Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 63253
Received Date: 5/ 12/2025 Received Time: 1 1: 4 9 a. m. Developer and Project Information Cover Sheet: Developer Company Name: Bowers Homes LLC Address, State, Zip Code: 1845 Precinct Line Rd, Suite 215, Hurst, TX 76054 Phone & Email: 817-431-3700; todd(&,theneak.Rroup Authorized Signatory, Title: I Todd Bowers, Managing Member Project Name: I East Powell Townhomes Brief Description: Water, Sewer, Paving, and Storm Drain Improvements Project Location: 1700 Block of East Powell Ave, Fort Worth, TX 76104 Plat Case Number: None provided Plat Name: None provided Mapsco: I TAR 77V I Council District: 1 8 CFA Number: 1 20-0081 1 City Project Number: I IPRC20-0034 I CPN 102692 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas Page 1 of 17 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 City Secretary Number: 63253 STANDARD COMMUNITY FACILITIES AGREEMENT WITH CITY PARTICIPATION 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 Bowers Homes 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 East Powell Townhomes ("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 desires to participate in this Agreement in an amount not to exceed $66,543.90 to enlarge the scope of the Improvements beyond what Developer is responsible for constructing to oversize a 6-inch sewer main to an 8-inch sewer main ("City Participation"); and WHEREAS, the City Participation includes reimbursement to Developer in an amount not to exceed $61,525.00 for construction costs and an amount not to exceed $1,230.50 for material testing costs. The remaining City Participation in the amount of $3,788.40 shall not be paid to the Developer, but will be used by City to pay for the City's portion of construction inspection service fees and administrative material testing fees. The City is not participating in the cost of water lab testing fees; 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: OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas Page 2 of 17 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 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 forth 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. 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: ❑X Exhibit A: Water ® Exhibit A- 1: Sewer ® Exhibit B: Paving ❑X Exhibit B-1: Storm Drain ❑ Exhibit C: Street Lights & Signs ❑ Exhibit D: Traffic Signal & Striping The Location Map and Cost Estimates are also attached hereto and incorporated herein by reference. To the extent that Exhibits A, B, C, D, E, 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. City of Fort Worth, Texas Page 3 of 17 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 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. 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. If the Improvements are not completed at the end of the Term, and any Extension Periods, there will be no further obligation for City Participation to be paid to the Developer. (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: City of Fort Worth, Texas Page 4 of 17 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 (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 (a) Developer will award all contracts for the construction of the Improvements and cause the Improvements to be constructed in accordance with the CFA Ordinance. (b) Developer will employ construction contractors who meet the requirements of the City to construct the Improvements including, but not limited, to being prequalified, insured, licensed and bonded to construct the Improvements in the City. (c) Developer will require Developer's contractors to provide the City with payment and performance bonds naming the City and the Developer as dual obligees, in the amount of one hundred percent (100%) of the cost of the Improvements as required by the CFA Ordinance. The payment and performance bonds shall guarantee construction of the Improvements and payment of all subcontractors and material suppliers. Developer agrees to require Developer's contractors to provide the City with a maintenance bond naming the City as an obligee, in the amount of one hundred percent (100%) of the cost of the Improvements, that guarantees correction of defects in materials and workmanship for the Improvements by the contractor and surety for a period of two (2) years after completion and final acceptance of the Improvements by the City. All bonds must be provided to the City before construction begins and must meet the requirements of the City's Standard Conditions, Chapter 2253 of the Texas Government Code, and the Texas Insurance Code. (d) Developer will require Developer's contractors to provide the City with insurance equal to or in excess of the amounts required by the City's standard specifications and contract documents for developer -awarded infrastructure construction contracts. The City must be named as an additional insured on all insurance policies. The Developer must provide the City with a Certificate of Insurance (ACORD or form approved by the State of Texas), supplied by each contractor's insurance provider, which shall be made a part of the Project Manual. (e) Developer will require the Developer's contractors to give forty-eight (48) hours' advance notice of their intent to commence construction of the Improvements to the City's Construction Services Division so that City inspection personnel will be available. Developer will require Developer's contractors to allow construction of the Improvements to be subject to inspection at any and all times by the City's inspectors. Developer will require Developer's contractors to not install or relocate any sanitary sewer, storm drain, or water pipe unless a City inspector is present and gives consent to proceed, and to allow such laboratory tests as may be required by the City. (f) Developer will not allow Developer's contractors to begin construction of the Improvements until a notice to proceed to construction is issued by the City. City of Fort Worth, Texas Page 5 of 17 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 (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. (h) Developer shall ensure the contractors are paid the City's wage rates in effect during construction of the Improvements. 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. 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 ANYCHARACTER, 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 PROPERLY SAFEGUARD THE WORK, OR ONACCOUNT OFANYACT, 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, City of Fort Worth, Texas Page 6 of 17 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 INCLUDING DEATH, RESULTING FROM, OR INANY WAY CONNECTED WITH, THE CONSTRUCTION OF THE IMPROVEMENTS CONTEMPLATED HEREIN, WHETHER OR NOT SUCH INJURIES, DEATH OR DAMAGES ARE CAUSED, IN WHOLE OR IN PART, BY THE ALLEGED NEGLIGENCE OF THE CITY OF FORT WORTH, ITS OFFICERS, SERVANTS, OR EMPLOYEES. FURTHER, DEVELOPER WILL REQUIRE ITS CONTRACTORS TO INDEMNIFY, DEFEND, AND HOLD HARMLESS THE CITY FOR ANY LOSSES, DAMAGES, COSTS OR EXPENSES SUFFERED BY THE CITY OR CAUSED AS A RESULT OF SAID CONTRACTORS' FAILURE TO COMPLETE THE WORK AND CONSTRUCT THE IMPROVEMENTS IN A GOOD AND WORKMANLIKE MANNER, FREE FROM DEFECTS, IN CONFORMANCE WITH THE CFA ORDINANCE, AND INACCORDANCE WITH ALL PLANS AND SPECIFICATIONS. 13. Right to Enforce Contracts 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. City of Fort Worth, Texas Page 7 of 17 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 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 Bowers Homes LLC Contract Management Office 1845 Precinct Line Rd, Suite 215 City of Fort Worth Hurst, TX 76054 100 Fort Worth Trail Fort Worth, Texas 76102 With conies 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 City of Fort Worth, Texas Page 8 of 17 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 pertinent books, documents, papers and records of such contractor, involving transactions to the contract, and further, that City shall have access during normal working hours to all of the contractor's facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City shall give Developer's contractors reasonable advance notice of intended audits. 18. Independent Contractor It is expressly understood and agreed that Developer and its employees, representative, agents, servants, officers, contractors, subcontractors, and volunteers shall operate as independent contractors as to all rights and privileges and work performed under this Agreement, and not as agents, representatives or employees of the City. Subject to and in accordance with the conditions and provisions of this Agreement, Developer shall have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers. Developer acknowledges that the doctrine of respondeat superior shall not apply as between the City and its officers, representatives, agents, servants and employees, and Developer and its employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers. Developer further agrees that nothing herein shall be construed as the 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 fixture 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. City of Fort Worth, Texas Page 9 of 17 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 22. Headings The paragraph headings contained herein are for the convenience in reference and are not intended to define or limit the scope of any provision of this Agreement. 23. Severability In the event that any clause or provision of this Agreement shall be held to be invalid by any court of competent jurisdiction, the invalidity of such clause or provision shall not affect any of the remaining provisions hereof. 24. Review of Counsel City and Developer, and if they so choose, their attorneys, have had the opportunity to review and comment on this document; therefore any rule of contract construction or interpretation that would 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. To the extent that Chapter 2271 of the Govermnent 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 2276 of the Texas Government Code, 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. 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. City of Fort Worth, Texas Page 10 of 17 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 27. Prohibition on Discrimination Against Firearm and Ammunition Industries Developer acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, 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. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Developer certifies that Developer's signature provides written verification to the City that Developer: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. 28. Compliance with Public Information Act Requests The requirements of Subchapter J, Chapter 552, Government Code, may apply to this Agreement and Developer agrees that the Agreement can be terminated if Developer knowingly or intentionally fails to comply with a requirement of that subchapter. Developer acknowledges that section 552.371 of the Texas Government Code applies to this Agreement if. (1) this Agreement has a stated expenditure of at least $1 million in public funds for the purchase of good or services by the City; or (2) this Agreement results in the expenditure of at least $1 million in public funds for the purchase of goods or services by the City in a fiscal year of the City. To the extent that section 552.371 of the Texas Government Code applies to this Agreement, Developer shall comply with section 552.372 of the Texas Government Code by: (1) preserving all contracting information relating to this Agreement as provided by the records retention requirements applicable to the City for the duration of the Agreement; (2) promptly providing the City any contracting information related to this Agreement that is in the custody or possession of Developer on request of the City; and (3) on completion of the Agreement, either (a) providing at no cost to the City all contracting information related to the Agreement that is in the custody or possession of Developer; or (b) preserving the contracting information relating to the Agreement as provided by the retention requirements application to the City. 29. 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. City of Fort Worth, Texas Page 11 of 17 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 30. 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. 31. 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. 32. 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. 33. 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. 34. 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. 35. Counterparts This Agreement may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. 36. 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. City of Fort Worth, Texas Page 12 of 17 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 37. City Participation; Fiscal Funding Limitation (a) The City will reimburse Developer in an amount not to exceed $61,525.00 for construction costs and an amount not to exceed $1,230.50 for material testing costs. The remaining City Participation in the amount of $3,788.40 shall not be paid to Developer, but will be used to pay for the City's portion of construction inspection service fees and administrative testing fees. The City shall reimburse Developer for the City Participation after presentation of proper documentation by Developer to the City that the Improvements have been constructed and accepted by the City and all contractors and material suppliers have been paid. Developer must register as a vendor of the City in order for the City Participation to be paid to Developer. The City Participation was calculated as follows: E0—nit-C 7, Part ci.atlon Bid Items I IPRC20-0034 CPN 102692 Unit of QtY Contractor Unit Price cFw(•Alcernace)unrtPrices Lowest Unit Price East Powell Townhomes Measure Value Unit Price Bid Value Unit Price Bid Value 3331.4117 8" Sewer Pipe LF 403 S121.00 $48,763.00 $130.00 $52,390.OD $48,763.00 3339.10034' Extra Depth Manhole VF 3.7 $800.00 $2,960.00 $200.00 $740.00 $740.00 3305.0109 Trench Safety LF 403 $6.00 $2,418.00 $2.OD $806.00 $806.00 3301.0101 Manhole Vacuum Testing E4 1 $1,200.00 $1,200.00 $200.00 $200.00 $200.00 3301.0002 Post -CCTV Inspection LF 403 $4.OD $1,612.00 $7.00 $2,821.00 $1,612.00 0241.2012 Remove 6" SS Line LF 403 $8.00 $3,224.00 320.00 $8,060.00 $3,224.00 3339.0001 Epoxy Manhole Liner VF 18 $260.00 $4,680.00 $510.00 $9,180.OD $4,680.00 'Trench water stops EA 2 $750.00 $1,500.00 $900.00 $1,800.00 $1,500.00 City Cost Participation Amount $61,525.00 (b) In the event no funds or insufficient funds are appropriated and budgeted or are otherwise unavailable by any means whatsoever in any fiscal period for payments due under this Agreement, then the City will immediately notify Developer of such occurrence and this Agreement shall be terminated on the last day of the fiscal period for which appropriations were received without penalty or expense to the City of any kind whatsoever, except to the portions of annual payments herein agreed upon for which funds shall have been appropriated. (c) Substantial completion of the Improvements shall occur after Developer's contractors notify the City that the Improvements are constructed and ready for their intended use, the City and Developer's contractors inspect the Improvements, and the City concurs that the Improvements are substantially complete. This Agreement does not provide for any retainage to be withheld from the City Participation. [REMAINDER OF PAGE INTENTIONALLY BLANK] City of Fort Worth, Texas Page 13 of 17 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 38. Cost Summary Sheet Project Name: East Powell Townhomes CFA No.: 20-0081 IPRC No.: 20-0034 City Project No.: 102692 Items Developer's Cost City's Cost Total Cost A. Water and Sewer Construction 1. Water Construction $ 44,570.00 $ - �$ 44,570.00 2. Sewer Construction $ 75,416.00 $ 61,525.00 $ 136,941.00 Water and Sewer Construction Total $ 119,986.00 $ 61,525.00 $ 181,511.00 B. TPW Construction 1. Street $ 241,954.40 $ - �$ 241,954.40 2. Storm Drain $ 14,490.00 $ - V$ 14,490.00 3. Street Lights Installed by Developer $ - $ - PF $ �$ - 4. Signals $ - $ - - TPW Construction Cost Total $ 256,444.40 $ - $ 256,444.40 Total Construction Cost (excluding the fees): $ 376,430.40 $ 61,525.00 $ 437,955.40 Estimated Construction Fees: C. Construction Inspection Service Fee $13,500.00 $3,337.50 $16,837.50 D. Administrative Material Testing Service Fee $964.60 $413.40 • $1,378.00 E. Material Testing Cost (unknown cost) $0.00 $1,230.50 $1,230.50 E. Water Testing Lab Fee $168.75 $0.00 $168.75 Total Estimated Construction Fees: $ 14,633.35 $ 4,981.40 $19,614.75 TOTAL PROJECT COST $ 134,619.35 $ 66,506.40 $ 457,570.15 Choice Financial Guarantee Options, choose one Amount (Mark one Bond = 100% $ 437,955.40 I X Completion Aqreement = 100% / Holds Plat $ 437,955.40 Cash Escrow Water/Sanitary Sewer= 125% $ 226,888.75 Cash Escrow Pavinq/Storm Drain = 125% $ 320,555.50 Letter of Credit = 125% $ 547,444.25 City of Fort Worth, Texas Page 14 of 17 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 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 cv� Jesica McEachern Assistant City Manager Date: 05/11 /2025 Recommended by: Bichson Nguyen Contract Compliance Specialist Development Services Department DEVELOPER Bowers Homes LLC a Texas limited liability company Todd Bowers (Apr 29, 2025 09:06 CDT) Todd Bowers Managing Member Approved as to Form & Legality: Richard McCracken (Mav 2.2025 10:39 CDT) Richard A. McCracken Sr. Assistant City Attorney M&C No. N/A Contract Compliance Manager: Date: 05/02/202 5 By signing, I acknowledge that I am the person Form 1295: N/A p-ffoRr��B responsible for the monitoring and � OF°,°°°°°°oo- AY�o° o , administration of this contract, including a~o °o a ensuring all performance and reporting ATTEST: p o °=d P� * o o * dd requirements. 9q 1aa °°°°°° °°°°° a A a� nEXA?oAp Rebecca Owen Jannette Goodall Rebecca Owen (Apr 29, 2025 09:41 CDT) City Secretary Rebecca Owen Contract Manager OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas Page 15 of 17 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 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 ❑X Location Map ❑X Exhibit A: Water Improvements ® Exhibit A-1: Sewer Improvements ® Exhibit B: Paving Improvements ® Exhibit B-1: Storm Drain Improvements ❑ Exhibit C: Street Lights and Signs Improvements ❑ Exhibit D: Traffic Signal and Striping Improvements ® Cost Estimates (Remainder of Page Intentionally Left Blank) City of Fort Worth, Texas Page 16 of 17 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 ATTACHMENT "I" Changes to Standard Community Facilities Agreement City Project No. 102692 None City of Fort Worth, Texas Page 17 of 17 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 �p SCALE 1" = 1,000 FT zaY E. MADDOX AVE. a HILLSIDE H MO RNINGSID H = Z E. RICHMOND AVE. Q U U) LU E. ARLINGTON AVE. SITE LOCATION E. POWELL ST. 4� n x m r`a 4 m c MORNINGSIDE nd 0 LU 0 (n W LU ry Vicinity Map Cobb Park City Project No. 102692 Mapsco No.TAR-77V EAST POWELL TOWNHOMES Owner/Developer The Peak Grouo 1845 Precinct Line Rd, Suite 215 Hurst, TX 76054 evolving C .Er~ , � %eft 3000 Race St, Suite 108 Fort Worth, TX 76111 (817) 529-2700 TBPE No. F12452 www.evolvingtexas.com SHEET 1 of 5 nATF- — 9n94 1.L' . z4Y! 11.' BILL 8 T 1 IfIELMON� ADDITIQN I 1 LO 12 ------------------------------------------------ ------------ � T I T BLOCK 13 BELMONT ADDITION LOT 11 0 100 200 FEET BLOCK 9 BELMO�J ADDI110N I PROPOSED FIRE HYDRANT PROPOSED 8" X 6" REDUCER PROPOSED 6" GATE VALVE I I I I 1 24 1 23 1 22 1 21 1 20 1 19 18 17 16 1 14 .•13 : r STREET I PROPOSED 8" I LIHT WATER LINE 1 ' F#.OHE n I Wd ICONNECT TO EXIST. 2" & PROPOSED 8" GATE VALVE F 1 w w v7 H Z w U w U Q 2 3 4 c F. POWELL AVE. PROPOSED 8" AUTOMATICff 1 1 FLUSH VALVE 1 5 1 6 7 8 9 10 11 12 BL )CK 12 BELMONT ADDI—ION EXHIBIT A WATER EAST POWELL TOWNHOMES Owner/Developer CITY PROJECT # 102692 The Peak Group 1845 Precinct Line Rd, Suite 215 Hurst, TX 76054 SCALE 1" = 100 FT. w I— w V) IV J w co LEGEND EXISTING WATER LINE PROPOSED WATER LINE FIRE HYDRANT N PROPOSED GATE VALVE 3000 Race e St, Suite 108 • Fort Worth, TX 76111 2 V O i V � Il g ( ) 529-2700 Civil Engineering +planning TBPE No. F-12452 www.evolvingtexas.com SHEET 2 of 5 DATE: June 2024 -T BLOCK 8 BELMONT ADDITION I LOT 12 I I I I rI _---------------- ------------- / 0---- 0----------------------- ' BLOCK 9 BELMONT ADDI- ION 20 19 18 17 16 1 14 .43 r i � c b ------------------------------- �y.S: Lr.M r.a. SAW 1 E. OWELL AVE. I� r EXIST. ! I I SREPLACE EXIST. 6" PROP. 4" SEWER REPLACE EXIST. ANITARY SEWER SANITARY SEWER � SERVICES 4' STD. MANHOLE I I I w/PROP. 8" w/ PROP. BLOCK 13 1 2 3 4 5 6 7 8 9 10 BELMONT ADDITION w LU L LOT 11 I — I I EXIST. w � II SANITARY Y SEWER � N w Z w BLOCK 12 V) BELMOP-T ADDI—ION "' w °al U 2 N IFS NEW SANITARY SEWER LINE NEW SANITARY SEWER MANHOLE O EXISTING SANITARY SEWER LINE `" I'M EXHIBIT Al 0 100 200 FEET EXISTING SEWER MANHOLE © WASTEWATER EAST POWELL TOWNHOME 3000 Race St, Suite 108 CITY PROJECT # 102692 evolving Fort worth, 52 76111 -270 Owner/Developer (817) 92700 The Peak Group Civil Engineering +Planning TBPE No. F-12452 1845 Precinct Line Rd, Suite 215 www.evolvingtexas.com Hurst, TX 76054 SHEET 3 of 5 SCALE 1" = 100 FT. DATE: June 2024 1 24 23 22 21 EXIST. 4' STD MANHOLE BLOCK 8 BELMONT ADDITION I 1 1 LOT 12 I I ----------------------------------------------- - ---------------------------------------------- BLOCK 13 I I I H BELMONT ADDITION I I w LOT 11 III H Z w U un w U N Q 0 100 200 FEET Owner/Developer The Peak Group 1845 Precinct Line Rd, Suite 215 Hurst, TX 76054 SCALE 1" = 100 FT. BLOCK 9 BELMO�IT ADDI110N PROPOSED CONCRETE RELOCATE DRIVEWAYS 1 ` POLE & LIGHT 24 23 22 21 1 20 1 19 18 17 JET RI� LHT E E. POWELL AVE. RELOCATE POWER POLE i PROPOSED CONCRETE CURB & GUTTER 1 2 3 4 5 6 7 8 BLOCK 12 BELMOPJ ADDITION PROPOSED TEMPORARY PAVEMENT i" \ 16 1 -14 13 PROPOSED ASPHALT JBARR NSTALL 2- PAVEMENT TYPE III ICADES 9 10 11 12 w 1— w V) N J w ca I I PROPCSED ASPHALT PAVEMENT EXHIBIT B PROPOSED TEMPORARY ASPHALT PAVING EAST POWELL TOWNHOME 3000 Race St, Suite 108 • Fort Worth, TX 76111 CITY PROJECT # 102692 evo I V I ng (817) 529-2700 Civil Engineering+%annmg TBPE No. F-12452 www.evolvingtexas.com SHEET 4 of 5 DATE: June 2024 BLOCK 9 BELMONT ADDITION 24 23 22 21 20 E. POWELL AVE. I I I I I I I w 1 1 2 3 4 5 6 7 w H N I I I 19 18 17 16 1 14 1',3 I I I Z — U BLOCK 12 N BELMON T ADDI—ION w I Q EXHIBIT B1 STORM DRAINAGE EAST POWELL TOWNHOMES CITY PROJECT # 102692 Owner/Developer The Peak Group 1845 Precinct Line Rd, Suite 215 Hurst, TX 76054 SCALE 1" = 100 FT. NOTE: Location of SD pipe is approximate; was not visible at site visit on 1 /28/20 36" RCP I EXIST. 36" STORM I DRAIN LINE +I w H w N IV J W m 0 100 200 FEET devolving Civil Engineering + %anning 3000 Race St, Suite 108 Fort Worth, TX 76111 (817) 529-2700 TBPE No. F-12452 www.evolvingtexas.com SHEET 5 of 5 DATE: June 2024 00 42 43 DAP - BID PROPOSAL Pagel of 5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM - East Powell Townhomes UNIT PRICE BID Project Item Information Bidlist Item Description I Specification Section No. No. UNIT I: WATER IMPROVEMENTS 1 3311.0263 8" PVC Water Pipe, Select Backfill 3311 12 2 3312.0001 Fire Hydrant 33 12 40 4 3312.3003 8" Gate Valve 33 12 20 5 3312.0117 Connection to Exisitng 4"-12" Water Main 32 12 25 7 3311.0001 Ductile Iron Water Fittings and Vertical Bends 3311 11 8 3305.0109 Trench Safety 33 05 10 10 3331.4108 6" Sewer Pipe 33 11 10, 33 31 12, 33 31 20 11 9999.0001 Automatic Flushing Device 00 00 00 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 Bidder's Application Unit of I Bid Measure Quantity LF EA EA EA TN LF LF EA 543 1 1 1 0.4 543 37 1 TOTAL UNIT I: WATER IMPROVEMENTS Bidder's Proposal Unit Price I Bid Value $48.00 $26,064.00 $4,200.00 $4,200.00 $2,400.00 $2,400.00 $1,500.00 $1,500.00 $1,500.00 $600.00 $2.00 $1,086.00 $60.00 $2,220.00 $6,500.00 $6,500.00 $44,570.00 lea T CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43 Bid Proposal_DAP-E Powell.xlax 00 42 43 DAP - BID PROPOSAL Page 2 of 5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM - East Powell Townhomes UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal BidlistItem Description Specification Section No. Unit of Bid Unit Price Bid Value No. Measure Quantity UNIT II: SANITA,Y SEWER IMPROVEMENTS 1 3331.4117 8" Sewer Pipe, Select Backfill 33 11 10, 33 31 12, 33 3120 LF 403 $121.00 $48,763.00 2 3331.4103 4" Sewer Pipe, Select Backfill 33 11 10, 33 31 20 LF 522 $72.00 $37,584.00 3 3331.3101 4" Private Sewer Service 3331 50 EA 22 $1,500.00 $33,000.00 5 3339.1003 4' Extra Depth Manhole 33 39 10, 33 39 20 VF 3.7 $800.00 $2,960.00 6 3305.0109 Trench Safety 33 05 10 LF 403 $6.00 $2,418.00 7 3301.0101 Manhole Vacuum Testing 3301 30 EA 1 $1,200.00 $1,200.00 8 3301.0002 Post -CCTV Inspection 3301 31 LF 403 $4.00 $1,612.00 10 0241.2012 Remove 6" SS Line 0241 14 LF 403 $8.00 $3,224.00 11 3339.0001 Epoxy Manhole Liner 33 96 60 VF 18 $260.00 $4,680.00 12 3305.0113 Trench Water Stops 33 05 15 EA 2 $750.00 $1,500.00 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS $136,941.00 U.M. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43 Bid Proposal_DAP-E Powell.xlax 00 42 43 DAP - BID PROPOSAL Page 3 of 5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM - East Powell Townhomes UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposa Bidlist Item Description Specification Section No. Unit of Bid Unit Price Bid Value No. Measure Quantity UNIT III: DRAINAGE IMPROVEMENTS 1 3137.0105 Medium Stone Riprap, grouted 33 37 00 SY 272 $45.00 $12,240.00 2 9999.0002 Type III Barricades 00 00 00 LF 50 $45.00 $2,250.00 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 44 45 TOTAL UNIT III: DRAINAGE IMPROVEMENTS $14,490.00 U.M. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43—Bid Proposal_DAP-E Powcll.xlsz 00 42 43 DAP - BID PROPOSAL Page 4 of 5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM - East Powell Townhomes UNIT PRICE BID Project Item Information Bidlist Item No. Description 1 3213.0401 6" Concrete Driveway 2 3216.0101 6" Conc Curb and Gutter 3 3212.0401 HMAC Transition 4 3212.0302 2" Surface Type D Asphalt Pavement 5 3212.0501 4" Base Type B Asphalt Base 6 0241.1100 Asphalt Removal 7 3123.0101 Unclassified Excavation by Plan 8 3123.0103 Borrow by Plan 9 3211.0502 8" Lime Treatment 10 3211.0400 Hydrated Lime 11 3110.0101 Site Clearing 12 3125.0101 SWPPP >_ 1 acre 13 0241.0702 Relocate Mailbox - Traditional 14 3292.0400 Seeding, Hydromulch 15 3291.0100 Topsoil 16 3471.0001 Traffic Control 17 3110.0103 12"-18" Tree Removal 18 9999.0003 Relocate Existing Utility Pole 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 Specification Section No UNIT IV: PAVING IMPROVEMENTS 32 13 20 301613 32 12 16 32 12 16 32 12 16 0241 15 31 2316 31 2323 3211 29 3211 29 31 1000 31 2500 0241 13 32 92 13 3291 19 3471 13 31 1000 00 00 00 Bidder's Application Unit of I Bid Measure Quantity SF LF TN SY SY SY CY CY SY TN LS LS EA SY CY MO EA EA 276 1046 44 1398 1398 1057 365 100 1789 215 1 1 2 1652 413 1 1 2 TOTAL UNIT IV: PAVING IMPROVEMENTS Bidder's Proposal Unit Price I Bid Value $9.50 $2,622.00 $18.00 $18,828.00 $160.00 $7,040.00 $21.00 $29,358.00 $52.00 $72,696.00 $16.00 $16,912.00 $8.00 $2,920.00 $12.00 $1,200.00 $6.00 $10,734.00 $220.00 $47,300.00 $7,500.00 $7,500.00 $1,800.00 $1,800.00 $650.00 $1,300.00 $1.70 $2,808.40 $22.00 $9,086.00 $3,000.00 $3,000.00 $1,250.00 $1,250.00 $2,800.00 $5,600.00 $241,954.40 U.M. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43 Bid Proposal_DAP-E Powell.xlax 00 42 43 DAP - BID PROPOSAL Page 5 of 5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM - East Powell Townhomes UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal BidlistItem Unit of Bid Description Specification Section No. Unit Price Bid Value No. Measure Quantity Bid Summary UNIT I: WATER IMPROVEMENTS $44,570.00 UNIT II: SANITARY SEWER IMPROVEMENTS $136,941.00 UNIT III: DRAINAGE IMPROVEMENTS $14,490.00 UNIT IV: PAVING IMPROVEMENTS $241,954.40 Total Construction Bid $437,955.40 This Bid is submitted by the entity named below: BIDDER: Atlantic Construction Group LLC 1617 Ronne Dr Irving, TX 75060 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. END OF SECTION BY: Uzziel Montelongo q,7 �J TITLE: CEO DATE: 10/1/2024 40 working days after the date when the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAP-E Powell.xlax