HomeMy WebLinkAboutContract 62253Received Date: Nov 7, 2024
Received Time: 8:27 a.m.
Developer and Project Information Cover Sheet:
Developer Company Name:
Address, State, Zip Code:
Phone & Email:
Authorized Signatory, Title:
Project Name:
Brief Description:
Project Location:
Plat Case Number:
Mapsco:
CFA Number:
FP-24-085
99D,100A, 86X, 86W,
24-0130
F W Club LP
4001 Maple Ave Ste 270 Dallas, TX 75201
214-901-2149 1 taylor@pmbinv.com
K. Taylor Baird, Manager
Maverick Phase 1
Water, Sewer, Paving, Drainage & Street Light
Improvements
South of Aledo Road, North of Benbrook Highway
Plat Name:
Council District
Maverick
City Project Number:
3
105664 1 IPRC24-0156
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
City of Fort Worth, Texas Page 1 of 19
Standard Community Facilities Agreement
Rev. 9/21
City Contract Number: 62253
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 FW Club 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 Maverick
Phase 1 ("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 maybe required to make dedications of land, pay
fees or construction costs, or meet other obligations that are not apart 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 inconsideration 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
OFFICIAL RECORD
City of Fort Worth, Texas CITY SECRETARY Page 2 of 19
Standard Community Facilities Agreement FT. WORTH, TX
Rev. 9/21
connection with the workperformed by the contractors. If a conflict exists between the terms and conditions
of this Agreement and the CFA Ordinance, the CFA Ordinance shall control.
2.
Incorporation of Engineering Plans
The engineering plans for the Improvements that have been approved by the City ("Engineering
Plans") are incorporated into this Agreement byreference 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
0
Exhibit B: Sewer
®
Exhibit C: Paving
®
Exhibit D: Storm Drain
® Exhibit E: Street Lights & Signs
❑ Exhibit F: Traffic Signal & Striping
The Location Map and Cost Estimates are also attached hereto and incorporated herein by
reference. To the extent that Exhibits A, B, C, D, E, F, 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 thelmprovements contemplatedby 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").
City of Fort Worth, Texas Page 3 of 19
Standard Community Facilities Agreement
Rev. 9/21
Developer shall keep the Financial Guarantee in full force and effect until released by the City and shall
not reduce the amount of the Financial Guarantee unless authorized by the City in accordance with the
CFA Ordinance.
6.
Completion Deadline; Fitension 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 alien 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.
City of Fort Worth, Texas Page 4 of 19
Standard Community Facilities Agreement
Rev. 9/21
9.
Award of Construction Contracts
(a) Developer will award all contracts for the construction of the Improvements and cause the
Improvements to be constructed in accordance with the CFA Ordinance.
(b) Developer will employ construction contractors who meet the requirements of the City to construct
the Improvements including, but not limited, to being prequalified, insured, licensed and bonded to
construct the Improvements in the City.
(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
City of Fort Worth, Texas Page 5 of 19
Standard Community Facilities Agreement
Rev. 9/21
costs that may be incurred by Developer in the relocation of any utilities that are or may be in conflict with
any of the Improvements to be constructed pursuant to this Agreement.
11.
Easements and Rights -of --Way
Developer agrees to provide, at its expense, all necessary rights -of -way and easements required for
the construction and dedication to the City of the Improvements provided for by this Agreement.
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 THEDEVELOPER 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
ANYCHARACTER, WHETHERREAL ORASSERTED, BROUGHT FOR OR ONACCOUNT
OFANYINJURIES 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 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 S UCH 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 IN ANY 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 CIA ORDINANCE,
AND IN ACCORDANCE WITH ALL PLANS AND SPECIFICATIONS.
City of Fort Worth, Texas Page 6 of 19
Standard Community Facilities Agreement
Rev. 9/21
13.
Right to Enforce Contracts
Upon completion of all work associated with the construction of the Improvements, Developer will
assign to the City a non-exclusive right to enforce the contracts entered into by Developer with its
contractors, along with an assignment of all warranties given by the contractors, whether express or implied
Further, Developer agrees that all contracts with any contractor shallinc lode 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 watertesting 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 party by hand -
delivery or by mail, addressed to such party at the address stated below. Any notice so given shall be
deemed to have been received when deposited in the United States mail so addressed with postage
prepaid:
CITY: DEVELOPER:
Development Contract Management Office K Taylor Baird
City of Fort Worth, Texas Page 7 of 19
Standard Community Facilities Agreement
Rev. 9/21
City of Fort Worth
100 Fort Worth Trail
Fort Worth, Texas 76102
With copies to:
City Attorney's Office
City of Fort Worth
100 Fort Worth Trail
Fort Worth, Texas 76102
and
City Manager's Office
City of Fort Worth
100 Fort Worth Trail
Fort Worth, Texas 76102
FW Club LP
4001 Maple Ave, Ste 270
Dallas, TX 75201
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 normalworking 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
City of Fort Worth, Texas Page 8 of 19
Standard Community Facilities Agreement
Rev. 9/21
responsible for the acts and omissions of its employees, representatives, agents, servants, officers,
contractors, subcontractors, and volunteers. Developer acknowledges that the doctrine of respondeat
superior shall not apply as between the City and its officers, representatives, agents, servants and
employees, and Developer and its employees, representatives, agents, servants, officers, contractors,
subcontractors, and volunteers. Developer further agrees that nothing herein shall be construed as the
creation of a partnership or joint enterprise between City and Developer. It is further understood that the
City shall in no way be considered a co -employer or a joint employer of Developer or any employees,
representatives, agents, servants, officers, contractors, subcontractors, and volunteers of Developer.
Neither Developer, nor any officers, agents, servants, employees or subcontractors of Developer shall be
entitled to any employment benefits from the City. Developer shall be responsible and liable for any and
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.
City of Fort Worth, Texas Page 9 of 19
Standard Community Facilities Agreement
Rev. 9/21
24.
Review of Counsel
City and Developer, and if they so choose, their attorneys, have had the opportunity to review
and comment on this document; therefore any rule of contract construction or interpretation that would
normally call for the document to be interpreted as against the drafting party shall not apply in
interpretation of this Agreement, and each section, portion, and provision of this Agreement shall be
construed solely on the basis of the language contained therein, regardless of who authored such
language.
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. 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 2276 of the Texas Government Code,
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 To
the extent that Chapter 2276 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, the City is prohibited from entering into a contract for goods or services that has a vaiae
of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company wide
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. 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 entity or firearm trade association; and (2) will not discriminate against
a firearm entity or firearm trade association during the term of this Agreement.
City of Fort Worth, Texas Page 10 of 19
Standard Community Facilities Agreement
Rev. 9/21
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 I-9 forms and supporting eligibility
documentation for each employee who performs work under this Agreement. Developer shall adhere to all
Federal and State laws as well as establish appropriate procedures and controls so that no services will be
performed by any Developer employee who is not legally eligible to perform such services. DEVELOPER
SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES,
LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THE PARAGRAPH BY DEVELOPED
DEVELOPER'SEMPLOYEES, SUBCONTRACTORS, AGENTS, ORLICENSEES. City, uponwritten
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 19
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 19
Standard Community Facilities Agreement
Rev. 9/21
Project Name: Maverick Phase 1
CFA No.: 24-0130
Ite ms
A. Water and Sewer Construction
1. Water Construction
2. Sewer Construction
Water and Sewer Construction Total
36.
Cost Summary Sheet
City Project No.: 105664
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:
Financial Guarantee Options, choose one
Bond = 100%
(Completion Aqreement = 100% / Holds Plat
(Cash Escrow Water/Sanitary Sewer= 125%
(Cash Escrow Pavinq/Storm Drain = 125%
(Letter of Credit = 125%
Escrow Pledqe Aqreement = 125%
Developer's Cost
$ 6,725,690.09
$ 6,033,136.65
$ 12,758,826.74
$ 1,687,315.50
$ 1,876,701.00
$ 168,280.00
$ 3,732,296.50
$ 16,491,123.24
$137,100.00
$35,035.00
$5,250.00
$ 177,385.00
IPRC No.: 24-0156
Choice
Amount (Mark one
$ 16,491,123.24
X
$ 16,491,123.24
$ 15,948,533.43
$ 4,665,370.63
$ 20,613,904.05
City of Fort Worth, Texas Page 13 of 19
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
bA, u> RcreAluJa
Dana Burghdoff (NoJ , 2024 A21 CST)
Dana Burghdoff
Assistant City Manager
Date: Nov 4, 2024
Recommended by:
-0w4�w
Dwayne Hollars
Contract Compliance Specialist
Development Services
Approved as to Form & Legality:
Richard McCracken (Nov 4, 2024 21:24 CST)
Richard A. McCracken
Sr. Assistant City Attorney
DEVELOPER
FW Club LP
a Texas limited partnership
By: PMB DLC FW GP, LLC
a Delaware limited liability company
its General Partner
Taylor Baird (Nov 1, 202413:01 CDT)
K. Taylor Baird
Manager
Date: Nov 1, 2024
M&C No. N/A Contract Compliance Manager:
Date: Nov 4, 2024
Form 1295: N/A 444aon
By signing, I acknowledge that I am the person
o°FORr�laa responsble for the monitoring and
pro ° ° o��od administration of this contract, including
ATTEST: pro sic ensuring all performance and reporting
P� ,o o
o * �° requirements.
Paaa� neza5app�
Jannette S. Goodall �^
City Secretary Rebecca Owen (Nov 4, 202416:29 CST)
Rebecca Diane Owen
Development Manager
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
City of Fort Worth, Texas Page 14 of 19
Standard Community Facilities Agreement
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
®
Location Map
®
Exhibit A. Water Improvements
®
Exhibit B: Sewer Improvements
0
Exhibit C: Paving Improvements
0
Exhibit D: Storm Drain Improvements
0
Exhibit E: Street Lights and Signs Improvements
0
Exhibit F: Traffic Signal and Striping Improvements
0
Cost Estimates
(Remainder of Page Intentionally Left Blank)
City of Fort Worth, Texas Page 15 of 19
Standard Community Facilities Agreement
Rev. 9/21
ATTACIMENT "1"
Changes to Standard Community Facilities Agreement
City Project No. 105664
Negotiated changes contained within the body of the agreement.
City of Fort Worth, Texas Page 16 of 19
Standard Community Facilities Agreement
Rev. 9/21
ATTACHMENT "2"
Phased CFA Provision
City Project No. 105664
The water Improvements being constructed by Developer pursuant to this Agreement will
rely upon either: (1) public water infrastructure Developer will be required to construct under a
separate Community Facilities Agreement, the Kenwood & Longvue Offske Water Project,
IPRC24-0008, City Project Number 105264 (the "Developer Water Infrastructure); or (2) the
water infrastructure the City is constructing as a capital project: (a) Westside III 42-inch Water
Transmission Main, City Project Number 12688, (b) Westside III 24-inch Water Transmission
Main, City Project Number 102689, and (c) Markum Ranch pump station and 3/0-million-gallon
ground storage tank, City Project Number 103010 (the "Capital Water Infrastructure),that have
not been completed and accepted by the City. In addition, Developer will be required to construct
the Maverick Benbrook Highway Connection (Signals) Project, IPRC24-0187, City Project
Number 105731 ("Signals CFA") concurrently with, or after Developer constructs the paving
Improvements in this Agreement. Therefore, this Agreement shall be considered a "Phased CFA"
and the provisions contained in this section shall apply to this Agreement.
The Developer Water Infrastructure, Capital Water Infrastructure and the Signals CFA
shall be defined as the "Parent Projects." 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 Projects and the Child Project to properly connect to each other;
changes to the design or construction of the improvements in the Parent Projects 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 Projects 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 17 of 19
Standard Community Facilities Agreement
Rev. 9/21
Developer agrees that because this Agreement is for improvements relating to the
construction, renovation or modification of one or more single family residential homes or
structures: (1) the City will not accept the Improvements being constructed pursuant to this
Agreement or issue building permits in connection with the Project until either the Developer
Water Infrastructure or the Capital Water Infrastructure is constructed and accepted by the City;
and (2) the City will not accept the Improvements being constructed pursuant to this Agreement
or issue building permits in connection with the Project until the Improvements in the Signals CFA
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. For the avoidance of doubt,
if a development bond is provided as financial guarantee for the Improvements required by this
Agreement, the Developer may record the final plat prior to the construction and acceptance of the
Improvements, subject to terms and conditions of this Agreement.
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 ANYAND ALL ECONOMICDAMAGES
PROPERTY LOSS, PROPERTY DAMAGES AND PERSONAL INJURY, (INCLUDING
DEATH), OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED.
DEVELOPER HEREBYEXPRESSLY RELEASES AND DISCHARGES CITY FROM ANY
AND ALL LIABILITY FOR DAMAGES, INCLUDING, BUT NOT LIMITED TO ANYAND
ALL ECONOMICDAMAGES, PROPERTYLOSS, PROPERTYDAIVIAGE AND PERSONAL
INJURY (INCLUDING DEATH) ARISING OUT OF OR IN CONNECTION WITH,
DIRECTLY OR INDIRECTLY, 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, FROM AND
AGAINST ANYAND ALL CLAIMS (WHETHER AT LAW OR INEQUITY), LIABILITIES,
DAMAGES (INCLUDING ANY AND ALL ECONOMIC DAMAGES, PROPERTY LOSS,
PROPERTY DAMAGES AND PERSONAL INJURIES INCLUDING DEATH), LOSSES,
LIENS, CAUSES OFACTION, SUITS, JUDGMENTSAND EXPENSES (INCLUDING, BUT
NOT LIMITED TO, COURT COSTS, ATTORNEYS' FEES AND COSTS OF
INVESTIGATION), OFANYNATURE, KIND OR DESCRIPTIONARISING OR ALLEGED
TO ARISE BY OR IN ANY WAY RELATED TO CONSTRUCTION OF THE
IMPROVEMENTS OR DEVELOPER'S CHOICE TO CONSTRUCTA 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 WHOLE OR IN PART, BY THE ALLEGED NEGLIGENCE
OF THE CITY OF FORT WORTH, ITS OFFICERS, SERVANTS, OR EMPLOYEES.
City of Fort Worth, Texas Page 18 of 19
Standard Community Facilities Agreement
Rev. 9/21
DEVELOPER:
Taylor Baird (Nov 1, 202413:01 CDT)
Name:
Title:
City of Fort Worth, Texas Page 19 of 19
Standard Community Facilities Agreement
Rev. 9/21
-- -- -- - ------
IV,ENTANA
Pl_H' 3B H Y
o O
u 3 O
W
�VENT�" AN �A� � o
ii PWO
u - �
U
o � ENTANA
8h i P �5A
VENTANA—�
PH) 6�
PROJECTPH
VENTANA
N
LOCATION
O
� I
O\i -
3 ` -
a
a
a
� I
z r' I
U
U �
0
a � P
'0000,—
� o
I
g
O
OWNED/DEVELOPED BY:
o FW CLUB LP
i
4001 MAPLE AVENUE, SUITE 270
DALLAS, TEXAS 75219
x CONTACT: TAYLOR BAIRD
F-
z
i
Gi
i
WORTH
W p1uT c�
cV" vN
Dutch F
Park
VICINITY MAP
MAVERICK
PHASE I
CITY PROJECT NO. 105664
LJA Engineering, Inc. IA
6060 North Central Expressway Phone 469.621.0710
Suite 400
Dallas, Texas 75206 FRN - F-1386
LEGEND �x�
EXISTINNN�INFRASTRU',CTUREy Y
LIMITS OF PROJECT — — ��VENTANA PHASE 6A 22 0 00 �T k
�CPN 1:03437 3 m 1�
ULTIMATE FLOODPLAIN 1
PUBLIC INFRASTRUCTURE VET ANA PH VENTANA PH I, 0 m
PROPOSED WATER LINE 6-2 7 '�+� 0 U- SCALE: 1 "=800'
0
EXISTING WATER LINE I 5 WHITESTONE GOLF
COURSE ADDITION
�- VENT\ANA 16" MA.2 CAB A, SLIDE 5082
Nb
F, TURE-
-- VENT-AN�� _
P-H8I
I I�
FUTURE %' 1 // 8" WL38 23 222 zo a„ MA31
MAVERICK - ---' (COD)2
5 2
'x
15 III
7
� /�"\\l i / \\\\\\ 2I 14 (III
1
,2' 13
h q
12
57 \\\ 5655 \\\ 30 I 4 1,
ID 58 64 53 \\ 31INC
3 I 10
52 32 It SJ BRYANT
59 51
/7 \ 9 `NI IRVIN
60 50
r I i P \\ /
O � I ,00= / � 49 v1 34 p/ 5 , COMMERCIAL
ii 01 0 61 35 N 7 ' DEVELOPMENT
102 ; 1 X MAVERICK .2WI\ 2 48 ; LP
O !/ 103 63 3 2 I /I 47 11 I 6
, 45 O ,
PH _
104 � "' 1 64 4 /
105 BS 5 I 45
N 1 1 106 / 99
66 �/ 1 I \� 'X THRESHOLD
Y \1 I 107 I 98 6 4/ ' I ix � \\ I
/ \ 97 67 1, 7 I,•//43 " A it DEVELOPMENT
a v w 108 wv 96 a �II� .'1 , 2 , FORT WORTH CO &
N I I 109 11 \\ 95 69 1 1 36 / 3 ISD
5 ACCESS
4
110 1 'I I 70 g \ 41 / / 39 38
94 40 ^�_:_ _ ' EASEMENT
o in `\ \ iu \I 93 72' o \ i i ii O AGREEMENT
01/ iX �92 11113/ 9 73 I 12 13 00I ,III
m 1/ ' II 1 114 9 / 74� ,X \\
115 / 1x 75 \ \%
II\\x II 116 /� ss 76 1z�`—' jl
as
117\�}6
87
W 119 '\ 6 FW CLUB
85
\\ /
3 I 1201 8 80 L
79 78 77 / 1 P k/
82
I
X 7fl
\ m 8
II �\ 8
i ; 8�g CREEK/pp,. �-k
s" wuo /
II /iO 1x ,qY 12" Yam
r FUTURE /4 5
a MAVERICK 12 ° ;x ,r� MA3C
PH-2 = a 13 WATER
_ _ FW CLUB '
o------� %, LP
' / ,r� ,III► EXHIBIT 'A'
BELLA (FLORA PH-9 BELLA� FLORA / ���'� MAVERICK
5=PH10 PHASE 1
/ CITY PROJECT NO.105664
OWNED/DEVELOPED BY:
go FW CLUB LP LA TEXAS 75219 p Y enExpressway LJA Engineering, Inc.
4001 MAPLE AVENUE, SUITE 270 6060 North Central Ex Phone 469.621.0710
I DAL
X CONTACT: TAYLOR BAIRD Suite 400
,ri
Dallas, Texas 75206 FRN - F-1386
LEGEND \�
LIMITS OF PROJECT — —
ULTIMATE FLOODPLAIN 0
PUBLIC INFRASTRUCTURE
PROPOSED SAN SEWER
FLOW DIRECTION
EXISTING SAN SEWER
/ ry EXISTINGQRA
H Y
/ 3m N
/ w
Ili O m
VENTANA PH 0 SCALE: 1 "=800'
0
7 u
,I
lu
0 WHITESTONE GOLF
\ COURSE ADDITION
"I CAB A, SLIDE 5082
219
0'
FUTURE 4 m 2a 23 2221
MAVERICK O 25
Y
8" UK 9 g 17
�� i6 Ili
V A A 11 I
I� ago 287 n 113 III
1
8•' UNE D1 �I y w 9�� 29 i vI 12
30 4 11 b
55 31 5352 32 :10
SJ BRYANT
59 9 d �� IRVIN
r
\
// I 1 50 `\\ 33
60 I d
�I 48 34 8 dd j COMMERCIAL
o �, 11 2 48 11 11 3s 7 td DEVELOPMENT
C I / 1032 /L A MAVERICK 63 \I 3 'x �I JI m47 III 1 6 dd III LP
2 d O
> PH 1 46 S3 d
I/ 1105 /' 99 45 II II 1 dd III \
\\ 66 6 44 I 1a g
Q \I 107 1 98 \\ ` , I 1x 1,111
1X THRESHOLD
97 " 7 43 DEVELOPMENT
12 \\`\ 108 \ 96 `�\ 68 \ 8 1 42 11 1 3 2 1 FORT WORTH ,.CO &
\ 109 f\ 95 1 \\ 69 Ci �I \ 41 / 36 37 38 / 5 4 ISD ACCESS
N/ I 110 I\� gq % 70
'� �� i84 :i h ix
O EASEMENT
1U 93 am�r 10 AGREEMENT
N ix 92 II �I\ ti
3 \
12 13 10I I II
\—\ I II 1 114 11 74 /
1x /� \
90
\ O II
I\ \1x II 's5 //,l �/ 89 /� 6 1X 5- ,x��\�\. /,moo II
88 '/
"�
118 87
Ld
\ll 1190 1 86 % X
120 I 85 78 77 8" VNE C2
82 81 8079
I I I \ 83 —__ / FW CLUB
,
Q II 84 i 1X 7 LP
I � /
" 8�g , q
a" urelma CREEK
A R
1 x
', i `• I' ,
FUTURE "
MAVERICK 12 %„ = 'x 15
---PH=2 --- SEWER
FW CLUB
LP EXHIBIT'B'
BELLA (FLO/RA PH-9 BELPH FLORA MAVERICK
PHASE 1
CITY PROJECT NO.105664
OWNED/DEVELOPED BY:
FW CLUB LP ZAA
LJA Engineering, Inc.
g MAPLE AVENUE, SUITE 270 DAL enExpressway LAS, TEXAS 75219 p Y 6060 North Central Ex Phone 469.621.0710
I DAL
X CONTACT: TAYLOR BAIRD Suite 400
i Dallas, Texas 75206 FRN - F-1386
1ri
LEGEND
LIMITS OF PROJECT —
ULTIMATE FLOODPLAIN EIIIIIIIIIIIIIIIIII
PUBLIC INFRASTRUCTURE
PROPOSED 2-23' B-B I
ROADWAY/110' ROW
PRIVATE INFRASTRUCTURE
PROPOSED SIDEWALK vz „ „ 4
(BY DEVELOPER)
PROPOSED ADA RAMPS
(BY DEVELOPER) 0 /j/ \
n
FUTURE
MAVERICK
PH 2, 1
VENTANA PH
7
L=- r O
_—
I
57 \1\ 56
55 \ \\
52 \ 1
51 \\\
l IJ 60 I 1 \\ 50 \\
O 1 I 100 / � 49 11
/ 101 48 I I
1102 / 1x MAVERICK 63 23 1x 47 �11
O PH 12
C _ /
104
Y
105
1 1
106 99
Q � I
98
107 II
I() \ I
108\\ \ 97
\ \
96
109 11f\
95�
III \II 9944
N 1(n \\\
111
II 93
92
113'�/ 91
114
90
V ix
89
117 lily as
I J
87
Z \\
86
Q11
119 II 85
I
120 I II
1\1
U I
I II
\\
0101 II \\Sx 1P /
;Qt CREEK p
ix
FUTURE
MAVERICK '�° 12
�---PH-2 ---- ,x a
00 — -- — --
LO11 i�i,J
U
BELLA (FLORA PH-9 E
Z
g I
0
I" OWNED/DEVELOPED BY:
o FW CLUB LP
i
0
z 4001 MAPLE AVENUE, SUITE 270
g DALLAS, TEXAS 75219
x CONTACT. TAYLOR BAIRD
F-
Z
i
,ri
FW CLUB
LP
FW CLUB
LP
- NOT E
m
0 m
0
0
U
U
N
SCALE: 1 "=800'
WHITESTONE GOLF
COURSE ADDITION
CAB A, SLIDE 5082
l i I LP
O
" THRESHOLD
2 ISD
{i FORT WORTH DEVELOPMENT
, CO &
a 3 di ACCESS
L EASEMENT
x O l AGREEMENT
I � �
III
II
III I
III
I I
III
II
XISTINQjADA RAMP INFRASTRUCTURE
)6K�'ROAD CONNECTION
CONSTRUCTED BY SEPARATE CONTRACT)
PAVING
EXHIBIT'C'
P � I o°�` / MAVERICK
� PHASE 1
CITY PROJECT NO.105664
LJA Engineering, Inc. `A
6060 North Central Expressway Phone 469.621.0710
Suite 400
Dallas, Texas 75206 FRN - F-1386
LEGEND
LIMITS OF PROJECT — —
ULTIMATE FLOODPLAIN
PUBLIC INFRASTRUCTURL
PROPOSED STORM MAIN
PROPOSED 10' INLET r
STORM MAIN HEADWALL •
PRIVATE INFRASTRUCTURE
III I
lull
VENTANA PH
7 Ill
II
UI
ul I
III I
\ iill
\ ,lu
PROPOSED STORM MAIN - / ts' ' I, -
}� TUTURE� =y
VENTANA /
/ 1J
\ r /
FUTURE
MAVERICK - ,--' 0 N2�
PH 2 ;I - -
�F-----idwwp /ter\\ l-- 27
Jr
28
�-Sbo 29
57 \\ ss
65
30
54 53 \\\ 37
58 \
52 1 \ 1 32
33
O/ 1 100 /� 1 \\ 49 1 34
/ /ix
�\\ 48 II 35 MAVERICK62 3 47
2
1043%/ PH 1 684 II 4 I 46 I
'> / 1� 105 65 \\ 5 I a5 II
106 6 II 44 I 1
l II 98 \ III I 1X
d107 �I\ 97 67 '�\ 7 I 1 43 II
\ 108AA , ,�
v �\ V s6 , 68 42 I
1 1 109 1 \ 69 I \\ I 1 6
95 I 37
110 I1\\ 70 9
\\39
111 I \\\40
N
/j
10 II 93
72 a\
% /// {a 112 111X I11 92 I 73 ,\ 11
�O 113 / 91 \\ ,2 13
I . . 1 114 h 9// 74 ,x, \\
'O \II I\\XO • 11�115
1167/ 890
76
\� y��\\) /
117
I, a
D/ 87 8
66 � ' �� FW CLUB
120 1II 85 7!
' t 82 8, 78 80 79 / LP
i 83 —
61X
CREEK/f
5 ix
- R/
r FUTURE Al
MAVERICK '�° 12 13 - rr' SD,o
JXJXJXJX
JX
i' PH-2"— 4 ,a" lAT ,OBI
FW CLUB
,oe2
- M' So,o = / LP
U I 24" SDI 0
BELLA FLORA PH-9 BELLAI FLORA
Z I HI-0
g �O
OWNED/DEVELOPED BY:
o FW CLUB LP
0 0
m
w
0 m
}LL-
~ U
U
WHITESI-ONE GOLF
COURSE ADDITION
CAB A, SLIDE 5082
/ ill
, I
III
I I r
t ll
20191 III
17
16
12
11
lu
15
III
II
'/ II
II
11 SJ BRYANT
l I IRVIN
a COMMERCIAL
7 ill DEVELOPMENT
l I l LP
0 -�
1X THRESHOLD
1 {i FORT WORTH" CO &OPMENT
5 4 3 ill ISD ACCESS
' 1X EASEMENT
AGREEMENT
111
Il
III l
III
II
III
II
STORM DRAINAGE
EXHIBIT U
MAVERICK
PHASE 1
CITY PROJECT NO.105664
LJA Engineering, Inc.
g 4001 MAPLE AVENUE, SUITE 270 6060 North Central Expressway
DALLAS, TEXAS 75219 p Y
X CONTACT: TAYLOR BAIRD Suite 400
i Dallas, Texas 75206
Uri
ZAA
Phone 469.621.0710
FRN - F-1386
LEGEND
LIMITS OF PROJECT
ULTIMATE FLOODPLAIN
PUBLIC INFRASTRUCTURE
NAME SIGN & STREET
PROPOSED STREFET LIGHT
(DOUBLE COBRA
— � I
FUTURE
MAVERICK
PH 2 13
1 '\l
VENTAN.JPH,
\6�2
+M+IIt
LL%
FUTURE
9VItNTANA /
mp�
PH 8 1 1 1 1 ,;;'
III I
lull
VENTANA PH
7 Ill
II l
UI
ul I
Hill
11
w
O25
';I �1171J _1X
--
_,
_ { /1 II i -_____------ 26
28
r 221
57 \\\\ \ \�� 30
56 55 \ \\ 31
58 54 53 \\
52 \ 1 32
60 II/ 1 \\\ 50 \\\ 33
100 // / , \\ 49 I I 34
s1
1 x RICK 2 ,x \lit
MAVE48 35
3 2 III 47 I I O PH 1�!.� II! 46
pH-2/ \\ 1x- /
— BELLA (FLORA PH-9
OWNED/DEVELOPED BY:
FW CLUB LP
4001 MAPLE AVENUE, SUITE 270
DALLAS, TEXAS 75219
CONTACT. TAYLOR BAIRD
67 \ 7
I 6
69II /
94 ' 70 + /
9� 71 0
72
92 11
3
91
0 74
5 \�
ix _—\p\�1:
76 \\\.
�i
q
9 78 _ /
, 82 81 80 �
83
84 7 / /
i 1X� '
8�/' fEEK/`gRln,.
1X
I
4/ �I
I
/44
I ix
43 1
1
42
1 1
FW CLUB
LP
0 0
m
0 m
0
}0
~ U
U
N
SCALE: 1 "=800'
WHITESTONE GOLF
COURSE ADDITION
CAB A, SLIDE 5082
I
lil
, I
III
III
III
I
III
1 IIII
2019
17161
5143
12
11
10
1
JiIilItII
lI1
.I
9 SJ BRYANT
IRVIN
6 III COMMERCIAL
7 III DEVELOPMENT
1l I LP
Ill
0 1
vj
x THRESHOLD
/ , 11 FORT WORTH ,DCO &OPMENT
5 4 3 Ill ISD ACCESS
' ,x EASEMENT
AGREEMENT
Ill
II
Ill I
111
I I
111
I1
I r/�
11 Xi STREET NAME SIGNS & STREET
FW CLUB "'� ''
LIGHT IMPROVEMENTS
LP EXHIBIT'E'
�PH OOM ��G` MAVERICK
PHASE 1
CITY PROJECT NO.105664
LJA Engineering, Inc. ZAA
6060 North Central Expressway Phone 469.621.0710
Suite 400
Dallas, Texas 75206 FRN - F-1386
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM - Maverick, Phase 1
UNIT PRICE BID
Bidlist Item
No.
Project Item Information
Description
Specification Unit of
Section No. Measure
00 42 43
DAP - BID PROPOSAL
Pagel of 6
Bidder's Application
Bidder's Proposal
Bid Unit Price I Bid Value
Quantity
UNIT I: WATER IMPROVEMENTS
1
3305.0109 Trench Safety
133 05 10
LF
32,538
_ $1.45
$47,180.10
2
3311.0261 8" PVC Water Pipe
3311 12
LF
17,038
$56.00
$954,128.00
3
3311.0251 8" DIP Water
~ 3311 10
LF
_ 60
$66.00
$3,960.00
4
33_11.0461 12" PVC Water Pipe
3311 12
LF
4,566
$112.00
$511,392.00
5
3311.0451 12" DIP Water
3_311 10
LF
252
_ _$142.00
$35,784.00
6
3311.0541 16" PVC Water Pipe
3311 10,33
LF
1112
2,646
$162.00
$428,652.00
7
____
3311.0551 16" DIP Water
3311 10
LF
680
$222.00
$150,960.00
3311.0641 24" PVC Water Pipe
3311 10,33
LF
5,697
8
11 12,3311
13,3311 14
$242.00
$1,378,674.00
9
^ 3311.0651 24" DIP Water
3311 10
LF
212
$282.00
$59,784.00
10
_
3312.0001 Fire Hydrant (Assembly)
_
33 12 40
EA
32
$7,281.25
$233,000.00
_
11
3312.2003 1" Water Service
_ 33 12 10
EA
148
$1,315.20
$194,649.60
12
_
3312.3003 8" Gate Valve
33 12 20
EA
53
$2,500.00
$132,500.00
_
13
3312.3005 12" Gate Valve
331220
EA
15
$4,500.00
$67,500.00
14
_
3312.3006 16" Gate Valve & Vault
_ 33 12 20
EA
2
$28,500.00
$57,000.00
15
3312.3008 24" Gate Valve & Vault
33 12 20
EA
9
$74,166.67
$667,500.03
16
3311.0001 Ductile Iron Water Fittings w/ Restraint
3311 11
TON
28
$13,630.114 $381,643.92
17
3312.6002 6" Blow Off Valve
33 12 60
EA
1
$14,500.00 $14,500.00
18
3312.6003 8" Blow Off Valve
_ 331260
EA
1
_ $18,500.00
$18,500.00
3312.1002 2" Combination Air Valve Assembly for
33 12 30
EA
19
Water
2
$13,500.00
$27,000.00
_ _ _ _
3312.1004 4" Combination Air Valve Assembly for
341230
EA
20
Water
1
$30,500.00
$30,500.00
21
3305.0003_ 8" Water Lowering
33 05 12
EA
36
$5,500.00
$198,000.00
_
22
3305.1003 20" Casing By Open Cut
33 05 22
LF
588
$320.00
$188,160.00
23
3305.1004 24" Casing By Open Cut
3405 22
LF
528
$380.00 _
$200,640.00
24
3305.1007 42" Casing By Open Cut
35 05 22 _
LF
505
$720.00
_$363,600.00
25_
3312.0108_Connection to Existing 24" Water Main
_
331225
EA!
1
$9,500.00
$9,500.00
_
26
3311.0452 12" DIP Water, CSS Backfill
-
-_ 3311 10
LF
427
$162.00
$69,174.00
27_
3311.0442 12" Water Pipe, CSS Backfill
3311 10,33
LF
40_
$132.00
$5,280.00
_
28
3311.0662 24" DIP Water, CSS Backfill
3311 10
LF
520
$312.00
$162,240.00
29
3137.0101 Concrete Riprap
31 37 00
SY
1,041
$82.00
___$85,362.00
30
3305.0110 Utility Markers
33 05 26
LS
1
$2,500.00
$2,500.00
31
9999.0001 Erosion Control Matting_
00 00 00 _SY_
127
$12.00
$1,524.00
32
9999.0002 Water Testing (Excluding Geotech)
_
00 00 00
LF
32,538
_ $1.38-�$44,902
44
33
�34 _
35 _
36 _
�37
38
.39 i -
40
TOTA - UNIT I: WATER IMPROVEMENTS $6,725,690.09
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Form Version September 1, 2015 20241024 Maverick Phase 1 Bid Proposal DAP (Blended Unit Prices).As
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM - Maverick, Phase 1
UNIT PRICE BID
Bidlist Item)
No,
Project Item Information
Description
00 42 43
DAP-BIDPROPOSAL
Page 2 of6
Bidder's Application
Bidder's Proposal
Specification 1 Unit of I Bid
Section No. I Measure Quantity Unit Price Bid Value
UNIT II: SANITARY SEWER IMPROV MENTS
1
3301.0002
Post -CCTV Inspection
3301 31
i LF
-21,700
$4.43
_$96,131.00
2
3301.0101
Manhole Vacuum Testing
3301 30
EA_
143
$240.28
_$34,360.04
3
J4�
3305.0109
Trench Safety
33 05 10
LF__
- 21,700
$4.00
$86,800.00
3305.0113
Trench Water Stops
33 05 15
EA_
57
$337.72
$19,250.04
5
3331.3101
4" Sewer Service
3331 50
EA
133
$950.00
$126,350.00
6
3331.4115 8" Sewer Pipe (SDR-26, ASTM 1)3_034)
33 11 10, 33
LF
16,343
$104.00 _
$1,699,672.00
3331.4119
8" DIP Sewer Pipe
3311 10
LF
87
$144.00
$12,528.00
7
3331.4208
12" PVC Sewer Pipe SDR-26
3311 10,3331
LF
894
$276.00
$246,744.00
8
12,333120
9
3331.421515"
PVC Sewer Pipe SDR-26
33 11 10, 33
LF�
984
$326.00
$320,784.00
10
3331.4324
24" Fiberglass Reinforced Sewer Pipe
3331 13
LF
499
$376.00
$187,624.00
11
3331.4408
30" Fiberglass Reinforced Sewer Pipe
3331 13
LF
1,343
$426.00
3305.1003
20" Casing By Open Cut
33 05 24
LF
25
$320.00
_�$572,118.00
$8,000.00
12
3305.1004
24" Casing By Open Cut
33 05 22
LF
429
$420.00
$180,180.00
13
14
3305.1006
36" Casing_�6 Open but.
34 05 22
226.
$620.00
$140,120.00
15
3305.1008
48" Casing By Open Cut
35 05 22
_LF
LF
30
$820.00 _
$24,600.00
16�
3331.4116
_
8" Sewer Pipe, CSS Backfill
3311 10,33
_
LF
631
$124.00
$78,244.00
3331.4216
15" Sewer Pipe, CSS Backfill
3311 10.33
LF
20
$346.00
$6,920.00
17
31 12,3331
3331.4230
_
18" DIP Sewer, CSS Backfill
3311 10
_
�LF
141
$456.00
$64,296.00
18
3331.4325
24" Fiberglass Sewer Pipe, CSS Backfill
3331 13
LF
20
$416.00
$8,320.00
19
20
3331.4409
30" Fiberglass Sewer Pipe, CSS Backfill
33 31 13
LF_
20
$466.00 .
$9,320.00
21
3339.1001
4' Manhole_
33 39 10, 33_
_EA
123
$6,921.60
�$8,850.00
$851,356.80
22
3339.1002
4' Drop Manhole
33 39 10, 33
_
EA
13
$115,050.00
3920
3339.1101
5' Manhole
33 39 10, 33-
EA
7
$10,000.00
$70,000.00
23
3920
24
3305.0112
____ __
Concrete Collar for Manhole
33 05 17
-
EA
- _-
143
$658.33
_
$94 141.19
----
25
.-__....._..:._.....
6241.2201
- �_ _
Remove 4' Sewer Manhole
---_..._4
02 41 14
EA
1
$3,500.00.
$3,500.00
26
3339.1003
4' Extra Depth Manhole
33 39 10, 33!
VF -
703
$255.17 ,_$179
486.58
- 27�
3339.1103
5' Extra Depth Manhole_
33 39 10, 33
-
84
$325.00
_ $27,300.00
�_ 28
3339.6001
Epoxy Manhole Liner
33 39 60
__VF _
VF
907
$485.00
_ $439,895.00
29
3137.0101
Concrete Riprap
31 3700
SY-
_
252
$82.00.
_$20,664.00
30
9999.0003
15" DIP Sewer Pie
00 00 00
LF
^ 246
$396.00
_ $97,416.00
31
9999.0004 15" Epoxy Coated Ductile Iron Sewer Pipe
00 00 00
- _
LF
246
$396.00 _!$97,416.00
32
9999.0005
18" Epoxy Coated Ductile Iron Sewer Pipe
00 00 00
LF
_ 226 _
_,.$425.00
_ _ $96,050.90
_
33
9999.0006 WAGER 3000 Manhole Scrubber
00 00 00
EA
1
$18,500.00
$18,500.00
34
-.35-
-
-
TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS $6,033,136.65
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Form Version September 1, 2015 20241024 Maverick Phase 1 Bid Proposal -DAP (Blended Unit Prices).xls
00 42 43
DAP - RID PROPOSAL
Page 3 of 6
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM - Maverick, Phase 1
UNIT PRICE BID Bidder's Application
Project Item Information Bidder's Proposal
Bidlist Item)
Description
I Specification
Specification
I Unit of
Bid
I
Unit Price
Bid Value
No.
No.
Measure
Quantity
II
UNIT III: DRAINAGE
IMPROVEMENTS
1
3305.0109 Trench Safety
33 05 10
LF
6,569
$2.00
$13,138.00
Post -CCTV Inspection
33 01 31
-.LF _
6_,569
$2.00
$13,138.00
3
__02
3341.0103 18"RC_P, C_ lass III
3341 10
LF
64
$65.00
$4,160.00
4
3"3 .0201 21" RCP, Class III
3341 10
LF
89
$75.00
$6,675.00.
5
3341.0205 24" RCP, Class III
33 41 10
=LF -
517
$85.,00_
_ $43,94-5A0
6
3341.0208 27" RCP, Class III
33 41 10
LF
27
$105.00
$2,835.00
7
3341.0309 36" RCP, Class III
33 41 10
574
$160,00
$91,840�00
-8
3341.0402 42" RCP, Class 111
3341 10
_LF
_LF
1,271
$_200.00
- $254,200.00
9�
3341.0409 48" RCP, Class III
34 41 10
LF
2,598
$235.00
$610,530.00
10
3341.0602 60" RCP, Class 111
3541 10
LF
1,209
$310.00
$374,790.00
11
3341.1302 6x3 Box Culvert
3341 10
LF_
2.20
T2
$450.00
$991000.00
_
�12
_
3349.0001 4' Storm Junction Box
33 49 10
_
EA
_
$5,500.00
$11,000.00
13
3349.0002 5' Storm Junction Box
33 49 10
EA
8
- $11 t500.00,
$922000.00
14
3349.0003 6' Storm Junction -Box
33 49 10
EA
7
$19,500.00
$136,500.00
15
3349.0105 5-Sided Manhole
_
33 49 10
y
EA _
_ 1
$14,500A0
$14,500.00
16-
3349.6001 10' Recessed Inlet
33 49 20
EA
2
$5,000.00
$10,000.00
17_
-
9.6002 _ .._ Rece Inlet -334920_
3349.6002 15' ssed Inlet
EA
2
$6,000.00.
_
$12,000.00
18
- -
9999 0007 12" Rock Riprap
00 00 00
SY
296..
$125.00 .
$37,000.00
19-
-
9999 0008 48" 4:1-Sloped E_nd Headwall_
_ 00 00 00
E_A_
�EA
2
$8,500.00,
_ $17,000.00
�20
9999.0009 60" 4:1 Sloped End Headwall
00 00 00
1
$12,500.00
__$12,500.00
21
9999*.0010 6'x3' PW-1 4:1 Sloped End Wingwall
00 00 00
EA
1
$19.950.00
$19.950.00
22 _. .. -
29 -
24
25
-
-27-- -
-2s
28-
,
30
31 -
-_ 32-
33 -
3_4
_ 35
_ 36'
_-37 -
38 _
39
40
41 -!
42 -
43 _
44
45
TOTAL UNIT III: DRAINAGE IMPROVEMENTS $1,876,701.00
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Form Version September 1, 2015 20241024 Maverick Pbase l Bid Proposal -DAP (Blended Unit Pdces).xls
00 42 43
DAP - BID PROPOSAL
Page 4 of 6
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM - Maverick, Phase 1
UNIT PRICE BID Bidder's Application
Project Item Information Bidder's Proposal
Bidlist Item
Description
I
I Specification
Unit of
Bid
Unit Price
Bid Value
No.
Section No.
Measure
Quantity
UNIT IV: PAVING IMPROVEMENTS
1
3211.0400 Hydrated Lime (36#/SY)
3211 29
_ TN _
, 232
$275.00
_ $63,800.00
'2
3211.0502 8" Lime Treatment (36#/SY)
3211 29
SY
12,860
$5.00
$64,300.00
3
3213.0105 10" Conc Pvmt
32 13 13
SY
12,040
$108.00
_ $1,300,320.00
4
3213.0506 Barrier Free Ramp, Type P-1
32 13 20
EA
4 _�.$2,400.00
$9,600.00
5
329001.01Topsoil
329119
�CY
_786
$28.000
_$22,008.00
6
3292.0400 Seeding, Hydromulch
32 92 13
SY
.
$2.00
_r
$14,140.00
_ _
3441.4003 Furnish/Install Alum Sign Ground Mount City
�7�070
: _ _....._._
7
Std. - Stop w/ Street Name Blades (R1-1)
3441 30
EA
- - --
1
_.
$1,000.00
-_ _ ....._ ....._.
$1,000.00
_ ...
3441.4003 Furnish/Install Alum Sign Ground Mount City
8
Std. - Speed Limit (R2-1)
34 41....30
EA
3
$500.00
$1,500.00
3441.4003 Furnish/Install Alum Sign Ground Mount City
9
Std. - Left Turn Only (R3-5L)
3441 30
, EA ^
.2 .
,$500.00
$1,000.00
_ __ _ _ __ _,ni _T �
3441.4003 Furnish/Install Alum Sign Ground Mount City
10
Std. - Stop Here For Pedestrians (R1-5b)
34 41.30
EA
1
_ $500.00
$500.00
3441.4003 Furnish/Install Alum Sign Ground Mount City
11
Std. - Left, Left, Right Only (R3-8LLR) _ -
34 41.30
EA _
4
$500.00
$2,000.00
3441.46037urnish/Install Alum Sign Ground Mount City
12
Std. - Right Lane Must Turn Right (R3-7R)
34 41.30
EA _
2 .
$500.00
$1,000.00
9999.0011 4" Conc Sidewalk
13
00 00 00
SF
_36,690
$4.25
_ $155,932.50
9999.0012 Construct 24' Pvmt Header
14
00 00 00
EA
1
$720.00,
$720.00
99 99.0013 Construct 61' Pvmt Header
_ _-
15
0, 000 00
_ EA _
1
_ $1,83Q.00
$1,830.00.
9999.0014 Pedestrian Hand Rail
16
000000
-LF
100
$140.00
__$14,000.00
9999.0015 Install FOR Barricade
17
00 00
EA
2
$800.00
$1,600.00
9999.0016 4" (White) Dashed Stripe w/ Raised
v
_ _
_ _
_
18
Pavement Markers
00 00 00
._3,579
$3.00,
_ $10,737 00
9999.0017 8" (White) Solid Stripe w/ Raised Pavement
-LF _
19
Markers _ _ _ _-
000000
- LF
_ 657
$4.00
20_
66 9A018 Lane Legend (Arrow) -- -_
00 0000�
-_ EA _
11
_ _ $500.00
$5,_5�00,00
-
21
9999 0019 Lane Legend (Only)_-
00 00 00
_ EA�
11
$500.00
_ $5,500.00
_
999.0020 12" (White) 3'-9' Dotted Lane Drop Line
00 00 00
_ LF_
_ 344
$10.00 ._
.. $3,440.00
__- -
9999.0021 6" (White) Solid Stripe wl
23
-
18" (White) Solid Stripes
000000
SF
_1,065 ,
$4.00
$4,260.00
24
-25-
-
--
--26-
-
-278
-
2�
-
2-
30
TOTAL
JNIT IV: PAVING IMPROVEMENTS.
$1,687,315.50
CITY OF FORT
WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Form Version September 1, 2015
20241024
Maverick Phase I Bid Proposal DAP (Blended Unit Prices).xls
00 42 43
DAP-BIDPROPOSAL
Page 5 of 6
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM - Maverick, Phase 1
UNIT PRICE BID
Bidder's Application
Project item Information
Bidder's Proposal
Bidlist Item
Description
I
I Specification
Unit of
Bid
Unit Price
Bid Value
No.
J Section No.
Measure
Quantity
UNIT V: STREET LIGHTING IMPROV -- IMENTS
1
2605.0111 Furnish/Install Elec Sery Pedestal
26 05 00
EA
1
$10,500.00
$10,500.00
QQ
__- _
2
...__-__.._._. __._._.. ...._........_._ _.......___ __--
2605.3015 2" Condt PVC SCH 80 (T) _
-_.._.....__—
26 05 33
_
LF�
_
— 2,992
-.-_ —___
$15.00
_�_.._..
_ $44,880.00
3
3441.3302 Rdwy Ilium Foundation TY 3,5,6, and 8
3441 20
_ EA _
_16
_ $1,80000
:$ 88,800—.00'
4
3441.3342 Rdwy Ilium TY 18 Pole
34 41 20
EA
16
$3,400A0
$54 400.00
5_
3441.1632 Install Type 33A Arm
34 41 20
_ _
EA
22
$600 00
_
_
6
_ _ _
9999.0022 Type R2 Luminaire _
00 00 00
_
EAs
22
— _
$750 00
_$13,200.00
i$16,500.00
—
$
9
10
11
—12 —
13 —
�14
15 _
16
17
18
—i —
—20 - -
Z_3
24
25
26
27
28
29
30
31
33 34_
35 _
36 _
37
38
3g-
40
41 i
42 -�
43�
44
45
TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS $168,280.00
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Form Version September 1, 2015 20241024 Maverick Phase 1 Bid Proposal DAP (Blended Unit Prices).xls
00 42 43
DAP -BID PROPOSAL
Page 6 of 6
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM - Maverick, Phase 1
UNIT PRICE BID Bidder's Application
Project Item Information
Bidlist Item I I Description Specification I Unit of I Bid
No. Section No. Measure Quantity
Bid Summary
UNIT I: WATER IMPROVEMENTS
UNIT II: SANITARY SEWER IMPROVEMENTS
UNIT III: DRAINAGE IMPROVEMENTS
UNIT IV: PAVING IMPROVEMENTS
UNIT V: STREET LIGHTING IMPROVEMENTS
UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS
This Bid is submitted by the entity named below:
BIDDER:
Conatser Construction TX, L.P.
5327 Wichita Street
Fort Worth, TX 76119
Contractor agrees to complete WORK for FINAL ACCEPTANCE within
CONTRACT commences to run as provided in the General Conditions.
Total Construction Bid
BY: BROCK HUGGINS
TITLE: PRESIDENT
DATE: 10/28/2024
END OF SECTION
Bidder's Proposal
Unit Price I Bid Value
$6,725,690.09
$6,033,136.65
$1,876,701.00
$1,687,315.50
$168,280.00
N/A
$16,491,123.24
260 working days after the date when the
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Foam Version September 1, 2015 20241024 Maverick Phase l Bid Proposal DAP (Blended Unit Prices).xls