Loading...
HomeMy WebLinkAbout064174 - Construction-Related - Contract - D.R. Horton - Texas LTDCity of Fort Worth, Texas Page 1 of 21 Standard Community Facilities Agreement Rev. 9/21 Received Date: _______________ Received Time: _______________ Developer and Project Information Cover Sheet: Developer Company Name: D.R. Horton – Texas Ltd. Address, State, Zip Code: 6751 North Freeway Fort Worth, Texas 76131 Phone & Email: 817-230-0805 | JBosworth@drhorton.com Authorized Signatory, Title: Justin Bosworth, Assistant Vice President Project Name: Nance Ranch Phase 1A Brief Description: Water, Sewer, Paving, Storm Drain & Street Lights Project Location: SE of Sendera Ranch Blvd & Avondale-Haslet Road Plat Case Number: None provided Plat Name: None provided Council District: 10 Phased or Concurrent Provisions: Phased & Concurrent CFA Number: 25-0137 City Project Number: 1 05200 | IPRC24-0073 City of Fort Worth, Texas Page 2 of 21 Standard Community Facilities Agreement Rev. 9/21 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 D.R. Horton – Texas Ltd. (“Developer”), acting by and through its duly authorized representative. City and Developer are referred to herein individually as a “party” and collectively as the “parties.” WHEREAS, Developer is constructing private improvements or subdividing land within the corporate limits of Fort Worth, Texas or its extraterritorial jurisdiction, for a project known as Nance Ranch Phase 1A (“Project”); and WHEREAS, the City desires to ensure that all developments are adequately served by public infrastructure and that the public infrastructure is constructed according to City standards; and WHEREAS, as a condition of approval of the Project, Developer is required to bear a portion of the costs of municipal infrastructure by constructing the public infrastructure necessary for the Project as described in this Agreement (“Community Facilities” or “Improvements”); and WHEREAS, as a condition of approval of the Project, Developer is required to meet the additional obligations contained in this Agreement, and Developer may be required to make dedications of land, pay fees or construction costs, or meet other obligations that are not a part of this Agreement; and WHEREAS, the City is not participating in the cost of the Improvements or Project; and WHEREAS, the Developer and the City desire to enter into this Agreement in connection with the collective Improvements for the Project; NOW, THEREFORE, for and in consideration of the covenants and conditions contained herein, the City and the Developer do hereby agree as follows: 1. CFA Ordinance The Community Facilities Agreements Ordinance (“CFA Ordinance”), as amended, is incorporated into this Agreement by reference, as if it was fully set out herein. Developer agrees to comply with all provisions of the CFA Ordinance in the performance of Developer’s duties and obligations pursuant to this Agreement and to cause all contractors hired by Developer to comply with the CFA Ordinance in connection with the work performed by the contractors. If a conflict exists between the terms and conditions of this Agreement and the CFA Ordinance, the CFA Ordinance shall control. City of Fort Worth, Texas Page 3 of 21 Standard Community Facilities Agreement 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: 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”). Developer shall keep the Financial Guarantee in full force and effect until released by the City and shall City of Fort Worth, Texas Page 4 of 21 Standard Community Facilities Agreement Rev. 9/21 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 5 of 21 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 6 of 21 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, BROUGHT FOR OR ON ACCOUNT OF ANY INJURIES OR DAMAGES SUSTAINED BY ANY PERSONS, INCLUDING DEATH, OR TO ANY PROPERTY, RESULTING FROM OR IN CONNECTION WITH THE CONSTRUCTION, DESIGN, PERFORMANCE OR COMPLETION OF ANY WORK TO BE PERFORMED BY SAID DEVELOPER, ITS CONTRACTORS, SUBCONTRACTORS, OFFICERS, AGENTS OR EMPLOYEES, OR IN CONSEQUENCE OF ANY FAILURE TO PROPERLY SAFEGUARD THE WORK, OR ON ACCOUNT OF ANY ACT, INTENTIONAL OR OTHERWISE, NEGLECT OR MISCONDUCT OF SAID DEVELOPER, ITS CONTRACTORS, SUB-CONTRACTORS, OFFICERS, AGENTS OR EMPLOYEES, 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. (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 IN ANY WAY CONNECTED WITH, THE CONSTRUCTION OF THE IMPROVEMENTS CONTEMPLATED HEREIN, WHETHER OR NOT SUCH INJURIES, DEATH OR DAMAGES ARE CAUSED, IN WHOLE OR IN PART, BY THE ALLEGED NEGLIGENCE OF THE CITY OF FORT WORTH, ITS OFFICERS, SERVANTS, OR EMPLOYEES. FURTHER, DEVELOPER WILL REQUIRE ITS CONTRACTORS TO INDEMNIFY, DEFEND, AND HOLD HARMLESS THE CITY FOR ANY LOSSES, DAMAGES, COSTS OR EXPENSES SUFFERED BY THE CITY OR CAUSED AS A RESULT OF SAID CONTRACTORS’ FAILURE TO COMPLETE THE WORK AND CONSTRUCT THE IMPROVEMENTS IN A GOOD AND WORKMANLIKE MANNER, FREE FROM DEFECTS, IN CONFORMANCE WITH THE CFA ORDINANCE, AND IN ACCORDANCE WITH ALL PLANS AND SPECIFICATIONS. City of Fort Worth, Texas Page 7 of 21 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: DEVELOPER: Development Services D.R. Horton – Texas Ltd. Contract Management Office 6751 North Freeway City of Fort Worth Fort Worth, Texas 76131 City of Fort Worth, Texas Page 8 of 21 Standard Community Facilities Agreement Rev. 9/21 100 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 9 of 21 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 future occasion. 21. Governmental Powers and Immunities. It is understood that by execution of this Agreement, the City does not waive or surrender any of its governmental powers or immunities. 22. Headings The paragraph headings contained herein are for the convenience in reference and are not intended to define or limit the scope of any provision of this Agreement. 23. Severability In the event that any clause or provision of this Agreement shall be held to be invalid by any court of competent jurisdiction, the invalidity of such clause or provision shall not affect any of the remaining provisions hereof. 24. City of Fort Worth, Texas Page 10 of 21 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 Government Code. To the extent that Chapter 2271 of the Government Code is applicable to this Agreement, by signing this Agreement, Developer certifies that Developer’s signature provides written verification to the City that Developer: (1) does not boycott Israel; and (2) will not boycott Israel during the term of this Agreement. 26. Prohibition on Boycotting Energy Companies Developer acknowledges that in accordance with Chapter 2276 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2, and redesignated from Chapter 2274 of the Texas Government Code by Acts 2023, 88th Leg., R.S., Ch. 768 (H.B. 4595), Sec. 24.001(22), the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms “boycott energy company” and “company” have the meanings ascribed to those terms by Chapter 2276 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2 and redesignated from Chapter 2274 of the Texas Government Code as described above. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Developer certifies that Developer’s signature provides written verification to the City that Developer: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 27. Prohibition on Discrimination Against Firearm and Ammunition Industries Developer acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms “discriminate,” “firearm entity” and “firearm trade association” have the meaning ascribed to those terms City of Fort Worth, Texas Page 11 of 21 Standard Community Facilities Agreement Rev. 9/21 by Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Developer certifies that Developer’s signature provides written verification to the City that Developer: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. 28. Immigration and Nationality Act Developer shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Developer shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Developer shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Developer employee who is not legally eligible to perform such services. DEVELOPER SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY DEVELOPER, DEVELOPER’S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Developer, shall have the right to immediately terminate this Agreement for violations of this provision by Developer. 29. Amendment No amendment, modification, or alteration of the terms of this Agreement shall be binding unless the same is in writing, dated subsequent to the date hereof, and duly executed by the City and Developer. 30. Assignment and Successors 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 City of Fort Worth, Texas Page 12 of 21 Standard Community Facilities Agreement Rev. 9/21 or any of its officers, agents, servants, employees, or subcontractors, then Developer shall immediately desist from and correct such violation. 33. Signature Authority The person signing this Agreement on behalf of Developer warrants that he or she has the legal authority to execute this Agreement on behalf of the Developer, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the entity. The City is fully entitled to rely on this warranty and representation in entering into this Agreement. 34. Counterparts This Agreement may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. 35. Entire Agreement This written instrument, together with any attachments, exhibits, and appendices, constitutes the entire understanding between the City and Developer concerning the work to be performed hereunder, and any prior or contemporaneous, oral or written agreement that purports to vary from the terms hereof shall be void. [REMAINDER OF PAGE INTENTIONALLY BLANK] City of Fort Worth, Texas Page 13 of 21 Standard Community Facilities Agreement Rev. 9/21 36. Cost Summary Sheet Project Name: Nance Ranch Phase 1A CFA No.: 25-0137 City Project No.: 105200 IPRC No.: 24-0073 Items Developer's Cost A. Water and Sewer Construction 1. Water Construction 1,186,800.78$ 2. Sewer Construction 1,474,158.00$ Water and Sewer Construction Total 2,660,958.78$ B. TPW Construction 1. Street 3,150,519.75$ 2. Storm Drain 1,226,481.00$ 3. Street Lights Installed by Developer 588,373.20$ 4. Signals -$ TPW Construction Cost Total 4,965,373.95$ Total Construction Cost (excluding the fees):7,626,332.73$ Estimated Construction Fees: C. Construction Inspection Service Fee $123,187.50 D. Administrative Material Testing Service Fee $32,658.60 E. Water Testing Lab Fee $2,666.25 Total Estimated Construction Fees:158,512.35$ Financial Guarantee Options, choose one Amount Choice (Mark one) Bond = 100%7,626,332.73$ X Completion Agreement = 100% / Holds Plat 7,626,332.73$ Cash Escrow Water/Sanitary Sewer= 125%3,326,198.48$ Cash Escrow Paving/Storm Drain = 125%6,206,717.44$ Letter of Credit = 125% 9,532,915.91$ Escrow Pledge Agreement = 125% 9,532,915.91$ City of Fort Worth, Texas Page 14 of 21 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: __________________ Recommended by: Dwayne Hollars Sr. Contract Compliance Specialist Development Services Approved as to Form & Legality: Jessika Williams Assistant City Attorney M&C No. N/A Date: Form 1295: N/A ATTEST: Jannette S. Goodall City Secretary DEVELOPER D.R. Horton – Texas, Ltd. Justin Bosworth Assistant Vice President Date: 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. Kandice Merrick Contract Manager City of Fort Worth, Texas Page 15 of 21 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 Attachment 1 - Changes to Standard Community Facilities Agreement Attachment 2 – Phased CFA Provisions Attachment 3 – Concurrent CFA Provisions Location Map Exhibit A: Water Improvements Exhibit 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 16 of 21 Standard Community Facilities Agreement Rev. 9/21 ATTACHMENT “1” Changes to Standard Community Facilities Agreement City Project No. 105200 None City of Fort Worth, Texas Page 17 of 21 Standard Community Facilities Agreement Rev. 9/21 ATTACHMENT “2” Phased CFA Provision City Project No. 105200 The improvements being constructed by Developer pursuant to this Agreement will connect to improvements Developer is constructing under a separate Community Facilities Agreement that have not been completed and accepted by the City. Therefore, this Agreement shall be considered a “Phased CFA” and the provisions contained in this section shall apply to this Agreement. The improvements being constructed by Developer under the separate Community Facilities Agreement (Nance Ranch Offsite, City Project No. 105523) shall be defined as the “Parent Project.” The improvements being constructed by Developer under this Agreement shall be defined as the “Child Project.” Developer acknowledges and agrees that due to Developer’s election to construct a Phased CFA, the potential exists for technical, delivery, acceptance or performance problems (hereinafter “Construction Problems”). Construction Problems may include, but are not limited to: failure of the improvements to comply with the approved plans or City Specifications; failure of the improvements in the Parent Project and the Child Project to properly connect to each other; changes to the design or construction of the improvements in the Parent Project that impact the design and construction of the improvements in the Child Project; construction delays, delay claims, or claims for liquidated damages; increased costs for the Developer; failure of the improvements to pass inspection or material testing; or rejection by the City of some or all of the improvements and Developer having to remove and reconstruct the improvements at Developer’s expense. In addition, Developer understands and agrees that disputes may arise between Developer’s contractors or their subcontractors relating to responsibility for the Construction Problems. Developer shall be solely responsible for resolving disputes between contractors or disputes between contractors and subcontractors. Developer further acknowledges and agrees that Developer has notified all of Developer’s contractors for the Project that Developer has elected to construct a Phased CFA, the provisions of this section, the risks associated with a Phased CFA, and that the City shall not bear any responsibility for Developer’s decision to proceed with a Phased CFA. Developer shall not make the final connection of the improvements in the Child Project to the improvements in the Parent Project until the improvements in the Parent Project have been constructed and accepted by the City and the City has consented to Developer making the connection. Developer agrees that if this Agreement is for improvements relating to the construction, renovation or modification of one or more single family residential homes or structures, the City will not record the plat related to the Project until the improvements are constructed and accepted by the City. Developer agrees that if this Agreement is for improvements relating to the construction, renovation or modification of one or more commercial buildings or structures, the Developer shall not receive a Certificate of Occupancy from the City for the building(s) related to the Project until the improvements in this Agreement are constructed and accepted by the City. Developer further understands and agrees that completion of the improvements under this Agreement does not entitle Developer to obtain a final plat of the property until City of Fort Worth, Texas Page 18 of 21 Standard Community Facilities Agreement Rev. 9/21 all other requirements of Federal law, State law, or the City Code relating to the filing and recording of a final plat have been met by Developer. BY CHOOSING TO CONSTRUCT A PHASED CFA, DEVELOPER ASSUMES ALL RISKS AND DEVELOPER SHALL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL DAMAGES, INCLUDING BUT NOT LIMITED TO ANY AND ALL ECONOMIC DAMAGES PROPERTY LOSS, PROPERTY DAMAGES AND PERSONAL INJURY, (INCLUDING DEATH), OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED. DEVELOPER HEREBY EXPRESSLY RELEASES AND DISCHARGES CITY FROM ANY AND ALL LIABILITY FOR DAMAGES, INCLUDING, BUT NOT LIMITED TO ANY AND ALL ECONOMIC DAMAGES, 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 PHASED CFA. DEVELOPER, AT ITS SOLE COST AND EXPENSE, AGREES TO AND DOES HEREBY INDEMNIFY, DEFEND PROTECT, AND HOLD HARMLESS CITY, AND CITY’S OFFICERS, REPRESENTATIVES, AGENTS, EMPLOYEES, AND SERVANTS FOR, FROM AND AGAINST ANY AND ALL CLAIMS (WHETHER AT LAW OR IN EQUITY), LIABILITIES, DAMAGES (INCLUDING ANY AND ALL ECONOMIC DAMAGES, PROPERTY LOSS, PROPERTY DAMAGES AND PERSONAL INJURIES INCLUDING DEATH), LOSSES, LIENS, CAUSES OF ACTION, SUITS, JUDGMENTS AND EXPENSES (INCLUDING, BUT NOT LIMITED TO, COURT COSTS, ATTORNEYS' FEES AND COSTS OF INVESTIGATION), OF ANY NATURE, KIND OR DESCRIPTION ARISING OR ALLEGED TO ARISE BY OR IN ANY WAY RELATED TO CONSTRUCTION OF THE IMPROVEMENTS OR DEVELOPER’S CHOICE TO CONSTRUCT A PHASED CFA, OR (2) BY REASON OF ANY OTHER CLAIM WHATSOEVER OF ANY PERSON OR PARTY OCCASIONED OR ALLEGED TO BE OCCASIONED IN WHOLE OR IN PART BY THE CONSTRUCTIONS OF THE IMPROVEMENTS OR DEVELOPER’S CHOICE TO CONSTRUCT A PHASED CFA WHETHER OR NOT SUCH INJURIES, DEATH OR DAMAGES ARE CAUSED, IN WHOLE OR IN PART, BY THE ALLEGED NEGLIGENCE OF THE CITY OF FORT WORTH, ITS OFFICERS, SERVANTS, OR EMPLOYEES. DEVELOPER: D.R. Horton – Texas, Ltd. _____________________ Justin Bosworth Assistant Vice President Date: ______________ City of Fort Worth, Texas Page 19 of 21 Standard Community Facilities Agreement Rev. 9/21 ATTACHMENT “3” Concurrent CFA Provision City Project No. 105200 The improvements being constructed by Developer pursuant to this Agreement will connect to improvements being constructed by TPHMI DFW 4047, LLC under a separate Community Facilities Agreement, City Secretary Contract No. 61796 (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. 61796 are completed and accepted by the City. Therefore, this Agreement shall be considered a “Concurrent CFA” and the provision contained in this Attachment shall apply to this Agreement. The improvements being constructed under the Separate CFA shall be defined as the “Primary Project.” The improvements being constructed by Developer under this Agreement shall be defined as the “Secondary Project.” Developer acknowledges and agrees that due to Developer’s election to construct a Concurrent CFA, the potential exists for technical, delivery, acceptance or performance problems (hereinafter “Construction Problems”). Construction Problems may include, but are not limited to: failure of the improvements to comply with the approved plans or City Specifications; failure of the improvements in the Primary Project and the Secondary Project to properly connect to each other; changes to the design or construction of the improvements in the Primary Project that impact the design and construction of the improvements in the Secondary Project; construction delays, delay claims, or claims for liquidated damages; increased costs for the Developer or the developer of the Primary Project; failure of the improvements to pass inspection or material testing; or rejection by the City of some or all of the improvements and Developer or the developer of the Primary Project having to remove and reconstruct the improvements at the expense of Developer, developer of the Primary Project, or both. In addition, Developer understands and agrees that disputes may arise between the contractors or subcontractors for the Primary Project and the contractors or subcontractors for the Secondary Project relating to responsibility for the Construction Problems. Developer shall be solely responsible for resolving disputes between contractors, disputes between contractors and subcontractors and disputes between Developer and the developer of the Primary Project. Developer acknowledges and certifies that Developer has entered into a written agreement with the developer of the Primary Project and said agreement: (1) provides Developer with any access needed through property owned by the developer of the Primary Project; (2) that Developer and the developer of the Primary Project shall resolve all disputes regarding the design and City of Fort Worth, Texas Page 20 of 21 Standard Community Facilities Agreement Rev. 9/21 construction of the Primary Project and the Secondary Project; and (3) the developer of the Primary Project will notify Developer of any all changes to the design or construction of the improvements in the Primary Project, including any field changes. Developer further acknowledges and agrees that Developer has notified all of Developer’s contractors for the Project that Developer has elected to construct a Concurrent CFA, the provisions of this Attachment, the risks associated with a Concurrent CFA, and that the City shall not bear any responsibility for construction of the improvements or Developer’s decision to proceed with a Concurrent CFA. Developer shall not make the final connection of the improvements in the Secondary Project to the improvements in the Primary Project until the improvements in the Primary Project have been constructed and accepted by the City and the City has consented to Developer making the connection. Developer agrees that if this Agreement is for improvements relating to the construction, renovation or modification of one or more single family residential homes or structures, the City will not record the plat related to the Project until the improvements are constructed and accepted by the City. Developer agrees that if this Agreement is for improvements relating to the construction, renovation or modification of one or more commercial buildings or structures, the Developer shall not receive a Certificate of Occupancy from the City for the building(s) related to the Project until the improvements in this Agreement are constructed and accepted by the City. Developer further understands and agrees that completion of the improvements under this Agreement does not entitle Developer to obtain a final plat of the property until all other requirements of Federal law, State law, or the City Code relating to the filing and recording of a final plat have been met by Developer. City of Fort Worth, Texas Page 21 of 21 Standard Community Facilities Agreement Rev. 9/21 By signing below, Developer certifies that all statements contained in this Attachment “3” Concurrent CFA Provision are true and correct. DEVELOPER: D.R. Horton – Texas, Ltd. _________________________ Justin Bosworth Assistant Vice President Date: ______________ �/� \\\ � � � � � V O z J � �� \ W U � Z Z Q �� AVONDALE HASLET RD �• � � y�� . PROJECT LOCATION BLUE MOUND E MAPSCO N0. UR & CR NANCE RANCH COUNCIL DISTRICT 10 PHASE lA DEVELOPER DR HORTON, INC 6751 NORTH FREEWAY FORT WORTH, 7X 76131 PHONE: (817)-933-6290 �. � � z m � ?�� �S CITY PROJECT NO. 105200 LJA Engineering, Inc. LJ� VICINITY MAP 6060 North Central Expressway Phone 469.621.0710 IPRC:24-0073 Suite 400 CPN:105200 Shee" °f 6 Dallas, Texas 75206 FRN - F-1386 Date: APRIL 2025 DAVID E. NANCE � TO BE CONSTRUCTED 36" WATER LINE A�oNOA�E-HAS�ET ROAo (CPN 105523) _ _ � TO BE CONSTRUCTED FELLOWSHIP 36" WATER LINE OF THE PARKS (CPN 101014) ADDITION I o FELLOWSHIP � OF THE PARK� BAPTIST CHURCH � ELVES ALEXANDER KING, III I ELVES ALEXANDER � KING, III Q � o NOT EXISTING w INFRASTRUCTURE 12" � WATER LINE NANCE ' RANCH OFFSITE WATE � AND SANITARY SEWER I� I � // I� � ��� � ;- � �� � �� �� STUB FOR FUTURE CONNECTION LEGEND PROPOSED WATER LINE EXISTING WATER LINE LIMITS OF PROJECT DEVELOPER WATER DR HORTON, �Nc EXHIBIT 'A' 6751 NORTH FREEWAY FORT WORTH, 7X 76131 IPRC:24-0073 PHONE: (817)-933-6290 CPN:105200 NOT EXISTING I N FRASTR U CTU R E 8" WATER LINE AVONDALE HASLET ROAD � � �� �, � � J � � ��, � �= ������������ STUB FOR J FUTURE CONNECTION NANCE RANCH PHASE lA CITY PROJECT NO. 105200 LJA En9ineering, Inc. LJ� 6060 North Central Expressway Phone 469.621.0710 Suite 400 Shee' 2°f 6 Dallas, Texas 75206 FRN - F-1386 Date�. APRIL 2025 HALL—NANCE RANCHES LTD HALL— NANCE RANCHES LTD n a O � z O C� CJ L- i � � 4I � � � 0 u � z ALLEY 4A 2 7 NORTHE� �� ' lV � N l e.. f � 5 r� � z . y Z ALLEY 8A � o ALLEY 7 A�_-Y 6 r - � —� �o — — P� � a' ' � � i �r„ � h� �.� Q � Q � o- � �Q- o� NOONTIME DRIVE � �- Q � _a O� � C � � � LI �g �_ � N � - - � z-a / ALLEY 9A m � ��YI LJ--L-L1' z � N s uNe P � �. ��s �\ a - �� �i o��Yi �A�J �--� � � � ALLEY 9C NORDIC LANE (ALLEY) � � � I 1 � � � �; �;� % � � �� �� �C�� � � �� � ���� ����- �. G � � � � ' / �� '����� �� � � �� � �/ ��� F� � � � � ���� �� ��j �/ �/ � � ,; '; `�°��. ' - � � ���!� � , � � � � � � � � ��� /�` � � � �� �/� _ ����, //� �� - �� ; . LEGEND PROPOSED SANITARY SEWER FLOW DIRECTION EXISTING SANITARY SEWER LIMITS OF PROJECT DEVELOPER WASTEWATER DR HORTON, INC s�s, NORTH FREEWAY EX HIBIT 'B' FORT WORTH, 7X 76131 PHONE: (817)-933-6290 IPRC:24-0073 CPN: 105200 -AVONDALE-HASLET ROAD - - - � I w �m a� CONNECT T0, TO—BE—CONSTRUCTED 5' MANHOLE CPN 104588 NANCE RANCH PHASE lA CITY PROJECT NO. 105200 LJA Engineering, Inc. LJ� 6060 North Central Expressway Phone 469.621.0710 Suite 400 Shee' 3°f 6 Dallas, Texas 75206 FRN - F-1386 Date: APRIL 2025 DAVID E. NANCE FELLOWSHIP OF THE PARKS ADDITION FELLOWSHIP � OF THE PARK� BAPTIST CHURCH � ELVES ALEXANDER KING, III I ELVES , ALEXANDER KING, III SPRING RANCH ADDITION — � — � � � � � � � � � � � � � � � � i i i � CONSTRUCT ''. BARRICADE & '; — PAVEMENT `` HEADER I � \ i� � /�� � _ � _ � — - �, � � I � � // � J ' � — � LEGEN D PROPOSED SIDEWALK (BY DEVELOPER) PROPOSED SIDEWALK (BY HOMEBUILDER) PROPOSED ADA RAMPS (BY DEVELOPER) LIMITS OF PROJECT DEVELOPER DR HORTON, INC 6751 NORTH FREEWAY FORT WORTH, 7X 76131 PHONE: (817)-933-6290 � HALL—NANCE RANCHES LTD AVONDALE—HASLET ROAD w L11 LL 1 I I I_I Q --- -- NOVELTY � �x� i ALLEY 9C NORDIC L �o / I ' FUTURE NANCE RANCH���° � PHASE 1 B ���`� CPN XXXXXX � � , � � �� i���/ PROPOSED 29'B—B PROPOSED 20�E—E ROADWAY/50'ROW ROADWAY/25'ROW PROPOSED 37'B—B — — — — PROPOSED 23'B—B ROADWAY/60'ROW III=III=III=III ROADWAY/110'ROW PROPOSED 12'E—E ROADWAY/16'ROW II—= � �� � � - �' � � �. �� � NANCE RANCH PHASE lA CITY PROJECT NO. 105200 LJA Engineering, Inc. LJ� PAVING IMPROVEMENTS EXHIBIT 'C' 6060 North Central Expressway Phone 469.621.0710 Suite 400 IPRC: 24-0073 Shee, 4 of 6 Dallas, Texas 75206 FRN - F-1386 CPN: 105200 Date APRIL2025 CONSTRUCT � BARRICADE & PAVEMENT HEADER /, HALL-NANCE " DAVID E. NANCE RANCHES LTD 24' SLOPED 24' HP 24" SLOPED FND F�EADYVALL END HEADWN.L AVONDALE—HASLET ROAD FELLOWSHIP 24- s�oP�o � END HEADWALL OF THE +' �• PARKS JUNCTION BOX ADDITION ,o' iN�r 24' HP 24' HP FELLOWSHIP � OF THE PARK� 'o•'"'�T � 0 24" HP BAPTIST +' so• c � C H U R C H �UNCIION BOX 2_, o� �N�r � 24' NP ELVES y 3—�� HP L 24' HP ALEXANDER � � z+�� �—�-0 ��� ��►'� > ts• iN�r KING, III �,_ A��EY 4A z4• "P � — — 4' so.� � � �T�� � ,�uricnor� eox � s' so. �� "P J m ����� d1NCIlON BOX 38' HP , a NORTHENCR ROA� 24' FP 2-20' INLET I I ' — 10' INLET 10' INLET 24' NP ELVES `� � m 24' HP c� 24' HP 2 HP— � z II j � � ALLEY SA � o ALLEY 7 ALLEY 6� �� ALEXANDER �, � Q� � � �����s4•HP � �, —���o•iH� �,Q K I N G I I I �� � � � � � z �o' ���r & � ��- z4- � a f �� NOONTIME DRNE � I 24� HP � Q �O� � ��," 4' 9Q. 2-10' INLET ,� �_�` � � � 1 JUNC710N BOX 24' FP ^ 5' gp. � �10' INLET b' gQ. w JUNCiION BOX 24' NP JUNCIION BOX z �. < �. ��� ����Ev i o � HP Q� END HEADWALL �� � � 4� � �� �� � � � J JUNCIION BOX �� HP �� �� � � � � 24' HP (� vcv=iiv �aNE 48' HP SPRING � I� \ �� NP lLI LL I L� - ���� �� A..=Y 9C �—� 24�� NORDIC. i 2-10' INLET , � ADDITION -- �� 2+• NP / �A� EY> J 1 � - - / / I � I ��Po - �� � ���' �� 15' NILET � � ��`� 24' HP � � �� . � � � � � �; � ��� \ ' � �� �. �� � �� - � F-UTURE NANCE RANCH / - `��� ����� — ���� ' PHASE 1 B �� ��� � � ; _ � CPN XXXXXX � � i��. �,,TT, �, ��/ ��!/ �/ : \�% � > � // ���/,���!ii ��/� � < �, LEGEND PROPOSED STORM DRAIN LINE PROPOSED INLET � NANCE RANCH EXISTING INLET PHASE lA LIMITS OF PROJECT CITY PROJECT NO.105200 DEVELOPER LJA Engineering, Inc. LJ� DR HORTON, �Nc STORMWATER s�s� NORTH FREEWAY EXHIBIT 'D' 6060 North Central Expressway Phone 469.621.0710 Forzr worrn-i, nc �s�a� Suite 400 PHONE: (817)-933-6290 IPRC:24-0073 CPN: 105200 Shee' S°f 6 Dallas, Texas 75206 FRN - F-1386 Date: APRIL 2025 DAVID E. NANCE FELLOWSHIP OF THE PARKS ADDITION FELLOWSHIP � OF THE PARK� BAPTIST CHURCH � ELVES ALEXANDER KING, III I ELVES ALEXANDER � KING, III SPRING RANCH ADDITION _ � — � �� < 0 r �G � � m 0 � �w � � ��� HALL—NANCE RANCHES LTD _AVONDALE—HASLET ROAD � �� ��� > Q � � 0 � z ALl -Y 4A � wm I I � � � �� 1 � I I I I I I I Q NOR��E��R Roao � I � z I � I � a m o � . I�� � z � } ALLEY SA � o ALLEY 7 ALLEY 6 ' � � J �P he � ��� � Q � � z Q � �� o� NOONTIME DRNE � Q GO� � � i �, ' —�� � � � w � z � � ALLEY 9A m P.LLEY 1C � �� � m vr � ll ,� i� \ Q \ � NOVELTY LANE � �/T� � � I �I ll � � / � ALLEY 9C NORDIC LANE (ALLEY) ; '� FUTURE NANCE RANCH o�o _ � � � � � � � � PHASE 1 B ��� ��y � � � � CPN XXXXXX ���`� : � �� �� — � �� �V "� � I /� � � � �� �; �� � , �� /j , \ ���' ��� _ - - � � `� � � �'`�� � \ /�-���� // �� � ,,� � � � � _� �, � � / ���� � �, � ��������� � � ���� ��� � �� ��i ,�!�i,���,�i� ,. �. LEGEND PROPOSED STREET NAME SIGN EXISTING STREET NAME SIGN EXISTING SINGLE STREET LIGHT LIMITS OF PROJECT — DEVELOPER DR HORTON, INC 6751 NORTH FREEWAY FORT WORTH, 7X 76131 PHONE: (817)-933-6290 � LIGHT TYPE 18 � NANCE RANCH POLE, TYPE 3 PHASE lA FOUNDATION) PROPOSED SINGLE � STREET LIGHT TYPE 11 POLE, TYPE 1 FOUNDATION) PROPOSEDSTREET CITY PROJECT NO. 105200 STREET LIGHTS & LJA Engineerin9, Inc. LJ� STREET NAME SIGNS 6060 North Central Expressway Phone 469.621.0710 EXHIBIT 'E' Suite 400 IPRC: 24-0073 Shee� 6 of 6 Dallas, Texas 75206 FRN - F-1386 .�o.�. ,����.. Date: APRIL2025 Nance Ranch Phase I DAP - BID PROPOSAL Page I of � SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Nance Ranch, Phase 1A, Residential UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal BidGst Item Description Specification Section No. Unit of Bid Quantity Unit Price Bid Value No. Measure UNIT I: WATER IMPROVEMENTS 1 3305.0003 8" Waterline Lowering 33 05 12 EA 17 $6,294.00 $106,998.00 2 3305.0109 Trench Safety 33 05 10 LF 8206 $1.00 $8,206.00 3 3311.0001 Ductile Iron Water Fittin s w/ Restraint 33 11 11 TON 2.891 $26,791.00 $77,452.78 4 3311.0061 4" PVC Water Pipe 33 11 12 LF 66 $51.00 $3,366.00 5 3311.0261 8" PVC Water Pipe 33 11 12 LF 7402 $43.00 $318,286.00 6 3311.0251 8" DIP Water 33 11 10 LF 360 $77.00 $27,720.00 7 3311.0252 8" DIP Water, CSS Backfill 33 11 10 LF 20 $117.00 $2,340.00 8 3311.0461 12" PVC Water Pipe 33 11 12 LF 172 $91.00 $15,652.00 9 3311.0451 12" DIP Water 32 11 10 LF 71 $103.00 $7,313.00 10 3311.0452 12" DIP Water, CSS Backfill 32 11 10 LF 45 $147.00 $6,615.00 11 3312.0001 Fire Hydrant 33 12 40 EA 17 $8,561.00 $145,537.00 12 3312.0117 Connection to Existing 4"-12" Water Main 33 12 25 EA 2 $4,067.00 $8,134.00 13 3312.2003 1" Water Service 33 12 10 EA 194 $1,732.00 $336,008.00 14 3312.3003 8" Gate Valve 33 12 20 EA 30 $2,371.00 $71,130.00 15 9999.0001 1" Irrigation Service 00 00 00 EA 18 $1,721.00 $30,978.00 16 3305.1003 20" Casing By Open Cut 33 05 22 LF 70 $152.00 $10,640.00 17 3305.2002 8" Water Carrier Pipe 33 05 24 LF 70 $103.00 $7,210.00 18 9999.0001 1" Flush Point 00 00 00 EA 1 $3,215.00 $3,215.00 TOTAL UNIT I: WATER IMPROVEMENTS $1,186,800.78 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Ve�sion Mav 22_ 2019 00 42 43_B�d Proposal Nance Ranch Phase I DAP - BID PROPOSAL Page 2 of � SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Nance Ranch, Phase 1A, Residential UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal BidGst Item Description Specification Section No. Unit of Bid Quantity Unit Price Bid Value No. Measure UNIT II: SANITARY SEWER IMPROVEMENTS 1 3301.0002 Post-CCN Inspection 33 01 31 LF 9392 $2.00 $18,784.00 2 3301.0101 Manhole Vacuum Testing 33 01 30 EA 41 $193.00 $7,913.00 3 3305.0109 Trench Safety 33 05 10 LF 9392 $1.00 $9,392.00 4 3305.0113 Trench Water Stops 33 05 15 EA 29 $2,672.00 $77,488.00 5 3305.0112 Concrete Collar 33 05 17 EA 7 $2,100.00 $14,700.00 6 3331.3101 4" Sewer Service 33 31 50 EA 194 $1,497.00 $290,418.00 7 3331.4115 8" Sewer Pipe 33 11 10, 33 31 12, 33 LF 5527 $54.00 $298,458.00 8 3331.4116 8" Sewer Pipe, CSS Backfill 33 11 10, 33 31 12, 33 LF 260 $204.00 $53,040.00 9 3331.4119 8" DIP Sewer Pi e 33 11 10 LF 20 $140.00 $2,800.00 10 3331.4201 10" Sewer Pi e 11 10, 33 31 12, 33 31 LF 2298 $72.00 $165,456.00 11 3331.4202 10" Sewer Pi e, CSS Backfill 11 10, 33 31 12, 33 31 LF 190 $283.00 $53,770.00 12 3331.4205 10" DIP Sewer 33 11 10 LF 58 $162.00 $9,396.00 13 3331.4208 12" Sewer Pi e 11 10, 33 31 12, 33 31 LF 87g $86.00 $75,594.00 14 3331.4209 12" Sewer Pi e, CSS Backfill 11 10, 33 31 12, 33 31 LF 100 $299.00 $29,900.00 15 3339.1001 4' Manhole 33 39 10, 33 39 20 EA 38 $4,657.00 $176,966.00 16 3339.1002 4' Drop Manhole 33 39 10, 33 39 20 EA 3 $6,688.00 $20,064.00 17 3339.1003 4' Extra Depth Manhole 33 39 10, 33 39 20 VF 190 $350.00 $66,500.00 18 3339.0001 Epo�ry Manhole Liner 33 39 60 VF 195 $402.00 $78,390.00 19 3305.1003 20" Casing By Open Cut 33 05 22 LF 60 $202.00 $12,120.00 20 3305.3002 8" Sewer Carrier Pipe 33 05 24 LF 20 $124.00 $2,480.00 21 3305.3003 10" Sewer Carrier Pipe 33 05 24 LF 40 $170.00 $6,800.00 22 9999.0002 Connect to Existing 5' Manhole 00 00 00 EA 1 $3,729.00 $3,729.00 TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS $1,474,158.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Ve�sion Mav 22_ 2019 00 42 43_B�d Proposal Nance Ranch Phase I DAP - BID PROPOSAL Page 3 of � SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Nance Ranch, Phase 1A, Residential UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal BidGst Item Description Specification Section No. Unit of Bid Quantity Unit Price Bid Value No. Measure UNIT III: DRAINAGE IMPROVEMENTS 1 3137.0101 Concrete Ri ra 6" 31 37 00 SY 968 $110.00 $106,480.00 2 3137.0102 Large Stone Type "A" Dry Rip Rap (12" Deep) 33 49 20 EA 2250 $132.00 $297,000.00 3 3301.0012 Post-CCTV Inspection of Storm Drain 33 01 32 LF 4344 $2.00 $8,688.00 4 3305.0109 Trench Safety 33 05 10 LF 4344 $1.00 $4,344.00 5 3349.0001 4' Storm Junction Box 33 05 10 LF 5 $6,942.00 $34,710.00 6 3349.0002 5' Storm Junction Box 33 49 10 EA 3 $8,372.00 $25,116.00 7 3349.5001 10' Curb Inlet 33 49 10 EA 6 $9,472.00 $56,832.00 8 3349.5002 15' Curb Inlet 33 49 20 EA 2 $13,597.00 $27,194.00 9 3349.5003 20' Curb Inlet 33 49 20 EA 2 $14,972.00 $29,944.00 10 3349.6001 10' Recessed Inlet 33 49 20 EA 2 $9,747.00 $19,494.00 11 3349.8001 10' T e 2 Inlet 33 49 20 EA 6 $13,487.00 $80,922.00 12 3349.8002 15' T e 2 Inlet 33 49 20 EA 2 $19,922.00 $39,844.00 13 9999.0003 24" HP 31 37 00 SY 2948 $80.00 $235,840.00 14 9999.0004 30" HP 00 00 00 LF 757 $108.00 $81,756.00 15 9999.0005 36" HP 00 00 00 LF 59 $130.00 $7,670.00 16 9999.0006 48" HP 00 00 00 LF 580 $191.00 $110,780.00 17 9999.0007 24" 4:1 Sloped End Headwall 00 00 00 LF 3 $3,642.00 $10,926.00 18 9999.0008 48" 4:1 Sloped End Headwall 00 00 00 EA 1 $5,347.00 $5,347.00 19 9999.0009 4-48" 4:1 CH-PW-O Headwall W/ 1.25' Extended 00 00 00 EA 1 $23,272.00 $23,272.00 20 9999.0010 3-48" 4:1 CH-FW-O Headwall W/ 1.25' Extended 00 00 00 EA 1 $18,322.00 $18,322.00 21 9999.0011 Inlet Protection 00 00 00 EA 20 $100.00 $2,000.00 TOTAL UNIT III: DRAINAGE IMPROVEMENTS $1,226,481.00 Bid Summary UNIT I: WATER IMPROVEMENTS $1,186,800.78 UNIT II: SANITARY SEWER IMPROVEMENTS $1,474,158.00 UNIT III: DRAINAGE IMPROVEMENTS $1,226,481.00 Total Construction Bid $3,887,439.78 This Bid is submitted by the entity named below: BIDDER: ��'right Cnnsh�uction Ca InC. 6�� F..`�A��St. Grancvine, TX 760� I By' �ig�aly sagned by Lance Ba'iley DN- C=IfS. E=ioailey�w�igM1uons: com, L='W�igni C�nstr�clion Co, Inc'. � aY1['P RAiI$'/ eu=� a.�s�cem,cN-Ea�ca � e� TITLE; ae�o�� i na�e �eN�sa m�s D[iT�i:o$/2�/2025 Date.20�5.08.2]13'.11:0�-a5'00' Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Ve�sion May 22_ 2019 112 working days after the date when the 00 42 43_B�d Proposal h.���,: s ��„i: �i��,,� i u�r. n[u ri�u=o.,,�i rau �r+ SEC710N 00 42 43 Developer Awarded Pro�ects - PRQPOSAL FORM Nance RanCh, Phase 1A. Resadential UNIT PRICE BID Bidder's Application PrajaaS Itcm Ininnnucinr h�iddcrx Ih�n��utixl 13odh�;t ilcm . . �.l�sl ��( . \o CJese�'aPt�ou S�iccificalicn 5ntiui� \�;. �.lensure f3fdltivarnm' I'�irt I'si�c FSILS �'illllC UNIT fV: PAWING kMPROVEMENiS � 3211.0400 Hydrated Lime (3B Ib51sy) 31 11 29 Tf� 80� 530n.00 $245.1D6.ti0 2 3211 A501 6" Lirr�e Treaiment 32 11 29 SY 35797 54.90 �175.405.30 3 32i1-0502 8" Lime Tre�iment 32 11 29 SY �708 55.15 $4d.8d6.20 4 3213.010� 6"ConCPvmt 3213'3 5Y 11303 $54.25 $fi13,1$7.75 5 3213.0103 8" Conc Pvml 32 i3 13 5Y 4356 �51,35 $223,690.60 fi 3213.0�05 10" Conc Pvmt 32 13 13 5Y 3805 564,50 5245,422.50 7 3213.p30� 4" Conc S3dewalk 5 foot} 00 fl0 �Q SF 2082p $7,00 5145,74o_Ofl 8 3213 0301 4" Gonc Sidewalk 6 foot' 00 00 00 5F 13726 $7,00 $96,D82.00 9 3213.030i 4" Ganc Sidewalk 10 foot 00 �0 00 5F 1124fi �7,00 $78.442.OQ 10 3213.050'I Barrier Free Ramp, Type R-1 32 '�3 20 EA 5 $3 200_fl0 $16.00� �0 i 1 3213.O5D3 Sarriar Free Ramp, 1 ype M-2 32 13 2o EA 1 $2, 700.00 52, �ou no 12 3213,4506 Barrier Free Ramp, Type P-1 32 13 2d EA 21 $2,SOD.00 $52.5D0,00 13 3217,tOD2 LaneLe endArrom 321723 EP. 8 $317.00 52,536.00 14 32�7.�a0� Lane Le end Onl 32 17 23 EA G �3aa �o S7,nan nn �5 3217,2103 REFL Raisad Marlcer TY II-A-A 32 17 23 EA 36 $7_00 $252.00 16 ;s217,21�4 REFL Raised Marker TY II-C-R 32 �7 23 EA 27 $7.00 $989,00 17 3291.0100 Topsail 32 91 19 CY 119Q $95.SA $9 13.511.60 18 3292_0100 Block Sod Placement 32 9Z 13 SY 7136 56.3Q $44,956.80 19 9999.D012 6.5" Conc Pvmt 32 13 13 SY 21272 �45.BD $995_529_�0 20 9999.t1�13 Conskr 6arncade 00 00 00 �A d $1,700.00 $6,804.40 21 8999_0014 Gonstruct Std. P�mt. Header 00 DQ DC LF 11 p $20_00 $2.2�0_�0 22 9899.�415 Sawcu[ S� Remove Existing Rsphalt Pvmt o0 oo 0o SY 194 �35.00 �6 79D.0� z3 9999.0010 Pedestr�an Rail DO DO 60 LF B5 �2oo.o0 �"17,Q00.00 24 9999.0017 REFL PAV MRK TY 1 Y 6" �BL S�Q 00 00 OC LF 14q5 $5.20 $7,514.OD 25 9999,0016 REFL PAV MRKTY I(VN�(6")(SL�j �0 aC 00 LF 534 $2.60 $1,388.40 2fi 9999.0019 5treek Sign R2-1 00 00 00 EA z $190.00 w380.00 27 9999.Q020 Street Sign R3-8R p0 00 00 EA 3 $190.00 SS?0.�� 2B 9999.Ofl21 Stap Signs OD 04 00 EA 15 599A0 $1,470_00 29 9999.0022 5treet Name Slade Pair OD 00 00 EA 20 $ifl0.�0 52 000.00 30 9999,0023 5traet Sign Pale 00 00 04 EA 23 $2fi0.06 �5,980.40 TDTAL L1NIT IV: PAVING IMPROVEMEf�TS S3.150.519.75 ISid Summary UNIT IU: F'AVING IhAPRtJVEMENTS 53.450-599.75 7'i�rnl ('unx�eu�fiim liid $3,1${f�$1J.7$ TE115 Ri[I iti xuhmittctl 6� thr enlii�� named l�rluw: Bf D➢F.R: <.I����:� li.�,�:�::��:.; � , i;�,. .-€�ai. �,v,�.������: . � � �, . C.ontrnetur e�rees ta cnmpleie �i'OHK ii�r EiiV.�1..1C(:EP'[":1M1C F within {;UM17'H.iS:'f cwnmencrs co run as pro�idcd in [hc Gcncral ('uudirians. EtiU OF' 5EC'TIOA P'TT�' C�F Ff)RT'�i'i�RTH ST�VN�AR➢t'ONSTAI:CTf�}ti tiPFCIFIi'.:\'I'iLlK �UClI�I.ENI"5 -➢E4EL{�pE� A�1•AHLJtib PRil16CI5 Ivmi 1'�r,aa�'Nm '_.=��17 � Bl :Jr��_ � re� I'ITI.F,: COiVTR�i(�� r1A1V:ilikk naTv.; ���� HU�kin� A;iYS TfICr thC dT[P Wh4•n [hp �in �Iu 13_UW PiuR�sal.�l�e Nance Ranch PhAse 1 DAP - BID PROPOSAL Page 5 of 5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Nance Ranch, Phase 1A, Residential UNIT PRICE BID Bidder's Application Projcct Itcm Infomiation Biddcr's Proposal Bidlist Item DescripUon Specification SecUo� No. U�ut of B�d Quanhry Uiut Price Bid Value No. Measure UNIT V: STREET LIGHTING IMPROVEMENTS 1 2605.3015 2" CONDT PVC SCH 80 (T) 26 05 33 LF 7938 $29.93 $237,584.34 2 3441.3002 Rdwy Illum Assembly TY 8,11,D-25, and D-30 34 41 20 EA 34 $2,635.00 $89,590.00 3 3441.3003 Rdw Illum Assmbl TY 18,18A,19, and D-4( 34 41 20 EA 12 $4,270.00 $51,240.00 4 3441.3201 LED Lighting Fixture (50V� 34 41 20 EA 34 $380.00 $12,920.00 5 3441.3201 LED Lighting Fixture (138V� 34 41 20 EA 17 $573.00 $9,741.00 6 3441.1632 Install T e 33A Arrr 34 41 20 EA 17 $298.00 $5,066.00 7 3441.1633 Install T e 33B Arrr 34 41 20 EA 34 $298.00 $10,132.00 8 3441.3301 Rdwy Illum Foundation TY 1,2, and 4 34 41 20 EA 34 $2,169.00 $73,746.00 9 3441.3302 Rdw Illum Foundation TY 3,5,6, and F 34 41 20 EA 12 $2,555.00 $30,660.00 10 9999.0024 3-#2 Copper Wire 00 00 00 LF 2271 $15.21 $34,541.91 11 9999.0025 3-#10 Copper Wire 00 00 00 LF 5667 $5.85 $33,151.95 TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS $588,373.20 Bid Summar UNIT V: STREET LIGHTING IMPROVEMENTS $588,37320 Total Construction Bid $588,373.20 This Bid is submitted by the entity named below: BIDDER: [ndcpcndcnt l filiri� Cnr�sh�uction, [nc. 5109 Sun Vallcy Dri�c Fort Worth, TX 761 L') Contractor agrees to complete WORK for FI�'AL ACCEPTANCE within CONTRACT commences to run as provided in the General Condirions. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEV ELOPER AWARDED PROJECTS Fomi Vecsion May 22. 2019 BY: c � TITLE: DATE: 120 working days after the date when the 00 42 43_Bid Proposal xlsx