Loading...
HomeMy WebLinkAboutContract 52348 Received Date: 05/24/19 Received Time:4:57 P M Developer and Project Information Cover Sheet: Developer Company Name: Chick-fil-A,Inc. Address, State,Zip Code: 5200 Buffington Rd,Atlanta,GA, 30349 Phone&Email: 404-765-8000,steve.lewis(&cfacorp.com Authorized Signatory,Title: Steve Lewis,Director Project Name: Chick-fil-A Brief Description: Water, Sewer,Paving Project Location: 2900 Western Center Blvd Plat Case Number: FS-18-216 Plat Name: Nolan Allen Mapsco: Council District: CFA Number: CFA18-0159 City Project Number: 101.822 City of Fort Worth,Texas OFFICIAL RECORD Standard Community Facilities Agreement-Chick-fil-A CFA Official Release Date:02.20.2017 CITY SECRETARY Page 1 of 11 FT. WORTH,TX STANDARD COMMUNITY FACILITIES,AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. 52348 WHEREAS, Chick-fil-A, Inc., ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto("Improvements")related to a project generally described as Chick-fil-A ("Project") within the City or the extraterritorial jurisdiction of Fort Worth, Texas ("City"); and WHEREAS, the City has no obligation to participate in the cost of the Improvements or Project; and WHEREAS,any future City participation in this CFA:is subject to the availability of City funds and approval by the Fort Worth City Council and shall be memorialized as an amendment to this Agreement; and WHEREAS, the Developer and the City desire to enter into this Community Facilities Agreement ("CFA" or "Agreement") in connection with the collective Improvements for the Project. NOW,THEREFORE,for and in consideration of the covenants and conditions contained herein, the City and the Developer do hereby agree as follows: General Requirements A. The Policy for the Installation of Community Facilities ("Policy") dated March 2001, approved by the City Council of the City of Fort Worth, as amended, is hereby incorporated into this Agreement as if copied herein verbatim. Developer agrees to comply with all provisions of said Policy in the performance of its duties and obligations hereunder and to cause all contractors hired by Developer to comply with the Policy in connection with the work performed by said contractors. B. Developer shall provide financial security in conformance with paragraph 6, Section II, of the Policy and recognizes that there shall be no reduction in the collateral until the Project has been completed and the City has officially accepted the Improvements. Developer further acknowledges that said acceptance process requires the Developer's contractor(s) City of Fort Worth,Texas Standard Community Facilities Agreement-Chick-fil-A OFFICIAL, RECORD CFA Official Release Date:02.20.2017 Page 2 of 11 CITY SECRETARY FT. WORTIH,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) JZ ; Storm Drain(B-1) 1 I, Street Lights & Signs E. The Developer shall award all contracts for the construction of the Improvements in accordance with Section II,paragraph 7 of the Policy and the contracts shall be administered in conformance with paragraph 8, Section Il, of the Policy. Developer shall ensure its contractor(s)pays the then-current City-established wage rates. F. For all Improvements included in this Agreement for which the Developer awards construction contract(s), Developer agrees to the following: i. To employ a construction contractor who is approved by the director of the department having jurisdiction over the infrastructure to be constructed, said contractor to meet City's requirements for being prequalified,insured, licensed and bonded to do work in public ways and/or prequalified to perform water/wastewater construction as the case may be. ii. To require its contractor to furnish to the City a payment and performance bond in the names of the City and the Developer for one hundred percent (100%) of the contract price of the infrastructure,and a maintenance bond in the name of the City for one hundred percent (100%) of the contract price of the infrastructure for a period of two (2) years from the date of final acceptance insuring the maintenance and repair of the constructed infrastructure during the term of the maintenance bond. All bonds to be furnished before work is commenced and to meet the requirements of Chapter 2253,Texas Government Code. City of Fort Worth,Texas Standard Community Facilities Agreement-Chick-fil-A 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 stake-approved form) supplied by the contractor's insurance provider and bound in the construction contract book. iv. To require its contractor to give 48 hours advance notice of intent to commence construction to the City's Construction Services Division so that City inspection personnel will be available;to require the contractor to allow the construction to be subject to inspection at any and all times by City inspection forces,to not install or relocate any sanitary sewer, storm drain, or water pipe unless a responsible City inspector is present and gives his consent to proceed, and to make such laboratory tests of materials being used as may be required by the City. V. To require its contractor to have fully executed contract documents submitted to the City in order to schedule a Pre-Construction Meeting. The submittal should occur no less than 10 working days prior to the desired date of the meeting. No construction will commence without a City-:issued Notice to Proceed to the Developer's contractor. vi. To delay connections of buildings to service lines of sewer and water mains constructed under this Agreement, if any, until said sewer and water mains and service lines have been completed to the satisfaction of the Water Department. G. Developer shall provide at its expense, unless otherwise agreed to by City, all engineering drawings and documents necessary to construct the improvements under this Agreement. H. Developer shall cause the installation or adjustment of the required utilities to serve the development or to construct the Improvements required herein. I. City shall not be responsible for payment of any costs that may be incurred by Developer in the relocation of any utilities that are or may be in conflict with any of the community facilities to be installed hereunder. City of Fort Worth,Texas Standard Community Facilities Agreement-Chick-fil-A 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-Chick-fil-A CFA Official Release Date:02.20.2017 Page 5 of I 1 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 CIA 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-Chick-fil-A CFA Official Release Date:02.20.2017 Page 6 of 11 construction of same before the expiration of two (2) years if the Developer breaches this Agreement, becomes insolvent or fails to pay costs of construction and the financial guarantee is not a Completion Agreement. If the financial guarantee is a Completion Agreement and the Developer's contractors and/or suppliers are not paid for the costs of supplies and/or construction, the contractors and/or suppliers may put a lien upon the property which is the subject of the Completion Agreement. Q. Developer acknowledges that in accordance with Chapter 2270 of the Texas Government Code,the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Developer certifies that Developer's signature provides written verification to the City that Developer: (1) does not boycott Israel; and(2)will not boycott Israel during the term of the contract. IMMIGRATION AND NATIONALITY ACT R. Developer shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form(I-9). Upon request by City, Developer shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Developer shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Developer employee who is not legally eligible to perform such services. DEVELOPER SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY DEVELOPER, DEVELOPER'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Developer, shall have the right to immediately terminate this Agreement for violations of this provision by Developer. City of Fort Worth,Texas Standard Community Facilities Agreement-Chick-fil-A CFA Official Release Date:02.20.2017 Page 7 of 11 Cost Summary Sheet Project Name: Chick-fil-A CFA No.: CFA18-0159 City Project No.: 101822 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 $ 86,771.00 2.Sewer Construction $ 74,943.00 Water and Sewer Construction Total $ 161,714.00 B. TPW Construction 1.Street $ 54,874.00 2.Storm Drain $ - 3.Street Lights Installed by Developer $ 4. Signals $ _ TPW Construction Cost Total $ 54,87,1.00 Total Construction Cost(excluding the fees): $ 216,5811.00 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 3,234.28 D. Water/Sewer Material Testing Fee(2%) $ 3,234.28 Sub-Total for Water Construction Fees $ 6,468.56 E. TPW Inspection Fee(4%) $ 2,194.96 F. TPW Material Testing(2%) $ 1,097.48 G. Street Light Inspsection Cost $ - H. Signals Inspection Cost $ H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 3,292.44 Total Construction Fees: $ 9,761.00 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 216,588.00 x Completion Agreement=100%/Holds Plat $ 216,588.00 Cash Escrow Water/Sanitary Sewer-125% $ 202,142.50 Cash Escrow Paving/Storm Drain=125% $ 68,59 .50 Letter of Credit=125%w/2 r expiration period $ 270,735.00 City of Fort Worth,Texas Standard Community Facilities Agreement-Chick-fil-A 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 Chick-fil-A,Inc. �hnT Jesus J.Chapa(May 24, 019) Jesus J. Chapa Assistant City Manager Sf2ve L e> Date: May 24,2019 Steve E Lewis(May 24,2019) Name: Steve Lewis Recommended by: Title: Director Date: May 24,2019 Evelyn Robe. (May 24,2019) Evelyn Roberts/Jennifer Ezernack Project Assistant Planning and Development Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and Approved as to Form &Legality: administration of this contract, including ensuring all performance and reporting Richard A.NoCracKen requirements. Richard A.McCracken(May 24,2019) Richard A. McCracken 33%5 _ Assistant City NAtttorney Jennifer Ezernack on behalf of Janie Morales -,24,2019) M&C No. Name: Janie Morales Date: Title: Development Manager Form 1295: N/A FORT l�O ATTEST: Mary J.kayser(May 24, l% U Mary J. Kayser/Ronald Gonzales City Secretary/Assistant City Secretary TEXP'` ®FFIUAL RECORD City of Fort Worth,Texas �'Tv ecra�TAUy Standard Community Facilities Agreement-Chick-fil-A CFA Official Release Date:02.20.2017 FT WORTH,TX Page 9 of 11 -- —J Check items associated with the project being undertaken: checked items must be included as Attachments to this Agreement Included Attachment Attachment 1 -Changes to Standard Community Facilities Agreement ® Location Map Exhibit A: Water Improvements ® Exhibit A-1: Sewer Improvements ® Water and Sewer Cost Estimates ® Exhibit B: Paving Improvements ® Paving Cost Estimate ❑ Exhibit B-1: Storm Drain Improvements ❑ Storm Drain Cost Estimate ❑ Exhibit C: Street Lights and Signs Improvements ❑ Street Lights and Signs Cost E1stimate (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Standard Community Facilities Agreement-Chick-fil-A CFA Official Release Date:02.20.2017 Page 10 of 11 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 10 182)2 None. City of Fort Worth,Texas Standard Community Facilities Agreement-Chick-fil-A CFA Official Release Date:02.20.2017 Page 11 of 11 VAP-ant Al MAL ►w 16(7 SECTION 00 42 43 Developer Awarded Pf*ds-PROPOSAL FORM UNIT PRICE BID Bidder's Application Prwm Refs infoffoJlion Diddds Propoul aidsJln� spaianfioe u4ilor Did No. D �lon 6eNioa T!a AtoJure Qwntiry [hti1 hits Did Valw escn ME 1 -0170.0100Mobilization 017000 _LS 1 $1gg5.00 $1,425.00 2 0171.0101 Construction Staking _ _ _ _01 71 23-� Le 1 um.00 $300.00 3 0241.1512 Salvage V Water Motor 02 41 14 EA 00 $500.00 4 0241.0100 Remove Sidewalk E Replace —02 41 13 W SF 25.0 p15.00 $3.760.00 5 3311.001 Ductile Iron Water Fittings wr Restraints- 33 11 11 -TN _ 1 St^150�00 1 150.00 -6 -- 3311.0141 6"PVC Water Pipe ---- - 331112 LF 10 .00 V- _$680.00 - 7_-93/l A2818"PVC Water Pipe~--- ---_ --33 11 12 LF 556 -_ 699.75 _ $65.461.00 _ a -3312.0117 COMeWon to EX.4"-12"Water - 33 12 25_ EA__ 1 $1,500.00 $1 500.00 9 -3312.20031"WaterServke -- 331210 EA - 1 _$2,t00400 $2.600.00 10 3312.2203 r Water Service-- µ --- —331210- EA 1 $3,�100.00 $3,000.00 �- 11 3312.3002 8"Gate Valve 331220 EA 1 __ $1 2P00.00 12 3312.3003 8"Gale Valve —�y- 331220 EA 6 _$1,4W.00 _ $9,600.00 13 0241.118 4'-12'Pressure Plug 02 41 14 - EA 4 _ 8100.00 _ $400.00 _14_ 330.0109 Trench Safety/rraMc ControiBondsT! ng 3305110 LF 568 -- $7.58 .- M.3305.00 18 _ --- ----- - -- --- --.-.- —_...__._---I -- - 17 21 -23-- 25 -- - - - --2628 - --- --- - - 27 29 __- - -- -- ------ - - 31 - 32 34 _35 36 37 -- 38 - -39 40 ...----- --_ -- - - 43 _ 44 - 45 -- IML UNIT 1:WATER V MENT3 $88 771.00 CffYOP FORT%'MTH — STAMMMCONSMUCM-4 SMXVCATt)N 1XXM(F]Jn DEVELOPEA AWAAW)MQIF-CTS Fnre Yenlm sepm4r l,m�r rm Ram-ooi:iJ_p:l nopnui•pnr W 4241 DAF-O VWV(SAL hr I,(T SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Inromdon Bidder's Proposal Bidiisl4am Daccipdon Spedfl tiara Uoit of Bid Unit Pries Bid Value No. socdoe No. I Lleuurs I Quagit UNIT II:SANITARY 1 01070.0100 MobNWlion _- 017000 LS 1 $1,300.00— =�1300�00 -2_-_0171.0101 ConsWetion Staking _ 01 71 23-- LS _ 1_-_ _$500.00___$600.00 3_- _3301.0002 Post CCTV�c0on - - 330131 _ LF 480_ - ^3-2 84_ $1.365.00 4 3301.0101 Manhole Vacwm TestkTg 33 01 30 EA 3 $600.00 S7,t100.00 S_ 3SOS.Q109 Trench SafetyMonds/Per_a is_ 330510 - LF 480- 87.58 $3,639.00 8 3305.3001 S Sewer Carrier 33 Pipe 05 24- LF- 25 $58.00 . 31.4b0_00 _-7 3305.3002 6'Sewer Carrier PIPe - 33 05 24 LF -465 376.00 $35 490.00 8 3339.1001 W Manhole 333210 EA - 2- $9.750.00 $119,500.00 9 3339.1002 W Drop Manhole - - - 333910 EA _ 1 $9,900.00--$9,9900.00 t0 - - 12 13 - ----- -__ ----- 14 15 ------------ .- _.- - ---- - -- 15 17 --- -------- - 198 -- 19 ------ - - . - - -- -- - - ---- 20 -- -- --- - -- -- 21 ------ - ----- - ----- ------ 22 23 -- 24 -.-- -- -- --- 25 26 27- - -- -- - _.- - ------ 28 - _ 29 -- - -- -- - 30 - 31 -- -- -- - - -- - - --- -- -- - 32 33 34 35 _. ----- -- -- - - -_ 36 ---- 37 ------ 38 39 41 43 40 - - —•---_ -- _ __.._ 44 -' -- -- - - --- 45 TOTAL UNIT 1:SANII6&Y S 574,943.00 My"rott uWTH STANDARD LVh'=C M SAECFrATM DOCU). MS-MM..10M AWMlIFD p1OlECI3 Fao YaiipSrpeeobu I.7013 f7nl Wall-Leal aafRi!RupoWJfAP 63'4133 DAP-BIMOKKAL hplafT SECTION 00 42 43 Developer Awarded Projecls-PROPOSAL FORM UNIT PRICE BID Bidder's Application plagm Item iftr0mlion Bidders ftopoul I SpecificationUsk poke Bid Vskle Bilu"h1- s Unit of O �eF 1 Swim Na I Flnlure UNIT 01:DR E IWJJQM Km 3 ....... 4 6 10 13 —--------- 17_ 10 19 20_ ------ 21 23 24 25 28 28 29 90 36 30 40 43 44 TOTAL UNIT III:DRAINAGE 1IMPROMMENT81 MYMPORTWORM SIAMARD COMTRUCT104 SPWWJCAMtJ rAXIAMM-OLVELOPW AWARTIM MORMS Fan%M-00 41 43-PW P.9.4-OAP 10424) DAY-set ParMVSAL P4p4al7 SECTION 00 42 43 Deve oper Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project item Informmion Biddce%PrWmI Who Im D speeifiation Unit or I Bid No. Dnuipipn Section No- hue fd Qe+MaY unil Price Bid Valet NIT N:PAVIN14 ITS 1 _0170.0100 Mobllizallon -- 01 7000 _ LS 1 _ S1_50_0.00 __ $1,66W.00 2 0171.0101 Construction Slaking 01 71 23 LS 1 $750.00 $760.00 3 0241.0461 Remove Concrete Drive 6256 11F SF 225_ _ $3.00 $875.00 4 -0241.1000 Remove Concrete Pavement 02 41 15 - -SY--100 -$21.00 --^~112,100.00 5 3110.0101 Ske Clewing 31 10 00 LS 1 41,000.00 41000.00 g 9123.Ot01 UrrctassM Excevadon by Plan 3123 16 CY 275 $9.00 $2.475.00 7-3213.0103 8"Concrete Pavement --- 321313 SY_ 131__ $48.15 $20,753.00 8 3213.0302 V Concrete Sidewalk 32 13 20 SF 1125 $4.45 $5,008.00 9 -32131403 8'Conc_re_te Drhrcway ....-__ 321320 --SF 568- --- $5_35_ _ $3�039.00 10 3219.0508 Barter Free Ramp Type P-1 3213 20 EA 2 $350.00 $700.00 11 3213.0700 Joint Sealant 321373 LF 766 $1.75 _f1,340.00 12 3216.0101 8"Concrete Curb and Gullet 321613 LF 367_ _$12.00 $4,401,00 13_ 3217.02018"SL_D Pavement MaddN HAS(W)---3217 23 LF 100 - $2.00_ $200.00 - 14 3217.2001 Raised Maker TY W -- --321723 -- -EA - g_ - $8.00 - $48.00 15 3291.0100 Top Soil 32 9119 CY 87 $25.00 $1875.00 16 3292.WOO Block Sod Placement 32 9213 SY 405 $6.75 S2 734.00 17 3471.0001 Traffic Control 347123 MO 1 $5�300.00, - $6 300.00 18 3125.0101 SWPPP 1 Acre 31 2500 LS 1 $1,175.00 $1,175.00 19 20 21 22 23 25 28 27 28 29 30 97 32 3J 34 35 36 37 38 39 41 42 ---- - -------- - _ .__._ ---------------._ - --------- 43 44 45 UNIT IV,I GIMPROVEMENTS1 $54 874.00 MY OF FORT IAW TH STANDAlen FUNSALC'M S CFEATM D0CL**H15-rWVF.7 X-0t AwARnW ntortcr5 rev eoea�p�an1.mlr 7,",WaM-00424r-RaM+pwloAP 004241 DAP-DOPiOPOSAL hg3a(7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Inrmw ion Bidders Propoul 8idli:them Speeir"ion Unit of Bid No. Descnpttoo Section No. ... Q Bid ty UnN Ni. Bid Value 1 3 - --- - - 4- - - 10 12 13 - 14 is 78 --- - ------... - - _...-.. ---...- - ----- --- -- --- . .........._ 19 40 --— -- - - _ - - - --- - 21 23 24 25 28 27 29 311 _ 2 ------ .._. - - -.- —- -- ...—3 -_-. __. ............__ ------ - 33 35 36 - - - 30 39 41 42 —47 - 44 — TOTAL uNrr y.STREET u impioviimms CRY OF-FORT N'OR711 STANDARUNNSTRUCFUN SISCff1CAM4 DWMff]RS-DEVELOPER AWARDFD PItMCt3 cam Vmua 3q+aota 1.IN 5 fM WnN-00�e i)Jt f t wJ>A1' GO+)4) IW.MPROPOlAL PW6.(7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders 14opoul Bidlistllem Specification tln d Bid No. ��oa Section No. ►It we Quarity Unit Price Bid vat" WENTS _ 4 7 8 10 12 14 18 17 18 19 20 21 22 23_ 24 25 _-- 28 27 28 ---_.._.-.._ __—.- 30 31 34 35 35 37 38 40 41 --- 42 43 __+5 — TOTAL UNIT VI TRAFFIC CrIYOFFORT WORTH STANDARD CONSIRUCIIDY SPEC&LATON DOCMMNIS-DEVELOM A WARf3FD PROYEZn FVw Peden SW-.b.1.3011 ne ru6.0041 41-W F.P%ajW 6lcll! Pop 7of7 SECTION 00 42 43 Developer Awarded Pmjeela-PROPOSAL FORM UNIT PRICE BID Bidder's Application Frojen Item Iafomastion Bidders Proposal Bidlist hem Specification unit of Did No. Description Specification No. Measure Quantity Unit Rice Bid Value Bid Summary UNIT I:WATER IMPROVEMENTS $86,771.00 UNIT 11:SANITARY SEWER IMPROVEMENTS $74.943.00 UNIT III:DRAINAGE IMPROVEMENTS UNIT N:PAVING IMPROVEMENTS $54,874.00 UNIT V:STREET LIGHTING IMPROVEMENTS _ UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS Told Construction Bid $218 888.00 Contractor aarets to complete WORK for FINAL ACCEPTANCE within FWN calendar days after the data when the CO.VIRACF commences to run as prodded in the Central Conditions. END OF SECTION CttYOF FDar MAM STAMARD mP4mUr'taOrt 5—IFlcAI t14 DKI MM14TA.DF%n OPM AwAttaru rarvtrCIS Fora Poem Sapmtu 1,IOIS Fat watt-OD Ues WPagont}W BASSWOOD BLVD. BASSWOOD BLVD. 0 w o N w � N a 287 Z U 3Ln of a NZ Z y % F 35W `m of RFFk a WESTERN CENTER BLVD. WESTERN CENTER BLVD. SITE 0 ss CREEKof C w N Z y� O SQ W G 0 m O Z �G,9t FOSSIL CREEK BLVD. LOCATION MAP SCALE 1"=2000' CPN 101822 MAPSCO NO. 35X COUNCIL DISTRICT 2 OWNER/DEVELOPER: ENGINEER: CHICK-FIL-A, INC. BURGER ENGINEERING, LLC 5200 BUFFINGTON ROAD NOLAN TBPE F-12997 ATLANTA, GEORGIA 30349 17103 PRESTON ROAD, SUITE 180N ALLEN DALLAS, TEXAS 75248 ADDITION (SHEET 1 OF 4) DATE AMU, 2019 / \ / LOT 8 LOT 7 / LOT 6 / WESTERN WESTERN WESTERN CENTER CENTER CENTER NORTH NORTH / NORTH LOT 4 / BURLINGTON NORTHERN SANTA FE I I RAILWAY / LOT 1 I b LOT 2 1 i 1 WESTERN WESTERN LOT 3 LOT 4 LOT 5A / CENTER CENTER ( WESTERN I WESTERN I b WESTERN NORTH NORTH CENTER CENTER CENTER I I NORTH I NORTH I NORTH I 1 I I _ b -- -- �—b EX -- �-- -- -- -- WESTERN CENTER BLVD. 6F a 24 24 10 EX 6 8' -- -- LOT 2 - �--�- - � �-- �- - LOT 3R R -- I 1 I I IX i I WESTE N IWESTERNIWESTERNJI I I I LOT 1 R-1 RA 1 I CROSSING ICROSSING S' CROSSING LOT 2 LOT 1A I I WESTERN ADDITION ADDITION JADDITION WESTERN I SPINDOR CROSSING I CENTER ADDITION I ADDITION - --—J \ ADDITION I I _ I i 14o I I , I LOT 1 R-3RA �— _ WESTERN I I LOT 1R I CROSSING \ EX$ LOT 4R-1A NOLAN ADDITION _ 1 \ WESTERN CROSSING I ALLEN I -��� \ \ I ADDITION ADDITION r \ I I i I I I LOT 61 LOT 1B WESTERN SPINDOR CROSSING \ \ I I ADDITION i ADDITIONLOT 1 �¢ \ IND GO AT WESTERN r� CENTER I I LOT 1R-4RC1 p i I I WESTERN �O I CROSSIONt w I ADDM � y4\ IOT 1 ' J THE HAVEN LEGEND AT WESTERN \ — - - — RIGHT-OF-WAY / PROPERTY LINE CENTER \\ N EX. WATER LINE \' PROP. WATER LINE \ \ OWNER/DEVELOPER: EXHIBIT A ENGINEER: CHICK-F5200 B FFINIGTON ROAD WATER BURGER ENGINEERING, LLC ATLANTA,GEORGIA 30349 17103 PRESTON ROAD, SUITE 18ON NOLAN DALLAS,TEXAS 75248 0 100' 200' 400' ALLEN 1� ADDITION 1"-200' DATE:APRIL 2019 i LOT 7 � LOT 8 LOT 6 WESTERN WESTERN / WESTERN / CENTER CENTER CENTER `NORTH T NORTH '� NORTH LOT 4A -T-- BURLINGTON I NORTHERN I I SANTA FE I I I I RAILWAY LOT 1 LOT 2 I WESTERN I WESTERN I LOT 3 LOT 4 LOT 5A CENTER CENTER WESTERN I WESTERN I WESTERN NORTH NORTH CENTER CENTER CENTER I I NORTH I NORTH I NORTH I I I I WESTERN CENTER BLVD. -- -- EX Ir--- 'IX 1 -- a ,a LOT 1 LOT 2 LOT 3R I I 1 I I WESTERN I WESTERN IWESTERN I I LOT 1 R-1 RA I (CROSSING GROSSING. LOT 2 LOT 1A I I WESTERN I W ADDITION ADDfiION ADDITION( WESTERN I SPINDOR CROSSING CENTER ADDITION I ADDITION - - - ADDITION I I I _ I I I OT -- -----J I I L A WESTERN I LOT 1R CROSSING 1 LOT 4R-1A LAN ADDITION __�1 \ WESTERN AOL EN I --� \ CROSSING I ADDITION ADDITION r \ I I \ I I LOT 1R-4RB1 \ I I LOT 1B WESTERN \ \ SPINDO I i CROSSING I ADDITION 1 I ADDITIONLOT 1 I I _ INDIGO AT WESTERN CENTER I I �� I LOT 1R-4RC1 1 WESTERN O I CROSSING � ADDITION LOT 1 THE HAVEN LEGEND AT WESTERN — - - — RIGHT-OF-WAY PROPERTY LINE CENTER \ N ` IX. WASTEWATER LINE \ PROP. WASTEWATER LINE I OWNERMEVELOPER: EXHIBIT Al ENGINEER: CHICK-FIL-A, INC. WASTEWATER BURGER ENGINEERING, LLC 5200 B FFINGTON ROAD TBPE F-2997 ATLANTA,GEORGIA 30349 17103 PRESTON ROAD,SUITE 180N NOLAN DALLAS,TEXAS 75248 0 1 00' 200' 400' ALLEN ADDITION 1 n=200" (SHEET 3 OF 4) GATE:APRIL, 2019 / \ / / LOT 8 LOT 7 LOT 6 / WESTERN WESTERN WESTERN CENTER CENTER CENTER NORTH NORTH / NORTH LOT 4 / BURLINGTON NORTHERN SANTA FE I LOT 2 RAILWAY / LOT 1 1 1 WESTERN I WESTERN I LOT 3 LOT 4 LOT 5A / CENTER CENTER WESTERN ( WESTERN WESTERN NORTH NORTH CENTER CENTER CENTER NORTH 1 NORTH I NORTH I I I I WESTERN CENTER BLVD. I 2 [OTT WESTERN IWELOT 1OSTERN]WESTERN I I 1 1 LOT 1 R-1 RA I I CROSSING ICROSSING CROSSING LOT 2 I LOT 1A WESTERN ADDITION ADDITION [DDITION WESTERN I SPIND I I CROSSING ION CENTER I ADDITION - - -J 1 ADDITION I LOT 1 _WESTERN ' CROSSING I 1 LOT 4R-1A I NOON I ADDITION _ . �\ \ WESTERN I ALLEN i _-- \ CROSSING 1 ADDITION r \ ADDITION I I I \I I LOT 1R-4RB1 I LOT 1B WESTERN \ \ SPINDO I I CROSSING \ 1 I ADDITION ADDITION \ I LOT 1 I I I INDIGO AT WESTERN ` \ , CENTER I I LOT 1R-4RC1 o I I WESTERN `O I CROSSING \ ADDITION oy X ` I LEGEND - - - - RIGHT-OF-WAY / PROPERTY LINE LOT 1 --- SIDEWALK BY CHICK-FIL-A THE. HAVEN \ O H.C. RAMP BY CHICK-FIL-A AT WESTERN \ N CENTER \ \J MEOW8' CONCRETE \ OWNER/DEVELOPER: EXHIBIT B ENGINEER: CHICK-FIL-A, INC. PAVING BURGER ENGINEERING, LLC 5200 BUFFINGTON ROAD TBPE F-12997 ATLANTA, GEORGIA 30349 17103 PRESTON ROAD, SUITE 18ON NOLAN DALLAS, TEXAS 75248 0 100' 200' 400' ALLEN ADDITION 1"=200' DATE.APRIL, 2019