Loading...
HomeMy WebLinkAboutContract 52190 Received Date: 04/19/2019 Received Time: 8:14 AM Developer and Project Information Cover Sheet: Developer Company Name: BYD Talon Hill Development,LLC Address, State,Zip Code: 1105 Glade Rd. suite, 100,Colleyville,TX, 76034 Phone&Email: 214-626-8590,shawn()b ddevelopment.org Authorized Signatory,Title: Shawn Goff ,Managing Member Project Name: Talon Hill Phase II Brief Description: Water, Sewer,Paving, Storm Drain, Street Lights Project Location: North of Talon Dr. West of Lake Country Dr. -------------- Plat Case Number: i FP-17-024 Plat Name: Talon Hill Phase II Mapsco: Council District: 7 CFA Number: CFA18-0169 City Project Number: 100998 City of Fort Worth,Texas Standard Community Facilities Agreement-Talon Hill Phase II OFFICIAL RECORD CFA Official Release Date:02.20.2017 Page 1 of 11 CITY SECRETARY FT WORTH,TX STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. 52190 WHEREAS,BYD Talon Hill Development,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 Talon Hill Phase 11 ("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 CIA is subject to the availability of City funds and approval by the Fort Worth City Council and shall be memorialized as an amendment to this Agreement; and WHEREAS, the Developer and the City desire to enter into this Community Facilities Agreement ("CFA" or "Agreement") in connection with the collective Improvements for the Project. NOW,THEREFORE,for and in consideration of the covenants and conditions contained herein, the City and the Developer do hereby agree as follows: General Requirements A. The Policy for the Installation of Community Facilities ("Policy") dated March 2001, approved by the City Council of the City of Fort Worth,as amended, is hereby incorporated into this Agreement as if copied herein verbatim. Developer agrees to comply with all provisions of said Policy in the performance of its duties and obligations hereunder and to cause all contractors hired by Developer to comply with the Policy in connection with the work performed by said contractors. B. Developer shall provide financial security in conformance; with paragraph 6, Section II, of the Policy and recognizes that there shall be no reduction in the collateral until the Project has been completed and the City has officially accepted the Improvements. Developer further acknowledges that said acceptance process requires the Developer's contractor(s) City of Fort Worth,Texas Standard Community Facilities Agreement-Talon Hill Phase II OFFICIAL RECORD CFA Official Release Date:02.20.2017 Page 2 of 11 CITY SECRETARY FT WORTH,T-Aff 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(13-1) X, Street Lights & Signs (C) ®. 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-Talon Hill Phase II 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-Talon Hill Phase II 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 allezed neglizence 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 dama,-es are caused, in whole or in part, by the alle,-ed 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-Talon Hill Phase II 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 contract,. 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 totals 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 streetl;ghts 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 v✓ithin two (2) years, provided, however, if construction of the Improvements '1as started within the two year period,the developer may request that the CFA be extended for one additional year. ii. Nothing contained herein is intended to limit the Developer's obligations under the Policy, this Agreement, its financial guarantee, its agreement with its contractor or other related agreements. iii. The City may utilize the Developer's financial guarantee submitted for this Agreement to cause the completion of the construction of the Improvements if at the end of two(2)years from the date of this Agreement(and any extension period) the Improvements have not been completed and accepted. iv. The City may utilize the Developer's financial guarantee to cause the completion of the construction of the Improvements or to cause the payment of costs for City of Fort Worth,Texas Standard Community Facilities Agreement-Talon Hill Phase II 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-Talon Hill Phase II CFA Official Release Date:02.20.2017 Page 7 of 11 Cost Summary Sheet Project Name: Talon Hill Phase II CFA No.: CFA18-0169 City Project No.: 100998 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 $ 638,739.00 2.Sewer Construction $ 748,370.00 Water and Sewer Construction Total $ 1,387,109.00 B. TPW Construction 1.Street $ 1,707,151.45 2.Storm Drain $ 626,842.00 3.Street Lights Installed by Developer $ 155,902.50 4. Signals $ - TPW Construction Cost Total $ 2,489,895.95 Total Construction Cost(excluding the fees): $ 3,877,004.95 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 27,742.18 D. Water/Sewer Material Testing Fee(2%) $ 27,742.18 Sub-Total for Water Construction Fees $ 55,484.36 E. TPW Inspection Fee(4%) $ 93,359.74 F. TPW Material Testing(2%) $ 46,679.87 G. Street Light Inspsection Cost $ 6,236.10 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 146,275.71 Total Construction Fees: $ 201,760.07 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 3,877,004.95 Completion Agreement=100%/Holds Plat $ 3,877,004.95 x Cash Escrow Water/Sanitary Sewer—125% $ 1,733,886.25 Cash Escrow Paving/Storm Drain=125% $ 3,112,369.94 Letter of Credit=125%w/2 r expiration p2riod $ 4,846,256.19 City of Fort Worth,Texas Standard Community Facilities Agreement-Talon Hill Phase I1 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 BYD Talon Hill Development,LLC J s J.Chapa(Apr 019) G Jesus J. Chapa Assistant City Manager Date: Apr 17,2019 Shawn Goff(Apr17, 19) Name: Shawn Goff Recommended by: Title: Managing Member Date: Apr 16,2019 Evelyn Robe (Apr 17,2019) 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 Richard A. NcCrackBn requirements. Richard A.McCracken(Apr 17,2019) Richard Al.. McCracken Assistant City Attorney Jennifer Ezemack for Janie Morales(Apr 17,2019) M&C No. N/A Name: Janie Morales Date: Title: Development Manager Form 1295. N/A s �o M ATTEST: O '�,A'. ll�IAf^N 9. Kac sew c ' Ma J. ayser(A r 17,2)19; ''. Mary J. Kayser/Ronald Gonzales City Secretary/Assistant City Secretary TEXP` City of Fort Worth, Texas OFFICIAL RECORD Standard Community Facilities Agreement-Talon Hill Phase II CFA Official Release Date:02.20.2017 CITY SECRETARY Page 9 of 11 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-Talon Hill Phase II CFA Official Release Date:02.20.2017 Page 10 of 11 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 100998 None. City of Fort Worth,Texas Standard Community Facilities Agreement-Talon Hill Phase II CFA Official Release Date:02.20.2017 Page 11 of 11 00 42 43 DAP-BID PROPOSAL P*p 1 dT SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Biddeds Proposal Bidlist Item Unit of No. Description Specification Section No. Measure Bid Quantity Unit Price Bid Value UNIT I:WATER IMPROVEMENTS 1 0241.1118 4"-1 2"Pressure Plug 0241 14 EA 7 $ 500.0 $ 3.500.0 2 3305.0109 Trench Safety 33 05 10 LF 10,629 $ 1.0 $ 10,629.0 3 3311.0001 Ductile Iron Water Fittings w/Restraint 331111 TON 2.5 $ 7,500.0 $ 18,750.0 4 3311.0261 8"PVC Water Pipe 33 11 12 LF 7,661 $ 24.0 $ 183.864.0 5 3311.044112"PVC Water Pipe 3311 10 LF 2,968 $ 57.0 $ 169,176.0 6 3312.0001 Fire Hydrant 33 12 40 EA 14 $ 3,800.0 $ 53,200.0 7 3312.0117 Connection to EAsting 4"-12"Water Main 33 12 25 EA 4 $ 1,100.0 $ 4,400.0 8 3312.2003 1"Water Service 331210 EA 124 $ 1,305.0 $ 161,820.0 9 3312.3003 8'Gate Valve 33 12 20 EA 24 $ 1,200.0 $ 28,800.0 10 3312.3005 12"Gate Valve 33 12 30 EA 2 $ 2.300.0 $ 4,600.0 TOTAL UNIT I:WATER IMPROVEMENTS $ 638,739.00 CITY OF FORT WORTH jA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS TAL04141I.1.PILSE 11 I—Va doa April 2,2014 city Prolat 0100998 OD 42 43 DAP-BID PROPOSAL Pale 2 d7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Description 3peeific4tiuu Measure No Unit of No. Bid Quantity Unit Price Bid Value N UNIT II:SANITARY SEWER IMPROVEMENTS 10241.2201 Remove 4'Sewer Manhole 02 41 14 EA 1 $2100.00 $ 2,100.0 2 3331.4115 B"Sewer Pipe 33 11 10,33 31 12,33 3120 LF 6,691 $ 46,00 $ 307,786.0 3 3331.4201 10"Sewer Pipe 33 11 10,33 31 12,33 3120 LF 20 $ 63.00 $ 1,260.0 4 9999.0001 Connect to Eadst MWPipe 33 31 20 EA 1 $ 900.00 $ 900.0 5 3331.3101 4"Sewer Service 3331 50 EA 122 $ 1.425.00 $ 173 850.0 6 3339.1001 4'Manhole 33 39 10.33 39 20 EA 23 $ 4.400.00 101 200.0 7 3339.1004 4'Shallow Manhole 33 39 10,33 39 20 EA 1 $ 2,300.00 $ 2,300.0 8 3339,1102 5'Drop Manhole 33 39 10,33 39 20 EA 1 $ 11.500.00 $ 11 500.0 9 3339.1002 4'Drop Manhole 33 39 10,33 39 20 EA 3 $ 8.500,00 $ 25,500.0 10 3339.0001 Epoxy Manhole Liner 33 39 60 VF 127 $ 275.00 $ 34 925.0 11 3305.0109 Trench Safety 33 05 10 LF 6,711 $ 2,00 $ 13,422.0 12 3305.0113 Trench Water Stops 330515 EA 21 $ 300.00 $ 6,300.0 13 3305.0202 Imported Embed/CSS 330510 LF 220 $ 62.00 $ 13 640.0 14 3301.0101 Manhole Vacuum Testing 33 01 30 EA 27 $ 200.00 $ 5.400.0 15 3301.0002 Post-CCTV Inspection 33 01 31 LF 6.711 $ 2.00 $ 13 422.0 16 Abandon 8"SS Line and Fill w/Flowable Fill 33 01 31 LF 523 $ 5.00 $ 2,615.0 17 3339.1003 4'Extra Depth Manhole 33 3910,33 39 20 VF 45 $ 370.00 $ 16 650.0 18 3305.0106 Manhole Adjustment,Major 330514 EA 2 S 7.800.00 $ 15 600.0 TOTAL UNIT II:SANITARY SEWER IMPROVEMENTS $ 748,370.00 1 t CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROR:CTS T. ,HILL PILLSE II Fam V¢tion Apd12,I014 Cih Pnjm 1100998 004243 DAP-BID PROPOSAL Pepe 3 or7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist hem Unit of No. Description No Measure Bid Quantity Unit Price Bid Value UNIT III:DRAINAGE IMPROVEMENTS 1 3305.0109 Trench Safety 33 05 10 LF 1,975 $ 2.00 $ 3,950.00 2 3341.0205 24"RCP Class III 33 41 10 LF 1,181 $ 91.00 $ 107,471.00 3 3341.0302 30"RCP Class 111 3341 10 LF 170 $ 100.00 $ 17,000.00 4 3341.0309 36"RCP Class III 3341 10 LF 185 $ 131.00 $ 24,235.00 5 3341.0402 42"RCP Class 111 33 41 10 LF 46 $ 160.00 $ 7,360.00 6 3341.0409 48"RCP Class III 3341 10 LF 113 $ 199.00 $ 22,487.00 7 3341.1202 5x4 Box Culvert 3341 10 LF 140 $ 296.00 $ 41 440.00 8 3341.1203 5x5 Box Culvert 3341 10 LF 140 1 $ 320.00 $ 44,800.00 9 3349.0001 4'Storm Junction Box 33 49 10 EA 3 S 4,200.00 $ 12 600.00 10 3349.5001 10'Curb Inlet 33 49 10 FA 8 $ 5,600.00 $ 44,800.00 11 3349.5003 2V Curb Inlet 33 49 10 EA 4 $ 10 000.00 $ 40,000.00 12 3349.5002 15'Curb Inlet 33 49 10 EA 2 $ 7.900.00 $ 15,800.00 13 3349.7001 4'Drop Inlet 33 49 20 EA 2 $ 7,500.00 $ 15,000.00 14 3349.1003 24"Flared Headwall 1 pipe 33 49 40 EA 3 $ 1,000.00 $ 3,000.00 15 3349.1005 30"Flared Headwall,1 pipe 33 49 40 EA 2 $ 2.000.00 1 $ 4 000.00 16 3349.1006 36"Flared Headwall 1 pipe 33 49 40 EA 1 $ 4.000.001 $ 4,000.00 17 3349.1009 42"Flared Headwall 1 pipe 33 49 40 EA 1 $ 5,000.00 $ 5,000.00 18 3349.4113 48"SET 1 pipe 33 49 40 EA 2 S 5,000.00 $ 10 000.00 19 3349.1000 Headwall Box Culvert 33 49 40 CY 61 S 700.00 $ 42,700.00 20 3137.0101 Concrete Ripmp 31 3700 SY 246 S 74.00 $ 18,204.00 21 3137.0104 Medium Stone Ri ra .dry 31 3700 SY 1.091 $ 42.00 $ 45,822.00 22 13137.0102 Large Stone Riprap,dry 1 31 3700 SY 1,593 $ 61.00 $ 97 173.00 TOTAL UNIT III:DRAINAGE IMPROVEMENTS $ 626,842.00 CITY OF FORT WORTH 1 STANDARD CONSTRUCTION SPECIFICATION DOCU161EI'M-DEVELOPER AWARDED PROJECTS -1- 1ILLPIUSER Form Vase April 2,2014 City Pioiad a100'1% W 42 43 DAP-DID PROPOSAL Page i or7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application IProject Lem Information Bidders Prornsal IBidlist ltem Description Specification Scction No. Unit r Measure Bid Quantity Unit Price Bid Value UNIT IV:PAVING IMPROVEMENTS 1 3211.0400 Hydrated Lime 32 11 29 TON 615 $ 184.00 $ 113,160,0 2 3211,0501 6"Lime Treatment 32 11 29 SY 26,291 $ 3.50 S 92,018.5 3 3211,0502 8"Lime Treatment 32 11 29 SY 12,281 $ 3,70 S 45,439.70 4 3213.0101 6"Cone Pvm1 32 13 13 SY 24,770 $ 31,25 S 774.062.5 5 3213.0103 8"Conc Pvmt 32 13 13 SY 11.634 $ 34.95 $ 406,608.3 6 3213.0301 4"Cone Sidewalk 32 13 20 SF 13,625 $ 5,35 $ 72,893.8 7 3213.0302 5 Cone Sidewalk 32 1320 SF 22,293 $ 5.90 $ 131,528.7 8 13213b501 Barrier Free Ramp,Type R-1 32 1320 EA 19 $ 1.800.00 $ 34,200.0 9 3213.0506 Barrier Free Rafnp,Type P-1 32 1320 EA 7 $ 1,300.00 $ 9,100.0 10 3213.0504 Barrier Free Ramp,Type M-2 32 1320 EA 7 S 1,400.00 $ 9,800.0 11 9999.0001 Install Type III Barricade 00 00 00 EA 5 $ 920.00 S 4,600.0 TOTAL UNIT IV:PAVING IMPROVEMENTS $ 1,693,411.45 4 CRY OF FORT WORTH / STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-01�EL(VER AWARDED PROJECTS TALON L PHA$R Form Vavoo APO 2.2014 City Pmiaa 0lOD998 004243 DAP-BID PROPOSAL. PW 5ar7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project item Information Bidders Proposal Bidlist Item Unit of No Description Sp—ficibon s'.Slion:Jn Measure Bid Quantity Unit Price Bid Value UNIT V:STREET LIGHTING IMPROVEMENTS 1 2605.3015 2"CONDT PVC SCH 80 M 34 41 20 EA 4365 $8.00 $ 34.920.0 2 2605.3016 2"CONDT PVC SCH 80 B 34 41 20 EA 55 $25.00 $ 1,375.0 3441.3050 Furnish/Install LED Lighting Fixture(70 watt ATBO EA $ 7,800.0 3 Cobra Head 3441 20 28 $300.00 4 3441.3301 Rdwv Illum Foundation TY 1 2 and 4 34 41 20 EA 26 $950.00 $ 24 700.0 5 3441.3351 FumistAnstall Rdway Illum TY 11 Pole 34 41 20 EA 26 $1 200.00 $ 31,200.0 6 3441.1646 Fumish/Install Type 338 Arm 34 41 20 EA 26 $300.00 S 7,800.0 7 3441.3350 Furnish/install Rdway Illum TY 8 Pole 34 41 20 EA 1 11 $1 300.00 S 14 300.0 8 3441.3302 Rdwy Illum Foundation TY 3 5,6 and 8 3441 20 EA 11 $1 250.00 $ 13.750.0 9 3441.3051 Fumish/Install LED Li h ng Fixture 137 watt AT82 CO 34 41 20 EA 11 $500.00 $ 5,500.0 10 3441.1645 Fumish/Install Ty2e 33A Arm 34 41 20 EA 11 $300.00 $ 3,300.0 11 3441.1502 Ground Box Type B w/A ron 34 41 10 EA 6 $500.00 $ 3,000.0 12 3441.3404 2-2-24 Quad lex Alum Elec Conductor 34 41 20 LF 2270 $2.25 S 5,107.5 13 13441.3401 6-6-6 Triplex Alum Elec Conductor 3441 20 LF 2100 $1.50 $ 3,150.01 TOTAL UNIT V:STREET LIGHTING IMPROVEMENTS $ 156,902.60 CrrYOF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS TALON HILL PHASE D Fm-VadmApn12.2014 Coy h4m a100M 00 42 43 DAP-BID PROPOSAL Pate 6 d7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlisl Item Description Specification Section No. Unit of pecficat Bid Quantity Unit Price Bid Value No. Measure UNIT VI:STREET NAME SIGN IMPROVEMENTS 1 19999.0002 Street Name Blade 99 99 99 EA 1 56 $45.00 $ 2.520.00 2 9999.0003 Stop Sign 99 99 99 EA 10 $90.00 $ 900.00 3 9999.000E Street Name/Si n Post 99 99 99 EA 20 $390.00 $ 7,800.00 4 9999.0005 VIA&W13-1P Sin 15 h 99 99 99 EA 6 $420.00 $ 2,520.00 TOTAL UNIT VI:STREET NAME SIGN IMPROVEMENTS $ 13,740.00 f CRY OF FORT WORTII STANDARD CONS1Rt7CrON SPECIFICATION DOCIA.QMS-DEVELOPER AWARDED PROJECTS TALQIN FN.1.PHASE.II Fum VCrAm April 2.2014 City PaajW 01OD999 00 42 43 DAP-BID PROPOSAL PapeSafI SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Infonn°tion Biddeft Propawi Bidlist Item Description Specification Section No. U°t1 of No. Measure Bid Quantity Unit Price Bid Value N UNIT V.-STREET LIGHTING IMPROVEMENTS 1 2605.3015 2"CONDT PVC SCH 80 34 41 20 EA 4365 $8.00 $ 34,920.0 2 2605.3016 7'CONDT PVC SCH 80 B 3441 20 EA 55 $25.00 $ 1,375.0 3 3441.3050 Fumish/Install LED Lighting Fixture(70 watt ATBO EA 26 $ 7,800.0 Cobra Head) 34 41 20 $300.00 4 3441.3301 Rdwy Ilium Foundation TY 1 2 and 4 34 41 20 EA 26 $950.00 $ 24 700.0 5 3441.3351 Furnish/Install Rdway Ilium TY 11 Pole 34 41 20 EA 26 $1 200.00 $ 31 200.0 6 3441.1646 Furnish/Install Type 33B Arm 3441 20 EA 26 1 $300.00 $ 7,800.0 7 3441.3350 Fumish/Install Rdway Ilium TY 8 Pole 34 41 20 EA 11 $1 300.00 $ 14 300.0 8 3441.3302 Rdwy Ilium Foundation TY 3 5 6 and 8 34 41 20 EA 11 $1 250.00 $ 13 750.0 9 3441.3051 Furnish/install LED Lighting Fixture 137 watt AT82 Co 3441 20 EA 11 $500.00 $ 5,500.0 10 3441.1645 Fumishllnstall Type 33A Arm 3441 20 EA 11 $300.00 $ 3,300.0 11 3441.1502 Ground Box Type B w/A ron 3441 10 EA 6 $500.00 $ 3,000.0 12 3441.3404 2-2-24 Quad lex Alum Elec Conductor 3441 20 LF 2270 $2.25 S 5,107.5 13 13441.3401 6.6.6 Triplex Alum Elec Conductor 1 3441 20 1 LF 2100 $1.50 $ 31500 TOTAL UNIT V.STREET LIGHTING IMPROVEMENTS $ 155,902.50 e CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUWNTS-DEVELOPFR AWARDED PROJECTS TALON HILL PHASE 0 I—V.W—April 2,2014 City Pmim/100"s Li o0 Q oGN 0 n Lake Country v� �, Golf Club z 0 0 n GOLF � 0 0 �'oo� CLUB n DALHART ICY- ,o0A MULE__SHOE z CHALK RIVER10 SIERRA MADR!E Y --1 Q m j� m U I� J U RO ERTSON J ~ I i TALON HILL ADDITION PHASE II I i I VICINITY MAP N . T. S. N COUNCIL DISTRICT 7 MAPSCO 32 - L, M City of Fort Worth Project # 100998 oZ +\ uNS pQNE / 4 Tl t � 1 e e - � OL Z O N oa�J 7111 o \N — J `pJl� 77\ bl HN W Q�Q� W Q o Xo LL1 W UNH�' Z 0 ��W_LLjN Q r N U5 j 5� Z O O cn O LJ O J U) LLI Z • r� J '-W cn 00 cn �w NO /' \ LJ �' w Zz a O =, �� \ZO Q / , tl b w O D wEW / w¢NwdOZ LU (J J �` Q Qo O ? 1 / Q O / Q z '— Oaw CL / / m \ZQ << O N N � 1 1 ' O Ad W U W J • •�• Om Z W Z �J o 0 1 1IV9131ll3� � � � OAP N n / / W M W V rt N N Q U- Z 00 0 0 2 m a_ d 0_ O N O O O °� � a_ a_ a_ w / N J cb N (((JJJ I N oM C) a a f m v°5o l.8'd0 d O n z W m - � J W n Z F a aw n O n W � Q U Z Z w w om J m N (L(IJ� J Q O Z F m n > _ coy W N w Pl W m N N n n Ld W W Q' > H W O> rm J J >Q> Q W Fw mi a N)OoIB > li O [ O J m _ LL z n O X X X n n n rai n n a _ Li W W J w U e13 'OJ D Z J n W J m 3 33Vd5 N3d0 03NIV1NIVW ONV 3NM0 I i I z �M��8'd021d 3A1i10 8311d100V i i J D m � I � Z n p I I I I I O — I I 1 I dO I I a 5 Noole I \ f \ \ b oZ i o � W 'I zz [z � I �I o� o v� bZ o3b/b b d0 I N 2 m 7> 7 ON Zb13p do 10 O I\ ` \ �Z -b a �o sz oP a.. w o rn 9Z PR \ m o0 g 0.\vE<Z MPN"E g\DG Z d aJ a 3bN�, O w Qoxo3 N [Z W > xN�w WUH NN/pN3d 0 w H w [ a[ \ \\ w O z ai g _ x� J � Q O O] G cl� F Z W ~ TpVE w RI b pFtOF�. o [ Z . J Y 9[ - vw 00 3 m s W � � co � ae d O l[ In, t `I Q= aV)o 9 d r w w LLJ z Z 9[ Q Q O w0 O � � �I 8 S[ o3yN.Q 1N bW Z Z RR,,LL t Q(n O S J W213dp W j Q W 3W C XSC 1p W Q J W HLU m O JZ 6 Q b[ 0 Q > _ �� Z Q� = 9 3 W w a _ Q � o[ r` oo W o O o m ![ o[ 6 8 F[ d d d Z O X i z[ z[ PVESSTREET Zl j w PREP 9 WL \I 6 a � 9 C O [ Z w U z z Y I ¢ wU I I ~ LL 6fP+ s W W Q U IE 1Z z [If w O o = I I W LLJ� W � 7 NJ O' LL w y w co m LL I I H H H � O bU X X X W W W J w O � O z J w J N 1 ' H I I I Z I I I Q I I I F I I I J I I � z J I � _ O N I I I C) I I I a I I I O 1 I I a z J m !w 1 t N 0 Z a \ E 1 U \ L J \ i 6 B J \ r o �l FZ � N Z L CL m n JO a (no rn W L)N m W 0 W W N j J ��Y� \ �dm oU6o� o Z C \ s z O O o 0 \ ^ s l O Q N U) Ld 62 7 W 0 m Q J C) K 4J 00� \ LLJw \ ` NOr— LLA z o i� p w ZZ l o a z J3 e' x ' ? _ OaW O / N 1m \ZQ w_ wmm LIAV) // w�a CN O"JZ L3J V) 4, J WWO w /1/ o o LaJ V)V) 5�C 0// 5oL � 4— LLJ OO Z I <Z) O / W W // Oa /1 m Zlz Q O N / N dmm / o oyw m n a J of IIVa1311L3)1 N o SS.9 dOHda i g p a n N N 7 W < Z / O I (n GO N ,� 7e = I Z VI a O O V J` X Q 0' n N ¢ 0 0_ N / LLJ m \`N / N m I b m \ I ' N 3�1Iy0 / 8 371NbLy � N - m N qod N N d0� n t 0_ N d m m o 4 LJ 3 0 m L) a ie LJ LJ V) 3 Z a LLI m 3AIN0 3901N 3l1NVW - } V) a d W a � n O H LJ } LJ 1 ¢m oem d J F- J O N O O CE ___—SS.9.1SIX3 N N N N � 00 � V) � O j O� Am W _—_--__ -- aD a m Fw oI dm a)Dole 0: 0_ 0_ N V) V) it o f .. Lnl O r IJ_I 0_ 0' X x O $ 0_ 0_ LJ LJ J w w U J o x w�l I I W oW� 3 30 N3 03NIV1NIVY1 NV 03 0 1_ _ I I y I I ~ 0. SS.S'dO8d 3Nti0 N311dIJJtl v I J U) I I IcnI I z s l I a0m') I I 0 - i t I d w I I a 5-019 ,\ c b oe / 4F Le / o� ee U4 J � J I � H 03N/b13NddS N3d I N��e P2v b2 Alcoo 2 d b0H e 117�30 0 ss 8� OQ0 f Z a OJ w o <x rd - ,!`Sim / W U N m 'G7 ge bZ ,/ / Z J FUJUJ Ym eZ S 3 J x a jlE Q\OGE�R\VE PRO \\ / O O O in O pN \ aOle CDJ o M \ 03 30 bd8 Q w c�S LZ \ b�IN/bey�3d0 Uj/ N H' \ /b3d0 03NM BL oe Xsf 1072130 0 col - m a[ 7 h/ L a N'p,0 11 Sg„g ls�kd � U b[ U) 2 SL 91 W ~ f W \N Q S STOOPS DRIVE 1 o pROP.S' S b 1~ Z L N W iX ` V Ld 8l w S > W _ WL m z CIw O W Q= J T H �L (n0 9 w I Q W f O i y ^, ZZ Z y `V �� s[ a L U o o WLn w b a 03N/ Ob bdS J W V)W R SL b0)(6f 1�� Q o s 0 J O I JZ U) I Xsf 0 Z ¢D e b I 8 n: O 7 7 m 01 a f[ a I ` L a Q 0 6 8 I f, J � >G LL Q LU z[ \ TREET PROP'8 SS pVE55 \ ZL a s g & �� 2 f b S a„0p18 I w W O ° Lu L Z I U W W Vl -3: z W J W z s I II } V) I Q W }clo� W W 0 * W^ om r I I I Z J Q J (Y ¢ z mmi I Q I Z Z Z d o of z z W yJ Hlm Ln � O O> Am W coI 2:cn m Y a ' a / W o � � J Z I W J I I ' z I Ib ca ca a 0 � I I ° a f -_ w U—Z �w C) U L o Z EKE GOVNSRY a 1 ¢w L Z ❑ N � 6 9 LL ] rn `z al d m £l ZL o d Qrn ui > 2 10 W ro Z w u O W~UJN 0 L Z vi �v s O O Y m ra J O Is d O m w N J Q C� \ cn w —— M. ¢z u U<w 7 ao N\zQ L� waa o I AI I/1 ` V amain J you V J o z Ow0 Q L w w o O W O 3 O p o< — N �M Li W Cl O O-'dW N a J wwo _ a3 M O N ^ W OV Z Wm U N n N oN � n g LL m 10 N m � N I $�a N 1 p Q OC) W a a iB 0 m O z w � z z w m �7 d � O N LL m o vi M O X ¢m pm n in NO N N M �oo� O C) mm M O_ Y �W bW dLn J W S O� nm w �w mY a a H001B M (.D — W oo W J z M w U M OJ 0 z J M w J ~O W y i� XtC lm ' Q J 7 z Z n O U P S--,. f 0 of p / Q. z O N 03 -''a Vdsa / -kr` bt Sc J yoH//V3 o�3oo �s + A. o w w LU J O 9t to))�30 0 FZ ;a W > _m W m z Lu UWE- 6 0 w ui N (cn Q v st z ' 9t o p It ��A\VE. Q o w CD MANT4E 03ry[1NbdS O tv? N m [t boH3 7 B[ OZ k6VBF ZO�3(70 it _ 8[ { tl N�pl9 W J Q P[ cn t O S[ Q 9[ :., F •2 b ` C �1 1 [ L.L. L.L. 9[ V) ,.., x Q O � s t LU o. 9 LD. > CAI 9[ Z O J_ m w 5 a m S 03VOH%3 9 S[ Q: BF to H b[ 6 = 9 Z —A 0[ F{ O Z {{ 6 8 F[ L U 0{ [{ 1 t[ ^ t{ L.1... pVESSTREET' t[ '.p 6 :'.�.. 9 l 9 Q H F b S 'd yapie O LLJ O [ t p w it o] z I m n •s o I I om O ~x m� I o_ED ~ w 0~ �� s I ���""" D O > y w m^ O w nn w D-Ln J j 0> CD m w I I Z b LL I w / U � o z J w J Z a J 7 N Z 0 QR�VE o Z �pKE GUNS a 1 U L J a 6 g J x F— i a Ol W j` , rn `o JNj�y 41 £N N 0 du (n J p, Q rn DOVE Lu� > i�w m OpI X Ls o LU w O W,-L tP` w z w�WtNo J L—u Yu m YO Z Q v in d 1 ! O w J O m 1m cl >- y 1 = m o r O a • O O J Q � Q 5 � U pe tiA cn IVL,c NSR O O� o _ w — o Oz <w O'W NON U a vaai 0G o 9,d z 5 J NW ov o CV a `�6 O , W o o �� pEtp�O 3 0 ' ) i e Q Z o 0 a z N _ �i fA \Za IL Q N CL Q � N waa O U) Om x I ooyzd v 4 N N o z IV81 31113)1 O _Z J m a N Q ofly :�: o o-/ F— N Q O V M N N = 0 O M Q W_ Oh W N O '^ I z < a w O v J x J 11 1 N m N ry I N N i I N p � I a a is f Z w °vi O n Z_ z wm Q — J a w 3ANO 3941N 3l1NV z a ao n Q U X ¢m om w N W w0 N J O o N dI( No a � JOLLJ o�J m H U) z O m am fmN LLwa m0� LL o a a n_ z � M O O O - a M M M a s w o n o c7 O z J M W J 3- J-N 33VdS N3dO C13NIV1NIVh ONV O3NMO MI YOH / < I <� 3n1aaa311di»v m M ~ J I I � I � n O O I I U W n w N V M N w I I a I 5 N�Ol9 I l f 0l Alb / 4p Q o � O i O � O ll v 03b!INbbS N3do e �?� bl b O OHGe'p �3MM0 �pQ rl j. cP � J� Q d Sr 11 C) cf� O� d0 o j°0 rl O ds, J '00- a d SZ bl Z 0 (V Lu Od 8l E m GZ PNt\.E p\OGE Dp\v b N O C) d Q o 03N! IO bdS�ia O L1J w Q o X Zo 0 !Z b0��b3dp 3OIAI o cV wL w N B! 0l ksF W Z H N Mo O r n b! (n F-- Z St p < 8! 19 ! co a r = STOOPS DRIVE j b oc ! 0 r Y 9! r o S t0 j ^' O ` V u g 9 l[ F 4 L �— z O 9! z Q < b 4 T N W O b y H S! F 03N1b JbdS �� 9 S b0k/aAV ?dC sr 0 J O b! Q ' B = 9 Q N Q p Q 0 01 F! cn< 0- C- S O ` O 0 d d ao� X O !! 0- W z M1 0! 6 8 F[ Li O V _ Z! PNES STf(ff f Z! X Q W o B g f s I z b S n Noose I w o ! Z r w W u z_ z Y J z Q W s I I z ~ LLam " n � Q O w� � W F m O1 W o w p o z~ mn I I I i �, � o CL W Nw m^ W F = CL > J LL \ J O w z W j O> nm w I I c z :2 I OJ y ~ LL I a: a: C. o .0 c� O O O = e d d Q J w U O J W J y F co ' Q y N j a z N O 0 0 R U 0 a oO10VE U i_i'\AKEG J a e L Z c N J O OA L l a '� q^a m o G \\ \ bl �lN l6 w > =N"'m w U w F--ro Z 0 W FLdN Z ui m Yo� I o O o � O in Z n 11 N m 's ddo � 1 Fj II 6 w O0.. A U \NtaEp O \\ (n w az o O<w a? x 'za Maa — 01a-U tV w7VI w Jd7w I ) V1 V/O,w q O " `— o'oo `� O o3 o ^ �I z m 1Za N J B N Wad Y � 0 afN T� O Oz6W N i a 0 0 3 1ItlN131113H O a m N L X � W w w N 0 �8 n Z N v 1 K O N _ � m 3AIaQ 3�QIJ'311Nb'{.y r ok i N $�q F- am a la Z 0 2 W N o Q n J J Z Z w m 3A 3901N 3l1NVA F- a a y O n w � U X ¢m om _ Z � w W^ m N w N (n O ~F min N m U w Of W y J W� 2 w w J > �J yA LL v J Z w 2> W y FW _ LL a no e N cn x o m m — N a oc�i t Z u n N ro m n n n n n n d W o U J - J p Z � W J pJ 3 30VdS N3dO C13NIVINIVVI ONV(13 FJ83 co a �i ' F 0. 3�1210 N311dI77tl � m � J 7) z Z of O U it I w I I op 5 M001a I I m OZ O / [Z O / J / J ZZ H / Z ❑ c� ® p3b[v";,"N3020, 0 Oy/�O 3 O� FZ a Q o 8Z 107 3p �� W W U�LLI Fx-w 04 ZZ Z 0 w H ui m FZ 2 / J 2 Qv DZ P O 6Z 2 // F=-04 9Z O r 10 J O U) Z RAVE p3Nl"v dS N.B ON 1- S�E R`DGE D [Z bpy//r, p do n m 61 OZ a"6F 10, 0 _ 9[ [ U NOp,6 W J Q C) d[ U) Z S[ 9[ G[ T^ c F d STO PSDRNE [ W T~�� Z V1 0 9[ c+ Y Q Q m O s g l[ F A ® 9 ® W `7 V C uw 9[ UW y CZ 03Ni 1 Nbds 9 O S[ boy/bd = 6 ON y6F3d0 ® 6tlZ ►-� - 9 0[ F[ O [ Q � W 0[ 6 8 F[ Z[ H ® Z � ® Z[ pVES STREET 6 � i 8 l 9 � [ Z m J J Z Z I Q I ~ W a Uv I ¢n n 0 LLJ W � () X ¢m a I I Z ~ �x mm I ¢ my N W W' I W J d > J z z o wW m a U) N O J LL ~ � X U]� W J wQ U - J Z W J z Z Q J z O \lJ� U mz _Z ro Z �Ntav pµNE x a EKE CO � 1 J X is 6 a L Z o N cNo OL :W2 SE �l £l GO bl N �e W Q o X W W U N F gluP� Z 0 ul F uj N j J_ I Qv � J su w Z uj F v pm 4�Jr�J W O O J O Z Z 0 Q �N O F O O m _ d Q \4j0.Ep`O j y�N (n µ�E PSOOP o V 1 w Z �Fw _ \Z U aZ x ¢aa r--- OFU way Z W a� oa l/1 o Ad Z oo o < ^ O o = �7 O a W- N J tJ1 ` J� N -Z- 0 aLL r r l b yw O N o� IVU13lllD 0 N u SIGN M N SZP 7 W v POP M N N r o f ¢ POP 5 510 P U N Q V,78 f Z LU N N 2 N N LO 0 m I m M / n So l N �. N / POPS\ V Z n � CO N W Oi 0 o F U arc aN la f Z T m uLLo O n O ¢ w d m 3AIU0 390IU PAM — N a o M Q Z Z H a am in CO O_ O w n o m a N � N I"K m lm M L'L^J 0 ¢ F m m It OT Nw Wm 6 LJ W 0_ W J m' ZP t 5\GN w W W ¢ O> n m LL O a NJOIB PS SS P n J cy- Li N fW mX W O a m — (n Nt- oo LL m M ~ ~ Z m� M n n n n n n It X �_ ¢ ^� d Ld J w U � o M z � 30VdS N3d0 03NIV1NIVW ONV 03NMO vcw ¢ l H m ow 3AIU0 U31IdIJJV U ' Q j 5\0iN � P SZP P Et`'\N rn y o f P PPOPS 5 Op5 M Z O w m N M N U T w I i o s naves I I m m oZ 0 tZ tea' ZZ Qa ~ 03Ni 1 Nbb S N3d0 0 H�078 bOH Zb31 �3p 0 rZ d 0) 2�Wm W W U VF16 d° z >Z p H F w A YZ bZ O 70 SZ _ � 2 W J 9e �g cZao 14, R\DG��R\VE 03N 3Jbd'S°p�s O N O O � LZ bOIV&blNibW 3P3dp nJ co 0 wm 61 OZ 6F'0 2130 0 _� 8!w a •— L ti HOO'O w W w u~i y J w Q z o � U N a b! U Z p SL ) 9 G GL ! c G (I F S Sloops DRIVE �w 9, v 1 Q Q o 10 � S F-a m w0 Z w NN c o a r Q NT 91 Z _o U b r � 3 b � C--y 9 SL o �� 03Vo 1Nv� e a` S w k r3dC � B 1C F- 6 b[ w 9 Co Z F! O01 � G � w L1.J w !t r! Q �z Ot 6 8 Ny t[ a0 Zt V 1 ,.� Mies STREET zi W 6 Q 8 0 > ZZ 9 C L Z wo O Wti z n z W I \ < w s a I I L 3Y ¢m m I w� a I I I W Ln 0 0 0 mm ~ H w ow 'A W W w .J m^ W W W a > I 1 W m =w 'm a m�Ic m V) N O 3Y o I V a 00 LL O N ~ Z m o W w w U � O Z J w J / F Z Q H n J ll-,L�UII 7 rn Z _ O U COMPLETION AGREEMENT—SELF FUNDED This Completion Agreement("Agreement"), is made and entered into by and between the City of Fort Worth, ("City") and BYD TALON HILL DEVELOPMENT, LLC, a Texas Limited Liability Corporation, 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 60 acres of land located in the City, the legal description of which tract of real property is marked Exhibit "A"—Legal Description, attached hereto and incorporated herein for all purposes, ("Property"); and WHEREAS, the Developer intends to develop the Property as an addition to the City through plat FP 17-024 or E-S . and WHEREAS, the Developer and the City have entered into a Community Facilities Agreement relating to the development, Talon Hill Addition for Paving,Drainage,Water, Sewer, Street Lights and Street Signnes ("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 C ommunity 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 Three million Eight hundred and seventy-seven thousand four&95/100 Dollars ($3,877,004.95), hereinafter called the "Completion Amount". Notwithstanding 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 16 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 ME CFA Official Release Date: 07.01.2015 Page 2of16 the Property as provided herein is to guarantee the Devel_)per'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.go,, Confirmation Number: 817-392-7810 and/or CFA Division Email: CFA(? fortworthtexas.gov 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 16 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: BYD TALON HILL DEVELOPMENT, LLC 1105 Glade Road, Suite 100 Colleyville,TX 76034 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 4 of 16 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 5 of 16 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: BYD Talon Hill Development, LLC L / ShawnG Jesus J. Chapa Shawn Goff(Apr 17,- 19) Assistant City Manager Name: Shawn Goff Title: Manager Date: Apr 17,2019 Date: Apr 16,2019 Approved as to Form &Legality: Contract Compliance Manager: )etch lyd A NGCraoM I By signing I acknowledge that I am the Richard A.McCracken(Apr 17,2019) person responsible for the monitoring and Richard A. McCracken administration of this contract, including Assistant City Attorney ensuring all performance and reporting requirements. ATTEST: F V:O R O;•• •••0i Jennifer Ezernack for Janie Morales(Apr 17,2019) rA. L.; A Janie Morales r, Planning Manager Mary J, ayser(Apr 17, 0-2 19) f .•'tt'yt Mary J. Kayser City Secretary M&C: Date: City of Fort Worth, Texas Standard Completion Agreement—Self-Funded Revised 09.07.2017 JLE CFA Official Release Date: 07.01.2015 -- �- Page 6 of 16 OFFICIAL RECORD CITY SECRETARY FT. WORTH,T X 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 16 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 8of16 EXHIBIT A LEGAL DESCRIPTION BEING A TRACT OF LAND SITUATED IN THE G.S. RALL SURVEY,ABSTRACT NO. 1985, THE D.C. PACE SURVEY,ABSTRACT NO. 1245,AND B.B.B. &C.R.R. COMPANY SURVEY,ABSTRACT NO. 221, IN THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS,AND BEING A PORTION OF THAT CERTAIN TRACT OF LAND CALLED 87.504 ACRE TRACT OF LAND DESCRIBED BY DEED TO BYD TALON HILL DEVELOPMENT,LLC,AS RECORDED IN INSTRUMENT NUMBER D215288757, DEED RECORDS, TARRANT COUNTY, TEXAS, AND PORTION OF THE REMAINDER OF THAT TRACT OF LAND CALLED 178.859 ACRE TRACT OF LAND DESCRIBED BY DEED TO BYD TALON HILL LAND,LLC,AS RECORDED IN INSTRUMENT NUMBER D214222289, DEED RECORDS, TARRANT COUNTY, TEXAS, AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS; BEGINNING AT A 1/2 INCH IRON WITH CAP STAMPED "Landes&Assoc"FOUND FOR THE SOUTHWEST CORNER OF SAID 178.859 ACRE TRACT AND THE NORTHWEST CORNER OF LOT 1, BLOCK 1, LAKE WORTH UNITED METHODIST CHURCH ADDITION, AN ADDITION TO THE CITY OF FORT WORTH,AS RECORDED IN CABINET A, SLIDE 9121,PLAT RECORDS, TARRANT COUNTY, TEXAS, IN THE EAST LINE OF THAT CERTAIN TRACT OF LAND AS CONVEYED TO MMKL PROPERTIES, LLC, BY DEED RECORDED IN INSTRUMENT NUMBER D214111556, OF SAID DEED RECORDS; THENCE NORTH 00 DEGREES 33 MINUTES 10 SECONDS WEST, 784.73 FEET WITH THE WEST LINE OF SAID 178.859 ACRE TRACT TO A 1/2 INCH IRON WITH CAP STAMPED"Landes&Assoc"FOUND; THENCE NORTH 89 DEGREES 26 MINUTES 50 SECONDS EAST, 369.88 FEET TO A 5/8 INCH IRON WITH CAP STAMPED"ANA" SET FOR CORNER; THENCE NORTH 00 DEGREES 33 MINUTES 10 SECONDS WEST,445.00 FEET TO A 5/8 INCH IRON WITH CAP STAMPED"ANA" SET FOR CORNER; THENCE SOUTH 89 DEGREES 26 MINUTES 50 SECONDS WEST, 369.88 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR CORNER IN THE WEST LINE OF SAID 178.859 ACRE TRACT; THENCE NORTH 00 DEGREES 33 MINUTES 10 SECONDS WEST, 613.30 FEET TO A 5/8 INCH IRON ROD FOUND IN THE WEST LINE OF SAID 178.859 ACRE TRACT; THENCE NORTH 25 DEGREES 01 MINUTES 41 SECONDS WEST, 73.99 FEET TO A 1/2 INCH IRON ROD FOUND FOR THE SOUTHWEST CORNER,OF LOT 41,BLOCK A, THE City of Fort Worth, Texas Standard Completion Agreement—Self-Funded Revised 09.07.2017 JLE CFA Official Release Date: 07.01.2015 Page 9 of 16 WATERFRONT—PHASE I, AS RECORDED IN CABINET A, SLIDE 3463, OF SAID PLAT RECORDS; THENCE NORTH 63 DEGREES 38 MINUTES 01 SECONDS EAST, 1064.25 FEET WITH THE SOUTHERLY LINE OF SAID BLOCK A, TO A 1/2 INCH IRON ROD FOUND FOR THE EAST CORNER OF LOT 47, OF SAID BLOCK A; THENCE NORTH 83 DEGREES 56 MINUTES 18 SECONDS EAST, 40.00 FEET WITH THE SOUTH LINE OF LAKE COUNTRY DRIVE AS RECORDED IN CABINET A, SLIDE 3463, OF SAID PLAT RECORDS; THENCE NORTH 06 DEGREES 03 MINUTES 42 SECONDS WEST, 233.80 FEET WITH THE EAST LINE OF SAID LAKE COUNTRY DRIVE TO A 1/2 INCH IRON ROD FOUND IN THE CENTERLINE OF SAID LAKE COUNTRY DRIVE (80 FOOT R.O.W.); THENCE NORTH 83 DEGREES 56 MINUTES 18 SECONDS EAST, 40.00 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE EAST RIGHT-OF-WAY LINE OF SAID LAKE COUNTRY DRIVE; THENCE SOUTH 06 DEGREES 03 MINUTES 42 SECONDS EAST, 411.07 FEET WITH THE EAST RIGHT-OF-WAY LINE OF SAID LAKE COUNTRY DRIVE TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET; THENCE SOUTH 51 DEGREES 03 MINUTES 42 SECONDS EAST, 28.28 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR CORNER; THENCE NORTH 83 DEGREES 56 MINUTES 18 SECONDS EAST, 30.00 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR CORNER; THENCE SOUTH 06 DEGREES 03 MINUTES 42 SECONDS EAST, 50.00 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET; THENCE SOUTH 83 DEGREES 56 MINUTES 18 SECONDS WEST, 30.00 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR CORNER; THENCE SOUTH 38 DEGREES 56 MINUTES 18 SECONDS WEST, 28.28 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR CORNER; THENCE SOUTH 06 DEGREES 03 MINUTES 42 SECONDS EAST, 308.38 FEET A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE BEGINNING OF A CURVE TO THE LEFT; City of Fort Worth, Texas Standard Completion Agreement—Self-Funded Revised 09.07.2017 JLE CFA Official Release Date: 07.01.2015 Page 10 of 16 THENCE 454.80 FEET WITH THE ARC OF SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 30 DEGREES 18 MINUTES 01 SECONDS WITH A RADIUS OF 860.00 FEET,A TANGENT LENGTH OF 232.85 FEET AND A CHORD WHICH BEARS SOUTH 21 DEGREES 12 MINUTES 43 SECONDS EAST,449.52 FEET TO A 5/8 INCH IRON WITH CAP STAMPED"ANA" SET; THENCE SOUTH 83 DEGREES 11 MINUTES 40 SECONDS EAST,27.70 FEET TO A 5/8 INCH IRON WITH CAP STAMPED"ANA" SET FOR CORNER; THENCE NORTH 50 DEGREES 38 MINUTES 23 SECONDS EAST, 30.00 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR CORNER; THENCE SOUTH 39 DEGREES 21 MINUTES 37 SECONDS EAST, 50.00 FEET TO A 5/8 INCH IRON WITH CAP STAMPED"ANA" SET FOR CORNER; THENCE SOUTH 50 DEGREES 38 MINUTES 23 SECONDS WEST, 30.00 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR CORNER; THENCE SOUTH 04 DEGREES 28 MINUTES 25 SECONDS WEST,27.70 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE BEGINNING OF A CURVE TO THE LEFT; THENCE 19.62 FEET WITH THE ARC OF SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF O1 DEGREES 18 MINUTES 26 SECONDS WITH A RADIUS OF 860.00 FEET,A TANGENT LENGTH OF 9.81 FEET AND A CHORD WHICH BEARS SOUTH 43 DEGREES 00 MINUTES 44 SECONDS EAST, 19.62 FEET TO A 5/8 INCH IRON WITH CA STAMPED "ANA" SET; THENCE SOUTH 43 DEGREES 39 MINUTES 57 SECONDS EAST, 588.94 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE BEGINNING OF A CURVE TO THE RIGHT; THENCE 481.55 FEET WITH THE ARC OF SAID CURVE TO THE RIGHT THROUGH A CENTRAL ANGLE OF 21 DEGREES 23 MINUTES 18 SECONDS WITH A RADIUS OF 1290.00 FEET,A TANGENT LENGTH OF 243.61 FEET AND A CHORD WHICH BEARS SOUTH 32 DEGREES 58 MINUTES 18 SECONDS EAST, 478.76 FEET TO A 5/8 INCH IRON WITH CAP STAMPED"ANA" SET; THENCE SOUTH 70 DEGREES 05 MINUTES 29 SECONDS WEST, 80.07 FEET TO A 5/8 INCH IRON WITH CAP STAMPED"ANA" SET FOR CORNER,ALSO BEING THE BEGINNING OF A CURVE TO THE LEFT; THENCE 448.38 FEET WITH THE ARC OF SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 21 DEGREES 13 MINUTES 54 SECONDS WITH A RADIUS OF City of Fort Worth, Texas Standard Completion Agreement—Self-Funded Revised 09.07.2017 JLE CFA Official Release Date: 07.01.2015 Page 11of16 1210.00 FEET,A TANGENT LENGTH OF 226.79 FEET AND A CHORD WHICH BEARS NORTH 33 DEGREES 03 MINUTES 00 SECONDS WEST,445.82 FEET TO A 5/8 INCH IRON WITH CAP STAMPED"ANA" SET; THENCE NORTH 43 DEGREES 39 MINUTES 57 SECONDS WEST, 266.51 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR CORNER; THENCE SOUTH 46 DEGREES 20 MINUTES 03 SECONDS WEST, 123.24 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR CORNER; THENCE SOUTH 18 DEGREES 14 MINUTES 59 SECONDS WEST, 20.00 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE BEGINNING OF A CURVE TO THE LEFT; THENCE 50.29 FEET WITH THE ARC OF SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 57 DEGREES 37 MINUTES 32 SECONDS WITH A RADIUS OF 50.00 FEET,A TANGENT LENGTH OF 27.50 FEET AND A CHORD WHICH BEARS SOUTH 79 DEGREES 26 MINUTES 13 SECONDS WEST,48.20 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET; THENCE NORTH 43 DEGREES 39 MINUTES 57 SECONDS WEST, 115.14 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR CORNER; THENCE SOUTH 46 DEGREES 20 MINUTES 03 SECONDS WEST, 303.74 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR CORNER; THENCE SOUTH 43 DEGREES 39 MINUTES 57 SECONDS EAST, 116.01 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE BEGINNING OF A CURVE TO THE LEFT; THENCE 100.65 FEET WITH THE ARC OF SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 115 DEGREES 19 MINUTES 58 SECONDS WITH A RADIUS OF 50.00 FEET,A TANGENT LENGTH OF 78.99 FEET AND A CHORD WHICH BEARS SOUTH 22 DEGREES 52 MINUTES 09 SECONDS EAST, 84.49 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE BEGINNING OF A CURVE TO THE RIGHT; THENCE 16.09 FEET WITH THE ARC OF SAID CURVE TO THE RIGHT THROUGH A CENTRAL ANGLE OF 36 DEGREES 52 MINUTES 11 SECONDS WITH A RADIUS OF 25.00 FEET,A TANGENT LENGTH OF 8.33 FEET AND A CHORD WHICH BEARS SOUTH 62 DEGREES 06 MINUTES 03 SECONDS EAST, 15.81 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR CORNER; City of Fort Worth, Texas Standard Completion Agreement—Self-Funded Revised 09.07.2017 JLE CFA Official Release Date: 07.01.2015 Page 12of16 THENCE SOUTH 43 DEGREES 39 MINUTES 57 SECONDS EAST, 188.56 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE BEGINNING OF A CURVE TO THE RIGHT; THENCE 78.59 FEET WITH THE ARC OF SAID CURVE TO THE RIGHT THROUGH A CENTRAL ANGLE OF 06 DEGREES 25 MINUTES 58 SECONDS WITH A RADIUS OF 700.00 FEET,A TANGENT LENGTH OF 39.34 FEET AND E\, CHORD WHICH BEARS SOUTH 40 DEGREES 26 MINUTES 58 SECONDS EAST, 78.55 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR CORNER; THENCE SOUTH 52 DEGREES 46 MINUTES 01 SECONDS WEST, 128.26 FEET TO A 5/8 INCH IRON WITH CAP STAMPED"ANA" SET FOR CORD ER THENCE SOUTH 31 DEGREES 57 MINUTES 13 SECONDS EAST, 80.64 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR CORNER; THENCE SOUTH 26 DEGREES 03 MINUTES 19 SECONDS EAST, 61.24 FEET TO A 5/8 INCH IRON WITH CAP STAMPED"ANA" SET FOR CORNER IN THE NORTH RIGHT- OF-WAY LINE OF TALON DRIVE(50 FOOT RIGHT-OF-WAY); THENCE NORTH 69 DEGREES 50 MINUTES 16 SECONDS EAST, 110.13 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR CORNER; THENCE NORTH 23 DEGREES 16 MINUTES 59 SECONDS EAST,27.51 FEET TO A TO A 5/8 INCH IRON WITH CAP STAMPED"ANA" SET IN THE WESTERLY RIGHT-OF-WAY LINE OF INTREPID DRIVE (50 FOOT RIGHT-OF-WAY); THENCE NORTH 69 DEGREES 50 MINUTES 01 SECONDS EAST, 50.11 FEET TO A TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR CORNER; THENCE SOUTH 66 DEGREES 36 MINUTES 47 SECONDS EAST, 28.99 FEET TO A 5/8 INCH IRON WITH CAP STAMPED"ANA" SET FOR CORNER IN THE NORTH RIGHT- OF-WAY LINE OF SAID TALON DRIVE; THENCE NORTH 69 DEGREES 50 MINUTES 16 SECONDS EAST, 220.13 FEET TO A 5/8 INCH IRON WITH CAP STAMPED"ANA" SET; THENCE SOUTH 20 DEGREES 27 MINUTES 29 SECONDS EAST, 50.00 FEET TO A 5/8 INCH IRON WITH CAP STAMPED"ANA" SET; THENCE SOUTH 64 DEGREES 56 MINUTES 47 SECONDS EAST,28.18 FEET TO A 5/8 INCH IRON WITH CAP STAMPED"ANA" SET IN THE WEST RIGHT-OF-WAY LINE OF TALON BLUFF DRIVE(50 FOOT RIGHT-OF-WAY); 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 16 THENCE SOUTH 19 DEGREES 48 MINUTES 53 SECONDS EAST, 110.00 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE NORTHEAST CORNER OF LOT 4, BLOCK M, TALON HILL ADDITION; THENCE SOUTH 69 DEGREES 50 MINUTES 16 SECONDS WEST, 259.06 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET IN THE EAST RIGHT-OF-WAY LINE OF SAID INTREPID DRIVE; THENCE SOUTH 20 DEGREES 09 MINUTES 44 SECONDS EAST, 108.13 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE BEGINNING OF A CURVE TO THE RIGHT; THENCE 4.83 FEET WITH THE ARC OF SAID CURVE TO THE RIGHT THROUGH A CENTRAL ANGLE OF O1 DEGREES 00 MINUTES 21 SECONDS WITH A RADIUS OF 275.00 FEET,A TANGENT LENGTH OF 2.41 FEET AND A CHORD WHICH BEARS SOUTH 19 DEGREES 39 MINUTES 33 SECONDS EAST, 4.83 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR CORNER; THENCE SOUTH 70 DEGREES 50 MINUTES 37 SECONDS WEST, 170.00 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE NORTHWEST CORNER OF LOT 20, BLOCK K; THENCE NORTH 84 DEGREES 16 MINUTES 57 SECONDS WEST, 28.73 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET IN THE EAST LINE OF SAID LOT 1, BLOCK 1, LAKE WORTH UNITED METHODIST CHURCH ADDITION; THENCE NORTH 05 DEGREES 43 MINUTES 03 SECONDS EAST, 35.72 FEET WITH THE EAST LINE OF SAID LOT 1, BLOCK 1, LAKE WORTH UNITED METHODIST CHURCH ADDITION TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR CORNER; THENCE NORTH 44 DEGREES 41 MINUTES 50 SECONDS WEST, 29.66 FEET TO A 1/2 INCH IRON ROD WITH CAP STAMPED "LANDES"FOUND FOR THE NORTHEAST CORNER OF SAID LOT 1, BLOCK 1, LAKE WORTH UNITED METHODIST CHURCH ADDITION; THENCE SOUTH 89 DEGREES 28 MINUTES 08 SECONDS WEST, 1340.27 FEET TO THE PLACE OF BEGINNING, AND CONTAINING 2,607,901 SQUARE FEET OR 59.87 ACRES OF LAND, MORE OR LESS. 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 16 City of Fort Worth, Texas Standard Completion Agreement—Self-Funded Revised 09.07.2017 ME CFA Official Release Date: 07.01.2015 Page 15 of 16 EXHIBIT B APPROVED BUDGET Section I Water $638,739.00 Sewer $748,370.00 Sub-total $1,387,109.00 Section II Interior Streets $1,693,411.45 Storm Drains $626,842.00 Sub-total $2,320,253.45 Section III Street Lights $169,642.50 Sub-total $169,642.50 TOTAL $3,877,004.95 City of Fort Worth, Texas Standard Completion Agreement—Self-Funded Revised 09.07.2017 JLE CFA Official Release Date: 07.01.2015 Page 16 of 16