Loading...
HomeMy WebLinkAboutContract 52691 08/26/19 1:36 PM COMMUNITY FACILITIES AGREEMENT WITH CITY PARTICIPATION Developer Company Name: FW Wingate Partners,LTD Address, State,Zip Code: PO Box 261355 Plano TX 75026 Phone&Email: 214-6764146,tklough(d4irfaxcgM.com Authorized Signatory,Title: Tom Loughborough,Partner Project Name: The Modeme Brief Description: Water, Sewer,Paving, Street Lights Project Location: 2705 Wingate Street,Fort Worth,TX,76107 Plat Case Number: FS-18-235 Plat Name: Lot 1-R Block 9 Linwood Addition Mapsco: TAR062X Council District: 9 City Project 101978 Number: CFA Number: CFA19-0029 City of Fort Worth,Texas OFFICIAL RECORD Standard Community Facilities Agreement with City Participation-The Moderne CITY SECRETARY CFA Official Release Date:01.22.2017 Page 1 of 13 FT WORTH,TX COMMUNITY FACILITIES AGREEMENT WITH CITY PARTICIPATION THE STATE OF TEXAS § Cio,Secretary COUNTY OF TARRANT § Contract No. 52691 WHEREAS,FW Wingate Partners,LTD,("Developer"),desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as The Moderne ("Project") within the City of Fort Worth,Texas("City"); and WHEREAS, the City has reviewed the proposed Improvements and desires to have the Developer oversize the proposed Improvements to provide capacity for future development in the area("Oversized Improvements"); and WHEREAS,the Developer and the City desire to enter nto this Community Facilities Agreement ("CFA" or"Agreement") in connection with the collective Improvements for the Project; and WHEREAS,the City has reviewed the Project and desires to participate in the Project in accordance with this Agreement as presented by the Cost Summary Table and Exhibits attached hereto;and WHEREAS, The City's cost participation shall be in an amount not to exceed $65,811.00 ("Participation"); and WHEREAS,the City has requested the Developer to cause,and the Developer agrees to cause,the design,permitting and construction of the Project for which the City will,subject to City Council approval, reimburse the Developer for the City's portion of those costs after City's final acceptance of the Project. NOW, THEREFORE, for and in consideration of 1:he covenants and conditions contained herein,the City and the Developer do hereby agree a:i follows: General Requirements A. The Policy for the Installation of Community Facilities ("Policy") dated March 2001, approved by the City Council of the City of Fort Worth, as amended, is hereby incorporated into this Agreement as if copied herein verbatim.Developer agrees to comply with all provisions of said Policy in the performance of its duties and obligations hereunder and to cause all contractors hired by Developer to comply with the Policy in connection with the work performed by said contractors. City of Fort Worth,Texas OFFICIAL RECORD Standard Community Facilities Agreement with City Participation-The Moderr a CITY SECRETARY CFA Page 22 of 131 Release Date:01.22.2017 g FT WORTH TX B. Developer shall provide financial security in conformance with paragraph 6, Section II, of the Policy and recognizes that there shall be no reduction in the collateral until the Project has been completed and the City has officially accepted the Improvements. Developer further acknowledges that said acceptance process requires the Developer's contractor(s) to submit a signed affidavit of bills paid signed by its contractor 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 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 describe the Improvements and are incorporated herein: Water (A) ®, Sewer (A-1) ®, Paving (B) ®, Storm Drain (B-1) ❑, Street Lights & Signs (C) Z. E. The Developer shall award all contracts for the construction of community facilities in accordance with Section 11,paragraph 7 of the Policy and the contracts for the construction of the public infrastructure shall be administered in conformance with paragraph 8, Section 11, 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 City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-The Modeme CFA Official Release Date:01.22.2017 Page 3 of 13 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. iii. To require the contractor(s) it hires to per�orm 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 Insiu-ance(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 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 limes of sewer and water mains constructed under this Agreement,if any,until said sewer and water mains and service lines have been completed to the satisfaction of the Water Department. G. Developer shall provide,at its expense,unless otherwise agreed to by City, all engineering drawings and documents necessary to construct the Improvements under this Agreement. H. Developer shall cause the installation or adjustment of the required utilities to serve the development or to construct the Improvements required herein. City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-The Moderne CFA Official Release Date:01.22.2017 Page 4 of 13 I. City shall not be responsible for payment of any costs that maybe 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 will be responsible for the costs of utility relocation necessitated by the City's participation in this Agreement. 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(including death) or damages sustained by any persons 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, its contractors, sub-contractors, officers, agents or employees. M. The 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 with City Participation-The Modeme CFA Official Release Date:01.22.2017 Page 5 of 13 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 and further apportioned in the Cost Summary Table below 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 st-cetlights 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 necessary for Developer's portion of the Project. P. COMPLETION WITHIN 2 YEARS i. The City's obligation to participate (exclusive of front foot charges) in this Agreement shall terminate if the Improvements are not completed 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(1)additional year. If the Improvements are not completed within such extension period, there will be no further obligation of the City to participate. City participation in this CFA shall be subject to the annual availability of City funds as approved by the City Council. ii. Subject to paragraph i,above,the City shall reimburse Developer for the City's costs upon presentation of proper documentation of completion of installation of the Oversized Improvements. City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-The Modern CFA Official Release Date:01.22.2017 Page 6 of 13 iii. 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. iv. 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. V. The City may utilize the Developer's financial guarantee to cause the payment of costs for construction of the Improvements before the expiration of two (2) years if the Developer breaches this Agreement, becomes insolvent or fails to pay costs of construction and the financial guarantee is not a Completion Agreement. If the financial guarantee is a Completion Agreement and the Developer's contractors and/or suppliers are not paid for the costs of supplies and/or construction, the contractors and/or suppliers may put a lien upon the property which is the subject of the Completion Agreement. Q. Developer acknowledges that in accordance with Chapter 2270 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Developer certifies that Developer's signature provides written verification to the City that Developer: (1)does not boycott Israel; and(2)will not boycott Israel during the term of the contract. R. Immigration and Nationality Act. Developer shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (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 with City Participation-The Moderne CFA Official Release Date:01.22.2017 Page 7of13 (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-The Modern-. CFA Official Release Date:01.22.2017 Page 8 of 13 Cost Summary Sheet Project Name: The Modeme CFA No.: CFA19-0029 City Project No.: 101978 Items Developer's Cost City's Cost Total Cost A. Water and Sewer Construction 1. Water Construction $ 67,039.49 $ - $ 67,039.49 2.Sewer Construction $ 66,458.84 $ 65,811.00 $ 132,269.84 Contingency 20% Water and Sewer Construction Total $ 133,498.33 $ 65,811.00 $ 199,309.33 B. TPW Construction 1.Street $ 46,651.50 $ - $ 46,651.50 2.Storm Drain $ - $ $ - 3.Street Lights Installed by Developer $ 35,910.00 $ $ 35,910.00 4. Signals $ - $ $ - TPW Construction Cost Total $ 82,561.50 $ $ 82,561.50 Total Construction Cost(excluding the fees): $ 216,059.83 $ 65,811.00 $ 281,870.83 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 2,669.97 $ 1,316.00 $ 3,985.97 D. Water/Sewer Material Testing Fee(2%) $ 2,669.97 $ 1,316.00 $ 3,985.97 Sub-Total for Water Construction Fees $ 5,339.94 $ 2,632.00 $ 7,971.94 E. TPW Inspection Fee(4%) $ 1,866.06 $ - $ 1,866.06 F. TPW Material Testing(2%) $ 933.03 $ $ 933.03 G. Street Light Inspsection Cost $ 1,436.40 $ $ 1,436.40 H. Signals Inspection Cost $ - $ $ - i J.Civil/Geotechnical Engineering&Survey(20%) $ - $ - TPW Construction Fees Subtotal $ 4,235.49 $ $ 4,235.49 Total Construction Fees $ 9,575.43 $ 2,632.00 $ 12,207.43 TOTAL PROJECT COST $ 225,635.26 $ 68,443.00 $ 294,078.26 Financial Guarantee Options,choose one Amount Choice (Mark onell Bond=100% $ 216,059.83 x Completion Agreement=100%/Holds Plat $ 216,059.8-1 Cash Escrow Water/Sanitary Sewer=125% $ 166,872.91 Cash Escrow Paving/Storm Drain=125% $ 103,201.88 The costs stated herein may be based upon construction estimates rather than actual costs. The City's portion of inspection and material testing fees are directly allocated to the City's accounts for charges and does not reimburse the Water Inspection and Material Testing Fees to the Developer. The City's participation estimate shall be limited to the unit prices contained in City of Fort Worth Ordinance No. 19192-06-2010,as amended,("Unit Price Ordinance")or as determined by public competitive bid. The City's cost participation (excluding inspection and material testing fees) is not a lump sum amount and may be less than stated above City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-The Moderne CFA Official Release Date:01.22.2017 Page 9 of 13 depending upon actual quantities as shown on the Notice of Final Completion package(`Green sheet') and based on unit prices from the construction contract documents. In no event shall the City pay more per unit than as determined pursuant to the Unit Price Ordinance or public competitive bid. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-The Moderne CFA Official Release Date:01.22.2017 Page 10 of 13 IN TESTIMONY WHEREOF, the City of Fort Worth has caused this instrument to be executed 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 executed this instrument, effective as of the date subscribed by the City's designated City Manager. CITY OF FORT WORTH DEVELOPER FW Wingate Partners,LTD fj By:FW Urban Homes,LLC Dana Burghdoff(Aug 23,20 it's General Partner Dana Burghdoff Interim Assistant City Manager hiorycayk coua6ido>~aualz thomas k loughborough(h6g 23,2019) Date: Aug 23,2019 Name: Tom Loughborough Title: Managing Member Recommended by: Date: Aug 23,2019 I`µya y Evelyn Robe ( 1 23" 9)+' ATTEST: (Only if required by Developer) Evelyn Roberts Contract Compliance Specialist Signature Name: <Name> Approved as to Form &Legality: Contract Compliance Manager: Richard A. lvlocracABn By signing I acknowledge that I am the person Richard A.McCracken(Aug 23,2019) responsible for the monitoring and Richard A.McCracken administration of this contract, including Assistant City Attorney ensuring all performance and reporting M&C No. NSA requirements. Date: (� A�_ Form 1295: NIA :s } Z , ,' Jennifer Ezernack on behalfof Janie Morales(Aug 23,2019) ATTEST.' ®;: �, Janie S.Morales Planning Manager or Ronald P.Gonzales(Aug 6,2019) 2 Mary J.Kayser City Secretary 4 nr City of Fort Worth,Texas OFFICIAL RECORD Standard Community Facilities Agreement with City Participation-The Modeme CITY SECRETARY CFA Official Release Date:01.22.2017 Page 11 of 13 FT WORTH, TX I 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 with City Participation ® 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 Q 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 with City Participation-The Moderne CFA Official Release Date:01.22.2017 Page 12 of 13 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 101978 None City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-The Modeme CFA Official Release Date:01.22.2017 Page 13 of 13 00 42 43 DAP-BID PROPOSAL Page 1 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Specification Section Unit of Bid No. Description No. MeasureQuantityUnit Price Bid Value . UNIT I:WATER IMPROVEMENTS 1 0170.0100 Mobilization 01 7000 LS 1 $7,000.00 $7,000.00 2 0241.1000 Remove Conc Pvmt 02 4-1-1-5 SY 25 $9.20 $230.00 3 0241.1300 Remove Conc Curb&Gutter 0241 15 LF 6 $30.00 $180.00 4 0241.1511 Salvage 3/4"Water Meter 0241 14 EA 6 $86.36 $518.16 5 0241.1602 Remove Concrete Water Vault 3 41 14 EA 6 $750.00 $4,500.00 6 3201.0614 Conc Pvmt Repair,Residential 32 01 29 SY 25 $235.00 $5,875.00 7 3216.0101 6"Conc Curb and Gutter 32 16 13 LF 6 $40.00 $240.00 8 3311.0041 4"Water Pipe 33 11 10,33 11 LF 12 27 $100.00 $2,700.00 33116161 6"PVC Water 11,111,1110ike 3311 12 LF — _-40 _ $120_00 10 3312.2103 1"Water Service and Meter Box 33 12 10 EA 1 $10,000.00 $10,000.00 11 3312 2801 3 Water Meter and Vault 33 12 11 EA 1 $14 496 33 $14,496.33 .---_—..._ _...__ --- 12 3312.3002 6"Gate Valve 33 12 20 EA - 1 - - 13 3312.4001 6"x 4"Tapping Sleeve&Valve 33 12 25 _ EA 1 $5,500.00 — $5,500.00 — 14 3312.4002 6"x 6"Tapping Sleeve&Valve _ 33 12 25 EA 1 — $5,000.00 $5,000.00 _ 15 16 17 - - -- -------.-. - 18 19 20 TOTAL UNIT I:WATER IMPROVEMENTM $67,039.49 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS 00 42 43 Bid Proposal_6-30-19als Foam Vetaioo September 1,2015 _ 00 42 43 DAP-BID PROPOSAL Page 2 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Section Unit of Bid Unit Price Bid Value No. No. Measure Quantity UNIT II:SANITARY SEWER IMPROVEMENTS 1 0241.1000 Remove Conc Pvmt v 0241 15 Sy 395 $9.20 $3,634;00 2 3201.0614 Conc Pvmt Repair,Residential 32 01 29 Sy 395_ $235.00 $92,825.0__0 4 3331.4115 8"Sewer Pipe 33 11 10,33 31 LF !� 12,33 31 20 85 $29.03 $2 467.55 5 3331.4120 8"DIP Sewer Pipe,CSS Backfill _ _ 33 11 10 LF 182 $81.42 $14,818.44 —-- 7 3339.1002 4'Drop Manhole&watertight lid 33 39 10,33 39 EA 20,33 05 13 4 $4,307.40 $17,229.60 8 3305.0109 Trench Safety LF 33 05 01 LF 165 $7.85 $1,295.25 9 10 TOTAL UNIT I1:SANITARY SEWER IMPROVEMENT $132,269.84 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Farm Version September 1,2015 00 42 43—Bid Proposal_&30-19.xls 004243 DAP-BID PROPOSAL Page 3 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Section Unit Qf Bid No. Description No. Meas�YreQuantityUnit Price Bid Value UNIT III:DRAINAGE IMPROVEMENTS 1 2 3 4 5 TOTAL UNIT III:DRAINAGE IMPROVEMENT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Venion September 1,2015 00 42 43—Bid PrDposal_,30-191ds 00 42 43 DAP-BID PROPOSAL Page 4 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Section Unit of Bid Unit Price Bid Value No. No. Measure Quantity NIT IV:PAVING IMPROVEMENTS 1 0241.0401 Remove Concrete Drive 0241 13 SF 135 $1.00 $135.00 2 0241.1000 Remove Conc Pvmt 0241 15 SY 20 $9.20 $184.00 3 __ 3201.0614 Conc PVmt Repair Residential 3201 29 SY 20 $235.00 $4�700.00 4 3213.0301 4"Conc Sidewalk 32 13 20 SF 1850 $4.00 $7 400.00 _..._-._---'&on--- --m-._-.___._...-._____-._ _— _ �.— 5 3213.0321 Conc Sidewalk,Adjacent to Ret Wall 32 13 20 SF 825 $5.50 $4,537.50 6 3213.0401 6"Concrete Driveway 32 13 20 SF 950 $17.00 $16,150.00 7 3213 0501 Barrier Free Ramp Type R 1 _ 32 13 20 EA 2 $1,500.00 $3,000.00 8 3216.0101 6"Conc Curb and Gutter 32 16 13 LF 135 $5.00 $$675.00 9 3292.0100 Block Sod Placement 32 92 13 SY 290 $3.00 $870.00 10 3293.0104 Plant 4"Tree 3P 93 43 EA 15 $500.00 $7,500.00 11 3471.00 1—Traffic Conrto1 3471 13 M0 1 $1,500.00 $1,500.00 12 13 14 TOTAL UNIT IV:PAVING IMPROVEMENT $46,651.50 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Vmian September 1,2015 - 00 42 43_Bid Proposd_630.19jds 00 42 43 DAP-BID PROPOSAL Page 5 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Section I Unit 4f Bid Unit Price Bid Value No. No. Measure Quantity UNIT V:STREET LIGHTING IMPROVEMENTS 1 3441.3021 Ornamental Assmbly,Simple 34 41 20 _ EA 8 $2,000.00 $16,000.00 2 3441.1501 Ground Box Type B 34 41 10 EA 3 $500.00 $1,500.00 3 3441.1408 NO 6-1 n—s u-]a,-te-d Elec Condr 34 41 10 LF 465 $2.00 $930.00 4 3441.1405 NO 2 Insulated Elec Condr 3541 10 LF 140 $2.00 $280.00 5 3441.3312 Contact Enclosure,Pad Mount_ _34F41 20 - EA 1 �$1,400.00 „ .$1,400.00 6 3441.3001 Rdwy Ilium Assmbly TY 1,4,6 344120 EA 2 _$6,000.00 $12,000.00 7 3441.3301 Rdwy Ilium Foundation 3541 20 EA 2 $1,900.00 $3,800.00 8 TOTAL UNIT V:STREET LIGHTING IMPROVEMENT $35,910.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED FROMM Fonn Version September 1,2015 00 42 43 Bid Proposal_6r30-19als 00 42 43 DAP-BID PROPOSAL Page 6 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Section Unit of Bid No. Description No. Measure Quantity Unit Price Bid Value UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS 15 16 TOTAL UNIT VI:TRAFFIC SIGNAL IMPROVEMENT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Farm Version Scptember 1,2015 00 42 43_Bid Pmposal_6-30-19..xls 00 42 43 DAP-i1JD PROPOSAL Pap 7 of 7 SECTION 00 42 43 Daweloper Awarded Proiects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Spocification Section Unit of Bid No. 1)rs��ron No. Measure Unit Price Bid Value Quantity Bid Summary UNIT I:WATER IMPROVEMENTS $67,039.49 UNIT II:SANITARY SEWER IMPROVEMENTS $_1.32_,269.84 UNIT III:DRAINAGE IMPROVEMENTS UNIT IV:PAVING IMPROVEMENTS _ $46,651.50 UNIT V:STREET LIGHTING IMPROVEMENTS $35,9%00 UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS Total Construction Bid $281 870.83 Contractor agrees to complete N'ORK for FINAL ACCEPTANCE within tt days calendar days after the date when the CONTRACT commences to run as provided in The General Conditions. Digitally signed by Rusty Trice DN:CcUS, E,rus,hirisepartners.com, Rusty Trice CN=Rusty Trice ri 0Date: 9 16:20:03-05'00' END OF SECTION Crn OF FORT WORTH STANDARD CONSTRUCTION SPECMCATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Forst VernaSsyeembac 1.2915 004243_WPhVosa1_630.19.x1s 199 WES K TRINITY RIVER PROJECT OCATION WHITE SETTI.EMENT RD WHI MORE 3T > WEISE BERG R ST WING ATE ST U) AZALEA AVE w = U F— Z O cn z u MERRIMAC S elf 5T ST TH ST EET �o Q- LAN AS A v VICINITY MAP N.T.S. MAPSCO NO. TAR-062X COUNCIL DISTRICT 9 PRO.IECT:PROJECT # 101978 THE MODERNE DATE' 06/2019 M. 13W DESCRIPTION: SCALE: N.T.S. VICINITY MAP SHEET: P.eV7-70a-£u_�a9 1924 FORK R G.CT.F-19551 WORTH,8H 1 OF 4P®E��ffl AEG.�-1 @559 ' EIaSTING ISOLATION VALVE IS ' WEST VALVE AT WINGATE & / I CARROLL. :I= EAST L /o; 0 ' I li5�i I ++1 l� INSTALL ' I — PLUG LINE AT TAP. KILL TAP AT 1 - 6' SERVICE WATER MAIN. REMOVE AND REPLACE AND TAPPING VE PER 333 3 I E1aSTING PAVEMENT. (TYP. OF 6) 12 25 I I I I a I LEGEND W— WATER LINE BACIffILL AND COMPACT TRENCH S SEWER LINE PER CITY STD. D001 I AND D1011� ` / WATER METER t12 SY CONCRETE I ( BACKFLOW PREVENTOR PAVEMENT REPAIR I / FIRE HYDRANT PER CITY STD. D523 I I 9 GATE VALVE xi TRENCH REPAIR I3 LOT 1—R, BLOCK 9 .� LINWOOD ADDITION ZFW ON NGG TE PARTNERS, LTD UR ISOLATION VALVE a(C/ / EIaSTING ISOLATION VALVE IS EMBEDMENT PER CITY / / NORTH VALVE AT FOCH & STD. D104 f9 SY OF �` .T MERRIMAC, f1050' SOUTH PAVEMENT REPAIR PER( v a CITY STD. D523 �� FpCH S / � N INSTAL �� �) 1-6' TAPPING SLEEVE FURNISH AND INSTALL 1-6'x4' REDUCER 1— 1' TAPPING SADDLE 1-3' WATER METER AND VAULT 1— 1' WATER METER AND SCALE IN FEET PER CITY STD.'S AND ±25 LF VAULT PER CITY STD. D112 & 3' WATER MAIN TO BUILDING D117 '3I I 10 30 60 120 PROJECT:PROJECT # 101978 THE MODERNE DATE: 06/2019 MBW DESCRIPi10N: "35LJ< 1�=60' r+ T: P.597.752.99�9 4094�OgR®CT.FORT W®RYW,Yx EXHIBIT A: WATER IMPROVEMENTS � of FO YPiE RM REG.F-15559 12'PVC WA TEl CITY PLAN # X-15208 M M M M— CARROLL STREET s s — 58' p.ox)8 s PVC SEWER 00.205X L-2691 CITY $ X-15198 -------------, LEGEND STA=0+00.00 = STA 10+527 (X-15198) I� � 83 � `.: WATER LINE ONSTRUCT STD. 4' DIA. SSMH & WATER TIGHT LID ' f 17.6' ( 9.2' —s— EX.SEWER LINE TO EXISTING 8 SANITARY SEWER LINE. FIELD VERIFY DEPTH PRIOR TO CONSTRUCTION I� ( � (I SEWER LINE RIM = 536.00± II ( f O SEWER MANHOLE 8- FL (N,S) = 531.46 ( ! 1 8- FL (W) = 531.46 I TRENCH REPAIR N 695995299 �I E 2320575.38 I FURNISH AND INSTALL 84t I ' LF Ir PVC SANITARY SEINER LOT 7, BLOCK 9 ±115 SY OF PERMANENT PAVEMENT LINWOOD ADDITION REPAIR PER CITY STD. D523. 9- RED OAK AU ASSOCIATES LP CONCRETE PAVEMENT OVER BACKFILL : MATERIAL I A 4 05 m LOT 6R-1, BLOCK 8 STA=0+84. I LINWOOD ADDITION ' CONSTRUCT STD. 4' DIA. SSMH / COLAB LLC WITH WATERTIGHT LID ZONING: MU-1 I ' RIM = 535.40f FURNISH AND INSTALL 184t ., 8- FL (E) - 531.80 14.7 8 FL (NW) = 531.90 LF 8' PVC SANITARY SEWER N 695995299 / E 2320491.33 FLOOD ZONE / '1 TIRE AREA SHOWN ON THIS PLAN HAS MEN IDENTIFIED AS BEING COMPLETELY WITHIN ZONE'AE', / m �-- DEFINED AS A SPECIAL FLOOD HAZARD AREA m SUBJECT TO INUNDATION BY THE IX AN ANNUAL CHANCE FLOOD WITH A BASE FLOOD ElEilAT10N OF 537.30 AS IDENTIFIED ON THE FEDERAL EMERGENCY LOT 1—R, BLOCK 9 MANAGOIENT(FEMA) FLOOD INSURANCE RATE MAPS / LINWOOD ADDITION / Now. )4au9ooTMsaac.DATS AREA ED SHOWN ON FLOOD MAP / I ZONING: ING: U E PARTNERS, LTD ZONING: UR LOT 4—R, BLOCK 8 / '"y - �"„�""'.- •r...,.,.�+�..__LINWOOD ADDITION WINyyGAATTE ARTS LLC. STA=2+48.25 g�+70 " 2000NS'AUCT STD. 4' DIA. SSMH ' do WATER TIGHT LID RIM = 535.13f ' r STA=2+66.24 8- FL (E) = 532.56 CONSTRUCT STD. IA. N 6- FL (S) = 53266I & WATER TIGHT N 6959986.1 6- FL (N) = 532. E 2320330.51 6" FL (S) = 532. N 695998207 SCALE IN FEET I I M FURNISH AND INSTALL 18f a E 2320329.67 LF 8' PVC SANITARY SEWER i t 0 20 40 8 PROJECT:PROJECT # 101978 THE MODERNE DATE` 06/2019 VA. I B W DESCRIPTION: SCALE 1 e=40' P.817-782-La311824 BOLERO CT.FORT WORTH,TU EXHIBIT Al: SEWER IMPROVEMENTS P. 1 OF TPRE FIRM REG.F-18881 5' SIDEWALK II c; ' STANDARD CURB I ' AND GUTTERco ----- I �� d l c / // Z DRIVE APPROACH I m AND SIDEWALK I R10' I ' ' STANDARD CURB AND GUTTER / II SCALE IN FEET I ' 9 / 0 30 60 120 01 I I_ STANDARD CURB / I + AND GUTTER I cq 44� TYPE R-1 RAMP I / DRIVE / APPROACH / ' AND SIDEWALK ti , 7' 5' SIDEWALK WITH, POCH$T LOT 7R-3, BLOCK 7 ADJACENT RETAINING ET TYPE R-1 RAMP LINWOOD ADDITION WALL PER D546 t (50 *r , TEXAS INTOWNHOMES LLC ZONING: U PROJECT-PROJECT 101978 THE MODERNE CA-E' 06/2019 13W DESCRIPTION: EXHIBIT B: PAVING IMPROVEMENTS T_ P.897-782.9829 UM RRMBOLEROREG. F-1 FORT tltlOWT14,Tx OF TP®E F001M RED.F-1E551 i I I i I / NOTES I WASHINGTON STYLE POLE MOUNTED � O LIGHT FIXTURE WITH CONCRETE BASE I O2 GROUND BOX (HANDHOLE) I O 120/24OV, 1� SERVICE PEDESTAL I LL PER CITY STD.S I POLE MOUNTED TRANSFORMER BY O4 ONCOR r O 3-#6, 2-C 3-#2, 2 C w / O STREET LIGHTING POLE MOUNTED f I / FIXTURE +pi B z / I � / 7 5 I // 2 M / SCALE IN FEET FOCH S RET ET 1 �F- 0 30 60 120 PROJECT:PROJECT # 101978 THE MODERNE DATE* 06/2019 MBW DESCRIPTION: SCALE- 1 M=60' ¥' EXHIBIT Cl: STREET UGHTING IMPROVEMENTS SHEET: P.897.782-9829 IY74 BGI�® F®FBY iDRT�i,T.7 OF TPBE I FIRM REG.F-I F-1Y551