Loading...
HomeMy WebLinkAboutContract 48286 CITY SECRETARY CONTRACTift Developer and Project Information Cover Sheet: Developer Company Name: The Broadmoor at Western Hills Ltd. Address, State,Zip Code: 1000 Throckmorton St. Fort Worth,TX, 76102 Phone&Email: 817-392-7540,aubrey.thagard@fortworthtexas.gov Authorized Signatory,Title: Fernando Costa, General Manager Project Name and Brief The Broadmoor at Western Hills Description: Project Location: Broadmoor Dr Plat Case Number: FS-16-115 Plat Name: <Plat Name> Mapsco: 73L Council District: 03 City Project Number: 100468 CFA Number: 2016-082 DOE Number: None To be canpleted by staff Received by: Date: D OFFICIAL RECORD City of Fort Worth,Texas CITY SECRETARY Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 F`I'.WORT HI TX Page 1 of 11 _ __ STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, The Broadmoor at Western Hills Ltd ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as The Broadmoor at Western Hills ("Project") within the City or the extraterritorial jurisdiction of Fort Worth, Texas ("City"); and WHEREAS, the City has no obligation to participate in the cost of the Improvements or Project; and WHEREAS, any future City participation in this CFA is subject to the availability of City funds and approval by the Fort Worth City Council and shall be memorialized as an amendment to this Agreement; and WHEREAS, the Developer and the City desire to enter into this Community Facilities Agreement ("CFA" or "Agreement") in connection with the collective Improvements for the Project. NOW, THEREFORE, for and in consideration of the covenants and conditions contained herein, the City and the Developer do hereby agree as follows: General Requirements A. The Policy for the Installation of Community Facilities ("Policy") dated March 2001, approved by the City Council of the City of Fort Worth, as amended, is hereby incorporated into this Agreement as if copied herein verbatim. Developer agrees to comply with all provisions of said Policy in the performance of its duties and obligations hereunder and to cause all contractors hired by Developer to comply with the Policy in connection with the work performed by said contractors. B. Developer shall provide financial security in conformance with paragraph 6, Section II, of the Policy and recognizes that there shall be no reduction in the collateral until the Project has been completed and the City has officially accepted the Improvements. Developer further acknowledges that said acceptance process requires the Developer's contractor(s) City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 2 of 11 to submit a signed affidavit of bills paid and consent of Surety signed by its surety to ensure the contractor has paid any sub-contractor(s) and suppliers in full. Additionally, the contractor will provide in writing that the contractor has been paid in full by Developer for all the services provided under this contract. C. Developer agrees to cause the construction of the Improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and the City-approved construction plans, specifications and cost estimates provided for the Project and the exhibits attached hereto. D. The following checked exhibits describe the Improvements and are incorporated herein: Water (A) 'FX]; Sewer (A-1) ©, Paving (B) FX Storm Drain (B-1) F', Street Lights & Signs (C)'®. E. The Developer shall award all contracts for the construction of the Improvements in accordance with Section Il, paragraph 7 of the Policy and the contracts shall be administered in conformance with paragraph 8, Section II, of the Policy. Developer shall ensure its contractor(s)pays the then-current City-established wage rates. F. For all Improvements included in this Agreement for which the Developer awards construction contract(s), Developer agrees to the following: i. To employ a construction contractor who is approved by the director of the department having jurisdiction over the infrastructure to be constructed, said contractor to meet City's requirements for being prequalified, insured, licensed and bonded to do work in public ways and/or prequalified to perform water/wastewater construction as the case may be. ii. To require its contractor to furnish to the City a payment and performance bond in the names of the City and the Developer for one hundred percent (100%) of the contract price of the infrastructure, and a maintenance bond in the name of the City for one hundred percent (100%) of the contract price of the infrastructure for a period of two (2) years from the date of final acceptance insuring the maintenance and repair of the constructed infrastructure during the term of the City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 3 of 11 maintenance bond. All bonds to be furnished before work is commenced and to meet the requirements of Chapter 2253, Texas Government Code. iii. To require the contractor(s) it hires to perform the construction work contemplated herein to provide insurance equal to or in excess of the amounts required by the City's standard specifications and contract documents for developer-awarded infrastructure construction contracts. The City shall be named as additional insured on all insurance required by said documents and same will be evidenced on the Certificate of Insurance (ACORD or other state- approved form) supplied by the contractor's insurance provider and bound in the construction contract book. iv. To require its contractor to give 48 hours advance notice of intent to commence construction to the City's Construction Services Division so that City inspection personnel will be available; to require the contractor to allow the construction to be subject to inspection at any and all times by City inspection forces, to not install or relocate any sanitary sewer, storm drain, or water pipe unless a responsible City inspector is present and gives his consent to proceed, and to make such laboratory tests of materials being used as may be required by the City. V. To require its contractor to have fully executed contract documents submitted to the City in order to schedule a Pre-Construction Meeting. The submittal should occur no less than 10 working days prior to the desired date of the meeting. No construction will commence without a City-issued Notice to Proceed to the Developer's contractor. vi. To delay connections of buildings to service lines of sewer and water mains constructed under this Agreement, if any, until said sewer and water mains and service lines have been completed to the satisfaction of the Water Department. G. Developer shall provide at its expense, unless otherwise agreed to by City, all engineering drawings and documents necessary to construct the improvements under this Agreement. H. Developer shall cause the installation or adjustment of the required utilities to serve the development or to construct the Improvements required herein. City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 4 of 11 I. City shall not be responsible for payment of any costs that may be incurred by Developer in the relocation of any utilities that are or may be in conflict with any of the community facilities to be installed hereunder. J. Developer hereby releases and agrees to indemnify, defend and hold the City harmless for any inadequacies in the preliminary plans, specifications and cost estimates supplied by the Developer for this Agreement. K. Developer agrees to provide, at its expense, all necessary rights of way and easements across property owned by Developer and required for the construction of the current and future improvements provided for by this Agreement. L. The Developer further covenants and agrees to, and by these presents does hereby, fully indemnify, hold harmless and defend the City, its officers, agents and employees from all suits, actions or claims of any character, whether real or asserted, brought for or on account of any injuries or damages sustained by any persons (including death) or to any property, resulting from or in connection with the construction, design, performance or completion of any work to be performed by said Developer, its contractors, subcontractors, officers, agents or employees, or in consequence of any failure to properly safeguard the work, or on account of any act, intentional or otherwise, neglect or misconduct of said Developer, its contractors, sub-contractors, officers, agents or employees, whether or not such injuries, death or damages are caused, in whole or in part, by the alleged negligence of the City ofFort Worth, its officers, servants, or employees. M. Developer will further require its contractors to indemnify, defend and hold harmless the City, its officers, agents and employees from and against any and all claims, suits or causes of action of any nature whatsoever, whether real or asserted, brought for or on account of any injuries or damages to persons or property, including death, resulting from, or in any way connected with, the construction of the infrastructure contemplated herein, whether or not such injuries, death or damages are caused, in whole or in part, by the alleged negligence of the City of Fort Worth, its officers, servants, or employees. Further, Developer will require its contractors to indemnify, and hold harmless the City for any losses, damages, costs or expenses suffered by the City or caused as a result of said contractor's failure to complete the work and City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 5 of 11 construct the improvements in a good and workmanlike manner, free from defects, in conformance with the Policy, and in accordance with all plans and specifications. N. Upon completion of all work associated with the construction of the Improvements, Developer will assign to the City a non-exclusive right to enforce the contracts entered into by the Developer with its contractor along with an assignment of all warranties given by the contractor, whether express or implied. Further, Developer agrees that all contracts with any contractor shall include provisions granting to the City the right to enforce such contracts as an express intended third party beneficiary of such contracts. O. Inspection and material testing fees are required as follows: i. Developer shall pay in cash water and wastewater inspection fees and material testing fees equal to two percent (2%) for a total of 4% of the developer's share of the total construction cost as stated in the construction contract. ii. Developer shall pay in cash paving and storm drain inspection fees equal to four percent (4%) and material testing fees equal to two percent (2%) for a total of 6% of the developer's share of the total construction cost as stated in the construction contract. iii. Developer shall pay in cash the total cost of streetlights or if the city is not installing the streetlights, inspection fees equal to four percent (4%) of the developer's share of the streetlight construction cost as stated in the construction contract. iv. Developer shall pay in cash the total cost of street signs. P. COMPLETION WITHIN 2 YEARS i. Developer shall complete the Improvements within two (2) years, provided, however, if construction of the Improvements has started within the two year period, the developer may request that the CFA be extended for one additional year. ii. Nothing contained herein is intended to limit the Developer's obligations under the Policy, this Agreement, its financial guarantee, its agreement with its contractor or other related agreements. iii. The City may utilize the Developer's financial guarantee submitted for this Agreement to cause the completion of the construction of the Improvements if at City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 6 of 11 the end of two (2) years from the date of this Agreement (and any extension period)the Improvements have not been completed and accepted. iv. The City may utilize the Developer's financial guarantee to cause the completion of the construction of the Improvements or to cause the payment of costs for construction of same before the expiration of two (2) years if the Developer breaches this Agreement, becomes insolvent or fails to pay costs of construction and the financial guarantee is not a Completion Agreement. If the financial guarantee is a Completion Agreement and the Developer's contractors and/or suppliers are not paid for the costs of supplies and/or construction, the contractors and/or suppliers may put a lien upon the property which is the subject of the Completion Agreement. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 7 of 11 Cost Summary Sheet Project Name: The Broadmoor at Western Hills CFA No.: 2016-082 CP No.: 100468 An Engineer's Estimate of Probable Cost is acceptable. However,the construction contract price will ultimately determine the amount of CFA fees and financial guarantee. The bid price and any additional CFA payments will be required prior to scheduling a pre-construction meeting. An itemized estimate corresponding to each project-specific exhibit is required to support the following information. Items Developer's Cost A. Water and Sewer Construction 1. Water Construction $ 63,559.00 2.Sewer Construction $ 37,140.30 Water and Sewer Construction Total $ 100,699.30 B. TPW Construction 1.Street $ 104,405.20 2.Storm Drain $ 93,005.00 3.Street Lights Installed by Developer $ 8,730.00 4. Signals $ - TPW Construction Cost Total $ 206,140.20 Total Construction Cost(excluding the fees): $ 306,839.50 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 2,013.99 D. Water/Sewer Material Testing Fee(2%) $ 2,013.99 Sub-Total for Water Construction Fees $ 4,027.97 E. TPW Inspection Fee(4%) $ 7,896.41 F. TPW Material Testing(2%) $ 3,948.20 G. Street Light Inspsection Cost $ 349.20 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 12,193.81 Total Construction Fees: $ 16,221.78 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 306,839.50 x Completion Agreement=100%/Holds Plat $ 306,839.50 Cash Escrow Water/Sanitary Sewer=125% $ 125,874.13 Cash Escrow Pavin /Storm Drain=125% $ 257,675.25 Letter of Credit=125%w/2yr expiration period $ 383,549.38 City of Fort Worth, Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 8 of 11 ACCORDINGLY,the City of Fort Worth and Developer have each caused this instrument to be executed in quadruplicate in each entity's respective name by its duly authorized signatories effective as of the date executed by the City's City Manager or his/her designee. CITY OF FORT WORTH DEVELOPER The Broadmoor at Western Hills,LTD a Texas limited partnership By: The Broadmoor at Western Hills GP,LLC Jesus J. Chapa a Texas limited liability company, Assistant City Manager its general partner Date: Gl/ �.`l By: Fort Worth Housing Finance Coproration l a Texas housing finance corporation its sole member Recommended by: Name: Fernando Costa Wendy C -Babulal,EMBA, P.E. Title: General Manager Development Engineering Manager Water Department Date: /q//7 14; J, tj Dougla . Wiersig, P.E. Director Transportation&Public Works Department Approved as to Form &Legality: ATTEST: i Richard A. McCracken fAary J. er Assistant City Attorney City Secretary ° CS � M&C No. ° Date: 101 rh1l ia. F c-A �2qS c rN 1✓a OFFICIAL RECORD City of Fort Worth, Texas Standard Community Facilities Agreement CITY SECRETARY CFA Official Release Date: 10.07.2015 FT.WORTH,TX Page 9 of 11 Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment Attachment 1 - Changes to Standard Community Facilities Agreement Location Map ® Exhibit A: Water Improvments ® Water Cost Estimate Exhibit A-1: Sewer Improvements FA Sewer Cost Estimate M Exhibit B: Paving Improvements M Paving Cost Estimate M Exhibit B-1: Storm Drain Improvements ®' Storm Drain Cost Estimate M Exhibit C: Street Lights and Signs Improvements Street Lights and Signs Cost Estimate (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 10 of 11 ATTACHMENT"I" Changes to Standard Agreement Community Facilities Agreement City Project No. 100468 General Requirements C.Developer agrees to cause the construction of the Improvements contemplated by this Agreement and that said construction shall be completed in a good workmanlike manner and in accordance with all City standards and the City—approved construction plans,specifications and cost estimates provided for the Project and the exhibits attached hereto.To the extent any improvements are to be located on City property,the City hereby grants developer a license and temporary construction easement to enter upon such property and construct such portion of the improvement.Upon completion of improvements and its acceptance by the City,all rights granted through the license agreement and temporary construction agreement shall cease. J.Developer hereby releases and agrees to indemnify,defend and hold the City harmless against any third party claim for inadequacies in the preliminary plans,specifications,and cost estimates supplied by the Developer for this Agreement. K.Developer agrees to provide,at its expense,all necessary rights of way and easements across property owned by Developer required for construction of the current and future improvement provided for by this Agreement. N. Subject to the terms of the prior assignment to project lenders,upon completion of all work associated with the construction of the Improvements,Developer will assign to the City a non- exclusive right to enforce the contracts entered into by the Developer with its contractor along with assignment of all warranties given by the contractor,whether express or implied.Further,Developer agrees that all contracts with any contractor shall include provisions granting to the City the right to enforce such contracts as an express intended third party beneficiary of such contracts. City of Fort Worth, Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 11 of 11 _LDO J S TUMBLEWEED DOWNE RIDGEMAR EA w 3 Y CHAPARRAL aJ ST Z - v in w LkS w a WESTER ° X w Kfy� D SETTLEMENT 2.1 � CITY LIMIT 0 co �o FORT WORTH CITY = LIMIT 3 X- b CALMONT y a Z 0 cn MOJAVE = PROJECT 0 ° � "" (n W SITE ' m ND S R N r a w 7)R r v OF q" 0�qNp Q o �' it ¢L z I In ° x_ U (Ia ¢ Q OR Tq<� OS p o �� Boaz ° ¢ Golf w �'� JULIE SLOCUM z a Course u o v p ARBOR ° o ° ¢ ¢ J�Q ApD1 TANNER ir W w X :2 ARB DR DOREE DOREE a a UJ N o N ELIZA ETH ¢ m ro ¢ % 2.3 it E IZA E In a S W GUADALU FE ° MONMOUTH 00 CH p * 0.5 w z o S p cn EL Z 9L a¢ a—In w a �O O m NORMAN RUSH � �P BANGOR Z ARRIC C ARRICK ALBER RU Y N WORTH 6 ()� �� LIFFOR FFORD w z ��1OOa ¢ Cj L NGFOR LON FORD Z 7 w LIMIT FOR In �Y 0 ¢ w p TU Q CHAPI m w ST VALE o WOODS T d 3 VICINITY MAP A%cDUNAWAY THE BROADMOOR AT WESTERN HILLS NOT TO SCALE 550 Bailey Avenue •Suite 400•Fort Worth,Texas 76107 m Tel:817.335.1121 •Fax:817.335.7437 MAPSCO GRID 73L PROJECT# 100468 w (1X REG.F-1714) COUNCIL DISTRICT 3 FILE#W-2423 0 J a EXH/BI TS A, A 1, B, B 1 1 of 2 & C - - - - - 3 ( a s _ x w _ � ro 0 > i O Lb m P O q q \ F EXHIBIT B & B1 2 of 2 'L� J O � Q I i�_r�LSJ LII' c c P EXHIBIT NAME `\ -- A WATER LINE EXHIBIT - � EXHIBIT A & Al 2 of 2 Al WASTEWA TER EXHIBI T Q B PA VING EXHIBIT ` B1 STORM DRAIN EXHIBIT , a C STREET LIGHT EXHIBIT n IV N Q O N f+l m Q N 3 z 0 DUNAWA�/ OVERALL EXHIBIT 0 550 Bailey Avenue•Suite 400•Fort Worth,Texas 76107 THE BROADMOOR AT WESTER HILLS m Tel:817.335.1121 w (TX REG.F-1114) NTS O J a J —PROPOSED 2" WATER SERVICE EXISTING 10" WATER MAIN REF X-16062 PROPOSED 2" IRRIGATION METER 42 PROPOSED 53 LF 8 FIRE LINE z WI TH VA UL T PROPOSED 62 LF 4" WATER LINE PROPOSED 4" WATER METER x J �� 1 X WITH VA UL T CONNECT TO EXISTING 10" W WATER LINE INSTALL 8'x2" TAPPING SLEEVE & 2" GA TE _VAL VE 1 CONNECT TO EXISTING 0 10" WATER LINE a INSTALL 10"x6" TAPPING �` 3 SLEEVE, 6" GA TE VAL VE, �1 \ & 6"X4" REDUCER o E CONNECT TO EXISTING o 1 \ \~^ \ 10" WATER LINE o \ \ INSTALL 10'X8" TAPPING o >' SLEEVE & GATE VALVE - 0 ALVE —o \ PRI VA TE ENCROACHMENT J 4 LEGEND \ \� PROPOSED WATER LINE011 \ �\ }- PROPOSED FIRE HYDRANT ` \ PROPOSED CUT AND PLUG \ \ M N PROPOSED GATE VALVE 5 EXISTING 10" WATER LINE \ ® PROPOSED WATER METER \ N PROPOSED PLUG N PROPOSED DOUBLE CHECK \ \ DETECTOR ASSEMBLY _� \ z �DO� 0 DUNAWA WATEXHIBIT 'A' 0 60 120 y ER LINE EXHIBIT cD 550 Bailey Avenue •Suite 400•Fart Worth,Texas 76107 THE B ROAD M OO R AT WESTER HILLS m Tel:817.335.1121•Fax:817.335.7437 o (TX REG.F 1114) 1 OF 2 SCALE: 1"= 60 ft. 0 J a 3 a LLW I I Z w � �Z 3 I < o0 4 m Q � CO LLJ w U � I o I o " L O i m .3 000000 o O N Q � PROPOSED 4" WA TER METER w 8'FIRE CONNECT TO EXISTING 8 WATER LINE INSTALL 8"x6" TAPPING _----- — - 8"a W SLEEVE, 6" GATE VALVE, -_-- & 6'X4" REDUCER - , - CONNECT TO EXISTING I 8" WATER LINE INSTALL 8" GATE VALVE I PRI VA TE ENCROA CHMEN T LEGEND 11 I I I In PROPOSED WATER LINE �- PROPOSED FIRE HYDRANT I N N PROPOSED GATE VALVE w PROPOSED WATER METER I a ]t PROPOSED PLUG PROPOSED DOUBLE CHECK I DETECTOR ASSEMBLY I v o ' ' DUNAWA EXH I BIT A o 40 $0 y WATER LINE EXHIBIT U 550 Bailey Avenue•Suite 400•Fort Worth,Texas 76107 THE BROADMOOR AT WESTER HILLS m Tel:817.335.1121 •Fax:817.335.7437 o (TX REG. F-1 114) 2 OF 2 SCALE: 1"= 40 ft. O a x w 1 y I 3 v ° E Dij L W o � \ �1 PROPOSED 11 LF 6" x SANITARY SEWER � T 1 SERVICE PRIVATE 6" PVC N \ CONNECT TO EXISTING 10" PVC SANITARY SEWER o\ \ PROPOSED 4 DROP SSMH WITH G LINE WATER TIGHT LID AND CONCRETE COLLAR \\ EXISTING 10" PVC \ \\ SANITARY SEWER LINE \ EXISTING SSMH TO BE \ LEGEND 5 \� \\\ BROUGHT UP TO FINISHED \ PROPOSED SANITARY \� \ GRADE \ SEWER LINE \ EXISTING SSMH LID TO BE ppppppp4\ PROPOSED SANITARY \ REPLACED WITH WATER SEWER MANHOLE TIGHTEXISTING \ ss SANITARY o SEWER MANHOLE c SS DUNAWMy EXHIBIT 'A1' 0 60 120 a WASTEWATER EXHIBIT 550 Bailey Avenue •Suite 400•Fort Worth,Texas 76107 THE BROADMOOR AT WESTER HILLS m Tel:817.335.1121 •Fax:877.335.7437 o (TX REG. F-1114) 1 OF 2 SCALE: 1"= 60 ft. 0 a U Z a }2 I I p X r PRI VA TE 8" PVC SANITARY SEWER I La LINE W � U I L _ Q W PROPOSED 4' SSMH WITH CONCRETE COLLAR AND PROPOSED 4 SSMH WITH I W I 3 CONCRETE COLLAR AND 0 EPDXY LINER EPDXY LINER _ EXISTING 10" PVC ---_ _----- SANITARY SEWER LINE ---__ _— EX-10"P SS I o s PROPOSED 10 LF 8" 0 SANITARY SEWER I SER VICE 0 PROPOSED 4' SSMH W1 TH PRIVATE 6" PVC CONCRETE COLLAR AND SANITARY SEWER EPDXY LINER aLINE LEGEND PROPOSED 12 LF 6" PROPOSED SANITARY SANITARY SEWER SERVICE _ SEWER LINE PROPOSED CLEANOUT i PROPOSED SANITARY SEWER MANHOLE ss EXISTING SANITARY v SEWER MANHOLE I I t v 3 o I D UNAWA EXHIBIT 'A1' 0 40 80 Y WASTEWATER EXHIBIT 550 Bailey Avenue •Suite 400•Fort Worth,Texas 76107 THE BROADMOOR AT WESTER HILLS r� Tel:817.335.1121 •Fax:817.335.7437 p (TX REG.F-1114) K 2 OF 2 SCALE: 1"= 40 ft. 0 J d 3 X 11 w c 1 'm 1 a 1 N89°53'09"E 1049.0 — 1 \ o 0 1 PROPOSED 1060 SY 6 m 3600 PSI CONCRETE N Q � ib PROPOSED 542 SF 5 I I Z `\\ s CONCRETE SIDEWALK o u X `\\ 0 � W \\ r / Q LEGEND a � w PROPOSED 6.5"3600 PSI PORTLAND CEMENT \ CONCRETE W/#3 BARS @ 18"O.C.E.W.ON 6" LIME STABILIZED SUBGRADE(27 LBS./SY) PROPOSED 4"CONCRETE SIDEWALK i a PROPOSED CURB INLET v 3 z EXHIBIT 'B' 0 30 60 DUNAWA�/ PAVING EXHIBIT 0 550 Bailey Avenue•Suite 400•Fort Worth,Texas 76107 THE BROADMOOR AT WESTER HILLS m Tel:817.335.1121 •Fax:817.335.7437 w (TX REG. F-1114) 1 OF 2 SCALE: 1"= 30 ft. 0 a PROPOSED 1825 SF 5' L I CONCRETE SIDEWALK rn w I X I IODPROPOSED TYPE I P-1 RAMP W �000aoa000a s 0 X p I N PROPOSED 770 SF 6 " 3600 PSI CONCRETE 0 o 0 o I PROPOSED TYPE a LEGEND I P-1 RAMP C7 PROPOSED 6.5"3600 PSI PORTLAND CEMENT CONCRETE W/#3 BARS @ 18"O.C.E.W.ON 6" I PROPOSED 2565 SF 5' LIME STABILIZED SUBGRADE(27 LBS./SY) \ CONCRETE SIDEWALK 1 PROPOSED 4"CONCRETE SIDEWALK I N PROPOSED CURB INLET PROPOSED STORM DRAIN MANHOLE 3 z DUNAWMY EXHIBIT 'B' 0 30 60 PAVING EXHIBIT 0 550 Bailey Avenue •Suite 400•Fort Worth,Texas 76107 THE BROADMOOR AT WESTER HILLS r� Tel:817.335.1121 •Fax:817.335.7437 p (Tx REG.F 1114) 2 OF 2 SCALE: 1"= 30 ft. O a m 3 `� \\PROPOSED 40 CURB INLET o I / W 747 PROPOSED 30 LF I 0 42" STORM DRAIN \� ED s L PROPOSED 260 LF 48" STORM DRAIN 3 \ N O _ O \C Qt - 1 3 0 o ` o 0 - E w 1 c \ \ \ rit p ', 1 2 — PROPOSED HEADWALL \ \ o o ` \ \\\ -�. 7 LEGEND \ PROPOSED RIP RAP APRON PROPOSED STORM DRAIN \ PROPOSED CURB INLET \ \ ¢ \ PROPOSED STORM DRAIN MANHOLE ° \ O v � 3 z EXHIBIT '131' 0 60 120 DUNAWAY STORM DRAIN EXHIBIT 0 550 Bailey Avenue •Suite 400•Fort Worth,Texas 76107 THE B ROAD M OO R AT WESTER HILLS rca Tel:817.335.1121 •Fax:817.335.7437 o (TX REG. F-1 114) 1 OF 2 SCALE: 1"= 60 ft. 0 a m 3 im I I I PROPOSED 10' W I I I CURB INLET Lab U oa000a0000 � a I L I I I I m m 0 �pppppppppp PROPOSED 92 LF o 21" STORM DRAIN m I PROPOSED 4'x4' s I STORM MANHOLE X a` E EXISTING 21" w STORM DRAIN L al EXISTING 24» W STORM DRAIN J lL a M v LEGEND N PROPOSED STORM DRAIN M m PROPOSED CURB INLET PROPOSED STORM DRAIN MANHOLE v m 3 z EXHIBIT 'B1' 0 40 $o DUNAWAY STORM DRAIN EXHIBIT 0 550 Bailey Avenue •Suite 400•Fort Worth,Texas 76107 THE BROADMOOR AT WESTER HILLS m Tel:817.335.1121 •Fax:817.335.7437 w (1)C REG.F-1114) 2 OF 2 SCALE: 1"= 40 ft. 0 J a I I EXISTING STREET LIGHT CONTRACTOR TO a INSTALL LED LUMINAIRE ON EXISTING POLE I ' J � ' I N 1 I I ; X 0 PROPOSED 200 LF 2" CONDUIT 0 0 OH �- ----------- N89°53'09"E 1049. PROPOSED D40-9 WITH ONE LUMINAIRE I PROPOSED 2" PVC SCH 80 CONDUIT WITH 2-2-2-4 QUADPLEX I ALUM ELEC CONDUCTOR TO 1 EXISTING STREET LIGHT CIRCUIT 1 ` o , a \\ a J a / LEGEND N ----------- PROPOSED CONDUIT � \ PROPOSED PRI VA TE � STREET LIGHT i x PROPOSED PUBLIC }-( STREET LIGHT PROPOSED PRIVATE STREET LIGHT v 3 z DUNAWMY EXHIBIT 'C' 0 40 $o STREET LIGHT EXHIBIT U 550 Bailey Avenue •Suite 400•Fort Worth,Texas 76107 THE BROADMOOR AT WESTER HILLS m Tel:817.335.1121 •Fax:817.335.7437 o (TX REG.F-1114) W SCALE: 1"= 40 ft. 0 J a L X 45 W O J PROPOSED CUT AND PLUG - vv c; EXISTING 10" WATER LINE BEGIN FLOW FILL � � I w •� A ������0 ' rte► �: � eo R m A � HAY 0� yo V Ll ` ZON P oa000a00000u FLOW FILL 915 LF PIPE I q AND CAP BOTH ENDS \ w � �� ixu J 0 0 �J \ i v rn O 00 END FLOW FILL = " REMAINING PIPE TO LEGEND PROPOSED CONNECTION 4 v •DEMO WATER LINE POINT EAST BE REMOVED Z EXHIBIT 'D' DUNAWMy WATER LINE DEMO EXHIBIT � 100 z°° 550 Bailey Avenue •Suite 400•Fort Worth,Texas 76107 THE BROADMOOR AT WESTER HILLS m Tel:817.335.1121 •Fax:817.335.7437 p (TX REG.F-1114) W SCALE: 1"= 100 ft. 0 J a 00 42 43 DAP-BID PROPOSAL Page 1 of 5 THE BROADMOOR AT WESTERN HILLS-CITY PROJECT NO.100468 CFA QUANTITY MATRIX ITEM NO. BID ITEM UNIT SHEET NO. ITEM ITEM TOTAL 4 5 6 7 1 8 10 12 13 14 16 19 TOTAL UNIT PRICE COST WATER 1 0241.1218 4"-12"Water Abandonment Plug EA 2 2 $1,300.00 $2,600.00 2 0241.1001 Water Line Grouting CY 11.8 11.8 $155.00 $1,829.00 3 3305.0109 Trench Safety LF 88 19 107 $3.00 $321.00 4 3311.0001 Ductile Iron Water Fittings w/Restraint TON 0.3 0.2 0.5 $4,550.00 $2,275.00 5 3311.0261 8"PVC Water Pipe LF 53 53 $28.00 $1,484.00 6 3312.0117 Connection to Existing 4"-12"Water Main_ EA 1 1 $750.00 $750.00 7 3312.2203 2"Water Service EA 1 1 $300.00 $300.00 8 3312.2802 4"Water Meter and Vault EA 1 1 2 $18,500.00 $37,000.00 9 3312.3002 6"Gate Valve EA 2 2 $1,025.00 $2,050.00 10 3312.3003 8"Gate Valve EA 2 2 $1,800.00 $3,600.00 11 3312.4103 10"x 8"Tapping Sleeve&Valve EA 1 1 $3,600.00 $3,600.00 12 3312.4102 10"x 6"Tapping Sleeve&Valve EA 1 1 $4,350.00 $4,350.00 13 3312.4004 8"x 6"Tapping Sleeve&Valve EA 1 1 $3,400.00 $3,400.00 WATER TOTAL $63,559.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September 1,2015 Broadmoor Quantity Matrixxtss 00 42 43 DAP-BID PROPOSAL Page 2 of 5 THE BROADMOOR AT WESTERN HILLS-CITY PROJECT NO.100468 CFA QUANTITY MATRIX ITEM NO. BID ITEM UNIT SHEET NO. ITEM ITEM TOTAL 4 5 6 7 8 10 12 13 14 16 19 TOTAL UNIT PRICE COST WASTEWATER 1 3305.0109 Trench Safety LF 13 30 43 .00 $129.00 2 3331.3201 6"Sewer Service LF 11 12 23 $$3$3.00 $506.00 3 3331.3301 8"Sewer Service LF 10 10 $26.00 $260.00 4 3339.0001 Epoxy Manhole Liner VF 12 36 48 $265.00 $12,720.00 5 3339.1002 4'Drop Manhole EA 1 2 3 $3,800.00 $11,400.00 6 3339.1003 4'Extra Depth Manhole VF 6 12 18 $165.00 $2,970.00 7 9999.0001 Water Tight Manhole Lid EA 2 1 3 $2,500.00 $7,500.00 8 13305.0112 Concrete Collar JEA 1 2 3 $550.00 $1,650.00 WASTEWATER TOTAL $37,135.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September 1,2015 Broadmoor Quantity Mat ix.xlsx 00 42 43 DAP-BID PROPOSAL Page 3 of THE BROADMOOR AT WESTERN HILLS-CITY PROJECT NO.100468 CFA QUANTITY MATRIX ITEM NO. BID ITEM UNIT SHEET NO. ITEM ITEM TOTAL 4 5 6 7 1 8 10 12 13 14 16 19 TOTAL UNIT PRICE COST PAVING 1 0241.0500 Remove Fence LF 35 35 $5.88 $205.80 2 0241.1100 Remove Asphalt Pvmt SY 25 25 $6.00 $150.00 3 0241.1300 Remove Conc Curb&Gutter LF 8 102 110 $5.00 $550.00 4 3211.0400 Hydrated Lime TN 15.5 15.5 $185.00 $2,867.50 5 3211.0501 6"Lime Treatment(27 Ibs/SY) SY 1150 0 $4,600.00 $4.00 6 3213.0401 6"Concrete Driveway SF 770 115 150 $5.70 $4,389.00 7 3213.0301 4"Conc Sidewalk SF 542 4388 4930 $4.90 $24,157.00 8 3471.0001 Traffic Control MO 3 3 $5,000.00 $15,000.00 9 9999.0002 6 1/2"Conc Pvmt SY 1 1 1060 1 1060 $49.52 $52,491.20 PAVING TOTAL $104,410.50 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Fenn Version September 1,2015 Broadmoor Quantity MauwxIsx 00 42 43 DAP-BID PROPOSAL Page 4 of 5 THE BROADMOOR AT WESTERN HILLS-CITY PROJECT NO.100468 CFA QUANTITY MATRIX ITEM NO. BID ITEM UNIT SHEET NO. ITEM ITEM TOTAL 4 5 6 7 8 10 12 13 14 16 19 TOTAL UNIT PRICE COST STORM DRAIN 1 0241.4001 Remove 10'Curb Inlet EA 1 1 $1,800.00 $1,800.00 2 3137.0101 Concrete Riprap SY 80 80 $85.00 $6,800.00 3 3305.0109 Trench Safety LF 290 95 385 $3.00 $1,155.00 4 3341.0201 21"RCP,Class III LF 95 95 $60.00 $5,700.00 5 3341.0402 42"RCP,Class III LF 30 30 $165.00 $4,950.00 6 3341.0409 48"RCP,Class 111 LF 260 260 $195.00 $50,700.00 7 3349.0001 4'Storm Junction Box EA 1 1 $6,500.00 $6,500.00 8 3349.5001 10'Curb Inlet EA 1 1 $3,800.00 $3,800.00 9 3349.5003 20'Curb Inlet EA 2 2 $5,800.00, $11,600.00 STORM DRAIN $93,005.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September d.2015 Broadmoor Quantity Matrix.slsc 00 42 43 DAP-BID PROPOSAL Pap 5 of 5 THE BROADMOOR AT WESTERN HILLS-CITY PROJECT NO.100468 CFA QUANTITY MATRIX ITEM NO. BID ITEM UNIT SHEET NO. ITEM ITEM TOTAL 4 5 6 7 8 10 12 13 14 j 1619 TOTAL UNIT PRICE COST STREET LIGHT 1 2605.3015 2"CONDT PVC SCH 80(T) LF 200 200 $7.00 $1,400.00 3 3305.0109 Trench Safety LF 200 200 $3.00 $600.00 2 3441.3003 Rdwy Illum Assmbly TY D-40-9 Single EA 1 1 $2,900.00 $2,900.00 3 3441.3302 Rdwy Illum Foundation TY 3,5,6,and 8 EA 1 1 $1,250.00 $1,250.00 4 3441.3201 LED Lighting Fixture EA 2 2 $850.00 $1,700.00 5 3441.3404 2-2-2-4 Quadplex Alum Elec Conductor LF 200 200 $3.50 $700.00 6 13441.3411 Reconnect Conductor EA 1 1 $180.001. $180.00 IL STREET LIGHT TOTALI $8,730.00 PROJECT TOTAL $306,839.50 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Foran Vorsion Scptcmbcr 1,2015 Broadmoor Quantity Mauizxlss