HomeMy WebLinkAbout064757 - Construction-Related - Contract - Quail Valley Devco IVB, LLCReceived Date: 02/18/2026
Received Time: 12:53 p.m.
Developer and Project Information Cover Sheet:
Developer Company Name
Address, State, Zip Code:
Phone & Email:
Authorized Signatory, Title
Project Name:
Brief Description:
Project Location:
Plat Case Number:
FP-24-107
Council District: 3
CFA Number: 25-0124
City of Fort Worth, Texas
Standard Community Facilities Agreement
Rev. 9/21
Quail Valley Devco IVB, LLC
400 S Record Street, Suite 1200 Dallas, Texas 75202
214-292-3428 � scarpenter@republicpropertygroup.com
Seth Carpenter, Vice President
Walsh Ranch Planning Area 4A Customs Phase 1
Water, Sewer, Paving, Drainage & Street Lights
12280 West Fwy, 76008
Plat Name: Walsh Ranch - Planning Area 4A - Customs
Phased or Concurrent None
Provisions:
City Project Number: 105671 � IPRC24-0151
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Page 1 of 16
City Contract Number: 64757
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 Quail Valley Devco IVB, LLC
("Developer"), acting by and through its duly authorized representative. Ciry 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 Walsh
Ranch Planning Area 4A Customs Phase 1("Project"); and
WHEREAS, the City desires to ensure that all developments are adequately served by public
infrastructure and that the public infrastructure is constructed accarding to City standards; and
WHEREAS, as a condition of approval of the Projeci, 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
Standard Community Facilities Agreement
Rev. 9/21
�FFICIAL RECORD page 2 of 16
CITY SECRETARY
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
❑X Exhibit B: Sewer
❑X Exhibit C: Paving
� Exhibit D: Storm Drain
� Exhibit E: Street Lights & Signs
❑ Exhibit F: Traffc 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 fu11 force and effect until released by the City and shall
City of Fort Worth, Texas Page 3 of 16
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 16
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.
( fl 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 16
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
ANYCHARACTER, WHETHER REAL OR ASSERTED, BROUGHT FOR OR ONACCOUNT
OFANYINJURIES OR DAMAGES SUSTAINED BYANYPERSONS, INCL UDING DEATH,
OR TO ANY PROPERTY, RESULTING FROM OR IN CONNECTION WITH THE
CONSTR UCTION, 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
PROPERLYSAFEGUARD THE WORK, OR ONACCOUNT OFANYACT, INTENTIONAL
OR OTHERWISE, NEGLECT OR MISCONDUCT OF SAID DEVELOPER, ITS
CONTRACTORS, SUB-CONTRACTORS, OFFICERS, AGENTS OR EMPLOYEES,
WHETHER OR NOT SUCH INJURIES, DEATH OR DAMAGES ARE CA USED, 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,
INCL UDING DEATH, RESULTING FROM, OR IN ANY WAY CONNECTED WITH, THE
CONSTRUCTION OF THE IMPROVEMENTS CONTEMPLATED HEREIN, WHETHER
OR NOT SUCH INJURIES, DEATH OR DAMAGES ARE CAUSED, IN WHOLE OR IN
PART, BY THE ALLEGED NEGLIGENCE OF THE CITY OF FORT WORTH, ITS
OFFICERS, SERVANTS, OR EMPLOYEES. FURTHER, DEVELOPER WILL REQUIRE
ITS CONTRACTORS TO INDEMNIFY, DEFEND, AND HOLD HARMLESS THE CITY
FOR ANY LOSSES, DAMAGES, COSTS OR EXPENSES SUFFERED BY THE CITY OR
CAIISED 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 PLANSAND SPECIFICATIONS.
City of Fort Worth, Texas Page 6 of 16
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 iinancial 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 obtainproof 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 16
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 conies 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:
Quail Valley Devco IVB, LLC
400 S Record Street, Suite 1200
Dallas, Texas 75202
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 sha11 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 iinal 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 16
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 sha11 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 sha11 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,
subcontractars, 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, offcers, contractors, subcontractors, and volunteers.
The City, through its authorized representatives and employees, sha11 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 16
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 certiiies 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 veriiication 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 16
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 fu11-time employees unless the contract
contains a written veriiication 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 entiry or firearm trade association. The terms
"discriminate," "firearm entity" and "fireartn 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 iirearm
entity or firearm trade association; and (2) will not discriminate against a firearm entity or frearm trade
association during the term of this Agreement.
28.
Immigration and Nationality Act
Developer shall verify the identity and employment eligibility of its employees who perform work
under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon
request by City, Developer shall provide City with copies of all I-9 forms and supporting eligibility
documentation for each employee who performs work under this Agreement. Developer shall adhere to all
Federal and State laws as well as establish appropriate procedures and controls so that no services will be
performed by any Developer employee who is not legally eligible to perform such services. DEVELOPER
SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES,
LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY DEVELOPER,
DEVELOPER'S EMPLOYEES, SIIBCONTRACTORS, 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 16
Standard Community Facilities Agreement
Rev. 9/21
Compliance with Laws, Ordinances, Rules and Regulations
Developer, its offcers, 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 16
Standard Community Facilities Agreement
Rev. 9/21
36.
Cost Summary Sheet
Project Name: Walsh Ranch Planning Area 4A Customs Phase 1
CFA No.: 25-0124
Items
A. Water and Sewer Construction
1. Water Construction
2. Sewer Construction
Water and Sewer Construction Total
City Project No.: 105671
B. TPW Construction
1. Street
2. Storm Drain
3. Street Lights Installed by Developer
4. Signals
TPW Construction Cost Total
Total Construction Cost (excluding the fees)
Estimated Construction Fees:
C. Construction Inspection Service Fee
D. Administrative Material Testing Service Fee
E. Water Testing Lab Fee
Total Estimated Construction Fees:
Financial Guarantee Options, choose one
Bond = 100%
Completion Aqreement = 100°/o / Holds Plat
Cash Escrow Water/Sanitary Sewer= 125°/o
Cash Escrow Pavinq/Storm Drain = 125%
Letter of Credit = 125%
Escrow Pledqe Aqreement = 125%
Developer's Cost
$ 582,459.96
$ 1,443,604.00
$ 2,026,063.96
IPRC No.: 24-0151
$ 1,187,422.00
$ 1,296,681.00
$ 653,847.50
$ -
$ 3,137,950.50
$ 5,164,014.46
$55,012.50
$22,048.00
$1,518.75
$ 78,579.25
$
$
$
$
$
$
Choice
Amount (Mark one
5,164,014.46
5,164,014.46 X
2,532,579.95
3,922,438.13
6,455,018.08
6,455,018.08
City of Fort Worth, Texas Page 13 of 16
Standard Community Facilities Agreement
Rev. 9/21
IN WITNESS WHEREOF, the City and Developer have each executed this Agreement by their
duly authorized signatories to be effective on the date executed by the City's Assistant City Manager.
CITY OF FORT WORTH
� �--�
Jesica McEachern
Assistant City Manager
Date: 02/18/2026
Recommended by:
�ulayr� ��
Dwayne Hollars
Sr. Contract Compliance Specialist
Development Services
Approved as to Form & Legality:
,7eJJrlra WiGGiawt,t
,lessika W Il�iams (�eb � 6, 2026 � 6.� 5 34 GST)
Jessika Williams
Assistant City Attorney
M&C No. N/A
Date: 02/16/2026
Form 1295: N/A
ATTEST:
�� � .h� u-@-¢-
Jannette S. Goodall
City Secretary
4po�nn
rtr °na
po�=°° °� �t a
e'�' � ?9 p0
d=� �°.�d
d�� o=d
PPA* o0 00*�
d°nn nezas44a
DEVELOPER
Quail Valley Devco IVB, LLC
Se Carpenter (Feb 16. 202615�30�56 CST)
Seth Carpenter
Vice President
Date: 02/16/2026
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.
=�tl � - ,� �
Kandice Merrick
Contract Compliance Manager
�FFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
City of Fort Worth, Texas Page 14 of 16
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
0 Attachment 1- Changes to Standard Community Facilities Agreement
❑ Attachment 2— Phased CFA Provisions
❑ Attachment 3— Concurrent CFA Provisions
0 Location Map
0 Exhibit A: Water Improvements
0 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
0 Cost Estimates
(Remainder of Page Intentionally Left Blank)
City of Fort Worth, Texas Page 15 of 16
Standard Community Facilities Agreement
Rev. 9/21
ATTACHMENT "1"
Changes to Standard Community Facilities Agreement
City Project No. 105671
None
City of Fort Worth, Texas Page 16 of 16
Standard Community Facilities Agreement
Rev. 9/21
�
0
�
N
�
�
FORTWORTH
,
WALSH RANCH P4A - CUSTOMS - PHASE 1
IPRC24-0151 CPN#105671
DEC. 2025
THE CITY OF FORT WORTH
CFA VICINITY EXHIBIT
MAPSCO #71 J
COUNCIL DISTRICT #3
Kimley>>> Horn
801 Cherry St. Unit 11, Suite 1300
Fort Worth, Texas 76102
Phone: (817) 339 - 2294
State of Texas Registration No. F-928
0
�E
�
0
;
�
x�
W U
K
Q
a�
�a
�
� �
E ;�
o�
E
��
�Q
�a
a
�
��
Q_
��
�w
o�
U 3
d a
= U
H Q
m �
x�
�
�_
Q_
U j
�
a 3
d U
��
�
��
M �
O X
�
�
��
�Q
��
�'
��
Y ,
NOTE:
�
ALL WATER LINES ARE 8" �!
UNLESS OTHERWISE NOTED.
/
%
/
—
� �
// r � �, �
___�� \
� -� �w *�
' � IWALSH CREEK BLVD� I
�
����/ �
\ w � / `
� � j
�
Q � wq�sN cRF� �� �\ �
\\ /
Kg� � /
� �
�
o ��� �
���
PROP. S" WATER LME ,Q, / �O �
CONNECT TO EX 12" WATER LWE Q �\ �/
CPN: 01745, X-21562 j> / T� i
i � /V �� Q �
GRAPHIC SCALE IN FEET
0 150 300 600
i i i
I �
LEGEND
w PROP. WATER LINE
EX. WATER LINE
� FIRE HYDRANT
/ � � �,
� �
�
�U
�F<i�q y
w '� �F
� '\
� �
/ �
� —�� � � � PROPOSED 8" WATER LIN
� REFERENCE IPRC 24-0150
_ � �� CPN:105670
-
- � --:�- "NOT EXISTING INFRASTRUCTURE"
EXHIBIT A WATER IMPROVEMENTS
DEVELOPER:
REPUBLIC PROPERTY GROUP
WALSH RANCH P4A — CUSTOMS — PHASE 1 400 S. RECORD STREET
IPRC24-0151 CPN#105671 SUITE 1200
DALLAS, TX 75202
DEC. 2025
0
Kimley>>> Horn
801 Cherry St. Unit 11, Suite 1300
Fort Worth, Texas 76102
Phone: (817) 339 - 2294
State of Texas Registration No. F-928
�
0
0
�
N
E
m-
m
x
a
U
0
�
a
d 3
��
� U
O
�Q
��
Ua
��
3 �
��
a 3
��
� U
3S
N�
d
I �
m I
.. �
j W
O jn
U 3
aa
��
�'
Q
ma
z�
x�
,_
Q_
U �
/ x
Q O
a�
s U
� y
�
��
M �
oX
�
�
a
�Q
��
�'
��
Y
NOTE: �
ALL SEWER LINES ARE 8"
UNLESS OTHERWISE NOTED.
�_
::-�
�
` i
� GRAPHIC SCALE IN FEET
0 150 300 600
NORTH ` � i
� �
LEGEND
PROP. SEWER LINE
EX. SEWER LINE
�:
.%� �
�".
� PROP. 8" SEWER LINE
CONNE
/ -..
/
� �
�
�\�\
��111��������
IWALSH CREEK BI
FUl
WALSH RA�
� PROPOSEDSDR-26 EXHIBIT B SEWER IMPROVEMENTS .
SANITARY SERVICE DEVELOPER: KI�I�ry >>> Horn
REPUBLIC PROPERTY GROUP •
WALSH RANCH P4A - CUSTOMS - PHASE 1 400 S. RECORD STREET 801 Cherry St. Unit 11, Suite �300
IPRC24-0151 CPN#105671 SUITE 1200 Fort Worth, Texas 76102
DALLAS, TX 75202 Phone: (817) 339 - 2294
DEC. 2025 State of Texas Registration No. F-928
0
�
��
��
\\
��
)�
�
�� ___�
i�
i
i
i
// W r
—�� _�
__— ��
,.
a�O, ONNECT TO
��XISTWG PAVEMENT
W-2175
�� CPN:01745
,
�,�"'
�
--o.� �-.�
� M ^_ . ._.��.�..�..
IWALSH CI�EEK BLVD�
�8 O r
�/ � TYPt P-1
PEDESTRIAN 30.p�
CURB RAMP �/ �
�..� " ' � R� SN
''' F``ke� �O
��"`� ..._._a.,-�
-� � � TYPE P-1 PEDESTRIAN
TYPE P-1 PEDESTRIAN ��P�� CURB RAMP
CURB RAMP NP��'
GRAPHIC SCALE IN FEET
0 150 300 600
i i i
� —
LEGEND
� 6" REINFORCED
CONCRETE PAVEMENT
� I STANDARD SIDEWALK
. BARRIER FREE RAMP
PROPOSED RESIDENTIAL ROA�
REFERENCE IPRC 24-0150
CPN: 105670
"NOT EXISTWG WFRASTRUCTURE"
EXHIBIT C PAVING IMPROVEMENTS
WALSH RANCH P4A - CUSTOMS - PHASE 1
IPRC24-0151 CPN#105671
DEC. 2025
� � �
� �
�
��
�
— � �
� �I
��
m �
J � , I
Q� I TYPE P-1 PEDESTRIA�
TYPE P-1 PEDESTRIAN � U � I CURB RAMP
CURB RAMP 3�•0�
�FUTURE PHASE I
WALSH RANCH P4A - CUSTOMS �.
TYPE P-1 PEDESTRIAN
CURB RAMP
TYPE P-1 PEDESTRIAN
CURB RAMP
DEVELOPER: KI�I�ry >>> Horn
REPUBLIC PROPERTY GROUP •
400 S. RECORD STREET 801 Cherry St. Unit 11, Suite 1300
SUITE 1200 Fort Worth, Texas 76102
DALLAS, TX 75202 Phone: (817) 339 - 2294
State of Texas Registration No. F-928
�
0
�
N
C
�.
��
N�
E
=
m
�
�
0
�
a
S 3
��
�
o�
�a
�
��
a�
E�
o�
EQ
_�
Ea
�
03
��
o�
.. �,
w 3
�a
� U
sQ
��
aa
�
��
��'-
��
m�
x'
��
Qy
U �
/ x
Q O
a�
s U
� y
�
��
M �
oX
�
�
��
�Q
��
��
��
Y ,
_ \
��
,,
�l
� ___�
i
/ � - 24" RCP
/
� 15' INLET -
/� � (4) 48" RCP
- —/� 10' INLET � CULVERTS
� �.
10' INLET '�
/15' INLET
; W U 15' INLET
Q
15'INLET � �
Q�
15' INLET
20' INLET
21" RCP 10' INLET �
�. 15' INLET -���
�
15' INLET
a
= m
�W
Q �
�U
� 30" RCP
15' INLET
GRAPHIC SCALE IN FEET
0 150 300 600
i i i
� —
LEGEND
PROPERTY LINE
PROP. STORM LINE
L PROP. STORM DRAIN CURB
INLET
� PROP. STORM DRAIN DROP
INLET
WALSH RANCH P4A - CUSTOMS - PHASE 1
IPRC24-0151 CPN#105671
DEC. 2025
�
�
42" RCP
15' INLET � ,. �, �
15' INLET
� 30" RCP �-
,
10' INLET
� 30" RCP j
10' INLET
15' INLET 24" RCP
15' INLET
15' INLET
30" RCP
30" RCP
/� � ;
� � /� . �
�
O
F��`
-�y
9L
F
EXHIBIT D STORM IMPROVEMENTS
DEVELOPER: KI�I�ry >>> Horn
REPUBLIC PROPERTY GROUP •
400 S. RECORD STREET 801 Cherry St. Unit 11, Suite 1300
SUITE 1200 Fort Worth, Texas 76102
DALLAS, TX 75202 Phone: (817) 339 - 2294
State of Texas Registration No. F-928
0
��
m
2
Q�
�U
24" RCP
10' INLET
— 24" RCP
� 21" RCP
30" RCP � ° �
10' INLET
/ 10' INLET
�
��
o�
�E
0
�
�
�
m
X
Q 3
U�
W U
Z I
OQ
�
wd
��
Q�
_,
a m
� o
� �
o s
� x
�
�3
�U
.� S
�a
a
E�
m3
Es
��
�
a�
aQ
�
�a
��
s3
��
�a
� U
O I
Q
�
V a
�
� �
/ w
��
m..
x'
��
ay
U x
a�
a 3
d U
��
�
��
M �
oX
�
�
��
�Q
��
��
Y ,
\\
��
i
�l
� ___�
�
i
�
i
// �
� //
HP��
DA�E
GRAPHIC SCALE IN FEET
150 300 600
i i i
LEGEND
� UGE� 2" PVC CONDUIT
X PROP. STREET NAME SIGN
� PROP. REGULATORY SIGN
� GROUNDBOX
� WALSH SPECIAL
PEDESTRIAN POLE
WALSH RANCH P4A - CUSTOMS - PHASE 1
IPRC24-0151 CPN#105671
DEC. 2025
—�
IWALSH CREEK BLVDI
/,
/
/\�\ ,...
/ /
, /����
��
�� �
� � �
�
��
��
. m -
G
�
/��--
EXHIBIT E LIGHTING AND SIGNAGE
IMPROVEMENTS Kimley>>>Horn
DEVELOPER: 801 Cherry St. Unit 11, Suite 1300
REPUBLIC PROPERTY GROUF Fort Worth, Texas 76102
400 S. RECORD STREET Phone: (817) 339 - 2294
SUITE 1200 State of Texas Registration No. F-928
DALLAS, TX 75202
0
PROPOSED CONDUIT STU6
REFERENCE IPRC 24-0150
CPN:105670
"NOT EXISTING INFRASTRUCTURE"
00 42 43
DAP - BID PROPOSAL
Page 1 of 1
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID
Bidder's Application
Bidder's Proposal
BidIN Ileml Descnptiun I Spuificnlion Suiion No I Measure I Q ant�lv I Unil Pnce I
UNIT I: WATER IMPROVEMENTS
1 0241.1118 4"-12" Pressure Plug 02 41 14 EA 3 $485.00
2 3305.0109 Trench Safery 33 OS 10 LF 4694 $1.00
3 3311.0001 Ductile Iron Water Fittings wl Restraint 33 11 11 TON 6.21 $14,976.00
4 3311.0261 8" PVC Water Pipe 33 11 12 LF 4694 $65.00
5 3312.0001 FireHydrant 331240 EA 10 $9,100.00
6 3312.0117 Connection to Existing 4"-12" Water Main 33 12 25 EA 1 $3,400.00
7 3312.3002 6" Gate Valve 33 12 20 EA 10 $2,300.00
8 3312.3003 8" Gate Valve 33 12 20 EA 19 $3,200.00
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
3301.0002 Post-CCTV Inspection
3301.0101 Manhole Vacuum Testing
3301.0004 Final MH-CCTV Insepction
3305.0109 Trench Safety
3305.0112 Concrete Collar
3305.0113 TrenchWaterStops
3305.1003 20" Casing By Open Cut
3305.3002 8" Sewer Carrier Pipe
3331.4115 8" Sewer Pipe
3331.4116 8" Sewer Pipe, CSS Backfill
3331.4119 8" DIP Sewer Pipe
333t5747 8" Sewer Pipe, CLSM Backfill
3339.0001 Epoxy Manhole Liner
3339.1001 4' Manhole
3339.1002 4' Drop Manhole
3339.1003 4' Extra Depth Manhole
9999.0009 Epoxy Pipe Liner
1 0171.0101 Construction Stakinq
2 3301.0002 Post-CCN Inspection
3 3305.0109 Trench Safery
4 3341 A201 21" RCP, Class III
5 3341.0205 24" RCP, Class III
6 3341.0302 30" RCP, Class III
7 3341.0402 42" RCP, Class III
8 3341.0409 48" RCP, Class III
9 3349.0001 4' Storm Junction Box
10 3349.0002 5' Storm Junction Box
11 3349.5001 10' Curb Inlet
12 3349.5002 15' Curb Inlet
13 33497001 4' Drop Inlet
14 ,3137.0103 Large Stone Riprap,grouted
15 �3349.1003 24" Flared Headwall, 1 pipe
16 ,3349.1211 48" Flared Headwall, 3 pipes
17 33492111 48" Parallel Headwall, 2 pipes
18 3349.3005 30" Straight Headwall, 1 pipe
TOTAL UNIT I: WATE 21MPR0 /EMENTS
UNIT II: SANITIRY SEWER IMPROVEMENTS
�� bs 12 LF 5491 $5.00
33 01 30 EA 42 $250.00
_ 330131 _ EA 42 $150.00
330510 LF 5491� $1.00�
33 05 17 EA 5 $475.00
330515 EA 28 $1,700.00
33 05 22 LF 276 $212.00
330524 LF 276� $63.00�
33 11 10, 33 31 12, 33 31 20 LF 5150� $63.00�
33 11 10, 33 31 12, 33 31 20 LF 320 $156.00
331110 LF 341 $130.00
33 11 10, 33 31 12, 33 31 20 LF 80 $170.00
33 39 60 VF 366 $519.00
33 39 10, 33 39 20 EA 38 $8,000.00
33 39 10, 33 39 20 EA 6 $14,000.00
33 39 10, 33 39 20 VF 323 $250.00
00 00 00 LF 341 I $519.00
TUTAL UNIT II: SANITARY SEWE i IMPROVEMENTS
UNIT III: D 2AINAGE IMPROVEMENTS
o� �� 3s �s i� gzs,000.00
33 01 31 LF 5294I $4.00
330510 LF 5294� $1.00
33 41 10 LF 642� $86.00
33 41 10 LF 1575I $95.00
334110 LF 2414I $125.00
33 41 10 LF 355� $220.00
33 41 10 LF 308� $268.00
33 49 10 EA 18� $6,300.00
334910 EA 1� $11,200.00
334920 EA 9� $7,300.00
334920 EA 13 $10,275.00
33 49 20 EA 3 $6,300.00
31 37 00 SY 102 $190.00
33 49 40 EA 1 $6,100.00
334940 EA 1 $111,000.00
33 49 40 EA 1 $SQ000.00
334940 EA 1 $14,000.00
TOTAL UNIT III: DRAINAGE IMPROVEMENTS
a�n vai�e �
�
$1,455.00�
$4,694.00�
$93,000.96�
$305,110.00�
$91,000.00�
$3,400.00�
$23,000.00�
$60,800.00�
$582 459.96�
�
$27,455.00�
$10,500.00�
$6,300.00�
$5,491.00I
$2.375.00I
$47,600.00�
$58,512.00�
$17,388.00�
$324,450.00�
$49,920.00�
$44,330.00 I
$13,600.00I
$189,954.00I
$304,000.00 I
$84,000.00 I
$80,750.00 I
$176,979.00�
$1,443,604.00�
�
$zs,000.00l
$21,176.00�
$5,294.00 I
$55,21200I
$154,3W.00I
$301,750.00I
$75,100.00 �
$82,544.00�
$113,400.00I
$11,200.00I
$65,700.00 I
$133,575.00I
$18,900.00 I
$19,380.00
$6,100.00
$111,000.00
$SQ000.00
$14,000.00
$1,296,681.00�
sid Summary
UNIT I: WATER IMPROVEMENTS I $582,459.96�
UNITII:SANITARYSEWERIMPROVEMENTS � $1,443,604.00�
UNIT III: DRAINAGE IMPROVEMENTS I $1,296,681.00I
Tntaicnnso-octioneia $3,322,744.96�
This Bid is submitted br the entin� named bclan�:
BIDDER:
1.�.icli�.�
�� I \\ . ��i,�ilil:iL.� ISI� �:.
�
C.onfrartnr aQreis ro eomplefe N URK for FIN 11, nCCF,PT 1VCF, within
f()tiTR1CT rommencv..lo run a.� prm�ided in Ihe C,'rneral ('onditiun�.
E� D UF )ECTI U�
Signed by:
BY': I�ii.ii i �� I �i I1
�WJ�V� �NN�
����'���.�:: ` ��" 1 127CA2DD94CB. .
°"TF:1/15/20�L�
130.00`nrkinR da� s atter thr date nfien the
ciry oF FORrwoarH
STANDNRD CONSTRUCTION SPECIFICATION OOCUMENTS - DEVELOPER AWARDED PROJECTS
Form Version May 22.2019 0002 43 Bitl Proposal Set UTILITIES ONLV- Cus�oms Phase 1 dsm
SEGTION 00 42 43
Developer Awarded Prolec�s - PROPOSAL FORM
UNIT PRICE BID
Bidder's Application
ProJ I�cn�liilorinal�o�i Bi
Ridlistl�eni U�viol BiA
na Dccci�iV��on SV�cificunon5ce��on�o �cu Qaii) I;ni�Pric.
UNIT I3 f(�VI[JG IMPROVEMENTS � 5� I s 6��I $58.80
1 3211.0501 6" Lime Trea�men� 2 i i 29
Z 3213.0101 6" Conc Pvm�
4 3213.0501 BarCrler F ele Ramkp, Type R-1 I32 13 20 EA I 18'Q8I $3,200.00
5 321].0501 24" SL� Pvmt Marking HAE (W ) 32 1] 23 LF I 84I $23.0o
fi 3292.0100 Block Sod Placemenl 329213 SV 3,615 $5.00
8 3471.0001 Tra(fic Con� olll Alum Sign Ground Mounl City Sltl I34 �� 33 MO 12 $500.00
TOTAL UNIT III: f(�VIF1G IMPRO EMENTS
UNIT V� LJ�}Jr��JG IMPROVEMEnIS`S
� 2605.3015 2" CONDT PVC SCH 80 (T) ts�65 Y �F asis $zs.oa
2 2605.3016 2" CONDT PVC SCH 80 (e) 26 OS 33 LF 265 $70.00
3 3305.0�03 Explaratary Excavalion of Exisling Utilities 33 05 30 EA 50 $200.00
4 344�.1405N021nsulatetlElecContlr 3441�0 LF 230I5 $].50
5 344�.150� GrauntlBaxTypeB 344110 EA 14 $1,850.00
6 344�.1]33 Rtlwy Illum Founda[ion TV 11 3441 20 EA 32 $1,850.00
] 3441.1]]2 Fumish/Insta11 240-48 0VOIt5inglePhase 344120 EA 1 $15,000.00
8 9999.000� Furnish/Ins[all Rtlway Illum W alsh Special 14 Pole 00 00 00 EA 32 $6,300.00
9 9999.0002 Fumishllns�aIILEDLighbngFixtureAUCL3PP40 000000 EA 32 $250.00
TOTAL UNIT V: LIGHT�JG IMPRO /EMENTS
Bid Summary
I UNITN PAVINGIMPROVEMENTS I
UNIT V: LIGHTING IMPROVEMENTS
To�nl ('.an.truc�ian tli �
rn xa s. n an�m�� �a��an�i����:
('on�rv�lnr al'rca�� In �ninYlelr \\ IINA fnr fl� �I. \('('k:P f:\\('f: ��i1M1in
('(1\'l1U(:'I' a�ummena�a� in run x� Prn�iJed in ihe (:enernl ('nndiiiuna.
k:\'U ()k'tih:(:!I(1\'
ddcPSPinpavl
I BiJ V�alu. I
$]O,fi60 OOI
$946,680.00I
$113.3�S.00I
$25,600 00
$1,932 00
$18,075.00
$5.100.00I
$6,000 00
$1,18� 422.00�
$142.535.00I
$18,550 00
$'10,000 00
$1 ]3,062.50
$25.900.00I
$69,200 00
$15,000.00�
$201,600.00�
$8,000.00�
$653,847.50�
$1,187,422.00�
$653,84].501
$1,841,269.50�
DocuSigned by:
", �� �(��.V{.ct.ln, ,�bin,t,S
fIl'I.f:: �i,\1'i���i�i.'�������
I).\ff:: ` 97...
20�.��
�irAinL' �+)�� nfler IM1�� Ja�e ��li��n Iha�
COMPLETION AGREEMENT — SELF FUNDED
This COMPLETION AGREEMENT ("Agreement"), is made and entered into by and between
the City of Fort Worth, ("City") and Quail Valley Devco IVB, 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
70.07 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-24-107; and
WHEREAS, the Developer and the City have entered into a Community Facilities Agreement
relating to the development, Walsh Ranch Planning Area 4A Customs Phase 1 for Water, Sewer,
Paving, Storm Drain, Street Lights and Traffic Signals ("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 far all purposes.
2. The Comnletion Amount. The City and the Developer agree that the Hard Costs (as shown on
Exhibit "B") required to complete the Community Facilities in the aggregate should not exceed the
sum of Five Million One Hundred Sixty-Four Thousand Fourteen Dollars and Forty-Six Cents
($5,164,014.46), 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 12
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 bv 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 Citv 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 thereo£ 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 iinal 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 12
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:
Ciry 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:
Ofiice 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:
Quail Valley Devco IVB, LLC
400 S Record Street, Suite 1200
Dallas, Texas 75202
A party may change its address for notice upon prior written notice to the other parties
pursuant to the terms hereof.
C. Texas Law to Applv. This Agreement shall be construed under and in accordance with the
laws of the State of Texas.
City of Fort Worth, Texas
Standard Completion Agreement — Self-Funded
Page 3 of 12
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. Le�al Construction. In case any one or more of the provisions contained in this Agreement
shall far any reason is held to be invalid, illegal, or unenforceable in any respect, such
invalidity, illegality, ar 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. Headin�s. 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 12
Executed in each entity's respective name by its duly authorized signatories effective as of the
date executed by the City's City Manager or his/her designee.
CITY OF FORT WORTH: DEVELOPER:
Quail Valley Devco IVB, LLC
p Se Carpenter (Feb 16, 2026 15�30�56 CST)
�`_\\��1����
Seth Carpenter
Jesica McEachern Vice President
Assistant City Manager
Date: 02/16/2026
Date: 02/18/2026
Approved as to Form & Legality:
,7e,tJr'!�a WrCGra�rf
.icsst, wneams (Fee ie. �oae ie.is.3n csp
Jessika Williams
Assistant City Attorney
Date: 02/16/2026
ATTEST:
�2� A .,��=
`
Jannette Goodall
City Secretary
City of Fort Worth, Texas
Standard Completion Agreement — Self-Funded
Page 5 of 12
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 12
ATTACHMENT "1"
Changes to Standard Agreement
Self-Funded Completion Agreement
None
City of Fort Worth, Texas
Standard Completion Agreement — Self-Funded
Page 7 of 12
EXHIBIT A
LEGAL DESCRIPTION
BEING a 70.071 acre (3,052,294 square foot) tract of land situated in the
International And Great Northern Railroad Co. Survey, Abstract Number 2004,
Parker County, Texas and being part of a called 19.62 acre tract of land
described in the Special Warranty Deed to Quail Valley Community, Inc. Walsh
Homeowners Association 1, recorded in Instrument No. 202238472, Official
Records of Parker County, TeXas, part of a tract of land described in the Special
Warranty Deed to Walsh Ranches Limited Partnership, recorded in Volume
1699, Page 1765, Deed Records of Parker County, Texas and in Volume 12624,
Page 92, Deed Records of Parker County, Texas, and being more particularly
described as follows:
BEGINNING at a 5/8" iron rod found with a plastic cap stamped "HUITT-
ZOLLARS" found for the northwest corner of said 19.62-acre tract, being on
the easterly line of a called 3.270-acre tract of land recorded in Cabinet D,
Page 637, Official Public Records of Parker County, Texas same being on the
southerly line of Walsh Ranch-Quail Valley, an addition to the City of Fort
Worth, Texas, according to the plat thereof recorded in Instrument Number
202304398, Official Public Records of Parker County, Texas;
THENCE along the common line of said 19.62-acre tract of land and said
Walsh Ranch-Quail Valley, the following courses and distances:
North 82°26'36" East, a distance of 388.25 feet to a 5/8" iron rod found with a
plastic cap stamped "HUITT-ZOLLARS" found for corner;
South 73°03'48" East, a distance of 217.04 feet to a point for corner;
South 23°27'13" East, a distance of 106.57 feet to a point for corner;
South 50° 10' 17" East, a distance of 168.61 feet to a point for corner;
South 70°48' 10" East, a distance of 109.21 feet to a point for corner;
South 68°43'25" East, a distance of 333.55 feet to a point for corner;
North 68°27'40" East, a distance of 339.90 feet to a point for corner;
North 52°49'00" East, a distance of 394.75 feet to a point for corner;
South 85°10'06" East, a distance of 262.54 feet to a point for corner;
North 78°OS'27" East, a distance of 339.61 feet to a 5/8" iron rod found with a
plastic cap stamped "HUITT-ZOLLARS" found for corner;
South 87°46'S9" East, a distance of 287.72 feet to a 5/8" iron rod found with a
plastic cap stamped "HUITT-ZOLLARS" found for corner;
City of Fort Worth, Texas
Standard Completion Agreement — Self-Funded
Page 8 of 12
South 80°07'26" East, a distance of 408.13 feet to a 5/8" iron rod found with a
plastic cap stamped "HUITT-ZOLLARS" found for the southeast corner of said
Walsh Ranch-Quail Valley common to the northeast corner of said 19.62-acre
tract and on the westerly line of a called 34.19-acre tract of land described in
the deed to Lee M. Bass, Trustee for The 820 Management Trust, recorded in
Volume 13824, Page 342, Official Public Records of Parker County, Texas;
THENCE South 00°43'04" East, along the westerly line of said 34.19-acre tract
and passing the southeast corner of said 19.62-acre tract at a distance of 266.03,
continuing along the westerly line of said 34.19-acre tract common with the
easterly line of aforementioned Walsh Ranches Limited Partnership tract, a
total distance of 431.77 feet to a 3" steel fence corner post for the southwest
corner of said 34.19-acre tract;
THENCE over and across said Walsh Ranches Limited Partnership tract the
following courses and distances:
South 00°41'45" East, a distance of 1,473.27 feet to a point for corner;
North 87°40'30" West, a distance of 50.96 feet to a point for corner;
North 76°46'27" West, a distance of 129.35 feet to a point for corner;
North 57°04'17" West, a distance of 101.30 feet to a point for corner;
North 47°30'S1" West, a distance of 212.42 feet to a point for corner;
North 20°28'30" East, a distance of 145.73 feet to a 5/8-inch iron rod with
plastic cap stamped "KHA" set at the beginning of a non-tangent curve to the
left with a radius of 325.00 feet, a central angle of 04°21'03", and a chord
bearing and distance of North 67°20'S8" West, 24.67 feet;
In a northwesterly direction, with said non-tangent curve to the left, an arc
distance of 24.68 feet to a point for corner;
North 69°31'30" West, a distance of 208.18 feet to a point for corner;
South 65°21'03" West, a distance of 14.11 feet to a point for corner;
North 69°31'30" West, a distance of 50.04 feet to a point for corner;
North 20°28'30" East, a distance of 163.34 feet to a point at the beginning of
a tangent curve to the left with a radius of 525.00 feet, a central angle of
52°53'S8", and a chord bearing and distance of North OS°58'29" West, 467.68
feet;
In a northerly direction, with said tangent curve to the left, an arc distance of
484.72 feet to a point for corner;
North 32°25'28" West, a distance of 114.47 feet to a point at the beginning of
a tangent curve to the left with a radius of 365.00 feet, a central angle of
City of Fort Worth, Texas
Standard Completion Agreement — Self-Funded
Page 9 of 12
79°22'23", and a chord bearing and distance of North 72°06'39" West, 466.17
feet;
In a westerly direction, with said tangent curve to the left, an arc distance of
505.64 feet to a point for corner;
South 68° 12' 10" West, a distance of 111.90 feet to a point at the beginning of
a tangent curve to the right with a radius of 325.00 feet, a central angle of
27°50'46", and a chord bearing and distance of South 82°07'33" West, 156.40
feet;
In a westerly direction, with said tangent curve to the right, an arc distance of
157.95 feet to a point for corner;
North 83°57'04" West, a distance of 36.65 feet to a point for corner;
South 33°35'S8" West, a distance of 365.07 feet to a point for corner;
South 13°23'08" West, a distance of 244.77 feet to a point for corner;
South 53°04'36" West, a distance of 258.71 feet to a point for corner;
North 36°55'24" West, a distance of 85.33 feet to a point at the beginning of a
tangent curve to the right with a radius of 175.00 feet, a central angle of
12°46'09", and a chord bearing and distance of North 30°32'19" West, 38.92
feet;
In a northerly direction, with said tangent curve to the right, an arc distance of
39.00 feet to a point for corner;
South 65°50'46" West, a distance of 260.78 feet to a point for corner;
North 74°00'S8" West, a distance of 234.12 feet to a point on the easterly line
of Lot 4X, Block 1 of Walsh Ranch an addition to the City of Fort Worth, Texas
according to the plat thereof recorded in Cabinet D, Page 637, Official Public
Records of Parker County, Texas same being at the beginning of a non-tangent
curve to the left with a radius of 127.00 feet, a central angle of 50°24'46", and
a chord bearing and distance of North 51°55'14" West, 108.17 feet;
THENCE along the easterly line of said Walsh Ranch the following courses
and distances:
in a westerly direction, with said non-tangent curve to the left, an arc distance
of 111.74 feet to a point for corner;
North 26°08'S4" West, a distance of 247.14 feet to a point for corner;
North 71°08'S4" West, a distance of 64.62 feet to a point for corner;
North 26°08'S4" West, a distance of 379.60 feet to a point for corner;
City of Fort Worth, Texas
Standard Completion Agreement — Self-Funded
Page 10 of 12
North 28°26'20" West, a distance of 116.36 feet to a point for corner;
North 16°39'10" East, a distance of 135.76 feet to a point for corner;
North 28°20'S0" West, a distance of 506.28 feet to the POINT OF
BEGINNING and containing 3,052,294 square feet or 70.071 acres of land,
more or less.
City of Fort Worth, Texas
Standard Completion Agreement — Self-Funded
Page 11 of 12
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 12 of 12
Developer's Cost
$ 582,459.96
$ 1,443,604.00
$ 2,026,063.96
$ 1,187,422.00
$ 1,296,681.00
$ 653,847.50
$ -
$ 3,137,950.50
$ 5,164,014.46
FORT ��RTH�
City Secretary's Office
Contract Routing & Transmittal Slip
Contractor's Name: Quai� va��ey �evco �v6, 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 "PermanenY'? *Yes 8 No ❑
If �unsure, see back page for pernianent 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.
Proj ect Number: If applicable. 105671
*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 processin� in the followin� order:
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.