HomeMy WebLinkAboutContract 49789 Developer and Project Information Cover Sheet:
Developer Company Name: D.R. Horton-Texas, LTD,A Texas Limited Partnership
Address, State,Zip Code: 6751 North Freeway,Fort Worth,TX 76131
Phone &Email: 817-230-0800, mpallen@drhorton.com
Authorized Signatory, Title: Mark Allen ,Assistant Vice President
Project Name: Twin Mills Phase 3
Brief Description: Water, Sewer,Paving, Storm Drain, Street Lights
Project Location: South of Park Drive alignment and east of Twin Mills Blvd
Plat Case Number: FP-17-035 Plat Name: Twin Mills Phase 3
Mapsco: 33J Council District: 7
CFA Number: 2017-112 City Project Number: 101059
To be completed by staff
Received by: Date:_ 40 Z7
34 $6
CY
R CE , 2p11
0 G\G�SECR�PRy v�'b
<19sbEz �
City of Fort Worth,Texas
Standard Community Facilities Agreement-Twin Mills Phase 3
CFA Official Release Date:02.20.2017
Page 1 of 11
v,
2Q
o wa�� N
C ` �, N �� STANDARD COMMUNITY FACILITIES AGREEMENT
V £ 7, THE STATE OF TEXAS § City Secretary
COUNTY OF TARRANT § Contract No. Vqq
U
WHEREAS, D.R. Horton- Texas, LTD, A Texas Limited Partnership , ("Developer"),
desires to make certain specific improvements as described below and on the exhibits attached
hereto("Improvements")related to a project generally described as Twin Mills Phase 3 ("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 11, 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)
City of Fort Worth,Texas
Standard Community Facilities Agreement-Twin Mills Phase 3 FOFFICIALECOrRO
CFA Official Release Date:02.20.2017
Page 2 of 11 ETARY
H,TX
to submit a signed affidavit of bills paid and consent of Surety signed by its surety to
ensure the contractor has paid any sub-contractor(s) and suppliers in full. Additionally,
the contractor will provide in writing that the contractor has been paid in full by Developer
for all the services provided under this contract.
C. Developer agrees to cause the construction of the Improvements contemplated by this
Agreement and that said construction shall be completed in a good and workmanlike manner
and in accordance with all City standards and the City-approved construction plans,
specifications and cost estimates provided for the Project and the exhibits attached hereto.
D. The following checked exhibits describe the Improvements and are incorporated herein:
Water(A) ®, Sewer(A-1) ®, Paving(B) ®, 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
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-Twin Mills Phase 3
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.
1. 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-Twin Mills Phase 3
CFA Official Release Date: 02.20.2017
Page 4 of 11
J. Developer hereby releases and agrees to indemnify, defend and hold the City harmless
for any inadequacies in the preliminary plans,specifications and cost estimates supplied
by the Developer for this Agreement.
K. Developer agrees to provide, at its expense, all necessary rights of way and easements across
property owned by Developer and required for the construction of the current and future
improvements provided for by this Agreement.
L. The Developer further covenants and agrees to, and by these presents does hereby,
fully indemnify, hold harmless and defend the City, its officers, agents and employees
from all suits, actions or claims of any character,whether real or asserted, brought for
or on account of any injuries or damages sustained by any persons (including death)
or to any property, resulting from or in connection with the construction, design,
performance or completion of any work to be performed by said Developer, its
contractors, subcontractors, officers, agents or employees, or in consequence of any
failure to properly safeguard the work, or on account of any act, intentional or
otherwise, neglect or misconduct of said Developer, its contractors, sub-contractors,
officers, agents or employees, whether or not such injuries, death or damages are
caused, in whole or in part, by the alleged negligence of the City of Fort Worth, its
officers, servants, or employees
M. Developer will further require its contractors to indemnify, defend and hold harmless
the City, its officers, agents and employees from and against any and all claims, suits or
causes of action of any nature whatsoever, whether real or asserted, brought for or on
account of any injuries or damages to persons or property, including death, resulting
from, or in any way connected with,the construction of the infrastructure contemplated
herein,whether or not such injuries, death or damages are caused, in whole or in part,
by the alleged negligence of the City of Fort Worth, its officers, servants, or employees.
Further,Developer will require its contractors to indemnify, and hold harmless the City
for any losses, damages, costs or expenses suffered by the City or caused as a result of
said contractor's failure to complete the work and construct the improvements in a good
and workmanlike manner, free from defects, in conformance with the Policy, and in
accordance with all plans and specifications.
City of Fort Worth,Texas
Standard Community Facilities Agreement-Twin Mills Phase 3
CFA Official Release Date: 02.20.2017
Page 5 of 11
N. Upon completion of all work associated with the construction of the Improvements,
Developer will assign to the City a non-exclusive right to enforce the contracts entered into
by the Developer with its contractor along with an assignment of all warranties given by the
contractor, whether express or implied. Further, Developer agrees that all contracts with any
contractor shall include provisions granting to the City the right to enforce such contracts as
an express intended third party beneficiary of such contracts.
O. Inspection and material testing fees are required as follows:
i. Developer shall pay in cash water and wastewater inspection fees and material
testing fees equal to two percent (2%) for a total of 4% of the developer's share of
the total construction cost as stated in the construction contract.
ii. Developer shall pay in cash paving and storm drain inspection fees equal to four
percent (4%) and material testing fees equal to two percent (2%) for a total of 6%
of the developer's share of the total construction cost as stated in the construction
contract.
iii. Developer shall pay in cash the total cost of streetlights or if the city is not installing
the streetlights, inspection fees equal to four percent (4%) of the developer's share
of the streetlight construction cost as stated in the construction contract.
iv: Developer shall pay in cash the total cost of street signs.
P. COMPLETION WITHIN 2 YEARS
i. Developer shall complete the Improvements within two (2) years, provided,
however, if construction of the Improvements has started within the two year
period,the developer may request that the CFA be extended for one additional year.
ii. Nothing contained herein is intended to limit the Developer's obligations
under the Policy, this Agreement, its financial guarantee, its agreement with
its contractor or other related agreements.
iii. The City may utilize the Developer's financial guarantee submitted for this
Agreement to cause the completion of the construction of the Improvements if at
the end of two(2)years from the date of this Agreement(and any extension period)
the Improvements have not been completed and accepted.
iv. The City may utilize the Developer's financial guarantee to cause the completion
of the construction of the Improvements or to cause the payment of costs for
City of Fort Worth,Texas
Standard Community Facilities Agreement-Twin Mills Phase 3
CFA Official Release Date: 02.20.2017
Page 6 of 11
construction of same before the expiration of two (2) years if the Developer
breaches this Agreement, becomes insolvent or fails to pay costs of construction
and the financial guarantee is not a Completion Agreement. If the financial
guarantee is a Completion Agreement and the Developer's contractors and/or
suppliers are not paid for the costs of supplies and/or construction, the contractors
and/or suppliers may put a lien upon the property which is the subject of the
Completion Agreement.
Q. Developer acknowledges that in accordance with Chapter 2270 of the Texas Government
Code,the City is prohibited from entering into a contract with a company for goods or services
unless the contract contains a written verification from the company that it: (1) does not
boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms
"boycott Israel" and "company" shall have the meanings ascribed to those terms in Section
808.001 of the Texas Government Code. By signing this contract, Developer certifies that
Developer's signature provides written verification to the City that Developer: (1) does not
boycott Israel; and (2) will not boycott Israel during the term of the contract.
(REMAINDER OF PAGE INTENTIONALLY LEFT BLANK)
City of Fort Worth,Texas
Standard Community Facilities Agreement-Twin Mills Phase 3
CFA Official Release Date: 02.20.2017
Page 7 of 11
Cost Summary Sheet
Project Name: Twin Mills Phase 3
CFA No.: 2017-112 City Project No.: 101059
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 $ 404,546.00
2.Sewer Construction $ 439,900.00
Water and Sewer Construction Total $ 844,446.00
B. TPW Construction
1.Street $ 1,031,141.00
2.Storm Drain $ 187,438.00
3.Street Lights Installed by Developer $ 116,588.30
4. Signals $ -
TPW Construction Cost Total $ 1,335,167.30
Total Construction Cost(excluding the fees): $ 2,179,613.30
Construction Fees:
C. Water/Sewer Inspection Fee(2%) $ 16,888.92
D. Water/Sewer Material Testing Fee(2%) $ 16,888.92
Sub-Total for Water Construction Fees $ 33,777.84
E. TPW Inspection Fee(4%) $ 48,743.16
F. TPW Material Testing(2%) $ 24,371.58
G. Street Light Inspsection Cost $ 4,663.53
H. Signals Inspection Cost $ -
H. Street Signs Installation Cost $ -
Sub-Total for TPW Construction Fees $ 77,778.27
Total Construction Fees: $ 111,556.11
Choice
Financial Guarantee Options,choose one Amount Mark one'
Bond=100% $ 2,179,613.30 x
Completion Agreement=100%/Holds Plat $ 2,179,613.30
Cash Escrow Water/Sanitary Sewer=125% $ 1,055,557.50
Cash Escrow Paving/Storm Drain=125% $ 1,668,959.13
Letter of Credit=125%w/2yr expiration period $ 2,724,516.63
City of Fort Worth,Texas
Standard Community Facilities Agreement-Twin Mills Phase 3
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
D.R.Horton-Texas,LTD.,
a Texas Limited Partnership
By: D.R. Horton—Inc.,
Jesus J. Chapa a Delaware Corporation,
Assistant City Manager its Authorized Age t
Date: — 7
Recommended by:
.am- e: Mark Allen
Lc,L' Title: Assistant Vice President
Wendy C i-Babulal, EMBA, P.E. Date: I $
Development Engineering Manager
Water Department ATTEST: (Only if required by Developer)
Douglas A. Wiersig, P.E. Signature
Director Name:
Transportation & Public Works Department
Contract Compliance Manager:
Approved as to Form &Legality:
By signing, I acknowledge that I am the
person responsible for the monitoring and
_ �• administration of this contract, including
Richard A. McCracken ensuring all performance and reporting
Assistant City Atto ey requirements.
M&C No. tv
Date: mol " RA
Form 1295: Name: Janie Morales
Title: Development Manager
ATTEST:
F O....
y J. ayser
City Secretary
City of Fort Worth,Texas ..........
Standard Community Facilities Agreement-Tw OFFICIAL RECORD
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
® Water Cost Estimate
® Exhibit A-1: Sewer Improvements
® Sewer Cost Estimate
® Exhibit B: Paving Improvements
® Paving Cost Estimate
® Exhibit B-1: Storm Drain Improvements
® Storm Drain Cost Estimate
® Exhibit C: Street Lights and Signs Improvements
1� Street Lights and Signs Cost Estimate
(Remainder of Page Intentionally Left Blank)
City of Fort Worth,Texas
Standard Community Facilities Agreement-Twin Mills Phase 3
CFA Official Release Date:02.20.2017
Page 10 of 11
ATTACHMENT"1"
Changes to Standard Agreement
Community Facilities Agreement
City Project No. 101059
None
City of Fort Worth,Texas
Standard Community Facilities Agreement-Twin Mills Phase 3
CFA Official Release Date: 02.20.2017
Page 11 of 11
0
o�
n
9
9 s9C
i
D9O �9�
PARK
Z
s z>
N
BAILEY- BOSWELL BAILEY- BOSWELL
O a N RTH PAR
C OVER
NLC) o William u
C, o Housto 3 —
PPS 0 Park z z
Y
In
0) FAIR MEADOW
Q MEADOW DALE �2
o�
f-
0
a
0
0
r
a_
TWHN MIDLLS9
PHASE 3
u�
_o
ILOCAMD W
1-1
CC;= OF FORT WORTH, TEXAS
PREPARED BY:
f— PREPARED FOR: ( 00DW W l
D•R• HORTON ly'RS 9
L() 6751 Nath Ftdtvey CML ENGINEERS—PLANNERS—SURVEYORS
I` Pat Wank Texas 76131 2465 Mus"DrWe,Grnptn4ne,7m®s 76051
O Phone:(817)230.0800 Metro(817)328-4373
Pax:(81V3&a%
W At[JOt ST, 2017
TWIN
1lV111LL LSq
PHASE 3
SEI&�m
1 2 3 4 5 8 �, s 9 10 11 12 13 14 f$ SG f] 19 19 20 21 22 23 �
25
26
1 1 21 1 Z' 1 2D 1 20
2J
2 2 w 2 19 2 19 2 19
28
3 3 19 3 19 3 19 3 15
__ 29
• 4 19 4
iJ 4 11 4 17
f6 II%' 1g 5 IB
5 5 3] 5 5
31
5 9 SS 6 15 9 's O�
32
] J 14 J 4
35
g 9 3
33
e e 13
9 9 1v' g 12 8
N o g a m v a
m
� f2 m39
W E
S 23
] 3 9 10 f1 u 13 1d 15 16 3] 18 I9 20 21 22 +`
SCALE: I"®2W' S 5
1
LEGEND
S PROPOSED SANITARY .-
SEWER LINE PREPARED BY:
EXISTING SANITARY
SEWER LINE GG(DDWW1
PROPOSED SANITARY LtlIAL hQARS�fA]L]'L Y NOTE:
ENGINEERS—PLANNERS—SURVEYORS
SEWER MANHOLE —s 76051 ALL PROPOSED SANITARY SEWER
M�.M�ce rvWne,73 LINES SHOWN ARE 8" IN DIAMETER
i� EXISTING SANITARY
SEWER MANHOLE
E!\10715 — Twin Mills\Plans\Twin Mills — Phase 3.pro Tue Aug 15 17 44;00 2017
TEN MELS 9
PHASE 3
STORM DRAENP
10[k ]otlf
1 2 3 4 5 fi > 8 9 f0 1] 12 f3 14 15 16 1) S6 19 20 21 22 23 2i
25
-..... .P. 2i•R.0 P.
1 1 2f f 20 1 20 1 20
T
2 2 20 2 f9 2 19 2 f9
2H
3 3 ]9 3 19 3 18 3 ]H
_ 29
4 d /H 4 17 4 17 4 1S
5 5 17 5 f6 5 16 5 16
3]
6 16 6 IS 6 15 6 IS
�
32
J ]5 ) SA J 1A J 14
_ J
6 g
14 13 6 13 13
e
12 34
9 9 L y 2 g
13
O 10
N ff 10 11 10
ID i2 f.p�p.
11 21'R.G.P. 36
W E R. .F. 77A
11
37
S 4x3
' 6 9 }D ]f ]p 13 fA 15 36 1J fe f9 20 21 22 �
SCALE. V'=200'
1
LEGEND
PROPOSED STORM DRAIN LINE
EXISTING STORM DRAIN LINE PREPARED BY:
PROPOSED STORM DRAIN INLET GOODWNB
MARSHALL 9
CML ENGINEERS—PLANNERS—SURVEYORS
2405 Mueterq OrNe.GramAm Tu 78051
Muo(817 82DAM
E;A!0715 — Twin MI!Is\Plans\Twin Mills — Phase 3.pro Tue Aug 15 17;50 06 2017
TWEN MELLS 9
ISE 3
STORM DRAHN
PARKDRM
1otl� lBd:f
1 2 3 d 5 6 ] 8 9 10 11 12 33 19 15 16 1] 10 f9 20 21 22 23 24
21.6.E.P.
2]
.. 2
2 20 2 19 2 10 2 19
3 3 19 3 18 3 10 3 18
�_ 2B
d 4 10
4 17 q 17 4
5
6 1b 5
5 5 5
31
b 6 f6 B f5 6 q
32
] ] 14 ] 14
f5
13 ]3
e e b '� 6
12 39
f0 10 fi f0 11 10 t P
Sf zr9.c.v, e
W�E
11 31
q•x3' 23
S 6 g ]0 11 12 13 14 13 1b 1] 19 19 20 21 22
SCALE. I"e 200' 2 3 4
1
LEGEND
PROPOSED STORM DRAIN LINE
PRSPARHD BY:
— EXISTING STORM DRAIN LINE
PROPOSED STORM DRAIN INLET (GOODWINB
IML ENGINEERS—PLANNERS—SURVEYORS
2406 MUBi N DMB,GMpWAM,Tn1 58061
Mebo(al 7)328.4373
E;A10715 — Twin Mills\Plans\Twin Mills — Phase 3.pro Tue Aug 15 17:50:06 2017
FI[WEN MILLS,
PHASE 3
ST?=o
FUIthE sIIEMAUc
loa 10dt
1 2 3 d 5 6 ] 6 9 10 f1 12 13 fa 15 16 f) 39 19 20 21 22 23 24
25
26
21 1 zD f 2p 1
?1
— 2 2 20 2 19 2 f9 2 f9
29
3 3 19 3 f8 3 16 3 18
a ^ 16 < n < n < n
5 f) 5 16 5
� 18
— 6 6 15 6 >s 6 y f5 3f
32
M, l 7 ]9 l 1d 7 19
_ f5
IN 3 3
9 � 8
y/ E
10
/(� 77 T[� s ]p 10 11 f0 1f 1f
SC il1L E: I"=2,00' I fp t2 �
f1
11 31
LEGEND HA3
3
23
0 g
10 11 12 13 1< 15 16 S) 1B f9 20 21 22 ,
5
3 810K*
2
PROPOSED 29' B-B ROADWAY
w/ 50' R.O.W.
6' CONCRETE PAVING
PIItBPAitEDIDY:
PROPOSED 34' B-B ROADWAY (000DWW1
w/ 80' R.O.W. h4AMlEIIALL Y
7.5' CONCRETE PAVING
CML ENGINEERS—PLANNERS—SURVEYORS
2406 Mus"DMB,DfafpMne,Te 70057
Metro(817)3294878
10' SIDEWALK PER THIS CONTRACT
E;\10715 — Twin Mills\Plans\Twin Mills — Phase 3.pro Tue Aug 15 17;46, 11 2017
TWIN MaLsg
ISE 3
STREET LIGHTS
PAPXnUV6
1� bd f
1 2 3 4 5 6 > 5 9 f0 SS 12 13 14 15 16 17 16 19 20 2i 22 23 24
8LiU12 CAN8I.�IVB
—_ e6
1 1 21 1 20 , 20 1 20
2
2 2 19 2 19 2 i9
3 9 19 3 18 9 1B 3 18
29
4 4 1B 4 17 4 1) 4 17
q$
5 5 16
5 S� � 5
m 6 5 15 6 15 16 L6 m
6 15 6
32
— 1 7 19 14 7 14
15
33 13 �
8
K ,2 34
N _ s s 1z 9 12 s
9
W E 10 10 ]3 f0 11 SO 11
0 2
CJ KAMM
1f
�v��,,77ii 77QQ 1� �l 3]
SCALE: I"e 6x009 ,/ 10 11 23
g 9 12 ]3 Sd S 18 37 16 39 20 21 22
6
LEGEND 2
2' PVC CONDUIT _
LIGHT POLE PREPARED BY,
EXISTING LIGHT POLE (300IDVEN$
TRANSFORMER ON HALL d
CML ENGINEERS-PLANNERS-SURVEYORS
HAND HOLE ems Mum g Dme,GwWne,anus 78961
® Metro(817)329,379
E \10715 — Twin Mills\Plans\Twin Vlls — Phase 3.pro Tue Aug 15 17;48;27 2017
TVViNmaus9
PHASE 3
PARKLIRIMF
bd r's
11 12 f3 1d 15 16 1J 39 20 21 22 23 2d
_. SEAW'ANFLAN$
] 1 21 1 20 1 m 1 20
2T
2 2 m 2 1B 2 19 2 f9
3 3 19 3 9 3 f6 3 16
9 d 18 4 17 d ]) d 11
— g 6 17 g
? 31
6 6 15 b 1g f5 YN 0
32
] J 1d J 1d J fd
6 g B 13 6 13 33
g i2 g
p p
35
31 ]0 ]3 10
f0 f2
11 �'
HAYS®ARIVB
IN = v
3)
W—+ — 4 E 6 7
6 9 m 1] 12 13 34 16 16 17 16 19 20 21 22
6 \
S 2 3 Bbd
LEGEND PREPARED BY:
X PROPOSED STREET NAME SIGN GOGD8
10 PROPOSED REGULATORY SIGN MAMMA L Y
CML ENGINEERS—PLANNERS—SURVEYORS
2108 45Wmg Od",GMPWns,Imes 76MI
M.I.(617)923.4979
E;A10715 — Twin Mills\Plans\Twin Mills — Phase 3.pro Tue Aug 15 17 47;20 2017
TWHN T� 1LV ILL 199
]PHASE 3
WATER
113=7"A"
PAMZWJM
lock Iotic
1 2 3 4 g
6 ) 6 8 f0 If ]2 ]3 f4 f5 16 f7 3H 19 20 21 22 23 24
2g
.ftRL1RCA(�IAlfB
_ Z6
1 1 21 1 2fi ] '
27
2 2 20 2 f9 2 >9 2 1H
3 3 19 3 18 3 fe 3 1B
q 17 q 17 4 i>
q iB 4
}g �j
j !F 16 3 16
5 g 1J 5 5
g 3f
_— 6 6 15 6
4 4
4
> f5
13f3 13 �
B B B B
H f4
IN9 9 12 H f2 9
_ H 13
W*E Ip 16 i1 I6 11 S6
]0 12 36
v
S aArs®irr[va
SCALE:: I"=c yCO' B 9 1!t 1f � f3 14 15 ]6 ]J 16 f9 e'V 2f Z2 �
)
B \\
5
2 g Blatl \
LEGEND
W PROPOSED WATER LINE
—W— — EXISTING WATER LINE PREPARED BY.
PROPOSED FIRE HYDRANT ASSEMBLY GOODg NOTE
—(- EXISTING FIRE HYDRANT ASSEMBLYh[��lF�.L Y ALL WATER LINES SHOWN
CML ENOMEERS—PLAMJERS—SURVEYORS ARE 8" IN DIAMETER UNLESS
IN PROPOSED GATE VALVE 24MMUMa gD*m,GmpWns,Tc 78MI
MWO(817) M OTHERWISE NOTED
C>4 EXISTING GATE VALVE
E;\10715 — Twin Mills\Plans\Twin Mills — Phase 3.pro Tue Aug 15 17:4 11 53 2017
SECTION 00 42 43
Developer Awarded Projects-PROPOSAL FORM
Twin Mill,Phase 3
UNIT PRICE BID
Projea Item Information Bidders Proposal
est Description peri canon alto Unit Price Bid Value
Sheet Number& uann
W F
1 3311.02618"PVC Water Pie 331112 LF 5,432 $34.00 $184,688.00 5,432
2 3312.3003 a"Gate Vehe 33 12 20 EA 18 $1,250.00 $22,500.00 18
3 33120001 Fire drant 331240 EA 10 $4,500.00 $45,000.00 10
4 33122003 1"Water Service 331210 EA 152 $950.00 $144,400.00 152
5 33120117 Connection to Existin 4"-12"Water Mam 33 12 25 EA 3 $1.000.00 $3,000.00 3
6 3311 0001 Ductile Iron Water Fi o s w/Restraim 33 11 11 TON 0 9 $4,000.00 $3,600.00 0.9
7 33050109 Trench Skty 330510 LF 5,432 0.25 $1,358.00 5,432
Water Subtotal $404,646.0
Sheet Number& uantt
Swtary Sewer Facilities 4
33 11 10,33
1 3331.4115 S^Sewer Pipe 31 12,33 31 LF 4,739 4,739
$42.45 $201,170.55
2 3339 1001 4'Manhole 333910,33 EA 23 23
3920 $4,000,00 $92,D00.00
33 11 10,33
3 3131 4116 8"Sewer Pipe,CSS Backfill 31 12,33 31 LF 344 344
$52.00 $17.888.00
4 999900018"Sewer Connection 000000 EA 3 $1,039.15 $3,117.45 3
5 7731.3101 4"Sewer Sen-ice 33 31 50 EA 152 $650.00 $98,800.00 152
6 3305.0109 Trench Safe 330510 LF 5,063 $1.00 $5,083.00 5083
7 3301.0002 Post-CCTV Impact,,, 3301 31 LF 5,083 $2.00 $10,166.00 5,083
8 3339 1003 4'Extra Depth Manhole 33 39 10,33 V.F. 47 47
39 20 $175.00 $8,225.00
9 3301.0101 Mwhole Vacuum Testin 33 01 0 EA 23 150.00 $3,450.00 23
Sanitary Sewer Subtotal $439,900.0
Sheet Number& uantin
Storm Drain Facilities 38 r 39 40 41
1 3349.5001 10'Curb Inlet 33 49 20 EA 14 $3.200.00 $44,800.0 6 6 2
2 33490001 4'Storm Junction Box 334910 EA 2 $4300.00 $9,000.00 1 I
3 3341.0201 2l"ACP Class B1 3341 10 LF 266 $45.00 $11,970.00 8 37 49 172
4 33410205 24"RCP.Class Bl 334110 LF 776 $50.00 $38,800.00 531 122 123
5 3341.0302 30"RCP Class BI 3341 10 LF 299 $65.00 $19,435.00 246 53
6 3341.0309 36"RCP Class III 33 41 10 LF 118 $95.00 $11,210.00 118
7 7341.1 10.2 4'x 3'Box Culvert 3341 10 LF 239 $175.00 $41,825.00 239
8 9999.0002 Connect to Existin 30"RCP 0000 00 EA 1 $500.00 $500.00 1
9 99990003 Conners to Existin a'xTRCB 0000 DO EA 1 $1,000.DO $1,000.00 1
10 3305.0109 Trench Safe 330510 LF 1.698 $1.00 $1,698.00 611 568 171 348
11.0800 Remove Ri Ra 02 41 13 SF 900 $3.00 $2,700.00 612 288
111+0411 0004 Concrete Collar 00 000 LA 9 wti.001 $4,500.001 I 1 2 2 4
Storm Drain Subtotal 1 $187,438.00
Water/Sanitary SewarfStorm Drain Facilities Subtotal
$1,031,884.0
r�v..se,y.uv-4 ,me,ove,woe�vn�xw,vneD eaoarn F.pt ef2 wun�a vua.
SECTION 00 42 43
Developer Awarded Projects-PROPOSAL FORM
Twin Mi11a Pi 3
UNIT PRICE BID
Project Item Intortnanon Bidder's Proposal
6idlisI Specification Unit of Bid
Item Deacnpben Section No. Measure .anti Unit 1—
Bid Value
Sheet Number&.Quantity
P-IM Facilities 23 24 25 26 27 28 29 30 31 32
1 3213.0101 G"Cont Pvmt 321313 SY 17,328 $34.00 $589,152.00 1885 1700 1714 1881 2049 1896 1902 2055 2246
2 3211 05016"Lime Treatr m 32 11 29 SY 18,458 $3.00 $55,368.00 2009 1811 1845 1985 2174 2012 2020 2201 2399
3 9999.0005 7.5"Conc Pmt 32 1313 SY 4,894 $40.50 $198,207.00 2360 2594
4 3211.0502 8"Lime Treatment 321129 SY 5,182 $3.50 $18,137.00 2591 2591
5 52 04()() drated Lime 3211 29 TON 355 $175.00 $62,125.00 30 27 28 30 33 30 30 33 36 39 39
6 31370104 Medium Stone Ri ra dry 31 3700 SY 38 $75.00 $2,850.00 38
7 3213 0204 Barrier Free Ram Tv a M-2 2 13 20 EA 9 $1,500.00 $13,500.00 2 1
8 3213 050613
506 Barrier Free Ram T e P-1 32 13 20 EA 9 $1,300.00 $11.700.00 2 2 3
9 32130501 Barrier Free Aam T eR-1 321320 EA 9 $1,300.00 $11,700.00 2 2 2 3
10 9999.0006 10'Conc Sidewalk DO 00 00 LF 1,296 $33.00 $42,768.00 648 648
12 3217.0002 4"SLD Pvmt Marking HAS(Yl 32 17 33 LF 2,592 .00 $5,164.0 1 1296 1296
Paving Subtotal $1,010,691.0
Sheet Number& .anti-
Street Lighting Facilities 42
1 3441.3201 LED Li htin Fixture 344120 EA 26 $2,763.00 $72,358.0 26
2 2605.301 12"CONDT PVC SCH 40 26 05 33 LF 4,D10 $8.63 $34,606.3 4 010
3 11441.1408 NO 6Insulated El.c C-dr 1 3441 10 LF 12,0 624.00 12 030
Street Lighting Subtotal $116,588.3
Sheet Number& .anti
Street Signs 22 23 24 25 26 27 28 29 30 31 32
1 3441.4W3 FtunisNinstall AlmSign Ground Mount City Sid344130 EA 53 38.65 $20,450.00 2 5 10 10 1 10 70 6
Street Sign Subtotal 1 $20,450.00
Bid Summary
WaterlSanitary Sewer/Storm Drain Facilities Subtotal $1,03T,884.0
Paving Facilities Subtotal $1,010,691.0
Street Lighting Facilities Subtotal $115,588.3
Street Si ns $20,450.0
Total Bid $2,179,613.3
r�..¢Wn zucm amvauwauwva.oemxw�az>eDnomm Rge2of2 w�z�eW nwr