Loading...
HomeMy WebLinkAboutContract 51987 Received Date: 03/04/2019 Received Time: 10:13 AM Developer and Project Information Cover Sheet: Developer Company Name: Parkwood Trail Lot Venture,Ltd Address, State,Zip Code: 8214 Westchester Dr. ,Dallas, TX, 75225 Phone&Email: 214-888-8847,jarnold@skorburgcompany.com Authorized Signatory,Titlohn Arno Title: John ld,Authorized Signer Project Name: Parkwood Hill Addition Brief Description: Water, Sewer,Paving, Storm Drain, Street Lights Project Location: 7430 Parkwood Hill Addition Plat Name: Mapsco: Council District: 4 CFA Number: CFA18-0135 City Project Number: 10.1694 City of Fort Worth,Texas rOFFICIAL RECORD Standard Community Facilities Agreement-Parkwood Hill Addition SECRETARY CFA Official Release Date:02.20.2017 Page 1 of 11 WORTH,TX STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § Ciit,-Secretary COUNTY OF TARRANT § Contract No. 51987 WHEREAS, Parkwood Trail Lot Venture, Ltd, ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as Parkwood Hill Addition ("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 th ! 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 - Standard Community Facilities Agreement-Parkwood Hill Addition OFFICIAL RECURD CFA Official Release Date:02.20.2017 Page 2 of 11 CITY SECRET ARV FT. WORTH,TX J 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) ®, Sewer(A-1) ®, Paving (B) ©, Storm Drain(B-1) ®, Street Lights & Signs (C) M, 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 11, 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-Parkwood Hill Addition 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 lanes 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 wit any of the community facilities to be installed hereunder. City of Fort Worth,Texas Standard Community Facilities Agreement-Parkwood Hill Addition 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 injuries, death or damajzes are caused, in whole or in part, by the allezed nezl&ence 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 allezed 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-Parkwood Hill Addition 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 constriction 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 gdarantee 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-Parkwood Hill Addition CFA Official Release Date:02.20.2017 Page 6 of 11 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-Parkwood Hill Addition CFA Official Release Date:02.20.2017 Page 7 of 11 Cost Summary Sheet Project Name: Parkwood Hill Addition CFA No.: CFA18-0135 City Project'No.: 101694 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 $ 109,129.50 2.Sewer Construction $ 249,630.70 Water and Sewer Construction Total $ 358,760.20 B. TPW Construction 1.Street $ 281,815.50 2.Storm Drain $ 134,149.75 3.Street Lights Installed by Developer $ 14,672.20 4. Signals $ TPW Construction Cost Total $ 430,637.45 Total Construction Cost(excluding the fees): $ 789,397.65 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 7,175.20 D. Water/Sewer Material Testing Fee(2%) $ 7,175.20 Sub-Total for Water Construction Fees $ 14,350.40 E. TPW Inspection Fee(4%) $ 16,63$.61 F. TPW Material Testing(2%) $ 8,319.31 G. Street Light Inspsection Cost $ 586.89 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ Sub-Total for TPW Construction Fees $ 25,544.80 Total Construction Fees: $ 39,89:i.20 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 789,397.65 Completion Agreement=100%/Holds Plat $ 789,39 .65 x Cash Escrow Water/Sanitary Sewer—125% $ 448,450.25 Cash Escrow Paving/Storm Drain=125% $ 538,296.81 Letter of Credit=125%w/2yr expiration period $ 986,747.06 City of Fort Worth,Texas Standard Community Facilities Agreement-Parkwood Hill Addition 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 Parkwood Trail Lot Venture,Ltd 7ffd4-1 cr2aa� Jesus J.Chapa(Feb 28, 0191 Jesus J. Chapa Assistant City Manager john hrnoid Date: Feb 28,2019 John Arnold(Feb 22,2019) Name: John Arnold Recommended by: Title: Authorized Signer i uDate: Feb 22,2019 Evelyn Robe 5(Feb 27,2019) 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 0?1114-4 /tl,"OR F-11 requirements. Richard A.McCracken(Feb 28,2019) Richard A. McCracken Z�aed, Assistant City Attorney Je Scarlett Morales(Feb 28,2019) M&C No. N/A Name: Janie Morales Date: Title: Development Manager Form 1295: N/A „,'`fORr " . oo ATTEST: Z F Mary J.K r(M ,2019) l/ 'y �•• Mary J. ayser/Ronald Gonzales 7EX City Secretary/Assistant City Secretary City of Fort Worth,Texas Standard Community Facilities Agreement-Parkwood Hill Addition OFFICIAL.RECORD CFA Official Release Date:02.20.2017 Page 9 of 11 CITY SECRETARY FT WORTH,TX 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 ® Location Map ® Exhibit A: Water Improvements ® Exhibit A-1: Sewer Improvements ® Water and Sewer Cost Estimates ® Exhibit B: Paving Improvements ® Paving Cost Estimate ® Exhibit B-1: Storm Drain Improvements ® Storm Drain Cost Estimate ® Exhibit C: Street Lights and Signs Improvements ® Street Lights and Signs Cost:Estimate (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Standard Community Facilities Agreement-Parkwood Hill Addition CFA Official Release Date:02.20.2017 Page 10 of 11 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 101694 None. City of Fort Worth,Texas Standard Community Facilities Agreement-Parkwood Hill Addition CFA Official Release Date:02.20.2017 Page 11 of 11 SECTION 00 42 43 Deve;vper Awarded Projects-PROPOSAL FGR41 UNIT PRICE BID Bidder's Application 1'r,;i. .Lditf lnG:rr:u,• r li�dd�,-,Pr<.'1',�:d ! i A F`rc,li::l±�fn; 1'r!1 'i fivd f3iJlr;t t ern fr Ik:;lrpit,rr i- llr:a i'nn' ➢sd`'ilut "'win"'win ��:,] UNIT It WATER IMPROVEMENTS _ 1 3311-026' 8'PVC Water PIPs 33 11 12 LF 1258 $30.00 S37.740 OG 2 3312.0001 Fre Hyarant 33 11240 EA 3 $4.00000 S12,000 00 3 3312.3003 8"Gate Vaive 33 1220 EA 3 $1.200.00 $3.600.00 4 3312:3005 12"Gate Valve 33 12 20 EA 2 52.150 CO 54.300.00 5 33120117 Connection to existing 4"-12'water main 33 1225 EA 2 $5.950 00 S 11,900 00 6 3312 2003 I'Water Services 33 12 10ER 45 $745.00 $33,52500 7 3311.0001 Cuctite Iron Water Fittings NJ i Restraint 33 11 1! ` TON 1 $3,25000 $325000 8 3305.0109 Trench Safety 33 05 10 f LF 1258 50.25 $31450 9 0170.0100 Mobilization G1 70 CO LS 1 52.500 00 $2,500.001 11 12 13 14 15 16 t8 ! I t9 20 21 I 22 1 23 I 24 j 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 t 45 l TOTAL UNIT I:WATER IMPR VEMENTS S 1 69.129 inD�� - -A 4oA ,:ijeAT w`-''J r\ .1\R t'I7\ti[Ntt+(]' hf't{::t \!'i:]'.{M'](1.it{•.! ]]:.ti,]Nrk \'.1 ti;t;yt i]1'It<]IfC'\ Jtcc Qt� u'.. ,.1 SECTION 00 42 43 Develgltet AwarcleJ ProtectS-PROPOSAL FORM UNIT PRICE BID Bidder's Application PfO-W,,I I!at:!t€tt+srrstallorn !lid-lo Piovc.a! �131dh>t No ah� !ir ?et':ar;No uonf ufa:lu,t titd',�lin: v UNIT It!SANITARY SEWER IMPROVEMENTS 1 3331.4208 12"Sewer Pipe 33 11 116 33 31 LF 13660 $64.00 587.040 00' 2 3331 4115 8'Sewer Pipe 33 11 10 33?'. LF 1201 53600 343 236 00' 3 3305 1004 24"Casing By Open Cut 33 05 22 LF 120 S15000 $18,00000 4 3339.1001 4'Manhole 3:139 10 33 39 EA 10 34,350 00 $43.500 00 5 3339 1002 4'Drop Manhole 33 39 10.33 39 EA 1 36,050.00 $6 050 00 6 3339 0001 Epoxy Manhole Liner 33 39 60 VF 18 $200.00 $3600,00 7 3331 3101 4"Sewer Service 3331 50 EA 43 S59500 $25 585 00 8 3305 10116 Concrete Encasement for Utility Pipes 3305 10 CY 2 $175 00 $350.00 9 0241.20G1 Sanitary Line Grouting 0241 14 CY 45 $207.00 $9,31500 10 0241.5001 Abandon Manhole 6241 14 EA 3 $1,50G 00 $4,500.00 11 3301 0101 MH Vacuum Testing 3301 30 EA 11 $140.00 $1.440.00 12 3301 0002 Post-CCTV Inspection 3301 31 LF 2561 $1 45 $3,71345 13 3305 0109 Trench Safety 3305 10 LF 1 2561 £1 25 $3,201 25 14 15 16 17 18 1 19 20 r 21 22 23 24 25 26 ! 27 1 28 j 29 30 31 32 33 34 35 III 36 37 38 39 40 41 42 43 44 45 _ _ _ __ 1 _ TOTAL UNIT It:SANITARY SEWER IMPROVEMENTS 3249.530 70 U41,1 U{1tl�ty � 114;2. 'J tint to o-ui:t tauRtit ��ti'Y1� �,j�'fY�i tR0 t'RV.IRI t-t,rl\ 0-1 111 1 11 Vt 11'1 I'M R At%NRL-k'I;-Wit+ + n ll IGe, i�t�PcSt,1 SECTION 00 42 43 Devel(;per Awarded Projects-PROPOSAL FORNI UNIT PRICE BID Bidder's Application PT 110 11 If I 17M 011;1 4id&i i Pror."'il I UNIT III:DRAINAGE IMPROVEMENTS i i 1 13341.0302 30"RCP Pape Class 111 3341 10 LF 411 59500 $39.045101 2 3341.0201 21'RCP Pipe Class 111 3341 10 LF 136 $68 CO $9,248. 0{' 3 3349 1005 30"Flared headwall, I pjpe 33 E 49 40 A 2 52,500 00 S5.0000 001 4 3349,1002 21'Fiared Headwall, I pipe 33 49 40 EA 2 $1.60000 S3.200 00 5 3349 0006 Storm Junction Structure 23 49 10 LS 2 54 100 00 S8200001 6 3349 5001 10'Curb Inlet 33 49 20 EA58,950ool 4 54,475.00 7 3349.5002 15'Curt Inlet 3349 20 EA 2 $5.75000 $11,500.001 8 3349,001 4'Storm Junction Box 3340 10 I=A 1 $3.700-00 $1700,001 9 3137-0104 Medium Stone Riprap dry 31 37 00 Sy 183 S9000 316.470 00, 0 3137 0101 Concrete Riprap f6'Wide Pilot Channel) 31 37 Oor Sy 250 $91,20 $22,800 001 1 3137 0101 Concrete Riprap(Emergency Spillway.) 1 37 0o S,Y 40 $147110 $5,900001 12 3105 0109 Trench Safety 3305 10 LF 547 $025 5136,751 13 14 i5 19 j 20 2! 22 23 24 25 16 27 28 2� 30 i 31 1 32 33 34 35 36 i 37 38 39 40 41 -4 L44 TOTAL UNIT III-DRAINAGE IMPROVEMENTS 5134.149 75!z ona'J." 'r k\011101t—�Wl I i10%SRI W( INX tAIENTS W-%hWFI-K AWARIAI)PH011 r I I v icc , ere,$, 00121) DAP•BID MOPOSM, Page 1 e!1 SECTM 00 42 43 Developer Avwarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Pnlpoaai Bidlist Specification Unit of Bid Item No. n�0° Setlion No. Mea,ure Quantity Unit Price Bid Value 1 0241.0100 Remove Side walk 02 41 13 SF 490 $5.00 $2.450.00 2 0241.1000 Remove Conc Pvmt 02 41 15 SY 25 $30.00 $750.00 3 3213.0101 it Cont Pwd 32 1313 SY 4315 $52.40 $226106.00 4 3211.0502 8"Lime Treaftwt 321129 SY 4650 $3.85 $17.902.50 5 3211.0400 Hydrated Lime 321129 TN 85 $165.00 $14,025.00 6 3213.0506 Battier Free Ramp.Type P-1 32 13 20 EA 4 $1,850.00 $7,400-00 7 3213.0301 4'Cant Sidetwa& 321320 SF 852 $1100 $3,912.00 8 3441.4003 FumishAnstafi Alum Sign Ground Mount C#r 344130 EA 18 515.00 $9,270.00 9 10 11 12 13 14 15 18 17 18 19 20 21 22 23 24 25 26 '27 28 29 30 31 32 33 34 35 36 37 38 39 .40 41 42 43 44 45 TOTAL UNIT IV:PAVING IMPROVEMENTS $281,815.$0 Jamey C Burchett Vice President-Estimating Chris Harp Construction,LLC cTry OPT�UKT't1V1!iTl 1117/2019 STANDARD CONSTRUCTION SPUVWATION DOM MENTS-MiVl2.OM AWAROFD MOMM F.—Venice Sgfcde 1."13 Dial V.W}fAf_14�6d_leal if P'niy aLa 00 42 43 DAP•BID PROPOSAL loge 1 of I UNIT V:STREET LIGHTING IMPROVEMENTS 1 3441.3301 Rdwy Illum Foundation TY 1,2,and 4 34 41 20 EA 6 $1,250.00 $7,500.00 2 3441.1501 Ground Box Type B 3441 10 EA 6 $450.00 $2,700.00 3 2605.3015 2'CONDT PVC SCH 80(T) 26 05 33 EA 68 $17.65 $1,200.20 4 3441.1411 NO 12 Insulated Elec Condr 3441 10 LF 272 $1.00 $272.00 5 9999.0000 Install Pole&Fixtures(Furnised by Tri- 00 00 00 LF 6 $500.00 $3,000.00 County) 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 TOTAL UNIT V:STREET LIGHTING IMPROVEMENTS $14,672.20 Charles Saylors President 68S Utility Contractors,Inc. 1123/2019 CITY of FORT WORTH STANDARD CONMUCTION SPEMCATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Verson September 1.201 S Copy of Bid RopaW_DAP,Eleetneal Rerusd_190104 00 42 43 DAP•BID PROPOSAL Page 1 of I SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Description SpecificationUnit of Bid Unit Price Bid Value Item No. Section No. I Measure Quantity UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS 1 2 3 4 5 _ _ 6 7 8 10 11 -- -- -- - - - 14 Is 12 -- . -- ---- 16 _ _._ . - — _- _- 17 19 20 - -- 22 23.. 24 25 26 27 28 ----- ----- 3i --._-._-- --. 32 33 34 35 36 -37 38 39 - - _40 41 42 43 TOTAL UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOC MENTS-DEVELOPER AWARDED PROJECTS Form Version Squember 1.2013 Bid Proposal DAP Revised—Ia1109 00 42 43 DAP-BID PROPOSAL Paye 1 of I SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Specification Ur-i Bid Item No. Description Section No. IVI�3sure Quantity Unit Price Bid Value Bid Summary UNIT I:WATER IMPROVEMENTS $109,129.50 UNIT II:SANITARY SEWER IMPROVEMENTS $24030.70 UNIT III:DRAINAGE IMPROVEMENTS $134,149.75 UNIT IV:PAVING IMPROVEMENTS $281,815.50 UNIT V:STREET LIGHTING IMPROVEMENTS $14,672.20 UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS Total Construction Bid $789,397.65 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 123 days calendar days after the date when the CONTRACT commences to run as provided in the General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Fomi Version September 1.2015 Bid Proposal_DAP_Re%ised_Final D 19 r � Y TSP G�N y PN v r CL STARNE LEN jAo 0 vo y 9< ❑AKHILL y� p LP `r AST E _ r- 3 BIRCHILLM td 1— P A LAHAzm :Dl N z w G ❑NCH❑ u GRAND SITE R❑BI MESA w a_ KARY LYNN aq HIGHT❑W R C❑NC RD PE K H RSHEL I END CNE,�A �n RID ECREST 0- 9� w :D LJ v © 3 -i HARRIS❑ BUNKER'O ¢BLUERID 2 z 3 1D HIGHCRE PRING R z Q Z C3pq CHAP AN J NTS 7` 0 50 100 (FEET) �y / 1 inch = 100 ft. I'.. 9� 8 � Q LEGEND 8"w EXIS77NG WA TER LINE s PROPOSED WA TER LINE PROPOSED GA TE SAL VE PROPOSED FIRE HYDRANT EXH/Bl7- A WA 70 RAYMOND L. GOODSON ERS,/NC. CONSUL PARKWOOD H11.2. ADDITION ANG ENGINEER M01 BRIDGE STREET, SU17F 420 CITY OF FORT WGGR N TEXAS FORT NORTH, TEXAS 76112 817-667-0060 E—MAIL: cno/on*Yginc.cc RRM REG, F-492 RLG#1822.00J 9/11/18 � tiq r 0 50 100 (FEET) 1 inch = 100 ft. Sri � cEGM EXIS77NG MANHOLE r \ • PROPOSED MANHOLE ss EXIS77NG SS LINE ss — — PROPOSED SS LINE EXHIBI T A-1. 1 SANITARY SENER RA MOND L. GOODSON J2,/NC. CaVSUL77NO ENGINEERS PARKWOOD HILL ADD177ON 5601 BRIDGE STREET, SU17F 420 CITY OF FORT WORTH, TEXAS FORT WRN TEXAS 76112 817-687-0060 E—MAIL cnolan*Ygmc,a FIRM REG F-493 RLG#1823.003 9/11/18 T / 0 25 50 / (FEET) 1 inch = 50 ft. Q / / Lls 1 / • PROPOSED MANHOLE - - - - PROPOSED SS LINE EXH/B/T A-1.2 SANITARY .%EHER RAYMOND L. COOW.,INC. PARKWOOD HIL.L. ADD/TION CONSUL ANC ENGINEERS ENC/NEERS 5601 BRIDGE STREET, SUI7E 420 CITY OF FORT WORTH, TEXAS FORT NORTH, 7EXAS 76112 817-687-0080 E—MAIL: r olon6iginc.tt TRRM REG: F-493 RLG#1823.003 9/11/18 0 50 100 (FEET) , ` 1 inch = 100 ft. \ bb \'per QED :� f J PROPOSED STREET SIGN PROPOSED CONCRETE PA VEMENT PROPOSED CONCRETF SIDEWALK ., EXHIBIT B PAWING RA a VSU nNGs�EERS c PARKWOOD HILL ADDITION 6601 BR10CE SMET, SU17T 470 CITY OF FORT WORTH, TEXAS FORT KWTH, 7EXAS 76111 817-687-0090 E—MAIL• cnolon6Nginc.ca R1RM REG F-493 RLG#1823.003 .9/11/18 yy 0 25 50 (FEET) ' \ \ 1 inch = 50 ft. \ / ' o _.. — PUBLIC STORM DRAIN PRI VA TE STORM DRAIN PROPOSED STORM CURB INLET C CONCRETE HEADWALL EXHIBIT B-1. 1 Slmw RAMOND L. GDOENGN aR,/NC. PARKWOOD h'Il l ADDI TION COYVSUL LING ENGINEERS 5601 BRIDGE STREET, SUITE 420 CITY OF FORT WORM, TEXAS FORT NORTH, TEXAS 76112 617-667-IX160 E-MAIL• cndnn0iginc.can 17RM REG' F-493 RLG,�1823.003 9111118 0 25 50 �0 / (FEET) Q� \ 1 inch = 50 ft. \ ol \ O / I / V� �y s LEGEW — PUBLIC STORM DRAIN PRI VA TE STORM DRAIN — PROPOSED STORM CURB INLET G� CONCRETE HEADWALL EXHIBIT 8-1.2 STORM RAWL. v AP.,INC. PARKWOOD HILL ADD177ON CAVSNSUL ANGG LWGENGINEERS 5601 BRIDGE S7REEL SUMV 420 CITY OF FORT WORTH, TEXAS FORT NORTH, TEXAS 75117 817-687-0°B° E—MAIL: cndon6Nginc.ccm f7RM REG. F-493 RLG#1823.003 9/11/18 0 50 100 y /' (FEET) 1 inch = 100 ft. / ,0 / / tEs�t� ti PROPOSED STREET LIGHT EXHIBIT C STRfFr LIGHTS RA MONCONS L. Goa NGI R,/NC. PARKWOOD HILL ADD177ON CONSUL ANG ENG/NEERS 01BRIDOESIREET S"i>£'20 CITY OF FORT WORTH, TEXAS FART NORM, 7EXAS 76112 617-667-0060 E—MAIL: cne7on6Ngincxa F7RM REG F-493 RLG#7823.003 8/28//8 COMPLETION AGREEMENT—LENDER FUNDED This Completion Agreement("Agreement)is made and entered into by and among the City of Fort Worth ("City"), and Parkw ,_TraiLLak,,Ventur , a Texas Limited Partnership ("Developer"), and veank("Lender"),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 11:393 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 18-087 or FS<Number>; and WHEREAS, the Developer and the City have entered into a Community Facilities Agreement relating to the development of Packwood Hill Addition("CFA"); 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 Revised 09.07.2017 JLE CFA Official Release Date:07.01.2015 Page 1 of 14 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 seven hundred eighty nine thousand, three hundred ninety seven dollars and sixty five cents Dollars ($789,397:65), 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 14 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 JLE CFA Official Release Date:07.01.2015 Page 3 of 14 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 ME CFA Official Release Date: 07.01.2015 Page 4 of 14 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 JLE CFA Official Release Date:07.01.2015 Page 5 of 14 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@fort�vorthtexas.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: Parkwood Trail Lot Venture, Ltd 8214 Westchester Dr. Dallas, TX 75225 Email: jarnold@skorburgcompany.com (iii) Notice to the Lender shall be addressed and delivered as follows: Veritex Community Bank 5049 W. Park Boulevard Plano, TX 75093 Email: agarbe@veritexbank.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 14 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 JLE CFA Official Release Date:07.01.2015 Page 7 of 14 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: Parkwood Trail Lot Venture, Ltd. Jesus J.chaoa(Feb 7—a—o� Torn old Jesus J. Chapa John Anno(d(Feb 22,2019) Assistant City Manager Name: Jona Arnold Title:Authorized Signer Date: Feb 28,2019 Feb 22,2019 Date: Approved as to Form and Legality: LENDER: Veritex Community Bank BGLIC>f-90 Ajt c/-IyG/? Richard A.McCracken(Feb 28,2019) Richard A. McCracken Assistant City Attorney Adam Garbe(Feb 25,20'.9) — Name: Adorn Garb ATTEST: . �CF�iI.�0" Title: �7�rniwi Vice President ©. Contract Compliance Manger Mary J. r(M ,2019) ••' By signing I acknowledge that I am the Mary J. Kayser )CP� person responsible for the monitoring and City Secretary �`""� administration of this contract, including ensuring all performance and reporting M&C: requirements. Date: e Scarlett Morales;Feb 28,2019) Janie S. Morales Development Manager City of Fort Worth,Texas Standard Completion Agreement—Lender-Funded Revised 09.07.2017 CFA Official Release Date:07.01.2015 Page 8 of 14 LFT. CIAL RECOEli SECRETARY WORTK John Arnold, 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 Parkwood Trail Lot Venture, Ltd. GUARANTOR Tohn.4Ynold By: John Arnold(Feb 22,2019) Name: John Arnold Title:Authorized Signer City of Fort Worth,Texas Standard Completion Agreement—Lender-Funded Revis ,17-U F-� CFA Official Release Date:07.01.2015 Page 9 of 14 OFFICIAL RECORD CITY SECRETAR`� FT: WORTH,7X i 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 ME CFA Official Release Date:07.01.2015 Page 10 of 14 ATTACHMENT"1" Changes to Standard Completion Agreement None City of Fort Worth,Texas Standard Completion Agreement—Lender-Funded Revised 09.07.2017 JLE CFA Official Release Date:07.01.2015 Page 11 of 14 EXHIBIT A BEING 11.393 acres of land situated in the PHILLIP GREEN SURVEY,ABSTRACT 566,Tarrant County, Texas and being a portion of that certain tract of land conveyed to Lumbermen's Investment Corporation by instrument recorded in Volume 12717,Page 1440 of the Deed Records of Tarrant County,Texas (DRTCT) and further described as follows: BEGINNING at a 5/8-inch iron rod with cap stamped "Survcon Inc." set for the southwesterly corner of said Lumberman's Tract and being on the easterly line of Parkwood Hill Boulevard (a 80-foot wide platted right-of-way); THENCE North 07 degrees 41 minutes 11 seconds East along said easterly right-of-way line, 1170.37 feet to a 1/2 -inch iron rod with cap found for the southwesterly corner of Lot 21, Block 21 of the Villages of Parkwood Estates, an addition to the City of Fort Worth according to Plat thereof recorded in Cabinet"A",Slide 6394 of the Plat Records of Tarrant County,Texas(DRTCT); THENCE South 82 degrees 18 minutes 49 seconds East along tae southerly line of said Block 1, 424.88 feet to a '/Z-inch iron rod with cap found for the southeasterly corner of Lot 5 of said Block 1 and being on the westerly line of the T&P and M.K.T. Railroa,l(a 100-foot wide right-of-way); THENCE South 07 degrees 41 minutes 11 seconds West along said westerly line, 963.12 feet to a 5/8-inch iron rod with cap stamped"Survcon Inc." set; THENCE North 82 degrees 18 minutes 49 seconds West, 50.00 reet to a 5/8-inch iron rod with cap stamped Survcon Inc."set; THENCE South 07 degrees 41 minutes 11 seconds West,20.00 feet to a 5/8-inch iron rod with cap stamped"Survcon Inc."set; THENCE South 82 degrees 18 minutes 49 seconds East, 50.0 feet to said westerly line of the railroad; THENCE South 07 degrees 41 minutes 11 seconds West along said westerly line, 187.25 feet to a 'h-inch iron rod found for the southeasterly corner of the afores�Ad Lumbermen's Tract and being the northeasterly corner of Lot 1, block 1 of the Basswood Cor imercial Addition, an addition to the City of Fort Worth according to the Plat thereof recorded in Cabinet"A:, Slide 5829,PRTCT; 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 14 THENCE North 82 degrees 18 minutes 49 seconds West along the southerly line of said Lumbermen's Tract and the northerly line of said Lot 1, 424.88 feet to the POINT OF BEGINNING and CONTAINING a computed area of 11.393 acres of land. City of Fort Worth,Texas Standard Completion Agreement—Lender-Funded Revised 09.07.2017 JLE CFA Official Release Date:07.01.2015 Page 13 of 14 EXHIBIT B APPROVED BUDGET Section I Water $'l.09;129:54 Sewer $249,630.70 Subtotal $358,760.24 Section II Interior Streets $281,815.50 Storm Drains $134,149.75 Subtotal $415,965.25, Section III Street Lights x$14,672.20 Sub-total $14,672.20 TOTAL $789,397.65 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 14