Loading...
HomeMy WebLinkAboutContract 62368Received Date: 11 /27/2024 Received Time: 8 :18 a.m. Developer and Project Information Cover Sheet: Developer Company Name: HT HWY 114 Development LP Address, State, Zip Code: 2700 Commerce Street, Suite 1600, Dallas, TX 75226 Phone & Email: 972-716-2900; rob.witte@hines.com Authorized Signatory, Title: Robert W. Witte, Senior Managing Director Project Name: Sam Reynolds Road Brief Description: Water, Paving, Storm Drain, and Street Light Improvements Project Location: 114 & Sam Reynolds Rd Plat Case Number: PP-23-013 Plat Name: Tradition Mapsco CFA Number: 641 D, G, H, I, Council District: ETJ M 24-0163 City Project Number: 105379 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas Page 1 of 21 Standard Community Facilities Agreement Rev. 9/21 City Contract Number: 62368 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 HT HWY 114 Development LP ("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 Sam Reynolds Road ("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, the Improvements being constructed pursuant to this Agreement are the subject of a Development Agreement, City Secretary Contract Number 47477, as amended ("Development Agreement"); 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 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas Page 2 of 21 Standard Community Facilities Agreement Rev. 9/21 The Community Facilities Agreements Ordinance ("CFA Ordinance"), as amended, is incorporated into this Agreement by reference, as if it was fully set out herein. Developer agrees to comply with all provisions of the CFA Ordinance in the performance of Developer's duties and obligations pursuant to this Agreement and to cause all contractors hired by Developer to comply with the CFA Ordinance in connection with the work performed by the contractors. If a conflict exists between the terms and conditions of this Agreement and the CFA Ordinance, the CFA Ordinance shall control. 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 A-1: Sewer ® Exhibit B: Paving ® Exhibit C: Storm Drain © Exhibit D: 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 water and sewer 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 City of Fort Worth, Texas Page 3 of 21 Standard Community Facilities Agreement Rev. 9/21 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. 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. hi no event shall the Term of this Agreement plus any Extension Periods be for more than three years. 7. Failure to Construct the Improvements (a) The City may utilize the Developer's Financial Guarantee to cause the completion of the construction of the Improvements if at the end of the Term, and any Extension Periods, the Improvements have not been completed and accepted by the City. (b) The City may utilize the Developer's Financial Guarantee to cause the completion of the construction of the Improvements or to cause the payment of costs for construction of the Improvements before the expiration of the Term, and any Extension Period, if the Developer breaches this Agreement, becomes insolvent, or fails to pay costs of construction. (c) If the Financial Guarantee is a Completion Agreement and the Developer's contractors or suppliers are not paid for construction costs or materials supplied for the Improvements the contractors and suppliers may place a lien upon any property which the City does not have an ownership interest that is the subject of the Completion Agreement. (d) Nothing contained herein is intended to limit the Developer's obligations under the CFA Ordinance, this Agreement, the Financial Guarantee, Developer's agreements with Developer's contractors, or other related agreements. 8. Termination If Developer desires to terminate this Agreement before Developer's contractors begin constructing the Improvements, Developer agrees to the following: (a) that Developer and City must execute a termination of this Agreement in writing; (b) that Developer will vacate any final plats that have been filed with the county where the Project is located; and City of Fort Worth, Texas Page 4 of 21 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 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. In accordance with the Development Agreement, the engineer for the Municipal Utility District (Tradition Municipal Utility District No. 1 of Denton County or Tradition Municipal Utility District No. 2B of Denton County, as applicable) shall attend the pre -construction conference. (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. City of Fort Worth, Texas Page 5 of 21 Standard Community Facilities Agreement Rev. 9/21 10. Utilities Developer shall cause the installation or adjustment of utilities required to: (1) serve the Project; and (2) to construct the Improvements required herein. City shall not be responsible for payment of any costs that may be incurred by Developer in the relocation of any utilities that are or may be in conflict with any of the Improvements to be constructed pursuant to this Agreement. 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 water and sewer Improvements provided for by this Agreement. Developer shall provide, at its expense, all necessary rights -of -way and easement required for the construction and dedication to the Municipal Utility District or County all other Improvements being constructed pursuant to 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, INCLUDING DEATH, RESULTING FROM, OR INANY WAY CONNECTED WITH, THE CONSTRUCTION OF THE IMPROVEMENTS CONTEMPLATED HEREIN, WHETHER City of Fort Worth, Texas Page 6 of 21 Standard Community Facilities Agreement Rev. 9/21 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 MANNER, FREE FROM DEFECTS, IN CONFORMANCE WITH THE CFA ORDINANCE, AND IN ACCORDANCE WITH ALL PLANS AND SPECIFICATIONS. 13. Right to Enforce Contracts Upon completion of all work associated with the construction of the water and sewer 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. Inspections and Acceptance; Estimated Fees Paid by Developer; Reconciliation (a) Water and Sewer Improvements Inspection and Acceptance. Pursuant to the Development Agreement, City employees, or third -party inspectors retained in accordance with generally applicable City policies, shall perform all inspection and testing of the water and sewer Improvements. The City shall notify the property owner and the Municipal Utility District's inspectors at least 24 hours before each inspection to enable the Municipal Utility District's engineers to be present during the inspections. The Municipal Utility District's engineers may observe City inspection for the purpose of gathering the information required to complete and submit all TCEQ required reports. The City's inspectors shall cooperate with the Municipal Utility District's inspectors to provide inspection reports that satisfy TCEQ requirements for issuance of bonds by the Municipal Utility District. Developer, or the Municipal Utility District or their agent, shall notify the City's inspector when the water and sewer Improvements, or any portion thereof, are ready for final inspection. If the City's inspector concurs that construction of such water or sewer Improvements is substantially complete, the City's inspector will schedule a final inspection by the City within 30 days. Upon such final inspection and correction of any punch list items and final documentation related to completion of such water and sewer Improvements, written certification by the City's inspector that the water and sewer Improvements have been constructed in compliance with the City's infrastructure standards shall constitution compliance with all inspection requirements. The City shall issue a letter to Developer and the Municipal Utility District approving the water and sewer Improvements within fifteen days after all requirements are met. City of Fort Worth, Texas Page 7 of 21 Standard Community Facilities Agreement Rev. 9/21 Any duly authorized employee of the City bearing proper credentials and identification shall be granted access to the property as the City may determine necessary for the purpose of inspection and testing of water and sewer Improvements. Within thirty days after the Developer and the Municipal Utility District receive a letter approving water or sewer Improvements, the Developer shall dedicate such water and sewer Improvements to the City along with all appurtenant easements and rights -of -way. Following dedication of any portion of the water or sewer Improvements to the City, the City shall have full ownership and control of such dedicated Improvements. (b) Paving, Drainage, Streetlight and Sign Improvements Inspection. Pursuant to the Development Agreement, City inspectors, or the Municipal Utility District's inspectors, at the City's option, shall perform all inspection and testing of onsite drainage and onsite road improvements. City will conduct the inspections of the paving, drainage, streetlight and sign Improvements being constructed pursuant to this Agreement and Developer will pay the City for the inspections. The City shall notify Developer and the Municipal Utility District's inspectors at least 48 hours before each inspection to enable the Municipal Utility District's engineers to be present during the inspections. The Municipal Utility District's engineers may observe City inspection for the purpose of gathering the information required to complete and submit all TCEQ requirements for issuance of bonds by the Municipal Utility District. Within 30 days after the Municipal Utility District and the City and/or the County approve the paving, drainage, streetlight and sign Improvements, Developer shall dedicate such Improvements to the County or the Municipal Utility District along with all appurtenant easements and rights -of - way. (c) Estimated Fees and 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 for all Improvements in this Agreement in the amounts set forth in the Cost Summary section of this Agreement. Upon completion of the construction of the Improvements, the City will reconcile the actual cost of administrative material testing service fees, construction inspection service fees, and water testing lab fees with the estimated fees paid by Developer. If the actual costs of the fees are more than the estimated payments made by the Developer, the Developer must pay the difference to the City before the Improvements will be accepted by the City. If the actual costs of the fees are less than the estimated payments made by the Developer, the City will refund the difference to the Developer. If the difference between the actual costs and the estimated payments made by the Developer is less than fifty dollars ($50.00), the City will not issue a refund and the Developer will not be responsible for paying the difference. The financial guarantee will not be released by the City or returned to the Developer until reconciliation has been completed by the City and any fees owed to the City have been paid by the Developer. 15. Material Testing The City maintains a list of pre -approved material testing laboratories. The Developer must contract with material testing laboratories on the City's list. Material testing laboratories will provide copies of all test results directly to the City and the Developer. If the Improvements being constructed fail a test, the Developer must correct or replace the Improvements until the Improvements pass all retests. The City of Fort Worth, Texas Page 8 of 21 Standard Community Facilities Agreement Rev. 9/21 Developer must pay the material testing laboratories directly for all material testing and retesting. The City will obtainproof from the material testing laboratories that the material testing laboratories have been paid in full by the Developer before the City will accept the Improvements. 16. Notices All notices required or permitted under this Agreement may be given to a party by hand - delivery or by mail, addressed to such party at the address stated below. Any notice so given shall be deemed to have been received when deposited in the United States mail so addressed with postage prepaid: CITY: Development Coordination 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 Office City of Fort Worth 100 Fort Worth Trail Fort Worth, Texas 76102 DEVELOPER: HT HWY 114 Development LP 2700 Commerce Street, Suite 1600 Dallas, TX 75226 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 City of Fort Worth, Texas Page 9 of 21 Standard Community Facilities Agreement Rev. 9/21 three (3) years after final payment under the contract, have access to and the right to examine any directly pertinent books, documents, papers and records of such contractor, involving transactions to the contract, and further, that City shall have access during normal working hours to all of the contractor's facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City shall give Developer's contractors reasonable advance notice of intended audits. 18. Independent Contractor It is expressly understood and agreed that Developer and its employees, representative, agents, servants, officers, contractors, subcontractors, and volunteers shall operate as independent contractors as to all rights and privileges and work performed under this Agreement, and not as agents, representatives or employees of the City. Subject to and in accordance with the conditions and provisions of this Agreement, Developer shall have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers. Developer acknowledges that the doctrine of respondeat superior shall not apply as between the City and its officers, representatives, agents, servants and employees, and Developer and its employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers. Developer further agrees that nothing herein shall be construed as the creation of a partnership or joint enterprise between City and Developer. It is further understood that the City shall in no way be considered a co -employer or a joint employer of Developer or any employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers of Developer. 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 fixture occasion. 21. Governmental Powers and Immunities. It is understood that by execution of this Agreement, the City does not waive or surrender any of its governmental powers or immunities. City of Fort Worth, Texas Page 10 of 21 Standard Community Facilities Agreement Rev. 9/21 22. Headings The paragraph headings contained herein are for the convenience in reference and are not intended to define or limit the scope of any provision of this Agreement. 23. Severability In the event that any clause or provision of this Agreement shall be held to be invalid by any court of competent jurisdiction, the invalidity of such clause or provision shall not affect any of the remaining provisions hereof. 24. Review of Counsel City and Developer, and if they so choose, their attorneys, have had the opportunity to review and comment on this document; therefore any rule of contract construction or interpretation that would normally call for the document to be interpreted as against the drafting party shall not apply in interpretation of this Agreement, and each section, portion, and provision of this Agreement shall be construed solely on the basis of the language contained therein, regardless of who authored such 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 City of Fort Worth, Texas Page 11 of 21 Standard Community Facilities Agreement Rev. 9/21 provides written verification to the City that Developer: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 27. Prohibition on Discrimination Against Firearm and Ammunition Industries Developer acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Developer certifies that Developer's signature provides written verification to the City that Developer: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. 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. City of Fort Worth, Texas Page 12 of 21 Standard Community Facilities Agreement Rev. 9/21 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 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 13 of 21 Standard Community Facilities Agreement Rev. 9/21 Project Name: Sam Reynolds Road CFA No.: 24-0163 Items A. Water and Sewer Construction 1. Water Construction 2. Sewer Construction Water and Sewer Construction Total 36. Cost Summary Sheet City Project No.: 105379 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% / Holds Plat Cash Escrow Water/Sanitary Sewer= 125% Cash Escrow Pavinq/Storm Drain = 125% Letter of Credit = 125% Escrow Pledqe Aqreement = 125% Developer's Cost $ 232,717.30 $ 4,387.00 $ 237,104.30 $ 3,781,879.20 $ 1,117,784.83 $ 599,616.56 $ 5,499,280.59 $ 5,736,384.89 $86,737.50 $16,536.00 $270.00 $ 103,543.50 IPRC No.: 24-0007 Choice Amount (Mark one) $ 5,736,384.89 X $ 5,736,384.89 $ 296,380.38 $ 6,874,100.74 $ 7,170,481.11 $ 7,170,481.11 City of Fort Worth, Texas Page 14 of 21 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 Dana 8u`-andoff Dana Burghdoff (Nov 16, 202417:43 CST) Dana Burghdoff Assistant City Manager Date: 11 /26/2024 Recommended by: Bichson Nguyen Contract Compliance Specialist Development Services Approved as to Form & Legality: Jackson Skinner Assistant City Attorney M&C No.: N/A Date: 11 /26/2024 Form 1295: N/A 4g6U�pQ�� EORt��add aA � ATTEST: c°tee p�°s o.�0=° C, Jannette S. Goodall City Secretary DEVELOPER [signature on following page] 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. Rebecca Owen (Nov 26, 2024 15:55 CST) Rebecca Diane Owen Development Manager OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas Page 15 of 21 Standard Community Facilities Agreement Rev. 9/21 DEVELOPER HT HWY 114 DEVELOPMENT LP By: HT Hwy 114 Development LLC, its general partner By: HT Hwy 114 LP, its sole member By: Hines Hwy 114 LLC, its general partner By: Hines Hwy 114 Associates LP, its sole member By: Hines Investment Management Holdings Limited Partnership, its general partner Robert W. Wrtte (Nov 26, 202415:46 CST) Robert W. Witte Senior Managing Director Date: 11 /26/2024 Acknowledged by: b��fuv ba�� Dustin Davidson (Nov 26, 202415:17 CST) Dustin Davidson Managing Director City of Fort Worth, Texas Page 16 of 21 Standard Community Facilities Agreement Rev. 9/21 The following attachments are incorporated into this Agreement. To the extent a conflict exists between the main body of this Agreement and the following attachments, the language in the main body of this Agreement shall be controlling. Included Attachment ❑X Attachment 1 - Changes to Standard Community Facilities Agreement ❑X Attachment 2 — Phased CFA Provisions ❑ Attachment 3 — Concurrent CFA Provisions ® Location Map ® Exhibit A: Water Improvements ❑ Exhibit A-1: Sewer Improvements ® Exhibit B: Paving Improvements ® Exhibit C: Storm Drain Improvements ® Exhibit D: Street Lights and Signs Improvements ® Cost Estimates (Remainder of Page Intentionally Left Blank) City of Fort Worth, Texas Page 17 of 21 Standard Community Facilities Agreement Rev. 9/21 ATTACHMENT "I" Changes to Standard Community Facilities Agreement City Project No. 105379 Negotiated changes are contained in the body of the Agreement. City of Fort Worth, Texas Page 18 of 21 Standard Community Facilities Agreement Rev. 9/21 ATTACHMENT "2" Phased CFA Provision City Project No. 105379 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 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. 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 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 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. City of Fort Worth, Texas Page 19 of 21 Standard Community Facilities Agreement Rev. 9/21 BY CHOOSING TO CONSTRUCT A PHASED CFA, DEVELOPER ASSUMES ALL RISKS AND DEVELOPER SHALL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL DAMAGES, INCL UDING B UT NOT LIMITED TO ANYAND ALL ECONOMIC DAMAGES PROPERTY LOSS, 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 ANY AND ALL ECONOMIC DAMAGES, PROPERTYLOSS, PROPERTYDAMAGE AND PERSONAL INJURY (INCLUDING 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, 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 ANYAND ALL CLAIMS (WHETHER AT LAW OR INEQUITY), LIABILITIES, DAMAGES (INCLUDING ANY AND ALL ECONOMIC DAMAGES, PROPERTY LOSS, PROPERTY DAMAGES AND PERSONAL INJURIES INCLUDING DEATH), LOSSES, LIENS, CAUSES OFACTION, SUITS, JUDGMENTS AND EXPENSES (INCLUDING, BUT NOT LIMITED TO, COURT COSTS, ATTORNEYS' FEES AND COSTS OF INVESTIGATION), OFANYNATURE, KIND OR DESCRIPTIONARISING OR ALLEGED TO ARISE BY OR IN ANY WAY RELATED TO CONSTRUCTION OF THE IMPROVEMENTS OR DEVELOPER'S CHOICE TO CONSTRUCTA 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. City of Fort Worth, Texas Page 20 of 21 Standard Community Facilities Agreement Rev. 9/21 DEVELOPER HT HWY 114 DEVELOPMENT LP By: HT Hwy 114 Development LLC, its general partner By: HT Hwy 114 LP, its sole member By: Hines Hwy 114 LLC, its general partner By: Hines Hwy 114 Associates LP, its sole member By: Hines Investment Management Holdings Limited Partnership, its general partner Robert W. Witte (Nov 26, 202415:46 CST) Robert W. Witte Senior Managing Director Date: 11 /26/2024 Acknowledged by: b"ttisv in", dAwt, Dustin Davidson (Nov 26, 202415:17 CST) Dustin Davidson Managing Director City of Fort Worth, Texas Page 21 of 21 Standard Community Facilities Agreement Rev. 9/21 0 N O N O 0 Z 0 3 U I 0 V) 0 J O Z w Q I I 0 CV r- O 0 E 0 V) U Q _0 iL 0 �f v 0 F- I O N i- O w f� Uj m wM W N WE S SAM REYNOLDS ROAD S PROJECT LOCATION ' e g O�o0 1 �"1aLaM LOCATED IN CITY OF ]FORT WORTH, TEXAS C]PN o 105379 MA]PSCO NO.: 641 D, G, ]H, L9 M PREPARED FOR: PREPARED BY: G r GMcivit Hines Engineering Surveying u9 P e Pam. ,aP e.— , 17 2700 Commerce Street, Suite 1600 f*Emfum»—z44 fainrimn 1-700 Dallas, TX 75226 (972) 716-2900 �/�y /{�� NO V/7 EMBER, 2024 SAKI REYNOLDS ROAD WATER EXFMI T "A' CPN:105379 N W E s SCALE: P = 200' - - . . . . . . . . . . I 3 ; TB.0 INFRASTRUCTURE > TB.0 INFRASTRUCTURE �i: (CPN: 105255) > TB.0 INFRASTRUCTURE (CPN: 105255) (CPN: 105116) d .VV h. yr EX. INFRASTRUCTURE I I f \ (CPN: 103755) 1 I EX. INFRASTRUCTURE (CPN: 104587) w w r. I < I (I LEGEND PREPARED FOR: PREPARED BY: PROPOSED WATER LINE w (12" TYPICAL) GMcivit EXISTING/T.B.C. HineS WATER LINE Engineering 8 Surveying 2559 SW Grapevine Pkwy, Grapevine, Texas 76051 2700 Commerce Sheer, Su1ie 1600 8173 94173 Dallas, TX 75226 TxEng Firm # F-2944 I TxSu Frm # 10021700 (972) 716-2900 E:\10720 — Tradition\Plans\CFA\Sam Reynolds\10720—PH—SAM REYNOLDS RD—CFA.dwg Mon Nov 04 2024 13:06 PAVING EXHIBi SCALE: P = 400' TB.0 INFRASTRUCTURE = D I (CPN:105255) I D rc z T.B.C. INFRAS RUCTURE I 00 T.B.C. INFRASTRUCTURE (CPN: 105127 (CPN 105116) 1 1. SAM REYNOLDS ROAD .�, Y^. t, O N m EX. INFRASTRUCTURE EX. INFRASTRUCTURE EX. INFRASTRUCTURE c > c CPN: 103755 a ° ( ) CPN: 102508 cPN 70451 : D 9 •� • N D F EX. INFRASTRUCTURE 1 1 I (CPN: 105116) I i a I REYNOL ROAD 11, . . . LEGEND PREPARES) FOR: PREPARED BY: GMcivil _ SIDEWALK PER THIS CONTRACT 10" REINFORCED CONCRETE a � a PAVEMENT W/ 8" HineS O LIME -STABILIZED SUBGRADE ADA RAMPS PER THIS CONTRACT Engineering 8 Surveying 2559 SW Grapevine Pkwy, Grapevine, Texas 76051 2" HMAC SURFACE COURSE (TYPE D) 2700 Commerce Street, Suite 1600 8173 94173 Dallas, TX 75226 TxEng Firm # F-2944 I TxSury Frm # 10021700 W/ 4.5 BASE COURSE (TYPE B) W/ 8" (972) 716-2900 "" LIME -STABILIZED SUBGRADE E:\10720 — Tradition\Plans\CFA\Sam Reynolds\10720—PH—SAM REYNOLDS RD—CFA.dwg Mon Nov 04 2024 13:11 STORM XIIL CPN:105379 I T — T.B.C. INFRASTRUCTURE (CPN: 105255) T.B.C. INFRASTRUCTURE 17 r (CPN: 105255) SAM REYNOLDS ROAD I/Wllry 6 F O . qqZ m a 4 i�l • I I �, I X m+z M SCALE: P = 400' e z ,r ' T.B.C. INFRASTRUCTURE a (CPN: 105I 16) 17 ` T.B.C. INFRASIRUCT R I g 1 (CPN: 1q.5116) 4 z � I I , I M REYNOLD)RO)AD)� I Y EX. INFRASTRUCTURE °a (CPN: 10351) Z. • O LEGEND PROPOSED STORM DRAIN LINE EXISTING/T.B.C. STORM DRAIN LINE 13 STORM DRAIN MANHOLE O STORM DRAIN DROP INLET Hines 2700 Commerce Sheet, Suite 1600 Dollos, TX 75226 (972) 716-2900 PREPARED BY 1, GMcivil Engineering & Surveying 2559 SW Grapevine Pkwy, Grapevine, Texas 76051 817 3 94173 TxEng Firm # F-2944 I TxSury Finn # 10021700 E:\10720 — Tradition\Plans\CFA\Sam Reynolds\10720—PH—SAM REYNOLDS RD—CFA.dwg Mon Nov 04 2024 13:16 SAM REYNOLDS ROAD STREET ]LIGHT EXHIBIT I'D" CPN:105379 =D 1W e T.B.C. INFRASTRUCTURE c z (CPN: 105116) m III SAM REYNOLDS ROAD ; • 1� s . . W , T.B.C. INFRASTRUCTURE J EX. INFRASTRUCTURE I I (CPNI 105116) (CPN: I / \ 001 I I Qi �I R/� I I M REYNOL ROAD �I �I I I I I LEGEND . PROPOSED STREET NAME SIGN PROPOSED STREET LIGHT o EXISTING/NOT EXISTING STREET LIGHT W z l� 0 .. . . . . . . . . . . . .... I' IL C IF MR. Hines 2700 Commerce Sheet, Suite 1600 Dollos, TX 75226 (972) 716-2900 SCALE: P = 400' PREPARED BY: GMcivil Engineering & Surveying 2559 SW Grapevine Pkwy, Grapevine, Texas 76051 817 3 94173 TxEng Firm # F-2944 I TxSury Frm # 10021700 E:\10720 — Tradition\Plans\CFA\Sam Reynolds\10720—PH—SAM REYNOLDS RD—CFA.dwg Mon Nov 04 2024 13:16 UNIT PRICE BID Bidlist Item SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Tradition, Sam Reynolds Road, City Project #105379 Project Item Information Description Water Facilities 1 3305.0003 8" Water Line Lowering 2 3305 0109 Trench Safety 3 3311.0001 Ductile Iron Water Fittings w/ Restraint 4 3311.0141 6" Water Pipe 5 3311.0441 12" PVC Water Pipe 6 3312.0001 Std. Fire Hydrant Assembly w/ 6" Gate Valve & Valve Box 7 13312.0117 Connection to Existing 4"-12" Water Main 8 13312.1002 2" Combination Air Valve Assembly for Water 9 13312.3005 12" Gate Valve 10 13312 3103 8" Cut In Gate Valve 11 19999.0003 8"-12" Polly Pig Water Subtotal Sanitary Sewer Facilities 12 13305.0107 Manhole Adjustment, Minor Sanitary Sewer Subtotal Specification I Unit of I Bid Section No. I Measure Quantity 3305 12 EA I 1 3405 10 LF 1,259 33 11 11 TON 1.0 33 11 10, LF 60 33 11 12 33 11 10, LF 1,259 33 11 12 33 12 40 EA 1 33 12 25 EA 3 33 1230 EA I 1 33 12 20 EA 2 33 1220 EA 1 00 00 00 I EA I 1 Bidder's Proposal Unit Price Bid Value $12,950.00 $0.47 $10,035.13 $65.36 $126.68 $7,113.19 $3,617.05 $11,569.58 $4,335.91 $4,647.98 $2, 875.00 1 3305 14 1 EA 1 2 1 $2,193.501 $12, 950.00 $591.73 $10,035.13 $3, 921.60 $159,490.12 $7,113.19 $10,851.15 $11,569.58 $8,671.82 $4,647.98 $2, 875.00 $232,717.30 $4,387.00 $4,387.00 CITY OF FORT WORTI I Tmdiiion. Sam Remolds Road STANDARD CONSTRUCTION 1311) PROPOSAL DEVELOPER AWARDED PRO.giCTS City Pmjcd #105379 Fonn Revisal January 29, 2020 00 42 43 rid Proposal SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Tradition, Sam Reynolds Road, City Project # 105379 UNIT PRICE BID Project Item Information Bidder's Proposal Bidlist Description I Specification I Unit of I Bid Unit Price I Bid Value Item Section No. Measure Quantity Storm Drain Facilities 13 0241 0800 Remove Rip Rap 0241 13 I SY 188 $43.02 $8,087.76' 14 0241.4401 Remove Ex. Headwall 0241 14 EA 8 $649.36 $5,194.88 15 0241.3014 Remove 21" Storm Line 0241 14 LF 235 $19.73 $4,636.55 16 0241.3015 Remove 24" Storm Line 0241 14 LF 51 $20.63 $1,052.13 17 10241 3016 Remove 27" Storm Line I 0241 14 LF 78 $25.48 $1,987.44 18 10241 3017 Remove 30" Storm Line I 0241 14 LF 37 $25.97 $960.89 19 10241 4201 Remove 4' Drop Inlet I 0241 14 LF 4 $865.81 $3,463.24 20 13137.0102 Larqe Stone Riprap, dry I 31 3700 SY 60 $230.00 $13,800.00 21 13137.0104 Medium Riprap, dry I 31 3700 SY 1 700 $201.25 $140,875.00 22 13305.0109 Trench Safety I 33 05 10 LF 1 2,175 $1.071 $2,327.25 23 13305.0112 Concrete Collar I 33 05 17 I EA 1 1 $617.241 $617.24 24 13341.0201 21" RCP, Class III 1 3341 10 1 LF 1 790 $92.031 $72,703.70 25 13341.0205 24" RCP, Class III I 3341 10 1 LF 1 297 $107.961 $32,064.12 26 13341.0208 27" RCP, Class III I 3341 10 1 LF 1 311 $120.371 $37,435.07 27 13341.0302 30" RCP, Class III I 3341 10 1 LF 1 108 $147.211 $15,898.68 28 13341.0309 36" RCP, Class III I 3341 10 1 LF 1 11 $188.501 $2,073.50 29 13341.0402 42" RCP, Class III I 3341 10 1 LF 1 175 $241.261 $42,220.50 30 3341 1303 6x4 Box Culvert I 3341 10 1 LF 1 70 $556.671 $38,966.90 31 3341.1401 7x3 Box Culvert I 3341 10 1 LF 1 284 $649.121 $184,350.08 32 13341 1402 7x4 Box Culvert I 3341 10 1 LF 1 140 $654.341 $91,607.60 33 13349.0001 4' Storm Junction Box I 3349 10 1 EA 1 5 1 $6,037.501 $30,187.50 34 13349.0002 5' Storm Junction Box I 3349 10 I EA 1 1 $8,740.001 $8,740.00 35 13349 4104 21" SET, 1 pipe I 33 49 40 1 EA I 1 1 $2,300.001 $2,300.00 36 13349.4105 24" SET, 1 pipe I 3349 10 1 EA 1 1 $2,530.001 $2,530.00 37 13349.6001 10' Recessed Inlet I 33 49 20 1 EA 1 21 $7,762.501 $163,012.50 38 13349.7001 4' Drop Inlet I 33 49 20 I EA 1 1 1 $7,762.501 $7,762.50 39 13349.7002 5' Drop Inlet I 33 49 20 1 EA 1 2 1 $9,775.001 $19,550.00 40 19999.0004 Connect to Ex. Storm Drain I 00 00 00 1 EA 7 1 $1,777.881 $12,445.16 41 19999.0005 Parallel Wing Wall, 2-7'x4' & 1-6'x4' Boxes 00 00 00 1 EA 1 1 $35,075.001 $35,075.00 42 19999.0006 Flared Wing Wall, 4-7' X 3' Boxes 1 00 00 00 1 EA 1 1 1 $39,502.501 $39,502.50 43 19999.0007 Flared Wing Wall, 2-7'x4' & 1-6'x4' Boxes 1 00 00 00 1 EA 1 1 1 $30,475.001 $30,475.00 44 19999.0008 Flared Wing Wall with 1.83' Drop Structure 4-7' X T Boxes 1 00 00 00 1 EA 1 1 1 $34,500.001 $34,500.00 45 19999 0009 Guardrail Fence I 00 00 00 1 LF 1 382 1 $77.631 $29,654.66 46 19999.0010 Manhole Lid I 00 00 00 1 EA I 1 1 $1,727.481 $1,727.48 Storm Drain Subtotal ' $1,117,784.83 Bid Summary Water/Sanitary Sewer/Storm Drain Facilities Subtotal $1,354,889.13 Total Bid $1,354,889.13 This bid is submitted by the entity listed below: Company: L.H.Lacy Company, Ltd. By: Bobby Gordon Street Address: 1880 Crown Dr., Suite 1200 City, State, Zip Code: Dallas,TX 75234 �- Phone:214-357-0146 Si ature Title: Partner/CEO Date: i t \ `i I Contractor agrees to complete WORK for FINAL ACCEPTANCE within 30 working days after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION CITY OF FORT WORTI I Tradition, Sam Reynolds Road STANDARD CONSTRUCTION BID PROPOSAL -DEVELOPER AWARDED PROJECTS City Project #105379 Form Revised January 29, 2020 00 42 43 Bid Proposal SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Tradition, Sam Reynolds Road, City Project #105379 UNIT PRICE BID Project Item Information Bidder's Proposal Bidlist Description Specification Unit of Bid Unit Price Bid Value Item Section No. Measure Quantity Street Lighting Facilities 1 2605.3011 2" CONDT PVC SCH 40 (T) 26 05 33 LF 5,944 $30.37 $180,519.28 2 3441.1405 NO 2 Insulated Elec Condr 3441 10 LF 17,832 $10.29 $183,491.28 3 3441.1501 Ground Box Type B 3441 10 EA 16 $2,294.00 $36,704.00 4 3441.1632 Type 33A Arm 3441 20 EA 45 $322.00 $14,490.00 5 3441.3201 LED Lighting Fixture (R-2) 3441 20 EA 45 $485.00 $21,825.00 6 3441.3342 Rdwy Illum TY 18 Pole 3441 20 EA 31 $2,991.00 $92,721.00 7 3441.3302 Rdwy Illum Foundation TY 3,5,6, and 8 3441 20 EA 31 $1,940.00 $60,140.00 8 9999 0020 Relocate Metered Pedestal 00 00 U0 EA 2 $4,8b3.0U $9,726.00 Street Lighting Subtotal $599,616.561 Bid Summary Street Lighting Facilities Subtotal $599,616.56 Total Bid $599,616.56 This bid is submitted by the entity listed below: Company: Independent Utility Construction, Inc. By: hard Wolfe Street Address: 5109 Sun Valley Drive City, State, Zip Code: Ft. Worth, tX 76119 Phone: 817-478-4444 sign. ure Title: President Date: 11/11/2024 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 120 worldng days after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION CITY OF FORT WORTH Tradition, Sam Reynolds Road STANDARD CONSTRUCTION BID PROPOSAL -DEVELOPER AWARDED PROJECTS City Project #105379 Form Revised January 29, 2020 00 42 43_Bid Proposal SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Tradition, Sam Reynolds Road, City Project 4105379 UNIT PRICE BID Project Itcm Information Bidder's Proposal Bidlist I Description Specification Unit of Bid Unit Price Bid Value Item 1 Section No. Measure Ouantiry Paving Facilities 1 0241 .01 00 Remove Sidewalk 0241 15 SY 521 $10.00 $5,210.00 2 0241 A 000 Remove Conc Pvmt 0241 15 SY 2.474 $10.00 $24,740.00 3 0241.1100 Remove Asphalt Pvmt 0241 15 SY 15,309 $3.00 $45,927.00 4 3211.0400 Hydrated Lime 0 42 Ibs.lS.Y. 3211 29 TON 672 $335.00 $225,120.00 5 3211.0502 8" Lime Treatment 32 13 13 SY 32,021 $6.80 $217,742,80 6 3212.0302 2" Asphalt Pvmt Type D 32 12 16 SY 1,565 $24.00 $37,560.00 7 3212.0502 4.5" Asphalt Base Type B 32 12 16 SY 1,565 $50.00 $78,250.00, 8 3213.0105 10" Concrete Pavement 32 1313 SY 28A59 $82.35 $2,343,598.65 9 3213.0301 5' Conc Sidewalk 31 1320 LF 368 $35.00 $12,880.00 10 3213 0301 6' Conc Sidewalk 31 1320 LF 160 $42.00 $6,720.00 11 3213.0301 8' Conc Sidewalk 31 1320 LF 2,563 $56.00 $143,528.00 12 3213.0301 10' Conc Sidewalk 31 1320 LF 5,571 $70.00 $389,970.00 13 3213.0506 Barrier Free Ramp, Type P-1 32 13 20 EA 26 $3.500.00 $91,000.00 14 3217 0101 6" SLD Pvmt Marking HAS (W) 32 17 23 LF 1,371 $2.25 $3,084,75 15 3217 0102 6" SLD Pvmt Marking HAS (Y) 33 17 23 LF 7,796 $2.25 $17,541,00 16 3217 0103 6" BRK Pvmt Marking HAS (W) 33 17 23 LF 4,448 $2.25 $10,008.00 17 3217 0201 8" SLD Pvmt Marking HAS (W) 32 17 23 LF 1,045 $3.00 $3,135.00 18 3217 0402 18" SLD Pvmt Marking Tape (W) 331723 LF 92 $6.00 $736.00 19 3217 0501 24" SLD Pvmt Marking HAE (W) 34 17 23 LF 180 $10.00 $1,800.00 20 3217.1002 Lane Legend Arrow 32 17 23 EA 16 $165.00 $2,640.00 21 3217.1004 Lane Legend Only 32 17 23 EA 11 $175.00 $1,925.00 22 3217 2001 Raised Marker TY W 33 17 23 EA 271 $7.00 $1.897.00 23 3292.0400 Seeding, Hydromulch 32 92 13 SY 14,455 $2.00 $28,910.00 24 3441.4003 Fufnishllnstall Alum Sign Ground Mount City Std. 3441 30 EA 19 $600,00 $11,400,00 25 3441.4004 Furnish/Install Alum Sign Ex. Pale Mount 3441 30 EA 6 $400.00 $2,400,00 26 3741.0001 Traffic Control 3471 13 MO 8 $3,125.00 $25,000.00 27 9999-0011 18" SLD Pvmt Marking Tape (Y) 00 00 00 LF 62 $8.00 $496.00 28 9999 0012 Preformed Thermoplastic Crosswalk (BAN) 00 00 00 LF 340 $29.75 $10,115.00 29 9999.0013 Concrete Header 00 00 00 LF 23 $20.00 $460.00 30 9999.0014 Type III End -of -Road Barricade 00 00 00 EA 1 $1.200-00 $1,200.00 31 9999.0015 Sawcut Existing Asphalt & Connect to Existing Pavement 00 00 00 LF 174 $20.00 $3,480.00 32 9999.0016 Sawcut Existing Concrete & Connect to Existing Pavement 00 00 00 LF 350 $20.00 $7,000.00 33 9999 0017 Connect to Existing Drive 00 00 00 EA 11 $1,000.00 $11,000.00 34 9999 0018 Gravel Base 00 00 00 SY 751 $15.00 $11,265.00 35 9999.0019 Remove & Replace Gravel Base 00 DO 00 SY 138 $30.00 $4.140.00 Paving Subtotal $3,781,879.20 Bid Summary Paving Facilities Subtotal ' $3,781,879.20 Total Bid $3,781,879.20 This bid is submitted by the entity listed below: Company: Mario Sinacola & Sons Excavating, Inc. Street Address, 10950 Research Road City, State, Zip Code: Frisco, TX 75033 Phone: 214-387-3900 By: rl Jon ignaturho- Title V¢ce President �% Dare: I0 Zy Contractor agrees to complete WORK for FINAL ACCEPTANCE hithin CON'1-RAC7 commences to run as provided in the General Condition& END OF SECTION 55 working days after the date %hen the CITY OF FORT WORTH STANDARD CONSTRUCTION IUD PROPOSAL -DEVELOPER AWARDED PROJEL79 Form Rnned ronuary 29.3020 7radni"n. Sim Reynold, Road c'ny PmJccr r105379 Od 42 i' B.d F§I p-I