Loading...
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