Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 63484
Received Date: 06/20/2025 Received Time: 8 : 57 a. m . Developer and Project Information Cover Sheet: Developer Company Name: Quail Valley Devco VIA, LLC Address, State, Zip Code: 400 S. Record Street Suite 1200 Dallas, Texas 75202 Phone & Email: 214-292-3410 1 sarpenter@republicpropertygroup.com Authorized Signatory, Title: Seth Carpenter, Vice President Project Name: Walsh Ranch PA6A Brief Description: Water, Sewer, Paving, Drainage and Street Lights Project Location: Planning Area 6A Plat Case Number: Plat Name: Council District: 3 Phased or Concurrent Concurrent Provisions: CFA Number: 24-0158 City Project Number: 105665 1 IPRC24-0152 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas Page 1 of 19 Standard Community Facilities Agreement Rev. 9/21 City Contract Number: 63484 STANDARD COMMUNITY FACILITIES AGREEMENT This COMMUNITY FACILITIES AGREEMENT ("Agreement") is made and entered into by and between the City of Fort Worth ("City"), a home -rule municipal corporation of the State of Texas, acting by and through its duly authorized Assistant City Manager, and Quail Valley Devco VIA, LLC ("Developer"), acting by and through its duly authorized representative. City and Developer are referred to herein individually as a "party" and collectively as the "parties." WHEREAS, Developer is constructing private improvements or subdividing land within the corporate limits of Fort Worth, Texas or its extraterritorial jurisdiction, for a project known as Walsh Ranch PA6A ("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 CITY SECRETARY Page 2 of 19 Standard Community Facilities Agreement FT. WORTH, TX Rev. 9/21 2. Incorporation of Engineering Plans The engineering plans for the Improvements that have been approved by the City ("Engineering Plans") are incorporated into this Agreement by reference as if fully set out herein. Developer shall provide at its expense, unless otherwise agreed to by City, all engineering drawings and documents necessary to construct the Improvements required by this Agreement. 3. Description of Improvements; Exhibits and Attachments The following exhibits describe the general location, nature and extent of the Improvements that are the subject of this Agreement and are attached hereto and incorporated herein by reference: E Exhibit A: Water E Exhibit A-1: Sewer E Exhibit B: Paving E Exhibit B-1: Storm Drain E Exhibit C: Street Lights & Signs The Location Map and Cost Estimates are also attached hereto and incorporated herein by reference. To the extent that Exhibits A, A-1, B, B-1, C, the Location Map, or the Cost Estimates conflict with the Engineering Plans, the Engineering Plans shall control. If applicable, Attachment 1 — Changes to Standard Community Facilities Agreement, Attachment 2 — Phased CFA Provisions, and Attachment 3 — Concurrent CFA Provisions, are attached hereto and incorporated herein for all purposes. 4. Construction of Improvements Developer agrees to cause the construction of the Improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and specifications, the Engineering Plans, the Cost Estimates provided for the Improvements, and this Agreement. Developer acknowledges that City will not accept the Improvements until the City receives affidavits and lien releases signed by Developer's contractors verifying that the contractors, and all subcontractors and material suppliers, have been paid in full for constructing the Improvements, and consent of the surety on payment and performance bonds provided for the Improvements. 5. Financial Guarantee Developer has provided the City with a financial guarantee in the form and amounts set forth in this Agreement which guarantees the construction of the Improvements and payment by Developer of all contractors, subcontractors, and material suppliers for the Improvements ("Financial Guarantee"). Developer shall keep the Financial Guarantee in full force and effect until released by the City and shall not reduce the amount of the Financial Guarantee unless authorized by the City in accordance with the CFA Ordinance. City of Fort Worth, Texas Page 3 of 19 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 19 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 19 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 DAMA GES 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 19 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: Quail Valley Devco VIA, LLC 400 S. Record Street Suite 1200 Dallas, Texas 75202 Page 7 of 19 With copies to: City Attorney's Office City of Fort Worth 100 Fort Worth Trail Fort Worth, Texas 76102 and City Manager's Office City of Fort Worth 100 Fort Worth Trail Fort Worth, Texas 76102 Or to such other address one party may hereafter designate by notice in writing addressed and mailed or delivered to the other party hereto. 17. Right to Audit Developer agrees that, until the expiration of three (3) years after acceptance by the City of the Improvements constructed pursuant to this Agreement, that the City shall have access to and the right to examine any directly pertinent books, documents, papers and records of the Developer involving transactions relating to this Agreement. Developer agrees that the City shall have access during normal working hours to all necessary Developer facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. The City shall give Developer reasonable advance notice of intended audits. Developer further agrees to include in all contracts with Developer's contractors for the Improvements a provision to the effect that the contractor agrees that the City shall, until the expiration of three (3) years after final payment under the contract, have access to and the right to examine any directly pertinent books, documents, papers and records of such contractor, involving transactions to the contract, and further, that City shall have access during normal working hours to all of the contractor's facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City shall give Developer's contractors reasonable advance notice of intended audits. 18. Independent Contractor It is expressly understood and agreed that Developer and its employees, representative, agents, servants, officers, contractors, subcontractors, and volunteers shall operate as independent contractors as to all rights and privileges and work performed under this Agreement, and not as agents, representatives or employees of the City. Subject to and in accordance with the conditions and provisions of this Agreement, Developer shall have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers. Developer acknowledges that the doctrine of respondeat superior shall not apply as between the City and its officers, representatives, agents, servants and employees, and Developer and its employees, representatives, agents, servants, officers, contractors, City of Fort Worth, Texas Page 8 of 19 Standard Community Facilities Agreement Rev. 9/21 subcontractors, and volunteers. Developer further agrees that nothing herein shall be construed as the creation of a partnership or joint enterprise between City and Developer. It is further understood that the City shall in no way be considered a co -employer or a joint employer of Developer or any employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers of Developer. Neither Developer, nor any officers, agents, servants, employees or subcontractors of Developer shall be entitled to any employment benefits from the City. Developer shall be responsible and liable for any and all payment and reporting of taxes on behalf of itself, and any of employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers. The City, through its authorized representatives and employees, shall have the sole and exclusive right to exercise jurisdiction and control over City employees. 19. Applicable Law; Venue This Agreement shall be construed under and in accordance with Texas law. Venue shall be in the state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. 20. Non -Waiver The failure of the City to insist upon the performance of any term or provision of this Agreement or to exercise any right herein conferred shall not be construed as a waiver or relinquishment to any extent of City's right to assert or rely on any such term or right on any fixture occasion. 21. Governmental Powers and Immunities. It is understood that by execution of this Agreement, the City does not waive or surrender any of its governmental powers or immunities. 22. Headings The paragraph headings contained herein are for the convenience in reference and are not intended to define or limit the scope of any provision of this Agreement. 23. Severability In the event that any clause or provision of this Agreement shall be held to be invalid by any court of competent jurisdiction, the invalidity of such clause or provision shall not affect any of the remaining provisions hereof. 24. Review of Counsel City and Developer, and if they so choose, their attorneys, have had the opportunity to review City of Fort Worth, Texas Page 9 of 19 Standard Community Facilities Agreement Rev. 9/21 and comment on this document; therefore any rule of contract construction or interpretation that would normally call for the document to be interpreted as against the drafting party shall not apply in interpretation of this Agreement, and each section, portion, and provision of this Agreement shall be construed solely on the basis of the language contained therein, regardless of who authored such language. 25. Prohibition on Boycotting Israel Developer acknowledges that in accordance with Chapter 2271 of the Texas Government Code, the City is prohibited from entering into a contract with a company with 10 or more full-time employees that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" have the meanings ascribed to those terms by Chapter 2271 of the Texas Government Code. To the extent that Chapter 2271 of the Government Code is applicable to this Agreement, by signing this Agreement, Developer certifies that Developer's signature provides written verification to the City that Developer: (1) does not boycott Israel; and (2) will not boycott Israel during the term of this Agreement. 26. Prohibition on Boycotting Energy Companies Developer acknowledges that in accordance with Chapter 2276 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2, and redesignated from Chapter 2274 of the Texas Government Code by Acts 2023, 88th Leg., R.S., Ch. 768 (H.B. 4595), Sec. 24.001(22), 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 2276 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2 and redesignated from Chapter 2274 of the Texas Government Code as described above. 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, 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 City of Fort Worth, Texas Page 10 of 19 Standard Community Facilities Agreement Rev. 9/21 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. 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 1-9 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 19 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 19 Standard Community Facilities Agreement Rev. 9/21 Project Name: Walsh Ranch PA6A CFA No.: 24-0158 Items A. Water and Sewer Construction 1. Water Construction 2. Sewer Construction Water and Sewer Construction Total 36. Cost Summary Sheet City Project No.: 105665 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 $ 3,485,028.50 $ 3,148,382.00 $ 6,633,410.50 IPRC No.: 24-0152 $ 4,512,108.50 $ 919,295.00 $ 1,262,450.00 $ 6,693,853.50 $ 13,327,264.00 $118,125.00 $46,852.00 $5,332.50 $ 170,309.50 Choice Amount (Mark one $ 13,327,264.00 $ 13,327,264.00 X $ 8,291,763.13 $ 8,367,316.88 $ 16,659,080.00 $ 16,659,080.00 City of Fort Worth, Texas Page 13 of 19 Standard Community Facilities Agreement Rev. 9/21 IN WITNESS WHEREOF, the City and Developer have each executed this Agreement by their duly authorized signatories to be effective on the date executed by the City's Assistant City Manager. CITY OF FORT WORTH DEVELOPER Quail Valley Devco VIA, LLC Jesica McEachern Set arpenter (Jun 13, 202515:49 CDT) Assistant City Manager Seth Carpenter 06/19/2025 Vice President Date: Date: 06/13/2025 Recommended by: )OAkr-W.& Dwayne Hollars Sr. Contract Compliance Specialist Development Services Approved as to Form & Legality: Contract Compliance Manager: Jackson Skinner Assistant City Attorney By signing, I acknowledge that I am the person responsible for the monitoring and M&C No. N/A administration of this contract, including Date: 06/13/2025 ensuring all performance and reporting requirements. Form 1295: N/A ATTEST: 4g4UOpn�� p0� fORt .0d pro opka;� -4,1% o 41 aaBn Kandice Merrick nFx 4?d4b Contract Manager Jannette S. Goodall City Secretary OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas Page 14 of 19 Standard Community Facilities Agreement Rev. 9/21 The following attachments are incorporated into this Agreement. To the extent a conflict exists between the main body of this Agreement and the following attachments, the language in the main body of this Agreement shall be controlling. Included Attachment ❑x Attachment 1 - Changes to Standard Community Facilities Agreement ❑ Attachment 2 — Phased CFA Provisions ❑X Attachment 3 — Concurrent CFA Provisions ® Location Map © Exhibit A: Water Improvements X❑ Exhibit A-1: Sewer Improvements X❑ Exhibit B: Paving Improvements © Exhibit B-1: Storm Drain Improvements © Exhibit C: Street Lights and Signs Improvements © Cost Estimates (Remainder of Page Intentionally Left Blank) City of Fort Worth, Texas Page 15 of 19 Standard Community Facilities Agreement Rev. 9/21 ATTACHMENT "I" Changes to Standard Community Facilities Agreement City Project No. 105665 None City of Fort Worth, Texas Page 16 of 19 Standard Community Facilities Agreement Rev. 9/21 ATTACHMENT " 3" Concurrent CFA Provision City Project No. 105665 The improvements being constructed by Developer pursuant to this Agreement will connect to improvements being constructed by Ouail Vallev Devco V. LLC under a separate Community Facilities Agreement, City Secretary Contract No. 62820 (Hereinafter the "Separate CFA"). Developer has requested and the City has agreed to allow Developer to begin the construction of the improvements contained in this Agreement before the improvements being constructed under City Secretary Contract No. 62820 are completed and accepted by the City. Therefore, this Agreement shall be considered a "Concurrent CFA" and the provision contained in this Attachment shall apply to this Agreement. The improvements being constructed under the Separate CFA shall be defined as the "Primary Project." The improvements being constructed by Developer under this Agreement shall be defined as the "Secondary Project." Developer acknowledges and agrees that due to Developer's election to construct a Concurrent 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 Primary Project and the Secondary Project to properly connect to each other; changes to the design or construction of the improvements in the Primary Project that impact the design and construction of the improvements in the Secondary Project; construction delays, delay claims, or claims for liquidated damages; increased costs for the Developer or the developer of the Primary Project; failure of the improvements to pass inspection or material testing; or rejection by the City of some or all of the improvements and Developer or the developer of the Primary Project having to remove and reconstruct the improvements at the expense of Developer, developer of the Primary Project, or both. In addition, Developer understands and agrees that disputes may arise between the contractors or subcontractors for the Primary Project and the contractors or subcontractors for the Secondary Project relating to responsibility for the Construction Problems. Developer shall be solely responsible for resolving disputes between contractors, disputes between contractors and subcontractors and disputes between Developer and the developer of the Primary Project. Developer acknowledges and certifies that Developer has entered into a written agreement with the developer of the Primary Project and said agreement: (1) provides Developer with any access needed through property owned by the developer of the Primary Project; (2) that Developer and the developer of the Primary Project shall resolve all disputes regarding the design and City of Fort Worth, Texas Page 17 of 19 Standard Community Facilities Agreement Rev. 9/21 construction of the Primary Project and the Secondary Project; and (3) the developer of the Primary Project will notify Developer of any all changes to the design or construction of the improvements in the Primary Project, including any field changes. Developer further acknowledges and agrees that Developer has notified all of Developer's contractors for the Project that Developer has elected to construct a Concurrent CFA, the provisions of this Attachment, the risks associated with a Concurrent CFA, and that the City shall not bear any responsibility for construction of the improvements or Developer's decision to proceed with a Concurrent CFA. Developer shall not make the final connection of the improvements in the Secondary Project to the improvements in the Primary Project until the improvements in the Primary 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 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 CONCURRENT CFA, DEVELOPER ASSUMES ALL RISKS AND DEVELOPER SHALL BE LIABLE AND RESPONSIBLE FOR ANYAND ALL DAMAGES, INCLUDINGBUTNOTLIMITED TO, ANYAND ALL ECONOMICDAMAGES, PROPERTYLOSS, PROPERTYDAMAGESANDPERSONAL INJURY (INCLUDING DEATH), OFANYKIND OR CHARACTER, WHETHER REAL ORASSERTED. DEVELOPER HEREBYEXPRESSL YRELEASESANDDISCHARGES CITY FROM ANY AND ALL LIABILITY FOR DAMAGES, INCLUDING, BUT NOT LIMITED TO, ANY AND ALL ECONOMIC DAMAGES, PROPERTY LOSS, PROPERTY DAMAGE AND PERSONAL INJURY (INCLUDING DEATH) ARISING OUT OF OR IN CONNECTION WITH, DIRECTLY OR INDIRECTLY, THE CONSTRUCTION OF THE IMPROVEMENTS OR DEVELOPER'S DECISION TO CONSTRUCT A CONCURRENT CFA. DEVELOPER, AT ITS SOLE COST AND EXPENSE, AGREES TOANDDOESHEREBYINDEMNIFY, DEFEND, PROTECT, AND HOLD HARMLESS CITY, AND CITY'S OFFICERS, REPRESENTATIVES, AGENTS, EMPLOYEES, AND SERVANTS FOR, FROMAND AGAINST ANYAND ALL CLAIMS City of Fort Worth, Texas Page 18 of 19 Standard Community Facilities Agreement Rev. 9/21 (WHETHER AT LA W OR INEQUITY), LIABILITIES, DAMAGES (INCL UDING ANY AND ALL ECONOMIC DAMAGES, PROPERTY LOSS, PROPERTY DAMAGES AND PERSONAL INJURIES INCLUDINGDEATH), LOSSES, LIENS, CAUSES OFACTION, SUITS, JUD GMENTS A NO EXPENSES (INCL UOING, 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 RELEATED TO CONSTRUCTION OF THE IMPROVEMENTS OR DEVELOPER'S CHOICE TO CONSTRUCT A CONCURRENT 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 CONSTRUCTION OF THE IMPROVEMENTS OR DEVELOPER'S CHOICE TO CONSTRUCT A CONCURRENT CFA, WHETHER OR NOT SUCH INJURIES, DEA TH OR DAMAGES ARE CAUSED, IN WHOLE OR IN PART, BY THE ALLEGED NEGLIGENCE OF THE CITY OFFORT WORTH, ITS OFFICERS, SERVANTS, OR EMPLOYEES. By signing below, Developer certifies that all statements contained in this Attachment "3" Concurrent CFA Provision are true and correct. DEVELOPER Quail Valley Devco VIA, LLC Set arpenter(Jun13,202515:49CDT) Seth Carpenter Vice President Date: 06/13/2025 City of Fort Worth, Texas Page 19 of 19 Standard Community Facilities Agreement Rev. 9/21 0 0 co Lo 0 o Of 0 a N O N o o Q D a- Ld w SCALE: N.T.S. CPN: 105665 MAPSCO NO: 761-G COUNCIL DISTRICT: 3 NORTH June 4, 2025 DEVELOPER: QUAIL VALLEY DEVCO VIA, LLC 400 S RECORD ST, SUITE 1200 DALLAS, TEXAS 75202 LOCATION MAP WALSH RANCH - QUAIL VALLEY PLANNING AREA 6A - (PA6A) HUITT HZ ZOLLARS 500 W. 7th Street, Suite 300 Fort Worth, Texas 76102-4728 817.335.3000 www.huitt-zollars.com o� LEGEND CONNECT TO EX. r.PN• 1 n 1 R72 6-X* or ; _Ii 45 12" WATER MAIN ----< CONNECT TO 8 " PVC CPN: 105436 CONNECT TO 16" PVC CPN: 105436 16" WATER MAIN PROPOSED 8" WATER MAIN WSIV PROPOSED 12" WATER MAIN WSIV PROPOSED 6" WATER MAIN WSV PROPOSED 8" WATER MAIN WSV PROPOSED 12" WATER MAIN WSV PROPOSED 16" WATER MAIN WSV NORTH (I 35�0 1400 SCALE. 1" = 700' — — — EXISTING WATER MAIN DEVELOPER: QUAIL VALLEY DEVCO VIA, LLC 400 S RECORD ST, SUITE 1200 DALLAS, TEXAS 75202 CONTACT: SETH CARPENTER PHONE: (214) 292-3410 CONNECT TO EX. CPN: 100855 12" WATER MAIN EXHIBIT A- WATER CPN: 105665 WALSH RANCH - QUAIL VALLEY PLANNING AREA 6A - (PA6A) HulTr HZ ZOLLARS 500 W. 7th Street, Suite 300 Fort Worth, Texas 76102-4728 817.335.3000 www.huitt-zollars.com CONNECT TO E; 15" PVC CPN: 01719 — 5 z A O m LEGEND NORTH 0 250 500 i SCALE: 1" = 500' 5 4 19 6- 7 18 20 21 3 141516 19 223 � 187 2 2 10-X* 16 ` S 15 4 1 13 z 338 39 40 6 41 ARP 42 7 43 44 5 45 234 �14 1 9 47 —CONNECT TO EX. 15" PVC CPN: 01719 22 23 70 /� \ 4-X* 10 � 9 A 28-1 \/654321f b I a' 34 ro3 9y 7 H R O KDRVE�, °2 �1110 W - x1 12g 2345678 9 8" SEWER MAIN 10" SEWER MAIN EX. 15" SEWER MAIN DEVELOPER: QUAIL VALLEY DEVCO VIA, LLC 400 S RECORD ST, SUITE 1200 DALLAS, TEXAS 75202 CONTACT:SETH CARPENTER PHONE: (214) 292-3410 1000 October 21, 2024 CONNECT TO 8" SDR-26 PIPE CPN: 100855 0 EXHIBIT A1- SEWER CPN: 105665 WALSH RANCH - QUAIL VALLEY PLANNING AREA 6A - (PA6A) HulTr HZ ZOLLARS 500 W. 7th Street, Suite 300 Fort Worth, Texas 76102-4728 817.335.3000 www.huitt-zollars.com WLWW 7wr�(x� s N 9 6-X* CONNECT TO 8 " CONC. PVMT NOT EXISTING 4 INFASTRUCTURE LONGSPUR DRIVE CPN: 105666 \ c, SPUR�RP� m0 Sp`00 0 H m LEGEND 0 I Zx'PVMI WIDTH-LO'HO-\8LJ 6" REINFORCED CONCRETE d I :w NVMI WIUIN -bu' KUW 1 8" REINFORCED CONCRETE w SIDEWALK BY DEVELOPER — — — — — — — — — SIDEWALK BY HOMEBUILDER Q H.0 RAMPS BY DEVELOPER a NORTH DEVELOPER: QUAIL VALLEY DEVCO VIA, LLC 400 S RECORD ST, SUITE 1200 N DALLAS, TEXAS 75202 CONTACT:SETH CARPENTER PHONE: (214) 292-3410 a 0 250 500 1000 W 2 SCALE:1" = 500' June 4, 2025 2' 10 1 2 8 3 _ 6F ' 47 8 - t o 4� _ ��11 O NDIG w CONNECT TO EX. PVMT CPN: 100855 EXHIBIT B -PAVING CPN: 105665 WALSH RANCH -QUAIL VALLEY PLANNING AREA 6A - (PA6A) HUITT HZI ZOLLARS 500 W. 7th Street, Suite 300 Fort Worth, Texas 76102-4728 817.335.3000 www.huitt-zollars.com Li 0104 � Iilili■ ■■Iiilill� 111111111111111111111111111111 �111 � 1111111111111111111111 LEGEND EXHIBIT B1 - STORM DRAIN PROPOSED STORM INLET CPN: 105665 ® PROPOSED STORM HEADWALL WALSH RANCH - QUAIL VALLEY PLANNING AREA 6A - (PA6A) NORTH DEVELOPER: HUITT QUAIL VALLEY DEVCO VIA, LLC 400 S RECORD ST, SUITE 1200 HZI ZOLURS DALLAS, TEXAS 75202 CONTACT:SETH CARPENTER PHONE: (214) 292-3410 500 W. 7th Street, Suite 300 i 25� 0 1000 Fort Worth, Texas 76102-4728 817.335.3000 SCALE: 1" = 500' May 5, 2025 www.huitt-zollars.com 'IhM 1 ' MM � � -� &M On ffil ffillms LEGEND PROPOSED STREET LIGHT EXISTING STREET LIGHT PROPOSED STREET SIGN EXISTING STREET SIGN NORTH DEVELOPER: QUAIL VALLEY DEVCO VIA, LLC 400 S RECORD ST, SUITE 1200 DALLAS, TEXAS 75202 CONTACT:SETH CARPENTER PHONE: (214) 292-3410 i25�0 1000 SCALE: 1" = 500' June 4, 2025 5 OLANE"AMOU46 47O w INDIGO $ ' w RAI J 5 5� J U 6RCNARD OAK DRIVE EXHIBIT C - STREET LIGHTS & SIGNS CPN: 105665 WALSH RANCH - QUAIL VALLEY PLANNING AREA 6A - (PA6A) FalHUITT ZOLLARS 500 W. 7th Street, Suite 300 Fort Worth, Texas 76102-4728 817.335.3000 www.huitt-zollars.com UNIT PRICE BID Bidlist Item) No. SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information Description 00 42 43 DAP - BID PROPOSAL Page 1 of 4 PA6A Bidder's Application Bidder's Proposal Specification Unit of Bid Quantity Unit Price Bid Value Section No. J Measure UNIT I: WATER IMPROVEMENTS 1 0241.1106 16" Pressure Plug 0241 14 EA 1.0 $2,500.00 $2,500.00 2 0241.1118 4"-12" Pressure Plug 0241 14 EA 22.0 $1,500.00 $33,000.00 3 3312.0106 Connection to Existing 16" Water Main 33 12 25 _ EA 1.0 $4,500.00 $� 4,500.00 4 _ 3312.0117 Connection to Existing 4"-12" Water Main 33 12 25 EA 4.0 $3,500.00 $14,000.00 5 _ 3311.0001 Ductile Iron Water Fittings w/ Restraint 3311 11 TON 17.1 $8,555.00 $146,290.50 6 3305.0109 Trench Safety 33 05 10 LF 24,225.0 $2.00 $48,450.00 7 _ 3311.0161 6" PVC Water Pipe 3311 12 LF 200.0 $60.00 $12,000.00 8 i 3311.0251 8" DIP Water 3311 10 LF 279.0 $74.00 $20,646.00 9 i 3311.0254 8" DIP Water, CLSM Backfill 33 11 10 LF 373.0 $94.00 $35,062.00 10 3311.0261 8" PVC Water Pipe _ 3311 12 LF 15,018.0 $64.00 $961,152.00 11 3305.2002 8" Water Carrier Pipe 33 05 24 LF 129.0 $60.00 $7,740.00 12 3311.0451 12" DIP Water �33 11 10 LF 594.0 $114.00 $67,716.00 13 3311.0457 12" DIP Water, CLSM Backfill 33 11 10 LF 136.0 $134.00 $18.224.00 14 3311.0461 12" PVC Water Pipe 3311 12 LF 51135.0 $104.00 $534,040.00 15 3311.0467 12" PVC Water Pipe, CLSM Backfill 33,11 12 _ LF 142.0 $124.00 $17,608.00 16 3305.2004 12" Water Carrier Pipe 33 05 24 LF 206.0 $114.00 $23,484.00 17 3311.0551 16" DIP Water 3311 10 LF 50.0 $172.00 $8,600.00 18 3311.0557 16" DIP Water, CLSM Backfill 3311 10 LF 48.0 $192.00 $9,216.00 19 3311.0561 16" PVC C905 Water Pipe 3311 12 LF 1,855.0 $132.00 $244,860.00 20 3311.0567 16" PVC C905 Water Pipe, CLSM Backfill 3311 12 LF 20.0 $152.00 $3,040.00 21 3305.2005 16" Water Carrier Pipe 33 05 24 LF 40.0 $182.00 $7,280.00 22 3305.1003 20" Casing By Open Cut 33 05 22 LF 129.0 $380.00 $49,020.00 23 3305.1104 24" Casing By Other Than Open Cut 33 05 22 LF 180.0 _ $780.00 $140,400.00 24 3305.1004 24" Casing By Open Cut 33 05 22 LF 26.0 $450.00 $11,700.00 25 3305.1005 30" Casing By Open Cut 33 05 22 LF 40.0 $500.00 $20,000.00 26 3312.0001 Fire Hydrant 33 12 40 EA 17.0 $6,800.00 $115,600.00 27 3312.1002 2" Combination Air Valve Assembly for - - 33 12 30 -331210 EA 3.0 $12,500.00 $37,500.00 _ 28 3312.2003 1"Water Service EA 332.0 $1,500.00 $498,000.00 29 3312.3002 6" Gate Valve 33 12 20 EA 6.0 $2 200.00 $13,200.00 30_ 3312.3003 8" Gate Valve 33 12 20_ EA 66.0 _ $2,700.00 $178,200.00 _ 3312.3005 12" Gate Valve 33 12 20 EA 18.0 $5,500.00 $99,000.00 _31 32 3312.3006 16" Gate Valve w/ Vault 33 12 20- EAi 3.0 _ $29,500.00 $88,500.00 �33 3312.6002 6" Blow Off Valve _ 33 12 60 EA 1.0 $14,500.00 , $14,500.00 35 TOTAL UNIT I: WATER IMPROVEMENTS $3,485,028.50 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Fom, Version May 22, 2019 WR-6A_00 42 43_Bid Proposal_DAP_2025-06-02.xlsx 00 42 43 DAP-BIDPROPOSAL Page 2 of 4 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM PA6A UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Unit of Bid Quantity Unit Price Bid Value No. Section No. Measure UNIT It: SANITARY SEWER IMPROVEMENTS 1 3301.0002 Post -CCTV Inspection 33 01 31 LF 15,715_0 $3.00 $47,145.00 2 3301.0101 Manhole Vacuum Testing _ 330130 EA _ 118.0 $200.00 $23,600.00 3 3305.0109 Trench Safety 33 05 10 LF 15,715.0 $2.00 $31,430.00 4 3331.3101 4" Sewer Service _ 33 31 50 EA 248.0 $1,000.00 $248,000.00 3311 10, 5 3331.4115 8" Sewer Pipe 3331 12, LF _ _ _ 3331 20 12,439.0 $80.00 $995.120.00 3311 10, 6 3331.4116 8" Sewer Pipe, CSS Backfill 3331 12, LF _ 33 31 20 1,753.0 $100.00 $175,300.00 7 3331.4119 8" DIP Sewer 3311 10, LF 368.0 $120.00 $44,160.00 8 3331.4120 8" DIP Sewer Pipe, CSS_ Backfill 3311 10, LF 96.0 $150.00 $14,400.00 3331.4201 10" Sewer Pipe 3311 10, _ 9 3331 12, LF 33 31 20 437.0 $92.00 $4_ 0,204.00 3331.4202 10" Sewer Pipe, CSS Backfill 3311 10, 10 3331 12, LF 33 31 20 65.0 $112.00_ $7,280.00 11 3331.4205 10" DIP Sewer 3311 10 LF 135.0 $142.00 $19,170.00 12 3305.3002 8" Sewer Carrier Pipe 33 05 24 LF 292.0 $120.00 $35,040.00 13 3305.3003 10" Sewer Carrier Pipe 33 05 24 LF 130.0 $142.00 $18,460.00 14 3305.1003 20" Casinp By Open Cut 33 05 22 LF 422.0 $400.00 $168,800.00 15 3339.0001 Epoxy Manhole Liner 33 39 60 VF 738.4 $485.00 __ $358,124.00 16 3339.1001 4' Manhole 33 39 10, EA _ __ _ , 33 39 20 108.0 4 500.00 . $486,000.00 17 3339.1002 4' Drop Manhole 33 39 10, EA 33 39 20 _ _ _ 10.0 $6,500.00 $65,000.00 18 3339.1003 4' Extra Depth Manhole 333910, VF 333920 _ 604.2 $245.00 $148,029.00 19 3305.0112 Concrete Collar 33 05 17 _ EA 12.0 _ 1,000.00 $12,000.00 20� 3137.0104 Medium Stone Riprap, dry 31 3700 SY 1,456.0 $145.00 _ $211,120.00 21 - 22� - 23 -24� 25 TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS CTrY OF FORT WORTH $3,148,382.00 DOCUMENTS - DEVELOPER AWARDED PROJECTS Focm Vasion May 22, 2019 WR-6A_00 42 43_Bid Proposa1_DAP_2025-06-02.x1sx UNIT PRICE BID Bidlist Item No. SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information 00 42 43 DAP-BIDPROPOSAL Page 3 of 4 PA6A Bidder's Application Bidder's Proposal Description I Specification Unit of I Bid p Section No. Measure Quantity Unit Price Bid Value UNIT III: DRAINAGE IMPROVEMENTS 1 3137.0104 Medium Stone Riprap, dry 31 3700 SY 2 3301.0002 Post -CCTV Inspection 3 ^ 3305.01 9 -Trench Safety _ 4 3341.0201 21" RCP, Class III 5 3341.0205 24" RCP, Class III 63341.0302 30" RCP, Class III 7_ _ 3341.609 36" RCP, Class III 8 _ 3341.0310 36" RCP, Class IV 9 3341.0402 42" RCP, Class III 10 3341.0409 48" RCP, Class III 11 3341.0602 60" RCP, Class III _ 12 9999.0004 2x2 Box Culvert 13 3349.0001 4' Storm Junction Box 14 334_9.0002 5' Storm Junction Box 15 3305.0112 Concrete Collar 16 3349.5002 15' Curb Inlet 17 3349.5003 20' Curb Inlet 18 3349.4105 24" SET, 1 pipe 19 3349.4113 48" SET, 1 pipe 20 :i3 U1 31 33 05 10 3341 10 3341 10 3341 10 3341 10 3341 10 v 3341 10 3341 10 3341 10 _ 3341 10 334910 33 49 10 33 U5 17 33 49 20 33 49 20 _ 33 49 40 33 49 40 LF LF LF LF - LF LF� _LF LF !LF LF l�LF EA EA .lEA^ EA EA EA EA 235.0 $145.00 $34,075.00 3,778.0 $3.00 $11,334.00 3,778.0 $2.00 335.0 _ _ $80.00 1,286.0 . $90.00 $7,556.00 $26,800.0_0 $115,740.00 316.0 $115.00 $36,340.00 638.0 $155.00 �$98,890.00 188.0 $175.00 $32,900.00 254.0 $205.00 $52,070.00 55.0 172.0 -. 534.0 _ $250.00 $325.00 $260.00 $13,750.00 _ $55,900.00 $138,840.00 11.0 $11,000.00 $121,000.00 2.0 $15,000.00 6`0 $2,500.00 5.0 $5,400.00 $30,000.00 $_15,000.00 $27,000.00 14.0 $6,400.00 $89,600,00 . 1.0 _ 1.0 $4,500.00 $8,000.00 _ $4,500.00 $8,000.00 TOTAL UNIT III: DRAINAGE IMPROVEMENTS $919,295.00 UNIT IV: PAVING IMPROVEME NTS 1 3211.0400 Hydrated Lim 11 29 _TON _ 847.5 $285.00 $241,537.50 2__ 3211.0400 Hydrated Lime (8" PVMT � 48 Ibs/sy) _32 32 11 29 TON 194.1 $285.00 $55,31.8.50 _ 3� 3211.0501 6" Lime Treatment 32 11 29 SY 47,082.0 _ $4.00 �$188,328.00 4 3211.0502 8" Lime Treatment (8" PVMT) _ _ 29� SY 8,085.0 $4.50 $36,382.50 5 _ 3213.0101 6" Cone Pvmt �32.1,1 32 13 13 _ SY_ 44,222.0 68.00 $3,007,096.00 6 3213.0103 8" Cone Pvmt _ 32 13 13 SY 7,693.0 $88.00 $676,984.00 7 3213.0302 5" Cone Sidewalk _ 32 13 20 SF 6,668.0 $5.50 $36,674.00 8 _ 3213.0501 Barrier Free Ramp, Type R-1, 32 13 20 EA _ 25.0 $2,400.00 $60,000.00 9_ 3213 0506 Barrier Free Ramp, Type P-1 32 13 20 EA_ 25.0 $2,200.00 $55,000.00 10_ . 3213.0504 Barrier Free Ramp, Type M-2 32 13 20 EA= 2.0 $2,600.00 $5,200.00 11 3217.0502 Preformed Thermoplastic Contrast Markings . 32 17 23 LF _ 24" Crosswalk _ _ _ _ _ 250.0 _ $20.00 _ $5,000.00 12 3217.0504 Preformed Thermoplastic Contrast Markings 32 17 23� LF -24"_Stop _Bars _ _. ,_. �90.0- $30.00 $2,700.00 13_ 3217.2103 REFL Raised Marker TY II -A -A 321723 �EA - _76.0 $6.00 $456 00 9999.0001 Furnish/Install Walsh Ranch Style Sign post 00 00 00 14 & Foundation w/ Regulatory Sign & Name Blades EA 15 3212.017�0102 6' SLD Pvmt Mnt _ Marking HAS(Y) -16_ 32900 Block Sod Placeme 17 18� �19 -z0_ CITY OF FORT WORTH _ _ _ $1,400A0 , $54,600.00 _ 32 17 23 LF 2 728A $4,00 ,$10,912_00 -_32 92 13 SY ,9,490.0 $8.00 $75,920.00 TOTAL UNIT IV: PAVING IMPROVEMENTS $4,512,108.50 Form Version May 22, 2019 DOCUMENTS - DEVELOPER AWARDED PROJECTS WR-6A_00 42 43_Bid Proposa1_DAP_2025-06-02.x1sx UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information Bidlist Item) Description I Specification I Unit of No. Section No. Measure UNIT V: STREET LIGHTING IMPROVEMENTS 1 _ 2605.3015 2" CONDT PVC SCH 80 (T) _ , 26 05 33 LF 2 3441.1408 NO 6 Insulated Elec Condr 3441 10 LF 3 3441.1408 NO 2 Insulated ElecCondr _ _ _ 3441 10 _ LF 4 3441.1501 Fumish/Install Ground Box Type B 3441 10 EA 5 _ _ 3441.1733 Rdwy Ilium Foundation TY 11 _ _ 34 41 20 EA 6 3441.1772 Fumish/Install 240-480 Volt Single Phase 34 41 20 EA Transocket Metered Pedestal__ _._ :, __ 7, 3449 3301 Rdwy Ilium Foundation TY 2 _ _ 34 41 20 EA _ 8 9999.0002 Furnish/Install Walsh Ranch 30ft Single- 00 00 00 EA 9 9999.0003 Fumishllnstall Walsh Ranch 14ft Street Light 00 00 00 EA Pole & LED Fixture 10 12 i13 �15 00 42 43 DAP -BID PROPOSAL Page 4 of 4 PA6A Bidder's Application Bidder's Proposal Bid Quantity Unit Price Bid Value 13,839.0 $16.00 _ $221,424.00 12,667.0 $6.00 $76,002.00 _ 1,803.0 $8.00 $14,424.0_0 77.0 $1,000 00 $77,000.00 93.0 _ $1,600.00 $148,800.00_ 2A_ _$_1.1,500.00 $23w000;00 �1110 _.$lA9900 99,80000 11.0 $15,500.00 _ $170,500.00 _ 93.0 _ $5500.00 _ $511,500.00. TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS Bid Summdr 4 UNIT I: WATER IMPROVEMENTS UNIT II: SANITARY SEWER IMPROVEMENTS UNIT III: DRAINAGE IMPROVEMENTS UNIT IV: PAVING IMPROVEMENTS UNIT V: STREET LIGHTING IMPROVEMENTS This Bid is submitted by the entity named below: BIDDER: CONA fSER CONSTRUCTION TX, L.P. 5327 WICHITA ST. FORT WORTH. TX 76119 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided In the General Conditions. Total Construction Bid BY: BROCK HUGGINS G4gL TITLE: PRESIDENT DATE: $1,262,450.00 $3,485,028.50 $3,148,382.00 _$919,295.00 $4,512,108.50 $1,262,450.00 $13,327,264.00 AAQ 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 WR-6A_00 42 43_Bid Proposal_PAP_2025-01r02.xlsx COMPLETION AGREEMENT — SELF FUNDED This COMPLETION AGREEMENT ("Agreement"), is made and entered into by and between the City of Fort Worth, ("City") and Quail Valley Devco VIA, LLC, a Texas Limited Liability Company, authorized to do business in Texas, ("Developer"), effective as of the last date executed by a Party hereto. The City and the Developer may collectively be called the "Parties". WITNESSETH: WHEREAS, the Developer owns that certain tract of real property that contains approximately 96.99 acres of land located in the City, the legal description of which tract of real property is marked Exhibit "A" — Legal Description, attached hereto and incorporated herein for all purposes, ("Property"); and WHEREAS, the Developer intends to develop the Property as an addition to the City through plat FP-24-094; and WHEREAS, the Developer and the City have entered into a Community Facilities Agreement relating to the development, Walsh Ranch PA6A 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 Thirteen Million Three Hundred Twenty -Seven Thousand Two Hundred Sixty -Four Dollars ($13,327,264.00), hereinafter called the "Completion Amount'. Notwithstanding the foregoing, it is acknowledged that the actual costs of completion of the Community Facilities may vary as a City of Fort Worth, Texas Standard Completion Agreement — Self -Funded Revised 06.14.2024 DH CFA Official Release Date: 07.01.2015 Page 1 of 18 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 18 C. A requirement that each contractor contracting with the Developer release the City from any claim that is related to the Property; and D. A requirement that each contractor contracting with the Developer include in each subcontract the statements contained in (a), (b) and (c) above. 8. Miscellaneous. A. Non -Assignment of Agreement. This Agreement may not be assigned by any of the Parties without the prior written consent of all the other Parties. B. Notice. Any notice required or permitted to be delivered under this Agreement shall be deemed received on actual receipt by the appropriate party at the following addresses: (i) Notice to the City shall be addressed and delivered as follows: City of Fort Worth Development Services Department 100 Fort Worth Trail Fort Worth, Texas 76102 Attention: Contract Management Office Rebecca Owen, Development Manager Email: Rebecca.Owen@fortworthtexas.gov Confirmation Number: 817-392-7810 With a copy thereof addressed and delivered as follows: Office of the City Attorney City of Fort Worth 100 Fort Worth Trail Fort Worth, Texas 76102 Attention: Richard A. McCracken Sr. Assistant City Attorney Confirmation Number: 817-392-7611 (ii) Notice to the Developer shall be addressed and delivered as follows: Quail Vallev Devco VIA, LLC 400 S. Record Street Suite 1200 Dallas, Texas 75202 A party may change its address for notice upon prior written notice to the other parties pursuant to the terms hereof. City of Fort Worth, Texas Standard Completion Agreement — Self -Funded Revised 06.14.2024 DH CFA Official Release Date: 07.01.2015 Page 3 of 18 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 18 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: DEVELOPER: Quail Valley Devco VIA, LLC C>SO� Set arF}C penter(Jun 13, 202515:49 CDT) Jesica McEachern Seth Carpenter Assistant City Manager Vice President Date: 06/19/2025 Date: 06/13/2025 Approved as to Form & Legality: Jackson Skinner Assistant City Attorney M&C: N/A Date: 06/13/2025 ATTEST: Jannette Goodall City Secretary City of Fort Worth, Texas Standard Completion Agreement — Self -Funded Revised 06.14.2024 DH CFA Official Release Date: 07.01.2015 Page 5 of 18 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 18 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 18 EXHIBIT A LEGAL DESCRIPTION OWNER'S CERTIFICATE STATE OF TEXAS COUNTY OF PARKER WHEREAS, Walsh Ranches Limited Partnership and Quail Valley Devco VLO, LLC and Quail Valley Devco I, LLC are the owners of a 96.99-acre tract of land situated in the Houston Tap & Brazoria Railroad Company Survey, Abstract No. 654, the I & G.N. Railroad Company Survey, Abstract No. 1995, the I & G.N. Railroad Company Survey, Abstract No. 1996 and the Heirs of C.H. Higbee Survey, Abstract No. 2740 and being a portion of that certain tract of land described by Special Warranty Deed to Walsh Ranches Limited Partnership, a Texas Limited Partnership having a General Partner named Walsh North Star Company, a Texas corporation recorded in Volume 1699, Page 1765 of the Deed Records of Parker County, Texas (D.R.P.C.T.) and Volume 12624, Page 92 of the Deed Records of Tarrant County, Texas (D.R.T.C.T.) and a portion of Parcel 1 as described in Special Warranty Deed to Quail Valley Devco VLO, LLC as recorded in Instrument No. 202148529, D.R.P.C.T., and being a portion of Tracts 2 and 3 as described in Special Warranty Deed to Quail Valley Devco I, LLC as recorded in Instrument No. 201607571, D.R.P.C.T. and being more particularly described by metes and bounds as follows: COMMENCING at a 5/8-inch iron rod found with plastic cap stamped "Huitt-Zollars" at the most southeasterly corner of Lot 5-X, Block 74 of the Final Plat of Walsh Ranch, Quail Valley Residential, an addition to the City of Fort Worth as recorded in Cabinet F, Slide 455 of the Plat Records, Parker County, Texas (P.R.P.C.T.); THENCE, along the southerly line of said Lot 5-X the following: South 60 degrees 24 minutes 04 seconds West a distance of 213.44 feet to a 5/8-inch iron rod found with plastic cap stamped "Huitt-Zollars"; South 29 degrees 35 minutes 56 seconds East a distance of 86.41 feet to a 5/8-inch iron rod found with plastic cap stamped "Huitt-Zollars"; South 86 degrees 15 minutes 18 seconds West a distance of 97.49 feet to a 5/8-inch iron rod found with plastic cap stamped "Huitt-Zollars"; North 64 degrees 00 minutes 23 seconds West a distance of 121.75 feet to a 5/8-inch iron rod found with plastic cap stamped "Huitt-Zollars" on the westerly line of the 21.92 acres of land described in Final Plat of Walsh Ranch, Quail Valley, Lot 1, Block C, an addition to the City of Fort Worth, Parker County, Texas as recorded in Cabinet D, Slide 721, P.R.P.C.T. for the POINT OF BEGINNING; THENCE, along the westerly and southerly line of said Walsh Ranch, Quail Valley, Lot 1, Block C the following: 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 18 South 14 degrees 02 minutes 32 seconds East a distance of 242.67 feet to a 5/8-inch iron rod found with plastic cap stamped "Huitt-Zollars"; South 89 degrees 21 minutes 42 seconds East a distance of 126.30 feet to a 5/8-inch iron rod found with plastic cap stamped "Huitt-Zollars"; North 75 degrees 56 minutes 48 seconds East a distance of 68.91 feet to a 5/8-inch iron rod found with plastic cap stamped "Huitt-Zollars"; North 87 degrees 16 minutes 49 seconds East a distance of 234.72 feet to a 5/8-inch iron rod found with plastic cap stamped "Huitt-Zollars"; South 68 degrees 51 minutes 13 seconds East a distance of 36.65 feet to a 5/8-inch iron rod found with plastic cap stamped "Huitt-Zollars" on the westerly line of the 26.65 acres of land described in Final Plat of Walsh Ranch, Quail Valley, an addition to the City of Fort Worth, Parker County, Texas as recorded in Cabinet E, Slide 149, P.R.P.C.T., said point also being on the westerly line of Lot 2, Block C of said Walsh Ranch, Quail Valley; THENCE along the westerly line of said 26.65-acre tract the following: South 03 degrees 41 minutes 17 seconds West a distance of 294.62 feet to a 5/8-inch iron rod found with plastic cap stamped "Huitt-Zollars" at the beginning of a non -tangent curve to the left having a central angle of 3 degrees 11 minutes 06 seconds, a radius of 1,125.00 feet, and being subtended by a 62.53-foot chord which bears North 87 degrees 54 minutes 16 seconds West; Along said curve to the left, an arc distance of 62.54 feet to a 5/8-inch iron rod found with plastic cap stamped "Huitt-Zollars"; South 00 degrees 30 minutes 11 seconds West a distance of 73.24 feet to a 5/8-inch iron rod found with plastic cap stamped "Huitt-Zollars"; South 17 degrees 12 minutes 10 seconds East a distance of 173.09 feet to a 5/8-inch iron rod found with plastic cap stamped "Huitt-Zollars" at the beginning of a non -tangent curve to the left having a central angle of 2 degrees 46 minutes 08 seconds, a radius of 885.00 feet, and being subtended by a 42.76-foot chord which bears South 71 degrees 24 minutes 46 seconds West; Along said curve to the left, an arc distance of 42.77 feet to a 5/8-inch iron rod found with plastic cap stamped "Huitt-Zollars"; South 19 degrees 58 minutes 19 seconds East a distance of 110.00 feet to a 5/8-inch iron rod found with plastic cap stamped "Huitt-Zollars"; South 28 degrees 44 minutes 49 seconds East a distance of 72.78 feet to a 5/8-inch iron rod found with plastic cap stamped "Huitt-Zollars"; City of Fort Worth, Texas Standard Completion Agreement — Self -Funded Revised 06.14.2024 DH CFA Official Release Date: 07.01.2015 Page 9 of 18 South 33 degrees 35 minutes 09 seconds East a distance of 92.60 feet to a 5/8-inch iron rod found with plastic cap stamped "Huitt-Zollars"; North 54 degrees 36 minutes 55 seconds East a distance of 40.21 feet to a 5/8-inch iron rod found with plastic cap stamped "Huitt-Zollars"; South 39 degrees 20 minutes 07 seconds East a distance of 144.95 feet to a 5/8-inch iron rod found with plastic cap stamped "Huitt-Zollars" at the beginning of a non -tangent curve to the left having a central angle of 0 degrees 26 minutes 58 seconds, a radius of 2,580.00 feet, and being subtended by a 20.24-foot chord which bears South 50 degrees 26 minutes 24 seconds West; Along said curve to the left, an arc distance of 20.24 feet to a 5/8-inch iron rod found with plastic cap stamped "Huitt-Zollars"; South 39 degrees 47 minutes 05 seconds East a distance of 60.00 feet to a 5/8-inch iron rod found with plastic cap stamped "Huitt-Zollars" on southeasterly right-of-way line of Cline Ridge Road as shown on said plat, and being at the beginning of a non -tangent curve to the left having a central angle of 0 degrees 12 minutes 55 seconds, a radius of 2,520.00 feet, and being subtended by a 9.47-foot chord which bears South 50 degrees 06 minutes 28 seconds West; THENCE departing the westerly line of said 26.65-acre tract and continuing over and across said Walsh Ranches Limited Partnership tract the following: Along said curve to the left, an arc distance of 9.47 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars" at the point of compound curvature of a curve to the left having a central angle of 21 degrees 15 minutes 54 seconds, a radius of 520.00 feet, and being subtended by a 191.89*foot chord which bears South 39 degrees 22 minutes 03 seconds West; Along said curve to the left, an arc distance of 192.99 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; South 16 degrees 17 minutes 44 seconds West a distance of 21.51 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; South 60 degrees 30 minutes 00 seconds East a distance of 14.82 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; South 29 degrees 30 minutes 00 seconds West a distance of 52.00 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; North 60 degrees 30 minutes 00 seconds West a distance of 10.00 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; South 69 degrees 59 minutes 59 seconds West a distance of 19.48 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars" at the beginning of a non -tangent 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 18 curve to the left having a central angle of 20 degrees 25 minutes 23 seconds, a radius of 520.00 feet, and being subtended by a 184.37-foot chord which bears South 09 degrees 27 minutes 41 seconds West; Along said curve to the left, an arc distance of 185.35 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; South 00 degrees 45 minutes 00 seconds East a distance of 108.84 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; South 46 degrees 15 minutes 00 seconds East a distance of 21.03 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; North 88 degrees 15 minutes 00 seconds East a distance of 10.00 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; South 01 degrees 45 minutes 00 seconds East a distance of 52.00 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; South 88 degrees 15 minutes 00 seconds West a distance of 11.03 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; South 44 degrees 23 minutes 58 seconds West a distance of 21.43 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars" at the beginning of a non -tangent curve to the right having a central angle of 11 degrees 02 minutes 01 second, a radius of 1,030.00 feet, and being subtended by a 198.04-foot chord which bears South 06 degrees 28 minutes 59 seconds West; Along said curve to right, an arc distance of 198.35 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; South 12 degrees 00 minutes 00 seconds West a distance of 51.28 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; South 35 degrees 30 minutes 00 seconds East a distance of 20.27 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; South 83 degrees 00 minutes 00 seconds East a distance of 10.00 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; South 07 degrees 00 minutes 00 seconds West a distance of 52.00 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; South 83 degrees 00 minutes 00 seconds West a distance of 14.55 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; South 54 degrees 30 minutes 00 seconds West a distance of 22.12 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; City of Fort Worth, Texas Standard Completion Agreement — Self -Funded Revised 06.14.2024 DH CFA Official Release Date: 07.01.2015 Page 11 of 18 South 12 degrees 00 minutes 00 seconds West a distance of 89.72 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars" at the beginning of a curve to the left having a central angle of 14 degrees 20 minutes 35 seconds, a radius of 495.00 feet, and being subtended by a 123.59-foot chord which bears South 04 degrees 49 minutes 42 seconds West; Along said curve to the left, an arc distance of 123.91 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; South 47 degrees 36 minutes 20 seconds East a distance of 21.44 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; North 88 degrees 00 minutes 00 seconds East a distance of 14.64 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; South 02 degrees 00 minutes 00 seconds East a distance of 52.00 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; South 88 degrees 00 minutes 00 seconds West a distance of 10.00 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; South 38 degrees 30 minutes 12 seconds West a distance of 19.48 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars" at the beginning of a non -tangent curve to the left having a central angle of 0 degrees 08 minutes 19 seconds, a radius of 495.00 feet, and being subtended by a 1.20-foot chord which bears South 11 degrees 55 minutes 50 seconds East; Along said curve to the left, an arc distance of 1.20 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; South 12 degrees 00 minutes 00 seconds East a distance of 101.04 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars" at the beginning of a curve to the right having a central angle of 8 degrees 11 minutes 16 seconds, a radius of 830.00 feet, and being subtended by a 118.51-foot chord which bears South 07 degrees 54 minutes 22 seconds East; Along said curve to the right, an arc distance of 118.61 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; South 49 degrees 20 minutes 13 seconds East a distance of 20.82 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars" at the beginning of a non -tangent curve to the left having a central angle of 0 degrees 14 minutes 45 seconds, a radius of 2,331.00 feet, and being subtended by a 10.00-foot chord which bears North 84 degrees 18 minutes 49 seconds East; Along said curve to the left, an arc distance of 10.00 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; City of Fort Worth, Texas Standard Completion Agreement — Self -Funded Revised 06.14.2024 DH CFA Official Release Date: 07.01.2015 Page 12 of 18 South 05 degrees 48 minutes 34 seconds East a distance of 52.00 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars" at the beginning of a non -tangent curve to the right having a central angle of 0 degrees 2 minutes 46 seconds, a radius of 2,383.00 feet, and being subtended by a 14.39-foot chord which bears South 84 degrees 21 minutes 49 seconds West; Along said curve to the right, an arc distance of 14.39 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; South 43 degrees 01 minute 44 seconds West a distance of 22.40 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars" at the beginning of a non -tangent curve to the right having a central angle of 0 degrees 51 minutes 33 seconds, a radius of 830.00 feet, and being subtended by a 12.45-foot chord which bears South 02 degrees 17 minutes 17 seconds West; Along said curve to the right, an arc distance of 12.45 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; North 87 degrees 16 minutes 56 seconds West a distance of 60.00 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars" at the beginning of a curve to the left having a central angle of 0 degrees 22 minutes 19 seconds, a radius of 770.00 feet, and being subtended by a 5.00*foot chord which bears North 02 degrees 31 minutes 54 seconds East; Along said curve to the left, an arc distance of 5.00 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; North 45 degrees 50 minutes 34 seconds West a distance of 20.22 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars" at the beginning of a non -tangent curve to the right having a central angle of 1 degree 11 minutes 34 seconds, a radius of 2,383.00 feet, and being subtended by a 53.77-foot chord which bears South 67 degrees 21 minutes 13 seconds West; Along said curve to the right, an arc distance of 53.77 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; South 88 degrees 00 minutes 00 seconds West a distance of 100.00 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars" at the beginning of a non -tangent curve to the right having a central angle of 13 degrees 47 minutes 07 seconds, a radius of 2,883.00 feet, and being subtended by a 691.97-foot chord which bears North 85 degrees 06 minutes 27 seconds West; Along said curve to the right, an arc distance of 693.64 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; South 57 degrees 16 minutes 02 seconds West a distance of 21.14 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; City of Fort Worth, Texas Standard Completion Agreement — Self -Funded Revised 06.14.2024 DH CFA Official Release Date: 07.01.2015 Page 13 of 18 South 77 degrees 24 minutes 00 seconds West a distance of 52.00 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; North 32 degrees 04 minutes 02 seconds West a distance of 21.34 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars" at the beginning of a non -tangent curve to the right having a central angle of 4 degrees 58 minutes 28 seconds, a radius of 2,883.00 feet, and being subtended by a 250.23-foot chord which bears North 74 degrees 05 minutes 52 seconds West; Along said curve to the right, an arc distance of 250.31 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; South 63 degrees 40 minutes 27 seconds West a distance of 21.26 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; North 70 degrees 52 minutes 44 seconds West a distance of 52.00 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars" at the beginning of a non -tangent curve to the left having a central angle of 65 degrees 55 minutes 12 seconds, a radius of 1,330.00 feet, and being subtended by a 820.22-foot chord which bears North 01 degree 09 minutes 40 seconds East; Along said curve to the left, an arc distance of 833.81 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; North 62 degrees 09 minutes 40 seconds West a distance of 21.20 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; North 72 degrees 48 minutes 00 seconds West a distance of 13.29 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars" at the beginning of a curve to the left having a central angle of 28 degrees 00 minutes 00 seconds, a radius of 124.00 feet, and being subtended by a 60.00-foot chord which bears South 58 degrees 48 minutes 00 seconds West; Along said curve to the left, an arc distance of 60.60 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; South 44 degrees 48 minutes 00 seconds West a distance of 50.71 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars" at the beginning of a curve to the right having a central angle of 29 degrees 24 minutes 00 seconds, a radius of 176.00 feet, and being subtended by a 89.32-foot chord which bears South 59 degrees 30 minutes 00 seconds West; Along said curve to the right, an arc distance of 90.31 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; South 74 degrees 12 minutes 00 seconds West a distance of 18.97 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; City of Fort Worth, Texas Standard Completion Agreement — Self -Funded Revised 06.14.2024 DH CFA Official Release Date: 07.01.2015 Page 14 of 18 South 30 degrees 05 minutes 19 seconds West a distance of 21.54 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars" at the beginning of a non -tangent curve to the right having a central angle of 0 degrees 06 minutes 36 seconds, a radius of 1,080.00, and being subtended by a 2.07-foot chord which bears South 13 degrees 34 minutes 11 seconds East; Along said curve to the right, an arc distance of 2.07 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; South 76 degrees 29 minutes 07 seconds West a distance of 52.00 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; North 59 degrees 51 minutes 59 seconds West a distance of 20.86 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; North 15 degrees 48 minutes 00 seconds West a distance of 52.00 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; North 28 degrees 15 minutes 59 seconds East a distance of 20.86 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars" at the beginning of a non -tangent curve to the left having a central angle of 1 degree 24 minutes 53 seconds, a radius of 1,028.00 feet, and being subtended by a 25.38-foot chord which bears North 18 degrees 47 minutes 34 seconds West; Along said curve to the left, an arc distance of 25.38 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; North 19 degrees 30 minutes 00 seconds West a distance of 320.13 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; North 64 degrees 30 minutes 00 seconds West a distance of 21.21 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; South 70 degrees 30 minutes 00 seconds West a distance of 217.00 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; South 25 degrees 30 minutes 00 seconds West a distance of 21.21 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; South 70 degrees 30 minutes 00 seconds West a distance of 62.00 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; North 64 degrees 30 minutes 00 seconds West a distance of 21.21 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; North 19 degrees 30 minutes 00 seconds West a distance of 52.00 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; City of Fort Worth, Texas Standard Completion Agreement — Self -Funded Revised 06.14.2024 DH CFA Official Release Date: 07.01.2015 Page 15 of 18 North 25 degrees 30 minutes 00 seconds East a distance of 21.21 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; North 19 degrees 30 minutes 00 seconds West a distance of 49.00 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars" at the beginning of a curve to the right having a central angle of 9 degrees 30 minutes 00 seconds, a radius of 1,031.00 feet, and being subtended by a 170.75-foot chord which bears North 14 degrees 45 minutes 00 seconds West; Along said curve to the right, an arc distance of 170.95 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; North 10 degrees 00 minutes 00 seconds West a distance of 100.00 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars" at the beginning of a curve to the right having a central angle of 10 degrees 00 minutes 00 seconds, a radius of 921.00 feet, and being subtended by a 160.54-foot chord which bears North 05 degrees 00 minutes 00 seconds West; Along said curve to right, an arc distance of 160.74 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars"; North 00 degrees 00 minutes 00 seconds East a distance of 408.39 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars" at he beginning of a curve to the left having a central angle of 10 degrees 33 minutes 47 seconds, a radius of 169.00 feet, and being subtended by a 31.11-foot chord which bears North 05 degrees 16 minutes 53 seconds West; Along said curve to the left, an arc distance of 31.16 feet to a 5/8-inch iron rod set with plastic cap stamped "Huitt-Zollars" on the southerly line of the 109.5 acres of land described in Final Plat of Walsh Ranch, Quail Valley, an addition to the City of Fort Worth, Parker County, Texas as recorded in Cabinet E, Slide 488, P.R.P.C.T., said point also being on the southerly line of Lot 1, Block 38 of said Walsh Ranch, Quail Valley; THENCE North 86 degrees 01 minute 03 seconds East along the southerly line of said 109.5- acre tract, a distance of 571.64 feet to a 5/8-inch iron rod found with plastic cap stamped "Huitt- Zollars", said point also being the southeast corner of Lot 1, Block 41 of said Walsh Ranch, Quail Valley; THENCE North 37 degrees 51 minutes 46 seconds East continuing along the southeasterly line of said 109.5-acre tract, passing a 5/8-inch iron rod found with plastic cap stamped "Huitt- Zollars" on the south line of said Parcel 1 of Quail Valley Devco VLO, LLC at a distance of 454.44 feet and continuing in all a total distance of 546.41 feet to a 5/8-inch iron rod found with plastic cap stamped "Huitt-Zollars" on the southerly line of aforementioned Lot 5-X, Block 74, Walsh Ranch, Quail Valley Residential; THENCE continuing along the southerly lie of said Lot 5-X, Block 74 the following: City of Fort Worth, Texas Standard Completion Agreement — Self -Funded Revised 06.14.2024 DH CFA Official Release Date: 07.01.2015 Page 16 of 18 North 74 degrees 35 minutes 27 seconds East a distance of 615.28 feet to a 5/8-inch iron rod found with plastic cap stamped "Huitt-Zollars"; South 67 degrees 17 minutes 53 seconds East a distance of 117.08 feet to a 5/8-inch iron rod found with plastic cap stamped "Huitt-Zollars"; South 14 degrees 02 minutes 32 seconds East a distance of 31.12 feet to the POINT OF BEGINNING, and containing 4,224,910 Square feet or 96.99 acres of land, 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 17 of 18 EXHIBIT B APPROVED BUDGET Items Developer's Cost A. Water and Sewer Construction 1. Water Construction $ 3,485,028.50 2. Sewer Construction $ 3,148,382.00 Water and Sewer Construction Total $ 6,633,410.50 B. TPW Construction 1. Street $ 4,512,108.50 2. Storm Drain $ 919,295.00 3. Street Lights Installed by Developer $ 1,262,450.00 4. Signals $ - TPW Construction Cost Total $ 6,693,853.50 Total Construction Cost (excluding the fees): $ 13,327,264.00 City of Fort Worth, Texas Standard Completion Agreement — Self -Funded Revised 06.14.2024 DH CFA Official Release Date: 07.01.2015 Page 18 of 18