED BY: PHASE 24 N LENNAR HOMES OF TEXAS CITY PROJECT NO. 103162 i LAND AND CONSTRUCTION, LTD. z 1707 MARKET PLACE BOULEVARD ��� g SUITE 100 LJA Engineering, Inc. IRVING, TEXAS 75063 KYLE DICKERSON j PHONE: (469) 587-5206 6060 North Central Expressway Phone 469.621.0710 FAX: (469) 587-0833 Suite 400 Dallas, Texas 75206 FRN - F-1386 N �J SCALE:1" = 400' 70X 0 PHASE 13B FP# 16-090 CPN 100664 57 58 59 60 61 62 fi3 64 65 66 67 68 69 70X 56 55 4 23 22 21 20 19 18 17 16 15 14 13 154 �5 53 I 2 3 4 5 6 7 8 9 10 11 12 52 W F 0 5 70X 51� xia oox rvx e 4 26 25 24 23 22 21 20 19 18 17 16 15 14 '^ 509 1 49 E6 PHASE 13A 471 8 1 2 3 4 5 6 7 8 9 10 11 12 13 FP# 16-038 47 4fi q5 4 1S 16 17 18 19 20 21 22 23 24 25 C P N 100445 LEGEND 44 n 70X 43 13 12 11 42 STOP SIGN & STREET NAME SIGNS 41 ,° 5 2cJ STREET NAME BLADES ONLY m 39 3 30 4 1 PROPOSED STREET LIGHT g 37 5 PHASE 14 (TYPE 11 POLE, TYPE 1 �l1iE a 36 6 FP# 19-057 FOUNDATION) C7) 35 7 CPN 102209 PROPOSED STREET LIGHT 34 6 PHASE 10 FP# 15-027 (TYPE 18 POLE, TYPE 3 33 14 FOUNDATION) c 32 D.O.E. 7447 27 70X 3 1, CPN 02614 EXISTING STREET 26 " 12 30 LIGHT a, 13 257 29 y 24 14 t 2`4�,3 28 ; 23 2 5 22 16 LIMITS OF PROJECT fN n17 22 2 20 18 21 3 9 73 W 20 9 4 is 2 C11 19 5 17 21 J 18 'se. 6 16 Tqyr.� y 17 "Y 7 IS 22 16 8 72 14 5 (n 1 15 9 13 6 �t 14 10 y 13 11 Q 12 12 + N " 10 0STREET NAME SIGNS & r 9 6 STREET LIGHT a 0 IMPROVEMENTS U 71x LO EXHIBIT 'C-l' 0 Z g SENDERA RANCH EAST OWNED/DEVELOPED BY: PHASE 24 N LENNAR HOMES OF TEXAS CITY PROJECT NO. 103162 LAND AND CONSTRUCTION, LTD. z 1707 MARKET PLACE BOULEVARD ��� g SUITE 100 LJA Engineering, Inc. IRVING, TEXAS 75063 KYLE DICKERSON j PHONE: (469) 587-5206 6060 North Central Expressway Phone 469.621.0710 FAX: (469) 587-0833 Suite 400 Dallas, Texas 75206 FRN - F-1386 00 42 43 DAP-BID PROPOSAL Page 1 of 6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Sendera Ranch East,Phase 24 UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Description Specification Section No. Unit of Bid Unit Price Bid Valne No. Measure Quantity UNIT I:WATER IMPROVEMENTS 1 0241.1013 Remove 8"Water Line 0241 14 LF 5 $20.00 $100.00 2 3305.0109 Trench Safety _ 33 05 10 LF 7703 $1.00 $7,703.00 3 3311.0001 Ductile Iron Water Fittings w/Res 3311 11 TON 3.2 $4,000.00 $12,800.00 4 3311.0241 8"Water Pipe 33 11 10,33 11 12 LF 6813 $35.00 $238,455.00 5 3311.0251 8"DIP Water 3311 10 LF 20 $55.00 $1,100.00 6 3311.0441 12"Water Pipe 33 11 10,33 11 12 LF 848 $62.00 $52,576.00 7 13311.0447 12"Water Pipe,CLSM Backfill 33 11 10,33 11 12 LF 1 22 $72.00 $1,584.00 8 3312.0001 Fire Hydrant 33 12 40 EA 16 $4,000.00 $64,000.00 9 3312.0117 Connection to Existing 4"-12"Water Main 33 12 25 EA 3 $1,000.00 $3,000.00 10 3312.2003 1"Water Service 3312 10 EA 175 $950.00 $166,250.00 11 3312.30-3 8"Gate Valve 33 12 20 EA 22 $1,200.00 $26,400.00 12 3312.3005 12"Gate Valve 33 12 20 EA 3 $2,200.00 $6,600.00 13 9999.0001 1"Irrigation Service 00 00 00 EA 6 $1,200.00 $7,200.00 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 _ 41 _ 42 _ 43 _ 44 _ 45 TOTAL UNIT I:WATER IMPROVEMENTS $587,768.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version May 22,2019 00 42 43_Bid Proposal_DAP.xlsx 00 42 43 DAP-BID PROPOSAL Page 2 of 6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Sendera Ranch East,Phase 24 UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Description Specification Section No. Unit of Bid Unit Price Bid Valne No. Measure Quantity UNIT II:SANITARY SEWER IMPROVEMENTS 1 3301.0002 Post-CCTV Inspection _3301 31 LF 9083 $3.00 $27,249.00 2 3301.0101 Manhole Vacuum Testing 3301 20 EA 40 $150.00 $6,000.00 3 3305.0109 Trench Safety 33 05 10 LF 9083 $1.00 $9,083.00 4 3305.0112 Concrete Collar 33 05 17 EA 2 $500.00 $1,000.00 5 3331.3101 4"Sewer Service 3331 50 EA 167 $650.00 $108,550.00 6 3331.3106 4"DIP Sewer Service 3331 50 EA 8 $950.00 $7,600.00 3331.4115 8"Sewer Pipe-SDR 26 33 11 10,33 31 12,33 31 7 20 LF 6277 $42.001 $263,634.00 3331.4116 8"Sewer Pipe,CSS Backfill 33 11 10,33 31 12,33 31 8 LF 20 392 $52.00 $20,384.00 3331.4208 12"Sewer Pipe-SDR 26 33 11 10,33 31 12,33 31 9 LF 20 918 $68.00 $62,424.00 3331.4215 15"Sewer Pipe-SDR 26 33 11 10,33 31 12,33 31 10 LF 20 1402 $78.00 $109,356.00 3331.4216 15"Sewer Pipe,CSS Backfill 33 11 10,33 31 12,33 31 11 20 LF 94 $88.00 $8,272.00 12 3339.0001 Epoxy Manhole Liner 33 39 60 VF 151.8 $385.00 $58,443.00 13 3339.1001 4'Manhole 33 39 10,33 39 20 EA 38 $3,400.00 $129,200.00 14 3339.1003 4'Extra Depth Manhole 33 39 10,33 39 20 VF 157.6 $185.00 $29,156.00 15 9999.0002 20"Steel Encasement 00 00 00 LF 14 $180.00 $2,520.00 16 9999.0003 Connect to Existing Line 00 00 00 EA 3 $1,500.00 $4,500.00 17 9999.0004 4'Manhole with Water-Tight Hinged Cover 00 00 00 EA 2 $4,400.00 $8,800.00 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 _ 41 _ 42 TOTAL UNIT II:SANITARY SEWER IMPROVEMENTS $856,171.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version May 22,2019 00 42 43_Bid Proposal_DAP.xlsx 00 42 43 DAP-BID PROPOSAL Page 3 of 6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Sendera Ranch East,Phase 24 UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Description Specification Section No. Unit of Bid Unit Price Bid Valne No. Measure Quantity UNIT III:DRAINAGE IMPROVEMENTS 1 3305.0109 Trench Safety _33 05 10 LF 5564 $1.00 $5,564.00 2 3305.0112 Concrete Collar 33 05 17 EA 7 $500.00 $3,500.00 3 3341.0201 21"RCP,Class III 3341 10 LF 1169 $50.00 $58,450.00 4 3341.0205 24"RCP,Class III 3341 10 LF 252 $60.00 $15,120.00 5 3341.0208 27"RCP,Class III 3341 10 LF 1082 $65.00 $70,330.00 6 3341.0305 33"RCP,Class III 3341 10 LF 1146 $90.00 $103,140.00 7 13341.0309 36"RCP,Class III 3341 10 LF 1 441 $105.00 $46,305.00 8 3341.0402 42"RCP,Class III 3341 10 LF 209 $140.00 $29,260.00 9 3341.1201 5x3 Box Culvert 3341 10 LF 86 $295.00 $25,370.00 10 3341.1302 6x3 Box Culvert 3341 10 LF 633 $310.00 $196,230.00 11 3349.0001 4'Storm Junction Box 33 49 10 EA 8 $4,000.00 $32,000.00 12 3349.0002 5'Storm Junction Box 33 49 10 EA 1 $5,000.00 $5,000.00 13 3349.0104 4'Stacked Manhole 33 49 10 EA 4 $2,500.00 $10,000.00 14 3349.5001 10'Curb Inlet 33 49 20 EA 5 $3,200.00 $16,000.00 15 3349.5002 15'Curb Inlet 33 49 20 EA 14 $4,200.00 $58,800.00 16 3349.5003 20'Curb Inlet 33 49 20 EA 2 $5,200.00 $10,400.00 17 3349.6001 10'Recessed Inlet 33 49 20 EA 2 $4,200.00 $8,400.00 18 3349.7003 6'Drop Inlet 33 49 20 EA 1 $7,500.00 $7,500.00 19 9999.0005 4'Drop Inlet with Concrete Apron 00 00 00 EA 1 $5,500.00 $5,500.00 20 9999.0006 Inlet Protection 00 00 00 EA 25 $150.00 $3,750.00 21 9999.0007 8"'Type A'Riprap 00 00 00 SY 200 $75.00 $15,000.00 22 9999.0008 12"'Type A'Riprap 00 00 00 SY 486 $85.00 $41,310.00 23 9999.0009 18"'Type A'Riprap 00 00 00 SY 601 $95.00 $57,095.00 24 9999.0010 8'x5'Storm Junction Box with 4'Stacked 00 00 00 EA Manhole 1 $13,500.00 $13,500.00 25 9999.0011 6'x3'TxDOT SW-O Wingwall 00 00 00 EA 2 $7,500.00 $15,000.00 26 9999.0012 TxDOT PW-1 Wingwall with 2.5'Extended 00 00 00 EA Curb 1 $35,000.00 $35,000.00 27 9999.0013 TxDOT PW-1 Wingwall with 3.1'Extended 00 00 00 EA Curb 1 $38,000.00 $38,000.00 28 9999.0014 TxDOT PW-1 Wingwall with 3.2'Extended 00 00 00 EA Curb 1 $40,000.00 $40,000.00 29 9999.0015 TxDOT PW-1 Wingwall with 3.9'Extended 00 00 00 EA Curb 1 $44,000.00 $44,000.00 30 9999.0016 TxDOT PR-1 Handrail 00 00 00 LF 248 $140.001 $34,720.00 31 9999.0017 6-8'x4'Multiple Box Culvert 00 00 00 LF 91 $2,700.001 $245,700.00 32 9999.0018 24"Sloped End Headwall 00 00 00 EA 1 $2,500.001 $2,500.00 33 9999.0019 42"Sloped End Headwall 00 00 00 EA 1 $4,500.00 $4,500.00 34 35 36 37 38 39 40 _ 41 _ 42 _ 43 44 TOTAL UNIT III:DRAINAGE IMPROVEMENTS $1,296,944.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version May 22,2019 00 42 43_Bid Proposal_DAP.xlsx 00 42 43 DAP-BID PROPOSAL Page 4 of 6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Sendera Ranch East,Phase 24 UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Description Specification Section No. Unit of Bid Unit Price Bid Valne No. Measure Quantity UNIT IV:PAVING IMPROVEMENTS 1 3211.0400 Hydrated Lime(30 Ibs/sy) 3211 29 TN 404 $185.00 $74,740.00 2 3211.0400 Hydrated Lime(36 Ibs/sy) _ 3211 29 TN 134 $185.00 $24,790.00 3 3211.0501 6"Lime Treatment 3211 29 SY 26913 $3.00 $80,739.00 4 3211.0502 8"Lime Treatment 32 11 29 SY 7442 $3.50 $26,047.00 5 3213.0101 6"Conc Pvmt 32 13 13 SY 25247 $35.00 $883,645.00 6 3213.0105 10"Conc Pvmt 32 13 13 SY 7168 $62.00 $444,416.00 7 13213.0302 5'Conc Sidewalk 32 13 20 SF 1 6289 $3.25 $20,439.25 8 3213.0303 6'Conc Sidewalk 32 13 20 SF 13896 $3.25 $45,162.00 9 3213.0506 Barrier Free Ramp,Type P-1 32 13 20 EA 16 $1,500.00 $24,000.00 10 3291.0100 Topsoil 3291 19 CY 408 $24.00 $9,792.00 11 3292.0100 Block Sod Placement 32 92 13 SY 2447 $8.00 $19,576.00 12 9999.0020 Remove Barricade and Connect to Existing 00 00 00 EA Pavement 4 $500.001 $2,000.00 13 9999.0021 Stop Signs 00 00 00 EA 8 $350.001 $2,800.00 14 9999.0022 Street Name Blade 00 00 00 EA 48 $200.00 $9,600.00 15 9999.0023 Street Sign Pole 00 00 00 EA 12 $300.00 $3,600.00 16 9999.0024 Construct Std.Pavement Header 00 00 00 LF 55 $30.00 $1,650.00 17 9999.0025 Construct Type III Barricade 00 00 00 EA 1 $800.00 $800.00 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 _ 43 44 _ 45 TOTAL UNIT IV:PAVING IMPROVEMENTS $1,673,796.25 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version May 22,2019 00 42 43_Bid Proposal_DAP.xlsx 00 42 43 DAP-BID PROPOSAL Page 5 of 6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Sendera Ranch East,Phase 24 UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Description Specification Section No. Unit of Bid Unit Price Bid Valne No. Measure Quantity UNIT V:STREET LIGHTING IMPROVEMENTS 1 2605.3015 2"CONDT PVC SCH 80(T) 26 05 33 LF 3309 $10.00 $33,090.00 2 3441.3002 Rdwy Illum Assembly TY 8,11,D-25,and D-30 3441 20 EA 38 $2,000.00 $76,000.00 3441.3003 Rdwy Illum Assembly TY 18,18A,19,and D- 3441 20 3 EA 40 5 $3,000.00 $15,000.00 4 3441.3201 LED Lighting Fixture(50W) 3441 20 EA 38 $600.00 $22,800.00 5 13441.3201 LED Lighting Fixture(138W) 3441 20 EA 5 $800.001 $4,000.00 6 3441.3301 Rdwy Illum Foundation TY 1,2,and 4 3441 20 EA 38 $1,200.00 $45,600.00 7 3441.3302 Rdwy Illum Foundation TY 3,5,6,and 8 3441 20 EA 5 $1,400.00 $7,000.00 8 9999.0026 3-#10 Copper Wire 00 00 00 LF 3309 $3.00 $9,927.00 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 TOTAL UNIT V:STREET LIGHTING IMPROVEMENTS $213,417.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version May 22,2019 00 42 43_Bid Proposal_DAP.xlsx 00 42 43 DAP-Bm PROPOSAL Page 6 of 6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Sendera Ranch East,Phase 24 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Section No. Unit of Bid Unit Price Bid Value No. Measure Quantity Bid Summary UNIT I:WATER IMPROVEMENTS $587,768.00 UNIT II:SANITARY SEWER IMPROVEMENTS $856,171.00 UNIT III:DRAINAGE IMPROVEMENTS _ _ $1,296,944 00 UNIT IV:PAVING IMPROVEMENTS w_$11 673,796.25 UNIT V:STREET LIGHTING IMPROVEMENTS $213,417.00 Total Construction Bidl $4,628,096.26 This Bid is submitted by the entity named below: {� BIDDER: BY: [J mcAe-M•J —99 n S Conatser Construction TX,L.P. 5327 Wichita Street Fort Worth,TX 76119 TITLE: Pros i DATE: 16//16/2021 Contractor agrees to complete WORK for FINAL ACCEPTANCE within a 10 working days after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATTON DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version May 22,2019 00 42 43_Bid Proposal_DAP.xlsx