Loading...
HomeMy WebLinkAbout064612 - Construction-Related - Contract - Spur Wildflower Development, L.P.Received Date: O1/26/2026 Received Time: 11:20 a.m. Developer and Project Information Cover Sheet: Developer Company Name: Spur Wildflower Development, L.P. Address, State, Zip Code: 8433 Enterprise Circle, Suite 100 Lakewood Ranch, FL 34202 Phone & Email: 941-388-0707 � jbrian@starwoodland.com Authorized Signatory, Title: John Brian, Authorized Signatory Project Name: Tradition Phase 6A Brief Description: Project Location: Plat Case Number: Council District: CFA Number: FP-25-042 ETJ 25-0179 Water, Sewer, paving, Storm Drain, Street light & Signs HWY 114 & Sam Reynolds Rd Plat Name: Tradition Phase 6A Phased or Concurrent Phased Provisions: City Project Number: 106270 � IPRC25-0138 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas Page 1 of 31 Standard Community Facilities Agreement Rev. 9/21 City Contract Number: 64612 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 Spur Wildflower Development, L.P.("Developer"), acting by and through its duly authorizedrepresentative. 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 Tradition Phase 6A("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, Ciry 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: OFFICIAL RECORD 1, CITY SECRETARY CFA Ordinance FT. WORTH, Tx The Communiry 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 City of Fort Worth, Texas Page 2 of 31 Standard Community Facilities Agreement Rev. 9/21 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 P1ans") are incorporated into this Agreement by reference as if fully set out herein. Developer sha11 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 � Exhibit B: Sewer � Exhibit C: Paving � Exhibit D: Storm Drain ❑X Exhibit E: Street Lights & Signs ❑ Exhibit F: Traffic Signal & Striping The Location Map and Cost Estimates are also attached hereto and incorporated herein by reference. To the extent that Exhibits A, B, C, D, E, F, the Location Map, or the Cost Estimates conflict with the Engineering Plans, the Engineering Plans shall control. If applicable, Attachment 1— Changes to Standard Community Facilities Agreement, Attachment 2— Phased CFA Provisions, and Attachment 3— Concurrent CFA Provisions, are attached hereto and incorporated herein for all purposes. 4. Construction of Improvements Developer agrees to cause the construction of the Improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and specifications, the Engineering Plans, the Cost Estimates provided for the Improvements, and this Agreement. Developer acknowledges that City will not accept the 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 31 Standard Community Facilities Agreement Rev. 9/21 Developer has provided the City with a financial guarantee in the form of a development bond covering the paving and street light Improvements and a completion agreement covering the water, sewer, paving, and storm drain Improvements, which guarantee 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 sha11 complete construction of the Improvements and obtain the City's acceptance of the Improvements within two (2) years of the Effective Date ("Term"). If construction of the Improvements has started during the Term, the Developer may request that this Agreement be extended for an additional period of time ("Extension Period"). All Extension Periods shall be agreed to in writing by the City and the Developer as set forth in a written amendment to this Agreement. In no event shall the Term of this Agreement plus any Extension Periods be for more than three years. 7. Failure to Construct the Improvements (a) The City may utilize the Developer's Financial Guarantee to cause the completion of the construction of the Improvements if at the end of the Term, and any Extension Periods, the Improvements have not been completed and accepted by the City. (b) The City may utilize the Developer's Financial Guarantee to cause the completion of the construction of the Improvements or to cause the payment of costs for construction of the Improvements before the expiration of the Term, and any Extension Period, if the Developer breaches this Agreement, becomes insolvent, or fails to pay costs of construction. (c) If the Financial Guarantee is a Completion Agreement and the Developer's contractors or suppliers are not paid for construction costs or materials supplied for the Improvements the contractors and suppliers may place a lien upon any property which the City does not have an ownership interest that is the subject of the Completion Agreement. (d) Nothing contained herein is intended to limit the Developer's obligations under the CFA Ordinance, this Agreement, the Financial Guarantee, Developer's agreements with Developer's contractors, or other related agreements. 8. Termination If Developer desires to terminate this Agreement before Developer's contractors begin constructing the Improvements, Developer agrees to the following: (a) that Developer and City must execute a termination of this Agreement in writing; City of Fort Worth, Texas Page 4 of 31 Standard Community Facilities Agreement Rev. 9/21 (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. 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 fortn 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 Ciry inspection personnel will be available. Developer will require Developer's contractors to allow construction of the Improvements to be subject to inspection at any and all times by the City's inspectors. Developer will require Developer's contractors to not install or relocate any sanitary sewer, storm drain, or water pipe unless a City inspector is present and gives consent to proceed, and to allow such laboratory tests as may be required by the City. (� Developer will not allow Developer's contractors to begin construction of the Improvements until a notice to proceed to construction is issued by the City. 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. City of Fort Worth, Texas Page 5 of 31 Standard Community Facilities Agreement Rev. 9/21 (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 ar 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 far 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 TD, AND BY THESE PRESENTS DOES HEREBY FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY, ITS OFFICERS, AGENTS AND EMPLOYEES FROM ALL SUITS, ACTIONS OR CLAIMS OF ANYCHARACTER, WHETHER REAL OR ASSERTED, BROUGHT FOR OR ONACCOUNT OFANYINJURIES OR DAMAGES SUSTAINED BYANYPERSONS, INCL UDING DEATH, OR TO ANY PROPERTY, RESULTING FROM OR IN CONNECTION WITH THE CONSTRUCTION, DESIGN, PERFORMANCE OR COMPLETION OFANY WORK TO BE PERFORMED BY SAID DEVELOPER, ITS CONTRACTORS, SUBCONTRACTORS, OFFICERS, AGENTS OR EMPLOYEES, OR IN CONSEQUENCE OF ANY FAILURE TO PROPERLYSAFEGUARD THE WORK, OR ONACCOUNT OFANYACT, INTENTIONAL OR OTHERWISE, NEGLECT OR MISCONDUCT OF SAID DEVELOPER, ITS CONTRACTORS, SUB-CONTRACTORS, OFFICERS, AGENTS OR EMPLOYEES, WHETHER OR NOT SUCHINJURIES, DEATH OR 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 City of Fort Worth, Texas Page 6 of 31 Standard Community Facilities Agreement Rev. 9/21 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 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. FZIRTHER, DEVELOPER WILL REQLIIRE ITS CONTRACTORS TO INDEMNIFY, DEFEND, AND HOLD HARMLESS THE CITY FOR ANY LOSSES, DAMAGES, COSTS OR EXPENSES SUFFERED BY THE CITY OR CAIISED AS A RESULT OF SAID CONTRACTORS' FAILLIRE TO COMPLETE THE WORK AND CONSTRUCT THE IMPROVEMENTS IN A GOOD AND WORKMANLIKE MANNER, FREE FROM DEFECTS, IN CONFORMANCE WITH THE CFA ORDINANCE, AND INACCORDANCE WITHALL PLANSAND SPECIFICATIONS. 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 Ciry a non-exclusive right to enfarce 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 Ciry 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-parry 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 Utiliry District or their agent, shall notify the Ciry'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 Ciry 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. Any duly authorized employee of the Ciry bearing proper credentials and identification shall be granted access to the property as the Ciry may determine necessary for the purpose of inspection and testing of water and sewer Improvements. City of Fort Worth, Texas Page 7 of 31 Standard Community Facilities Agreement Rev. 9/21 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 sha11 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 Ciry. 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 Ciry 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 willprovide copies of all test results directly to the City and the Developer. If the Improvements being constructed fail a test, the Developer must correct or replace the Improvements until the Improvements pass all retests. The Developer must pay the material testing laboratories directly for all material testing and retesting. The City will obtainproof from the material testing laboratories that the material testing laboratories have been paid in full by the Developer before the City will accept the Improvements. 16. City of Fort Worth, Texas Page 8 of 31 Standard Community Facilities Agreement Rev. 9/21 Notices All notices required or permitted under this Agreement may be given to a party by hand- delivery or by mail, addressed to such party at the address stated below. Any notice so given shall be deemed to have been received when deposited in the United States mail so addressed with postage prepaid: CITY: Development Services Contract Management 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: Spur Wildflower Development, L.P. 2700 Commerce Street, Suite 1600 Da11as, Texas 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 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 City of Fort Worth, Texas Page 9 of 31 Standard Community Facilities Agreement Rev. 9/21 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, ofiicers, contractors, subcontractors, and volunteers. Developer further agrees that nothing herein shall be construed as the creation of a partnership ar 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, nar 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, subcontractars, 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 City of Fort Worth, Texas Page 10 of 31 Standard Community Facilities Agreement Rev. 9/21 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 Ciry 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 2276 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2 and redesignated from Chapter 2274 of the Texas Government Code by Acts 2023, 88th Leg., R.S., H.B. 4595 section 24.001(22), the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meanings ascribed to those terms by Chapter 2276 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2 and redesignated from Chapter 2274 of the Texas Government Code by Acts 2023, 88th Leg., R.S., H.B. 4595 section 24.001(22). To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Developer certifies that Developer's signature provides written verification to the Ciry that City of Fort Worth, Texas Page 11 of 31 Standard Community Facilities Agreement Rev. 9/21 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 identiry and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Developer shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Developer shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Developer employee who is not legally eligible to perform such services. DEVELOPER SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY DEVELOPER, DEVELOPER'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Developer, shall have the right to immediately terminate this Agreement for violations of this provision by Developer. 29. Amendment No amendment, modification, or alteration of the terms of this Agreement shall be binding unless the same is in writing, dated subsequent to the date hereof, and duly executed by the City and Developer. 30. Assignment and Successors Developer shall not assign or subcontract all or any part of its rights, privileges, or duties under this Agreement without the priar 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 31 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 31 Standard Community Facilities Agreement Rev. 9/21 36. Cost Summary Sheet Project Name: Tradition Phase 6A CFA No.: 25-0179 Items A. Water and Sewer Construction 1. Water Construction 2. Sewer Construction Water and Sewer Construction Total City Project No.: 106270 IPRC No.: 25-0138 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: Developer's Cost $ 643,575.00 $ 702,996.40 $ 1,346,571.40 $ 1,101,702.78 $ 445,556.00 $ 161,981.92 $ - $ 1,709,240.70 $ 3,055,812.10 $61,425.00 $17,087.20 $1,451.25 $ Financial Guarantee Options, choose one Bond = 100% (Pavinq and Street Liqhts) $ Completion Agreement = 100% / Holds Plat Water, Sewer & Storm Drain) $ 79,963.45 Choice Amounf (Mark one 1,263,684.70 X 1,792,127.40 X City of Fort Worth, Texas Page 14 of 31 Standard Community Facilities Agreement Rev. 9/21 IN WITNESS WHEREOF, the City and Developer have each executed this Agreement by their duly authorized signatories to be effective on the date executed by the City's Assistant City Manager. CITY OF FORT WORTH ����_ � Jesica McEachern Assistant City Manager Date: O1/23/2026 Recommended by: DEVELOPER Spur Wildflower Development, L.P., a Delaware limited partnership By: Spur Wildflower Development GP, L.L.C., a Delaware limited liability company, its general partner By: Spur Portfolio Holdings, L.P. a Delaware limited partnership its sole member �,�e,�d Leonel Rios Sr. Contract Compliance Specialist Development Services Approved as to Form & Legality: � u��,,d Jessika Williams Assistant City Attorney M&C No. N/A Date: By: Spur Portfolio Holdings GP, L.L.C„ a Delaware limited liability company, its general partner By: Spur Ventures L.P., a Delaware limited partnership its sole member By: Spur Ventures GP, L.L.C., a Delaware limited liability company its general partner , r- �. John Brian Authorized Signatory Date: Form 1295: N/A 400vooQ U ,�o� ��RT�°ad ATTEST: p�� °��,dd Pv� �=d �0�'f ° �° �`o Q�xn r�� A�- �Qa� nEXA?o� � � Jannette S. Goodall City Secretary 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. a��� Kandice Merrick Contract Compliance Manager OFFICIAL RECORD City of Fort Worth, Texas Standard Community Facilities Agreement Rev. 9/21 CITY SECRETARY Page 15 of 31 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 � Attachment 1- Changes to Standard Community Facilities Agreement � Attachment 2— Phased CFA Provisions ❑ Attachment 3— Concurrent CFA Provisions � Location Map � Exhibit A: Water Improvements � Exhibit B: Sewer Improvements � Exhibit C: Paving Improvements � Exhibit D: Storm Drain Improvements � Exhibit E: Street Lights and Signs Improvements ❑ Exhibit F: Traffic Signal and Striping Improvements � Cost Estimates (Remainder of Page Intentionally Left Blank) City of Fort Worth, Texas Standard Completion Agreement — Self-Funded Page 16 of 31 ATTACHMENT "1" Changes to Standard Community Facilities Agreement City Proj ect No. 106270 Negotiated Changes contained in the body of the Agreement City of Fort Worth, Texas Standard Completion Agreement — Self-Funded Page 17 of 31 ATTACHMENT "2" Phased CFA Provision City Project No.106270 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 (Tradition Phase SA, City Proj ect No.105444) shall be defined as the "Parent Project." The improvements being constructed by Developer under this Agreement shall be defined as the "Child Proj ect." 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 ar 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 City of Fort Worth, Texas Standard Completion Agreement — Self-Funded Page 18 of 31 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 ANYAND ALL DAMA GES, INCL UDING B UT NOT LIMITED TO ANYAND ALL ECONOMIC DAMA GES PROPERTY LOSS, PROPERTY DAMAGES AND PERSONAL INJURY, (INCL UDING DEATH), OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED. DEVELOPER HEREBY EXPRESSLY RELEASES AND DISCHARGES CITY FROM ANY AND ALL LIABILITY FOR DAMAGES, INCL UDING, B UT NOT LIMITED TO ANY AND ALL ECONOMICDAMAGES, PROPERTYLOSS, PROPERTYDAMAGEAND PERSONAL INJURY (INCLUDING DEATH) ARISING OUT OF OR IN CONNECTION WITH, DIRECTL Y OR INDIRECTL Y, THE CONSTR UCTION OF THE IMPROVEMENTS OR DEVELOPER'S DECISION TO CONSTRUCT A PHASED CFA. DEVELOPER, AT ITS SOLE COST AND EXPENSE, AGREES TO AND DOES HEREBY INDEMNIFY, DEFEND PROTECT, AND HOLD HARMLESS CITY, AND CITY'S OFFICERS, REPRESENTATIVES, AGENTS, EMPLOYEES, AND SERVANTS FOR, FROM AND AGAINST 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, JUDGMENTSAND 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 EMPLDYEES. City of Fort Worth, Texas Standard Completion Agreement — Self-Funded Page 19 of 31 DEVELOPER: Spur Wildflower Development, L.P., a Delaware limited partnership By: Spur Wildflower Development GP, L.L.C., a Delaware limited liability company, its general partner By: Spur Portfolio Holdings, L.P. a Delaware limited partnership its sole member By: Spur Portfolio Holdings GP, L.L.C„ a Delaware limited liability company, its general partner By: Spur Ventures L.P., a Delaware limited partnership its sole member By: Spur Ventures GP, L.L.C., a Delaware limited liability company its general partner ,.T-� Johhn Brian Authorized Signatory City of Fort Worth, Texas Standard Completion Agreement — Self-Funded Page 20 of 31 COMPLETION AGREEMENT — SELF FUNDED This COMPLETION AGREEMENT ("Agreement"), is made and entered into by and between the City of Fort Worth, ("City") and Spur Wildflower Development, L.P., a Delaware Limited Partnership, authorized to do business in Texas, ("Developer"), effective as of the last date executed by a Party hereta The City and the Developer may collectively be called the "Parties". WITNESSETH: WHEREAS, the Developer owns that certain tract of real property that contains approximately 32.60 acres of land located in the City, the legal description of which tract of real property is marked Exhibit "A" — Legal Description, attached hereto and incorporated herein for all purposes, ("Property"); and WHEREAS, the Developer intends to develop the Property as an addition to the City through plat FP-25-042 and WHEREAS, the Developer and the City have entered into a Community Facilities Agreement relating to the development, Tradition Phase 6A for Water, Sewer, Paving, Storm Drain, and Street Lights ("Improvements"); and WHEREAS, the City has required certain assurances that the Developer will cause to be constructed to City standards the Improvements pursuant to the Community Facilities Agreement; and WHEREAS, Developer has provided the City with a development bond for the paving and street light Improvements being constructed pursuant to the CFA: and WHEREAS, Developer desires to provide the City with this Agreement to guarantee construction of all other Improvements in the CFA ("Remaining CFA Obligations") and payment of all contractors and material suppliers: and WHEREAS, the Parties desire to set forth the terms and conditions of such accommodations as are described above. NOW, THEREFORE, for and in consideration of the mutual covenants and agreements hereinafter set forth, it is hereby agreed by and between City and Developer as follows: 1. Recitals. The foregoing recitals are true, correct and complete and constitute the basis for this Agreement and they are incorporated into this Agreement for all purposes. 2. The Completion Amount. The City and the Developer agree that the Hard Costs (as shown on Exhibit "B") required to complete the Community Facilities in the aggregate should not exceed the sum of One Million Seven Hundred Ninetv Two Thousand One Hundred Twentv Seven and 40/100 Dollars ($1,792,127.40), hereinafter called the "Completion Amount". Notwithstanding the foregoing, it is acknowledged that the actual costs of completion of the Community Facilities City of Fort Worth, Texas Standard Completion Agreement — Self-Funded Page 21 of 31 may vary as a result of change orders agreed to by the Parties, but such variances for the purposes of this Agreement shall not affect the Completion Amount as used herein. City hereby waives the requirement for developer to deposit a financial guarantee of 100% of the Hard Costs under the CFA Policy. 3. Completion bv the Developer. The Developer agrees to complete the Community Facilities and pay a11 Hard Costs in accordance with City standards, the CFA, the Plat, and the Plans as approved by the City. For the purposes of this Agreement, the development of the Property shall be deemed complete upon acceptance by the City of the Community Facilities pursuant to Section 6, hereof. 4. Satisfaction of the Citv ReQuirements. The City agrees that the assurances and covenants contained in this Agreement satisfy all requirements of the City with respect to Developer's Financial Guarantee, as described in the CFA Policy, or other requirements far security in connection with the development of the Property and the completion of the Community Facilities that are contained in the CFA or in any other agreement relating thereto, and the City hereby accepts the assurances and covenants contained herein in lieu thereo£ To the extent the CFA irreconcilably conflicts with this Agreement, the provisions of this Agreement shall control. 5. Termination. This Agreement shall terminate upon the earlier to occur of the following: (a) acceptance by the City of the Community Facilities; ar(b) mutual written agreement of the Parties. 6. Final Plat. The Parties acknowledge and agree that the City shall hold the iinal plat of the Property until the Community Facilities are completed and accepted by the City and all Hard Costs contractors have been paid, less retainage. Upon acceptance by the City and receipt of evidence from the Developer showing that all Hard Costs contractors have been paid, including but not necessarily limited to lien waivers and bills paid affidavits, the City shall within a reasonable time file the final plat for the Property in the Plat Records of the county where the Property is located. The purpose of the City retaining the final plat of the Property as provided herein is to guarantee the Developer's obligations under the CFA are completed. 7. Construction Contracts. Developer agrees to include in each Construction contract that it enters into for the completion of the Community Facilities the following: A. A statement that the Ciry is not holding any security to guarantee any payment for work performed on the Community Facilities; B. A statement that the Property is private property and that same may be subject to mechanic's and materialman's liens; C. A requirement that each contractor contracting with the Developer release the City from any claim that is related to the Property; and City of Fort Worth, Texas Standard Completion Agreement — Self-Funded Page 22 of 31 D. A requirement that each contractor contracting with the Developer include in each subcontract the statements contained in (a), (b) and (c) above. 8. Miscellaneous. A. Non-Assignment of Agreement. This Agreement may not be assigned by any of the Parties without the prior written consent of all the other Parties. B. Notice. Any notice required or permitted to be delivered under this Agreement shall be deemed received on actual receipt by the appropriate party at the following addresses: (i) Notice to the City sha11 be addressed and delivered as follows: City of Fort Worth Development Services Department 100 Fort Worth Trail Fort Worth, Texas 76102 Attention: Contract Management Office Kandice Merrick, Development Manager Email: Kandice.Merrick@fortworthtexas.gov Confirmation Number: 817-392-7810 With a copy thereof addressed and delivered as follows: Ofiice of the City Attorney City of Fort Worth 100 Fort Worth Trail Fort Worth, Texas 76102 Attention: Richard A. McCracken Sr. Assistant City Attorney Confirmation Number: 817-392-7611 (ii) Notice to the Developer shall be addressed and delivered as follows: Spur Wildflower Development, L.P. 9040 Town Center Parkway, Suite 200 Lakewood Ranch, FL 34202 A party may change its address for notice upon prior written notice to the other parties pursuant to the terms hereof. City of Fort Worth, Texas Standard Completion Agreement — Self-Funded Page 23 of 31 C. Texas Law to Applv. This Agreement shall be construed under and in accordance with the laws of the State of Texas. D. Parties Bound. This Agreement shall be binding upon and inure to the beneft of the Parties and their respective legal representatives, successors and assigns. E. Le�al Construction. In case any one or more of the provisions contained in this Agreement shall for any reason is held to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability sha11 not affect any other provision of this Agreement, and this Agreement shall be construed as if such invalid, illegal, or unenforceable provision had never been contained in this Agreement. F. Priar A�reements Superseded. This Agreement constitutes the sole and only agreement of the Parties with respect to the subject matter hereof and supersedes any prior understandings or written or oral agreements among the Parties concerning the subject matter hereof. G. Amendment. This Agreement may only be amended by a written instrument executed by all of the Parties to this Agreement. H. Headin�s. The headings that are used in this Agreement are used for reference and convenience purposes only and do not constitute substantive matters to be considered in construing the terms and provisions of this Agreement. [REMAINDER OF PAGE INTENTIONALLY LEFT BLANK] City of Fort Worth, Texas Standard Completion Agreement — Self-Funded Page 24 of 31 Executed in each entity's respective name by its duly authorized signatories effective as of the date executed by the City's City Manager or his/her designee. CITY OF FORT WORTH: DEVELOPER: Spur Wildflower Development, L.P., a Delaware limited partnership ��-� Jesica McEachern Assistant City Manager Date: O1/23/2026 Approved as to Form & Legality: � ui�,� Jessika Williams Assistant City Attorney Date: O1/12/2026 By: Spur Wildflower Development GP, L.L.C., a Delaware limited liability company, its general partner By: Spur Portfolio Holdings, L.P. a Delaware limited partnership its sole member By: Spur Portfolio Holdings GP, L.L.C„ a Delaware limited liability company, its general partner By: Spur Ventures L.P., a Delaware limited partnership its sole member By: Spur Ventures GP, L.L.C., a Delaware limited liability company its general partner ATTEST: � h .,��: Jannette Goodall City Secretary �� . John Brian Authorized Signatory Date: O1/12/2026 City of Fort Worth, Texas Standard Completion Agreement — Self-Funded Page 25 of 31 LIST OF EXHIBITS ATTACHMENT "1 "- CHANGES TO STANDARD AGREEMENT EXHIBIT A - LEGAL DESCRIPTION EXHIBIT B - APPROVED BUDGET City of Fort Worth, Texas Standard Completion Agreement — Self-Funded Page 26 of 31 ATTACHMENT "1" Changes to Standard Agreement Self-Funded Completion Agreement None City of Fort Worth, Texas Standard Completion Agreement — Self-Funded Page 27 of 31 EXHIBIT A LEGAL DESCRIPTION All that certain lot, tract, or parcel of land, situated in a portion of the Guadalupe Cardinas Survey, Abstract No. 214, Denton County, Texas, being part of that certain called 383.83 acre tract described as Tract 5 in a deed to Spur Wildflower Land, L.P. recorded in Document No. 2025-34371 of the Deed Records of Denton Counry, Texas (DRDCT), and being more completely described as follows, to-wit: COMMENCING at a 1/2" capped iron rod found (illegible) for the most easterly Southeast corner of said 383.83 acre tract, being in the West line of Lot 39X, Block 00 of Tradition Central, Phase 1B recorded in Document No. 2021-234 of the Plat Records of Denton County, Texas (PRDCT) and being in the Northwest line of a parcel described in a deed to The Atchison, Topeka and Santa Fe Railway Company recorded in Document No. 93-20408 (DRDCT), from which a 1/2" capped iron rod found stamped "GOODWIN & MARSHALL" for the Southwest corner of said Lot 39X, Block 00 bears South 00 deg. 07 min. 11 sec. East — 195.96 feet; THENCE South 44 deg. 26 min. 33 sec. West departing said West line and continue along the Southeast line of said 383.83 acre tract and said Northwest line, a distance of 479.03 feet to a 1/2" capped iron rod set stamped "GMCIVIL", hereinafter referred to as 1/2" capped iron rod set, said point being the TRUE POINT OF BEGINNING; THENCE in a southwesterly direction along said Southeast and Northwest lines the following three (3) courses; South 44 deg. 26 min. 33 sec. West, a distance of 473.02 feet to a 1/2" capped iron rod set; North 45 deg. 29 min. 33 sec. West, a distance of 8.82 feet to a 1/2" capped iron rod set; South 44 deg. 30 min. 22 sec. West, a distance of 1,042.01 feet to a 1/2" capped iron rod set, from which a 5/8" iron rod found in said Southeast and Northwest lines bears South 44 deg. 30 min. 22 sec. West — 259.99 feet; THENCE North 45 deg. 32 min. 18 sec. West departing said Southeast and Northwest lines, a distance of 181.52 feet to a 1/2" capped iron rod set for a Point of Curvature of a non-tangent circular curve to the left, having a radius of 525.00 feet, a central angle of 00 deg. 35 min. 31 sec., and being subtended by a chord which bears North 44 deg. 44 min. 18 sec. East - 5.42 feet; THENCE in a northeasterly direction along said curve to the left, a distance of 5.42 feet to a 1/2" capped iron rod set; THENCE North 44 deg. 26 min. 33 sec. East tangent to said curve, a distance of 60.00 feet to a 1/2" capped iron rod set; THENCE North 45 deg. 33 min. 27 sec. West, a distance of 50.00 feet to a 1/2" capped iron rod set; THENCE South 89 deg. 26 min. 33 sec. West, a distance of 1414 feet to a 1/2" capped iron rod set; THENCE North 45 deg. 33 min. 27 sec. West, a distance of 220.00 feet to a 1/2" capped iron rod set; City of Fort Worth, Texas Standard Completion Agreement — Self-Funded Page 28 of 31 THENCE North 00 deg. 33 min. 27 sec. West, a distance of 1414 feet to a 1/2" capped iron rod set; THENCE North 45 deg. 33 min. 27 sec. West, a distance of 50.00 feet to a 1/2" capped iron rod set; THENCE South 89 deg. 26 min. 33 sec. West, a distance of 1414 feet to a 1/2" capped iron rod set; THENCE North 45 deg. 33 min. 27 sec. West, a distance of 220.00 feet to a 1/2" capped iron rod set; THENCE North 00 deg. 33 min. 27 sec. West, a distance of 14.14 feet to a 1/2" capped iron rod set; THENCE North 45 deg. 33 min. 27 sec. West, a distance of 50.00 feet to a 1/2" capped iron rod set; THENCE South 89 deg. 26 min. 33 sec. West, a distance of 14.14 feet to a 1/2" capped iron rod set; THENCE North 45 deg. 33 min. 27 sec. West, a distance of 120.00 feet to a 1/2" capped iron rod found stamped "GMCIVIL", hereinafter referred to as 1/2" capped iron rod found, in the Southeast line of Tradition South, Phase 4A recorded in Document No. 2024-382 (PRDCT); THENCE in a northeasterly direction along said Southeast line and the Southwest line of said Tradition South, Phase 4A the following seven-teen (17) courses; North 00 deg. 33 min. 27 sec. West, a distance of 14.14 feet to a 1/2" capped iron rod found; North 44 deg. 26 min. 33 sec. East, a distance of 232.51 feet to a 1/2" capped iron rod found for a Point of Curvature of a circular curve to the left, having a radius of 585.00 feet, a central angle of 50 deg. 34 min. 10 sec., and being subtended by a chord which bears North 19 deg. 09 min. 28 sec. East - 499.73 feet; Continue in a northerly direction along said curve to the left, a distance of 516.32 feet to a 1/2" capped iron rod found; North 37 deg. 47 min. 56 sec. East non-tangent to said curve, a distance of 14.29 feet to a 1/2" capped iron rod found; North 82 deg. 12 min. 52 sec. East, a distance of 120.01 feet to a 1/2" capped iron rod found; South 52 deg. 18 min. 50 sec. East, a distance of 14.03 feet to a 1/2" capped iron rod found; North 82 deg. 12 min. 53 sec. East, a distance of 50.01 feet to a 1/2" capped iron rod found; North 37 deg. 39 min. 20 sec. East, a distance of 14.25 feet to a 1/2" capped iron rod found; North 82 deg. 12 min. 52 sec. East, a distance of 220.01 feet to a 1/2" capped iron rod found; South 52 deg. 26 min. 55 sec. East, a distance of 14.06 feet to a 1/2" capped iron rod found; North 82 deg. 12 min. 53 sec. East, a distance of 50.01 feet to a 1/2" capped iron rod found; North 37 deg. 32 min. 08 sec. East, a distance of 14.22 feet to a 1/2" capped iron rod found; City of Fort Worth, Texas Standard Completion Agreement — Self-Funded Page 29 of 31 North 82 deg. 12 min. 52 sec. East, a distance of 45.14 feet to a 1/2" capped iron rod found for a Point of Curvature of a circular curve to the left, having a radius of 425.00 feet, a central angle of 52 deg. 06 min. 35 sec., and being subtended by a chord which bears North 56 deg. 09 min. 35 sec. East - 373.35 feet; Continue in a northeasterly direction along said curve to the 1eft, a distance of 386.53 feet to a 1/2" capped iron rod found; North 30 deg. 06 min. 17 sec. East tangent to said curve, a distance of 5.42 feet to a 1/2" capped iron rod found; North 76 deg. 17 min. 25 sec. East, a distance of 13.85 feet to a 1/2" capped iron rod found; North 29 deg. 02 min. 41 sec. East, a distance of 50.10 feet to a 1/2" capped iron rod found for a Point of Curvature of a non-tangent circular curoe to the right, having a radius of 775.00 feet, a central angle of ll deg. 46 min. 51 sec., and being subtended by a chord which bears South 51 deg. 29 min. 08 sec. East - 159.07 feet; THENCE in a southeasterly direction departing said Southwest line along said curve to the right, a distance of 159.35 feet to a 1/2" capped iron rod set; THENCE South 45 deg. 35 min. 42 sec. East tangent to said curve, a distance of 156.69 feet to a 1/2" capped iron rod set; THENCE South 44 deg. 24 min. 18 sec. West, a distance of 50.00 feet to a 1/2" capped iron rod set; THENCE South 89 deg. 25 min. 25 sec. West, a distance of 14.15 feet to a 1/2" capped iron rod set; THENCE South 44 deg. 26 min. 33 sec. West, a distance of 95.00 feet to a 1/2" capped iron rod set; THENCE South 45 deg. 35 min. 42 sec. East, a distance of 240.00 feet to a 1/2" capped iron rod set; THENCE North 44 deg. 26 min. 33 sec. East, a distance of 43.30 feet to a 1/2" capped iron rod set; THENCE South 45 deg. 33 min. 27 sec. East, a distance of 241.47 feet to the POINT OF BEGINNING, containing 1,420,360 square feet or 32.607 acres of land, more or less. City of Fort Worth, Texas Standard Completion Agreement — Self-Funded Page 30 of 31 EXHIBIT B APPROVED BUDGET Items A. Water and Sewer Construction 1. Water Construction 2. Sewer Construction Water and Sewer Construction Total 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) City of Fort Worth, Texas Standard Completion Agreement — Self-Funded Page 31 of 31 Developer's Cost $ 643,575.00 $ 702,996.40 $ 1,346,571.40 $ 1,101,702.78 $ 445,556.00 $ 161,981.92 $ - $ 1,709,240.70 $ 3,055,812.10 N W E S r`� i H � u i.^� �'; i:l ,,,: 1id 155 I, �'iL-� 'iJ�J"`° �i911�����4 _�I >> � �. r i'_ �il•- •'iclr_Ile _ _� �,.J�7� � r� �� _� �� � ��c�� I I I �� � I �� �� ������� �� ��� JL �JL ���� �����q ���1 �l� �ll�1V` o ll'iJl����Y 1�/��T➢5�.� ��o a �°�ll �a c�, ]H[9 �„ N� ��������� ���: ► � ' 0 0 D 8433 Enlerprise�0 Lakewood Ranch, FL 34202 (941J 388-0707 �� V' �����q l.��l.�� �������,�� ��: GMcivil Engineering 8 Surveying 2ssy sw ���r o� �o =�+�v, ��ar o���a. Taxas �cos 8'?-..29-<3]3 r.s�� F�m, m F���a I rxs�ry =��— n i cmvco ��LO������1 �` ����� �� 1���'IEIE� IE�JHIllI�ll�[' ��A��� �➢�P1� Il���7�C� I'�IE;�AIR.��d �fl�: LakewootlRonch,FL34202 (9diJ 388-0]Ol NOT EX. INFRASTRUCTURE PHASE 5A (CPN:105444) PROPOSED WATER LINE (8" TYPICALJ W EXISTING/T.B.C. WATER LINE (8" TYPICALJ \/ /\ ����wl� � �� I'�IE;�AIR.��d l�Y: GM civi l Engineering & Surveying 25c9 S W C�epevi�e f'kwy, GrqpeNne. Texas �6051 9�/.329-43I3 ixErG F�n a F-29« I ixS�ry Firm F 1 �C�l]�� EX. INFRASTRUCTURE PHASE 4A (CPN:104083) 12 13 14 15 16 17 E:\10720 — Tradition\Plans\CFA\Phase 6A\Tradition 6A CFA.dwg Wed Oct 08 2025 13:09 ��������1 � ����� �� ����� ������ ll 99�19 �ll �.������ �il'���`�HI[`.�� ��Ill; Lakewood Ranch, FL3o202 (941) 388-0)0] NOT EX. INFRASTRUCTURE PHASE 5A (CPN:105444) PROPOSED SEWER LINE (8" S.S. TYPICAL) S EXISTING/T.B.C. SEWER LINE (8" TYPICALJ �'� �� 4�N��I�I�IiI � � l�R.IE�°A�E�9 f3�'; GM civi l Engineering 8� Surveying �oeeswc�����P���,�v�wv,: �P,iPx::,i�o5t 81 ] :iJ`J 4JI3 �v -xt�q �-irm I; �- 29�� I-x_i.ry Frtn ;I 10^.2� /00 g 7 6 5 4 3 � ��►.uc.K ll 12 13 14 ]5 16 17 — EX. INFRASTRUCTURE PHASE 4A (CPN:104083) E:\10720 — Tradition\Plans\CFA\Phase 6A\Tradition 6A CFA.dwg Wed Oct 08 2025 13:09 ��������1 � ����� �� �A�/lll'�� lE�lHllll�ll�[' �,��C" ��'I'�: 1L�b�7t� �'I�IEI'AIf�E� ���,: Lakewood Ranch, FL3G202 (9G I) 388-0]0] NOT EX. INFRASTRUCTURE PHASE 5A (CPN:105444) '•+ i . PROPOSED29'B-BROADWAY w/ 50' R.O. W. 6" PCC PAVEMEN7 . . . .. w/ 6" LIMESTABIL2ED SUBGRADE I I I I I I I SIDEWALKBYHOMEBUILDER � 1��]EI�AIf�E� B�'; GM civi l Engineering 8 Surveying 155`I SW C�raccv nc P<wy, C; �pcv rc. -�xo� ]6:;5- 81]J29-03]3 �,� -,y �� ��,.— � �;;�� �xs.,.� �.,,, t� oo� �,00 I PUR�'UF�A EXISTNG SIDEWALK . . . � 10 9 8 7 6 — SIDEWALKPERTHISCONTRACT ��LGCKM � 11 12 13 14 15 �......__ —�. , —_--- �_. ADA RAMPS PER THIS COMRACT _ _ . . ... . . � � y�'Y � l" ��L—ll��o ��� _ ���� EX. INFRASTRUCTURE PHASE 4A (CPN:104083) g 7 6 5 4 3 � IiLUCk JJ 12 13 14 IS I6 17 E:\10720 — Tradition\Plans\CFA\Phase 6A\Tradition 6A CFA.dwg Fri Oct 10 2025 09:24 � _ — ��������1 � ����� �� �����[i �ll�A�l'� 1E�1H[�1��� „�„ �ll�i`J: 1�ibz7� I'�R�;�AIR.�� 1FC9�: 1 okewood Ronch, FI 34202 (94I) 388-0]0] NOT EX. INFRASTRUCTURE PHASE 5A (CPN:105444) PROPOSED STORM DRAIN � EXISTING/T.B.C. STORM DRAIN ��'Y s F �C��]L]Eo ]�°° _ ���° �� �1�J P;�.]E�'A]E�IE� 1BY: GM civi l Engineering & Surveying 2559 SW G�opcvi�c PkwV-Grapavi�c, icxas ]6051 8']-329-�373 „F�� F�, M F ��« , ,��,� F,-- ,��;,��� ,. �. ... . � \\� ��� ......... ... - � 1 3 Z , � ,,,,,������������ . - 5 4 ' 1 � 6 2 EX. INFRASTRUCTURE PHASE 4A (CPN:104083) 8 3 I • �" � 15 14 13 12 I1 10 9 18 G 4 �� \� , LO �" 5 i� �"'��,.. �- � 16 _,_ __,,,��- . _,_- -` ,,..:,, 6 9 � . ,� — —_�.__� -- 8 � �—_�-- �-� IS 14 8 �VIU M FI LD RI E 9 Is Cl�� ' 1 4 10 6 8 7 6 5 4 3 2 I Il IZ y 11 5 4 3 Z = ri - � . .} 10 .;' S.i 12 t v io BL CK P 14 is ie " G ia u' q �c�� ' y 30 31 32 33 34 35 a 14 29 - I 28 36 37 --.--. — - - �� { 17 16 IS 26 27 �l _� �/ 1 f — �-�-_..�„_,� � _' 1S 25 _- _ — _ — � F`JRI'UI�A O D i �''a ie z4 �-�� 23 � 2 10 9 8 7 6 5 4 3 �1 '. �� �� �yM°" �� � � g� 7 6 5 4 3 zo � 10 lr'LC�CK �'LG cx M y�\ �V \1 ll ll 12 13 14 15 I6 17 1S 19 20 pl �� �` t +,� z�X 12 13 14 15 16 17 { ` .�/ 62 o-.. —/ ^ y, _...— `t' _---,_..._ __----� _ , _ .::: ,,... ...... , �/ _ _ -_ � �- . i r 63 - . � - - —. �.-----''�� B � 64 �` _ 65 61 � sr Pr e rR er R�D E S L WE D 1 67 66 ao 80 79 78 77 76 75 74 73 72 71 70 69 68 59 I 5S 57 56� 55 54 53 52 51 119X —i � E:\10720 — Tradition\Plans\CFA\Phase 6A\Tradition 6A CFA.dwg Fri Oct 10 2025 08:58 �JCO������1 � ����� �� ��1RlE,�'][' JLll�ll�l'][� � �ll�l'�� lE�ll�llll�ll�[' °'�lE�� ��T�: ]c3��7t� r����a�.�� �t��, Lakewootl Ranclr, FL 34202 (9diJ 388-0]Ol NOT EX. INFRASTRUCTURE PHASE 5A (CPN:105444) _ _..�..�:. `�' PROPOSED STREET LIGHT • EXISTING/T.B.C. STREET LIGHT - PROPOSED STREET NAME SIGN ��ti S F ����,�� ����� _ �'Q��° � ����a��� ��: GM civi l Engineering & Surveying 259 SW Graf�avi-ie f'kwy, Grc�pevine, Te.��s /20s I 0-] 3i9 0.;]3 TxErc F�m .� F-29��� I T���" Flrtn N 1pC21]^.� PURIUI�� 10 9 8 7 6 L� a CI� 11 12 EX. INFRASTRUCTURE PHASE 4A (CPN:104083) E:\10720 — Tradition\Plans\CFA\Phase 6A\Tradition 6A CFA.dwg Wed Oct 08 2025 13:10 s�cT�ory oo a2 a3 Developer Awarded Projects - PROPOSAL FORM Tradition South Phase 6A, City Project # I06270 L1NIT PRICG BID Item I Description a,_ Project Item Information Water Facilities 1 0241.111 S 4"-12" Pressure Plug 2 3305.0003 8" Wateriine Lowering 3 3305.0109 Trench Safety 4 3305.1003 20" Casing By Open Cut 5 3311.0001 Ductile Iron Water Fittings w/ Restraint 6 3311.0241 8" PVC Water Pipe , 7 3312.0001 Std. Fire Hydrant Assembly w/ 6" Gate Valve & Valve Box 8 3312.0117 Connection to Existing 4"-12" Water Main 9 3312.2003 1" Water Service (Domestic) 10 3312.2003 1" Water Service (Irrigation) 11 3312.3003 8" Gate Valve & Valve Box 12 4" PVC Irrigation Sleeve Water Subtotal Sanitary Sewer Facilities 13 3301.0002 Post-CCN Inspection 14 3301.0101 Vacuum Test Manholes 15 3305.0109 Trench Safety 16 3305.0113 Trench Water Stops 17 3305.1003 20" Casing By Open Cut 18 3331.3101 SDR-26 4" Sewer Services 19 3331.4115 8" SDR-26 PVC Sewer Pipe 20 3331.4116 8" PVC Sanitary Sewer Pipe w/ CSS Backfill 21 3331.4119 8" DIP Sewer Pipe 22 3339.1001 4' Std. Dia. Manhole 23 3339.1003 4' Extra Depth Manhole 24 9999.0001 Connect to Existing 8" S.S. 25 9999.0002 Core into Existing 8" S.S.M.H. 26 9999.0003 Remove and Replace Concrete Pavement 27 3301.0004 Finai Manhole CCTV Inspections Sanitary Sewer Subtotal Specitic�tiou I Unit of I Bid Section No. Measure Quantity 02 41 14 33 05 12 33 05 10 33 05 22 33 11 11 33 11 10, 33 11 12 33 12 40 33 12 25 33 12 10 33 12 10 33 12 20 EA EA LF LF TON LF EA EA EA EA EA LF 3 11 5,194 20 1 5,194 9 6 143 1 12 100 33 01 31 33 01 30 33 05 10 33 05 15 33 05 22 33 31 50 33 11 10, 33 31 12, 33 31 20 33 11 10, 33 11 12 33 11 10 33 39 10, 33 39 20 33 39 10, 33 39 20 00 00 00 00 00 00 00 00 00 33 01 31 Bidders Proposal Unit Price ( Bid Value $519.00 $8,000.00 $0.10 $174.10 $30,247.00 $41.40 $8,030.00 $1,345.00 $1,348.00 $1,270.00 $2,372.00 $19.00 $1,557.00 $88,000.00 $519.40 $3,482.00 $30,247.00 $215,031.60 $72,270.00 $8,070.00 $192, 764.00 $1,270.00 $28,464.00 $1,900.00 $643,575.00 LF 4596 $3.50 $16,086.00 EA 35 $189.00 $6,615.00 �F 4596 $0.60 $2,757.60 EA 12 $991.00 $11,892.00 LF 10 $218.50 $2,185.00 EA 142 $1,170.00 $166,140.00 LF 4346 $59.20 $257,283.20 LF �F EA VF EA EA SY EA 206 44 35 144 2 4 58 35 $133.60 $159.00 $4,052.00 $185.00 $1,746.00 $4,036.00 $158.00 $236.00 $27,521.60 $6,996.00 $141,820.00 $26,640.00 $3,492.00 $16,144.00 $9,164.00 $8,260.00 � $702,996.40 (:I'fY l>P IY)K f\Vt)RI'l l 7 m.inion tiuutli Phnse GA S fAND�NI) CONS'1 RUC I'l<)N RID PR(JPOtiAI: D1iVI�:f,UV1iR A\VARDGD PIt() IF:(C'fS Cilv Pro�cal k 10G2711 Pomi Rc��is.� Innuan' 2v.2o2U lb d2 �li_[3id Pro��a�l sccTtoN oo a2 a3 Developer Awarded Projects - PROPOSAL FORM Tr�dition South Phase GA, Ciq� Project # 106270 LINIT PRICC 61D Project Item Information I�tem I 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 Description Storm Drain Facilities 0241.3016 Remove 27" Storm Line 3137.0104 Medium Riprap, dry 3305.0109 Trench Safety 3305.0112 Concrete Collar 3341.0201 21" RCP, Class III 3341.0205 24" RCP, Class III 3341.0302 30" RCP, Class III 3341.0309 36" RCP, Class III 3341.0402 42" RCP, Class III 3349.0001 4' Storm Junction Box 3349.0002 5' Storm Junction Box 3349.d109 36" SET, 1 pipe 3349.4111 42" SET, 1 pipe 3349.5001 10' Curb Inlet 3349.5002 15' Curb Inlet 9999.0001 Connect to Ex. 30" R.C.P. 9999.0002 Connect to Ex. 27" R.C.P. 3301.0012 Post-CCTV Inspection of Storm Drain Storm Drain Subtotal WaterlSanitary SeweriStorm Drain Facilities Subtotal Bid Summary WaterlSanitary SewerlStorm Drain Facilities Subtotal Total Bid This bid is submitted by the entity listed below: Company: PCI Construction, Inc. Street Address: 405 Interchange Street City, State, Zip Code: McKinney, TX 75071 ISpecification I Unit of I Bid Section No. � Measure Quantity 02 41 14 31 37 00 33 05 10 33 05 17 33 41 10 33 41 10 33 41 10 33 41 10 34 41 10 33 49 10 33 49 10 33 49 40 34 49 4� 33 49 20 33 49 20 00 00 00 00 00 00 33 01 32 LF SY LF EA LF LF LF LF LF EA EA EA EA EA EA EA EA LF 5 153 2,230 5 248 804 868 129 81 6 1 1 1 10 6 1 1 2,230 Bidder's Proposal Unit Price I Bid Value $15.00 $99.00 $0.20 $319.00 $69.90 $78.50 $106.30 $151.50 $205.40 $6,301.00 $8,697.00 $2,897.00 $2,785.00 $8,437.00 $11,033.00 $1,805.00 $1,746.00 $2.35 $75.00 $15,147.00 $446.00 $1,595.00 $17,335.20 $74,964.00 $92,268.40 $19, 543.50 $16, 637.40 $37,806.00 $8,697.00 $2,897.00 $2,785.00 $84,370.00 $66,198.00 $1,805.00 $1, 746.00 $5,240.50 $445,556.00 � $1,792,127.40� I $1,792,127.40i $1,792,127.40� ey: / � _ �...�c �.-:�.` � � �gn ur Tille: �C����� Dale'� .� /� ' � / /` � Cmilrnc�or ngrees to rompletc \V02K for rINAL ACCCPTANCC �vithin CONTRACT commeuces to rwi ns proviJed in lhc Genernl CmiJilions. GIVD O� SCCTION 55 �rorlcing days nflcr the dnte when lhe 'I�i.��lili��ii ti��ulli I'has.• (�A CI'1'1'til� f(1I1T W(/IYIII til'ANI)�I1I)Cc)Nti'IRIICI'If)N Hlf� I'I2()I'l)tiAI.-I)IiVf�I.ill'I:R A\VAltl)I!IJ I'I2(),II:C'I:ti C'il�' I'ri�jttl NIIK?7i1 I'mni Ke��i..�� lunwn' 7`l. 1�121� (N) J_' A? I7iJ I'ro�x�sal SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Tradition South Phase 6A, City Project #106270 UNIT PRICE BID Bidlist Item No. Project Item Information Description Bidder's Proposal SpeciBcation Unit of Bid Section No. Measure Quantity Unit Price Bid Value Street Lighting Facilities 1 2605.3011 2" CONDT PVC SCH 40 (T) 2 3441.1408 NO 6 Insulated Elec Condr 3 3441.1633 Type 33B Arm 4 3441.3201 LED Lighting Fixture (R-2) 5 3441.3301 Rdwy Illum Foundation TY 1,2, and 4 6 3441.3341 Rdwy Illum TY 11 Pole Street Lighting Subtotal Bid Summary Street Lighting Facilities Subtotal Total Bid This bid is submitted by the entity listed below: Company: Independent Utility Construction, Inc. Street Address: 5109 Sun Valley Drive City, State, Zip Code: Ft. Worth, TX 76119 26 05 33 LF 1,424 34 41 10 LF 4,272 34 41 20 EA 18 34 41 20 EA 18 35 41 20 EA 18 34 41 20 EA 18 $25.40 $3.31 $336.00 $446.00 $2,599.00 $2,823.00 By: ich d olfe 1 � Signature Title: President oate: 12/10/2025 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 60 worldng days after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION $36,169.60 $14,140.32 $6,048.00 $8,028.00 $46,782.00 $50,814.00 $161,981.92 $161,981.92 $161,981.92 CITY OF FORT WORTH Tradition Suuth Phasc 6A STANDARD CONSTRUCTION BID PROPOSAL-DEVELOPER AWARDED PROJECTS City PinJectk106270 Form Rcvinnl lanuary 29, 2020 00 42 43_Bid Proposel sECTio�� ao a2 a3 Developer An>arded 1'rojecis - PROPOSAL FpRM 7'radition South Pt�asc GA, Ci[}' Project #]06270 UNI'1 PTZIC� BID Project Iten� informatiou u�wui I�em Description Paving FaGlitias 1 3211,0400 Hydrated Lime @ 30 Ibs.IS.Y. (Residentiaf) 2 3211.0501 8" Lime Treated 5ubgrade [Residential) 3 3213.0101 6" Concrete Pavement (ResidenliaE� 4 3213.03�1 5' Conc 5ide�aralk 5 3213.05A1 R-1 Ramp 6 3213.0506 P-1 Rarnp 7 3213.�5Q9 M-2 Ramp 8 3292.04a0 5eedinq, Hydromulcf� 9 3441.4003 Furnis�llnslall Alum Sign Graund Mount City Std. 10 9999.0001 Concrete Header 1 i 9999.0002 'Fype III End-of-Road Sarricade 12 9899.�R03 Conned to �xisEing F'avement 13 9999.Oa04 Ri-1 5top Sign 14 9999.0005 5t Marker Blade i5 9999.0006 All Way Plaque Paving Subtotal Bid Summary I This bid is submitled by the entity listed Below: Campany: L.H.. l.acy Company, Lid. Street Address: iaao Crown �r., Suite 1200 City, State, Zip Code: pallas, 7X 75234 Pa�Eng Facilities SubEotal 7otal Bld 5pecification I Uuit of Bid Sectsoci No Measure Quantil}' 32 11 29 32 13 13 32 13 13 31 13 20 32 13 2U 32 13 20 33 13 20 32 92 13 34 41 30 00 00 00 00 00 00 00 00 00 p0 00 00 ao ao ao 00 00 00 TO N SY SY LF EA EA �A SY EA LF EA EA �A EA EA 277.3 18,482 17,289 136 5 7 1 69 14 29 1 6 94 28 4 Bidders Prppasal U�tft Price I I3id Value $323.75 53.52 �a5i.29 $44.87 $2,676.59 $2,498.50 $2,579.50 a76.1 i $253.$O I $16.31 ��,5fifi.00 u�910.70 $91.80 � �39.5D 581.00 I �69,775.88 $65,056.fi9 �886,752.81 $6, 9 02.32 $13,382.95 $17,�}89.5Q �2,579.50 �5�251.69 �3�553.20 $472.99 a� i ,566.Ofl �5,464.20 $1,286.20 $2,646.00 5324.U0 $1,10'f,762,78 I $1,4D1,702.78 $1,101,702.78 By: SFg tte Tit1e: �QC tvl ��'--O oate: � L� � a� 2� Contractar agrees [o complete R'OI�R for FINaL.1CCEPTANCE �5i[hin 30 �roric9ng da}•s aRer the date tishcn the CON�iNACT cammences to run as prorided in Ihe General Condilions, E\D OF SECTIO\ Signature: C{'IS'1"IGiYI C�lq�/BZ Signature: < �,�`�,, nIIny C�istian Chavez jJ a n 26, 202610�.�5:36 CST; ✓ �U�.l�l�.�7W 1 Email: cristian.chavez@fortworthtexas.gov Email: allison.tidwell@fortworthtexas.gov Ci7y' OF ��PRT ll'ORl"H T:aiivon Sos�h Piiie �, STAh`I1ARn COVjTR� CTip.'�' blb pkOPp5-4L-llEVEI.OPEFI AN.4RDED PROIF.CTS Cm' Projn� #1062 i Fnm� RetirSS.u:uv}� 29, 7010 fAi J2 J 3_8id ProFas F�RT��RTHo City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name Spur Wildflower Development, L.P. SUUJeCt Of tlle AgPee111el1t: CFA25-0179 - Tradition Phase 6A (Water, Sewer, paving, Storm Drain, Street light & Signs) M&C Approved by the Council? * Yes ❑ No 0 If �so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes ❑ No ❑✓ If �so, provide the original contract number and the amendment number. Is the Contract "PermanenY'? *Yes 0 No ❑ If �unsure, see back page for permanent contract listing. Is this entire contract Confidential? *Yes ❑ No ❑✓ If only specific information is Confidential, please list what information is Confidential and the page it is located. Effective Date: Expiration Date: If different from the approval date. If applicable. Is a 1295 Form required? * Yes ❑ No ❑✓ *If �so, please ensure it is attached to the approving M&C or attached to the contract. Proj ect Number: If applicable. 106270 *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes ❑✓ No ❑ Contracts need to be routed for CSO processin� in the followin� order: 1. Katherine Cenicola (Approver) 2. Jannette S. Goodall (Signer) 3. Allison Tidwell (Form Filler) *Indicates the information is required and if the information is not provided, the contract will be returned to the department.