Loading...
HomeMy WebLinkAboutContract 57853 Received Date: Jul 19, 2022 Received Time: 1:41 pm Developer and Project Information Cover Sheet: Developer Company Name: CRP/CHI Heritage Trace Owner,L.P. Address, State,Zip Code: 3819 Maple Avenue,Dallas,Texas 75219 Phone &Email: 214-661-8094,bcooper@chindustrial.com Authorized Signatory,Title: John B. Cooper,Vice President Project Name: Heritage Trace Parkway Brief Description: Water, sewer,paving, storm drain and street lights Southeast corner of Blue Mound Road and Heritage Trace Project Location: Parkway in Fort Worth,Texas Plat Case Number: Plat Name: Mapsco: 20Y Council District: 2 CFA Number: 22-0015 City Project Number: 103620—IPRC21-0142 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth,Texas Page 1 of 19 Standard Community Facilities Agreement Rev.9/21 City Contract Number: 57853 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 CRP/CHI Heritage Trace Owner, L.P., a Delaware limited partnership ("Developer"), acting by and through its duly authorized representative. City and Developer are referred to herein individually as a"party" and collectively as the "parties." WHEREAS, Developer is constructing private improvements or subdividing land within the corporate limits of Fort Worth, Texas or its extraterritorial jurisdiction, for a project known as Heritage Trace Parkway("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") effective 6/1/19, as amended, is incorporated into this Agreement by reference, as if it was fully set out herein. Developer agrees to comply with all provisions of the CFA Ordinance in the performance of Developer's duties and obligations pursuant to this Agreement and to cause all contractors hired by Developer to comply with the CFA Ordinance in connection with the work performed by the contractors. If a conflict exists between the terms and conditions of this Agreement and the CFA Ordinance,the CFA Ordinance shall control. City of Fort Worth,Texas Page 2 of 19 Standard Community Facilities Agreement Rev.9/21 2. Incorporation of Engineering Plans The engineering plans for the Improvements that have been approved by the City ("Engineering Plans")are incorporated into this Agreement by reference as if fully set out herein. Developer shall provide at its expense, unless otherwise agreed to by City, all engineering drawings and documents necessary to construct the Improvements required by this Agreement. 3. Description of Improvements; Exhibits and Attachments The following exhibits describe the general location, nature and extent of the Improvements that are the subject of this Agreement and are attached hereto and incorporated herein by reference: ❑X Exhibit A: Water ❑X Exhibit A-1: Sewer ❑X Exhibit B: Paving ❑X Exhibit 13-1: Storm Drain ❑X Exhibit C: Street Lights& Signs The Location Map and Cost Estimates are also attached hereto and incorporated herein by reference. To the extent that Exhibits A,A-1,B,B-1,C,the Location Map,or the Cost Estimates conflict with the Engineering Plans,the Engineering Plans shall control. If applicable,Attachment 1 —Changes to Standard Community Facilities Agreement, Attachment 2 —Phased CFA Provisions, and Attachment 3 — Concurrent CFA Provisions,are attached hereto and incorporated herein for all purposes. 4. Construction of Improvements Developer agrees to cause the construction of the Improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and specifications, the Engineering Plans, the Cost Estimates provided for the Improvements, and this Agreement. Developer acknowledges that City will not accept the Improvements until the City receives affidavits and lien releases signed by Developer's contractors verifying that the contractors, and all subcontractors and material suppliers, have been paid in full for constructing the Improvements, and consent of the surety on payment and performance bonds provided for the Improvements. 5. Financial Guarantee Developer has provided the City with a financial guarantee in the form and amounts set forth in this Agreement which guarantees the construction of the Improvements and payment by Developer of all contractors, subcontractors, and material suppliers for the Improvements ("Financial Guarantee"). Developer shall keep the Financial Guarantee in full force and effect until released by the City and shall not reduce the amount of the Financial Guarantee unless authorized by the City in accordance with the CFA Ordinance. City of Fort Worth,Texas Page 3 of 19 Standard Community Facilities Agreement Rev.9/21 6. Completion Deadline; Extension Periods This Agreement shall be effective on the date this Agreement is executed by the City's Assistant City Manager("Effective Date"). Developer shall complete construction of the Improvements and obtain the City's acceptance of the Improvements within two (2) years of the Effective Date ("Term"). If construction of the Improvements has started during the Term, the Developer may request that this Agreement be extended for an additional period of time("Extension Period"). All Extension Periods shall be agreed to in writing by the City and the Developer as set forth in a written amendment to this Agreement. 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 and does not cure said breach within a reasonable time after written notice from the City,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 19 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 or in excess of the amounts required by the City's standard specifications and contract documents for developer-awarded infrastructure construction contracts. The City must be named as an additional insured on all insurance policies. The Developer must provide the City with a Certificate of Insurance (ACORD or form approved by the State of Texas), supplied by each contractor's insurance provider,which shall be made a part of the Project Manual. (e) Developer will require the Developer's contractors to give forty-eight(48) hours' advance notice of their intent to commence construction of the Improvements to the City's Construction Services Division so that City inspection personnel will be available. Developer will require Developer's contractors to allow construction of the Improvements to be subject to inspection at any and all times by the City's inspectors. Developer will require Developer's contractors to not install or relocate any sanitary sewer, storm drain,or water pipe unless a City inspector is present and gives consent to proceed, and to allow such laboratory tests as may be required by the City. (f) Developer will not allow Developer's contractors to begin construction of the Improvements until a notice to proceed to construction is issued by the City. (g) Developer will not allow Developer's contractors to connect buildings to service lines of sewer and water mains constructed pursuant to this Agreement, if any, until said sewer, water mains and service lines have been completed to the satisfaction of the City. 10. Utilities Developer shall cause the installation or adjustment of utilities required to: (1) serve the Project; and (2) to construct the Improvements required herein. City shall not be responsible for payment of any City of Fort Worth,Texas Page 5 of 19 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. II. 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,INCLUDING 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 PROPERLY SAFEGUARD THE WORK, OR ONACCOUNT OFANYACT,INTENTIONAL OR OTHERWISE, NEGLECT OR MISCONDUCT OF SAID DEVELOPER, ITS CONTRACTORS, SUB-CONTRACTORS, OFFICERS, AGENTS OR EMPLOYEES, WHETHER OR NOT SUCHINJURIES,DEATH OR DAMAGESARE 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,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,SER PANTS, 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 ASA RESULT OF SAID CONTRACTORS' FAILURE TO COMPLETE THE WORK AND CONSTRUCT THE IMPROVEMENTS IN A GOOD AND WORKMANLIKE MANNER, FREE FROM DEFECTS,IN CONFORMANCE WITH THE CFA ORDINANCE,AND IN ACCORDANCE WITH ALL PLANS AND SPECIFICATIONS. City of Fort Worth,Texas Page 6 of 19 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 financial guarantee will not be released by the City or returned to the Developer until reconciliation has been completed by the City and any fees owed to the City have been paid by the Developer. 15. Material Testing The City maintains a list of pre-approved material testing laboratories.The Developer must contract with material testing laboratories on the City's list. Material testing laboratories will provide copies of all test results directly to the City and the Developer. If the Improvements being constructed fail a test, the Developer must corrector replace the Improvements until the Improvements pass all retests. The Developer must pay the material testing laboratories directly for all material testing and retesting.The City will obtain proof from the material testing laboratories that the material testing laboratories have been paid in full by the Developer before the City will accept the Improvements. 16. Notices All notices required or permitted under this Agreement may be given to a party by hand-delivery or by mail, addressed to such party at the address stated below. Any notice so given shall be deemed to have been received when deposited in the United States mail so addressed with postage prepaid: CITY: DEVELOPER: Development Coordination Office CRP/CHI Heritage Trace Owner,L.P. City of Fort Worth 3819 Maple Avenue 200 Texas Street Dallas,Texas 75219 Fort Worth,Texas 76102 Attn: Brad Cooper City of Fort Worth,Texas Page 7 of 19 Standard Community Facilities Agreement Rev.9/21 With copies to: With copy to: City Attorney's Office Winstead PC City of Fort Worth 500 Winstead Building 200 Texas Street 2728 N.Harwood Street Fort Worth,Texas 76102 Dallas,Texas 75201 Attn: Greg A.Zimmerman,Esq. and City Manager's Office City of Fort Worth 200 Texas Street Fort Worth,Texas 76102 Or to such other address one party may hereafter designate by notice in writing addressed and mailed or delivered to the other party hereto. 17. Right to Audit Developer agrees that, until the expiration of three (3) years after acceptance by the City of the Improvements constructed pursuant to this Agreement, that the City shall have access to and the right to examine any directly pertinent books, documents, papers and records of the Developer involving transactions relating to this Agreement. Developer agrees that the City shall have access during normal working hours to all necessary Developer facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. The City shall give Developer reasonable advance notice of intended audits. Developer further agrees to include in all contracts with Developer's contractors for the Improvements a provision to the effect that the contractor agrees that the City shall,until the expiration of three (3)years after final payment under the contract,have access to and the right to examine any directly pertinent books, documents,papers and records of such contractor, involving transactions to the contract, and further,that City shall have access during normal working hours to all of the contractor's facilities,and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City shall give Developer's contractors reasonable advance notice of intended audits. 18. Independent Contractor It is expressly understood and agreed that Developer and its employees, representative, agents, servants,officers,contractors,subcontractors,and volunteers shall operate as independent contractors as to all rights and privileges and work performed under this Agreement, and not as agents, representatives or employees of the City. Subject to and in accordance with the conditions and provisions of this Agreement, Developer shall have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers. Developer acknowledges that the doctrine of respondeat superior shall not apply as between the City and its officers, representatives, agents, servants and employees, and Developer and its employees, representatives, agents, servants, officers, contractors, City of Fort Worth,Texas Page 8 of 19 Standard Community Facilities Agreement Rev.9/21 subcontractors, and volunteers. Developer further agrees that nothing herein shall be construed as the creation of a partnership or joint enterprise between City and Developer. It is further understood that the City shall in no way be considered a co-employer or a joint employer of Developer or any employees, representatives,agents,servants,officers,contractors,subcontractors,and volunteers of Developer.Neither Developer,nor any officers,agents,servants,employees or subcontractors of Developer shall be entitled to any employment benefits from the City. Developer shall be responsible and liable for any and all payment and reporting of taxes on behalf of itself, and any of employees,representatives, agents, servants,officers, contractors, subcontractors, and volunteers. The City, through its authorized representatives and employees, shall have the sole and exclusive right to exercise jurisdiction and control over City employees. 19. Applicable Law;Venue This Agreement shall be construed under and in accordance with Texas law. Venue shall be in the state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas,Fort Worth Division. 20. Non-Waiver The failure of the City to insist upon the performance of any term or provision of this Agreement or to exercise any right herein conferred shall not be construed as a waiver or relinquishment to any extent of City's right to assert or rely on any such term or right on any 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. Review of Counsel City and Developer, and if they so choose,their attorneys,have had the opportunity to review and City of Fort Worth,Texas Page 9 of 19 Standard Community Facilities Agreement Rev.9/21 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 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 2274 of the Texas Government Code,as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2, 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 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Developer certifies that Developer's signature provides written verification to the City that Developer: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 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 against a firearm entity or firearm trade association,""firearm entity" and"firearm trade association"have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg.,R.S., S.B. 19, § 1. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Developer certifies that Developer's signature provides written verification to the City that Developer: (1) does not have a practice,policy, guidance, or directive that discriminates against a firearm entity or firearm trade association;and(2)will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. City of Fort Worth,Texas Page 10 of 19 Standard Community Facilities Agreement Rev.9/21 28. Immigration and Nationality Act Developer shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Developer shall provide City with copies of all 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'SEMPLOYEES,SUBCONTRACTORS,AGENTS,OR LICENSEES. City,upon written notice to Developer, shall have the right to immediately terminate this Agreement for violations of this provision by Developer. 29. Amendment No amendment,modification, or alteration of the terms of this Agreement shall be binding unless the same is in writing,dated subsequent to the date hereof, and duly executed by the City and Developer. 30. Assignment and Successors Developer shall not assign or subcontract all or any part of its rights,privileges,or duties under this Agreement without the prior written consent of City. Any attempted assignment or subcontract without the City's prior written approval shall be void and constitute a breach of this Agreement. 31. No Third-Party Beneficiaries The provisions and conditions of this Agreement are solely for the benefit of the City and Developer, and any lawful assign or successor of Developer, and are not intended to create any rights, contractual or otherwise,to any other person or entity. 32. Compliance with Laws,Ordinances,Rules and Regulations Developer, its officers, agents, servants, employees, and contractors, shall abide by and comply with all laws, federal, state and local, including all ordinances, rules and regulations of City. It is agreed and understood that, if City calls to the attention of Developer any such violation on the part of Developer or any of its officers, agents, servants, employees, or subcontractors, then Developer shall immediately desist from and correct such violation. 33. Signature Authority 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 City of Fort Worth,Texas Page 11 of 19 Standard Community Facilities Agreement Rev.9/21 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 19 Standard Community Facilities Agreement Rev.9/21 36. Cost Summary Sheet Project Name: Heritage Trace Parkway CFA No.: 22-0015 City Project No.: 103620 IPRC No.: IPRC21-0142 Items Developer's Cost A. Water and Sewer Construction 1. Water Construction $ 444,145.40 2. Sewer Construction $ 676,604.00 Water and Sewer Construction Total $ 1,120,749.40 B. TPW Construction 1. Street $ 2,001,231.00 2. Storm Drain $ 1,021,181.00 3. Street Lights Installed by Developer $ 198,478.98 4. Signals $ - TPW Construction Cost Total $ 3,220,890.98 Total Construction Cost(excluding the fees): $ 4,341,640.38 Estimated Construction Fees: C. Construction Inspection Service Fee $112,500.00 D. Administrative Material Testing Service Fee $11,760.00 E. Water Testing Lab Fee $750.00 Total Estimated Construction Fees: $ 126,010.00 Choice Financial Guarantee Options, choose one Amount (Mark one) Bond= 100% $ 4,341,640.38 X Completion Agreement= 100%/Holds Plat $ 4,341,640.38 Cash Escrow Water/Sanitary Sewer= 125% $ 1,400,936.75 Cash Escrow Paving/Storm Drain= 125% $ 4,026,113.73 Letter of Credit= 125% $ 5,427,050.48 City of Fort Worth,Texas Page 13 of 19 Standard Community Facilities Agreement Rev.9/21 IN WITNESS WHEREOF,the City and Developer have each executed this Agreement by their duly authorized signatories to be effective on the date executed by the City's Assistant City Manager. CITY OF FORT WORTH DEVELOPER b L5=L� CRP/CHI HERITAGE TRACE OWNER, Dana Burghdoff( 18,20 2 19:27 CDT) L.P.,a Delaware limited partnership Dana Burghdoff Assistant City Manager By: CRP/CHI HERITAGE TRACE GP, Jul 18, 2022 L.L.C.,a Delaware limited liability Date: company,its general partner Recommended by: By: CRP/CHI HERITAGE TRACE VENTURE, L.L.C.,a Delaware limited Abu liability company,its sole member Dwayne HollarsBichson Nguyen By: CHI NORTH TEXAS 110 HERITAGE Contract Compliance Specialist TRACE,L.P., a Delaware limited Development Services partnership,its administrative member By: CHI DEVELOPMENT GP,L.L.C., a Delaware limited liability company, Approved as to Form&Legality: its general partner Richard A.McCracken(Jul 18,2022 12:31 CDT) By: J n B.Cooper(Jul 18,2022 10:49 DT) Richard A.McCracken Name: John B. Cooper Sr.Assistant City Attorney Title: Vice President M&C No. NSA Date: Jul 18, 2022 Date: Form 1295: N/A ATTEST: av,�G Contract Compliance Manager: gr Ronald P.Gonzales(Jul 19,2022 13: inl ger: DT) C Janette S. Goodall oa��FORr��a �. F°°°°°°°° l �a By signing,I acknowledge that I am the person City Secretary Oo °° p d �A .0 0, responsible for the monitoring and 0,0o %�p administration of this contract,including 0 o �a ensuring all performance and reporting °° a °°° `y requirements. i�nEXASbQp �Gi�Gt�1`IG ffOGG�l�D� Dwayne Kollars for(Jul 18,20221 :10 CDT) Janie Scarlett Morales Development Manager City of Fort Worth,Texas OFFICIAL RECORD Page 14 of 19 Standard Community Facilities Agreement CITY SECRETARY Rev.9/21 FT. WORTH, TX The following attachments are incorporated into this Agreement. To the extent a conflict exists between the main body of this Agreement and the following attachments, the language in the main body of this Agreement shall be controlling. Included Attachment ❑X Attachment 1 -Changes to Standard Community Facilities Agreement ❑X Attachment 2—Phased CFA Provisions ❑ Attachment 3 —Concurrent CFA Provisions ❑X Location Map ❑X Exhibit A: Water Improvements ❑X Exhibit A-1: Sewer Improvements ❑X Exhibit B: Paving Improvements ❑X Exhibit B-1: Storm Drain Improvements ❑X Exhibit C: Street Lights and Signs Improvements ❑X Cost Estimates (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Page 15 of 19 Standard Community Facilities Agreement Rev.9/21 ATTACHMENT"1" Changes to Standard Community Facilities Agreement City Proj ect No. 103620 Negotiated changes included in the body of the agreement City of Fort Worth,Texas Page 16 of 19 Standard Community Facilities Agreement Rev.9/21 ATTACHMENT"2" Phased CFA Provision City Project No. 103620 The improvements being constructed by Developer pursuant to this Agreement will be dependent upon improvements Developer will construct under a separate Community Facilities Agreement, City Project Number 104079 - Heritage Trace Pkwy Logistics Park- Lft Turn Lanes. Therefore, this Agreement shall be considered a "Phased CFA" and the provisions contained in this Attachment 2 shall apply to this Agreement. The improvements being constructed by Developer under the separate Community Facilities Agreement 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. The City will not accept the improvements this CFA until the improvements in the Parent Project are constructed, including any punch list items, inspected by the City and the City determines that the improvements are ready for acceptance by the City. 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 modification of one or more commercial buildings or structures, the Developer shall not receive a Certificate 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 City of Fort Worth,Texas Page 17 of 19 Standard Community Facilities Agreement Rev.9/21 Agreement does not entitle Developer to obtain a final plat of the property until 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 ANY AND ALL ECONOMICDAMAGESPROPERTYLOSS,PROPERTYDAMAGESAND PERSONAL INJURY, (INCLUDING DEATH), OFANYKIND OR CHARACTER, WHETHER REAL ORASSERTED. DEVELOPERHEREBYEXPRESSLYRELEASESANDDISCHARGES CITY FROM ANY AND ALL LIABILITY FOR DAMAGES, INCLUDING, BUT NOT LIMITED TOANYANDALL ECONOMICDAMAGES,PROPERTYLOSS,PROPERTY DAMAGE AND PERSONAL INJURY(INCL UDING DEATH)ARISING OUT OF OR IN CONNECTION WITH,DIRECTLY OR INDIRECTLY, THE CONSTRUCTION OF THE IMPROVEMENTS OR DEVELOPER'S DECISION TO CONSTRUCT A PHASED CFA. DEVELOPER,ATITS SOLE COSTAND EXPENSE,AGREES TO AND DOES HEREBY INDEMNIFY, DEFEND PROTECT, AND HOLD HARMLESS CITY, AND CITY'S OFFICERS, REPRESENTATIVES, AGENTS, EMPLOYEES, AND SERVANTS FOR, FROMANDAGAINSTANYANDALL CLAIMS(WHETHERATLA W ORINEQUITY), LIABILITIES, DAMAGES (INCLUDING ANY AND ALL ECONOMIC DAMAGES, PROPERTYLOSS, PROPERTY DAMAGES 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 INANY WA Y 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 IN PART BY THE CONSTRUCTIONS OF THE IMPROVEMENTS OR DEVELOPER'S CHOICE TO CONSTRUCT A PHASED CFA 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. [Signature on following page] City of Fort Worth,Texas Page 18 of 19 Standard Community Facilities Agreement Rev.9/21 CRP/CHI HERITAGE TRACE OWNER,L.P.,a Delaware limited partnership By: CRP/CHI HERITAGE TRACE GP,L.L.C.,a Delaware limited liability company,its general partner By: CRP/CHI HERITAGE TRACE VENTURE, L.L.C., a Delaware limited liability company,its sole member By: CHI NORTH TEXAS 110 HERITAGE TRACE,L.P.,a Delaware limited partnership, its administrative member By: CHI DEVELOPMENT GP,L.L.C., a Delaware limited liability company, its general partner By: joA B.Cooper(Jul 18,202210:49 DT) Name: John B. Cooper Title: Vice President City of Fort Worth,Texas Page 19 of 19 Standard Community Facilities Agreement Rev.9/21 EXHIBIT - VICINITY MAP N \ ® P I NEE LE TRL G✓ sy PROPOSED SITE y� \ RHURST TRL z o O z g Z) _j] m 1 6 OPPE C DR MAPSCO NO. 20Y(p. 1020) CITY PROJECT NO. 103620 0 1000, 2000' GRAPHIC SCALE-1"=1000' N ■■■ HERITAGE TRACE PARKWAY OWIVED/DEVELOPED BY: NEE HALFF FORT WORTH,TEXAS CROW HOLDINGS INDUSTRIAL CONTACT: BRAD COOPER 4000 FOSSIL CREEK BLVD 3819 MAPLE AVENUE FORT WORTH,TEXAS 76137-2720 CPNI: 103620 DALLAS. TX 75219 TERT 17)847-1422 DATE: 06/20/2022 TEL (214) 661-8094 TBPE FIRM#F-312 AVO:42415 EMAIL* BCOOPER®CHINDUSTRIALCOM EXHIBIT A: WATER (SHEET 1 OF 2) RELOCATE 8" BLOW OFF VALVE PUBLIC 12" WATER `EX�gg, LATERAL CONNECTION TO EX. 48" WATER LINE � EXISTING 16" DI WATER LINE, X-9482, T PW83-060830151010 GF T o o zo� - PUBLIC 12" �� W J WATER LINE _ Lu m co m > ~ EX 30.0'WATER — — Z x EASEMENT U Q EX. 16" " R WATER PRIVATE 2" LINE = WATER LINE CONNECTION TO BUILDING Qc EXISTING 16" DI WATER LINE, X-9482, PW83-060830151010 TIMBERHURST TRAIL PRIVATE 10" � � WATER LINE LEGEND: PROPOSED WATER EXISTING 16"WATER -EX 16"WTR- EXISTING 48"WATER -EX 48"WTR- 0 200' 400' GRAPHIC SCALE-1"=200' N ■ ■ HERITAGE TRACE PARKWAY OWNED/DEVELOPED BV: ■� HALFF FORT WORTH,TEXAS CROW HOLDINGS INDUSTRIAL CONTACT: BRAD COOPER 4000 FOSSIL CREEK BLVD 3819 MAPLE AVENUE FORTWORTH,TEXAS 76137-2720 CPN: 103620 DALLAS. TX 75219 TEL(817)847-1422 7DATE: 06/20/2022L M_ (214) 661-8094 TBPE FIRM#F-312 AVO: 42415 EMAIL: BCOOPERACHINDUSTRIAL.COM EXHIBIT A: WATER (SHEET 2 OF 2) 9 0- cti 1011,,� PUBLIC 12" \ WATER LATERAL \ \\ \ EX. 48" WATER LINE \\\ \ PUBLIC 6" \ \ / / \ WATER LATERAL \ W P PRK \ W HERI AT GE T� PUBLIC WATER LINE \ \ W \ Z - \ H PRIVATE WATER LINE PRIVATE 10" BUILDING WATER LINE LEGEND: PROPOSED WATER EXISTING 16"WATER -EX 16"WTR- EXISTING 48"WATER -EX 48"WTR- 0 200' 400' GRAPHIC SCALE-1"=200' N ■ ■ HERITAGE TRACE PARKWAY OWNED/DEVELOPED BY ■0 CROW HOLDINGS INDUSTRIAL HALFF. FORT WORTH,TEXAS CONTACT: BRAG COOPER 4000 FOSSIL CREEK BLVD 3819 MAPLE AVENUE FORT WORTH,TEXAS 76137-2720 CPN: 103620 DALLAS. TX 75219 TEL(817)847-1422 7DATE: 06/20/2022L M_ (214) 661-8094 TBPE FIRM#F-312 AVO: 42415 EMAIL: BCOOPERACHINDUSTRIAL.COM EXHIBIT A-1 : SEWER (SHEET 2 OF 2) CONNECT TO EXISTING 15" PVC SANITARY SEWER LINE, X-12855, PS80-070800130650 a O � R9cF pgRK\\� PUBLIC 8" uGROUTED ROCK wq y SEWER Z RIPRAP \ LATERAL o W 0 � c) Lu z L6 W PUBLIC 8" \�\ D o co SEWER LINE O 0 \� 04 w x w J J co ui W > w ` w I EX 15.0' SEWER PUBLIC 8" — s EASEMENT SEWER LINE Z U Q EX. 15" w SEWER zi LINE _ BUILDING w TIMBERHURST TRAIL Y LEGEND: PROPOSED SEWER EXISTING SEWER -EX SS- GROUTED ROCK RIPRAP 0 200' 400' GRAPHIC SCALE-1"=200' N ■ ■ HERITAGE TRACE PARKWAY OWNED/DEVELOPED BV: ■� HALFF FORT WORTH,TEXAS CROW HOLDINGS INDUSTRIAL CONTACT: BRAD COOPER 4000 FOSSIL CREEK BLVD 3819 MAPLE AVENUE FORT WORTH,TEXAS 76137-2720 CPN: 103620 DALLAS. TX 75219 TEL(817)847-1422 7DATE: 06/20/2022L M_ (214) 661-8094 TBPE FIRM#F-312 AVO: 42415 EMAIL: BCOOPERACHINDUSTRIAL.COM EXHIBIT A-1 : SEWER (SHEET 2 OF 2) 0 .0, "Oil,'z 9 PUBLIC 8" \ SEWER LATERAL \\\ PUBLIC 8" SEWER LATERAL Ui W HERITAGE PUBLIC 8" 1 \ W _ SEWER LINE \ J PUBLIC 8" < SEWER LINE \ BUILDING LEGEND: PROPOSED SEWER 0 200' 400' GRAPHIC SCALE-1"=200' N ■ ■ HERITAGE TRACE PARKWAY 0VVNED/DEVEL0PED BY ■0 CROW HOLDINGS INDUSTRIAL HALFF. FORT WORTH,TEXAS CONTACT: BRAG COOPER 4000 FOSSIL CREEK BLVD 3819 MAPLE AVENUE FORT WORTH,TEXAS 76137-2720 CPN: 103620 DALLAS. TX 75219 TEL(817)847-1422 7DATE: 06/20/2022L TEL- (214) 661-8094 TBPE FIRM#F-312 AVO: 42415 EMAIL: BCOOPERACHINDUSTRIAL.COM EXHIBIT B: PAVING (SHEET 1 OF 2) I FUTURE PAVEMENT IMPROVEMENTS IN CONCURRENT CFA PROJECT CPN 104079 TEMPORARY FUTURE PAVEMENT a ASPHALT IMPROVEMENTS PAVEMENT yFR/T,�GF T o 10' SIDEWALK, TYP. K�Ay CONCRETE I I ROADWAY o P-1 RAMPS, PAVEMENT o TYP. = I ! N z H W O � w x — � m co =_ Of _ _ PROPOSED co DRIVEWAY, flTM I TYP. U I - REMOVE CURB AND GUTTER, TYP. a = BUILDING 1 - TIMBERHURST TRAIL o LEGEND: PROPOSED ROAD PAVEMENT PROPOSED TEMPORARY ASPHALT PAVEMENT PROPOSED SIDEWALK PROPOSED CURB AND GUTTER PROPOSED DRIVEWAY REMOVAL 0 200' 400' GRAPHIC SCALE-1"-200' N ■■■ HERITAGE TRACE PARKWAY OWNED/DEVELOPED BY: MEN HALFF FORT WORTH,TEXAS CROW HOLDINGS INDUSTRIAL CONTACT: BRAD COOPER 4000 FOSSIL CREEK BLVD 3819 MAPLE AVENUE FORTWORTH,TEXAS 76137-2720 CPN: 103620 DALLAS. TX 75219 TEL(817)847-1422 7DATE: 06/20/2022L TEL (214) 661-8094 TBPE FIRM#F-312 AVO: 42415 EMAIL: BCOOPER®CHINDUSTRIAL.COM EXHIBIT B: PAVING (SHEET 2 OF 2) INSTALLED BY \ TXDOT PLANS \ G FUTURE PAVEMENT �`po \ Cyr IMPROVEMENTS ROADWAY \\\\ PAVEMENT \\\\ \ \ PROPOSED \ DRIVEWAY, \ P P TYP. FZ� W �Rp,CE ) HERITAGE \ W 1 \ W P-1 RAMPS, Z TYP. Mill 10' SIDEWALK, I I I I I I I I I I I I I I I I \ TYP. I \ BUILDING 2 R LEGEND: PROPOSED ROAD PAVEMENT PROPOSED CURB AND GUTTER REMOVAL PROPOSED SIDEWALK PROPOSED DRIVEWAY 0 200' 400' GRAPHIC SCALE-1"=200' N ■■■ HERITAGE TRACE PARKWAY OWNED/DEVELOPED BY: HALFF FORT WORTH,TEXAS CROW HOLDINGS INDUSTRIAL ::: CONTACT: BRAD COOPER 4000 FOSSIL CREEK BLVD 3819 MAPLE AVENUE FORTWORTH,TEXAS 76137-2720 CPN: 103620 DALLAS. TX 75219 TEL(817)847-1422 7DATE: 06/20/2022L TEL (214) 661-8094 TBPE FIRM#F-312 AVO: 42415 EMAIL: BCOOPER®CHINDUSTRIAL.COM EXHIBIT B-1 : STORM DRAIN (SHEET 1 OF 2) ACCESS ROCK RAMP, TYP. RIPRAP, TYP. s I 21" STORM 36" STORM LATERAL a DRAIN 21" STORM 21" STORM LATERAL � LATERAL 36" STORM DRAIN 21" STORM A\ 8 - 10 x6 LATERAL K�A y 21" STORM STORM LATERAL o CULVERTS 30" STORM = DRAIN 0 \M z 0 N O > \ \\ W _ gJ co = uJ Q W m a FM—TnT ui J 21" STORM ui I — LATERAL U H 30" STORM DRAIN h BUILDING I I - TIMBERHURST TRAIL LEGEND: PRO+OSED STORM DRAIN ROOK RIPRAP APRON ACCESS RAMP 0 200' 400' GRAPHIC SCALE-1"=200' N ■ ■ HERITAGE TRACE PARKWAY OWIVED/DEVELOPED BV: ■� HALFF FORT WORTH,TEXAS CROW HOLDINGS INDUSTRIAL CONTACT: BRAD COOPER 4000 FOSSIL CREEK BLVD 3819 MAPLE AVENUE FORTWORTH,TEXAS 76137-2720 CPN: 103620 DALLAS. TX 75219 TEL(817)847-1422 7DATE: 06/20/2022 TEL- (214) 661-8094 TBPE FIRM#F-312 AVO: 42415 EMAIL: BCOOPERACHINDUSTRIAL.COM EXHIBIT B-1 : STORM DRAIN (SHEET 2 OF 2) 24" STORM CULVERT INSTALLED IN SEPARATE PROJECT \ ® 9�%y��iC 21" STORM / LATERAL � \ \ / 21" STORM o o / DRAINuj \ P P� � ART GE TRPG�� 30" STORM \ — — DRAIN U) \ W U) W Z � — 2 Q BUILDING LEGEND: PROPOSED STORM DRAIN ROO(RIPRAP APRON 0 200' 400' GRAPHIC SCALE-1"=200' N ■ ■ HERITAGE TRACE PARKWAY OWIVED/DEVELOPED BY ■0 CROW HOLDINGS INDUSTRIAL HALFF. FORT WORTH,TEXAS CONTACT: BRAG COOPER 4000 FOSSIL CREEK BLVD 3819 MAPLE AVENUE FORT WORTH,TEXAS 76137-2720 CPN: 103620 DALLAS. TX 75219 TEL(817)847-1422 7DATE: 06/20/2022L TEL: (214) 661-8094 TBPE FIRM#F-312 AVO: 42415 EMAIL: BCOOPERACHINDUSTRIAL.COM EXHIBIT C: STREET LIGHTS & SIGNS (SHEET 1 OF 2) PROPOSED TRAFFIC SIGNAL IN CONCURRENT CFA PROJECT, CPN#104079 240-480 VOLT SINGLE M PHASE METER PEDESTAL PROPOSED GROUND BOX, TYP. STREET LUMINAIRE AND NFj�,/TgGF T FOUNDATION, TYP. o R9CF � PROP E IGN Q � PgRK�q Y � oPROPOS N Q �� \ � I W m co - W Q w m Z II x U BUILDING TIMBERHURST TRAIL LEGEND: '. PROPOSED STREET LIGHT PROPOSED CONDUIT R3-51- 24TAL METERPEDES (30"X36") m PROPOSED GROUND BOX R4-8B (30"X36") 0 200' 400' M1-6F GRAPHIC SCALE-1"-200' (30"X 30") N ■ ■ HERITAGE TRACE PARKWAY 0WIVED/DEVELOPED BV: ■� HALFF FORT WORTH,TEXAS CROW HOLDINGS INDUSTRIAL CONTACT: BRAD COOPER 4000 FOSSIL CREEK BLVD 3819 MAPLE AVENUE FORT WORTH,TEXAS 76137-2720 CPN: 103620 DALLAS, TX 75219 TEL(817)847-1422 DATE: 06/20/2022 =� TEL. (214) 661-8094 TBPE FIRM#F-312 AVO: 42415 EMAIL: BCOOPERACHINDUSTRIALCOM EXHIBIT C: STREET LIGHTS & SIGNS (SHEET 2 OF 2) IN P \\ W HERITAGE W - \ W \ W GROUND BOX, TYP. U IIIII Q STREET LUMINAIRE AND FOUNDATION, TYP. \ BUILDING LEGEND: (E PROPOSED STREET LIGHT PROPOSED CONDUIT m PROPOSED GROUND BOX 0 200' 400' GRAPHIC SCALE-1"=200' N ■ ■ HERITAGE TRACE PARKWAY 0VVNED/DEVEL0PED BY ■0 CROW HOLDINGS INDUSTRIAL HALFF. FORT WORTH,TEXAS CONTACT: BRAG COOPER 4000 FOSSIL CREEK BLVD 3819 MAPLE AVENUE FORT WORTH,TEXAS 76137-2720 CPN: 103620 DALLAS. TX 75219 TEL(817)847-1422 7DATE: 06/20/2022L TEL: (214) 661-8094 TBPE FIRM#F-312 AVO: 42415 EMAIL: BCOOPERACHINDUSTRIALCOM 00 42 43 DAP-BID PROPOSAL Page 1 of 6 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Unit 1 -Water Improvements Bidlist Specification Unit of Bid Item Description Section No. Measure Quantity Unit Price Bid Value No. 1 0241.1013 Remove 8"Water Line 0241 14 LF 77 $20.00 $1,540.00 2 0241.1351 Salvage and Relocate 8"Blow- 0241 14 EA 1 $18,285.00 $18,285.00 off Valve and Vault 3 3306.0109 Trench Safety 330510 LF 3061 $0.50 $1,530.50 4 3305.0110 Utility Markers 33 05 26 LS 1 $4,560.00 $4,560.00 5 3305.2006 20"Water Carrier Pipe 33 05 24 LF 120 $205.00 $24,600.00 6 3311.0001 Ductile Iron Water Fittings wl 3311 11 TON 2.52 $6,782.50 $17,091.90 Restraint 7 3311.0161 6"PVC Water Pipe 3311 12 LF 173 $38.00 $6,574.00 8 13311.0461 12"PVC Water Pipe 3311 12 LF 3178 $79.00 $251,062.00 9 3312.0001 Fire Hydrant 33 12 40 EA 5 $4,061.00 $20,305.00 10 3312.2203 2"Water Service 33 12 10 EA 4 $3,086.00 $12,344.00 11 3312.3002 6"Gate Valve 33 12 20 EA 5 $1,310.00 $6,550.00 12 3312.3003 8"Gate Valve 33 12 20 EA 1 $1,925.00 $1,925.00 13 13312.3005 12"Gate Valve 33 12 20 EA 17 $2 964.00 $50 388.00 14 3312.4105 12"x 2"Tapping Sleeve& 33 12 25 EA 4 $1,425.00 $5,700.00 Valve 15 3312.4114 16"x 12"Tapping Sleeve& 33 12 25 EA 1 $21,690.00 $21,690.00 Valve Sub-Total Unit 1-Water Improvements $444,145.40 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DELEOPER AWAREDED PROJECTS HERITAGE TRACE PARKWAY From Version May 22,2019 103620 00 42 43 DAP-BID PROPOSAL Page 2 of 6 Project Item Information Bidder's Proposal Unit 2-Sewer Improvements Bidlist Item Description Specification Unit of Bid p Section No. Measure Quantity Unit Price Bid Value No. 1 3137.0104 Medium Stone Riprap, dry 31 37 00 Sy 290 $65.00 $18,850.00 2 3301.0002 Post-CCWTFs-pection 3301 31 LF 2439 $1.00 $2,439.00 3 3301.0101 Manhole Vacuum Testing 33 01 30 EA 15 1 000.00 $15,000,00 4 3305,0109 Trench Safety 330510 LF 2439 $1.00 $2,439.00 5 3305.0110 Utility Markers 33 05 26 LS 1 $1,875.00 $1,875.00 6 3305.0116 Concrete Encasement for 33 05 10 CY 25 $85.00 $2,125.00 Utility Pipes 7 13305.3008 20"Sewer Carrier Pie 33 05 24 LF 110 $225.00 $24,750.00 8 3331.4119 8"DIP Sewer Pie 3311 10 LF 100 $135.00 $13 500.00 9 3331.5301 8"PVC Sewer Pipe,0'to 6' 33 31 20 LF 2289 $100.00 $228,900.00 Misc Only) 10 3331.5321 8"PVC Sewer Pipe,>15' 3331 20 LF 1483 $145.00 $215,035.00 Misc Only),Select Backfill 3311 10, 11 3331.5747 8"Sewer Pipe,CLSM Backfill 3331 12, LF 109 $150.00 $16,350.00 33 31 20 12 3339.0001 Epoxy Manhole Liner 33 39 60 VF 306 285.00 87 210.00 13 3339.1101 5'Manhole 33 39 10, EA 15 $15,00 $225.00 33 39 20 14 3339.1103 5'Extra Depth Manhole 333910, VF 216 $216.00 $46,656.00 333920 15 9999.0100 Connect to Existing Sanitary 33 31 50 EA 1 $1,250.00 $1,250.00 Sewer Line Sub-Total Unit 2-Sewer Improvements $676,604.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DELEOPER AWAREDED PROJECTS HERITAGE TRACE PARKWAY From Version May 22,2019 103620 00 42 43 DAP-BID PROPOSAL Page 3 of 6 Project Item Information Bidder's Proposal Unit 3 -Drainage Improvements Bidlist Specification Unit of Bid Item Description Section No. Measure Quantity Unit Price Bid Value No. 1 3137.0104 Medium Stone Riprap,dry 31 37 00 SY 1178 $66.00 $76 570.00 2 3305.0109 Trench Safety 3305 10 LF 1020 $0.50 $510.00 3 13305.0112 Concrete Collar 3305 17 EA 1 $1,250.00 $1,250.00 4 3339.1001 4'Manhole 33 39 10, EA 7 $5,200.00 $36,400.00 33 39 20 5 3339.1003 4'Extra Depth Manhole 33 39 10, VF 20 $295.00 $5,900.00 33 39 20 6 3341.0201 21"RCP Class III 3341 10 LF 424 164.00 $27 136.00 7 3341.0205 24"RCP Class III 3341 10 LF 95 $73.00 $6 935.00 8 3341.0302 30"RCP Class III 3341 10 LF 1960 $89.00 $174 440.00 9 3341.0309 36"RCP Class III 3341 10 LF 325 $114.00 $37 050.00 10 3341.2003 10x6 Box Culvert 3341 10 LF 600 $671.25 $402 750.00 11 3349.0102 4'Manhole Riser 3349 10 EA 2 $6,602.00 $11 004.00 12 13349.11000 Headwall Box Culvert 33 49 40 CY 260 $800.00 $208 000.00 13 3349.2003 24"Parallel Headwall, 1 pipe 33 49 40 EA 2 $2,789.00 $5,578.00 14 3349.5001 10'Curb Inlet 33 49 20 1 EA 3 $3,690.001 $11 070.00 15 13349.5003 20'Curb Inlet 33 49 20 1 EA 2 $8,294.001 $16 588.00 Sub-Total Unit 3-Drainage Improvements $1,021,181.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DELEOPER AWAREDED PROJECTS HERITAGE TRACE PARKWAY From Version May 22,2019 103620 00 42 43 DAP-BID PROPOSAL Page 4 of 6 Project Item Information Bidder's Proposal Unit 4-Paving Improvements Bidlist Specification Unit of Bid Item Description Section No. Measure Quantity Unit Price Bid Value No. 1 0170.0100 Mobilization 017000 LS 1 $10,000.00 $10,000.00 2 0171.0101 Construction Staking 01 71 23 LS 1 $5.000.00 $5 000.00 3 0241.1000 Remove Asphalt Pvmt 0241 15 SY 32 $15.00 $480.00 4 0241.1300 Remove Asphalt Curb& 0241 15 LF 191 $15.00 $2,865.00 Gutter 5 3110.0101 Site Clearina 31 1000 LS 1 $5,794.13 $5 794.13 6 3123.0101 Unclassified Excavation by 3123 16 CY 20425 $7.95 $162,378.75 Plan 7 13125,0101 SWPPP z 1 acre 31 25 00 LS 1 $20.542.50 $20,542.56 8 3211.0400 Hydrated Lime 32 11 29 TN 16 $243.00 $3 888.00 9 3211.0501 6"Lime Treatment 32 11 29 SY 880 $14.00 $12 320.00 10 3212.0302 2"Asphalt Pvmt Type D 32 12 16 SY 467 5.50 $2 568.50 11 3212.0501 4"Asphalt Base Type B 32 12 16 SY 467 $7.50 $3 502.50 12 3213.0102 7"Conc Pvmt 32 13 13 SY 880 91.00 $80,080.00 13 13213.01104 9"Conc Pvmt 32 13 13 SY 11009 $95.00 $1 045 855.00 14 3213.0301 4"Conc Sidewalk 32 13 20 SF 24048 $6.50 $166 312.00 15 3213.0506 Barrier Free Ramp,Type P-1 32 13 20 EA 14 $2,817.001 $39,438.00 16 3216.0101 6"Conc Curb and Gutter 3216 13 LF 5022 $1.75 $8 788.50 17 32 7.0001 4"SLD Pvmt Marking HAS 32 17 23 LF 405.00 $2.00 $810.00 18 3217.0002 4"SLD Pvmt Marking HAS(Y) 32 1723 LF 3952 $2.00 $7,904.00 19 32N17.0003 4"BRK Pvmt Marking HAS 32 1723 LF 106 $2.83 $299.98 20 V217.0301 12"SLD Pvmt Marking HAE 32 1723 LF 232 $11.64 $2,700.48 21 32117.0501 24"SLD Pvmt Marking HAE 32 1723 LF 39 $16.15 $629.85 22 13217.1002 Lane Legend Arrow 32 17 23 EA 3 $295.00 $885.00 23 3217.1004 Lane Legend Only 32 17 23 EA 2 $350.00 $700.00 24 33217.2103 REEL Raised Marker TY I I-A- 32 1723 EA 196 $5.00 $980.00 25 3291.0100 Topsoil 3291 19 CY 13281 $6.50 $8 632.00 26 3292.0100 Block Sod Placement 32 92 13 SY 87941 $6.00 $52 764.00 27 3292.0400 Seeding,H dromulch 32 92 13 SY 1490 $1.05 $1 564.50 28 3292.0500 Seeding,Soil Retention 32 92 13 SY 1304 $1.75 $2,282.00 Blanket 29 3441.4006 Install Alum Sign Ground 34 41 30 EA 2 $800.00 $1,600.00 Mount 30 3471.0001 Traffic Control 34 7113 MO 12 $12 000.00 $144 000.00 31 8"Conc Base Material 03 34 16 SY 110091 $19.59 $215,666.31 Sub-Total Unit 4-Paving Improvements $2,001,231.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DELEOPER AWAREDED PROJECTS HERITAGE TRACE PARKWAY From Version May 22,2019 t03620 00 42 43 DAP-BID PROPOSAL Page 5 06 Project Item Information Bidder's Proposal Unit 5-Street Lighting Improvements Bidlist Specification Unit of Bid Item Description Section No. Measure Quantity Unit Price Bid Value No. 1 3441.1501 Ground Box Type B 34 41 10 EA 15 $324.56 $4,868.40 2 3441.1636 Install Type 25A Arm 34 41 20 EA 1 28 $981.55 $27,483.40 3441.1772 Furnish/install 240-480 Volt 3 Single Phase Transocket Metered 34 41 20 EA 1 $6,725.96 $6,725.96 Pedestal 4 Rdwy D40 Illum Assmbly TY 18, 18A, 19 and 34 14 20 EA 14 $2,600.00 $35,000.00 5 Rdwy Ilium Foundation TY 3,5,6,and 8 34 41 20 EA 14 $248.79 $3,483.06 6 2605.3118 Furnish/install Conduit- 26 05 33 LF 2664 $25.14 $66,972.96 Schedule 80 PVC 2 Inch Open Cut 7 3441,3201 LED Lighting Fixture 34 41 20 EA 28 $1,915.90 $53 645.20 8 13441.4006 Install Alum Sign Ground 34,41 30 EA 3 $100.00 $300.00 Mount Sub-Total Unit 5-Street Lighting Improvements $198,478.98 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DELEOPER AWAREDED PROJECTS HERITAGE TRACE PARKWAY From Version May 22,2019 103620 00 42 43 DAP-BID PROPOSAL Page 6 of 6 Bid Summary Base Bid UNIT 1:WATER IMPROVEMENTS $444,145A0 UNIT 2:SEWER IMPROVEMENTS $676,604.00 UNIT 3: DRAINAGE IMPROVEMENTS $1,021,181.00 UNIT 4: PAVING IMPROVEMENTS $2,001,231.00 UNIT 5: STREET LIGHTING IMPROVEMENTS $198,478,98 Total Base Bid 1 $4 341 640.38 This Bid is submitted by the entity named below: BIDDER: BY: Kevin Mezger THE RIDGEMONT COMPANY,d/b/a RIDGEMONT COMMERCIAL CONSTRUSTION A Texas Corporation L� Signature 1520 W.Walnut Hill Lane TITLE: Director of Retail&Automotive/Principal Irving,TX 75038 DATE: '4 / 1 1'Zv Contractor agrees to complete WORK for FINAL ACCEPTANCE 360 worldng days after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DELEOPER AWAREDED PROJECTS HERITAGE TRACE PARKWAY From Version May 22,2014 t03620