Loading...
HomeMy WebLinkAboutContract 53413 Received Date: 01/22/20 Received Time:9:35 am Developer and Project Information Cover Sheet: Developer Company Name: Ashton Dallas Residential,LLC Address, State,Zip Code: 1800 Valley View Ln Suite 100,Farmers Branch,TX,75234 Phone&Email: 972-360-8709,tom.houser@ashtonwoods.com Authorized Signatory,Title: Tom Houser,Division President Project Name: Willow Springs Phase IA Brief Description: Water, Sewer,Paving,Storm Drain,Street Lights Project Location: Avondale Haslet Road at Willow Springs Road Plat Case Number: Plat Name: Mapsco: Council District: 7 CFA Number: CFA19-0113 City Project Number: 102174 City of Fort Worth,Texas Standard Community Facilities Agreement-Willow Springs Phase lA OFFICIAL RECORD CFA Official Release Date:02.20.2017 Page 1 of 11 CITY SECRETARY h FT. WORTH,TX � STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No.53413 WHEREAS, Ashton Dallas Residential, 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 Willow Springs Phase IA ("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 as Standard Community Facilities Agreement-Willow Springs Phase I OFFICIAL RECORD�II CFA Official Release Date: 02.20.2017 CITY SECRETARY Y Page 2of11 FT. WORTH,T b 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-Willow Springs Phase IA 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 Springs Phase IA 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 Springs Phase IA 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 Springs Phase IA 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. IMMIGRATION AND NATIONALITY ACT R. 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 Springs Phase IA CFA Official Release Date: 02.20.2017 Page 7 of 11 Cost Summary Sheet Project Name: Willow Springs Phase I CFA No.: CFA19-0113 City Project No.: 102174 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 $ 800,092.00 2.Sewer Construction $ 1,249,641.00 Water and Sewer Construction Total $ 2,049,733.00 B. TPW Construction 1.Street $ 1,467,373.15 2.Storm Drain $ 1,527,904.00 3.Street Lights Installed by Developer $ 186,593.70 4. Signals $ - TPW Construction Cost Total $ 3,181,870.85 Total Construction Cost(excluding the fees): $ 5,231,603.85 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 40,994.66 D. Water/Sewer Material Testing Fee(2%) $ 40,994.66 Sub-Total for Water Construction Fees $ 81,989.32 E. TPW Inspection Fee(4%) $ 119,811.09 F. TPW Material Testing(2%) $ 59,905.54 G. Street Light Inspsection Cost $ 7,463.75 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 187,180.38 Total Construction Fees: $ 269,169.70 Choice Financial Guarantee Options,choose one Amount Mark one Bond= 100% $ 5,231,603.85 x Completion Agreement=100%/Holds Plat $ 5,231,603.85 Cash Escrow Water/Sanity Sewer-125% $ 2,562,166.25 Cash Escrow Paving/Storm Drain=125% $ 3,977,338.56 Letter of Credit=125%w/2 r expiration period $ 6,539,504.81 City of Fort Worth,Texas Standard Community Facilities Agreement-Willow Springs Phase IA 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 Ashton Dallas Residential,LLC Dam cu Dana Burghdoff(Mn 20,2010 Dana Burghdoff Interim Assistant City Manager Torn N-ousor Tam Houser(Jan 16,2020) Date: aA 20,2020 Name: Tom Houser Recommended by: Title: Division President " Date: Jan 16,2020 Evelyn Roo s(Jan 16,2020) 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 &LNVX A-Cl (kelf requirements. Richard A.McCracken(Jan 16,2020) Richard A. McCracken Assistant City Attorney Jeer rnack on behalf of Janie Morales(Jan 16,2020) M&C No. Jan 16,2020 Name: Janie Morales Date: Jan 16,2020 Title: Development Manager �J Form 1295: Jan 16 2020 .y�. ATTEST: Mary J.K r(Ja ,2020) •• Mary J. Kayser/Ronald Gonzales City Secretary/Assistant City Secretary City of Fort Worth,Texas O FFICIAL RECORD Standard Community Facilities Agreement-Willow Springs Phase IA SECRETARY CFA Official Release Date:02.20.2017 ` X Page9of11 r 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 ® 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-Willow Springs Phase IA CFA Official Release Date: 02.20.2017 Page 10 of 11 ATTACIEMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 102174 None. City of Fort Worth,Texas Standard Community Facilities Agreement-Willow Springs Phase IA CFA Official Release Date: 02.20.2017 Page 11 of 11 MQ43 DAP.M PROPOSAL Peg I efs SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information BiddeA Proposal Aidlist Sped fication Section [roil of Bid Item No- Uescripoon No. Meanie Quantity Uak Pdce Bid Value UNIT I:WATER IMPROVEMENTS 1 3311.02416PVC water Pipe 33 11 12 LF 8679 $34,00 5295066.00 2 3312,20031"WaterServion 331210 EA 0 $950-00 $191 900,00 _ 3 3312.3003 6"Gale Valve 331220 EA 25 $1,250-00 $31 250.00 4_ 3311.0361 10 PVC Water Pipe 331112 LF 1216 $42-00 451,07100 5_ 3312-300410 Gate Valve 331220 EA 3 $2,400.00 5720 6 _ _3312.4209 24 X 6 Tapping Sleeve&Vat" 331225 EA 1 $6,500.D0 500,00 _ 7 3312.4210 24 X 10 Tapping Sleeve&Valve 331225 EA 1 $7,500-00 S7 500A0 _$ _ 3312-4311 36 X 6 Ta pin Sleeve&Valve 331225 PEA 1 39.500-00 $9-5p0.00 9 3305-200516 Steel Casing 33 05 24 LF 322 $220-DO S70.840.00 _ -10 _ 9909.0001 8x6 Cleaning WYE EA 4 E750.D0 iiew,00 11 9999.DD02 a Pressure Plane Valve EA 3 Si x0-00 $3.750-00 12 0241.12004-12 Pressure Plug D2 41 14 PEA 10 $1,000,00 S10.00D-OD 73 3312.0001 Fire Hydrant 331240 EA i8 $4.200,00 $75600.00 14 3311.000I Ductile Iran Water RHI s w/Rea"Int 331111 TON 6 34.500.00 $27.ODU.00 15 3315.0109 Trench Safety 330510 LF 9a94 $1.00 $e 894.OD 16 17 18 19 .20- 21 22 23 24 25 .... 26' 27 28 29... 36 31 32 35 38 - 37 .. 38 40 41 42 43 44 TOTAL U 45 NIT I WATER IMPR OVEMEN $800,092-5D Contractor agreed to complele WORN for FINAL ACCE PTANCR within calend sr days after rhs dale when the CONTRACT commences to run as provided in the General Cond ifiew, crry OF FORT arcrRn r a TAR i mw)[x MMUCTION SPFiCIFICAMN DOCUMFXrS-PEVQ.A Ht AWARDfD PROMC1a Fo-Vmum Sgsaig rr I,-10I3 00 42 43_8id Pngrwr_DNP W SI A 004243 GAP•at, PROPOSAL Pqs I el6 SECTION OO 42 43 Developer Awarded Prof ects-PRO POSAL F 0 RM UNIT PRICE BID Bidder's Application Project Lem Information aiddees Proposal Bidlist peseription Speci Foalion Section Unit of Ltd unit Price Bid Value Item No, Ko- Measure Quanu iy UNIT II:SANITARY SEWER IMPROVEMENTS 1 3331.4115 8"SS Pipe 3311 10 LF 7567. $40.06_ $302.13W,00 2 3331:4208 12'SS Pipe, 331110 LF 2889 W-90 $137,712.00 3 3331-4215 15-SS Pipe 3311 10 LF 207$ $105,00-. $217,560,D0 4 33D5.3W5 15'SS Carrier Pipe 330524 LF 153 $150.00. $22,959.00 5 9999.0063 15'SS Pfpe,AWWA C900 DR25 LF 102 >;125.00 _-. $12,750.00 6 31 05.1662 18"Steel Encase for Utilily Pipes 330522 LF 305 $240.00 $73aD0.00 7 3 339.1101 5 MH 3339 10 EA 6 $5,200.00 017 200.00 8 3338.1102 33 5'Drop MH 3339 10 EA 3_ $6,200-00 _ $10,800.00 8 39A001 Epoxy Manhole Liner _ _ 333960 _ VF 46 ,. $385-00 __$17,710.00 iD 3301.670t Manhole Vacuum Testlnp 33 01,30 EA 33 __ 150.00. 54,950.00 11 330.5.OT18 C58 Encasement for U91ity Pipes 33 D510 LF ON $20.00 $17ZOf}.00 12 .0330-0001 Cone Encase SS Pipe a3 30 DO CY 23 S2517.00 $5,750.00 13 3305.0113 Trench Water Slops 33 05]9 EA 21 $25a.00 $5,250.00 14 3339,1001 4'ManIhole 33 3910 EA - 24 �S4 200A0 $100,800.00 _ ...33_ _ _15 39-1002 4'Drop Mar hWle _ 33 3910 EJk_ 1 --$4,800.00 $4,800.00 16- 3339.1002 4'6dra DPTH Manhole 333910 VF 1DD_ _ $175.00 $17.500,00 17 3331.3101 4"SS Service _ - - 3331 50 EA 202 $650.D0 _$131,300.00 18 3331,3311 Conn-to Ex-4'Manhole 3331 50 EA - 2 __$1,500.0D $3,000.00 19 3303,0001 Bypass Pumping - 3303 10 LS 122,500.00 -$22 5W 00 20 3301.0002 Post-CCTV Inspection 33 0131 LF 12763 $2.00 $25,526.00 21 0241.2013 Remove 8"SS Line 02 4114 LF 1680 $20.00 _ $33,600.00 22 02d1.2201 Remove 4'SSMH 02 4114 EA 5 $.850.00 $4,250.00 23 024i.ol DO Remove Sidewalk 02 41 13 SF 23M $2,00 $5,600-00 24 3213.0301 Replace 4"Conc.Sidewalk 32 13 20 Sy 311 $30.00. 330.00 25 3201.0814 Conc.Pavement Repair 32 01 29 Sy 155 S72.00 $11.160.00 28 3305.0109 Trench Safety 33 0510 LF 12763 - $1.00 $72,783.00 27 . .. _...-.._._... ... ....._......... -................... 29 _ aD -� 32 33 34 - 35 36 - 38- 39 40 43. 44 T TAIL NIT NITARY EW R IMPR V MENTS $1,249,641.D0 Conlrac for nilrem to complete WORK for FINAL ACCEPTANCE within Ca ten dar days After the date when the CONTRACT commences to run as prori ded in the General Candi dom. crry aF FORTw0RTH STANDARD OONTMWr➢Or:SPE)[lVJCATM y]r -PAFNIS.nF-VE3[ 1RAWA J5n FRcNF;•TS Fom Vmi m L.r015 00 4243 Bid Fr j OAP WS IA 004243 DAP•BID PROPOSAL AP 3.r6 SUCTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Biucefs Proposal Bidlist ❑ascription SpulScation Section I Urkit Of Bid Unit Price Bid Valve hem No. NO- Measure Quanr;ry NIT III:DRAINAGE IMP Y EN 1 9999.0D04 15"RCP,Class III _ _ LF .104 $45.OU •_•.$4,680,00 2 3341.0207 21"RCP,Ciass III 3341 10 LF 444 W-00 $24,420.00 34 3 - 31.0205 24"_RCP,Class III 3341 10 LF _815 _SBOAD $48 9%.DO 27 4 334I.666 "RCP,Class Ill 33 41 10 LF 040 _$85.00 $41,BOD-DO 5 3341.0302 3(r RCP,Class III 3341 10 -LF 136 $70.00 $91,219A0 fi 3341.03D5 33"RCP,Class III 3341 10 LF 778 $86.00 _$E6,130.00. 7• 3341,0309 38"RCP:Class Ill 334110 LF _ 96_ $95.00 __$9,025.00 34 6 31.D46&.RC P,Class ill 3341 1D LF 250 $13D.DO $33,810.00 9 3341.040948"RCP,Class III 3341 10 LF 3% $150.00 _ $59.400.00 10 3341.1102 U3 Box Culvert 3441 10 LF 155 $19D,00_ $29,450.00 11 3341.1207 W Box Culvert 35 41 10 LF 1.052. $230.00 _ $241,W-00 12 3341.1361 W Box Culvert 36 41.10_•_ LF 215 -- M.& $64,5W.00 50 13 334T.11 81a4 Box Culvert 37 41 10 EA 328 $420.00 $138,920.00 14 3341.1302 8X3 Box Culvert 3841 10 -EA--- 398 S290.0D $115,420.00 15 3341.1303 Bx4 Box Culrert 33 41 10 LF _ _188 S3D5.p0 $57,340.0-0 10 3349.5001 f 0'Curb Inlet - 33 49 2D EA 27 $3,200.00 _ $86a40QAO 17 3349:5002 16'Curb inlet 334020 EA 2 S4,200.00- $8,4WAO to 3349.0001 4'Storm Juncilon Box 33 49 10 EA 8 $4,5W.00 $3g.9%90 19 3349.0002 5'Stonn Junction Box 3349 1D EA 1 s5,60o.00 -_ $5,500.0D 20 3349Ai03 0'Storm Junction Box 3349 10 �A 1 $6,50D.00 $6,500.01) 21 3349.0005 8'Storm Junction Box 33 4910 EA 4 _• $9,500.00 s38,000.00 22 3349.4102 STD 16 Headwall 334940_ EA 2 $2,00D.00 $4,00D.00 23 3349.4306 24 SET,4 Pipes 334940 m EA 2 $7,500.00 $15,000.o0 24 3344.100 Sloped HDWL{D'Z RCB) 334940 EA 1 $8,500m 0D.00 - 0,5. 25 3349,100 Sloped HDWL(87C3'RCB) 3349 40 FA 1 $9,500.00 59,50D.OD 28 3349.100 TY PW-1 HDWL(5-8'X4'RCB) 33 49 40 EA 2 $35,DDD.00 $70,000M 27 3349.1DOCH-FW-0TX60THOWL(6xy) 334940_ EA 1 S9,5oD.00 _ $8,500.00 28 3349.100 TY PW-1 TXDOT HDWL[B"x4') 33 49 40 -EA. - _ •-1 _$12.500.0.0 ..---.$12,500.00. 29 3305.6112 Concrete Collar 33 05 17 _ EA _1 $1,000.00 $1,000.00 k­ 3349.100 SW-0 Tib0T WNGWL(5'X3'RCB) 33 49 40 EA - 1 $6,500.00 31•_ 3349.1D0 SW-0 TXDOT WNGWL(6_X3_KS) 33 49 q0 _ EA _I $8.W.W. _ ..$8,500.00 32 3349 0D08 SD Juncllon Structure t17'X17) w 33 d9 1l1 _. .. �! ,. _.-__ ) �2 500.OQ �32,500.00 33 3346.100 HDWL,5-87(4'Box Culvert 33 49 4D CY 66 _ $1,250.00 $88,75o t7p 34 3137A1D1LargeStoneRiprap,dry 313700 Sy 594 _. .. ._ .. $9s,on $ss,43o.oD 35 3306.0109 Trench Safety 830510 LF 7169 $1.9D 57,169.00 36 9999.00053'x72'Cutfall Structure ... EA 7 •_ .$12500.fl0 37_ 38 39 4042 41 41 W_ 45 46 54 55 TOTAL UNIT 111.DRAINAGE IMPROVEMENTS! $1.527,904.00 Contractor ag-to Complete WORK for FLNAL ACCEPTANCE arithln calendar days iner the dale whm the CONTRACT commencer la nm a4 provided in the Ge"F-A Cond itinm. CITY OF FORT WORTH STANDARD CT )N53'F.r K:AT FDOCUMEHTS.DEVELOPER.AWARDED PROJECTS Fa Vmin"Setlender L2n]A 00 42 43 Md P.wmN_-DAP w'STA 00424.1 DAP-BO PROPOSAL N,d f6 SECTION 80 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item]n[nrma[ion Bidders Proposal Bidliet Descripdan Spacificalion3cc[ivn Uniluf Did Unit Price Bid Value Item No. No. mea m Qum Pity 11NIT IV:PAVING IMPROVEMENTS 1 3123:0101 B"Cane Pvmt 32 13 13 SY 31M __-.$34.50_31,10C3,ec31.00 2 3213,0301 4'Cane Sldewalk 32 13 20 SF 1Sam _ _$3.15 E48,355.85 3 32 11.0601 B"Lime Treatment 32 11 29 __SY 38100 $3100 �$108 300-f10 4 3211,0460 Hydrated Lime 32_11 29 TN 650 __$_175-00_ $113,750.00 T_ 5 9999.0008 101ntgd CIrd&Textd Cone SF _ 3079 $18 50_ 35B,961.50 8 3213.U501 6arrler ...P Ramp,Type R 1 32 1320 EA_ _ 12 .$1,437U.U0. ,_ 816,800.90 �9_ _3139.0�01 Large Stone Rlprap,Dry 31 37 00 Sy— 45 $95.Op _$4 275-00 10 3213.0508 Barrier Free Ramp,Type P-1 321326 EA _ 10 $1 XD.00 �15,OOa.00 - 12 13 i4, 17 18 1.9 20 21 Y — 22 23 24 25 28 _- 27.._.. 28 29 30 _... 31 - 32 33 34 f 35 36 37 38 — -- --.. .40 41 42 43 44 45 - TOT NIT IV PAVIN IMPR V EM ENTS $1.487,37315 CantRctor Rmreea to comp l cte WORK fa r FINAL ACCEPTAN CR w i thin ca lend n r days after The dale Tehral da CONTP,kCT commences to Ion as provided In the Gene rat Conditiom. M Y OF FORT WORTH STANIIARO CONSTRUMON SPEMCATION DOLLMEHM-DEVELOPER AWARDED FROMM Penn V_oi Sepeem6er 1.2015 0D42Q_Hid Pmlw.l_DAPWSIA SECT ON 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Pmjecl[cm�3nformallon Ridkkr's?ropcud Eiidli=l Ue7cription Specllkca[inn^xcrion Unil of Did Cfpir Prim Rid Veluc No Measure Qu7nliSy R Id.ri�mnry UNIT I:WATER IMPROVEMENTS $880,082A0 UNIT ll:SANITARY SEWER IMPROVEMENTS _ _�1_2,119 Oa UNIT III:DRAINAGE IMPROVEMENTS _ 57,527,964.00 UNIT M.PAVING IMPROVEMENTS 1 467 3,15 UNIT V:STREET LIGHTING IMPROVEMENTS TalA1 Coasrruclion 6rd $5 046 10.18 Contraclor ngreee to cumplek WORK for FINAL ACCEPTANCE w1f1iin cakndor Jaye after the dale cairn the CONTRACT curnnxncre en r 1.as Provided in me Cefltral CDnd it tuns. ' - crrr oP PoRTwasra ETAPIDARD CDf197A[ MlY 3Y2CffICAT10N MCUMEN79-DEVELOPER AWARDED PROIEC7S Fw v-ioe.spit b6 1,2o15 oO 4241_13ie PrgoW DAP WS IA 00 42 li DAP•s FROP V) f pwSM! SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Ro]irl It—Imum—non B~s Proposal Hid1w 6eacnpliou Spwir."lion lkeicm Uw,of Did UUT Pare Bid VAhre Item No. No. hSexsure [2luum GIMPROVEMENTS 1 2605,3015 2'CONDT PVC SCH 60(Ty 26 05 33 LF 3655 $9.98 $36.476.90 2 3441.3050 FumishllnsWl LED Lighting Fixture(70 watt ATBO Cobra 3441 20 EA Head) 44 $24100 $10.604.00 3 3441.3301 Rdwy Ilium Foundation TY 1,2,and 4 3441 20 EA 44 S949.06 $41,756.00 4 3441.3351 Furnishllnslall Rdway Ilium TY 1 I Pole 3441 20 EA 44 S1,604.00 $70,578.00 5 3441.1646 Fumishllnsiall Type 33B Arm 34 41 20 EA 44 $157.00 $6.908.00 6 3441.1501 Ground Box Type B 3441 10 EA 7 $629.00 $4,403.00 7 3441 1772 Fumishllnstall 240-480 Volt Single Phase Transockel 34 41 20 EA 1 Metered Pedestal $5770.00 $5,TTO.00 a 3341.1410 No 10 insulated Eiec Condr 3441 10 LF 10860 SO.93 $10,099.80 9 10 11 12 13 14 15 16 17 19 1s 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 t1N EET LIGHTING IMPROVEMENT $186.593.70 Conrm for agrees to compkfr N DR.K for FLNA7,ACCEPTANCE m it hi I•• cafe ndar days after the date when the CONTRACT rummener,to run ar pro%Wed in the General Co"tiew, I?ND OF SECTIaN 7 By: Richard Wolfe Title: President Date: 12-17-19 CITY OF FMT WOM STAXPARO COeiSM CT"K SpEtWKAT"N OOCUNEbTs.DE>•ELO"R AWARDEe P'f[g11YTF Fm Y�sw-wm I.Ala y.e n:" -------------------------------------------------------------------------------------------------------------------------------------------- r 0 �� 0 U� U)W Z ALLIANCE eO� qyR� AIRPORT 287 Ro PROJECT LOCATION ozWESTPORT 9L AVONDALE HASLET PKWY y9s I'p ROAD n10CD in Zc) 9Q�T�� U � 02< ZO Jam 000 zo ?'U w w p0 J7 Qf U) O P� BLUE MOUND ROAD W BLUE MOUND ROAD E ��v g�'e� U z °?¢ O< E PEDEN J�O �0 ROAD ��� 12871 Lu� TRIANGLE E J co Y. U I S �I N 3 U I Q �I LL U U p -------------------------------------------------------------------------------------------------------------------------------------------- m 2 OWNER / DEVELOPER: V ii P E LOTO N 0 NORTH 400� WILLOW SPRINGS BROOKFIELD HOLDINGS I LAND 30LUTION3 a (WILLOW) LLC 9800 HILLWOOD PARKWAYDELAWARE �I SUITE 250 PHASE 1 A A BRO KF ELDIMITED PLACE NEW YORKLIABILITYO FORT WORTH,TX 76177 = GRAPHIC SCALE 250 VESEY STREET,15th FLOOR PHONE:817-562-3350 CP# 102174 NEW YORK,NY 10281 (SHEET 1 OF 6) a DATE:NOVEMBER,2019 -------------------------------------------------------------------------------------------------------------------------------------------- LEGEND PROPOSED GATE VALVE -- --- EXIST GATE VALVE PROPOSED FIRE HYDRANT ------ EXIST FIRE HYDRANT PROPOSED WATER ------- EXISTING WATER NOTE: ALL PROPOSED WATER LINES ARE 8" UNLESS OTHERWISE NOTED = EXHIBIT A - WATER 1... O 1 Lu 1: 1a1a1 °1 „ I�I�slulz<I�Izzl�,l,�1,41,01 ,1,�1s� -� DZ-DZ _,�— GRLLNWAY CROSSING DRIVE I U)LU:U)LL.I I (-1- 71-7 r1 I-r.r.� rr r 7 —1 — �' Lu Q_w�Q 1 I' I' I' I` I° I' I" lyl ' I°'I"I181 °'1 F4 Fit Fit 1 I I I I I I 1 1 1 1 1 1 1 1 1 1 1 1 1111 1 111IL —,— - - - - ^1 r-+-- i9 �777,' 1-1—I rTTT7I rrFS oN io DRi e L111 E� DIDpD.LVEl-1-�---L1.1..1�.. _ I� � ■ ^� I .F sd„y•' ., I 1-,--1—r-r-I'T'T-1"I—r'r-1-T-1-1--r� I l--r-r— o I 'I ' I 'I 'lel' Ial' I °I ' I �I„I ,<IsIsI"I ' I" I'�I' {I I_I_1_1_ FAIRWAYQ BEND I O . ' . r TT 1 1 1 r�T DRIVE zsw .1 .• 11 22 �I I ==I�=I°Ilil12l1211= 1a AN E J WA 1..-L.LdHc.���L�v'J..-L.L..1.1-.. LJ.1.L- ■ 0,7 � e11 s 121il7i es 1 ,i as ill 1 1.I'l l I L IQ-1-1_I_1-1I_19�.1fs -� 01 e� s • hTT RAIL .,s Lu ul- z ' o. Z 37 WILL WSPRINGS - S N •.�..—� OURT Lu�!.W _ S J1 I T- u).=' Z W Z-w Z ----- --- ------- - ----aaaa---- < —— UI�I AVONDALE-HASLETROAD _ LL _ U U p ------------------------------- --------------------------------------- 4�, OWNER / DEVELOPER: V ii P E LOTO N WILLOW SPRINGS BROOKFIELD HOLDINGS I LAND 30LUTION3 __a 0 NORTH 400' (WILLOW) LLC 9800 HILLWOOD PARKWAY DELAWARESUITE 250 PHASE 1 A A BRO KF ELDIMITED PLACE NEW YORKLIABILITYO FORT WORTH,TX 76177 = GRAPHIC SCALE 250 VESEY STREET,15th FLOOR PHONE:817-562-3350 CP# 102174 NEW YORK,NY 10281 (SHEET 2 OF 6) P DATE:NOVEMBER,2019 ----------------------------------------------------------------------------- - � =�L LEGEND � -- PROPOSED SEWER LINES ———o-—— EXIST SEWER LINES NOTE: ALL PROPOSED SANITARY SEWER -% i•• JE LINES ARE 8" UNLESS OTHERWISE NOTEDEXHIBIT Al - WASTEWATER ..�E;T`EI�REEKr- r--,- I I 3a wl I I � I � 1 -7 -T-r 71-7 r7 -1—r'T-77'T-T-T-1 r ,— r7-1—f' "1"1 IT,I =w• 1 1 1 1a1 171a1a1 ° I" II" --4 1 1-1 - -®��---I-w� +4��-I-lol-�����--� . � _1—� 171a1011a1 „3 ' 12711a1u11�.1 1�1a,,11,a11,A1,a1„1,a1si GREENWAY I I...L J.1.L—� L1.L..1 adRtIF.L.L .ROSSING DRIVE 7 1-7 r7 I—r 7 rr'7-1-7-77 - ----� a I� I �r ,Lid =' —GEo 11111 r I to \ — �.. a I. I E] I _ j °-� ` E,E ° T- 21 zv z zr a s trl �3■ - ; ■ 21 ES DN ID DR ..! L.L.-1.1oryolopol�iVE.1.J—..L1.�..J .o al ��■ _� <. ---. 1-,--�—r'r1.T.T—'1..1—r.r-�-7-1—�--r-� �I FAIRWAY BEND I Qi I 3 ,,,, Q cV r I r T T O� r T DRIVE ,,`paG w I AN l 111aa1�12112E1231za12°Iv1211 =.Izo1 �� E wA J L- .1—L.Ld1ic�A1Y-J..l—L.J_.1.1.J—L.L� �� 4 w - � �— 1 1-77-1--71 T r7 1—� l 7 1—� 7 1 z 1,a 1 n 1 1 za 13a 1 a� 1-,�1 a wPJ� °Et 1 1 a,1 as 1 s4 I o I • L8-LT RAIL 3— zi • ai i Q zz � �3a a , 7N w }F} I .«'�°s`,■ .e , I z _� a (V ,n oars svneE � _1 i Q� p ■ n o17 FI 17 7 1 o'� I\ JL d � CURT sy S '�Iltn�1 1}1= \ _VILL IN SPRINGS D E —12" S F' S+,.� UI x co ————— ——— ——————————————————— —————— v w z I AVONDALE-HASLET ROAD �2 LL 1� O Q --------------------------------------------- ---------------------------------- ------------- ------------------- 2 OWNER / DEVELOPER- V ii P E LOTO N WILLOW SPRINGS BROOKFIELD HOLDINGS I LAND 30LUTION3 0 NORTH 400' (WILLOW) LLC 9800 HILLWOOD PARKWAYDELAWARE �I SUITE 250 PHASE 1 A A BRO KF ELDIMITED PLACE NEW YORKLIABILITYO FORT WORTH,TX 76177 = GRAPHIC SCALE 250 VESEY STREET,15th FLOOR PHONE:817-562-3350 CP# 102174 NEW YORK,NY 10281 (SHEET 3 OF 6) a DATE:NOVEMBER,2019 LEGEND 29' B-B/50' ROW(TYP) VARIES TO 39' B-B /60' ROW(TYP) SIDEWALK BY DEVELOPER -------------- SIDEWALK BY HOMEBUILDER D 6 G H.C. RAMPS BY DEVELOPER EXHIBIT B - PAVING H jrl M M UII II4 I , GREENWAY \\ s ..JAI__ J __ SSL R RAI .n 1 LL CROSSING DRIVE "' Irr"' 17 wl 1 0 1 r�— awl �z^� -- -- INE VA LEY DRI E ---- - 'a L �jfi W�+zH 3 O 0 1a ry mnr� 1 e — O to 111 21 O v . v u 21 z n ss a _ �iESC `—as DID Dj�, + �s �+ 6 �- - - - --- ... .. s� sazT FAIRWAY BEND O 1 x 3z ,� as D DRIVE w .. za .s _ s x :� - 1 u zs m ,I 1 — zs � � a OI 1 �x o 04 1 ,i zx AN E WA 1 JL L L Y�NV W I sA G...SNHl -- 1 1 OI 1 r O �H .cv 1 1 .v 1 1 wl 1 v ao 1 1 1 s 5 gJTT RAIL' 1 =1 1 1 Os a w 1 1 -iS- 1 OI 1 e ZI 1 1 0 1 1 1x17 o✓try s✓ncr ^^� 1 1 1 1 1 1 � -a aaen lance w ,< w n 1 1 y 1 x O 1 l e I s WILL W SPRINGS g - - -_ - - - -- OURT - --- T - 0 x S 1111911 o �I —————————————— ——— r AVONDALE-HASLET U OWNER / DEVELOPER: P E LOTO N BROOKFIELD HOLDINGS -(JillLAND SOLVTIONS �' 0 NORTH 400' WILLOW SPRINGS (WILLOW) LLC 9800 HILLWOOD PARKWAYDELAWARE �I SUITE 250 PHASE 1 A A BRO KF ELDIMITED PLACE NEW YORKLIABILITYO FORT WORTH,TX 76177 = GRAPHIC SCALE 250 VESEY STREET,15th FLOOR PHONE:817-562-3350 CP# 102174 NEW YORK,NY 10281 (SHEET 4 OF 6) a DATE:NOVEMBER,2019 -------------------------------------------------------------------------------------------------------------------------------------------- LEGEND PROPOSED STORM DRAIN INLET O — — — 1 — — — EXIST STORM DRAIN INLET t PROPOSED STORM DRAIN MANHOLE C PROPOSED STORM DRAIN HEADWALL EXHIBIT B1 — STORM DRAINAGE � I I I I I "w• • ' I I l l l l l l l l l f l --I�I�I�= +4 -I-l0-k + }_L.. —1 —L. GRLLNWAY , ...L J.L.L L1.1.L 1 L.LL. CROSSING DRIVE ' ———— 1, 1:; 1. 151., 1, 1" 1y1 , 1, 1<;1.,1,°1 <°1 —— �r 4'SQ MH , .2'• 5'x3'RCB ,a�. '�1—T 17 ° :,° ,.. �I , g. 1-15"RCP �� , � L 4x B IIWk�L.L.. >� HDWLTYPETxDOTCH-FW-0 _. 27"RCP 27"RCP7 _ 5-8'x4'BC 2-21"RCP I— T 1-48"RCP 2-HDWL TYPE TxDOT -10'INLET - , °2-21"RCP 3 I 1--4'SQ MH 2-10'INLET —�—— 2-30"RCP O 1-8`x8'JB MODIFIED PW-1 © — -- aT DOT/C CH -0 15'INLET 6'x4'RCB -,w - � ��—a— ,� ° 2-21-RCPT-T7 --1 I I I F-T — ° 30 RCP 2 21 1 z1 41 4111NLET 1 °°1 .1 ,<1 a,1 „1 „I ,°I „I = - ' E I I 4 x4 SO MH / 2�D INLNLET —__' ..L —L.1 E�co DIDp DEvE1_L-1—I..L 1.�..� ',ESGW�IRP.4eivE �■ ■ _ o i I .z y 3�9 co 51 0611% I , I 1 CB��'T'T1 .1_r'r'I'T'1_1..r� I l —r r— ' 1 , axs�B , " '° 14 1 151'°1"1 14 4'xT RCB —48"1RCP 401 I —1-1—I I_ FAIRWAY BEND O` I s lJ,r 1 TT I(�� 1 �r T DRIVE as�u . ' w , 2-21'RCP.. 36" 1 Ts Q MFi1 1 3°1 s 1.°1° 1 1''211 I v 1 „I z ," 1 ,- 1 2-10 1., T RCP -48'IRCP L�HG�RN ..I_�.L.LL.1_L.L� LA�c w,w ff „y� �� ° RCP rANceR Av l"7"1—IrT"T"��"l—I" 77 O „1s1 1n1„1�1a°Ill 1 11111r�E„�"�1 "1�1 I I 2-21 RCP Q-1_I_I_1_1r-"V1_19�.1f: of ' - 2-21"RCP y^"■ —2-10 INLET ° 2-10'INLET ——— L LT RAIL j [-1-4'SQ MHO — _' ° 2 C RE �2-21"RCP I s, - ," oPE"sP.�E Q y w, j [-2-10'INLET �- „ a 1-4'SQ MH x 1 A j aP 1111E � s j 03a - 48"STUB - -.°6x ., .° L ,n s ,.,z ° waL wspRlNGs �� `. —Sy p E L.._ .. _.. t°11ECR"I�JaPII"�L ■�■ .�. RCB DURT 2-21"RCP _ 33"RCP .. ., 24'RCP. 2-10,INLET'- 2-21"RCP '6'x3'�RCB w 1-4'SO MH 2-15'INLET8'x8'JB SLOPED HDWL y ■ ■� �.i�■,■i ��■,■� ����i 1-4 SQ MH • 2-21 RCP STUBSx° w- 4-24"RCP :: — —— —— ——— — QI AVONDALE-HASLETROAD LL 2-SLOPED HDWL U p ............................... .- ------------------------- -------- ...... ----------- ------- OWNER / DEVELOPER: y V ii P E LOTO N WILLOW SPRINGS BROOKFIELD HOLDINGS I LAND 30LUTION3 __a 0 NORTH 400' (WILLOW) LLC 9800 HILLWOOD PARKWAYDELAWARE �1 SUITE 250 PHASE 1 A A BRO KF ELDIMITED PLACE NEW YORKLIABILITYO FORT WORTH,TX 76177 = GRAPHIC SCALE 250 VESEY STREET,15th FLOOR PHONE:817-562-3350 CP# 102174 NEW YORK,NY 10281 (SHEET 5 OF 6) a DATE:NOVEMBER,2019 -------------------------------------------------------------------------------------------------------------------------------------------- LEGEND • PROPOSED STREET LIGHTS . PROPOSED STREET NAME SIGNS O EXIST STREET LIGHTS 0 EXIST STREET NAME SIGNS EXHIBIT Cl- STREET LIGHTS & STREET NAME SIGNS r � "I"�I''I"I "w• • ' I' I' I° 1' 1' I' Iel 'I'° I" I„�"I' -1-1-1-wN +4 d -1-1O-k +�i-1... 1: 1a1s1 °1 „�: GREENWAY , I...LJ.L.LJ L1.L.LLrdss�leR�saa.L.LL.J_L.. CROSSING DRIVE I —1 7 1-7-r 7 1—r 7 (—r-7-1-7 �-- eel y 1—Ip =--�°-- �� j s1 .1 ..1 ,°1 „1 „1 „1 ,' „o / ° Es oN ID 11. In ! L.L.I.L.1 E�co —P.P.�ivE1-L.J—1..LL..�.. _�6 °, ,z dFy•' .. -1-,--I—r-r-1'T'T-1"I—r'r-1-T-T-1--r1l--r-r— ' „ °I "' 's1171 FAIRWA O , Q T T (� r TDR =,1n1111u1=°1v131 =ICI ICI,- I�, AN L -L L.LdHc��L�J..I_1.J— .l_I- ,� L�kQL"YdY— q , ,n °�.� I ,� d l'77-1--7T-77—T-1—I--777-T-1- 7� r--7--, z�nO ,°1 s 1 1 n 1„1 11 1 as 1,, 1 I 1 t_Ea,""dA�t 1 1 1 1 —1" I e,•� a ' OTT — , ' a .o 'I- I 17 37 AEBU WILL wSPRINGs �■ Sy p E �.._ _. #S R� ��� � 'F�i �•��V'•_- OURT I rrI 191, ——c——— ——— ———————————————— —————I _d————————————— U ————————--—————————— —— � l AVONDALE-HASLET ROAD LL U U p ------------------------------- ---.................................... ------------- ------- OWNER / DEVELOPER: V ii P E LOTO N WILLOW SPRINGS BROOKFIELD HOLDINGS I LAND 30LUTION3 0 NORTH 400' (WILLOW) LLC 9800 HILLWOOD PARKWAY �I . SUITE 250 PHASE 1 A A BRO KF ELD DELAWARE IPLACE NEW YORKMITED LIABILITY O FORT WORTH,TX 76177 = GRAPHIC SCALE 250 VESEY STREET,15th FLOOR PHONE:817-562-3350 CP# 102174 NEW YORK,NY 10281 (SHEET 6 OF 6) a DATE:NOVEMBE 2,2019