Loading...
HomeMy WebLinkAbout063975 - General - Contract - Cook Children's Medical CenterReceived Date: 09/18/2025 Received Time: 12:42 p.m. Developer and Project Information Cover Sheet: Developer Company Name Address, State, Zip Code: Phone & Email: Authorized Signatory, Title Project Name: Brief Description: Project Location: Plat Case Number: FS-24-280 Council District: 9 CFA Number: 25-0076 Cook Children's Medical Center 801 7t'' Ave. Fort Worth, Texas 76104 682-885-7145 � spencer.seals@cookchildrens.org Spencer Seals, Vice President, Construction & Real Estate East 8th Development Water, Sewer, Paving, Storm Drain, Street Lights & Traf�c Signal 801 7`h Avenue Plat Name: East 8th Development Phased or Concurrent None Provisions: City Project Number: 106002 � IPRC24-0238 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas Standard Community Facilities Agreement Rev. 9/21 Page 1 of 16 City Contract Number: 63975 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 Cook Children's Medical Center ("Developer"), acting by and through its duly authorized representative. Ciry 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 8th Development ("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 OFFICIAL RECORD City of Fort Worth, Texas CITY SECRETARY page 2 of 16 Standard Community Facilities Agreement Rev. 9/21 FT. WORTH, TX 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: � Exhibit A: Water ❑X Exhibit B: Sewer � Exhibit C: Paving 0 Exhibit D: Storm Drain 0 Exhibit E: Street Lights & Signs � Exhibit F: 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, F, 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"). City of Fort Worth, Texas Page 3 of 16 Standard Community Facilities Agreement Rev. 9/21 Developer shall keep the Financial Guarantee in full farce 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. (b) The City may utilize the Developer's Financial Guarantee to cause the completion of the construction of the Improvements or to cause the payment of costs for construction of the Improvements before the expiration of the Term, and any Extension Period, if the Developer breaches this Agreement, becomes insolvent, or fails to pay costs of construction. (c) If the Financial Guarantee is a Completion Agreement and the Developer's contractors or suppliers are not paid for construction costs or materials supplied for the Improvements the contractors and suppliers may place a lien upon any property which the City does not have an ownership interest that is the subject of the Completion Agreement. (d) Nothing contained herein is intended to limit the Developer's obligations under the CFA Ordinance, this Agreement, the Financial Guarantee, Developer's agreements with Developer's contractors, or other related agreements. 8. Termination If Developer desires to terminate this Agreement before Developer's contractors begin constructing the Improvements, Developer agrees to the following: (a) that Developer and City must execute a termination of this Agreement in writing; (b) that Developer will vacate any final plats that have been filed with the county where the Project is located; and (c) to pay to the City all costs incurred by the City in connection with this Agreement, including time spent by the City's inspectors at preconstruction meetings. City of Fort Worth, Texas Page 4 of 16 Standard Community Facilities Agreement Rev. 9/21 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 ar 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 Certiiicate 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. (� 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 City of Fort Worth, Texas Page 5 of 16 Standard Community Facilities Agreement Rev. 9/21 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, INCL UDING DEATH, OR TO ANY PROPERTY, RESULTING FROM OR IN CONNECTION WITH THE CONSTR UCTION, 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 PROPERLYSAFEGUARD 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 CA USED, 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, INCL UDING DEATH, RESULTING FROM, OR IN ANY WAY CONNECTED WITH, THE CONSTRUCTION OF THE IMPROVEMENTS CONTEMPLATED HEREIN, WHETHER OR NOT SUCH INJURIES, DEATH OR DAMAGES ARE CAUSED, IN WHOLE OR IN PART, BY THE ALLEGED NEGLIGENCE OF THE CITY OF FORT WORTH, ITS OFFICERS, SERVANTS, OR EMPLOYEES. FURTHER, DEVELOPER WILL REQUIRE ITS CONTRACTORS TO INDEMNIFY, DEFEND, AND HOLD HARMLESS THE CITY FOR ANY LOSSES, DAMAGES, COSTS OR EXPENSES SUFFERED BY THE CITY OR CAIISED AS A RESULT OF SAID CONTRACTORS' FAILURE TO COMPLETE THE WORK AND CONSTRUCT THE IMPROVEMENTS IN A GOOD AND WORKMANLIKE MANNER, FREE FROM DEFECTS, IN CONFORMANCE WITH THE CFA ORDINANCE, AND INACCORDANCE WITHALL PLANSAND SPECIFICATIONS. City of Fort Worth, Texas Page 6 of 16 Standard Community Facilities Agreement Rev. 9/21 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 iinancial 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 ar 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 obtainproof from the material testing laboratories that the material testing laboratories have been paid in full by the Developer before the City will accept the Improvements. 16. Notices All notices required or permitted under this Agreement may be given to a party by hand- delivery or by mail, addressed to such party at the address stated below. Any notice so given shall be deemed to have been received when deposited in the United States mail so addressed with postage prepaid: CITY: Development Services Contract Management Ofiice City of Fart Worth DEVELOPER: Cook Children's Medical Center 801 7th Ave. Fort Worth, Texas 76104 City of Fort Worth, Texas Standard Community Facilities Agreement Rev. 9/21 Page 7 of 16 100 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 sha11 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 iinal 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, City of Fort Worth, Texas Page 8 of 16 Standard Community Facilities Agreement Rev. 9/21 contractors, subcontractors, and volunteers. Developer acknowledges that the doctrine of respondeat supeYior shall not apply as between the City and its officers, representatives, agents, servants and employees, and Developer and its employees, representatives, agents, servants, offcers, 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, ofiicers, 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, offcers, 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 1aw. 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 ar relinquishment to any extent of City's right to assert or rely on any such term or right on any future occasion. 21. Governmental Powers and Immunities. It is understood that by execution of this Agreement, the City does not waive or surrender any of its governmental powers or immunities. 22. Headings The paragraph headings contained herein are for the convenience in reference and are not intended to define or limit the scope of any provision of this Agreement. 23. Severability In the event that any clause or provision of this Agreement shall be held to be invalid by any court of competent jurisdiction, the invalidity of such clause or provision shall not affect any of the remaining provisions hereof. 24. City of Fort Worth, Texas Page 9 of 16 Standard Community Facilities Agreement Rev. 9/21 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 veriiication from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" have the meanings ascribed to those terms by Chapter 2271 of the Texas Government Code. To the extent that Chapter 2271 of the Government Code is applicable to this Agreement, by signing this Agreement, Developer certifies that Developer's signature provides written verification to the City that Developer: (1) does not boycott Israel; and (2) will not boycott Israel during the term of this Agreement. 26. Prohibition on Boycotting Energy Companies Developer acknowledges that in accordance with Chapter 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 Ciry 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 City of Fort Worth, Texas Page 10 of 16 Standard Community Facilities Agreement Rev. 9/21 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 certifes that Developer's signature provides written verifcation 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. Immigration and Nationality Act Developer shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Developer shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Developer shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Developer employee who is not legally eligible to perform such services. DEVELOPER SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY DEVELOPER, DEVELOPER'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Developer, shall have the right to immediately terminate this Agreement for violations of this provision by Developer. 29. Amendment No amendment, modification, or alteration of the terms of this Agreement shall be binding unless the same is in writing, dated subsequent to the date hereof, and duly executed by the City and Developer. 30. Assignment and Successors Developer shall not assign or subcontract a11 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 offcers, 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 City of Fort Worth, Texas Page 11 of 16 Standard Community Facilities Agreement Rev. 9/21 or any of its officers, agents, servants, employees, or subcontractors, then Developer shall immediately desist from and correct such violation. 33. Signature Authority The person signing this Agreement on behalf of Developer warrants that he or she has the legal authority to execute this Agreement on behalf of the Developer, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the entity. The City is fully entitled to rely on this warranty and representation in entering into this Agreement. 34. Counterparts This Agreement may be executed in multiple counterparts, each of which wi11 be deemed an original, but which together will constitute one instrument. 35. Entire Agreement This written instrument, together with any attachments, exhibits, and appendices, constitutes the entire understanding between the City and Developer concerning the work to be performed hereunder, and any prior or contemporaneous, oral or written agreement that purports to vary from the terms hereof shall be void. [REMAINDER OF PAGE INTENTIONALLY BLANK] City of Fort Worth, Texas Page 12 of 16 Standard Community Facilities Agreement Rev. 9/21 36. Cost Summary Sheet Project Name: East 8th Development CFA No.: 25-0076 Items A. Water and Sewer Construction 1. Water Construction 2. Sewer Construction Water and Sewer Construction Total City Project No.: 106002 B. TPW Construction 1. Street 2. Storm Drain 3. Street Lights Installed by Developer 4. Signals TPW Construction Cost Total Total Construction Cost (excluding the fees) Estimated Construction Fees: C. Construction Inspection Service Fee D. Administrative Material Testing Service Fee E. Water Testing Lab Fee Total Estimated Construction Fees: Financial Guarantee Options, choose one Bond = 100% Completion Aqreement = 100°/o / Holds Plat Cash Escrow Water/Sanitary Sewer= 125°/o Cash Escrow Pavinq/Storm Drain = 125% Letter of Credit = 125% Escrow Pledqe Aqreement = 125% Developer's Cost $ 1,035,769.00 $ 1,290,420.00 $ 2,326,189.00 IPRC No.: 24-0238 $ 1,871,658.41 $ 1,586,895.00 $ 8,667.00 $ 578,777.75 $ 4,045,998.16 $ 6,372,187.16 $92,812.50 $7,716.80 $1,181.25 $ 101,710.55 $ $ $ $ $ $ Choice Amount (Mark one 6,372,187.16 6,372,187.16 2,907,736.25 5,057,497.70 7,965,233.95 X 7,965,233.95 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 �-� Jesica McEachern Assistant City Manager Date: 09/17/2025 Recommended by: �tJN14yr� �� Dwayne Hollars Sr. Contract Compliance Specialist Development Services Approved as to Form & Legality: ��� uJ�� Jessika Williams Assistant City Attorney M&C No. N/A Date: 09/15/2025 Form 1295: N/A ATTEST: � I� .,��mA: `' Jannette S. Goodall City Secretary �ap�Uan � o� FORT�aO v �� 00�o9�1d �o c�o o=° °�a* °�o �°�� a�a rEXAso4� Il�bU444� DEVELOPER Cook Children's Medical Center � sp nccr scais (sep is, zozs is:z9:is cor) Spencer Seals Vice President, Construction & Real Estate Date: 09/15/2025 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. =�il � Kandice Merrick Contract 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 0 Attachment 1- Changes to Standard Community Facilities Agreement ❑ Attachment 2— Phased CFA Provisions ❑ Attachment 3— Concurrent CFA Provisions 0 Location Map 0 Exhibit A: Water Improvements 0 Exhibit B: Sewer Improvements � Exhibit C: Paving Improvements � Exhibit D: Storm Drain Improvements � Exhibit E: Street Lights and Signs Improvements � Exhibit F: Traffic Signal and Striping Improvements 0 Cost Estimates (Remainder of Page Intentionally Left Blank) City of Fort Worth, Texas Page 15 of 16 Standard Community Facilities Agreement Rev. 9/21 ATTACHMENT "1" Changes to Standard Community Facilities Agreement City Proj ect No. 106002 None City of Fort Worth, Texas Page 16 of 16 Standard Community Facilities Agreement Rev. 9/21 � � ��i �� % �Q�� � �� i � , � -- � _ _ � � —� � �I �I � � � ' k- w ��_ J � (n W J i J ►w c� � � � J � J � Q � � PENNS"LVANIA _ � 1 CANNON ~ � � � CC� PER �SITE TERRELL �._., HUMBOLT WORTH � TUCI�ER �E FENNSYLV I, � PRUI I T � 0 z Q J _ "� � � o � � � � � PULASKI " F`OSEC�ALE OLEA�IDER LOCATION MAP NOT TO SCALE CCMC EAST 8TH DEVELOPMENT r m 0 wF F O J a CPN 106002 OWNER/DEVELOPER: MAPSCO NO. TAR-076G COOK CHILDREN'S HEALTH CARE SYSTEM 8017THAVE COUNCIL DISTRICT 9 FORT WORTH, TEXAS 76104 � �uwo►wa y 550 Bailey Avenue • Suite 400 • Fort Worth, Texas 76107 Tel: 817.335.1121 (TX REG, F-1114) �^� � ENGINEER: DUNAWAY ASSOCIATES 550 BAILEY AVE STE. 400 FORT WORTH, TEXAS 76104 DATE: JULY 2025 % � N I I � I � I � � l. = � � �i. - � EX b \N � � 3 I �� oZ � w �W � �w w �a> Q � � — =�Q � _ � a I J N ma I a > � I EXISTING 12" PVC WATER .. LINE (X-15269, PP: HO) I / � I #` �� PROPOSED 8" PR/MARY � F/RE TAP T I I-� -� g� � �, � i lll I � II EXISTING 6" WA TER LINE TO BE PRl VA TIZED �� � � �� PROPOSED 8" � � � WA TER LINE 0. ' �� � WM - - - - � �- f � � COOPER STREET (PRIVATE ROAD) CONCRETE PAVEMENT I � � — � �a — � � � PROPOSED 6" lRRIGA TION �4 AND FIRE TAP � � � �.� � �-T - PROPOSED 2" J � WA TER SER 1/ICES � MATCH LINE SHEET 2 ENGINEER: DUNAWAY ASSOCIATES 550 BAILEY AVE STE. 400 FORT WORTH, TEXAS 76104 i� �~ I � � '�, � � �� � EX ��� � _ /�\ � �� :� � � GRAPHIC SCALE IN FEET WATER LEGEND � � PROPERTYBOUNDARY PROPOSED WATER LINE — EX-w EXISTING WATER LWE OWNER/DEVELOPER: COOK CHILDREN'S HEALTH CARE SYSTEM EX H I 6 I T A- WAT E R I M P R OV E M E N TS 801 7TH AVE FORT WORTH, TEXAS 76104 � �uwo►wA v 550 Bailey Avenue • Suite 400 • Fort Worth, Texas 76107 Tel: 817.335.1 121 (TX REG. F-1114) PROPOSED 2" lRRIGA rION TAP ri40POSE0 6" FIRE LINE CCMC EAST 8TH DEVELOPMENT FORT WORTH, TX CPN 106002 (SHEET 1 OF 5) DATE: JULY 2025 � 0 s � ENGINEER: DUNAWAY ASSOCIATES 550 BAILEY AVE STE. 400 FORT WORTH, TEXAS 76104 Q � PROPOSED 8" SECONDARY v FIRE TAP I � � � PROPOSED J � � ��`" —� I # � �a � � 6» FIRE LINE �/�� � # � ,,,,, I W. TERRELL AVENUE 2 I(PRIVATE ROAD) N _l _ - W �- � Z � — J T� V f�! � � - ►, � J = �o�— �o�. � — — 1 � — i o ��� � # �a �a � � PROPOSED 2" II a ' lRRIGA TION TAP I � �� � �,,,, , I I OWNER/DEVELOPER: COOK CHILDREN'S HEALTH CARE SYSTEM 8017TH AVE FORT WORTH, TEXAS 76104 � �uwo►wa y 550 Bailey Avenue • Suite 400 • Fort Worth, Texas 76107 Tel: 817.335.1121 (TX REG. F-1114) MATCH LINE SHEET 1 I w I r I� #� 3 I � �� , OZ w HW � �w Q i�� # � PROPOSED 6" DOMESTIC WATER LEGEND � � PROPERTYBOUNDARY "! PROPOSED WATER LINE — EX EXISTING WATER LINE = o � � TAP EXISTING 12" PVC WA TER a � 3 a� wM LINE (X-15189, PP: HO) mar � M ¢ EXHIBIT A - WATER IMPROVEMENTS CCMC EAST 8TH DEVELOPMENT FORT WORTH, TX CPN 106002 0 40 80 � � � i � � GRAPHIC SCALE IN FEET (SHEET 2 OF 5) DATE: JULY 2025 J � PROPOSED 6 " � �T — ' FIRE LINE � � WM # I o�T , t j � � �►�� _� # # �a � � — —T � � � � _ _ ' �� I I / � � � PROPOSED 8" PRIMARY �—� #— I� / DOMESTIC TAP � � D � � _ r z m N 2 m m � N � # � �� ��----�_�--- PROPOSED 16" �� r WA TER LINE � # � �` ' �- i � PROPOSED 12" o � WA TER LINE w = ENGINEER: DUNAWAY ASSOCIATES 550 BAILEY AVE STE. 400 FORT WORTH, TEXAS 76104 OWNER/DEVELOPER: COOK CHILDREN'S HEALTH CARE SYSTEM 8017TH AVE FORT WORTH, TEXAS 76104 � �uwo►wa y 550 Bailey Avenue • Suite 400 • Fort Worth, Texas 76107 Tel: 817.335.1121 (TX REG. F-1114) � —� I � � - ,� - i � �' # w � > _ Q =o � �� , w � m� � Q / � - �� Q i PROPOSED 12" - � `� WA TER LINE ,� � , EXISTING WATER LINE � ( � � MATCH LINE SHEET 4 EXHIBIT A— WATER IMPROVEMENTS o 40 80 CCMC EAST 8TH DEVELOPMENT � � ' i � � FORT WORTH, TX GRAPHIC SCALE IN FEET CPN 106002 (SHEET 3 OF 5) DATE: JULY 2025 W. TERRELLAVENUE_ (PRIVATE ROAD) � � � . � — �� ' �/%,,, Y//// ////// � �� PROPOSED 12" / WA TER LINE WATER LEGEND //, i� � � PROPERTYBOUNDARY , PROPOSED WATER LINE �� _� � � � MATCH LINE SHEET 3 I . . . / � I% � � �, , � ,' / # # / / , PROPOSED 12" � ; WA TER LINE ( # � w � � EXISTING 8" WA TER �� �� � � LINE (X-14940) _ �� I ��' � - - �//,- - - � - ' � � _ � '� W } �3 3S�"� � Z � ���„� I � � HJI�t��.TSTREET � o ~ PRIVAI�E ROAD) _ � LL, � � A�HALT PAVEMENT � � � �¢, „�°°� aC �es'j �al /� � � c � � Q �' � 2 ��I — ----- EXISTING 12" WA TER �� z � LINE (X-21696) � m � � QI� � I PROPOSED � � > 6" FIRE LINE #-- --------- � � � It � ! � ENGINEER: DUNAWAY ASSOCIATES 550 BAILEY AVE STE. 400 FORT WORTH, TEXAS 76104 OWNER/DEVELOPER: COOK CHILDREN'S HEALTH CARE SYSTEM 801 7TH AVE FORT WORTH, TEXAS 76104 � ■ � — � I I `i I I � ;�� 3 f. � X I � f �u� , 0 40 80 I I � I � � GRAPHIC SCALE IN FEET WATER LEGEND � � PROPERTYBOUNDARY "! PROPOSED WATER LINE EX-w EXISTING WATER LINE EXHIBIT A - WATER IMPROVEMENTS � �uwo►wA v 550 Bailey Avenue • Suite 400 • Fort Worth, Texas 76107 Tel: 817.335.1 121 (TX REG. F-1114) CCMC EAST 8TH DEVELOPMENT FORT WORTH, TX CPN 106002 (SHEET 4 OF 5) DATE: JULY 2025 PROPOSED 2" lRRIGA TION TAP D � n 2 r Z m � 2 m m � A �� i /////i '////////// \�--------��� �� .� `� . � � — — w —�-ia P� � -, � 60' UTILITY EASEME�. � � BY CITY ORDINANCE N0. 19218 � �//////////// l //� ////////� , , ///////, � � � i i i �rmi �mi � � �� � � `\ `\ `\ .. �., „�� ,., — — EX-S" W— Fv o^ �ni — EX-8�� W l-Y � `I � I � WATER LEGEND HUMBOLT STREET � (PRIVATE ROAD) � ASPHALT PAVEMENT � \� A� A� A� A \� � � � � � = _.�_ � � - � --- �- � -- � in e �� �� PROPOSED 4" DOMESTIC ���� WA TER TAP �' H � �. , ENGINEER: DUNAWAY ASSOCIATES 550 BAILEY AVE STE. 400 FORT WORTH, TEXAS 76104 /� / / / /° — J / j � �� I I } 3 I�� �� oZ w �w _� z �> > �� Q �� p J � �2 I � �N �111 � a > .. � � PROPERTYBOUNDARY V PROPOSED WATER LWE �� �� r� E OWNER/DEVELOPER: COOK CHILDREN'S HEALTH CARE SYSTEM 8017THAVE EXHIBIT A- WATER IMPROVEMENTS FORT WORTH, TEXAS 76104 � �uwo►wa y 550 Bailey Avenue • Suite 400 • Fort Worth, Texas 76107 Tel: 817.335.1121 (TX REG. F-1114) CCMC EAST 8TH DEVELOPMENT FORT WORTH, TX CPN 106002 � �- � I_ _I `' ��,. EXISTING WATER LINE 0 40 80 I � � GRAPHIC SCALE IN FEET (SHEET 5 OF 5) DATE: JULY 2025 , / �� I I � - � I I � z: � ��� �� 1) �u 0 I� � � ���� y � � � � � � C COOPER STREET ( I (PRIVATE ROAD) � CONCRETE PAVEMENT — � � � � � I 9 � PROPOSED 12" �� Q I SANITARY SEWER LINE �� PROPOSED 6 " ��' _, SANITARY SEWER LINE � r - 3 � i �I N �z i� w � � � � w �Q� Q �� H _ �Q � _ W J Q '� m I Q � Q � �� PROPOSED 6" _ SANITARY SEWER a '� � � LINE Q) 1 MATCH LINESHEET2 SANITARY SEWER LEGEND m 0 � 0 J a ENGINEER: DUNAWAY ASSOCIATES 550 BAILEY AVE STE. 400 FORT WORTH, TEXAS 76104 OWNER/DEVELOPER: COOK CHILDREN'S HEALTH CARE SYSTEM 8017TH AVE FORT WORTH, TEXAS 76104 ���� � �� Z � � — - BLOCK 9 JENNINGS & COOPER SUBDIVISION VOLUME 63, PAGE 106 P.R.T.C.T. 0 50 100 � � � � � � GRAPHIC SCALE IN FEET � � PROPERTYBOUNDARY ,,,, PROPOSED SANITARY SEWER LINE EXISTING SANITARY SEWER LINE EXHIBIT 6 - SEWER IMPROVEMENTS � �uwo►wa y 550 Bailey Avenue • Suite 400 • Fort Worth, Texas 76107 Tel: 817.335.1121 (TX REG, F-1114) CCMC EAST 8TH DEVELOPMENT FORT WORTH, TX CPN 106002 (SHEET 1 OF 4) DATE: JULY 2025 MATCH LINE SHEET 1 ., z .. I � � � �� � C I 1� I � � � r- � I � �„� � � _ � � * ,� � ,� g - W. TERREL AVENUE '� I I (PRIVATE ROAD) ASPHALT PAVEdGIEN� o � O r W. TERREL AVENUE (PRIVATE ROAD) ASPHALT PAVEMENT � � � i � ��//�///, ,� PROPOSED 12" N �`/ SANITARY � j SEWER LINE N � ^ PROPOSED 12" �; � SANITARY '% SEWER LINE Q �3 0 � � i o z� ir �T '-'-' � `'eG / � _� u z C9 � � LOT 1R w� Q SOUTHLAND SUBDIVISION OF � d FIELDS WELCH ADDITI( Q � � C.C.D. N0. D2192817E 2 p J P.R.T.C.T. �3=Iw W � / � � � N Q � � � N ; � v � I � MATCH LINESHEET3 ; � -�=�\ � � , , , �,� —� / �, �� — # ,_ ° — f PROPOSED � � � �12" SANITARY / SEWER LINE � � -� � . � PROPOSED 6 " SANITARY SEWER LINE Q -� = ` � —�� EXISTING 12" �z LL � � � � j SANITARY SEWER � � � �. I j LINE (X-21352) � �' ��% � m c� � i �,..�w / �a�� I ,� v � Z o I'S V \ / \ 1 1 11 - - - GRAPHIC SCALE IN FEET SANITARY SEWER LEGEND m 0 � 0 J a ENGINEER: DUNAWAY ASSOCIATES 550 BAILEY AVE STE. 400 FORT WORTH, TEXAS 76104 OWNER/DEVELOPER: COOK CHILDREN'S HEALTH CARE SYSTEM 8017TH AVE FORT WORTH, TEXAS 76104 EXISTING SANITARY SEWER LINE EXHIBIT 6 - SEWER IMPROVEMENTS CCMC EAST 8TH DEVELOPMENT � �uwo►wa y 550 Bailey Avenue • Suite 400 • Fort Worth, Texas 76107 Tel: 817.335.1121 (TX REG, F-1114) � � PROPERTYBOUNDARY FORT WORTH, TX CPN 106002 ,,,, PROPOSED SANITARY SEWER LINE (SHEET 2 OF 4) DATE: JULY 2025 MATCH LINESHEET2 --� �, z � � � I �� � �/ - � ,� , ,� PROPOSEO 12" " SANITARY SEWER LINE %� � ,��/1/////�//// � � � .% N � � - - `" i I � //////// N � I / Q � � ;,,, 3� ��� � � � �� � �—� � O , w �� ---'� ------ � z �� SOUTHLAND AVENUE O j � � � (PRIVATE ROAD) ¢ � � CONCRETE PAVEMENT �3� �- -CC )� � _ wQ�J � Q � Q' Q i � � -- -- \� OUTHLAND SUBDIVISION OF BLOCK 10 FIELD'S WELCH ADDITION VOLUME 310, PAGE 5 P.R.T.C.T. N ,/�� -- � � � I I I I( MATCH LINE SHEET 4 0 50 100 � � � � � � GRAPHIC SCALE IN FEET SANITARY SEWER LEGEND ENGINEER: DUNAWAY ASSOCIATES 550 BAILEY AVE STE. 400 FORT WORTH, TEXAS 76104 OWNER/DEVELOPER: COOK CHILDREN'S HEALTH CARE SYSTEM 8017TH AVE FORT WORTH, TEXAS 76104 � � PROPERTYBOUNDARY ;;3 PROPOSED SANITARY SEWER LINE r" �` EXISTING SANITARYSEWER LINE EXHIBIT 6 - SEWER IMPROVEMENTS � DUNAWA Y 550 Bailey Avenue • Suite 400 • Fort Worth, Texas 76107 Tel: 817.335.1121 (TX REG. F-1114) CCMC EAST 8TH DEVELOPMENT FORT WORTH, TX CPN 106002 (SHEET 3 OF 4) DATE: JULY 2025 MATCH LINESHEET3 J � - � � � I 1 � � / � CCMC EAST 8TH DEVELOPMENT EXHIBIT 6 - SEWER IMPROVEMENTS � DUNAWA Y 550 Bailey Avenue • Suite 400 • Fort Worth, Texas 76107 Tel: 817.335.1121 (TX REG. F-1114) � � PROPERTYBOUNDARY � , L'.� PROPOSED SANITARY SEWER LINE — EXISTING SANITARY SEWER LINE fPROPOSED 12" SANITARY SEWER LINE � � ii � I � � EXISTING 8" SANITARY SEWER LINE , � (X-16625) � � � � �J — � �y � EX-8 SS — — — EX-8"SS EX-S' W. PULASKI STREET (50' WIDTH RIGHT—OF—WAY) � ASPHALT PAVEMENT � //// %%T//////T%r �I / � � � Q � � 3 � , N OZ � IW w H� Z �Q ( w �� I Q �W = OW � � ?'U � � � � Q � ��� �� PROPOSED 12" p Q \U � SANITARY SEWER LINE > " � /i "///////////// � W. ROSEDALE STREET (VARIABLE WIDTH RIGHT-OF-WAY) CONCRETE PAVEMENT / \ 1 1 1 � � � GRAPHIC SCALE IN FEET ENGINEER: DUNAWAY ASSOCIATES 550 BAILEY AVE STE. 400 FORT WORTH, TEXAS 76104 � E 16 s� OWNER�DEVELOPER: � _ COOK CHILDREN'S HEALTH CARE SYSTEM EXISTING 16�� 801 7TH AVE SANITARY SEWER LINE FORT WORTH, TEXAS 76104 (X-16625) SANITARY SEWER LEGEND FORT WORTH, TX CPN 106002 (SHEET 4 OF 4) DATE: JULY 2025 yi �5 �I ` � lJ � � � � . L, �� l — �' � �' �" � PER STRE�T � '� �r IVATE ROAD) ` � CONCRETE PAVEMENT a �, — ✓ `� � . . . . �—�—� _ ' � ,���� \ �� BLOCK 9 JENNINGS & COOPER SUBDIVISION VOLUME 63, PAGE 106 P.R.T.C.T. 0 80 160 � � � � GRAPHIC SCALE IN FEET PAVING LEGEND W. TERRELL AVENUE (PRIVATE ROAD) �� /////� /� ���� / i T / / �� % �i i �I I ! � / MATCH LINE SHEET 2 ENGINEER: DUNAWAY ASSOCIATES 550 BAILEY AVE STE. 400 FORT WORTH, TEXAS 76104 ' � ° •� • S •• . • PROPOSED CONCRETE ,. . . ' , • � a PROPOSED CONCRETE SIDEWALK PROPOSED CONCRETE PERMANENTTRENCH REPAIR PROPOSED ASPHALT PERMANENTTRENCH REPAIR � \\\\\\ PROPOSED ASPHALT i�` I 1 CURB RAMP \ � OWNER/DEVELOPER: COOK CHILDREN'S HEALTH CARE SYSTEM E X H I B I T C- PAV I N G I M P R O V E M E N TS 801 7TH AVE FORTWORTH,TEXA576104 CCMC EAST 8TH DEVELOPMENT � DUNAWA FORT WORTH, TX v �PN 106002 550 Bailey Avenue • Suite 400 • Fort Worth, Texas 76107 Te1:817.335.1121 ($HEET 1 OF 5) (TX REG. F-1114) DATE: J U LY 2025 MATCH LINE SHEET 1 � j �� , ,, � � ; � � , � � , ; �^ LOT 1 R % �Q � , SOUTHLAND SUBDIVISION OF j 3 � BLOCK 10 j I�FIELDS WELCH ADDITION � i C.C.D. N0. D21 9 281 785 � I�Z ': � P.R.T.C.T. W � �Z W i � Z C> > i >I�a � i Q��� % �I�a � % ao = ° 1iiiiiiiii�i��� �ii/ I J N � - Im Q a i� ,,.,,,,� IQ i i, 1 e Y -` - i � - - --_ i �r��� �� (PRIVATE ROAD) � ;60►�Cf�E I E C TR I C=�E � [ G�iHLAND SUBDIVISION OF BL(�CK 1 I FIVOLUME�310 PAGITI5N ' I '� I I I IP�R �� I I� I� J I — — � I II I MATCH LI N E � �1 SHEET 3 /\ , :. ., � � � GRAPHIC SCALE IN FEET PAVING LEGEND ' � ° •� � a •� a. . •, PROPOSED CONCRETE • • •. . • � d PROPOSED ASPHALT PERMANENTTRENCH REPAIR ENGINEER: DUNAWAY ASSOCIATES 550 BAILEY AVE STE. 400 FORT WORTH, TEXAS 76104 OWNER/DEVELOPER: COOK CHILDREN'S HEALTH CARE SYSTEM 801 7TH AVE FORT WORTH, TEXAS 76104 i� � 1 \ � PROPOSED CONCRETE SIDEWALK PROPOSED 11" CONCRETE PAVEMENT STREET SECTION CURB RAMP EXHIBIT C - PAVING IMPROVEMENTS CCMC EAST 8TH DEVELOPMENT � �uwo►wA v 550 Bailey Avenue • Suite 400 • Fort Worth, Texas 76107 Tel: 817.335.1 121 (TX REG. F-1114) FORT WORTH, TX CPN 106002 (SHEET 2 OF 5) DATE: JULY 2025 MATCH LINE SHEET 2 i ' ' �' � W. PULASKI STREET k50' WIDTH RIGHT-OF-WAY) I PHALT PAVEMENT I� '% `Y iiiiiiiiii�lTl, � / � � � �� � ; � I ,, � � � �J / r ��������������������� � � / � W. ROSEDALE STREET (VARIA�LE WIDTH � ONCRETE }i � 3� oz � �w � =w z c� > \ w �a � Q �� H �� � � 3 c� wz a� � a > v /�\ 0 80 160 � � � � GRAPHIC SCALE IN FEET PAVING LEGEND RIGHT—OF—WAY) PAVEMENT PROPOSED CONCRETE SIDEWALK ENGINEER: DUNAWAY ASSOCIATES 550 BAILEY AVE STE. 400 FORT WORTH, TEXAS 76104 OWNER/DEVELOPER: COOK CHILDREN'S HEALTH CARE SYSTEM 801 7TH AVE FORT WORTH, TEXAS 76104 / � ( 1 � � PROPOSEDCONCRETE PERMANENTTRENCH REPAIR PROPOSED 11" CONCRETE PAVEMENT REPAIR UTILIZING TxDOT DETAILS CURB RAMP EXHIBIT C - PAVING IMPROVEMENTS CCMC EAST 8TH DEVELOPMENT � �uwo►wA v 550 Bailey Avenue • Suite 400 • Fort Worth, Texas 76107 Tel: 817.335.1 121 (TX REG. F-1114) FORT WORTH, TX CPN 106002 (SHEET 3 OF 5) DATE: JULY 2025 I � / � � ///////. ��, ��— � a W. TERREL AVENUE O O (PRIVATE ROAD) � � �� f� � 1 � u � � � (( _. �s � ' �� _ -.,i � ^ —�� Y . , � � � � � i. � , - :�/'/,�� ,� �� ,/ I - � , � o ' a � s+ � �. / • / �� n � � e� ' e � �� � i � I Ia •°r l i � I ° �• � I ' ' � I I �. I I 4 I •d �I / I •� � I O� I � �� G• � I � �� � I � Q i I � ' •'3 , ° / I I I �d / � ' p` � I � �� I•�J � I _.7 =` I � � Z c� iiiiiiiiiii i� — 1 ���� � ��-:---- � - Q = `T = oW � � � � � c�.� �' \� � � � /r— — i� I m ------�— I a i ' I � I , �� 1 i MATCH LINESHEETS PROPOSED CONCRETE SIDEWALK PROPOSED CONCRETE PERMANENTTRENCH REPAIR PROPOSED ASPHALT PERMANENTTRENCH REPAIR ENGINEER: DUNAWAY ASSOCIATES 550 BAILEY AVE STE. 400 FORT WORTH, TEXAS 76104 OWNER/DEVELOPER: COOK CHILDREN'S HEALTH CARE SYSTEM 801 7TH AVE FORT WORTH, TEXAS 76104 /A\ 0 80 160 � � � � GRAPHIC SCALE IN FEET PAVING LEGEND ° •� � a •� a. . • PROPOSED CONCRETE • . . � ' � i�` / 1 CURB RAMP \ � EXHIBIT C - PAVING IMPROVEMENTS CCMC EAST 8TH DEVELOPMENT � �uwo►wA v 550 Bailey Avenue • Suite 400 • Fort Worth, Texas 76107 Tel: 817.335.1 121 (TX REG. F-1114) FORT WORTH, TX CPN 106002 (SHEET 4 OF 5) DATE: JULY 2025 PAVING LEGEND � �a ` � ° � ' °a PROPOSED CONCRETE . � , .� g PAVEMENT a PROPOSED CONCRETE SIDEWALK PROPOSED CONCRETE PERMANENT TRENCH REPAIR PROPOSED ASPHALT PERMANENT TRENCH REPAIR �� ( � CURB RAMP \_� ENGINEER: DUNAWAY ASSOCIATES 550 BAILEY AVE STE. 400 FORT WORTH, TEXAS 76104 � � C�i�. . .� ' ��, OWNER�DEVELOPER: ����������� COOK CHILDREN'S HEALTH CARE SYSTEM 801 7TH AVE FORT WORTH, TEXAS 76104 MATCH LI N E SH EET 4 v p ---- I i � .� �---- � p / � � � � _ � �� � — ' ������, � � �� �— �� o � I � _ �� � �� I I Z .mQ � � � � ��� / ���� ������ � � , �� > ,QC vC ��,������ I I I> � � � � I I � IQ � � I— — -- • 2 a F J � ��� � � It~O a C �2 �� T ��GA� (i U') j �\� ---� W. PUL�SR STREET &� a � — — (51a.� WIDTH R�� _ — �F I A51'hiAL I I'� � '� ' � � � 1 _ � � �� � d �� � EXHIBIT C - PAVING IMPROVEMENTS � �uwo►wa y 550 Bailey Avenue • Suite 400 • Fort Worth, Texas 76107 Tel: 817.335.1121 (TX REG. F-1114) CCMC EAST 8TH DEVELOPMENT FORT WORTH, TX CPN 106002 7� /�\ , :. ., . . . GRAPHIC SCALE IN FEET (SHEET 5 OF 5) DATE: JULY 2025 � . LI - �- ��— � � �.�� --��-1� �J � � �_ lm� 2f -t TFf -. COOP�R STREET � ATE ROAD)( I (: TE PAVEME�IT � � � / ,� I . � i d � `� PROPOSED 36" � r STORM DRAIN 3 ° z I �� � � �~ PROPOSED 21 " PROPOSED J� � _ � JUNCTION — z � �' STORM DRAIN � BOX (T1P) i> � a � � J �l` _ � Q a � _ -� PROPOSED 21 " � m Q STORM DRAIN Q O � I � 1 V n PROPOSED 24" �` i STORM DRAIN � � ,I � � � I y I �, ' I 1N. ERRELL AVENUE � _ � ( RIVATE ROAD) � � I _ � . � i� iiii�i� ���, � i r LOT 1R � UTHLAND SUBDIVISION OF BLOCK 10 yIELDS WELCH ADDITION �C.D. N0. D21 9 2 81 785 � P.R.T.C.T. 0 BLOCK 9 JENNINGS & COOPER SUBDIVISION VOLUME 63, PAGE 106 P.R.T.C.T. /�\ � :� .� - - - GRAPHIC SCALE IN FEET STORM DRAIN LEGEND 1 lo II I . MATCH LINE SHEET 2 ENGINEER: DUNAWAY ASSOCIATES 550 BAILEY AVE STE. 400 FORT WORTH, TEXAS 76104 OWNER/DEVELOPER: COOK CHILDREN'S HEALTH CARE SYSTEM 801 7TH AVE FORT WORTH, TEXAS 76104 � �uwo►wA v 550 Bailey Avenue • Suite 400 • Fort Worth, Texas 76107 Tel: 817.335.1 121 (TX REG. F-1114) PROPERTYBOUNDARY _ _ _ EXISTING STORM DRAIN ■ PROPOSED STORM DRAIN PROPOSED JUNCTION BOX EXISTING CURB INLET EXHIBIT D - STORM DRAIN IMPROVEMENTS CCMC EAST 8TH DEVELOPMENT FORT WORTH, TX CPN 106002 (SHEET 1 OF 4) DATE: JULY 2025 MATCH LINE SHEET 1 , L �� � � � � � � � � , _ � ��� - ��� � � ; � I 0 ~ LOT 1R � Z w��; � SOUTHLAND SUBDIVISION OF i � _ � BLOCK 10 � z(9 � i FIELDS WELCH ADDITION / I w� Q � C.C.D. N0. D219281785 j i � � i P.R.T.C.T. / Q i � 2 pJ i % Q i i � � �$_;, i � Q � �� %� � � PROPOSED 36" � > � STORM DRAIN v r - ` ,,,,,,,, � � , � � � �lr n - - , ���� (5�� WIDTH RIGHT—OF—WAY) f�E _ =Q i Y PROPOSED " JUNCTION J� � W BOX (TYP) 0 o c� zaa�a � O ~ ��NI�I��IIIII��I m3wa � � I N�� � J Z �+1 �j Q li J � I I N I I I I I I I I m I � /�\ . :, ., � � � GRAPHIC SCALE IN FEET � a � � -------- —�—e —s —e — I - - - - PROPOSED JUNCTION BOX � � � �� � ���, ��� � � , ��� ����r�r�/, � � STORM DRAIN LEGEND \ � � PROPERTYBOUNDARY �� _ _ _ _ _ _ _ _ _ _ _ EXISTING STORM DRAIN — PROPOSED STORM DRAIN � / �� � PROPOSED JUNCTION BOX EXISTING CURB INLET � � MATCH LINESHEET3 ENGINEER: DUNAWAY ASSOCIATES 550 BAILEY AVE STE. 400 FORT WORTH, TEXAS 76104 OWNER/DEVELOPER: COOK CHILDREN'S HEALTH CARE SYSTEM 801 7TH AVE FORT WORTH, TEXAS 76104 � �uwo►wA v 550 Bailey Avenue • Suite 400 • Fort Worth, Texas 76107 Tel: 817.335.1 121 (TX REG. F-1114) EXHIBIT D - STORM DRAIN IMPROVEMENTS CCMC EAST 8TH DEVELOPMENT FORT WORTH, TX CPN 106002 (SHEET 2 OF 4) DATE: JULY 2025 MATCH LINESHEET2 � � � � �, �� � � PROPOSED JUNCTION BOX ��Ut�SKI�T�E i WID RIGHT—OF—WAY PROPOSED 36" STORM ORAIN a� I PROPOSED 36" �I �, STORM DRAIN PROPOSED - JUNCTION BOX/ _ �l PROPOSED 48" STORM DRAIN � �� EXISTING 72" STORM DRAIN (902-48-305) ��Y�h' F4V�1VCt��1 i i i �" ���� � � i ' � ; ; EXISTING 24" � � STORM DRA/N � / I �; (902-48-305) i� � r ' , � � ��������������������. W. ROSEDALE ST (VARIABLE WIDTH OF-WAY) CONCRETE ENT — — — /� , --------- � 3 /� i �—�� � o z w ����� � ZW ] EXISTING 21 " j � � STORM DRAIN � Q � ,�, (902-48-305) � � w� \ � U W Z a� � . Q �\ � / \ � :� .� � � � GRAPHIC SCALE IN FEET STORM DRAIN LEGEND PROPERTYBOUNDARY EXISTING STORM DRAIN �I ENGINEER: DUNAWAY ASSOCIATES 550 BAILEY AVE STE. 400 FORT WORTH, TEXAS 76104 OWNER/DEVELOPER: COOK CHILDREN'S HEALTH CARE SYSTEM 801 7TH AVE FORT WORTH, TEXAS 76104 � �uwo►wA v 550 Bailey Avenue • Suite 400 • Fort Worth, Texas 76107 Tel: 817.335.1 121 (TX REG. F-1114) PROPOSED STORM DRAIN PROPOSED JUNCTION BOX EXISTING CURB INLET EXHIBIT D - STORM DRAIN IMPROVEMENTS CCMC EAST 8TH DEVELOPMENT FORT WORTH, TX CPN 106002 (SHEET 3 OF 4) DATE: JULY 2025 MATCH LINE THIS SHEET � ��� � �� �,,,,,,,, , - � �. _� �� I �l � �; � ,g, . � �., �� � o� =� � s — ��--� -��o- � , � � � � � ��x � e ,� — ' ' 1 II 1 f� T � � I � � '�o� � � "�� ° --- �- -�� ��- -�J� — — — — — — — �It1-T�RR€L� E l� � � — I � ��� � ��� �� (� _ _ (PRIVATE R )-- J �--� ��� ���, � —'` '- i ���� �/ i)ii/ / � � /, � PROPOSED 36" � � PROPOSED STORM DRAIN '`� �a JUNCTION ��` , �.% BOX � � � � ° � � PROPOSED ,1 F! 'r' I �; 5'X3' RCB � i� w � � � , � I MATCH LINE THIS SHEET ��'/=9�� ����� � ; a� � PROPOSED JUNCTION BOX % � , , , � � � � , -� PROPOSED 21 " STORM DRAIN �; % PROPOSED 21" � PROPOSED JUNCTION BOX STORM DRAIN I i � � � I � o�� " " (5�' RIGHT—O�—WA�i_ ' � � � `V �ASPH LT PAVEMENT �� -- -- -- -- --��.-- -- �- -\� ,�.£ uN a � � __ __ � � �r � �11 �� � j I PROPOSED 24" STORM DRAIN — PROPOSED JUNCTION BOX� � � � I IIII /\ 0 80 160 � � � � � � GRAPHIC SCALE IN FEET STORM DRAIN LEGEND PROPERTYBOUNDARY EXISTING STORM DRAIN �I ENGINEER: DUNAWAY ASSOCIATES 550 BAILEY AVE STE. 400 FORT WORTH, TEXAS 76104 OWNER/DEVELOPER: COOK CHILDREN'S HEALTH CARE SYSTEM 801 7TH AVE FORT WORTH, TEXAS 76104 � �uwo►wA v 550 Bailey Avenue • Suite 400 • Fort Worth, Texas 76107 Tel: 817.335.1 121 (TX REG. F-1114) PROPOSED STORM DRAIN PROPOSED JUNCTION BOX EXISTING CURB INLET EXHIBIT D - STORM DRAIN IMPROVEMENTS CCMC EAST 8TH DEVELOPMENT FORT WORTH, TX CPN 106002 (SHEET 4 OF 4) DATE: JULY 2025 r 0 wF F O J a STREET LIGHTS & SIGNS LEGEND U �� � PROPOSED SIGN �� PROPOSED TRAFFIC SIGNAL � ,r LUMINAIRE PROPOSED TYPE 18 STREETLIGHT �� \� �� a — — 0 60 120 I � � � GRAPHIC SCALE IN FEET ENGINEER: DUNAWAY ASSOCIATES 550 BAILEY AVE STE. 400 FORT WORTH, TEXAS 76104 OWNER/DEVELOPER: COOK CHILDREN'S HEALTH CARE SYSTEM 8017TH AVE FORT WORTH, TEXAS 76104 PROPOSED TRAFFIC SIGNAL LUMINAIRE , PROPOSED SIGNS .. � Q � � I `` ~ 0 z w H� � _�I � Z �> -1 w � Q — � a �� � � _ � J -t - � 3 = W � J Q PROPOSED SIGNS Q � Q > .. '� PROPOSED — TRAFFIC SIGNAL LUMINAIRE � �uwo►wa y 550 Bailey Avenue • Suite 400 • Fort Worth, Texas 76107 Tel: 817.335.1121 (TX REG, F-1114) � � �� i L � a � d g � � � ( COOP�R STREET (PRIVqTE ROAD) CONCRET� PAVEMENT '� I � � - . P� � � � ' � PROPOSED SIGN � PROPOSED � TYPE 18 � cra��TLIGHr 'OSED SIGN PROPOSED TRAFFIC SIGNAL LUMINAIRE � vv. � �RREL AVENUE • / (PRIVATE ROAD) � _ � \ � /�//////� II ! EXHIBIT E - STREET LIGHTS & SIGN IMPROVEMENTS CCMC EAST 8TH DEVELOPMENT FORT WORTH, TX CPN 106002 (SHEET 1 OF 1) DATE: JULY 2025 � � / � „r� I � ' � �� 1 6 I � LOT 1R, BLOCK 5 � 20R� BLOCK 8 �`'' � `'' � � � � GRAND VIEW ADDITION � � EDWARDS HEIRS ADDITION � ' VOLUME 368-146, PAGE 45 i P.R.T.C.T. � 1 ' ' ' ' ' � \ � � �� �� � � � .� � � � � � I COOPER STREET — � (PRIVATE ROAD) CONCRETE PAVEMENT 0 0 ' u u�� u i � � � 11111 � �. PROPOSED SIGNAL f� �PROPOSED PULL BOX (TYP.) POLE (rYP.) � � #� DISSEL TRACTS ADDITION LOT B MATCH # ",� I O~ #�I Z LJ � � J � W � � Q 1 � � a � � = J � Q 00 = � � a � � �I T � � LINESHEET2 LOT 30—R, BLOCK 9 GRANDVIEW ADDITION VOLUME 388-204, PAGE 8 P.R.T.C.T. /�\ 0 50 100 I I I � � � GRAPHIC SCALE IN FEET TRAFFIC SIGNAL LEGEND ENGINEER: DUNAWAY ASSOCIATES 550 BAILEY AVE STE. 400 FORT WORTH, TEXAS 76104 OWNER/DEVELOPER: COOK CHILDREN'S HEALTH CARE SYSTEM 801 7TH AVE FORT WORTH, TEXAS 76104 � DUNAWA Y 550 Bailey Avenue • Suite 400 • Fort Worth, Texas 76107 Tel: 817.335.1121 (TX REG. F-1114) �� � I � RIGHT OF WAY PROPOSED SIGNAL POLE AND MAST PROPOSED PULL BOX PROPOSED CONTROLLER CABINET EXHIBIT F - TRAFFIC SIGNAL IMPROVEMENTS CCMC EAST 8TH DEVELOPMENT FORT WORTH, TX CPN 106002 (SHEET 1 OF 2) DATE: JULY 2025 MATCH LINE SHEET 1 # DISSEL TRACTS ADDITION PROPOSED LOT B PROPOSED SIGNAL POLE (TYP.) y � CONTROLLER CAB/NET I� � _ o I e PROPOSED PULL BOX 111111111 -°� -I� -- � � - � � I I � W.TERRELLAVENUE " � / I (PRIVATE ROAD) � � I � I I _ o�# _ # \ / # � /�\ � � � � � �� �,,,,,J�,,,,,, � J� � �- , � .�� j , �`/ , w �/ � I � j �- . � � I �� � � � � � ' � ' a � ,1� P� � _ � � � �Z � � / o � G� u � ^' 2 W � _ � Z > p � u�Qji / % _� ' ,. / �~~ � / � o H � J � m _ �' � Q / �' � � � � (TYP.) - �� � �a \ \ �, __J 0 50 100 � � I - _ _ GRAPHIC SCALE IN FEET TRAFFIC SIGNAL LEGEND ENGINEER: DUNAWAY ASSOCIATES 550 BAILEY AVE STE. 400 FORT WORTH, TEXAS 76104 OWNER/DEVELOPER: COOK CHILDREN'S HEALTH CARE SYSTEM 801 7TH AVE FORT WORTH, TEXAS 76104 � DUNAWA Y 550 Bailey Avenue • Suite 400 • Fort Worth, Texas 76107 Tel: 817.335.1121 (TX REG. F-1114) �� � I � RIGHT OF WAY PROPOSED SIGNAL POLE AND MAST PROPOSED PULL BOX PROPOSED CONTROLLER CABINET EXHIBIT F - TRAFFIC SIGNAL IMPROVEMENTS CCMC EAST 8TH DEVELOPMENT FORT WORTH, TX CPN 106002 (SHEET 2 OF 2) DATE: JULY 2025 00 42 43 DAP - BID PROPOSAL Page 7 of 7 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM ��l�l�i�:7[ = �, Project Item Information Bidlist Item No. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 Bidder's Application Description Specification Unit of Bid Section No. Measure Quantity UNIT I: WATER 1�7PROVEMENTS 0241.0100 Remove Sidewalk 02 41 13 SF 449 0241.1012 Remove 6" Water Line 02 41 14 LF 81 0241.1013 Remove 8" Water Line 02 41 14 LF 493 0241.1015 Remove 12" Water Line 02 41 14 LF 923 0241.1000 Remove Conc Pvmt 02 41 15 SY 219 0241.1100 Remove Asphalt Pvmt 02 41 15 SY 547 0241.1118 4"-12" Pressure Pluq 02 41 14 EA 9 0241.1106 16" Pressure Pluq 02 41 14 EA 1 0241.1218 4"-12" Water Abandonment Pluq 02 41 14 EA 3 0241.1300 Remove Conc �urb&Gutter 02 41 15 LF 313 0241.1302 Remove 6" Water Valve 02 41 14 EA 5 0241.1303 Remove 8" Water Valve 02 41 14 EA 5 0241.1305 Remove 12" Water Valve 02 41 14 EA 6 0241.1510 Salvaqe Fire Hydrant 02 41 14 EA 4 0241.1602 Remove Concrete Water Vault 02 41 14 EA 2 3201.0127 10' W ide Asphalt Pvmt Repair, Arterial 32 01 17 LF 82 3213.0301 4" Conc Sidewalk 32 13 20 SF 86 3216.0101 6" Conc Curb and Gutter 32 16 13 LF 24 3305.0005 12" Water Line Lowerinq 33 05 12 EA 1 3305.0109 Trench Safetv 33 05 10 LF 669 3311.0001 Ductile Iron Water Fittinqs w/ Restraint 33 11 11 TON 5.3 3311.0041 4" Water Pipe 3311.0141 6" Water Pipe 3311.0241 8" Water Pipe 3311.0341 12" Water Pipe 3311.0447 12" Water Pipe, CLSM Backfill 3311.0541 16" Water Pipe 3311.0557 16" DIP Water, CLSM Backfill 3312.0001 Fire Hydrant 3312.0117 Connection to Existinq 4"-12" Water Main 3312.2203 2" Water Service 3312.2802 4" Water Meter and Vault 3312.2803 6" Water Meter and Vault 3312.2804 8" Water Meter and Vault 3312.3002 6" Gate Valve 3312.3003 8" Gate Valve 3312.3005 12" Gate Valve 3312.3006 16" Gate Valve w/ Vault 3312.4106 12" x 6" Tappinq Sleeve & Valve 9999.0005 Kill Existinq Water Services 33 11 10, 33 11 12 LF 30 33 11 10, 33 11 12 LF 138 33 11 10, 33 11 12 LF 110 33 11 10, 33 11 12 LF 292 33 11 10, 33 11 12 LF 7 33 11 10, 33 11 12 LF 80 33 11 10 LF 12 33 12 40 EA 5 33 12 25 EA 14 33 12 10 EA 5 33 12 11 EA 1 33 12 11 EA 3 33 12 11 EA 1 33 12 20 EA 3 33 12 20 EA 4 33 12 20 EA 5 33 12 20 EA 1 33 12 25 EA 1 00 00 00 EA 24 TOT.aL UNIT I: WATER IMPROJEMENTS Bidder's Proposal Unit Price I Bid Value $10.00 $35.00 $35.00 $80.00 $35.00 $30.00 $1,000.00 $2,500.00 $1,000.00 $20.00 $500.00 $500.00 $500.00 $750.00 $2,500.00 $200.00 $20.00 $40.00 $32,500.00 $1.00 $3,000.00 $200.00 $225.00 $250.00 $395.00 $785.00 $595.00 $1,650.00 $7,750.00 $5,095.00 $10,500.00 $38,000.00 $47,500.00 $52,500.00 $2,250.00 $3,000.00 $5,500.00 $47,500.00 $6,250.00 $2,500.00 $4,490.00 � $2,835.001 $17,255.00 � $73,840.00 � $7,665.00 � $16,410.00 � $9,000.00 � $2, 500.00 � $3,000.00 � $6,260.00 � $2, 500.00 � $2,500.001 $3,000.00 � $3,000.001 $5,000.00 � $16,400.00 � $1,720.00 � $960.00 � $32,500.00 � $669.00 � $15,900.00 � $6,000.001 $31,050.00 � $27,500.001 $115,340.00� $5,495.00 � $47,600.00 � $19,800.00 � $38,750.00 � $71,330.00 � $52,500.00 � $38,000.00 � $142,500.00� $52,500.00 � $6,750.00 � $12,000.00 � $27,500.00 � $47,500.00 � $6,250.00 � $60,000.00 $1,035,769.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS East 8th Development Form Version May 22, 2019 City Prr�ect No. /06002 00 42 43 DAP - BID PROPOSAL Page 2 of 7 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM ���l�l�i�:7[ = �, Project Item Information Bidder's Application Bidlist Description Specification Unit of Bid Item No. Section No. Measure Quantity UNIT II: SANITARY SE ER IMPROVEIIENTS 1 0241.1000 Remove Conc Pvmt 02 41 15 SY 621 2 0241.1100 Remove Asphalt Pvmt 02 41 15 SY 418 3 0241.2012 Remove 6" Sewer Line 02 41 14 LF 276 4 0241.2013 Remove 8" Sewer Line 02 41 14 LF 355 5 0241.2015 Remove 12" Sewer Line 02 41 15 LF 224 6 0241.2201 Remove 4' Sewer Manhole 02 41 14 EA 8 7 3201.0127 10' W ide Asphalt Pvmt Repair, Arterial 32 01 17 LF 346 3201.0202 Asphalt Pvmt Repair Beyond Defined Width, 8 Arterial 32 01 17 SY 50 9 3201.0616 Conc Pvmt Repair, Arterial/Industrial 32 01 29 SY 621 10 3301.0002 Post-CCTV Inspection 33 01 31 LF 1354 11 3301.0101 Manhole Vacuum Testing 33 01 30 EA 14 12 3305.0109 Trench Safety 33 05 10 LF 1354 13 3305.0112 Concrete Collar 33 05 17 EA 6 14 3305.0113 Trench Water Stops 33 05 15 EA 9 15 3331.4112 6" DIP Sewer Pipe 33 11 10 LF 32 33 11 10, 33 31 12, 16 3331.4208 12" Sewer Pipe 33 31 20 �F 1001 17 3331.4212 12" DIP Sewer 33 11 10 LF 184 19 3331.5746 6" DIP Sewer Pipe, CLSM Backfill 33 11 10 LF 61 33 11 10, 33 31 12, 20 3331.5751 12" Sewer Pipe, CLSM Backfill 33 31 20 �F 57 21 3331.5752 12" DIP Sewer Pipe, CLSM Backfill 33 11 10 LF 56 22 3339.0001 Epoxy Manhole Liner 33 39 60 VF 268 23 3339.1001 4' Manhole 33 39 10, 33 39 20 EA 11 24 3339.1002 4' Drop Manhole 33 39 10, 33 39 20 EA 3 TOTAL UNIT II: S`ANITARY SEWER IMPROJEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 Bidder's Proposal Unit Price I Bid Value $35.00 $21,735.00 $30.00 $12,540.00 $50.00 $13,800.00 $50.00 $17,750.00 $55.00 $12,320.00 $1,250.00 $10,000.00 $200.00 $69,200.00 $175.00 $8,750.00 $185.00 $114,885.00 $5.00 $6,770.00 $250.00 $3,500.00 $5.00 $6,770.00 $1,000.00 $6,000.00 $3,500.00 $31,500.00 $450.00 $14,400.00 $400.00 $400,400.00 $600.00 $110,400.00 $550.00 $33,550.00 $450.00 $25,650.00 $725.00 $40,600.00 $550.00 $147,400.00 $12,500.00 $137,500.00 $15,000.00 $45,000.00 $1,290,420.00 East 8th Development City Prr�ect No. /06002 00 42 43 DAP - BID PROPOSAL Page 3 of 7 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM ���l�l�i�:7[ = �, Project Item Information Bidlist Description Specification Unit of Item No. Section No. Measure UNIT III: DRAINAG IMPROVEMEN �S 1 0241.1000 Remove Conc Pvmt 02 41 15 SY 2 0241.1100 Remove Asphalt Pvmt 02 41 15 SY 3 0241.1300 Remove Conc Curb&Gutter 02 41 15 LF 4 0241.3015 Remove 24" Storm Line 02 41 14 LF 5 3201.0127 10' W ide Asphalt Pvmt Repair, Arterial 32 01 17 LF 3201.0202 Asphalt Pvmt Repair Beyond Defined Width, 32 01 29 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 Bidder's Application Bidder's Proposal Bid Unit Price Bid Value Quantity 1186 $35.00 $41,510.00 1754 $30.00 $52,620.00 418 $20.00 $8,360.00 323 $65.00 $20,995.00 1010 $200.00 $202,000.00 Arterial SY 274 3201.0616 Conc Pvmt Repair, Arterial/Industrial 32 01 29 SY 1180 3213.0103 8" Conc Pvmt 32 13 13 SY 3 3216.0101 6" Conc Curb and Gutter 32 16 13 LF 389 3305.0109 Trench Safety 33 05 10 LF 2305 3341.0201 21" RCP, Class III 33 41 10 LF 160 3341.0205 24" RCP, Class III 33 41 10 LF 467 3341.0309 36" RCP, Class III 33 41 10 LF 1460 3341.0409 48" RCP, Class III 33 41 10 LF 135 3349.0001 4' Storm Junction Box 33 49 10 EA 13 3349.0003 6' Storm Junction Box 33 49 10 EA 2 3349.5001 10' Curb Inlet 33 49 20 EA 1 9999.0006 5'x3' RCB 00 00 00 LF 83 9999.0011 Remove 5'x3' RCB 00 00 00 LF 83 9999.0012 Remove 8'x4' Junction Box 00 00 00 EA 1 TOTAL U VIT III: DRAINAGE IMPROJEMENTS $175.00 $185.00 $750.00 $40.00 $5.00 $250.00 $275.00 $325.00 $400.00 $12,500.00 $13,500.00 $10,000.00 $675.00 $125.00 $3,000.00 $47,950.00 $218,300.00 $2,250.00 $15, 560.00 $11, 525.00 $40,000.00 $128,425.00 $474,500.00 $54,000.00 $162,500.00 $27,000.00 $10,000.00 $56,025.00 $10, 375.00 $3,000.00 $1,586,895.00 � CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS East 8th Development Form Version May 22, 2019 City Prr�ect No. /06002 00 42 43 DAP - BID PROPOSAL Page 4 of 7 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM ��l�l�i�:7[ = �, Project Item Information Bidlist Description Specification Item No. Section No. UNIT IV: PAVING MPROVEMENT � 1 0241.0100 Remove Sidewalk 02 41 13 2 0241.0300 Remove ADA Ramp 02 41 13 3 0241.0401 Remove Concrete Drive 02 41 13 4 0241.1000 Remove Conc Pvmt 02 41 15 5 0241.1100 Remove Asphalt Pvmt 02 41 15 6 0241.1300 Remove Conc Curb&Gutter 02 41 15 7 3110.0103 12"-18" Tree Removal 31 10 00 8 3125.0101 SW PPP >_ 1 acre 31 25 00 3201.0202 Asphalt Pvmt Repair Beyond Defined Width, 32 01 29 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 Arterial 3211.0502 8" Lime Treatment 3212.0301 2" Asphalt Pvmt Type D(DG-D) 3213.0103 8" Conc Pvmt 3213.0106 11" Conc Pvmt 3213.0301 4" Conc Sidewalk 3213.0401 6" Concrete Driveway 3213.0501 Barrier Free Ramp, Type R-1 3213.0505 Barrier Free Ramp, Type M-3 3216.0101 6" Conc Curb and Gutter 3216.0301 7" Conc Valle� Gutter, Residential 3217.0101 6" SLD Pvmt Markinq HAS (W) 3217.0102 6" SLD Pvmt Markinq HAS Y� 3217.0103 6" BRK Pvmt Markinq HAS �W) 3217.0201 8" SLD Pvmt Markinq HAS �W) 3217.0202 8" SLD Pvmt Markinq HAS Y) 3217.0501 24" SLD Pvmt Markinq HAE (W) 3217.0502 Preformed Thermoplastic Contrast Markings - 32 11 29 32 12 16 32 13 13 32 13 13 32 13 20 32 13 20 32 13 20 32 13 20 32 16 13 32 16 13 32 17 23 32 17 23 32 17 23 32 17 23 32 17 23 32 17 23 Bidder's Application Unit of Bid Measure Quantity SF EA SF SY SY LF EA LS SY SY SY SY SY SF SF EA EA LF SY LF LF LF LF LF LF 7242 5 2244 2207 2189 1976 13 1 95 5993 2285 842 2721 6746 1307 2 1 1630 73 150 1796 1408 454 76 208 24" Crosswalk 32 17 23 LF 690 3217.1002 Lane Leqend Arrow 32 17 23 EA 7 3217.1004 Lane Leqend Only 32 17 23 EA 5 3217.2103 REFL Raised Marker TY II-A-A 32 17 23 EA 25 3217.4306 Remove 24" Pvmt Markinq 32 17 23 LF 30 3291.0100 Topsoil 32 91 19 CY 321 3292.0100 Block Sod Placement 32 92 13 SY 962 3293.0103 Plant 3" Tree 32 93 43 EA 24 3293.0104 Plant 4" Tree 32 93 43 EA 2 3441.4006 Install Alum Sia� Ground Mount 34 41 30 EA 6 3441.4108 Remove Siqn Panel and Post 34 41 30 EA 5 3441.4110 Remove and Reinstall Siqn Panel and Post 34 41 30 EA 11 3471.0001 Traffic Control 34 71 13 MO 12 9999.0001 REFL Raised Marker TY I-C 4" 00 00 00 EA 51 9999.0002 Tree Protection 00 00 00 EA 2 9999.0003 Barrier Free Ramp, Modified Type U-1 00 00 00 EA 4 9999.0004 10" Asphalt Pvmt Tvpe B 00 00 00 SY 2430 9999.0007 11" Conc Pvmt Repair (TxDOT Section) 00 00 00 SY 1012 TOTAL UNIT IV: PAVING IMPROVEMENTS Bidder's Proposal Unit Price I Bid Value $3.65 $1,200.00 $8.00 $72.00 $54.00 $20.00 $2,200.00 $15,444.43 $393.00 $22.13 $33.15 $124.00 $110.00 $8.00 $12.00 $4,800.00 $3,800.00 $28.00 $180.00 $2.27 $2.27 $2.27 $3.03 $3.03 $15.44 $22.50 $265.44 $484.49 $7.38 $4.95 $59.61 $8.76 $916.84 $8,541.17 $480.00 $85.00 $285.00 $8,750.00 $7.38 $900.00 $3,800.00 $129.55 $125.00 $26,433.30 � $6,000.00 I $17,952.00 � $158,904.00I $118,206.00� $39,520.00 � $28,600.00 � $15,444.43 � $37,335.00 $132,625.09 � $75,747.75 � $104,408.00 � $299,310.00� $53,968.00 � $15,684.00 � $9,600.00 � $3,800.00 � $45,640.00 � $13,140.00� $340.50 � $4,076.92 � $3,196.16� $1, 375.62 � $230.281 $3,211.52� $15,525.00 $1,858.08 � $2,422.45 � $184.50 � $148.50 � $19,134.81 � $8,427.12 � $22,004.16 � $17,082.34� $2,880.00 � $425.00 � $3,135.00 � $105,000.00� $376.38 � $1,800.001 $15,200.00� $314,806.50� $126,500.00 $1,871,658.41 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS East 8th Development Form Version May 22, 2019 City Prr�ect No. /06002 00 42 43 DAP - BID PROPOSAL Page 5 of 7 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM ��l�l�i�:7[ = �, Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Unit of Bid Unit Price Bid Value Item No. Section No. Measure Quantity UNIT V: STREET LIGHTING IMPROVEMENTS 1 3441.3501 Salvage Street Light Pole 34 41 20 EA 3 $2,509.00 $7,527.00 2 3441.3502 Relocate Street Liqht Pole 34 41 20 EA 1 $1,140.00 $1,140.00 � TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS $8,667.00� CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 East 8th Development City Prr�ect No. /06002 00 42 43 DAP - BID PROPOSAL Page 6 of 7 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM ��l�l�i�:7[ = �, Project Item Information Bidlist Description Specification Unit of Item No. Section No. Measure � UNIT VI: TRAFFIC SIG JAL IMPROVEII�ENTS � 1 2605.3015 2" CONDT PVC SCH 80 (T) 26 05 33 LF � 2 2605.3016 2" CONDT PVC SCH 80 (B) 26 05 33 LF � 3 2605.3033 4" CONDT PVC SCH 80 (T) 26 05 33 LF � 4 2605.3034 4" CONDT PVC SCH 80 (B) 26 05 33 LF � 5 3441.1001 Furnish/Install 3-Sect Siqnal Head Assembly 34 41 10 EA � 6 3441.1002 Furnish/Install 4-Sect Siqnal Head Assembly 34 41 10 EA � 7 3441.1003 Furnish/Install 5-Sect Siqnal Head Assembly 34 41 10 EA � 8 3441.1004 Relocate Siqnal Head Assembly 34 41 10 EA � 9 3441.1012 Furnish/Install Ped Si_ nal Head Assembl� 34 41 10 EA 3441.1031 Furnish/Install Audible�edestrian Pushbutton 34 41 10 EA 10 Station � 11 3441.1029 Furnish/Install BBU System EXT Mounted 34 41 10 EA � 12 3441.1215 Furnish/Install Hybrid Detection Device 34 41 10 APR 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 3441.1220 Furnish/Install Model 711 Preemption Detector 3441.1224 Furnish/Install Preemption Cable 3441.1250 Furnish/Install PTZ Camera 3441.1255 Furnish/Install Communication Modem 3441.1260 Furnish/Install CAT5E Ethernet Cable 3441.1315 20/C 14 AWG Multi-Conductor Cable 3441.1312 7/C 14 AWG Multi-Conductor Cable 3441.1311 5/C 14 AWG Multi-Conductor Cable 3441.1322 3/C 14 AWG Multi-Conductor Cable 3441.1408 NO 6 Insulated Elec Condr 3441.1410 NO 10 Insulated Elec Condr 3441.1414 NO 8 Bare Elec Condr 3441.1502 Furnish/Install Ground Box Type B, w/Apron 3441.1503 Furnish/Install Ground Box Type D, w/Apron 3441.1506 Furnish/Install Ground Box Type D 3441.1507 Remove Ground Box 3441.1603 Furnish/Install 10' - 20' Ped Pole Assembly 3441.1611 Furnish/Install Type 41 Siqnal Pole 3441.1613 Furnish/Install Type 43 Siqnal Pole 3441.1623 Furnish/Install Mast Arm 16 - 36' 3441.1624 Furnish/Install Mast Arm 40 - 48' 3441.1701 TY 1 Siqnal Foundation 3441.1703 TY 3 Siqnal Foundation 3441.1704 TY 4 Siqnal Foundation 3441.1715 Siqnal Cabinet Foundation - 352i & BBU 3441.1725 Furnish/Install ATC Sipnal Controller 34 41 10 34 41 10 34 41 10 34 41 10 34 41 10 34 41 10 3441 10 3441 10 3441 10 34 41 10 34 41 10 34 41 10 35 41 10 36 41 10 37 41 10 34 41 13 34 41 10 34 41 10 34 41 10 34 41 10 34 41 10 34 41 10 34 41 10 34 41 10 34 41 10 34 41 10 EA I34 41 10 39 3441.1741 Furnish/Install 352i Controller Cabinet Assembly � 40 3441.2001 Dispose/Salavqe Traffic Siqnal 34 41 13 � 41 3441.2005 Remove Pedestal Pole � 42 3441.2204 Remove Siqnal Mast Arm 34 41 20 3441.3051 Furnish/Install LED Lighting Fixture (137 watt 34 41 20 43 ATB2 Cobra Head) 44 3441.3302 Rdwy Illum Foundation TY 3 34 41 20 45 3441.3411 Reconnect Conductor 34 41 20 LF EA EA LF LF LF LF LF LF LF LF EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA Bidder's Application Bid Quantity 475 505 540 515 12 2 1 4 8 Bidder's Proposal Unit Price I Bid Value $28.00 $48.00 $33.00 $54.00 $1,950.00 $2,509.00 $2,964.00 $800.00 $846.00 8 $1,881.00 1 $11,741.00 4 $13,993.00 4 1045 1 2 1430 770 190 1155 1185 80 3675 325 2 6 2 5 3 4 1 3 2 11 4 1 1 1 $2,902.00 $3.00 $7,763.00 $3,669.00 $3.00 $9.50 $4.10 $3.30 $2.70 $3.35 $1.75 $2.90 $1,730.00 $2,788.00 $2,120.00 $578.00 $1,671.00 $16,177.00 $16,526.00 $6,508.00 $9,131.00 $1,876.00 $5,983.00 $9,132.00 $9,013.00 $8,146.00 1 1 2 1 $37, 210.00 $30,750.00 $400.00 $4,757.00 $13,300.00 � $24,240.00 � $17,820.00 � $27,810.00� $23,400.00 � $5,018.00 � $2,964.00 � $3,200.00 � $6,768.00 � $15,048.00 $11,741.00� $55,972.00� $11,608.00 $3,135.00 � $7,763.00 � $7, 338.00 � $4,290.00 � $7,315.00 � $779.00 � $3,811.50� $3,199.50 � $268.00 � $6,431.25� $942.50 � $3,460.00 � $16,728.00 � $4,240.00 � $2,890.00 � $5,013.00 � $64,708.00 � $16,526.00 � $19,524.00 � $18,262.00 � $20,636.00 � $23,932.00� $9,132.00 � $9,013.00 � $8,146.00 � $37,210.00 $30,750.00 � $800.00 � $4,757.00 � $5,060.00 $2,480.00 � $762.00 � 5 $1,012.00 1 $2,480.00 6 $127.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS East 8th Development Form Version May 22, 2019 City Prr�ect No. /06002 00 42 43 DAP - BID PROPOSAL Page 7 of 7 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Unit of Bid Unit Price Bid Value Item No. Section No. Measure Quantity 46 �3441.4001 Furnish/Install Alum Siqn Mast Arm Mount 34 41 30 EA 11 $765.00 $8,415.00 47 9999.0008 Relocate Existing Regulatory Sign 00 00 00 EA 2 $348.00 $696.00 48 9999.0009 Relocate Existing Metro Sign 00 00 00 EA 1 $676.00 $676.00 49 9999.0010 Relocate Existing Iteris Hybrid Vantage Vector 00 00 00 EA 1 $800.00 $800.00 TOTAL UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS $578,777.75 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: Linbeck Group, LLC 1263 W Rosedale St #202 Fort Worth, TX 76104 817-332-8494 Contractor aQrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. $1,035,769.00 � $1,290,420.00 � $1,586,895.00 � $1,871,658.41 � $8,667.00 � $578,777.75 $6,372,187.16 � BY: Kevin Imming TITLE: Vice Presicfei+xlSenio� � xecutive DATE: os/o4/zs 220 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 worldn� days after the date when the East 8th Development City Prr�ect No. /06002