Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
064426 - Construction-Related - Contract - PMB SWFW Dev Co Manager LLC
City Contract Number: 64426 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 PMB SWFW Dev Co Manager 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 Ventana West Phase 1B ("Project"); and WHEREAS, the City desires to ensure that all developments are adequately served by public infrastructure and that the public infrastructure is constructed according to City standards; and WHEREAS, as a condition of approval of the Project, Developer is required to bear a portion of the costs of municipal infrastructure by constructing the public infrastructure necessary for the Project as described in this Agreement ("Community Facilities" or "Improvements"); and WHEREAS, as a condition of approval of the Project, Developer is required to meet the additional obligations contained in this Agreement, and Developer may be required to make dedications of land, pay fees or construction costs, or meet other obligations that are not a part of this Agreement; and WHEREAS, the City is not participating in the cost of the Improvements or Project; and WHEREAS, the Developer and the City desire to enter into this Agreement in connection with the collective Improvements for the Project; NOW, THEREFORE, for and in consideration of the covenants and conditions contained herein, the City and the Developer do hereby agree as follows: 1. CFA Ordinance The Community Facilities Agreements Ordinance ("CFA Ordinance"), as amended, is incorporated into this Agreement by reference, as if it was fully set out herein. Developer agrees to comply with all provisions of the CFA Ordinance in the performance of Developer's duties and obligations pursuant to this Agreement and to cause all contractors hired by Developer to comply with the CFA Ordinance in connection with the work performed by the contractors. If a conflict exists between the terms and conditions of this Agreement and the CFA Ordinance, the CFA Ordinance shall control. City of Fort Worth, Texas OFFICIAL RECORD Page 2 of 18 Standard Community Facilities Agreement CITY SECRETARY Rev. 9/21 FT. WORTH, TX 2. Incorporation of Engineering Plans The engineering plans for the Improvements that have been approved by the City ("Engineering Plans") are incorporated into this Agreement by reference as if fully set out herein. Developer shall provide at its expense, unless otherwise agreed to by City, all engineering drawings and documents necessary to construct the Improvements required by this Agreement. 3. Description of Improvements; Exhibits and Attachments The following exhibits describe the general location, nature and extent of the Improvements that are the subject of this Agreement and are attached hereto and incorporated herein by reference: ® Exhibit A: Water © Exhibit B: Sewer © Exhibit C: Paving ® Exhibit D: Storm Drain ® 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 3 of 18 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 4 of 18 Standard Community Facilities Agreement Rev. 9/21 9. Award of Construction Contracts (a) Developer will award all contracts for the construction of the Improvements and cause the Improvements to be constructed in accordance with the CFA Ordinance. (b) Developer will employ construction contractors who meet the requirements of the City to construct the Improvements including, but not limited, to being prequalified, insured, licensed and bonded to construct the Improvements in the City. (c) Developer will require Developer's contractors to provide the City with payment and performance bonds naming the City and the Developer as dual obligees, in the amount of one hundred percent (100%) of the cost of the Improvements as required by the CFA Ordinance. The payment and performance bonds shall guarantee construction of the Improvements and payment of all subcontractors and material suppliers. Developer agrees to require Developer's contractors to provide the City with a maintenance bond naming the City as an obligee, in the amount of one hundred percent (100%) of the cost of the Improvements, that guarantees correction of defects in materials and workmanship for the Improvements by the contractor and surety for a period of two (2) years after completion and final acceptance of the Improvements by the City. All bonds must be provided to the City before construction begins and must meet the requirements of the City's Standard Conditions, Chapter 2253 of the Texas Government Code, and the Texas Insurance Code. (d) Developer will require Developer's contractors to provide the City with insurance equal to or in excess of the amounts required by the City's standard specifications and contract documents for developer -awarded infrastructure construction contracts. The City must be named as an additional insured on all insurance policies. The Developer must provide the City with a Certificate of Insurance (ACORD or form approved by the State of Texas), supplied by each contractor's insurance provider, which shall be made a part of the Project Manual. (e) Developer will require the Developer's contractors to give forty-eight (48) hours' advance notice of their intent to commence construction of the Improvements to the City's Construction Services Division so that City inspection personnel will be available. Developer will require Developer's contractors to allow construction of the Improvements to be subject to inspection at any and all times by the City's inspectors. Developer will require Developer's contractors to not install or relocate any sanitary sewer, storm drain, or water pipe unless a City inspector is present and gives consent to proceed, and to allow such laboratory tests as may be required by the City. (f) Developer will not allow Developer's contractors to begin construction of the Improvements until a notice to proceed to construction is issued by the City. (g) Developer will not allow Developer's contractors to connect buildings to service lines of sewer and water mains constructed pursuant to this Agreement, if any, until said sewer, water mains and service lines have been completed to the satisfaction of the City. 10. Utilities Developer shall cause the installation or adjustment of utilities required to: (1) serve the Project; and (2) to construct the Improvements required herein. City shall not be responsible for payment of any City of Fort Worth, Texas Page 5 of 18 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 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 FAIL URE TO PROPERLY SAFEGUARD THE WORK, OR ONACCOUNT OFANYACT, INTENTIONAL OR OTHERWISE, NEGLECT OR MISCONDUCT OF SAID DEVELOPER, ITS CONTRACTORS, SUB -CONTRACTORS, OFFICERS, AGENTS OR EMPLOYEES, WHETHER OR NOT SUCHINJURIES, DEATH OR 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 WITHALL PLANS AND SPECIFICATIONS. City of Fort Worth, Texas Page 6 of 18 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 of Fort Worth, Texas Page 7 of 18 Standard Community Facilities Agreement Rev. 9/21 CITY: Development Services Contract Management Office City of Fort Worth 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 DEVELOPER: PMB SWFW Dev Co Manager LLC 4001 Maple Ave., Ste. 270 Dallas, Texas 75219 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 City of Fort Worth, Texas Page 8 of 18 Standard Community Facilities Agreement Rev. 9/21 It is expressly understood and agreed that Developer and its employees, representative, agents, servants, officers, contractors, subcontractors, and volunteers shall operate as independent contractors as to all rights and privileges and work performed under this Agreement, and not as agents, representatives or employees of the City. Subject to and in accordance with the conditions and provisions of this Agreement, Developer shall have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers. Developer acknowledges that the doctrine of respondeat superior shall not apply as between the City and its officers, representatives, agents, servants and employees, and Developer and its employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers. Developer further agrees that nothing herein shall be construed as the creation of a partnership or joint enterprise between City and Developer. It is further understood that the City shall in no way be considered a co -employer or a joint employer of Developer or any employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers of Developer. Neither Developer, nor any officers, agents, servants, employees or subcontractors of Developer shall be entitled to any employment benefits from the City. Developer shall be responsible and liable for any and all payment and reporting of taxes on behalf of itself, and any of employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers. The City, through its authorized representatives and employees, shall have the sole and exclusive right to exercise jurisdiction and control over City employees. 19. Applicable Law; Venue This Agreement shall be construed under and in accordance with Texas law. Venue shall be in the state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. 20. Non -Waiver The failure of the City to insist upon the performance of any term or provision of this Agreement or to exercise any right herein conferred shall not be construed as a waiver or relinquishment to any extent of City's right to assert or rely on any such term or right on any 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 City of Fort Worth, Texas Page 9 of 18 Standard Community Facilities Agreement Rev. 9/21 In the event that any clause or provision of this Agreement shall be held to be invalid by any court of competent jurisdiction, the invalidity of such clause or provision shall not affect any of the remaining provisions hereof. 24. Review of Counsel City and Developer, and if they so choose, their attorneys, have had the opportunity to review and comment on this document; therefore any rule of contract construction or interpretation that would normally call for the document to be interpreted as against the drafting party shall not apply in interpretation of this Agreement, and each section, portion, and provision of this Agreement shall be construed solely on the basis of the language contained therein, regardless of who authored such language. 25. Prohibition on Boycotting Israel Developer acknowledges that in accordance with Chapter 2271 of the Texas Government Code, the City is prohibited from entering into a contract with a company with 10 or more full-time employees that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" have the meanings ascribed to those terms by Chapter 2271 of the Texas Government Code. To the extent that Chapter 2271 of the Government Code is applicable to this Agreement, by signing this Agreement, Developer certifies that Developer's signature provides written verification to the City that Developer: (1) does not boycott Israel; and (2) will not boycott Israel during the term of this Agreement. 26. Prohibition on Boycotting Energy Companies Developer acknowledges that in accordance with Chapter 2276 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2, and redesignated from Chapter 2274 of the Texas Government Code by Acts 2023, 88th Leg., R.S., Ch. 768 (H.B. 4595), Sec. 24.001(22), the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "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 City of Fort Worth, Texas Page 10 of 18 Standard Community Facilities Agreement Rev. 9/21 into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Developer certifies that Developer's signature provides written verification to the City that Developer: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. 28. Immigration and Nationality Act Developer shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Developer shall provide City with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Developer shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Developer employee who is not legally eligible to perform such services. DEVELOPER SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY DEVELOPER, DEVELOPER'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. City of Fort Worth, Texas Page 11 of 18 Standard Community Facilities Agreement Rev. 9/21 Compliance with Laws, Ordinances, Rules and Regulations Developer, its officers, agents, servants, employees, and contractors, shall abide by and comply with all laws, federal, state and local, including all ordinances, rules and regulations of City. It is agreed and understood that, if City calls to the attention of Developer any such violation on the part of Developer or any of its officers, agents, servants, employees, or subcontractors, then Developer shall immediately desist from and correct such violation. 33. Signature Authority The person signing this Agreement on behalf of Developer warrants that he or she has the legal authority to execute this Agreement on behalf of the Developer, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the entity. The City is fully entitled to rely on this warranty and representation in entering into this Agreement. 34. Counterparts This Agreement may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. 35. Entire Agreement This written instrument, together with any attachments, exhibits, and appendices, constitutes the entire understanding between the City and Developer concerning the work to be performed hereunder, and any prior or contemporaneous, oral or written agreement that purports to vary from the terms hereof shall be void. [REMAINDER OF PAGE INTENTIONALLY BLANK] City of Fort Worth, Texas Page 12 of 18 Standard Community Facilities Agreement Rev. 9/21 36. Cost Summary Sheet Project Name: Ventana West Phase I CFA No.: 25-0116 City Project No.: 106053 IPRC No.: 25-0027 Ite ms 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) Estimated Construction Fees: C. Construction Inspection Service Fee D. Administrative Material Testing Service Fee E. Water Testing Lab Fee Total Estimated Construction Fees: Financial Guarantee Gntions choose one Developer's Cost $ 1,790,132.00 $ 1,999,091.50 $ 3,789,223.50 $ 3,334,604.50 $ 1,614,148.00 $ 393,430.00 $ 5,342,182.50 $ 9,131,406.00 $73,912.50 $52, 364.00 $3,881.25 $ 130,157.75 Choice Amount !Mark one) Bond = 100% $ 9,131,406.00 Completion Agreement = 100%/ Holds Plat $ 9,131,406.00 X Cash Escrow Water/Sanitary Sewer= 125% $ 4,736,529.38 Cash Escrow Paving/Storm Drain = 125% $ 6,677,728.13 Letter of Credit = 125% $ 11,414,257.50 Escrow Pledge Agreement = 125% $ 11,414,257.50 City of Fort Worth, Texas Standard Community Facilities Agreement Rev. 9/21 Page 13 of 18 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 op�� Jesica McEachern Assistant City Manager Date: 12/05/2025 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: 12/01/2025 Form 1295: ATTEST: A Jannette S. Goodall City Secretary DEVELOPER PMB SWFW Dev Co Manager LLC Taylor Baird (Nov 25, 2025 16:43:36 CST) K. Taylor Baird Manager Date: 11/25/2025 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 Compliance Manager OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas Page 14 of 18 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 ❑X Exhibit D: Storm Drain Improvements ❑X Exhibit E: Street Lights and Signs Improvements ❑ Exhibit F: Traffic Signal and Striping Improvements ® Cost Estimates (Remainder of Page Intentionally Left Blank) City of Fort Worth, Texas Page 15 of 18 Standard Community Facilities Agreement Rev. 9/21 ATTACHMENT "1" Changes to Standard Community Facilities Agreement City Project No. 106053 None City of Fort Worth, Texas Page 16 of 18 Standard Community Facilities Agreement Rev. 9/21 ATTACHMENT "2" Phased CFA Provision City Project No. 106053 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 (Ventana West Ventana Parkway, City Project No. 105988 and Ventana West Phase 1A, City Project No. 106015) 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 17 of 18 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 CONSTR UCT A PHASED CFA, DEVELOPER ASSUMES ALL RISKS AND DEVELOPER SHALL BE LIABLE AND RESPONSIBLE FOR ANYAND ALL DAMAGES, INCLUDING BUT NOT LIMITED TO ANYAND ALL ECONOMIC DAMAGES PROPERTY LOSS, PROPERTYDAMAGES AND PERSONAL INJURY, (INCLUDING DEATH), OFANYKIND OR CHARACTER, WHETHER REAL OR ASSERTED. DEVELOPER HEREB Y EXPRESSL Y RELEASES AND DISCHARGES CITY FROMANY ANDALL LIABILITY FOR DAMAGES, INCL UDING, BUT NOT LIMITED TO ANYAND 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 CONSTR UCT 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, FROMAND AGAINST ANYAND ALL CLAIMS (WHETHER AT LAW OR INEQUITY), LIABILITIES, DAMAGES (INCLUDING ANYAND ALL ECONOMIC DAMAGES, PROPERTYLOSS, 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 DESCRIPTIONARISING OR ALLEGED TOARISE BYOR INANY WAYRELATED TO CONSTRUCTION OF THE IMPROVEMENTS OR DEVELOPER'S CHOICE TO CONSTRUCT A PHASED CFA, OR (2) BYREASON 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 CONSTR UCT A PHASED CFA WHETHER OR NOT SUCH INJURIES, DEATH OR DAMAGES ARE CA USED, IN WHOLE OR IN PART, BY THE ALLEGED NEGLIGENCE OF THE CITY OF FORT WORTH, ITS OFFICERS, SERVANTS, OR EMPLOYEES. DEVELOPER PMB SWFW Dev Co Manager LLC WA Taylor Baird (Nov 25, 202516:43:36 CST) K. Taylor Baird Manager Date: 11/25/2025 City of Fort Worth, Texas Page 18 of 18 Standard Community Facilities Agreement Rev. 9/21 EXISTING VENTANA PHASE 4 CPN 102239 EXISTING VENTANA PHASE 5B CPN 103201 PROJECT LOCATION TO BE CONSTRUCTED VENTANA WEST MARKUM RANCH ROAD CPN 105987 TO BE CONSTRUCTED / VENTANA WEST VENTANA PARKWAY CPN 106015 TO BE CONSTRUCTED VENTANA WEST ORCHARD WAY CPN 105989 I TO BE CONS UCTED VENTANA PH E 8A CPN 10 TO BE CONSTRUCTED VENTANA PHASE 8B CPN 105702 N 1 " = 1000' EXISTING VENTANA PHASE 5A CPN 102574 I �1111111111►���������i����� MAPSCO NO. 85R9 85V COUNCIL DISTRICT NO. 3 CPN 106053 VENTANA WEST PHASE 1B VICINITY MAP OWNER/DEVELOPER WA Engineering, Inc. `A14 PMB SWFW DEV CO, LLC 6060 North Central Expressway Phone 469.621.0710 4001 MAPLE AVENUE Suite 400 SUITE 270 Dallas, Texas 75206 FRN - F-1386 DALLAS, TX 75219 CPN 106053 IPRC25-0027 zz zz z7 ' 15 16 17 18 19 20 21 22 23 24 25 21 20 19 11117 161514 13 12 WL16 BAYOU MEIO ROAD 11 14 13 12 11 10 STUB FOR FUTURE CONNECTION 8 9 10 11 12 13 14 15 16 7 22 21 20 19 18 17 6 23 W ( 19 20 21 22 2 23 24 1X 18 17 16 15 14 17 2 2 2 DOUBLE B ROAD I 13 18 2 2 1X 2X 16 2 1 1 1 1 15 1 17 23 L26 25 24 23 22 21 20 19 18N1715 2115 2 22 1 1 _ ALLEY 18 21 ICI ALLEY 20 1 1 14 2 3 4 18 = ^ 20 20 ix 5 6 13 / 7 8 9 1 11 1 1 14 5 1_1920 1 2 3 4 5 6 7L ]]:M 10 15 12 31 30 29 4tlg CROW BEND ROAD 6 18 REELFXT ROAD 9 16 28 27 7 17 / 1011 / 26 25 24 23 22 21I201�fl 17) 8 16 OD 25 24 23 22 21 20 19 18 17 16 15 14 8 ix g 15 � tv 2 3 ALLEY 18 ALLEY 17 B 19 ALLEY 19 15 25 16 15 26 16 3 14 17 14 17 10 13 18 13 18 9 12 19 12 19 iX 11 20 11 20 8 10 21 10 21 7 5 COPPER DRIVE WL24 9 22 9 N 22 6 9 dp 24 8 23 8 23 8 4 4 5 6 7 8 7 24 7 24 25 6 25 b 25 ��---- 7 3 5 26 26 4 26 3 2J 9 4 27 27 3 / 6 _ - 2 z m 27 2 10 3 28 28 5 \ 28 � 1 iX 2 29 29 �24 8 11 1 I 25 30 2G 3n I 1 VENADO DRIVE WI.2 J J / 3 32 31 2 21 22 1 1 2 3 18 30 29 28 27 26 25 24 23 22 fl2O 19 18 17 1 X 4 5 6 7 8 9 10 11 12 13 14 n151'6 9 4 16 17 rr 6 5 FS 8 7 6 7 8 9 10 11 12 13 14 15 16 10 11 �12 13 14 1 2 3 4 5 6 7 8 9 10 11 12 13 5 g �.18 GREENHEAD WAY � 4 5 4 3 2 1 1 2 3 4 5 177 8 9 10 11 12 13 14 1 3 \ ix2 / 13 --------------------- // VENTANA PARKWAY REMOVE PLUG & CONNECT TO SAINT FRANCIS DRIVE TO BE CONSTRUCTED 12" WL ORCHARD WAY TO BE CONSTRUCTED INFRASTRUCTURE VENTANA PARKWAY VENTANA WEST CPN 1059W PHASE 1A CPN 108015 CPN 106053 IPRC25-0027 11:11MM PROPOSED WATER LINE TO BE CONSTRUCTED/EXISTING WATER LINE LIMITS OF PROJECT NOTE: ALL WATER LINES ARE 8' UNLESS OTHERWISE NOTED REMOVE PLUG & EXISTING CONNECT TO EXISTING VENrANA 4 B' PVC WATERLINEPHASE \ VENTANA PHASE 4 CPN 102230 CPN 102239 7 \ VENTANA _ PHw 50 CPN 1032D1 _T_1�\ \ �� zz OWNER/DEVELOPER PMB SWFW DEV CO, LLC 4001 MAPLE AVENUE SUITE 270 DALLAS, TX 75219 LINE M LINE AP I 15 161 171 11 14 13 8 9 12 11 7 8" LINE 10 6 9 5 8 4 7 3 6 2 2 2 5 1 \ 28 4 \ 21 20I 19 18 171 16 15I 14 13 12 BAYOU ME ROAD 11 16 15 25 16 15 26 16 10 14 17 14 17 13 18 13 18 9 12 19 12 19 jFll 20 11 20 6 17 10 I 21 10 21 7 O 9 22.Z 9 N 22 —` 8 23 8 23 6 3 7 24 7 24 6 25 5 �A2 � 5 8" UNE AR 26 5 A I 3 9 4 27_ 4 0 / 3 32 �� VENIADO DRIVE y 2 31 n 2 21 zz 1 N 2 3 18 y 2 2 vi o1 ON z I I- I LINE AP I PROPOSED SAN SEWER FLOW DIRECTION TO BE CONSTRUCTED/EXISTING SAN SEWER LIMITS OF PROJECT ALL SANITARY TT SEWER LINES I TARE 8"UN UNLESSOTHERWISE \r\---a /'\ l / x / 19I 20 21 22 a.. LINE AK 23 24 /3 ix i \ 8" LINE AD 18 17 16 15 � 14 /R 2 2 1X 2X 17 W 16 2 21 2 19 1� 1 1 5 1 17 23 26 25 J23 22 21 20 19 18 17 16 15 14 12 / 8" UNE AF z i 15 8" UNE M 1 2 22 w 8" LINE :i 1 1 2 / � I -ALLEY 3 4 21 22j zn I I IALLEY 20 14 3 4 5 8" LINE AG 18 4 n 20 r 8" LINE Ad 1X 13 4 13 6 7 8 9 1 11 1 1 14 5 19 U 2 3 4 5 6 7 8 9 10 11 12 13 8" LINE AD /ts / 31 12 30 29 28 18 ` CROW BEND ROAD 6 �REELFOOT ROAD. 9 16 27 PrUNE 1711 2625 24 23 22 21 20 19 18 17 16 26 252 232221 2019 18 17 16 15 14 8 10 1J Al 8" LINE AN 19 7 1X 2 ALLEY 18 ALLEY 178 ALLEY 19 3 1v 9 4 1� 1 TAF 8" WE AC = 6 5 8" LINE8 78 9 10 11 12 13 14 15 16 10 11 12 1 2 3 4 5 6 7 8 10 11 12 13 7 5 g �GREENHFAD WA 5 F 4 4 3 8" LINE �`� 211X 1 2 3 4 5 6 8 9 10 11 12 13 14 1 2 3 8" LINE M 1q 15"' LIE B 8" UNE D VENTANA PARKWAY SAINT FRANCIS DRIVE TO BE CONSTRUCTED INFRASTRUCTURE ORCHARD WAY REMOVE PLW OOINECT M REMOVE PLUG & CONNECT M VENTANA WEST TO BE CONSTRUCTED TO BE CONSTRUCTED PHASE 1A INFRASTRUCTURE VENTANA WEST INFRASTRUCTURE ORCHARD WAY CPN 106015 PHASE 1A CPN 105M CPN 105015 z CPN 106053 IPRC25-0027 3 29 28 27 � 26 25 24 23 22 21 20 19 18 17 B" LINE AN 8" LINE AU LINE AL 21 1 x 8" UNE AM 8" LINE AT_ 4 5 6 7 8 9 10 12 13I 14 15 1311 16 DOUBLE B ROAD z OWNER/DEVELOPER PMB SWFW DEV CO, LLC 4001 MAPLE AVENUE SUITE 270 DALLAS, TX 75219 11 2 G 7 0 1516 17 18 19 1 201 211 22 23 24 N 21 20 19 18 17 16 15 14 13 12 CONSTRUCT aNWADE &_ PAVEMENT HEADER;::'-'::'::. 14 : 11 V 6 • 15(26 16 5 9 10 11 12 13 14 15 16 15 25 16 10 14 17 14 17 12 .•' 13 18 (7 13 1" 9 8 2 19 12 ix 11 7 11 20 11 20 17 22 21 20 19 li 10 11 21 0 10 21 7 6 � ] 1 10 23 272 12 9 22 -9 -:.COPPER DRIVE:. 9 24 I j 8 23 8 23 4 5 6 7 8 7 24 7 24 5 25 6 25 6 25 5 26 6 4 26 5 2 E 0 4 27 4 27 3 N 27 2 lo -3 28 3 28 V) 5 : - ** 28 2 29 2 99 2 A 30 1 1 x REMOVE BARRICADE & A 1 30 CONNECT TO 27 TO BE CONSTRUCTED 3 Af` 32 MARKUM RANCH ROAD 31 30 29 PAVEMENT HEADER 2 21 28 27 26 25 24 23 22 21 20 19 18 17 19 20 21 22 23 CPN 105987 22 !9 24 C21 lx (D 04 CD 4 5 6 7 8 9 10 11 12 13 14 15 16. 18 17 16 15 14 17 2 2 2 13 IN 7 iX 2X \Z 16 21 2 19 1 26 25 24 23 22 21 20 19 18 17 16 15 14 1 17 23 12 15 2 22 20 .e1 1 _ALLEY I tS ALLEY 20 99 2 20 x 1 3 21 ix 11 Ld 14 3 = 4 20 Lf13 6 3 7 8 9 1 11 1 4 5 19 1 2 3 �4 6 17 la 1 10 11 12 1 10 12 30 2 `CROW 28 CROW BEND - ROAD 27 26 7 17 - 25 24 93 99 21 20 19 18 1 5 16 26 25 24 23 22 21 20 19 18 17 16 15 14 8 ix 9 1 19 10 ALLEY 1 716 17 r 6 7 13 141 15 1- 10 10 11 12 3 11 12 14., '1 2 3 4 5 6 7 Is 9 10 11 12 13 5 Q 6 > 5 4 2 1 1 2 3 4 5 6 7 8 9 10 11 1 1 2 3 0 Ix > Lo 15 14 13 z VENTANA PARKWAY _F F 0 REMOVE BARRI 0 NECMl CO TO BE CONSTRUCTED INFRASTRUCTURE SAINT FRANCIS DRIVE 70 BE CONNECT ORCHARD WAY VENTANA WEST VENTANA PARKWAY PHASE IA PAVEMENT HEADER CPN 106015 CPN 105988 CPN 106053 IPRC25-0027 luu ouu FEE LEGEND PROPOSED 12'B_B ROADWAY/20' ROW 6- THICKNESS PROPOSED 29'B—B ROADWAY/50' ROW 6" THICKNESS PROPOSED 37'B—B ROADWAY/60' ROW 6" THICKNESS PROPOSED 5' SIDEWALK 3 (BY DEVELOPER) PROPOSED 5' SIDEWALK (BY HOMEBUILDER) PROPOSED ADA RAMPS (BY DEVELOPER) 0 LIMITS OF PROJECT REMOVE BARRICADE & CONNECT TO EXISTING HEADER VENTANA PHASE 4 CPN 102239 X< /� EXISTING VENTANA PHASE 4 xCPN 102239 EXISTING VENTANA PHASE 5B CPN 103201 OWNER/DEVELOPER PMB SWFW DEV CO, LLC 4001 MAPLE AVENUE SUITE 270 DALLAS, TX 75219 0 z1 0 0 FEET 15 16 17 18 19 20 21 22 23 24 25 21 20 19 18 17 ]11 ,5 14 13 12 BAYOU METO ROAD LEGEND 14 11 UT 15A2 15 15 16 1s 1� 16 W PROPOSED STORM 13 8 9 10 11 12 13 14 15 16 14 17 14 17 10 DRAIN LINE 12 ,3 18 13 1" 9 PROPOSED 10' INLET 12 19 12 19 iX 1, 7 LAT 19A2 11 zo 11 20 8 PROPOSED 15' INLET 10 6 23 22 21 20 19I 1b 17 10 I 21 10 21 7 5 COPPER D� 9 22 9 N 22 6 STORM DRAIN HEADWALL 9 z4 N 8 23 a 23 �►T 21A2 TO BE CONSTRUCTED/EXISTING s a 4 s s 7 a 7 za 7 z4 s ( STORM DRAIN LINE zs LAT 15B1 3 5 26 5 26 4 TO BE CONSTRUCTED/EXISTING % LAT 1582 2E 9 3 LAT 2162 za 9 a 27 a 2 3 INLET � 6 2 1 LAT 1981 LAT 7902 LAT 2161 LAT 18A2 27 2 ,X 10 SD20 28 2 �T 20A228 LAT 19D1 I LIMITS OF PROJECT — /LAT 18B2 2 I 1X \ 28 1 i, 0I 4 28 1 J 25 30 , 16 30I 1 17 LAT 19E2 1 / 3 32 3 VENADO DRIVE J 30 29 LAT 19C1 LAT 19C2 2 11 28 27 26 25 24 23 22 21 20 19 18 17 I 19 20 21 22 23 zz LAT 1681 i 24 1 LAT 15C2 ,x /; LAT 19E1 1X EXISTING 1 2 z1 I LAT 19D2 VENTANA PHASE 4 LAT 1501 3 CPN 102239 18 4 5 6 7 8 9 10 11 12 13 14 15 16 18 17 16 15 14 2 2 2 DOUBLE 8 ROAD 13 17 18 2 2 ,X 2X ` 16 21 2 19 1 1 1 15 1 77 23 26 25 24 23 22 21 20 uT'' 1 15 J21 12 15 LA, 171 2 22 \ LAT 15D1 _ALLEY 18 21 Zi ALLEY 20 LAT 302 14 2 3 a I I I 18 3 n 10 1- 13 5 LAT 18A2 20 6 I TLAT7 13 6 7 8 9 1 11 1 14 5 1 19 1 2 3 4 5 6 7 8 \ 10 12 / 31 30 29 28 CROW BEND ROAD 6 18 REELFOOT ROAD 9 LAT 3C2 / 11 / 16 27 I 7 17 1 2 LAT 3C1 26 25 24 23 22 211111 +Q �8 1 8 16 26 25 24 23 22 21 20 19 18 17 16 15 1 8 1X LAT 17B2 10 1 1 1� 9 LAT tv 178115 7 3 2 ALLEY 16 T ALLEY 178 I9 T1 ALLEY 19 I 16 n 17 9 4 LAT 15E1 o LA7 17C2 AT 13Q LAT -3 6 EXISTING 8 6 7 LAT 15F1 N VENTANA SE 5B 8 9 10 11 12 13 14 15 16 10 11 12 13 14 1 2 3 4 uT 3D1 9 I10 11 12 13 5 CPNN 103Z01 / \ UT 15E2 6 GREENHEAD WAY 5 4 3 LAT 1381 LAT15rz 1x OWNER/DEVELOPER LAT 17C1 ~ LAT 303 2 1 1 2 3 I a l s 6 8 9 10 11 12 13 14 1 2 1 LAT 1382 1('7 # LAT 3E1 LAT 3E2 13 PMB SWFW DEV CO, LLC REMOVE CHI ALCT �— TO BE CONSTRUCTED ow ROD VENTANA PARKWAY CPN 1050M CPN 106053 IPRC25-0027 VENTANA PARKWAY TO TLISLAN�FRM�MDRIVEiCRE VENT" WEST PHASE 1A CPN 106015 ORCHARD WAY REMOVE HEADWALL 81 CONNECT TO TO BE CONSTRUCTED 42" RCP VENTANA PARKWAY CPN 10596E 4001 MAPLE AVENUE SUITE 270 DALLAS, TX 75219 TO BE CONSTRUCTED INFRASTRUCTURE VENTANA PARKWAY CPN 105988 CPN 106053 IPRC25-0027 C 201 19 18 17I 16 151 14 13 12 LEGEND „ 25 t 6 1 s 26 1 PROPOSED STREET SIGN AL 17 14 17 w10 PROPOSED STREET NAME BLADES ONLY 16 13 1s9 19 2 19 ix PROPOSED SINGLE STREET LIGHT F 20 y 1 20 6 EXISTING SINGLE STREET LIGHT �- mo 217 Ez1 22 9 22 LIMITS OF PROJECT 24 c337 24 5 25 6 25 \ 26 5 26 4 27 4 27 3 28 3 28 I _ 29 2 291II 2 - _ 25 30 1 26 30 1 ix 27 L ,rt I \1 — VENTANA PARKWAY SAINT FRANCIS DRIVE TO BE CONSTRUCTED INFRASTRUCTURE VENTANA WEST PHASE 1A CPN 106015 8 17 16 15 14 13 18 17 16 15 4 12 20 11 i II I ORCHARD WAY 24 1x 1X O WNER/DEVELOPER PMB SWFW DEV CO, LLC 4001 MAPLE AVENUE SUITE 270 DALLAS, TX 75219 00 42 43 DAP - BID PROPOSAL Page 1 of 5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Ventana West Phase 1 B UNIT PRICE BID 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 3305.1003 20" Casing By Open Cut 3305.2002 8" Water Carrier Pipe 3305 10 33 05 22 LF 14031 $2.00 $28 062.00 2 LF 25 $320.00 $8 000.00 3 33 05 24 LF 25 $66.00 $1,650.00 4 3311.0001 Ductile Iron Water Fittings w/ Restraint 3311 11 TON 12.18 $11 500.00 $140 070.00 5 3311.0241 8" Water Pipe 33 11 10, 33 11 12 LF 13,000 $54.00 $702,000.00 6 3311.0254 8" DIP Water, CLSM Backfill 3311 10 LF 715 $84.00 $60 060.00 7 3311.0441 12" Water Pipe 33 11 10, 33 11 12 LF 254 $100.00 $25 400.00 8 3311.0447 12" Water Pipe, CLSM Backfill 33 11 10, 33 11 12 LF 20 $130.00 $2 600.00 9 3311.0451 12" DIP Water 3311 10 LF 3 $110.00 $330.00 10 3311.0457 12" DIP Water, CLSM Backfill 3311 10 LF 14 $140.00 $1 960.00 11 3312.0001 Fire Hydrant 33 12 40 EA 30 $7 500.00 $225 000.00 12 3312.0117 Connection to Existing 4"-12" Water Main 33 12 25 EA 3 $1 000.00 $3 000.00 13 3312.3003 8" Gate Valve 33 12 20 EA 52 $2,500.001 $130 000.00 14 3312.3005 12" Gate Valve 33 12 20 EA 2 $4 500.00 $9 000.00 15 16 3312.2003 1" Water Service 33 12 10 00 00 00 00 00 00 EA 365 $1 200.00 $438 000.00 9999.0001 1" Irrigation Service EA 5 $1 500.00 $7 500.00 17 9999.0002 1.5" Irri ation Service EA 3 $2,500.00 $7 500.00 TOTAL UNIT I: WATER IMPROVEMENTS $1,790,132.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_Phase 1B.xlsx 00 42 43 DAP - BID PROPOSAL Page 2 of 5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Ventana West Phase 1 B UNIT PRICE BID 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 II: SANITARY SEWER IMPROVEMENTS 1 3301.0002 Post -CCTV Inspection 3301.0004 Final MH-CCTV Inspection 3301.0101 Manhole Vacuum Testing 3305.0109 Trench Safety 3305.0113 Trench Water Stops 13305.1003 20" Casing By Open Cut 3305.3002 8" Sewer Carrier Pie 3301 31 33 01 31 33 01 30 LF 13937 $4.00 $55 748.00 2 EA 62 $400.00 $24,800.00 3 EA 62 $200.00 $12 400.00 4 33 05 10 LF 13937 $2.00 $27,874.00 5 33 05 15 EA 46 $350.00 $16 100.00 6 33 05 22 LF 60 1 $380.00 $22 800.00 7 33 05 24 LF 60 $104.00 $6 240.00 8 3331.3101 4" Sewer Service 3331 50 EA 365 $900.00 $328,500.00 9 3331.4115 8" Sewer Pipe 33 11 10, 33 31 12, 3331 20 LF 12660 $70.00 $886 200.00 10 3331.4116 8" Sewer Pipe, CSS Backfill 33 11 10, 33 31 12, 3331 20 LF 1030 $90.00 $92,700.00 11 3331.4119 8" DIP Sewer Pie 3311 10 LF 48 $102.00 $4,896.00 12 3331.4215 15" Sewer Pipe 33 11 10, 33 31 12, 3331 20 LF 139 $164.00 $22 796.00 13 3339.0001 Epoxy Manhole Liner 33 39 60 VF 247.5 $485.00 $120 037.50 14 3339.1001 4' Manhole 33 39 10, 33 39 20 EA 56 $5 000.00 $280 000.00 15 3339.1002 4' Drop Manhole 33 39 10 33 39 20 EA 5 $6 000.00 $30 000.00 16 3339.1003 4' Extra Depth Manhole 33 39 10, 33 39 20 VF 260 $225.00 $58 500.00 17 3339.1004 4' Shallow Manhole 33 39 10, 33 39 20 EA 1 $5 500.00 $5 500.00 18 9999.0003 Connect to Existing 8" Sewer Stub 9999.0004 Connect to Existing 15" Sewer Stub 00 00 00 EA 1 $1 500.00 $1 500.00 19 00 00 00 EA 1 $2 500.00 $2 500.00 TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS $1,999,091.50 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_Phase 1B.xlsx 00 42 43 DAP - BID PROPOSAL Page 3 of 5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Ventana West Phase 1 B UNIT PRICE BID 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 III: DRAINAGE IMPROVEMENTS 1 3301.0012 Post -CCTV Inspection of Storm Drain 3305.0109 Trench Safety 3341.0201 21" RCP, Class III 3341.0205 24" RCP, Class III 3301 32 33 05 10 LF 7842 $4.00 $31 368.00 2 LF 7842 $2.00 $15,684.00 3 3341 10 LF 1058 $73.00 $77 234.00 4 3341 10 LF 2383 $83.00 $197,789.00 5 3341.0208 27" RCP, Class III 3341 10 LF 709 $103.00 $73 027.00 6 13341.0302 30" RCP, Class III 3341 10 LF 368 $113.00 $41 584.00 7 3341.0305 33" RCP, Class III 3341 10 LF 442 $117.171 $51 789.14 8 3341.0309 36" RCP, Class III 3341 10 LF 2313 $158.00 $365,454.00 9 3341.0409 48" RCP, Class III 3341 10 LF 93 $233.00 $21 669.00 10 3341.1101 4x2 Box Culvert 3341 10 LF 340 $268.00 $91,120.00 11 3341.1304 6x5 Box Culvert 3341 40 LF 136 $448.00 $60 928.00 12 3349.0001 4' Storm Junction Box 33 49 10 EA 21 $7 500.00 $157 500.00 13 3349.0002 5' Storm Junction Box 33 49 10 EA 2 $8 500.00 $17 000.00 14 3349.0003 6' Storm Junction Box 33 49 10 EA 1 $9,500.001 $9 500.00 15 3349.0004 7' Storm Junction Box 33 49 10 EA 1 $9 500.00 $9 500.00 16 3349.5001 10' Curb Inlet 33 49 20 EA 23 $4 000.00 $92 000.00 17 3349.5002 15' Curb Inlet 33 49 20 EA 32 $5 000.00 $160 000.00 18 9999.0005 13' X 6' Junction Box 00 00 00 EA 1 $30 500.00 $30 500.00 19 9999.0006 13' X 8' Junction Box 00 00 00 EA 1 $34 500.00 $34 500.00 20 9999.0007 48" 4:1 Sloped End HW 00 00 00 EA 1 $8 500.00 $8 500.00 21 9999.0008 12" Large Stone Type "A" Dry Rip Rap 00 00 00 Sy 250 $165.00 $41 250.00 22 9999.0009 Remove V X 5' Drop Inlet 00 00 00 00 00 00 00 00 00 EA EA EA 4 $2 500.00 $10 000.00 23 9999.0010 Connect to Existing Storm Line 1 $2 501.86 $2 501.86 24 9999.0011 Inlet Protection 55 $250.00 $13 750.00 TOTAL UNIT III: DRAINAGE IMPROVEMENTS $1,614,148.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_Phase 1B.xlsx 00 42 43 DAP - BID PROPOSAL Page 4 of 5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Ventana West Phase 1 B UNIT PRICE BID 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 3211.0111 4" Flexible Base Type A GR-1 3211.0400 Hydrated Lime 30 Ibs/s 3211.0400 Hydrated Lime 36 Ibs/s 3211.0501 6" Lime Treatment 3211.0502 8" Lime Treatment 3213.0101 6" Conc Pvmt 3211 23 3211 29 Sy 6829 $16.00 $109 264.00 2 TON TON 708 9 $285.00 $285.00 $201,780.00 $2,565.00 3 3211 29 4 3211 29 Sy 47,138 $4.00 $188 552.00 5 3311 29 Sy 621 $5.00 $3 105.00 6 32 13 13 SY 50,122 $52.00 $2 606 344.00 7 3213.0301 4" Conc Sidewalk 32 13 20 SF 9,306 $4.25 $39,550.50 8 3213.0501 Barrier Free Ramp, Type R-1 32 13 20 EA 12 $2 200.00 $26 400.00 9 3213.0506 Barrier Free Ramp, Type P-1 32 13 20 EA 34 $2,400.00 $81,600.00 10 3291.0100 Topsoil 3291 19 Cy 208 $28.00 $5 824.00 11 3292.0100 Block Sod Placement 32 92 13 Sy 1,240 $8.00 $9 920.00 12 3441.4003 Furnish/Install Alum Sign Ground Mount City Std. - Stop w/ Street Name Blades R1-1 3441 30 EA 23 $550.00 $12 650.00 13 9999.0012 7.5" Conc Pvmt 00 00 00 Sy 595 $64.00 $38 080.00 14 9999.0013 Street Name Blade Pair 00 00 00 EA 6 $250.00 $1 500.00 15 9999.0014 Street Sign Pole 00 00 00 EA 6 $300.00 $1 800.00 16 9999.0015 Remove Barricade and Connect to Existing Pavement Header 00 00 00 EA 4 $1 000.00 $4 000.00 17 9999.0016 Construct Type III Barricade 00 00 00 EA 1 $800.00 $800.00 18 9999.0017 Construct Std. Pvmt Header 00 00 00 LF 29 $30.001 $870.00 TOTAL UNIT IV: PAVING IMPROVEMENTS $3,334,604.50 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_Phase 1B.xlsx 00 42 43 DAP - BID PROPOSAL Page 5 of 5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Ventana West Phase 1 B UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure I Bid Quantity Unit Price Bid Value UNIT V: STREET LIGHTING IMPROVEMENTS 1 2605.3015 2" CONDT PVC SCH 80 (T) 3441.1633 Install Type 33B Arm 3441.3301 Rdwy Illum Foundation TY 1 2 and 4 26 05 33 3441 20 LF 4,602 $15.00 $69 030.00 2 EA 64 $600.00 $38 400.00 3 3441 20 EA 64 $1 200.00 $76 800.00 4 3441.3341 Rdwy Illum Assembly TY 11 Pole 3441 20 EA 64 $2,500.00 $160,000.00 5 9999.0018 Type R2 Luminaire 00 00 00 EA 58 $750.00 $43 500.00 6 9999.0019 Type R4 Luminaire 00 00 00 EA 6 $950.00 $5 700.00 TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS $393,430.00 Bid Summary UNIT I: WATER IMPROVEMENTS UNIT II: SANITARY SEWER IMPROVEMENTS UNIT III: DRAINAGE IMPROVEMENTS UNIT IV: PAVING IMPROVEMENTS UNIT V: STREET LIGHTING IMPROVEMENTS $1,790,132.00 $1,999,091.50 $1,614,148.00 $3,334,604.50 $393,430.00 Total Construction Bid $9,131.406.00 ALTERNATE BID ITEMS Total Alternate Bid Item s This Bid is submitted by the entity named below: BIDDER: Conatser Construction TX, LP 5327 Wichita Street Fort Worth, TX 76119 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. BY: BIRO RL'GGINS TITLE: PRESIDENT DATE: END OF SECTION 175 working days after the date when the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid ProposalPhme 1B.xlsx COMPLETION AGREEMENT — SELF FUNDED This COMPLETION AGREEMENT ("Agreement"), is made and entered into by and between the City of Fort Worth, ("City") and PMB SWFW Dev Co Manager 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 77.43 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-24-180; and WHEREAS, the Developer and the City have entered into a Community Facilities Agreement relating to the development, Ventana West Phase 1B 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 Nine Million One Hundred Thirty -One Thousand Four Hundred Six Dollars ($9,131,406.00), hereinafter called the "Completion Amount". Notwithstanding the foregoing, it is acknowledged that the actual costs of completion of the Community Facilities may vary as a result of change orders agreed to by the Parties, but such variances for the purposes of this City of Fort Worth, Texas Standard Completion Agreement — Self -Funded Page 1 of 10 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: PMB SWFW Dev Co Manager LLC 4001 Maple Ave., Ste. 270 Dallas, Texas 75219 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 Apply. 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. Headings. 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: Jesica McEachern Assistant City Manager Date: 12/05/2025 Approved as to Form & Legality: Jessika Williams Assistant City Attorney Date: 12/01/2025 ATTEST: Jannette Goodall City Secretary DEVELOPER: PMB SWFW Dev Co Manager LLC I�Tm Taylor Baird (Nov 25, 2025 16:43:36 CST) K. Taylor Baird Manager Date: 11/25/2025 City of Fort Worth, Texas OFFICIAL RECORD Standard Completion Agreement — Self -Funded CITY SECRETARY Page 5 of 10 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 BEING A 77.443-ACRE TRACT OF LAND SITUATED IN THE S.A. & M.G. RR. CO. SURVEY, ABSTRACT NO. 1903, TARRANT COUNTY, TEXAS, AND BEING A PORTION OF THAT TRACT OF LAND DESCRIBED TO TRT LAND INVESTORS, LLC BY DEED RECORDED IN COUNTY CLERKS FILE NO. D221245221, OFFICIAL PUBLIC RECORDS OF TARRANT COUNTY, TEXAS, AND A PORTION OF THAT TRACT OF LAND DESCRIBED TO PMB VEALE LAND INVESTORS 1 LP BY DEED RECORDED IN COUNTY CLERK FILE NO. D221245180 OF SAID OFFICIAL PUBLIC RECORDS, AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: BEGINNING AT A 5/8-INCH CAPPED IRON ROD STAMPED "LJA SURVEYING" SET (HEREINAFTER REFERRED TO AS "IRON ROD SET") FOR THE SOUTHEAST CORNER OF SAID PMB VEALE TRACT AND SAME BEING THE SOUTHWEST CORNER OF LOT 3X, VENTANA, PHASE 4, AN ADDITION TO THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS SHOWN BY PLAT RECORDED IN COUNTY CLERK FILE NO. D220185039, PLAT RECORDS OF TARRANT COUNTY, TEXAS; THENCE OVER AND ACROSS SAID PMB VEALE LAND INVESTORS TRACT, THE FOLLOWING COURSES AND DISTANCES: SOUTH 89°27'37" WEST, A DISTANCE OF 382.00 FEET; NORTH 45°32'23" WEST, A DISTANCE OF 14.14 FEET; NORTH 00°32'23" WEST, A DISTANCE OF 8.50 FEET; SOUTH 89°27'37" WEST, A DISTANCE OF 60.00 FEET; SOUTH 00°32'23" EAST, A DISTANCE OF 8.50 FEET; SOUTH 44°27'37" WEST, A DISTANCE OF 14.14 FEET; SOUTH 89°27'37" WEST, A DISTANCE OF 845.00 FEET; NORTH 45°32'23" WEST, A DISTANCE OF 14.14 FEET; NORTH 00°32'23" WEST, A DISTANCE OF 8.50 FEET; SOUTH 89°27'37" WEST, A DISTANCE OF 50.00 FEET; SOUTH 00°32'23" EAST, A DISTANCE OF 8.50 FEET; SOUTH 44'27'37" WEST, A DISTANCE OF 14.14 FEET; SOUTH 89°27'37" WEST, A DISTANCE OF 84.67 FEET TO THE BEGINNING OF A CURVE TO THE RIGHT HAVING A RADIUS OF 720.00 FEET AND A CHORD THAT BEARS NORTH 75°10141" WEST, 381.47 FEET; WITH SAID CURVE TO THE RIGHT, THROUGH A CENTRAL ANGLE OF 30°43'25", AN ARC -DISTANCE OF 386.08 FEET; NORTH 59°48'58" WEST, A DISTANCE OF 315.72 FEET; City of Fort Worth, Texas Standard Completion Agreement — Self -Funded Page 8 of 10 NORTH 15°05'00" WEST, A DISTANCE OF 14.21 FEET TO THE BEGINNING OF A NON -TANGENT CURVE TO THE LEFT HAVING A RADIUS OF 3,755.00 FEET AND A CHORD THAT BEARS NORTH 24°31'44" EAST, 660.36 FEET; WITH SAID CURVE TO THE LEFT, THROUGH A CENTRAL ANGLE OF 10°05'21", AN ARC -DISTANCE OF 661.22 FEET; NORTH 64°10'45" EAST, A DISTANCE OF 14.20 FEET; SOUTH 71°02'59" EAST, A DISTANCE OF 13.32 FEET; NORTH 18°57'01" EAST, A DISTANCE OF 50.00 FEET; NORTH 71°02'59" WEST, A DISTANCE OF 13.32 FEET; NORTH 26°16'43" WEST, A DISTANCE OF 14.20 FEET TO THE BEGINNING OF A NON -TANGENT CURVE TO THE LEFT HAVING A RADIUS OF 3,755.00 FEET AND A CHORD THAT BEARS NORTH 14°49'52" EAST, 469.60 FEET; WITH SAID CURVE TO THE LEFT, THROUGH A CENTRAL ANGLE OF 07°10'12", AN ARC -DISTANCE OF 469.91 FEET; NORTH 11°14'46" EAST, A DISTANCE OF 434.46 FEET TO THE BEGINNING OF A CURVE TO THE RIGHT HAVING A RADIUS OF 1,945.00 FEET AND A CHORD THAT BEARS NORTH 12°06'22" EAST, 58.39 FEET; WITH SAID CURVE TO THE RIGHT, THROUGH A CENTRAL ANGLE OF 01°43'12", AN ARC -DISTANCE OF 58.39 FEET; NORTH 89°27'37" EAST, A DISTANCE OF 1,575.35 FEET TO THE WEST LINE OF SAID VENTANA, PHASE 4; THENCE WITH SAID WEST LINE OF SAID VENTANA, PHASE 4, THE FOLLOWING COURSES AND DISTANCES: SOUTH 00°33'03" EAST, A DISTANCE OF 815.18 FEET; SOUTH 00°32'29" EAST, A DISTANCE OF 93.59 FEET; SOUTH 00°31'49" EAST, A DISTANCE OF 966.56 FEET TO THE POINT OF BEGINNING AND CONTAINING A CALCULATED AREA OF 77.443 ACRES (3,373,398 SQ. FEET) 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 $ 1,790,132.00 $ 1,999,091.50 $ 3,789,223.50 $ 3,334,604.50 $ 1,614,148.00 $ 393,430.00 $ 5,342,182.50 $ 9,131,406.00 FORT WORTH. City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: PMB SWFW Dev Co Manager 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. 106053 *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: 12/08/2025 Received Time: 10:51 a.m. Developer and Project Information Cover Sheet: Developer Company Name: PMB SWFW Dev Co Manager LLC Address, State, Zip Code: 4001 Maple Ave., Suite 270 Dallas, Texas 75219 Phone & Email: 215-954-7008 1 taylor@pmbinv.com Authorized Signatory, Title: K. Taylor Baird, Manager Project Name: Ventana West Phase 1B Brief Description: Water, Sewer, Paving, Drainage and Street Lights Project Location: North of Ventana Pkwy Plat Case Number: FP-24-180 Plat Name: Ventana West Phase 1B Council District: 3 Phased or Concurrent Provisions: Phased CFA Number: 25-0116 City Project Number: 106053 1 IPRC25-0027 City of Fort Worth, Texas Page 1 of 18 Standard Community Facilities Agreement Rev. 9/21