HomeMy WebLinkAboutContract 56282 Received Date: 09/08/2021
Received Time: 10:00 Am
Developer and Project Information Cover Sheet:
Developer Company Name: Meritage Homes of Texas,LLC
Address, State,Zip Code: 8840 Cypress Waters, Blvd, 4100, Coppell, TX, 75019
Phone &Email: 972-580-6300, david.au hi. n�baughkmeritagehomes.com
Authorized Signatory, Title: David Aughinbaugh, Division Vice President
Project Name: Cibolo Hills Phase 3
Brief Description: Water, Sewer, Paving, Storm Drain, Street Lights
Project Location: Bus 287 South of Bonds Ranch Road
Plat Case Number: FP-19-093 Plat Name: Cibolo Hills
Mapsco: Council District: 7
CFA Number: CFA21-0082 City Project Number: 103172
City of Fort Worth,Texas Page 1 of 16
Standard Community Facilities Agreement
Rev.9/21
City Contract Number: 56282
STANDARD COMMUNITY FACILITIES AGREEMENT
This COMMUNITY FACILITIES AGREEMENT ("Agreement") is made and entered into by
and between the City of Fort Worth ("City"), a home-rule municipal corporation of the State of Texas,
acting by and through its duly authorized Assistant City Manager, and Meritage Homes of Texas, LLC
("Developer"),acting by and through its duly authorized representative. City and Developer are referred to
herein individually as a"party"and collectively as the"parties."
WHEREAS, Developer is constructing private improvements or subdividing land within the
corporate limits of Fort Worth,Texas or its extraterritorial jurisdiction,for a project known as Cibolo Hills
Phase 3 ("Project"); and
WHEREAS, the City desires to ensure that all developments are adequately served by public
infrastructure and that the public infrastructure is constructed according to City standards; and
WHEREAS, as a condition of approval of the Project, Developer is required to bear a portion of
the costs of municipal infrastructure by constructing the public infrastructure necessary for the Project as
described in this Agreement("Community Facilities"or"Improvements"); and
WHEREAS,as a condition of approval of the Project,Developer is required to meet the additional
obligations contained in this Agreement, and Developer may be required to make dedications of land,pay
fees or construction costs, or meet other obligations that are not a part of this Agreement; and
WHEREAS,the City is not participating in the cost of the Improvements or Project; and
WHEREAS, the Developer and the City desire to enter into this Agreement in connection with
the collective Improvements for the Project;
NOW,THEREFORE,for and in consideration of the covenants and conditions contained herein,
the City and the Developer do hereby agree as follows:
1.
CFA Ordinance
The Community Facilities Agreements Ordinance("CFA Ordinance"),as amended,is incorporated
into this Agreement by reference, as if it was fully set out herein. Developer agrees to comply with all
provisions of the CFA Ordinance in the performance of Developer's duties and obligations pursuant to this
Agreement and to cause all contractors hired by Developer to comply with the CFA Ordinance in
connection with the work performed by the contractors. If a conflict exists between the terms and conditions
of this Agreement and the CFA Ordinance,the CFA Ordinance shall control.
OFFICIAL RECORD
City of Fort Worth,Texas CITY SECRETARY
Standard Community Facilities Agreement
FT.WORTH,TX
Rev.9/21
2.
Incorporation of Engineering Plans
The engineering plans for the Improvements that have been approved by the City ("Engineering
Plans")are incorporated into this Agreement by reference as if fully set out herein. Developer shall provide
at its expense, unless otherwise agreed to by City, all engineering drawings and documents necessary to
construct the Improvements required by this Agreement.
3.
Description of Improvements; Exhibits and Attachments
The following exhibits describe the general location, nature and extent of the Improvements that
are the subject of this Agreement and are attached hereto and incorporated herein by reference:
0 Exhibit A: Water
0 Exhibit A-1: Sewer
0 Exhibit B: Paving
0 Exhibit B-1: Storm Drain
0 Exhibit C: Street Lights & Signs
The Location Map and Cost Estimates are also attached hereto and incorporated herein by
reference. To the extent that Exhibits A, A-1, B, B-1, C, the Location Map, or the Cost Estimates
conflict with the Engineering Plans,the Engineering Plans shall control. If applicable, Attachment 1 —
Changes to Standard Community Facilities Agreement, Attachment 2 — Phased CFA Provisions, and
Attachment 3 — Concurrent CFA Provisions, are attached hereto and incorporated herein for all
purposes.
4.
Construction of Improvements
Developer agrees to cause the construction of the Improvements contemplated by this Agreement
and that said construction shall be completed in a good and workmanlike manner and in accordance with
all City standards and specifications, the Engineering Plans, the Cost Estimates provided for the
Improvements,and this Agreement. Developer acknowledges that City will not accept the Improvements
until the City receives affidavits and lien releases signed by Developer's contractors verifying that the
contractors, and all subcontractors and material suppliers, have been paid in full for constructing the
Improvements, and consent of the surety on payment and performance bonds provided for the
Improvements.
5.
Financial Guarantee
Developer has provided the City with a financial guarantee in the form and amounts set forth in
this Agreement which guarantees the construction of the Improvements and payment by Developer of
all contractors, subcontractors, and material suppliers for the Improvements ("Financial Guarantee").
Developer shall keep the Financial Guarantee in full force and effect until released by the City and shall
not reduce the amount of the Financial Guarantee unless authorized by the City in accordance with the
CFA Ordinance.
City of Fort Worth,Texas Page 3 of 16
Standard Community Facilities Agreement
Rev.9/21
6.
Completion Deadline; Extension Periods
This Agreement shall be effective on the date this Agreement is executed by the City's Assistant
City Manager ("Effective Date"). Developer shall complete construction of the Improvements and
obtain the City's acceptance of the Improvements within two (2) years of the Effective Date ("Term").
If construction of the Improvements has started during the Term, the Developer may request that this
Agreement be extended for an additional period of time ("Extension Period"). All Extension Periods shall
be agreed to in writing by the City and the Developer as set forth in a written amendment to this Agreement.
In no event shall the Term of this Agreement plus any Extension Periods be for more than three years.
7.
Failure to Construct the Improvements
(a) The City may utilize the Developer's Financial Guarantee to cause the completion of the
construction of the Improvements if at the end of the Term, and any Extension Periods, the
Improvements have not been completed and accepted by the City.
(b) The City may utilize the Developer's Financial Guarantee to cause the completion of the
construction of the Improvements or to cause the payment of costs for construction of the
Improvements before the expiration of the Term, and any Extension Period, if the Developer
breaches this Agreement,becomes insolvent, or fails to pay costs of construction.
(c) If the Financial Guarantee is a Completion Agreement and the Developer's contractors or suppliers
are not paid for construction costs or materials supplied for the Improvements the contractors and
suppliers may place a lien upon any property which the City does not have an ownership interest
that is the subject of the Completion Agreement.
(d) Nothing contained herein is intended to limit the Developer's obligations under the CFA
Ordinance, this Agreement, the Financial Guarantee, Developer's agreements with Developer's
contractors, or other related agreements.
8.
Termination
If Developer desires to terminate this Agreement before Developer's contractors begin
constructing the Improvements, Developer agrees to the following:
(a) that Developer and City must execute a termination of this Agreement in writing;
(b) that Developer will vacate any final plats that have been filed with the county where the Project
is located; and
(c) to pay to the City all costs incurred by the City in connection with this Agreement, including
time spent by the City's inspectors at preconstruction meetings.
9.
Award of Construction Contracts
City of Fort Worth,Texas Page 4 of 16
Standard Community Facilities Agreement
Rev.9/21
(a) Developer will award all contracts for the construction of the Improvements and cause the
Improvements to be constructed in accordance with the CFA Ordinance.
(b) Developer will employ construction contractors who meet the requirements of the City to construct
the Improvements including,but not limited,to being prequalified,insured,licensed and bonded to
construct the Improvements in the City.
(c) Developer will require Developer's contractors to provide the City with payment and performance
bonds naming the City and the Developer as dual obligees, in the amount of one hundred percent
(100%) of the cost of the Improvements as required by the CFA Ordinance. The payment and
performance bonds shall guarantee construction of the Improvements and payment of all
subcontractors and material suppliers. Developer agrees to require Developer's contractors to
provide the City with a maintenance bond naming the City as an obligee, in the amount of one
hundred percent (100%) of the cost of the Improvements, that guarantees correction of defects in
materials and workmanship for the Improvements by the contractor and surety for a period of two
(2) years after completion and final acceptance of the Improvements by the City. All bonds must
be provided to the City before construction begins and must meet the requirements of the City's
Standard Conditions, Chapter 2253 of the Texas Government Code,and the Texas Insurance Code.
(d) Developer will require Developer's contractors to provide the City with insurance equal to or in
excess of the amounts required by the City's standard specifications and contract documents for
developer-awarded infrastructure construction contracts. The City must be named as an additional
insured on all insurance policies. The Developer must provide the City with a Certificate of
Insurance (ACORD or form approved by the State of Texas), supplied by each contractor's
insurance provider,which shall be made a part of the Project Manual.
(e) Developer will require the Developer's contractors to give forty-eight(48) hours' advance notice
of their intent to commence construction of the Improvements to the City's Construction Services
Division so that City inspection personnel will be available. Developer will require Developer's
contractors to allow construction of the Improvements to be subject to inspection at any and all
times by the City's inspectors. Developer will require Developer's contractors to not install or
relocate any sanitary sewer, storm drain, or water pipe unless a City inspector is present and gives
consent to proceed, and to allow such laboratory tests as may be required by the City.
(f) Developer will not allow Developer's contractors to begin construction of the Improvements until
a notice to proceed to construction is issued by the City.
(g) Developer will not allow Developer's contractors to connect buildings to service lines of sewer and
water mains constructed pursuant to this Agreement, if any, until said sewer, water mains and
service lines have been completed to the satisfaction of the City.
10.
Utilities
Developer shall cause the installation or adjustment of utilities required to: (1) serve the Project;
and (2) to construct the Improvements required herein. City shall not be responsible for payment of any
costs that may be incurred by Developer in the relocation of any utilities that are or may be in conflict with
any of the Improvements to be constructed pursuant to this Agreement.
City of Fort Worth,Texas Page 5 of 16
Standard Community Facilities Agreement
Rev.9/21
11.
Easements and Rights-of-Way
Developer agrees to provide,at its expense,all necessary rights-of-way and easements required for
the construction and dedication to the City of the Improvements provided for by this Agreement.
12.
Liability and Indemnification
(a) DEVELOPER HEREBY RELEASES AND AGREES TO INDEMNIFY, DEFEND AND
HOLD THE CITY HARMLESS FOR ANY INADEQUACIES IN THE PRELIMINARY
PLANS, SPECIFICATIONS, ENGINEERING PLANS, AND COST ESTIMATES
SUPPLIED BY THE DEVELOPER FOR THIS AGREEMENT.
(b) THE DEVELOPER COVENANTS AND AGREES TO,AND BY THESE PRESENTS DOES
HEREBY FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY, ITS
OFFICERS,AGENTS AND EMPLOYEES FROMALL SUITS,ACTIONS OR CLAIMS OF
ANY CHARACTER, WHETHER REAL OR ASSERTED,BROUGHT FOR OR ONACCOUNT
OF AN Y INJURIES OR DAMAGES SUSTAINED BYANYPERSONS,INCL UDING DEATH,
OR TO ANY PROPERTY, RESULTING FROM OR IN CONNECTION WITH THE
CONSTRUCTION, DESIGN,PERFORMANCE OR COMPLETION OF ANY WORK TO BE
PERFORMED BY SAID DEVELOPER, ITS CONTRACTORS, SUBCONTRACTORS,
OFFICERS, AGENTS OR EMPLOYEES, OR IN CONSEQ UENCE OF ANY FAIL URE TO
PROPERLY SAFEGUARD THE WORK, OR ONACCO UNT OF ANY ACT,INTENTIONAL
OR OTHERWISE, NEGLECT OR MISCONDUCT OF SAID DEVELOPER, ITS
CONTRACTORS, SUB-CONTRACTORS, OFFICERS, AGENTS OR EMPLOYEES,
WHETHER OR NOT SUCH INJURIES,DEATH OR DAMAGES ARE CAUSED,IN WHOLE
OR IN PART, BY THE ALLEGED NEGLIGENCE OF THE CITY OF FORT WORTH, ITS
OFFICERS,SERVANTS, OR EMPLOYEES:
(c) DEVELOPER WILL REQUIRE ITS CONTRACTORS TO INDEMNIFY, DEFEND AND
HOLD HARMLESS THE CITY, ITS OFFICERS, AGENTS AND EMPLOYEES FROM
AND AGAINST ANY AND ALL CLAIMS, SUITS OR CAUSES OF ACTION OF ANY
NATURE WHATSOEVER, WHETHER REAL OR ASSERTED, BROUGHT FOR OR ON
ACCOUNT OF ANY INJURIES OR DAMAGES TO PERSONS OR PROPERTY,
INCLUDING DEATH,RESULTING FROM, OR INANY WAY CONNECTED WITH, THE
CONSTRUCTION OF THE IMPROVEMENTS CONTEMPLATED HEREIN, WHETHER
OR NOT SUCH INJURIES, DEATH OR DAMAGES ARE CAUSED, IN WHOLE OR IN
PART, BY THE ALLEGED NEGLIGENCE OF THE CITY OF FORT WORTH, ITS
OFFICERS, SERVANTS, OR EMPLOYEES. FURTHER, DEVELOPER WILL REQUIRE
ITS CONTRACTORS TO INDEMNIFY, DEFEND, AND HOLD HARMLESS THE CITY
FOR ANY LOSSES, DAMAGES, COSTS OR EXPENSES SUFFERED BY THE CITY OR
CAUSED AS A RESULT OF SAID CONTRACTORS' FAILURE TO COMPLETE THE
WORK AND CONSTRUCT THE IMPROVEMENTS IN A GOOD AND WORKMANLIKE
MANNER, FREE FROM DEFECTS,IN CONFORMANCE WITH THE CFA ORDINANCE,
AND INACCORDANCE WITH ALL PLANS AND SPECIFICATIONS.
13.
Right to Enforce Contracts
City of Fort Worth,Texas Page 6 of 16
Standard Community Facilities Agreement
Rev.9/21
Upon completion of all work associated with the construction of the Improvements,Developer will
assign to the City a non-exclusive right to enforce the contracts entered into by Developer with its
contractors,along with an assignment of all warranties given by the contractors,whether express or implied.
Further,Developer agrees that all contracts with any contractor shall include provisions granting to the City
the right to enforce such contracts as an express intended third party beneficiary of such contracts.
14.
Estimated Fees Paid by Developer; Reconciliation
Prior to execution of this Agreement, Developer has paid to the City the estimated cost of
administrative material testing service fees, construction inspection service fees,and water testing lab fees
in the amounts set forth in the Cost Summary section of this Agreement. Upon completion of the
construction of the Improvements, the City will reconcile the actual cost of administrative material testing
service fees, construction inspection service fees, and water testing lab fees with the estimated fees paid
by Developer. If the actual costs of the fees are more than the estimated payments made by the Developer,
the Developer must pay the difference to the City before the Improvements will be accepted by the City. If
the actual costs of the fees are less than the estimated payments made by the Developer,the City will refund
the difference to the Developer. If the difference between the actual costs and the estimated payments made
by the Developer is less than fifty dollars ($50.00),the City will not issue a refund and the Developer will
not be responsible for paying the difference. The financial guarantee will not be released by the City or
returned to the Developer until reconciliation has been completed by the City and any fees owed to the City
have been paid by the Developer.
15.
Material Testing
The City maintains a list of pre-approved material testing laboratories. The Developer must
contract with material testing laboratories on the City's list. Material testing laboratories will provide copies
of all test results directly to the City and the Developer. If the Improvements being constructed fail a test,
the Developer must correct or replace the Improvements until the Improvements pass all retests. The
Developer must pay the material testing laboratories directly for all material testing and retesting. The City
will obtainproof from the material testing laboratories that the material testing laboratories have been
paid in full by the Developer before the City will accept the Improvements.
16.
Notices
All notices required or permitted under this Agreement may be given to a parry by hand-
delivery or by mail, addressed to such parry at the address stated below. Any notice so given shall be
deemed to have been received when deposited in the United States mail so addressed with postage
prepaid:
CITY: DEVELOPER:
Development Coordination Office Meritage Homes of Texas, LLC
City of Fort Worth 8840 Cypress Waters Blvd, 4100
200 Texas Street Coppell, TX, 75019
Fort Worth, Texas 76102
City of Fort Worth,Texas Page 7 of 16
Standard Community Facilities Agreement
Rev.9/21
With copies to:
City Attorney's Office
City of Fort Worth
200 Texas Street
Fort Worth, Texas 76102
and
City Manager's Office
City of Fort Worth
200 Texas Street
Fort Worth, Texas 76102
Or to such other address one party may hereafter designate by notice in writing addressed and
mailed or delivered to the other party hereto.
17.
Right to Audit
Developer agrees that, until the expiration of three (3) years after acceptance by the City of the
Improvements constructed pursuant to this Agreement, that the City shall have access to and the right to
examine any directly pertinent books, documents, papers and records of the Developer involving
transactions relating to this Agreement. Developer agrees that the City shall have access during normal
working hours to all necessary Developer facilities and shall be provided adequate and appropriate
workspace in order to conduct audits in compliance with the provisions of this section. The City shall give
Developer reasonable advance notice of intended audits.
Developer further agrees to include in all contracts with Developer's contractors for the
Improvements a provision to the effect that the contractor agrees that the City shall,until the expiration of
three (3)years after final payment under the contract,have access to and the right to examine any directly
pertinent books, documents, papers and records of such contractor, involving transactions to the contract,
and further,that City shall have access during normal working hours to all of the contractor's facilities,and
shall be provided adequate and appropriate work space in order to conduct audits in compliance with the
provisions of this section. City shall give Developer's contractors reasonable advance notice of intended
audits.
18.
Independent Contractor
It is expressly understood and agreed that Developer and its employees, representative, agents,
servants,officers,contractors, subcontractors,and volunteers shall operate as independent contractors as to
all rights and privileges and work performed under this Agreement, and not as agents, representatives or
employees of the City. Subject to and in accordance with the conditions and provisions of this Agreement,
Developer shall have the exclusive right to control the details of its operations and activities and be solely
responsible for the acts and omissions of its employees, representatives, agents, servants, officers,
contractors, subcontractors, and volunteers. Developer acknowledges that the doctrine of respondeat
superior shall not apply as between the City and its officers, representatives, agents, servants and
employees, and Developer and its employees, representatives, agents, servants, officers, contractors,
City of Fort Worth,Texas Page 8 of 16
Standard Community Facilities Agreement
Rev.9/21
subcontractors, and volunteers. Developer further agrees that nothing herein shall be construed as the
creation of a partnership or joint enterprise between City and Developer. It is further understood that the
City shall in no way be considered a co-employer or a joint employer of Developer or any employees,
representatives, agents, servants, officers, contractors, subcontractors, and volunteers of Developer.
Neither Developer,nor any officers, agents, servants, employees or subcontractors of Developer shall be
entitled to any employment benefits from the City. Developer shall be responsible and liable for any and
all payment and reporting of taxes on behalf of itself, and any of employees, representatives, agents,
servants, officers, contractors, subcontractors,and volunteers.
The City, through its authorized representatives and employees, shall have the sole and exclusive
right to exercise jurisdiction and control over City employees.
19.
Applicable Law; Venue
This Agreement shall be construed under and in accordance with Texas law. Venue shall be in
the state courts located in Tarrant County, Texas or the United States District Court for the Northern
District of Texas, Fort Worth Division.
20.
Non-Waiver
The failure of the City to insist upon the performance of any term or provision of this Agreement
or to exercise any right herein conferred shall not be construed as a waiver or relinquishment to any extent
of City's right to assert or rely on any such term or right on any future occasion.
21.
Governmental Powers and Immunities.
It is understood that by execution of this Agreement, the City does not waive or surrender
any of its governmental powers or immunities.
22.
Headings
The paragraph headings contained herein are for the convenience in reference and are not intended
to define or limit the scope of any provision of this Agreement.
23.
Severability
In the event that any clause or provision of this Agreement shall be held to be invalid by any
court of competent jurisdiction, the invalidity of such clause or provision shall not affect any of the
remaining provisions hereof.
24.
Review of Counsel
City and Developer, and if they so choose, their attorneys, have had the opportunity to review
City of Fort Worth,Texas Page 9 of 16
Standard Community Facilities Agreement
Rev.9/21
and comment on this document;therefore any rule of contract construction or interpretation that would
normally call for the document to be interpreted as against the drafting parry shall not apply in
interpretation of this Agreement, and each section, portion, and provision of this Agreement shall be
construed solely on the basis of the language contained therein, regardless of who authored such
language.
25.
Prohibition on Boycotting Israel
Developer acknowledges that in accordance with Chapter 2271 of the Texas Government Code,
the City is prohibited from entering into a contract with a company with 10 or more full-time employees
that has a value of$100,000 or more that is to be paid wholly or partly from public funds of the City for
goods or services unless the contract contains a written verification from the company that it: (1) does not
boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel"
and"company"have the meanings ascribed to those terms by Chapter 2271 ofthe Texas Government Code.
To the extent that Chapter 2271 of the Government Code is applicable to this Agreement, by signing this
Agreement, Developer certifies that Developer's signature provides written verification to the City that
Developer: (1) does not boycott Israel; and(2) will not boycott Israel during the term of this Agreement.
26.
Prohibition on Boycotting Energy Companies
Developer acknowledges that in accordance with Chapter 2274 of the Texas Government Code,as
added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2, the City is prohibited from entering into a contract for
goods or services that has a value of$100,000 or more that is to be paid wholly or partly from public funds
of the City with a company with 10 or more full-time employees unless the contract contains a written
verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott
energy companies during the term of the contract. The terms "boycott energy company" and "company"
have the meanings ascribed to those terms by Chapter 2274 of the Texas Government Code, as added by
Acts 2021, 87th Leg., R.S., S.B. 13, § 2. To the extent that Chapter 2274 of the Government Code is
applicable to this Agreement, by signing this Agreement, Developer certifies that Developer's signature
provides written verification to the City that Developer: (1) does not boycott energy companies; and (2)
will not boycott energy companies during the term of this Agreement.
27.
Prohibition on Discrimination Against Firearm and Ammunition Industries
Developer acknowledges that except as otherwise provided by Chapter 2274 of the Texas
Government Code,as added by Acts 2021, 87th Leg.,R.S., S.B. 19, § 1,the City is prohibited from entering
into a contract for goods or services that has a value of$100,000 or more that is to be paid wholly or partly
from public funds of the City with a company with 10 or more full-time employees unless the contract
contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or
directive that discriminates against a firearm entity or firearm trade association;and(2)will not discriminate
during the term of the contract against a firearm entity or firearm trade association. The terms
"discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms
by Chapter 2274 of the Texas Government Code,as added by Acts 2021, 87th Leg.,R.S., S.B. 19, § 1. To
the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this
Agreement, Developer certifies that Developer's signature provides written verification to the City that
Developer: (1) does not have a practice,policy, guidance, or directive that discriminates against a firearm
City of Fort Worth,Texas Page 10 of 16
Standard Community Facilities Agreement
Rev.9/21
entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade
association during the term of this Agreement.
28.
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 1-9 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.
29.
Amendment
No amendment,modification, or alteration of the terms of this Agreement shall be binding unless
the same is in writing, dated subsequent to the date hereof, and duly executed by the City and Developer.
30.
Assignment and Successors
Developer shall not assign or subcontract all or any part of its rights,privileges,or duties under this
Agreement without the prior written consent of City. Any attempted assignment or subcontract without the
City's prior written approval shall be void and constitute a breach of this Agreement.
31.
No Third-Party Beneficiaries
The provisions and conditions of this Agreement are solely for the benefit of the City and
Developer, and any lawful assign or successor of Developer, and are not intended to create any rights,
contractual or otherwise,to any other person or entity.
32.
Compliance with Laws, Ordinances,Rules and Regulations
Developer, its officers, agents, servants, employees, and contractors, shall abide by and comply
with all laws, federal, state and local, including all ordinances, rules and regulations of City. It is agreed
and understood that, if City calls to the attention of Developer any such violation on the part of Developer
or any of its officers, agents, servants, employees, or subcontractors, then Developer shall immediately
desist from and correct such violation.
33.
Signature Authority
City of Fort Worth,Texas Page 11 of 16
Standard Community Facilities Agreement
Rev.9/21
The person signing this Agreement on behalf of Developer warrants that he or she has the legal
authority to execute this Agreement on behalf of the Developer, and that such binding authority has been
granted by proper order,resolution,ordinance or other authorization of the entity. The City is fully entitled
to rely on this warranty and representation in entering into this Agreement.
34.
Counterparts
This Agreement may be executed in multiple counterparts, each of which will be deemed an
original, but which together will constitute one instrument.
35.
Entire Agreement
This written instrument, together with any attachments, exhibits, and appendices, constitutes the
entire understanding between the City and Developer concerning the work to be performed hereunder,and
any prior or contemporaneous, oral or written agreement that purports to vary from the terms hereof shall
be void.
[REMAINDER OF PAGE INTENTIONALLY BLANK]
City of Fort Worth,Texas Page 12 of 16
Standard Community Facilities Agreement
Rev.9/21
36.
Cost Summary Sheet
Project Name: Cibolo Hills Phase 3
CFA No.: CFA21-0082 City Project No.: 103172
Items Developer's Cost
A. Water and Sewer Construction
1. Water Construction $ 835,890.00
2. Sewer Construction $ 881,070.00
Water and Sewer Construction Total $ 1,716,960.00
B. TPW Construction
1. Street $ 1,795,876.00
2. Storm Drain $ 904,109.00
3. Street Lights Installed by Developer $ 215,742.40
4. Signals $ -
TPW Construction Cost Total $ 2,915,727.40
Total Construction Cost(excluding the fees): $ 4,632,687.40
Estimated Construction Fees:
C. Construction Inspection Service Fee $75,000.00
D. Administrative Material Testing Service Fee $34,300.00
E. Water Testing Lab Fee $2,790.00
Total Estimated Construction Fees: $ 112,090.00
Choice
Financial Guarantee Options,choose one Amount Mark one
Bond= 100% $ 4,632,687.40
Completion Agreement= 100%/Holds Plat $ 4,632,687.40 x
Cash Escrow Water/Sanitary Sewer= 125% $ 2,146,200.00
Cash Escrow Paving/Storm Drain= 125% $ 3,644,659.25
Letter of Credit= 125% $ 5,790,859.25
City of Fort Worth,Texas Page 13 of 16
Standard Community Facilities Agreement
Rev.9/21
IN WITNESS WHEREOF,the City and Developer have each executed this Agreement by their
duly authorized signatories to be effective on the date executed by the City's Assistant City Manager.
CITY OF FORT WORTH DEVELOPER
Meritage Homes of Texas,LLC
,Znwg&�6ILAGl
Dana Bur�7,2�49 CDT)
Davin Aughinh r*h(Gan7?H?1 17-S1 fDTCr)T)
Dana Burghdoff David Aughinbaugh
Assistant City Manager Division Vice President
Date: Sep 7,2021 Date: Sep 7,2021
Recommended by:
Evelyn Ro S(Sep 7,202108:51 CDT)
Evelyn Roberts/Jennifer Ezemack
Project Assistant
Planning and Development
Approved as to Form&Legality:
=922 _ Contract Compliance Manager:
Richar A.McCracken(Sep 7,202111:40 CDT)
Richard A. McCracken By signing, I acknowledge that I am the person
Sr. Assistant City Attorney responsible for the monitoring and
M&C No. N/A administration of this contract, including
Date: ensuring all performance and reporting
requirements.
Form 1295: N/A
ATTEST:
Janie Scarlett Morales
Ronald P Gonzales oo�v��nA Development Manager
Ronald P.Gonzales(Sep 8,202109:05 CDT) pq�t FORT`La
i ` 00000°00�0��
Ronald P. Gonzales ��o°° °°o���
Acting City Secretary I.0 0
�v0 °=d
0 0
Oaf° 0*d�
(�a 0°°00000°°°°0 101
aa��E�pS�ap
OFFICIAL RECORD
City of Fort Worth,Texas CITY SECRETARY
Standard Community Facilities Agreement FT.WORTH,TX
Rev.9/21
The following attachments are incorporated into this Agreement. To the extent a
conflict exists between the main body of this Agreement and the following attachments, the
language in the main body of this Agreement shall be controlling.
Included Attachment
0 Attachment 1 - Changes to Standard Community Facilities Agreement
❑ Attachment 2—Phased CFA Provisions
❑ Attachment 3 — Concurrent CFA Provisions
0 Location Map
0 Exhibit A: Water Improvements
0 Exhibit A-1: Sewer Improvements
0 Exhibit B: Paving Improvements
0 Exhibit B-1: Storm Drain Improvements
0 Exhibit C: Street Lights and Signs Improvements
0 Cost Estimates
(Remainder of Page Intentionally Left Blank)
City of Fort Worth,Texas Page 15 of 16
Standard Community Facilities Agreement
Rev.9/21
ATTACHMENT"I"
Changes to Standard Community Facilities Agreement
City Project No. 103172
None
City of Fort Worth,Texas Page 16 of 16
Standard Community Facilities Agreement
Rev.9/21
00 42 43
DAP-BID PROPOSAL
Page I of 5
SECTION 00 42 43
Developer Awarded Projects-PROPOSAL FORM
UNIT PRICE BID Bidder's Application
Project Item Information Bidders Proposal
Bidlist Item Specification Unit of Bid
Description Unit Price Bid Value
No. Section No. Measure Quantity
UNIT 1:WATER IMPR VEMENT
1 3311.0241 8"Water Pipe 3311 12 LF 8730 $36.00 $314,280.00
2 3312.2003 1"Water Service 33 12 10 EA 180 $950.00 $171,000.00
..........................
3 3312.2003 2"Water Service 3412 10 EA 2 $2,200.00 $4,400.00
3312,3003 8"Gate Valve&Box 33 12 20 EA 36 $1,300.00 $46,800.00
5 3311.0242 8"Water Pipe,CSS Backfill 3411 12 LF 80 $46.00 $3,680.00
6 3312.0117 Connect to Existing 8"Water Main 33 12 25 EA 3 $1,000.00 $3,000.00
7 3311.0441 12"Water Pipe 3311 10 LF 1400 $62.00 $86,800.00
8 3312.3005 12"Gate Valve Box&B 33 12 20 EA 6 $2,800.00 $18,BD0.00
.............................
9 3312.0117 Connect to Existing 12"Water Main 33 12 25 EA 1 $1,500.00 $1,500.00
10 3305.0003 8"Waterline Lowering 33 05 12 EA 22 $1,250.00 $27,500.00
11 0241.1118 4-12"Pressure Plug 0241 14 EA 6 $1,250.00 $7,500.00
..............................
12 3312.0001 Fire Hydrant 33 12 40 EA 24 $4,250.00 $102,000.00
13 3311.0001 Ductile Iron Fittings 33 11 11 TN 9 $4,500.00 $40,500.00
14 3305.0109 Trench Safety 33 05 10 LF 10130 $1,00 $10,130.00
..._.__..._.__.........
15
1617
1s
1 . ...
._...
20
21
22
.....__.......... .
23
.......................
24
25
........................
-...
26
27
28
-29..._.
30
31 ...
32......
33
34
35
37
...........................
38
39
40
................................
41
42
43
...............................
44
48
47
TOTAL UNIT 1:WATER IMPROVEMENTS $835,890.00
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS
Form Version Septenber I,2015 00 42 41_Bid Proposal_DAP_Cih"1"Pfau 3
004243
DAP-BID PROPOSAL
Page 2 of 5
SECTION 00 42 43
Developer Awarded Projects-PROPOSAL FORM
UNIT PRICE BID Bidder's Application
Project Item Information Biddet's Proposal
Bidlist Item Specification Unit of Bid
No. Description Section No. Measure Quantity Unit Price Bid Value
UNIT II:SANITARY SEWER IMPROVEMENTS
1 3331.4115 8"Sewer Pipe 3311 10 LF 7775 $46.00 $357,650.00
2 3339.1001 4'Manhole 3339 10 EA 55 $4,800.00 $264,000.00
3 3331.4116 8"Sewer Pipe,CSS Backfill 3331 20 LF 620 $56.00 $34,720.00
4 3301.0002 Post-CCTV Inspection 3301 31 LF 7775 $3.00 $23,325.00
5 0241.1118 4"-12"Pressire Plug 0241 14 EA 1 $1,000.00 $1,000.00
6 3339.0001 Epoxy Manhole Liner 33 39 10 VF 95 $385.00 $36,575.00
7 3301.0101 Manhole Vacuum Testing 3301 30 EA 55 $150.00 $8,250.00
8 3331.3101 4"Sewer Service 3331 50 EA 180 $700.00 $126,000.00
................................
9 3331.3311 Connect to Existing 12"SS 3331 50 EA 2 $2,500.00 $5,000.00
10 3305.0113 Trench Water Stops 33 05 10 EA 36 $250.00 $9,000.00
.... .... ._.... .
11 3305.0109 Trench Safety 33 05 10 LF 7775 $2.00 $15,550.00
........................._
12
13
14
........................
15
16
18
19
20
21
22
_._..-23
............24..........,.
25
26
..........I I I
27
28
29
30
31
32
33
34
35
.........._..__..._....
36
37
................................
38
_ 39...._...,
40
41
42
43 ..
................................
44
45 _
46
TOTAL UNIT II:SANITARY SEWER IMPROVEMENTS $881,070.00
CITY OF FORT WORTH
STANDARD CONSTRUCDON SPECIFICAnON DOM MS-DEVELOPER AWARDED PROJECTS
Farm Version Sepleaber 1,2015 00 42 43 Bid P oponl_DAP C3olo PI—3
00 42 43
DAP-BID PROPOSAL
Pose 3 of 5
SECTION 00 42 43
Developer Awarded Projects-PROPOSAL FORM
UNIT PRICE BID Bidder's Application
Project Item Information Bidder's Proposal
Bidlist Item Specification Unit of Bid
No. Description Section No. Measure Unit Price Bid Value
Quantity
UNIT 111•DRAINAGE IMPROVEMENTS
1 3341.0201 21"RCP,Class III 3341 10 LF 415 $63.00 $26,145.00
2 3341.0205 24"RCP,Class III 3341 10 LF 2143 $68.00 $145,724.00
--------........... ....----------------._....-----......................................................__._._...__._..._._._._._._..... ..................
_...._ ._.__......._.__..._.._....--._._.._..
3 3341.0302 30"RCP,Class 111 3341 10 LF 340 $85.00 $28,900.00
-4--- ..............................__.._............._.........._._. _ _._._........._............._...._
3341.0305 36"RCP,Class IIL.. __._._.
334110 LF 877 $105.00 $92,085.00
5 3341.040242"RCP,Class III 3341 10 LF 392 $150.00 $58,800.00
._._._._.B.._.._ 3341.D408 48"RCP,Class Ill..............................................------._......................................•.......••......•..•..33•.41........................................---....._......................._. .............................................
_ 10 LF 168 $175.00 $29,400.00
_...._.__._..__.. .._. ._._..___... .. ,....a...,,....................... _ _ •.-...__.._... .. _. _,_-.....................
.
7 3341.1202 4-55t4'Box Culvµ rt 3341 10 -IF
- --�• 7- $1,050.00 $73,500.00
......................_.. ................ _..... _-............................... _ . . ...... .., ...................................................-......
8 3341.1302 4-65t3'Box Culvert 3441 10 LF 70 $1,200.00 $84,000.00
_ ---
_._._......---- .. ................--......_.......- -- . . .
--....._._._._.....__._.......---......._..._........__..._........._..__....................................................................................................... -....._._.........._............_._. - ..-.---.......,.............._..
9 3349.5001 10'Curb Inlet 33 49 20 EA 28 $3,400.00 $95,200.00
__.---...__...__._._.._.___..__.._.____.......__...____._...__.._......_........._ ..............._......_............................._. . _.. ..__......_._._.---
,_.
10 3349.5002 16 Curb Inlet 33 49 20 EA 6 $4,400.00 $26,400.00
. -. __ ..... ..... .._ .
11 9999.0004 41x4'Wye Inlet 33 49 20 EA 1 $5,500.00 $5,500.00
.....•..12.. ...3349.0001 4'Storrn_Junction Box__..........__...................._.__._._............_......._._._._....,........_...._...._._._._...._....33 49..1.0...................._....__ ..........._..._.._..._._.11 $5,000.00 $55,000.00_ 0
13 3349.0002 5'Storm Junction Box _....__-....-...._... ,—..-...................._ 33 49.10_................__EA. ..__._.. ...4 $6,000.00- $.24,000..1 00
14 3349.0003 6'Stonn Junction Box 33 49 10 EA 1 $7,500.00 $7,500.00
15 3349.1005 30"Flared Headwall,1 pipe _._.._.__..._._......._._.._._........_......_._...._ ...__............................ __.............._._.... ...............
33 49 40 EA 1 $3,500.00 .$3,500.00...
__1B _ 3349 1009 42'Flared Headwall,_1 pipe _ 33 49 40 EA 1 $5,000.00 $5,000.00
-......._ ._._.,..,..
17 3349 1011 48 Flared Headwall,1 pipe 33 49 40 EA .1 $6,000.00 $6,000.00
- . .._..
18 3349.1000 TXDOT Headwall 4-5i4'RCB 33 49 40 Eq 2 $24,500.00 $49,000.00
_ .... _._..-- --... ._._._.__...._._._......._......_........._.........,._.... ... . .............. ...................................................._..,_..
19 3349.100o TXDOT Headwall 4-6'x3'RCB ........ . ....._.__..,.............................,..,.... .. ._..,33 49 40 EA ___.......___..._._2 $26,500.00 "_..__...........
_ _�__ $53 000.00
20 3137.0101 Concrete Rip Rap 31 3700 SY 345 $90.00 $31,050.00
21 3305.0109 Trench Safety -� 33 05 10 LF 4405 $1.00 $4,405.00
-_...--..................... - - - - _..... _............. .................. ._......_... ....._..._..._._._........ ....,,..,..,..... ..,.__..
22
24 rt
.......,._............................................._......................................................................................................................................._........................................-........................_........_._......,.....,...............................,.........,..._...._..._._._........_ _.......•.••......._.........._.
26
25
_....._ _ _ ........ .............
.........._27.........................................................................................-.............................................,...........................,............................................................................................................_._.__...._.........._,...................I.....,..,..,........ .__................I..,.............
......,
28
__....._........................._...._....... __...,....__._............_..._._._...._.. -__.._.... ._.........._.---... __.._....__..__....._
_., ..... .., ...................._
........,..30............_......_... ......................................................................................................................................•...............................•................,..,......................................................I................................. .......,.............,....._...........---
31 _..................................,...._... -_...,....._.._..._..........__........ _..._....... _ _..._...._...----
32
33
34
35 ... .._....... ........_.--.--...._...... _...................
._...__._._._.
36
37
.._..........._.. _...._.. _..
38
39 - -- - -
.............................I.,........,..,..__._.__._-_.._...._........_................_..._................_....._.........___.... .............__.................
40
41
42 - - -
..................................................................................................................................
43
OTAL UNIT III:DRAINAGE IMPROVEMENTS $904,109.00
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS
Fom,Version September 1,2015 004243_Bid Proposal DAP_Cibalo Plmse 3
00 42 43
DAP-BID PROPOSAL
Page 4 or 5
SECTION 00 42 43
Developer Awarded Projects-PROPOSAL FORM
UNIT PRICE BID Bidder's Application
Project Item Information Bidders Proposal
Bidlist Item Description Specification Unit of Bid Unit Price Bid Value
No. Section No. Measure Quantity
NIT IV:PAVING IMPROVEMENTS
1 3213.0101 6"Conc Pavement 32 13 13 SY 24,130 $36.00 $868,680.00
2 3213. 102 73'Conc Pavement 32 13 13 SY 10,750 $42.00 $451,500.00
...........................-----�-�--._._._...._._...._.....,.............,................................_......._.........._...._......._.__ -__._.___._...._..._..._.__...._._.._._..................................................,._......_....._......_..._....._.._.__.................... __._._..__._...._,._............_.........
3 3211.0502 6"Lime Treatment 3211 29 SY 11,415 $3.00 $34,245.00
43213.0301 4',4xCona Sidewalk.................................................I................ _...._..._...._...................._.......32 13 20. .,........ ...SF. ............37
........ _..__..__..._...__.... ..
540 S3.25 $122,005.00
5 3211.0501 8'Lime Stabilized Subgrade 3211 29 SY 25,794 $3.00 $77,382.00
8 ....... •.•......•..............•.........---........__._.__._._.._._.............................................._...........-----.._._.---__..__.._-................ .--•---.-_•_.....•.......•..•..
3211.0401'Hydrated Lime(36#/SY)... ......... .........
. 321129 TONS 596
.....,..... m . ............... _..,_.._........._...........,....._ $185.00 _....$.1.-1-..0-..,260,..._0...0..._.....
73213.0501 B/F Ramps,
321320 EA 4 $1,200.00 $4,800.00
.................... .,...............,..............,.... ..,....,.,.. .. _ ..... ................................I... .. .. .-............................ .........,..,....... _.
8 3213.0506 B/F Ramps,Type P-1 32 13 20 EA 24 $1,400.00 $33,600.00
......................................................................................................................................_..._..._...._......._....................._.__.._._.__.........._._._._...._._._.......,..,................._._........._...__._..._._..... ............_...........................•.....•.
9 3471.0001 Traffic Control 3471 13 MO 1 $2,500.00 $2,500.00
10 .9999.OD13 Street Sign _....,_..................................,..__..................... _.._....._...__........_......_..._... 344130 ......._._.. EA..__......__._. 15 $250.00..._...___-$3,750.D0
_. _. -- ...._.
11 9999.0013 Stop sign(Excludes Post) 34 41 30 EA 13 $500.00 $6,500.00
........................................................_................................--.--.-_------._...--------..._...----._._._..._...................I...........................................I..... _._._ .................
12 9999.0013 Regulatory Sign Assemlies(Installed on Galvanized Post) 34 41 30 EA 15 $750.00 $11,250.00
g......_..._...._...._-_._............................._-___._.. _... .___._.__._.._..._...........__._-. ... _ ..... __......_....._........__..
13 9999.0014 Connect to Existing Street Header 32 13 13 LF 132 $20.00 $2,640.00
............_..........._..... ....._......._..__.�......... ....._...................._......_.....................,_..,...................._ .. -- _.._........ ..._,.,.-.....__.... _... _....__....
14 9999.0015 Remove End of Road Barricade 024113 EA 4 $500.00 $2,000.00
...........-15 9999.OD11 End.....................................................................................................................................__..._._.._...._.....---.__._._.._._._...._._.__._._...._...._........---....._._...__._........._................... __._......_.__..__......_._.............
of Road Barricade 3441 30 EA 6 $I,000.00 $6,000.00
_.—........_.,...._._........._...._.__..._.__...__-_.....,.. .. _ _....._...._............__........._._.__....___.. .____.._.._.__.._._____...__.__�..— ._...._..........._._......._.__..__..___.. ........._......_.._._.__...___.
16 3291.0100 6"Topsoil 3291 19 CY 1616 $24.00 $38,784.00
17 3292.0100 ParkwayVegitation-Block Sod _••. _....._......_•_...-32 92 00 SY 3330 $6.00 $19
... _. _._.._....__._...................-_.._.....-....
980.OD
18
19
__ ._._.._.._..._... ............_.._.._.......__....._....,...........................,....................._.._. ........
....
.._.. ...
_..........
..._._•..............
......
_.._._.._.......... ._..._.__._...._.... ........_.__.._ ...
20
21
22
_....._... -...................._..._....._..........-........_..... ..... ...._.._...................................-. _,........... _...._ ..._ ....._.........
.---_...._ .
23
24
25
.26....,....................._.._...._.__._..._._...__.._.._.....,.................._............._.._ ._._._.................._..... ..__._..,... ..... .. ._......... ....,..,........................... . .......................-.............•.. .......
27
--._......... - ._....._......._................-........._.__................................_.........._...._............,.............................................................................................._...................... ..................._...............
...
28 - -
_..._._...••..•..••..•...•....... .................................,........,.........._,..,...,...._._....._ .......,.....,..,......., ..................-..... ...........__...........__.._._.._._
29
30 _
31
32
_._,_-............ ....... ..............._.,........_,.._,_., .,_.....,_,. _....................... ....._.._...__. _.. _.._.__._ ...- --- ._..._.__...... -
33
34
35
___._....__.._._.._._.__.___..-..__...._.........._.. ...._......... ..-.._._.........__...._.._._.__.__._...._....._..._..._..._......_............................. ------.._..........._.._._-._._...__. .-_._._._.......................-_.
38
—..._. ................._.......,.....,..,...............,.......,..............................................................................................,..........,.......................---.........................._.......---............-.............-......................_........_.... ..........._..........,........,........,..........
38
................._......_..__.-----...................._..........._.........,__.._....—_..........._._........_....._..__..__...___ _..._. ......._..._.._._...._.....--------..... ............ ....._...._..,..._...,....
39
40
---------------.___.._..__........... ---....................-..........-..........................-.............................................................._._......-...............................................,.........-••----.......... _..................... ..,...................
41
_._......-. ....._.._................_......_......_.__........................ ............................_..._..__....._......_ _........_...................-... ............,..,._.....................
42
--. _..__ ...... _............._...... - - ......... - -....._. ...........__........._..............--
43
...................................................................... -_-............-......................................,......................................................._._..............._...................................................................... -- -- .................
44
45
_..._..._.._..... _. ,. ............... .. ....... ...... ........ ............................................. ...... . ........,...
_............... ........................................................._...._..--..........-........................----.......-... -..........................,........,..,...........,...._................,.....,..............................,...................,..........
44
45
TOTAL UNIT IV:PAVING IMPROVEMENTS $1,795,876,00
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECERCATION DOCUMENTS-DEVELOPER AWARDED PROJECTS
Foml VtrsioaS"nber 1,2013 00 42 43 Bid Pmposal_DAP_Cibolo Place 3
00 42 43
DAP-BID PROPOSAL
Pagc 5 of 5
SECTION 00 42 43
Developer Awarded Projects-PROPOSAL FORM
UNIT PRICE BID Bidder's Application
Project Item Information Biddees Proposal
Bidlist Item Specification Unit of Did
No Description Sections
Measure Quantity Unit Price Bid Value
Bid Summary
UNIT I:WATER IMPROVEMENTS $835,890.00
--- ----- ...................................................
UNIT II:SANITARY SEWER IMPROVEMENTS $_88_1,070.00
UNIT III:DRAINAGE IMPROVEMENTS $904,109.00
UNIT IV:PAVING IMPROVEMENTS _ $1,795,876.00
Total Construction Bid $4,416,945.00
BY:Brock Huggins
dwd�od a====
President
Contractor agrees to complete WORK for FINAI.ACCEPTANCE within 190 working days after the date when the
CONTRACT commences to run as provided in the Cxneral Conditions.
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS
Fomr Vcrsion Septenher I,2015 00 42 43 Bid Proposal_DAP_Cibdl Phase?
W 42 43
DAP-Bm PROPOSAL
P.R.1 of I
SECTION 00 42 43
Developer Awarded Projects-PROPOSAL FORM
UNIT PRICE BID Bidder's Application
Project Item Information Bidder's Proposal
Bidlist Item Specification Unit of Bid
No. Description Section No. Measure Quantity unit Price Bid Value
NIT V:STREET LIGHTING MPROVEMENT
1 3441.3301 Rdwy Ilium Foundation TY 1,2,and 4 34 41 20 EA 44 $1,111.00 $48,884.00
2 3441.3351 Furnish/Install Rdway IIIum TY 11 Pole 34 41 20 EA 44 $1,503,00 $66,132.00
3 3441.3050 LED Lighting Fixture(70 watt ATBO Cobra Head) 3441 20 EA 44 $283.00 $12,462.00
4 3441.1646 Fumish/Install Type 33B A" 34 41 20 EA 44 $173.00 $7,612.00
5 2605.3015 2"CONDT PVC SCH 80(T) 26 05 33 LF 4,460 $13.00 $57,980.00
6 3441.1410 NO 10 Insulated Elec Condr 344110 LF 16,720 $1.02 $17.054.40
7 3441.1502 Ground Box Type B,w/Apron 3441 10 EA 9 $542.00 $4,878.00
8 9999.0009 Reconnect Conductor 00 00 00 EA 10 $75.00 $750.00
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
48
TOTAL UNIT V:STREET LIGHTING IMPROVEMENTS $215,742.40
Bid Summary
UNIT V:STREET LIGHTING IMPROVEMENTS $215,742.40
Total Construction Bid $215 742.40
BY: is rd Wolfe
tTITL DATE: 07-23-2021
Contractor agrees to complete WORK for FINAL ACCEPTANCE within 60 calendar 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 SPECIRCATION DOCUMENTS-DEVELOPER AWARDED PROJECTS
Fo,m 1,201, 00 42 43_Bid Proposd_DAP_Cibolo Phew 3_8irtct Lighh
BLUE MOUND RD
r
O
m
Z
O
W
mm
m
0
W BONDS RANCH RD W BONDS RANCH RD W HICKS RD
PROJECT
LOCATION
N
�O
�L
G
O
N WATER TOWER RD
CPN 102744 2
MAPSCO NO. 18V a
BOAT CLUB am
ROAD O
v�
G
Q
CENTERBOARDLN
O OWNER: %PE LOTON
o NORTH zsoo MERITAGE HOMES pill FRISCLAN■ 60LUTIONS
8840 CYPRESS WATERS BLVE.,SUITE 100 CIBOLO HILLS, PHASE 3 11000 SUITE STREET
SUITE 400
DALLAS,EX 75019 CPN 103172 FRISCO,TX 75033
GRAPHIC SCALE PHONE:972-580-6329 DATE: JUNE 2021 PHONE 46 1 13 6)00
NOT EXISTING INFRASTRUCTURE
CIBOLO HILLS PHASE 1 O
CPN 102251 O�
1 �O
GU
v 12
SGOG
REE-C 2 3°
KE0KVK S� v
O
QT
W ° ° WA E
CIBOLO HILLS Up IK LANE
PHASE 4. '� 0
_° SHAKOPEE STREET��
21 CIBOLO S
21
C
WAPPO WAY
21
Q� o 0 0
2 ° 0 �I� 0
22 0
21 0 0
° ONEIDA LgNE
/ 021
�r21
°0 0 '00
�q7
oQ�a� ��
�@ J
21 '°P OT
LEGEND
PROPOSED WATER LINE
- -Exw- EXISTING WATER LINE
A` oRwE
SNOSNON\ - - - - FUTURE WATER LINE
NOT EXISTING INFRASTRUCTURE NOTE:ULCPROPOSED WATE
ARE 8"UNLESS OTHERWISE NOTED.NOTED.
CIBOLO HILLS PHASE 1
CPN 102251
EXHIBIT A- WATER
O OWNER: %PE LOTON
0 NORTH 300' MERITAGE HOMES11000
0 LAN■ STREET
lNS
8840 CYPRESS WATERS BLVE.,SUITE 100 CIBOLO HILLS, PHASE 3 11000SUITE STREET
SUITE 400
DALLAS,EX 75019 CPN 103172 FRISCO,TX 75033
GRAPHIC SCALE PHONE:972-580-6329 DATE: JUNE 2021 PHONE 469- 13-1 00
I I OO
' " 00
REE-C 3a
KEpKVK S� o v' 3,
O
z �s aoo ,e
'CIBOLO HILLS Up 1K LANE
PHASE 4.
° SHAKOPEE STREET
ICIBOLO S
17 E��o
C
I
17
�' WAPPO WAY 1 '
�° 0 �1� 0
0
11
0 0
EIDA LgNE �
UN
o DO=
�� � �� o
s w ° 0 O
Qo�� �° P O 7
LEGEND
PROPOSED SEWER LINE
` \QR�v G \ EXISTING SEWER LINE
— — SNOSNON
NOTES:
1. ALL PROPOSED SANITARY SEWER LINES
ARE 8"UNLESS OTHERWISE NOTED.
CONNECT TO EXISTING Z SANITARY SEWER SERVICES ARE SDR—6
SANITARY SEWER LINE
CPN X-20792
EXHIBIT Al -WASTEWATER
O OWNER: %PE LOTON
0 NORTH 300' MERITAGE HOMES p LAN■ SOLUTIONS
8840 CYPRESS WATERS BLVE.,SUITE 100 CIBOLO HILLS, PHASE 3 11000 SUITEFRISC STREET
SUITE 400
DALLAS,EX 75019 CPN 103172 FRISCO,TX 75033
GRAPHIC SCALE PHONE:972-580-6329 DATE: JUNE 2021 PHONE 469— 13-1 00
NOT EXISTING INFRASTRUCTURE
O
CIBOLO HILLS PHASE 1 O�
CPN 102251
OO .
O GU
EE DR�12 00
z O 2
REST 3°
KEOK�K�� v
NO
I „RE
Z II I ASE '
W ° ° CPN 122.
22]0�
CIBOLO HILLS �Up 1K LANE - .. .
PHASE 4.
° 11 SHAKOPEE STREET
2121
CIBOLO 27
22
� �3 E�:Z
°
o
WAY
WAPPO '
Q�21 1 00
2, 0 0
�NEIDA LANE
�r21 12
o „ 11 POTA
2 LEGEND
13
'� 11 ° 1 1 ° - Q 37'13-13/60'ROW(TYP)
...�..
29'13-13/50'ROW(TYP)
SIDEWALK BY DEVELOPER
SNOW\�DR�vE BFRs BY DEVELOPER
SNO
NOT EXISTING INFRASTRUCTURE
CIBOLO HILLS PHASE 1
CPN 102251
EXHIBIT B - PAVING
O OWNER: %PE LOTON
0 NORTH 300' MERITAGE HOMES11000
0 LAN■ STREET
lNS
8840 CYPRESS WATERS BLVE.,SUITE 100 CIBOLO HILLS, PHASE 3 11000SUITE STREET
SUITE 400
DALLAS,EX 75019 CPN 103172 FRISCO,TX 75033
GRAPHIC SCALE PHONE:972-580-6329 DATE: JUNE 2021 PHONE 469- 13-1 00
i
E Ft\
M� O
1
REST � 3a
KEpKVK ST �o v
o
CL o0
�z z o00 0
11
CIBOLO HILLS (OP IK LANE - .. .
PHASE 4.
SHAKOPEE STREET
IBOLO S
E2 111
1.
C
cr-
2 l'— WAPPO WAY
Q� o 00
„ 0 ��� 0
22 ' 0
21 o
0
o �NEIDA LgNE
�r24
o DO=
0 o �s Oo
1
Quo 14 21 21 11POT
LEGEND
_ :•:� PROPOSED STORM
DRAIN INLET
DRAINPROPOSEDSTORM
` MANHOLE
S`
pSNpN\pR\vE PROPOSED STORM
,` DRAIN HEADWALL
NOTES:
1. ALL PIPES ARE 21"RCP UNLESS
OTHERWISE SPECIFIED.
2. ALL CURB INLETS ARE 10'UNLESS
OTHERWISE SPECIFIED.
3. ALL STORM SHOWN IS PROPOSED PHASE
3 INFRASTRUCTURE
EXHIBIT B1 -STORM DRAINAGE
O OWNER: %PE LOTON
0 NORTH 300' MERITAGE HOMES11000
0 LAN■ STREET
lNS
8840 CYPRESS WATERS BLVE.,SUITE 100 CIBOLO HILLS, PHASE 3 11000SUITE STREET
SUITE 400
DALLAS,EX 75019 CPN 103172 FRISCO,TX 75033
GRAPHIC SCALE PHONE:972-580-6329 DATE: JUNE 2021 PHONE 469- 13-1 00
IN
EEOR��E 00
s
KEpKVK gT o v = O
cIBOLoE4. Up1K LANE
PHASE 4
SHAKOPEE STREET
IBOLO S
EO�Oo
C
Cy_l CQ
1--` WAPPO WAY
17 0 �1. 0
0
O O
o 0NEIDA LANE �,a .
P-\ a DOa O
POTA , 07
LEGEND
PROPOSED STREET LIGHTS
♦ PROPOSED STREET NAME SIGNS
S�ApSNpN�p
EXHIBIT Cl —
STREET NAME SIGNS
&STREET LIGHTS
O OWNER: %PE LOTON
0 NORTH 300' MERITAGE HOMES11000
0 LAN■ STREET
lNS
8840 CYPRESS WATERS BLVE.,SUITE 100 CIBOLO HILLS, PHASE 3 11000SUITE STREET
SUITE 400
DALLAS,EX 75019 CPN 103172 FRISCO,TX 75033
GRAPHIC SCALE PHONE:972-580-6329 DATE: JUNE 2021 PHONE 469- 13-1 00
COMPLETION AGREEMENT— SELF FUNDED
This Completion Agreement("Agreement"), is made and entered into by and between the
City of Fort Worth, ("City") and MERITAGE HOMES OF TEXAS, an Arizona Limited Liability
Company, authorized to do business in Texas, ("Developer"), effective as of the last date executed
by a Party hereto. The City and the Developer may collectively be called the"Parties".
WITNESSETH:
WHEREAS, the Developer owns that certain tract of real property that contains
approximately 43.805 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 21-103 or FS one ; and
WHEREAS, the Developer and the City have entered into a Community Facilities
Agreement relating to the development, Cibolo Hills Phase 3 for Water, Sewer, Storm Drain,
Pavinz& Street Lights ("Improvements"); and
WHEREAS, the City has required certain assurances that the Developer will cause to be
constructed to City standards the Improvements pursuant to the Community Facilities Agreement;
and
WHEREAS, the Parties desire to set forth the terms and conditions of such
accommodations as are described above.
NOW, THEREFORE, for and in consideration of the mutual covenants and agreements
hereinafter set forth, it is hereby agreed by and between City and Developer as follows:
1. Recitals. The foregoing recitals are true, correct and complete and constitute the basis for
this Agreement and they are incorporated into this Agreement for all purposes.
2. The Completion Amount. The City and the Developer agree that the Hard Costs(as shown
on Exhibit"B")required to complete the Community Facilities in the aggregate should not
exceed the sum of Four Million Six Hundred Thirty Two Thousand Six Hundred Eighty
Seven AND 40/100 Dollars($4,632,687.40), hereinafter called the"Completion Amount".
Notwithstanding the foregoing, it is acknowledged that the actual costs of completion of
City of Fort Worth, Texas
Standard Completion Agreement— Self-Funded Revised 09.07.2017 7LE
CFA Official Release Date: 07.01.2015
Page 1 of 17
the Community Facilities may vary as a result of change orders agreed to by the Parties,
but such variances for the purposes of this Agreement shall not affect the Completion
Amount as used herein. City hereby waives the requirement for developer to deposit a
financial guarantee of 100% of the Hard Costs under the CFA Policy.
3. Completion by the Developer. The Developer agrees to complete the Community Facilities
and pay all Hard Costs in accordance with City standards, the CFA, the Plat, and the Plans
as approved by the City. For the purposes of this Agreement, the development of the
Property shall be deemed complete upon acceptance by the City of the Community
Facilities pursuant to Section 6, hereof.
4. Satisfaction of the City Requirements. The City agrees that the assurances and covenants
contained in this Agreement satisfy all requirements of the City with respect to Developer's
Financial Guarantee, as described in the CFA Policy, or other requirements for security in
connection with the development of the Property and the completion of the Community
Facilities that are contained in the CFA or in any other agreement relating thereto, and the
City hereby accepts the assurances and covenants contained herein in lieu thereof. To the
extent the CFA irreconcilably conflicts with this Agreement, the provisions of this
Agreement shall control.
5. Termination. This Agreement shall terminate upon the earlier to occur of the following:
(a)acceptance by the City of the Community Facilities; or(b)mutual written agreement of
the Parties.
6. Final Plat. The Parties acknowledge and agree that the City shall hold the final plat of the
Property until the Community Facilities are completed and accepted by the City and all
Hard Costs contractors have been paid, less retainage. Upon acceptance by the City and
receipt of evidence from the Developer showing that all Hard Costs contractors have been
paid, including but not necessarily limited to lien waivers and bills paid affidavits, the City
shall within a reasonable time file the final plat for the Property in the Plat Records of the
county where the Property is located. The purpose of the City retaining the final plat of
the Property as provided herein is to guarantee the Developer's obligations under the CFA
are completed.
City of Fort Worth, Texas
Standard Completion Agreement— Self-Funded Revised 09.07.2017 7LE
CFA Official Release Date: 07.01.2015
Page 2 of 17
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: CFAgfortworthtexas.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 17
City of Fort Worth
200 Texas Street
Fort Worth, Texas 76102
Attention: Richard A. McCracken
Assistant City Attorney
Confirmation Number: 817-392-7611
(ii) Notice to the Developer shall be addressed and delivered as follows:
Meritage Homes of Texas, LLC
8840 Cypress Waters Blvd, Suite 100
Coppell, TX 75019
A party may change its address for notice upon prior written notice to the other parties
pursuant to the terms hereof.
C. Texas Law to Apply. This Agreement shall be construed under and in accordance with
the laws of the State of Texas.
D. Parties Bound. This Agreement shall be binding upon and inure to the benefit of the
Parties and their respective legal representatives, successors and assigns.
E. Legal Construction. In case any one or more of the provisions contained in this
Agreement shall for any reason is held to be invalid, illegal, or unenforceable in any
respect, such invalidity, illegality, or unenforceability shall not affect any other
provision of this Agreement, and this Agreement shall be construed as if such invalid,
illegal, or unenforceable provision had never been contained in this Agreement.
F. Prior Agreements Superseded. This Agreement constitutes the sole and only agreement
of the Parties with respect to the subject matter hereof and supersedes any prior
understandings or written or oral agreements among the Parties concerning the subject
matter hereof.
G. Amendment. This Agreement may only be amended by a written instrument executed
by all of the Parties to this Agreement.
City of Fort Worth, Texas
Standard Completion Agreement— Self-Funded Revised 09.07.2017 7LE
CFA Official Release Date: 07.01.2015
Page 4of17
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 7LE
CFA Official Release Date: 07.01.2015
Page 5of17
Executed in quadruplicate in each entity's respective name by its duly authorized signatories
effective as of the date executed by the City's City Manager or his/her designee.
CITY OF FORT WORTH: DEVELOPER:
Meritage Homes of Texas, LLC
✓-)ap I LL�GILI�GfO�
Dana Bur�7,202118:49 CDT)
Dana Burghdoff Daum n�gh(Sep 7,2021 07:51 cDT
Assistant City Manager Name: David Aughinbaugh
Title: Division Vice President
Date: Sep 7,2021
Date: Sep 7,2021
Approved as to Form &Legality:
=og!2
Richa�ken(Sep 7,202111:40 CDT) Contract Compliance Manager:
Richard A. McCracken
Assistant City Attorney By signing, I acknowledge that I am the
person responsible for the monitoring and
ATTEST: administration of this contract, including
ensuring all performance and reporting
requirements.
,Donald P Gonzales
Ronald P.Gonzales(Sep B,202109:05 CDT)
Ron P. Gonzales
Acting City Secretary
M&C:
Date: Janie Scarlett Morales
Development Manager
City of Fort Worth, Texas
Standard Completion Agreement— Self-Funded Revised 09.07.2017 JLE
CFA Official Release Date: 07.01.2015
Page 6of17
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 7LE
CFA Official Release Date: 07.01.2015
Page 7of17
ATTACHMENT "1"
Changes to Standard Agreement
Self-Funded Completion Agreement
None
City of Fort Worth, Texas
Standard Completion Agreement— Self-Funded Revised 09.07.2017 7LE
CFA Official Release Date: 07.01.2015
Page 8of17
EXHIBIT A
LEGAL DESCRIPTION
STATE OF TEXAS
COUNTY OF TARRANT
KNOW all men by these presents that Meritage Homes of Texas, LLC. is the owners of the
following described property to wit:
BEING a tract of land situated in the J.A. Gill Survey, Abstract Number 570 and the B. Thomas
Survey, Abstract Number 1497, City of Fort Worth, Tarrant County, Texas, being a portion of
that(remainder)tract of land described by deed to Meritage Homes of Texas, LLC. recorded in
Instrument Number D219165682, County Records, Tarrant County, Texas and being more
particularly described by metes and bounds as follows:
BEGINNING at a 5/8 inch iron rod with plastic cap stamped "Peloton" found at a northeast
corner of said remainder tract, being in the south line of Lot 1X, Block 31, Cibolo Hills, an
addition to the City of Fort Worth, Tarrant County, Texas recorded in Instrument Number
D220187858, said County Records and being the northwest terminus of Muscogee Drive (a
variable width right-of-way);
THENCE with the east line of said remainder tract and the west line of said Cibolo Hills the
following courses and distances:
S 34050'52"E, 60.00 feet, with said terminus to a 5/8 inch iron rod with plastic cap
stamped "peloton" found at the southwest terminus of said Muscogee Drive, being the
north line of Lot 1X, Block 18, said Cibolo Hills, the beginning of a non-tangent curve to
the right;
With said non-tangent curve to the right, an arc distance of 274.53 feet, through a central
angle of 18057'05", having a radius of 830.00 feet, the long chord which bears
S 64037'43"W, 273.28 feet to a 5/8 inch iron rod with plastic cap stamped"peloton"
found;
S 74006'14"W, 53.05 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton"
found at the beginning of a curve to the left;
With said curve to the left, an arc distance of 78.53 feet, through a central angle of
89059'37", having a radius of 50.00 feet, the long chord which bears S 29006'03"W,
70.71 feet to a 5/8 inch iron rod with plastic cap stamped"peloton" found;
S 15053'46"E, 47.95 feet, to a 5/8 inch iron rod with plastic cap stamped"peloton"
found;
City of Fort Worth, Texas
Standard Completion Agreement— Self-Funded Revised 09.07.2017 JLE
CFA Official Release Date: 07.01.2015
Page 9of17
N 74006'14"E, 121.00 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton"
found;
S 15053'46"E, 149.94 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton"
found;
S 13025'47"E, 60.35 feet, to a 5/8 inch iron rod with plastic cap stamped"peloton"
found;
S 06053'30"E, 61.34 feet, to a 5/8 inch iron rod with plastic cap stamped"peloton"
found;
S 00027'09"E, 61.34 feet, to a 5/8 inch iron rod with plastic cap stamped"peloton"
found;
S 05059'07"W, 61.34 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton"
found;
S 12031'15"W, 61.33 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton"
found;
S 17048'38"W, 54.81 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton"
found;
S 18021'52"W, 111.83 feet, to a 5/8 inch iron rod with plastic cap stamped"peloton"
found at the beginning of a non-tangent curve to the left;
With said non-tangent curve to the left, an arc distance of 98.26 feet, through a central
angle of 070 15'53", having a radius of 775.00 feet, the long chord which bears
S 86022'04"E, 98.20 feet to a 5/8 inch iron rod with plastic cap stamped "peloton" found;
N 89059'58"E, 71.20 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton"
found at the northwest terminus of Shakopee Street(a 50' right-of-way);
SOUTH, 50.00 feet, with said terminus to a 5/8 inch iron rod with plastic cap stamped
"peloton" found at the southwest terminus of said Shakopee Street, being the north line of
Lot 1X, Block 17, said Cibolo Hills;
S 89059'58"W, 71.20 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton"
found at the beginning of a curve to the right;
With said curve to the right, an arc distance of 113.38 feet, through a central angle of
07052'26", having a radius of 825.00 feet, the long chord which bears N 86003'48"W,
113.29 feet to a 5/8 inch iron rod with plastic cap stamped"peloton" found;
City of Fort Worth, Texas
Standard Completion Agreement— Self-Funded Revised 09.07.2017 7LE
CFA Official Release Date: 07.01.2015
Page 10 of 17
S 10048'16"E, 281.68 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton"
found;
S 08045'49"E, 58.48 feet, to a 5/8 inch iron rod with plastic cap stamped"peloton"
found;
S 03056'56"E, 58.48 feet, to a 5/8 inch iron rod with plastic cap stamped"peloton"
found;
S 0005 1'57"W, 58.48 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton"
found;
S 05040'5l"W, 58.48 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton"
found;
S 10029'44"W, 58.48 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton"
found;
S 15018'37"W, 58.48 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton"
found;
S 20007'30"W, 58.48 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton"
found;
S 29031'18"W, 169.41 feet, to a 5/8 inch iron rod with plastic cap stamped"peloton"
found;
S 38055'05"W, 58.48 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton"
found;
S 43043'58"W, 58.48 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton"
found;
S 48032'5l"W, 58.48 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton"
found;
S 53034'08"W, 74.44 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton"
found at the beginning of a non-tangent curve to the right;
With said non-tangent curve to the right, an arc distance of 40.71 feet, through a central
angle of 13019'48", having a radius of 175.00 feet, the long chord which bears
S 10014'40"E, 40.62 feet to a 5/8 inch iron rod with plastic cap stamped "peloton" found
in the north right-of-way line of Shoshoni Drive (a variable width right-of-way);
City of Fort Worth, Texas
Standard Completion Agreement— Self-Funded Revised 09.07.2017 7LE
CFA Official Release Date: 07.01.2015
Page 11 of 17
S 86025'15"W, 50.00 feet, with said right-of-way line to a 5/8 inch iron rod with plastic
cap stamped"peloton" found at the beginning of a curve to the right;
With said non-tangent curve to the right, an arc distance of 4.17 feet, through a central
angle of 01054'35", having a radius of 125.00 feet, the long chord which bears
S 02037'28"E, 4.17 feet to a 5/8 inch iron rod with plastic cap stamped "peloton" found;
S 01040'10"E, 8.68 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton" found;
S 41049'03"W, 14.53 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton"
found at the beginning of a non-tangent curve to the left;
with said non-tangent curve to the left, an arc distance of 15.31 feet, through a central
angle of 01023'32", having a radius of 630.00 feet, the long chord which bears
S 84007'51"W, 15.31 feet to a 5/8 inch iron rod with plastic cap stamped "peloton" found
at the northwest terminus of said Shoshoni Drive;
S 06033'55"E, 60.00 feet, with said terminus to a 5/8 inch iron rod with plastic cap
stamped "peloton" found at the southeast corner of said remainder, being the southwest
terminus of said Shoshoni Drive and being in the north line of Lot 1X, Block 31, said
Cibolo Hills, the beginning of a non-tangent curve to the left;
THENCE with the south line of said remainder and said north line and said non-tangent curve to
the left, an arc distance of 88.76 feet, through a central angle of 08055'19", having a radius of
570.00 feet, the long chord which bears S 78058'25"W, 88.67 feet to a 5/8 inch iron rod with
plastic cap stamped "peloton" found;
THENCE S 74030'46"W, 126.87 feet, continuing with said common line to a 5/8 inch iron rod
with plastic cap stamped "peloton" found at the beginning of a curve to the right;
THENCE continuing with said common line, at an arc distance of 609.65 feet, the northwest
corner of said Lot 1X, Block 31, continuing over and across said remainder tract, in all an arc
distance of 818.47 feet, through a central angle of 53017'22", having a radius of 880.00 feet, the
long chord which bears N 78050'33"W, 789.28 feet, to a 5/8 inch iron rod with plastic cap
stamped "peloton" set;
THENCE over and across said remainder tract the following courses and distances:
N 5201 1'52"W, 115.50 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton" set;
N 37048'08"E, 60.00 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton" set;
City of Fort Worth, Texas
Standard Completion Agreement— Self-Funded Revised 09.07.2017 7LE
CFA Official Release Date: 07.01.2015
Page 12 of 17
N 82048'08"E, 14.14 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton" set;
S 52011'52"E, 50.00 feet, to a 5/8 inch iron rod with plastic cap stamped"peloton" set;
S 07011'52"E, 14.14 feet, to a 5/8 inch iron rod with plastic cap stamped"peloton" set;
S 52011'52"E, 45.50 feet, to a 5/8 inch iron rod with plastic cap stamped"peloton" set;
With said curve to the left, an arc distance of 64.42 feet, through a central angle of
04030'05", having a radius of 820.00 feet, the long chord which bears S 54026'54"E,
64.41 feet to a 5/8 inch iron rod with plastic cap stamped"peloton" set;
N 35036'24"E, 117.58 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton" set;
N 30037'24"E, 70.22 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton" set;
N 27027'26"E, 49.12 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton" set;
N 24050'25"E, 49.54 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton" set;
N 22012'43"E, 49.54 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton" set;
N 19035'01"E, 49.54 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton" set;
N 16057'20"E, 49.54 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton" set;
N 14019'38"E, 49.54 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton" set;
N 11041'56"E, 49.54 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton" set;
N 09004'15"E, 49.54 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton" set;
N 06026'33"E, 49.54 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton" set;
N 03048'51"E, 49.54 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton" set;
N 01°11'09"E, 49.54 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton" set;
N O1026'32"W, 49.54 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton" set;
N 04004'14"W, 49.54 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton" set;
N 06041'56"W, 49.54 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton" set;
City of Fort Worth, Texas
Standard Completion Agreement— Self-Funded Revised 09.07.2017 7LE
CFA Official Release Date: 07.01.2015
Page 13 of 17
N 09019'37"W, 49.54 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton" set;
N 11057'19"W, 49.54 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton" set;
N 14041'56"W, 53.88 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton" set;
N 17027'17"W, 50.00 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton" set;
N 72032'43"E, 155.97 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton" set;
N 17027'17"W, 123.45 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton" set;
N 15053'45"W, 119.96 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton" set
at the beginning of a non-tangent curve to the left;
With said non-tangent curve to the Left, an arc distance of 110.55 feet, through a central
angle of 01055'31", having a radius of 3290.00 feet, the long chord which bears
S 72051'24"W, 110.54 feet to a 5/8 inch iron rod with plastic cap stamped"peloton" set;
N 17029'44"W, 50.00 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton" set;
N 270 14'49"E, 14.21 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton" set;
N 17029'44"W, 110.00 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton" set;
N 62044'39"W, 14.08 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton" set;
N 17029'44"W, 60.00 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton" set;
N 27015'39"E, 14.20 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton" set;
N 720 18'04"E, 50.04 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton" set in
the east line of aforementioned Lot 1X, Block 33, said Cibolo Hills;
THENCE S 170 17'37"E, 10.18 feet, with said east line and the north line of said remainder tract
, to a 5/8 inch iron rod with plastic cap stamped"peloton" found at the beginning of a non-
tangent curve to the right;
THENCE with the north line of said remainder tract and the south line of said Lot 1X, Block 33
the following courses and distances:
With said non-tangent curve to the right, an arc distance of 73.60 feet, through a central
angle of 01011'40", having a radius of 3530.00 feet, the long chord which bears
City of Fort Worth, Texas
Standard Completion Agreement— Self-Funded Revised 09.07.2017 7LE
CFA Official Release Date: 07.01.2015
Page 14 of 17
N 73030'24"E, 73.59 feet to a 5/8 inch iron rod with plastic cap stamped"peloton"
found;
N 74006'14"E, 795.35 feet, to a 5/8 inch iron rod with plastic cap stamped "peloton"
found at the beginning of a curve to the left;
With said curve to the left, an arc distance of 37.82 feet, through a central angle of
43020'30", having a radius of 50.00 feet, the long chord which bears N 52025'59"E,
36.93 feet to a 5/8 inch iron rod with plastic cap stamped"peloton" found at the
beginning of a reverse curve to the right;
With said reverse curve to the right, an arc distance of 90.77 feet, through a central angle
of 86041'01", having a radius of 60.00 feet, the long chord which bears N 74006'14"E,
82.36 feet to a 5/8 inch iron rod with plastic cap stamped"peloton" found at the
beginning of a reverse curve to the left;
With said reverse curve to the left, an arc distance of 37.82 feet, through a central angle
of 43020'30", having a radius of 50.00 feet, the long chord which bears S 84013'31"E,
36.93 feet to a 5/8 inch iron rod with plastic cap stamped"peloton" found;
N 74006'14"E, 52.55 feet to a 5/8 inch iron rod with plastic cap stamped"peloton" found
at the beginning of a curve to the left;
THENCE with said curve to the left, an arc distance of 254.68 feet, through a central angle of
18057'04", having a radius of 770.00 feet, the long chord which bears N 64037'42"E, 253.52 feet
to the Point of Beginning and containing 1,908,141 square feet or 43.805 acres of land more or
less.
TO BE KNOWN AS
CIBOLO HILL
Lots 1-31, 13X, Block 9, Lots 1-24, Block 10, Lots 1-27, Block 11,
Lots 1-19, Block 12, Lots 1-40, Block 13, Lots 1-17, 1X, Block 14,
Lots 1-11, 1X, 8X,Block 15, and Lot 1-11, Block 16
AN ADDITION TO THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AND DO
HEREBY DEDICATE TO THE PUBLIC'S USE FOREVER THE EASEMENTS AND
RIGHTS-OF-WAY AS SHOWN HEREON, EXCEPT THOSE EASEMENTS AND RIGHTS-
OF-WAY CREATED OR DEDICATED BY SEPARATE INSTRUMENT AS SHOWN
HEREON.
"Preliminary, this document shall not be recorded
for any purpose and shall not be used or viewed or
City of Fort Worth, Texas
Standard Completion Agreement— Self-Funded Revised 09.07.2017 7LE
CFA Official Release Date: 07.01.2015
Page 15 of 17
relied upon as a final survey document" 22 TAC 138.33eC
Todd A. Bridges, RPLS 4940
Date: 08-11-21
City of Fort Worth, Texas
Standard Completion Agreement— Self-Funded Revised 09.07.2017 7LE
CFA Official Release Date: 07.01.2015
Page 16 of 17
EXHIBIT B
APPROVED BUDGET
Section I
Water $835,890.00
Sewer $881,070.00
Sub-total $1,716,960.00
Section II
Interior Streets $1,795,876.00
Storm Drains $904,109.00
Sub-total $2,699,985.00
Section III
Street Lights $215,742.40
Sub-total $215,742.40
TOTAL $4,632,687.40
City of Fort Worth, Texas
Standard Completion Agreement— Self-Funded Revised 09.07.2017 7LE
CFA Official Release Date: 07.01.2015
Page 17 of 17