Loading...
HomeMy WebLinkAbout064480 - Construction-Related - Contract - GBTM Sendera, LLCReceived Date: 12/17/2025 Received Time: 1:49 p.m. Developer and Project Information Cover Sheet: Developer Company Name: GBTM SENDERA, LLC Address, State, Zip Code: 5501 Headquarters Dr, Suite 300W Plano, Texas 75024 Phone & Email: 469-573-6755 � aguthrie@greenbrickpartners.com Authorized Signatory, Title: Aaron Guthrie, Authorized Signer Project Name: Brief Description: Project Location: Plat Case Number: FP-24-093 Council District: 10 CFA Number: 24-0186 Madero Phase 13 Water, Sewer, Drainage & Paving Situated in the Matthew Ashton Survey, Abstract No. 1& The Empson Thomas Survey, No. 1245 City of Fort Worth, Denton County, Texas Plat Name: Madero Phase 13 Phased or Concurrent Phased Provisions: City Project Number: ] 05694 � IPRC24-0190 QFFICIAL RECORQ CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas Standard Community Facilities Agreement Rev. 9/21 Page 1 of 18 City Contract Number: 64480 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 GBTM SENDERA, LLC ("Developer"), acting by and through its duly authorized representative. City and Developer are referred to herein individually as a"party" and collectively as the "parties." WHEREAS, Developer is constructing private improvements or subdividing land within the corporate limits of Fort Worth, Texas or its extraterritorial jurisdiction, for a project known as Madero Phase 13 ("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 ar construction costs, ar 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 cscyorForcwortn,Texas �FFICIALRECORD Pagezoris Standard Community Facilities Agreement C�TY SECRETARY Rev. 9/21 FT. WORTH, TX Agreement and to cause all contractors hired by Developer to comply with the CFA Ordinance in connection with the work performed by the contractors. If a conflict exists between the terms and conditions of this Agreement and the CFA Ordinance, the CFA Ordinance shall control. 2. Incorporation of Engineering Plans The engineering plans for the Improvements that have been approved by the City ("Engineering Plans") are incorporated into this Agreement by reference as if fully set out herein. Developer shall provide at its expense, unless otherwise agreed to by City, all engineering drawings and documents necessary to construct the Improvements required by this Agreement. 3. Description of Improvements; Exhibits and Attachments The following exhibits describe the general location, nature and extent of the Improvements that are the subject of this Agreement and are attached hereto and incorporated herein by reference: � Exhibit A: Water � Exhibit B: Sewer � Exhibit C: Paving � Exhibit D: Storm Drain ❑ Exhibit E: Street Lights & Signs ❑ Exhibit F: 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 subcontractars 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 City of Fort Worth, Texas Page 3 of 18 Standard Community Facilities Agreement Rev. 9/21 all contractors, subcontractors, and material suppliers for the Improvements ("Financial Guarantee"). Developer shall keep the Financial Guarantee in full force and effect until released by the City and shall not reduce the amount of the Financial Guarantee unless authorized by the City in accordance with the CFA Ordinance. 6. Completion Deadline; Extension Periods This Agreement shall be effective on the date this Agreement is executed by the City's Assistant City Manager ("Effective Date"). Developer shall complete construction of the Improvements and obtain the City's acceptance of the Improvements within two (2) years of the Effective Date ("Term"). If construction of the Improvements has started during the Term, the Developer may request that this Agreement be extended for an additional period of time ("Extension Period"). All Extension Periods shall be agreed to in writing by the City and the Developer as set forth in a written amendment to this Agreement. In no event shall the Term of this Agreement plus any Extension Periods be for more than three years. 7. Failure to Construct the Improvements (a) The City may utilize the Developer's Financial Guarantee to cause the completion of the construction of the Improvements if at the end of the Term, and any Extension Periods, the Improvements have not been completed and accepted by the City. (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 termina�ion 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 City of Fort Worth, Texas Page 4 of 18 Standard Community Facilities Agreement Rev. 9/21 (c) to pay to the City all costs incurred by the City in connection with this Agreement, including time spent by the City's inspectors at preconstruction meetings. 9. Award of Construction Contracts (a) Developer will award all contracts for the construction of the Improvements and cause the Improvements to be constructed in accordance with the CFA Ordinance. (b) Developer will employ construction contractors who meet the requirements of the City to construct the Improvements including, but not limited, to being prequalified, insured, licensed and bonded to construct the Improvements in the City. (c) Developer will require Developer's contractors to provide the City with payment and performance bonds naming the City and the Developer as dual obligees, in the amount of one hundred percent (100%) of the cost of the Improvements as required by the CFA Ordinance. The payment and performance bonds shall guarantee construction of the Improvements and payment of all subcontractors and material suppliers. Developer agrees to require Developer's contractors to provide the City with a maintenance bond naming the City as an obligee, in the amount of one hundred percent (100%) of the cost of the Improvements, that guarantees correction of defects in materials and workmanship for the Improvements by the contractor and surety for a period of two (2) years after completion and final acceptance of the Improvements by the City. All bonds must be provided to the City before construction begins and must meet the requirements of the City's Standard Conditions, Chapter 2253 of the Texas Government Code, and the Texas Insurance Code. (d) Developer will require Developer's contractors to provide the City with insurance equal to 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 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 Proj ect 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 a11ow construction of the Improvements to be subject to inspection at any and a11 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. ( fl 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 City of Fort Worth, Texas Page 5 of 18 Standard Community Facilities Agreement Rev. 9/21 Developer shall cause the installation or adjustment of utilities required to: (1) serve the Project; and (2) to construct the Improvements required herein. City shall not be responsible for payment of any costs that may be incurred by Developer in the relocation of any utilities that are or may be in conflict with any of the Improvements to be constructed pursuant to this Agreement. 11. Easements and Rights-of-Way Developer agrees to provide, at its expense, all necessary rights-of-way and easements required for the construction and dedication to the City of the Improvements provided for by this Agreement. 12. Liability and Indemnification (a) DEVELOPER HEREBY RELEASES AND AGREES TO INDEMNIFY, DEFEND AND HOLD THE CITY HARMLESS FOR ANY INADEQUACIES IN THE PRELIMINARY PLANS, SPECIFICATIONS, ENGINEERING PLANS, AND COST ESTIMATES SUPPLIED BY THE DEVELOPER FOR THIS AGREEMENT. (b) THE DEVELOPER COVENANTS AND AGREES TO, AND BY THESE PRESENTS DOES HEREBY FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY, ITS OFFICERS, AGENTS AND EMPLOYEES FROM ALL SUITS, ACTIONS OR CLAIMS OF ANY CHARACTER, 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 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 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 SUCHINJURIES, DEATH OR DAMAGES ARE CAUSED, IN WHOLE OR IN PART, BY THE ALLEGED NEGLIGENCE OF THE CITY OF FORT WORTH, ITS OFFICERS, SERVANTS, OR EMPLOYEES. (c) DEVELOPER WILL REQUIRE ITS CONTRACTORS TO INDEMNIFY, DEFEND AND HOLD HARMLESS THE CITY, ITS OFFICERS, AGENTS AND EMPLOYEES FROM AND AGAINST ANY AND ALL CLAIMS, SUITS OR CAUSES OF ACTION OF ANY NATURE WHATSOEVER, WHETHER REAL OR ASSERTED, BROUGHT FOR OR ON ACCOUNT OF ANY INJURIES OR DAMAGES TO PERSONS OR PROPERTY, INCLZIDING DEATH, RESULTING FROM, OR INANY WAY CONNECTED WITH, THE CONSTRUCTION OF THE IMPROVEMENTS CONTEMPLATED HEREIN, WHETHER OR NOT SUCH INJURIES, DEATH OR DAMAGES ARE CAUSED, IN WHOLE OR IN PART, BY THE ALLEGED NEGLIGENCE OF THE CITY OF FORT WORTH, ITS OFFICERS, SERVANTS, OR EMPLOYEES. FURTHER, DEVELOPER WILL REQUIRE ITS CONTRACTORS TO INDEMNIFY, DEFEND, AND HOLD HARMLESS THE CITY FOR ANY LOSSES, DAMAGES, COSTS OR EXPENSES SUFFERED BY THE CITY OR CAUSED AS A RESULT OF SAID CONTRACTORS' FAILURE TO COMPLETE THE WORK AND CONSTRUCT THE IMPROVEMENTS IN A GOOD AND WORKMANLIKE City of Fort Worth, Texas Page 6 of 18 Standard Community Facilities Agreement Rev. 9/21 MANNER, FREE FROM DEFECTS, IN CONFORMANCE WITH THE CFA ORDINANCE, AND INACCORDANCE WITHALL PLANS AND SPECIFICATIONS. 13. Right to Enforce Contracts Upon completion of all work associated with the construction of the Improvements, Developer will assign to the City a non-exclusive right to enforce the contracts entered into by Developer with its contractors, along with an assignment of all warranties given by the contractors, whether express or implied. Further, Developer agrees that all contracts with any contractor shall include provisions granting to the City the right to enforce such contracts as an express intended third-party beneficiary of such contracts. 14. Estimated Fees Paid by Developer; Reconciliation Prior to execution of this Agreement, Developer has paid to the City the estimated cost of administrative material testing service fees, construction inspection service fees, and water testing lab fees in the amounts set forth in the Cost Summary section of this Agreement. Upon completion of the construction of the Improvements, the City will reconcile the actual cost of administrative material testing service fees, construction inspection service fees, and water testing lab fees with the estimated fees paid by Developer. If the actual costs of the fees are more than the estimated payments made by the Developer, the Developer must pay the difference to the City before the Improvements will be accepted by the City. If the actual costs of the fees are less than the estimated payments made by the Developer, the City will refund the difference to the Developer. If the difference between the actual costs and the estimated payments made by the Developer is less than fifty dollars ($50.00), the City will not issue a refund and the Developer will not be responsible for paying the difference. The financial guarantee will not be released by the Ciry 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 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: DEVELOPER: Development Services GBTM SENDERA, LLC City of Fort Worth, Texas Page 7 of 18 Standard Community Facilities Agreement Rev. 9/21 Contract Management Office City of Fort Worth 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 Offlce City of Fort Worth 100 Fort Worth Trail Fort Worth, Texas 76102 5501 Headquarters Dr, Suite 300W Plano, Texas 75024 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, seroants, 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, City of Fort Worth, Texas Page 8 of 18 Standard Community Facilities Agreement Rev. 9/21 Developer shall have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers. Developer acknowledges that the doctrine of respondeat superior shall not apply as between the City and its officers, representatives, agents, servants and employees, and Developer and its employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers. Developer further agrees that nothing herein shall be construed as the creation of a partnership or joint enterprise between City and Developer. It is further understood that the City shall in no way be considered a co-employer or a joint employer of Developer or any employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers of Developer. Neither Developer, nor any officers, agents, servants, employees or subcontractors of Developer shall be entitled to any employment benefits from the City. Developer shall be responsible and liable for any and all payment and reporting of taxes on behalf of itself, and any of employees, representatives, agents, seroants, officers, contractors, subcontractors, and volunteers. The City, through its authorized representatives and employees, shall have the sole and exclusive right to exercise jurisdiction and control over City employees. 19. Applicable Law; Venue This Agreement shall be construed under and in accordance with Texas law. Venue shall be in the state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. 20. Non-Waiver The failure of the City to insist upon the performance of any term or provision of this Agreement or to exercise any right herein conferred shall not be construed as a waiver or relinquishment to any extent of City's right to assert or rely on any such term or right on any future occasion. 21. Governmental Powers and Immunities. It is understood that by execution of this Agreement, the City does not waive or surrender any of its governmental powers or immunities. 22. Headings The paragraph headings contained herein are for the convenience in reference and are not intended to define or limit the scope of any provision of this Agreement. 23. Severability In the event that any clause or provision of this Agreement shall be held to be invalid by any court of competent jurisdiction, the invalidiry of such clause or provision shall not affect any of the remaining provisions hereof. City of Fort Worth, Texas Page 9 of 18 Standard Community Facilities Agreement Rev. 9/21 24. Review of Counsel City and Developer, and if they so choose, their attorneys, have had the opportunity to review and comment on this document; therefore any rule of contract construction or interpretation that would normally call for the document to be interpreted as against the drafting party shall not apply in interpretation of this Agreement, and each section, portion, and provision of this Agreement shall be construed solely on the basis of the language contained therein, regardless of who authored such language. 25. Prohibition on Boycotting Israel Developer acknowledges that in accordance with Chapter 2271 of the Texas Government Code, the City is prohibited from entering into a contract with a company with 10 or more full-time employees that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 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 verifcation 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 associarion; and (2) wi11 not discriminate City of Fort Worth, Texas Page 10 of 18 Standard Community Facilities Agreement Rev. 9/21 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, § l. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Developer certifies that Developer's signature provides written verification to the City that Developer. (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. 28. Immigration and Nationality Act Developer shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Developer shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Developer shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Developer employee who is not legally eligible to perform such services. DEVELOPER SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY DEVELOPER, DEVELOPER'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Developer, shall have the right to immediately terminate this Agreement for violations of this provision by Developer. 29. Amendment No amendment, modification, or alteration of the terms of this Agreement shall be binding unless the same is in writing, dated subsequent to the date hereof, and duly executed by the City and Developer. 30. Assignment and Successors Developer shall not assign or subcontract all or any part of its rights, privileges, or duties under this Agreement without the prior written consent of City. Any attempted assignment or subcontract without the City's prior written approval shall be void and constitute a breach of this Agreement. 31. No Third-Party Beneficiaries The provisions and conditions of this Agreement are solely for the benefit of the City and Developer, and any lawful assign or successor of Developer, and are not intended to create any rights, contractual or otherwise, to any other person or entity. 32. Compliance with Laws, Ordinances, Rules and Regulations Developer, its officers, agents, servants, employees, and contractors, shall abide by and comply with alllaws, federal, state and local, including all ardinances, rules and regulations of City. It is agreed City of Fort Worth, Texas Page ll of 18 Standard Community Facilities Agreement Rev. 9/21 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 The person signing this Agreement on behalf of Developer warrants that he or she has the legal authority to execute this Agreement on behalf of the Developer, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the entity. The City is fully entitled to rely on this warranty and representation in entering into this Agreement. 34. Counterparts This Agreement may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. 35. Entire Agreement This written instrument, together with any attachments, exhibits, and appendices, constitutes the entire understanding between the City and Developer concerning the work to be performed hereunder, and any prior or contemporaneous, oral or written agreement that purports to vary from the terms hereof shall be void. [REMAINDER OF PAGE INTENTIONALLY BLANK] City of Fort Worth, Texas Page 12 of 18 Standard Community Facilities Agreement Rev. 9/21 36. Cost Summary Sheet Project Name: Madero Phase 13 CFA No.: 24-0186 Items A. Water and Sewer Construction 1. Water Construction 2. Sewer Construction Water and Sewer Construction Total City Project No.: 105694 IPRC No.: 24-0190 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 $ 1,139,654.00 $ 1,310,422.00 $ 2,450,076.00 $ 3,702,258.75 $ 1,728,376.00 $ - $ 5,430,634.75 $ 7,880,710.75 $118,125.00 $30,316.00 $3,206.25 $ 151,647.25 $ $ $ $ $ $ Choice Amount (Mark one 7,880,710.75 X 7,880,710.75 3,062,595.00 6,788,293.44 9,850,888.44 9,850,888.44 City of Fort Worth, Texas Page 13 of 18 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: 12/17/2025 Recommended by.• �NJay,� 5� Dwayne Hollars Sr. Contract Compliance Specialist Development Services Approved as to Form & Legality: � ��'i � 1 � � Jessika Williams Assistant City Attorney M&C No. N/A Date: 12/15/2025 Form 1295: N/A ATTEST � � �� � Jannette S. Goodall City Secretary n aFOHT n�a a OFo°� °o !Y d o° �° op-i 0 Fo 0 Ovo o=a °�d�° �°�d aaIl4 nEop54qq DEVELOPER GBTM SENDERA, LLC, a Delaware limited liability company .����� Aaron Guthrie Authorized Signer Date: 12/15/2025 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. �'�� Kandice Merrick Contract Manager OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas Page 14 of 18 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 � Attachment 1- Changes to Standard Community Facilities Agreement X❑ Attachment 2— Phased CFA Provisions ❑ Attachment 3— Concurrent CFA Provisions X❑ Location Map � Exhibit A: Water Improvements � Exhibit B: Sewer Improvements � Exhibit C: Paving Improvements � Exhibit D: Storm Drain Improvements ❑ Exhibit E: Street Lights and Signs Improvements ❑ Exhibit F: Striping Improvements � Cost Estimates (Remainder of Page Intentionally Left Blank) City of Fort Worth, Texas Page 15 of 18 Standard Community Facilities Agreement Rev. 9/21 ATTACHMENT "1" Changes to Standard Community Facilities Agreement City Project No. 105694 None City of Fort Worth, Texas Page 16 of 18 Standard Community Facilities Agreement Rev. 9/21 ATTACHMENT "2" Phased CFA Provision City Project No. 105964 The improvements being constructed by Developer pursuant to this Agreement will connect to improvements Developer is constructing under a separate Community Facilities Agreement that have not been completed and accepted by the City. Therefore, this Agreement shall be considered a"Phased CFA" and the provisions contained in this section shall apply to this Agreement. The improvements being constructed by Developer under the separate Community Facilities Agreements (Madero Phase 11, City Project No. 105404 and Madero Phase 10, City Project No. 104901 shall be defined as the "Parent Project." The improvements being constructed by Developer under this Agreement shall be defined as the "Child Project." Developer acknowledges and agrees that due to Developer's election to construct a Phased CFA, the potential exists for technical, delivery, acceptance or performance problems (hereinafter "Construction Problems"). Construction Problems may include, but are not limited to: failure of the improvements to comply with the approved plans or City Specifications; failure of the improvements in the Parent Project and the Child Project to properly connect to each other; changes to the design or construction of the improvements in the Parent Project that impact the design and construction of the improvements in the Child Project; construction delays, delay claims, or claims for liquidated damages; increased costs for the Developer; failure of the improvements to pass inspection or material testing; or rejection by the City of some or all of the improvements and Developer having to remove and reconstruct the improvements at Developer's expense. In addition, Developer understands and agrees that disputes may arise between Developer's contractors or their subcontractors relating to responsibility for the Construction Problems. Developer shall be solely responsible for resolving disputes between contractors or disputes between contractors and subcontractors. Developer further acknowledges and agrees that Developer has notified all of Developer's contractors for the Project that Developer has elected to construct a Phased CFA, the provisions of this section, the risks associated with a Phased CFA, and that the City shall not bear any responsibility for Developer's decision to proceed with a Phased CFA. Developer shall not make the final connection of the improvements in the Child Project to the improvements in the Parent Project until the improvements in the Parent Project have been constructed and accepted by the City and the City has consented to Developer making the connection. Developer agrees that if this Agreement is for improvements relating to the construction, renovation or modification of one or more single family residential homes or structures, the City will not record the plat related to the Project until the improvements are constructed and accepted by the City. Developer agrees that if this Agreement is for improvements relating to the construction, renovation or modiiication of one or more commercial buildings or structures, the Developer shall not receive a Certiiicate of Occupancy from the City for the building(s) related to the Project until the improvements in this Agreement are constructed and accepted by the City. Developer further understands and agrees that completion of the improvements under this Agreement does not entitle Developer to obtain a final plat of the property until City of Fort Worth, Texas Page 17 of 18 Standard Community Facilities Agreement Rev. 9/21 all other requirements of Federal law, State law, or the City Code relating to the filing and recording of a final plat have been met by Developer. BY CHOOSING TO CONSTRUCT A PHASED CFA, DEVELOPER ASSUMES ALL RISKS AND DEVELOPER SHALL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL DAMAGES, INCLUDING BUT NOT LIMITED TO ANYAND ALL ECONOMIC DAMAGES PROPERTYLOSS, PROPERTY DAMAGES AND PERSONAL INJURY, (INCLUDING DEATH), OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED. DEVELOPER HEREBY EXPRESSLY RELEASES AND DISCHARGES CITY FROM ANY AND ALL LIABILITY FOR DAMAGES, INCLUDING, BUT NOT LIMITED TO ANYAND ALL ECONOMIC DAMAGES, PROPERTYLOSS, PROPERTYDAMAGE AND PERSONAL INJURY (INCLUDING DEATH) ARISING OUT OF OR IN CONNECTION WITH, DIRECTL Y OR INDIRECTL Y, THE CONSTR UCTION OF THE IMPROVEMENTS OR DEVELOPER'S DECISION TO CONSTRUCT A PHASED CFA. DEVELOPER, AT ITS SOLE COST AND EXPENSE, AGREES TO AND DOES HEREBY INDEMNIFY, DEFEND PROTECT, AND HOLD HARMLESS CITY, AND CITY'S OFFICERS, REPRESENTATIVES, AGENTS, EMPLOYEES, AND SERVANTS FOR, FROM AND AGAINST ANY AND ALL CLAIMS (WHETHER AT LAW OR IN EQUITY), LIABILITIES, DAMAGES (INCL UDING ANYAND ALL ECONOMIC DAMAGES, PROPERTYLOSS, PROPERTYDAMAGES AND PERSONAL INJURIES INCLUDING DEATH), LOSSES, LIENS, CAUSES OF ACTION, SUITS, JUDGMENTS AND EXPENSES (INCLUDING, BUT NOT LIMITED TO, COURT COSTS, ATTORNEYS' FEES AND COSTS OF INVESTIGATION), OF ANY NATURE, KIND OR DESCRIPTION ARISING OR ALLEGED TO ARISE BY OR IN ANY WAY RELATED TO CONSTRUCTION OF THE IMPROVEMENTS OR DEVELOPER'S CHOICE TO CONSTRUCT A PHASED CFA, OR (2) BY REASON OF ANY OTHER CLAIM WHATSOEVER OF ANY PERSON OR PARTY OCCASIONED OR ALLEGED TO BE OCCASIONED IN WHOLE OR INPART BY THE CONSTRUCTIONS OF THE IMPROVEMENTS OR DEVELOPER'S CHOICE TO CONSTRUCT A PHASED CFA 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. DEVELOPER: GBTM SENDERA, LLC, a Delaware limited liability company .����� Name: Aaron Guthrie Title: Authorized Signer Date: 12/15/2025 City of Fort Worth, Texas Page 18 of 18 Standard Community Facilities Agreement Rev. 9/21 � 0 _ � � 0 U � a 0 � N 0 N � N 3 � M a I ¢ � z U > a � i � � �, a 0 a� � 0 � � U � � � 0 � 0 � N 0 0 z g I � z �ii PROJECT LOCATION 0 m ' � 0 =o U � Z M Qo �� a�z wa � U Z w N . �� [ {� SONGBIRD LN JOHN DAY RD. MADER❑ PHASE 10 CPN 104901 MADER❑ PHASE 11 CPN 105404 �- MADER❑ PHASE S CPN 104856 MADER❑ PHASE 4 CPN 104089 MADER❑ PHASE 3 CPN 103480 RANCHO CANYON WAY �r __ OWNED/DEVELOPED BY: GBTM SENDERA, LLC 5501 Headquarters Drive, Suite 300W Plano, Texas 75093 Bobby Samuel PHONE: (469) 573-6755 MAPSCO NO. 5B COUNCIL DISTRICT 10 � I I � II � _ I� i � I �� � I� � � � � � m �I Q III I � OV �I � � 7 � I�ii --;��, I� \\� � �- - f, II �I � I� ��� � I� i�' I II Ii ! I - °��� ��� 1 I I o o� I �� � u L� � I � VICINITY MAP Ht�,�u � ��\ i:� . �' ��� MADERO PHASE 13 CITY PROJECT NO. 105694 LJA Engineering, Inc. 6060 North Central Expressway Suite 400 Dallas, Texas 75206 ��� Phone 469.621.0710 FRN - F-1386 LEGEN D PROPOSED WATER LINE N 1 \ EXISTING WATER LINE LIMITS OF PROJECT — — SCALE:1" = 30�' oamNc so• oiP NSIII WAlER LINE CVN. 101500 X-25279 �� �g COMANCHERIA WAY � /� 1 2 3 4 5 6 7 8 9�10 11 12�13 14�15�16 1 2 3�4 �5 6�7 8 9��0�11 '�7 i� �� � � , � �z aF�RruNn�o sTREEr 32 31 30 29 28 27 26 25 24 23 22 21 20 19 18 17 � 16 �15 14 13 16 15 1� 13 �4 � w � > ' � � C � ( 80 1 1 2 w � 1 1 2 � 15 � i 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 �� �g �� o ap 2 11 � P 16 �� ������ - 0 o I o �— MADERO — � �.. �� o g 10 � 3 10 � ;� - o ,� ��E�o Az�� oR��E �� 4 9�� 4 �� ,8 PHASE 12 — m m � � 18 17 16 15 14 13 12 11 10 � z 19 � m o 1X m 5 6 7 8 5 6 7 8 20 � � ( 81 w 145 - 8�� � � � ,'�' , Q � - 1 2 3 4 5 6 7 8 9 0 _���_� � 8�� NLS � I � RED SUN ROAD � � 24 23 22 21 20 19 18 17 16 15 14 13 �^� � II G62 ) � z `/ Q 1 2 3 4 5 6 7 8 9 10 1 1 1 2 � 8�� �� � � + o A'MEKO DRIVE � �X � � FI I�I I�C � 26 25 2�� 23 22 21 20 19 "8 V 16 'S �4 IX571NG30'qP �� NSIII WAiER LINE _ MADERO 75 �XN.�2'�° 0 PHASE 14 183 & 0 � 2 3 4 5 6 � a e i o s � � 2 � 3 � NOT EXISTING INFRASTRUCTURE I I I I I L� g" WLd ,- � MADERO PHASE 11 Q 105404 I cncvs r+i�� Roao a X-28153 o �9 2e z� z5 zs z4 23 22 z� 2o ie ia v i6 (CONSTRUCTION PLANS �� APPROVED BY COFW) s i� � � 8' WL-11 I Q 1 7 ., 4 5 6 7 5 9 "C 11 17 "S 14 15 I IL I 1I � I I IJ 8" WL1 , I I I I rPOMPo o�ivE � I I I I �—��� 8' WL-10 30 29 28 27 26 75 24 23 22 2l 20 19 �8 17 16 B" WL-10 � MFDERO PHASE 10 MADERO PHASE 11 � I ($5' MADERO PHASE 11 � CPN 105404 — � — -- � � � � � � � � I ,,,,, � � T I i i i i i i i � � MADERO PHASE � O NOT EXISTING INFRASTRUCTURE C P N 10 49 01 MADERO049H�,SE � o X-27997 I (CONSTRUCTION PLANS APPROVED BY COFW) OWNED/DEVELOPED BY: GBTM SENDERA, LLC 5501 Headquarters Drive, Suite 300W Plano, Texas 75093 Bobby Samuel PHONE: (469) 573-6755 WATER MADERO EXH I B IT 'A' PHASE 13 CITY PROJECT NO. 105694 LJA Engineering, Inc. "� 6060 North Central Expressway Phone 469.621.0710 Suite 400 Dallas, Texas 75206 FRN - F-1386 LEGEND PROPOSED SAN SEWER l� FLOW DIRECTION EXISTING SAN SEWER SCALE:1" = 40�' LIMITS OF PROJECT — � � /I COMANCHERIA WAY � \ � I 1 I 2 3 I 4 5 I 6 ]'8 9 I10 11 LI'1.2 .1.3' �14..i5116 JII 1 I 2 I 3 I 4'S fi I � e I 9 I 10I �� � � l G� n 1 ! , 2 nF�RTUNnoo sTREET I — 32 31 30 29 28 2] 26 25 24 23 22 21 20 19 1 B 17 1 6 15 14 13 16 1` 1 M 13 13 1'.' 1 , I �4 � IBO 1 12 w 1 12 0 15 — > >fi� FUTURE — I 2 3 4 5 6 ] 8 9 10 1� 12 13 14 I5 16 = Z �g �� 0 2 Il � 16 � �^��:, � 0 3 �o �� 3 ,o z ,� � MADERO — — o ��E�o Az�� oR��E �-� � 4 9� 4 9< 18 PHASE 12 � 18 �7 16 15 �4 �3 12 �1 10 = 19 � 7 � �X = c 5 6 � 8m 5 6 � 8V I 20 � I I I �� O � 1 105 � -I— J -- �— I I I � 1 2 3 4 5 6 � 8 9 �• I I I __ r� 1 I� �� � � I RED SUN ROF� 24 23 22 21 20 19 18 1] 16 15 14 13 I� -- 8� 1 2 3 4 5 6 � 8 9 10 11 �2 — �_ � � FUTURE � 26 25 24 Z3 Zz Z;KO��IV9 ,8 ,� ,6 �5 ,4 ° ,x MADERO �� 's PHASE 14 � �� � — i z 3 a s s� a s�o n iz i3 �g" L1NE B � p y� � � i cncvs ii� Rono � 29 2H 2] 26 25 24 23 22 21 20 19 18 l� 16 AJ 1 2 3 4 5 6 � I S 9 10 11 �2 13 �4I15 --- " � 1 �y� 1 TROMPO DRNE •� 30 29 28 27 26 25 24 23 22 21 20 19 18 1 � 16 Bc MADERO PHASE 10 CPN 104901 �� ����� I � � � � � �I I� I I I I� I� OWNED/DEVELOPED BY: GBTM SENDERA, LLC 5501 Headquarters Drive, Suite 300W Plano, Texas 75093 Bobby Samuel PHONE: (469) 573-6755 3 I II I �� I �8" LINE K I CONNECT CONNECT 6' SS LINE J I 10' S5 UNE G MADERO PHASE 11 MMERO PHASE 11 I`I ` I I II ' � � � I I � = NOT EXISTING INFRASTRUCTURE MADERO PHASE 11 105404 WNNECf _ X—ZS�S'J a• ss uNe H — (CONSTRUCTION PLANS MADERO PHASE 1� � — APPROVED BY COFW) � I� I I� I�� 1 MADERO PHASE 11 CPN 105404 J�I I I� I� �— I H I I I I — II �� I I I I I I i--B" uNe i � �o" uNE � � � � r H I I I I S EW E R MADERO EXH I B IT 'B' PHASE 13 CITY PROJECT NO. 105694 LJA Engineering, Inc. "� 6060 North Central Expressway Phone 469.621.0710 Suite 400 Dallas, Texas 75206 FRN - F-1386 PROPOSED 29'B—B ROADWAY/50'ROW PROPOSED 37'B—B ROADWAY/60'ROW PROPOSED 23'B—B ROADWAY/130'ROW PROPOSED SIDEWALK (BY HOMEBUILDER) PROPOSED SIDEWALK (BY DEVELOPER) LEGEND PROPOSED ADA RAMPS (BY DEVELOPER) ����;��`����;i�'� LIMITS OF PROJECT — �� ��v �III���III���III���� u COMANCHERIA WAY � I I I—I I I—I I I—I I I—I I I—I I I—I I I—I I I— i i— 79 1 2 3 4 � 5 � 6 7 8 I 9 10 1 1 1 2 1 3 1 4 15 I 1� �—L AF�RTUNACO S REET � 32 31 30 29 28 27 26 25 24 23 22 21 20 "9 18 17 > � � �� ( RO s 1 2 3 4 5 6 7 8 9 1 0 1 l 12 1 3 1 4 15 1 6 � � z I o � CIELO AZUL DRNE � 18 17 16 15 14 13 12 i l 10 0 II {� wo 1X J �a 0 � 81 i � 145 - U �1 2 3 4 5 6 7 8 � FED SUN RCA� 24 23 22 21 20 19 18 17 16 15 14 13 �� � �� � _ � 1 2 3 4 5 6 7 8 9 10 1 1 1 2 A MEKO DRIVE � 0 FI I�I I�� 7Fi 25 24 23 22 21 20 19 18 V 16 15 �4 a V lJ o MADERO — �g PHASE 14 t�� � � 1 2 3 4 5 6 7 8 9 10 1 1 1 2 1 3 � I — � _—_ -- _ — > CAC��US HILL ROAD � 29 28 27 26 25 24 23 22 21 20 19 18 17 16 o � �� a - �84 s � �� u Q ,,,�1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 � � — -ROMPO DRIVE I30 29 28 27I 26I 25I 24 �253I 22 21 20 19 18 17 16 ���- NOT EMADER10490AgETRU�CTURE x-2�ss� � _� _�_ � i T (CONSTRUCTION PLANS MADERO PHASE 10 APPROVED aY coFw> � CPN 104901 � � � � � � � � � OWNED/DEVELOPED BY: GBTM SENDERA, LLC 5501 Headquarters Drive, Suite 300W Plano, Texas 75093 Bobby Samuel PHONE: (469) 573-6755 II— �Ilf �III Ilf III III III I� 1 I 2 3 4 75 6 7 I 8 g 10 �� — I.;�k, � 12 I�' �'/ �I 16 �15 14 13 16 iS 1� 13 � 13 14 I � �� 4 � � � I �I 1 1 2 0 15 w � a 76 i � 2 78 11 0 2� 11 � 1 6 0 3 10 ��I ,Y 3� 1 0 � � � � 4 9� 4 9 a 18 m m. c� I a I I I� �I I � � � 9 5 6 7� 8�,,._ ,,,� 5� 6 7 8 20 I�ILY'��,� r� RED SUN ROAD 1Y, � � � � � � � � � � � NOT EXISTING INFRASTRUCTURE I MADERO PHASE 11 105404 X-28153 � (CONSTRUCTION PLANS ", APPROVED BY COFW) MADERO PHASIE 1 1 � CPN 105404 — � � � � � � � � a � � z 0 � / ` �" ��� � , , °;;� � � FUTURE MADERO PHASE 12 � � � � � I � I � MADERO PHASE 13 CITY PROJECT NO. 105694 PAVING EXHIBIT'C' LJA Engineering, Inc. 6060 North Central Expressway Suite 400 Dallas, Texas 75206 ��� Phone 469.621.0710 FRN - F-1386 a� .` 0 _ � C � 7 0 U a N � � N O � ; � O� ; V M a � � � 0 � i 0 I � � � a�, a 0 � � 0 � � U � � / 0 � 0 0 � N 0 0 z g I � z �ii PROPOSED STORM DRAIN LINE PROPOSED 10' INLET % PROPOSED 15' INLET r PROPOSED 4' DROP INLET * PROPOSED 5' DROP INLET 4 VI . �� z_� � —� ; � � j� � � � � GWS SNM£ - !_ � �- ,� � �� � o � ��, � �_����� �. � ' I � � � FUTURE n MADERO PHASE 14 � IIIIIIII o t' ID � I � �- � °- �LJ I I I I I I I I I I I I I I I I� — . . . . . . . . . . . . . . . o - MADERO PHASE 10 CPN 104901 � � � � � � � � � ,�• . . . . � Ti i i i i i i i i i*I 1�-1-1 I I OWNED/DEVELOPED BY: GBTM SENDERA, LLC 5501 Headquarters Drive, Suite 300W Plano, Texas 75093 Bobby Samuel PHONE: (469) 573-6755 LEGEND STORM DRAIN HEADWALL EXISTING STORM DRAIN LINE EXISTING INLET LIMITS OF PROJECT PROPOSED SWALE • / SCALE:1" = 500' snrr M� _ER� wAr �„ z.• � � � � g z,�rsc� u���s � � , a�s e � � ���� � � ,_ � � � � nFORiuNno sm ]0 RCP � _ e . - 3 22 2i020 tE t �3 " ' �1 �2w 5 . I I 4 s 6 � a , ,_ ,3 ,a ,s � �m�a� � p� ��E�oA=��oa��E ,01 0 = 9mi = FUTURE � s � MADERO � Ox z.--� ` PHASE 12 'S�'� '8 SD12 � �1,' `_- �4]' RCP 36' RCP rc L2a' I� �' RCP �, R� _ I 2c z SD10 �3' RCP F 1 6 8 9 1 '} ]� aufKO DRrvE 6 i5 �a , ,z ,3 � ,a , ,s 2Z t9 P � � ,3 , ,5 " RCP � 24" RCP � r 24" RCP 1'B.IR°i I I i8 t t� z�lzslzslza�;lzzlz,zo � �irimimim- NOT EXISTING INFRASTRUCTURE MADERO PHASE 10 104901 X-27997 (CONSTRUCTION PLANS APPROVED BY COFW) � STORM DRAINAGE EXHIBIT 'D' �� \ ��, ��� '�` �,� � � �� �2iIRCP � 50� �24� RCP / I SOUIHFAN PWNS OFNE SVHE� � • 2{ �P SDt - 503 ` el'X 5�' RCB \�'• "X �� � SDP� / ;. � � -- OT EXISTING INFRASTRUCTURE MADERO PHASE 10 — 104901 — x-2�99% — (CONSTRUCTION PLANS � _ APPROVED BY COFW) _ ADERO PHASE 11 CPN 105404 IIIIIIII � � INFRASTRUCTURE 0 PHASE 11 05404 -28153 UCTION PLANS ED BY COFW) MADERO PHASE 13 CITY PROJECT NO. 105694 LJA Engineering, Inc. 6060 North Central Expressway Suite 400 Dallas, Texas 75206 ��� Phone 469.621.0710 FRN - F-1386 RESIDENTW[. AAP-HIAPROP05AL Page 1 of"1 UNIT PRICE BID Bidlist Item No. 1 2 3 4 5 6 7 8 9 10 11 12 1 2 3 4 5 6 7 8 9 70 11 12 13 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 SECTION 00 42 43 DeveloperAwarded Projects- PROPOSAL FORM Madero, Phase 13, Residential Infrastructure Project Item Informarion Description I Speci&cation Section No. 3305.0109 Trench Safety 3311.0001 Dudile Iron Fittings w/ Restraint 3311.0241 8" Water Pipe 3311.0254 8" DIP Water, CLSM Backfill 3312.0001 Fire Hydrant 3312.0117 Connedion to Existing 4"-12" Water Main 3312.2003 1" Water Service 3312.3003 8" Gate Valve 9999.0001 1.5" Irrigation Service 9999.0002 2" Irrigation Service 9999.0003 4" PVC Schedule 40 Sleeve 9999.0004 Flush Point 3301.0002 Post-CCN Inspection 3301.0101 Manhole Vacuum Testing 3305.0109 Trench Safety 3305.0113 Trench Water Stops 3331.3101 4" Sewer Service 3331.32D1 6" Sewer Service 3331.4119 S" DIP Sewer Pipe 3331.4115 8" Sewer Pipe - SDR 26 3337.4116 8" Sewer Pipe, CSS Backfill 3339.1001 4' Manhole 3339.1003 4' F�cira Depth Manhole 9999.0005 Connect to Existing 8" Sewer Stub 9999.0007 20" Steel Encasement Bidder's Application Uni[ of Bid Quantiry IInit Price Measwe 8idder's Proposal UNIT I: WATER IMPRO�(EJ�Ef�TS LF 10252 �3 bb � 8 331711 TON 2.30 33 11 10, 33 11 12 LF 9791 331110 LF 461 33 12 40 EA 22 33 12 25 EA 3 33 12 10 EA 212 33 12 20 EA 40 00 00 00 EA 1 00 00 00 EA 2 000000 LF 1D70 00 00 00 EA 5 TOTAL UNIT I: WATER IMPROVEMENTS. UNIT II: SANITARY SEWER I�PROVEMENTS� I 3 Ot 31 LF 751E 33 01 30 EA 34 33 05 10 LF 7519 33 05 15 EA 22 33 31 50 EA 212 33 31 50 EA t 33 11 10 LF 86 33 11 10, 33 31 12, 33 31 20 LF 7037 33 11 10, 33 37 12, 33 31 20 LF 396 33 39 10, 33 39 20 EA 34 33 39 10, 33 39 20 VF 124.0 I 00 OD 00 EA 2 00 00 00 LF 93 TnTAL UNIT II� SANITARY SEWER IMPROVFMENTS UNIT III: DRAI-�Af;E IMPROVEMFNTS 3305.0109 Trench Safery 33 05 1l) LF 2984 3305.0112 Concrete Collar 33 OS 77 EA 9 3341.0201 21" RCP, Class III 33 41 10 LF 284 3341.0205 24" RCP, Class III 33 41 10 LF 1324 3341.0208 27" RCP, Class III 33 41 10 LF 475 3341.0302 30" RCP, Class III 33 41 10 LF 86 3341.D305 33" RCP, Class III 33 41 10 LF 465 3341.0309 36" RCP, Class III 33 41 10 LF 250 3341.0402 42" RCP, Class III 33 41 10 LF 100 3349.0001 4' Storm Junction Box 33 49 10 EA 9 3349.0002 5' Storm Junction Box 33 49 10 EA 1 3349.5001 10' Curb Inlet 33 49 20 EA 14 3349.5002 15' Curb Inlet 33 49 2D EA 8 3349.7002 5' Drop Inlet 33 49 20 EA 1 3137.0102 Large Stone Type "A" Dry Rip Rap (12" Deep) 31 37 00 SY 96 9999.0008 24" Sloped End Headwall 00 00 00 EA 3 9999.ODD9 27" Sloped End Headwall 00 00 00 EA 1 9999.D011 36" Sloped End Headwall 00 00 00 EA 3 9999.0012 42" Sloped End Headwall 00 00 00 EA 1 9999.0013 21" End 8 Plug I 00 00 00 EA 3 9999.0014 Inlet Protection � 00 00 00 , EA 23 TOTAL UNIT III: DRAINAGE IMPROVEMENTS $�.00 $11,500.00 $Sfi.00 $86.00 $5,000.00 $1,500.D0 $1,200.00 $1,550.00 $2,200.00 $2,500.00 $22.00 $1,50D.00 $4.00 $200.OD $2.00 $350.00 $900.00 $1,100.00 $132.00 $72.00 $82.00 $4,500.00 $225.00 $2,500.D0 $320.00 $2,00 $7,000.00 $75.00 $85.00 $105.00 $115.00 $120.00 $130.00 $160.00 $5,500.00 $6,500.00 $4,000.00 $5,000.00 $7,000.00 $145.00 $3,000.00 $3,500.00 $4,500.00 $5,500.00 $1,000.00 $200.00 Bid Value 1 1 $�o,2sz.00{ $26,450.00 $548,296.00{ $39,646.001 $110,000.00 $4,500.00 $254,400.00 $62,000.00 $2,200.OD $S,OOO.DO $2z,zzo.00l $7,500.00� $, ,092,464.�01 i $30,076.00 $6,800.00 $15,038.00 $7,740.00 $190,800.00� $1,100.00�{ $11,352.001 $506,664.00 $32,472.00 $163,200.00 $27,900.00 $5,000.00 $29,760.00 $1,027,862.00 i $5,966.00� $9,000.00 $21,300.00 $112,540.00 $49,875.00 $9,690.00 $55,8�O.DD $32,500.00 $16,0OO.OD� $49,500.001 $6,500.00 $56,000.00 $40,OOD.00 $�,oao.00 $14,210.00 $9,000.00 $3,500.00 $13,500.00 $5,500.00 $3,000.00� $4,600.00� $525,183.OD� G CITY OF hURT WORTH STANDARD CONS7RUCI10N SPECIFICA7fON DOCllMF,N'1'S - DEVQ.OPER AWARDEI7 PROJEI,'TS Fom� Vmion Mey 22, 2019 00 42 a3_Bid Yropoael_DM_ Updetd'_0^_i l l l I FESIDENTL41. nnr - sm �orus,v, v,�� � �r� SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Madero, Phase 13, Residential Infrastructure UNIT PRICE BID Pmject Item Tnformation Bidlist Item Description I Specification Section No. Unit of I Bid Quantiry Na Measure UNIT IV: PAVING IMPROVEMENTS 1 3211.0400 Hydrated Lime (41 Ibslsy) 32 11 29 TN 739 Z 3211.0501 6" Lime Treatment 32 11 29 SY 36033 3 3212.0101 6" Conc Pvmt 32 13 13 SY 33809 4 3213.0302 4" Conc Sidewalk 32 13 20 SF 18981 5 3213.0501 Barrier Free Ramp, Type R-1 32 13 20 EA 21 6 3213.0506 Bartier Free Ramp, Type P-1 32 13 20 EA 23 7 3213.0504 Barrier Free Ramp, Type M-2 32 13 20 EA 1 8 3291.0100 Topsoil 32 91 19 CY 409 � g 3292.0100 Block 5od Placement 32 92 13 SY 2450 �p 9999.0016 Remove Barricade & Connect to Existing Pavement 00 00 00 � Header 3 � � � 9999.0017 Construd Type III 8articade 00 00 DO EA 5 �2 9999.0018 Construd Sld. Pvmt. Header 00 00 00 LF 145 13 9999.D019 Stop Signs (R1-1) 00 00 00 EA 23 14 9999.0020 Street Name Blade Pair (D3-1) 00 00 00 EA 24 � 15 9999.OD21 Street Sign Pole 00 00 00 EA 23 I TOTAL UNIT IV: PAVING IMPROVEMENTS � Bid Summary � UNIT I: WATER IMPROVEMENTS � f UNIT II: SANITARY SEWER IMPROVEMENTS I UNIT III: DRAINAGE IMPROVEMENTS � UNIT IV: PAVING IMPROVEMENTS Total Construcfion 6id This Bid is submitted by the entity named helow: BIDDER: Conatser Cons[rucfion 1'X, I..P. 5327 Wichita Strett Fort Worth, TX 76I19 Bidder's Application Bidders Proposal I UnitPrice I BidVelue 1 � $275.00 $203,225.00 $4.00 $144,132.00 $54.00 $7,825,686.00 $4.25 $80,669.25 $3,400.00 $71,400.00 $3,200.00 $73,600.00� $3,200.00 $3,200.00 $28.00 $11,452.00{ $8.D0 $19,600.00I $1,000.00 $3,000.00{� $80D.00 $4,OOD.00I $25.00 $3,625.00 $850.00 $19,550.00 $250.00 $6,000.00 $300.00 $6,900.00 $2,476,D3925i $, ,�92,464.��1 $1,027,862.00{ $525,183.OD $2,A76,039.25{{ E5,121,548.25I BY: �� ���i►�S ♦ TITLE: �r�+r-J� va °ATE: 11 /11 /2025 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACI' commentcs to run as provided in the General CondiHans. END OF SEGT[ON �worlong days affer the date when the CI7Y OF FORT WORTH SL4N�AIt�CON3IRUCTfONSFECIF7CA710NDUCf7P�NTS-DEVELUPERAWARD�DPROIEc,TS ppq?.}; BidPropmel_OAP_Upda¢d:A:>I111 Folm VersiOn May 22. 2019 COMANCF3�tIA WAY DAP-BIDPRUPOSAL Page 3 of 7 SECTION 00 42 43 DeveloperAwarded Projects- PROPOSAL FORM Madero, Phase 13, Comancheria Way InfrasWcture UNIT PRICE BID Project Item informa4on iBidlist Itei I No. � 1 I Z � � i � � � 2 � 3 � 4 � 5 � 6 � � � � � Z � 3 � 4 � 5 � 6 � 7 f e ! 9 � 10 � 11 I �z I 13 14 15 Bidder's Application � Descri uon Unit of P � Specification Section No. 1 Meazure I B�d Quantity I Onit Price I UNIT I: WA7ER IMPROVEMENTS 9999.0030 Adjusf 30" Buttertly Valve & Vauft RIM to Propose�00 DO 00 I VF I Grade 2.55� $16,500.00 9999.0031 Adjusl4" Combination Air Valve Manhole RIM � Vent I 00 00 OD ` VF I Pipe to Proposed Grade 0.33 $15,500.D0 TOTAL UNIT I: WATER IMPRQVEMENTS� NIT III; RA N E IMPIj�Y�M 01�5 1 LF I '453 3305.0109 Trench Safety I 3341.02D1 21" RCP, Class III 33 41 10 �3341.0205 24" RCP, Class III � 33 41 10 j LF � 554 �3349.0001 4' 5torm Junction Box � 33 49 10 Eq � 3 �3349.6001 10' Recessed Inlet � 33 49 20 EA � 5 9999.0014 Inlet Protedion � 00 00 00 EA � 5j TOTAL UNIT III: DRAINAGE IMPROVEMENT$I UNIT IV: PAVING IMPROVEMENTS 3211.0502 8'yL mte T e'atment Ibslsy) I 32 13 13 j SY I 4612 �3213.0105 10" Conc Pvmt 3213.0302 4" Conc Sidewalk 3213.0506 Barrier Free Ramp, Type P-1 3291.0100 Topsoil 3292.0100 Block Sod Placement 9999.0017 Construct Type IIf Barricade �9999.0018 Construct Std. Pvmt. Header �9999.0021 Street Sign Pole �9999.0022 REFL PAV MRK TY I(17(6")(D8L)(SLD) �9999.0023 REFL PAV MRK TY I{V�(24")(SNG)(SLD) STOP BAR 9999.0024 REFL PAV MRK TY I(V�(24")(SNG)(SLD) If6��6"{tDBL�SLD1 CROSS WALK �'�2 .2103 RE�L Raised MarkerTY II-A-A 9999.D027 Street Sign R2-1 32 13 20 � SF � 15072 321310 � EA ( 6 32 91 19 � CY 38D� 32 92 13 � SY 2282� 00 00 00 J EA p� 00 00 00 � LF � 46 00 00 00 � EA � 3� 00 00 00 LF � 1465� 00 00 00 �F � q8� 00 00 00 EA f3l 32 17 23 � EA 37} 00 00 00 � EA 3I TOTAL 11NtT IV: PAVING IMPROVEMENTS Bid Summary UNIT I: WATER IMPROVEMENTS UNIT III: DRAtNAGE IMPROVEMENTS UNIT IV: PAVING IMPROVEMENTS This Bid is submitted by the entity named below: BIDDER: Conatser ConstrucHon TX, L.P. 5327 Wichita Street Fort Warih, TX 76119 Coutractor agrces to comple[e WORK for FINAL ACCEPTANCE within CONTRACC commmces to run as pro��ded in the General Condifions. f Total Construction Bid � Biddels Proposal 2 $75.00 $85.00 $5,500.00� $5,000.00� $200.D0� $275.00 $5.00 $86.00 $4.25 $3,200.00 $28.00 $s.00 $800.00 $25.00 $300.OD� $4.00� $20.00� $ 7 SO.00I $5.00� $850.00� Bid Value I �! ! $42,075.00� $5,115.00I $47,190.00� i i $2,014.OD� $33,975.D0 � $47,09D.00� $16,500.00 � $25,000.00+ $1,000.00� $125,579.00� I 1 $37,125.00� $25,025.00 � $396,632.00 $64,056.00 $19,200.00 $10.640.00 �,s,zss.00j $1,600.00 � $1,150.00� $900.00 � $s,aso.00f $960.00 $1,950.00 $185.00 $2,550.00 $586,089.DD� $47,190.00 I $125,579.00� $586,089.00 I $758,858.00 � BY: 6rv��-- i-�+gg � ns �y��,y, � TITLE: p1l�. (C.[.K.I 11 nQTE: '� `!11 /2025 ��workiog days aRer the date when the CITY OF FORT WORTH STANDARD CON57RUCTION SPECIN7CATTON DOCUIv@SI'S - DEVELOPER AWARDED PAOIECI'S FolmVersionMey22.2019 004243 BiJftoposal_DAP_Uydeted20251111 OFFSITE MASTQ2 DAP-HIDPRUPOSAL Pnse 4 of 7 SECTION 00 42 43 Developer Awarded Projeds - PROPOSAL FORM Madero, Phase 13, Offsite Master Infrastrudure UNIT PRICE BID Project Item Informadon f Bidlist Item I No. � � � � 2 i 3 I 4 5 6 � � � 8 9 1D 11 12 13 14 15 i6 7 8 9 10 11 12 73 14 15 16 17 16 19 20 21 22 23 24 Bidder's Application Description I Specification Section No. I Unit of B�d Quentiry Measure UNIT II: SANITARY SEWER IMPROVEMENTS 3301.0002 Post-CCN Inspection 33 Dt 31 LF 846 3301.0701 Manhole Vacuum Testing 33 01 3D EA 11 3305.07 09 Trench Satery 33 05 10 LF 846 3305.0113 Trench Water Stops 33 05 15 EA 10 3331.4119 8" DIP SewerPipe 33 11 10 LF 31 3331.4115 8" Sewer Pipe - SDR 26 33 11 10, 33 31 12, 33 31 20 LF 29 3331.4201 10" Sewer Pipe - SDR 26 33 11 10, 33 31 12, 33 31 20 LF 676 3331.4202 1D" Sewer Pipe, CSS Backfill 33 11 10, 33 31 12, 33 31 20 LF 44 3331.4205 10" DIP Sewer 33 11 10 LF 66 3339.1001 4' Manhole 33 39 10, 33 39 20 EA 11 3339.1003 4' Extra Depth Manhole 33 39 10, 33 39 20 VF 72.24 3305.0112 Concrete Collar for Manhole 33 OS 17 EA 10 9999.0005 Connect to Existing 8" Sewer Stub 00 00 00 EA 1 9999.0032 End and Plug 8" PVC w/ Concrete Block 00 00 00 EA 2 9999.0033 End and Plug 10" PVC w/ Concrete Block 00 00 00 EA 1 9999.0007 20" Steel Encasement 00 DO 00 LF 84 TOTAL UNIT II: SANITARY S�WER IMPROVFM� UNIT III: DRA1 JAGE IMPRnV��V1ENTS 3305.0109 Trench Safety 33 0 10 LF 1933 3341.D201 21" RCP, Class III 33 41 10 LF 42 3341.0205 24" RCP, Class III 33 41 10 LF 165 3341.0208 27" RCP, Class III 33 41 10 LF 3° 3341.0402 42" RCP, Class III 33 41 10 LF 129 3341.0409 48" RCP, Class III 33 41 10 LF 480 3341.0602 60" RCP, Class III 33 41 10 LF 145 3341.1403 7' X 5' Box CulveR 33 41 1 D LF 933 3349.0002 5' Storm Junclion Box 33 49 70 EA 1 3349.0003 6' Slorm Junction Box 33 49 10 EA 2 3349.5001 10' Curb Inlet 33 49 20 EA 2 3349.7001 4' Drop Inlet 33 49 20 EA 1 3349.7002 5' Drop Inlet 33 49 20 EA 1 3137.0102 Large Stone Type "A" Dry Rip Rap (12" Deep} 31 37 00 SY 51 B 3137.0102 Large STone Type "A" Dry Rip Rap (18" Deep) 31 37 00 SY 114 9999.D012 42" Sloped End Headwall 00 00 00 EA 1 9999.0013 21" End $ Plug 00 00 00 EA 3 9999.D034 24" End & Plug 00 DO 00 � EA 2 9999.0035 27" End & Plug 00 DO 00 � EA 1 9999.0014 Inlet Protedion 00 DO 00 EA 4 9999.0036 6" Non-Reinforced Concrete 00 DO 00 SY 297 9999.0037 7' X 5' Sloped End Headwall 00 00 00 EA t 9999.0038 Forterra Pipe Reducer or Equal (End 7'XS' Begin 60") 00 00 00 EA 1 9999.0039 Manhole Riser 00 00 00 EA , 2 TOTAL IINIT III: ORAINAGE IMPROVF.MENTS Bidder's Proposal Unit Price $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 4.00 2D0.00 2.OD 350.00 132.00 72.00 92.00 102.00 162.00 4,800.00 225.00 1,000.00 2,SOD.00 1,000.00 1,200.00 320.00 $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ Bid Value 1 1 $3,384.00� $2,20D.00{ $1,692.00 $3,500.00 $4,092.00 $2,�88.00 $62,192.00 $4,488.00 $10,692.00 $52,800.00J' $16,254.00I $10,00O.00I $2,500.00� $2,000.00 $1,200.00 $26,SSD.DO $205,962.00 $3,868.00� $3,150.00 $,4,025.��1 $4,095.00 $20,640.00 $93,600.00 $41,325.00 $583,125.00 $6,50D_00 $ 7 5,000.00 $8,00�.00I $6,000.00{ $7,000.00 $75,110.00 $19,950.00 $5,500.00 $3,000.00 $3,000.00 $1,500.00� $soo.00� $, 4,256.��1 $10,500.00� $z,soo.00l $10,OOD.00 $952,442.00 2.00 75.00 85.00 105.00 160.00 195.00 285.00 625.00 6,500.00 7,500.00 4,000.00 6,000.00 7,000.00 145.00 175.00 5,500.00 1,000.00 1,500.00 1,500.00 2oo.ao 48.00 10,500.00 2,500.00 5,000.00 CITY UFFORT WURTH STANDARD CONSIRUCTION SPECIPICATIUN DOCUMENTS - DEVELOPER AWAIt�C� PROIECiS Fonn V<nion Mnv 22, 2017 00 42 43_Bid Proposal DAP_ Updeled 20251111 OFPSITE MA.47FR pAP- BID PA�)POSAL Pega 5 uf 7 SECTION 00 42 43 De�eloperAwarded Projects-PROPOSAL FORM Madero, Phase 13, Offsite Master Infiastnicture UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Unit of j Description I Specification Section No. I M��e I Bid Quentity Unit Price Bid Value No. . Bid Summary UNI711: SANITARY SEWER IMPROVEMENTS I $205,962.00 UNIT III: DRAINAGE IMPROVEMENTS � $952,442.00 Total Constrvcfion BidE a1,158,404.00 This Bid is submitted by the entity named below: BIDDER: Conatser Construcfian TX, L.P. 5327 Wichita Str¢et Fort Worth, T7C 76119 Contraclor a�roes to eomplete WORK for FINAL ACCEPTANCE within CO1V"fRACT commences lo n�n as provided in Me General Conditions. BY: � �✓ �.�— �� i � S� a TITLE: � �� "_ y� DATE: 11 /11 /2025 �working days after the da[e whm the END OF SECTION CITY OF FORT WOR7H STANDARD CONS7RUC770N SPEGIFlCAT[oN DOCUMENTS - DEVELOPER AwAR�ED PRUlECiS Focm VereionMaq 22.2019 004243 HidPropowl DAP_Updated20'SI111 WAGONTRAINTRAII. pAP-BIDPROPOSAL Page 6 uf 7 SECTION 00 42 43 DeveloperAwarded Projects- PROPOSAL FORM Madero, Phase 13, Wagon Train Trail Infrastructure UNIT PRICE BID Bidlist Item No. � � � � 2 � 3 � 4 � 5 � s � � � $ � 9 � 10 � 11 � 12 � � I � � Z � 3 � 4 � 5 � 6 � 7 � 8 � 9 � 10 � 11 � � � � � � 2 � 3 � 4 � 5 � 6 � � � 8 � 10 � 11 � 12 � 13 I 14 15 I 16 � 17 f �$ I 19 � Description 3301.D002 Post-CCN Inspection 3301.0107 Manhole Vacuum Testing 3305.0709 Trench Safery 3305.0113 Trench Water Stops 3331.4201 10" Sewer Pipe - SDR 26 3331.4202 10" Sewer Pipe, CSS Backfill 3331.4205 10" DIP Sewer 3339.0001 Epoxy Manhole Liner 3339.1001 4' Manhole 3339.1003 4' Extra Depth Manhole 9999.0006 4' Manhole W/ Hydraulic Slide 9999.0007 20" Steel Encasement Project Item Informa6on UNIT III: DRAI-JAGE IMP RnVEMENTS 3305.0109 Trench Safety 33 05 10 LF 981I 3305.0112 Concrete Collar 33 05 17 EA 2 3341.0201 21" RCP, Class III 33 41 10 LF 102 3341.0205 24" RCP, Class III 33 41 10 LF 674 3341.0208 27" RCP, Class III 33 41 10 LF 115 3341.0305 33" RCP, Class III 33 41 70 LF 90 3349.0001 4' Storm Junction Box 33 49 1D EA 2 3349.5001 10' Curb Inlet 33 49 20 EA 4 3737.0102 Large Stone Type "A" Dry Rip Rap (12" Deep) 31 37 00 SY 71 9999.0010 33" Sloped End Headwall 00 00 DO EA 1 9999.0014 Inlet P�tection 00 00 00 EA 4 TOTAL UNIT III: DRAINAGE IMPROVEMENTS UNIT Il'' PA\'MG IMPROVFMENTS 3211.0400 Hydrated Lime (54 Ibs/sy) 32 11 29 3211.0502 8" Lime Treatment 32 11 29 9999.0015 7.5" Conc Pvmt 00 00 00 3213.0302 4" Conc Sidewalk 32 13 20 3213.0501 Barrier Free Ramp, Type R-1 32 13 20 3213.0506 Barrier Free Ramp, Type P-1 32 13 20 3291.0100 Topsoil � 3Z 9� �9 3292.0100 Block Sod Placemenl � 32 92 13 9999.0016 Remove Barrirade & Conned to Existing Pavement 00 00 00 Header 9999.0077 Construd Type III Barticade 9999.0018 Conslruct Std. Pvmt. Header 9999.0021 Street Sign Pole 9999.0022 REFL PAV MRK 7Y I(Y)(6")(DBL)(SLD) 9999_0023 REFL PAV MRK TY It4V� 24")(SNG SLD) STOP BAR 9999.0024 REFL PAV MRK TY I(VVj�24")(SNG��SLD) IiB�{6"1(DBL1�SLDJ CROSS WALK 32 �.2103 REFL Raised Marker TY II-A-A 9999.D025 Slreet Sion Wt t-2 9999.0026 Street Si�Vd16-7PL 9999.D027 Sf�e¢t SI9n R2-1 00 00 00 00 00 OD 00 00 OD 00 00 00 00 00 00 00 DO 00 I Specification Section No. I Unit of I g�d Quantity Measure UNIT II: SANITARY SEWER IMPR(���fAENTS 33 0� LF 451 33 01 30 EA 2 33 05 70 LF 451 33 O5 15 EA 2 33 11 10, 33 31 12, 33 31 20 LF 371 33 11 10, 33 31 12, 33 31 20 LF 44 33 11 10 LF 36 33 39 60 VF 14.5 33 39 10, 33 39 20 EA 1 33 39 10, 33 39 20 VF 16.3 00 OD 00 EA 1 00 DO 00 LF 22 TOTAL UNIT II: SANITARY SEAER IMPROVEMENTS Bidder's Application Bidder's Proposel UnitPrice I BidValue $4.00 $200.00 $2.00 $350.00 $sz.oe $102.00 $162.00 $465.00 $4,800.00 $225.00 $5,800.00 $320.OQ $1,804.00 $400.00 $902.00 $700.00 $34,132.00 $4,488.00{ $5,832.001 $7,032.50� $4,800.001 $3,667.50� $s,soa.00i $7,04�.��1 $76,598.00� $2.D0 $1,000.00 $75.00 $85.00 $105.00 $120.00 $5,500.00 $4,000.00 $145.00 $4,000.00 $200.00 TN 179 $275.00 SY 6643 $5.00 SY 6321 $66.00 SF 1602R $4.25 EA 4 $3,400.00 EA 2 $3,200.00 CY 285 $28.00 SY 1707 $8.00 EA � $7,000.00 EA 1 $800.00 LF 29 $25.00 EA 5 $300.00 LF 1289 $4.00 LF 46 $2D.00 EA 24 32 17 23 EA 33 00 00 00 EA 2 00 00 00 EA 2 00 00 00 EA 1 TQTAL I INIT IV: PAVINS3 IMPROVEMENTS $15D.00 $5.00 $850.00 $850.00 $850.00 $1,962.00� $2,000.00 $7,650.00 $57,290.00 $12,075.00 $10,800.00 $11,000.00 $16,OOD.00 $1,595.OD $4,000.00 $800.00 $125,172.001 $49,225.00 $33,215.00 $429,828.00 $68,110.50 $13,600.00 $6,400.00 $7,980.00 $13,656.00 $1,000.00 $soo.oa� $�2s.001 $�,500.00� $s, i ss.00� $92D.OD $3,60D.00 $165.00 $1,700.00 $1,700.00 $850.00 $640,130.50 CITY OP FORT WORTH STANDARD CON57RUCTTON SPECIFICATION WI:IJMENTS - DEVELOPER AWARDED PROlECfS Fnlm Version May 22, 2019 00 42 43 Bid Roposal_DAP_ Updaled 2025111 I WAGON TRNN iRAIL DAP-BIDPROPOSPI. Yege 7 of � SECTION 00 42 43 Developer Awarded Projecis - PROPQSAL fORM Madero, Phase 13, Wagon Train Trail Infrastructure UNIT PRICE BID Bidder's Application IProject Item Infortnadon Bidders Proposal I IBidlist Irem Description I Specification Section No. I Unit of I g�d Quantiry Unit Price I Bid Value I No. Measure I Bid Summary � � UNIT II: SANITARY SEWER IMPROVEMENTS � $76,598.001 � UNIT III: DRAINAGE IMPROVEMENTS � $125,172.00I � UNIT IV: PAVING IMPROVEMENTS $640,130.50� Total Construction Bid� $841,900.50� Madero Phase 13 Total Canstructiarc Bid � $7,880,7'10.75 � This Bid ie submitted by the entity named below: BIDDER: Conatser Cons[rucNon TX, L.P. 5327 Wichita S[reet Fort Wotlh, T% 76119 Con[rac[or agrees m complete WORK far FINAL ACCEPTANCE wit6in CON7RAC1' commences to run as pruvided io �he General CondiHons. BY: �Y�i� f � t�l�%� 1 Yl S ♦ .r� TITLE: '� I��s I �ATE: 11 /11 /2025 �working days aRer the date when Me EIVD OF SECCION CITY OF FORT WORTH STANDARD CON5IRUCTfON SPECIPICA710N DOCi1MEl�iCS - DEVELOPER AW.4R�ED FROIECiS Fo�m Version May 22. 2D19 00 92 93 Bid Propaaal DAP_Updeted 7A2i111 I FORT ��RTH� City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: GBTM SENDERA, LLC Subject of the Agreement: cFA M&C Approved by the Council? * Yes ❑ No 8 If �so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes ❑ No 8 If so, provide the original contract number and the amendment number. Is the Contract "PermanenY'? *Yes 8 No ❑ If �unsure, see back page for pernianent contract listing. Is this entire contract Confidential? *Yes ❑ No 8 If only specific information is Confidential, please list what information is Confidential and the page it is located. Effective Date: Expiration Date: If different from the approval date. If applicable. Is a 1295 Form required? * Yes ❑ No 8 *If �so, please ensure it is attached to the approving M&C or attached to the contract. Proj ect Number: If applicable. 105694 *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes 8 No ❑ Contracts need to be routed for CSO processin� in the followin� order: 1. Katherine Cenicola (Approver) 2. Jannette S. Goodall (Signer) 3. Allison Tidwell (Form Filler) *Indicates the information is required and if the information is not provided, the contract will be returned to the department.