Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 63263
Received Date: 05/13/2025 Received Time: 9.02 a.m. Developer and Project Information Cover Sheet: Developer Company Name: Address, State, Zip Code: Phone & Email: Authorized Signatory, Title: Project Name: Brief Description: Project Location: Plat Case Number: Mapsco: CFA Number: 117E&J 24-0178 D.R. HORTON — TEXAS, LTD. 6751 North Freeway, Fort Worth TX 76131 (817) 230- 0800; josworth@drhorton.com Justin Bosworth, Assistant Vice President Longhorn Estates — Phase 2 Water, sewer, paving, drainage, and streetlight South of W Cleburne Crowley & S Hulen St. intersection Plat Name: Longhorn Estate Council District: 1 6 City Project Number: 1 105598 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas Page 1 of 19 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 City Secretary Number: 63263 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 D.R. HORTON — TEXAS, 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 Longhorn Estates Phase 2 ("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 $845,564.01 to enlarge the scope of the Improvements beyond what Developer is responsible for constructing by oversizing an 8-inch water main to a 24-inch water main as authorized by City Council through approval of M&C 25-0270 on March 25, 2025 ("City Participation"); and WHEREAS, the City Council approved City Participation in an amount up to $842,235.24 and the additional City Participation in the amount of $3,328.77 is authorized in accordance with the authority delegated to the City Manager in accordance with Section 2-9 of the City Code; and WHEREAS, the City Participation includes reimbursement to Developer in an amount not to exceed $845,564.01 for construction costs, and the City is not participating in any others costs for the Project; and WHEREAS, the Developer and the City desire to enter into this Agreement in connection with the collective Improvements for the Project; OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas Page 2 of 19 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 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 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: ❑X Exhibit A: Water © Exhibit Al: Sewer ❑X Exhibit B: Paving © Exhibit B 1: Storm Drain © Exhibit C: Street Lights & Signs ❑ Exhibit Cl: Traffic Signal & Striping The Location Map and Cost Estimates are also attached hereto and incorporated herein by reference. To the extent that Exhibits A, Al, B, 131, C, Cl, 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 City of Fort Worth, Texas Page 3 of 19 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 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. If the Developer's contractors: (a) are not constructing the Improvements in accordance with the Engineering Plans; (b) the contractors violate federal law, state law or local law, policies, rules or regulations in connection with the construction of the Improvements; or (c) coordination of the timing of the construction of adjacent utilities is necessary to avoid having to remove and replace Improvements that Developer's contractors are about to install, the City may temporarily suspend the construction of the Improvements by delivering a written notice to Developer and Developer's contractors. The temporary suspension of the construction of the Improvements shall only occur for the amount of time necessary for Developer's contractors to correct the violation or for the coordination of the utilities to be completed, and upon any such suspension, City agrees to reimburse Developer for the City's share of construction costs for work properly completed through the date City suspended construction. 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. 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 City of Fort Worth, Texas Page 4 of 19 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 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 (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. City of Fort Worth, Texas Page 5 of 19 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 (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. (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 ANY CHARACTER, WHETHER REAL OR ASSERTED, BROUGHT FOR OR ONACCOUNT OFANYINJURIES OR DAMAGES SUSTAINED BYANYPERSONS, INCL UDING DEATH, OR TO ANY PROPERTY, RESULTING FROM OR IN CONNECTION WITH THE CONSTRUCTION, DESIGN, PERFORMANCE OR COMPLETION OF ANY WORK TO BE PERFORMED BY SAID DEVELOPER, ITS CONTRACTORS, SUBCONTRACTORS, OFFICERS, AGENTS OR EMPLOYEES, OR IN CONSEQUENCE OF ANY FAILURE TO PROPERLY SAFEGUARD THE WORK, OR ONACCOUNT OFANYACT, INTENTIONAL City of Fort Worth, Texas Page 6 of 19 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 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 IN ACCORDANCE 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 parry beneficiary of such contracts. 14. Estimated Fees Paid by Developer; Reconciliation Prior to execution of this Agreement, Developer has paid to the City the Developer's portion of 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 Developer's portion 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. City of Fort Worth, Texas Page 7 of 19 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 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 Coordination Office City of Fort Worth 100 Fort Worth Trail Fort Worth, Texas 76102 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 DEVELOPER: D.R. Horton — Texas, Ltd. 6751 North Freeway Fort Worth, Texas 76131 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 City of Fort Worth, Texas Page 8 of 19 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 transactions relating to this Agreement. Developer agrees that the City shall have access during normal working hours to all necessary Developer facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. The City shall give Developer reasonable advance notice of intended audits. Developer further agrees to include in all contracts with Developer's contractors for the Improvements a provision to the effect that the contractor agrees that the City shall, until the expiration of three (3) years after final payment under the contract, have access to and the right to examine any directly pertinent books, documents, papers and records of such contractor, involving transactions to the contract, and further, that City shall have access during normal working hours to all of the contractor's facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City shall give Developer's contractors reasonable advance notice of intended audits. 18. Independent Contractor It is expressly understood and agreed that Developer and its employees, representative, agents, servants, officers, contractors, subcontractors, and volunteers shall operate as independent contractors as to all rights and privileges and work performed under this Agreement, and not as agents, representatives or employees of the City. Subject to and in accordance with the conditions and provisions of this Agreement, Developer shall have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers. Developer acknowledges that the doctrine of respondeat superior shall not apply as between the City and its officers, representatives, agents, servants and employees, and Developer and its employees, representatives, agents, servants, officers, contractors, 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 City of Fort Worth, Texas Page 9 of 19 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 The failure of the City to insist upon the performance of any term or provision of this Agreement or to exercise any right herein conferred shall not be construed as a waiver or relinquishment to any extent of City's right to assert or rely on any such term or right on any future occasion. 21. Governmental Powers and Immunities. It is understood that by execution of this Agreement, the City does not waive or surrender any of its governmental powers or immunities. 22. Headings The paragraph headings contained herein are for the convenience in reference and are not intended to define or limit the scope of any provision of this Agreement. 23. Severability In the event that any clause or provision of this Agreement shall be held to be invalid by any court of competent jurisdiction, the invalidity of such clause or provision shall not affect any of the remaining provisions hereof. 24. Review of Counsel City and Developer, and if they so choose, their attorneys, have had the opportunity to review 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 City of Fort Worth, Texas Page 10 of 19 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 Developer acknowledges that in accordance with Chapter 2276 of the Texas Government Code the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Developer certifies that Developer's signature provides written verification to the City that Developer: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 27. Prohibition on Discrimination Against Firearm and Ammunition Industries Developer acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code the City is prohibited from entering into a contract for goods or services that has a 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. 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 City of Fort Worth, Texas Page 11 of 19 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Developer employee who is not legally eligible to perform such services. DEVELOPER SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY DEVELOPER, DEVELOPER'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Developer, shall have the right to immediately terminate this Agreement for violations of this provision by Developer. 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. 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. City of Fort Worth, Texas Page 12 of 19 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 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 shall reimburse Developer in an amount not to exceed $845,564.01 for construction costs. The City shall not reimburse Developer for any other costs for the Project. The City will reimburse the City Participation to Developer 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 for construction costs was calculated as follows: Pm1ea Item ioforaenon IPRC244146 CPW 105599 'Hiddels Prope;al CFW Bidlist It® D--WnOS Speff�Se .No_ tinrt of S7mt Puce Hidflame ti�Price Sid L'a�e Lwresld Prire ho '.4teas�e i'a�e Btdrist Item No. 1 1 3311 _D001 Duc51e Iron 44 ater Fktinga wl Restraint (24") 3311 11 TOP: 6.86 S13,717.13D $94,D98.62 $14,139.DD $96,993.54 $94,098,621 1 2 3311.064124"Water Pipe 110, 331112, 33-11 13. 331 LF 3,54D $1ST DD $571,480.9D $235. DD $855,400.00 $571.481).00� 1 3 3311.0642 24" Water Pipe, C S BacUll 11 G, 33 11 12, 33 11 13, 33 1 LF 40 $336.OD $13,440.00 $500. DD $20,000.00 $13,44U.00 � 1 4 3312.0105 Connection to Exesting 24" Water Main 331225 EA 1 $13,421.0D $13,421.00 59,125.DD $9,125.00 $9,12&00� 1 5 3312.1004 4" Combination Air Valve Assembly for Water 33 12 30 EA 2 $39.632.00 $79.264.00 $24,49G 00 $48,980.D0 $48,988A0 J 1 6 3312.300824" Gate Valve wl VauR 331220 EA 4 $50,950.00 4203,800.00 $59,813.D0 $239,252.00 $203.800M 1 7 3312.60038"Dow OHValve 331260 EA 1 $28,955.00 $26,955.00 $10,217.DD $1D,217.00 510,217A0� TOTAL UNIT I; WATER IMPROVEMENTS -(City Share Items Oaivl $1,004,458.62 TOT AI C MY PR PTIC. iP A TION I RR 9%4 5845,564.i)1 (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 Contractor inspect the Improvements, and the City concurs that the Improvements are substantially complete. This Agreement has a 5% retainage to be withheld on payment applications submitted to the City for reimbursement of the City Participation. [REMAINDER OF PAGE INTENTIONALLY BLANK] City of Fort Worth, Texas Page 13 of 19 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 Project Name: Longhorn Estates Phase 2 CFA No. 24-0178 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% 38. Cost Summary Sheet IPRC No. 24-0146 City Project No.105598 Developer's Cost City's Cost Total Cost City of Fort Worth, Texas Standard Community Facilities Agreement with City Participation Rev. 4/2/20 $ 1,094,219.79 $ 845,564.01 $ 1,939,783.80 $ 903,996.00 $ - $ 903,996.00 $ 1,998,215.79 $ 845,564.01 $ 2,843,779.80 $ 2,153,231.90 $ $ 2,153,231.90 $ 2,199,311.00 $ $ 2,199,311.00 $ 482,667.52 $ $ 482,667.52 $ 4,835,210.42 $ $ 4,835,210.42 $ 6,833,426.21 $ 845,564.01 $ 79678,990.22 $ 81,000.00 $ - $ 81,000.00 $ 24,804.00 $ $ 24,804.00 $ 2,868.75 $ $ 2,868.75 $ 108,672.75 $ - $ 108,672.75 $ 6,942,098.96 $ 845,564.01 $ 7,787,662.97 Amount $ 7,678,990.22 X Page 14 of 19 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 o� Jesica McEachern Assistant City Manager Date: 05/12/2025 Recommended by: Dwayne Hollars Sr. Contract Compliance Specialist Development Services Department Approved as to Form & Legality: Richard McCracken (May 7, 2025 21:47 CDT) Richard A. McCracken Sr. Assistant City Attorney M&C No. 25-0270 Date: 3/25/2025 Form 1295: 2025-1270210 QD-M6U q ems°°° f�RTk� vr,o ' 9 0 ATTEST: pSoaid Pa* , Nn nEp6saaa Jannette Goodall City Secretary City of Fort Worth, Texas Standard Community Facilities Agreement with City Participation Rev. 4/2/20 DEVELOPER D.R. HORTON — TEXAS, LTD. a Texas limited partnership By: D.R. Horton, Inc. a Delaware corporation its Authorized Agent By: Name: Justin Bosworth Title: Assistant Vice President Date: 05/06/2025 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. ?' t^ Rebecca Owen (May 6, 202516:17 CDT) Rebecca Diane Owen Development Services Manager OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 15 of 19 The following attachments are incorporated into this Agreement. To the extent a conflict exists between the main body of this Agreement and the following attachments, the language in the main body of this Agreement shall be controlling. Included Attachment ® Attachment 1 - Changes to Standard Community Facilities Agreement ® Attachment 2 — Phased CFA Provisions ❑ Attachment 3 — Concurrent CFA Provisions ® Location Map ® Exhibit A: Water Improvements ® Exhibit A1: Sewer Improvements ® Exhibit B: Paving Improvements ® Exhibit B 1: Storm Drain Improvements ® Exhibit C: Street Lights and Signs Improvements ❑ Exhibit Cl: Traffic Signal and Striping Improvements ® Cost Estimates (Remainder of Page Intentionally Left Blank) City of Fort Worth, Texas Page 16 of 19 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 ATTACHMENT "1" Changes to Standard Community Facilities Agreement City Project No. 105598 None City of Fort Worth, Texas Page 17 of 19 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 ATTACHMENT "2" Phased CFA Provision City Project No. 105598 The improvements being constructed by Developer pursuant to this Agreement will connect to improvements Developer is constructing under a separate Community Facilities Agreement that have not been completed and accepted by the City. Therefore, this Agreement shall be considered a "Phased CFA" and the provisions contained in this section shall apply to this Agreement. The improvements being constructed by Developer under the separate Community Facilities Agreement shall be defined as the "Parent Project." The improvements being constructed by Developer under this Agreement shall be defined as the "Child Project." Developer acknowledges and agrees that due to Developer's election to construct a Phased CFA, the potential exists for technical, delivery, acceptance or performance problems (hereinafter "Construction Problems"). Construction Problems may include, but are not limited to: failure of the improvements to comply with the approved plans or City Specifications; failure of the improvements in the Parent Project and the Child Project to properly connect to each other; changes to the design or construction of the improvements in the Parent Project that impact the design and construction of the improvements in the Child Project; construction delays, delay claims, or claims for liquidated damages; increased costs for the Developer; failure of the improvements to pass inspection or material testing; or rejection by the City of some or all of the improvements and Developer having to remove and reconstruct the improvements at Developer's expense. In addition, Developer understands and agrees that disputes may arise between Developer's contractors or their subcontractors relating to responsibility for the Construction Problems. Developer shall be solely responsible for resolving disputes between contractors or disputes between contractors and subcontractors. Developer further acknowledges and agrees that Developer has notified all of Developer's contractors for the Project that Developer has elected to construct a Phased CFA, the provisions of this section, the risks associated with a Phased CFA, and that the City shall not bear any responsibility for Developer's decision to proceed with a Phased CFA. Developer shall not make the final connection of the improvements in the Child Project to the improvements in the Parent Project until the improvements in the Parent Project have been constructed and accepted by the City and the City has consented to Developer making the connection. Developer agrees that if this Agreement is for improvements relating to the construction, renovation or modification of one or more single family residential homes or structures, the City will not record the plat related to the Project until the improvements are constructed and accepted by the City. Developer agrees that if this Agreement is for improvements relating to the construction, renovation or modification of one or more commercial buildings or structures, the Developer shall not receive a Certificate of Occupancy from the City for the building(s) related to the Project until the improvements in this Agreement are constructed and accepted by the City. Developer further understands and agrees that completion of the improvements under this Agreement does not entitle Developer to obtain a final plat of the property until City of Fort Worth, Texas Page 18 of 19 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 all other requirements of Federal law, State law, or the City Code relating to the filing and recording of a final plat have been met by Developer. BY CHOOSING TO CONSTRUCT A PHASED CFA, DEVELOPER ASSUMES ALL RISKS AND DEVELOPER SHALL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL DAMAGES, INCLUDING BUT NOT LIMITED TO ANYAND ALL ECONOMIC DAMAGES PROPERTYLOSS, PROPERTY DAMAGES AND PERSONAL INJURY, (INCLUDING DEATH), OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED. DEVELOPER HEREBY EXPRESSLY RELEASES AND DISCHARGES CITY FROM ANY AND ALL LIABILITY FOR DAMAGES, INCLUDING, BUT NOT LIMITED TO ANYAND ALL ECONOMICDAMAGES, PROPERTYLOSS, PROPERTY DAMAGE AND PERSONAL INJURY (INCLUDING DEATH) ARISING OUT OF OR IN CONNECTION WITH, DIRECTLY OR INDIRECTLY, THE CONSTRUCTION OF THE IMPROVEMENTS OR DEVELOPER'S DECISION TO CONSTRUCT A PHASED CFA. DEVELOPER, AT ITS SOLE COST AND EXPENSE, AGREES TO AND DOES HEREBY INDEMNIFY, DEFEND PROTECT, AND HOLD HARMLESS CITY, AND CITY'S OFFICERS, REPRESENTATIVES, AGENTS, EMPLOYEES, AND SERVANTS FOR, FROM AND AGAINST ANY AND ALL CLAIMS (WHETHER AT LAW OR IN EQUITY), LIABILITIES, DAMAGES (INCLUDING ANYAND ALL ECONOMICDAMAGES, PROPERTYLOSS, PROPERTYDAMAGES AND PERSONAL INJURIES INCLUDING DEATH), LOSSES, LIENS, CAUSES OF ACTION, SUITS, JUDGMENTS AND EXPENSES (INCLUDING, BUT NOT LIMITED TO, COURT COSTS, ATTORNEYS' FEES AND COSTS OF INVESTIGATION), OF ANY NATURE, KIND OR DESCRIPTION ARISING OR ALLEGED TO ARISE BY OR IN ANY WAY RELATED TO CONSTRUCTION OF THE IMPROVEMENTS OR DEVELOPER'S CHOICE TO CONSTRUCT A PHASED CFA, OR (2) BY REASON OF ANY OTHER CLAIM WHATSOEVER OF ANY PERSON OR PARTY OCCASIONED OR ALLEGED TO BE OCCASIONED IN WHOLE OR INPART BY THE CONSTRUCTIONS OF THE IMPROVEMENTS OR DEVELOPER'S CHOICE TO CONSTRUCT A PHASED CFA WHETHER OR NOT SUCH INJURIES. DEATH OR DAMAGES ARE CAUSED. IN WHOLE OR IN PART. BY THE ALLEGED NEGLIGENCE OF THE CITY OF FORT WORTH. ITS OFFICERS. SERVANTS. OR EMPLOYEES. DEVELOPER: D.R. HORTON — TEXAS, LTD. a Texas limited partnership By: D.R. Horton, Inc. a Delaware corporation its Authorized Agent Name: Justin Bosworth Title: Assistant Vice President City of Fort Worth, Texas Page 19 of 19 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 3 _T C_ U Q Li / N L X W Q L� U PHASED CFA s w �j _ -p C) U C7 114: CV 3 / c m 01 L N V) 0 Q CV E / SCALE: 1"- 4,000' �o 0o 4.OW d ZOOW 4.OW 00 00 CV I F- � Z, W, J 7I 3 YIN- CLEBURNE RD IT - WEST CLEBURNE - CROWLEY CROWLEY-PLOVER RDI LOCATION MAP SCALE: 1" = 4000' MAPSCO NO. 117E & 117J COUNCIL DISTRICT 6 N % OWNER/DEVELOPER: C C) D.R. HORTON — TEXAS, TLD 6751 NORTH FREEWAY Z FORT WORTH, TX 76131 cn PH: 817-230-0805 o REPRESENTATIVE: JUSTIN BOSWORTH VICINITY MAP LONGHORN ESTATES PHASE 2 FORT WORTH, TEXAS CPN: 105598 raiPAPS-DAWSOW ENGINEERS 201 MAIN ST, STE 901 1 FT. WORTH, TX 76102 1 817.870.3668 TEXAS ENGINEERING FIRM REGISTRATION #470 ■PM: MICHELLE LASA PH: 817.870.3668. EXISTING LONGHORN ESTATES PHASE 1 (UNDER CONSTRUCTION) CPN 105087 CONNECT T UNDER CONSTRUCTION EXISTING 8" WL CPN 105087 (SEE FILE X-27933) CONNECT T / UNDER CONSTRUCTION 7�P EXISTING 8" V& �O moo+ CPN 105087 OJJ'��QP (SEE FIU X-27933) 2 \ CONNECT TO— �O UNDER CONSTRUCTI WL- EXISTING 24" CPN 105087 10 (SEE FILE X-27933)/ CONNECT��/ ° TO UNDER CONSTRUCTION EXISTING $z WL 1 COUP CPN 5087 ( FlEL —27933) S 2R z a 2 �sT'9 4 8 25 GYi1 5 7 I z O LEGEND KK EXISTING WATER LINE ;ouPROPOSED 8" WATER LINE PROPOSED 24" WATER LINE nI PHASED CFA y SCALE: 1"= 3DO' 14 I MATCH LINE — THIS SHEET iI z77 -IF x Z a x oSTREET24 7 13 y 8" WL STU FOR FUTURE opw DEVELOPMENT z n 15 3 6 017 � s I W W FUTURE 1a F s DFEOVREWFL II ST LONGHORN 14 5 _ ESTATES PHASE3 'NT 72 LOPMF¢x 2 3 ° e O 7 _ 7 s I a e x 0 s ¢ /X o LONGHORN STREET 23 Q -� I J// 1x U1s N 6 1s z 3 z 8" WL STU 13 1a / FUTURE FOR FUTURE cn L N O DEVELOPMENT ESTATES K W I z 14 PHASE 3 y 7 o ~ x L� 21 S z2 ®I 11 Q 1x 14x 31 Its w — U zz Q 17 x COURT E w N MATCH LINE — THIS SHEET ©19 6 s 7 z° I O 6 U N 8" WL STU 8" WL STII 21 FOR FUTURE FOR "s'RE / s DEVELOPMENT I DEVELOPMENT tz .— cn STREET 25 R.TURE LONG[ ORN N 4 11 CONNECT T cD UNDER CONSTRUCTION FSTA—FS w , z 3 N LONGHORN ESTATES PHASE 3 ¢ / OFF_ WA WATER MAIN H E CO 8" EXISTING WL N Q CD CPN 10581.3 1x — / (SEE FILE X-28208) 24" WE STUB—( EXISTING W CLEBURNE RD & PLUG oC N N % OWNER/DEVELOPER: EXHIBIT A- WATER PAPS-DAWSOW ri D.R. HORTON —TEXAS, LTD LONGHORN ESTATES ENGINEERS � � 6751 NORTH FREEWAY / FORT WORTH, TX 76131 PHASE 2 201 MAIN ST, STE 901 1 FT. WORTH, TX 76102 1 817.870.3668 PH: 817-230-0805 FORT WORTH, TEXAS TEXAS ENGINEERING FIRM REGISTRATION #470 REPRESENTATIVE: JUSTIN BOSWORTH CPN: 105598 PM: MICHELLE LASA PH: 817.870.3668 o � . r 0 J12 13 [4" EXISTING 21 I MATCH LINE - THIS SHEET LONGHORN 20 y24 STATES PHASE 1 0 (UNDER -- E ¢ m CONSTRUCTION) COURTC 1s ` 25 12w CPN #105087 - I l STREET 24 CONNECT TO EXISTIN n 1a 12"SS-3 UNDER CONSTRUCTION 8" SDR-26 PVC SEWER 1a 1 LONGHORN ESTATES PHASE 1 --- CPN #105087 X-27933 14 FUTURE 16 1s LONGHORN CONNECT TO EXISTING ESTATES 15 UNDER CONSTRUCTION PHASE3 3 8" SDR-26 PVC SEWER Q�'� OUR7R LONGHORN ESTATES PHASE 1 J�"C� " 14 ` ¢ 0 CPN #105O87 (? JG .�� I F 1a 4 X-27933 7C-i-CO �G� 11 O 2 i O. 17 /1 0 1x o N F ONNECT TO EXISTING 1p 13 F 1e w s ¢ UNDER CONSTRUCTION us _ ¢ 2' SDR-26 PVC SEWER z LONGHORN ESTATE$ s W 1s y J O PHASE 1 CPN /105087 e J 0 X-27933 z 1 COURT - zp 1h 5 O A n 6 z I N S W z yG�Fti 3 5 I STREET23 1x �o S� 10" SS-4 7� 4 \ I 1 FOR SSR FUTURE 13 ° 1x s 25� s DEVELOPMENT 6 J 72,� 15 14 7 19 14x 31 15 12"SS-1 2 16 1b $$ $TUB 1fi FOR FUTURE 3 DEVELOPMENT y I 1J -O 17 N 1� 8 �-- COURTE 1J 2p FUTURE U � a LONGHORN 1b e 14 U 1e l N z ESTATES u7 w s ¢O PHASE3 s ¢ Cl 7 z U ~ 19 y fi 16 � 21 O / FUTURE- is 0 2p 13 LONGHORN z 6 ESTAT�S zp N 31 1p �AIASE3 J w 21 5 W — -21 9 15 N 22 - 1x STAEET25 LL 22 N p I 4., y 1 2 3 W x EXISTING W CLEBURNE RD MATCH LINE - THIS SHEET N LEGEND U CJ U EXISTING SEWER LINE E N c PROPOSED SEWER LINE cn 'NOTE: ALL PROPOSED SEWER LINES ARE 8" UNLESS SCALE 1"= 300' N 0 OTHERWISE NOTED' 0' 16D'' U CD PHASED CFA 61-0 o / .00 o 00 c\I Ln N ! OWNER/DEVELOPER: EXHIBIT Al : SEWER PAPS-DAWSOW o D.R. HORTON - TEXAS, LTD LONGHORN ESTATES ENGINEERS 6751 NORTH FREEWAY / FORT WORTH, TX 76131 PHASE 2 201 MAIN ST, STE 901 1 FT. WORTH, TX 76102 1 817.870.3668 PH: 817-230-0805 FORT WORTH, TEXAS TEXAS ENGINEERING FIRM REGISTRATION #470 REPRESENTATIVE: JUSTIN BOSWORTH CPN: 105598 PM: MICHELLE LASA PH: 817.870.3668 o � r � MATCH LINE - THIS SHEET FUTURE LONGHORN 18 5 e I ESTATES, PI+4SE 3 19 Q 0 F z - 20 O 21 9 z O / z STREET 23 1x v~i z X 13 O 14 O J 1x I � z - 15 4% N X W I 16 17 \ FUTURE LONGHORN _ ESTATI S, PI 1ASE 3 COURTE 8 - 19 N 9 f 4 7 (]l 25 5 /�/�JJJJ�T JJJ-JJJJJ �Ll1 JJJ � JJ JJ JJ JJ JJ JJ (~ 20 W ¢ 3 I > 6 7 6 a O 14 21 Q 19 -- ' 12 U / STREET 26 15 2 16 STREET 25 � 16 n N 4 11 L X W 17 4 17 20 j W N 2 1x Q to I EXISTING W CLEBURNE RD U / FUTURE LONGHORN ESTAIES,PHASEA _ s a � 9 6 6 21 Z LEGEND Q L X w � w O Z 29' B/B 50 ROW (TYP), 6" CONCRETE PAVEMENT — o O 34' B/B 60 ROW (TYP), 7.5" CONCRETE PAVEMENT 15 j 22 F j '�' ixl w 34' B/B 80 ROW (TYP), 10" CONCRETE PAVEMENT > — 22 I 45' B/B 80 ROW (TYP), 10" CONCRETE PAVEMENT con U 0 u E `N - 23 H.C. RAMPS BY DEVELOPER SIDEWALK BY HOVEBUILDER 0 01 c) u 0 - — SIDEWALK BY DEVELOPER 24 o PHASED CFA -��-:. S7Ri FT as ;L I SCALE: 1"=300' / sao' C 130' 300' N MATCH LINE - THIS SHEET N ! OWNER/DEVELOPER: EXHIBIT B: Paving PAPE-DAW.SON D.R. HORTON -TEXAS, LTD LONGHORN ESTATES ENGINEERS 6751 NORTH FREEWAY / FORT WORTH, TX 76131 PHASE 2 201 MAIN ST, STE 901 1 FT. WORTH, TX 76102 1 817.870.3668 PH: 817-230-0805 FORT WORTH, TEXAS TEXAS ENGINEERING FIRM REGISTRATION #470 u REPRESENTATIVE: JUSTIN BOSWORTH CPN: 105598 PM: MICHELLE LASA PH: 817.870.3668 o�. r r 0 EXISTING LONGHORN ESTATES, PHASE 1 (UNDER CONSTRUCTION) / CPN 105087. X-27933 MATCH LINE - THIS SHEET ss STREET24 -� - 3 ,4 ' DETENTION POND F 16 ICFUTURE LONGHORN 4 ESTATES, PHASE 3 �- s 18 Q N ¢ W Z W ¢ P � 2 N Z I fi O J a Z STREET 23 21 w J 13 IX 9 0 J 15 COUgTq 14X 31 I � Z O 2 4 s COURT E (n 3 a 5 e 6 Q z U\ 6 25 �7 5 / 6 S HULEN STREET 1s S� J F STREET26 w ,s STREET25 ,5 9 P1 O Q ' U LL fi s00, iJ F N 4 4 iJ 2° Z W 1 2 3 W / I O ¢ a x y 5 ry Z — O N - - ,e 16 z1 z EXISTING W CLEBURNE RD 6 X LEGEND o _ 20 ' W PROPOSED STORV DRAIN PHASED CFA f - O (15 -48" RCP, 6'.5' aca) / 21 ~ 22 IDI PROPOSED INLET L FUTURE LONGHORN 1x o ESTATES,PHASE3 - I PROPOSED DROP INLET � r °n CDw PROPOSED HEADWALL j EXISTING STORV DRAIN SCALE: 1"=300' N% MATCH LINE - THIS SHEET EXISTING INLET L r�i j EXISTING HEAD',^;ALL N CD ! OWNER/DEVELOPER: EXHIBIT B1 - STORM PAPS-DAWSOW D.R. HORTON -TEXAS, LTD LONGHORN ESTATES ENGINEERS � � 6751 NORTH FREEWAY / FORT WORTH, TX 76131 PHASE 2 201 MAIN ST, STE 901 1 FT. WORTH, TX 76102 1 817.870.3668 PH: 817-230-0805 FORT WORTH, TEXAS TEXAS ENGINEERING FIRM REGISTRATION #470 REPRESENTATIVE: JUSTIN BOSWORTH CPN: 105598 PM: MICHELLE LASA PH: 817.870.3668 ix DETENTION POND D 13 2 m 0 o h J ¢ ,4 COURT C 19 2 ti �� IO T17 Z 1B N W 16 15 CURT g 14 n ,z ,3 13 MATCH LINE - THIS SHEET FUTURE LONGHORN "" x ESTATES, PHASE 3 x I � 9 14 ° 0 U 24 n za x 2512 STREET24 — — H 0: 2 z Z 15 3 —_ z Z 0 m x 21 W 20;FUTURE LONGHORN m p ESTATES,PHASE3 s A w U W H — 2 ¢ COURT 1e y s U�2 ¢ III 7 JL 17 1e o 20 Z s 2 za 0 xbJ U W z 9 EXISTING LONGHORN 16 ESTATES, PHASE 1 o� (UNDER CONSTRUCTION) STREET 23 to 3 CPN 105087, X-27933 14 COURT B 13 x � 1° O11 — to \ �I 12 1K 1 1° * 15 Q 14% 31 LL 9 ' 7' fi _ n COURT E x I w z — 10 Q ,a 3 � U 2 w 9 4 3 5 N 7 cc m 4 — _ 20 8 13 x 6 25 5 x — STREET25 31 10 / W s S� 7 a E 1 5 WOOD OD2POLE N STREET26 2 S HULEN STREET / 9 15 2 0 N \` r a 11 � W OU 16 ¢ 1 2 3 N N �N ,7 1% 4 17 20 I EXISTING W CLEBURNE RD m m 3f L 3 0 W * LEGEND V) PHASED CFACD -� w 16 cc fi PROPOSED STREET LIGHTol .( c:) J PROPOSED WOOD POLE STREET LIGHT « SCALE: 1"=300 0 MATCH LINE - THIS SHEET PROPOSED STREET SIGN A N CD % OWNER/DEVELOPER: EXHIBIT C: STREETLIGHTS PAPE-DAWSWe D.R. HORTON —TEXAS, LTD LONGHORN ESTATES ENGINEERS � � 6751 NORTH FREEWAY FORT WORTH, TEXAS 76131 PHASE 2 201 MAIN ST, STE 901 1 FT. WORTH, TX 76102 1 817.870.3668 PH: 817-230-0805 FORT WORTH, TEXAS TEXAS ENGINEERING FIRM REGISTRATION #470 REPRESENTATIVE: JUSTIN BOSWORTH CPN: 105598 PM: MICHELLE LASA PH: 817.870.3668 o � r r ■ Utilities DAP - BID PROPOSAL Page 1 of4 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal IBidlist Item No. Description I Specification Section No. Unit of I Measure Bid Quantity Unit PriceI Bid Valuc UNI 'I: WATER IMPROVEMENTS 1 3305.0109 Trench Safety 33 05 10 LF 11,870 $1.00 $11,870.001 2 3305.1003 20" Casing By Open Cut 33 05 22 LF 50 $197.00 $9,850.001 3 3311.0001 Ductile Iron Water Fittings w/Restraint 3311 11 TON 17.40 $13,717.00 $238,675.801 4 3311.0241 8" Water Pipe 33 11 10, 33 11 12 LF 7,860 $45.00 $353,700.001 5 3311.0254 8" DIP Water, CLSM Backfill 3311 10 LF 280 $113.00 $31,640.001 6 3311.0641 24" Water Pipe 33 11 10, 33 11 12, 33 11 13, 33 11 14 LF 3,640 $157.00 $571,480.001 7 3311.0642 24" Water Pipe, CSS Backfill 33 11 10, 33 11 12, 33 11 13, 33 11 14 LF 40 $336.00 $13,440.001 8 3312.0001 Fire Hydrant 33 12 40 EA 12 $8,652.00 $103,824.001 9 3312.0108 Connection to Existing 24" Water Main 33 12 25 EA 1 $13,421.00 $13,421.001 10 3312.0117 Connection to Existing 4"-12" Water Main 33 12 25 EA 5 $5,923.00 $29,615.001 11 3312.1004 4" Combination Air Valve Assembly for Water 33 12 60 EA 2 $39,632.00 $79,264.001 12 3312.20031" Water Service 331210 EA 106 $1,461.00 $154,866.001 13 3312.2103 1 1/2" Water Service (Irrigation) 33 12 10 EA 2 $3,032.00 $6,064.001 14 3312.2203 2" Water Service 33 12 10 EA 1 $3,229.00 $3,229.001 15 3312.3003 8" Gate Valve 33 12 20 EA 30 $2,503.00 $75,090.001 16 3312.3008 24" Gate Valve w/ Vault 33 12 20 EA 4 $50,950.00 $203,800.001 17 3312.6003 8" Blow Off Valve 33 12 60 EA 1 $28,955.00 $28,955.001 18 3471.0001 Traffic Control 3471 13 MO 2 $5,500.00 $11,000.001 TOTAL UNIT I: WATER IMPROVEMENTS $1,939,783.801 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS I— Version May 22, 2019 00 42 43_Bid Proposal DAP (Phase 2) YJs Utilities DAP - BID PROPOSAL Page 2 of 4 UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information IBidlist Item No. Description 1 3301.0002 Post -CCTV Inspection 2 3301.0101 Manhole Vacuum Testing 3 3305.0109 Trench Safety 4 3305.0202 Imported Embedment/Backfill, CSS 5 3305.1003 20" Casing By Open Cut 6 3331.3101 4" Sewer Service 7 3331.3106 4" DIP Sewer Service 8 3331.4115 8" Sewer Pipe 9 3331.4116 8" Sewer Pipe, CSS Backfill 10 3331.4120 8" DIP Sewer Pipe, CSS Backfill 11 3331.4201 10" Sewer Pipe 12 3331.4202 10" Sewer Pipe, CSS Backfill 13 3331.4208 12" Sewer Pipe 14 3331.4209 12" Sewer Pipe, CSS Backfill 15 3331.4213 12" DIP Sewer, CSS Backfill 16 3339.0001 Epoxy Manhole Liner 17 3339.1001 4' Manhole 18 3339.1002 4' Drop Manhole 19 3339.1003 Extra Depth Manhole Specification Section No. UNIT II: SANITARY SEWER IMPROVEMENTS 3301 31 3301 30 33 05 10 33 05 10 33 05 22 Bidder's Application Bidder's Proposal Unit of Bid Unit Price Measure Quantity LF 6,348 EA 31 LF 6,348 CY 11 LF 62 3331 50 EA 105 3331 50 EA 1 3311 10,3331 12,3331 20 LF 3,046 3311 10,3331 12,3331 20 LF 92 3311 10 LF 67 3311 10,3331 12,3331 20 LF 149 3311 10,3331 12,3331 20 LF 20 3311 10,3331 12,3331 20 LF 2,803 3311 10,3331 12,3331 20 LF 120 3311 10 LF 51 33 39 60 VF 33 33 39 10, 33 39 20 EA 31 33 39 10, 33 39 20 EA 1 33 39 10, 33 39 20 VF 126 TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS $2.00 $138.00 $1.00 $216.00 $241.00 $1, 884.00 $9,073.00 $58.00 $93.00 $143.00 $79.00 $126.00 $76.00 $169.00 $248.00 $418.00 $4,374.00 $6,789.00 $359.00 Bid Valuc $12,696.001 $4, 278.00 1 $6, 348.00 1 $2, 376.00 1 $14,942.001 $197,820.001 $9, 073.00 1 $176,668.001 $8, 556.00 1 $9, 581.00 1 $11,771.001 $2, 520.00 1 $213,028.001 $20,280.001 $12,648.001 $13,794.001 $135,594.001 $6, 789.00 1 $45,234.001 $903,996.001 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS I— Version May 22, 2019 00 42 43_Bid Proposal DAP (Phase 2) YJs Utilities DAP - BID PROPOSAL Page 3 of 4 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal IBidlist Item No. Description I Specification Section No. Unit of I Measure Bid Quantity Unit PriceI Bid Value UNIT III: DRAINAGE IMPROVEMENTS 1 0241.4201 Remove 4' Drop Inlet 3341 10 EA 1 $1,403.00 $1,403.001 2 0241.3019 Remove 36" Storm Line 0241 14 LF 70 $42.00 $2,940.001 3 0241.4202 Remove 5' Drop Inlet 3341 10 EA 2 $1,403.00 $2,806.001 4 0241.4401 Remove Headwall/SET 024114 EA 1 $1,403.00 $1,403.001 5 3137.0103 Large Stone Riprap, grouted 31 3700 SY 2,222 $182.00 $404,404.001 6 3137.0105 Medium Stone Riprap, grouted 31 3700 SY 183 $165.00 $30,195.001 7 3305.0109 Trench Safety 3305 10 LF 5,879 $1.00 $5,879.001 8 3341.0201 21" RCP, Class III 3341 10 LF 429 $78.00 $33,462.001 9 3341.0205 24" RCP, Class III 3341 10 LF 477 $87.00 $41,499.001 10 3341.0208 27" RCP, Class III 3341 10 LF 487 $102.00 $49,674.001 11 3341.0302 30" RCP, Class III 3341 10 LF 1546 $108.00 $166,968.001 12 3341.0309 36" RCP, Class III 3341 10 LF 544 $136.00 $73,984.001 13 3341.0402 42" RCP, Class III 3341 10 LF 268 $198.00 $53,064.001 14 3341.0409 48" RCP, Class III 3341 10 LF 614 $229.00 $140,606.001 15 3341.1201 5x3 Box Culvert 3341 10 LF 220 $288.00 $63,360.001 16 3341.1304 6x5 Box Culvert 3341 10 LF 526 $446.00 $234,596.001 17 3349.0001 4' Storm Junction Box 33 49 10 EA 13 $7,881.00 $102,453.001 18 3349.0002 5' Storm Junction Box 33 49 10 EA 5 $9,641.00 $48,205.001 19 3349.0004 7' Storm Junction Box 33 49 10 EA 1 $20,941.00 $20,941.001 20 3349.5001 10' Curb Inlet 33 49 20 EA 23 $9,473.00 $217,879.001 21 3349.5002 15' Curb Inlet 33 49 20 EA 5 $12,718.00 $63,590.001 22 3349.5003 20' Curb Inlet 33 49 20 EA 3 $14,913.00 $44,739.001 23 3349.7001 4' Drop Inlet 33 49 20 EA 4 $9,226.00 $36,904.001 24 9999.0001 15" RCP, Class V 3341 10 LF 73 $208.00 $15,184.001 25 9999.0002 18" RCP, Class V 3341 10 LF 65 $216.00 $14,040.001 26 9999.0003 SETP-CD Headwall (15" RCP, 1 pipe) 99 99 99 EA 2 $4,038.00 $8,076.001 27 9999.0004 SETP-CD Headwall (18" RCP, 1 pipe) 99 99 99 EA 2 $4,643.00 $9,286.001 28 9999.0005 SETP-CD Headwall (24" RCP, 1 pipe) 99 99 99 EA 1 $5,056.00 $5,056.001 29 9999.0007 SETP-CD Headwall (30" RCP, 1 pipe) 99 99 99 EA 2 $5,496.00 $10,992.001 30 9999.0008 SETP-CD Headwall (48" RCP, 1 pipe) 99 99 99 EA 1 $10,253.00 $10,253.001 31 9999.0009 SETB-CD Headwall (5'x3' RCB, 4 pipe) 99 99 99 EA 2 $36,691.00 $73,382.001 32 9999.0010 SETB-CD Headwall (6'x5' RCB, 1 pipe) 99 99 99 EA 1 $17,941.00 $17,941.001 33 9999.0011 Filter Fabric 99 99 99 SY 2,405 $10.00 $24,050.001 34 9999.0012 6" Concrete Spillway 99 99 99 SY 552 $116.00 $64,032.001 35 9999.0013 8' Drop Inlet 99 99 99 EA 1 $19,125.00 $19,125.001 36 9999.0014 30" RCP, Class V 99 99 99 LF 630 $138.00 $86,940.001 TOTAL UNIT III: DRAINAGE IMPROVEMENTS $2,199,311.001 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS I- Version May 22, 2019 00 42 43_Bid Proposal DAP (Phase 2) YJs Unlines DAP - BID PROPOSAL Page 4 of 4 UNIT PRICE BID IBidlist Item No. SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information Description I Specification Section No. Bid Summary UNIT I: WATER IMPROVEMENTS UNIT II: SANITARY SEWER IMPROVEMENTS UNIT III: DRAINAGE IMPROVEMENTS This Bid is submitted by the entity named below: BIDDER: Wright Construction Co, Inc. 600 W. Wall St. Grapevine, Texas 76051 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. BY: TITLE: DATE: END OF SECTION Bidder's Application Bidder's Proposal Unit of Bid Measure Quantity Unit Price Bid Value 1 $1,939,783.801 1 $903,996.001 $2,199, 311.00 1 Total Construction Bid $5,043,090.801 Eric Day VpmrrIUJULA rvia1idy0iIM1IL 3/7/2025 82 working days after the date when the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS I— Version May 22, 2019 00 42 43_Bid Proposal DAP (Phase 2) Aasx Paving DAP - BID PROPOSAL Page 1 of 1 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. I Unit of Measure Bid Quantity Unit Price Bid Value UNIT IV: PAVING IMPROVEMENTS 1 3211.0400 Hydrated Lime 3211 29 TN 391.0 $320.00 $125,120.001 2 3211.0502 8" Lime Treatment I 3211 29 SY 4,592 $5.60 $25,715.201 3 3211.0501 6" Lime Treatment I 3311 29 SY 25,300 $5.40 $136,620.001 4 3213.0101 6" Conc Pvmt I 32 13 13 SY 23,757 $52.25 $1,241,303.251 5 3213.0102 7.5" Conc Pvmt 32 13 13 SY 547 $58.75 $32,136.251 6 13213.0105 10" Conc Pvmt 32 13 13 SY 3,804 $73.20 $278,452.801 7 13213.0301 4" Conc Sidewalk 32 13 20 SF 24,222 $7.50 $181,665.001 8 13213.0501 Barrier Free Ramp, Type R-1 32 13 20 EA 8 $3,200.00 $25,600.001 9 13213.0506 Barrier Free Ramp, Type P-1 32 13 20 EA 14 $2,400.00 $33,600.001 10 13217.0102 6" SLD Pvmt Marking HAS (Y) 32 17 23 LF 1,834 $2.75 $5,043.501 11 13217.0201 8" SLD Pvmt Marking HAS (W) 32 17 23 I LF 767 $3.50 $2,684.501 12 13217.0502 Preformed Thermoplastic Contrast Markings - 24" Crosswalk 32 17 23 LF 68 $25.001 $1,700.001 13 13217.0504 Preformed Thermoplastic Contrast Markings - 24" Stop Bars 32 17 23 1 LF 751 $23.001 $1,725.001 14 13217.1002 Lane Legend Arrow 321723 EA 81 $400.001 $3,200.001 15 13217.1004 Lane Legend Only 32 17 23 EA 41 $580.001 $2,320.001 16 13217.0403 18" SLD Pvmt Marking HAE (Y) 32 17 23 LF 831 $15.001 $1,245.001 17 13217.4303 Remove 8" Pvmt Marking 32 17 23 LF 941 $2.101 $197.401 18 13217.2103 REFL Raised Marker TY II -A -A 32 17 23 EA 461 $7.251 $333.501 19 13217.2104 REFL Raised Marker TY II-C-R 32 17 23 EA 381 $7.251 $275.501 20 13441.4003 Furnish/Install Alum Sign Ground Mount City Std. (D3-1) 3441 30 1 EA 301 $260.001 $7,800.001 21 13441.4003 Furnish/Install Alum Sign Ground Mount City Std. (R1-1) 3441 30 I EA 141 $115.001 $1,610.001 22 13441.4003 Furnish/Install Alum Sign Ground Mount City Std. (R2-1) 3541 30 I EA 21 $460.001 $920.001 23 13441.4003 Fumish/Install Alum Sign Ground Mount City Std. (W1-1 L) 3641 30 EA 1 $460.001 $460.001 24 13441.4003 Furnish/Install Alum Sign Ground Mount City Std. (W1-7T) 3741 30 EA 1 $520.001 $520.00 25 13441.4003 Furnish/Install Alum Sign Ground Mount City Std. (R3-8LR) 1 3841 30 EA 1 $520.001 $520.00 26 13441.4003 Furnish/Install Alum Sign Ground Mount City Std. (R3-8B) 3841 30 EA 1 $575.001 $575.00 27 13441.4003 Furnish/Install Alum Sign Ground Mount City Std. (W13-1 P) 3941 30 EA 1 $60,001 $60.00 28 19999.0012 10" Conc Pvmt (Stamped Concrete Type'A') I 99 99 99 SY 851 $235.001 $19,975.00 29 19999.0013 10" Conc Pvmt (Stamped Concrete Type'B') 99 99 99 SY 931 $235.001 $21,855.00 TOTAL UNIT IV: PAVING IMPROVEMENTS $2,153,231.90 Bid Summary UNIT IV: PAVING IMPROVEMENTS I $2,153,231.901 Total Construction Bid $2,153,231.901 This Bid is submitted by the entity named below: BIDDER: Glenn Thurman, Inc. P.O. Box 850842 Mesquite, Texas 75185 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. END OF SECTION �r- BY: I TITLE: CONTRACT MANAI;ER DATE: 50 working days after the date when the CITY OF FORT WORTH Street Lights DAP - BID PROPOSAL Page 1 of 1 UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information Bidder's Application B[dl[st Description Specification Section No Unit of Bid item No. Measure Quantrty UNIT V: STREET LIGHTING IMPROVEMENTS 1 2605.3015 2" CONDT PVC SCH 80 (T) 26 05 33 LF 2,040 2 3441.1401 NO 4 Triplex OH insulated Elec Condr 3441 10 LF 5,187 3 3441.1405 NO 2 Insulated Elec Condr 3441 10 LF 2,678 4 3441.1410 NO 10 Insulated Elec Condr 3441 10 LF 3,447 5 3441.1501 Furnish/Install Ground Box Type B 3441 10 EA 32 6 3441.1633 Install Type 33B Arm 3441 20 EA 39 3441.3050 Furnish/Install Luminare (ATBO P101 MVOLT R2 3K MP NL P7 7 AO RFD325607) 3441 20 EA 31 3441.3050 Furnish/Install Luminare (ATBO P101 MVOLT R4 3K MP NL P7 8 3441 20 EA 8 AO RFD325606) 3441.3050 Furnish/Install Luminare (CLASS 5 30' WOOD PLOE & 6' 9 MOUNT BRACKET W/ ATBO P101 MVOLT R2 3K MP NL P7 AO 3441 20 EA RFD325607) 3441.3050 Furnish/Install Luminare (CLASS 5 30' WOOD PLOE & 6' 10 MOUNT BRACKET W/ ATBO P101 MVOLT R4 3K MP NL P7 AO 3441 20 EA RFD325606) 3441.3050 Furnish/Install Luminare (INSTALL LUMINAIRE HEAD ON Bidder's Proposa Unit Price I Bid Valuc $23.60 $48,144.001 $5.28 $27,387.361 $4.52 $12,104.561 $1.80 $6,204.601 $552.00 $17,664.001 $283.00 $11,037.001 $393.00 $12,183.001 $393.00 $3,144.00 25 $393.00 1 $393.00 11 EXISTING WOOD POLE - V MOUNT BRACKET W/ ATBO P101 MVOLT 3441 20 EA 2 $393.00 R2 3K MP NL P7 AO RFD325607) 12 3441.3301 Rdwy Ilium Foundation TY 1,2, and 4 3441 20 EA 39 $1,953.00 13 3441.3336 Install 30' Wood Light Pole 3441 20 EA 29 $4,400.00 14 3441.3341 Rdwy Ilium TY 11 Pole 3441 20 EA 39 $2,428.00 15 9999.0014 Install Wood Pole Arm Mounting 99 99 99 EA 28 $1,262.00 TOTAL UNIT V: STREET LIGHTIN3 IMPROVEMENTS Bid Summary UNIT V: STREET LIGHTING IMPROVEMENTS This Bid is submitted by the entity named below: BIDDER: Independent Utility Construction, Inc. 5109 Sun Valley Drive Fort Worth, Texas 76119 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. END OF SECTION Total Construction Bid BY: R�i ard Wolfe TITLE: PreSi ent DATE: 02/24/2025 $9,825.00 $393.00 $786.00 $76,167.00 1 $127,600.001 $94,692.00 1 $35,336.001 $482,667.521 $482,667.521 $482,667.621 60 working days after the date when the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Vernon May 22, 2019 00 42 43_Bid Proposal DAP (Phase 2) slax M&C Review Page 1 of 3 A CITY COUNCIL AGEND Create New From This M&C DATE: 3/25/2025 REFERENCE **M&C 25- LOG NAME: NO.: 0270 CODE: C TYPE: CONSENT PUBLIC HEARING: Official site of the City of Fort Worth, Texas FoRT WORTH 60LONGHORN ESTATES PHASE 2 WATER IMPROVEMENTS NO SUBJECT: (CD 6) Authorize Execution of a Community Facilities Agreement with D.R. Horton - Texas, LTD., with City Participation in an Amount Up to $842,235.24 for Oversizing an 8-Inch Water Main to 24-Inches for Anticipated Future Growth in South Fort Worth, and Adopt Appropriation Ordinance to Effect a Portion of Water's Contribution to the Fiscal Years 2025-2029 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize the execution of a Community Facilities Agreement with D.R. Horton - Texas, LTD., with City participation in an amount up to $842,235.24, for oversizing an 8-inch water main to 24-inches for anticipated future growth located in south Fort Worth; and 2. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the Water & Sewer Rev Bonds Series 2021 Fund by decreasing estimated receipts and appropriations in the Unspecified -All Funds project (City Project No. UNSPEC) in the amount of $968,571.00 and increasing estimated receipts and appropriations in the Community Facilities Agreement Bucket programmable project (City Project No. P00001) by the same amount for the purpose of funding the Community Facilities Agreement - CFA Longhorn Estates Phase 2 (City Project No.105598) and to effect a portion of Water's contribution to the Fiscal Years 2025-2029 Capital Improvements Program. 17_&**M*9 [ORI D.R. Horton - Texas, LTD. (Developer) is constructing the Longhorn Estates development project located west of South Hulen Street and north of Longhorn Trail. The Water Department is requesting to oversize approximately 3,678 linear feet of an 8-inch water main to a 24-inch water main for anticipated future growth in the area. The construction cost for the 24-inch water main is estimated to be allocated at 11.1\% for the Developer and 88.9\% for the City. The Longhorn Estates Phase 2 project is assigned City Project No. 105598 and Accela System Record IPRC24-0146. In accordance with Chapter 212, Subchapter C of the Texas Local Government Code, the City's participation in the contract is exempt from competitive bidding requirements because the contract is for oversizing public improvements being constructed by the Developer. The Developer will execute a performance bond to cover the total project cost, including all of the City's cost participation, and the City's cost participation will be determined in accordance with the City's Community Facilities Agreement (CFA) unit price ordinance. The City's cost participation to be paid to the Developer for oversizing of the water main is estimated to be an amount up to $842,235.24 as shown in the table below. An additional $126,335.29 in contingency funds will cover the City's portion of any change orders. The following table shows the cost sharing breakdown for the project between all parties: A. Construction Developer City Cost Total Cost Cost 1. Water $1,097,498.56 $842,235.24 $1,939,733.80 http://apps.cfwnet.org/council_packet/mc review.asp?ID=33133&councildate=3/25/2025 4/1/2025 M&C Review Page 2 of 3 lContingency $0.00 $126,335.29 2. Sewer $903,996.00 $0.00 3. Paving $2,153,231.90 $0.00 4. Drainage $2,092,478.00 $0.00 5. Street Lights $464,409.28 $0.00 Construction Fees: B. Construction Inspection Fee $80,325.00 $0.00 C. Admin Material Testing Fee $24,804.00 $0.00 D. Water Testing Lab Fee $2,868.75 $0.00 Total Project Cost $6,819,611.49 $968,570.53 *Numbers will be rounded up for accounting purposes. $126,335.29 $903,996.00 $2,153,231.90 $2,092,478.00 $464,409.28 $80,325.00 $24,804.00 $2,868.75 $7,788,182.02 The reimbursement of the City participation is not a lump -sum amount and may be less than the stated amount depending upon the actual quantities and unit prices from the Notice of Final Completion package, commonly referred to as the Green Sheet package. It is the practice of the Water Department to appropriate its CIP plan throughout the Fiscal Year (FY), instead of within the annual budget ordinance, as projects commence, additional funding needs are identified, and to comply with bond covenants. The actions in this Mayor & Council Communication (M&C) will appropriate funds in support of the Water Department's portion of the City of Fort Worth's Fiscal Years 2025-2029 Capital Improvements Program, as follows: Capital Project Revised FY2025 CIP Budget Fund Name Appropriations Authority Adjustment FY2025 Name Budget 5W&S 105598 - CFA- Rev Longhorn $0.00 This M&C $968,571.00 $968,571.00 Bonds Estates Series Phase 2 2021 Funding is available in the Unspecified -All Funds project within the Water & Sewer Rev Bonds Series 2021 Fund for the purpose of funding the CFA- Longhorn Estates Phase 2 project. Funding for the Community Facility Agreement (CFA) — Longhorn Estates Phase 2 project is as depicted in the table below: Fund Existing Additional Project Appropriations Appropriations Total* AY1:4-REZMA Bonds Series $0.00 $968,571.00 $968,571.00 2021 - 56019 Project Total $0.00 $968,571.00 $968,571.001 *Numbers rounded for presentation purposes. BUSINESS EQUITY- A goal is not required under Business Equity Ordinance 25165-10-2021 when City spending participation on Community Facilities Agreements is less than $1,000,000.00 dollars. This project is located in COUNCIL DISTRICT 6. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are currently available in the Unspecified - All Funds project within the W&S Rev Bonds Series 2021 Fund and upon approval of the above http://apps.cfwnet.org/council_packet/mc review.asp?ID=33133&councildate=3/25/2025 4/1/2025 M&C Review Page 3 of 3 recommendations and adoption of the attached appropriation ordinance, funds will be available in W&S Rev Bonds Series 2021 Fund for the CFA-Longhorn Estates Phase 2 project to support the approval of the above recommendations and execution of the agreement. Prior to an expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. TO Fund Department Account Project Program Activity Budget Reference # Amount ID ID Year (Chartfield 2) Fund Department Account Project Program Activity Budget Reference # Amount ID ID Year (Chartfield 2) Submitted for Citv Manaqer's Office bv: Oriqinatinq Department Head: Additional Information Contact: Jesica McEachern (5804) Chris Harder (5020) Suby Varughese (8009) Melissa Harris (8428) ATTACHMENTS 00 42 43 Bid Proposal DAP - Wright updated.iDdf (Public) 250128 - Longhorn Phase 2 City Participation Breakou MH2.21.25.xlsx (CFW Internal) 60 CFA-Longhorn Estatest Phase 2 Water Improvements FID Table.xlsx (CFW Internal) 60LONGHORN ESTATES PHASE 2 WATER IMPROVEMENTS fund avail.docx (CFW Internal) Form 1295 - Longhorn Phase 2.Ddf (CFW Internal) Lonqhorn phase 2 - 24water line.iDdf (Public) ORD.APP 60LONGHORN ESTATES PHASE 2 WATER IMPROVEMENTS 56019 A025(r2).docx (Public) PBS CPN 105598.i)df (Public) http://apps.cfwnet.org/council_packet/mc review.asp?ID=33133&councildate=3/25/2025 4/1/2025