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.