Loading...
HomeMy WebLinkAboutContract 60158Received Date: 9/25/2023 Received Time: 7:31 a.m. Developer and Project Information Cover Sheet: Developer Company Name Address, State, Zip Code: Phone & Email: Authorized Signatory, Title: Project Name: Brief Description: Project Location: Plat Case Number: Mapsco: CFA Number: PP-21-036 D.R. Horton - Texas, LTD 6751 North Freeway Fort Worth, Texas 76131 817-230-0800 1 JBosworth@drhorton.com Justin Bosworth, Assistant Secretary Hampton Tract Phase 2 Water, Sewer, Paving, Storm Drain, Street Signs & Lights 4200 Dublin Ridge Dr, Crowley, TX 76036 Plat Name: Hampton Tract Phase 2 TAR-117G Council District: 6 23-0079 City Project Number: 104313 1 IPRC22-0253 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: 60158 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 D.R. 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 2 ("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 Standard Community Facilities Agreement Rev. 9/21 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 2 of 16 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: Street Lights & Signs The Location Map and Cost Estimates are also attached hereto and incorporated herein by reference. To the extent that Exhibits A, A-1, B, B-1, C, the Location Map, or the Cost Estimates conflict with the Engineering Plans, the Engineering Plans shall control. If applicable, Attachment 1 — Changes to Standard Community Facilities Agreement, Attachment 2 — Phased CFA Provisions, and Attachment 3 — Concurrent CFA Provisions, are attached hereto and incorporated herein for all purposes. 4. Construction of Improvements Developer agrees to cause the construction of the Improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and specifications, the Engineering Plans, the Cost Estimates provided for the Improvements, and this Agreement. Developer acknowledges that City will not accept the Improvements until the City receives affidavits and lien releases signed by Developer's contractors verifying that the contractors, and all subcontractors and material suppliers, have been paid in full for constructing the Improvements, and consent of the surety on payment and performance bonds provided for the Improvements. 5. Financial Guarantee Developer has provided the City with a financial guarantee in the form and amounts set forth in this Agreement which guarantees the construction of the Improvements and payment by Developer of all contractors, subcontractors, and material suppliers for the Improvements ("Financial Guarantee"). Developer shall keep the Financial Guarantee in full force and effect until released by the City and shall not reduce the amount of the Financial Guarantee unless authorized by the City in accordance with the CFA Ordinance. City of Fort Worth, Texas Page 3 of 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 conies to: City of Fort Worth, Texas Standard Community Facilities Agreement Rev. 9/21 DEVELOPER: D.R. 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 Project Name: Hampton Tract Phase 2 CFA No.: 23-0079 Ite ms A. Water and Sewer Construction 1. Water Improvements (Onsite) 2. Water Improvements (Offsite) 3. Sanitary Sewer Improvements Water and Sewer Construction Total 36. Cost Summary Sheet City Project No.: 104313 IPRC No.: 22-0253 Developer's Cost $ 1,155,451.70 $ 59,972.90 $ 1,266,393.00 $ 2,481,817.60 B. TPW Construction 1. Paving Improvements (Onsite) $ 2,022,739.55 2. Paving Improvements (Offsite - McCart) $ 363,602.40 3. Paving Improvements (Offsite - Old Cleburne Crowley) $ 344,511.20 4. Drainage Improvements (Onsite) $ 1,235,887.50 5. Drainage Improvements (Offsite - McCart) $ 551,570.00 6. Drainage Improvements (Offsite - Old Cleburne Crowley) $ 652,275.50 7. Street Lighting Improvements (Onsite) $ 224,974.04 8. Street Lighting Improveents (Offsite - McCart) $ 59,948.40 9. Street Lighting Improvements (Offsite - Old Cleburne Crowley) $ 79,579.20 TPW Construction Cost Total $ 5,535,087.79 Total Construction Cost (excluding the fees): $ 8,016,905.39 Estimated Construction Fees: C. Construction Inspection Service Fee $93,750.00 D. Administrative Material Testing Service Fee $22,050.00 E. Water Testing Lab Fee $1,740.00 Total Estimated Construction Fees: $ 117,540.00 Choice Financial Guarantee Options, choose one Amount (Mark one) Bond = 100% $ 8,016,905.39 X Completion Aqreement = 100% / Holds Plat $ 8,016,905.39 Cash Escrow Water/Sanitary Sewer= 125% $ 3,102,272.00 Cash Escrow Pavinq/Storm Drain = 125% $ 6,918,859.74 Letter of Credit = 125% $ 10,021,131.74 Escrow Pledqe Agreement = 125% $ 10,021,131.74 City of Fort Worth, Texas Page 13 of 16 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 TJaru� d'u�6 Dana Burghdoff (Sep A, 2023 CDT) Dana Burghdoff Assistant City Manager Date: Sep 22, 2023 Recommended by: Bichson N�t�Yen Bichson Nguyen (Sep 2 023 08:57 CDT) Bichson Nguyen Contract Compliance Specialist Development Services Approved as to Form & Legality: Thomas Royce Hansen Assistant City Attorney II M&C No. N/A Date: Sep 21, 2023 Form 1295: N/A aon Four ^a 01 �oado ATTEST: g�p°=per a $ � [.c � C V aaan n� 6S4g4 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 Assitant Secretary Date: Sep 21, 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. —10,J^ Rebecca Diane Owen (Sep 21, 2023 09:13 CDT) 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 ® Exhibit A-1: Sewer Improvements ® Exhibit B: Paving Improvements ® Exhibit B-1: Storm Drain Improvements ® Exhibit C: Street Lights and Signs Improvements ® Cost Estimates (Remainder of Page Intentionally Left Blank) City of Fort Worth, Texas Page 15 of 16 Standard Community Facilities Agreement Rev. 9/21 ATTACHMENT "I" Changes to Standard Community Facilities Agreement City Project No. 104313 None City of Fort Worth, Texas Page 16 of 16 Standard Community Facilities Agreement Rev. 9/21 ✓O SEW NYfp/ A--RIRR C� &WI ACRES IIIOW CR LESS (MST. N0. O2,SO5l*Y7) 0.P.R.Ta7. G4/EO 1.28 ACvS (INS7. N0. 0213271134) \� I \ 910$ 2111 aP.zrar. / A►REO A110 02180071121) R.rar. I PROJECT LOCATIONErsua ► %nZf,rcor27).rc.r. `�11111111111111y" DUBLIN RIDGE DR AZAM CREEK LANE � II I_ w TNISTED CREEK DRNE eryc�� U I �S 2g PNASE I J WLI� „ SLW ASSI ISM 7R4Cr JC ROSEWRT piERM6W11E SCHOOL AOpRON (INST Na 0207162981) 0.P.2T.ai. > EXIST CITY LIMITS OF CITY OF CROWLEY ❑ — �rllllIV CN INC ""'S M9E571/ENA uC ` crti'w warurr uc vw J nb4cr (2L5'� :.a 0221n0.P.R.0.T rfa7) ('SE. 00. r. Y1J) ART.CT. r.IG ARE 1WIP1oN Aoli9 NAIW/pl MICE PNISE J I I 1�I--III I' NXUIff pQ2 PACE 2I24 N -� I J J) I I zl 09IF PA I � EXIST CITY LIMITS OF �( ((cc zl yBO�LM01R1'ACRFEuoa CITY FORT WORTH (# Na 111' P017210 I I 00.rAY1 AHBI Cop( �D EW ET iNAW a J N0. OT2IOIBJJ7) I OLD CLEBURNE CROW I FY BE - LOT I/ BL Ix HIM '�* I � �` snuRNnlar Esr� ES%A/ES /�.� �DM1EY MOEPENOk7rt Sam/ mw..;""-IS0. I �. OETACro.P.R.rC.T. O v.R.Tc r�) �o- MESIESiArEs ( NO.0.P.R22027JS� PN4SE I MSr. /021lpSlBlfi 0.P.R.7.0.i. ( 0.PRi.0.i.L1 ewE MWL, cIoI 2Y57. WOT.S O. p J W 0.P.R.7.CT. 0.i. IN coom 0" p�W5T OF CROP, MC. - Lor 1. OLocK , (ry""' NO. D2150OW _ CA ES AOOl , o.PATC.t onvm-01 CSB. a SLICE --W R..Cr PA111111IT r A I�A A Jee- ao) HGLI. � u � CI\IIY SI I���Ic�a� I IIIII CITY PROJECT NO. 104313 IPRC RECORD NO. IPRC22-0253 MAPSCO NO. TAR-117G OWNER / DEVELOPER D.R.HORTON - TEXAS, LTD. 6751 NORTH FREEWAY FORT WORTH, TX 76131 817-230-0800 SHIELD ENGINEERING GROUP n� 1�1A w�1wn•mu 1�M non2es O 0 600 1,200 1,800 GRAPHIC SCALE IN FEET CITY OF FORT WORTH, TEXAS DATE: 8/4/2023 HAMPTON TRACT PHASE 2 CFA VICINITY MAP COPYRIGHT (92021 BY SHIELD ENGINEERING GROUP PLLC. TBPE F-11039 & TBPLS 10193890 -10 BETSY HAMPTON-KIRK I I I \ I II CALLED 6.501 ACRES MORE OR LESS .MCALLE BOONE SOUTH (/HST. O. DT.C.T. 437) \ CALLED OO ACRES O.P.R.T.C.T. (MT.. NO. D2 ) 3 z Z aoSSCHOOL IM ADDITION NDE \ RFfuINDER \ F (INST. o2o2) VOL UME NU/PTON \ U W VOU ME 9102, > C: CALLED 2.9D A ALaiED O.PRTC�r / �i1/ 7 `ST. N0.D21LFREO AND�7624) \ J O'R.T.0.T. \ I F CROOKED BEND DRIVE - / ST 2EIIT �' \ F- CONNECT TO EXIST I _ a WATER MAIN U HA TONTRQ�L IU - _E 'tE6 LAf.:? U PHASE I �E I .4/ 2 CROWLEY .41 CE LLC CALLED ACRES (INST.O. 0227) `� O.P.R.T.T.C.T. CT. Jg I' J E - 0 y�' I Ol, INC KAR/S INVESTMENTS LLC CROWLEY STORAGE LLC J= \ I �— NOREAWNDER . RCT.C'T. CRO(INSNO. D22171STORAGE ILLC " I✓ (9'/Sr NO. D22IOB8923) O.P.R.T.C.T. JAMES HAMPTON SUINV =1ELI I LA! ¢ 1 / FUR/RE �A�(ON 7RrICT VOLUME 910Y, PAGE 2y, —� tiO.P.R.T.c.T. PHASE 1/I AQREEMWW a (INST. NO. 0200I7214 U (\/ its IE ` OWNER / DEVELOPER D.R.HORTON - TEXAS, LTD. 6751 NORTH FREEWAY FORT WORTH, TX 76131 817-230-0800 F ' SUI INV I RE, HbTt ubWD2' 4(,96) WO.P.R.T.C.T. 6 SHIELD U SOUTHCMCROpUOF CNRP MiUNl IV 66 ID RIVI a (INST. NO. D21500NB91 i ENGINEERING GROUP O REFERENCE O.P.R. i.Gr 7Ml AY �11N91�1U1w �101M910 I �-BLOCK OLD CLEBURNE-CROWLEY ROAD I > G I(( CONNECT TO XIST `J A / I � EX T 8* PVC E" PVC WATE MAIM / Q .W-1 — W J1 W LEGEND ONSITE WATER 28 PROPOSED GATE VALVES 10 PROPOSED FIRE HYDRANTS PROP 8" WATERLINE 9,169 LF OF 8" WATER MAIN OFFSITE WATER PROP FIRE HYDRANT 2 PROPOSED GATE VALVES 1 PROPOSED FIRE HYDRANTS PROP GATE VALVE N 643 LF OF 8" WATER MAIN EXIST WATER LINE CITY PROJECT NO. 104313 IPRC RECORD NO. IPRC22-0253 O 0 400 800 1,200 GRAPHIC SCALE IN FEET CITY OF FORT WORTH, TEXAS DATE: 6/7/2023 HAMPTON TRACT PHASE 2 CFA EXH A WATER COPYRIGHT C92021 BY SHIELD ENGINEERING GROUP PLLC. TBPE F-11039 & TBPLS 10193890 MCKSON SOME SOVM I I CNI. 1.26 ACRE I I Ro.27. lAEJ I LEE _ .... lu T� I . IC EE 4,D 21VE R a SCHOOL AVOITM LEE (asr O. p r.rT. zoa2) U W JUI O Zi pTON VOLLW OZI2124 .\ O.P.RTCT. �\ J_ I I FT 00 I I I I I I T CROOKED BEND DRIVE f ' SS — jl/ 9/ST. O200f f^�/ .t"�',(� F ✓GILLED/89H ACRES LIST E �4 LAI�� 1 ' \ SEWER MAIN `� INST. NO. D216007624) I x WD U X-24274�� O.P.R.T.C.T. \ 1 \ l \\III ECT TO EXIST SEWER MAIN T, ICIING CRE -K - Y.242T4 �— KW CROWLEY STORAGE LCIC CALLED 2.41 ACRES za (WT. No. 0217200113, CP,R.T.CT. SUI NV ►RAN :H LAI IE � clry of �_FORT WOR � —� CITY LIMI S r� CH TW KARTS #"S NEM5 LCC TR,1cr 1 (firNa D221 O.P.R.T.C.r. OB892S) / �� `CITY OFCROWLEY t I 1 IL-)y �`1 1 p 1 CITY LIMITS CROKEY STORAGE LCC REM40WER - -- - I lNST. NO. D221171157) ,EWES HANPIONlN J E O.P.R.T.CT. 6OLIDIE 9f0$ l'At - > TRACT PHASE 3 _ O.P.R.T.C.T. (I fIN BoLwaw SUV (I�� y ( I IA IE 'j DONN4 ANN COOK . TRACT ll ( No (INST.. NO. D221026M7) 02001M/4?) w K O.P.R.T.CT. BLUE SWRL. LCC u ' WINE IV BND I RIVE (INSf NO. D221066696) SDI//fl CEN/RAI. I I I ! I I O.P.R.T.CT. MRCOF OF REFERI CRo� Ric. Sr. EDC/10Es ADDIRON D21) J66�61, PC 27) CAB. 1 SLID£ ON O.P.R.T.CT. ►"K '^^,^^" T.C.T. pLID CLEBURNE-CROWLEY ROAD LEGEND PROP 8" SANITARY SEWER LINE 9509 LF OF SEWER MAIN 39-4'MH PROP SANITARY SEWER MANHOLE EXIST SANITARY SEWER LINE EXIST SANITARY SEWER MANHOLE CITY PROJECT NO. 104313 IPRC RECORD NO. IPRC22-0253 COPYRIGHT (92021 BY SHIELD ENGINEERING GROUP PLLC. TBPE F-11039 & TBPLS 10193890 OWNER / DEVELOPER D.R.HORTON -TEXAS, LTD. 6751 NORTH FREEWAY FORT WORTH, TX 76131 817-230-0800 SHIELD ENGINEERING GROUP • 0 400 800 1,200 I ----I GRAPHIC SCALE IN FEET CITY OF FORT WORTH, TEXAS DATE: 6/7/2023 HAMPTON TRACT PHASE 2 CFA EXH Al SEWER JICKSON /TACK I I I I III III II��I `Ma7. Na 021327773M) d4 l i I, joasar. �. 1 \\ 1 a.�AIi1POANo>'m✓n / \ � c ���3e���307rE/ MMM AG7BE4 / m1lM07QMI I/ � , • UBI _E C 2EE4 LAIC {A2 W O fRICLIN 3 CR =EK CImw $/PING[ LLa LS4IED 24/ AGGW -�• _. _... _ ....._ _ `*liY^Y II (IL4T. NGL GM1720012» aPR7.aT. �z II I S .� LJCH �E AD f l ICAII)SEL . O \ I CprO�F FORT WORT .1 � � / �• � � �� CITY U. 5 3 rc �4` wKSE CH INO 101W MM1ES,IaTN$ LCC y I IRACT 1 Na D2210mmJ) OP.a7.aT. CITY OF CROIREV REUMMER .f1A INAb'70/I f'h%' • ,Sl, IN 4'-iEi i LA` `•, , g CITY LIMITS CRCNET STORK£ LLC OLIMIE M102 P10E s• I_ o 0.P.RT.0.T. — (MST. NO. 0100I721 10— r � IgFy� (\/ gwp .:.,.•v::. -: • .• •, t �_ _ - / 6 \ OCWN/ AM/ COCVI SUI NY (RE5 LALA lE 1aGCT M w + 6 MIST. Na O22f0MV7) U �5 A )A r MP : (TTPIC*) J I OR ELECT. W ¢ • / I _ Aw SNMPt. LLC U �1 !1 C) N r.. a Q421M7MQMM) $Om CEMa1L PA l Cq r• avatar. OF pM85T OF CROKEr, /AR \� (M r•,a , iUNI V BE ND 1 RIVE (Mr. Afa �iDOG)/M�) U 1%••. s.:..i..., /,.•, '..- • '•: I LOT l�%�OCK I aPRLai. OW A SLIDE 2M 110 SVANS kLT I ION W TRANsnION c O 7CLEBURNE-CROWLEYRD - ('�JynF f, TY4�RTH W LOT IX HOG I.�TV LIMI , CRONEYM $fMGPG/. BLOCK �. (NST Na O?ZOY7SM7B) aPRT.aT. 0./a6M2T7.8A/ES IL_ / 6P6 2431) fi4/ 2foommPRiO. oEll NR70;jND C2Q.a LEGEND ONSITE PAVING (611 CONIC PVMT) MI. OFFSITE PAVING (10" CONIC PVMT) PUBLIC SIDEWALK (4" CONIC PVMT) OFFSITE PAVING (7" CONIC PVMT) 0 COPYRIGHT (92021 BY SHIELD ENGINEERING GROUP PLLC. TBPE F-11039 & TBPLS 10193890 29,561 SY ONSITE 6" R.C. PVMT 2,378 SY OFFSITE 10" R.C. PVMT 2020 SY PUBLIC SIDEWALK 4" R.C. PVMT 1,533 SY DEVELOPER PAVING 7" R.C. PVMT CITY PROJECT NO. 104313 IPRC RECORD NO. IPRC22-0253 OWNER / DEVELOPER D.R.HORTON - TEXAS, LTD. 6751 NORTH FREEWAY FORT WORTH, TX 76131 817-230-0800 SHIELD ENGINEERING GROUP 7MI! AY MF11NM•lYli 1W �IOIMMIO • 0 400 800 1,200 GRAPHIC SCALE IN FEET CITY OF FORT WORTH, TEXAS DATE: 8/4/2023 HAMPTON TRACT PHASE 2 CFA EXH B PAVING i CITY PROJECT NO. 104313 MY AN11111"IEZIN-11ORK IPRC RECORD NO. IPRC22-0253 CALE ACRES AVE OR IIM JIdISON BOOW SOUTH ( OP.R..O.T. I III CALLED 1.28 ACRES (06T.. M0. 0215277754) \ W TWIBTF1EftED'tID'R"� 11 z c 5 II R EMT Y f g J4NES /i4L/PTON \ OR�VF U A%GE 212 _ PAGE \ O.P.R.T.C.T / r CROOKED END DRIVE 1 PROPOSED CA O'X5'(6) CE . j$FA 1"Iff -� _ \ , 5 �- T /.1 CU VERT EXTENSION CANED 2.8aB ACRES / .tom EFERENCE PLANS ^UBI EC2EEf LAN: � W O RECESSED CURB INIL .ROWLEY STORAGE LLC 4 / CALLED 221 ACRES TFICI(LI1�2EEK NVST NO. D217200127) LANE O.P.R.T.CT. rc PROPOSED PROPOSED CB - ENSI ( N CULVERT ENCE PANS ig %P L REFERENCE PANS U L 5 A --------- ----MEN RECES8 orc CURB C)IORT WORT CITY LI/ S I I CITY OF CROWLEY CITY LIMITS I pfaLSE� / CROWISTORAGE LLC MAST. NO. D22r171157) O. �"-�- O.P.R.T.C.T. ✓ pppL, SEy1Fl.Y SURVEY J V A&S7RACT 1243 TRACT 1D an BOUNDARY SPLIT OWNER/ DEVELOPER SLNNV °IEULA` p \ D.R.HORTON - TEXAS, LTD. REeumroER o 1 FUTURE I 6751 NORTH FREEWAY "ES HMPTON - 1 � I HAMPfMSE J FORT WORTH, TX 76131 AXII/E 8102. PACE 210! O.P.R.-- - �` J 11 817-230-0800 T.GT. Bf/Adi{RV A(�IOIf (abT. NO. D2001721 W I I Iz z- SUI NY RE�LA4E 'd SHIELD BLUE SEVERE. LLC I- �� I I ("rsT oPaurTOses9e) V ENGINEERING GROUP f UMMMMII N-Wslwflomm 3UNI YBI ND ►RIVE a cmR SW"' ow' REFERENCE (MST. NO. D215004469) I� LOT 1. BLOCK 1 O.P.R.T.C.T. CHILES ADDITION I P ICU�B NET . - Ill I PROPOSED CC-10'X4' 5) GAB CULVERT EXTENSI� IN p REFERENCE PLA IS LD CLEBURNE-CRY= OWLEY ROAD 400 800 1,200 LEGEND 3-4' DROP INLET GRAPHIC SCALE IN FEET PROP STORM LINE STORM MH ■ 2-10' CURB INLETS 7-4'X4' STORM MH EXIST STORM LINE 23-15' CURB INLETS CURB INLET 4' DROP INLET ® 5-5'X5' STORM MH CITY OF FORT WORTH, TEXAS 2-15' RECESSED INLETS 1-6'X6' STORM MH DATE: 8/4/2023 42" SLOPING HEADWALL 2-42" SLOPING HEADWALL 1-7'X7' STORM MH 54" SLOPING HEADWALL 1-54" SLOPING HEADWALL HAMPTON TRACT PHASE 2 CFA EXH 131 STORM DRAIN COPYRIGHT (2021 BY SHIELD ENGINEERING GROUP PLLC. TBPE F-11039 & TBPLS 10193890 l "P120 � M/1M�DD 12�7G YGYO AG116 N0. QP.RT.GT. � I I '( I I I SUBRE CREEM LAI'� w TWISTED CREEK DRIVE Ij Z� Z 1 R C wLu IMEaNa m CROOKED BEND DRIVE Ip/AIL 124 All[ Oi 1 I ABPDr7YHT / 'I kp SL 4NY Ie �— 0 J SU NY RE E per' \ / CITY OF CROI LEY CITY LIMITS ti FURNE MVAFION (Nar. Na mlllx cNIIIRII. pl TIN.' MN/a IMOT 1 [�IRIBNBi) OJRLGT. OWNER / DEVELOPER D.R.HORTON - TEXAS, LTD. 6751 NORTH FREEWAY FORT WORTH, TX 76131 817-230-0800 0°° a°racomw OR aMeEr.�� UN B ND RI J I aAWW r J! u SHIELD AtsLw aim�.�,�, p ENGINEERING GROUP 3 I I I � nlwl�rw.nur•>Irulnrnwnwo OLD CLEBURNE-CROWLEY ROAD I1 L I I I 0 400 800 1,200 ` 1 LEGEND PROPOSED STREET SIGN PROPOSED STREET LIGHT PROPOSED ARTERIAL STREET LIGHT 47 PROPOSED STREET LIGHTS 11 PROPOSED ARTERIAL STREET LIGHTS 15 PROPOSED SIGNS CITY PROJECT NO. 104313 IPRC RECORD NO. IPRC22-0253 knoll GRAPHIC SCALE IN FEET CITY OF FORT WORTH, TEXAS DATE: 6/7/2023 HAMPTON TRACT PHASE 2 CFA EXH C STREET LIGHTS COPYRIGHT ©2021 BY SHIELD ENGINEERING GROUP PLLC. TBPE F-11039 & TBPLS 10193890 00 42 43 DAP - Bm PROPOSAL Page 1 of 7 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification I Unit of Bid Unit Price Bid Value Item No Section No, I Measure Quantity UNIT I - A: WATER IMPROVEMENTS (ONSITE 1 0241,1118 4"-12" Pressure Pluq 0241 14 2 $310.00 $620.00 1 2 3005.0003 8" Waterline Lowering 33 05 12 EA 20 $5,250.00 $105,000.00 3 3201,0121 4' Wide Asphalt Pvmt Repair, Arterial 3201 17 LF 15 $173.00 $2.595.00 4 3305.0109 Trench Safety 33 05 10 LF 9,169 $0.10 $916.90 5 3305.0116 Concrete Encasement for Utility Pipes 33 05 10 CY 5 $400.00 $2,000.00 6 3305.1003 20" Steel Casing By Open Cut 33 05 22 LF 138 $160,00 $22,080.00 7 3311.0001 Ductile Iron Water Fittinqs w/ Restraint 33 11 11 TON 4 $6,000.00 $24.000.00 8 3311.0261 8" PVC Water Pipe 3311 12 LF 9,169 $54.20 $496,959.80 9 3312.0001 Fire Hydrant w/ Gate Valve 33 1240 EA 10 $7,360.00 $73,600.00 10 3312,0117 Connection to Existing 4"-12" Water Main 33 12 25 EA 1 $2,600.00 $2,600.00 ( 11 3312.2003 1" Water Service (Irrigation) 33 1210 EA 8 $1.510.00 $12,080,00 f 12 3312.2003 1" Water Service (Domestic) 33 12 10 EA 227 $1,500.00 $340,500.00 13 3312,3003 8" Gate Valve & Box 33 12 20 EA 28 $2,500.00 $70,000.00 14 3471.0013 Traffic Control 3471 13 MO 1 $2,500.00 $2,500.00 15 16 17 - 18 19 - - 2D 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 -A: WATER IMPROVEMENTS (ONSITE1 $ 1,155,451.70 Cn'i OF FORT WORTH STANDARD CONSTRUMON SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Forte Vetstoa May 22, 2019 00 42 43_HantptoiWh2_Bid Proposal_DAP_Util.xtsx UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information 0042113 DAP - BID PROPOSAL Page 2 of 7 Bidder's Application Bidllst Description ( Specification I Unit of I Bid Item No Section No, Measure Quantity UNIT I - B: WATER IMPROVEMENTS (OFFSITE) 1 '0241.1118 4"-12" Pressure Plug 0241 14 EA 1 2 3305.0109 Trench Safety 33 05 10 LF 643 3 3311.0001 Ductile Iron Water Fittings wf Restraint 3311 11 TON 1 4 3311.0251 8" DIP Water 3311 10 LF 260 5 3311.0261 8" PVC Water Pipe 3311 12 LF 383 6 3312.0001 Fire Hydrant w( Gate Valve 33 12 40 EA 1 7 3312.0117 Connection to Existing 4"-12" Water Main 33 12 25 EA 1 8 3312.3003 8" Gate Valve & Box 33 12 20 EA 2 9 3471.0013 Traffic Control 3471 13 MO 1 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 Bidder's Proposal Unit Price I Bid Value $310.00 $310.00 $0.10 $64.30 $6,000.00 $6.000.00 $68.00 $17,680.00 $54.20 $20.758.60 $7,360A0 $7,360.00 $1,300.00 $1.300.00 $2,500.00 $5.000.00 $1,500.00 $1,500.00 TOTAL UNIT I - B: WATER IMPROVEMENTS (OFFSITE) $ 59,972.90 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCU-MENTS - DEVELOPER AWARDED PROJECrS Fonu V-- May 22. 2019 00 42 13_H—p1viW1i2Bid Propom1_DAP.Utd xlsx UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information 00 42 43 DAP - BID PROPOSAL Pnp 3 or 7 Bidder's Application Bidllst Description I ISpecification I Unit of I Bid Item No. Section No. 1 Measure Quantity UNIT II: SANITARY SEWER IMPROVEMENTS 1 0330.0001 Concrete Encase Sewer Pipe 03 30 00 CY 4 I2 3137.0102 Large Stone Riprap, dry 31 37 00 SY 160 3 3301.0002 Post -CCTV Inspection 3301 31 LF 9509 4 3301.0101 Manho a Vacuum Testing 3301 30 EA 38 5 3305.0107 Manhole Adiustment, Minor 33 05 14 EA 1 6 3305.0109 Trench Safety 33 05 10 LF 9509 7 3305.0113 Trench Water Stops 33 05 15 EA 24 8 3305.0202 Imported Embedment/Backfill, CSS 33 05 10 LF 640 9 3305.1003 20" Steel Casing By Open Cut 34 05 10 LF 160 10 3331.3101 4" Sewer Service 33 31 50 EA 227 11 3331.4115 8" Sewer Main 33 31 20 LF 9,268 12 3331.4119 8" DIP Sewer Main 3311 10 LF 241 13 3339.0001 Epoxy Manhole Liner 33 39 60 VF 34 14 3339.1001 4' Manhole 33 39 10 EA 39 15 3339.1003 Extra Depth Manhole ( > 6.0') 33 39 10 VF 138 16 3471-0013 Traffic Control 3471 13 MO 1 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 Bidder's Proposal Unit Price I Bid Value $450.00 $1,800.00 $96.00 $15.360.00 $3.00 $28,527.00 $145.00 $5.510,00 $1,100.00 $1,100.00 $1.00 $9,509.00 $350.00 $8,400.00 $52.00 $33,280.00 $160.00 $25,600.00 $1,440.00 $326.880.00 $62.00 $574,616.00 $121.00 $29,161.00 $400.00 $13,600.00 $4,250.00 $165,750.00 $200.00 $27,600,00 $1,500.00 $1500.00 TOTAL UNIT II: SANITARY SEWE 2 IMPROVEMENTS $ 1,266,393.00 CTIY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOnTSCENTS - DEVELOPER AWARDED PROJECTS Fomt Version My 22. 2019 00 42 43 HamproaPh2_Bid Proposat_DAP_Ut,L.M UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information 00 42 43 DAP - BID PROPOSAL. Page 4 of 7 Bidder's Application Bidlist Description Specification Unit of Bid Item No. Section No. Measure Quantity UNIT III - A: DRAINAGE IMP kOVEMENTS (_ NSITE), 1 3137.0102 Large Stone Riprap, dry 31 37 00 SY 649 2 3305.0109 Trench Safety 33 05 10 LF 4,583 3 3341.0201 21" RCP. Class III 3341 10 LF 210 4 3341.0205 24" RCP, Class III 3341 10 LF 650 5 3341.0205 27" RCP, Class 111 3341 10 LF 86 6 3341.0302 30" RCP, Class 111 3341 10 LF 50 7 3341.0312 36" RCP, Class III 3341 10 LF 893 8 3341.0402 42" RCP, Class 111 3341 10 LF 2,327 9 3341.0502 54" RCP, Class 111 3341 10 LF 367 10 3349.0001 4'Storm Junction Box 33 49 10 EA 5 11 3349.0002 5' Storm Junction Box 33 49 10 EA 5 12 3349.0003 6' Storrn Junction Box 34 49 10 EA 1 13 3349.0004 7' Storm Junction Box 35 49 10 EA 1 14 3349.5001 10' Curb Inlet 33 49 20 EA 2 15 3349.5002 15' Curb Inlet 33 49 20 EA 22 16 3349.7001 4' Drop Inlet 33 49 20 EA 2 17 9999.0001 42" Sloping Headwall 00 00 00 EA 2 18 9999.0002 54" Sloping Headwall 00 00 00 MO 1 19 20 21._- — 22 23 24._ v - _- -- 24 26 27 28 29.._ 30 - 31 — 32 - 34 35 36 37 38 39 40-- 41 42 _ 43 TOTAL UNT III - A: DRA NAGE IMPROk EMENTS (ONSITE) $ CrrY Or FORT WORTH -' STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Fow V—oa May 22. 2019 Bidder's Proposal Unit Price I Bid Value $96.00 $62,304.00 $0.50 $2,291.50 $91.00 $19,110.00 $103,00 $66,950.00 $118.00 $10,148.00 $129.00 $6,450.00 $166.00 $148,238.00 $217,00 $504,959.00 $311.00 $114.137.00 $6,300.00 $31.500.00 $7.200.00 $36,000.00 $9.400.00 $9,400.00 $12,100.00 $12,100.00 $5.900.00 $11,800.00 $8,000.00 $176,000.00 $6,500.00 $13,000.00 $3,500.00 $7.000.00 $4,500,00 $4,500.00 1,236,887.50 00 42 43_Ha.W1-P14 Hid ProposN—DAP Uril,!sc UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information 004243 DAP - BID PROPOSAL Page S of Bidder's Application Bidder's Proposal Bidlist I Description Specification 1 Unit of I Bid Unit Price I Bid Value item No. Section No. Measure Quantity UNIT III - B: DRAINAGE IMPROVE VENTS (OFFSITE - McCART) 1 0241.4401 Remove Headwall/SET 024114 EA 2 $7,500.00 $15,000.00 2 3137.0102 Large Stone Riprap, dry 31 3700 SY 837 $96.00 $80,352.00 3 3305.0109 Trench Safety 33 05 ! 0 LF 140 $0.50 $70.00 4 3341.0201 21" RCP, Class III 3341 10 LF 32 $92.00 $2,944,00 5 3341.0205 27" RCP, Class III 3341 10 LF 88 $123.00 $10,824.00 6 3349.6002 15' Recessed Inlet 33 49 20 EA 2 $8,000.00 $16,000.00 7 9999,0003 Skew Winged Head Wall 00 00 00 EA 2 $106,500.00 $213,000.00 8 9999.0004 MBC 513-19x5' 00 00 00 LF 20 $6,211.00 $124,220.00 9 9999.0005 MSC 6B-10'x5' 00 00 00 LF 12 $7.430.00 $89,160.00 10 11 12 13 .. 14 15 1s 17 19 y 20 21 22 _ 23 24 25 26 27 — 28 _ 29 30 31 32 _ 33 34 35 36 37 38 _ 39 40 41 d2 43 44 _ 45 TOTAL UNIT III - B: DRAINAGE IMPROVEMENTS (OFFSITE - VCCARTI $ 661,670.00 Crh' OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCTINIENiS - DEVELOPER AWARDED PROJECTS Fomi Veisioa May 22, 2019 004243 Hamp[oiiPlO. BiA Pivpawl DAP_Utilxlss UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information 004243 DAP - BID PROPOSAL Peg, 6 of 7 Bidder's Application Bidder's Proposal Bidlist Description Specification Unit of I Bid Unit Price Bid Value Item No, Section No. Measure I Quantity UNIT III - C: DRAINAGE IMPROVEMENTS (OFFSITE - OLD '3LEBURNE CROWLEY) 1 0241.4401 Remove Headwall/SET 0241 14 EA 1 $7,500.00 $7,500.00 2 3137.0102 Large Stone Riprap, dry 31 37 00 SY 622 $96.00 $59,712.00 3 3305.0109 Trench Safety 33 05 10 LF 673 $0.50 $336.50 5 3341.0205 27" RCP, Class III 3441 10 LF 604 $124.00 $74,896.00 6 3341.0305 33" RCP, Class III 3541 10 LF 6 $176.00 $1,056.00 5 3341.0312 36" RCP, Class III 3341 10 LF 42 $170.00 $7,140.00 6 3349.0001 4' Storm Junction Box 33 49 10 EA 2 $6,300.00 $12,600.00 7 3349.5002 15' Curb Inlet 33 49 20 EA 1 $8,000.00 $8.000.00 8 3349.7001 4' Drop Inlet 33 49 20 EA 1 $6,500 00 $6,500.00 9 9999.0003 Skew Winged Head Wall 00 00 00 EA 1 $352,000.00 $352,000.00 10 9999.0006 MBC 5B-10'x4' 00 00 00 LF 21 $5,835.00 $122.535.00 11 12 14 15 - 16 1719 18 — 20 21 22 23 24 25 26 27 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 - TOTAL UNIT III - C: DRAINAGE IMPROVEMENTS (OFFSITE - OLD CLE --URNS CROWLEY) $ 652,275.50 CFTY'OF FOR:r WORTH STANDARD CONSTRUCTION SPECIFICA rtON DOCUMENTS - DEVELOPER AWARDED PROJECTS Form W.-1VIay 22.2019 00 42 43H-,ptoaPh2 Bid Prop.Q1_DAP 1Jh1.xhx UNIT PRICE BID Bidlist Item No SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information Description 0042 .t3 DAP - BID PROPOSAL Page 7 of 7 Bidder's Application Specification Unit of Bid Section No. I Measure Quantity Bid Summary TOTAL UNIT I - A: WATER IMPROVEMENTS (ONSITE) TOTAL UNIT I - B: WATER IMPROVEMENTS (OFFSITE) TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS TOTAL UNIT III - A: DRAINAGE IMPROVEMENTS (ONSITE) TOTAL UNIT III - B: DRAINAGE IMPROVEMENTS (OFFSITE - McCART) TOTAL UNIT III - C: DRAINAGE IMPROVEMENTS (OFFSITE - OLD CLEBURNE CROWLEY) Total Construction Bid This Bid is submitted by the entity named below: BIDDER: Burnsco Construction, Inc 6331 Southwest Bled, Benbrook, TX 76132 Contractor agrees to complete R"ORK for FINAL .ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. CM' OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Font Version May 22, 2019 Bidder's Proposal Unit Price I Bid Value TITLE: atilt DATE: $1,155,451.70 $59,972.90 $1,266,393.00 $1,235,887.50 $551, 570.00 $652,275.50 $4,921,550,60 180 working days after the date when the 00,1213_"—pro,,Pf2_Bid Ptuposel_DAP Utilxkx UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM 00 42 43 DAP - BID PROPOSAL Page I oC4 Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. I Description Specification I Section No. Unit of Measure Bid Quantity Unit Price I Bid Value UNIT IV - A: PAVING IMPROVEMENTS (ONSITE) 1 3211.0400 Hydrated Lime 32 11 29 I TON 591 $323.00 $190,893.00 2 3211.0501 6" Lime Treatment 32 11 29 SY 32,517 $3.15 $102,428.55 3 3213.0101 6" Conic Pvmt 32 13 13 SY 29,561 $50.85 $1,503,176.85 4 3213.0302 4" Conic Sidewalk (BV Developer) 32 13 20 SF 9,316 $7.45 $69,404.20 5 3213.0501 Barrier Free Ramp, Type R-1 32 13 20 EA 4 $2,925.00 $11,700.00 6 3213.0506 Barrier Free Ramp, Type P-1 32 1320 EA 24 $3,995.00 $95,880.00 7 3292.0400 Seedinq, HVdromulch (Open Space) 32 92 13 SY 18,526 $0.95 $17,599.70 8 3441.4003 Furnish/Install Alum Sign Ground Mount City 3441 30 EA 15 $440.00 $6,600.00 9 3471.0001 Traffic Control 3471 13 MO 1 $2,150.00 $2,150.00 10 3291.0100 Topsoil 3291 19 CY 180 $69.45 $12,501.00 11 3292.0100 Block Sod Placement 32 92 13 SY 1,105 $6.25 $6,906.25 12 9999.0005 Install FOR Barricade 00 00 00 EA 1 $1,500.00 $1,500.00 13 9999.0007 Connect to Exist Pavement 00 00 00 EA 1 $2,000.00 $2,000.00 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 IV - A: PAVING IMPROVEMENTS (ONSITE) $ 2,022,739.55 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_HamptooPh2_13id Proposal l_DAP—Paving .xlsx 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 I Description I Specification I Unit of I Bid Unit Price I Bid Value 1 Item No. Section No. Measure Quantity UNIT IV - B: PAVING IMPROVEIENTS (OFFSITE - McCart) I 1 0241.0550 Remove Guardrail 0241 13 LF 493 $12.50 $6,162.50 2 3211.0400 Hvdrated Lime 32 11 29 TON 48 I $323.00 $15,504.00 3 3211.0503 8" Lime Treatment 3211 29 SY 2,616 $3.15 $8,240.40 4 3213.0105 10" Conc Pvmt 32 13 13 SY 1 2,378 $79.95 $190,121.10 5 3213.0302 4" Conc Sidewalk (Bv Developer) 32 1320 SF 7,481 $7.45 $55,733.45 6 3217.0003 4" BRK Pvmt Markinq HAS (W) 32 17 23 LF 2,284 $1.30 $2,969.20 i 7 3217.0004 4" BRK Pvmt Markinq HAS (Y) 32 17 23 LF 1,142 $1.30 $1,484.601 8 3217.0401 18" BRK Pvmt Markinq HAE (W) 32 1723 LF 105 $11.50 $1,207.501 9 3217.2104 REFL Raised Marker TY II-C-R 32 1723 EA 107 $4.85 $518.951 10 3217.4302 Remove 6" Pvmt Markinq 32 1723 LF 2,284 $1.05 $2,398.2011 11 3291.0100 Topsoil 3291 19 CY 165 $69.45 $11,459.25� 12 3292.0100 Block Sod Placement 32 92 13 SY 989 $6.25 $6,181.25 13 3471.0001 Traffic Control 3471 13 MO 1 $4,445.00 $4,445.00 1 14 9999.0005 Install FOR Barricade 00 00 00 EA 1 $1,500.00 $1,500.001 15 9999.0006 Remove FOR Barricade 00 00 00 EA 1 $500.00 $500.001 16 9999.0007 Connect to Exist Pavement 00 00 00 EA 2 $4,500.00 $9,000.001 17 9999.0008 Install Ped Rail SKT 31(Wood Post) 00 00 00 LF 197 $141.00 $27,777.001, 18 9999 0009 Install Ped Rail Type PR22 (Pipe) 00 00 00 LF 160 $115.00 $18,400.00 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 TOTAL UNIT IV - B: PAVING IMPROVEMENTS (OFFSITE - McCarty $ 363,602.40 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_HamptonPh2_Bid Proposal I_ DAP_Paving.xlsx UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information 00 42 43 DAP - BID PROPOSAL Page 3 of 4 Bidder's Application Bidder's Proposal Bidlist Description I Specification Unit of Bid Unit Price Bid Value Item No. Section No. Measure Quantity UNIT IV - C: PAVING IMPROVEMENTS (OFFSITE - OLD CLEBURNE CROWLEY) 1 0241.1000 Remove Conc Pvmt 0241 15 Sy 15 $32.00 $480.00 2 0241.1100 Remove Asphalt Pvmt 0241 15 Sy 279 $32.00 $8,928.00 3 3211.0400 Hydrated Lime 32 11 29 TON 31 $323.00 $10,013.001 4 3211.0503 8" Lime Treatment 3211 29 Sy 1,686 $3.15 $5,310.901 5 3212.0401 HMAC Transition 32 1216 Sy 42 $107.00 $4,494.001 6 3213.0102 10" Conc Pvmt 32 1313 Sy 1,533 $79.95 $122,563.351 7 3213.0302 4" Conc Sidewalk (Bv Developer) 32 13 20 SF 10,593 $7.45 $78,917.851 8 3217.0102 6" SLID Pvmt Marking HAS (Y) 32 17 23 LF 2,848 $2.05 $5,838.401 9 3217.0401 18" BRK Pvmt Marking HAE (W) 32 1723 LF 1 205 $11.50 $2,357.501 10 3217.2104 REFL Raised Marker TY II-C-R 32 1723 EA 1 66 $4.85 $320.10 1 11 3217.4302 Remove 6" Pvmt Marking 32 17 23 LF 1 984 $1.05 $1,033.201 12 3291.0100 Topsoil 3291 19 CY 232 $69.45 $16,112.40 13 3292.0100 Block Sod Placement 32 92 13 SY I 1,394 $6.25 $8,712.50 14 3471.0001 Traffic Control 3471 13 MO 1 1 $5,855.00 $5,855.00� 15 9999.0005 Install FOR Barricade 00 00 00 EA 1 $1,500.00 $1,500.00 16 9999.0007 Connect to Exist Pavement 00 00 00 EA 2 $5,915.00 $11,830.001 17 9999.0008 Install Ped Rail SKT 31 (Wood Post) 00 00 00 LF 25 $280.00 $7,000.00 1 1 18 9999.0009 Install Ped Rail Type PR22 (Pipe) 00 00 00 LF 463 $115.00 $53,245.001 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 TOTAL UNIT IV - C: PAVING IMPROVEMENTS (OFFSITE - OLD CLEBURNE CROWLEY) $ 344,511.20 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 212019 00 42 43_HamptonPh2_Bid Proposal l_DAP_Pa ing.xlsx UNIT PRICE BID Bidlist Item No. SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information Description 00 42 43 DAP -BID PROPOSAL Page 4 of 4 Bidder's Application Bidder's Proposal Specification I Unit of ( Bid Unit Price I Bid Value , Section No. Measure Quantity Bid Summary TOTAL UNIT IV -A: PAVING IMPROVEMENTS (ONSITE) TOTAL UNIT IV - B: PAVING IMPROVEMENTS (OFFSITE - McCart) TOTAL UNIT IV - C: PAVING IMPROVEMENTS (OFFSITE - OLD CLEBURNE CROWLEY) Total Construction Bid This Bid is submitted by the entity named below: BIDDER: Gilco Contracting, Inc 6331 Southwest Boulevard Benbrook, TX 76132 Contractor agrees to complete WORK for FLNAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. $2,022,739.55 $363,602.40 $344,511.20 $2,730,853.15 BY: Leia McQuien Ao,, —WL(5� TITLE: Vt 'dent, Operations DATE: 8I181123 END OF SECTION 75 working days after the date when the CITY OF FORT WORTH STANDARD CONS MCI ION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROTECTS Form Version May 22, 2019 00 42 43_H=ptonPh2_Bid Proposall_DAP _Paving.xlsx SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID 00 42 43 DAP - BID PROPOSAL. Page 4 of 4 Bidder's Application Project Item Information Bidder's Proposal Bidlist. I Description I Specification I Unit of ( Bid Unit Price I Bid Value Item NoSection No. Measure Quantity Bid Summary TOTAL UNIT IV -A: PAVING IMPROVEMENTS (ONSITE) I $2,022,739.55 TOTAL UNIT IV - B: PAVING IMPROVEMENTS (OFFSITE - McCart) $363,602.40 TOTAL UNIT IV- C: PAVING IMPROVEMENTS (OFFSITE- OLD CLEBURNE CROWLEY) $344,511.20 Total Construction Bid $2,730,853.15 This Bid is submitted by the entity named below: BIDDER: Gitco Contracting, Inc 6331 Southwest Boulevard Benbrook, TX 76132 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. BY: Leia McQuien ANA,. TITLE: Vr dent, Operations DATE: 818/23 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 75 working days after the date when the 00 42 43_Haznpt nPh2_Bid Proposal l_DAP _P-ing.xl- UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information 00 42 43 DAP - BID PROPOSAL Page I of 4 Bidder's Application Bidlist Description Specification I Unit of I Bid I Item No Section No. Measure Quantity UNIT V - A: STREET LIGHTING IMPROVEMENTS (ONSP'E) 1 2605.3015 2" CONDT PVC SCH 80(T) 26 05 33 LF 1,516 2 3441.1410 NO 10 Insulated Elec Condr 3441 10 LF 4,548 3 3441.1646 Fumish/Install Type 33B Arm 3441 20 EA 47 4 3441.3050 Fumishlinstall LED Lighting Fixture (70 watt ATBO Cobra Head) 3441 20 EA 47 5 3441.3301 Rdwy Ilium Foundation TY 1,2, and 4 3441 20 EA 47 6 3441.3351 Furnish/Install Rdway Ilium TY 11 Pole 3441 20 EA 47 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 - A: STREET LIGHTING IMPROVEMENTS (ONSITE) $ Bidder's Proposal Unit Price I Bid Value $17.56 $26,620.96 $1.46 $6,640.08 $259.00 $12,173.00 $341.00 $16,027.00 $1,493.00 $70,171.00 $1,986.00 $93,342.00 224,974.04 CITY" OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version Mav 22. 2019 00 42 43_HamptonPh2_Bid Proposa12_DAP_Elcemcal Asx UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information 00 42 43 DAP - BID PROPOSAL Page 2 of 4 Bidder's Application Bidlist Description Specification I Unit of I Bid Item No, Section No. Measure Quantity UNIT V - B: STREET LIGHTING IMPROVEMENTS (O rFSITE - McCART� 1 2605.3015 2" CONDT PVC SCH 80(T) 26 05 33 LF 852 2 3441.1405 NO 2 Insulated Elec Condr 3441 10 LF 3,408 3 3441.3003 Rdwy Ilium assmbly TY 18,18A,19, AND D-40 3441 20 EA 6 4 3441.3302 Rdwy ilium Foundation TY 3,5,6, and 8 3441 20 EA 6 5 3441.1501 Ground Box Type B 3441 10 EA 3 6 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 Bidder's Proposal Unit Price Bid Value $17.56 $14,961.12 $3.91 $13,325.28 $3,125.00 $18,750.00 $1,800.00 $10,800.00 $704.00 $2,112.00 TOTAL UNIT V - B: STREET LIGHTING IMPROVEMENTS (OFFSITE - McCART) $ 69,948.40 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Fonn Version May 22, 2019 00 42 4 _HamptonPh2_Bid Proposa12 DAP_ Electrical.xlsx UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information 00 42 43 DAP - BID PROPOSAL Page 3 of 4 Bidder's Application Bidder's Proposal Bidlist ( Description I Specification I Unit of Bid Unit Price Item No Section No Measure Quantity UNIT V - C: STREET LIGHTING IMPROVEMENTS (OFFSITE - OLD CLEBURNE CROWLEY) 1 '2605.3015 2" CONDT PVC SCH 80(T) 26 05 33 LF 1,381 $17.56 2 3441.1405 NO 2 Insulated Elec Condr 3441 10 LF 5,524 $3.91 3 3441.3003 Rdwy Ilium assmbly TY 18,18A,19, AND D-40 34 41 20 EA 6 $3,235.00 4 3441.3302 Rdwy Ilium Foundation TY 3,5,6, and 8 34 41 20 EA 6 $1,800.00 5 3441.1501 Ground Box Type 8 3441 10 EA 5 $704.00 6 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 Bid Value $24,250.36 $21,598.84 $19,410.00 $10,800.00 $3,520.00 TOTAL UNIT V - C: STREET LIGHTING IMPROVEMENTS (OFFSITE - OLD CLEBURNE CROWLEY) $ 79,579.20 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Fonn Version May 22. 2019 00 42 43_H=ptonPh2_Bid Proposal2 DAP_Elcctncalslss SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID 00 42 43 DAP -BID PROPOSAL Page 4 of 4 Bidder's Application Project Item Information Bidder's Proposal Bidlist ( Description Specification I Unit of I Bid Unit Price ( Bid Value Item No. Section No. Measure Quantity Bid Summary ( TOTAL UNIT V - A: STREET LIGHTING IMPROVEMENTS (ONSITE) $224,974.04 1 1 TOTAL UNIT V - B: STREET LIGHTING IMPROVEMENTS (OFFSITE - McCART) $159,948.40 TOTAL UNIT V - C: STREET LIGHTING IMPROVEMENTS (OFFSITE -OLD CLEBURNE CROWLEY) $ 79,579.20 Total Construction Bid $364,501.64 1 This Bid is submitted by the entity named below: BIDDER: Independent Utility Construction, Inc. 5109 Sun Valley Drive Fort Worth, TX 96119 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Fonn Vcrsion May 22, 2019 BY: R' rd Wolfe TITLE: President DATE: 8-18-2023 END OF SECTION 45 working days after the date when the 00 42 43_HamptonPh2_Bid Proposa12_DAP_Electtical.%Is