Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
064974 - Construction-Related - Contract - CTMGT Alpha Ranch, LLC
Received Date: 04/02/2026 Received Time: 3 : 01 p . m . Developer and Project Information Cover Sheet: Developer Company Name: Address, State, Zip Code: Phone & Email: Authorized Signatory, Title Project Name: Brief Description: Project Location: CTMGT Alpha Ranch, LLC 1800 Valley View, Suite 300, Farmers Branch, TX 75234 (281) 387-1633 1 aadkins@landmarkinterests.com Mehrdad Moayedi, Manager Alpha Ranch MI Sewer Sewer South of SH-114, West of Sendera Ranch Boulevard Plat Case Number: Not Provided Plat Name: Not Provided Council District: ETJ Phased or None Concurrent Provisions: CFA Number: 26-0027 City Project Number: 105879 1 IPRC24-0218 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas Page 1 of 20 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 City Secretary Number: STANDARD COMMUNITY FACILITIES AGREEMENT WITH CITY PARTICIPATION 64974 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 CTMGT Alpha Ranch, LLC, ("Developer"), acting by and through its duly authorized representative. City and Developer are referred to herein individually as a "party" and collectively as the "parties." WHEREAS, Developer is constructing private improvements or subdividing land within the corporate limits of Fort Worth, Texas or its extraterritorial jurisdiction, for a project known as Alpha Ranch MI Sewer ("Project"); and WHEREAS, the Project is located within the Alpha Ranch Water Control and Improvement District of Denton and Wise Counties, formerly the Alpha Ranch Fresh Water Supply District No. 1 of Denton and Wise Counties ("District"); and WHEREAS, the property is the subject of the following agreements: the Alpha Ranch Development Agreement, City Secretary Contract No. 48650, as amended ("Development Agreement"); an Agreement for Construction of Sendera Ranch Boulevard, City Secretary Contract Number 48648, as amended ("Sendera Ranch Blvd Agreement"); a Utility and Infrastructure Agreement, City Secretary Contract Number 58579 ("Utility Agreement"); an Agreement Concerning Operation of Alpha Ranch Fresh Water Supply District No. 1 of Denton and Wise Counties, as amended, City Secretary Contract Number 48647 ("Operation Agreement"); a Sewer Infrastructure Agreement, City Secretary Contract Number 48656 ("Sewer Agreement"); and a Water Infrastructure Agreement, City Secretary Contract Number 48654 ("Water Agreement"); and WHEREAS, the City desires to ensure that all developments are adequately served by public infrastructure and that the public infrastructure is constructed according to City standards; and WHEREAS, as a condition of approval of the Project, Developer is required to bear a portion of the costs of municipal infrastructure by constructing the public infrastructure necessary for the Project as described in this Agreement ("Community Facilities" or "Improvements"); and WHEREAS, as a condition of approval of the Project, Developer is required to meet the additional obligations contained in this Agreement, and Developer may be required to make dedications of land, pay fees or construction costs, or meet other obligations that are not a part of this Agreement; and OFFICIAL RECORD City of Fort Worth, Texas CITY SECRETARY Page 2 of 20 Standard Community Facilities Agreement with City Participation FT. WORTH, TX Rev. 4/2/20 WHEREAS, the City desires to participate in this Agreement in an amount not to exceed $6,654,518.07 to enlarge the scope of the Improvements beyond what Developer is responsible for constructing by oversizing various size sewer mains as authorized by City Council through approval of M&C 26-0184 on March 10, 2026 ("City Participation"); and WHEREAS, the City Participation includes reimbursement to Developer in amounts not to exceed $5,551,102.06 for construction costs, $8,358.23 for IPRC plan review fees, $111,022.04 for material testing costs, $9,897.18 for public bid advertisement costs, $624,681.00 for gas line relocation costs, and $297,959.58 for design service costs. The remaining City Participation in the amount of $51,497.98 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, upon completion of construction of the Sewer Improvements ("City Improvements") the City will accept and maintain the City Improvements; and WHEREAS, the Developer and the City desire to enter into this Agreement in connection with the collective Improvements for the Project; NOW, THEREFORE, for and in consideration of the covenants and conditions contained herein, the City and the Developer do hereby agree as follows: 1. CFA Ordinance The Community Facilities Agreements Ordinance ("CFA Ordinance"), as amended, is incorporated into this Agreement by reference, as if it was fully set forth herein. Developer agrees to comply with all provisions of the CFA Ordinance in the performance of Developer's duties and obligations pursuant to this Agreement and to cause all contractors hired by Developer to comply with the CFA Ordinance in connection with the work performed by the contractors. If a conflict exist between the terms and conditions of this Agreement and the CFA Ordinance, the CFA Ordinance shall control. 2. Incorporation of Engineering Plans The engineering plans for the Improvements that have been approved by the City ("Engineering Plans") are incorporated into this Agreement by reference as if fully set out herein. Developer shall provide at its expense, unless otherwise agreed to by City, all engineering drawings and documents necessary to construct the Improvements required by this Agreement. 3. Description of Improvements; Exhibits and Attachments The following exhibits describe the general location, nature and extent of the Improvements that are the subject of this Agreement and are attached hereto and incorporated herein by reference: ❑ Exhibit A: Water ❑X Exhibit B: Sewer ❑ Exhibit C: Paving ❑ Exhibit D: Storm Drain ❑ Exhibit E: Street Lights & Signs City of Fort Worth, Texas Page 3 of 20 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 ❑ Exhibit F: Traffic Signal & Striping The Location Map and Cost Estimates are also attached hereto and incorporated herein by reference. To the extent that Exhibits A, B, C, D, E, the Location Map, or the Cost Estimates conflict with the Engineering Plans, the Engineering Plans shall control. If applicable, Attachment 1 — Changes to Standard Community Facilities Agreement, Attachment 2 — Phased CFA Provisions, and Attachment 3 — Concurrent CFA Provisions, are attached hereto and incorporated herein for all purposes. 4. Construction of Improvements Developer agrees to cause the construction of the Improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and specifications, the Engineering Plans, the Cost Estimates provided for the Improvements, and this Agreement. Developer acknowledges that City will not accept the Improvements until the City receives affidavits and lien releases signed by Developer's contractors verifying that the contractors, and all subcontractors and material suppliers, have been paid in full for constructing the Improvements, and consent of the surety on payment and performance bonds provided for the Improvements. 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. City of Fort Worth, Texas Page 4 of 20 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 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 Tenn, 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 Tenn, 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 Tenn, 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. 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 City of Fort Worth, Texas Page 5 of 20 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 performance bonds shall guarantee construction of the Improvements and payment of all subcontractors and material suppliers. Developer agrees to require Developer's contractors to provide the City with a maintenance bond naming the City as an obligee, in the amount of one hundred percent (100%) of the cost of the Improvements, that guarantees correction of defects in materials and workmanship for the Improvements by the contractor and surety for a period of two (2) years after completion and final acceptance of the Improvements by the City. All bonds must be provided to the City before construction begins and must meet the requirements of the City's Standard Conditions, Chapter 2253 of the Texas Government Code, and the Texas Insurance Code. (d) Developer will require Developer's contractors to provide the City with insurance equal to or in excess of the amounts required by the City's standard specifications and contract documents for developer -awarded infrastructure construction contracts. The City must be named as an additional insured on all insurance policies. The Developer must provide the City with a Certificate of Insurance (ACORD or form approved by the State of Texas), supplied by each contractor's insurance provider, which shall be made a part of the Project Manual. (e) Developer will require the Developer's contractors to give forty-eight (48) hours' advance notice of their intent to commence construction of the Improvements to the City's Construction Services Division so that City inspection personnel will be available. Developer will require Developer's contractors to allow construction of the Improvements to be subject to inspection at any and all times by the City's inspectors. Developer will require Developer's contractors to not install or relocate any sanitary sewer, storm drain, or water pipe unless a City inspector is present and gives consent to proceed, and to allow such laboratory tests as may be required by the City. (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. 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 City of Fort Worth, Texas Page 6 of 20 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 (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 PROPERL Y SAFEGUARD THE WORK, OR ON ACCOUNT OF ANY ACT, 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 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 water and sewer 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 City of Fort Worth, Texas Page 7 of 20 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 Prior to execution of this Agreement, Developer has paid to the City the estimated cost of administrative material testing service fees, construction inspection service fees, and water testing lab fees for the water and sewer Improvements in the amounts set forth in the Cost Summary section of this Agreement. Upon completion of the construction of the water and sewer 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 water and sewer 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. In accordance with the Development Agreement, City shall be responsible for inspecting the construction of all water and sewer improvements. The District's engineer may observe the City's inspections for the purpose of gathering the information required to complete and submit all TCEQ required reports. The City's inspectors shall cooperate with the District to provide inspection report that satisfy TCEQ requirements for issuance of bonds by the District. Inspection and testing of all other Improvements (other than water and sewer Improvements), shall be performed by inspectors retain and paid for by the District, or the property owner on behalf of the District, and approved by the City ("Third Party Inspectors"). The District or property owner shall submit the names, addresses, and phone numbers of the Third Party Inspectors to the City as part of the submittal of final construction plans. Construction of the Improvements shall not commence until the Third Party Inspectors have been approved by the City, which approval shall not be unreasonably withheld or delayed. The District or property owner shall require all Third Party Inspectors to provide copies of all inspection and testing reports to the City Inspector within five (5) business days of the date of the inspection. The City has the right to terminate any Third Party Inspector retained by the District or owner in accordance with the foregoing paragraph if the inspector (a) fails to perform inspections and testing to ensure construction in compliance with this Agreement and the Development Agreement; or (b) fails to timely provide copies of inspection and testing reports to the City's Transportation and Public Works Department, and does not correct any such deficiencies within ten (10) days after receipt of written notice from the City. Upon terminate of any Third Party Inspector, the City at its option may: (a) allow the use of another approved Third Party Inspector, or (b) perform all necessary inspections and testing. Should the City elect to perform inspections and testing pursuant to this subsection, the City shall perform such inspections and testing in a timely manner and the District shall pay the City an inspection fee to reimburse the City for its reasonable and necessary costs of performing the inspection, not exceeding the City's generally applicable fee schedule. The City shall have the right, but not the obligation to inspect and test the Improvements being inspected by Third Party Inspectors at City sole cost and expense. City shall have the right to participate in a final inspection of all Improvements. Developer shall require the contractor to notify the City Inspector when Improvements are ready for a final inspection. Denton County shall inspect all flood control structures and connections to Denton County Roads. The property owner shall deliver as -built drawings for all Improvements to the City and County within thirty (30) days after final inspection. City of Fort Worth, Texas Page S of 20 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 15. Water and Sewer Material Testing Fees and Reports The City maintains a list of pre -approved material testing laboratories. For water and sewer Improvements, 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 water or sewer 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 any water or sewer 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 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: CTMGT Alpha Ranch, LLC, 1800 Valley View, Suite 300 Farmers Branch, TX 75234 Or to such other address one party may hereafter designate by notice in writing addressed and mailed or delivered to the other party hereto. 17. City of Fort Worth, Texas Page 9 of 20 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 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 It is expressly understood and agreed that Developer and its employees, representative, agents, servants, officers, contractors, subcontractors, and volunteers shall operate as independent contractors as to all rights and privileges and work performed under this Agreement, and not as agents, representatives or employees of the City. Subject to and in accordance with the conditions and provisions of this Agreement, Developer shall have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers. Developer acknowledges that the doctrine of respondeat superior shall not apply as between the City and its officers, representatives, agents, servants and employees, and Developer and its employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers. Developer further agrees that nothing herein shall be construed as the creation of a partnership or joint enterprise between City and Developer. It is further understood that the City shall in no way be considered a co -employer or a joint employer of Developer or any employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers of Developer. Neither Developer, nor any officers, agents, servants, employees or subcontractors of Developer shall be entitled to any employment benefits from the City. Developer shall be responsible and liable for any and all payment and reporting of taxes on behalf of itself, and any of employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers. The City, through its authorized representatives and employees, shall have the sole and exclusive right to exercise jurisdiction and control over City employees. 19. Applicable Law; Venue This Agreement shall be construed under and in accordance with Texas law. Venue shall be in the state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. City of Fort Worth, Texas Page 10 of 20 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 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 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. City of Fort Worth, Texas Page 11 of 20 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 26. Prohibition on Boycotting Energy Companies Developer acknowledges that in accordance with Chapter 22764 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. The terms "boycott energy company" and "company" 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. 13, § 2. 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 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. 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. City of Fort Worth, Texas Page 12 of 20 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 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. 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. 33. Signature Authority The person signing this Agreement on behalf of Developer warrants that he or she has the legal authority to execute this Agreement on behalf of the Developer, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the entity. The City is fully entitled to rely on this warranty and representation in entering into this Agreement. 34. Counterparts This Agreement may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. 35. Entire Agreement This written instrument, together with any attachments, exhibits, and appendices, constitutes the entire understanding between the City and Developer concerning the work to be performed hereunder, and any prior or contemporaneous, oral or written agreement that purports to vary from the terms hereof shall be void. 36. City Participation; Fiscal Funding Limitation (a) The City will reimburse Developer for construction costs in an amount not to exceed City of Fort Worth, Texas Page 13 of 20 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 $5,551,102.06, including $8,358.23 for IPRC plan review fees, $111,022.04 for material testing costs, $9,897.18 for public bid advertisement costs, $624,681.00 for gas line relocation costs, and $297,959.58 for design service costs. The remaining City Participation in the amount of $51,497.98 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: City of Fort Worth, Texas Page 14 of 20 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 �o-�azz Imo, 7�rm"•,., B� P�ipo:il {. '-'�"'Y"""' BIQLL''-�; -_: ?f'= Bid VaSm IHT II SANITARY SEWER IMOROVEMENTS 1 4 5 d 7 8 g 'a 1 2 ? 4 15 19 17 18 3331.44013R' Sewer Pipe 3331.44051T CWP x aver 3331.44112 3T Sewer Pipe, COS Baelr7 3331.44033Ir SewaFipe, 3e1w Ba*fill .3331.433D 27 Sewer Pipe 3331.433127-Sewer Pipe, CBS Bazla 3331.4332 27- Sewer Pipe, Select Bad l 3331 A333 27 ' Fiberj-atss Sewer Pipe 1331.4317 24' "ev`erPipe 3-3,11.4312 24' SemrPipe. Select B inl A31E 2V Sewer Pipe- CSS Bar8rfill 3.3311.430E 21' ewer Pipe 3331.4225 18' Sever Pipe 3331,4228 18' Sever Pipe- C35l dill 3331.4227 18'SewerPipe SelectBackM 3331.4220 18' DIP Sewe: 3331 AR 18- DIP Sev*- , ='."-3 BadsfilL 3331.4215 15'&-her Pipe M1.421+ 15'Sever Pipe, CSS.BacKIII 3331.4217 15'SawerP Select 3'331.4222 1 tr MP Sewer 3331.4223 16 DIP Sewer, CSS Bad fBr 3,331.4,224 1 Or D'P Sewer, Sidect BadM 3331.420E t2' vrerPipe 3331.42M 't2'SewerPipe. 3-331.4210 12' ;ewer Pipe. Select BadM 3339.1001 4' Manhole MM.1101 5' Manhole 333g.11]03 4' Eama Depth ld r"Ae 2339.1103 5' E&a Depth'Mahatle 2F _' - 23 - _ 1 .. 2C - _ 3I 22 :" : ' ' : '' - : ; -:_ 21 _•'_• 3_' - 21 2-; - 3-1 2 - 2:1 2--1 �_, ...- 3 2" ' . 2C .I] ?:' _ 3 _':' " '0 S3 33 e _ _ _ ; 32 : _ ' _ _,_ :K _ _ 3 . _ . _ 02= = r, - 3305'7 33 05 :. "- 33 - _ 33';: IF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF EA EA 443 'w`2 60 = $-340.00 $505.00 $270.00 80.00 M27,040.00 $t73,112.00 $18.310.00 $442.120.00 $463.008.00 $31.210.00 M500A(1 $21� .6158.00 Wre,200.00 -$6.00U.00 _$K43.280.M MXC.00 M?"-C-:0 " 5,- $" .ido.cc M;-, C'; - .30.00 : `i20.00 _ S' ==.-470.00 $15,-Q0.aa 52 1.'55.79 K524.510.80 $8,700.00 $3,')]O.GG $1.0170.00 $`"7.COUA0 S449,575.00 Z'23.M.Ob S2S3.7M.00 M.480.00 $151.500.00 $f.M0.00 xW0.000.00 $7,900.00 =$170.408.00 $ M.000.00 $3.900.00 $73,032.00 $71,648.00 1 ZM $206.00 $240. 00 130 154 J250.00,i $388. L10 538 780 $220.00 $250.00 50.00 100.00 $1910.00 $200.00 $280.0Ci $310.00 $150.00 $18D.00 1$19D.00 $285.00 20 1113 4- 110 4M 3M 5.974 Ea 474_ 113 $0 .I] I - - 23 29 30 31 32 33 34 35 3F - 40 41 42 43 44 45 45 47 4-9 265 127 1 16 .00 $3a5.013 $106.00 $136.01) $146.00 38,000.00 $:10,0013.00 $260.00 _ 25.00 V-D.00 $5,000.00 31,51M.00 $1,000.00 $1,500.00 $1,525.00 $020.00 $820.00 $430.00 $350.00 $5,500.00 $11.500.00 $7,500.00 $3.50 $250.00 1600.00 S3.00 $3.00 131) 40 13 67 $2.3d 649.71 1,11322.07 1 2c VF VF VF EA 1329.0001 Epoxy VarilroleL finer _---1.2113 W-Sever ?it nerkPlug -241.2106 15'SemerAbandrnimmitng -2241.2115 12- sexerAllardonmortPlug 3305.0112 CanesCQHafbrMardmie 3305.1108 48' Casing By Odw Than Open Cut 13M.1007 42 Casin * Open Cut 2305.1005 48'Casing 8yfipenCut MM.1 OX M Casing By 0& Cut 3305.1005 3T COng B1'Open Cart .00M, tionaen tv Ewsting 5' Manhole :. . _•,;r o© ird urt :II: _tfityMarkers -' .+70132 Pest -CCTV Inspectm �Ci.010' Va-holeVacuLrnTesting QA5.0113---nc:- %lint r-Stops 3305.01K r e r ,kety _ d.000=. C: - = _. EA EA EA LF LF LF 1 78 2D6 151 346 13 05 00 90 S10 00 00 0G 330520 33 01 31 330130 330510 3305 i0 00 -D] +00 LF LF EA EA EM 1 18 1-:0 1 4.5 E€ M 80 7 24 3V 23 E 2 LF EA, EA LF LF TOTAL UNIT 11= SANITARY SEIYE-R I he1PROVEMENTS I $8.381-r.360.55 -bsveloercost In13sal $2.834,248.N cq Cvst lm--%}j $6,551,102.05 (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. City of Fort Worth, Texas Page 15 of 20 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 (c) Design invoice(s), shall be delivered to the City by email with the subject heading "Reimbursement Request/Alpha Ranch Master Infrastructure Sewer" and delivered to DSWS@FORTWORTHTEXAS.GOV. (d) In the event no funds or insufficient funds are appropriated and budgeted or are otherwise unavailable by any means whatsoever in any fiscal period for payments due under this Agreement, then the City will immediately notify Developer of such occurrence and this Agreement shall be terminated on the last day of the fiscal period for which appropriations were received without penalty or expense to the City of any kind whatsoever, except to the portions of annual payments herein agreed upon for which funds shall have been appropriated. [REMAINDER OF PAGE INTENTIONALLY BLANK] City of Fort Worth, Texas Page 16 of 20 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 Project Name: Alpha Ranch MI Sewer CFA No.: 26-0027 Ite ms 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 38. Cost Summary Sheet IPRC No.: 24-0218 City Project No.: 105879 Total Construction Cost (excluding the fees): Estimated Construction Fees: C. Construction Inspection Service Fee D. Administrative Material Testing Service Fee E. Material Testing Cost (unknown cost) E. Water Testing Lab Fee F. Design Services Fees G. Public Bid Adverisement Cost H. IPRC Plan Review Fees I. Gas Line Relocation Costs Total Estimated Construction Fees: TOTAL PROJECT COST Financial Guarantee For Sewer Construction Escrow Agreement = 100% Developer's Cost City's Cost Total Cost $ 2,834,248.49 $ 5,551,102.06 $ 8,385,350.55 $ 2,834,248.49 $ 5,551,102.06 $ 8,385,350.55 $ 2,834,248.49 $ 5,551,102.06 $ 8,385,350.55 $17,909.78 $35,077.73 $52,987.51 $8,383.75 $16,420.25 $24,804.00 $0.00 $111,022.04 $111,022.04 $0.00 $0.00 $0.00 $152,130.42 $297,959.58 $450,090.00 $5,053.24 $9,897.18 $14,950.42 $4,267.50 $8,358.23 $12,625.73 $0.00 $624,681.00 $624,681.00 $187,744.69 $1,103,416.01 $1,291,160.70 $ 3,021,993.18 $ 6,654,518.07 $ 9,676,511.25 'Note: Only Sewer Construction is required to be inpected by City. City of Fort Worth, Texas Page 17 of 20 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 IN WITNESS WHEREOF, the City and Developer have each executed this Agreement by their duly authorized signatories to be effective on the date executed by the City's Assistant City Manager. CITY OF FORT WORTH Jesica McEachern Assistant City Manager Date: 04/02/2026 Recommended by: l emd Rios Leone) Rios (Apr 1, 202614:16:21 CDT) Leonel Rios Sr. Contract Compliance Specialist Development Services Department Approved as to Form & Legality: Jessika Williams Assistant City Attorney M&C No. 26-0184 Date: 3/10/2026 Form 1295: 2026-1416882 pow 4PY1 � FORII ATTEST: p+ ° ° `0 des s=°v 'k . Z Qannnx4s4 Jannette Goodall City Secretary City of Fort Worth, Texas Standard Community Facilities Agreement with City Participation Rev. 4/2/20 DEVELOPER CTMGT Alpha Ranch, LLC, a Texas limited liability company By: Centamtar Terras, L.L.C., Its Manager By: CTMGT, LLC, Its Manager Mehrdad Moayedi (Mar 25, 202612:55:33 CDT Mehrdad Moayedi Manager 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 18 of 20 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. T__ _1__ -1 _ J A u_ _7____ _- ® Attachment I - Changes to Standard Community Facilities Agreement ❑ Attachment 2 — Phased CIA 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 ❑x Cost Estimates (Remainder of Page Intentionally Left Blank) City of Fort Worth, Texas Page 19 of 20 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 F-11 "MMT 1 ►�I li" Changes to Standard Community Facilities Agreement City Project No.105879 Negotiated changes are contained in the body of the Agreement. City of Fort Worth, Texas Page 20 of 20 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 EL 0 0 ------------- OWNER/DEVELOPER OWNER/DEVELOPER OWNER/DEVELOPER MM ALPHA PHASE 1, LLC CTMGT ALPHA RANCH, LLC FORESTAR (USA) REAL ESTATE GROUP, INC 1800 VALLEY VIEW 1800 VALLEY VIEW 2221 E. LAMAR BOULEVARD FARMERS BRANCH, TX 75234 FARMERS BRANCH, TX 75234 SUITE 790 PHONE #: (469)892-7600 PHONE #: (469)892-7600 ARLINGTON, TEXAS 76006 CONTACT: JACK DAWSON CONTACT: JACK DAWSON ALPHA RANCH MI SANITARY SEWER IPRC 24-0218 CPN 105879 Weftwood OVERALL EXHIBIT 0. 1500' Weshvppd prpjegjprml Seryice& Inc. FORT WORTH -TEXAS FEBRUARY 2026 JL— s JAL 15" SS \ 30" SS SS 55 s ss ss 5 g � 18" SS 15" SS 5' MANHOLE 4' MANHOLE J[ l S 30" SS ss y , C 55 27" SS 55 ss SS 21" SS ss 18" SS NOTES: 1. ALL PROPOSED SANITARY SEWER LINES ARE 12" UNLESS OTHERWISE NOTED. C OWNER/DEVELOPER OWNER/DEVELOPER OWNER/DEVELOPER MM ALPHA PHASE 1, LLC CTMGT ALPHA RANCH, LLC FORESTAR (USA) REAL ESTATE GROUP, INC 1800 VALLEY VIEW 1800 VALLEY VIEW 2221 E. LAMAR BOULEVARD FARMERS BRANCH, TX 75234 FARMERS BRANCH, TX 75234 SUITE 790 IPRC 24-0218 PHONE #: (469)892-7600 PHONE #: (469)892-7600 ARLINGTON, TEXAS 76006 CPN 105879 CONTACT: JACK DAWSON CONTACT: JACK DAWSON ALPHA RANCH MI SANITARY SEWER Weftwood SEWER EXHIBIT B 0' 1500' Wedwppd Pro orml Seryice& Inc. FORT WORTH -TEXAS FEBRUARY 2026 00 42 43_SpecBook Proposal Form DAP - BID PROPOSAL Page 1 of 2 SECTION 00 42 43 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Valuc UNIT II: SANITARY SEWER IMPROVEMENTS 1 3331.4401 30" Sewer Pipe 3331.4405 30" DIP Sewer 26 11 10, 33 2711 10,33 LF LF 3,446 352 $240.00 $827,040.00 2 $506.00 $178,112.00 3 3331.4402 30" Sewer Pipe, CSS Backfill 2811 10,33 LF 60 $270.00 $16,200.00 4 3331.4403 30" Sewer Pipe, Select Backfill 2911 10,33 LF 1,579 $280.00 $442,120.00 5 3331.4330 27" Sewer Pipe 3011 10,33 LF 2,248 $206.00 $463,088.00 6 3331.4331 27" Sewer Pipe, CSS Backfill 31 11 10,33 LF 130 $240.00 $31,200.00 7 3331.4332 27" Sewer Pipe, Select Backfill 3211 10,33 LF 154 $250.00 $38,500.00 8 3331.4333 27" Fiberglass Sewer Pipe 3331 13 LF 538 $386.00 $207,668.00 9 3331.4317 24" Sewer Pipe 3311 10,33 LF 760 $220.00 $167,200.00 10 3331.4319 24" Sewer Pipe, Select Backfill 3311 10,33 LF $260.00 11 3331.4318 24" Sewer Pipe, CSS Backfill 3311 10,33 LF 20 $250.00 $5,000.00 12 3331.4308 21" Sewer Pipe 3311 10,33 LF 1,113 $180.00 $200,340.00 13 3331.4225 18" Sewer Pipe 3311 10,33 LF 4,333 $160.00 $693,280.00 14 3331.4226 18" Sewer Pipe, CSS Backfill 3311 10,33 LF 110 $190.00 $20,900.00 15 3331.4227 18" Sewer Pipe, Select Backfill 3311 10,33 LF 338 $200.00 $67,600.00 16 3331.4229 18" DIP Sewer 3311 10 LF 401 $280.00 $112,280.00 17 3331.4230 18" DIP Sewer, CSS Backfill 3311 10 LF 359 $310.00 $111,290.00 18 3331.4215 15" Sewer Pipe 3311 10,33 LF 5,874 $150.00 $881,100.00 19 3331.4216 15" Sewer Pipe, CSS Backfill 3311 10,33 LF 80 $180.00 $14,400.00 20 3331.4217 15" Sewer Pipe, Select Backfill 3311 10,33 LF 474 $190.00 $90,060.00 21 3331.4222 16" DIP Sewer 3311 10 LF 113 $265.00 $29,945.00 22 3331.4223 16" DIP Sewer, CSS Backfill 3311 10 LF 265 $295.00 $78,175.00 23 3331.4224 16" DIP Sewer, Select Backfill 3311 10 LF 127 $305.00 $38,735.00 24 3331.4208 12" Sewer Pipe 3311 10,33 LF 1,210 $106.00 $128,260.00 25 3331.4209 12" Sewer Pipe, CSS Backfill 3311 10,33 LF 130 $136.00 $17,680.00 26 3331.4210 12" Sewer Pipe, Select Backfill 3311 10,33 LF 40 $146.00 $5,840.00 27 3339.1001 4' Manhole 33 39 10, 33 EA 13 $8,000.00 $104,000.00 28 3339.1101 5' Manhole 33 39 10, 33 EA 67 $10,000.00 $670,000.00 29 3339.1003 4' Extra Depth Manhole 33 39 10, 33 VF 62.36 $250.00 $15,590.00 30 3339.1103 5' Extra Depth Manhole 33 39 10, 33 VF 649.71 $325.00 $211,155.75 31 3339.0001 Epoxy Manhole Liner 33 39 60 VF 1,192.07 $440.00 $524,510.80 32 0241.2113 30" Sewer Abandonment Plug 0241 14 EA 1 $5,000.00 $5,000.00 33 0241.2106 15" Sewer Abandonment Plug 0241 14 EA 2 $1,500.00 $3,000.00 34 0241.2105 12" Sewer Abandonment Plug 0241 14 EA 1 $1,000.00 $1,000.00 35 3305.0112 Concrete Collar for Manhole 33 05 17 EA 78 $1,500.00 $117,000.00 36 3305.1108 48" Casing By Other Than Open Cut 33 05 22 LF 295 $1,525.00 $449,875.00 37 3305.1007 42" Casing By Open Cut 33 05 22 LF 151 $620.00 $93,620.00 38 3305.1008 48" Casing By Open Cut 33 05 22 LF 346 $820.00 $283,720.00 39 3305.1006 36" Casing By Open Cut 33 05 22 LF 626 $480.00 $300,480.00 40 3305.1005 30" Casing By Open Cut 33 05 22 LF 505 $360.00 $181,800.00 41 9999.0002 Connection to Existing 5' Manhole 00 00 00 EA 1 $5,500.00 $5,500.00 42 9999.0001 odor control unit 00 00 00 EA 18 $11,500.00 $207,000.00 43 3305.0110 Utility Markers 33 05 26 LS 1 $7,500.00 $7,500.00 44 3301.0002 Post -CCTV Inspection 3301 31 LF 48,688 $3.50 $170,408.00 45 3301.0101 Manhole Vacuum Testing 3301 30 EA 80 $250.001 $20,000.00 46 3305.0113 Trench Water Stops 33 05 10 EA 7 $500.00 $3,500.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version April 2, 2014 1-Addendum 1 Bid Proposal Workbook CC 00 42 43_SpecBook Proposal Form DAP - BID PROPOSAL Page 2 of 2 SECTION 00 42 43 UNIT PRICE BID Bidder's Application 47 13305.0109 Trench Safety 1330510 1 LF 1 24,3441 $3.001 $73,032.00 TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS $8,313,704.55 UNIT III: Erosion Control 1 19999.0003 Silt Fence 1000000 1 LF 1 23,8821 $3.001 $71,646.00 TOTAL UNIT III: EROSION CONTROL IMPROVEMENTSI $71,646.00 Bid UNIT II: SANITARY SEWER IMPROVEMENTS $8,313,704.55 UNIT III: EROSION CONTROL IMPROVEMENTS $71,646.00 Total Construction Bidl $8.385.350.55 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. 125 working days after the date when the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version April 2, 2014 1-Addendum 1 Bid Proposal Workbook CC SPRINGING PARTIAL ASSIGNMENT THIS SPRINGING PARTIAL ASSIGNMENT (this "Assignment"), is made and entered into by and between CTMGT Alpha Ranch, LLC ("Developer") and the City of Fort Worth, a Texas home -rule municipal corporation ("Fort Worth") to witness the following: WHEREAS, Developer and Fort Worth have entered into a Community Facilities Agreement for Alpha Ranch Master Infrastructure Sewer, CFA Number 26-0027, City Project Number 105879, IPRC Number 24-0218 (the "CFA"); and WHEREAS, the CFA provides that Developer shall submit to Fort Worth performance bonds, cash deposits or other financial security acceptable to Fort Worth (collectively, the "Financial Security") for the purpose of guaranteeing satisfactory compliance by Developer with all requirements, terms, and conditions of the CFA (the "CFA Obligations"); and WHEREAS, Public Finance Authority, a unit of government and body corporate and politic duly organized and existing under the laws of the State of Wisconsin (the "Authority"), TIP Management Company, LLC, a Texas limited liability company ("TIPCo"), Computershare Trust Company, National Association, a national banking association duly organized and existing under the laws of the United States of America, acting in its capacity as trustee (the "Trustee"), and Developer are parties to that certain Program Agreement dated as of December 1, 2024 (the "Program Agreement") relating to the issuance of the Public Finance Authority Texas Infrastructure Program Tax -Exempt Revenue Anticipation Capital Appreciation Bonds (Alpha Ranch Project), Series 2024 (the "Bonds"); and WHEREAS, in lieu of delivering performance bonds, cash deposits or other financial security, Developer desires to grant, and Fort Worth is willing to accept, this Assignment, which constitutes a springing partial assignment of Developer's rights under the Program Agreement. Provided, this Assignment is strictly limited to the rights to receive proceeds of, or draw upon, the Project Fund, as referenced in the Program Agreement, that is designated for, allocable to, or otherwise intended to finance or reimburse costs of the linprovements pursuant to the CFA and shall not in any way include any other costs (collectively, the "Assigned Rights"); and WHEREAS, the parties intend that this Assignment constitute the Financial Security required by the CFA, and this Assignment shall completely satisfy the Developer's obligation to submit the Financial Security to secure the performance of the CFA Obligations. NOW THEREFORE, for and in consideration of these recitals, ten dollars ($10.00) and other good and valuable consideration, the receipt, sufficiency and adequacy of which are hereby acknowledged, the parties hereto hereby agree as follows: City of Fort Worth, Texas Springing Partial Assignment Page 1 of 10 SECTION 1. DEFINED TERMS. Capitalized terms used but not defined herein shall have the meanings ascribed to them in the Program Agreement or the CFA, as applicable. As used herein: (a) "Assigned Rights" has the meaning set forth in the Recitals. (b) "Developer Failure" means Developer's failure to timely construct or cause the construction of the Improvements pursuant to the CFA, or Developer's failure to pay all contractors and material suppliers for construction of the Improvements being constructed pursuant to the CFA, after expiration of all notice and cure periods (if any) provided therein. Provided, failure by Developer to pay all contractors or material suppliers for the construction of the Improvements shall not constitute Developer Failure by Developer if (i) Developer is withholding payment in accordance with applicable Texas law, or (ii) there exists a bona fide dispute regarding such payment, provided that Developer is diligently and in good faith pursuing resolution of such dispute in a reasonable manner. (c) "Springing Date" means the date on which all of the conditions precedent set forth in Section 4 have been satisfied. SECTION 2. GRANT OF SPRINGING PARTIAL ASSIGNMENT Subject to Section 3 and conditioned upon the occurrence of a Developer Failure, Developer hereby assigns, transfers, conveys, and sets over to Fort Worth, and Fort Worth hereby accepts, all of Developer's right, title, and interest in, to, and under the Assigned Rights, together with all proceeds and products thereof, but excluding all other rights, privileges, and obligations of Developer under the Program Agreement. Prior to the Springing Date, this Assignment shall constitute a present, absolute, but dormant conveyance of the Assigned Rights that shall not be operative or enforceable by Fort Worth unless and until the Developer Failure has occurred and the conditions precedent in Section 4 have been satisfied, including but not limited to the expiration of all notice and cure periods. For the avoidance of doubt, the Assigned Rights granted to Fort Worth under this Assignment are, and shall at all times be, strictly limited to costs that would have been incurred by Developer in connection with the Improvements described in and governed by the CFA, but were not paid due to a Developer Failure. No provision of this Assignment, the CFA, the Program Agreement, or any other agreement or instrument shall be interpreted to grant Fort Worth any right, power, or privilege to requisition, draw, or otherwise obtain funds, credits, or disbursements under the Program Agreement with respect to any infrastructure, facilities, or improvements except for the Improvements expressly identified in the CFA pursuant to Section 4 of this Assignment. Any interpretation inconsistent with the foregoing limitations is expressly disclaimed by the parties. Any provision of this Assignment that could be construed to expand Fort Worth's rights beyond those expressly limited herein shall be limited to conform to the restrictions set forth in this paragraph. City of Fort Worth, Texas Springing Partial Assignment Page 2 of 10 SECTION 3. RETENTION OF RIGHTS; NO ASSUMPTION OF LIABILITIES. Until the Springing Date, Developer shall retain all rights under the Program Agreement, including under the Assigned Rights, and shall remain solely liable for all covenants, liabilities, and obligations imposed upon Developer by the Program Agreement and the CFA. Nothing in this Assignment shall be construed as an assumption by Fort Worth of any liability or obligation of Developer under the Program Agreement or the CFA except to the limited extent expressly set forth in Section 5(b) below. SECTION 4. CONDITIONS PRECEDENT TO ENFORCEMENT. Fort Worth may invoke and enforce the Assigned Rights only upon satisfaction of each of the following conditions precedent: (a) A Developer Failure shall have occurred; and (b) Fort Worth shall have delivered to the Authority, Trustee, TIPCo and Developer written notice of Developer Failure, and such Developer Failure is not cured within seven (7) days after such notice. Upon satisfaction of the foregoing conditions, the assignment granted herein shall be automatically and irrevocably activated without further action of any parry, and the date on which all such conditions are first satisfied shall constitute the Springing Date. Provided, however, the City shall, within thirty (30) days after receiving the written consents to this Assignment as required by the Program Agreement (which consents may be contained in the acknowledgment attached hereto), execute and deliver to Developer a counterpart of this Assignment. If the City fails to execute and deliver such counterpart within such thirty (30) day period, this Assignment shall be null and void and of no further force or effect. It is expressly agreed that Fort Worth is under no obligation to invoke and enforce the Assigned Rights and may instead elect to enforce its rights under the CFA should a Developer Failure occur. SECTION 5. RIGHTS AND DUTIES UPON SPRINGING DATE. (a) Substitution. As of the Springing Date, Fort Worth shall be and be deemed substituted for Developer under the Program Agreement solely with respect to the Assigned Rights and solely for the purpose of drawing, receiving, or directing disbursement of funds to complete or cause the completion of the Improvements or payment of contractors and material suppliers in conformity with the CFA. (b) No Broader Assumption. Fort Worth shall not by virtue of this Assignment, or the exercise of the Assigned Rights, assume or be obligated to perform any covenant or obligation of Developer under the Program Agreement other than the obligation, if any, to apply the proceeds of the Assigned Rights toward payment of the costs of the Improvements. Developer shall remain liable for all other obligations under the Program Agreement. City of Fort Worth, Texas Springing Partial Assignment Page 3 of 10 (c) Requisition Forms. Concurrently with the execution of this Assignment, Developer shall provide Fort Worth ten (10) executed requisition forms pursuant to the Program Agreement, which Fort Worth can utilize pursuant to this Assignment upon the Springing Date. Until the occurrence of the Springing Date, such requisition forms shall be held in escrow and shall be null and void. Upon termination of this Assignment, Fort Worth shall return any such unused requisition forms to Developer. (d) Partial Payment. If the Springing Date occurs prior to the completion of the Improvements under the CFA, then, upon Fort Worth's receipt from the Project Fund of a sum equal to the costs necessary for a Developer Failure to be cured, the Assigned Rights shall automatically revert to their pre -Springing Date status, constituting a dormant conveyance that is neither operative nor enforceable by Fort Worth. (e) Termination of Rights. After the Springing Date, the Assigned Rights shall automatically revert to Developer upon Fort Worth's written acknowledgement to the Authority, the Trustee and TIPCo that the Improvements have been completed in accordance with the CFA and that no unreimbursed costs remain outstanding. SECTION 6. REPRESENTATIONS AND WARRANTIES OF DEVELOPER Developer represents and warrants to Fort Worth as of the Effective Date and again as of the Springing Date: (a) it is duly organized, validly existing, and in good standing under the laws of the State of Texas; (b) this Assignment has been duly authorized, executed, and delivered and constitutes the legal, valid, and binding obligation of Developer, enforceable in accordance with its terms, subject only to applicable bankruptcy, insolvency, or similar laws affecting creditors' rights generally and general principles of equity; (c) Developer holds the Assigned Rights free and clear of any prior pledge, lien, assignment, or encumbrance other than those created pursuant to the Program Agreement, and Developer has not previously transferred or agreed to transfer the Assigned Rights (other than this Assignment); (d) execution, delivery, and performance of this Assignment do not and will not conflict with or result in a breach of any organizational document of Developer, the Program Agreement, the CFA, or any other contract or agreement binding upon Developer; and (e) all consents required for the validity and enforceability of this Assignment, including the consents of the Authority, the Trustee and TIPCo, have been obtained. SECTION 7. REPRESENTATIONS AND WARRANTIES OF FORT WORTH. Fort Worth represents and warrants to Developer as of the Effective Date and again as of the Springing Date that Fort Worth is a duly incorporated home -rule municipality under the Constitution and laws of the State of Texas, possessing full power and authority to enter into and perform this Assignment and that this Assignment has been duly authorized, executed, and delivered by Fort Worth. City of Fort Worth, Texas Springing Partial Assignment Page 4 of 10 SECTION 8. COVENANTS. Developer covenants and agrees that it will not further assign, pledge, hypothecate, or otherwise encumber the Assigned Rights without the prior written consent of Fort Worth; and upon request by Fort Worth, execute and deliver such further instruments or documents and take such further actions as may reasonably be required to effectuate the purposes of this Assignment. SECTION 9 NOTICES. All notices, approvals, or other communications required or permitted under this Assignment shall be in writing and delivered in the manner, and deemed received at the times, provided in Section 16 of the CFA; provided, however, that copies of all notices delivered by either party under this Assignment shall concurrently be delivered to the Authority, the Trustee and TIPCo at the following addresses: Authority: Public Finance Authority 22 East Mifflin Street, Suite 900, Madison, Wisconsin 53703 Attn: Scott Carper and Michael LaPierre TIPCo: TIP Management Company, LLC, c/o The Muller Law Group, PLLC, 202 Century Square Blvd. Sugar Land, Texas 77478 Trustee: Computershare Trust Company, National Association 1505 Energy Park Drive St. Paul, Minnesota55108 SECTION 10. NON -ASSIGNABILITY OF FORT WORTH'S RIGHTS. The rights, powers, and interests held by Fort Worth hereunder in and to the Assigned Rights may not be transferred or assigned by Fort Worth in whole or in part. Any attempted transfer or assignment shall be absolutely void and shall entitle Developer to a release of the Assigned Rights. SECTION 11. NO WAIVER. No waiver by Fort Worth of any Default shall be deemed to be a waiver of any other subsequent Default. No delay or omission by Fort Worth in exercising any right or power hereunder shall impair any such right or power or be construed as a waiver thereof, nor shall any single or partial exercise of any such right or power preclude other or further exercise thereof. City of Fort Worth, Texas Springing Partial Assignment Page 5 of 10 SECTION 12. BINDING EFFECT. This Assignment shall be binding on the parties, their successors and assigns. No provision of this Assignment may be amended, waived, or modified except pursuant to a written instrument executed by Fort Worth and Developer and acknowledged in writing by the Authority, the Trustee, TIPCo, and the Trustee. SECTION 13. CHOICE OF LAW; VENUE This Assignment is to be construed and interpreted in accordance with the laws of the State of Texas. 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. SECTION 14. COUNTERPARTS. This Assignment may be executed in any number of multiple counterparts and by different parties on separate counterparts, all of which when taken together shall constitute one and the same agreement. SECTION 15. INDEMNITY. DEVELOPER HEREBY AGREES TO RELEASE, HOLD HARMLESS, AND INDEMNIFY FORT WORTH (AND ITS RESPECTIVE DIRECTORS, OFFICERS, EMPLOYEES, AGENTS AND REPRESENTATIVES) FROM AND AGAINST ALL CLAIMS, DAMAGES, EXPENSES, COSTS, SUITS AND OTHER LIABILITY OF ANY KIND WHATSOEVER THAT ARISE OUT OF OR ARE DIRECTLY OR INDIRECTLY RELATED TO ANY ACTIONS OR INACTION BY FORT WORTH WITH RESPECT TO THIS ASSIGNMENT. [REMAINDER OF THIS PAGE INTENTIONALLY BLANK] City of Fort Worth, Texas Springing Partial Assignment Page 6 of 10 ACCORDINGLY, the City of Fort Worth and Developer have each caused this instrument to be executed in each entity's respective name by its duly authorized signatories effective as of the date executed by the City Manager or his/her designee. CITY OF FORT WORTH cv� Jesica McEachern Assistant City Manager Date: 04/02/2026 Approved at to Form & Legality: Jessika Williams Assistant City Attorney Date: 04/01 /2026 ATTEST: A Jannette Goodall City Secretary City of Fort Worth, Texas Springing Partial Assignment Page 7 of 10 DEVELOPER CTMGT Alpha Ranch, LLC, A Texas limited liability company By: Centamtar Terres, L.L.C., Its Manager By: CTMGT, LLC, Its Manager Mehrdad Moavedl (Mar 25, 2026 12:55:33 CDT) Name: Mehrdad Moayedi Title: Manager Date: 03/25/2026 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. —�Z Kandice Merrick Contract Compliance Manager ACKNOWLEDGMENT AND CONSENT OF PUBLIC FINANCE AUTHORITY The undersigned, as the authorized representative of the Authority under the Program Agreement, hereby (i) acknowledges receipt of the foregoing Springing Partial Assignment of Rights, (ii) consents to the assignment of the Assigned Rights as contemplated therein, subject to and in accordance with the terms of the Program Agreement, and (iii) agrees to recognize Fort Worth as partial assignee of Developer under the Program Agreement with respect to the Assigned Rights upon the Springing Date. PUBLIC FI DANCE AUT Y By: Name: Amity A. Dias Title: Assistant Secretary ACKNOWLEDGMENT AND CONSENT OF TIP MANAGEMENT COMPANY, LLC The undersigned, as the authorized representative of TIPCo under the Program Agreement, hereby (i) acknowledges receipt of the foregoing Springing Partial Assignment of Rights, (ii) consents to the assignment of the Assigned Rights as contemplated therein, subject to and in accordance with the terms of the Program Agreement, and (iii) agrees to recognize Fort Worth as partial assignee of Developer under the Program Agreement with respect to the Assigned Rights upon the Springing Date. TIP MANAGEMENT COMPANY, LLC By: "a"' Name: Michael Libera Title: Managing Member 4123-7931-3758.7 ACKNOWLEDGMENT AND CONSENT OF COMPUTERSHARE TRUST COMPANY, NATIONAL ASSOCIATION The undersigned, as the authorized representative of the Trustee under the Program Agreement, hereby (i) acknowledges receipt of the foregoing Springing Partial Assignment of Rights, (ii) consents to the assignment of the Assigned Rights as contemplated therein, subject to and in accordance with the terms of the Program Agreement, and (iii) agrees to recognize Fort Worth as partial assignee of Developer under the Program Agreement with respect to the Assigned Rights upon the Springing Date. COMPUTERSHARE TRUST COMPANY, NATIONAL ASSOCIIATION By: 1 L Name: Title: Amy 0 4123-7931-3753.7 ACITY COUNCIL AGEND Create New From This M&C Official site of the City of Fort Worth, Texas FORT�WORTvH DATE: 3/10/2026 REFERENCE NO.: **M&C 26-0184 LOG NAME: 60ALPHA RANCH OFFSITE SEWER CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (ETJ near CD 10) Authorize Execution of a Community Facilities Agreement with CTMGT Alpha Ranch, LLC with City Participation in an Amount Up to $6,654,518.07 for Oversizing Various Size Sewer Mains for Anticipated Future Growth in North Fort Worth, Adopt Resolution Expressing Official Intent to Reimburse Expenditures from Proceeds of Future Debt 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 execution of a Community Facilities Agreement with CTMGT Alpha Ranch, LLC with City participation in an amount up to $6,654,518.07 for oversizing various size sewer mains for anticipated future growth in North Fort Worth; 2. Adopt the attached resolution expressing official intent to reimburse expenditures with proceeds of future enterprise fund debt for the Community Facilities Agreement - Alpha Ranch MI Sewer project; and 3. Adopt the attached appropriation ordinance adjusting estimated appropriations in the Water and Sewer Commercial Paper Fund by decreasing estimated appropriations in the Commercial Paper project (City Project No. UCMLPR ) in the amount of $7,487,184.00 and increasing estimated appropriations in the Community Facilities Agreement Bucket programmable project (City Project No. P00001) by the same amount for the purpose of funding the Community Facilities Agreement CFA-Alpha Ranch MI Sewer project (City Project No. 105879) and to effect a portion of Water's contribution to the Fiscal Years 2026-2030 Capital Improvements Program. DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize execution of a Community Facilities Agreement (CFA) with CTMGT Alpha Ranch, LLC in an amount up to $6,654,518.07, adopt a resolution expressing official intent to reimburse expenditures with proceeds of future enterprise fund debt for the CFA-Alpha Ranch MI Sewer project, and adopt an appropriation ordinance to effect a portion of Water's Contribution to the Fiscal Years 2026-2030 Capital Improvement Program (CIP). CTMGT Alpha Ranch, LLC (Developer) is constructing the Alpha Ranch development project located south of Highway 114 and west of John Day Road. The Developer is required to extend sewer main to serve the proposed development and offsite areas. The Water Department is requesting to oversize approximately 28,350 linear feet of sewer main with diameter that varies between 10 inches to 30 inches for anticipated future growth in the area. The construction costs for the sewer mains are estimated to be allocated at 33.8\% for the Developer and 66.2\% for the City. The Alpha Ranch Master Ranch Infrastructure sewer main project is assigned City Project No. 105879 and Accela System Record IPRC24-0218. This project has been publicly bid. The City's cost participation in the oversizing of the sewer main is estimated to be in an amount up to $6,654,518.07, as shown in the table below. Payments to the Developer are estimated to be: $5,551,102.06 for construction costs, $8,358.23 for Infrastructure Plan Review Center (IPRC) fees, $111,022.04 for material testing costs, $9,897.18 for public bid advertisement costs, $624,681.00 for gas line relocation costs, and $297,959.58 for design service costs. The City's cost participation also includes $51,497.98 to cover the City's portion of construction inspection service fees and administrative material testing fees. An additional $832,665.31 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 FPublic Improvements [Sewer Improvements 33.81% 66.21% Developer City Cost Cost $2,834,248.49 $5,551,102.06 Total Cost $8,385,350.55 Contingency 1 $0.00 1 $832,665.31 1 $832,665.31 Construction Fees A. Construction Inspection Fee $17,909.78 $35,077.73 $52,987.51 B. Admin Material Testing Fee $8,383.75 $16,420.25 $24,804.00 i C. Material Testing Costs F_ $0.001 $111,022.04 $111,022.04 D. Design Services Fees 1 $152,130.421 $297,959.58 $450,090.00 FE. Public Bid Advertisement $5osts,053.24I $9,897.18 $14,950.42 F. IPRC Plan Review Fees $4,267.50 $8,358.23 $12,625.73 Gas line Relocation costs $O.00i $624,681.00 $624,681.00 Total Cost F-$3,021,993.18 $7,487,183.38 $10,509,176.56 The reimbursement of the City participation is not a lump sum amount and may be less than the stated amount depending upon the actual quantities and unit prices from the Notice of Final Completion package, commonly referred to as the Green Sheet package. It is the practice of the Water Department to appropriate its Capital Improvement Plan (CIP) throughout the Fiscal Year (FY), instead of within the annual budget ordinance, as projects commence, additional funding needs are identified, and to comply with bond covenants. The actions in the M&C will appropriate funds in support of the Water's portion of the City of Fort Worth's Fiscal Years 2026-2030 CIP. Available cash within the Water and Sewer portfolio and the City's portfolio along with the appropriation authority authorized under the Callable Commercial Paper Program (CP) will be used to provide interim financing for this project until debt is issued. Once debt associated with this project is sold, bond proceeds will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the attached Reimbursement Resolution. Funding is available in the Commercial Paper project within the Water & Sewer Commercial Paper Fund for the purpose of funding the CFA- Alpha Ranch MI Sewer project. Funding for the CFA— Alpha Ranch MI Sewer water project is as depicted in the table below: Existing Additional Fund Appropriations Appropriations Project Total W&S Commercial Paper - $0.00 $7,487,184.00 $7,487,184.00 Fund 56026 Total $0.00 $7,487,184.00 $7,487,184.00 SMALL BUSINESS ORDINANCE —As none of the bids met the required 30\% Small Business Enterprise participation goal, the contract was awarded to the lowest responsible bidder. This project is located in the Extraterritorial Jurisdiction near Council District 10. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are currently available in the Commercial Paper project within the W&S Commercial Paper Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in W&S Commercial Paper Fund for the CFA-Alpha Ranch MI Sewer 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. TO Fund Department Account l Project � Program Activity Budget Reference # Amount ID ID Year (Chartfield 2) FROM Fund Department Account Project Program Activity Budget Reference # Amount ID ID Year (Chartfield 2) , Submitted for City Manager's Office by_ Originating Department Head: Additional Information Contact: ATTACHMENTS Jesica McEachern (5804) Christopher Harder (5020) Suby Varughese (8009) Elynn Ray (7856) 60 ALPHA RANCH FID Table (WCF 02.06.26).xlsx (CFW Internal) 60ALPHA RANCH OFFSITE SEWER FundsAvail.docx (CFW Internal) Alpha Ranch-ExhibitA.pdf (Public) Commercial Paper as of 02.06.2026.xlsx (CFW Internal) Form 1295 Executed.pdf (CFW Internal) ORD.APP 60ALPHA RANCH OFFSITE SEWER 56026 A026(R3) - JLM.docx (Public) PBS CPN 105879.pdf (CFW Internal) RES.60ALPHA RANCH OFFSITE SEWER - JLM.docx (Public) FORT WORTH. City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: CTMGT Alpha Ranch, LLC Subject of the Agreement: CFA26-0027 - Alpha Ranch MI Sewer (Sewer) M&C Approved by the Council? * Yes ❑ No M If so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes ❑ No 0 If so, provide the original contract number and the amendment number. Is the Contract "Permanent"? *Yes 0 No ❑ If unsure, see backpage for permanent contract listing. Is this entire contract Confidential? *Yes ❑ No 0 If only specific information is Confidential, please list what information is Confidential and the page it is located. Effective Date: If different from the approval date. Expiration Date: If applicable. Is a 1295 Form required? * Yes ❑ No 21 *If so, please ensure it is attached to the approving M&C or attached to the contract. Project Number: If applicable. 105879 *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes 0 No ❑ Contracts need to be routed for CSO processing in the followingorder: rder: 1. Katherine Cenicola (Approver) 2. Jannette S. Goodall (Signer) 3. Allison Tidwell (Form Filler) *Indicates the information is required and if the information is not provided, the contract will be returned to the department.