Loading...
HomeMy WebLinkAbout064803 - Construction-Related - Contract - Girgis MosaadReceived Date: 03/02/2026 Received Time: 7:16 a.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: Council District: CFA Number: FP-25-043 �� 25-0175 Girgis Mosaad 707 Auburndale Dr., Euless, Texas 76040 682-559-5378 � girgis_mosaad@yahoo.com Girgis Mosaad, Owner Girgis Addition Water, Sewer, Paving, Storm Drain, & Street Lights and Signs 13108, 13116 S Pipeline RD Plat Name: Girgis Addition Block 1 Lots 1-6 Phased or Concurrent None Provisions: City Project Number: 106237 � IPRC25-0067 (]FFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas Page 1 of 16 Standard Community Facilities Agreement Rev. 9/21 City Contract Number: 64803 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 Girgis Mosaad ("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 corparate limits of Fort Worth, Texas or its extraterritorial jurisdiction, for a project known as Girgis Addition ("Project"); and WHEREAS, the City desires to ensure that all developments are adequately served by public infrastructure and that the public infrastructure is constructed according to City standards; and WHEREAS, as a condition of approval of the Project, Developer is required to bear a portion of the costs of municipal infrastructure by constructing the public infrastructure necessary for the Project as described in this Agreement ("Community Facilities" or "Improvements"); and WHEREAS, as a condition of approval of the Project, Developer is required to meet the additional obligations contained in this Agreement, and Developer may be required to make dedications of land, pay fees or construction costs, or meet other obligations that are not a part of this Agreement; and WHEREAS, the City is not participating in the cost of the Improvements or Project; and WHEREAS, the Developer and the City desire to enter into this Agreement in connection with the collective Improvements for the Project; NOW, THEREFORE, for and in consideration of the covenants and conditions contained herein, the City and the Developer do hereby agree as follows: 1. CFA Ordinance The Community Facilities Agreements Ordinance ("CFA Ordinance"), as amended, is incorporated into this Agreement by reference, as if it was fully set out herein. Developer agrees to comply with all provisions of the CFA Ordinance in the performance of Developer's duties and obligations pursuant to this Agreement and to cause all contractors hired by Developer to comply with the CFA Ordinance in connection with the work performed by the contractors. If a conflict exists between the terms and conditions of this Agreement and the CFA Ordinance, the CFA Ordinance shall control. City of Fort Worth, Texas OFFICIAL RECORD Page 2 of 16 Standard Community Facilities Agreement ciTY SECRETARv RCV. 9/21 FT. WORTH, TX 2. Incorporation of Engineering Plans The engineering plans for the Improvements that have been approved by the City ("Engineering P1ans") 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 generallocation, nature and extent of the Improvements that are the subject of this Agreement and are attached hereto and incorporated herein by reference: X❑ Exhibit A: Water � Exhibit B: Sewer � Exhibit C: Paving � Exhibit D: Storm Drain � Exhibit E: Street Lights & Signs ❑ Exhibit F: Trafiic 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 perfarmance bonds provided for the Improvements. 5. Financial Guarantee Developer has provided the City with a financial guarantee in the form and amounts set forth in this Agreement which guarantees the construction of the Improvements and payment by Developer of all contractors, subcontractors, and material suppliers for the Improvements ("Financial Guarantee"). Developer shall keep the Financial Guarantee in full force and effect until released by the City and shall City of Fort Worth, Texas Page 3 of 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 Ciry. (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 a11 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 Certiiicate 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 Ciry 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. (� 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. Ciry 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, a11 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 CONSTRUCTION, DESIGN, PERFORMANCE OR COMPLETION OF ANY WORK TO BE PERFORMED BY SAID DEVELOPER, ITS CONTRACTORS, SUBCONTRACTORS, OFFICERS, AGENTS OR EMPLOYEES, OR IN CONSEQUENCE OF ANY FAILURE TO 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 OR IN PART, BY THE ALLEGED NEGLIGENCE OF THE CITY OF FORT WORTH, ITS OFFICERS, SERVANTS, OR EMPLOYEES. (c) DEVELOPER WILL REQtIIRE ITS CONTRACTORS TO INDEMNIFY, DEFEND AND HOLD HARMLESS THE CITY, ITS OFFICERS, AGENTS AND EMPLOYEES FROM AND AGAINST ANY AND ALL CLAIMS, SUITS OR CAUSES OF ACTION OF ANY NATURE WHATSOEVER, WHETHER REAL OR ASSERTED, BROUGHT FOR OR ON ACCOUNT OF ANY INJURIES OR DAMAGES TO PERSONS OR PROPERTY, INCLUDING DEATH, RESULTING FROM, OR INANY WAY CONNECTED WITH, THE CONSTRUCTION OF THE IMPROVEMENTS CONTEMPLATED HEREIN, WHETHER OR NOT SUCH INJURIES, DEATH OR DAMAGES ARE CAUSED, IN WHOLE OR IN PART, BY THE ALLEGED NEGLIGENCE OF THE CITY OF FORT WORTH, ITS OFFICERS, SERVANTS, OR EMPLOYEES. FURTHER, DEVELOPER WILL REQUIRE ITS CONTRACTORS TO INDEMNIFY, DEFEND, AND HOLD HARMLESS THE CITY FOR ANY LOSSES, DAMAGES, COSTS OR EXPENSES SUFFERED BY THE CITY OR CAUSED AS A RESULT OF SAID CONTRACTORS' FAILURE TO COMPLETE THE WORK AND CONSTRUCT THE IMPROVEMENTS IN A GOOD AND WORKMANLIKE MANNER, FREE FROM DEFECTS, IN CONFORMANCE WITH THE CFA ORDINANCE, AND IN ACCORDANCE WITH ALL PLANS AND 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 a11 contracts with any contractor shall include provisions granting to the City the right to enforce such contracts as an express intended third-party beneiiciary of such contracts. 14. Estimated Fees Paid by Developer; Reconciliation Priar 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 iifty dollars ($50.00), the City will not issue a refund and the Developer will not be responsible for paying the difference. The financial guarantee will not be released by the City or returned to the Developer until reconciliation has been completed by the City and any fees owed to the City have been paid by the Developer. 15. Material Testing The City maintains a list of pre-approved material testing laboratories. The Developer must contract with material testing laboratories on the Ciry'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 Ciry 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 copies to: City Attorney's Office City of Fort Worth 100 Fort Worth Trail Fort Worth, Texas 76102 and City Manager's Office City of Fort Worth 100 Fort Worth Trail Fort Worth, Texas 76102 DEVELOPER: Girgis Mosaad 707 Auburndale Dr. Euless, Texas 76040 Or to such other address one party may hereafter designate by notice in writing addressed and mailed or delivered to the other party hereto. 17. Right to Audit Developer agrees that, until the expiration of three (3) years after acceptance by the City of the Improvements constructed pursuant to this Agreement, that the City shall have access to and the right to examine any directly pertinent books, documents, papers and records of the Developer involving transactions relating to this Agreement. Developer agrees that the City shall have access during normal working hours to all necessary Developer facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. The City shall give Developer reasonable advance notice of intended audits. Developer further agrees to include in all contracts with Developer's contractors for the Improvements a provision to the effect that the contractor agrees that the City shall, until the expiration of three (3) years after final payment under the contract, have access to and the right to examine any directly pertinent books, documents, papers and records of such contractor, involving transactions to the contract, and further, that City shall have access during normal working hours to all of the contractor's facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City shall give Developer's contractors reasonable advance notice of intended audits. 18. Independent Contractor City of Fort Worth, Texas Page 8 of 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 shall operate as independent contractors as to all rights and privileges and work performed under this Agreement, and not as agents, representatives or employees of the City. Subject to and in accordance with the conditions and provisions of this Agreement, Developer shall have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers. Developer acknowledges that the doctrine of respondeat superior shall not apply as between the City and its officers, representatives, agents, servants and employees, and Developer and its employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers. Developer further agrees that nothing herein shall be construed as the creation of a partnership or joint enterprise between City and Developer. It is further understood that the City shall in no way be considered a co-employer or a joint employer of Developer or any employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers of Developer. Neither Developer, nor any officers, agents, servants, employees or subcontractors of Developer shall be entitled to any employment benefits from the City. Developer shall be responsible and liable for any and all payment and reporting of taxes on behalf of itself, and any of employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers. The City, through its authorized representatives and employees, shall have the sole and exclusive right to exercise jurisdiction and control over City employees. 19. Applicable Law; Venue This Agreement shall be construed under and in accardance 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 sha11 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 Ciry for goods or services unless the contract contains a written veriiication 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 verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meanings ascribed to those terms by Chapter 2276 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2 and redesignated from Chapter 2274 of the Texas Government Code as described above. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Developer certifies that Developer's signature provides written verification to the City that Developer: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 27. Prohibition on Discrimination Against Firearm and Ammunition Industries Developer acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1, the City is prohibited from entering City of Fort Worth, Texas Page 10 of 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 full-time employees unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R. S., S.B. 19, § L To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Developer certifies that Developer's signature provides written verification to the City that Developer. (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. 28. Immigration and Nationality Act Developer shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Developer shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Developer shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Developer employee who is not legally eligible to perform such services. DEVELOPER SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY DEVELOPER, DEVELOPER'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Developer, shall have the right to immediately terminate this Agreement for violations of this provision by Developer. 29. Amendment No amendment, modification, or alteration of the terms of this Agreement shall be binding unless the same is in writing, dated subsequent to the date hereof, and duly executed by the City and Developer. 30. Assignment and Successors Developer shall not assign or subcontract all or any part of its rights, privileges, or duties under this Agreement without the prior written consent of City. Any attempted assignment or subcontract without the City's prior written approval shall be void and constitute a breach of this Agreement. 31. No Third-Party Beneficiaries The provisions and conditions of this Agreement are solely for the benefit of the City and Developer, and any lawful assign or successor of Developer, and are not intended to create any rights, contractual or otherwise, to any other person or entity. 32. 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 ofiicers, 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 ca11s 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 A greement 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: Girgis Addition CFA No.: 25-0175 Items A. Water and Sewer Construction 1. Water Construction 2. Sewer Construction Water and Sewer Construction Total City Project No.: 106237 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 Agreement = 100% / Holds Plat Cash Escrow Water/Sanitary Sewer= 125% Cash Escrow Paving/Storm Drain = 125% Letter of Credit = 125% Escrow Pledqe Aqreement = 125% IPRC No.: 25-0067 Developer's Cost $ $ $ 77,207.50 113, 566.94 190,774.44 $ $ $ $ $ $ 230,139.00 35,465.80 29,400.00 295,004.80 485,779.24 $50,625.00 $3,307.20 $168.75 54,100.95 $ $ $ $ $ $ $ Choice Amount (Mark one 485,779.24 485,779.24 X 238,468.05 368,756.00 607,224.05 607,224.05 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: 02/27/2026 Recommended by: Le-v-�ce-G �.ir� Leonel R�ios (�eb 20. 2026 08 39 4] GST) Leonel Rios Sr. Contract Compliance Specialist Development Services Approved as to Form & Legality: � u/�� Jessika Williams Assistant City Attorney M&C No. N/A Date: 02/20/2026 Form 1295: N/A ATTEST onan 0 oFF�RT �a0 oo �o � ad a'Lo �9dd 0�'g o0�10 Pvo o=d �PP'F °°o 000 * �° �� h .�-mf= a°nb nezo•sa4 Jannette S. Goodall City Secretary DEVELOPER Girgis Mosaad Glrgls��o�sabad (Fcb 19. 202618:00�.13 CST) Girgis Mosaad Owner Date: 02/19/2026 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. _.��� 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 � ❑ ❑ X❑ X❑ X❑ Attachment Attachment 1- Changes to Standard Community Facilities Agreement Attachment 2— Phased CFA Provisions Attachment 3— Concurrent CFA Provisions Location Map Exhibit A: Water Improvements Exhibit B: Sewer Improvements � Exhibit C: Paving Improvements � Exhibit D: Storm Drain Improvements � Exhibit E: Street Lights and Signs Improvements ❑ Exhibit F: Traffic Signal and Striping Improvements � Cost Estimates (Remainder of Page Intentionally Left Blank) City of Fort Worth, Texas Page 15 of 16 Standard Community Facilities Agreement Rev. 9/21 ATTACHMENT "1" Changes to Standard Community Facilities Agreement City Project No. 106237 None City of Fort Worth, Texas Page 16 of 16 Standard Community Facilities Agreement Rev. 9/21 w � C R � p N a 7 � �, , , Gli�xt3rnWODi� T�� N NOT TO SCALE 7ri�.q Ln C � � � SITE � �. � t �C,-:�ir.. , � A � � t� ti~ �� �i�:,�..;-,� �.'I?r,, gX VICINITY MAP N.T.S. MAPSCO NO. 55V COUNCIL DISTRICT 5 OWNER / DEVELOPER G I RG I S AD D I T I O N GIRGIS MOSAAD CITY PROJECT NO. 106237 707 AUBURNDALE DRIVE EULESS, TEXAS, 76040 EMAIL: ATEFHENEEN@YAHOO.COM PHONE: (682) 559-5378 � ENGINEERS: ANA CONSULTANTS LLC. 5000 THOMPSON TER. COLLEYVILLE, TEXAS, 76148 CONTACT: ALEX SRUR EMAIL: ASRUR@ANALLC.COM PHONE: (817) 527-5396 EXIST 24" WL CONC — NO RECORD DWGS EXIST 16" WL CONC — X-09043, 1963 0 50 100 N , EULESS CITY LIMIT GRAPHIC SCALE IN FEET FORT WORTH CITY LIMIT �.�no� 24„W � „4„W r �4�� 2¢"W , — — — — — — — — — — — — r. � �/ p �- 16"W 16"W � 16 � 16"W , � � SOUTH PIPELINE ROAD �/ � �% � i/ _ d� i/ - �= - � �� / ' - � �� /�- � I I � I � ������I I I '�� - - - ��-- -- �� -- �i/ I� _ � "°' I � EX WATER SERVICE `; H� , �/ PROP 8" WL ��3 TO BE REMOVED i �� i� � O '� , I �� " LOT 1 -I � _` I LOT 6 � � � EXIST 24 WL CUNC � ' w�� ";, � � l ` NO RECORD DWGS — — � — — — — � � � � � � I I GIRGIS ADDITION EXIST 1Z" WL DI e�0CK1 ��� X-09812, 1968 �aT 2 EXIST 24" WL CONC ��� X-09387, 1989 � I I — — — � I � � � N LOT 3 OWNER / DEVELOPER GIRGIS MOSAAD 707 AUBURNDALE DRIVE EULESS, TEXAS, 76040 EMAIL: ATEFHENEEN@YAHOO.COM PHONE: (682) 559-5378 / � WL �s �PROP FH — � � � EXHIBIT'A' WATER EXHIBIT GIRGIS ADDITION CPN 106237 \ � � / �aT , LOT 4 � � ��� — — � �I � LEGEND PROP WATER LINE ENGINEERS: ANA CONSULTANTS LLC. 5000 THOMPSON TER. COLLEYVILLE, TEXAS, 76148 CONTACT: ALEX SRUR EMAIL: ASRUR@ANALLC.COM PHONE: (817) 527-5396 EXIST 10" SS VC S-16747, X-21931, 2012 0 50 100 N , EULESS CITY LIMIT GRAPHIC SCALE IN FEET FORT WORTH CITY LIMIT %'� d �,' � io"s� �o"s� , �o"ss / .� I — — � � — — �'�� � _ _ — — , ' � EX ES WER SERVICE I ' ABANDONMENT I< I , �, � o � H F— li — — ��� I � � �or, EXIST 10" SS VC r CITY OF EULESS �; — - SOUTH PIPELINE ROAD �� �// PROPI4' � SSMH � O � (, �_ �or � (/') � PROP 8" SS � I .� � I ��� � _ � � I I G1RGI5 ADDIT[ON 6LOCK 1 LL.I Z I I LOT 2 ...::. ��:. .. w � �I � � o i — — — �� EXIIST 10" SS VC I S-16747, X-21931, 2012 ' I LOT 3 PROP 4' SSMH OWNER / DEVELOPER GIRGIS MOSAAD 707 AUBURNDALE DRIVE EULESS, TEXAS, 76040 EMAIL: ATEFHENEEN@YAHOO.COM PHONE: (682) 559-5378 l ` ` �PROP 8" SS EXHIBIT 'B' SEWER EXHIBIT GIRGIS ADDITION CPN 106237 �ors �aT 4 � -,� !/ � I I — — � �I I LEGEND PROP 8" SEWER LINE SS EXIST 10" SEWER LINE ENGINEERS: ANA CONSULTANTS LLC. 5000 THOMPSON TER. COLLEYVILLE, TEXAS, 76148 CONTACT: ALEX SRUR EMAIL: ASRUR@ANALLC.COM PHONE: (817) 527-5396 ,� PROP 4' SSMH EULESS CITY LIMIT FORT WORTH CITY LIMIT 2 � i,HH �w ' � O� ����� I ��, � � wz , J¢ � � {w� , ,:{ I I .:::::..:I PROP 10' SIDEWALK BY DEVELOPER 0 50 100 — — N GRAPHIC SCALE IN FEET PROP 10' SIDEWALK SOUTH PIPELINE ROAD � BY DEVELOPER \ / / _ , � \ .� / / / PROP 5' SIDEWALK _ BY DEVELOPER �or, � � � I: o U � � - - - - - U' I (� � G1RG15 ADDIT[ON 6LOCK 1 LOT2 PROP 5' SIDEWALK BY DEVELOPER LOT 3 OWNER / DEVELOPER GIRGIS MOSAAD 707 AUBURNDALE DRIVE EULESS, TEXAS, 76040 EMAIL: ATEFHENEEN@YAHOO.COM PHONE: (682) 559-5378 / PROP 5' SIDEWALK BY DEVELOPER ��rb \ \ � � - _ �� � � LOT 5 �oT a �� / EXHIBIT'C' PAVING EXHIBIT GIRGIS ADDITION CPN 106237 I II � LEGEND PROP 7" CONCRETE OPAVEMENT WITH LIME TREATMENT SUBGRADE PROP 4" SIDEWALK O BY DEVELOPER ENGINEERS: ANA CONSULTANTS LLC. 5000 THOMPSON TER. COLLEYVILLE, TEXAS, 76148 CONTACT: ALEX SRUR EMAIL: ASRUR@ANALLC.COM PHONE: (817) 527-5396 0 50 100 N , GRAPHTC SCALE TN FEET �� i � � ' � I ,,_ �� �w � w O� I I I � � wz � J¢ Ii L=u � � OWNER / DEVELOPER GIRGIS MOSAAD 707 AUBURNDALE DRIVE EULESS, TEXAS, 76040 EMAIL: ATEFHENEEN@YAHOO.COM PHONE: (682) 559-5378 d � -�-- i � EULESS CITY LIMIT _ _ _ _ FORT WORTH CITY LIMIT � - - - - - - �J - - - �; SOUTH PIPELINE ROAD � /_ „%; ���— — ���� _ _ — — — — �� �`�� _ � ' �aT, � , � , � �oTa I � I —, � _. GIRGIS ADDITION 6LOIX 1 �aT z � PROP 24" ADS STORM DRAI� LOT 3 EXHIBIT'D' STORM EXHIBIT GIRGIS ADDITION CPN 106237 LOT 5 �oT a � � I ( — — � II � LEGEND PROP STORM DRAIN ENGINEERS: ANA CONSULTANTS LLC. 5000 THOMPSON TER. COLLEYVILLE, TEXAS, 76148 CONTACT: ALEX SRUR EMAIL: ASRUR@ANALLC.COM PHONE: (817) 527-5396 -- / � � F� , I � 2 � O w I� v� � � I � � wz � J¢ IU..� G � OWNER / DEVELOPER GIRGIS MOSAAD 707 AUBURNDALE DRIVE EULESS, TEXAS, 76040 EMAIL: ATEFHENEEN@YAHOO.COM PHONE: (682) 559-5378 i/ I �-- i� 0 50 100 N , EULESS CITY LIMIT GRAPHIC SCALE IN FEET_ FORT WORTH CITY LIMIT �� PROP STREET SIGN SOUTH PIPELINE ROAD � STOP & STREET N,4ME _ �� � i I�l III __ _ - - \� / I PRnp STREET LIGHT H �a7 � � � — �— �or � � � � —� � — — C7 `'� � — — � / � � GIRGIS ADDITION BLOCK 1 LOT 2 LOT 3 EXHIBIT'E' STREET LIGHT AND STREET SIGN GIRGIS ADDITION CPN 106237 LOT 5 � ZOP STREET LIGHT �oT a �� %;: �/ � � ( I II � LEGEND � PROP STREET LIGHT � PROP STREET SIGN ENGINEERS: ANA CONSULTANTS LLC. 5000 THOMPSON TER. COLLEYVILLE, TEXAS, 76148 CONTACT: ALEX SRUR EMAIL: ASRUR@ANALLC.COM PHONE: (817) 527-5396 00 42 43 DAP - 61D PROPOSAL Page I of6 SECTION 00 42 43 Girgis Addition Developer Awarded Projects - PROPOSAL FORM CPN 106237 UNIT PRICE BID Projcct Itcm Inforrnation Bidlis[ I Item No. Description SpeciRcation Section No. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 Bidder's Application Bidd�'s R�oposal Uni[of Bid Measure Quantity Unit Pnce Bid Value UNIT I: WATER IMP ZOVEMENTS 3305.0109 Trench Safetv 33 OS 10 LF 215 3305.0005 12" Waterline Lowerinp 33 OS 12 EA 1 3311.0001 Ductile Iron Water Fit4inas w/ Restraint 33 11 11 LS 1 3311.0161 6" PVC Water P�e 33 11 12 LF 10 3311.0261 8" PVC Water P�e 33 11 12 LF 185 3311.0264 8" PVC Water Pi�e. CLSM Backfill 33 11 12 LF 20 3312.0001 Fire Hvdrant 33 12 40 EA 1 3312.0106 Connection to Exis[ina 16" Water Main 33 12 25 EA 1 33122003 1" Water Service 33 12 10 EA 6 3312.3002 6" Gate Valve 33 12 20 EA 1 3312.3003 8" Gate Valve 33 12 20 EA 1 3201.0121 4' Wide Asj �hal[ Pvmt Repair. Arterial 32 01 17 LF 45 0241.1506 2" Surface ivlillir�y 02 41 15 SY 89.5 3212.0302 2" As��halt Pvmf Tvpe D 32 12 16 SY 157.9 9999.0001 Water Service Line to be Removed, and Cut & Plupqed at the Main 02 41 14 EA 2 TOTAL UNIT I: WATER IMPROVEMENTS 5.00 6 00.00 D00.00 i�2.00 ���.50 7.00 � 000.00 S 200.00 1 �50.00 �250.00 ��0.00 �0.00 54.00 0.00 $ . 00.00 1.075.00 6 500.00 7 D00.00 j�20.00 14.152.50 4 540.00 7 D00.00 S 200.00 9 �00.00 2 �250.00 2 ja0.00 3 �00.00 4.�33.00 4.737.00 3.600.00 $77,207.50 sv: c��rir�cs o. u�cn /J/J (//�����:�/vC/�.Vi /� T Eil/�[ +i!/ TITLE: ��icc Prc�iAcni DATE: y/?�l?IIZa BIDDER: Te,jas Cu�nmercisl Construefion, LLC Y.O. I3ox 10395 River Oaks, TX 76ll4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPHCIFICATION DONMENTS - DEVELOPER AWARDED PROJECTS Gi�s' Addi�ion Form Version May 22, 2019 CPN 106237 00 42 43 DAP - 61D PROPOSAL Page 2 of 6 SECTION 00 42 43 Girgis Addition Developer Awarded Projects - PROPOSAL FORM CPN 106237 UNIT PRICE BID Projcct Itcm Inforrnation Bidlis[ I Description SpeciRcalion Scction No. Item No. 1 z 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 Bidder's Application Bidd�'s R�oposal Uni[of Bid Unit Pnce Bid Value Measure Quantity UNIT II: SANITARY SEWE 2 IMPRO�/EIV��NTS 0241.1506 2" Surface Milliq�j 02 4�5 � SY 134.6 3201.0123 6' Wide As[�half Pvmt Repair. Arterial 32 01 17 LF 43 3212.0302 2" A,s,gjialt Pvmt T��� D 32 12 16 SY 311.9 3301.0002 Posf-CCTV Insoection 33 01 31 LF 376 3301.0101 Manhole Vacuum Tes[ina 33 01 30 EA 3 3305.0109 Trench Safety 33 OS 10 LF 376 3305.0112 Concrete Coflar for Manhole 33 OS 17 EA 1 3305.0113 Trench Water S[o�s 33 OS 10 EA 1 3305.0116 Concrete Encasement for Utilitv Piqes 33 OS 10 CY 5.043 3331.3101 4" Sewer Service 33 31 50 EA 6 3331.3401 Ductile Iron Sewer Fittinas 33 11 11 LS 1 3331.4115 8" Sewer Pipe 33 31 20 LF 162 3331.5748 8" DIP Sewer P��e. c%NLSM Ba klfillnfWP Eooxt�L�n narProtecto 401 or 33 11 10 LF 04 3339.0001 Enoxv Manhole Liner 33 39 60 VF 5.6 3339.1001 4' Manhole 33 39 10. 33 39 20 EA 2 3339.1002 4' DraC Manhole 33 39 10. 33 39 20 EA 1 9999.0001 Sewer Service Line to be Removed, and Cut & Plupqed at the Main 02 41 14 EA 1 TOTAL UNIT II: SANITARY SEWErc IMPROVEMENTS �4.00 �0.00 0.00 , 2.70 5.00 3.60 �� 00.00 A50.00 �180.00 500.00 , d60.00 80.00 50.00 �'27.00 30.00 � 650.00 000.00 1.800.00 7 268.40 s �yo.00 9 �57.00 1.�1520 1 485.00 1 �53.60 1 � 00.00 �50.00 907.74 9.000.00 460.00 12 960.00 29. � 00.00 4.540.00 4200.00 15.300.00 9.000.00 1.800.00 $113,566.94 BY: (lruics D. AIlcn /J/J �//�����:�/�C/�.v� �EiC/�i+i!/ TITLE: A�icc I'rc�iAcni DATE: y/�5l?IIZa BIDDER: Tcjas Commcrcial Construction, LLC V.i). [inc 10395 River Oaks, TX 76114 CITY OF FORT WORTH STANDARD CONSTRUCTION SPHCIFICATION DONMENTS - DEVELOPER AWARDED PROJECTS Gi�s' Addi�ion Form Version May 22, 2019 CPN 106237 00 42 43 DAP - 61D PROPOSAL Page 3 of 6 SECTION 00 42 43 Girgis Addition Developer Awarded Projects - PROPOSAL FORM CPN 106237 UNIT PRICE BID Bidder's Application Projcct Itcm Inforrnation Bidd�'s R�oposal Bidlist Uni[of Bid Description SpeciRcation Section No. Unit Pnce Bid Value Item No. Measure Quantity � UNIT III: DRAINAGE IAIPROVEMENTS I 1 3305.0109 Trench Safetv 33 OS 10 LF 153 $3.60 $ 550.80 I 2 3341.0204 24" ADS HP Pipe 33 41 11 LF 153 $130.00 $ 19.590.00 I 3 3349.5001 10'Curbinlet 334920 EA 1 $8,100.00 $ 8,100.00 I 4 3137.0102 Larqe Stone Riprap. dry 31 37 00 SY 26.6 $125.00 $ 3,325.00 � 5 3349.4105 24" SafetV End Treatment. 1 pipe 33 49 40 EA 1 $3,600.00 $ 3,600.00 � TOTAL UNIT III: DRAINAGE IMPROVEMENTS $35,465.80 sv: c�i�:���i��ti o. w���� �/?/Lt:!/1�E'�(l.O� �CY �� TITLE: ��icc 1'resiAcni DATE: y/?�/ZIIZd BIDDER: �fejas Commercial Construction, LLC P.O. Bax 111395 River Oaks, TX 76114 CITY OF FORT WORTH STANDARD CONSTRUCTION SPHCIFICATION DONMENTS - DEVELOPER AWARDED PROJECTS Gi�s' Addi�ion Form Version May 22, 2019 CPN 106237 00 42 43 DAP - 61D PROPOSAL Page 6 of 6 SECTION 00 42 43 Girgis Addition Developer Awarded Projects - PROPOSAL FORM CPN 106237 UNIT PRICE BID Bidder's Application Projcct Itcm Inforrnation Bidd�'s R�oposal Bidlist Uni[of Bid Description SpeciRcation Section No. Unit Pnce Bid Value Item No. Measure Quantity Bid ummary UNIT I: WATER IMPROVEMENTS � $77,207.50 UNIT II: SANITARY SEWER IMPROVEMENTS � $113,566.94 UNIT III: DRAINAGE IMPROVEMENTS � $35,465.80 UNIT IV: PAVING IMPROVEMENTS � UNIT V: STREET LIGHTING IMPROVEMENTS Total Constructian Bid $226,240.24 This Bid is submitted bY the entity named below: BIDDER: TGjas Commcrciul Cuntitruction. LL(� P.O. Ros 1039i Riccr Oaks, ll 7G I I�1 Contractor agrees to wmplete WORK for FINAL ACCEPTANCE �vithin CONTRACT commences to ruu as provided in the General Conditious. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DONMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 BY: (�ho�ics U..Vlcn (��./[;C� ,A�'� TITLE: A�icc Presidcui DATE: 9R5lZIIZa 411 working days after the date when the Gi�s Addition CPN 106237 00 42 43 I)M - 6Q7 PK()F'OSAI, PaFe 4 of b Girgis Addition CPN 106237 UNIT PRICE BID IBidlist Item No. � I 1 I Z 3 4 I 5 I 6 7 1 8 9 I 10 I 11 I 12 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item G�forrt�ation Descnption Specification Section No. 3211.0400 Hrdrated Lime (28 LB/SYl 3211.0501 6' Lime TreaUnent 3213.0102 T' Conc Pvmt 3213.0301 4" Conc Sidewalk 3213.0506 Barrier Free Ramo. Tvoe P-1 3291.0100 Topsoil 3292.0400 Seedino. Hydromulch 3471.0001 Traffic Conhol 9999.0001 Sawcut & Connect to Existina Asohalt 9999.0008 Fumish/Install Street S1y�� Post 9999.0009 FumishAnstall Street f�lame Blade 9999.0010 Fumish/Install Stoo Sion Bidder's Application Bidder's Pro�wsal Unit of I B�d Unit Pnce I Bid Value Measwe Quantity UNIT IV: PAVING IMPf�VEMENTS 321129 TON 14 321129 SY 994 321313 SY 930 321320 SF 5.256 32 13 20 EA 2 32 91 19 CY 234 32 92 13 SY 700 34 71 13 LS 7 02 41 15 8 32 12 16 LF 66 34 41 30 EA 1 34 41 30 EA 2 34 41 30 EA 1 TOTAL UNIT IV: PAVING IMPROVEMENTS_ $440.00 $25.50 $104.00 $12.00 $3 500.00 $�0.00 $12.50 $7 000.00 $ao � $500.00 $300.00 asso.00 BY: Charks M Long vv TITLE: CEO DATE: i1/10l2025 BIDDER: RELIABLE 1903 Peyto Dr. N. Ste 100 A�iington, Te:as. 7600I 5 $ S $ $ $ $ $ S b s 6160.00 25347.00, 96�/'10.00 63 072.00 � 7�00.00 � 1'� 700.00 � 8�i30.001 7L00.00 � ��o oo+ 500. W � 600.00 � 650.00 5230,139.00 crry oF roer warrri STANDARD CONSi7tU('110N SPECffICATtON DOCUl.4N1'S - DEVEIAPER AWARDGU PROIF.CTS Gvgis Additiim CPN 106237 Fam Vmiun Mey 32. 2019 �w ai a7 onr - �im rxor��sni, 1'egc 6 0l 6 Girgis Addition CPN 106237 UNIT PRICE BID Bidlist Item I No. SECTION 00 42 43 Devebper Awarded Projects - PROPOSAL FORM Bidder's Application Project ltem Wormation Bidders Proposal I Descnpaon I Specificafion Section No. I Unit of I B�d Unit Pnce I Bid Value Measure Quantiry Bid Summary I UNIT I: WATER IMPROVEMENTS UNIT II: SANITARY SEWER IMPROVEMENTS UNIT III: DRAINAGE IMPROVEMENTS UNIT IV: PAVING IMPROVEMENTS $230,139.00 UNIT V: STREET LIGHTING IMPROVEMENTS Total Constructio� Bid s230,139.00 � This Bid is submitted bv the entity named below: BIDDER: RELIABLE 1903 Peyco Dr. N. Ste 100 Arlington, Teus. 76001 Contncror agrces lo compkte WORK for FINAL ACCEPTANCE w�iMin CONTRACT eommeeces to rvn u provided in the Ceeenl Coeditio�. END OF SECTION cnv oe r�orz�� watni STANDARD CONS7RIK'IION SYIiC'IFlCAi70N IX%'UMFNI'S - DEVEI,OPER AWARDED PROJECTS Form Vrnioo Mey 22, 2019 BY: Charles M Long � TITLE: CEO DATE: 1ll10/2025 411 working days after the date when the Gugi¢ Addiuun CPN I(M237 0(1 J2 33 DAP-BIDPROPOSAL I'ugc 5 of 6 SECTION 00 42 43 Girgis Addition Developer Awarded Projects - PROPOSAL FORM CPN 106237 UNIT PRICE BID Project I[cm Infomm[ian Bidlist Descrip[ion I Specification Section No. Item No. Bidder's Application BiJder's Proposal Uni[ of Bid Unit Price McaSure Quantity IIid Value I � 4 \775.00 I 1 U35.00 I 2�50.00 I 5730.00 I i2.iio.ao I 3.400.00 I $29,400.00� UNIT V: STREET LIGHTING MPROV�(dE�TS 2605.3015 2" CONDT PVC SCH BOm 6 0 33 LF 100 47.75 3441.1410 NO 10 Insulated Elec Condr 34 41 10 LF 300 3.45 3441.1646 Furnish/Inslall T�pe 33B Arm 34 41 20 EA 2 $� 75.00 3441.3301 Rdv.ry Illum Foundation TY 1.2 and 4 34 41 20 EA 2 4�`2�65.00 3441.3351 Furnish/Install Rdway Illum T1� 11 Pole 34 41 20 EA 2 ���55.00 3441.3050 Furnish/Install LED Liahtina Fixture (70 wa�t AT60 Cobre Headl 34 41 20 EA 2 �1.�/00.00 TOTAL UNIT V: STREET LIGHTI� IMPROVEMENTS BY� Jasnn Hes 77TLfi: project Managcr � DATL: 11/5/2025 BIDDER: Lumin8 Transportation Tcchnologics LLC 821 E Enon Forl Worth, Texas, 761J0 CT' OF FORT WORTH STA,�'DARD CONSTRUCTION SPECIFICATION DOCU�1ENT5 - DEVEfAPER A W ARDED PROlECTS Fomi Venion Muy'_'_, 2019 Giryi� Addition CPN 106237 00 �� aa o.�r - am i�aoros,�� r�b� F or F SECTION 00 42 43 Girgis Addition Developer Awarded Projecls - PROPOSAL FORM CPN 106237 UNIT PRICE BID Bidder's Application Project item Information Bidder's Proposal IIidlisl Unitof Bid Descrip[ion Specification Section No. Unit Price Bid Value Irem No. Measure Qu:u�tity Bid Summary � UNIT I: WATER IMPROVEMENTS UNIT II: SANITARY SEWER IMPROVEMENTS UNIT III: DRAINAGE IMPROVEMENTS UNIT IV: PAVING IMPROVEMENTS UNIT V: STREET LIGHTING IMPROVEMENTS $29,400.00 Total Construction Bld $29,400.00 This Bid is submitted by the enlily named below: BIDD�R: LuminB Transparlation Technologics LLC 621 C Enon Fari Wnrlh, Texas, 76140 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTIW CT cammences to run as provided in the General Conditions. END OF SGCTION CffY OF FORT WORTH $TA\DARD CON57RI:LTIO� SPECIFICATIO.�' DOCU�1ENTS-DEVELOPER AWARDED PROIECTS Faem Venion Muy'.2. 2019 BY: jasnn Hes TI17.C: projectManagcr DAT�: 11/5/?0?5 40 working days after Ihc date when the Giryi� ,iddiiion CP� 106237 COMPLETION AGREEMENT — SELF FUNDED This COMPLETION AGREEMENT ("Agreement"), is made and entered into by and between the City of Fort Worth, ("City") and Girgis Mosaad, a Sole Proprietor, 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 1.877 acres of land located in the City, the legal description of which tract of real property is marked Exhibit "A" — Legal Description, attached hereto and incorporated herein for all purposes, ("Property"); and WHEREAS, the Developer intends to develop the Property as an addition to the City through plat FP 25-043; and WHEREAS, the Developer and the Ciry have entered into a Community Facilities Agreement relating to the development, Gir�is Addition for Water, Sewer, Storm Drain, Paving and Street Lights ("Improvements"); and WHEREAS, the City has required certain assurances that the Developer will cause to be constructed to City standards the Improvements pursuant to the Communiry Facilities Agreement; and WHEREAS, the Parties desire to set forth the terms and conditions of such accommodations as are described above. NOW, THEREFORE, for and in consideration of the mutual covenants and agreements hereinafter set forth, it is hereby agreed by and between City and Developer as follows: 1. Recitals. The foregoing recitals are true, correct and complete and constitute the basis for this Agreement and they are incorporated into this Agreement for all purposes. 2. The Completion Amount. The City and the Developer agree that the Hard Costs (as shown on Exhibit "B") required to complete the Community Facilities in the aggregate should not exceed the sum of Four Hundred Eighty-Five Thousand Seven Hundred Seventy-Nine and 24/100 Dollars ($485,779.24), 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 City of Fort Worth, Texas Standard Completion Agreement — Self-Funded Revised 06.14.2024 DH CFA Official Release Date: 07.01.2015 Page 1 of 9 of change orders agreed to by the Parties, but such variances for the purposes of this Agreement shall not affect the Completion Amount as used herein. City hereby waives the requirement for developer to deposit a financial guarantee of 100% of the Hard Costs under the CFA Policy. 3. Completion 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 final plat for the Property in the Plat Records of the county where the Property is located. The purpose of the City retaining the final plat of the Property as provided herein is to guarantee the Developer's obligations under the CFA are completed. 7. Construction Contracts. Developer agrees to include in each Construction contract that it enters into for the completion of the Community Facilities the following: A. A statement that the Ciry 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 Properry; and City of Fort Worth, Texas Standard Completion Agreement — Self-Funded Revised 06.14.2024 DH CFA Official Release Date: 07.01.2015 Page 2 of 9 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 sha11 be addressed and delivered as follows: City of Fort Worth Development Services Department 100 Fort Worth Trail Fort Worth, Texas 76102 Attention: Contract Management Office Kandice Merrick, Development Manager Email: Kandice.Merrick@fortworthtexas.gov Confirmation Number: 817-392-7810 With a copy thereof addressed and delivered as follows: 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: Gir�is Mosaad 707 Auburndale Dr. Euless, Tx 76040 A party may change its address for notice upon prior written notice to the other parties pursuant to the terms hereof. City of Fort Worth, Texas Standard Completion Agreement — Self-Funded Revised 06.14.2024 DH CFA Official Release Date: 07.01.2015 Page 3 of 9 C. Texas Law to Applv. This Agreement shall be construed under and in accordance with the laws of the State of Texas. D. Parties Bound. This Agreement shall be binding upon and inure to the beneft 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 for any reason is held to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability sha11 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. Priar A�reements 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 Revised 06.14.2024 DH CFA Official Release Date: 07.01.2015 Page 4 of 9 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: Girgis Mosaad � rrb ,_- ��� Girgls Mosaad (Feb 19, 2026 18�.00.13 CST) � Girgis Mosaad Jesica McEachern Owner Assistant City Manager Date: 02/27/2026 Date: 02/19/2026 Approved as to Form & Legality: C�;� u/�� Jessika Williams Assistant City Attorney Date: 02/20/2026 ATTEST: �I� .,t��� � Jannette Goodall City Secretary City of Fort Worth, Texas Standard Completion Agreement — Self-Funded Revised 06.14.2024 DH CFA Official Release Date: 07.01.2015 Page 5 of 9 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 Revised 06.14.2024 DH CFA Official Release Date: 07.01.2015 Page 6 of 9 ATTACHMENT "1" Changes to Standard Agreement Self-Funded Completion Agreement None City of Fort Worth, Texas Standard Completion Agreement — Self-Funded Revised 06.14.2024 DH CFA Official Release Date: 07.01.2015 Page 7 of 9 EXHIBIT A LEGAL DESCRIPTION Being a tract of land situated in G. W. Couch Survey, Abstract Number 279, City of Fort Worth, Tarrant County, Texas, and being the same two tracts of land described as Tract One and Tract Two in Deed of Trust to Girgis Mosaad, as recorded in Instrument No. D22ll 81835, Deed Records, Tarrant County, Texas (D.RT.C.T.), and being more particularly described as follows: BEGINNING at a 5/8-inch iron rod found for the northeast corner of said Tract Two in the south right-of- way line of Pipeline Road (variable width right-of-way) and being the northwest corner of a 14.79-foot right-of-way dedication by final plat for Trinity Glen Addition, as recorded in Cabinet A, Slide 8623, Plat Records, Tarrant County, Texas; THENCE South 00 degrees 28 minutes 52 seconds East, 218.03 feet with the west line of Block 1 of said Trinity Glen Addition to a 5/8-inch iron with cap stamped 'ANA' set for corner. THENCE South 89 degrees 24 minutes 28 seconds West, at 154.58 feet passing the southwest corner of said Tract Two and the southeast corner of said Tract One, continue in a11374.53 feet to a 5/8-inch iron with cap stamped'ANA' set for the southwest corner of herein described tract in the east right-of-way line of Euless South Main Street (variable width right-of-way); THENCE North 00 degrees 22 minutes 42 seconds West, 218.85 feet to the northwest corner of herein described tract of land at the intersection of the south line of Pipeline Road and the east line of Euless South Main Street. THENCE North 89 degrees 31 minutes 59 seconds East, at 220.00 feet passing by a 1-inch iron pipe found for the common corner of said Tract One and Tract Two, in a11374.14 feet to the place of beginning, and containing 81,769 square feet or 1.877 acres of land, more or less. City of Fort Worth, Texas Standard Completion Agreement — Self-Funded Revised 06.14.2024 DH CFA Official Release Date: 07.01.2015 Page 8 of 9 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 CFA Official Release Date: 07.01.2015 Page 9 of 9 Developer's Cost $ 77,207.50 $ 113,566.94 $ 190,774.44 $ 230,139.00 $ 35,465.80 $ 29,400.00 $ - $ 295,004.80 $ 485,779.24 Revised 06.14.2024 DH F�RT��RTHo City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: Girgis Mosaad SUU� eCt Of tlle AgPee111el1t: CFA25-0175 - Girgis Addition (Water, Sewer, Paving, Storm Drain, & Street Lights and Signs) M&C Approved by the Council? * Yes ❑ No 0 If �so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes ❑ No ❑✓ If �so, provide the original contract number and the amendment number. Is the Contract "PermanenY'? *Yes 0 No ❑ If �unsure, see back page for permanent contract listing. Is this entire contract Confidential? *Yes ❑ No ❑✓ 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 ❑✓ *If �so, please ensure it is attached to the approving M&C or attached to the contract. Proj ect Number: If applicable. 106237 *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes ❑✓ 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.