Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
064958 - Construction-Related - Contract - SRPF D/Hyde Ranch Phase I, L.P.
Received Date: 03/31 /2026 Received Time: 4:12 p.m. Developer and Project Information Cover Sheet: Developer Company Name Address. State. Zin Code: Phone & Email: SRPF D/Hyde Ranch Phase I, L.P 2001 Ross Ave, #400 Dallas, Texas 75201 214-267-0400 1 LBelland@streamrealty.com Authorized Signatory, Title: Lee Belland, President Proiect Name: Brief Description: Project Location: Plat Case Number: Not provided Council District: 1 7 CFA Number: 124-0066 Hyde Ranch Water, Sewer, Paving, Drainage and Streetlights Southwest corner of Silver Creek and Verna Trail Plat Name: Not provided Phased or Concurrent None Provision: City Project Number: 105523 1 IPRC23-0174 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas Page 1 of 18 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 City Secretary Number: STANDARD COMMUNITY FACILITIES AGREEMENT WITH CITY PARTICIPATION 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 SRPF D/Hyde Ranch Phase I, L.P .("Developer"), a Delaware limited liability company, acting by and through its duly authorized representative. City and Developer are referred to herein individually as a "party" and collectively as the "parties." WHEREAS, Developer is constructing private improvements or subdividing land within the corporate limits of Fort Worth, Texas or its extraterritorial jurisdiction, for a project known as Hyde Ranch ("Project"); and WHEREAS, the City desires to ensure that all developments are adequately served by public infrastructure and that the public infrastructure is constructed according to City standards; and WHEREAS, as a condition of approval of the Project, Developer is required to bear a portion of the costs of municipal infrastructure by constructing the public infrastructure necessary for the Project as described in this Agreement ("Community Facilities" or "Improvements"); and WHEREAS, as a condition of approval of the Project, Developer is required to meet the additional obligations contained in this Agreement, and Developer may be required to make dedications of land, pay fees or construction costs, or meet other obligations that are not a part of this Agreement; and WHEREAS, the City desires to participate in this Agreement in an amount not to exceed $1,293,157.96 to enlarge the scope of the Improvements beyond what Developer is responsible for constructing by oversizing a 12-inch water main to 16-inches and construction of a 24-inch sewer force main as authorized by City Council through approval of M&C 25-1053 on November 11, 2025 ("City Participation"); and WHEREAS, the City Participation includes reimbursement to Developer in amounts not to exceed $1,265,592.03 for construction costs and $18,920.93 for material testing costs. The remaining City Participation in the amount of $8,645.00 shall not be paid to Developer, but will be used by City to pay for the City's portion of construction inspection service fees, administrative material testing fees, and water lab testing fees; and WHEREAS, the Developer and the City desire to enter into this Agreement in connection with the collective Improvements for the Project; OFFICIAL RECORD City of Fort Worth, Texas Page 2 of 18 Standard Community Facilities Agreement with City Participation CITY SECRETARY Rev. 4/2/20 FT. WORTH, TX NOW, THEREFORE, for and in consideration of the covenants and conditions contained herein, the City and the Developer do hereby agree as follows: 1. CFA Ordinance The Community Facilities Agreements Ordinance ("CFA Ordinance"), as amended, is incorporated into this Agreement by reference, as if it was fully set forth herein. Developer agrees to comply with all provisions of the CFA Ordinance in the performance of Developer's duties and obligations pursuant to this Agreement and to cause all contractors hired by Developer to comply with the CFA Ordinance in connection with the work performed by the contractors. If a conflict exist between the terms and conditions of this Agreement and the CFA Ordinance, the CFA Ordinance shall control. 2. Incorporation of Engineering Plans The engineering plans for the Improvements that have been approved by the City ("Engineering Plans") are incorporated into this Agreement by reference as if fully set out herein. Developer shall provide at its expense, unless otherwise agreed to by City, all engineering drawings and documents necessary to construct the Improvements required by this Agreement. 3. Description of Improvements; Exhibits and Attachments The following exhibits describe the general location, nature and extent of the Improvements that are the subject of this Agreement and are attached hereto and incorporated herein by reference: ❑X Exhibit A: Water ® Exhibit A-1: Sewer ® Exhibit B: Paving z Exhibit 13-1: Storm Drain © Exhibit C: Street Lights & Signs The Location Map and Cost Estimates are also attached hereto and incorporated herein by reference. To the extent that Exhibits A, A-1, B, B-1, C, 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 City of Fort Worth, Texas Page 3 of 18 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 Improvements, and consent of the surety on payment and performance bonds provided for the Improvements. If the Developer's contractors: (a) are not constructing the Improvements in accordance with the Engineering Plans; (b) the contractors violate federal law, state law or local law, policies, rules or regulations in connection with the construction of the Improvements; or (c) coordination of the timing of the construction of adjacent utilities is necessary to avoid having to remove and replace Improvements that Developer's contractors are about to install, the City may temporarily suspend the construction of the Improvements by delivering a written notice to Developer and Developer's contractors. The temporary suspension of the construction of the Improvements shall only occur for the amount of time necessary for Developer's contractors to correct the violation or for the coordination of the utilities to be completed, and upon any such suspension, City agrees to reimburse Developer for the City's share of construction costs for work properly completed through the date City suspended construction. 5. Financial Guarantee Developer has provided the City with a financial guarantee in the form and amounts set forth in this Agreement which guarantees the construction of the Improvements and payment by Developer of all contractors, subcontractors, and material suppliers for the Improvements ("Financial Guarantee"). Developer shall keep the Financial Guarantee in full force and effect until released by the City and shall not reduce the amount of the Financial Guarantee unless authorized by the City in accordance with the CFA Ordinance. 6. Completion Deadline; Extension Periods This Agreement shall be effective on the date this Agreement is executed by the City's Assistant City Manager ("Effective Date"). Developer shall complete construction of the Improvements and obtain the City's acceptance of the Improvements within two (2) years of the Effective Date ("Term"). If construction of the Improvements has started during the Term, the Developer may request that this Agreement be extended for an additional period of time ("Extension Period"). All Extension Periods shall be agreed to in writing by the City and the Developer as set forth in a written amendment to this Agreement. In no event shall the Term of this Agreement plus any Extension Periods be for more than three years. 7. Failure to Construct the Improvements (a) The City may utilize the Developer's Financial Guarantee to cause the completion of the construction of the Improvements if at the end of the Term, and any Extension Periods, the Improvements have not been completed and accepted by the City. If the Improvements are not completed at the end of the Term, and any Extension Periods, there will be no further obligation for City Participation to be paid to the Developer. (b) The City may utilize the Developer's Financial Guarantee to cause the completion of the construction of the Improvements or to cause the payment of costs for construction of the Improvements before the expiration of the Term, and any Extension Period, if the Developer breaches this Agreement, becomes insolvent, or fails to pay costs of construction. (c) If the Financial Guarantee is a Completion Agreement and the Developer's contractors or suppliers are not paid for construction costs or materials supplied for the Improvements the contractors and City of Fort Worth, Texas Page 4 of 18 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 suppliers may place a lien upon any property which the City does not have an ownership interest that is the subject of the Completion Agreement. (d) Nothing contained herein is intended to limit the Developer's obligations under the CFA Ordinance, this Agreement, the Financial Guarantee, Developer's agreements with Developer's contractors, or other related agreements. 8. Termination If Developer desires to terminate this Agreement before Developer's contractors begin constructing the Improvements, Developer agrees to the following: (a) that Developer and City must execute a termination of this Agreement in writing; (b) that Developer will vacate any final plats that have been filed with the county where the Project is located; and (c) to pay to the City all costs incurred by the City in connection with this Agreement, including time spent by the City's inspectors at preconstruction meetings. 9. Award of Construction Contracts (a) Developer will award all contracts for the construction of the Improvements and cause the Improvements to be constructed in accordance with the CFA Ordinance. (b) Developer will employ construction contractors who meet the requirements of the City to construct the Improvements including, but not limited, to being prequalified, insured, licensed and bonded to construct the Improvements in the City. (c) Developer will require Developer's contractors to provide the City with payment and performance bonds naming the City and the Developer as dual obligees, in the amount of one hundred percent (100%) of the cost of the Improvements as required by the CFA Ordinance. The payment and performance bonds shall guarantee construction of the Improvements and payment of all subcontractors and material suppliers. Developer agrees to require Developer's contractors to provide the City with a maintenance bond naming the City as an obligee, in the amount of one hundred percent (100%) of the cost of the Improvements, that guarantees correction of defects in materials and workmanship for the Improvements by the contractor and surety for a period of two (2) years after completion and final acceptance of the Improvements by the City. All bonds must be provided to the City before construction begins and must meet the requirements of the City's Standard Conditions, Chapter 2253 of the Texas Government Code, and the Texas Insurance Code. (d) Developer will require Developer's contractors to provide the City with insurance equal to or in excess of the amounts required by the City's standard specifications and contract documents for developer -awarded infrastructure construction contracts. The City must be named as an additional insured on all insurance policies. The Developer must provide the City with a Certificate of Insurance (ACORD or form approved by the State of Texas), supplied by each contractor's insurance provider, which shall be made a part of the Project Manual. City of Fort Worth, Texas Page 5 of 18 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 (e) Developer will require the Developer's contractors to give forty-eight (48) hours' advance notice of their intent to commence construction of the Improvements to the City's Construction Services Division so that City inspection personnel will be available. Developer will require Developer's contractors to allow construction of the Improvements to be subject to inspection at any and all times by the City's inspectors. Developer will require Developer's contractors to not install or relocate any sanitary sewer, storm drain, or water pipe unless a City inspector is present and gives consent to proceed, and to allow such laboratory tests as may be required by the City. (f) Developer will not allow Developer's contractors to begin construction of the Improvements until a notice to proceed to construction is issued by the City. (g) Developer will not allow Developer's contractors to connect buildings to service lines of sewer and water mains constructed pursuant to this Agreement, if any, until said sewer, water mains and service lines have been completed to the satisfaction of the City. (h) Developer shall ensure the contractors are paid the City's wage rates in effect during construction of the Improvements. 10. Utilities Developer shall cause the installation or adjustment of utilities required to: (1) serve the Project; and (2) to construct the Improvements required herein. City shall not be responsible for payment of any costs that may be incurred by Developer in the relocation of any utilities that are or may be in conflict with any of the Improvements to be constructed pursuant to this Agreement. 11. Easements and Rights -of -Way Developer agrees to provide, at its expense, all necessary rights -of -way and easements required for the construction and dedication to the City of the Improvements provided for by this Agreement. 12. Liability and Indemnification (a) DEVELOPER HEREBY RELEASES AND AGREES TO INDEMNIFY, DEFEND AND HOLD THE CITY HARMLESS FOR ANY INADEQUACIES IN THE PRELIMINARY PLANS, SPECIFICATIONS, ENGINEERING PLANS, AND COST ESTIMATES SUPPLIED BY THE DEVELOPER FOR THIS AGREEMENT. (b) THE DEVELOPER COVENANTS AND AGREES TO, AND BY THESE PRESENTS DOES HEREBY FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY, ITS OFFICERS, AGENTS AND EMPLOYEES FROM ALL SUITS, ACTIONS OR CLAIMS OF ANYCHARACTER, WHETHERREAL ORASSERTED, BROUGHTFOR OR ONACCOUNT OFANYINJURIES OR DAMAGES SUSTAINED BYANYPERSONS, INCLUDING DEATH, OR TO ANY PROPERTY, RESULTING FROM OR IN CONNECTION WITH THE CONSTRUCTION, DESIGN, PERFORMANCE OR COMPLETION OF ANY WORK TO BE PERFORMED BY SAID DEVELOPER, ITS CONTRACTORS, SUBCONTRACTORS, OFFICERS, AGENTS OR EMPLOYEES, OR IN CONSEQUENCE OF ANY FAILURE TO PROPERLY SAFEGUARD THE WORK, OR ONACCOUNT OFANYACT, INTENTIONAL City of Fort Worth, Texas Page 6 of 18 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 OR OTHERWISE, NEGLECT OR MISCONDUCT OF SAID DEVELOPER, ITS CONTRACTORS, SUB -CONTRACTORS, OFFICERS, AGENTS OR EMPLOYEES, WHETHER OR NOT SUCHINJURIES, DEATH OR DAMAGESARE CAUSED, IN WHOLE OR IN PART, BY THE ALLEGED NEGLIGENCE OF THE CITY OF FORT WORTH, ITS OFFICERS, SERVANTS, OR EMPLOYEES. (c) DEVELOPER WILL REQUIRE ITS CONTRACTORS TO INDEMNIFY, DEFEND AND HOLD HARMLESS THE CITY, ITS OFFICERS, AGENTS AND EMPLOYEES FROM AND AGAINST ANY AND ALL CLAIMS, SUITS OR CAUSES OF ACTION OF ANY NATURE WHATSOEVER, WHETHER REAL OR ASSERTED, BROUGHT FOR OR ON ACCOUNT OF ANY INJURIES OR DAMAGES TO PERSONS OR PROPERTY, INCLUDING DEATH, RESULTING FROM, OR INANY WAY CONNECTED WITH, THE CONSTRUCTION OF THE IMPROVEMENTS CONTEMPLATED HEREIN, WHETHER OR NOT SUCH INJURIES, DEATH OR DAMAGES ARE CAUSED, IN WHOLE OR IN PART, BY THE ALLEGED NEGLIGENCE OF THE CITY OF FORT WORTH, ITS OFFICERS, SERVANTS, OR EMPLOYEES. FURTHER, DEVELOPER WILL REQUIRE ITS CONTRACTORS TO INDEMNIFY, DEFEND, AND HOLD HARMLESS THE CITY FOR ANY LOSSES, DAMAGES, COSTS OR EXPENSES SUFFERED BY THE CITY OR CAUSED AS A RESULT OF SAID CONTRACTORS' FAILURE TO COMPLETE THE WORK AND CONSTRUCT THE IMPROVEMENTS IN A GOOD AND WORKMANLIKE MANNER, FREE FROM DEFECTS, IN CONFORMANCE WITH THE CFA ORDINANCE, AND INACCORDANCE WITH ALL PLANS AND SPECIFICATIONS. 13. Right to Enforce Contracts Upon completion of all work associated with the construction of the Improvements, Developer will assign to the City a non-exclusive right to enforce the contracts entered into by Developer with its contractors, along with an assignment of all warranties given by the contractors, whether express or implied. Further, Developer agrees that all contracts with any contractor shall include provisions granting to the City the right to enforce such contracts as an express intended third party beneficiary of such contracts. 14. Estimated Fees Paid by Developer; Reconciliation Prior to execution of this Agreement, Developer has paid to the City the Developer's portion of the estimated cost of administrative material testing service fees, construction inspection service fees, and water testing lab fees in the amounts set forth in the Cost Summary section of this Agreement. Upon completion of the construction of the Improvements, the City will reconcile the actual cost of administrative material testing service fees, construction inspection service fees, and water testing lab fees with the estimated fees paid by Developer. If the actual costs of the Developer's portion of the fees are more than the estimated payments made by the Developer, the Developer must pay the difference to the City before the Improvements will be accepted by the City. If the actual costs of the fees are less than the estimated payments made by the Developer, the City will refund the difference to the Developer. If the difference between the actual costs and the estimated payments made by the Developer is less than fifty dollars ($50.00), the City will not issue a refund and the Developer will not be responsible for paying the difference. The financial guarantee will not be released by the City or returned to the Developer until reconciliation has been completed by the City and any fees owed to the City have been paid by the Developer. 15. City of Fort Worth, Texas Page 7 of 18 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 Material Testing The City maintains a list of pre -approved material testing laboratories. The Developer must contract with material testing laboratories on the City's list. Material testing laboratories will provide copies of all test results directly to the City and the Developer. If the Improvements being constructed fail a test, the Developer must correct or replace the Improvements until the Improvements pass all retests. The Developer must pay the material testing laboratories directly for all material testing and retesting. The City will obtain proof from the material testing laboratories that the material testing laboratories have been paid in full by the Developer before the City will accept the Improvements. 16. Notices All notices required or permitted under this Agreement may be given to a party by hand - delivery or by mail, addressed to such party at the address stated below. Any notice so given shall be deemed to have been received when deposited in the United States mail so addressed with postage prepaid: CITY: Development Coordination Office City of Fort Worth 100 Fort Worth Trail Fort Worth, Texas 76102 With copies to: City Attorney's Office City of Fort Worth 100 Fort Worth Trail Fort Worth, Texas 76102 and City Manager's Office City of Fort Worth 100 Fort Worth Trail Fort Worth, Texas 76102 DEVELOPER: SRPF D/Hyde Ranch Phase I, L.P 2001 Ross Ave, #400 Dallas, Texas 75201 Or to such other address one party may hereafter designate by notice in writing addressed and mailed or delivered to the other party hereto. 17. Right to Audit Developer agrees that, until the expiration of three (3) years after acceptance by the City of the Improvements constructed pursuant to this Agreement, that the City shall have access to and the right to examine any directly pertinent books, documents, papers and records of the Developer involving City of Fort Worth, Texas Page 8 of 18 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 transactions relating to this Agreement. Developer agrees that the City shall have access during normal working hours to all necessary Developer facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. The City shall give Developer reasonable advance notice of intended audits. Developer further agrees to include in all contracts with Developer's contractors for the Improvements a provision to the effect that the contractor agrees that the City shall, until the expiration of three (3) years after final payment under the contract, have access to and the right to examine any directly pertinent books, documents, papers and records of such contractor, involving transactions to the contract, and further, that City shall have access during normal working hours to all of the contractor's facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City shall give Developer's contractors reasonable advance notice of intended audits. 18. Independent Contractor It is expressly understood and agreed that Developer and its employees, representative, agents, servants, officers, contractors, subcontractors, and volunteers shall operate as independent contractors as to all rights and privileges and work performed under this Agreement, and not as agents, representatives or employees of the City. Subject to and in accordance with the conditions and provisions of this Agreement, Developer shall have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers. Developer acknowledges that the doctrine of respondent superior shall not apply as between the City and its officers, representatives, agents, servants and employees, and Developer and its employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers. Developer further agrees that nothing herein shall be construed as the creation of a partnership or joint enterprise between City and Developer. It is further understood that the City shall in no way be considered a co -employer or a joint employer of Developer or any employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers of Developer. Neither Developer, nor any officers, agents, servants, employees or subcontractors of Developer shall be entitled to any employment benefits from the City. Developer shall be responsible and liable for any and all payment and reporting of taxes on behalf of itself, and any of employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers. The City, through its authorized representatives and employees, shall have the sole and exclusive right to exercise jurisdiction and control over City employees. 19. Applicable Law; Venue This Agreement shall be construed under and in accordance with Texas law. Venue shall be in the state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. 20. Non -Waiver City of Fort Worth, Texas Page 9 of 18 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 The failure of the City to insist upon the performance of any term or provision of this Agreement or to exercise any right herein conferred shall not be construed as a waiver or relinquishment to any extent of City's right to assert or rely on any such term or right on any future occasion. 21. Governmental Powers and Immunities. It is understood that by execution of this Agreement, the City does not waive or surrender any of its governmental powers or immunities. 22. Headings The paragraph headings contained herein are for the convenience in reference and are not intended to define or limit the scope of any provision of this Agreement. 23. Severability In the event that any clause or provision of this Agreement shall be held to be invalid by any court of competent jurisdiction, the invalidity of such clause or provision shall not affect any of the remaining provisions hereof. 24. Review of Counsel City and Developer, and if they so choose, their attorneys, have had the opportunity to review and comment on this document; therefore any rule of contract construction or interpretation that would normally call for the document to be interpreted as against the drafting party shall not apply in interpretation of this Agreement, and each section, portion, and provision of this Agreement shall be construed solely on the basis of the language contained therein, regardless of who authored such language. 25. Prohibition on Boycotting Israel Developer acknowledges that in accordance with Chapter 2271 of the Texas Government Code, the City is prohibited from entering into a contract with a company with 10 or more full-time employees that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. To the extent that Chapter 2271 of the Government Code is applicable to this Agreement, by signing this Agreement, Developer certifies that Developer's signature provides written verification to the City that Developer: (1) does not boycott Israel; and (2) will not boycott Israel during the term of this Agreement. 26. Prohibition on Boycotting Energy Companies City of Fort Worth, Texas Page 10 of 18 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 Developer acknowledges that in accordance with Chapter 2276 of the Texas Government Code the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Developer certifies that Developer's signature provides written verification to the City that Developer: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 27. Prohibition on Discrimination Against Firearm and Ammunition Industries Developer acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Developer certifies that Developer's signature provides written verification to the City that Developer: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. 28. Compliance with Public Information Act Requests The requirements of Subchapter J, Chapter 552, Government Code, may apply to this Agreement and Developer agrees that the Agreement can be terminated if Developer knowingly or intentionally fails to comply with a requirement of that subchapter. Developer acknowledges that section 552.371 of the Texas Government Code applies to this Agreement if. (1) this Agreement has a stated expenditure of at least $1 million in public funds for the purchase of good or services by the City; or (2) this Agreement results in the expenditure of at least $1 million in public funds for the purchase of goods or services by the City in a fiscal year of the City. To the extent that section 552.371 of the Texas Government Code applies to this Agreement, Developer shall comply with section 552.372 of the Texas Government Code by: (1) preserving all contracting information relating to this Agreement as provided by the records retention requirements applicable to the City for the duration of the Agreement; (2) promptly providing the City any contracting information related to this Agreement that is in the custody or possession of Developer on request of the City; and (3) on completion of the Agreement, either (a) providing at no cost to the City all contracting information related to the Agreement that is in the custody or possession of Developer; or (b) preserving the contracting information relating to the Agreement as provided by the retention requirements application to the City. 29. Immigration and Nationality Act City of Fort Worth, Texas Page 11 of 18 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 Developer shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Developer shall provide City with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Developer shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Developer employee who is not legally eligible to perform such services. DEVELOPER SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY DEVELOPER, DEVELOPER'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Developer, shall have the right to immediately terminate this Agreement for violations of this provision by Developer. 30. Amendment No amendment, modification, or alteration of the terms of this Agreement shall be binding unless the same is in writing, dated subsequent to the date hereof, and duly executed by the City and Developer. 31. Assignment and Successors Developer shall not assign or subcontract all or any part of its rights, privileges, or duties under this Agreement without the prior written consent of City. Any attempted assignment or subcontract without the City's prior written approval shall be void and constitute a breach of this Agreement. 32. No Third -Party Beneficiaries The provisions and conditions of this Agreement are solely for the benefit of the City and Developer, and any lawful assign or successor of Developer, and are not intended to create any rights, contractual or otherwise, to any other person or entity. 33. Compliance with Laws, Ordinances, Rules and Regulations Developer, its officers, agents, servants, employees, and contractors, shall abide by and comply with all laws, federal, state and local, including all ordinances, rules and regulations of City. It is agreed and understood that, if City calls to the attention of Developer any such violation on the part of Developer or any of its officers, agents, servants, employees, or subcontractors, then Developer shall immediately desist from and correct such violation. 34. Signature Authority The person signing this Agreement on behalf of Developer warrants that he or she has the legal authority to execute this Agreement on behalf of the Developer, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the entity. The City is fully entitled to rely on this warranty and representation in entering into this Agreement. 35. City of Fort Worth, Texas Page 12 of 18 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 Counterparts This Agreement may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. 36. Entire Agreement This written instrument, together with any attachments, exhibits, and appendices, constitutes the entire understanding between the City and Developer concerning the work to be performed hereunder, and any prior or contemporaneous, oral or written agreement that purports to vary from the terms hereof shall be void. 37. City Participation; Fiscal Funding Limitation (a) The City shall reimburse Developer in amounts not to exceed $1,265,592.03 for construction costs, $18,920.93 for material testing costs. The remaining City Participation in the amount of $8,645.00 shall not be paid to Developer but will be used by City to pay for the City's portion of construction inspection service fees, administrative material testing fees, and water lab testing fees. During construction of the Improvements, Developer will receive applications for payment from Developer's contractors. Developer shall verify that each application for payment is due and payable under the construction contracts between Developer and the contractors and that the Improvements that are the subject of the application for payment have been constructed. Developer shall submit payment requests to the City, in the form of an invoice, no more frequently than one time per month to obtain reimbursement of the City Participation (each a "Payment Request"). Each Payment Request shall be delivered to the City utilizing the City's eBuilder software application and the spreadsheet approved by the City. Each Payment Requested submitted by Developer shall be accompanied with proof that: (1) Developer has paid the contractors for the amount included in the Payment Request; and (2) an affidavit and lien release from the contractors indicating that Developer has paid the contractors in full for the amount included in each Payment Request and the contractors have paid all subcontractors and material suppliers in full. Developer must register as a vendor of the City in order for the City Participation to be paid to Developer. The cost of any charge orders must be agreed upon in writing by the parties and the party or parties benefitting from the change order must pay the costs as outlined in the written change order signed by the parties. The City Participation for construction costs was calculated as follows: Aa;ectaemleso�atiaa Bidder R p-il ctly DELTA City'. Pwt-p City'. Bid Item Desrnpxiaa (IPRC^3-�774) No. Unit of IrSeaswe Hid I Qumtity Unit Price Bid Vatae Unit Price I Bid Value t- UNIT L WATER IMPROVEMENTS (CITY PARTICIPATION ONLY) 7 20" Casing by open cut LF 40 $260.00 $10,400.00 $63.77 S2,550.80 $23323 59,32920 30" Casing by open cut $297.00 $19,320.00 4318.98 S12,759.20 15 12" carrier pipe (DIP) LF 40 $165.00 $6,600.00 $138.87 $5,554.80 $28.86 $1,154.40 16" carrier pipe (DIP) $186.00 $7,440.00 $167.73 $6,709.20 n 12" DIP Water LF 446 $165.D0 $73,590.00 $138.87 $32,821,140.00 $28.86 $12,871.56 16" DIP Water LF $297.00 $132,462.00 4167.73 559,078,052.00 16 12" DIP Water, CLSM Backfill LF 150 $5a5.00 $87,750.00 $164.10 524,615.00 $3268 $4,902.00 16" ( DIP) Water Pipe, CLSM Backfill LF $385.00 $57,750.00 $196.78 529,517.00 18 12" PVC Water Pipe LF 3379 $126.00 $425,754.00 $175.00 $591,325.00 $40.00 $135,160.00 16" PVC C905 Water Pipe LF $166.DD $560,914.00 $226.74 $766,1154A61 �, 12" Gate Valve EA 7 $4,339.D0 $29,481 DO $30,373.00 $206,367.00 $6,798.69 $23,403.90 $47,590.83 $163,827.30 $19,064.90 $133,454.30 16' Gate Valve w/ Vault EA 23 2" Combination Air Valve Assembly (100% City) EA 1 $11,787.D0 $11,787.00 $14,192.38 $14,192.38 $11,787.00 $11,787.00 27 ow ave a cos 1 $21,389.00 $10,886.86 $10,886.861 $10,886.86 1 810,886.86 Cin's Pal- icipation: $319,545.32 City of Fort Worth, Texas Page 13 of 18 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 Project Item Information- FORCE MALN Bidder's Proposal Bid Item No. Desertion Unit of Measure Bid Quantity Unit Price Bid Value 1 24" HDPE DIPS DR-13.5 Force Main w/ Acceptable Backfill LF 2311 $222.00 $513,042.00 2 24" HDPE DIPS DR-13.5 Force Main w/ Deep Trench Backfill LF 99 $414.00 $40,986.00 3 24" ASTM F679 PS 115 PVC w/Acceptable Backfill LF 108 $198.00 $21,384.00 4 24" ASTM F679 PS 115 PVC w/ Deep Trench Backfill LF 40 $232.00 $9,280.00 5 24" HDPE DIPS DR-13.5 Force Main Carrier Pipe LF 185 $266.00 $49,210.00 6 42" Casing By Open Cut w/ Acceptable Backfill LF 118 $658.00 $77,644.00 7 42" Casing By Open Cut w/ Deep Trench Backfill LF 67 $708.00 $47,436.00 8 5' Polymer Concrete Manhole EA 1 $27,559.00 $27,559.00 9 5' Extra Depth Polymer Concrete Manhole VF 6 $860.00 $5,160.00 10 6' Polymer Concrete Drop Manhole EA $64,959.00 $64,959.00 11 6' Extra Depth Polymer Concrete Manhole VF 15 $1,382.00 $20,730.00 12 Trench Safety LF 2743 $5.00 $13,715.00 13 P&P Bond EA 1 $14,343.00 $14,343.00 14 Contractor Insurance EA 1 $10,820.00 $10,820.00 15 Contractor Fee EA % $0.03 $29,778.71 City Participation Total Bid $946,046.71 (b) Substantial completion of the Improvements shall occur after Developer's contractors notify the City that the Improvements are constructed and ready for their intended use, the City and Developer's contractors inspect the Improvements, and the City concurs that the Improvements are substantially complete. This City will withhold 5% in retainage from each payment made to Developer. Retainage shall be paid by City to Developer 60 days after the Improvements are constructed and accepted by the City and Developer delivers an invoice to the City. (c) In the event no funds or insufficient funds are appropriated and budgeted or are otherwise unavailable by any means whatsoever in any fiscal period for payments due under this Agreement, then the City will immediately notify Developer of such occurrence and this Agreement shall be terminated on the last day of the fiscal period for which appropriations were received without penalty or expense to the City of any kind whatsoever, except to the portions of annual payments herein agreed upon for which funds shall have been appropriated. 38. Lift Station Improvements Improvements and upgrades to City's Live Oak Lift Station (including pump replacement, electrical upgrades, and instrumentation) are required in order to support the proposed Project. Developer will be 100% responsible for these costs for a total amount up to $314,989.00. Payment for such upgrades is due within 30 days of execution of this Agreement. City of Fort Worth, Texas Page 14 of 18 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 39. Cost Summary Sheet Project Name: Hyde Ranch CFA No.24-0066 IPRC No. 23-0174 City Project No. 105253 Items Developer's Cost City's Cost Total Cost A. Water and Sewer Construction 1. Water Construction $ 1,078,823.18 $ 319,545.32 $ 1,398,368.50 2. Sewer Construction $ 2,645,727.00 $ - $ 2,645,727.00 3. Sewer Force Main $ - $ 946,046.71 $ 946,046.71 Water and Sewer Construction Total $ 3,724,550.18 $ 1,265,592.03 $ 4,990,142.21 B. TPW Construction 1. Street $ 1,424,144.00 $ $ 1,424,144.00 2. Storm Drain $ 3,468,761.00 $ $ 3,468,761.00 3. Street Lights Installed by Developer $ 530,855.00 $ $ 530,855.00 TPW Construction Cost Total $ 5,423,760.00 $ $ 5,423,760.00 Total Construction Cost (excluding the fees): $ 9,148,310.18 $ 1,265,592.03 $ 10,413,902.21 Estimated Construction Fees: C. Construction Inspection Service Fee $ 73,500.00 $ 8,100.00 $ 81,600.00 D. Administrative Material Testing Service Fee $ 21,805.00 $ 245.00 $ 22,050.00 E. Water Testing Lab Fee $ 1,350.00 $ 300.00 $ 1,650.00 F. Material Testing Cost $ - $ 18,920.93 $ 18,920.93 Total Estimated Construction Fees: $ 96,655.00 $ 27,565.93 $ 124,220.93 TOTAL PROJECT COST $ 9,244,965.18 $ 1,293,157.96 $ 10,538,123.14 Financial Guarantee Amount Bond = 100% $ 10,413,902.21 X City of Fort Worth, Texas Page 15 of 18 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 IN WITNESS WHEREOF, the City and Developer have each executed this Agreement by their duly authorized signatories to be effective on the date executed by the City's Assistant City Manager. CITY OF FORT WORTH op� Jesica McEachern Assistant City Manager Date: 03/31 /2026 Recommended by: Dwayne Hollars Sr. Contract Compliance Specialist Development Services Department Approved as to Form & Legality: 9-----' u)I&Ialll Jessika Williams Assistant City Attorney II►5K-TOK ►•T.O[II.�Gl Date: 11/11/2025 Form 1295: 2025-1317507 pTndd ATTEST: aF °°OR° �p 8 V ddC n�X9ej6a Jannette Goodall City Secretary City of Fort Worth, Texas Standard Community Facilities Agreement with City Participation Rev. 4/2/20 DEVELOPER SRPF D/Hyde Ranch Phase I, L.P. By: SRPF D/Hyde Ranch Phase I GP, L.L.C., A Delaware limited liability company, Its general partner Lee Belland (Mar 30, 2026 13:25:16 CDT) Lee C. Belland President Date: Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Kandice Merrick Contract Compliance Manager OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 16 of 18 The following attachments are incorporated into this Agreement. To the extent a conflict exists between the main body of this Agreement and the following attachments, the language in the main body of this Agreement shall be controlling. Included Attachment © Attachment 1 - Changes to Standard Community Facilities Agreement ❑ Attachment 2 — Phased CFA Provisions ❑ Attachment 3 — Concurrent CFA Provisions ❑X Location Map ❑X Exhibit A: Water Improvements ❑X Exhibit A-1: Sewer Improvements ❑X Exhibit B: Paving Improvements ❑X Exhibit B-1: Storm Drain Improvements © Exhibit C: Street Lights and Signs Improvements ❑X Cost Estimates (Remainder of Page Intentionally Left Blank) City of Fort Worth, Texas Page 17 of 18 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 ATTACHMENT "I" Changes to Standard Community Facilities Agreement City Project No. 105253 None City of Fort Worth, Texas Page 18 of 18 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 D 0 0 w W U W J_ RNA IF7 SILVER CREEK RO n I in PROJECT - PROJECT AREA . 8 w Q o I0 IQ PARR W PHAWK LN o .. ..... _ ___ _...... N EEME 5� O WI EETTL RID D EXHIBIT— LOCATION MAP MAPSCO GRID: 58Q CPN: 105253 OWNER/DEVELOPER: Westwood STREAMREALTY Westwood Professional Services, Inc. ACADEMY BLVD HYDE RANCH 2O01 ROSS AVE Fort Woirth,TX 76177ay, Suite 250 NORTH DALLAS, TX 75201 Phone (817) 562-3350 SUITE 400 Tdl1— (888)937-5150 DATE: APRIL 2024 TBPE FIRM NO. F-11766 PHONE #; (214) 535-3883 VERNA TRAIL 9q °°90 a� ob o Q fPa�„Gf� ija � 0 W rr U ROP. 16" WL - L) PROP.GATE VALVE & FH �� WATER SERVICE WATER SERVICE ~� WATER SERVICE of PROP. 16" WL y PROP.GATE VALVE & FH 0 0 4 0 0 > °° WATER SERVICE~� _ m Q. V' O ° W a n I P p Q O PROP. 16" WL o W°CA�ap ° vwob .O o p ° ° PROP.GATE W17 VALVE & FH ° WATER SERVICE �� "' WATER SERVICE SPARROW HAWK LN r EX. GATE VALVE it IN EX. 16" WL LEGEND PROPOSED GATE VALVE EXISTING GATE VALVE EXISTING HYDRANT EXISTING WATER LINE W PROPOSED WATERLINE EXHIBIT A - WATER IMPROVEMENTS CPN: 105253 OWNER/DEVELOPER: Westymod STREAMREALTY 0 NORTH 100' ACADEMY B LV D Westwood Professional Services, Inc. HYDE RANCH 2O01 ROSS AVE 9800 Hillwood Parkway, Suite 250 Fort Worth,TX 76177 DALLAS, TX 75201 Pha,e (817) 562-3350 GRAPHIC SCALE DATE: APRIL 2024 SUITE 400 PHONE #; (214) 535-3883 Tdl Free (888)937-5150 TBPE FIRM NO. F-11756 LIVE OAK LIFT STATION PROP. 10" SSWR LINE PROP. 4' SSWR MH Ob �o V a ° 4i$ � j d o °Q o� 0 Gid� (j a o "I'lv9ft SEWER SERVICE of I PROP. 10" SSWR LINE SEWER SERVICE ° o 0 0 C°OCAA?p o owoo s0 o p e � tl ° SEWER SERVICE — 0 _ — PROP. 8" SSWR LINE - T I -• EX. 8" SSWR LINE J EX. 4' SSWR MH (LEGEND VERNA TRAIL SEWER SERVICE — SEWER SERVICE PROP. 4' SSWR MH J m } W U Q SEWER SERVICE PROP. 4' SSWR MH SPARROW HAWK LN PROPOSED MANHOLES EXISTING MANHOLES SS PROPOSED SEWER LINE EXISTING SEWER LINE EXHIBIT Al - SEWER IMPROVEMENTS CPN: 105253 OWNER/DEVELOPER: Westymod STREAMREALTY 0 NORTH 100' ACADEMY B LV D Westwood Professional Services, Inc. HYDE RANCH 2O01 ROSS AVE 9800 Hillwood Parkway, Suite 250 Fort Worth,TX 76177 DALLAS, TX 75201 Pha,e (817) 562-3350 GRAPHIC SCALE DATE: APRIL 2024 SUITE 400 PHONE #; (214) 535-3883 Toll Free (888)937-5150 TBPE FIRM NO. F-11756 VERNA TRAIL o a ASPHALT PAVEMENT _ WIDENING I oo O(a PROP. 11" REINFORCED CONCRETE J'a OI c 0 C' 4 p Syo6 � o. .0 I�, ® p • PROP. 11" REINFORCED — © CONCRETE � o 0 O gOCAAap a oWop s0 c, p ° O FR � o 0 c • O LEGEND 11" REINFORCED CONCRETE PAVEMENT ® ASPHALT PAVEMENT EXHIBIT B - PAVING IMPROVEMENTS 0 J m i w 0 Q U Q I SPARROW HAWK LN i i i�i � � col l I I�I�I�I•I•I•ll CPN: 105253 OWNER/DEVELOPER: Westymod STREAMREALTY 0 NORTH 100' ACADEMY B LV D Westwood Professional Services, Inc. HYDE RANCH 2O01 ROSS AVE 9800 Hillwood Parkway, Suite 250 Fort Worth,TX 76177 DALLAS, TX 75201 Pha,e (817) 562-3350 SUITE 400 Toll Free (888)937-5150 GRAPHIC SCALE DATE: APRIL 2024 PHONE #; (214) 535-3883 TBPE FIRM NO. F-11756 VERNA TRAIL �a— Q 1 j� mad o op oQ � °a I c"' PROP. 24" RCP PROP. 24" RCP O PROP. DETENTION POND PROP. 6'x4' RCB P. 4'x2' RCB II III ` 111 I Ili ..i I ul I PROP. 30" RCP I PROP. 24" RCP 0 6 a o 4 D p u p 1!6 ° o. J m I n Q° O LU if 'a, I � LU 0 III •o o . I III I III Q III Q I II I III I 1 I III I I � ( III III I O »p ° owaa °o o p a I III III I e I III III I I I � r PROP. 24" RCP �r p ), PRnP 48" RCP t' .I''WI1SPAN JL ° 17 l l l l l 1 1-1 l l l I I I' I'I I FF L PROP. 54" RCP � LEGEND PROP. 4'x2' RCB PROPOSED CURB INLET PROPOSED STORM LINE EXISTING CURB INLET EXISTING STORM LINE EXHIBIT B1 - STORM IMPROVEMENTS CPN:105253 OWNER/DEVELOPER: Westwood STREAMREALTY 0 NORTH 100' ACADEMY B LV D Westwood Professional Services, Inc. HYDE RANCH 2O01 ROSS AVE 9800 Hillwood Parkway, Suite 250 Fort Worth,TX 76177 DALLAS, TX 75201 Pha,e (817) 562-3350 GRAPHIC SCALE DATE: APRIL 2024 SUITE 400 PHONE #; (214) 535-3883 Toll Free (888)937-5150 TBPE FIRM NO. F-11756 WORMI-Em VERNA TRAIL 16 �. Ca 1 ° ° • o o�� PROP. STREET LIGHT — p10O PROP. STREET LIGHT a �� PROP. ° STREET LIGHT O g00AAap > a,gap .0 o p o o ° . 0 of i m m r W T' LU i Fl�l Q EX. STREET LIGHT SPARROW HAWK LN �- i I i I rri i i i rI I VIWI�•I I•I�I•I I lol l'�"�'�����•�•�•� LEGEND yPROPOSED STREET LIGHT EXISTING STREET LIGHT EXHIBIT C - STREET LIGHT IMPROVEMENTS CPN: 105253 OWNER/DEVELOPER: Westymod STREAMREALTY 0 NORTH 100' ACADEMY B LV D Westwood Professional Services, Inc. HYDE RANCH 2O01 ROSS AVE 9800 Hillwood Parkway, Suite 250 Fort Worth,TX 76177 DALLAS, TX 75201 Pha,e (817) 562-3350 SUITE 400 Toll Free (888)937-5150 GRAPHIC SCALE DATE: APRIL 2024 PHONE #; (214) 535-3883 TBPE FIRM NO. F-11756 00 42 43 DAP - BID PROPOSAL Page I of 5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid I Cluantit, Unit Price Bid Value UNIT I: WATER IMPROVEMENTS 1 241.1016 Remove 16" Water Line 0241 14 LF 20 $83.00 $1,660.00 2 241.1106 16" Pressure Plug_ 0241 14 EA 1 $3,452.00 $3,452.00 3 241.11184"-12" Pressure Plug 024114 EA 7 $2,335.00 $16,345.00 4 3201.0127 10' W ide Asphalt Pvmt Repair, Arterial 3201 17 LF 35 $15,844.50 $452.70 5 3305.0109 Trench Safety 330510 10 LF 4,700 $1.0_0 $4,700.0_0 6 3305.2006 20" Water Carrier Pipe 3305.2008 30" Water Carrier Pipe 33 05 24 33 05 24 LF LF 140 40 $425.00 $483.00 $59,500.00 $19,320.00 7 8 3311.0251 8" DIP Water 331110 15 $185.00 $2,775.00 _ LF 9 3311.0254 8" DIP Water, CLSM Backfill LF 10 $398.00 $3,980.00 3311 10 _ _ 10 3311.0451 12" DIP Water 33 1110 LF 25 $165.00 $4,125.00 11 3311.0452 12" DIP Water, CSS Backfill 33 11 10 LF 140 $477.00 $66,780.00 12 3311.0457 12" DIP Water, CLSM Backfill 39 1111 10 LF 30 $585.00 $17,550.00 13 3311.6461 12" PVC Water Pipe 33 11 12 LF 660 $126.00 $83,160.00 14 3311.0547 16" Water Pipe, CLSM Backfill 33 11 10, 33 11 12 LF 150 $365.00 $57,750.o0 15 3311.0551 16" DIP Water 331110 LF 300 $297.00 $89,100.00 16 3311.0561 16" PVC C905 Water Pipe 3312.0001 Fire Hydrant 33 11 12 331240 LF EA 3,320 9 $166.00 $5,362.00 $551,120.0_0 $48258.00 _ 17 18 3312.0002 Water Sampling Station 331250 _ EA 14 $1,200.00 $16,800.06 19 3312.01.06 Connection to Existing 16" Water Main 3312.0117 Connection to Existing 4"-12" Water Main 33 1225 33 1225 EA EA 1 1 $8,708.00 $5,361.00 $8,708.60 $5,361.00 _ 20 21 3312.1002 2" Combination Air Valve Assembly for Water 33 1230 EA 2 $23,574.00 _ _$11,787.00 22 13312.2203 2" Water Service 33 12 10 EA 6 $2,682.00 $16,092.00 23 i 3312.3005 12" Gate Valve 33 1220 EA 8 $4,339.00 $34,712.00 24 3312.3006 16" Gate Valve w! Vault 33 1220 EA 7 $29,481.00 $206,367.00 25 3312,6002 6" Blow Off Valve 331260 EA 1 $21,389.00 $21,389.00 26 9999.0001 Traffic Control 34 71 13 LS 1 1 $19 946.00 $19,946.00 TOTAL UNIT I: WATER IMPROVEMENTS $1,398,368.50 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCLWNTS - DEVELOPER AWARDED PROJECTS Hyde Ranch - City Project No. 105253 Forth Version May 22, 2019 2025.10.16 Contractor Bid Form 00 42 43_Bid Proposal DAP -Hyde Ranch (last revisionl 00 42 43 DAP - BID PROPOSAL Page 2 of 5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid puantin Unit Price Bid Value UNIT II: SANITARY SEWER IMPROVEMENTS 27 241.2013 Remove 8" Sewer Line 0241 14 LF 140 $51.00 $7,140.00 28 9999.0002 Remove & Replace 12" CMP Culvert LF 75 $23.00 $1,725.00 29 9999.0003 Remove & Replace 24" CMP Culvert LF 50 $34.40 $1,720.00 30 9999-0004 Remove & Restore Gravel Driveway SY 100 $50.00 $5,000.00 31 9999.0005 Remove & Restore Gravel Access Road SY 900 $50.00 $45,000.00 32 3201.0127 19 Wide Asphalt Pvmt Repair,_Arterial 320117 LF 1,200 $190.96 $229,152.00 33 3331 A201 10" Sewer Pipe 3311 10, 33 31 12,33 3120 LF 5,720 $211.00 $1,206,920.00 34 -_ 9999.0006 10" Sewer Pipe, Deep Trench LF 630 $420.00 $264,600.00 35 3331.4202 10" Sewer Pipe, CSS Backfill 33 11 10. 33 31 12, 33 3120 LF 100 $397.00 $39,700.00 36 9999.0007 10" Sewer Pipe, CSS Backfill, Deep Trench_ _ LF 80 $515.00 $41,200.00 37 3331.4115 8" Sewer Pipe 33 11 10.33 31 12,33 31 20 LF 475 $84.00 $39,900.00 38 3331.4116 8" Sewer Pipe, CSS Backfill 33 11 10, 33 31 12, 33 31 20 LF 130 $237.00 $30,810.00 39 3331.4119 8" DIP Sewer Pipe 331110 LF 120 $130.00 $15,600.00 40 3339.1001 4' Manhole 33 39 10, 33 39 20 EA 23 $6,317.00 $145,291.00 41 3339.1002 4' Drop Manhole 33 39 10, 33 39 20 EA 1 $9,816.00 $9,816.00 42 9999.0008 4' Manhole. Flat Tot) 13 _ $11,004.00 $143,052.00 43 9999.0009 4' Drop Manhole, Flat Top _EA _ EA 1 $12,317.00 $12,317.00 44 3305.0112 Concrete Collar for Manhole 33 05 17 EA 28 $3,205.00 $89,746.00 45 3339.1003 4' Extra Depth Manhole 33 39 10, 33 39 20 VF 180 $324.00 $58,320.00 46 3339.0003 Liner - 4' Sewer MH 33 39 60 VF 130 $462.00 $60,060.00 47 9999.0010 8" Sewer Plug EA 6 $200._00 $1,200.00 48 9999.0011 Connection to Existin4 Sewer MH EA 1 $7,909.00 $7,909.00 49 9999.0012 Connect to existing Influent Manhole EA 1 _ $15,459.00 $15,459.00 50 3305.0109 Trench Safety sa os 10 LF 7,200 $1.00 $7,200.00 51 _ 3305.0113 Trench Water Stops 33 05 15 EA 1 $2,445.00 $2,445.00 52 3301.0002 Post -CCTV Inspection 33 0131 LF 7,135 $4.00 $28,540.00 53 3301.0101 Manhole Vacuum Testing 3301 30 _ _ EA 65 $165.00 $10,725.00 54 19999.0013 Traffic Control 34 71 13 LS 1 125186.001 $125,186.00 TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS $2,645,727.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Hyde Ranch - City Project No. 105253 Forth Version May 22, 2019 2025.10.16 Contractor Bid Form 00 42 43 Bid Proposal_DAP-Hyde Ranch (last revision) 00 42 43 DAP-BIDPROPOSAL Page 3 of 5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid I ()uantil Unit Price Bid Value UNIT III: DRAINAGE IMPROVEMENTS 55 241.3024 Remove 54" Storm Line 0241 14 LF 115 $47.00 $5,405.00 56 9999.0014 Remove Headwall EA 2 $1,995.00 $3,990.00 57 9999.0015 Remove Storm Drain Manhole EA_ 1 $2,356.00 $2,356.00 58 9999.0016 Remove RCB _ LF 60 $62.00 $3,720.00 59 3341.0201 21" Class III 3341 10 LF 510 $104.00 $53,040.00 _ 60 _RCP, 33 41.020524" RCP, Class III 334110 LF 2,115 $114.00 $241,110.00 61 3341.030230" RCP Class III 334110 LF 800 $174.00 $139,200.00 62 3341.0409 48" RCP Class III 33 41 10 LF 70 $228.00 $15,960.00 63 3341.0502 54" RCP, Class III 33 41 10 LF 40 $274.00 $10,960.00 64 9999.0017 Connect to Existing Storm 4 $2,066.00 $8,024.00 65 3341.1303 6x4 Box Culvert _ 33 41 10 LF 310 $569.00 $176,390.00 66 3341.1101 4x2 Box Culvert 3341 10 LF 250 $239.00 $59,750.00 67 3349.0001 4' Storm Junction Box 33 49 10 EA 10 $9,729.00 $97,290.00 68 3349.0002 5' Storm Junction Box 33 49 10 ~EA 1 $8,079.00 $8,079.00 69 3349.0003 6' Storm Junction Box 33 49 10 EA 1 $10,444.00 $10,444.00 _ _ 70 3349.6001 10' Recessed Inlet 334920 EA 12 $8,722.00 $104,664.00 71 3349,600215' Recessed Inlet 33 49 20 EA _ $11,534.00 $23,068.00 2 72 3349.7002 5' Drop. 33 49 20 EA 1 $8,722.00 $8,722.00 73 _Inlet _ 3137.0102 Larqe Stone Riprap, dry 31 3700 Sy 1,515 $144.00 $218,180A0 74 9999.0018 TxDot Winqwall FW-0 EA 1 $59,690.00 $59,690.00 75 9999.0019 TxDot Pedestrian Railing _ LF 110 $248.00 $27,280.00 76 _ 9999.0020 TxDot 24" SETP-CD EA 3 $3,163.00 $9,489.00 77 9999.0021 TxDot 30" SETP-CD EA 3 $4,923.00 $14,769.00 78 9999.0022 TxDot 4x2 SETB-PD _ EA 2 $9,282.00 $18,564.00 _ 79 __ 9999.0023 TxDot 4x2 SETB-PD W1 No Cross Pipe EA 2 $9,282.00 $18,564.00 80 9999.0024 Concrete Lined Spillway SF 3,650 $17.00 $62,050.00 81 9999.0025 Riser Box EA 1 $7,806.00 $7,806.00 82 9999.0026 TxDot Box Culvert End Cap BC-ECD(FTW) EA 1 $3,900.00 $3,900.00 83 3305.0109 Trench Safety 33 05 10 LF 4,200 $1.00 $4,200.00 84 19999.0027 Traffic Control 1 3471 13 LS 1 V-5bdbol $7 500.00 TOTAL UNIT III: DRAINAGE IMPROVEMENTS $1,424,144.00 CITY OF FORT WORTH STANDARD CONSTRIJC 1ON SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Hyde Ranch - City Project No. 105253 Form Version May 22, 2019 2025.10.16 Contractor Bid Form 00 42 43 Bid Proposal_DAP-Hydc Ranch past recision} 00 42 43 DAP - BID PROPOSAL Page 4 of 5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Section No. Unit of Bid Unit Price Bid Value Item No. Measure uartit� UNIT IV: PAVING IMPROVEMENTS 85 3110.0101 Site Clearing 311000 LS 1 $7,500.00 $7,500.00 86 241.01 Remove Sidewalk 0241 13 SF 1,260 $1.00 $1,260.00 200 87 241.05 Remove Fence 0241 13 LF $4.50 $900.00 88 241.1 Remove Conc Pvmt 024115 SY 1,43_0 $6.50 $9,295.00 _ _ 89 241.11 Remove Asphalt Pvmt 0241 15 SY 1,440 $6.50 $9,360.00 90 9999.0028 Remove Gravel Road SY 1,120 $3,360.00 _ $300 91 9999.0029 Remove Barricade EA 2 $1,500.00 $3,000.00 92 3211.04 Hydrated Lime 321129 TN 505 $325.00 $164,125.00 93 3211.0502 8" Lime Treatment 32 1129 SY 28,000 $3.50 $98,000.00 94 3211.0702 8" Cement Treatment_ _ 3211 33 SY 1.110 $23.00 $25,530.00 95 3212.0302 2" Asphalt Pvmt Type D 321216 SY 1,100 $33.68 $37,048.00 96 3212.0501 4" Asphalt Base Type B 32 12 16 SY 1,100 $57.71 $63,481.00 97 3213.0106 11" Conc Pvmt 321313 SY _ 26,000 $81.75 $2,125,500.00 98 3213.0301 4" Conc Sidewalk 3213.0501 Barrier Free Ramp, Type R-1 321320 32 13 20 SF EA 73,000 2 $7.65 $2,600.00 $558,450.00 $5,200.00 99 ` 100 3213.0506 Barrier Free Ramp, Type P-1 321320 EA 12 $2,600.00 $31,200.00 101 3217.011 Preformed Thermoplastic Contrast Markings - 6" 32 17 23 LF 34 DOT MI) $3.00 $102.00 102 3217.0502 Preformed Thermoplastic Contrast Markings - 24" 32 17 23 LF 100 Crosswalk $17.50 $1,750.00 103 3217.0504 Preformed Thermoplastic Contrast Markings - 24" 32 17 23 LF 29 Stop Bars $250.00 $7,250.00 104 3217.101 Preformed Thermoplastic Contrast Markings - 321723 EA 18 Legend Single Head Curve Arrows $275.00 $4,950.00 105 3217.1011 Preformed Thermoplastic Contrast Markings - 32 1723 EA 20 Legend ONLY $400.00 $8,000.00 106 3217.1022 Preformed Thermoplastic Contrast Markings - 321723 EA 746 Legend Lane $400.00 $298.400.00 107 3291.01 Topsoil 32 91 19 CY 2,200 108 3292.04 Seeding, Hydromulch 32 9213 _ SY 12,600 $1.00 $12.600.00 109 19999.0030 Unclassified Excavation by Plan 31 2316 1 LS TOTAL UNIT IV: PAVING IMPROVEMENTS $3,468.761.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Hyde Ranch - City Project No. 105253 Form Version May 22, 2019 2025.10.16 Contractor Bid Form 00 42 43_Bid Proposal DAP -Hyde Ranch (last revision) 00 42 43 DAP - BID PROPOSAL Page 5 of 5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bldllst Item No. Description Specification Section No. Unit of Measure Bid anti Unit Price Bid Value UNIT V: STREET LIGHTING IMPROVEMENTS 110 ill 3441.1405 NO 2 Insulated Elec Condr 3441.1501 Furnish/Install Ground Box Type B_ 3441.1502 Fumish/Install Ground Box Type B, w/Apron 3441.3201 LED Liqhfinq Fixture 3441.3302 Rdwy Ilium Foundation TY 3,5,6, and 8 3441.3342 Rdwy Illum TY 18 Pole 2605.0111 Fumishllnstall Elec Sery Pedestal 2605.3014 2" CONDT RM (Riser) 12605.3015 2" CONDT PVC SCH 80 T 3441 10 3441 10 344110 344120 344120 344120 260500 260533 26 05 33 LF EA EA EA EA EA EA LF 1 LF 15 990 _ $2.59 - $41,414.10 $21,724.36 $32,586.54 $38,4_40.00 $46,500.0_0 $24,508.29 $8,982.61 _ $1,4_61.20 $315,237.90 14 $1,561.74 112 113 114 115 116 117 118 21 $1,551.74 40 $961.00 31 $1,5g0.00 $790.59 31 1 40 5,385 $8,982.61 _ $36.53 $58.54 TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS $530,855.00 UNIT VI: FORCE MAIN IMPROVEMENTS 119 9999.0001 24" HDPE DIPS DR-13.5 Force Main w/ 33 31 26 LF 2,311 _ Acceptable Backfill $222.00 $513,042.00 120 9999.0002 24" HDPE DIPS DR-13.5 Force Main w/ Deep 33 31 26 LF 99 Trench Backfill $414.00 $40,986.00 121 9999.0003 24" ASTM F679 PS 115 PVC w/ Acceptable 333120 LF 108 Backfill 9999.0004 24" ASTM F679 PS 115 PVC w/ Deep Trench _ 33 31 20 LF 40 $_198.00 $21,384.00 122 Backfill $232.00 $9 280.00 330524 LF $266.00 $658.00 123 9999.0005 24" HDPE DIPS DR-13.5 Force Main Carrier Pipe 9999.0006 42" Casing By Open Cut w/ Acceptable Backfill 185 118 $49,210.00 $77 644.00 124 330522 LF $708.00 $47,436.00 125 9999.0007 42" Casing By Open Cut w/ Deep Trench Backfill 33 05 22 LF 67 $27,559.00 $27,559.00 126 9999.0008 5' Polymer Concrete Manhole 33 39 21 EA 1 127 9999.0008 5' Extra Depth Polymer Concrete Manhole 333921 VF 6 $860.00 $5,160.00 128 9999.0009 6' Polymer Concrete Drop Manhole 33 39 21 EA 1 $64,959.00 $64,959.00 129 9999.0010 6' Extra Depth Polymer Concrete 33 39 21 VF_ 15 $1,382.00 _ $20,730.00 _ _ 130 _Manhole 3305.0109 Trench Safety 330510 LF 2.743 $5.60 $13,715.00 131 P&P Bond LS 1 $14,343.00 $14,343.00 132 Contractor Insurances LS 1 $10,820.00 $10,820.00 133 Contractor Fee % 3.25% $29,778.71 TOTAL UNIT VI: FORCE MAIN IMPROVEMENTS $946,046.71 UNIT II: SANITARY SEWER IMPROVEMENTS UNIT III: DRAINAGE IMPROVEMENTS UNIT IV: PAVING_ IMPROVEMENTS UNI T V: STREET LIGHTING IMPROVEMENTS UNIT VI: FORCE MAIN IMPROVEMENTS This Bid is submitted by the entity named below: BIDDER: F.A. Peinado, LLC 15815 Executive Drive Suite 500 Frisco TX, 75033 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. $1,398,368.50 $2,645,727.00 $1,424,144.00 $3,468,761.00 Total Construction Bid BY: Jimmy Co •s TITLE: E le rive DATE: 252 worldng days after the date when the END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -DEVELOPER AWARDED PROJECTS Hyde Ranch - City Project No. 105253 Form Version May 22, 2019 2025.10.16 Contractor Bid Form 00 42 43_Bid Proposal DAP -Hyde Ranch (last revision) City of Fort Worth, Mayor and Texas Council Communication DATE: 11/11/25 M&C FILE NUMBER: M&C 25-1053 LOG NAME: 60HYDE RANCH WATER IMPROVEMENTS & FM SUBJECT (CD 7) Authorize Execution of a Community Facilities Agreement with SRPF D/Hyde Ranch Phase I, L.P., with City Participation in an Amount Up to $1,293,157.96 for Oversizing a 12-Inch Water Main to 16-Inches and Construction of a 24-Inch Sewer Force Main for Anticipated Future Growth in West Fort Worth, Adopt Ordinance Establishing the City's Cost Participation in the Project, and Adopt Appropriation Ordinance to Effect a Portion of Water's Contribution to the Fiscal Years 2026-2030 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize the execution of a Community Facilities Agreement with SRPF D/Hyde Ranch Phase I, L.P., with City participation in an amount up to $1,293,157.96 for oversizing a 12-inch water main to a 16-inch water main and construction of a 24-inch sewer force main for anticipated future growth in west Fort Worth; 2. Adopt the attached ordinance establishing the City's share of the costs for participating in a Community Facilities Agreement with SRPF D/Hyde Ranch Phase I, L.P. for the Hyde Ranch project to construct a 24-inch sanitary sewer force main; and 3. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the Water and Sewer Revenue Bond Series 2025 Fund by increasing estimated receipts and appropriations in the Community Facilities Agreement Bucket programmable project (City Project No. P00001) in the amount of $1,546,277.00 and decreasing estimated receipts and appropriations in the Commercial Paper project (City Project No. UCMLPR ) by the same amount for the purpose of funding the Community Facilities Agreement-CFA-Hyde Ranch (City Project No. 105253) and to effect a portion of Water's contribution to Fiscal Years 2026-2030 Capital Improvement Program. DISCUSSION: SRPF D/Hyde Ranch Phase I, L.P. (Developer) is constructing the Hyde Ranch development project located west of Interstate Loop 820 North and south of Silver Creek Road. The Water Department is requesting to oversize approximately 3,865 linear feet of a 12-inch water main to a 16-inch water main for anticipated future growth in the area and to construct approximately 2,600 linear feet of sewer force main that was originally scoped as part of the City's Capital Improvements Program (CIP). The City will pay 100% of the price difference for oversizing the 12-inch water main to a 16-inch water main and 100% of the cost of the 24-inch sewer force main. The Hyde Ranch project is assigned City Project No. 105253 and Accela System Record IPRC23-0174. In accordance with Chapter 212, Subchapter C of the Texas Local Government Code, the City's participation in the contract is exempt from competitive bidding requirements because the contract is for oversizing public improvements being constructed by the Developer. The Developer will execute a performance bond to cover the total project cost, including all of the City's cost participation, and the City's cost participation will be determined by ordinance. The oversizing of the water main will be in accordance with the City's Unit Price Ordinance. The force main materials are not included in the City's Unit Price Ordinance and could not be calculated in accordance with the alternative methods in the Unit Price Ordinance. Therefore, to comply with state law requirements, the attached ordinance establishes the City's cost participation in the force main. The City's cost participation is estimated to be in an amount up to $319,545.32 for oversizing the water main, and in an amount up to $946,046.71 for construction of the sewer force main, as shown in the table below. Payments to the Developer are estimated to be $1,265,592.03 for construction costs and $18,920.93 for material testing costs. The City's cost participation also includes $8,645.00 to cover the City's portion of construction inspection service fees, administrative material testing fees, and water lab fees. An additional $253,118.41 in contingency funds will cover the City's portion of any change orders. The following table shows the cost -sharing breakdown for the project between all parties: A. Construction Developer Cost City Cost Total Cost 1. Water $1,078,823.18 $319,545.32 $1,398,368.50 2. Sewer $2,645,727.00 $0.00 $2,645,727.00 3. Drainage $3,468,761.00 $0.00 $3,468,761.00 4. Paving $1,424,144.00 $0.00 $1,424,144.00 5. Street Lights $530,855.00 $0.00 $530,855.00 6. Force Main $0.00 $946,046.71 $946,046.71 Contingency $0.001 $253,118.411 $253,118.41 Construction Fees: B. Construction Inspection Fee $73,500.00 $8,100.00 $81,600.00 C. Admin Material Testing Fee $21,805.00 $245.00 $22,050.00 D. Water Testing Lab Fee $1,350.00 $300.00 $1,650.00 E. Material Testing (FM only) $0.00 $18,920.93 $18,920.93 Total Project Cost $9,244,965.18 $1,546,276.37 $10,791,241.55 The reimbursement of the City participation, excluding inspection and material testing fees, is not a lump -sum amount and may be less than the stated amount depending upon the actual quantities and unit prices from the Notice of Final Completion package, commonly referred to as the Green Sheet package. It is the practice of the Water Department to appropriate its CIP plan throughout the Fiscal Year, instead of within the annual budget ordinance, as projects commence, additional funding needs are identified, and to comply with bond covenants. Funding is available in the Commercial Paper project within the Water & Sewer Revenue Bonds Series 2025 Fund for the purpose of funding the CFA-Hyde Ranch project. Funding for the Community Facility Agreement (CFA)-Hyde Ranch project as depicted in the table below: Fund Existing Appropriations Additional Appropriations Project Total* W&S Rev Bonds Series 2025 - Fund 56023 $0.00 $1,546,277.00 $1,546,277.00 Project Total $0.00 $1,546,277.00 $1,546,277.00 SMALL BUSINESS ORDINANCE - The project was privately bid prior to September 1, 2025; therefore, a small business goal was not established for the project. This project is located in COUNCIL DISTRICT 7. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are currently available in the Commercial Paper project within the W&S Rev Bonds Series 2025 Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in W&S Rev Bonds Series 2025 Fund for the CFA-Hyde Ranch project to support the execution of the agreement. Prior to an expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. Submitted for City Manager's Office by. Jesica McEachern 5804 Originating Business Unit Head: Chris Harder 5020 Additional Information Contact: Suby Varughese 8009 Melissa Harris 8028 Expedited FORT WORTH. City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: SRPF D/Hyde Ranch Phase I, L.P. Subject of the Agreement: CFA M&C Approved by the Council? * Yes ❑ No 8 If so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes ❑ No 8 If so, provide the original contract number and the amendment number. Is the Contract "Permanent"? *Yes 8 No ❑ If unsure, see back page for permanent contract listing. Is this entire contract Confidential? *Yes ❑ No 8 If only specific information is Confidential, please list what information is Confidential and the page it is located. Effective Date: Expiration Date: If different from the approval date. If applicable. Is a 1295 Form required? * Yes ❑ No 8 *If so, please ensure it is attached to the approving M&C or attached to the contract. Project Number: If applicable. 105523 *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes 8 No ❑ Contracts need to be routed for CSO processing in the following order: 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.