HomeMy WebLinkAboutContract 60376Received Date: Oct 30, 2023
Received Time:
Developer and Project Information Cover Sheet:
Developer Company Name:
Lennar Homes of Texas Land and Construction, LTD.
Address, State, Zip Code:
1707 Market Place Blvd. Suite 100 Irving, Texas 75063
Phone & Email:
469-587-5293 1Jennifer.Eller@lennar.com
Authorized Signatory, Title:
Jennifer Eller, Authorized Agent
Project Name:
Shale Creek Phase 4
Brief Description:
Water, Wastewater, Paving, Stormwater, Street Lights & Signs
Project Location:
S County Line Rd, Rhome, TX 76078
Plat Case Number:
PP-19-043
Plat Name:
Mapsco:
640F&K
Council District:
ETJ
CFA Number:
23-0110
City Project Number:
1033681 IPRC21-0128
City of Fort Worth, Texas
Standard Community Facilities Agreement
Rev. 9/21
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
City Contract Number: 60376
STANDARD COMMUNITY FACILITIES AGREEMENT
This COMMUNITY FACILITIES AGREEMENT ("Agreement") is made and entered into by
and between the City of Fort Worth ("City"), a home -rule municipal corporation of the State of Texas,
acting by and through its duly authorized Assistant City Manager, and Lennar Homes of Texas Land and
Construction, LTD. ("Developer"), acting by and through its duly authorized representative. City and
Developer are referred to herein individually as a "party" and collectively as the "parties."
WHEREAS, Developer is constructing private improvements or subdividing land within the
corporate limits of Fort Worth, Texas or its extraterritorial jurisdiction, for a project known as Shale Creek
Phase 4 ("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
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: Wastewater
E Exhibit B: Paving
E Exhibit B-1: Stormwater
E Exhibit C: Street Lights
Exhibit C-1 Street 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, 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
Standard Community Facilities Agreement
Rev. 9/21
Page 3 of 16
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
Standard Community Facilities Agreement
Rev. 9/21
Page 4 of 16
(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.
(0
(g)
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.
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
Standard Community Facilities Agreement
Rev. 9/21
Page 5 of 16
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 ON ACCOUNT
OF ANY INJURIES OR DAMAGES SUSTAINED BYANYPERSONS, INCLUDING 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 ON ACCOUNT OF ANYA CT, INTENTIONAL
OR OTHERWISE, NEGLECT OR MISCONDUCT OF SAID DEVELOPER, ITS
CONTRACTORS, SUB -CONTRACTORS, OFFICERS, AGENTS OR EMPLOYEES,
WHETHER OR NOT SUCH INJURIES, DEATH OR DAMAGES ARE CAUSED, IN WHOLE
OR IN PART, BY THE ALLEGED NEGLIGENCE OF THE CITY OF FORT WORTH, ITS
OFFICERS, SERVANTS, OR EMPLOYEES.
(c) DEVELOPER WILL REQUIRE ITS CONTRACTORS TO INDEMNIFY, DEFEND AND
HOLD HARMLESS THE CITY, ITS OFFICERS, AGENTS AND EMPLOYEES FROM
AND AGAINST ANY AND ALL CLAIMS, SUITS OR CAUSES OF ACTION OF ANY
NATURE WHATSOEVER, WHETHER REAL OR ASSERTED, BROUGHT FOR OR ON
ACCOUNT OF ANY INJURIES OR DAMAGES TO PERSONS OR PROPERTY,
INCLUDING DEATH, RESULTING FROM, OR IN ANY 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 IN ACCORDANCE WITH ALL PLANS AND SPECIFICATIONS.
13.
Right to Enforce Contracts
City of Fort Worth, Texas
Standard Community Facilities Agreement
Rev. 9/21
Page 6 of 16
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
City of Fort Worth, Texas
Standard Community Facilities Agreement
Rev. 9/21
DEVELOPER:
Lennar Homes of Texas Land and
Construction, LTD.
1707 Market Place Blvd. Suite 100
Irving, Texas 75063
Page 7 of 16
With copies to:
City Attorney's Office
City of Fort Worth
200 Texas Street
Fort Worth, Texas 76102
and
City Manager's Office
City of Fort Worth
200 Texas Street
Fort Worth, Texas 76102
Or to such other address one party may hereafter designate by notice in writing addressed and
mailed or delivered to the other party hereto.
17.
Right to Audit
Developer agrees that, until the expiration of three (3) years after acceptance by the City of the
Improvements constructed pursuant to this Agreement, that the City shall have access to and the right to
examine any directly pertinent books, documents, papers and records of the Developer involving
transactions relating to this Agreement. Developer agrees that the City shall have access during normal
working hours to all necessary Developer facilities and shall be provided adequate and appropriate
workspace in order to conduct audits in compliance with the provisions of this section. The City shall give
Developer reasonable advance notice of intended audits.
Developer further agrees to include in all contracts with Developer's contractors for the
Improvements a provision to the effect that the contractor agrees that the City shall, until the expiration of
three (3) years after final payment under the contract, have access to and the right to examine any directly
pertinent books, documents, papers and records of such contractor, involving transactions to the contract,
and further, that City shall have access during normal working hours to all of the contractor's facilities, and
shall be provided adequate and appropriate work space in order to conduct audits in compliance with the
provisions of this section. City shall give Developer's contractors reasonable advance notice of intended
audits.
18.
Independent Contractor
It is expressly understood and agreed that Developer and its employees, representative, agents,
servants, officers, contractors, subcontractors, and volunteers shall operate as independent contractors as to
all rights and privileges and work performed under this Agreement, and not as agents, representatives or
employees of the City. Subject to and in accordance with the conditions and provisions of this Agreement,
Developer shall have the exclusive right to control the details of its operations and activities and be solely
responsible for the acts and omissions of its employees, representatives, agents, servants, officers,
contractors, subcontractors, and volunteers. Developer acknowledges that the doctrine of respondeat
superior shall not apply as between the City and its officers, representatives, agents, servants and
employees, and Developer and its employees, representatives, agents, servants, officers, contractors,
City of Fort Worth, Texas
Standard Community Facilities Agreement
Rev. 9/21
Page 8 of 16
subcontractors, and volunteers. Developer further agrees that nothing herein shall be construed as the
creation of a partnership or joint enterprise between City and Developer. It is further understood that the
City shall in no way be considered a co -employer or a joint employer of Developer or any employees,
representatives, agents, servants, officers, contractors, subcontractors, and volunteers of Developer.
Neither Developer, nor any officers, agents, servants, employees or subcontractors of Developer shall be
entitled to any employment benefits from the City. Developer shall be responsible and liable for any and
all payment and reporting of taxes on behalf of itself, and any of employees, representatives, agents,
servants, officers, contractors, subcontractors, and volunteers.
The City, through its authorized representatives and employees, shall have the sole and exclusive
right to exercise jurisdiction and control over City employees.
19.
Applicable Law; Venue
This Agreement shall be construed under and in accordance with Texas law. Venue shall be in
the state courts located in Tarrant County, Texas or the United States District Court for the Northern
District of Texas, Fort Worth Division.
20.
Non -Waiver
The failure of the City to insist upon the performance of any term or provision of this Agreement
or to exercise any right herein conferred shall not be construed as a waiver or relinquishment to any extent
of City's right to assert or rely on any such term or right on any future occasion.
21.
Governmental Powers and Immunities.
It is understood that by execution of this Agreement, the City does not waive or surrender
any of its governmental powers or immunities.
22.
Headings
The paragraph headings contained herein are for the convenience in reference and are not intended
to define or limit the scope of any provision of this Agreement.
23.
Severability
In the event that any clause or provision of this Agreement shall be held to be invalid by any
court of competent jurisdiction, the invalidity of such clause or provision shall not affect any of the
remaining provisions hereof.
24.
Review of Counsel
City and Developer, and if they so choose, their attorneys, have had the opportunity to review
City of Fort Worth, Texas
Standard Community Facilities Agreement
Rev. 9/21
Page 9 of 16
and comment on this document; therefore any rule of contract construction or interpretation that would
normally call for the document to be interpreted as against the drafting party shall not apply in
interpretation of this Agreement, and each section, portion, and provision of this Agreement shall be
construed solely on the basis of the language contained therein, regardless of who authored such
language.
25.
Prohibition on Boycotting Israel
Developer acknowledges that in accordance with Chapter 2271 of the Texas Government Code,
the City is prohibited from entering into a contract with a company with 10 or more full-time employees
that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City for
goods or services unless the contract contains a written verification from the company that it: (1) does not
boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel"
and "company" have the meanings ascribed to those terms by Chapter 2271 of the Texas Government Code.
To the extent that Chapter 2271 of the Government Code is applicable to this Agreement, by signing this
Agreement, Developer certifies that Developer's signature provides written verification to the City that
Developer: (1) does not boycott Israel; and (2) will not boycott Israel during the term of this Agreement.
26.
Prohibition on Boycotting Energy Companies
Developer acknowledges that in accordance with Chapter 2274 of the Texas Government Code, as
added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2, the City is prohibited from entering into a contract for
goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds
of the City with a company with 10 or more full-time employees unless the contract contains a written
verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott
energy companies during the term of the contract. The terms "boycott energy company" and "company"
have the meanings ascribed to those terms by Chapter 2274 of the Texas Government Code, as added by
Acts 2021, 87th Leg., R.S., S.B. 13, § 2. To the extent that Chapter 2274 of the Government Code is
applicable to this Agreement, by signing this Agreement, Developer certifies that Developer's signature
provides written verification to the City that Developer: (1) does not boycott energy companies; and (2)
will not boycott energy companies during the term of this Agreement.
27.
Prohibition on Discrimination Against Firearm and Ammunition Industries
Developer acknowledges that except as otherwise provided by Chapter 2274 of the Texas
Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1, the City is prohibited from entering
into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly
from public funds of the City with a company with 10 or more full-time employees unless the contract
contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or
directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate
during the term of the contract against a firearm entity or firearm trade association. The terms
"discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms
by Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1. To
the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this
Agreement, Developer certifies that Developer's signature provides written verification to the City that
Developer: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm
City of Fort Worth, Texas
Standard Community Facilities Agreement
Rev. 9/21
Page 10 of 16
entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade
association during the term of this Agreement.
28.
Immigration and Nationality Act
Developer shall verify the identity and employment eligibility of its employees who perform work
under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon
request by City, Developer shall provide City with copies of all I-9 forms and supporting eligibility
documentation for each employee who performs work under this Agreement. Developer shall adhere to all
Federal and State laws as well as establish appropriate procedures and controls so that no services will be
performed by any Developer employee who is not legally eligible to perform such services. DEVELOPER
SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES,
LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY DEVELOPER,
DEVELOPER'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.
City of Fort Worth, Texas
Standard Community Facilities Agreement
Rev. 9/21
Page 11 of 16
33.
Signature Authority
The person signing this Agreement on behalf of Developer warrants that he or she has the legal
authority to execute this Agreement on behalf of the Developer, and that such binding authority has been
granted by proper order, resolution, ordinance or other authorization of the entity. The City is fully entitled
to rely on this warranty and representation in entering into this Agreement.
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
Standard Community Facilities Agreement
Rev. 9/21
Page 12 of 16
36.
Cost Summary Sheet
Project Name: Shale Creek Phase 4
CFA No.: 23-0110
City Project No.: 103368 IPRC No.: 21-0128
Items Developer's Cost
A. Water and Sewer Construction
1. Water Construction
2. Sewer Construction
Water and Sewer Construction Total $ 1,292,112.00
$ 820,011.00
$ 472,101.00
B. TPW Construction
1. Street
2. Storm Drain
3. Street Lights Installed by Developer
4. Signals
TPW Construction Cost Total $ 3,356,361.00
$ 2,056,961.00
$ 1,008,680.00
$ 290,720.00
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
$ 4,648,473.00
$50,000.00
$13,475.00
$1, 500.00
$ 64,975.00
Amount
Choice
Mark one
Bond = 100%
$ 4,648,473.00
X
Completion Agreement = 100% / Holds Plat
$ 4,648,473.00
Cash Escrow Water/Sanitary Sewer= 125%
$ 1,615,140.00
Cash Escrow Paving/Storm Drain = 125%
$ 4,195,451.25
Letter of Credit = 125%
$ 5,810,591.25
Escrow Pledge Agreement = 125%
$ 5,810,591.25
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 alholo-ff
Dana Burghdoff (Oct 1 , 202319:5 CDT)
Dana Burghdoff
Assistant City Manager
Date: Oct 17, 2023
Recommended by:
Glair 54,
Dwayne Hollars (Oct 12, 2023 08:36 CDT)
Dwayne Hollars
Contract Compliance Specialist
Development Services
Approved as to Form & Legality:
Thomas Royce Hansen
Assistant City Attorney
M&C No. N/A
Date: Oct 17, 2023
Form 1295: N/A
ATTEST:
A a4
Jannette S. Goodall
City Secretary
City of Fort Worth, Texas
Standard Community Facilities Agreement
Rev. 9/21
DEVELOPER
Lennar HomesJennifeof Texas Land and Construction,
an
LT' "—\ '202317:21 CDT)
Jennifer Eller
Authorized Agent
Date: Oct 11, 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.
Rebecca Diane Owen (Oct 12, 2023 08:49 CDT)
Rebecca Diane Owen
Development Manager
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
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: Wastewater Improvements
Exhibit B: Paving Improvements
Exhibit B-1: Stormwater Improvements
Exhibit C: Street Lights Improvements
Exhibit C-1: Street Signs Improvements
Cost Estimates
F/
F/
(Remainder of Page Intentionally Left Blank)
City of Fort Worth, Texas
Standard Community Facilities Agreement
Rev. 9/21
Page 15 of 16
ATTACHMENT "1"
Changes to Standard Community Facilities Agreement
City Project No. 103368
None
City of Fort Worth, Texas
Standard Community Facilities Agreement
Rev. 9/21
Page 16 of 16
4733
HICKORY ST
CORY ST -<
ay
77
4
O
z
W
cn 4730
z W COUNTY LINE RD
O
r
z
EAST STATE HIGHWAY 114
•
LEXINGTON CIR
HWY
287
4925
4
3
DOVE HOLL
0
Ow
- z
0
O
N
0
WI
DC
0
ROBIN RD
co
r
m
z
5
z
D
r
m
At
" = 5000'
PROJECT
LOCATION
D
m
cn
0
D
SONGBIRD
z SONGBIRD LN
z
VICINITY MAP
SHALE CREEK PHASE 4
CITY OF FORTH WORTH ETJ
CITY PROJECT NO. 103368
MAPSCO NO. 640F & 640K
OWNED/DEVELOPED BY:
LENNAR HOMES OF TEXAS
LAND AND CONSTRUCTION, LTD.
1707 MARKETPLACE BOULEVARD
SUITE 210
IRVING, TEXAS 75063
ELIZABETH BENTLEY
PHONE: (214) 577-1056
FAX: (469) 587-0833
LJA ENGINEERING, INC.
3017 WEST 7TH STREET
SUITE 300
FORT WORTH, TX 76107
TEXAS REGISTRATION F-1386
LAUREN GILSTRAP
PHONE: (817) 288-1935
CONNECT TO EXISTIN ' ATER LINE
FlD 3U114-0200431- • 158-
CPN: 158
•
0 150 300
FEET
-land \0047\400 la
J
4I*o„ -1 , O
\404'
/
LOT 24X
PRIVATE HOA
OWNED AND MAINTAINED
OPEN SPACE
32.004 ACRES
•
s.
OWNED/DEVELOPED BY:
LENNAR HOMES OF TEXAS
LAND AND CONSTRUCTION, LTD.
1707 MARKETPLACE BOULEVARD
SUITE 210
IRVING, TEXAS 75063
ELIZABETH BENTLEY
PHONE: (214) 577-1056
FAX: (469) 587-0833
LEGEND
PROPOSED WATER LINE
EXISTING WATER LINE
LIMITS OF PROJECT
/
•
PROPOSED WATER LINES ARE 8" UNLESS
OTHERWISE INDICATED
WATER DISTRIBUTION SYSTEM TO BE OWNED
AND MAINTAINED BY THE CITY OF FORT WORTH
WATER
EXHIBIT 'A'
LJA Engineering, Inc.
3017 W 7th Street
Suite 300
Fort Worth, Texas 76107
Lauren Gilstrap
LJ4
EXISTING SHALE CREE P
CPN: 1031 8
18
17
23
1
E3AI
9
10
11
12
18 13
17
15 6
14 �.
7
15
18
8
9
LOT 24X
PRIVATE HOA
OWNED AND MAINTAINED
OPEN SPACE
32.004 ACRES
CONNECT
FlD )3811-4
n
co
U
*4/
CONNECT TO EXIST
FID 30114-020042
CPN: 103158, X-2
LOT 4X
PRIVATE HOA
OWNED AND MAINTAINED
OPEN-SPACE-
6-ACRES- —
3 14 15 18
17
18
7 8 19
8
9
10
11
7
11 6
12 5
3
EX
5 w
20
4 P 21
3 22
2
1
EXC
rc
I�
L
E
0768
58, X-26860
•
23
24
25
26
27
28
29
f1R� VF
1
IG WATER LINE
—103158—E0768
860
EX. 24" WL
CPN:103158
Phone 469.621.0710 SHALE CREEK PHASE 4
8 N - F-1386
17.288.1935 CITY PROJECT NO: 103368
MO MI= =NM
_ 1.14 _ j.
0 150 300
FEET
20
25
‘'k\
\ LOT 24X
,\P'NIVATESHOA
OW ANP MAINTAINED
PACE
32. 04 7QRES
IIII
IIII
II II
OWNED/DEVELOPED BY:
LENNAR HOMES OF TEXAS
LAND AND CONSTRUCTION, LTD.
1707 MARKETPLACE BOULEVARD
SUITE 210
IRVING, TEXAS 75063
ELIZABETH BENTLEY
PHONE: (214) 577-1056
FAX: (469) 587-0833
LEGEND
PROPOSED SANITARY SEWER
EXISTING SANITARY SEWER
LIMITS OF PROJECT
PROPOSED SEWER LINES ARE 8" UNLESS
OTHERWISE INDICATED
WASTEWATER COLLECTION SYSTEM TO BE
OWNED AND MAINTAINED BY AQUA TEXAS
21
20
12
19
14
11
17
16
10
15
9
14
II EXISTING SHALE CREEK PHASE 3A
CPN: 103158
13
18
17
9
10
14
15
16
12
13
•
7
5
EXISTING
SS-0
LOT 4X
PRIVATE HOA
OWNED AND MAINTAINED
OPEN SPACE —
6.216 ACRES —
14
15
1
II
CONNECT TO EXISTING SEWER LINE
FID 30114-0200431-103158-E0768
CPN: 103158, X-26860
16
7
8
9
10
11
6
5
4
3
2
1
CONNECT TO EXISTING 10" SEWER LINE
FID 30114-0200431-103158-E0768
CPN: 103158, X-26860 \
LOT 24X V�
PRIVATE HOA
OWNED AND MAINTAINED
OPEN SPACE
32.004 ACRES
PR•,
,-aa p
DE i • N C0.EOUNTY
' ,
ZV.
Date \ Time : 8 1 /202
WASTEWATER
EXHIBIT 'A-l'
LJA Engineering, Inc.
3017 W 7th Street
Suite 300
Fort Worth, Texas 76107
Lauren Gilstrap
LJA
Phone 469.621.0710
SHALE CREEK PHASE 4
CITY PROJECT NO: 103368
WW1? BOUNDARY
VOLUME 4555, PAGE 986
0.P.R.C.T
17
18
19
20
21
22
23
24
25
1X
7)
S. COUNTY UNE ROAD
FRN - F-1386
817.288.1935
��\ LOT 24X
�p�iIVATE HOA
OWD AND MAINTAINED
SPACE
32. OF ACRES
1)�I
I� I
OWNED/DEVELOPED BY:
LENNAR HOMES OF TEXAS
LAND AND CONSTRUCTION, LTD.
1707 MARKETPLACE BOULEVARD
SUITE 100
IRVING, TEXAS 75063
ELIZABETH BENTLEY
PHONE: (214) 577-1056
FAX: (469) 587-0833
LEGEND
PROPOSED 2 x 15'B-B
ROADWAY/70' ROW 6"
CONCRETE PAVEMENT
PROPOSED 29'B-B
ROADWAY/50' ROW 6"
CONCRETE PAVEMENT
PROPOSED 5' SIDEWALK
BY DEVELOPER
PROPOSED 5' SIDEWALK
BY HOMEBUILDER
PROPOSED ADA RAMPS
(BY DEVELOPER)
LIMITS OF PROJECT
►iiii��ii�ii�����••�
...........
C �
O
CONNECT TO SHALE
CREEK PHASE 1
DENTON COUNTY
PROJECT NO. E-821
/\
ROADS TO BE MAINTAINED BY NORTH FORT WORTH
WATER CONTROL AND IMPROVEMENT DISTRICT NO. 1
Date\Time : B
PAVING
EXHIBIT'B'
LJA Engineering, Inc.
3017 W 7th Street
Suite 300
Fort Worth, Texas 76107
Lauren Gilstrap
IA
Phone 469.621.0710
FRN - F-1386
817.288.1935
SHALE CREEK PHASE 4
CITY PROJECT NO: 103368
LOT 24X
PRIVATE HOA
OWNED AND MAINTAINED
OPEN SPACE
\t .004 ACRES
•
15 14•
;;44
r•
_ �►
_•
••10 3�I►
•11 2 o j
•
•
•
•
•
•
►fir
��A
/�.
0 150 300
FEET
LOT 4X
PRIVATE HOA
OWNED AND MAINTAINED
OPEN -SPACE- —
6-ACRES- —
CONNECT TO ROADWAY &
DRAINAGE IMPROVEMENTS
FOR SOUTH COUNTY ROAD
DNC 13200
_J
II
0 150 300
FEET
-land \0047\400 la
, a
\ 40
• \r \\\
//
OWNED
0
32.
4/
.4411411fr #
OWNED/DEVELOPED BV:
LENNAR HOMES OF TEXAS ,
LAND AND CONSTRUCTION, L ,
1707 MARKETPLACE BOULEVARD ,
SUITE 100
IRVING, TEXAS 75063
PHONE (214)5083
FAX: (469) 587-0833
BENTLEY
I�
2
20 3
rto.,00#
LOT 24X
VATE HOA
ND MAINTAINED
SPACE
4 ACRES
14
8
2-10' INLET
13 24" RCP )
1 /4' JB
10' INLET \
24" RCP
4' JB
11
10' INLET
I
21" RCP,
30" RCP
21
\
VAS\4' JB��
�111 30" RCP
11
4' JB
4' JB
30" RCP
\ 30" HEADWALL
it\\
LEGEND
PROPOSED STORM DRAIN LINE
PROPOSED INLET
PROPOSED MANHOLE
PROPOSED MANHOLE RISER
EXISTING STORM DRAIN LINE
LIMITS OF PROJECT
-
Set
DRAINAGE FACILITIES TO BE MAINTAINED BY NORTH
FORT WORTH WATER CONTROL AND IMPROVEMENT
DISTRICT NO. 1
STORMWATER
EXHIBIT'B-1'
LJA Engineering, Inc.
3017 W 7th Street
Suite 300
Fort Worth, Texas 76107
Lauren Gilstrap
IA
Phone 469.621.0710
27
EX
NG SHALE
CPN:
23
20
REEK PHASE 3A
03158
4' JB
/ 1i°
24" RCP
21" RCP 3
1 \
24" RCP
3
27" RCP
25/\
30" RCP
\� 23
5
4
12
17
5
15
7
14
8
18
4
17
9
10
11
12
13
14
15
16
2-10' INLET
D
7
2-10' INLET
12
1 EXISTING 24"
\•-•. RCP 1
9 2-10' INLET —
10 11/72 13 14
EXISTING 48"
RCP
9
13
21" RCP
EXISTING 48"
RCP
CPN: 103158
EXISTING 24"
RCP
21" RCP
12
7
6
5
EXISTING 30"
RCP
I
EXISTING 30"
HEADWALL
LOT 4X
PRIVATE HOA
OWNED AND MAINTAINED ��
OPEN -SPACE- —
I ' 6721 6-ACRES- — 1
EXISTING 24" I�
RCP
II
II
EXISTING 10' I�
INLETS 7
I I I _L
21" RCP 7�
e S III 1
I�I
EXISTING 21
RCP
10 3 I!
2-10' INLET
21" RCP
EXISTING 5'x4'
RCB
LOT 24X
PRIVATE HOA
OWNED AND MAINTAINED
OPEN SPACE
32.004 ACRES
4'X4' RCB MULTIBOX CULVERT
--,-__, 10'X4' RCB
I
'"2 — 10'INLET v
\\
EXISTING 42"
RCP# 1
1F \\ Ni
EEK P'FFii 1 \
4E#
NTY / \
# /
-83 17/
1
18
19
20
21
I,1
S. COUNTY UNE ROAD
2-10 INLET
23 II��
24" RCP
25 I1
2 EXISTING 6'x4'
RCB
27
28
EXCELLOS DRIVE
d
84" RCP '
1 al
PW HEADWALL
29
Ln�
SHALE CREEK PHASE 4
CITY PROJECT NO: 103368
0
2— SET
B-PD
ti
r
It
FRN - F-1386
817.288.1935
PRILT VATE 24XHOA
OWNED ANe SPACE MAINTAINED
N
32. OE ACRES
1)))1I
IIIII
II
11I
OWNED/DEVELOPED BY:
LENNAR HOMES OF TEXAS
LAND AND CONSTRUCTION, LTD.
1707 MARKETPLACE BOULEVARD
SUITE 100
IRVING, TEXAS 75063
ELIZABETH BENTLEY
PHONE: (214) 577-1056
FAX: (469) 587-0833
LEGEND
PROPOSED SINGLE STREET LIGHT
EXISTING SINGLE STREET LIGHT
LIMITS OF PROJECT
STREET LIGHTS TO BE MAINTAINED BY NORTH FORT WORT
WATER CONTROL AND IMPROVEMENT DISTRICT NO. 1
LOT 24X
PRIVATE HOA
OWNED AND MAINTAINED
OPEN SPACE
32.004 ACRES
Date \ Time : 8 1 /202
STREET LIGHTS
EXHIBIT'C'
LJA Engineering, Inc.
3017 W 7th Street
Suite 300
Fort Worth, Texas 76107
Lauren Gilstrap
UI
Phone 469.621.0710
FRN - F-1386
817.288.1935
/2\
SHALE CREEK PHASE 4
CITY PROJECT NO: 103368 /
0 150 300
LOT 4X
PRIVATE HOA
OWNED AND MAINTAINED
OPEN SPACE —
6.216 ACRES —
G� \
EXCEIaLQS
FEET
S. COUNTY LINE
/1
SE
l7°
,�o
�
7*,
LOT 24X
ATE A 044 rIN
� MAINTAINED
SPACE
32� hCRES
1 11))
IIII
1III
II
OWNED/DEVELOPED BY:
LENNAR HOMES OF TEXAS
LAND AND CONSTRUCTION, LTD.
1707 MARKETPLACE BOULEVARD
SUITE 100
IRVING, TEXAS 75063
ELIZABETH BENTLEY
PHONE: (214) 577-1056
FAX: (469) 587-0833
EXISTING SHALE CREE PH
CPN: 10315
1 w
LOT 24X
PRIVATE HOA
\ \OWNED AND MAINTAINED
OPEN SPACE
32.004 ACRES
LEGEND
PROPOSED STREET NAME SIGNS A
EXISTING STREET NAME SIGNS 0
LIMITS OF PROJECT — — —
SIGNAGE TO BE MAINTAINED BY NORTH
FORT WORTH WATER CONTROL AND
IMPROVEMENT DISTRICT NO. 1
Date \ Time : 8/1/202
STREET NAME SIGNS
EXHIBIT'C-1'
LJA Engineering, Inc.
3017 W 7th Street
Suite 300
Fort Worth, Texas 76107
Lauren Gilstrap
LJA
Phone 469.621.0710
FRN - F-1386
817.288.1935
/2\
SHALE CREEK PHASE 4
CITY PROJECT NO: 103368 /
E I NG HALE REEK HASE 1
DENTON COUNTY
PROJECT NO. E-831'C
1
111
0 FEET
150 300
Jm,
LOT 4X PRIVATE HOA C `��
OWNED AND MAINTAINED
OPEN SPACE
6.216 ACRES
L
ti
r
Shale Creek Phase 4
Project 103368
IPRC21-0128
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID
00 42 43
DAP- BID PROPOSAL
Page 1 of 7
Bidder's Application
Project Item Information
Bidder's Proposal
Bidlist Item
Specification
Unit of
Bid
No.Description
Section No.
Measure
Quantity
Unit Price
`
Bid Value
UNIT I: WATER IMPROVEMENTS
1
3305.0003 8" Waterline Lowering
33 05 12
EA
15
$3,000.00
$45,000.00
2
3305.0109 Trench Safety
33 05 10
LF
7076
$2.00
$14,152.00
3
3311.0241 8" PVC Water Pipe
33 11 10, 3311 12
LF
7076
_
$58.00
$410,408.00
4
3312.0001 Fire Hydrant
33 12 40
EA
10
$5,500.00
$55000.00
5
3312.0117 Connection to Existing 4"-12" Water Main
33 12 25
EA
6
$1,250.00
$7,500.00
6
3312.2003 1" Water Service
33 12 10
EA
169
_
$1 200.00
$202,800.00
7 —
3312.3003 8" Gate Valve
33 12 20
EA
15
$1,600.0O
$24,000.00
8
3311.0001 Ductile Iron Water Fittings w/ Restraint
33 11 11
TON
4.85
59,500.00
$46,075.00
9
9999.0001 Water Testing (Exduding Geotech)
00 00 00
LF
7076
$1.00
$7,076.00
10
9999.0002 Automatic Flusher
00 00 00
EA
1
$5,000.00
$5,000.00
11
9999.0003 Remove 2" Flushing Valve
00 00 00
EA
6
$500.00
$3,000.00
12
13
14
15
16
T,.
1 6,
18
19—
20�
21
22
23
24
26
26
27
.28—
29
—.30—.
_
31
32
33
34
_
35—
36
37 i
_ 37_
_
_39_
40
41
42
_
43
TOTAL UNIT I: WATER IMPROVEMENTS
$820,011.00
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Form Version May 22, 2019
Shale Creek, Phase 4
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID
00 42 43
DAP - BID PROPOSAL
Page 2 of 7
Bidder's Application
Project Item Information
Bidder's Proposal
Bidlist Item
Specification
Unit of
Bid
No.
Description
Section No.
Measure
i
Quantity
Unit Price
Bid Value
UNIT II: SANITARY SEWER IMPROVEMENTS
1
3301.0002 Post -CCTV Inspection_
33 01 31
LF
3325
$3.00
$9,975.00
_
2
3301.0101 Manhole Vacuum Testing
33 01 30
EA
21
$150.00
_
$3,150.00
3
3305.0109 Trench Safety
33 01 31
LF
3325
$2.00
_ $6,650.00
4
3305.0113 Trench Water Stops
33 05 15
EA
8
$500.00
$4,000.00
5
3331.3101 4" -sewer_____Service_
33 31 50
EA
90
$900.00
$81,000.00
6
__
3331.4115 8" Sewer Pipe (SDR-26, ASTM D3034)
33 11 10, 33 31
12, 33 31 20
LF
3125
$72.00
$225,000,00
3331.4116 8" Sewer Pipe (SDR-26, ASTM D3034 w/
3311 10, 33 31
LF
7
CSS)
12, 33 31 20
200
$82.00
$16,400.00
8
3339.0001 Epoxy Manhole Liner
33 39 60
VF
42.9
$465,00
$19,948.50
4' Manhole
33 39 10, 33 39 20
20
$4,500.00,_$90,000.00
_9_3339.1001
10
3339.1002 D 4' rop Manhole
1
_EA
EA—
1
$5,500.00
$5,500.00
11
3339.1003 4' Extra Depth Manhole
33 3910,, 33 39 20
VF
39.9
$225.00
$8,977.50
12
-
3331.3106 4" DIP Sewer Service
33 31 50
EA
1
$1,500.00
$1,500.00
13
14
15
1fi
_
17
— — - -
-
-1$-
19
20
. -if
22—
.-23 —
24
25—
_
26
— 27=_
_28 _
29
—30—.
31
32_
_
33
__34 _
_ 3536 —
—
—
—37—
,38—_
39
40
42
43
_ _
44
TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS
$472,101.00
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Form Version May 22, 2019
Shale Creek, Phase 4
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID
00 42 43
DAP - BID PROPOSAL
Page 3 of 7
Bidder's Application
Project Item Information
Bidder's Proposal
Bidlist Item
Specification
Unit of
Bid
No.Description
Section No.
Measure
Quantity
Unit Price
Bid Value
UNIT III: DRAINAGE
IMPROVEMENTS
1
0000.3305 Trench Safety
33 05 10
EA
5416
$2.00
$10,832.00
2
3301.0002 Post -CCTV Inspection
33 01 31
LF
5416
$3.00
$16,248.00
3
3137.0101 12" Concrete Riprap
31 37 00
SY
495
$220.00
$108,900.00
4
3341.0201 21" RCP, Class III
33 41 10
LF
409
$75.00
$30,675.00
5
3341.0205 24" RCP Class III.
33 41 10
LF
722
$85.00
$61,370.00
_ _
6
3341.0208 27"RCP, Class III
33 41 10
LF
128,
$95.00
$12,160.00
7
3341.0302 30" RCP, Class III
33 41 10
LF
715
$110.00
$78,650.00
8
3341.1103 4x4 Box Culvert
33 41 10
LF
158
$315.00
$49,770.00
9
3341.2001 10x4 Box Culvert
33 41 10
LF
256
$825.00
$211,200.00
10
3349.0001 4' Storm Junction Box
33 49 10
EA
7
$5,500.00
$38,500.00
11
3349.5001 10' Curb Inlet
33 49 20
EA
18
$3,800.00
$68,400.00
12
9999.0001 7x2 Box Culvert
33 41 10
_
LF
88
$450.00
$39,600.00
13
9999.0002 12" Rock Riprap
31 37 00
SY
1087
$125.00
$135,875.00
14
9999.0003 TXDOT Type SETB-PD 7'X2' Wingwall
33 49 40
EA
2
$11,500.00
$23,000.00
_
15
9999.0004 TXDOT Type PW 10'X4" Headwall
33 49 40
EA
2
$59,500.00
$119,000.00
16
9999.0005 30" 4:1 Sloped End Headwall
33 49 40
EA
1
$4,500.00
$4,500.00
—_
18
19
—
_ 20
-20
1
22
—
—
23
24
25._-
__ _ .
27
28
29
_
30
—31—
32
33
_
34
3.5
36
_
37
_
38�
3S
40
41
_.42
TOTAL UNIT
III: DRAINAGE
IMPROVEMENTS
$1,008,680.00
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -DEVELOPER AWARDED PROJECTS
Form Version May 22, 2019
Shale Creek, Phase 4
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID
00 42 43
DAP - BID PROPOSAL
Page 4 of 7
Bidder's Application
Project Item information
Bidder's Proposal
Bidlist Item
Specification
Unit of
Bid
No.Description
Section No.
Measure
Quantity
Unit Price
Bid Value
UNIT IV: PAVING IMPROVEMENTS
1
3211.0400 Hydrated Lime
32 11 29
TN
440
$255.00
2
3213.0101 6" Conc Pvmt
32 13 13
SY
27546
$59.00
—.$112,200.00_
$1,625,214.00
3
3211.0501 6" Lime Treatment (30#/SY)
31 11 29
SY
29332
$4.00
$117,328.00
4
3213 0301 4" Conc Sidewalk
32 13 20
SF
16233
$5.00
$81,16500
5
3213.0501 Barrier Free Ramp, Type R-1
32 13 20
EA
8
$2,400.00
$10,200.00
6
3213.0506 Barrier Free Ramp, Type P-1
32 13 20
EA
12
$2,400.00
$28,800,00.
7
3291.0100 Topsoil
32 92 19
CY
389
$32.00
$12,448.00
8
3292.0400 Sodding
32 92 13
SY
2332
$8.00
$18,656.00
9
_
3471.0001 Traffic Control
34 71 13
EA
1
$3,500.00
$3,500.00
10
9999.0001 Fumish/Install Sign Post & Foundation
00 00 00
EA
13
$750.00
$9,750.00
11
9999.0002 Stop Sign (R1-1)
00 00 00
EA
10
•
$7_50.00
$7,500.00
12
9999.0003 Street Name Blade
00 00 00
EA
52
_
$250.00
13
$,000.00
13
9999.0004 Remove Barricade & Connect to Existing
00 00 00
EA
6
Header
$1,000.00
$6,OOO OO
_ —
14
—.._
9999.0005 Sawcut Existing Concrete Pavement
00 00 00
LF
110
$20.00
$2,200.00
15
10
17 .
_ 18—
19
20
21
22
_ .22
24 _
-
25
26 —
27
28
— —
—
—29 30
31
32
33
— —
— -
34
_
35
— — -
_
36- -
37
—
— --
-38
39 -
-
40
_
TOTAL UNIT IV: PAVING IMPROVEMENTS
$2,056,961.00
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Form Version May 22. 2019
Shale Creek, Phase 4
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID
00 42 43
DAP - BID PROPOSAL
Page 5 of 7
Bidder's Application
Project Item Information
Bidder's Proposal
Bidlist Item
Specification
Unit of
Bid
No.Description
Section No.
Measure
Quantity
Unit Price
Bid Value
UNIT V: STREET LIGHTING IMPROVEMENTS
1
2605.3015 2" CONDT PVC SCH 80 (T)
26 05 33
LF
2488
$15.00
$37,320.00
2
3441.1638 Install Type 33B Arm
34 41 20
EA
44
$500.00
_$22,000.00
3 _
3441.1701 TY 1 Signal Foundation
34 41 10
EA
44
$1,200.00
$52,800A0
_ 4
3441.3341 _ Rdwy,lllum Ty 11 Pole
34 41 20
EA
44
$3,200.00
$140 800.00
5
9999.0016 LED Type R2 Luminaire
00 00 00
EA
40
$850.00
$34,000.00
— 6
9999.0017 LED Type R4 Luminaire
— 00 00 00 _
EA—
4
$950.00
$3,000.00
7
__.
8
9�
10
11
12
13
—
14
15
16
—17—
18
_ .
.1.9
20
—20 __
--
22
— 23
24 25
26
— 2. 7
28
—
_
29
30—
_
— 31
__
32_
33
34
35
36
37
38
39
40
_ 41
42
TOTAL UNIT V: STREET LIGHTING
IMPROVEMENTS, $290 720.00
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Form Version May 22.2019
Shale Creek, Phase 4
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID
00 42 43
DAP - BED PROPOSAL
Page 6 of 7
Bidder's Application
Project Item Information
Bidder's Proposal
Bidlist Item
Specification
Unit of
Bid
No.
Description
Section No.
Measure
Quantity
Unit Price
Bid Value
UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS
1
2.
3
-4-
5..___
6
_=._._
!;3___.
9
10
11
12
ii
14
15
__-'15
If-
18
19
20
21
22
23_
._
24
25
26
—27_
T
-2-8-
- - - -2-9- —
30
31
._. _ .
32
...._.
33
34
_
35 -
_36 -
ii
38
39
46.
41
42
43
44
Jig
TOTAL UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Form Version May 22. 2019
Shale Creek, Phase 4
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID
00 42 43
DAP - BID PROPOSAL
Page 7 of 7
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
Bid Summary
UNIT I: WATER IMPROVEMENTS
UNIT II: SANITARY SEWER IMPROVEMENTS
UNIT III: DRAINAGE IMPROVEMENTS
UNIT IV: PAVING IMPROVEMENTS
UNIT V: STREET LIGHTING IMPROVEMENTS
UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS
This Bid is submitted by the entity named below:
BIDDER:
Contaster Construction TX, LP
5327 Wichita St
Fort Worth, TX 76119
Contractor agrees to complete WORK for FINAL ACCEPTANCE within
CONTRACT commences to run as provided in the General Conditions.
Total Construction Bid
BY: Brockh ins
417
TITLE: ifre+ident
DATE:
$820,011.00
$472,101.00
$1,008,680.00
$2,056,961.00
$290,720.00
$4,648,473.00
160 working days after the date when the
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Form Version May 22. 2019
Shale Creek, Phase 4