Loading...
HomeMy WebLinkAboutContract 58892Received Date: Feb 19, 2023 Received Time: 8:00 a.m. Developer and Project Information Cover Sheet: Developer Company Name: DR Horton — Texas, LTD 6751 North Freeway Fort Worth, Texas 76131 Address, State, Zip Code: Phone & Email: 817-230-0800 1 JBosworth@drhorton.com Authorized Signatory, Title: Justin Bosworth, Assistant Secretary Project Name: Hampton Tract Phase 1 Brief Description: Water, Sewer, Paving, Storm Drain, Street Lights & Signs Project Location: 4200 Dublin Ridge Dr, Crowley, TX 76036 Plat Case Number: Plat Name: Mapsco: Council District: 6 CFA Number: 23-0002 City Project Number: 104144 1 IPRC22-0151 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas Page 1 of 16 Standard Community Facilities Agreement Rev. 9/21 City Contract Number: ::• 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 DR Horton — Texas, 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 Hampton Tract Phase 1 ("Project"); and WHEREAS, the City desires to ensure that all developments are adequately served by public infrastructure and that the public infrastructure is constructed according to City standards; and WHEREAS, as a condition of approval of the Project, Developer is required to bear a portion of the costs of municipal infrastructure by constructing the public infrastructure necessary for the Project as described in this Agreement ("Community Facilities" or "Improvements"); and WHEREAS, as a condition of approval of the Project, Developer is required to meet the additional obligations contained in this Agreement, and Developer may be required to make dedications of land, pay fees or construction costs, or meet other obligations that are not a part of this Agreement; and WHEREAS, the City is not participating in the cost of the Improvements or Project; and WHEREAS, the Developer and the City desire to enter into this Agreement in connection with the collective Improvements for the Project; NOW, THEREFORE, for and in consideration of the covenants and conditions contained herein, the City and the Developer do hereby agree as follows: 1. CFA Ordinance The Community Facilities Agreements Ordinance ("CFA Ordinance"), as amended, is incorporated into this Agreement by reference, as if it was fully set 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. OFFICIAL RECORD City of Fort Worth, Texas CITY SECRETARY Page 2 of 16 Standard Community Facilities Agreement Rev. 9/21 FT. WORTH, TX 2. Incorporation of Engineering Plans The engineering plans for the Improvements that have been approved by the City ("Engineering Plans") are incorporated into this Agreement by reference as if fully set out herein. Developer shall provide at its expense, unless otherwise agreed to by City, all engineering drawings and documents necessary to construct the Improvements required by this Agreement. 3. Description of Improvements; Exhibits and Attachments The following exhibits describe the general location, nature and extent of the Improvements that are the subject of this Agreement and are attached hereto and incorporated herein by reference: E Exhibit A: Water E Exhibit A-1: Sewer E Exhibit B: Paving E Exhibit 13-1: Storm Drain E Exhibit C-1: 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-1, 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 16 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 16 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 16 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 BYANYPERSONS, INCL UDING DEATH, OR TO ANY PROPERTY, RESULTING FROM OR IN CONNECTION WITH THE CONSTRUCTION, DESIGN, PERFORMANCE OR COMPLETION OF ANY WORK TO BE PERFORMED BY SAID DEVELOPER, ITS CONTRACTORS, SUBCONTRACTORS, OFFICERS, AGENTS OR EMPLOYEES, OR IN CONSEQUENCE OF ANY FAILURE TO PROPERLY SAFEGUARD THE WORK, OR ONACCOUNT OF ANYACT, 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 16 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 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 obtain proof from the material testing laboratories that the material testing laboratories have been paid in full by the Developer before the City will accept the Improvements. 16. Notices All notices required or permitted under this Agreement may be given to a party by hand - delivery or by mail, addressed to such party at the address stated below. Any notice so given shall be deemed to have been received when deposited in the United States mail so addressed with postage prepaid: CITY: Development Coordination Office City of Fort Worth 200 Texas Street Fort Worth, Texas 76102 With copies to: City of Fort Worth, Texas Standard Community Facilities Agreement Rev. 9/21 DEVELOPER: DR Horton — Texas, LTD 6751 North Freeway Fort Worth, Texas 76131 Page 7 of 16 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, subcontractors, and volunteers. Developer further agrees that nothing herein shall be construed as the City of Fort Worth, Texas Page 8 of 16 Standard Community Facilities Agreement Rev. 9/21 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 and comment on this document; therefore any rule of contract construction or interpretation that would City of Fort Worth, Texas Page 9 of 16 Standard Community Facilities Agreement Rev. 9/21 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 entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. City of Fort Worth, Texas Page 10 of 16 Standard Community Facilities Agreement Rev. 9/21 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'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. 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 16 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 16 Standard Community Facilities Agreement Rev. 9/21 36. Cost Summary Sheet Project Name: Hampton Tract Phase 1 CFA No.: 23-0002 City Project No.: 104144 IPRC No.: 22-0151 Items A. Water and Sewer Construction 1. Water Construction 2. Sewer Construction Water and Sewer Construction Total B. TPW Construction 1. Street 2. Storm Drain 3. Street Lights Installed by Developer 4. Signals TPW Construction Cost Total Total Construction Cost (excluding the fees): Estimated Construction Fees: C. Construction Inspection Service Fee D. Administrative Material Testing Service Fee E. Water Testing Lab Fee Total Estimated Construction Fees: Financial Guarantee Options. choose one Developer's Cost $ 1,006,899.00 $ 1,000,296.00 $ 2,007,195.00 $ 1,559,919.20 $ 751,584.00 $ 208,719.71 $ 2,520,222.91 $ 4,527,417.91 $60,750.00 $12,250.00 $1, 290.00 $ 74,290.00 Choice Amount (Mark one) Bond = 100% $ 4,527,417.91 X Completion Agreement = 100% / Holds Plat $ 4,527,417.91 Cash Escrow Water/Sanitary Sewer= 125% $ 2,508,993.75 Cash Escrow Paving/Storm Drain = 125% $ 3,150,278.64 Letter of Credit = 125% $ Escrow Pledge Agreement = 125% $ 5,659,272.39 City of Fort Worth, Texas Standard Community Facilities Agreement Rev. 9/21 Page 13 of 16 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 Dana Burghdoff (Feb 17, 20 05:32 CST Dana Burghdoff Assistant City Manager Date: Feb 17, 2023 Recommended by: Gfim Dwayne Hollars (Feb 16, 2023 09:10 CST) Dwayne Hollars Contract Compliance Specialist Development Services Approved as to Form & Legality: Richard A. McCracken (Feb 16, 202314:42 CST) Richard A. McCracken Sr. Assistant City Attorney M&C No. N/A Date: Form 1295: N/A o vvann � p�fORt�Jaa ATTEST: >er A ° ��y�pd �o o b s °o aa4 54 d ��nnd 4 Jannette S. Goodall City Secretary City of Fort Worth, Texas Standard Community Facilities Agreement Rev. 9/21 DEVELOPER D.R. HORTON — TEXAS, LTD., a Texas Limited Partnership By: D.R. Horton, Inc., a Delaware Corporation, its Authorized Agent Justin Bosworth Assistant Secretary Date: Feb 15, 2023 Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. `RebeccaDia Owen (Feb 16, 202309:14 CST) Rebecca Diane Owen Development Manager OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 14 of 16 The following attachments are incorporated into this Agreement. To the extent a conflict exists between the main body of this Agreement and the following attachments, the language in the main body of this Agreement shall be controlling. Included Attachment ® Attachment 1 - Changes to Standard Community Facilities Agreement ❑ Attachment 2 — Phased CFA Provisions ❑ Attachment 3 — Concurrent CFA Provisions ® Location Map ® Exhibit A: Water Improvements ❑X Exhibit A-1: Sewer Improvements X❑ Exhibit B: Paving Improvements © Exhibit B-1: Storm Drain Improvements © Exhibit C-1: Street Lights and Signs Improvements © Cost Estimates (Remainder of Page Intentionally Left Blank) City of Fort Worth, Texas Page 15 of 16 Standard Community Facilities Agreement Rev. 9/21 ATTACHMENT "I" Changes to Standard Community Facilities Agreement City Project No. 104144 None City of Fort Worth, Texas Page 16 of 16 Standard Community Facilities Agreement Rev. 9/21 m « �o| 0 LU U) n| ® ƒ m(&/ 2| § R ƒ \%±rs G } ° w §�-9 2 \ Q y M.TT m3-00 / F 0:j¥ 0 0 C) 22 } L I S LL IL ° O ° F ¥_ � U \\ / . /U 2 I ❑ eT \§� O k�)� k� ui Z cck�k( | `� 100 §w§# %b§% §®\ |mƒ~ §r d /( § m;av»Dvq � � & )) / \| \ 5/ 19A K / mTIM ec \ §$ | $§ m2§w k). 9 .�d- OD N « 3 LLJ «w ae / k ± R 2 \ w/ 0 f ( / !LU m @ N ` B/ \ u §4\ I 2 0 I L IX am ma«+aw mo ) — — 0 ]x 2t. §. Ow /b §\ @ a G # |■& ) |N\ |■& § ( m# \\ \/a zir— I � — — �---------_------ —_-2 � � , 0 2 -& )° :wo �, * \ \ § I � / 7 Elm_ ■__.-==I . ��|■��� waumWMiOMMIMME .rmm■ Ii4� 2 |�� & ■ � | |■2% §k ( Ln ( / : : ( ^ ( > § \ � k ® : \ S \ \ \ \ \ 2 ¥ 2 J > k b < ¥ 2 � w G ƒ m m w m « ��| ± 2 rIL Lu \\/)s � w / \ 4 Om LU ® m i■ §((/\ § / » J k ® &&Q 5 | S ¥ ¥ z m22/( o C ± 2 k 3: G 022) G I O L E 2 ^ } C) ° O U 7/ � ± 2 t / § �r 4f / & / `§) \ \ \ �/ _ \ \ f� } § \ §/27 _ x - ||ems e §b o e § ( 6 j� Zk(�\� / / O O ƒ/ a �— _ ------ — — — >- d ® 2§ ± of U U :ll ae a §C \ \ 0 § i ( U) 2 ) W � ) § / \ / § ) » / r § u |k :T /( 00 §/( § } § & / _ \ \ /STRET E § ) [� 2 EDE LWEI 2 co _ \ w» r � §06 « s ~ ± 2 \ |f < O ui O } mo a\ z $ z9AI) 2 \ /( § Q/ \ 2 } W m LLJ \ _,_ _ — § E _ �. §\ ƒ \ m|) || % § m 2 2 2 2 x C « « « , | m ® W ¥ ¥ LD | (D O O � 0 _ Uj ƒ LU LU � ƒ \ A `� a �LU o 0 w diga cD 0 F = z J MIL 0 Q W n 0 K O L.1� O a p'y Z N U a WI ��o i W O'co) /Z�z�f� + W N r Q ~ X Q '" H O (// O V O 0 z w Q = M = as LL a o LL LL 0 Q U _ o H _ U LO r O O N w r N J ) r w $ � za- t 0> U o U0 � z 00 O 3fIN3AV 1'IHDOW _ — H W } U 0 a- H 13 bl I `� '• 0 > a 3 yti tl4� ; 8 U U VI 1 m A p a 6 I �•ti. ,Y� w LLl d W 9L^ F •U• O . •'LLl f} I N > i• F ;i^� Z LL w s <� p 00 W U') O En Lo LL 00 Q w e Yy 00 N Q w l i3 als ~ N ~•: w I Q 31 2i1S m 3 cl SSIwM;l343 ' N 3 >- a '.:;' 06 ~ U LLJ LL HARIQ / a O J QOOAAHOI Id2I ; a U a a / o a W w HNV7 Id3gWil Q'IO (7 Q w 0 Z icer�// x p > LL n w w O W ~ J o U- > J LU O O 0 Q C) Q z T O N , 0. 0 X LU w Q U o p � oo W a W o I U p i o x w~ O ZWJ, OQT U Owz o =6 x � �m2�O W ( z U WU OO Z� O zLO W O U a LL wU O H Q Lai = U U Ilf �� II W x II I n ct It -k-41f QN I`I W II Q f a �r fHQ f QOOMHDNV- I YY I� 3NV'I IIElSD it Q IO J I N �N gn �O10 °z O U W 0 U CO U z z oo>>o U U [t < Z< U w K K fr K W E a ¢ ¢ ¢ ¢ ¢ x Q Z 0 LL d a in w U ro ; N IL 7 a a a a a a K K U o K N N LL LL J J M J J 6 W W W M J J J 6 O O O _ _ _ z z zoe a J ~ Z W W W LL U C'i C1 C� a U) (f) U) ac o N ;;t iC) 00 L J W W Q z z J J 0 W J � Of Z = O� 0Y z o Lnof X c) W o a W — U) (.0 a m _ ■ | / LU 2 ® S ® / CD ( n z Of ®� 0 ) � �wX0 �|■ \ �mx �\\\\ &z� _ � G0 ° 0Z�}&oy k § L p « ° ° O LU k ƒ ƒ 9 U m U \\ $k � cf) � K |§§§ / / 6 c) k& 2 I \ |k » e — L)/ / / —�— -----------222222-2 — — _ mmnq�� / \( \ _ ! as \ / ± \ A j § 2 \ \ a g m & u 2 j $ § / % |& a)LLJ m [ / L \ ƒ 3 / 2 z \ ^ / § § \ |■� ■&_ \ U) $ of §� ±3 38is N 0 \ ) \ / El s � \ |�( 06 | \ m w \ ' B ° L ®� / ±OD LD !n o \ -i U) xNVw a_ 2 W EE ( g 0� w ; \ A� ms E mo | §§ 0 0 p e w LU m 2 O LU O \ W / |© I | It (D \ 0 00 42 43 DAY - BID PROPOSAL Page I of4 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quanti Unit P ricety Bid Value UNIT I: WATER IMPROVEMENTS 1 0241.1118 4"-12" Pressure PluV 0241 14 EA 3 $948.00 $2,844.00 2 3005.0003 8' Waterline Lowering 33 05 10 EA 11 $5 103.00 $56.133.00 3 3201.0614 Conc Pvmt Repair, Residential 3201 29 SY 825 $248.00 $204,600.00 _ 4 3305.0109 Trench Safety 33 05 10 LF 5331 $1.00 $5 331.00 5 3311.0001 Ductile Iron Water Fittings w/ Restraint 3311 11 TON 1 $22.831.00 .00 6 3311.0261 8" PVC Water Pipe 3311 12 LF 5331 $50.00 $266,55066,550.00 7 3312.0001 Fire Hydrant w/ 6" Gate Valve 33 12 40 EA 6 $6.508.00 $39,048.00 8 3312.2003 1" Water Service (Domestic) 33 12 10 EA 150 $2,414.00 $362 100.00 9 3312.2003 1" Water Service (irrigation) 33 12 10 EA 3 2.734.00 $8,202.00 10 3312.3003 8" Gate Valve & Box 33 12 20 EA 14 2.215.00 31.010.00 11 3471.0013 Traffic Control 3471 13 MO 1 $8,250.00 $8.250.00 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 I: WATER IMPROVEMENTS $1,006,899.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS 00 42 43_HamptonPhl_Bid Proposal_DAP_Unl Form Version May 22, 2019 00 42 43 DAP - BID PROPOSAL Page 2 of 4 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value UNIT II: SANITARY SEWER IMPROVEMENTS 1 3201.0614 Conc Pvmt Repair, Residential 32 01 29 SY 600 $248.00 $148,800.00 2 3301.0002 Post -CCTV Inspection 3301 31 LF 4,507 $2.00 $9.014.00 3 3301.0101 Manhole Vacuum Testing 3301 30 EA 21 $138.00 $2 898.00 4 3305.0107 Manhole Adjustment, Minor 33 05 14 EA 1 $2,100.00 $2,100.00 5 3305.0109 Trench Water Safety 330510 EA 4,507 $1.00 $4.507.00 6 3305.0113 Trench Water Stops 33 05 15 EA 13 $2.135.00 $27.755.00 7 3305.0202 Imported Embedment/Backfill, CSS 33 05 10 LF 220 $120.00 $26,400.00 8 3331.3101 4" Sewer Service 3331 50 EA 150 $2,467.00 $370.050.00 9 3331.4115 8" Sewer Main 3331 20 LF 4 507 $62.00 $279.434.00 10 3339.0001 Epoxy Manhole Liner 33 39 60 VF 25 $550.00 $13,750.00 11 3339.1001 4' Manhole 33 39 10 EA 21 $4,343.00 $91,203.00 12 3339.1003 Extra Depth Manhole ( > 6.0') 33 39 10 VF 55 $275.00 $15,125.00 13 3471.0013 Traffic Control 3471 13 MO 1 5500 $5.500.00 14 9999 0001 Connect to Existing Manhole 00 00 00 EA 1 3760 $3,760.00 15 i16 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 II: SANITARY SEWER IMPROVEMENTS $1,000,296.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS 00 42 43_HamptonPhl_Bid Proposal_DAP_Util Form Version May 22, 2019 00 42 43 DAP - BID PROPOSAL Page 3 of 4 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No, Unit of Measure Bid Quantity Unit Price Bid Value UNIT III: DRAINAGE IMPROVEMENTS 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 3137.0102 Large Stone Riprap, Dry 3305.0109 Trench Safety 3341.0201 21 RCP, Class III 3341.0205 24" RCP, Class III 3341.0302 30" RCP, Class III 3341.0305 33" RCP, Class 111 3341.0309 36" RCP, Class III 3341.0402 42" RCP, Class 111 3341.1303 6x4 Box Culvert 3349.0001 4' Storm Junction Box 3349.0002 5' Storm Junction Box 3349.D003 7' Storm Junction Box 3349.5003 20' Curb Inlet 3349.5003 15' Curb Inlet 3349.6002 15' Recessed Inlet 3349.XXXX 42" Sloping Headwall 3349.XXXX SW-O Skew Winged Head Wall 00 00 00 33 05 10 3341 10 3341 10 33 41 10 3341 10 3341 10 3341 10 3341 10 33 49 10 33 49 10 34 49 10 33 49 20 33 49 20 33 49 20 334940 33 49 40 SY LF LF LF LF LF LF LF LF EA EA EA EA EA EA EA EA 238 2.360 38 84 394 695 137 414 608 4 2 1 4 6 1 2 1 $132.00 $1.00 $95.00 $106.00 $118.00 $135.00 $150.00 $193.00 $434.00 $6.561.00 $6.968.00 $12.155.00 $12 155.00 $11.165.00 $13.970.00 $5.411.00 $9.096.00 $31,416.00 $2,360.00 $3,610.00 $8 904.00 $45.312.00 $93,825.00 $20.550.00 $79.902.00 $263.872.00 $26,244.00 $13,936.00 $12,155.00 $48.620.00 $66,990.00 $13.970.00 $10.822.00 $9.096.00 18 — 19 20 - 21 — - 22 23 -- — 24 — 25 — 26 - — - 27 — — - - - 28 29 — — — - — 30 — - 31 32 — 33 - - 34 - 35 — 36 — - 37 38 39 — — 40 - 41 - 42 43 44 45 — TOTAL UNIT - - - - III: DRAINAGE -- _ IMPROVEMENTS __ $751,584.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS 00 42 4311amptonPhl_Bid Pmposal_DAP_Util Form Version May 22, 2019 00 42 43 DAP - BID PROPOSAL Page 4 of 4 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Project Item Information list Item Description No Bid Summary Bidder's Application Bidder's Proposal Specification Unit of Bid Unit Price Bid Value Section No_ I Measure I Quantity UNIT I: WATER IMPKVVtMtN I Z) UNIT II: SANITARY SEWER IMPROVEMENTS UNIT III: DRAINAGE IMPROVEMENTS This Bid is submitted by the entity named below: BIDDER: Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. Total Construction Bid BY: TITLE: � —I�j[ 4,YY2� DATE: 119 working $1,006,899900 $1,600,296.00 $751,584.00 $2,758,779.00 ��, //n-, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS 00 42 43_HamptonPhl_Bid Pmposal_DAP_Util Fo Version May 22, 2019 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID 004241 DAP - DID PROPOSAL Page 1 ar 2 Bidder's Application Project item Information Bidder's Proposal BidlistItem Description Specification Unit of Bid Unit Price Bid Value © Section No. Measure Quantity UNIT IV: PAVING IMPROVEMENTS 1 3213.0101 6" Conc Pvmt 32 13 13 SY 17.1981 $51.40 $883 977.20 2 3211.0501 6" Lime Treatment 3211 29 SY 18,9181 $5.90 $111 616.20 3 3211.0400 Hydrated Lime 3211 29 TON 378 $310.00 $117,180.00 4 3213.0301 4" Conc Sidewalk 32 13 20 SF 4,7891 $8.00 $38,312.00 5 3213.0501 Barrier Free Ramp, Type R-1 32 13 20 EA 6 $3 000.00 $18 000.00 6 3213.0506 Barrier Free Ramp, Type P-1 33 13 20 EA 12 $2 700.00 $32,400.00 7 3216.0101 6" Conc Curls and Gutter 32 16 13 LF 22 $25.00 $550.00 & 3441.4003 Furnishlinstall Alum Sign Ground Mount City Std. 3441 30 EA 12 $200.00 $2 400.00 9 3471.0001 Traffic Control 3471 13 MO 1 $2 500 00 2 500.00 10 3292.0100 Block Sod Placement 32 92 13 SY 537 $3.55 $1 906.35 11 3291.0100 Topsoil 3291 19 CY 548 $24.00 $13 152.00 12 9999.0007 install FOR Barricade 00 00 00 EA 1 $1,200.00 $1 200.00 13 14 15 16 17 18 19 20 21 22 23 _ 24 25 26 27 28 29 _ 30 _ 31 32 33 34 35 3s 37 38 39 40 41 _ 42 43 44 45 TOTAL UNIT IV: PAVING IMPROVEMENTS $1,223,193.75 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUWNrS - DEVELOPER AWARDED PROJECTS Form V-i-May22,2019 004243 H-apse.Phl_nid Pmposail_DAP_P-ing SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID 00 42 43 DAP-RIDPROPOSAL Page 2 o£ 3 Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description I Specification I Unit of Bid unit Price Bid Value No. Section No. I Measure Quantity UNIT V: OFFSITE PAVING IMPROVEMENTS MCCart Ave. 1 3213.0105 10" Conc Pvmt 32 13 13 SY 2,720 $73.05 S198 696.0fl 2 3211.0502 8" Lime Treatment 32 11 29 SY 2,992 $6.15 $18 400.80 3 3211.0400 Hydrated Lime 3211 29 TON 60 $310.00 $18 600.00 4 32110301 4" Conc Sidevralk 32 13 20 SF 8,732 $8.00 $69,856.00 5 3293.0506 Barrier Free Ramp, Type P-1 33 13 20 EA 3 $25.00 $75.00 6 3471.0001 Traffic Control 3471 13 MO 1 $2,500.001 $2,500.00 7 3217,0005 4" DOT Pvmt Marking HAS ) 32 17 23 LF 2390 $1.50 $3,585.00 8 3217.0002 4" SLD Pvmt Markin HAS (Y) 32 17 23 LF 1,630 $1.50 $2 445.00 9 3217.0501 24" SLD Pvmt Markin HAE (W) 32 17 23 LF 16 $20.00 $320.00 10 3217,2102 REFL Raised Marker TY I-C 32 17 23 EA 60 $5.50 $330.00 11 3217.2102 REFL Raised Marker TY II -A -A 32 17 23 EA 41 $5.50 S225.50 12 3217.4303 Remove 8" Pvmt Marking 32 17 23 LF 511 $2.00 $1 022.00 13 3292.0100 Black Sod Placement 3292 13 SY 1 573 $3.55 $5,584.15 14 3291.0100 Topsoil 3291 19 CY 564 $24.00 $13 536.00 15 9999.0007 Install FOR Barricade 00 00 00 EA 1 1 200.00 $1 200.00 16 9999.0008 Remove FOR Barricade 00 00 00 EA 1 $350.00 $350-00 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 NIT V: OFFSITE PAVING IMPROVEMENTS $336.725.45 CRY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUNVIEJTS -DEVELOPER AW ARDED PROJECTS Farm Version Nfag 22, 2019 00 42 43_H-Pt0.Phl _Eid Ploposall_DAP_P-i s S ECTIO N 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID 00 42 43 DAP-BTDPROPOSAL Page 3 of 3 Bidder's Application Project Item Information Bidder's Proposal Bidiist lteur Description Specification Unit of Bid Unit Pr ce Bid Value No. Section No. Measure Quantity Bid Summary UNIT IV: PAVING IMPROVEMENTS $1,223,193.75 UNIT V: OFFSITE PAVING IMPROVEMENTS $336 725.45 Total Construction Bidl $1,559,919.20 This Bid is submitted by the entity named below: BIDDER: BY: 4�1�1;�,�� TITLE: ONTRACT Is ANMEk DATE: bi Contractor agrees to complete WORT{ for FINAL ACCEPTANCE within 35 worldng CONTRACT commences to run as provided in the General Conditions. END OF SECTION y3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUW NTS -DEVELOPER AWARDED PROJECTS Foan Version May 22, 20I9 004243 HanptoaPht_Bid Proposal i_DAP Paving SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID 00 42 43 DAP - BID PROPOSAL Page I of 2 Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Unit of Bid Unit Price Bid Value Item No. Section No. Measure Quantity UNIT VI: STREET LIGHTING IMPROVEMENTS 1 2605.3015 2" CONDT PVC SCH 80(T) 26 05 33 LF 3,663 $16.64 $60 952-32 2 3441.1410 NO 10 Insulated Elec Condr 3441 10 LF 3,663 $2.53 $9,267.39 3 3441.3001 Rdwy Ilium Assmbly TY 1 A, and 6 3441 20 EA 26 $2 550.00 $66,300.00 4 3441.3301 Rdwy IIIum Foundation TY 1,2, and 4 3441 20 EA 26 $1,691.00 $43,966.00 5 3441.3003 Rdwy Illum assimbly TY 18,18A,19, AND D-40 3441 20 EA 6 $3,523.00 $21,139.00 6 3441.3003 Rdwy Ilium Foundation TY 18 3441 20 EA 4 $1,774.00 $7,096.00 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 TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS1 $208,719.71 CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS 00 42 43_HamplonPh I _Bid Proposal2_DAP _Etectric Form Version May 22, 2019 al SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID 00 42 43 DAP - BID PROPOSAL Page 2 of 2 Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification I Unitof Bid I Unit price Bid Value Item No Section No. I Measure Quantity UNIT VI: This Bid is submitted by the entity named below: BIDDER: Bid Summary IMPROVEMENTS $208,719.71 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. Total Construction Bidl $208,719.71 BY: R rd Wolfe TITLE: President DATE:01/18/2023 ?thc 49 working days after the date w END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Point Version May 22, 2019 00 42 43_HampwnPhl_Bid Pmposa12_DAP_E1ectnca1