Loading...
HomeMy WebLinkAbout064821 - Construction-Related - Contract - MM Alpha Phase 1, LLCReceived Date: 03/04/2026 Received Time: 1:10 p.m. Developer and Project Information Cover Sheet: Developer Company Name: MM Alpha Phase l, LLC Address, State, Zip Code: 1800 Valley View Lane Farmers Branch, Texas 75234 Phone & Email: 469-892-7200 � laura@centurionamerican.com Authorized Signatory, Title: Mehrdad Moayedi, Manager Project Name: Brief Description: Project Location: Plat Case Number: Alpha Ranch Phase 4B & 4C Water, Sewer, Paving, Drainage and Street Lights West of Sendera Ranch, South of Hwy 114 FP-24-208 Plat Name: Alpha Ranch Ph 4B 4C Council District: ETJ CFA Number: 26-0018 Phased or Concurrent Concurrent Provisions: City Project Number: 106082 � IPRC25-0017 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas Standard Community Facilities Agreement Rev. 9/21 Page 1 of 20 City Contract Number: 64821 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 MM Alpha Phase 1, LLC ("Developer"), acting by and through its duly authorized representative. Ciry 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 Alpha Ranch Phase 4B & 4C ("Project"); and WHEREAS, the Project is located within the Alpha Ranch Water Control and Improvement District of Denton and Wise Counties, formerly the Alpha Ranch Fresh Water Supply District No. 1 of Denton and Wise Counties ("District"); and WHEREAS, the property is the subject of the following agreements: the Alpha Ranch Development Agreement, City Secretary Contract No. 48650, as amended ("Development Agreement"); an Agreement for Construction of Sendera Ranch Boulevard, City Secretary Contract Number 48648, as amended ("Sendera Ranch Blvd Agreement"); a Utility and Infrastructure Agreement, City Secretary Contract Number 58579 ("Utility Agreement"); an Agreement Concerning Operation of Alpha Ranch Fresh Water Supply District No. 1 of Denton and Wise Counties, as amended, City Secretary Contract Number 48647 ("Operation Agreement"); a Sewer Infrastructure Agreement, City Secretary Contract Number 48656 ("Sewer Agreement"); and a Water Infrastructure Agreement, City Secretary Contract Number 48654 ("Water Agreement"); 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 Proj ect, 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 WHEREA5, the City is not participating in the cost of the Improvements or Project; and fJFFICIAL RECORD cscy orForc wortn, Texas CITY SECRETARY Page z orzo Standard Community Facilities Agreement Re°.9�21 FT. WORTH, TX WHEREAS, upon completion of construction of the water Improvements, the Sewer Improvements, and the portion of Sendera Ranch Boulevard located outside the District, ("City Improvements") the City will accept and maintain the City Improvements; 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 work performed by the contractors. If a conflict exists between the terms and conditions of this Agreement and the CFA Ordinance, the CFA Ordinance shall control. 2. Incorporation of Engineering Plans The engineering plans for the Improvements that have been approved by the City ("Engineering Plans") are incorporated into this Agreement by reference as if fully set out herein. Developer shall provide at its expense, unless otherwise agreed to by City, all engineering drawings and documents necessary to construct the Improvements required by this Agreement. 3. Description of Improvements; Exhibits and Attachments The following exhibits describe the general location, nature and extent of the Improvements that are the subject of this Agreement and are attached hereto and incorporated herein by reference: � Exhibit A: Water � Exhibit B: Sewer � Exhibit C: Paving � Exhibit D: Storm Drain � Exhibit E: Street Lights & Signs ❑ Exhibit F: 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. City of Fort Worth, Texas Page 3 of 20 Standard Community Facilities Agreement Rev. 9/21 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 Ciry standards and specifications, the Engineering Plans, the Cost Estimates provided for the Improvements, and this Agreement. Developer acknowledges that City will not accept the Improvements until the City receives affidavits and lien releases signed by Developer's contractors verifying that the contractors, and all subcontractors and material suppliers, have been paid in full for constructing the Improvements, and consent of the surety on payment and performance bonds provided for the Improvements. 5. Financial Guarantee Developer has provided the City with a financial guarantee in the form and amounts set forth in this Agreement which guarantees the construction of the Improvements and payment by Developer of all contractors, subcontractors, and material suppliers for the Improvements ("Financial Guarantee"). Developer shall keep the Financial Guarantee in full force and effect until released by the City and shall not reduce the amount of the Financial Guarantee unless authorized by the City in accordance with the CFA Ordinance. 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. City of Fort Worth, Texas Page 4 of 20 Standard Community Facilities Agreement Rev. 9/21 (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. 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 Ciry to construct the Improvements including, but not limited, to being prequalified, insured, licensed and bonded to construct the Improvements in the City. (c) Developer will require Developer's contractors to provide the City with payment and performance bonds naming the City and the Developer as dual obligees, in the amount of one hundred percent (100%) of the cost of the Improvements as required by the CFA Ordinance. The payment and performance bonds shall guarantee construction of the Improvements and payment of all subcontractors and material suppliers. Developer agrees to require Developer's contractors to provide the City with a maintenance bond naming the City as an obligee, in the amount of one hundred percent (100%) of the cost of the Improvements, that guarantees correction of defects in materials and workmanship for the Improvements by the contractor and surety for a period of two (2) years after completion and final acceptance of the Improvements by the City. All bonds must be provided to the City before construction begins and must meet the requirements of the City's Standard Conditions, Chapter 2253 of the Texas Government Code, and the Texas Insurance Code. (d) Developer will require Developer's contractors to provide the City with insurance equal to or in excess of the amounts required by the City's standard specifications and contract documents for developer-awarded infrastructure construction contracts. The City must be named as an additional insured on all insurance policies. The Developer must provide the City with a Certificate of Insurance (ACORD or form approved by the State of Texas), supplied by each contractor's insurance provider, which shall be made a part of the 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 City of Fort Worth, Texas Page 5 of 20 Standard Community Facilities Agreement Rev. 9/21 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 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 SI�PPLIED 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 ANYCHARACTER, WHETHER REAL ORASSERTED, 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 EMPLDYEES, WHETHER OR NOT SUCH INJURIES, DEATH OR DAMAGES ARE CAUSED, IN WHOLE City of Fort Worth, Texas Page 6 of 20 Standard Community Facilities Agreement Rev. 9/21 OR IN PART, BY THE ALLEGED NEGLIGENCE OF THE CITY OF FORT WORTH, ITS OFFICERS, SERVANTS, OR EMPLOYEES. (c) DEVELOPER WILL REQUIRE ITS CONTRACTORS TO INDEMNIFY, DEFEND AND HOLD HARMLESS THE CITY, ITS OFFICERS, AGENTS AND EMPLOYEES FROM AND AGAINST ANY AND ALL CLAIMS, SUITS OR CAUSES OF ACTION OF ANY NATURE WHATSOEVER, WHETHER REAL OR ASSERTED, BROUGHT FOR OR ON ACCOUNT OF ANY INJURIES OR DAMAGES TO PERSONS OR PROPERTY, INCLUDING DEATH, RESULTING FROM, OR INANY WAY CONNECTED WITH, THE CONSTRUCTION OF THE IMPROVEMENTS CONTEMPLATED HEREIN, WHETHER OR NOT SUCH INJURIES, DEATH OR DAMAGES ARE CAUSED, IN WHOLE OR IN PART, BY THE ALLEGED NEGLIGENCE OF THE CITY OF FORT WORTH, ITS OFFICERS, SERVANTS, OR EMPLOYEES. FURTHER, DEVELOPER WILL REQUIRE ITS CONTRACTORS TO INDEMNIFY, DEFEND, AND HOLD HARMLESS THE CITY FOR ANY LOSSES, DAMAGES, COSTS OR EXPENSES SUFFERED BY THE CITY OR CAUSED AS A RESULT OF SAID CONTRACTORS' FAILURE TO COMPLETE THE WORK AND CONSTRUCT THE IMPROVEMENTS IN A GOOD AND WORKMANLIKE MANNER, FREE FROM DEFECTS, IN CONFORMANCE WITH THE CFA ORDINANCE, AND INACCORDANCE WITHALL PLANSAND SPECIFICATIONS. 13. Right to Enforce Contracts Upon completion of all work associated with the construction of the Improvements, Developer will assign to the City a non-exclusive right to enforce the contracts entered into by Developer with its contractors, along with an assignment of all warranties given by the contractors, whether express or implied. Further, Developer agrees that all contracts with any contractor shall include provisions granting to the City the right to enforce such contracts as an express intended third-party beneficiary of such contracts. 14. Estimated Fees Paid by Developer; Reconciliation Priar 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 the water Improvement in the amounts set forth in the Cost Summary section of this Agreement. Upon completion of the construction of the water Improvement, the City wi11 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 water Improvement will be accepted by the City. If the actual costs of the fees are less than the estimated payments made by the Developer, the City will refund the difference to the Developer. If the difference between the actual costs and the estimated payments made by the Developer is less than fifty dollars ($50.00), the City will not issue a refund and the Developer will not be responsible for paying the difference. The financial guarantee will not be released by the City or returned to the Developer until reconciliation has been completed by the City and any fees owed to the City have been paid by the Developer. In accordance with the Development Agreement, City shall be responsible for inspecting the construction of the water and sewer improvements. The District's engineer may observe the City's inspections for the purpose of gathering the information required to complete and submit all TCEQ required City of Fort Worth, Texas Page 7 of 20 Standard Community Facilities Agreement Rev. 9/21 reports. The City's inspectors shall cooperate with the District to provide inspection report that satisfy TCEQ requirements for issuance of bonds by the District. Inspection and testing of all other Improvements (other than the water and sewer Improvements), shall be performed by inspectors retain and paid for by the District, or the property owner on behalf of the District, and approved by the City ("Third Party Inspectors"). The District or property owner shall submit the names, addresses, and phone numbers of the Third Party Inspectors to the City as part of the submittal of final construction plans. Construction of the Improvements shall not commence until the Third Party Inspectors have been approved by the City, which approval shall not be unreasonably withheld or delayed. The District or property owner shall require all Third Party Inspectors to provide copies of all inspection and testing reports to the City Inspector within five (5) business days of the date of the inspection. The City has the right to terminate any Third Party Inspector retained by the District or owner in accordance with the foregoing paragraph if the inspector (a) fails to perform inspections and testing to ensure construction in compliance with this Agreement and the Development Agreement; or (b) fails to timely provide copies of inspection and testing reports to the City's Transportation and Public Works Department, and does not correct any such deficiencies within ten (10) days after receipt of written notice from the City. Upon terminate of any Third Party Inspector, the City at its option may: (a) allow the use of another approved Third Party Inspector, or (b) perform all necessary inspections and testing. Should the City elect to perform inspections and testing pursuant to this subsection, the City shall perform such inspections and testing in a timely manner and the District shall pay the City an inspection fee to reimburse the City for its reasonable and necessary costs of performing the inspection, not exceeding the City's generally applicable fee schedule. The City shall have the right, but not the obligation to inspect and test the Improvements being inspected by Third Party Inspectars at City sole cost and expense. Ciry shall have the right to participate in a final inspection of all Improvements. Developer shall require the contractor to notify the City Inspector when Improvements are ready for a final inspection. Denton County shall inspect all flood control structures and connections to Denton County Roads. The property owner shall deliver as-built drawings for all Improvements to the City and County within thirty (30) days after final inspection. 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 a11 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 8 of 20 Standard Community Facilities Agreement Rev. 9/21 CITY: Development Services Contract Management Office City of Fort Worth 100 Fort Worth Trail Fort Worth, Texas 76102 With copies 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: MM Alpha Phase 1, LLC 1800 Valley View Lane Farmers Branch, Texas 75234 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 20 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, seroants, officers, contractors, subcontractors, and volunteers shall operate as independent contractors as to all rights and privileges and work performed under this Agreement, and not as agents, representatives or employees of the City. Subject to and in accordance with the conditions and provisions of this Agreement, Developer shall have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers. Developer acknowledges that the doctrine of respondeat superior shall not apply as between the City and its officers, representatives, agents, servants and employees, and Developer and its employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers. Developer further agrees that nothing herein shall be construed as the creation of a partnership or joint enterprise between City and Developer. It is further understood that the City shall in no way be considered a co-employer or a joint employer of Developer or any employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers of Developer. Neither Developer, nor any officers, agents, servants, employees or subcontractors of Developer shall be entitled to any employment benefits from the City. Developer shall be responsible and liable for any and all payment and reporting of taxes on behalf of itself, and any of employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers. The City, through its authorized representatives and employees, shall have the sole and exclusive right to exercise jurisdiction and control over City employees. 19. Applicable Law; Venue This Agreement shall be construed under and in accordance with Texas law. Venue shall be in the state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. 20. Non-Waiver The failure of the City to insist upon the performance of any term or provision of this Agreement or to exercise any right herein conferred shall not be construed as a waiver or relinquishment to any extent of City's right to assert or rely on any such term or right on any 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 20 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 invalidiry 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. 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 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. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Developer certifies that Developer's signature provides written verification to the City that Developer: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 27. Prohibition on Discrimination Against Firearm and Ammunition Industries City of Fort Worth, Texas Page 11 of 20 Standard Community Facilities Agreement Rev. 9/21 Developer acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code 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. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Developer certifies that Developer's signature provides written verification to the City that Developer: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. 28. Immigration and Nationality Act Developer shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Developer shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Developer shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Developer employee who is not legally eligible to perform such services. DEVELOPER SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY DEVELOPER, DEVELOPER'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Developer, shall have the right to immediately terminate this Agreement for violations of this provision by Developer. 29. Amendment No amendment, modification, or alteration of the terms of this Agreement shall be binding unless the same is in writing, dated subsequent to the date hereof, and duly executed by the City and Developer. 30. Assignment and Successors Developer shall not assign or subcontract all or any part of its rights, privileges, or duties under this Agreement without the prior written consent of City. Any attempted assignment or subcontract without the City's prior written approval shall be void and constitute a breach of this Agreement. 31. No Third-Party Beneficiaries The provisions and conditions of this Agreement are solely for the benefit of the City and Developer, and any lawful assign or successor of Developer, and are not intended to create any rights, contractual or otherwise, to any other person or entity. 32. Compliance with Laws, Ordinances, Rules and Regulations City of Fort Worth, Texas Page 12 of 20 Standard Community Facilities Agreement Rev. 9/21 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 20 Standard Community Facilities Agreement Rev. 9/21 36. Cost Summary Sheet Project Name: Alpha Ranch Phase 4B & 4C CFA No.: 26-0018 Items A. Water and Sewer Construction 1. Water Construction 2. Sewer Construction Water and Sewer Construction Total City Project No.: 106082 B. TPW Construction 1. Street 2. Storm Drain 3. Street Lights Installed by Developer 4. Signs 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 $ 723,372.62 $ 1,003,987.12 $ 1,727,359.74 $ 1,309,676.40 $ 737,772.85 $ 275,456.00 $ - $ 2,322,905.25 $ 4,050,264.99 $24,637.50 $11, 024.00 $1,620.00 $ 37,281.50 IPRC No.: 25-0017 Financial Guarantee Amount Completion Aqreement = 100°/o / Holds Plat I$ 4,050,264.99 x "Note: Only Water & Sewer Construction is required to be inspected by City. City of Fort Worth, Texas Page 14 of 20 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: 03/04/2026 Recommended by.• �W� �� Dwayne Hollars Sr. Contract Compliance Specialist Development Services Approved as to Form & Legality: � u��� Jessika Williams Assistant City Attorney M&C No. N/A �ate: 02/26/2026 Form 1295: N/A ATTEST � � .,�v Jannette S. Goodall City Secretary �n� aF F�Rt n�0 c°�°�oa ��9�0 �o a�° �o* d aaan nE4A56qd DEVELOPER MM Alpha Phase 1, LLC By: MMM Ventures, LLC, a Texas limited liability company, Its Manager By: 2M Ventures, LLC, a Delaware limited liability company, Its Manager Mehrdad MoaYedi Me�r�aA Moayed (�eb 26.2026 �6:33�.�9 �ST) Mehrdad Moayedi Manager Date: 02/26/2026 Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. _�' =� Kandice Merrick Contract Compliance Manager OFFICIAL RECORD City of Fort Worth, Texas Standard Community Facilities Agreement Rev. 9/21 CITY SECRETARY FT. WORTH, TX Page 15 of 20 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❑ ❑ � � � � 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 Page 16 of 20 Standard Community Facilities Agreement Rev. 9/21 ATTACHMENT "1" Changes to Standard Community Facilities Agreement City Project No. 106082 Negotiated changes are contained in the body of the Agreement. City of Fort Worth, Texas Page 17 of 20 Standard Community Facilities Agreement Rev. 9/21 ATTACHMENT "3" Concurrent CFA Provision City Project No. 106082 The improvements being constructed by Developer pursuant to this Agreement will connect to improvements being constructed by CTMGT Alpha Ranch, LLC under a separate Community Facilities Agreement (Alpha Ranch Master Infrastructure Sewer, City Project No. 105879 and Alpha Ranch Roadways Master Infrastructure, City Project No. 105524) "Separate CFA". Developer has requested and the City has agreed to allow Developer to begin the construction of the improvements contained in this Agreement before the improvements being constructed under the Separate CFA are completed and accepted by the City. Therefore, this Agreement shall be considered a"Concurrent CFA" and the provision contained in this Attachment shall apply to this Agreement. The improvements being constructed under the Separate CFA shall be deiined as the "Primary Proj ect." The improvements being constructed by Developer under this Agreement shall be defined as the "Secondary Project." Developer acknowledges and agrees that due to Developer's election to construct a Concurrent 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 Primary Project and the Secondary Project to properly connect to each other; changes to the design or construction of the improvements in the Primary Project that impact the design and construction of the improvements in the Secondary Project; construction delays, delay claims, or claims for liquidated damages; increased costs for the Developer or the developer of the Primary Project; failure of the improvements to pass inspection or material testing; or rejection by the City of some or all of the improvements and Developer or the developer of the Primary Project having to remove and reconstruct the improvements at the expense of Developer, developer of the Primary Project, or both. In addition, Developer understands and agrees that disputes may arise between the contractors or subcontractors for the Primary Project and the contractors or subcontractors for the Secondary Project relating to responsibility far the Construction Problems. Developer shall be solely responsible for resolving disputes between contractors, disputes between contractors and subcontractors and disputes between Developer and the developer of the Primary Project. Developer acknowledges and certifies that Developer has entered into a written agreement with the developer of the Primary Project and said agreement: (1) provides Developer with any access needed through property owned by the developer of the Primary Project; (2) that Developer and the developer of the Primary Project shall resolve all disputes City of Fort Worth, Texas Page 18 of 20 Standard Community Facilities Agreement Rev. 9/21 regarding the design and construction of the Primary Project and the Secondary Project; and (3) the developer of the Primary Project will notify Developer of any all changes to the design or construction of the improvements in the Primary Project, including any field changes. Developer further acknowledges and agrees that Developer has notified all of Developer's contractars for the Project that Developer has elected to construct a Concurrent CFA, the provisions of this Attachment, the risks associated with a Concurrent CFA, and that the City shall not bear any responsibility for construction of the improvements or Developer's decision to proceed with a Concurrent CFA. Developer shall not make the final connection of the improvements in the Secondary Project to the improvements in the Primary Project until the improvements in the Primary Project have been constructed and accepted by the City and the City has consented to Developer making the connection. Developer agrees that if this Agreement is for improvements relating to the construction, renovation or modification of one or more single family residential homes or structures, the City will not record the plat related to the Project until the improvements are constructed and accepted by the City. Developer agrees that if this Agreement is for improvements relating to the construction, renovation or modification of one or more commercial buildings or structures, the Developer shall not receive a Certificate of Occupancy from the City for the building(s) related to the Project until the improvements in this Agreement are constructed and accepted by the City. Developer further understands and agrees that completion of the improvements under this Agreement does not entitle Developer to obtain a final plat of the property until all other requirements of Federal law, State law, or the City Code relating to the filing and recording of a final plat have been met by Developer. BY CHOOSING TO CONSTRUCT A CONCURRENT CFA, DEVELOPER ASSUMES ALL RISKS AND DEVELOPER SHALL BE LIABLE AND RESPONSIBLE FOR ANYAND ALL DAMAGES, INCL UDING BUT NOT LIMITED TO, ANYAND ALL ECONOMICDAMAGES, PROPERTYLOSS, PROPERTYDAMAGESANDPERSONAL INJURY (INCL UDING DEATH), OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED. DEVELOPER HEREBYEXPRESSLYRELEASESAND DISCHARGES CITY FROM ANY AND ALL LIABILITY FOR DAMAGES, INCLUDING, BUT NOT LIMITED TO, ANY AND ALL ECONOMIC DAMAGES, PROPERTY LOSS, PROPERTY DAMAGE AND PERSONAL INJURY (INCLUDING DEATH) ARISING OUT OF OR IN CONNECTION WITH, DIRECTLY OR INDIRECTLY, THE CONSTRUCTION OF THE IMPROVEMENTS OR DEVELOPER'S DECISION TO CONSTRUCT A CONCURRENT CFA. DEVELOPER, AT ITS SOLE COST AND EXPENSE, AGREES TO AND DOES HEREBYINDEMNIFY, DEFEND, PROTECT, AND HOLD HARMLESS CITY, AND CITY'S OFFICERS, REPRESENTATIVES, AGENTS, City of Fort Worth, Texas Page 19 of 20 Standard Community Facilities Agreement Rev. 9/21 EMPLOYEES, AND SERVANTS FOR, FROMAND AGAINST ANYAND ALL CLAIMS (WHETHER AT LAW OR INEQUITY), LIABILITIES, DAMAGES (INCLUDING ANY ANDALL ECONOMICDAMAGES, PROPERTYLOSS, PROPERTYDAMAGESAND PERSONAL INJURIES INCLUDING DEATH), LOSSES, LIENS, CA IISES OFACTION, SUITS, JUDGMENTSAND EXPENSES (INCL UDING, BUT NOT LIMITED TO, COURT COSTS, ATTORNEYS' FEES AND COSTS OF INVESTIGATION), OF ANY NATURE, KIND OR DESCRIPTION ARISING OR ALLEGED TO ARISE BY OR IN ANY WA Y RELEATED TO CONSTRUCTION OF THE IMPROVEMENTS OR DEVELOPER'S CHOICE TO CONSTRUCT A CONCURRENT CFA, OR (2) BY REASON OF ANY OTHER CLAIM WHATSOEVER OF ANY PERSON OR PARTY OCCASIONED OR ALLEGED TO BE OCCASIONED IN WHOLE OR INPART BY THE CONSTRUCTION OF THE IMPROVEMENTS OR DEVELOPER'S CHOICE TO CONSTRUCT A CONCURRENT CFA, WHETHER OR NOT SUCHINJURIES, DEATH OR DAMAGES ARE CA IISED, IN WHOLE OR IN PART, BY THE ALLEGED NEGLIGENCE OF THE CITY OFFORT WORTH, ITS OFFICERS, SER VANTS, OR EMPLOYEES. By signing below, Developer certifies that all statements contained in this Attachment "3" Concurrent CFA Provision are true and correct. DEVELOPER MM Alpha Phase 1, LLC, a Texas limited liability company By: MMM Ventures, LLC, a Texas limited liability company, Its Manager By: 2M Ventures, LLC, a Delaware limited liability company, Its Manager Mehrdad MoaXedi MohNad Mozyntli (Foo �6, �0�6 16�33�'9 C51) Mehrdad Moayedi Manager Date: 02/26/2026 City of Fort Worth, Texas Page 20 of 20 Standard Community Facilities Agreement Rev. 9/21 , � � � �� � � _ � � � � � ,, -� � ` � � � _ � � `� ' _ � � �I � � � � i � � COUNTY ROAD 4730 �� � � � � � � � f — � `� — — � i � � � - `� �- � � � � � � � �` � 1 �- � � - � � `� 1 i �r � � � � SAM REYNOLDS ROAD � �'"' ��' ( Q � � � C � Q ° � � � � � � J Z � � � � U � � �, Z } � �- C r` " J" Z � Z � � 1/\ � � \ � � � PROJECT LOCATION � i � � � � J HIGHWAY 114 �� P�� \ � � � � ELIZABETH G �� � � � CREEK � `l P��, / � � � f � � � 1\ �� 0�c��� � � � � � � 1 ✓ `— � � COUNTY ROAD 4840 J W J p ` � �_ r, f , z � � 1 � N -S J J � � o � ,� � �s, � � � S � z � r �� Z � � � z / � [ � JOHN DAY ROAD f 5 � � J' � � SONGBIRD LANE �h� � . / s -� F� O�� � � � � 2T � / � . � � � � r �90 �� � - „� ,� J � ,,, a � � — � � � _ r 4 � � 1 — � ~ � �� �� � � � � � OWNER/DEVELOPER MM ALPHA PHASE 1, LLC 1800 VALLEY VIEW FARMERS BRANCH, TX 75234 PHONE #: (469)892-7600 CONTACT: JACK DAWSON MAPSCO PAGE N/A COUNCIL DISTRICT N0. N/A (CFW ETJ) � � � � N O N � " Westv�od �; � � � � �.� �, ��. 0 d ALPHA RANCH PHASE 4BC LOCATION MAP EXHIBIT FORT WORTH-TEXAS FEBRUARY2026 IPRC 25-0017 CPN 106082 /.\ 1 � � � �� CONNECT TO EX 8" WATER LINE CPN 105524; X-28158 / % _ _ (( ° . . . PHASE 4C ° . . . � r � L - - - - ��� - - - - �� - - - � � IT i � } � _ r E IT 1� I � . � } ., �, ,�, r� �, �x� = i ` �� � � — — — =�— ' .�d:� — � � PHASE 4B STREET AA ��` �� CONNECT TO _ _ _ _ _ _ _ _ EX 8" WATER LINE CPN 105524; ° � ° X-28158 � - . F c� � �.� ' T � ' , ; - � � — � STREET FF = w e a � �f � w � w � � ! � o. � ; _ �� . w , w � � � � � `�� — -- � �� : �� STREE . I � - I I I EIE � � . \ � . � � � � \� �� �� �l � � � - ��________________ LEGEND EX W �� EX W +r PROPOSED WATER LINE EXISTING WATER LINE - � PROPOSED GATE VALVE EXISTING GATE VALVE PROPOSED FIRE HYDRANT NOTE: ALL PROPOSED WATER LINES Q ARE 8" UNLESS OTHERWISE NOTED. � � � N O M � Westwood � � ���� � �� 0 d ALPHA RANCH PHASE 4BC WATER EXHIBIT A FORT WORTH-TEXAS FEBRUARY2026 OWNER/DEVELOPER MM ALPHA PHASE 1, LLC 1800 VALLEY VIEW FARMERS BRANCH, TX 75234 PHONE #: (469)892-7600 CONTACT: JACK DAWSON IPRC 25-0017 CPN 106082 /.\ � � � �� �� /� Q � r m N O N � N �; � � � 0 0 d � ��f m PHASE 4C m r . . . �.� r , , � . . . . . � � �.— �► T � J — - � � j STREET JJ .�. � . I � � � � � I � � ., . � � . � — — — + — �� _ _ ,_ —�_ PHASE 4B ! STREET AA � —� — — �— �— — � - � . . . � � ,.� �� T C .� .�J —'► � l , STREET FF = w ' o e � � �W � W � . � � H � : — -- � , � �i Q � � � � � �� STREET EE � � � � � � � ss � - . � w W � H �. 'i �� � � \�� CONNECT TO EX. MH \\ CPN 105879 \ X-28377 I � + �S \ FX C$ _ Cv CS FX CC _ �Xa�S _ _ EX SS _ \ _ EX SS � EX S _ — LEGEND C PROPOSED SANITARY SEWER LINE Ex ss EXISTING OFFSITE SANITARY SEWER LINE � FLOW DIRECTION NOTES: 1. ALL PROPOSED SANITARY SEWER LINES ARE 8" UNLESS OTHERWISE NOTED. 2. ALL SANITARY SEWER MANHOLES ARE 4' DIA. UNLESS OTHERWISE NOTED. Westv�od 1Alastwood Profeslonel Serviae�, IrK. ALPHA RANCH PHASE 4BC SEWER EXHIBIT B FORT WORTH-TEXAS FEBRUARY2026 OWNER/DEVELOPER MM ALPHA PHASE 1, LLC 1800 VALLEY VIEW FARMERS BRANCH, TX 75234 PHONE #: (469)892-7600 CONTACT: JACK DAWSON IPRC 25-0017 CPN 106082 /.\ 1 � � �� � � � � N O N � N �; � � � 0 0 d �� CONNECT TO EXISTING PAVEMENT / � CPN: 105524 X-28158 ° . . . . . .� I , , ° _ _ � PHASE 4C � � I .� I/ STREET JJ N, �` � � _ �� � _ � � � � �_� +� f�f r . . . . � _ , � m PHASE 4B! STREET AA � � � I � � . �, r�r �' � �� �� � � , STREET FF = w a e� � w w � w � � � — -- ��1(�, � .. Si Ri Ei EE r. , � �� ��______--____ LEGEND 29' B-B/ 50' ROW PROPOSED PAVEMENT O H.C. RAMPS BY DEVELOPER SIDEWALK BY HOMEBUILDER SIDEWALK BY DEVELOPER WCID-PAVING IMPROVEMENTS Westwood 1Alastwood Profeslonal Serviae�, IrK. i �. � � ��w�w � � � �/ ���\ I �` � � \� �� �l � �-- NOTES: ALL PAVING IMPROVEMENTS TO BE INSPECTED AND MAINTAINED BY THE ALPHA RANCH WATER CONTROL AND IMPROVEMENT DISTRICT OF DENTON AND WISE COUNTIES. OWNER/DEVELOPER MM ALPHA PHASE 1, LLC 1800 VALLEY VIEW FARMERS BRANCH, TX 75234 PHONE #: (469)892-7600 CONTACT: JACK DAWSON ALPHA RANCH PHASE 4BC PAVEMENT EXHIBIT C FORT WORTH-TEXAS FEBRUARY2026 IPRC 25-0017 CPN 106082 /.\ 1 � � �� �I 24" SLOPED HDWL /� 36" SLOPED HDWL 24" RCP I I I I 36" RCP 4'X4' JB � 24" RCP' J °. 24" RCP ,. 4X41�B 15' INL , i•:34'X4 JB I IPHAI E 4 20' INL I _ I � I 30 RCP � � L, � S LC I I I �1 � � 0" RC - - - - - STREET JJ 10' INLP ° I� P 21" RCP � � f 3 � I � � I I 15'INL �, .� . �_ . �, I � - -� ' � � � _ ' ' 4X4' JB � _ _ T � ` 21" RCP 21" SLOPED 21" RCP STREET AA �"� - 21" SLOPED y� HDWL � n -PHASE 4B HDWL _ _ - _ _ _ / 4'X4' JB �� 1 � � � � � � � 24" RCP � � �� 21" RCP 24" RCP 4'X4' JB T- 21" RCP --I . 10' INL � I/ � 10' INL � .� 4 JB -�� - ��`� `� � -� STREET FF 21" RCP �1� 30" RCP � _ = 21" RCP °�'� 10' INL I 30" RCP w 24"fRCP w ° 4'X4' JB 24" RCP w � - � , , � �, 21" RCP --� -� j 21" RCP 21" RCP . � 15' INL � j � 24" RCP ` 10' INL � 10' INL ��� 5'X5' JB _ I — —I ���� � � � � i� � ��,,, _.'� �,I ��►� 5'X5'JB STREET EE 21" RCP 2�" RCP „ 42" RCP 42 RCP I I I I� � � � I 30" RCP I I I, 48" RCP � \\ 48" RCP \\ `� 48" SLOPED HDWL J I� � � � _ � � - - - - - - - - - - - - - - - - LEGEND � N � � N O N � N �; � � � 0 0 d � PROPOSED STORM DRAIN LINE � EXISTING STORM DRAIN LINE II � PROPOSED STORM DRAIN MANHOLE PROPOSED STORM DRAIN HEADWALL NOTES: ALL DRAINAGE IMPROVEMENTS TO BE INSPECTED AND MAINTAINED BY THE ALPHA RANCH WATER CONTROL AND IMPROVEMENT DISTRICT OF DENTON AND WISE COUNTIES. Westwood 1Alastwood Profeslonal Serviae�, IrK. ALPHA RANCH PHASE 4BC STORM EXHIBIT D FORT WORTH-TEXAS FEBRUARY2026 OWNER/DEVELOPER MM ALPHA PHASE 1, LLC 1800 VALLEY VIEW FARMERS BRANCH, TX 75234 PHONE #: (469)892-7600 CONTACT: JACK DAWSON WCID-DRAINAGE IMPROVEMENTS IPRC 25-0017 CPN 106082 /.\ 1 � � �� �� /� � ��f m PHASE 4C m r .. .. �Lri.. � ... ..� � � STREET JJ .�. . � � � � I � � ., . � . � — � _ — — + — PHASE 4B ! STREET AA . . ° . � °. � � � � 1 � , STREET FF . _ '-� � w w a e� � � w w ci � w � � �� � � � � - -- �' ,� � , � STREET EE �� � � � � � � � � � � � \� �� �\ � �l ��_____________�__ LEGEND � M � � N O N � N � � � 0 0 d • PROPOSED STREET LIGHT � PROPOSED STREET NAME SIGNS NOTES: ALL STREET LIGHT & SIGNAGE IMPROVEMENTS TO BE INSPECTED AND MAINTAINED BY THE ALPHA RANCH WATER CONTROL AND IMPROVEMENT DISTRICT OF DENTON AND WISE COUNTIES. WCID-STREET NAME SIGNS & STREET LIGHTS IMPROVEMENTS ALPHA RANCH PHASE 4BC W��O� STREET NAME SIGNS & STREET LIGHTS EXHIBIT E ��� �� � �� FORT WORTH-TEXAS FEBRUARY2026 OWNER/DEVELOPER MM ALPHA PHASE 1, LLC 1800 VALLEY VIEW FARMERS BRANCH, TX 75234 PHONE #: (469)892-7600 CONTACT: JACK DAWSON IPRC 25-0017 CPN 106082 /.\ 1 � � � l�\[T PRICE B[D SECTION 00 92 43 ADDENllUM1PROPOSALFORM Alph� Ranch 4g & 4C Bidder's Application Projeci Item inforniation Bidder's Proposal Bidlist �tein Description Specificatian Unit of Bid Unit Price Bid Value Na Section No. tileasure Quant�t�� WATER IMPROVEi41EiVYS 3311.0261 8" PVC Water Pipe 3312.3003 8" Gate Val�e 3312.0001 Fire Hydrant 9999.0001 Automatic Flushing De�ice 0241.12� 8 4"-12" Water Abandanment Plug 3312.2003 '€" Water Service 3311.0001 Duciile Iron Water Fittings w! Restraint 3312A117 Connection to Existing 4"-12" Water Main 3305A003 8" Waterline Lowering 3305.0109 Trench Safety 3305.0206 lmported �mbedmenVBackfilE, Acceptable Backfll 3331.4115 8" Sewer Pipe 3331.4119 8" DIP Sewer Pipe 3339.1001 4' Manhole 9999.001 4' Flat Top Manhole 3339.9003 4' Extra Depth Manhole 3339.9 002 4' Drop Manhole 3339.�001 Epoxy Manhole Liner 3331 _3161 4" Sewer Service 9999A�02 20" Stee1 Encasement 9999,�003 CS5 Encasement far IJtiliiy Pipes 3305_0113 Trench Water Sfops 3305.0112 Concrete Collar 8999.�Off4 Connect ta Existing Sewer 3301_0002 Post-CCTVlnspecfion 3301.01Q1 Manhole Vacuum Tesiing 3305.0109 Trench Safety Ci'3Y (11� I�UIt'1' lVUR'EH .S3'�1M�AR�� C[]NS I'RUl'TIU: I 1?IIJ i'R� i}�v,-rS�f.-ULti'I:L�JF'l:H A1VAIiUI�:I) I'ItO7k:CT5 l�um� Rc��iuvl .lunuan' 29. 2020 3311 12 LF 6,115 $43.49 33 12 20 EA 15 52,177.91 33 12 40 EA 10.0 $fi,298.88 0� 00 00 EA 2 $7,058.45 02 41 14 EA 2 528Z28 33121D EA 162 $1,573.24 3311 11 TdI� 6 $3,454.29 331225 EA 4 $1,516.81 33 a5 12 EA 11 $5,775.35 33 O5 10 LF fi,115 $6.31 TpTAL WATER IMPROVENiENTS SANITARY SEW£R IMPROVf NENTS 330510 CY 2088 S1B.61 33 31 20 LF 5974 $52.05 3311 10 LF 47 $166.86 33 39 20 EA 16 $5,673.09 00 00 00 EA 1 $6,358.87 33 39 10, 33 VF 73 �u225.19 39 20 33 39 10, 33 EA 2 $1D,556.A7 39 2a 33 39 60 VF 49 $572.51 33315Q EA i62 $1,387,58 00 00 DO LF 47 �216.22 00 00 0a LF 290 u�67.06 33 O5 15 �A S $1,329_33 33 05 17 EA 1 $703.56 00 00 00 EA 1 $8,615.97 334131 LF 12042 $1_86 330130 EA 20 $135.00 33051D LF 602i �0_94 TOTAL SANITARY SEWER IM �F20VEM�NTS �265, 941.35 � 32, E68.65 a62,988.80 �94,116.90 $�74.56 $254,86A.88 $20,725.74 $6,057.24 $63,528_85 $1,895.65 $723,372.62' $38,857.68 � $490, � 68. 70 � $7, 842 _42 � $90,769.44 � $6,358.87 �16,438.87 $29,112.94 $28, 052.99 $22A,787.96 $10,162.34 $19,447.4� $ 9 0, 63a.64 $703.56� $S,fi15.971 $21, 675.60 $2, 7 00. 00 $5, 659.74 � $1,003,387.92� fSulcn ]"rails, Yk3sc 3 CitV' Pfn�C�� �710i29� ooaza? t��a��:o�s,i S�CTIO\ U4 42 43 Allll�NL7UM 1 YROPp$AL I�ORM UNIT PRICE S1D Sfdlist [te�n No. 9998_0014 9993.flQ15 9999.0016 9995.0017 9998.0018 9999.0019 3349.0009 3349.0002 3349.41Q4 33A9.A105 3348.4107 3349.41 '{ 3 33A9.5009 3349.5002 3349_5p03 3305.0149 3137.0104 3137.a102 0241.4401 0241.4201 9999 _ 00'I 2 32i3.0101 3213.0301 32i1.0501 3211.04 9999.0021 9999.4�05 9999.0006 3441.A006 32i3.4506 3213.0501 Project Item infonnation Descripcion 21" ADS HP Storm Polypropylene {PP} Pipe 24" AQS HP Storm Polypropylene (PPJ Pipe 30" ADS HP Starm Polypropylene {PP) Pipe 36" ADS HP Storm Palyprapylene {PP} Pipe 42" A�S HP Storm Polypropylene (PP) Pipe 48" ADS HP Starm Polypropylene {PP) F'ipe 4' Storm Junction Box 5' Storm Junction Box 21" SET, 1 pipe 24" SET, 1 pipe 30" SET, 1 pipe 48" SET, 1 pipe 10' Curb Inlet 15' Curh Inlet 20' Curb Inlet Trench Safety Medium 5tone Riprap, dry Large Stone Rlprap, dry Remove HeadwalllSET Remove 4' �rop Inlei Connect to Ex. 30" S� fi" Conc Pvmt 4" Conc 5idewalk 6" Lime Treatment Hydrated Lime Connect to Existing Access Road Siop Sign Ri-1 Street Name BEades �3-1 Install Alum Sign Ground Mount Barrier Free Ramp, Type �-1 Barrier Free Ramp, Type R-1 Alpha Ranch 4B & 4C E3idder's ?�pplication i3idder's Proposal Specificltion Unit of Bid Section Np. Measure Quantity �f°�t Pricc E3id Value STORM DRAIN IMPROVEMENTS 33 4i 13 LF 2fi6 $95.03 3341 13 LF 1,370 $91_39 3341 13 LF 1,042 $125,12 33 41 13 LF 240 $947.68 33 41 93 LF 28fi $195.90 34 41 13 LF 406 $23�,31 33 49 10 EA 8 $5,670.00 33 A9 10 EA 4 $7,290.00 33 49 40 EA i $2,1B0,0a 33 49 40 EA 2 $2,376.fl0 33 A9 40 EA 1 �4,050.00 33 49 40 EA 1 �6,480_00 33 49 2fl EA 1 Q $9,018.00 33 49 20 EA 4 �14,472.00 33 49 20 EA '[ $14,20200 33 OS 10 LF 3,610 $0.51 31 37 00 SY 47 $i40.40 31 37 60 SY 45 $151.20 02 41 94 EA 1 $552.67 02 41 14 EA 1 5650.33 0000DO EA 1 $1,260.17 TOFAL STORM DRAIN IM �ROVEMENTS PAVINGIMPROVEMENTS 32 i3 13 SY 20,84D.0 32 13 2p 5F 9,780.0 321129 SY 22,280 321129 TN 360 00 Oa 0❑ LF 445 00 00 00 EA 12 DO 00 00 EA 56 34 41 3D EA 14 32 13 20 EA i 2 32 13 20 EA 12 $25, 277, 98 $125,204.30 $130, 375, 04 $35, 443.20 $56, 027.40 $93, 505 _ 86 $45, 360.00 $29,160 AO $z, �sa.00 $4,752.fla $4, D50.00 56,480.00 590, 9 80.00 $57,858.00 $14,202.00 $1,841.1D $fi,598.$p $6,804.00 �552.67 $fi50_33 $1,260.17 ^�737,772.85 ��! .�,� cn v or i=ox r woan i r�vi�� r�;�t�s. ��k�,x a S7'�1NDARD COVS'fRUCI'ION 131� PILOInJSAL-17F:VEI.OI'I:R AWAAIII�.I] PRO77�.C'f5 Cii�' �'rajeci kloi292 ]�cvm xc�iscd Jumun� 29, 2o2a oo az:o_Uid Pn�+osal UNIT P[iICE BID Qidlist Itc�n No, 5LCTION 00 42 43 ADDENDUMIPROPOSALFORM Alphu [tanch 4I3 & AC Ridder's Application Project Item infom�atfon Bidder's Proposal Descnpuon Specification Unit of [3id Unit Price Bid Value Scetion No. Measure QuantiN 9999.a�07 2" CONDT PVG SCH BQ (T} 3441.3201 LED Lighting Fixture 3441.3301 Rdwy Illum Foundation TY 1,2, and A 3441.141 NO i0 Insulated �4ec Condr 9999.00Q8 FurnishlEnstall Rdway Illum TY 11 Pole 9999.0009 Furnishllnsfall Type 336 Arm � Water Improvemenis �Sanitary Sewer Improvemenfs �Storm �rain Improvements � Paving Improvements �Street Lighfing Improvements � C CCY OF ft iHT lcuR"I I I s� r�ni�!.::s� cuu�� na �u-ni» i3�n i�xoi�usni -��F:vr_[.orix n�c�ii�>E;E� ritunt�rs I�orm Eteri=cd l.inv�ry z9, 2ir2n STREET LIGHTING IMPRDVEMENTS 00 00 00 LF 2,720 34 4i 20 EA 32 34 41 20 EA 32 34 41 10 LF 8,160 00 00 00 EA 32 00 �� 00 EA 32 '7 i�{, � l�.� BID SUMMARY ' Base Bid $723,372.62� �1,003,987.12 � $737,772.65 I �---- 1 �'atal Base Bid $2,465,132.59 t����,� r�:��i..ri,�„e � C��g rro;��a r � �n,yz 00 �a a ; l���a [��,p„s:�i SECTION OD 42 43 Developer Awarded Projects - PROPOSAL FORM �0 42 43_SpecBook Proposal Form DAP - BID PROPOSAL Page 3 of 3 UNIT PR�CE B!D Bidder's Application � ��i3t (��'�c;�. L .� . LAL�: C.v,u�'�� �"�. � � TITLE: ����,��� � DATE: � I-�IZS� 6 Contractor agrees ta complete W6RI[ for FINAL ACCEPTAIVC�: within �� calwu�ar days after the date rvi�en thc CO;�ITRAC7' commences ta r�n as procided in fhe General Conditions. � i,lr J,rk CITY OP FORT W4RTH STAN�ARP CONSTRIJCTION SPECIFICAT1aN DOCLIMENTS- DEVELOPER AWARDE� PROJECTS Farm Uersion April 2, 2014 Alpha Ranch PH 3A-1_QT6 0o az aa PROPQSALFOHM Page 1 af 3 s�criar� ao az as ADT7ENDUM 1 PKOI'OSAL FOEtivl UNIT PRiCE BID Projecfi ltem [nformanon Bfdlist Item Description �+Io. I I 3311.0261 g" 1'VC Watcr Pipe _ _ — --- 3312 3�0� g" Gate Valve 33 I2.0001 Fire Hydrant 9949.4001 Autacnatic F1usliing Clevice 02411218 4"-12" Wa[erA6andonmerstPlug _ ._ . __ _ _ ..----- 33�Z.zQp3 1" WaterService 33 i LOOO l DucEile [ron Water Fittings w/ Restraint 3312.D I l7 Connection to Existing 4"-12" Water Ivtain 3305.0003 8�� Waterline Lowering 3305AI09 �`renchSafery � � � 3305.020G Bnportad £m6edment/[3ackfslt, Acceptable Backfill -- -- - -....._ 3331.4135 a" Server Pipe I 3331.4119 $" D3P Sewer Pipe 1 3339.100] 4'Manliole ---- � 9499.0010 4' Flat Top Manhole _ ` 3339.1003 4' Ex�a Deprh Manhole _ I 3339.1002 4' �rop Manhole I 3339,04p1 Epoxy Manhole Liner 3331 3101 4" Setiver Service 9999,0002 ZO" Steel Encasemen[ - _. _.. 9999.0043 CSS Encasemeni far EJtil�ty Pipes 3305A113 TecnchWatexStops 3305.O112 Concretc Callar � 9999.0�04 Conncct to Exis[in� Sewer 330i.0002 Post-CC'fV Inspection T 330t_O]DI NlanholeVacuumieshng .__ --- 3305.0104 Trench Safery Alpha Ranch 4B & 4C Bidder's Application Bidder's Propasal ��Specific�ctian Section i�o U'�t of Unii Price Tiid Vaiue I Measure g�� Q�iin, WATER jNIPROVEMENTS 33l] 12 ___ LF 6,115 _ —331220 EA 15 --- 33 l2 4Q EA 10 � 04 04 00 EA 2 02 4l l4 EA 2 33 32 €0 - EA �-- 162 33 3l 1 l FON 6 T 33 12 25 EA 4 _ _ -- -. _. _ _ �_ 33 05 12 EA 1 l 33OS ]0 F.F 6,F15 7'(1'['AL WA'1'ER iMPROVENiENTS SANITARY SEWER II4iPROVEMEIVTS _ . .. ... 33 OS i� CY 2,088 33 3l 20 LF 5,974 331110 -- LF _47 — -- __ �� 33 39 20 _ �A _ 16 _ _ _ 04 Q4 00 EA 1 � 33 39 iQ 33 39 2Q VF 73 �� 33 39 1Q, 33 39 20 __ EA �— 2 -- ,_ — 33 39 60 VF 44 33 3L SQ £A S62 00 0� 00 LF 47 00 00 00 LF 290 T 33 OS 15 EA 8 e 33 OS 17 EA 1 __ _..._ � 00 00 00 EA 1___ __ 33 O l 31 LF 12,042 _ _.. - , . — 33 Ol 30 EA 20 , 33 45 IO LF 6,621 , TOTAL SANITARY SEWER IMPROVEMENTS Alhho Rnnrh �!H Jf' CiiyPsojecrNa IOGOA7 00 42 43 PPOPOSALFORM Page 2 at 3 � ��:-;�1�H�1� ��I' �USIIPS[ormYoh��r�pylena{IIIPt�c I;.99,4�O1i I� --51)SE4 .,.�„tk'citpx�i_�_:..n,{,fjPi��,c I 9999.0016 3Q" ADS HP Storm Po3ypmpylene (PP) Pipe � 999R.ODl7 36" A�S HP Stonn Polypropylene (PP) Pipe I 9999.0018 �Z" ADS HP Storm Polypmpylene (k'P) Pipe I ggqg.pp� g 48" ADS HP Storm Polypropylene (PP) Pipe 3349.0601 �� Stonn Itnu1{on [3as 3349.00U2 �5' Scarm ]unctian Box 33a9.alOd �'�.,SGI. ] pipe � ;3d9.J l!1; ' `' S[,T. 1 pipe �--__._ ._... __— 3349.4107 30" SBT, 1 pipe 3349.4] l3 '�8'� SET, 1 pipe 3349.SOOl IO' Curb 1nFet 3349.5002 15' Curb Cnlet 3349.5003 ZO' Curb In1et �U"'fii4 ��-ren��.:i,tiait:_�- 3137.0104 Medium Stone ktiprap, dry 3137.0102 Large Stone Riprap, dry 0241.4403 Remove E[eadwai115ET 0241.420 3�emave 4' Drop Inlet i 9999.fl012 Connect to Ex. 30" SD � I 3213A101 ��� Conc Pvmt 32i3.0301 4" Conc Sidewalk 32 ] l.0541 ��� �-��e Treaflnent 3211.04DU �1Ydrated Lime �9999.OU� i C , ,� ..t, �. i� _ .1;- � _ ,�_ 9999A(]US 5��[� Sign Rl-1 9999.0[lOG SU'eet Name Btades D3-1 3441.4UOG histall Almn Si� Ground Mount 3213.05UG ���' Free Ram�, Type P-1 +?I3,(3i01 �B;irriarl�rccRmm�.Tr�r:li-I S'FORM DRAIN IMPROVRMEN'1'S ,s�t; , I _r�F :l! i: 'ri 334113 LF 1„042 33 41 13 LF I 244 33 41 13 LF 28G __ _ 34 41 13 LF 406 _ ,�;�� ' �, � --- 344910 EA 4 _�_.... . �'?+if I:il _1.. —._.. .. ... . . : `�� � i; i.:. i _ -. 334940 EA 1 _. - .. . 33 4440 EA 1 33 44 2Q EA ] 0 33 49 2a � EA 4 33 49 26 � EA 1 � _ ; ii� l:l _. � 1.F ?.Gli) .. 31 37 00 SY 47 31 37 00 SY 45 02 41 14 EA 1 02 41 14 EA l 00 00 00 EA � i TQTAL STURM D[2AIN IME'AO PAVING f[VFPROVEMElYTS 32 l3 l3 - 32 l3 20 32 11 24 �.... _ _ 32 3 l 24 . .�.__. _..._ i ir rC'� (,b .. T� — ou oa oo V 00 oa oo � 34 41 30 32 13 20 32 13 �p 5Y ° 20,840 $44.40 SF 9,780 $7.65 SY 22,280 $4.75 TN ' 36U $350.00 I 1d, $10.00 F.:'. i� �--- ��)=.j`.I 1-.'s 56 ti,-�S.1? r: 3 z a $247.50 I a 1� $2,750.00 ,.. f' $2,750.00 T�TAL PAVING IMPRdVEM�NTS i I � 1 1 $925,296.00 $74,Bt7.00 $ IffS,&30 00 $12U,�Q4.Q4 $4,45U.00 �i,�zz.00� $2,696.40 �3,465 00 $33,000_OO I $33,000 00 ��,�o9,s�6.ao1 AlphnHonch dII SC City Prafecr No. 106081 ptl 42 a3 PflOPOSALFORM Page 3 al3 � -- STREET LTGkITING IMPROVEME[�'TS � I 9999.OQQ7 �" CUNll[ YUC SC'H �U ( I1 00 00 f10_ LE' __ 2,Y1U I_ _ ------ --------- 34 4l 20 EA 32 3441.3Z01 LEO Li�;hiing f�ixhuc _ -- - _ 344 L3361 Rd�+Y lllum FouRdaiion iY 1,2, and 4 34 41 20 EA 32 - -- ---- - - 3441. ] 4I0 Nd IO [nsulaied Elec Condr 34 41 l0 LF 8,160 _ .. _ _--- 9999,0008 Fumishl[ns[all Rdway illum TY ll Fple pq 00 QO EA 32 --- - ----._ .. . - ---- — - --- ' 9999.0069 FumishlEnstafl Type 33B Ann DO 00 60 EA � 32 TOTAL S7'REET LIGHT[NG IMPROVEMEIVTS 1 IVater Improve�nents Sanitary Sewer Impro�ements Stonn ➢rain I�ipro�ements Paving ]n�provements S[�eet Lfghtu�gLnp€ovemen[s $id Summary BaSe B�a Alteroate Bid � Ded�ctive Alternate Bid S � Addirive Altemxte Bid � � � 1 1 � 1,309,G7G.40 Tota! Rase Bid $��49,67b.40 TotalBidl �1,369,675.4Q� � � Total AEternntc Bid � � Tota I DcducHve Alternate Bid 1 Taffi1 Addifi�e Alternste Bid Alphn Hanc�fi �SB 1C CirvProjertNu, J06082 L7D4100 BID fORM Paga 4 of 4 7, Bid Submitfal This Bid is submitted on �I ��ZQ�,s Respectfully submitted, By: � � ignature) ._ f .� �ria /t �' �tr�u�J� (Printed Narr�e} Titte: �f iCe �%r�o,s�G'�,P,Yt, � Company: �i JG U�G(V 1(�.� C..� , a.aa�Ess: p� � � , State oF Incorporation: IryG/�,�G�n J Ecnai3: Gj jj fOv41'��'{7.S�O�tX!'L`� •COr:'L J 4I P3�one: n��la� ��� r� EIVD OF SECTI�N by the entity named belo�c�. Receipt is aclrnowiedged of the following Addertda: �n����l Addendumi`io. i: ��� Addendum A]o. 2: � Addendum No. 3: Addendum No. 4: Corparate Seal: R1yha Hanch Ph -0B C Ciry Projecl No. 1(1SOR2 09 J2 S3 PROPOSALFORM Paae 1 of 3 SECTION 00 42 �3 ADDEND[Jivl l PROPOSAL FORM Alpha Ranch 4S & AC UNIT PRICE BID Bidder's Application Project Item Infonna[ion Bidder's Proposal Bidlist Ite�n Description Speci6catlon Secifon No Unft of Unit Price Bid Value No_ Measure g�d Quazititv f WATER IMPROVEMENTS � I 331 l_025 I 8" PVC Water Aipe 33 l] l2 LI� 5, I I� f 33i2 3D03 S" Gate Valve 33 12 ZO EA IS 3 i i 2.0001 Pire Hydrant 33 l2 40 EA 10 __ 9994.D401 Automatic Flushicig Device 00 00 00 EA 2 024 L l2 ] 8 4"-12" Water Abandonmeat Plcig 62 41 l4 EA 2 33L2 2003 L" Water Servlce 3_ l2 l0 EA L62 33I1.0001 Ouctilc lron Water Fittings w/ Restraint 33 I I I I TON 6 3312.0117 Connec[ion to £xisting 4"-12" Water Maut 33 IZ 25 EA a 3305.0003 8" Watedine Locvering 33 OS l2 EA I I 33D5.0109 Trench Safety ;3 OS IO LF G,i l5 I TOTAL WATERIMPROVEMENTS � $ANITARY SEWER Ii41PRQVE141EIVTS � 3305A206 Imported EmbedmentiBackfill, Acceptahle Backtil3 33 OS 10 CY 2,088 3331.�115 8" Sewer Pfpe 33 3I 20 LF 5,974 3331 _4119 8" D[P Sewer Pipe 33 l I l0 LF 47 3339, L�O] a' Manhole 33 39 20 EA I6 9999,0010 4' Flat Top Manhole DO OD OD �A l 3339.I003 4' Extre Depth Manl�ole 33 39 I�, 33 39 20 VF 73 3339,1002 a' Drop Manhole ;; 39 I0, 33 39 20 SA ? 33 �9_0001 Epoxy Manhole Liner 33 39 6D VF 49 3331,310] 4" Se�ver Service 33 3l 50 EA 162 9999.0�02 30" Steel Encaseinent OD 00 OD LF 47 9999,DOD3 CSS Encasemcnt for UtiIity Pipes DO 00 00 LF 290 - - _. _ -- 3305,0113 Srencli Water SFops 33 0� 1� EA 8 3305.0112 Concrete Collar 33 05 l7 EA 1 � 9999.0004 Cannect to Existing Se�ver 00 00 00 EA 1 3301.0002 Post-CCTV Ins�ection 33 O1 31 LF 12,0�2 33D1A101 Manhole VacuumTesting 33 O1 30 EA 20 � 330�.6109 Trench Safery 33 05 ]0 LF 6,021 I TOTAL SAIYiTARY SEWER IMPROVEMENTS � Alpha Nanch JA �1(: Citv Prolecr No. 106082 ao �z a� PROPO$ALFpRM Page Z of J � STOR�i Dr2.1IN I:1iPRQVE!IiENT5 � � 999y 001-1 ? 1" ADS HP $tonu Poly�rop��lcnc lPY7 Pipe ?�� I I i Lf- ?66 999204]1; >_d" A�S 1�iP Storm Pol}�pr�p�iena (PPj Pipe ;3 31 I; LF 1 37D �� 9949.0016 =�0" °.DS HP Sm�xn Polypropylene (PP) Pipc 33 41 13 LF 1,042 9999.0017 35" ADS HP Storm PoIyPropylene (PP) Pipe 33 4I I; LF 240 4999_041$ d2" °.n5 HP Storm PoIypropylenc (PP) Pipe 53 41 13 LF 286 9999.D019 48" AbS HP Starm Polypropyle�e (PP) Pipe 34 41 li LF a06 ;3�19,0001 �' Stonn .f�mction Bo� � = 3 49 10 F.A 3 3349,fl002 5' Stoim Junctioif Sox 33 49 ]0 EA 4 — -- — ;;�{9,a 10� ? I" S� �F�. I pipc 33 =}9 d0 EA l 3;d9 d 105 ?-�" Jf- �. I pipc 32 .i9 d0 EA 2 3349.410'1 30" SET, 1 F�Pe 33 49 40 EA I _ . ----- —... 3349.41 ] 3 �g" SET, 1 pipe 3] 49 40 EA I 3349.SOOl 10' Curb [nlet 33 49 20 EA l0 3349.5002 15' Curb [nlet 33 49 20 EA 4 33d9_�003 20' Curb [nlet 33 49 20 EA I — � i i0� 0109 Tranc[i Safe�p 3: p� ]0 LF 3,G1D l 3137AID4 Medium Stone Riprap, dry � ; I 37 00 SY 47 I� 137.0102 Lazge Stone Riprap, dry 31 37 00 SY 45 � OZ4L4401 Remove HeadwalVSET 02 4l 14 EA I_ _ J 024L 420L Remove i' Drop Inlel 02 4L ld �A L I 9999.0012 Connect to Ex. 30" SD 06 00 00 EA l � TOTAL STORM DRAIN [MP80VEl�lE�'TS � � � PAVINC IMPROVEI4IENTS I � 3213_OI01 6" Conc Pvmt 32 l3 I3 SY 20,84D 3213.0301 4" Conc Sidcwalk 32 i3 20 SF 9,780 32l L0541 6" Lime Treatment 32 L I 29 SY 22,280 32L1.Q440 HydratedL'une 321I29 TI�F 360 �9999.0621 ����cci to Lsisting Access Road 00 00 00 L.F d45 9999,0005 Stop S�gn R1-I 00 OD OD EA 1? I9999A006 Street Naine Bla&es D3-1 Ofl 6D 00 EA 56 3141.4006 [nstall Alum Si�n Ground Mount 3� 4l 30 EA 14 I 3213.�506 Barrier Free Ramp. Type P-1 — � 32 !3 20 — L-.A 13 � �"I �,O�OI 13arricr l rcc Ra�np, Type R-I 3' 13 30 F.A l2 � TOTAL PAVING IVIPROVEMEN'FS � Al�,ha Ranch �!R 1{. Ciq�Pro�ecrNa, 1GdU82 an az 43 PROP059LFORM Page 3 oF 3 � STRE�T LiC,IiTIIVG ►RZPFtOVEYIENTS � 399�J.U�U7 1" C,UNU I PVC' SCH 80 { 1'} 00 00 00 LF 2,720 2-1.3_ 566,177.60 ;:�dI_3201 I.F,DLfghtingFishire 34d120 EA 32 �10_00 SU.126.00 - - --- 34�I.3301 Rdcw llIum Foundation TY 1,2, and 4 _ 34 4l 20 LA 32 _ 2,486_00 579,552.OD 3441. ] 410 NO 10 [nseiiated Elec Condr ___ 34 4l 10 LF 8,160 2.29 518,686_4D 9999.0008 Fumish/install 12dway I]Iwn TY I 1 Pole 60 00 00 EA 32 2,732.00 587,424_00 9999.00�9 FurnislilInstall Type 33B Ann DO 00 00 EA 32 328.00 Si0,446.00 TqTAL STREE"�' LIGE#TING IMPROVEMENTS $275,456.00 � � $id Sommary _ � ---j � Sase Bid � Water [mprove��ients Sanfiary Scwer [mprovemenis Stomi Drafn Improvemenis Paving Improvemenis Sireel Lighting Lnpmvements Altemate Bid � � Deductive Alteroate Bid � � Additive Altemate Bid � � 5275,456 60 Total Base Bid �275,d56.00 Total Bidl �Z75,456,U4� 1 I Total Alternate Bid � � Total fleduMive Aiternate I3id � � Total Additive AEternate Bid i . Alphn Ramh �B JC G!y Prulect No. 106UR? DO 4i i16 �AA HID FORTJi FUR PUBLICLY 8ID PRU]EC'TS DAiLY Pa�c 3 n! d Respectfuliy sub it d, By_ � E,� - ( S ignature) Receipt is acknowledged of the fallowing AddeEida: Initial Tit�e: President Richard Woffe (Printed Name) Addcndum No. I Addendum No. 2 Addenduzr� No. 3 Company: lndependent Utility Construction, 111C. I,4ddendum No Address: ��ag Sun Valley Dr � Fort Worth, TX 76'�19 State oi Incorporation: Texas Emaii: estirnating@iuctx.com Phone: 817-47$-4444 END OR SECTION ���°'�. 1 r '� �y� CfFti OF FORT WORPH 57'ANDAR6 CONSTRUCTiON H�FJ FORAi - DEVELOAER AWARDED PROJECt5 00 41 Ib Sid Foun - DAP do�x FunEi Revised April 2, 26F4 COMPLETION AGREEMENT — SELF FUNDED This COMPLETION AGREEMENT ("Agreement"), is made and entered into by and between the City of Fort Worth, ("City") and MM Alpha Phase 1, LLC, a Texas Limited Liability Company, authorized to do business in Texas, ("Developer"), effective as of the last date executed by a Party hereto. 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 35.229 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-24-208; and WHEREAS, the Developer and the City have entered into a Community Facilities Agreement relating to the development, Alpha Ranch Phase 4B & 4C 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, 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 Four Million Fifty Thousand Two Hundred Sixty-Four pollars and Ninety-Nine Cents ($4,050,264.99), hereinafter called the "Completion Amount". Notwithstanding the foregoing, it is acknowledged that the actual costs of completion of the Community Facilities may vary as a City of Fort Worth, Texas Standard Completion Agreement — Self-Funded Page 1 of 12 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. Ciry 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 all 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 for 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; or (b) mutual written agreement of the Parties. 6. Final Plat. The Parties acknowledge and agree that the City shall hold the final 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 Ciry 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 iinal 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 City 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 2 of 12 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 shall 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: Office 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 sha11 be addressed and delivered as follows: MM A1pha Phase 1, LLC 1800 Valley View Lane Farmers Branch, Texas 75234 A party may change its address for notice upon prior written notice to the other parties pursuant to the terms hereof. C. Texas Law to Applv. This Agreement shall be construed under and in accordance with the laws of the State of Texas. City of Fort Worth, Texas Standard Completion Agreement — Self-Funded Page 3 of 12 D. Parties Bound. This Agreement shall be binding upon and inure to the benefit 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 shall 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. Prior 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. Headines. 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 4 of 12 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 MM Alpha Phase l, LLC C���� � Jesica McEachern Assistant City Manager Date: 03/04/2026 Approved as to Form & Legality: � u/�.� Jessika Williams Assistant City Attorney Date: 02/26/2026 ATTEST: � � �� Jannette Goodall City Secretary By: MMM Ventures, LLC, a Texas limited liability company, Its Manager By: 2M Ventures, LLC, a Delaware limited liability company, Its Manager Mehrdad Mo��edi Mehi<a� MoayeC�i (�eb 26. 202G �G.33 �u ST� Mehrdad Moayedi Manager Date: 02/26/2026 City of Fort Worth, Texas Standard Completion Agreement — Self-Funded Page 5 of 12 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 6 of 12 ATTACHMENT "1" Changes to Standard Agreement Self-Funded Completion Agreement None City of Fort Worth, Texas Standard Completion Agreement — Self-Funded Page 7 of 12 EXHIBIT A LEGAL DESCRIPTION TRACT 1 BEING ALL OF THAT CERTAIN TRACT OF LAND SITUATED 1N THE THOMAS PEOPLES SURVEY, ABSTRACT NUMBER 677 AND THE SMITH COUNTY SCHOOL LAND SURVEY, ABSTRACT NUMBER 743, WISE COUNTY, TEXAS, BEING ALL OF THAT TRACT OF LAND DESCRIBED BY DEED TO MM ALPHA PHASE 1, LLC., (POD 3, TRACT 1) RECORDED 1N INSTRUMENT NUMBER 202412226, CORRECTED 1N INSTRUMENT NUMBER 202507712, BOTH OF COUNTY RECORDS, WISE COUNTY, TEXAS AND 1NSTRUMENT NUMBER 2024-99082, CORRECTED 1N INSTRUMENT NUMBERT 2025-63803, BOTH OF REAL PROPERTY RECORDS, DENTON COUNTY, TEXAS, AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: BEGINNING AT A 5/8 1NCH IRON ROD, SET AT THE SOUTHWEST CORNER OF SAID POD 3, TRACT 1, AND BE1NG IN THE NORTH L1NE OF THAT TEMPORARY ACCESS EASEMENT AGREEMENT RECORDED 1N 1NSTRUMENT NUMBER 202413340, SAID COUNTY RECORDS; THENCE WITH THE WEST LINE OF SAID POD 3, TRACT 1, THE FOLLOWING COURSES AND DISTANCES: NORTH, 117.08 FEET, TO A 5/8 INCH IRON ROD WITH PLASTIC CAP STAMPED "PELOTON" SET; N 25°47'48"E, 20.00 FEET, TO A 5/8 INCH IRON ROD WITH PLASTIC CAP STAMPED "PELOTON", SET AT THE BEGINNING OF A NON-TANGENT CURVE TO THE RIGHT; WITH SAID NON-TANGENT CURVE TO THE RIGHT, AN ARC DISTANCE OF 186.75 FEET, THROUGH A CENTRAL ANGLE OF 214°00' 17", HAVING A RADIUS OF 50.00 FEET, THE LONG CHORD WHICH BEARS N 42°47'S6"E, 95.63 FEET TO A 5/8 INCH IRON ROD WITH PLASTIC CAP STAMPED "PELOTON', SET AT THE BEGINNING OF A REVERSE CURVE TO THE LEFT; WITH SAID REVERSE CURVE TO THE LEFT, AN ARC DISTANCE OF 27.55 FEET, THROUGH A CENTRAL ANGLE OF 31 °34'00", HAVING A RADIUS OF 50.00 FEET, THE LONG CHORD WHICH BEARS S 45°58'S5"E, 27.20 FEET, TO A 5/8 1NCH IRON ROD WITH PLASTIC CAP STAMPED "PELOTON" SET; N 28°14'04"E, 20.00 FEET, TO A 5/8 INCH IRON ROD WITH PLASTIC CAP STAMPED "PELOTON" SET; City of Fort Worth, Texas Standard Completion Agreement — Self-Funded Page 8 of 12 N 00°11'S5"W, 96.38 FEET, TO A 5/8 INCH IRON ROD WITH PLASTIC CAP STAMPED "PELOTON", SET AT THE NORTHWEST CORNER OF SAID POD 3, TRACT 1; THENCE N 89°48'OS"E, 1659.09 FEET, WITH THE NORTH L1NE OF SAID POD 3, TRACT 1, TO A 5/8 1NCH IRON ROD WITH PLASTIC CAP STAMPED "PELOTON', SET AT THE NORTHEAST CORNER OF SAID POD 3, TRACT 1; THENCE WITH THE EAST LINE OF SAID POD 3, TRACT 1 THE FOLLOWING COURSES AND DISTANCES: S 00° 11'S5'B, 120.00 FEET, TO A 5/8 INCH IRON ROD WITH PLASTIC CAP STAMPED "PELOTON" SET; N 89°48'OS"E, 22.54 FEET, TO A 5/8 INCH IRON ROD WITH PLASTIC CAP STAMPED "PELOTON", SET AT THE BEGINNING OF A CURVE TO THE LEFT; WITH SAID CURVE TO THE LEFT, AN ARC DISTANCE OF 32.18 FEET, THROUGH A CENTRAL ANGLE OF 36°52' 12", HAVING A RADIUS OF 50.00 FEET, THE LONG CHORD WHICH BEARS N 71°21'S9"E, 31.62 FEET, TO A 5/8 INCH IRON ROD WITH PLASTIC CAP STAMPED "PELOTON", SET AT THE BEGINNING OF A REVERSE CURVE TO THE RIGHT; WITH SAID REVERSE CURVE TO THE RIGHT, AN ARC DISTANCE OF 229.02 FEET, THROUGH A CENTRAL ANGLE OF 262°26'34", HAVING A RADIUS OF 50.00 FEET, THE LONG CHORD WHICH BEARS S 04°09' 10"W, 75.22 FEET, TO A 5/8 INCH IRON ROD WITH PLASTIC CAP STAMPED "PELOTON", SET AT THE BEGINNING OF A REVERSE CURVE TO THE LEFT; WITH SAID REVERSE CURVE TO THE LEFT, AN ARC DISTANCE OF 39.77 FEET, THROUGH A CENTRAL ANGLE OF 45°34'23", HAVING A RADIUS OF 50.00 FEET, THE LONG CHORD WHICH BEARS N 67°24'44"W, 38.73 FEET, TO A 5/8 1NCH IRON ROD WITH PLASTIC CAP STAMPED "PELOTON" SET; S 89°48'OS"W, 23.59 FEET, TO A 5/8 INCH IRON ROD WITH PLASTIC CAP STAMPED "PELOTON" SET; S 00° 11'S5'B, 130.00 FEET, TO A 5/8 INCH IRON ROD WITH PLASTIC CAP STAMPED "PELOTON", SET AT THE SOUTHEAST CORNER OF SAID POD 3, TRACT 1, AND BE1NG 1N THE NORTH L1NE OF AFOREMENTIONED TEMPORARY ACCESS EASEMENT AGREEMENT; THENCE S 89°48'OS"W, 1750.03 FEET, WITH THE SOUTH LINE OF SAID POD 3, TRACT 1 AND SAID NORTH LINETO THE POINT OF BEGINNING AND CONTAINING 529,051 SQUARE FEET OR 12.145 ACRES OF LAND MORE OR LESS. City of Fort Worth, Texas Standard Completion Agreement — Self-Funded Page 9 of 12 TRACT 2 BEING ALL OF THAT CERTAIN TRACT OF LAND SITUATED 1N THE THOMAS PEOPLES SURVEY, ABSTRACT NUMBER 677 AND THE SMITH COUNTY SCHOOL LAND SURVEY, ABSTRACT NUMBER 743, WISE COUNTY, TEXAS, BEING ALL OF THAT TRACT OF LAND DESCRIBED BY DEED TO MM ALPHA PHASE 1, LLC., (POD 3, TRACT 2) RECORDED 1N INSTRUMENT NUMBER 202412226, CORRECTED 1N INSTRUMENT NUMBER 202507712, BOTH OF COUNTY RECORDS, WISE COUNTY, TEXAS AND 1NSTRUMENT NUMBER 2024-99082, CORRECTED 1N INSTRUMENT NUMBERT 2025-63803, BOTH OF REAL PROPERTY RECORDS, DENTON COUNTY, TEXAS, AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: BEGINNING AT A 5/8 INCH IRON ROD, SET AT THE NORTHWEST CORNER OF SAID POD 3, TRACT 2 AND BE1NG IN THE SOUTH L1NE OF THAT TEMPORARY ACCESS EASEMENT AGREEMENT RECORDED IN INSTRUMENT NUMBER 202413340, SAID COUNTY RECORDS; THENCE N 89°48'OS'B, 1419.55 FEET, WITH THE NORTH LINE OF SAID POD 3, TRACT 2 AND SAID SOUTH LINE TO A 5/8 1NCH IRON ROD WITH PLASTIC CAP STAMPED "PELOTON", SET AT THE NORTHEAST CORNER OF SAID POD 3, TRACT 2; THENCE DEPARTING SAID COMMON L1NE, WITH THE EAST L1NE OF SAID POD 3, TRACT 2 THE FOLLOWING BEARINGS AND DISTANCES: S 00°11'S5"E, 389.05 FEET, TO A 5/8 INCH IRON ROD WITH PLASTIC CAP STAMPED "PELOTON" SET; S 00°29' 14"W, 50.00 FEET, TO A 5/8 INCH IRON ROD WITH PLASTIC CAP STAMPED "PELOTON" SET; S 00°49'31 "W, 161.79 FEET, TO A 5/8 INCH IRON ROD WITH PLASTIC CAP STAMPED "PELOTON" SET; S 20°00'34"W, 42.87 FEET, TO A 5/8 INCH IRON ROD WITH PLASTIC CAP STAMPED "PELOTON" SET; S 46°30'35"W, 91.27 FEET, TO A 5/8 INCH IRON ROD WITH PLASTIC CAP STAMPED "PELOTON" SET; City of Fort Worth, Texas Standard Completion Agreement — Self-Funded Page 10 of 12 S 69°36'S2"W, 47.50 FEET, TO A 5/8 INCH IRON ROD WITH PLASTIC CAP STAMPED "PELOTON", FOUND AT THE MOST SOUTHERLY SOUTHEAST CORNER OF SAID POD 3, TRACT 2; THENCE WITH THE SOUTH LINE OF SAID POD 3, TRACT 2 THE FOLLOWING BEARINGS AND DISTANCES: N 87° 16'S1 "W, 37.12 FEET, TO A 5/8 INCH IRON ROD WITH PLASTIC CAP STAMPED "PELOTON" SET; N 86°36'49"W, 50.10 FEET, TO A 5/8 INCH IRON ROD WITH PLASTIC CAP STAMPED "PELOTON" SET; S 89°48'OS"W, 1000.00 FEET, TO A 5/8 INCH IRON ROD WITH PLASTIC CAP STAMPED "PELOTON" SET; S 87°59'44"W, 67.37 FEET, TO A 5/8 INCH IRON ROD WITH PLASTIC CAP STAMPED "PELOTON", SET AT THE MOST SOUTHERLY SOUTHWEST CORNER OF SAID POD 3, TRACT 2; THENCE WITH THE WEST L1NE OF SAID POD 3, TRACT 2 THE FOLLOWING BEARINGS AND DISTANCES: N 80°12'45"W, 44.87 FEET, TO A 5/8 INCH IRON ROD WITH PLASTIC CAP STAMPED "PELOTON" FOUND; N 57°15'08"W, 50.00 FEET, TO A 5/8 INCH IRON ROD WITH PLASTIC CAP STAMPED "PELOTON" FOUND; N 34° 17'31 "W, 66.88 FEET, TO A 5/8 INCH IRON ROD WITH PLASTIC CAP STAMPED "PELOTON" SET; N 11 ° 11'OS "W, 63.92 FEET, TO A 5/8 INCH IRON ROD WITH PLASTIC CAP STAMPED "PELOTON" FOUND; THENCE N 00°11'S5"W, 564.01 FEET, CONTINUING WITH SAID WEST L1NE TO THE PO1NT OF BEGINNING AND CONTAINING 1,005,553 SQUARE FEET OR 23.084 ACRES OF LAND MORE OR LESS, IN ALL 1,534,604 SQUARE FEET OR 35.229 ACRES OF LAND MORE OR LESS. City of Fort Worth, Texas Standard Completion Agreement — Self-Funded Page 11 of 12 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 12 of 12 Developer's Cost $ 723,372.62 $ 1,003,987.12 $ 1,727,359.74 $ 1,309,676.40 $ 737,772.85 $ 275,456.00 $ - $ 2,322,905.25 $ 4,050,264.99 FORT ��RTH� City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: MM Alpha Phase 1, LLC Subject of the Agreement: cFA M&C Approved by the Council? * Yes ❑ No 8 If �so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes ❑ No 8 If so, provide the original contract number and the amendment number. Is the Contract "PermanenY'? *Yes 8 No ❑ If �unsure, see back page for pernianent contract listing. Is this entire contract Confidential? *Yes ❑ No 8 If only specific information is Confidential, please list what information is Confidential and the page it is located. Effective Date: Expiration Date: If different from the approval date. If applicable. Is a 1295 Form required? * Yes ❑ No 8 *If �so, please ensure it is attached to the approving M&C or attached to the contract. Proj ect Number: If applicable. 106082 *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes 8 No ❑ Contracts need to be routed for CSO processin� in the followin� order: 1. Katherine Cenicola (Approver) 2. Jannette S. Goodall (Signer) 3. Allison Tidwell (Form Filler) *Indicates the information is required and if the information is not provided, the contract will be returned to the department.