Loading...
HomeMy WebLinkAboutContract 56025 Received Date: 07/15/2021 Received Time: 9:38 am Developer and Project Information Cover Sheet: Developer Company Name: QT South,LLC Address, State,Zip Code: 1120 N. Industrial Blvd.,Euless ,TX, 76039 Phone &Email: 817-786-3181,jsfaust&quiktrip.com Authorized Signatory,Title: Joe Faust,Director of Real Estate Project Name: Quik Trip No. 895 Brief Description: Water, Sewer,Paving, Storm Drain, Street Lights Project Location: NEC of Henderson&Lancaster Plat Case Number: Plat Name: Jennings West Addition Mapsco: Council District: CFA Number: CFA19-0124 City Project Number: 102160 OFFICIAL RECORD City of Fort Worth,Texas CITY SECRETARY Standard Community Facilities Agreement FT. WORTH, TX Rev.10/5/19[NPC] CSC No.56025 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 QT South, 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 Quik Trip No.895("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 of the 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 in consideration 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 Page 2 of 15 Standard Community Facilities Agreement Rev.10/5/19[NPC] 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: ❑X Exhibit A: Water ❑X Exhibit A-1: Sewer ❑X Exhibit B: Paving ❑X Exhibit B-1: Storm Drain ❑X 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 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 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 15 Standard Community Facilities Agreement Rev.10/5/19[NPC] 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 15 Standard Community Facilities Agreement Rev.10/5/19[NPC] (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 a part 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. M 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 15 Standard Community Facilities Agreement Rev.10/5/19[NPC] 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 ANY CHARACTER, WHETHER REAL OR ASSERTED,BROUGHT FOR OR ONACCOUNT OFANYINJURIES OR DAMAGES SUSTAINED B YANY PERSONS,INCL UDING 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 FAIL URE TO PROPERLY SAFEGUARD 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 SUCHINJURIES,DEATH OR DAMAGESARE 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, INCLUDING DEATH,RESULTING FROM, OR INANY 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 INACCORDANCE 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 given by the contractors,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 parry beneficiary of such contracts. City of Fort Worth,Texas Page 6 of 15 Standard Community Facilities Agreement Rev.10/5/19[NPC] 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 bythe Developer, the Developer must pay 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 City 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 QT South, LLC City of Fort Worth 1120 N. Industrial Blvd. 200 Texas Street Euless, TX, 76039 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 15 Standard Community Facilities Agreement Rev.10/5/19[NPC] 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 15 Standard Community Facilities Agreement Rev.10/5/19[NPC] 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 15 Standard Community Facilities Agreement Rev.10/5/19[NPC] 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"has the meaning ascribed to it by Section 808.001 of the Texas Government Code. The term "company" has 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 DEVELOPER, DEVELOPER'SEMPLOYEES,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. 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 15 Standard Community Facilities Agreement Rev.10/5/19[NPC] 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 INTENTIONALLY BLANK] City of Fort Worth,Texas Page 11 of 15 Standard Community Facilities Agreement Rev.10/5/19[NPC] 34. Cost Summary Sheet Pro]ect Name: Quik Trip Corporation CFA No.: CFA19-0124 City Project No.: 102160 Items Developer's Cost A. Water and Sewer Construction 1. Water Construction $ 43,697.00 2. Sewer Construction $ 17,863.00 Water and Sewer Construction Total $ 61,560.00 B. TPW Construction 1. Street $ 441,278.00 2. Storm Drain $ 151,723.00 3. Street Lights Installed by Developer $ 173,495.00 4. Signals $ - TPW Construction Cost Total $ 766,496.00 Total Construction Cost(excluding the fees): $ 828,056.00 Estimated Construction Fees: C. Construction Inspection SeNce Fee $65,750.00 D. Administrative Material Testing Service Fee $2,205.00 E. Water Testing Lab Fee $240.00 Total Estimated Construction Fees: $ 68,195.00 Choice Financial Guarantee Options,choose one Amount (Mark one) Bond= 100% $ 828,056.00 x Completion Agreement= 100%/Holds Plat $ 828,056.00 Cash Escrow Water/Sanitary Sewer= 125% $ 76,950.00 Cash Escrow Paving/Storm Drain= 125% $ 958,120.00 Letter of Credit= 125% $ 1,035,070.00 City of Fort Worth,Texas Page 12 of 15 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 QT South,LLC Dana&�6ILWe Dana Burghdoff(Ju 15,20211 :43 CDT) / L Dana Burghdoff Jo l'4S,FFaausstt(Jul 12,202110:32 EDT) Assistant City Manager Name: Joe Faust Title: Director of Real Estate Date: Jul 15,2021 Date: Jul 12,2021 Recommended by: Evelyn Roberts Evelyn Roberts(Jul 12,2021 09:42 CDT) Evelyn Roberts/Jennifer Ezernack Project Assistant Planning and Development Approved as to Form &Legality: Richard A.McCracken(Jul 12,202110:40 CDT) Contract Compliance Manager: Richard A.McCracken Sr.Assistant City Attorney By signing, I acknowledge that I am the person M&C No. N/A responsible for the monitoring and Date: administration of this contract,including ensuring all performance and reporting Form 1295: N/A requirements. ATTEST: J e Scarlett Morales(Jul 12,202110:12 CDT) ,c a� FoRr��� �/y O °o°°0000 Ronald P. Gonzales J 00 0 ° G��d Name: Janie Scarlett Morales Ronald P.Gonzales(Jul 15,202116:32 CDT) 0�o OAP, Title: Development Manager Ronald P. Gonzales 0v °'Z� o ° d % o d Acting City Secretary �� o° oo°O*� do a °O00000° o �EXAS.o�p OFFICIAL RECORD CITY SECRETARY City of Fort Worth,Texas FT. WORTH, TX Standard Community Facilities Agreement Rev.10/5/19[NPC] 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 ❑X Attachment 1 -Changes to Standard Community Facilities Agreement ❑X Attachment 2—Phased CFA Provisions ❑X Attachment 3 —Concurrent CFA Provisions ❑X Location Map ❑X Exhibit A: Water Improvements ❑X Exhibit A-1: Sewer Improvements ❑X Exhibit B: Paving Improvements ❑X Exhibit B-1: Storm Drain Improvements ❑X Exhibit C: Street Lights and Signs Improvements ❑X Cost Estimates (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Page 14 of 15 Standard Community Facilities Agreement Rev.10/5/19[NPC] ATTACHMENT"1" Changes to Standard Community Facilities Agreement City Project No. 102160 None City of Fort Worth,Texas Page 15 of 15 Standard Community Facilities Agreement Rev.10/5/19[NPC] 00 42 43 DAP-EJDPROPOSAL Pap I n(`7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item information Biddees Proposal Bidlist train Specification Unit of Bid Pri x No. Description Section No. I Measure Quantity t rice Bid Value UNIT 1:WATER IMPROVEMENTS 1 3312.0001 Fire Hydrant 331240 EA — 1 --$10 354.00 0,354.00 2 3312.2103 1 112"Water Service 331210 EA 2 $3804-00 8.00 3--3311.0001 Ductile Iron Water Fittings wl Restraint 331111 TON 0.20 __g,000.00 $1,000.09 4 3312.4004 8"x 6"Tapping Sleeve&Valve 331225 EA 1 ;8,685.00 $8,685,00 5 3305.0109 Trench Safety 330510 LF 40 $1.00 $40.00 6 3201.0616 Cone Pvrrtt Repair,Arterial/Industrial 32 01 29 SY 54 $155.00 $8.370.00 7 0241.1511 Salvage 3W Water Meter 02 41 14 EA 3 $1,910.00 $5,730.00 8 0241.1513 Salvage I Water Meter 02 41 14 EA 1 $1,910-00 $1,910.00 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 TOTAL UNIT 1:WATER IMPROVEMENTS1 $43,697.00 CrrYOFFORTWORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Fenn Versim May 22,20I9 00 42 43_Bid Proposal DAP 00 42 43 DAP-BID PROPOSAL. Page 2 cf 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidde's Proposal Bidlist Item DesaiSpecification Unit of Bid No. Pb°n Section No. I Measure Quantity Unit Price Bid Value UN -SANITARY S 2MIMPROVE AENTS 1- 3331.3201 6"Sewer Service 333150 50 FA 1 .$450.00 __ $450.00 2 3331.3202 6"2-way Cleanout _ 33 31 50 EA 1 $500.00 $500 00 3 3305.0109 Trench Safety 330510 LF 8 $1.00 $8.00 4 0241.2015 Remove 12'Sewer line 02 41 14 LF 197 $63.00—_ $12,411 00 5 0241.2201 Remove 4'Sewer Martholo 02 41 14 EA 1 -$1,870_00 $.1,870.00 6 0241.2105 12 Sewer Abandonment Plug - 024114 FA 2 $1,035.00 . _-_ $2,070.00 7 0241.2001 Sanitary Line Grouting 02 4114 CY 0.2__ $800.00 $160.00 8 3301.0001 Pre-CCTV Inspection 33 01 31 LF 197 $2.00 $394.00 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 3 - ---6 - -- -- - --- -— — — -- - - ---- 37 _38 39 40 41 42 43 44 45 17 863.00 CITY OF PORT WORTH STANDARD OONSTRUCr1ON SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Versim Mey 22.2019 00 42 43_Bid Ptop=LDAP Rev_03.22-19.xb 00 42 43 DAP-BID PROPOSAL Prao 3 of 7 SECTION CO 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 III:DRAINAI PE IMPROVEMENTS 1 3341.0101 16-RCP Pipe 33 41 11 LF 10 $97.00- $970.00 2 3341.1605 9x8 Box Culvert 33 41 10 LF_ -258 $1,240,00 $319,920.00_ 3 3349.0006 Storm Junction Structure 334910 LS 2 $55,500.00_ $111,000.00 4___ . 3305.0109 Trench Safety - - -- -330510 LF 268 - —$1.00 ----. $268.00 5 3349.0104 4'Stacked Manhole 334910 EA 2 $4,560.00 $9,120.00 6 7 8 9 10 11 12 13 14 15 16 17 - -- - -- - - 16 19 -- 21 22 23 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 - 41 42 43 44 TOTAL UNIT III:DRAINAGE IMPROVEMENTS1 45 1 278.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIPCATION DOCUMENTS-DEVELOPER AWARDED PROtECTS Farm Versi m May 22.2019 004243-Bid Propoml_DAP Rev_0342-19_* 00 42 43 DAP-BID PROPOSAL fte4of7 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 01 Bid No. Description Section No. Measure Quantity Unit Pries Bid Value N IIMPROVEMENTS 1 3125.0101 SWPPP a 1 acre 31 25 00 LS 1 $3 500.00 _—_$3500.00 2 3213.0401 6'Concrete Driveway 321320 SF 2233 _—$8.00 —$17,664,00 3 3213.0301 4"Conc Sidewalk 321320 SF 7503 $7.00 $52 5, 21_00 4 3471.0001 Traffic Control 34 7113 LS 1 $10.000.00 $10,000.00 5 0241.1300 Remove Conc Curb&Gutter 02 41 15 SF 1322 $7.00 _ ____$9,254.00 6 9999.0001 Barrier Free Ramp,Custom -- — 32 13 20 EA 4 $1,500.00 ._ _$81000.00 7 9999.0002 6"Concrete Sidewalk,Stained&Stamped 321320 SF 1808 $14.00— $25 284.00 8 3216.0101 6"Concrete Curb and Gutter _ 321613 LF _ 780 $35.00 9 - 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 - 26 27 28 29 30 31 32 33 34 35 - — -- 36 37 38 39 40 41 42 43 44 45 TOTAL UNIT 1V1 PAVING IMPROVEMENTS+ 151 723.00 aTy OF FORT WORT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROTECTS rw Voraim May 22.2019 00 42 43 Bid Propoml DAP Rcv-05.22-19.xh 00 42 43 DAP-BID PROPOSAL Pegs S of 7 SECTION 00 42 43 Developer Awarded Protects-PROPOSAL FORM UNIT PRICE BID Bidder's Application project Itctn Information Biddefs Proposal Bidlist Itan Specification Unit of Bid No. ��on Section No. I Measure Quantity Unit price Bid Value N V:STREET LI I[TING IMPROVEMENTS 1 3441.3303 Rdwy Ilium Foundation TY 7 34 41 20 EA 9 $1,910.00 $17.190.00 3441.3037 Fumishllnstall 10'-14'Washington Standard Light 2 Pole&Fixture LED 34 41 20 EA 15 $5,970.00 $89,550.00 3 3441.1410 NO 10 Insulated Elec Condr 3441 10 LF 3270 $1.00 $3,270.00 4 3441.1445 NO 2 Insulated Elec Condr - - _-- 3441 10 - LF 1200 _$3.00----- $3,600.00 - --- - 5 3441.1502 Ground Box Type B,w/Apron - 3441 10 EA 2 $1,500.00 $3,000.00 6 3441.1772 Fumishllnstall 240-480 Volt Single Phase 34 41 20 EA 1 $8,355.00 $8,355.00 Transocket Metered Pedestal _ 7 3441.3050 Fumishllnstall LED Lighting Fixture(70 watt 34 41 20 EA 2 $700.00 $1.400.00 ATBO Cobra Head) 3441.3051 Fumishilnstall LED Lighting Fixture(137 watt 8 ATB2 Calla Head) 34 41 20 EA 1 $700.00 $700.00 9 _ 3441.3352 Fumishllnstail Rdway 18um TY 18 Poi - 34 41 20 EA 1 ----- $4.630.00 $4 630.00 --- ---- --- - 10 3441.1645 Fumishlinstall Type 33A Arm 34 41 20 EA 1 $400.00 - -_$400.00 11 3441.3302 Rdwy IQum Foundation TY 3,5,6,and 8 34 d1 20 EA 1 $2,000.00 _ _ $2,000.00 12 3441.3351 Fumishllnstell R Ilum TY 11 Pole 34 41 20 EA 1 $3,910.00 $3,910.00 ---- day-------- --- --- - - --_ -- -- 13 3441.1646 Fumishllnstall Type 33B Arm 34 41 20 EA 1 -$400.00 - $400_00 14 3441.3301 Rdwy Ilium Foundation TY 1,2,and 4 34 41 20 EA 1 $1,850.00 $1,850.00 -- - - - - 15 3441.3501 Salvage Street Light Pale 3441210 EA 2 $610.00 $1,220.00 16 3441.3411 Reconnect Conductor 34 4120 EA 3 $900.00 $2,700.00 9999.0003 Shallow Pier Street Light Foundation-Typ 7 17 344120 EA 6 $1,910.00 $11,460.00 Equivalent 18 2605.3015 2"CONDT PVC SCH 80{T) 26 05 33 LF 1385 $12.00 $16,620.00 - - 19 2605.3014 2"CONDT RMM jRiser) - -- 26 0533 EA -- 2 $620.00 - $1,240.00 20 21 22 23 24 25 26 27 28 29 30 31 32 33 3435 36 37 38 39 40 r TOTAL UNIT V.STREET ILIGHTING IMPROVEMENTS1 173 495.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUNM7 S-DEVELOPER AWARDED PROJECTS Form Versim May 22.2019 00 42 43 Bid Frwosel DAP Rcv_05.22-I9.xb 00 42 43 DAP-BID PROPOSAL PkkP 6 of 7 SECTION CO 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Pmjea Item Information Biddees Proposal Bidlist Item DesptiSpecification Unit of Bid No. g1O° Section No. Measure Quantity Unit Price Bid Value UNIT VI:TRAFFIC S1, L IMPROVE 1 ---3- - - - 4 - 5 _-- -- 6 7 9 - -- - - -- - - - - ---- - -- --- 12 14 15 10 — --- - - - - 16 - ----- --- 17- - - -- -- 19 20 - ---- -------- 22 23 24 __ 25 -------------- 27 2$ -- - - 28 31 -- 32 33 34 35 36 37 - --- - - 38 39 - -- ---- -- - ---- - - - - 40 41 42 43 44 45 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Ver4m May 22.2019 00 42 43 Bid Prapm DAP Rcv_03-22-19.xb 00 42 43 DAP-BID PROPOSAL Pap 7of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Itan Information Bidders Proposal Bidlist Itan Specification Unit of Bid No. Description Specification No. Measure Quantity Unit Price Bid Value Bid Summary UNIT 1:WATER IMPROVEMENTS ___ $43 697.00 UNIT II:SANITARY SEWER IMPROVEMENTS $17 863.00 UNIT III:DRAINAGE IMPROVEMENTS $4441 278.00 UNIT IV:PAVING IMPROVEMENTS $151,723.00 UNIT V:STREET LIGHTING IMPROVEMENTS $173,495.00 UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS Total Construction Bid $828,056.00 This Bid is submitted by the entity named below: BIDDER: B Loyd Transcend Construction Inc 2105 Bancroft Court Arlington,TX 76017 TITLE: t DATE: (I 1!Z4 or Contractor agrees to complete WORK for FINAL ACCEPTANCE within working days after the date when the CONTRACT commences to run as provided In the General Conditions. END OF SECTION CITY OF PORT WORTH STANDARD CONSMCrION SPECIHCATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Venom M"22.2019 00 42 43_U Propoml DAP Rcv_03-22.19-* . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . O � 6TH 7TH SITE 1 `� z U O w TE AS w O z z w w i 13TH w J U) Q JO 1 CO U cl) LANCASTER PR SIDIO O UP EL AS w T— RIO GRAN JA VIS J DAG ETTo _ U LL- �_ w J = w c� B O D A Y c/) w Q S IT J TUCK R Q U VICINITY MAP MAPSCO NO. 76D . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . QUIKTRIP No. 895 OWNER/DEVELOPER: CFA19-0124 QUIKTRIP CORP. CITY PROJ No. 102160 4705SOUTH129THEASTAVENUE IfkmCn TULSA,OK 74134-7008 5200 STATE HIGHWAY 121 IPRC 19-0126 PHONE.(918)615-7685 COLLEYVILLE,TX 76034 DATE:MAY 2021 Phone:817-488-4960 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . I OWNER OWNER 1 I SHURGA � CEMONT PR PARTNERS �O14 60, PG, CCFNO D2102SSS09 OP.R.T. T DRTC.T WEST 13TH STREET I I (W PUBLIC R 0 W) I_ EX.20" N0III Ib W. I r zm wa MASONIC TEMPLE ASSOCIATION I 3 I �I OT 895 ADDITION LL I CALLED 0.847 ACRE OF FORT WORTH, INC. I ro I LOT 1, BLOCK A I CALLED TRACT l C.C.F. NO, C2 72 7 4 1054 W I W I �` �J I CRAWFORD & CRAWFORD, INC. AND VOL.74760 PG. 250 SETH CRAWFORD, INDIVIDUALLY O.P.R.T C.T, I I I C.C.F. O.P.R.T,C7087 428 F I II �11 X I 1-1.5"WATER SERVICE w^ w I & METER BOX(DOMESTIC) ZG H3 U) of Lub 0 1-1.5"WATER SERVICE omm I ® I I & METER BOX(IRRIGATION) I I I I sARAH GRAY ENNiNGs SURVEY J I I ®I ABSTRACT NO. 844 W.LANCASTER AVENUE I 1-8"X 6"TAPPING SLEEVE&VALVE (VARIABLE WIDTH PUBLIC R 0 W) 1-COFW STD FIRE HYDRANTASSEMBLY L :� EX.30"WIL LEGEND PROPOSED WATER LINE,FH,GV — — — EX.WATER LINE,FH,GV oa GATE VALVE FIRE HYDRANT EXHIBIT A -WATER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . QUIKTRIP No. 895 OWNER/DEVELOPER: CFA19-0124 QUIKTRIP CORP. CITY PROJ No. 102160 4705 SOUTH 129TH EASTAVENUE kirk man TULSA,OK74134-7008 5200 STATE HIGHWAY 121 IPRC 19-0126 PHONE.(918)615-7685 COLLEYVILLE,TX 76034 GRAPHIC SCALE DATE:MAY2021 '1hone:817488-4960 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . I � �I OWNER- 0)I owNER N I SHURGARD/FREMONT PARTNERS H (0I 1 GRACIOUS LIVING HOLDINGS, L.P. 1 V0L74760, PG, 250 ODI CC,FDGI D2102SSS09 O.P.R.TC.T wl DRTCT WEST 13 TH STREET aa I W I4� � Pu IC > EX.loll SS EY QS wa I b 0c N I OT 895 ADDITION OWNER: LOT 1, BLOCK A U)j CALLED 0.847 ACRE MASONIC TEMPLE ASSOCIATION XI CALLED TRACT OF FORT WORTH, INC. l W NI CRAWFORD & CRAWFORD, INC. AND C.C.F. NO. C2 72 7 4 1054 SETH CRAWFORD, INDIVIDUALLY VOL 74760, PG. 250 �� �� ILL C.C.F. INC RE 7 700142S (G P.R.T.C.T, ABANDONED 6"SS IIw Iw EX.12"SS zo / U Lua iq\ I wo EX.6"SS ELI 1 I om SARAH GRAY ENINGS SURVEY ABSTRACT NNO. S44 ss W.LANTE AVENUE \ (VARIABLEE WDTH PUBLIC R O W) 8 LF OF 6"PVC SEWER SERVICE 1-SANITARY SEWER CLEANOUT 7 o li 7) LEGEND PROPOSED SANITARY SEWER LINE — — — EX.SANITARY SEWER LINE ® EX.SANITARY SEWER MANHOLE NOTE:ALL PROPOSED SEWER LINES ARE 4"PVC UNLESS OTHERWISE NOTED. EXHIBIT Al -SANITARY SEWER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . QUIKTRIP No. 895 OWNER/DEVELOPER: 8 CFA19-0124 QUIKTRIP CORP. 0 100 4705 SOUTH 129TH EAST AVENUE k irkm a n CITY No. 102160 TULSA,OK74134-7008 5200 STATE HIGHWAY 121 IPRC 19-0126 PHONE.(918)615-7685 COLLEYVILLE,TX 76034 GRAPHIC SCALE DATE:MAY2021 Phone:817-488-4960 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . OWNER OWNER SHURGAO IFFEMONT 147 60, PG,PARTNERS 5 0 C.GRACIOUS DGI D2102SSS09 O P.R.T CT. PROP.ADA D.R.T C.T ACCESS RAMP WEST 13TH STREET (W PUBLIC R0W) _ I PROP.ADA ACCESS RAMP ujo LUG U I Z m 'Irl W. OWNER: r7IF-- - DDITION CALLED 0.847 ACRE MASONIC TEMPLE ASSOCIATION LOT 1, BTOCK A CALLED TRACT l OF FORT WORTH, INC. CRAWFORD & CRAWFORD, INC. AND C.C.F. NO. C2727410,34 �� �� SETH CRAWFORD, INDIVIDUALLY VOT 74760, PG, 250 C.C.F. INC D27700142S (G P.R.T.C.T. O.P.R.T,C.T, CD W IIW I of- 0 Z� (n Wo a PROP.ADA I om ® I PROP.ADA ACCESS RAMP I ACCESS RAMP I SARAH GRAY✓ANINGS SURVEY ABSTRACT NO. 844 W.LANCASTER AVENUE (VARIABLE W10TH PUBLIC R 0 W) �1 LEGEND - PROPOSED DRIVEWAY CONCRETE PAVEMENT PROPOSED SIDEWALK CONCRETE PAVEMENT NOTE: SIDEWALK PAVEMENT TO INCLUDE SECTIONS OF STAMPED &STAINED CONCRETE EXHIBIT B - PAVING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ® QUIKTRIP No. 895 OWNER/DEVELOPER: CFA19-0124 QUIKTRIP CORP. 0 10 4705 SOUTH 129TH EAST AVENUE k irkm a n CITY PROJ No. 102160 TULSA,OK-134-7008 5200 STATE HIGHWAY 121 IPRC 19-0126 PHONE:(918)615-7685 COLLEYVILLE,TX 76034 GRAPHIC SCALE DATE:MAY2021 Phone:817-488-4960 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . EX.7'X 12'ARCHED MASONRY/CONC.PIPE OWNER OWNER SHURGARDIFREMONT VOL 14 7 60, PG,PARTNERS 0 C.GRACIOUS DGI D2102SSS09 O P.R.T CT. 1 DRTCT EX.60" RCP — WEST 13TH STREET W) PUBLIC a o w PROP.9'X 8'RCB w_ LUG EX.7'X 9'ARCHED cwim F MASONRY/CONC.PIPE wa F PROP.15"RCP STUB I �-- —� 0 I� OT 895 ADDITION LL C C2LED 0.847 ACRE PROP.CUSTOM LOT 7, BLOCK A JUNCTION BOX CRAWFORD & CRAWFORD, INC. AND �j SETH CRAWFORD, INDIVIDUALLY C.C.F. NO. D27700142S PROP.STACKED O. IT T,,C.T, MANHOLE OWNER: MASONIC TEMPLE ASSOCIATION w w OF FORT WORTH, INC. C.C.F. NO. C2 72 7 4 1034 I N VOL.74760, PG, 250 II O� 0.P.R.T,C.T. u I a wo_ a PROP.CUSTOM Lu ® EX.18"RCP w a JUNCTION BOX PROP.STACKED MANHOLE EX.48"RCP SARAN GRAY J ARINGS SURVEY ABSTRACT NO. 844 W.LAN CASTER AVENUE EX.24"RCP J EX.24"RCP (VARIABLEo"orH PUBLIC R o w> EX.6.5'X 6'ARCHED MASONRY/CONC.PIPE EX.36"RCP — — EX.84"RCP V / EX.66"RCP EXHIBIT B1 - STORM SEWER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . QUIKTRIP No. 895 OWNER/DEVELOPER: 8 CFA19-0124 QUIKTRIP CORP. 0 10 4705 SOUTH 129TH EAST AVENUE k irkm a n CITY PROJ No. 102160 TULSA,OK74134-7008 5200 STATE HIGHWAY 121 IPRC 19-0126 PHONE.(918)615-7685 COLLEYVILLE,TX 76034 GRAPHIC SCALE DATE:MAY2021 Phone:817-488-4960 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . OWNER OWNER SHURGAO IFFEMONT 14 7 60, PG.P R ERS 11 C.GRACIOUS DGI D2102SSS09 O P.R.T.�T EXISTING STREET 1 D.R.TC.T NAME SIGN EXISTING STREET WEST 13TH STREET NAME SIGN (aa Pueuc RO W> EXISTING STREET LIGHT J EXISTING STREET LIGHT TO BE SALVAGED. INSTALL TO REMAIN. INSTALL NEW NEW STREET LIGHT. I w (� LED FIXTURE. Lu LUG U I Z a 'Irl W. 0 OWNER: OF 895 ADDITION CALLED 0.847 ACRE MASONIC TEMPLE ASSOCIATION LOT 1, BTOCK A CALLED TRACT l OF FORT WORTH, INC. CRAWFORD & CRAWFORD, INC. AND C.C.F. NO. C2727410,34 �� �� SETH CRAWFORD, INDIVIDUALLY VOT 74760, PG. 250 C.C.F. INC D27700142S (G P.R.T.C.T. O.P.R.T,C.T, CD w IIEd I of- 0 Z� (n of wm a Lu a EXISTING STREET EXISTING STREET NAME SIGN NAME SIGN a SARAN GRAY J ANINGS SURVEY ABSTRACT NO. 844 W.LANCASTER AVENUE (VARIABLE W DTH PUBLIC R 0 W) �1 LEGEND PROPOSED STREET LIGHT-DECORATIVE # COFW WASHINGTON STYLED FIXTURE c PROPOSED STREET LIGHT-TYPE 11 POLE EXHIBIT Cl - STREET NAME SIGNS & STREET LIGHT IMPROVEMENTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . QUIKTRIP No. 895 OWNER/DEVELOPER: 8 CFA19-0124 QUIKTRIP CORP. 0 10 4705 SOUTH 129TH EAST AVENUE k irkm a n CITY PROJ No. 102160 TULSA,OK74134-7008 5200 STATE HIGHWAY 121 IPRC 19-0126 PHONE.(918)615-7685 COLLEYVILLE,TX 76034 GRAPHIC SCALE DATE:MAY2021 Phone:817-488-4960