HomeMy WebLinkAboutContract 62855City of Fort Worth, Texas Page 1 of 18
Standard Community Facilities Agreement
Rev. 9/21
Received Date: _______________
Received Time: _______________
Developer and Project Information Cover Sheet:
Developer Company Name: Quail Valley Devco V, LLC
Address, State, Zip Code: 400 S. Record Street Suite 1200 Dallas, Texas 75202
Phone & Email: 214-292-3410 | scarpenter@republicpropertygroup.com
Authorized Signatory, Title: Seth Carpenter, Vice President
Project Name: Walsh Ranch Quail Valley Planning Area 5B
Brief Description: Water, Sewer, Paving Drainage, Street Lights & Signs
Project Location: Walsh Ranch Quail Valley - Planning Area 5B
Plat Case Number: Not provided Plat Name: Not provided
Mapsco: 761G Council District: 3
CFA Number: 24-0108 City Project Number: 105440 | IPRC24-0034
City of Fort Worth, Texas Page 2 of 18
Standard Community Facilities Agreement
Rev. 9/21
City Contract Number: _______________________
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 Quail Valley Devco V, LLC
(“Developer”), acting by and through its duly authorized representative. City and Developer are referred to
herein individually as a “party” and collectively as the “parties.”
WHEREAS, Developer is constructing private improvements or subdividing land within the
corporate limits of Fort Worth, Texas or its extraterritorial jurisdiction, for a project known as Walsh
Ranch Quail Valley Planning Area 5B (“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 Page 3 of 18
Standard Community Facilities Agreement
Rev. 9/21
2.
Incorporation of Engineering Plans
The engineering plans for the Improvements that have been approved by the City (“Engineering
Plans”) are incorporated into this Agreement by reference as if fully set out herein. Developer shall provide
at its expense, unless otherwise agreed to by City, all engineering drawings and documents necessary to
construct the Improvements required by this Agreement.
3.
Description of Improvements; Exhibits and Attachments
The following exhibits describe the general location, nature and extent of the Improvements that
are the subject of this Agreement and are attached hereto and incorporated herein by reference:
Exhibit A: Water
Exhibit A-1: Sewer
Exhibit B: Paving
Exhibit B-1: Storm Drain
Exhibit C: Street Lights & Signs
The Location Map and Cost Estimates are also attached hereto and incorporated herein by
reference. To the extent that Exhibits A, A-1, B, B-1, C, the Location Map, or the Cost Estimates
conflict with the Engineering Plans, the Engineering Plans shall control. If applicable, Attachment 1 –
Changes to Standard Community Facilities Agreement, Attachment 2 – Phased CFA Provisions, and
Attachment 3 – Concurrent CFA Provisions, are attached hereto and incorporated herein for all
purposes.
4.
Construction of Improvements
Developer agrees to cause the construction of the Improvements contemplated by this Agreement
and that said construction shall be completed in a good and workmanlike manner and in accordance with
all City standards and specifications, the Engineering Plans, the Cost Estimates provided for the
Improvements, and this Agreement. Developer acknowledges that City will not accept the Improvements
until the City receives affidavits and lien releases signed by Developer’s contractors verifying that the
contractors, and all subcontractors and material suppliers, have been paid in full for constructing the
Improvements, and consent of the surety on payment and performance bonds provided for the
Improvements.
5.
Financial Guarantee
Developer has provided the City with a financial guarantee in the form and amounts set forth in
this Agreement which guarantees the construction of the Improvements and payment by Developer of
all contractors, subcontractors, and material suppliers for the Improvements (“Financial Guarantee”).
Developer shall keep the Financial Guarantee in full force and effect until released by the City and shall
not reduce the amount of the Financial Guarantee unless authorized by the City in accordance with the
CFA Ordinance.
City of Fort Worth, Texas Page 4 of 18
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 5 of 18
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 6 of 18
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 ON ACCOUNT
OF ANY INJURIES OR DAMAGES SUSTAINED BY ANY PERSONS, INCLUDING DEATH,
OR TO ANY PROPERTY, RESULTING FROM OR IN CONNECTION WITH THE
CONSTRUCTION, DESIGN, PERFORMANCE OR COMPLETION OF ANY WORK TO BE
PERFORMED BY SAID DEVELOPER, ITS CONTRACTORS, SUBCONTRACTORS,
OFFICERS, AGENTS OR EMPLOYEES, OR IN CONSEQUENCE OF ANY FAILURE TO
PROPERLY SAFEGUARD THE WORK, OR ON ACCOUNT OF ANY ACT, INTENTIONAL
OR OTHERWISE, NEGLECT OR MISCONDUCT OF SAID DEVELOPER, ITS
CONTRACTORS, SUB-CONTRACTORS, OFFICERS, AGENTS OR EMPLOYEES,
WHETHER OR NOT SUCH INJURIES, DEATH OR DAMAGES ARE CAUSED, IN WHOLE
OR IN PART, BY THE ALLEGED NEGLIGENCE OF THE CITY 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 CFA ORDINANCE,
AND IN ACCORDANCE WITH ALL PLANS AND SPECIFICATIONS.
13.
Right to Enforce Contracts
City of Fort Worth, Texas Page 7 of 18
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 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 Services Quail Valley Devco V, LLC
Contract Management Office 400 S. Record Street Suite 1200
City of Fort Worth Dallas, Texas 75202
100 Fort Worth Trail
Fort Worth, Texas 76102
City of Fort Worth, Texas Page 8 of 18
Standard Community Facilities Agreement
Rev. 9/21
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
Or to such other address one party may hereafter designate by notice in writing addressed and
mailed or delivered to the other party hereto.
17.
Right to Audit
Developer agrees that, until the expiration of three (3) years after acceptance by the City of the
Improvements constructed pursuant to this Agreement, that the City shall have access to and the right to
examine any directly pertinent books, documents, papers and records of the Developer involving
transactions relating to this Agreement. Developer agrees that the City shall have access during normal
working hours to all necessary Developer facilities and shall be provided adequate and appropriate
workspace in order to conduct audits in compliance with the provisions of this section. The City shall give
Developer reasonable advance notice of intended audits.
Developer further agrees to include in all contracts with Developer’s contractors for the
Improvements a provision to the effect that the contractor agrees that the City shall, until the expiration of
three (3) years after final payment under the contract, have access to and the right to examine any directly
pertinent books, documents, papers and records of such contractor, involving transactions to the contract,
and further, that City shall have access during normal working hours to all of the contractor’s facilities, and
shall be provided adequate and appropriate work space in order to conduct audits in compliance with the
provisions of this section. City shall give Developer’s contractors reasonable advance notice of intended
audits.
18.
Independent Contractor
It is expressly understood and agreed that Developer and its employees, representative, agents,
servants, officers, contractors, subcontractors, and volunteers shall operate as independent contractors as to
all rights and privileges and work performed under this Agreement, and not as agents, representatives or
employees of the City. Subject to and in accordance with the conditions and provisions of this Agreement,
Developer shall have the exclusive right to control the details of its operations and activities and be solely
responsible for the acts and omissions of its employees, representatives, agents, servants, officers,
contractors, subcontractors, and volunteers. Developer acknowledges that the doctrine of respondeat
superior shall not apply as between the City and its officers, representatives, agents, servants and
employees, and Developer and its employees, representatives, agents, servants, officers, contractors,
City of Fort Worth, Texas Page 9 of 18
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 10 of 18
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 11 of 18
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 I-9 forms and supporting eligibility
documentation for each employee who performs work under this Agreement. Developer shall adhere to all
Federal and State laws as well as establish appropriate procedures and controls so that no services will be
performed by any Developer employee who is not legally eligible to perform such services. DEVELOPER
SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES,
LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY DEVELOPER,
DEVELOPER’S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written
notice to Developer, shall have the right to immediately terminate this Agreement for violations of this
provision by Developer.
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 12 of 18
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 13 of 18
Standard Community Facilities Agreement
Rev. 9/21
36.
Cost Summary Sheet
Project Name: Walsh Ranch Quail Valley Planning Area 5B
CFA No.: 24-0108 City Project No.: 105440 IPRC No.: 24-0034
Items Developer's Cost
A. Water and Sewer Construction
1. Water Construction 594,330.00$
2. Sewer Construction 599,829.00$
Water and Sewer Construction Total 1,194,159.00$
B. TPW Construction
1. Street 1,308,674.50$
2. Storm Drain 221,670.00$
3. Street Lights Installed by Developer 379,692.00$
4. Signals -$
TPW Construction Cost Total 1,910,036.50$
Total Construction Cost (excluding the fees):3,104,195.50$
Estimated Construction Fees:
C. Construction Inspection Service Fee $84,375.00
D. Administrative Material Testing Service Fee $11,850.80
E. Water Testing Lab Fee $843.75
Total Estimated Construction Fees:97,069.55$
Financial Guarantee Options, choose one Amount
Choice
(Mark one)
Bond = 100%3,104,195.50$
Completion Agreement = 100% / Holds Plat 3,104,195.50$ X
Cash Escrow Water/Sanitary Sewer= 125%1,492,698.75$
Cash Escrow Paving/Storm Drain = 125%2,387,545.63$
Letter of Credit = 125% 3,880,244.38$
Escrow Pledge Agreement = 125% 3,880,244.38$
City of Fort Worth, Texas Page 14 of 18
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
Jesica McEachern
Assistant City Manager
Date: __________________
Recommended by:
Dwayne Hollars
Sr. Contract Compliance Specialist
Development Services
Approved as to Form & Legality:
Jackson Skinner
Assistant City Attorney
M&C No. N/A
Date:
Form 1295: N/A
ATTEST:
Jannette S. Goodall
City Secretary
DEVELOPER
Quail Valley Devco V, LLC
Seth Carpenter
Vice President
Date:
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.
Rebecca Diane Owen
Development Manager
City of Fort Worth, Texas Page 15 of 18
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
Attachment 1 - Changes to Standard Community Facilities Agreement
Attachment 2 – Phased CFA Provisions
Attachment 3 – Concurrent CFA Provisions
Location Map
Exhibit A: Water Improvements
Exhibit A-1: Sewer Improvements
Exhibit B: Paving Improvements
Exhibit B-1: Storm Drain Improvements
Exhibit C: Street Lights and Signs Improvements
Cost Estimates
(Remainder of Page Intentionally Left Blank)
City of Fort Worth, Texas Page 16 of 18
Standard Community Facilities Agreement
Rev. 9/21
ATTACHMENT “1”
Changes to Standard Community Facilities Agreement
City Project No. 105440
None
City of Fort Worth, Texas Page 17 of 18
Standard Community Facilities Agreement
Rev. 9/21
ATTACHMENT “2”
Phased CFA Provision
City Project No. 105440
The improvements being constructed by Developer pursuant to this Agreement will connect to
improvements Developer is constructing under a separate Community Facilities Agreement that have not
been completed and accepted by the City. 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 by Developer under the separate Community Facilities
Agreement (Walsh Ranch Quail Valley Planning Area 5A, City Project No. 105436) 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.
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
City of Fort Worth, Texas Page 18 of 18
Standard Community Facilities Agreement
Rev. 9/21
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 ECONOMIC DAMAGES PROPERTY LOSS,
PROPERTY DAMAGES AND PERSONAL INJURY, (INCLUDING DEATH), OF ANY KIND OR
CHARACTER, WHETHER REAL OR ASSERTED. DEVELOPER HEREBY EXPRESSLY
RELEASES AND DISCHARGES CITY FROM ANY AND ALL LIABILITY FOR DAMAGES,
INCLUDING, BUT NOT LIMITED TO ANY AND ALL ECONOMIC DAMAGES, PROPERTY LOSS,
PROPERTY DAMAGE 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
ANY AND ALL CLAIMS (WHETHER AT LAW OR IN EQUITY), LIABILITIES, DAMAGES
(INCLUDING ANY AND ALL ECONOMIC DAMAGES, PROPERTY LOSS, PROPERTY DAMAGES
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
WHOLE OR IN PART, BY THE ALLEGED NEGLIGENCE OF THE CITY OF FORT WORTH, ITS
OFFICERS, SERVANTS, OR EMPLOYEES.
DEVELOPER:
Name: Seth Carpenter
Title: Vice President
DEVELOPER:QUAIL VALLEY DEVCO V, LLC400 S RECORD ST, SUITE 1200DALLAS, TEXAS 75202LOCATION MAPCPN: 105440MAPSCO NO: 761-GCOUNCIL DISTRICT: 3SCALE: N.T.S.WALSH RANCH - QUAIL VALLEYPLANNING AREA 5B - (PA5B)December 4, 2024PROJECT SITE
W
S
5
SPRING M ESQUITE DRIVEWS5WS5W S 5WS5
WS5WS
5 WANDERING CREEKA L L E Y A
G A M E C R E E K T R A IL
RED HEN LANEGRAND CABLE WAYPAINTED SKY TRAILDEVELOPER:
QUAIL VALLEY DEVCO V, LLC
400 S RECORD ST, SUITE 1200
DALLAS, TEXAS 75202
CONTACT: SETH CARPENTER
PHONE: (214) 292-3410
JGASCA 12/04/2024 3:14PM H:\PROJ\R303061.41 - WR - PA5\05 DESIGN\CIVIL\CFA\5B\PA5B-WATER_CFA.DWGEXHIBIT A- WATER
CPN: 105440
WALSH RANCH - QUAIL VALLEY
PLANNING AREA 5B - (PA5B)
December 4, 2024
LEGEND
PROPOSED 6" WATER LINE
PROPOSED 8" WATER LINE
8" WATER LINE
W
S
5
S S
S P R I N G M E S Q U I T E D R I V EWANDERING CREEKA L L E Y A
G A ME C R E E K T R A IL
RED HEN LANEGRAND CABLE WAYPAINTED SKY TRAILDEVELOPER:
QUAIL VALLEY DEVCO V, LLC
400 S RECORD ST, SUITE 1200
DALLAS, TEXAS 75202
CONTACT: SETH CARPENTER
PHONE: (214) 292-3410
JGASCA 12/04/2024 3:15PM H:\PROJ\R303061.41 - WR - PA5\05 DESIGN\CIVIL\CFA\5B\PA5B-SEWER_CFA.DWGEXHIBIT A1- SEWER
CPN: 105440
WALSH RANCH - QUAIL VALLEY
PLANNING AREA 5B - (PA5B)
December 4, 2024
LEGEND
PROPOSED 8" SEWER LINE
8" SEWER LINE
PROPOSED MANHOLES
MANHOLES
W
S
5
SPRING M ESQUITE DRIVEWANDERING CREEKA L L E Y A
G A ME C R E E K T R A IL
RED HEN LANEGRAND CABLE WAYPAINTED SKY TRAILDEVELOPER:
QUAIL VALLEY DEVCO V, LLC
400 S RECORD ST, SUITE 1200
DALLAS, TEXAS 75202
CONTACT: SETH CARPENTER
PHONE: (214) 292-3410
JGASCA 12/04/2024 3:19PM H:\PROJ\R303061.41 - WR - PA5\05 DESIGN\CIVIL\CFA\5B\PA5B-PAVING_CFA.DWGEXHIBIT B- PAVING
CPN: 105440
WALSH RANCH - QUAIL VALLEY
PLANNING AREA 5B - (PA5B)
December 4, 2024
LEGEND
6" REINFORCED CONCRETE
SIDEWALK BY DEVELOPER
SIDEWALK BY HOMEBUILDER
H.C RAMPS BY DEVELOPER
6" REINFORCED CONCRETE
W
S
5
SPRING M ESQUITE DRIVEWANDERING CREEKA L L E Y A
G A ME C R E E K T R A IL
RED HEN LANEGRAND CABLE WAYPAINTED SKY TRAILDEVELOPER:
QUAIL VALLEY DEVCO V, LLC
400 S RECORD ST, SUITE 1200
DALLAS, TEXAS 75202
CONTACT: SETH CARPENTER
PHONE: (214) 292-3410
JGASCA 12/04/2024 3:55PM \\HZI\SRV\FTW\DISK2\PROJ\R303061.41 - WR - PA5\05 DESIGN\CIVIL\CFA\5B\PA5B-STORMDRAIN_CFA.DWGEXHIBIT B1- STORM DRAIN
CPN: 105440
WALSH RANCH - QUAIL VALLEY
PLANNING AREA 5B - (PA5B)
December 4, 2024
LEGEND
STORM DRAIN INLET
STORM DRAIN HEADWALL
W
S
5
SPRING M ESQUITE DRIVEWANDERING CREEKA L L E Y A
G A ME C R E E K T R A IL
RED HEN LANEGRAND CABLE WAYPAINTED SKY TRAILDEVELOPER:
QUAIL VALLEY DEVCO V, LLC
400 S RECORD ST, SUITE 1200
DALLAS, TEXAS 75202
CONTACT: SETH CARPENTER
PHONE: (214) 292-3410
JGASCA 12/04/2024 3:20PM \\HZI\SRV\FTW\DISK2\PROJ\R303061.41 - WR - PA5\05 DESIGN\CIVIL\CFA\5B\PA5B-LIGHTING_CFA.DWGEXHIBIT C- STREET LIGHTS & SIGNS
CPN: 105440
WALSH RANCH - QUAIL VALLEY
PLANNING AREA 5B - (PA5B)
December 4, 2024
LEGEND
PROPOSED STREET LIGHTS
PROPOSED STREET SIGN
STREET LIGHTS
STREET SIGN
0o az aa
DAP - BID PROPOSAL
Page 1 of3
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM PASB
UNIT PRICE BID
Bidder's Application
Project Item Tnfomiation Bidder's Proposal
Bidlist Specificstion Unit of
Item No. Description Section No. Meas�se B�d Quantity Unit Price Bid Value
NIT I: WATER IMPROVEMfNTS
1 0241.1118 4"-12" Pressure Plug 02 41 14 EA 1 $1,500.00 $1.500.00
2 3305.0109 Trench Safety 33 OS 1d LF 5,180 $2.00 $10,360.00
3 33U5.1003 20" Casing By Open Cut 33 05 22 LF 20 $380.00 $7,600.00
4 3305.2002 8" Water Carrier Pipe 33 Q5 24 LF 20 $100.00 $2,000.00
5 3311.0001 Ductile Iron Water Fittings w/ i2estraint 33 11 11 TON 2.7 $9,500.OD $25,650.00
6 3311.0141 6" Water Pipe 33 11 10 LF 160 $58.OD $9,280.00
7 3311.0251 8" DIP Water 33 11 10 LF 450 $72.00 $32,400.0�
8 3311.0254 8" DIP Water, CLSM Backfill _ 33 14 10 LF 80 $92.00 $7,360.00
9 3311.0261 8" PVC Water Pipe 33 11 12 LF 4,470 $62.00 $277,140.00
�..�..__.._�_- , _.___
10 3312.0001 Fire Hydrant 33 12 4Q EA 3 $6,500.00 $19,500.�0
s�_---- - W �_ ... _ _._-_�:_ _� ._._.
11 3312.0117 Connection to F,cisting 4"-12" Water Main 33 12 25 EA 2 $2,500.00 $5,000.00
12 3312.2o03 1" Water Service 33 12 10 EA 101 $1,400.00 $141,400.00
13 3312.3002 6" Gate Valve 3312 20 EA 1 $1,800.00 $1,800.00
14 3312.3003 8" Gate Val�e 33 12 2Q EA 18 $2,500.00 $45,000.00
15 9999.0002 12" 115 PSI Flexihle Encasing Pipe 00 06 00 LF 48 $80.00 $3,840.00
!16 3312.0002 Water Sampling Station 33 12 50 EA 1 $4,500.00 $4,500.00
-17� r � _
18
19
20
TOTAL UNIT 1: WATER IMPROVEMENTS $594,330.00
UNIT II: SANITARY SEWER IMPROVEMENTS
1 3301.0002 Post-CCN Inspection 33 01 3i LF 3,338 $3.00 $10,014.00
---- --- __�.. _ . -��� _ .. ....._..._ _�... ..-� _- _..---------
2 3301.0701 Manhole Vacuum Testing 33 09 30 EA 33 $200.00 $6,600.00
3 3305.0109 Trench Safety 33 0510 LF 3,338 $2.00 $6,676.00
�4� 3331.3101 4" Sewer Service 33 31 50 EA 84 $950.00 $79,800.00
3331.4115 8" Sewer Pipe 33 11 10,
5 33 31 12, LF
_.._ _., ..� . __ .-- - :. .�r - �33 31 20 3,198 $78 00 $249�444.00
3331.4116 8" Sewer Pipe, CSS Backfill 33 11 10,
6 33 31 12, LF
_. _ _ _�___,___, 3_3_31 20 _ 140 $98.00 $13,720.00
��_
7 3339.0001 Epoxy Manhole Liner 33 39 60 VF 1o5 $485.00 $50,925.00
-_ - a_��_ _ � - -w _ _. .�.._
$ 3339 1001 4' Manhole 33 39 10, �
. �_ 33 39 20 _ _ 30 _ $4,500.00 $135,000.00
9 3339.1002 4' Drop Manhole 33 39 10, EA
__��_,_�._____._- ._..�_._...� 33_3_9_2q. 3�_$6500.00�$19,500_00.
�Q 3339.1UO3 4' Extra Depth Manhole 33 39 10, VF
- ,- �----.- _____�_� 33 39_20 118 _ $225.00 =$26,550,00
11 9999.0004 12" 150 PSI Encasing Pipe 00 00 00 LF 2p $80.00 $1,600.00
- _:- _,- _.___ ---- �- _ �-�__ -__
12
13 � �
14
15
i�6
17
-�$- -
_ :1-9 -
l2��
T TAL N II: SqNITARY SEWER MPROVEMENTS $599,829.00
CITY OF FORT W ORTH
STANDARD CONSTRUCTTON SPECIF7CATION DOCUMETJTS - DEVELOPER AWARDED PROJEC['S
Form Version Maa 22, 2019 WR-SB_00 42 4S_Bid Proposal_DAP_No Lighu_2025-01-Ib.xls
0o az a�
DAP-BIDPROPOSAL
Page 2 of 3
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM PA5B
UNIT PRICE BID
Bidder's Application
Project Item Information Bidder's Proposal
Bidlist Descriptiou Specification Unit of gid Quanrity Unit Price Bid Value
Item No. Section No. Measure
UNIT : D NA E MPRQVEMENT
1 3137.0104 Medium Stone Riprap, dry 31 37 �0 SY 108 $145.00 $15,660.00
��z �___ _..�-_n.,�.� _._-.._._ ._,..__ _�..� �_�... --T....��_a.
2 3301.0002 Post-CCN Inspectian 33 01 31 LF 898 $3.00 $2,694.00
--� .� - ,�.-_ ��. �-_ ---_�-_
3 3305.0109 TrenchSafety 330510 LF 898 $2.00 $1,796.00
� :_�_ -�-_ - �a.--- :=�,.=u
4 3341.0201 21" RCP, Class III 3341 10 LF 142 $75.00 $10,650.00
5! 3341.0205 24" RCP, Class III 33 41 1 Q � LF 232 $85.00 $19,720.00
6 3341.0302 30" RCP, Class III 33 41 10 LF 160 $11 D.00 $17,600.00
- -- - .�. _.. ��� -- _�_-_ . , � ___r_ __Y-= � _ --
7 3341.0309 36" RCP, Class III 33 41 1 D LF 257 $15�.00 $38,550.00
_. , �- _.�s.+_�.n--� �_T -�-_-�, z--� �_. : �.� - �_ .�- _��-_-_
8 3341.0402 42" RCP, Class III 33 43 10 LF 107 $200.00 $21,400.00
9 3349.0002 5' Storm Junction Box 33 4910 EA 1 $8,OOOA� �$8,000.00
„ -. ��3 ,.�_� _�_ �____. ._„_._
10 3349.0001 4' Storm Junction Box 33 4910 EA 5 $7,00�.00 $35,000.00
:--,. -., ,�.��_, �,�. � ��_ __ :a�== � - - . , _ e
11 3349.50D1 15' Curb Inlet 33 49 20 EA 4 $5,200.00 $20,800.00
12 3349.5003�20' Curb Inlet 33 49 20 EA 4 $6,2�O.Od i$24,800.00
- ---_-��_�_ � -_ _ ---�.. _- �..�_ _ _
13 3305.0112 Concrete Collar for Manhole 33 05 17 EA 2 $2,500.OD $5,000.00
�__ _ _ ___.___..__ .- , -�-
14
-� 5--
-16-
17
18! -
19
20
TOTAL UNIT III: DRAINAGE IMPROVEMENTS $221,67�.00
UNIT IV: PAVING IMPROVEMENTS
1 3211.0400 Hydrated Lime (6" Pavement @ 36 Ibs/sy) 32 11 29 TON 321.4 $270.00 $86,778.d0
__� .. _ _._,_ __.__�..�_ _ _ _ : __ _�." . __. __�._ . -_.._..�_ -_,�_.e.- ._...�_..... --
2 3211.0501 6" Lime Treatment 32 11 29 SY 17,857 $4.00 $71,428.00
� - -�- - -_�. � ---�.. _ - : - s--, �
-- - - - - - _-= -
3 3213.0101 6 Conc Pvmt 3213 13 SY 16,697 $64.00 $1 068,608.00
:._� _ ��, - - � �.z�_T-__-----
4 3213.0302 5" Conc Sidewalk 3213 20 SF 4,53� $5.25 $23,782.50
_ ---�� �-_- ��� :„�..� . _d
5 3213.0506 Barrier Free Ramp, Type P-1 32 13 20 EA 12 $2,400.00 $28,800.00
�� __ = - �- _ -- --_ �. g -,- a _ �- -�_- ---- - - -- .
6 3217.0504 Preformed Thermoplastic Corttrast Markings - 24" 32 17 23 LF
StopBars__,-__ __....._. _._�.-�_.___._� ----- __._.___.__. 14 $30.00 $420.00
� 9999.0001 Furnish/lnstall Walsh Ranch Style Sign post 8� 00 00 0� EA
---
Foundation w/ Regulato,ry Si9n &.Name Blades _ _ . . _. _ !_r� 14 $2,000.00 _ $28,000_00
8 3292.�100 Block Sod Placement 32 9213 SY 858 $1.00 $858.00
-_- ---- - ------ - --- --.-, _- _ � , =�-
°_--
9
�70 �
11
'12�
13
14
�15
_ � 6 � _.-- -
__.17 _
18
19�
20 - -
TOTAL UNIT IV: PAV NG MPR VEMENT $1,308,674.50
CITY OF FORT WOR7H
STANDARD CONSIRUC170N SPECffICAT10N DOCUMENTS - DEVELOPER AWARDED PR07ECTS
Fortn Version hlay 22, 2019 WR-SB_00 42 43_Bid Proposal_DAP_No Lights_2025-01-16.x1s
00 42 43
DAP - BID PROPOSAL
Page i of 3
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID
PA5B
Bidder's Application
Project Item Information Bidder's Proposal
Bidlist Specification Unit of
Item No. ��ription Section No. Measure Bid Quantity Unit Price Bid Value
Bid Summary
UNIT I: WATER IMPROVEMENTS
UNIT II: SANITARY SEWER IMPROVEMENTS
UNIT III: DRAINAGE IMPROVEMENTS
UNIT IV: PAVING IMPROVEMENTS
Total ConstrucNon
This Bid is submitted by the entity named below:
BIDDER:
FORT V1'ORTH, TR '�; i i
BY: 13KOi h III i,(.I�.
TITLE: 1' 1t IS ti l ll}:: ti'I
DATE:
ContraMor agrees to complete WORK for FINAL ACCEPTANCE within
CO1V7'RACT commences to run as provided iu the General Condi6ons.
$599
$221
$1,308
21N) worldng days after tLe date when the
END OF SECI'ION
Cf[Y OF FORT WOR7N
S"CANDARD CONSTRUC770N SPECIFICAT[ON DOCUMEIYTS - DEVELOPER AWARDED PROIECTS
Form Version May 22, 2019 WR-SB_00 42 43_Bid Proposal_DAP_No Ligh[s_2025-01-16.x1s
00 42 43
DAP - BID PROPOSAL
Page 1 of 1
1 2605.3015 2" CONDT PVC SCH 80 (T) 26 05 33 LF 4,758 $16.00 $76,128.00
2 3441.1408 NO 6 Insulated Elec Condr 34 41 10 LF 4,758 $8.00 $38,064.00
3 3441.1501 Furnish/Install Ground Box Type B 34 41 10 EA 24 $1,000.00 $24,000.00
4 3441.1733 Rdwy Illum Foundation TY 11 34 41 20 EA 35 $1,400.00 $49,000.00
5 9999.0003 Furnish/Install Walsh Ranch 14ft Street Light Pole &
LED Fixture
00 00 00 EA 35 $5,500.00 $192,500.00
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
This Bid is submitted by the entity named below:
BIDDER: BY:
CONATSER CONSTRUCTION TX, L.P.
5327 WICHITA ST.
TITLE:
FORT WORTH, TX 76119 DATE:
END OF SECTION
Bidlist
Item No.
PRESIDENT
BROCK HUGGINS
$379,692.00
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
Bid Summary
Bidder's Proposal
Description Bid Quantity
Project Item Information
Contractor agrees to complete WORK for FINAL ACCEPTANCE within working days after the date when the
CONTRACT commences to run as provided in the General Conditions.
UNIT PRICE BID Bidder's Application
Specification
Section No.
Unit of
Measure
UNIT V: STREET LIGHTING IMPROVEMENTS
$379,692.00Total Construction Bid
PA5B
$379,692.00
TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS
UNIT V: STREET LIGHTING IMPROVEMENTS
Unit Price Bid Value
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Form Version May 22, 2019 WR-5B_00 42 43_Bid Proposal_DAP_Lights_2024-10-24
City of Fort Worth, Texas
Standard Completion Agreement – Self-Funded Revised 06.14.2024 DH
CFA Official Release Date: 07.01.2015
Page 1 of 15
COMPLETION AGREEMENT – SELF FUNDED
This COMPLETION AGREEMENT (“Agreement”), is made and entered into by and between
the City of Fort Worth, (“City”) and Quail Valley Devco V, LLC, a Texas Limited Liability Company,
authorized to do business in Texas, (“Developer”), effective as of the last date executed by a Party hereto.
The City and the Developer may collectively be called the “Parties”.
WITNESSETH:
WHEREAS, the Developer owns that certain tract of real property that contains approximately
29.80 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-24 144; and
WHEREAS, the Developer and the City have entered into a Community Facilities Agreement
relating to the development, Walsh Ranch Quail Valley Planning Area 5B 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 Three Million One Hundred Four Thousand One Hundred Ninety-Five Dollars and Fifty
Cents (3,104,195.50, hereinafter called the “Completion Amount”. Notwithstanding the foregoing,
it is acknowledged that the actual costs of completion of the Community Facilities may vary as a
City of Fort Worth, Texas
Standard Completion Agreement – Self-Funded Revised 06.14.2024 DH
CFA Official Release Date: 07.01.2015
Page 2 of 15
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.
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;
City of Fort Worth, Texas
Standard Completion Agreement – Self-Funded Revised 06.14.2024 DH
CFA Official Release Date: 07.01.2015
Page 3 of 15
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
Development Services Department
100 Fort Worth Trail
Fort Worth, Texas 76102
Attention: Contract Management Office
Rebecca Owen, Development Manager
Email: Rebecca.Owen@fortworthtexas.gov
Confirmation Number: 817-392-7810
With a copy thereof addressed and delivered as follows:
Office of the City Attorney
City of Fort Worth
100 Fort Worth Trail
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:
Quail Valley Devco V, LLC
400 S. Record Street Suite 1200
Dallas, Texas 75202
A party may change its address for notice upon prior written notice to the other parties
pursuant to the terms hereof.
City of Fort Worth, Texas
Standard Completion Agreement – Self-Funded Revised 06.14.2024 DH
CFA Official Release Date: 07.01.2015
Page 4 of 15
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.
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 06.14.2024 DH
CFA Official Release Date: 07.01.2015
Page 5 of 15
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:
Jesica McEachern
Assistant City Manager
Date:
Approved as to Form & Legality:
Jackson Skinner
Assistant City Attorney
Date: _____________
ATTEST:
Jannette Goodall
City Secretary
DEVELOPER:
Quail Valley Devco V, LLC
Seth Carpenter
Vice President
Date:
City of Fort Worth, Texas
Standard Completion Agreement – Self-Funded Revised 06.14.2024 DH
CFA Official Release Date: 07.01.2015
Page 6 of 15
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 06.14.2024 DH
CFA Official Release Date: 07.01.2015
Page 7 of 15
ATTACHMENT “1”
Changes to Standard Agreement
Self-Funded Completion Agreement
None
City of Fort Worth, Texas
Standard Completion Agreement – Self-Funded Revised 06.14.2024 DH
CFA Official Release Date: 07.01.2015
Page 8 of 15
EXHIBIT A
LEGAL DESCRIPTION
BEING a 29.80-acre tract of land situated in the G.E. & A.H. Tandy
Survey, Abstract No. 2356 and the I. & G.N. R.R. Company Survey,
Abstract No. 1996, Parker County, Texas and also being a portion of a
called 212.7-acre tract of land described by Special Warranty Deed to
Quail Valley Devco V, LLC as recorded in Document No. 202426155 of
the Official Public Records, Parker County, Texas (O.P.R.P.C.T.) and
being more particularly described by metes and bounds as follows:
COMMENCING at a 5/8-inch iron rod found with plastic cap stamped
“Huitt-Zollars” at the common most southwesterly corner of Walsh
Ranch – Quail Valley, an addition to the City of Fort Worth, Texas as
recorded in Cabinet F, Slide 634 of the Plat Records of Parker County,
Texas (P.R.P.C.T.) and the northwest corner of said 212.7-acre tract,
said point also being on the future easterly right-of-way line of Legacy
Park Boulevard;
THENCE South 03 degrees 45 minutes 02 seconds West, along the
common easterly line of said 212.7-acre tract and said easterly right-of-
way line, a distance of 326.34 feet, to a 5/8-inch iron rod set with
plastic cap stamped “Huitt-Zollars” for the POINT OF BEGINNING of the
herein described tract;
THENCE , departing said common line and over and across said 212.7-
acre tract the following courses:
North 79 degrees 45 minutes 19 seconds East a distance of
334.95 feet, to a 5/8 inch iron rod set with plastic cap stamped
"Huitt-Zollars";
North 57 degrees 00 minutes 33 seconds East a distance of 79.01
feet, to a 5/8 inch iron rod set with plastic cap stamped "Huitt-
Zollars";
North 77 degrees 51 minutes 57 seconds East a distance of
153.97 feet, to a 5/8 inch iron rod set with plastic cap stamped
"Huitt-Zollars";
North 61 degrees 31 minutes 57 seconds East a distance of 70.05
feet, to a 5/8 inch iron rod set with plastic cap stamped "Huitt-
Zollars";
City of Fort Worth, Texas
Standard Completion Agreement – Self-Funded Revised 06.14.2024 DH
CFA Official Release Date: 07.01.2015
Page 9 of 15
South 30 degrees 37 minutes 26 seconds East a distance of
125.00 feet, to a 5/8 inch iron rod set with plastic cap stamped
"Huitt-Zollars";
North 59 degrees 22 minutes 34 seconds East a distance of 20.00
feet, to a 5/8 inch iron rod set with plastic cap stamped "Huitt-
Zollars";
North 30 degrees 37 minutes 26 seconds West a distance of
125.00 feet, to a 5/8 inch iron rod set with plastic cap stamped
"Huitt-Zollars";
North 59 degrees 22 minutes 34 seconds East a distance of 79.00
feet, to a 5/8 inch iron rod set with plastic cap stamped "Huitt-
Zollars";
North 59 degrees 51 minutes 04 seconds East a distance of 78.69
feet, to a 5/8 inch iron rod set with plastic cap stamped "Huitt-
Zollars";
North 65 degrees 49 minutes 11 seconds East a distance of 88.07
feet, to a 5/8 inch iron rod set with plastic cap stamped "Huitt-
Zollars";
North 73 degrees 34 minutes 36 seconds East a distance of 88.07
feet, to a 5/8 inch iron rod set with plastic cap stamped "Huitt-
Zollars";
North 81 degrees 20 minutes 00 seconds East a distance of 88.07
feet, to a 5/8 inch iron rod set with plastic cap stamped "Huitt-
Zollars";
North 86 degrees 07 minutes 45 seconds East a distance of 91.78
feet, to a 5/8 inch iron rod set with plastic cap stamped "Huitt-
Zollars";
South 04 degrees 07 minutes 37 seconds West a distance of
130.00 feet, to a 5/8 inch iron rod set with plastic cap stamped
"Huitt-Zollars" at the beginning of a non-tangent curve to the right
having a central angle of 02 degrees 10 minutes 43 seconds, a
radius of 526.00 feet, and being subtended by a 20.00 foot chord
which bears South 85 degrees 52 minutes 23 seconds East;
City of Fort Worth, Texas
Standard Completion Agreement – Self-Funded Revised 06.14.2024 DH
CFA Official Release Date: 07.01.2015
Page 10 of 15
Along said curve to the right an arc distance of 20.00 feet, to a
5/8 inch iron rod set with plastic cap stamped "Huitt-Zollars";
North 04 degrees 07 minutes 37 seconds East a distance of
130.02 feet, to a 5/8 inch iron rod set with plastic cap stamped
"Huitt-Zollars";
South 80 degrees 55 minutes 13 seconds East a distance of 93.34
feet, to a 5/8 inch iron rod set with plastic cap stamped "Huitt-
Zollars";
South 83 degrees 11 minutes 41 seconds East a distance of 86.07
feet, to a 5/8 inch iron rod set with plastic cap stamped "Huitt-
Zollars";
South 69 degrees 30 minutes 00 seconds East a distance of
203.37 feet, to a 5/8 inch iron rod set with plastic cap stamped
"Huitt-Zollars";
South 21 degrees 37 minutes 44 seconds East a distance of
129.60 feet, to a 5/8 inch iron rod set with plastic cap stamped
"Huitt-Zollars";
South 00 degrees 14 minutes 13 seconds East a distance of
108.21 feet, to a 5/8 inch iron rod set with plastic cap stamped
"Huitt-Zollars";
South 02 degrees 48 minutes 59 seconds East a distance of 49.02
feet, to a 5/8 inch iron rod set with plastic cap stamped "Huitt-
Zollars";
South 09 degrees 00 minutes 00 seconds East a distance of 63.13
feet, to a 5/8 inch iron rod set with plastic cap stamped "Huitt-
Zollars";
South 81 degrees 00 minutes 00 seconds West a distance of 5.53
feet, to a 5/8 inch iron rod set with plastic cap stamped "Huitt-
Zollars";
City of Fort Worth, Texas
Standard Completion Agreement – Self-Funded Revised 06.14.2024 DH
CFA Official Release Date: 07.01.2015
Page 11 of 15
South 09 degrees 00 minutes 00 seconds East a distance of 52.00
feet, to a 5/8 inch iron rod set with plastic cap stamped "Huitt-
Zollars";
South 14 degrees 00 minutes 00 seconds East a distance of
186.11 feet, to a 5/8 inch iron rod set with plastic cap stamped
"Huitt-Zollars";
South 03 degrees 01 minutes 52 seconds West a distance of
104.81 feet, to a 5/8 inch iron rod set with plastic cap stamped
"Huitt-Zollars";
North 86 degrees 57 minutes 53 seconds West a distance of
136.45 feet, to a 5/8 inch iron rod set with plastic cap stamped
"Huitt-Zollars";
North 36 degrees 19 minutes 23 seconds West a distance of 20.00
feet, to a 5/8 inch iron rod set with plastic cap stamped "Huitt-
Zollars" at the beginning of a non-tangent curve to the right
having a central angle of 24 degrees 49 minutes 23 seconds, a
radius of 77.00 feet, and being subtended by a 33.10 foot chord
which bears South 66 degrees 05 minutes 18 seconds West;
Along said curve to the right an arc distance of 33.36 feet, to a
5/8 inch iron rod set with plastic cap stamped "Huitt-Zollars";
South 78 degrees 30 minutes 00 seconds West a distance of
152.02 feet, to a 5/8 inch iron rod set with plastic cap stamped
"Huitt-Zollars";
South 11 degrees 30 minutes 00 seconds East a distance of
100.00 feet, to a 5/8 inch iron rod set with plastic cap stamped
"Huitt-Zollars";
South 10 degrees 18 minutes 05 seconds West a distance of
26.93 feet, to a 5/8 inch iron rod set with plastic cap stamped
"Huitt-Zollars";
South 78 degrees 30 minutes 00 seconds West a distance of
145.00 feet, to a 5/8 inch iron rod set with plastic cap stamped
"Huitt-Zollars";
City of Fort Worth, Texas
Standard Completion Agreement – Self-Funded Revised 06.14.2024 DH
CFA Official Release Date: 07.01.2015
Page 12 of 15
North 77 degrees 54 minutes 12 seconds West a distance of
102.16 feet, to a 5/8 inch iron rod set with plastic cap stamped
"Huitt-Zollars";
North 18 degrees 42 minutes 36 seconds West a distance of 80.00
feet, to a 5/8 inch iron rod set with plastic cap stamped "Huitt-
Zollars" at the beginning of a non-tangent curve to the left having
a central angle of 23 degrees 59 minutes 24 seconds, a radius of
599.00 feet, and being subtended by a 248.98 foot chord which
bears South 59 degrees 17 minutes 42 seconds West;
Along said curve to the left an arc distance of 250.80 feet, to a
5/8 inch iron rod set with plastic cap stamped "Huitt-Zollars";
South 47 degrees 18 minutes 00 seconds West a distance of
126.22 feet, to a 5/8 inch iron rod set with plastic cap stamped
"Huitt-Zollars" at the beginning of a curve to the right having a
central angle of 10 degrees 00 minutes 00 seconds, a radius of
1,026.00 feet, and being subtended by a 178.84 foot chord which
bears South 52 degrees 18 minutes 00 seconds West;
Along said curve to the right an arc distance of 179.07 feet, to a
5/8 inch iron rod set with plastic cap stamped "Huitt-Zollars";
South 57 degrees 18 minutes 00 seconds West a distance of
125.39 feet, to a 5/8 inch iron rod set with plastic cap stamped
"Huitt-Zollars";
North 32 degrees 42 minutes 00 seconds West a distance of 52.00
feet, to a 5/8 inch iron rod set with plastic cap stamped "Huitt-
Zollars";
South 57 degrees 18 minutes 00 seconds West a distance of
10.00 feet, to a 5/8 inch iron rod set with plastic cap stamped
"Huitt-Zollars" at the beginning of a non-tangent curve to the left
having a central angle of 11 degrees 16 minutes 39 seconds, a
radius of 865.00 feet, and being subtended by a 169.98 foot chord
which bears North 40 degrees 03 minutes 40 seconds West;
Along said curve to the left an arc distance of 170.26 feet, to a
5/8 inch iron rod set with plastic cap stamped "Huitt-Zollars";
City of Fort Worth, Texas
Standard Completion Agreement – Self-Funded Revised 06.14.2024 DH
CFA Official Release Date: 07.01.2015
Page 13 of 15
North 45 degrees 42 minutes 00 seconds West a distance of 61.69
feet, to a 5/8 inch iron rod set with plastic cap stamped "Huitt-
Zollars";
South 00 degrees 37 minutes 26 seconds East a distance of 14.12
feet, to a 5/8 inch iron rod set with plastic cap stamped "Huitt-
Zollars";
North 45 degrees 42 minutes 00 seconds West a distance of
148.28 feet, to a 5/8 inch iron rod set with plastic cap stamped
"Huitt-Zollars" at the beginning of a curve to the left having a
central angle of 00 degrees 33 minutes 46 seconds, a radius of
1,055.00 feet, and being subtended by a 10.36 foot chord which
bears North 45 degrees 58 minutes 53 seconds West;
Along said curve to the left an arc distance of 10.36 feet, to a 5/8
inch iron rod set with plastic cap stamped "Huitt-Zollars" at the
beginning of a reverse curve to the right having a central angle of
25 degrees 53 minutes 32 seconds, a radius of 26.00 feet, and
being subtended by a 11.65 foot chord which bears North 33
degrees 19 minutes 00 seconds West;
Along said curve to the right an arc distance of 11.75 feet, to a
5/8 inch iron rod set with plastic cap stamped "Huitt-Zollars" at
the beginning of a reverse curve to the left having a central angle
of 28 degrees 24 minutes 55 seconds, a radius of 74.00 feet, and
being subtended by a 36.32 foot chord which bears North 34
degrees 34 minutes 41 seconds West;
Along said curve to the left an arc distance of 36.70 feet, to a 5/8
inch iron rod set with plastic cap stamped "Huitt-Zollars" at the
beginning of a compound curve to the left having a central angle
of 10 degrees 22 minutes 07 seconds, a radius of 1,066.00 feet,
and being subtended by a 192.65 foot chord which bears North 53
degrees 58 minutes 12 seconds West;
Along said curve to the right-left an arc distance of 192.91 feet, to
a 5/8 inch iron rod set with plastic cap stamped "Huitt-Zollars";
North 59 degrees 09 minutes 16 seconds West a distance of 41.94
feet, to a 5/8 inch iron rod set with plastic cap stamped "Huitt-
Zollars";
City of Fort Worth, Texas
Standard Completion Agreement – Self-Funded Revised 06.14.2024 DH
CFA Official Release Date: 07.01.2015
Page 14 of 15
North 59 degrees 09 minutes 16 seconds West a distance of 22.07
feet, to a 5/8 inch iron rod set with plastic cap stamped "Huitt-
Zollars";
North 16 degrees 57 minutes 57 seconds West a distance of 48.35
feet, to a 5/8 inch iron rod set with plastic cap stamped "Huitt-
Zollars" at the beginning of a non-tangent curve to the left having
a central angle of 21 degrees 28 minutes 19 seconds, a radius of
1,005.00 feet, and being subtended by a 374.43 foot chord which
bears North 14 degrees 29 minutes 12 seconds East, said point
being in the common easterly line of said 212.7-acre tract and
said easterly right-of-way line;
THENCE , with said common line and said curve to the left an arc
distance of 376.63 feet, to the POINT OF BEGINNING and containing
1,298,025 Square feet or 29.80 acres of land, more or less.
Bearings are based on the State Plane Coordinate System, Texas North
Central Zone (4202), North American Datum 1983 (2011). All distances
are surface values and can be converted to grid values by dividing by
the combined scale factor of 1.00015539999.
City of Fort Worth, Texas
Standard Completion Agreement – Self-Funded Revised 06.14.2024 DH
CFA Official Release Date: 07.01.2015
Page 15 of 15
EXHIBIT B
APPROVED BUDGET
Items Developer's Cost
A. Water and Sewer Construction
1. Water Construction 594,330.00$
2. Sewer Construction 599,829.00$
Water and Sewer Construction Total 1,194,159.00$
B. TPW Construction
1. Street 1,308,674.50$
2. Storm Drain 221,670.00$
3. Street Lights Installed by Developer 379,692.00$
4. Signals -$
TPW Construction Cost Total 1,910,036.50$
Total Construction Cost (excluding the fees): 3,104,195.50$