Loading...
HomeMy WebLinkAboutContract 53564 Received Date: 02/24/20 Received Time: 12:30 PM Developer and Project Information Cover Sheet: Developer Company Name: DRH-HWY 114,LLC Address, State,Zip Code: 6751 North Freeway,Fort Worth,TX,76131 Phone&7EmaiI-T817-230-0800,bmclark Adrhorton.com Authorized Signatory,Title-I Benjamin M Clark,Assistant Vice President Project Name: Liberty Trails Phase I Brief Description: Water,Sewer,Paving,Storm Drain, Street Lights Project Location: Plat Case Number: Plat Name: Mapsco: Council District: ETJ CFA Number: CFA19-0144 City Project Number: 101805 REC® City of Fort Worth,Texas C# SECRETARY Standard Community Facilities Agreement-Liberty Trails Phase I FT �4 CFA Official Release Date:02.20.2017 Page 1 of 15 STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. 53564 WHEREAS, DRH — HWY 114, 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 Liberty Trails Phase IA ("Project") within the City or the extraterritorial jurisdiction of Fort Worth,Texas ("City"); and WHEREAS, the Project is located on property that is the subject of an Amended Agreement Concerning the Operation of South Denton County Water Control and Improvement District No. 1 (City Secretary Contract No.42127-A1),and an Amended Development Agreement (City Secretary Contract No. 42128-A1); 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. City of Fort Worth,Texas Standard Community Facilities Agreement-Liberty Trails Phase 1A OFFICIAL RECORD CFA Official Release Date:02.20.2017 CITY SECRETARY Page 2 of 15 FT. WORTH,TX B. Developer shall provide financial security in conformance with paragraph 6, Section II, of the Policy and recognizes that there shall be no reduction in the collateral until the Project has been completed and the City has officially accepted the Improvements. Developer further acknowledges that said acceptance process requires the Developer's contractor(s) 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 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 City of Fort Worth,Texas Standard Community Facilities Agreement-Liberty Trails Phase I CFA Official Release Date: 02.20.2017 Page 3 of 15 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. iii. To require the contractor(s) it hires to perform the construction work contemplated herein to provide insurance equal to or in excess of the amounts required by the City's standard specifications and contract documents for developer-awarded infrastructure construction contracts. The City shall be named as additional insured on all insurance required by said documents and same will be evidenced on the Certificate of Insurance (ACORD or other state-approved form) supplied by the contractor's insurance provider and bound in the construction contract book. iv. To require its contractor to give 48 hours advance notice of intent to commence construction to the City's Construction Services Division so that City inspection personnel will be available;to require the contractor to allow the construction to be subject to inspection at any and all times by City inspection forces,to not install or relocate any sanitary sewer, storm drain, or water pipe unless a responsible City inspector is present and gives his consent to proceed, and to make such laboratory tests of materials being used as may be required by the City. V. To require its contractor to have fully executed contract documents submitted to the City in order to schedule a Pre-Construction Meeting. The submittal should occur no less than 10 working days prior to the desired date of the meeting. No construction will commence without a City-issued Notice to Proceed to the Developer's contractor. vi. To delay connections of buildings to service lines of sewer and water mains constructed under this Agreement, if any, until said sewer and water mains and service lines have been completed to the satisfaction of the Water Department. G. Developer shall provide at its expense, unless otherwise agreed to by City, all engineering drawings and documents necessary to construct the improvements under this Agreement. H. Developer shall cause the installation or adjustment of the required utilities to serve the development or to construct the Improvements required herein. City of Fort Worth,Texas Standard Community Facilities Agreement-Liberty Trails Phase I CFA Official Release Date: 02.20.2017 Page 4 of 15 I. City shall not be responsible for payment of any costs that may be incurred by Developer in the relocation of any utilities that are or may be in conflict with any of the community facilities to be installed hereunder. J. Developer hereby releases and agrees to indemnify, defend and hold the City harmless for any inadequacies in the preliminary plans,specifications and cost estimates supplied by the Developer for this Agreement. K. Developer agrees to provide, at its expense, all necessary rights of way and easements across property owned by Developer and required for the construction of the current and future improvements provided for by this Agreement. L. The Developer further covenants and agrees to, and by these presents does hereby, fully indemnify, hold harmless and defend the City, its officers, agents and employees from all suits, actions or claims of any character,whether real or asserted,brought for or on account of any injuries or damages sustained by any persons (including death) or to any property, resulting from or in connection with the construction, design, performance or completion of any work to be performed by said Developer, its contractors, subcontractors, officers, agents or employees, or in consequence of any failure to properly safeguard the work, or on account of any act, intentional or otherwise, neglect or misconduct of said Developer, its contractors, sub-contractors, officers, agents or employees, whether or not such injuries, death or damages are caused, in whole or in part, by the alleged negligence of the City of Fort Worth, its officers, servants, or employees. M. Developer will further require its contractors to indemnify, defend and hold harmless the City, its officers, agents and employees from and against any and all claims, suits or causes of action of any nature whatsoever, whether real or asserted, brought for or on account of any injuries or damages to persons or property, including death, resulting from,or in any way connected with,the construction of the infrastructure contemplated herein,whether or not such injuries, death or damages are caused, in whole or in part, by the alleged negligence of the City of Fort Worth, its officers, servants, or employees. Further,Developer will require its contractors to indemnify, and hold harmless the City for any losses, damages, costs or expenses suffered by the City or caused as a result of said contractor's failure to complete the work and construct the improvements in a good City of Fort Worth,Texas Standard Community Facilities Agreement-Liberty Trails Phase I CFA Official Release Date: 02.20.2017 Page 5 of 15 and workmanlike manner, free from defects, in conformance with the Policy, and in accordance with all plans and specifications. N. Upon completion of all work associated with the construction of the Improvements, Developer will assign to the City a non-exclusive right to enforce the contracts entered into by the Developer with its contractor along with an assignment of all warranties given by the contractor, whether express or implied. Further, Developer agrees that all contracts with any contractor shall include provisions granting to the City the right to enforce such contracts as an express intended third party beneficiary of such contracts. O. Inspection and material testing fees are required as follows: i. Developer shall pay in cash water and wastewater inspection fees and material testing fees equal to two percent (2%) for a total of 4% of the developer's share of the total construction cost as stated in the construction contract. ii. Pursuant to the Amended Development Agreement, inspections and testing of all other Improvements, except water and sewer Improvements, shall be performed by inspectors retained and paid for by the South Denton County Water Control and Improvement District No. 1 ("District"), or the property owner on behalf of the District, said inspectors to be approved by the City. Copies of all inspection and testing reports shall be provides to the City by the Developer within five (5) business days of the date of the inspection. The City shall have the right to test the Improvements at any time and to participate in a final inspection of all Improvements. P. COMPLETION WITHIN 2 YEARS i. Developer shall complete the Improvements within two (2) years, provided, however, if construction of the Improvements has started within the two year period,the developer may request that the CFA be extended for one additional year. ii. Nothing contained herein is intended to limit the Developer's obligations under the Policy, this Agreement, its financial guarantee, its agreement with its contractor or other related agreements. iii. The City may utilize the Developer's financial guarantee submitted for this Agreement to cause the completion of the construction of the Improvements if at City of Fort Worth,Texas Standard Community Facilities Agreement-Liberty Trails Phase I CFA Official Release Date: 02.20.2017 Page 6 of 15 the end of two (2)years from the date of this Agreement(and any extension period) the Improvements have not been completed and accepted. iv. The City may utilize the Developer's financial guarantee to cause the completion of the construction of the Improvements or to cause the payment of costs for construction of same before the expiration of two (2) years if the Developer breaches this Agreement, becomes insolvent or fails to pay costs of construction and the financial guarantee is not a Completion Agreement. If the financial guarantee is a Completion Agreement and the Developer's contractors and/or suppliers are not paid for the costs of supplies and/or construction, the contractors and/or suppliers may put a lien upon the property which is the subject of the Completion Agreement. 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 City of Fort Worth,Texas Standard Community Facilities Agreement-Liberty Trails Phase I CFA Official Release Date: 02.20.2017 Page 7 of 15 notice to Developer, shall have the right to immediately terminate this Agreement for violations of this provision by Developer. [REMAINDER OF PAGE INTENTIONALLY BLANK] City of Fort Worth,Texas Standard Community Facilities Agreement-Liberty Trails Phase I CFA Official Release Date: 02.20.2017 Page 8 of 15 Cost Summary Sheet Project Name: Liberty Trails Phase 1 A CFA No.: CFA19-0144 City Project No.: 101805 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 $ 270,708.00 2.Sewer Construction $ 154,416.00 Water and Sewer Construction Total $ 425,124.00 B. TPW Construction 1.Street $ 2,140,035.95 2.Storm Drain $ 1,538,989.00 3.Street Lights Installed by Developer $ 103,346.04 4. Signals $ - TPW Construction Cost Total $ 3,782,370.99 Total Construction Cost(excluding the fees): $ 4,207,494.99 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 8,502.48 D. Water/Sewer Material Testing Fee(2%) $ 8,502.48 Sub-Total for Water Construction Fees $ 17,004.96 E. TPW Inspection Fee(4%) F. TPW Material Testing(2%) G. Street Light Inspsection Cost H. Signals Inspection Cost $H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ - Total Construction Fees: $ 17,004.96 Choice Financial Guarantee Options,choose one Amount Mark one Bond= 100% $ 4,207,494.99 x Completion Agreement=100%/Holds Plat $ 4,207,494.99 Cash Escrow Water/Sanity Sewer-125% $ 531,405.00 Cash Escrow Paving/Storm Drain=125% $ 4,727,963.74 Letter of Credit=125%w/2 r expiration period $ 5,259,368.74 City of Fort Worth,Texas Standard Community Facilities Agreement-Liberty Trails Phase I CFA Official Release Date: 02.20.2017 Page 9 of 15 ACCORDINGLY,the City of Fort Worth and Developer have each caused this instrument to be executed 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 DRH—HWY 114,LLC 4711alyl� Dana Burghdoff(Feb 21,20ig Dana Burghdoff By: D.R.Horton—Texas,Ltd., Interim Assistant City Manager a Texas limited partnership,its sole Date: member Feb;!!,2020 By: Meadows I,Ltd., a Delaware Recommended by: corporation,its general partner (( yJ i Benjamin M Clark(Feb 20,2020) U4AA Evelyn Robe (Feb 20,2020) Name: Benjamin M Clark Evelyn Roberts/Jennifer Ezernack Title: Assistant Vice President Project Assistant Feb 20,2020 Planning and Development Date: Approved as to Form &Legality: Contract Compliance Manager: By signing, I acknowledge that I am the Richard A NicCr�cKen Richard A MrCrarkan(fph�1 2020) person responsible for the monitoring and . Richard A. McCracken administration of this contract,including Assistant City Attorney ensuring all performance and reporting M&C No. N/A requirements. Date: 0 Form 1295: 4!_ Jen er• mackon behalf of(Feb 21,2020) Name: Janie Morales ATTEST: S Title: Development Manager �f Ronald P.Gonzales(eb 24,2020) - Mary J. Kayser/Ronald Gonzales City Secretary/Assistant City Secretary City of Fort Worth,Texas OFFVCiAL RECORD Standard Community Facilities Agreement-Liberty Trails Phase I CITY SECRETARY CFA Official Release Date:02.20.2017 Page 10 of 15 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 ® Attachment 2—Phased CFA Provision ® 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-Liberty Trails Phase I CFA Official Release Date: 02.20.2017 Page 11 of 15 ATTACIEMENT"1" Changes to Standard Agreement Community Facilities Agreement City Proj ect No. 101805 Revisions are included in the body of the agreement. City of Fort Worth,Texas Standard Community Facilities Agreement-Liberty Trails Phase I CFA Official Release Date: 02.20.2017 Page 12 of 15 ATTACHMENT "2" Phased CFA Provision City Project No. 101805 The improvements being constructed by Developer pursuant to this Agreement will connect to improvements Developer is constructing under a separate Community Facilities Agreement that have not been completed and accepted by the City. Therefore, this Agreement shall be considered a"Phased CFA"and the provisions contained in this section shall apply to this Agreement. The improvements being constructed by Developer under the separate Community Facilities Agreement shall be defined as the "Parent Project." The improvements being constructed by Developer under this Agreement shall be defined as the "Child Project." Developer acknowledges and agrees that due to Developer's election to construct a Phased CFA, the potential exists for technical, delivery, acceptance or performance problems (hereinafter "Construction Problems"). Construction Problems may include, but are not limited to: failure of the improvements to comply with the approved plans or City Specifications; failure of the improvements in the Parent Project and the Child Project to properly connect to each other; changes to the design or construction of the improvements in the Parent Project that impact the design and construction of the improvements in the Child Project; construction delays, delay claims, or claims for liquidated damages; increased costs for the Developer; failure of the improvements to pass inspection or material testing; or rejection by the City of some or all of the improvements and Developer having to remove and reconstruct the improvements at Developer's expense. In addition, Developer understands and agrees that disputes may arise between Developer's contractors or their subcontractors relating to responsibility for the Construction Problems. Developer shall be solely responsible for resolving disputes between contractors or disputes between contractors and subcontractors. Developer further acknowledges and agrees that Developer has notified all of Developer's contractors for the Project that Developer has elected to construct a Phased CFA, the provisions of this section, the risks associated with a Phased CFA, and that the City shall not bear any responsibility for Developer's decision to proceed with a Phased CFA. Developer shall not make the final connection of the improvements in the Child Project to the improvements in the Parent Project until the improvements in the Parent Project have been constructed and accepted by the City and the City has consented to Developer making the connection. Developer agrees that if this Agreement is for improvements relating to the construction, renovation or modification of one or more single family residential homes or structures, the City will not record the plat related to the Project until the improvements are constructed and accepted City of Fort Worth,Texas Standard Community Facilities Agreement-Liberty Trails Phase I CFA Official Release Date: 02.20.2017 Page 13 of 15 by the City. Developer agrees that if this Agreement is for improvements relating to the construction, renovation or modification of one or more commercial buildings or structures, the Developer shall not receive a Certificate of Occupancy from the City for the building(s)related to the Project until the improvements in this Agreement are constructed and accepted by the City. Developer further understands and agrees that completion of the improvements under this Agreement does not entitle Developer to obtain a final plat of the property until all other requirements of Federal law, State law, or the City Code relating to the filing and recording of a final plat have been met by Developer. BY CHOOSING TO CONSTRUCT A PHASED CFA, DEVELOPER ASSUMES ALL RISKS AND DEVELOPER SHALL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL DAMAGES, INCLUDING BUT NOT LIMITED TO ANY AND ALL ECONOMICDAMA GES PROPERTYLOSS,PROPERTYDAMAGESANDPERSONAL INJURY, (INCLUDING DEATH OFANYKIND OR CHARACTER, WHETHER REAL OR ASSERTED. DEVELOPER HEREBYEXPRESSLYRELEASESAND DISCHARGES CITY FROM ANY AND ALL LIABILITY FOR DAMAGES, INCLUDING, BUT NOT LIMITED TOANYANDALL ECONOMICDAMAGES,PROPERTYLOSS,PROPERTY DAMAGE AND PERSONAL INJURY(INCL UDING DEATI1)ARISING OUT OF OR IN CONNECTION WITH,DIRECTLY OR INDIRECTLY, THE CONSTRUCTION OF THE IMPROVEMENTS OR DEVELOPER'S DECISION TO CONSTRUCT A PHASED CFA. DEVELOPER,AT ITS SOLE COSTAND EXPENSE,AGREES TO AND DOES HEREBY INDEMNIFY, DEFEND PROTECT, AND HOLD HARMLESS CITY, AND CITY'S OFFICERS, REPRESENTATIVES, AGENTS, EMPLOYEES, AND SERVANTS FOR, FROMANDAGAINSTANYANDALL CLAIMS(WHETHER ATLA W OR INEQUITI9, LIABILITIES, DAMAGES (INCLUDING ANY AND ALL ECONOMIC DAMAGES, PROPERTYLOSS, PROPERTYDAIVIAGES AND PERSONAL INJURIES INCLUDING DEATH LOSSES, LIENS, CAUSES OF ACTION, SUITS, JUDGMENTS AND EXPENSES (INCLUDING, BUT NOT LIMITED TO, COURT COSTS, ATTORNEYS' FEES AND COSTS OF INVESTIGATION), OF ANY NATURE, KIND OR DESCRIPTION ARISING OR ALLEGED TO ARISE BY OR IN ANY WAYRELATED TO CONSTRUCTION OF THE IMPROVEMENTS OR DEVELOPER'S CHOICE TO CONSTRUCT A PHASED CFA, OR (2) BY REASON OF ANY OTHER CLAIM WHATSOEVER OF ANY PERSON OR PARTY OCCASIONED OR ALLEGED TO BE OCCASIONED IN WHOLE OR IN PART BY THE CONSTRUCTIONS OF THE IMPROVEMENTS OR DEVELOPER'S CHOICE TO CONSTRUCT A PHASED CFA 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. City of Fort Worth,Texas Standard Community Facilities Agreement-Liberty Trails Phase I CFA Official Release Date: 02.20.2017 Page 14 of 15 DEVELOPER: BY: D.R. HORTON—TEXAS,LTD., A TEXAS LIMITED PARTNERSHIP, ITS SOLE MEMBER BY: MEADOWS I,LTD.,A DELAWARE CORPORATION, ITS GENERAL PARTNER Benjamin M Clark(Feb 20,2020) Benjamin M. Clark Assistant Vice President City of Fort Worth,Texas Standard Community Facilities Agreement-Liberty Trails Phase I CFA Official Release Date: 02.20.2017 Page 15 of 15 Exhibit D U,P-BID PROPOSAL '.. EXHIBIT D Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Description Specification Section No. Unit of Bid Unit Price Bid Value No Measure Quantity UNIT I:WATER IMPROVEMENTS 1 3305.0109 Trench Safety 33 05 10 LF 3940 $.10 $394.00 2 3311.0001 Ductile Iron Water Fittings w/Restraint 3311 11 TN 3.5 $4,800.00 $16,800.00 3 3311.0461 12"PVC Water Pipe 33 11 12 LF 1542 $44.00 $67,848.00 4 3311.0261 8"PVC Water Pipe 33 11 12 LF 2398 31.00 $74,338.00 5 3312.0001 Fire Hydrant 33 12 40 EA 3 $4,400.00 $13,200.00 6 3312.2003 1"Water Service 33 12 10 EA 47 $970.00 $45,590.00 7 3312.2203 2"Water Service 33 1210 EA 3 $2,000.00 $6,000.00 K93312.3005 3003 8"Gate Valve 33 12 20 EA 5 $1,400.00 $7,000.00 12"Gate Valve 33 12 20 EA 3 $2,400.006001 4"Blow Off Valve 331260 EA 1 $12,800.00 $12,800.00 1002 2"Combination Air Valve Assembly for Water 331230 EA 1 $7,800.00 $7,800.00 3021 3"CONDT PVC SCH 40(T) 260533 LF 410 $10.00 $4,100.00 1001 12"CONDT PVC SCH 80 m 26 05 33 LF 134 $57.00 $7,638.00 TOTAL UNIT I:WATER IMPROVEMENTS1 $270,708.00 UNIT II:SANITA Y SEWER IMPROVEMENTS 1 3301.0002 Post-CCTV Inspection 33 01 31 LF 1 1699 $4.00 $6,796.00 2 3301.0101 Manhole Vacuum Testing 3301 30 EA 9 $110.00 $990.00 3 3305.0109 Trench Safety 33 05 10 LF 1699 $1.00 $1,699.00 4 3305.0113 Manhole Adjusment,Major w/Cover 33 05 14 EA 1 $6.800.00 $6.800.00 5 3305.0113 Trench Water Stops 3305 15 EA 4 $300.00 $1,200.00 6 3331.3101 4"Sewer Service 3331 50 EA 47 $860.00 $40.420.00 7 3331.3201 6"Sewer Service 3331 50 EA 1 $1,300.00 $1,300.00 8 3331.4115 8"Sewer Pipe 33 11 10,3331 12,3331 20 LF 1639 $39.00 $63,921.00 9 3331 A116 8"Sewer Pipe,CSS Backfill 33 11 10,33 31 12,33 31 20 LF 60 $54.00 $3,240.00 10 3339.1001 4'Manhole 33 39 10,33 39 20 EA 9 $2,800.00 $25,200.00 11 13339.1003 4'Extra Depth Manhole 33 39 10,33 39 20 VF 19 $150.00 $2,850.00 TOTAL UNIT II:SANITARY SEWER IMPROVEMENTS 154416.00 UNIT III:DRAINAGE IMPROVEMENTS 1 3124.0101 Embankment by Plan 31 2400 C y 1335 $36 045.00 2 3125.0101 SWPPP Z 1 acre 31 2500 1 $500.00 $500.00 3 3137.0101 Concrete Riprap 31 3700 Sy 407 $70.00 $28,490.00 4 3137.0104 Medium Stone Riprap,dry 31 3700 Sy 1979 $65.00 $128,635.00 5 3341.0201 21"RCP,Class III 3341 10 167 $64.00 6 3341.0205 24"RCP,Class III 3341 10 1358 7 3341.0302 30"RCP,Class III 3341 10 129 11 739.00 8 3341.1502 8x5 Box Culvert 3341 10 320 518.00 1 5 7 ._ 9 3341.1603 9x6 Box Culvert 3341 10 79 658.00 51 982.00 10 3341.2002 10x5 Box Culvert 3341 10 240 749.0o 79.Z6400__ 11 3341.2003 10x6 Box Culvert 3341 10 300 788.00 236 400.00 12 3349.0001 4'Storm Junction Box 3349 10 3 ,�3.800 00 $11,400.00 13 3349.1000 4'Stacked Manhole for RCS 33 49 10 1 1 300.00 14 3349.1000 Headwall,Box Culvert 33 49 40 Cy 236 $2240,0. $528,640.00 15 3349.1000 24"Flared Headwall,1 pipe 33 49 40 EA 1 $3 50.0..E_ 16 3349.4105 24"SET,1 pipe 33 49 20 EA 2 si ono,no $6,000.00 € 17 3349.5001 10'Curb Inlet 33 49 20 EA 6 $22 200.00 18 3349.5002 15'Curb Inlet 33 49 20 EA 2 4 900.00 $9,800.00 19 3349.7001 4'Drop Inlet 33 49 20 EA 1 $4,300.00 4 300.00 TOTAL UNIT III:DRAINAGE IMPROVEMENTS $1,538,989.00 t CITY OF FORT NORTH L betq Tails.Ph-IA STANDARD CONSTRUCTION SPECIFIC ION DEVELOPER AWARDED PROJECTS CryP jwt No.IOtNUS Form Version Felx"an IG,2ol8 F h,bAD Did Prmpossl DAP_t lnliq ds Fstnnn D DAP-BID PROPOSAL. Papa 2 4 2 EXHIBIT D Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist item - No Description Specification Section No. Unit fc.s Ofore Q luan city '"it Price Bid Valve Bid Summary UNIT I:WATER IMPROVEMENTS $270,708.00 UNIT If:SANITARY SEWER IMPROVEMENTS $154,416.00 UNIT III:DRAINAGE IMPROVEMENTS �$1,538,989.00 Total Construction Bid $1,964,113.00 Performance Bond Total Performance Bond $34,000.00 This Bid is submitted by the entity named below: BIDDER: B Burnsco Construction,Inc. 6331 Southwest Blvd. Benbrook,TX 76132 TITLE: Vice President DATE: October 1,2019 Contractor agrees to complete WORK for FINAL ACCEPTANCE "190 'calendar CONTRACT commences to run as provided in the General END OF SECTION Acknowledge Addendum#1 i i CITY OF FORT WORTH Liberty'rnil,Ph—IA STAMJARD CONSTRUCTION SPECIFICATION DOCIAIFNCS-DF.VFLOPL•R AWARDED PROIFCTS Crry PmJa.l Nor IUIRU> Donn V—k.c Febr—)-1,,.2018 Fhibn D BN Prepwal_DAP_Iflility sls I PROPOSALFORM LIBERTY TRAILS-PHASE 1A PAVING AND DRAINAGE IMPROVEMENTS Project Item Information Bidder's Proposal Sidlist Descrlptlon Speciflcallon Sectlon Unit of Bld Unit Price Bid Value Item No. No. Measure 4uantlty LIBERTY TRAILS-PHASE 1A PAVING IMPROVEMENTS 1 3211.0212 6"Flexible Base,Type B.GR-2 321123 BY 654 $ 20.00 $11,060.00 2 3211.04D0 Hydrated Lime 32 11 29 TN 288.E $ 175.00 $46.997.50 3 $211.0501 6"Urna Treatment 32 11 29 SY 15340 $ 4.35 $65,729,00 4 3212.0302 2"Asphalt Pvmt Type❑ 321216 SY 553 $ 26.25 $14.516.25 5 13213,0101 6"Conc Pvmt 321313 SY 8362 $ 38.95 $325,699,90 6 3213.0103 8"Conc Pvmt 321313 SY 6073 $ 43.90 $266,604.70 7 3213.0401 8"Conerata Driveway 321220 SF 1313 $ 7.50 $9,847.50 8 3213.0301 4"Con Sidewalk 321320 SF 27572 $ 5.75 $158.539.00 9 3213.0501 Barrier Frea Ramp,Type R-1 32 13 20 EA 6 $ 2,050.00 $12.300.00 10 3213.0506 Barrier Free Ram R,Typ a P-1 32 13 20 EA 2 $ 1,750.00 $3,500.00 11 3291.0100 Topsoil 3291 19 Cy 471 IS $0.00 $23.650.00 12 3292.0400 Seeding,Hydromulch 329213 SY 1941 $ 1.50 $2,911.50 13 9999.3001 318' Steel Plate Fiume Cross}n9 EA 1 $ 2,500.00 $2,600.00 14 9999.3002 Pedestrian RalI Type PRII LF 907 $ 150.00 $148,050.00 TOTAL PAVING IMPROVEMENTS= $1,092,815.35 TOTAL LIBERTY TRAILS PHASE 1A G $1,092,815.35 PROPOSALFORM LIBERTY TRAILS-PHASE 1A PAVING AND DRAINAGE IMPROVEMENTS Project Item Information Bidder's Proposal aldllst Description specification Sectlon Unit of Bid Unit Price Bid Value Item No. No. Measure quantity BROOKFIELD-TxDOT DECELERATIONS LANES PAVING IMPROVEMENTS 1 0104 6001 REMOVING CONC(PAV) SY 14 $ 20.00 $280.00 2 0104 6067 REMOVING CONC(SAWCUT) LF 61 $ 20.09 $1.620.00 3 0105 6011 REMOVING STAB BASE AND AS PH PAV(2"-6") SY 91 $ 15.00 $1,365.00 4 0110 6004 EXCAVATION(ROADWAY AND CHANNEL) Cy 2460 $ 20.00 $49,200.00 5 0260 6002 LIME(HYDRATED LIME SLURRY}) TON 31.0 $ 175.00 $5.426.110 e 10260 6079 LIME TRT SUBGRADE)(6") SY 1 2752 $ 4.35 $11.971.20 7 02756001 CEMENT TON 34.4 $ 150.00 $5,160A0 8 0275 6 0 19 CE MENT TREAT SUSGRADE (6" BY 2752 $ 26.60 $72,928.00 9 0314 6002 EMULS ASPH BS OR SUBGR TRT}(SS-1) GAL 552 $ 4.75 $2,622.00 10 0334 6080 HMCLACP TY-D AC-1.5 TON 23.8 $ 570.00 $13,566,00 #1 0360 6006 CONC PVMT(CONT REIN -CRCP)(12") SY 2539 $ 98A5 $249,964.55 12 0500 8DD1 MOBILIZATION LS 1 $ 7.500.00 $7.500.00 13 10502 6001 BARRICADES,SIGNS,AND TRAFFIC HANDLING MO 2 1$ 10,000.001 $20,000.00 TOTAL PAVING IMPROVEMENTS= $441,601.75 DRAINAGE IMPROVEMENTS # D462 6001 CONC BOX CULV(3 FT X 2 FT) LF 100 S 209.00 $20,900.00 2 0464 6018 RC PIPE(CL IV)(24 IN) LF 54 $ 88.00 $4,752.00 3 0464 6019 RC PIPE CL IV)(30 IN) LF 94 $ 108.00 $10.152.00 4 0467 6110 SET(TY 1)(S=3 FT)(HW=3 FT (6:#)(P) EA 2 $ 10,000.00 $20.000.00 5 10467 8994 SET(TY II)(24 IN)(RCP)(6:1)(P EA 1 $ 3.100.00 $3,100.00 6 0467 6423 SET{fY II}(30 IN)(RCP)(6:1)(P) EA 1 2 $ 3.200,00 $f1,400.D0 7 0496 6004 REMOVE.STR(SET) EA 2 $ BOD.OD $1,200.00 8 0496 6007 REMOVE STR(PIPE) LF 30 $ 20-001 $600.00 TOTAL DRAINAGE IMPROVEMENTS= $67,104.00 SIGNAGE AND PAVEMENT MARKINGS 1 0666 6036 REFL PAV MRK TY I(W 8"(SLD)(100 MIL} LF 1153 $ 2.75 $3,170.75 2 0666 6048 REFL PAV MRK TY I )24"{SLD}(100 MIL) LF 62 $ 16.50 $1,023.00 3 0666 6054 REFL PAV MRK TY I(W)(ARROW)(100 MIL) EA 4 $ 250A0 $1,00D.00 4 0666 6078 REFL PAV MRK TY I W (WORD)(10D MIL) EA 4 $ 275.00 $1,100.00 5 0666 6224 PAVEMENT SEALER 4` LF 1587 $ 0.30 $476.10 6 06666226 PAVEMENT SEALER 6" LF 1382 $ 0.55 $760.10 7 0686 6230 PAVEMENT SEALER 24" LF 1153 $ 1.75 $2,017.75 6 (1666 6231 PAVEMENT SEALER(ARROW) EA 4 $ 35.00 $W4 00 9 0666 6232 PAVEMENT SEALER WORD) EA 4 5 55.00 $220.00 10 0666 6XXX REFL PAV MRK TY I(W)4"(SLD)(100 MIL) LF 1509 $ 1.30 $1,961.70 11 0666 UXXX REFL PAV MRK TY I(Y)4-{SLD}(100 MIL) LF 78 $ 1.30 $101.4Q 12 0678 6001 PAV SURF PREP FOR MRK 4") LF 1587 $ 0.30 $476.10 13 0678 6004 PAV SURF PREP FOR MRK(8") LF 1 1153 $ 0.55 $634.15 14 0678 6008 PAV SURF PREP FOR MRK(24") LF 62 $ 136 $108.50 15 0678 6009 PAV SURF PREP FOR MRK(ARROW) EA 4 $ 35.00 $140,00 M 0978 6016 PAV SURF PREP FOR MRK(WORD) EA 4 $ 65.00 $220.00 0644 6032 IN SM RD SN SUP&AM TY1 OBWG(1 SA(P-BM) EA 1 $ 476.00 $475.00 0644 6004 IN SM RD SN SUP&AM TY18BWG(1)SA M EA 2 $ 595.00 $1.190.00 TOTAL SIGNAGE AND PAVEMENT MARKINGS= $15,214.55 PROPOSALFORM LIBERTY TRAILS-PHASE 1A PAVING AND DRAINAGE IMPROVEMENTS Project Item Information Bidder's Proposal Bldilst Description Speclflcatlon Section Unit of Bid Unit Price I31d Value Item No. No, Measure Quantity EROSION CONTROL 1 0164 6031 CELL FSR MLCH SEED(TEMP)(COOL) Sy 2670 $ 1.00 $2,670,00 2 0169 SOIL RETENTION BI ANKETS(CL 1)(TY A) SY 2670 $ 1.50 $4.005,00 3 0506 6001 ROCK FILTER DAMS(INSTALL)(TY 1) I.F 120 S 20.00 $2,400.00 a 0506 6011 ROCK FILTER DAMS(REMOVE) LF 120 S 10.00 $1,200.00 5 0506 6038 TEMP SEDMT CONT FENCE(INSTALL) LF 110 $ 3.50 $385.00 6 10506 6039 TEMP SEDMT CONT FENCE(REMOVE) LF 11D $ 2.00 $220.00 TOTAL EROSION CONTROL= $10,880.00 TOTAL BROOKFIELD-TXDOT DECELERATIONS LANES= $534 800.30 PROPOSAL FORM LIBERTY TRAILS-PHASE 1A PAVING AND DRAINAGE IMPROVEMENTS Project Item Information Bidder's Proposal Bidlist Description specification Section Unit of Bid Unit Price Bid Value Item No. No. Measure Quantity BROOKFIELD-TxDOT MEDIAN LEFT TURN LANES PAVING IMPROVEMENTS 1 0104 6001 REMOVING CONC(PAV) Sy 18 $ 20.00 $360,00 2 0104 6057 REMOVING CONC(SAWCUT) LF 108 $ 20.00 $2.160,00 3 0110(1004 EXCAVATION ROADWAYAND CHANNEL) CY 1560 $ 20.00 $31.200,00 4 0260 6002 LIME(HYDRATED LIME(SLURRY)) TON 33.7 $ 175.00 $5.897.60 5 0260 6079 LIME TRT(SUBGRADE)(81) Sy 2998 $ 4.35 $13,041.30 8 0275 6001 CEMENT TON 37.8 $ 150.00 $5,625.00 7 0275 64#9 CEMENT TREAT(SUBGRADE)(B') Sy 2998 $ 28.50 $79.447.00 8 0314 6002 EMULS AS PH(BS OR SUBGR TRT)(SS-1) GAL 600 $ 4.75 $2,850.00 9 0334 6080 HMCL ACP TY-D AC-1.5 TON 26.2 $ 570.00 $14,934.00 10 10360 6006 GONG PVMT(CONT REINF-CROP)(12" Sy 2795 $ 98.451 $275,167.75 11 0500 6001 MOBILIZATION I LS 1 $ 7,500.00 $7,500.00 12 10502 6001 BARRICADES,SIGNS,AND TRAFFIC HANDLING I I MO 2 $ 104000.00 1 $20,000.00 TOTAL PAVING IMPROVEMENTS= $458,182.55 DRAINAGE IMPROVEMENTS 1 10464 6005 RC PIPE(CL IV)(24 IN) LF 1 162 $ 103.501 $16,767.00 2 10467 6394 SET(TY II)(24 IN)(RCP)(6:1)(P) EA 1 2 IS 3,100,001 $6,200,00 TOTAL DRAINAGE IMPROVEMENTS= $22,967.00 SIGNAGE AND PAVEMENT{MARKINGS 1 0666 6036 REFL PAV MRK TY 4(W)8"(SLD) 100 MIL LF 1407 $ 2.75 $3,869.25 2 0666 6048 REFL PAV MRK TY t(W)24"(SLD)(100 M1L) LF 84 $ 16.50 $1.386.00 3 0066 6054 REFL PAV MRK TY I(W)(ARROW) 100 MIL) EA 4 $ 250.00 $1,000.00 4 0686 6078 REFL PAV MIRK TY I(W)(WORD) 100 MIL) EA 4 $ 275.00 $1,100.00 5 0666 6224 PAVEMENT SEALER 4" LF 1852 $ 0.30 $555.60 6 0666 6226 PAVEMENT SEALER 8' LF 1407 $ 0.66 $773.85 7 0666 6230 PAVEMENT SEALER 24' LF 84 $ 1.75 $147.00 8 0666 6231 PAVEMENT SEALER(ARROW) EA 4 $ 35.00 $140.00 9 0666 6232 PAVEMENT SEALER(WORD) EA 4 $ 55.00 $220.00 10 0666 6XXX REFL PAV NARK TY I(Y)4°ISLD] 100 MIL) LF 1852 $ 1,30 $2,407A0 11 10678 6001 PAV SURF PREP FOR MRK(4"] LF 1952 $ 0.30 $555.60 12 OB78 6004 PAV SURF PREP FOR MRK(W-) LF 1407 $ 0.55 $773.85 13 0678 6008 PAV SURF PREP FOR MRK(24-) LF 84 $ 1.75 $147.00 14 0678 6009 PAV SURF PREP FOR MRK(ARROW) EA 4 $ 35.00 $140.00 15 0678 6016 PAV SURF PREP FOR MRK(WORD) EA 1 4 1$ 65.00 $220A0 16 0644 6002 IN SM RD SN SUP&AM TY10BWG(1)SA(P-BM EA 2 $ 475.00 $950.04 17 0644 6004 IN SM RD SN SUP&AM TY10BWG # SA ) EA 10 $ 595.00 $5,950.00 1B 0644 6036 IN SM RD SN SUP&AM TYS80(1)SA(U-BM) EA 2 $ 595.00 $1,190.00 TOTAL SIGNAGE AND PAVEMENT MARKINGS $21,525.75 EROSION CONTROL 1 0164 6031 CELL FBR MLCH SEED(TEMP)(COOL] Sy 2610 $ 1.00 $2,610,00 2 0169 6001 SOIL RETENTION BLANKETS(CL 1)(TY A) Sy 2610 $ 1.50 $3,915.00 3 0506 8001 ROCK FILTER DAMS INSTALL) 1) LF 100 $ 20.00 52,000.00 4 0506 6011 ROCK FILTER DAMS(REMOVE) LF 100 $ 10.00 $1,000.00 5 0506 603E TEMP SEDMT CONT FENCE(INSTALL) LF 40 $ 3.60 $140.00 B 10508 6039 TEMP SEDMT CONT FENCE(REMOVE) I LF 1 40 $ 2.00 I $80.04 TOTAL.EROSION CONTROL= $9,745.00 TOTAL BROOKFIELD-TxDOT MEDIAN LEFT TURN LANES= $512,420.30 PROPOSALFORM LIBERTY TRAILS-PHASE 1A PAVING AND DRAINAGE IMPROVEMENTS BID SUMMARY LIBERTY TRAILS PHASE 1A $1,092,815.35 (PAVING IMPROVEMENTS) BROOKFIELD-TxDOT DECELERATION LANES $534,800.30 BROOKFIELD-TxDOT MEDIAN LEFT TURN LANES $512,420.30 TOTAL CONSTRUCTION BID= $2,140,035.95 This Bid Is submitted by the entity named below: BIDDER: BY: -ale GIl Gilco Contracting,Inc. ` COMPANY NAME TITLE: res-Ide ti 6331 Southwest Boulevard Benbrook,TX 76132 DATE: s No ADDRESS Contractor agrees to complete WORK for FINAL ACCEPTANCE within 120 calendar days after the CONTRACT commences to run as provided In the General Conditions. END OF SECTION Proposal for Street Lights f inTno 1 1 PROJECT Liberty trails Phase 1A BID DATE 12/19/19 3:00PM (Thursday) Independent Utility Construction, Inc. OWNER City of Fort Worth 5109 Sun Valley Drive, Fort Worth TX 76119 PROJECT01 101805 817-478-4444 1 estimating@iuctx.com CoFW Pre-Qualification Expires: 04/03/2021 PP�M bonding included. Our work will take 30 working days. Item Bidl-ist Item Description Quantity LJON1 V-01 2605.2101 Conduit Box 20 EA 1.00 20.00 V-02 26305.3015 Zr CONDT PVC SCH 80 T 2,180 LF 8.58 18,704.40 V-03 3441.1410 NO 10 Insulated Elec Condr 6,539 LF 0.76 4,969,64 V-04 3441.1501 Ground Box Type B 20 EA 393.00 7,860.00 V-05 3441.1638 Install Tye 33 B Arm 20 EA 153.00 3,060.00 V-06 3441.3201 LED Lighting Fixture(R2 Optic) 18 EA 263.00 4,734.00 V-07 3441.3201 LED Lighting Fixture R4 Optic 2 EA 318.00 636.00 V-08 3441,3301 Rdwy plum Foundation TY 1 20 EA 1.064,00 21,280.00 V-09 3441.3341 Rdwy Illum TY 11 Pole 20 EA 1,691.00 33,820.00 V-10 3441.4003 Furnish/Install Alum Sign Ground Mount Cit Std. Stop Sin 4 EA 478.00 1,912.00 V-11 3441.4006 Install Alum Sign Ground Mount 10 EA 635.00 6.350.00 GRAND TOTAL: $103,346.04 I oil I�IIIIMI ■ `���� ;,`- ic:;: •. a , 1 :Ill " ��� --- � � ■ � :i■'=_ � ��'17 us ■ ■ - r �•.�� ILI RA =uiT= :uuuw � ■ — • II IIIIIIIIIIIII ���-.1 1 : '--uuu_ �■I��i au =III. �..�.��� IIIII 1 1111111u�u, y. _::•:.;�% 11111111111IF........I. ter_ =e=--1IIIIIIIIII grim ��II�I �� ��I� r�� ...��:Illlllllllllllii l IIIIIIIIIIIIIIIIIIIIIIIII—`�II •1,/ �jI IVIA • •• NO. 61112 VICINITY MAP EXHIBIT PAPE—DAWSON DATE AUGUST 2019 DESIGNER JG ENGINEERS LIBERTY TRAILS PHASE 1 A CHECKED DIA DRAWN MJT FORT WORTH I SAN ANTONIO I AUSTIN I HOUSTON I DALLAS 6500 WEST OR OR . . • 1 :1FWY 817.870.3668 TEXAS BOARD. PROFESSIONAL ENGINEERS,FIRM REGISTRATION - i 2 15 16 \ 17 PROP 18 w I 19 14 0 20 13 \ 12 \ OT 2 11 SCALE: 1"= 200' BLK 21 LOT 1 X o 200 21 W 10 BLK 2 � 9 \ a IOT21 XZ N I BLK 2 \ MATCH LINE = 0 22 I Z I I LOT 7X \ o m 23 I BLK 2 \ o r 3 0 24 2 PROP PRO vy 0 0 26 8 7 6 4 3 2 1 8..w I I12.. IF w NLOOMIS TRAIL PROP (� — — — — IL 8"�w 20 1 8 7 6 5 4 3 2 1 LOT 1 X o ir BLK 1 19 Q W U 9 0 18 0 10 PROP LOT 1 X 1 7 Lu 11 1 2"W o BLK 3CL 1 a 16 12 \ 15 13 \ r 14 TRACT B \ �m PROF 8 5.077 I Vj PROP AC RES PROP I � 8"W I STUB C U LEGEND e - MATCH LINE Q) PROPOSED WATER LINE — — rn -v O PROPOSED GATE VALVE H STA FE HWY 114 Ei 00 CD PROPOSED PROPOSED FIRE HYDRANT •• N o N JOB N0. 61112 EXHIBIT A - WATER PAPE-DAWSON N DATE AUGUST 2019 ENGINEERS a DESIGNER JG LIBERTY TRAILS PHASE 1A F < Q/.. CHECKED DM DRAWN MJT FORT WORTH I SAN ANTONIO I AUSTIN I HOUSTON I DALLAS N_ 2 OF 3 6500 WEST FWY, STE 700 1 FORT WORTH,TX 76116 1 817.870.3668 QO N SHEET FORT WORTH, TEXAS PROJ. # 101805 TEXAS BOARD OF PROFESSIONAL ENGINEERS,FIRM REGISTRATION#470 in i7 THIS DOCUMENT HAS BEEN PRODUCED FROM MATERIAL THAT WAS STORED AND/OR TRANSMITTED ELECTRONICALLY AND MAY HAVE BEEN INADVERTENTLY ALTERED. RELY ONLY ON FINAL HARDCOPY MATERIALS BEARING THE CONSULTANTS ORIGINAL SIGNATURE AND SEAL. 2 15 16 \ 17 18 OP 8" SS 19 14 20 13 \ / 12 \ OT 2 11 SCALE: 1"= 200' BLK 21 LOT 1 X 0 200 10 BLK 2 21 LL 9 \ Q IOT21 \ �I, I BL�21 aa o Ln 2 Z I LOT 7X \ o m 23 I BLK 2 \ 0 24 r � 25 I o I 26 8 7 62 4 3 2 1 PROP 8" SS w w N U — 1 RTRAII — — Of bi 2:1]EXIST 18"SS 20 0T8176 5 4 3 2 1 OT 1 X I W BLK 1 19 " 9 18 10 CONNECT TO EXIST 18"SS LOT 1 X co 1 7 11 1 o BLK 3 16CL PROP 8" SS \or \ I L 15 13 14 TRACT B \ gym\ x I 5.0" ACRES C N I E 'U EN ' LEGEND o PROPOSED SANITARY SEWER LINE N AND FLOW ARROW 0 o PROPOSED SANITARY MANHOLE - •• N j o N JOB NO. 61112 EXHIBIT Al - SEWER PAPE-DAWSON N DATE AUGUST 2019 ENGINEERS DESIGNER JG LIBERTY TRAILS PHASE 1A F < Q/.. CHECKED DM DRAWN MJT FORT WORTH I SAN ANTONIO I AUSTIN I HOUSTON I DALLAS N_ 3 OF 3 6500 WEST FWY, STE 700 1 FORT WORTH,TX 76116 1 817.870.3668 N 0 SHEET FORT WORTH, TEXAS PROJ. # 101805 TEXAS BOARD OF PROFESSIONAL ENGINEERS,FIRM REGISTRATION#470 m LL THIS DOCUMENT HAS BEEN PRODUCED FROM MATERIAL THAT WAS STORED AND/OR TRANSMITTED ELECTRONICALLY AND MAY HAVE BEEN INADVERTENTLY ALTERED. RELY ONLY ON FINAL HARDCOPY MATERIALS BEARING THE CONSULTANTS ORIGINAL SIGNATURE AND SEAL. i 2 15 16 \ 17 18 I 19 14 20 13 \ OT 2 12 LOT\1 X 11 BLK SCALE: 1"= 200' BLK 10 200 0 Lu 10 21 IOT21 Z 9 \ I BLK 2 < \ MATCH LINE 0 22 29' B/B 7X \Z,\Lu m 23 6 PVMT 2 \ ° 24 6"CURB 3 �_ 29' B/B _0 0 25 2 6" PVMT T 26 8 7 6 413 2 1 6" CURB I — i1 LOOMIS TRAIL 0 — — — N 21 � R z o I t5 7 6 5 4 3 2 1 LOT 1 X TEMP Q O 20 Q BLK 1 HMAC 19 0 9 Z I 18 10 3�,B18 LOT 1 X 1 7 11 1 VM o BLK 3 Q 16 12 6,• C AB 1-1 15 13 co \ o \ 14 TP, CT B \ gym \ X 8 5.077 AC RES L NEW GRAVEL ROAD � ;j TO EXIST.WELL SITE :3 U Ec,� LEGEND e MATCH LINE cn v PROPOSED CONCRETE PAVEMENT — 0 STATE HWY 114 Ej 00 — — 0)j PROPOSED HMAC PAVEMENT — O N j o U) JOB N0. 61112 EXHIBIT B - PAVING PAPE—DAWSON N DATE AUGUST 2019 ENGINEERS DESIGNER JG LIBERTY TRAILS PHASE 1A F < Q�.. CHECKED DM DRAWN MJT FORT WORTH I SAN ANTONIO I AUSTIN I HOUSTON I DALLAS N_ 4 OF 7 6500 WEST FWY, STE 700 1 FORT WORTH,TX 76116 1 817.870.3668 N QO SHEET FORT WORTH, TEXAS PROJ. # 101805 TEXAS BOARD OF PROFESSIONAL ENGINEERS,FIRM REGISTRATION#470 � LL THIS DOCUMENT HAS BEEN PRODUCED FROM MATERIAL THAT WAS STORED AND/OR TRANSMITTED ELECTRONICALLY AND MAY HAVE BEEN INADVERTENTLY ALTERED. RELY ONLY ON FINAL HARDCOPY MATERIALS BEARING THE CONSULTANTS ORIGINAL SIGNATURE AND SEAL. 1 2 15 0 \ 16 \ 17 18 PROP. I 19 14 24" RCP 20 13 \ LOT 2 12 LOT\1 X SCALE: 1'$= 200' BLK 11 BLK 0 200 0 10 21Lu r 1 9 \ IOT21 X Z \ I BLK 2 2 MATCH LINE 0 22 LOT 7X PROP. PROP. m 23 I BLK 2 1-9'x6' 30" RC \ ° 24 2-8'x5' PROP. PROP. Q I 25 2 RCB 3-8'x5' 24' i I 8 7 6 4 3 2 1 RCB — I I RCP Ln w 26 — — m R LOOMIS TRAIL I 0 21 1 8 7 6 5 4 3 2 1 LOT 1 X Q I 20 0 BLK 1 , 19 z ol 1 9 PROP. PROP. Vu__lj l 24" RCP 1-10'x6' I N I LOT 1 X 4-1 o'x5' BLK 3 RCB CL 0 L ° PROP. TRACT 5 \ m 4-10 x6 5.077 RCB I Z I AC RES I PROP. 0 24" RCP J I W c :> z 0 Eni N e LEGEND MATCH LINE cn v PROPOSED STORM DRAIN PIPE — o STATE HWY 114 Ej 0 o — — u-), PROPOSED CURB INLET — O N j o U) JOB N0. 61112 EXHIBIT B-1 - STORM PAPE-DAWSON N DATE AUGUST 2019 ENGINEERS DESIGNER JG LIBERTY TRAILS PHASE 1A <� CHECKED DM DRAWN MJT FORT WORTH I SAN ANTONIO I AUSTIN I HOUSTON I DALLAS Q .. () 6500 WEST FWY, STE 700 1 FORT WORTH,TX 76116 1 817.870.8668 0 N SHEET 5 OF 7 FORT WORTH, TEXAS PROJ. # 101805 TEXAS BOARD OF PROFESSIONAL ENGINEERS,FIRM REGISTRATION#470 in — THIS DOCUMENT HAS BEEN PRODUCED FROM MATERIAL THAT WAS STORED AND/OR TRANSMITTED ELECTRONICALLY AND MAY HAVE BEEN INADVERTENTLY ALTERED. RELY ONLY ON FINAL HARDCOPY MATERIALS BEARING THE CONSULTANTS ORIGINAL SIGNATURE AND SEAL. i 2 15 16 \ 17 18 19 14 20 13 STOP \ R1-, OT 2 I 12 LO _ L 1 X 11 SCALE: 1"= 200' 9-01 BLK StWILLO 0W 3-01 BEND DR 0 200 co10 03-01 21 � 9 \ I OT 21 cr z STOP \ I BLK 2 < STOP MATCH LINE 22 R1-1 ❑ LOOMIS TR W LO 3 3-01 LOOMIS TR \ m 23 I MARINETTE CT 03-01 \ D9-01 0 MONTELLO LN 3 J 24 09-01 Q �0 2 2 T 0 26 8 7 6 4 3L 1 T_ f UJI LOOMIS TRAIL — — J o � J21 7 6 5 4 3 2 1 LOT 1 X W 20 o<1 oilBLK 1 z 19 o 9 18 W 10 STOP 1n 1 7 R,-1 r 11 1 LOOMIS TR 2 BLK 3 1 T P l a CALEDONIA CT L, \ \ I HYW 114 i 15 13 °�-0' ° 03-01 O14 TR / T p \ �(2(1 \ MONTELLO LN x 8 5.077 D9 , J AC RES CV V LEGEND I o PROPOSED SIGN POST — MATCH LINE e o, co — — — a) a) =) O PROPOSED STOP SIGN — .STOP STATE HWY 114 E C4 — � O o N PROPOSED STREET NAME SIGN — STREET j oa-01 o N JOB NO. 61112 EXHIBIT C1 - STREET NAMES PAPE-DAWSON N DATE AUGUST 2019 ENGINEERS DESIGNER JG LIBERTY TRAILS PHASE 1A rd < Q�.. CHECKED DM DRAWN MJT FORT WORTH I SAN ANTONIO I AUSTIN I HOUSTON I DALLAS N r 6500 WEST FWY, STE 700 1 FORT WORTH,TX 76116 1 817.870.3668 0 N Or SHEET FORT WORTH, TEXAS PROJ. # 101805 TEXAS BOARD OF PROFESSIONAL ENGINEERS,FIRM REGISTRATION#470 m LL0 j THIS DOCUMENT HAS BEEN PRODUCED FROM MATERIAL THAT WAS STORED AND/OR TRANSMITTED ELECTRONICALLY AND MAY HAVE BEEN INADVERTENTLY ALTERED. RELY ONLY ON FINAL HARDCOPY MATERIALS BEARING THE CONSULTANTS ORIGINAL SIGNATURE AND SEAL. i 2 15 16 \ 17 18 19 14 20 13 \ OT 2 12 LOT\1 X SCALE: 1"= 200' BLK 2I 11 BLK 0 200 I � � 10 21 1 . 00 9 \ IOT21 X W BLK 2 K \ MATCH LINE z 0 22 I I LOT 7X \ m 23 I BLK 2 \ 3 ° 24 Q 25 2 0 26 8 7 6 4 3 2 1 Lo a_ LOOMIS TRAIL o — — — — N 21 0 — mT8176 5 4 3 2 1 LOT 1 X O 20 o BLK 1 W 19 n 9 g 18 0 10 LOT 1 X -j co1 7 11 1 BLK 3 I Z Q 16 12 0 \ � 15 13 \ 14 TRACT B \ a\ X 8 5.077 AC RES L� y -I i m E � N LEGEND MATCH LINEcn e e o PROPOSED STREET LIGHT - ' STATE HWY 114 Ej 00 — — � o O N j o N JOB NO. 61112 EXHIBIT C- STREET LIGHTS PAPE-DAWSON N DATE AUGUST 2019 ENGINEERS a DESIGNER JG LIBERTY TRAILS PHASE 1A F < Q�.. CHECKED DM DRAWN MJT FORT WORTH I SAN ANTONIO I AUSTIN I HOUSTON I DALLAS N 6500 WEST FWY, STE 700 1 FORT WORTH,TX 76116 1 817.870.3668 N SHEET 6 OF 7 FORT WORTH, TEXAS PROJ. # 101805 TEXAS BOARD OF PROFESSIONAL ENGINEERS,FIRM REGISTRATION#470 THIS DOCUMENT HAS BEEN PRODUCED FROM MATERIAL THAT WAS STORED AND/OR TRANSMITTED ELECTRONICALLY AND MAY HAVE BEEN INADVERTENTLY ALTERED. RELY ONLY ON FINAL HARDCOPY MATERIALS BEARING THE CONSULTANTS ORIGINAL SIGNATURE AND SEAL.