HomeMy WebLinkAboutContract 61142-A1Date Received: 06/11 /2025
City Secretary
Time Received: 9 • 1 3 a.m. Contract Number: 61142-Al
FIRST AMENDMENT TO CITY SECRETARY CONTRACT NUMBER 61142
A COMMUNITY FACILITIES AGREEMENT BETWEEN THE CITY OF FORT
WORTH AND CND-TAVOLO, LLC
This FIRST AMENDMENT TO CITY SECRETARY CONTRACT NUMBER
61142 ("First Amendment") is made and entered into by and between the City of Fort Worth
("City"), a home -rule municipal corporation of the state of Texas, and CND-Tavolo, LLC
("Developer").
WHEREAS, the City and Developer entered into a Community Facilities Agreement
for the construction of public infrastructure improvements for a Project generally described as
Tavolo Phase 5, City Project Number 104156, City Secretary Contract Number 61142 ("CFA");
and
WHEREAS, the Project includes City Participation for oversizing an 8-inch water main
to a 24-inch water main as authorized by City Council through approval of M&C 23-0523 on
June 27, 2023; and
WHEREAS, the CFA did not reflect the City Participation in the Project; and
WHEREAS, City and Developer desire to amend the CFA to reflect the City
Participation for oversizing the water main; and
WHEREAS, City and Developer desire to amend the CFA to reflect water
Improvements that were not included when the CFA was executed and the corresponding
increase in City Participation for those Improvements;
NOW THEREFORE, City and Developer, acting herein by and through their duly
authorized representatives, enter into the following agreement, which amends City Secretary
Contract No. 61142:
and
1.
The CFA is amended to delete the following recital in its entirety:
WHEREAS, the City is not participating in the cost of the Improvements or Project;
2.
The CFA is amended to add the following recitals:
OFFICIAL RECORD
City of Fort Worth, Texas CITY SECRETARY
Amendment No. 1 to City Secretary Contract No. 61142
FT. WORTH, TX
Page 1 of 14
W REAS, the City desires to participate in this Agreement in an amount not to exceed
$428,673.64 to enlarge the scope of the Improvements beyond what Developer is responsible for
constructing by oversizing an 8-inch water main to a 24-inch water main as authorized by City
Council through approval of M&C 23-0523 on June 27, 2023 ("City Participation"); and
WHEREAS, the City Participation includes reimbursement to Developer in amounts not
to exceed $413,777.49 for construction costs and $8,275.55 for material testing costs. The
remaining City Participation in the amount of $6,620.60 shall not be paid to Developer, but will
be used by City to pay for the City's portion of construction inspection service fees, administrative
material testing fees, and water lab testing fees; and
3.
Section 9 of the CFA is amended to add subsection (h) which shall be and read as follows:
(h) Developer shall ensure the contractors are paid the City's wage rates in effect
during construction of the Improvements.
9
Section 36 of the CFA is amended in its entirety to be and read as set forth in Exhibit "A"
of this First Amendment which is attached hereto and incorporated herein by reference.
5.
The Cost Estimates in the CFA are amended in their entirety to be and read as set forth in
Exhibit B of this First Amendment, which is attached hereto and incorporated herein by reference.
0
The CFA is amended to add Section 37 which shall be and read as follows:
37.
City Participation; Fiscal Funding Limitation
(a) The City shall reimburse Developer for the City Participation in an amount not to exceed
$413,777.49 for construction costs for oversizing the water main and $8,275.55 for
material testing costs. The remaining City Participation in the amount of $6,620.60 shall
not be paid to Developer, but will be used by City to pay for the City's portion of
construction inspection service fees, administrative material testing fees, and water lab
testing fees. The City Participation will be paid to Developer after construction of the water
main is complete and has passed all inspections by the City and the Developer delivers an
invoice to the City. Developer must register as a vendor of the City in order for the City
City of Fort Worth, Texas
Amendment No. 1 to City Secretary Contract No. 61142
Page 2 of 14
Participation to be paid to Developer. The City Participation for construction costs was
calculated as follows:
City Pardeipatim ExUii
Project Item Warmation-IPRC"_-U211C-N 104155TA10LO P.ARRPII5
CFAUmtPnees
Contractor
Unit Price
ILm N.
D—pt—
Spaufmtim
Umt of
Bid
U.1I Price
Bid Vahre
Unit Price
Sid Value
Lr..ne:t Bid
Sect, -No.
Measure
Quanhh.
1
3311.110111 Ductile Iron Water Fittings wl Restraint "
3311 11
TON
0.63
$5 562 47
$3,504 36
$10,190 47
$6 420 00
$3,504 36
2
3305.0109 Trench Safety
330510
LF
1200
$1,12
$1,344.00
$1.2C
$1,440.00
$1,34400
3
3311.064124" PVC Water Pipe'
33 11 10
LF
1170
$235.00
$274,950.00
$2824C
$330,408.00
5274,950.00
4
24"Carrier( DIP] water pipe
3311.0651
LF
30
$350.00
$10,500.00
$350.0C
$10,500.00
$10,500.00
5
24"WL Backrill, CLSM
3305.0203
LF
30
$500.00
$15,000.00
$500.0c
$15,000.00
515,00c00
6
8' Blowoff Valve
3312 6003
EA
1
$44,000 an
$44,000 00
$45.953 44
$45 95344
$44,00000
7
3312.3008 24' Gate Valve wl Vault
33 12 20
E A
2
$59,813.90
$119,626 00
$37,852.15
$75,704.30
575,704 30
8
42" Casinq by open cut
3305.1008
LF
30
$560 00
$16,800 00
$560.ac
$16,80000
516,80e 0o
9
33120108 Connect to Existing 24" Water Main
331225
EA
1
$9,12500
$9,125.00
$5,516.0e
S5,516.00
$5,516.00
1C
24'Pluq
024114
EA
i
W,126.00
$7,126.00
$2,4394e
$2,439.48
$2,439.48
92% C!IV
Cost Share
Amount
$413,777.49
(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 Contractor 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.
7.
The CFA is amended to add Section 38 which shall be and read as follows:
38.
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
City of Fort Worth, Texas
Amendment No. 1 to City Secretary Contract No. 61142
Page 3 of 14
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.
a. All other provisions of City Secretary Contract Number 61142 which are not expressly
amended herein, shall remain in full force and effect.
b. All terms in this First Amendment that are capitalized, but not defined, shall have the
meanings ascribed to those terms in City Secretary Contract Number 61142.
[SIGNATURES ON FOLLOWING PAGE]
City of Fort Worth, Texas
Amendment No. 1 to City Secretary Contract No. 61142
Page 4 of 14
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
Jesica McEachern
Assistant City Manager
Date: 06/10/2025
Recommended by:
Dwayne Hollars
Contract Compliance Specialist
Development Services
Approved as to Form & Legality:
Richard A. McCracken
Sr. Assistant City Attorney
M&C No. 23-0523
Date: 6/27/2023
Form 1295:2023-1026362
rol u
P..RT��ap
ATTEST:
V /, Odnn6� 654go
Jannette S. Goodall
City Secretary
City of Fort Worth, Texas
Amendment No. 1 to City Secretary Contract No. 61142
Page 5 of 14
DEVELOPER
CND-Tavolo, LLC
Garret 31, 202513:27 CDT)
Garrett Lust
Authorized Agent
Date: 05/31 /2025
Contract Compliance Manager:
By signing, I acknowledge that I am the person
responsible for the monitoring and
administration of this contract, including
ensuring all performance and reporting
requirements.
ka�
Kandice Merrick
Development Manager
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Project Name: Tavolo Phase 5
CFA No.: 23-0108
Items
A. Water and Sewer Construction
1. Water Construction
2. Sewer Construction
Water and Sewer Construction Total
B. TPW Construction
1. Street
2. Storm Drain
3. Street Lights Installed by Developer
4. Signals
TPW Construction Cost Total
EXHIBIT A
36.
Cost Summary Sheet
City Project No.: 104156
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
F. Material Testing Cost
Total Estimated Construction Fees:
TOTAL PROJECT COST
Financial Guarantee Options, choose one
Bond = 100%
Cash Escrow Water/Sanitary Sewer= 125%
Cash Escrow Pavinq/Storm Drain = 125%
Statement of Appropriated Fundinq = 100%
City of Fort Worth, Texas
Amendment No. 1 to City Secretary Contract No. 61142
Page 6 of 14
IPRC No.: 22-0214
Developer's Cost
City's Cost
Total Cost
$
978,651.75
$ 413,777.49
$
1,392,429.24
$
1,177,860.06
$ -
$
1,177,860.06
$
2,156,511.81
$ 413,777.49
$
2,570,289.30
$
1,845,763.80
$ -
$
1,845,763.80
$
1,149,546.73
$
1,149,546.73
$
238,369.00
$
$
238,369.00
$
3,233,679.53
$
$
3,233,679.53
$ 5,390,191.34 $ 413,777.49 $ 5,803,968.83
$
$
$
$
50,175.00
17,364.40
930.00
-
$
$
$
$
6,075.00
275.60
270.00
8,275.55
$ 56,250.00
$ 17,640.00
$ 1,200.00
$ 8,275.55
$
68,469.40
$
14,896.15
$ 75,090.00
$
5,458,660.74
$
428,673.64
$ 5,879,058.83
Choice
Amount
(Mark one
$
5,803,968.83
X
$
3,212,861.63
$
4,042,099.41
$
5,803,968.83
EXHIBIT B
"443
Pie - olo rrorA4�Tri
9ECTM 00 42 41
bavt lopm AWertled pt*ds - PROPOSAL FORM
UNff PRICE BID Bidder's Application
r-13 Pck Phuea S iniark6 r7ar..3
Riulln I 1)[�a�11um 8pu�mooF U dloi 2w Urdl iti ca &rl Valuo
LIMIT I: WATERWFFTONiEIIWIM
1_ 3011A2a3a'waierPipe 331112 LF 5-E65 396A6 $392-%2.80
R 3al1X451 12' WtlYLA2 P 3a 11 12 LF 107 $T42.39 $10 M."
8 39i2201331' Walter 8wviQs -- -- — " 9912 in EA - 13- S1,419Q26 $M7,144.76
4 3312.22032'WM, (IRR) 331210 FA 3 $3.$1A42 59,399.29
5 32112M03O'GimeVe1uel Sox 98124 EA 14 MSM53 885,90A2,
8�3E82,E0o612` Geaia V2PYe A 8ux 3312 20 EA 2 4 996,86 MM.92
7 33124117 Connect is Emig& g 8' 1'4plar MabT 331228 Ek 3 $2.941-66 814,�DJi,9G'
8 Walerone Lvffl ng 330612 EA S $6 =.19 $4d. .20
9 A241-1118 4'-12' PmGur9 Phlg p2 41 14 EA _ 2
10 3912.M01 Fire HXdrewl; -� — - � 331240 . Ell 7 $6,356.65 � $'14.495,65-
11 331I.Mul U1c9le Imn P1"s 3311 i1 TN 5 510.i9dA7 S60 $ IZ
12 GIBwIflGig yUya J ••• 33 0440 --FA- -7- - $Ar100.4$ -$99UC#.36
r13 3i805.010DTran&Safety 330510 LF %142 $1.20 $7.M.40
—14� 3911 641WWOWft _ - - 931.1-10- _LF 1.170- _ -4262.40---09440J3.001
16 �3311009124"GMDVelve*?Vault 331240 EA 2 $37.65a.i5 SMM.30
18 3212.0108 Comer# fn ExkA6V ZV Waler Maln 99 122$ EA i
$5,Si6 p4 $6 518,0U
17 0241 i1OB 2d' Prwswre Plug 0241 14 EA 1 $2A39' AC 39 48
18 3311X001 ❑stills Iran FftltVa PV Ono 83l1 11 TN 2 P9.619.95 � 839,049,80
1Q 8906.0109T"Nxh &FkvlV (24.On)4 330510 LF 1.200 $1.20 SIAW.40
aa. '3311.06_51_24'Cardar (DJP} water plpe y— - - -- is 11 w LF - 3u i35+0.00_ §14 819.60
21 331I.W7 24"i4L SaW 1, CLUM $3 11 10 LF 30 -".P9 $19.31$.50
22 3305A00742'{;7eailegbyapen741 330522 LF 20 9SM-06 5t6,519.60
T--�,, w.-........- eVal - - - - �M. �.. ,. ...,._ ,..
23 33a 2, G3 $' Bb1141f V�Iv4 9312 90 EA s 846,953A4 $�3 O 44
24
2-0
as
77
�2-9-
-., �.
30
32
34
39 ,
- -- - —
35
36 --
37
Sa
40
42
�1
43
44
TUTAL UNIYa: WATER Ih1PROVEMENn $1,M.42k24
CRT 4T FMT WMTe
.YI'WAAli(A"RP kAT" M KIMCArM oor.lsl NU• r1CMAWR AWATUMD FROMM
�mntiwaa+jJq 77E<]p74 Ca IQ 43_91i Px�iml_0. {�a1Shla!]j
City of Fort Worth, Texas
Amendment No. 1 to City Secretary Contract No. 61142
Page 7 of 14
caau
CM - MrFAWEal.
hP#rrf
SEeMON 08 42 63
Vevelppoe Awa"od Pry - PROPOSAL FORM
UNIT PRICE BID Bidder's ApplIcatlon
'i..& Na k Phew S RAW; l mp"l
&Id�t rywri bn [lies of llutrd.e Didvblue
ID)MKe I 1 Sc Noun& [ Mpv'x 4ty
F UNIT II: Z AMTARY SEWEFZxriPRC1V%Wjja_ -- -
1 13331 Al vs v Sow,ar Pipe 3351 20.. LF 7.046 $66,OS !ye*.S6
2 'WRYO048 2a" e�uerS4 1 Gaxing I'1 Per PMp L MN33 0622 LF 400 L $�7b 1}2 --p 2�31 dA4
S S381,4110 0' Sewer Pip. CBS $9L:kM1 n a1 2Q LF m - #B1 A4 $41 m iL4b
4 =1# 1001 4'' Mnhole 8390 20 EA 18 541,2 24 #7 M1.60
15 338S.100Q 4' Orw MWING6 33 "J9 10 EA 1 87.171.40 $7,171-26
B 3M' -1101 3' l nhPle 133ci
10 l AA _ 13 ."197 Sllp&93�6R
38B-116LI 51 Dm p Manndc i0 A 2 12,157,20 $24,31A.4a
9 3339-0001 Epoxy Manhola L41er e0 IRA 12 i4,%3 LM ? 9B
. _
g -` 3�3b.oti i s Yrena, water slaps Is Ea 17 seoo,ao S1a�D-�o
10 _ 3331,31111 4' Bg%w $ewjce — $$ 31 s0 FA 139 $1,136.A8 7$7l$97�99
1t $099AOD9 Conrletz to Ex V' uS i 33 31 20 EA 1 441�2310,00 fi4,230-00
_. 33Uef ifi LF 1,529 $2.40 bfi2-44
13 M M02 Poffk' M lnspsulorl 33 01 31 LF 7.52A _ 33A0 .. ,57&0
15
17
21
22
23
—�- - -
24
T 30
32
_ -
33
34
34 - ---
..a7
98
39
as
43
44 - -
MYaPKAYw( nl
S[ANDAGDQ011$MC M lPKV t, 0M DO61iX1OM- MV 9fJXM AWAU p MtMBM
R4r VeyWhfq M�Mlr M144JLI'b Wapnw PAF M'}MMI)
City of Fort Worth, Texas
Amendment No. 1 to City Secretary Contract No. 61142
Page 8 of 14
DDQ43
p.py.0
$FCTION ou 47 45
06volapm Awarded Projacts - PROPOSAL FORM
UNIT PRICE BID Bidder's Application
T�I�b I>od< PLME 3 i3iekleJ rr PMMP1
0419 npi — -- SPML,,MMM I un taf bid r.,:, I and vra
IDwrNv Sedlnniao. Lf3MM QudNf4Y
11Ni7tll- RI "Aid
1 3341 21 `ROP, 01aw III M 41 10 LF 'Sao W.2. i W,6MA
2 3341.02M 24'1RCP1 Cum m 3341 1a LF i,271 $99. S1 S,B 7,i$'
�....... ,,� .--n,... _ ��- -�
3 3341.0206 27' RCP. CLus 110 $3 41 19 LF 66 S t07,16I $7 072-59
4 8341.M2 30, kcv, Cw" W 33 41 1 D LF —sos S1 . ?A.071 W 6M
5 9941-030939'F1•Cl='.ClaSaill 334110 LF M 5165,371 61W,SWAO
6 L SM 1,0409 48' RCF, CLM 111 3341 1 D LF 63 2w.2D f _ 13 $65 3Y
7 3341AM35�09oxCutwert — r 3341 1U LF iT$' mm S3H$O,i6r 6295.46S.76
9 $341,1303&YVBOX C4,dv�_rk 334110 LF 102 9478.26': 840,782.6-4
9 3849.SM1 14' Cub Inlet 33#9 2a A _ 18 $B,d32,C0 $1 Sfi,i7 ,00
10 _ 3MW2 15' Curb Inlet 3449 24 FA 9 P.M4.00! S 104A0
11 3949.5Q0324C Inlet 334926 10,434Ii0
1 334$104i 41AWY•INLO -- -- — 3341R20 BA 3 $4.6W.00 313 S€CAp
i9 33#9.04#i14'£6orn11a�CIWnBtlx 334E_7DM EA 96Bi8.8R' S18,858,76',
14 3.949,Od02fr`rm,Flrndllon r3auE 334i114 BA 3
IF, 3333490M3_Br8b mJwvdllon Box 33451D EA 4 $13,7$9.8Q $ L035M
19 3349-MM 7'S�ee�AmOlon Duw —38#B 10FA 1
17 ;i349,Ot1#76d'Stnnm,AncllonBax 33451D 1 EA 2 .$19,87112! ,YST,$d
—18- 3349.1GM SW T)MOT WaWke0 .'� . � _.� 96 404G SBA y 2 ;+6.o0p,00 Ste. Ao
18 3349,1 COD tPXY TXl3W R AaV1 ALL — 3549 4a EA 1 $%750-W S8 7510)x
20 XW, M SW SETP (2 Pipe* a7 40 40 Ea _ 1 5, 49,23 $d.wan
21 3137,41 p2 UW S4ane mprap, &V 31 S70D S1' 300 W0.60 w x_. ,00
22 13M.010B Tremh Sff" — 33 CO ID � 3,792 — svo S9,10D 90,
23 _
24
— -- — -
as
29
31�
' .J- -— - ---- `-�
b3 —
44
b — --
TOTAL IFk1T 1t1: ❑Ri111111laE ISIRRa11
13f5'OKr-0Rr qKR- n
YrAPV,SRRCE6tl4MUCTM M-MF ArJCPN n4i1'dM1)M- I&VLL99EI4 A*A1 W12 PR4JL'LT&
!wmVwkn Mry 23, 301E
Amendment No. 1 to City Secretary Contract No. 61142
Page 9 of 14
$1,149.546.73
004a-hedtivJnd UNGb3iUi#5a
go4241
DAF- Ste.
hjricc�
SECTION WW2 49
D+a~r Awarded PmjedA- PROPOSAL FOFW
UNIT PRICE BID Binder's Application
,Dxcla Pmi PtwMr 5 Elder pMK,&d,
I fJdrdlptleo
m�
I
UatrPrleo
TVA Ynlao
Yem aiP
Lily
-
Hrr M- PAYING WMOVSM
T9
3218A104 fr" Com Pavement
$21$1.9
9Y
1. ,360
i61 J
4B,W.W
2
I7.5r' GoMftla PELVafnMftt (Krllppa Way}
n is l8
SY
2.29F
$61.00
�
$134,5M.00
3213 0141 10' 4a1C Pev apt {&y�nl Ierlrli
221319
8Y
3,WO
574A0
. $224L 04
4
I3218 030 f a" cano. SI kmx {5' Wa1ej
92 rt3 20
SK
12.736
17-00
$6g.w,00
3213.0303 d" Cqm SkOma& (t' Ydtdd)
3213211
SF .. _
5.211 —
5 47 .00
$
I9991 OM74" COAL. $kW&M {10' VFi6&)
33 f3 n
SF
KM
w -$7.00
37.DO
$83.5wao
7
�32'11.05M W UFM TPO Tlerr
32 11 29
8Y
2%1334
$5.00
5100,170.00
92fCOMI S° Lkrie Twftanl(Oeyinnl UyIn B VQuppa Way}
a3 j1 29
6Y
SM5
$5.00
328,325.D0
g
F fed Lim _ ---- --
3211213
7T1
402
$333.CA33�866.DD
10
-92i1A40a
3213 ON 191F pamm `t" Xi8218
20
-
EA
- 1
10
_
$FJW. FO
#27150D.00
11
3Z19,0508 B3 F Rem Pa. TYW R.1
'-321230
EA
9
$2,760.00
W.W0.00
12
999J.00ILsRwr veEndMRoadOalrrlr.ade-L— —.,..,_.
404P00
� EA
-_- -2
� S.500_DO R
13
8998A414 Ca Imn't to EikMne SUeet
-- -
00UO00
LF
295
$7.00
V.0B5.00
14
6$$8,0812 End of Road Barrloade �
00000
LF
2&2
3310
$8,292,30
16
R999AM4 ele SEraet Kinder
— -
000000
'-
LF
47
$30AD
$1.41DAD
To' �8217Ja16
T T
T 0QT P;i uwi P'p,n{Y}
32 S7 73
i_F
1)435
$1 M
162 SG
S"Od Raw"ft GUM am Cad W
03 80 00
IS
214
MOO
$4.2OGA
_17
21
22
23
24
28
- -
27
2&
v..........._r�
34
31
�2
- -
-36
33
39
—37
3t]
d4
- 411 -42
_ _ -_ 7Y'YiAi: 1INIT Plf: p#Y�1f# �1PRi1Y $1,6d$,�B.l' J60
CM OK FORT WOMWI
sFAmoArmcut 57nU-rmePEciFx t!]N9Lmkwm.mvmapmAVF&EmDmumE E3
FWM Ynniof M3Y a, M& MI �t-0_tl f}WpFli_tlhPRmrSO343}
Amendment No. 1 to City Secretary Contract No. 61142
Page 10 of 14
UNIT PRICE BID
SECTION 11110 42 43
DeveloperAwsmk-sdPri*M - PROPOSAL FOFW
iS,ftIv Fate Iw, c
4FC i]
OM OMTROPOML
RWId4
Bidder's Application
111dILa}�u�fxuslxr TJnf[of Hid T'nir1 1#idYakla
JkmT# I Rt€llalr No. X�wkw- ! plleudly
UNIT Y; STREET LIGHT44G IMPROKPdeNTS -
1
2625.3016 r CONDT PVC SCH 80 (T) .
3441.1405 N4 2 lNO 2 lirmOo O MmUdc CorWwWr
3441.1405 NO'3 ins bAed r:wi) o Gmukxwr
26 M 33
$4 4i'11)
3R 41 10
LF
LF
LF
I 3
SA04
21610
$17M
5$.25 W.F54,44
�2.00 35224-011
3
4
944T1.-.4-1GIOi0lreu..a-a—d:I,eQ[-r1 Ca.d.uc.�.y.,
.3.4_411-G
LFi
—
3'.3�10.,�
7—....$7,.9,4-5,..0'�-.
5
IM41 A 502 GrO Mxi BOX Wall, w" P,pron
34 4f ID
�-A
4
§,QO �&700-00
3441 _$801 Rbwy ilium FmrW0llol, TY 1,2, and 4
$4 41 20
rpA
27
. -- SLO 1 2,00
_13
7 �
3#4t,IM Fkiwy Mum r•oundeaan TY 3, 518. & a
M 41.20
FA
_
7
_$1.3%0.40
S1.6m.00 i'1112f10-04'
$
FumisIdmMalPcwdEwCoal BFack7"MAArm
3+14iip
EA
T __$_31T,00
__371j1$A4>'',
9
rurrlisM"11 Powder Coarl Buick Type 9139 Am
34 41 PD
SJ
27
017.00 ss.wbo
10�..
FUMhs lnsW Led LigFing Foie P101 Bled€ Pv* Coat
34 41 20
EA
27
$450.44 — $121i50_U4'
11
Fumryhllnsl�dl 1 ed L. ghiilng 1±Ixlaae WW Sled p,w+dk Coral
34 41 26
CA
7
W&W $4,025.00
12
9441.3359 FumlePdlrlalell Rdway Aft TY 11 Pale
54 41 2D
EA.
27
�$1712,00 ,�34%224,Ok',
—13
14
?-W W OnGW1 FVkMQY 1MUR1 IT I Mle M 41 ED EA ', 7 W1¢76. 0: 517,33200
18
17
21�'
�4
24
32
33
-
3�4
35
37
- -
ag
40
4�
44
45 ...
Tom- Um r V. STREET LIGHTINO IMPR6VEYEN3791 $79� 369,04
C 1 V V I' MK-/[j' WOPTl I
q,r-re PLD omrAwrliwwx1Rk:A'am MXUm=1- 1rns+wmn k-Asew)T1w)aT-4
Tat. r fim %by 21jfl It m u33Lou FM=J GMI 004U- 71
Amendment No. 1 to City Secretary Contract No. 61142
Page 11 of 14
UNIT PRICE BID
$Idllll
Ilmnlo.
11Ag- Hill'I:: •' :k �'
SECTION 00 dU 13
develwerlAawiJe4 Proje i8 • PROPO-SAL �0131`0
Bidder's Application
te+m+a Pill[ rbwe 3
I Rpee Lf nliom 111mikaf I RIC!
apt &C6= 9M. I }rimslae 11 QuuoahLV
mmmm■vY
UNrr kl WATI=11IMPROVEMENTS
UNIT II: SAHrrARY $EWr;R IMP{�OVEIV15M
UNIT III' DRAINAGE IMPROVEMENTS
UNIT I11: PAVING 1MPIR0VEMENT$
QNiT V: STREET LIGHTING 1WROVEDAENTS
Total COM1.1udlun Wd
Th Im Bid 1N FubmRled by the udly nR wd balo;n
RFDD, k f,(m ijL-M L 11,111, & FY f WATEIR, &EWER-
DRAINAGA. A PAYINO),
SYB CooBLrusliIo Caapaov, roc.
411 11'010pWo ATF.
IvrlHg, IN 75061
i0uL1-:ie1v4- ikgr m Lu cumpielc WORK FwFI iA1, AC11RPTA^1Cr? WIMP
CONTR.4CT cumip p1 m 10 1 YII n WGvi[[-[d In IN GvItM CuadlLlmu,
Mddey'F mnwzTL
TAW M e I DUE Volk
$i,11T,8�6.b6
�5,149,54b,73
$1,545,783_�
$2aa,;�9.04
IV: f 'mior f O[,lyf j I a G7
1
TITLE; Odr Ll •
18R wevhlli 1 ltgm after Me dale n he■ the
EM OF SECk1+7i4
{rrY OF PORT wnkTli
4TA.yLMtr}€OHSSRl1iFIOSJl:FECIPI4'ATXIwr 4lMmiTS Fwvu L11TiR+LWARXE PRWECTE
Fpn YemJ M1122. 2e10
Amendment No. 1 to City Secretary Contract No. 61142
Page 12 of 14
QOA241_eel RmPea LnA!�IRML45-21h
City of Fort Worth, Texas
Mayor and Council Communication
DATE_ 0&27Y23
M&C FILE 4 UMBER: M&C2M523
LOG %AM E- 130TAVOLO PARK PHASE 5 WATER UNE
SURJFCT
1CD C�Autlxrme Execution of a CommunityFaalies Agreemewwrth CND-Tavolo, LLC, wrth CityParticipabon in the Amount NDtta Exceed
$367.M.35 far CtversL ing an Bincb Wabu Main to a 244rKh 4Water Main far Ar6capaL-d Future Gruwth b South fort 4WDrlh
RECOVrefIRDATION=
It is reaanunenceo that the Cly Cound aukortze the exeDADn of a Gamm;nrty Faciliter. Agreement with C NE-JavDla. LLC, with City partcipaton
n an anmrrt not to exceed $367,981.35 is owmizing an &nch water main to a 24inch waGes main future gfcwth in south Fort
worth.
CNO-Tavdta, LLC Pevelaper) s otmstructing the Tavob Park Phase 5 development east of Bryant rvm Row and oath offulu a Columbus 7rai.
The Wawr Deparhmrent is seekng to partGcipate ti the project to wersize an 64nch wate-r main to a i;-inch water main. The Ta olo Park Phase 5
project is ass�gmed City Praject Pin 1 C4150 and Aoceta Sysiem Record IPRC22 14
In acczrdance YAM Chapter 212, Sobehapter C of the Texas Lacal 5nemment Code, the C:Ws participation in the cantraot 6 exempt from
cc.mpetitive k ao&il r:g requirements because the contract is far ovrersaing public impmvemeots being construated by the Developer, the Developer
will execute a perfomunD-- bond to cover the VW projecl cost, including al of the CW5 cost parkcipzbn, and the CtY5 cost paotcipati m will be
dewminea in aaeordance w9h the CiWs ooramim ty �&AFties agreemem lCFA l unit price uclyupstx.
The C;tYs cvstpartcipawn n me eomtnlatian and momizing of the wamermaiets n. estimated to be in an amount not to exceed $367,981.35 as
shaven in the table below. Paymerrls to the Developer are est3nated iD t+e 530,5£1Q.3d far canstruotion casts arrd $6,911.99 for material testing
costs. The GWs cost paricpaton also includes $15,470.04 to cower the Clty'sportion of consm;ction iespBuian service bees, admnistratrre
material testing service . ees, and water lab tmmV Fees. Aa add tional S51 a330.93 in contingency firtds wN rover the CWs portyon of any change
orders.
Construction
Developer
City Cost Total Cost
Cost
I1. Water
$891.640.6t 5345,6139.3014,2.37,240.00
. Sewer
S1,329,350.00
�O.GG11,329,350.00
3. Wa1erGunwgency
$O-00
15%
161-639.90 551.539 90
14. Paving
$1,77♦3,870.00
20.0091.7 6.S70 D0
15. Sheet Light
$3m.01XI.00
SO.00 S aW.G10 DC
10. Storm Dmins
51,162,6BO-00
S0.0051,162)6611170�
B. Inspections &
es"
1. Corrshucwn
Inspection Fee
$32.7511.00
$14,Z50.00 $47,000-17
k. Admrn Matersat
City of Fort Worth, Texas
Amendment No. 1 to City Secretary Contract No. 61142
Page 13 of 14
Testing Fee 9113.00-00 $990.00 3t7,c40-00
3. Water Lb Fee $960-00 3240.00 $1.200-00
4. Material Testing $0-fla 36.911.99 50.911.09
Cost
Total Ptopet Cost 35,560,8 0.6414'D 21.25 $5.13190.711.09
`Numbers wil be rounded up for axaunting puposes.
The reintursement r i the parr&pxian. exoWmg insperbon amd materal testing Fees, as riot a lump -sum atnaannt and may he less than the slates.'
arnamt depending upon the actual quantohes and unit prices flan the Notce of Final Completon package, commonly referred to as the Green
Sheetpackage.
Funding Forthe Community Fadlites AgreementjCFA)—Tavala Park Phase F. is as �--picted w-, the table below:
Existing
Apprapriations
Fund AddifRm3l 13 rojLLct
ApprGlariations Total*
W&S Rev $424,aCU.00 5fl.00 5420,000_da
Bonds Series
21121 —
Fund 591319
Project Total $420.000.00 $0.40 $420.OM-fl0
Funding is huogeted in the Wager Oepartrnent's W8S Rev Bands ° 2U21 Fund iix 9re parpose a! r mding the CFA-Tawdb Park P9nase
5 project as appropr teo.
BUSINESS EQUITY —A goal 6 wlFequired undergusiness Equity Ondizvance 25105-1ft-2021 when City spending par6sipatDn on CDmmwwyy
Facilities Agreements are 3ess than 51-000-000 Oa Collars.
This project is;coated in COUNCIL DISTRICT B
FISCAL INFORMATION f CERTIFICATIOl:
The Dremr of Finance certifies that funds are avatatnle n tide current capita? budget as aeviousty apprapnaL-d, in the W&S Rev Bonds Series
20221 Fund for the C FA -Tarry Park Phase 5 .Dnwct ro suppart Chre appmval of the above remrnm endaban and expeutbn of the ageement Prior
to an e)yendittiee being inowumd, the Water Departmew has the resp or Es MiFy of ueriyinq the ava5afoi ty of ftmdr_
Sytffn il6e,d F;cw Cale Manager's Office by_ Dana $ughdoff 8018
Originating; Business Unk Head: Chris Harder W2a
Additional Information Contact: TaylorC-off as 8mg
City of Fort Worth, Texas
Amendment No. 1 to City Secretary Contract No. 61142
Page 14 of 14