Loading...
HomeMy WebLinkAboutContract 63061Received Date: Apr 7, 2025 Received Time: 9:10 am Developer and Developer Company Name: Address, State, Zip Code: Phone & Email: Authorized Signatory, Title: Project Name: Brief Description: Project Location: Plat Case Number: Council District: CFA Number: M 24-0156 Project Information Cover Sheet: LAFRONTERA DEVELOPMENT, L.L.C. 1000 Texan Trail, Suite 200 Grapevine, Texas 76051 817-442-0000 1 Ghazland@gmail.com Gary H. Hazlewood, Chief Executive Manager La Frontera Phase 5 Water, Sewer, Paving, Drainage & Street Lights 9350 Boat Club Road, Fort Worth, TX 76179 Plat Name: City Project Number: 1105496 1 IPRC24-0056 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas Page 1 of 16 Standard Community Facilities Agreement Rev. 9/21 City Contract Number: 63061 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 LAFRONTERA DEVELOPMENT, L.L.C. ("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 La Frontera Phase 5 ("Project"); and WHEREAS, the City desires to ensure that all developments are adequately served by public infrastructure and that the public infrastructure is constructed according to City standards; and WHEREAS, as a condition of approval of the Project, Developer is required to bear a portion of the costs of municipal infrastructure by constructing the public infrastructure necessary for the Project as described in this Agreement ("Community Facilities" or "Improvements"); and WHEREAS, as a condition of approval of the Project, Developer is required to meet the additional obligations contained in this Agreement, and Developer may be required to make dedications of land, pay fees or construction costs, or meet other obligations that are not a part of this Agreement; and WHEREAS, the City is not participating in the cost of the Improvements or Project; and WHEREAS, the Developer and the City desire to enter into this Agreement in connection with the collective Improvements for the Project; NOW, THEREFORE, for and in consideration of the covenants and conditions contained herein, the City and the Developer do hereby agree as follows: 1. CFA Ordinance The Community Facilities Agreements Ordinance ("CFA Ordinance"), as amended, is incorporated into this Agreement by reference, as if it was fully set out herein. Developer agrees to comply with all provisions of the CFA Ordinance in the performance of Developer's duties and obligations pursuant to this Agreement and to cause all contractors hired by Developer to comply with the CFA Ordinance in connection with the work performed by the contractors. If a conflict exists between the terms and conditions of this Agreement and the CFA Ordinance, the CFA Ordinance shall control. OFFICIAL RECORD City of Fort Worth, Texas Page 2 of 16 Standard Community Facilities Agreement CITY SECRETARY Rev. 9/21 FT. WORTH, TX 2. Incorporation of Engineering Plans The engineering plans for the Improvements that have been approved by the City ("Engineering Plans") are incorporated into this Agreement by reference as if fully set out herein. Developer shall provide at its expense, unless otherwise agreed to by City, all engineering drawings and documents necessary to construct the Improvements required by this Agreement. 3. Description of Improvements; Exhibits and Attachments The following exhibits describe the general location, nature and extent of the Improvements that are the subject of this Agreement and are attached hereto and incorporated herein by reference: ® Exhibit A: Water ❑X Exhibit B: Sewer ® Exhibit C: Paving ❑X Exhibit D: Storm Drain ® Exhibit E: Street Lights & Signs ❑ Exhibit F: Traffic Signal & Striping The Location Map and Cost Estimates are also attached hereto and incorporated herein by reference. To the extent that Exhibits A, B, C, D, E, F, the Location Map, or the Cost Estimates conflict with the Engineering Plans, the Engineering Plans shall control. If applicable, Attachment 1 — Changes to Standard Community Facilities Agreement, Attachment 2 — Phased CFA Provisions, and Attachment 3 — Concurrent CFA Provisions, are attached hereto and incorporated herein for all purposes. 4. Construction of Improvements Developer agrees to cause the construction of the Improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and specifications, the Engineering Plans, the Cost Estimates provided for the Improvements, and this Agreement. Developer acknowledges that City will not accept the Improvements until the City receives affidavits and lien releases signed by Developer's contractors verifying that the contractors, and all subcontractors and material suppliers, have been paid in full for constructing the Improvements, and consent of the surety on payment and performance bonds provided for the Improvements. 5. Financial Guarantee Developer has provided the City with a financial guarantee in the form and amounts set forth in this Agreement which guarantees the construction of the Improvements and payment by Developer of all contractors, subcontractors, and material suppliers for the Improvements ("Financial Guarantee"). Developer shall keep the Financial Guarantee in full force and effect until released by the City and shall not reduce the amount of the Financial Guarantee unless authorized by the City in accordance with the CFA Ordinance. City of Fort Worth, Texas Page 3 of 16 Standard Community Facilities Agreement Rev. 9/21 6. Completion Deadline; Extension Periods This Agreement shall be effective on the date this Agreement is executed by the City's Assistant City Manager ("Effective Date"). Developer shall complete construction of the Improvements and obtain the City's acceptance of the Improvements within two (2) years of the Effective Date ("Term"). If construction of the Improvements has started during the Term, the Developer may request that this Agreement be extended for an additional period of time ("Extension Period"). All Extension Periods shall be agreed to in writing by the City and the Developer as set forth in a written amendment to this Agreement. In no event shall the Term of this Agreement plus any Extension Periods be for more than three years. 7. Failure to Construct the Improvements (a) The City may utilize the Developer's Financial Guarantee to cause the completion of the construction of the Improvements if at the end of the Term, and any Extension Periods, the Improvements have not been completed and accepted by the City. (b) The City may utilize the Developer's Financial Guarantee to cause the completion of the construction of the Improvements or to cause the payment of costs for construction of the Improvements before the expiration of the Term, and any Extension Period, if the Developer breaches this Agreement, becomes insolvent, or fails to pay costs of construction. (c) If the Financial Guarantee is a Completion Agreement and the Developer's contractors or suppliers are not paid for construction costs or materials supplied for the Improvements the contractors and suppliers may place a lien upon any property which the City does not have an ownership interest that is the subject of the Completion Agreement. (d) Nothing contained herein is intended to limit the Developer's obligations under the CFA Ordinance, this Agreement, the Financial Guarantee, Developer's agreements with Developer's contractors, or other related agreements. 8. Termination If Developer desires to terminate this Agreement before Developer's contractors begin constructing the Improvements, Developer agrees to the following: (a) that Developer and City must execute a termination of this Agreement in writing; (b) that Developer will vacate any final plats that have been filed with the county where the Project is located; and (c) to pay to the City all costs incurred by the City in connection with this Agreement, including time spent by the City's inspectors at preconstruction meetings. 9. Award of Construction Contracts City of Fort Worth, Texas Page 4 of 16 Standard Community Facilities Agreement Rev. 9/21 (a) Developer will award all contracts for the construction of the Improvements and cause the Improvements to be constructed in accordance with the CFA Ordinance. (b) Developer will employ construction contractors who meet the requirements of the City to construct the Improvements including, but not limited, to being prequalified, insured, licensed and bonded to construct the Improvements in the City. (c) Developer will require Developer's contractors to provide the City with payment and performance bonds naming the City and the Developer as dual obligees, in the amount of one hundred percent (100%) of the cost of the Improvements as required by the CFA Ordinance. The payment and performance bonds shall guarantee construction of the Improvements and payment of all subcontractors and material suppliers. Developer agrees to require Developer's contractors to provide the City with a maintenance bond naming the City as an obligee, in the amount of one hundred percent (100%) of the cost of the Improvements, that guarantees correction of defects in materials and workmanship for the Improvements by the contractor and surety for a period of two (2) years after completion and final acceptance of the Improvements by the City. All bonds must be provided to the City before construction begins and must meet the requirements of the City's Standard Conditions, Chapter 2253 of the Texas Government Code, and the Texas Insurance Code. (d) Developer will require Developer's contractors to provide the City with insurance equal to or in excess of the amounts required by the City's standard specifications and contract documents for developer -awarded infrastructure construction contracts. The City must be named as an additional insured on all insurance policies. The Developer must provide the City with a Certificate of Insurance (ACORD or form approved by the State of Texas), supplied by each contractor's insurance provider, which shall be made a part of the Project Manual. (e) Developer will require the Developer's contractors to give forty-eight (48) hours' advance notice of their intent to commence construction of the Improvements to the City's Construction Services Division so that City inspection personnel will be available. Developer will require Developer's contractors to allow construction of the Improvements to be subject to inspection at any and all times by the City's inspectors. Developer will require Developer's contractors to not install or relocate any sanitary sewer, storm drain, or water pipe unless a City inspector is present and gives consent to proceed, and to allow such laboratory tests as may be required by the City. (f) Developer will not allow Developer's contractors to begin construction of the Improvements until a notice to proceed to construction is issued by the City. (g) Developer will not allow Developer's contractors to connect buildings to service lines of sewer and water mains constructed pursuant to this Agreement, if any, until said sewer, water mains and service lines have been completed to the satisfaction of the City. 10. Utilities Developer shall cause the installation or adjustment of utilities required to: (1) serve the Project; and (2) to construct the Improvements required herein. City shall not be responsible for payment of any costs that may be incurred by Developer in the relocation of any utilities that are or may be in conflict with any of the Improvements to be constructed pursuant to this Agreement. City of Fort Worth, Texas Page 5 of 16 Standard Community Facilities Agreement Rev. 9/21 11. Easements and Rights -of -Way Developer agrees to provide, at its expense, all necessary rights -of -way and easements required for the construction and dedication to the City of the Improvements provided for by this Agreement. 12. Liability and Indemnification (a) DEVELOPER HEREBY RELEASES AND AGREES TO INDEMNIFY, DEFEND AND HOLD THE CITY HARMLESS FOR ANY INADEQUACIES IN THE PRELIMINARY PLANS, SPECIFICATIONS, ENGINEERING PLANS, AND COST ESTIMATES SUPPLIED BY THE DEVELOPER FOR THIS AGREEMENT. (b) THE DEVELOPER COVENANTS AND AGREES TO, AND BY THESE PRESENTS DOES HEREBY FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY, ITS OFFICERS, AGENTS AND EMPLOYEES FROM ALL SUITS, ACTIONS OR CLAIMS OF ANY CHARACTER, WHETHER REAL OR ASSERTED, BROUGHTFOR OR ONACCOUNT OFANYINJURIES OR DAMAGES SUSTAINED BYANYPERSONS, INCL UDINGDEA TH, 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 SUCHINJURIES, DEATH OR DAMAGESARE CAUSED, IN WHOLE OR IN PART, BY THE ALLEGED NEGLIGENCE OF THE CITY OF FORT WORTH, ITS OFFICERS, SERVANTS, OR EMPLOYEES. (c) DEVELOPER WILL REQUIRE ITS CONTRACTORS TO INDEMNIFY, DEFEND AND HOLD HARMLESS THE CITY, ITS OFFICERS, AGENTS AND EMPLOYEES FROM AND AGAINST ANY AND ALL CLAIMS, SUITS OR CAUSES OF ACTION OF ANY NATURE WHATSOEVER, WHETHER REAL OR ASSERTED, BROUGHT FOR OR ON ACCOUNT OF ANY INJURIES OR DAMAGES TO PERSONS OR PROPERTY, INCLUDING DEATH, RESULTING FROM, OR INANY WAY CONNECTED WITH, THE CONSTRUCTION OF THE IMPROVEMENTS CONTEMPLATED HEREIN, WHETHER OR NOT SUCH INJURIES, DEATH OR DAMAGES ARE CAUSED, IN WHOLE OR IN PART, BY THE ALLEGED NEGLIGENCE OF THE CITY OF FORT WORTH, ITS OFFICERS, SERVANTS, OR EMPLOYEES. FURTHER, DEVELOPER WILL REQUIRE ITS CONTRACTORS TO INDEMNIFY, DEFEND, AND HOLD HARMLESS THE CITY FOR ANY LOSSES, DAMAGES, COSTS OR EXPENSES SUFFERED BY THE CITY OR CAUSED AS A RESULT OF SAID CONTRACTORS' FAILURE TO COMPLETE THE WORK AND CONSTRUCT THE IMPROVEMENTS IN A GOOD AND WORKMANLIKE MANNER, FREE FROM DEFECTS, IN CONFORMANCE WITH THE CFA ORDINANCE, AND INACCORDANCE WITH ALL PLANS AND SPECIFICATIONS. 13. Right to Enforce Contracts City of Fort Worth, Texas Page 6 of 16 Standard Community Facilities Agreement Rev. 9/21 Upon completion of all work associated with the construction of the Improvements, Developer will assign to the City a non-exclusive right to enforce the contracts entered into by Developer with its contractors, along with an assignment of all warranties given by the contractors, whether express or implied. Further, Developer agrees that all contracts with any contractor shall include provisions granting to the City the right to enforce such contracts as an express intended third -party beneficiary of such contracts. 14. Estimated Fees Paid by Developer; Reconciliation Prior to execution of this Agreement, Developer has paid to the City the estimated cost of administrative material testing service fees, construction inspection service fees, and water testing lab fees in the amounts set forth in the Cost Summary section of this Agreement. Upon completion of the construction of the Improvements, the City will reconcile the actual cost of administrative material testing service fees, construction inspection service fees, and water testing lab fees with the estimated fees paid by Developer. If the actual costs of the fees are more than the estimated payments made by the Developer, the Developer must pay the difference to the City before the Improvements will be accepted by the City. If the actual costs of the fees are less than the estimated payments made by the Developer, the City will refund the difference to the Developer. If the difference between the actual costs and the estimated payments made by the Developer is less than fifty dollars ($50.00), the City will not issue a refund and the Developer will not be responsible for paying the difference. The financial guarantee will not be released by the City or returned to the Developer until reconciliation has been completed by the City and any fees owed to the City have been paid by the Developer. 15. Material Testing The City maintains a list of pre -approved material testing laboratories. The Developer must contract with material testing laboratories on the City's list. Material testing laboratories will provide copies of all test results directly to the City and the Developer. If the Improvements being constructed fail a test, the Developer must correct or replace the Improvements until the Improvements pass all retests. The Developer must pay the material testing laboratories directly for all material testing and retesting. The City will 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: Development Services Contract Management Office City of Fort Worth 100 Fort Worth Trail Fort Worth, Texas 76102 City of Fort Worth, Texas Standard Community Facilities Agreement Rev. 9/21 DEVELOPER: LAFRONTERA DEVELOPMENT, L.L.C. 1000 Texan Trail, Suite 200 Grapevine, Texas 76051 Page 7 of 16 With conies 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 City of Fort Worth, Texas Page 8 of 16 Standard Community Facilities Agreement Rev. 9/21 employees, and Developer and its employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers. Developer further agrees that nothing herein shall be construed as the creation of a partnership or joint enterprise between City and Developer. It is further understood that the City shall in no way be considered a co -employer or a joint employer of Developer or any employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers of Developer. Neither Developer, nor any officers, agents, servants, employees or subcontractors of Developer shall be entitled to any employment benefits from the City. Developer shall be responsible and liable for any and all payment and reporting of taxes on behalf of itself, and any of employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers. The City, through its authorized representatives and employees, shall have the sole and exclusive right to exercise jurisdiction and control over City employees. 19. Applicable Law; Venue This Agreement shall be construed under and in accordance with Texas law. Venue shall be in the state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. 20. Non -Waiver The failure of the City to insist upon the performance of any term or provision of this Agreement or to exercise any right herein conferred shall not be construed as a waiver or relinquishment to any extent of City's right to assert or rely on any such term or right on any future occasion. 21. Governmental Powers and Immunities. It is understood that by execution of this Agreement, the City does not waive or surrender any of its governmental powers or immunities. 22. Headings The paragraph headings contained herein are for the convenience in reference and are not intended to define or limit the scope of any provision of this Agreement. 23. Severability In the event that any clause or provision of this Agreement shall be held to be invalid by any court of competent jurisdiction, the invalidity of such clause or provision shall not affect any of the remaining provisions hereof. 24. Review of Counsel City of Fort Worth, Texas Page 9 of 16 Standard Community Facilities Agreement Rev. 9/21 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. The terms "boycott Israel" and "company" have the meanings ascribed to those terms by Chapter 2271 of the Texas Government Code. To the extent that Chapter 2271 of the Government Code is applicable to this Agreement, by signing this Agreement, Developer certifies that Developer's signature provides written verification to the City that Developer: (1) does not boycott Israel; and (2) will not boycott Israel during the term of this Agreement. 26. Prohibition on Boycotting Energy Companies Developer acknowledges that in accordance with Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meanings ascribed to those terms by Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Developer certifies that Developer's signature provides written verification to the City that Developer: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 27. Prohibition on Discrimination Against Firearm and Ammunition Industries Developer acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Developer certifies that Developer's signature provides written verification to the City that Developer: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm City of Fort Worth, Texas Page 10 of 16 Standard Community Facilities Agreement Rev. 9/21 entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. 28. Immigration and Nationality Act Developer shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Developer shall provide City with copies of all 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. 29. Amendment No amendment, modification, or alteration of the terms of this Agreement shall be binding unless the same is in writing, dated subsequent to the date hereof, and duly executed by the City and Developer. 30. Assignment and Successors Developer shall not assign or subcontract all or any part of its rights, privileges, or duties under this Agreement without the prior written consent of City. Any attempted assignment or subcontract without the City's prior written approval shall be void and constitute a breach of this Agreement. 31. No Third -Party Beneficiaries The provisions and conditions of this Agreement are solely for the benefit of the City and Developer, and any lawful assign or successor of Developer, and are not intended to create any rights, contractual or otherwise, to any other person or entity. 32. Compliance with Laws, Ordinances, Rules and Regulations Developer, its officers, agents, servants, employees, and contractors, shall abide by and comply with all laws, federal, state and local, including all ordinances, rules and regulations of City. It is agreed and understood that, if City calls to the attention of Developer any such violation on the part of Developer or any of its officers, agents, servants, employees, or subcontractors, then Developer shall immediately desist from and correct such violation. City of Fort Worth, Texas Page 11 of 16 Standard Community Facilities Agreement Rev. 9/21 33. Signature Authority The person signing this Agreement on behalf of Developer warrants that he or she has the legal authority to execute this Agreement on behalf of the Developer, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the entity. The City is fully entitled to rely on this warranty and representation in entering into this Agreement. 34. Counterparts This Agreement may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. 35. Entire Agreement This written instrument, together with any attachments, exhibits, and appendices, constitutes the entire understanding between the City and Developer concerning the work to be performed hereunder, and any prior or contemporaneous, oral or written agreement that purports to vary from the terms hereof shall be void. [REMAINDER OF PAGE INTENTIONALLY BLANK] City of Fort Worth, Texas Page 12 of 16 Standard Community Facilities Agreement Rev. 9/21 Project Name: La Frontera Phase 5 CFA No.: 24-0156 Items A. Water and Sewer Construction 1. Water Construction 2. Sewer Construction Water and Sewer Construction Total 36. Cost Summary Sheet City Project No.: 105496 B. TPW Construction 1. Street 2. Storm Drain 3. Street Lights Installed by Developer 4. Signals TPW Construction Cost Total Total Construction Cost (excluding the fees) Estimated Construction Fees: C. Construction Inspection Service Fee D. Administrative Material Testing Service Fee E. Water Testing Lab Fee Total Estimated Construction Fees: Financial Guarantee Options, choose one Bond = 100% Completion Aqreement = 100% / Holds Plat Cash Escrow Water/Sanitary Sewer= 125% Cash Escrow Pavinq/Storm Drain = 125% Letter of Credit = 125% Escrow Pledqe Aqreement = 125% Developer's Cost $ 686,261.40 $ 368,782.40 $ 1,055,043.80 $ 918,155.21 $ 1,184,671.50 $ 130,555.00 $ 2,233,381.71 $ 3,288,425.51 $92,812.50 $9,921.60 $1,012.50 $ 103,746.60 IPRC No.: 24-0056 Choice Amount (Mark one $ 3,288,425.51 $ 3,288,425.51 X $ 1,318,804.75 $ 2,791,727.14 $ 4,110,531.89 $ 4,110,531.89 City of Fort Worth, Texas Page 13 of 16 Standard Community Facilities Agreement Rev. 9/21 IN WITNESS WHEREOF, the City and Developer have each executed this Agreement by their duly authorized signatories to be effective on the date executed by the City's Assistant City Manager. CITY OF FORT WORTH Cps Jesica McEachern Assistant City Manager Date: Apr 6, 2025 Recommended by: Q)4yrcW Dwayne Hollars Sr. Contract Compliance Specialist Development Services Approved as to Form & Legality: Jackson Skinner Assistant City Attorney M&C No. N/A Date: Mar 31, 2025 Form 1295: N/A DEVELOPER LAFRONTERA DEVELOPMENT, L.L.C. GarfA6Ljj4fjWAod (Mar 28, 2025 19:54 CDT) Gary H. Hazlewood Chief Executive Manager Date: Mar28,2025 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. 4.�'d4UOnq a F FORT n°a ■ �� ATTEST: �; po °° Rebecca Owen (Mar 31, 2025 08:13 CDT) p Pvo ==d Rebecca Diane Owen -� ad4p nezASaa Development Services Manager Jannette S. Goodall City Secretary OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas Page 14 of 16 Standard Community Facilities Agreement Rev. 9/21 The following attachments are incorporated into this Agreement. To the extent a conflict exists between the main body of this Agreement and the following attachments, the language in the main body of this Agreement shall be controlling. Included Attachment ❑x Attachment 1 - Changes to Standard Community Facilities Agreement ❑ Attachment 2 — Phased CFA Provisions ❑ Attachment 3 — Concurrent CFA Provisions X❑ Location Map © Exhibit A: Water Improvements X❑ 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 15 of 16 Standard Community Facilities Agreement Rev. 9/21 ATTACHMENT "I" Changes to Standard Community Facilities Agreement City Project No. 105496 None City of Fort Worth, Texas Page 16 of 16 Standard Community Facilities Agreement Rev. 9/21 NOT TO SCALE EAGLE MOUNTAIN LAKE LOCATION MAP N.T.S. City Project Number. 105496 Mapsco Number: 031-D LA FRONTERA PHASE 5 (IPRC24-0056) DATE: FEBRUARY 2025 CPN: 105496 OWNER/DEVELOPER: LA FRONTERA DEVELOPMENT LLC 1000 TEXAN TRAIL, SUITE #200 GRAPEVINE, TEXAS 76051 PHONE: (817)416-4841 FA3 irkman 52005TATE HIGHWAY 121 COLLEYVILLE, TX 76034 Phone: 817-488-4960 TEXAS ELECTRIC SERVICE COMPANY VOLUME 2701, PAGE74 D.R. T.C. T. f � T / — — LOT 19 BLOCK 16 BLOCK 1 / LOT LOT LOT I LOT LOT LOT LOT LOT LOT 20 21 22 23 1 24 69 68 67 66 LOT II PROP. 1" WATER LA PRADERA CT ,{PROP. 8" WATERI 65 / SERVICE (TYP) o vV vV' LOT 18 PROP. / U_ LOT 7 JP§OP. FHI / LOT 17 C (TYP.) — LOT 64 a LOT 8 LOT 5 c9 NN v PROP. 8" WATER h Q LOT BLOCK 1 LOT 16 LOT 9 LOT 4 — Z / HARBOUR VIEW LOT 15 W _ BLOCK 17 9 LOT 62 / F� I LOT 10 LOT 3 ESTATES / (I W �/ CABINET A , SLIDE LOT14 WATER d LOT61 4488 RlO CLARO BLOCK 16 — SERVICE (TYP)� H INC. etal iu P.R. T.C. T. LOT 11 LOT 2 Cf..Q LOT 60 DOCUMENT LOT 13 J IT50-P, BLOCK 3 NO. (PROP. 8" WATERS -- LOT 12 LOT 1 (PARK) D208069913 LOT 12 LA FRONTERA D.R.T.C.T. r� PHASE 5 1 r LOT 11 (IPRC24-0056) — I LOT 14 1 1 I I LOT 10 LOT 1 ILOT 59 1 LOT 9 LOT 58 (1PROP. 8" WATER LOT 57 1 r---, 1 LOT I /^ I 6 I / LOT J _ _j / \\\ LOT11 6 ��(X-28127) LOT 7 O RF LOT; A T55 //� \��L� LOTj HARBOUR VIEWESTATES /LOT �10�� \ iy LOT 3� CABINET A ,SLIDE 4488 �ojK,7� �� P.R.T.C.T. LOTS/��\ �� /� / LOT 22-P, BLOCK 3 ILA FRONcERA ^ \ \` LOT nUAO2,� / (PARK) LEGEND w PROPOSED WATER LINE EXISTING WATER LINE }F" PROPOSED FIRE HYDRANT EXHIBIT A - WATER (1) LA FRONTERA 0 200 PHASE 5 (IPRC24-0056) GRAPHIC SCALE DATE :FEBRUARY2025 CPN:105496 OWNER/DEVELOPER: K3 LA FRONTERA DEVELOPMENT LLC kirkman 1000 TEXAN TRAIL, SUITE #200 ENGINEERING GRAPEVINE, TEXAS 76051 5200 STATE HIGHWAY 121 PHONE: 817 416-4841 ) COLLEYVILUE, 8876034 Phone:817-488-4960 Phone: TEXAS ELECTRIC SERVICE COMPANY VOL LIME 2701, PAGE 74 D.R. T.C. T. LOT 19 BLOCK 16 LOT 69ILOT 68 LOT 67 LOT 66 LOT LOT I LOT I LOT LOT BLOCK 20 21 22 23 24 PRO . 411 .S. L6 T O LA PRADERA CT SERVICE (TYP)� l / LOT 18 / Z I r LOT 7 I LOT 6,_ LOT 64 LOT 17 19 OIPROP. 8oS.S�N Q \ T 5 LOT 16 N I LOT 63 g PROP. 4" S.S. A _ // / / LOT 15 19 SERVICE (TYP) Z BLOCK HARBOUR VIEW W -_ �, 9 1 LOT 62 / ' ESTATES IH I W 7� / CABINET A , SLIDE LOT 14 I LOT 10 I LOT 3 IL LOT 61 / 4488 RIO CLARO I BLOCK 16 BLOCK 17 W INC. etal W �`�� P.R. T.C.T. LOT 11 LOT 2 a- LOT 60 /} DOCUMENT I LOT13 � ILOT50-P, BLOCK3 NO. I I LOT 12 LOT 1 �77// (PARK) D208069913 LOT 12 LA FRONTERA /, D.R.T.C.T. r IPRaP. 8" S.S. PHASE 5 1' (M- 1 LOT 11 S.S. \\ (IPRC24-0056) 1 �(M-62) I — LOT 14 Me _ LOT 10 LOT 1 1 59 1 LOT W 1 LOT 9 LOT 58 LOT 57 1 \ 56 \ 1 Wit 55 LOT BLOCK 1 \ 1 LOT 8 LOT 54 Z 1 1 -1 PROP. 8" S.S.I L gT I /LOT QO �P 10, LOT 53 / 10\^I) LOT ,A, T \l EX. 8 S.S. O 12 LOT \o \ (X-28 7� \ NN\ \ 0�e / \ FF/r�,0� � � RT / / \ .y LOTS \ J / / HARBOUR VIEW ESTATES BOoc, i �y� ' LOTT 3� \ \ CABINET A , SLIDE 4488 _ A ' / P.R. T.C. T. l < LOT 9� LOT 8 LA PHAOSE 4� ` L OT / �, \ y y / / LOT 22-P, BLOCK 3 \' / / (PARK) / (IPRC24-0055) V� LOT 1 --1 LOT 7 / IILLOT34� \ C LOT6 �\ //^\ \,•..... //� LEGEND s PROPOSED SEWER LINE EX. SEWER LINE PROP. MANHOLE EXHIBIT B - SEWER ® LA FRONTERA OWNER/DEVELOPER: K3 o zoo PHASE 5 LA FRONTERA DEVELOPMENT LLC kirkman 1000 TEXAN TRAIL, SUITE #200 ENGINEERING (IPRC24-0056) GRAPEVINE, TEXAS 76051 5200 STATE HIGHWAY 121 COLLEYVILLE, TX 76034 GRAPHIC SCALE DATE :FEBRUARY2025 CPN:105496 PHONE: (817)416-4841 Phone:817-488-4960 TEXAS ELECTRIC SERVICE COMPANY VOL LIME 2701, PAGE 74 D.R. T.C. T. i E LOT 19 BLOCK 16 LOT LOT I LOT I LOT LOT 20 21 22 23 24 _ LA PRADERA CT 1 LOT 7 29.0' LOT 17 19 B-B C LOT 8 -�-� LOT 16 NN LOT 5 LOT 9 LOT 4 LOT 15 W BLOCK 17 W F LOT 14 Q LOT 10 LOT 3 RIO CLARO J BLOCK 16 INC. etal I DOCUMENT I LOT 13 o LOT 11 LOT 2 NO. LOT 1 I D208069913 1 LOT LA FRONTERA D.R. T.C.T. r� LOT 12 12 PHASE 5 (IPRC24-0056) LOT 11 LOT 13 PROPE..n (BY D VI LOT 14 (TYP.) 1 I LOT 10 I LOT 9 LO LOT 5� LOT LOT LOT BLOCK 69 68 67 LOT ADA AMP 66 / LOT 65 dPROP. (BY DEVELOPER) (TYP.) / LOT 64 / 50.0' R.O.W. LOT 63 BLOCK 1 ,ARBOUR VIEW LOT 62 / ESTATES J� / CABINET A , SLIDE ` LOT 61 Q / 4488 OL ` P. R. T.C. T. HLOT 60 / LOT 50-P, BLOCK 3 W / (PARK) I tI RAMP DPER) LOT III I 59 I I DT I ;8 LOCK1 I I \I ;� I1 �ooy4. �' �y3 �O > \//LO/T\ \ \\ \ // ry�BpURC LOT/\� �>n� \ 12 RF % LOTS\ v/ ' LOTbi 11/ n LOT 4 i / / / HARBOUR VIEW ESTATES BLOC LOT j OT1 1i \ y� �o \ l� / CAB/NETA, SLIDE4488 �LOT9 n � / P.R.T.C.T. n � \ 7VA: / / LOT22-P, BLOCK3 LA FRONTERA ^ �\ LOT 2 ^ (PARK) PHASE 4 �\ \ / (IPRC24-0055) > LOT 1 I LOT 34 \ LOT 7 \` LOT 6 \\ `�i LEGEND PROPOSED REINF. CONCRETE PER CITY OF FORT WORTH STANDARDS PROPOSED SIDEWALK PROPOSED BFR EXHIBIT C - PAVING ® LA FRONTERA OWNER/DEVELOPER: K 0 200 PHASE 5 LA FRONTERA DEVELOPMENT LLC kir' k 1000 TEXAN TRAIL, SUITE #200 ENGINEERING (IPRC24-0056) GRAPEVINE, TEXAS 76051 5200 STATE HIGHWAY 121 COLLEYVILLE, TX 76034 GRAPHIC SCALE DATE :FEBRUARY2025 CPN:105496 PHONE: (817)416-4841 Phone:817-488-4960 TEXAS ELECTRIC SERVICE COMPANY VOL LIME 2701, PAGE 74 D.R. T.C. T. LOT 2X BLOCK 16 A / -- LOT LOT BLOCK 1 RIO CLARO INC. etal DOCUMENT NO. D208069913 D.R. T.C. T. I r� LOT 2X r_, LOT I '�') IIL6 I /LOT/ J_J< �i (�. 30- S�TO LOT i 12 i LOT 10,r BLOCK 17 LOT s LIACITE PHAOSE 4� \\ / (IPRC24-0055) E' LOT7 I LOT 34 J \ LOT 6 j \ LOT LOT LOT I LOT LOT 69 68 LOT LOT LOT / LOT 19 20 21 22 23 24 PRO . 241 67 66 65 I - STORM� ` LA PRADERA CT LOT18 LOT 7 LOT 6 LOT 17 LOT 64 QLOT 8 LOT 5 LOT 63 PROP. CURB INLET � LOT16 _ c BLOCK (TYP)� a I �� HARBOUR VIEW LOT 15 LOT 9 BLOCK 17 LOT 4 N LOT 62 J 1 ESTATES / // CABINET A , SLIDE LOT 14 fWl, LOT 10 LOT 3 9 LOT 61 4488 BLOCK16-IPROP.2 "STORM CL /P.R.T.C.T. LOT 11 LOT 2 W LOT 60 / LOT 13Q I IL OT 50-P, LOT 12 LOT 1 .� BLOCKS LOT 12 LA FRONTERA J Y (PARK) PHASE 5 1 `I LOT 5X / LOT 11 (IPRC24-0056) LOT 14 1 I 1 I `0 1� Vo I 1 I LOT 9 59 IPR P. 24" Kph V 4 STORM .\ 1 ROP. (3) 8'X5'1 e6 \ 1 ULVERT BLOCK 1 \ LOT 7 \.O,��h PROP. 33"1 STORM o'�� PQ� LOT 8 0�0 0�53 V V ' BLOCK 18 moo( NI) 10 (5ry � LOT 11 nX LEGEND PROPOSED STORM EXISTING STORM I®I PROPOSED CURB INLET EXHIBIT D - STORM DRAIN ® LA FRONTERA 0 200 PHASE 5 (IPRC24-0056) GRAPHIC SCALE DATE :FEBRUARY2025 CPN:105496 coo \ / \ R- O JQdO� HARBOUR VIEW ESTATES CABINET A , SLIDE 4488 P.R. T. C. T. LOT LOT 22-P, 5x BLOCK 3 (PARK) PROP. (4) 8'X5'1 CULVERT OWNER/DEVELOPER: K3 LA FRONTERA DEVELOPMENT LLC kirkman 1000 TEXAN TRAIL, SUITE #200 ENGINEERING GRAPEVINE, TEXAS 76051 5200 STATE HIGHWAY 121 817 416-4841 ( ) COLUEYPHONE: Phone: 817-ILLE, TX 76034 Phone:817-488-4960 TEXAS ELECTRIC SERVICE COMPANY PROP. STREET LIGHT L VOL LIME 2701, PAGE74 PROP. STOP SIGN WITH '— (TYP.)� \ _ _ D.R.T.C.T. STREET NAME SIGNS (TYP.) RIO CLARO II INC. etal DOCUMENT NO. D208069913 D.R. T.C. T. r I LOT II 6 I /LOT/ L( LOT\> 12 / LEGEND PROPOSED STREET SIGN PROPOSED STREET LIGHT BLOCK 16 Ll BLOCK 1 /ILOT LOT LOTI LOT LOT LOT 19 20 21 I 22 23 24 LOT OT LOTLA PRADERA CT 67 66 ss f ° ° V. LOT 18 e -- h` ; \\ "\\ LOT 7 LOT 6 n( LOT 17 ♦Y LOT 64 \ LOT 8 LOT 5 Q LOT 63 LOT 16 Q / LOT 9 LOT 4 log: BLOCK 1In HARBOUR VIEW LOT 15 W BLOCK 17 �, a LOT 62 / , ESTATES LOT 10 LOT 3 F- N J� / CABINET A , SLIDE LOT 14 J ¢ LOT 61 / 4488 BLOCK 16 P.R. T.C. T. f LOT 13 o LOT 11 LOT 2 4 LOT 60 / ILOT50-P, BLOCK3 LOT 12 LOT 1 I W (PARK) LOT 12 LA FRONTERA °I J ° PHASE 5 1 (IPRC24-0056) LOT 11 e _ LOT 14 LOT 10 LOT I 1 58 59 LOT 9 PROP. STOP SIGN WITH I I �® STREET NAME SIGNS .i (TYP.) BLOCK 18 _I PROP. STREET LIGHT 1! (TYP.) �0 / // HARBOUR VIEW ESTATES CABINET A , SLIDE 4488 P.R. T.C.T. LOT22-P, BLOCK3 (PARK) EXHIBIT E - STREET LIGHTS AND SIGN IMPROVEMENTS ® LA FRONTERA OWNER/DEVELOPER: 03 0 200 PHASE 5 LA FRONTERA DEVELOPMENT LLC I.irkmkan (IPRC24-0056) 1000 GRAPEAVINE, TEXASSUITE 7605100 5200 STATE HIGHWAY 121 COLLEYVILLE, TX 76034 GRAPHIC SCALE DATE :FEBRUARY2025 CPN:105496 PHONE: (817)416-4841 Phone:817-488-4960 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 41 42 43 44 45 00 42 43 DAP - BID PROPOSAL Page 1 of 5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Bidder's Application Project Item Information Description Specification Unit of Bid Section No. Measure Quantity UNIT I: WATER IJMPROVEMENTS 3311.0261 8" PVC Water Pipe 3311 12 LF 3253 3311.0251 8" DIP Water 3311 10 LF 202 3312.0001 Fire Hydrant 33 12 10 EA 6 3312.2003 1" Water Service 33 12 20 EA 54 3312.3003 8" Gate Valve 33 12 20 EA 12 3312.0117 Connection to Existing 4"-12" Water Main 0241 14 EA 2 0241.1118 4"-12" Pressure Plug 0241 14 EA 1 3305.0003 8" Waterline Lowering 33 05 10 EA 12 3304.0109 Trench Safety 33 05 10 LF 3253 TOTA _ UNIT I: WATER IMPROVEMENTS Bidder's Proposal Unit Price I Bid Value $85.80 $433.40 $10,010.00 $2,027.30 $3,547.50 $3,630.00 $484.00 $7,500.00 $3.00 1 $279,107.40 1 $87,546.80 1 $60,060.00 1 $109,474.20 1 $42,570.00 1 $7,260.00 1 $484.001 $90,000.00 1 $9,759.00 1 $686,261.40 1 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Tom Version May 22, 2019 PH5_ATLure_00 42 43_Bid Proposal_DAP 00 42 43 DAP - BID PROPOSAL Page 2 of 5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Unit of Bid Unit Price Bid Value No. Section No. Measure Quantity UNIT II: SANITARY SEWER IMPROVEMENTS 1 3331.5304 8" PVC Sewer Pipe, 6' to 8' 3331 20 LF 2482 $63.80 $158,351.601 2 3331.5305 8" PVC Sewer Pipe,6' to 8',CSS Backfill 3331 20 LF 120 $110.00 $13,200.001 3 3331.3101 4" Sewer Service 3331 50 EA 54 $1,410.20 $76,150.801 4 3339.1001 4' Manhole 33 39 10 EA 9 $7,700.00 $69,300.001 5 3339.1002 4' Drop Manhole 33 39 10 EA 2 $12,265.00 $24,530.001 6 3305.0113 Trench Water Stops 33 05 15 EA 5 $1,177.00 $5,885.001 7 3304.0109 Trench Safety 33 05 10 LF 2482 $1.50 $3,723.001 8 3301.0002 Post -CCTV Inspection 3301 31 LF 2482 $6.00 $14,892.001 9 3301.0101 Manhole Vaccum Testing 3301 30 EA 11 $250.00 $2,750.001 I 10 I I 11 I I 12 I I 13 I I 14 I I 15 I I 16 I I 17 I I 18 I I 19 I I 20 I I 21 I I 22 I I 23 I I 24 I I 25 I I 26 I I 27 I I 28 I I 29 I I 30 I I 31 I I 32 I I 33 I I 34 I I 35 I I 36 I I 37 I I 38 I I 39 I I 40 I I 41 I I 42 I I 43 I I 44 I I 45 I TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS $368,782.401 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Tom Version May 22, 2019 PH5_ATLure_00 42 43_Bid Proposal_DAP 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 41 42 43 44 45 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information Description 3341.0201 21" RCP, Class III 3341.0205 24" RCP, Class III 3341.0305 33" RCP, Class III 3341.1502 8x5 Box Culvert 3349.0102 4' Manhole Riser 00 42 43 DAP - BID PROPOSAL Page 3 of 5 Bidder's Application Specification Unit of Bid Section No. Measure Quantity UNIT III: DRAINAGE IMPROVEME VTS 3341 10 LF 3341 10 LF 3341 10 LF 3349.0002 5' Storm Junction Box 3349.4105 24" SET, 1 pipe 3349.2213 60" Parallel Headwall, 3 pipes 3349.6001 10' Recessed Inlet 3349.6002 15' Recessed Inlet 3349.6003 20' Recessed Inlet 3304.0109 Trench Safety 3341 10 LF 33 49 10 EA 33 49 10 EA 33 49 40 EA 33 49 40 LF 33 49 20 EA 33 49 20 EA 33 49 20 EA 33 05 10 LF 116 1094 372 397 2 1 1 511 4 4 2 1581 TOTAL UNIT III: DRAINAGE IMPROVEMENTS Bidder's Proposal Unit Price I Bid Value $96.80 $110.00 $180.40 $1,193.40 $5,335.00 $9,020.00 $1, 980.00 $741.60 $7,810.00 $10,835.00 $13,365.00 $6.50 1 $11,228.80 1 $120,340.00 1 $67,108.80 1 $473,779.80 1 $10,670.00 1 $9,020.00 1 $1,980.00 1 $378,957.60 1 $31,240.001 $43,340.00 1 $26,730.00 1 $10,276.50 1 $1,184,671.501 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Tom Version May 22, 2019 PH5_ATLure_00 42 43_Bid Proposal_DAP 00 42 43 DAP - BID PROPOSAL Page 4 of 5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description I Specification Unit of Bid Unit Price Bid Value No. Section No. Measure Quantity UNIT IV: PAVING IMPROVEMENTS I I 1 3213.0101 6" Conc Pvmt 32 13 13 SY 11781 $57.47 $677,054.071 I 2 3213.0301 4" Conc Sidewalk 32 13 20 SF 8944 $9.57 $85,594.081 I 3 3213.0501 Barrier Free Ramp, Type R-1 32 13 20 EA 8 $2,947.27 $23,578.161 I 4 3211.0400 Hydrated Lime 3211 29 TN 226 $359.25 $81,190.501 I 5 3211.0501 6" Lime Treatment 3211 29 SY 12528 $4.05 $50,738.401 16 I 17 I I 8 I 19 I I 10 I I 11 I I 12 I I 13 I I 14 I I 15 I I 16 I I 17 I I 18 I I 19 I I 20 I I 21 I I 22 I I 23 I I 24 I I 25 I I 26 I I 27 I I 28 I I 29 I I 30 I I 31 I I 32 I I 33 I I 34 I I 35 I I 36 I I 37 I I 38 I I 39 I I 40 I I 41 I I 42 I I 43 I I 44 I 45 TOTAL JNIT IV: PAVING IMPROVEMENTS $918,155.211 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 PH5_A'Lure_00 42 43 Bid Proposal DAP UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information 00 42 43 DAP - BID PROPOSAL Page 5 of 5 Bidder's Application Bidlist Item Description Specification I Unit of Bid No. Section No. Measure Quantity Bid Summary UNIT I: WATER IMPROVEMENTS UNIT 11: SANITARY SEWER IMPROVEMENTS UNIT III: DRAINAGE IMPROVEMENTS UNIT IV: PAVING IMPROVEMENTS UNIT V: STREET LIGHTING IMPROVEMENTS UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS This Bid is submitted by the entity named below: BIDDER: A'Lure General Contractors 351 W Southlake Blvd Southlake, TX 76092 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. Total Construction Bid Bidder's Proposal Unit Price I Bid Value $686,261.40 $368,782.40 $1,184,671.50 $918,155.21 $3,157,870.51 ' BY: Gene DeVore <Signature Here> TITLE: President VerifiednysisnNM 0325202515;5 "UTC DATE: 03/25/2025 6]afec10c5c04a3a93-- _ _ _ J220 working 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 PH5_A'Lure_00 42 43_Bid Proposal DAP 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 41 42 00 42 43 DAP - BID PROPOSAL Pagel of 2 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Bidder's Application Project Item Information Description Specification Unit of Bid Section No. Measure Quantity UNIT V: STREET LIGHTING IMPROVEMENTS 2605.3015 2" CONDT PVC SCH 80 (T) 3441 20 EA 1891 3441.1410 NO 10 Insulated Elec Condr 3441 20 EA 5673 3441.3301 Rdwy Illum Foundation TY 1,2, and 4 3441 20 EA 18 3441.1663 Furnish/Install Type 33B Arm Powder Coat Black 3441 20 EA 18 3441.3351 Furnish/Install Rdway Illum TY 11 Pole - Powder Coated RAL-9017 Traffic Black 3441 20 EA 18 3441.3201 Furnish/Install LED Lighting Fixture P101 Black 3441 20 EA 18 3441.1501 Ground Box Type B 3441 20 EA 2 TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS Bidder's Proposal Unit Price I Bid Value $20.00 $3.00 $1,350.00 $450.00 $1,887.00 $425.00 $850.00 1 $37,820.00 1 $17,019.00 1 $24,300.00 1 $8,100.00 $33,966.00 $7,650.00 $1,700.00 1 $130,555.00 1 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Tom Version May 22, 2019 PH5_C&S_00 42 43_Bid Proposal_DAP UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information 00 42 43 DAP - BID PROPOSAL Page 2 of 2 Bidder's Application Bidlist Item Description Specification Unit of Bid No. Section No. Measure Quantity Bid Summary UNIT I: WATER IMPROVEMENTS UNIT 11: SANITARY SEWER IMPROVEMENTS UNIT III: DRAINAGE IMPROVEMENTS UNIT IV: PAVING IMPROVEMENTS UNIT V: STREET LIGHTING IMPROVEMENTS UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS Total Construction Bid This Bid is submitted by the entity named below: BIDDER: C&S Utility Contractors, Inc. 6705 Highway 287 Arlington, TX 76001 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. BY: Blake Menapace TITLE: Operations Manager DATE: 03/25/2025 END OF SECTION Bidder's Proposal Unit Price I Bid Value $130,555.001 $130,555.00 1 220 working days after the date when the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 PH5_C&S_00 42 43_Bid Proposal DAP COMPLETION AGREEMENT — SELF FUNDED This COMPLETION AGREEMENT ("Agreement"), is made and entered into by and between the City of Fort Worth, ("City") and LAFRONTERA DEVELOPMENT, L.L.C., 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 26.881 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-25-044; and WHEREAS, the Developer and the City have entered into a Community Facilities Agreement relating to the development, La Frontera Phase 5 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 Two Hundred Eighty -Eight Thousand Four Hundred Twenty -Five Dollars and Fifty -One Cents ($3,288,425.51), hereinafter called the "Completion Amount". 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 10 Notwithstanding the foregoing, it is acknowledged that the actual costs of completion of the Community Facilities may vary as a result of change orders agreed to by the Parties, but such variances for the purposes of this Agreement shall not affect the Completion Amount as used herein. City hereby waives the requirement for developer to deposit a financial guarantee of 100% of the Hard Costs under the CFA Policy. 3. Completion by the Developer. The Developer agrees to complete the Community Facilities and pay all Hard Costs in accordance with City standards, the CFA, the Plat, and the Plans as approved by the City. For the purposes of this Agreement, the development of the Property shall be deemed complete upon acceptance by the City of the Community Facilities pursuant to Section 6, hereof. 4. Satisfaction of the Citv 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 2 of 10 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: LAFRONTERA DEVELOPMENT, L.L.C. 1000 Texan Trail, Suite 200 Grapevine, Texas 76051 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 3 of 10 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. Le2al 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 4 of 10 Executed in each entity's respective name by its duly authorized signatories effective as of the date executed by the City's City Manager or his/her designee. CITY OF FORT WORTH: C�4 Jesica McEachern Assistant City Manager Date: Apr 6, 2025 Approved as to Form & Legality: Jackson Skinner Assistant City Attorney M&C: N/A Date: Mar 31, 2025 ATTEST: Jannette Goodall City Secretary City of Fort Worth, Texas Standard Completion Agreement — Self -Funded CFA Official Release Date: 07.01.2015 Page 5 of 10 DEVELOPER: LAFRONTERA DEVELOPMENT, L.L.C. Gar�d (Mar 28, 202519:54 CDT) Gary H. Hazlewood Chief Executive Manager Date: Mar 28, 2025 Revised 06.14.2024 DH 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 6 of 10 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 7 of 10 EXHIBIT A LEGAL DESCRIPTION WHEREAS La Frontera Capital Properties, LLC. is the sole owner of a 26.881 Acre tract of land out of the S. E. Merrell Survey, Abstract Number 1009, and the J. A. McNutt Survey, Abstract Number 1151, situated in the City of Fort Worth, Tarrant County, Texas, and being a portion of that certain tract of land described in a deed to La Frontera Capital Properties, LLC., recorded in Instrument Number D207415540, Deed Records, Tarrant County, Texas. The bearings for this plat are based on the bearings as they appear in Instrument Number D219215343, Plat Records, Tarrant County, Texas. Said 26.881 Acre tract being described by metes and bounds as follows: BEGINNING at a 112" iron rod with plastic cap stamped "RPLS 4818" set for the northwest corner of Lot 50-P (park), Block 3, Harbour View Estates, an addition to the City of Fort Worth, Tarrant County, Texas, recorded in Cabinet A, Slide 4489, Plat Records, Tarrant County, Texas and in the south line of that certain tract of land described in deed to Texas Electric Service Company, recorded in Volume 2701, Page 74, Deed Records, Tarrant County, Texas; THENCE departing said south line and continuing along the west lines of said Block 3, the following courses and distances; South 03127'40" West, a distance of 180.00 Feet to a 112" iron rod with plastic cap stamped "RPLS 4818" set; South 23117'19" West, a distance of 345.88 Feet to a 112" iron rod with plastic cap stamped "RPLS 4818" set; South 00110'46" West, a distance of 371.20 Feet to a 112" iron rod with plastic cap stamped "RPLS 4818" set; South 22116'1 1 " West, a distance of 291.15 Feet to a 112" iron rod with plastic cap stamped "RPLS 4818" set; South 32147'30" West, a distance of 534.17 Feet to a 112" iron rod with plastic cap stamped "RPLS 4818" found; THENCE departing said west line and continuing over and across said La Frontera Capital Properties, LLC. tract, the following courses and distances; North 57114'43" West, a distance of 22.22 Feet to a 112" iron rod with plastic cap stamped "RPLS 4818" found; 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 10 North 36125'25" West, a distance of 213.66 Feet to the point of curvature of a non -tangent curve, concave to the northwest, having a radius of 475.00 Feet a central angle of 02103'26", and a chord of 17.05 Feet bearing South 54136'18" West; Southwesterly along said curve, a distance of 17.05 Feet to a 112" iron rod with plastic cap stamped "RPLS 4818" found; North 32153'05" West, a distance of 191. 10 Feet to a 112" iron rod with plastic cap stamped "RPLS 4818" found; North 42100'44" West, a distance of 115.05 Feet to a 112" iron rod with plastic cap stamped "RPLS 4818" found; North 46135'07" West, a distance of 61.94 Feet to a 112" iron rod with plastic cap stamped "RPLS 4818" found; North 35114'55" West, a distance of 68.47 Feet to a 112" iron rod with plastic cap stamped "RPLS 4818" found; North 54145'05" East, a distance of 26.07 Feet to a 112" iron rod with plastic cap stamped "RPLS 4818" found; North 35114'55" West, a distance of 128.15 Feet to a 112" iron rod with plastic cap stamped "RPLS 4818" found; North 45°52'06" West, a distance of 83.27 Feet to a 112" iron rod with plastic cap stamped "RPLS 4818" found; North 00121'23" East, a distance of 20.00 Feet to a 112" iron rod with plastic cap stamped "RPLS 4818" found; South 89138'37" East, a distance of 66.16 Feet to a 112" iron rod with plastic cap stamped "RPLS 4818" set; THENCE North 00°20'01 " East, a distance of 885.42 Feet to said south line of Texas Electric Service Company tract; THENCE South 89112'05" East, along said south line, a distance of 1014.23 Feet to the POINT OF BEGINNING and containing a computed area of 26.881 Acres, more or less. 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 10 EXHIBIT B APPROVED BUDGET Items Developer's Cost A. Water and Sewer Construction 1. Water Construction $ 686,261.40 2. Sewer Construction $ 368,782.40 Water and Sewer Construction Total $ 1,055,043.80 B. TPW Construction 1. Street $ 918,155.21 2. Storm Drain $ 1,184,671.50 3. Street Lights Installed by Developer $ 130,555.00 4. Signals $ - TPW Construction Cost Total $ 2,233,381.71 Total Construction Cost (excluding the fees): $ 3,288,425.51 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 10