Loading...
HomeMy WebLinkAboutContract 52613 Received Date: 08/06/19 Received Time: 11:10 AM Developer and Project Information Cover Sheet: Developer Company Name: Jabez CTR 2.3,LLC. Address,State,Zip Code: 1038 Texan Trail,Grapevine,TX, 76051 Phone&Email: 817.849-5100,nelson.mitchellahistorymaker.com Authorized Signatory,Title: B.Nelson Mitchell,Jr,CEO Project Name: Chisholm Trail Ranch, Section 2 Phase 3 Brief Description: Water, Sewer,Paving, Storm Drain, Street Lights Project Location: Northeast Corner of McPherson Blvd. and Risinger Rd. Plat Case Number: Plat Name: Chisholm Trail Ranch Mapsco: Council District: 6 CFA Number: CFA19-0043 City Project Number: 101930 City of Fort Worth,Texas OFFICIAL RECORD Standard Community Facilities Agreement-Chisholm Trail Ranch,Section 2 Phase 3 CFA Official Release Date:02.20.2017 CITY SECRETARY Page 1 of 11 F"fi WORTH,TX STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. 5ca(o 13 WHEREAS, Jabez CTR 2.3, LLC., ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached h reto("Improvements")related to a project generally described as Chisholm Trail Ranch, Section 2 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 c venants 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-Chisholm Trail Ranch,Section 2 Phase 3 OFF10AL REM,", CFA Official Release Date:02.20.2017 CITY SECRETAR',W- Page 2 of 11 FT WORTH,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-Chisholm Trail Ranch,Section 2 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 prod ed, 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 ar eed 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-Chisholm Trail Ranch,Section 2 Pbase 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-Chisholm Trail Ranch,Section 2 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 eight 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. f 40/( 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 pert_nt(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 streets signs. P. COMPLETION WITHIN 2 YEARS i. Developer shall complete the Improvements ithin two (2) years, provided, however, if construction of the Im rovements Zs started within the two year P Y period,the developer may request that the CFA be extended for one additional year. ii. Nothing contained herein is intended to limit the Developer's obligations under the Policy, this Agreement, its financial guarantee, its agreement with its contractor or other related agreements. iii. The City may utilize the Developer's financial guarantee submitted for this Agreement to cause the completion of the construction of the Improvements if at the end of two(2)years from the date of this Agre ement(and any extension period) the Improvements have not been completed and accepted. iv. The City may utilize the Developer's financial g_arantee 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-Chisholm Trail Ranch,Section 2 PL.se 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. 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 (1-9). Upon request by City, Developer shall provide City with copies of all 1-9 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-Chisholm Trail Ranch, Section 2 Phase 3 CFA Official Release Date:02.20.2017 Page 7 of 11 Cost Summary Sheet Project Name: Chisholm Trail Ranch, Section 2 Phase 3 CFA No.: CFA19-0043 City Project No.: 101930 An Engineer's Estimate of Probable Cost is acceptable. However,the construction contract price will ultimately determine the amount of CFA fees and financial;;uarantee. The bid price and any additional CFA payments will be required prior to schedulii a pre-construction meeting. An itemized estimate corresponding to each project-specific exh hit is required to support the following information. Items Developer's Cost A. Water and Sewer Construction 1. Water Construction $ 300,080.17 2.Sewer Construction $ 381,629.31 Water and Sewer Construction Total $ 681,709.48 B. TPW Construction 1.Street $ 677,877.02 2.Storm Drain $ 284,373.09 3.Street Lights Installed by Developer $ 132,607.75 4. Signals $ TPW Construction Cost Total $ 1,094,857.86 Total Construction Cost(excluding the fees): $ 1,776,5 .34 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 13,6' .19 D. Water/Sewer Material Testing Fee(2%) $ 13,6 .19 Sub-Total for Water Construction Fees $ 27,2 .38 E. TPW Inspection Fee(4%) $ 38,49 .00 F. TPW Material Testing(2%) $ 19,24 .00 G. Street Light Inspsection Cost $ 5,3 ..31 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ Sub-Total for TPW Construction Fees $ 63,039.31 Total Construction Fees: $ 90,30 .69 Choice Financial Guarantee Options, choose one Amount rvi3rk one Bond=100% $ 1,776,56-7.34 x Completion Agreement=100%/Holds Plat $ 1,776,567.34 Cash Escrow Water/Sanitary Sewer—125% $ 852,136.85 Cash Escrow Paving/Storm Drain=125% $ 1,368,572.32; Letter of Credit=125%w/2 r expiration period $ 2,220,709.18 City of Fort Worth,Texas Standard Community Facilities Agreement-Chisholm Trail Ranch,Section 2 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 Jabez CTR 2.3,LLC. Dana Burghdoff(J 29,2019 Dana Burghdoff Interim Assistant City Manager AlW40W,rt tircl w2l Date: Jul 29,2019 Nelson Mitchell 1Ju 126,2019) Name: B, Nelson Mitchell, Jr Recommended by: Title: CEO , Date: Jut26'2019 Evelyn Robe 5(Jul 29,2019) 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 requirements. Richard A.McCracken(Jul 29,2019) Richard A. McCracken Yanie Scariett Morales Assistant City Attorney Janie Scarlett Morales(Jul 29,2019) M&C No. N/A Name: Janie Morales Date: Title: Development Manager Form 1295: N/a OF 'FQR� ATTEST: �J-A.' U _ Mary J. Kayser/Ronald Gonzales ' ,, j�X +� r�r City Secretary/Assistant City Secretary City of Fort Worth,Texas Standard Community Facilities Agreement-Chisholm Trail Ranch,Section 2 Phase 3 OFFICIAL RECORD CFA Official Release Date:02.20.2017 MY SECRETARY Page 9 of 11 FT WORTH,T Check items associated with the project being undertaken. checked items must be included as Attachments to this Agreement Included Attachment Attachment 1 -Changes to Standard Community Facilities Agreement ® Location Map ® Exhibit A: Water Improvements ® Exhibit A-1: Sewer Improvements ® Water and Sewer Cost Estimates ® Exhibit B: Paving Improvements ® Paving Cost Estimate ® Exhibit B-1: Storm Drain Improvements ® Storm Drain Cost Estimate ® Exhibit C: Street Lights and Signs Improvements ® Street Lights and Signs Cost Estimate (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Standard Community Facilities Agreement-Chisholm Trail Ranch,Section 2 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. 101930 None. City of Fort Worth,Texas Standard Community Facilities Agreement-Chisholm Trail Ranch,Section 2 Phase 3 CFA Official Release Date: 02.20.2017 Page 11 of 11 SECTION 00 42 43 Developer Award Projects-PROPOSAL FORM Chishohn Trail Ranch,Section 2 Phase 3,City Project#10 i-tn IINrT PRICE BID Project Item Information Bidder's Proposal Bidhst Specification I Unit of I Bid Item Section No. I M:asure I QuantityUnit Price Bid Value Description Water Facilities 1 3311.0241 8"PVC Water Ripe 331110, LF 3311 12 4 460 $27.67 $123,408.20 2 3312.3003 8"Gate Valve 33 12 20 EA 10 $1,186.16 $11,861.60 3 3312.0001 Std.Fire Hydrant Assembly w/6'Gate Valve&Valve Box 33 12 40 EA 7 $4 020.40 $28,142.80 4 3311.0001 Ductile Iron Water Fittings w/Restraint 3311 11 --ON 1.4 $18,649.92 $26,109.89 5 3305.0109 Trench Safety 33 05 10 LF 4.460 $0.21 $936.60 6 3312.2003 V Domestic Water Services 33 12 10 EA 128 $140.43 $111,515.04 7 3312.0117 Connect to Existing8"W.L.Stub-out 33 12 25 EA 2 $1,023.02 $2.046.04 Water Subtotal ,060.17 Sanitary Sewer Facilities 33 11 10, 8 3331.4115 8"SDR-26 PVC Sewer Pipe 3331 12, LF 3,991 $30.80 $122,922.80 33 31 20 9 3331.3101 SDR-26 4"Sewer Services 33 31 50 EA _128 _ $654.21 $83,738.88 10 3339.10014!Std.Dia.Manhole 333910, EA 30 $3,355.89 $100.676.70 33 39 20 11 3339.1003 4'Extra Depth Manhole 33 39 10, LF 35 $180.62 $6.321.70 333920 12 3331,4116 8"PVC Sanitary Sewer Pipe w/CSS Backfill 3311 10, LF 180 $69.20 $12.456.00 3311 12 14 Bore 8"SS w/20"steel Casing 00 00 00 LF 54 $477.22 $25,769.88 15 3305.0109 Trench Safety 33 05 10 LF 4,097 $0.75 $3,072.75 16 3301.0002 Post-CCTV Inspection 33 01 31 LF 4.09 $1.101 $4 506.70 17 3305.0113 Trench Water Stops 33 05 15 EA 10 $233.50 $2,335.00 18 9999.0001 8"End&Plug 00 00 00 EA 1 $59.60 $59.60 19 9999.0002 Connect to Existing 8"Sewer 00 00 00 EA 2 S697.76 $1 395.52 20' 3301,0101 Vacuum Test Manholes 33 01 30 EA 32 $93.50 $2.992.00 21 Drops for SSMH's EA 2 $4.180.89 $8,361.78 22" Interior Corrosion Protection for SSMH's VF 39 $180.00 $7,020.05 Sanitary Sewer Subtotal $381.629.31 Storm Drain Facilities 23 3349.5001 10'Curb Inlet 334920 EA 1 $5 314.95 $53,149.50 24 3349.5002 15'Curb Inlet 33 49 20 EA 4 $6,536.77 $26,147.08 25 9999.0004 Remove Existing Wye inlet 00 00 00 EA 2 $675.00 $1,350.00 27 3341,0201 21"Class III R.C.P. 33 41 10 LF 628 $56.89 $35,726.92 28 3341.0205 24"Class III R.C.P. 3341 10 LF 683 $69.14 $47,222.62 29 3341.0305 33"Class III R.C.P. 3341 10 LF 235 $104.00 $24.440.00 30 3341.0312 39"Class III R.C.P. 33 41 10 LF 421 $145.52 $61.263.92 31 13349.0001 4'Storm Junction Box 1 33 49 10 1 EA 1 3 1 $4.856.761 $14.570.28 32 3349.0002 5'Storm Junction Box 33 49 10 EA 3 $6,048.04 $18.144.12 33 3305.0109 Trench Safe 33 05 10 LF 1,967 $0.39 $767.13 34 3305.0112 Concrete Collar $397.88 $1,591.1 Storm Drain Subtotal 284,373.09 WaterfSanitary Sewer/Storm Drain Facilities Subtotal r- 966,082.b7 CnYOFFORTWORTH Ch b"T IR..&Seam T Ph-3 STANDARD CONSTRUCTMN BD PROPOSAL4)MLOPER AWARDEDPROIECiS city Pmjw 0101930 F_Rnim3Atd13.2014 00i 47 aid Rgp.W SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Chisholm Trail Ranch,Section 2 Phase 3,City Project=101930 UNIT PRICE BID Project Item Information Bidders Proposal Bidlist Description Specification I Unit of I Bid Unit Price Bid Value Item Section No. I Measure I Quantity Paving Facilities 35 3213.0101 6"Concrete Pavement Residential 321313 SY 15,072 $35.74 $538,673.28 36 3211.0501 6"Lime Treated Su rade Residential 321129 SY 16,044 $2.29 $36,740.76 37 3211.0400 Hydrated Lime a 30 lbs./S.Y. Residential 32 11 29 TON 257 $162,64 $41 749.69 38 3213.0302 6 Concrete Sidewalk 321320 LF 280 $33.24 $9.307.20 39 3213.0506 P-1 Ramp 1320 EA 14 $1,557.03 $21,798.42 40 9999.0006 Remove End of Road Barricade 00 00 00 EA 2 $150.00 $300,00 41 9999.0007 Sawcut and Connect to Existing Pavement 00 00 00 LF 176 $7.46 $1,312.96 42 1 Connect to Concrete Header LF 58 $11.37 $659.46 43 9999.0008 St Sign w/Stop Sin 00 00 00 EA 7 $1,578,25 $11,047.75 44 9999A009 St Marker Blade 00 00 00 EA 28 $240.75 $6,741.00 45 3292.0100 Block Sod Placement 329213 SF 21605 $0.40 $8,642.00 46 13291.0100 Topsoil 329119 CY 67 $13.50 $904.50 Paving Subtotal $677,877.02 Bid Summary Water/Sanitary Sewer/Storm Drain Facilities Subtotal $966,082.671 Paving Facilities Subtotal $677,877.02 Total Bid $1,643,9 . 9 Performance/Payment and 2-year Maintenance Bonds Se rate Invoice Grand Total9. 9 This bid is submitted by the entity listed below Company L.H.Lacy Company,Ltd. By Print Nal Street Address 1880 Crown Dr.,Suite 1200 City,State,Zip Code. Dallas,TX 75234 Phone 214-357-0146 Sig ture Title �dG� Date Contractor agrees to complete UMITY WORK for FINAL ACCEPTANCE within s0 w'artdag days after the date when the CONTRACT commences to run as provtded In the General Conditions. Contractor agrees to complete PANTNG R ORK for FINAL ACCEPTANCE within 45 working days after the date when the CONTRACT commences to ran as prodded in the General Conditions. END OF SECTION CITY OF FORT WORTH CbnhA.Trad P.._d.Se vo,2 Ph—) STANDARD CONSTRUCTION BID PROPOSAL-DE E-OPER AWARDED PPOPECTS Can'PM-010197o F—Rnued APN 2.2014 00 42 J]Bid Pdap®1 SECTION 110 42 43 Developer Awarded Projects-PROPOSAL FORA Chishohn frail Ranch.Section 2 Phase 3.Cit.Project 4 101930 UNIT PRICE BID Project hem Information Bidders Proposal Bidlist specification Unit,I' Bid Item Descriptionsection Vo. Mcast.re pu;vuin Unit Price Bid Value Street Lighting Facilities 43 13441.3201 LED Lighting Fixture 34 41 20 EA 25 S4.465.00 S111.625 000 44 2605.3011 2"CONDT PVC SCH 40 T) 26 05 33 LF 2525 $5.34 $13.483.50 45 3441.1408 NO 6 Insulated Elec Condr LF 7575 57,499.25 Street Lighting Subtotal $132,607.75 Bid Summary Street 6Whting Facilities;Subtotal 172 i07.75 Grand otal $132,607.75 This bid is submitted by the entity listed below: Company:independent Utility Construction,Inc. ey' ichard Golfe Street Address:5109 Sun Valley Drive City.Slate.Zip Code: Ft.Worth,TX 76119 Phone: 617478.4444 Sign u. Tiff.. President Date 07-03-19 CMntmetaraprees tucampkte WORK Rtr FINAL ACCEPTANCE i%hhin _ cufcnJur dMys aBer the dale ahce the CONTRACT cummences to run as pno iced in the Cenral Candithtes. END OF SECTION 111\fe It1l1 N1MI III t hlb-M,IfniIlmb. thw:Ph-3 �1\1Ilulllll AIM I IM 11111 nuaan_U411%111N9k\\t Vun I' MMI11\ tikft-" MH%. t.ralMni J 4n1:.hill Ib A:0 Itu MI—A _rn O N WORT a I H BENBROOK 40 LAKE Q0 F— FORT T COLUMBUS O O CV z T w FRANCIS VILLAGE r j U C ROCKY F = PROJECT PHERSO LVD O a ock o LOCATION r N �Crea 3 FORT o Park o0 RTH z d = Po m FORT N U W r Q � J U i o I r 0 M � r (D N 0 F T WORT CITY S ART—FELT n � v CV c ock O =� WEST C -CROWLEY U (D O Cn P= I OQ U N / CROW Y-PLOVER 187 M a) W E U) o S r n CV c U VICIN17 Y MAP Q) AVS (n CPN 101930 MAPSCD#103W U / c 0 CCEES H O LM TRAIDL RANCH U SECTION ION 2 PHASE 3 llr0.. CA ll 1L.eJL.d I E 0 L PREPARED BY: U PREPARED FOR: 0 00DWIN I HALL 9 CV CIVIL ENGINEERS�PLAN GYMS Jabez CTR 2.3, LLC. C9 2405 MudmV Drhre,Grapevine.Tm 78061 O Melro(817)329.4373 MAY, 2019 W CMSHOLM TRAIL NCH " W+E 0 WATER N F=IT"An SCALE: R°° _ 300' r 0 0 N T C O O L d a 40� % N S n _ • a a c � a ea • •' .ma / • a s e • U f e a • a / y • r a a • x a _ -_ QJ I � sm n N • • • „ c a O a I U c 0 n / L V C O O L s LEGEND u) s W PROPOSED WATER LINE U PREPARED POR I �'°'R®BY' W EXISTING WATER LINE (Cu WD ' NOTE Jabez CTR 2.3, LLC. 0 ���- I ALL WATER LINES SHOWN CML ENGINEERS—PLANNERS—SURVEYM ARE 8" IN DIAMETER UNLESS 2405 MusbM DrNe,GrapwAne,Tmmt 78061 OTHERWISE NOTED LLJ Met (817)5294973 N CHESHOLM TRAJIL CAI W+E m SECTEON 2 PHASE 3 s O N IE�E�lLW7CE"1�—�11 SCALE. 1" e 300' M M O O CV T O C O O L a Q U �O� L n N ° / a n O rl- 1-- a U i e _ C.) M II ! N u II ! ! e a O .°.. a U � 4J C 0 L U C 0 O L s LEGEND PROPOSED SANITARY U PRI�ARPDPOR S SEWER LINE PRBPARM BY: I N (SOODVENI Jabez CTR 2.3, LLC. S EXISTING SANITARY SEWER LINE Qo hLARS H[AI L I NOTE : 0 CML 24MMGMEERS-PGn3pev o, SURVEYORS ALL PROPOSED SANITARY SEWER � 2406 MueIDvq D1NB,Ornpsrine,Ttams 78061 W Moto(817)828.497s LINES SHOWN ARE 8" IN DIAMETER C HRSIOLM TRAIL RANCH N SEC TRON 2 PHASE 3 W+E O S=Ts S¶ Ln SCALE: O O CV T o e . a a Y I IYJ sm N a Y a' e U m 9 N / In . m CV _0 ° m m rl- m ®a U o -_ frr>�soxel vn -�a s n CV c 0 U N U c 0 n s c LEGEND 0 ------ SIDEWALK BY HOMEBUILDER O ADA RAMPS PER THIS CONTRACT I— E 0 L N t PREPARMPOR: PROPOSED 29' B-B ROADWAY U PREPARED BY- w/ 50' R.O.W. 6' THICK REINFORCED N G00DVnN1 Jabez CTR 2.3, LLC. CONCRETE PAVEMENT (D �Yli. .]L III CML ENGINEERS—PLANNERS—SURVEYORS / 2405MimtwV Drive,Grepa.Me,Te 7e067 SIDEWALK PER THIS CONTRACT W Metro(817)SM 43M �j� �j N C�MEHO M T RANCH CH W*E SECTHON 2 PHASIC 3 s 0 SWORN DRAIN SCALE: 1" e 300' Lo co M 0 0 N T 0 C O O LL- d Q N O S � n N O (n / a a m CL N C O V Md Rim cr) —— I I- C� C _c) ch S V C L s LEGEND U PRBPARBDPOR: PROPOSED STORM DRAIN LINE PRBPARM BY: O EXISTING STORM DRAIN LINE N (GOODWINI Jabez CTR 2.3, LLC. W Mil ASIEIlAIL 9PROPOSED STORM DRAIN INLET CML ENGINEERS—PLANNERS—SURVEYORS 2405 MwWV Drtve,GrepeAr,e,Tm 70MI Imo-- PROPOSED STORM DRAIN DROP INLET W Metro(817)32D 4373 C HIISInIOI�M �11 RANCH N W*E SECTION 2 PHASE 3 s C\i EXHMIT"c-1 it SCALE: 1" e 300' CV O O CV T 0 c 0 0 i 4 Q L� u) e 0 C 1 e.m a�a ae�at' a 0 MC co m I e � IM N emc a em c 0 n am e v emc e j a m L a m o . a Vwia N McpB&M BLVD "' -- 1 U u c 0 a- s U c 0 I— I 0 L s PREPARED FOR: U PREPARED BY: 1 N GOCDVMI Jabez CTR 2.3, LLC. LEGEND 16RE[ ALL � PROPOSED LIGHT POLE ►$ CIVIL ENGINEERS—PLANNERS—SURVEYORS 2405 M sWgD,w,,GrapwAm,Tmm,7ws1 PROPOSED STREET NAME SIGN W Metro(817)3294373