Loading...
HomeMy WebLinkAboutContract 53049 Received Date: Nov 11,2019 Received Time: 1:06 PM Developer and Project Information Cover Sheet: Developer Company Name: GRBK Edgewood,LLC Address, State,Zip Code: 2805 North Dallas Parkway, Suite 400,Plano,TX,75093 Phone&Email: 817-658-2112,bsamuel(&,,zreenbrickpartners,com Authorized Signatory,Title: Bobby Samuel,Vice President Project Name: Ventana Phase 4 Brief Description: Water,Sewer,Paving,Storm Drain, Street Lights Project Location: South of Aledo Road,West of Rolling Hill Drive Plat Case Number: FP-19-083 7plat Name: Ventana Phase 4 Mapsco: Council District: 3 CFA Number: CFA19-0105 City Project Number: 102239 City of Fort Worth,Texas OFFICIAL RECORD Standard Community Facilities Agreement-Ventana Phase 4 CITY SECRETARY CFA Official Release Date:02.20.2017 FT. WORTH,TX Page 1 of 14 STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS City i ecretary COUNTY OF TARRANT § Contract No. 53049 WHEREAS, GRBK Edgewood, LLC, ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto("Improvements")related to a project generally described as Ventana 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 contractor(s) City of Fort Worth,Texas Standard Community Facilities Agreement-Ventana Phase 4 M CFA Official Release Date: 02.20.2017 CITY SECfRETARY Page 2 of 14 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) ®, 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 II, 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-Ventana Phase 4 CFA Official Release Date:02.20.2017 Page 3 of 14 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-Ventana Phase 4 CFA Official Release Date:02.20.2017 Page 4 of 14 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-Ventana Phase 4 CFA Official Release Date:02.20.2017 Page 5 of 14 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-Ventana Phase 4 CFA Official Release Date:02.20.2017 Page 6 of 14 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-Ventana Phase 4 CFA Official Release Date:02.20.2017 Page 7 of 14 Cost Summary Sheet Project Name: Ventana Phase 4 CFA No.: CFA19-0105 City Project No.: 102239 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 $ 674,585.40 2.Sewer Construction $ 820,859.00 Water and Sewer Construction Total $ 1,495,444.40 B. TPW Construction 1.Street $ 1,689,972.76 2.Storm Drain $ 1,141,608.70 3.Street Lights Installed by Developer $ 250,294.00 4. Signals $ - TPW Construction Cost Total $ 3,081,875.46 Total Construction Cost(excluding the fees): $ 4,577,319.86 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 29,908.89 D. Water/Sewer Material Testing Fee(2%) $ 29,908.89 Sub-Total for Water Construction Fees $ 59,817.78 E. TPW Inspection Fee(4%) $ 113,263.26 F. TPW Material Testing(2%) $ 56,631.63 G. Street Light Inspsection Cost $ 10,011.76 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 179,906.65 Total Construction Fees: $ 239,724.43 Choice Financial Guarantee Options,choose one Amount Mark one Bond= 100% $ 4,577,319.86 Completion A reement= 100%/Holds Plat $ 4,577,319.86 Cash Escrow Water/Sanity Sewer-125% $ 1,869,305.50 Cash Escrow Paving/Storm Drain=125% $ 3,852,344.33 Letter of Credit=125%w/2 r expiration period $ 5,721,649.83 x City of Fort Worth,Texas Standard Community Facilities Agreement-Ventana Phase 4 CFA Official Release Date:02.20.2017 Page 8 of 14 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 G"K Edgewood,LLC Dana Buroiff Dana BurghdoH(gov 4,2019) Dana Burghdoff Interim Assistant City Manager Bobby Samuel Date: Nov 4,2019 BobbySamuel(Nov4,2019) Name: Bobby Samuel Recommended by: Title: Vice President Date: Nov 4,2019 fifer L,Eze6.k(NOv4,2019) 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 R,c d 24 McC,,ackest� requirements. Richard A McCracken(Nov 4,2019) Richard A. McCracken c7m Smz�eti<Rmalef Jame Scarlett Morales(Nov 4,2019) Assistant City Attorney M&C No. Name: Janie Morales Date: Nov 1,2019 Title: Development Manager Form 1295: FORT A. ATTEST: U 2 Mary J.kayser(Nov 11, 19) .•' Mary J. Kayser/Ronald GonzalesXAS City Secretary/Assistant City Secretary City of Fort Worth,Texas Standard Community Facilities Agreement-Ventana Phase 4 OFFICIAL RECORD CFA Official Release Date:02.20.2017 CITY SECRETARY Page 9 of 14 FT. WORTH,TX 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 ® Attachment 2 - Concurrent CFA Provisions ® Location Map ® Exhibit A: Water Improvements ® Exhibit A-1: Sewer Improvements ® Water and Sewer Cost Estimates ® 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-Ventana Phase 4 CFA Official Release Date:02.20.2017 Page 10 of 14 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 102239 None. City of Fort Worth,Texas Standard Community Facilities Agreement-Ventana Phase 4 CFA Official Release Date:02.20.2017 Page 11 of 14 ATTACHMENT "2" Concurrent CFA Provisions City Project No.102239 The improvements being constructed by Developer pursuant to this Agreement will connect to improvements being constructed by Meritage Homes of Texas, LLC, under a separate Community Facilities Agreement, City Secretary Contract No. 52991, and will ultimately rely upon improvements being constructed by PB Ventana 1, LLC, under separate Community Facilities Agreements, City Secretary Contract Nos. 52888 and 52889. City Secretary Contract Numbers 52991, 52888, and 52889 are hereinafter referred to as the"Separate CFAs." Developer has requested and the City has agreed to allow Developer to begin the construction of the improvements contained in this Agreement before the improvements being constructed under the Separate CFAs are completed and accepted by the City. Therefore, this Agreement shall be considered a"Concurrent CFA"and the provision contained in this Attachment shall apply to this Agreement. The improvements being constructed under the Separate CFAs shall be defined as the "Primary Projects." The improvements being constructed by Developer under this Agreement shall be defined as the "Secondary Project." Developer acknowledges and agrees that due to Developer's election to construct a Concurrent CFA, the potential exists for technical, delivery, acceptance or performance problems (hereinafter "Construction Problems"). Construction Problems may include, but are not limited to: failure of the improvements to comply with the approved plans or City Specifications; failure of the improvements in the Primary Project and the Secondary Projects to properly connect to each other; changes to the design or construction of the improvements in the Primary Projects that impact the design and construction of the improvements in the Secondary Project; construction delays, delay claims, or claims for liquidated damages; increased costs for the Developer or the developers of the Primary Projects; failure of the improvements to pass inspection or material testing;or rejection by the City of some or all of the improvements and Developer or the developers of the Primary Projects having to remove and reconstruct the improvements at the expense of Developer, the developers of the Primary Projects, or both. In addition, Developer understands and agrees that disputes may arise between the contractors or subcontractors for the Primary Projects and the contractors or subcontractors for the Secondary Project relating to responsibility for the Construction Problems. Developer shall be solely responsible for resolving disputes between contractors, disputes between contractors and subcontractors and disputes between Developer and the developers of the Primary Projects. Developer acknowledges and certifies that Developer has entered into written agreements with the developers of the Primary Projects and said agreements: (1)provide Developer with any access needed through property owned by the developers of the Primary Projects; (2) that City of Fort Worth,Texas Standard Community Facilities Agreement-Ventana Phase 4 CFA Official Release Date:02.20.2017 Page 12 of 14 Developer and the developers of the Primary Projects shall resolve all disputes regarding the design and construction of the Primary Projects and the Secondary Project; and(3)the developers of the Primary Projects will notify Developer of any all changes to the design or construction of the improvements in the Primary Projects, including any field changes. Developer further acknowledges and agrees that Developer has notified all of Developer's contractors for the Project that Developer has elected to construct a Concurrent CFA, the provisions of this Attachment, the risks associated with a Concurrent CFA, and that the City shall not bear any responsibility for construction of the improvements or Developer's decision to proceed with a Concurrent CFA. Developer shall not make the final connection of the improvements in the Secondary Projects to the improvements in the Primary Project until the improvements in the Primary Projects have been constructed and accepted by the City and the City has consented to Developer making the connection. Developer agrees that if this Agreement is for improvements relating to the construction, renovation or modification of one or more single family residential homes or structures, the City will not record the plat related to the Project until the improvements are constructed and accepted by the City. Developer agrees that if this Agreement is for improvements relating to the construction, renovation or modification of one or more commercial buildings or structures, the Developer shall not receive a Certificate of Occupancy from the City for the building(s)related to the Project until the improvements in this Agreement are constructed and accepted by the City. Developer further understands and agrees that completion of the improvements under this Agreement does not entitle Developer to obtain a final plat of the property until all other requirements of Federal law, State law, or the City Code relating to the filing and recording of a final plat have been met by Developer. BY CHOOSING TO CONSTRUCT A CONCURRENT CFA, DEVELOPER ASSUMES ALL RISKS AND DEVELOPER SHALL BE LIABLE AND RESPONSIBLE FORANYANDALL DAMAGES,INCLUDINGBUTNOTLIMITED TO,ANYANDALL ECONOMICDAMAGES,PROPERTYLOSS,PROPERTYDAMAGESANDPERSONAL INJURY(INCLUDING DEATH OFANYKIND OR CHARACTER, WHETHER REAL ORASSERTED. DEVELOPER HEREBYEXPRESSLYRELEASESANDDISCHARGES CITY FROM ANY AND ALL LIABILITY FOR DAMAGES, INCLUDING, BUT NOT LIMITED TO, ANY AND ALL ECONOMIC DAMAGES, PROPERTY LOSS, PROPERTY DAMAGE AND PERSONAL INJURY (INCLUDING DEATH ARISING OUT OF OR IN CONNECTION WITH, DIRECTLY OR INDIRECTLY, THE CONSTRUCTION OF THE IMPROVEMENTS OR DEVELOPER'S DECISION TO CONSTRUCT A CONCURRENT CFA. DEVELOPER, AT ITS SOLE COST AND EXPENSE,AGREES TOANDDOESHEREBYINDEMNIFY,DEFEND,PROTECT,AND City of Fort Worth,Texas Standard Community Facilities Agreement-Ventana Phase 4 CFA Official Release Date:02.20.2017 Page 13 of 14 HOLD HARMLESS CITY, AND CITY'S OFFICERS, REPRESENTATIVES, AGENTS, EMPLOYEES,AND SERVANTSFOR,FROMAND AGAIMSTANYAND ALL CLAIMS (WHETHER AT LA W OR IMEQUITI9, LIABILITIES, DAMAGES(INCLUDING ANY AND ALL ECONOMIC DAMAGES, PROPERTYLOSS, PROPERTYDAMAGESAND PERSONAL INJURIES INCL UDING DEA TH),LOSSES,LIENS, CAUSES OFACTION, SUITS,JUDGMENTSAND EXPENSES(INCLUDIVG,B UT NO T LIMITED TO, COURT COSTS, ATTORNEYS'FEES AND COSTS OF INVESTIGATIOA), OF ANY NATURE, KIND OR DESCRIPTION ARISING OR ALLEGED TO ARISE BY OR IV ANY WAY RELEATED TO CONSTRUCTION OF THE IMPROVEMENTS OR DEVELOPER'S CHOICE TO CONSTRUCT A CONCURRENT CFA, OR (2) BY REASON OF ANY OTHER CLAIM WHATSOEVER OF ANY PERSON OR PARTY OCCASIONED OR ALLEGED TO BE OCCASIONED IN WHOLE OR IMPART BY THE CONSTRUCTION OF THE IMPROVEMENTS OR DEVELOPER'S CHOICE TO CONSTRUCT A CONCURRENT CFA, WHETHER OR NOT SUCH INJURIES DEATH OR DAMAGES ARE CA USED, IN WHOLE OR IMPART, BY THE ALLEGED NEGLIGENCE OF THE CITY OFFORT WORTH,ITS OFFICERS, SERVANTS, OR EMPLOYEES. By signing below, Developer certifies that all statements contained in this Attachment"2" Concurrent CFA Provision are true and correct. DEVELOPER: GRBK EDGEWOOD LLC Bobby Samuel Bobby Samuel(Nov4,2019) Name: Bobby Samuel Title: Vice President City of Fort Worth,Texas Standard Community Facilities Agreement-Ventana Phase 4 CFA Official Release Date:02.20.2017 Page 14 of 14 w 4la3 M. NI)FRO► AL IV 1 rir I SECTION 00 42 43 PROPOSAL FORM UNIT PRIDE BID Bidder's Appfication Pr jcc[hrm inf[ion 0iddcfs Proposal IIa[ist lum Dr..�iplmn Sprcificahon S�x[ion Ho. []nn of Bid(hwdik Ilnil Peet Bid Vvluc Na Afoyuro UNIT V.STREET LIGHTING IMPROVEMENTS 1 2605.3015 2"CONOT PVC SCH 60 L17 26 05 33 LF 4,037 $9.00 336.333,00 2 3441,140e 96XHHW 344110 LF 12,111 S1.00 $12,111.00 3 3441.1757 Type 11 Pole with 333 Arm 34 41 20 EA 66 $1,675.00 5110,550.00 4 3441.3050 Rea dential 50 wait ATEO Cobra Head 34 41 20 EA 66 S350.00 $23.100,00 5 3441.3301 Type 1 FOundalion 34 4120 EA 66 $9,90.00 $62.700,00 6 9999.0001 9ond5 00 00 00 LS 1 $5.500.00 35,500,00 7 6 9 10 11 12 13 14 15 16 17 16 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 3$ 36 37 36 39 40 41 42 43 44 45 TOTAL UNIT V:STRE£T LIGHTING IMPROVEMENTS 5250,294.00 Bid Sum-3, UNIT V:STREET LIGHTING IMPROVEMENTS S 25D,294,00 `r Tv el Coutrur lien Sid 5260.294.00 This Did is wrbmined by the emity mmed below: BIDDER: EV:Chip Br In bran Elrcl-4.11., 1 Fun Won h,'F.u.7aI411 TITLE:i'r r rids 1 q DATE: 1 'Y► Coftiodor mgmv to complee WORD fur FINAL ACCEPTANCE%IIhlh 60 Iw ridnx day.xner Ihr Jule when the CONTRACT mmmrnm[a rue n p­lded Ih the Cenral Cwdilivm. EN 0 OF SECTION CrIYMFORTUIORTlt S XNDAaD MNML%�Y SFECIFICAilO!1 UO 11E:TS Fam 4rwd 1v11¢[]O o0 4.a) 004243.KCK INN nolAos u. I'agc I or3 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Pmject Item Information Bidders Proposal Bidlist Item Description Specification Section Na. Unit at bid Quantity Unit Price Bid Value rJo, 'Measure UNIT I:WATER IMPROVEMENTS 1 3137.0101 Concrele Riprap 31 3700 SY 100 $ 155.00 $ 15,500.00 2 3305.0003 8"Waterline Lowering 330512 EA 8 $ 1.975.00 $ 15,800.00 3 3305.0109 Trench Safety for Water 33 05 10 LF 11.731 $ 0.10 $ 1,173.10 4 3305.1003 20"Casing By Open Cut 33 05 22 LF 77 $ 125,00 $ 9,625.00 5 3311.0001 Ductile Iron Water Fittings wl Restraint 3311 11 LS 1 $ 22,650.00 $ 22,650.00 6 3311.0241 6"Water Pipe 33 11 10,3311 12 LF 11,731 $ 24.80 $ 290,928.80 7 3312.0001 Fire Hydrant 33 12 40 EA 11 $ 4.125,00 $ 45,375.00 8 3312.0117 Connection to Existing 4"-12"Water Main 33 12 25 EA 2 $ 1,050.00 $ 2,100.00 9 3312.2003 1"Water Service 3312 10 FA 268 $ 754.00 $ 194,532,00 10 3312.3003 8"Gate Valve 33 12 20 EA 38 $ 1,260.00 $ 45.360.00 11 9999.0001 Pressure Testing&Chtorinabon 00 00 00 LF 11,731 $ 1.50 $ 17.596.50 12 9999.0002 314"IrrigationMeter 00 00 00 EA 4 $ 840.00 $ 3.360.00 13 9999.0003 1"Irrigation Meter 00 00 00 EA 1 $ 850.00 $ 650.00 14 9999.0004 2-4"SCHED-40 PVC Irrigation Sleeves 00 00 00 LF 380 $ 21.00 $ 7.980.00 15 9999.0005 3-4"SCHED-40 PVC Irrigation Sleeves 00 00 00 LF 65 $ 27.00 $ 1.755.00 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 TOTAL UNIT is WATER IMPROVEMENTS $674,585,40 Crf'Y OF FORT WORl71 STANDARD CONMUC TION SPITIFICA'rION nOCUMI:NIS F—RC imI20120120 FVMCFAnOC109.2549 00424)-KCK 130)PROPO6AI. Peg.2 or a SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Infermation Bidder's Proposal Bidlist Item Description Specification Section No. Unit of Bid Quantity Unit Price Bid Value Na Measure UNIT II:SANITARY SEWER IMPROVEMENTS 1 3301,0002 TV,Air&Mandret Test 3301 31 LF 10,902 $2.00 $21.804,00 2 3305.0109 Trench Safety 330510 LF 10,902 $0.10 $1.090,20 3 3365.0113 Trench Water Stops 33 05 15 EA 27 $400.00 $10,800,00 4 3305.0116 Concrete Encasement for Utility Pipes 330510 LF 20 $45.00 $900.00 5 3305.1003 20"Casing By Open Out 33 05 22 LF 140 $125.00 $17,500.00 6 3331.3101 4"Sewer Service 33 31 50 EA 258 $668.00 $172,344.00 7 3331.4115 8"Sewer Pipe-SDR 26 33 11 10.33 31 12,33 31 20 LF 10.902 $35.40 $385,930.80 8 3331.4116 CSS Sackfill for 8"Sewer Pipe(CSS Only) 33 11 10.33 31 12,33 3120 LF 560 $20.00 $11,200.00 9 3339.1001 4'Manhole(Including Interior Epoxy Coaling) 33 39 10.33 39 20 EA 37 $4.195.00 $155.215.00 10 3339.1002 4'Drop Manhole(Including Interior Epoxy Coating) 33 39 10.33 39 20 EA 3 $9.400.00 $28,200.00 11 3339,1101 5'Manhole(Including Interior Epoxy Coating) 33 3910,33 39 20 EA 1 $9.775.00 $9.775.00 12 9999,0006 Core&Connect to Existing Sewer Manhole 00 00 00 EA 2 $3,050,00 $6.100.00 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 TOTAL UNIT II:SANITARY SEWER IMPROVEMENTS $820,859.00 MY OF FOR-WOMttt STANDARD CONSTRUCTION SI0?CIFICATTON nOCUM3?NFS Farm t.—d 20120i20 FWTX CFA DOGS 09.25-I9 004293-KCK 1)0)PROPOSAL Paac 3 d 3 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Pmject Item Information Bidder's Proposal Ridlist Item 4escrtption Specification Section No. Unit of No. Measure Bid QvanliTy Unit Price Bid Veiuc UNIT III:DRAINAGE IMPROVEMENTS 1 0241.0800 Remove Existing Rip Rap 02 41 13 SY 338 $ 16.00 $ 5,408.00 2 0241.3015 Remove Pmposed 24"Storm Line 0241 14 LF 15 $ 20.00 $ 300.00 3 0241.4401 Remove Existing TxDOT CH-FW-O Wingwall 0241 14 EA 1 $ 1,300,00 $ 1.300.00 4 0241.4401 Remove Proposed 24"Sloped End Headwall 0241 14 EA 1 $ 1,300.00 $ 1.300.00 5 3137.0102 Large Stone Riprap,dry 31 3700 SY 794 $ 99.00 $ 78.606.00 6 3301.0002 Post-CCTV Inspection 33 01 31 LF 4,249 $ 2.20 $ 9.347.80 7 3305,0109 Trench Safety 330510 LF 4,249 $ 0.10 $ 424.90 8 3305.0112 Concrete Collar 330517 EA 1 $ 450.00 $ 450.00 9 3341.0103 18"RCP,Class III 3341 10 LF 140 $ 47.00 $ 6,580.00 10 3341.0201 21"RCP,Class III 3341 10 LF 891 $ 52.00 $ 46.332.00 11 3341.0205 24"RCP,Class III 3341 10 LF 1,725 $ 60.00 $ 103.500.00 12 3341.0302 30"RCP,Class ill 3341 10 LF 10 $ 77A0 $ 770,00 13 3341.0309 36"RCP,Class III 3341 10 LF 100 $ 97.00 $ 9.700.00 14 3341.1202 5'x4'Box Culvert 3341 10 LF 825 $ 235.00 $ 193,875.00 15 3341.1303 2-6'x4'Box Culvert 3341 10 LF 127 $ 604DO $ 76.708.00 16 3341.1501 2-8'x4'Box Culvert 3341 10 LF 152 $ 846,00 $ 128,592.00 17 3349.0001 4'Storm Junction Box 334910 EA 8 $ 6.600.00 $ 52.800.00 18 3349,0005 8'x5'Storrs Junction Box 334910 EA 1 $ 7.565.00 $ 7,565.00 19 3349,0005 B'x8'Storm Junction Box 334910 EA 3 $ 8.550.00 $ 25.650,00 20 3349.0104 4'Stacked Manhole 33 49 10 EA 1 $ 6.600,00 $ 6,600.00 21 3349.5001 IO'Curb Inlet 33 49 20 EA 20 $ 4.840.00 $ 96.800.00 22 3349.5002 15'Curb Inlet 33 49 20 EA 10 $ 5.720.00 $ 57,200.00 23 3349.5003 20'Curb Inlet 33 49 20 EA 2 $ 6.600.00 $ 13,200.00 24 3349.7001 4'Drop(Area)Inlet 33 49 20 EA 1 $ 4,200.00 $ 4.200.00 25 3349.9603 4'Grate Inlet 33 49 20 EA 1 $ 4,620.00 $ 4.620.00 26 9999.0007 5'X4'TxDOT PWA Concrete Wingwall OD OO OO EA 2 $ 20.570.00 $ 41.140.00 27 9999.0008 12'X4'TxDOT PW-1 Concrete Wingwall 000000 EA 2 $ 29.100.00 $ 58.200.00 28 9999.0009 16'X4'TxDOT PW-1 Concrete Wingwall 00 00 00 EA 2 $ 36,050.00 $ 72.100.00 29 9999.0010 21"Sloped End Headwall 00 00 00 EA 2 $ 2.420.00 $ 4,840.00 30 9999.0011 24"Sloped End Headwall 00 00 00 EA 4 $ 2.640.00 S 10.560.00 31 9999.0012 24"CH-FW-45 HEADWALL 000000 EA 1 $ 2.420.00 $ 2,420.00 32 9999.0013 36"Sloped End Headwall 00 00 00 EA 1 $ 3.520.00 $ 3,520.00 33 9999.0014 Connect to Existing Storm RCP 00 00 00 EA 2 $ 1.000.00 $ 2.000.00 34 3292.0200 Seeding,Broadcast 329213 LS 1 $ 16.000.00 $ 15,000.00 35 36 37 36 39 40 41 42 43 44 45 TOTAL UNIT III:DRAINAGE IMPROVEMENTS $1,141,608.70 Rid Summary UNIT I:WATER IMPROVEMENTS $ 674,585,40 UNIT II:SANITARY SEWER IMPROVEMENTS $ 820,8%00 UNIT III:DRAINAGE IMPROVEMENTS $ 1,141,608.70 Total Construction Id $2 7,053.10 This Bid is Submitted by the entity named below: BIDDER: B KCK Utility Construction 1024 S.Greenville Ave. Suite EGO TITLE:F TIILI:CI'OR Allen.Teaas 75002 DATE: 125l2019 Contractor agrees to complete WORK for FINAL ACCEI'TANCEwithin 100 worWng days after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION crry OF FoRr wok ill S'rANDARU CONXIRUC31014 SP1,CWICATION DOCUMFEWS F-Re,imd 20120120 FWrX CFA rxx:S 09.25d9 00 42 43-LH Lacy BID PROPOSAL Page l of i SECTIO N 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project hem Information Biddels Pmpnsal Brdiisl Na.Item Description SpeciRwtivn Section Na Unh of Bid Quantity Unit Price Bid Value N Mcutuc UNIT IV:PAVING IMPROVEMENTS 1 0241.1000 Remove 6"Temporary Nan-Reinforced Conn Pvmt 0241 15 SY 534 $10.00 $5,340.00 2 3211,0400 Hydrated Lime(30AUSY) 32 11 29 TON 589.E $151.99 $89,613.30 3 3211.0400 Hydrated Lime{363NSY) 3211 29 TON 140.9 $151,99 $21.415.39 4 3211.0501 6'Lime Treatment 3211 29 SY 39307 $2,12 $83,330.84 5 3211.0502 8'Lime Treatment 32 11 29 SY 7B26 $2.70 $21,130.20 6 3213.0101 6"Conc Pvmt 321313 SY 36312 $30,69 $1.114 415,28 7 3213.0101 6'Temporary Non-Reirdarced Conc Pvmt 32 13 13 SY 600 $55.75 $33.450.00 8 3213.0102 7.5'Conc Pvml 32 13 13 SY 7403 $35,10 $259.845.30 9 3216,0101 6"Conc Curb and Gutter 32 16 13 LF 38 $25.00 $950.00 10 3471.0001 Traffic Control 3471 13 _LS 1 $3.000.00 $3.000,00 11 9999.0001 Connect to Existing Pvmt Header 00 00 00 EA 2 $353,45 $706.90 12 9999.0002 Remove Barricade 00 00 00 EA 2 $175.50 $351.00 13 9999.0003 Construct Std.Pvmt Header as 00 ao LF 261 $9.34 $2.437,74 14 99SS-0004 Construct Type III Barricade 00 00 00 EA 8 $999.60 $7 996.80 15 9999,0005 Stop Signs 00 00 00 EA 22 $85.00 $1,870,00 16 9999.0006 Street Name Blades 000000 EA 23 $140.00 $3,220,00 17 9999.0007 Street Sign Pole 00000 EA 23 $300.00 $6,900,m 18 9999.0008 City of Fort Worth Bonds 00 00 00 LS 1 $34,01M.00 $34.000,00 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 TOTAL UNIT fV:PAVING IMPROVEMENTS 1 $1,689.972.78 Bid Summa ry UNIT IV:PAVING IMPROVEMENTS $1,689.972LA Total Ccmtruction Bid $1,689 97236 This Bid is su hm Wed by the entity named Muw: BIDDER- BY:Bobhy Cordon 1.31.LaU Cmnpany.Lid. I MO Cron n Dr.p1200 0aun s,l eraca5)34 TITLE:ip-idcnt `DATE: i 12 Contractor astren to wmplete WORK For FINAL ACCEPTANCE whhln 60 work&tg days after the date when the CONTRACT commences to run as provided in Ile Ceaeral Cerrdidom. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 Excel for 3-Way (0 4243--.— am PRPI'O- Neridl SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Intornialioa ISidaeis I`roparat Bidlial lk pt— SpeciScafi-Section Na_ M s!¢at bid Q—CLY tfnis Price Rid Valve: Sri No. UNIT VI:HARDSIl IMPROVEMENTS 1 3213.0301 4"Canc S!dewalk(S Wide) _ 321320 5F. 12,680 $4.93 $62512.40 2 3213.0301 4"Conc Sitlewa]k(6'Wide) � _ 32 13 20 SF 19,208 54.83 $94,885.58 3 3213.0501 Uapier Free Ramp Type R-1 3213211 FA 16 $1,26040 b20,486.40 4 3213.0508 Barrier Free Ramp Type P-1 321320_ EA __ 28 _- '755.22 $21.42616 8REFI 9999.g001 Install 42 Omamantal Fence - 0000 W LF 650 $33.35 $21.677.50. _ __--__- .._. .—__..__ �——.. -_ _. #REFI 9999.0002 5'-6"ht.Engty Sign Walf as shown on plans and details 182IL20,complete 000000 EA 1 $9,428.35 $8,428.35 and in place.. 9999.003 Sign Lighting in include(2)sign lights on each Fntry Sign Wall(2 total), #REFI complete and In place for the sum of(Electrical contractor shall provide outdoor Iial plans per local and State codes, 00 W 00 LS 1 $3,372.38 $3,372,38 Light hxiures shall be selected by the contractor and submitted to Cody Johnson Studio,LLC for approval. Llectdcal contractor shall install meter case and connect the _�._� .. ........... Irlfp8110n cpnlr.9 a .. - _._ - --._..... _---.---„_._ ---- #REF! 9999,0004 1 ht.Ornamental Metal Fence as shown on plans antl details IWIL18, 0c 0000 LF 605 $33.35 $20.17&75 complete and in.place - #REF!_ 9999.0005 6'-0"ht.oma!ental Metal Fence as shorn an plans and details I VYL19, 000000 LF 1,875 $33.35 $62,531.25 Comolele and in.place #REFI 9999.0006 7-V'hl.Stone Column as shown on plans and details 1&2JL78,complete 00 00 D0 £A 8 $1,547.19 $12,3T7.52 And.in-i --- ._ . ...._._. - ----------_- ---' ..-- -- - - #REF! 9991 T-Y'ht.Stone Column as shevm on plans and details 182il complete 00 00 00 EA 20 $1,665.97 $33,719.40 _ and in place___ #REF! 9999A00e Haul,-off of all spoils,conshuCliOn tlebris,cairn 5011,and any other 000000 LS 1 $1.240.00 $1,200.00 extraneous matenal Aenefeted t)i're1dscape,cpntracter._cctnple antl in place-,-..-. -- #REF! 9999.0009 Electric Meter Racks constructed and peen!fled _--_ 80 ce 00 _,_LS 1 $4 141.60 $4,141.50 #REFI 9998.0010 Permit Fees For screening waAs,complete and in place - _ - 00 00 00 -LS,__ #REFf #REF! __._._......—_._..�._.. -,._. _....- #R8F! #REF! ._- #REF! #REF! #REF! - #REFI _. ._---- -. #REF! - - ---- #REF! - #REF! #REF! ------ #REF! THIEF! - - - -- ii - 9REF! #REF! #REF! #REF' - #RLF' #REF! #REF! _ #REF'. -- -- - #REF! #REFI _. #REF{ TOTAL UNIT Vp HAR05CAPE IMPROVEMENTS- $368,749-18 Bid Summary UNIT VI:HARDSCAPE IMPROVEMLNTS $ 368,149.19 Tani ConaZIENdr149A9 Thi®Rid is arhmiNed torthe entity named below: Bill BY:W,b-1 aTonrc Walcrleu Canoreclinn Group,Lill 3407 FM 2933 McKinaeS',TX 75071 TITLE:I•residen DATE: Contractorag-ro oar lete WORK far FINAL ACCEPTANCE.IIaih 6 wnrt:ing days after the date when the CONTRACT mmmenrxa rn In tine General Caeditfona. IND OF SECTION CRY pY bbRT N'URT1I STh—aan eO1:S'rnuCfION SPECQICATin^i mCUh4E'1.'r3 G.cel Did Sbxu� Fam Acviaztl 20]20120 0 to Cu WEST RIDGE LS ee ALED❑ Ty 00 OF � J`OWO �IZv 3 WA W PNDERIN W CIaN0 7 REGEN MEA oRL 0 0 m` o E, v) PS W A M QC-/, PROJECT DDNN 0 0 LOCATION N W N T Y 0 •� o •U �I NOT TO SCALE a� a, 0 MAPSCO NO. 86N COUNCIL DISTRICT NO. 3 L X W U a� 0 r d C) U VICINITY MAP Ln co Z VENTANA g g PHASE 4 o 0 LJA Engineering, Inc. `A 0 Z 6060 North Central Expressway Phone 469.621.0710 g Suite 440 Z Dallas, Texas 75206 FRN - F-1386 CPN 102239 az 20 Q 21 43 39 N 22 44 23 45 VENTANA PHASE 3A-2 FP-19-091 BRAZOS POINT WAY _ CPN# 102253 SCALE:1" = 300' 2 46 \ 33 3 47 . 4 48 63 5 82 \\ �VENTANA PHASE 3A-1\ 50 a' \ 18-139 \ \ VENTANA PHASE 2 J 51 e* \ CPN# \� FP-17-071 6 52 59 CPN# 101 127 9 68 66 \ \ \\ sl 39 10 54 57 Q \ \ 11 T7 ..6989 70 \� CONNECT TO PROPOSED WATER LINE \� 12 (NOT EXISTING INFRASTRUCTURE JUPITER CANYON WAY VENTANA PHASE 3A-2 CPN#102253) 13 a I 30 79 Ja 14 \ 15 2 3l 29 80 JJ nE 0; 76 O 3 28 6 2J a1 J5© 9L J1 , 4 J4 1] 82 J2 2fi 83 J3 97 98 5 Ifi `r91,r 84 96 99 Q 105 \ P q { Np00 ORS 6 24 f fk9 CO 85 88 39 94 95 f'� 18 100 103 104 \ J 23 4p 93 G I 1 2 8 22 r BJ 99 92 102 Q 3 9 20 B9 20 4 C ^ } \ ® 4 10 90 15 5 11 19 21 14 5 18 22 J 13 / 6 C � 12 13 \ O e 23 \ \ I J 12 ,�P{ 8 22 L J 24 ,E { �4.y�P{ 25 11 8 m \ 15 Opp Q 20 26 10 �lF-0 10 � ® 2J\ 9 16 r�PTS 2J 9 E I1 / ,14,�1 j 19 28 Q 10 Q f}'" 28 8 12 IB 29 ,\ 11 J 13 / / IJ 29 12 B 14 I6 30 31 13 5 / 15 IS 32 � a 16 14 N 14 Q 3 IJ / 13 15 2 18 12 ,��5 17 33 / N 16 I 19 / z I1 OP \ 00 IJ 20 / 10 16 \ 34 21 9 ! 15 \ >i 22 ®9 8 1 35 WATER _ J 2° 14 �+ 36® \ f \ \ 6 3 3 SQ EXHIBIT 'A' 12 13 39 4 5 2 12 Z$ 37 { 3 3 LEGEND �P 2 11 .0 ,�tW 1 4® 4 S�c 5 P 8 10 w PROPOSED ® 9 a WATER LINE 39 \ 6 J 40 PROPOSED 38 \ J a 42 41 � DES J 43 GATE VALVE 45 a PROPOSED * 47 a FIRE HYDRANT EXISTING Ln WATER LINE CONNECT TO PROPOSED WATER LINE (NOT EXISTING INFRASTRUCTURE gLIMITS OF _ _ VENTANA VENTANA PHASE 2 CPN#101127) PROJECT PHASE 4 ot EXISTING FIRE o HYDRANT LJA Engineering, inc. `J� o EXISTING GATE 6060 North Central Expressway Phone 469.621.0710 g VALVE Suite 440 x PROPOSED WATER LINES ARE 8" Dallas, Texas 75206 FRN - F-1386 Z UNLESS OTHERWISE INDICATED 6i 20 42 WTI] 4] 39 � N 44 22 45 VENTANA PHASE 3A-2 RR69 POINT WAY CPN#— — 102253 SCALE:1" = 300' _ _ 9fi 33 ] 4] \ 4e 83 VENTANA PHASE 3A\1 0 fie FP-18-139 5, 60 CPN# 101973 6+ � � \ VENTANA PHASE 2 FP-17-071 52 59 g 65 9 \\ CPN# 101 127 54 5J ���© \ \ " ss 56 BJ fib 89 JO � CONNECT TO EXISTING MANHOLE \� Iz VENTANA PHASE, INFRASTRUCTURE 7 (NOT EXISTING 2CPN# 101 127) JUPIiER CNJYON WAY ��f \ � I I I 1] (a ]0 19 Ja \9 Is 2 3l 29 80 JJ nE ]8 O 1fi3 28 O© D 9r JI \ 81 JS 19 �5 \Jq 84 9fi 99 Q 105 P Nip GPNF, D O24 (f��p 95 8fi 39 94 95 G���1� IB �, 100 103 104 \ f `�' D2 D 23 22 LPG BJ 88 92 93 Q�' 1B 'JO 102 2 O 1900 9 O20 89 2pO 4 ] ^ 4 10 II O19 90 21O 14 15 / 6 5 O \ C \ O 12 O18 O 13 J \ 23 L � O m O J O1S Q IJ 24 22 IO��P{ 8 OO P{ 22 \ Q \ O10 OQ�SPT 28 2JO OO f 1200 / 'O 29 O ,� .\ OI1 R9OO O] 13O � tJ 30 O 2 O 8 4 fi 31O 01 O 13 O N I4 QOO I J O / IO � O 04 OB ,J O 20 19O 10 " �8 00 . 00 2100 � DO / O6 � O \ ' •� ]5 "O O 5 O 13 ]J �2 �\� O � 7 4® w O \ � 4i O 40 O O 8 0 3 41 U ., J a J�C 42 ES 43 O "0V 44 0 SEWER �_- 45O EXHIBIT 'A1 ' 0 U \ 1n CONNECT TO EXISTING MANHOLE CD (NOT EXISTING INFRASTRUCTURE VENTANA VENTANA PHASE, 2 CPN# 101127) g LEGEND PHASE 4 00 PROPOSED SANITARY SEWER N PROPOSED MANHOLE LA14 o EXISTING SANITARY SEWER LJA Engineering, inc. Z EXISTING MANHOLE O 6060 North Central Expressway Phone 469.621.0710 g LIMITS OF PROJECT — — Suite440 Z Dallas, Texas 75206 FRN - F-1386 CPN 102239 �o ohom DJ� •• © �0 OWMA Moll a � o � a ® oho . 1, � � ® � �•��' � :��' ® ® I� �LE Jim 0 ' I ' 42 20 N a3 ©9 Q 21 22 as VENTANA PHASE 3A-2 23 45 FP-19-091 — aRAzOS POINT WAY _ CPN# 102253 SCALE:1" = 300' 0 I \\ 4a \ ® 3 4] \ 49 62} \ VENTANA PHASE 3A\1 FP-18-139 CPN# 101973 5, 60 64 VENTANA PHASE 2 0 52 0 65 \� V �� FP-17-071 CPN# 101127 10 54 57 A " s5 56 fi7 fib 69 ]a CONNECT TO PROPOSED STORM 1 I _ NOT EXISTING INFRASTRUCTURE 12 JUPI.R CANYON WAY o VENTANA PHASE 3A-2 CPN#102253) CONNECT TO PROPOSED } 1 STORM (NOT EXISTING 30 9 INFRASTRUCTURE is 2 33 z9 eo n / - \ VENTANA PHASE 2 \6 CPN#101127) o _ ii � 1fi 3 28 8 J5 ]I 1] � 0 29 83 13 J2 09] 98 18 �5 \t9 84 9fi { 99 ©9 105 \ F 95 ,aP N�0 QA D 0 O24 (`e4� 65 B8 39 94 16 ^y, 100 103 104 \ 023 G? 0 21 o22 0 92 Q� 1B� 101 2 0 9 O 3 � ^ } \ ® 4 10 I1 019 90 O21O 6 C o0 12 0l8 23 22 13 ]O 22 \ 25 24O lOo � 9 OO QP���P{ 2O m \ O 9 o t 0?0 26 0 10 �ZE IOO p ® 20 21\ 2JOo 0 o o 0 0 29 28 ,� .\ Dolt R9 28o O]O 13 O � l0 30 O 12 o OB 14Oo tO 1 0 13 \ 0 l4 O 180 14 �JE 04 05 O2 18Oo I2 OP{�Se '] }} 04 OB 1] O 20 190 10 " 036 14 Do 00 2100 � Oo � 05 � o 13 2� 30 03 12 38 04 \�. 0 11 39 p 7 Q 33O '\ o � 7 O 40 i 36 41 U o .\ ] a �NF, 42 00 0,�S 44 43 0 �Op� 45 0 STORM DRAIN a o EXHIBIT 'B1 ' U Ln U Z VENTANA LEGEND PHASE 4 � PROPOSED STORM DRAIN LINE LA14 g PROPOSED INLET 7l LJA Engineering, Inc. 11 PROPOSED MANHOLE 6060 North Central Expressway Phone 469.621.0710 g EXISTING STORM DRAIN LINE Suite440 LIMITS OF PROJECT Dallas, Texas 75206 FRN - F-1386 Z 42 20 Q 21 43 Q N 22 " VENTANA PHASE 3A-2 23 45 FP-19-091 8N6S POINT WAY _ CPN# 102253 SCALE:1" = 300' 46 ® 3 4] \ 0 P 83 VENTANA PHASE 3A-1 5 fie \ FP-18-139 Efl 0 A CPN# 101973 \ 50 ©9 fit 0 5, 60 84 \ �� VENTANA PHASE 2 52 59 0 85 9 V \ FP-17-071 9 FT7 FW--] 66 V� CPN# 101127 I1 55 58 6J fib 89 JO \ 11 r 12 JUPITE ION WAY \ 13 30 J9 78 \ 14 I I 2 3l 29 J] 5 F3 O B Oy O 16 3 RB 81 © J5 ~ 71 1J 4 21 ]4 J2 \ V 18 D25 � 8 j 95 96 ,BP{ 99 ©9 105 ``•Y\ O pPNE D O24 23 f19i COL 65 86 ©g 94 G��� IBA 100 103 104 f \ 1 D O 4t 8] 93 1J O 101 R O 22 O 91 92 Q�' ~ IB�O f 10O 3 R 3 O20 89 20 4 15 } \ ® 5 4 IO I1 O19 90 21O lO 8 \ 5 22 CO O 8 12 118 23 13 { J \ \ 13 OIJ R4 12 ,BP 8 22 O m \ O 9 G 26 9 10 aC��lE f' t0O �P ®19 20 2J\ O 16 ✓ / 28 RJO O O 28O �_ \ 10 11 29 O OO 13 12 IJ 18 30 29O O12 OO 14O OIB 31 � 4 16 la N O14 15 Ifi OO 19 1BO I1 12 N �e 1J 33 00 © IJ 20 1 10 / 16 34 \ 22� OO 1 ®O © 35 \ � 8 � 2 14 �� 3fi 37 a 12 6 O 3 O 12 Y 38 1 I 3 pQ �P I 2 O\S 11 39 7 ®10 9 W �O\ \ 5 \ lai 38 / 4R 41 0 ` \ O N 0 44 43 STREET LIGHTS `'-�� U EXHIBIT 'C' CD U ' g VENTANA LEGEND PHASE 4 0 o PROPOSED SINGLE STREET LIGHT ��� UA Engineering, Inc. 11 EXISTING SINGLE STREET LIGHT 6060 North Central Expressway Phone 469.621.0710 L,--ZiL MITSOF PROJECT Suite440 Dallas, Texas 75206 FRN - F-1386 CPN 102239 42 20 Q 21 43 Q N 22 " VENTANA PHASE 3A-2 2} 45 FP-19-091 aRA205 POINT WAY CPN# 102253 SCALE:1" = 300' 46 0 4a 83 VENTANA PHASE 3A-1 0 49 fit FP-18-139 0 fiG a = A CPN# 101973 51 fi0 84 \ \ \\ 52 59 85 9 \ \ \\ 0 0 66 \ VENFPN PHASETAA 2 17 071 53 ©9 58 G 54 5] CPN# 101127 II 55 58 TOQ TQm r 12 JUPITM CANYON WAY \ I I ,} }0 9 14 ]a 15 2 3l 29 80 ]] Ok 1 ]6 \ 4� 221 a, © O} 9 \ II V 18 tit 94 D 96 99 Q 105 \ ��O OPT D 25 24\9ffk9 OOL 85 86 ©g 94 95 G����P1 Ifi �� 100 103104 I I ] O 4t 8] 93 1] Oq 101 O 2 D O22 O 9O Q�FT' Ifi O � IpO 2O D O O21 O 91 � 190� f O }O 9 O20 89 2pO 4 \ O \ 7 ® IOO O O O O15 5 O O ' 4 11 19 90 21 14 / fi C \\ 00 12 O18 23 22O I} { ]O \ 6 3l DI 19 29 28O O 1300 OI2 O O 14O IB }lOO Cn O13 \ OO O 15O O fi 4 O N O14 ®O �5 O2 18O 12 P1r�4i 17 }} N IB OI 19O / I1 G \ 00 I] 21 20O / O10 / 16 \ }4 5 G 35 \ RR� OO 2 }O OO D O O I} OP }] 0- R� to 3 12 \ 38 w lai 38 39 \ O � O 40 ` 41 �NF, 42 E5 43\ O N 0V 44 0 STREET SIGNS pP 6 5 ° �\ 4] L 0 a U EXHIBIT 'C1 ' Ln U g VENTANA LEGEND PHASE 4 0 o PROPOSED STREET SIGN A ZAA UA Engineering, Inc. 11 LIMITS OF PROJECT 6060 North Central Expressway Phone 469.621.0710 Z g Suite 440 Z Dallas, Texas 75206 FRN - F-1386 6i CPN 102239