Loading...
HomeMy WebLinkAboutContract 51423 Received Date: 10/22/2018 Received Time: 11:51 a.m. Developer and Project Information Cover Sheet: Developer Company Name: Thomas Crossing,LLC Address, State,Zip Code: PO Box 939,Burleson,TX, 76097 Phone&Email: 817-233-0194,tcllc a.aol.com Authorized Signatory,Title: Peter Thomas , Owner Project Name: Thomas Crossing Phase 7 Brief Description: Water, Sewer,Paving, Storm Drain, Street Lights Project Location: North of east Riviera Dr. and east of Claystone Ridge Dr. Plat Case Number: None Plat Name: one Mapsco: None Council District: CFA Number: 2018-008 City Project Number: 101443 OFFICIAL RECORD CITY SECRETARY F`. WORTH,T% City of Fort Worth,Texas Standard Community Facilities Agreement-Thomas Crossing Phase 7 CFA Official Release Date:02.20.2017 Page 1 of 11 STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. 51423 WHEREAS, Thomas Crossing, LLC , ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements")related to a project generally described as Thomas Crossing Phase 7 ("Project") within the City or the extraterritorial jurisdiction of Fort Worth,Texas ("City"); and WHEREAS, the City has no obligation to participate in the cost of the Improvements or Project; and WHEREAS,any future City participation in this CFA is subject to the availability of City funds and approval by the Fort Worth City Council and shall be memorialized as an amendment to this Agreement; and WHEREAS, the Developer and the City desire to enter into this Community Facilities Agreement ("CFA" or "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: General Requirements A. The Policy for the Installation of Community Facilities ("Policy") dated March 2001, approved by the City Council of the City of Fort Worth, as amended, is hereby incorporated into this Agreement as if copied herein verbatim. Developer agrees to comply with all provisions of said Policy in the performance of its duties and obligations hereunder and to cause all contractors hired by Developer to comply with the Policy in connection with the work performed by said contractors. B. Developer shall provide financial security in conformance with paragraph 6, Section II, of the Policy and recognizes that there shall be no reduction in the collateral until the Project has been completed and the City has officially accepted the Improvements. Developer further acknowledges that said acceptance process requires the Developer's contractor(s) City of Fort Worth,Texas OFFICIAL.RECOWt. . Standard Community Facilities Agreement-Thomas Crossing Phase 7 CFA Official Release Date:02.20.2017 CITY SECRETA Page 2 of 11 �T., INORTI.-� s` to submit a signed affidavit of bills paid and consent of Surety signed by its surety to ensure the contractor has paid any sub-contractor(s) and suppliers in full. Additionally, the contractor will provide in writing that the contractor has been paid in full by Developer for all the services provided under this contract. C. 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 the City-approved construction plans, specifications and cost estimates provided for the Project and the exhibits attached hereto. D. The following checked exhibits describe the Improvements and are incorporated herein: Water(A) X. Sewer(A-1) ®_ Paving(B) ®. Storm Drain(B-1) ®. Street Lights & Signs (C) Z. E. The Developer shall award all contracts for the construction of the Improvements in accordance with Section II,paragraph 7 of the Policy and the contracts shall be administered in conformance with paragraph 8, Section II, of the Policy. Developer shall ensure its contractor(s)pays the then-current City-established wage rates. F. For all Improvements included in this Agreement for which the Developer awards construction contract(s),Developer agrees to the following: i. To employ a construction contractor who is approved by the director of the department having jurisdiction over the infrastructure to be constructed, said contractor to meet City's requirements for being prequalified,insured, licensed and bonded to do work in public ways and/or prequalified to perform water/wastewater construction as the case may be. ii. To require its contractor to furnish to the City a payment and performance bond in the names of the City and the Developer for one hundred percent (100%) of the contract price of the infrastructure, and a maintenance bond in the name of the City for one hundred percent (100%) of the contract price of the infrastructure for a period of two (2) years from the date of final acceptance insuring the maintenance and repair of the constructed infrastructure during the term of the maintenance bond. All bonds to be furnished before work is commenced and to meet the requirements of Chapter 2253,Texas Government Code. City of Fort Worth,Texas Standard Community Facilities Agreement-Thomas Crossing Phase 7 CFA Official Release Date:02.20.2017 Page 3 of 11 iii. To require the contractor(s) it hires to perform the construction work contemplated herein to provide 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 shall be named as additional insured on all insurance required by said documents and same will be evidenced on the Certificate of Insurance (ACORD or other state-approved form) supplied by the contractor's insurance provider and bound in the construction contract book. iv. To require its contractor to give 48 hours advance notice of intent to commence construction to the City's Construction Services Division so that City inspection personnel will be available;to require the contractor to allow the construction to be subject to inspection at any and all times by City inspection forces,to not install or relocate any sanitary sewer, storm drain, or water pipe unless a responsible City inspector is present and gives his consent to proceed, and to make such laboratory tests of materials being used as may be required by the City. V. To require its contractor to have fully executed contract documents submitted to the City in order to schedule a Pre-Construction Meeting. The submittal should occur no less than 10 working days prior to the desired date of the meeting. No construction will commence without a City-issued Notice to Proceed to the Developer's contractor. vi. To delay connections of buildings to service lines of sewer and water mains constructed under this Agreement, if any, until said sewer and water mains and service lines have been completed to the satisfaction of the Water Department. G. Developer shall provide at its expense, unless otherwise agreed to by City, all engineering drawings and documents necessary to construct the improvements under this Agreement. H. Developer shall cause the installation or adjustment of the required utilities to serve the development or to construct the Improvements required herein. I. 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 community facilities to be installed hereunder. City of Fort Worth,Texas Standard Community Facilities Agreement-Thomas Crossing Phase 7 CFA Official Release Date:02.20.2017 Page 4 of 11 J. Developer hereby releases and agrees to indemnify, defend and hold the City harmless for any inadequacies in the preliminary plans,specifications and cost estimates supplied by the Developer for this Agreement. K. Developer agrees to provide, at its expense,all necessary rights of way and easements across property owned by Developer and required for the construction of the current and future improvements provided for by this Agreement. L. The Developer further 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 on account of any injuries or damages sustained by any persons (including death) or to any property, resulting from or in connection with the construction, design, performance or completion of any work to be performed by said Developer, its contractors, subcontractors, officers, agents or employees, or in consequence of any failure to properly safeguard the work, or on account of any act, intentional or otherwise, neglect or misconduct of said Developer, its contractors, sub-contractors, officers, agents or employees, whether or not such iniuries, 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. M. Developer will further 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 in any way connected with,the construction of the infrastructure 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,and hold harmless the City for any losses, damages, costs or expenses suffered by the City or caused as a result of said contractor's failure to complete the work and construct the improvements in a good and workmanlike manner, free from defects, in conformance with the Policy, and in accordance with all plans and specifications. City of Fort Worth,Texas Standard Community Facilities Agreement-Thomas Crossing Phase 7 CFA Official Release Date:02.20.2017 Page 5 of 11 N. 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 the Developer with its contractor along with an assignment of all warranties given by the contractor, 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. O. Inspection and material testing fees are required as follows: i. Developer shall pay in cash water and wastewater inspection fees and material testing fees equal to two percent (2%) for a total of 4% of the developer's share of the total construction cost as stated in the construction contract. ii. Developer shall pay in cash paving and storm drain inspection fees equal to four percent (4%) and material testing fees equal to two percent (2%) for a total of 6% of the developer's share of the total construction cost as stated in the construction contract. iii. Developer shall pay in cash the total cost of streetlights or if the city is not installing the streetlights, inspection fees equal to four percent(4%) of the developer's share of the streetlight construction cost as stated in the construction contract. iv. Developer shall pay in cash the total cost of street signs. P. COMPLETION WITHIN 2 YEARS i. Developer shall complete the Improvements within two (2) years, provided, however, if construction of the Improvements has started within the two year period,the developer may request that the CFA be extended for one additional year. ii. Nothing contained herein is intended to limit the Developer's obligations under the Policy, this Agreement, its financial guarantee, its agreement with its contractor or other related agreements. iii. The City may utilize the Developer's financial guarantee submitted for this Agreement to cause the completion of the construction of the Improvements if at the end of two(2)years from the date of this Agreement(and any extension period) the Improvements have not been completed and accepted. iv. 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 City of Fort Worth,Texas Standard Community Facilities Agreement-Thomas Crossing Phase 7 CFA Official Release Date:02.20.2017 Page 6of11 construction of same before the expiration of two (2) years if the Developer breaches this Agreement, becomes insolvent or fails to pay costs of construction and the financial guarantee is not a Completion Agreement. If the financial guarantee is a Completion Agreement and the Developer's contractors and/or suppliers are not paid for the costs of supplies and/or construction,the contractors and/or suppliers may put a lien upon the property which is the subject of the Completion Agreement. Q. Developer acknowledges that in accordance with Chapter 2270 of the Texas Government Code,the City is prohibited from entering into a contract with a company 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" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, 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 the contract. IMMIGRATION AND NATIONALITY ACT R. 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. City of Fort Worth,Texas Standard Community Facilities Agreement-Thomas Crossing Phase 7 CFA Official Release Date:02.20.2017 Page 7 of 11 Cost Summary Sheet Project Name: Thomas Crossing Phase 7 CFA No.: 2018-008 City Project No.: 101443 An Engineer's Estimate of Probable Cost is acceptable. However,the construction contract price will ultimately determine the amount of CFA fees and financial guarantee. The bid price and any additional CFA payments will be required prior to scheduling a pre-construction meeting. An itemized estimate corresponding to each project-specific exhibit is required to support the following information. Items Developer's Cost A. Water and Sewer Construction 1. Water Construction $ 159,568.50 2.Sewer Construction $ 134,977.90 Water and Sewer Construction Total $ 294,546.40 B. TPW Construction 1.Street $ 641,792.50 2.Storm Drain $ 232,518.50 3.Street Lights Installed by Developer $ 67,354.79 4. Signals $ - TPW Construction Cost Total $ 941,665.79 Total Construction Cost(excluding the fees): $ 1,236,212.19 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 5,890.93 D. Water/Sewer Material Testing Fee(2%) $ 5,890.93 Sub-Total for Water Construction Fees $ 11,781.86 E. TPW Inspection Fee(4%) $ 34,972.44 F. TPW Material Testing(2%) $ 17,486.22 G. Street Light Inspsection Cost $ 2,694.19 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 55,152.85 Total Construction Fees: $ 66,934.71 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 1,236,212.19 Completion Agreement=100%/Holds Plat $ 1,236,212.19 x Cash Escrow Water/Sanitary Sewer- 125% $ 368,183.00 Cash Escrow Paving/Storm Drain= 125% $ 1,177,082.24 Letter of Credit=125%w/2yr expiration period $ 1,545,265.24 City of Fort Worth,Texas Standard Community Facilities Agreement-Thomas Crossing Phase 7 CFA Official Release Date: 02.20.2017 Page 8 of 11 ACCORDINGLY,the City of Fort Worth and Developer have each caused this instrument to be executed in quadruplicate 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 Thomas Crossing,LLC ,Tesas J. Chcl2 Jesus J.Chapa(Oct 16,'2018) Jesus J. Chapa Assistant City Manager il'L Date: Oct 16,2018 peter thorn as(Oct 16,2018) Name: Peter Thomas Recommended by: Title: Owner UI X Date: Oct 16,2018 Evelyn RobeAs(Oct 16,2018) Evelyn Roberts/Jennifer Ezernack Project Assistant Planning and Development Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and Approved as to Form &Legality: administration of this contract, including ensuring all performance and reporting Ricci d A, 4-tN ekes requirements. Richard A.McCracken(Oct 16,2018) Richard A. McCracken s5t2 — Assistant City Attorney Jennifer Ezernack for(Oct 16,2018) M&C No. N/A Name: Janie Morales Date: Title: Development Manager Form 1295: N/A ORT ATTEST: F— 1 U Mary J.Mayser(Oct 22, 18) Mary J. Kayser/Ronald Go City Secretary/Assistant City Secretary OFFICIAL RECORD CITY SECRETARY City of Fort Worth,Texas FT. WORTH,TX Standard Community Facilities Agreement-Thomas Crossing Phase 7 CFA Official Release Date: 02.20.2017 Page 9 of 11 Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment Attachment 1 -Changes to Standard Community Facilities Agreement i] Location Map ® Exhibit A: Water Improvements ® Exhibit A-1: Sewer Improvements ] Water and Sewer Cost Estimates �I Exhibit B: Paving Improvements ® Paving Cost Estimate ® Exhibit B-1: Storm Drain Improvements ® Storm Drain Cost Estimate Exhibit C: Street Lights and Signs Improvements G Street Lights and Signs Cost Estimate (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Standard Community Facilities Agreement-Thomas Crossing Phase 7 CFA Official Release Date: 02.20.2017 Page 10 of 11 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 101443 None. City of Fort Worth,Texas Standard Community Facilities Agreement-Thomas Crossing Phase 7 CFA Official Release Date:02.20.2017 Page 11 of 11 I \ U Oa180NINDON �Z_ � 0 r 210F- SHVO N21 nos I Q 390121 1VN1021Vo 0= 0 z r(n> 0 fax x T ¢ N3dSV N y w a V 11 �p (U Z I Ia W �) z VO AoV p ~�j voi o Z z a 9018ANY 3 0 CO r ao o AVO 1SOds- po r D ^ I J T Z Q p i!N o ® AVO 311HM p� � =U 021 3AO219 NVO w w U s 2 0 I = aU m w m z w S AVM 1VO0lIM _ " O C L O C�YAOl ¢ °w C) 1 � : O VJ d a w E O N� I I a m'ci Q z a ( \CZ o� � UO —� M O e W vr^ Z J eo ^J 0 I..L a D sGOTT 3 �dJ CCQ O m D N z G U w � CL R o U C7 DOBSON I Ooncy COM ER E o M IN TB N O 02 0�,Pg Rp d. �P �P 11 { 0 �{. WORTH r F Tye d Cemetery of 0 Of FORT U 0 WORTH SPINKS 0 URLESON RETIA RD. AIRPORT V) y asz 3 � Y F- 0 0 o �{OMPS (n °R°SS�NG OF _ _TA_RRA COUNTY MER1Ott DR• JOHN COUNTY R1V1ER P pR ® ORTH CITY UMIT CENTRE BURLESON LIMIT CITY 0 17 BURLESO �9 Pop 40,714 (2013) o IGGI S � m Q uri A 0.3 m v z o WYCHE FOX v f o A o ::o Un rOe x U 0 D 0 z ¢ EL R z MFM z OPi L) w n q<PLA A BEARD I z z RIGNEY WA 00 ® RENFRO ((i Burleson P NGHILL Cemetery Y . ¢ Z o Q o o a a HOUSTON cj LO o a VALLE caOGI CREEKF� HOLLOW G OA a po GAF 35W CORN a =3 of o_ CD C U t E VICINITY MAP Q_ N CD j NOT-TO-SCALE N o � U O In 0 N d � d O E c Ci- o (O N N r- .. 0 M C d 00.2 N j JOB NO. 61077-01 VICINITY MAP EXHIBITPAPE-DAWSON o ` DATE JAN 2018 ENGINEERS ca DESIGNER RI THOMAS CROSSING - PHASE 7 0 CHECKED BOD DRAWN JPM FORT WORTH I SAN ANTONIO I AUSTIN I HOUSTON I DALLAS CJ _ 1 OF 7 FORT WORTH TEXAS 6500 WEST FWY,STE 7001 FORT WORTH,TX 761161 817.870.3668 N SHEET 1 TEXAS BOARD OF PROFESSIONAL ENGINEERS.FIRM REGISTRATION#470 D LL THIS DOCUMENT HAS BEEN PRODUCED FROM MATERIAL THAT WAS STORED AND/OR TRANSMITTED ELECTRONICALLY AND MAY HAVE BEEN INADVERTENTLY ALTERED. RELY ONLY ON FINAL HARDCOPY MATERIALS BEARING THE CONSULTANT'S ORIGINAL SIGNATURE AND SEAL Ilo6 EL W0 _ 0 J 1 FIF I IT ! I pS a — PROPOSED 8" WATER LINE I --T PROPOSED 8" WATER LINE THOMAS CROS ING �UTUR�PHAE I A,L —�1 p O AKS L pR ------ TNOUSAN `l PROPOSED 8" WATER LINE THO C SING S 0 cr TH MAS C OSSIN I Lu PHAS 2 mcr Io 3 SPANISH BAY DR rn I ¢ Lu X NOTE: CANNOT MAKE CONNECTIONS Z L`I TO MAINS INSTALLED UNDER CPN # 0 LLi Ll- < 100611 UNTIL THEY HAVE BEEN w 0 ACCEPTED AND GREENSHEETS HAVE I BEEN ISSUED. PROPOSED 8" WATER LINE N N W N u- 0 m O _ t JI W 0THOMAS O C-4 PH E LEGEND T PROPOSED WATER LINE SCALE: 1"= 200' E i PROPOSED GATE VALVE H ZOO 400 0 0 C) C:)^ PROPOSED FIRE HYDRANT o r� .o 0 N JOB NO. 61077-01 EXHIBIT A - WATER PAPE-DAWSON t` y DATE AUG I ENGINEERS CIL g DESIGNER RI THOMAS CROSSING - PHASE 7 rzi N CHECKED BOD DRAWN JPM FORT WORTH I SAN ANTONIO I AUSTIN I HOUSTON I DALLAS N 6500 WEST FWY, STE 700 1 FORT WORTH,TX 76116 1 817.870.3668 p N SHEET 2 OF FORT WORTH, TEXAS TEXAS BOARD OF PROFESSIONAL ENGINEERS,FIRM REGISTRATION#470 THIS DOCUMENT HAS BEEN PRODUCED FROM MATERIAL THAT WAS STORED AND/OR TRANSMITTED ELECTRONICALLY AND MAY HAVE BEEN INADVERTENTLY ALTERED. RELY ONLY ON FINAL HARDCOPY MATERIALS BEARING THE CONSULTANT'S ORIGINAL SIGNATURE AND SEAL (�C;,3 vi w of 4 MA W r GIA W `4'GIA W i— T �� PROPOSED 8" SANITARY SEWER SII I 1I L Li 1 —� II T OMAS CROS ING PROPOSED 8° SANITARY SEWER j L I �UTUFi�PHASE I l� � I L SANG OAKS OR 4'dA w THO S SING i Gu w j 0 ¢ TH MAS COSSIN Lu PHAS 2 PROPOSED 8" SANITARY SEWER rn 0 3 SPANISH BAY DRrn i ¢ w t y� Z Lm w *NOTE: CANNOT MAKE CONNECTIONS o < TO MAINS INSTALLED UNDER CPN # w w U 100611 UN11L THEY HAVE BEEN 1 ACCEPTED AND GREENSHEETS HAVE le MAW � 00 BEEN ISSUED. N N 1 W !n Q 2 CL I U L X W N THOMAS O j PH E LEGEND 1n SCALE: 1"= 200' = a PROPOSED SANITARY SEWER LINE 0 o WITH FLOW ARROW 0 200 400 cy) PROPOSED 4' DIA. SANITARY SEWER o r� MANHOLE r/ .o 0CID JOB NO. 61077-01 EXHIBIT Al - SEWER PAPE-DAWSON DATE AUG 2018 THOMAS CROSSING - PHASE 7 ENGINEERS a o` DESIGNER RI Vraj )! CHECKED BOD DRAWN JPM FORT WORTH I SAN ANTONIO I AUSTIN I HOUSTON I DALLAS (n 6500 WEST FWY, STE 700 1 FORT WORTH,TX 76116 1 B17.B70.3668 o a1 SHEET 3 OF 7 FORT WORTH, TEXAS TEXAS BOARD OF PROFESSIONAL ENGINEERS,FIRM REGISTRATION A470 � LL THIS DOCUMENT HAS BEEN PRODUCED FROM MATERIAL THAT WAS STORED AND/OR TRANSMITTED ELECTRONICALLY AND MAY HAVE BEEN INADVERTENTLY ALTERED. RELY ONLY ON FINAL HARDCOPY MATERIALS BEARING THE CONSULTANTS ORIGINAL SIGNATURE AND SEAL w of o �~ C) `O PROPOSED ASPHALT TEMPORARY TURN AROUND o �a _ I I I I N �i ` PROPOSED) CONCRETE PAVING I I L PROPOSED RAMP JOMASICROS FING PROPOSED CONCRETE PAVING I I I _nj PHASE I R L I L DOAKSD T�-FFT THO C SING S I cc 0 TH MAS C OSSIN Lu PHAS 2 D cr SPANISH BAY DR o m cr fwd L Z W O Lu Q W U � I � � I r PROPOSED CONCRETE PAVING W cn a a w U L X U W N N THOMAS O E j \ PH E o LEGEND a� 21PROPOSED PAVEMENT SCALE: 1"= 200' 'c, E g 0 200 400 CV/ M III DO% _O N co J013 NO. 61077-01 EXHIBIT B - PAVING PAPE-DAWSON r DATE AUG 2018 ENGINEERS DESIGNER RI THOMAS CROSSING - PHASE 7 Q/ CHECKED BOD DRAWN JPM FORT WORTH I SAN ANTONIO I AUSTIN I HOUSTON I DALLAS N 6500 WEST FWY, STE 700 1 FORT WORTH,TX 76116 1 817.870.3668 _0) SHEET �4 OF 7 FORT WORTH TEXAS Q TEXAS BOARD OF PROFESSIONAL ENGINEERS,FIRM REGISTRATION F4]0 THIS DOCUMENT HAS BEEN PRODUCED FROM MATERIAL THAT WAS STORED AND/OR TRANSMITTED ELECTRONICALLY AND MAY HAVE BEEN INADVERTENTLY ALTERED. RELY ONLY ON FINAL HARDCOPY MATERIALS BEARING THE CONSULTANTS ORIGINAL SIGNATURE AND SEAL. o—p PROPOSED 21" RCP )MAS CROS ING U!T PHAJE I g pR ?HOkj OAK THO C SING S I PROPOSED 30" RCP TH MAS C OSSIN PHASE 2 # SPANISH BAY DR I 0 w = o w W 04 w a / N II W PROPOSED 24M RCPcn u k I CL 14. LEGEND PROPOSED 36" RCP PROPOSED 8-30' RCP ° w P THOMAS O N PIPE PH E N PRO o ® PROPOSED DROP INLET PROPOSED CURB INLET SCALE: 1"= 200' 0 200 400 E a TXDOT HEADWALL & M r- RIPRAP dd O N JOB NO. 61077-m EXHIBIT B1 - STORM DRAIN PAPE-DAWSON DATE AUG 2018 rap"i ENGINEERS DESIGNER R' THOMAS CROSSING - PHASE 7 Q CHECKED BOD DRAM JPII FORT WORTH I SAN ANTONIO I AUSTIN I HOUSTON I DALLAS N 6500 WEST FWY,STE 700 1 FORT WORTH,TX 76116 1 817.870.3668 v y SHEET 5 OF 7 FORT WORTH, TEXAS TEXAS BOARD OF PROFESSIONAL ENGINEERS,FIRM REGISTRATION 1170 � LL THIS DOCUMENT HAS BEEN PRODUCED FROM MATERIAL THAT WAS STORED AND/OR TRANSMITTED ELECTRONICALLY AND MAY HAVE BEEN INADVERTENTLY ALTERED. RELY ONLY ON FINAL HARDCOPY MATERIALS BEARING THE CONSULTANTS ORIGINAL SIGNATURE AND SEAL II�a V1 O 11111 10MASICROSING- L _U� IPHASEI LL—11j = 1HOTT-T THON C SING S 0 THOMAS C OS Lu PHAS 2 # 3 SPANISH BAY DR I w---- -- Z L' Q Q cc W U � I 00 N _N I IT� I'� I W V) Q S Q I C.� � O i i w EGE THOMAS O PH E } PROPOSED o ?. STREET LIGHT SCALE: 1"= 200' 0 200 400 E CDN M N ,ae NO. elan-Dl EXHIBIT C - STREET LIGHTS PAPE-DAWSON � DATE AUG 2018 ENGINEERS DESIGNER R' THOMAS CROSSING - PHASE 7 r9i � CHECKED BOD DRAWN-IPM FORT WORTH 1 SAN ANTONIO_AUSTIN I HOUSTON I GALLAS N 6500 WEST FWY,STE 700 1 FORT WORTH,TX 76116 1 817.870 3666 O SHEET 6 O F 7 JL FORT WORTH, TEXAS TEXAS BOARD OF PROFESSIONAL ENGINEERS,FIFM REGISTRAT�CN 947: O L.L THIS DOCUMENT HAS BEEN PRODUCED FROM MATERIAL THAT WAS STORED AND/OR TRANSMITTED ELECTRONICALLY AND MAY HAVE BEEN INADVERTENTLY ALTERED. RELY ONLY ON FINAL HARDCOPY MATERIALS BEARING THE CONSULTANTS ORIGINAL SIGNATURE AND SEAL II�a. VI O pslN �R II �II II I I T OMAS CROS ING I I IUTUR�PHASE I a -j 1`l_ I }� D OAK S D �I --_--- ?HOUSAN THO C SING S 0 TH MAS C OSSIN( PHAS 2 # 3 SPANISH BAY DR ¢ w w 0 Lu a w U � 1 00 N N i •- I� N a x O_ i x Sa W 77 THOMAS O \ PH E o LEGEND N . SCALE: 1"= 200' eA qu i n900 PROPOSED 0 200 400 N STREET NAME SIGN M r` .. fk GO / GO N JOB NO. 61077-01 . DATE AUG 2018 EXHIBIT Cl — STREET NAME SIGNS PAPE DAWSON DESIGNER R THOMAS CROSSING - PHASE 7 r ENGINEERS Q . CHECKED BOD DRAWN JPM FORT WORTH I SAN ANTONIO I AUSTIN I HOUSTON I DALLAS N 6500 WEST FWY, STE 700 1 FORT WORTH,TX 76116 1 617.870.3668 y ;; SHEET 7 O F 7 FORT WORTH, TEXAS TEXAS BOARD OF PROFESSIONAL ENGINEERS,FIRM REGISTRATION 4/70 D LL THIS DOCUMENT HAS BEEN PRODUCED FROM MATERIAL THAT WAS STORED AND/OR TRANSMITTED ELECTRONICALLY AND MAY HAVE BEEN INADVERTENTLY ALTERED. RELY ONLY ON FINAL HARDCOPY MATERIALS BEARING THE CONSULTANTS ORIGINAL SIGNATURE AND SEAL 00 42 43 DAP-BID PROPOSAL Page 1 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Unit of Bid Item No. Description Specification Section No. Measure Quantity Unit Price Bid Value UNIT I:WATER IMPROVEMENTS 1 3305.0109 Trench Safety 33 05 10 LF 2,868 $0.25 $717.00 2 3311.0001 Ductile Iron Water Fittings w/Restraint 3311 11 TN 1.3 $3,215.00 $4,179.50 3 3311.0241 8"Water Pipe 33 11 10,33 11 12 LF 2,868 $29.00 $83,172.00 4 3312.0001 Fire Hydrant 331240 EA 4 $4,000.00 $16,000.00 5 3312.2003 1"Water Service 33 12 10 EA 57 $650.00 $37,050.00 6 3312.3003 8"Gate Valve 33 12 20 EA 2 $1,250.00 $2,500.00 7 3312.0117 Connection to Existing 4"-12"Water Main 33 12 25 EA 3 $1,150.00 $3,450.00 g 9999.0001 2 Year 100%Maintenance Bonds LS 1 $12,500.00 $12,500.00 TOTAL UNIT 1:WATER IMPROVEMENT 159 568.50 Brandon O'Donald, PE CITY OF FORT WORTH Thomas Crossing Phase 7 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Project No. Forth Version September 1,2015 00 42 43_Bid Proposat_DAP.x1s 00 42 43 DAP-BIDPROPOSAL Pw 2 ofd SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal -7 Item Bidlist Description Specification Section No. 1 M nitme Bid Unit Price Bid Value Qwm'ty UNI II:SANITARY SEWER IMPROVEMENTS F543301.0002 Post-CCTV Inspection 330131 LF 2219 $1.85 $4,105.15 3301.0101 Manhole Vacuum Testing 33 01 30 EA 10 $250.00 $2,500.00 3305.0109 Trench Safety 330510 LF 2219 $1.00 $2,219.00 3331.3101 4'Sewer Service 33 31 50 EA 57 $450.00 $25,650.00 3331.4115 8'Sewer Pipe 3311 10,33 31 12,33 3120 LF 2219 $29.50 $65,460.50 3339.0001 Epoxy Manhole Liner 333960 VF 65 $45.00 $2,925.00 3339.1001 4'Manhole 33 3910,33 39 20 EA 10 $3,100.00 $31,000.00 3339.1003 4'Extra Depth Manhole 33 3910,33 39 20 VF 6.4 $175.00 $1,118.25 TOTAL UNIT II:SANITARY SEWER IMPROVEMENTS slugn.901 Brandon O'Donald, PE CITY OF FORT WORTH Thaau Crossing Phase 7 STANDARD CONSTRUCTION SPECIFICA77ON DOCUMENTS-DEVELOPER AWARDED PROJECTS P"A"NO. Pam Version September 1,2015 00 42 43_Bid Pmpos@1 DAT--revbed.nle 00 42 43 DAP-Em PROPOSAL PW 3 of7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Section No. Unit of Bid Unit Price Bid Value Item No. Measure Quantity UNIT III:DRAINAGE IMPROVEMENTS 1 3305.0109 Trench Safety 3241 10 LF 1692 $0.25 $423.00 2 3341.0201 21'RCP,Class III 334110 LF 96 $63.75 $6,120.00 3 3341.0302 30-RCP,Class III 33 41 10 LF 1405 $85.50 $120,127.50 4 3341.0309 36'RCP,Class III 334110 LF 191 $113.00 $21,583.00 5 3349.0001 4'Storm Junction Bax 334910 EA 2 $4,500.00 $9,000.00 6 13349.0002 5'Storrs Junction Box 334910 EA 1 $5,765.001 $5,765.00 7 3349.500215'Curb Inlet 33 49 20 EA 4 $4,500.00 $18,000.00 8 9999.0002 30'Sloping End Treatment EA 16 $3,000.00 $48,000.00 9 9999.0003 36'Sloping End Treatment EA 1 $3,500.00 $3,500.00 TOTAL UNIT III:DRAINAGE IMPROVEMENTS $232,518.501 Brandon O'Donald,PE CrrY OF FORT WORTH Thomu Crmvma PhM 7 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Pmol N0. Form Vwsim September 1,2015 00 42 43—Bid hapaal_r2AP—WVhW& 00 42 43 DAP-BID PROPOSAL Paas 7 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Biddees Proposal Bidlist Description Specification Section No. Unit of Bid Unit Price Bid Value Item No. Measure Quantity Bid Summary UNIT 1:WATER IMPROVEMENTS $159,568.50 UNIT II:SANITARY SEWER IMPROVEMENTS $134,977.90 UNIT III:DRAINAGE IMPROVEMENTS $232,518.50 UNIT IV:PAVING IMPROVEMENTS UNIT V:STREET LIGHTING IMPROVEMENTS UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS Total Construction Bid $527,064.90 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 8O calendar days after the date when the CONTRACT commences to run as provided In the General Conditions. END OF SECTION Brandon O'Donald, PE CITY OF FORT WORTH Thomav Crossing Phase 7 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Pr P"No, Form Version September 1,2013 00 42 43B id PmpmL1DAR.gevksdj h 00 42 43 BAP-BID PROPOSAL Pie 4 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project item laformetion Bidders Proposal Bidlist IJktcription Specification Section No. Unit of Bid Unit Price Bid Value Item No. Measure Quantity UNIT IV:PAVING IMPROVEMENTS 1 3211.0400 Hydrated Lime 321129 TN 202 $160.00 $32,320.00 2 3211.0501 6"Lime Treatment 321129 SY 9071 $3.75 $34,016.25 3 3213.0101 6"Conc Pvmt 32 13 13 SY 8500 $53.75 $456,875.00 4 3213.0501 Barrier Free Ramp,Type R-1 321320 EA 2 $1 500.00 $3,000.00 5 3471.0001 Traffic Control 3471 13 MO 2 $2,250.00 $4,500.00 6 0241.1000 Remove Conc Pvmt 02 41 15 SY 777 $81.25 $63,131.25 7 13213,0301 4"Conc Sidewalk 321320 5F 100 $6.00 $600.00 8 19999.0007 Remove Existinq Barricade 00 00 00 EA 1 $250.00 $250.00 8 9999.0008 Relocate Existing Barricade 00 00 00 EA 1 $600.00 $600.00 10 9999.0009 Connect to Existing Street 00 00 00 EA 2 $500.00 $1,000.00 11 9999.0010 Temporary Tumaround 00 00 00 SY 560 $62.501 $35.000.00 12 9999.00112 Year 100%Maintenance Bond 00 00 00 LS 1 $10,500.001 $10,500.00 TOTAL UNIT IV:PAVING IMPROVEMENTS 641 792.50 Brandon O'Donatd,PE CITY OF FORT WORTH Thom=L'rosft Phas 7 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDEO PROJECTS ftjed No. Fan VariLm Sap unba 1.2013 00 42 4381d Pmporl DAP.xis 00 42 43 DAP-BIDPROPOSAL Pw 7 On SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item information Bidders Proposal Bidlist Description Specification Section No. Unit of Bid Unit Price Bid Value Item No. Measure Quantity Bid Summary UNIT 1:WATER IMPROVEMENTS UNIT II:SANITARY SEWER IMPROVEMENTS UNIT III:DRAINAGE IMPROVEMENTS UNIT IV:PAVING IMPROVEMENTS $641,792.50 UNIT V:STREET LIGHTING IMPROVEMENTS UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS Total Construction Bid $641,792.50 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 55 calendar days atter the date when the CONTRACT commences to run as prodded In the General Conditions. J� I I END OF SECTION Brandon O'Donald,PE CITY OF FORT WORTH Thornes Crossing Phop7 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Project No. Form Version September 1,2015 004243 Bid Pruposnl_DAP-4s 00 42 43 DAP-BID PROPOSAL Pae S 07 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Section No. Unit of Bid Unit Price Bid Value Item No. 1M.re Quantity UNIT V:STREET LIGHTING IMPROVEMENTS 1 2605.3015 2"CONDT PVC SCH 80 T 26 05 33 LF 2154 $9.00 $19,386.00 2 3441.1408 NO 6 Insulated Elec Condr 3441 10 LF 2154 $3.50 $7.539.CO 3 3441.1501 Ground Box Type B 3441 10 EA 2 $450.00 $900.00 4 3441.3345 Rdwy Illum TY D-25-6 pole 35 41 20 EA 9 $1,627.00 $14,643.GO 5 3441.1771 Furnish/Install 120-240 Volt Single 34 41 20 EA Phase Metered Pedestal 2 $5.500.001 $11,000.00 6 13441.3301 Rdwy Illum Foundation 3441 10 EA 9 $950.00 $8 550.00 3441.3050 LED Lighting Fixture(70 watt ATBO 7 Cobra Head) 344120 EA 9 $375.00 $3,375.00 8 9999.0001 2 Year 100%Maintenance Bonds LS 1 $1961.79 $1961.79 TOTAL UNIT V:STREET LIGHTING IMPROVEMENTS $67.354.79 Brandon gDonald, PE i (TIT OF PORT WORTH Thamu Cmssing Phaso 7 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Project Nta Form Venkm September I,2015 004243 Did Propasal_DAP.As 004243 DAP-SSD PROPOSAL Pae l orl SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Btdltst Description Specification Section No. Unit r Bid Unit Price Bid Value Item No. Measure Quantity Bid Summary UNIT I:WATER IMPROVEMENTS UNIT 11:SANITARY SEWER IMPROVEMENTS UNIT III:DRAINAGE IMPROVEMENTS UNIT W.PAVING IMPROVEMENTS UNIT V:STREET LIGHTING IMPROVEMENTS $67,354.79 UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS Total Construction Bid $67,354.79 Canfncter agrees to complete WORK for FINAL ACCEPTANCE within 120 calendar days atter the date when the CONTRACT commences to run as provided In the General Conditions. END OF SECTION i Brandon O'Donald, PE CITY OF FORT WORTH This$$Gallia Pkw 7 STANDARD CONSTRucnoN SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Project No. Form VanionSepunber1.20t3 00 42 43Bide ropmal DAPx4 COMPLETION AGREEMENT—LENDER FUNDED This Completion Agreement("Agreement)is made and entered into by and among the City of Fort Worth ("City"), and ing, LLC_ a Texas Limited Liability-Corporation ("Developer"), and irtnac c ''i,cncf r`"f, effective as of the date subscribed by the City's City Manager or Assistant City Manager. The City, the Developer and the Lender are hereinafter collectively called the "Parties". WITNESSETH: WHEREAS, the Developer owns that certain tract of real property that contains approximately 16.0 acres that is 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 17-105 or FS iSmbbra; and WHEREAS, the Developer and the City have entered into a Community Facilities Agreement relating to the development of-Thomas Crossing Addition Phase 7 and WHEREAS, the City has required certain assurances of the availability of funds to complete the water and sewer utilities, streets/paving, storm drain, street lights and street signs for the development of the Property ("Improvements"), and WHEREAS, in order to provide such assurances as have been required by the City, the Lender has agreed to advance certain funds to the City for Hard Costs (which term is hereinafter defined)subject to,and in accordance with,the terms,provisions and conditions of this Agreement; and WHEREAS, the Developer has granted to the Lender as additional security for the Loan (which term is hereinafter defined) a security interest in all plans and specifications for the development of the Property (collectively,the"Plans"); 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 benefits to be derived from the mutual observance by the Parties of the terms and conditions hereof, and for and in consideration of Ten City of Fort Worth,Texas Standard Completion Agreement—Lender-Funded v sed�09.07.2017 LE CFA Official Release Date:07.01.2015 ORFICI�I.RECORD Page 1 of 15 CITY SECRETARY FT.WORTH,TX Dollars ($10.00)and other good and valuable consideration,the receipt,adequacy and sufficiency of which are hereby acknowledged,the Parties agree 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 required to complete the Improvements in the aggregate should not exceed the sum of One MiI[ion Two Hundred Thirty Six Thousand Two Hundred Twelve and 19/100 Dollars ($1,236,212.19)_ hereinafter called the "Completion Amount". Notwithstanding the foregoing, it is acknowledged that the actual costs of completion of the Improvements may vary as a result of change orders agreed to by the Parties, but such variances for the purposes of this Agreement shall not affect the Completion Amount as used herein. 3. Adjustments to the Completion Amount. The Lender may from time to time make advances to the Developer for the development of the Property under the development loan that has been made by the Lender to the Developer for the purpose of financing the costs of constructing the Improvements for the Property (the "Loan") subject to, and in accordance with, the terms, conditions and provisions of the Loan Documents (which term is hereinafter defined) evidencing and securing the Loan. Some of those advances shall be for Hard Costs as specified in the "Approved Budget" relating to the Loan, a copy of which Approved Budget is marked Exhibit "B", attached hereto and incorporated herein for all purposes, with the Hard Costs line items highlighted. The term "Hard Costs"shall mean the actual costs of construction and installation of the Improvements. To the extent that advances under the Loan are for the payment of Hard Costs, the Completion Amount shall be deemed reduced, dollar for dollar. The Lender may withhold statutory retainage from any advances under the Loan or pursuant to this Agreement. All such retainage withheld,to the extent it is attributable to Hard Costs, shall also reduce the Completion Amount dollar for dollar. All retainage withheld by the Lender for Hard Costs that are advanced to the City pursuant to this Agreement shall be released to the City as provided in the Texas Property Code upon expiration of the statutory retainage period. 4. Completion by the Developer. The Developer agrees to complete the Improvements on or before the date for completion that is established in the Loan Documents plus City of Fort Worth,Texas Standard Completion Agreement—Lender-Funded Revised 09.07.2017 ME CFA Official Release Date:07.01.2015 Page 2 of 15 thirty (30)days (the "Completion Date"), in accordance with the CFA, the Plans approved by the Lender and the City and all documents evidencing or securing the Loan (collectively, the "Loan Documents"). For the purposes of this Agreement, the development of the Property shall be deemed complete upon acceptance by the City of the Improvements. The City shall promptly notify the Lender and the Developer upon such acceptance. 5. Completion by the City. In the event that either: (A) the development of the Property is not completed by the Completion Date for any reason whatsoever,or(B)the Developer is in default under the Loan, then the Lender, at its sole option, may request the City to complete development. The City may, at its sole option and at the cost and expense of the Developer,within 10 days from receipt of Lender's request, notify Lender that it will undertake to complete the Improvements and the City shall then commence, pursue, and complete the Improvements in a reasonably timely, diligent and workmanlike manner in accordance with the Plans, subject to the terms of this Agreement. The Lender and the Developer agree that the City may use the Plans as necessary to complete the Improvements. If the City does not timely elect to complete the construction of the Improvements or if the Lender does not request the City to complete construction of the Improvements, then the Lender may at its election terminate this Agreement, or at its option, proceed to complete the Improvements, or foreclose on any of its collateral, or take any and all such action as may be provided under the Loan Documents. 6. Advance of Completion Costs to the City and Delivery of Hard Costs Collateral to the City. In the event the Lender has requested the City and the City has elected to complete the Improvements,Lender shall transfer to the City all remaining undisbursed Hard Costs specified in the Approved Budget within 10 days of the date that the City elected to complete and provided Lender with written notice of such election. The Developer hereby authorizes and instructs the Lender to make the transfer of any remaining undisbursed Hard Costs specified in the Approved Budget to the City within 10 days of notification that the City elects to complete the Improvements. In the event the cost to complete the Improvements exceeds the moneys transferred to the City, City shall notify Lender and Developer in writing of the need of additional funds. The City of Fort Worth,Texas Standard Completion Agreement—Lender-Funded Revised 09.07.2017 ME CFA Official Release Date:07.01.2015 Page 3 of 15 additional funds required to complete the Improvements shall be delivered to the City within 10 business days following notification to Lender and Developer. Failure to deliver the additional funds shall relieve the City of the obligation to complete the Improvements, in which event City shall use the Hard Costs funds in its possession to pay the contractor(s) all funds due it/them. Any remaining undisbursed Hard Costs shall be returned to Lender within a reasonable time. 7. Completion by the Lender. The Lender may, at its discretion, but shall not be obligated to, undertake to complete the Improvements if there is any default under any Loan Documents in lieu of requesting the City to complete the Improvements. If the Lender elects to complete the Improvements, any Hard Costs it expends shall, dollar for dollar, reduce the Completion Amount. 8. Easements. In the event the City or the Lender undertakes the completion of the Improvements, the Developer (and to the extent necessary the Lender) grants to the City and the Lender open access to the Property and shall execute and deliver such temporary easements over and across the entirety of the Property for the purpose of access and use for the completion of the construction of the Improvements in accordance with this Agreement. To the extent requested by the City and the Lender, written temporary construction easements in form acceptable to the City and the Lender shall be executed by the Developer and filed of record. Nothing in this paragraph shall reduce any rights of the Lender or obligations of the Developer under the Loan Documents. 9. Lender's Rights. Nothing in this Agreement shall affect any portion of the Lender's collateral for the Loan or limit or impair the Lender's right to foreclose the same or deal with the collateral as it elects in accordance with the Loan Documents. 10. Satisfaction of the City Requirements. The City agrees that the assurances and covenants contained in this Agreement satisfy all requirements of the City with respect to Developer's performance bond or other financial security in connection with the development of the Property and the completion of the Improvements 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 thereof. To the extent the CFA irreconcilably conflicts with this Agreement, the provisions of this Agreement shall control. City of Fort Worth,Texas Standard Completion Agreement—Lender-Funded Revised 09.07.2017 JLE CFA Official Release Date:07.01.2015 Page 4 of 15 11. Termination. This Agreement shall terminate upon the earlier to occur of the following: (a) acceptance by the City of the Improvements; (b) mutual written agreement of all of the Parties; or(c)the reduction of the Completion Amount to zero. However,release of the plat shall be governed by paragraph 12 hereof and termination pursuant to (b) or (c) of this paragraph 11 shall not require the City to release the plat. 12. Final Plat. The Parties acknowledge and agree that the City shall hold the final plat of the Property until the Improvements are completed and accepted by the City and all Hard Costs contractors have been paid, less retainage.' Upon acceptance by the City and receipt of evidence from the Developer showing that all Hard Costs contractors have been paid, including but not necessarily limited to lien waivers and bills paid affidavits,the City shall within a reasonable time file the final plat for the Property in the Plat Records of the county where the Property is located. The purpose of the City retaining the final plat of the Property as provided herein is to guarantee the Developer's obligations under the CFA are completed. 13. Construction Contracts. Developer agrees to include in each Construction contract that it enters into for the completion of the Improvements the following: a.A statement that the City is not holding any security to guarantee any payment for work performed on the Improvements; 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 of the Improvements; and d. A requirement that each contractor contracting with the Developer include in each subcontract the statements contained in a., b.,and c. above. 14. 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,Texas Standard Completion Agreement—Lender-Funded Revised 09.07.2017 ME CFA Official Release Date:07.01.2015 Page 5 of 15 City of Fort Worth Planning and Development Department 200 Texas Street Fort Worth,Texas 76102 Attention: CFA Division Janie Morales,Development Manager Email: Janie.Morales@fortworthtexas.gov Confirmation Number: 817-392-7810 and/or Attention: CFA Division Email: cfa@fortworthtexas.gov Confirmation Number: 817-392-2025 With a copy thereof addressed and delivered as follows: Richard A. McCracken Office of the City Attorney City of Fort Worth 200 Texas Street Fort Worth,Texas 76102 Confirmation Number: 817-392-7611 (ii) Notice to the Developer shall be addressed and delivered as follows: Thomas Crossing,LLC P.O. Box 939 Burleson,TX,76097 Email: idle@aolcom (iii) Notice to the Lender shall be addressed and delivered as follows: Pinnacle Bank 1521 N. Cooper Street, Suite 100 Arlington,Texas 76011 Email: chuck.wil-sOln@�gimnbank.com A party may change its address for notice upon prior written notice to the other parties pursuant to the terms hereof. City of Fort Worth,Texas Standard Completion Agreement—Lender-Funded Revised 09.07.2017 ME CFA Official Release Date:07.01.2015 Page 6 of 15 C. Texas Law to Apply. This Agreement shall be construed under and in accordance with the laws of the State of Texas. D. Parties Bound. This Agreement shall be binding upon and inure to the benefit of the Parties and their respective legal representatives, successors and assigns. E. Legal 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 Agreements 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; provided, however, that this Agreement shall not supersede, amend or modify any of the Loan Documents or any portion thereof. G. Amendment. This Agreement may only be amended by a written instrument executed by all of the Parties to his Agreement. H. Headings. 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—Lender-Funded Revised 09.07.2017 ME CFA Official Release Date:07.01.2015 Page 7 of 15 ACCORDINGLY,the City of Fort Worth, Developer and Lender have each caused this instrument to be executed in quadruplicate 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: Thomas Crossing,LLC Jesus J.Chi a Jesus J.Chapa(Oct 16,2018) Jesus J. Chapa peter thomas(Oct 16,2018) Assistant City Manager Name: Title: rm Date: Oct 16,2018 Date. Oct 16,2018 Approved as to Form and Legality: LENDER: Pinnacle Bank R4c1u d A, McGrAekgiy Richard A.McCracken(Oct 16,2018) Richard A. McCracken +p�`a.��.��.�.,��•��_ Assistant City Attorney Cha les D Wilson(Oct 16,2018) Name: ATTEST: Title: Ov R T Contract Compliance Manger ;:•••••.. p g Mary J.kayser(Oct 22, 181 C _ By signing I acknowledge that I am the Mary J. Kayser i� person responsible for the monitoring and City Secretary administration of this contract, including cJ ensuring all performance and reporting M&C: requirements. requirements. Date: ��-- Jennifer Ezernack for(Oct 16,2018) Janie S.Morales Development Manager City of Fort Worth,Texas Standard Completion Agreement—Lender-Funded OFFICIAL RECORD Revised 09.07.2017 ME CFA Official Release Date:07.01.2015 Page 8 of 15 CITU SECRETAV FT.WORTH, Pette Thomas_ the Guarantor of the Development Loan, is executing this Completion Agreement for the sole purpose of acknowledging that advances that are made by the Lender pursuant to this Completion Agreement shall be deemed to be advances that are made under the Loan that shall be subject to and covered by the Loan Documents and the Guaranty Agreement that was executed by Peter Thomas. GUARANTOR 41-- By: peter thomas(Oct 16,2018) Name: Title: City of Fort Worth,Texas Standard Completion Agreement—Lender-Funded Revised 09.07.2017 ME CFA Official Release Date:07.01.2015 Page 9of15 List of Exhibits to the Completion Agreement Attachment 1 —Changes to the Standard Completion Agreement Exhibit A-Legal Description Exhibit B - Approved Budget City of Fort Worth,Texas Standard Completion Agreement—Lender-Funded Revised 09.07.2017 JLE CFA Official Release Date:07.01.2015 Page 10 of 15 ATTACHMENT"1" Changes to Standard Completion Agreement "None." City of Fort Worth,Texas Standard Completion Agreement—Lender-Funded Revised 09.07.2017 ME CFA Official Release Date:07.01.2015 Page 11 of 15 EXHIBIT A STATE OF TEXAS )( COUNTY OF TARRANT)( WHEREAS,Thomas Crossing, LLC. is the owner of a 16.000 acre tract of land in the Abner Lee Survey,Abstract No. 931, situated in the City of Fort Worth, Tarrant County, Texas, and being a portion of that certain tract of land described in deed to Thomas Crossing,LLC,recorded in Volume 13124,Page 490,Deed Records, Tarrant County, Texas. The bearings for this description are based on the bearings as they appear in Cabinet A, Slide 4473,Plat Records, Tarrant County, Texas. Said 16.000 acre tract of land being described by metes and bounds as follows: BEGINNING at a 1/2" iron rod with plastic cap stamped"RPLS 4818" set at the northeast corner of Lot 87,Block 8, of Thomas Crossing Addition, an addition to the City of Fort Worth, recorded in Cabinet A, Slide 4473,Plat Record, Tarrant County, Texas; THENCE with the northerly lines of said Thomas Crossing Addition, the following courses and distances: North 84°55'03"West,a distance of 170.00 Feet to a 1/2"iron rod with plastic cap stamped"RPLS 4818"set; South 05004'58" West, a distance of 19.82 Feet to a 1/2"iron rod with plastic cap stamped"RPLS 4818"set; North 84055'02"West,a distance of 121.42 Feet to a 1/2"iron rod with plastic cap stamped"RPLS 4818" set at the northwest corner of Lot 29, Block 14, of said Thomas Crossing Addition; THENCE departing the said northerly line,and continuing over and across said Thomas Crossing, LLC tract, the City of Fort Worth,Texas Standard Completion Agreement—Lender-Funded Revised 09.07.2017 ME CFA Official Release Date:07.01.2015 Page 12 of 15 following courses and distances: North 06°25'16" East, a distance of 58.57 Feet to a 1/2" iron rod with plastic cap stamped "RPLS 4818"set; North 05°00'22"East,a distance of 495.57 Feet to a 1/2"iron rod with plastic cap stamped"RPLS 4818" set; North 06°21'03"West, a distance of 95.22 Feet to a 1/2"iron rod with plastic cap stamped"RPLS 4818" set; North 12°37'09"West,a distance of 200.00 Feet to a 1/2"iron rod with plastic cap stamped"RPLS 4818"set; South 77°22'51" West,a distance of 16.34 Feet to a 1/2" iron rod with plastic cap stamped"RPLS 4818" set; North 12°37'09"West,a distance of 120.00 Feet to a 1/2"iron rod with plastic cap stamped"RPLS 4818"set; South 77°22'51"West,a distance of 280.00 Feet to a 1/2"iron rod with plastic cap stamped"RPLS 4818"set; South 84°18'07"West,a distance of 63.18 Feet to a 1/2" iron rod with plastic cap stamped"RPLS 4818" set; North 89033157"West,a distance of 518.00 Feet to a 1/2"iron rod with plastic cap stamped"RPLS 4818" set; North 00026'03"East,a distance of 170.00 Feet to a 1/2" iron rod with plastic cap stamped"RPLS 4818" set; South 89033'57" East, a distance of 16.14 Feet to a 1/2" iron rod with plastic cap stamped "RPLS 4818" set; North 00°26'03"East,a distance of 120.00 Feet to a 1/2" iron rod with plastic cap stamped"RPLS 4818" set in the southerly line of that certain tract of land described in deed as Tract 3 to Marline Eighteen, LLC, recorded in Instrument No. D213260103, Deed Records,Tarrant County,Texas; THENCE with the southerly and westerly lines of of said Marline Eighteen, LLC tract, the following courses and City of Fort Worth,Texas Standard Completion Agreement—Lender-Funded Revised 09.07.2017 ME CFA Official Release Date:07.01.2015 Page 13 of 15 distances: South 89°33'57"East,a distance of 485.23 Feet to a 1/2" iron rod with plastic cap stamped"RPLS 4818" set; North 83°54'27"East, a distance of 34.10 Feet to a 1/2" iron rod with plastic cap stamped"RPLS 4818" set; North 77°22'51"East, a distance of 710.40 Feet to a 1/2" iron rod with plastic cap stamped"RPLS 4818"set; North 65°42'30" East, a distance of 30.35 Feet to a 1/2" iron rod with plastic cap stamped"RPLS 4818" set; South 24°54'08" East, a distance of 80.45 Feet to a 1/2" iron rod with plastic cap stamped"RPLS 4818"set; South 03°24'07"West,a distance of 455.46 Feet to a 1/2"iron rod with plastic cap stamped"RPLS 4818" set; South 05°00'22" West, a distance of 830.81 Feet to the POINT OF BEGINNING; and containing a computed area of 16.000 Acres,more or less. City of Fort Worth,Texas Standard Completion Agreement—Lender-Funded Revised 09.07.2017 ME CFA Official Release Date:07.01.2015 Page 14 of 15 EXHIBIT B APPROVED BUDGET Section I Water $159,568;50 Sewer $134,977.90 Subtotal $294,546.40 Section II Interior Streets $641,792.50 Stone Drains $232,518.50 Subtotal $874,317.00 Section III Street Lights $67,354.79 Sub-total $941,665.79 TOTAL $1,236,212.19 City of Fort Worth,Texas Standard Completion Agreement—Lender-Funded Revised 09.07.2017 ME CFA Official Release Date:07.01.2015 Page 15 of 15