Loading...
HomeMy WebLinkAbout064819 - Construction-Related - Contract - MM Alpha Phase 1, LLCReceived Date: 03/04/2026 Received Time: 1:10 p.m. Developer and Project Information Cover Sheet: Developer Company Name: MM Alpha Phase 1, LLC Address, State, Zip Code: 1800 Valley View Lane Farmers Branch, Texas 75234 Phone & Email: 469-892-7200 � laura@centurionamerican.com Authorized Signatory, Title: Mehrdad Moayedi, Manager Project Name: Brief Description: Project Location: Plat Case Number: Alpha Ranch Phase 3A-1 Water, Sewer, Paving, Drainage and Street Lights West of Sendera Ranch, South of Hwy 114 FP-24-117 Plat Name: Alpha Ranch Phase 3A-1 Council District: ETJ CFA Number: 26-0014 City of Fort Worth, Texas Standard Community Facilities Agreement Rev. 9/21 Phased ar Concurrent Concurrent Provisions: City Project Number: 105657 I IPRC24-0212 �FFICIAL RECQRD CITY SECRETARY FT. WORTH, TX Page 1 of 20 City Contract Number: 64819 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 MM Alpha Phase 1, LLC ("Developer"), acting by and through its duly authorized representative. City and Developer are referred to herein individually as a"party" and collectively as the "parties." WHEREAS, Developer is constructing private improvements or subdividing land within the corporate limits of Fort Worth, Texas or its extraterritorial jurisdiction, for a project known as Alpha Ranch Phase 3A-1 ("Project"); and WHEREAS, the Project is located within the Alpha Ranch Water Control and Improvement District of Denton and Wise Counties, farmerly the Alpha Ranch Fresh Water Supply District No. 1 of Denton and Wise Counties ("District"); and WHEREAS, the property is the subject of the following agreements: the Alpha Ranch Development Agreement, City Secretary Contract No. 48650, as amended ("Development Agreement"); an Agreement for Construction of Sendera Ranch Boulevard, City Secretary Contract Number 48648, as amended ("Sendera Ranch Blvd Agreement"); a Utility and Infrastructure Agreement, City Secretary Contract Number 58579 ("Utility Agreement"); an Agreement Concerning Operation of Alpha Ranch Fresh Water Supply District No. 1 of Denton and Wise Counties, as amended, City Secretary Contract Number 48647 ("Operation Agreement"); a Sewer Infrastructure Agreement, City Secretary Contract Number 48656 ("Sewer Agreement"); and a Water Infrastructure Agreement, City Secretary Contract Number 48654 ("Water Agreement"); and WHEREAS, the City desires to ensure that all developments are adequately served by public infrastructure and that the public infrastructure is constructed according to City standards; and WHEREAS, as a condition of approval of the Project, Developer is required to bear a portion of the costs of municipal infrastructure by constructing the public infrastructure necessary for the Project as described in this Agreement ("Community Facilities" or "Improvements"); and WHEREAS, as a condition of approval of the Project, Developer is required to meet the additional obligations contained in this Agreement, and Developer may be required to make dedications of land, pay fees or construction costs, or meet other obligations that are not a part of this Agreement; and WHEREAS, the City is not participating in the cost of the Improvements or Project; and UFFICIAL RECORD City of Fort Worth, Texas Ci�TY SE .�"iRETQRY Page 2 of 20 Standard Community Facilities Agreement Rev.9/21 FT. WORTH, TX WHEREAS, upon completion of construction of the water Improvements, the Sewer Improvements, and the portion of Sendera Ranch Boulevard located outside the District, ("City Improvements") the City will accept and maintain the City Improvements; 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. 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 Ciry, 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 � 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. City of Fort Worth, Texas Page 3 of 20 Standard Community Facilities Agreement Rev. 9/21 4. Construction of Improvements Developer agrees to cause the construction of the Improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and specifications, the Engineering Plans, the Cost Estimates provided for the Improvements, and this Agreement. Developer acknowledges that City will not accept the Improvements until the City receives affidavits and lien releases signed by Developer's contractors verifying that the contractors, and all subcontractors and material suppliers, have been paid in full for constructing the Improvements, and consent of the surety on payment and performance bonds provided for the Improvements. 5. Financial Guarantee Developer has provided the City with a financial guarantee in the form and amounts set forth in this Agreement which guarantees the construction of the Improvements and payment by Developer of all contractors, subcontractors, and material suppliers for the Improvements ("Financial Guarantee"). Developer shall keep the Financial Guarantee in full force and effect until released by the City and shall not reduce the amount of the Financial Guarantee unless authorized by the City in accordance with the CFA Ordinance. 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 Ciry 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 ar materials supplied far 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. City of Fort Worth, Texas Page 4 of 20 Standard Community Facilities Agreement Rev. 9/21 (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 prequalif ed, 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 City of Fort Worth, Texas Page 5 of 20 Standard Community Facilities Agreement Rev. 9/21 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 contractars 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 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, INCLUDING 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 SUCHINJURIES, DEATH OR DAMAGES ARE CAUSED, IN WHOLE City of Fort Worth, Texas Page 6 of 20 Standard Community Facilities Agreement Rev. 9/21 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 CAUSED AS A RESULT OF SAID CONTRACTORS' FAILURE TO COMPLETE THE WORK AND CONSTRUCT THE IMPROVEMENTS IN A GOOD AND WORKMANLIKE MANNER, FREE FROM DEFECTS, IN CONFORMANCE WITH THE CFA ORDINANCE, AND IN ACCORDANCE WITH ALL PLANS AND SPECIFICATIONS. 13. Right to Enforce Contracts Upon completion of all wark 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 benefciary 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 for the water Improvement in the amounts set forth in the Cost Summary section of this Agreement. Upon completion of the construction of the water Improvement, 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 water Improvement 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. In accordance with the Development Agreement, City shall be responsible for inspecting the construction of the water and sewer improvements. The District's engineer may observe the City's inspections for the purpose of gathering the information required to complete and submit all TCEQ required City of Fort Worth, Texas Page 7 of 20 Standard Community Facilities Agreement Rev. 9/21 reports. The City's inspectors shall cooperate with the District to provide inspection report that satisfy TCEQ requirements for issuance of bonds by the District. Inspection and testing of all other Improvements (other than the water and sewer Improvements), shall be performed by inspectors retain and paid for by the District, or the property owner on behalf of the District, and approved by the City ("Third Party Inspectors"). The District or property owner shall submit the names, addresses, and phone numbers of the Third Party Inspectors to the City as part of the submittal of final construction plans. Construction of the Improvements shall not commence until the Third Party Inspectors have been approved by the City, which approval shall not be unreasonably withheld or delayed. The District or property owner shall require all Third Party Inspectors to provide copies of all inspection and testing reports to the City Inspector within five (5) business days of the date of the inspection. The City has the right to terminate any Third Party Inspector retained by the District or owner in accordance with the foregoing paragraph if the inspector (a) fails to perform inspections and testing to ensure construction in compliance with this Agreement and the Development Agreement; or (b) fails to timely provide copies of inspection and testing reports to the City's Transportation and Public Works Department, and does not correct any such deficiencies within ten (10) days after receipt of written notice from the City. Upon terminate of any Third Party Inspector, the City at its option may: (a) allow the use of another approved Third Party Inspector, or (b) perform all necessary inspections and testing. Should the City elect to perform inspections and testing pursuant to this subsection, the City shall perform such inspections and testing in a timely manner and the District shall pay the City an inspection fee to reimburse the City for its reasonable and necessary costs of performing the inspection, not exceeding the City's generally applicable fee schedule. The City shall have the right, but not the obligation to inspect and test the Improvements being inspected by Third Party Inspectors at City sole cost and expense. City shall have the right to participate in a final inspection of all Improvements. Developer shall require the contractor to notify the City Inspector when Improvements are ready for a fnal inspection. Denton Counry shall inspect all flood control structures and connections to Denton County Roads. The property owner shall deliver as-built drawings for all Improvements to the City and County within thirty (30) days after final inspection. 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 8 of 20 Standard Community Facilities Agreement Rev. 9/21 CITY: Development Services Contract Management Ofiice 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: MM Alpha Phase 1, LLC 1800 Valley View Lane Farmers Branch, Texas 75234 Or to such other address one party may hereafter designate by notice in writing addressed and mailed or delivered to the other party hereto. 17. Right to Audit Developer agrees that, until the expiration of three (3) years after acceptance by the City of the Improvements constructed pursuant to this Agreement, that the City shall have access to and the right to examine any directly pertinent books, documents, papers and records of the Developer involving transactions relating to this Agreement. Developer agrees that the City shall have access during normal working hours to all necessary Developer facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. The City shall give Developer reasonable advance notice of intended audits. Developer further agrees to include in all contracts with Developer's contractors for the Improvements a provision to the effect that the contractor agrees that the City shall, until the expiration of three (3) years after fnal 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 City of Fort Worth, Texas Page 9 of 20 Standard Community Facilities Agreement Rev. 9/21 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, offcers, 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, ofiicers, 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, 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 1aw. 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 ar 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 City of Fort Worth, Texas Page 10 of 20 Standard Community Facilities Agreement Rev. 9/21 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 authared 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 certifes 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 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 City of Fort Worth, Texas Page 11 of 20 Standard Community Facilities Agreement Rev. 9/21 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 frearm 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 ar firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. 28. Immigration and Nationality Act Developer shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Developer shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Developer shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Developer employee who is not legally eligible to perform such services. DEVELOPER SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY DEVELOPER, DEVELOPER'S EMPLOYEES, 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 beneiit of the City and Developer, and any lawful assign or successor of Developer, and are not intended to create any rights, contractual or otherwise, to any other person or entity. 32. Compliance with Laws, Ordinances, Rules and Regulations City of Fort Worth, Texas Page 12 of 20 Standard Community Facilities Agreement Rev. 9/21 Developer, its officers, agents, servants, employees, and contractors, shall abide by and comply with all laws, federal, state and local, including all ordinances, rules and regulations of City. It is agreed and understood that, if City calls to the attention of Developer any such violation on the part of Developer or any of its officers, agents, servants, employees, or subcontractors, then Developer shall immediately desist from and correct such violation. 33. Signature Authority The person signing this Agreement on behalf of Developer warrants that he or she has the legal authority to execute this Agreement on behalf of the Developer, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the entity. The City is fully entitled to rely on this warranty and representation in entering into this Agreement. 34. Counterparts This Agreement may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. 35. Entire Agreement This written instrument, together with any attachments, exhibits, and appendices, constitutes the entire understanding between the City and Developer concerning the work to be performed hereunder, and any prior or contemporaneous, oral or written agreement that purports to vary from the terms hereof shall be void. [REMAINDER OF PAGE INTENTIONALLY BLANK] City of Fort Worth, Texas Page 13 of 20 Standard Community Facilities Agreement Rev. 9/21 36. Cost Summary Sheet Project Name: Alpha Ranch Phase 3A-1 CFA No.: 26-0014 Items A. Water and Sewer Construction 1. Water Construction 2. Sewer Construction Water and Sewer Construction Total City Project No.: 105657 B. TPW Construction 1. Street 2. Storm Drain 3. Street Lights Installed by Developer 4. Signs 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: Developer's Cost $ 1,077,297.18 $ 1,244,946.44 $ 2,322,243.62 $ 1,669,302.20 $ 652,133.55 $ 335,167.05 $ 11,082.50 $ 2,667,685.30 $ 4,989,928.92 $26,662.50 $12,402.00 $1,957.50 $ 41,022.00 IPRC No.: 24-0212 Financial Guarantee Amount Completion Aqreement = 100°/o / Holds Plat I$ 4,989,928.92 x "Note: Only Water and Sewer Construction is required to be inspected by City. City of Fort Worth, Texas Page 14 of 20 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: 03/04/2026 Recommended by: �iVa. y,� %�-s�.� Dwayne Hollars Sr. Contract Compliance Specialist Development Services DEVELOPER MM Alpha Phase 1, LLC, a Texas limited liability company By: MMM Ventures, LLC, a Texas limited liability company, Its Manager By: 2M Ventures, LLC, a Delaware limited liability company, Its Manager Mehrdad Moqyedi Mehrrlad Moayetl�i (�eb 28. 2026 �8_23_54 CST) Mehrdad Moayedi Manager Date: 02/26/2026 Approved as to Form & Legality: � uJ�� Jessika Williams Assistant City Attorney M&C No. N/A Date: 02/26/2026 Form 1295: N/A nn �Fonr°°a ATTEST: '°`� �aaa p�a ?ya p�`o° o.1d OVo g=0 OOp * ��1c e �.a�,nv� %a '.��= aaan nE°��°ASaa4 �I Jannette S. Goodall City Secretary City of Fort Worth, Texas Standard Community Facilities Agreement Rev. 9/21 Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. _�� Kandice Merrick Contract Compliance Manager ��7 � � Cy 1,1 �:� X�%]:a �7 ���i-�-�xy:��r��:�-� Page 15 of 20 FT. WORTH, TX 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 16 of 20 Standard Community Facilities Agreement Rev. 9/21 ATTACHMENT "1" Changes to Standard Community Facilities Agreement City Project No. 105657 Negotiated changes are contained in the body of the Agreement. City of Fort Worth, Texas Page 17 of 20 Standard Community Facilities Agreement Rev. 9/21 ATTACHMENT "3" Concurrent CFA Provision City Project No. 105657 The improvements being constructed by Developer pursuant to this Agreement will connect to improvements being constructed by CTMGT Alpha Ranch, LLC under a separate Community Facilities Agreement (Alpha Ranch Master Infrastructure Sewer, City Project No. 105879) "Separate CFA". Developer has requested and the City has agreed to allow Developer to begin the construction of the improvements contained in this Agreement before the improvements being constructed under the Separate CFA are completed and accepted by the City. Therefore, this Agreement shall be considered a"Concurrent CFA" and the provision contained in this Attachment shall apply to this Agreement. The improvements being constructed under the Separate CFA shall be deiined as the "Primary Proj ect." The improvements being constructed by Developer under this Agreement shall be defined as the "Secondary Project." Developer acknowledges and agrees that due to Developer's election to construct a Concurrent CFA, the potential exists for technical, delivery, acceptance or performance problems (hereinafter "Construction Problems"). Construction Problems may include, but are not limited to: failure of the improvements to comply with the approved plans or City Specifications; failure of the improvements in the Primary Project and the Secondary Project to properly connect to each other; changes to the design or construction of the improvements in the Primary Project that impact the design and construction of the improvements in the Secondary Project; construction delays, delay claims, or claims for liquidated damages; increased costs for the Developer or the developer of the Primary Project failure of the improvements to pass inspection or material testing; or rejection by the City of some or all of the improvements and Developer or the developer of the Primary Project having to remove and reconstruct the improvements at the expense of Developer, developer of the Primary Project, or both. In addition, Developer understands and agrees that disputes may arise between the contractors or subcontractors for the Primary Project and the contractors or subcontractors for the Secondary Project relating to responsibility for the Construction Problems. Developer shall be solely responsible for resolving disputes between contractors, disputes between contractors and subcontractors and disputes between Developer and the developer of the Primary Proj ect. Developer acknowledges and certifies that Developer has entered into a written agreement with the developer of the Primary Project and said agreement: (1) provides Developer with any access needed through property owned by the developer of the Primary Project; (2) that Developer and the developer of the Primary Project shall resolve all disputes City of Fort Worth, Texas Page 18 of 20 Standard Community Facilities Agreement Rev. 9/21 regarding the design and construction of the Primary Project and the Secondary Project; and (3) the developer of the Primary Project will notify Developer of any all changes to the design or construction of the improvements in the Primary Project, including any field changes. Developer further acknowledges and agrees that Developer has notified all of Developer's contractors far the Project that Developer has elected to construct a Concurrent CFA, the provisions of this Attachment, the risks associated with a Concurrent CFA, and that the City shall not bear any responsibility for construction of the improvements or Developer's decision to proceed with a Concurrent CFA. Developer shall not make the final connection of the improvements in the Secondary Project to the improvements in the Primary Project until the improvements in the Primary Project have been constructed and accepted by the City and the City has consented to Developer making the connection. Developer agrees that if this Agreement is for improvements relating to the construction, renovation or modification of one or more single family residential homes or structures, the City will not record the plat related to the Project until the improvements are constructed and accepted by the City. Developer agrees that if this Agreement is for improvements relating to the construction, renovation or modification of one or more commercial buildings or structures, the Developer shall not receive a Certificate of Occupancy from the City for the building(s) related to the Project until the improvements in this Agreement are constructed and accepted by the City. Developer further understands and agrees that completion of the improvements under this Agreement does not entitle Developer to obtain a final plat of the property until all other requirements of Federal law, State law, or the City Code relating to the filing and recording of a final plat have been met by Developer. BY CHOOSING TO CONSTRUCT A CONCURRENT CFA, DEVELOPER ASSUMES ALL RISKS AND DEVELOPER SHALL BE LIABLE AND RESPONSIBLE FOR ANYAND ALL DAMAGES, INCL UDINGBUTNOT LIMITED TO, ANYAND ALL ECONOMICDAMAGES, PROPERTYLOSS, PROPERTYDAMAGESANDPERSONAL INJURY (INCL UDING DEATH), OFANYKIND OR CHARACTER, WHETHER REAL OR ASSERTED. DEVELOPER HEREBYEXPRESSLYRELEASESAND DISCHARGES CITY FROM ANY AND ALL LIABILITY FOR DAMAGES, INCLUDING, BUT NOT LIMITED TO, ANY AND ALL ECONOMIC DAMAGES, PROPERTY LOSS, PROPERTY DAMAGE AND PERSONAL INJURY (INCLUDING DEATH) ARISING OUT OF OR IN CONNECTION WITH, DIRECTLY OR INDIRECTLY, THE CONSTRUCTION OF THE IMPROVEMENTS OR DEVELOPER'S DECISION TO CONSTRUCT A CONCURRENT CFA. DEVELOPER, AT ITS SOLE COST AND EXPENSE, AGREES TOANDDOESHEREBYINDEMNIFY, DEFEND, PROTECT, AND HOLD HARMLESS CITY, AND CITY'S OFFICERS, REPRESENTATIVES, AGENTS, EMPLOYEES, ANDSERVANTSFOIl, FROMANDAGAINSTANYANDALL CLAIMS City of Fort Worth, Texas Page 19 of 20 Standard Community Facilities Agreement Rev. 9/21 (WHETHER AT LAW OR INEQUITY), LIABILITIES, DAMAGES (INCLUDING ANY AND ALL ECONOMICDAMAGES, PROPERTYLOSS, PROPERTYDAMAGESAND PERSONAL INJURIES INCLUDING DEATH), LOSSES, LIENS, CA IISES OFACTION, SUITS, JUDGMENTS AND EXPENSES (INCL UDING, BUT NOT LIMITED TO, COURT COSTS, ATTORNEYS' FEES AND COSTS OF INVESTIGATION), OF ANY NATURE, KIND OR DESCRIPTION ARISING OR ALLEGED TO ARISE BY OR IN ANY WA Y RELEATED TO CONSTRUCTION OF THE IMPROVEMENTS OR DEVELOPER'S CHOICE TO CONSTRUCT A CONCURRENT CFA, OR (2) BY REASON OF ANY OTHER CLAIM WHATSOEVER OF ANY PERSON OR PARTY OCCASIONED OR ALLEGED TO BE OCCASIONED IN WHOLE OR INPART BY THE CONSTRUCTION OF THE IMPROVEMENTS OR DEVELOPER'S CHOICE TO CONSTRUCT A CONCURRENT CFA, WHETHER OR NOT SUCHINJURIES, DEATH OR DAMAGES ARE CA IISED, IN WHOLE OR IN PART, BY THE ALLEGED NEGLIGENCE OF THE CITY OFFORT WORTH, ITS OFFICERS, SER VANTS, OR EMPLOYEES. By signing below, Developer certifies that all statements contained in this Attachment "3" Concurrent CFA Provision are true and correct. DEVELOPER MM Alpha Phase 1, LLC, a Texas limited liability company By: MMM Ventures, LLC, a Texas limited liability company, Its Manager By: 2M Ventures, LLC, a Delaware limited liability company, Its Manager Mehvdqd Moct�edi Mehrdad MoeyPA�i (�eb 26. 2026'16.23�.54 C. ) Mehrdad Moayedi Manager Date: 02/26/2026 City of Fort Worth, Texas Page 20 of 20 Standard Community Facilities Agreement Rev. 9/21 114 .;,, SI TE �u � J W � � z Q ~ � � — z so en� >- � _ 0 � � CI TY OF FORT WO TH OWNER/DEVELOPER CTMGT ALPHA RANCH, LLC 1800 VALLEY VIEW FARMERS BRANCH, TX 75234 Q PHONE #: (469)-892-7600 M CONTACT: JACK DAWSON � N O " Westwood 0 N N � 9800 HILLWOOD PKWY ~ SUITE 250 o FORT WORTH, TX 76177 o PHONE: 517-562-3350 a ALPHA RANCH PHASE 3A-1 VICINITY MAP EXHIBIT FORT WORTH - TX FEBRUARY2026 � r > � I NOTE: DRAWING NOT TO SCALE MAPSCO PAGE N/A COUNCIL DISTRICT N0. N/A (CFW ETJ) � w � W � Q U 2 U Z � _ a � � � m _ w IPRC 24-0212 � CPN 105657 � ��\�i � a � 0 � � N O N M N N � � :: 0 0 a `��v N � ��. ��:\� . \ , ��, � OWNER/DEVELOPER CTMGT ALPHA RANCH, LLC 1800 VALLEY VIEW FARMERS BRANCH, TX 75234 PHONE #: (469)-892-7600 CONTACT: JACK DAWSON Westvu�ood 9800 HILLWOOD PKWY SUITE 250 FORT WORTH, TX 76177 PHONE: 817-562-3350 S REET g l , �. ,� �� I I � � I� � � � �� �� Q '� � � �� � �Q i� � � ��� V � I � � � O "I / Qj I � � �� �I � I� �- � �-� � � �O�'\ I �; , � ^ � , � � 'I � I� // `°' ,, � � �� � � �I �, �� c� I �� �� E�� � � I � �� c� �� � 'I I� w "I � �� I , I I I �I w �I � �C� � � �I �-- ;' — E1 / I 6� ,-�x I I �� �/� NOTE: ALL PROPOSED WATER LINES ARE 8" UNLESS OTHERWISE NOTED • 8" WATER PIPE = 7,543 LF • 8" GATE VALVE = 46 EA • FIRE HYDRANT = 12 EA ALPHA RANCH PHASE 3A-1 WATER EXHIBIT A FORT WORTH - TX FEBRUARY2026 �.\�i IPRC 24-0212 CPN 105657 0' 300' � W Q � � U 2 U � ¢ 2 a � � m w G2 � _ � � � VV�F� � `--�z--=�z=— I r. �� ; ---1�_ _��. -r �. / I I I � � � � — � - � � a � � M � N 0 N M N N � � � 0 0 a 0 �<-_�Z �� � � ��_ iV-I�^ �� _.T � �STREET� K �' _ � � -- _ ( � i- 1 ... _ TO BE CONSTRUCTED WITH ALPHA RANCH � MASTER �,�` INFRASTRUCTURE, ���\CPN 105879 \ . � G�'� `. OWNER/DEVELOPER CTMGT ALPHA RANCH, LLC 1800 VALLEY VIEW FARMERS BRANCH, TX 75234 PHONE #: (469)-892-7600 CONTACT: JACK DAWSON Westwood / � �� ; � � � �= �� SrRFF�. , _ �� O --� _ � � �� � � � I \-I � 5 _ �_ y \ i � �� �� �\� — � � , � ��- � � ��'?� • � I I I I ',` — �\�� sr�Er�B� � ��� I I ALPHA RANCH PHASE 3A-1 SEWER EXHIBIT 6 FORT WORTH - TX FEBRUARY2026 i �- I ' I � � I �� � � � � II I ' �, I �i g �� ���" � o i� ,i i Q-�' � � � � �� � I / OJv � i � � �� �' �V� � I � �� �Q' � I , �,Q' "� �` I� O � ;� ; � I� � �� � ,, � � �� � . ' 'I �� �i �7I �� il� E�' � � , �� c� I �� � ,� �I w ;� G i I� I �� I I I w �I � IC� il I� — -- li iC7�I E1 ,-% � , �.- � 6� ^�-�/� NOTES: 1. ALL PROPOSED SANITARY SEWER LINES ARE 8" UNLESS OTHERWISE NOTED. 2. ALL SANITARY SEWER MANHOLES ARE 4' DIA. UNLESS OTHERWISE NOTED. IPRC 24-0212 CPN 105657 � �1 �i� - � � � w W � � U 2 U Z � Q 2 a � � m w // j // ' /%� � �/ �- �/ � / _ _ � �-_ � �N � �� ����, ,� ����� �� � ,o �� , � \� � � , �� � � OG �� — � � � �� �c � o � � �� .� � ;;: � ��� �� � � I e � il I , I �� OWNER/DEVELOPER CTMGT ALPHA RANCH, LLC 1800 VALLEY VIEW FARMERS BRANCH, TX 75234 PHONE #: (469)-892-7600 CONTACT: JACK DAWSON LEGEND PROPOSEDPAVEMENT SIDEWALK BY DEVELOPER SIDEWALK BY HOMEBUILDER • PROPOSEDRAMP Westwood 9800 HILLWOOD PKWY SUITE 250 FORT WORTH, TX 76177 PHONE: 517-562-3350 � a v N 0 N M � d m � 0 a L I II I I�I I � srREEr B �� ��c- J�' � � �� � , ��- ,��- a� . � �� ,,: � ��. �I � �I II � �I �I � �'I III ALPHA RANCH PHASE 3A-1 PAVING EXHIBIT C FORT WORTH - TX FEBRUARY2026 i�i I ` i�i � �i , �� ili i�i � '' � � i� NOTE: ALL PAVING IMPROVEMENTS TO BE MAINTAINED BY THE ALPHA RANCH WATER CONTROL AND IMPROVEMENTS DISTRICT OF DENTON AND WISE COUNTIES CPN: 105657 0' 300' � Z � a � U 2 U Z � Q 2 a � � _ X w J , � � � �� �� � � � � �u�,�� �y—�.,,,. — b �� ��� �+� � — =— � PROP. 21" RCP � ��� �� 3A COLLECTOR I�I ', c� �- f �il,� , � „ � —� PROP. 21" RCP � � � ��� STREET K � � �, � �� �+ � PROP. 24" RCP � � � �=� J .�� � PROP. 2�° RCP ) ��I �� o PROP. 24" RCP PROP. 24" RCP � I�I T �/ � � 1 PROP. 21" RCP / �_ PROP.21" RCP �-- / �`� �` Q' � � � � � PROP. 30" RCP � � � � � � � � PROP. 36" RCP � � � ^� \ � � � � PROP. 21" RCP ��� i � � PROP. 36" RCP � PROP. 21" RCP � � � �J` � �� � � �<(/� C� � � A �� � �Z \ ��� � � ��� �� � � �� � � � � CJ� � �\ � �O � PROP. 30" RCP � � A � �� ��� V �� � �� � \ \ � � /,��— f /'�� y � � cS�V�` V � ' � � ; l�� � ���� � PROP. 24" RCP �"�y � / � � � � � � r�, ��� � ����� � �\ / \ � � A ��..�� � � �� �� i �� , \\�� �� PROP. 24" RCP� � � � : ��' � PROP. 24" RCP � ; � , , / , �� � PROP. 24" RCP ��� �� � � PROP. 24" RCP � � � PROP. 24" RCP � � � � � PROP. 24" RCP � � '��'� �i � � � PROP. 24" RCP � ( PROP. 24" RCP V � � � \ / \ � � � � � f � � PROP. 30" RCP � � � ��(/ ��R��� PROP. 24" RCP � a � O c �� � � PROP. 24" RCP � � � � PROP. 24" RCP T� / o / — � i� L � �{ PROP. 30" RCP A PROP. 21" RCP � � i � RF� �� ' \ / I ` r� c �� � � PROP. 24" RCP �` , � � ` I I \� PROP. 24" RCP � i � PROP. 24" RCP � � Q � !� ' � � i. , � � I �l� �� � �� I � U-r, i�ROP.21"RCP� : OWNERIDEVELOPER ( PROP. 24" RCP }� � W—� � �� `' i t CTMGT ALPHA RANCH, LLC �� j-�— � �� iw I� � 1800 VALLEY VI EW �-- I-�— � �� I�--1 PROP. 24" RCP � , FARMERS BRANCH, TX 75234 � I I I �- I I ': PHONE #: (469)-892-7600 f I STREET g '� ' CONTACT: JACK DAWSON � PROP. 24" RCP r �� ���� � PROP. 21" RCP �� � LEGEND �� �� � r _ � i�� � � PROP.24" RCP � PROP. 24" RCP � � PROPOSED STORM � � ` � � PROP. 21" RCP � � � EXISTING STORM �� PROP. 24" RCP � IPRC 24-0212 o �� CPN 105657 _ � i i o ALPHA RANCH PHASE 3A-1 0� soo� " WQ�WOOd STORM EXHIBIT D � 9800 HILLWOOD PKWY ~ SUITE 250 :: FORT WORTH -TX FORT WORTH, TX 76177 � � PHONE:S17-562-3350 FEBRUARY 2026 0 a / / � � ELECTRICAL LEGEND � � s�ao� � oEs�R�Pr�oN ' M 1vPEtisiaEEi�icHi ttaE2oisiaieuiiorv-sEErvoiEi. h •i rrPe„s.ReerucHr ,vae<o�srR�aur�oN-seeNore,. _� � s.aEE.. 4 .� ex�s.�ncrrPe,asrReerucnr-.vaeso�srR�eu.�an — _ _ _ — _ _ ° o oN�aR�ANo�o�E � esnNCNciacmrcoNom*nrvoconoucroaasrzesesinmcAreo _-- ,-� �� ao��xao��sroaswN .._....._-� ��. . � � � • �\ p� � ., oumwnRcoa•in�Eoos�uc�EonamEoluPrv.�ar'e`ioi.xiw�.paaaxMPrv�a�no�aroazsoaoaeaciry �` ��� �. � � �o�.A�E sENs�ti�,zo��»�oa��ERF�.�RFsw�REoa.,zo����EssNo.� C� p•�O •�� BASE REFERiORCFrvOF�FORio0R1H�Si�REEiLUnuNq�REVOLEFOUupAilOupEiNL9 .. � r.�a r F 5 � ' v q� .. � o l.o p,s� � ��'... O ' � �a�o . , � � ais� .. ' . ni� / O � , � � � � �. / / \ . >,z � / / / /,/ / � � ,. .. ' �., / / , / / �� � �>a0 �/ ' �� ���� " � � / �e O O �/ a,a� � , O ��. � � � . � � � r..... . p ,-:� .. .� "' . , .. �j� .: I � ,/ / �e � � � . /� �/ a,� %��� _ � � � � � ,.� � � � i � ? � ti r ��- � ��i��.� � V 9� /�\ 0 .i / %...... Q � _ O , ..� /�;�.� �.i� . �/ �....\ �i e.� " 9..8 � ? 9 ., � I� .. � e.�s � C� u u e ��� . o . � o.�o c � � c , " A„!I . . � �.�s ., ° 1 � o- < �, u _ c � � - u � --- „ �,�� . , .. �� , � f o a.,�� p . OWNER/DEVELOPER � l� � o � CTMGT ALPHA RANCH, LLC o 1800 VALLEY VIEW ` A-� � FARMERS BRANCH, TX 75234 COUNCIL DISTRICT N/A (CFW ETJ) PHONE #: (469)-892-7600 gg00 HILLWOOD PKWY CITY PROJECT NUMBER: 105657 c a CONTACT: JACK DAWSON suirerso MAPSCO PAGE N/A ' g FORT WORTH, TX 76177 ° °� PHONE: 817-5623350 IPRC N0. 24-0212 � N � � ALPHA RANCH PHASE 3A-1 0� soo� � � Westv�rood LIGHTING AND SIGNAGE EXHIBIT E � � � FORT WORTH - TX � c o FEBRUARY2026 < a � QO 42 43_SpecBook Proposal Form �AP - 81� PRDPDSAL Page'I a{3 SEGTION 00 42 43 BID FORM - AD�ENDUM 2 WaYer, Sanitary 5ewer, Storm Drainage, Paving and Street Light [mpro�ements to serve Alpha Ranch Phase 3A-'1 UNIT PRICE BID Project Item infonnation Bidder's Applica�ion Bidlisf ltem Specitication Unit of Bid Description l�o. Sectinn No. Me�su��e Quantity UNIT I: WATER INPROVEMENTS 1 3311.0261 8" PVC Water Pipe 33 11 12 LF 7,555 _ _._ _..__.__ __ 2 9999 �413 2a" Steel Encasement QO Op 00 LF 0 _. 3 3312.3003 S" Gate Valve 33 12 20 EA 23 4 3312.0001 Fire Hydrant 33 12 40 EA 12 5 0241.1218 4"-12" Water Abandonment Plug 02 41 14 EA 3 6 3311.0001 Ductile Iron Water Fittings w! Restraint 33 11 � 1 TON 7.56 7 3312.2003 1"WaterService 33 12 �0 EA 185 8 3312.2103 1 1!2" Water Ser�ice 33 12 10 EA 6 9 3312.0117 Connection io �xisfing 4"-12" Water Main 33 12 25 EA 1 10 3312.0109 Connection to Existmg 3D" Water Main 33 12 25 EA 5 11 33Q5.0003 8" Waterline Lowering 33 05 12 EA 1 12 33a5.0109 Trench 5afety 33 OS 10 LF 7,795 13 3312.6D03 8" Blow Off Valve 33 12 60 EA 1 TOTAL UNIT 1: WAiER IMPROVEMENTS 14 15 16 �� 18 19 20 21 22 23 24 25 26 27 28 29 3Q 31 32 33 34 35 36 37 38 39 40 UNI7 ]I: SANITARY SEWER IMPROVEi1►�NT5 3331.4115 8" Sewer Pipe 33 31 20 LF 6,396 3339.4119 8" DIP Sewer Pipe 33 11 16 LF 1,606 _ ___ __ _ _ _ _ 9999.0002 20" 5teel Encasement 00 00 OQ LF 20 . . 3339.�001 4' Manhole 33 39 2D EA 35 _.. 3339.�101 5' Manhale 33 39 10, 33 EA 1 3339.1103 5' Extra Depth Manhole 33 39 10, 33 VF 3 3339.1003 4' Extra Depth Manhole � 33 39 1 �, 33 VF 111 3339.0001 Epoxy Manhole Liner 33 39 60 VF 118 333�.3101 4" 5ewer Service � 33 31 5D EA 185 9999.00a3 CSS Encas�ment for Utility Pipes � 00 04 DO LF 430 3305.0113 Trench Water St�ps � 33 05 15 EA 18 9999.0414 Connect to �xisting 5' MH 00 0� 00 EA 3 3301.00a2 Post-CCTV Inspectio� � � 33 01 31 LF 16,004 3301.0101 Ma�hole Vacuum Testing � W f 33 01 30 EA 37 3305.01 Q9 Trench 5afety 33 05 10 l.� S,D02 TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS UNIT l[l: AAV�NG f■PF2�V�M�NT$ 32�3.0101 6" Conc Pvmt 32 13 13 SY 25,524 32�3.0105 10" Conc Pvmt 32 13 13 SY 1,487 _ _ _ 3213 0301 4" Conc 5idewalk 32 13 20 SF 1,047 32i 1.4501 6" Lime Treatment 32 11 29 SY 27,284.2$ 3211.0502 8" Lime Treatment 32 11 29 SY 1.616.30 3211.44 Hydrated Lime 32 � 1 29 7N 443.21 2a1.01 Remove Sidewalk 02 41 13 SF 405 3213.4506 Barrier Free Ramp, Type P-1 32 13 20 EA �0 3213.{}501 Barrier Free Ramp, Type R-1 32 13 20 EA 4 9999.a0�6 Barrier Free Ramp, Type R-1 (�0' Wide SW) 00 00 00 EA 10 3213.0504 Barrisr Free Ramp, Type M-2 32 13 20 EA 2 9999.�021 Connect to Exisiing Pavement 00 04 00 LF 510 TOTAL UNIT III: PAVENG IMPROVEMENTS Bidder's Proposal Unit Price I Bid Value �52.88 $399,508.40 $2,129.63 $&,249.70 $259.08 $4, 961.76 $1,565.96 $2,758.88 $6,76829 $36,809.68 �5,7A 8.&2 $ a.33 $90,129.20 $4B,981.49 $74,996.4f} $777.24 $37,510.91 $289,702.&Q 516,553.28 $6,76B.29 $184,048.40 �5,748.62 $2,572.35 $10,129.20 $1,077,297.18 $55.35 $128.95 $232.19 �8,�05.72 $9,411.44 $331.79 �224.15 �584.88 $1,417.69 $66.22 $�,323.17 $3,954.05 $1.70 $134.38 $0.76 $354,048.60 $207,093.70 $4,643.80 �z�o,2ao.2a $9,G11.�44 $995.37 $24,880.65 $fi9,015.84 $282,272.65 $28,474.60 $23,817.06 $11,862.15 $27,206.80 $4,972.06 �6,081.52 $1,2A4,946.a4 - - _�1�_ _�� „ _ .. . _ ._-..__..-- CITY OF FORT WORT}i STAN�ARO C6NSTRUCTION SPECIRCATION aOCUMENTS - ��UELOPER AWAR�E� PROJECTS Alpha Ranch Ph 3A-1 Form Version April 2, 2D'14 Gity Project No_ 105657 00 42 43_SpecBook Proposal Form �AP - BIO PROPOSAL Page 2 of 3 SECTION 00 42 43 BID F4RM -AC}�EN�UM 2 Water, Sanitary 5ewer, Storm Dra{nage, Paving and Street Light Improvements to serve Alpha Ranch Phase 3A-'[ UNIT PRICE BID 41 42 43 44 45 46 47 48 49 50 51 52 53 5A 55 56 Bidder`s Appfication �NfT N: STORM LIRAIN IMAROVEMENTS 9999.0017 2�" ADS HP 5torm Polyprapylene (PP) Pipe 33 41 13 L� 3a0 9999.0018 24" AD5 HP Storm Polypropylene (PP) Pipe 34 41 13 L� 1;882 9999.0019 30" ADS HP 5torm Polypropylene (PP) Pipe 35 41 13 L� 479 9999.002 36" ADS NP 5torm Polypropylene (Pp) Pipe 3fi 4� 13 LF 497 3349.00b1 A' Storm Junciion Box 33 49 10 EA 7 3349A0�2 5' Storm JuRciion Box 33 49 10 EA 2 3349.41 C}5 24" SET, 1 plpe 33 49 40 EA S 3349.4107 30" SET, 1 pipe 33 49 40 EA 1 3349.4109 36" SET, 1 pipe 33 49 40 EA 1 _ ................. _.. 3349.5001 10' Curb inlet 33 49 20 EA 21 3349.5002 15' Curb ]nlst 33 49 20 EA 1 3137.0104 Medium Sione Riprap, dry 31 37 00 SY 1 3137.0102 Large 5tone Riprap, dry 31 37 00 5Y 95 9999.0015 Connect to Existing 5torm 40 00 00 �A 4 33497001 4' drop Inlet 33 49 20 EA 2 .. 3305.0109 Trench 5afety 33 05 10 LF 3,�58 TOTAL UNIT IV: STORNf DRAIN IMPROVEMENTS lJNl7 V: 5i12E�T I.IGH7 NG IMPFtOVEItiEN7S 5i 9999.0007 2" CONQT PVC SCH 80 {T) 00 00 00 LF 3,715 58 344�I.3201 LED Lighting Fixture 34 41 20 EA 42 5g 344'f.3301 Rdwy Illum Foundation TY 1,2, and 4 34 41 24 EA 42 60 3441.141NO�OInsulatedElecCondr 34411Q LF 11,145 61 9999.0008 Furnisi�llnstall Rdway Illum TY 11 Pole 00 00 00 EA A2 62 9999 0009 Furnishllnstall Type 33B Arm �0 00 Oa EA 42 TOTAL UNIT V: STR��T L.IGHTII�G IMPROVEMENTS $85.56 $95.56 $134.41 $158.92 $5,643.75 $ 8, 761.25 $2,365.D0 $4,031.25 $5,375.00 $8,062.5fl $11,663.75 S� 39.75 $150.5a $1,254.33 58,008.75 $0.46 $25,688.00 $�79,843.92 $64,382.39 $78,983.24 $39,50625 $17, 522.50 $18, 920.00 $a, 031.25 $5,375.00 $169,3�2.50 $19,663.75 S � 39.75 $14,297.50 $b,017.32 $16,017.50 $1,452.88 $652,133.55 __ �__.-_�_.___ ��YY -- -- �.._..� .,---_, __ , � UN]T V3: STREET 51GIyS IMPROVEMENTS 63 9999.D005 Stop Sign R1-1 00 00 40 EA 15 64 9999.0006 5treet P�ame Blades D3-1 p0 00 4p EA 4A U''" �� 65 3�341.4006 Install Alum Sign Ground Mount 34 41 30 EA 22 � I TOTAL UNIT V[: STREET SIGNS IMPROVENEENTS ciTr oF FORr war�TH STAN�ARD CONSTRUCTION SPECIFlCAT€ON �OCUMEN75 - �EVELOPER AWAR�ED PROJECTS Form Version April 2, 2014 Alpha Ranch Ph 3A-� City Project No, i05657 �0 42 43_SpecBook Proposal Form �AP - BIo PRpPOSAL Page 3 of 3 SEC710N OQ 42 43 BID �O1�M -AADEN�UM 2 Water, Sanitary 5ewer, Storm Arainage, Paving and Street Light [mprovements to serve Alpha Ranch Phase 3A-1 UNIT PRICE BID Bidder's Application Bic! 5ummary UNiT I: WATER IMPROVEMENTS UNIT II: SANITARY SEWER IMPROVEMENTS UNiT III: PAVlNG IMPROVEMENTS UNIT IV: STORM DRAIN IN�PROVEM�NTS UN11" V; STR��T LIGHTING IMPROVEMENTS UNIT VI STREET SIGNS IMPROVEMENTS This Sid is submittcd by the entity nlmed 6elo�v: BIAAER: �,14 L� �'� Ce'7�i�.�hi iY l�� - i'� I��3� ��� � � �2� `������� 7�Sz3� Total Construction Bid $1,077,297.18 ___.___— _ _- _- $1,244,94fi.44 $652,133.55 _-----� . _ _......._ . . ... . . . ... . . ... ..... ..._.... . . .. . $2, 974, 377.'[ 7 � � �i�'i �: � i-ik.::.y BY: � TITLE: b��k � � � s DA 7�C: s�ajz� Cnntractor agrees to complete N'ORK for FIIVAL ACCEPTANCE tvithin �'� e�rl�eioa days after the datc rvhcn the CO'VTRACT commences to run 1s pra�ided in tlae General Conditions. ��}4� END OI�' SECTIOIV CITY OF FORT WOR7Fi STANOAF2b CONSTRUCTION SPECIFICATION DOCUMENTS - �EVELOPER AWAR�E� PROJECTS Alpha Ranch Ph 3A-1 Form Versfan April2, 20�4 Cfty Pro�ect Na. 105657 ooaza3_sr�csookarorosai �zr �AP-BIDPROPOSAL Page 1 af 3 SECTION �0 42 43 SID FORM - AD�ENDUM 2 Water, 3anitary Sewer, Storm Drainage, Paving and Street Light Improvements to ssrve Alpha Ranch Phase 3A-7 UNIT PRiCE BID Project Item infor�nation Bidder's AppNication Bidlist Ctern � I SpeciFication � Unit of � Bid I DesCription No. Secfion iVo. Measpre Qaantity UN1T I: WATER INPitOVENlENI3 T 3311.02&1 8" PVC Wa#er Pipe 33 11 12 LF 7,555 2 ��9g, .,, .: -:, `.�..'! �;cas��!�,�nt G,j'ji) S'J LF G 3 33't2.3003 8" Gate Valve 33 12 2Q EA 23 4 3312.0009 Fire Hydrant 33 12 4� EP, 12 5 p24#.�2�84"-12"WaterAbandonmentPlug 024114 EA 3 6 3319.0001 Ductile Iron Water �iitings wl Restraint 33 11 11 70N 7.56 7 3312.2003 1" Water Service 33 12 10 EA 185 g 3312.2103 1 112" Water Service 33 12 10 EA 6 g 3312.0117 Conneciion to Existing 4"-12" Water Nlain 33 t2 25 EA 1 �p 3312.01E}9 Connection to Existing 30" Water Main 33 12 25 EA 5 11 3305.00Q3 8" Waterline Lowering 33 05 12 II EA 3 12 3305.41D9 Trench Safely 33 05 10 i LF 7,795 13 ' 3312.&D03 8" Blow �ff Valve 33 12 60 FA 1 TOTAL UN1T I: UVATER IMPROVF�IAEN7S i 14 15 16 17 18 19 2d 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 +�0 UNIT II: SANITARY SEWER IMP39YEIY�EN75 3331.41i5 8" Sewer Pipe !33 31 2D LF 6,396 3331.41 �9 8" DIP Sewer Pipe 33 11 10 LF 1,606 9999.0002 20" SEeel Encasement 00 00 00 LF 20 3339.i0Q1 G' Manhole 33 39 20 EA 35 3339.1101 5' Manhole 33 39 10, 33 EA 1 3339.1143 5' Extra Depth Manhale 33 39 �0, 33 VF 3 3339.10E}3 4' �xtra Depth Manhole 33 39 10, 33 V� 1 i 1 3338AOfl1 Epoxy Manhole Liner 33 39 60 VF 118 3331.3161 4" Sewer 5ervice � 33 31 50 EA 185 9899.00b3 C5S Encasement far Utility Pipes Ofl 04 d0 LF 430 33�5.0113 Trench Water Stops � �33 �5 15 EA 18 9999.p01�F Connect to Existing 5' MH 00 00 D� EA 3 3301.D002 Post-CCN lnspection � 33 01 31 LF 16,004 3301.0101 Manhole Vacuum Testing 33 01 30 EA 37 3305.D109 Trench Safety 33 OS 10 LF ' 8,p02 TOTAL UNfT I�: SANITARY SEW�k21MP�yF�IIENTSE UNIT III: PAVING I(V}PRO��,F�HT$ 3213.0101 6" Conc Pvmt 32 13 13 SY 25,524 3213.0145 10" Canc Pvmt 32 13 13 SY 1,487 3z13.C301 4"+���,c 5�:,.�valk 321320 SF 9,047 3211.U5�1 6" Lime �'reatment 32 11 29 SY ?7,284.28 3211.0502 8" Lime Treatment 32 11 29 SY 1,616 3Q 3211.04 Hydrated Lime 32 11 29 TN 44321 241.01 Remove Sidewalk 02 41 13 5F 405 3213.0506 Barrier Free Ramp, Type P-� 32 73 20 EA 10 32'�3.0501 Barrier Free Ramp, Type R-1 32 13 20 EA 4 9999.0096 Barrier Free Rarrep, Type F2-1 (10' Wide SW) QO 00 00 EA Za 3213.Q5�A Barr>er Free Ramp, Type M-2 32 13 2Q Ep, 2 .�'�:..�!'?I .,�.-�'���ctto.._,;i;1lr ��v�,���r�t 044fl04 iF �10 TOFAL UNIT t[L• PAVING IMPI20VF��IVTS Bidder's Prapnsal Unit Pricc I 13id Value $45.25 $93.Sfl $7.65 $4.40 $4.40 $350.00 $5.00 $2,750.00 $2,805.00 $3,30U.00 �2,a6a.ao $10.00', $1,154,961.00 y139,480.fi0 $8,009.55 $�20,D50.83 $7,1'� 1.72 � 155,123.50 $2,025A0 $27,500.D0 $11,22D.00 $33,OOD.00 $�,7zo.oa $5,100.00 $1,669,302.20 cin oF wRrwoarw STAN�AR� WN57RUCTIQN SP@CIFICATION QDCI]MENTS- QEYELOPENAWAR�ED PHOlECTS Alpha Ranch Ph 3A-1 Farm Yerslon Apri[ 2, 2�74 Ciry Project No. 195657 004243 Spec600KProposal (2� pAP- 61� PROPOSAL Page 2 of 3 UNIT PRlCE SIQ 41 k2 43 44 45 4fi 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 � S�CTfON �0 42 A3 �lp FORM - ADOEN�LIM 2 Water, Sanitary Sewer, Storm �ra9nage, Paving and Street Light lmprovements to serve Alpha Ranch Phase 3A-'f Bidder's Application 131J1T 1V: STORM dRAIN IMPROVEME !1�S 9999.0017 21" A�S HP Storm Polypropylene (PP) Pipe 33 41 13 ��' gq�} 9999A418 24" Ai7S HP Storm Polypropylene (PF) Pipe 34 41 13 LF 1,882 9999.d019 3U" AdS HP Storm Polypropylene (PP} Pipe 35 41 13 LF 47S 9999.002 3S" ADS HP 5form Poly�ropylene (PP) Pipe 36 41 13 LF d97 3349.D001 4' Storm Junttion Bux 33 49'f0 Ep, 7 3349.Q002 5' Storrn Junction Box 33 49 10 �q p 3349.4i D5 24" SET, 1 pipe 33 49 40 �q g 3349.4107 30" SET, 1 pipe 33 49 40 �q 1 33a9.4109 3fi" SET, 1 pipe 33 43 44 �q � 3349.54Q1 10' Curb Inlet � 33 49 24 Eq 21 3349.50Q2 15' Curb In�et 33 49 20 Eq 1 3137.01 pa Medium 5tone Riprap, dry 31 37 OD SY i 3137.0102 Large Stqne Riprap, c!ry 31 37 00 SY 95 9999.00i5 Connect to Existing Srorm QO ti0 00 �A 4 3349.7001 4' Drop lnlet 33 48 2f} �q z 3305.0109 Trench Safety 33 D5 14 LF 3,158 _ T�TAL UNET iV: STORIIfE �RAiN IMPROVE�1ftENT� liNlT V: 5T�,EET LIGHTING IMPjt�1/EME,�TS 3889.0007 2" CQNQT PVC SCH 8Q (T) 00 00 00 LF 3,715 3441.3201 LEo Lighting Fixture 34 4� 2p �q q2 344�.330i Rdwy Illum Founriation TY 1,2, and 4 34 41 2D �q 42 344i.141 NO 70 insufated ElecCondr 3�t41 10 �,F 11,�45 9999.Oa48 Fumishflnstall Rdway Illum TY 11 Pole oa oo aa �,q 4� 9999.04D9 FumishlEnsiall Type 336 Arm p0 0� 00 �A 42 TQTAL UNlT Vt STREET tIGHT{�yG IM�RQVE11IjEJtiJSI � 11NIT VI: STI2EET SIGNS IJjI� R� flVEI,��NTS 63 9999.0005 5fop Stgn Ri-1 00 00 00 �,q 15 $93.50 $1,402.5D 64 9999.D006 Street Name Blades D3-1 00 Op 00 �p, 44 $36.25 $4,235.00 65 3441.4006 Install Alum Sign Ground Mount 34 41 30 �A 22 $247.5C] $5,448.D0 TOTAL UNIT VI: jSF�tEET��GNS IM1PROVEME;'��5� $11,d82.5d c�rvoFFORrwoarH STAN�AR� CONSYRUCTION SPECEfICATION �DCIJMENTS- pkVELUPER AWAR�E� PROlEC75 Alpha Ranch Ph 3A�i Form VersiOn Apr112, 2a14 Cfty ProjBct IJo.105657 004243_SpecBook Proposat �2} �AP � SI� PROP�SAL Page 3 oF 3 SEGTION OQ 42 43 BiD FORM - ADDEMDIfM 2 Water, Sanitary 5ewer, Storm Drainage, Pa�ing and 5treet L9ght Improvements to serve Alpfia Ranch Phase 3A-1 UNIT PR#CE BID Bidder"s Applica#ion Bid Summtry UNIT I: WATER INEPROVE3NEiVTS UMT II: 5ANITARY SE�NER IMPROVEMEN7S UNIT III: PAVING iNIPROVEMENTS UNIT IV: 5TORM DRAIiV IMPROVEM�NTS UNIT V: STREET LIGHTING IMPROVEMENTS UNIT VI STREE7 SIGNS IMPROVEMENTS 1`his Sid is submitted by fhe enfiiy named heloK•: BIDDER: l$�� ! �`idl�lrn �4�'-PR�tI y $1,869,302.20 Total Construction Bid BY: TITLE: j/��t-(���s�ot�r llA�'�: S/g �doa.5 $11,082.50 $1,68a,saa.7a1 Contractor agrees io complcte WQRK for FiNAL ACCF.PTANCE within 3� efl�Fexdgwdays after thc date whcn the CONTRAC'I' commenccs to run as provided in the General Condilions. 1+doR�sNh EIYD OF SECTION CITY OF FORT WOHTH STANDAfl� CONSTHl1CTION SPECIFICATION 90CLfMENYS - OEVELOPER AWAROE� PROlfC7�S Alpha Ranch Ph 3A-1 Form Version April2, 26]4 CisYProject No.1D5657 DO 42 43_Spcc9ook Proposal Form �AP - BI� PROPOSAL Page 1 of 3 SECTION 00 42 43 BIQ FORM - AD�ENDUM 2 Water, 5anitary Sewer, Storm nrainege, Favir�g and Street Light Improvements to serve A�pha Ranch Phase 3A-1 UNIT PRiCE BID Pro�eet Item Information Bidder's Application Bidlistlterrsl Bescription I Speciticatton I i;oitof I $id tio. Section No. ]4leasure Quantity UNIT I: WATER IA�ROVEMENTS 1 3311.0261 8" PVC Water Pipe 33 17 12 LF 7,555 2 9999.0013 20" Steel Encasement QQ fl0 00 LF 0 .._,_. 3 3312.3063 8" Gate Valve 33 12 20 �,c, 23 4 3312.OQa1 Fire Hyc4rent 33 12 40 EA �2 5 0241.i218 4"-12" Wa#er Abandonment Piug D2 41 14 EA 3 6 3311AOfl1 Ductile Iron Water Fittings wI Restraint 33 11 11 TON 7.56 7 3312.2003 1" Water 5ervice 33 12 10 EA 185 $ 3312.2103 1 112" Weter Ser+rice 33 12 1 Q EA 6 g 3312.0117 Connection to Existing 4"-12" Water Main 33 12 25 EA � 1 D 3312.0109 Connection to Existing 30" Water Main 33 12 25 EA 5 11 3305,�Ofl3 8" Waferiine Lowering 33 05 � 2 EA 1 12 3305.01o9 Trench Safeiy 33 05 � 0 LF 7,795 13 3312.6003 8" Blow Off Val�e 33 12 60 EA 1 YOTAL UN[T I: WATER IMPRQVEMENTS� 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 11Nli II: SANITARY SEWER IN4PROV�MENTS 3331.4115 8" 5ewer Pipe 33 31 20 LF 6,396 3331.4119 8" �IP Sewer Pipe 33 11 10 L� i,606 9999.0002 20" Steel Encasement 00 00 00 LF 20 3339.1001 4' Manhole 33 39 20 EA 35 3339.1101 5' Manhole 33 39 10, 33 EA 1 3339.1103 5' Extra Depth N�anhole 33 39 10, 33 VF 3 3339.1003 4' Extra Depth NEanhole 33 39 10, 33 VF 911 3339.d001 �poxy Manhole �iner �� 33 39 60 VF �� $ 333�.3101 4" Sewer Service � 33 31 50 EA 185 9999A003 CSS Encasement for Util€ty Pipes � 00 Oa fl0 LF 430 33Q5.0113 Trench Water Stops 33 05 15 ER 18 9999A014 Connect to Existing 5' MH � 00 OQ 00 EA 3 3301A002 Post-CCTV inspection 33 01 31 LF 16,�04 3301.0101 Manhoie Vacuum Testing 33 01 30 EA 37 3305.0109 Trench Safety 33 05 10 LF 8,002 TOTAL UNIT ll: SANITARY SEWER IMPROVEMENT� Bidder's Propos�l Unit Price I $id Vulue UNIT III: PAVING i■PROVEMENT; j 3213.0101 6" Canc Pvm# 32 13 13 SY 25,524 3213.0105 10" Conc Pvmt 32 13 �3 SY �,487 _..--- - -.._ 3213.0301 4" Conc Sidetivalk 32 13 20 SF �,047 3211.0501 6" Lime Treatment 32 11 29 SY 27,284.28 3211.0502 8" Lime Treatment 32 11 29 SY �,s16.36 3211.04 Hydrated Lime 32 11 29 TN 443.21 241.01 Remove Sidewalk 02 41 13 SF 405 3213A5�6 Barrier Free Ramp, Type P•1 32 13 20 EA 1� 3213.0501 Barrier Free Ramp, Type R-1 32 13 20 EA 4 9999.00� 6 8arrier Free Ramp, Type R-Z (1p' Wide 5W) 04 a0 OQ EA 10 3213.0504 earrier Free Ramp, Type M-2 32 13 20 EA 2 99�9.0021 Connect to ExEsting Pavement 00 00 �0 LF 510 TOTAL 11NIT III: PAVING IMPROVEMENTS� CiTY OP FORT WORTFE STANDARD CONSTRUCTION SPECIFICA710N OOCUMENTS - �EVELOPER AWAR�E� PROJECTS Alpha RanCh Ph 3A-t Forrn Verslon Aprll 2, 2094 City Projecf No. 1�5657 00 42 43_SpecOook Propasal Farm �AP - 61� PROPOSAt Page2of3 5ECTlflN 00 42 43 BID FORM - ADDEN�ilM 2 Water, 5anitary Sewer, 5torm Drainage, Paving and Street Light Impro�emenis to serve Alpha Ranch Phase 3A-1 �1l.ly � �:�L�l�l =�T�� 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 Bidder's Application UNIT IV: STORM DRAIN IMPROVfMENTS 9999.0017 21" A�5 HP Storm Polypropylene (PP) Pipe 33 49 13 LF 300 9999A018 24" AD5 HP 5torm Polypropylene (PP} Pipe 34 4# 13 LF 1,882 9999A019 30" ADS HP Storrn Polypropylene (PP) Pipe 35 41 13 LF 479 9999.002 36" ApS HP Storm Polypropylene (PP) Pipe 3fi 4 t 13 LF 497 3349.0001 4' Storm Junction Box 33 49 1 Q EA 7 3349.OD02 5' Starm Junction Box 33 49 10 EA 2 3349.4105 24" SET, 1�ipe 33 49 40 EA � 3349.41 �7 30" SET, 1 pipe 33 49 40 EA 1 3349.4109 36" SET, 1 pipa 33 49 40 EA 1 3349,5Qq1 40' Curh Inlef 33 49 2a EA 21 3349.5a02 15' Cur6 Inlet 33 49 20 EA 1 3137.01fl4 Medium Stone R€prap, dry � 31 37 Oa 5Y i 3137.0102 l.arge Stane Riprap, dry 31 37 6a SY 95 9B99.D015 Connett to Existing Siorm 00 00 Qp �q 4 3349.7001 4' Drop Inlet 33 49 20 EA 2 3305.Q109 Trench Safety 33 OS 10 LF 3,158 iO7AL UNIT IV: STORM DRAIN IMPROVEMEN'TS IJNI'i V: STREET LIG}fTING IMPROVEMENTS 57 9999.0007 2" CONDT PVC SCH 80 (T) 00 00 6Q LF 3,715 58 3441.3201 LED Lightir�g Fixture 34 43 20 EA 42 59 3441.3301 Rdwy Illum Faundation TY 1,2, and 4 34 4i 2b EA 42 60 3441.141 NO 10 insulafed Elec Condr 34 41 10 LF 11,145 61 9999.600$ Furnfshlfnstall Rdway Illum 7Y 11 Pole 00 00 OD EA 42 62 9999.0009 Furnishllnstall Type 336 Arrn a0 00 00 EA 42 TOTAL i1N1T V: STREET LICaHTING IMlPROVEMENTS UNIT VI: STREET SIGNS IMPROVEN� fITS 63 9999.dOQ5 Stap Sign R1-1 00 00 OD EA 15 64 �9999.Ofl06 Street Name Blades D3-1 laa oo oo EA � 44 65 3441.4D06 InstaEl Alum 5ign Ground Mount 34 41 30 ER � 22 TOTAL UNIT VI: STREET 51GNS IMPRQVEMENTS ciry oF �oRT wo�rH STANfIAR� GONSTftUCTION SPEC4FiCATION �OCUMENTS - DEVELOPER AWARDE� PROJECTS Fprm Versipn April 2, 2014 521.66 $39f3.00 52,246.00 a�2.07 $2,571.00 5308.�0 $80,466.90 $i6,380.Ofl �94,332.Qfl $23,07Q.15 5107,982.00 �12,936.Q6 $335,167.d5 Alpha Ranch Ph 3A-1 City Praject �Fo. 105557 pp q2 43_SpecBook Proposal Form �AP - BID PROPOSAL Page 3 oF 3 SECTION 00 42 43 BID FORM - ADDENDUM 2 Water, 5anitary Sewer, Storm �ra3nage, Paving and Sfreet L3ght Impro�ements to serve Alpha itanch Phase 3A-'i UNIT PRICE BID B�dder's Applica�ion Bid Summary LiNIT I: WATER IMPRaVEMEtVTS UNIT II: SANITARY SEWER IMPROVEMENTS UNIT III: PAVING IMPROVEMENTS UNIT iV: Si4RM bRAIN IAAPROVEMENTS UNIT V: STREET LIGHTING IMPRdVEMENTS UNITVI STREETSIGI�S IMPROVEMENTS Total Construction Bid This Bid is su6mitted by the entiry named below: B[DDF,R: Independent Utility Canstructian, Inc. 5109 Sun Valley Dr Fort Worth, TX 761�9 �335,167.05 $335,167.05 aY: �lard Wol� 10� �c TIT�,E: presi � ent DATE: �� � (G/��•— Contractor agrees to complete WORK for FINAL ACC�P'FANCE wit�e� ga c�lendar days after the dute when the CONTRACT commences to run as provic�ed in the General Cunditions. END OF SECTIOY CITY OF FORT WORTN STANDARD CONSTRUCTION SPECIFICATION OOCUMEN7S - DEVELOPERAWARDE� PROJECTS Alpha Ranch Ph 3A-1 Fwm Version April 2, 2Qi4 City Pwjecl No. 565657 COMPLETION AGREEMENT — SELF FUNDED This COMPLETION AGREEMENT ("Agreement"), is made and entered into by and between the City of Fort Worth, ("City") and MM Alpha Phase 1, 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 54.027 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-24-117; and WHEREAS, the Developer and the City have entered into a Community Facilities Agreement relating to the development, Alpha Ranch Phase 3A-1 for Water, Sewer, Paving, Storm Drain and Street Lights ("Improvements"); and WHEREAS, the City has required certain assurances that the Developer will cause to be constructed to City standards the Improvements pursuant to the Community Facilities Agreement; and WHEREAS, the Parties desire to set forth the terms and conditions of such accommodations as are described above. NOW, THEREFORE, for and in consideration of the mutual covenants and agreements hereinafter set forth, it is hereby agreed by and between City and Developer as follows: 1. Recitals. The foregoing recitals are true, correct and complete and constitute the basis for this Agreement and they are incorporated into this Agreement 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 Four Million Nine Hundred Eighty-Nine Thousand Nine Hundred Twenty-Eight Dollars and Ninety-Two Cents ($4,989,928.92), hereinafter called the "Completion Amount". Notwithstanding the foregoing, it is acknowledged that the actual costs of completion of the City of Fort Worth, Texas Standard Completion Agreement — Self-Funded Page 1 of 12 Community Facilities may vary as a result of change orders agreed to by the Parties, but such variances for the purposes of this Agreement shall not affect the Completion Amount as used herein. City hereby waives the requirement for developer to deposit a financial guarantee of 100% of the Hard Costs under the CFA Policy. 3. Comnletion bv the Develoner. 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: MM Alpha Phase 1, LLC 1800 Valley View Lane Farmers Branch, Texas 75234 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: �� Jesica McEachern Assistant City Manager Date: 03/04/2026 DEVELOPER MM Alpha Phase 1, LLC, a Texas limited liability company By: MMM Ventures, LLC, a Texas limited liability company, Its Manager By: 2M Ventures, LLC, a Delaware limited liability company, Its Manager Approved as to Form & Legaliry: Q� uJ�� 0 Jessika Williams Assistant City Attorney Date: 02/26/2026 ATTEST: � J� .,��� : � Jannette Goodall City Secretary Mehrdad Moa�edi Mchrdad Mo�yedi (Feb �6, �D�6 �6��3�5� C T) Mehrdad Moayedi Manager Date: 02/26/2026 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 TRACT 1 BE1NG A TRACT OF LAND SITUATED IN THE W. GAFFIELD SURVEY, ABSTRACT NUMBER 449, DENTON COUNTY, TEXAS AND THE W. GAFFIELD SURVEY, ABSTRACT NUMBER 332, WISE COUNTY, TEXAS, BE1NG ALL OF THAT TRACT (POD 1, TRACT 2) OF LAND DESCRIBED BY DEED TO MM ALPHA RANCH PHASE 1, LLC, RECORDED 1N INSTRUMENT NUMBER 2024-99082, CORRECTED IN 1NSTRUMENT NUMBER 2025-63803, BOTH OF REAL PROPERTY RECORDS, DENTON COUNTY, TEXAS, AND 1NSTRUMENT NUMBER 2024-12226, CORRECTED IN INSTRUMENT NUMBER 202507712, COUNTY RECORDS, WISE COUNTY, TEXAS, AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: COMMENCING AT A FENCE CORNER POST, FOUND AT AN ELL CORNER IN THE EAST LINE OF THAT REMAINDER TRACT OF LAND DESCRIBED BY DEED TO CTMGT ALPHA RANCH TRACT, RECORDED IN INSTRUMENT NUMBER 2012-85300, SAID REAL PROPERTY RECORDS AND INSTRUMENT NUMBER 2012-9545, SAID COUNTY RECORDS, AND THE NORTHWEST CORNER OF LOT 27, SONGBIRD ADDITION, AN ADDITION TO DENTON COUNTY, TEXAS, BY PLAT RECORDED IN CABINET H, PAGE 83, SAID REAL PROPERTY RECORDS, FROM WHICH A 5/8 1NCH IRON ROD FOUND BEARS S 16°42'29"W, 0.88 FEET AND A 2 INCH PIPE, FOLIND AT AN "ELL" CORNER IN SAID EAST LINE AND THE SOUTHWEST CORNER OF LOT 28, SAID SONGBIRD ADDITION, BEARS N 89°02'29"E, 424.34 FEET; THENCE S 00°17'37"W, 1981.20 FEET, WITH SAID EAST LINE AND THE WEST LINE OF SAID SONGBIRD ADDITION, FROM WHICH A 1 INCH PIPE, FOUND AT THE SOUTHEAST CORNER OF SAID CTMGT ALPHA RANCH TRACT AND THE SOUTHWEST CORNER OF LOT 16B, SAID SONGBIRD ADDITION, BEARS S 00° 17'37"W, 2182.21 FEET; THENCE WEST, 470.86 FEET, DEPARTING SAID EAST LINE, TO A 5/8 INCH IRON ROD, WITH PLASTIC CAP STAMPED "PELOTON", SET AT THE EAST CORNER OF SAID POD 1, TRACT 2, BEING THE WEST LINE OF THAT TEMPORARY ACCESS EASEMENT AGREEMENT, RECORDED IN INSTRUMENT NUMBER 2024-107676, SAID REAL PROPERTY RECORDS AND INSTRUMENT NUMBER 202413340, SAID COUNTY RECORDS, AND THE PO1NT OF BEGINNING; THENCE WITH THE EAST LINE OF SAID POD 1, TRACT 2 AND SAID WEST LINE, THE FOLLOWING COURSES AND DISTANCES: S 31 ° 11' 11 "W, 544.59 FEET, TO A 5/8 INCH IRON ROD, WITH PLASTIC CAP STAMPED "PELOTON", SET AT THE BEGINNING OF A CURVE TO THE LEFT; City of Fort Worth, Texas Standard Completion Agreement — Self-Funded Page 8 of 12 WITH SAID CURVE TO THE LEFT, AN ARC DISTANCE OF 1192.41 FEET, THROUGH A CENTRAL ANGLE OF 26°44'23", HAVING A RADIUS OF 2555.00 FEET, THE LONG CHORD WHICH BEARS S 17°48'S9"W, 1181.62 FEET, TO A 5/8 INCH IRON ROD, WITH PLASTIC CAP STAMPED "PELOTON", SET AT THE SOUTHEAST CORNER OF SAID POD 1, TRACT 2; THENCE N 80°27'33"W, 246.36 FEET, WITH THE SOUTH LINE OF SAID POD 1, TRACT 2, TO A 5/8 INCH IRON ROD, WITH PLASTIC CAP STAMPED "PELOTON", SET AT THE SOUTHWEST CORNER OF SAID POD 1, TRACT 2; THENCE WITH THE WEST LINE OF SAID POD 1, TRACT 2, THE FOLLOWING BEARINGS AND DISTANCES: N 30°13'21"W, 97.28 FEET, TO A 5/8 INCH IRON ROD, WITH PLASTIC CAP STAMPED "PELOTON", SET; N 33°41'S1"W, 591.08 FEET, TO A 5/8 INCH IRON ROD, WITH PLASTIC CAP STAMPED "PELOTON", SET; N 02°56'07"W, 597.89 FEET, TO A 5/8 INCH IRON ROD, WITH PLASTIC CAP STAMPED "PELOTON", SET; N 21 °40' 19"W, 575.51 FEET, TO A 5/8 INCH IRON ROD, WITH PLASTIC CAP STAMPED "PELOTON", SET; N 31°31'41 "E, 229.49 FEET, TO A 5/8 INCH IRON ROD, WITH PLASTIC CAP STAMPED "PELOTON", SET; N 13°55'S5"E, 510.98 FEET, TO A 5/8 INCH IRON ROD, WITH PLASTIC CAP STAMPED "PELOTON", SET AT THE NORTHWEST CORNER OF SAID POD 1, TRACT 2, BEING IN THE SOUTH LINE OF AFOREMENTIONED TEMPORARY ACCESS EASEMENT AGREEMENT, THE BEGINNING OF A NON-TANGENT CURVE TO THE LEFT; THENCE WITH SAID SOUTH LINE AND NON-TANGENT CURVE TO THE LEFT, AN ARC DISTANCE OF 807.42 FEET, THROUGH A CENTRAL ANGLE OF 55°04'26", HAVING A RADIUS OF 840.00 FEET, THE LONG CHORD WHICH BEARS S 81°07'39'B, 776.70 FEET, TO A 5/8 INCH IRON ROD, WITH PLASTIC CAP STAMPED "PELOTON", SET AT THE NORTHEAST CORNER OF SAID POD 1, TRACT 2; City of Fort Worth, Texas Standard Completion Agreement — Self-Funded Page 9 of 12 THENCE DEPARTING SAID SOUTH LINE, WITH THE EAST LINE OF SAID POD 1, TRACT 2, THE FOLLOWING COURSES AND DISTANCES: S 06°16'25"W, 98.58 FEET, TO A 5/8 INCH IRON ROD, STAMPED "PELOTON", SET; S OS°29'25"E, 163.88 FEET, TO A 5/8 INCH IRON ROD, STAMPED "PELOTON", SET AT THE BEGINNING OF WITH PLASTIC CAP WITH PLASTIC CAP A CURVE TO THE LEFT WITH SAID CURVE TO THE LEFT, AN ARC DISTANCE OF 262.06 FEET, THROUGH A CENTRAL ANGLE OF 49° 13'42", HAVING A RADIUS OF 305.00', THE LONG CHORD WHICH BEARS S 30°06'16"E, 254.07 FEET, TO A 5/8 INCH IRON ROD, WITH PLASTIC CAP STAMPED "PELOTON", SET; S 54°43'07"E, 340.35 FEET, TO A 5/8 INCH IRON ROD, WITH PLASTIC CAP STAMPED "PELOTON", SET THENCE S 58°48'49"E, 100.45 FEET, TO THE POINT OF BEGINNING AND CONTAINING 2,029,093 SQUARE FEET OR 46.582 ACRES OF LAND MORE OR LESS. TRACT 2 BEING A TRACT OF LAND SITUATED IN THE W. GAFFIELD SURVEY, ABSTRACT NUMBER 449, DENTON COUNTY, TEXAS AND THE W. GAFFIELD SURVEY, ABSTRACT NUMBER 332, WISE COUNTY, TEXAS, BE1NG ALL OF THAT TRACT (POD 1, TRACT 3) OF LAND DESCRIBED BY DEED TO MM ALPHA RANCH PHASE 1, LLC, RECORDED IN INSTRUMENT NUMBER 2024-99082, CORRECTED IN 1NSTRUMENT NUMBER 2025-63803, BOTH OF REAL PROPERTY RECORDS, DENTON COUNTY, TEXAS, AND 1NSTRUMENT NUMBER 2024-12226, CORRECTED IN INSTRUMENT NUMBER 202507712, COUNTY RECORDS, WISE COUNTY, TEXAS, AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: COMMENCING AT A 1 INCH PIPE, FOUND AT THE SOUTHEAST CORNER OF THAT REMAINDER TRACT OF LAND DESCRIBED BY DEED TO CTMGT ALPHA RANCH, LLC, RECORDED IN INSTRUMENT NUMBER 2012-85300, SAID REAL PROPERTY RECORDS, AND INSTRUMENT NUMBER 2012-9545, SAID COUNTY RECORDS, BEING THE SOUTHWEST CORNER OF LOT 16B, SONGBIRD ADDITION, AN ADDITION TO DENTON COUNTY, TEXAS, BY PLAT RECORDED IN CABINET H, PAGE 83, SAID REAL PROPERTY RECORDS, AND THE NORTH LINE OF THAT TRACT OF LAND DESCRIBED BY DEED TO GBTM SENDERA, LLC, RECORDED IN INSTRUMENT NUMBER 2020-132253, SAID REAL PROPERTY RECORDS; City of Fort Worth, Texas Standard Completion Agreement — Self-Funded Page 10 of 12 THENCE N 43°00 13 W, 767.39 FEET, OVER AND ACROSS SAID CTMGT ALPHA RANCH TRACT, TO A 5/8 INCH IRON ROD, WITH PLASTIC CAP STAMPED "PELOTON", SET AT THE SOUTHEAST CORNER OF SAID POD 1, TRACT 3, AND THE POINT OF BEGINNING; THENCE N 89°54'26"W, 314.94 FEET, WITH THE SOUTH LINE OF SAID POD 1, TRACT 3, TO A 5/8 INCH IRON ROD, WITH PLASTIC CAP STAMPED"PELOTON" SET; THENCE N 82°00'24"W, 145.53 FEET, CONTINUING WITH SAID SOUTH LINE, TO A 5/8 INCH IRON ROD, WITH PLASTIC CAP STAMPED "PELOTON", SET; THENCE N 85°33'12"W, 11.14 FEET, CONTINUING WITH SAID SOUTH LINE, TO A 5/8 INCH IRON ROD, WITH PLASTIC CAP STAMPED "PELOTON", SET AT THE SOUTHWEST CORNER OF SAID POD 1, TRACT 3, BEING IN THE EAST LINE OF THAT TEMPORARY ACCESS EASEMENT AGREEMENT RECORDED IN INSTRUMENT NUMBER 2024-107676, SAID REAL PROPERTY RECORDS AND INSTRUMENT NUMBER 202413340, SAID COUNTY RECORDS, AND THE BEGINNING OF A NON- TANGENT CURVE TO THE RIGHT; THENCE WITH SAID EAST LINE AND NON-TANGENT CURVE TO THE RIGHT, AN ARC DISTANCE OF 851.73 FEET, THROUGH A CENTRAL ANGLE OF 19°57'34", HAVING A RADIUS OF 2445.00 FEET, THE LONG CHORD WHICH BEARS N 14°25'34"E, 847.43 FEET, TO A 5/8 INCH IRON ROD, WITH PLASTIC CAP STAMPED "PELOTON", SET AT THE NORTHWEST CORNER OF SAID POD 1, TRACT 3; THENCE S 68°59'38"E, 346.09 FEET, DEPARTING SAID EAST LINE, WITH THE NORTH LINE OF SAID POD 1, TRACT 3, TO A 5/8 INCH IRON ROD, WITH PLASTIC CAP STAMPED "PELOTON", SET AT THE NORTHEAST CORNER OF SAID POD 1, TRACT 3, THE BEGINNING OF A NON-TANGENT CURVE TO THE LEFT; THENCE WITH THE EAST LINE OF SAID POD 1, TRACT 3 AND SAID NON-TANGENT CURVE TO THE LEFT, AN ARC DISTANCE OF 370.39 FEET, THROUGH A CENTRAL ANGLE OF 19°38'S9", HAVING A RADIUS OF 1080.00 FEET, THE LONG CHORD WHICH BEARS S 09°55'04"W, 368.57 FEET, TO A 5/8 INCH IRON ROD, WITH PLASTIC CAP STAMPED "PELOTON", SET; THENCE S 00°OS'34"W, 355.19 FEET, CONTINUING WITH SAID EAST LINE, TO THE PO1NT OF BEGINNING AND CONTAINING 324,316 SQUARE FEET OR 7.445 ACRES OF LAND MORE OR LESS. IN ALL 2,353,410 SQUARE FEET OR 54.027 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. Signs 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 $ $ $ $ $ $ $ $ $ 1,077,297.18 1,244,946.44 2,322,243.62 1,669,302.20 652,133.55 335,167.05 11,082.50 2,667,685.30 4,989,928.92 FORT ��RTH� City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: MM Alpha Phase 1, 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. 105657 *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.