Loading...
HomeMy WebLinkAboutContract 52880 Received Date: 10/08/19 Received Time: 8:47 AM Developer and Project Information Cover Sheet: -[Developer Company Name: Bloomfield Homes,LP Address, State,Zip Code: 1050 E. Hwy 114, Suite,210 , Southlake,TX, 76092 Phone&Email: 817416-1572,donAa bloomfieldhomes net Authorized Signatory,Title: Donald J. Dykstra,President— Project Name: Watersbend North Phase 6 Brief Description: Water, Sewer,Paving, Storm Drain, Street Lights Project Location: East of Wagley Robertson Rd.Northeast corner of Fox Hill Dr. and Bent Oak Dr.Plat Case Number: Plat Name: Mapsco: JCounc District: CFA Number: CFA19-0056 City Project Number: 1.02107 City of Fort Worth,Texas ®FFIUAL RECORD Standard Community Facilities Agreement-Watersbend North Phase 6 �',� � , , CFA Official Release Date:02.20.2017 Page 1 of 11 FT. WORTH, TX STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. 52880 WHEREAS, Bloomfield Homes, LP , ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements")related to a project generally described as Watersbend North Phase 6 ("Project") within the City or the extraterritorial jurisdiction of Fort Worth, Texas ("City"); and WHEREAS, the City has no obligation to participate in the cost of the Improvements or Project; and WHEREAS,any future City participation in this CFA is subject to the availability of City funds and approval by the Fort Worth City Council and shall be memorialized as an amendment to this Agreement; and WHEREAS, the Developer and the City desire to enter into this Community Facilities Agreement ("CFA" or "Agreement") in connection with the collective Improvements for the Proj ect. NOW,THEREFORE,for and in consideration of the covenants and conditions contained herein, the City and the Developer do hereby agree as follows: General Requirements A. The Policy for the Installation of Community Facilities ("Policy") dated March 2001, approved by the City Council of the City of Fort Worth, as amended, is hereby incorporated into this Agreement as if copied herein verbatim. Developer agrees to comply with all provisions of said Policy in the performance of its duties and obligations hereunder and to cause all contractors hired by Developer to comply with the Policy in connection with the work performed by said contractors. B. Developer shall provide financial security in conformance with paragraph 6, Section II, of the Policy and recognizes that there shall be no reduction in the collateral until the Project has been completed and the City has officially accepted the Improvements. Developer further acknowledges that said acceptance process requires the Developer's contractor(s) City of Fort Worth,Texas Standard Community Facilities Agreement-Watersbend North Phase 6 OFFICIAL. RECORD CFA Official Release Date:02.20.2017 CITY SECRETARY Page 2 of 11 FT. WORTH,TX to submit a signed affidavit of bills paid and consent of Surety signed by its surety to ensure the contractor has paid any sub-contractor(s) and suppliers in full. Additionally, the contractor will provide in writing that the contractor has been paid in full by Developer for all the services provided under this contract. C. Developer agrees to cause the construction of the Improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and the City-approved construction plans, specifications and cost estimates provided for the Project and the exhibits attached hereto. D. The following checked exhibits describe the Improvements and are incorporated herein: Water(A) Sewer(A-1)0, Paving(B) IM, Storm Drain(B-1) 0, Street Lights & Signs (C) [ '. E. The Developer shall award all contracts for the construction of the Improvements in accordance with Section II,paragraph 7 of the Policy and the contracts shall be administered in conformance with paragraph 8, Section 11, of the Policy. Developer shall ensure its contractor(s)pays the then-current City-established wage rates. F. For all Improvements included in this Agreement for, which the Developer awards construction contract(s), Developer agrees to the following: i. To employ a construction contractor who is approved by the director of the department having jurisdiction over the infrastructure to be constructed, said contractor to meet City's requirements for being prequalified,insured, licensed and bonded to do work in public ways and/or prequalified to perform water/wastewater construction as the case may be. ii. To require its contractor to furnish to the City a payment and performance bond in the names of the City and the Developer for one hundred percent (100%) of the contract price of the infrastructure, and a maintenance bond in the name of the City for one hundred percent (100%) of the contract price of the infrastructure for a period of two (2) years from the date of final acceptance insuring the maintenance and repair of the constructed infrastructure during the term of the maintenance bond. All bonds 'to be furnished before work is commenced and to meet the requirements of Chapter 2253, Texas Government Code. City of Fort Worth,Texas Standard Community Facilities Agreement-Watersbend North Phase 6 CFA Official Release Date: 02.20.2017 Page 3 of 11 iii. To require the contractor(s) it hires to perform the construction work contemplated herein to provide insurance equal to or in excess of the amounts required by the City's standard specifications and contract documents for developer-awarded infrastructure construction contracts. The City shall be named as additional insured on all insurance required by said documents and same will be evidenced on the Certificate of Insurance (ACORD or other state-approved form) supplied by the contractor's insurance provider and bound in the construction contract book. iv. To require its contractor to give 48 hours advance notice of intent to commence construction to the City's Construction Services Division so that City inspection personnel will be available;to require the contractor to allow the construction to be subject to inspection at any and all times by City inspection forces, to not install or relocate any sanitary sewer, storm drain, or water pipe unless a responsible City inspector is present and gives his consent to proceed, and to make such laboratory tests of materials being used as may be required by the City. V. To require its contractor to have fully executed contract documents submitted to the City in order to schedule a Pre-Construction Meeting. The submittal should occur no less than 10 working days prior to the desired date of the meeting. No construction will commence without a City-issued Notice to Proceed to the Developer's contractor. vi. To delay connections of buildings to service lines of sewer and water mains constructed under this Agreement, if any, until said sewer and water mains and service lines have been completed to the satisfaction of the Water Department. G. Developer shall provide at its expense, unless otherwise agreed to by City, all engineering drawings and documents necessary to construct the improvements under this Agreement. H. Developer shall cause the installation or adjustment of the required utilities to serve the development or to construct the Improvements required herein. 1. City shall not be responsible for payment of any costs that may be.incurred by Developer in the relocation of any utilities that are or may be in conflict with any of the community facilities to be installed hereunder. City of Fort Worth,Texas Standard Community Facilities Agreement-Watersbend North Phase 6 CFA Official Release Date:02.20.2017 Page 4 of 11 J. Developer hereby releases and agrees to indemnify, defend and hold the City harmless for any inadequacies in the preliminary plans,specifications and cost estimates supplied by the Developer for this Agreement. K. Developer agrees to provide, at its expense, all necessary rights of way and easements across property owned by Developer and required for the construction of the current and future improvements provided for by this Agreement. L. The Developer further covenants and agrees to, and by these presents does hereby, fully indemnify, hold harmless and defend the City, its officers, agents and employees from all suits, actions or claims of any character,whether real or asserted,brought for or on account of any injuries or damages sustained by any persons (including death) or to any property, resulting from or in connection with the construction, design, performance or completion of any work to be performed by said Developer, its contractors, subcontractors, officers, agents or employees, or in consequence of any failure to properly safeguard the work, or on account of any act, intentional or otherwise, neglect or misconduct of said Developer, its contractors, sub-contractors, officers, agents or employees, whether or not such injuries, death or damages are caused, in whole or in part, by the alleized neglip-e ice of the City of Fort Worth, its officers, servants, or emplovees. ire its contractors to indemnify, defend and hold harmless M. Developer will further requ the City, its officers, agents and employees from and against any and all claims, suits or causes of action of any nature whatsoever, whether real or asserted, brought for or on account of any injuries or damages to persons or property, including death, resulting from,or in any way connected with,the construction of the infrastructure contemplated herein,whether or not such injuries, death or damages are caused, in whole or in part, by the alleged negligence of the City of Fort Worth, its officers, servants, or employees. Further,Developer will require its contractors to indemnify, and hold harmless the City for any losses, damages, costs or expenses suffered by the City or caused as a result of said contractor's failure to complete the work and construct the improvements in a good and workmanlike manner, free from defects, in conformance with the Policy, and in accordance with all plans and specifications. City of Fort Worth,Texas Standard Community Facilities Agreement-Watersbend North Phase 6 CFA Official Release Date: 02.20.2017 Page 5 of 11 N. Upon completion of all work associated with the construction of the Improvements, Developer will assign to the City a non-exclusive right to enforce the contracts entered into by the Developer with its contractor along with an assignment of all warranties given by the contractor, whether express or implied. Further, Developer agrees that all contracts with any contractor shall include provisions granting to the City the right to enforce such contracts as an express intended third party beneficiary of such contracts. O. Inspection and material testing fees are required as follows: i. Developer shall pay in cash water and wastewater inspection fees and material testing fees equal to two percent (2%) for a total of 4% of the developer's share of the total construction cost as stated in the construction contract. ii. Developer shall pay in cash paving and storm drain inspection fees equal to four percent (4%) and material testing fees equal to two percent (2%) for a total of 6% of the developer's share of the total construction cost as stated in the construction contract. iii. Developer shall pay in cash the total cost of streetlights or if the city is not installing the streetlights, inspection fees equal to four percent (4%) of the developer's share of the streetlight construction cost as stated in the construction contract. iv. Developer shall pay in cash the total cost of street signs. P. COMPLETION WITHIN 2 YEARS i. Developer shall complete the Improvements within two (2) years, provided, however, if construction of the Improvements has started within the two year period,the developer may request that the CFA be extended for one additional year. it. Nothing contained herein is intended to limit the Developer's obligations under the Policy, this Agreement, its financial guarantee, its agreement with its contractor or other related agreements. iii. The City may utilize the Developer's financial guarantee submitted for this Agreement to cause the completion of the construction of the Improvements if at the end of two(2)years from the date of this Agreement(and any extension period) the Improvements have not been completed and accepted. iv. The City may utilize the Developer's financial guarantee to cause the completion of the construction of the Improvements or to cause the payment of costs for City of Fort Worth,Texas Standard Community Facilities Agreement-Watersbend North Phase 6 CFA Official Release Date:02.20.2017 Page 6 of 11 construction of same before the expiration of two (2) years if the Developer breaches this Agreement, becomes insolvent or fails to pay costs of construction and the financial guarantee is not a Completion Agreement. If the financial guarantee is a Completion Agreement and the Developer's contractors and/or suppliers are not paid for the costs of supplies and/or construction, the contractors and/or suppliers may put a lien upon the property which is the subject of the Completion Agreement. Q. Developer acknowledges that in accordance with Chapter 2270 of the Texas Government Code,the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Developer certifies that Developer's signature provides written verification to the City that Developer: (1) does not boycott Israel; and(2) will not boycott Israel during the term of the contract. IMMIGRATION AND NATIONALITY ACT R. Developer shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Developer shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Developer shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Developer employee who is not legally eligible to perform such services. DEVELOPER SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY DEVELOPER, DEVELOPER'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Developer, shall have the right to immediately terminate this Agreement for violations of this provision by Developer. City of Fort Worth,Texas Standard Community Facilities Agreement-Watersbend North Phase 6 CFA Official Release Date: 02.20.2017 Page 7of11 Cost Summary Sheet Project Name: Watersbend North Phase 6 CFA No.: CFA19-0056 City Project No.: 102107 An Engineer's Estimate of Probable Cost is acceptable. However, the construction contract price will ultimately determine the amount of CFA fees and financial guarantee. The bid price and any additional CFA payments will be required prior to scheduling a pre-construction meeting. An itemized estimate corresponding to each project-specific exhibit is required to support the following information. Items Developer's Cost A. Water and Sewer Construction 1. Water Construction $ 335,000.00 2.Sewer Construction $ 367.000.00 Water and Sewer Construction Total $ 702,000.00 B. TPW Construction 1.Street $ 706,300.00 2.Storm Drain $ 38B,974.00 3.Street Lights Installed by Developer $ 76,816.36 4. Signals $ TPW Construction Cost Total $ 1,170,090.36 Total Construction Cost(excluding the fees): $ 1,872,090.36 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 14,040.00 D. Water/Sewer Material Testing Fee(2%) $ 14,040.00 Sub-Total for Water Construction Fees $ 28,080.00 E. TPW Inspection Fee(4%) $ 43,730.96 F. TPW Material Testing(2%) $ 21,865.48 G. Street Light Inspsection Cost $ 3,072.65 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $. Sub-Total for TPW Construction Fees $ 68,669.09 Total Construction Fees: $ 96,749.09 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 1,872,090.36 - Completion Agreement=100%/Holds Plat $ 1,872,090.36 x Cash Escrow Water/Sanitary Sewer-125% $ 877,500.00 Cash Escrow Paving/Storm Drain=125% $ 1,462,612.95 Letter of Credit=125%w/2 r expiration period $ 2,340,112.95 City of Fort Worth,Texas Standard Community Facilities Agreement-Watersbend North Phase 6 CFA Official Release Date: 02.20.2017 Page 8 of 11 ACCORDINGLY,the City of Fort Worth and Developer have each caused this instrument to be executed in quadruplicate in each entity's respective name by its duly authorized signatories effective as of the date executed by the City's City Manager or his/her designee. CITY OF FORT WORTH DEVELOPER Bloomfield Homes,LP Dana Burghdoff(Oct 2,201 Dana Burghdoff Interim Assistant City Manager zywa 7 buk r� Date: Oct 2,2019 Donald J Dykstra(0 2,2019) Name: Donald J. Dykstra Recommended by: Title: President ' Date: Oct 2,2019 Evelyn(Oct 2,2019) Evelyn Roberts/Jennifer Ezernack Project Assistant Planning and Development Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and Approved as to Form &Legality: administration of this contract, including ensuring all performance and reporting requirements. Richard A.McCracken(Oct 2,2019) Richard A. McCracken Assistant City Attorney Jennifer Ezernack on behalfof Janie Morales(Oct 2,2019) M&C No. N/A Name: Janie Morales Date: Title: Development Manager Form 1295: N/A r 9R7 ATTEST: did" I ar C :moo Mary J. ayser(Oct 8, 019) `y` •• pr r Mary J. Kayser/Ronald Gonzales ',., .. Y Y y City Secretary/AssistantCit Secretat� OFFICIAL RECORD City of Fort Worth,Texas Standard Community Facilities Agreement-Watersbend North Phase 6 CITY SECRETARY CFA Official Release Date: 02.20.2017 FT WORTH,TX Page 9 of 11 Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment ® Attachment 1 -Changes to Standard Community Facilities Agreement ® Location Map Exhibit A: Water Improvements ® Exhibit A-1: Sewer Improvements ®' Water and Sewer Cost Estimates Exhibit B: Paving Improvements ® Paving Cost Estimate Exhibit B-1: Storm Drain Improvements Storm Drain Cost Estimate Exhibit C: Street Lights and Signs Improvements Street Lights and Signs Cost Estimate (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Standard Community Facilities Agreement-Watersbend North Phase 6 CFA Official Release Date:02.20.2017 Page 10 of 11 ATTACHMENT"I" Changes to Standard Agreement Community Facilities Agreement City Project No. 102107 None. City of Fort Worth,Texas Standard Community Facilities Agreement-Watersbend North Phase 6 CFA Official Release Date:02.20.2017 Page 11 of 11 00 42 43 DAP-BID PROPOSAL Page r ON SECTION QO 42 43 Developer Awarded Projects-PROPOSAL FORM Watershend North Phase 6 City Project M02107 UNIT PRICE BID FliddeF'F, Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Section No. Unit of Bid Unit Price Bid Value No. Measure Quantity MITI-WARR fMPROVEMENTS 1 3311.0261 8"PVC Water Pie 3311 10,3311 12 LF 4,914 $34.001 $167,076.00 2 33f2.300 8"Gale Valve&Valve Box 331220 EA 10 $1,250.00 $12,600.00 3 3312.0001 Sid.Ffre Hydrant Assembl wl6"Gate Value& 331240 EA 5 $4,265.00 $21,325.00 4 3311.0001 Ductile iron Water Fittings w/Restraint 3311 11 TON 1.1 $4 975.00 $5,472.60 5 3305.0109 Trench Safely 33 05 10 LF 4,91 $0.25 $1,22&50 6 3312,2003 1"Domestic Water Services 331210 EA 133 $950.00 $126,350.00 7 3312.2003 1-Irri aflon Services 33 12 10 EA 1 $1,048.00 $1,048.00 TOTAL UNIT I:WATEQVEMENT$ E335 UOO.DO UNIT f:SANITARY SEWER IMPROVEMENTS 8 3331.4115 8"SDR-26 PVC Sewer Pipe 33 11 10,33 31 12, LF 4,020 $40.00 $160,800.00 3331 20 9 3331.3101 SDR-26 4"Sewer Services 3331 50 EA 133 $672.00 $89,376.00 10 3339.1001 4'Std.Dia.Manhole 33 39 10.33 39 20 EA 18 $4,070.00 $73,260.00 11 3339.1003 Extra Depth for 4'Dia.Manhole 33 3910 33 39 20 LF 84 $185.00 $15,540.00 12 3331.4116 8"PVC Sanitary Sewer Pipe w/CSS Backfill LF 191 $58.00 $11,078.00 13 3305,0109 Trench Safety 330510 LF 4 020 $0.30 $1,206.00 14 3301.0002 Post-CCTV Inspection 33 01 31 LF 4 020 $2.00 $8,040.00 15 9999.0001 Connect to Existing8"Sewer 00 00 00 EA 5 $1,000.00 $5,000.00 16 3301.0101 Vacuum Test Manholes 3301 30 EA 18 $150.00 $2,700.00 TOTAL UNIT It:SANITARY SEWER IMPR VEMENTS $367 000.00 NIT.Ill_PR G P Vl5 S 17 3349.5001 10'Curb Inlet 34 49 20 EA 10 $3,475.00 $34,750.00 18 3349.5002 15'Curb Inlet 344920 EA 1 $4,200.00 $4,200.00 19 3341,0201 21"Class III R.C,P, 3341 10 LF 219 $60.00 $13,140.00 20 3341.0208 27"Class III R.C.P. 33 41 10 LF 256 $75.00 $19,200.00 21 3341.0302 30"Class III R.C.P. 3341 10 LF 619 $85.00 $62,616.00 22 3341.0305 33"Class Ill R.C.P. 3341 10 LF 496 $97.00 $48,112.00 23 3341.0309 36"Class ill R.C.P. 33.41 10 LF 373 $115.00j $42,895.00 24 3341.1102 43 Box Culvert 3341 10 LF 285 $195.00 $55,576.00 25 3341.1201 5x3 Box Culvert 3341 10 LF 357 $235.00 $83,896.00 26 3349.0001 4'x 4'Storm Junction Box 334910 EA 4 $4,500.00 $18,000.00 27 4999.0002 5'x 4'Storm Junction Box 00 00 00 EA 1 $5,800.00 $5,800.00 28 9999.0003 6'x 5'Storm Junction Box 00 00 00 EA 1 $6,900.00 $6,900.00 29 3305.0109 Trench Safety_ 33 05 10 LF 2.606 $0.40 $1,042,00 30 3305-0112 Concrete Collar 33 05 17 EA 1 $850.00 $850.00 O AL NI III:DRAINAGE IMPROVEMENTS s. $386 874.00 CtrY OFFORT WORTH STANDARD CONSTRUCTION SPECIFICAMONDOCUMENM•DEVELOPER AWARDED PROJEM Form Vm6oa Sepmm1w t,2015 WaWsbend North Ph 6_Bld QuaWltes•Conauer 004243 DAP-Bm PROPOSAL Page 2 ar2 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Watersbead North Phase 6 City Project 0102107 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Sidlistlt«n Description Spec�cationSection No. Unit of Bid Unit Price Bid Value No. Measure Quantity UNIT IV:PAVIN IMPR V NT 31 3213.0101 6"Concrete Pavement Residential 321313 SY 16,454 $36.00 $575,890.00 32 3211.0501 6"Lime Treated Sub grade Residential 321129 SY 17,689 $3.00 $52,767.00 33 3211.0400 Hydrated Lime Q 32 lbs./S.Y. Residential 321129 TON 316.6 $165.00 $52,239.00 34 3213.0506 P-1 Ramp 32 13 20 EA 10 $1450.OD $14,500.00 35 3213.0302 5'Concrete Sidewalk 331220 LF 121 $24.00 $2,904.00 36 9999.0004 Connect to Concrete Header 00 00 00 LF 5 $500.00 $2,500.00 37 9999.0005 St Sign w/Stop Sin _ 00 00 00 EA 5 $720.001 $3,600.00 38 9999.0006 St Marker Blade 00 00 00 1 EA 1 10 $190.001 $1,900.00 TOTAL UNIT IV:PAVING IMPROVEMENTS $706 300.00 Bid Summary UNIT I:WATER IMPROVEMENTS $335.000.00 UNIT It:SANITARY SEWER IMPROVEMENTS _ $367,000.0_0 UNIT III:DRAINAGE IMPROVEMENTS __ $386,974.00 UNIT IV:PAVING IMPROVEMENTS $7063300.09 PERFORMANCE/PAYMENT&MAINTENANCE BONDS ^� $19 516.00 Total Construction Bid $1,814,790.00 This bid is submitted by the entity listed below: Conatser Construction TX,LP By: Brock Huggins 6327 Wichita St. Ft.Worth,TX 76119 817-534-1743 St Ire President Date: Contractor agrees to complete WORK for FINAL ACCEPTANCE within 120 working days after the date when the CONTRACT commences to run as provided is the General Conditions. END OF SECTION CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS FormV-1aa Sep1e j-1.2013 waWsbeM Noah Ph 6_sw Qmntitks-Comuer 00 42 43 DAP-BID PROPOSAL Page 1 of I SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Watersbend North Phase 6 City Project N102107 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Unit of Bid No. Description Specification Section No. Q Unit Price Bid Value Measure uantity UNIT V:STREET LIGHTING IMPROVEMENTS 40A 3441.3341 Type 11 pole with 33B arm 34 41 20 EA 18 $1,656.00 $29,808.00 40B 3441.3301 Concrete Foundation Type 1 344120 EA 18 $1,032.00 $18,576.00 40C 3441.3201 LED Lighting Fixture 34 41 20 EA 18 $266.00 $4,788.00 41 2605.3011 2"Conduit PVC SCH 40 T 26 05 33 LF 2,348 $7.10 $16,670.80 42 3441.1408 No.6 Insulated Elec Condr 3441 10 LF 7 044 $0.99 $6 973.56 TOTAL UNIT V STREET LIGHTING IMPROVEMENTS Bid Summary UNIT V:STREET LIGHTING IMPROVEMENTS $76,816.36 Total Construction Bid $76,816.36 This bid is submitted by the entity listed below: Independent Utility Construction,Inc. By' ichard Wol 5109 Sun Valley Dr. Ft.Worth,TX 76119 817-478-444 Ignatu Title:President Date: O-Z f , Contractor agrees to complete WORK for FINAL ACCEPTANCE.wllhin 36 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 Forth Version September 1.2015 Watmbend North Ph 6 Bid Quantities-NC N -HICKS N z WE o 00 3 sLLJ �. � a i1 lop r OSS w C� PROJECT D Q LOCATION � B2 O a Q� 00�0�0 N �1 156 CV Y �d w C9 n — d � M �� HARN�N CV L LL_ ❑RT WORTH CITY LIMIT O SAGINAW CITY LIMIT a 1 BAILEY - BOSWELL 0 Q HA1lE- MWELL N RTHPAR�' [LOVER O o V%DpQo n w GREEN VA ^P c Houston 3 C CDLE C S d A PMK 9 c ^ FAIR MEADDV NORHAND -� HEA V DALE ty HEADD4 c e4 PEIM C VICINI/ / MAP 0 KTS CPN 102107 Q MAPSCO#19V LL i 19 a) WATERS MEND NORTH 0 PHASE 6 °i LOCATED IN OII7C�Y OF lFO T WO TI TEXAS U) O PREPARED BY: PR EPA M F0F_ GOODWWR BLOOMFIELD HOMES,L.P. MARSEA L 9 1050 E.HWY 114,SUITE 210 CIVIL ENGINEERS—PLANNERS—SURVEYORS SOUTH LAKE,TX 76092 2405 Mustang DrWa,GrapWna,Taxw 7so51 PHONE(817)416-1572 O MuU0(877)32943M FAX(817)416-1397 JUNE, 2019 W V V ATERSBEND NORTH N W*E PHASE S 7p WATER F-,' U[-ll1t1 I "All vl eyll..+L'il1.LdE: V 3009 CPN.•102107 LOCK 32 1 2 3 4 5 6 7 e 9 1 2 3 4 5 6 V/ VY 7 O N — B 1 2 3 q 5 6 ] e 9 IB n 12 R w GD 9 V BIOLK 35 __ 10 N 44 43 42 41 40 39 3B 21 20 19 18 ! 16 15 N (9 lom WAY p �7 IL 0 CO E [Ry 13 R N 2 e 3 4 5 7 4 C D R p B 0 II 10 9 16 LOT 3BK Cg,gQ 14 OPEN WAU M=29 O 1_ 15 16 A R B 20 IB 2] 28 Q 9100(E LL 1 28 v 27 28 25 �,124 23 22 21 20 21 22 23 2q 25 A. _ ROCK 29 N - WIImVi99AL' 31 In S1 2 3 4 5 6 @ 1 32 T B 9 q II p R w R 16 A IB 9 20 21 22 "r.`j, C qq 43 42 41 40 39 36 37 36L 34 33 32 31 30 29 2B 2T 26 25 24 23 34 L � fmIf6NAY�t �i 1 B.BCIC 41 / 2 3 4 5 6 7 B 9 10 II 12 13 14 IS I6 n IB R 20 21 22 Q LL U Q0 0) U) L n (n C C N LEGEND W PROPOSED WATERLINE I PRBPAREDBY' PREPARED FOR- W EXISTING WATER LINE O OO>IDWKN I B LOOMFIEILD HOMES,L.P. NOTE 1050 E.HWY 114,SUITE 210 o �����- �E3 ALL WATER LINES SHOWN CIVIL ENGINEERS—PLANNERS—SURVEYORS SOUTHLAKE,TX 76092 ARE 8" IN DIAMETER UNLESS / 24M Mustang Ddw.e gwAne,T9m97W51 PHONE(817)416-1572 OTHERWISE NOTED w Metro(817)329-0373 FAX(817)416-1397 N WATERS�C3B� END NORTH H W*E P11111L SE 6 S SEWER IE=r""A-1" SCALE. 11°° e 3�' CPN.•102107 I LOCK 32 I 2 3 4 5 6 ] 6 9 � 1 2 3 4 5 6 [n mm 7 6 O I 2 3 4 5 6 ] e 9 10 N n p R H 9 (n M BLOCK 35 Lo 10 -- 44 43 42 41 40 39 38 21 20 E9 IB ,/ 18 Iss � NA 11 N BLOCK D Qo E R I P 6 ] m 3 4 5 N I H C 5 R p 9 e eo�uer{ Mi LOT PA - - Ili H OPEN dOtl(¢B 1] OIS 18 r] 21 19 20 27 K1 28 BLOCK E Q 29 27 1 26 25 24 23 22 Y1 20 YI 22 23 24 25 26 30 _ SOGIf H 31 � b (n 1 2 3 4 6t 1 6 32 7 e 8 p II 12 R H 2i K n Ifi p 20 PI n A 33 -0 111 C 44 43 42 41 40 39 38 3] 38 33 39 33 32 L31 30 29 28 27 26 25 24 23 34 n U) 0 9DIX 1 2 3 4 5 6 7 8 9 10 II Y1. R H 15 Ie n Is 9 20 21 22 Q LL- U In 0 _C n Cn 0 n n n i LEGEND a> 0 PROPOSED SANITARY S SEWER LINE PREPARED BY: FOF-- EXISTING �t IB LOO�vIDFM�IHIOI�S,L.P. SEWER LINE w SANITARY (0 0®dD�R1II13� o —biARL LL i 1050 E.HWY 114,SUITE 210 NOTE I CIVIL ENGINEERS—PLANNERS--SURVEYORS SOUTHLAKE,TX 76092 ALL PROPOSED SANITARY SEWER 24M Mustang Drive,Grapevine,Trams 7w5, PHONE(817)416-1572 w Moto(8,7)829�4373 FAX(817)416-1397 LINES SHOWN ARE 8" IN DIAMETER V V if TERSBEND NORTH N PHASE6 W+E �Q�L1lICllJLL��ISTJE�'S S 1Ld ll IIIBII SCALE: 111 3009 CPN.•102107 1 _ 1fA0)AAI�V9 � — om 32 I 2 3 4 5 6 T B 9 I 2 3 4 5 6 7 Vl 6 O I 2 3 4 5 6 7 B 9 10 II dT 1`0 N 9 BOCK 35 0 99 93 92 91 40 39 38 YI 20 19 18 R ki 2i WA 11 N Iz 51D0C 0 (Q R Y e 7 3 4 5 CD 14 N 12 0 c 0 II 10 9 B D 7 y-gyE I)COIRT16 LOT 38K C 14 OPEN 9PAM -� R a-=Q8 LL W Q 15 � R ps 19 20 2B L 2T � 6000E 19 QI� � L.- 27 Y6 25 24 23 22' 21 20 21 22 23 24 25 26 30 BLOCK Im 'n - 31 QJ 1 2 3 4 5 6 (n 7 e e p II t2 T 15 I6 R 18 19 20 21 22 32 0 -c n 44 43 42 41 40 39 38 37 36L 34L 32 31 30 Y9 28 Y7 26 26 24 23 34 C N 3s U) a> a-=4I 0 2 3 4 5 6 7 e 9 p 11 12 u 14 15 I6 R I9 21 20 21 22 Q LL U Qo Q In L N LEGEND o ...... SIDEWALK BY HOMEBUILDER O ADA RAMPS PER THIS CONTRACT c a� U) L N o PROPOSED 29' B-B ROADWAY r1e>;enxEu BY: ra:�nut>�Foa W/S0' R.0.W. 6' HICK REINFORCED Qp00DI�Ni ]B LOOMFIEILD HOLIES,L.P. CORETE PAVEME T Uj ARSHA][L 9 1050 E.HM 114,SUITE 210 0 CIVIL ENGINEERS^PLANNERS—SURVEYORS SOUTHLAKE,TX 76092 2405 Mustang Drhre,Grapevine,T9Xe676MI PHONE(817)416-1572 SIDEWALK PER THIS CONTRACT W Metro(817)329 4373 FAX(817)416-1397 N �(� V V ATIERSBEND NORTH W E PHASE y6 STORM p SCALE: S¶ lQ\cT7C7f1�1m7fT 11 v ty�LA L E: 11 vv � 3009 �CPN7. 1D�0 107 I 1 Lt" 3G®fAL4a'a - OC(32 I 2 3 4 5 6 7 8 9 1 2 3 4 y 6 O 7 N 6611 IRA°RINDWWWR �v'� _ 6 W 1 2 3 4 5 6 7 8 9 10 II p b 19 9 ^ 6LOC 35 N a 94 43 92 41 9D 39 38 zl zo Ig BL r( 16 6 -- C9 11 W=FAU=WAY 12 CD BL oac D N D P 6 7 � 3 9 y 14 D BLACK E 12 2 S O p 9 8 LI- �1LaS 16 LOT 38X O':rIlR 14 OPEN SPACE S.- BLOCK Q9 Q 17 Q O IS a 18 p 20 28 LL- BLOCK E PT U 9 EI 29 Qo 27 26 25 E4 23 22 20 21 22 23 2q 2y 26 30 Qj _ r00(EB Cn Q - AIL 31 2 3 4 5 6 1 7 e 9 10 49 20 21 II 12 O 14 D 16 A IB E2 � 33 U) (n � qq 43 42 41 40 39 38 3T 38 3y 39 33 32 31 30 29 L. 27 26 25 E4 23 35 1 BOCK I Q E 3 9 6 6 7 8 9 p 6 a H 2 m A 8 9 20 21 LL � U Qo N U) (n C n C U) N LEGEND 0 PROPOSED STORM DRAIN LINE PRBPARBD BY: PRBPARM FOR GOODWDT1 B LOOMFIEILD HOMES,L.P.� EXISTING STORM DRAIN LINE W ARLHALL 9 1050 E.HWY 114,SUITE 210 o PROPOSED STORM DRAIN INLET CIVIL ENGINEERS—PLANNERS—SURVEYORS SOUTHLAKE,TX 76092 2405 Mustang Drive,Grapevine,Texas 7SWI PHONE(817)416-1572 PROPOSED STORM DRAIN DROP INLET W Metro(817)3294373 FAX(817)416-1397 WA ERSBEND NORTH IN W+E PHASE HASE 6 S STREET UGHTS&STREET NAME SIGNS CPN.•102107 1 IOLI(32 mm 7 V/ O B 9 0 6 N 2 3 4 5 6 m II p R 14 V! 9 BLOCK 35 10 94 93 42 41 40 39 3B 21 PO 19 IB A 16 15 Q0 ,_ I SOfX, D m R W 2 6 7 3 9 5 N I w M.=E p 15 � R II 10 9 B pcomr LOT 38X LL �� 14 O SPACE Ha0(29 n L q d R n R 19 Po 2B BOO(E g Q 19 V 21 29 27 26 25 24 23 22 ® 20 21 22 23 �aIX QD _AM 31 32 .L T B B q II p R K R I6 n R 19 20 PI 33 (1) qq 43 42 4I 40 39 3B 37 36 35 34 33 32 31 30 29 2B 2T 26 25 24 r) (n 35 L Q) ® 36 � 3LDC1( I 2 3 4 5 6 T B 9 q II 12 R q IS 5 n IB Ci 20 21 / 22 Q LL U Q0 U) n !n C C N L O PREPARM BY: PREPARED FOR: G00DVn l BLOOMMLD HOMES,L.P. LEGEND (-9 MARSHALL ; 1050 E.HWY 114,SUITE 210 PROPOSED LIGHT POLE 0 CML ENGINEERS—PLANNERS--SURVEYORS SOUTHLAKE,TX 76092 24M Mustang DrWe,GrepeWne,Teams 76051 PHONE(817)416-1572 PROPOSED STREET NAME SIGN A L1J Metro(317)325-4373 FAX(817)416-1397 COMPLETION AGREEMENT—SELF FUNDED This Completion Agreement("Agreement"), is made and entered into by and between the City of Fort Worth, ("City") and 13Moom ield Homes,LP a Texas limited partnership, authorized to do business in Texas, ("Developer"), effective as of the last date executed by a Party hereto. The City and the Developer may collectively be called the"Parties". WITNESSETH: WHEREAS, the Developer owns that certain tract of real property that contains approximately 35.864 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 19-021 or FS<Nuinber>; and WHEREAS, the Developer and the City have entered into a Community Facilities Agreement relating to the development, Watersbend North Phase 5 for Water Sewer Paving, Storm Drain, Street Lights ("Improvements"); and WHEREAS, the City has required certain assurances that the Developer will cause to be constructed to City standards the Improvements pursuant to the Community Facilities Agreement; and WHEREAS, the Parties desire to set forth the terms and conditions of such accommodations as are described above. NOW, THEREFORE, for and in consideration of the mutual covenants and agreements hereinafter set forth, it is hereby agreed by and between City and Developer as follows: I. 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 Eight Ilundred Seventy Two Thousand Ninety&36/100 Dollars ($L§72,090.36), hereinafter called the "Completion Amount". Notwithstanding the foregoing, it is acknowledged that the actual costs of completion of the Community City of Fort Worth, Texas Standard Completion Agreement.—Self-Funded Revised 09.07.2017 JLE CFA Official Release Date: 07.01.2015 Page 1 of 13 Facilities may vary as a result of change orders agreed to by the Parties,but such variances for the purposes of this Agreement shall not affect the Completion Amount as used herein. City hereby waives the requirement for developer to deposit a financial guarantee of 100% of the Hard Costs under the CFA Policy. 3. Completion by the Developer. The Developer agrees to complete the Community Facilities and pay all Hard Costs in accordance with City standards, the CFA, the Plat, and the Plans as approved by the City. For the purposes of this Agreement, the development of the Property shall be deemed complete upon acceptance by the City of the Community Facilities pursuant to Section 6,hereof. 4. Satisfaction of the City Requirements. The City agrees that the assurances and covenants contained in this Agreement satisfy all requirements of the City with respect to Developer's Financial Guarantee, as described in the CFA Policy, or other requirements for security in connection with the development of the Property and the completion of the Community Facilities that are contained in the CFA or in any other agreement relating thereto, and the City hereby accepts the assurances and covenants contained herein in lieu thereof. To the extent the CFA irreconcilably conflicts with this Agreement, the provisions of this Agreement shall control. 5. Termination. This Agreement shall terminate upon the earlier to occur of the following: (a) acceptance by the City of the Community Facilities; or(b)mutual written agreement of the Parties. 6. Final Plat. The Parties acknowledge and agree that the City shall hold the final plat of the Property until the Community Facilities are completed and accepted by the City and all Hard Costs contractors have been paid, less retainage. Upon acceptance by the City and receipt of evidence from the Developer showing that all Hard Costs contractors have been paid,including but not necessarily limited to lien waivers and bills paid affidavits,the City shall within a reasonable time file the final plat for the Property in the Plat Records of the county where the Property is located. The purpose of the City retaining the final plat of the Property as provided herein is to guarantee the Developer's obligations under the CFA are completed. City of Fort Worth, Texas Standard Completion Agreement—Self-Funded Revised 09.07.2017 ME CFA Official Release Date: 07.01.2015 Page 2 of 13 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(a1fortworthtexas.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 13 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: Bloomfield Homes, LP Donald J.Dykstra,President 1050 E. Hwy 114, Suite 210 Southlake,TX 76092 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 4of13 H. Headings. The headings that are used in this Agreement are used for reference and convenience purposes only and do not constitute substantive matters to be considered in construing the terms and provisions of this Agreement. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) City of Fort Worth, Texas Standard Completion Agreement—Self-Funded Revised 09.07.2017 JLE CFA Official Release Date: 07.01.2015 Page 5 of 13 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: Bloomfield Homes, LP 11anaBurgCghd ff Oct2,2012Z �aGJJG�I�/^L Dana Burghdoff Donald J Dykstra(Oc 2,20[ 19) Interim Assistant City Manager Name: Donald J. Dykstra Title: President Date: Oct 2,2019 Date: Oct 2,2019 Approved as to Form &Legality: Richard A WCra6gen Contract Compliance Manager: Richard A McCracken(Oct 2,2019) Richard A. McCracken By signing I acknowledge that I am the Assistant City Attorney person responsible for the monitoring and administration of this contract, including ATTEST: " `0R, ensuring all performance and reporting requirements. Mary J. yser(Oct 8, 019) *t Janie S. Morales Mary J. Kayser h, s Planning Manager City Secretary M&C: Date: City of Fort Worth, Texas Standard Completion Agreement—Self-Funded Revised 09.07.2 017 JLE CFA Official Release Date: 07.01.2015 OFFICIAL RECORD Page 6 of 13 CITY SECUTARY FT 1Nt RTHp T LIST OF EXHIBITS ATTACHMENT"1"-CHANGES TO STANDARD AGREEMENT EXHIBIT A - LEGAL DESCRIPTION EXHIBIT B - APPROVED BUDGET City of Fort Worth, Texas Standard Completion Agreement—Self-Funded Revised 09.07.2017 JLE CFA Official Release Date: 07.01.2015 Page 7 of 13 ATTACHMENT 461" Changes to Standard Agreement Self-Funded Completion Agreement NONE City of Fort Worth, Texas Standard Completion Agreement—Self-Funded Revised 09.07.2017 JLE CFA Official Release Date: 07.01.2015 Page 8 of 13 EXHIBIT A LEGAL DESCRIPTION BEING a tract of land situated in the Henry Robertson Survey,Abstract No. 1259, City of Fort Worth, Tarrant County, Texas, being a portion of Tract I as described in deed to Bloomfield Homes, L.P., recorded in D215281478, Official Public Records, Tarrant County, Texas (OPRTCT), and being more particularly described as follows: BEGINNING at a 1/2" rebar capped Goodwin &Marshall set(hereafter referred to as 1/2" rebar capped set) at the southeast corner of the final plat of Fossil Hill Estates (Phase 5), an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 11577, Plat Records, Tarrant County, Texas (PRTCT), said point lying in the north line of Fossil Park Estates, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 7641, PRTCT; THENCE along the east line of said Fossil Hill Estates (Phase 5), as follows: N 00°27'35'.' W, a distance of 116.89 feet(plat 116.66 feet)to a 1/2"rebar capped Beasley found at the southeast corner of the platted terminus of Ridgewater Trail (50' R.O.W.); N 00°39'38" W, along the east line of said Ridgewater Trail, a distance of 50.00 feet to a 1/2"rebar capped set at the northeast corner of the platted terminus of Ridgewater Trail; N 00°27'35" W, a distance of 113.50 feet to a 1/2" rebar capped Beasley found; N 89°32'25" E, a distance of 300.00 feet to a 1/2" rebar in concrete found; N 00°27'35" W, a distance of 113.50 feet to a 1/2" rebar capped Beasley found in the south line of Wildriver Trail (50'R.O.W.); N 89°32'25" E, along the south line of said Wildriver Trail, a distance of 22.74 feet to a 1/2"rebar capped set at the southeast corner of the platted terminus of said Wildriver Trail; N 00°27'35" W, along the east line of said Wildriver Trail, a distance of 50.00 feet to a 1/2"rebar capped set at the northeast corner of the platted terminus of said Wildriver Trail; 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 13 S 89°32'25" W, along the north line of said Wildriver Trail, a distance of 20.74 feet to a 1/2" rebar capped set; N 00°27'35" W, departing the north line of said Wildriver Trail, a distance of 503.80 feet (plat 504.00 feet)to a 1/2" rebar capped set in the south line of White Falcon Way(50' R.O.W.); N 89°32'25" E, along the south line of said White Falcon Way, a distance of 20.63 feet (plat 20.74 feet) to a 1/2" rebar capped set at the southeast corner of the platted terminus of said White Falcon Way; N 00°2735" W, at a distance of 50.00 feet passing a 1/2"rebar capped Beasley found at the northeast corner of the platted terminus of said White Falcon Way, continuing a total distance of 163.69 feet(plat 163.63 feet)to a 1/2" rebar capped set, from which a 1/2" rebar capped found bears N 02°02'W, 0.3 feet; N 89°32'25" E, a distance of 150.00 feet to a 1/2" rebar capped Beasley found; N 00°27'35" W, at a distance of 113.69 feet passing a 1/2"rebar capped Beasley found at the southeast corner of the platted terminus of Tradewind Drive(50'R:O.W.), continuing a total distance of 163.69 feet(plat 163.63 feet)to a 1/2" rebar capped set at the northeast corner of the platted terminus of said Tradewind Drive; S 89°32'25" W. along the north line of said Tradewind Drive, a distance of 7.45 feet(plat 7.74 feet) to a 1/2"rebar capped set at a right-of way clip corner; N 45°27'35" W, a distance of 14.14 feet to a 1/2" rebar capped set at a right-of-way clip corner; N 00°27'35" W, along the east line of Evening View Drive (60'R.O.W.), a distance of 105.00 feet to a 1/2" rebar capped set at a right-of-way clip corner; N 44°32'25" E, a distance of 14.14 feet to a 1/2" rebar capped set at a right-of-way clip corner,being the southwest corner of the final plat of Watersbend North(Phase 4B), an addition to the City of Fort Worth, Tarrant County, Texas as recorded in D218184049, OPRTCT; THENCE departing the east line of said final plat of Fossil Hill Estates (Phase 5), along the south line of Magma Drive (60'R.O.W.), as follows: N 89°3225" E, a distance of 910.81 feet to a 1/2" rebar capped set at the beginning of a City of Fort Worth, Texas Standard Completion Agreement—Self-Funded Revised 09.07.2017 JLE CFA Official Release Date: 07.01.2015 Page 10 of 13 tangent curve to the left, having a radius of 306.56 feet; Northeasterly, along said curve,having a central angle of 19°18'54", an arc distance of 103.34 feet, and a chord that bears N 79°52'59" E, 102.86 feet to a 1/2" rebar capped set; THENCE S 00°26'56"E, departing the south line of said Magma Drive, non-tangent to said curve, along the west line of the final plat of Trails of Fossil Creek(Phase 2A-2), an addition to the City of Fort Worth, Tarrant County, Texas as recorded in D214098479, OPRTCT and the west line of the final plat of Trails of Fossil Creek(Phase 2A-3), an addition to the City of Fort Worth, Tarrant County, Texas as recorded in D216095812, OPRTCT, a distance of 224.85 feet to the northeast corner of a remainder portion of Tract 1 as described in deed to West.Comm Investments,L.P., recorded in Volume 13956,Page 419,DRTCT; THENCE departing the west line of said Trails of Fossil Creek(Phase 2A-3), along the north, west, and south lines of a remainder portion of said West.Comm Investments Tract 1, as follows: S 89°32'25" W, a distance of 350.07 feet(deed 350.00 feet); S 00°27'35" E, a distance of 348.90 feet; N 89°32'25" E, a distance of 350.00 feet to a point in the west line of said Trails of Fossil Creek(Phase 2A-3); THENCE S 00"26'56"E, along the west line of said Trails of Fossil Creek(Phase 2A-3), a distance of 850.42 feet to a 1/2" rebar capped JBI found at the southwest corner of said Trails of Fossil Creek(Phase 2A-3); THENCE S 8904822" W, along the north line of aforementioned Fossil Park Estates as recorded in Cabinet A, Slide 7641,PRTCT, at a distance of 99.28 feet passing a 1/2"rebar capped Beasley found at the northeast corner of the platted terminus of Dusk Lane (50'R.O.W.), at a called distance of 149.28 feet passing the northwest corner of the platted terminus of said Dusk Lane, continuing a total distance of 1476.96 feet to the POINT OF BEGINNING and containing 35.864 acres of land. NOTE: Bearings are referenced to Texas State Plane Coordinate System,North Central Zone,NAD83 as derived fiom Western Data Systems RTK Cooperative Network. City of Fort Worth, Texas Standard Completion Agreement—Self-Funded Revised 09.07.2017 JLE CIA Official Release Date: 07.01.2015 Page 11of13 City of Fort Worth, Texas Standard Completion Agreement—Self-Funded Revised 09.07.2017 ME CFA Official Release Date: 07.01.2015 Page 12 of 13 EXHIBIT B APPROVED BUDGET Section I Water i$335,000.00 Sewer $367,000.00 Sub-total $702,000.00 Section II Interior Streets 706,300.00 Storm Drains $386,974.00 Sub-total $1,093,274.00 Section III Street Lights $76,816.36 Sub-total $76SI5.36 TOTAL I,872,090.36 City of Fort Worth, Texas Standard Completion Agreement—Self-Funded Revised 09.07.2017 ME CFA Official Release Date: 07.01.2015 Page 13 of 13