Loading...
HomeMy WebLinkAbout064780 - Construction-Related - Contract - GRBK Edgewood LLCReceived Date: 02/25/2026 Received Time: 10:53 a.m. Developer and Project Information Cover Sheet: Developer Company Name Address, State, Zip Code: Phone & Email: Authorized Signatory, Title: Project Name: Brief Description: Project Location: Plat Case Number: FP-25-010 Council District: 7 CFA Number: 25-0057 GRBK Edgewood LLC 5501 Headquarters Drive, Suite 300W, Plano TX 75024 817-658-2112, bsamuel@greenbrickpartners.com Bobby Samuel, Vice President Cibolo Hills West Water, Sewer, Paving, and Storm Drain East of Fleming Ranch Road, South of Muscogee Drive Plat Name: Cibolo Hill West Phased or Phased Concurrent Provisions: City Project Number: 106117 � IPRC25-0036 �FFICIAL RECORD CITY SECRETARY FT. WQRTH, TX City of Fort Worth, Texas Page 1 of 19 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 City Secretary Number: 64780 STANDARD COMMUNITY FACILITIES AGREEMENT WITH CITY PARTICIPATION This COMMUNITY FACILITIES AGREEMENT ("Agreement") is made and entered into by and between the City of Fort Worth ("City"), a home-rule municipal corporation of the State of Texas, acting by and through its duly authorized Assistant City Manager, and GRBK Edgewood LLC ("Developer"), acting by and through its duly authorized representative. City and Developer are referred to herein individually as a"party" and collectively as the "parties." WHEREAS, Developer is constructing private improvements or subdividing land within the corparate limits of Fort Worth, Texas or its extraterritorial jurisdiction, for a proj ect known as Cibolo Hills West ("Project"); and WHEREAS, the City desires to ensure that all developments are adequately served by public infrastructure and that the public infrastructure is constructed according to City standards; and WHEREAS, as a condition of approval of the Project, Developer is required to bear a portion of the costs of municipal infrastructure by constructing the public infrastructure necessary for the Project as described in this Agreement ("Community Facilities" or "Improvements"); and WHEREAS, as a condition of approval of the Project, Developer is required to meet the additional obligations contained in this Agreement, and Developer may be required to make dedications of land, pay fees or construction costs, or meet other obligations that are not a part of this Agreement; and WHEREAS, the City desires to participate in this Agreement in an amount not to exceed $98,924.60 to enlarge the scope of the Improvements beyond what Developer is responsible for constructing by oversizing an 8-inch water main to a 16-inch water main-("City Participation"); and WHEREAS, the City Participation includes reimbursement to Developer in an amount not to exceed $98,924.60 for construction costs. The City is not participating in the cost of construction inspection service fees, administrative material testing service fees, or water lab testing fees; and WHEREAS, the Developer and the City desire to enter into this Agreement in connection with the collective Improvements for the Project; NOW, THEREFORE, for and in consideration of the covenants and conditions contained herein, the City and the Developer do hereby agree as follows: 1. City of Fort Worth, Texas Standard Community Facilities Agreement with City Participation Rev. 4/2/20 �FFICIAL RECORD CITY SECRETARY Page 2 of 19 FT. WORTH, TX CFA Ordinance The Community Facilities Agreements Ordinance ("CFA Ordinance"), as amended, is incorporated into this Agreement by reference, as if it was fully set forth herein. Developer agrees to comply with a11 provisions of the CFA Ordinance in the performance of Developer's duties and obligations pursuant to this Agreement and to cause all contractors hired by Developer to comply with the CFA Ordinance in connection with the work performed by the contractors. If a conflict exist between the terms and conditions of this Agreement and the CFA Ordinance, the CFA Ordinance shall control. 2. Incorporation of Engineering Plans The engineering plans for the Improvements that have been approved by the City ("Engineering P1ans") are incorporated into this Agreement by reference as if fully set out herein. Developer sha11 provide at its expense, unless otherwise agreed to by City, all engineering drawings and documents necessary to construct the Improvements required by this Agreement. 3. Description of Improvements; Exhibits and Attachments The following exhibits describe the general location, nature and extent of the Improvements that are the subject of this Agreement and are attached hereto and incorporated herein by reference: X❑ Exhibit A: Water � Exhibit B: Sewer � Exhibit C: Paving � Exhibit D: Storm Drain X❑ Exhibit E: Signs ❑ Exhibit F: Traffic Signal & Striping The Location Map and Cost Estimates are also attached hereto and incorporated herein by reference. To the extent that Exhibits A, B, C, D, E, the Location Map, or the Cost Estimates conflict with the Engineering Plans, the Engineering Plans shall control. If applicable, Attachment 1— Changes to Standard Community Facilities Agreement, Attachment 2— Phased CFA Provisions, and Attachment 3— Concurrent CFA Provisions, are attached hereto and incorporated herein for all purposes. 4. Construction of Improvements Developer agrees to cause the construction of the Improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and specifications, the Engineering Plans, the Cost Estimates provided for the Improvements, and this Agreement. Developer acknowledges that City will not accept the Improvements until the City receives affidavits and lien releases signed by Developer's contractors verifying that the contractors, and all subcontractors and material suppliers, have been paid in full for constructing the Improvements, and consent of the surety on payment and performance bonds provided for the Improvements. � City of Fort Worth, Texas Page 3 of 19 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 Financial Guarantee Developer has provided the City with a financial guarantee in the form and amounts set forth in this Agreement which guarantees the construction of the Improvements and payment by Developer of all contractors, subcontractors, and material suppliers for the Improvements ("Financial Guarantee"). Developer shall keep the Financial Guarantee in full force and effect until released by the City and shall not reduce the amount of the Financial Guarantee unless authorized by the City in accordance with the CFA Ordinance. 6. Completion Deadline; Extension Periods This Agreement shall be effective on the date this Agreement is executed by the City's Assistant City Manager ("Effective Date"). Developer sha11 complete construction of the Improvements and obtain the City's acceptance of the Improvements within two (2) years of the Effective Date ("Term"). If construction of the Improvements has started during the Term, the Developer may request that this Agreement be extended for an additional period of time ("Extension Period"). All Extension Periods shall be agreed to in writing by the City and the Developer as set forth in a written amendment to this Agreement. In no event shall the Term of this Agreement plus any Extension Periods be for more than three years. 7. Failure to Construct the Improvements (a) The City may utilize the Developer's Financial Guarantee to cause the completion of the construction of the Improvements if at the end of the Term, and any Extension Periods, the Improvements have not been completed and accepted by the City. If the Improvements are not completed at the end of the Term, and any Extension Periods, there will be no further obligation for City Participation to be paid to the Developer. (b) The City may utilize the Developer's Financial Guarantee to cause the completion of the construction of the Improvements or to cause the payment of costs for construction of the Improvements before the expiration of the Term, and any Extension Period, if the Developer breaches this Agreement, becomes insolvent, or fails to pay costs of construction. (c) If the Financial Guarantee is a Completion Agreement and the Developer's contractors or suppliers are not paid for construction costs or materials supplied for the Improvements the contractors and suppliers may place a lien upon any property which the City does not have an ownership interest that is the subject of the Completion Agreement. (d) Nothing contained herein is intended to limit the Developer's obligations under the CFA Ordinance, this Agreement, the Financial Guarantee, Developer's agreements with Developer's contractors, or other related agreements. 8. Termination If Developer desires to terminate this Agreement before Developer's contractors begin constructing the Improvements, Developer agrees to the following: (a) that Developer and City must execute a termination of this Agreement in writing; City of Fort Worth, Texas Page 4 of 19 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 (b) that Developer will vacate any final plats that have been filed with the county where the Project is located; and (c) to pay to the City all costs incurred by the City in connection with this Agreement, including time spent by the City's inspectors at preconstruction meetings. 9. Award of Construction Contracts (a) Developer will award all contracts for the construction of the Improvements and cause the Improvements to be constructed in accordance with the CFA Ordinance. (b) Developer will employ construction contractors who meet the requirements of the City to construct the Improvements including, but not limited, to being prequalified, insured, licensed and bonded to construct the Improvements in the City. (c) Developer will require Developer's contractors to provide the City with payment and performance bonds naming the City and the Developer as dual obligees, in the amount of one hundred percent (100%) of the cost of the Improvements as required by the CFA Ordinance. The payment and performance bonds shall guarantee construction of the Improvements and payment of all subcontractors and material suppliers. Developer agrees to require Developer's contractors to provide the City with a maintenance bond naming the City as an obligee, in the amount of one hundred percent (100%) of the cost of the Improvements, that guarantees correction of defects in materials and workmanship for the Improvements by the contractor and surety for a period of two (2) years after completion and final acceptance of the Improvements by the City. All bonds must be provided to the City before construction begins and must meet the requirements of the City's Standard Conditions, Chapter 2253 of the Texas Government Code, and the Texas Insurance Code. (d) Developer will require Developer's contractors to provide the Ciry with insurance equal to or in excess of the amounts required by the City's standard specifications and contract documents for developer-awarded infrastructure construction contracts. The City must be named as an additional insured on all insurance policies. The Developer must provide the City with a Certificate of Insurance (ACORD or form approved by the State of Texas), supplied by each contractor's insurance provider, which shall be made a part of the Project Manual. (e) Developer will require the Developer's contractors to give forty-eight (48) hours' advance notice of their intent to commence construction of the Improvements to the City's Construction Services Division so that City inspection personnel will be available. Developer will require Developer's contractors to allow construction of the Improvements to be subject to inspection at any and all times by the City's inspectors. Developer will require Developer's contractors to not install or relocate any sanitary sewer, storm drain, or water pipe unless a City inspector is present and gives consent to proceed, and to allow such laboratory tests as may be required by the City. (� Developer will not allow Developer's contractors to begin construction of the Improvements until a notice to proceed to construction is issued by the City. (g) Developer will not allow Developer's contractors to connect buildings to service lines of sewer and water mains constructed pursuant to this Agreement, if any, until said sewer, water mains and service lines have been completed to the satisfaction of the City. City of Fort Worth, Texas Page 5 of 19 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 (h) Developer shall ensure the contractors are paid the City's wage rates in effect during construction of the Improvements. 10. Utilities Developer shall cause the installation ar adjustment of utilities required to: (1) serve the Project; and (2) to construct the Improvements required herein. City shall not be responsible for payment of any costs that may be incurred by Developer in the relocation of any utilities that are or may be in conflict with any of the Improvements to be constructed pursuant to this Agreement. 11. Easements and Rights-of-Way Developer agrees to provide, at its expense, all necessary rights-of-way and easements required for the construction and dedication to the City of the Improvements provided for by this Agreement. 12. Liability and Indemnification (a) DEVELOPER HEREBY RELEASES AND AGREES TO INDEMNIFY, DEFEND AND HOLD THE CITY HARMLESS FOR ANY INADEQUACIES IN THE PRELIMINARY PLANS, SPECIFICATIONS, ENGINEERING PLANS, AND COST ESTIMATES SUPPLIED BY THE DEVELOPER FOR THIS AGREEMENT. (b) THE DEVELOPER COVENANTS AND AGREES TO, AND BY THESE PRESENTS DOES HEREBY FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY, ITS OFFICERS, AGENTS AND EMPLOYEES FROM ALL SUITS, ACTIONS OR CLAIMS OF ANYCHARACTER, WHETHER REAL OR ASSERTED, BROUGHT FOR OR ONACCOUNT OFANYINJURIES OR DAMAGES SUSTAINED BYANYPERSONS, INCL UDING DEATH, OR TO ANY PROPERTY, RESULTING FROM OR IN CONNECTION WITH THE CONSTRUCTION, DESIGN, PERFORMANCE OR COMPLETION OFANY WORK TO BE PERFORMED BY SAID DEVELOPER, ITS CONTRACTORS, SUBCONTRACTORS, OFFICERS, AGENTS OR EMPLOYEES, OR IN CONSEQUENCE OF ANY FAILURE TO PROPERLYSAFEGUARD THE WORK, OR ONACCOUNT OFANYACT, INTENTIONAL OR OTHERWISE, NEGLECT OR MISCONDUCT OF SAID DEVELOPER, ITS CONTRACTORS, SUB-CONTRACTORS, OFFICERS, AGENTS OR EMPLOYEES, WHETHER OR NOT SUCHINJURIES, DEATH OR DAMAGESARE CAUSED, IN WHOLE OR IN PART, BY THE ALLEGED NEGLIGENCE OF THE CITY OF FORT WORTH, ITS OFFICERS, SERVANTS, OR EMPLOYEES. (c) DEVELOPER WILL REQUIRE ITS CONTRACTORS TO INDEMNIFY, DEFEND AND HOLD HARMLESS THE CITY, ITS OFFICERS, AGENTS AND EMPLOYEES FROM AND AGAINST ANY AND ALL CLAIMS, SUITS OR CAUSES OF ACTION OF ANY NATURE WHATSOEVER, WHETHER REAL OR ASSERTED, BROUGHT FOR OR ON ACCOUNT OF ANY INJURIES OR DAMAGES TO PERSONS OR PROPERTY, INCLUDING DEATH, RESULTING FROM, OR INANY WAY CONNECTED WITH, THE CONSTRUCTION OF THE IMPROVEMENTS CONTEMPLATED HEREIN, WHETHER OR NOT SUCH INJURIES, DEATH OR DAMAGES ARE CAUSED, IN WHOLE OR IN City of Fort Worth, Texas Page 6 of 19 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 PART, BY THE ALLEGED NEGLIGENCE OF THE CITY OF FORT WORTH, ITS OFFICERS, SERVANTS, OR EMPLOYEES. FZIRTHER, DEVELOPER WILL REQLIIRE ITS CONTRACTORS TO INDEMNIFY, DEFEND, AND HOLD HARMLESS THE CITY FOR ANY LOSSES, DAMAGES, COSTS OR EXPENSES SUFFERED BY THE CITY OR CAUSED AS A RESULT OF SAID CONTRACTORS' FAILURE TO COMPLETE THE WORK AND CONSTRUCT THE IMPROVEMENTS IN A GOOD AND WORKMANLIKE MANNER, FREE FROM DEFECTS, IN CONFORMANCE WITH THE CFA ORDINANCE, AND INACCORDANCE WITHALL PLANSAND SPECIFICATIONS. 13. Right to Enforce Contracts Upon completion of all work associated with the construction of the Improvements, Developer will assign to the City a non-exclusive right to enforce the contracts entered into by Developer with its contractors, along with an assignment of all warranties given by the contractors, whether express or implied. Further, Developer agrees that all contracts with any contractor shall include provisions granting to the City the right to enforce such contracts as an express intended third party beneficiary of such contracts. 14. Estimated Fees Paid by Developer; Reconciliation Priar to execution of this Agreement, Developer has paid to the City the estimated cost of administrative material testing service fees, construction inspection service fees, and water testing lab fees in the amounts set forth in the Cost Summary section of this Agreement. Upon completion of the construction of the Improvements, the City will reconcile the actual cost of administrative material testing service fees, construction inspection service fees, and water testing lab fees with the estimated fees paid by Developer. If the actual costs of the fees are more than the estimated payments made by the Developer, the Developer must pay the difference to the Ciry before the Improvements will be accepted by the City. If the actual costs of the fees are less than the estimated payments made by the Developer, the City will refund the difference to the Developer. If the difference between the actual costs and the estimated payments made by the Developer is less than fifty dollars ($50.00), the City will not issue a refund and the Developer will not be responsible for paying the difference. The financial guarantee will not be released by the City or returned to the Developer until reconciliation has been completed by the City and any fees owed to the City have been paid by the Developer. 15. Material Testing The City maintains a list of pre-approved material testing laboratories. The Developer must contract with material testing laboratories on the City's list. Material testing laboratories will provide copies of all test results directly to the City and the Developer. If the Improvements being constructed fail a test, the Developer must correct or replace the Improvements until the Improvements pass all retests. The Developer must pay the material testing laboratories directly for all material testing and retesting. The City will obtainproof from the material testing laboratories that the material testing laboratories have been paid in full by the Developer before the City will accept the Improvements. 16. Notices All notices required or permitted under this Agreement may be given to a party by hand- City of Fort Worth, Texas Page 7 of 19 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 delivery or by mail, addressed to such party at the address stated below. Any notice so given shall be deemed to have been received when deposited in the United States mail so addressed with postage prepaid: CITY: Development Contract Management Off'ice City of Fort Worth 100 Fort Worth Trail Fort Worth, Texas 76102 With conies to: City Attorney's Office City of Fort Worth 100 Fort Worth Trail Fort Worth, Texas 76102 and City Manager's Office City of Fort Worth 100 Fort Worth Trail Fort Worth, Texas 76102 DEVELOPER: GRBK Edgewood LLC 5501 Headquarters Drive, Suite 300W Plano TX 75024 Or to such other address one party may hereafter designate by notice in writing addressed and mailed or delivered to the other party hereto. 17. Right to Audit Developer agrees that, until the expiration of three (3) years after acceptance by the City of the Improvements constructed pursuant to this Agreement, that the City shall have access to and the right to examine any directly pertinent books, documents, papers and records of the Developer involving transactions relating to this Agreement. Developer agrees that the City shall have access during normal working hours to all necessary Developer facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. The City shall give Developer reasonable advance notice of intended audits. Developer further agrees to include in all contracts with Developer's contractors for the Improvements a provision to the effect that the contractor agrees that the City shall, until the expiration of three (3) years after final payment under the contract, have access to and the right to examine any directly pertinent books, documents, papers and records of such contractor, involving transactions to the contract, and further, that City shall have access during normal working hours to all of the contractor's facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City shall give Developer's contractors reasonable advance notice of intended audits. City of Fort Worth, Texas Page 8 of 19 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 18. Independent Contractor It is expressly understood and agreed that Developer and its employees, representative, agents, seroants, officers, contractors, subcontractors, and volunteers shall operate as independent contractors as to all rights and privileges and work performed under this Agreement, and not as agents, representatives or employees of the City. Subject to and in accordance with the conditions and provisions of this Agreement, Developer shall have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers. Developer acknowledges that the doctrine of respondeat superior shall not apply as between the City and its officers, representatives, agents, servants and employees, and Developer and its employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers. Developer further agrees that nothing herein shall be construed as the creation of a partnership ar joint enterprise between City and Developer. It is further understood that the City shall in no way be considered a co-employer or a joint employer of Developer or any employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers of Developer. Neither Developer, nor any officers, agents, servants, employees or subcontractors of Developer shall be entitled to any employment benefits from the City. Developer shall be responsible and liable for any and all payment and reporting of taxes on behalf of itself, and any of employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers. The City, through its authorized representatives and employees, shall have the sole and exclusive right to exercise jurisdiction and control over City employees. 19. Applicable Law; Venue This Agreement shall be construed under and in accordance with Texas law. Venue shall be in the state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. 20. Non-Waiver The failure of the City to insist upon the performance of any term or provision of this Agreement or to exercise any right herein conferred shall not be construed as a waiver or relinquishment to any extent of City's right to assert or rely on any such term or right on any future occasion. 21. Governmental Powers and Immunities. It is understood that by execution of this Agreement, the City does not waive or surrender any of its governmental powers or immunities. 22. Headings The paragraph headings contained herein are for the convenience in reference and are not intended City of Fort Worth, Texas Page 9 of 19 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 to define or limit the scope of any provision of this Agreement. 23. Severability In the event that any clause or provision of this Agreement shall be held to be invalid by any court of competent jurisdiction, the invalidity of such clause or provision shall not affect any of the remaining provisions hereof. 24. Review of Counsel City and Developer, and if they so choose, their attorneys, have had the opportunity to review and comment on this document; therefore any rule of contract construction or interpretation that would normally call for the document to be interpreted as against the drafting party shall not apply in interpretation of this Agreement, and each section, portion, and provision of this Agreement shall be construed solely on the basis of the language contained therein, regardless of who authored such language. 25. Prohibition on Boycotting Israel Developer acknowledges that in accordance with Chapter 2271 of the Texas Government Code, the City is prohibited from entering into a contract with a company with 10 or more full-time employees that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the Ciry for goods or services unless the contract contains a written veriiication from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. To the extent that Chapter 2271 of the Government Code is applicable to this Agreement, by signing this Agreement, Developer certifies that Developer's signature provides written verification to the City that Developer: (1) does not boycott Israel; and (2) will not boycott Israel during the term of this Agreement. 26. Prohibition on Boycotting Energy Companies Developer acknowledges that in accordance with Chapter 22764 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full- time employees unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Developer certifies that Developer's signature provides written verification to the City that Developer: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. City of Fort Worth, Texas Page 10 of 19 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 27. Prohibition on Discrimination Against Firearm and Ammunition Industries Developer acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or iirearm trade association. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Developer certifies that Developer's signature provides written verification to the City that Developer: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a iirearm entity or firearm trade association during the term of this Agreement. 28. Compliance with Public Information Act Requests The requirements of Subchapter J, Chapter 552, Government Code, may apply to this Agreement and Developer agrees that the Agreement can be terminated if Developer knowingly or intentionally fails to comply with a requirement of that subchapter. Developer acknowledges that section 552.371 of the Texas Government Code applies to this Agreement if: (1) this Agreement has a stated expenditure of at least $1 million in public funds for the purchase of good or services by the City; or (2) this Agreement results in the expenditure of at least $1 million in public funds for the purchase of goods or services by the City in a fiscal year of the Ciry. To the extent that section 552.371 of the Texas Government Code applies to this Agreement, Developer shall comply with section 552.372 of the Texas Government Code by: (1) preserving all contracting information relating to this Agreement as provided by the records retention requirements applicable to the City for the duration of the Agreement; (2) promptly providing the City any contracting information related to this Agreement that is in the custody or possession of Developer on request of the City; and (3) on completion of the Agreement, either (a) providing at no cost to the City all contracting information related to the Agreement that is in the custody or possession of Developer; or (b) preserving the contracting information relating to the Agreement as provided by the retention requirements application to the City. 29. Immigration and Nationality Act Developer shall verify the identiry 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 Page 11 of 19 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 30. Amendment No amendment, modification, or alteration of the terms of this Agreement shall be binding unless the same is in writing, dated subsequent to the date hereof, and duly executed by the City and Developer. 31. Assignment and Successors Developer shall not assign or subcontract all or any part of its rights, privileges, or duties under this Agreement without the prior written consent of City. Any attempted assignment or subcontract without the City's prior written approval shall be void and constitute a breach of this Agreement. 32. No Third-Party Beneficiaries The provisions and conditions of this Agreement are solely for the benefit of the City and Developer, and any lawful assign or successor of Developer, and are not intended to create any rights, contractual or otherwise, to any other person or entity. 33. Compliance with Laws, Ordinances, Rules and Regulations Developer, its officers, agents, servants, employees, and contractors, shall abide by and comply with all laws, federal, state and local, including all ordinances, rules and regulations of City. It is agreed and understood that, if City calls to the attention of Developer any such violation on the part of Developer or any of its officers, agents, servants, employees, or subcontractors, then Developer shall immediately desist from and correct such violation. 34. Signature Authority The person signing this Agreement on behalf of Developer warrants that he or she has the legal authority to execute this Agreement on behalf of the Developer, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the entity. The City is fully entitled to rely on this warranty and representation in entering into this Agreement. 35. Counterparts This Agreement may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. 36. Entire A greement This written instrument, together with any attachments, exhibits, and appendices, constitutes the entire understanding between the City and Developer concerning the work to be performed hereunder, and any prior or contemporaneous, oral or written agreement that purports to vary from the terms hereof shall be void. City of Fort Worth, Texas Page 12 of 19 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 37. City Participation; Fiscal Funding Limitation (a) The City wi11 reimburse Developer for construction costs in an amount not to exceed $98,924.60. The City Participation shall not include any reimbursement to Developer for construction inspection service fees, administrative material testing service fees, or water lab testing fees. The City shall reimburse Developer for the City Participation after presentation of proper documentation by Developer to the City that the Improvements have been constructed and accepted by the City and all contractors and material suppliers have been paid. Developer must register as a vendor of the City in order for the City Participation to be paid to Developer. The City Participation was calculated as follows: SECTION 06 42 43 �eveloper Awarded Projects - PROPOSAL FORM CI80LD HILLS WEST - 961NCH WATER LIME UNIT PRICE BID Proj ecl Ilem Infarmnfion 3idder's Applicatiar BidEler's Prapasn] Bidlist bescriptioa ��tof ���ntit UvitPrice Iten� ha. hieasnxe UNIT I: WATER IMPROVEI�ENTS � 0241.1106 76" Pressure Plug EA � ��.UUU_UU 024'1.1118 q"_12" Pressure Plug Ep, 2 �SUU.UU 3 3311000'I �ucifle Iron WaterFittingswl TON 2-5�J $12500_00 3311.000'I �uc�fle Iron WaterFittinpswl TON 0.83 $1�I,SOO.W 5 331'I O55'I 1fi" �IP Waier LF 3d $152D{i 331�1025'I 8"DIPWater LF 30 $86_00 7 3305.1005 36" Casing By Open Cut LF 2d $380_0{� 3305.10D3 2�" Casfng By Open Cut LF Z� $280_DO 10 3312.30081G" Gate Valve w! Vaul� EA z �1t�.5uu.uL1 3312.3003 8" Gate VaNe Ep, � �� �,5bu_uo 9 3312.1002 7' Combination Air Valve � Assembly forWater100% 'I $32,500_00 11 331L.tiUUY b' tllow Utt Valve 1UU% EP, � .t i�,�w_u� I UT AL UNI I I: WA I tH IMPKUVhMtN 15- :I I Y PAK I ICIF'A I IUN SidValne [lu�tPrice I Bid�'aLle $4;009A[J S?-D0.00 g.400.00 �i:ooaao ai_.0000d �ls,00a.ao $32,375.00� S'7.000.00 $18.130.00 $�:546.00 $7.000.00 $5.810.00 $4,560.00 $L40D0 $4200_OD $2580A0 $L�79 $3.683_70 $7,6DOAOI $31SD0 $fi3G0_OD $5,600 00 $6i.77 $1275_49 $Sf,UUU.U�I $360906U /2,UOU.UU $3,1�0.00 $3990A0 �5,500_00 $12,5DOA0 $1S�DODO $18,5D0.00 �1U,bUU.0 � $11,475.11 `5�11,41b.1! CF55 (ioieest lfi"nuitepricea(-)Winiuus lon'est 6" unit I Delta x Q�anfi�y ��n�.i $z,00a- $soa - $ i sao 259 tons - �_83 tons= 17fi tons $140 - $86= $5 $318 - $6377= $25423 $28,500 - $1,550.60= $26,950 100% �irymst � uu ro tiry msc ��.000 00 $12�26A0 $L620.00 $SASA.60 $i� 900.00 SL_�00 00 510.�00.00 S'�8,92d.60� (b) In the event no funds or insufficient funds are appropriated and budgeted or are otherwise unavailable by any means whatsoever in any fiscal period for payments due under this Agreement, then the City will immediately notify Developer of such occurrence and this Agreement shall be terminated on the last day of the fiscal period for which appropriations were received without penalty or expense to the City of any kind whatsoever, except to the portions of annual payments herein agreed upon for which funds shall have been appropriated. (c) Substantial completion of the Improvements shall occur after Developer's contractors notify the City that the Improvements are constructed and ready for their intended use, the City and Developer's contractors inspect the Improvements, and the City concurs that the Improvements are substantially complete. This Agreement does not provide for any retainage to be withheld from the City Participation. [REMAINDER OF PAGE INTENTIONALLY BLANK] City of Fort Worth, Texas Page 13 of 19 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 38. Cost Summary Sheet Project Name: Cibolo Hills West CFA No.: 25-0057 Items A. Water and Sewer Construction 1. Water Construction 2. Sewer Construction Water and Sewer Construction Total IPRC No.: 25-0036 City Project No.: 106117 Developer's Cost City's Cost Total Cost $ 1,725,151.40 $ 98,924.60 $ 1,824,076.00 $ 2,021,959.00 $ - $ 2,021,959.00 $ 3,747,110.40 $ 98,924.60 $ 3,846,035.00 B. TPW Construction 1. Street 2. Storm Drain 3. Street Lights Installed by Developer 4. Signals TPW Construction Cost Total Total Construction Cost (excluding the fees) Estimated Construction Fees: C. Construction Inspection Service Fee D. Administrative Material Testing Service Fee E. Material Testing Cost (unknown cost) E. Water Testing Lab Fee Total Estimated Construction Fees: TOTAL PROJECT COST Financial Guarantee Bond = 100% $ $ $ $ $ $ $ $ I$ 3,625,431.00 $ - $ 3,625,431.00 1,122,080.00 $ - $ 1,122,080.00 - $ - $ - - $ - $ - 4,747,511.00 $ - $ 4,747,511.00 8,494,621.40 $ 98,924.60 $ 8,593,546.00 $126,562.50 $0.00 $126,562.50 $50,986.00 $0.00 $50,986.00 $0.00 $0.00 $3,645.00 $0.00 $3,645.00 181,193.50 $ - $ 181,193.50 8,675,814.90 $ 98,924.60 $ 8,774,739.50 Amount 8,593,546.00 I X City of Fort Worth, Texas Page 14 of 19 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 IN WITNESS WHEREOF, the City and Developer have each executed this Agreement by their duly authorized signatories to be effective on the date executed by the City's Assistant City Manager. CITY OF FORT WORTH �����--� Jesica McEachern Assistant City Manager Date: 02/24/2026 Recommended by: LeoheC �ro,t ���,���R���,=«�>e,, zozbo8���8�o4�sT, Leonel Rios Sr. Contract Compliance Specialist Development Services Department Approved as to Form & Legality: Q� u��.� 0 Jessika Williams Assistant City Attorney M&C No. NA Date: 02/17/2026 Form 1295: NA ATTEST �� � �� Jannette Goodall City Secretary 0 9 nnIl� poF pORT�aA 0 �° O9�Id0 tio Pvo o=d pdC'� °°o o° i`� a�ab nEXpsqti� DEVELOPER GRBK Edgewood LLC Bobby Samuel Vice President Date: 02/16/2026 Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. ��� Kandice Merrick Contract Compliance Manager OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas Page 15 of 19 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 The following attachments are incorporated into this Agreement. To the extent a conflict exists between the main body of this Agreement and the following attachments, the language in the main body of this Agreement shall be controlling. Included Attachment � Attachment 1- Changes to Standard Community Facilities Agreement � Attachment 2— Phased CFA Provisions ❑ Attachment 3— Concurrent CFA Provisions � Location Map � Exhibit A: Water Improvements � Exhibit B: Sewer Improvements � Exhibit C: Paving Improvements � Exhibit D: Storm Drain Improvements � Exhibit E: Signs Improvements ❑ Exhibit F: Traffic Signal and Striping Improvements � Cost Estimates (Remainder of Page Intentionally Left Blank) City of Fort Worth, Texas Page 16 of 19 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 ATTACHMENT "1" Changes to Standard Community Facilities Agreement City Project No.106117 None City of Fort Worth, Texas Page 17 of 19 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 ATTACHMENT "2" Phased CFA Provision City Project No.106117 The improvements being constructed by Developer pursuant to this Agreement will connect to improvements Developer is constructing under a separate Community Facilities Agreement that have not been completed and accepted by the City. Therefore, this Agreement shall be considered a"Phased CFA" and the provisions contained in this section shall apply to this Agreement. The improvements being constructed by Developer under the separate Community Facilities Agreement (Chapel Hill West Phase 1, City Project No. 104387) shall be defined as the "Parent Project." The improvements being constructed by Developer under this Agreement shall be defined as the "Child Project." Developer acknowledges and agrees that due to Developer's election to construct a Phased 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 Parent Project and the Child Project to properly connect to each other; changes to the design or construction of the improvements in the Parent Project that impact the design and construction of the improvements in the Child Project; construction delays, delay claims, or claims for liquidated damages; increased costs for the Developer; failure of the improvements to pass inspection or material testing; or rejection by the City of some or all of the improvements and Developer having to remove and reconstruct the improvements at Developer's expense. In addition, Developer understands and agrees that disputes may arise between Developer's contractors or their subcontractors relating to responsibility for the Construction Problems. Developer shall be solely responsible for resolving disputes between contractors or disputes between contractors and subcontractors. Developer further acknowledges and agrees that Developer has notified all of Developer's contractors for the Project that Developer has elected to construct a Phased CFA, the provisions of this section, the risks associated with a Phased CFA, and that the City shall not bear any responsibility for Developer's decision to proceed with a Phased CFA. Developer shall not make the final connection of the improvements in the Child Project to the improvements in the Parent Project until the improvements in the Parent Project 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 ar 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. City of Fort Worth, Texas Page 18 of 19 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 BY CHOOSING TO CONSTRUCT A PHASED CFA, DEVELOPER ASSUMES ALL RISKS AND DEVELOPER SHALL BE LIABLE AND RESPONSIBLE FOR ANYAND ALL DAMA GES, INCL UDING B UT NOT LIMITED TO ANYAND ALL ECONOMIC DAMA GES PROPERTY LOSS, PROPERTY DAMAGES AND PERSONAL INJURY, (INCL UDING DEATH), OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED. DEVELOPER HEREBY EXPRESSLY RELEASES AND DISCHARGES CITY FROM ANY AND ALL LIABILITY FOR DAMAGES, INCL UDING, B UT NOT LIMITED TO ANY AND ALL ECONOMICDAMAGES, PROPERTYLOSS, PROPERTYDAMAGEAND PERSONAL INJURY (INCLUDING DEATH) ARISING OUT OF OR IN CONNECTION WITH, DIRECTL Y OR INDIRECTL Y, THE CONSTR UCTION OF THE IMPROVEMENTS OR DEVELOPER'S DECISION TO CONSTRUCT A PHASED CFA. SOLE COST AND EXPENSE, AGREES TO AND DOES HEREBY PROTECT, AND HOLD HARMLESS CITY, AND DEVELOPER, AT ITS INDEMNIFY, DEFEND CITY'S OFFICERS, REPRESENTATIVES, AGENTS, EMPLOYEES, AND SERVANTS FOR, FROM AND AGAINST ANYAND ALL CLAIMS (WHETHER AT LAW OR INEQUITY), LIABILITIES, DAMAGES (INCLUDING ANY AND ALL ECONOMIC DAMAGES, PROPERTY LOSS, PROPERTY DAMAGES AND PERSONAL INJURIES INCLUDING DEATH), LOSSES, LIENS, CAUSES OFACTION, SUITS, JUDGMENTSAND EXPENSES (INCLUDING, BUT NOT LIMITED TO, COURT COSTS, ATTORNEYS' FEES AND COSTS OF INVESTIGATION), OFANYNATURE, KIND OR DESCRIPTIONARISING OR ALLEGED TO ARISE B Y OR IN ANY WA Y RELA TED TO CONSTR UCTION OF THE IMPROVEMENTS OR DEVELOPER'S CHOICE TO CONSTRUCTA PHASED CFA, OR (2) BY REASON OF ANY OTHER CLAIM WHATSOEVER OF ANY PERSON OR PARTY OCCASIONED OR ALLEGED TO BE OCCASIONED IN WHOLE OR IN PART BY THE CONSTRUCTIONS OF THE IMPROVEMENTS OR DEVELOPER'S CHOICE TO CONSTRUCT A PHASED CFA 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 EMPLDYEES. DEVELOPER: GRBK Edgewood LLC Bobby Samuel Vice President City of Fort Worth, Texas Page 19 of 19 Standard Community Facilities Agreement with City Participation Rev. 4/2/20 I c_ ... 1 � � EXISTING CHAPEL HILLS WEST PHASE 2 CPN 105382 � 3 a � 3 a - PROJECT � LOCATION i � 3 �, �� z � OWNER/DEVELOPER � o GRBK EDGEWOOD LLC a � 5501 HEADQUARTERS DRIVE � ° SUITE 300W N � PLANO, TX 75024 o; �_ MERITAGE HOMES OF TEXAS, LLC 8840 CYPRESS WATERS BLVD � a SUITE 100 � % DALLAS, TX 75109 o a CPN 106117 IPRC25-0036 � PROPOSED CIBOL❑ HILLS PARKWAY CPN 106104 CBY SEPARATE PLAN SET) MAPSCO N0. 18-Y COUNCIL DISTRICT N0. CPN 106117 CIBOLO HILLS PARKWAY r� ��€�.�^� �� ���EX�ISTI -G � 7� � � WAYFARE 5 � � � MULTIFAMILY � CPN 103516 �3 C� {� � �3 p � p 7 �� � � �� ' O� � � CIBOLO HILLS WEST VICINITY MAP WA Engineering, Inc. `J� 6060 North Central Expressway Phone 469.621.0710 Suite 400 Dallas, Texas 75206 FRN - F-1386 ++�G(/�/�J EXISTING CHAPEL \ 1��L�i HILLS WEST `� PHASE 1 � CPN 104387 G ��iiiiiiiiiiii�• � 0 300 600 � REMOVE PLUG & CONNECT i �� /TO-BE-CONSIRUCTED 12" PVC WATERLINE FEET CHAPEL HILL WEST PH 1 CPN 104387 TO-BE-CONSTRUCTED LE G EN D INFRAS7RUCTURE EXI STI N G CHAPEL HILL WEST PROPOSED PH � WATER LINE WATER LINE CPN 104387 / � / oR\� / O PROPOSED �� EXISTING GATE �� s GATE VALVE VALVE /� M�S����E �X 9 PROPOSED ♦ EXISTING FIRE � r� 6 " w�' FIRE HYDRANT HYDRANT � /� 4 5 � � �� PROPOSED AIR � LIMITS OF / 2 3 N �p0P�2 13 � >> RELEASE VALVE PROJECT o � �� `'= 5N�R9 ��� OO �G t z w OFF� VAL D BLOW � 8 � 3a �3 ti PROPOSED GATE � W w VALVE & VAULT 1 14 � o � � 2 �'Y�� 7X 6 5 4a i EXISTING 15 INFRASTRUCTURE �4 � �� 3 CIBOLO HILLS PH 4 0 � 4 �16 CPN 103688 Z Z 1�� 5 � BLACKGAT�NE o Z 2 O 7 8 9 10 1 1 1 2 317 y � 2 O ONEIDq � 3 0 �C� 18 �GyTq � �. / q _p� � �� WLS �FGqk REMOVE PLUG & � �Y ^ 2 f CONNECT i0 EXISTING 3 � SHOSHONI ORIVE ¢ 3 O 8" PVC WATERLINE _ Oq 5 CIBOLO HILLS PH 4 F CPN 103688 REMOVE PLUG & EXiSTiNG \ 6 CONNECT TO EXISTING ��� iNFlusrnUc7URE 8�� PVC WATERLINE CIBOLO HILLS PH 3 � 7 CIBOLO HILLS PH 4 CPN 103172 CPN 103688 � � 8 N STUB FOR FUTURE 8" WL14 �. i g CONNECTION � — POTAW � � ��I 1� ATaMI LqNE E z' � � o_ STUB FOR FUTURE � \ � 1 2� � g^ py�� 3 CONNECTION L � � N� U 17X 13 � 5 ���q,�,�� ��7 g 14 i �O 3 �O ¢ = 2 GqT � �5 � 6 � 1 R � 7 � OD 16 8" VJI..�� Q"' � 8 ~ a O � � 9 N � �'�v � � � � � � "— DESE 27 Ch�EEK DRIVE v�' 0 � � N p�p 31 2 3 4 5 6 7 8 9 �`�' 1 2 3 4 � � TS'O 11 ,.�., � � 6 3 '�•�S,.o " 12 p � � �q 7 8 4 Ri,Dc� � 1 3 p� 20 p 3 a 9 1 9 6 R� 1 4 a �S � 10 18 � 7 15 W 18 17 16 15 14 13 12 11 10 0 33 32 31 11 17 8 3 � q" yi a 30 29 28 12 ��� 1 6 9 � � � 27 13 � 15 10 � = VASTBRANCH �STR� z6 � 4 � 4 �' 0 � n 1 2 3 4 5 6 7 8 9 10 11 12 13 4 15 13 2 A �a � 25 16 � 0 �3 7p 15 24 �9 17 11 �� QC"� 5 V — g' � 6 ' �Y� 2 2 18 ���2 � � 7 21 ,�� 18 � �_44 43 42 41 40 39 38 37 36 35 34 33 32 31 8 20 ��,� 17 � 19 t� _ a.' WU �f 30 10 � 9 1 9 g 18 y � 29 20 X , 20 21 19 Q �� 22 23 24 25 2g RAPID RI�CH� TRA� 33 28 27 `� 21 22 ,��E� 20 � � � � � � � > �a 3� 32 �� ���'� 22 V �O 25 ��t S 23 � PLUG & CONNECT TO � '3 J 3� 24 �P' O �TO-BE-CONSTRUCTED N 3� o; 35 30 24 16" PVC WATERLINE d 17X g 29 23 CIBOLO HILLS PARKWAY 3 �p ` 36 O 25 / CPN 106104 END & PLUG 32 0�� 28 !� STUB FOR 26 Z FUTURE 33 � 37 �� 2� CONNECTION �— / S\ � = — — �s wL 16X / /` � / \ U / � �6 1.�� I �_ a ���" WLi6 _ �TO-BE-CONSTRUCTED � � CIBOLO HILLS PA�KWAY — U STUB FOR INFRASTRUCTURE STUB FOR FUTURE FUTURE CIBOLO HiLLS � CONNECTION CONNECTION CPNRK6104 � — ZTO-BE-CONSTRUCTED 16" WL1 � EXHIBIT A a (SEPARATE PLAN SET) � � W ATE R J � CIBOLO HILLS WEST � OWNED BY: MERITAGE HOMES OF CITY PROJECT NO. 106117 s A TEXAS, LLC J GBRK EDGEWOOD LLC ��� X 8840 CYPRESS WATERS ��A Engineering, Inc. ? 5501 HEADQUARTERS DRIVE BLVD 6060 North Central Expressway Phone 469.621.0710 N SUITE 300W SUITE 100 Suite400 PLANO, TX 75024 DALLAS, TX 75109 Dallas, Texas 75206 FRN - F-1386 TO-BE-CONSTRUC7ED / Q 3�� 6�0 � INFRASTRUCTURE CHAPEL HILL WEST / � � PH 1 I � —I cPN �oasa� / FEET / � / / �5����E o�NE / O7X � 9 M Z LEGEND � PROPOSED SAN SEWER e � ��� z 3 4s UNE ���ooP1z ���� �`� �� EXISTING SAN SEWER �� � ' sHoag�"N�o " � �� 1z � LIMITS OF PROJECT 8 � 30 13 w � � -- w N Bn � 14 O Y �y 2 �� 7X 6 5 4a z EXISTING W F �L�c. 1 S INFRASiRUCTURE y4 2 / y 3 F�� _ CIBOLO HILLS PH 4 p q � T� '-�� ^ � g CPN 103888 2 1 � 5 BLACKGATE IANE o w 2 �p� P 6 7 8 9 1 0 1 1 1 2 Z 17 y W � U � F ONEI ��yo� \ O _ � , � CL�Ak � / 4 1 � F �kF 2 �' SHOSHONI DRNE � ? / O 5 6 .............._..... \' �x 8" LINE 0 EXISiING 6 � ���������......, INFRASTRUCTURE � CIBOLO HILLS PH 3 7 \ I CPN 103172 8 g STUB FOR FUTURE CONNECTION � � PoTAWATOMI �E _ c �' = a'• uNE n � � N O. i Q �� a r�A 8" LINE M_ O � � 17X z 3 � � � J U 14 STUB FOR FUTURE — , � i� uo 8" LINE N CONNECTION ` E 1 5 / � O /� i � 6 ��` O U � � � J � � � ! I.INE D T�- (f�ESFiT CREEK LRIVE�� �2 Q i I r o G 1 2 3 4 5 6 7 8 9 �� � 2 3 4 ��� Q �o � I 5 I z 6 �� / ti O � � � z O � 8 � 20 (U a � 9 19 � � � N w 10 18 \ 11 OD 18 17 16 15 14 13 12 ll 10� 0 33 37 31 � 30 29 12 ` , ���� 28 27 13 Ol ' 1 4 a3 8�� UN � V�TBRP,NCH.STREET 26 �� �� I 7 3 4 5 6 7 8 9 10 11 l2 13 25 15 W � 10 � � � � 4 15 24 �9 3 e 23 16 </�� 22 N 18 � � 21 = 18 20 O � g � 44 43 42 41 40 39 38 37 36 35 34 33 32 31 � a' LINE J 30 l0 � 9 ZQ � 9 O �� 2g U 20 y � 8�� LIN B RAPID RP JCH TRAIL z8 2 � I 21 2�23I24�25 26 27I28 29I30 '� 33 27 / 22 � 32 6' 26 O�'��.� c, 5� �h /\�G �+ — CONNECT TO EXISTING MANHOLE EMS ISD-SS � r 34 (/ti 25 �y��' 23 Oj S5 CPN 01198 Q 3 3 � 35 31 30 F✓ 24 �p�4 �,5 S W 17X 32 in z 36 O 29 23 �� 25 ����\C\ � 28 � 26 / a Q 3 V W 33 � 37 27 / � /+' 1 6X 3 � � - �- � �� N �_ _ �\ CIBOLO HILIS P�KWAY � �TO-BE-CONSTRUCiED = v �� INFR4STRUCTURE � � CIBOLO HILLS — —, O �\ PARKWAY � __ � CPN 106104 � p � � � _ � " s Cj ,5 5S � �,��51\N� o U � � ,� �CONNECT TO EXISTING EXHIBIT B MANHOLE Z EMS �So-ss SEWER Q CPN 01198 J � CIBOLO HILLS WEST � OWNED BY: MERITAGE HOMES OF CITY PROJECT NO. 106117 s A TEXAS, LLC J GBRK EDGEWOOD LLC ��� X 8840 CYPRESS WATERS ��A Engineering, Inc. ? 5501 HEADQUARTERS DRIVE BLVD 6060 North Central Expressway Phone 469.621.0710 N SUITE 300W SUITE 100 Suite400 PLANO, TX 75024 DALLAS, TX 75109 Dallas, Texas 75206 FRN - F-1386 i • CONNECT TO TO-BE-CONSTRUCTED MUSCOGEE DRIVE �:\ TO-BE-CONSTRUCTED CHAPEL HILL WEST PH 1 inIFRASiRUCTURE / CPN 104387 CHAPEL HILL WEST — PH 1 CPN 104387 / ` / / � / MUS�pGEE ��N� / O7X 9 r � 4 5 6 � �1 ,� i I/� 2 � aN �'��P � 2 3 �� 1 1 1 �aSGPH�(� 11 Za i gN 9 O �,- I 12 3o I 13 � 'V � w. , � � 14 2 7X 6 5 4a �' � 15 3 /%// 11 // KEOK��c �R� = .3O— U G�UI �L/ � FEET � LEGEND PROPOSED 29'B—B � RESIDENTIAL/50'ROW PROPOSED 37'B—B � COLLECTOR/60'ROW PROPOSED 23'B—B � �� .� � ARTERIAL/110'ROW '� � PROPOSED SIDEWALK o y (BY DEVELOPER) z EXISTING INFRASTRUCiURE �S PROPOSED SIDEWALK — � CIBOLO HILLS PH 4 (gY HOMEBUILDER) 4 — � — � / � — �,' 16 CPN 103666 0 1 5 BLACKGATE LANE _� o �°��� � �� I8 I� I� � �� � Y PROPOSED ADA RAMPS Q (BY DEVELOPER) CV / 4�� ! / 18 / Sr'9F�y� LIMITS OF PROJECT 2 � i f �' 3 =HOSHONI DRIVE � 2 Oq 5 O j `� EXISTING ~ g CONNECT TO EXISTING INFRASTRUCTURE � SHOSHONI DRIVE CIBOLO HILLS PH 3 7 I CIBOLO HILLS PH 4 CPN 103172 — CPN 103658 8 1 � 9 N � p� P�TAWAT�MI LqlVE W o O z \0 l` 12� � U $C � 1 7X 13 � I 5 �R'�9 E c� 4 �l• � 1 4 3 � ��L L z RT O U 15 6 O 1 Q 6 � � 7 � ��i p� \ � _ _����������� , �1�jy (�(������_ � 9 '��� SE2T CREEK DRIVE \ G�" 1 � i 1 2 3 4 5 6 7 8 9�=1 1 2 3 4 5 ,�p� 2 10 ,� � 3 �'O,p � 1 1 � I O z O 6 �$o �\ 1 2 �// 8 \ SO � � .� � � 20 � 4 R �� �� �13 14 � � J \ 15 10 18 � 7 � � 18 17 16 15 14 13 12 11 10�0 � 33 32 31 30 11 17 8 a __� 29 12 � 16 9 ����������������1��1���� 28 13 15 1 � / ++ � _ _ __ __ � - . _ 27 � VASTBRANCH STRE T � 26 14 � 14 � W 3 � / 1 2 i 4 5 6 7 8 9 10 11 12 �3 �4� 25 �5 �6 3 �2 � y� I G � �I �� 15 � � 23 � 17 � � ��� � 22 18 \� p�� 0 8 I I I _— � � � \\2 '�� � � �� 44 43 42 41 40 39 38 37 36 35 34 33 32 31 18 2� � �� U 19 �� . " _ � 9 � 18 30 10 g � 20 l�1 l�/ 1 L////�/��////////l�/_ � z9 20 21 � / ie N � RAPIO R6�EH TRAIL �� 28 �� 2� � � 21 � 22 23 24 25 26 27 � 28 29 � 30 � 33 � 27 �2 St� 21 � � 32 � 6 J��� 5l � � � �. 34 � �25 i � �' 23 �j Q 17X 31 0��,� 35 3 30 24 23� �4 U 32 �� 36 � 29 28 � 25 � � — 26 � 33 '� �'��. 37 27 3 ;", �sx � � — -- — — — — ----'--'��—������'L—_—� { � — � CIBOLO HILLS PA�KWP.Y � - �TO-BE-CONSTRUCiED — O � INFRqSTRUC7URE � — — 4 CIBOLO HILLS — — U PARKWAY — � — � � CPN 106104 � � — Q ` — � U U'1 �0 Q EXHIBIT C a PAVING J � CIBOLO HILLS WEST � OWNED BY: MERITAGE HOMES OF CITY PROJECT NO. 106117 s A TEXAS, LLC J GBRK EDGEWOOD LLC ��� X 8840 CYPRESS WATERS ��A Engineering, Inc. ? 5501 HEADQUARTERS DRIVE BLVD 6060 North Central Expressway Phone 469.621.0710 N SUITE 300W SUITE 100 Suite400 PLANO, TX 75024 DALLAS, TX 75109 Dallas, Texas 75206 FRN - F-1386 ' KE�KUK' � 3�� 6�0 TO-BE-CONSTRUC7ED /%� INFRASTRUCTURE / .a �� I ( I J ` CHAPEPHI'L WEST � FEET ��� CPN 104387 .���/ � ` �� / / M�S� RN� z/ oi O7X 9 � I s � � ��s� � io �..��,/��,� 36" SD1 2 3 ¢ N�-��� � 2 3 11 � �� 1 ���pN�� 1 1 2� � �'::::. 8N\9 \ \ O `� 12 � I N � 30 13 �n , � 24" SD1 �n y I � � 14 7� � 2 7X 6 5 4a J 15 � INFRASTRUCTURE � � 36�� SD1 6,� 3 CIBOLO HILLS PH 4 � o / s� 4 • I T 16 z1 SD1 CPN 103688 2 Z .. 2 1 O��F,2 `' 6 BLACKGATE LANE Y z .Y 7 g 9 1 0 1 1 1 2 17 c°1i � 4 3 ��� � � � � � ����� � � .� / �- �/ 2 kF �' SHOSHONI DRIVE � 3 O 5 3 ........:::\ �� � O x � 6s x � � EXISTING � 6 �,i� INFRA5iRUCTURE �2 36�� SD2 CIBOLO HILLS PH 3 7 / CPN 103172 8 \ PRIVATE SWALE 4A1 � � I -� 9 � s - PRIVATE SWALE 2A 27" SD4 qW POT 10 �I ATOM/ �. ol W >>z' ` o. � 12 3 PRIVATE SWALE 4A2 2�+ I l� 3 � S O 1 7 X 1 3� 5�CO� �R - i � PRIVATE SWALE 5A2 q�e� O 14 � g 3 �OL�T 21" LAT 4C1 i 15 PRIVATE SWALE SA1 Z � g O 1 O � � V 16 _ p�� � 8 � � _� _ 24" SD5 ¢ 9 2 OESEa�i (��K URIVE �'� 1 � 0 30�� SD4 � 1 2 3 4 5 6 7 � 9��� 1 2 3 4 5 '�� 2 3�'0� 1 1 � O y 9 6 � / yNsaq� 12 � 5 z � g 20 g G�� 13 � 0 5 N d 9 19 g R� 1 4 � J 15 � �p 18 � 7 � 11 V 8 8 18 17 1 6 15 14 13 1 2 1 1 1 0� � 33 32 31 30 29 12 R' 16 9 a� 21" SD8 _ . . . . . 28 27 13 S� 15 10 � �.: � VASTERPDICH �STF2E T Zg � 4 �¢ �" � � 1 2 3 4 5 6 7 8�9 �10 11 12 13 15 13 O�� y 14 25 16 12 v0 3 �0 1s 24 � n ds i� Qr N 1 g 23 1 8 S� Q,2`' 48 SD5 = 0 17 22 21 21" SD6 S ,�° 18 N 24" SD9 0 � 18 20 �Q 17 0 i� 44 43 � 42 � 41 40 39 38 37 36 35 34 33 32 31 � 19 � 30 10 » 20 19 p 18 V 20 � 29 19 � R4PID RAACN TRAIL 28 �� �� 20 � � 2� 22 23 24 25 26 27 28 29 30 33 27 � 22 �� � 2� 24" SD7 Q o 34 25 q`'�3 � �� � � r 32 31 y�5 � � � 24 w � ,�X 3, 0}� 35 30 29 z3 z5 �4 LEGEND Q 32 G 36 � 28 u 33 3- 37 / z6 PROPOSED STORM DRAIN LINE N 2�� i°BZ PRIVATE SWAL ioa , 2�" S�i2 27 PROPOSED 10' INLET � j za" �nT ioci _ ���-24" n>> - 27., Sp�� 16� PROPOSED 15' INLET �* N 42_SDi°� � � ��� � PROPOSED 20' INLET �" _ _ � PROPOSED 4' DROP INLET � CIBOLO H�LIS PA�KWAY ° -� PROPOSED 5' DROP INLET � * p 21" SD10 s 42" SD10 HEADWALL � U a EXISTING STORM DRAIN LINE ` u LIMITS OF PROJECT REMOVE PLUG & CONNECT TO � TO-BE-CONSTRUCTED PROPOSED STORM LINES ARE RCP UNLESS OTHERWISE INDICATED � CIBOLO HILLS PARKWAY Q CPN ,06,04 EXHIBIT D � STORM DRAIN � CIBOLO HILLS WEST � OWNED BY: MERITAGE HOMES OF CITY PROJECT NO. 106117 s A TEXAS, LLC J GBRK EDGEWOOD LLC ��� X 8840 CYPRESS WATERS ��A Engineering, Inc. ? 5501 HEADQUARTERS DRIVE BLVD 6060 North Central Expressway Phone 469.621.0710 N SUITE 300W SUITE 100 Suite400 PLANO, TX 75024 DALLAS, TX 75109 Dallas, Texas 75206 FRN - F-1386 • KE�KUry - TO-BE-CONSiRUCTED INFRASTRUCTURE / CHAPEL HILL WEST PH 1 CPN 104387 / � / �� QR�V6 � � 8 / / MJSc� 7 X 9 � � / 4 5 � � 10 I / �/� p 3 �N ��P 12 � 3 � 1 1 1 �pN'� 1 1 2 w SHp g 10 � � 12 Ci 8 30 13 v�i � w.. W � 14 O Y 2 �X 6 5 4a z � 15 3 � / 4 I T 16 1 � 5 BLACKGATE LANE 2 OQ' 6 7 g 9 10 11 12 17 O� O � 4 3 ��p2� � � 1 8 G� 2 �I 3 O SHOSHONI DRIVE ' \ O 5 fi �. 6 0 300 600 � � i FEET � WqPP� � o � W W U . � ONEIDq �4 V � � EXISTING MFRASTRUCiURE \ / � 1 CIBOLO HILLS PH 3 7 \ I � CPN 103172 8 9 1 0 �I POTAWATOMI IqNE o� N 1 1 z \ d o- O 12� � l 7X 1 3� 5���.p,ti� c� 4 F,y O �4 3�p O � 5 ��T L 6 O � � 16 JF' � � U � ^ p� � 8 Q ; �� 2 9 DESE�T CREEK �RIyE �' 1 � 10 � 1 2 3 4 5 E , 8 9 � 1 2 3 4 �`�� � 3�'O�, 1 1 �p S � i � � � � � 4���R��c � 1 3 � 8 20 5 S N g O a N 9 19 6�F 14 \ � 10 18 7 15 pp w .�. x �8 17 16 15 14 13 12 11 10�� 0 33 32 3� 30 11 17 8 II 29 12 16 9 � O1 28 13 15 10 3 . _ . . . . . , 27 a VAST6RANCH.STREET 14 14 � � 1 2 3 4 5 6 7 8 9 10 1l 12 13 �� 15 3 a�� 14 25 16 12 �5 3 � � o � � s �¢ � n i� e�'� � 23 � 8 ��2ci N — 16 Z 17 2� ,�� 18 18 � � 44 � 43 42 41 40 39 38 37 36 35 34 33 32 3� 20 17 � � 19 �"' 30 10 �� 20 1 9 l 8 V p 29 19 RAPID RPdCH TRAIL 28 21 � / F,� 20 � O 2 22 23 24I25 26 27I28 29I30 33 z� z2 �5�21 32 z 6 J��' 2 2 � y 34 25 � 5 p3 � 31 � 31 �_ 35 3° 29 4 Z3 z5 ` LEGEND � 32 j_ 36 O 28 zs � PROPOSED STREET SIGN � 37 � 33 � �' Z' / EXISTING STREET SIGN � 16X W 3 \ - � � N � _ _ � = CIBOLO HI A�KWAY � \ �TO-6E-CONSiRl1CTED � INFRASiRUClURE 0 CIBOLO HILLS O PARKWAY 4 CPN 106104 U _ Q � U � LIMITS OF PROJECT � EXHIBIT E A a STREET SIGNS J � CIBOLO HILLS WEST � OWNED BY: MERITAGE HOMES OF CITY PROJECT NO. 106117 s A TEXAS, LLC J GBRK EDGEWOOD LLC ��� X 8840 CYPRESS WATERS ��A Engineering, Inc. ? 5501 HEADQUARTERS DRIVE BLVD 6060 North Central Expressway Phone 469.621.0710 N SUITE 300W SUITE 100 Suite400 PLANO, TX 75024 DALLAS, TX 75109 Dallas, Texas 75206 FRN - F-1386 Residennal DAP - BID PROPOSAL Page I of8 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM CIBOLO HILLS WEST - RES/DENTIAL UNIT PRICE BID Project Item Information Bidlist Item No. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 Bidder's Application Description Specification Section No. Unit of Bid Measure Quantity UNIT I: WATE 2 IMPROVEMENTS 3302.1003 20" Casing By Open Cut 33 05 22 LF 30 3305.2002 8" Water Carrier Pipe 33 05 24 LF 30 3305.0003 8" Waterline Lowerinq 33 05 12 EA 24 3305.0109 Trench Safety 33 05 10 LF 11585 3311.0001 Ductile Iron Water Fittings w/ Restraint 33 11 11 TON 6.17 3311.0241 8" Water Pipe 33 11 10, 33 11 12 LF 11397 3311.0441 12" Water Pipe 33 11 10, 33 11 12 LF 118 3311.0447 12" Water Pipe, CLSM Backfill 33 11 10, 33 11 12 LF 40 3312.0001 Fire Hydrant 33 12 40 EA 26 3312.2003 1" Water Service 33 12 10 EA 227 3312.3003 8" Gate Valve 33 12 20 EA 41 3312.0117 Connection to Existing 4"-12" Water Main 33 12 25 EA 3 9999.0001 1" Irrigation Service 33 12 25 EA 4 9999.0002 1.5" Irrigation Service 33 12 25 EA 2 9999.0003 2" Irrigation Service 33 12 25 EA 1 9999.0004 4" Domestic Water Service 33 12 25 EA 1 TOTAL UNIT I: WATER IMPROVEMENTS Bidder's Proposal Unit Price Bid Value $280.00 $86.00 $5,500.00 $1.00 $11, 500.00 $56.00 $102.00 $132.00 $7,500.00 $1,200.00 $1,550.00 $1,200.00 $1,750.00 $2,000.00 $2,500.00 $22,500.00 $8,400.00� $2, 580.00 � $132,000.00� $11,585.00� $70,955.00� $638,232.00� $12,036.00� $5,280.00� $195,000.00� $272,400.00� $63,550.00� $3,600.00 � $7,00O.00I $4,000.00 � $2,500.00� $22,500.00� $1,451,618.00� CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Fonn Vcrsion Moy 22, 2079 UO 4243_Bid Proposal DAP -Cibolo Hills Westxlsx Residennal DAP - BID PROPOSAL Page 2 of 8 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM CIBOLO HILLS WEST - RES/DENTIAL UNIT PRICE BID Project Item Information Bidder's Application Bidlist Item No. Description Specification Seclion No. Unit of Bid Measure Quantity UNIT II: SANITARY SEWER IMPROVEMENTS 1 3301.0002 Post-CCTV Inspection 33 01 31 LF 11872 2 3301.0101 Manhole Vacuum Testing 33 01 20 EA 70 3 3305.0109 Trench Safety 33 05 10 LF 11872 4 3305.0112 Concrete Collar for Manhole 33 05 17 EA 7 5 3305.0113 Trench Water Stops 33 05 15 EA 52 6 3305.1003 20" Casing By Open Cut 33 01 20 EA 70 7 3305.0202 Imported Embedment/Backfill, CSS � 33 05 10 CY 80 8 3305.3002 8" Sewer Carrier Pipe 33 05 24 EA 20 9 3331.3101 4" Sewer Service 33 31 50 EA 227 10 3331.4115 8" Sewer Pipe 33 11 10, 33 31 12, 33 31 20 LF 10496 11 3331.4116 8" Sewer Pipe, CSS Backfill 33 11 10, 33 31 12, 33 31 20 LF 580 12 3331.4119 8" DIP Sewer Pipe 33 11 10 LF 782 13 3339.0001 Epoxy Manhole Liner 33 39 60 VF 551 14 3339.1001 4' Manhole 33 39 10, 33 39 20 EA 66 15 3339.1002 4' Drop Manhole 33 39 10, 33 39 20 EA 4 16 3339.1003 4' Extra Depth Manhole 33 39 10, 33 39 20 VF 310 17 9999.0005 Connect to Existing 4' Manhole 00 00 00 EA 2 18 9999.0006 External Drop Connection to Exising 4' manhole 00 00 00 EA 3 19 9999.0007 End and Plug 8" PVC 00 00 00 EA 2 TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Fonn Vcrsion Moy 22, 2079 Bidder's Proposal Unit Price Bid Value $4.00 $47,488.00� $200.00 $14,000.00� $2.00 $23,744.00� $1,000.00 $7,00O.00I $500.00 $26,000.00� $320.00 $22,400.00� $150.00 $12,000.00� $136.00 $2,720.00� $950.00 $215,650.00� $76.00 $797,696.00 $96.00 $55,680.00 $128.00 $100,096.00� $485.00 $267,235.00� $4,800.00 $316,800.00� $5,800.00 $23,200.00� $225.00 $69,750.00� $2,500.00 $5,000.00� $4,500.00 $13,500.00� $1,000.00 $2,000.00� $2,021,959.00� U04243_Bid Proposal DAP -Cibolo Hills Westxlsx Residennal DAP - BID PROPOSAL Page 3 of8 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM CIBOLO HILLS WEST - RES/DENTIAL UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section Ho. Unit of Bid Unit Price Bid Value Measure Quantity 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 UNIT III: DRAINAGE IMPROVEMENTS 3137.0104 Medium Stone Riprap, dry 31 37 00 3301.0012 Post-CCTV Inspection of Storm Drain 33 01 32 3305.0109 Trench Safety 33 05 10 3341.0201 21" RCP, Class III 33 41 10 3341.0205 24" RCP, Class III 33 41 10 3341.0208 27" RCP, Class III 33 41 10 3341.0302 30" RCP, Class III 33 41 10 3341.0309 36" RCP, Class III 33 41 10 3341.0402 42" RCP, Class III 33 41 10 3341.0409 48" RCP, Class III 33 41 10 3341.0502 54" RCP, Class III 33 41 10 3341.0602 60" RCP, Class III 33 41 10 3349.0001 4' Starm Junction Box 33 49 10 3349.0002 5' Storm Junction Box 33 49 10 3349.0104 4' Stacked Manhole 33 49 10 3349.5001 10' Curb Inlet 33 49 20 3349.5002 15' Curb Inlet 33 49 20 3349.5003 20' Curb Inlet 33 49 20 3349.7001 4' Drop Inlet 33 49 20 3349.7002 5' Drop Inlet 33 49 20 9999.0008 30" 4:1 Sloped End HW 00 00 00 9999.0009 54" 4:1 Sloped End HW 00 00 00 9999.00010 60" 4:1 Sloped End HW 00 00 00 9999.00011 Inlet Protection 00 00 00 TOTAL UNIT III: SY LF LF LF LF LF LF LF LF LF LF LF EA EA EA EA EA 73 5386 5386 913 1963 639 151 922 583 163 50 47 12 8 3 16 EA S EA 3 EA 1 EA 1 EA 1 EA 1 EA 32 DRAINAGEIMPROVEMENTS $145.00 $2.00 $2.00 $75.00 $85.00 $95.00 $110.00 $120.00 $160.00 $195.00 $255.00 $305.00 $5,500.00 $6,500.00 $4,500.00 $4,000.00 $5,000.00 $6,000.00 $5,500.00 $6,500.00 $4,500.00 $9,500.00 $10,500.00 $200.00 $10,585.00� $10,772.00� $10,772.00� $68,475.00� $166,855.00� $60,705.00� $16,610.00� $110,640.00� $93,280.00� $31,785.00� $12,750.00� $14,335.00� $66,000.00� $52,000.00� $13,500.00� $64,000.00� $20,00O.00I $48,000.00� $16,500.00� $6, 500.00 � $4,500.00� $9, 500.00 � $10,500.00� $6,400.00 � $924,964.00� CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Fonn Vcrsion Moy 22, 2079 UO 4243_Bid Proposal DAP -Cibolo Hills Westxlsx Residennal DAP - BID PROPOSAL Page 4 of 8 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM CIBOLO HILLS WEST - RES/DENTIAL UNIT PRICE BID Project Item Information Bidder's Application Bidlist Item No. Description Specification Seclion No. Unit of Bid Measure Quantity UNIT IV: PAVI�G IMPROVEMENTS 1 3211.0400 Hydrated Lime (32 Ibs/sy) 32 11 29 TON 504.8 2 3211.0400 Hydrated Lime (42 Ibs/sy) 32 11 29 TON 250.6 3 3211.0501 6" Lime Treatment 32 11 29 SY 31547 4 3211.0502 8" Lime Treatment 32 11 29 SY 11934 5 3213.0101 6" Conc Pvmt 32 13 13 SY 29630 6 3213.0301 4" Conc Sidewalk (5 Ft) 32 13 20 SF 14970 7 3213.0301 4" Conc Sidewalk (6 Ft) 32 13 20 SF 20688 8 3213.0504 Barrier Free Ramp, Type M-2 32 13 20 EA 5 g 3213.0501 Barrier Free Ramp, Type R-1 32 13 20 EA 5 10 3213.0506 Barrier Free Ramp, Type P-1 32 13 20 EA 29 11 3291.0100 Topsoil 32 91 19 CY 656 12 3292.0100 Block Sod Placement 32 92 13 SY 3937 13 9999.0012 7.5" Conc Pvmt 00 00 00 SY 11339 14 9999�0013 Remove Barricade and Connect to Existing 00 00 00 EA 2 Pavement Header 15 9999.0014 Sawcut & Remove Existing Pavement 00 00 00 LF 78 16 9999.0015 Stop Signs 00 00 00 EA 18 17 9999.0016 Street Name Blade Pair 00 00 00 EA 25 18 9999.0017 Street Sign Pole 00 00 00 EA 25 19 9999.0018 REFL PAV MRK TY I(Y)(6")(DBL)(SLD) 00 00 00 LF 2667 TOTAL UNIT IV: PAVING IMPROVEMENTS Bid Summary UNIT I: WATER IMPROVEMENTS UNIT II: SANITARY SEWER IMPROVEMENTS UNIT III: DRAINAGE IMPROVEMENTS UNIT IV: PAVING IMPROVEMENTS This Bid is submitted by the entity named below: BIDDER: Conatser Construction TX, L.P. 5327 Wichita Street Fort Worth, TX 76ll9 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Fonn Vcrsion Moy 22, 2079 � � � Total Construction Bid BY: � f'��11'is � T1TLE: a-��� DATE: � $1,451,618.00� $2,021,959.00� $924,964.00� $3,124, 081.00 � $7,522,622.00� �working days after lhe dete when the Bidder's Proposal Unit Price Bid Value $275.00 $138,820.00� $275.00 $68,915.00� $4.00 $126,188.00� $5.00 $59,670.00� $53.00 $1,570,390.00� $5.00 $74,850.00� $5.00 $103,440.00� $3,200.00 $16,000.00� $3,500.00 $17,500.00I $3,000.00 $87,000.00� $28.00 $18,368.00� $8.00 $31,496.00� $68.00 $771,052.00� $1,000.00 $2,00O.00I $30.00 $2,340.00� $350.00 $6,300.00� $250.00 $6,250.00� $300.00 $7,500.00� $6.00 $16,002.00� $3,124, 081.00 � U04243_Bid Proposal DAP -Cibolo Hills Westxlsx CHPSECI DAP - BID PROPOSAL Page 5 of A SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM CIBOLO HILLS WEST - SECTION I CIBOLO H/LLS PARKWAY UNIT PRICE BID Bidlist Item No. � � � 2 � 3 � 4 � 5 � 6 � � � $ � 9 � 10 � 11 � 12 I 13 CITY OF FORT WORTH STANDARD CONSTRUCTION SPFCIFICATION DOCUMENTS - DEVELOPER AWARDED PROlECTS Form Version Mey 22, 2019 Bidder's Application Project Item Information Bidder's Proposal Unit of Bid Description Specification Section No. Unit R�ice Bid Value Measure Quantity UNIT III: DRAINAGE IMPROVEMENTS 3137.0104 Medium Stone Riprap, dry 31 37 00 SY 8 $145.00 3305.0109 Trench Safety 33 05 10 LF 1199 $2.00 3301.0012 Post-CCTV Inspection of Storm Drain 33 01 32 LF 1199 $2.00 3341.0201 21" RCP, Class III 33 41 10 LF 230 $75.00 3341.0205 24" RCP, Class I II 33 41 10 LF 555 $85.00 3341.0208 27" RCP, Class III 33 41 10 LF 51 $105.00 3341.0402 42" RCP, Class I II 33 41 10 LF 363 $160.00 3349.0001 4' Storm Junction Box 33 49 10 EA 2 $5,500.00 3349.0002 5' Storm Junction Box 33 49 10 EA 3 $6,500.00 3349.0104 4' Stacked Manhole 33 49 10 EA 1 $4,500.00 3349.6001 10' Recessed Inlet 33 49 20 EA 4 $5,000.00 9999.0019 42" 4:1 Sloped End HW 00 00 00 EA 1 $7,500.00 9999.0011 Inlet Protection 00 00 00 EA 4 $200.00 TOTAL UNIT III: DRAINAGE IMPROVEMENTS $1,160.00 $2,398.00 $2,398.00 $17,250.00 $47,175.00 $5,355.00 $58,080.00 $11,000.00 $19,500.00 $4,500.00 $20,000.00 $7,500.00 $800.00 $197,116.00 0042 43_Bid Proposal DAP-Cibolo Hills Westxlsx CHPSECI DAP - BID PROPOSAL Page 6 of A SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM CIBOLO HILLS WEST - SECTION I CIBOLO H/LLS PARKWAY UNIT PRICE BID Bidlist Item No. � 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 Description Project Item Information Bidder's Application Bidder's Proposal Specification Section No. Unit of B�d Unit R�ice Bid Value Measure Quantity UNIT IV: PAVING IMPROVEMENTS 3211.0400 Hydrated Lime (32 Ibs/sy) 32 11 29 TON 10.96 3211.0400 Hydrated Lime(42 Ibs/sy) 32 11 29 TON 76.06 3211.0501 6" Lime Treatment 32 11 29 SY 685 3211.0502 8" Lime Treatment 32 11 29 SY 3622 3213.0101 6" Conc Pvmt 32 13 13 SY 660 3213.0105 10" Conc Pvmt 32 13 13 SY 3327 3213.0301 4" Conc Sidewalk (10 Ft) 00 00 00 SF 11778 3213.0506 Barrier Free Ramp, Type P-1 32 13 20 EA 2 3291.0100 Topsoil 32 91 19 CY 487 3292.0100 Block Sod Placement 32 92 13 SY 2919 9999.0020 Street Sign Pole 00 00 00 EA 2 9999.0021 Construct Temporary Barricade 00 00 00 EA 1 9999.0022 Construct Std. Pvmt Header 00 00 00 LF 46 9999.0023 Street Sign (Speed Limit) R2-1 00 00 00 EA 2 9999.0024 REFL PAV MRK TY I(Y)(6")(DBL)(SLD) 00 00 00 LF 1299 TOTAL UNIT IV: PAVING IMPROVEMENTS Bid Summary UNIT III: DRAINAGE IMPROVEMENTS � UNIT IV: PAVING IMPROVEMENTS Total Construction Bid This Bid is submitted by the entity named below; BIDDER: Conatser Construction TX, L.P. 5327 Wichita Street Fort Worth, TX 76119 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. END OF SECTION $275.00 $3,014.00 $275.00 $2Q916.50 $4.50 $3,082.50 $5.50 $19,921.00 $53.00 $34,980.00 $92.00 $306,084.00 $5.00 $58,890.00 $3,000.00 $6,000.00 $28.00 $13,636.00 $8.00 $23,352.00 $300.00 $600.00 $1,000.00 $1,000.00 $30.00 $1,380.00 $350.00 $700.00 $6.00 $7,794.00 $501,350.00 $197,116.00 $501,350.00 $698,466.00 BY: - - - � .i v • S TITLE: �(11,'�„� DATE: �working days after the date when Ihe CITY OF FORT WORTH STANDARD CONSTRUCTION SPFCIFICATION DOCUMENTS - DEVELOPER AWARDED PROlECTS Form Version Mey 22, 2019 0042 43_Bid Proposal DAP-Cibolo Hills Westxlsx 16lnch Water DAP-BIDPROPOSAL Page 7 of N SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM C/BOLO HILLS WEST - 161NCH WATER LINE UNIT PRICE BID Project Item Information Bidder's Application Bidlist Item No. Description Specification Section No. Unit of Bid Unit Price Measure Quantity UNIT I: WATER IMPROVEMENTS 1 2 3 4 5 6 7 8 9 10 11 0241.1106 16" Pressure Pluq 02 41 14 EA 2 $2,000.00 3305.0109 Trench Safety 33 O5 10 LF 1321 $1.00 3311.0001 Ductile Iron Water Fittings w/ Restraint 33 11 11 TON 2.59 $12,500.00 3311.0541 16" Water Pipe 33 11 10, 33 11 12 LF 1291 $122.00 3311.0551 16" DIP Water 33 11 10, 33 11 12 LF 30 $152.00 3305.0203 Imported Embedment/Backfill, CLSM 33 O5 10 CY 383 $200.00 3305.1005 30" Casing By Open Cut 33 O5 22 LF 20 $380.00 3312.0001 Fire Hydrant 33 12 40 EA 1 $8,500.00 3312.1002 2" Combination Air Valve Assembly for Water 33 12 30 EA 1 $12,500.00 3312.3006 16" Gate Valve w/ Vault 33 12 20 EA 2 $28,500.00 3312.6002 6" Blow Off Valve 33 12 60 EA 1 $10,500.00 TOTAL UNIT I: WATER IMPROVEMENTS, I Bid Summary � UNIT I: WATER IMPROVEMENTS Total Construction Bid TOTAL UNIT l: WATER IMPROVEMENTS TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS TOTAL UNIT III: DRAINAGE IMPROVEMENTS TOTAL UNIT IV: PAVING IMPROVEMENTS Total Construction Bid This Bid is submitted by the entity named below: BIDDER: Conatser Construction TX, L.P. 5327 Wichita Street Fort Worth, TX 76119 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. END OF SECTION BY: �r r�c-+�-rr i �.h �y , r�; � TITLE: � { ��� ��� DATE: Bidder's Proposal Bid Value $4,00O.00I $1,321.00� $32,375.00 � $157,502.00 � $4,560.00� $76,600.00 � $7,600.00 � $8,500.00 � $12,500.00 $57,000.00 � $10, 500.00 � $372,458.00 � � $372,458.00 � $372,458.00 � $1,824,076.00 $2, 021, 959.00 $1,122,080.00 $3,625,431.00 $8,593,546.00 �working days after the date when the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROlECTS Fomi Version May 22, 2019 00 42 43_Bid Proposal DAP-Cibolo Hills Westxlsx F�RT��RTHo City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: GRBK Edgewood LLC Subject of the Agreement: CFA25-0057 - Cibolo Hills West (Water, Sewer, Paving, and Storm Drain) M&C Approved by the Council? * Yes ❑ No ❑✓ If �so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes ❑ No ❑✓ If �so, provide the original contract number and the amendment number. Is the Contract "PermanenY'? *Yes 0 No ❑ If �unsure, see back page for permanent contract listing. Is this entire contract Confidential? *Yes ❑ No ❑✓ If only specific information is Confidential, please list what information is Confidential and the page it is located. Effective Date: Expiration Date: If different from the approval date. If applicable. Is a 1295 Form required? * Yes ❑ No ❑✓ *If �so, please ensure it is attached to the approving M&C or attached to the contract. Proj ect Number: If applicable. 106117 *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes ❑✓ No ❑ Contracts need to be routed for CSO processin� in the followin� order: 1. Katherine Cenicola (Approver) 2. Jannette S. Goodall (Signer) 3. Allison Tidwell (Form Filler) *Indicates the information is required and if the information is not provided, the contract will be returned to the department.