Loading...
HomeMy WebLinkAbout064759 - Construction-Related - Contract - Traditions Investors, LLCReceived Date: 02/18/2026 Received Time: 12:54 p.m. Developer and Project Information Cover Sheet: Developer Company Name: Address, State, Zip Code: Phone & Email: Authorized Signatory, Title: Project Name: Brief Description: Project Location: Plat Case Number: Mapsco: CFA Number: PP-22-066 642J 24-0085 Traditions Investors, LLC 10446 North 74th Street, Suite 200, Scottsdale, AZ 85258 602-550-9590; larry@matrix-equities.com Larry Miller; CEO Northwest Village Paving, Street Lights, and Traffic Signal North of Highway 114 & Holland Hill Lane Plat Name: Northwest Village Council District: 10 City Project Number: 105293 �FFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas Page 1 of 17 Standard Community Facilities Agreement Rev. 9/21 City Contract Number: 64759 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 Traditions Investors, LLC ("Developer"), a Texas limited liability company, 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 Northwest Village ("Project"); and WHEREAS, the City desires to ensure that all developments are adequately served by public infrastructure and that the public infrastructure is constructed according to City standards; and WHEREAS, as a condition of approval of the Project, Developer is required to bear a portion of the costs of municipal infrastructure by constructing the public infrastructure necessary for the Project as described in this Agreement ("Community Facilities" or "Improvements"); and WHEREAS, as a condition of approval of the Project, Developer is required to meet the additional obligations contained in this Agreement, and Developer may be required to make dedications of land, pay fees or construction costs, or meet other obligations that are not a part of this Agreement; and WHEREAS, the City is not participating in the cost of the Improvements or Project; and WHEREAS, the Developer and the City desire to enter into this Agreement in connection with the collective Improvements for the Project; NOW, THEREFORE, for and in consideration of the covenants and conditions contained herein, the City and the Developer do hereby agree as follows: 1. CFA Ordinance The Community Facilities Agreements Ordinance ("CFA Ordinance"), as amended, is incorporated into this Agreement by reference, as if it was fully set out herein. Developer agrees to comply with all provisions of the CFA Ordinance in the performance of Developer's duties and obligations pursuant to this Agreement and to cause all contractors hired by Developer to comply with the CFA Ordinance in connection with the wark 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. OFFIGIAL RECORD City of Fort Worth, Texas Standard Community Facilities Agreement Rev. 9/21 CITY SECRETARY Page 2 of 17 FT. WORTH, TX 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 0 Exhibit B: Paving ❑ Exhibit B-1: Storm Drain � Exhibit C: Street Lights & Signs 0 Exhibit GL• Traffic Signal � Exhibit C-2: Traffic Signal 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, C-1, C-2 the Location Map, or the Cost Estimates conflict with the Engineering Plans, the Engineering Plans shall control. If applicable, Attachment 1— Changes to Standard Community Facilities Agreement, Attachment 2— Phased CFA Provisions, and Attachment 3— Concurrent CFA Provisions, are attached hereto and incorporated herein for all purposes. 4. Construction of Improvements Developer agrees to cause the construction of the Improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and specifications, the Engineering Plans, the Cost Estimates provided for the Improvements, and this Agreement. Developer acknowledges that City will not accept the Improvements until the City receives affidavits and lien releases signed by Developer's contractors verifying that the contractors, and all subcontractors and material suppliers, have been paid in full for constructing the Improvements, and consent of the surety on payment and performance bonds provided for the Improvements. 5. Financial Guarantee Developer has provided the City with a financial guarantee in the form and amounts set forth in this Agreement which guarantees the construction of the Improvements and payment by Developer of all contractors, subcontractors, and material suppliers for the Improvements ("Financial Guarantee"). City of Fort Worth, Texas Page 3 of 17 Standard Community Facilities Agreement Rev. 9/21 Developer shall keep the Financial Guarantee in full force and effect until released by the City and shall not reduce the amount of the Financial Guarantee unless authorized by the City in accordance with the CFA Ordinance. 6. Completion Deadline; Extension Periods This Agreement shall be effective on the date this Agreement is executed by the City's Assistant City Manager ("Effective Date"). Developer shall complete construction of the Improvements and obtain the City's acceptance of the Improvements within two (2) years of the Effective Date ("Term"). If construction of the Improvements has started during the Term, the Developer may request that this Agreement be extended for an additional period of time ("Extension Period"). All Extension Periods shall be agreed to in writing by the City and the Developer as set forth in a written amendment to this Agreement. In no event shall the Term of this Agreement plus any Extension Periods be for more than three years. 7. Failure to Construct the Improvements (a) The City may utilize the Developer's Financial Guarantee to cause the completion of the construction of the Improvements if at the end of the Term, and any Extension Periods, the Improvements have not been completed and accepted by the City. (b) The City may utilize the Developer's Financial Guarantee to cause the completion of the construction of the Improvements or to cause the payment of costs for construction of the Improvements before the expiration of the Term, and any Extension Period, if the Developer breaches this Agreement, becomes insolvent, or fails to pay costs of construction. (c) If the Financial Guarantee is a Completion Agreement and the Developer's contractors or suppliers are not paid for construction costs or materials supplied for the Improvements the contractors and suppliers may place a lien upon any property which the City does not have an ownership interest that is the subject of the Completion Agreement. (d) Nothing contained herein is intended to limit the Developer's obligations under the CFA Ordinance, this Agreement, the Financial Guarantee, Developer's agreements with Developer's contractors, or other related agreements. 8. Termination If Developer desires to terminate this Agreement before Developer's contractors begin constructing the Improvements, Developer agrees to the following: (a) that Developer and City must execute a termination of this Agreement in writing; (b) that Developer will vacate any final plats that have been filed with the county where the Project is located; and (c) to pay to the City all costs incurred by the City in connection with this Agreement, including time spent by the City's inspectors at preconstruction meetings. City of Fort Worth, Texas Page 4 of 17 Standard Community Facilities Agreement Rev. 9/21 9. Award of Construction Contracts (a) Developer will award all contracts for the construction of the Improvements and cause the Improvements to be constructed in accordance with the CFA Ordinance. (b) Developer will employ construction contractors who meet the requirements of the City to construct the Improvements including, but not limited, to being prequalified, insured, licensed and bonded to construct the Improvements in the City. (c) Developer will require Developer's contractors to provide the City with payment and performance bonds naming the City and the Developer as dual obligees, in the amount of one hundred percent (100%) of the cost of the Improvements as required by the CFA Ordinance. The payment and performance bonds shall guarantee construction of the Improvements and payment of all subcontractors and material suppliers. Developer agrees to require Developer's contractors to provide the Ciry with a maintenance bond naming the Ciry 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 Proj ect Manual. (e) Developer will require the Developer's contractors to give forty-eight (48) hours' advance notice of their intent to commence construction of the Improvements to the City's Construction Services Division so that City inspection personnel will be available. Developer will require Developer's contractors to allow construction of the Improvements to be subject to inspection at any and all times by the City's inspectors. Developer will require Developer's contractors to not install or relocate any sanitary sewer, storm drain, or water pipe unless a City inspector is present and gives consent to proceed, and to allow such laboratory tests as may be required by the City. (� Developer will not allow Developer's contractors to begin construction of the Improvements until a notice to proceed to construction is issued by the City. (g) Developer will not allow Developer's contractors to connect buildings to service lines of sewer and water mains constructed pursuant to this Agreement, if any, until said sewer, water mains and service lines have been completed to the satisfaction of the City. 10. Utilities Developer shall cause the installation or adjustment of utilities required to: (1) serve the Project; and (2) to construct the Improvements required herein. City shall not be responsible for payment of any City of Fort Worth, Texas Page 5 of 17 Standard Community Facilities Agreement Rev. 9/21 costs that may be incurred by Developer in the relocation of any utilities that are or may be in conflict with any of the Improvements to be constructed pursuant to this Agreement. 11. Easements and Rights-of-Way Developer agrees to provide, at its expense, all necessary rights-of-way and easements required for the construction and dedication to the City of the Improvements provided for by this Agreement. 12. Liability and Indemnification (a) DEVELOPER HEREBY RELEASES AND AGREES TO INDEMNIFY, DEFEND AND HOLD THE CITY HARMLESS FOR ANY INADEQUACIES IN THE PRELIMINARY PLANS, SPECIFICATIONS, ENGINEERING PLANS, AND COST ESTIMATES SUPPLIED BY THE DEVELOPER FOR THIS AGREEMENT. (b) THE DEVELOPER COVENANTS AND AGREES TO, AND BY THESE PRESENTS DOES HEREBY FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY, ITS OFFICERS, AGENTS AND EMPLOYEES FROM ALL SUITS, ACTIONS OR CLAIMS OF ANY CHARACTER, WHETHER REAL OR ASSERTED, BROUGHT FOR OR ONACCOUNT OFANYINJURIES OR DAMAGES SUSTAINED BYANYPERSONS, INCL UDING DEATH, OR TO ANY PROPERTY, RESULTING FROM OR IN CONNECTION WITH THE CONSTR UCTION, DESIGN, PERFORMANCE OR COMPLETION OF ANY WORK TO BE PERFORMED BY SAID DEVELOPER, ITS CONTRACTORS, SUBCONTRACTORS, OFFICERS, AGENTS OR EMPLOYEES, OR IN CONSEQUENCE OF ANY FAILURE TO PROPERLYSAFEGUARD THE WORK, OR ONACCOUNT OFANYACT, INTENTIONAL OR OTHERWISE, NEGLECT OR MISCONDUCT OF SAID DEVELOPER, ITS CONTRACTORS, SUB-CONTRACTORS, OFFICERS, AGENTS OR EMPLOYEES, WHETHER OR NOT SUCHINJURIES, DEATH OR DAMAGES ARE CAUSED, IN WHOLE OR IN PART, BY THE ALLEGED NEGLIGENCE OF THE CITY OF FORT WORTH, ITS OFFICERS, SERVANTS, OR EMPLOYEES. (c) DEVELOPER WILL REQZIIRE 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 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 CALISED 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. City of Fort Worth, Texas Page 6 of 17 Standard Community Facilities Agreement Rev. 9/21 13. Right to Enforce Contracts Upon completion of all work associated with the construction of the Improvements, Developer will assign to the City a non-exclusive right to enforce the contracts entered into by Developer with its contractors, along with an assignment of all warranties given by the contractors, whether express or implied. Further, Developer agrees that all contracts with any contractor shall include provisions granting to the City the right to enforce such contracts as an express intended third party beneficiary of such contracts. 14. Estimated Fees Paid by Developer; Reconciliation Prior to execution of this Agreement, Developer has paid to the City the estimated cost of administrative material testing service fees, construction inspection service fees, and water testing lab fees in the amounts set forth in the Cost Summary section of this Agreement. Upon completion of the construction of the Improvements, the City will reconcile the actual cost of administrative material testing service fees, construction inspection service fees, and water testing lab fees with the estimated fees paid by Developer. If the actual costs of the fees are more than the estimatedpayments made bythe 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 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 will provide copies of all test results directly to the City and the Developer. If the Improvements being constructed fail a test, the Developer must correct or replace the Improvements until the Improvements pass all retests. The Developer must pay the material testing laboratories directly for all material testing and retesting. The City will obtainproof from the material testing laboratories that the material testing laboratories have been paid in full by the Developer before the City will accept the Improvements. 16. Notices All notices required or permitted under this Agreement may be given to a party by hand- delivery or by mail, addressed to such party at the address stated below. Any notice so given shall be deemed to have been received when deposited in the United States mail so addressed with postage prepaid: City of Fort Worth, Texas Page 7 of 17 Standard Community Facilities Agreement Rev. 9/21 CITY: Development Coordination Ofiice City of Fort Worth 100 Fort Worth Trail Fort Worth, Texas 76102 With conies to: City Attorney's Office City of Fort Worth 100 Fort Worth Trail Fort Worth, Texas 76102 and City Manager's Offlce City of Fort Worth 100 Fort Worth Trail Fort Worth, Texas 76102 DEVELOPER: Traditions Investors, LLC 10446 North 74th Street, Ste. 200 Scottsdale, AZ 85258 Or to such other address one party may hereafter designate by notice in writing addressed and mailed or delivered to the other party hereto. 17. Right to Audit Developer agrees that, until the expiration of three (3) years after acceptance by the City of the Improvements constructed pursuant to this Agreement, that the City shall have access to and the right to examine any directly pertinent books, documents, papers and records of the Developer involving transactions relating to this Agreement. Developer agrees that the City shall have access during normal working hours to all necessary Developer facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. The City shall give Developer reasonable advance notice of intended audits. Developer further agrees to include in all contracts with Developer's contractors for the Improvements a provision to the effect that the contractor agrees that the City shall, until the expiration of three (3) years after final payment under the contract, have access to and the right to examine any directly pertinent books, documents, papers and records of such contractor, involving transactions to the contract, and further, that City shall have access during normal working hours to all of the contractor's facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City shall give Developer's contractors reasonable advance notice of intended audits. City of Fort Worth, Texas Page 8 of 17 Standard Community Facilities Agreement Rev. 9/21 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, seroants, officers, contractors, subcontractors, and volunteers. The City, through its authorized representatives and employees, shall have the sole and exclusive right to exercise jurisdiction and control over City employees. 19. Applicable Law; Venue This Agreement shall be construed under and in accordance with Texas law. Venue shall be in the state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. 20. Non-Waiver The failure of the City to insist upon the performance of any term or provision of this Agreement or to exercise any right herein conferred shall not be construed as a waiver or relinquishment to any extent of City's right to assert or rely on any such term or right on any future occasion. 21. Governmental Powers and Immunities. It is understood that by execution of this Agreement, the City does not waive or surrender any of its governmental powers or immunities. 22. Headings The paragraph headings contained herein are for the convenience in reference and are not intended to define or limit the scope of any provision of this Agreement. City of Fort Worth, Texas Page 9 of 17 Standard Community Facilities Agreement Rev. 9/21 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 verifcation to the City that Developer: (1) does not boycott Israel; and (2) will not boycott Israel during the term of this Agreement. 26. Prohibition on Boycotting Energy Companies Developer acknowledges that in accordance with Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2, the Ciry is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meanings ascribed to those terms by Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Developer certifies that Developer's signature provides written verification to the City that Developer: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 27. Prohibition on Discrimination Against Firearm and Ammunition Industries City of Fort Worth, Texas Page 10 of 17 Standard Community Facilities Agreement Rev. 9/21 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, § l, 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 fireartn 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'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Developer, shall have the right to immediately terminate this Agreement for violations of this provision by Developer. 29. Amendment No amendment, modification, or alteration of the terms of this Agreement shall be binding unless the same is in writing, dated subsequent to the date hereof, and duly executed by the City and Developer. 30. Assignment and Successors Developer shall not assign or subcontract all or any part of its rights, privileges, or duties under this Agreement without the prior written consent of City. Any attempted assignment or subcontract without the City's prior written approval shall be void and constitute a breach of this Agreement. 31. No Third-Party Beneficiaries The provisions and conditions of this Agreement are solely for the benefit of the City and Developer, and any lawful assign or successor of Developer, and are not intended to create any rights, contractual or otherwise, to any other person or entity. City of Fort Worth, Texas Page ll of 17 Standard Community Facilities Agreement Rev. 9/21 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 authoriry 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. 36. Offsite Sanitary Sewer Easements; Certificates of Occupancy The City and Developer entered into a Community Facilities Agreement for the construction of public sanitary sewer infrastructure improvements required for the development, Northwest Village Offsite Sanitary Sewer, City Project Number 106095, City Secretary Contract Number 63943 ("Offsite Sanitary Sewer"). Developer is negotiating offsite sanitary sewer easements necessary for the Offsite Sanitary Sewer. To avoid delaying the development, City has issued Developer permits to allow Developer to begin construction of the foundations for the private buildings that will be served by the public infrastructure being constructed pursuant to this Agreement. The City will not issue any certificates of occupancy or allow the occupancy of the private buildings until Developer. (a) obtains all offsite sanitary sewer easements necessary to construct the Offsite Sanitary Sewer; and (b) constructs all Improvements being constructed pursuant to the Offsite Sanitary Sewer and this Agreement and the City inspects and accepts ownership of the Improvements. City of Fort Worth, Texas Page 12 of 17 Standard Community Facilities Agreement Rev. 9/21 BY CHOOSING TO BEGIN CONSTRUCTION OF THE PRIVATE BUILDINGS BEFORE THE OFFSITE SANITf1RYSEWER EASEMENTSARE OBTflINED BYDEVELOPER, DEVELOPER ASSUMESALL RISKSAND DEVELOPER SHALL BELIABLEAND RESPONSIBLE FOIZ ANY AND ALL DAMAGES, INCLUDING BUT NOT LIMITED TO ANY AND ALL ECONOMIC DAMAGES, PROPERTY LOSS, PROPERTY DAMAGES AND PERSONAL INJURY, (INCLUDING DEATH), OFANYKIND OR CHARACTER, WHETHER REAL OR ASSERTED. DEVELOPER HEREBYEXPRESSLYRELEASESAND DISCHARGES CITYFROMANYAND ALL LIABILITY FOR DAMAGES, INCLUDING, BUT NOT LIMITED TO ANY AND ALL ECONOMICDAMAGES, PROPERTYLOSS, PROPERTYDAMAGEANDPERSONALINJURY (INCLUDING DEATH) ARISING OUT OF OR IN CONNECTION WITH, DIRECTLY OR INDIRECTLY, THE CONSTRUCTION OF THE PUBLIC OR PRIVATE IMPROVEMENTS OR DEVELOPER'S DECISION TO BEGIN CONSTRUCTION OF THE PRIVATE BUILDINGS BEFORE OBTAINING THE OFFSITE EASEMENTS NECESSARY TO CONSTRUCT THE PUBLIC IMPROVEMENTS IN THIS AGREEMENT. DEVELOPER, AT ITS SOLE COST AND EXPENSE, AGREES TO AND DOES HEREBY INDEMNIFY, DEFEND PROTECT, AND HOLD HARMLESS CITY, AND CITY'S OFFICERS, REPIZESENTATIVES, AGENTS, EMPLOYEES, AND SERVANTS FOR, FIZOMAND AGAINST ANYAND ALL CLAIMS (WHETHER AT LA W OR IN EQUITY), LIABILITIES, DAMAGES (INCLUDING ANY AND ALL ECONOMIC DAMAGES, PROPERTY LOSS, PIZOPERTY DAMAGES AND PERSONAL INJURIES INCLUDING DEATH), LOSSES, LIENS, CAUSES OF ACTION, SUITS, JUDGMENTS AND EXPENSES (INCLUDING, BUTNOTLIMITED TO, COURT COSTS, ATTORNEYS'FEESAND COSTS OF INVESTIGATION), OF ANY NATURE, KIND OR DESCRIPTION ARISING OR ALLEGED TO ARISE BY OR IN ANY WAY KELATED TO: (1) CONSTRUCTION OF THE PUBLIC OR PRIVATE IMPROVEMENTS; (2) DEVELOPER'S CHOICE TO BEGIN CONSTRUCTION OF THE PRIVATE BUILDINGS BEFORE DEVELOPEX OBTAINS THE OFFSITE EASEMENTS NECESSARY FOR THE PUBLIC IMPXOVEMENTS BEING CONSTRUCTED PURSUANT TO THIS AGREEMENT; OR (3) BYREASON OFANY OTHER CLAIM WHATSOEVER OF ANY PERSON OR PARTY OCCASIONED OR ALLEGED TO BE OCCASIONED IN WHOLE OR IN PART BY THE CONSTRUCTION OF THE PUBLIC OR PRIVATE IMPROVEMENTS OR DEVELOPER'S CHOICE TO BEGIN CONSTRUCTION OF THE PRIVATE IMPROVEMENTS BEFORE DEVELOPER OBTAINS THE EASEMENTS NECESSARY TO CONSTRUCTION THE PUBLIC IMPROVEMENTS IN THIS AGREEMENT, WHETHER OR NOT SUCHINJUIZIES, DEATH OR DAMAGESARE CAIlSED, IN WHOLE OR IN PART, BY THE ALLEGED NEGLIGENCE OF THE CITY OF FORT WORTH, ITS OFFICERS, SERVANTS, OR EMPLOYEES. [REMAINDER OF PAGE INTENTIONALLY BLANK] City of Fort Worth, Texas Page 13 of 17 Standard Community Facilities Agreement Rev. 9/21 37. Cost Summary Sheet Project Name: Northwest Village CFA No.: 24-0085 Items A. Water and Sewer Construction 1. Water Construction 2. Sewer Construction Water and Sewer Construction Total City Project No.: 105293 B. TPW Construction 1. Street 2. Storm Drain 3. Street Lights Installed by Developer 4. Traffic Signals TPW Construction Cost Total Total Construction Cost (excluding the fees) Estimated Construction Fees: C. Construction Inspection Service Fee D. Administrative Material Testing Service Fee E. Water Testing Lab Fee Total Estimated Construction Fees: Financial Guarantee Options, choose one Bond = 100% Completion Aqreement = 100°/o / Holds Plat Cash Escrow Water/Sanitary Sewer= 125% Cash Escrow Pavinq/Storm Drain = 125% Letter of Credit = 125% Escrow Pledqe Aqreement = 125% Developer's Cost $ - $ - $ - IPRC No.: 23-0183 $ 287,895.00 $ - $ 30,847.00 $ 732,167.75 $ 1,050,909.75 $ 1,050,909.75 $92,812.50 $744.12 $0.00 $ 93,556.62 Choice Amount (Mark one) $ 1,050,909.75 X $ 1,050,909.75 $ - $ 1,313,637.19 $ - $ 1,313,637.19 City of Fort Worth, Texas Page 14 of 17 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 ���-`�� J Jesica McEachern Assistant City Manager Date: 02/18/2026 Recommended by.• L�1e0AH//ti 11, 202GR�FC.1] CST) �e Leonel Rios Contract Compliance Specialist Development Services Approved as to Form & Legality: , / -; � l � % �r �_ Richard A. McCracken Sr Assistant City Attorney M&C No.: N/A Date: 02/12/2026 Form 1295: N/A ATTEST � � � Jannette S. Goodall City Secretary DEVELOPER Traditions Investors, LLC a Texas limited liability company By: Matrix Equities, Inc. an Arizona corporation its Manager Lc�v� Mille✓ LaTYh�il�r( chi',202614�.432)MST) Larry Miller Chief Executive Officer Date: 02/11 /2026 Contract Compliance Manager: By signing, I acknowledge that I am the person aa responsible for the monitoring and a Foer°�a p; ��°°°°°°°�`�,9a�� administration of this contract, including �o °a,�o o=; ensuring all performance and reporting '°d*°�� ��°°*p requirements. d4Il aEXP`�44 ���% c� Kandice Merrick Contract Compliance Manager �FFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas Page 15 of 17 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 X❑ ❑ u 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 A-1: Sewer Improvements � Exhibit B: Paving Improvements ❑ Exhibit B-1: Storm Drain Improvements � Exhibit C: Street Lights and Signs Improvements � Exhibit C-1: Traffic Signal Improvements X❑ X❑ Exhibit C-2: Traffic Signal Improvements Cost Estimates (Remainder of Page Intentionally Left Blank) City of Fort Worth, Texas Page 16 of 17 Standard Community Facilities Agreement Rev. 9/21 ATTACHMENT "1" Changes to Standard Community Facilities Agreement City Project No. 105293 None City of Fort Worth, Texas Page 17 of 17 Standard Community Facilities Agreement Rev. 9/21 � ;, „ „ , „ „ „ PROJECT LOCATION . 0C ii /i ii ii i // // ii /i i ii ii // // i i \ ��� �a i?� � 1 1� ��1 1�� � � � ��1 OWNER / DEVELOPER Ron Smith Matrix Equities 10446 N. 74th St., Ste. 200 Scottsdale, AZ 85258 Telephone: (602) 228-8779 LOCATION MAP � " = i 000' MAPSCO N0. 642J CITY COUNCIL DISTRICT N0. 10 w�lffCr os s,� 9 � ENGINEER Jordan Huneycutt, PE Spiars Engineering Northwest Village 3575 Lone Star Circle, Suite 434 Fort Worth, TX 76177 City Project No. 105293 Telephone: 972-422-0077 a � � � =o= � � "rOij G Drowing�. g�.\JC�� jo�s\22-244 northwest v�llage\CAD\CFA Exh�bA\CFA Exh�b�t — TrotFc Sgnol L�ghling �c , c Saved By Jhuneycull Save T�ime 7/22/2024 8-51 23 AM Plolled by- jhuney<utt Plot Date�. 7/22/2024 8:53 AM i � I I j I � ' � �� � � � --- � � ----------�I � � ---� I � -------s � �I �.. � � I � � �� �°1 �--r — — — i L— � ��� . . I � � , � ------------------- — fi-'�,� — � — — —�� TxDOT ROWJ � �TxDOT ROW I I . � \ — '� _ �'� g - - - - TX-114 - - ` - - � 4" Concrete Sidewalk��, (EXISTING) a � .� — — — — — ' — ' — � TxDOT Paving = _ _ _ _ � 4" Concrete Sidewalk�� �7 TxDOT ROW� TxDOT ROW � ' � -. � / ______________________ _ _ _ —_�4"ConcreteSidewalk � � Connect to . %\ Existing II Connect to Existing / � Sidewalk p � Sidewalk I / � 6° Pavement II Per COFW Details � I Prop. Turn Arrows i . � Existing Concrete , ii � Sidewalk �,�I I i� Connect to Existing Pavement / � 6" Pavement ;I II �Existing Concrete Per COFW Details I Sidewalk / i \ �_ / / Prop. Turn Arrow Prop. 15 LF of 8" // White Stripe � / � � � / v(a.� N / / ' � � \�' Yp W E � '��� -�-� �hw. � �� �`� � \� ,�o �c�e s ��' �� (F�is�. ��1' 0 50 � o0 200 �° �Nc� �Prop. 8" TxDOT ROW Pvmt w/ 6" Lime Stabilized Sub. � �n�n = �ooft. Northwest Village I I Prop. 6" ROW Povement � w/ 6" Lime Stabilized Sub. Paving, Street Light� �J Prop. 4" Sidewolk Povement OWNER / DEVELOPER Traffic Sip-nal ENGINEER Ron Smith b Jordan Huneycutt, PE Matrix Equities EXHIBIT B- Pavement Spiars Engineering 10446 N. 74th St., Ste. 200 3575 Lone Star Circle, Suite 434 Scottsdale, AZ 85258 City Project No. 105293 Fort Worth, TX 76177 Telephone: (602) 228-8779 Telephone: 972-422-0077 Drowing�. g�.\2022 jobs\22-244 northwest village\CAD\CFA ExhibA\CFA Exhibit — Trotfic Signol Lighling Pmnng dwg Saved By Jhuneycull Save T�ime 7/22/2024 8-51 23 AM Plolled by jhuneycutt Plot Date�. 7/22/2024 8-53 AM ---s----- --- TxDOT ROW� TX-114 (EXISTING) TxDOT ROW� / \ � � / � / / � � � � \ � � � � i. , � �� � � � i ------� , I "�� � � � I � ' � �I � �T-----� � � �I� . . � � ;; ' � --�—��--��----- �-,� �� ;� �!� ,_ �. .� �� �TxDOT ROW � \ I TxDOT Paving — — L I ��TxDOT ROW -- I� _� ' � — — — � I , • I �J I ,�' I ,,,'' I _ I i � / / / � / / � / / � ` C�� \\ �O N W � E � S 0 50 100 200 �,�� -� �hw . �� ��' \� ,�o ���e �`�' � �F�isT/��' �° �'�J Northwest Village � �n�n = �ooft. Paving, Street Light, Traffic Signal OWNER / DEVELOPER Ron Smith EXHIBIT C- Street Signs Matrix Equities 10446 N. 74th st., ste. 200 & Street Lights Scottsdale, a,z 85258 City Project No. 105293 Telephone: (602) 228-8779 Drowing�. g�.\2022 jobs\22-244 northwest village\CAD\CFA Exhib�t\CFA Exh�l Iraffic Sicro .-GF�.ing Pmnngdwg Saved By Jhuneycutt Save Tme 10/29/2024 8�.28-33 AM � � ORelocation Street Light 24.0' +/— 3' ENGINEER Jordan Huneycutt, PE Spiars Engineering 3575 Lone Star Circle, Suite 434 Fort Worth, TX 76177 Telephone: 972-422-0077 Plolled by jhuneycutt Plot Date�. 10/29/2024 8-31 AM _----s— TxDOT ROW� TX-114 (EXISTING) TxDOT ROW� _� � � / � � i � � �. ------J� „'I, i �------ i 1 � � :I: �T-----� � ' -- � � . � � ;� ' -------�-��--��----- �-�� � ------ ;� .I. QI��� � `,\ �rJ � TxDOT ROW I I — , � � � — — — Proposed Traffic Signal — • — • — � �- - - - � � � ' . _ Proposed Traffic Signal _ _ _ _ — — TxDOT Paving� — — — — L � , . � TxDOT ROW �------- � �-�- --- � � � � / � \ � � � / � / � , ��� I �I � � N � �� � �� \\ /I/0�'�` w � E � � �� � h�,�,. s 0 50 100 200 1 inch = 100ft. �� �� �\�F '�o� ���� 0 � ��ST/ � � Nc� Cf7 OWNER / DEVELOPER Ron Smith Matrix Equities 10446 N. 74th St., Ste. 200 Scottsdale, AZ 85258 Telephone: (602) 228-8779 Northwest Village Paving, Street Light, Traffic Signal EXHIBIT C 1 City Project No. 105293 Drowing�. g�.\2022 jobs\22-244 northwest village\CAD\CFA ExhibA\CFA Exh�l Iraf�c Sir;ro .-GF'.�ing Pmnngdwg Saved By Jhuneycull Save T�ime 10/29/2024 8�.28-33 AM Prop. Traffic Pole ENGINEER Jordan Huneycutt, PE Spiars Engineering 3575 Lone Star Circle, Suite 434 Fort Worth, TX 76177 Telephone: 972-422-0077 Plolled by jhuneycutt Plot Date�. 10/29/2024 831 AM _----s— TxDOT ROW� TX-114 (EXISTING) TxDOT ROW� _� � � / � � i � � �. ------J� .i , i � ------ i ' � � �I � �--� — — i �-- � �� � . . � � ' -------�—��-- � — — —_� —' .� . ; ;� � . . �� � �TxDOT ROW — , � � � — — — Proposed Traffic Signal � �- - � � � ' . _ Proposed Traffic Signal OT Paving �, L � , . � �------- � �-�- --- � � � � / � \ � � � / � / � , ��� I �I � � � TxDOT ROW N � �� � �� \\ /I/0�'�` w � E � � �� � h�,�,. s 0 50 100 200 1 inch = 100ft. �� �� �\�F '�o� ���� 0 � ��ST/ � � Nc� Cf7 OWNER / DEVELOPER Ron Smith Matrix Equities 10446 N. 74th St., Ste. 200 Scottsdale, AZ 85258 Telephone: (602) 228-8779 Northwest Village Paving, Street Light, Traffic Signal EXHIBIT C2 City Project No. 105293 Drowing�. g�.\2022 jobs\22-244 northwest v�llage\CAD\CFA Exh�bA\CFA Exh�l Iraf�c Sir;ro .-GF�.�ing Pmnngdwg Saved By Jhuneycull Save T�ime 7/22/2024 8-51 23 AM Prop. Traffic Pole ENGINEER Jordan Huneycutt, PE Spiars Engineering 3575 Lone Star Circle, Suite 434 Fort Worth, TX 76177 Telephone: 972-422-0077 Plolled by jhuneycutt Plot Date�. 7/22/2024 8-53 AM 00 42 43 DAP - BID PROPOSAL Page 2 of 3 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Project Item Information IBidlist Iteml No. � � � � 2 � 3 � 4 � 5 � 6 � � � $ I9 � 10 � 11 � 12 � 13 � 14 � 15 � 16 � 17 � 18 � 19 � 21 � 24 � 25 � 26 � 27 � 28 � 29 � 30 � 31 � 32 � 33 � 34 35 36 37 38 39 40 41 42 43 44 45 Description I Specification Unit of Section No. Measure UNIT IV: PAVING IMPROVEME JTS TXDOT IMPROVEMENTS I MOBILIZATION 0170.0100 LS 6" SLD PVMT MARKING HAS (W) 3217.0101 LF 6" SLD PVMT MARKING HAS (Y) 3217.0102 LF 6" BRK PVMT MARKING HAS (W) 3217.0103 LF 6" DOT PVMT MARKING HAS (W) 3217.0104 LF 8" SLD PVMT MARKING HAS (W) 3217.0201 LF 24" SLD PVMT MARKING HAE (W) 3217.0501 LF PREFORMED THERMOPLASTIC CONTRAST MARKINGS - 24" CROSSWALK 3217.0502 LF LANE LEGEND ARROW 3217.1002 EA LANE LEGEND ONLY 3217.1004 EA REMOVE 4" PVMT MARKING 3217.4301 LF REMOVE 24" PVMT MARKING 3217.4306 LF REMOVE RAISED MARKER 3217.4307 EA REMOVE LANE LEGEND ARROW 3217.4402 EA REMOVE LANE LEGEND ONLY 3217.4404 EA REFL PAV MRKR TY II A-A 60376012.0000 EA REFL PAV MRKR TY II C-R 60376023.0000 EA 4" CONC SIDEWALK 32 13 20 SF BARRIER FREE RAMP EA TRAFFIC CONTROL LS CITY ROW IMPROVEMENTS LANE LEGEND ARROW LANE LEGEND ONLY 8" SLD PVMT MARKING HAS (W) REFL PAV MRKR TY II C-R 6" BRK PVMT MARKING HAS (W) 6" SLD PVMT MARKING HAS (Y) 6" LIME STABLIZED SUBGRADE IN PLACE, FURNISHED, SUPPLIED PER CITY OF FORT WORTH SPECIFICATIONS 6" LIMETREATMENT DEMOLITION 6"-12" TREE REMOVAL 6" CONC PVMT REMOVE RAISED MARKER REMOVE LANE LEGEND ARROW REMOVE LANE LEGEND ONLY REMOVE 4" PVMT MARKING 4" CONC SIDEWALK Bidder's Application Bid Quantity 1 1680 1905 215 62 2075 165 345 7 4 5090 125 56 3 2 4 93 2211 6 1 Bidder's Proposal Unit Price I Bid Value $30,000.00 $3.50 $3.50 $3.50 $3.50 $4.00 $13.00 � � $30,000.00 � $5,880.00 � $6, 667.50 � $752.50 � $217.00 � $8, 300.00 � $2,145.00 I $37.00 $225.00 $225.00 $1.50 $3.50 $1.50 $85.00 $95.00 $9.00 $9.00 $16.50 $3,500.00 $25,000.00 3217.1002 EA 4 3217.1004 EA 2 3217.0201 LF 305 60376023.0000 EA 18 3217.0103 LF 50 3217.0102 LF 235 TON 6 32 11 29 31 10 00 32 13 13 3217.4307 3217.4402 3217.4404 3217.4301 32 13 20 SY LS EA SY EA EA EA LF SF 328 1 4 328 5 1 1 220 180 TOTAL UNIT IV: PAVIhG IMPROVEMENT� $225.00 $225.00 $4.00 $9.00 $3.50 $3.50 $320.00 $75.00 $25,000.00 $600.00 $200.00 $1.50 $85.00 $95.00 $1.50 $16.50 $12, 765.001 $1, 575.00 � $900.00 � $7,635.00 � $437.50 � $84.00� $255.00 � $190.00 � $36.00 � $837.00 � $36,481.50 � $21, 000.00 � $25,000.00� � $900.00 � $450.00 � $1,220.00 � $162.00 � $175.00 � $822.50 � $1,920.00� $24, 600.00 � $25,00O.00I $2,400.00 � $65,600.00� $7.50 � $85.00 � $95.00 � $330.00 � $2, 970.00 � � � $287, 895.00 � CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 _00 42 43_Bid Proposal_DAP PAV 00 42 43 DAP - BID PROPOSAL Page 3 0(3 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Iteml I Specification I Unit of I B�d Unit Price I Bid Value Description SectionNo. Measure Quantiry No. Bid Summary UNIT IV: PAVING IMPROVEMENTS $287,895.00 Total Construction Bid [JNIT IV: PAVING IMPROVEMENTS This Bid is submitted by the entity named below: BIDDER: RP11 �ConsU uction. LLC C500 \lcycr AYa}' Suilc lf1U i�lct:innc�'. 9'\ 7�117U Contrectar agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. BY: I3ill �Pc j Q f���� f� ✓D TITLE: \'icc Presidcnt DATE: 7/3 I /30?a $287,895.001 4� working days aCter the date when the END OF LJNIT IV: PAVING IMPROVEMENTS SECTION � C1TY OF FORT WORTN STANDARD CONSTRUCTION SPECIFICATION DOCUMLNTS - DCVELOPER AWARDED PROIECTS Form Version Mny 22, 2019 _00 42 43_Bid Propawl_DAP PAV OU 42 33 DAP - BID PROPOSAL Page 2 of-0 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No. Description Sec[ion No. Measure I Quantity Unit Price I Bid Value UNIT V: STREET LIGHTING IMPROVEMENTS 1 FURNISH/INSTALL GROUND BOXTYPE D 3441.1506 EA 1 $2,238.00 $2,238.00 2 FURNISH/INSTALL 120-240 VOLT SINGLE PHASE METERED PEDESTAL 3441.1771 EA 1 $10,245.00 $10,245.00 — — ---- __. _ _-- __.._------ 3 _ FURNISH/INSTALL LED LIGHTING FIXTURE (137 WATTAT82 COBRA h 3441.3051 EA 4 $785.00 $3,140.00 --- - 4 RELOCATE STREET LIGHT POLE 34413502 EA 2 __ _ $1,102.00 $2,204.00 ---.. _ ----__ ..._ _ _--- _ _- - 5 DRILL SHAFT (TRF SIG POLE) (24 IN) 4166030.0000 LF 42 $310.00 $13,020.00 6 --- __ _ _ _ __-- - _ __ ._ . . _ ___ - - - - -- ------_ __ _------ --- 7 ------- - -- --------_ ._._ .- -._._.._---.—_- - 8 --- - ------- --------- -- -----... --- - - - 9 - --- --- ------------------------_--- ------ - -._------ -- --- 10 ---- ------------ ---------- _ ------ --- ----- -- 11 ----- ------ ------------ ----- --------- --- ---- - 12 - - -- - --- . —_..------------ -------- ------------ --- - - -- 13 � 4 -- -------------------- - - ------- -- --- -- - --- -- ----- - --- ----- ------- - _ _------ --...----- ---- ---- --- — -- 15 ---- ___-------------------- -------------- ------- - - ----- - 16 ----- ------------------------ ----- ---- ----- --.. _. -- 17 _ _ _ -- --- - -------------------- ------ ----- .. __ _ - - 18 - -- - - ------------------ ---- -- ------- - — -- _ -- - --- --�- - 19 ----- -- -----._ _._._..___..-----------._-.—.—..- --------- -- -- ------ -- 20 ---.... --------------- --- ----------- -------- ----- - -- 21 ' _-- - -- ---__-------_--------------- ------._..----- -- ----- ----- - 22 -- - ---------__ _ __ --------._ _._._ --- -- --- -- 23 --_ -- - ------- ---- - --_ _.--- ----- - ---- - - 24 ---_-__ .- - — -_----- --..._.._..._...._ ._--------- - ------------ 25 --- ----- - -- _ ----- ------- --�_---- ------ -- 26 --- ----------_ _----- ---- ----- ------ -- 27 -- ---------- --------- �.___.- _. _ -- 28 29 ---------- ------------ ---- -- - - -- - ----------- -------------- - - ---___._ - ------ ---- - 30 31 ------ ------ --- - ------ ---- -- --- -32-- - ---------- - — ----- - - 33 - -- --------- ----- - - 34 - -------------- --- .. _____--- ----- 35 ----------_ _-._ -- --- -- 36 -------------- ----- --- _ --- ----- - --- -- 37 - ----- ------ - --------- ----- - -- ---- -- ---------------- -_ --- --.._.. - - - ......_ - --- - 38 ------_ . _...- -------------_---.�.- -- -- --- -- --.. - --------_ . _ . - 39 ----- - — -------- - _ _ ---------....__ __ _. --._... _- ----- - --- -- - 40 - ---- -- ------------ --- ------- ---- - ..- _- -_ __- --- --- -- --- --- - 41 ----- ---- ------------ _---. ... -- --------=-- ------ ------ - 42 43 - - ---- --------------- -- -- --- ---- ----- -- - ----------------------------....- - --- _.___----__- ------- 44 --- - - ----- ------- -- - -_ _ _. _ . _ _ _ _ _ . -- _ _- -- ....- - --- - -- 45 TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS CITY OP FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMETITS - DEVELOPER AWARDED PROlECTS Fortn Version May 22, 2019 Bidder's Application $30,847.00 _00 42 43_Bid Pmposal_DAP TS SL ao az a3 DAP - BID PROPOSAL Page 3 of J SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Project Item [nformation Bidder's Application Bidlist Iteml I Specification I Unit af Bid Description No. Section No. Measure Quantity UNIT VI: TRAFFIC SIGNAL IMPROV JVIENTS 1 2" CONDT RM (RISER) 26053014 LF 35 2 2" CONDT PVC SCH 80 (T) 2605.3015 LF 525 3 2" CONDT PVC SCH 80 (B) 2605.3016 LF 615 4 3" CONDT PVC SCH 80 (T) 2605.3025 LF 80 5 4" CONDT PVC SCH 80 (T) 2605.3033 LF 115 6 4" CONDT PVC SCH 80 (B) 2605.3034 LF 615 7 FURNISH/INSTALL3-SECTSIGNALHEADASSEMBLY 3441.1001 EA 13 8 FURNISH/INSTALL 5-SECT SIGNAL HEAD ASSEMBLY 3441.1003 EA 1 9 FURNISH/INSTALL PED SIGNAL HEAD ASSMBLY 3441.1012 EA 8 1 O FURNISH/INSTALLAUDIBLE PEDESTRIAN PUSHBUTTON STATION 3441.1031 EA 8 _. _._ . 11 FURNISH/INSTALL BBU SYSTEM EXT MOUNTED 3441.1209 EA 1 12 FURNISH/INSTALL HYBRID DETECTION DEVICE 3441.1Z15 APR 4 _ _ --- __. . 13 FURNISH/INSTALL MODEL 711 PREEMPTION DETECTOR 3441.1220 EA 4 14 FURNISH/INSTALL PREEMPTION CABLE 3441.1224 LF 1135 - - 15 FURNISH/INSTALLPTZCAMERA 3441.1250 EA 1 16 FURNISH/INSTALL COMMUNICATION MODEM 3441.1255 EA 1 17 FURNISH/INSTALL CATS ETHERNET CABLE 3441.1260 LF 1430 18 5/C 14 AWG MULTI-CONDUCTOR CABLE 3441.1311 LF 2150 19 7/C 14 AWG MULTI-CONDUCTOR CABLE 3441.1312 LF 910 20 20/C 14 AWG MULTI-CONDUCTOR CABLE 3441.1315 LF 845 21 3/C 14 AWG MULTI-CONDUCTOR CABLE 3441.1322 LF 2300 22 NO 2 INSULATED ELEC CONDR 3441.1405 LF 410 23 NO 6 INSULATED ELEC CONDR 3441.1408 LF 50 24 NO 10 INSULATED ELEC CONDR 3441.1410 LF 2080 25 NO 6 BARE ELEC CONDR SLD 3441.1413 LF 25 26 NO 8 BARE ELEC CONDR 3441.1414 LF 1985 27 FURNISH/INSTALLGROUND BOXTYPE B, W/APRON 3441.1502 EA 3 28 FURNISH/INSTALLGROUNDBOXTYPED,W/APRON 3441.1503 EA 4 29 FURNISH/INSTALLGROUN�BOXTYPED 3441.1506 EA 1 30 FURNISH/INSTALL 10' - 20' PED POLE ASSMBLY 3441.1603 EA 7 31 SIGNAL CABINET FOUNDATION - 3521 & BBU 3441.1715 EA 1 32 _ FURNISH/INSTALLATCSIGNALCONTROLLER 3441.1725 EA 1 33 FURNISH/INSTALL 3521 CONTROLLER CABINET ASSEMBLY 3441.1741 EA 1 34 FURNISH/INSTALL 120-240 VOLTSINGLE PHASE METERED PEDESTAL 3441.1771 EA 1 35 FURNISH/INSTALL LED LIGHTING FIXTURE (137 WATT ATB2 COBRA F 34413051 EA 4 36 RELOCATE STREET LIGHT POLE 3441.3502 EA 2 37 FURNISH/INSTALLALUM SIGN MASTARM MOUNT 3441.4001 EA 23 38 FURNISH/INSTALLALUM SIGN GROUND MOUNTTXDOTSTD. 3441.4002 EA 8 39 REMOVE 516N PANEL AND POST 3441.4108 EA 2 40 TRAFFIC CONTROL 3471.0001 MO 3 41 DRILL SHAFT (TRF SIG POLE) (24 IN) 416 6030 LF 42 42 DRILL SHAFT (TRF SIG POLE) (48 IN) 416 6034 LF 88 43 INSTRFSIGPLAM(S)1ARM(60')LUM 6866063 EA 4 44 ---- ----- _._ _ _ ---- __ _ .. 45 -- - - - TOTAL UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS CITY OF FORT \40RTH STANDARD CONSTRUCTION SPEGF[CATION DOCUMENTS - DEVELOPER AWARDED PROlECTS Fom� Version Ma}' 2?, 2019 Bidder's Proposal Unit Price I Bid Value $54.00 $1,890.00 $29.00 $15,225.00 _ __ $42.00 $25,830.00 - $32.00 $2,560.00 -- _ - - $36.00 $4,140.00 ___ _ __ - - _ _ _ -- $56.00 $34,440.00 $1,983.00 $25,779.00 $3,071.00 $3,071.00 ----- - -- $820.00 $6,560.00 ___ _ _ _ _. . . .... __ $1,250.00 $10,000.00 $11,361.00 $11,361.00 - _ - $11,348.00 $45,392.00 $2,669.00 $10,676.00 $3.00 $3,405.00 $7,429.00 $7,429.00 _ .._... _ --- ---_ __ __ $3,549_00 _ $3,549.00 $3.00 $4,290.00 _ _ ---- - _ _ $2.65 $5,697.50 _.. -_ _-_ _ $3.00 $2,730.00 --- _ ... -- ----- ___ --__ $7.80 - -$6,591.00 $2.25 $5,175.00 $5.80 $2,378.00 $2.60 $130.00 -_ _- --- -- -- - $1.45 $3,016.00 _ .__..- - -- -- --- __ _ _$2.60 $65.00 $2.25 $4,466.25 - - -___ _ __ - -__ $1,868.00 $5,604.00 _ ____ -_ $2,514.00 $10,056.00 _ ._ . _ _ __ $2,238.00 $2,238.00 _ _ __ __ ___ $1,570.00 $10,990.00 ___ _ ..___._.-__ _ $7,614.00 $7,614.00 $7,922.00 $7,922.00 -- --- - _ -- --- $36,033.00 $36,033.00 ___ ___ -_ $10,245.00 $10,245.00 _ __ _ _ - --- --- $785.00 $3,140.00 __ _ ---__ _ $1,102.00 $2,204.00 _ _ . __ ---- -- $606.00 $13,938.00 -- - _ . _ -- _ _ _$1,915.00 $15,320.00 $142.00 $284.00 ___. _ -- _ _- _$7,698.00 $23,094.00 $310.00 $13,020.00 $1,023.00 $90,024.00 - ----__ __ - _ __ _ ____ _ . __ _$58,649.00 __ $234,596.00 _ _ _ . __ $732,167.75 _00 42 43_� id Pmposal_DM TS SL 00 42 43 DAP - �ID PROPOSAL P¢ge 4 oC4 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Project Iteiu Infannation Bidlist Iteml No. Description Bidder's Application Specification Unit of Bid Section No. Measure Quan[ity Bidder's Proposal Uni[ Price Bid Value Bid Smnm�ry UNIT V: STREET LIGHTING IMPROVEMENTS $30,847.00 UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS $732,167.75 Total Construction Bid $763,014.75 UNIT V: STREET LIGHTING IMPROVEMENTS UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS This Bid is submitted by the entity named below: BIDD�R: lScan l�:lcctical, I.I.0 821 li. P:nun 4;vcrnuin,'f\ 7GI-10 BY: Roy E. Bean II TITLE: V Sj�pl'1?It:1'1'IONS DATE• S :�I-�-1 Contractor agrees to complete �VORK for rINAL ACCGPTANCE within 1811 working days after the d�te when the CONTRACT commences to run as provided in the General Conditions. END OF UN1T V: STREET LIGHTING IMPROVEMENTS END OF UN1T VI: TRAFFIC SIGNAL IMPROVEMENTS END OF SECTION CITY OF FOAT WORTH STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS -DEVELOPER AWARDED PRO)ECTS Porm Version Mnp 22, 2DI9 _00 42 43_Bid Proposal_DAP TS SL F�RT��RTHo City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: Traditions Investors, LLC Subject of the Agreement: CFA24-0085 - Northwest Village (Paving, Street Lights, and Traffic Signal) M&C Approved by the Council? * Yes ❑ No ❑✓ 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. 105293 *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.