Loading...
HomeMy WebLinkAboutContract 46521 Developer and Project Information Cover Sheet: Developer Company Name: BNM Lake Vista Development LP Address, State,Zip Code: 9001 Airport Freeway,North Richland Hills, Texas 76180 Phone, E-Mail: 817-849-5220; terry.tice&histoamaker.com Authorized Signatory/Title: Bruce French, Vice President; bruce.frenchAhistocoaker.com Project Name and Brief Description: Lake Vista Ranch Phase 1 (water/sewer, paving, storm drain, street lights and street signs) Project Location: Boaz Road between Boat Club Road and Bowman Roberts Road Plat Case No.: FP-14-044 Plat Name: Lake Vista Ranch Mapsco: 32Q Council District: 7 City Project No: 02393 CFA: 2015- 4 DOE: 7322 To be comp eted yea Received by: 2&14/1 /xp"Vo: ��M C-31 M M C) M n 00 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TSS 1 COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No._4s- Q-i WHEREAS, the undersigned Developer ("Developer") desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as Lake Vista Ranch-Phase 1 ("Project") within the City 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 Improvements and 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 acknowledges e C r acceptance process requires the Developer's contractor(s) LU QFftJ1 J �iCORD 2 CITY SECRETARY FT.WORTH,TX affidavit of bills paid signed by its contractor and consent of surety signed by its surety to ensure the contractor has paid any sub-contractors and suppliers in full. Additionally, the contractor must also provide in writing that the contractor has been paid in full by Developer for all the services provided under their 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 are made a part hereof: Water (A) X Sewer (A-1) X , Paving (B) X , Storm Drain (B-1) X, Street Lights & Signs (C) X . 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. 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 streets and/or to perform water/waste water 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 Improvements, and a maintenance bond in the name of the City for one hundred percent (100%) of the contract price of the Improvements valid 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 3 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 at least 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 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, 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 contemplated herein. I. City shall not be responsible for 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 4 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, his 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, his contractors, sub-contractors, officers, agents or employees, whether or not such injuries, death or damages are c-Bused, 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, 5 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. 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 1 YEAR i. Developer shall complete the Improvements within one (1) year, provided, however, if construction of the Improvements has started within the one 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 6 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 one (1) year 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 one (1) year if the Developer breaches this Agreement, becomes insolvent or fails to pay costs of construction and the financial guarantee is not a Completion Agreement. If the financial guarantee is a Completion Agreement and the Developer's contractors and/or suppliers are not paid for the costs of supplies and/or construction, the contractors and/or suppliers may put a lien upon the property which is the subject of the Completion Agreement. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) 7 Cost Summary Sheet Project Name: Lake Vista Ranch- Phase 1 CFA No.:2015-004 DOE No.: 7322 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 $242,602 2.Sewer Construction $280,540.72 Water and Sewer Construction Total $ 523,142.62 B. TPW Construction 1.Street $ 627,036.00 2.Storm Drain $ 511,367.37 3.Street Lights Installed by Developer $ 89,761.50 TPW Construction Cost Total $ 1,228,164.87 Total Construction Cost(excluding the fees): $ 1,751,307.49 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 10,462.85 D. Water/Sewer Material Testing Fee(2%) $ 10,462.85 Sub-Total for Water Construction Fees $ 20,925.70 E. TPW Inspection Fee(4%) $ 45,536.13 F. TPW Material Testing(2%) $ 22,768.07 G. Street Light Inspsection Cost $ 3,590.46 H. Street Signs Installation Cost $ 245.00 Sub-Total for TPW Construction Fees $ 72,139.66 Total Construction Fees: $ 93,065.37 Choice Financiai Guarantee Options,choose one Amount ck one Bond=100% $ 1,751,307.49 Completion Agreement=100%/Holds Plat $ 1,751,307.49 Cash Escrow Water/Sanitary Sewer=125% $ 653,928.28 Cash Escrow Paving/Storm Drain=125% $ 1,535,206.09 Letter of Credit=125%w/1 yr expiration period $ 2,189,134.36 8 IN TESTIMONY WHEREOF,the City of Fort Worth has caused this instrument to be executed in quadruplicate in its name and on its behalf by its Assistant City Manager, attested by its City Secretary, with the corporate seal of the City affixed, and said Developer has execute is instrument in quadruplicate, at Fort Worth,Texas this day of_, .20 . CITY OF FORT WORTH-Recommended by: Water Department Tr ortation&Public Works Department I A"'� -11 &L�--L / � 'j, 'i --�/ Wendy Chi-B bulal, EMBA, P.E. Douglas W. Wiersig, P.E. Development Engineering Manager Director Approved as to Form&Legality: Approved by City Manager's Office 6;4-------- Douglas W. lack Fernando Costa Assistant City Attorney Assistant City Manager M&C No. 04 Date: ATTEST: � G 0 ;G oy a ayser �° City Secretary 00000 00 � ATTEST: DEVELOPER: BNM Lake Vista Development,LP kw Signature Signature (Print)Name: ftwif-uwuor Print Name:Bruce French Title:Vice President OFFICIAL RECORD CITY SECRETARY 9 FT- WORTH,TX Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment 0 Location Map ® Exhibit A: Water Improvements ® Water Estimate ® Exhibit A-1: Sewer Improvements ® Sewer Estimate ® Exhibit B: Paving Improvements z Paving Estimate ® Exhibit B-1: Storm Drain Improvements ® Storm Drain Estimate ® Exhibit C: Street Lights and Signs Improvements e Street Lights and Signs Estimate (Remainder of Page Intentionally Left Blank) 10 i W BAILEY BOSWELL_ -- I;o. Sp�rrl9e�ck Rxt � ; o = c � = 5 c Wi".oswell R�ghxhool m flush Buck Run :Eagle Moumam-Sagm— J Q Ln 0 Y m LLJ 1'ia�eer Stadium m 0 of SITE o O r 1 O _ „r3,•a„r- W.J. BOAZ 'Ra. LOCATION MAP N.T.S. DPRWEM ft. 241-8096 a” LOCATION MAP DATE., 01/07/2015 6221 SoUthWast 6mievard.Suft 100 LAKE VISTA RANCH PHASE 1 SHEEt Fort Worth, Te— 76132 (0)817=31'8100 (F)817231.8144 Tema Regbta»ed Engaeering Fpm F-10998 Terns Reg.W d 8uree,Ftra R1015940D www.berton51e�1SCan E.A. SHULT7 SURVE'r A-149 GRAPHIC SCALE 1'=200' HMH BOA-7 P.D. LP D214088;92 100 0 100 200 (REMAINDER) 0 II I I I I a /;/ ', 0 m 0 cr t z < ca LEGEND rr- PROPOSED 8" WATER —w PROPOSED GATE VALVE PROPOSED FIRE HYDRANT DOE NO. 7322 CITY PROJECT NO. 02393 it I OWNER DEVELOPER BNM LAKE VISTA DEVELOPMENT, LP 9001 AIRPORT FREEWAY, SUITE 400 NORTH RICHLAND HILLS, TX 76180 TEL, 817-849-522 -17 OF ............................ R . . ?, CHARLES F.. STARK Bpt±Aw ............... ... ............4 w- 57357 -.-'404j- 0*- 4 ol u < ONAL POAZROAD EV 8' WATEF 0571-110 W LlE IN 0 10 USEOFTHIS ELECTRONIC SEAL/SIGNATUREI CHEYENWEI GE A-p RTS CUR AUTHORIZED BY CHARLES F. STARK, P.E. 27 02042099r °-1^F TEXAS REGISTRATION PROJECT No. 241-8096 EXHIBIT W WATER IMPROVEMENTS mi smft*mmx;,&;;;00 LAKE VISTA RANCH PHASE I SHEET F—t~th, (0)817231.8100 (F)8171:11.8144 T®Reyslsrd r.,o—lr9 Firm F-10898 Taus R.g!�SuryF=F-101SBW A 00 42 43 DAP-BID PROPOSAL P.S.J d6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Infomuetion Bidders Proposal Bidlist Description Specification Section No. Unit of Bid Unit Price Bid Value Item No. Measure Quantity UNIT I:WATER IMPROVEMENTS 1- -3311.0261 8"PVC Water Pipe --------l- - ------3311 12------- LF 4701 $19.80 $93,079.80 2 3312.3003 8"Gate Valve 33 12 20 EA 15 $1,230.00 $18.450.00 3 3312.3002 6"Gate Valve 3312 20 EA B. $850.00 $6,800.00 4 3312.0001 Fire Hydrant 33 12 40 EA 8 $2,740.00 $21,920.00 5 3312 4112 16 x 8 Tapping Sleeve&Valve 33 12 25 -- EA 1 $4,000.00 $4,000.00 33 6 12.20 03 1'_Water Service 33 12 10 - -- - - - EA ----12-4-- $720.00 .___$89,280_00 7 3305.0109 Trench Safety 33 05 10 LF 4701 $0.10 $470.10 8 3201.0121 4'Wide Asphalt Pvmt Repair,Arterial32 01 17 LF 24 $83.00 $1 992 00 --- --- ----- - --- - — -- ---------- . - -- ---- 9 3471.0001 Traffic Control 3471 13 MO 1 $1,500.00 $1 500 00 -1- ---- --- .._. ,- ---- -- - --- -- -- — - --- --- -- 10 3311.0001 Ductile Iron Water Fittings w/Restraint 33 11 11 TON 1.4 $3,650,00 $5,110.00 TOTAL UNIT I:WATER IMPROVEMENTS $242,601.90 CITY OF FORT WORTH 00 42 43-Bid Proposal Ialtt Vista R-1-Is STANDARD CONSTRUCTION SPECIFICATION DOCUNENTS-DEVELOPER AWARDED PROJECTS Lai.Vute Rmch Forth Vemon April 2,2014 02393 ZIL GRAPHIC SCALE 1"=200' H�ld H PC RD L [,L 8 7`2 1 1Z 100 0 100 200 R,E K I. I NINC'F R Fi co I I C" Cf) Cf. 0 uj cr X\ jzj < C'cicl 'il 31 0 co LEGEND E UNTLWE-R&AD PROPOSED 8" SEWER PIPE _Tl SS H -y' PROPOSED 4' MANHOLE 0 --IT Tr DOE NO. 7322 CITY PROJECT NO. 02393 OWNER/DEVELOPER II I II 13NM LAKE VISTA DEVELOPMENT, LP 9001 AIRPORT FREEWAY, SUITE 400 NORTH RICHLAND HILLS, TX 76180 TEL 817-849-522 .ac I 7 gmO'� 0.F r�Ijj 1 .. ..... .............. ......... CHARLES• F. STARK L! uj 57357 4Q 0 :5 /CENSE: _LJQ-11 < ON L Ll_ AA 015 W J BOAZ ROAD r- -------7­ THIS ELECTRONIC SEAL/SIGNATURE RK, P.E.EYEr 14E AUTHORIZED BY CHARLES F, STA AIDGE AS REGISTRATION NO, 57357 USE 0' AUTHOR PROJECT No. 241-8M6 ftwcn-5t*rk4Wft EXHIBIT 'APWASTE WATER IMPROVEMENTS 100�11!4_ DAM 01/07/2015 6221 South—s1Boul—rd,Suite 100 LAKE VISTA RANCH PHASE I SHEET Fol Worth, Texas 78132 (0)817.231.81DO (F)817.231.8144 Al T=Rag4zWW F—F-10998 T Pg1uw&rv"FftF-101%&00 I I 0042 43 DAP-BLD PROPOSAL Page 2 or 6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Description Specification Section No. Unitof Bid Unit Price Bid Value Item No. Measure Quantity UNIT II:SANITARY SEWER IMPROVEMENTS 1 3331.4115 8"Sewer Pipe _ _ 3311 10,33 31 12,33 31 20 LF __ 4217 $25.86 $109,051.62 2 3331.4116 8"Sewer Pipe,CSS Backfill 33 11 10,33 31 12,33 31 20 LF 547 $44.50 $24,341.50 31 3 _ 33 .3101 4"Sewer Service _ 3331 50 EA 124_ $520.00 $64,480.00 4 3339.1001 4'Manhole _- _ 33 39 10,33 39 20 EA 21 $2,350.00_$49 350.00 -- --- ---- -- — -- 5 3471.0001 Traffic Control 3471 13 MO 1 $1 500.00 $1,500.00 6 0330.0001 Concrete Encase Sewer Pipe _ 03 30 00 CY 142 $60.00_ $8 520.00 7 3201.0111 4'Wide Asphalt Pvmt Repair,Residential _ _ 3201 17 LF----24 $86.00_^ $2,064.00 -- ----- — — — ---- 8 3301.0002 Post-CCN Inspection 3301 31 LF 4764 $1.40 $6,669.60 9 _3305.0109 Trench Safety _ 33 05 10 LF— 4764 _ $1_00_— $4764_00 10 3301.0101 Manhole Vacuum Testing —_ _ 3301 30 EA _ 21 ___$100.00__ $2,100.00 11 3339.1003 4'Extra Depth Manhole 33 39 10,33 39 20 VF 53 $100.00 $5,300.00 12 3339.0001 Epoxy Manhole Liner _ __ _ 33 39 60 VF_ 5 $180.00 $900.00 13 9999.0001 Connect to Ex.Manhole_ —_ _ 03 80 00 _ EA 1 $1 500.00 $1 500.00 TOTAL UNIT II:SANITARY SEWER IMPROVEMENTS $280,540.72 CRY OF FORT WORTH 00 42 43—Bid Pmpocal_Like Vista Raoch.xIs STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Lake Vista Ranch Form Version April 2,2014 02393 I E.A. SHLILT7 SURVEY A-14359 GRAPHIC SCALE 1'=200' Ht1AH BOAZ RD, LP I U214Ci-S- 92 100 0 100 200 (REMAINDER) n Jj- a 0 us ail' � I � '1✓ ;:�\ I� m I I I II j LEGEND NOPROPOSED 6" CONCRETE PAVING PROPOSED 4" CONCRETE o I I I SIDEWALK PAVING II DOE NO. 7322 I I I It� CITY PROJECT NO. 02393 II I II OWNER/DEVELOPER I II I BNM LAKE VISTA DEVELOPMENT, LP I 9001 AIRPORT FREEWAY, SUITE 400 NORTH RICHLAND HILLS, TX 76180 TEL 817-849-522 -ftq °F TF,�,1V Owl CHARLES F. STARK 57357 \ tiS�ONAL W J BOAZ ROAD n'� - USE OF THIS ELECTRONIC SEAL/SIGNATURE -HEYENNE [DgE A-P.l ER1S ,IRbEY AUTHORIZED BY CHARLES F. STARK, P.E. n 02,142 11Al R 6 TEXAS REGISTRATION NO. 57357 z I D PROJECT No. 241-8096 EXHIBIT 'B' PAVING 1WROVEMENTS DATE 07 O7 2015 s�,� wb,S�,�D LAKE VISTA RANCH PHASE 1 Fort Worth, Teaser 78132 T SHET 8RvMw8700 (_)'17.13-IONS ^ Tea.ReOiW. 6pne Fk t rmrm F-1 W88 Teras Replucetl S�wey Fl"a_10158'00 www.trartonalerk.can 00 42 43 DM-BID PROPOSAL Page 4 of 6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Section No. Unit of Bid Unit Price Bid Value Item No. Measure Quantity UNIT IV:PAVING IMPROVEMENTS 1 3211.0400 Hydrated Lime _ _ 3211 29 _ _ __ TN 263 $_150.00 39450 _ 2'---3211.0501 6"Lime Treatment 3211 29 Sy 17513 $2.30 40279.9 213.01 3 301 6"Conc Pvmt _ _ 3213 13 _ SY _16447_ $30.55 502455.85 _ 4 3213.0301 4"Conc Sidewalk 32 13 20 SF 1735 $4.15 7200.25 5 3213.0501 Barrier Free Ramp,.Type R-1 32 13 20 EA 15 $1,750..00 26250 --- -- -------- - - -- - ------ -- - --- -- -- ---- 6 3305.0111 Valve Box Adjustment_ ___ 33 OS 14 _ ___ EA__ 15 ___$100.00 1500 _ 7 3471.0001 Traffic Control 3471 13_— �� MO -_ 1 $1,000.00 1000_ 8 330-5016T Manhole Adjustment,Minor 33 OS 14 EA 2.2 $200.00 4400 9 9999.0012 Dead End Barricade 00 00 00 EA 3^ $1,500.00 4500 TOTAL UNIT IV:PAVING IMPROVMENTSI $627,036.00 CITY OF FORT WORTH 00 42 43 Bid Prop-W-Lake Vida Ra J-b STANDARD CONSTRUCTION SPECIRCATTON DOCUA4ENTS-DEVELOPER AWARDED PROJECT$ Lake Vista Rangy Form Vemoo April 2,2014 02393 li IIL N3-7x3 CRC GRAPHIC SCALE 1'=200' HldH - B0 C1f S8 100 0 100 200 (!.Pb?=,11•J DERj 24' RCP 36' RCP TxDOT HW s' Cl Lb ;o —�— --T � 36" RCP 42"RCP 48"RCP S SiM - R --i_".- 30" __ 15' G 10Cli INS :II ~ I'M iQ - � - Ll 1.5' Cl I II, I j I II i LEGEND 1v��oAe - PROPOSED STORM DRAIN — F— -- — —STM= PROPOSED CONC. BOX CULVERTS .4� 7 _ - PROPOSED STD. CURB INLET o ISILu i11 15' Cl I I i DOE NO. 7322 CITY PROJECT NO. 02393 1 OWNER/DEVELOPER BNM LAKE VISTA DEVELOPMENT, LP 9001 AIRPORT FREEWAY, SUITE 400 NORTH RICHLAND HILLS, TX 76180 TEL: 817-849-522 O F T`�l .CHARLES F. STARK B$L-LARD-DRi .. :.......................:... w — ��,=., 57357 a 11 Itis/0NAL L Zi . • � W J BOAZ ROAD ��`7/�07 USE OF THIS ELECTRONIC SEAL/SIGNATURE '-� AUTHORIZED BY CHARLES F. STARK, P.E. ---i z CHEIEuaE a[D�F -F', yP—Ts be'.I pi• TEXAS REGISTRATION NO. 57357 Barmn-®ric�$w1R 1 1 PROJECT No. 241-8096 C > EXHIBIT 'B 1 STORM DRAIN IMPROVEMENTS DATE, 01/07/2015 6221 SouMw.t RoUI ertl,Suite 100 LAKE VISTA RANCH PHASE I S 1m Fort Worth. Texas 76132 (0)817231.8100 (F)817231.8146 w Tams RepislmeC Enpira mg F-F-10990 C2"' Texas Regim-I Survey F8m F-10758800 u t w.vw.barronatark.cam 00 42 43 DAP-BID PROPOSAL Paae 3 d6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item No. Description Specification Section No. Unit of fe Quantity Price Bid Value UNIT III:DRAINAGE IMPROVEMENTS 1 334_1.0103 18"RCP,Class III _------�-- 33 41 10_--�- LF 90 $37.00 $3,330.00 2 _3341.0201 21"RCP,Class III_ 33 41 10 _ LF 192 $42.00_ $8,064.00 3 3341.0205 24"RCP,Class III __ T 33 41 10 LF 1100 $46.00 $50,600-00 -4- 3341.0302 30"RCP,Class IN ,- v _- - 33.41 10 LF 394 $59.00 $23,246.00 5 _ 3341.0309 36"RCP,_ Class 111 -_ -----3341 10 _--__ LF83 $80.00-_ $6:640.00 8 3341.0402 42"RCP,Class 111 -� - -- 33 41 10_--- - - LF - 227 $104.00 -_ $23,608.00 7 3341.0409 48"RCP,Class 111 - ---_- - --- 33 41 1.0 - -- - LF 343 _$140_00 $48,020.00 6 3341.1401 7x3 Box Culvert 33 41 10 -- LF 261 $316.67 _382650.87 - - - - -- --- -..-.,- -- - ------ -- - ---- ---- - - - ---- --- --- 9 3349.0001 4'Storm Junction Box 33 49 10 EA 2 $3 300.00 $6,600.00 10 3349.0002 5'Storm Junction Box-..- 33 49 10 EA 3 $3,600.00 $10,800.00 - -- --- ----- -- -- -----._ -- --- ------- - - - 11 33495001 10'Curb Inlet - _--- - --- 33 49 20 _- _-- ---EA -_4 $12,800.00 _ 12 3349.5002 15'Curb Inlet __ _ 33 49 20 EA 10 $4000.00 $40,000.00 13 3305.0109 Trench Safety-_--- - --- - - 33 OS 10 - LF 2429 $0.50 _ $1,214.50 14 3471.0001 Traffic Control---- ------�--34 71 13 MO_ _ 1 _ $2 500.00 ___;_2W0.00 15 _ 0241.0800 Remove Rip Rap __- 0241 13 SF 402 $2.00 $804.00 16 0241.0900 Remove Misc Conc Structure ____ _02 41 13 _ LS 112 $28.00 $3,136.00 -17 9999.0002 24'Wide Asphalt Pavement Repair(Residential) 3201 17 LF 28 $420.00 $11 760.00 18 9999.0003 18"TxDOT SET P-PD Headwall 00 00 00 EA 2 $1.200.00 $2,400.00 19_9999.0004 24"TxDOT SET P-PD Headwall _ _00 00 00 EA _ 3 $1,800.00 _$5,400.00 - 20 9999.0005 42"TxDOT Type CH-FW-30 Headwall 00 00 00 EA - 1 $4,500.00 $4,500.00 _ 21_ 9999.0006 36"TxDOT Type CH-FW-30 Headwall 00-0060 EA 1 $4 200.00 $4 200.00 22 9999.0007 TxDOT Skewed Box Culvert Headwall Type FW-S --00 00 00 - -- EA _ 1 $13,100.00 $13,100_00 23 9999.0008 TxDOT Skewed Box Culvert Headwall Typo PW-1 _ 00 00 00 EA 1 _ $29,100_00__329 100.00 _ _24 9999.0009 Pyramat with Sod Overlay _ 00 00 00 SY 2414 $23.501 $56,729.00 25 9999.0010 5"Concrete Channel Lining - i--!-- 00 00 00 SY _ 205 $60.00 -. $12,300.00 26 3136.0102 Twisted Gabions 31 3600 CY 24 $500.00 $12,000.00 27 3136.0104 Twisted Gabion Mattresses 31 3600 CY 54 $500.00 $27,000.00 - 28 9999.0011 10'Wide 8"Conc.Slab _ ____�__ 00 00 00 ___ LF _ 47 $95.00 $4,465.00 29 0241.3001 Storm Line Grouting - - 0241 14 - CY -22 $200.00 $4`00.00 TOTAL UNIT III:DRAINAGE IMPROVMENTS $511,367.37 CRY OF FORT WORTH 00 42 41 Bid Pl pWaI .ab Yau Ran�sls STANDARD CONSTRUCTION SPECIRCATION DOCUMEbM-DEVELOPER AWARDED PROJECTS tela Vista Ranch Form Vest-April 2,2014 02393 It E.A. SHULTZ SURVEY A-1�T39 GRAPHIC SCALE 1.=200' HMH BOA? RD, LP D214088-192 I 100 0 100 200 (REMAINDER) - --t:" -- Al - T •� 'I I � I S I I �ry f, D j /rt �0ice mJ LLI m ILi + 3 I I I m TII i I � I I LEGEND B PROPOSED STREET LIGHT (POLE & LUMINAIRE. 20 EA) LJ jl j I DOE NO. 7322 CITY PROJECT NO. 02393 OWNER/DEVELOPER II I 8NM LAKE VISTA DEVELOPMENT, LP 9001 AIRPORT FREEWAY, SUITE 400 NORTH RICHLAND HILLS, U 76180 I I I I TEL' 817-849-522 I dPlo- 010, OF E P �* -- ot, �-- - �I %............................... RD CHARLES F. STARK W — ---- — �t =. 57357 ,r4� OF CE I a lam- I \\\ tl>a70NAL \ A, W&pOAZ ROAD N, Oil 17- USE OF THIS ELECTRONIC SEAL/SIGNATURE AUTHORIZED BY CHARLES F. STARK. P.E. e CHEYENNE iDGE .4-R IERTS- LIR'•E'rl TEXAS REGISTRATION NO. 57357 02N iDl) i DPROJECT No. 241-8096 B - ' EXHIBIT 'C' STREET LIGHT IMPROVEMENTS — �n Worth..1 .;,>;t;00 LAKE VISTA RANCH PHASE I (O7 817231.8180 (F)617231.8114 T—Rod—d E*—I%Rm F-10898 Tam wReypmwFmF-101SUM V 00 42 43 DAP-BID PROPOSAL Page 5 of 6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Description Specification Section No. Unit of 1 Bid Unit Price Bid Value iter I Measure Quantity UNIT V:STREET LIGHTING IMPROVEMENTS 1 2605.3015 2"CONDT PVC SCH 80_fT)_ 26 05 33 LF 2765 $7.00 $19,355.00 2 3441_3110 In Lighting Fixture 34 41 20 _ EA 20 $100.00_ $2,000.00 3 3441.3201LED_ Lightinq Fixture—_ 3441 20EA_ 20 $450.00__ $9 000.00 4 3441.3301 Rdwwlllum Foundation TY 1 2 and 4_,______34 41 20 __ EA _ 20__ $1,080.00 $21,600.00 5 _ 3441.3302 Rdv_ry Ilium Foundation TY 3,5 6,and 8 _—_ 34 41 20 _ EA 20 $1,600.00 _ $32,000.00 3441.1410 NO 10 InsulatedElecCondr— 3441_10LF _ 8295 $0.70 _ $5,806.50 TOTAL UNIT V:STREET LIGHT IMPROVMENTS $89,761.50 CITY OF FORT WORTH 00 42 43 Bid PropnW_Wce V"uia Ranch.xts STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Lake Viina Ranch Foran Version April 2,2014 02393 E.A. SHLILTZ, SURVEY GRAPHIC SCALE 1.=200l HMH BOA-7 RD, LP D214088 92 100 0 100 200 (REMAINDER) SKYSAII:ROAD 'TI F 4= < 0 Lu cn 0 Z Li 30: co 4z LEGEND B i UTLI�NE R Ir I— --I. PROPOSED STREET SIGN (9 EA) • TF--- DOE NO. 7322 CITY PROJECT NO. 02393 OWNER/DEVELOPER BNM LAKE VISTA DEVELOPMENT, LP 9001 AIRPORT FREEWAY, SUITE 400 NORTH RICHLAND HILLS, TX 75180 TEL- 817-849-522 OF INA, ............................ CHARLES F. STARK .................................po E ' I E 57357 :5 /ONAL o.. < cc W J BOAZ ROAD USE OF THIS ELECTRONIC SEAL/SIGNATURE AUTHORIZED BY CHARLES F. STARK,P.E. CHEYEWNE IDGl TEXAS REGISTRATION NO. 5735 D20420� EXHIBIT 'Cl' STREET SIGN IMPROVEMENTSpwim ft 241406 IR 01/07/"15 6221 SoU8ra*9 BoLdmrd,SUVA 100 LAKE VISTA RANCH PHASE I Fort Worth, T— 76132 (0)817-231.0,00 (F)81?.231A144 Tft.WrW 6Vk..*g Fkm F-10998T—Pg%WW&uM ftm FA01MM C — 1 j 00 42 43 DAP-BID PROPOSAL Page 6 of 6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Description Specification Section No. Unit ofBid Unit Price Bid Value item No. Measure Quantity Bid Summary UNIT I:WATER IMPROVEMENTS $242,601.90 UNIT II:SANITARY SEWER IMPROVEMENTS $280,540.72 UNIT III:DRAINAGE IMPROVEMENTS $511,367.37 UNIT IV:PAVING IMPROVEMENTS $627,036.00 UNIT V:STREET LIGHTING IMPROVEMENTS $89,761.50 Total Construction Bid $1,751,307.49 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 180 calendar days after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION CITY OF FORT WORTH 00 42 43 Bid PropwW_Lakc Vans Ranch.sls STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Lake Vista Ranch Form Version April 2,2014 02393