Loading...
HomeMy WebLinkAbout064475 - Construction-Related - Contract - D.R. Horton - Texas, Ltd.City Secretary Number: STANDARD COMMUNITY FACILITIES AGREEMENT WITH CITY PARTICIPATION �1vial This COMMUNITY FACILITIES AGREEMENT ("Agreement") is made and entered into by and between the City of Fort Worth ("City"), a home -rule municipal corporation of the State of Texas, acting by and through its duly authorized Assistant City Manager, and D.R. Horton — Texas, Ltd. ("Developer"), a Delaware limited liability company, 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 Lone Star at Liberty Trails Off -Site Water Main ("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 desires to participate in this Agreement in an amount not to exceed $1,081,855.97 to enlarge the scope of the Improvements beyond what Developer is responsible for constructing by oversizing an 8-inch water main to a 24-inch water main as authorized by City Council through approval of M&C 25-0970 on October 21, 2025 ("City Participation"); and WHEREAS, the City Participation includes reimbursement to Developer in amounts not to exceed $939,903.22 for construction costs, $88,688.68 for design costs, $3,137.26 for IPRC plan review fees, $4,709.40 for public bid advertisement costs, and $18,798.06 for material testing costs. The remaining City Participation in the amount of $26,619.35 shall not be paid to Developer, but will be used by City to pay for the City's portion of construction inspection service fees, administrative material testing fees, and water lab testing fees; and WHEREAS, the Developer and the City desire to enter into this Agreement in connection with the collective Improvements for the Project; OFFICIAL RECORD City of Fort Worth, Texas Page 2 of 18 Standard Community Facilities Agreement with City Participation CITY SECRETARY Rev. 4/2/20 FT. WORTH, TX 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 forth 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 exist between the terms and conditions of this Agreement and the CFA Ordinance, the CFA Ordinance shall control. 2. Incorporation of Engineering Plans The engineering plans for the Improvements that have been approved by the City ("Engineering Plans") are incorporated into this Agreement by reference as if fully set out herein. Developer shall provide at its expense, unless otherwise agreed to by City, all engineering drawings and documents necessary to construct the Improvements required by this Agreement. 3. Description of Improvements; Exhibits and Attachments The following exhibits describe the general location, nature and extent of the Improvements that are the subject of this Agreement and are attached hereto and incorporated herein by reference: ® Exhibit A: Water ❑ Exhibit B: Sewer ❑ Exhibit C: Paving ❑ Exhibit D: Storm Drain ❑ Exhibit E: Street Lights & Signs ❑ Exhibit F: Traffic Signal & Striping The Location Map and Cost Estimates are also attached hereto and incorporated herein by reference. To the extent that Exhibits A, B, C, D, E, F, the Location Map, or the Cost Estimates conflict with the Engineering Plans, the Engineering Plans shall control. If applicable, Attachment 1 — Changes to Standard Community Facilities Agreement, Attachment 2 — Phased CFA Provisions, and Attachment 3 — Concurrent CFA Provisions, are attached hereto and incorporated herein for all purposes. 4. Construction of Improvements Developer agrees to cause the construction of the Improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and specifications, the Engineering Plans, the Cost Estimates provided for the Improvements, and this Agreement. Developer acknowledges that City will not accept the Improvements until the City receives affidavits and lien releases signed by Developer's contractors verifying that the City of Fort Worth, Texas Page 3 of 18 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 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. If the Developer's contractors: (a) are not constructing the Improvements in accordance with the Engineering Plans; (b) the contractors violate federal law, state law or local law, policies, rules or regulations in connection with the construction of the Improvements; or (c) coordination of the timing of the construction of adjacent utilities is necessary to avoid having to remove and replace Improvements that Developer's contractors are about to install, the City may temporarily suspend the construction of the Improvements by delivering a written notice to Developer and Developer's contractors. The temporary suspension of the construction of the Improvements shall only occur for the amount of time necessary for Developer's contractors to correct the violation or for the coordination of the utilities to be completed, and upon any such suspension, City agrees to reimburse Developer for the City's share of construction costs for work properly completed through the date City suspended construction. 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. 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. If the Improvements are not completed at the end of the Term, and any Extension Periods, there will be no further obligation for City Participation to be paid to the Developer. (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 City of Fort Worth, Texas Page 4 of 18 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 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 (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. City of Fort Worth, Texas Page 5 of 18 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 (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. (h) Developer shall ensure the contractors are paid the City's wage rates in effect during construction of the Improvements. 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. 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 FAILURE TO PROPERLY SAFEGUARD THE WORK, OR ONACCOUNT OFANYACT, INTENTIONAL City of Fort Worth, Texas Page 6 of 18 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 OR OTHERWISE, NEGLECT OR MISCONDUCT OF SAID DEVELOPER, ITS CONTRACTORS, SUB -CONTRACTORS, OFFICERS, AGENTS OR EMPLOYEES, WHETHER OR NOT SUCHINJURIES, DEATH OR DAMAGESARE CAUSED, IN WHOLE OR IN PART, BY THE ALLEGED NEGLIGENCE OF THE CITY OF FORT WORTH, ITS OFFICERS, SERVANTS, OR EMPLOYEES. (c) DEVELOPER WILL REQUIRE ITS CONTRACTORS TO INDEMNIFY, DEFEND AND HOLD HARMLESS THE CITY, ITS OFFICERS, AGENTS AND EMPLOYEES FROM AND AGAINST ANY AND ALL CLAIMS, SUITS OR CAUSES OF ACTION OF ANY NATURE WHATSOEVER, WHETHER REAL OR ASSERTED, BROUGHT FOR OR ON ACCOUNT OF ANY INJURIES OR DAMAGES TO PERSONS OR PROPERTY, INCLUDING DEATH, RESULTING FROM, OR INANY WAY CONNECTED WITH, THE CONSTRUCTION OF THE IMPROVEMENTS CONTEMPLATED HEREIN, WHETHER OR NOT SUCH INJURIES, DEATH OR DAMAGES ARE CAUSED, IN WHOLE OR IN PART, BY THE ALLEGED NEGLIGENCE OF THE CITY OF FORT WORTH, ITS OFFICERS, SERVANTS, OR EMPLOYEES. FURTHER, DEVELOPER WILL REQUIRE ITS CONTRACTORS TO INDEMNIFY, DEFEND, AND HOLD HARMLESS THE CITY FOR ANY LOSSES, DAMAGES, COSTS OR EXPENSES SUFFERED BY THE CITY OR CAUSED AS A RESULT OF SAID CONTRACTORS' FAILURE TO COMPLETE THE WORK AND CONSTRUCT THE IMPROVEMENTS IN A GOOD AND WORKMANLIKE MANNER, FREE FROM DEFECTS, IN CONFORMANCE WITH THE CFA ORDINANCE, AND INACCORDANCE WITH ALL PLANS AND SPECIFICATIONS. 13. Right to Enforce Contracts 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 Developer's portion of 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 Developer's portion 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. City of Fort Worth, Texas Page 7 of 18 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 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 Coordination 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: D.R. Horton — Texas, Ltd. 6751 North Freeway Fort Worth, Texas 76131 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 City of Fort Worth, Texas Page 8 of 18 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 transactions relating to this Agreement. Developer agrees that the City shall have access during normal working hours to all necessary Developer facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. The City shall give Developer reasonable advance notice of intended audits. Developer further agrees to include in all contracts with Developer's contractors for the Improvements a provision to the effect that the contractor agrees that the City shall, until the expiration of three (3) years after final payment under the contract, have access to and the right to examine any directly pertinent books, documents, papers and records of such contractor, involving transactions to the contract, and further, that City shall have access during normal working hours to all of the contractor's facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City shall give Developer's contractors reasonable advance notice of intended audits. 18. Independent Contractor It is expressly understood and agreed that Developer and its employees, representative, agents, servants, officers, contractors, subcontractors, and volunteers shall operate as independent contractors as to all rights and privileges and work performed under this Agreement, and not as agents, representatives or employees of the City. Subject to and in accordance with the conditions and provisions of this Agreement, Developer shall have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers. Developer acknowledges that the doctrine of respondeat superior shall not apply as between the City and its officers, representatives, agents, servants and employees, and Developer and its employees, representatives, agents, servants, officers, contractors, 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 City of Fort Worth, Texas Page 9 of 18 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 The failure of the City to insist upon the performance of any term or provision of this Agreement or to exercise any right herein conferred shall not be construed as a waiver or relinquishment to any extent of City's right to assert or rely on any such term or right on any future occasion. 21. Governmental Powers and Immunities. It is understood that by execution of this Agreement, the City does not waive or surrender any of its governmental powers or immunities. 22. Headings The paragraph headings contained herein are for the convenience in reference and are not intended to define or limit the scope of any provision of this Agreement. 23. Severability In the event that any clause or provision of this Agreement shall be held to be invalid by any court of competent jurisdiction, the invalidity of such clause or provision shall not affect any of the remaining provisions hereof. 24. 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. 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 City of Fort Worth, Texas Page 10 of 18 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 Developer acknowledges that in accordance with Chapter 2276 of the Texas Government Code 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. 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 the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. 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. Compliance with Public Information Act Requests The requirements of Subchapter J, Chapter 552, Government Code, may apply to this Agreement and Developer agrees that the Agreement can be terminated if Developer knowingly or intentionally fails to comply with a requirement of that subchapter. Developer acknowledges that section 552.371 of the Texas Government Code applies to this Agreement if. (1) this Agreement has a stated expenditure of at least $1 million in public funds for the purchase of good or services by the City; or (2) this Agreement results in the expenditure of at least $1 million in public funds for the purchase of goods or services by the City in a fiscal year of the City. To the extent that section 552.371 of the Texas Government Code applies to this Agreement, Developer shall comply with section 552.372 of the Texas Government Code by: (1) preserving all contracting information relating to this Agreement as provided by the records retention requirements applicable to the City for the duration of the Agreement; (2) promptly providing the City any contracting information related to this Agreement that is in the custody or possession of Developer on request of the City; and (3) on completion of the Agreement, either (a) providing at no cost to the City all contracting information related to the Agreement that is in the custody or possession of Developer; or (b) preserving the contracting information relating to the Agreement as provided by the retention requirements application to the City. 29. Immigration and Nationality Act City of Fort Worth, Texas Page 11 of 18 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 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. 30. 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. 31. 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. 32. 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. 33. 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. 34. 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. 35. City of Fort Worth, Texas Page 12 of 18 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 Counterparts This Agreement may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. 36. 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. 37. City Participation; Fiscal Funding Limitation (a) The City shall reimburse Developer in amounts not to exceed $939,903.22 for construction costs, $88,688.68 for design costs, $3,137.26 for IPRC plan review fees, $4,709.40 for the public bid advertisement costs, and $18,798.06 for material testing costs. For eligible reimbursable material testing costs, Developer will provide City with an invoice via email to Development Services — Water Section, Attn: Development Project Coordinator at DSWS@fortworthtexas.gov. The remaining City Participation in the amount of $26,619.35 shall not be paid to Developer but will be used by City to pay for the City's portion of construction inspection service fees, administrative material testing fees, and water lab testing fees. During construction of the Improvements, Developer will receive applications for payment from Developer's contractors. Developer shall verify that each application for payment is due and payable under the construction contracts between Developer and the contractors and that the Improvements that are the subject of the application for payment have been constructed. Developer shall submit payment requests to the City, in the form of an invoice, no more frequently than 90 days to obtain reimbursement of the City Participation (each a "Payment Request"). Each Payment Request shall be delivered to the City utilizing the City's eBuilder software application and the spreadsheet approved by the City. Each Payment Requested submitted by Developer shall be accompanied with proof that: (1) Developer has paid the contractors for the amount included in the Payment Request; and (2) an affidavit and lien release from the contractors indicating that Developer has paid the contractors in full for the amount included in each Payment Request and the contractors have paid all subcontractors and material suppliers in full. Developer must register as a vendor of the City in order for the City Participation to be paid to Developer. The cost of any charge orders must be agreed upon in writing by the parties and the party or parties benefitting from the change order must pay the costs as outlined in the written change order signed by the parties. The City Participation for construction costs was calculated as follows: City of Fort Worth, Texas Page 13 of 18 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 ur.rl.xur�exoue�vr° GM1.1106 16"Pvm mP4ta 624114 EA 1 51,348.00 SLAII.fl0 2 03#1110F 24"Pmim ALF 014114 EA 2 52,426.00 54,856.00 a OMI-1118 4"12--Pe uePhjg 024114 EA 5 $81 dAo 1 OM.00 3305A1C8 Txmrh Sa&qT 33flT10 LF fi1B1 i1.00 S$191.fl0 s 3305.0110 Uu1h+MakEn 330526 LS 6 320d.00 51,673.00 ° 3305.M 20" Cjiio.E 13T (?DEnClL 330521- LF 20 .00 S4.Mfl0 r 3305-100' 41" Chine 4 Opm C1v 33 05 22 LF 20 1485_00 59300.06 a 3311A001 Dotik lmo Waler Fihinm w. REAmff 331111 TON 13 $B,72B.00 SI26,477.00 0 3311.0241 B-Wrer 331110.331112 LF 243 $110A6 $28,574M '° 3311A231 8'DOWNti 331110 1F 30 $14090 54,20D.fl0 '3311A441 1".WmtY 33 1110, 33 1112 LF 153 S147Do 122_491.i x 3311 A544 ld WAY Tum 331110 331112 LF 168 $161.00 2G7�-16.00 3311A641 2?W3tarPO 3311 M331112.33 11 13, n i l 14 LF 3203 t125.O0 S4o0375.8a 'i 3311 OW 2-r WubN P* Ta55t . Tomb) 3311 M 3311 12. 33 11 13,331114 LF 23-M $215-� ,s 3311.064E W A'amrP4K CUM ExM(Ramaked Ion 33 1110, 33111z 3311 13.331114 LF 10 $702-04 57,920.00 3311A654 2i'•BIPA"am To=) 331I10 LF 30 $41200 SU360.00 ' 3312.0901 Fie HTdrad 331140 EA 2 310.87aDD 121,W.00 3312.010E Ca®ermn Io Exb ' 24" iiamr.Maio 33 1225 EA 1 KW I.00 SE,081.00 • 3312.19A 4'^nnhiran.m Diu Cahe,.mm*fx W� 331230 EA 4 $24,767110 y99AB8.90 as 331230Q3 8"C'6el'&M 331220 EA 3 S2,5N.00 57,791.00 3312-M05 12" Gm Vdw 331120 EA 3 54,172.00 iUji6.00 33123M hT Ca S'abc w.- Vaah 33 1120 EA 1 125,101.00 $25,11ii.00 u 3312.340E M'Gm alvew Virah 331220 EA 5 143-420.90 1219,100.90 2' 3312bOQ3 8"&low OffValrn 3312N EA 2 S20 A6 $0,1M.D0 as 3137.0105 Medb=Srone am3ted 3137M SY 12 $182Ao S2.1E4.06 N 999 -M i:- d] d5ed E1 wd m 999999 CY WE 514.00 $50,372.U0 v 9M.WO15Eahilmed CaLghcam Euft xe 999999 5Y 110 $1e.00 51,870.fl0 a° 9999AOQ SOtFetre 9999549 LF 3881 $2M 57.38I 99N.OX2store0tgf1msrParaL'e ww°° EA 4 S1650.00 WOOD 999P0704h3ecPmw= 999999 EA 1 $150.00 19CH) a' 9MM05 i8' RC? Chss ti 99%9P LF 2BB 570.00 I'_7ia.00 %2 4949.0006 &eorc,ce 5ertim oSE� Feore and ash 999999 EA 2 52,40B.O17 14,S1a.06 (b) Substantial completion of the Improvements shall occur after Developer's contractors notify the City that the Improvements are constructed and ready for their intended use, the City and Developer's contractors inspect the Improvements, and the City concurs that the Improvements are substantially complete. This City will withhold 5% in retainage from each payment made to Developer. Retainage shall be paid by City to Developer 60 days after the Improvements are constructed and accepted by the City and Developer delivers an invoice to the City. (c) In the event no funds or insufficient funds are appropriated and budgeted or are otherwise unavailable by any means whatsoever in any fiscal period for payments due under this Agreement, then the City will immediately notify Developer of such occurrence and this Agreement shall be terminated on the last day of the fiscal period for which appropriations were received without penalty or expense to the City of any kind whatsoever, except to the portions of annual payments herein agreed upon for which funds shall have been appropriated. [REMAINDER OF PAGE LEFT INTENTIONALLY BLANK] City of Fort Worth, Texas Page 14 of 18 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 39. Cost Summary Sheet Project Name: Lone Star at Liberty Trails Off -Site Water Main CFA No. 25-0162 IPRC No. 24-0193 City Project No. 105846 Items Developer's Cost City's Cost Total Cost A. Water and Sewer Construction 1. Water Construction $ 755,741.78 $ 939,903.22 $ 1,695,645.00 2. Sewer Construction $ $ $ Water and Sewer Construction Total $ 755,741.78 $ 939,903.22 $ 1,695,645.00 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): $ 755,741.78 $ 939,903.22 $ 1,695,645.00 Estimated Construction Fees: C. Construction Inspection Service Fee D. Administrative Material Testing Service Fee E. Water Testing Lab Fee F. Material Testing Cost G. IPRC Plan Review Fees H. Public Bid Advertisement Cost I. Design Services Total Estimated Construction Fees: TOTAL PROJECT COST $ 18,802.79 $ 23,384.71 $ 42,187.50 $ 2,149.59 $ 2,673.41 $ 4,823.00 $ 451.27 $ 561.23 $ 1,012.50 $ - $ 18,798.06 $ 18,798.06 $ 2,522.55 $ 3,137.26 $ 5,659.81 $ 3,786.65 $ 4,709.40 $ 8,496.05 $ 71,311.32 $ 88,688.68 $ 160,000.00 $ 99,024.17 $ 141,952.75 $ 240, 776.92 $ 854,765.95 $ 1,081,855.97 $ 1,936,621.92 Financial Guarantee Amount Band = 100% $ 755,741.78 X City of Fort Worth, Texas Page 15 of 18 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 IN WITNESS WHEREOF, the City and Developer have each executed this Agreement by their duly authorized signatories to be effective on the date executed by the City's Assistant City Manager. CITY OF FORT WORTH Jesica McEachern Assistant City Manager Date: 12/16/2025 Recommended by: Dwayne Hollars Sr. Contract Compliance Specialist Development Services Department Approved as to Form & Legality: Jessika Williams Assistant City Attorney M&C No. 25-0970 Date: 10/21/2025 Form 1295: 2025-1372574 ATTEST: Jannette Goodall City Secretary City of Fort Worth, Texas Standard Community Facilities Agreement with City Participation Rev. 4/2/20 DEVELOPER D.R. Horton — Texas, Ltd. Justin Bosworth Assistant Vice President Date: 12/12/2025 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. WE Kandice Merrick Development Manager OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 16 of 18 The following attachments are incorporated into this Agreement. To the extent a conflict exists between the main body of this Agreement and the following attachments, the language in the main body of this Agreement shall be controlling. Included Attachment ® Attachment 1 - Changes to Standard Community Facilities Agreement ❑ Attachment 2 — Phased CFA Provisions ❑ Attachment 3 — Concurrent CFA Provisions ® Location Map ® Exhibit A: Water Improvements ❑ Exhibit B: Sewer Improvements ❑ Exhibit C: Paving Improvements ❑ Exhibit D: Storm Drain Improvements ❑ Exhibit E: Street Lights and Signs Improvements ❑ Exhibit F: Traffic Signal and Striping Improvements ® Cost Estimates (Remainder of Page Intentionally Left Blank) City of Fort Worth, Texas Page 17 of 18 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 ATTACHMENT "I" Changes to Standard Community Facilities Agreement City Project No. 105846 None City of Fort Worth, Texas Page 18 of 18 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 HFAWNSU UALLI' 1 ��11111111111■11111111111111 � �1111111111 ��;,111111� 111■ �11111111111 �IIIIIIIIIII ■11< <- �III �111111111111��11�� . , . .. • �111111111111�������co 11111111 • . '■1111111 , :������Ir LLJ • 11111111LL •• 1 • 111 111 111 _ 111 111 . • ' � ���1111111 . �IIIII .' - 1111�Mo i� • • ,.LLI 6m P'�aPM V�0 — C006Z!9\s11q!gx3 VA0\sl!glgx3 4'b'Z\I!ni0 q'Z\u6!sa0 0Z\CO\'6\Z!9\slaafoJd\:S :al1A —q—al —n — Ad 92:1 'bMZ 'L Iaq—A-N :aloe SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value NIT I: WATER IMPROVEMENTS 1 0241.1106 16" Pressure Plug 0241 14 EA 1 1,368.00 $1.368.00 2_ 6241.1109 24" Pr_essu_re Plug 02 41 14 EA 2 2,428.00 $4,856.00 3 0241.1118 4"-12" Pressure Plug 02 41 14 EA 5 816.00 $4,080.00 _ 4 3305.0109 Trench Safety 33 05 10 LF 6191 1.00 $6,191.00 5 3305.0116 Utility Markers 330526_ 8 206.OD _ $1,648.00 -LS- 6 3305.1003 20" Casing By Open Cut 33 05 22 _ 239.01) $4 780.00 _ _ 7 _ - _ _ - 3305.1007 42" Cng By_ Open Cut- 33 05 22 ._LF_ LF _ -20 2• 466.00 - $9,300.00 _ - _ _- - _ _ _ _ _TON 13 9,729.00 $126,477.00 _ 243 9 3311 02418" Water Pye 33 71 10,.33 11 12 LF 118.00 _ $28,674.00 _ 10 _ _ 3311.0251 8' DIP Water 33 11 10 - LF 30 140.00 $4,200.00 11 3311.0441 12"Water Pipe -- ------ - 33 1110,3311 12 LF- 147.00 12 - 33 11 10, 3311 12 LF _ -153 _ 166 161.00 -$22,491.00 - _ $26,726.00 3311.0544- 16"_Water Pipe (Res irted Joints)-- 13 _ __- 3311A641 24" Water Pipe --_ -_ _. -- 33 1110. 3311 12.3311 13, 3311 14 LF - 3203 125.00 - _ _ $400 375.00 _- _ _ -_ _. _ __- --_. 33110644. 24" Water P�)e SRestramed Joints) 3311 10. 3311 12. 33 11 13, 3311 14 LF 2356 215.00 _ _ $506,540.00 -14 _. 3311.0648 Water Pipe, CLSM-Baddill (Restrained Joints 3311 1D, 3311 12, 33 11 13, 3311 14 LF _ 10 792.00 -- _ -- $7,920.00 -15 •_ 16 .24" _ __- 3311 0654 24" DIP Water (Restranred Joints? 3311 10 LF - _ 30 412.00 $12,360.00 _- _-_ _ 331240, _ 3312.0001 Fire Hydrant EA - 2 10,873.00 $21,746.00 1 -17 _.- - ,--.-_ _-_ .___ _ 3312A108• ConrLection to ExlsUN 24" Watei Main 33'12 25 -EA - 6,081.00 $6.081.00 19 __ 3312 1004 4' Combination Awwff!y_y, for W fqr 3312 36 _ Fa4 _ 4 24,767.00 _ _ - $99,068.00 _ 20- _N_r_Valve 3312._3003 8' Gate Valve 331220 EA 3 2.597.00 _ $7,791.00 _ 21 _ 3_312.30_05 12" Gate Valve 331220 - EA - 3 4,172.00 -- $12,516.00 3312.3006 16" Gate Valve wl Vautt - - -- -- - - - 3312 20 - --- - EA -- 1 26,101.00 - - - $25,101.00 _22 _ 23 3312.3008 24" Gate_ Valve w_/ Vault 331220 EA 543,820.00 $219,100.00 24 3312.60D3 8" Blow Off Valve - --__-_--- -- - --- 331260 EA 2 20.064.00 $40,128.00 25 3137,0105 Medium Stone Riprap, grouted 31 37 00 SY 12 182.00 $2,18440 99 99 99 CY 26 9999.0000 Unclassified Excavation 3598 14.00 $_50,372.00 _ 27 9999.0001 Stabilized Construction Entrance 99 99 99 SY 110 17.00 _ -28 9999.0002 Silt Fence 99 99 99 LF 3691 2.00 _$1,870.o0 $7,382.00 29 9999.0003 Stone Overflow Structure 99 99 99 EA 4 1,650.00 $6.600.00 30 9999.0004 Inlet Protection 99 99 99 EA 1 150.00 $150.00 31 9999.0005 18" RCP Class V 99 99 99 LF 288 79.00 $22,752.00 32 9999.0006 Remove Section of Ex. Fence and Replace with Gate Access 99 99 99 FA 2 2,409.00 $4.818.00 TOTAL UNIT I: WATERIMPROVEMENTS1 $1.695.645.00 This Bid is submitted by the entity named below: BIDDER: Wright Construction Co., Inc. 600 R, Rall Street Grape, i.e. Ic.as 76051 Addendum I Received 9-16-2025 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. END OF SECTION Total Construction BY: Joe Lipscomb 4�0 f e),L TITLE: Senior Estimator DATE: September 18.2025 I" working days after the date when the City of Fort Worth, Texas Mayor and Council Communication DATE: 10/21/25 M&C FILE NUMBER: M&C 25-0970 LOG NAME: 60LONE STAR AT LIBERTY TRAILS 241NCH OFFSITE WATER MAIN SUBJECT (ETJ near CD 10) Authorize Execution of a Community Facilities Agreement with D.R. HORTON - TEXAS, LTD., with City Participation in an Amount Up to $1,081,855.97 for Oversizing an 8-Inch Water Main to a 24-Inch Water Main for Anticipated Future Growth in North Fort Worth, and Adopt Appropriation Ordinance to Effect a Portion of Water's Contribution to the Fiscal Years 2026-2030 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of a Community Facilities Agreement with D.R. HORTON - TEXAS, LTD., with City participation in an amount up to $1,081,855.97 for oversizing an 8-inch water main to a 24-inch water main for anticipated future growth in north Fort Worth; and 2. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the Water & Sewer Revenue Bonds Series 2024 Fund by decreasing estimated receipts and appropriations in the Commercial Paper project (City Project No.UCMLPR ) in the amount of $1,222,842.00 and increasing estimated receipts and appropriations in the CFA Bucket Programmable project (City Project No. P00001) by the same amount for the purpose of funding the Community Facilities Agreement CFA — Lone Star at Liberty Trl project (City Project No. 105846) and to effect a portion of Water's contribution to the Fiscal Years 2026-2030 Capital Improvements Program. DISCUSSION: D.R. HORTON - TEXAS, LTD. (Developer) is constructing the Lone Star at Liberty Trails off -site water development project located north of Highway 114 and west of John Day Road. The Developer is required to extend approximately 1,175 linear feet of 24-inch water main to serve the proposed development. In addition, the Developer is required to construct approximately 4,340 linear feet of an 8-inch water main as part of the frontage extension requirement for the development. The Water Department is requesting to oversize the 8-inch water main to a 24-inch water main for anticipated future growth in the area. The construction costs for the water mains are estimated to be allocated at 27.6% for the Developer and 72.4% for the City. The Lone Star at Liberty Trails off -site water main project is assigned City Project No. 105846 and Accela System Record IPRC24-0193. This project has been publicly bid. The City's cost participation in the oversizing of the water main is estimated to be in an amount up to $1,081,855.97 as shown in the table below. Payments to the Developer are estimated to be $939,903.22 for construction costs, $3,137.26 for Infrastructure Plan Review Center (IPRC) fees, $18,798.06 for material testing costs, $4,709.40 for public bid advertisement costs, and $88,688.68 for design service costs. The City's cost participation also includes $26,619.35 to cover the City's portion of construction inspection service fees and administrative material testing fees. An additional $140,985.48 in contingency funds will cover the City's portion of any change orders. The following table shows the cost -sharing breakdown for the project between all parties: Public Im rovements p Developer Cost CityCost Total Cost 1. 24" Water Main $755,741.78 $939,903.22 $1,695,645.00 Contingency 15% $0.00 $140,985.48 $140,985.48 Construction Fees 0 A. Construction Inspection Fee $18,802.79 $23,384.71 $42,187.50 B. Admin Material Testing Fee $2,149.59 $2,673.41 $4,823.00 C. Water Lab Testing Fees $451.27 $561.23 $1,012.50 DE Material Testing Contingency Cost $0.00 $18,798.06 $18,798.06 1. Design Services $71,311.32F $88,688.6811 $160,000.00 2. Public Bid $3,786.65 $4,709.40 Advertisement $8,496.05 3. IPRC Fees $2,522.55F $3,137.2611 $5,659.81 (Total Project Cost $854,765.95 $1,222,841.451$2,077,607.40I The reimbursement of the City participation is not a lump -sum amount and may be less than the stated amount depending upon the actual quantities and unit prices from the Notice of Final Completion package, commonly referred to as the Green Sheet package. It is the practice of the Water Department to appropriate its CIP plan throughout the Fiscal Year (FY), instead of within the annual budget ordinance, as projects commence, additional funding needs are identified, and to comply with bond covenants. The actions in the M&C will appropriate funds in support of the Water's portion of the City of Fort Worth's Fiscal Years 2026-2030 Capital Improvement Program. Funding is available in the Commercial Paper project within the Water & Sewer Rev Bonds Series 2024 Fund for the purpose of funding the CFA- Lone Star at Liberty Trl project. Funding for the Community Facility Agreement (CFA) —Lone Star at Liberty Trl water project is as depicted in the table below: FUND Existing Appropriations Additional Appropriations Project Total* W&S Rev Bonds Series 2024 - 56022 $0.00 $1,222,842.00 $1,222,842.00 Project Total $0.00 $1,222,842.00 $1,222,842.00 *Numbers rounded for presentation purposes. SMALL BUSINESS ORDINANCE - The project was publicly bid prior to September 1, 2025; therefore, a small business goal was not established for the project. This project is located in the Extraterritorial Jurisdiction near CD 10. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are currently available in the Commercial Paper project within the W&S Rev Bonds Series 2024 Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in W&S Rev Bonds Series 2024 Fund for the CFA-Lone Star at Liberty Trl project to support the execution of the agreement. Prior to an expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. Submitted for City Manager's Office by. Jesica McEachern 5804 Originating Business Unit Head: Chris Harder 5020 Additional Information Contact: Suby Varughese 8009 Arash Emami Saleh 2373 Expedited FORT WORTH. City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: D.R. Horton — Texas, Ltd. 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. 105846 *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: 12/16/2025 Received Time: 4:51 p.m. Developer and Project Information Cover Sheet: Developer Company Name: D.R. Horton — Texas, Ltd. Address, State, Zip Code: 6751 North Freeway Fort Worth, Texas 76131 Phone & Email: 817-230-0805 1 josworth@drhorton.com Authorized Signatory, Title: Justin Bosworth, Assistant Vice President Project Name: Lone Star at Liberty Trails Off -Site Water Main Brief Description: Water Project Location: ETJ Plat Case Number: None provided Plat Name: None provided Phased or Concurrent None Provision: City Project Number: 105846 1 IPRC24-0193 Council District: ETJ CFA Number: 25-0162 City of Fort Worth, Texas Page 1 of 18 Standard Community Facilities Agreement with City Participation Rev. 4/2/20