Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 63631
Received Date: 7/9/2025 Received Time: 7 : 36 a.m. Developer and Developer Company Name: Address, State, Zip Code: Phone & Email: Authorized Signatory, Title: Project Name: Brief Description: Project Location: Plat Case Number: Council District: CFA Number: FP-24-066 ETJ 25-0069 Project Information Cover Sheet: GRBK Edgewood LLC 5501 Headquarters Drive, Ste. 300W, Plano, Texas 75024 (972) 310-4545; bsamuel@greenbrickpartners.com Bobby Samuel, Vice President Morningstar North Phase 1 W Water, Sewer, Paving, Drainage, and Street Lights Improvements SE of intersection of FM 3325 and Stacy Lane Plat Name: Morningstar North Phased or Concurrent Concurrent Provisions: City Project Number: 1106014 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas Page 1 of 19 Standard Community Facilities Agreement Rev. 9/21 63631 City Contract Number: 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 GRBK Edgewood LLC ("Developer"), a Texas limited liability company, acting by and through its duly authorized representative. City and Developer are referred to herein individually as a "parry" 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 Morningstar North Phase I ("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 OFFICIAL RECORD CITY SECRETARY City of Fort Worth, Texas Page 2 of 19 Standard Community Facilities Agreement FT. WORTH, TX Rev. 9/21 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. 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 ® Exhibit E: Street Lights & Signs ❑ Exhibit F: Traffic Signal & Striping The Location Map and Cost Estimates are also attached hereto and incorporated herein by reference. To the extent that Exhibits A, B, C, D, E, F, the Location Map, or the Cost Estimates conflict with the Engineering Plans, the Engineering Plans shall control. If applicable, Attachment 1 — Changes to Standard Community Facilities Agreement, Attachment 2 — Phased CFA Provisions, and Attachment 3 — Concurrent CFA Provisions, are attached hereto and incorporated herein for all purposes. 4. Construction of Improvements Developer agrees to cause the construction of the Improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and specifications, the Engineering Plans, the Cost Estimates provided for the Improvements, and this Agreement. Developer acknowledges that City will not accept the Improvements until the City receives affidavits and lien releases signed by Developer's contractors verifying that the contractors, and all subcontractors and material suppliers, have been paid in full for constructing the Improvements, and consent of the surety on payment and performance bonds provided for the Improvements. 5. Financial Guarantee Developer has provided the City with a financial guarantee in the form and amounts set forth in this Agreement which guarantees the construction of the Improvements and payment by Developer of all contractors, subcontractors, and material suppliers for the Improvements ("Financial Guarantee"). City of Fort Worth, Texas Page 3 of 19 Standard Community Facilities Agreement Rev. 9/21 Developer shall keep the Financial Guarantee in full force and effect until released by the City and shall not reduce the amount of the Financial Guarantee unless authorized by the City in accordance with the CFA Ordinance. 6. Completion Deadline; Extension Periods This Agreement shall be effective on the date this Agreement is executed by the City's Assistant City Manager ("Effective Date"). Developer shall complete construction of the Improvements and obtain the City's acceptance of the Improvements within two (2) years of the Effective Date ("Term"). If construction of the Improvements has started during the Term, the Developer may request that this Agreement be extended for an additional period of time ("Extension Period"). All Extension Periods shall be agreed to in writing by the City and the Developer as set forth in a written amendment to this Agreement. In no event shall the Term of this Agreement plus any Extension Periods be for more than three years. 7. Failure to Construct the Improvements (a) The City may utilize the Developer's Financial Guarantee to cause the completion of the construction of the Improvements if at the end of the Term, and any Extension Periods, the Improvements have not been completed and accepted by the City. (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. City of Fort Worth, Texas Page 4 of 19 Standard Community Facilities Agreement Rev. 9/21 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 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 City of Fort Worth, Texas Page 5 of 19 Standard Community Facilities Agreement Rev. 9/21 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, BROUGHTFOR OR ONACCOUNT OFANYINJURIES OR DAMAGES SUSTAINED BYANYPERSONS, INCL UDING DEATH, OR TO ANY PROPERTY, RESULTING FROM OR IN CONNECTION WITH THE CONSTRUCTION, DESIGN, PERFORMANCE OR COMPLETION OF ANY WORK TO BE PERFORMED BY SAID DEVELOPER, ITS CONTRACTORS, SUBCONTRACTORS, OFFICERS, AGENTS OR EMPLOYEES, OR IN CONSEQUENCE OF ANY FAILURE TO PROPERLY SAFEGUARD THE WORK, OR ONACCOUNT OFANYACT, INTENTIONAL 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. City of Fort Worth, Texas Page 6 of 19 Standard Community Facilities Agreement Rev. 9/21 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 -party beneficiary of such contracts. 14. Estimated Fees Paid by Developer; Reconciliation Prior to execution of this Agreement, Developer has paid to the City the estimated cost of administrative material testing service fees, construction inspection service fees, and water testing lab fees in the amounts set forth in the Cost Summary section of this Agreement. Upon completion of the construction of the Improvements, the City will reconcile the actual cost of administrative material testing service fees, construction inspection service fees, and water testing lab fees with the estimated fees paid by Developer. If the actual costs of the fees are more than the estimated payments made by the Developer, the Developer must pay the difference to the City before the Improvements will be accepted by the City. If the actual costs of the fees are less than the estimated payments made by the Developer, the City will refund the difference to the Developer. If the difference between the actual costs and the estimated payments made by the Developer is less than fifty dollars ($50.00), the City will not issue a refund and the Developer will not be responsible for paying the difference. The financial guarantee will not be released by the City or returned to the Developer until reconciliation has been completed by the City and any fees owed to the City have been paid by the Developer. 15. Material Testing The City maintains a list of pre -approved material testing laboratories. The Developer must contract with material testing laboratories on the City's list. Material testing laboratories will provide copies of all test results directly to the City and the Developer. If the Improvements being constructed fail a test, the Developer must correct or replace the Improvements until the Improvements pass all retests. The Developer must pay the material testing laboratories directly for all material testing and retesting. The City will obtain proof from the material testing laboratories that the material testing laboratories have been paid in full by the Developer before the City will accept the Improvements. 16. Notices All notices required or permitted under this Agreement may be given to a party by hand - delivery or by mail, addressed to such party at the address stated below. Any notice so given shall be deemed to have been received when deposited in the United States mail so addressed with postage prepaid: CITY: Development Services Contract Management Office City of Fort Worth City of Fort Worth, Texas Standard Community Facilities Agreement Rev. 9/21 DEVELOPER: GRBK Edgewood LLC 5501 Headquarters Drive, Ste. 300W Plano, Texas 75024 Page 7 of 19 100 Fort Worth Trail Fort Worth, Texas 76102 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, City of Fort Worth, Texas Page 8 of 19 Standard Community Facilities Agreement Rev. 9/21 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. 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. City of Fort Worth, Texas Page 9 of 19 Standard Community Facilities Agreement Rev. 9/21 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 Govermnent 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 City of Fort Worth, Texas Page 10 of 19 Standard Community Facilities Agreement Rev. 9/21 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 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Developer shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Developer employee who is not legally eligible to perform such services. DEVELOPER SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY DEVELOPER, DEVELOPER'SEMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Developer, shall have the right to immediately terminate this Agreement for violations of this provision by Developer. 29. Amendment No amendment, modification, or alteration of the terms of this Agreement shall be binding unless the same is in writing, dated subsequent to the date hereof, and duly executed by the City and Developer. 30. Assignment and Successors Developer shall not assign or subcontract all or any part of its rights, privileges, or duties under this Agreement without the prior written consent of City. Any attempted assignment or subcontract without the City's prior written approval shall be void and constitute a breach of this Agreement. 31. No Third -Party Beneficiaries The provisions and conditions of this Agreement are solely for the benefit of the City and Developer, and any lawful assign or successor of Developer, and are not intended to create any rights, contractual or otherwise, to any other person or entity. 32. Compliance with Laws, Ordinances, Rules and Regulations Developer, its officers, agents, servants, employees, and contractors, shall abide by and comply with all laws, federal, state and local, including all ordinances, rules and regulations of City. It is agreed and understood that, if City calls to the attention of Developer any such violation on the part of Developer or any of its officers, agents, servants, employees, or subcontractors, then Developer shall immediately desist from and correct such violation. City of Fort Worth, Texas Page 11 of 19 Standard Community Facilities Agreement Rev. 9/21 33. Signature Authority The person signing this Agreement on behalf of Developer warrants that he or she has the legal authority to execute this Agreement on behalf of the Developer, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the entity. The City is fully entitled to rely on this warranty and representation in entering into this Agreement. 34. Counterparts This Agreement may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. 35. Entire Agreement This written instrument, together with any attachments, exhibits, and appendices, constitutes the entire understanding between the City and Developer concerning the work to be performed hereunder, and any prior or contemporaneous, oral or written agreement that purports to vary from the terms hereof shall be void. [REMAINDER OF PAGE INTENTIONALLY BLANK] City of Fort Worth, Texas Page 12 of 19 Standard Community Facilities Agreement Rev. 9/21 36. Cost Summary Sheet Project Name: Morningstar North Phase 1 W CFA No.: 25-0069 Items A. Water and Sewer Construction 1. Water Construction 2. Sewer Construction Water and Sewer Construction Total City Project No.: 106014 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 Agreement = 100% / Holds Plat Cash Escrow Water/Sanitary Sewer= 125% Cash Escrow Pavinq/Storm Drain = 125% Letter of Credit = 125% Escrow Pledge Agreement = 125% IPRC No.: 25-0001 Developer's Cost $ 902,651.50 $ 796,652.00 $ 1,699,303.50 2,127,474.75 893,735.50 333,730.69 3,354,940.94 5,054,244.44 $109,687.50 $19,567.60 $1, 518.75 130,773.85 Choice Amount (Mark one $ 5,054,244.44 X $ 5,054,244.44 $ 2,124,129.38 $ 4,193,676.18 $ 6,317,805.55 $ 6,317,805.55 City of Fort Worth, Texas Page 13 of 19 Standard Community Facilities Agreement Rev. 9/21 IN WITNESS WHEREOF, the City and Developer have each executed this Agreement by their duly authorized signatories to be effective on the date executed by the City's Assistant City Manager. CITY OF FORT WORTH DEVELOPER GRBK Edgewood LLC Jesica McEachern Assistant City Manager Bobby Samuel Vice President Date: 07/08/2025 Date: 07/08/2025 Recommended by: Bichson Nguyen Sr. Contract Compliance Specialist Development Services Approved as to Form & Legality: ��,�tcleaerL �.�iresra�, Contract Compliance Manager: Jackson Skinner Assistant City Attorney By signing, I acknowledge that I am the person responsible for the monitoring and M&C No.: N/A administration of this contract, including Date: 07/08/2025 ensuring all performance and reporting requirements. Form 1295: N/A r°°a 4Fan o�°90 Rebecca Owen ATTEST: �° ` Rebecca Owen (Jul 8, 2025 09:08 CDT) C\\� aaaIlaEXAsa4`.' Rebecca Owen 1! Contract Manager Jannette S. Goodall City Secretary OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas Page 14 of 19 Standard Community Facilities Agreement Rev. 9/21 The following attachments are incorporated into this Agreement. To the extent a conflict exists between the main body of this Agreement and the following attachments, the language in the main body of this Agreement shall be controlling. Included Attachment ❑x Attachment 1 - Changes to Standard Community Facilities Agreement ❑ Attachment 2 — Phased CFA Provisions ❑X Attachment 3 — Concurrent CFA Provisions Location Map © Exhibit A: Water Improvements 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 19 Standard Community Facilities Agreement Rev. 9/21 ATTACHMENT "I" Changes to Standard Community Facilities Agreement City Project No. 106014 None City of Fort Worth, Texas Page 16 of 19 Standard Community Facilities Agreement Rev. 9/21 ATTACHMENT " 3" Concurrent CFA Provision City Project No. 106014 The improvements being constructed by Developer pursuant to this Agreement will connect to improvements being constructed by FG Aledo Development, LLC under a separate Community Facilities Agreement, City Secretary Contract No. 60445 (Hereinafter the "Separate CFA"). Developer has requested and the City has agreed to allow Developer to begin the construction of the improvements contained in this Agreement before the improvements being constructed under City Secretary Contract No. 60445 are completed and accepted by the City. Therefore, this Agreement shall be considered a "Concurrent CFA" and the provision contained in this Attachment shall apply to this Agreement. The improvements being constructed under the Separate CFA shall be defined as the "Primary Project." The improvements being constructed by Developer under this Agreement shall be defined as the "Secondary Project." Developer acknowledges and agrees that due to Developer's election to construct a Concurrent CFA, the potential exists for technical, delivery, acceptance or performance problems (hereinafter "Construction Problems"). Construction Problems may include, but are not limited to: failure of the improvements to comply with the approved plans or City Specifications; failure of the improvements in the Primary Project and the Secondary Project to properly connect to each other; changes to the design or construction of the improvements in the Primary Project that impact the design and construction of the improvements in the Secondary Project; construction delays, delay claims, or claims for liquidated damages; increased costs for the Developer or the developer of the Primary Project; failure of the improvements to pass inspection or material testing; or rejection by the City of some or all of the improvements and Developer or the developer of the Primary Project having to remove and reconstruct the improvements at the expense of Developer, developer of the Primary Project, or both. In addition, Developer understands and agrees that disputes may arise between the contractors or subcontractors for the Primary Project and the contractors or subcontractors for the Secondary Project relating to responsibility for the Construction Problems. Developer shall be solely responsible for resolving disputes between contractors, disputes between contractors and subcontractors and disputes between Developer and the developer of the Primary Project. Developer acknowledges and certifies that Developer has entered into a written agreement with the developer of the Primary Project and said agreement: (1) provides Developer with any access needed through property owned by the developer of the Primary Project; (2) that Developer and the developer of the Primary Project shall resolve all disputes regarding the design and construction of the Primary Project and the Secondary Project; and (3) the developer of the Primary Project will notify Developer of any all changes to the design or construction of the improvements in the Primary Project, including any field changes. Developer further acknowledges and agrees that Developer has notified all of Developer's contractors for the Project that Developer has elected to construct a Concurrent CFA, the provisions of this Attachment, the risks associated with a Concurrent CFA, and that the City shall not bear any responsibility for construction of the improvements or Developer's decision to proceed with a Concurrent CFA. Developer shall not make the final connection of the improvements in the Secondary Project to the improvements in the Primary Project until the improvements in the Primary Project City of Fort Worth, Texas Page 17 of 19 Standard Community Facilities Agreement Rev. 9/21 have been constructed and accepted by the City and the City has consented to Developer making the connection. Developer agrees that if this Agreement is for improvements relating to the construction, renovation or modification of one or more single family residential homes or structures, the City will not record the plat related to the Project until the improvements are constructed and accepted by the City. Developer agrees that if this Agreement is for improvements relating to the construction, renovation or modification of one or more commercial buildings or structures, the Developer shall not receive a Certificate of Occupancy from the City for the building(s) related to the Project until the improvements in this Agreement are constructed and accepted by the City. Developer further understands and agrees that completion of the improvements under this Agreement does not entitle Developer to obtain a final plat of the property until all other requirements of Federal law, State law, or the City Code relating to the filing and recording of a final plat have been met by Developer. BY CHOOSING TO CONSTRUCT A CONCURRENT CFA, DEVELOPER ASSUMES ALL RISKS AND DEVELOPER SHALL BE LIABLE AND RESPONSIBLE FOR ANYAND ALL DAMAGES, INCLUDINGBUTNOTLIMITED TO, ANYAND ALL ECONOMICDAMAGES, PROPERTYLOSS, PROPERTYDAMAGESANDPERSONAL INJURY (INCLUDING DEATH), OFANYKIND OR CHARACTER, WHETHER REAL ORASSERTED. DEVELOPER HEREBYEXPRESSL YRELEASESANDDISCHARGES CITY FROM ANY AND ALL LIABILITY FOR DAMAGES, INCLUDING, BUT NOT LIMITED TO, ANY AND ALL ECONOMIC DAMAGES, PROPERTY LOSS, PROPERTY DAMAGE AND PERSONAL INJURY (INCLUDING DEATH) ARISING OUT OF OR IN CONNECTION WITH, DIRECTLY OR INDIRECTLY, THE CONSTRUCTION OF THE IMPROVEMENTS OR DEVELOPER'S DECISION TO CONSTRUCT A CONCURRENT CFA. DEVELOPER, AT ITS SOLE COST AND EXPENSE, AGREES TOANODOESHEREBYINDEMNIFY, DEFEND, PROTECT, AND HOLD HARMLESS CITY, AND CITY'S OFFICERS, REPRESENTATIVES, AGENTS, EMPLOYEES, AND SERVANTS FOR, FROMAND AGAINST ANYAND ALL CLAIMS (WHETHER AT LA W OR INEQUITY), LIABILITIES, DAMAGES (INCLUDING ANY AND ALL ECONOMIC DAMAGES, PROPERTY LOSS, PROPERTY DAMAGES AND PERSONAL INJURIESINCLUDINGDEATH), LOSSES, LIENS, CAUSES OFACTION, SUITS, JUD GMENTS A NO EXPENSES (INCL UDING, BUT NOT LIMITED TO, COURT COSTS, ATTORNEYS' FEES AND COSTS OF INVESTIGATION), OF ANYNATURE, KIND OR DESCRIPTION ARISING OR ALLEGED TO ARISE BY OR IN ANY WAY RELEATED TO CONSTRUCTION OF THE IMPROVEMENTS OR DEVELOPER'S CHOICE TO CONSTRUCT A CONCURRENT CFA, OR (2) BY REASON OF ANY OTHER CLAIM WHATSOEVER OF ANY PERSON OR PARTY OCCASIONED OR ALLEGED TO BE OCCASIONED IN WHOLE OR INPART BY THE CONSTRUCTION OF THE IMPROVEMENTS OR DEVELOPER'S CHOICE TO CONSTRUCT A CONCURRENT CFA, WHETHER OR NOT SUCH INJURIES. DEATH OR DAMAGES ARE CAUSED. IN WHOLE OR IN PART. BY THE ALLEGED NEGLIGENCE OF THE CITY OFFORT WORTH, ITS OFFICERS. SERVANTS. OR EMPLOYEES. By signing below, Developer certifies that all statements contained in this Attachment "3" Concurrent CFA Provision are true and correct. City of Fort Worth, Texas Page 18 of 19 Standard Community Facilities Agreement Rev. 9/21 DEVELOPER GRBK Edgewood LLC Bobby Samuel Vice President Date: 07/08/2025 City of Fort Worth, Texas Page 19 of 19 Standard Community Facilities Agreement Rev. 9/21 T �r WWHITSETTqEM 7 J WHITE S E N g I c— — — 0 PHASE 1W T U Q L� U 0 Z 0 0 / X w Q C) N w � !1 CV �LI cc w n cc a LOCATION MAP SCALE: 1" = 4000' MAPSCO NO. N/A tn U 04 04 COUNCIL DISTRICT 0 SCALE: 1 4,000' p j 4,000' 0' 2,000' 4,000' Ep ap rn / M p j Ld N N OWNER/DEVELOPER: o GRBK EDGEWOOD LLC 04 ° 5501 HEADQUARTERS DRIVE STE. 300W, PLANO, TX 75024 PH: 972-310-4545 o REPRESENTATIVE: AARON GUTHRIE r VICINITY MAP MORNINGSTAR NORTH PHASE 1 W FORT WORTH, TEXAS CPN: 106014 N/A PAPS-DAWSOW ENGINEERS F 201 MAIN ST, STE 901 1 FT. WORTH, TX 76102 1 817.870.3668 TEXAS ENGINEERING FIRM REGISTRATION N470 rPM: KEVIN MURPHY PH:817.870.3668` rn 3 �i x x LLJ Q LL U 9 .1 o LL ' CALLED a14.0 •CREag WLFITRILOPMQIL G7EER PA3NRE. Llp 8' WIL iN9 N0. 202041T1, OP.Rp.C.T. FUTURE STARFALLLN .I IP ID IB 20 III ?2 2J 24 1 2 3 4 a 1 18 14 6 /(D 13 -- -- -- — i I GOLDENBROOK AVE �— GOLDENBPOOK AVE ( w LL, 12 \ 11 12 13 14 to 1, 17 Q 52 at 50 a9 a8 4] ❑ I H. 0 U Q ;W " O O a o J 9 N It = W n Ll 'X 10 7 a 3 4 S 2 1 Q 1 2 3 4 ELROSE DR i O W ELROSE DR Lu — + + x 3 4 s 0 7 8 9 Q lx MORNINGSTAR SECTION 1 PHASE 1: CPN 104638 (NOT EXISTING INFRASTRUCTURE) STARFALLLN I i 9 tx Io tt t2 13 14 I6 19 17 18 19 10 zt 22 z.3 n 25 zR r LJJ (p i GOLDENBROOK AVE 7 ra ,3 42 41 M 39 38 37 33 m 34 w 32 31 3o zs ? w Lu o z a J > = B 9 0 11 12 13 a 18 IB 17 to 19 21 Q ¢ ELROSE DR 0 Z a 7 e 9 fo „ ,z „ ,< a > CONNECT TO ONNECT TO OO �MGRNNGSTARUN�SECTION 12 UCTION 1* WL UNDER PHASE 1 ER CONSTRUCTION 8' NL ,X �, T m — MORNINGSTAR SECTION 1 PHASE 1— CPN 104638, X-27799 CPN 104638, X-27799 I II 1I (NOT EMSTING INFRASTRUCTURE) (NOT EXISTING INFRASTRUCTURE) MORNINGSTAR SECTION 1 PHASE 1: CPN 104638 (NOT EXISTING INFRASTRUCTURE) LEGEND EXISTING WATER LINE — PROPOSED 8" WATER LINE 'NOTE: ALL PROPOSED WATER LINES ARE 8' UNLESS OTHERWISE NOTED OWNER/DEVELOPER: GRBK EDGEWOOD LLC 5501 HEADQUARTERS DRIVE STE. 300W, PLANO, TX 75024 PH: 972-310-4545 REPRESENTATIVE: AARON GUTHRIE FUTURE MORNINGSTAR NORTH IPHASE 2W SCALE: 1 "= 200' ' 1 200' O' 100' 200' EXHIBIT A: WATER MORNINGSTAR NORTH PHASE 1 W FORT WORTH, TEXAS CPN: 106014 I— Lu Lu U) U) Lu Z J U Q FadPAPS-DAWSO ENGINEERS 201 MAIN ST, STE 901 1 FT. WORTH, TX 76102 1 817.870.3668 TEXAS ENGINEERING FIRM REGISTRATION N470 PM: KEVIN MURPHY PH: 817.870.3668 r —s" SS STUB FOR C ' O. =I 514.0 ACRE6 _ FUN DEVELOPMENT GREEN P4 E. Llp INS N0. 202041T1, OP.R.p.C.T. LSTARFALLLN ,P ID 19 20 21 22 2J 24 3 4 5 1 it 16 -- -- 11 I 14 Lu IS r / (D 13 Lu I / GEN OLDBR(5LD OKAVE �— GOENBPOOK AVE U) ( LU T LL, 12 \ 11 12 13 14 15 to 17 Q 52 51 50 a9 ce 47 +s 2 r l U 10 Q I w - " z0 a U LLI J 9 z _1X Q J Q 10 ] 8 1 4 3 2 1 W Q 1 2 J 4 5 8 7 J Ll II11\ 5 W V (n \ Q LJ w �+ C � 5 G x ELROSE DR Lu ELROSE DR w > 7 8 5 4 3 2 t o 1 2 } 4 5 8 7 8 9 t0 LL Q MORNINGSTAR SECTION 1 PHASE 1: CPN 1046387 (NOT EXISTING INFRASTRUCTURE) O Iz - - STARFALLLN L � 10 +� s tz 10 11 12 13 14 IS 16 11 18 19 20 21 22 23 24 E21 LLI :2 cuol 1 e N (fj I GOLDENBROOK AVE ra +3 az 41 40 39 JB 3] 38 35 34 33 32 31 30 29 28 21 LU X Q w W ,XLu Q zl -- - —oQl FUTURE MORNINGSTAR NORTH J I PHASE 2W 2 12 13 14 15 IB 11 18 19 20 21 22 z3 24 25 21 cQC i X G w — — o ELROSE DR ZQ � e 9 to n tz 13 a 1s 1a t I = —CONNECT TO CONNECT TO UNDER CONSTRUCTION 8' SDR 26 PVC SEWER UNDER CONSTRUCTION 8' SDR 26 PVC SEWER MORNINGSTAR SECTION 1 PHASE 1 ep >> MORNINGSTAR SECTION 1 PHASE 1 ;j — — j ✓� CPN 10�63& X-27799 ,X CPN 104638, X-27799 a) —(NOT EXISTING INFRASTRUCTURE) (NOT EXISTING INFRASTRUCTURE) � U m i I MORNINGSTAR SECTION 1 PHASE 1: CPN 104638 E j (NOT EXISTING INFRASTRUCTURE) LEGEND SCALE: 1 "= 200' 0) EXISTING SEWER LINE 1 O 200' 0' 100 200, �L j PROPOSED SEWER LINE EO O 'NOTE: ALL PROPOSED SEWER LINES ARE 8" UNLESS " OTHERWISE NOTED O O 00 LID O N N OWNER/DEVELOPER: EXHIBIT B: SEWER PAPS-DAWSOW N GRBK EDGEWOOD LLC MORNINGSTAR NORTHENGINEERS a a 5501 HEADQUARTERS DRIVE ral Q STE. 300W, PLANO, TX 75024 PHASE 1 W 201 MAIN ST, STE 901 1 FT. WORTH, TX 76102 1 817.870.3668 PH: 972-310-4545 FORT WORTH, TEXAS TEXAS ENGINEERING FIRM REGISTRATION N470 o -T REPRESENTATIVE: AARON GUTHRIE CPN: 106014 PM: KEVIN MURPHY PH: 817.870.3668 o LL - _ 0 in Q LL / x LJ N � U N � E N / C L � a� o (n 0 04 E0 a0 r-o 00 o % N .N� U O ,0� N 0 >- a o/ (n o LL CALLED 514.0 ACRES CREEK RASI, INS N0202041711, . pR.R..R.R.C.T. Ix LLLLLL -LLLLLLLLLLLL U STARFALL LN 'j 17 ID 19 20 21 22 2J 24 1 2 3 4 5 8 7 l6 4 6 w / G) IS ■ W i 1 1 I / GOLD'NBROOKAVE GOLDENBPOOKAVE w T LL, 12 11 12 13 14 15 16 17 > .2 51 50 49 46 41 I ❑ I I— 10 z 1¢ O ;¢ 9 Z = w IN A LL W - - - ¢ 1 2 3 4 J e w = 9 + U 'JO ELROSE DR ELROSE DR w 6 5 4 J Q 4 5 6 7 6 Q o 5 0 STARFALLLN I 9 IN 10 11 12 13 14 15 19 17 IB 19 20 21 2 +* +^ r w^ I vLLJ /1 U) I GOLDENBROOK AVE 44 43 42 41 a N = 37 35 35 34 u a7 a+ a0 zs 26 x; LU w Lu 2 z J � L= B s 1C 11 12 13 14 15 16 17 1e 19 20 Q r � Q OELROSE DR �y 0 ,2 Z , 2 3 ♦ 5 6 7 5 9 f0 n +2 1a 14 s 16 co 7 'Till LEGEND 29' B/B 50 ROW (TYP) - rm- 0 9 FUTURE M-14114 STAR NORTH I PHASE 2W I' SCALE: 1 "= 200' 38' B/B 60 ROW (TYP) 200' 0' 100' 200' 57' B/B 80 ROW (TYP) LLLLLLLL H.C. RAMPS BY DEVELOPER Q SIDEWALK BY HOMEBUILDER SIDEWALK BY DEVELOPER OWNER/DEVELOPER: GRBK EDGEWOOD LLC 5501 HEADQUARTERS DRIVE STE. 300W, PLANO, TX 75024 PH: 972-310-4545 REPRESENTATIVE: AARON GUTHRIE EXHIBIT C: PAVING MORNINGSTAR NORTH PHASE 1 W FORT WORTH, TEXAS CPN: 106014 ralPAPS-DAWSO ENGINEERS 201 MAIN ST, STE 901 1 FT. WORTH, TX 76102 1 817.870.3668 TEXAS ENGINEERING FIRM REGISTRATION N470 PM: KEVIN MURPHY PH: 817.870.3668 r � NuN O514.0 •2s /4'X4' DI AND 2Y RCP STUB FOR CRas P10 FUN OEVELOPNENT — INS N0. 202041TR,cR1, OP.Rp.C.T. 1X STARFALLLN j 1] ID IB 20 III 22 2J 24 1 2 J 4 s 4 1a LLI / Lu 3 r T GOLDENBROOK AVE �- GOLDENBFOOK AVE U) l w T LL. 12 ` 11 12 13 14 1e to 17 Q 52 et 50 4a 48 4] M T U' o Q w. „ O 0 4 J D- LLI J ' 1n Z J CLL e 4 2 1 ,x a ¢ w 6 S Q 1 2 3 4 e Q w U ' I t < a s s ELROSE DR ELROSE DR x w LJ > CONNECT TO UNDER CONSTRUCTION 42' RCP Q G MORNINGSTAR SECTION 1 PHASE 1 '� LL Q CPN 104638. X-27799 U (NOT EXISTING INFRASTRUCTURE) Ix MORNINGSTAR SECTION 1 PHASE 1: CPN 104638 (NOT EXISTING INFRASTRUCTURE) - L I 24' RCP STUB FOR �FU�RE DEVELOPMENT t O Iz a 17 STAR .ALL LN 2e 22 23 R L _ 1. 10 n W (n GOLDENBROOKAVE 7 0 �211 3os8 > s o x LIJ w Cw7 Q z I Q FUTURE MORNINGSTAR NORTH Li J I PHASE 2W co H ' Q �I u Q!E ' CONNECT TO L c UNDER CONSTRUCTION 30' RCP x C I MORNINGSTAR SECTION 1 PHASE 1 W CPN 104638, X-27799 ELROSE DR (NOT EXISTING INFRASTRUCTURE) c I Z 5 a ] N NECT TO e CON / = UNDER CONSTRUCTION 38' RCP L T y. L = MORNINGSTAR SECTION 1 PHASE 1 N > CPN 104638, X-27799 ix En — 01 _(NOT EXISTING INFRASTRUCTURE) MORNINGSTAR SECTION 1 PHASE 1: CPN 104638 E N (NOT EXISTING INFRASTRUCTURE) o Q, LEGEND o SCALE: 1 "= 200' o PROPOSED STORM DRAIN 1 200' 0' 100' 200' �L E j PROPOSED INLET — o PROPOSED DROP INLET o/ p 00 EXISTING STORM DRAIN N OWNER/DEVELOPER: EXHIBIT D: STORM PAPS—DAWSOA? N � GRBK EDGEWOOD LLC MORNINGSTAR NORTHENGINEERS Q a 5501 HEADQUARTERS DRIVE raj Q / STE. 300W, PLANO, TX 75024 PHASE 1 W 201 MAIN ST, STE 901 1 FT. WORTH, TX 76102 1 817.870.3668 PH: 972-310-4545 FORT WORTH, TEXAS TEXAS ENGINEERING FIRM REGISTRATION #470 o 2 REPRESENTATIVE: AARON GUTHRIE CPN: 106014 PM: KEVIN MURPHY PH: 817.870.3668 o L- - _ 0 1• ON 202C41T1, N p45145N.0R•CREB I I� CREEK E. T INS N0. OP.R..R.p.C.T. ' 1X STARFALL LN 1) 18 ,9 20 21 22 23 24 1 is 2 S 4 w 1 14 e r _ G) 13�L �1r ��(1r /// / 2 GOLD'NBROOKAVE GOLDENBPOOKAVE U) w T LL. 12 11 12 13 14 1e to 17 Q 52 et 50 49 48 a] M 2 U,o Q Q X Q.1 9 T J /1 Q f0 ] 6 e 4 S 2 1 a t 2 3 4 e J CT � LL e w e U A s ELROSE DR ELROSE DR x w Q , 2 3 a � Q U MORNINGSTAR SECTION 1 PHASE 1: CPN 104638 7 (NOT EXISTING INFRASTRUCTURE) a- 0 Lo STARFALLLN L 11 � 10 14 15 t8 17 18 19 20 2t 22 23 24 23 28 w ° C �N V -V I ° u) U) I GOLDENBROOK AVE ] ' 33 S2 J1 30 29 28 21 > x Q J z a J g I I FUTU 2W N 7H T I 9 to tt 12 13 14 to 18 17 18 19 20 21 22 23 24 ZS VL.J a A' AL ELROSE DR 0 II i2 ¢ 1 2 3 4 e e ] 8 9 ,0 11 12 13 14 15 is N L cl) .> > 1x MORNINGSTAR SECTION 1 PHASE 1: CPN 104638 N (NOT EXISTING INFRASTRUCTURE) .. C Q) LEGEND SCALE: 1 "= 200' N PROPOSED STREET LIGHT 1 0 200' O' 100' 200' j EXISTING STREET LIGHT 00 PROPOSED STREET SIGN .. 0 0 00 co N u OWNER/DEVELOPER: EXHIBIT E: STREET LIGHT PAPS-DAWSOW CV GRBK EDGEWOOD LLC p MORNINGSTAR NORTH ENGINEERS rlL a 5501 HEADQUARTERS DRIVE PHASE 1 W Q / STE. 300W, PLANO, TX 75024 201 MAIN ST, STE 901 1 FT. WORTH, TX 76102 1 817.870.3668 PH: 972-310-4545 FORT WORTH, TEXAS TEXAS ENGINEERING FIRM REGISTRATION 9470 o 2 REPRESENTATIVE: AARON GUTHRIE CPN: 106014 PM: KEVIN MURPHY PH: 817.870.3668 o LL - ol 0 Paving DAP - BID PROPOSAL Page 1 of 1 UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information Bidder's Application Bidder's Proposal Bidlist Description Specification Section No. Unit of Bid Unit Price Item No. Measure Quantity UNIT IV: PAVING IM 3ROVEMENTS 1 3137.0105 Medium Stone Riprap, grouted 31 3700 SY 134 $43.30 2 3211.0400 Hydrated Lim 211 29 TN 482 $300.00 3 3211.0501 6" Lime Treatment 3311 29 SY 18,392 $3.90 4 3211.0502 8" Lime Treatment 3211 29 SY 10,438 $3.90 5 3213.0101 6" Conc Pvm 2 13 13 SY 17,270 $47.75 6 3213.0102 7.5" Conc Pvm 2 13 13 SY 9,880 $53.85 7 3213.0301 4" Conc Sidewalk 32 13 20 SF 34,689 $8.00 8 3213.0501 Barrier Free Ramp, Type R-1 32 13 20 EA 4 $3,745.00 9 3213.0506 Barrier Free Ramp, Type P-1 32 13 20 EA 14 $2,765.00 10 3217.0102 6" SLD Pvmt Marking HAS (Y) 32 17 23 LF 4,008 $2.35 11 3217.0201 8" SLD Pvmt Marking HAS (W) 32 17 23 LF 190 $3.50 12 3217.0504 Preformed Thermoplastic Contrast Markings - 24" Stop Bars 32 17 23 LF 24 $32.00 13 3217.1002 Lane Legend Arrow 32 17 23 EA 4 $280.00 14 3217.1004 Lane Legend Only 32 17 23 EA 2 $310.00 15 3217.2103 REFL Raised Marker TY II -A -A 32 17 23 EA 60 $6.35 16 3291.0100 Topsoil 3291 19 CY 1,231 $53.75 17 3292.0100 Block Sod Placement 32 92 13 SY 7,384 $8.50 18 9999.0001 Furnish/Install Decorative Complete Sign Unit (1-R1-1/30) 99 99 99 EA 1 $1,805.00 19 9999.0002 Furnish/Install Decorative Complete Sign Unit (2-0936DS) 99 99 99 EA 2 $1,980.00 20 9999.0003 Furnish/Install Decorative Complete Sign Unit (1-R1-1/30, 2-0936DS) 99 99 99 EA 9 $2,370.00 21 9999.0004 Furnish/Install Decorative Complete Sign Unit (SPF3-7A) 99 99 99 EA 1 $1,815.00 22 9999.0005 Furnish/Install Decorative Complete Sign Unit (R3-8LR 99 99 99 EA 1 $1,940.00 23 9999.0006 Pavement Header and Barricade 99 99 99 EA 2 $2,000.00 TOTAL UNIT IV: PAVING IMPROVEMENTS Bid Summary UNIT IV: PAVING IMPROVEMENTS This Bid is submitted by the entity named below: BIDDER: Gilco Contracting, Inc. 6331 Southwest Blvd. Benbrook, TX 76132 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. END OF SECTION Total Construction Bid BY: /G[�/i TITLE: Is-, Jump, Es--, DATE:6I26r2025 Bid Value $5,802.20 1 $144,600.001 $71,728.80 1 $40,708.20 1 $824,642.501 $532,038.00 1 $277,512.00 1 $14,980.00 1 $38,710.00 1 $9,418.80 1 $665.001 $768.001 $1,120.001 $620.00 1 $381.001 $66,166.25 1 $62,764.00 1 $1,805.00 1 $3,960.00 1 $21,330.001 $1,815.00 1 $1,940.00 1 $4,000.00 1 $2,127,474.75 1 $2,127,474.75 1 $2,127,474.751 50 working days after the date when the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal DAP (Phase 1 W)_Updated.xlsx PROPOSALFORM MORNINGSTAR NORTH PHASE 1W STREET LIGHT IMPROVEMENTS Project Item Information Bidder's Proposal Bid list Description I I Unit of Bid I Unit Price Bid Value Item No. Measure Quantity STREET LIGHTS (PHASE 1W) 1 Furnish/Install 2" CONDT PVC SCH 80 (T) LF 5,141 $ 24.12 $124,000.92 2 Furnish/Install NO 6 Insulated Elec Condr LF 7,008 I $ 2.99 $20,953.92 3 Furnish/Install NO 10 Insulated Elec Condr LF 8,415 I $ 1.99 $16,745.85 4 Furnish/Install Ground Box Type B EA 2 I $ 994.00 $1,988.00 5 Furnish/Install Metered Pedestal EA 1 $ 7,012.00 $7,012.00 6 Install Type 33A Arm EA 13 $ 129.00 $1,677.00 Install 10'- 14' Washington Standard Light Pole & Fixture LED (HOLOPHANE-COLUMBIA 7 ALUMINUM 14.6' POLE W/ WFCL2-P40-30K-MVOLT-FC3-BK-NF-PR7-AO-RFD325896) EA 32 $ 1,141.00 $36,512.00 Install LED Lighting Fixture (70 watt ATBO Cobra Head) (ATBO-P303-MVOLT-R2-3K-MP-NL- 8 P7-AO-RFD322792) EA 13 $ 129.00 $1,677.00 9 Furnish/Install Rdwy Ilium Foundation TY 3 I EA 12 $ 2,190.00 $26,280.00 10 Furnish/Install Rdwy Ilium Foundation TY 7 I EA 32 $ 2,327.00 $74,464.00 11 Install Rdwy Ilium TY 18 Pole I EA 12 $ 1,712.00 $20,544.00 12 Furnish/Install 6" CONDT PVC SCH 80 (T) LF 28 $ 67.00 $1,876.00 TOTAL STREET LIGH$ (PHASE 1W) _ $333,730.69 This Bid is submitted by the entity named below: BIDDER: Independent Utility Construction, Inc 5109 Sun Valley Drive Fort Worth TX 76119 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. BY: Ri Wolftz/ TITLE: President DATE: — Ilzov� 90 working days after the date when the DAP - fill) PROPOSAL Pup, i of J UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Bidder's Application Project Item Information Bidder's Proposal �Bidlist Item Description Specification Section No Unit of Bid Unit Price No Measure Quantity UNI 'I: WATER IMPROVEMENTS 1 3305.0109 Trench Safety 3305 10 LF 5,986 $2.75 2 3305,1003 20" Casing By Open Cut 33 05 22 LF 10 $175.00 3 3311.0001 Ductile Iron Water Fittings w/Restraint 33 11 11 TON 8.84 $15,000.00 4 3311.0241 8" Water Pipe 33 11 10, 33 11 12 LF 5,426 $60,00 5 3311.0244 8" Water Pipe, CLSM Backfill 33 11 10 LF 20 $125.00 6 3311.0251 8" DIP Water 33 11 10 LF 390 $78.00 7 3311.0441 12" Water Pipe 33 11 10, 33 11 12 LF 130 $90.00 8 3311.0447 12" Water Pipe, CLSM Backfill 33 11 10, 33 11 12 LF 20 $128.00 9 3312.0001 Fire Hydrant 331240 EA 10 $7,500.00 10 3312.0117 Connection to Existing 4"-12" Water Main 33 1225 EA 2 $1,500.00 11 3312.2003 1" Water Service 33 12 10 EA 157 $1,500.00 12 3312.2003 1" Water Service (Irrigation) 33 12 10 EA 2 $1,500.00 13 3312.2103 1 1/2" Water Service (Irrigation) 33 12 10 EA 2 $2,500.00 14 3312.3003 8" Gate Valve 33 1220 EA 13 $2,100.00 15 3312.3005 12" Gate Valve 33 1220 EA 1 $3,500,00 16 9999.0001 4" PVC SCH 40 Irrigation Conduit Sleeves 99 99 99 LF 670 $40.00 TOTAL UNIT I: WATER IMPROVEMENTS Bid Value $16,461.50 1 $1, 750.00 $132,600.00 $325,560.00 $2,500.001 $30,420.00� $11,700.00 $2, 560.00 1 $75,000.001 $3,000.00 1 $235,500.001 $3,000.001 $5,000.001 $27,300.001 $3,500.001 $26,800.001 $902,651.501 CI rV OF Foal WORI11 SIANDARD CONS IRUCriON SPLCIFICA1 ION DOCUhIFN rS-DFVFFOPFR AWARDGD PROJGC I S Fnnn V,nu N1, 22, 2019 N1 u,p lm Nwh IW -I lahac, Pn,i,o.al umn�e, DAP - rill) PROPOSAL Page 244 UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information Bidder's Application IBldhst Item Description ( Specification Section No I Unit of I Bid No Measure Quantay UNIT 11:_ SANITARY SEWER IMPROVEMENTS 1 3301.0002 Post -CCTV Inspection 3301 31 LF 5,138 2 3301.0101 Manhole Vacuum Testing 3301 30 EA 23 3 3305.0109 Trench Safety 3305 10 LF 5,138 4 3305.1003 20" Casing By Open Cut 33 05 22 LF 20 5 3331.3101 4" Sewer Service 3331 50 EA 155 6 3331.3106 4" DIP Sewer Service, CSS Backfill 3331 50 EA 2 7 3331.4115 8" Sewer Pipe 33 11 10, 33 31 12,3331 20 LF 4,624 8 3331A116 8" Sewer Pipe, CSS Backfill 33 11 10, 33 31 12,3331 20 LF 461 9 3331.4117 8" Sewer Pipe, Select Backfill (CLSM) 33 11 10, 33 31 12,3331 20 LF 20 10 3331.4119 8" DIP Sewer Pipe 33 11 10 LF 33 11 3339.0001 Epoxy Manhole Liner 33 39 60 VF 52 12 3339.1001 4' Manhole 33 39 10, 33 39 20 EA 21 13 3339.1002 4' Drop Manhole 33 39 10, 33 39 20 EA 2 14 3339,1003 Extra Depth Manhole 33 39 10, 33 39 20 VF 90 TOTAL UNIT If: SANITARY SEWER IMPROVEMENTS Bidders Proposa Unit Price I Bid Value $6.25 $32,112.501 $150.00 $3,450.001 $2.75 $14,129.501 $175.00 $3,500.001 $1,250.00 $193,750.001 $5,500.00 $11,000.001 $65.00 $300,560.001 $135.00 $62,235.00� $135.00 $2,700.00 $115.00 $3,795.00 $460.00 $23,920.001 $5,600.00 $117,600.001 $7,200.00 $14,400.001 $150.00 $13,500.001 $796,652.001 CI I Y OF FOR IWOR I I I S I ANDARD CONS I RtIC I ION SPPCIIICA I ION DOCI WEN rS - DE V IOI'IR AWARDFD PRO ICC I S Ia,- Vcnum Nfm 22, 2019 Mon wpaar Noah I W - i h,6�m, Petry ,ol Utamc, NAP _lilt) PROPOSAL Page 7 44 .. E Bidlist Item No Description 1 0241.3017 Remove 30" Storm Line 2 0241.3019 Remove 36" Storm Line 3 0241.3021 Remove 42" Storm Line 4 0241.4201 Remove 4' Drop Inlet 5 3305.0109 Trench Safety 6 3341.0201 21" RCP, Class III 7 3341.0205 24" RCP, Class III 8 3341,0208 27" RCP, Class III 9 3341.0302 30" RCP, Class III 10 3341.0309 36" RCP, Class III 11 3341.0402 42" RCP, Class III 12 3349.0001 4' Storm Junction Box 13 3349.0002 5' Storm Junction Box 14 3349.5001 10' Curb Inlet 15 3349.5002 15' Curb Inlet 16 3349.5003 20' Curb Inlet 17 3349.7001 4' Drop Inlet SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Bidder's Application Project Item Information Bidders Proposa Specification Section No Unit of Bid Unit Price I Bid Vnlue \deasure Quantity UNIT 1 I: DRAINAGE IMPROVEMENTS 0241 14 LF 17 $50.00 $850.001 0241 14 LF 31 $50.00 $1,550.001 0241 14 LF 32 $50.00 $1,600.001 3341 10 EA 2 $1,500.00 $3,0W001 3305 10 LF 3,194 $2.75 $8,783.501 3341 10 LF 481 $105.00 $50,505,001 334110 LF 1378 $115.00 $158,470.00� 3341 10 LF 621 $135.00 $83,835.00 3341 10 LF 278 $154.00 $42,812.001 3341 10 LF 124 $185.00 $22,940.001 3341 10 LF 312 $220.00 $68,640.001 334910 EA 20 $6,000.00 $120,000.001 3349 10 EA 4 $6,500.00 $26,000.001 33 49 20 EA 23 $8,000.00 $184,000.00 334920 EA 7 $11,750.00 $82,250.00 33 49 20 EA 2 $15,500.00 $31,000.001 33 49 20 EA 1 $7,500.00 $7,500.001 TOTAL UNIT III: DRAINAGE IMPROVEMENTS $893,735.501 CI I Y OF FOR wool it b I-ANDARD CON1I li(IC I ION SI'LCIFICA I ION DO('I NIFN I S - 1)13 VFI OI'LR A WARDPD PROJGC rs h iV,- iNim 22,20I9 Moniing,mr North IW- I ludic, Proposal UNIT PRICE BID Bidlist Item) No. SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information Description I Specification Section No. Bid Summary UNIT I: WATER IMPROVEMENTS UNIT II: SANITARY SEWER IMPROVEMENTS UNIT III: DRAINAGE IMPROVEMENTS This Bid is submitted by the entity named below: BIDDER: DT Utility Contractors Inc. Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. BY: TITLE: DATE: END OF SECTION tllildics DAP - DID PROPOSAL Pogo 444 Bidder's Application Bidders Proposal Unit of I Bid Unit Price I Bid Value Measure Quantity $902,651.50 $796,652.00 $893,735.50 Total Construction Bid $2,693,039.00 0,11 n l,41c11 120 working days after the date when the CITY OF FORT WORTI I STANDARD CONSTRUCTION SPIXIFICATION DOCUMENTS - DEVELOPER AWARDED PROIGCTS F— V 7siaw Mm 22.2019 Momingstur MCI. I W - tlulitics Proposal