Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 63554
Received Date: 06/27/2025 Received Time: I :37 p.m. Developer and Project Information Cover Sheet: Developer Company Name: Address, State, Zip Code: Phone & Email: Authorized Signatory, Title: Project Name: UG Summit II LP 3860 W Northwest Hwy, Suite 325 Dallas, TX 75220 972-900-5765 1 salvekar@urban-genesis.com Sameer Walvekar, Authorized Representative Summit Highline Phase 2 Apartment Brief Description: Water, Sewer, Paving, Storm Drain and Street Lights Project Location: 901 Collier St, Fort Worth, TX 76102 Plat Case Number: Plat Name: Council District: 9 Phased or Concurrent None Provisions: CFA Number: 25-0088 City Project Number: 105645 1 IPRC24-0235 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas Page 1 of 16 Standard Community Facilities Agreement Rev. 9/21 City Contract Number: 63554 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 UG Summit II LP ("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 Summit Highline Phase 2 Apartment ("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 16 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 16 Standard Community Facilities Agreement Rev. 9/21 6. Completion Deadline; Extension Periods This Agreement shall be effective on the date this Agreement is executed by the City's Assistant City Manager ("Effective Date"). Developer shall complete construction of the Improvements and obtain the City's acceptance of the Improvements within two (2) years of the Effective Date ("Term"). If construction of the Improvements has started during the Term, the Developer may request that this Agreement be extended for an additional period of time ("Extension Period"). All Extension Periods shall be agreed to in writing by the City and the Developer as set forth in a written amendment to this Agreement. In no event shall the Term of this Agreement plus any Extension Periods be for more than three years. 7. Failure to Construct the Improvements (a) The City may utilize the Developer's Financial Guarantee to cause the completion of the construction of the Improvements if at the end of the Term, and any Extension Periods, the Improvements have not been completed and accepted by the City. (b) The City may utilize the Developer's Financial Guarantee to cause the completion of the construction of the Improvements or to cause the payment of costs for construction of the Improvements before the expiration of the Term, and any Extension Period, if the Developer breaches this Agreement, becomes insolvent, or fails to pay costs of construction. (c) If the Financial Guarantee is a Completion Agreement and the Developer's contractors or suppliers are not paid for construction costs or materials supplied for the Improvements the contractors and suppliers may place a lien upon any property which the City does not have an ownership interest that is the subject of the Completion Agreement. (d) Nothing contained herein is intended to limit the Developer's obligations under the CFA Ordinance, this Agreement, the Financial Guarantee, Developer's agreements with Developer's contractors, or other related agreements. 8. Termination If Developer desires to terminate this Agreement before Developer's contractors begin constructing the Improvements, Developer agrees to the following: (a) that Developer and City must execute a termination of this Agreement in writing; (b) that Developer will vacate any final plats that have been filed with the county where the Project is located; and (c) to pay to the City all costs incurred by the City in connection with this Agreement, including time spent by the City's inspectors at preconstruction meetings. 9. Award of Construction Contracts City of Fort Worth, Texas Page 4 of 16 Standard Community Facilities Agreement Rev. 9/21 (a) Developer will award all contracts for the construction of the Improvements and cause the Improvements to be constructed in accordance with the CFA Ordinance. (b) Developer will employ construction contractors who meet the requirements of the City to construct the Improvements including, but not limited, to being prequalified, insured, licensed and bonded to construct the Improvements in the City. (c) Developer will require Developer's contractors to provide the City with payment and performance bonds naming the City and the Developer as dual obligees, in the amount of one hundred percent (100%) of the cost of the Improvements as required by the CFA Ordinance. The payment and performance bonds shall guarantee construction of the Improvements and payment of all subcontractors and material suppliers. Developer agrees to require Developer's contractors to provide the City with a maintenance bond naming the City as an obligee, in the amount of one hundred percent (100%) of the cost of the Improvements, that guarantees correction of defects in materials and workmanship for the Improvements by the contractor and surety for a period of two (2) years after completion and final acceptance of the Improvements by the City. All bonds must be provided to the City before construction begins and must meet the requirements of the City's Standard Conditions, Chapter 2253 of the Texas Government Code, and the Texas Insurance Code. (d) Developer will require Developer's contractors to provide the City with insurance equal to or in excess of the amounts required by the City's standard specifications and contract documents for developer -awarded infrastructure construction contracts. The City must be named as an additional insured on all insurance policies. The Developer must provide the City with a Certificate of Insurance (ACORD or form approved by the State of Texas), supplied by each contractor's insurance provider, which shall be made a part of the Project Manual. (e) Developer will require the Developer's contractors to give forty-eight (48) hours' advance notice of their intent to commence construction of the Improvements to the City's Construction Services Division so that City inspection personnel will be available. Developer will require Developer's contractors to allow construction of the Improvements to be subject to inspection at any and all times by the City's inspectors. Developer will require Developer's contractors to not install or relocate any sanitary sewer, storm drain, or water pipe unless a City inspector is present and gives consent to proceed, and to allow such laboratory tests as may be required by the City. (f) Developer will not allow Developer's contractors to begin construction of the Improvements until a notice to proceed to construction is issued by the City. (g) Developer will not allow Developer's contractors to connect buildings to service lines of sewer and water mains constructed pursuant to this Agreement, if any, until said sewer, water mains and service lines have been completed to the satisfaction of the City. 10. Utilities Developer shall cause the installation or adjustment of utilities required to: (1) serve the Project; and (2) to construct the Improvements required herein. City shall not be responsible for payment of any costs that may be incurred by Developer in the relocation of any utilities that are or may be in conflict with any of the Improvements to be constructed pursuant to this Agreement. City of Fort Worth, Texas Page 5 of 16 Standard Community Facilities Agreement Rev. 9/21 11. Easements and Rights -of -Way Developer agrees to provide, at its expense, all necessary rights -of -way and easements required for the construction and dedication to the City of the Improvements provided for by this Agreement. 12. Liability and Indemnification (a) DEVELOPER HEREBY RELEASES AND AGREES TO INDEMNIFY, DEFEND AND HOLD THE CITY HARMLESS FOR ANY INADEQUACIES IN THE PRELIMINARY PLANS, SPECIFICATIONS, ENGINEERING PLANS, AND COST ESTIMATES SUPPLIED BY THE DEVELOPER FOR THIS AGREEMENT. (b) THE DEVELOPER COVENANTS AND AGREES TO, AND BY THESE PRESENTS DOES HEREBY FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY, ITS OFFICERS, AGENTS AND EMPLOYEES FROM ALL SUITS, ACTIONS OR CLAIMS OF ANY CHARACTER, WHETHER REAL OR ASSERTED, BROUGHTFOR OR ONACCOUNT OFANYINJURIES OR 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 16 Standard Community Facilities Agreement Rev. 9/21 Upon completion of all work associated with the construction of the Improvements, Developer will assign to the City a non-exclusive right to enforce the contracts entered into by Developer with its contractors, along with an assignment of all warranties given by the contractors, whether express or implied. Further, Developer agrees that all contracts with any contractor shall include provisions granting to the City the right to enforce such contracts as an express intended third -party beneficiary of such contracts. 14. Estimated Fees Paid by Developer; Reconciliation Prior to execution of this Agreement, Developer has paid to the City the estimated cost of administrative material testing service fees, construction inspection service fees, and water testing lab fees in the amounts set forth in the Cost Summary section of this Agreement. Upon completion of the construction of the Improvements, the City will reconcile the actual cost of administrative material testing service fees, construction inspection service fees, and water testing lab fees with the estimated fees paid by Developer. If the actual costs of the fees are more than the estimated payments made by the Developer, the Developer must pay the difference to the City before the Improvements will be accepted by the City. If the actual costs of the fees are less than the estimated payments made by the Developer, the City will refund the difference to the Developer. If the difference between the actual costs and the estimated payments made by the Developer is less than fifty dollars ($50.00), the City will not issue a refund and the Developer will not be responsible for paying the difference. The financial guarantee will not be released by the City or returned to the Developer until reconciliation has been completed by the City and any fees owed to the City have been paid by the Developer. 15. Material Testing The City maintains a list of pre -approved material testing laboratories. The Developer must contract with material testing laboratories on the City's list. Material testing laboratories will provide copies of all test results directly to the City and the Developer. If the Improvements being constructed fail a test, the Developer must correct or replace the Improvements until the Improvements pass all retests. The Developer must pay the material testing laboratories directly for all material testing and retesting. The City will obtain proof from the material testing laboratories that the material testing laboratories have been paid in full by the Developer before the City will accept the Improvements. 16. Notices All notices required or permitted under this Agreement may be given to a party by hand - delivery or by mail, addressed to such party at the address stated below. Any notice so given shall be deemed to have been received when deposited in the United States mail so addressed with postage prepaid: CITY: DEVELOPER: Development Services UG Summit II LP Contract Management Office 3860 W Northwest Hwy, Suite 325 City of Fort Worth Dallas, TX 75220 100 Fort Worth Trail Fort Worth, Texas 76102 City of Fort Worth, Texas Page 7 of 16 Standard Community Facilities Agreement Rev. 9/21 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 16 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 16 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 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meanings ascribed to those terms by Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Developer certifies that Developer's signature provides written verification to the City that Developer: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 27. Prohibition on Discrimination Against Firearm and Ammunition Industries Developer acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Developer certifies that Developer's signature provides written verification to the City that Developer: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm City of Fort Worth, Texas Page 10 of 16 Standard Community Facilities Agreement Rev. 9/21 entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. 28. Immigration and Nationality Act Developer shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Developer shall provide City with copies of all 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 16 Standard Community Facilities Agreement Rev. 9/21 33. Signature Authority The person signing this Agreement on behalf of Developer warrants that he or she has the legal authority to execute this Agreement on behalf of the Developer, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the entity. The City is fully entitled to rely on this warranty and representation in entering into this Agreement. 34. Counterparts This Agreement may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. 35. Entire Agreement This written instrument, together with any attachments, exhibits, and appendices, constitutes the entire understanding between the City and Developer concerning the work to be performed hereunder, and any prior or contemporaneous, oral or written agreement that purports to vary from the terms hereof shall be void. [REMAINDER OF PAGE INTENTIONALLY BLANK] City of Fort Worth, Texas Page 12 of 16 Standard Community Facilities Agreement Rev. 9/21 36. Cost Summary Sheet Project Name: Summit Highline Phase 2 Apartment CFA No.: 25-0088 Items A. Water and Sewer Construction 1. Water Construction 2. Sewer Construction Water and Sewer Construction Total City Project No.: 105645 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 $ 43,263.00 $ 59,891.28 $ 103,154.28 IPRC No.: 24-0235 $ 56,667.50 $ 4,520.00 $ 96,519.25 $ 157,706.75 $ 260,861.03 $25,312.50 $1,653.60 $168.75 $ 27,134.85 Choice Amount (Mark one $ 260,861.03 X $ 260,861.03 $ 128,942.85 $ 197,133.44 $ 326,076.29 $ 326,076.29 City of Fort Worth, Texas Page 13 of 16 Standard Community Facilities Agreement Rev. 9/21 IN WITNESS WHEREOF, the City and Developer have each executed this Agreement by their duly authorized signatories to be effective on the date executed by the City's Assistant City Manager. CITY OF FORT WORTH Jesica McEachern Assistant City Manager Date: 06/27/2025 Recommended by: Dwayne Hollars Sr. Contract Compliance Specialist Development Services Approved as to Form & Legality: Jackson Skinner Assistant City Attorney M&C No. N/A Date: 06/26/2025 Form 1295: N/A DEVELOPER UG Summit II LP SAOt~ 1NA&#&P Sameer Walvekar (Jun 26, 2025 08:46 CDT) Sameer Walvekar Authorized Representative Date: 06/26/2025 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. ,oanoVIln ��N _" pORj IIIIII Rebecca Owen (Jun 26, 2025 09:15 CDT) ATTEST: ° Ago Kandice Merrick Contract Manager IIII��o 4 Jannette S. Goodall City Secretary OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas Page 14 of 16 Standard Community Facilities Agreement Rev. 9/21 The following attachments are incorporated into this Agreement. To the extent a conflict exists between the main body of this Agreement and the following attachments, the language in the main body of this Agreement shall be controlling. Included Attachment ❑x Attachment 1 - Changes to Standard Community Facilities Agreement ❑ Attachment 2 — Phased CFA Provisions ❑ Attachment 3 — Concurrent CFA Provisions X❑ Location Map © Exhibit A: Water Improvements X❑ Exhibit 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 16 Standard Community Facilities Agreement Rev. 9/21 ATTACHMENT "I" Changes to Standard Community Facilities Agreement City Project No. 105645 None City of Fort Worth, Texas Page 16 of 16 Standard Community Facilities Agreement Rev. 9/21 0 d a OWNER/DEVELOPER URBAN GENESIS LLC 616 HAWTHORNE ST. #200 HOUSTON, TX 77006 PH. 832.930.7368 CONTACT: SAMEER WALVEKAR EMAIL: SAMEER@URBAN-GENESIS.COM 0 F O J 7TH 111TH w U Lr W J J �Qo g m U TER PR -SID1 D RIO GR44DE MAPSCO No.: TAR-076D N.T.S. m EXH. I - VICINITY MAP CPN: 105645 GRAPHIC SCALE ENGINEERING loon 0 500 1000 2000 1903 CENTRAL DR. SUITE #406 BEDFORD, TX 76021 1 inch - 1000ft. PHONE: 817.281.0572 W W W.CLAYMOOREEN G.COM SUMMIT HIGHLINE PHASE II APARTMENTS - CFA EXHIBITS X m D 0 Z O O J 0 w I WATER STUB I j =1 KILL EX. 6" WATER STUB ss Q ss - Q ss EX. WATER LINE (JACICSONMGHT CF—WA w 1 w w I PROPOSEDNBUILDING �2161 uLp&.J m. 'rl PROP. WATER VAULT AND 4" METER PROP. FDC i ' ilow — EXISTING METER TO BE USED FOR IRRIGATION .3I EX. FH OWNER/DEVELOPER URBAN GENESIS LLC 616 HAWTHORNE ST. #200 ss sS ss — HOUSTON, TX 77006 PH. 832.930.7368 S 4526.12" E CONTACT: SAMEER WALVEKAR 14.14• I. w EMAIL: SAMEER@URBAN-GENESIS.COM IAIlAIn E �• , r r• _ LEGEND d * EXISTING WATERLINE 8 I PROPOSED WATER LINE P. EX. 8" WATERLINE * v� N 6 w �— PROP. 4' DOM. LINE / P-- PROP. CONNECTIONS U / TO EX. WATER GRAPHIC SCALE 50 0 25 60 100 1 inch = 40 ft. I � PROP. 6' FIRE LINE EXH. A - WATER EX. WATER VAULT CPN: 105642 �ml I m w D cn EX. 8" WATERLINE " c c) ENGINEERING o 1903 CENTRAL DR. SUITE #406 u - BEDFORD, TX 76021 a iPP PHONE:817.281.0572 W W W.CLAYMOOREENG.COM SUMMIT HIGHLINE PHASE I APARTMENTS - CFA EXHIBITS J CONN CT T EX. 8" EX. 8" SEWER LINE CONNECT TO EX. 8" SEWE MAI . vWi INSTA LSE OLE SEWER MAIN �_ _ . * ——INbIHLL0tVVtKmANHOLE# OWNER/DEVELOPER - ss ss ss w (b ss _ ss -SAN I URBAN GENESIS LLC ss PROP. 6" SEWER LINE P 616 HAWTHORNE ST. #200 , m v 1 HOUSTON, TX 77006 'w w w I PH. 832.930.7368 — ' CONTACT: SAMEER WALVEKAR EMAIL: SAMEER@URBAN-GENESIS.COM rn FT a PR DPOSED 6" M1r' E EWER SOLE LEGEND p ��� . N 0 �; a w �Y; ++11 R SE " SE: SERVICE ^ _ ss EX. SAN. SEWER LINE 1. II 11..16llkll LI 11{ LIlI 1lLL _ N ��x d PROP. SAN. SEWER LINE TO U) PROPOSED BUILDING WZ (up PROPOSED BUILDING ` c I = OLu tin I GRAPHIC SCALE _—_____ _ 50 0 25 so 100 t• t• 1 inch -50 f, - - - - - - I' EXH. Al - SEWER fV CPN: 105645 � m I I m Ln I I I I I I I Z 'J ENGINEERING n O I I p F 1903 CENTRAL DR. SUITE #406 z { BEDFORD, TX 76021 a J PHONE:817.281.0572 m' WWW.CLAYMOOREENG.COM ` SUMMIT HIGHLINE PHASE II APARTMENTS - CFA EXHIBITS i OWNER/DEVELOPER 1 URBAN GENESIS LLC ss ss = ss ss = ss = ss SSAN ss 616 HAWTHORNE ST. #200 PROP. ROtMP RAMP SIDEWALK HOUSTON, TX 77006 Ywv w w w w PH.832.930.7368 CONTACT: SAMEER WALVEKAR :1. r,�--.� .' .l. ' .5.;,;.. �•.-. `,;' EMAIL: SAMEER@URBAN-GENESIS.COM \ . I _ LEGEND: o eo :_` PROP. B6"\\ PROP. CONCRETE PAVEMENT I SIDE NALK n o '•' FROP { I 0DEN'Fd1K, PROP. CONCRETE SIDEWALK i �� CROP PKNG i i d ' � I 3PAC=S PROPOSED BUILDING 4 I' L PROM. PKNG \ I O I ING —1 ig PROPOSED BUILDC SPAGE&— \ Nil 81 s R, , II P. A\q 1 O 1' N - GRAPHIC SCALE II I — 50 0 25 50 100 PROP. SIDEWALK I I ' t 1 inch = 50 ft. _ PROP. _ _ PROP. SIDEWALK EXH. B -PAVING SIDEWALK CPN: 105645 — EX. PAVEMENT TO EMAIN m I x N N I I I I ► �� ENGINEERING 0 1903 CENTRAL DR. SUITE #406 BEDFORD, TX 76021 a PHONE:817.281.0572 W W W.CLAYMOOREENG.COM SUMMIT HIGHLINE PHASE II APARTMENTS - CFA EXHIBITS a cc 0 OWNER/DEVELOPER " 1 ' = URBAN GENESIS LLC i - SS - ss = ssp = ss = ss p = emu, ss saN ss 616 HAWTHORNE ST. #200 P PAY£MENt HOUSTON, TX 77006 'mxv w ww PH.832.930.7368 w PROP. DOWN SPOUT TYP. P w ( < (SURFACE DRAIN) — N CONTACT: SAMEER WALVEKAR EMAIL: SAMEER@URBAN-GENESIS.COM _ TF —I w I N I I I' — I I LEGEND: II `'""k"`I i `u" `Ln FLUME WITH SAFETY PLATE PROP. DOWN SPOUT TYP. PROP. DRAINAGE I I (SURFACE DRAIN) ° — FLUME WITH SAFETY j.c I _�....... I PLATE rn f ' oxa N ewue J'd W PROPOSED BUILDING � 0 o � N w I I GRAPHIC SCALE 50 0 Zs 50 100 O - - -- — 1 inch = 50 ft. I W — — — — EXH. BI - STORM DRAIN a � CPN: 105645 IV Ph i co I ENGINEERING O 1903 CENTRAL DR. SUITE #406 F: BEDFORD, TX 76021 o WWW.CLAYMOOREENG.COM SUMMIT HIGHLINE PHASE II APARTMENTS - CFA EXHIBITS Z. PROPOSED PEDESTRIAN LIGHT (WASHINGTON 10' POLE WITH GLOBE LED) `NEW STREET LIGHT P GROUND BOX INSTALL 1-TYPE B GROUNDDBO BOX PROPOSED PEDESTRIAN LIGHT NGTON 10' POLE WITH GLOBE LED) � ggg�7 0 f PROPOSED PEDESTRIAN LIGHTS SHINGTOIN 10' POLE WITH GLOBE LED) ' CONDUIT TO CONNECT TO f METER PROVIDED IN PNA6E 1 — I I GROUND BOXJ INTERCEPT EX ELECTRICAL CONDUITS AND CONNECT TO EXI TING CIRCUIT o p` uwoaZ � wi. 1n'6roJ0', rP6a aT18d 17.i7'O Y.R1. N14 PS 11f F LOT 4 ml � arr u�vn� wv� NEW STREET LIGHT X EXISTING PEDESTRIAN *EX EXISTING PEDESTRIAN __,*EX LIGHT TO REMAIN J LIGHT TO REMAIN EXISTING PEDESTRIAN EXISTING PEDESTRIAN J LIGHTTOREMAIN , = LIGHT jTOREMAIN I Sfi 'AN uwAw.a tounov W. 10TH STRL w1lrt we < s (WASHINGTON PROPOSED PEDESTRIAN LIGHT 10' POLE WITH GLOBE LED)7 uvrL�-M1 W� GROUND BOX oew PROPOSED PEDEST IIAN LIGHT / (WASHINGTON 10' POLE WITH GLOBE LED) EXISTING PI DESTRWI LIGHT TO REMAIN �P PROPOSED PEDESTRIAN LIGHT (WASHINGTON 10' POLE WITH GLOBE LED) I PROPOSED PEDESTRIAN LIGHT (WASHINGTON 10' POLE WITH GLOBE LED) N *I GROUND BOX C INSTALL 1-TYPE B GROUND 30'. I (.V x.Vm Pu CT V1u1Y YN) OWNER/DEVELOPER URBAN GENESIS LLC 616 HAWTHORNE ST. #200 HOUSTON, TX 77006 PH. 832.930.7368 CONTACT: SAMEER WALVEKAR EMAIL: SAMEER@URBAN-GENESIS.COM LEGEND — — — PROPOSED CONDUITS * PROPOSED PEDESTRIAN LIGHT *Ex EXISTING PEDESTRIAN LIGHT 0 PROPOSED GROUND BOX EXISTING STREET LIGHT L S 'IN AI �VJ IN GRAPHIC SCALE 50 0 25 50 100 1 inch = 50 ft. EXH. C - STREET LIGHTS Rei mr uiun CPN: 105645 V PARTNERSHIP��� LOT 1 LOT 3, BLOCK 23 VOL 12927, PG. 209 X JENNINGS WEST ADDITION VOL 106. PG. 50 D.R.T.C.i. I N > P.R. T.C.T. LOT 2 (n A ' ' ' m 0 D ENGINEERING 1903 CENTRAL DR. SUITE #406 u BEDFORD, TX 76021 A PHONE:817.281.0572 m W W W.CLAYMOOREENG.COM SUMMIT HIGHLINE PHASE II APARTMENTS - CFA EXHIBITS 00 42 43 DAP - BIDPROPOSAL Page l of 7 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification I Unit of Bid Unit Price Bid Value No. Section No. Measure Quantity UNIT I: WATER JMPROVEMENTS 1 3305.0109 Trench Safety 33 05 10 LF 38 $41.00 $1,558.00 2 3311.0001 Ductile Iron Water Fittings w/ Restraint 33 11 11 LS 1 $4,815.00 $4,815.00 3 3312.0117 Connection to Existing 4%12" Water Main 33 1225 EA 2 $3,500.00 $7,000.00 4 3312.2802 4" Water Meter and Vault 33 1211 EA 1 $14,950.00 $14,950.00 5 3311.0043 4" Water Pipe, Select Backfill 33 11 10, LF 38 331112 $135.00 $5,130.00 6 3311.0143 6" Water Pipe, Select Backfill 33 11 10, LF 38 33 11 12 $145.00 $5,510.00 7 9999.0001 Cut & Plug service at the main 00 00 00 NS 1 $4,300.00 $4,300.00 8 9 10 11 12 13 14 15 16 17 18 19 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 TOTAL UNIT I: WATER IMPROVEMENTS $43,263.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 2025-01-23 BID TAB PHASE 2 v2 `a 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 UNIT II: SANITARY SEWER IMPROVEMENTS 3331.3201 6" Sewer Service 33 31 50 EA 3331.5745 6" Sewer Pipe, CLSM Backfill 33 11 10, LF 33 31 12, 33 31 20 3339.1001 4' Manhole 33 3920 EA 3305.0109 Trench Safety 33 05 10 LF 3201.0201 Asphalt Pavement Repair 3201 17 SY 3339.0001 Epoxy Manhole Liner 33 3960 VF 3339.1003 4' Extra Depth Manhole 33 39 10, VF 33 3920 3301.0002 Post -CCTV Inspection 33 0131 LS 3301.0101 Manhole Vacuum Testing 33 0130 LS 3305.0112 Concrete Collar 33 05 17 EA 00 42 43 DAP - RID PROPOSAL Page 2 o f 7 2 $3,560.00 $7,120.00 70 $45.00 $3,150.00 4 $4,602.82 $18,411.28 70 $64.00 $4,480.00 20 $229.00 $4,580.00 35 $275.00 $9,625.00 19 $375.00 $7,125.00 1 $1,100.00 $1,100.00 1 $1,100.00 $1,100.00 4 $800.00 $3,200.00 TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 $59,891.28 2025-01-23 BID TAB PHASE 2 Q 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 UNIT III: DRAINAGE IMPROVEMENTS 9999.0002 Non -Standard Item "(Flume) 00 00 00 LS 2 $1,000.00 9999.0003 Steel Plating 00 00 00 SF 60 $42.00 TOTAL UNIT III: DRAINAGE IMPROVEMENTS 00 42 43 DAP - BID PROPOSAL Page 3 of 7 $2,000.00 $2,520.00 $4,520.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 2025-01-23 BID TAB PHASE 2 Q 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 3213.0102 7" Conc Pvmt 3213.0302 5" Conc Sidewalk 3213.0401 6" Concrete Driveway 3213.0506 Barrier Free Ramp, Type P-1 3213.0503 Barrier Free Ramp, Type M-1 3216.0101 6" Conc Curb and Gutter 3471.0001 Traffic Control 3471.0003 Traffic Control Details 9999.0003 Trees 3211.0400 Hydrated Lime 3211.0501 6" Lime Treatment 3292.0100 Block Sod Placement 00 42 43 DAP - BID PROPOSAL Page 4 of 7 UNIT IV: PAVING IMPROVEMEP TS 32 13 13 SY 66 $10.00 $660.00 32 1320 SF 4119 $7.00 $28,833.00 32 13 20 SY 45 $8.00 $360.00 32 13 20 EA 2 $50.00 $100.00 32 13 20 EA 2 $50.00 $100.00 321613 LF 452 $13.00 $5,876.00 347113 MO 1 $1,400.00 $1,400.00 3471 13 EA 1 $500.00 $500.00 00 00 00 LS 1 $14,580.00 $14,580.00 321129 TN 11 $250.00 $2,750.00 321129 SY II $29.50 $324.50 3292 13 LS 1 $1,184.00 $1,184.00 TOTAL UNIT IV: PAVING IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 $56,667.50 2025-01-23 BID TAB PHASE 2 v2 00 42 43 DAP - BIDPROPOSAL Page 5 of 7 UNIT V: STREET LIGHTING IMPROVEMENTS 1 2605.3016 2" CONDT PVC SCH 80 (B) 26 05 33 LF 525 $37.14 $19,498.50 2 2605.2101 Conduit Box 26 05 33 EA 4 $1,755.00 $7,020.00 3 3441.1633 Install Type 33B Arm 34 41 20 EA 11 $858.00 $9,438.00 3441.3037 Furnish/Install 10' -14' Washington 4 Standard Light Pole & Fixture LED 344120 EA 11 $2,700.00 $29,700.00 5 3441.3303 Rdwy Illum Foundation TY 7 34 41 20 EA 8 $1,278.00 $10,224.00 6 3441.3301 Rdwy Illum Foundation TY 1,2, and 4 34 41 20 EA 3 $2,556.00 $7,668.00 7 3441.1408 NO 6 Insulated Elec Condr 3441 10 LF 525 $14.23 $7,470.75 9999.0000 Demolition/Removal of Existing Arm, luminaire 8 and overhead conductor 00 00 00 LS 1 $5,500.00 $5,500.00 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS $96,519.25 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 2025-01-23 BID TAB PHASE 2 v2 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 43 44 45 46 47 UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS TOTAL UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS 00 42 43 DAP - BIDPROPOSAL Page 6 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 2025-01-23 BID TAB PHASE 2 v2 00 42 43 DAP - BID PROPOSAL Page 7 of 7 Bid Summary UNIT I: WATER IMPROVEMENTS $43,263.00 UNIT II: SANITARY SEWER IMPROVEMENTS $59,891.28 UNIT III: DRAINAGE IMPROVEMENTS $4,520.00 UNIT IV: PAVING IMPROVEMENTS $56,667.50 UNIT V: STREET LIGHTING IMPROVEMENTS $96,519.25 UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS I This Bid is submitted by the entity named below: BIDDER: UG Construction, LLC Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. Total Construction Bidl $260,861.03 BY: P John Campbell a bet" ry d uG epnryoi TITLE: Senior PM5/14/2025 DATE: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 60 working days after the date when the 2025-01-23 BID TAB PHASE 2 Q