Loading...
HomeMy WebLinkAboutContract 49606 CITY SECRETARY 00CONTRACT NO. Developer and Project Information Cover Sheet: Developer Company Name: 351 Development, LLC Address, State, Zip Code: P.O. Box 1122 Argyle, TX 76226 Phone &Email: 214-455-8759 Authorized Signatory, Title: Steve Gee, Manager Project Name: Live Oak Phase 3A Brief Description: Water, Sewer, Paving, Storm Drain, Street Lights Project Location: North of White Settlement west of Chapel Creek Blvd Plat Case Number: FP-17-017 Plat Name: Live Oak Creek Mapsco: 57P Council District: 47 CFA Number: 2017-090 City Project Number: 101000 To be completed by staff.- Received by: Date: 617t? 8� j0 R � c/?ysFOgr����� 3 OFFICIAL RECORD ! cq�g901 CITY SECRETARY FT.WORTH,TX City of Fort Worth,Texas Standard Community Facilities Agreement-Live Oak Phase 3A CFA Official Release Date: 02.20.2017 Page 1 of 11 STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, 351 Development, LLC, ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as Live Oak Phase 3A ("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-Live Oak Phase 3A CFA Official Release Date: 02.20.2017 Page 2 of I1 to submit a signed affidavit of bills paid and consent of Surety signed by its surety to ensure the contractor has paid any sub-contractor(s) and suppliers in full. Additionally, the contractor will provide in writing that the contractor has been paid in full by Developer for all the services provided under this contract. C. Developer agrees to cause the construction of the Improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and the City-approved construction plans, specifications and cost estimates provided for the Project and the exhibits attached hereto. D. The following checked exhibits describe the Improvements and are incorporated herein: Water (A) ®, Sewer (A-1) ®, Paving (B) ®, Storm Drain (B-1) ®, Street Lights & Signs (C) M. E. The Developer shall award all contracts for the construction of the Improvements in accordance with Section II, paragraph 7 of the Policy and the contracts shall be administered in conformance with paragraph 8, Section II, of the Policy. Developer shall ensure its contractor(s)pays the then-current City-established wage rates. F. For all Improvements included in this Agreement for which the Developer awards construction contract(s), Developer agrees to the following: i. To employ a construction contractor who is approved by the director of the department having jurisdiction over the infrastructure to be constructed, said contractor to meet City's requirements for being prequalified, insured, licensed and bonded to do work in public ways and/or prequalified to perform water/wastewater construction as the case may be. ii. To require its contractor to furnish to the City a payment and performance bond in the names of the City and the Developer for one hundred percent (100%) of the contract price of the infrastructure, and a maintenance bond in the name of the City for one hundred percent (100%) of the contract price of the infrastructure for a period of two (2) years from the date of final acceptance insuring the maintenance and repair of the constructed infrastructure during the term of the City of Fort Worth,Texas Standard Community Facilities Agreement-Live Oak Phase 3A CFA Official Release Date:02.20.2017 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-Live Oak Phase 3A CFA Official Release Date: 02.20.2017 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 of Fort Worth, its officers, servants, or employees. M. Developer will further require its contractors to indemnify, defend and hold harmless the City, its officers, agents and employees from and against any and all claims,suits or causes of action of any nature whatsoever,whether real or asserted, brought for or on account of any injuries or damages to persons or property, including death, resulting from, or in any way connected with, the construction of the infrastructure contemplated herein, whether or not such injuries, death or damages are caused, in whole or in part, by the alleged negligence of the City of Fort Worth, its officers, servants, or employees. Further, Developer will require its contractors to indemnify, and hold harmless the City for any losses, damages, costs or expenses suffered by the City or caused as a result of said contractor's failure to complete the work and City of Fort Worth,Texas Standard Community Facilities Agreement-Live Oak Phase 3A CFA Official Release Date:02.20.2017 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-Live Oak Phase 3A CFA Official Release Date: 02.20.2017 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-Live Oak Phase 3A CFA Official Release Date: 02.20.2017 Page 7 of 11 Cost Summary Sheet Project Name: Live Oak Phase 3A CFA No.: 2017-090 CityProject No.: 101000 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 $ 256,664.03 2,Sewer Construction $ 266,722.16 Water and Sevmr Construction Total $ 523,386.19 S. TPW Construction 1.Street $ 509,230.75 2. Storm Drain $ 256,007.04 3.Street Lights Installed by Developer $ - 4. Signals $ TPW Construction Cost Total $ 765,237.79 Total Construction Cost(excluding the fees): $ 1,288,623.98 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 10,467.72 D. Water/Sewer Material Testing Fee(2%) $ 10,467.72 Sub-Total for Water Construction Fees $ 20,935.44 E. TPW Inspection Fee(4%) $ 30,609.51 F. TPW Material Testing (2%) $ 15,304.76 G. Street Light Inspsection Cost $ - H. Signals Inspection Cost $ H. Street Signs Installation Cost $ Sub-Total for TPW Construction Fees $ 45,914.27 Total Construction Fees: $ 66,849.71 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 1,288,623.98 Completion Agreement=100%/Holds Plat $ 11288,623.98 Cash Escrow Water/Sanitary Sewer=125% 654 232.74 x Cash Escrow Paving/Storm Drain=125% 956 547.24 x Letter of Credit=125%w/2yr expiration period $ 1,610,779.98 City of Fort Worth,Texas Standard Community Facilities Agreement-Live Oak Phase 3A CFA Official Release Date: 02.20.2017 Page 8 of 11 ACCORDINGLY,the City of Fort Worth and Developer have each caused this instrument to be executed in quadruplicate in each entity's respective name by its duly authorized signatories effective as of the date executed by the City's City Manager or his/her designee. CITY OF FORT WORTH DEVELOPER 351 Development,'LLC Jesus J. Chapa Assistant City Man a er Date: -70 Name: J teve Gee Recommended by: Title: M ger Date: _ \� Wendy Chi Babulal,EMBA, P.E. ATTEST: (Only if required by Developer) Development Engineering Manager Water Department LJ Signature Douglas, Wiersig, P.E. Name: Director Transportation& Public Works Department Contract Compliance Manager: Approved as to Form &Legality: By signing,I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting Richard A. McCracken requirements. Assistant City Attorney Date: Name: Janie Morales Form 1295: -- Title: Development Manager ATTE- F0RT n �� X20 ary J. Kayser City Secretary *•' OFFICIAL.RECORD City of Fort Worth,Texas 7EXA CITY SECRETARY Standard Community Facilities Agreement-Live Oak Phase 3A FT.WORTH,TX CFA Official Release Date:02.20.2017 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 Improvements © Water Cost Estimate ® Exhibit A-1: Sewer Improvements ® Sewer Cost Estimate ® Exhibit B: Paving Improvements ® Paving Cost Estimate ® Exhibit B-1: Storm Drain Improvements ® Storm Drain Cost Estimate ® Exhibit C: Street Lights and Signs Improvements ® Street Lights and Signs Cost Estimate (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Standard Community Facilities Agreement-Live Oak Phase 3A CFA Official Release Date: 02.20.2017 Page 10 of 11 ATTACUNUAT"I" g Opveloper aci ncwN2dgi2s that in accordance wit VapOr 227;od thp C�re.frtrncnt Code, the Ciz-,� ,L p r::h i*�t eT4,f rej(-,c r,ticri ng a =rtrr a w h j corn pany lc.,, g,)cd:;orr,-r,,-zcej u r le a`y 1,1,,e —.ci',a9 ''Otl,tjin.%a wri-iten a„erificjtion Ircm the Jw mq�any that it;(II does rvct bsixott issrae”;and P)-&W not !Y-Ycott fsruci rdlurirg the term,of the Cunt'rixi. The tcrms'bCVrr,*C* !nrar-r Ind'Comuazy' 5t�ali hzve th,2 meaning;asst ited to tt*s4z tefm.,in Sectinn SLIS.001 of the Tcxas Government Cfxle. By signingr this corrtrort Devejaper Cenjes that Drvr-40P--r,;sigrcrure provides written to the C;ty that I Developer.fl does no boycott Israel;and fes)wiH not boy&-)tf Israel during the term of the conttacf, 351 a LLIC, 0 C: SICY fe Title: Fin 1,C, Cis•of Fort W'ortaTmx� Smr-Idwd commfx4I Ag¢cczricr.l- Ii,,e,Oak PSi5c 3A CPA OMO-zil Rcl,-aw I)z,'C:02-20,21117 Pxzc I I of I I SITE wH�rF SF TT(FMFNt ROAD O O am GP > w G ID <o BWVD rpOINT O ¢m WEST POINT m BLVD J m I-30 w rc Ld a S U 0 CAMP BOWIE W BLVD P BN 6�O I-30 OWNER! DEVELOPER: i=i PELOTON LIVE OAK 351 DEVELOPMENT, LLC LARD ..LYTIOM! NORTH PHASE 3A P.O. BOX 1122 9800 HISUWOODITE 5POARKWAY NOT TO SCALE ARGYLE, TEXAS 76226 FORT WORTH, TX 76177 DATE: MAY, 2017 PHONE: 214-455-8759 PHONE: 817-562-3350 I 1 W/J H y"`le I.L.P. mot•�2 6T.� I � CIft.Y.C.T�.Y., � I i I I X i 125' 1 1 8 ) e PROPOSED C Lu Ox 3 B ,B „ 12 II DRAINAGE 13 14 ,s is 17 EASEMENT m FRONTIER DRIVE x I Lu w o , aQQ W = 3 UVC O/aK w Q . 8 HAS, A R Oo N X a O 8 7 8 B 10 11 aO Il! W JJ M I U to VE o1 ane O FUT E,PHI.�. u 21 ZD 18 1B 1 17 18 15 14 13 12 u 1 WENDY WAY _. FUTURE 4, �¢ WENDY 1 2 3 4 5 8 7 B 9 10 11 Z / 41 I 40 / 42 38 I I I I 3 .3 0 1� H 45 - 22 I 21 10 a 18 iB 1) 18 15 14 I 1] I 12 w DIXON COURT 40 36 39 38 L E0' 37 FUTU1 SB. 35 38 35 M >3 32 ]1 30 I =0 2B 27 26 25 N j 23 I 22 ' 34 O © 3n M L1Y£ 3 J AK \131 x=ma PHASE 11 11 13 14 15 18 17 is 19 20 21 32 1 �x�ti i TUSCARORA DRIVE aro7y Ve 31X A O31 J J O lrv: O Creak j + 0"k m Pte. 1j J) Y B ,9 2B 2, 22 23 2. 25 2B =) 2B i 1 �.�. ,�4 C.RT.C.T. 1 v m I 4 I LEGEND -��- PROPOSED GATE VALVE -- pQ EXIST GATE VALVE PROPOSED FIRE HYDRANT ® EXIST FIRE HYDRANT NOTE:ALL PROPOSED WATER LINES ARE 8" UNLESS OTHERWISE NOTED EXH I BIT A - WATER �j OWNER/DEVELOPER: PELOTON 0 N�RTM 200' LIVE OAK 351 DEVELOPMENT LLC I I `OO = PARKWAY P.O. BOX 1122 9800 HISUITE PARKWAY PHASE 3A ARGYLE, TEXAS 76226 SUITE 2TX PHONE: 214-455-8759 FORT WORTH, TX 76177 GRAPHIC SCALE DATE: MAY, 2017 PHONE: 817-562-3350 jxtm W/J Hpy s 3 l.P. trNi.�b20025 823 I CR.T.C.I' I I 125' 1X PROPOSED Ill 9 10 12 ° DRAINAGE 13 a 15 is r EASEMENT m S z FRONTIER DRIVE aqQ x I w w 3 LIVE 0 i< w a 0 3 4 5 ° HR8 A O7 e e m 11 Ow O U jr yo O IE l 0 Wh 'U RPH £3B. 22 31 30 19 yly is 17 16 15 44 13 it WENDY WAY J l — .I (Q7 FUT 41 in 2 g WEN 1 2 3 { 5 6 7 ( 8 9 10 11 QQ � 'Q 31 42 43f J µ 35 22 21 � 20 T'll. 17 19 15 J DIXON COURT37 w x L £OA 37 j i:i1TUR 38. ]e m 35 JJi 33 + 32 31 JO `29 2B 37 29 z533 OLIVE AK xa•n MM PHASE 3A 11 12 U 14 15 1e 17 18 1B M 21 3z J �ao TUSCARORADRIVE 31X _ AOL A A 300 0 Ws Oak GNIk 7 m Z Y4t. 0218081631Sctlw 1 i Y 18 t9 M 31 ?2 23 24 25 28 z7 ze -4> ; CAT.C.T. J I 0 m » � C N 1 t II o © LEGEND -�- PROPOSED SEWER LINES -�- EXIST SEWER LINES PROPOSED FLOW ARROWS v EXIST FLOW ARROWS NOTE:ALL PROPOSED SANITARY SEWER LINES ARE 8"UNLESS OTHERWISE NOTED EXHIBIT A1 - WASTEWATER ? IONS OWNER DEVELOPER: PELOTON 0 NORTH 200 LIVE OAK 351 DEVELOPMENT LLC II LAND .G. � 9800 HILLWOOD PARKWARKW AY PHASE 3A P.O. BOX 1122 SUITE 250 ARGYLE, TEXAS 76226 FORT WORTH, TX 76177 GRAPHIC SCALE DATE: MAY, 2017 PHONE: 214-455-8759 PHONE: 817-562-3350 � B I fUY ftE P:?'SE 1 +I W/J Hoyw's -e i L.R.3 YM• ?.06264523 D ' ! 4 1 125 1 1% 2 3 4 5 ° 7 e PROPOSED O ° 10 11 ° DRAINAGE wa K 12 13 14 15 ie 17 EASEMENT m L) FRONTIER DRIVE I ! w rn 1 j 2 3 LivE DiK Q K 5 RfinS£'4t Q 00 a 0 ° 7 s e 10 n R' J3 T 1 O UC O 1 ; J>:C?�C , 3 co E �UT1D � f R���f 3s. 1 � 1 22 ! 21 20 i° j to 17 1° I 15 1/ i 13 1f j WENDYWAY i i c'L7 2 FUTURE 41 in Z WENDY 1 2 3 / 5 8 7 8 9 � 10 I 11 41 I , i /0 42 ` l i 41 I� 45 22 21 20 19 18 17 19 I 15 i 1/ 13 12 35 i I i DIXON COURT i I 37 p � I E Ons j 37 FU7U2 PHAS 3B. 35 3a ;' 3! 33 32 i 31 30 1 N , 2e n Zs I z5 2/ ! 23 O I i i'YE IY MM 34 99 MN PHASE 3A � 7 11 12 13 14 15 16 1] 19 19 20 21 u � 7 TUSCARORA DRIVE 31x °`flrora , wA . 0 0 N!0218081634' J 1 3 16 18 20 21 ?? 23 1/ 35 Zs I] 12 D O m u ' i LEGEND 29' B—B/50' ROW(TYP) =I 54' B—B/80' ROW(TYP) SIDEWALK BY DEVELOPER SIDEWALK BY HOMEBUILDER H.C. RAMPS BY DEVELOPER EXHIBIT B - PAVING OWNER DEVELOPER: III PELOTON NORTH 200 LIVE OAK 351 DEVELOPMENT, LLC I�In `"N' SOLUTIONS PHASE 3A P.O. BOX 1122 9800 HISUWOODSPOARKWAY ITE ARGYLE, TEXAS 76226 FORT WORTH, TX 76177 GRAPHIC SCALE DATE: MAY, 2017 PHONE: 214-455-8759 PHONE: 817-562-3350 Fal X51 In.t.• 20626b623 C R.7.C.1 9 1 1 1x 2 3 4 5125' e 7 e PROPOSED O 9 10 77 ° DRAINAGE w 72 +s +4 s +e [EASEMENT It L) FRONTIER D 1V INLET -/�\ L) RIVE 24"RCr \ 21"RC 24"HDWL ui y 21"RC O + T iJYE O, w > 3 4 Hi's 10'INLET PON w a i e e 7 e e +o ++ LIMITS 0D JJ O,y, 33 ¢ "RCP U) O "HDWL ivE or,c rD 'X4'CLOSED RISER O ; FUTURE PH 38. II 115-IN W/3 ORIFICES Zz 21 3 20 19 is 17 19 15 ' 14 13 12 15'INLET 2"RCP 2"HDWL WENDY WAYI I 21•RC 21"RCP PROPOSED DRAINAGE 'X4'MANHOLE EASEMENT 24"RC 8"R I i I ¢ FUTURE 10'INLET 10'INLET n Z WENDY WAY + z 3 4 s a 7 e a /0 21" C R' 41 i 21"RCP 42 36"RCP 43 M 3e 19 j 17 18 i 15 ' 14 � 13 � 12 ? DIXON COURT 37 ` 40 4'X4'DROP INLET 3e 111 39 3e 1 ou 37 Fm PO 38. 3 JS 76 35 34 33 32 1 J1 30 29 ' 2e 27 I 25 25 24 1 23 22 3 34 7- I 10'INLET O J 1 NN LIVEex MM 21"RIC 24"HDWL PHASE 3A. 11 iT +3 14 15 +6 +7 18 18 2n 2+ 2 }R' 10'INLET s 1y�era j TUSCARORA DRIVE I 3+x a i �ra Dryve 21"RC 0 24"R J0O o { � Lr.oat c�ea i Picas.2.Ssctbn t I� ; m ! 3 k.t•0418085634 I i k +e 7� - 72TM21 25 T6 T7 29 D I m i I ' j u � I LEGEND PROPOSED STORM DRAIN INLET EXIST STORM DRAIN INLET �- PROPOSED STORM DRAIN MANHOLE -� PROPOSED STORM DRAIN HEADWALL NOTE:ALL INLETS ARE 10'AND ALL LATERALS ARE 21" UNLESS OTHERWISE NOTED EXHIBIT B1 - STORM DRAINAGE OWNER/DEVELOPER: (i!3( PELOTON ,351 DEVELOPMENTLLC ISI i0 Mi p NORTH 200' LIVE OAK 9800 HILLWOOOOD PARKWAY PHASE 3A P.O. BOX 1122 SUITE 250 ARGYLE, TEXAS 76226 FORT WORTH, TX 76177 GRAPHIC SCALE DATE: MAY, 2017 PHONE: 214-455-8759 PHONE: 817-562-3350 JI W/J H yxlra Me.- 20628 825 C n 125' I 1X 2 3 A 5 -- a ] e PROPOSED w K i 1D 11 72 ° DRAINAGE 13 a is m 17 EASEMENT mx x FRONTIER DRIVE �z aqa x 1 W co Qo , CJ 23 A LOt ,c { 5 h'Sc b. OJ_ O Ir a O a 7 8 9 10 11 0' O UK c� O IVE0 ( F FU PHA E 30. 22 21 20 18 Is 17 18 ' 15 1{ 13 12 WENDYWAY I _ IF I{ C7 FUTURE {1 Z WENDY 1 2 3 { 5 8 7 a B 3�I 10 11 'Q 40 11 {1 39 i C {3 I3 M IS38 22 21 N 18 18 17 18 15 11 13 12 DIXON COURT I 37 {0 38 39 38 L E 0 37 � SUTU PH 3$. ; 3s 38 25 35 3/ 3J 32 31 30 ?9 28 27 26 21 I 23 22 3, OO LIVE J3( 502 3:—m I � PHASE 5A a•Sv 11 12 19 11 15 18 17 18 18 20 21 32 TUSCARORA DRIVE ec8rora 31% 3 s ve A F m >' 3oO D O G m� I Plwia 2,SaCtlan 7 3 20 Z D Yqi.�D2160810.34 j y 18 18 20 21 22 23 2/ 25 28 1] 28 C.R.T.C.T. I c I I LEGEND . PROPOSED STREET LIGHTS 0 EXIST STREET LIGHTS EXHIBIT C - STREET LIGHTS OWNER/DEVELOPER: PELOTON 0 NORTH 200' LIVE OAK 351 DEVELOPMENT LLC I I LAND i M■ PHASE 3A P.O. BOX 1122 5 9800 HISUITE PARK25OARKWAY ARGYLE, TEXAS 76226 FORT WORTH, TX 76177 GRAPHIC SCALE DATE: MAY, 2017 PHONE: 214-455-8759 PHONE: 817-562-3350 � 1 W/J H p20629 ain I L.P.823 Nat• C R.T.C.T Q 1x 2 125' e 7PROPOSED e B ° DRAINAGE W K m 7t 12 13 7+ 1s 1e 17 EASEMENT v FRONTIER DRIVE m Q�x I W rn 2 3 LIY£OM ( w Qir / 5 Hf 'A a m d() JJ e 7 B B 10 it 0 W w JJ U y0 O `/E PHO ( H FUT E PHA E 38. 22 21 20 19 19 17 16 15 14 13 12 NEN DY WAY j 41 Q FUTUN l z WE 1 2 3 4 5 8 7 B B 10 11 N 40 O 41 42 39 C IJ ~ 45 22 ° 27 20 19 1e 17 16 15 14 13 12 ' S DIXON COURT I 37 11 40 36 39 3e L E Ohx I 37 fUTI%t PHpS 38. I 35 ]6 N 30 29 2e 27 � 29 � 25 i 24 � 23 22 1 � W MM PHASE 30. NM 33 11 12 1] 14 1s 16 1,a� TU 3( IRA DRIVE ]1x I �� orq Dhye a G 3oO p Liv.Oak Crank 3 >+ Ptgan 2,E.efian 1 11 1I m Z Nat•D41S-tio.4 + ! to 19 20 xi 22 23 u Zs 26 Z! 2e 29 m C.R.T.C.T. 1 y I � O u , i LEGEND A PROPOSED STREET NAME SIGNS EXIST STREET NAME SIGNS EXHIBIT C1 - STREET NAME SIGNS OWNER/DEVELOPER: Ii!!{ PELOTON LANDLUTIONS 0 NORTH 200' LIVE OAK 351 DEVELOPMENT, 9800 HI LLC ISI WOO a PHASE 3A P.O. BOX 1122 SUITE PARKWAY 5OARKW ARGYLE, TEXAS 76226 FORT WORTH, TX 76177 GRAPHIC SCALE - ' MA', PHONE: 214-455-8759 PHONE: 817-552-3350 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE Live Oak Phase 3A UNIT PRICE BID Project Item Information Bidders Proposal Bidlist Item Specification Unit of No. Description Section No. Measure Bid Quantity Unit Price Bid Value WATER IMPROVEMENTS 1 8"PVC Water Pipe 33 11 12 LF 1877 $28.82 $82,915.14 2 36"DIP Water 33 11 10 LF 179 $278.34 $49,822.86 3 CSS Encasement for Utility Pipes 3305 10 LF 20 $62.76 $1,255.20 4 I"Water Service 33 12 10 EA 61 $769.07 $46,913.27 5 1 1/2"Water Service 33 1210 EA 1 $1,501.21 $1,501.21 6 8"Gate Valve 33 1220 EA 11 $1,296.84 $14,265.24 7 Fire Hydrant 33 1240 EA 3 53,981.42 $11,944.26 8 Ductile Iron Water Fittings w/Restraint 33 11 It TON 2 $12,243.48 $27,180.53 9 8"Waterline Lowering 3305 12 EA 5 32,525.34 $12,626.70 10 Connection to Existing 4"-12"Water Main 33 1225 EA 2 $494.96 $989.92 I 1 Connection to Existing 36"Water Main 33 l2 25 EA 1 54,774.34 54,774,34 12 Trench Safety 3305 10 LF 3,056 $0.81 $2,475.36 TOTAL WATER IMPROVEMENTS 1 $256,664.03 SANITARY SEWER IMPROVEMENTS 13 8"Sewer Pipe 333120 LF 2,178 $36.59 $79,693.02 14 8"DIP Sewer Pipe 33 11 10 LF 288 $79.93 $23,019.84 15 4'Manhole 33 39 20 EA 13 $3,511.61 $45,650.93 16 CSS Encasement for Utility Pipes 3305 10 LF 176 $62.76 $11,045.76 17 20"Casing By Open Cut 33 05 22 LF 20 $165.00 $3,300.00 18 4'Extra Depth Manhole _ 33 39 20 VF 22 $505.41 $11,119.02 19 Matiliole Vacuum Testing 33 01 30 EA 13 $153.82 $1,999.66 20 Epoxy Manhole Liner(Warren Environmental) 33 39 60 VF 55 $350.36 $19,269.80 21 4"Sewer Service 33 31 50 EA 61 $1,074.66 $65,554.26 22 Connect to Ex 4'Manhole 333120 EA I $1,310.49 51,310.49 23 Trench Safety 3305 10 LF 1466 50.32 $789.12 24 Post-CCTV Inspection 3301 31LF 2,466 $1.61 53,970.26 TOTAL SANITARY SEWER IMPROVEMENTS $266,722.16 STORM DRAIN IMPROVEMENTS 25 54"RCP,Class 111 3341 10 LF 89 $250.57 $22,300.73 26 48"RCP,Class 111 3341 10 LF 100 $194.45 $19,445.00 27 42"RCP,Class III 3341 10 LF 195 $167.11 $32,586.45 28 36"RCP,Class 111 3341 10 LF 272 $132.98 $36,170.56 29 24"RCP,Class 111 3341 10 LF 257 $79.99 $20,557.43 30 21"RCP.Class LII 3341 10 LF 151 $70.74 $10,681.74 31 6'Stacked Manhole 33 49 10 EA t $7,198.43 $7,198.43 32 4'Drop Inlet 33 49 20 EA 2 $3,414.64 $6,829.28 33 10'Curb Inlet 33 49 20 EA 3 $4,152.94 $12,458.82 34 15'Curb Inlet 33 49 20 EA 5 $5,321.92 526,609.60 35 4x4 Closed Riser w/3 openings 3349 10 EA l $6,921.57 $6,921.57 36 54"Std Sloping Headwall 33 49 40 EA l $3,876.08 $3,876.08 37 24"Std Sloping Headwall 334940 EA 1 $1,784.23 $1,784.23 38 42"TxDOT Std Parallel Headwall,CH PW-0 34 49 40 EA 1 $14,396.85 514,396.85 39 Large Stone Riprap,grouted 313700 SY 299 $113.21 $33,849.79 40 Trench Safety 3305 10 LF 1,064 $0.32 $340.48 TOTAL STORM DRAIN IMPROVEMENTS $256,007.04 PAVING IMPROVEMENTS 1 9"Cone Pvmt 32 13 13 SY 1,092 $52.90 $57,766.80 2 6"Cone Pvmt 32 13 13 SY 9,089 $34.75 $315,842.75 3 4"Cone Sidewalk 32 1320 SF 4,873 $5.50 $26,801.50 4 8"Lime Treatment 32 1129 SY 1,147 $2.90 $3,326.30 5 6"Lime Treatment 32 1129 SY 9,543 $2.80 $26,720.40 6 Hydrated Lime 321129 IN 177 $160.00 $28,320.00 7 Barrier Free Ramp,Type R-I 32 1320 EA 6 $2,000.00 $12,000.00 8 Barrier Free Ramp,Type M-2 32 1320 EA 2 $2,000.00 $4,000.00 9 Barrier Free Ramp.Type P-1 32 1320 EA 6 $2,000.00 $12,000.00 10 24"SLD Pvmt Marking Paint(W) 32 1723 LF 56 $16.50 $924.00 1 I Skip Lane Pavement Markings 32 17 23 LF 364 $1.00 $364.00 12 Turn Lan Pavement Markings 33 1723 LF 182 $2.50 $455.00 13_ End of Road Barricade 34 41 30 EA 7 $1,750.00 $12,250.00 14 Connect to Ex Street Header 32 13 13 LF 83 $10.00 $830.00 15 Std Street Header 32 13 13 LF 142 $15.00 $2,130.00 16 Remove End of Road Barricade 0241 13 EA 3 $500.00 $1,500.00 TOTAL PAVING IMPROVEMENTS $505 230.75 STREET SIGNS 1 10 0 0 1 8 1 $500.001 $4,000.00 Bid Summary Base Bid Water Improvements $256,664.03 Sanitary Sewer Improvements $266,722.16 Storm Drain Improvements 5256,007.04 Paving Improvements $505,230.75 Street Lights $4,000.00 Total Base Bid $1,288,623.981