Loading...
HomeMy WebLinkAboutContract 50152 Received Date: 01/18/2018 Received Time: 10:26 a.m. Developer and Project Information Cover Sheet: Developer Company Name: I Hillwood Alliance Services,LLC Address,State,Zip Code: 9800 Hillwood Pkwy Suite 300,Fort Worth,TX 76177 j Phone&Email: L817-224-6000,Craig.Schkade@hillwood.com Authorized Signatory,Title: L. Russell Laughlin, Senior Vice President Properties Division Project Name: ATCN Prestige MF(Off-Sites) Brief Description: Water, Sewer,Paving, Storm Drain, Project Location: N.Riverside Drive from Prestige Rd to Crawford Farms Dr. i Plat Case Number: None Plat Name: I None Mapsco: 1 21 Y Council District: 4 CFA Number: 2017-143 City Project Number: 101 125 OFFICIAL RECORD City of Fort Worth,Texas CITY SECRETARY Standard Community Facilities Agreement-ATCN Prestige MF(Off-Sites) FTS WORTH,TX 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.50152 WHEREAS, Hillwood Alliance Services, 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 ATCN Prestige MF (Off-Sites) ("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 contractors) City of Fort worth,Texas OFFICIAL RECORD Standard Community Facilities Agreement-ATCN Prestige MF(Off-Sites) CFA Official Release Date:02.20.2017 CITY SECRETARY Page 2 of 11 FT.WORTH'TX 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) 0, Storm Drain(B-1) Z, Street Lights & Signs (C) IiE 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 Il, 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-ATCN Prestige MF(Off-Sites) CFA Official Release Date:02.20.2017 Page 3 of 11 OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX 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-ATCN Prestige MF(Off-Sites) 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-ATCN Prestige MF(Off-Sites) 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: L 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-ATCN Prestige MF(Off-Sites) 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. R. IMMIGRATION AND NATIONALITY ACT Developer shall verify the identity 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 Standard Community Facilities Agreement-ATCN Prestige MF(Off-Sites) CFA Official Release Date:02.20.2017 Page 7 of 11 Cost Summary Sheet Project Name:ATCN Prestige MF(Off-Sites) CFA No.: 2017-143 City Project No.: 101 125 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 $ 82,425.00 2.Sewer Construction $ 160,577.00 Water and Sewer Construction Total $ 243,002.00 B. TPW Construction 1 Street $ 31,054.55 2.Storm Drain $ 12,855.00 3.Street Lights Installed by Developer $ 8,500.00 4. Signals $ 409.00 TPW Construction Cost Total $ 52,818.55 Total Construction Cost(excluding the fees): $ 295,820.55 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 4,860.04 D. Water/Sewer Material Testing Fee(2%) $ 4,860.04 Sub-Total for Water Construction Fees $ 9,720.08 E. TPW Inspection Fee(4%) $ 1,756.38 F. TPW Material Testing(2%) $ 878.19 G. Street Light Inspsection Cost $ 340.00 H. Signals Inspection Cost $ 16.36 H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 2,990.93 Total Construction Fees: $ 12,711.01 Choice Financial Guarantee Options,choose one Amount MarK one Bond=100% $ 295,820.55 Completion Agreement=100%/Holds Plat $ 295,820.55 Cash Escrow Water/Sanitary Sewer=125% $ 303,752.50 Cash Escrow Paving/Storm Drain 125% $ 66,023.19 Letter of Credit=125%w12yr expiration period $ 369 775.69 x City of Fort Worth,Texas Standard Community Facilities Agreement-ATCN Prestige MF(Off-Sites) CFA Official Release Date:02.20.2017 Page 8of11 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 Hillwood Alliance Services,LLC _rsus J Chapa(Jan 16,2018) Jesus J. Chapa Assistant City Manager 4Ad01t4;(y Date: 01/16/2018 L.Russell Laughlihn(Jan 16'1018) Name: L. Russell Laughlin Recommended by: Title: Senior Vice President Properties Division TennMer L. Ezernaak Jennifer L.Ezernaca Jan 16,2018) Date: 01/16/2018 Evelyn Roberts/Jennifer Ezernack Project Assistant Planning and Development Contract Compliance Manager: By signing,I acknowledge that I am the Approved as to Form &Legality: person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting Richard A.McCracken(Jan 16,2018) requirements. Richard A. McCracken I Assistant City Attorney Evelyn Robe s(Jan 16,2018) M&C No. Mwx / Date: 01/16/2018 Name: Janie Morales N/A Title: Development Manager Form 1295: F 01 T! ATTEST: U __ d, I�GGfYCY Mary J. ayser(Jan18,201 )) Mary J.Kayser/Ronald Go City Secretary/Assistant City Sec ary OFFICIAL RECORD CITY SECRETARY City of Fort Worth,Texas FT'WORTH,TX Standard Community Facilities Agreement-ATCN Prestige MF(Off-Sites) 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 Infrastructure Cost Estimates Exhibit A: Water Improvements Exhibit A-1: Sewer Improvements Exhibit B: Paving Improvements Exhibit B-1: Storm Drain Improvements ® Exhibit C: Street Lights and Signs Improvements (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Standard Community Facilities Agreement-ATCN Prestige MF(Off-Sites) CFA Official Release Date:02.20.2017 Page 10 of 11 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 101125 None City of Fort Worth,Texas Standard Community Facilities Agreement-ATCN Prestige MF(Off-Sites) CFA Official Release Date:02.20.2017 Page 11 of 11 —- SEMOY 00 42 43 -- PROPOSAL FORM UNIT PRICE BID Bidder's Application ATCNPrestige MF Offsites-Paving,Drainage,Water&Sew et 'EARTHWORK IMPROVEMENTS i Project Rem information Bidder's Appleation S Bidfist Description Specification Una of Bid Unit Price Bid Value Item Fla. Section No. Measure Ouantay 1 3110.0101 Sae Clearing 31 1000 LS 1 51,500.00 S1,500.D0 2 3123.0101 Unclassified Excavation by Plan 312316 CY 110 56.00 5660.00 Total Earthwork Improvements $2,160.00 Project Rem Information Bidder's Application t Bid1i3t Specification Unit of Bid Rem No. Destxptbn Section No. Measure Quantity UnR Price Bk!Value 3 0241.1300 Remove Concrete Curb&Gutter 02 41 13 LF 110 S20.00 52,200.00 4 0241.0500 Remove&Stock Fie Fence 02 41 13 LF 285 55.00 S1,425.00 5 9999.0001 Remove&Stockpile Gate 999999 EA 1 $500.00 5500.00 6 3213.0103 V Cone PvmI 32 13 13 SY 225 562.00 S18,450.00 7 3211.0502 8'Lime Treatment 321129 SY 282 56.00 51,692.00 8 3211.0400 Hydrated Lime 321129 TN 5 5165.00 4967.55 9 3292.0400 Seeding,Hydromuldt 329213 SY 330 54.00 51,320.00 i 10 3471.0001 Traffic Control 3-47113 MO 3 51,500.00 S4,500.00 Total Paving Improvements 531,054,55 I Page 2 of& r� SfiOAM Dl4Alk 1MPR0 S Project Rem information Engineers Estimate i Bidlst Descrotion Specifica0an Unit of Bid Unl Price Bid Value Rem No. Section No. Measure Quantity 11 3341.0201 21'RCP,Class II 334110 LF 19 $65.00 $1,235.00 12 3341.0402 42'RCP,Class 11 33 41 10 LF 46 $125.00 55,750.00 13 0241.4202 Relocate 5'Drophilei 024114 1 EA 1 55,000.00 55,000.00 j 14 0241.3021 Remove 42'Storm Line 02 41 14 LF 6 S20.00 S126.00 15 3305.0109 Trench Safety 33 05 10 LF 65 55.00 5325.00 15 3137.0102 Large Stone Riprao,dry 330510 SY 5 585.00 S42S.00 Total Storm Drain Improvements $12,855.00 FA EAIENT 41AARM&MMGE IMPROVEMEW(S Project Rem Information Bidders Application Bldlist Description Specification Unit of Bid Unit Price Bid Value Rem No. Section No. Measure Quantity 16 3217.0201 8'SLD Pvml Marking HAS(w) 32 17 23 LF 96 $4.00 5384.00 r 1 17 3217.2102 REFL Raised(darter TY 4C 321723 EA 5 S5.00 525.00 Total Pavement Markings✓l Signage Improvements $409.00 I STREET LIGHT IMPRQVEMEMS Projeet lam information Engineers Estimate Bidlat Description Specification Unit of Bid Unit Price Bid Value Rem No. Section Ne. Measure Quantly 18 3441.3502 Relocate Street Light Pok(Waith New Stone Facade 34 41 20 EA 1 57,50000 57,500.00 Foundation) I 16 3441.3201 LED Light Fbdure S4 41 20 FA 1 $1,000.00 S1,000.0o I Total Street Light Improvements 58,500.00 Page 3 of 8 MATER IMPROVEMENTS Project gem Information Bidder's Appfication f"�k BidGst Description Specification Ung of Bid Ung Price Bid Value Rem No. Section No. Measure Quan 19 3311.0161 6'PVC Water Pipe 3311 12 LF- 54 540.00 52,160.00 20 3312.2803 6"Water Meter and Vault 331211 EA 2 520,500.00 $41,000.00 21 3311.0261 8'PVC Water Pipe 331112 LF 89 544.00 53,816.00 22 3311.0461 12'PVC Weter Pipe 3311 12 LF 169 $60.00 S10,140.00 23 3312.3003 r Gale Valve 33 11 12 EA 4 51,250,00 55,000.00 24 3312.3005 12'Gate Valve 331220 EA 1 52,200.00 52,200.00 25 3312.0117 Connection to Existing 4%12'Vlater Main 331225 EA 3 $1,200.00 53,600.00 26 33122203 2'Water Service 331210 EA 4 52,200.00 58,800.00 27 3311.0001 Ductk Iran Water Fittings wf Restraint 331111 TON 1.05 54,500.00 54,725.00 28 9899.0001 Concrete Blocking,Type 8 00 00 00 CY 1.3 5200.00 S260.00 29 3305.0109 Trench Safety 330510 LF 312 S2,00 $624.00 ToW WaterImprovemexts 582,425,00 Pagc 4 4f 8 i , f ' SAwrARY SEVER RP—novae s Project Item Information Bidder's Application Wrist Description Speciricatian Unit of Bid Unt Price BtdValue Rem No. Section No. Weasure Quan' 30 3331.4115 8"Sewer Pipe 3311 10 LF 666 537,296.00 f 556.00 31 3331.4116 8"Sewer Pipe,CSS Backfill 331110 LF 40 $2,640.00 566.00 3311 10 33 3331.4208 12"Sewer Pipe 33 31 12 LF 847 566,066.00 33 31 20 _ __ _ 578.00 34 3331.4209 1T Sewer Pipe,CSS BackfdE 331110 LF 20 51,760.00 ssfi.aa 35 3339.1001 4'.1anhole 333910 FA 7 529,400.00 33 39 20 S4.200.00 36 3339.1002 4'Drop Manhole 343910 FA 1 $5,200,00 33 39 20 S5.200.00 37 3339.1003 4'Extra Depth Manhole 333910 VF 54 S9,450.00 33 39 20 5175.04 38 3305.0109 Trench Safety 330510 LF 1513 ST.ao 53,026.00 � 39 3301.0002 Post-CCTV Inspection 33 01 31 LF 1513 54,539.00 53.00 40 3301.0101 Manhole Vacuum Testing 33 01 30 EA 8 51,200.00 5150.00 Total Sanitary Serer Improvements $180,577.00 Page 5 of 8 Y i ERO$lON CONTROL 1 Project Rem lnformetion Bidders Application t ? Bldfst Specification Unit of Bid i Nem Flo. Description UnN Pace Bid Yaiue Section No. Measure Duant' 41 3125.0101 SWPPP t 1 acre 3125 00 LS 1 1,500.00 51,500.00 t Total Erasion Control s1 4Q0.00 i it .� Bid Summary I 3! i Eerthworkimprovements 52160.00 Paving Improvements S31,054.55 i Storm Drain Improvements 512 555.00 Pavement Marling&Signage Improvements S401i.00 t Street Light Improvements S8,500.00 Waterlrnprovements 58 425.00 i Sanitary Sewer Improvements S160.577.001 Eros&Control �..rt 51 SOQ.00 F l Da1Htd' $294.430.55' r.a r� r� f� i i Page 6 of 8 i V i PART B -PROPOSAL(Cont.) After acceptance of this Proposal,the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security,if required,is to become the property of the Developer. The undersigned bidder certified that he has examined the current City of Fort Worth Technical Specifications and that he has read and thoroughly understands all the requirements and conditions of those Specifications and the specific Contract Documents and appurtenant plans. The successful bidder shall be required to perform the work in accord the City of Fort Worth Technical Specifications,which are incorporated herein and made a part hereof for all purposes, and which may be accessed at: https://vroiectvoint.buzzsaw.com/ bz rest/Web/Home/Index?folder=97563#/ bz rest/Web/Item/ Items?folder=l 80863&count=50&start=0&ownership=Home The undersigned assures that its employees and applicants for employment and those of any labor organization,subcontractors,or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No.7278 as amended by City Ordinance No. 7400. Page 7 of 8 f The Bidder agrees to begin construction within -7-eN (b j calendar days after issue of the work order,and to complete the contract within 6g'x7-Y (_4 )calendar days after beginning construction as set forth in the written work order to be furnished by the Owner. I (we) acknowledge receipt of the following addenda to the plans and specifications,all of the provisions and requirements of which have been taken into consideration on preparation of the foregoing bid: Addendum No. I (Initials) Addendum No. 3 (Initials) Addendum No.2(Initials) Addendum No.4(Initials) R pectfully submitted,A&gncz -/?�1.12 Name of Contractor By. ! � (Signature) (Printed Name) Title: &6F'P&JT Company Name: &A0A76&e- Address: 53Z:? �r1,Z YA 67. Email: i�,�{y' G77r '•C_'e►�L Telephone: 3 Page 8 of8 GOLDEN TRIANGLE BLVD PRESTIG o0 SITELu U) >Z U Q m I= Z o- HERITA 3E TRACE Pi Wy 377 a IOw Wg W:5 287 Q w w NORTH TARRANT PARKWAY U) U Q 9� m w a �I LL OWNER/ DEVELOPER: IilII PELOTON ALLIANCE AIL INVESTMENT, L.P. -W LAND SOLUTION8 NORTH TOWN CENTER NORTH 9800 HILLWOOD 3 9RK AY,ST 3 PARKWAY,SUITE 250 NOT TO SCALE PARKWAY,STE 300 s DATE:NOVEMBER,2017 PRESTIGE MF OFFSITES FORT WORTH,TX 76177 FORT WORTH, TX-33507 0 (8171 244-6000 .................................................................. I. ...... ALLIANCE TOWN CENTER NORTHF.......................... LOT 2,BLK 5 I it I w o � uj t � I ALLIANCELOT TOWN CENTE 5 R NORTH I 2 t I I t I I ( I I I ' I I I t I t I I t I EX16"W I 8"WLCRAWFRD `-V 0 FARMS DRIV 2"WL EX 12"WL 12"WL i I HILLWOOD MULTIFAMILY LAND,L.P. INST.NO.D211298928 C.R.T.C.T. t I EX 16"WL LEGEND t PROPOSED GATE VALVE I t ^I tl s —-�—- EXIST GATE VALVE I — -- i EXIST FIRE HYDRANT � 4 ;EXHIBIT A - WATERSHEET 1 oft _... ............... ............... OWNER/ DEVELOPER: IMI PELOTON ALLIANCE -W LAND tQLUTIONS f NORTH 100' AIL INVESTMENT, L.P. 9800 HILLWOOD TOWN CENTER NORTH 9800HILLWOOD PARKWAY,STE 300 PARKWAY,SUITE 250 PRESTIGE MF OFFSITES FORT WORTH,TX 76177 FORT WORTH,TX 76177 m GRAPHIC SCALE (817) 244-6000 PHONE:817-562-3350 0 .f............................................................................... 1 I I I I I AIL INVESTMENT,L.P. 1 COOKS CHILDRENS VOL.14315 PG.56 HEALTH CARE SYSTEM C.R.T.C.T. INST.#D213256056 C.R.T.C.T. I I I I EX 12"WL r— ----�EX 12"WL — PRESTIGE ROAD —— -- B..WL 6"WL 8..WZ 8"WL 8"WL 1 1 i 1 1 1 1 ALLIANCE TOWN CENTER NORTH LOT 2,BLK 5 1 1 1 1 Y � AIL INVESTMENT L.P. VOL.C.R.T.0 T.�6 Am Zm LEGEND = PROPOSED GATE VALVE EXIST GATE VALVE — —- EXIST FIRE HYDRANT i...... EXHIBIT A - WATER SHEET 2 of 2 : =, OWNER/ DEVELOPER: IiIII PELOTON ALLIANCE -w I... .o��.,oM, NORTH 100, AIL INVESTMENT, L.P. TOWN CENTER NORTH 9800 HILLWOOD 9800 HILLWOOD PRESTIGE MF OFFSITES FOR WORTH, X 76177 FORT OATHUTX 6507 GRAPHIC SCALE (817) 244-6000 PHONE:817-562-3350 a EXH�gtT �on ' 12" SS 1 1 1 i 12"SS 1 1 0 s P HILLWOOD MULTIFAMILY LAND,L.P. 1 INST.NO.D211298928 N C.R.T.C.T. 1 O 1 A c� 1 1 1 1 1 1 12" SS 1 1 I I EX 12"SS SUNHILLS DRIVE 12" SS 1 __ (97 —^ I � I I I I 1 I LEGEND PROPOSED SEWER LINES — —' EXIST SEWER LINES I I I NOTE: ALL PROPOSED SANITARY SEWER i LINES ARE 12" UNLESS OTHERWISE NOTED EXHIBIT A-17 WASTEWATER SHEET 1 of 2 --- ........ ALLIANCE OWNER/ DEVELOPER: PELOTON NORTH 100, AIL INVESTMENT, L.P. `""° '°`""°"' TOWN CENTER NORTH 9800HILLWOOD 9800HILLWOOD PARKWAY,STE 3050 PRESTIGE MF OFFSITES FORT WORTH,TX 76077 PARKWAY, FORT WORTH,,TX TX 7ITE 6177 77 = GRAPHIC SCALE f8M 244-6000 PHONE:817-562-3350 0 ........... ALLIANCE TOWN CENTER NORTH LOT 2,BLK 5 ------•--------- ------------------- I $N SS I I 81'SS j I o w w I F I O z I ALLIANCE TOWN CENTER NORTH L072X,BLK 5 I I I I I I I I I I I I I I I CRAWFORD 8"SS I FARMS DRIVE D 1011 SS HILLWOOD MULTIFAMILY LAND,L.P. INST.NO.D211298928 C.R.T.C.T. llss LEGEND PROPOSED SEWER LINES so DID EXIST SEWER LINES goo_Ns.0 NOTE: ALL PROPOSED SANITARY SEWER LL LINES ARE 12" UNLESS OTHERWISE NOTED EXHIBIT A-1 - WASTEWATER SHEET .,, ���2 ..---- ------------- ALLIANCE OWNER/ DEVELOPER: �i�� PELOTON lw LAND SOLUTIONS NORTH 100, AIL INVESTMENT, L.P. TOWN CENTER NORTH 9800 HILLWOOD 9800 HILLWOOD PARKWAY,STE 300 PARKWAY,SUITE 250 PRESTIGE MF OFFSITES FORT WORTH,TX 76177 FORT WORTH,TX 76177 GRAPHIC SCALE (817) 244-6000 PHONE:817-562-3350 ... ............... ... ............... ••••......... ..................... PRESTIGE ROAD I r I I I r I r I I I I I W I a 0 I w 0 I Lu W ALLIANCE TOWN CENTER NORTH = LOT 2X,BLK 5 O I Z I I I I PRIVATE ( DRIVE I 1 I I 12' LEFT TURN LANE I I I I I I I I I I LEGEND PROPOSED CONCRETE PAVEMENT I I EXHIBIT B - PAVING �..... ALLIANCE OWNER DEVELOPER: 1101 PELOTON lw NORTH 100, AIL INVESTMENT L.P. LANs ,aLurieN. TOWN CENTER NORTH 9800 HILLWOOD 9800 HILLWOOD PARKWAY,STE 300 PARKWAY,SUITE 250 Q PRESTIGE MF OFFSITES FORT WORTH,TX 76177 FORT WORTH,TX 76177 GRAPHIC SCALE (817) 244-6000 PHONE:817-562-3350 0 ................. ............................................... I I I AIL INVESTMENT,L.P. COOKS CHILDRENS VOL.14315 PG.56 HEALTH CARE SYSTEM C.R.T.C.T. INST.#D213256056 C.R.T.C.T. I I I EX 21" RCP EX 42" RCP L I PRESTIGE ROAD 21" RCP EX 5'SQ DROP INLET 5'SQ DROP TO BE RELOCATED INLET 42" RCP ALLIANCE TOWN CENTER NORTH LOT 2,BLK 5 AIL INVESTMENT L.P. �0�, VOL.14366,PG.X6-58 �`'Z C.R.T.C.T. Am LEGEND A 2 p EXIST STORM DRAIN INLET Pam PROPOSED STORM DRAIN MANHOLE ICU EXIST STORM DRAIN MANHOLE TO BE RELOCATED ` EXHIBIT B-1 - STORM DRAINAGE ----------------------------------,-... `------ ....... �j OWNER/ DEVELOPER: PELOTON NORTH 100, ALLIANCE AIL INVESTMENT L.P. IgTl LAND SOLYT10NN TOWN CENTER NORTH 9800HILLWOOD 1 9800HILLWOOD 50 PRESTIGE MF OFFSITES FOR WORTH, X 76077 PARKWAY,SUITE FORT WORTH,TX 76161 77 GRAPHIC SCALE (817) 244.6000 PHONE:817-562-3350 —— — ......................... ................ .............................. .. PRESTIGE ROAD t I t I I t t t I t w t t w t it w > t � t ALLIANCE TOWN CENTER NORTH H LOT 2X,BLK 5 0 ° z t t PROPOSED STREET LIGHT RELOCATION i (ADJUST EXISTING I PDRIVEE LUMINAIRE TO LED) t I t I I I t t I I t t I t t ' LEGEND I � PROPOSED STREET LIGHTS t :z I' U t EXHIBIT C - STREET LIGHTS & SIGNS ODALLIANCE OWNER DEVELOPER: IPELJW LAMDBOTON NORTHlool AIL INVESTMENT, L.P. TOWN CENTER NORTH 9800HILLWOOD 9800HILLWOOD 50 PRESTIGE MF OFFSITES FOR WORTH,TX 7RKWAY,STE 6177 PARKWAY, ,TX 7 1 FORT WORTH,TX 76177 3 GRAPHIC SCALE (817) 244-6000 PHONE:817-562-3350 0