HomeMy WebLinkAboutContract 62974 (3)Received Date: Mar 19, 2025
Received Time: 10:26 a.m.
Developer and Project Information Cover Sheet:
Developer Company Name: I SMRP REAL ESTATE, LTD
Address, State, Zip Code: 5354 Airport Fwy Haltom City, Texas 76117
Phone & Email: 817-312-1740 1 rp@rpack.com
Authorized Signatory, Title: Randy L. Pack, President
Project Name: I Lightbridge Academy Bailey Boswell Road
Brief Description: I Water & Sewer
Project Location: 18500 Bailey Boswell Road
Plat Case Number: I FS-24-126 I Plat Name: I Boswell Ranch Commercial
Mapsco: I TAR-032Q I Council District: 1 7
CFA Number: 1 24-0170 1 City Project Number: 105616 1 IPRC24-0117
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
City of Fort Worth, Texas Page 1 of 17
Standard Community Facilities Agreement with City Participation
Rev. 4/2/20
City Secretary Number: 62974
STANDARD COMMUNITY FACILITIES AGREEMENT
WITH CITY PARTICIPATION
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 SMRP REAL ESTATE, LTD
("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 Lightbridge
Academy Bailey Boswell Road ("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 desires to participate in this Agreement in an amount not to exceed
$51,467.70 to enlarge the scope of the Improvements beyond what Developer is responsible for
constructing to oversize an 8-inch water main to a 12-inch water main ("City Participation"); and
WHEREAS, the City Participation includes reimbursement to Developer in an amount not to
exceed $51,467.70 for construction costs. The City is not participating in the cost of construction inspection
service fees, administrative material testing service fees, or water lab testing fees; 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 OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
City of Fort Worth, Texas Page 2 of 17
Standard Community Facilities Agreement with City Participation
Rev. 4/2/20
The Community Facilities Agreements Ordinance ("CFA Ordinance"), as amended, is incorporated
into this Agreement by reference, as if it was fully set forth 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 exist 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 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
❑X 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, 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
City of Fort Worth, Texas Page 3 of 17
Standard Community Facilities Agreement with City Participation
Rev. 4/2/20
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.
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. If the Improvements are not
completed at the end of the Term, and any Extension Periods, there will be no further obligation
for City Participation to be paid to the Developer.
(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;
City of Fort Worth, Texas Page 4 of 17
Standard Community Facilities Agreement with City Participation
Rev. 4/2/20
(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
(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.
City of Fort Worth, Texas Page 5 of 17
Standard Community Facilities Agreement with City Participation
Rev. 4/2/20
(h) Developer shall ensure the contractors are paid the City's wage rates in effect during construction
of the Improvements.
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.
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
ANYCHARACTER, WHETHER REAL OR ASSERTED, BROUGHT FOR OR ONACCOUNT
OFANYINJURIES OR DAMAGES SUSTAINED BYANYPERSONS, INCLUDINGDEATH,
OR TO ANY PROPERTY, RESULTING FROM OR IN CONNECTION WITH THE
CONSTRUCTION, DESIGN, PERFORMANCE OR COMPLETION OF ANY WORK TO BE
PERFORMED BY SAID DEVELOPER, ITS CONTRACTORS, SUBCONTRACTORS,
OFFICERS, AGENTS OR EMPLOYEES, OR IN CONSEQUENCE OF ANY FAILURE TO
PROPERLY SAFEGUARD THE WORK, OR ONACCOUNT OFANYACT, INTENTIONAL
OR OTHERWISE, NEGLECT OR MISCONDUCT OF SAID DEVELOPER, ITS
CONTRACTORS, SUB -CONTRACTORS, OFFICERS, AGENTS OR EMPLOYEES,
WHETHER OR NOT SUCH INJURIES, DEATH OR DAMAGES ARE CAUSED, IN WHOLE
OR IN PART, BY THE ALLEGED NEGLIGENCE OF THE CITY OF FORT WORTH, ITS
OFFICERS, SERVANTS, OR EMPLOYEES.
(c) DEVELOPER WILL REQUIRE ITS CONTRACTORS TO INDEMNIFY, DEFEND AND
HOLD HARMLESS THE CITY, ITS OFFICERS, AGENTS AND EMPLOYEES FROM
AND AGAINST ANY AND ALL CLAIMS, SUITS OR CAUSES OF ACTION OF ANY
NATURE WHATSOEVER, WHETHER REAL OR ASSERTED, BROUGHT FOR OR ON
ACCOUNT OF ANY INJURIES OR DAMAGES TO PERSONS OR PROPERTY,
INCLUDING DEATH, RESULTING FROM, OR INANY WAY CONNECTED WITH, THE
CONSTRUCTION OF THE IMPROVEMENTS CONTEMPLATED HEREIN, WHETHER
OR NOT SUCH INJURIES, DEATH OR DAMAGES ARE CAUSED, IN WHOLE OR IN
PART, BY THE ALLEGED NEGLIGENCE OF THE CITY OF FORT WORTH, ITS
City of Fort Worth, Texas Page 6 of 17
Standard Community Facilities Agreement with City Participation
Rev. 4/2/20
OFFICERS, SERVANTS, OR EMPLOYEES. FURTHER, DEVELOPER WILL REQUIRE
ITS CONTRACTORS TO INDEMNIFY, DEFEND, AND HOLD HARMLESS THE CITY
FOR ANY LOSSES, DAMAGES, COSTS OR EXPENSES SUFFERED BY THE CITY OR
CAUSED AS A RESULT OF SAID CONTRACTORS' FAILURE TO COMPLETE THE
WORK AND CONSTRUCT THE IMPROVEMENTS IN A GOOD AND WORKMANLIKE
MANNER, FREE FROM DEFECTS, IN CONFORMANCE WITH THE CFA ORDINANCE,
AND INACCORDANCE WITH ALL PLANS AND SPECIFICATIONS.
13.
Right to Enforce Contracts
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
City of Fort Worth, Texas Page 7 of 17
Standard Community Facilities Agreement with City Participation
Rev. 4/2/20
deemed to have been received when deposited in the United States mail so addressed with postage
prepaid:
CITY:
Development Contract Management Office
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
DEVELOPER:
SMRP REAL ESTATE, LTD
5354 Airport Fwy
Haltom City, Texas 76117
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.
City of Fort Worth, Texas Page 8 of 17
Standard Community Facilities Agreement with City Participation
Rev. 4/2/20
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,
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 fixture 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.
City of Fort Worth, Texas Page 9 of 17
Standard Community Facilities Agreement with City Participation
Rev. 4/2/20
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
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 22764 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. The
terms "boycott energy company" and "company" 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. 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, the City is prohibited from entering into a contract for goods or services that has a value
City of Fort Worth, Texas Page 10 of 17
Standard Community Facilities Agreement with City Participation
Rev. 4/2/20
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. 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.
28.
Compliance with Public Information Act Requests
The requirements of Subchapter J, Chapter 552, Government Code, may apply to this
Agreement and Developer agrees that the Agreement can be terminated if Developer knowingly or
intentionally fails to comply with a requirement of that subchapter. Developer acknowledges that
section 552.371 of the Texas Government Code applies to this Agreement if: (1) this Agreement has a stated
expenditure of at least $1 million in public funds for the purchase of good or services by the City; or (2)
this Agreement results in the expenditure of at least $1 million in public funds for the purchase of goods or
services by the City in a fiscal year of the City. To the extent that section 552.371 of the Texas Government
Code applies to this Agreement, Developer shall comply with section 552.372 of the Texas Government
Code by: (1) preserving all contracting information relating to this Agreement as provided by the records
retention requirements applicable to the City for the duration of the Agreement; (2) promptly providing the
City any contracting information related to this Agreement that is in the custody or possession of Developer
on request of the City; and (3) on completion of the Agreement, either (a) providing at no cost to the City
all contracting information related to the Agreement that is in the custody or possession of Developer; or
(b) preserving the contracting information relating to the Agreement as provided by the retention
requirements application to the City.
29.
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'SEMPLOYEES, 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.
30.
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.
City of Fort Worth, Texas Page 11 of 17
Standard Community Facilities Agreement with City Participation
Rev. 4/2/20
31.
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.
32.
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.
33.
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.
34.
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.
35.
Counterparts
This Agreement may be executed in multiple counterparts, each of which will be deemed an
original, but which together will constitute one instrument.
36.
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.
37.
City Participation; Fiscal Funding Limitation
(a) The City will reimburse Developer for construction costs in an amount not to exceed $51,467.70.
City of Fort Worth, Texas Page 12 of 17
Standard Community Facilities Agreement with City Participation
Rev. 4/2/20
The City shall not reimburse Developer for construction inspection service fees, administrative
material testing service fees, water lab testing fees, or any other fees or costs. The City shall
reimburse Developer for the City Participation after presentation of proper documentation by
Developer to the City that the Improvements have been constructed and accepted by the City and
all contractors and material suppliers have been paid. Developer must register as a vendor of the
City in order for the City Participation to be paid to Developer. The City Participation was
calculated as follows:
City Participation- Baily Boswell Road
Unit of
C'alci>lation: 8" Lowest
IPRC24-0117 CPN 105616 Measure Qt•` tint price Minus 12" Total
Unit price
1 �8" PVC Water Pipe LF 1442 $155-$90= $20 $ 28,840.00
12" PVC Water Pipe w/ Restraint joints
2 20" Casing by open cut LF 20 $101.15- $63.77= $37.38 $ 747.60
24" Casing by open cut w/ css
3 8" DIP Water pipe w/ css LF 230 $138.87- $86= $52.87 $ 12,160.10
12" DIP Water pipe w/ css
4 8"Carrier water pipe (DIP) LF 20 $185- $125= $60 $ 1,200.00
12" Carrierwater pipe (DIP)
5 8" Gate Valve EA 4 $3,000- $1,820= $1,150 $ 4,600.00
�12" Gate Valve
8"Firttings 0.20
6 Tons3-.20= 2.8 tans x $7,D00 $ 3,920.00
12" Fittings 3
City P: .` Amount S 5-1,467.70
(b) In the event no funds or insufficient funds are appropriated and budgeted or are otherwise
unavailable by any means whatsoever in any fiscal period for payments due under this Agreement,
then the City will immediately notify Developer of such occurrence and this Agreement shall be
terminated on the last day of the fiscal period for which appropriations were received without
penalty or expense to the City of any kind whatsoever, except to the portions of annual payments
herein agreed upon for which funds shall have been appropriated.
(c) Substantial completion of the Improvements shall occur after Developer's contractors notify the
City that the Improvements are constructed and ready for their intended use, the City and
Developer's contractors inspect the Improvements, and the City concurs that the Improvements are
substantially complete. This Agreement does not provide for any retainage to be withheld from the
City Participation.
[REMAINDER OF PAGE INTENTIONALLY BLANK]
City of Fort Worth, Texas Page 13 of 17
Standard Community Facilities Agreement with City Participation
Rev. 4/2/20
38.
Cost Summary Sheet
Project Name: Lightbridge Academy Bailey Boswell Road
CFA No.: 24-0170
Items
A. Water and Sewer Construction
1. Water Construction
2. Sewer Construction
Water and Sewer Construction Total
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:
TOTAL PROJECT COST
Financial Guarantee
Bond = 100%
IPRC No.: 24-0117 City Project No.: 105616
Developer's Cost City's Cost Total Cost
$ 546,876.30 $ 51,467.70 $ 598,344.00
$ 164,070.00 $ - $ 164,070.00
$ 710,946.30 $ 51,467.70 $ 762,414.00
$ 710,946.30 $ 51,467.70 $ 762,414.00
$38,137.50 $0.00
$1,929.20 $0.00
$990.00 $0.00
$ 41,056.70 $ - $
$ 752,003.00 $ 51,467.70 $
Amount
$ 762,414.00I X
$38,137.50
$1, 929.20
$990.00
41,056.70
803,470.70
City of Fort Worth, Texas Page 14 of 17
Standard Community Facilities Agreement with City Participation
Rev. 4/2/20
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
0e'
Jesica McEachern
Assistant City Manager
Date: Mar 17, 2025
Recommended by:
)044y0-w-
Dwayne Hollars
Sr. Contract Compliance Specialist
Development Services Department
Approved as to Form & Legality:
Richard McCracken (Mar 12, 2025 17:54 CDT)
Richard A. McCracken Sr.
Assistant City Attorney
M&C No. N/A
Date: Mar 12, 2025
Form 1295: N/A
p 000vnpq
4
p�> � pORt(yO9Pd ATTEST:
a—o o=v
V
.s•*+c % .�h�uvxs N44 TEXASoa
`J bi10464�
Jannette Goodall
City Secretary
City of Fort Worth, Texas
Standard Community Facilities Agreement with City Participation
Rev. 4/2/20
DEVELOPER
SMRP REAL ESTATE, LTD,
By: WPP, Inc.,
A Texas corporation, its General Partner
Randy P.ckAar 12, 2025 CDT)
Randy L. Pack
President
Date: Mar 12, 2025
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.
VJ
Rebecca Owen (Mar 12, 202510:29 CDT)
Rebecca Owen
Development Services Manager
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Page 15 of 17
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
❑ Attachment 2 — Phased CFA Provisions
❑ Attachment 3 — Concurrent CFA Provisions
®
Location Map
®
Exhibit A: Water Improvements
®
Exhibit B: Sewer Improvements
❑
Exhibit C: Paving Improvements
❑
Exhibit D: Storm Drain Improvements
❑
Exhibit E: Street Lights and Signs Improvements
❑
Exhibit F: Traffic Signal and Striping Improvements
®
Cost Estimates
(Remainder of Page Intentionally Left Blank)
City of Fort Worth, Texas Page 16 of 17
Standard Community Facilities Agreement with City Participation
Rev. 4/2/20
ATTACHMENT "I"
Changes to Standard Community Facilities Agreement
City Project No. 105616
None
City of Fort Worth, Texas Page 17 of 17
Standard Community Facilities Agreement with City Participation
Rev. 4/2/20
0 -& 1000,
500'
PARK
0 o gNcy
� m
\ F
FLOUR MILL /
DECK
BLACKSMITH m o 1 HOUSE
m z
� m �
PROPOSED >2" D = FANTAIL
r o
o WA TER LINE STORE m CLIPPER
m
BAILEY FORGE
BOSWELL RD. - EX, 8"SAN. SEW
EX. 24"W/L
PROPOSED 1 SIKA DEER RUN
ELAND PROJECT
8"SAN/TARP (( 70 o D
SEWER LINE D SPRING z L 0liiq %/O/�/
D I BUCK Y
Q U w
m� w Lm C:D w �
(/l
'O F11 F= J m Of
w
GOLF CLtjo
RUDDER OUTRIGGER z
Ra��Y �
R�
DEER
HON_
_ Q
z —
Q
I75;
ci JACKSTAFF CD— m
O U
TOPSAIL
-z o SKYSAIL
JIB c-1
SLOOP
CoLiBOLLARD
W J BOAZ
WINNEBAGO
LOCH T/ON MAP 1 "=1000'
MAPSCO NO.: TAR-032Q
CITYPROJECT No.: 105616
OWNER/DEVELOPER
UNITED GLOBAL
DEVELOPMENT
GROUP (UGDC)
275 MADISON AVENUE, 13TH FLOOR
NEW YORK, NY 10016
BAILEY BOSWELL ROAD
UTILITY IMPROVEMENTS
CPN: 105616
SOUTH LAKE
2011 E Kirkwood Boulevard,
Suite 120
Southlake, TX 76092
Engineering Phone:682.350.5160
& Design COLLIERS ENGINEERING & DESIGN, INC.
g TBPE Firm#: F-14909
TBPLS Flrm#: 10194550 p
r N
F-
fFormerly Known as
14 a
EXISTING 24" RCCP
WATER LINE (X-24030)
EXISTING 24" NS3 PRESSURE PARKS
PLANE RCCP WATER LINE — AT BOAT
(X-15296) O CLUB
B
INOS UP I pOINEEOOK05 TE 20 o poINEE�OK 9 TE 4 2 CLIPPERLN.
BOAZ HOLD B� B �14x � r1.029EXISTING 8" WIL 1 I 2 3 4 5 6 17 18 19 10 it 12 13 113,
—&-1 WEST BAILEY-BOSWELL ROAD
O 7+00 6+00 5+00
BOSWELL RANCH COMMERCIAL 12 13 2 ® EXISTING 36°RCCP BOSVVILI
BLOCK 1 IKADEE 't I HIGH SG
3 HOOL
RUN 3 WATER LINE (X-15296) H ADDITION
I I 4
LOT 4 I LOT 3 LOT 2 1 LOT 1 O=, Z T „
2 z 13 z 5 PROPOSED 1672 LF 12
w s NS4 PRESSURE PLANE
Bo w LL RA CH Atri N 02 J J PVC C900, DR-14 WATER LINE w15 W 14 xx 700
v 27 26 25 24 2-1 22 21 20 18 17 >6 0) ¢ I o 8
m m — — 9 E oNNRIN
i 70 THE TABUgUOOK
o ° LOT Oo
m it
12
13
LEGEND
R.O.W./PROPERTY LINE
PROPOSED WATER LINE
EXISTING WATER LINE
PROPOSED FH
EXISTING FH
PROPOSED GATE VALVE
PROPOSED WATER LINE PLUG
-&
0 2 50'
125'
1
C
EXHIBIT "A"
BAILEY BOSWELL ROAD
WATER IMPROVEMENTS
CPN: 105616
SOUTH LAKE
OWNER/DEVELOPER
2011 E Kirkwood Boulevard,
Suite 120
UNITED GLOBAL
Southlake76092
DEVELOPMENT
Phone:68 .3 0.516
Engineering Phone:682.350.5160
GROUP (UGDC)
&Design COLLIERS ENGITBPENEm#NF 1490 SIGN, INC.
275 MADISON AVENUE, 13TH FLOOR
TBPLS Firm#: 10194550 Np
NEW YORK, NY 10016
fFormerly Known as
a
s
a_
W�
vv
O
m m
BO
W LL
RA
CHF20t19
TlN27
26
25
24
23
22
21
18
17
>6
LEGEND
R.O.W./PROPERTY LINE
PROPOSED WASTEWATER
EXISTING WASTEWATER
PROPOSED WASTEWATER MANHOLE
EXISTING WASTEWATER MANHOLE
1& 2 0 50'
125'
_ PROPOSED 8"
WASTEWATER
BOAZ HOLDINGS, LP
pOINgLOCKOS TE
20
------ EXISTING 8" WASTEWATER
BOSWELL RANCH COMMERCIAL 12
BLOCK 1 I 1
PARKS
Ar BOAT
O CLUB
R OINTE Z 18-19
LU
p pOINEE p 14 2 CLIPPER LN.
BLOCK t14X wfto
1 2 3 415 16 17 18 19 10 111 I 12 13\� 29
—
r----------- - mar w�----------
-_ -- WEST BAILEY-BOSWELL ROAD T
—�i — . . . .. _--------
4.
2 ® ! i g H SCH OL
3 I I NIGH S TNON
.--- ----- AD
S/KA DEER i 4
LOT 4 I LOT 3 LOT 2 LOT 1 2 UN Z
12 U 13 Z 5
o d
15 J14 X I1 87
`—j
O 9
CZ
m
m
•
x
CHURCH
THE TABLEBLOCK 1 2
LOT 1' m
OWNER/DEVELOPER
UNITED GLOBAL
DEVELOPMENT
GROUP (UGDC)
275 MADISON AVENUE, 13TH FLOOR
NEW YORK, NY 10016
EXHIBIT "B"
BAILEY BOSWELL ROAD
WASTEWATER IMPROVEMENTS
CPN: 105616
SOUTHLAKE
2011 E Kirkwood Boulevard,
Suite 120
Southlake, TX 76092
Engineering Phone:682.350.5160
& [Design COLLIERS ENGINEERING & DESIGN, INC.
g THE Firm#: F-14909
TBPLS Firm#: 10194SSO N
0
, N
z
C Formerly Known as
a
UNIT PRICE BID
�Bidlist Item
No.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
44
45
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
Project Item Information
Specification
Unit of
Description
I
Section No.
Measure
UNIT I: WATER IMPROVEMENTS
12" PVC WATER MAIN (RESTRAINED)
3311 12
1388
12" DIP WATER MAIN (RESTRAINED) W/CSS BKFL
3311 10
259
12" DIP WATER MAIN CARRIER PIPE (RESTRAINED) 3311 10
20
24" STEEL CASING BY OPEN CUT W/CSS BKFL
33 05 22
20
6" PVC WATER MAIN
3311 12
75
24" DIP X 12" TAPPING SLEEVE
33 12 25
1
DUCTILE IRON FITTINGS
3311 11
3.2
12" GATE VALVE & BOX
33 12 20
4
6" GATE VALVE & BOX
33 12 20
9
FIRE HYDRANT ASSEMBLY
33 12 40
7
2" DOMESTIC WATER SERVICE
33 12 10
3
2" IRRIGATION WATER SEREVICE
33 12 10
3
4" PVC FIRE LINE SERVICE & CAP
3311 12
3
PERMANENT ASPH PAVEMENT REPAIR
3201 17
50
PERMANENT ASPH DRIVEWAY REPAIR
3201 17
48
PERMANENT CONC DRIVEWAY REPAIR
3201 29
40
REMOVE & REPLACE STREET SIGN
3441 40
5
REMOVE & REPLACE MBGF
00 00 00
70
REMOVE & REPLACE GROUT RK RIPRAP
00 00 00
1
EXPLORATORY EXCAVATION
33 05 30
7
PRESSURE/STERILIZATION TEST
00 00 00
1
TRENCH SAFETY
33 05 10
1672
00 42 43
DAP- RID PROPOSAI.
Page 1 of 7
Bidder's Application
Bidder's Proposal
Bid Unit Price Bid Value
Quantity
LF
$110.00
$152,680.00
LF
$409.00
$105,931.00
LF
$344.00
$6,880.00
LF
$680.00
$13,600.00
LF
$69.00
$5,175.00
EA
$30,000.00
$30,000.00
TN
$15,400.00
$49,280.00
EA
$5,000.00
$20,000.00
EA
$2,200.00
$19,800.00
EA
$6,700.00
$46,900.00
EA
$5,200.00
$15,600.00
EA
$5,200.00
$15,600.00
EA
$1,500.00
$4,500.00
SY
$520.00
$26,000.00
SY
$520.00
$24,960.00
SY
$300.00
$12,000.00
EA
$970.00
$4,850.00
LF
$90.00
$6,300.00
EA
$17,600.00
$17,600.00
EA
$2,000.00
$14,000.00
EA
$3,344.00
$3,344.00
LF
$2.00
$3,344.00
TOTAL UNIT I: WATER IMPROVEMENTS
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Form Version May 22, 2019
$598,344.00
00 42 43_Bid Proposal_DAP.xlsx
00 42 43
DAP- RID PROPOSAI.
Page 2 of 7
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID Bidder's Application
Project Item Information Bidder's Proposal
�BidlistItem
Description
Specification
Unit of
Bid
Unit Price
Bid Value
No.
Section No.
Measure
Quantity
UNIT II: SANITARY SEWER IMPROVEMENTS
1
8" PVC SEWER MAIN
3331 20
782
LF
$79.00
$61,778.00
2
8" PVC SEWER MAIN CARRIER PIPE
3331 20
10
LF
$229.00
$2,290.00
3
24" STEEL CASING BY OPEN CUT W/CSS BKFL
33 05 22
10
LF
$680.00
$6,800.00
4
4' DIAMETER MANHOLE
33 39 10
4
EA
$12,000.00
$48,000.00
5
4' DIAMETER MH EXTRA DEPTH
33 39 10
24
VF
$200.00
$4,800.00
6
MANHOLE ADJUSTMENT, MINOR
33 05 14
4
EA
$900.00
$3,600.00
7
EPDXY MANHOLE LINER
33 39 60
9
VF
$1,200.00
$10,800.00
8
4" DOMESTIC SEWER SERVICE
3331 50
3
EA
$2,700.00
$8,100.00
9
TRENCH WATER STOP (CLSM)
33 05 15
3
EA
$750.00
$2,250.00
10
REMOVE 6" - 12" TREE
31 1000
15
EA
$380.00
$5,700.00
11
EXPLORATORY EXCAVATION
33 05 30
2
EA
$2,000.00
$4,000.00
12
VACUUM TEST MANHOLE
3301 30
4
EA
$300.00
$1,200.00
13
POST CCTV INSPECTION
3301 31
792
LF
$4.00
$3,168.00
14
TRENCH SAFETY
33 05 10
792
LF
$2.00
$1,584.00
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
TOTAL UNIT II:
SANITARY SEWER
IMPROVEMENTS]
$164,070.00
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Form Version May 22, 2019 00 42 43_13id Proposal_DAP.xlsx
Docusign Envelope ID: AE6F5DB5-02C5-478E-AD68-OB7DFFF40250
UNIT PRICE BID
Bidlist Item
No.
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
00 42 43
DAP - BID PROPOSAL
Page 7 of 7
Bidder's Application
Project Item Information Bidder's Proposal
Description Specification Unit of Bid Unit Price Bid Value
Section No. Measure Quantity
Bid Summary
UNIT I: WATER IMPROVEMENTS I $598,344.00
UNIT II: SANITARY SEWER IMPROVEMENTS I $164,070.00
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:
Jackson Construction LTD
5112 Sun Valley Drive
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 $762,414.00
BY: Troy L, Jackson Signed by:
TITLE: President
DATE: 1/15/2025
Mworking days after the date when the
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Form Version May 22, 2019 Copy of00 42 43_Bid Proposal_DAP (004)_V2.xlsx