Loading...
HomeMy WebLinkAboutContract 60372Received Date: Oct 27, 2023 Received Time: 11:00 AM Developer and Project Information Cover Sheet: Developer Company Name: Address, State, Zip Code: HTQ Sam Reynolds Owner LP 2700 Commerce St., 41600 Dallas, Texas 75226 Phone & Email: 972-716-2900 1 Rob.Witte(a hines.com Authorized Signatory, Title: Robert W. Witte, Senior Managing Director Project Name: Tradition, Central Phase 3C Water, Sewer, Paving, Strom Drain and Street Lights Brief Description: Project Location: Hwy 114, West of 156 and South of Sam Reynolds Rd. Plat Case Number: PP-19-008 Plat Name: Tradition, Central and Southern Phase Mapsco: CFA Number: 641D 22-0110 Council District: City Project Number: 7 103518 1 IPRC21-0092 City of Fort Worth, Texas OFFICIAL RECORD Standard Community Facilities Agreement CITY SECRETARY Rev. 9/21 FT. WORTH, TX City Contract Number: 60372 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 HTQ Sam Reynolds Owner LP ("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 Tradition, Central Phase 3C ("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. City of Fort Worth, Texas OFFICIAL RECORD Standard Community Facilities Agreement CITY SECRETARY Rev. 9/21 FT. WORTH, TX 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: ❑x Exhibit A: Water ® Exhibit A-1: Sewer ❑X Exhibit B: Paving ® Exhibit B-1: Storm Drain ❑X Exhibit C-1: 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-1, 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 20 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 20 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 20 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 FROM ALL SUITS, ACTIONS OR CLAIMS OF ANY CHARACTER, WHETHER REAL OR ASSERTED, BROUGHT FOR OR ONACCOUNT OF AN Y INJURIES OR DAMAGES SUSTAINED B Y AN YPERSONS, INCL UDING DEATH, OR TO ANY PROPERTY, RESULTING FROM OR IN CONNECTION WITH THE CONSTRUCTION, DESIGN, PERFORMANCE OR COMPLETION OF ANY WORK TO BE PERFORMED BY SAID DEVELOPER, ITS CONTRACTORS, SUBCONTRACTORS, OFFICERS, AGENTS OR EMPLOYEES, OR IN CONSEQUENCE OF ANY FAILURE TO PROPERLY SAFEGUARD THE WORK, OR ONACCOUNT OFANYACT, INTENTIONAL OR OTHERWISE, NEGLECT OR MISCONDUCT OF SAID DEVELOPER, ITS CONTRACTORS, SUB -CONTRACTORS, OFFICERS, AGENTS OR EMPLOYEES, WHETHER OR NOT 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 20 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 obtain proof from the material testing laboratories that the material testing laboratories have been paid in full by the Developer before the City will accept the Improvements. 16. Notices All notices required or permitted under this Agreement may be given to a 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: Development Coordination Office City of Fort Worth 200 Texas Street Fort Worth, Texas 76102 City of Fort Worth, Texas Standard Community Facilities Agreement Rev. 9/21 DEVELOPER: HTQ Sam Reynolds Owner LP 2700 Commerce St., 41600 Dallas, Texas 75226 Page 7 of 20 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 parry 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 20 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 20 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 party shall not apply in interpretation of this Agreement, and each section, portion, and provision of this Agreement shall be construed solely on the basis of the language contained therein, regardless of who authored such language. 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 of the 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 20 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. City of Fort Worth, Texas Page 11 of 20 Standard Community Facilities Agreement Rev. 9/21 33. Signature Authority The person signing this Agreement on behalf of Developer warrants that he or she has the legal authority to execute this Agreement on behalf of the Developer, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the entity. The City is fully entitled to rely on this warranty and representation in entering into this Agreement. 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 20 Standard Community Facilities Agreement Rev. 9/21 36. Cost Summary Sheet Project Name: Tradition, Central Phase 3C CFA No.: 22-0110 Items A. Water and Sewer Construction 1. Water Construction 2. Sewer Construction Water and Sevmr Construction Total City Project No.: 103518 B. TPW Construction 1 . Street 2. Storm Drain 3. Street Lights Installed by Developer 4. Signals TPW Construction Cost Total Total Construction Cost (excluding the fees) Estimated Construction Fees: C. Construction Inspection Service Fee D. Administrative Material Testing Service Fee E. Water Testing Lab Fee Total Estimated Construction Fees: FlnanniA1 1311aranlaa nnlinnc r_hnn_ca nno Developer's Cost $ 355,354.50 $ 341,170.40 $ 696,524.90 1PRC No.: 21-0092 $ 992,416.50 $ 405,759.50 $ 98,006.48 $ 1,496,182.48 $ 2,192,707.38 $37,500.00 $8,575.00 $540.00 $ 46,616.00 Choice Arnnnn! /Mark nno) Bond = 100% $ 2,192,707.38 Completion Agreement = 100% / Holds Plat $ 2,192,707.38 X Cash Escrow Water/Sanitary Sewer= 125% $ 870,656.13 Cash Escrow Paving/Storm Drain = 125% $ 1,870,228.10 Letter of Credit = 125% $ 2,740,884.23 Escrow Pledge Agreement = 125% $ 2,740,884.23 City of Fort Worth, Texas Page 13 of 20 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 Dana LGtYGIG k ff Dana Burghdoff (Oct 2Y202310:0 CDT) Dana Burghdoff Assistant City Manager Date: Oct 27, 2023 Recommended by: am Dwayne Hollars (Oct 26, 2023 09 46 CDT) Dwayne Hollars Contract Compliance Specialist Development Services Approved as to Form & Legality: Richard A. McCracken (Oct 26, 2023 17:06 CDT) Richard A. McCracken Sr. Assistant City Attorney M&C No. N/A Date: Oct 26, 2023 Form 1295: N/A pO�nnn fORT�YpJ ATTEST: �e V QdCppjEX�soa" Jannette S. Goodall City Secretary City of Fort Worth, Texas Standard Community Facilities Agreement Rev. 9/21 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 requirements. Vin6.6m Rebecca Diane Owen (Oct 26, 2023 12:35 CDT) Rebecca Owen Development Manager OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX DEVELOPER HTQ Sam Reynolds Owner LP, a Texas limited partnership By: HTQ Sam Reynolds GP LLC, a Delaware limited liability company, its general partner By: HTQ Sam Reynolds LP, a Delaware limited partnership, its sole member By: Hines Wildflower Ranch Associates LP, a Delaware limited partnership, its general partner By: Hines Wildflower Ranch GP LLC, a Delaware limited liability company, its general partner By: Hines Investment Management Holdings Limited Partnership, a Texas limited partnership, its sole member 16161t-Gr/. Gr�lztl- Bv: Robert W. Witte (Oct 26, 2023 0933 CDT) Name: Robert W. Witte Title: Senior Managing Director Date: Oct 26, 2023 ATTEST: Dustin Davidson Dustin Davidson (Oct 17, 202315 23 CDT) Dustua Davidson Mauagnig Director 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 ❑X Attachment 1 - Changes to Standard Community Facilities Agreement ❑X Attachment 2 — Phased CFA Provisions ❑ Attachment 3 — Concurrent CFA Provisions ❑X Location Map ❑X Exhibit A: Water Improvements ❑X Exhibit A-1: Sewer Improvements ❑X Exhibit B: Paving Improvements ❑X Exhibit B-1: Storm Drain Improvements ❑X Exhibit C-1: Street Lights and Signs Improvements ❑X Cost Estimates (Remainder of Page Intentionally Left Blank) City of Fort Worth, Texas Page 16 of 20 Standard Community Facilities Agreement Rev. 9/21 ATTACHMENT "I" Changes to Standard Community Facilities Agreement City Project No. 103518 None City of Fort Worth, Texas Page 17 of 20 Standard Community Facilities Agreement Rev. 9/21 ATTACHMENT "2" Phased CFA Provision City Project No. 103 518 The improvements being constructed by Developer pursuant to this Agreement will connect to and are dependent upon improvements being constructed by HT HWY 114 Development LP under a separate Community Facilities Agreement (City Secretary Contract Number 57873) that have not been completed and accepted by the City. Developer and HT HWY 114 Development LP are ultimately managed by Hines Investment Management Holdings Limited Partnership. Therefore, this Agreement shall be considered a "Phased CFA" and the provisions contained in this section shall apply to this Agreement. The improvements being constructed under the separate Community Facilities Agreement shall be defined as the "Parent Project." The improvements being constructed by Developer under this Agreement shall be defined as the "Child Project." Developer acknowledges and agrees that due to Developer's election to construct a Phased CFA, the potential exists for technical, delivery, acceptance or performance problems (hereinafter "Construction Problems"). Construction Problems may include, but are not limited to: failure of the improvements to comply with the approved plans or City Specifications; failure of the improvements in the Parent Project and the Child Project to properly connect to each other; changes to the design or construction of the improvements in the Parent Project that impact the design and construction of the improvements in the Child Project; construction delays, delay claims, or claims for liquidated damages; increased costs for the Developer; failure of the improvements to pass inspection or material testing; or rejection by the City of some or all of the improvements and Developer having to remove and reconstruct the improvements at Developer's expense. In addition, Developer understands and agrees that disputes may arise between Developer's contractors or their subcontractors relating to responsibility for the Construction Problems. Developer shall be solely responsible for resolving disputes between contractors or disputes between contractors and subcontractors. Developer further acknowledges and agrees that Developer has notified all of Developer's contractors for the Project that Developer has elected to construct a Phased CFA, the provisions of this section, the risks associated with a Phased CFA, and that the City shall not bear any responsibility for Developer's decision to proceed with a Phased CFA. Developer shall not make the final connection of the improvements in the Child Project to the improvements in the Parent Project until the improvements in the Parent Project have been constructed and accepted by the City and the City has consented to Developer making the connection. City of Fort Worth, Texas Page 18 of 20 Standard Community Facilities Agreement Rev. 9/21 Developer agrees that if this Agreement is for improvements relating to the construction, renovation or modification of one or more single family residential homes or structures, the City will not record the plat related to the Project until the improvements are constructed and accepted by the City. Developer agrees that if this Agreement is for improvements relating to the construction, renovation or modification of one or more commercial buildings or structures, the Developer shall not receive a Certificate of Occupancy from the City for the building(s) related to the Project until the improvements in this Agreement are constructed and accepted by the City. Developer further understands and agrees that completion of the improvements under this Agreement does not entitle Developer to obtain a final plat of the property until all other requirements of Federal law, State law, or the City Code relating to the filing and recording of a final plat have been met by Developer. BY CHOOSING TO CONSTRUCT A PHASED CFA, DEVELOPER ASSUMES ALL RISKS AND DEVELOPER SHALL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL DAMAGES, INCLUDING BUT NOT LIMITED TO ANY AND ALL ECONOMICDAMAGESPROPERTYLOSS, PROPERTYDAMAGESAND PERSONAL INJURY, (INCLUDING DEATH), OFANYKIND OR CHARACTER, WHETHER REAL OR ASSERTED. DEVELOPER HEREBYEXPRESSL YRELEASESAND DISCHARGES CITY FROM ANY AND ALL LIABILITY FOR DAMAGES, INCLUDING, BUT NOT LIMITED TO ANYAND ALL ECONOMICD 4M4 GES, PROPERTYLOSS, PROPERTY DAMAGE AND PERSONAL INJURY (INCLUDING DEATH) ARISING OUT OF OR IN CONNECTION WITH, DIRECTL Y OR INDIRECTL Y, THE CONSTRUCTION OF THE IMPROVEMENTS OR DEVELOPER'S DECISION TO CONSTRUCT A PHASED CFA. DEVELOPER, AT ITS SOLE COST AND EXPENSE, AGREES TO AND DOES HEREBY INDEMNIFY, DEFEND PROTECT, AND HOLD HARMLESS CITY, AND CITY'S OFFICERS, REPRESENTATIVES, AGENTS, EMPLOYEES, AND SERVANTS FOR, FROMAND AGAINSTANYAND ALL CLAIMS (WHETHER ATLA W OR INEQUITY), LIABILITIES, DAMAGES (INCLUDING ANY AND ALL ECONOMIC DAMAGES, PROPERTYLOSS, PROPERTYDAMAGES AND PERSONAL INJURIES INCLUDING DEATH), LOSSES, LIENS, CAUSES OF ACTION, SUITS, JUDGMENTS AND EXPENSES (INCLUDING, BUT NOT LIMITED TO, COURT COSTS, ATTORNEYS' FEES AND COSTS OF INVESTIGATION), OF ANY NATURE, KIND OR DESCRIPTION ARISING OR ALLEGED TO ARISE BY OR IN ANY WAY RELATED TO CONSTRUCTION OF THE IMPROVEMENTS OR DEVELOPER'S CHOICE TO CONSTRUCT A PHASED CFA, OR (2) BY REASON OF ANY OTHER CLAIM WHATSOEVER OF ANY PERSON OR PARTY OCCASIONED OR ALLEGED TO BE OCCASIONED IN WHOLE OR IN PART BY THE CONSTRUCTIONS OF THE IMPROVEMENTS OR DEVELOPER'S CHOICE TO CONSTRUCT A PHASED CFA WHETHER OR NOT SUCH INJURIES, DEATH OR DAMAGES ARE CAUSED, IN City of Fort Worth, Texas Page 19 of 20 Standard Community Facilities Agreement Rev. 9/21 WHOLE OR IN PART, BY THE ALLEGED NEGLIGENCE OF THE CITY OF FORT WORTH, ITS OFFICERS, SERVANTS, OR EMPLOYEES. DEVELOPER: HTQ Sam Reynolds Owner LP, a Texas limited partnership By: HTQ Sam Reynolds GP LLC, a Delaware limited liability company, its general partner By: HTQ Sam Reynolds LP, a Delaware limited partnership, its sole member By: Hines Wildflower Ranch Associates LP, a Delaware limited partnership, its general partner By: Hines Wildflower Ranch GP LLC, a Delaware limited liability company, its general partner By: Hines Investment Management Holdings Limited Partnership, a Texas limited partnership, its sole member aI&I-1 Bv: Robert W. Witte (Oct 26, 2023 99:33 CDT) Name: Robert W. Witte Title: Senior Managing Director OFFICIAL RECORD City of Fort Worth, Texas CITY SECRETARY Standard Community Facilities Agreement FT. WORTH, Tx Rev. 9/21 N W * E S SCA-LE. P = 2000' SAM REYNOLDS ROAD PROJECT LOCATION LOCATED IN CITY OF FORT WORTH, TEXAS N APSCO NO.. 641D PREPARED FOR: Hines 2200 Ross Avenue, Suite 420OW Dallas, Texas 75201 AUGUST' 2022 (972) 716-2900 PREPARED BY: GMcivil Engineering & Surveying 2559 SV Gropepine Fkm, Grope,,- Te-7605 RI/-329-43/.7 NE, y F rri # F29An I T.i i s Film C M217JC L-=j 7-]j TRADITION PHASE 3C PA Y D1Y G EX EMIT "B" CPN : 103518 LEGEND N W*E S SCALE: 1 = 300' EXISTING SIDEWALK SAM REYNOLDS ROAD - SIDEWALK PER THIS CONTRACT SIDEWALK BY HOMEBUILDER O ADA RAMPS PER THIS CONTRACT PROPOSED 29' B-B ROADWAY 8 w/ 50' R.O.W. 6" PCC PAVEMENT W/ 6" LIME -STABILIZED SUBGRADE ]f'RET'A RED BY: GMcivil Engineering 8 Surveying 2559 SW Grapevine Pkwy Grcpe —,T-576051 8171291373 T Eng Frm k F2944 1 T6— Frm # 10011700 ['RE[ ABED FOR: Hines 2200 Ross Avenue, Suite 420OW Dallas, Texas 75201 (972) 716-2900 TRADITION PHASE 3C CPN :103518 LEGEND PROPOSED STORM DRAIN LINE EXISTING STORM DRAIN LINE N IPR1EIPAR'EID BYi GMcivu Engineering & Surveying 2559 SW Ciup--e Pk'y, Cncpevn'e, Texas 76C5 817-319-4373 TxEng =rm A F-2i44 1 T,,Su-7 FI'm H-0021700 p' 1� ^ p� r� m �y 4 PREP/iRE' II'C_'Pi G 1" 1 Hines 2200 Ross Avenue, Suite 420OW Dallas, Texas 75201 (972) 716-2900 N W*E S SCA-LE. P = 300' NOT EX. INFRASTRUCTURE ((-PN 4 1j n.�J RR) E:\10720 — Tradition\PIons \CFA\Phase 3C\CFA 3C.dwg Fri Aug 05 2022 16:09 TRADITION PHASE 3C STREET ]LIGHTS EXHIBIT "C—P C]PN : 103518 LEGEND PROPOSED STREET NAME SIGN PROPOSED STREET LIGHT EXISTING STREET LIGHT >('RElf'Alk'LID BY. GMciva Engineering & Surveying 2559 SN U,p--, Pkwy, C,cp=vn P. T-3 76Ct 317-319-1373 TnEr,g Ferri A F-o%4 I Tx$wv FI ni H 10021700 Hines 2200 Ross Avenue, Suite 420OW Dallas, Texas 75201 (972) 716-2900 N WE 8 SCA-LE. P = 300' SAM REYNOLDS ROAD —I 77T Cb A rh I yNOT EX. INFRASTRUCTURE (CPN #103188) E:\10720 — Tradition\Plans\CFA\Phase 3C\CFA 3C.dv✓g Fri Aug 05 2022 '16:10 DocuSign Envelope ID: 46E9F1D2-87131-40A5-86CC-63123D6CO83F cc SECTION 00 42 43 Developer Awardcd Projects - PROPOSAL FORiN Tradition, Phase 3C, City Project k I NI l PRICE'. BID Project Item Information Bidde s. Proposal Bidlisr specification Unitof Bid Item Description Section No. Measure I OaantitvUnit Price Bid Value Water Facilities 1 3305,0109 Trench Safety 330510 LF 3.251 $2.00 $6.502.00 2 3311.0001 Ductile Iron Water Fittings wr Restraint 3311 11 TON 0.5 $13,010.00 $6.505.00 3 3311,0241 8" PVC Water Pipe 3311 10, 33 11 12 LF 3,171 $57.50 $182,332.50 4 3311,0241 8" PVC Water Pipe, CSS Backfill 3311 10, LF 60 99,00 $7.920.00 5 3312.0001 Std. Fire Hydrant AssemblZ w16" Gate Valve & Valve Box 33 12 40 EA 4 $5 730.00 $22,920.00 6 3312,0117 Connect to Existing 8" W.L. Stub -out 33 12 25 EA 2 $1,560.001 $31 0,00 7 33122003 1" Domestic Water Services 3312 19 EA 108 $1 040.00 $112,320.00 8 3312.3003 8 Gate Valve &Valve Sox 33 12 20 EA 5 $2 080.00 $10,400.00 9 19M,0001 15' irrigation Service 1 000000 1 EA 1 $3.336,00 $3,335 00 water o upromi Sardtary Sewer Facilities I $355,354.50I 10 3301,0002 Post -CCTV Inspection 33 01 31 LF 3.284 $2.60 $8,538.40 11 3301.0101 Vacuum Test Manholes 33 01 30 EA 9 $156.00 $1,404.00 12 3305.0109 Trench Safety 33 05 10 LF 3,284 $2.00 $6,966 00 13 3305.0113 Trench Water Stops 33 05 15 E4 4 $625.00 $2,500.00 14 3331.3101 SDR-26 4" Sewer Services 333160 EA 106 $781,00 $82,786.00 15 3331.4115 8" SOR-26 PVC Sewer Pipe 33 11 10, 3331 12, 33 31 20 LF 3,163 $52.00 $164,476.00 16 3331,4116 8" PVC Sanitary Sewer Pipe wl CSS Backfill 33 11 10, 3311 12 LF 121 $85.00 $10,285.00 17 3339A001 4' Std. Dia. Manhole 33 39 10. 33 39 20 EA 9 $4,687.00 $42,183.00 18 3339.1003 4' Extra Depth Manhole 333910. 33 39 20 VF 33 $380.00 $12,540.00 19 9999.0001 Connect to Existing 8" sewer 00 00 00 EA 2 $1,040.00 12,080A0 20 9999.OD02 Manhole Corrosion Protectien 00 00 00 EA 1 $7,810.. $7,810.00 sanitary Sewer Subtotal Storm Drain Facilities I $341,170.40I 21 0241.4401 Remove HeadwalllSET 0241 14 1 EA 1 $1.040.00 $1,040.00 22 3137.0104 Medium Ripra d 313700 SY 120 $135.00 $16,200.00 23 3305.0109 Trench Safety 330510 LF 1,461 $2.00 $2,922.00 24 3341.0201 21" RCP, Class III 3341 10 LF 35 $68.00 $2,380.00 25 3341.0205 24" RCP, Class III 3341 10 LF 137 $80.00 $10,960.00 26 3341,0402 42" RCP, Class Ill 3541 10 LF 1,025 $189.50 $194,237.50 27 3349,0102 5 Storm Junction Box 334910 EA 2 $5,800.00 $11 600,00 28 3349.0103 6 Storm Junction Box 34 49 10 EA 1 $6,800.00 $6,800.00 29 3349.1000 24" Headwall 33 49 40 £A 1 $2.610.00 $2,610.00 30 3349.1202 4Z" Headwall 34 49 40 £A 1 $8,860.00 $8 850,00 31 3349,5001 VY Curb Irdet 33 49 20 1 EA 6 $6,006.00 $36,000.00 32 9999.0001 5' x 4' R.C.B. 00 00 00 LF 264 $415.00 $109,560.00 33 9999.0002 Concrete Apron 00 00 00 SY 10 $260.00 $2 600.00 storm Praln subtotal WaterlSanitary SewerlStorm brain F2Cflltle5 Subtotai I $405,759.501 $1,102,284.40 MY Or RrWORTH lr+a."a,n Husv 3C STAN➢A ODWSTRUCC DID PROPLlS DEVE. PER AwAPMD PKO&,Y, S 0, Auj"" I - We kd lm-y'29.2M WJ3 J3 130R ,,A DocuSign Envelope ID: 46E9F1D2-87131-40A5-86CC-63123D6CO83F Paving Facilities 34 3211.D400 Hydrated Lime Q 361bs.IS.Y- Collector 32 1129 1 TON 64 $190-00 $12,160.00 35 3211.0400 Hydrated Lime 301bs.lS.Y- Residential 321129 TON 173 $190,00 $32870.00 36 3211.0601 6" Lime Treated Subgrade Collector 3211 29 SY 3,530 $3,50 $12,355.00 37 3211.0501 6" Lime Treated Subgrade Residential 32 11 29 SY 11,476 $3-50 $40,166.00 38 3213,0101 5" Concrete Pavement Residential 3213 13 SY 10.755 $55.50 $596,902.50 39 3213-0102 7" Concrete Pavement Collector 32 13 13 SY 3,351 $62-00 $207.762.00 40 3213.0301 5' Conc Sidewalk 31 1320 SF 340 $7.25 $2,455.00 41 3213-M2 6' Conc Sidewalk 31 1320 SF 9,480 $7,26 $68,730A0 42 3213.0506 P-1 Ramp_321320 EA 2 $2,550,00 $5,100.00 43 3441.4003 Fumishllnstall Alum Sign Ground Mount City Std, 34 41 30 EA 8 $250,00 $2,000.00 44 3741,0001 Tragic Contrail 3471 13 LS 1 $3,500.00 $3 500.00 45 9999.0001 Sawcut 00 00 00 LF 77 $8-00 $616.00 46 9999.0002 Striping 00 00 Da LS 1 1 $2,750.00 $2,750-00 47 9999.0003 Remove End of Road Barricade 00 00 00 EA 3 $500.00 $1,500-00 48 9999.0004 Connect to ExistingPavement 00 00 00 EA 3 $800.00 $2,400,00 49 9899.0005 R1-1 Stop Sin 00 00 00 EA 4 $85.00 $340-00 50 9999,0006 St Marker Blade 00 00 00 1 EA 5 $800-00 Pavina Subtotal Street Lightinm Faoilities I $992,416.50I 51 2605-3011 2" CONDT PVC SCH 40 T 260533 LF 1,872 $0,00 NO BID 52 3441-1408 NO 6 Insulated Elec Condr 344110 LF 5,616 $0-00 NO BID 53 3441,1633 Type 33B Arm 3441 20 EA 13 NO BID 54 3441,3201 LED Lighting Fixture [R-2] 34 41 20 EA 10 00 NO BID 55 3441,3201 LED Lighting Fixture (R-4) 41 EA 3 .00 NO BID 56 3441.3301 Rdwy Ilium Foundation TY 1,2, and 4 35 41 20 EA 13 NO BID 57 3441.3341 Rdwy Ill um TY 11 Pale 34 41 20 EA 13 Mul NO BID Street Lighting Subtotal Bid Summary I NO BIDI WaterlSanitary SewerlStorm Drain Fatalities Subtotal Paving Facilities Subtotal Street Lighting Facilities Subtotal $1,101,184.40 $992,416,50 NO BID Total Bid $2,094,7M90 PerformancelPayment and 2-year Maintenance Bonds $35,000.00 Grand Total $2,129,700.90 This bid is submitted by the entity listed below Company: RPM xCONSTRUCTION,LLC 8y: Bill Pe Street Address: 5208 Tennyson Pkwy, its 130 ., f City, State, Zip Code: Plano, TX-76024 (. Phone:(214) 2394722 Signat re Tide: VICE PRESIbENT Date: 03.03.2022 Contrictor agrees to wmplcte WORK for FINAL ACCEPTANCE w%ldn 90 working days CONTRACT cammences to run as provided in the General Conditions. ENO OF SECTION CITY OFFCRT WORTH T. .ia, M . 3C YrANDAM OMSTRUCTION DID MAIMM-DF.VFj.t] A AWAR1]CDPROJECTS Ci'y ftjc10 rum. Ra.i J.—y29-2020 W4243_6idl q-1 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Tradition, Phase 3C, City Project # UNIT PRICE BID Project item Information Biddces Propoeal Bidlist Item Description Specification Section No. Unit of Measure Bid [i[v Unit Price Rid Vatue Water FadJlties 1 3305,0109 'french $a 33 05 10 LF 3,251 $0.00 $0.00 2 3311-0001 Ductile Iran Water Fittings wl Restraint 33 11 11 TON 0.5 $0.00 $0.00 3 3311.0241 8" PVC Water Pipe I'll 3ll 10, 1111 12 LF 3.171 $0.00 $0.00 4 3311.0241 8" PVC Water pipe, CSS Backfll 33 11 10, LF 80 $0-00 $0.00 5 3312.0001 Std. Fire Hydrant Assembly wl V' Gate Valve & Valve Box 33 12 40 EA 4 $0-00 $0-00 6 3312.0117 Connect to Existing 8" W-L- Stub -out 33 12 25 EA 2 $0-00 $0-00 7 3312,2 003 1" Domestic Water Services 33 12 10 EA 108 $0-00 $0-00 8 3312.3003 8" Gate Valve & Valve Box 33 12 20 EA 5 $0.00 $0.00 9 9999.0001 1.5" Irri abon Service J 00 00 00 EA 7 1 $0.00 $0,p0 ..d,dr a."wwl Sanifary CAw r F-Wtiac u 10 3301-0002 Post -CCTV Inspection 3301 31 LF 3,284 $0.00 $0.00 11 3301.0101 Vacuum Test Manholes 33 01 30 EA 9 $0.00 $0.00 12 3305.0109 Trench Safety 3,305 10 LF 3,284 $0.00 $0.00 13 3305.0113 Trench Water $too 3,305 15 EA 4 $0,00 $0.00 14 3331.3101 SOR-26 4" Sewer Services 3,33150 EA 106 0,00 $0,00 15 3331,4115 8" 80R-26 PVC Sewer Pipe 3311 10, 33 31 12, 33 31 20 LF 3.163 0.00 0,00 16 3331-4116 6" PVC Sanitary Sewer Pipe wl CSS Backfill 3311 10, 33 11 12 LF 121 $0,00 $0,00 17 3339A001 4' Std- Dia. Manhole 33 39 10, 333920 EA 9 $0 00 $0.00 [21'3i 3339A003 4' Extra Depth Manhole 333910,33 $0.00 ;0.00333920 99990001 Connect to Existin 8" sewer 000000 EA 2 $0.00 $0.009999.0002 Manhole Corrosion Protection 00 00 00 EA 1 $0.00 $0.00 o.-w, y a- - Storm Drain Facilities 21 0241.4401 Remove HeadwalUSET 024114 EA 1 $0,00 0-00 22 3137.0104 Medium Ri ra , dry 31 37 00 SY 120 $0.00 $0'00 23 $306.0109 Trench Safety 330510 LF 1,461 $0.00 0-QO 24 3341.0201 21" RCP, Class Ili 3341 10 LF 35 $0.00 0.00 25 3341.0205 24" RCP, Class 1I1 3341 10 LF 137 $0.00 0.00 26 3341-0402 42" RCP, Class III 3541 10 LF 1,025 $0.00 0,00 27 3349.0102 5' Storm Junction Box 33 49 10 EA 2 $0.00 $0.00 28 3349-0103 6' Storm Junction Box 34 49 10 EA 1 29 3349-1000 24" Headwali 33 49 40 EA 1 $0.00 0,00 30 3349-1202 42" Headwall 3349.5001 IV Curb Inlet 34 49 40 EA 1 $0-00 $0.00 31 334920 EA 6 $0.00 $0.00 32 999900016 x 4' R.C.B. r 00 00 00 LF 264 $O.QO $0.00 33 9999-0002 Concrete Apron 00 00 00 SY 10 ownu wrau Water/Sanitary Sewer/Storm Drain Facilities Subtotal 3ll.�Ol .00 crrr c W roxT woRm TeaNdm Pl3o STANDARD CONgr0.UCilON BID PROPOSAL -DEVELOPER Aw'RltUko PAV,ECrS ci�,p q ��iy Ferri Re,ud J-, 29- 2020 00 4213 Bld Raposel Pavinc Facilities 34 3211,0400 H drated Lime Q 36 Ibs.IS.Y. Collector 32 11 29 TON 64 $0.00 $0.00 35 3211-0400 Hydrated Lim® @ 30 ibs.IS.Y. Residential 32 11 29 TAN 173 $0.00 0.00 36 3211.0501 6" Lime Treated Sub rade Collector 32 11 29 SY 3,530 $0.00 $0,00 37 3211.0501 6" Lime Treated Su rade (Residential) 32 11 29 SY 11,476 $0.00 $0.00 38 3213-0101 6" Concrete Pavement Residential 32 13 13 SY 10,755 $0.00 $0.00 39 32110102 7' Concrete Pavement Collector 32 13 13 SY 3,351 $0.00 $0.00 40 3213.0301 5' Conc Sidewalk 31 1320 SF 340 $0.00 $0.00 41 3213-0302 6' Conc Sidewalk 31 1320 SF 9,480 $0.00 $0.00 42 3213-0506 P-1 Ramp 32 13 20 EA 2 $0.00 $0.00 43 3441.4003 Furnishllnstall Alum Sign Ground Mount CIty Std. 34 41 30 EA 8 $0.00 $0.00 44 3741.0001 Traffic Control 3471 13 LS 1 $0.00 $0.00 45 9999,0001 Sawcut 00 00 00 LF 77 $0.00 $0.00 46 9999-0002 Wiping 00 00 00 LS 1 $0.00 $0.00 47 9999X003 Remove End of Road Barricade 00 00 00 EA 3 $0.00 $0.00 48 9999.0004 ConnectW E)Cistl ng Pavemem 00 00 00 EA 3 $0.00 $0.00 49 9999.0005 Ri-1 StopSin 00 00 00 EA 4 $0.00 $0.00 50 9999,0006 St Marker Blade 00 00 00 EA $0.00 Paving Subtotal Street Liahtina Facilities I au.uul 51 2605,3011 2" CCNDT PVC SC 40 T) 26 05 33 LF 1,872 $1.46 $2,733.12 52 3441,1408 NO 6 Insulated Elec Condr 34 41 10 LF 5,616 $1.46 $8.199.35 53 3441 J633 TTo 333 Arm 34 41 20 EA 13 $298.00 $3 874.00 54 3441.3201 LED Lighting Fixture R-2 34 41 20 EA 10 $37&00 $3 750.00 55 3441-3201 LED Lighting Fixture (R-4) 3.44120 EA 3 $375,00 $1,126.00 56 3441-3301 Rdwy Illum Foundation TY 1,2, and 4 3,54120 EA 13 $3.020.00 $39 260.00 57 3441.3341 Rdwy Illum TY 11 Pole 34 41 20 EA 13 TYMTM $39,065.00 5treet Lignbng subtotal Aid Sllmmam I $98,Q05.481 WaterlSanitary SawerlStorm Drain Facilities Subtotal Paving Facilities Subtotal Street UqMing Facilities Subtotal $0.00 $0.00 $98,606.48 Total Bid $98,006.48 Performance/Payment and 2-year Maintenance Bonds $1,403.00 Grand Total $99,409.48 This bH IS submitted by the entity listed below: Independent Utility Construction. Inc. 5109 Sun Valley Dr Fart Worth, TX 76119 817-478-4444 -- of5ce@tuctx.com Coelnctor agrrea to complete WORK for FINAL ACCEPTANCE v4ihia CONTRACT commeecea to rue as provided ie the GmerRI CmdRions. : chard Wolfe i 8=9 President arV2022 END OF SECTION 30 workteg d2ys CrrY OF FORT WORTH Tnditlm Phase 3C STA}DARD COI ,TRLTY10H BfD PROROFAL-DEVIF.L P- R AWARDED PROILLT3 City P.Jecle Furor i[eroaE larmr I9, 3920 N4? 43_Bw Pmp Proposal for Street Lights PROJECT Tradition Central Phase 3C BID DATE 03/03/22 2:30PM (Thursday) OWNER City of Fort Worth PROJECT# 103518 iNDEPENDENT Independent Utility Construction, Inc. 5109 Sun Valley Drive, Fort Worth TX 76119 817-478-4444 1 estimating@iuctx.com CoFW Pre -Qualification Expires: 03/01/2023 7sL-53 :� 2605.3011 - i 2" CONDT PVC SCH 40 T R ■ 1,872 LF 1.46 - 2,733.12 3441.1408 NO 6 Insulated Elec Condr 5,616 LF 1.46 8,199.36 3441.1633 Type 33B Arm 13 EA 298.00 3,874.00 SL-54 3441,3201 LED Lighting Fixture (R-2) 10 EA 375.00 3,750.00 SL-55 3441,3201 LED Lighting Fixture R-4 3 EA 375.00 1,125.00 SL-56 3441.3301 Rdwy Illum Foundation TY 1,2, and 4 13 EA 3,020.00 39,260.00 SL-57 3441.3341 Rdwy Illum TY 11 Pole 13 EA 3,005.00 39,065.00 X-1 PP&M bonding 1 LS 1,403.00 1,403.00 GRAND TOTAL: $99,409.48 BID BOND The American Institute of Architects, A I A Document No. A31 0 (February, 1970 Edition) KNOW ALL MEN BY THESE PRESENTS, that we Independent Utility Construction, Inc. as Principal hereinafter called the Principal, and Westfield Insurance Company as Surety, hereinafter called the Surety, are held and firmly bound unto -City of Fort Worth TX as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Sid Amount (5°/6 Dollars ($ - ---------------- ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Tradition Central Phase 3C NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 3rd day of March 2022 INDEPENDENT UTILITY CONSTRUCTION, INC. (Seal) By: Pus t- y 1 NamelTitle WESTFIEL❑ INSURANCE COMPANY Surety (Seal) e By: Elizabeth Gray Attorney -in -Fact THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEAHINU I tll5 sAMt POWER # AND ISSUED PRIOR TO 041`20111, FOR ANY PERSON OR PERSONS NAMED BELOW. General POWER No- 4220052 as Power Westfield Insurance Co. of Attorney Westfield National Insurance Co. CERTIFIED COPY Ohio Farmers Insurance Co. Westfield Center, ❑hit? Know All Men by These Presents, That WESTRELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as "Companies," duly organized and existing under the laws of the State of Ohio, and having its prirtcipat office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint CHARLES D. SWEENEY, MICHAEL A. SWEENEY, KYLE W. SWEENEY, ELIZABETH GRAY, JOFNTLY OR SEVERALLY of FORT WORTH and State of TX its true and lawful Attorney($) -in -Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED To EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS, and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the -premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTPIELD NATIONAL fNSURANCE COMPANY and OH10 FARMERS INSURANCE COMPANY: "Be It Resolved, that the President, any ben€or Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney -in -Fact. may be given full power and authority for and I the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary. - "Se it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing fats€mile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached," (Each adopted at a meeting held on February 8, 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL_ INSURANCE COMPANY and ❑HtO FARMERS INSURANCE COMPANY have caused these presents to be signed by their Senior Executive and their corporate seals to be hereto affixed this lath day of APRIL A-D., 2o11 . CorpcLrateS�N� 40 Sealsq 'tS L WESTFIELD INSURANCE COMPANY {moo .� -¢ " r•��, WESTFIELD NATIONAL INSURANCE COMPANY OHIO i§ ? :' SEAL:rn- 2���•:��'� FARMERS INSURANCE COMPANY yea:= • State of Ohio * •� ""• �� `"'••° M as ByRichard L. Kinnaird, Jr., !Natrona! Surety Leader and County of Medina ss.: Senior Executive On this lath day of APRIL A.D., 2011 before me personally came Richard L. Kinnaird, Jr. to me known, who, being by me duly sworn, did depose and say, that he resides -in Medina, Ohio; that he is Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument: that he knows the seals of said CompanIesr that the seals affixed to said ina"ment are such corporate seals; that they were so a#Fxed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order. Notarial - Seat eRl !1 L Affixed • William J. Kahelia, A rney at Law, !Votary Public State of Ohio .: 11 p My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) = County of Medina ss.: , ,r C or 1, Frank A. Carrino, Secretary of WESTRELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OH10 FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; and furthermore, the resolutions of the Boards of directors, set out In the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, ❑hio, this rd day of A.D March Luc Q22 «, ,� ,,.,NA 3 SEAL�W:a=' ;W f r+� 5'esr�tury Frank A. Carrino, Secretary BPOAC2 (combined) (06-02) COMPLETION AGREEMENT — SELF FUNDED This Completion Agreement ("Agreement"), is made and entered into by and between the City of Fort Worth, ("City") and HTQ Sam Reynolds Owner LP, a Texas limited partnership, authorized to do business in Texas, ("Developer"), effective as of the last date executed by a Party hereto. The City and the Developer may collectively be called the "Parties". WITNESSETH: WHEREAS, the Developer owns that certain tract of real property that contains approximately 25.924 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-22-133; and WHEREAS, the Developer and the City have entered into a Community Facilities Agreement relating to the development, Tradition, Central Phase 3C for Water, Sewer, Storm Drain, Paving and 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 Two Million One Hundred Ninety -Two Thousand Seven Hundred Seven Dollars and Thirty -Eight Cents ($2,192,707.38), hereinafter called the "Completion Amount". Notwithstanding the foregoing, it is acknowledged that the actual costs of City of Fort Worth, Texas Standard Completion Agreement — Self -Funded Revised 08.18.2022 DH CFA Official Release Date: 07.01.2015 Page 1 of 10 completion of the Community Facilities may vary as a result of change orders agreed to by the Parties, but such variances for the purposes of this Agreement shall not affect the Completion Amount as used herein. City hereby waives the requirement for developer to deposit a financial guarantee of 100% of the Hard Costs under the CFA Policy. 3. Completion by the Developer. The Developer agrees to complete the Community 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 08.18.2022 DH CFA Official Release Date: 07.01.2015 Page 2 of 10 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 Rebecca Owen, Development Manager Email: Rebecca. Owen@fortworthtexas.gov Confirmation Number: 817-392-7810 and/or CFA Division Email: CFA(a�fortworthtexas.gov Confirmation Number: 817-392-2025 With a copy thereof addressed and delivered as follows: City of Fort Worth, Texas Standard Completion Agreement — Self -Funded Revised 08.18.2022 DH CFA Official Release Date: 07.01.2015 Page 3 of 10 City of Fort Worth 200 Texas Street Fort Worth, Texas 76102 Attention: Richard A. McCracken Sr. Assistant City Attorney Confirmation Number: 817-392-7611 (ii) Notice to the Developer shall be addressed and delivered as follows: HTQ Sam Reynolds Owner LP 2700 Commerce Street, Suite 1600 Dallas, Texas 75226 Email: Dustin.Davidson@hines.com 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 08.18.2022 DH CFA Official Release Date: 07.01.2015 Page 4 of 10 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 08.18.2022 DH CFA Official Release Date: 07.01.2015 Page 5 of 10 Executed 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: Dana &446ff Dana Burghdaff (Oct 17, 2023 100 CDT) Dana Burghdoff Assistant City Manager Date: Oct 27, 2023 Approved as to Form & Legality: Richard A. McCracken (Oct 26, 2023 17:06 CDT) Richard A. McCracken Senior Assistant City Attorney M&C: N/A Date: Oct 26, 2023 ATTEST: an, FOgr °�a hg °-0d Pv° o=G PaQ*a ° * A � 3aann�z 4s4 Jannette Goodall City Secretary DEVELOPER: {signature on following page} City of Fort Worth, Texas Standard Completion Agreement — Self -Funded Revised 08.18.2022 DH CFA Official Release Date: 07.01.2015 Page 6of17 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX HT HWY 114 DEVELOPMENT LP, a Texas limited partnership By: HT Hwy 114 Development LLC, its general partner By: HT Hwy 114 LP, its sole member By: Hines Hwy 114 LLC, its general partner By: Hines Hwy 114 Associates LP, its sole member By: Hines Investment Management Holdings Limited Partnership, its general partner By: HIMH GP LLC, its general partner By: Hines Real Estate Holdings Limited Partnership, its sole member By: JCH Investments, Inc., its general partner a�2.tGr/. Gr/dt By: Robert W. Witte (Oct 26, 2023 09:33 CDT) Name: Robert W. Witte Title: Senior Managing Director ATTEST: Dustin Davidsan Dustin Davidson (Oct 17, 202315:23 CDT) Dustin Davidson Managing Director City of Fort Worth, Texas Standard Completion Agreement — Self -Funded Revised 08.18.2022 DH CFA Official Release Date: 07.01.2015 Page 9 of 19 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 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 08.18.2022 DH CFA Official Release Date: 07.01.2015 Page 7of10 ATTACHMENT "1" Changes to Standard Agreement Self -Funded Completion Agreement None. City of Fort Worth, Texas Standard Completion Agreement — Self -Funded Revised 08.18.2022 DH CFA Official Release Date: 07.01.2015 Page 8of10 EXHIBIT A TRACT 1: All that certain lot, tract, or parcel of land, situated in a portion of the Guadalupe Cardinas Survey, Abstract No. 214, Denton County, Texas, being part of that certain called 25.693 acre tract described as Tract 2 in a deed to HT HWY 114 LAND LP recorded in Document No. 2019-131818 of the Deed Records of Denton County, Texas (DRDCT), and part of that certain called 396.67 net acre tract described as Parcel Ain a deed to HT HWY 114 Development LP recorded in Document No.2019-131148 (DRDCT), and being more completely described as follows, to -wit: BEGINNING at a P.K. nail found with washer stamped 'RUNAWAY" for the Northeast corner of said 25.693 acre tract, the Northwest corner of Payton Place, Phase One recorded in Cabinet M, Page 266 of the Plat Records of Denton County, Texas (PRDCT), and being in the approximate centerline of Sam Reynolds Road, from which a P.K. nail found bears South 08 deg. 59 min. 19 sec. West - 0.93 feet; THENCE South 00 deg. 15 min. 21 sec. East along the East line of said 25.693 acre tract, the West line of said Payton Place, Phase One, and the West line of said Payton Place, Phase 2 recorded in Cabinet P, Slide 50 (PRDCT), a distance of 920.01 feet to a 1/2 " capped iron rod set stamped "GOODWIN & MARSHALL" hereinafter referred to as 1/2" capped iron rod set, for the Southeast corner of said 25.693 acre tract; THENCE South 89 deg. 56 min. 15 sec. West departing said West line and continue along the South line of said 25.693 acre tract, a distance of 456.98 feet to a 1/2" capped iron rod set; THENCE North 45 deg. 03 min. 45 sec. West along said South line, a distance of 28.28 feet to a 1/2" capped iron rod set; THENCE North 00 deg. 03 min. 45 sec. West departing said South line, a distance of 90.00 feet to a 1/2" capped iron rod set; THENCE North 44 deg. 56 min. 15 sec. East, a distance of 14.14 feet to a 1/2" capped iron rod set; THENCE North 00 deg. 03 min. 45 sec. West, a distance of 50.00 feet to a 1/2" capped iron rod set; City of Fort Worth, Texas Standard Completion Agreement — Self -Funded Revised 08.18.2022 DH CFA Official Release Date: 07.01.2015 Page 13 of 17 THENCE South 89 deg. 56 min. 15 sec. West, a distance of 388.85 feet to a 1/2" capped iron rod set for a Point of Curvature of a circular curve to the left, having a radius of 525.00 feet, a central angle of 14 deg. 42 min. 24 sec., and being subtended by a chord which bears South 82 deg. 35 min. 03 sec. West - 134.39 feet; THENCE in a westerly direction along said curve to the left, a distance of 134.76 feet to a 1/2" capped iron rod set; THENCE North 61 deg. 49 min. 31 sec. West non -tangent to said curve, a distance of 14.51 feet to a 1/2" capped iron rod set; THENCE South 73 deg. 58 min. 08 sec. West, a distance of 50.04 feet to a 1/2" capped iron rod set; THENCE South 27 deg. 48 min. 55 sec. West, a distance of 13.86 feet to a 1/2" capped iron rod set; THENCE South 73 deg. 57 min. 58 sec. West, a distance of 105.10 feet to a 1/2" capped iron rod set in the West line of said 25.693 acre tract; THENCE North 62 deg. 11 min. 05 sec. West along said West line, a distance of 14.42 feet to a 1/2" capped iron rod set; THENCE South 73 deg. 57 min. 58 sec. West departing said West line, a distance of 60.05 feet to a 1/2" capped iron rod set for the most easterly Southeast corner of a called 23.964 acre tract described as Tract 3 in a deed to HT HWY 114 Land LP recorded in Document No. 2019-131818 (DRDCT); THENCE North 18 deg. 20 min. 08 sec. West along the East line of said 23.964 acre tract, a distance of 106.00 feet to a 1/2" capped iron rod set for a Point of Curvature of a circular curve to the right, having a radius of 530.00 feet, a central angle of 18 deg. 16 min. 23 sec., and being subtended by a chord which bears North 09 deg. 11 min. 56 sec. West-168.31 feet THENCE in a northerly direction along said East line and curve to the right, a distance of 169.03 feet to a 1/2" capped iron rod set; THENCE North 00 deg. 03 min. 45 sec. West tangent to said curve and continue along said East line, a distance of 493.21 feet to a 1/2" capped iron rod set; City of Fort Worth, Texas Standard Completion Agreement — Self -Funded Revised 08.18.2022 DH CFA Official Release Date: 07.01.2015 Page 14 of 17 THENCE North 45 deg. 03 min. 39 sec. West along said East line, a distance of 14.14 feet to a 1/2" capped iron rod set; THENCE North 00 deg. 03 min. 45 sec. West along said East line, a distance of 55.00 feet to a 1/2" capped iron rod set for the Northeast corner of said 23.964 acre tract and being in the North line of said 396.67 acre tract, from which a P.K. nail found in the North line of a called 26.323 acre tract, described in a deed as Tract 4 in a deed to HT HWY 114 Land LP recorded in Document No. 2019-131818 (DRDCT) and being in the approximate centerline of said Sam Reynolds Road bears South 89 deg. 56 min. 15 sec. East - 2114.38 feet; THENCE North 89 deg. 56 min. 15 sec. East along the North line of said 396.67 acre tract, the North line of said 25.693 acre tract, and the approximate centerline of said Sam Reynolds Road, a distance of 1,294.87 feet to the POINT OF BEGINNING, containing 1,055,895 square feet or 24.240 acres of land, more or less TRACT 2: All that certain lot, tract, or parcel of land, situated in a portion of the Guadalupe Cardinas Survey, Abstract No. 214, Denton County, Texas, being part of that certain called 25.693 acre tract described as Tract 2 in a deed to HT HWY 114 Land LP recorded in Document No. 2019-131818 of the Deed Records of Denton County, Texas (DRDCT), and being more completely described as follows, to -wit: COMMENCING at a P.K. nail found with washer stamped 'RUNAWAY" for the Northeast corner of said 25.693 acre tract, the Northwest corner of Payton Place, Phase One recorded in Cabinet M, Page 266 of the Plat Records of Denton County, Texas (PRDCT), and being in the approximate centerline of Sam Reynolds Road, from which a P.K. nail found bears South 08 deg. 59 min. 19 sec. West - 0.93 feet, and from which a P.K. nail found in the North line of a called 26.323 acre tract, described in a deed as Tract 4 in a deed to HT HWY 114 Land LP recorded in Document No. 2019-131818 (DRDCT) and being in the approximate centerline of said Sam Reynolds Road bears South 89 deg. 56 min. 15 sec. East - 3409.24 feet; THENCE South 89 deg. 56 min. 15 sec. West along the North line of said 25.693 acre tract and the approximate centerline of said Sam Reynolds Road, a distance of 533.87 feet; THENCE South 00 deg. 03 min. 45 sec. East departing said North line and said approximate centerline, a distance of 800.00 feet to a 1/2" capped iron rod set stamped "GOODWIN & MARSHALL" hereinafter referred to as 1/2" capped iron rod set, for the TRUE POINT OF BEGINNING; City of Fort Worth, Texas Standard Completion Agreement — Self -Funded Revised 08.18.2022 DH CFA Official Release Date: 07.01.2015 Page 15 of 17 THENCE South 45 deg. 03 min. 45 sec. East, a distance of 14.14 feet to a 1/2" capped iron rod set; THENCE South 00 deg. 03 min. 45 sec. East, a distance of 90.00 feet to a 1/2" capped iron rod set in the South line of said 25.693 acre tract; THENCE South 44 deg. 56 min. 15 sec. West along the said South line, a distance of 28.28 feet to a 1/2" capped iron rod set; THENCE South 89 deg. 56 min. 15 sec. West along said South line, a distance of 308.43 feet to a 1/2" capped iron rod set for a Point of Curvature of a circular curve to the left, having a radius of 358.00 feet, a central angle of 15 deg. 58 min. 17 sec., and being subtended by a chord which bears South 81 deg. 57 min. 07 sec. West - 99.47 feet; THENCE in a westerly direction along said South line and curve to the left, a distance of 99.79 feet to a 1/2" capped iron rod set; THENCE South 73 deg. 57 min. 58 sec. West tangent to said curve and continue along said South line, a distance of 166.30 feet to a 1/2" capped iron rod set for the Southwest corner of said 25.693 acre tract; THENCE North 18 deg. 20 min. 08 sec. West along the West line of said 25.693 acre tract, a distance of 110.10 feet to a 1/2" capped iron rod set; THENCE North 27 deg. 48 min. 55 sec. East along said West line, a distance of 13.86 feet to a 1/2" capped iron rod set; THENCE North 73 deg. 57 min. 58 sec. East departing said West line, a distance of 161.54 feet to a 1/2" capped iron rod set for a Point of Curvature of a circular curve to the right, having a radius of 475.00 feet, a central angle of 15 deg. 58 min. 17 sec., and being subtended by a chord which bears North 81 deg. 57 min. 07 sec. East - 131.98 feet; THENCE in an easterly direction along said curve to the right, a distance of 132.41 feet to a 1/2" capped iron rod set; THENCE North 89 deg. 56 min. 15 sec. East tangent to said curve, a distance of 318.85 feet to the POINT OF BEGINNING, containing 73,342 square feet or 1.684 acres of land, more or less. City of Fort Worth, Texas Standard Completion Agreement — Self -Funded Revised 08.18.2022 DH CFA Official Release Date: 07.01.2015 Page 16 of 17 EXHIBIT B APPROVED BUDGET Section I Water $3 5 5,3 54.50 Sewer $341,170.40 Subtotal Section II Interior Streets $992,416.50 Storm Drains $405,759.50 Subtotal Section III Street Lights $98,006.48 Sub -total TOTAL $696,524.90 $1,398,176:00 $2,192,707.38 City of Fort Worth, Texas Standard Completion Agreement — Self -Funded Revised 08.18.2022 DH CFA Official Release Date: 07.01.2015 Page 17 of 17