Loading...
HomeMy WebLinkAboutContract 52692 Received Date: 08/26/19 Received Time: 1:37 PM Developer and Project Information Cover Sheet: Developer Company Name: Hillwood Alliance Services,LLC Address,State,Zip Code: 9900 Hillwood Pkwy Suite 300,Fort Worth,TX 76177 Phone&Email: L817-224-6000,Bill.BurtonAhillwood.com Authorized Signatory,Title: William K.Burton ,Executive Vice President Project Name: North Beach Street&Litsey Rd.Paving &Drainage Brief Description: Paving, Storm Drain, Street Lights Project Location: Road connection between North Beach and Litsey Road ___J Plat Case Number: FP-19-038 Plat Name: Alliance Center North Mapsco: Council District: 2 CFA Number: 1 CFA19-0062 City Project Number: 102118 City of Fort Worth,Texas - V Standard Community Facilities Agreement-North Beach Street&Litsey Rd.Paving &Drainage p CFA Official Release Date:02.20.2017 OFFICIAL RECORD" Page 1 of 11 CITY SECRETARY FT. WORTH,TX STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. 52692 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 North Beach Street & Litsey Rd. Paving & Drainage ("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(-) City of Fort Worth Texas CORD Standard Community Facilities Agreement-North Beach Street&Litsey Rd.Paving &Drainage ���� ���' � CFA Official Release Date:02.20.2017 CBTY SECRETARY Page 2 of 11 Fla WORTH,TH,T 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) 1_I. Paving(B)spr, Storm Drain(B-1) ®, Street Lights & Signs (C) 01. E. The Developer shall award all contracts for the construction of the Improvements in accordance with Section 11,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 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-North Beach Street&LitseyRd.Paving &Drainage 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-North Beach Street&Litsey Rd.Paving &Drainage 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 iniuries, 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-North Beach Street&Litsey Rd.Paving &Drainage 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 Agre ement(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-North Beach Street&Litsey Rd.Paving &Drainage 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. IMMIGRATION AND NATIONALITY ACT R. 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-North Beach Street&Litsey Rd.Paving &Drainage CFA Official Release Date: 02.20.2017 Page 7 of 11 Cost Summary Sheet Project Name:North Beach Street&Litsey Rd.Paving &Drainage CFA No.: CFA19-0062 City Project No.: 102118 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 2.Sewer Construction Water and Sewer Construction Total $ B. TPW Construction 1.Street $ 1,454,494.50 2.Storm Drain $ 26,000.00 3.Street Lights Installed by Developer $ 126,410.00 4. Signals $ - TPW Construction Cost Total $ 1,606,904.50 Total Construction Cost(excluding the fees): $ 1,606,904.50 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ D. Water/Sewer Material Testing Fee(2%) $ Sub-Total for Water Construction Fees $ - E. TPW Inspection Fee(4%) $ 59,219.78 F. TPW Material Testing(2%) $ 29,609.89 G. Street Light Inspsection Cost $ 5,056.40 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 93,886.07 Total Construction Fees: $ 93,886.07 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 1,606,904.50 Completion Agreement=100%/Holds Plat $ 1,606,904.50 Cash Escrow Water/Sanitary Sewer--125% $ - Cash Escrow Paving/Storm Drain=125% $ 2,008,630.63 Letter of Credit=125%w/2 r expiration period $ 2,008,630.63 x City of Fort Worth,Texas Standard Community Facilities Agreement-North Beach Street&Litsey Rd.Paving &Drainage 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 Hillwood Alliance Services,LLC Dana Burghdoff(Aug 23,20 Dana Burghdoff Interim Assistant City Manager W�k. 8rcrtmz William K.Burton(Aug 23,2019) Date: Aug 23s 2919 Name: William K. Burton Recommended by: Title: Executive Vice President i11,,,.A Date: Aug 23,2019 Evelyn Roberts(Aug 23,2019) Evelyn Roberts/Jennifer Ezemack Project Assistant Planning and Development Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and Approved as to Form &Legality: administration of this contract, including ensuring all performance and reporting Ricncird A. iv%c;CrgoKen requirements. Richard A.McCracken(Aug 23,2019) Richard A. McCracken Assistant City Jennifer Ezernack on behalf of Janie Morales(Aug 23,2019) NAttorney M&C No. Name: Janie Morales Date: Title: Development Manager Form 1295: N/A y FORT ATTEST: ' " U fvr f�o�sairi P, ���A� � • or Ronald P.Gonzales(Aug 6,2019) •'• Mary J. Kayser/Ronald Gonzales 'FX� : City Secretary/Assistant City Secretary City of Fort Worth,Texas OFFICIAL RECORD Standard Community Facilities Agreement-North Beach Street&Litsey Rd.Paving &Drainage CFA Official Release Date: 02.20.2017 CITY SECRETARY ' Page 9 of 11 FT.WORTH,TX 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 ❑ Exhibit A-1: Sewer Improvements ❑ Water and Sewer Cost Estimates ® 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-North Beach Street&Litsey Rd.Paving &Drainage CFA Official Release Date:02.20.2017 Page 10 of 11 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. ?.021 i 8 None. City of Fort Worth,Texas Standard Community Facilities Agreement-North Beach Street&Litsey Rd.Paving &Drainage CFA Official Release Date:02.20.2017 Page 11 of 11 uu r:u D.V•and PROF AAA Pwr rr SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application tYoj�lt Item tntirm:mcvt walln'6 HOfk110I IfrJlt+tUegc >jncajttaucut 1nR.,1 Unt tia Donapwm ti tian Nn tlea�erc (tnanttry t'nu Ptcec 1kd ti<rhte UNIT 1:PAVING IMPROVEMENTS 1 3110 0101 Srte Clearing 31 1000 LS 1 $13.500,00 S 18.500,00 2 3123 0103 Barrow by Plan(Fill Per Plan) 31 23 16 CY 2,644 $6.50 $17.186 00 3 3123 0101 Unclassified Excevelton by Plan(Cut Per Plan) 31 23 16 CY 3 037 S5.50 S16,703 50 4 3125 0101 SWPPP a I acre 31 Z5 00 LS 1 $18.500.00 S18,$ 00 00 5 0241 1 t00 Remove Asphalt Pvmt 0241 15 Sy 2,056 $12 00 $24,672 00 8 99990001 Remove Gravel Read 40 00 00 SY 3,178 55.00 515.880 00 7 0241 0500 Remove Fence 0241 13 LF 2,526 5400 S10,104 0 6 3305 0107 Manhole Adjustment b6nar 33 05 14 EA 9 S600 00 35,400 00 9 33305 0111 Valve Box Adjustment 33 a5 14 EA 9 5600.00 S5.400W 10 3216.0101 6`Conc Curb and Gutter 32 1613 LF 102 $30 00 53 060 00 11 3213 0105 10"Conc Pvmt 32 13 13 SY 14,312 S59.00 S844 408 00 12 32110502 8-Lime Treatment(Concrete Pavementl 32 11 29 SY 15,254 $4 00 S61,016 00 13 32110400 H arated Lime tCancrete Pavement) 32 11 29' TN 342 $185 00 363,270 00 1.1 3212 0503 0"Asphalt Base 14"Type B,2"Type D 31 12 16 SY 728 S36.00 S26.136 00 15 3211 0502 8"Ltme Treatment(As nalt Pavement) 32 11 29 SY 773 $4 00 S3.092.00 16 3211 0400 Hydrated Ltme(Aspnelt Pavement) 32 t 1 29 TN 12 S 135,00 S2.220.00 17 9999 0002 Brick Pavers 0013000 SY 204 $205.00 S41.820 00 18 3213 0503 Barrier Free Ramp,Type M•1 32 13 20 EA 4 $1,400 00 35 600,00 111 3213.0510 Barrier Free Ramp,Type C•3 32 1320 EA 6 31,20000 37200.001 20 32921400 Seeding.H dromulth 32 92 13 SY 27,684 S 1,00 S27,684 00 21 3291 0100 Topsoil 32 91 19 CY Z072 $18.90 S37.296 00 22 9999 0003 6"CONOT PVC SCH 40 iT) 00 00 00 LF 1 396 $30 00 $41,880,00 23 9999 0004 4'CONOT PVC SCH 40(T) 00 00 00 LF 1.396 S20.00 $27 920-00 24 199W0005 2-CONDT PVC SCH 40(T) 00 00 00 LF 860 31200 S 10 428 00 :5 9999 0005 20'CtJNOT PVC C305 QQ 00 00 LF 271 $90 00 S24.840 00 26 3471 0001 Traffic Control 34 71 13 MO 5 a3.500 00 $17 500.00 I TOTAL UNIT 11-PAVIN WIMPnOVEMEwisi $1,377,715.50 un ur nrRruuRrn cra ru�Rnrru:crRt+11l}X�1icl�tl atiVv tXXIA14 R rs.ukvt•1 WR A%AADEo PROW15 rn,q\t1NA,4trtsmly t:n1� ,b,i!a}pW lhup,tfl O>1P Jt iw is tt VAP.9ui PRof,issL Pigc 1 cr SECTION 00 42 43 Developer Awarded PrgectS-PROPOSAL FORM UNIT PRICE BID Bidder's Application Nrillcct 1rCm iflr(MilIBfNMi 110.10c's 14apncii ltidlw Itch rkwilritin Slimiiemon Umf nr Did Lifa PFKe Hill\'.dne � Bretton Nu 1lemwr !A.anfus UNIT 1:PAVEMENT MARKING8iS INAGE IMPR,,� V M NTS 27 3217.4301 Remove 4"Pvmt Mark 32 17 23 LF Isis $1 00 S 1 615 00 28 3217.4303 Remove 8"Pvmt Marking 32 17 23 LF 26 E1.00 $213.00 29 3441 4109 Remove Sin Panel 8 Past 3441 30 EA 2 $300.00 5600 00 30 3217 000t 4^SLO Pvmt Markin HAS{V1n 32 1723 LF 725 $2 00 $1 450 00 31 3217.0002 4"SLD Pvmt Markin HAS(Y) 32 17 23 LF 1908 32.00 $3.818.00 32 3217.0003 4"BRK Pvmt Markin HAS{W) 33 17 23 LF 1059 52.00 52,11800 33 3217 0004 4"8RK Pvmt Marking HAS fYj 33 1723 LF 144 S2 00 5288 00 34 3217 0201 W SLO Pvmt Madring HAS MJ) 34 17 23 LF 765 S4 00 33.060 00 35 3217 0202 8"SLD Pvmt Markin HAS{'f} 34 1723 LF 72 $4 00 5288.00 36 3217 0501 24"SLO Pvmt Markin IWI 32 1723 LF 954 S15 00 $14.310,00 37 3217 Vol. REFL Raised Marker TY I-C 32 1723 EA 62 54.00 $248.00 38 3217,2103 REFL Raised Marker TY II-A-A 32 1723 EA 27 S4 00 $108 00 39 3217 210 REFL Raised Marker TY 11-C-R 32 1723 EA 73 $4 00 5292.00 40 3217 1002 Lane Legend Arrow 32 1723 EA 8 53%00 $2,800.00 41 9999.0007 Lane Legend Words"'MERGE" 00 00 00 EA I 5500.00 $500.00 42 9999.0008 Install Alum Sign Ground Mount-ATC Standard 00 00 00 EA 17 $1,400 00 523.800 00 43 9999.0009 Install Additional Signs to EvisNrtg Ground Mount 00 00 00 EA 14 $1 400 00 S 19.600.00 -ATC Standard 44 9999.0010 Install End of Roa4way Barricade 00 00 00 LF 62 $30.00 $1.860.00 TOTAL UNIT 1:PAVEMENT MARKING 3 SIGNAGE IMPROVEMENT 576.779.00 MY of ruler ttoxlN craail�isorcuSrllurnUNVIEC/HCs"!WIS1 A'f ME.rc.11eVFt.nPF,1 AWApnrnrkalEM$ Fm,Val— I -W v At rufi rngw.,A nAP t!. n.rF Nm PRO"AL PW 4 erf SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORI61 UNIT PRICE BID Bidder's Application Mo ect Item Infanlonon fluldu■N.,p,,%A tiidbit Itru1 fiemgpton 4luarric111ou Vnd 01' fiid I'M Nice 11$j 421ut: w, Swum NO \1da we Vuannfi UNIT is STORM DRAIN IMPROVEMENTS 45 3349 6002 1$'Recessed Inlet 334920 EA 5 $5.200.00 $26.000 00 I i TOTAL UNIT V.STORM OVA IMPROVEMENTS, $26.000.00 tiTY l/T FURT WfM rig 'if ANDA Rp COMTRLCI 1011 SK CIFIC MIN fW1 SIEWIS•DIN11.10+11 AWXI)VA,YAWECTS FF.v Wn"Upusi4a I IIII1 Ipi 4'i?14d P.11.9 PAP III AI J;t,• PAP•Ytri 1`90"AL P31c f o1 t SECTION 00 42 43 Developer Awarded Projects•PROPOSAL FORM UNIT PRICE BID Bidder's Application tgote�'1 itttin lnfunnatYtn OwLlcr',Prt,tlusal 1401a Ikn+ `+/wGifrtWIWI t nn t+i lot t,+ Defa1jYlt+n t tillNice tiW l'P(YC ++CLIt11i1 No \ICtt+NfC UNIT 1:1:STREET LIGHT IMPROVEMENTS 46 12605.3015 2"CONOT PVC SCH 80 Ji 28 05 33 LF 2 230 $12.00 $26.760 00 47 2605 3025 3'CONOT PVC SCH 80 Ti 26 05 33 LF e80 S 15 00 $13.200 00 48 3441 1409 NO 3 Insulated Elea Condr 34 41 10 LF 6.815 34.00 $27,260-00 49 3441 1405 NO 2 Insulated Elea Cdndr 3441 10 LF 60 44 00 S240.00 50 3441 3302 R Ilium Foundation TY 3 5,6,and 8 34 41 20 EA 6 41,200 00 3720000 51 3441 1772 Furnishtiostall 240.480 Volt Single Phase Transocket 3441 20 EA 1 S7 500 00 S7 500 00 Metered Pedestal 52 134411,1502 Ground Box Ty B.w/Aoron 3441 10 EA 13 S850 00 S11.050.00 53 19999 0011 Furnlsf+tlnstall Powder Coat Black Tjoe 18 Pole 34 4120 EA 6 S3,20000 S19 200 00 64 9999.0012 Furnishtlnstail Powder Coat Black Type 338 Arm 34 41 20 EA 10 $600 00 36,000 00 55 9999 0013 Furrosh/lnstail Powder Coat Black LED Lighting Fixture 34 41 20 EA 10 $800 00 $8 000 00 (133 watt AT62 Cd6rahead) i TOTAL UNIT 1:STREET LIGHT IMPROVEMENTS1 112S,410.0 City 1*IMI t%.$N Tit S'fANLIARDr't]'%(PtL4'FILVISPi;f IFI(*trP)l`IXI(`t%fiNt-MVFL(OPEN%WANDEDPPDIMT.S Pnne ttlttr+lyn+h+1 Jn S Iq+tJ J i RPl 14UP,41 DA P th W 4:it DAY•U1U MOUSAL Pape 1 d 3 SECTION 00 42 43 Developer Awarded Prolacts-PROPOSAL FORM UNIT PRICE DSD Bidder's Application Roj t Itcnr toY vimt m Drddcr s Au vial Sldba iron pcd :. .'nn of tiid L'm1 once ttt4 Value 1r. No \h•U.arc thram11v Bid Summa UNIT t.PAVING IMPROVEMENTS 1 $1 377 715 50 UNIT I PAVEMENT MARKINGS&SIGNAGE IMPROVEMENTS 1 $76.779 00 UNIT 1 STORM DRAIN IMPROVEMENTS $26,000 00 UNIT 1 STREET LIGHT IMPROVEMENTS S 126,410 00 To l Constfucticn Bid 1, $1,606.904.50 Contractor agrees to complete WORK for FINAL ACCEPTANCE-within 1,C) calendar days after the date when the CONTRACT commences to run as provided in the General Conditions. END OFSFA IIli% C IT Y aW 109T Bark ill TTAND%ADC0.4511114 TIM 1PEPIFICAMM rUX tAtE-01•DEVC WrF.l aN'AAUr D Pf10JECT5 Nwo 4,yM+�.7uegt r I NW. rb,J;4�am 1`1,1 ar DAP yr -------------------- ------------------------------- -------------------- ----------------------------------- ---------------------- 377 114 TEXAS F,q LITSEY RD A��yF SITE 114 W U) TEXAS m Z 170 TEXAS 0 a w a LL U� Z U s Q LL • U 0 i a 'a U _U E U •- ------------------------------------------_---------_--------------------------------- ------------------------------------ .----- ----------- o}� ALLIANCE CENTER NORTH OWNER/ DEVELOPER: PELOTON F NORTH NORTH BEACH STREET HILLWOOD ALLIANCE 1�i LAND SOLUTION! UI SERVICES, LLC 9800 HILLWOOD PARKWAY NOT TO SCALE & LITSEY ROAD SUITE250 9800 HILLWOOD PARKWAY,SUITE 300 FORT WORTH,TX 76177 a PAVING&DRAINAGE PHONE:617-562-3350 3 DATE:JUNE,2019 FORT WORTH,TEXAS 76177 x CITY PROJECT NO.10211E PHONE: (817) 224-6000 0 FAX: (817) 244-6060 3 c� AIL INVESTMENT,L.P. AIL INVESTMENT,L.P. INST.#201 6-1 1 9802 G REMAINDER R.P.R.D.C.T. INST.#2016-119801 R.P.R.D.C.T. ROA � co V LOT 3,BLOCK 1 ALLIANCE CENTER NORTH NO.3,LTD. INST#2018-73157 R.P.R.D.C.T. AIL INVESTMENT,L.P. / REMAINDER / INST.#2016-119802 / R.P.R.D.C.T, LEGEND PROPOSED CONCRETE PAVEMENT 0 H.C. RAMPS BY DEVELOPER EXHIBIT B - PAVING ..................... ---------------- -- ENGINEER: ALLIANCE CENTER NORTH OWNEF�/DEVELOPER: i�ll� PELOTON 0 NORTH 300' NORTH BEACH STREET HILLWOOD ALLIANCE I-1 LAND SOLUTIONS SERVICES, L.P. 9800& LITSEY ROAD OOD 9800 HILLWOOD PARKWAY,SUITE 300 E PARKWAY, SUITE 250 DATE:JUNE 2019 FORT WORTH,TEXAS 76177 FORT WORTH,TEXAS 76177 GRAPHIC SCALE CITY PROJECT NO.102118 PHONE: (817) 224-6000 PHONE:817-562-3350 ....... ................................................................................................... AIL INVESTMENT,L.P. REMAINDER INST.#2016-119801 R.P.R.D.C.T. EX SD-A2 21" RCP EX SD-Al 21" RCP AIL INVESTMENT,L.P. INST.#2016-119802 R.P.R.D.C.T. / i --� EX SD-A4 21" RCP i LOT 3,BLOCK 1 / EX SD-A6 21" RCP ALLIANCE CENTER NORTH NO.3,LTD. INST.#2018-73157 R.P.R.D.C.T. / / EX SD-A9 21" RCP i 44/ AIL INVESTMENT,L.P. REMAINDER INST.#2016-119802 R.P.R.D.C.T. co � VZ AZ D 20 a U ZI S ¢ U LEGEND _ PROPOSED STORM DRAIN INLET ; --�-- EXIST STORM DRAIN INLET U E 2 EXHIBIT B1 - STORM DRAINAGE 0 p� ENGINEER: D OWNER/ DEVELOPER: FZZ ALLIANCE CENTER NORTH !11!!! PELOTON = 0 N�RTM 300' NORTH BEACH STREET HILLWOOD ALLIANCE I LAND 30LUTIDN5 N & LITSEY ROAD SERVICES L.P.9800 HILLWOOD PARKWAY,SUITE 300 DATE:JUNE 2019 FORT WORTH,TEXAS 76177 PARKWAY, SUITE 76177 250 3 GRAPHIC SCALE CITY PROJECT NO.102118 PHONE: (817) 224-6000 FORT PHONE:817-5623350 0 --- -------- - ------- ------- - - --------------- --- AIL INVESTMENT L.P. REMAINDER AIL INVESTMENT, P. INST.#2016-119801 INST.#2016-11980L.2 R.P.R.D.C.T. R.P.R.D.C.T. \ ��TSFY ROAO 40 LOT 3,BLOCK 1 ALLIANCE CENTER NORTH NO.3,LTD. 7�- INST.#2018-73157 / O R.P.R.D.C.T. / / AIL INVESTMENT,L.P. 1 / REMAINDER INST.#2016-119802 R.P.R.D.C.T. LEGEND PROPOSED STREET LIGHTS Q EXIST STREET LIGHTS EXHIBIT C - STREET LIGHTS .......................................................................................... --......--------------- ------------- ALLIANCE CENTER NORTH OWNER/ DEVELOPER: ENGINEER: NORTH BEACH STREET HILLWOOD ALLIANCE 1I111 PELOTON 0 NORTH 300' III LAND SOLUTIOw4 & LITSEY ROAD SERVICES, L.P. 9800HILLWOOD DATE:JUNE 2019 9800 HILLWOOD PARKWAY,SUITE 300 PARKWAY,SUITE 250 CITY PROJECT NO.10211E FORT WORTH,TEXAS 76177 GRAPHIC SCALE PHONE: (817) 224-6000 FORTONE:81 WORTH,TEXAS 77 PHONE:817-562-3350 AIL INVESTMENT,L.P. REMAINDER AIL INVESTMENT,L.P. INST.#2016-119801 INST.#2016-119802 R.P.R.D.C.T. R.P.R.D.C.T. .\SEYR OAD LOT 3,BLOCK 1 ALLIANCE CENTER NORTH NO.3,LTD. INST.#2018-73157 R.P.R.D.C.T. AIL INVESTMENTS L.P. REMAINDER INST.#201 6-1 1 9802 R.P.R.D.C.T. � O LEGEND . PROPOSED STREET NAME SIGNS 0 EXIST STREET NAME SIGNS EXHIBIT C1 - STREET NAME SIGNS = ------------------------ ------------ ---------- ENGINEER: ALLIANCE CENTER NORTH OWNER/ DEVELOPER: , 0 NORTH 300' NORTH BEACH STREET HILLWOOD ALLIANCE , PELOTON & LITSEY ROAD SERVICES, L.P. �AMD .-T.. DATE:JUNE 2019 9800 HILLWOOD CITY PROJECT NO.102118 9800 HILLWOOD PARKWAY,SUITE 300 PARKWAY,SUITE 250 FORT WORTH,TEXAS 76177 FORT WORTH,TEXAS 76177 GRAPHIC SCALE PHONE: (817) 224-6000 PHONE:817-562-3350