Loading...
HomeMy WebLinkAboutContract 52944 Received Date: 10/18/19 Received Time: 9:27 AM Developer and Project Information Cover Sheet: Developer Company Name: Pate Ranch Single Family,LP Address,State,Zip Code: 10210 N.Central Expressway, STE 300,Dallas,TX 75231 Phone&Email: 972-762-3900,jhawes&rovidentrealty.net Authorized Signatory,Title: Julian Hawes,Jr. ,Authorized Signatory Project Name: Tavolo Park Phase IIl-A Brief Description: Water, Sewer,Paving, Storm Drain, Street Lights Project Location: 7Bounded by Bluebill Pl.,Foxstem Ln,&Harris Parkway Plat Case Number: FP-19-072 Plat Name: Tavolo Park Mapsco: Council District: 6 CFA Number: CFA19-0087 City Project Number: 102208 City of Fort Worth,Texas OF IC'AL RECORD Standard Community Facilities Agreement-Tavolo Park Phase III-A CFA Official Release Date:02.20.2017 01Y SECRETARY Page 1 of 11 F.T. WORTH,TX STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. 52944 WHEREAS, Pate Ranch Single Family, LP , ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as Tavolo Park Phase III-A ("Project") within the City or the extraterritorial jurisdiction of Fort Worth, Texas ("City"); and WHEREAS, the City has no obligation to participate in the cost of the Improvements or Project; and WHEREAS,any future City participation in this CFA is subject to the availability of City funds and approval by the Fort Worth City Council and shall be memorialized as an amendment to this Agreement; and WHEREAS, the Developer and the City desire to enter into this Community Facilities Agreement ("CFA" or "Agreement") in connection with the collective Improvements for the Project. NOW,THEREFORE,for and in consideration of the covenants and conditions contained herein,the City and the Developer do hereby agree as follows: General Requirements A. The Policy for the Installation of Community Facilities ("Policy") dated March 2001, approved by the City Council of the City of Fort Worth, as amended, is hereby incorporated into this Agreement as if copied herein verbatim. Developer agrees to comply with all provisions of said Policy in the performance of its duties and obligations hereunder and to cause all contractors hired by Developer to comply with the Policy in connection with the work performed by said contractors. B. Developer shall provide financial security in conformance with paragraph 6, Section II, of the Policy and recognizes that there shall be no reduction in the collateral until the Project has been completed and the City has officially accepted the Improvements. Developer further acknowledges that said acceptance process requires the Developer's contractor(s) City of Fort Worth,Texas Standard Community Facilities Agreement-Tavolo Park Phase III-A CFA Official Release Date:02.20.2017 MY SEii,;' Page 2 of 11 FT. WORTH, X 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)s ,,, Sewer(A-1)' ,Paving(B) ;O, Storm Drain(13-1)P; Street Lights & Signs (C) ®f. E. The Developer shall award all contracts for the construction of the Improvements in accordance with Section II,paragraph 7 of the Policy and the contracts shall be administered in conformance with paragraph 8, Section 11, of the Policy. Developer shall ensure its contractor(s)pays the then-current City-established wage rates. F. For all Improvements included in this Agreement for which the Developer awards construction contract(s), Developer agrees to the following: i. To employ a construction contractor who is approved by the director of the department having jurisdiction over the infrastructure to be constructed, said contractor to meet City's requirements for being prequalified, insured, licensed and bonded to do work in public ways and/or prequalified to perform water/wastewater construction as the case may be. ii. To require its contractor to furnish to the City a payment and performance bond in the names of the City and the Developer for one hundred percent (100%) of the contract price of the infrastructure, and a maintenance bond in the name of the City for one hundred percent (100%) of the contract price of the infrastructure for a period of two (2) years from the date of final acceptance insuring the maintenance and repair of the constructed infrastructure during the term of the maintenance bond. All bonds to be furnished before work is commenced and to meet the requirements of Chapter 2253, Texas Government Code. City of Fort Worth,Texas Standard Community Facilities Agreement-Tavolo Park Phase III-A 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 (ACCORD 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-Tavolo Park Phase III-A 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-Tavolo Park Phase III-A CFA Official Release Date: 02.20.2017 Page 5 of 11 N. Upon completion of all work associated with the construction of the Improvements, Developer will assign to the City a non-exclusive right to enforce the contracts entered into by the Developer with its contractor along with an assignment of all warranties given by the contractor,whether express or implied. Further,Developer agrees that all contracts with any contractor shall include provisions granting to the City the right to enforce such contracts as an express intended third party beneficiary of such contracts. O. Inspection and material testing fees are required as follows: i. Developer shall pay in cash water and wastewater inspection fees and material testing fees equal to two percent(2%) for a total of 4% of the developer's share of the total construction cost as stated in the construction contract. ii. Developer shall pay in cash paving and storm drain inspection fees equal to four percent(4%) and material testing fees equal to two percent(2%) for a total of 6% of the developer's share of the total construction cost as stated in the construction contract. iii. Developer shall pay in cash the total cost of streetlights or if the city is not installing the streetlights, inspection fees equal to four percent(4%) of the developer's share of the streetlight construction cost as stated in the construction contract. iv. Developer shall pay in cash the total cost of street signs. P. COMPLETION WITHIN 2 YEARS i. Developer shall complete the Improvements within two (2) years, provided, however, if construction of the Improvements has started within the two year period,the developer may request that the CFA be extended for one additional year. ii. Nothing contained herein is intended to limit the Developer's obligations under the Policy, this Agreement, its financial guarantee, its agreement with its contractor or other related agreements. iii. The City may utilize the Developer's financial guarantee submitted for this Agreement to cause the completion of the const,uction 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-Tavolo Park Phase III-A 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-Tavolo Park Phase III-A CFA Official Release Date:02.20.2017 Page 7 of 11 Cost Summary Sheet Project Name: Tavolo Park Phase III-A CFA No.: CFA 19-0087 City Project No.: 102208 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 $ 272,694.00 2.Sewer Construction $ 343,995.00 Water and Sewer Construction Total $ 616,689.00 B. TPW Construction 1.Street $ 648,007.30 2.Storm Drain $ 175,774.00 3.Street Lights installed by Developer $ 73,397.04 4. Signals $ - TPW Construction Cost Total $ 897,178.34 Total Construction Cost(excluding the fees): $ 1,513,8671.34 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 12,333.78 D. Water/Sewer Material Testing Fee(2%) $ 12,333.78 Sub-Total for Water Construction Fees $ 24,667.56 E. TPW Inspection Fee(4%) $ 32,951.25 F. TPW Material Testing(2%) $ 16,475.63 G. Street Light Inspsection Cost $ 2,93).88 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 52,36 2.76 Total Construction Fees: $ 77,033.32 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 1,513,867.34 Completion Agreement=100%/Holds Plat $ 1,513,867.34 x Cash Escrow Water/Sanitary Sewer-125% $ 770,861.25 Cash Escrow Paving/Storm Drain=125% $ 1,121,472.93 Letter of Credit=125%w/2 r expiration period $ 1,892,334.18 City of Fort Worth,Texas Standard Community Facilities Agreement-Tavolo Park Phase III-A 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 Pate Ranch Single Family,LP �rsu.� vim ' Dana 8ucghdoff(Oct 17,20 Dana Burghdoff Interim Assistant City Manager Date: Oct 17,2019 Julian Hawes,A(Oct 16,2019) Name: Julian Hawes, Jr. Recommended by: Title: Authorized Signatory / Date: Oct 16,2019 Evelyn 5(Oct 16,2019) 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. NcCraa&n requirements. Richard A.McCracken(Oct 17,2019) Richard A. McCracken Assistant City Attorney Jennifer Ezernack on behalf of Janie Morales(Oct 17,2019) M&C No. NSA Name: Janie Morales Date: Title: Development Manager Form 1295: N/A (rQRT~� ATTEST: Mary Kayser(Oct 18,2019) �a•• Mary J. Kayser/Ronald Gonzales TEX..; City Secretary/Assistant City Secretarym City of Fort Worth,Texas rFT- CIAL RECORD Standard Community Facilities Agreement-Tavoto Park Phase III-A SECRETARY CFA Official Release Date: 02.20.2017 Page 9 of 11 WORT 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-Tavolo Park Phase III-A CFA Official Release Date:02.20.2017 Page 10 of 11 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 102208 None. City of Fort Worth,Texas Standard Community Facilities Agreement-Tavolo Park Phase III-A CFA Official Release Date: 02.20.2017 Page 11 of 11 DAP 41D PROPOSAL SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist item Specification Unit of Bid No Description Section No. Measure Quantity Unit Price Bid Value UNIT :WATE IMPROVEMENTS 1 3312.0117 Connection to Existing 4'-12'Water Main 331225 EA 4 $1,100.00 $4,400.00 2 3312.20031"Water Service 3311 11 EA 93 $1,000.00 $93,000.00 3 3311.0261 8'PVC Water Pipe 3311 12 LF 3795 $27.00 $102,465.00 4 3305.0109 Trench Safety 3511 11 LF 3795 $0.20 $759.00 5 3312.3003 8'Gate Valve 3611 11 EA 9 $1,330.00 $11,970.00 6 3312,0001 Fire Hydrant 371111 EA 10 $4,150.00 $41,500.00 7 3305.0003 8'Waterline Lowering 3811 11 EA 1 $2,500.00 $2,500.00 8 3311.0001 Ductile Iron Water Fittings wl Restraint 391111 TON 3.02 $5,000.00 $15,100.00 9 3311.0242 8'PVC Water Pipe,CSS Backfill 3311 10,33 L.F 20 $50.00 $1,000.00 10 11- 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 T TAL UNIT I.WATER IL4PBOVEMENTS! $272,694.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECWXATMN DOCUN TS-DEVELOPER AWARDED PROJECTS Form Venion Msy 22,200 0042 43 Did Pwpmd_DAP Ud11Cw(1) 00 42 43 DAP-BID PROPOSAL Pape 2 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information _ Bidlist Item Specification Unit of Bid No. Description Section No. I Measure Quantity Unit Price Bid Value UNIT X RVE ETS 1 9999.0001 Connection to Existing 8"Sewer Line 00 00 00 EA 3 $600.00 $1.800.00 2 3339.1001 4'Manhole 33 39 10, EA $72,000.00 33 39 20 18 $4,000.00 3311 10, 3 3331.4115 8"Sewer Pipe 3331 12, LF 3491 $36.00 $125,676.00 33 31 20 4 3331.3101 4"Sewer Service 3331 50 EA 93 $1,100.00 $102.300.00 5 3305.0109 Trench Safety 330510 LF 3491 $1.00 $3,491.00 6 3305.0113 Trench Water Stops 33 05 15 EA 18 $300.00 $5,400.00 331110. 7 3331.4116 8"Sewer Pipe,CSS Backfill 3331 12, LF 173 $50.00 $8,650.00 33 31 20 8 3301.0002 Post-CCTV Inspection 33 01 31 LF 3491 $2.00 $6,982.00 9 3301.0101 Mahole Vacuum Testing 33 01 30 EA 18 $110.00 $1.980.00 10 3339.0001 Epoxy Manhole Liner 33 01 30 VF 27.8 $270.00 $7,506.00 11 330&0106 Manhole Adjustment,Major 330514 EA 1 $500.00 $500.00 12 3339.1003 4'Extra Depth Manhole 33 39 10, VF 51.4 $150.00 $7,710.00 33 39 20 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 TOTAL UNIT II:SANITARY SEWER IMPROVEMEN:FSt $343,995.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Foam Vehwo May 22,2019 00 42 43_Bid P,opwaLDAP-Utilities(1) SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No. Description 1. Section No. Measure Quantity Unit Price Bid Value UNIT III:DRAINAGE VE NTS 1 3349.5001 10'Curb Inlet 33 49 20 EA 8 $3,900.00 $31,200.00 2 3349:500215'Curb Inlet 33 49-20- EA 4 -K400.00 $2500:00 3 3341.0201 21-RCP,Class III 3341 10 LF 178 $60.00 $10,680.00 4 3341.0205 24-RCP,Class III 3341 10 LF 615 $70.00 $43,050.00 5 3341.0409 48-RCP,Class III 33 41 10 LF 247 $192.00 $47,424.00 6 3349.0001 4'Storm Junction Box 334910 EA 1 $4,800.00 $4,800.00 7 3349.0002 5'Storm Junction Box 33 4910 EA 1 $5,600.00 $5,600,00 8 3305.0105 Inlet Adjustment 330514 EA 2 $3,450.00 $6,900.00 9 3305.0109 Trench Safety 330515 LF 1040 $0.50 $520.00 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 T TAL UN17111:DRAINAGE WPRQVEMENTSr $175,774.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECRICATION DOCUMENTS-DEVELOPER AWARDED PROEM Form Vmioa May 22,2019 00 42 43-Bid Proposal DAP_Ut1 ilia(1) 00 42 43 DAP-BID PROPOSAL Pyle 7 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidiist Item Specification Unit of Bid No. Description Specification No. Meure Quantity Unit Price Bid Value ss Bid Summury UNIT 1:WATER IMPROVEMENTS $272,694.00 UNIT II:SANITARY SEWER IMPROVEMENTS $343,995.00 UNIT III:DRAINAGE IMPROVEMENTS $175,77.4.00 UNIT IV:PAVING IMPROVEMENTS UNIT V:STREET LIGHTING IMPROVEMENTS _ UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS Total Construction Bid $792 463.00 This Bid Is submitted by the entity named below: BIDDER: BY:John urns Burasco Construction,Inc. 6331 Southwest boulevard Benhrook,Texas 76132 TITLE: Presidenif DATE: September 13,2019 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 90 working days after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC MATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Vasion May 22,2019 00 42 43 Bid PMF0 -DAP-Iltiiii0(1) 00 42 43 DAP-010PROPOSAL Page 4 or 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlisl(tern Specification Unit of Bid No. Descnptlon Section No. hinsure QuaxitY Unit Price Bid Vglue _ 1 3213.0501 BanierFne-Ramp,Type R-1_ _ 02 41 13- --Elm--�10 2-050b0 —�$2"WOO 2 _ 3213.0506 Barrier Free Ramp,Type P-1 321320 — EA 4 $1.760.00 7 000.00 3_ 3213.0301 4"Conc Sidewsk 32 13 20—_ SF 22459 $6.0 $112,295.00 4 3213.0101 6"Cone Pvmt �- — 321313 SY 12712_ $33.20 $422,038.40 -5 3211.0501 6"Lime Treatment-- - 321129 SY 13558 $2.55 $34 572.90 _ 6— 3211.0400 H ated Urrle 9 30lh s _321129 TN 203 $160.00 $32,480.00 7 3441.4003 FurnisWinstadl Alum Sinn Ground Mount City 347113 _ EA 12 $500.00 $8 000.00 a.._-_.3471.0001 Traffic Control -- - - 367113 _ _ MO -2 _$2,500.00 $5 000.00 9 3292.0100 Block Sod Placement _ 32 9213 _ SY 312t_ $1.00 121.00 10 3125.0101 SWPPP t 1 acre � w - 31 25 00 LS 1 - 5 000.00 $5,000.00 12 1315 14 16 17 18 — -- 20 21 22 23 -- _24 - 25 ---- _ 27 28 29 30 31 32 - 33 34 ___-- 35 36 37 38 39 - --- - 40 41 42 -43 44 45 -- -- - ----__ _ TOTAL UNff IV:PAVING PR $648,007.30 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Venion May 22,2019 00 42 43_5id Propoa■1 DAP P■ring.ab 00 42 43 D•V•mD PROPOSAL Pap 1 or7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information I Bidders Proposal Bidiist Item SpeNfication Undo[ Bid No. DescripfiOa Section Na 1 W.:asap Q--ity Unit (d Value Bid Summary UNIT I:WATER IMPROVEMENTS UNIT 11:SANITARY SEWER IMPROVEMENTS _ UNIT III:DRAINAGE IMPROVEMENTS UNIT IV.PAVING IMPROVEMENTS $848 007.30 UNIT V.STREET LIGHTING IMPROVEMENTS UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS Total Construction Bid $648,007.301 This Bid b submitted by the entity named below: BIDDER: BV:(ALE Gib$ATI1 GILCO CON-MCTLNG.INC. �1 6331 SOVi HEST BOULEVARD TITLE REST BENBROOK,TX76132 DATE: Cow tractor agrees to complete WORK for FINAL,ACCEPTANCE within 75 warring days after the date when the CONTRACT commences to run as provided In the General Conditions. END OF SECTION CtTr OF FORT WORTH STAN"WQOWW''CrMWTPE tMATTOer 00CVMEIRS•0SVCL0F9t A*ARDEDFR03ECTS Fans Varian Mn 22.3919 00 42 U W FnAM DA►}wiK Xh SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Descspecification Unit of Bid No. n1OD Section No. Measure Quantity UnitPriee Bid Value IT V:STREET LIGI N OV ,S 1 2605.3015 2"CONDT PVC SCH.80(T) 26 05 33 -LF — 730 -$12.00 $8,760.00 2 3441,1408 NO 6 Insulated Elec Condr 344110 LF 2190 $1.00 $2,190.00 3 3441.3050 Fumish/Install LED L gtttirtq Fbdure(70 watt 34 41 20 EA 16 $500.00 ATBO Cobra Head) $8,000,00 4 3441.3301 Rdwy Mum Foundation TY 1,2,and 4 34 41 20 EA 16 $1,050.00 $16,800.00 5 3441.3351 Furnistdinstall Rdway Illurn TY 11 Pole 34 41 20 EA 16 $2,352.94 $37,647.04 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 20 _30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 TOTAL UNIT V:STREET LIGHTINGIMPROVEM $73.397.04 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Venlon Mey 22,2019 00 42 477 Bid Pmpont_DAP Streit LiyMrsb 00 42 43 DAP-DID PROPOSAL PW 7 or 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Biddez's Proposal Bidlist Item Specification Unit of Bid No. Description Specification No. Measure Quantity Unit Price Bid Value Bid Summary UNIT I:WATER IMPROVEMENTS UNIT II:SANITARY SEWER IMPROVEMENTS UNIT III:DRAINAGE IMPROVEMENTS UNIT IV:PAVING IMPROVEMENTS UNIT V:STREET LIGHTING IMPROVEMENTS $73,397.04 UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS Total Construction Bid $73,397.04 This Bid is submitted by the entity named below: BIDDER: BY:Wesley 7s lore r,C&S Utility Contracto Ina // 6705 Highway 287 r`�'`' TITLE:President Arlington,Texas 76001 DATE: Contractor agrees to complete WORK for FINAL ACCEPTANCE within 40 working days after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version Mey 22,2019 00 42 43_DW Pmpowl_DA P Slnel LIShu,xh — u / Iuu i J < v � � a 0 z U 5 Lx � W I M ' SA E (GO N 10i SITE BENBROOK LAKE s o .. J O CPN 102208 MAPSCO NO. 102G N y D DDO 60D C 7 m GRAPHIC SCALE IN FEET ESiI SCALE;1'=200 h. F z a �`� OwNERAEVELOPER: "�' DUNAWAY VICINITY MAP PA 7E RANCH COMMERCIAL,FAMILY LP 3 PATE RANCH 51N4Y£FAMILY, LP 10210 N. CEN7RAL EXPRESSWAY SUITE 300 L DALLAS TEXAS 75231 sso Bailey Avenue. l:81 .33 . 121 wor11, texas 76107 TAV O LO PARK PH 111 A BONE.(972) 'JW-4152 m Te1:817.3 i5 1121 o (iX REG F-1114j FAX.(972) 238-8373 (SHEET 1 OF 7) DATE:AUGUST 28,2019 O a UTILITY LEGEND —W— PROPOSED WATER LINE PROPOSED FIRE HYDRANT EXISTING 8� WL 20 21 22 CPN 100549 23 24 25 26 27 - 1 K 12 \ t • � 1 t o zoo aoo t- LO K LO K 1 -� ( A GRAPHIC SCALE IN FEET 24 2511 1� 1 2 3 I t l 301 SCALE:1.^=200 ft. ` .• t f 11 ll 6 I 1 t I r tl i \^, 3 31t , i � ✓ i , ! m 5 t 1 22 i l 35 1 321 \ j 21 1 I 34 6 1 l y 33t1 t 3 32 8 1 y 35 \ j; , 18 /rl }f t 1 EXISTING 12' WL a31 9 t 6t CPN:101805 \ 17 i -� 1 3 ;.• `. C \ `\ 16 30 11 10 ill } 37t -151: `k "•'' \.• 15 �' �r 29 12 }l 1 \\''.• 14 // 28 1313 - 1 C` 16 25 //23 24 18 / ' 2 1 i� t I) </ / 4 3 12 1}I t} 3 }t �\ 5 O K1 t �1t 41 6 11 8 EXISTING 12" V& \ �:�� ° 7 10 lt� �1} t 9 / CPN:101805 18 m t 6t}t tl 1 t / / t 'qp 19 17 t 8 9 t 71 1 1 ` WR.O.W r lt} 21 15 — BLOCK 1 8 }t 22 - t't OWNERIOEIaOPER: DUNAWAY EXHIBIT A PATE RANCH CINGZ--FAMILY LP E PATE RANCH S/NGrE FAMILY, LP 10210 N. CENTRAL EXPRESSWAY SUITE 300 WATER IMPROVEMENTS L DALLAS; TEXAS 75231 550 Bailey Avenue•Suite 400•Fort Worth,Texas 76107 PHONE(972) 385-4152 m Tel:8 17.335.1121 TAVOLO PARK PH IIIA FAX.•(972)239-8373 c (TXREG.F-1114) C (SHEET PN 1022Q8 k DATE.,AUGUST 28,2019 0 a NOTE: ALL PROPOSED SEWER LINES ARE E' AND \` UTILITY LEGEND MANHOLES ARE 4'UNLESS STATED OTHERWISE —$$— PROPOSED SS LINE PROPOSED SS MANHOLE EXISTING 8" SS \ CPN 100549 _-� STRADA COVE 200 400 GRAPHIC SCALE IN FEET SCALE:1"=200 ft. Ul It G EXISTING 10" SS 1 CPN: 101805 $ EXISTING 30" SS \ SEWER PROJECT #54-013141-00 j FILE NO. X-13267 \ EXISTING 8" SS AIREF' CPN: 101805 Q tV Q � _ _ _ FOXSTEM LANE Y DWNER/DEVEIOPER: '' [MNAWAYEXHIBIT A-1PAIE RANCH TNaERGAL LP PAIL RANCH S/NGLE FAAI/LY, LP SANITARY SEWER IMPROVEMENTS 10210 N. CEN7RAL EXPRESSWAY SU17E 300 550 Bailey Avenue•St ite 400•Fat Worth,Texas 76107 DALLA5: 7EXAS 75231 T&817.M1121 TAVOLO PARK PH IIIA PHONE.(972) 385-4152 p (1X REG F-111 FAX(972) 239-8373 (SHEET 3 OF 7) CPN 102208 DATE:AUGUST28,20r9 g a PAVING LEGEND SIDEWALK BY HOMEBUILDER SIDEWALK BY DEVELOPER \ (TYP)-B/50'ROW - O H.C.RAMPS BY - - � -- DEVELOPER '17 — —i -- zoo 400 I " .I GRAPHIC SCALE IN FEET Ix SCALE:1%200ft. 49 12 I " E o or, e\ t 11 i 'II gg Z O OWV?/-DEVROPER. DUNAWAYEXHIBIT BPATE RANCH SINUE FAMI LP PATE RANCH SINGLE FAAtiLY, LP PAVING IMPROVEMENTS 10210 N. CENTRAL EXPRESSWAY SU/7E 300 550 Bailey Avenue .Suite 400•Fort Worth,Texas 76107 DALLAS, TEXAS 75231 m Tel:817.335.1121 TAVOLO PARK PH IIIA PHONE.•(972) J85-4152 w (TX REG.F-11141 X:FA (972) 239-837J (SHEET 4 OF 7) C P N 102208 k DATE:AUGUST 28,2019 O a STORM DRAIN LEGEND PROPOSED 24" RCP —SD— PROPOSED SD LINE PROPOSED CURB INLET � PROPOSED CURB INLET PROPOSED 21" RCP EXIS77NO 24" RCP \ \ CPN: 100549 PROPOSED CURB INLET PROPOSED PR( OS21 RCP 21' RCP � II PROPOSED PROPOSED CURB INLET �{ CURB INLET <1 I ' } \ _ ^I s I 0 200 400 GRAPHIC SCALE IN FEET a � } �,�•,, it �°';• ,'� .- PROPOSED `CURB INLET / d' %�';' / PROPOSED 21' RCP �1 T;,,•, n• PROPOSED PROPOSED EXIS77NG 24" 24 RCP CURB INLET ` - - RCP ,r \ ;? ;••, - CPN:101805 ol EXIS77NG 36' RCP `i CPN: 101805 -,`, PROPOSED 24 XRCP\ PROPOSED 21' RtCP is PROPOSED CURB INLET 480 CD PROPOSED CURB INLET'} PROPOSED 21'RCP �) 1 �- 1_---- $ / / RCP PROPOSED 2 \ ° PROPOSED 24' RCP J EXIS77NG 48' RCP CPN: 101805 " "o w. �+ PROPOSED CURB INLET a � PROPOSED 21" RCP N I ry -'��- � 16bR O.W.) -�'�---.-��• �� 1f1 � l ¢' EXIS77NG 24" RCP ' ti CPN:101805 � � opER WNAWAY EXHIBIT B-1 PATER RANCH SINGLE PATE RANCH COMMERaAL, LP PATE RANCH SINGLE FAMfLY, LP E STORM WATER IMPROVEMENTS 10210 N. CENTRAL EXPRESSWAY SU/7F 3Do d SW 9-ley Avenue-&to 400-Fart Worth.Texas 76107 DALLAS; TEXAS 75231 Tel:817-135.1121 TAVOLO PARK PH IIIA PHONE.•(972) M5-4152 M RM F-11141 FAX.•(972) 239-B373 w CPN 102208 DATE:AUGUST28,2019 k 0 J a STREET LIGHT LEGEND PROPOSED STREET LIGHT Is r � �I n GRAPHIC^i� - - - -- I SCALE IN FEET t - —� SCALE:1"=200 ft. i II is i Iz 1 I LD IN E \ `• \H i\� / J \ / 1 1 FOXSTEM LANE -s �� 11 o ' OWNER/DEVELOPER: � � EXHIBIT C PAX RANCH COMMERCIAL, I(�E AM►L LP Y, LP STREET LIGHTS 10210 N. CEN7RAL EXPRESSWAY SUI7E 300 0 550 Bailey Avenue •Suite 400•Fort Worth,Texas 76107 DALLAS; 7EXAS 75231 r Tel:817.335.1121 TAVOLO PARK PH IIIA PHONE:(972) 385-4152 w (nCREG.F-1114) CPN 102208 FAX.(972) 239-8373 (S14EET6OF7) k DATE:AUGUST 28,2019 0 J a �\ STREET SIGN LEGEND PROPOSED STREET NAME SIGN —71 0 200 400 GRAPHIC SCALE IN FEET SCALE:V=200 ft. tj UT 00 • • X,i / / / f / ,' 1 , S 1 N S1 - -- _--� 7O1;L=T it p 1 Y OWERIDEWLOPER. DUNAWAY EXHIBIT C-1 1°A7ERAND!SINQEFAMI LP PATF RANCH 57NCLE FAMILY, LP E STREET S IG NS 10210 N. CEV7RAL EXPRESSWAY SU17E 300 v 5W B07eY Avenue•Stine 400•Fort Worth,Texos 76107 DAUAS, TEXAS 75231 } Tel:81 7 335 1 121 TAVOLO PARK PH IIIA PHAVE.•(972) 385-4152 m o f1X R[G F-11141 CPN 102208 FAX(972) 239-8373 (SHEET 7 OF 7) DATE.AUGUST 28,2019 O J 6 COMPLETION AGREEMENT—SELF FUNDED This Completion Agreement("Agreement"), is made and entered into by and between the City of Fort Worth, ("City") and , a Texas Limited--Partnership, 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 21.948 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 1.9-072 or FSNT6ne; and WHEREAS, the Developer and the City have entered into a Community Facilities Agreement relating to the development, Tavolo,Park Phase III-A for Pawing;,Drainage_Water, Sewer and'Street Lights ("Improvements"); and WHEREAS, the City has required certain assurances that the Developer will cause to be constructed to City standards the Improvements pursuant to the Community Facilities Agreement; and WHEREAS, the Parties desire to set forth the terms and conditions of such accommodations as are described above. NOW, THEREFORE, for and in consideration of the mutual covenants and agreements hereinafter set forth, it is hereby agreed by and between City and Developer as follows: 1. Recitals. The foregoing recitals are true, correct and complete and constitute the basis for this Agreement and they are incorporated into this Agreement for all purposes. 2. The Completion Amount. The City and the Developer agree that the Hard Costs(as shown on Exhibit`B")required to complete the Community Facilities in the aggregate should not exceed the sum of One Ivlillxgn;;fiv'e�Hundred Th�teen�Thoitsanii;�Exght�H�tnndre'd�S ty Seven Dollars and Thirty Four Cents Dollars hereinafter called the "Completion Amount". Notwithstanding the foregoing,it is acknowledged that the actual 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 12 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 the Property as provided herein is to guarantee the Developer's obligations under the CFA are completed. City of Fort Worth, Texas Standard Completion Agreement—Self-Funded Revised 09.07.2017 ME CFA Official Release Date: 07.01.2015 Page 2 of 12 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: CFAAfortworthtexas.g_ov Confirmation Number: 817-392-2025 With a copy thereof addressed and delivered as follows: 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 12 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: PATE RANCH SINGLE FAMILY,LP 10210 N. CENTRAL EXPRESSWAY_ , SUITE 300 DALLAS, TX 75231 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 12 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 ME CFA Official Release Date: 07.01.2015 Page 5of12 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: DEVELOM: PATE RANX,II SINGLE FAMILY, LP Dana Burghdoff(Oct 17,20W 6,6.1 Dana Burghdoff Julian Hawes,Jr(Oct 1(,,-019) Interim Assistant City Manager Name: Julian Hawes,Jr. Title: Authorized Signator Date: Oct 17,2019 Date: Oct 16,2019 Approved as to Form &Legality: Richard A M0racKen Richard A.McCracken(Oct 17,2019) Richard A. McCracken Contract Compliance Manager Assistant City Attorney By signing I acknowledge that I am the person responsible for the monitoring and ATTEST: FOT� , administration of this contract including M ensuring 1 performance and reporting requirements. Mmy K.V—i0ru� ,A Jennife�nackon behalf of Janie Morales(Oct 17,2019) Mary J. Kayser Janie S. Morales City Secretary l j(NIB �- Development Manager M&C: Date: City of Fort Worth, Texas Standard Completion Agreement—Self-Funded Revised CFA Official Release Date: 07.01.2015 OFFICIAL RECORD Page 6 of 12 CITY SECRETARY FT. WORTH,TX LIST OF EXHIBITS ATTACHMENT"l"-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 7of12 ATTACHMENT "I" Changes to Standard Agreement Self-Funded Completion Agreement ZJone. City of Fort Worth,Texas Standard Completion Agreement—Self-Funded Revised 09.07.2017 JLE CFA Official Release Date: 07.01.2015 Page 8 of 12 EXHIBIT A LEGAL DESCRIPTION TAVOLO PHASE IIIA PROPERTY DESCRIPTION BEING a 21.947 acre tract of land situated in the J. Heath Survey,Abstract Number 641, City of Fort Worth, Tarrant County, Texas,being a portion of that certain tract of land described as Tract C by deed to Pate Ranch Single Family, LP recorded in County Clerk's Document Number D215248528, Deed Records, Tarrant County, Texas, and being a portion of that certain tract of land described as Parcel 1,by deed to Pate Ranch Single Family, LP, recorded in County Clerk's Document Number D219175513,Deed Records, Tarrant County, Texas, said tract of land being more particularly described by metes and bounds as follows: BEGINNING at a 5/8" iron rod found in the east right-of-way line of Bluebill Place (a 50'width public right-of-way), as shown on Tavolo Park, an addition to the City of Fort Worth, according to the plat recorded in County Clerk's Document Number D219205549, Plat Records, Tarrant County, Texas, being the southeast corner of Lot 12X,Block 13, Tavolo Park, an addition to the City of Fort Worth,according to the plat recorded in County Clerk's Document Number D218030065,Plat Records,Tarrant County,Texas; THENCE North 47' 12'45"East, departing the easterly right-of-way line of said Bluebill Place, with the easterly line of said Tavolo Park,recorded in County Clerk's Document Number D218030065, a distance of 231.11 feet to a 5/8" iron rod with yellow cap stamped"Dunaway Associates, LP" found for the beginning of a curve to the left having a central angle of 45'23' 04", a radius of 340.00 feet and a chord bearing and distance of North 24' 31' 12"East-262.33 feet; THENCE continuing with the easterly line of said Tavolo Park,recorded in County Clerk's Document Number D218030065, and with said curve to the left,in a northeasterly direction, an arc length of 269.32 feet to a 5/8" YCIR found; THENCE North 01°49'40"East, continuing with the easterly line of said Tavolo Park,recorded in County Clerk's Document Number D218030065, a distance of 398.56 feet to a 5/8" YCIR found for the northeastern corner of Lot 19, Block 12, said Tavolo Park,recorded in County Clerk's Document Number D218030065, the north line of said Tract C,Pate Ranch Single Family, LP.,recorded in County Clerk's Document Number D215248528; THENCE South 88' 10' 20"East, departing the easterly line of said Tavolo Park, recorded in County Clerk's Document Number D218030065, with the north line of said Tract C, Pate Ranch Single Family, LP., tract, a distance of 523.06 feet to a 5/8" YCIR found in the west right-of-way line of Harris Parkway(a 80'width public right-of-way) as shown on said Tavolo Park,recorded in County Clerk's Document Number D219205549, for the beginning of a curve to the right having a central angle of 25' 14'02", a radius of 500.00 feet and a chord bearing and distance of South 17'43'21" East -218.43 feet; THENCE continuing with the west right-of-way line of said Harris Parkway and with said curve to the right in a southeasterly direction,an are length of 220.20 feet to a 5/8"YCIR found for the beginning of a reverse curve to the left having a central angle of 07' 47' 53", a radius of 8,040.00 feet and a chord bearing distance of South 09' 00' 16"East- 1,093.42 feet; THENCE continuing with the west right-of-way line of said Harris Parkway and with said reverse curve to the left in a southeasterly direction, a passing are length of 1,079.84 feet,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 12 north line of said Parcel 1, Pate Ranch Single Family,LP,tract, continuing for a total arc length of 1,094.26 feet to a point; THENCE South 12' 54' 13" East, continuing with the west right-of-way line of said Harris Parkway, a distance of 28.88 to a 518" YCIR found for the north end of a comer clip; THENCE South 32' 48' 27"West, departing the west right-of-way line of said Harris Parkway, with said comer clip, a distance of 13.97 feet to a 5/8" YCIR found for the south end of said corner clip, the north right-of-way line of Foxstem Lane(a 60'width public right-of-way)as shown on Tavolo Park,recorded in County Clerk's Document Number D219205549, for the beginning of a curve to the right having a central angle of 12'42' 21", a radius of 430.00 feet and a chord and bearing distance of South 85' 32' 15" West-95.16 feet; THENCE continuing with the north right-of-way line of said Foxstem Lane and with said curve to the right in a southwesterly direction, an are length of 95.36 feet to a 5/8" YCIR found; THENCE North 88' 06'40" West, continuing with the north right-of-way line of said Foxstem Lane, a passing distance of 513.68 feet, the northerly line of said Parcel 1,Pate Ranch Single Family, LP, tract, for a total distance of 573.12 feet to a 518" YCIR found for the beginning of a curve to the left having a central angle of 03' 22' 39", a radius of 820.00 feet and a chord bearing distance of North 89' 47' 54"West-48.33 feet; THENCE continuing with the north right-of-way line of said Foxstem Lane,with said curve to the left in a northwesterly direction, an are length of 48.34 feet to a 5/8" YCIR found for the south end of a corner clip; THENCE North 47'43'3 1" West, departing north right-of-way line of said Foxstem Lane,with said corner clip, a distance of 14.36 feet to a 5/8"YCIR found for the north end of said comer clip, the east right-of-way of said Bluebill Place; THENCE North 03' 36' 50" West, continuing with the east right-of-way of said Bluebill Place, a distance of 6.06 feet to a 5/8"YCIR found for the beginning of a curve to the left having a central angle of 390 10'25", a radius of 525.00 feet and a chord bearing distance of North 230 12' 03" West- 352.00 feet; THENCE continuing with the east right-of-way of said Bluebill Place, with said curve to the left in a northwesterly direction, an arc length of 358.95 feet to a 5/8" YCIR found; THENCE North 42'47' 15" West, continuing with the east right-of-way of said Bluebill Place, a distance of 132.06 feet to the POINT OF BEGINNING and containing a calculated area of 956,039 square feet or 21.947 acres of land. 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 12 City of Fort Worth, Texas Standard Completion Agreement—Self-Funded Revised 09.07.2017 ME CFA Official Release Date: 07.01.2015 Page 11 of 12 EXHIBIT B APPROVED BUDGET Section I Water $272;69 .00 Sewer $343;99'1100 Sub-total $616,689.00 Section II Interior Streets $648,007.30 Storm Drains $175,774.00 Sub-total $823,791.30 Section III Street Lights $73,397.04 Sub-total $73,397.04 TOTAL $19513;867.34 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 12