Loading...
HomeMy WebLinkAboutContract 56229 Received Date: 08/30/2021 Received Time: 3:45 PM Developer and Project Information Cover Sheet: Developer Company Name: GPIF CD Office LLC Address, State,Zip Code: 777 Main Street 2260, Fort Worth, TX , 76102 Phone &Email: 214-880-4663, KCrum@crescent.com Authorized Signatory, Title: Kevin Crum, Senior Vice President Project Name: Crescent Cultural District Office Brief Description: Water, Sewer, Paving, Storm Drain, Street Lights Project Location: 3300 Camp Bowie Blvd. Plat Case Number: Plat Name: Mapsco: Council District: 7 CFA Number: CFA21-0032 City Project Number: 103100 OFFICIAL RECORD CITY SECRETARY City of Fort Worth,Texas FT.WORTH,TX Standard Community Facilities Agreement Rev.2/21 City Contract Number: 56229 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 GPIF CD Office 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 Crescent Cultural District Office ("Project"); and WHEREAS, the City desires to ensure that all developments are adequately served by public infrastructure and that the public infrastructure is constructed according to City standards; and WHEREAS, as a condition of approval of the Project, Developer is required to bear a portion of the costs of municipal infrastructure by constructing the public infrastructure necessary for the Project as described in this Agreement("Community Facilities"or"Improvements"); and WHEREAS,as a condition of approval of the Project,Developer is required to meet the additional obligations contained in this Agreement, and Developer may be required to make dedications of land,pay fees or construction costs, or meet other obligations that are not a part of this Agreement.; and WHEREAS,the City is not participating in the cost of the Improvements or Project; and WHEREAS, the Developer and the City desire to enter into this Agreement in connection with the collective Improvements for the Project; NOW,THEREFORE,for and in consideration of the covenants and conditions contained herein, the City and the Developer do hereby agree as follows: 1. CFA Ordinance The Community Facilities Agreements Ordinance("CFA Ordinance"),as amended,is incorporated into this Agreement by reference, as if it was fully set forth herein. Developer agrees to comply with all provisions of the CFA Ordinance in the performance of Developer's duties and obligations pursuant to this Agreement and to cause all contractors hired by Developer to comply with the CFA Ordinance in connection with the work performed by the contractors. If a conflict exist between the terms and conditions of this Agreement and the CFA Ordinance,the CFA Ordinance shall control. OFFICIAL RECORD CITY SECRETARY City of Fort Worth,Texas FT.WORTH,TX Standard Community Facilities Agreement Rev.2/21 2. Incorporation of Engineering Plans The engineering plans for the Improvements that have been approved by the City ("Engineering Plans")are incorporated into this Agreement by reference as if fully set out herein. Developer shall provide at its expense, unless otherwise agreed to by City, all engineering drawings and documents necessary to construct the Improvements required by this Agreement. 3. Description of Improvements; Exhibits and Attachments The following exhibits describe the general location, nature and extent of the Improvements that are the subject of this Agreement and are attached hereto and incorporated herein by reference: 0 Exhibit A: Water 0 Exhibit A-1: Sewer 0 Exhibit B: Paving 0 Exhibit B-1: Storm Drain 0 Exhibit C: Street Lights & Signs The Location Map and Cost Estimates are also attached hereto and incorporated herein by reference. To the extent that Exhibits A, A-1, B, B-1, C, the Location Map, or the Cost Estimates conflict with the Engineering Plans,the Engineering Plans shall control. If applicable, Attachment 1 — Changes to Standard Community Facilities Agreement, Attachment 2 — Phased CFA Provisions, and Attachment 3 — Concurrent CFA Provisions, are attached hereto and incorporated herein for all purposes. 4. Construction of Improvements Developer agrees to cause the construction of the Improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and specifications, the Engineering Plans, the Cost Estimates provided for the Improvements,and this Agreement. Developer acknowledges that City will not accept the Improvements until the City receives affidavits and lien releases signed by Developer's contractors verifying that the contractors, and all subcontractors and material suppliers, have been paid in full for constructing the Improvements, and consent of the surety on payment and performance bonds provided for the Improvements. 5. Financial Guarantee Developer has provided the City with a financial guarantee in the form and amounts set forth in this Agreement which guarantees the construction of the Improvements and payment by Developer of all contractors, subcontractors, and material suppliers for the Improvements ("Financial Guarantee"). Developer shall keep the Financial Guarantee in full force and effect until released by the City and shall not reduce the amount of the Financial Guarantee unless authorized by the City in accordance with the CFA Ordinance. City of Fort Worth,Texas Page 3 of 15 Standard Community Facilities Agreement Rev.2/21 6. Completion Deadline; Extension Periods This Agreement shall be effective on the date this Agreement is executed by the City's Assistant City Manager ("Effective Date"). Developer shall complete construction of the Improvements and obtain the City's acceptance of the Improvements within two (2) years of the Effective Date ("Term"). If construction of the Improvements has started during the Term, the Developer may request that this Agreement be extended for an additional period of time ("Extension Period"). All Extension Periods shall be agreed to in writing by the City and the Developer as set forth in a written amendment to this Agreement. In no event shall the Term of this Agreement plus any Extension Periods be for more than three years. 7. Failure to Construct the Improvements (a) The City may utilize the Developer's Financial Guarantee to cause the completion of the construction of the Improvements if at the end of the Term, and any Extension Periods, the Improvements have not been completed and accepted by the City. (b) The City may utilize the Developer's Financial Guarantee to cause the completion of the construction of the Improvements or to cause the payment of costs for construction of the Improvements before the expiration of the Term, and any Extension Period, if the Developer breaches this Agreement,becomes insolvent, or fails to pay costs of construction. (c) If the Financial Guarantee is a Completion Agreement and the Developer's contractors or suppliers are not paid for construction costs or materials supplied for the Improvements the contractors and suppliers may place a lien upon any property which the City does not have an ownership interest that is the subject of the Completion Agreement. (d) Nothing contained herein is intended to limit the Developer's obligations under the CFA Ordinance, this Agreement, the Financial Guarantee, Developer's agreements with Developer's contractors, or other related agreements. 8. Termination If Developer desires to terminate this Agreement before Developer's contractors begin constructing the Improvements, Developer agrees to the following: (a) that Developer and City must execute a termination of this Agreement in writing; (b) that Developer will vacate any final plats that have been filed with the county where the Project is located; and (c) to pay to the City all costs incurred by the City in connection with this Agreement, including time spent by the City's inspectors at preconstruction meetings. 9. Award of Construction Contracts City of Fort Worth,Texas Page 4 of 15 Standard Community Facilities Agreement Rev.2/21 (a) Developer will award all contracts for the construction of the Improvements and cause the Improvements to be constructed in accordance with the CFA Ordinance. (b) Developer will employ construction contractors who meet the requirements of the City to construct the Improvements including,but not limited,to being prequalified,insured,licensed and bonded to construct the Improvements in the City. (c) In accordance with Section 9-317 of the CFA Ordinance, Developer has provided a development bond as the financial guarantee for the CFA;therefore,Developer's contractors will not be required to provide the City with payment and performance bonds. Developer agrees to require Developer's contractors to provide the City with a maintenance bond naming the City as an obligee, in the amount of one hundred percent(100%)of the cost of the Improvements,that guarantees correction of defects in materials and workmanship for the Improvements by the contractor and surety for a period of two (2)years after completion and final acceptance of the Improvements by the City. All bonds must be provided to the City before construction begins and must meet the requirements of the City's Standard Conditions, Chapter 2253 of the Texas Government Code, and the Texas Insurance Code. (d) Developer will require Developer's contractors to provide the City with insurance equal to or in excess of the amounts required by the City's standard specifications and contract documents for developer-awarded infrastructure construction contracts. The City must be named as an additional insured on all insurance policies. The Developer must provide the City with a Certificate of Insurance (ACORD or form approved by the State of Texas), supplied by each contractor's insurance provider,which shall be made a part of the Project Manual. (e) Developer will require the Developer's contractors to give forty-eight (48) hours' advance notice of their intent to commence construction of the Improvements to the City's Construction Services Division so that City inspection personnel will be available. Developer will require Developer's contractors to allow construction of the Improvements to be subject to inspection at any and all times by the City's inspectors. Developer will require Developer's contractors to not install or relocate any sanitary sewer, storm drain, or water pipe unless a City inspector is present and gives consent to proceed, and to allow such laboratory tests as may be required by the City. (f) Developer will not allow Developer's contractors to begin construction of the Improvements until a notice to proceed to construction is issued by the City. (g) Developer will not allow Developer's contractors to connect buildings to service lines of sewer and water mains constructed pursuant to this Agreement, if any, until said sewer, water mains and service lines have been completed to the satisfaction of the City. 10. Utilities Developer shall cause the installation or adjustment of utilities required to: (1) serve the Project; and (2)to construct the Improvements required herein. City shall not be responsible for payment of any costs that may be incurred by Developer in the relocation of any utilities that are or may be in conflict with any of the Improvements to be constructed pursuant to this Agreement. 11. City of Fort Worth,Texas Page 5 of 15 Standard Community Facilities Agreement Rev.2/21 Easements and Rights-of-Way Developer agrees to provide,at its expense, all necessary rights-of-way and easements required for the construction and dedication to the City of the Improvements provided for by this Agreement. 12. Liability and Indemnification (a) DEVELOPER HEREBY RELEASES AND AGREES TO INDEMNIFY, DEFEND AND HOLD THE CITY HARMLESS FOR ANY INADEQUACIES IN THE PRELIMINARY PLANS, SPECIFICATIONS, ENGINEERING PLANS, AND COST ESTIMATES SUPPLIED BY THE DEVELOPER FOR THIS AGREEMENT. (b) THE DEVELOPER COVENANTS AND AGREES TO,AND BY THESE PRESENTS DOES HEREBY FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY, ITS OFFICERS,AGENTS AND EMPLOYEES FROMALL SUITS,ACTIONS OR CLAIMS OF ANY CHARACTER, WHETHER REAL OR ASSERTED,BROUGHT FOR OR ONACCOUNT OF AN Y INJURIES 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 CONSEQ UENCE 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 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. (c) DEVELOPER WILL REQUIRE ITS CONTRACTORS TO INDEMNIFY, DEFEND AND HOLD HARMLESS THE CITY, ITS OFFICERS, AGENTS AND EMPLOYEES FROM AND AGAINST ANY AND ALL CLAIMS, SUITS OR CAUSES OF ACTION OF ANY NATURE WHATSOEVER, WHETHER REAL OR ASSERTED, BROUGHT FOR OR ON ACCOUNT OF ANY INJURIES OR DAMAGES TO PERSONS OR PROPERTY, INCLUDING DEATH,RESULTING FROM, OR INANY WAY CONNECTED WITH, THE CONSTRUCTION OF THE IMPROVEMENTS CONTEMPLATED HEREIN, WHETHER OR NOT SUCH INJURIES, DEATH OR DAMAGES ARE CAUSED, IN WHOLE OR IN PART, BY THE ALLEGED NEGLIGENCE OF THE CITY OF FORT WORTH, ITS OFFICERS, SERVANTS, OR EMPLOYEES. FURTHER, DEVELOPER WILL REQUIRE ITS CONTRACTORS TO INDEMNIFY, DEFEND, AND HOLD HARMLESS THE CITY FOR ANY LOSSES, DAMAGES, COSTS OR EXPENSES SUFFERED BY THE CITY OR CAUSED AS A RESULT OF SAID CONTRACTORS' FAILURE TO COMPLETE THE WORK AND CONSTRUCT THE IMPROVEMENTS IN A GOOD AND WORKMANLIKE MANNER, FREE FROM DEFECTS,IN CONFORMANCE WITH THE CFA ORDINANCE, AND INACCORDANCE WITH ALL PLANS AND SPECIFICATIONS. 13. Right to Enforce Contracts City of Fort Worth,Texas Page 6 of 15 Standard Community Facilities Agreement Rev.2/21 Upon completion of all work associated with the construction of the Improvements,Developer will assign to the City a non-exclusive right to enforce the contracts entered into by Developer with its contractors,along with an assignment of all warranties given by the contractors,whether express or implied. Further,Developer agrees that all contracts with any contractor shall include provisions granting to the City the right to enforce such contracts as an express intended third party beneficiary of such contracts. 14. Estimated Fees Paid by Developer; Reconciliation Prior to execution of this Agreement, Developer has paid to the City the estimated cost of administrative material testing service fees, construction inspection service fees,and water testing lab fees in the amounts set forth in the Cost Summary section of this Agreement. Upon completion of the construction of the Improvements, the City will reconcile the actual cost of administrative material testing service fees, construction inspection service fees, and water testing lab fees with the estimated fees paid by Developer. If the actual costs of the fees are more than the estimated payments made by the Developer, the Developer must pay the difference to the City before the Improvements will be accepted by the City. If the actual costs of the fees are less than the estimated payments made by the Developer,the City will refund the difference to the Developer. If the difference between the actual costs and the estimated payments made by the Developer is less than fifty dollars ($50.00),the City will not issue a refund and the Developer will not be responsible for paying the difference. The financial guarantee will not be released by the City or returned to the Developer until reconciliation has been completed by the City and any fees owed to the City have been paid by the Developer. 15. Material Testing The City maintains a list of pre-approved material testing laboratories. The Developer must contract with material testing laboratories on the City's list. Material testing laboratories will provide copies of all test results directly to the City and the Developer. If the Improvements being constructed fail a test, the Developer must correct or replace the Improvements until the Improvements pass all retests. The Developer must pay the material testing laboratories directly for all material testing and retesting. The City will obtainproof from the material testing laboratories that the material testing laboratories have been paid in full by the Developer before the City will accept the Improvements. 16. Notices All notices required or permitted under this Agreement may be given to a parry 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 GPIF CD Office LLC City of Fort Worth 777 Main Street 2260 200 Texas Street Fort Worth, TX, 76102 Fort Worth, Texas 76102 City of Fort Worth,Texas Page 7 of 15 Standard Community Facilities Agreement Rev.2/21 With copies to: City Attorney's Office City of Fort Worth 200 Texas Street Fort Worth, Texas 76102 and City Manager's Office City of Fort Worth 200 Texas Street Fort Worth, Texas 76102 Or to such other address one party may hereafter designate by notice in writing addressed and mailed or delivered to the other party hereto. 17. Right to Audit Developer agrees that, until the expiration of three (3) years after acceptance by the City of the Improvements constructed pursuant to this Agreement, that the City shall have access to and the right to examine any directly pertinent books, documents, papers and records of the Developer involving transactions relating to this Agreement. Developer agrees that the City shall have access during normal working hours to all necessary Developer facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. The City shall give Developer reasonable advance notice of intended audits. Developer further agrees to include in all contracts with Developer's contractors for the Improvements a provision to the effect that the contractor agrees that the City shall,until the expiration of three (3)years after final payment under the contract,have access to and the right to examine any directly pertinent books, documents, papers and records of such contractor, involving transactions to the contract, and further,that City shall have access during normal working hours to all of the contractor's facilities,and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City shall give Developer's contractors reasonable advance notice of intended audits. 18. Independent Contractor It is expressly understood and agreed that Developer and its employees, representative, agents, servants,officers,contractors, subcontractors,and volunteers shall operate as independent contractors as to all rights and privileges and work performed under this Agreement, and not as agents, representatives or employees of the City. Subject to and in accordance with the conditions and provisions of this Agreement, Developer shall have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers. Developer acknowledges that the doctrine of respondeat superior shall not apply as between the City and its officers, representatives, agents, servants and employees, and Developer and its employees, representatives, agents, servants, officers, contractors, City of Fort Worth,Texas Page 8 of 15 Standard Community Facilities Agreement Rev.2/21 subcontractors, and volunteers. Developer further agrees that nothing herein shall be construed as the creation of a partnership or joint enterprise between City and Developer. It is further understood that the City shall in no way be considered a co-employer or a joint employer of Developer or any employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers of Developer. Neither Developer,nor any officers, agents, servants, employees or subcontractors of Developer shall be entitled to any employment benefits from the City. Developer shall be responsible and liable for any and all payment and reporting of taxes on behalf of itself, and any of employees, representatives, agents, servants, officers, contractors, subcontractors,and volunteers. The City, through its authorized representatives and employees, shall have the sole and exclusive right to exercise jurisdiction and control over City employees. 19. Applicable Law; Venue This Agreement shall be construed under and in accordance with Texas law. Venue shall be in the state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. 20. Non-Waiver The failure of the City to insist upon the performance of any term or provision of this Agreement or to exercise any right herein conferred shall not be construed as a waiver or relinquishment to any extent of City's right to assert or rely on any such term or right on any future occasion. 21. Governmental Powers and Immunities. It is understood that by execution of this Agreement, the City does not waive or surrender any of its governmental powers or immunities. 22. Headings The paragraph headings contained herein are for the convenience in reference and are not intended to define or limit the scope of any provision of this Agreement. 23. Severability In the event that any clause or provision of this Agreement shall be held to be invalid by any court of competent jurisdiction, the invalidity of such clause or provision shall not affect any of the remaining provisions hereof. 24. Review of Counsel City and Developer, and if they so choose, their attorneys, have had the opportunity to review City of Fort Worth,Texas Page 9 of 15 Standard Community Facilities Agreement Rev.2/21 and comment on this document;therefore any rule of contract construction or interpretation that would normally call for the document to be interpreted as against the drafting party shall not apply in interpretation of this Agreement, and each section, portion, and provision of this Agreement shall be construed solely on the basis of the language contained therein, regardless of who authored such language. 25. Prohibition on Boycotting Israel Developer acknowledges that in accordance with Chapter 2271 of the Texas Government Code, the City is prohibited from entering into a contract with a company with 10 or more full-time employees that has a value of$100,000 or more that is to be paid wholly or partly from public funds of the City for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company"has the meaning ascribed to those terms by Chapter 2271 of the Texas Government Code. To the extent that Chapter 2271 of the Government Code is applicable to this Agreement, by signing this Agreement, Developer 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 1-9 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'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 City of Fort Worth,Texas Page 10 of 15 Standard Community Facilities Agreement Rev.2/21 The provisions and conditions of this Agreement are solely for the benefit of the City and Developer, and any lawful assign or successor of Developer, and are not intended to create any rights, contractual or otherwise,to any other person or entity. 30. Compliance with Laws, Ordinances,Rules and Regulations Developer, its officers, agents, servants, employees, and contractors, shall abide by and comply with all laws, federal, state and local, including all ordinances, rules and regulations of City. It is agreed and understood that, if City calls to the attention of Developer any such violation on the part of Developer or any of its officers, agents, servants, employees, or subcontractors, then Developer shall immediately desist from and correct such violation. 31. Signature Authority The person signing this Agreement on behalf of Developer warrants that he or she has the legal authority to execute this Agreement on behalf of the Developer, and that such binding authority has been granted by proper order,resolution,ordinance or other authorization of the entity. The 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.2/21 34. Cost Summary Sheet Project Name: Crescent Cultural District Office CFA No.: CFA21-0032 City Project No.: 103100 Items Developer's Cost A. Water and Sewer Construction 1. Water Construction $ 158,205.00 2. Sewer Construction $ 80,147.00 Water and Sewer Construction Total $ 238,352.00 B. TPW Construction 1. Street $ 214,931.43 2. Storm Drain $ 24,250.00 3. Street Lights Installed by Developer $ 315,360.49 4. Signals $ - TPW Construction Cost Total $ 554,541.92 Total Construction Cost(excluding the fees): $ 792,893.92 Estimated Construction Fees: C. Construction Inspection Service Fee $22,250.00 D. Administrative Material Testing Service Fee $1,715.00 E. Water Testing Lab Fee $690.00 Total Estimated Construction Fees: $ 24,666.00 Choice Financial Guarantee Options,choose one Amount Mark one Bond =100% $ 792,893.92 x Completion Agreement= 100%/Holds Plat $ 792,893.92 Cash Escrow Water/Sanitary Sewer= 125% $ 297,940.00 Cash Escrow Paving/Storm Drain= 125% $ 693,177.40 Letter of Credit= 125% $ 991,117.40 City of Fort Worth,Texas Page 12 of 15 Standard Community Facilities Agreement Rev.2/21 IN WITNESS WHEREOF,the City and Developer have each executed this Agreement by their duly authorized signatories to be effective on the date executed by the City's Assistant City Manager. CITY OF FORT WORTH DEVELOPER GPIF CD Office LLC 15"w Br AluJd F Dana Burghdoff( g 30,20 09:38 CDT) Kevin Crum(Aug 27,202110:23 CDT) Dana Burghdoff Kevin Crum Assistant City Manager Senior Vice President Date: Aug 30,2021 Date: Aug 27,2021 Recommended by: LyEl �1 abeef Evelyn Roberts(Aug 27,202116:23 CDT) Evelyn Roberts/Jennifer Ezemack Project Assistant Planning and Development Approved as to Form&Legality: Contract Compliance Manager: Richard�A.McCracken(Aug 30,202108:51 CDT) Richard A. McCracken By signing, I acknowledge that I am the person Sr. Assistant City N/A responsible for the monitoring and M&C No. N/A administration of this contract, including Date: ensuring all performance and reporting requirements. Form 1295: N/A ATTEST: Janie Scarlett Morales Development Manager Ronald P.Gonzales(Aug 30,2 15:0 ) Ronald P. Gonzales ao OR Acting City Secretary o�� F ?�aa ��000000000000 w o g 6. o Y�0 00�=� 0 0° 0 0 oy o00,00000o0 Tb �a�nEX S�aa OFFICIAL RECORD CITY SECRETARY City of Fort Worth,Texas FT.WORTH,TX Standard Community Facilities Agreement Rev.2/21 The following attachments are incorporated into this Agreement. To the extent a conflict exists between the main body of this Agreement and the following attachments, the language in the main body of this Agreement shall be controlling. Included Attachment 0 Attachment 1 - Changes to Standard Community Facilities Agreement ❑ Attachment 2—Phased CFA Provisions ❑ Attachment 3 — Concurrent CFA Provisions 0 Location Map 0 Exhibit A: Water Improvements 0 Exhibit A-1: Sewer Improvements 0 Exhibit B: Paving Improvements 0 Exhibit B-1: Storm Drain Improvements 0 Exhibit C: Street Lights and Signs Improvements 0 Cost Estimates (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Page 14 of 15 Standard Community Facilities Agreement Rev.2/21 ATTACHMENT"I" Changes to Standard Community Facilities Agreement City Project No. 103100 Negotiated changes are contained in the body of the Agreement. City of Fort Worth,Texas Page 15 of 15 Standard Community Facilities Agreement Rev.2/21 00 42 43 DAP-BID PROPOSAL Page 1 46 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid Description Unit Price Bid Value No. Section No. Measure Quantity UNIT I:WATER IMPROVEMENTS 1 0241.1011 Remove 4"Water Line 0241 14 LF 315 $30.00 $9,450.00 2 0241.1013 Remove 8"Water Line 0241 14 LF 45 $30.00 $1,350.00 3 0241.1015 Remove 12"Water Line 0241 14 LF 15 $30.00 $450.00 4 0241.1118 4"-12"Pressure Plug 0241 14 EA 4 $1,000.00 $4 000.00 5 0241.1303 Remove 8"water Valve 0241 14 EA 1 $3,000.00 $3,000.00 6 0241.1512 Salvage 1"Water Meter 0241 14 EA 3 $2,000.00 $6,000.00 7 0241.1514 Salvage 3"Water Meter 0241 14 EA 1 $2,000.00 $2,000.00 8 0241.1518 Salvage 8"Water Meter 0241 14 EA 1 $2,000.00 $2,000.00 9 0241.1602 Remove Concrete Water Vault 0241 14 EA 1 $1,500.00 $1,500.00 10 3305.0109 Trench Safety 3305 10 LF 305 $5.00 $1 525.00 11 3311.0001 Ductile Iron Water Fittings w/Restraint 3311 11 TON 2 $8 000.00 $16,000.00 12 3311.0061 4"PVC Water Pipe 3311 12 LF 50 $60.00 $3,000.00 13 3311.0161 6"PVC Water Pipe 3311 12 LF 95 $70.00 $6 650.00 14 3311.0261 8"PVC Water Pipe 3311 12 LF 16 $80.00 $1 280.00 15 3311.0461 12"PVC Water Pipe 3311 10 LF 1 290 $100.00 $29 000.00 16 3312.0117 Connection to Existing 4"-12"Water Main 33 12 25 EA 4 $2,000.00 $8 000.00 17 3312.2003 1"Water Service 3312 10 EA 1 $2,000.00 $2,000.00 18 3312.2001 1"Water Service, Meter Reconnection 3312 10 EA 1 $2,500.00 $2,500.00 19 3312.2802 4"Water Meter and Vault 3312 11 EA 1 $12 000.00 $12 000.00 20 3312.2803 6"Water Meter and Vault 3312 11 EA 1 $16,000.00 $16,000.00 21 3312.3001 4"Gate Valve 33 12 20 EA 1 $1,000.00 $1,000.00 22 3312.3002 6"Gate Valve 33 12 20 EA 2 $1,500.00 $3,000.00 23 3312.3003 8"Gate Valve 33 12 20 EA 2 $1,800.00 $3,600.00 24 3312.3005 12"Gate Valve 33 12 20 EA 2 $3,000.00 $6 000.00 25 3312.4106 12"x 6"Tapping Sleeve&Valve 33 12 25 EA 2 $8,000.00 $16,000.00 26 0241.101X Remove 3"Water Line 0241 14 LF 30 $30.00 $900.00 27 28 29 43 44 45 46 TOTAL UNIT I:WATER IMPROVEMENTS $158,205.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form V-1on May 22,2019 00 42 43 Crescent Block B Unit Bid R2(Beck Combined 8-5-21) 00 42 43 DAP-BID PROPOSAL Page 2 or6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid Description Unit Price Bid Value No. Section No. Measure Quantity UNIT II:SANITARY SEWER IMPROVEMENTS 1 0241.2013 Remove 8"Sewer Line 0241 14 LF 125 $30.00 $3,750.00 2 0241.2201 Remove 4'Sewer Manhole 0241 14 EA 1 $1,500.00 $1,500.00 3 3301.0002 Post-CCTV Inspection 3301 31 LF 266 $12.00 $3 192.00 4 3301.0101 Manhole Vacuum Testing 3301 30 EA 3 $1 200.00 $3 600.00 6 3305.0109 Trench Safety 3305 10 LF 266 $5.00 $1,330.00 7 3305.0113 Trench Water Stops 3305 15 EA 4 $1,000.00 $4,000.00 a 3305.0116 Concrete Encasement for Utility Pipes 3305 10 CY 18 $225.00 $4,050.00 9 3331.4115 8"Sewer Pipe 3311 10 LF 16 $100.00 $1 600.00 10 3331.4119 8"DIP Sewer Pipe 3311 10 LF 250 $150.00 $37,500.00 11 3339.0001 Epoxy Manhole Liner 33 39 60 VF 5 $325.00 $1 625.00 12 3339.1001 4'Manhole 33 39 10 EA 3 $6 000.00 $18 000.00 13 14 15 16 38 39 40 41 42 43 _ 44 _ 45 TOTAL UNIT II:SANITARY SEWER IMPROVEMENT-1 $80,147.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form V-1on May 22,2019 00 42 43 Crescent Block B Unit Bid R2(Beck Combined 8-5-21) 00 42 43 DAP-BID PROPOSAL Page 3 of 6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid Description Unit Price Bid Value No. Section No. Measure Quantity UNIT III: DRAINAGE IMPROVEMENTS 1 0241.3013 Remove 18"Storm Line 0241 14 LF 230 $50.00 $11,500.00 2 3305.0109 Trench Safety 3305 10 LF 50 $5.00 $250.00 3 3341.01 OX 18" RCP, Class IV 3341 10 LF 50 $250.00 $12 500.00 4 5 6 7 8 9 10 11 40 41 42 43 44 45 TOTAL UNIT III:DRAINAGE IMPROVEMENTA $24,250.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form V-1on May 22,2019 00 42 43 Crescent Block B Unit Bid R2(Beck Combined 8-5-21) 00 42 43 DAP-BID PROPOSAL Page 4 or6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid Description Unit Price Bid Value No. Section No. Measure Quantity UNIT IV: PAVING IMPROVEMENTS 1 0241.0100 Remove Sidewalk 0241 13 SF 1150 $5.00 $5,750.00 2 0241.0600 Remove Wall<4' 0241 13 LF 110 $80.00 $8,800.00 3 0241.1000 Remove Conc Pvmt 0241 15 SY 500 $25.00 $12 500.00 4 0241.1100 Remove Asphalt Pvmt 0241 15 SY 155 $20.00 $3 100.00 5 0241.1200 Remove Brick Pvmt 0241 15 SY 52 $20.00 $1,040.00 6 0241.1300 Remove Conc Curb&Gutter 0241 15 LF 200 $10.00 $2,000.00 7 0241.1506 2"Surface Milling 0241 15 SY 167 $20.00 $3,340.00 8 3201.0127 10'Wide Asphalt Pvmt Repair,Arterial 3201 17 LF 149 $15.00 $2 235.00 9 3201.0616 Conc Pvmt Repair,Arterial/Industrial 3201 29 SY 490 $81.00 $39,690.00 10 3211.0400 Hydrated Lime 3211 29 TN 6.88 $186.19 $1 280.99 11 3211.0501 6"Lime Treatment 3211 29 1 SY 430 $9.00 $3 870.00 12 3212.0302 2"Asphalt Pvmt Type D 3212 16 SY 167 $50.00 $8 350.00 13 3213.0103 8"Conc Pvmt 32 13 13 SY 100 $73.53 $7 353.00 14 3213.0301 4"Conc Sidewalk 32 13 20 SF 1755 $8.56 $15 022.80 15 3213.0402 7"Concrete Driveway 32 13 20 SF 1208 $6.84 $8 262.72 16 3213.0501 Barrier Free Ramp,Type R-1 (Special) 32 13 20 EA 1 $1 100.00 $1 100.00 17 3213.03XX Brick Paver sidewalk 32 13 20 SY 75 $248.04 $18 603.00 18 3214.0200 Brick Pvmt Repair 32 14 16 SY 52 $144.81 $7,530.12 19 3216.0101 6"Conc Curb and Gutter 32 16 13 LF 620 $40.49 $25 103.80 20 3293.0104 Plant 4"Tree 32 93 43 EA 15 $1,000.00 $15,000.00 21 3441.4110 Remove and Reinstall Sign Panel and Post 3441 30 EA 2 $500.00 $1,000.00 22 3471.0001 Traffic Control 3471 13 MO 3 $8 000.00 $24 000.00 23 24 25 26 27 45 46 TOTAL UNIT IV: PAVING IMPROVEMENTS $214,931.43 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form V-1on May 22,2019 00 42 43 Crescent Block B Unit Bid R2(Beck Combined 8-5-21) 00 42 43 DAP-BID PROPOSAL Page 5 46 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid Description Unit Price Bid Value No. Section No. Measure Quantity UNIT IV:STREET LIGHTING IMPROVEMENTS 1 2605.3015 2"CONDT PVC SCH 80(T) 26 05 33 LF 1183 $30.46 $36,034.18 2 3441.1408 NO 6 Insulated Elec Condr 3441 10 LF 6703 $2.77 $18,567.31 4 3441.1502 Ground Box Type B,w/Apron 3441 10 EA 9 $3 934.00 $35 406.00 5 3441.1771 Furnish/Install 120-240 Volt Single Phase 3441 20 EA Metered Pedestal 1 $7,582.00 $7,582.00 6 3441.3002 Rdwy Ilium Assmbly TY 8,11, D-25, and D- 3441 20 EA 30 1 $11873.00 $11873.00 3441.3003 Rdwy Ilium Assmbly TY 18,18A,19, and D- 3441 20 7 40 EA 1 $12,079.00 $12,079.00 8 3441.3050 Furnish/Install LED Lighting Fixture(70 watt 3441 20 EA ATBO Cobra Head) 1 $9 953.00 $9 953.00 9 3441.3051 Furnish/Install LED Lighting Fixture(137 3441 20 EA watt ATB2 Cobra Head) 1 $10,289.001 $10,289.00 10 9999.0004 Furnish/Install Pedestrian Sreet Light Linea 00 00 00 EA Dual Arm Pole Ped. LN800/450 12 $4 616.00 $55 392.00 11 9999.0006 Furnish/Install Pedestrian Sreet Light Linea 00 00 00 EA Sin Ie Arm Pole Ped. LN450 5 $4,415.00 $22,075.00 12 9999.0007 Furnish/Install LED Lighting Fixture 00 00 00 EA Pedestrian Street Li ht 72 watt 5 $3,862.00 $19,310.00 13 9999.0008 Furnish/Install LED Lighting Fixture 00 00 00 EA Pedestrian Street Light 216 watt 12 $6,400.00 $76,800.00 14 15 16 17 18 38 39 40 TOTAL UNIT IV: PAVING IMPROVEMENTS $315,360.49 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form V-1on May 22,2019 00 42 43 Crescent Block B Unit Bid R2(Beck Combined 8-5-21) 00 42 43 DAP-BID PROPOSAL Page 64 6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid Description Unit Price Bid Value No. Section No. Measure Quantity Bid Summary- UNIT I:WATER IMPROVEMENTS $158,205.00 UNIT II:SANITARY SEWER IMPROVEMENTS $80,147.00 UNIT III: DRAINAGE IMPROVEMENTS $24,250.00 UNIT IV: PAVING IMPROVEMENTS $214,931.43 UNIT IV:STREET LIGHTING IMPROVEMENTS $315,360.49 Total Construction Bid 1 $792,893.92 This Bid is submitted by the entity named below: BIDDER: BY:Jennifel-Siehling HCBeck,Ltd. vI( 810 Hemphill St. Fort Worth,TX 76104 TITLE: Senior Project Manager DATE: 8/11/2021 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 90 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 SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form V-1on May 22,2019 00 42 43 Crescent Block B Unit Bid R2(Beck Combined 8-5-21) r\e lrk o a Memor ald Pa SHAMROCK 0o Cemetery CULLEN Y 0. 6 Hebrew SHOTT o LL w Cemetery TILLAR > a Qf WHITE S TTLEMENI onticello �� Q - M NTICELL0 Par J� �,� w w WHITMORE CO Cr Q WEISENB RGER Q PROJECT LOCATION �� IT 1--- z w� WING TE7-1 A` s o- E Par A River w ILTO v) w w D MERCE ES Crest 3 o Q 9� z � � MERRIM C ount y = w U a � J 5TH Club ``' = J O O 0_ m U W 3 7 TH m z O W7TH C-) o / Q MODLIN —TNT HSC C° 'L Tr ATTIS N CRO KETT J � BUNTI G J = �/�1 J DARNEL MORTON �� w CLA KE m 0 �S BLE SOE LL J O Q zo w o Univ = :r Crest :2 I- w a North Texas o -itry Club oz > m Py ealth Science= ow _ �1 Center TO GA CRESTLINE / Q w v IJJ WASH URN o / � w w o HARLE w _ m UJ L FAYE TE Ln N L FA ETT >- o Trinity Park DEX R a� 0 1n BRYCE } U BRY E F- F- o cn u) BYERS V) o VICINITY MAP NOT TO SCALE w CRESCENT CULTURAL DISTRICT OFFICE N CPN 103100 a MAPSCO NO TAR-076A v 21111111111, PDIF CD OFFICE LLC. ~ DUNAWA 200 CRESCENT COURT, SUITE 250 FORT WORTH, TEXAS z 550 Bailey Avenue•Suite 400•Fort Worth,Texas 76107 Tel:817.335.1121 o (TX REG.F-11141 w O a I I II I \\ \ X III toa �=; w ^ � ® \ cn I i C)J \ � I ❑ c, d \ -z_ \ ��� w w 9m 3 Z J O \ �X \ > j Q cr- J Lf 1 N3n3E d3 aO3NO ,01 oL�j z \ N Z CL I �J �, U 441 S � Z Lul Lcjt-i OQU CL- O� �� ��� o �O �oLU �o U �� �crcn �QO O OLU cn O U C) o Cl-� C) O ° O ry � � Ocr- Z mZ � cn N O� ti U' J Ln (4 CL �� O � � El� M — ,9-Xl — — — - _ X —= 9 — �ll 3�dJIOIdS91N Y d 3dONOO (Avwdo 9 .0S) M NbJn 1 0 NVA U33d 3NVnOS 000'Zs) 33d 3avnos BL9'9S U U l wk O ULL O I I S3?JOH bG L'L S3210S'LO£'L fav ?Z 5 NOOlB Jl lOf SNOOl9'?'io, !� bL0£OL'ON-f021d,1110 bL0£000N'fOdd A110 Z�Lu I S1N3WA0?Jd WI 011end 1N3OVfOV S1N3Wl\Obd W10119nd 1N30V �n N W (./) J o o Q H Uw � WLn am cn a Z U Q LU J Q W 1L w w W N w J LL H Cp 3 `L U F--� H D O = t _ �! p�az � U � r,T �,L = Wo LL O ~ Q O U O �LL mew z m U � " Hag u � Lu w _ Q LL w 0 = W Q LLL > C m (of D U w x G U ro 0 w N 6n^p'PllVM\s;!giyx3\VjO\sleT7!wgnS/,;!O\LTO\aauapuadsa33Nl\St ZT008\00ZT00\OOSuoia:)npad\:6:H-LVd]IId WV 96:6:1V TZOZ'TZ Ain['/epsaupaM:NO uosnbjaj u2glLN 4.8 O3J1Old N I \ \\ I Qc, N I w I \\ z Q ° w I � $ z \ \\ w m w mj \ \\qEz „Na \\ , o I I I w \\ w o, Cow a J \\ oCn Q BARDEN STREET � o \\ (VARIABLE WIDTH RIGHT-OF-WAY) \ CONCRETE PAVEMENT \ EX-12"W O� 3 \ SQa 'g�8a \ o II co \ N � � I III �� oa� oJ \ \\ c� w �� oc III a J tz Q _ oQ 11 � w Z oQ �� \ \\ U � o \\ LL o C) W \\ O " cc o I � � wl I� ❑ � \ w w U U Qm3 Q LLJU O L'i -<� N 'g K (`C D 2 O Q p Q v �, CL S �ce CO > O wLU rl U a m w Q w U- w o 0 w J U- p 3 w _ U o 00 DC V o � 2QLU U ' u 11 X U V)Ln • ~`� a �— w z LL' o � � � Q DC a U 1 m 11 m W) 6n^p'?JMSS\s;!giyx3\VjO\sleT7!wgnS/,;!O\LTO\aOuapuadsajjol\St ZT008\OOZTOo\OOSuoi;Onpad\:6:H-LVd]IIj WV S6:6:1V TZOZ'TZ Ain['/epsaupaM:NO uosn6jaj u2glLN 4.8 03J1Old Jill I II I \\ \ 3 I I j m,z O o g w , I ® C)C) O C \\ �Q \\\ \ W $ I \\ \\\ r� cn _ dw 1N-3W�SVJ V0JNO ,0l � H Z W 6 41 41 � p U Lj C) U m ao Q- \\ Cl-p X C)C p L'i of LU LQ v U O � U \\\ cn cn �Q \ �o 00 0� 0 o� _ �a �� �Q M 3 d NOId S91N3 3i Vd 313dONOO LAY- (AtlM-30- 9 .OS) M Nbfl I Nt1/\ — — — F Fo� U33J 3NVnOS 000'ZS) 133J 3dVnOS 6L9'7 I I SA?ov GL'L S3dOV LO£'L S NOOIS JL IM SNOON'dZ iol LL .L0£0 L'ON-rO d,UIO bL0£OL'ON rOdd A110 S1N3AAO?dAl 011end 1N3OVrGV S1NAHAObd AI 011und 1N3OVfatl O J O !11 � o N z Q H J D Q / U X L X Q w LL o LU LJJ cn w J LL H O 3 IL U H H D t z L— calL = _ u O M N LU LL 0 Q p °C ~ U O z �cD w m U V) . � = U U o~c — t/) - O rL LL Q w O = LLI Q LL `m (D V LL x u <' � U m N w 111ca 6MP'ONIAVd\s;!giyx3\VAD\sleT7!wgnS/,;!O\LTO\a3uapuadsaJJoD\St ZT038\03ZT03\aOSuo!lDnpad\:6:H-LVd]IId WV S6:6:1V TZOZ'TZ Ain['/epsaupaM:NO uosn6Jaj uey;eN 4.8 O3J1Old I III \ \\ I I II I \ \\ \ AD G pjp,�Fl LU cn 7 s- \\ v � w oar \� w ow < " \\ \\ c) � 3 QjCL- o \� LN— 1N3W3SV3 a03N0 ,01 \\\ - - - - � � - LJ 101111 N3 3i Vd 31111 N00 " (AVM-JP O .OS) M NUn I 0 NVA „ (133J 3avnos 00a'ZS) 1331 3,mos 6L9'9S I I S3210V 66 L'L S3?J'JV 60f'I S JIOOl9'?J l 101 5 N00�3 T z iol VL0E0 l'ON TOW,UIO "OE0L'ON'ro?J A110 91NAKAOJdWI onand 1N30VrGV S1N3VVAOMl 01l3fld 1N30VrGV i O J O o N z a H U Lu = _U a � t w J Lnn X m LL w o LL w ULU 0 O = 3 Na z LL = U mo `e!2 LU c Q p � � c ~ U0z �w `^ 0z � _ DC wu N u U w x p U V) cr- ro~ = v LU cn — O Q — w 0 ~ w LL of p = 1 L (D u U m N 111 W) bmp•WbOlS\s;!giyx3\VAD\sleT7!wgnS/,;!O\LTO\a3uapuadsaJJoD\St ZTO08\OOZTOO\OOSuo!lDnpad\:6:H1Vd]IId WV S6:6:1V TZOZ'TZ Ain['/epsaupaM:NO uosn6Jaj u2glLN 4.8 O3J1Old Jill I II I \\ \ z. �= oa w I - � I �o ❑ ❑ \\\\ \ w $U I \\ \\ mow/ Q \ LL rN W Q W r \ 00 �5 w iLU LL# \\ M � � 3�d NO 91N3 3i Vd 313dON0 (AtlM-30- 9 .0S) M Nbfl 110 NVA ss U33J 3NVnOS 000'ZS) 133J 3dVnOS 6L9'9S I I SA?ovH u'L S321OV LOE'L 8 JIOOlB'b L 10� S N30,B'21Z io, bZCEo L'ONTOdd,UIO bLKWON I'OUd Alq S1N3AAO?dffl 011end 1N3OVf OV S1NAHAObd Al 01 19nd 1N3OVf0V Q z �" � in z !� o z LU Q N z Q 'o C� Q LU Q JLn W o 0 o r-I tJ'� V a t w wV) X �7 ° o �o � UzWTwo 0 IL W W = o =o = LL H 3 t� 5 O Q Quo z m V z zU � z � � L„N oa w a w 0 LU W ' m > 0 (D a v J I W UC co ro L 111 L 6n^P'ONIlHOII J33TllS\s;!giyx3\VAD\sleT7!wgnS/,;!O\LTO\aauapuadsaJJoD\StZT008\00ZT00\OOSuoia:)npad\:6:H1tld]IId WV S6:6:1V TZOZ'TZ AInd'/epsaupaM:NO uosn6Jaj uegaeN 4,9 03J1O1d