Loading...
HomeMy WebLinkAboutContract 50088 Received Date: 12/21/2017 Received Time: 12/21/2:55 p.m. 0 O 'UN Developer and Project Information Cover Sheet: Developer Company Name: Pulte Homes of Texas,LP Address, State,Zip Code: 4800 Regent Blvd., Suite 100, Irving,Texas,75063 Phone&Email: 972-462-3409,clint.vincent@pultegroup.com Authorized Signatory,Title: Clint Vincent,Vice President of Land Development y Project Name: Willow Ridge Estates Phase 4 Brief Description: Water, Sewer,Paving, Storm Drain, Street Lights Project Location: at the terminus of Sweeping Butte Dr. West of NW HWY 287 Plat Case Number: [Plat Case#]_ Plat Name: [Plat Name] Mapsco: 19L Council District: 7 CFA Number: 2017-134 City Project Number: 101180 To be completed by staff.• Received by: Date: OFFICIAL RECOIto City of Fort Worth,Texas CITY 3ECRM ARy Standard Community Facilities Agreement-Willow Ridge Estates Phase 4 CFA Official Release Date:02.20.2017 1NOR�'Hr �( Page 1 of 11 STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary TT COUNTY OF TARRANT § Contract No. V WHEREAS, Pulte Homes of Texas, LP, ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements")related to a project generally described as Willow Ridge Estates Phase 4 ("Project") within the City or the extraterritorial jurisdiction of Fort Worth, Texas("City"); and WHEREAS, the City has no obligation to participate in the cost of the Improvements or Project; and WHEREAS,any future City participation in this CFA is subject to the availability of City funds and approval by the Fort Worth City Council and shall be memorialized as an amendment to this Agreement; and WHEREAS, the Developer and the City desire to enter into this Community Facilities Agreement ("CFA" or "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: General Requirements A. The Policy for the Installation of Community Facilities ("Policy") dated March 2001, approved by the City Council of the City of Fort Worth, as amended, is hereby incorporated into this Agreement as if copied herein verbatim. Developer agrees to comply with all provisions of said Policy in the performance of its duties and obligations hereunder and to cause all contractors hired by Developer to comply with the Policy in connection with the work performed by said contractors. B. Developer shall provide financial security in conformance with paragraph 6, Section II, of the Policy and recognizes that there shall be no reduction in the collateral until the Project has been completed and the City has officially accepted the Improvements. Developer further acknowledges that said acceptance process requires the Developer's co�.tractor(s) City of Fort Worth,Texas OFFICIAL RECORD Community Facilities Agreement-Willow Ridge Estates Phase 4 CFA Official Release Date:02.20.2017 CITY SOCRETpRY Page 2 of 11 FT.WORTH,TX to submit a signed affidavit of bills paid and consent of Surety signed by its surety to ensure the contractor has paid any sub-contractor(s) and suppliers in full. Additionally, the contractor will provide in writing that the contractor has been paid in full by Developer for all the services provided under this contract. C. 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 the City-approved construction plans, specifications and cost estimates provided for the Project and the exhibits attached hereto. D. The following checked exhibits describe the Improvements and are incorporated herein: Water(A)a, Sewer(A-1), , Paving(B) ®, Storm Drain(B-1) , Street Lights & Signs (C) E. The Developer shall award all contracts for the construction of the Improvements in accordance with Section II,paragraph 7 of the Policy and the contracts shall be administered in conformance with paragraph 8, Section 11, of the Policy. Developer shall ensure its contractor(s)pays the then-current City-established wage rates. F. For all Improvements included in this Agreement for which the Developer awards construction contract(s), Developer agrees to the following: i. To employ a construction contractor who is approved by the director of the department having jurisdiction over the infrastructure to be constructed, said contractor to meet City's requirements for being prequalified,insured, licensed and bonded to do work in public ways and/or prequalified to perform water/wastewater construction as the case may be. ii. To require its contractor to furnish to the City a payment and performance bond in the names of the City and the Developer for one hundred percent (100%) of the contract price of the infrastructure, and a maintenance bond in the name of the City for one hundred percent (100%) of the contract price of the infrastructure for a period of two (2)years from the date of final acceptance insuring the maintenance and repair of the constructed infrastructure during the term of the maintenance bond. All bonds to be furnished before work is commenced and to meet the requirements of Chapter 2253, Texas Government Code. City of Fort Worth,Texas Standard Community Facilities Agreement-Willow Ridge Estates Phase 4 CFA Official Release Date:02.20.2017 Page 3 of 11 iii. To require the contractor(s) it hires to perform the construction work contemplated herein to provide 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 shall be named as additional insured on all insurance required by said documents and same will be evidenced on the Certificate of Insurance (ACORD or other state-approved form) supplied by the contractor's insurance provider and bound in the construction contract book. iv. To require its contractor to give 48 hours advance notice of intent to commence construction to the City's Construction Services Division so that City inspection personnel will be available;to require the contractor to allow the construction to be subject to inspection at any and all times by City inspection forces,to not install or relocate any sanitary sewer, storm drain, or water pipe unless a responsible City inspector is present and gives his consent to proceed, and to make such laboratory tests of materials being used as may be required by the City. V. To require its contractor to have fully executed contract documents submitted to the City in order to schedule a Pre-Construction Meeting. The submittal should occur no less than 10 working days prior to the desired date of the meeting. No construction will commence without a City-issued Notice to Proceed to the Developer's contractor. vi. To delay connections of buildings to service lines of sewer and water mains constructed under this Agreement, if any, until said sewer and water mains and service lines have been completed to the satisfaction of the Water Department. G. Developer shall provide at its expense, unless otherwise agreed to by City, all engineering drawings and documents necessary to construct the improvements under this Agreement. H. Developer shall cause the installation or adjustment of the required utilities to serve the development or to construct the Improvements required herein. I. 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 community facilities to be installed hereunder. City of Fort Worth,Texas Standard Community Facilities Agreement-Willow Ridge Estates Phase 4 CFA Official Release Date:02.20.2017 Page 4 of 11 J. Developer hereby releases and agrees to indemnify, defend and hold the City harmless for any inadequacies in the preliminary plans,specifications and cost estimates supplied by the Developer for this Agreement. K. Developer agrees to provide, at its expense, all necessary rights of way and easements across property owned by Developer and required for the construction of the current and future improvements provided for by this Agreement. L. The Developer further 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 any character,whether real or asserted,brought for or on account of any injuries or damages sustained by any persons (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 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 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. M. Developer will further 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 in any way connected with,the construction of the infrastructure 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,and hold harmless the City for any losses, damages, costs or expenses suffered by the City or caused as a result of said contractor's failure to complete the work and construct the improvements in a good and workmanlike manner, free from defects, in conformance with the Policy, and in accordance with all plans and specifications. City of Fort Worth,Texas Standard Community Facilities Agreement-Willow Ridge Estates Phase 4 CFA Official Release Date:02.20.2017 Page 5 of 11 N. 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 the Developer with its contractor along with an assignment of all warranties given by the contractor,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. O. Inspection and material testing fees are required as follows: i. Developer shall pay in cash water and wastewater inspection fees and material testing fees equal to two percent (2%) for a total of 4%of the developer's share of the total construction cost as stated in the construction contract. ii. Developer shall pay in cash paving and storm drain inspection fees equal to four percent (4%) and material testing fees equal to two percent (2%) for a total of 6% of the developer's share of the total construction cost as stated in the construction contract. iii. Developer shall pay in cash the total cost of streetlights or if the city is not installing the streetlights, inspection fees equal to four percent(4%) of the developer's share of the streetlight construction cost as stated in the construction contract. iv. Developer shall pay in cash the total cost of street signs. P. COMPLETION WITHIN 2 YEARS i. Developer shall complete the Improvements within two (2) years, provided, however, if construction of the Improvements has started within the two year period,the developer may request that the CFA be extended for one additional year. ii. Nothing contained herein is intended to limit the Developer's obligations under the Policy, this Agreement, its financial guarantee, its agreement with its contractor or other related agreements. iii. The City may utilize the Developer's financial guarantee submitted for this Agreement to cause the completion of the construction of the Improvements if at the end of two(2)years from the date of this Agreement(and any extension period) the Improvements have not been completed and accepted. iv. 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 City of Fort Worth,Texas Standard Community Facilities Agreement-Willow Ridge Estates Phase 4 CFA Official Release Date:02.20.2017 Page 6 of 11 construction of same before the expiration of two (2) years if the Developer breaches this Agreement, becomes insolvent or fails to pay costs of construction and the financial guarantee is not a Completion Agreement. If the financial guarantee is a Completion Agreement and the Developer's contractors and/or suppliers are not paid for the costs of supplies and/or construction, the contractors and/or suppliers may put a lien upon the property which is the subject of the Completion Agreement. Q. Developer acknowledges that in accordance with Chapter 2270 of the Texas Government Code,the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, 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 the contract. R. 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. City of Fort Worth,Texas Standard Community Facilities Agreement-Willow Ridge Estates Phase 4 CFA Official Release Date:02.20.2017 Page 7 of 11 Cost Summary Sheet Project Name: Willow Ridge Estates Phase 4 CFA No.: 2017-134 City Project No.: 101180 An Engineer's Estimate of Probable Cost is acceptable. However,the construction contract price will ultimately determine the amount of CFA fees and financial guarantee. The bid price and any additional CFA payments will be required prior to scheduling a pre-construction meeting. An itemized estimate corresponding to each project-specific exhibit is required to support the following information. Items Developer's Cost A. Water and Sewer Construction 1. Water Construction $ 233,555.20 2.Sewer Construction $ 212,831.30 Water and Sewer Construction Total $ 446,386.50 B. TPW Construction 1.Street $ 515,360.20 2.Storm Drain $ 520,664.50 3.Street Lights Installed by Developer $ 77,093.87 4. Signals $ - TPW Construction Cost Total $ 1,113,118.57 Total Construction Cost(excluding the fees): $ 1,559,505.07 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 8,927.73 D. Water/Sewer Material Testing Fee(2%) $ 8,927.73 Sub-Total for Water Construction Fees $ 17,855.46 E. TPW Inspection Fee(4%) $ 41,440.99 F. TPW Material Testing(2%) $ 20,720.49 G. Street Light Inspsection Cost $ 3,083.75 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ Sub-Total for TPW Construction Fees $ 65,245.24 Total Construction Fees: $ 83,100.70 Choice Financial Guarantee Options,choose one Amount Mark erne' Bond=100% $ 1,559,505.07 x Completion Agreement=100%/Holds Plat $ 1,559,505.07 Cash Escrow Water/Sanitary Sewer-125% $ 557,983.13 Cash Escrow Paving/Storm Drain=125% $ 1,391,398.21 Letter of Credit=125%w12yr expiration period $ 1,949,381.34 City of Fort Worth,Texas Standard Community Facilities Agreement-Willow Ridge Estates Phase 4 CFA Official Release Date:02.20.2017 Page 8 of 11 ACCORDINGLY,the City of Fort Worth and Developer have each caused this instrument to be executed in quadruplicate in each entity's respective name by its duly authorized signatories effective as of the date executed by the City's City Manager or his/her designee. CITY OF FORT WORTH DEVELOPER Pulte Homes of Texas,LP Jesus J.0 apa(DNc Jesus J. Chapa Assistant City Manager C/,ryt- w� Date: 12-21-17 Clint Vincent(Dec 21,2017) Name: Clint Vincent Recommended by: Title: Vice President of Land Development _ Date: 12 Jenniflir L.Ezernack(Dec 21,2017) Evelyn Roberts/Jennifer Ezernack Project Assistant Planning and Development Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and Approved as to Form &Legality: administration of this contract, including ensuring all performance and reporting requirements. Richard A.McCracken(Dec 21,2017) Richard A. McCracken E✓elvn Roberts Assistant Cit Attorney Evelyn Roberts(Dec 21,2017) M&C No. N/A Name: Janie Morales Date: NSA Title: Development Manager Form 1295: N/A ATTEST: Ronald P. Gonzales Ronald P.Gonzales(Dec 21,2017) Mary J. Kayser/Ronald Gonzales City Secretary/Assistant City Secretary FOFFICIALECORD ETARY FT.WORTH,TX City of Fort Worth,Texas Standard Community Facilities Agreement-Willow Ridge Estates Phase 4 CFA Official Release Date:02.20.2017 Page 9 of 11 Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment Attachment 1 -Changes to Standard Community Facilities Agreement Location Map Exhibit A:Water Improvements Water Cost Estimate Exhibit A-1: Sewer Improvements Sewer Cost Estimate ® Exhibit B: Paving Improvements Paving Cost Estimate ® Exhibit B-1: Storm Drain Improvements Storm Drain Cost Estimate Exhibit C: Street Lights and Signs Improvements Street Lights and Signs Cost Estimate (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Standard Community Facilities Agreement-Willow Ridge Estates Phase 4 CFA Official Release Date: 02.20.2017 Page 10 of 11 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 101180 None City of Fort Worth,Texas Standard Community Facilities Agreement-Willow Ridge Estates Phase 4 CFA Official Release Date:02.20.2017 Page 11 of 11 PLANS FOR THE CONSTRUCTION OF WATER, SEWER, PAVING, STREET LIGHTING, & DRAINAGE IMPROVEMENTS TO SERVE WILLOW RIDGE ESTATES, PHASE 4 MESA CROSSING Q DRIVE MESA 'S/C o CREST y� DRIVE 0z z o` o_ V) TWISTING STAR DRIVE SITE w ~a S a m� C) Q��C �Q 9Q WEST BONDS RANCH ROAD VICINITY MAP (N.T.S.) N CITY PROJECT NO. 101180 TEXAS REGISTERED ENGINEERING FUMF43E WATER PROJECT NO. 56008-0600430-101180-001580 16301Quexas7ve,Suite200B Addison,Texas 75001 SEWER PROJECT NO. 56008-0700430-101180-001380 Fax: Fax:972-248-1414 FILE NO. W-2527 SEPTEMBER 2017 — SHEET 1 L FINAL PLAT WILLOW RIDGE ESTATES PHASE 4 101 RESIDENTIAL LOTS 4 COMMON AREA AND/OR OPEN SPACE LOTS PULTE HOMES OF TEXAS, L.P. OWNER/DEVELOPER 4800 Regent Blvd., Suite 100 (972) 304-2800 Irving, Texas 75063 JBI PARTNERS, INC. SURVEYOR/ENGINEER 16301 Quorum Dr., Suite 200 B (972) 248-7676 Addison, Texas 75001 TBPE No. F-438 TBPLS No. 10076000 dB- 11 . . CITY PROJECT NO. 101180 TEXAS REGISTERED ENGWEERING Mud F-438 WATER PROJECT NO. 56008-0600430-101180-001580 16301 Quorum Drive,Suite 200B Addison,Texas 75001 Tel: SEWER PROJECT NO. 56008-0700430-101180-001380 Fax 972-22-7471 Fax:972-248-1414 FILE NO. W-2527 SEPTEMBER 2017 — SHEET 2 L Rte; „ � N y TWINING SRANa OR= U � �� • �� ! .I_..��..y. •"'W IGS PM M6 i • tl • � _..� 1�� r — � N r11611Etl1 CL.V ♦YT 1S /'� 1• 110 mnw 1 I I 1 � � n n l�I •o x It i n CREST BREEZE DRIVE— J I T >! „ a r n u n I a Haat Y u /n ] • � swot I � a m y • 0 I" U U x U 1. 1 w _ SWEEPING BUTTE DRIVE ♦ \ N M x d! i Y x y >2 P x Y I • 10 I1 1S U Y y� 11 I "WIQQWl86CE'ESTATES OC NO 0217070888 » � BA9�T ULLOM TD)RACE w— �Y�S���i TILS >) a ID n U y U r u n n y G a!V VNx CNTRE YAlmi.NF ' a11 . a ..�.�L• .. PLAT MAP PLANS FOR THE CONSTRUCTION OF WATER, SEWER, PAVING, STREET LIGHTING, & OLBI . DRAINAGE IMPROVEMENTS TO SERVE WILLOW RIDGE ESTATES,PHASE 4 (CPN#101180) TEXAS REGL47FRED ENGPffERIIr'G FIRM FOIA 16301 QUORUM DRIVE,SUITE 2008 ADDISON,TEXAS 75001 TEL:972-246-7676 FAX972-248-1414 SEPTEMBER 2017 - SHEET 3 L , TiNING BRFNpi GRCtE ' y I I [- IT ' I I��� 'm0onM0R"'sx,a tea,r�rxo.a I • I(��r \1 b r n " i -------- � ---- _�1 CONNECT TO EX. 6" SSWr<R STL"E30uT5 , ,r SIMI �\ u '�' NISD MIDDLE SCHOOL N0, 6 CPN0100655 I 59607-0700430--100655-001380 i M 1 9 I i / �. � CREST BREEZE DRIVE I ° SSW` u a,T sre n r a14 I w w n v a i v n u v m n a I I n e•SS1n (� ) 1-r SM I 1 aoSWEEPING BUTTE DRIVE s y I b i i i i T b i IX'IV�Yn I I to 14 i "mI L 11 , LL:GWI-i.ECONNECT TG EX. 8 D7 a $SWR S7UBOUTS Bir wuow TmRAcc— — — - mm-_ — — �-E. s•, s�w� — MLL01N RIDGE ESTATES PHASE 3A CPN#1 00123 o , , i , , 59607-5310350-0700430 s, -10023-0013@0 - Tim aaa S IFS PROP. S.S. LINE 0 PROP. S.S. MH R - --0- - EXIST. S.S. MH SANITARY - - - - EXIST. S.S. LINE EXHIBIT Al PLANS FOR THE CONSTRUCTION OF WATER, SEWER, PAVING, STREET LIGHTING, & DRAINAGE IMPROVEMENTS TO SERVE WILLOW RIDGE ESTATES,PHASE 4 MF SREGSTEFFEE! (CPN#101180) PROPOSED SANITARY 16301 QUORUM DRIVE,SUITE 2008 SEWER LINES ARE 8i ADDISON,TEXAS 75001 UNLESS OTHERWISE TEL:972-248-7676 INDICATED. FAX:972-248-1414 SEPTEMBER 2017 - SHEET 5 L CFA SANITARY COST ESTIMATE UNIT PRICE BID Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value UNIT2: SANITARY SEWER IMPROVEMENTS. V Inspection 33 01 31 LF 16-t7 $ 1.40 $ 301.0101 %Ianlwlc -n Testing 33 01 7n EA $ 110.00 $ 1.11911.0!1 1305.0109 1'rernh Satc1. 3305 LF 1.00 $ 104- x305.0113 1 rcrn,h Stops 3305 EA $ 300.0(S L100,00 3331.3101 4 — S 7-10.00 S 74,000.00 3331.41 15 8" ewer Pipe 3331 20 AS7 S )3.50 5 83,314.50 333L41 10 8" ,wer}';ae.CSS Backfill 3331 : 160 $ 42.00 S 6.720.00 00 1 33 39 60" S 200.00 S 5.464.00 ; 111111 4. S 1,3[11,[10 .S 20.40II.00 1001 4' anhole , 1 k h auh,: "nid? -.3 3�: S 3,840.00 UNIT 2: SANITARY SEWER IMPROVEMENTS BID SUMMARY 212.8:31.30 END OF SECTION WILLOW RIDGE ESTATES,PHASE 5 CITY OF FORT WORTH CPN 100480 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PLANS FOR THE CONSTRUCTION OF WATER, SEWER, PAVING, STREET LIGHTING, & DRAINAGE IMPROVEMENTS TO SERVE WILLOW RIDGE ESTATES, PHASE 4 MESA CROSSING tiny a DRIVE MESA 'S/C Q CREST U) DRIVE z rn o TWISTING 3 STAR DRIVE SITE }0 c �Q Lj qQ WEST BONDS RANCH ROAD VICINITY MAP (N.T.S.) N CITY PROJECT NO. 101180 TERAS REGISTERED ENGMERING FID' WATER PROJECT NO. 56008-0600430-101180-001580 16301 Quorum Drive,SJzG 2JJ6 Addison,Texas 75001 8-7676 SEWER PROJECT NO. 56008-0700430-101180-001380 Fax:Fax:972-24&8-141141 4 FILE NO. W-2527 SEPTEMBER 2017 — SHEET 1 L FINAL PLAT WILLOW RIDGE ESTATES PHASE 4 101 RESIDENTIAL LOTS 4 COMMON AREA AND/OR OPEN SPACE LOTS PU LTE HOMES OF TEXAS, L.P. OWN ER/DEVELOPER 4800 Regent Blvd., Suite 100 (972) 304-2800 Irving, Texas 75063 JBI PARTNERS, INC. SURVEYOR/ENGINEER 16301 Quorum Dr., Suite 200 B (972) 248-7676 Addison, Texas 75001 TBPE No. F-438 TBPLS No. 10076000 -B' ' . ..09 CITY PROJECT NO. 101180 TEXAS REGISTEREDFNGU EMGFULMY438 WATER PROJECT NO. 56008-0600430-101180-001580 16301 Quorum Drive,Suite200B Addison,Texas 75001 Tel:SEWER PROJECT NO. 56008-0700430-101180-001380 Fax 972-248-141 Fax:972-248-1414 FILE NO. W-2527 SEPTEMBER 2017 - SHEET 2 L awn , 1a1 m.s n,.dn� ti Y TMMN4 BRANCH CMCIE I� ^'' �L/C 12 w L J i'•°` � I fiw�' ta0enswt°i m�iat>wi°� w . I' v I L„ A111v �► a� 1 5•,.- � � A 11 4q ��Re 11 c. b N 7 7- �• If 1 F 7 ic„ nca �� �+. A1e1 ,f SWEEPING BUTTE DMVE -__- _.._- a 11 11 ti m I f tiRQ2'fl�0 8 N BN9QT NRLO,1fli1tACE ='s"yr�:'^O° �ef�°i a oot � i � 3 VA=1 GTE 7ARM MC ra.7i.,ra,eex .. PLAT MAP PLANS FOR THE CONSTRUCTION OF WATER, SEWER, PAVING, STREET LIGHTING, & dB- 1 ., DRAINAGE IMPROVEMENTS TO SERVE WILLOW RIDGE ESTATES,PHASE 4 {OPN#101180) iE7CAS AEGLSIFRED ENGII�ERLtiG F1RM F-�l! 16301 QUORUM DRIVE,SUITE 2008 ADDISON.TEXAS 75001 TEL:972-248-7676 FAX:972-248-1414 SEPTEMBER 2017 — SHEET 3 L N �»L % nnnHc eRu+a cNcic " n N L1 J g -1�w , �� �a n 'mDmiawt�ir°t�xn a I!I u I LTA A � I pan.c�",I +✓ Y \ Y Y 13 47 Y ') Y n MO N7>w J3 CREST BREEZE DRIYE b b = T n s / ' _ — — i Y SWEEPING BUTTE DRIVE y � n N y 1! b % M T % 1S n .not I spy ] w I!— % NSI FF uow rao(�Esr� N D $ BA9Q'f MILlOT T9tltAQ Rv' Nast y Yk�yf o r r Y wy3` S tltl '� n T . S Y T a� vuN GTRE Yan)S,NC N .M4 P¢Rlo 'lSaa S� w y I 3 .1 Im IES PROP RESIDENTIAL LUMINAIRE EXIST. RESIDENTIAL LUMINAIRE STREET LIGHTS EXHIBIT C PLANS FOR THE CONSTRUCTION OF WATER, 6B-1 SEWER, PAVING, STREET LIGHTING, & DRAINAGE IMPROVEMENTS TO SERVE ON WILLOW RIDGE ESTATES,PHASE 4 TID AS REGISTERED ENGRffERNG FIRM F438 (CPN#101180) 16301 QUORUM DRIVE,SUITE 2008 ADDISON,TEXAS 75001 TEL:972-24&7676 FAX:972-248.1414 SEPTEMBER 2017 - SHEET 8 FAX L lw:b wwafMl, • Y®A b RMI llmL•IOI m V w1�1>i A� w TWWUNG BRANM CRCLE w •Y r,�icy .q w e • T w wu �9• D S pa.D Z. w • � w m1DToc!'v i 'm0ona•n Imn�� ' � .J Y � n•w.la a « !®+aw a • w� w a u • w IDI J•-G • tl«' � w w 11 IID 1� a M w w Y b S CREST BREEZE DRIVE • a • • � a b s a a ,•, a a r b a b A wpDl u Y a I4 n tl • • w n tt u w w w u I a n a a " a <� 12 ) y SWEEPING BUTTE DRIVE a y 1• f M a a a ]• P b 1! T U wax w8IX ! ! a] D • I « w w n n LLOW PoDCE ESTA b • ! • w12 N D21 etiw�r wuor tmR.us wool w c yW3 1� A3 d a • a b w S +� tl tl r ! � VIIN GT11E YNE6,•1G J.I., B 1° `.d.r2Mn.Pn eA va t= wm � IFS PROP, SIGN BLADE (TO BE PROVIDED BY DEVELOPER) STOP PROP. STOP SIGN STREET SIGNS w EXHIBIT Cl PLANS FOR THE CONSTRUCTION OF WATER, ��' .. - SEWER, PAVING. STREET LIGHTING, & DRAINAGE IMPROVEMENTS TO SERVE .0 WILLOW RIDGE ESTATES,PHASE 4 TLILA.S REGISTERED ENGINEERIIQG FIRW F4 3111 16301 QUORUM DRIVE,SUITE 2008 ADDISON,TEXAS 75001 TEL:972-248.7676 hX:972-246-1414 SEPTEMBER 2017 - SHEET 9 CFA LIGHTING COST ESTIMATE UNIT PRICE BID Project Item Information Bidder's Proposal Bidlist Item Sp"Ki,;inoll l thr ob Bid No I Description Sectio puannt. 1 Unit Price Bid Value UNIT 5: STREET LIGHTING 2605.3015 2"CONDT PVC SCH 80(T) 26 05 33 4,qw $ S 12,404.70 3441.1410 NO 10 Insulated Copper Elec Condr 3441 10 LF 7,876 $ 0.7- S 6,064.52 3441.1�,0I Ground Box Type B 34 4' — $ I.0f 1,' 31ol 1_EDLighting Fixture 34412_ EA $ Rd��,VIllumFoundation TY 1 3441 2( EA $ lmw.1 o .S ts,Is,0.00 A.141 Irnartil Type 33 B Arm 34 41 2r EA $ 26-,00 .5 4. ,44I 41 Rilw Illum Type 11 Pole 3A 41 =:i EA 5 '.oO UNIT 5: STREET LIGHTING BID SUMMARY $ 77,093.87 END OF SECTION WILLOW RIDGE ESTATES,PHASE 5 CITY OF FORT WORTH CPN 100480 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PLANS FOR THE CONSTRUCTION OF WATER, SEWER, PAVING, STREET LIGHTING, & DRAINAGE IMPROVEMENTS TO SERVE WILLOW RIDGE ESTATES, PHASE 4 MESA CROSSING ti!y a DRIVE MESA 'S/C a CREST y� � DRIVE 0 K 8j o_ rn 3� ---- TWISTING STAR DRIVE SITE w w o tiq -i~a S 3cp 00- lye% �a 90 WEST BONDS RANCH ROAD VICINITY MAP (N.T.S.) N 681 . ��.�.r CITY PROJECT NO. 101180 TEXAS REGiSTEREDENGAMILING FIR'N F438 WATER PROJECT NO. 56008-0600430-101180-001580 163ison,T01 Texas ,Suite200B Addison,Texas 75001 Tel8-7676 SEWER PROJECT NO. 56008-0700430-101180-001380 Fax:972-z48-141 Fax:972-24&1414 FILE NO. W-2527 SEPTEMBER 2017 — SHEET 1 FINAL PLAT WILLOW RIDGE ESTATES PHASE 4 101 RESIDENTIAL LOTS 4 COMMON AREA AND/OR OPEN SPACE LOTS PULTE HOMES OF TEXAS, L.P. OWNER/DEVELOPER 4800 Regent Blvd., Suite 100 (972) 304-2800 Irving, Texas 75063 JBI PARTNERS, INC. SURVEYOR/ENGINEER 16301 Quorum Dr., Suite 200 B (972) 248-7676 Addison, Texas 75001 TBPE No. F-438 TBPLS No. 10076000 d—Bli CITY PROJECT NO. 101180 TEXAS REGISTERED ENGINEERING FIRM F435 WATER PROJECT NO. 56008-0600430-101180-001580 16301 Quorum Drive,Suite2DOB Addison,Texas 75001 SEWER PROJECT NO. 56008-0700430-101180-001380 Fax972-24ax:972-24&8-1411414 FILE NO. W-2527 SEPTEMBER 2017 — SHEET 2 L • ,> 6 5^ .x,N,THIO,,T�,a 4.U . � by - r t$K BRANCIi w t x > . IX7 41 TB ,xx� „ n ,e w ar n Ir n I r •0 > �iuTu CREST BREEZE CRtt 14 +o u u u n u �• n � a • 'n ,x n s T s a M tP4NC BUTTE DNVE a _ ... .}.... I II r a � dp aax RE9 >R a A fi! T T q q r VNN GTR£YMDS,IIL' 11 V0.x670 P6 BTB 3 .. PLAT MAP PLANS FOR THE CONSTRUCTION OF WATER, SEWER, PAVING, STREET LIGHTING, & 681 .�. DRAINAGE IMPROVEMENTS TO SERVE WILLOW RIDGE ESTATES,PHASE 4 (CPN#101180) TEXAS REGISTEREDENG�FR^IT�F1Rrd F-f38 16301 QUORUM DRIVE,SUITE 200B ADDISON,TEXAS 75001 TEL:972-248-7676 FAX:972-248-1414 SEPTEMBER 2017 - SHEET 3 L oss wms.us f� '•n �.., ,n>n ,mo wo+m a+us rAn xa• a ` e � L�__ I n•m Aca rx v CONNECT TO EX. 8' V& p �� K> WILLOW RIDGE ESTATES a PHASE 2Art a n CPN#02186 P265-6071502188-83 � J •, s s m m v a m a � n • • ,• 11 11 U U + 1) n 1 m 11 O m 9 II 1w AG) •.\� x _ a a s a a. a s m a +• r , n a s e+y c 12 — Blow FM CE RTA s IX,r wL EX it wi -`BA512f M1LLDn TERRACE r CONNECT TO EX. 8' WL I a 9 WILLOW RIDGE ESTATES ® PHASE 3A YAN a nE)Awy nc a a rt x m a a I CPN#100123 I �, WATE PROJ. NO. — — —1 IF— _ 59601-5310350— 1 0600430-100123-001580 CONNECT TO EX. 12' WL WILLOW RIDGE ESTATES PHASE 3A CPNf100123 WATER PROJ. NO. 59601-5310350— 0600430-100123-001580 IFS PROP. WATERLINE PROP. VALVE WATER 471 PROP. FIRE EXHIBIT A HYDRANT PLANS FOR THE CONSTRUCTION OF WATER, - EXIST. WATER LINE SEWER, PAVING, STREET LIGHTING, & dB- I '►' DRAINAGE IMPROVEMENTS & VALVE �`�■r 1�1 l&KvL WILLOW RIDGE ESTATES,PHASE 4 MAS REGISTEREDExGWEERiNGFIRMFIID PROPOSED WATER (CPN#101180) LINES ARE 8' UNLESS 16301 QUORUM DRIVE,SUITE 2008 OTHERWISE INDICATED. ADDIS0N,TEXAS 75001 TELFAX:972-24e 7676 1414 SEPTEMBER 2017 — SHEET 4 FAX:972-248-1414 CFA WATER COST ESTIMATE UNIT PRICE BID Project Item Information Bidder's Proposal Bidlist Item Description Specification Unit of Bid Unit Price Bid Value No. Section No. Measure Quantity UNIT 1: WATER IMPROVEMENTS 3311,,1100; X" I_owerin _512 EA 4.00 $ 2,700.00 10,600-0:i 330�.')101) Trench Safci\ 05 10 LF 3,904.00 $ 0.10 390.,',: I)_,,rile ater Fittings w/ 3311. k�n�.aiut r TON 2.76 $ 4.60(7.00 $ 12,69(, 1 3311.(1't 1 '4 Water Pie LF 3,904.00 $ $ 86.66, 3312.0001 1,ii,, I[,,J,ant 33 124u EA 6.00 $ 2,8 ii.��s� $ 3312.0117 t "'':,tion to Existing 4%12" \` ,L(er Main 33 1225 EA 4.00 $ 800.0) 3312.2003 1 Water Service 33 1210 EA 101.00 $ 83u. 3312.2003 V Irrigation Service 33 1210 EA 1.00 $ 830.E 3312.3002 6"Gate Valve 1 33 12 20 EA 6.00 S860.00 $ 3.1(s(t.i' 3312.3003 8"Gate Valve 1 33 1220 1 EA4 10.00 $ 1,300.00 $ 13.00O,(V UNIT 1:WATER IMPROVEMENTS BID SUMMARY $ 233,5,S-5-10 END OF SECTION WILLOW RIDGE ESTATES,PHASE 5 CITY OF FORT WORTH CPN 100480 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PLANS FOR THE CONSTRUCTION OF WATER, SEWER, PAVING, STREET LIGHTING, AND DRAINAGE IMPROVEMENTS TO SERVE WILLOW RIDGE ESTATES, PHASE 4 MESA CROSSING ti!y o DRIVE CMESA REST N DRIVE �q 0 cr 11_ In 3 TWISTING y STAR DRIVE SITE w 0 9 �- 300� �9ti � WEST BONDS RANCH ROAD VICINITY MAP (N.T.S.) N 418 I ' . . � 1 CITY PROJECT NO. 100XXX TEK4S REGISTERED ENGINEERING FULM F439 WATER PROJECT NO. 16301 Quorum Drive,Suite 200B Addison,Texas 75001 SEWER PROJECT NO. Tei:972-248-7676 Fax:972-24&1414 FILE NO. SEPTEMBER 2017 — SHEET 1 L FINAL PLAT WILLOW RIDGE ESTATES PHASE 4 101 RESIDENTIAL LOTS 4 COMMON AREA AND/OR OPEN SPACE LOTS PULTE HOMES OF TEXAS, L.P. OWNER/DEVELOPER 4800 Regent Blvd., Suite 100 (972) 304-2800 Irving, Texas 75063 JBI PARTNERS, INC. SURVEYOR/ENGINEER 16301 Quorum Dr., Suite 200 B (972) 248-7676 Addison, Texas 75001 TBPE No. F-438 TBPLS No. 10076000 CITY PROJECT NO. 100XXX TERM REGISTERED ENGIIOMMG FMM F438 WATER PROJECT NO. XXXXXXX 16301 Quorum Drive,Suite 200B Addison,Texas 75001 SEWER PROJECT NO. XXXXXXX Ter 972-24s7676 972-248-1414 FILE NO. XXXXX SEPTEMBER 2017 — SHEET 2 L will - TN1Nm6 BRANCH CFCLE » ' I L. IIUM 12 M � > �» I m.'r..♦..1., may. '28 y 7) .• 42 12 1 � � n a m m m » m � r '• a CREST BREEZE DRIVE I' � a SI d a a • s a a a 77- -ir- SWEEPING s »BUTTE DRIVE N D2, 7 8 110 Rml o++•-.� �• y G ! � VAMN GTIIE YAIm$Ilt: `7.: p 1' - I Va V6 810 w�.>a•,Na.,eez .. PLAT MAP PLANS FOR THE CONSTRUCTION OF WATER, SEWER, PAVING, STREET LIGHTING, & DRAINAGE IMPROVEMENTS TO SERVE WILLOW RIDGE ESTATES,PHASE 4 TEXAS BE n IS TERES El (CPN#100XXX) 16301 QUORUM DRIVE,SUITE 2008 ADDISON,TEXAS 75001 TEL:972-248-7676 FAX:972-248-1414 SEPTEMBER 2017 - SHEET 3 L RM • mm®A n / TMNi G 8WI-.FRGF Ir �1 " � a 'm0m,a•ei mein req,„o a . � = I: N ILEA " am� s IX wL CONNECT TO Ex. 8' WL T- =- TMMALLOW RIDGE ESTATES[265-50715021156-83 HASE 2A s v PNi#02186 �A" ; _ e•rti 3< r.� b IXa,m � m a a 7 n a " +e n u u w u ,• ,n u , b n v n a wrt AQ a _ \ y 0 W p'A n i2 • tt " M a a D D I T b ,• n ,! n �• \ r nAnf \ • w w n b • b n b IX'��� f • •A'i � LLOW RIDGE ESTA Sb IX,Y xE � '� ,Y a BABNET nLLOW TERRACE MALLOW RIDGE ESTATES �s " y / a b " n • �"" PHASE 3A —Fa uma rAms nc 3 / j CPN�1100123 g �,'a���, 59601-5310350— 0600430-100123-001580 CONNECT TO EX- 12" WL WILLOW RIDGE ESTATES PHASE 3A CPN#100123 WATER PROD. NO. 59601-5310350- 0600430-100123-001580 IFS PROP. WATERLINE -+t- PROP. VALVE WATER PROP. FIRE EXHIBIT A HYDRANT PLANS FOR THE CONSTRUCTION OF WATER, OBI m �- - EXIST. WATER LINE SEVER, PAVING, STREET LIGHTING, & & VALVE DRAINAGE IMPROVEMENTS TO SERVE �`"�■■ N WILLOW RIDGE ESTATES,PHASE 4 TEXAS REGISTEREDENGD - GFMIF-431 PROPOSED WATER (CPN#100)009 LINES ARE 8" UNLESS 16301 QUORUM DRIVE,SUITE 200B OTHERWISE INDICATED. ADDISON,TEXAS 75001 TEL:972-248-7676 FAX:972-248-1414 SEPTEMBER 2017 - SHEET 4 CFA WATER COST ESTIMATE UNIT PRICE BID Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No Description Section Na. Measure mntity Unit Price Bid Value UNIT 1: WATER IMPROVEMENTS 3305.0003 4" Lowerin .i. 12 LA 3305.0109 Tr. n Sat. r 05 10 LF i_(1t14,00 5 0.10 5 390.40 3311.0001 DLJ lilt , Fitting RLQ:i:ienl TON " -" $ 4,700.00 12,972.00 3311.11'41 S' -14 Water Pie LF S 11 Ar, 87,544.80 3312.0001 Fire IIydrant ' -I:I EA 6.00 $ 2,1550.00 17.100.00 3312.0117 Coi�ncction to Existing 4"-1 ' � ,r1crMain I.(o c, 3312.2003 l -Senwice EA 101.. � � 73, 3312.2003 1 lino itio�l e,a tae EA 1." 7 3312.3002 6" Gate Valve EA 3312.3003 K" -` �°,lve ti l l i ii i I .100.0!} UNIT 1:WATER IMPROVEMENTS BID SUNIMARNA $ 213,067.20 END OF SECTION WILLOW RIDGE ESTATES,PHASE 5 CITY OF FORT WORTH CPN 100480 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS m.»4 I 000�Na,�ma7nN. I xonmuum b 7W+NING BNANW QR a » I I pm bu b I • I was wb.r s —--} _-- -�,\ • " CONNECT TO EX. B" SSWR STUBOUTS1r ssrR �\\ • u° NISD MIDDLE SCHOOLNO. 6 \ ,\ t1 11 CPN/100655 _ 1 • 59607-0700430-1010655-001360 " " l n m n m w m n • �B9aR I CREST BREEZE DRIVE , m �� • . b x a a b b n x alb �I a s a +� e + SWEEPING BUTTE DRIVE • • " '° > m b m x1a a l a b b a'la'SSZW I i +' +a +. m n I n I CONNECT TO EX. 8" LLOW ESTA S DGE b � r M in.21 70 8 SSWR STUB0UT5 �.� BAWT WU0W TvaAOe a r Etc 15's WILLOW RIDGE ESTATES - -—� - -1 — PHASE 3A g CPN#100123 ® g n a n a a n 59607-531035G-0700430 rAmsue 3 -100123-001380 w e IES PROP. S.S. LINE -0 PROP. S.S. MH - --0- - EXIST. S.S. MH SANITARY - - - - EXIST. S.S. LINE EXHIBIT Al - - PLANS FOR THE CONSTRUCTION OF WATER, AB— SEVER, PAVING, STREET LIGHTING, & DRAINAGE IMPROVEMENTS TEX1S REGISTERED ENGIIdEERL�-G FIItM F�7D PROPOSED SANITARY 16301 QUORUM DRIVE,SUITE 2008 SEWER LINES ARE 8m ADDISON,TEXAS 75001 UNLESS OTHERWISE TEL:972-248-7676 INDICATED. FAX:972-24&1414 SEPTEMBER 2017 - SHEET 5 L CFA SANITARY COST ESTIMATE UNIT PRICE BID Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value UNIT 2: SANITARY SEWER IMPROVEMENTS,,,__ " '.0002 Pelt-C("I'1' li« e tion 33 01 31 LF ?647 S 1.4 $ 3,705.80 -0101 \lanholr n Testing 33 01 30 EA 0 $ 110.0 $ 1,100.00 J'1UI "I Tench Su' t. 3305 LF 7.6.-x, S l po $ 2,647.w .0113 '1 Tench Sn»� 3305 EA S $ - r 4' ewer Scrricc 1 Ef ��,_' S $ 74,�00.O�') 3; Lia 115 8"Sewer Pie LF 2.487 S 1.85 $ 86.r,1 I.1F, 8'' Se,rc!-Pipe,CSS Backfill Ll 16() S -4-4.00 $ 7,040.00 I L7ox` NI' ii lttdc' r 13 39 00 V° - =" 3339 5 2.62(0)() 5 X11.960.00 11"dr.;ulic Slide 33 39 20 ti 10"_'0.01) 5 ti'40.00 UNIT 2: SANITARY SEWER IMPROVEMENTS BID SUMMARY $ 201.864.75 END OF SECTION WILLOW RIDGE ESTATES,PHASE 5 CITY OF FORT WORTH CPN 100480 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS w ppL'Itn DID ONt. » t 1 Bm10111pO lam'f4 U r'Rp• 'yjy} h » ' w Ine RRiBf r • maw m�lm>wi1°' + U , �ODO00 py�P w °D°O°O 1O01F�'pmLw r O O O ppn O » • :w1 O w!!Of T F + » w POIf» O • Pap nn) �•) O CONNECT TO z EX. 29' B—B ,� " .".• wpb + o a �) WILLOW RIDGE " o ESTATES „ ma w m ° PHASE 2A ° " o°o° CPNl02186 w m + m a o 0 oo°Oo° � °o oo°000000000 o°o 0 00000000000000000000°o° O° a 0 o a a m > 0 w a E p+ a a s m s• a s a oaal o » ° » o pp o a • o a m o a a a a u r oo 0 0 ( wc) 00 0 0000° 0 0 0 00000 a °0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0°0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 000 0 0 0 0 0 0 o a 0 + o • + o • 0 • o o • to n u Ip t• I p0 o 12 » o • » tt� I s + 1 » v n LLON RIDGE MA 5w r • • w0O' • ' D21TO a CONNECT TO EX. 29' B—B WILLOW RIDGE ESTATES PHASE 3A 0 CPN/100123 16 1 •, y a >! w r + NIP GTIIE YMIIry.MC 9,L.P. » K'l.•ICO.Pa BT] LEGEND D o D o RESIDENTIAL ® 29 B—B D SIDEWALK BY DEVELOPER W 0.0.8 InY PM1wMIY a'PowR•Y �� �T 16Y tlr t�PAAtR L lmflWK 9OPE 91.11 E X TMBtD TaPBR PLR STNIpND Y°� TYCMIT��M 1� p61m a�mlLLw'.m TE pECpM ss n» 1 ,0e mwmnim ponNx n Et1p•FA (BY mPEB3) 1 r Ik]FWO•R (B)ann») MLL)1P�A`AL�FI?PEA BTN1pNO T WPB X-PLA LA l PFR a IJ t3-np4p R'PER R.(�) } xen01 ss ma mA2L.9L (aaE 1u>�a9L wp 't r r _ _ 1bPMlCp ,... , ...,,.:..�.. . w PAT14�P•0R�i1EL .,tY L1AIOIUBNK tY + �u�°Bpi R,924 W IRS CUI]IR11CI101 AET Ptt11P®r UIE nnamo PEA sb:vm 31 11 W IC acaa RAA 1]1}Pltf 9lwINlE•m IA gy T N pp L ,a RESIDENTIAL CONCRETE STREET PAVING SECTION(`) EXHIBIT B 7213 1,-0803 PL OB' ANS FOR THE CONSTRUCTION OF RATER, SEWER, PAVING, STREET LIGHTING, & ON DRAINAGE IMPROVEMENTS TTti ae REGISTERED ENGIIQEERIIGG FIRM F-17t TO SERVE WILLOW RIDGE ESTATES,PHASE 4 16301 QUORUM DRIVE,SUITE 2008 (CPN#100XXX) ADDISON,TEXAS 75001 TEL:972-248-7676 FAX:972-24&1414 SEPTEMBER 2017 — SHEET 6 CFA PAVING COST ESTIMATE UNIT PRICE BID Project Item Information Bidder's Proposal Bif11ia Item .,4 .ation Unit of Bid l�es� ���n Unit Price Bid Value "easure Ot^"+M0 UNIT 4: PAVING IMPROVEMIENTawwxw 3211.0400 1-iv(hated 3211 29 TN 201 S 17(1.(1{i 30,150.00 1.0501 6" 32 11 2Sy 13,419 S S 3:t,889.-40 ?21,.01()1 6" 29' R-R 1 3213 1 Sy 12.553 S 5 39'1',1o2,45 13.+1,01 4"Conc Sidewall i5'11 Idth) 32 13 2( SF 2,505 $ 11,898. Barrier Free R w:1. I L R-1 32 13 20 EA 8 $ 1,950.00 S 15,600.00 3171.00f1] 7'rulfic Cont 3471 13 LS 1 $ 1,001).00 5 1,000.00 9999.0001 Collnecl _w 1`.��i�u;+� 999901 1 LF 1 87 $ 20.00 $ 1,7,-.-- 9999.0002 1 Prue:isle and Install Street Name Blanc. 99 99 02 EA 8 1 $ 245.001$ 1,960.00 UNIT 4:PAVING IMPROVEMENTS BID SUMMARY $ 494,540.60 END OF SECTION WILLOW RIDGE ESTATES,PHASE 5 CITY OF FORT WORTH CPN 100480 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS a.v NAp1g LLL • -NINC ORPNCH CRCIL 3 I �� a I (, y� to ? • � t a a . » I �w tttu ""�i� 8 o � I p»•t� 4 0 a � II tmo�N�a�Nn a a a a � a ` • • w \ tweinin mi iaario ,, • (11]p a) R.16'111 y �� CONNECT TO EX. 7'xS° RCB ,. �, " tp NISD MEDDLE SCHOOL N0. 6 • m 2'1P CPNf100655 I $ �. • • m w m n S« a w �ar Nv rr toa ns.w � T REMOVE EX. RIPRAP = m & HEADWALL m as a` a0 as :, r. CONNECT' TO EX. 24' RCP CONNECT TO FJ( NISD MIDDLE SCHOOL ND. fi 8'x3' RCB 7CPN#100655 WILLOW RIDGE ESTATES PHASE 2A b.7 » o " 'KEEPf C BUrUDINE I�( n I t, to « w REMOVE EX. RIPRAP & HEADINALL tea° ' ' ' 10 REMOVE EX, RIPRAP & HEADWALL CONNECT TO EX. 42' RCP CONNECT TO EX. 24' RCP NISD MIDDLE SCHOOL NO. 6 .,, NISD MIDDLE SCHOOL NO. 6 » » CPN#100655 III . CPN#100655 \ � LLOW PoOCE ESiA 5 I n \\ _L� OG N 021 7000 a � • �/� » • a m s » • • a sI • tr vNat um[vuo4•t .... a I I IES n PROP. INLET o EXIST. INLET PROP. ONSITE STORM DRAIN EXIST. STORM DRAIN w STORM DRAINAGE EXHIBIT B1 PLANS FOR THE CONSTRUCTION OF WATER, SEWER, PAVING, STREET LIGHTING, & .,� DRAINAGE IMPROVEMENTS TO SERVE TEXASREGISTMDENGAIEERMFUMF433 WILLOW RIDGE ESTATES,PHASE 4 (CPN#100XXX) 16301 QUORUM DRIVE,SUITE 200B ADDISON,TEXAS 75001 TEL:972-246.7676 FAX:972-248-1414 SEPTEMBER 2017 — SHEET 7 CFA STORM DRAIN COST ESTIMATE UNIT PRICE BID Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No. r)cscnpnon Unit Price Bid Value Section No. Measure Quantity UNIT 3: STORM DRAIN IMPROVEMENTS 0241,0800 Remove Rip Rap 0541 13 SF 574 $ 0.80 459.20 0241 A401 Remove Headwall/SET 0241 14 EA 3 $ 1,000.00 S 3.000.00 3305.0109 Trench Safetv 3305 10 LF 1863 $ 0.50 $ 931.50 3305,0112 Concrete Collar 33 05 1" FA 4 S 300.00 $ 1.200.00 3341,0201 21 RCP,Class 111 3341 10 LF 105 $ 50.00 S 5.250,00 3341,0205 24 RCP.Class Ell 3341 10 LF 676 S 57.00 S 38.53100 3341.0208 27"RCP,Class 111 3341 10 I-F, 19 S 64.00 $ 1.216.00 3341.0402 42"RCP.Class 111 3341 10 LF 332 S 127.50 $ 42.11 10.00 3341,1403 7x5 Box Culvert 3341 10 LF 698 S 360.00 S 25 1.280.00 3341.1501 80 Box Culvert 3341 10 LF 33 S 330.00 $ 10,890W0 3349,0002 5'Storm Junction Box 33 49 10 EA I $ 4,000.00 $ 4,000.00 3349.0006 Storm Junction Structure(5x10 Box) 3349 10 LS 1 $ 10,500.00 S, 10.500.00 3349.0102 4'Manhole Riser 3349 10 EA 1 $ 2,400.00 S 1,400.00 3349.5001 10'Curb Inlet 33 49 20 EA 10 $ 3,400A0 li, 34.000.00 3349.5002 15'Curb Inlet 33 49 20 EA 4 41,650M M600-00 3 349.5!OEO3 20'Curb Inlet 33 49 20 EA 2 $ 6,000.00 S 12.000,00 UNIT 3: STORM DRAIN IMPROVEMENTS-BID SUMMARY $ 436,588.70 END OF SECTION WLLOW RIDGE FSTA7ES,PHASE 5 CITY OF FORT WORTH CPN 00480 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS N.i.l., „ OOC M)ObOII•IY. b T NTNG BRNlbI COME x I y ,` 9} gI� a� aII•W /� / « ,Y. w,« Y urs►i No .lag3 Is �Y CREST 9P11•g DANE W A ,� • b 3 i II • • A % II i b b % A b ■� It li i -1R SWEEPING BUTTE DRIVE N % II % A b A • 10 ry IS ti • ° {D]I 111 I f S • w u „ b b �• . • • . r �I a I WILLOW LLAW PoDGE RTA N DYt IY ear mmAc,: bRO w A > S.V. � - i b i II b a • � Y Y w SIX.,,,��� ME�ljm m �)X2 Y I V1 1m.I6 1SOS �L I IFS PROP. RESIDENTIAL LUMINAIRE EXIST. RESIDENTIAL 4� LUMINAIRE STREET LIGHTS EXHIBIT C PIANS FOR THE CONSTRUCTION OF WATER, ��' SEWER, PAVING, STREET LIGHTING, & DRAINAGE IMPROVEMENTS TO SERVE WILLOW RIDGE ESTATES,PHASE 4 TEXAS REGISTERED ENGIIIffERA-G FIRM F-47i (CPN#100X)0() 16301 QUORUM DRIVE,SUITE 200B ADDISON,TEXAS 75001 TEL:972-248-7676 SEPTEMBER 2017 - SHEET 8 FAX:972-248-1414 L a BOG PG Rf a a waz a a n m1a1�'0 M.V A- YL a TmNNG CVCtE a ryL. r,��G�s� 9 w i T- 7 a �°"f mu b• �?� F a • N N mq�aam� N JYCmr 00.V r ommUiO N Val IAD) N tf • D.m AD) 12 N q SFG 10 w2mu 6j r.. .r• T- - s Ae) � w ! ; j yy, + 14 WEST SNEEZE DRIVE s n m m m mm� $ tt tt T m ana� r ( Ac) a SWEEPING BUTTE DRIVE u n a io n +a tt '• am a�a • a soot u • a n m a a a + a • • a + a r LLDW RIDGE ESTA sou r D21 BASKET moor TERRACE tau N mDnl YANK CATnE YARDS.INC. � � m i a N a a a r x tl Y ° V0.aaaQ R Q10 e' a, a� t r r ; �R TM R 1m1 IFS PROP. SIGN BLADE (TO BE PROVIDED BY DEVELOPER) STOP PROP. STOP SIGN STREET SIGNS EXHIBIT Cl _ PLANS FOR THE CONSTRUCTION OF HATER, SEWER, PAVING, STREET LIGHTING, & DRAINAGE IMPROVEMENTS TO SERVE WILLOW RIDGE ESTATES,PHASE 4 f EkAS REGISTERED ENGMEEMG FIRM F-438 (CPN#100MX) 16301 QUORUM DRIVE,SUITE 200B ADDISON,TEXAS 75001 TEL 972-248-1414 972-248-7676 FAX: SEPTEMBER 2017 - SHEET 9 FA L CFA LIGHTING COST ESTIMATE UNIT PRICE BID Project Item Information Bidder's Proposal 13idlill 111:M Oeser Specific.it),'n 1 nit of Fiat N1 Value O a��iriin U.NI'1" 5: STREET LIGHTING 2605.3015 �-T PVC SCH 80(`f) =" L909 S S ➢?.r)?9.90 3441.1408 No Condr 3441 10 5,907 $ -.70 S 4.13 4.90 3441.1410 NO _ 1 i u I,1 d Copper Elec Condr 3441 10 LF 1969. $ 0.4.4 3441.1501 Ground T 1 pe B 3441 10 EA 21 $ S 3441.3-'ill ILED LilTluin., I Itm 344120 EA 18 $ 358.(W S 6414.00 344 1.1, Rdwti on TY 1 - "" EA S 955.00 S I9l},00 3,' P68 Install Type 3 Arm 41 EA 18 $ 842.00 $ 14 ` ::xa : �l Rdwy 111tini-1 '1 ^ 3441 20 EA 18 $ 8,' 100 $ 1'3.1 X6.00 vIT 5:STREET LIGHTING BID SUMMARY $ 72.946.85 END OF SECTION WILLOW RIDGE ESTATES,PHASE 5 CITY OF FORT WORTH CPN 100480 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00 42 43 DAP-BID PROPOSAL Page 1 of 2 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification I Unit of Bid Unit Price Bid Value NO. Section No. I Measure Quantity UNIT I:WATER IMPROVEMENTS 1 3305.0003 8"Waterline Lowering 33 05 12 EA 4 $2,700.00 $10,800.00 2 3305.0109 Trench Safety 33 05 10 LF 3904 $0.10 $390.40 3 3311.0001 Ductile Iron Water Fittings w/Restraint 3311 11 TON 2.76 $4,600.00 $12,696.00 _. _...._.. _ 4 3311.0241 8"DR 14 Water Pipe 3311 12 LF 3904 $22.20 $86.668-80 5 3312.0001 Fire Hydrant 33 12 40 EA 6 $2.830.00 $16.980.00 6 3312.0117 Connection to Existing 4"-12"Water Main 33 12 25 EA 4 $80().00 $3,200.00 7 3312.2003 1"Water Service 33 1, EA 101 $830.00 $83,830-00 8 3312.2003 1"Irrigation Service 33 12 EA 1 $830.00 $830.00 9 3312.3002 6"Gate Valve 33 12 EA 5 $860.00 $5,160.00 10 3312.3003 8"Gate Valve 13 12?C. -A 10 $1.300.00 $13,000.00 TOTAL UNIT 1:WATER IMPROVEMENTS $233,555.20 UNIT Il:SANITARY SEINER IMPROVEMENTS 1 3301.0002 Post-CCTV Inspection :?1 01 31 l.F 2647 $1,40 $3,705.80 2 3301.0101 Manhole Vacuum Testing 2:1 01 30 EA 1 C $110.00 $1,100-00 3 3305.0109 Trench Safety 3.S 10 LF 2647 $1.00 $2.647.00 4 3305.0113 Trench Water Stops 33 1,-! 5 _A 6 $30C.00 $1,800.00 5 3331.3101 4"Sewer Service 3, 31 50 EA 100 $74C.00 $74,000.00 6 3331.4115 8"Sewer Pipe 3:31 '0 LF 2487 $33.50 $83,314.50 7 3331.4116 8"Sewer Pipe,CSS Backfi'I 3: 31 20 LF 160 $•,22.00 $6,720.00 8 3339.0001 Epoxy Manhole Liner 33 35 r;0 VF 27.32 $2G0.00 $5,464.00 9 3339.1001 4'Mar.hole 3�2C, EA 8 $2,855.00 S2,-,,840-00 10 3339.1001 4'Manhole w/Hydraulic Slide 33 39 2C EA 2 $3,395.00 $6.790.00 11 3339.1003 4'Extra Depth Marhole 32 29 2C _VF 44.5 $100.00 $4.450 00 TOTAL UNIT II:SANITARY$EW"JER IMPROVEMENTS $212.831 30 UNIT III: DRAINAGE IMPROVEMENTS 1 0241.0800 Remove Rip Rap 11 SF 574 $10.00 .._ $5,140.00 2 0241.4401 Remove Headwall/SEI 0:' ti EA 3 $3,5.00.00 $10,500.00, 3 3305.0109 Trench Safety 3 Ci LF 1863 $0.50 $931.50 4 3305.0112 Concrete Collar EA 4 $300.00 $1,200.00 5 3341.0201 21'"RCP,Class III 0 LF 105 $56.00 $5,880.00 _ _.. _ _ _ 6 3341.0205 24"RCP,Class III 1 LF 676 $64.00 $43,264.00 7 3341.0208 27"7R&,Class III LF 19 $81.00 $1,539.00 8 3341.0402 42"RCP,Class 111 31 1 0 LF 332 $144.00 $47,808.00 9 3341.1403 7x5 Box Culvert 1 0 LF 698 $444.00 $309,912.00 10 3341.1501 8x3 Box Culvert 3;= 1 10 LF 33 $430.00 _ $14,190.00 11 3349.0002 5'Storm Junction Box 3349 10 EA 1 $4,000.00 $4,000.00 12 3349.0006 Storm Junction Structure(5x10 Box) 33 49 10 LS 1 $8,300.00 $8,300.00 13 3349.0102 4'Manhole Riser 3349 10 EA 1 $1,700.00 $1,700.00 14 3349.5001 10'Curb Inlet 33 49 20 EA 10 $3,400.00 $34,000.00 15 3349.5002 15'Curb Inlet 33 49 20 4 $4,650.00 $18,600:00 16 3349.5003 20'Curb Inlet = _ 2 `"1 $6,550.00 $13,100.001 TOTAL UNIT III DRAINAGE IfAPROVEMENTS $520,664.50 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September 1,2015 00 42 43_Bid Proposal_DAP 004243 DAP-BID PROPOSAL Popa S of*. SECTION 00 42 43 Developer Awarded Projects PROPOSAL FORM UNIT PRICE BID Bidder's application Project Item Infaxmatioa Md.er's Prgoa A Bidlist Item Specification Unttof Bid 17cscriptlnnCtisit.Price Bid Value Nu. Semon No. Measure Quantity UNI IV:PAVING IMPROVEME T 1 3211.0400 Hydrated Lime 32 11 29 TN 201 $155.00 $31,155.00 2 3211.0501 6"Lime Treatment 3211 29 SY 13419 $2.90 $38,915.10 3 3213.0101 6'Conc Pvmt(29'B-B) 32 1313 SY 12553 $32.95 $413,621.35 4 3213.0301 4"Conc Sidewalk(5`Width) 32 1320 SF 2505 $4.75 $11,898.75 5 3213.0501 Barrier Free Ramp,Type R-1 32 13 20 EA 8 $2,000.00 $16,000.00 6 3471.0001 Traffic Control 34 71i 13 MO 1 $500.00 $500.00 7 9995.0001 Connect to Existing Pvmt 99 99 01 LF 87 $10.00 $870.00 8 1 9999.0002 Provide and Install Street Name Blades 1 99 99 02 1 EA 16 $150.001 $2,400.00 TOT V NG IMPROVEMENTS $515,360.20 UNIT V:STREET LIGHTING IMPROVEMENTS 1 2605.3015 2"CONDT PVC SCH 80(T) 26 05 33 LF 1969 $6.30 $12,404.70 2 3441.1410 NO 10 Insulated Copper Elec Condr 3441 10 LF 7876 $0.77 $6,064.52 3 3441.1501 Ground Box Type B 3441 10 EA 27 $1.05 $28.35 4 3441.3201 LED Lighting Fixture 3441 20 EA 18 $358.35 $6.450.30 5 3441.3301 Rdwy Ilium Foundation TY 1 34 41 20 EA 18 $1,010.00 $18,180.00 6 3441.1638 Install Type 33 S Arra 3441 20 ' EA 18 $263.00 $4,734.00 7 3441.3341 Rdwy Ilium Type 11 Pole 3441 20 EA 1 18 $1,624.00 $29,232.00 TOTAL UNIT V:STREET LIGHTING IMPROVEMENTS1 IMPROVEMENTS $77,093.87 UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS 1 NONE LOTAL UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS Bid Summan UNIT I:WATER IMPROVEMENTS $233,555.20 UNIT II:SANITARY SEWER IMPROVEMENTS $212.831.30 UNIT III:DRAINAGE IMPROVEMENTS $520.664.50 UNIT IV:PAVING IMPROVEMENTS $515,360.20 UNIT V:STREET LIGHTING IMPROVEMENTS $77,093.87 UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS TOM Construction Bldi $1,559,506.07 Co yrs tar agrees to co, lete ORA for FLNAL ACCEPTA-NCF 21Q� calendar days after the date schen Be CO TRA. commpees/o tti a prosided in tCeaeral Condhians Name. (Print) Title: President Company G'ilco Contracting Inc. Address: 6331 Soutbtsesi Bled. Benbrook.Texas 7613 E,ND OF SECTION (TrV Or rORT'A'ORTH STANDARD CONSTRUCHLIN SPLCBI(-Aitt)H DO(VSfFN-J •DEVELOPLR A,I%AROEE PROJECTS Fuan\'—SeW mb-1.-1015 04)42 J_6fid Pt'j 1 11 Y11