Loading...
HomeMy WebLinkAboutContract 63482Received Date: 06/20/2025 Received Time: V :14 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: Deer Creek Meadows Phase 5 Council District: 6 CFA Number: 25-0053 Lennar Homes of Texas Land and Construction, LTD. 1231 Greenway Drive, Suite 800, Irving, TX 75038 903-821-2188 1 Jennifer.Elleraa,Lennar.com Jennifer Eller, Authorized Agent Deer Creek Meadows Phase 5 Water, Sewer, Paving, Storm Drain, and Street Lights Improvements W Risinger Rd & N Crowley Rd FP-24-102 Phased or Concurrt Provisions: City Project Number: Phased Provisions 105683 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas Page 1 of 18 Standard Community Facilities Agreement Rev. 9/21 Plat Name: City Contract Number: 63482 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 Lennar Homes of Texas Land and Construction, LTD. ("Developer"), a Texas limited partnership, 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 Deer Creek Meadows Phase 5 ("Project"); and WHEREAS, the City desires to ensure that all developments are adequately served by public infrastructure and that the public infrastructure is constructed according to City standards; and WHEREAS, as a condition of approval of the Project, Developer is required to bear a portion of the costs of municipal infrastructure by constructing the public infrastructure necessary for the Project as described in this Agreement ("Community Facilities" or "Improvements"); and WHEREAS, as a condition of approval of the Project, Developer is required to meet the additional obligations contained in this Agreement, and Developer may be required to make dedications of land, pay fees or construction costs, or meet other obligations that are not a part of this Agreement; and WHEREAS, the City is not participating in the cost of the Improvements or Project; and WHEREAS, the Developer and the City desire to enter into this Agreement in connection with the collective Improvements for the Project; NOW, THEREFORE, for and in consideration of the covenants and conditions contained herein, the City and the Developer do hereby agree as follows: 1. CFA Ordinance The Community Facilities Agreements Ordinance ("CFA Ordinance"), as amended, is incorporated into this Agreement by reference, as if it was fully set out herein. Developer agrees to comply with all provisions of the CFA Ordinance in the performance of Developer's duties and obligations pursuant to this Agreement and to cause all contractors hired by Developer to comply with the CFA Ordinance in connection with the work performed by the contractors. If a conflict exists between the terms and conditions of this Agreement and the CFA Ordinance, the CFA Ordinance shall control. City of Fort Worth, Texas OFFICIAL RECORD Page 2 of 18 Standard Community Facilities Agreement CITY SECRETARY Rev. 9/21 FT. WORTH, TX 2. Incorporation of Engineering Plans The engineering plans for the Improvements that have been approved by the City ("Engineering Plans") are incorporated into this Agreement by reference as if fully set out herein. Developer shall provide at its expense, unless otherwise agreed to by City, all engineering drawings and documents necessary to construct the Improvements required by this Agreement. 3. Description of Improvements; Exhibits and Attachments The following exhibits describe the general location, nature and extent of the Improvements that are the subject of this Agreement and are attached hereto and incorporated herein by reference: © Exhibit A: Water ® Exhibit B: Sewer ® Exhibit C: Paving ® Exhibit D: Storm Drain ❑X Exhibit E: Street Lights & Signs ❑ Exhibit F: Traffic Signal & Striping The Location Map and Cost Estimates are also attached hereto and incorporated herein by reference. To the extent that Exhibits A, B, C, D, E, F, the Location Map, or the Cost Estimates conflict with the Engineering Plans, the Engineering Plans shall control. If applicable, Attachment 1 — Changes to Standard Community Facilities Agreement, Attachment 2 — Phased CFA Provisions, and Attachment 3 — Concurrent CFA Provisions, are attached hereto and incorporated herein for all purposes. 4. Construction of Improvements Developer agrees to cause the construction of the Improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and specifications, the Engineering Plans, the Cost Estimates provided for the Improvements, and this Agreement. Developer acknowledges that City will not accept the Improvements until the City receives affidavits and lien releases signed by Developer's contractors verifying that the contractors, and all subcontractors and material suppliers, have been paid in full for constructing the Improvements, and consent of the surety on payment and performance bonds provided for the Improvements. 5. Financial Guarantee (a) 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 City of Fort Worth, Texas Page 3 of 18 Standard Community Facilities Agreement Rev. 9/21 authorized by the City in accordance with the CFA Ordinance. (b) An active Financial Guarantee shall be maintained throughout the duration of construction of the Improvements. In the event the Financial Guarantee is in the form of a letter of credit, and the issuing financial institution elects not to renew or extend the letter of credit, it must notify the City, as Beneficiary, no less than ninety (90) calendar days prior to the current expiration date. Such notice shall be sent via registered mail, certified mail, courier, or hand -delivered to the Beneficiary's official address specified in this Agreement. In addition, the issuing bank or the Developer shall send an email notification of the forthcoming expiration notice to the City's Contract Management Office: Email addresses: devcfa_projects@fortworthtexas.gov and zz_DEVSVCS_CFA@fortworthtexas.gov (c) If the letter of credit is discontinued, expires, or otherwise becomes invalid prior to the City's formal acceptance of the Improvements or financial reconciliation, the Developer shall be required to either: (i) extend the letter of credit under the same terms, or (ii) provide a substitute Financial Guarantee in a form and amount acceptable to the City. The City reserves the right to draw on the letter of credit if a valid replacement Financial Guarantee is not provided at least thirty (30) calendar days prior to the expiration date. 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. City of Fort Worth, Texas Page 4 of 18 Standard Community Facilities Agreement Rev. 9/21 (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. (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 City of Fort Worth, Texas Page 5 of 18 Standard Community Facilities Agreement Rev. 9/21 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. 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, INCLUDING DEATH, OR TO ANY PROPERTY, RESULTING FROM OR IN CONNECTION WITH THE CONSTRUCTION, DESIGN, PERFORMANCE OR COMPLETION OF ANY WORK TO BE PERFORMED BY SAID DEVELOPER, ITS CONTRACTORS, SUBCONTRACTORS, OFFICERS, AGENTS OR EMPLOYEES, OR IN CONSEQUENCE OF ANY FAILURE TO PROPERLY SAFEGUARD THE WORK, OR 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. City of Fort Worth, Texas Page 6 of 18 Standard Community Facilities Agreement Rev. 9/21 (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 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, City of Fort Worth, Texas Page 7 of 18 Standard Community Facilities Agreement Rev. 9/21 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 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: Lennar Homes of Texas Land and Construction, LTD. 231 Greenway Drive, Suite 800 Irving, TX 75038 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. City of Fort Worth, Texas Page 8 of 18 Standard Community Facilities Agreement Rev. 9/21 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 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. City of Fort Worth, Texas Page 9 of 18 Standard Community Facilities Agreement Rev. 9/21 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. 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 City of Fort Worth, Texas Page 10 of 18 Standard Community Facilities Agreement Rev. 9/21 "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 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 I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Developer shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Developer employee who is not legally eligible to perform such services. DEVELOPER SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY DEVELOPER, DEVELOPER'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Developer, shall have the right to immediately terminate this Agreement for violations of this provision by Developer. 29. Amendment No amendment, modification, or alteration of the terms of this Agreement shall be binding unless the same is in writing, dated subsequent to the date hereof, and duly executed by the City and Developer. 30. Assignment and Successors City of Fort Worth, Texas Page 11 of 18 Standard Community Facilities Agreement Rev. 9/21 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. 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 18 Standard Community Facilities Agreement Rev. 9/21 36. Cost Summary Sheet Project Name: Deer Creek Meadows Phase 5 CFA No.: 25-0053 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 City Project No.: 105683 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 IPRC No.: 24-0174 $ 1,145,753.50 $ 1,171,294.98 $ 2,317,048.48 $ 3,417,895.81 $ 1,481,576.19 $ 694,897.17 $ 5,594,369.17 $ 7,911,417.65 $122,512.50 $28,386.80 $2,362.50 $ 153,261.80 Choice Amount (Mark one $ 7,911,417.651 $ 7,911,417.65I $ 2,896,310.60I $ 6,992,961.46I $ 9,889,272.06I X $ 9,889,272.06I City of Fort Worth, Texas Page 13 of 18 Standard Community Facilities Agreement Rev. 9/21 IN WITNESS WHEREOF, the City and Developer have each executed this Agreement by their duly authorized signatories to be effective on the date executed by the City's Assistant City Manager. CITY OF FORT WORTH DEVELOPER Lennar Homes of Texas Land and Construction, �� LTD. a Texas limited partnership Jesica McEachern Assistant City Manager Date: 06/18/2025 Recommended by: Bichson Nguyen/Dwayne Hollars Sr. Contract Compliance Specialist Development Services Approved as to Form & Legality: Jackson Skinner Assistant City Attorney M&C No.: N/A Date: 06/10/2025 Form 1295: N/A FORt`W ATTEST: o �0 °ass =da ° V � � 6. QanIl nEu o54b Jannette S. Goodall City Secretary City of Fort Worth, Texas Standard Community Facilities Agreement Rev. 9/21 By: U.S. Home, LLC, a Delaware limited liability company (as successor -in -interest by conversion from U.S. Home Corporation, a Delaware Corporation) Its General Partner Jennifer Eller (Jun 10, 20:39 CDT) Jennifer Eller Authorized Agent Date: 06/10/2025 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. k2� Kandice Merrick Contract Manager OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 14 of 18 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 ❑x Attachment 2 — Phased CFA Provisions ❑ Attachment 3 — Concurrent CFA Provisions ® Location Map ® Exhibit A: Water Improvements ® Exhibit B: Sewer Improvements ® Exhibit C: Paving Improvements ® Exhibit D: Storm Drain Improvements ® Exhibit E: Street Lights and Signs Improvements ❑ Exhibit F: Traffic Signal and Striping Improvements ® Cost Estimates (Remainder of Page Intentionally Left Blank) City of Fort Worth, Texas Page 15 of 18 Standard Community Facilities Agreement Rev. 9/21 ATTACHMENT "I" Changes to Standard Community Facilities Agreement City Project No. 105683 Negotiated changes are incorporated into the body of the Agreement: Section 5. City of Fort Worth, Texas Page 16 of 18 Standard Community Facilities Agreement Rev. 9/21 ATTACHMENT "2" Phased CFA Provision City Project No. 105683 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 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. City of Fort Worth, Texas Page 17 of 18 Standard Community Facilities Agreement Rev. 9/21 BY CHOOSING TO CONSTRUCT A PHASED CFA, DEVELOPER ASSUMES ALL RISKS AND DEVELOPER SHALL BE LIABLE AND RESPONSIBLE FOR ANYAND ALL DAMAGES, INCLUDING BUT NOT LIMITED TO ANYAND ALL ECONOMIC DAMAGES PROPERTY LOSS, PROPERTY DAMAGES AND PERSONAL INJURY, (INCLUDING DEATH), OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED. DEVELOPER HEREBY EXPRESSLY RELEASES AND DISCHARGES CITY FROM ANY AND ALL LIABILITY FOR DAMAGES, INCLUDING, BUT NOT LIMITED TO ANY AND ALL ECONOMIC DAMAGES, PROPERTYLOSS, PROPERTYDAMAGE 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 ANYAND ALL CLAIMS (WHETHER AT LAW OR INEQUITY), LIABILITIES, DAMAGES (INCLUDING ANY AND ALL ECONOMIC DAMAGES, PROPERTY LOSS, PROPERTY DAMAGES AND PERSONAL INJURIES INCLUDING DEATH), LOSSES, LIENS, CAUSES OFACTION, SUITS, JUDGMENTS AND EXPENSES (INCLUDING, BUT NOT LIMITED TO, COURT COSTS, ATTORNEYS' FEES AND COSTS OF INVESTIGATION), OFANYNATURE, KIND OR DESCRIPTIONARISING OR ALLEGED TO ARISE BY OR IN ANY WAY RELATED TO CONSTRUCTION OF THE IMPROVEMENTS OR DEVELOPER'S CHOICE TO CONSTRUCTA PHASED CFA, OR (2) BY REASON OF ANY OTHER CLAIM WHATSOEVER OF ANY PERSON OR PARTY OCCASIONED OR ALLEGED TO BE OCCASIONED IN WHOLE OR IN PART BY THE CONSTRUCTIONS OF THE IMPROVEMENTS OR DEVELOPER'S CHOICE TO CONSTRUCT A PHASED CFA WHETHER OR NOT SUCH INJURIES. DEATH OR DAMAGES ARE CAUSED. IN WHOLE OR IN PART. BY THE ALLEGED NEGLIGENCE OF THE CITY OF FORT WORTH. ITS OFFICERS. SERVANTS. OR EMPLOYEES. DEVELOPER Lennar Homes of Texas Land and Construction, LTD. a Texas limited partnership By: U.S. Home, LLC, a Delaware limited liability company (as successor -in -interest by conversion from U.S. Home Corporation, a Delaware Corporation) Its General Partner 41 qVf Jennifer Eller (Jun 10, 2025 08:39 CDT) Jennifer Eller Authorized Agent Date: 06/10/2025 City of Fort Worth, Texas Page 18 of 18 Standard Community Facilities Agreement Rev. 9/21 N N O N c 0 F- 0) 3 v L U I _ I U 0 I Ln O 00 0 / U) IL Q U / rn c 0 CL 3 O 0 E U I U7 O 00 -- N w Ri ' fr R W RicKyer ti - W E DE R CREEK S SCALE: F' = 2000' SIT r �i THE PAI DEER c I MfPh,r— Rlvn V I. Stevens 3 Middle Sehonl U ~9 Ir I! I I I � I I I\ I�> ��� \ � � PHASIE 5 ]LOCATED PI CITY OF FORT WORTH, TEXAS CPN : 105683 MAPSC® NO.: 117 E & F PREPARED FOR: LE N NAIT 1707 MARKETPLACE BLVD., SUITE 100 IRVING, TEXAS 75063 PHONE: (469) 587 - 5215 PREPARED BY: GMcivit Engineering & Surveying 2559 SW Grapevine Pkwy, Grapevine, Texas 76051 31]-329-4373 TxEng Frm # F-2944 I TxSury Firm # 10021700 JANUARY, 2025 DEER CREEK MEADOWS PHASE 5 WATER EX rr "A" CPN:105683 IE9V`/I1111 16" W.L. (X-105455) — 8.'W.L. BIRCHWOOD DRIVE EX. INFRASTRUCTURE PHASE 4 (CPN: 105624) W mv30X NOT EX. INFRASTRUCTURE r f ��/1��4�-IS 16 17 1 2 3 4 5 6 7 8 9 10111213 y ._4" BLOCK PP 11 m 14 O . 15<� 0 10X 12 13 � M � . 16 �9 g �GK 8 9 N GRANDEUR PLUM LANE 1718 F� 16" W.L. a 5 6 7 Q�JMbpt\12 13 1� 1 �. le 2 3 4 6 BLOCK c RR .10 11 1 qAA�� 20 2 3 ! ;OJ 8 9 1O0 11 19 18 17 > 827 26 25 24 23 22 21 20 19 18 17 16 15 la .1, 21 / G 7 c� r 2 — 3 4 5 6 2 , � —� .,- - 2425 1 :2 21 Ss I I T II 9 26 22 23 24 25 26 27 28 29 30 3132 33 34 35 1 2 3 4 5 6 7 8 1 1 1 27 1 ' .L. L CK X28 NOTiEX. INFRC RT RE 51 0 49 48 47 46 45 44 43 42 41 40 39 38 3736 242322 21 2019 18 17 16 15 14I 13' 12 29 7 8 9 10 11 12 113 14 15 16 17 18 19 20 21 22, ,sTI .L IPIO INID DRIVE 1 �23 4 5 16 7 1 8 9 10 11 12 13 14 15 16 sgdddddd 3- - L CK ll L C PHASEI I I$.. W.44. 4 ICP4 105624) 3332 31'30 29 28 27 26 25 24 23 22 21 20 19 18 17 4 �- NOT EX. INFRASTRUCTURE _ . 5� GRAND HAVEN AVENUE 5 L- 1 2 3 4 5 6 7 8 9 10 11 12 3 14 15 16 17 18 L. s BLOCK AAA PH S 4 C N. 0 624) c°7 2 N T X. NF A TR CTURE c 36 35 34 33 32 31 30 29 28 27 26 25 24 23 22 21 2019 10- ,9.I W BLOCK CCC ROCKY MESA ROAD BLOCK W W 20*" U12 5 6 7 8 9 10 11 12 13114 15 16I17 118I 19I20I21 I22 a19 18 17 16 15 14 11 3 8 �OG� o 73X _...... - wn._ _._._....� x a crry of FORT woarx MCPHERSON BOULEVARD y 16" W.L. T0^CRjWLFj 5 r PROPOSED WATER LINE PREPARED FOR: (8" TYPICAL) W LE N N A R® EXISTING/T.B.C. WATER LINE 1707 MARKETPLACE BLVD., SUITE 100 IRVING, TEXAS 75063 PHONE: (469) 587 - 5215 16' W.L. 16" W.L. (X-105455) EX. INFRASTRUCTURE N W E s SCALE: I" = 400' 16" W.L.(X-14770) EX. INFRASTRUCTURE W— PREPARED BY: GMcivit Engineering & Surveying 255Y SW Grapevine Pkwy, Grapevine, Texas 76051 817.729-4171 TxEng Firm # F-2944 I TxS— Firm # 10021700 E:\10805 — deer creek meadow\Plans\CFA\PH-5\10805—DCM—PH5—CFA.dwg Thu Jan 16 2025 12:04 DEER CREEK MEADOWS PHASE 5 SEWER EXHIBIT "1B" CPN105683 BIRCH WOOD DRIVE 14 15 16 18X ? i3 /�o5\�5\7 ' S �pNE 13 14 IS 16 f26 3 4Il 123K10 1918 17 2 6 7 9�-CC \ _ 4 5 20 ►�_�ii. ti onomm®min®mom �e�e�e 'loin 30X N W+E S SCALE: P = 400' 1112113 14 15 �� 16 18 12 13 p19/ ' 20 P� 21 1 17 16 15 14 Dsar 22 S� 2425 • 26\ 4 5 6 7 8 9 1 11 27 K 28 >: ! 21 H 19 18 17 16 15 14 13 12 29 In O D RIVE 14 5 6 7 8 9 10 11 1T213 141516 N ' 2 N 1 30 29 8 7 26 25 24 23 22 21 20 19118 17 \ I I I RHHSt W (µ;r p: Iuba2a) I 61I 36'35134133 P2131 �301291281271 NOT EX, INFRASTRUCTURE T Ri ( 1 2 3 4 5 6 7 8 9 10 11�11 2 14�5 16�17�18192�2122 111CK CC KV ME ' ROAD S T CITYOFFORTWORTII S I CFTYID ( WL51 SW MCP IJTIER N 8L`",I�IND PN: 10 880 X.I FR PREPARED FOR: LE N NAR® 1707 MARKETPLACE BLVD., SUITE 100 IRVING, TEXAS 75063 PHONE: (469) 587 -5215 — ............. n— v 2" PROPOSED SEWER LINE (8" TYPICAL) S EXISTING/T.B.C. SEWER LINE (8" TYPICAL) C . 1 14 15 16 17 18 8 9 23 22 21 20 19 1 0 11 M161520X13112 e� �S PREPARED BY: GMcivit Engineering & Surveying 2559 SW Grapevine ftwy, Grapevine, Texas 76051 8I7-329. 373 TxEn9 Firm k F-29" 1 US— F— # 10021700 e:\10805 — deer creek meadow\Plans\CFA\PH-5\10805—DCM—PH5—CFA.dwg Thu Jan 16 2025 11:52 DEER CREEK MEADOWS PHASE 5 ]PAVING ]D�IT "C" CPN:105683 BIRCHWOOD DRIVE N W E s SCALE: P = 400' BL C P 14 15 16 17 2 3 4 5 6 7 8 9 10 11 I2 13 14 �y7j 10X11 12 Q .�? 16 ' 00 7 8 9 F 4 9 GRANDEUR PLUM LANE 1718 13 14 15 16 : D1m 2 3 4 5 6 7 8 10 II 12 13 19 LOCK R9 20 3 apb 1 m 21 2 rNOEJ 9 10 19 18 17 `I17116 �D 22 • OPP 8 00 �8 27 26 25 24 2312212 1 20 19 18 17 16 15 14 �ti r Ss 23 4 5, 6 ,7 roc ' D-O r9v24 3 20 N... 25 2 21 YPRESS POINT DRIVE 9 22 23 24 2512627128129 30131132133134135 1 2 3 1 4 5 6 718 I LOCK I I P A E (CPN: 105624) 51 50 49 48 47 46145 44 43 42 41 40 39 38 37 36 1 _ __ __ _" _1 1 1 1 I 1 1 OT EX. INFRASTRUCTURE 7 1 8 9 10 11 12 13141 K11u 171819202122 dddddd � 1 19 18 17 16 15 14 13 12 27 ^ 29 `J K) IT' L pO1�D qRI E I 1 2 3 4 5 6 7 8 19 10 11 12 13 14 15 16 BLOCK YV. 3332 31 30 29 28 27 26 25 24 23 22 21 20 19 18 17 � GRAND HAVEN AVENUE >D 1 1 2 3 1 4 5 6 7 8 9 10 11.12 3 14 15 16 17 18 9 CKAAA 36 O D 35 34 33 2 31 0 29 28 �7 26 25 24 23 22 21 20 19 L CK C Y 1 2 3 4 5 6 7 8 9 10I1 121 1415 16171819202122 CITY OF FORT' WORTH MCPNERSON BOULEVARD C TYO CR WLE HERO BL D (CPII: 1 38E0) LLL1 I I EX.INF AS RU TU E PROPOSED 37' B-B ROADWAY SIDEWALK BY HOMEBUILDER PREPARED FOR: w/60'R 1 1 1 1 1 1 1 8" PAVE PCC PAVEMENT w/ 8" UME-STABILIZED SUBGRADE EXISTNG SIDEWALK L E N N A R° PROPOSED 29' B-B ROADWAY w/ 50' R.O.W. "'"'• 6" PCC PAVEMENT 1707 MARKETPLACE BLVD., SUITE 100 +'��?' =�:' w/ 6" LIME -STABILIZED SUBGRADE SIDEWALK PER THIS CONTRACT IRVING, TEXAS 75063 PHONE: (469) 587 - 5215 23' B-B ROADWAY wlPROPOSED O ADA RAMPS PER THIS CONTRACT V111111A w/ 8ICMEOSTABIUZED SUBGRADE 4 -w15 6 5 7 mmmmmmm ". - PREPARED BY: GMcivil Engineering & Surveying 2559 SW Grapevine Pkwy, Grapevine, Texas 76051 817-3294373 TZEng Rrm W F-29" 17,Sv, Finn A 10021700 e:\10805 — deer creek meadow\Plans\CFA\PH-5\10805—DCM—PH5—CFA.dwg Thu Jan 16 2025 11:52 1 DEER CREEK MEADOWS PHASE 5 STORM DRAIN EXHMIT lv D" CPN:105683 LLJ BIRCHWOOD DRIVE — PHASE 4 (CPN: 105624) 30X NOT EX. INFRASTRUCTURE i 14 15 1617 1j213j4 5L16�7P8 T9,oil lll2l1�14 9F�A 78X 12 13 00 1011 9 GY' 8 9 GRANDEUR PLUM LANE 17 9FF �0 7 � s 18 r 5 6 13 14 15 16 =lm2 3 4 5 6 7 8 9 10 11 12 13 qp 19 3 4 Qvtl 11 12 s �OCK RR c<4 20 e. VP 21 < ? D NQE 8 6 9K10 19 18 17 �, 827 26 25 24 23 22 21 20 19 18 17 16 15 14 �0,22 3,fpA 7 OG @ T e t 9qi 24 4 5 20 t 25 \ 2 3 21 CYPRESS POINT DRIVE 9 26 1 22 23 24 25 26 27 28 29 30 31 32 33 34 35 1 2 3 4 5 6 7 8 10 1 1 27 BLOCK QQ �2221 K SS 28 51 50 49 48 47 46 45 44 43 42 41 40 393837 36 29 249 18 1716 15 14 13 12 STILL POND DRIVE \ 7 8 9 10 11 12 13�1'4j15 16 17 18 192021 22 pI1 2 '3 4 5 6 7 8 9 10 1112 13 14 15 16 26 ICK U �I IB BLOC 3 UZI:I I 3 32�W98 7 26 25 24 23 22 21 20 19 18 1 17 4, 6� v A u 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 8 'HAS'HASE 4( P 05 2 9 qCT EX. 1 F S RU T R 32 31 0 29 28 27 26 25 24 23 22 21 2019 10 LOCK 1 TUI 4 5 6 7 8 9 101112 31415161718 9202122 181716WW 20X � IS 14 13 12 OG 0 CITY OF FORT WORTH MCPHERSON BOULEVARD EX. PROPOSED STORM DRAIN PREPARED FOR: LE N N A R' EXISTING/T.B.C. STORM DRAIN 1707 MARKETPLACE BLVD., SUITE 100 IRVING, TEXAS 75063 PHONE: (469) 587 - 5215 N W*E S SCALE. Y = 400' / S�r INTERIM DETENTION POND OUTFALL PREPARED BY: GMcivil Engineering & Surveying 2559 SW Grapevine Pkwy, Grapevine, Texas 76051 817,3294373 T.En9 Frrn # F-29" I US— Firm # 10021700 e:\10805 — deer creek meadow\Plans\CFA\PH-5\10805—DCM—PH5—CFA.dwg Thu Jan 16 2025 11:52 DEER CREEK MEADOWS PHASE E 5 STREET LIGHT SL SIGNS EXHIBIT " E"° CPN: 105683 N W+E 3 SCALE P = 400' BIRCHWOOD DRIVE PROPOSED STREET LIGHT 30X i ,5 16 17 42 3 �IkT7 R 911011112131 14 F 8 . 2 3 ""17 T.B.C. STREET LIGHT I 7 6 iG CG�'G 8 � �- GRANDEUR PLUM ANE � I7 F 6 7 NE 14 15 16 =I° 2 3 4 5 6 7 8 9 10 11 12 13 q 8 9 4 Q M`P 112 �3�� 'D < +PLOCK F 1 fir �9;i 20 PROPOSED STREET • 1 2 , GpPNO7' 8 9 'D 19 1817 :8 27 26 25 23 22 21 20 19 18 17 Ilg��yJ5 14 %Ssp 223TOA NAME SIGN 3 4 20 �- • 9 026 24 2 21 CYPRESS POINT DRIVE 1 22 231241 25 26 27 28 29 30 31 32 33 34 35 1 2 3 4 5 6 7 8 9 11 27 H :105624)K 28 O E . I FR STRUCTURE 51 50 49 48 47 46 45 44 ±342 41 40 39 38 37 36 ` 9 242 21 20 19 181N 16 15 14 �1'�y 12-, STILL POND DRIVE PH S 4) : 1 4) 7 8 9 10 11 12 1311741,5 Ur17 18 19120121�22 1 12 3 4 5 6 7 8 9 rx 10 l l 12 13 14 15 16 2 E I 3 332 31 3 9 28 27 26 27 23 22 2 19 18174 � • 5 0 5 GRAND HAVEN AVENU 7 1 2 3 4 5 6 7 8 9 10 11 12 3 14 15 16 17 18 BLOCK AAA 8 . ° O E I U TU 9 lei .FR ST E � .�. 36 35 34 33 31 30 29 78 �' 26 25 24 23 1 20 111 10 �yl 11 BL CK CCC ROCKY MESA ROAD �171 Tj �W� 1 123456789 10 11 12 13 14 15 6 17 11 8119 20 212720Xmi918 15 14 13 12 Id- a 0 m SL CITY-FFORT7 Rl M H ERSON �,lLEVAR C TY 0 CR MCPHERS BLV ( N: 10 0 ��JHA EX. INFRA R PREPARED FOR: PREPARED BY: LENNAR® GMcivit 1707 MARKETPLACE BLVD., SUITE 1000 Engineering 8, Surveying IRVING, TEXAS 75063 2559 sI Grapevine P-y, Grapevine, Texas 7fl 51 PHONE: (469) 587 - 5215 817.329-4373 NE,g Firm 4 F-2944 I TXS— Firm 4 10021700 e:\10805 — deer creek meadow\Plans\CFA\PH-5\10805—DCM—PH5—CFA.dwg Thu Jan 16 2025 11:52 UNIT PRICE BID Bidlist Item SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Deer Creek Meadows Phase 5, City Project # 105683 Project Item Information Description Bidder's Proposal Specification I Unit of I Bid Unit Price Bid Value Section No. Measure I Quantity Street Lighting Facilities 1 2605.3011 2" CONDT PVC SCH 40 (T) 26 05 33 LF 6,788 $27.37 $185,787.56 2 3441.1405 NO 2 Insulated Elec Condr 3441 10 LF 11,271 $4.90 $55,227.90 3 3441.1408 NO 6 Insulated Elec Condr 3441 10 LF 9,093 $3.47 $31,552.71 4 3441.1501 Ground Box Type B 3441 10 EA 10 $1,209.00 $12,090.00 5 3441.1632 Type 33A Arm 3441 10 EA 20 $350.00 $7,000.00 6 3441.1633 Type 33B Arm 3441 20 EA 37 $350.00 $12,950.00 7 3441.3201 LED Lighting Fixture (R-2) 3441 20 EA 54 $625.00 $33,750.00 8 3441.3201 LED Li/�t/Jhtin Fixture (R-4) 34 41 20 EA 3 $625.00 $1,875.00 9 3441.3341 Rdwy IIIUm 11 Pole 34 41 20 EA 37 $2,804.00 $103,748.00 10 3441.3342 Rdwy Illum TY 18 Pole 3441 20 EA 20 $4,233.00 $84,660.00 11 3441.3301 Rdwy Illum Foundation TY 1,2, and 4 3441 20 EA 37 $2,748.00 $101,676.00 12 3441.3302 Rdwy Illum Foundation TY 3,5,6, and 8 3441 20 EA Lu $3,229.uu $64,580.00 �treet Lighting Subtotal $694,897.17 Bid Summary Street Lighting Facilities Subtotal 1 $694,897.171 This bid is submitted by the entity listed below: Company: Independent Utility Construction, Inc. Street Address: 5109 Sun Valley Drive City, State, Zip Code: Ft. Worth, TX 76119 Total Bid $694,897.17 By: is rd Wolfe Q,�� Signature Title: President Date: 04/01/2025 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 90 working days after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION CITY OF FORT WORTH Deer Creek Meadows, Phase 5 STANDARD CONSTRUCTION BID PROPOSAL -DEVELOPER AWARDED PROJECTS City Project #105683 Form Revised January 29, 2020 00 42 43_Bid Proposal UNIT PRICE RID Bidlist Item SECTION 00 42 43 Developer Awarded Projects - PROPOSAL. FORM Leer Creek Meadows Phase 5, City Project # 105683 Project Item Information Description Bidders Proposal Specification I Unit of ( Bid Unit Price I Bid Value Section No Measure Quantity Water Facilities 1 1 0241.1118 4"-12" Pressure PIu9 0241 14 EA 1 $237.15J $237.15 1 2 3305 0003 8" Waterline lowennq 33 05 12 EA 8 $5,126,4 I $41,009.44 I 3 3305.0109 Trench Safejy 33 05 10 LF 8,836 $0 36J $3,180.96 4 3305 1003 20" Casing By Open Cut 32 05 22 LF 25 $234.4 1 $5,860.001 5 3305.1005 30" Casing By Open Cut 33 05 22 LF 20 $466.501 $9,330 001 I 6 3311.0001 Duc ile Iron Water Fittings w/ Restraint 3311 11 TON 1.4 $25.426.251 $35.596.751 7 13311.0241 8" Water Pipe 3311 10,I LF 8,666 $42 55I $368,738.30 3311 12 I 8 13311.0552 16" DIP P 1 3211 10 1 LF 1 65 $535 231 $34,789.95� 1 9 13311.0552 16" DIP Plea, CSS Backfill 1 3311 10 1 LF 1 105 $759,531 $79.750.651 1 10 13312.0001 Fire Hydrant 1 331240 1 EA 1 17 $5,931.021 $100,827,341 1 11 13312.0117 Connection to Existyrq 16" Water Main 33 12 25 1 Fly I 1 1 $2,406.761 $2.406 76I 1 12 13312 0117 Connection to Exis'nq 4"-12' Waler Main I 33 1225 EA 1 9 1 $1,384.381 $12.459.421 1 13 13312.2003 1" Water Service (Domestil 1 33 12 10 I EA 1 263 1 $1,481.06I $389,518.78� 1 14 13312.2103 11/2"Water Semce(Irngation) 1 331210 I FA 2 1 $3.05367 $6,107.34 1 15 13312.3003 8" Gate Valve 1 32 12 20 I EA I 14 $2,059.601 $28,834A01 1 16 13312,3006 16" Gate Valve & Vault 1 33 12 20 1 EA 1 1 $20,274.461 $20,274.461 1 17 199990001 PVC Irrigation Sleeves 1 000000 LF I 477 $8,601 $4,102,201 1 18 19999.0002 CSS Backfill on Ex. 16" W.L. 1 00 00 00 I LF 20 1 $136 481 $ 729,60 Water Subtotal I $1,145,753.50� Santaryry Sewer Fadhbes I 19 0241.1118 4" It Pressure Plug 0241 14 EA 2 $251.91 $503.82 20 3301.0002 Post-CCN Inspecten 3301 31 LF 8341 $1.891 $15,764.49� 1 21 3301.0101 Manhole Vacuum Testing 33 01 30 EA 33 $131351 $4,347.75 I22 3305 0109 Trench Safety, 3305 10 LF 8341 $0.821 $6,839.621 23 305,0113 Trench Water Stops 330515 EA 14 $1,335.461 $18,69644 24 C1.31101 I I 1 25 4" Sewer Service�nCct 333150 EA 263 $1,,317.741 $346,56562 3311 10, 26 3331.4115 8" Sewer Pipe I ( LF I 7859 $58.45 $459,358.55 33 31 20, 27 13331.4116 8!' Sewer Pipe w/CSS Backfill I 0 I LF I 346 I $12164 $42,087.44 331113311 1 28 13331.4119 8" DIP Sewer P�e I 3311 10 I LF 1 101 I $145.39 $14,684.39 1 29 13331,4120 8" DIP Sewer Pine, CSS Backfill 1 3311 10 1 LF 1 35 1 $181.251 $6.343.751 30 1,3339.1001 4' Manhole 3339 10, I 333920 I EA I 32 I $5,915231 $189,287.36� 31 I3339,10024' Drop Manhole I 333910, I EA I 1 I $9,566.801 $9,56680 333920 32 3339.1003 4' Extra Depth Manhole II 333910, VF 126 ( $219.771 $27,691 02I 33 39 20 1 1 33 13339.0001 EJ�xv Manhole Liner 1 33 39 60 1 VF 14 1 $527.00 $7,378.00 1 34 19999.0007 Connect to Existing 8" S.S. 1 00 00 00 1 EA 1 2 1 $1,146 56I $2,293.121 1 35 19999.0002 Connect to Existing 5' DIA S.S.M H. 1 01 0000 1 EA I 1 1 $15.632 211 $15,632.211 Sanitary Sewer Subtotal 1 $1,171,294.981 CRY OF FORT U ORTH Ikt, CTak N.c>yar, a-5 STAM1DARUCONSIRU'CTIbN BID FRODOSAI.-DEM OPFA AN'AROEn PROhCtS C,p RgnI M1owo F-R... lu.wl 29,2020 BIDI, adR sn UNITPRICE BID Bidlist Item SECTION 00 42 43 Developer Awarded Projects - PROPOSAL. FOAM Deer Creek Meadows Phase 5, City Project 9105683 Project Item Information Description Bidders Proposal Specification Unit of I Bid Unit Price I Bid Value Section No Measure Quantity Storm Drain Facilities 36 3305.0109 Trench Safety 33 05 10 LF 5,658 $0.5v $2,885 581 37 3137.0104 Medium Stone Riprap, dry 31 3700 SY 415 $158.10J $65,611.501 38 33050112 Concrete Collar 330517 EA 4 $61464 $2,458441 39 3341,0201 21" RCP, Class 111 334110 LF 546 $73.5 1 $40, 136.46 40 13341.0205 24" RCP, Class 111 3341 10 LF 1,511 $82.851 $125,186.35 41 13341.0208 27" RCP, Class III 3341 10 LF 1,102 $103111 $113,62Z22 42 13341.030230"RCP, Class 111 334110 LF 489 $107.001 $52,323.001 43 13341.0309 36" RCP, Class III 3341 10 LF 519 $139671 $72,488.731 44 13341.0402 42" RCP, Class III 3341 10 LF I 11 $187,391 $2,061.29I 45 13341.0409 48" RCP, Class 111 I 3341 10 LF 1 824 $227.011 $187,056.24 46 13341.1202 5x4 Box Culvert 1 3341 10 1 LF 1 180 $360.101 $64,818.00� 47 13341.1303 6x4 Box Culvert 3441 10 1 LF 1 32 $450.451 $14,414.40 48 13341A601 9x4 Box Culvert 1 3341 10 1 LF 476 $661.011 $314.640.76 49 13349.0001 4' Storm Junction Box 1 32 49 10 I EA I 11 $5,480.801 $60,288.80 50 13349.0002 5' Storm Junction Box 1 33 49 10 1 EA 1 3 I $7.114.501 $21 343.501 51 3349.0101 3' Round Manhole Poser I3349,1000 33 49 10 I I EA I 4 1 $3,952 501 $1 �810 00 52 Headwall, Box Culvert (2-6'x4' w/ Straight Wingwalls) 33 49 40 1 EA 1 2 1 $15,283.001 $30,566.00 53 133495001 10'Curb Inlet 1 334920 1 EA 1 6 1 $7,746.901 $46,48140 54 13349,5002 15'Curb Inlet 1 344920 1 EA 1 12 $10,640.001 $126,480.00 55 13349.5003 20'Curb Inlet 1 334920 1 EA 3 I $12,911.501 $38.734.501 56 10' Recessed Inlet 1 334920 EA I 6 1 $7,905,001 $47,430,001 57 E496001 9999.0001 9x4 Conc Headwall w/ Flared Wngwalls 1 00 00 00 EA I 1 1 $17.127.501 $17,127.501 58 19990002 12x4 Storm Junction Box I 000000 EA I 1 I $14,229.00j $14,229.00I 59 19999,0003 24" St�y�d End Headwall 1 00 00 00 1 EA 1 2 1 $2,318.8 1 $4,637.60 60 19999.0004 21"ErTd'&Plug ( 000000 1 EA 1 6 1 $123321 $739.92 Storm Drain Subtotal 1 $1,401,576.19 Water/Sanitary Sewer/Storm Drain Facilities Subtotal 1 $3,798,624.671 CRYOFFMTF MTH AN'AAIJm1AOEM F—u- iJ—,v 39,30N IkceRn N >i�nz,Ft�ss5 Opp105[33 m u 43 r>_ma UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Deer Creek Meadows Phase 5, City Project # 105683 Project I(eni Information I Bidder's Proposal Bidlist Item Description I Specification + Uni€ of I Bid Unit Price Bid Value Section No. I Measure Quantity 61 3211,0400 Hydrated Lime @ 30lbs.lS.Y. (Residential) 32 11 29 TON 461.8 $290.65 $134,222A7 62 3211.0400 Hydrated Lime @ 36 lbs./S.Y. (Collector) 32 11 29 TON 343.8 $291.15 $100,097.37 63 3211.0501 6" Lime Treated Subgrade (Residential) 32 13 13 SY 30,790 $3.16 $97,296A0 64 3211.0502 8" Lime Treated Subgrade (Collector & Arterial) 32 11 29 SY 19,100 $3.35 $63,985,00 65 3213.0101 6" Concrete Pavement (Residential) 32 1313 SY 28,820 $45.00 $1,296,900.00 66 3213.0103 8" Concrete Pavement (Collector) 32 13 13 SY 7,407 $55.10 $408,125.70 67 3213.0104 10" Concrete Pavement (Arterial) 33 13 13 SY 10,365 $70.73 $733,116.45 68 3213.0301 5' Conc Sidewalk 31 1320 LF 175 $35.93 $6,287.75 69 3213.0301 6' Conc Sidewalk 30 13 20 LF 3,235 $42.71 $138,166.85 70 3213.0501 R-1 Ramp 32 13 20 EA 10 $2,535.73 $25,357.30 71 3213.0506 P-1 Ramp 32 13 20 EA 22 $2,567.30 $56,480.60 72 3217.0102 6" SLD Pvmt Marking HAS (Y) 32 17 23 LF 6,952 $4.64', $32,257.28 73 321T0403 18" SLD Pvmt Marking HAE (�Y�]1 32 17 23 LF 60 $12.31 $738.60 74 3217.0501 24" SLD Pvmt Marking HAE tWf 32 17 23 LF 42 $15.45 $648,90 75 3292.0400 Seeding, Hydramulch 32 92 13 BY 10,852 $1,91 $20,727.32 76 3441.4003 Furnish/Install Alum Sign Ground Mount City Std. 3441 30 EA 18 $231.75 $4,171.50 77 3741.0001 Traffic Control 3471 13 MO 1 $4,755.06 $4.755.00 78 9999.0001 Remove Type III Barricade 00 00 00 EA 7 $299,60 $2,097.20 79 b999.0002 Concrete Header 00 00 00 LF 123 $13.43 $1,651.89 80 9999.OD03 Type Ill End -of -Road Barricade 00000 EA 2 $1,483.20 $2,966.40 81 9999.OD04 Connect to Existing Conc, Header 00 00 00 EA 7 $517.15 $3,620.05 82 9999.0006 R1-1 Stop Sign 00 00 00 EA 17 $87.55 $1,488.35 83 9999,0006 Street Signs 00 00 00 EA 72 $43.78 $3,152.16 84 9999.0007 10' Conc Sidewalk 00 00 00 LF 3,477 $80.41 $279,685.67 Paving Subtotal $3,417,895.81 Bid Summary Water/Sanitary SewerlStorm Drain Facilities Subtotal $3,798,624.67 Paving Facilities Subtotal $3,417,895.81 Total Bid $7,216,520.48 This bid is submitted by the entity listed below: Company: L.H, Lacy Company, Ltd By: Bobby Gordon Street Address: 1880 Crown Road, #1200 City, State, Zip Code: Dallas, TX 75234 Phone:214-357-0146 Sig tur Title: Partner/CEO Date: Contra clor agrees to complete WORK for FINAL ACCEPTANCE mithin 200 corking dais after the date when the CONTRACP commences to run as provided in the General Condilions END OF SECTION CITYOF FORT WORTS D-Cml I1!c_do;. s, Phase 5 STAh'DARDCO:JSIRUt.:IIO.'IaIDPROPOSAI: OIiVFI.OP rR ATVARDEDPRozer5 C'q r ro,-( a 1056s3 Form Fr,imd h^ip- 2), 2NO r0 42 43_r3id P.V.1