Loading...
HomeMy WebLinkAboutContract 55123 Received Date: 01/05/2021 Received lime• 9:28 AM Developer and Project Information Cover Sheet: Developer Company Name: Meritage Homes of Texas,LLC Address, State,Zip Code: 8840 Cypress Waters Blvd, Suite 100,Dallas, TX 75019 Phone&Email: 972-580-6300,david.aughinbaughna meritagehomes.com Authorized Signatory,Title: David Aughinbaugh, Vice President,Land Project Name: Northstar Section 2 Phase 2 Brief Description: Water, Sewer,Paving, Storm Drain, Street Lights Project Location: South of Northstar Parkway Plat Case Number: Plat Name: Mapsco: Council District: 7 CFA Number: CFA20-0099 City Project Number: 102621 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth,Texas Page 1 of 18 Standard Community Facilities Agreement Rev.10/5/19[NPCI CSC No. 55123 STANDARD COMMUNITY FACILITIES AGREEMENT This COMMUNITY FACILITIES AGREEMENT ("Agreement") is made and entered into by and between The City of Fort Worth("City"), a home-rule municipal corporation of the State of Texas, acting by and through its duly authorized Assistant City Manager,and Meritage Homes of Texas,LLC ("Developer"),acting by and through its duly authorized representative. City and Developer are referred to herein individually as a"party"and collectively as the"parties." WHEREAS, Developer is constructing private improvements or subdividing land within the corporate limits of Fort Worth, Texas or its extraterritorial jurisdiction, for a project known as Northstar Section 2 Phase 2("Project");and WHEREAS, the City desires to ensure that all developments are adequately served by public infrastructure and that the public infrastructure is constructed according to City standards;and WHEREAS, as a condition of approval of the Project,Developer is required to bear a portion of the costs of municipal infrastructure by constructing the public infrastructure necessary for the Project as described in this Agreement("Community Facilities" or"Improvements");and WHEREAS, as a condition of approval ofthe Project,Developer is required to meet the additional obligations contained in this Agreement,and Developer may be required to make dedications of land, pay fees or construction costs, or meet other obligations that are not a part of this Agreement.;and WHEREAS, the City is not participating in the cost of the Improvements or Project;and WHEREAS, the Developer and the City desire to enter into this Agreement in connection with the collective Improvements for the Project; NOW,THEREFORE, for and inconsideration of the covenants and conditions contained herein, the City and the Developer do hereby agree as follows: 1. CFA Ordinance The Community Facilities Agreements Ordinance("CFA Ordinance"),as amended,is incorporated into this Agreement by reference,as if it was fully set forth herein. Developer agrees to comply with all provisions of the CFA Ordinance in the performance of Developer's duties and obligations pursuant to this Agreement and to cause all contractors hired by Developer to comply with the CFA Ordinance in connection with the work performed by the contractors. If a conflict exist between the terms and conditions of this Agreement and the CFA Ordinance,the CFA Ordinance shall control. 2. Incorporation of Engineering Plans The engineering plans for the Improvements that have been accepted by the City ("Engineering Plans")are incorporated into this Agreement by reference as if fully set out herein. Developer shall provide City of Fort Worth,Texas OFFICIAL RECORD Standard Community Facilities Agreement CITY SECRETARY Rev.10/5/19[NPCI FT. WORTH, TX at its expense,unless otherwise agreed to by City, all engineering drawings and documents necessary to construct the Improvements required by this Agreement. 3. Description of Improvements;Exhibits and Attachments The following exhibits describe the general location, nature and extent of the Improvements that are the subject of this Agreement and are attached hereto and incorporated herein by reference: ® Exhibit A. Water ® Exhibit A 1: Sewer ® Exhibit B: Paving ® Exhibit B-1: Storm Drain ® Exhibit C: Street Lights & Signs The Location Map and Cost Estimates are also attached hereto and incorporated herein by reference. To the extent that Exhibits A, A 1, B, B-1, C, the Location Map, or the Cost Estimates conflict with the Engineering Plans, the Engineering Plans shall control. If applicable, Attachment 1 — Changes to Standard Community Facilities Agreement, Attachment 2— Phased CFA Provisions, and Attachment 3 — Concurrent CFA Provisions, are attached hereto and incorporated herein for all purposes. 4. Construction of Improvements Developer agrees to cause the construction ofthe 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 specifications, the Engineering Plans, the Cost Estimates provided for the Improvements,and this Agreement. Developer acknowledges that City will not accept the Improvements until the City receives affidavits and lien releases signed by Developer's contractors verifying that the contractors, and all subcontractors and material suppliers, have been paid in full for constructing the Improvements, and consent of the surety on payment and performance bonds provided for the Improvements. 5. Financial Guarantee Developer has provided the City with a financial guarantee in the form and amounts set forth in this Agreement which guarantees the construction of the Improvements and payment by Developer of all contractors, subcontractors, and material suppliers for the Improvements ("Financial Guarantee"). Developer shall keep the Financial Guarantee in full force and effect until released by the City and shall not reduce the amount of the Financial Guarantee unless authorized by the City in accordance with the CFA Ordinance. 6. Completion Deadline;Extension Periods This Agreement shall be effective on the date this Agreement is executed by the City's Assistant City Manager ("Effective Date"). Developer shall complete construction of the Improvements and obtain the City's acceptance of the Improvements within two(2)years of the Effective Date ("Term"). City of Fort Worth,Texas Page 3 of 18 Standard Community Facilities Agreement Rev.10/5/19[NPCI If construction of the Improvements has started during the Term, the Developer may request that this Agreement be extended for an additional period of time("Extension Period"). All Extension Periods shall be agreed to in writing by the City and the Developer as set forth in a written amendment to this Agreement. In no event shall the Term of this Agreement plus any Extension Periods be for more than three years. 7. Failure to Construct the Improvements (a) The City may utilize the Developer's Financial Guarantee to cause the completion of the construction of the Improvements if at the end of the Term, and any Extension Periods, the Improvements have not been completed and accepted by the City. (b) 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 construction of the Improvements before the expiration of the Term, and any Extension Period, if the Developer breaches this Agreement,becomes insolvent, or fails to pay costs of construction. (c) If the Financial Guarantee is a Completion Agreement and the Developer's contractors or suppliers are not paid for construction costs or materials supplied for the Improvements the contractors and suppliers may place a lien upon any property which the City does not have an ownership interest that is the subject of the Completion Agreement. (d) Nothing contained herein is intended to limit the Developer's obligations under the CFA Ordinance, this Agreement, the Financial Guarantee, Developer's agreements with Developer's contractors, or other related agreements. 8. Termination If Developer desires to terminate this Agreement before Developer's contractors begin constructing the Improvements,Developer agrees to the following: (a) that Developer and City must execute a termination of this Agreement in writing; (b) that Developer will vacate any final plats that have been filed with the county where the Project is located; and (c) to pay to the City all costs incurred by the City in connection with this Agreement, including time spent by the City's inspectors at preconstruction meetings. 9. Award of Construction Contracts (a) Developer will award all contracts for the construction of the Improvements and cause the Improvements to be constructed in accordance with the CFA Ordinance. (b) Developer will employ construction contractors who meet the requirements of the City to construct the Improvements including,but not limited,to being prequalified, insured, licensed and bonded to construct the Improvements in the City. City of Fort Worth,Texas Page 4 of 18 Standard Community Facilities Agreement Rev.10/5/19[NPCI (c) Developer will require Developer's contractors to provide the City with payment and performance bonds naming the City and the Developer as dual obligees, in the amount of one hundred percent (100%)of the cost of the Improvements as required by the CFA Ordinance. The payment and performance bonds shall guarantee construction of the Improvements and payment of all subcontractors and material suppliers. Developer agrees to require Developer's contractors to provide the City with a maintenance bond naming the City as an oblige, in the amount of one hundred percent(100%)of the cost of the Improvements,that guarantees correction of defects in materials and workmanship for the Improvements by the contractor and surety for a period of two (2)years after completion and final acceptance of the Improvements by the City. All bonds must be provided to the City before construction begins and must meet the requirements of the City's Standard Conditions, Chapter 2253 of the Texas Government Code,and the Texas Insurance Code. (d) Developer will require Developer's contractors to provide the City with 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 must be named as an additional insured on all insurance policies. The Developer must provide the City with a Certificate of Insurance (ACORD or form approved by the State of Texas), supplied by each contractor's insurance provider,which shall be made apart of the Project Manual. (e) Developer will require the Developer's contractors to give forty-eight(48)hours' advance notice of their intent to commence construction of the Improvements to the City's Construction Services Division so that City inspection personnel will be available. Developer will require Developer's contractors to allow construction of the Improvements to be subject to inspection at any and all times by the City's inspectors. Developer will require Developer's contractors to not install or relocate any sanitary sewer, storm drain, or water pipe unless a City inspector is present and gives consent to proceed, and to allow such laboratory tests as may be required by the City. (f) Developer will not allow Developer's contractors to begin construction of the Improvements until a notice to proceed to construction is issued by the City. (g) Developer will not allow Developer's contractors to connect buildings to service lines of sewer and water mains constructed pursuant to this Agreement, if any, until said sewer, water mains and service lines have been completed to the satisfaction of the City. 10. Utilities Developer shall cause the installation or adjustment of utilities required to: (1) serve the Project and(2)to construct the Improvements required herein. 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 Improvements to be constructed pursuant to this Agreement. 11. Easements and Rights-of--Way Developer agrees to provide, at its expense,all necessary rights-of--way and easements required for the construction and dedication to the City of the Improvements provided for by this Agreement. City of Fort Worth,Texas Page 5 of 18 Standard Community Facilities Agreement Rev.10/5/19[NPCI 12. Liability and Indemnification (a) DEVELOPER HEREBY RELEASES AND AGREES TO INDEMNIFY, DEFEND AND HOLD THE CITY HARMLESS FOR ANY INADEQUACIES IN THE PRELIMINARY PLANS, SPECIFICATIONS, ENGINEERING PLANS, AND COST ESTIMATES SUPPLIED BY THE DEVELOPER FOR THIS AGREEMENT. (b) THE DEVELOPER 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 ANYCHARACTER, WHETHERREAL ORASSERTED,BROUGHT FOR OR ONACCOUNT OFANYINJURIES OR DAMAGES SUSTAINED BYANYPERSONS,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 PROPERLYSAFEGUARD THE WORK, OR ONACCOUNT OFANYACT, INTENTIONAL OR OTHERWISE, NEGLECT OR MISCONDUCT OF SAID DEVELOPER, ITS CONTRACTORS, SUB-CONTRACTORS, OFFICERS, AGENTS OR EMPLOYEES, WHETHER OR NOT S UCH 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. (c) DEVELOPER WILL 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, INCL UDING DEATH,RESULTING FROM, OR IN ANY WAY CONNECTED WITH, THE CONSTRUCTION OF THE IMPROVEMENTS 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, DEFEND, AND HOLD HARMLESS THE CITY FOR ANY LOSSES, DAMAGES, COSTS OR EXPENSES SUFFERED BY THE CITY OR CAUSED AS A RESULT OF SAID CONTRACTORS' FAILURE TO COMPLETE THE WORK AND CONSTRUCT THE IMPROVEMENTS IN A GOOD AND WORKMANLIKE MANNER, FREE FROM DEFECTS,IN CONFORMANCE WITH THE CFA ORDINANCE, AND IN ACCORDANCE WITH ALL PLANS AND SPECIFICATIONS. 13. Right to Enforce Contracts 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 Developer with its contractors,along with an assignment of all warranties givenby the contractors,whether express or implied Further,Developer agrees that all contracts with any contractor shallinclude provisions granting to the City the right to enforce such contracts as an express intended third party beneficiary of such contracts. City of Fort Worth,Texas Page 6 of 18 Standard Community Facilities Agreement Rev.10/5/19[NPCI 14. Estimated Fees Paid by Developer;Reconciliation Prior to execution of this Agreement, Developer has paid to the City the estimated cost of administrative material testing service fees, construction inspection service fees,and water testing lab fees in the amounts set forth in the Cost Summary section of this Agreement. Upon completion of the construction of the Improvements,the City will reconcile the actual cost of administrative material testing service fees,construction inspection service fees, and water testing lab fees with the estimated fees paid by Developer. If the actual costs of the fees are more than the estimated payments made by the Developer, the Developer mustpay the difference to the City before the Improvements will be accepted by the City. If the actual costs of the fees are less than the estimated payments made by the Developer,the City will refund the difference to the Developer. If the difference between the actual costs and the estimated payments made by the Developer is less than fifty dollars ($50.00),the City will not issue a refund and the Developer will not be responsible for paying the difference. The financial guarantee will not be released by the City or returned to the Developer until reconciliation has been completed by the City and any fees owed to the C1.y have been paid by the Developer. 15. Material Testing The City maintains a list of pre-approved material testing laboratories. The Developer must contract with material testing laboratories on the City's list. Material testing laboratories will provide copies of all test results directly to the City and the Developer. If the Improvements being constructed fail a test, the Developer must correct or replace the Improvements until the Improvements pass all retests. The Developer must pay the material testing laboratories directly for all material testing and retesting. The City will obtain proof from the material testing laboratories that the material testing laboratories have been paid in full by the Developer before the City will accept the Improvements. 16. Notices All notices required or permitted under this Agreement may be given to a party by hand- delivery or by mail, addressed to such party at the address stated below. Any notice so given shall be deemed to have been received when deposited in the United States mail so addressed with postage prepaid: CITY: DEVELOPER: Development Coordination Office Meritage Homes of Texas, LLC City of Fort Worth 8840 Cypress Waters Blvd. Suite 100 200 Texas Street Dallas, TX 75019 Fort Worth, Texas 76102 With copies to: City Attorney's Office City of Fort Worth 200 Texas Street Fort Worth, Texas 76102 City of Fort Worth,Texas Page 7 of 18 Standard Community Facilities Agreement Rev.10/5/19[NPCI and City Manager's Office City of Fort Worth 200 Texas Street Fort Worth, Texas 76102 Or to such other address one party may hereafter designate by notice in writing addressed and mailed or delivered to the other party hereto. 17. Right to Audit Developer agrees that,until the expiration of three (3) years after acceptance by the City of the Improvements constructed pursuant to this Agreement, that the City shall have access to and the right to examine any directly pertinent books, documents, papers and records of the Developer involving transactions relating to this Agreement. Developer agrees that the City shall have access during normal working hours to all necessary Developer facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. The City shall give Developer reasonable advance notice of intended audits. Developer further agrees to include in all contracts with Developer's contractors for the Improvements a provision to the effect that the contractor agrees that the City shall,until the expiration of three(3)years after final payment under the contract,have access to and the right to examine any directly pertinent books,documents,papers and records of such contractor, involving transactions to the contract, and further,that City shall have access during normal working hours to all of the contractor's facilities,and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City shall give Developer's contractors reasonable advance notice of intended audits. 18. Independent Contractor It is expressly understood and agreed that Developer and its employees, representative, agents, servants, officers,contractors, subcontractors,and volunteers shall operate as independent contractors as to all rights and privileges and work performed under this Agreement, and not as agents,representatives or employees of the City. Subject to and in accordance with the conditions and provisions of this Agreement, Developer shall have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers. Developer acknowledges that the doctrine of respondeat superior shall not apply as between the City and its officers, representatives, agents, servants and employees, and Developer and its employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers. Developer further agrees that nothing herein shall be construed as the creation of a partnership or joint enterprise between City and Developer. It is further understood that the City shall in no way be considered a co-employer or a joint employer of Developer or any employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers of Developer. Neither Developer, nor any officers,agents, servants, employees or subcontractors of Developer shall be entitled to any employment benefits from the City. Developer shall be responsible and liable for any and City of Fort Worth,Texas Page 8 of 18 Standard Community Facilities Agreement Rev.10/5/19[NPCI all payment and reporting of taxes on behalf of itself, and any of employees, representatives, agents, servants, officers,contractors,subcontractors,and volunteers. The City, through its authorized representatives and employees, shall have the sole and exclusive right to exercise jurisdiction and control over City employees. 19. Applicable Law; Venue This Agreement shall be construed under and in accordance with Texas law. Venue shall be in the state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas,Fort Worth Division. 20. Non-Waiver The failure of the City to insist upon the performance of any term or provision of this Agreement or to exercise any right herein conferred shall not be construed as a waiver or relinquishment to any extent of City's right to assert or rely on any such term or right on any future occasion. 21. Governmental Powers and Immunities. It is understood that by execution of this Agreement, the City does not waive or surrender any of its governmental powers or immunities. 22. Headings The paragraph headings contained herein are for the convenience in reference and are not intended to define or limit the scope of any provision of this Agreement. 23. Severability In the event that any clause or provision of this Agreement shall be held to be invalid by any court of competent jurisdiction, the invalidity of such clause or provision shall not affect any of the remaining provisions hereof. 24. Review of Counsel City and Developer, and if they so choose,their attorneys, have had the opportunity to review and comment on this document; therefore any rule of contract construction or interpretation that would normally call for the document to be interpreted as against the drafting party shall not apply in interpretation of this Agreement, and each section, portion, and provision of this Agreement shall be construed solely on the basis of the language contained therein, regardless of who authored such language. City of Fort Worth,Texas Page 9 of 18 Standard Community Facilities Agreement Rev.10/5/19[NPCI 25. Prohibition on Boycotting Israel 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 with 10 or more full-time employees that has a value of$100,000 or more that is to be paid wholly or partly from public funds of the City 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 term"boycott Israel"bas the meaning ascribed to it by Section 808.001 of the Texas Government Code. The term"company"bas the meaning ascribed to it by Section 2270.001 of the Texas Government Code. To the extent that Chapter 2270 of the Government Code is applicable to this Agreement, by signing this Agreement, 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 this Agreement. 26. Immigration and Nationality Act 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 DEVELOPED DEVELOPER'SEMPLOYEES,SUBCONTRACTORS,AGENTS,ORLICENSEES. City,upon written notice to Developer, shall have the right to immediately terminate this Agreement for violations of this provision by Developer. 27. Amendment No amendment,modification, or alteration of the terms of this Agreement shall be binding unless the same is in writing, dated subsequent to the date hereof,and duly executed by the City and Developer. 28. Assignment and Successors Developer shall not assign or subcontract all or any part of its rights,privileges,or duties under this Agreement without the prior written consent of City. Any attempted assignment or subcontract without the City's prior written approval shall be void and constitute a breach of this Agreement. 29. No Third-Party Beneficiaries The provisions and conditions of this Agreement are solely for the benefit of the City and Developer, and any lawful assign or successor of Developer, and are not intended to create any rights, contractual or otherwise,to any other person or entity. City of Fort Worth,Texas Page 10 of 18 Standard Community Facilities Agreement Rev.10/5/19[NPCI 30. Compliance with Laws,Ordinances,Rules and Regulations Developer, its officers, agents, servants, employees, and contractors, shall abide by and comply with all laws, federal, state and local, including all ordinances,rules and regulations of City. It is agreed and understood that, if City calls to the attention of Developer any such violation on the part of Developer or any of its officers,agents, servants, employees, or subcontractors,then Developer shall immediately desist from and correct such violation. 31. Signature Authority The person signing this Agreement on behalf of Developer warrants that he or she has the legal authority to execute this Agreement on behalf of the Developer, and that such binding authority has been granted by proper order,resolution, ordinance or other authorization of the entity. The City is fully entitled to rely on this warranty and representation in entering into this Agreement. 32. Counterparts This Agreement may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. 33. Entire Agreement This written instrument,together with any attachments, exhibits,and appendices,constitutes the entire understanding between the City and Developer concerning the work to be performed hereunder, and any prior or contemporaneous, oral or written agreement that purports to vary from the terms hereof shall be void. [REMAINDER OF PAGE INTENITONALLY BLANK] City of Fort Worth,Texas Page 11 of 18 Standard Community Facilities Agreement Rev.10/5/19[NPCI 34. Cost Summary Sheet Project Name:Northstar Section 2 Phase 2 CFA No.: CFA20-0099 City Project No.: 102621 Items Developer's Cost A. Water and Sewer Construction 1. Water Construction $ 246,452.90 2.Sewer Construction $ 334,473.50 Water and Sewer Construction Total $ 580,926.40 B. TPW Construction 1.Street $ 561,574.40 2.Storm Drain $ 414,720.00 3.Street Lights Installed by Developer $ 165,240.00 4. Signals $ - TPW Construction Cost Total $ 1,141,534.40 Total Construction Cost(excluding the fees): $ 1,722,460.80 Estimated Construction Fees: C. Construction Inspection Service Fee $50,470.00 D. Administrative Material Testing Service Fee $15,484.00 E. Water Testing Lab Fee $840.00 Total Estimated Construction Fees: $ 66,794.00 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 1,722,460.80 Completion Agreement=100%/Holds Plat $ 1,722,460.80 x Cash Escrow Water/Sanitary Sewer=125% $ 726,158.00 Cash Escrow Paving/Storm Drain=125% $ 1,426,918.00 Letter of Credit=125% $ 2,153,076.00 City of Fort Worth,Texas Page 12 of 18 Standard Community Facilities Agreement Rev.10/5/19[NPC) IN WITNESS WHEREOF, the City and Developer have each executed this Agreement by their duly authorized signatories to be effective on the date executed by the City's Assistant City Manager. CITY OF FORT WORTH DEVELOPER Meritage Homes of Texas,LLC Dana 9gWhdaf� Dana Burghdoff an 4,202116:27 CST) n Dana Burghdoff David Aughinb gh(Jan 4,202108:31 CST) Assistant City Manager Name:David Aughinbaugh Jan 42021 Title: Vice President Land Date: ' Date: Jan 4,2021 Recommended by: a6b( Rode, Evelyn froberts(Jan 4,202109:19 CST) Evelyn Roberts/Jennifer Ezernack Project Assistant Planning and Development Approved as to Form&Legality: Richard A.McCracken(Jan 4,202109:39 CST) Contract Compliance Manager: Richard A. McCracken Sr. Assistant City A Attorney By signing, I acknowledge that I am the person M&C No. Nr/ responsible for the monitoring and Date: administration of this contract,including ensuring all performance and reporting obvn��� Form 1295: N/A at FORT requirements. pp` oo o o To ATTEST: a~° �/. � Ovo °=d rEZA° Name: Janie Scarlett Morales ��RR4U4�b Title: Development Manager Mary J.Kayser/Ronald Gonzales City Secretary/Assistant City Secretary OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth,Texas Page 13 of 18 Standard Community Facilities Agreement Rev.10/5/19[NPCI The following attachments are incorporated into this Agreement. To the extent a conflict exists between the main body of this Agreement and the following attachments,the language in the main body of this Agreement shall be controlling. Included Attachment ® Attachment 1 -Changes to Standard Community Facilities Agreement ® Attachment 2—Phased CFA Provisions ❑ Attachment 3 —Concurrent CFA Provisions ® Location Map ® Exhibit A: Water Improvements ® Exhibit A 1: Sewer Improvements ® Exhibit B: Paving Improvements ® Exhibit 13-1: Storm Drain Improvements ® Exhibit C: Street Lights and Signs Improvements ® Cost Estimates (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Page 14 of 18 Standard Community Facilities Agreement Rev.10/5/19[NPCI ATTACHNUNT "1" Changes to Standard Community Facilities Agreement City Project No. 102621 None City of Fort Worth,Texas Page 15 of 18 Standard Community Facilities Agreement Rev.10/5/19[NPCI ATTACHMENT"2" Phased CFA Provision City Project No. 102621 The improvements being constructed by Developer pursuant to this Agreement will connect to improvements Developer is constructing under a separate Community Facilities Agreement that have not been completed and accepted by the City. Therefore, this Agreement shall be considered a"Phased CFA"and the provisions contained in this section shall apply to this Agreement. The improvements being constructed by Developer under the separate Community Facilities Agreement shall be defined as the "Parent Project." The improvements being constructed by Developer under this Agreement shall be defined as the "Child Project." Developer acknowledges and agrees that due to Developer's election to construct a Phased CFA,the potential exists for technical, delivery, acceptance or performance problems (hereinafter "Construction Problems"). Construction Problems may include, but are not limited to: failure of the improvements to comply with the approved plans or City Specifications; failure of the improvements in the Parent Project and the Child Project to properly connect to each other; changes to the design or construction of the improvements in the Parent Project that impact the design and construction of the improvements in the Child Project; construction delays, delay claims, or claims for liquidated damages; increased costs for the Developer; failure of the improvements to pass inspection or material testing; or rejection by the City of some or all of the improvements and Developer having to remove and reconstruct the improvements at Developer's expense. In addition, Developer understands and agrees that disputes may arise between Developer's contractors or their subcontractors relating to responsibility for the Construction Problems. Developer shall be solely responsible for resolving disputes between contractors or disputes between contractors and subcontractors. Developer further acknowledges and agrees that Developer has notified all of Developer's contractors for the Project that Developer has elected to construct a Phased CFA, the provisions of this section, the risks associated with a Phased CFA, and that the City shall not bear any responsibility for Developer's decision to proceed with a Phased CFA. Developer shall not make the final connection of the improvements in the Child Project to the improvements in the Parent Project until the improvements in the Parent Project have been constructed and accepted by the City and the City has consented to Developer making the connection. Developer agrees that if this Agreement is for improvements relating to the construction, renovation or modification of one or more single family residential homes or structures, the City will not record the plat related to the Project until the improvements are constructed and accepted City of Fort Worth,Texas Page 16 of 18 Standard Community Facilities Agreement Rev.10/5/19[NPCI by the City. Developer agrees that if this Agreement is for improvements relating to the construction, renovation or modification of one or more commercial buildings or structures, the Developer shall not receive a Certificate of Occupancy from the City for the building(s) related to the Project until the improvements in this Agreement are constructed and accepted by the City. Developer further understands and agrees that completion of the improvements under this Agreement does not entitle Developer to obtain a final plat of the property until all other requirements of Federal law, State law, or the City Code relating to the filing and recording of a final plat have been met by Developer. BY CHOOSING TO CONSTRUCT A PHASED CFA, DEVELOPER ASSUMES ALL RISKS AND DEVELOPER SHALL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL DAMAGES, INCLUDING BUT NOT LIMITED TO ANY AND ALL ECONOMICDAMAGESPROPERTYLOSS,PROPERTYDAMAGESANDPERSONAL INJURY, (INCL UOINGDEA TH), OFANYKIND OR CHARACTER, WHETHER REAL OR ASSERTED. DEVELOPER HEREBYEXPRESSLY RELEASESAND DISCHARGES CITY FROM ANY AND ALL LIABILITYFOR DAMAGES, INCLUDING, BUT NOT LIMITED TOANYANDALLECONOMICDAMAGES,PROPERTYLOSS,PROPERTY DAMAGEANO PERSONAL INJURY(INCLUOINGDEA TH)ARISING OUT OF OR IN CONNECTION WITH,DIRECTLYOR INDIRECTLY, THE CONSTRUCTION OF THE IMPR 0 VEMENTS OR DEVELOPER'S DECISION TO CONSTRUCTA PHASED CFA. DEVELOPER,AT ITS SOLE COST AND EXPENSE,AGREES TO AND D OES HEREB Y INDEMNIFY, DEFEND PROTECT, AND HOLD HARMLESS CITY, AND CITY'S OFFICERS, REPRESENTATIVES, AGENTS, EMPLOYEES, AND SERVANTS FOIE FROMANDAGAINSTANYANDALL CLAIMS(WHETHER ATLA W OR INEQUITI9, LIABILITIES, DAMAGES (INCLUDING ANY AND ALL ECONOMIC DAMAGES PR OPER TY L OSS, PR OPER TY DA MA GES AND PERSONAL INJURIES INCL UOING DEATH), LOSSES, LIENS, CAUSES OF ACTION, SUITS, JUDGMENTS AND EXPENSES (INCLUDING, BUT NOT LIMITED TO, COURT COSTS, ATTORNEYS' FEES AND COSTS OF INVESTIGATION), OF ANY NATURE, KIND OR DESCRIPTIONARISING OR ALLEGED TO ARISE BYOR IN ANY WAYRELATED TO CONSTRUCTION OF THE IMPROVEMENTS OR DEVELOPER'S CHOICE TO CONSTRUCT A PHASED CFA, OR (2) BY REASON OF ANY OTHER CLAIM WHATSOEVER OFANYPERSON OR PARTY OCCASIONED OR ALLEGED TO BE OCCASIONED IN WHOLE OR IN PART BY THE CONSTRUCTIONS OF THE IMPROVEMENTS OR DEVELOPER'S CHOICE TO CONSTRUCT A PHASED CFA 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. City of Fort Worth,Texas Page 17 of 18 Standard Community Facilities Agreement Rev.10/5/19[NPCI DEVELOPER: MERITAGE HOMES OF TEXAS LLC David Aughinh gh(Jan 4,202108:31 CST) Name: David Aughinbaugh Title: Vice President Land City of Fort Worth,Texas Page 18 of 18 Standard Community Facilities Agreement Rev.10/5/19[NPCI 00 42 43 DAP-BID PROPOSAL Page 1 of7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Unit of Bid No. p Section No. Measure Quantity Unit Price Bid Value UNIT I:WATER IMPROVEMENTS 1 3311,0241 8"Water Pipe 3311 10,33 1 LF 3654 2 3312.3003 8"Gate Valve 331220 EA 10 Is_140.00 N�Poo.°° 3 3312.0001 Fire Hydrant 331246 EA 5 39,�Q.�" 191�_ p _ _ 4 3311.0001 Ductile Iron Water Fittings w!Restraint 33 11 11 TON 1.273 ►10300.i°_ �3�_I 11.40 5 3312.2003 1"Water Service 32112 10 EA 85 ZOQ,00 59 SQ0.00 6 33i2.0117 Connection to Exlsitng 4"-12"Water Main 33 12 25 EA 3 jOyQ oe 7 3305.0109 Trench Safety 33 05 10 LF 3654 - -- - 8 9999.0001 Water Testing(Excluding Geotech) 00 00 00 LF 3654 Q r g2'1,00 9 10 11 12 13 14 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 as_ SUM 1yla,467 — CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Forth Version May 22,2019 00 42 43 Bid Proposal DAP.x1s 00 42 43 DAP-BID PROPOSAL Page 2 of 7 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 Unit Price Bid Value Section No. Measure Quantity UNIT II:SANITARY SEWER IMPROVEMENTS 1 3331.4211 12"Sewer Force Main(C-200 DR-14) 3311 10,33 LF 616 2 3331.4115 8"Sewer Pipe(SDR-26,ASTM D3034) 3311 10,33 LF 3565 34.00 13C1,635.0e 3 3331.3101 4"Sewer Service 33 31 50 EA 85 G4J?0 5y1815•eD 4 3339.1001 4'Manhole 33 39 10,33 EA 15 3110.00 4/pIQ00.00 5 3339.0003 Extra Depth 4'Manhole 33 39 10,33 VF 53.5 1 srj.60 CZ92.Sa 6 3331.3401 Ductile Iron Sewer Fittings 3311 11 TON 0.042 111000,04 yl qq4 ce 7 3331.4116 8"Sewer Pipe,CSS Backfill 3311 10,33 LF 248 OD 8 3331.4209 12"Sewer Pipe,CSS Backfill 3311 10,33 LF 22 7 1.d).0000 14 ���eo I,s62. 9 3301.0002 Post-CCTV Inspection 33 01 31 LF 4181 2,00 g�36Z.�o 10 3301.0101 Manhole Vacuum Testing 33 01 30 EA 15 150.00 x,�50."• 11 3305.0109 Trench Safety 33 05 10 LF 4181 b0 00 12 3305.0113 Trench Water Stops 30 05 16 EA 10 100 op Z,,ppD,�O 13 9999.0002 Connect to Existing Sewer Line 00 00 00 EA 3 1$00.0° 51y00.00 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 — 46 sum 3�y�413-01 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Forth Version May 22,2019 0042 43_Bid Pmposat_DAPxis 00 42 43 DAP-BID PROPOSAL Page 3 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlistltem Specification Unit ofrBid No. Description Unit Price Bid Value Section No. Measurentity UNIT III:DRAINAGE IMPROVEMENTS 1 3349.5001 10'Curb Inlet 33 49 20 EA 4 15+5.6* 15,020.00 2 3349.5002 15'Curb Inlet 33 49 20 EA 7 L16y0,*6 ;Z�LSO.°p 3 3349.0001 4'Storm Junction Box 33 49 10 EA 5 3395,p" I&I'l 4 3341.1001 3x2 Box Culvert 3341 10 LF 29 14 00 5 S9 .Oo 5 3341.1303 6x4 Box Culvert 3341 10 LF 120 VO 6 3341.0201 21"RCP,Class III 3341 10 LF 149 3(641,On 101 Z 1.60 7 3341.6205 24"RCP,Class III 3341 10 LF 445 '7Q,06 $5,155.00 8 3341.0302 30"RCP,Class III 3341 10 LF 1096 91,60 106131Z,06 9 3341.0309 36"RCP,Class III 3341 10 LF 37 )25.06 y to 40 10 3305.0109 Trench Safety 33 05 10 LF 1901 1.06 Ir 4O1,e6 11 9999-0003 2x2 Box Culvert 00 00 00 LF 25 193.00 y,515,60 12 9999.0004 Riprap 31 3700 SY 255 83 00 Z� Ifni•°b 13 9999.0005 Connect to Exisitng Storm 00 00 00 EA 2 1 g00 00 'J$00,60 14 9999.0006 6"Concrete Pilot Channel 00 00 00 SY 773 Q.T.oo 7y,yji.60 15 9999.0007 CH-FW-15 Headwall(24"RCP) 00 00 00 EA 1 14Zd CO 1 J ZO 00 16 9999.0008 CH-FW-30 Headwall(36"RCP) 00 00 00 EA 1 355G°O 3, 5(..00 17 9999.0009 PW-1 Wingwall(2'x2'RCB) 00 00 00 EA 1 553 " �r�34.00 18 9999.0010 PW-1 Wingwall(3'x2'RCB) 00 00 00 EA 'so S 19 9999.0011 SW-0 Wingwall(2'x2'RCB) 00 00 00 EA 1 Za(o(r 6O Ziq 20 9999.0012 SW-0 Wingwall(3'x2'RCB) 00 00 00 EA 1 4152 ft 411 �.. p o 21 9999.0013 SW-0 Wingwall(6'x4'RCB) 00 00 00 EA 2 44(LI, IN gX& 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 St1M y�yt72�.o0 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version May 22,2019 0042 43—Bid Proposal_DAPxls 00 42 43 DAP-HID PROPOSAL Paw 7 of 7 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 � Description Unit Price Bid Value No. Section No. Measure Quantity Bid Summary UNIT I:WATER IMPROVEMENTS $ W 5l k UNIT II:SANITARY SEWER IMPROVEMENTS $ 31 1 1473. So UNIT III:DRAINAGE IMPROVEMENTS $ 4 N 1 7-40 an _ UNIT IV:PAVING IMPROVEMENTS $ UNIT V:STREET LIGHTING IMPROVEMENTS $ UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS $ �• Total Construction Bid q y .40 This Bid is submitted by the entity named below: BIDDER: BY: Principal m <Copany Name Nere> AeA41 SGrVlCLsI LLL <Address Here> (e 175'0 J?(ti*( ZG e Ilere> <Address Here ar Blank> TITLE: Ilcrc> <C:ity,State Zip Code Ilere> /fiu$�T K 7G(�tG DATE: Hcre> R j 1 S�/2eL e Apv Contractor agrees to complete WORK for FINAL ACCEPTANCE within N days 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 May22,2019 00424311id Proposal_DARxIs 00 42 43 DAP-BID PROPOSAL Page 4 of 7 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 Description Unit Price Bid Value No. Section No. Measure Quantity UNIT IV:PAVING IMPROVEMENTS 1 3213.0101 6"Reinforced Conc Pvmt 32 13 13 SY 12167 $34.50 $419,761.50 2 3211.0400 Hydrated Lime(30#/SY per Geotech) 3211 29 TON 195 $175.00 $34,125.00 3 3211.0501 6"Lime Treatment 3211 29 SY 12978 $3.80 $49,316.40 4 3213.0506 Barrier Free Ramp,Type P-1 32 13 20 EA 8 $1,950.00 $15,600.00 5 3213.0302 5"Conc Sidewalk 32 13 20 SF 1820 $7.00 $12,740.00 6 3441.4003 Furnish/Install Alum Sign Ground Mount City 3441 30 EA $500.00 $2,000.00 Std.-Stop q 3441.4003 Furnish/Install Alum Sign Ground Mount City 3441 30 7 Std.-Name Blades EA 6 $150.00 $900.00 8 9999.0015 6"Unreinforced Concrete Removal 00 00 00 SY 574 $20.00 $11,480.00 9 9999.0016 Road Barricade 00 00 00 EA 2 $1,500.00 $3,600.00 10 9999.0017 Pavement Header 00 00 00 LF 62 $10.00 $620.00 11 9999.0018 Remove Barricade&Connect to Existing 00 00 00 EA 3 $500.00 $1,500.00 12 9999.0019 Curlex(4'Wide) 00 00 00 LF 7021 $1.50 $10,531.50 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 46 SUM $561,574.40 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version May 22,2019 00 42 43 Bid Proposal_DAP.ds 00 42 43 DAP-BID PROPOSAL Page 7 of 7 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 Description Unit Price Bid Value No. Section No. Measure Quantity Bid Summary UNIT I:WATER IMPROVEMENTS $ N/A - UNIT II:SANITARY SEWER IMPROVEMENTS $ N/A - UNIT III:DRAINAGE IMPROVEMENTS $ N/A - UNIT IV:PAVING IMPROVEMENTS $ $561,574.40 - UNIT V:STREET LIGHTING IMPROVEMENTS $ UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS $ N/A - Total Construction Bid $561,574.40 This Bid is submitted by the entity named below: BIDDER: BY: Principal <Cmupany Name Here> Gilco Contracting, Inc. <Address Here> 6331 Southwest Boulevard Here> Benbrook,TX 76132 <Address here or Blank> TITLE: Here> Leia McQuien <City,State Lip Code Here> DATE:Here> Vice President,Operations Contractor agrees to complete WORK for FINAL ACCEPTANCE within 40 #days 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 May 22,2019 00 42 43_Bid Proposal_DAP.xIs SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Proi,a Item inti�rmatimt - Ei:ddc.s Pri;txsal Ridlia It:m �pcciti.cui m l'nit of Hid N >_�, De.criptian t aril Pricy 8i�\'aluc xtum\�}. �-1�•a*ur�� llu:uvih UNIT V,STREET LIGHTING IMPROVEMENTS 1 2605,3015 2"CONOT PVC SCH 80!T) 26 05 33 LF 3370 11.93 40,204.10 2 3441.3303 Rdwy Illum Foundation TY7 3441 20 EA 28 1,017.00 28,476.00 3 3441.3035 Furnish!Install Utility Washington Postline 3441 20 Series Lumin;aire Full Cutoff LED and Pole EA 28 2,825.00 79,100.00 4 3441.1502 Ground Box Type 6,wi Apron 3441 10 EA 4 599.00 2,396.00 5 3441.1408 NO 6 Insulate Elec Condr 3441 10 LF 10110 1.49 15,063.90 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 sum $165,240.00 ('m(k Foot?wt)R rH S i.L�'U:1RUCn15rRi"C rm^,sm(WR ATNIN W(t-NlFxlS-Ui-.ccLhPLR.\:\.U(UEU PR,UL("11 22 1019 00 t_It Rd D.kP xk �h,1: 1'iy t SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Projc%t[tom[toormation Bidder',llrq—a[ Ridlia[t_rt pxification nit of Rid I?oscripti''lt ['nit Price Rid Value -T\O' Section No ilya>urc Quantity -T Bid Suntntarr UNIT I:WATER IMPROVEMENTS S WA UNIT II:SANITARY SEWER IMPROVEMENTS S N/A UNIT III:DRAINAGE IMPROVEMENTS S WA UNIT IV:PAVING IMPROVEMENTS S WA UNIT V:STREET LIGHTING IMPROVEMENTS S 165,240,00 UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS $ WA rat:d('un.4ruc1ion Bid This Bid is suhmitted he the entitc named helot(: BIDDER: BI: and Wolfe Independent Utility Construction, Inc. 5109 Sun Valley Drive TITLE: rest nt Fort Worth, TX 76119 DA-M:: 09-15-2020 Contractor agree%to complete 11"ORK for FIN.%L ACCEPI ANCI within 45 working dace after The dale when the C'ONII IL WI commence,fo run as pro%ided is the General Condttions. END OF SECTION i 17}'(k tUR r wukiH SL(NU;U[U(-oN,%m C TRKe SF'E(o-K\TK.,N 07 UMENTS-DE%FL9KR.(W.U(DED ritox(TS r,�at\'�r,nm Vn,_;oto 00 4`0 Bat Nvo"A DAP(1. O c0 C 00 O I�LL ti Z c c N � W s N � a O O x LLJ N ® H a W � M0 Ln 3 � `� z o � � 0 rnLn 0 Z I L 3 9NRJdS MOTIIM 0.0 ny/ V3.U 3� n O l7 0 3 Y3 Z a NO1HSd - Nd 9IH X O o. oz zw N CL N wV_ a U Q w I Z a 3 `0 ^� a u0 a � G L. N z X�o 10 0 LLJ LL z z z US z?tom.) CS, P FE I1 J v � N j z a z �=o -i a C R 1NG10 Z>o w -1 idnO9 3�1SVH LLZ fn W O Y 1�n00 S3�Hlb r , ON V NO1SH - S3:va Z k O� 0 3jNbl7jb w �KgpN z 11 P Oo co CD 00 -Q e W 00 Q W 0 � _yWo H2U��n ti oN %�aID _ co a w� x � II =-.a zrw'a z N c rl: c0iz?z cai z.. w M J U Alma aVls 9NIlooMKI s a o CN ILI z o o ° a •C z co O �n U c X X z r� yw� / co ma. Ln DI rNl� O~ o Kz a Q 0 u L' s a� r o 0 s Ln n O m� 0 3AIma Sf1N9AoILI N NLU Fn Q ® ON N N N N L ~ m N ' ` M d� 00I� � W mz I OZ " RNL. CO UW zzIrrr 0- U Q�C Q LU LU K M z o Q z CO U V O \'L z c', J� /r �/f QO o I Ln .i co w , N \ �iJ I O \ L" 13W I J - 1 � z CY) co LU o � z > Q z z _ J = Q 0 z > > > a o w w = > > w w Q ~ w w w = Q a a ° O o 0 0 LL L o w w wLLw cn in in O in O O O z z z O / = X X X = o a a w w w a Z 10 o 00 r 00 o U O U N L ti ii O NQNO Orr8 rl cn �z � UNCc, Luo cam. II =aal zA:0-Z N c oozo a o 0^ U22 �_ZL) Q) Q JZ �/ W u r _ SS Py to L i 3/YMQ atlas NIl00HS fV 0 aOz AM •C } ED } zhU = o W c E CD E CD ILL o `� 00 0 0 3 (nU- =N� o� � a o > Z 00 � _ o M0U 0 r � 9 � 0 0Amu: o DODO H-=SS 3ARI0 Sf1N9A0 El P� r7 r� O O� 00 I� CO N L u co ® O [NO, N N N ICJLLO� o LO Q I a- SS Sfl/1N00 y �i N v—Wj ----- 1 LU LO co minDO O LU LLJ'- W r 7 a ZOO<aa In O M UZg U - O LE r. rW r' zZ g a. 00 � 0 ow O cn LU cn N w W } J J M O } J I� z z Q O= w N Q Q z Z O cn 2 < Q O N OLL O O Z Z N O O N = x x a a w w J 2 O c0 p o c2 C 0 La O z Or\j _��� m� _ 'a _ N c II O 0^ 00 O O W z J N Q ® as HVIS 9NIl00HS tUn N \ El r : o z 0000. .0 z co I N Fo U CD COO Q'm� /O a W I •" I =N� a 0 o o VI 2 M /4 G 0 � Ll o o oll � a o 0 s O00 I o 3/Vaa snNOA0ILI o rn oo ILI � co ® ON 2 2 N N ILN01 LO V m 3N21a snm L� N — \ m n min I� O /� � ' ` I I w II O M I K I CO oa �� O �\\LZN� W00 Z Nam\ \i O 1 / \ 1 7 Wd AVI I co �O O o wco co} } mw w Y Y ca J J C a � J J OJ °� O < w Q W N m LLIMQp Lo, oin m a0m a Lu Q a O O � UO O Ow inl7 a = a a a p cra wcr00 O U UKNQ o oo O r yO o N Un QD eI 200) ii ti o z LLj II �c�irna�nyo �OO�Oa�zl F+�• w U z?z Lb 3A80 HVIS DNIIOOH '~ u 00 Er fW N a 0 l/i � 1 — � 2 N � � O � g' CD La < z co L l0 a Z o L) zoo w EA(L Z m o� NQ I� za _L) POf2� a--1=a CO -j-1 V C X in SNP I v� `ZI �_� L 1 �a— m Z �NM LC) Z0 zz �N M J i �� 3 JL'I S QO UNEI J Q v1 J o z& 21��,C�l �9 O a 00 3ARI0 SnNSA0 DD CO = N N N N z a i Ljj r� a TYR snAHoo L') m pa4\ W N O F o-)-1 00 � �z c�i'\ \ Z � O O Ln In L jai J IO �N ~ �U tU O oN \ O N W w CO V I x J � ���o a ?a I / z N, N� � �s J Z e X /L Ko I N � Nz �N. 0 w 10 (n Ci a L) O z w = z z a. z -. Z z N J a is N LLJ \ .N M U Q K z H Z v N J D J J N O Q V _ �a� O J z z z w cQ cQ O N z C C O z Q 0 0 0 O LL O O O O z 1-- O a a a a H w O O O O N I a- d a a_ W J �0 O� OD F�o WE W 1 0 W W W _Z O �' W (A %W p c Q' cv �a� wt�� a Z CoCD LL N a 0 IL 6i QO) V1 — \ � NNO 0N 0 x aoz� a �yFZWFO yW IA C r, r, co N -sit co z a r� SI 6 9 r IL5 -Z W$ p p -z ^v� W � c'� y I 0 I � b ' � % C zo 3cncnU- a Z a N� 0 C Z � -� ro o � o 0 0 a � 0 0ILIz 000N o 0 - o rn co � p „ p� V L �.�.. ����� %� Ln ®� 00 � pN N IM N F N Lo] N v I \ ilE -�� — J W qua s— N W O'' � O 00 I� CO 5 Z. DODOLU 0O� 0 Z Z �NU � I LO M ZZ I CO LO QDD 00 DO rn z = I / D o �, L9 / p Z w w w w a J Z V~I w J ww Z_ O O L LL n n O O O in d d H i p p d d J COMPLETION AGREEMENT —SELF FUNDED This Completion Agreement ("Agreement"), is made and entered into by and between the City of Fort Worth, ("City') and MERITAGE HOMES OF TEXAS, an Arizona Limited Liability Company, 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 22.459 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 20-164 or FS<Number>; and WHEREAS, the Developer and the City have entered into a Community Facilities Agreement relating to the development, NORTHSTAR Section 2 Phase 2 for Paving, Drainage, Water, Sewer& Street Light ("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 Million, Seven Hundred Twenty-Two Thousand, Four Hundred Sixty Dollars & Eighty Cents Dollars ($1,722,460.80), hereinafter called the "Completion Amount". Notwithstanding the foregoing, it is acknowledged that the actual costs of City of Fort Worth, Texas Standard Completion Agreement— Self-Funded Revised 09.07.2017 ME CFA Official Release Date: 07.01.2015 Page Iof15 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 Facilitie s 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 respectto 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 15 7. Construction Contracts. Developer agrees to include in each Construction contract that it enters into for the completion of the Community Facilities the following: A. A statement that the City is not holding any security to guarantee any payment for work performed on the Community Facilities; B. A statement that the Property is private property and that same may be subject to mechanic's and materialman's liens; C. A requirement that each contractor contracting with the Developer release the City from any claim that is related to the Property; and D. A requirement that each contractor contracting with the Developer include in each subcontract the statements contained in (a), (b) and(c) above. 8. Miscellaneous. A. Non-Assignment of Agreement. This Agreement may not be assigned by any of the Parties without the prior written consent of all the other Parties. B. Notice. Any notice required or permitted to be delivered under this Agreement shall be deemed received on actual receipt by the appropriate party at the following addresses: (i) Notice to the City shall be addressed and delivered as follows: City of Fort Worth Planning & Development Department 200 Texas Street Fort Worth, Texas 76102 Attention: CFA Division Janie Morales, Development Manager Email: Janie.Morales@fortworthtexas.gov Confirmation Number: 817-392-7810 and/or CFA Division Email: CFA(a,fortworthtexas.gov 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 15 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: MERITAGE HOMES OF TEXAS, LLC 8840 Cypress Waters Blvd., Suite 100 Dallas, TX 75019 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 15 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 5of15 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: MERITAGE HOMES OF TEXAS, LLC Dana M andaff Dana Burghdoff an 4,202116:27 CST) ` =s Dana Burghdoff David Aughinh h(Jan4,202108:31CST) Assistant City Manager Name: David Aughinbaugh Title: Vice President, Land Date: Jan 4,2021 Date: Jan 4,2021 Approved as to Form&Legality: Contract Compliance Manager: Richard A.McCracken(Jan 4,202109:39 CST) By signing, I acknowledge that I am the Richard A. McCracken person responsible for the monitoring and Assistant City Attorney administration of this contract, including ensuring all performance and reporting ATTEST: requirements. OR �,00vnun�� 01.0 2- �vo =d o Mary J. Kayser °.,000000000Aj Janie Scarlett Morales AZY City Secretary daaIl nExpS�ap Development Manager M&C: Date: OFFICIAL RECORD CITY SECRETARY FT.WORTH, TX City of Fort Worth, Texas Standard Completion Agreement— Self-Funded Revised 09.07.2017 JLE CFA Official Release Date:07.01.2015 Page 6of15 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 7of15 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 8of15 EXHIBIT A LEGAL DESCRIPTION STATE OF TEXAS )( COUNTY OF TARRANT )( BEING A 22.459 ACRE TRACT OF LAND SITUATED IN THE MATTHEW ASHTON SURVEY, ABSTRACT NO. 8 AND THE CHARLES FLEISNER SURVEY, ABSTRACT NO. 541, IN THE CITY OF FORT WORTH E.T.J.,TARRANT COUNTY,TEXAS, AND BEING PART OF A 402.614 ACRE TRACT OF LAND CONVEYED AS "TRACT I"TO NORTHSTAR RANCH,LLC, AS RECORDED IN COUNTY CLERK'S FILE NO. D217014609, OFFICIAL PUBLIC RECORDS, TARRANT COUNTY, TEXAS. SAID 22.459 ACRE TRACT,WITH BEARING BASIS BEING GRID NORTH, TEXAS STATE PLANE COORDINATES,NORTH CENTRAL ZONE,NAD83 (NAD83 (2011) EPOCH 2O10), DETERMINED BY GPS OBSERVATIONS, CALCULATED FROM ARLINGTON RRP2 CORS ARP (PID-DF5387) AND DALLAS CORS ARP (PID-DF8984) AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: COMMENCING AT A 1/2 INCH IRON ROD WITH PLASTIC CAP STAMPED "RPLS 4818" FOUND FOR THE SOUTHWEST CORNER OF SAID TRACT I AND THE NORTHWEST CORNER OF LOT 21, BLOCK 6 OF THE HIGHLANDS AT WILLOW SPRINGS, AN ADDITION TO TARRANT COUNTY,AS RECORDED IN COUNTY CLERK'S FILE NO. D200198147, OFFICIAL PUBLIC RECORDS, TARRANT COUNTY, TEXAS, SAID POINT BEING ON THE NORTHEAST RIGHT-OF-WAY LINE OF A 100' RIGHT-OF-WAY TO B.N.S.F. RAILROAD; THENCE, NORTH 16 DEGREES 15 MINUTES 28 SECONDS WEST, OVER AND ACROSS SAID TRACT I,A DISTANCE OF 391.38 FEET TO A 1/2" IRON ROD WITH PLASTIC CAP STAMPED "RPLS 4818" FOUND FOR THE POINT OF BEGINNING; THENCE, CONTINUING OVER AND ACROSS SAID TRACT I, THE FOLLOWING COURSES AND DISTANCES: NORTH 22 DEGREES 06 MINUTES 52 SECONDS WEST, A DISTANCE OF 253.02 FEET TO A 1/2" IRON ROD WITH PLASTIC CAP STAMPED"RPLS 4818" FOUND FOR CORNER; SOUTH 89 DEGREES 13 MINUTES 10 SECONDS EAST, A DISTANCE OF 141.25 FEET TO A 1/2" IRON ROD WITH PLASTIC CAP STAMPED"RPLS 4818" FOUND FOR CORNER,AND THE BEGINNING OF A NON-TANGENT CURVE TO THE RIGHT HAVING A CENTRAL ANGLE OF 110 DEGREES 58 MINUTES 16 SECONDS, A RADIUS OF 50.00 FEET, AND A LONG CHORD THAT BEARS NORTH 56 DEGREES 15 MINUTES 58 SECONDS EAST, A DISTANCE OF 82.40 FEET; 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 15 ALONG SAID NON-TANGENT CURVE TO THE RIGHT, AN ARC DISTANCE OF 96.84 FEET TO A 1/2" IRON ROD WITH PLASTIC CAP STAMPED "RPLS 4818" FOUND FOR CORNER, AND THE BEGINNING OF A REVERSE CURVE TO THE LEFT HAVING A CENTRAL ANGLE OF 41 DEGREES 32 MINUTES 00 SECONDS, A RADIUS OF 50.00 FEET, AND A LONG CHORD THAT BEARS SOUTH 89 DEGREES 00 MINUTES 53 SECONDS EAST, A DISTANCE OF 35.46 FEET; ALONG SAID REVERSE CURVE TO THE LEFT, AN ARC DISTANCE OF 36.24 FEET TO A 1/2" IRON ROD WITH PLASTIC CAP STAMPED "RPLS 4818" FOUND FOR CORNER, AND THE BEGINNING OF A REVERSE CURVE TO THE RIGHT HAVING A CENTRAL ANGLE OF 11 DEGREES 14 MINUTES 37 SECONDS, A RADIUS OF 475.00 FEET, AND A LONG CHORD THAT BEARS NORTH 75 DEGREES 50 MINUTES 25 SECONDS EAST, A DISTANCE OF 93.06 FEET; ALONG SAID REVERSE CURVE TO THE RIGHT, AN ARC DISTANCE OF 93.21 FEET TO A 1/2" IRON ROD WITH PLASTIC CAP STAMPED"RPLS 4818" FOUND FOR CORNER; NORTH 38 DEGREES 52 MINUTES 31 SECONDS EAST, A DISTANCE OF 14.58 FEET TO A 1/2" IRON ROD WITH PLASTIC CAP STAMPED "RPLS 4818" FOUND FOR CORNER; NORTH 04 DEGREES 18 MINUTES 53 SECONDS WEST, A DISTANCE OF 26.42 FEET TO A 1/2" IRON ROD WITH PLASTIC CAP STAMPED"RPLS 4818" FOUND FOR CORNER,AND THE BEGINNING OF A TANGENT CURVE TO THE RIGHT HAVING A CENTRAL ANGLE OF 10 DEGREES 40 MINUTES 53 SECONDS, A RADIUS OF 518.00 FEET, AND A LONG CHORD THAT BEARS NORTH O1 DEGREE O1 MINUTE 33 SECONDS EAST, A DISTANCE OF 96.43 FEET; ALONG SAID TANGENT CURVE TO THE RIGHT, AN ARC DISTANCE OF 96.57 FEET TO A 5/8" IRON ROD WITH YELLOW PLASTIC CAP STAMPED "LJA SURVEYING" SET FOR CORNER; SOUTH 83 DEGREES 38 MINUTES 00 SECONDS EAST, A DISTANCE OF 50.00 FEET TO A 5/8" IRON ROD WITH YELLOW PLASTIC CAP STAMPED "LJA SURVEYING" SET FOR CORNER; SOUTH 85 DEGREES 00 MINUTES 49 SECONDS EAST, PASSING AT A DISTANCE OF 151.04 FEET A 1/2" IRON ROD WITH PLASTIC CAP STAMPED"RPLS 4818" FOUND, AND CONTINUING IN ALL,A TOTAL DISTANCE OF 464.57 FEET TO A 1/2" IRON ROD WITH PLASTIC CAP STAMPED "RPLS 4818" FOUND FOR CORNER, AND THE BEGINNING OF A NON-TANGENT CURVE TO THE LEFT HAVING A CENTRAL ANGLE OF 00 DEGREES 23 MINUTES 53 SECONDS, A RADIUS OF 1125.00 FEET, AND A LONG CHORD THAT BEARS SOUTH 12 DEGREES 13 MINUTES O1 SECOND WEST, A DISTANCE OF 7.81 FEET; City of Fort Worth, Texas Standard Completion Agreement— Self-Funded Revised 09.07.2017 JLE CFA Official Release Date: 07.01.2015 Page 10of15 ALONG SAID NON-TANGENT CURVE TO THE LEFT, AN ARC DISTANCE OF 7.81 FEET TO A 5/8" IRON ROD WITH YELLOW PLASTIC CAP STAMPED "LJA SURVEYING" SET FOR CORNER; SOUTH 77 DEGREES 58 MINUTES 55 SECONDS EAST, A DISTANCE OF 170.00 FEET TO A 5/8" IRON ROD WITH YELLOW PLASTIC CAP STAMPED "LJA SURVEYING" SET FOR CORNER; NORTH 13 DEGREES 55 MINUTES 09 SECONDS EAST, A DISTANCE OF 63.36 FEET TO A 5/8" IRON ROD WITH YELLOW PLASTIC CAP STAMPED "LJA SURVEYING" SET FOR CORNER; NORTH 17 DEGREES 43 MINUTES 16 SECONDS EAST, A DISTANCE OF 63.36 FEET TO A 5/8" IRON ROD WITH YELLOW PLASTIC CAP STAMPED "LJA SURVEYING" SET FOR CORNER; NORTH 21 DEGREES 31 MINUTES 24 SECONDS EAST, A DISTANCE OF 22.60 FEET TO A 5/8" IRON ROD WITH YELLOW PLASTIC CAP STAMPED "LJA SURVEYING" SET FOR CORNER; SOUTH 68 DEGREES 28 MINUTES 36 SECONDS EAST, A DISTANCE OF 52.14 FEET TO A 5/8" IRON ROD WITH YELLOW PLASTIC CAP STAMPED "LJA SURVEYING" SET FOR CORNER; SOUTH 69 DEGREES 08 MINUTES 28 SECONDS EAST, A DISTANCE OF 52.88 FEET TO A 5/8" IRON ROD WITH YELLOW PLASTIC CAP STAMPED "LJA SURVEYING" SET FOR CORNER; SOUTH 70 DEGREES 17 MINUTES 04 SECONDS EAST, A DISTANCE OF 52.88 FEET TO A 5/8" IRON ROD WITH YELLOW PLASTIC CAP STAMPED "LJA SURVEYING" SET FOR CORNER; SOUTH 71 DEGREES 25 MINUTES 41 SECONDS EAST, A DISTANCE OF 52.88 FEET TO A 5/8" IRON ROD WITH YELLOW PLASTIC CAP STAMPED "LJA SURVEYING" SET FOR CORNER; SOUTH 72 DEGREES 34 MINUTES 17 SECONDS EAST, A DISTANCE OF 52.88 FEET TO A 5/8" IRON ROD WITH YELLOW PLASTIC CAP STAMPED "LJA SURVEYING" SET FOR CORNER; SOUTH 73 DEGREES 42 MINUTES 53 SECONDS EAST, A DISTANCE OF 52.88 FEET TO A 5/8" IRON ROD WITH YELLOW PLASTIC CAP STAMPED "LJA SURVEYING" 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 11of15 SOUTH 74 DEGREES 51 MINUTES 30 SECONDS EAST, A DISTANCE OF 52.88 FEET TO A 5/8" IRON ROD WITH YELLOW PLASTIC CAP STAMPED "LJA SURVEYING" SET FOR CORNER; SOUTH 76 DEGREES 00 MINUTES 06 SECONDS EAST, A DISTANCE OF 52.88 FEET TO A 5/8" IRON ROD WITH YELLOW PLASTIC CAP STAMPED "LJA SURVEYING" SET FOR CORNER; SOUTH 77 DEGREES 08 MINUTES 42 SECONDS EAST, A DISTANCE OF 52.88 FEET TO A 5/8" IRON ROD WITH YELLOW PLASTIC CAP STAMPED "LJA SURVEYING" SET FOR CORNER; SOUTH 78 DEGREES 17 MINUTES 19 SECONDS EAST, A DISTANCE OF 52.88 FEET TO A 5/8" IRON ROD WITH YELLOW PLASTIC CAP STAMPED "LJA SURVEYING" SET FOR CORNER; SOUTH 79 DEGREES 25 MINUTES 55 SECONDS EAST, A DISTANCE OF 52.88 FEET TO A 5/8" IRON ROD WITH YELLOW PLASTIC CAP STAMPED "LJA SURVEYING" SET FOR CORNER; SOUTH 80 DEGREES 34 MINUTES 31 SECONDS EAST, A DISTANCE OF 52.88 FEET TO A 5/8" IRON ROD WITH YELLOW PLASTIC CAP STAMPED "LJA SURVEYING" SET FOR CORNER; SOUTH 82 DEGREES 57 MINUTES 56 SECONDS EAST, A DISTANCE OF 59.10 FEET TO A 5/8" IRON ROD WITH YELLOW PLASTIC CAP STAMPED "LJA SURVEYING" SET FOR CORNER; SOUTH 07 DEGREES 02 MINUTES 04 SECONDS WEST, A DISTANCE OF 111.22 FEET TO A 5/8" IRON ROD WITH YELLOW PLASTIC CAP STAMPED "LJA SURVEYING" SET FOR CORNER; SOUTH 52 DEGREES 20 MINUTES 41 SECONDS WEST, A DISTANCE OF 14.07 FEET TO A 5/8" IRON ROD WITH YELLOW PLASTIC CAP STAMPED "LJA SURVEYING" SET FOR CORNER; NORTH 82 DEGREES 08 MINUTES 18 SECONDS WEST, A DISTANCE OF 10.00 FEET TO A 5/8" IRON ROD WITH YELLOW PLASTIC CAP STAMPED "LJA SURVEYING" SET FOR CORNER; SOUTH 07 DEGREES 57 MINUTES 55 SECONDS WEST, A DISTANCE OF 50.00 FEET TO A 5/8" IRON ROD WITH YELLOW PLASTIC CAP STAMPED "LJA SURVEYING" 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 12of15 SOUTH 82 DEGREES 08 MINUTES 41 SECONDS EAST, A DISTANCE OF 10.81 FEET TO A 5/8" IRON ROD WITH YELLOW PLASTIC CAP STAMPED "LJA SURVEYING" SET FOR CORNER; SOUTH 37 DEGREES 39 MINUTES 39 SECONDS EAST, A DISTANCE OF 14.22 FEET TO A 5/8" IRON ROD WITH YELLOW PLASTIC CAP STAMPED "LJA SURVEYING" SET FOR CORNER; SOUTH 07 DEGREES 02 MINUTES 04 SECONDS WEST, A DISTANCE OF 10.00 FEET TO A 5/8" IRON ROD WITH YELLOW PLASTIC CAP STAMPED "LJA SURVEYING" SET FOR CORNER; SOUTH 82 DEGREES 57 MINUTES 56 SECONDS EAST, A DISTANCE OF 50.00 FEET TO A 5/8" IRON ROD WITH YELLOW PLASTIC CAP STAMPED "LJA SURVEYING" SET FOR CORNER; NORTH 07 DEGREES 02 MINUTES 04 SECONDS EAST, A DISTANCE OF 10.00 FEET TO A 5/8" IRON ROD WITH YELLOW PLASTIC CAP STAMPED "LJA SURVEYING" SET FOR CORNER; NORTH 51 DEGREES 43 MINUTES 47 SECONDS EAST, A DISTANCE OF 14.22 FEET TO A 5/8" IRON ROD WITH YELLOW PLASTIC CAP STAMPED "LJA SURVEYING" SET FOR CORNER,AND THE BEGINNING OF A NON-TANGENT CURVE TO THE LEFT HAVING A CENTRAL ANGLE OF 02 DEGREES 33 MINUTES 44 SECONDS, A RADIUS OF 2820.00 FEET, AND A LONG CHORD THAT BEARS SOUTH 84 DEGREES 57 MINUTES 28 SECONDS EAST, A DISTANCE OF 126.10 FEET; ALONG SAID NON-TANGENT CURVE TO THE LEFT, AN ARC DISTANCE OF 126.11 FEET TO A 1/2" IRON ROD WITH PLASTIC CAP STAMPED "RPLS 4818" FOUND FOR CORNER; SOUTH 00 DEGREES 12 MINUTES 18 SECONDS EAST, A DISTANCE OF 461.77 FEET TO A 1/2" IRON ROD WITH PLASTIC CAP STAMPED"RPLS 4818" FOUND FOR CORNER; SOUTH 89 DEGREES 47 MINUTES 42 SECONDS WEST, A DISTANCE OF 1144.05 FEET TO A 1/2" IRON ROD WITH PLASTIC CAP STAMPED"RPLS 4818" FOUND FOR CORNER; NORTH 00 DEGREES 12 MINUTES 18 SECONDS WEST, A DISTANCE OF 195.02 FEET TO A 1/2" IRON ROD WITH PLASTIC CAP STAMPED"RPLS 4818" FOUND 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 13of15 SOUTH 89 DEGREES 47 MINUTES 42 SECONDS WEST, A DISTANCE OF 41.39 FEET TO A 1/2" IRON ROD WITH PLASTIC CAP STAMPED "RPLS 4818" FOUND FOR CORNER; NORTH 00 DEGREES 12 MINUTES 18 SECONDS WEST, A DISTANCE OF 259.08 FEET TO A 1/2" IRON ROD WITH PLASTIC CAP STAMPED"RPLS 4818" FOUND FOR CORNER; NORTH 85 DEGREES 00 MINUTES 49 SECONDS WEST, A DISTANCE OF 319.85 FEET TO A 1/2" IRON ROD WITH PLASTIC CAP STAMPED"RPLS 4818" FOUND FOR CORNER; SOUTH 65 DEGREES 03 MINUTES 15 SECONDS WEST, A DISTANCE OF 327.30 TO THE POINT OF BEGINNING AND CONTAINING A CALCULATED AREA OF 22.459 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 14of15 EXHIBIT B APPROVED BUDGET Section I Water $246,452.90 Sewer $334,473.50 Sub-total $580,926.40 Section II Interior Streets $561,574.40 Storm Drains $414,720.00 Sub-total $976,294.40 Section III Street Lights $165,240.00 Sub-total $165,240.00 TOTAL $1,722,460.80 City of Fort Worth, Texas Standard Completion Agreement— Self-Funded Revised 09.07.2017 ME CFA Official Release Date:07.01.2015 Page 15of15