Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
064368 - Construction-Related - Contract - TSMJV LLC
City Contract Number: 64368 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 TSMJV LLC ("Developer"), acting by and through its duly authorized representative. City and Developer are referred to herein individually as a "party" and collectively as the "parties." WHEREAS, Developer is constructing private improvements or subdividing land within the corporate limits of Fort Worth, Texas or its extraterritorial jurisdiction, for a project known as Normandy Farms ("Project"); and WHEREAS, the City desires to ensure that all developments are adequately served by public infrastructure and that the public infrastructure is constructed according to City standards; and WHEREAS, as a condition of approval of the Project, Developer is required to bear a portion of the costs of municipal infrastructure by constructing the public infrastructure necessary for the Project as described in this Agreement ("Community Facilities" or "Improvements"); and WHEREAS, as a condition of approval of the Project, Developer is required to meet the additional obligations contained in this Agreement, and Developer may be required to make dedications of land, pay fees or construction costs, or meet other obligations that are not a part of this Agreement; and WHEREAS, the City is not participating in the cost of the Improvements or Project; and WHEREAS, the Developer and the City desire to enter into this Agreement in connection with the collective Improvements for the Project; NOW, THEREFORE, for and in consideration of the covenants and conditions contained herein, the City and the Developer do hereby agree as follows: 1. CFA Ordinance The Community Facilities Agreements Ordinance ("CFA Ordinance"), as amended, is incorporated into this Agreement by reference, as if it was fully set out herein. Developer agrees to comply with all provisions of the CFA Ordinance in the performance of Developer's duties and obligations pursuant to this Agreement and to cause all contractors hired by Developer to comply with the CFA Ordinance in connection with the work performed by the contractors. If a conflict exists between the terms and conditions of this Agreement and the CFA Ordinance, the CFA Ordinance shall control. City of Fort Worth, Texas OFFICIAL RECORD Page 2 of 16 Standard Community Facilities Agreement CITY SECRETARY Rev. 9/21 FT. WORTH, TX 2. Incorporation of Engineering Plans The engineering plans for the Improvements that have been approved by the City ("Engineering Plans") are incorporated into this Agreement by reference as if fully set out herein. Developer shall provide at its expense, unless otherwise agreed to by City, all engineering drawings and documents necessary to construct the Improvements required by this Agreement. 3. Description of Improvements; Exhibits and Attachments The following exhibits describe the general location, nature and extent of the Improvements that are the subject of this Agreement and are attached hereto and incorporated herein by reference: © Exhibit A: Water ® Exhibit A-1: Sewer ® Exhibit B: Paving ® Exhibit 13-1: Storm Drain ❑X Exhibit C: Street Lights & Signs The Location Map and Cost Estimates are also attached hereto and incorporated herein by reference. To the extent that Exhibits A, A-1, B, B-1, C, the Location Map, or the Cost Estimates conflict with the Engineering Plans, the Engineering Plans shall control. If applicable, Attachment 1 — Changes to Standard Community Facilities Agreement, Attachment 2 — Phased CFA Provisions, and Attachment 3 — Concurrent CFA Provisions, are attached hereto and incorporated herein for all purposes. 4. Construction of Improvements Developer agrees to cause the construction of the Improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and specifications, the Engineering Plans, the Cost Estimates provided for the Improvements, and this Agreement. Developer acknowledges that City will not accept the Improvements until the City receives affidavits and lien releases signed by Developer's contractors verifying that the contractors, and all subcontractors and material suppliers, have been paid in full for constructing the Improvements, and consent of the surety on payment and performance bonds provided for the Improvements. 5. Financial Guarantee Developer has provided the City with a financial guarantee in the form and amounts set forth in this Agreement which guarantees the construction of the Improvements and payment by Developer of all contractors, subcontractors, and material suppliers for the Improvements ("Financial Guarantee"). Developer shall keep the Financial Guarantee in full force and effect until released by the City and shall not reduce the amount of the Financial Guarantee unless authorized by the City in accordance with the CFA Ordinance. City of Fort Worth, Texas Page 3 of 16 Standard Community Facilities Agreement Rev. 9/21 6. Completion Deadline; Extension Periods This Agreement shall be effective on the date this Agreement is executed by the City's Assistant City Manager ("Effective Date"). Developer shall complete construction of the Improvements and obtain the City's acceptance of the Improvements within two (2) years of the Effective Date ("Term"). If construction of the Improvements has started during the Term, the Developer may request that this Agreement be extended for an additional period of time ("Extension Period"). All Extension Periods shall be agreed to in writing by the City and the Developer as set forth in a written amendment to this Agreement. In no event shall the Term of this Agreement plus any Extension Periods be for more than three years. 7. Failure to Construct the Improvements (a) The City may utilize the Developer's Financial Guarantee to cause the completion of the construction of the Improvements if at the end of the Term, and any Extension Periods, the Improvements have not been completed and accepted by the City. (b) The City may utilize the Developer's Financial Guarantee to cause the completion of the construction of the Improvements or to cause the payment of costs for construction of the Improvements before the expiration of the Term, and any Extension Period, if the Developer breaches this Agreement, becomes insolvent, or fails to pay costs of construction. (c) If the Financial Guarantee is a Completion Agreement and the Developer's contractors or suppliers are not paid for construction costs or materials supplied for the Improvements the contractors and suppliers may place a lien upon any property which the City does not have an ownership interest that is the subject of the Completion Agreement. (d) Nothing contained herein is intended to limit the Developer's obligations under the CFA Ordinance, this Agreement, the Financial Guarantee, Developer's agreements with Developer's contractors, or other related agreements. 8. Termination If Developer desires to terminate this Agreement before Developer's contractors begin constructing the Improvements, Developer agrees to the following: (a) that Developer and City must execute a termination of this Agreement in writing; (b) that Developer will vacate any final plats that have been filed with the county where the Project is located; and (c) to pay to the City all costs incurred by the City in connection with this Agreement, including time spent by the City's inspectors at preconstruction meetings. 9. Award of Construction Contracts City of Fort Worth, Texas Page 4 of 16 Standard Community Facilities Agreement Rev. 9/21 (a) Developer will award all contracts for the construction of the Improvements and cause the Improvements to be constructed in accordance with the CFA Ordinance. (b) Developer will employ construction contractors who meet the requirements of the City to construct the Improvements including, but not limited, to being prequalified, insured, licensed and bonded to construct the Improvements in the City. (c) Developer will require Developer's contractors to provide the City with payment and performance bonds naming the City and the Developer as dual obligees, in the amount of one hundred percent (100%) of the cost of the Improvements as required by the CFA Ordinance. The payment and performance bonds shall guarantee construction of the Improvements and payment of all subcontractors and material suppliers. Developer agrees to require Developer's contractors to provide the City with a maintenance bond naming the City as an obligee, in the amount of one hundred percent (100%) of the cost of the Improvements, that guarantees correction of defects in materials and workmanship for the Improvements by the contractor and surety for a period of two (2) years after completion and final acceptance of the Improvements by the City. All bonds must be provided to the City before construction begins and must meet the requirements of the City's Standard Conditions, Chapter 2253 of the Texas Government Code, and the Texas Insurance Code. (d) Developer will require Developer's contractors to provide the City with insurance equal to or in excess of the amounts required by the City's standard specifications and contract documents for developer -awarded infrastructure construction contracts. The City must be named as an additional insured on all insurance policies. The Developer must provide the City with a Certificate of Insurance (ACORD or form approved by the State of Texas), supplied by each contractor's insurance provider, which shall be made a part of the Project Manual. (e) Developer will require the Developer's contractors to give forty-eight (48) hours' advance notice of their intent to commence construction of the Improvements to the City's Construction Services Division so that City inspection personnel will be available. Developer will require Developer's contractors to allow construction of the Improvements to be subject to inspection at any and all times by the City's inspectors. Developer will require Developer's contractors to not install or relocate any sanitary sewer, storm drain, or water pipe unless a City inspector is present and gives consent to proceed, and to allow such laboratory tests as may be required by the City. (f) Developer will not allow Developer's contractors to begin construction of the Improvements until a notice to proceed to construction is issued by the City. (g) Developer will not allow Developer's contractors to connect buildings to service lines of sewer and water mains constructed pursuant to this Agreement, if any, until said sewer, water mains and service lines have been completed to the satisfaction of the City. 10. Utilities Developer shall cause the installation or adjustment of utilities required to: (1) serve the Project; and (2) to construct the Improvements required herein. City shall not be responsible for payment of any costs that may be incurred by Developer in the relocation of any utilities that are or may be in conflict with any of the Improvements to be constructed pursuant to this Agreement. City of Fort Worth, Texas Page 5 of 16 Standard Community Facilities Agreement Rev. 9/21 11. Easements and Rights -of -Way Developer agrees to provide, at its expense, all necessary rights -of -way and easements required for the construction and dedication to the City of the Improvements provided for by this Agreement. 12. Liability and Indemnification (a) DEVELOPER HEREBY RELEASES AND AGREES TO INDEMNIFY, DEFEND AND HOLD THE CITY HARMLESS FOR ANY INADEQUACIES IN THE PRELIMINARY PLANS, SPECIFICATIONS, ENGINEERING PLANS, AND COST ESTIMATES SUPPLIED BY THE DEVELOPER FOR THIS AGREEMENT. (b) THE DEVELOPER COVENANTS AND AGREES TO, AND BY THESE PRESENTS DOES HEREBY FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY, ITS OFFICERS, AGENTS AND EMPLOYEES FROM ALL SUITS, ACTIONS OR CLAIMS OF ANYCHARACTER, WHETHER REAL OR ASSERTED, BROUGHT FOR OR ONACCOUNT OFANYINJURIES OR DAMAGES SUSTAINED BYANYPERSONS, INCLUDING DEATH, OR TO ANY PROPERTY, RESULTING FROM OR IN CONNECTION WITH THE CONSTRUCTION, DESIGN, PERFORMANCE OR COMPLETION OF ANY WORK TO BE PERFORMED BY SAID DEVELOPER, ITS CONTRACTORS, SUBCONTRACTORS, OFFICERS, AGENTS OR EMPLOYEES, OR IN CONSEQUENCE OF ANY FAILURE TO PROPERLY SAFEGUARD THE WORK, OR ONACCOUNT OFANYACT, INTENTIONAL OR OTHERWISE, NEGLECT OR MISCONDUCT OF SAID DEVELOPER, ITS CONTRACTORS, SUB -CONTRACTORS, OFFICERS, AGENTS OR EMPLOYEES, WHETHER OR NOT 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 INANY WAY CONNECTED WITH, THE CONSTRUCTION OF THE IMPROVEMENTS CONTEMPLATED HEREIN, WHETHER OR NOT SUCH INJURIES, DEATH OR DAMAGES ARE CAUSED, IN WHOLE OR IN PART, BY THE ALLEGED NEGLIGENCE OF THE CITY OF FORT WORTH, ITS OFFICERS, SERVANTS, OR EMPLOYEES. FURTHER, DEVELOPER WILL REQUIRE ITS CONTRACTORS TO INDEMNIFY, DEFEND, AND HOLD HARMLESS THE CITY FOR ANY LOSSES, DAMAGES, COSTS OR EXPENSES SUFFERED BY THE CITY OR CAUSED AS A RESULT OF SAID CONTRACTORS' FAILURE TO COMPLETE THE WORK AND CONSTRUCT THE IMPROVEMENTS IN A GOOD AND WORKMANLIKE MANNER, FREE FROM DEFECTS, IN CONFORMANCE WITH THE CFA ORDINANCE, AND INACCORDANCE WITH ALL PLANS AND SPECIFICATIONS. 13. Right to Enforce Contracts City of Fort Worth, Texas Page 6 of 16 Standard Community Facilities Agreement Rev. 9/21 Upon completion of all work associated with the construction of the Improvements, Developer will assign to the City a non-exclusive right to enforce the contracts entered into by Developer with its contractors, along with an assignment of all warranties given by the contractors, whether express or implied. Further, Developer agrees that all contracts with any contractor shall include provisions granting to the City the right to enforce such contracts as an express intended third -parry beneficiary of such contracts. 14. Estimated Fees Paid by Developer; Reconciliation Prior to execution of this Agreement, Developer has paid to the City the estimated cost of administrative material testing service fees, construction inspection service fees, and water testing lab fees in the amounts set forth in the Cost Summary section of this Agreement. Upon completion of the construction of the Improvements, the City will reconcile the actual cost of administrative material testing service fees, construction inspection service fees, and water testing lab fees with the estimated fees paid by Developer. If the actual costs of the fees are more than the estimated payments made by the Developer, the Developer must pay the difference to the City before the Improvements will be accepted by the City. If the actual costs of the fees are less than the estimated payments made by the Developer, the City will refund the difference to the Developer. If the difference between the actual costs and the estimated payments made by the Developer is less than fifty dollars ($50.00), the City will not issue a refund and the Developer will not be responsible for paying the difference. The financial guarantee will not be released by the City or returned to the Developer until reconciliation has been completed by the City and any fees owed to the City have been paid by the Developer. 15. Material Testing The City maintains a list of pre -approved material testing laboratories. The Developer must contract with material testing laboratories on the City's list. Material testing laboratories will provide copies of all test results directly to the City and the Developer. If the Improvements being constructed fail a test, 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, Texas Standard Community Facilities Agreement Rev. 9/21 DEVELOPER: TSMJV LLC 251 S. Mill St., Ste 130 Page 7 of 16 City of Fort Worth Lewisville, Texas 75057 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, City of Fort Worth, Texas Page 8 of 16 Standard Community Facilities Agreement Rev. 9/21 Developer shall have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers. Developer acknowledges that the doctrine of respondeat superior shall not apply as between the City and its officers, representatives, agents, servants and employees, and Developer and its employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers. Developer further agrees that nothing herein shall be construed as the creation of a partnership or joint enterprise between City and Developer. It is further understood that the City shall in no way be considered a co -employer or a joint employer of Developer or any employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers of Developer. Neither Developer, nor any officers, agents, servants, employees or subcontractors of Developer shall be entitled to any employment benefits from the City. Developer shall be responsible and liable for any and all payment and reporting of taxes on behalf of itself, and any of employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers. The City, through its authorized representatives and employees, shall have the sole and exclusive right to exercise jurisdiction and control over City employees. 19. Applicable Law; Venue This Agreement shall be construed under and in accordance with Texas law. Venue shall be in the state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. 20. Non -Waiver The failure of the City to insist upon the performance of any term or provision of this Agreement or to exercise any right herein conferred shall not be construed as a waiver or relinquishment to any extent of City's right to assert or rely on any such term or right on any 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. City of Fort Worth, Texas Page 9 of 16 Standard Community Facilities Agreement Rev. 9/21 24. Review of Counsel City and Developer, and if they so choose, their attorneys, have had the opportunity to review and comment on this document; therefore any rule of contract construction or interpretation that would normally call for the document to be interpreted as against the drafting party shall not apply in interpretation of this Agreement, and each section, portion, and provision of this Agreement shall be construed solely on the basis of the language contained therein, regardless of who authored such language. 25. Prohibition on Boycotting Israel Developer acknowledges that in accordance with Chapter 2271 of the Texas Government Code, the City is prohibited from entering into a contract with a company with 10 or more full-time employees that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" have the meanings ascribed to those terms by Chapter 2271 of the Texas Government Code. To the extent that Chapter 2271 of the Government Code is applicable to this Agreement, by signing this Agreement, Developer certifies that Developer's signature provides written verification to the City that Developer: (1) does not boycott Israel; and (2) will not boycott Israel during the term of this Agreement. 26. Prohibition on Boycotting Energy Companies Developer acknowledges that in accordance with Chapter 2276 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2, and redesignated from Chapter 2274 of the Texas Government Code by Acts 2023, 88th Leg., R.S., Ch. 768 (H.B. 4595), Sec. 24.001(22), the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "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 City of Fort Worth, Texas Page 10 of 16 Standard Community Facilities Agreement Rev. 9/21 during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Developer certifies that Developer's signature provides written verification to the City that Developer: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. 28. Immigration and Nationality Act Developer shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Developer shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Developer shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Developer employee who is not legally eligible to perform such services. DEVELOPER SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY DEVELOPER, DEVELOPER'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Developer, shall have the right to immediately terminate this Agreement for violations of this provision by Developer. 29. Amendment No amendment, modification, or alteration of the terms of this Agreement shall be binding unless the same is in writing, dated subsequent to the date hereof, and duly executed by the City and Developer. 30. Assignment and Successors 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 City of Fort Worth, Texas Page 11 of 16 Standard Community Facilities Agreement Rev. 9/21 and understood that, if City calls to the attention of Developer any such violation on the part of Developer or any of its officers, agents, servants, employees, or subcontractors, then Developer shall immediately desist from and correct such violation. 33. Signature Authority The person signing this Agreement on behalf of Developer warrants that he or she has the legal authority to execute this Agreement on behalf of the Developer, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the entity. The City is fully entitled to rely on this warranty and representation in entering into this Agreement. 34. Counterparts This Agreement may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. 35. Entire Agreement This written instrument, together with any attachments, exhibits, and appendices, constitutes the entire understanding between the City and Developer concerning the work to be performed hereunder, and any prior or contemporaneous, oral or written agreement that purports to vary from the terms hereof shall be void. [REMAINDER OF PAGE INTENTIONALLY BLANK] City of Fort Worth, Texas Page 12 of 16 Standard Community Facilities Agreement Rev. 9/21 36. Cost Summary Sheet Project Name: Normandy Farms CFA No.: 25-0130 City Project No.: 105438 IPRC No.: 24-0029 Ite ms A. Water and Sewer Construction 1. Water Construction 2. Sewer Construction Water and Sevver Construction Total 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: Fin nnr inl r—.—fnn nnfinnc rh—cn nnn Developer's Cost $ 912,674.00 $ 1,211,278.72 $ 2,123,952.72 $ 1,329,536.00 $ 1,375,828.00 $ 302,555.84 $ 3,007,919.84 $ 5,131,872.56 $71,887.50 $21,496.80 $1,518.75 $ 94,903.05 Choice A--f /Mark -1 Bond = 100% $ 5,131,872.56 Completion Agreement = 100%/ Holds Plat $ 5,131,872.56 X Cash Escrow Water/Sanitary Sewer= 125% $ 2,654,940.90 Cash Escrow Paving/Storm Drain = 125% $ 3,759,899.80 Letter of Credit = 125% $ 6,414,840.70 Escrow Pledge Agreement = 125% $ 6,414,840.70 City of Fort Worth, Texas Standard Community Facilities Agreement Rev. 9/21 Page 13 of 16 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 C�4� Jesica McEachern Assistant City Manager Date: 11/23/2025 Recommended by: Dwayne Hollars Sr. Contract Compliance Specialist Development Services Approved as to Form & Legality: cvW9aM4- Jessika Williams Assistant City Attorney M&C No. N/A Date: 11/18/2025 Form 1295: N/A ATTEST: Jannette S. Goodall City Secretary City of Fort Worth, Texas Standard Community Facilities Agreement Rev. 9/21 DEVELOPER TSMJV LLC bdga,l a aYl' behzad jafari (Nov 17, 202 16:33:09 CST) Benny Jafari President Date: 11/17/2025 Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Kandice Merrick Contract Manager OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 14 of 16 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 A-1: Sewer Improvements ® Exhibit B: Paving Improvements ® Exhibit B-1: Storm Drain Improvements ® Exhibit C: Street Lights and Signs Improvements ® Cost Estimates (Remainder of Page Intentionally Left Blank) City of Fort Worth, Texas Page 15 of 16 Standard Community Facilities Agreement Rev. 9/21 ATTACHMENT "I" Changes to Standard Community Facilities Agreement City Project No. 105438 None City of Fort Worth, Texas Page 16 of 16 Standard Community Facilities Agreement Rev. 9/21 GRAPHIC SCALE 0 100 200 400 I 1 inch = 200 ft. —T HILLCREST COURT EAST \ ti PROP 8" W 11 68X Lot L t Lot Lot 67X 1 2 3 4 1 -- X-152 SITE LEGEND �\ PROP 8 W 1 58 59 60 61 RIDGEPOINTEROAD EXIST. WATER \ Approximate Location FEMA Floadway area in Zone A" 57 36 Lot 1 ----- PROP. WATER os smled 6om FIRM Map N— r 48121CO29OG Slreel D A Lot 1 PROP. F.H. ASSEMBLY 2:1 effective 912512009 37 Lot ported from snape File at FFMA.gav) U'a 1 ~ PROP. GATE VALVE A m 56 1 °@ 2 I 36 Lot O ® 3 Lot O ', L 55 35 Lot 31)c m 1 54 o — , 4 34 Lot s 66X g 1 33 Lot J � a 6 E \ ♦ `PROP 8" W 32 Lot m 31 Loot 63X Lot Lot 4 \ \ � 1 30 9 C.F.A. EXHIBIT '✓� b X d ffiI 29 Lot 10 I OWNER/DEVELOPER NORMANDY FARMS I 28 Lot 11 TSMJV, LLC WATER A-- 27 o L12t 4039 KELLER—HASLET ROAD EXHIBIT 'A' Lot 5 I 53 26 Lot FORT WORTH, TEXAS IPRC # 24-0029 52 � 1 1 13 Ph. 972-533-8353 CITY PROJECT NO. 105438 PROP 8" W 25 is FID NO. 30114-0200431-105438-EO7685 Contact: HENRY RAHMANI 51 FILE NO. W-3034 31 / 24 Lot 15 50 I 30 \ 23 Lot 16 The John R. McAdams Lot 1 49 " Company, Inc. 6 \ I 22 4400 State Highway 121, Suite 800 I 48 Lot Lewisville, Texas 75056 29 \ I 21 17 972.436.9712 \ 201 Country View Drive I/ 47 \ 20 Lot Roanoke, Texas 76262 6 5 X 2$ 13 940. 240. 1012 46 WADAMS TBPE: TBPsco.co 94440 \ 119 Lot AM.rn www.mcadamsco.com Lot 7 \ 27 I 1 Lot 19 45 20 — — — — — _ — _ _ MAT, HLINESHEET2 _ _ _ _. _ _ — 1 _ _ _ _ DRAWN BY: CT DATE: 09 04 2025 SCALE: 1" = 200' SHEET NO.2 OF 12 / / _ MATCHLINESHEE 2 _ MATCHLINE SHEET \ Lot \ 21 25 32 43 Loot 24 I \ I \� Lot I> \I\ 33 42 al 22 23 \ o m 34 1 41 Lot 23 ewe' 22 Z I \ ej�ae0oa 35 a 14 , Lot 21 36 Lot 24 9 20 \ PROP 8" W I 37 139 40 19 38 1 Street B \ Lot 17 13 - - 14 Aypo+mateLomt FENA flooMny area in Zane R" 16 18 � Leo Nw NNM Mq+ Numba 48I1IC0130G \ I 12 15 eHectice 9/25/1Lb9 15 17 \ I 11 16 \ 14 I 16 t PROP 8" W I 10 17 I 13 I 15 \ Lot 11 � 1 9 18 1 12 14 8 19 I 1 11 I 13 7 g 20 PROP 8- W 10 12 6 21 Lot 9 w 11 12 a 5 22 61 8 & N 10 7 ZI 4 23 Z 9 l a I 3 I 24 I 6 I 8 Lot Lot I 2 25 7R Lot Lot Lot 13 5 7 8 9 10 Lot 1 26 4 6P.PRAIRIE 3 treet - PROP 8" W 5 14 2 1 2 346R Lot Lot Lit 1 C I 64X I 40X - X-9015 - - - - - - _ _ M_ ra�, ra, rr. rr. KELLER HASLET RD T Lot of L8 Lot Lot Lot Lot 4 3 2 1 Lot Lot Lot Lot Lot o -�Lot2jL"otW2 3 4 56 m GRAPHIC SCALE 0 100 200 400 1 inch = 200 ft. SITE LEGEND EXIST. WATER — — — PROP. WATER PROP. F.H. ASSEMBLY H PROP. GATE VALVE OWNER/DEVELOPER TSMJV, LLC 9 KELLER-HASLET ROAD FORT WORTH, TEXAS Ph. 972-533-8353 Contact: HENRY RAHMANI C.F.A. EXHIBIT NORMANDY FARMS WATER EXHIBIT 'A' IPRC # 24-0029 CITY PROJECT NO. 105438 FID NO. 30114-0200431-105438-EO7685 FILE NO. W-3034 The John R. McAdams " Company, Inc. 4400 State Highway 121, Suite 800 Lewisville, Texas 75056 972. 436. 9712 201 Country View Drive Roanoke, Texas 76262 940. 240. 1012 WADAMS 0 TBPEwww.mc www.mcadamsco.com DRAWN BY: CT DATE: 09/04/2025 SCALE: 1" = 200' SHEET NO.3 OF 12 1 GRAPHIC SCALE ` ♦ 0 100 200 400 1 inch = 200 ft. ♦ ♦ 1 / -- SITE LEGEND EXIST. SS — — — PROP. SS PROP. SSMH i i 8" SS LINE SS-3 — HILLCREST COURT EAST 8" SS LINE SS-1.A 68X Lit Lot Lot Lot Lot L6t _ 67X -- C.F.A. EXHIBIT 8" SS LINE SS-1.B 58 59 60 61 _ RIDGEPOINTEROADss _ x-152 OWNER/DEVELOPER NORMANDY FARMS Approximate Location A" 38 Lot TSMJV LLC WASTEWATER FEMA Floodway area in Zone cared from RRM Mop Number 48121CO29OG 57 StreeCl , t Lot Lot 1 2 r 4039 KELLER—HASLET ROAD EXHIBIT'Al ' effective 91251200.9 37 Lot (imported from Shope File at 2 FORT WORTH, TEXAS IPRC # 24-0029 FEMA.g°v) 1 56 W 1 2 I 36 L3t Ph. 972-533-8353 CITY PROJECT NO. 105438 ® Lot Lot L FID NO. 30114-0200431-105438-EO7685 8" SS LINE SS-2 55 I 35 Lot 39 38 Contact: HENRY RAHMANI FILE NO. W-3034 L 4 54 — 3� Lot s \ 6 � The John R. McAdams \ 33 Lot < " Company, Inc. 4400 State Highway 121, Suite 800 \ L I 32 Lot Lewisville, Texas 75056 8" SS LINE SS-1 972.436.9712 ♦ 1 31 Lot 201 Country View Drive ♦ \ g Roanoke, Texas 76262 ♦ 63X \ 1 Lot 940.240.1012 TBPE: 19762 TBPLS: 10194440 - - 4 \ I 30 9 MCADAMS \ www.mcadamsco.com \ 162X ¢ 2� Lot y 10 MATCHL NE SHEET41� _L, _ _ DRAWN BY: CT DATE: 09/04/2025 SCALE:1" = 200' SHEET N0.40F 12 SITE LEGEND GRAPHIC SCALE 0 100 200 400 1 inch = 200 ft. EXIST. SS — --- PROP. SS PROP. SSMH WNER/DEVELOPER TSMJV, LLC 9 KELLER-HASLET ROAD FORT WORTH, TEXAS Ph. 972-533-8353 Contact: HENRY RAHMANI T C.F.A. EXHIBIT NORMANDY FARMS WASTEWATER EXHIBIT'Al' IPRC # 24-0029 CITY PROJECT NO. 105438 FID NO. 30114-0200431-105438-EO7685 FILE NO. W-3034 WADAMS The John R. McAdams Company, Inc. 4400 State Highway 121, Suite 800 Lewisville, Texas 75056 972.436.9712 201 Country View Drive Roanoke,Texas 76262 940. 240. 1012 TBPE: 19762 TBPLS: 10194440 www.mcadamsco.com DRAWN BY: CT DATE: 09/04/2025 SCALE: 1" = 200' SHEET NO.5 OF 12 MATCINE S EET 5 13 MATCH INE 5 EET 61 , 15 Lot I I 9 18 I I 12 14 8 19 I � 13 � 8" SS LINE SS- I 7 03 20 10 12 I 6 21 Lot 9 > I a 1112 8" SS LINE SS-1 o 5 22 2 8 & N 10 4 23 7 Z , 9 a 3 24 6 I 8 Lot Lot 2 25 7R Lot 8 Lot Lot 13 5 7 9 10 1 26 4 6aR 3Street A — 5Lot 2 1 2 14 3 4 Lit C64X 40X_ _ X-9015 KELLER HASLET RD L8t Lot Lot 6 Lot 5 Lot 4 Lot Lot 3 2 Lot 1 a �+ 0 Lot 1 Lot 2 Lot 3 as LotRpLot�LotLot 4 5 6 7 Lot Lot 8 9 Lot a 11 SITE LEGEND GRAPHIC SCALE 0 100 200 400 1 inch = 200 ft. EXIST. SS PROP. SS PROP. SSMH OWNER/DEVELOPER TSMJV, LLC 4039 KELLER—HASLET ROAD FORT WORTH, TEXAS Ph. 972-533-8353 Contact: HENRY RAHMANI C.F.A. EXHIBIT NORMANDY FARMS WASTEWATER EXHIBIT'Al' IPRC # 24-0029 CITY PROJECT NO. 105438 FID NO. 30114-0200431-105438-EO7685 FILE NO. W-3034 The John R. McAdams " Company, Inc. 4400 State Highway 121, Suite 800 Lewisville, Texas 75056 972.436.9712 201 Country View Drive Roanoke,Texas 76262 940.240.1012 WADAMS 0 TBPEwww.mc www.mcadamsco.com DRAWN BY: CT DATE: 09/04/2025 SCALE: 1" = 200' SHEET NO.6OF 12 1 GRAPHIC SCALE o ioa zoo aoo I 1 inch = 200 ft. T L HILLCREST COURT EAST — 5 LOT 68X SIDEWALK ry BY DEVELOPER 68X Lot Lot Lot Lot l 67X 1 2 3 4 -- SITE LEGEND RIDGEPOINTE ROAD 1 53 59 60 61 CONCRETE PVMT. Approximate Location FEMA Floadway area in Zone 'A" I 57 38 Lot 1 Lot �' as --led from FIRM Map Number 48121CO29OG r O CONCRETE SIDEWALK �11 effective 912512009 37 Lot ported from Shope File at 2 A FFMA.ga ) t 56 1 2 m 36 Lot D 3 Lot O 1t c L 55 35 Lot 39 m D ti 54 o LOT 66X & 63 ` 34 Lot 5 0 SIDEWALK BY D VELOPER 66X 33 Loot _\ L 32 t 7 m 31 Lot 8 63X Lot Lot 4 � �\ � 30 9 C.F.A. EXHIBIT 62X ; 29 L Lot I 10 OWNER/DEVELOPER NORMANDY FARMS t I 28 Lot 1 ` 11 TSMJV, LLC PAVING I A -- 27 o L12t 4039 KELLER-HASLET ROAD EXHIBIT 'B' Lot 5 1 53 26 Lot FORT WORTH, TEXAS IPRC # 24-0029 52 13 Ph. 972-533-8353 CITY PROJECT NO. 105438 25 Lot FID NO. 30114-0200431-105438-EO7685 14 Contact: HENRY RAHMANI � 51 FILE NO. W-3034 31 24 Lot 15 LOT 63X SIDEWALK 50 BY DEVELOPER / 30 23 Lot 16 The John R. McAdams Lot 1 49 i " Company, Inc. 6 22 4400 State Highway 121, Suite 800 1 43 L17t Lewisville,Texas xaa7125056 LOT 65X SIDEWALK 29 21 FWADAMS BY DEVELOPER 201 Country View Drive I� 47 20 Lot Roanoke, Texas 76262 65X 2$ 18 940. 240. 1012 46 TBPE: 40 � 119 Lot w.m damscTBPLS.com www.mcadamsco.com Lot 7 27 1 Lot20 19 45 — — — — — — MATCHLMIE SHEE _ _ _ — _ 1 _ _ _ _ DRAWN BY: CT DATE: 09 04/ 2025 SCALE: 1" = 200' SHEET NO.7 OF 12 / GRAPHIC SCALE MATCHLINESHEE MATCHLINESHEET \ \ Lot 21 0 100 200 400 25 32 43 t Lot a 24 I \\ Lot 1 inch = 200 ft. I I 33 42 22 � 23 1 \ i 22 34 35 4�1 6s ewe ejaea� a - Lot 21 I 36 4 Lot 24 9 20 37 '39 40 SITE LEGEND 19 38 i LOT 39X SIDEWALK CONCRETE PVMT. _ 39X BY DEVELOPER Lot 17 Aypa+mateLarnt 0 CONCRETE SIDEWALK 13 14 FENA flaaMny area in Zane R" 16 8 1® � s se�e0 M1 12 Mq+ Numba 48I1IC000130G \ 12 15 eHectice 9/25/1Lb9 15 11 16 17 \ \ 14 16 t 10 17 13 15 9 i 18 12 14 � 11 8 19 13 � � 7 R 20 \ 10 12 6 21 Llo2t 9 11 C.F.A. EXHIBIT 5 22 1® 7 4 23 9 OWNER/DEVELOPER NORMANDY FARMS TSMJV, LLC PAVING 3 I 24 6 ; 8 4039 KELLER—HASLET ROAD EXHIBIT 'B' Lot 2 25 Lot 7R Lot Lot Lot FORT WORTH TEXAS IPRC # 24-0029 13 5 7 e 9 to Ph. 972-533-8353 CITY PROJECT NO. 105438 1 26 FID NO. 30114-0200431-105438-EO7685 4 6 PRAIRIE MEADOWCT Contact: HENRY RAHMANI FILE NO. W-3034 3 Lot 14 2 1 2 5 Lot 6R 5 LotLit The John R. McAdams " Company, Inc. 3 4 1 � 4400 State Highway 121, Suite 800 Lewisville, Texas 75056 — — — — KELLER HASLET RD _ 972.436.9712 201 Country View Drive Roanoke, Texas 76262 940. 240. 1012 — — _ Lot Lot Lot Lot Lot 6 5 Lot Lo Lot a �+ of Lot 4 3 2 1 Lot PmeLotp TBPE: 19762 TBPLS: 10194440 MADAMS a 0 1 2 3 4 Lot www.mcadamsco.com a 7TT 11 LOT 40X & 64X SIDEWALK BY DEVELOPER — — DRAWN BY: CT DATE: 09/04/2025 SCALE:1" = 200' SHEET NO.8OF 12 GRAPHIC SCALE o ioa zoo aoo I 1 inch = 200 ft. T L HILLCREST COURT EAST — \ 1 1 i 1 68X Lot Lot Lot Lot 1 67X 1 2 3 4 SITE LEGEND RIDGEPOINTE ROAD 1 53 59 60 61 \ t —� PROP. SIGNAGE \ Approximate Location FEMA Floadway area in Zone 'A" I 57 R— 1 38 Lot 1 PROP. STREET LIGHT ¢LP 1 x1 os smled /mm FIRM Map Number 48121CO2900 effective 912512009 Street D 6 u 37 Lot Lot 1 (imported from Shope File at 2 A m FFMA.gav) 1 56 N 1 ~i0m 36 Lot E) 3 Lot CO C 55 v 35 Lot 39 m 1 5466X 34 ot \ ` v s o \ 33 Lot _\ R-1 L 32 t 7 m \ \ 31 Lot \ 8 63X \ Lot Lot 4 \ \ \ Q \ 30 9 C.F.A. EXHIBIT \ 62X ,°uN 29 Lot 10 I OWNER/DEVELOPER NORMANDY FARMS \ 1 28 Lot 11 TSMJV, LLC STREET LIGHTS AND SIGNS 1 A -- 27 Lot 4039 KELLER-HASLET ROAD EXHIBIT 'C' Lot 5 1 53 �\ �6 Lot FORT WORTH, TEXAS IPRC # 24-0029 i 52 1 13 Ph. 972-533-8353 CITY PROJECT NO. 105438 25 Lot 14 FID NO. 30114-0200431-105438-EO7685 Contact: HENRY RAHMANI � 51 FILE NO. W-3034 31 1 24 Lot 1s The John R. McAdams 5023 ;30 Lot 6 Lot 49\ Company, Inc. 6 22 4400 State Highway 121, Suite 800 43 Lot Lewisville, Texas 75056 � \ 21 17 972.436.9712 \ 47 201 Country View Drive I� \ 20 Lot Roanoke, Texas 76262 65X 23 18 940. 240. 1012 46 MCADAMS TBPE: 19762 TBPLS:40 Lot o- � \19 Lot www.mcadamsco.com.com 7 \ 27 45 1 Lot 19 20 o MATCHLINESHEETII I _ _ _ _ DRAWN BY: CT DATE: 09/04/2025 SCALE:1" = 200' SHEET NO.11 OF 12 i \ Lot 21 25 \ 32 43 t t Lot 24 I t \ Lot I> �I� 33 42 J a 22 23 4" 22 o 0 z 34 1 41 23 °aye ej�ae0o 35 1 a z w a I , 21 Lot Lot 36 4 24 9 20 37 139 40 19 R-1 W14-2 38 I 18 — — ' L 39X . , Street B 17 — Lot R-1 Ayp o+mate Lomt 13 14 FENA flooMny area in Zane R" 16 Mq+ Numba 48I1IC0130C \ eHectice 9/25/1Lb9 12 15 i 15 1114 E417\ 10 1% i 13 \ 9 18 12 14 11 8 19 13 \ 7 R 20 10 12 6 21 Lot 9 w 11 12 ¢� 5 22 8 0 N 10 7 N Z 4 23 9 a I 3 I 24 6 l 8 I Lot Lot 2 25 7R Lot Lot Lot 13 5 7 8 9 10 1 26 4 R-1 V 6 PRAIRIE MEADOW CT 3 Street A a 5 2 Lot 1 2 Lot s Lot 14 3 4 6R Lit 1 C Lot Lot Lot Lot 6 5 8 7 I R-1 4X I 40X — KELLER HASLET RD Lot Lot a �+ Lot Lot Lot eLotp1-11 Lot o Lot Lot Lot 2 1 a o 1 2 3tl' 4 5 6 7 8 9 L1It Lot Lot 4 3 GRAPHIC SCALE 0 100 200 400 1 inch = 200 ft. SITE LEGEND PROP. SIGNAGE PROP. STREET LIGHT LP C.F.A. EXHIBIT OWNER/DEVELOPER NORMANDY FARMS TSMJV, LLC STREET LIGHTS AND SIGNS )39 KELLER-HASLET ROAD EXHIBIT 'C' FORT WORTH, TEXAS IPRC # 24-0029 Ph. 972-533-8353 CITY PROJECT NO. 105438 Contact: HENRY RAHMANI FID NO. 30114-0200431-105438-EO7685 FILE NO. W-3034 The John R. McAdams " Company, Inc. 4400 State Highway 121, Suite 800 Lewisville, Texas 75056 972.436.9712 201 Country View Drive Roanoke, Texas 76262 940. 240. 1012 WADAMS m440 TBPEwww.mc damsco.co DRAWN BY: CT DATE: 09/04/2025 SCALE: 1" = 200' SHEET NO.12 OF 12I SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID 00 42 43 DAP - BID PROPOSAL Page I of 7 Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value UNIT I: WATER IMPROVEMENTS 1 3305.0109 Trench Safety 3305 10 33 05 26 LF 16987 $2.00 $33 974.00 2 3305.0110 Utility Markers LS 1 $2 500.00 $2 500.00 3 3305.1003 20" Casing By Open Cut 33 05 22 LF 85 $115.00 $9,775.00 4 3305.2002 8" Water (DIP) Carrier Pipe 33 05 24 LF 85 $90.00 $7,650.00 5 3311.0001 Ductile Iron Water Fittings w/ Restraint 3311 11 TON 2 $10 000.00 $20 000.00 6 3311.0161 6" PVC Water Pipe 3311 12 LF 149 $60.00 $8 940.00 7 3311.0251 8" DIP Water 3311 10 LF 76 $90.00 $6 840.00 8 3311.0254 8" DIP Water, CLSM Backfill 3311 10 LF 140 $95.00 $13 300.00 9 3311.0461 8" PVC Water Pipe 3311 12 LF 4773 $65.00 $310 245.00 10 3312.0001 Fire Hydrant 33 12 40 1 EA 12 $6 100.00 $73 200.00 11 3312.0002 Water Sampling Station 33 12 50 EA 1 $2,850.001 $2 850.00 12 3312.0117 Connection to Existing 4"-12" Water Main 33 12 25 EA 1 $4,800.001 $4 800.00 13 3312.0118 Connection to Existing 21" RCCP Water 33 12 25 EA 1 $10,000.001 $10 000.00 14 3312.2003 1" Water Service 33 12 10 EA 127 $1,200.001 $152 400.00 15 3312.3002 6" Gate Valve 33 12 10 EA 11 $5,000.001 $55 000.00 16 3312.3003 8" Gate Valve 33 12 20 EA 28 $7 000.00 $196 000.00 17 9999.0006 Flushing Device 99 99 06 EA 1 $5 200.00 $5 200.00 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 TOTAL UNIT I: WATER IMPROVEMENTS1 $912,674.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 Stampede 00 42 43 Bid Proposal DAP Updated 11-07-25 00 42 43 DAP - BIDPROPOSAL Page 2 of 7 UNIT II: SANITARY SEWER IMPROVEMENTS 1 3331.3101 4" Sewer Service 3331.4115 8" Sewer Pipe LF 3331.4119 8" DIP Sewer Pipe 3305.3002 8" Sewer (DIP) Carrier Pipe 3331 50 3311 10,33 EA LF 127 5919 $1,150.00 $65.00 $146,050.00 $384 735.00 2 3 3311 10 LF 314 $90.00 $28 260.00 4 33 05 24 LF 513 $95.00 $48,735.00 5 3331.4116 8" Sewer Pipe, CSS Backfill 3311 10,33 LF 200 $98.00 $19,600.00 6 13339.1001 4' Manhole 33 39 10, 33 EA 30 $6 110.00 $183 300.00 7 3339.1002 4' Drop Manhole 33 39 10, 33 EA 4 $6 500.00 $26 000.00 8 3339.1003 4' Extra Depth Manhole 33 39 10, 33 VF 222.4 $125.00 $27 800.00 9 3339.1201 6' Manhole 33 39 10, 33 EA 3 $7,850.00 $23,550.00 10 3339.1203 6' Extra Depth Manhole 33 39 10, 33 VF 78.3 $115.00 $9,004.50 11 3339.0001 Epoxy Manhole Liner 33 39 60 VF 100 $13.00 $1 300.00 12 3305.1003 20" Casing By Open Cut LF 33 05 22 LF 280 $190.00 $53 200.00 13 3305.1103 20" Casing By Other Than Open Cut 33 05 22 LF 233 $725.00 $168 925.00 14 3305.0206 Imported Embedment/Backfill, Acceptable 33 05 10 Cy 523 $52.00 $27,196.00 15 3305.0112 Concrete Collar for Manhole 33 05 17 EA 3 $4,000.00 $12,000.00 16 3301.0003 Final -CCTV Inspection 3301 31 LF 10472 $2.00 $20 944.00 17 3301.0101 Manhole Vacuum Testing 3301 30 EA 37 $195.00 $7 215.00 18 3301.0004 Final MH-CCTV Inspection 3301 12 EA 37 $566.06 $20 944.22 19 3305.0113 Trench Water Stops 33 05 15 EA 21 $120.00 $2 520.00 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS $1,211,278.72 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 Stampede 00 42 43_Bid Proposal DAP Updated 11-07-25 00 42 43 DAP - BID PROPOSAL Page 3 of 7 UNIT III: DRAINAGE IMPROVEMENTS 1 3341.0201 21" RCP, Class III 3341.0205 24" RCP, Class 111 3341.0208 27" RCP, Class III 3341.0302 30" RCP, Class 111 3341.0305 33" RCP, Class 111 13341.0306 33" RCP, Class IV 3341 10 3341 10 3341 10 LF LF 375 $90.00 $33 750.00 2 1940 $105.00 $203 700.00 3 LF 219 $115.00 $25 185.00 4 3341 10 LF 55 $127.00 $6,985.00 5 3341 10 LF 817 $135.00 $110,295.00 6 3341 10 LF 174 $157.00 $27 318.00 7 3341.0309 36" RCP, Class 111 3441 10 LF 199 $170.00 $33 830.00 8 3341.0402 42" RCP, Class III 3441 10 LF 270 $182.00 $49 140.00 9 3341.0602 60" RCP, Class 111 3441 10 LF 567 $208.00 $117,936.00 10 3341.0603 60" RCP, Class IV 334110 LF 276 $213.00 $58,788.00 11 3341.1203 5x5 Box Culvert 3341 10 LF 375 $400.00 $150 000.00 12 3349.0001 4' Storm Junction Box 33 49 10 EA 11 $7 500.00 $82 500.00 13 3349.0002 5' Storm Junction Box 33 49 10 EA 4 $8 500.00 $34 000.00 14 3349.0003 6' Storm Junction Box 33 49 10 EA 3 $11,200.00 $33,600.00 15 3349.1000 Concrete Headwall Per TXDOT Detail CH- 33 49 40 EA 2 $12,500.00 $25,000.00 16 3349.4105 24" SET, 1 pipe 33 49 40 EA 1 $5 500.00 $5 500.00 17 3349.4111 42" SET, 1 pipe 33 49 40 EA 1 $6 800.00 $6 800.00 18 3349.4115 60" SET, 1 pipe 33 49 40 EA 1 $15 000.00 $15 000.00 19 3349.4315 60" SET, 3 pipe 33 49 40 EA 1 $28 000.00 $28 000.00 20 3349.5001 10' Curb Inlet 33 49 20 EA 1 $5 500.00 $5 500.00 21 3349.5002 15' Curb Inlet 33 49 20 EA 13 $8 000.00 $104 000.00 22 3349.5003 20' Curb Inlet 33 49 20 EA 12 $9 000.00 $108 000.00 23 3349.0133 15' TXDOT Type PCO Curb Inlet 33 49 20 EA 1 $7 800.00 $7 800.00 24 3349.0133 20' TXDOT Type CCO Curb Inlet 33 49 20 EA 1 $10 250.00 $10 250.00 25 9999.0005 Core 30" RCP to 5'x5' RCB 99 99 05 EA 1 $2 750.00 $2 750.00 26 9999.0004 Pipe Size Change: 27" RCP to 24" RCP 99 99 04 EA 2 $510.00 $1 020.00 27 9999.0003 Pipe Size Change: 33" RCP to 27" RCP 99 99 03 EA 1 $525.00 $525.00 28 3341.0201 21" RCP, Class 111 3341 10 LF 44 $88.00 $3 872.00 29 3341.0205 24" RCP, Class 111 3341 10 LF 350 $105.00 $36 750.00 30 3349.001 4' Junction Box 33 49 10 EA 1 $7 500.00 $7 500.00 31 3349.7001 Standard Drop Inlet 33 49 20 EA 6 $4 000.00 $24 000.00 32 9999.0000 Outlet Structure 99 99 00 EA 1 $6 000.00 $6 000.00 33 3301.0012 Post -CCTV Inspection of Storm Drain 3301 32 LF 5267 $2.00 $10 534.00 34 35 36 37 38 39 40 41 42 43 44 45 TOTAL UNIT III: DRAINAGE IMPROVEMENTS $1,375,828.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 Stampede 00 42 43_Bid Proposal DAP Updated 11-07-25 Bid Summary UNIT I: WATER IMPROVEMENTS UNIT II: SANITARY SEWER IMPROVEMENTS UNIT III: DRAINAGE IMPROVEMENTS UNIT IV: PAVING IMPROVEMENTS UNIT V: STREET LIGHTING IMPROVEMENTS UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS Total Construction Bid This Bid is submitted by the entih- named below: BmnPlz BY: Collin Porter Stampede Utility Construction, LL( 2615 S HvFv 187 Ste 500 P°Ha9M TM President DK3tu. TS 762M ULM, 10/20/202) 00 42 43 DAP - BID PROPOSAL Page 7 of 7 $1,211,278.72 $1.375.828.00 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 170 working days after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION 780.72 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 Stampede 00 42 43_Bid Proposal DAP Updated 11-07-25 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID 00 42 43 DAP - BIDPROPOSAL Page 4 of 7 Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value UNIT IV: PAVING IMPROVEMENTS 1 3213.0102 7" Conc Pvmt 3213.0301 4" Conc Sidewalk 32 13 13 32 13 20 Sy 16315 $62.60 $1,021,319.00 2 SF 10372 $6.50 $67,418.00 3 9999.0001 6" Subgrade Compacted to 95% STD. proctor 99 99 01 Sy 17975 $4.00 $71,900.00 4 3211.0400 Hydrated Lime (36 Ibs/sy) 3211 29 TN 324 $320.00 $103,680.00 5 3292.04 Seeding, Hydromulch 32 92 13 Sy 1339 $1.00 $1,339.00 6 3213.0506 Barrier Free Ramp, Type P-1 32 13 20 EA 11 $3,200.00 $35,200.00 7 3213.0501 Barrier Free Ramp, Type R-1 32 13 20 EA 1 $3,200.00 $3,200.00 8 3213.0504 Barrier Free Ramp, Type M-2 32 13 20 EA 6 $3,200.00 $19,200.00 9 9999.0002 Connect to Existing Asphalt 99 99 02 LF 80 $40.00 $3,200.00 10 9999.0003 Connect to Existing Concrete 99 99 03 LF 29 $20.00 $580.00 11 3471.0001 Traffic Control 3471 13 MO 1 $2,500.00 $2,500.00 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 TOTAL UNIT IV: PAVING IMPROVEMENTS1 $1,329,536.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 Sinacola 00 42 43 Bid Proposal DAP (1) SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID 00 42 43 DAP - BID PROPOSAL Page 7 of 7 Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid Description I Unit Price Bid Value No. Section No. Measure Quantity Bid UNIT II: SANITARY SEWER IMPROVEMENTS UNIT III: DRAINAGE IMPROVEMENTS UNIT IV: PAVING IMPROVEMENTS UNIT V: STREET LIGHTING IMPROVEMENTS UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS This Bid is submitted by the entity named below: .00 Total Construction Bidl $1,329,536.00 BIDDER: HY: tiirFiLrn rail lt:ll'iq 10nijeul;i & ti1111V t;YS8v7iS11[A, Inc. It0,50Rta arcliRoaU b'rken,'Ieaax 74U3 TITLE: 1 ier Ili"i nrl DATE:4,�r,,r�I1�5 a(�L.IJy/ Contractor agrees to complete WORK for FINAL ACCEPTANCE within 100 working days after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION REVIEWED 9y Mosatlaga Mol,anantlean at iru pm, Nov05, 2035 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 Sinacola 00 42 43_Bid Proposal DAP (1) SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID 00 42 43 DAP - BIDPROPOSAL Page 5 of 7 Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. I Unit of Measure Bid Quantity Unit Price Bid Value UNIT V: STREET LIGHTING IMPROVEMENTS 1 2605.3015 2" CONDT PVC SCH 80(T) 2605.3016 2" CONDT PVC SCH 80(13) 26 05 33 26 05 33 LF LF 3,921 $24.86 $97,476.06 2 536 $34.58 $18,534.88 3 3441.1410 NO 6 Insulated Elec Condr 3441 10 LF 13,371 $2.90 $38,775.90 4 3411.1502 Ground box 3441 10 EA 21 $973.00 $20,433.00 5 3441.1636 Furnish/Install Type 33B Arm 3441 20 EA 22 $353.00 $7,766.00 6 3441.3050 Furnish/Install LED Lighting Fixture (R2) 3441 20 1 EA 10 $436.00 $4,360.00 7 3441.3050 Furnish/Install LED Lighting Fixture (R4) 3441 20 EA 12 $436.00 $5,232.00 8 3441.3301 Rdy Ilium Foundation TY 1,2,and 4 34 41 20 EA 22 $2,180.00 $47,960.00 9 3441.3351 Furnish/Install Rdwy Ilium TY 11 Pole 34 41 20 EA 22 $2,497.00 $54,934.00 10 3441.1771 120/240V metered service pedestal w/ 3441 20 EA 1 $7,084.00 $7,084.00 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 TOTAL UNIT V: STREET LIGHTING IMPROVEMENTSi $302,555.84 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 Independant - 00 42 43 Bid Proposal DAP (1) SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID 00 42 43 DAP - BID PROPOSAL Page 7 of 7 Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid Description I Unit Price Bid Value No. Section No. Measure Quantity Bid UNIT II: SANITARY SEWER IMPROVEMENTS UNIT III: DRAINAGE IMPROVEMENTS UNIT IV: PAVING IMPROVEMENTS UNIT V: STREET LIGHTING IMPROVEMENTS UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS Total Construction Bidl $3 This Bid is submitted by the entity named below: BIDDER: BY: Rich olfe Independent I'tility Construction. Inc. 5109 Sun V911er Dr fort'A orth, ' I \ 76119 TITLE: President 917478 Si i4 — o1Gce_a iuct:.com DATE: 9r 11, 2025 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 60 worldng days after the date when the 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 Version May 22, 2019 Independant - 00 42 43_Bid Proposal DAP (1) COMPLETION AGREEMENT — SELF FUNDED This COMPLETION AGREEMENT ("Agreement"), is made and entered into by and between the City of Fort Worth, ("City") and TSMJV LLC, a Texas Limited Liability Company, authorized to do business in Texas, ("Developer"), effective as of the last date executed by a Party hereto. The City and the Developer may collectively be called the "Parties". WITNESSETH: WHEREAS, the Developer owns that certain tract of real property that contains approximately 29.864 acres of land located in the City, the legal description of which tract of real property is marked Exhibit "A" — Legal Description, attached hereto and incorporated herein for all purposes, ("Property"); and WHEREAS, the Developer intends to develop the Property as an addition to the City through plat FP-25-119; and WHEREAS, the Developer and the City have entered into a Community Facilities Agreement relating to the development, Normandy Farms for Water, Sewer, Storm Drain, Paving and Street Lights ("Improvements"); and WHEREAS, the City has required certain assurances that the Developer will cause to be constructed to City standards the Improvements pursuant to the Community Facilities Agreement; and WHEREAS, the Parties desire to set forth the terms and conditions of such accommodations as are described above. NOW, THEREFORE, for and in consideration of the mutual covenants and agreements hereinafter set forth, it is hereby agreed by and between City and Developer as follows: 1. Recitals. The foregoing recitals are true, correct and complete and constitute the basis for this Agreement and they are incorporated into this Agreement for all purposes. 2. The Completion Amount. The City and the Developer agree that the Hard Costs (as shown on Exhibit `B") required to complete the Community Facilities in the aggregate should not exceed the sum of Five Million One Hundred Thirty -One Thousand Eight Hundred Seventy -Two Dollars and Fifty -Six Cents ($5,131,872.56), hereinafter called the "Completion Amount". Notwithstanding the foregoing, it is acknowledged that the actual costs of completion of the Community Facilities City of Fort Worth, Texas Standard Completion Agreement — Self -Funded Page 1 of 10 may vary as a result of change orders agreed to by the Parties, but such variances for the purposes of this Agreement shall not affect the Completion Amount as used herein. City hereby waives the requirement for developer to deposit a financial guarantee of 100% of the Hard Costs under the CFA Policy. 3. Completion by the Developer. The Developer agrees to complete the Community Facilities and pay all Hard Costs in accordance with City standards, the CFA, the Plat, and the Plans as approved by the City. For the purposes of this Agreement, the development of the Property shall be deemed complete upon acceptance by the City of the Community Facilities pursuant to Section 6, hereof. 4. Satisfaction of the City Requirements. The City agrees that the assurances and covenants contained in this Agreement satisfy all requirements of the City with respect to Developer's Financial Guarantee, as described in the CFA Policy, or other requirements for security in connection with the development of the Property and the completion of the Community Facilities that are contained in the CFA or in any other agreement relating thereto, and the City hereby accepts the assurances and covenants contained herein in lieu thereof. To the extent the CFA irreconcilably conflicts with this Agreement, the provisions of this Agreement shall control. 5. Termination. This Agreement shall terminate upon the earlier to occur of the following: (a) acceptance by the City of the Community Facilities; or (b) mutual written agreement of the Parties. 6. Final Plat. The Parties acknowledge and agree that the City shall hold the final plat of the Property until the Community Facilities are completed and accepted by the City and all Hard Costs contractors have been paid, less retainage. Upon acceptance by the City and receipt of evidence from the Developer showing that all Hard Costs contractors have been paid, including but not necessarily limited to lien waivers and bills paid affidavits, the City shall within a reasonable time file the final plat for the Property in the Plat Records of the county where the Property is located. The purpose of the City retaining the final plat of the Property as provided herein is to guarantee the Developer's obligations under the CFA are completed. 7. Construction Contracts. Developer agrees to include in each Construction contract that it enters into for the completion of the Community Facilities the following: A. A statement that the City is not holding any security to guarantee any payment for work performed on the Community Facilities; B. A statement that the Property is private property and that same may be subject to mechanic's and materialman's liens; C. A requirement that each contractor contracting with the Developer release the City from any claim that is related to the Property; and City of Fort Worth, Texas Standard Completion Agreement — Self -Funded Page 2 of 10 D. A requirement that each contractor contracting with the Developer include in each subcontract the statements contained in (a), (b) and (c) above. 8. Miscellaneous. A. Non -Assignment of Agreement. This Agreement may not be assigned by any of the Parties without the prior written consent of all the other Parties. B. Notice. Any notice required or permitted to be delivered under this Agreement shall be deemed received on actual receipt by the appropriate party at the following addresses: (i) Notice to the City shall be addressed and delivered as follows: City of Fort Worth Development Services Department 100 Fort Worth Trail Fort Worth, Texas 76102 Attention: Contract Management Office Kandice Merrick, Development Manager Email: Kandice.Merrick@fortworthtexas.gov Confirmation Number: 817-392-7810 With a copy thereof addressed and delivered as follows: Office of the City Attorney City of Fort Worth 100 Fort Worth Trail Fort Worth, Texas 76102 Attention: Richard A. McCracken Sr. Assistant City Attorney Confirmation Number: 817-392-7611 (ii) Notice to the Developer shall be addressed and delivered as follows: TSMJV LLC 251 S. Mill St., Ste 130 Lewisville, Texas 75057 A party may change its address for notice upon prior written notice to the other parties pursuant to the terms hereof. C. Texas Law to Applv. This Agreement shall be construed under and in accordance with the laws of the State of Texas. City of Fort Worth, Texas Standard Completion Agreement — Self -Funded Page 3 of 10 D. Parties Bound. This Agreement shall be binding upon and inure to the benefit of the Parties and their respective legal representatives, successors and assigns. E. Legal Construction. In case any one or more of the provisions contained in this Agreement shall for any reason is held to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability shall not affect any other provision of this Agreement, and this Agreement shall be construed as if such invalid, illegal, or unenforceable provision had never been contained in this Agreement. F. Prior Agreements Superseded. This Agreement constitutes the sole and only agreement of the Parties with respect to the subject matter hereof and supersedes any prior understandings or written or oral agreements among the Parties concerning the subject matter hereof. G. Amendment. This Agreement may only be amended by a written instrument executed by all of the Parties to this Agreement. H. Headinas. The headings that are used in this Agreement are used for reference and convenience purposes only and do not constitute substantive matters to be considered in construing the terms and provisions of this Agreement. [REMAINDER OF PAGE INTENTIONALLY LEFT BLANK] City of Fort Worth, Texas Standard Completion Agreement — Self -Funded Page 4 of 10 Executed in each entity's respective name by its duly authorized signatories effective as of the date executed by the City's City Manager or his/her designee. CITY OF FORT WORTH: DEVELOPER: TSMJV LLC op�� beGrza�l 'a a- behzad jafari (Nov 17, 202 16:33:09 CST) Jesica McEachern Assistant City Manager Date: 11/23/2025 Approved as to Form & Legality: Jessika Williams Assistant City Attorney M&C: N/A Date: 11/18/2025 ATTEST: A 4ganoann� Ay �. ...00oRr�aaad v�o '*9d_ Jannette Goodall pro sid o City Secretary oar0 0 0*41 aaa� 000 0000 s4pa City of Fort Worth, Texas Standard Completion Agreement — Self -Funded Page 5 of 10 Benny Jafari President Date: 11/17/2025 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX LIST OF EXHIBITS ATTACHMENT "1"- CHANGES TO STANDARD AGREEMENT EXHIBIT A - LEGAL DESCRIPTION EXHIBIT B - APPROVED BUDGET City of Fort Worth, Texas Standard Completion Agreement — Self -Funded Page 6 of 10 ATTACHMENT "1" Changes to Standard Agreement Self -Funded Completion Agreement None City of Fort Worth, Texas Standard Completion Agreement — Self -Funded Page 7 of 10 EXHIBIT A LEGAL DESCRIPTION OWNER'S CERTIFICATE AND DEDICATION STATE OF TEXAS § COUNTY OFTARRANT § WHEREAS I, HENRY RAHMANI, am the owner of all that certain lot, tract or parcel of land situated in the Jose Chirino Survey, Abstract Number 265 and the Thomas Logan Survey, Abstract Number 1797, Tarrant County, Texas, and being all that certain called 30.00 acre tract of land described in deed in favor of W. L. Pipkin and wife, Shirley Pipkin, recorded in Volume 7799, Page 412 (Document Number D184336571) of the Deed Records of Tarrant County, Texas, and being all that certain called 20.00 acres tract of land described in deed in favor of Ashley M. Classen and Eva Jo Bailey, husband and wife, recorded in Volume 11240, Page 2278 (Document Number D193202097) of the Deed Records of Tarrant County, Texas, and being all that certain tract of land described in deed in favor of Ashley M. Classen and wife, Eva Jo Bailey, recorded in Volume 11240, Page 2360 (Document Number D193202108) of the Deed Records of Tarrant County, Texas, and being more particularly described as follows: BEGINNING at a 1/2" capped rebar found (RPLS 4561) on the north line of Keller -Haslet Road (a public roadway, no record found) at the southeast corner of said 30.00 acre tract and the southeast corner of said 20.00 acre tract, from which a 5/8" capped rebar found (DUNAWAY) at the southwest corner of Lot 1, Block 3A of Harvest Ridge Addition, an addition to the City of Fort Worth, Tarrant County, Texas, according to the plat thereof, recorded in Cabinet A, Slide No. 7164 (Document Number D202005134) of the Plat Records of Tarrant County, Texas, bears N 05°31' W, 7.23 feet; THENCE N 89039'30" W, with the north line of said Keller -Haslet Road, the south line of said 30.00 acre tract and the south line of said 20.00 acre tract, passing at 0.7 feet the west line of said Harvest Ridge Addition, passing at 500.2 feet a 1/2" capped rebar found (RPLS 4561) at the southwest corner of said 20.00 acre tract, continuing a total distance of 525.08 feet to a 1/2" capped rebar found (RPLS 4561) at the southwest corner of said 30.00 acre tract, being on the southeast corner of Hillcrest Estates, an addition to Tarrant County, Texas, according to the plat thereof, recorded in Volume 388-183, Page 51 (Document Number D185319708) of the Plat Records of Tarrant County, Texas; THENCE N 00010'30" W, with the west line of said 30.00 acre tract and the east line of said Hillcrest Estates, passing at 5 feet the northeast corner of a right-of-way dedication and the southeast corner of Lot 14 of said Hillcrest Estates, passing at 2,020.08 feet a 1/2" capped rebar found (RPLS 4561) at City of Fort Worth, Texas Standard Completion Agreement — Self -Funded Page 8 of 10 the northeast corner of Lot 4 of Hillcrest Estates, being most southerly southeast corner of that certain called 4.290 acre tract of land described in deed in favor of Frank T. Sanker and Carol D. Sanker, Co -Trustees of the Sanker Family Trust, recorded in Document D213305714 of the Official Public Records of Tarrant County, Texas, continuing with the east line thereof a total distance of 2,472.06 feet to a magnetic nail with shiner (MCADAMS) set in a "+" cut on top of a rock column at the northwest corner of said 30.00 acre tract, being a re-entrant corner in the east line of said 4.290 acre tract; THENCE N 89019'25" E, with the north line of said 30.00 acre tract and the south line of said 4.290 acre tract, passing at 228.8 feet a magnetic nail with shiner (MCADAMS) set in a "V" cut on top of a rock column at the most easterly southeast corner of said 4.290 acre tract and the southwest corner of Lot 1-R-2, Block 2 of Hillcrest Estates, an addition to Tarrant County, Texas, according to the minor plat thereof, recorded in Cabinet A, Slide No. 6811 (Document Number D201175251) and Cabinet A, Slide No. 7246 (Document Number D202035165) of the Plat Records of Tarrant County, Texas, continuing with the south line of said Lot 1-R-2 a total distance of 525.44 feet to a 1/2" rebar found at the southeast corner of said Lot 1-R-2 and the northeast corner of said 30.00 acre tract; THENCE S 00010'00" E, with the east line of said 30.00 acre tract, passing at 740.5 feet a 1/2" capped rebar found (RPLS 4561) at the northeast corner of said 20.00 acre tract, continuing with the east line thereof a total distance of 2,481.39 feet to the POINT OF BEGINNING and containing approximately 1,300,873 square feet or 29.864 acres of land. City of Fort Worth, Texas Standard Completion Agreement — Self -Funded Page 9 of 10 EXHIBIT B APPROVED BUDGET Items A. Water and Sewer Construction 1. Water Construction 2. Sewer Construction Water and Sewer Construction Total B. TPW Construction 1. Street 2. Storm Drain 3. Street Lights Installed by Developer 4. Signals TPW Construction Cost Total Total Construction Cost (excluding the fees) City of Fort Worth, Texas Standard Completion Agreement — Self -Funded Page 10 of 10 Developer's Cost $ 912,674.00 $ 1,211,278.72 $ 2,123,952.72 $ 1,329,536.00 $ 1,375,828.00 $ 302,555.84 $ 3,007,919.84 $ 5,131,872.56 FORT WORTH. City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: TSMJV LLC Subject of the Agreement: CFA M&C Approved by the Council? * Yes ❑ No 8 If so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes ❑ No 8 If so, provide the original contract number and the amendment number. Is the Contract "Permanent"? *Yes 8 No ❑ If unsure, see back page for permanent contract listing. Is this entire contract Confidential? *Yes ❑ No 8 If only specific information is Confidential, please list what information is Confidential and the page it is located. Effective Date: Expiration Date: If different from the approval date. If applicable. Is a 1295 Form required? * Yes ❑ No 8 *If so, please ensure it is attached to the approving M&C or attached to the contract. Project Number: If applicable. 105438 *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes 8 No ❑ Contracts need to be routed for CSO processing in the following _ order: rder: 1. Katherine Cenicola (Approver) 2. Jannette S. Goodall (Signer) 3. Allison Tidwell (Form Filler) *Indicates the information is required and if the information is not provided, the contract will be returned to the department. Received Date: 11/26/2025 Received Time: 9:30 a.m. Developer and Project Information Cover Sheet: Developer Company Name: TSMJV LLC 251 S. Mill St., Ste 130 Lewisville, Texas 75057 Address, State, Zip Code: Phone & Email: 469-396-9618 1 benny@xmpkllc.com Authorized Signatory, Title: Benny Jafari, President Project Name: Normandy Farms Brief Description: Water, Sewer, Paving, Drainage &Street Lights Project Location: 4039 Keller -Haslet Road Plat Case Number: FP-25-119 Plat Name: Normandy Farms Council District: 10 Phased or Concurrent Provisions: None CFA Number: 25-0130 City Project Number: 105438 1 IPRC24-0029 City of Fort Worth, Texas Page 1 of 16 Standard Community Facilities Agreement Rev. 9/21