Loading...
HomeMy WebLinkAboutContract 52923 Received Date:10/15/19 Received Time: 8:51 AM Developer and Project Information Cover Sheet: Developer Company Name: Burnett Lofts,LLC Address, State,Zip Code: 7001 Preston Road,Fifth Floor,Dallas,TX 75205 Phone&Email: info(a)catalysturban.com/214-446-3910 Authorized Signatory, Title: Rhys Heinsch,Vice President Project Name: Burnett Lofts Brief Description: Water, Sewer,Paving, Storm Drain, Street Lights Project Location: Temporary Address: 1012 Burnett Street,Fort Worth,TX 76102 Plat Case Number: Fs-15-089 Plat Name: NANCE'S ADDITION Mapsco: Council District: 9 CFA Number: 18-0054 City Project Number: .101463 OFFICIAL RECORD City of Fort Worth,Texas CITY SECRETARY Standard Community Facilities Agreement-Burnett Lofts CFA Official Release Date:02.20.2017 FT. WORTH,TX Page 1 of 11 STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. 52923 WHEREAS, Burnett Lofts, LLC, ("Developer"), desir--s to make certain specific public improvements as described below and on the exhibits attached hereto("Improvements")related to a project generally described as Burnett Lofts ("Project") within the City or the extraterritorial jurisdiction of Fort Worth, Texas ("City"); and WHEREAS, the City has no obligation to participate in the cost of the Improvements or Project; and WHEREAS,any future City participation in this CFA is subject to the availability of City funds and approval by the Fort Worth City Council and shall be memorialized as an amendment to this Agreement; and WHEREAS, the Developer and the City desire to enter into this Community Facilities Agreement ("CFA" or "Agreement") in connection with the collective Improvements for the Project. NOW,THEREFORE,for and in consideration of the covenants and conditions contained herein, the City and the Developer do hereby agree as follows: General Requirements A. The Policy for the Installation of Community Facilities ("Policy") dated March 2001, approved by the City Council of the City of Fort Worth, as amended, is hereby incorporated into this Agreement as if copied herein verbatim. Developer agrees to comply with all provisions of said Policy in the performance of its duties and obligations hereunder and to cause the general contractor("contractor") hired by Developer to comply with the Policy in connection with the work performed by said contractor. B. Developer shall provide financial security in the form of an Escrow Pledge Agreement in conformance with paragraph 6, Section 11 of the Policy, which Developer has agreed to deposit Nine Hundred Nineteen Seven Hundred Fifty-Eight and 75/100 Dollars ($919,758.75.00) with the Escrow Agent (as defined in said Escrow Pledge Agreement). City of Fort Worth,Texas OFFICIAL RECORD Standard Community Facilities Agreement-Burnett Lofts CFA Official Release Date:02.20.2017 CITY SECRETARY Page 2 of 11 FT WORTH,TX Developer understands and agrees that acceptance of the Improvements by the City requires the contractor to submit by a signed affidavit of bills paid and consent of Surety signed by its surety to ensure the contractor has paid all amounts due and payable to any sub- contractor(s) and suppliers. C. Developer agrees to cause the construction of the Improvements contemplated by this Agreement and to use commercially reasonable efforts to cause said construction to 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) E_ Sewer(A-1) �, Paving(B) [? , Storm Drain(B-1)JZ, Street Lights & Signs (C) ®. E. The Developer shall award all contracts for the construction of the Improvements in accordance with Section II,paragraph 7 of the Policy and the contracts shall be administered in conformance with paragraph 8, Section II, of the Policy. 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 general 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 of Improvements 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-Burnett Lofts 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 sta.t, -approved form) supplied by the contractor's insurance provider and bound in the construction contract book. iv. To require its contractor to give 48 hours advance notice of intent to commence construction to the City's Construction Services Division so that City inspection personnel will be available;to require the contractor to allow the construction to be subject to inspection at any and all times by City inspection forces,to not install or relocate any sanitary sewer, storm drain, or water pipe unless a responsible City inspector is present and gives his consent to proceed, and to make such laboratory tests of materials being used as may be required by the City. V. To require its contractor to have fully executed contract documents submitted to the City in order to schedule a Pre-Construction Meeting. The submittal should occur no less than 10 working days prior to the desired date of the meeting. No construction will commence without a City-:issued Notice to Proceed to the Developer's contractor. vi. To delay connections of buildings to service lines of sewer and water mains constructed under this Agreement, if any, until said sewer and water mains and service lines have been completed to the satisfaction of the Water Department. G. Developer shall provide at its expense, unless otherwise agreed to by City, all engineering drawings and documents necessary to construct the improvements under this Agreement. H. Developer shall cause the installation or adjustment of the required utilities to serve the development or to construct the Improvements required herein. I. City shall not be responsible for payment of any costs that may be incurred by Developer in the relocation of any utilities that are or may be in conflict with any of the community facilities to be installed hereunder. City of Fort Worth,Texas Standard Community Facilities Agreement-Burnett Lofts CFA Official Release Date: 02.20.2017 Page 4 of 11 J. Developer hereby releases and agrees to indemnify, defend and hold the City harmless for any inadequacies in the preliminary plans,specifications and cost estimates supplied by the Developer for this Agreement. K. Developer agrees to provide, at its expense, all necessary rights of way and easements across property owned by Developer and required for the construction of the current and future Improvements provided for by this Agreement. L. The Developer further covenants and agrees to, and by these presents does hereby, fully indemnify, hold harmless and defend the City, its officers, agents and employees from all suits, actions or claims of any character,whether real or asserted,brought for or on account of any injuries or damages sustained by any persons (including death) or to any property, resulting from or in connection with the construction, design, performance or completion of any work to be performed by said Developer, its contractors, subcontractors, officers, agents or employees, or in consequence of any failure to properly safeguard the work, or on account of any act, intentional or otherwise, neglect or misconduct of said Developer, its contractors, sub-contractors, officers, agents or employees, whether or not such injuries, death or damages are caused, in whole or in part, by the alleged negligence of the City, its officers, servants, or employees; provided however, this indemnity does not apply to the gross negligence or willful misconduct of the City, its officers, servants, or employees. M. Developer will further require its contractors to indemnify, defend and hold harmless the City, its officers, agents and employees from and against any and all claims, suits or causes of action of any nature whatsoever, whether real or asserted, brought for or on account of any injuries or damages to persons or property, including death, resulting from, or in any way connected with,the construction of the infrastructure contemplated herein, whether or not such injuries, death or damages are caused, in whole or in part, by the alleged negligence of the City, its officers, servants, or employees; provided however, this indemnity does not apply to the gross negligence or willful misconduct of the City, 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 City of Fort Worth,Texas Standard Community Facilities Agreement-Burnett Lofts CFA Official Release Date: 02.20.2017 Page 5 of 11 defects, in conformance with the Policy, and in accordance with all plans and specifications. 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 each equal to two percent (2%) for a total of four percent (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 collectively equal to four percent (4%) and material testing fees equal to two percent (2%) for a total of six percent (6%) of the developer's share of the total construction cost as stated in the construction contract. iii. Developer shall pay in cash the total cost of streetlights or if the city is not installing the streetlights, inspection fees equal to four percent(4%) of the developer's share of the streetlight construction cost as stated in the construction contract. iv. Developer shall pay in cash the total cost of street signs. P. COMPLETION WITHIN 2 YEARS i. Developer shall complete the Improvements within two (2) years, provided, however, if construction of the Improvements has started within the two year period, the Developer may request that the CFA be extended for one additional year. ii. The City may utilize the Developer's financial guarantee described in Section A of 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. City of Fort Worth,Texas Standard Community Facilities Agreement-Burnett Lofts CFA Official Release Date:02.20.2017 Page 6 of 11 iii. 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 same before the expiration of two (2) years if the Developer breaches this Agreement, becomes insolvent or fails to pay costs of construction. 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. 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 of its employees 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, CONTRACTORS, 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-Burnett Lofts CFA Official Release Date: 02.20.2017 Page 7 of 11 Cost Summary Sheet Project Name: Burnett Lofts CFA No.: 18-0054 City Project No.: 101463 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 $ 180,777.00 2.Sewer Construction $ 155,097.00 Water and Sewer Construction Total $ 335,874.00 B. TPW Construction 1.Street $ 239,093.27 2.Storm Drain $ 106,300.00 3.Street Lights Installed by Developer $ 54,540.00 4. Signals $ TPW Construction Cost Total $ 399,933.27 Total Construction Cost(excluding the fees): $ 735,807.27 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 6,717.48 D. Water/Sewer Material Testing Fee(2%) $ 6,71748 Sub-Total for Water Construction Fees $ 13,434 96 E. TPW Inspection Fee(4%) $ 13,815.73 F. TPW Material Testing(2%) $- 6,907 87• G. Street Light Inspsection Cost $ 2,181.60 H. Signals Inspection Cost $ H. Street Signs Installation Cost $ Sub-Total for TPW Construction Fees $ 22,905120 Total Construction Fees: $ 36,340.16 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 735,807.27 Completion Agreement=100%/Holds Plat $ 735,807: 7 Cash Escrow Water/Sanitary Sewer- 125% $ 419,842. 0 Cash Escrow Paving/Storm Drain=125% $ 499,916. 9 Escrow A reement=125% $ 919,759.29 1 X City of Fort Worth,Texas Standard Community Facilities Agreement-Burnett Lofts 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 Burnett Lofts, LLC ✓�'ir�r"fez �,L'�i'"& a Texas limited liability company Dana Burghdoff(O 11,2019 Dana Burghdoff By: Burnett Lofts FW Manager, LLC Interim Assistant City Manager a Texas limited liability company Date: Oct 11,2019 its managing member Recommended by: k, �,rie�rlscti R.Rhys Heinsch(Oct 9,2019) Name: Rhys Heinsch Evelyn Robe 5(Oct11,2019) Title: Vice President Evelyn Roberts/Jennifer Ezemack Project Assistant Date: Oct 9,2019 Planning and Development Contract Compliance Manager: Approved as to Form &Legality: By signing, I acknowledge that I am the person responsible for the monitoring and Richard A.McCracken(Oct 11,2019) administration of this contract, including Richard A. McCracken ensuring all performance and reporting Assistant City Attorney requirements. M&C No. N/A Date: 1 , Jennifer naehalf of Janie Morales(Oct 11,2019) A RT . Form 1295: NSA OF'"' • 10 Name: Janie Morales • Title: Development Manager ATTEST: U —E �� XaC Mary Kayser(Oct 14,2019) 7 Mary J. Kayser/Ronald Gonzales City Secretary/Assistant City Secretary OFFICIAL RECORD CITY SECRETARY City of Fort Worth,Texas FT. WORTH,TX Standard Community Facilities Agreement-Burnett Lofts CFA Official Release Date: 02.20.2017 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 L Location Map ®_ Exhibit A: Water Improvements ® Exhibit A-1: Sewer Improvements ® Water and Sewer Cost Estimates ® Exhibit B: Paving Improvements ® Paving Cost Estimate ® Exhibit 13-1: 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-Burnett Lofts CFA Official Release Date: 02.20.2017 Page 10 of 11 ATTACHMENT"I" Changes to Standard Agreement Community Facilities Agreement City Project No. 101463 None. City of Fort Worth,Texas Standard Community Facilities Agreement-Burnett Lofts CFA Official Release Date:02.20.2017 Page 11 of 11 00 42 43 DAP-BID Proposal Page 1 of I 1 2 SECTION UO 42 43 3 Developer Awarded Projects-PROPOSAL FORM 4 5 UNIT PRICE BID Bidder's Application 6 Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value UNIT I:WATER IMPROVEMENTS 1 241.1001 Water Line Groutina 0241 14 CY 686" 45.27 31 055.22 2 241.1218 4"-12"Water Abandonment Plug0241 14 I EA 2 905.50 1,811.0.0 3 0241.1013 Remove 8"Water Line_ 0241 14 LF _ 224, 14.81 3,317.44 4 241.1510.,Salvage Fire Hydrant 0241 14 �_ EA 1 716.00 716.001 5 _ 241.1512 Salvage 1 "Water Meter _ _ 0241 14 EA 71_ 460.901 3,226.30: 6 305.010 !ten h Safe _33 05 10_ _ LF 452 1.65 745.80` 7 _ 311.0001 Ductile Iron Water Fittings estraint 3311 11 TN .75 2744.00 2058.0 8 _ 3311.0061 4"PVC Water Pine 3311 12 LF 46 _,._....__._5 1.0 2. 643 00 9 311.0161 6"PVCWater Pi 3311 12 )_. LF 72 54.32 _ 3911.041 10 3311.0261 8"PVCWa er Pie 3311 12 LF 39' 60.90 2 375.10 11 311.0461 12"PVC Water Pie _ 33 11 12_.__ LF 291. 65.84' 19 422.80 12 3312.0001 Fire.Hvdrant 33 12 40 EA 2 403Z891 8,065 78 13 312.2203 2"Water Service __�_ 33 12 10 LF 22 1728.38jj 38 024.361 14 3312.2802 4"Water Meter and Vault _ _ 33 12 11 EA 1 12181.00+ 12.181.00 15 3312.2803 6"Water Meter and Vault � _ 33 12 11 EA 1 12757.00 ___.. 12.757.00 16. D12.3002 6"Gate Valve _ 33 12 20,_. _ EA 4. 905.34 3.621.361 17 3312.3003 8"Gate Valve _ 33 12 20 EA 1 13 9.QQ 1 399.00 18 3312.3005 12"Gate Valve 33 12 20 EA 1 2469.001 6 2 1 312.40 4 8"x 6"TaDniniz Sleeve&Valve 3 1225 EA _ 2 3991.00 - 7.982.00 20 312.4111 16"x 6"Tapping,; 33 12 25 _ EA 1 76 4.00 7.654.06 21 3312.4112 16"x 8"T LnDing Sleeve&Valve_ _ _ 33 12 25_ EA _ 1 7819.00� 7,819.00 22 312.4119 18"x 12"Tapping Sleeve&Valve 33 12 25 _ EA 1 7820.00 7.820.00 23 24 25 26 27 _29 30 31 33 35 36 37 38_ 39 40 41 42 43 _ 44 45 TOTAL UNIT I: WATER IMPROVEMENTS 180 777.20 7 CITY OF FORT WORTH STANDARD CONSTRUCTION BID FORM-DEVELOPER AWARDED PROJECTS 00 4243 Bid Proposal-DAP.docx Form Revised April 2,2014 01 78 39-1 PROJECT RECORD DOCUMENTS Page 1 of 3 1 2 Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value UNIT II:SANITARY SEWER IMPROVEMENTS 1 241.2001 Sanilm Line Grouting___ 02 41 14 LE 6 _ 45. 0 -_ 270.00' 2 241.2013 Remove 8" Sewer Line 0241 14 IF 131 41.00 53 17 00 3 241.2103 8"Sewer Abandonment Plug0241 14 EA 3' 1100.00� 3300.00 i 4 241.2201 Remove 4'Sewer Manhole 0241 14 EA 3 1100'00 3300.00 5 301.0002 Post-CCTV Inspection 33 39 10 LF 521 3.0 10.0 563.00 6 3301.0101 Manhole Vacuum Testin 3301 30 EA 9 2.00 18.00 305.0109 Trench Safety 33 05 10 LF 521 10.00 5210.00' 8 3305.0112 Concrete Collar 33 05 17 EA 9 350.00! 3150.00 9 3305.0113 Trench Water Stops 33 05 15 EA 7 250.00' 1750.00 10 331 4115 8" ewer Pi e 33 31 20 LE 485' 110.00i 53350.00! 11 331.4116 8" Sewer Pie SS Backfill 3331 20 LF 36 437.50 15750.00 12 33 .0001 Epoxy Manhole Liner _ 33 39 60 EA 26 45.00 1170.00 13 3339.1001 4'Manhole 33 39 10 EA 8 5800.00 46400.00 14 339.1002 4'Drop Manhole 33 39 10 EA 1 8970.001 8970.00 15 .339 1003 4' Extra depth Manhole 33 39 10 . VF 13:__ 16 17 _�.. 18 20 21 22 _ 23 24 25 2 _ 27 28 _ 29 30 32 _ - - 3 34 35 36 37 --_ 38 39 40 41 42 43 - 44 45 TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS 155 097.00 CITY OF FORT WORTH BURNETTLOFTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101463 Revised April 2,2014 017839-2 PROJECT RECORD DOCUMENTS Page 2 of 3 1 2 Project Item Information Bidder's Proposal BidlistItem Specifics ion Unit of Bid No. Description Section i0. Measure Quantity Unit Price Bid Value UNIT III: DRAINAGE IMPROVEMENTS 1 125.0101 WPPP > 1 acre _ 31 25 00 LS _ 1 5500.00' 5500.00 2 305.0109 Trench Safety 33 05 10 _LF 851 2.001 1702.00 3 3305.0112 Concrete Collar 330 17 EA 2 350.00 700.00 _ 4 3341.0201 21"RCP,Class III _ 33 41 10 LF 26 92.00 2392.00 5 3341.0205 24"RCP Class III 33 411 10 LF 825 99.00 81675.00 6 3349.0001 4'Storm Junction Box 33 49 10 EA 1 4671 00 4671.00 7 34 .5001 1 'C Inlet 334920 EA 2 4830.00 9660.00 8 10 11 12 13 14 ]5 16 18 20 21 22 23 . ._ 24 25 26 27 28 29 32 33 34 35 37 38 - 3 41 u.__.._- 42 43 44 45 _ TOTAL UNIT III: DRAINAGE IMPROVEMENTS 1 106 300.00 CITY OF FORT WORTH BURNETTLOFTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101463 Revised April 2,2014 01 78 39-3 PROJECT RECORD DOCUMENTS Page 3 of 3 1 2 Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value UNIT IV: PAVING IMPROVEMENTS 1 241.0100 Remove Sidewalk _ 0241 13 SF 72 3.33 239.76 2 241.1100 Remove Asphalt Pvmt 02 41 15 SY 916 26.73 24484.68 3 241.1000 Remove Cone Pvmt 0241 15 SY 61 44.56 2718.16 4 241.1300 Remove Cone Curb&Gutter _ 02 41 15 LF 784 11.14 8733.76 5 3110.0101 Site Clearine 31 1000 LS 1 31028.00 31028.00 6 3110.0103 12%18"Tree Removal 31 1000 EA _ 3 1336.67 4010.01 7 3201.0127 10'Wide As halt Pvmt Repair,Arterial 3261 17 LF 490 11.14 5458.60 _ 8 3201.0616 Conic Pvmt Re air Arterial/Industrial 3201 29 SY 157 80.00 12560.00 9 211.0400 )Hydrated Lime 3211 29_.�TN �_ 37 225.00 8325.00 10__ 211.0501 6"Lime Treatment 32 11 29 _ SY 2313 4.46 10315.98 11 212.0401 HMAC Transition v _32 12 16 TN 12 306.33 3675.96 12 3213.0101 6"Conc Pvmt 32 13 13 SY 344 6.68 2297.92 13 2213.0301 4"Conc Sidewalk 32 13 20 SF 9171 6.13 56218.23 Concre 14 213.0403 " te Driveway----- 32 13 20 SF 1759 7.80 13720.20 15_ �i213.0502 Barrier Free Ramp,Tvpe U-1 32 13 20 EA _ 2 1058.24 2116.48 16 b213.0503 Barrier Free Ram T e M-1 � 32 13 20_� EA _- 1 1058.24 1058.24 17 3213.0507 Barrier Free Ram T e P-2 32 13 20 EA 1 1058.24 1058.24 _ 18 3213.0700 Joint Sealant 32 1673 LF _1530 2.78 4253.40 19 214.0200 Brick Pvmt Repair _ 32 14 16 J SY w 143 83.55 11947.65 20 216.0101 6"Conc Curb and Gutter_ _ 32 16 13_�_ LF _ 1021 11.14 11373.94 21 217.0)01 4"SLD Pvmt Markin HAS W 32 17 23 LF_ _ 227 2.23 506.21 22 3217.0003 4"BRK Pvmt Markin HAS W ---( 32 17 23 LF _ _ 4Q 2.78 111.20 23 3217.0501 24" SLD Pvmt Marking HAE(W) . 32 17 23 LF_ 307 3.34 1025.38 24 217.4301 Remove 4"Pvmt Marking ___._. 32 17 23 LF -__ 1 72.00 72.00 _25 292.0100 Block Sod Placement _ J 32 92 13_ SY _ 460 9.58 4406.80 26 471.0001 Traffic Control------- _u_____3471 13. ._MO 12 556.97 6683.64 __ 27 _ 999.0001 Relocate Bike Share_--_ _ _ 00 00 00 EA_� _ 1 3898.79 3898.79 28 9999.0002 Burnett Enhanced Crosswalk Imp. 00 00 00 EA (' 2 2784.85 5569.70 29__.. 999.0003 Street Sign Poles&Si a e�. _ 00 00 00 _ EA 2 612.67 1225.34 32, _ 35 ---- 36 37 _38 39 40 41 42 44 45 TOTAL UNIT IV: PAVING IMPROVEMENTS1 239 093.27 CITY OF FORT WORTH BURNETT LOFTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101463 Revised April 2,2014 01 78 39-4 PROJECT RECORD DOCUMENTS Page 4 of 3 1 2 Project Item Information Bidder's Proposal Bidlist Item Description Specification Unit of Bid Unit Price Bid Value No. Section No. Measure Quantity UNIT V:STREET LIGHTING IMPROVEMENTS 1 , 605.0111 Furnish/Install Elec Sery Pedestal 26 05 00 EA -A— 1010.60 1010.60 2 2605.2101 Conduit Box 26 005 33 EA 4 299.48 1197.92 3 2605.3018 2"CONDT PVC SCH 80,O en Cut 26 05 33 LF 1715 11.12 19070.80 4 9999.0004 Public District Pedestrian Street Light 00 00 00 EA 22 1393.23 30651.06 5 9999.0005 Re lace Ex.Street Lights on Signal Pole 00 00 00 EA 2 812.86 1625.72 6 9999.0006 New Street Light on Power Pole 00 00 00 EA 1 983.99 983.99 7 8 r__ 10 12 13 14 15 �16 17 18 19 2 ..v 21 22 23 _ 24 25 2 _ 27 28 29 _ 0 32 - _n _._.._._..____._. .._...._ _ 33 35 36 37 38 3 40 41 t45 TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS 54 540.09 CITY OF FORT WORTH BURNE77LOFTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101463 Revised April 2,2014 01 78 39-5 PROJECT RECORD DOCUMENTS Page 5 of 3 1 Bid Summary UNIT I: WATER IMPROVEMENTS 180,777.20 UNIT II: SANITARY SEWER IMPROVEMENTS 155,097.00 UNIT III: DRAINAGE IMPROVEMENTS 106,300.00 UNIT IV: PAVING IMPROVEMENTS 239,093.27 UNIT V: STREET LIGHTING IMPROVEMENTS 54,540.09 UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS Total Construction Bid 735 807.56 This Bid is submitted by the entity named below: BIDDER: BY: Scott Theeringer LINKS CONSTRUCTION 525 S. LOOP 288,STE. 105 DENTON,TX 76205 TIT r id t DATE: `1 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 775 days calendar days after the date when the CONTRACT commences to run as provided in the General Conditions. 2 CITY OF FORT WORTH BURNETT LOFTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101463 Revised April 2,2014 IWn1�Y o 4 4 410 PROJECT LOCATION_ dv Mg j1lp�6 O Kegs fitrfruma-gtt9 Hal 3n+7 4 46% Fen W onh w%a w70 BUTLER Fottworcn W tam a UPPER :omv mlon C~ WEST SIDE § 9 12 J Fm s. tvt mt st wa*titM!*ns w LmocovW Ayv W L WU'83l W A,. � E Ltxrcg9t«Ave H E A ®f t3 d'.lthaalsa CP t++s•r• t^t' WVk*$,nBNO WVlckoryBlvd GYrltrtMby E Vickery 8lyd W Q>,wd�tt Awr � ; �_ � F QhpQlRl AY W t�avneu Ave a Elkaadwry s Ave P a' a At HISTORIC a rwt.R� Chi. I Penn s*ama Awe {' f:aw"° S.O U T H S I D E E AIMw MIaAve i W 1:atrtm e ; r E r5 ���� � � qp Medical ,tter ,exas Heanh € Rwaam W lax- AY Hums Matb04ts t W Toidl Awo E Tettell Are ETOM LOCATION MAP 1 BURNETT LOFTS, FORT WORTH, TX of CPN 101463 MAPSCO NO. 076D NOVEMBER 2018 6 o Aso 1500 a000 CATALYST] urban j engineers I group inc. -URBAN DEVELOPMENT 7001 PRESTON ROAD,FIFTH FLOOR 167 turtle creek blvd., ste. a, dallas, texas 75219 ( IN FEET ) DALLAS,TEXAS 75205 (214)252-1600 p (214)252-1612 f 1 inch = 1500 fir PHONE:214.796.6063 1 FIRM REGISTRATION No: F5332 7 -- 12" WATER �L y. --P= -----fir---fir' ° w� +— E—STREET 0LU r Qr —9GT 6" WATER a 1,E-M (DOM.) �� ��> I ,m Legend EXISTING WATER LINES 1 , I 8" WATER W PROPOSED WATER LINES (FIRE) ,.' ♦ i 6" WATER & FH i 6" WATER & FH i I` �� • zs 01 W.13M STREET _ R Z W 13TH STR ET r— J y� .o. Phu"wr Mew wr f�l I I I a �> • euiwlc ole nE•62mo 1 ..,.W r 2" WATER aoW CRY w For wo m \� 1°f s V=w M&ppE m r s 4" WATER La .u '.r,'d"m WN 3TER NEE WES,�=WE_R'AVENUE —. �— -- _ ' EXHIBIT A: WATER 2 BURNETT LOFTS, FORT WORTH, TX Of CPN 101463 MAPSCO NO. 076D NOVEMBER 2018 6 0 50 100 200 CATALYST urban I engineers I group :n.. URBAN DEVELOPMENT 7001PRESTON ROAD,FIFTHFLOOR 167 turtle creek blvd., ste. a, dallas, texas 75219 ( IN FEET ) DALLAS,TEXAS 75205 (214)252-1600 p (214)252-1612 f 1 inch = 100 fir PHONE:214.796.6063 FIRM REGISTRATION No: F5332 .�I� ' L :,�" PVC�E E yM — yy TEXAS STREET13 —` � = o. T PUBLIC) ' FFE..810L0 I c,LD040 ONE FFE-MADSMFff { Legend ILYw 'S EXISTING SEWER LINES 1 , FF PROPOSED SEWER LINES t� t 1 00o m� 1 I WD 1 `L-117 FFE-eZLW I 1 1 � N � I 1 ♦ C ~� O O W. STREET 0 .IMSTRE ���$. �x � W,f3TR STR wr' I K.I UN Flln A. _ � \ ttn InaroeFEtt ""' T"10 T. BULOHti OIE FFV-82D p ® � uettlelri r q —,� � I FFE..l1•.!6 H�LNO�IwO �\/ o ,,.�,�--�^►_— � 1 EWER B�/c arofwR.�„ IOF 6 w %W 115�,PAK so \ .` QIY O!lOAt•RIII 60.T.:.T. ww•m,twaw l MSZT. .as G� tar a •ICE :1� 1 fl 1 wF to (!) 00 1 -fit ITT Irn J D wmw �4 I wo v ' 1 •� UE••.TLT. � V m 5 WES i A_ E ASV UE i S -ss�l 13 As 1 i EXHIBIT A 1: SANITARY SEWER 3 BURNETT LOFTS, FORT WORTH, TX Of CPN 101463 MAPSCO NO. 076D NOVEMBER 2018 6 100 200 CATALYST urban engineers I group ins. ZAN DEVELOPMENT- 7001PRESTON ROAD,FIFTH FLOOR 167 turtle creek blvd., ste. a, dalles, texas 75219 ( IN FEET ) DALLAS,TEXAS 75205 (214)252-1600 p (214)252-1612 f 1 inch = 100 ft PHONE.214.796.6063 FIRM REGISTRATION NO: F5332 L Leend g .. . . . . . . . . . . BARRIER FREE RAMP 1 Bmmm Ow(4 STORY APT) 4" REINFORCED ` '`��"�'" '• CONCRETE SIDEWALK wl PAVER OVER SUB-BASE LIGHT DUTY PAVEMENT 6" REINFORCED CONCRETE :, �• COMMERCIAL DRIVEWAY ♦'♦'♦♦♦•♦'♦'♦♦♦'♦ ASPHALT PAVEMENT ♦♦♦♦♦♦♦•♦♦♦♦*♦♦♦♦ TRENCH REPAIR � LIJ. a 1 ' -------------F. -= , CONCRETE PAVEMENT i TRENCH REPAIR i 1 O W.13 H STREET W.13TH STR ET W.13.1H STRE ♦ - - 0�LOT V�f F II `, u>r a m armen rwao ux v ELM i p � BULDNO ONE 4 (4 STORY API.)nil / ♦ ) �� I \\ v m.... FFE-OILM BULDM 7L0 O u...l I � � • RA,p �. I u Y t iaar s w w�c r M 2M �" r an or oaem vauat sn,roae sw �1 oamT ?•� iar. ua io i1 , 1 ; m I iar a ��ira�sra ur+cnsTER Hue J U __ __ __� f!WA� m� CJO WEyT==TE�'AVENUE � EXHIBIT B: PAVING 4 BURNETT LOFTS, FORT WORTH, TX Of CPN 101463 MAP NO. 076D NOVRMBER 2018 6 0 50 100 200 CATALYST urban engineers group inc. URBAN DEVELOPMENT 7001 PRESTON ROAD,FIFTH FLOOR 167 turtle creek bivd., ste. a, dallas, texas 75219 ( IN FEET ) DALLAS,TEXAS 75205 (214)252-1600 p (214)252-1612 f 1 inch = 100 iir PHONE:214.796.6063 FIRM REGISTRATION No: F5332 SC�i St.�9S�" P L �w TE'AS STREET �� 13 • • I�+ • • • 11Yiaaa��Y.�e O . I�F1''.alb BULDING ONE IFE-M,m Legend i [ t4 STORY)PT.) [ ILJE EXISTING STORM MAIN wf I PROPOSED STORM DRAIN U INLET & MAIN [ W 1 oaa H ( 1 Ett��»nn 1 � 1 1 -------------F-. I � [ ¢ 1 {{{{{d == O W,13 H STREET 3 U O _ W.13TH STR ET SHEET � AIR91� .....® * :I ..�..d� ..,,., I R. N�T' 2411 RCP f'� IW=E . , w BOLONO OK �, M ♦ \ (4 STORY AFf., • ^\\ BSA HIm _ ♦�� l I IFE�i,Y.O eul ono WO AD �24' RCP 4E'pCP i6k 10l6—Ot-1SB �! Mae9w.,MaEM \\ r 11S�CT C"cr mm w" zt.� Olu_T. _ —mmm r 1 j[I ,vre 7%Wi t0e8-01—i58 �,a '��S. I� 1 1 (q� M OF FM ;q m W G 3q„l,�,pyT,p� m W.LAN—TER) NUE COY cr ma mom --"T T. -21" RCP NEST=TERAVENUE wy BSL—L BSj rr 1 _ 1 S EXHIBIT B1: STORM DRAINAGE 5 BURNETT LOFTS, FORT WORTH, TX of CPN 101463 MAPSCO N0. 076D NOVEMBER 2018 6 0 50 100 200 CATALYST urban IURBAN DEVELOPMENT engineers I group inc. 7001 PRESTON ROAD,FIFTH FLOOR 167 turtle creek blvd., ste. a, daiias, texas 75219 ( IN FEET ) DALLAS,TEXAS 75205 (214)2 2-1600 P (214)252-1612 f 1 inch = 100 it PHONE:214.796.6063 FIRM RZGISTRATION No: F5332 REPLACE STREET LIGHT ON EXIST. :,5�REE- _ SIGNAL POLE (REF. ELECTRICAL). FYEF00 Legend I o ot ONE FFE- ,Aa PIa r c4�,A ! I , • PROPOSED PEDESTRIAN LIGHT �I I. , r "E-s"M m FFE-42LW , 1 JRWIL LTA' 1 INSTALL STREET LIGHT ON EXIST. POWER POLE (REF. ELECTRICAL). ra 13 W.13 H STREET O y W 13TH 5TH ET W.13T1 STRE u W O f w RRRI�Rev �w <!n�w�,or nvrw LIM RW� Na D1970MIl L tt� � iMt1Y ar i O � P SLA MW0 ONE „ dp • V I (4 snm API.) 1 � ® �"' /FFFrittaa BADW 7WO O cEDuso FFE-o21.0a / Nemiw�. IDr t F WY OF FORT WORM wutc 202 au r a,OR FM WDM OJtr r. VULM tm.IFQ M DATA. G Tarn Tor to ¢� 1 m 1 lar t .a°�i[m4 na�so w. CASTER)TNuE O R.TG7. a WES'==TES+AVENUE Q _ r G r ; r EXHIBIT Cl: STREET LIGHTS 6 BURNETT LOFTS, FORT WORTH, TX of CPN 101463 MAPSCO NO. 076D NOVEMBER 2018 6 0 50 100 200 CATALYST urban engineers I group inc. -URBAN DEVELOPMENT 7001 PRESTON ROAD,FIFTH FLOOR 167 turtle creek blvd., ste. a, dallas, texas 75219 ( IN FEET ) DALLAS,TEXAS 75205 (214)252-1600 p (214)252-1612 f 1 inch = 100 ft. PHONE:214.796.6063 1 FIRM REGISTRATION No: F5332 Developer and Project Information Cover Sheet: Developer Company Name: Burnett Lofts,LLC Address, State,Zip Code: 7001 Preston Road,Fifth Floor,Dallas, TX 75205 Phone&Email: info@catalysturban.com l 214-446-3910 Authorized Signatory, Title: Rhys Heinsch,Vice President Project Name and Brief Burnett Lofts-Water, Sewer,Paving, Storm Drain, Street Lights Description: Project Location: Temporary Address: 1012 Burnett Street,Fort Worth,TX 76102 Plat Case Number: Fs-15-089 Plat Name: NANCE'S ADDITION Mapsco: <Mapsco> Council District: CD#9 City Project Number: 101463 CFA Number: 18-0054 DOE Number: 101463 City of Fort Worth,Texas Escrow Pledge Agreement CFA Official Release Date:07.01.2015 Page 1 of 10 ESCROW AGREEMENT THIS ESCROW AGREEMENT (the"Agreement"), entered into as of this day of , 20_5 by and among Burnett Lofts, LLC, ("Developer"), the City of Fort Worth, a Texas municipal corporation ("Fort Worth") and Commonwealth Land Title Insurance Company ("Escrow Agent") is to witness the following: WHEREAS, Developer and Fort Worth have entered into a Community Facilities Agreement for Burnett Lofts (CFA# 18 0054, DOE# 101463, City Secretary No. ,) in the City of Fort Worth, Tarrant County, Texas (the "CFA"); and WHEREAS, the CFA provides that Developer shall submit to Fort Worth performance bonds, cash deposits or other financial security acceptable to Fort Worth (collectively, the "Financial Security") for the purpose of guaranteeing satisfactory compliance by Developer with all requirements, terms, and conditions of the CFA(the"CFA Obligations"); and WHEREAS, Developer and Fort Worth desire and agree that Developer be allowed to escrow and pledge cash deposits to Fort Worth, to be held by Escrow Agent, as an escrow agent, in complete satisfaction of the obligation to submit the Financial Security to secure the performance of the CFA Obligations. NOW THEREFORE, for and in consideration of these recitals, ten dollars ($10.00) and other good and valuable consideration, the receipt, sufficiency and adequacy of which are hereby acknowledged, the parties hereto hereby agree as follows: SECTION 1. DEFINED TERMS. For the purposes of this Agreement, unless the context otherwise clearly requires, the following terms shall have the following meanings: "Security Funds" shall mean the cash deposit of Nine Hundred Nineteen Thousand Seven Hundred Fifty-Eight and 75/100 Dollars ($ 919,758.75), which sum represents one hundred twenty-five percent(125%) of the estimated Developer's cost of constructing the CFA Obligations (the"Estimated Developer's Cost"). "Lien" shall mean any lien, security interest, charge, tax lien, pledge or encumbrance designed to secure the repayment of indebtedness or the satisfaction of any other obligation to a third party not a party of this Agreement. SECTION 2. SECURITY FUNDS. As financial security for the full and punctual performance of the CFA Obligations, Developer hereby pledges, assigns, and transfers to Fort Worth, and hereby grants to Fort Worth a security interest in the Security Funds and all rights and privileges pertaining thereto with the exception of the interest income to be derived therefrom (which interest income shall remain the City of Fort Worth,Texas Escrow Pledge Agreement CFA Official Release Date:07.01.2015 Page 2 of 10 property of Developer and shall be distributed by Escrow Agetit in accordance with Developer's periodic instructions) subject, however, to the terms, covenants, and conditions hereinafter set forth. The security interest granted and the assignments made hereunder are made as security only and shall not subject the City of Fort Worth or Escrow Agent to, or transfer or in any way affect or modify, any obligation of Developer with respect to the CFA Obligations or any transaction involving or giving rise therefrom. SECTION 3. PHYSICAL POSSESSION OF SECURITY FUNDS. Concurrently with the execution of this Agreement, Developer shall have delivered to and deposited with Escrow Agent the Security Funds. The parties acknowledge and agree that Escrow Agent shall be required to segregate the Security Funds from other funds held by Escrow Agent for Developer in accordance with the normal practices of Escrow Agent acting as an escrow agent. Escrow Agent shall return all funds on deposit representing or evidencing the Security Funds remaining in its possession to Developer(or take such other action as Developer may request or direct) immediately after receipt of written notice from Fort Worth that the CFA Obligations have been fully performed. During such time as Escrow Agent has possession of the Security Funds, Escrow Agent shall furnish to the City of Fort Worth (when requested by Fort Worth) written acknowledgments signed by an officer of Escrow Agent detailing the amount of the Security Funds. Fort Worth's rights in the Security Funds shall be superior to those of Escrow Agent's notwithstanding any terms or understandings (written or otherwise) between Developer and Escrow Agent. SECTION 4. COVENANTS. (a) Affirmative Covenants. So long as any of the CFA Obligations remain unperformed, Developer covenants and agrees that Developer will: (i) from time to time execute and deliver to Fort Worth all such assignments, certificates, supplemental writings, and oth items and do all other acts or things as Fort Worth may reasonably reques�in order to evidence and perfect the security interest of Fort Worth in the Security Funds; (ii) furnish Fort Worth with information which Fort Worth may reasonably request concerning the Security Funds; (iii) notify Fort Worth of any claim, action, or proceeding affecting title to the Security Funds or Fort Worth's security interest(s) therein; and (iv) adjust the Security Funds to an amount equal to the actual contract price, including revisions thereto, if the original Security Funds were based on an engineer's estimate of costs. (b) Negative Covenants. So long as any of the CFA Obligations remain unperformed, Developer covenants and agrees that Developer will not: City of Fort Worth,Texas Escrow Pledge Agreement CFA Official Release Date:07.01.2015 Page 3 of 10 (i) assign or transfer any rights of Developer in the Security Funds; or (ii) create any Lien in the Security Funds, or any part thereof, or permit the same to be or become subject to any Lien except the security interest herein created in favor of Fort Worth. SECTION 5. EVENTS OF DEFAULT. Developer shall be in default under this Agreement only upon the happening of any of the following events (a"Default"): (a) default in the timely payment for or performance of the CFA Obligations after written notice thereof has been given to Developer and Escrow Agent and such default is not cured within seven(7) days after such notice; (b) any affirmative or negative covenant is breached by Developer. SECTION 6. RIGHTS AND REMEDIES OF FORT WORTH UPON AND AFTER DEFAULT. (a) Remedy. Upon the occurrence of a Default, Fort Worth shall have the right to direct Escrow Agent to transfer to Fort Worth all of the Security Funds. Escrow Agent is hereby authorized to transfer the Security Funds immediately upon the receipt of a written statement purporting to be executed by an authorized representative of Fort Worth stating that: (i) a Default by Developer has occurred related to the CFA Obligations; (ii) written notice of such Default has been given by Fort Worth to Developer and Escrow Agent and such Default was not cured within seven (7) days after delivery of such notice; and (iii) Fort Worth is entitled to have the Security Funds transferred in accordance with the Agreement. (b) Notices.Any notice required or permitted to be given to any party hereto shall be given in writing, shall be personally delivered or mailed by prepaid certified or registered mail,or emailed to such party at the address set forth below,and shall be effective when actually received. To Developer: Burnett Lofts, LLC Attention: Rhys Heinsch,Vice President 7001 Preston Road, Fifth Floor Dallas , Texas 72Q5 City of Fort Worth,Texas Escrow Pledge Agreement CFA Official Release Date: 07.01.2015 Page 4 of 10 Email: rheinsch@catalysturban.com To: Escrow Agent: Commonwealth Land Title Insurance Company Attention: Patrick N. Jackson,Attorney— Commercial Escrow Officer 5949 Sherry Lane, Suite 111 Dallas , Texas 75225 Email: PJackson@commonwealthtexas.com To: City of Fort Worth City Of Fort Worth Attn: City Treasurer 1000 Throckmorton Fort Worth, TX 76102 With a copy to: City of Fort Worth Attn: CFA Administration 1000 Throckmorton Fort Worth, TX 76102 Email: Evelyn.Roberts@fortworthtexas.gov Any party may change its address for notice by giving all other parties hereto notice to such change in the manner set forth in this Section no later than ten (10) days before the effective date of such new address. SECTION 7. EXCLUSIVE RIGHTS AND REMEDIES. If the Developer fails to perform its obligations under the CFA, Fort Worth's sole and exclusive remedy shall be to complete the obligations of Developer at Developer's expense. In furtherance of such sole and exclusive remedy, Fort Worth is entitled to exercise its rights as set forth in Section 6 hereof. SECTION 8. SUBSTITUTION OF COLLATERAL. Notwithstanding any contrary provision in this Agreement,Developer shall have the right, at any time and from time to time, to obtain releases of all or any part of the Security Funds (hereinafter called the "Released Collateral")upon satisfaction of the following conditions: (a)Developer shall provide Fort Worth and Escrow Age lt written notice(the"Substitution Notice") that the Developer desires to obtain Released Collateral in exchange for a City of Fort Worth,Texas Escrow Pledge Agreement CFA Official Release Date:07.01.2015 Page 5 of 10 contemporaneous substitution of an alternate Financial Security acceptable to Fort Worth (as specified and described in the Substitution Notice); and (b) Developer shall pledge to, or obtain for the benefit of Fort Worth, and deliver to Fort Worth the alternate Financial Security acceptable to Fort Worth (the "Substituted Collateral") which Substituted Collateral shall in the aggregate be at least equal to the Estimated Developer's Cost; and (c) Said Substituted Collateral shall be of sufficient amount(s)to cover all work which has occurred prior to the substitution of collateral provided for in this Section. Upon satisfaction of the above-specified conditions, Escrow Agent shall be authorized (without the further consent of Fort Worth) to return to Developer the original Security Funds in Escrow Agent's possession that represent or evidence the Released Collateral or take such other action with respect to the Released Collateral as Developer may request or direct. Developer shall pay the expenses incurred by Escrow Agent In connection with obtaining each such release and substitution. SECTION 9 PERIODIC WITHDRAWAL OF COLLATERAL. Notwithstanding any contrary provision in this Agreement, Developer shall have the right to periodic withdrawals of the Security Funds (hereinafter called the "Withdrawn Collateral"),upon satisfaction of the following conditions: (a) Developer shall provide the City of Fort Worth and Escrow Agent with written notice (the "Withdrawal Notice") that Developer desires to obtain the Withdrawn Collateral in any amount less than or equal to the then-completed CFA Obligations as inspected or accepted by Fort Worth; and (b) the balance of the Security Funds after withdrawal of the Withdrawn Collateral is at least equal to the estimated value of the CFA Obligations then remaining to be performed (such remaining value is hereinafter called the "Estimated Cost to Complete"). The Withdrawal Notice shall include a description of the Withdrawn Collateral and Developer's calculation of the Estimated Cost to Complete.Upon receipt of the Withdrawal Notice,Fort Worth shall have seven (7) calendar days to notify Developer of Fort Worth's objection to Developer's calculation of the Estimated Cost to Complete by providing Developer with Fort Worth's calculation of the Estimated Cost to Complete. The grounds for any objection are limited solely to a good faith determination by Fort Worth that the balance of the Security Funds is insufficient to cover the Estimated Cost to Complete. If Fort Worth fails to timely notify Developer and Escrow Agent of any objection, then Developer's calculation shall be deemed to have been accepted and approved by the City of Fort Worth and Escrow Agent is authorized to release the Withdrawn Collateral requested by Developer without delay. In the event a written objection is timely filed by Fort Worth and Fort Worth's calculation is within a range of five percent (5%) of Developer's Estimated Cost to Complete, then Developer shall be allowed to withdraw the amount City of Fort Worth,Texas Escrow Pledge Agreement CFA Official Release Date:07.01.2015 Page 6 of 10 corresponding to Fort Worth's calculation of the Estimated Cost to Complete. If Fort Worth's calculation of the Estimated Cost to Complete is outside a range of five percent (5%) of Developer's Estimated Cost to Complete, then Fort Worth and Developer, through a designated representative, will reconcile the calculations and jointly approve an Estimated Cost to Complete and advise Escrow Agent to disburse the amount as jointly determined. If after the expiration of two (2) years from the date of this Agreement either: (i) none of the CIA Obligations have been performed; or (ii) there has been partial performance but the term of the CIA has not been extended by Fort Worth; then in either event, the City of Fort Worth shall be entitled to receive the Security Funds as specified in Section 6 and construct the improvements contemplated in the CIA. SECTION 10. NON-ACCESSIBILITY OF FORT VVORTH'S RIGHTS. The rights,powers,and interests held by Fort Worth hereunder in and to the Security Funds may not be transferred or assigned by Fort Worth in whole or in part. Any attempted transfer or assignment shall be absolutely void and shall entitle Developer to a release of all Security Funds. SECTION 11. NO WAIVER. No waiver by Fort Worth of any Default shall be deemed to be a waiver of any other subsequent Default. No delay or omission by Fort Worth i n exercising any right or power hereunder shall impair any such right or power or be construed as a waiver thereof, nor shall any single or partial exercise of any such right or power preclude other or further exercise thereof. SECTION 12. BINDING EFFECT. This Agreement shall be binding on the parties,their successors and assigns.No provision of this Agreement may be amended, waived, or modified except pursuant to a written instrument executed by Fort Worth, Escrow Agent and Developer. SECTION 13. CHOICE OF LAW. This Agreement is to be construed and interpreted in accordance with the laws of the State of Texas. SECTION 14. COUNTERPARTS. This Agreement may be executed in any number of multiple counterparts and by different parties on separate counterparts,all of which when taken togetb e r shall constitute one and the same agreement. City of Fort Worth,Texas Escrow Pledge Agreement CFA Official Release Date: 07.01.2015 Page 7 of 10 SECTION 15. INDEMNITY. Developer hereby agrees to release, hold harmless, and indemnify Escrow Agent(and its directors, officers, employees, agents and representatives) from and against all claims, damages, expenses, costs, suits and other liability of any kind whatsoever that arise out of or are directly or indirectly related to the performance by Escrow Agent of its duties hereunder except for the gross negligence or willful misconduct of Escrow Agent or its directors, officers, employees, agents or representatives and Developer hereby agrees to release, hold harmless,and indemnify Fort Worth(and its respective directors,officers,employees,agents and representatives) from and against all claims, damages, expenses, costs, suits and other liability of any kind whatsoever that arise out of or are directly or indirectly related to any actions or inaction by Fort Worth with respect to this Agreement. SECTION 16. PAYMENT OF ESCROW FEES Developer will be responsible for the payment of all fees to Escrow Agent associated with this Agreement. REMAINDER OF THIS PAGE INTENTIONALLY BLANK City of Fort Worth,Texas Escrow Pledge Agreement CFA Official Release Date: 07.01.2015 Page 8 of 10 ACCORDINGLY,the City of Fort Worth,Developer aid Escrow Agent 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 tile City Manager or his/her designee. CITY OF FORT WORTH DEVELOPER Burnett Lofts,LLC ,Znwa�v l- By: Burnett Lofts FW Manager,LLC Dana Burghdoff(0 11,2019 a Texas limited liability company Dana Burghdoff its managing member Interim Assistant City Manager Date: Oct 11,2019 R.Rhys Hei`�nsch(Oct 9,2019) Approved at to Form &Legality Name: Paris Rutherford/Rhys Heinsch Title: Vice President Date: Oct 9,2019 Richard A.McCracken(Oct 11,2019) Richard A. McCracken Sr. Assistant City Attorney M&C No. N/A ESCROW AGENT Date: Commonwealth Land Title Insurance Company ATTEST: FORT .d �•;•• Pafri�K JracKson •,•O Patrick Jackson(Oct 11,2019) Name: Patrick N. Jackson ?= Title: Attorney—Commercial Escrow Officer Mary Kayser(Oct 14,2019) .16 Mary J. Kayser Date: Oct 11,2019 City Secretary AS Contract Compliance Manager By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting r�.ir ements. Janie S. Morales OFFICIAL RECORD City of Fort Worth,Texas CITY SECRETARY Escrow Pledge Agreement FT. WORTH,TX CFA Official Release Date: 07.01.2015 Page 9 of 10 ATTACHMENT "V Changes to Standard Agreement Escrow Pledge Agreement The first paragraph of Section'6(a) is hereby deleted in its#tirety and#mended to state the following;however,no revision is hereby.4 'to Section 6(a)(I)'(zii): "Remedy.Upon the occurrence of a Default, Fort Worth shall have the right to direct Escrow Agent to transfer to Fort Worth such portion of the Security Funds that Fort Worth reasonably determines is necessary to cure such Default. Escrow Agent is hereby authorized to transfer the Security Funds immediately upon the receipt of a written statement execued by an authoozed representative of Fort Worth stating that:" TI sc last clause of Section 9, immediately following Section 9(ii), is hereby deleted in its ctitircty anti amended to state the following: "in either event,the City of Fort Worth shall be entitled to receive the portion of the Security Funds reasonably necessary to cure any Default as specified in Section 6 and construct the improvements contemplated in the CFA." Section 5 of this Agreement is hereby revised to add the following: "In the event that Developer shall be delayed,hindered in,.or prevented from the performance of any act required hereunder by reason of an act of God, strike,.lockout, labor trouble, inability to procure materials, unseasonable weather affecting construction or operation, failure of power, riot, insurrection, or war,then performance of such act shall be"'excused for the period of the delay and the period for the performance of any*such act shall be extended for a period equal to the period of such delay and no Default will have occurred until said extended period has expired." City of Fort Worth,Texas Escrow Pledge Agreement CFA Official Release Date:07.01.2015 Page 9 of 10