Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 62597 (2)
Received Date: Jan 10, 2025 Received Time: 8:48 a.m. Developer and Project Information Cover Sheet: Developer Company Name Address, State, Zip Code: Phone & Email: Authorized Signatory, Title Project Name: Brief Description: Project Location: Plat Case Number: FP-22-079 Mapsco: 72Q,R,U,V CFA Number: 24-0182 City of Fort Worth, Texas Standard Community Facilities Agreement Rev. 9/21 West Worth Owner LLC 3625 N Hall Street Dallas, Texas 75219 214-476-0484 1 chefner@forefront-re.com James Curtis Hefner, Authorized Signatory West Worth Commerce Center I Water, Sewer, Drainage, Paving and Street Lights NWC or Chapin Road at Alemeda Street, Fort Worth, Texas Plat Name: West Worth Commerce Center Council District: 3 City Project Number: 104063 1 IPRC22-0096 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 1 of 16 City Contract Number: 62597 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 West Worth Owner LLC ("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 West Worth Commerce Center I ("Project"); and WHEREAS, the City desires to ensure that all developments are adequately served by public infrastructure and that the public infrastructure is constructed according to City standards; and WHEREAS, as a condition of approval of the Project, Developer is required to bear a portion of the costs of municipal infrastructure by constructing the public infrastructure necessary for the Project as described in this Agreement ("Community Facilities" or "Improvements"); and WHEREAS, as a condition of approval of the Project, Developer is required to meet the additional obligations contained in this Agreement, and Developer may be required to make dedications of land, pay fees or construction costs, or meet other obligations that are not a part of this Agreement; and WHEREAS, the City is not participating in the cost of the Improvements or Project; and WHEREAS, the Developer and the City desire to enter into this Agreement in connection with the collective Improvements for the Project; NOW, THEREFORE, for and in consideration of the covenants and conditions contained herein, the City and the Developer do hereby agree as follows: 1. CFA Ordinance The Community Facilities Agreements Ordinance ("CFA Ordinance"), as amended, is incorporated into this Agreement by reference, as if it was fully set out herein. Developer agrees to comply with all provisions of the CFA Ordinance in the performance of Developer's duties and obligations pursuant to this Agreement and to cause all contractors hired by Developer to comply with the CFA Ordinance in connection with the work performed by the contractors. If a conflict exists between the terms and conditions of this Agreement and the CFA Ordinance, the CFA Ordinance shall control. OFFICIAL RECORD City of Fort Worth, Texas CITY SECRETARY Page 2 of 16 Standard Community Facilities Agreement Rev. 9/21 FT. WORTH, TX 2. Incorporation of Engineering Plans The engineering plans for the Improvements that have been approved by the City ("Engineering Plans") are incorporated into this Agreement by reference as if fully set out herein. Developer shall provide at its expense, unless otherwise agreed to by City, all engineering drawings and documents necessary to construct the Improvements required by this Agreement. 3. Description of Improvements; Exhibits and Attachments The following exhibits describe the general location, nature and extent of the Improvements that are the subject of this Agreement and are attached hereto and incorporated herein by reference: ® Exhibit A: Water © Exhibit A-1: Sewer ® Exhibit B: Paving ❑X Exhibit 13-1: Storm Drain ® Exhibit C-1: Street Lights & Signs The Location Map and Cost Estimates are also attached hereto and incorporated herein by reference. To the extent that Exhibits A, A-1, B, B-1, C-1, the Location Map, or the Cost Estimates conflict with the Engineering Plans, the Engineering Plans shall control. If applicable, Attachment 1 — Changes to Standard Community Facilities Agreement, Attachment 2 — Phased CFA Provisions, and Attachment 3 — Concurrent CFA Provisions, are attached hereto and incorporated herein for all purposes. 4. Construction of Improvements Developer agrees to cause the construction of the Improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and specifications, the Engineering Plans, the Cost Estimates provided for the Improvements, and this Agreement. Developer acknowledges that City will not accept the Improvements until the City receives affidavits and lien releases signed by Developer's contractors verifying that the contractors, and all subcontractors and material suppliers, have been paid in full for constructing the Improvements, and consent of the surety on payment and performance bonds provided for the Improvements. 5. Financial Guarantee Developer has provided the City with a financial guarantee in the form and amounts set forth in this Agreement which guarantees the construction of the Improvements and payment by Developer of all contractors, subcontractors, and material suppliers for the Improvements ("Financial Guarantee"). Developer shall keep the Financial Guarantee in full force and effect until released by the City and shall not reduce the amount of the Financial Guarantee unless authorized by the City in accordance with the CFA Ordinance. City of Fort Worth, Texas Page 3 of 16 Standard Community Facilities Agreement Rev. 9/21 6. Completion Deadline; Extension Periods This Agreement shall be effective on the date this Agreement is executed by the City's Assistant City Manager ("Effective Date"). Developer shall complete construction of the Improvements and obtain the City's acceptance of the Improvements within two (2) years of the Effective Date ("Term"). If construction of the Improvements has started during the Term, the Developer may request that this Agreement be extended for an additional period of time ("Extension Period"). All Extension Periods shall be agreed to in writing by the City and the Developer as set forth in a written amendment to this Agreement. In no event shall the Term of this Agreement plus any Extension Periods be for more than three years. 7. Failure to Construct the Improvements (a) The City may utilize the Developer's Financial Guarantee to cause the completion of the construction of the Improvements if at the end of the Term, and any Extension Periods, the Improvements have not been completed and accepted by the City. (b) The City may utilize the Developer's Financial Guarantee to cause the completion of the construction of the Improvements or to cause the payment of costs for construction of the Improvements before the expiration of the Term, and any Extension Period, if the Developer breaches this Agreement, becomes insolvent, or fails to pay costs of construction. (c) If the Financial Guarantee is a Completion Agreement and the Developer's contractors or suppliers are not paid for construction costs or materials supplied for the Improvements the contractors and suppliers may place a lien upon any property which the City does not have an ownership interest that is the subject of the Completion Agreement. (d) Nothing contained herein is intended to limit the Developer's obligations under the CFA Ordinance, this Agreement, the Financial Guarantee, Developer's agreements with Developer's contractors, or other related agreements. 8. Termination If Developer desires to terminate this Agreement before Developer's contractors begin constructing the Improvements, Developer agrees to the following: (a) that Developer and City must execute a termination of this Agreement in writing; (b) that Developer will vacate any final plats that have been filed with the county where the Project is located; and (c) to pay to the City all costs incurred by the City in connection with this Agreement, including time spent by the City's inspectors at preconstruction meetings. 9. Award of Construction Contracts City of Fort Worth, Texas Page 4 of 16 Standard Community Facilities Agreement Rev. 9/21 (a) Developer will award all contracts for the construction of the Improvements and cause the Improvements to be constructed in accordance with the CFA Ordinance. (b) Developer will employ construction contractors who meet the requirements of the City to construct the Improvements including, but not limited, to being prequalified, insured, licensed and bonded to construct the Improvements in the City. (c) Developer will require Developer's contractors to provide the City with payment and performance bonds naming the City and the Developer as dual obligees, in the amount of one hundred percent (100%) of the cost of the Improvements as required by the CIA Ordinance. The payment and performance bonds shall guarantee construction of the Improvements and payment of all subcontractors and material suppliers. Developer agrees to require Developer's contractors to provide the City with a maintenance bond naming the City as an obligee, in the amount of one hundred percent (100%) of the cost of the Improvements, that guarantees correction of defects in materials and workmanship for the Improvements by the contractor and surety for a period of two (2) years after completion and final acceptance of the Improvements by the City. All bonds must be provided to the City before construction begins and must meet the requirements of the City's Standard Conditions, Chapter 2253 of the Texas Government Code, and the Texas Insurance Code. (d) Developer will require Developer's contractors to provide the City with insurance equal to or in excess of the amounts required by the City's standard specifications and contract documents for developer -awarded infrastructure construction contracts. The City must be named as an additional insured on all insurance policies. The Developer must provide the City with a Certificate of Insurance (ACORD or form approved by the State of Texas), supplied by each contractor's insurance provider, which shall be made a part of the Project Manual. (e) Developer will require the Developer's contractors to give forty-eight (48) hours' advance notice of their intent to commence construction of the Improvements to the City's Construction Services Division so that City inspection personnel will be available. Developer will require Developer's contractors to allow construction of the Improvements to be subject to inspection at any and all times by the City's inspectors. Developer will require Developer's contractors to not install or relocate any sanitary sewer, storm drain, or water pipe unless a City inspector is present and gives consent to proceed, and to allow such laboratory tests as may be required by the City. (f) Developer will not allow Developer's contractors to begin construction of the Improvements until a notice to proceed to construction is issued by the City. (g) Developer will not allow Developer's contractors to connect buildings to service lines of sewer and water mains constructed pursuant to this Agreement, if any, until said sewer, water mains and service lines have been completed to the satisfaction of the City. 10. Utilities Developer shall cause the installation or adjustment of utilities required to: (1) serve the Project; and (2) to construct the Improvements required herein. City shall not be responsible for payment of any costs that may be incurred by Developer in the relocation of any utilities that are or may be in conflict with any of the Improvements to be constructed pursuant to this Agreement. City of Fort Worth, Texas Page 5 of 16 Standard Community Facilities Agreement Rev. 9/21 11. Easements and Rights -of -Way Developer agrees to provide, at its expense, all necessary rights -of -way and easements required for the construction and dedication to the City of the Improvements provided for by this Agreement. 12. Liability and Indemnification (a) DEVELOPER HEREBY RELEASES AND AGREES TO INDEMNIFY, DEFEND AND HOLD THE CITY HARMLESS FOR ANY INADEQUACIES IN THE PRELIMINARY PLANS, SPECIFICATIONS, ENGINEERING PLANS, AND COST ESTIMATES SUPPLIED BY THE DEVELOPER FOR THIS AGREEMENT. (b) THE DEVELOPER COVENANTS AND AGREES TO, AND BY THESE PRESENTS DOES HEREBY FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY, ITS OFFICERS, AGENTS AND EMPLOYEES FROM ALL SUITS, ACTIONS OR CLAIMS OF ANY CHARACTER, WHETHER REAL OR ASSERTED, BROUGHT FOR OR ONACCOUNT OFANYINJURIES OR DAMAGES SUSTAINED BYANYPERSONS, INCLUDINGDEATH, OR TO ANY PROPERTY, RESULTING FROM OR IN CONNECTION WITH THE CONSTRUCTION, DESIGN, PERFORMANCE OR COMPLETION OF ANY WORK TO BE PERFORMED BY SAID DEVELOPER, ITS CONTRACTORS, SUBCONTRACTORS, OFFICERS, AGENTS OR EMPLOYEES, OR IN CONSEQUENCE OF ANY FAILURE TO PROPERL Y SAFEGUARD THE WORK, OR ONACCOUNT OF ANY ACT, INTENTIONAL OR OTHERWISE, NEGLECT OR MISCONDUCT OF SAID DEVELOPER, ITS CONTRACTORS, SUB -CONTRACTORS, OFFICERS, AGENTS OR EMPLOYEES, WHETHER OR NOT SUCHINJURIES, DEATH OR DAMAGESARE CAUSED, IN WHOLE OR IN PART, BY THE ALLEGED NEGLIGENCE OF THE CITY OF FORT WORTH, ITS OFFICERS, SERVANTS, OR EMPLOYEES. (c) DEVELOPER WILL REQUIRE ITS CONTRACTORS TO INDEMNIFY, DEFEND AND HOLD HARMLESS THE CITY, ITS OFFICERS, AGENTS AND EMPLOYEES FROM AND AGAINST ANY AND ALL CLAIMS, SUITS OR CAUSES OF ACTION OF ANY NATURE WHATSOEVER, WHETHER REAL OR ASSERTED, BROUGHT FOR OR ON ACCOUNT OF ANY INJURIES OR DAMAGES TO PERSONS OR PROPERTY, INCLUDING DEATH, RESULTING FROM, OR INANY WAY CONNECTED WITH, THE CONSTRUCTION OF THE IMPROVEMENTS CONTEMPLATED HEREIN, WHETHER OR NOT SUCH INJURIES, DEATH OR DAMAGES ARE CAUSED, IN WHOLE OR IN PART, BY THE ALLEGED NEGLIGENCE OF THE CITY OF FORT WORTH, ITS OFFICERS, SERVANTS, OR EMPLOYEES. FURTHER, DEVELOPER WILL REQUIRE ITS CONTRACTORS TO INDEMNIFY, DEFEND, AND HOLD HARMLESS THE CITY FOR ANY LOSSES, DAMAGES, COSTS OR EXPENSES SUFFERED BY THE CITY OR CAUSED AS A RESULT OF SAID CONTRACTORS' FAILURE TO COMPLETE THE WORK AND CONSTRUCT THE IMPROVEMENTS IN A GOOD AND WORKMANLIKE MANNER, FREE FROM DEFECTS, IN CONFORMANCE WITH THE CFA ORDINANCE, AND INACCORDANCE WITHALL PLANS AND SPECIFICATIONS. 13. Right to Enforce Contracts City of Fort Worth, Texas Page 6 of 16 Standard Community Facilities Agreement Rev. 9/21 Upon completion of all work associated with the construction of the Improvements, Developer will assign to the City a non-exclusive right to enforce the contracts entered into by Developer with its contractors, along with an assignment of all warranties given by the contractors, whether express or implied. Further, Developer agrees that all contracts with any contractor shall include provisions granting to the City the right to enforce such contracts as an express intended third -party beneficiary of such contracts. 14. Estimated Fees Paid by Developer; Reconciliation Prior to execution of this Agreement, Developer has paid to the City the estimated cost of administrative material testing service fees, construction inspection service fees, and water testing lab fees in the amounts set forth in the Cost Summary section of this Agreement. Upon completion of the construction of the Improvements, the City will reconcile the actual cost of administrative material testing service fees, construction inspection service fees, and water testing lab fees with the estimated fees paid by Developer. If the actual costs of the fees are more than the estimated payments made by the Developer, the Developer must pay the difference to the City before the Improvements will be accepted by the City. If the actual costs of the fees are less than the estimated payments made by the Developer, the City will refund the difference to the Developer. If the difference between the actual costs and the estimated payments made by the Developer is less than fifty dollars ($50.00), the City will not issue a refund and the Developer will not be responsible for paying the difference. The financial guarantee will not be released by the City or returned to the Developer until reconciliation has been completed by the City and any fees owed to the City have been paid by the Developer. 15. Material Testing The City maintains a list of pre -approved material testing laboratories. The Developer must contract with material testing laboratories on the City's list. Material testing laboratories will provide copies of all test results directly to the City and the Developer. If the Improvements being constructed fail a test, the Developer must correct or replace the Improvements until the Improvements pass all retests. The Developer must pay the material testing laboratories directly for all material testing and retesting. The City will obtain proof from the material testing laboratories that the material testing laboratories have been paid in full by the Developer before the City will accept the Improvements. 16. Notices All notices required or permitted under this Agreement may be given to a party by hand - delivery or by mail, addressed to such party at the address stated below. Any notice so given shall be deemed to have been received when deposited in the United States mail so addressed with postage prepaid: CITY: DEVELOPER: Development Services West Worth Owner LLC Contract Management Office 3625 N Hall Street City of Fort Worth Dallas, Texas 75219 100 Fort Worth Trail Fort Worth, Texas 76102 City of Fort Worth, Texas Page 7 of 16 Standard Community Facilities Agreement Rev. 9/21 With copies to: City Attorney's Office City of Fort Worth 100 Fort Worth Trail Fort Worth, Texas 76102 and City Manager's Office City of Fort Worth 100 Fort Worth Trail Fort Worth, Texas 76102 Or to such other address one party may hereafter designate by notice in writing addressed and mailed or delivered to the other party hereto. 17. Right to Audit Developer agrees that, until the expiration of three (3) years after acceptance by the City of the Improvements constructed pursuant to this Agreement, that the City shall have access to and the right to examine any directly pertinent books, documents, papers and records of the Developer involving transactions relating to this Agreement. Developer agrees that the City shall have access during normal working hours to all necessary Developer facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. The City shall give Developer reasonable advance notice of intended audits. Developer further agrees to include in all contracts with Developer's contractors for the Improvements a provision to the effect that the contractor agrees that the City shall, until the expiration of three (3) years after final payment under the contract, have access to and the right to examine any directly pertinent books, documents, papers and records of such contractor, involving transactions to the contract, and further, that City shall have access during normal working hours to all of the contractor's facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City shall give Developer's contractors reasonable advance notice of intended audits. 18. Independent Contractor It is expressly understood and agreed that Developer and its employees, representative, agents, servants, officers, contractors, subcontractors, and volunteers shall operate as independent contractors as to all rights and privileges and work performed under this Agreement, and not as agents, representatives or employees of the City. Subject to and in accordance with the conditions and provisions of this Agreement, Developer shall have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers. Developer acknowledges that the doctrine of respondeat superior shall not apply as between the City and its officers, representatives, agents, servants and employees, and Developer and its employees, representatives, agents, servants, officers, contractors, City of Fort Worth, Texas Page 8 of 16 Standard Community Facilities Agreement Rev. 9/21 subcontractors, and volunteers. Developer further agrees that nothing herein shall be construed as the creation of a partnership or joint enterprise between City and Developer. It is further understood that the City shall in no way be considered a co -employer or a joint employer of Developer or any employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers of Developer. Neither Developer, nor any officers, agents, servants, employees or subcontractors of Developer shall be entitled to any employment benefits from the City. Developer shall be responsible and liable for any and all payment and reporting of taxes on behalf of itself, and any of employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers. The City, through its authorized representatives and employees, shall have the sole and exclusive right to exercise jurisdiction and control over City employees. 19. Applicable Law; Venue This Agreement shall be construed under and in accordance with Texas law. Venue shall be in the state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. 20. Non -Waiver The failure of the City to insist upon the performance of any term or provision of this Agreement or to exercise any right herein conferred shall not be construed as a waiver or relinquishment to any extent of City's right to assert or rely on any such term or right on any future occasion. 21. Governmental Powers and Immunities. It is understood that by execution of this Agreement, the City does not waive or surrender any of its governmental powers or immunities. 22. Headings The paragraph headings contained herein are for the convenience in reference and are not intended to define or limit the scope of any provision of this Agreement. 23. Severability In the event that any clause or provision of this Agreement shall be held to be invalid by any court of competent jurisdiction, the invalidity of such clause or provision shall not affect any of the remaining provisions hereof. 24. Review of Counsel City and Developer, and if they so choose, their attorneys, have had the opportunity to review City of Fort Worth, Texas Page 9 of 16 Standard Community Facilities Agreement Rev. 9/21 and comment on this document; therefore any rule of contract construction or interpretation that would normally call for the document to be interpreted as against the drafting party shall not apply in interpretation of this Agreement, and each section, portion, and provision of this Agreement shall be construed solely on the basis of the language contained therein, regardless of who authored such language. 25. Prohibition on Boycotting Israel Developer acknowledges that in accordance with Chapter 2271 of the Texas Government Code, the City is prohibited from entering into a contract with a company with 10 or more full-time employees that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" have the meanings ascribed to those terms by Chapter 2271 of the Texas Government Code. To the extent that Chapter 2271 of the Government Code is applicable to this Agreement, by signing this Agreement, Developer certifies that Developer's signature provides written verification to the City that Developer: (1) does not boycott Israel; and (2) will not boycott Israel during the term of this Agreement. 26. Prohibition on Boycotting Energy Companies Developer acknowledges that in accordance with Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meanings ascribed to those terms by Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Developer certifies that Developer's signature provides written verification to the City that Developer: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 27. Prohibition on Discrimination Against Firearm and Ammunition Industries Developer acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Developer certifies that Developer's signature provides written verification to the City that Developer: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm City of Fort Worth, Texas Page 10 of 16 Standard Community Facilities Agreement Rev. 9/21 entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. 28. Immigration and Nationality Act Developer shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Developer shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Developer shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Developer employee who is not legally eligible to perform such services. DEVELOPER SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY DEVELOPER, DEVELOPER'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 Page 11 of 16 Standard Community Facilities Agreement Rev. 9/21 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 Page 12 of 16 Standard Community Facilities Agreement Rev. 9/21 36. Cost Summary Sheet Project Name: West Worth Commerce Center I CFA No.: 24-0182 Items A. Water and Sewer Construction 1. Water Construction 2. Sewer Construction Water and Sewer Construction Total City Project No.: 104063 B. TPW Construction 1. Street 2. Storm Drain 3. Street Lights Installed by Developer 4. Signals TPW Construction Cost Total Total Construction Cost (excluding the fees) Estimated Construction Fees: C. Construction Inspection Service Fee D. Administrative Material Testing Service Fee E. Water Testing Lab Fee Total Estimated Construction Fees: Financial Guarantee Options, choose one Bond = 100% Completion Aqreement = 100% / Holds Plat Cash Escrow Water/Sanitary Sewer= 125% Cash Escrow Pavinq/Storm Drain = 125% Letter of Credit = 125% Escrow Pledqe Agreement = 125% Developer's Cost $ 1,459,035.00 $ 454,762.50 $ 1,913,797.50 IPRC No.: 22-0096 $ 1,527,587.38 $ 776,345.00 $ 372,905.00 $ 2,676,837.38 $ 4,590,634.88 $61,762.50 $13,504.40 $2,295.00 $ 77,561.90 Amount $ 4,590,634.88 $ 4,590,634.88 $ 2,392,246.88 $ 3,346,046.73 $ 5,738,293.60 Choice (Mark one X City of Fort Worth, Texas Page 13 of 16 Standard Community Facilities Agreement Rev. 9/21 IN WITNESS WHEREOF, the City and Developer have each executed this Agreement by their duly authorized signatories to be effective on the date executed by the City's Assistant City Manager. CITY OF FORT WORTH DEVELOPER West Worth Owner LLC a`� Dana Burghdoff (Jan , 20251 CST) Jame urtis Hefner (Jan 8, 202515:29 CST) Dana Burghdoff James Curtis Hefner Assistant City Manager Authorized Signatory Date: Jan 9, 2025 Date: Jan 8, 2025 Recommended by: )Oa1ayw 7 Dwayne Hollars Contract Compliance Specialist Development Services Approved as to Form & Legality: Contract Compliance Manager: Jackson Skinner By signing, I acknowledge that I am the person Assistant City Attorney responsible for the monitoring and administration of this contract, including M&C No. N/A ensuring all performance and reporting Date: Jan 9 2025 requirements. Form 1295: N/A FORt Cp a4F o °° °°O�DapP °o9=a; Rebecca Owen (Jan 9, 2025 08:26 CST) ATTEST: �e ate° Rebecca Diane Owen P°a*'° °° dd v ap41111k. X Development Manager oo4'O' Jannette S. Goodall City Secretary OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas Page 14 of 16 Standard Community Facilities Agreement Rev. 9/21 The following attachments are incorporated into this Agreement. To the extent a conflict exists between the main body of this Agreement and the following attachments, the language in the main body of this Agreement shall be controlling. Included Attachment ❑X Attachment 1 - Changes to Standard Community Facilities Agreement ❑ Attachment 2 — Phased CFA Provisions ❑ Attachment 3 — Concurrent CFA Provisions ® Location Map ❑X Exhibit A: Water Improvements ❑X Exhibit A-1: Sewer Improvements ❑X Exhibit B: Paving Improvements ❑X Exhibit 13-1: Storm Drain Improvements ❑X Exhibit C-1: Street Lights and Signs Improvements ❑X Cost Estimates (Remainder of Page Intentionally Left Blank) City of Fort Worth, Texas Page 15 of 16 Standard Community Facilities Agreement Rev. 9/21 ATTACHMENT "1" Changes to Standard Community Facilities Agreement City Project No. 104063 None City of Fort Worth, Texas Page 16 of 16 Standard Community Facilities Agreement Rev. 9/21 2871 SANTA CLARA 820 N SANTA v ONICA w �92 � O RICHLAND SANTA PAULA J 9�F I PALO PINTO 580 Ld 0 M WOOD :7i I w Li wLi 0 0 Q N Z O z Q O w s w C - � Vl 0 O C2 O m J CHAPIN FORT WORTH CHAPIN BENBROOz� L /�P� z VP SHADY a FORT WORTH T,qA, COUNTY ANT N W E MPR (S S LIMIT VICINITY MAP N.T.S. CITY PROJECT NO. 104063 MAPSCO NO. 72Q, R, U,V COUNCIL DISTRICT #3 Winkelmann OWNER: IN WEST WORTH COMMERCE CENTER, LLC & Associates, Inc. 3625 N. HALL STREET, SUITE 1280 DALLAS, TX 75201 CONSULTING CIVIL ENGINEERS ■ SURVEYORS 6750 HILLCREST PLAZA DRIVE, SUITE 215 (972) 490-7090 DALLAS, TEXAS 75230 (972) 490-7099 FAX Texas Engineers Registration No. 89 DEVELOPER: Texas Surveyors No. 100866-00 COPYRIGHT © 2024, wlnkelmann & Associates, Inc WEST WORTH COMMERCE CENTER, LLC Scale : N.T.S. Date :December 19, 2024 3625 N. HALL STREET, SUITE 1280 Dwg. File : 78702 CFA EXHIBITS.dwg DALLAS, TX 75201 Proiect No. : 78702 VICINITY MAP WEST WORTH COMMERCE CENTER LOTS 1-5, BLOCK A CPN: PIPRC22-0012 FORT WORTH, TEXAS SHEET L.B. CRESWELL SURVEY, ABST. 367 1 J. BURSSEY SURVEY, ABST. 128 OF HAYSCOVINGTON SURVEY, ABST. 256 J.F. ELLIOTT SURVEY, ABST. 493 LONGVIEW AVE. EX. 2 � EX. 16" WATER vvv ' I - BORE & CONNECT TO EX. 20" WTR. & INSTALL a I 20" GATE VALVE ry III W I' jl r it 8" WATER STUB II w/8" GATE VALVE 8" WATER STUB i I 6" WATER & FIRE w/8" GATE VALVES I HYDRANT ASSEMBLY / 112 x6 TEE W 12" GATE VALVE 6" WATER & FIRE HYDRANT ASSEMBLY 12"x6" TEE 12" GATE VALVE 6" WATER & FIRE HYDRANT ASSEMBLY � _II z I Q U 12"x6" TEE 12" GATE VALVE 2" DOM. SERVICE & METER BOX J 2" IRR. SERVICE & METER BOX 12"x8" TEE\ 12" GATE VALVE 8" GATE VALVE — N - - _ 0' 2510' 500' Scale 1 "=500' LEGEND PROPOSED WATER LINE EXISTING WATER LINE N PROPOSED GATE VALVE BOUNDARY LINE II I II II I I / � I 12"x6" TEE L I 12" GATE VALVE 8" FIRE LINES & 8" GATE 12"x6" TEE VALVES 12" GATE VALVE 6" WATER & FIRE HYDRANT ASSEMBLY 12"x6" TEE �I 12" GATE VALVE 6" WATER & FIRE HYDRANT ASSEMBLY CQ 8" FIRE LINES �I & 8" GATE a, 12"x12" TEE a VALVES tG 2-12" GATE VALVES i 0°02'('�W °j CONNECT TO EX. 8" II i WTR., INSTALL 8" CIO GATE VALVE EX: 8" W _ R]DOE 3793 -2'��M EDP 12"x6" TEE I 12"x6" TEE 12" GATE VALVE I 12" GATE VALVE 6" FIRE HYDRANT I 6" FIRE HYDRANT I ASSEMBLY I / ASSEMBLY AM/ Winkelmann & Associates, Inc. CONSULTING CIVIL ENGINEERS ■ SURVEYORS 6750 HILLCREST PLAZA DRIVE, SUITE 215 (972) 490-7090 DALLAS, TEXAS 75230 (972) 490-7099 FAX Texas Engineers Registration No. 89 Texas Surveyors No. 100866-00 COPYRIGHT © 2024, Winkelmann & Associates, Inc Scale : 1 " = 500' Date :December 19, 2024 Dwg. File : 78702 CFA EXHIBITS.dwg Proiect No. 78702 OWNER: WEST WORTH COMMERCE CENTER, LLC 3625 N. HALL STREET, SUITE 1280 DALLAS, TX 75201 DEVELOPER: WEST WORTH COMMERCE CENTER, LLC 3625 N. HALL STREET, SUITE 1280 DALLAS, TX 75201 EXHIBIT A - WATER WEST WORTH COMMERCE CENTER LOTS 1-5, BLOCK A CPN: PIPRC22-0012 FORT WORTH, TEXAS SHEET L.B. CRESWELL SURVEY, ABST. 367 2 J. BURSSEY SURVEY, ABST. 128 OF HAYSCOVINGTON SURVEY, ABST. 256 6 J.F. ELLIOTT SURVEY, ABST. 493 LON GVI EW AVE. EX, Al I CONNECT TO EX. 8" SAN SWR (X-12663) CONST. 51' SSMH 1111 � IIJ 0' 25J0' 500' - - Scale 1 "=500' LEGEND PROPOSED 8" SS LINE PROPOSED 4' DIA. SS MANHOLE EXISTING SS LINE O EXISTING SSMH kill — 170 BOUNDARY ---- LINE I I lv I I � I II I � I CONST. 4' SSMH I I �I = J CONST. 4 SSMH I_ \ LO II I I °° vWinkelmann & Associates, Inc. CONSULTING CIVIL ENGINEERS ■ SURVEYORS 6750 HILLCREST PLAZA DRIVE, SUITE 215 (972) 490-7090 DALLAS, TEXAS 75230 (972) 490-7099 FAX Texas Engineers Registration No, 89 Texas Surveyors No 100866-00 COPYRIGHT © 2024, Winkelmann & Associates, Inc Scale : 1 " = 500' Date :December 19. 2024 Dwg. File : 78702 CFA EXHIBITS.dwg Proiect No. 78702 Lf) I J� CID I CG I NII I OWNER: EXHIBIT A 1- WEST WORTH COMMERCE CENTER, LLC WASTEWATER 3625 N. HALL STREET, SUITE 1280 DALLAS, TX 75201 WEST WORTH COMMERCE DEVELOPER: WEST WORTH COMMERCE CENTER, LLC 3625 N. HALL STREET, SUITE 1280 DALLAS, TX 75201 CENTER LOTS 1-5, BLOCK A CPN: PIPRC22-0012 SHEET FORT WORTH, TEXAS 3 L.B. CRESWELL SURVEY, ABST. 367 J. BURSSEY SURVEY, ABST. 128 of HAYSCOVINGTON SURVEY, ABST. 256 6 J.F. ELLIOTT SURVEY,. ABST. 493 II� I I 22' WIDE ASPHALT PAVEMENT TRANSITION TO EXIST. ASPHALT PAVEMENT � I 3 r I _ ZI I DI I PROPOSED 10' SIDEWALK lip - w/RAMPS PER CITY OF FT. WORTH STDS. Imo. -r } r r Z 'r � � _ r Ul I — — — — — — — — -- I �I �I vWinkelmann & Associates, Inc. CONSULTING CIVIL ENGINEERS ■ SURVEYORS 6750 HILLCREST PLAZA DRIVE, SUITE 215 (972) 490-7090 DALLAS, TEXAS 75230 (972) 490-7099 FAX Texas Engineers Registration No, 89 Texas Surveyors No 100866-00 COPYRIGHT © 2024, Winkelmann & Associates, Inc Scale : 1 " = 400' Date :December 19, 2024 Dwg. File : 78702 CFA EXHIBITS.dwg Proiect No. 78702 SED 10' SIDEWALK PS PER CITY OF RTH STDS. DPOSED 10' SIDEWALK RAMPS PER CITY OF WORTH STDS. II I II I ! I' rtxxxxxx�►�= -MEDA ST. OWNER: WEST WORTH COMMERCE CENTER, LLC 3625 N. HALL STREET, SUITE 1280 DALLAS, TX 75201 DEVELOPER: WEST WORTH COMMERCE CENTER, LLC 3625 N. HALL STREET, SUITE 1280 DALLAS, TX 75201 0' 20J0' 400' Scale 1 "=400' LEGEND 9" CONCRETE PAVING ON 8" LIME STABILIZED SUBGRADE PROPOSED ASPHALT PAVING. EXISTING ASPHALT PAVING. SIDEWALK PER CITY OF FORT WORTH SIDEWALK DETAIL FUTURE PAVEMENT BY OTHERS — — — — BOUNDARY LINE PAVEMENT & SIDEWALK BY OTHERS I I I I I — — I I I I I I I I I I I I 0 EXHIBIT B- PAVING IMPROVEMENTS WEST WORTH COMMERCE CENTER LOTS 1-5, BLOCK A CPN: PIPRC22-0012 SHEET FORT WORTH, TEXAS 4 L.B. CRESWELL SURVEY, ABST. 367 J. BURSSEY SURVEY, ABST. 128 of HAYSCOVINGTON SURVEY, ABST. 256 6 J.F. ELLIOTT SURVEY,. ABST. 493 iI uI I I h CONNECT PROP. II h 24" RCP TO EX. 60" STORM PIPE c� PROP. 4'X4' JUNC. BOX PROP. 10' STD. CURB INLETS 0' 20J0' 400' Scale 1 "=400' 11161"11 EXISTING STORM LINE PRIVATE STORM LINE PROP. 36" i BOUNDARY FLARED —WING — LINE o I HEADWALL f h PROP '5'X5' o PROP. PUBLIC / nl JUNC. BOX I STORM STRUCTURES PROP. PUBLIC STORM LINE I , fllQ I PROP. 36" RCP "' r l ( PROP. 5'X5' I PROP. 36" RCP JUNC. BOX L Q PROP. 30" RCPI PROP. 4'X JUNC. BOX PROP. 30" RCP PROP. 4'X4' DROP INLET PROP. 4'X4' JUNC. BOX ] PROP. 18" RCP[ _ I PROP. 10' STD. I I I �I CURB INLETS (3)1 1 rj!Z� _ _ _ _ I L -) C III PROP. TYPE 2 Za,l PROP. TYPE 2 CURB INLETS (2) I CURB INLET 00 02'0 . " PROP. 4'X4' i i rn I rn JUNC. BOX I oo m PROP. 4'X4'OC J- — JUNC. BOX T - I 1 PROP. 24" z 1 FLARED —WING �I 1 1 HEADWALL C) vWinkelmann & Associates, Inc. CONSULTING CIVIL ENGINEERS ■ SURVEYORS 6750 HILLCREST PLAZA DRIVE, SUITE 215 (972) 490-7090 DALLAS, TEXAS 75230 (972) 490-7099 FAX Texas Engineers Registration No, 89 Texas Surveyors No 100866-00 COPYRIGHT © 2024, Winkelmann & Associates, Inc Scale : 1 " = 400' Date :December 19, 2024 Dwg. File : 78702 CFA EXHIBITS.dwg Proiect No. 78702 i. .. 1. �0 v. MTEE DA PROP. 10' STD. CURB INLETS (4) OWNER: WEST WORTH COMMERCE CENTER, LLC 3625 N. HALL STREET, SUITE 1280 DALLAS, TX 75201 DEVELOPER: WEST WORTH COMMERCE CENTER, LLC 3625 N. HALL STREET, SUITE 1280 DALLAS, TX 75201 EXHIBIT B1- STORM IMPROVEMENTS WEST WORTH COMMERCE CENTER LOTS 1-5, BLOCK A CPN: PIPRC22-0012 SHEET FORT WORTH, TEXAS 5 L.B. CRESWELL SURVEY, ABST. 367 J. BURSSEY SURVEY, ABST. 128 OF HAYSCOVINGTON SURVEY, ABST. 256 6 J.F. ELLIOTT SURVEY,. ABST. 493 0' 200' 400' I I it Scale I I I 1 "=400' I' f it � � I I LEGEND BOUNDARY nl I ✓\ - 3 ---- LINE PROP. STREET f Z LIGHT Z O I PROP. STREET �, Z ■■■■■■■■ LIGHT CONDUITS c & POWER LINES D V I p PROP. STREET i rY = LIGHT & CONDUITS , w/POWER LINES Z I � JF- � II I I _ _ I \ � rr, II i I � , I z � PROP. STREET I I A LIGHT & CONDUITS I w/POWER LINES I I , I � _ ALEMEDA ST. I I , I Winkelmann OWNER: " WEST WORTH COMMERCE CENTER, LLC & Associates, Inc. 3625 N. HALL STREET, SUITE 1280 DALLAS, TX 75201 CONSULTING CIVIL ENGINEERS ■ SURVEYORS 6750 HILLCREST PLAZA DRIVE, SUITE 215 (972) 490-7090 DALLAS, TEXAS 75230 (972) 490-7099 FAX Texas Engineers Registration No. 89 DEVELOPER: Texas Surveyors No, 100866-00 COPYRIGHT © 2024, Winkelmann & Associates, Inc WEST WORTH COMMERCE CENTER, LLC Scale : 1 " = 400' Dote :December 19, 2024 3625 N. HALL STREET, SUITE 1280 Dwg. File : 78702 CFA EXHIBITS.dwg DALLAS, TX 75201 Proiect No. 78702 EXHIBIT Cl- STREET LIGHT IMPROVEMENTS WEST WORTH COMMERCE CENTER LOTS 1-5, BLOCK A CPN: PIPRC22-0012 SHEET FORT WORTH, TEXAS 6 L.B. CRESWELL SURVEY, ABST. 367 J. BURSSEY SURVEY, ABST. 128 OF HAYSCOVINGTON SURVEY, ABST. 256 6 J.F. ELLIOTT SURVEY,. ABST. 493 00 42 43 DAP - BID PROPOSAL Pagel of7 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Unit of Bid Quantity Unit Price Bid Value No. Section No. Measure UNIT I: WATER IMPROVEMENTS 1 3311.0161 6" PVC Water Pipe 3211 12 LF 300 $42.50 $12,750.00 2 3311.0261 8" PVC Water Pipe 3311 12 LF 200 $55.50 $11,100.00 3 3311.0461 12" PVC Water Pipe 33 11 12 LF 7195 $92.50 $665,537.50 4 3312.2203 2" Water Service 33 12 10 EA 8 $4,360.00 $34,880.00 5 3312.3002 6" Gate Valve 32 1220 EA 11 $2,160.00 $23,760.00 6 3312.3003 8" Gate Valve 33 1220 EA 8 $2,890.00 $23,120.00 7 3312.3005 12" Gate Valve 33 12 20 EA 29 $4,940.00 $143,260.00 8 3312.0107 Connection to Existing 20" Water Main 33 12 25 EA 1 $2,480.00 $2,480.00 9 3312.0117 Connection to Existing 4"-12" Water Main 34 12 25 EA 1 $2,480.00 $2,480.00 10 3305.1101 24" Casing by other than Open Cut 33 05 22 LF 40 $910.00 $36,400.00 11 3305.0109 Trench Safety 33 05 10 LF 8040 $1.00 $8,040.00 12 3311.0001 Ductile Iron Water Fittings w/Restraint 3311 11 TON 9.5 $18,075.00 $171,712.50 13 3312.0001 Fire Hydrant 331240 EA 11 $6,500.00 $71,500.00 14 3312.1002 2" Combination Air Valve Assembly for 33 12 30 EA 2 $12,100.00 $24,200.00 15 3311.0461 12" D.I.P. 33 11 12 LF 345 $104.00 $35,880.00 16 24" Ductile Iron Encasement by Open Cut LF 295 $339.00 $100,005.00 17 8" Combination Meter Vault EA 1 $58,700.00 $58,700.00 18 CLSM Backfill LF 20 $544.00 $10,880.00 19 Concrete Ecasement LF 20 $157.50 $3,150.00 20 Seeding SY 4800 $4.00 $19,200.00 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 TOTAL UNIT I: WATER IMPROVEMENTS $1,459,035.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43 Bid Proposal_DAP 00 42 43 DAP - BID PROPOSAL Page 2 of 7 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Unit of Bid Quantity Unit Price Bid Value No. Section No. Measure UNIT II: SANITARY SEWER IMPROVEMENTS 1 3331.4115 8" Sewer Pipe 3311 10, 33 31 LF 2535 $83.50 $211,672.50 2 3331.4115 8" D.I.P. 3311 10, 33 31 LF 95 $143.00 $13,585.00 3 3339.1001 4' Manhole 33 39 10, 33 EA 10 $4,452.50 $44,525.00 4 5' Manhole Over Existing EA 1 $10,150.00 $10,150.00 5 3339.0001 Epoxy Manhole Liner 33 39 60 VF 135 $475.00 $64,125.00 6 3305.0109 Trench Safety 33 05 10 LF 2630 $1.00 $2,630.00 7 3301 0101 Manhole Vacuum Testing 3301 30 EA 10 $250.00 $2,500.00 8 3305.0113 Trench Water Stops 33 05 15 EA 9 $6,100.00 $54,900.00 9 3305.0116 Concrete Encasement for Utility 3305 10 LF 90 $73.00 $6,570.00 10 3339.1003 5' Extra Depth Manhole 33 39 10, 33 VF 4 $500.00 $2,000.00 11 3339.1003 4' Extra Depth Manhole 33 39 10, 33 VF 94 $350.00 $32,900.00 12 3301.0002 Post -CCTV Inspection 3301 31 LF 2630 $3.50 $9,205.00 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 36 37 38 39 40 41 42 43 44 45 46 47 TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS $454,762.50 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43 Bid Proposal_DAP UNIT PRICE BID IBidlist Item No. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 34 35 36 37 38 39 40 41 42 43 44 45 46 47 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information Description Specification Unit of Section No. Measure UNIT III: DRAINAGE IMPROVEMENTS 21" CL III RCP LF 3341.0205 24" RCP, Class III 3341 10 LF 3341.0302 30" RCP, Class III 3341 10 LF 30" CL IV RCP LF 33" CL III RCP LF 3341.0309 36" RCP, Class III 3341 10 LF 3349.0001 4' Storm Junction Box 33 49 10 EA 3349.0002 5' Storm Junction Box 33 49 10 EA 3349.5001 10' Curb Inlet 33 49 20 EA 3349.8001 10' Type 2 Inlet 33 49 20 EA 3349.1003 24" Flared -Wing (Straight Wing is shown) 33 49 40 EA 30" FW Headwall EA 3349.1007 36" Flared -Wing Headwall, 1 Pipe 33 49 40 EA 3137.0104 Medium Stone Riprap, Dry 31 3700 SF 3305.0109 Trench Safety 33 05 10 LF 3349.7001 4' Drop Inlet 33 49 20 EA 00 42 43 DAP - BID PROPOSAL Page 3 of 7 Bidder's Application Bid Quantity 165 820 1015 110 435 1400 10 3 7 3 1 1 1 930 3835 1 TOTAL UNIT III: DRAINAGE IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 Bidder's Proposal Unit Price I Bid Value $73.00 $86.50 $107.50 $138.00 $144.50 $165.50 $9,000.00 $18,000.00 $7,200.00 $10,900.00 $6,300.00 $7,100.00 $9,200.00 $14.50 $1.00 $7,500.00 $12,045.00 $70,930.00 $109,112.50 $15,180.00 $62,857.50 $231,700.00 $90,000.00 $54,000.00 $50,400.00 $32,700.00 $6,300.00 $7,100.00 $9,200.00 $13,485.00 $3,835.00 $7,500.00 $776,345.00 00 42 43 Bid Proposal_DAP UNIT PRICE BID IBidlist Item No. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM 00 42 43 DAP - BID PROPOSAL Page 4 of 7 Bidder's Application Project Item Information Bidder's Proposal Description Specification Unit of Bid Quantity Unit Price Bid Value Section No. Measure UNIT IV: PAVING IMPROVEMENTS 3201.0203 Asphalt Pavement Repair Beyond Defined Width, Industrial 3401 17 SY 1334.77 $75.93 $101,353.00 3213.0104 9" Conc. Pvmt. 32 1313 SY 9468.5 $123.92 $1,173,358.99 3213.0301 4" Conc. Sidewalk 32 1320 SF 15041.15 $7.50 $112,808.63 3213.0501 Barrier Free ramp, Type P-1 33 13 20 EA 9 $350.00 $3,150.00 3211.0502 8" Lime Treatment 3211 29 SY 10135.3 $6.50 $65,879.45 3292.0100 Block Sod Placement 32 92 13 SY 13021 $5.11 $66,537.31 3471.0001 Traffic Control 3471 13 MO 3 $1,500.00 $4,500.00 TOTAL UNIT IV: PAVING IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 $1,527,587.38 00 42 43 Bid Proposal_DAP UNIT PRICE BID IBidlist Item No. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM 00 42 43 DAP - BID PROPOSAL Page 5 of 7 Bidder's Application Project Item Information Bidder's Proposal Description Specification Unit of Bid Quantity Unit Price Bid Value Section No. Measure UNIT V: STREET LIGHTING IMPROVEMENTS 3441.3037 Furnish/Install Rdwy Illum TY 18 Light Pole & Fixture LED 3441 20 EA 17 $1,455.00 $24,735.00 Street light conduits and power lines LF 3050 $114.15 $348,170.00 TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 $372,905.00 00 42 43 Bid Proposal_DAP SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID 00 42 43 DM - BID PROPOSAL Page 7 of 7 Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description lion I Specification Unit of Btd Quan[it I y Unit Price Bid Value No. Section No, Measure Bid Summary UNIT I: WATER IMPROVEMENTS $1,459,035.00 UNIT II: SANITARY SEWER IMPROVEMENTS $454,762.50 UNIT III: DRAINAGE IMPROVEMENTS T $776,345.00 UNIT IV: PAVING IMPROVEMENTS $1,527,587.38 UNIT V: STREET LIGHTING IMPROVEMENTS $372,905.00 UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS This Bid is submitted by the entity named below: BIDDER: Gordon highlander 4464 Sigma Dr Dallas.1A 75245 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. Total Construction Bid $4,590,634.88 BY: Stcphcn Dobbs 16yrft1--z -� TITLE: Project Manager DATE: 6/10/2024 END OF SECTION CRY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 146 working days after the date when the 0042 43_Bid Proposal DAP