Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 63869
Received Date: 08/26/2025 Received Time: 4:41 p.m. Developer and Project Information Cover Sheet: Developer Company Name: Rocky Creek Crossing, Ltd. Address, State, Zip Code: 13141 Northwest Frwy, Houston, Texas 77040 Phone & Email: 281-671-9000 1 smulroony@academyhouston.com Authorized Signatory, Title: Sean Mulroony, Vice President, Land Development & Acquisitions Project Name: Rocky Creek Crossing Phase 2A Brief Description: Water, Sewer, Drainage, Paving & Street Lighting Project Location: Off Old Granbury Road and McPherson Boulevard, Fort Worth, Texas Plat Case Number: FP-24-056 Plat Name: Rocky Creek Phase 2A Council District: 6 CFA Number: 25-0004 City Project Number: 105768 1 IPRC24-0135 City of Fort Worth, Texas Page 1 of 16 Standard Community Facilities Agreement Rev. 9/21 City Contract Number: 63869 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 Rocky Creek Crossing, Ltd., a Texas limited partnership ("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 Rocky Creek Crossing Phase 2A ("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 SECRETARY FT. WORTH, TX City of Fort Worth, Texas Page 2 of 16 Standard Community Facilities Agreement Rev. 9/21 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 ❑X Exhibit A-1: Sewer ❑X Exhibit B: Paving X❑ Exhibit B-1: Storm Drain ® Exhibit C: 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, 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. Subject to Force Majeure Events (as hereinafter defined), the Term of this Agreement plus any Extension Periods be for no 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 for the Project 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 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. (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, BROUGHTFOR OR ONACCOUNT OFANYINJURIES OR DAMA GES SUSTAINED BYANYPERSONS, INCL UDINGDEA TH, 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. (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. FURTHER, DEVELOPER WILL REQUIRE ITS CONTRACTORS TO INDEMNIFY, DEFEND, AND HOLD HARMLESS THE CITY FOR ANY LOSSES, DAMAGES, COSTS OR EXPENSES SUFFERED BY THE CITY OR CAUSED AS A RESULT OF SAID CONTRACTORS' FAILURE TO COMPLETE THE WORK AND CONSTRUCT THE IMPROVEMENTS IN A GOOD AND WORKMANLIKE MANNER, FREE FROM DEFECTS, IN CONFORMANCE WITH THE CFA ORDINANCE, AND IN ACCORDANCE WITH ALL PLANS AND SPECIFICATIONS. 13. Right to Enforce Contracts 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. City of Fort Worth, Texas Page 6 of 16 Standard Community Facilities Agreement Rev. 9/21 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 by hand delivery shall be deemed received upon delivery. Any notice so given by mail shall be deemed to have been received three (3) days after being deposited in the United States mail so addressed with postage prepaid: CITY: Development Services Contract Management Office City of Fort Worth 100 Fort Worth Trail Fort Worth, Texas 76102 With copies to: City Attorney's Office City of Fort Worth City of Fort Worth, Texas Standard Community Facilities Agreement Rev. 9/21 DEVELOPER: Rocky Creek Crossing, Ltd. 13141 Northwest Frwy Houston, Texas 77040 Attn: Sean Mulroony With copies to: Camillo Companies Legal Department Attn: Jennifer Hardegree Page 7 of 16 100 Fort Worth Trail Fort Worth, Texas 76102 and City Manager's Office City of Fort Worth 100 Fort Worth Trail Fort Worth, Texas 76102 13141 Northwest Frwy Houston, Texas 77040 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, 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. City of Fort Worth, Texas Page 8 of 16 Standard Community Facilities Agreement Rev. 9/21 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 its 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. 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 City of Fort Worth, Texas Page 9 of 16 Standard Community Facilities Agreement Rev. 9/21 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 Govermnent 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 2276 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2, and redesignated from Chapter 2274 of the Texas Government Code by Acts 2023, 88th Leg., R.S., Ch. 768 (H.B. 4595), Sec. 24.001(22), 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 2276 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2, and redesignated from Chapter 2274 of the Texas Government Code as described above. To the extent that Chapter 2276 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 entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. City of Fort Worth, Texas Page 10 of 16 Standard Community Facilities Agreement Rev. 9/21 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 1-9 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 OR DEVELOPER'SEMPLOYEES, 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. 33. Signature Authority City of Fort Worth, Texas Page 11 of 16 Standard Community Facilities Agreement Rev. 9/21 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. 36. Force Majeure Except for monetary obligations, if either party is unable, either in whole or part, to fulfill its obligations under this Agreement due to acts of God, severe weather events such as hurricanes, tornadoes, floods, ice storms, and disasters such as fires, acts of public enemy, acts of superior governmental authority, epidemics, pandemics, riots, rebellion, sabotage, or any similar circumstances not within the reasonable control of either Party, (any such event being referred to herein as a "Force Majeure Event"), the obligations so affected by such Force Majeure Event will be suspended during the continuance of such event and any deadlines applicable to such obligation will be extended for a period of time equal to the time period such party was delayed due to the Force Majeure Event. [REMAINDER OF PAGE INTENTIONALLY BLANK] City of Fort Worth, Texas Page 12 of 16 Standard Community Facilities Agreement Rev. 9/21 37. Cost Summary Sheet Project Name: Rocky Creek Crossing Phase 2A CFA No.: 25-0004 Items A. Water and Sewer Construction 1. Water Construction 2. Sewer Construction Water and Sewer Construction Total City Project No.: 105576 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 Agreement = 100% / Holds Plat Cash Escrow Water/Sanitary Sewer= 125% Cash Escrow Paving/Storm Drain = 125% Letter of Credit = 125% Escrow Pledge Agreement = 125% Developer's Cost $ 1,793,649.00 $ 1,594,152.00 $ 3,387,801.00 IPRC No.: 24-0135 $ 4,023,242.00 $ 1,878,927.00 $ 628,383.80 $ 6,530,552.80 $ 9,918,353.80 $135,000.00 $35,828.00 $2,295.00 $ 173,123.00 Choice Amount (Mark one $ 9,918,353.80 X $ 9,918,353.80 $ 4,234,751.25 $ 8,163,191.00 $ 12,397,942.25 $ 12,397,942.25 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 Rocky Creek Crossing, Ltd. By: C.I.L. Holdings LLC, its sole general Jesica McEachern partner Assistant City Manager Date: 08/26/2025 B ean y; SMulroony (Aug 21, 202512:10:21 CDT)DT) Ir Sean Mulroony Recommended by: Vice President, Land Development & Acquisitions )044r. Date: 08/21/2025 Dwayne Hollars Sr. Contract Compliance Specialist Development Services Approved as to Form & Legality: Jackson Skinner Assistant City Attorney Contract Compliance Manager: M&C No. N/A 08/21/2025 By signing, I acknowledge that I am the person Date: responsible for the monitoring and Form 1295: N/A administration of this contract, including ensuring all performance and reporting ATTEST: F FOgj o�°aad ° requirements. p /y//�\J�\(7-10 aan°tea o54ga J %� Jannette S. Goodall c�l Kandice Merrick City Secretary Development Services Manager 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 X❑ Location Map © Exhibit A: Water Improvements X❑ Exhibit A-1: Sewer Improvements X❑ Exhibit B: Paving Improvements © Exhibit B-1: Storm Drain Improvements © Exhibit C: Street Lights and Signs Improvements © 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 "I" Changes to Standard Community Facilities Agreement City Project No. 105576 Negotiated changes are incorporated within the body of the Agreement. City of Fort Worth, Texas Page 16 of 16 Standard Community Facilities Agreement Rev. 9/21 PROJECT LOCATION CROWLEY OWNER/DEVELOPER ROCKY CREEK CROSSING LTD JORDAN COLLINS 13141 NORTHWEST FWY HOUSTON, TX 77040 PHONE: (214) 892-4551 N 1 " = 5000' Q f.FF-C o � r \cy— J m Z Q S ly- U 0 o STEWART F TZ Jo ROAD I ROAD CPN #105576 MAPSCO NO. TAR-102X COUNCIL DISTRICT 6 VICINITY MAP LEGEND PROPOSED WATER LINE EXISTING WATER LINE LIMITS OF PROJECT PROPOSED WATER LINES ARE 8" UNLESS OTHERWISE INDICATED 1-6" END & PLUG TXU ROCKY CREEK SUBSTATION ADDITION C.C.# D201212673 O.P.R.T.C.T. OWNER/DEVELOPER ROCKY CREEK CROSSING LTD JORDAN COLLINS 13141 NORTHWEST FWY HOUSTON, TX 77040 PHONE: (214) 892-4551 FO t / FUTURE ROCKY CREEK CROSSING PHASE 2B END & PLUG �DOlin� > TT1 / (�-1 IL - CONNECT TO EXISTING 8" WATER STUB CITY PROJECT NO. 103936 FID NO. 30144-0200431-103936-EO7685 FILE NO. W-2835/ IT7I 711 1-1 1 1-8" END & PLUG STACI LEA DANFORD C.C.# D216241497 O.P.R.T.C.T. WALT SMITH SUNSET S ADDITION C.C.# D196174443 O.P.R.T.C.T. EDWARD DEMETRES C.C.# D205189282 O.P.R.T.C.T. 7:1 n O oWffAIA flAYW BROAD • Fr E O gym o$ CONNECT TO EXISTING 12 WL NNITOR WAY - ^� WPN: P160-060160152000 DOE: 3638, X-12862 12" PVC E �a NMEN WAY m t®— REMOVE &REPLACE I ' O A r EXISTING 12" WATERLINE 7ous EAGLE W �•II hall M„„�„i�Ell o KHRIS DAVIS O'GRADY & WESLEY A. DAVIS C.C.# D212254877 O.P.R.T.C.T. ART'% I ION EXH I BIT 'A' ROCKY CREEK CROSSING PHASE 2A CPN #105576 I I I I ICI I I I I EXIS NG ROC CR EK �� C O SING P AS 1 � i Ia WUSF 4 ROCK CREEK, LP 0.0.# D214146610 O.P.R.T.C.T. ROY CANANO 0.C.# D213029626 O.P.R.T.C.T. LEGEND �-F- I I ICI 111 I _1 _- PROPOSED SANITARY SEWER LINE` - ¢ �_ - — STACI LEA DANFORD EXISTING SANITARY SEWER LINE o°C.C.# D216241497 _ HEMSR EKO.P.R.T.C.T. F1 — LIMITS OF PROJECT — WALT SMITH SUNSET S ADDITION o CONNECT TO EXISTING 4' C.C.# D196174443 PROPOSED SANITARY SEWER LINES ARE 8" UNLESS Q=��J DIA MANHOLE — O.P.R.T.C.T. y ° o CPN 103936 — OTHERWISE INDICATED 3�`'g�v a� T 11 1 MEDWARD DEMETRES C.C.# D205189282 O O.P.R.T.C.T. CONSTRUCT 4' DIA /-,, MANHOLE OVER EXISTING( ` 18" SANITARY SEWER CPN 103610 CONSTRUCT 4' DIA MANHOLE OVER EXISTING 15" SANITARY SEWER CPN 103610 ��I� 111111 0 ee e a III � ■ �1 1 � . �� R A e DOUBLE DECKER LANE TXU ROCKY CREEK KHRIS DAVIS O'GRADY SUBSTATION ADDITION & WESLEY A. DAVIS C.C.# D201212673 C.C.S D212254877 O.P.R.T.C.T. O.P.R.T.C.T. OWNER/DEVELOPER ROCKY CREEK CROSSING LTD JORDAN COLLINS 13141 NORTHWEST FWY HOUSTON, TX 77040 PHONE: (214) 892-4551 WASTEWATER EXHIBIT 'A-l' ROCKY CREEK CROSSING PHASE 2A CPN #105576 CONNECT TO EXISTING 4' DIA MANHOLE OLD GRANBURY ROAD (COUtM ROAD 1089) WUSF 4 ROCK CREEK, LP C.C.# D214146610 O.P.R.T.C.T. ROY CAIVANO C.C.# D213029626 O.P.R.T.C.T. TXU ROCKY CREEK SUBSTATION ADDITION C.C.# D201212673 O.P.R.T.C.T. OWNER/DEVELOPER ROCKY CREEK CROSSING LTD JORDAN COLLINS 13141 NORTHWEST FWY HOUSTON, TX 77040 PHONE: (214) 892-4551 EXISTING RIK ICREEKI CROSSING PHASE 1 , _ SIDEWALK -^ BY DEVELOPER om,m,memam I BUFFALO BAYOU ROAD 1 a. s$ F TU E O KY CR E — � 1 ROS 1 E I �Q _ TRNNNEN WAY s x e® 71NBER ROCA DRNE KHRIS DAMS O'GRADY & WESLEY A. DAVIS C.C.# D212254877 O.P.R.T.C.T. 6'SIDEWALK BY DEVELOPER 91 PAVING EXHIBIT 'B' ROCKY CREEK CROSSING PHASE 2A CPN #105576 L MATCH EXISTING PAVEMENT WUSF 4 ROCK CREEK, LP C.C.# D214146610 O.P.R.T.C.T. LEGEND PROPOSED 29'B-B ROADWAY/50'ROW 6" THICKNESS PROPOSED 37'B-B ROADWAY/60'ROW 7.5" THICKNESS PROPOSED SIDEWALK BY DEVELOPER 60' ROW - 6'; 50' ROW - 5' PROPOSED SIDEWALK BY HOMEBUILDER 60' ROW - 6; 50' ROW - 5' PROPOSED ADA RAMPS (BY DEVELOPER) LIMITS OF PROJECT PROPOSED CONCRETE TRANSITION 6' SIDEWALK BY DEVELOPER LEGEND PROPOSED STORM DRAIN LINE PROPOSED INLET EXISTING STORM DRAIN LINE LIMITS OF PROJECT 2-4:1' WINGWALL 8'x5' RCB OVERFLOW FLUME X 4:1 SLOPED END HEADWALL , 20' INLET 21" RCP 4:1 WINGWALL,- 1 O'x5' RCB 2-10' INLET 21" RCP J 4' RISER TXU ROCKY CREEK SUBSTATION ADDITION C.C.# D201212673 O.P.R.T.C.T. OWNER/DEVELOPER ROCKY CREEK CROSSING LTD JORDAN COLLINS 13141 NORTHWEST FWY HOUSTON, TX 77040 PHONE: (214) 892-4551 �o �o • Q. pVS /—II111IILIILII 24" RCP 9a_ O . O - / 4' SQ. JUNCTION � - •��P BOX 1 BUFFALO BAYOU ROAD 7. 10' INLET 4' SQ. 24" RCP \ 2-10' INLET JUNCTION 24" RCP Cf Box / I 10' INLET :- ,. coo crpR wAv 3 ` 4' DROP 21 RCP 42" RCP INLET I oa_ F TU E O KV CREE 2-10 INLET D, b g 24" RCP 2-10' INLET I,I s / ROSSING PHASE 2B 21 RCP 4 a „ "24" RCP = lu ' Q 24" 4:1 SLOPED -� g END HEADWALL TMBER ROCK ORNE MAINMEN WAY �- 5' SQ. - 48" RCr \ JUNCTION BOX _,�' =2-20' INLET 2-21 RCP p =- 1- 36" RCP . a Oa aWaW„yla�.�. I 10' INLETa O •f"ui^o"a'-'ten-'r'lrtl,• 24" RCP 13Oo= MT 2-10' INLET 24" RCP a® 5-8'x5' RCB —� " ooIRDIDIDIoo ' aRucE DRNE _ 5' SQ. JUNCTION 2-4:1 WINGWALL 15' INLET BOX 4:1 SLOPED 24" RCP 4'x4' RCB END HEADWALL 4:1 WINGWALL 4:1 SLOPED 1-FLARED WINGWALL END HEADWALL INLETS IA>tE 21" RCP 36" RCP O ra_DouBLE DECKER LANE -i � 9� O ,• 227" RCP ,9 2-15' INLET_ — 21" RCP KHRIS DAVIS O'GRADY 4:1 SLOPED 1O'x5' & WESLEY A. DAMS END HEADWALL WINGWALL C.C.# D212254877 O.P.R.T.C.T. EXIS NG ROCKY CREEK a. CROSSING PHASE { I ITS — CONVERT 4' DROP � INLET TO MANHOLE � 2-20' INLET STORMWATER EXHIBIT 'B-l' ROCKY CREEK CROSSING PHASE 2A CPN #105576 4' SQ. JUNCTION BOX - OVERFLOW FLUME - 4:1 SLOPED END HEADWALL 2-8'x6' RCB 1-9'x'8' RCB 1-PARALLEL WINGWALL OLD GRANBURY ROAD (COUNTY ROAD 1088) 10' INLETS 21" RCP 36" RCP 4:1 SLOPED END HEADWALL 5' SQ. JUNCTION BOX WUSF 4 ROCK CREEK, LP C.C.# D214146610 O.P.R.T.C.T. LEGEND / y PROPOSED STREET NAME SIGN A a PROPOSED SINGLE STREET LIGHT �o PROPOSED SINGLE STREET LIGHT ON EXISTING UTILITY POLE LIMITS OF PROJECT STACI LEA DANFORD _ C.C.# D216241497 O.P.R.T.C.T. EXISTING ROCKY CREEK C OSSING P AS 1 1 i WALT SMITH SUNSET S ADDITION C.C.# D196174443 _ O.P.R.T.C.T. * EDWARD DEMETRES k C.C.# D205189282 �` O.P.R.T.C.T. ,,,- 111111 m e m m ,, , • .1 1 11110lwjjmclO / FUTURE ROCKY CREEK n I J . � m OS INGSE I I TIwNNEN WAY e 3 _ ** IILJ. TIMBER ROCK DRIVE J 1 n0 ** ROY GAIVANO MITI„ 1B C.C.# D216 O.P.R.T.C.T. � oo,. ®000 ��o�oloolo�oo�o mo ** I- QNRTADE DRIVE 120/240V METER PEDESTAL �k* CFW SL RISER 7ExAs EADLE NE OLD GRAMBU OAD O (COUNTY RDAD�108) l'1UBLE DECII(ERR LANE l f � CFW SL RISER WUSF 4 ROCK CREEK, LP KHRIS DAVIS O'GRADY & C.C.# D214146610 & WESLEY A. DAVIS &4 O.P.R.T.C.T. TXU ROCKY CREEK C.C.# D212254877 & SUBSTATION ADDITION O.P.R.T.C.T. C.C.# D201212673 990 o O.P.R.T.C.T. OWNER/DEVELOPER STREET LIGHTS & STREET NAME SIGNS ROCKY CREEK CROSSING LTD JORDAN COLLINS EXHIBIT ' C ' 13141 NORTHWEST FWY HOUSTON, TX 77040 PHONE: (214) 892-4551 ROCKY CREEK CROSSING PHASE 2A CPN #105576 UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information 00 42 43 DAP -BID PROPOSAL Page 1 of 5 Bidder's Application Bidder's Proposal Bidlist Item) Description Specification Unit of I Bid Unit Price No. Section No. Measure J Quantity UNIT I: WATER IMPROVEMEN-'S 1 3305.0003 8" Waterline Lowerin❑ 33 05 12 EA 16 $5,500.00 f 2 0241.1015 Remove 12" Water Line 0241 14 LF 437 $30.00 I 3 3305.0109 Trench Safetv 33 05 10 LF 14,155 $2.00 4 3311.0001 Ductile Iron Water Fittings w/ Restraint 3311 11 TON 6.33 $9,500.00 5 3311.0251 8" DIP Water 3311 10 LF 334 $70.00 6 3311.0261 8" PVC Water Pipe 3311 12 LF 13,384 $60.00 7 3311.0441 12" P.V.C. Water Pipe 33 11 10, 33 11 LF 12 183 $102.00 8 3311.0451 12" DIP Water 3311 10 LF 4 $112.00 1 9 3311.0457 12" DIP Water, CLSM Backfill 3311 10 LF 250 $132.00 1 10 3312.0001 Fire Hydrant 33 12 40 EA 13 $6,500.00 1 11 3312.0117 Connect to Existing 4"-12" Water Line 33 12 25 EA 5 $2.500.00 12 3312.2003 1" Water Service 33 12 10 EA 267 $1,400.00 I 13 3312.3003 8" Gate Valve 33 12 20 EA 45 $2.500.00 14 9999.0001 20" Steel Encasement & CLSM Backfill 00 00 00 LF 230 $340.00 15 9999.0002 1" Irrigation Service 00 00 00 EA 5 $1.500.00 16 9999.0003 4" Irrigation Sleeve 00 00 00 LF 940 $24.00 17 9999.0004 12" Cut in Sleeve & Valve 00 00 00 EA 4 $8,500.00 TOTAL UNIT I: WATER IMPROVEMENTS Bid Value $88,000.001 $13,110.001 $28,310.001 $60,135.001 $23, 380.001 $803.040.001 $18 666.001 �448.001 $33.000.001 $84.500.001 $12.500.001 $373,800.001 $112.500.001 $78,200.001 $7,500.00 $22, 560.00 $34,000.00 $1,793,649.001 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 Rocky Creek Phase 2A Bid Proposal SECTION 00 42 43 004243 Developer Awarded Projects - PROPOSAL FORM DAP - BID PROPOSAL Page 2 of 5 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item I Description I Specification Unit of Bid Unit Price Bid Value No Section No. Measure Quantity UNIT II: SANITARY SEWER IMPROVEMENTS 1 3301.0002 Post -CCTV Inspection 3301 31 LF 11731 $4.00 $46,924.001 2 3301.0101 Manhole Vacuum Testinq 3301 30 EA 51 $200.00 $10,200.00 1 3 3305.0107 Manhole Adjustment, Minor 33 05 14 EA 1 $1 500.00 $1,500.001 4 3305.0109 Trench Safety 3301 31 LF 11731 $2.00 $23.462.001 5 3305.0112 Concrete Collar for Manhole 33 05 17 EA 4 $1.000.00 $4,000.001 6 3305.0113 Trench Water Stops 33 05 15 EA 23 $500.00 $11.500.001 7 3331.3101 4" Sewer Service 3331 50 EA 267 $850.00 $226,950.001 3331.4115 8" Sewer Pipe 33 11 10, 33 31 8 12,3331 20 LF 10410 $72.00 $749,520.00 9 3331.4116 8" Sewer Pipe, CSS Backfill 34 11 10, 33 31 LF 12. 3331 20 484 $102.00 $49,368.00 10 3339.0001 Epoxy Manhole Liner 33 39 60 VF 86.4 $485.00 $41.904.001 11 33 39 10, 33 391 EA 3339.1001 4' Manhole 20 49 $4.500.00 $220,500.00 12 33 39 10, 33 39 VF 3339.1003 4' Extra Depth Manhole 20 172 $225.00 $38.700.00 13 9999.0006 8" DIP w/ Epoxy Coating 00 00 00 LF 773 $112.00 $86.576.00 14 9999 0007 8" DIP w/ Epoxy Coatinq & CSS Backfill 00 00 00 LF 64 $132.00 $8.448.00 15 9999.0008 Connect to Existing 4' Diameter Manhole w/ 00 00 00 EA External Droo Connection 2 $5,500.00 $11.000.00 f 16 9999.0009 Connect to Existing 4' Diameter Manhole 00 00 00 EA 1 $4 500.00 $4,500.00 17 9999,0010 Split Steel Encasement 00 00 00 LF 20 $420.00 $8,400.00 18 9999.0011 4' Manhole Over Existing 15"-21" Line 00 00 00 EA 2 $7 500.00 $15,000.00 19 9999.0012 20" Steel Encasement w/ CSS Backfill 00 00 00 LF 102 $350.00 $35.700.00 TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS $1,594,152.00 C]TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Forrn Version May 22, 2019 Rocky Creek Phase 2A Bid Proposal SECTION 00 42 43 004243 Developer Awarded Projects -PROPOSAL FORM D.AP - BID PROPOSAL Page 3 of 5 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item I Description Specification !Measure Unit of Bid Unit Price I Bid Value No. Section No. Quantity UNIT III: DRAINAGE IMPROVEMENTS 1 0000.3305 Trench Safety 33 05 10 LF 3852 $2.00 $7,704.001 2 3301.0002 Post -CCTV Inspection 33 01 31 LF 3852 $4.00 $15.408.001 3 3341.0201 21" RCP, Class III 3341 10 LF 355 $78.00 $27.690.001 4 3341.0205 24" RCP, Class 111 3341 10 LF 350 $85.00 $29,750.00 1 5 3341.0208 27" RCP, Class III 3341 10 LF 234 $105.00 $24.570.001 6 3341.0309 36" RCP, Class III 3341 10 LF 276 $145.00 $40,020.00 1 7 3341.0402 42" RCP, Class III 3341 10 LF 475 $175.00 $83,125.00 1 8 3341.0409 48" RCP, Class 111 3341 10 LF 981 $205.00 $201,105.00 1 9 3341.1103 4x4 Box Culvert 3341 10 LF 203 $325.00 $65.975.00 1 10 3341.1502 8x5 Box Culvert 3341 10 LF 504 $650.00 $327,600.00 1 11 3341.1503 8x6 Box Culvert 3341 10 LF 160 $700.00 $112.000.001 12 3341.1605 9x8 Box Culvert 3341 10 LF 80 $860.00 $68,800.001 13 3341.2002 10x5 Box Culvert 33 49 10 EA 234 $975.00 $228,150.00 14 3349.0001 4' Storm Junction Box 33 49 10 EA 2 $6,000.00 $12.000.00 15 3349.0002 5' Storm Junction Box 33 49 10 EA 5 $7,000.00 $35.000.00 16 3349.0102 4' Manhole Riser 33 49 10 EA 1 $4,500.00 $4,500.00 17 3349.5001 10' Curb Inlet 33 49 20 EA 17 $3.800.00 $64,600.00 1 1 18 13349.5002 15' Curb Inlet 34 49 20 EA 3 $4.800.00 $14,400.00 1 19 13349.5003 20' Curb Inlet 34 49 20 EA 5 $5.800.00 $29,000.00 1 20 13349.7001 4' Drop Inlet 33 49 20 EA 1 $4.500.00 $4,500.00 21 19999.0013 12" Rock RipRap 31 3700 SY 310 $135.00 $41,850.00 22 19999.0014 15" Rock RipRap 00 00 00 SY 231 $145.00 $33.495.001 23 19999.0015 Concrete RipRap 00 00 00 SY ` 707 $155.00 $109.585.00 24 19999.0016 21" 4:1 Sloped End Headwall 00 00 00 EA I 2 $3.000.00 $6.000.00 25 19999.0017 24" 4:1 Sloped End Headwall 00 00 00 EA 1 2 $3.500.00 $7.000.001 26 19999.0018 36" 4:1 Sloped End Headwall 00 00 00 EA 1 2 $6,000.00 $12.000.001 1 27 19999.0019 4' SW-0 4:1 Wingwall (SD-9) 00 00 00 EA f 1 $6.500.00 $6.500.001 1 28 19999.0020 SSW-0 4:1 Wingwall (SD-11)00 00 00 EA 2 $8,500.00 $17.000.00 1 29 19999.0021 5' SW-0 4:1 Wingwall (SD-15) 00 00 00 EA 1 $10,500.00 $10,500.00 1 30 19999.0022 5' FW-0 4:1 Wingwall (SD-15) 00 00 00 EA 1 $10.500.00 $10,500.001 1 31 19999.0023 36" 4:1 CH-FW-0 Headwall 00 00 00 I EA 1 $6.000.00 $6.000.001 32 9999.0024 FW-0 4:1 Wingwall w/ 1.0' Extended Curb l(Culvert 00 00 00 EA East) 1 $34.500.00 $34,500.00 33 I9999.0 5 FW 0 4:1 Wingwall w/ 5.0' Extended Curb 00 00 00 EA (Cue9999.0026 2 $46.500.00 $93,000.00 PW-1 Parallel Wingwall w/ 1.0' Extended 00 00 00 34 Curb (Culvert East) EA 1 $51,500.00 $51,500.00 35 9999.0027 Emergency Overflow Flume 00 00 00 LF 1 185 $60.00 $11,100.00 1 1 36 9999.0028 Convert Drop Inlet to Storm Drain Manhole 00 00 00 EA 1 $4.500.00 $4,500.001 1 37 9999.0029 30" Manhole Riser 00 00 00 EA 3 $6,500.00 $19,500.00 1 38 19999.0030 4' Stacked Storm Manhole 00 00 00 EA i 1 $3,500.00 $3.500.00 1 39 19999.0031 Concrete Collar 00 00 00 EA 2 $2,500.00 $5,000.001 1 TOTAL UNIT III: DRAINAGE IMPROVEMENTS $1,878,927.001 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 Rocky Creek Phase 2A Bid Proposal UNIT PRICE BID �Bidlist Item No. � 1 2 1 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information f Specification Unit of Description l Section No. Measure UNIT IV: PAVING IMPROVEMENTS 0241.1100 Remove Asphalt Pvmt 02 41 15 SY 3213.0101 6" Conc Pvmt 32 13 13 SY 3211.0501 6" Lime Treatment (30#/SY) 32 11 29 SY 3211.0502 8" Lime Treatment (36#/SY) 32 11 29 SY 3211.0400 Hydrated Lime (30#/SY) 32 11 29 TON 3211.0400 Hydrated Lime (36#/SY) 32 11 29 TON 3213.0302 5' Conc Sidewalk 32 13 20 SF 3213.0303 6' Conc Sidewalk 32 13 20 SF 3213.0501 Barrier Free Ramp, Type R-1 32 13 20 EA 3213.0506 Barrier Free Ramp, Type P-1 32 13 20 EA 3213.0503 Barrier Free Ramp, Type M-1 32 13 20 EA 3217.0502 Preformed Thermoplastic Contrast Markings - 24" Crosswalk 3217.0504 Preformed Thermoplastic Contrast Markings - 24" Stop Bars 3290.0100 Topsoil 3292.0400 Sodding 9999.0032 Remove Existing W1-1aR Sign & Post 9999.0033 Stop Siqn (R1-1) 9999.0034 Street Name Blade 9999.0035 Stop Sign (R1-3P) 9999.0036 6" Double Yellow Line Marking w/ RPMS 9999.0037 Pavement Header (29') 9999.0038 Install FOR Barricade 9999.0039 Remove Barricade & Connect to Existing 00 42 43 DAP-BIDPROPOSAL Page 4 of 5 Bidder's Application Bidder's Proposal Bid Unit Price Bid Value Quantity 766 $20.00 $15,320.00 40852 $60.00 $2 451,120.00 43534 $3.50 $152.369.00 7687 $4.00 $30,748.00 653.01 $275.00 $179.577.75 138.37 $275.00 $38,051.75 29071 $4.50 $130.819.50 27756 $4.50 $124,902.00 12 $3 200.00 $38,400.00 28 $3 400.00 $95.200.00 2 $3 600.00 $7,200.00 32 17 23 LF 153 $20.00 $3.060.00 32 17 23 LF 153 $20.00 $3,060.00 3291 19 CY 934 $28.00 $26,152.00 32 92 13 SY 5604 $8.00 $44 832.00 00 00 00 EA 1 $500.00 $500.00 00 00 00 EA 19 $850.00 $16,150.00 00 00 00 EA 54 $750.00 $40.500.00 00 00 00 EA 4 $850.00 $3.400.00 00 00 00 LF 1635 $6.00 $9.810.00 00 00 00 EA 7 $1.000.00 $7,000.00 00 00 00 EA 7 $850.00 $5.950.00 Header 00 00 00 EA 3 9999.0040 Speed Limit Sign (R2- 1) 00 00 00 EA 3 9999.0041 7.5" Conc Pvmt 00 00 00 SY 7285 9999.0042 Pedestrian Rail 00 00 00 LF 402 TOTAL UNIT IV: PAVING IMPROVEMENTS $500.00 $1.500.00 $750.00 $2,250.00 $74.00 $539,090.00 $140.00 $56,280.00 $4,023,242.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 Rocky Creek Phase 2A Bid Proposal SECTION 00 42 43 004243 Developer Awarded Projects - PROPOSAL FORM DAP -BID PROPOSAL Page 5 of 5 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal �Bidlist Item) I Specification I Unit of i Bid Description Section No. Measure I Quantity Unit Price Bid Value No. Bid Summary UNIT I: WATER IMPROVEMENTS $1,793,649.00 UNIT II: SANITARY SEWER IMPROVEMENTS $1,594,152.00 UNIT III: DRAINAGE IMPROVEMENTS $1,878,927.00 UNIT IV: PAVING IMPROVEMENTS $4,023,242.00 UNIT V: STREET LIGHTING IMPROVEMENTS N/A UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS N/A This Bid is submitted by the entity named below: BIDDER: Conatser Construction TX, L.P. 5327 Wichita Street Fort Worth, Texas 76119 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. Total Construction Bid $9,289,970.00 BY: Brock uggins TITLE: President DATE: END OF SECTION 280 working days after the date when the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 Rocky Creek Phase 2A Bid Proposal UNIT PRICE BID Bidlist Item No. SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Infonnation Description I Specification Section No. 00 42 43 (2) DAP - BID PROPOSAL Page I of 2 Bidder's Application Bidders Proposal Unit of Bid Unit Price Bid Value Measure I Quantity 80 (T) 26 05 33 _ 6036 $1 10 LF _8742,60 3.00 $26�227,80 $5.00 $90 540.00 10 LF 18108 $2,00 $36 20 00 00 00 EA 2 5650.00 $1,300.00 �1NIT V: STREET LIG ITING IMPROVFMFrFS _ LF. EA 74 $850.00 $62,900.00 �344120 74 $1,200.00 $88,800.00 ®EA Light Pole Arm 344120 �EA � 20 $850.00 _�$17 000.00 le 35 41 20 EA 74 _$3.�000AO _,$222�000.00 000000 EA 67 $750.00 ____ $50,250�00 000000 EA 7 � $950�00 ,�� $6,650,; _00 EA 20 $75000�15,000�00 TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS $628,383.80 1 2605.3015 2" CONDT PVC SCH CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Forrn Version May 22, 2019 Rocky Creek Phase 2A Bid Proposal UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information 00 42 43 (2) ➢AP - BID PROPOSAL Page 2 of 2 Bidder's Application Bidder's Proposal Bidlist Item) Specification I Unit of Bid Description Unit Price No. Section No. Measure I Quantity Bid Summary UNIT I: WATER IMPROVEMENTS UNIT II: SANITARY SEWER IMPROVEMENTS UNIT III: DRAINAGE IMPROVEMENTS UNIT IV: PAVING IMPROVEMENTS UNIT V: STREET LIGHTING IMPROVEMENTS _ UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS Total Construction Bid This Bid is submitted by the entity named below: BIDDER: Conatser Construction TX, L.P 5327 Wichita Street Fort Worth, Texas 76119 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. BY: Brock Huggins TITLE: Pfesident DATE: END OF SECTION Bid Value N/A N/A NIA NIA $628, 383.80 NIA $628,383.801 40 working days after the date when the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Fom Version May 22, 2019 Rocky Creek Phase 2A Bid Proposal