Loading...
HomeMy WebLinkAboutContract 57532 Received Date: May 10,2022 Received Time: 4:57 pm 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(a,Lennar.com Authorized Signatory,Title: Jennifer Eller,Authorized Agent Project Name: Madero Phase 3 Brief Description: Water, Sewer,Paving, Storm Drain, Street Lights Project Location: North of Rancho Canyon Way,West of Equine Trail Plat Case Number: FP-22-017 Plat Name: Tmadero Phase 3 Mapsco: 05-C Council District: 7 CFA Number: CFA22-0001 City Project Number: 1034801 IPRC21-0135 OFFICIAL RECORD CITY SECRETARY FT.WORTH, TX City of Fort Worth,Texas Page 1 of 19 Standard Community Facilities Agreement Rev.9/21 City Contract Number: 57532 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 Madero Phase 3("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 out 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 exists between the terms and conditions of this Agreement and the CFA Ordinance,the CFA Ordinance shall control. City of Fort Worth,Texas Page 2 of 19 Standard Community Facilities Agreement Rev.9/21 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: ❑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 I — 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 19 Standard Community Facilities Agreement Rev.9/21 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 19 Standard Community Facilities Agreement Rev.9/21 (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) Developer will require Developer's contractors to provide the City with payment and performance bonds naming the City and the Developer as dual obligees, in the amount of one hundred percent (100%) of the cost of the Improvements as required by the CFA Ordinance. The payment and performance bonds shall guarantee construction of the Improvements and payment of all subcontractors and material suppliers. Developer agrees to require Developer's contractors to provide the City with a maintenance bond naming the City as an obligee, in the amount of one hundred percent(100%) of the cost of the Improvements, that guarantees correction of defects in materials and workmanship for the Improvements by the contractor and surety for a period of two (2)years after completion and final acceptance of the Improvements by the 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. City of Fort Worth,Texas Page 5 of 19 Standard Community Facilities Agreement Rev.9/21 11. Easements and Rights-of-Way Developer agrees to provide,at its expense,all necessary rights-of-way and easements required for the construction and dedication to the City of the Improvements provided for by this Agreement. 12. Liability and Indemnification (a) DEVELOPER HEREBY RELEASES AND AGREES TO INDEMNIFY, DEFEND AND HOLD THE CITY HARMLESS FOR ANY INADEQUACIES IN THE PRELIMINARY PLANS, SPECIFICATIONS, ENGINEERING PLANS, AND COST ESTIMATES SUPPLIED BY THE DEVELOPER FOR THIS AGREEMENT. (b) THE DEVELOPER COVENANTS AND AGREES TO,AND BY THESE PRESENTS DOES HEREBY FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY, ITS OFFICERS,AGENTS AND EMPLOYEES FROM ALL SUITS,ACTIONS OR CLAIMS OF 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 FAILURE TO PROPERL Y SAFEGUARD THE WORK, OR ONACCOUNT OF ANY ACT,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 City of Fort Worth,Texas Page 6 of 19 Standard Community Facilities Agreement Rev.9/21 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 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 obtainproof from the material testing laboratories that the material testing laboratories have been paid in full by the Developer before the City will accept the Improvements. 16. Notices All notices required or permitted under this Agreement may be given to a party by hand- delivery or by mail, addressed to such party at the address stated below. Any notice so given shall be deemed to have been received when deposited in the United States mail so addressed with postage prepaid: CITY: DEVELOPER: Development Coordination Office Lennar Homes of Texas Land and Construction, Ltd. City of Fort Worth 1707 Marketplace Blvd, Suite 100 200 Texas Street Irving, TX, 75063 Fort Worth, Texas 76102 City of Fort Worth,Texas Page 7 of 19 Standard Community Facilities Agreement Rev.9/21 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 19 Standard Community Facilities Agreement Rev.9/21 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 19 Standard Community Facilities Agreement Rev.9/21 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"have the meanings 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. Prohibition on Boycotting Energy Companies Developer acknowledges that in accordance with Chapter 2274 of the Texas Government Code,as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2,the City is prohibited from entering into a contract for goods or services that has a value of$100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meanings ascribed to those terms by Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2. To the extent that Chapter 2274 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 energy companies; and (2) will not boycott energy companies during the term of this Agreement. 27. Prohibition on Discrimination Against Firearm and Ammunition Industries Developer acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code,as added by Acts 2021,87th Leg.,R.S.,S.B. 19, § 1,the City is prohibited from entering into a contract for goods or services that has a value of$100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not have a practice,policy, guidance, or directive that discriminates against a firearm entity or firearm trade association;and(2)will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code,as added by Acts 2021, 87th Leg.,R.S., S.B. 19, § 1. To the extent that Chapter 2274 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 have a practice,policy, guidance, or directive that discriminates against a firearm City of Fort Worth,Texas Page 10 of 19 Standard Community Facilities Agreement Rev.9/21 entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. 28. 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. 29. 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. 30. 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. 31. 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. 32. 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. 33. Signature Authority City of Fort Worth,Texas Page 11 of 19 Standard Community Facilities Agreement Rev.9/21 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. 34. Counterparts This Agreement may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. 35. 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 12 of 19 Standard Community Facilities Agreement Rev.9/21 36. Cost Summary Sheet Pro]ect Name: Madero Phase 3 CFA No.: CFA22-0001 City Project No.: 103480 IPRC21-0135 Items Developer's Cost A. Water and Sewer Construction 1. Water Construction $ 787,945.00 2.Sewer Construction $ 798,810.00 Water and Sewer Construction Total $ 1,586,755.00 B. TPW Construction 1.Street $ 1,297,447.50 2.Storm Drain $ 943,384.00 3.Street Lights Installed by Developer $ 193,540.00 4. Signals $ - TPW Construction Cost Total $ 2,434,371.50 Total Construction Cost(excluding the fees): $ 4,021,126.60 Estimated Construction Fees: C. Construction Inspection Service Fee $62,500.00 D. Administrative Material Testing Service Fee $20,335.00 E. Water Testing Lab Fee $2,100.00 Total Estimated Construction Fees: $ 84,936.00 Choice Financial Guarantee Options,choose one Amount Mark one Bond= 100% $ 4,021,126.50 x Completion Agreement= 100%/Holds Plat $ 4,021,126.50 Cash Escrow Water/Sanitary Sewer= 125% $ 1,983,443.75 Cash Escrow Paving/Storm Drain= 125% $ 3,042,964.38 Letter of Credit= 125% $ 5,026,408.13 City of Fort Worth,Texas Page 13 of 19 Standard Community Facilities Agreement Rev.9/21 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 Lennar Homes of Texas Land and Construction, Dana Laahcl� Ltd. Dana Bur 9 38 CDT) gn__'►j A Dana Burghdoff Jennifer Eller(May 6,202213:33 CDT) Assistant City Manager Jennifer Eller Authorized Agent Date: May 9,2022 Date: May 6,2022 Recommended by: yonnifor Ezernack Jennifer Ezernack(May 6,2022 13:34 CDT) Jennifer Ezernack Contract Compliance Specialist Planning and Development Approved as to Form &Legality: Richard A.McCracken(May 9,202210:15 CDT) Contract Compliance Manager: Richard A.McCracken Sr.Assistant City Attorney By signing, I acknowledge that I am the person M&C No. responsible for the monitoring and Date: May 9,2022 administration of this contract,including ensuring all performance and reporting Form 1295: requirements. ATTEST: q�ao�nn CJ� �c2�2 ` 2� by �R ��TT J ie Scarlett Morales(May 9,2022 08:50 CDT) A, °°0000°° sl`( Tgnnette S. Goon%// �� '°°-pads Janie Scarlett Morales Jannette S.Goodall(May 10,202209:34 CDT) ��8 °o��d Development Manager Jannette S. Goodall vg 02 City Secretary �pa„�o Aj °° ° o nEXpSo�,o, OFFICIAL RECORD CITY SECRETARY FT.WORTH, TX City of Fort Worth,Texas Page 14 of 19 Standard Community Facilities Agreement Rev.9/21 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 ❑X Attachment 1 -Changes to Standard Community Facilities Agreement ❑ Attachment 2—Phased CFA Provisions ❑X 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 15 of 19 Standard Community Facilities Agreement Rev.9/21 ATTACHMENT"1" Changes to Standard Community Facilities Agreement City Project No. 103480 None City of Fort Worth,Texas Page 16 of 19 Standard Community Facilities Agreement Rev.9/21 ATTACHMENT "3" Concurrent CFA Provision City Project No.103480 The improvements being constructed by Developer pursuant to this Agreement will connect to improvements being constructed by GBTM SENDERA, LLC, under a separate Community Facilities Agreement, City Secretary Contract No. 57494 (hereinafter the "Separate CFA"). Developer has requested and the City has agreed to allow Developer to begin the construction of the improvements contained in this Agreement before the improvements being constructed under City Secretary Contract No. 57494 are completed and accepted by the City. Therefore, this Agreement shall be considered a "Concurrent CFA" and the provision contained in this Attachment shall apply to this Agreement. The improvements being constructed under the Separate CFA shall be defined as the "Primary Project." The improvements being constructed by Developer under this Agreement shall be defined as the "Secondary Project." Developer acknowledges and agrees that due to Developer's election to construct a Concurrent CFA,the potential exists for technical, delivery, acceptance or performance problems (hereinafter "Construction Problems"). Construction Problems may include, but are not limited to: failure of the improvements to comply with the approved plans or City Specifications; failure of the improvements in the Primary Project and the Secondary Project to properly connect to each other;changes to the design or construction of the improvements in the Primary Project that impact the design and construction of the improvements in the Secondary Project; construction delays, delay claims,or claims for liquidated damages; increased costs for the Developer or the developer of the Primary Project; failure of the improvements to pass inspection or material testing; or rejection by the City of some or all of the improvements and Developer or the developer of the Primary Project having to remove and reconstruct the improvements at the expense of Developer, developer of the Primary Project, or both. In addition, Developer understands and agrees that disputes may arise between the contractors or subcontractors for the Primary Project and the contractors or subcontractors for the Secondary Project relating to responsibility for the Construction Problems. Developer shall be solely responsible for resolving disputes between contractors, disputes between contractors and subcontractors and disputes between Developer and the developer of the Primary Project. Developer acknowledges and certifies that Developer has entered into a written agreement with the developer of the Primary Project and said agreement: (1) provides Developer with any access needed through property owned by the developer of the Primary Project; (2)that Developer and the developer of the Primary Project shall resolve all disputes regarding the design and City of Fort Worth,Texas Page 17 of 19 Standard Community Facilities Agreement Rev.9/21 construction of the Primary Project and the Secondary Project;and(3)the developer of the Primary Project will notify Developer of any all changes to the design or construction of the improvements in the Primary Project, including any field changes. Developer further acknowledges and agrees that Developer has notified all of Developer's contractors for the Project that Developer has elected to construct a Concurrent CFA, the provisions of this Attachment,the risks associated with a Concurrent CFA, and that the City shall not bear any responsibility for construction of the improvements or Developer's decision to proceed with a Concurrent CFA. Developer shall not make the final connection of the improvements in the Secondary Project to the improvements in the Primary Project until the improvements in the Primary Project have been constructed and accepted by the City and the City has consented to Developer making the connection. Developer agrees that by electing to execute a Concurrent CFA,Developer waives the right to use a completion agreement as the form of financial guarantee for the Project. Developer agrees that if this Agreement is for improvements relating to the construction,renovation or modification of one or more single family residential homes or structures,the City will not record the plat related to the Project until the improvements are constructed and accepted by the City. Developer agrees that if this Agreement is for improvements relating to the construction,renovation or modification of one or more commercial buildings or structures,the Developer shall not receive a Certificate of Occupancy from the City for the building(s) related to the Project until the improvements in this Agreement are constructed and accepted by the City. Developer further understands and agrees that completion of the improvements under this Agreement does not entitle Developer to obtain a final plat of the property until all other requirements of Federal law, State law, or the City Code relating to the filing and recording of a final plat have been met by Developer. BY CHOOSING TO CONSTRUCT A CONCURRENT CFA, DEVELOPER ASSUMES ALL RISKS AND DEVELOPER SHALL BE LIABLE AND RESPONSIBLE FOR ANYAADALL DAMAGES,INCL UDING B UT NO T LIMITED TO,ANYAADALL ECONOMIC DA MA GES,PROPERTYLOSS,PROPERTYDAMAGESAAD PERSONA L INJURY(INCLUDING DEATH), OFANYKIND OR CHARACTER, WHETHER REAL ORASSERTED. DEVELOPERHEREBYEXPRESSLYRELEASESANDDISCHARGES CITY FROM ANY AND ALL LIABILITY FOR DAMA GES, INCL UDING, BUT NOT LIMITED TO, ANY AND ALL ECONOMIC DAMAGES, PROPERTY LOSS, PROPERTY DAMAGE AND PERSONAL INJURY (INCLUDING DEATH) ARISING OUT OF OR IN CONNECTION WITH, DIRECTLY OR INDIRECTLY, THE CONSTRUCTION OF THE IMPROVEMENTS OR DEVELOPER'S DECISION TO CONSTRUCT A CONCURRENT CFA. DEVELOPER, AT ITS SOLE COST AND EXPENSE,AGREES TOANODOESHEREBYINDEMNIFY,DEFEND,PROTECT,AND HOLD HARMLESS CITY, AND CITY'S OFFICERS, REPRESENTATIVES, AGENTS, City of Fort Worth,Texas Page 18 of 19 Standard Community Facilities Agreement Rev.9/21 EMPLOYEES,AND SERVANTS FOR,FROMAND AGAINSTANYAND ALL CLAIMS (WHETHER AT LA W OR INEQUITY), LIABILITIES, DAMAGES(INCLUDING ANY AND ALL ECONOMIC DAMAGES, PROPERTY LOSS, PROPERTY DAMAGES AND PERSONAL INJURIES INCL UDING DEATH),LOSSES,LIENS, CAUSES OFACTION, SUITS,JUDGMENTSAND EXPENSES(INCLUDING,BUT NOT LIMITED TO, COURT COSTS, ATTORNEYS'FEES AND COSTS OF INVESTIGATION), OF ANY NATURE, KIND OR DESCRIPTION ARISING OR ALLEGED TO ARISE BY OR IN ANY WA Y RELEATED TO CONSTRUCTION OF THE IMPROVEMENTS OR DEVELOPER'S CHOICE TO CONSTRUCT A CONCURRENT CIA, OR (2) BY REASON OF ANY OTHER CLAIM WHATSOEVER OF ANY PERSON OR PARTY OCCASIONED OR ALLEGED TO BE OCCASIONED IN WHOLE OR INPART BY THE CONSTRUCTION OF THE IMPROVEMENTS OR DEVELOPER'S CHOICE TO CONSTRUCT A CONCURRENT CFA, WHETHER OR NOT SUCHINJURIES, DEATH OR DAMAGES ARE CA USED, IN WHOLE OR IN PART, BY THE ALLEGED NEGLIGENCE OF THE CITY OF FOR T WORTH,ITS OFFICERS, SERVANTS, OR EMPLOYEES. By signing below, Developer certifies that all statements contained in this Attachment"3" Concurrent CFA Provision are true and correct. DEVELOPER Lennar Homes of Texas Land and Construction,Ltd. qnn�!j "`Z Jennifer Eller(May 9,2022 09:31 CDT) Jennifer Eller Authorized Agent Date: May 9,2022 City of Fort Worth,Texas Page 19 of 19 Standard Community Facilities Agreement Rev.9/21 O CD (.0 O00 4 CD co Li- li,i z J � � a Li- V) o � � o � Q r" ca x o Uaa = 2i2i N13 w o *(18 kVC1 N H o v v cu a W o o a CD 0 2 2 3 (0U) 0 a = U � w -< � o'� o _-) � a Z� � U o�� OD O �� o L J J C J a a � 2O N U J�P V X z a m W C) LLJI v � � OwOF- m N 0- W N7 O00 LJO Q J ��U n Ln a.l W O (/7(/7^ Q wowy� p Q Q U_ zzz n ZwZ ua}}ag Iaiuo0 'Wd 0£:1 ZZOZ/£Z/£ '6Mp•ld—dow (I!U!O!A —yd0\l asoyd }SQM oJapuaS\`dd0 S9ti\ONbI 004\ZlLO\ONHI—X1N\:S EXISTING 30" DIP NSIII 1� ri WATER LINE CPN. 101500 N� X-25279 SCALE:1" = 200' 1 2 3 4 5 6t68 9 10 11 1 2 13 16 r� 15 ;� 1 NARANJOS DRIVE 8"WL8 1/4— 15 13 27 26 25 24 23 22 21 20 19 18 17 16 4c 14 0 12 1A 10 13 N o 11 � 1 2 3 4 5 6 7 8 9 10 11 12 11 It f 10 12 9 CENCERRO LANE B" WL2 1 3 20 �z Ro ENE 14 I CENCER 21 24 23 22 21 20 12 11 10 9 8 7 19 0 15 20 1 2 19 r 1 16 18 �' 1 2 3 4 5 6 I 17 I ¢ 2 3 0 �' 18 2 17 3 . 8.. WL BEL MERES STREET 4 No 17 3 16 � 4 Is 5 5 16 4 15 6 15 5 14 6 w 3 7 14 6 13 Q 7 a 8 13 7 12 w 8 3 a EXISTING 30" DIP NSIII 9 9 12 8 11 WATER LINE I CPN. 101500 zo 10 11 9 10 I X-25279 " 3 10 z 15 8"WL3 MOONSHINE DRIVE 11 LEGEND a PROPOSED WATER LINE a 12 13 14 15 16 17 18 19 20 21 22 ¢j EXISTING WATER LINE a t+S LIMITS OF PROJECT 3 W W RANCHO CANYON WAY W W WATER NOT EXISTING INFRASTRUCTURE EXISTING 24" DIP NSIV I EXHIBIT 'A' 16" NSIV WATER LINE R LINE CPNWAT. 00635 RANCHO CANYON WAY 30—INCH X-19722 J NSIV WATER MAIN PLAN SET (PROJECT IN DESIGN) NOT EXISTING INFRASTRUCTURE 30" NSIV WATER LINE Ll _U LL RANCHO CANYON WAY 30—INCH NSIV WATER MAIN PLAN SET MADERO OWNED/DEVELOPED BY: (PROJECT IN DESIGN) LENNAR HOMES OF TEXAS EXISTING SENDERA PHASE 3 LAND AND CONSTRUCTION, LTD. RANCH PUMP STATION CITY PROJECT NO. 103480 1707 MARKET PLACE BLVD., SUITE 100 IRVING, Texas 75063 ��� KYLE DICKERSON MADERO LJA En �neerin Inc. PHONE: (469) 587-5206 FUTURE PHASE 1 g" g' CPN 103479 6060 North Central Expressway Phone 469.621.0710 Suite 400 Dallas, Texas 75206 FRN - F-1386 N SCALE:1" = 200' 1 13T4 5 6 7 8 9 10 11 12 13 16 2 15 8" LINE G a 1 1/ W NARANJOS DRIVE 15 13 *13 27 26 25 24 23 22 21 20 19 18 17 16 12 N 14 4 GRBK Q 13 = EDGEWOOD 11 r 1 2 3 4 5 6 7 8 9 10 11 12 b 11 LLC 10 CENCERRO LANE 12 9 10" LNE A 5 A 14 / RRo ENE 24 23 22 21 20 I 12 11 10 9 87 2115 19 / 1 20 1 2 19 1 18 W 1 2 3 4 5 6 17 I 2 3 1 8 BEL MERES STREET 3 2 17 15" uN§ F c 4 17 3 16 4 18 Rio 5 5 16 4 15 J a 6 15 5 14 6 a v w N a Z 7 14 9 1 6 13 a 7 0 I 3 8 13 °D Z 7 12 8 J w m 9 12 r 8 11 9 ? �0 1 1 9 10— 10 — z I 8" LINE B LEGEND a O a 712 T i bMOONSHINE DRIVE L6 PROPOSED SAN SEWER 13 14 15 16 17 18 19 20 21P N FLOW DIRECTION 3 EXISTING SAN SEWER LIMITS OF PROJECT RANCHO CANYON WAY WASTEWATER NOT EXISTING INFRASTRUCTURE MADERO PHASE 1 CPN 103479 EXHIBIT 'A-l' � (PROJECT HAS RECEIVED IPRC PLAN APPROVAL) MADERO OWNED/DEVELOPED BY: PHASE 3 LENNAR HOMES OF TEXAS CITY PROJECT NO. 103480 LAND AND CONSTRUCTION, LTD. MADERO 1707 MARKET PLACE BLVD., SUITE 100 FUTURE PHASE 1 /�� IRVING, Texas 75063 LJA Engineering, Inc. Lr KYLE DICKERSON CPN 103479 PHONE: (469) 587-5206 6060 North Central Expressway Phone 469.621.0710 Suite 400 Dallas, Texas 75206 FRN - F-1386 N SCALE:1" = 200' 1 2 3 ±_j7 8 9 10 1 1 12 13 16 ..... 15 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 14 NARANJOS DRIVE 15 13 27 26 25 24 23 22 21 20 ig 18 17 16 — 14 12 GRBK 13 N EDGEWOOD 1 74-- 1 2 3 4 5 6 7 0 11 LLC 8 g 1 12 10 1C N 12 9 .. .......... . . . . . . . . . . . . . . . . . . ..... . . . . . . . . . . . . . . . . . ... ... ... ... ... ... .. 13 14 h202O vN 21 24 23 22 21 20 12 11 10 9 8 7�. 15 20 — 19 16 2 19 18 2 1 3 4 5 6 17 3 18 2 BEL MERES STREET 3 17 . . . . . . . . . . . . 4 17 3 18 164 5 16 1 4 15 5 6 15 w 5 14 z 7 14 6 13 PAVING < z 8 13 � 7 12 QIMPROVEMENTS 8 9 12 8 11 EXHIBIT 'B' 'x -Z 9 104. z 10 LEGEND 0 < . . . . . . .15 MOONSHINE DRIVE PRO POSED 29'B-B ROADWAY/50 ROW /K 12 13 14 15' 16 17 18 19 20121722 PROPOSED 37'B-B ROADWAY/60'ROW PROPOSED SIDEWALK --—————————— (BY HOMEBUILDER) RANCHO CANYON WAY PROPOSED SIDEWALK NOT EXISTING INFRASTRUCTURE (BY DEVELOPER) MADERO PHASE 1 CPN 103479 PROPOSED ADA RAMPS (PROJECT HAS RECEIVED IPRC PLAN (BY DEVELOPER) APPROVAL) NOT EXISTING INFRASTRUCTURE MADERO PHASE 1 LIMITS OF PROJECT CPN 103479 (PROJECT HAS RECEIVED IPRC PLAN APPROVAL) MADERO OWNED/DEVELOPED BY: PHASE LENNAR HOMES OF TEXAS CITY PROJECT NO. 103480 LAND AND CONSTRUCTION, LTD. MADERO 1707 MARKET PLACE BLVD., SUITE 100 FUTURE PHASE 1 `J� IRVING, Texas 75063 LJA Engineering, Inc. KYLE DICKERSON CPN 103479 PHONE: (469) 587-5206 6060 North Central Expressway Phone 469.621.0710 Suite 400 Dallas, Texas 75206 FRN - F-1386 N SCALE:1" = 200' 1T 3 4 5 6 7 8 9 10 1 1 12 13 162 15 -6 , 14 NARANJOS DRIVE A o 15 �, 13 27 26 25 24 23 22 21 20 19 18 17 16 14 GRBK 12 EDGEWOOD Z �a 13 LLC 11 1 2 3 4 5 6 1 7 8 9 10 11 12 11 10 r CENCERRO LANE 12 9 13 20 Q ENE CENCEµR 21 24 23 22 21 20 12 11 10 9 8 7 14 I 19 15 1 1 2 20 1 19 A l 2 3 4 5 6 ot 0 16 I 19 18 17 2 3 18 2 BEL MERES STREET 3 17 4 17 3 WW o 4 16 0 0 0 5 1 6 SD-4 18 5 4 15 36" 6 15 5 14 a 6 w 0 7 14 N 6 13 7 Z w 3 8 13 7 12 8 Q m 9 12 8 11 ~ Z 9 a 10 11 9 10 SD-3 0 10 4'x3' RCB w 3� LEGEND E m IS MOONSHINE DRIVE b 1 1 SD—3 SD-3 PROPOSED STORM 12 13 14 15 16 17 18 19 20 21 22 DRAIN LINE PROPOSED 10' INLET PROPOSED 4'x4' DROP INLET PROPOSED 6'x6' DROP INLET RANCHO CANYON WAY LIMITS OF PROJECT NOT EXISTING INFRASTRUCTURE MADERO PHASE 1 T c CPN 103479 (PROJECT HAS RECEIVED IPRC STORM DRAINAGE PLAN APPROVAL) NOT EXISTING INFRASTRUCTURE e MADERO PHASE 1 CPN 103479 EXHIBIT 'B-l' (PROJECT HAS RECEIVED IPRC PLAN APPROVAL) _ OWNED/DEVELOPED BY: MADERO LENNAR HOMES OF TEXAS PHASE 3 LAND AND CONSTRUCTION, LTD. CITY PROJECT NO. 103480 1707 MARKET PLACE BLVD., SUITE 100 MADERO KYLEIRVING, Texas 75063 ��� KYLE DICKERSON FUTURE PHASE 1 LJA Engineering, Inc. PHONE: (469) 587-5206 CPN 103479 g. g� 6060 North Central Expressway Phone 469.621.0710 Suite 400 Dallas, Texas 75206 FRN - F-1386 N 1 2 3 4 5 6 7 8 9 10 11 12 13 SCALE:1" = 200' 16 _ 2 15 < 1 1 NARANJOS DRIVE 15 Z 13 27 26 25 24 23 22 21 20 19 18 17 16 0 14 12 N 13 11 % 1 2 3 4 5 6 7 8 9 10 11 12 1 1 GRBK 10 r CENCERRO LANE 12 E D G EW O O D — 9 20 13 LLC CENC�RRO "OIL1 4 24 23 22 21 20 I12 11 10 9 8 7 I 21 15 19 1 20 1 2 19 1 19 1 2 3 4 5 6 16 I 2 3 18 17 - BEL MERES STREET • 18 2 3 17 4 17 3 — 4 16 18 5 5 16 4 15 6 15 5 14 _ 6 ~ 3 7 14 r 6 13 7 LEGEND I 7 Z w 8 8 13 Q 7 12 J 9 12 z 8 11 STOP SIGN ONLY a g I m STOP SIGN & STREET NAME SIGNS o 10 � INE DRIVE MOON 10 11 —, 9 10— I STREET NAME SIGNS ONLY O�I 3 SH STREET LIGHT TO INCLUDE STREET • 15 1 NAME SIGNS & STOP SIGN 11 12 13 14 15 16 17 18 19 20 21fj PROPOSED STREET LIGHT (TYPE 11 POLE, TYPE 1 b FOUNDATION) EXISTING STREET LIGHT r LIMITS OF PROJECT RANCHO CANYON WAY o STREET NAME SIGNS & NOT EXISTING INFRASTRUCTURE STREET LIGHT MADERO PHASE , IMPROVEMENTS CPN 103479 (PROJECT HAS RECEIVED IPRC PLAN APPROVAL) EXHIBIT 'C-1' OWNED/DEVELOPED BY: MADERO LENNAR HOMES OF TEXAS MADERO PHASE 3 LAND AND CONSTRUCTION, LTD FUTURE PHASE 1 CITY PROJECT NO. 103480 1707 MARKET PLACE BLVD., SUITE 100 CPN 103479 KYLEIRVING, Texas 75063 ��� KYLE DICKERSON LJA Engineering, Inc. PHONE: (469) 587-5206 6060 North Central Expressway Phone 469.621.0710 Suite 400 Dallas, Texas 75206 FRN - F-1386 00 42 43 DAP-BID PROPOSAL Page 1 of6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Madero Phase 3 UNIT PRICE BID Bidder's Application Project item Information Bidder's Proposal Bidlist Item Unit oT Bid Description Specification Section No. unit PI ice Bid Value No. Measure Quautiry UNIT I:WATER IMPROVEMENTS 1 3305.0109 Trench Safety _ 3305 10 LF 7437 $1.00 $7,437.00 2 3311.0001 Ductile Iran Water Fittings w/Restraint 3311 11 TON 5.86 $7,500.00 $43,950.00 3 3311.0241 8"Water Pipe 33 11 10,33 11 12 LF 5920 $46.00 $272,320.00 4 3311.0254 8"DIP Water,CLSM Backfill 33 11 10 LF 589 $56.00 $32,984.00 5 3311.0441 12"Water Pipe 33 11 10,33 11 12 LF 145 $78.00 $11,310.00 6 3311.0457 12"DIP Water,CLSM Backfill 33 11 10 LF 21 $98.00 $2,058.00 7 13311.0541 16"Water Pipe 33 11 10,33 11 12 LF 640 $128.00 $81,920.00 8 3311.0551 16"DIP Water 33 11 10 LF 56 $168.00 $9,408.00 9 3311.0557 16"DIP Water,CLSM Backfill 3311 10 LF 66 $138.00 $9,108.00 10 3312.0001 Fire Hydrant 33 1240 EA 14 $4,500.00 $63,000.00 11 3312.0106 Connection to Existing 16"Water Main 33 12 25 EA 1 $1 500.00 $1 500.00 12 3312.2003 1"Water Service 33 12 10 EA 134 $1,050.00 $140,700.00 13 3312.2103 1 1/2"Water Service 33 12 10 EA 1 $2,250.00 $2,250.00 14 3312.3003 8"Gate Valve 33 1220 EA 26 $1,200.00 $31,200.00 15 3312.3005 12"Gate Valve 33 1220 EA 1 $2,200.00 $2,200.00 16 3312.3006 16"Gate Valve w/Vault 33 1220 EA 1 $20,500.00 $20,500.00 17 3312.4303 30"x 8"Tapping Sleeve&Valve 33 12 25 EA 1 $20,500.00 $20,500.00 18 3312.4305 30"x 12"Tapping Sleeve&Valve 33 12 25 EA 1 $22,500.00 $22,500.00 19 9999.0001 2"Automatic Flushing Valve 00 00 00 EA 1 $4,500.00 $4,500.00 20 9999.0002 1"Irrigation Service 00 00 00 EA 2 $1,200.00 $2,400.00 21 9999.0003 1.5"Irrigation Service 00 00 00 EA 1 $2,200.00 $2,200.00 22 9999.0004 4"PVC Schedule 40 Sleeve 00 00 00 LF 200 $20.00 $4,000.00 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 IMPROVEMENTS1 $787.945.00 CITY Or FORT WORTH STANDARD CONSTRUCTION SPFCFICATION DOCUMENTS-DEVELOPER AW aRDFD PROJF.CTS F-V,i.,May 22,2019 00 42 43_Bid Pmposal_D-AP.xlsx 00 42 43 DAP-BID PROPOSAL P ge2 of6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Madero Phase 3 UNIT PRICE BID Bidder's Application Project item Information Bidder's Proposal Bidlist Item Unit oT Bid Description Specification Section No. unit PI ice Bid Value No. Measure Quautiry UNIT II:SANITARY SEWER IMPROVEMENTS 1 3301.0002 Post-CCTV Inspection _ 3301 31 LF 6136 $3.00 $18,408.00 2 3301.0101 Manhole Vacuum Testing 3301 20 EA 26 $150.00 $3,900.00 3 3305.0109 Trench Safety 3305 10 LF 6136 $1.00 $6,138.00 4 3305.0113 Trench Water Stops 3305 15 EA 16 $500.00 $8,000.00 5 3331.3101 4"Sewer Service 3331 50 EA 134 $750.00 $100,500.00 6 3331.3201 6"Sewer Service 3331 50 EA 1 $950.00 $950.00 7 3331.4115 8"Sewer Pipe-SDR 26 33 11 10,33 31 12,33 31 LF 3103 20 $56.00 $173,768.00 8 3331.4116 8"Sewer Pipe,CSS Backfill 33 11 10,33 31 12,33 31 LF 286 20 $66.00 $18,876.00 9 3331.4201 10"Sewer Pipe 33 11 10,33 31 12,33 31 LF 1075 20 $76.00 $81700.00 10 3331.4202 10"Sewer Pipe,CSS Backfill 33 11 10,33 31 12,33 31 LF 132 20 $86.00 $11,352.00 11 3331.4208 12"Sewer Pipe-SDR 26 33 11 10,33 31 12,33 31 LF 510 20 $96.00 $48,960.00 12 3331.4209 12"Sewer Pipe,CSS Backfill 33 11 10,33 31 12,33 31 LF 110 20 $106.00 $11,660.00 13 3331.4215 15"Sewer Pipe-SDR 26 33 11 10,32031 12,33 31 LF 760 $126.00 $95,760.00 14 3331.4216 15"Sewer Pipe,CSS Backfill 33 11 10,33 31 12,33 31 LF 160 20 $146.00 $23,360.00 15 3339.0001 Epoxy Manhole Liner 33 39 60 VF 106 $435.00 $46,110.00 16 3339.1001 4'Manhole 33 39 10,33 39 20 EA 18 $4,200.00 $75,600.00 17 3339.1002 4'Drop Manhole 33 39 10,33 39 20 EA 4 $5,200.001 $20,800.00 18 3339.1003 4'Extra Depth Manhole 33 39 10,33 39 20 VF 134 $205.00 $27 470.00 19 9999.0005 4'Manhole w/Hydraulic Slide 00 00 00 EA 3 $5,000.00 $15,000.00 20 9999.0006 4'Manhole with Water-Tight Hinged Cover 00 00 00 EA 1 $6,000.00 $6,000.00 21 9999.0007 Connect to Existing Line 00 00 00 EA 1 $4,500.00 $4,500.00 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 TOTAL UNIT II:SANITARY SEWER IMPROVEMENTS1 $798,810.00 CITY or FORT WORTH STANDARD CONSTRUCTION SPFCFICATION DOCUMENTS-DEVELOPER AW aRDFD PROJF.CTS Fm V,i.,May 22,2019 00 42 43_Bid Pmposal_D-AP.xlsx 00 42 43 DAP-BID PROPOSAL Inge 3 of 6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Madero Phase 3 UNIT PRICE BID Bidder's Application Project item Information Bidder's Proposal Bidlist Item Unit oT Bid Description Specification Section No. unit PI ice Bid Value No. Measure Quautiry UNIT III: DRAINAGE IMPROVEMENTS 1 3305.0109 Trench Safety 3305 10 LF 4529 $1.00 $4,529.00 2 3305.0112 Concrete Collar 3305 17 EA 6 $750.00 $4,500.00 3 3341.0201 21"RCP,Class III 3341 10 LF 623 $60.00 $37,380.00 4 3341.0205 24"RCP,Class III 3341 10 LF 1262 $70.00 $88,340.00 5 3341.0208 27"RCP,Class III 3341 10 LF 414 $80.00 $33,120.00 6 3341.0302 30"RCP,Class III 3341 10 LF 10 $95.00 $950.00 7 13341.0305 33"RCP,Class III 3341 10 LF 379 $115.001 $43,585.00 8 3341.0309 36"RCP,Class III 3341 10 LF 1105 $125.00 $138,125.00 9 3341.1002 3'x3'Box Culvert 3341 10 LF 34 $225.00 $7,650.00 10 3341.1101 4'x2'Box Culvert 3341 10 LF 10 $245.00 $2,450.00 11 3341.1102 4'x3'Box Culvert 3341 10 LF 235 $265.00 $62 275.00 12 3349.0001 4'Storm Junction Box 3349 10 EA 10 $5,000.00 $50,000.00 13 3349.0002 5'Storm Junction Box 3349 10 EA 3 $6,000.00 $18,000.00 14 3349.5001 10'Curb Inlet 33 49 20 EA 31 $3,400.00 $105,400.00 15 3349.7001 4'Drop Inlet 33 49 20 EA 1 $4,500.00 $4,500.00 16 3349.7003 6'Drop Inlet 33 49 20 EA 1 $6,500.00 $6,500.00 17 9999.0008 2-4'x3'Multiple Box Culvert 00 00 00 LF 457 $530.00 $242,210.00 18 9999.0009 Pond Outfall Structure(7 LF-Varying Size 00 00 00 LS 1 Multiple Box Culvert-See plans) $11,500.00 $11,500.00 19 9999.0010 12"'Type A'Riprap 00 00 00 SY 34 $95.00 $3,230.00 20 9999.0011 24"'Type A'Riprap 00 00 00 SY 78 $105.00 $8 190.00 21 9999.0012 4'x3'TxDOT FW-0 Headwall 00 00 00 EA 1 $5,500.00 $5,500.00 22 9999.0013 TxDOT PW-1 Wingwall 00 00 00 EA 2 $24,500.00 $49,000.00 23 9999.0014 36"Sloped End Headwall 00 00 00 EA 1 $4,000.00 $4,000.00 24 9999.0015 Inlet Protection 00 00 00 EA 33 $150.00 $4,950.00 25 9999.0016 Connect to Existing 2-4'x3'Multiple Box 00 00 00 EA 1 Culvert $5,000.00 $5,000.00 26 9999.0017 Connect to Existing 4'x3'Box Culvert 00 00 00 EA 1 $2,500.00 $2,500.00 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 _ 44 45 TOTAL UNIT III:DRAINAGE IMPROVEMENTS $943,384.00 CITY or FORT WORTH STANDARD CONSTRUCTION SPFCFICATION DOCUMENTS-DEVELOPER AW aRDFD PROJECTS F-V,i.,May 22,2019 00 42 43_Bid Pmposal_D-AP.xlsx 00 42 43 DAP-BID PROPOSAL Inge 4 of 6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Madero Phase 3 UNIT PRICE BID Bidder's Application Project item Information Bidder's Proposal Bidlist Item Unit oT Bid Description Specification Section No. unit PI ice Bid Value No. Measure Quautiry UNIT IV:PAVING IMPROVEMENTS 1 3211.0400 Hydrated Lime(30 Ibs/sy) 32 11 29 TN 319 $195.00 $62,205.00 2 3211.0400 Hydrated Lime(36 Ibs/sy) 3211 29 TN 69 $195.00 $13,455.00 3 3211.0501 6"Lime Treatment 3211 29 SY 21232 $3.50 $74,312.00 4 3211.0502 8"Lime Treatment 32 11 29 SY 3789 $4.00 $15,156.00 5 3213.0101 6"Conc Pvmt 3213 13 SY 19910 $39.50 $786,445.00 6 3213.0302 5'Conc Sidewalk 32 1320 SF 8673 $3.50 $30,355.50 7 13213.0303 6'Conc Sidewalk 32 13 20 SF 9015 $3.501 $31,552.50 8 3213.0501 Barrier Free Ramp,Type R-1 32 1320 EA 10 $1,600.00 $16,000.00 9 3213.0506 Barrier Free Ramp,Type P-1 32 13 20 EA 22 $1,500.00 $33,000.00 10 3291.0100 Topsoil 3291 19 CY 306 $24.00 $7,344.00 11 3292.0100 Block Sod Placement 3292 13 SY 1835 $8.00 $14 680.00 12 9999.0018 7.5"Conc Pvmt 3213 13 SY 3583 $47.50 $170,192.50 13 9999.0019 Sawcut&Remove Existing Curb&Gutter 00 00 00 LF 188 $20.00 $3,760.00 14 9999.0020 Connect to Existing Pavement 00 00 00 EA 2 $1,000.001 $2,000.00 15 9999.0021 Construct Type III Barricade 00 00 00 EA 5 $500.00 $2,500.00 16 9999.0022 Construct Type C Barricade 00 00 00 EA 1 $2,500.00 $2,500.00 17 9999.0023 Construct Std.Pavement Header 00 00 00 LF 182 $20.00 $3,640.00 18 9999.0024 Stop Signs 00 00 00 EA 17 $400.00 $6,800.00 19 9999.0025 Street Name Blade 00 00 00 EA 68 $250.00 $17,000.00 20 9999.0026 Street Sign Pole 00 00 00 EA 13 $350.00 $4,550.00 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 $1.297.447.50 CITY or FORT WORTH STANDARD CONSTRUCTION SPFCFICATION DOCUMENTS-DEVELOPER AW aRDFD PROJF.CTS F-V,i.,May 22,2019 00 42 43_Bid Pmposal_D-AP.xlsx 00 42 43 DAP-BID PROPOSAL Page 5 of 6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Madero Phase 3 UNIT PRICE BID Bidder's Application Project item Information Bidder's Proposal Bidlist Item Unit oT Bid Description Specification Section No. unit PI ice Bid Value No. Measure Quautiry UNIT V:STREET LIGHTING IMPROVEMENTS 1 2605.3015 2"CONDT PVC SCH 80(T) _ 26 05 33 LF 2380 $14.00 $33,320.00 2 3441.3002 Rdwy Ilium Assembly TY 8,11,D-25,and D- 3441 20 EA 31 30 $2,800.00 $86,800.00 3 3441.3201 LED Lighting Fixture 50W 3441 20 EA 31 $800.00 $24,800.00 4 3441.3301 Rdwy Ilium Foundation TY 1,2,and 4 3441 20 EA 31 $1,200.00 $37,200.00 5 9999.0027 3-#10 Copper Wire 00 00 00 LF 2380 $4.00 $9,520.00 6 19999.0028 Ground Box 00 00 00 EA 2 $950.001 $1,900.00 7 8 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 $193,540.00 CITY Or FORT WORTH STANDARD CONSTRUCTION SPFCFICATION DOCUMENTS-DEVELOPER AW aRDFD PROJF.CTS F—V,i.,May 22,2019 00 42 43_Bid Pmposal_D-AP.xlsx 00 42 43 DAP-BIDPROPOSAL Page 6 of 6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Madero Phase 3 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 I Quantity Bid Summary UNIT I:WATER IMPROVEMENTS $787 945.00 UNIT II:SANITARY SEWER IMPROVEMENTS $798 810.00 UNIT III:DRAINAGE IMPROVEMENTS $943 384.00 UNIT IV:PAVING IMPROVEMENTS $1.297,447.50 UNIT V:STREET LIGHTING IMPROVEMENTS $193 540.00 Total Construction Bid $4,021,126,50 This Bid is submitted by the entity named below: BIDDER: BY: ernck. tN uci9 y)S Conatser Construction TX,L.P. 5327 Wichita Street Fort Worth,TX 76119 TITLE: DATE: 3/30/2022 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 200 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 SPECIRCATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Fonn Version May 22,2019 00 42 43_Bid Pmposal_DAP.xlsx