Loading...
HomeMy WebLinkAboutContract 49906 Developer and Project Information Cover Sheet: Developer Company Name: LGI Crowley Land Parnters,LLC Address,State,Zip Code: 1450 Lake Robbins Dr. Sutie 430,The Woodlands,TX 77380 Phone&Email: 1972-467-5214 Authorized Signatory,Title: Elaine Torres,VP ,VP Land Development DFW Project Name: The Bridges Phase 3A Brief Description: Water,Sewer,Paving, Storm Drain, Street Lights Project Location: McCart Avenue south of McDonald Dr. Plat Case Number: FP-16-148 Plat Name McCart Avenue Millaue Lane and Conley Ln Mapsco: 117U Council District: 6 CFA Number: 2017-152 City Project Number: 100956 To be completed staff. /ZV J-V Received by: Date: �® l City of Fort Worth,Texas Standard Community Facilities Agreement-The Bridges Phase 3A CFA Official Release Date:02.20.2017 Page 1 of 11 CITY SECRETARY qqcf CONTRACT N0. STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, LGI Crowley Land Parnters, 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 The Bridges 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 H, 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 urther acknowledges that said acceptance process requires the Develo ' rth,;Texas yd unity Facilities Agreement-The Bridges Phase 3A OFFICIAL RECORD CSA elegise Date:02.20.2017 CITY SECRETARY Pad I FTs WORTH,TX f to submit a signed affidavit of bills paid and consent of Surety signed by its surety to ensure the contractor has paid any sub-contractor(s) and suppliers in full. Additionally, the contractor will provide in writing that the contractor has been paid in full by Developer for all the services provided under this contract. C. Developer agrees to cause the construction of the Improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and the City-approved construction plans, specifications and cost estimates provided for the Project and the exhibits attached hereto. D. The following checked exhibits describe the Improvements and are incorporated herein: Water (A) , Sewer(A-1) , Paving (B) , Storm Drain(B-1) ®, Street Lights & Signs (C) ®. E. The Developer shall award all contracts for the construction of the Improvements in accordance with Section II,paragraph 7 of the Policy and the contracts shall be administered in conformance with paragraph 8, Section H, of the Policy. Developer shall ensure its contractor(s) pays the then-current City-established wage rates. F. For all Improvements included in this Agreement for which the Developer awards construction contract(s), Developer agrees to the following: i. To employ a construction contractor who is approved by the director of the department having jurisdiction over the infrastructure to be constructed, said contractor to meet City's requirements for being prequalified,insured,licensed and bonded to do work in public ways and/or prequalified to perform water/wastewater construction as the case may be. ii. To require its contractor to furnish to the City a payment and performance bond in the names of the City and the Developer for one hundred percent (100%) of the contract price of the infrastructure,and a maintenance bond in the name of the City for one hundred percent (100%) of the contract price of the infrastructure for a period of two (2) years from the date of final acceptance insuring the maintenance and repair of the constructed infrastructure during the term of the maintenance bond. All bonds to be furnished before work is commenced and to meet the requirements of Chapter 2253,Texas Government Code. City of Fort Worth,Texas Standard Community Facilities Agreement-The Bridges Phase 3A CFA Official Release Date:02.20.2017 Page 3 of 11 iii. To require the contractor(s)it hires to perform the construction work contemplated herein to provide insurance equal to or in excess of the amounts required by the City's standard specifications and contract documents for developer-awarded infrastructure construction contracts. The City shall be named as additional insured on all insurance required by said documents and same will be evidenced on the Certificate of Insurance (ACORD or other state-approved form) supplied by the contractor's insurance provider and bound in the construction contract book. iv. To require its contractor to give 48 hours advance notice of intent to commence construction to the City's Construction Services Division so that City inspection personnel will be available;to require the contractor to allow the construction to be subject to inspection at any and all times by City inspection forces, to not install or relocate any sanitary sewer, storm drain, or water pipe unless a responsible City inspector is present and gives his consent to proceed, and to make such laboratory tests of materials being used as may be required by the City. V. To require its contractor to have fully executed contract documents submitted to the City in order to schedule a Pre-Construction Meeting. The submittal should occur no less than 10 working days prior to the desired date of the meeting. No construction will commence without a City-issued Notice to Proceed to the Developer's contractor. vi. To delay connections of buildings to service lines of sewer and water mains constructed under this Agreement, if any, until said sewer and water mains and service lines have been completed to the satisfaction of the Water Department. G. Developer shall provide at its expense, unless otherwise agreed to by City, all engineering drawings and documents necessary to construct the improvements under this Agreement. H. Developer shall cause the installation or adjustment of the required utilities to serve the development or to construct the Improvements required herein. I. City shall not be responsible for payment of any costs that may be incurred by Developer in the relocation of any utilities that are or may be in conflict with any of the community facilities to be installed hereunder. City of Fort Worth,Texas Standard Community Facilities Agreement-The Bridges Phase 3A CFA Official Release Date:02.20.2017 Page 4 of 11 J. Developer hereby releases and agrees to indemnify, defend and hold the City harmless for any inadequacies in the preliminary plans,specifications and cost estimates supplied by the Developer for this Agreement. K. Developer agrees to provide, at its expense, all necessary rights of way and easements across property owned by Developer and required for the construction of the current and future improvements provided for by this Agreement. L. The Developer further covenants and agrees to, and by these presents does hereby, fully indemnify, hold harmless and defend the City, its officers, agents and employees from all suits,actions or claims of any character,whether real or asserted,brought for or on account of any injuries or damages sustained by any persons (including death) or to any property, resulting from or in connection with the construction, design, performance or completion of any work to be performed by said Developer, its contractors, subcontractors, officers, agents or employees, or in consequence of any failure to properly safeguard the work, or on account of any act, intentional or otherwise, neglect or misconduct of said Developer, its contractors, sub-contractors, officers, agents or employees, whether or not such injuries, death or damages are caused, in whole or in part, by the alleged negligence of the City of Fort Worth, its officers, servants, or employees. M. Developer will further require its contractors to indemnify, defend and hold harmless the City, its officers, agents and employees from and against any and all claims,suits or causes of action of any nature whatsoever, whether real or asserted, brought for or on account of any injuries or damages to persons or property, including death, resulting from,or in any way connected with,the construction of the infrastructure contemplated herein,whether or not such injuries, death or damages are caused, in whole or in part, by the alleged negligence of the City of Fort Worth, its officers, servants, or employees. Further,Developer will require its contractors to indemnify,and hold harmless the City for any losses, damages, costs or expenses suffered by the City or caused as a result of said contractor's failure to complete the work and construct the improvements in a good and workmanlike manner, free from defects, in conformance with the Policy, and in accordance with all plans and specifications. City of Fort Worth,Texas Standard Community Facilities Agreement-The Bridges Phase 3A CFA Official Release Date:02.20.2017 Page 5 of 11 N. Upon completion of all work associated with the construction of the Improvements, Developer will assign to the City a non-exclusive right to enforce the contracts entered into by the Developer with its contractor along with an assignment of all warranties given by the contractor, whether express or implied. Further,Developer agrees that all contracts with any contractor shall include provisions granting to the City the right to enforce such contracts as an express intended third party beneficiary of such contracts. O. Inspection and material testing fees are required as follows: i. Developer shall pay in cash water and wastewater inspection fees and material testing fees equal to two percent (2%) for a total of 4% of the developer's share of the total construction cost as stated in the construction contract. ii. Developer shall pay in cash paving and storm drain inspection fees equal to four percent (4%) and material testing fees equal to two percent (2%) for a total of 6% of the developer's share of the total construction cost as stated in the construction contract. iii. Developer shall pay in cash the total cost of streetlights or if the city is not installing the streetlights, inspection fees equal to four percent (4%) of the developer's share of the streetlight construction cost as stated in the construction contract. iv. Developer shall pay in cash the total cost of street signs. P. COMPLETION WITHIN 2 YEARS i. Developer shall complete the Improvements within two (2) years, provided, however, if construction of the Improvements has started within the two year period,the developer may request that the CFA be extended for one additional year. ii. Nothing contained herein is intended to limit the Developer's obligations under the Policy, this Agreement, its financial guarantee, its agreement with its contractor or other related agreements. iii. The City may utilize the Developer's financial guarantee submitted for this Agreement to cause the completion of the construction of the Improvements if at the end of two(2)years from the date of this Agreement(and any extension period) the Improvements have not been completed and accepted. iv. The City may utilize the Developer's financial guarantee to cause the completion of the construction of the Improvements or to cause the payment of costs for City of Fort Worth,Texas Standard Community Facilities Agreement-The Bridges Phase 3A CFA Official Release Date:02.20.2017 Page 6 of 11 construction of same before the expiration of two (2) years if the Developer breaches this Agreement, becomes insolvent or fails to pay costs of construction and the financial guarantee is not a Completion Agreement. If the financial guarantee is a Completion Agreement and the Developer's contractors and/or suppliers are not paid for the costs of supplies and/or construction, the contractors and/or suppliers may put a lien upon the property which is the subject of the Completion Agreement. Q. Developer acknowledges that in accordance with Chapter 2270 of the Texas Government Code,the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Developer certifies that Developer's signature provides written verification to the City that Developer: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) City of Fort Worth,Texas Standard Community Facilities Agreement-The Bridges Phase 3A CFA Official Release Date:02.20.2017 Page 7 of 11 Cost Summary Sheet Project Name: The Bridges Phase 3A CFA No.: 2017-152 City Project No.: 1.00956 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 $ 102,549.30 2.Sewer Construction $ 144,815.90 Water and Sewer Construction Total $ 247,365.20 B. TPW Construction 1.Street $ 525,568.85 2.Storm Drain $ 932,376.80 3.Street Lights Installed by Developer $ 46,882.37 4. Signals $ TPW Construction Cost Total $ 1,504,828.02 Total Construction Cost(excluding the fees): $ 1,752,193.22 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 4,947.31 D. Water/Sewer Material Testing Fee(2%) $ 4,947.31 Sub-Total for Water Construction Fees $ 9,894.62 E. TPW Inspection Fee(4%) $ 58,317.83 F. TPW Material Testing(2%) $ 29,158.91 G. Street Light Inspsection Cost $ 1,875.29 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ Sub-Total for TPW Construction Fees $ 89,352.04 Total Construction Fees: $ 99,246.66 Choice Financial Guarantee Options,choose one Amount Mark one Band 100% $ 1,752,193.22 x Completion Agreement=100%/Holds Plat $ 1,752,19322 Cash Escrow Water/Sanitary Sewer=125% $ 309,206.50 Cash Escrow Paving/Storm Drain=125% $ 1,881,035.03 Letter of Credit=125%w/2yr expiration period $ 2,190,241.53 City of Fort Worth,Texas Standard Community Facilities Agreement-The Bridges 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 64(—�^ LGI Crowley Land Parnters,LLC Jesus J. Chapa Assistant City Mana,gger Date: Name: Elaine Torres ,VP Recommended by: Title: VP Land Development DFW j Date: 10-1q17 Wendy C -Babulal,EMBA, P.E. ATTEST: (Only if required by Developer) Development Engineering Manager Water Department L4 ti. 1-i Signature DouglaAV. Wiersig,P.E. V 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 Attp�ingy M&C No. (:2fauo� �t� Date: Form 1295: 0, Name: Janie Morales Title: Development Manager ,�•( OF FO ATTEST: Mary . Ka er City Secretary City of Fort Worth,Texas Standard Community Facilities Agreement-The Bridges Phase 3A 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-The Bridges Phase 3A CFA Official Release Date:02.20.2017 Page 10 of 11 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 100956 None City of Fort Worth,Texas Standard Community Facilities Agreement-The Bridges Phase 3A CFA Official Release Date:02.20.2017 Page 11 of 11 00 42 43 DAP-Bm PROPOSAL Page 1 of 6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Bidder's Propos„ Bidlist Item Description ecification Section No Unit of Bid Unit Price Bid Value No. Measure Quanta) UNIT I:WATER IMPROVEMENTS 1 3305.0109 Trench Safety ss Us 10 LF 2,495 $0.10 $249.50 2 3311.0001 Ductile Iron Water Fittings w/Restraint 331111 TN 2.60 $1,645.00 $4,277.00 3 3311.0241 8"Water Pipe 33 1110,33 1112 LF 2,495 $19.40 $45,403.00 4 3312.0001 Fire Hydrant 331240 EA 3 $3,727.90 $11,183.70 5 3312.2003 1"Water Service 33 12 10 EA 23 $753.60 $17,332.80 6 3312.3003 8"Gate Valve 33 12 20 EA 15 $1,235.70 $18,535.50 7 3312.0117 Connection to Existing 4"-12"Water Main 33 12 25 EA 1 $2,567.80 $2,567.80 8 9 10 TOTAL UNIT I;WATER IMPROVEMENTS $102,sa9.3a CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS The Bridges,Phase 3A Form Version September 1,2015 100956 00 42 43 DAP-BID PROPOSAL Page 2 of 6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FOIA UNIT PRICE BID Bidder's Application Project Item Informatir Bidder's Proposal Bidlist Item Unit of a No. Description °cification Section No. t,a Unit Price Bid Value UNIT 11: SANITARY SEWER IMPROVEMENTS 1 3301.0002 Post-CCN Inspection Ss Ul Sl 1,675 $1.00 $1,675.00 2 3301.0101 Manhole Vacuum Testing 33 01 30 EA 10 $103.00 $1,030.00 3 3305.0109 Trey 330510 LF 1,675 $0.10 $167.50 4 3305.100424"[:.. 330522 LF 150 $88.20 $13,230.00 5 3305.3005 15"- Pipc 33 05 24 LF 150 $35.50 $5,325.00 6 3331.3101 4"Sewer Service 333150 EA 23 $1,203.50 $27,680.50 7 3331.4115 8"PVC Sewer Pipe 33 1110,33 3112,33 3120 LF 895 $26.25 $23,493.75 8 3331.4116 8"Sewer Pipe,CSS Backfill 331110,33 3112,33 3120 LF 40 $15.80 $632.00 9 3331.4115 15"PVC Sewer Pipe 33 1110,33 3112,33 3120 LF 590 $35.50 $20,945.00 10 3339.1001 4'Manhole 33 39 10,33 39 20 EA 10 $4,545.60 $45,456.00 11 3339.1003 4'Extra Depth Manhole 34 39 10,33 39 20 VF 35.1 $135.80 $4,761.15 12 3305.0116 Concrete Encasement for Sewer Pipe 33 05 10 CY 10 $42.00 $420.00 13 .,._ 14 15 16 17 L20 TOTAL UNIT 11: SANITARY SEWER IMPROVEMENTS $144,815.90 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECEFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS The Bridges,Phase 3A Form Version September 1,2015 100956 00 42 43 DAP-BID PROPOSAL Page 4 of 6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FO RIM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Propos: Bidlist ltcm Unit of No. Description on No. Measu_ f),mmu Unit Price Bid Value i UNIT IV! PAVING IMPROVEMENTS 1 3211.0400 Hydrated Lime x11129 IN 136.0 $149.10 $ 20,277.60 2 3211.0502 8"Lime Treatment(48 LBS/SY) 321129 SY 5,650 $5.85 $ 33,052.50 3 3213.0105 8"Conc Pvmt 32 13 13 SY 5,335 $59.15 $ 315,565.25 4 3213.03014"Concrete Sidewalk 32 12 20 SF 21,515 $5.60 $ 120,484.00 5 3213.0501 Barrier Free Ramp,Type R-1 32 13 20 EA 30 $1,430.50 $ 14,105.00 6 3441.4001 Furnish/Install Alum Sign Ground Mount City Std. 344130 EA 3 $423.70 $ 1,271.10 7 9999.0002 SWPPP Maintenance MO 1 $1,528.55 $ 1,528.55 8 9999.0003 Remove Barricade EA 1 $1,084.20 $ 1,084.20 9 9999.0004 City Bonds for all Paving Improvements LS 1 $13,077.10 $ 13,077.10 12 9999.0005 Furnish/Install Speed Zone 40 MPH(R2-1) EA 1 $375.45 $ 375.45 13 9999.0006 Furnish/Install Road Ends(W14-2)&250 ft(W16-2aP) EA 1 $375.45 $ 375.45 14 9999.0007 Furnish/Install No Outlet(W14-2) EA 1 $375.45 $ 375.45 15 9999.0009 Connect to Concrete Header and Existing Street EA 1 $386.60 $ 386.60 16 9999.0010"End-of-Road"Barricade EA 4 $902.65 $ 3,610.60 17 18 14 20 TOTAL UNIT IV:P"ING IMPROVEMENTS $525,568.85 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS The Bridges,Phase 3A Fmm Version September 1,2015 100956 00 42 43 DAP-BID PROPOSAL Page 3 of 6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application ,,,-t Item Informati. Bidder's Propos Bidlist Item No. Description lecification Sectioe Unit Price Bid Value UNIT III DRAINAGE IMPROVEMENTS 1 3305.0109 Trench Safety 1809 $0.10 $ 180.90 2 3341.0201 21"RCP,Class III 33 41 10 LF 34 $46.50 $ 1,581.00 3 3341.0205 24"RCP,Class III 33 41 10 LF 380 $54.70 $ 20,786.00 4 3341.0302 30"RCP,Class III 33 41 10 LF 58 $70.00 $ 4,060.00 5 3341.0309 36"RCP,Class 111 33 41 10 LF 173 $91.30 $ 15,794.90 6 3341.1501 8x4 Box Culvert 33 41 10 LF 1.164 $431.00 $ 501,684.00 7 3349.0001 4'Storm Junction Box 33 49 10 EA 3 $4,089.00 $ 12,267.00 8 3349.5001 10'CurbInlet 33 49 20 EA 6 $4,504.30 $ 27,025.80 9 3349.1000 Headwall,Box Culvert 33 49 40 CY 260 $837.87 $ 217,846.20 10 3349.1003 24"Flared Headwall,1 pipe 33 49 40 EA 1 $2,051.00 $ 2,051.00 11 9999.0001 TxDOT PRI Pedestrian Guardrail LF 250 $92.00 $ 23,000.00 12 9999.0002 12"Thick Rock Rip-Rap,6"Bedding SY 340 $111.20 $ 37,808.00 13 9999.0004 City Bonds for all Utility Improvements LS 1 $68,292.00 $ 68,292.00 14 15 16 17 18 19 20 TOTAL UNIT III: DRAINAGE IMPROVEMENTS $932,376.80 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECffiCATION DOCUMENTS-DEVELOPER AWARDED PROJECTS The Bridges,Phase 3A Form Version September 1,2015 100956 GO 42 43 DAP-BID PROPOSAL Page 5 of(i SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders P' Bidlist Item Jnit of Rid No Description Specification Section No. Leasure n;.n r. Unit Price Bid Value UNIT V:STREET LIGHTING IMPROVEMENTS 1 2605.0111 Furnish/Install Elec Sery Pedestal 26 05 Ou c.. 2 $5,000.00 $ 10,000.00 2 3441.1501 Ground Box Type B 344110 EA 3 $500.00 $ 1,500.00 3 3441.3302 Rdwy Illum Foundation TY 3,5,6,and 8 344120 EA 6 $1,100.00 $ 6,600.00 4 3441.3003 Rdwy Ilium Assmbly TY 18,18A,19,and D-40 344120 EA 6 $3,115.00 $ 18,690.00 5 3441.3404 2-2-2-4 Quadplex Alum Elec Conductor T 344120 mm LF 812 $3.00 $ 2,436.00 6 2605.3016 2"Conduit PVC Schedule 80(T) 34 41 20 LF 812 $8.00 $ 6,496.00 7 9999.0001 City Bonds for all Street Light Improvements LS 1 $1,160.37 $ 1,160.37 8 9 10 _ -_- TOTAL UNIT V:STREET L*HTING IMPROVEMENTS $46,882.37 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Me Bridges,Phase 3A Form Version September 1,2015 100956 00 42 43 DAP-BID PROPOSAL Page 6 of6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORD UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Nadli.t licin Description peclfication Section No. Unit of BidMeasure Quantity Unit Price Bid Value Bid Summary UNIT I:WATER IMPROVEMENTS $102,549.30 UNIT ll:SANITARY SEWER IMPROVEMENTS $144,815.90 UNIT III:DRAINAGE IMPROVEMENTS $932.376.80 UNIT IV:PAVING IMPROVEMENTS $525.568.85 UNIT V:STREET LIGHTING IMPROVEMENTS $46.882.37 Total Construction BiJ $1,752,193.22 Contractor agrees to complete WORK for FINAL ACCEPTANCE within calendar days after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS The Bridges,Phase 3A Fmm Version September 1,2015 100956 —, WORTH } \ - / CROWLEYOP 6,974 7Fr7 P I I � HAM l ' - COLONY RACE y c"vwy - HAMPTON OAVIS I7 l E ANN; SHELLY Cwn�lwy- GLENDA E PMIRiE VIEW PATRICK? BOVELL E GLENOALE WEST CLEBURNE-CROWLEY HALL T CINDY N'INUSTgNG SO YELL O MI 5 STRICNLAND CELEST h e ; N H MI5 ION MAI PECAn 2a / MEAE SI PE n M ADOWVIEW ELLE — MEADOWIARN MALONE V'1L9�9. BRIAR c - HUDSON � LONOIIORN TRN�� J I �• _ FE0.ENZ / L So CRCWLEY-PLOVER "o lo P h G MEADOW 0.1(`GC --RFELD All CRCWLEYCIfYLYIf BYIYElCM GfY DIR S G 'n••IARo ELLOWE X99 ,09 g `r•ql, q 3 9 AUTRV GF' SnY J L� 9, VICINITY MAP NOT-TO-SCALE MAPSCO NO. 117U & 117Y COUNCIL DISTRICT 6 (ETJ) LDATE 70054-00 EXHIBIT- VICINITY MAP PAPE-DAWSON SE? 2017ENGINEERS HCS THE BRIDGES - PHASE 3A Fd JAG DRAMIR HCS DALLAS I SAN ANTONIO AUSTIN I HOUSTON I FORT WORTH 1 OF 7 FORT WORTH ETJ 5700 W PLANO PKWY• STE 2500 1 KANO..TX 75099 V 214,4208494 TEXAS OOARO OF PROFESSIONAL ENGINEENS GINM HE[;t5-(RATION I170 THIS DOCUMENT HAS BEEN PRODUCED FRDIM MA-Y-i� -HA- WAS AYW;:,•:R TRANSMIT? RELY ONLY ON FINAL HARDCOPY MATERIALS BEARING THE CONSULTANT'S ORIGINAL SIGNATURE �. t - T1 I I II I 1 � SCALE: 1"= 200' 0 200 400 m cp_ i ZG a I------'----- ,r— I I I a r-----------I �-----� --pNA --J, ---- PRbPOkl) i----- --- ---Ii r _ 8"I WATER ---- Lam_— SRO P�ao � ' LEGEND W } F w EXISTING. WATER LINE 1 0 0 I I 1 3 U EXISTING GATE VALVE o EXISTING FIRE HYDRANT t I o PROPOSED WATER LINE 1 U PROPOSED GATE VALVE —>>►f-- PROPOSED FIRE HYDRANT t 1 1 " ,') ?SC54_Cr _ EXHIBIT A- WATER PAPE-DAII'SON 'E ,GNFR "'C` - THE BRIDGES - PHASE 3A ENGINEERS CH'E:K J®. r`"h\�`= DAL.AS I SAN ANTONIO I AUSTIN I HOOSTON I FORT WORTH s 2 OF 7 FORT WORTH ETJ 5706 W PLANO PKWY,M 2500 PLANO.TX 750931 214.420-0494 SMELT TEXAS 9OARR OF"ROFESS�ONA:L FNaINFFRS FIRM{la€CLiSTRATION-71 r-. I c1► € { # # i \ ; SCALE: 1"= 200 0 200 400 I I ---- f ! V)—---- cx r~ 3— P�pCi5E4 # V # i i f.. LEGEND 3 w u- 0 EXISTING SANITARY SEWER o r EXISTING MANHOLE T U PROPOSED SANITARY SEWER -i- PROPOSED MAHOLE E jCe No- ,�.5<-�__ EXHIBIT Al - SEWER PAPFUMMON QESIEDES( SL� YC1i ENGINEER, N _ VER His THE BRIDGES - PHASE 3A rai CHECKED JAG DRAWN HCS DALLAS I Sx'A 'r ,,:,-7 I HOUSTON I FC)KI Ai 4 ', 3 QE 7 FOR WORTH ETJ 5700w P.sr sFl iT Tx 75U4iI la a:C,f•ana o tHEET' rexns: .. - .,wu. -, BEEN PRODUCED FROM MATED% ED AND/OR TRANSMITTED ELECTRONICALLY AND MAY HAVE BEEN INADVERTENTI. HARDCOPY MATERIALS BEARINv 5p; ATURE Ahf3 SEAL ' I PROPOSED' 1 CONCRETE PAVEMENT I r _I SCALE: 1 "= 200' 0 200 400 I - i RE PI�OPOOO_kD DAMP PN*' PROPOSED .`.. CONCRETE PAVEMENT _ ---- -- --- - - ------- 1 r i PROPOSED RAMP r �aA - - PROPOSED RMP —1 w } LJ • 1 3 0 I U LEGEND o PROPOSED PAVEMENT * U JOB NO. 70054-00 EXHIBIT B - PAVING PAPE-MMON DATE SEP z°" ENGINEERS DESIGNER "� THE BRIDGES - PHASE 3A CHECKED JAG DRAWN HCS DALLAS I SAN ANTONIO I AUSTIN I HOUSTON I FORT WORTH 4 OF FORT WORTH ETJ 3700 W PLANO PKWY,STE 2500 I"NO.T%750931214.420.8494 p SHEET TEXAS BOARD OF PROFESSIONAL ENGINEERS FIRM REGISTRATION•470 THIS DOCUMENT HAS BEEF, PRODUCED F? RELY ONLY ON FINAL HARDCOPY MATER: Ef I I i I 1 ,II I I � 1 i I I I _ I I I I PROPOSE 24"iRCP I. I I I f� PRO SED (12)_-8:x47f?CB_ SCALE: 1"= 200' 1 1 0 200 400 —PROPOIEO ¢" 1 U�wRE � i gy�pp,, —— PROPOSED 30Q'RCP% � t---- Js I----- j OS6 " ROP t — _PR(p � !-- a i I L� PROPOSED 24" RCP \ i 1 � i - c SIB UJI r I LEGEND 1 3 0 ® PROPOSED STORM DRAIN PIPE & JUNCTION BOX u- O o �7- ® PROPOSED DROP INLET j U © PROPOSED CURB INLET TXDOT HEADWALL & 1 1 RIPRAP Joe wo. 10054-00 EXHIBIT B1 - STORM DRAIN PAP&DAWSON DATE SEP z°'_ rd ENG/HEERS QESIGNER HCS THE BRIDGES - PHASE 3A CHECKED JAG DRAWN HCS .-'.AS I SAN ANTONIO I AUSTIN I HOUSTON I FORT WORTH Q F 7 FORT WORTH ETJ IN PIANO PKWY,STE 2500 1 PLANO,TX 75093 1214.420.8484 SHEET II".S 14i1A 1::11F'4:IFF ti.i:l i.111. FFM:i FIND r;:l"r1.71011♦47D Y I , I I . III '1 4, 1 1 1 I w I � I SCALE: 1"= 200' 0 200 400 \ \ J I i ��. -----+------ LA I I 1 I � -- r // \l• �\ I I I Ir 1 \ I o coNL�v � _ J F LANE ---- �ASOS uj I O 1 U LEGEND I 0 u- 0 _ PROPOSED STREET LIGHT 1 __ 1 1 1 � JOB NO. 70054-00 EXHIBIT C - STREET LIGHTS PAPE-DAWSON DATE SEP a°" rdDESIGNER His THE BRIDGES - PHASE 3A ENGlNEERS CHECKED JAC DRAWNHCS DALLAS I SAN ANTONIO I AUSTIN I HOUSTON I FORT WORTH OF 7 FORT WORTH ETJ 3700 W PLANO PKWY,STE 2500 1 PLANO.T%730931 214.420.8494 SHEET TEXAS BOARD OF PROFESSIONAL ENGINEERS FIRM REGISTRATION 0470 Ij � I J ------ SCALE: 1"= 200' \ _ 0 200 400 f I �! L � 1 \ I I �,� ,.• 9L 1 I I �V LANE / \ 1 I -4— n4 — +. nY � t FV 4A \ CONLEY LANE 1PSp°38----- I H UJI 1 3 0 LEGEND 1 u �7- L 490 PROPOSED STREET NAME SIGN JOB NO- 70054-00 EXHIBIT Cl - S'TR'EET NAME SIGNS PAPF.-DAWSON DATE SEP 201' ENGINEERS DESIGNER HC5 THE BRIDGES - PHASE 3A FmJ CHECKED JAG DRAWN HCS DALLAS I SAN ANTONIO AUST N I -0J5-nrd FOP- AIA-r 7 QF 7 FOR WORTH ET� $700 W PAND PKWY,$TE 2$101 P'_Fmll T% 75u93 214.42G a439 SHEET �-f �v�J C TExA-::±3Cni0:1F PN0':i.^: 1NA�=�+:IHE�i� ' v-m•.tvl:i�4A.TiCN ts):