Loading...
HomeMy WebLinkAboutContract 52010 Received Date: 03/11/2019 Received Time: 9:18 AM Developer and Project Information Cover Sheet: Developer Company Name: Quail Valley Devco H,LLC Address, State,Zip Code: 8401 N. Central Expressway, Suite 350,Dallas,TX 75225 Phone&Email: 214-292-3427,truggeri(a)xepublicpropertygroup.com Authorized Signatory,Title: Tony Ruggeri,CO-CEO Project Name: Walsh Ranch Quail Valley Planning Area 2—Section B Brief Description: Water, Sewer,Paving, Storm Drain, Street Lights Project Location: 13897 Walsh Ave Plat Case Number: FP-18-080 Pl�Name: Walsh Ranch—Quail Valley Mapsco: Council District: 3 CFA Number: CFA18-0120 City Project Number: 101672 City of Fort Worth,Texas Standard Community Facilities Agreement-Walsh Ranch Quail Valley Planning Area 2—Section 13FOFFICIALECORD'CFA Official Release Date:02.20.2017Page 1 of 11 ETARYH,,TX STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § Cit} Secretary COUNTY OF TARRANT § Contract No. 52010 WHEREAS,Quail Valley Devco II,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 Walsh Ranch Quail Valley Planning Area 2 — Section B ("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 acid obligations hereunder and to cause all contractors hired by Developer to comply with 1.r e Policy in connection with the work performed by said contractors. B. Developer shall provide financial security in conformance with paragraph 6, Section 1I, of the Policy and recognizes that there shall be no reduction M the collateral until the Project has been completed and the City has officially accepted the Improvements. Developer further acknowledges that said acceptance process requir�s the Developer's contractor(s) City of Fort Worth,Texas Standard Community Facilities Agreement-Walsh Ranch Quail Valley Planning Area 2—Section B CFA Official Release Date:02.20.2017 Page 2 of 11 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):N,Paving(B) 0, 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 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-Walsh Ranch Quail Valley Planning Area 2—Section B 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-Walsh Ranch Quail Valley Planning Area 2—Section B 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 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-Walsh Ranch Quail Valley Planning Area 2—Section B CFA Official Release Date: 02.20.2017 Page 5of11 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 financia.l 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-Walsh Ranch Quail Valley Plannin�Area 2—Section B 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 1-9 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-Walsh Ranch Quail Valley Planning Area 2—Section B CFA Official Release Date:02.20.2017 Page 7 of 11 Cost Summary Sheet Project Name: Walsh Ranch Quail Valley Planning Area 2—Section B CFA No.: CFA18-0120 CityProject No.: 101672 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 $ 2,299,632,25 2.Sewer Construction $ 1,967,81200 Water and Sewer Construction Total $ 4,267,444 25 B. TPW Construction 1.Street $ 4,961,216,00 2.Storm Drain $ 1,912,097,00 3.Street Lights Installed by Developer $ 1,344,232.50 4. Signals $ TPW Construction Cost Total $ 8,217,545.50 Total Construction Cost(excluding the fees): $ 12,484,989.75 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 85,348,89 D. Water/Sewer Material Testing Fee(2%) $ 85,348.89 Sub-Total for Water Construction Fees $ 170,697.78 E. TPW Inspection Fee(4%) $ 274,932.52 F. TPW Material Testing(2%) $ 137,466.26 G. Street Light Inspsection Cost $ 53,769.30 H. Signals Inspection Cost $ H. Street Signs Installation Cost $ Sub-Total for TPW Construction Fees $ 466,168.08 Total Construction Fees: $ 636,865,86 Choice Financial Guarantee Options,choose one Amount ane Bond=100% $ 12,484,989.75 Completion Agreement=100%/Holds Plat $ 12,484,989.75 x Cash Escrow Water/Sanitary Sewer—125% $ 5,334,305.31 Cash Escrow Paving/Storm Drain=125% $ 10,271,931.88 Letter of Credit=125%w/2yr expiration period $ 15,606,237.19 City of Fort Worth,Texas Standard Community Facilities Agreement-Walsh Ranch Quail Valley Planning Area 2—Section B 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 Quail Valley Devco II,LLC Jesus J.Chapa(Mar 7, 19) Jesus J. Chapa Assistant City Manager Date: Mar 7,2019 Tony Ruggeri( 2019) Name: Tony Ruggeri Recommended by: Title: CO-CEO Date: Mar 6,2019 Evelyn Robeits(Mar 6,2019) 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 U4Gf'!�l/>� A^ requirements. � i �/GL�GIG�IG� Richard A.McCracken(Mar 7.2419) Richard A. McCracken Janie 5carle1-f Morales Janie Scarlett Morales(Mar 6,2019) Assistant City Attorney M&C No. N/A Name: Janie Morales Date: Title: Development Manager Form 1295: N/A �O ®X ORT ATTEST: a ; 4L _• Mary J. r(Ma ,2019) Mary J. Kayser/Ronald Gonzales •'''c- City Secretary/Assistant City Secretary City of Fort Worth,Texas Standard Community Facilities Agreement-Walsh Ranch Quail Valley Planning Area 2—Section B [OFFICIAL RECORV-CFA Official Release Date:02.20.2017Page 9 of 11 ECRETAR`ORTH,T 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-Walsh Ranch Quail Valley Plannin Area 2—Section B CFA Official Release Date:02.20.2017 Page 10 of 11 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 10167? None. City of Fort Worth,Texas Standard Community Facilities Agreement-Walsh Ranch Quail Valley Planning Area 2—Section B CFA Official Release Date:02.20.2017 Page 11 of 11 DD 42 43 DAP-BID PROPOSAL Page 1 of 6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Walsh Ranch-Quail Valley: Planning Area 2B CPN: 101672 UNIT PRICE BID Bidder's Application Project Item Information Biddees Proposal Bidlist Item Description Unit of Specification Bid Unit Price Bid Value No. Measure Section No. Quantity UNIT 1:WATER IMPROVEMENT 1-1 -024111118 4"-12"Pressure Plug -_ _ FA - 0241 14 _ 16 _5850.00 -_$13,600.00 _1-2_ 3311.0001 Ductile Iron Water Fittings w/Restraint _ _ TON 33 11 11 21.0 -34,080.00 _r$84 PP 1-3 -3311.0061 4"PVC Water Pipe -- - LF - - 3411 12 __ 271 -$30.00 _ -_88,134.00 1-4 3311.0261 8"PVC Water Pipe -_ _ _ LF 3311 12 F 17,946 _ - $34.00 $610,164.00 1-5_ 3311.0264 8"PVC Water Pipe.CLSM Backfill -- LF 33 11_12 676 --$44.00- $29,744,00 1-6 9999.0001 8"Fusible PVC Water Pipe - _ - LF - 000000 7,250 - $50.00 `_5362,500.00 -1-7- 9999.0002 8"Fusible P_VC Water Pipe CLSM_Backfiil LF - 000000 133 r $60.00 _ $7,980,00 1-8 3311.04_61 12"PVC Water Pipe_ - _-- ^_LF 3311 12 - 4,64.3 y- T$46,00 _$213,578.00_ 1-9 3311.0_467_12"PVC_Water Pipe,CLSM Bedtfill _ LF _ 33 11 12 ^ _ 124 __ $56.00 w1-10 9999.0003 12"Fusible PVC_Water Pipe _ _ LF _ 00 00 00378;00 _$109,356.00 1-11-3305.2004 12"Water Cartier LF 330524 _100 ~ _-$96.00 $9 600.00 1:1i 3305.1104_24"Casing By Other Than Open Cut- - LF-_ _ 33 05 22 _ 1.00 ~__,$370,00_ $37000,00, 1-13-3305.0116_Concrete Encasement for Utility Pipes _ CY _ 330510 _80 __ $150.00_ $12.000.00 3312.0001 Fire Hydrant-- M -EA - 33 12 40 -_37 -$4,200.00 _�165 400.00, 1-15 3312.20_03 1"Water Service FA• 33 12 10 460 _ $950.00,• -$437,000.00 1-16 3312.3002 6"Gate Valve - EA _33 12_20 _1 ___S1,050.00 ,i,_i7 3312.3003 8"Gate Valve -_ _ -EA _33 12 20 -105 - _$1,150.04- $120,750,00 1-18 3312.3005 12"Gat_e_Valve _ EA _33_12 20_ 31 $2,200.00 $68,200.00 1-19 3305.0109 Trench Safety LF 33 05 10 32_,545 r $0.25 _T _$8,136.25 1-20-3312.4114 16"x12"Tapping Sleeve - _EA- 33 12 25+ - 1 $4,500,x4 _ $4,500;00 1-21 11-22 _ -29 1-_25 26 _ -27. .1 =28 - _ 1 -29 - 1-31 - 1-'i2 1-33 1735 _ -_ - - - - - -- 1-37 - .- - - 1- - ---- - ------ -_- �_ - 38 1-39- -- _1-40_ 1-41 1-42 i-43 _1-44 1-45 TER IM V T $2,299,632.25 CITY OF FORT WORTH STANDARD CONSTRUCI1014 SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS WALSH RANCH-QUAIL VALLEY-PA211 Penn Va stan S*Wn*er 1,2015 HZ PROTECT 8303061.26 12/21(1018 00 42 43 DAP-BID PROPOSAL Paye 2 d6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Walsh Ranch-Quail Valley: Planning Area 2B CPN: 101672 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidiist item Unit of Spocification Bid No. DtO° Measure Section No. Quantity Unit Price Bid Value UNIT fl:SANITARY 81 -EMENTS 2-1 3331.4115 8"Sewer Pipe _ y _ _ - - LF _ 33 31 20 22,038 $38.00 $837,444,00 2-2~ 3331.4116_8"Sewer Pipe,CSS Backfill _ _ __ LF -33 3120 _.1,300 $48.00 _ $62,400.00 2-3 3331.4201 10"Sewer Pipe� M _ ~_LF _ 333120� _ _294 $48.00^ $14,112.00 2-4 3331.4202 10"Sewer Pipe,CSS Backfill_ _LF 3331 20 y 20 _ $58.00 _ $1,160.00 2-5 3339.1001 4'Manhole _ _ - - J'3-3 9 10,33 - - r i-_ _ 3920 _ 143 _ $3,600.00 $51_4,800.00 2-6 3339.1002 4'Drop Manhole EA 3339 10,33 - - - - , 3920 _ 6 - $5,200.00 $31,200.0_0 2-7-3339.1003 4'Extra Depth Manhole _ VF 33 39 10,33 _____ - 39-Z0 11_9 $175.00 $20,825.00 2-8 3339.1004 4'Shahow MH EA 33 9s 10,33 _ _. _ _ _4' _Ma_ __ _ 3920 _ 4 _AIL 2-9 9999.0035 Drop nhole Over Fit Line _ - EA _.000000 2 56,20000 -$12,400,00 2-10 9999.0033 Adiust Ex.Manhole to Grade EA 000000 8 _ $500.00 -2-11 9_999.0034 Conned to Ex.Manhole-� _ _ _ EA 00 00 00 $3 ooaoa_ _ s9_,000.00 -_2-12 -3339.0003 WW Access Chamber _ _ _ -_ _EA- 33 39 40 12 $1,500.00 _518,000.00 2-13 -3339.0001 Epoxy Manhole Liner_ VF - 33 39 60 183 r $205.00 _ $3,7}515.00 2-i4 3305.0116 Concrete Encasement for lNlity Pipes CY 33 05 10 100 $150.00_ -515,000.00 _._•.__ _._._._._...... __.-- _ .__-_ .. 2-15 3331.3101 4"Sewer Service EA 3331 50 _ 446 $650.00 __$289,900A0 - 2-16 3305.0109 Trench Safety., i !_LF 330510_ 23,652 r_ 51.00 $23,652.00 �2-17-33_01.0002 Post-CCN Inspection _ _LF _ 33 0131 23,652 Y__ $2.00 _;A_7,304.00 2- 8 3301.0101 Manhole Vacuum Testing _ F�1 2-19 33 01 30- 163 $100.00 �$16,300.00 ._... - _ .._ __. _ T 2-21 _2:-22- 2-23 222-23 -_ 2-25 2-26 2-27' - -- -2-31 2-33 - 2-34 r2-35 2-36 2-37 - - �2-38 2-39 2-40 _ 2-41 2-42 TOTAL UNIT 11:SANITARY SEWER IMPROVEME $1,967,812.04 CrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROTEr.'r8 WALL RANCH-QUAM VAII.BY-PA211 Foam Venim Sapwwbw 1.1015 HZPROIECT R303O6116 00 42 43 DAP•BIDPROPOSAL Page 3 of 6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Walsh Ranch-Quail Valley:_ Planning Area 213 CPN: 101672 UNIT PRICE BID ^ Bidder's Application Project Item Information Bidders Proposal BidlistItem Unit of I Specification Bid No. Description Measure Section No. Quantity Unit Price Bid Value U IT I P OVEMENS _ 3-1 _ 9999.003815"RCP,Class IV LF 3341 10 _ 100 $45.00 _ $4,500.00 3- _ 2 3341.0201 21"RC_P,Class III LF� 33 41 10 2,430 ___ $50.00 $121,600.00 3 --3 3341.0205 24"R_CP,Class III LF_ 3341 10 __ 6,882��_-$56.00_ _$378x510.00 3:-4- 3341.0208 27"RCP,_Cla_ss 111 LF _33_41 10 _15324_ $60.00 $79,440.00 3-5 3341.0302 30"RCP,Class III - LF 33 41 10 _ 1,085 - $70,00 _$75,950.00 _ .--6- _ . _ . _. 3-6 3341.0309 36"RCP,Class III _ LF _ 33 41_10_} _ 1,370 $95.00 $130,150.00 3--7 33 2"R _41.0402 4CP,-Class 11l-_ __ ___ _ _LF _ 33 41 10 _ 761 $115,00_u_587,515.00 3-8 3341.0409 48"RCP,Class III - _LF 3341 10 y693 __$145,00 _$100,485.00 _3-i- 33416410 48"RC_P,Class IV _ -- - _ _ _ LF _ 3441 10 196 - _$215.00__ _$42,140.00 3-10 3341.0502 54"R_CP,Class III _ _ -LF 33 41_10 _ 76 __$188.00 _514,060:00 3-11 3341.1102 4x3 Box Culvert _ - _ -LF 3341 10� _365,-_ $175.00 _ _$63,875.00 , _ -. _ _ ...: 3-12 3341.1201-5x3 Box Culvert_ _ _ _ _ LF_ 3341 10 y - 50 $195.00 _ _ $9,750.00 3349.0001 4'Storm Junction Box �_ _ _ -__ EA 33 49 10 _ 29 $5,500 i00 -$159,500.00 3-14 3349.0002 5'Storm_Junction Box_ _ _ _ EA _ 334910 7 $6,500.00_ 545,500.00 -3-15 9999.0017 6'Storm Junction Box w/Diversion Plate+ _ EA_.. -00 00 00 + _ !1 _$8,000.00 _$8,000AO 3.494 _- ✓ _ 3333 _ _ __ _ _._ � . 3433 -i---1 6 3349.4102 15"SET,1 pipe _ _ _-_._ _ _33 49 40 _ .2 .-$2,000 pq __$4,01)0;00 3-17 3349.3002 21"Straight Headwall,1 pipe _ _ EA_ 33 49 40_ _ _ 1 _ $2525U.00 _$2,250,00 3-18 -3349.3003 24"Straight Headwall,1 pipe _ EA _33 49 40_ 3_ _$2,500.00 _87,500.00. 3-19 33_49.3004 27"Straight Headwall,1 pipe _ EA 33 49 40 _- -1 $34000A0 _ 53,000,00 :F-20 3349.3007 36"Straight Headwall,1 pipe w EA 33 49Z6 _ 3 $4,000.00 _ $12,000.00 _._ 4333 _ _. -- _ - --3344_ 3_:21 3349.1009 42"Flared Headwall,1 pipe �_ EA _33_4940_ _ 1 _ _$8,000.00 __$5,000.00 3-22 3349.3012 54"Straight Headwall,1 pipe_ _ EA 33 49 40 _ __ _1 _ $6,000.00 _ $6,000.00 3-23 9999.0018 4x3 Straight Headwall,1 Box - EA 000000 - _ 1 -$6,500.00 __ 86,500,00 -3-24 9999.0019.4x3_Parallel Headwall,1 Box - - �EA _ 000000 __2 +__$7,500.00 _ $16,000.00 3-25 9999.0019 5x3 Parallel Headwall,1 Box EA 1 0000 - 2 $9,500.00 __,$19,000.00 3-26 9999.0036 4x3 Parallel Headwall,2 Box - _ EA 00 00 00 2 _ $14,500,00- 529,000.00 3333_- . ,r _ - -343.3.__-- _ 4003 _._ _ __. _ 3-27_ 3349.5001 1CF-Cu rb Inlet-__ _ __ _ _ _ EA _ 334920 78 $3,000.00 _ $234,000.10 3-28 3349_5002 15 Curb Inlet _ ____ _EA 334920 13 $4000.00 __ _$52,000.00 3-29 3137.0102 Larqe Stone Riprap d _ __ _ SY 31 37 00 150 _ $95.00 _$14,25000 3137.0104 Medium Stone Riprap,dry __ ___ SY -31 37 00� -15. 1.000 _ -$75;00 4$75 000.00 -3 3 1 3305.0109 Trench Safety_- - ___ LF _ -_ 33 05 10 - _ 15,282 _31.00 _ 815 282.00 3:i3 9.0005 Factory Storm Wye Connection- _ E4 06'66'00 __ 45 -_$300,00 $13,500.00 3-34 8999.0006 4'Storm Junction Box w/36"x36"Grate Inlet EA 00 00 00 3-35 9998.0024 Modification to Existing Detention Structure LS 00 00 00 - 1 $40.000.00 ,_$40,000.00 3-36 9999.0037 11'C_on_crete Flume _ __ -LF 31 37 00 132 -_ _$95.00 _ $125540.00 3-37 9999.0031 VMAX 350 Permanent TRM_ _ SF. 000000.y� _ 400 3333 $1.00 -� -$400.00 3-38 -- - - 3-39 3-40 3-43 3-44 3-45 3- 4-6 TOTAL UNIT III:DRAINAGIMPR VEMENT $1,812,097.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS•DEVELOPER AWARDED PROJECTS WALSH RANCH-QUAIL VALLEY-PA2B Form Veaion September 1.2015 HZ PROJECT R303061.26 l2/21/2r t 004243 DAP-BID PROPOSAL Pepe 4 or6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Walsh Ranch-Quail Valley: Planning Area 2B CPN: 101672 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Unit of Specification Bid Unit Price Bid Value No. Measure Section No, Quantity UNIT IV:PAVI 1"00 _4-1 3213.0101 6"Conc Pvmt SY_ 321313_ __ _96,114 $3450 _$3L315,933.00 4-2 3211.0501_6"Lime Treatment Y SY _ _ _32 11 2_9 _104,722_- $3,00 Y$314,166.00 4-3 _ 3211.0400 Hydrated Lime(6"Pave 90 32 Ibs/sy) TN_ 32 11 29_ _1,675,6 __ _$175.00 __$293,230.00 47--4 3213.0103 8"Conc PVmtr - _. SY _ 32 13 13 8,299 -$42.00 -$348,558.00 4-5 - 3211.0502 8"Lime Treatment _ -Si, 32 11 29 - 9,384___ __$3.50 $32,844.00 4-6_ 3211.0400 Hydrated Lime(8"Pave(R 42 Ibs/sy)_ TN_ -32 11 29 197.0 $17_5.00 $34,475.00 4-7 9999.0007 6"Conc Pvmt Unreiniorce_d _ SY _0_0 00 00_ 1,934 _ _ $30 00 $58,020.00 4:1F 3213.0302 5"Conc Sid_e_walk _ _ -SF- 32 13 20 24,918 __ _54.40 _ _$99,672.04 _ 4-9- 9999.0008 Type'A_'FreBarrier Free Ramp .- _ - EA 00006,0- _ 59 $1,400.00 $821600;00 4-10 3213.0_504 Barrier e Rampl Type EA _32 13 20- --20 _$1,200_00 _ �24,OOO q -4-11 -3213.0506 Barrier Free Ramp,TypeP-1 -EA- -321320 _-51 _ $1,200-00 __$61,200.00 _4-12 9999.0009 Type III Barricade Removal _- _E_A_ _ -00 00 00 7 $200.00 _ $1,400.00 4-13 -9999.0010 Type III Barricade _ - - - EA 00 00 00 6 _$800,00 _$4 800.00 7-iz9999.0011 Street Header _ _ _ LF 000000 00 174 r _ b20.00 _. _ ... _ r -_ _ _ _ _. _ 415 3217.0001 4"SLD Pvmt Marking HAS(W) LF 32 17 23 _ 216 _ _ .$2.00 _$432.00 4-16 -3217.0501 24"SLD Pvmt Marking HAE(W) „_ LF _ 321723 _ 86 _.$20.00 __$1,720.00 um 9999 0012 Fish/lnstill 1Nalsli Ranch Style Sign Post' 4-17 EA 000000 &Foundati,on w/Regulatory Sign_ Y 13 _51,00_OAo- $13,000.00 4-18 9999 0013 Fumish/Install Walsh Ranch Style Sign Post 000000 _ Foundation w/RequlatorV Sign&Name~Blades „_ _ -45 $1,500.00_ -$671500.00 Walsh 9999.0014 Furnishllnstall h Ranch Style Light 4-19 EA 000000 Pole Mount for,Requlator,y Sign_ __. __ _18 $1,500.00 �527R000.00 9999.0015 Fumish%Install Walsh Ranch Style Light 4-20 EA 00 00 00 Pole_Mount forNameBlades_ 30 $1 200.00_ $36,000.00 9999.0016 Curb Paed Red with 4"White Letters"No - _ 4-21 LF 00 00 00 Parkinq"�___ _ _3,521 , $4.00 $14,084.00 9999.0032 Grasspave Vehicular Access _SF_' _ 00 00 00 -10,552 __$7.25 �-$761502.00 _9999.0024 Schedule-200--4"Sieeve __ - LF 00 00 00 _ 2,300 _$22.00 -$50.fi00,00 4-24 4-25 - --- - - ---- _4-27 __- _458 4-30 4-31 4-32 4-33 4-34 4-35 4- 36 4--37 -- --- ----- - _ -_ . 4-39 �4-470- 4- 4-42 _ 4-43 TOTAL UNIT IV:PAVING IMPROVEMENTS- $4,961,216.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIRCAnON DOCUMENTS-DEVELOPER AWARDED PROJECTS WAISH RANCH-QUAIL VALLEY-PA2B Form V wim Sgeen*w 1,2015 HZ PROJECT R303061.26 12121/2018 00 42 43 DAP-BID PROPOSAL Paye S o(6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Walsh Ranch-Quail Valley: Planning Area 2B CPN: 101672 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Unit of Specification Bid No. Description Measure Section No. Quantity Unit Prig Bid Value UNIT :STREET LIGHTnING IMPROVEMENT 5-1 999 .0020 Fumish/install Walshan treat EA 00 00 00 tigf ,PQle LEQ,FJcture• ., _,,, .__. , 7 $8,800.00 $61t 600.00 9999.0021 Fumishllnstail Walsh Ranch,14„t1_,.Street,_ 5-2 EA 1 00 00 ^_ -~ ____ Light P01e 8 LED Fixture_ __ _ _ _ _ _ _ 172-.$44000.00 _$688,000.00 _ 5-3 5441.3301 Rdwy Illum Foundation TY 1,2,and 4_� `EA- 34 41 20 7 _$1 200 00 ^X8,400,00 4. -5:T'-3441.1733 R Ilium Foundation TY 11_ _ _ _E_A_ _ -'i-4'4-120- 172 $14000.00 - 172,000.00 - 5-5 3441.3404 2-2-2-4 Quad lex Alum Elec Conductor - LF 34_41_20 26,795_ $3.50 _ $93,782.50 5-6 2605.3015 2"CONDT PVC SCH 80(n _ LF ^26 05 33 26,795 _ S10A0- $267,950,00 5_7_ 3441.1501 Ground•Box Type B. , _ _ ___,_ EA_ 34 41.1 Q_,__ _ ._20 3441.1771 rdm- /install 120-240 Volt Single Phase 5-8 EA 34 41 20 Metered Pedestal• _•� _ __ _5 _$7,500 00 537,500.00 5-10 — - 5.11 5-13 y 5-14 •5.15 _ •-- -- -5-16- ---• - - .5-18� 5-19_ 5-20 _5_21 - 5-22 _ 5-23- 5-24- 5-25_ 5-26 5-27 �� -_- �• r _ 5-28 5-30 _5-31 5-32 5-33 5-34 5-35� 5-36 _ 5-37 5-38 _5-39 5-40 _5-41 _ 5-43 - 5-44 TOTAL UNIT V:STREET LIGHTING IMPROVEMEN19 $1,344,232.50 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUbfEM-DEVELOPER AWARDED PROJECTS W ALSH RANCH-QUAIL VALLEY-PAZB Fone Venim Sgtamba 1,2013 HZ PROJECT 8.303061.26 12/21/2018 004243 DAP-BID PROPOSAL hR6of6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Walsh Ranch-Quail Valley: Planning Area 28 CPN: 101472 UNIT PRICE BID Bidder's Application Project Item Information Biddees Proposal Bidlist Item Unit of Specification Bid No Description Measure Section No. Quantity ::i-tBid Value Bid Summary UNIT I:WATER IMPROVEMENTS $2,299,632.25 UNIT If:SANITARY SEWER IMPROVEMENTS $1,967,812.00 UNIT III:DRAINAGE IMPROVEMENTS _ $1,912,097.00 UNIT IV:PAVING IMPROVEMENTS $4,961,216.00 UNIT V.STREET LIGHTING IMPROVEMENTS $1,344,232.50 Bid Total $12,484,989.751 Contmetor agrees to complete WORK for FINAL 240 calendar days after the date when the CONTRACT commences to ran as provided in the General Conditions. Title: Brock Huggins-President Company: Conatser Construction TX,L.P. Address: 5327 Wichita St,Fort Worth,TX 76119 Signature: ,010 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS W ALSH RANCH-QUAIL VALLEY-PA2B Fort Venion September I,2015 HZ PROJECT R303061.26 1,PW WEATMERFORD Rai _:......: .....:.r I I PROJECT � LOCATION I � En I � I . I w U � m U r 3 O E- J � \\ KfEFSM HOMY 21 o �\ - \ _ l =amu \ z � w - EL \` \ a 2 U a CPN: 101672 NORTH 3 MAPSCO NO: 761G rN N �O O n 0 1000 2000 4000 r SCALE: 1 " = 2000' DEVELOPER: `• COVER SHEET N QUAIL VALLEY DEVCO 11,LLC CD 8401 NORTH CENTRAL EXPRESSWAY,SUITE 350 WALSH RANCH -QUAIL VALLEY DALLAS,TX 75225 Pq _ TON g ENGINEER: 3 HUITT-ZOLLARS, INC. j jkxk[ M work 0 500 W. 7TH STREET,SUITE 300 Gua We*7%eksot &AN WO m FORT WORTH,TX 76102 January 3,2019 was CONNECTION EX. 16" OLD WEATHERFORD ROAD TO EX. 16" • 3a-Poy W34 WL X-23177 0 _ o^ -5 3a _ �. 26 '1RNDD'IO' D ROAD �. 5 Pf5' 5 13 12 1 ,a d 4 p 2W ib 11 O 3 S 0 3 10 7 13 • 5 �jA 9 8 2 16 2 »_• 8 b 75 id i'PV qq�� 5 T lU ib 1 �` 16 73 it 19 6 p 12 8 Q 5 18 9 3 4 19 21-POS' i6 i - 0 1E ® DR• 3 26 d u u OO G / Q I U 0 4 I m PASCO L, ( I-, 13O 1� Q aL 7 6 5 I -w-.� z n Dg, 1 WESTSIDE IV % J 1 o E e0 O WESTSIDE V E � 'U' 14 15O 22 m n - Qp1' • 23 STRgICT I ' 15 1s 77 I WALSH X 12 Q RANCH z x - WALSH RANCH ` =F`p' QUAIL VALLEY N lal 6 31-PCS' _ / n QUAIL VALLEY-PA2 SEGTIONA PAI PHASE 1 cc © (BY SEPARATE CFA) 18 5 (D 9 d d0 tU 20 is AY > z2 LO L) 3 23 �� 15 , M14 O 4 rn '42-SIC u � _ s 9AUY ARD �S x PA22 CTIONA App, 5 4 17 1� 78 13 r/IV PO 0 LEGEND SHEET 2 PRESSURE PLANE/SERVICE BOUNDARY o w PROPOSED WATER LINES NOTE.• i — —W— — EXISTING WATER LINES ALL PROPOSED WATER LINES ARE 8" PA2 SECTION A WATER LINES UNLESS OTHERWISE NOTED. m NORTH EXHIBIT A -WATER WALSH RANCH - QUAIL VALLEY eq PA2 -SECTION B o3 SCALE: 1" = 300 �. o ' Hut"O M W Fort Worth m 0 150 300 600 Worth,Ts 76M2-4728 January 3,2019 p�MM�-0ppp �(8M W5-IM SHEET 1 23 2-'3EC'r'ON, 4 k, 11 IS111*11�1 17 .1 17l PA 19 x P,42 ECr'ON QU Al VALLEY-PA2 SECTION A) y 2� (BY SEPARATE CFA) Is 7 x (D 44 4E EX-12" IY� 46 1-10,� AV j cr w TSIOE IV "'CSrSIDE -Pcj- w x p0s, �4 16 -po G) CA-7) of11 23 !2 AU 13 19 20 A GD 21 24 3 19 3 6 O A6 O 4 Qitl 13 10 co 0- 1, w 14 I,, A 14 4 AHz 12 V) Ld 6 LAJ 0 4 17 Z L11 28 L11 CK) 31 32 33 w < IL AE 11 4,iU SO 34 IS 36 AF < AQ 0- 12 45 13 L) 14 4 41 4 1 16 CK) nEO 0 LEGEND 0 SHEET 3 Of PRESSURE PLANE/SERVICE BOUNDARY w PROPOSED WATER LINES NOTE: —W— EXISTING WATER LINES ALL PROPOSED WATER LINES ARE 8" w PA2 SECTION A WATER LINES UNLESS OTHERWISE NOTED co NORTH EXHIBIT A -WATER WALSH RANCH -QUAIL VALLEY 0 N 11 K PA2 -SECTION B 0 0 3: HU 0 SCALE: 1 300' re hno. Fort Worth o 5M West 7th Sh Bulbs 300 F- 0 150 300 600 Fort Worth Tom 76=-4728 m January3,2019 11.1yv- Phow(SM335-3DOO Fax M MS-IMMS SHEET 2 e� \ PO 12 \ o -- CONNECTION TO +d ,8 zp " EX. 12" WS4 WL 21 24 ` X-23599 W y O 8 29y/r y y 12 7 4` N y / b 3( 11-FOC' 10 ,3 AM W 5 O 12 1437 38 / 1 9 21 .a 21 7J.a0S $ 31 47 32 - e) c 0 3p �'•• 33 3435 AA Ax 38 ®5 45 A° 45 , 44 m y Ax a � ` 4 41 40 / u 5 6 1 5 8 3 AK L. C7 LONG,gpUR D)UM \ ' p FOS' OD N AM d / ' J la1 AM J AN TBEODOEA U / Z C7 w 0 0 0 / z z w w d d U N J 3 n LEGEIND -- PRESSURE PLANE/SERVICE BOUNDARY o w PROPOSED WATER LINES NOTE. — —w— — EXIS77NG WATER LINES ALL PROPOSED WATER LINES ARE 8" PA2 SECTION A WATER LINES UNLESS OTHERWISE NOTED. o_ NORTH EXHIBIT A -WATER WALSH RANCH -QUAIL VALLEY Ar N1, PA2 -SECTION B o SCALE: 1° = 300' Fart Worth 0 5D0 West 71h Street, 81le 300 0 150 300 Uj 600 January 3,2019 Fort W�Tom 78102-4728 rY Phone(817)335-3D00 Fax(817)3S-1026 OLD WMTHERFORD ROAD til M � M 3 p0�l CONNECTION TO P42–SECTION Ar o CONNECTION TO m37 13 STUB–OUT EX. 12' SS WLNDRVGROA P CPN. 100454 5 CT. BA CD ROCK CEDAR LANE 7 I_P6 -7 17 v CONNECTION TO PA2–SECTION A o R. .1 (CPN.-10 154 7) CD G 1� STUB–OUT V) V) 5 m 1 4 "A 14 Q 3 U G) 7 PASCO PL 14 m 4 c) 2 LOD (D V) Ld .1 cn 23 WALSH 0 RANCH z QUAIL VALLEY 27 wWAL6H KA GH PAlPHASE 1 w0 QUAIL VALLEY-PA2 SECTION A IL10 (BY SEPARATE CFL, 19 < 1 21 CD A' > 0 a: jap'd,Z6 0 V) 17 K 23 -SECTIONS 7 c� 66mm mok 0 SHEET 2 V) 0 LEGEND as PROPOSED SEWER LINES NOTE. ly a- _ss— EXISTING SEWER LINES ALL PROPOSED SANITARY SEWER LINES ss PA2 SECTION A SEWER LINES ARE 8" UNLESS OTHERWISE NOTED. 0) EXHIBIT Al -WASTEWATER NORTH WALSH RANCH -QUAIL VALLEY "I 04 PA2 K SECTION B ,3 o 0 0 SCALE- 1 300' i nk kn Fort 500 Wed 7th Skm% SUN*300 6 1 k 36o 66o Fort Wortl%Tom 76102-4M M January3,2019 _wJ __ Phorw(817)336-OOW Fax MV)M5-=5 SHEET 1 Az' 7 PA2......ONA 21113, PA2 SECTION 4 WALS NCH y QUAIL VALLEY-PA2 SECTION A (BY SEPARATE CFA) 0 (D 2 y 44 46 j, 1-POs 4 1L t 21 AA G) x GD 28 21,,P�5' 32 16 10 NAU j Oxi2 Q < EL 8 L 21 20 l'os Ae m 6 L) CA-D-)'J 16 1L 7 CK) 8 L) 4 Z15 u) Ld ?4 Z 3 Ld 31 Ld cT) .6 CL CT) 1 AQ 44 4 41v 1a , AH 41 4' °3, [CONNECTION TO EX. 15" SS CPN.' 01719 NJ LEGEND SHEET 3 o PROPOSED SEWER LINES NOTE. EXISTING SEWER LINES ALL PROPOSED SANITARY SEWER LINES ss PA2 SECTION A SEWER LINES ARE 8" UNLESS OTHERWISE NOTED. EXHIBIT Al -WASTEWATER NORTH WALSH RANCH -QUAIL VALLEY PA2 SECTION B 0 SCALE: 1 300' Hult[-Zakra,kn Fort Worth 500 Wed 7th Sb"% SLAB 3DO Fort Worth,Texm 7O 2-4728 m 6 16o 300 600 January 3,2019 _w_J _ Phorw(BM335-MM Fu(817)035-M5 SHEET 2 N119 � i R C14 .3 rA—H I LLJ 3' lb 2_ 3 28 314 AH 4 29 31 33 43 EO EO .8 ry 17 AH AL AP 8 AK IGSPLW co AM P S. Al EX. 0 v) CONNECTION TO 0 EX. 15" SS z CPN. 01719 Uj Ld cc EL v) N O C) n LEGEND o PROPOSED SEWER LINES NOTE. cc a- _ss— EXIS77NG SEWER LINES ALL PROPOSED SANITARY SEWER LINES ss— PA2 SECTION A SEWER LINES ARE 8" UNLESS OTHERWISE NOTED. EXHIBIT Al -WASTEWATER ,4 NORTH WALSH RANCH - QUAIL VALLEY 04 PA2 -SECTION B o o SCALE: 1 300' Huitt-Zollank kr- Fort Worth o50 Wed 71h Bkwt BUD&300 �v Fort Wortk T�76V2-4728 0 150 300 600 January 3,2019 - Phorm(M 335-3= Fax(OM 335-V=25 3posl M37 35 N 34 3 32 31 nz ------- ---- -------!!n R 5 Q 13 25 4 7 4 c—E)3 8 Fm) 3 7 1.3 2 BA 72 0 D - ----------------- 4 5 21 ROM CEW LAM 20 7 1's 1-P& 19 COD c- v 19 2 6 21\P08 Dg CD 6 7 G 12 12 cD 6 ------ 4 9 ic ig 20 Q 2 3 4 S, CD 10 11 12 16 17 7 WALSH P. RANCH 6 A 31�POS* 12 ALS NCH QUAIL VALLEY QU 'ASE I PA2 SECTION A PAI HASE I CD QUAIL VALLEY 5 1A 29 (BY SEPARATECFA) 10 20 19 18 uJ 21 9 ay oil CL w 3 22 < ECTION23 5 EL 9 0 Z1�, sirumAlto U 20 y Jl 2 V) &(" 815 7 30 31 12 111 tkw IM SHEET 2 NORTH 10 O O 0 LEGEND SCALE: 1" = 300' 6- REINFORCED CONCRETE 6 150 360 660 8" REINFORCED CONCRETE SIDEWALK BY DEVELOPER EXHIBIT B - PAVING o -------------- SIDEWALK BY HOMEBUILDER WALSH RANCH -QUAIL VALLEY ----------- P --- SECTION B A2 0 H.C. RAMPS BY DEVELOPER 0 161hrik b4. FiXt Wwh o wo wod 711 m"o, sik am Fort ftrN Tmw 71 12-4721 Jan U a ry 3,2019 ""o crm me-am F"M 3"-VO m SHEET 1 7 B s81 16 30 A 7 31 QUAIL VALLEY-PA2 SECTION A 35 (BY SEPARATE CFA) 27 6 5 3 2 y4 A -C2 �+-'56 5 5 x 45 7 I-pos PORE 48 GD �Rovomz cr. ME) 21 10 5-po < z pp os 14 27 13 26gam po 25 R 19 IOps, 9 17 14 i2 14 - 12 1 1 21222 2 2- z .,a 32 3, CK) 16 2- IPNI AQ .3 AH 41 4� 37 NORTH SCALE: 1 300' SHEET 3 aw LEGEND 0 150 360 600 6' REINFORCED CONCRETE 8" REINFORCED CONCRETE N 03 SIDEWALK BY DEVELOPER EXHIBIT B - PAVING o -------------- SIDEWALK BY HOMEBUILDER WALSH RANCH -QUAIL VALLEY -------------- PA2---aE-CTION 6 0 H.C. RAMPS BY DEVELOPER 0 zah tiTul m ha Ftri w 0wu vmw 7%mwK &ft Lu Pali Wmt%Tb=w Mw-� Ji ri u a rY 3,2019 — phom mm 33&-WW Filix(nv}au"�25 SHEET 2 '2 11-pos, to eta 1B 24 Mw) 29 QQ 112 1A 13 11-pos* u 37 39 26 25 40 237 41 46 CD LLJ AQ 4 1 4 6 CK) L) L5 rL fi k AM MODORA LL" a- V) NORTH O 0 LEGEND SCALE: 1" = 300' 6" REINFORCED CONCRETE 6 150 360 600 a- 8" REINFORCED CONCRETEEXHIBITB -PAVING cq SIDEWALK BY DEVELOPER —————————————— SIDEWALK BY HOMEBUILDER WALSH RANCH -QUAIL VALLEY 0H.C. RAMPS BY DEVELOPER PA2 -SECTION B 0 am wdd-?Ih OWN4 sumo am Foe warik T�76mp�� m J armary 3,2019 ft"QM 386W4 F @M = OLD mTHERFORD ROAD ;0 3e 3332 26 0) 13 21 14 �3 2 BA ROCK CEDAR LANE 3 ie is i7 12 3 o cs 7 V) 5 ml 0 0 47 CN 3 CA CIA ic 14 �7 m PASCO PL H m 0 CD 4 CIA 2 0 (E) 0 z 0 15 G V) O o 231 Uj 4 al 2, WALSH RANCH 13 QUAIL VALLEY z WALSH RA CH Z-p PAIPHASE 1 wQUAIL VALLEY-PA2 SECTION A I., cr 0 BY SEPARATE CF a 9s0 22 am PA2-SECTION 2 Vi CL) VqVMAft .4 4p PA2-SECTION 6 1�16 x I y j 7 o LEGEND SHEET 2 PROPOSED STORM DRAIN INLET EL a PROPOSED STORM DRAIN HEADWALL EL —so-- EXISTING STORM LINES wc SD PA2 SECTION A STORM LINES EXHIBIT Bl - DRAINAGE NORTH 'WALSH RANCH -QUAIL VALLEY PA2 -SECTION B o SCALE: 1" = 300' jHUDZokm Illy-,` Fort Worth o 500 Wed 7th 8fte1, Buie 300 150 300 600 v Fort Worth Texw 7OV2-4728 January 3,2019 - Mkxm(SM 335-WW Fax(8M SW35-=5 SHEET 1 MOM ALgPA2-SECTION BAVE Slit, W LSH RA H QUAIL VALLEY-PA2 SECTION A 13 cz) 33 (BY SEPARATE CFA) 2 y A 4 CREYVOO cr. 4� CV AVi. CT CD 4 CK) W uj W )7 14 C. 17 is AT 4 5 17 12 to AU .1 i3 9 i3 b "R PAY 0 AC 21 GE) 1-=0s 00 9 q '5 14 GD" CK) C) 3 z 21 V) Ld O) 1 �5.4 5 Lu 0 18 �zj n. x En z LLILd 31 GD AH A34 35H AQ 41 4U 3, 37 (IA:PD 0 LEGEND n 0 SHEET 3 PROPOSED STORM DRAIN INLET C3 so PROPOSED STORM DRAIN HEADWALL —S[>— EXISTING STORM LINES SE) PA2 SECTION A STORM LINES o '2 NORTH EXHIBIT 131 - DRAINAGE WALSH RANCH -QUAIL VALLEY n ' ,0 PA2 SECTION B 0 Fu - 0 SCALE: 1 300' HUE-Zolm,kr- Fort Worth 500 Wed 71h 78V2 8b BLft 30101 6 1�O 36o 600 Fort Worth,Twm -4728 m January 3,2019 —w— Phorw(SM 335-OM Fax(817)335-IVMW SHEET 2 OMNI 2, clq 7 !3 GD (AH 25 0 27 26 S. 1,5 AH 39 1?33 4 12 i9 CM, 43 m 4 AQ 44 N -4' Al L) Lu (n u)? N 3 AM 4 L) -pos* 7 A:mi) L) z CAW) ODO 0 V) Lu 0 0 z w Lu w a- EL 2t L) m: Li 0 LEGEND n 0 w minN PROPOSED STORM DRAIN INLET 0 PROPOSED STORM DRAW HEADWALL EXISTING STORM LINES SI) PA2 SECTION A STORM LINES 0 2 EXHIBIT Bl - DRAINAGE NORTH WALSH RANCH -QUAIL VALLEY 0 PA2 -SECTION B 0 0 3: 0 SCALE: 1 300' R*t-Zoknk kv- Fort Worth 500 Wed 7418lreK Sulls 300 6 160 36o 66o Fort Worth,Texw 76102-4728 m January3,2019 Phore(M336-= Fax(SUM)335-1025 OLD wEATHERFORD ROAD v Q 27 1 7 N 31 2' i3 72 1.F(l5 7 BA (D 5 0 14 19 16 (D 1 t 17 LD v m (D 1 9 14 04 < G IL 8 LE C) 41, LD o Co PL 0 3 7 J J IL Q 4 7 11 1`a* 3 L<E R tj C) 0 L) 008 17 19 P2 G V) Ld 5E >> STREET 0 16 WALSH RANCH 0, QUAIL VALLEY �u '4 LD zWAL HRA CH PAlPHASE l Ld 6 QUAIL VALLEY-PA2 SECTION A Li IL CD 3 IL Z9 (BY SEPARATE CFA) c IL CGID A LAL14F PA2-SECTION A Q V) ff'4 zsARD PA2-SECTION luN n •I c� SHEET 2 LEGEND o PROPOSED STREET NAME SIGNS PROPOSED STREET LIGHTS 0 IL 0 EXHIBIT Cl-STREET NAME SIGNS P2 cq NORTH & STREETLIGHTS WALSH RANCH -QUAIL VALLEY cq KA NPA2 13-SECTION SCALE: 1 300' "Fzoknk kr- Fort Worlh 530 Wed 71h Skve% SWb 300 Li 150 300 600 Wortt%Tax=7GV2-4728 January 3,2019 Fort—WJ -- Phorw M 335-30W Fax(SM MISAMMS SHEET I 1llllllllM 1llllllllM-1llllllllM,.mm � a I I mom M" pA2 SECTION B x 4)" SIT, COD y z 4 x 4 45 23 4;1 a ORE c 22 w 4 4 2, O x x Z co Lu U) 2b 0 6 ly 24 A 14 12 -3 171) 8 18 7 ro G2 Q) n13 = 2� ir 12 LE cz), GD 7 21 3 V) 23 Lu 0 Wn 4 z LLI GD ....... Lu 2 JC GD AF Ad Ji AQ 45 AH U 14 4� Un 3 AP 1`05 LEGEND SHEET 3 o PROPOSED STREET NAME SIGNS cy PROPOSED STREET LIGHTS0 D EXHIBIT Cl-STREET NAME SIMS NORTH &STREET LIGHTS WALSH RANCH - QUAIL VALLEY ' , PA2 -SECTION B 0 > C> 3: 0 SCALE: 1 300' KAtt-zokm kr- Fal Worth 500 Wed m strawt, suft 300 1-- 0 150 36o 66o Fort Worth,TOM 7M-4M M January3,2019 Phcm (M 335-MW FSK(SM 336-1025 SHEET 2 � _ I PK 25 q`y38 25 18 !7 CD 2 3--los� o XS li AH 2 304i AH V A m CA ii AJ CD m 1-pos" AM 5 GN) OD CD In Ld C, z Ld Ld V) O 0 LEGEND 0 PROPOSED STREET NAME SIGNS PROPOSED STREET LIGHTS EXHIBIT Cl-STREET NAME SIGNS cq NORTH & STREET LIGHTS �? WALSH RANCH -QUAIL VALLEY 0 N PA2 -SECTION B HU 0 SCALE: 1 300' kn Fort Worth c� Rdtt-ZokM 500 Wed 7th 86SLft 300 6 150 360 660 Fort Worth,Tom 7SV2-4728 January 3,2019 --1 Phorw WM 335-3000 Fax(817)3WV25 COMPLETION AGREEMENT–SELF FUNDED This Completion Agreement("Agreement"), is made and entered into by and between the City of Fort Worth, ("City") and Quail Valley Devco H, a Texas Limited Liability Cprporation>, authorized to do business in Texas, ("Developer"), effective as of the last date executed by a Party hereto. The City and the Developer may collectively be called the "Parties". WITNESSETH: WHEREAS, the Developer owns that certain tract of real property that contains approximately 163.69 acres of land located in the City,the legal description of which tract of real property is marked Exhibit "A"–Legal Description, attached hereto and incorporated herein for all purposes, ("Property"); and WHEREAS, the Developer intends to develop the Prcperty as an addition to the City through plat FP 18-080 or I-S— : and WHEREAS, the Developer and the City have entered into a Community Facilities Agreement relating to the development, Walsh Ranch-Quail Valley Planning Area 2B for Water, Sanitary Sewer, Storm Drainage, Street Paving, and Street Li ting Improvements ("Improvements"); and WHEREAS, the City has required certain assurances that the Developer will cause to be constructed to City standards the Improvements pursuant to the Community Facilities Agreement; and WHEREAS, the Parties desire to set forth the terms and conditions of such accommodations as are described above. NOW, THEREFORE, for and in consideration of the mutual covenants and agreements hereinafter set forth, it is hereby agreed by and between City and Developer as follows: 1. Recitals. The foregoing recitals are true, correct and complete and constitute the basis for this Agreement and they are incorporated into this Agreement for all purposes. 2. The Completion Amount. The City and the Developer agree that the Hard Costs(as shown on Exhibit`B")required to complete the Community Facilities in the aggregate should not exceed the sum of Twelve Million Four Hundred Eighty-four Thousand Nine Hundred Eighty-nine and 75/100 Dollars ($12,484,989.75), he-einafter called the "Completion City of Fort Worth, Texas Standard Completion Agreement–Self-Funded Revised 09.07.2017 ME CFA Official Release Date: 07.01.2015 Page 1 of 14 Amount". Notwithstanding the foregoing, it is acknowledged that the actual costs of completion of the Community Facilities may vary as a result of change orders agreed to by the Parties, but such variances for the purposes of this Agreement shall not affect the Completion Amount as used herein. City hereby waives the requirement for developer to deposit a financial guarantee of 100% of the Hard Costs under the CFA Policy. 3. Completion by the Developer. The Developer agrees to complete the Community Facilities and pay all Hard Costs in accordance with City standards, the CFA,the Plat, and the Plans as approved by the City. For the purposes of this Agreement, the development of the Property shall be deemed complete upon acceptance by the City of the Community Facilities pursuant to Section 6, hereof. 4. Satisfaction of the 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 Financial Guarantee, as described in the CFA Policy, or other requirements for security in connection with the development of the Property and the completion of the Community Facilities that are contained in the CFA or in any other-agreement relating thereto, and the City hereby accepts the assurances and covenants contained herein in lieu thereof. To the extent the CFA irreconcilably conflicts with this Agreement, the provisions of this Agreement shall control. 5. Termination. This Agreement shall terminate upon the earlier to occur of the following: (a) acceptance by the City of the Community Facilities; or(b)mutual written agreement of the Parties. 6. Final Plat. The Parties acknowledge and agree that the City shall hold the final plat of the Property until the Community Facilities are completed and accepted by the City and all Hard Costs contractors have been paid, less retainage. Upon acceptance by the City and receipt of evidence from the Developer showing that all Hard Costs contractors have been paid, including but not necessarily limited to lien waivers and bills paid affidavits,the 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 City of Fort Worth, Texas Standard Completion Agreement— Self-Funded Revised 09.07.2017 JLE CFA Official Release Date: 07.01.2015 Page 2 of 14 the Property as provided herein is to guarantee the Developer's obligations under the CFA are completed. 7. Construction Contracts. Developer agrees to include in each Construction contract that it enters into for the completion of the Community Facilities the following: A. A statement that the City is not holding any security to guarantee any payment for work performed on the Community Facilities; B. A statement that the Property is private property and that same may be subject to mechanic's and materialman's liens; C. A requirement that each contractor contracting with the Developer release the City from any claim that is related to the Property; and D. A requirement that each contractor contracting with the Developer include in each subcontract the statements contained in (a), (b) and (c) above. 8. Miscellaneous. A. Non-Assignment of Agreement. This Agreement may not be assigned by any of the Parties without the prior written consent of all the other Parties. B. Notice. Any notice required or permitted to be delivered under this Agreement shall be deemed received on actual receipt by the appropriate party at the following addresses: (i) Notice to the City shall be addressed and delivered as follows: City of Fort Worth Planning&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 CFA Division Email: CFA(a,fortworthtexas. og_v Confirmation Number: 817-392-2025 City of Fort Worth, Texas Standard Completion Agreement—Self-Funded Revised 09.07.2017 JLE CFA Official Release Date: 07.01.2015 Page 3 of 14 With a copy thereof addressed and delivered as follows: City of Fort Worth 200 Texas Street Fort Worth,Texas 76102 Attention: Richard A. McCracken Assistant City Attorney Confirmation Number: 817-392-7611 (ii) Notice to the Developer shall be addressed and delivered as follows: Quail Valley Devco 11,LLC 8401 North:Centrat Egp*,; Suite 3 50 Dallas;TX 75225 A party may change its address for notice upon prior written notice to the other parties pursuant to the terms hereof. C. Texas Law to 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. G. Amendment. This Agreement may only be amended by a written instrument executed by all of the Parties to this Agreement. City of Fort Worth, Texas Standard Completion Agreement—Self-Funded Revised 09.07.2017 JLE CFA Official Release Date: 07.01.2015 Page 4of14 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—Self-Funded Revised 09.07.2017 JLE CFA Official Release Date: 07.01.2015 Page 5of14 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: Quail Valley Devco II, LLC JesusJ.Chapa(Mar7,2019) Tony Ruggeri( ,2019) Jesus J. Chapa Assistant City Manager Name: Toni Ruggeri Title: Co-Ceo Date: Mar 7,2019 Date: Mar 6,2019 Approved as to Form &Legality: AVI?hg--d,4 /Q/G0P,1M(91V Richard A.McCracken(Mar 7,2019) Richard A. McCracken Contract Compliance Manager: Assistant City Attorney By signing I acknowledge that I am the -t person responsible for the monitoring and ATTEST: . f!?R-r administration of this contract, including ; ® '' `® ensuring all performance and reporting requirements. Mary J.1< r(Ma ,2019) V ; ,Ar - Tahie Scarle�-f Morales Mary J. Kayser i, Janie Scarlett Morales(Mar6,2019) City Secretary p�� Janie S. Morales " Development Manager M&C: Date: City of Fort Worth, Texas Standard Completion Agreement—Self-Funded Revised 09.07.20 CFA Official Release Date: 07.01.2015 OFFICIAL RECORD Page 6 of 14 CITY SECRETARY F`. WORTH,TX LIST OF EXHIBITS ATTACHMENT"1"-CHANGES TO STANDARD AGREEMENT EXHIBIT A - LEGAL DESCRIPTION EXHIBIT B - APPROVED BUDGET City of Fort Worth, Texas Standard Completion Agreement— Self-Funded Revised 09.07.2017 JLE CFA Official Release Date: 07.01.2015 Page 7 of 14 ATTACHMENT "1" Changes to Standard Agreement Self-Funded Completion Agreement None. City of Fort Worth, Texas Standard Completion Agreement—Self-Funded Revised 09.07.2017 ME CFA Official Release Date: 07.01.2015 Page 8 of 14 EXHIBIT A LEGAL DESCRIPTION WHEREAS, Walsh Ranches Limited Partnership is the owners cf a tract of land situated in the International &Great Northern R.R. Co. Survey, Abstract No. 1996,Parker County, Texas, and being a portion of a tract of land as described in deed to Walsh Ranches Limited Partnership, a Texas Limited Partnership having a General Partner named Walsh North Star Company, a Texas corporation as recorded in Volume 1699, Page 1765 of the Deed Records of Parker County, Texas (D.R.P.C.T.), and being more particularly described as follows: BEGINNING at a 5/8 inch iron rod found with plastic cap stamped "Huitt-Zollars" at the southwest corner Walsh Avenue (a 106 foot wide right of way)as shown on the final plat of WALSH RANCH, QUAIL VALLEY, LOT 1, BLOCK AK&WALSH AVENUE ROW, an addition to the City of Fort Worth,Parker County, Texas, as recorded in Cabinet D, Slide 654 of the Plat Records of Parker County, Texas (P.R.P.C.T.) THENCE, along the westerly line of Lot 1, South 00 degrees 51 minutes 28 seconds East, a distance of 567.71 feet to a 5/8 inch iron rod found with plastic cap stamped "Huitt-Zollars"; THENCE, along the southerly line of Lot 1, South 81 degrees 01 minute 12 seconds East, a distance of 547.98 feet to a 5/8 inch iron rod found with plastic cap stamped"Huitt-Zollars"; THENCE, continuing along the southerly line of Lot 1,North 84 degrees 41 minutes 40 seconds East, a distance of 36.21 feet to a 5/8 inch iron rod set with plastic cap stamped"Huitt-Zollars"; THENCE, departing the southerly line of Lot hover and across. a portion of land described to Walsh Ranches Limited Partnership the following courses: South 05 degrees 18 minutes 20 seconds East, a distance of 24.01 feet to a 5/8 inch iron rod set with plastic cap stamped "Huitt-Zollars"; South 52 degrees 49 minutes 35 seconds East, a distance of 186.57 feet to a 5/8 inch iron rod set with plastic cap stamped "Huitt-Zollars"; South 28 degrees 55 minutes 31 seconds East, a distance of 26.51 feet to a 5/8 inch iron rod set with plastic cap stamped "Huitt-Zollars"; North 83 degrees 53 minutes 17 seconds East, a distance of 111.80 feet to a 5/8 inch iron rod set with plastic cap stamped "Huitt-Zollars"; South 51 degrees 06 minutes 43 seconds East, a distance of 159.55 feet to a 5/8 inch iron rod set with plastic cap stamped "Huitt-Zollars'; South 38 degrees 53 minutes 17 seconds West, a distance of 170.37 feet to a 5/8 inch iron rod set with plastic cap stamped "Huitt-Zollars"; South 28 degrees 55 minutes 31 seconds East, a distance of 39.3 7 feet to a 5/8 inch iron rod set with plastic cap stamped "Huitt-Zollars"; South 52 degrees 00 minutes 00 seconds East, a distance of 439 16 feet to a 5/8 inch iron rod set with plastic cap stamped "Huitt-Zollars"; South 73 degrees 00 minutes 00 seconds East, a distance of 202,81 feet to a 5/8 inch iron rod set with plastic cap stamped "Huitt-Zollars"; City of Fort Worth, Texas Standard Completion Agreement—Self-Funded Revised 09.07.2017 ME CFA Official Release Date: 07.01.2015 Page 9of14 South 45 degrees 23 minutes 46 seconds East, a distance of 50.35 feet to a 5/8 inch iron rod set with plastic cap stamped "Huitt-Zollars"; South 37 degrees 51 minutes 46 seconds West, a distance of 546.41 feet to a 5/8 inch iron rod set with plastic cap stamped "Huitt-Zollars"; South 86 degrees 01 minute 03 seconds West, a distance of 789.61 feet to a 5/8 inch iron rod set with plastic cap stamped "Huitt-Zollars"; North 80 degrees 31 minutes 43 seconds West, a distance of 636.55 feet to a 5/8 inch iron rod set with plastic cap stamped "Huitt-Zollars"; North 50 degrees 52 minutes 58 seconds West, a distance of 606.38 feet to a 5/8 inch iron rod set with plastic cap stamped "Huitt-Zollars"; North 89 degrees 57 minutes 18 seconds West, a distance of 356.47 feet to a 518 inch iron rod set with plastic cap stamped "Huitt-Zollars"; South 15 degrees 00 minutes 00 seconds West, a distance of 122.79 feet to a 5/8 inch iron rod set with plastic cap stamped "Huitt-Zollars"; North 82 degrees 36 minutes 00 seconds West, a distance of 595.49 feet to a 5/8 inch iron rod set with plastic cap stamped "Huitt-Zollars"; North, a distance of 191.89 feet to a 5/8 inch iron rod set with plastic cap stamped "Huitt- Zollars"; North 44 degrees 00 minutes 00 seconds East, a distance of 80.00 feet to a 5/8 inch iron rod set with plastic cap stamped "Huitt-Zollars"; North, a distance of 55.00 feet to a 5/8 inch iron rod set with plastic cap stamped "Huitt-Zollars"; North 40 degrees 00 minutes 00 seconds West, a distance of 100.00 feet to a 5/8 inch iron rod set with plastic cap stamped "Huitt-Zollars"; North, a distance of 80.00 feet to a 5/8 inch iron rod set with plastic cap stamped "Huitt-Zollars"; North 30 degrees 00 minutes 00 seconds West, a distance of 88.46 feet to a 5/8 inch iron rod set with plastic cap stamped "Huitt-Zollars"; North, a distance of 95.00 feet to a 5/8 inch iron rod set with plastic cap stamped "Huitt-Zollars"; North 31 degrees 00 minutes 05 seconds West, a distance of 50.00 feet to a 5/8 inch iron rod set with plastic cap stamped "Huitt-Zollars"; North 58 degrees 59 minutes 55 seconds East, a distance of 177.00 feet to a 5/8 inch iron rod set with plastic cap stamped "Huitt-Zollars", and being the beginning of a non-tangent curve to the left having a central angle of 17 degrees 27 minutes 36 seconds, a radius of 373.00 feet, subtended by a 113.23 foot chord which bears North 38 degrees 25 minutes 25 seconds West; Along said curve to the left an arc distance of 113.67 feet to a 5/8 inch iron rod set with plastic cap stamped "Huitt-Zollars", and being the beginning of a reverse curve to the right having a central angle of 36 degrees 06 minutes 44 seconds, a radius of 385.00 feet, subtended by a 238.66 foot chord which bears North 29 degrees 05 minutes 50 seconds West; Along said curve to the right an arc distance of 242.66 feet to a 5/8 inch iron rod set with plastic cap stamped "Huitt-Zollars", and being the beginning of a reverse curve to the left having a central angle of 27 degrees 04 minutes 26 seconds, a radius of 372.00 feet, subtended by a 174.15 foot chord which bears North 24 degrees 34 minutes 41 seconds West; City of Fort Worth, Texas Standard Completion Agreement—Self-Funded Revised 09.07.2017 ME CFA Official Release Date: 07.01.2015 Page 10 of 14 Along said curve to the left an arc distance of 175.78 feet to a 5/8 inch iron rod set with plastic cap stamped "Huitt-Zollars"; North 51 degrees 53 minutes 06 seconds East, a distance of 52.00 feet to a 5/8 inch iron rod set with plastic cap stamped "Huitt-Zollars", and being the beginning of a non-tangent curve to the right having a central angle of 03 degrees 04 minutes 51 seconds, a radius of 424.00 feet, subtended by a 22.80 foot chord which bears South 36 degrees 34 minutes 29 seconds East; Along said curve to the right an arc distance of 22.80 feet to a 5/8 inch iron rod set with plastic cap stamped "Huitt-Zollars"; South 78 degrees 50 minutes 58 seconds East, a distance of 21.28 feet to a 5/8 inch iron rod set with plastic cap stamped "Huitt-Zollars", and being the beginning of a non-tangent curve to the left having a central angle of 11 degrees 18 minutes 52 seconds, a radius of 456.00 feet, subtended by a 89.90 foot chord which bears North 49 degrees 43 minutes 21 seconds East; Along said curve to the left an arc distance of 90.05 feet to a 5/8 inch iron rod set with plastic cap stamped"Huitt-Zollars"; North 00 degrees 00 minutes 46 seconds East, a distance of 21.90 feet to a 5/8 inch iron rod set with plastic cap stamped "Huitt-Zollars"; North 43 degrees 05 minutes 50 seconds West, a distance of 65.17 feet to a 5/8 inch iron rod set with plastic cap stamped "Huitt-Zollars", and being the beginning of a curve to the left having a central angle of 11 degrees 12 minutes 28 seconds, a radius of 537.00 feet, subtended by a 104.88 foot chord which bears North 48 degrees 42 minutes 04 seconds West; Along said curve to the left an arc distance of 105.04 feet to a 5/8 inch iron rod set with plastic cap stamped "Huitt-Zollars"; North 11 degrees 40 minutes 02 seconds West, a distance of 61.53 feet to a 5/8 inch iron rod set with plastic cap stamped "Huitt-Zollars", and being the beginning of a non-tangent curve to the left having a central angle of 46 degrees 06 minutes 30 seconds, a radius of 38.00 feet, subtended by a 29.76 foot chord which bears North 22 degrees 29 minutes 39 seconds East; Along said curve to the left an arc distance of 30.58 feet to a 5/8 inch iron rod set with plastic cap stamped "Huitt-Zollars", and being the beginning of a reverse curve to the right having a central angle of 14 degrees 49 minutes 05 seconds, a radius of 186.00 feet, subtended by a 47.97 foot chord which bears North 06 degrees 50 minutes 56 seconds East; Along said curve to the right an arc distance of 48.10 feet to a 5/8 inch iron rod set with plastic cap stamped "Huitt-Zollars", and being the beginning of a reverse curve to the left having a central angle of 46 degrees 06 minutes 30 seconds, a radius of 38.00 feet, subtended by a 29.76 foot chord which bears North 08 degrees 47 minutes 46 seconds West; Along said curve to the left an arc distance of 30.58 feet to a 5/8 inch iron rod set with plastic cap stamped "Huitt-Zollars"; North 27 degrees 18 minutes 38 seconds East, a distance of 72.12 feet to a 5/8 inch iron rod set with plastic cap stamped "Huitt-Zollars"; City of Fort Worth, Texas Standard Completion Agreement—Self-Funded Revised 09.07.2017 JLE CFA Official Release Date: 07.01.2015 Page 11 of 14 North 68 degrees 00 minutes 00 seconds East, a distance of 192.65 feet to a 5/8 inch iron rod set with plastic cap stamped "Huitt-Zollars"; North 25 degrees 32 minutes 42 seconds East, a distance of 22.13 feet to a 5/8 inch iron rod set with plastic cap stamped "Huitt-Zollars"; North 17 degrees 50 minutes 12 seconds West, a distance of 100.32 feet to a 5/8 inch iron rod set with plastic cap stamped "Huitt-Zollars"; North 71 degrees 21 minutes 26 seconds East, a distance of 52.00 feet to a 5/8 inch iron rod set with plastic cap stamped "Huitt-Zollars", and being the beginning of a non-tangent curve to the left having a central angle of 00 degrees 02 minutes 43 seconds, a radius of 3618.00 feet, subtended by a 2.86 foot chord which bears North 18 degrees 39 minutes 55 seconds West; Along said curve to the left an arc distance of 2.86 feet to a 5/8 inch iron rod set with plastic cap stamped"Huitt-Zollars", and being the beginning of a non-tangent curve to the right having a central angle of 50 degrees 56 minutes 07 seconds, a radius of 1101.00 feet, subtended by a 946.86 foot chord which bears South 85 degrees 28 minutes 03 seconds East; Along said curve to the right an arc distance of 978.77 feet to a 5/8 inch iron rod set with plastic cap stamped "Huitt-Zollars"; South 60 degrees 00 minutes 00 seconds East, a distance of 329.00 feet to a 5/8 inch iron rod set with plastic cap stamped "Huitt-Zollars", and being the beginning of a curve to the left having a central angle of 24 degrees 33 minutes 59 seconds, a radius of 1053.00 feet, subtended by a 448.04 foot chord which bears South 72 degrees 16 minutes 59 seconds East; Along said curve to the left an arc distance of 451.49 feet to a 5/8 inch iron rod set with plastic cap stamped "Huitt-Zollars" on the westerly right of way line of said Walsh Avenue; THENCE South 07 degrees 09 minutes 34 seconds East along the westerly right of way line of Walsh Avenue, a distance of 13.85 feet to the POINT OF BEGINNING and CONTAINING 108.63 Acres of land, more or less. City of Fort Worth, Texas Standard Completion Agreement—Self-Funded Revised 09.07.2017 ME CFA Official Release Date: 07.01.2015 Page 12 of 14 City of Fort Worth, Texas Standard Completion Agreement—Self-Funded Revised 09.07.2017 JLE CFA Official Release Date: 07.01.2015 Page 13 of 14 EXHIBIT B APPROVED BUDGET Section I Water $2,299,632.25 Sewer $1,967,812.00 Sub-total $4,267,444.25 Section II Interior Streets $4,961,216.00 Storm Drains $1,912,097.00 Sub-total $6,873,313.00 Section III Street Lights $1,344,232.50 Sub-total $1,344,232.50 TOTAL $12,484,989.75 City of Fort Worth, Texas Standard Completion Agreement—Self-Funded Revised 09.07.2017 JLE CFA Official Release Date: 07.01.2015 Page 14 of 14