Loading...
HomeMy WebLinkAboutContract 52693 Received Date: 08/26/19 Received Time: 3:23 PM Developer and Project Information Cover Sheet: Developer Company Name: Hillwood Alliance Services,LLC Address, State,Zip Code: 1 9800 Hillwood Pkwy Suite 300,Fort Worth,TX 76177 Phone&Email: 817-224-6000,Bill.Burton@,hillwood.com Authorized Signatory,Title: William K.Burton ,Executive Vice President Project Name: Litsey Road- Brief Description: Paving, Storm Drain, Street Lights Project Location: North of Eagle Pkwy:West of I-35W, Southeast of Chadwick Farms Plat Case Number: t�FP-_17-104 Plat Name: Alliance Center North Mapsco: Council District: 7 CFA Number: CFA17-0145 City Project Number: 101184 City of Fort Worth,Texas Standard Community Facilities Agreement-Litsey Road OFFICIAL RECORD 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. 52693 WHEREAS, Hillwood Alliance Services, LLC , ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as Litsey Road ("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 tl.e 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-Litsey Road OFFICIAL RECORD CFA Official Release Date: 02.20.2017 Page 2 of 11 CITY SECRETARY 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) D, Paving(B)1�9, Storm Drain(B-1) ®, Street Lights & Signs (C) 0. 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-Litsey Road CFA Official Release Date:02.20.2017 Page 3 of 11 iii. To require the contractor(s)it hires to perform the construction work contemplated herein to provide insurance equal to or in excess of the amounts required by the City's standard specifications and contract documents for developer-awarded infrastructure construction contracts. The City shall be named as additional insured on all insurance required by said documents and same will be evidenced on the Certificate of Insurance (ACORD or other state-,approved form) supplied by the contractor's insurance provider and bound in the construction contract book. iv. To require its contractor to give 48 hours advance notice of intent to commence construction to the City's Construction Services Division so that City inspection personnel will be available;to require the contractor to allow the construction to be subject to inspection at any and all times by City inspection forces,to not install or relocate any sanitary sewer, storm drain, or water pipe unless a responsible City inspector is present and gives his consent to proceed, and to make such laboratory tests of materials being used as may be required by the City. V. To require its contractor to have fully executed contract documents submitted to the City in order to schedule a Pre-Construction Meeting. The submittal should occur no less than 10 working days prior to the; desired date of the meeting. No construction will commence without a City-issued Notice to Proceed to the Developer's contractor. vi. To delay connections of buildings to service lines of sewer and water mains constructed under this Agreement, if any, until said sewer and water mains and service lines have been completed to the satisfaction of the Water Department. G. Developer shall provide at its expense, unless otherwise agreed to by City, all engineering drawings and documents necessary to construct the improvements under this Agreement. H. Developer shall cause the installation or adjustment of the required utilities to serve the development or to construct the Improvements required herein. 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-Litsey Road 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-Litsey Road CFA Official Release Date:02.20.2017 Page 5 of 11 N. Upon completion of all work associated with the construction of the Improvements, Developer will assign to the City a non-exclusive right to enforce the contracts entered into by the Developer with its contractor along with an assignment of all warranties given by the contractor,whether express or implied. Further,Developer agrees that all contracts with any contractor shall include provisions granting to the City the right to enforce such contracts as an express intended third party beneficiary of such contracts. O. Inspection and material testing fees are required as follows: i. Developer shall pay in cash water and wastewater inspection fees and material testing fees equal to two percent(2%) for a total of 4% of the developer's share of the total construction cost as stated in the construction contract. ii. Developer shall pay in cash paving and storm drain inspection fees equal to four percent (4%) and material testing fees equal to two percent (2%) for a total of 6% of the developer's share of the total construction cost as stated in the construction contract. iii. Developer shall pay in cash the total cost of streetlights or if the city is not installing the streetlights, inspection fees equal to four percent(4%) of the developer's share of the streetlight construction cost as stated in the construction contract. iv. Developer shall pay in cash the total cost of street signs. P. COMPLETION WITHIN 2 YEARS i. Developer shall complete the Improvements within two (2) years, provided, however, if construction of the Improvements has started within the two year period,the developer may request that the CFA be extended for one additional year. ii. Nothing contained herein is intended to limit the Developer's obligations under the Policy, this Agreement, its financial guarantee, its agreement with its contractor or other related agreements. iii. The City may utilize the Developer's financial guarantee submitted for this Agreement to cause the completion of the construction of the Improvements if at the end of two(2)years from the date of this Agreement(and any extension period) the Improvements have not been completed and accepted. iv. The City may utilize the Developer's financial guarantee to cause the completion of the construction of the Improvements or to cause the payment of costs for City of Fort Worth,Texas Standard Community Facilities Agreement-Litsey Road 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 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-Litsey Road CFA Official Release Date: 02.20.2017 Page 7 of 11 Cost Summary Sheet Project Name: Litsey Road CFA No.: CFA17-0145 City Project No.: 101184 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 2.Sewer Construction Water and Sewer Construction Total $ B. TPW Construction 1.Street $ 1,710,703.50 2.Storm Drain $ 363,567.00 3.Street Lights Installed by Developer $ 153,000.00 4. Signals $ TPW Construction Cost Total $ 2,227,27C.50 Total Construction Cost(excluding the fees): $ 2,227,270.50 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ D. Water/Sewer Material Testing Fee(2%) $ - Sub-Total for Water Construction Fees $ - E. TPW Inspection Fee(4%) $ 82,970.82 F. TPW Material Testing(2%) $ 41,485.41 G. Street Light Inspsection Cost $ 6,120.00 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ Sub-Total for TPW Construction Fees $ 130,576.23 Total Construction Fees: $ 130,576.23 Choice Financial Guarantee Options,choose one Amount Mar:.one' Bond=100% $ 2,227,270.50 Completion Agreement=100%/Holds Plat $ 2,227,270.50 Cash Escrow Water/Sanitary Sewer-125% $ - Cash Escrow Paving/Storm Drain=125% $ 2,784,088.13 Letter of Credit=125%w/2 r expiration p2riod $ 2,784,088.13 x City of Fort Worth,Texas Standard Community Facilities Agreement-Litsey Road 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 Hillwood Alliance Services,LLC Dana Burghdoff(Aug 26,20 Dana Burghdoff Interim Assistant City Manager m4 K. akwfy� Date: Aug zs,zoi9 William K.Burton(Aug 23,2019) Name: William K. Burton Recommended by: Title: Executive Vice President Date: Aug 23, 2019 Evelyn Rober s(Aug 23,2019) 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 RlchgraA. NiGGrackon requirements. Richard A.McCracken(Aug 26,2019) Richard A. McCracken lg5o-- Assistant City Attorney Jennifer Ezernack on behalfof Janie Morales(Aug26,2019) M&C No. N/A Name: Janie Morales Date: Title: Development Manager Form 1295: N/A w ATTEST: Mz'v or Nonald� P.Gonzales(Aug26,7019) tl+y �• Mary J. Kayser/Ronald Gonzales t• , City Secretary/Assistant City Secretary ". City of Fort Worth,Texas rFT. AL RECORD Standard Community Facilities Agreement-Litsey Road ECEtETARI�CFA Official Release Date:02.20.2017 Page 9 of 11 ORTH,TX Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment ® Attachment 1 -Changes to Standard Community Facilities Agreement ® Location Map t Exhibit A:Water Improvements .. Exhibit A-1: Sewer Improvements ❑ Water and Sewer Cost Estimates Z Exhibit B: Paving Improvements ® Paving Cost Estimate ® Exhibit B-1: Storm Drain Improvements ® Storm Drain Cost Estimate ® Exhibit C: Street Lights and Signs Err provements ® Street Lights and Signs Cost Lstimate (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Standard Community Facilities Agreement-Litsey Road CFA Official Release Date:02.20.2017 Page 10 of 11 ATTACHIVII;NT"I" Changes to Standard Agreement Community Facilities Agreement City Project No. 101184 None. City of Fort Worth,Texas Standard Community Facilities Agreement-Litsey Road CFA Official Release Date:02.20.2017 Page 11 of 11 ICI IZ 41 DAP.DID PROPOSW Pige I of SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project tjem Information Hidder s Prujwsul Bldlist hem FT,,s:I:VnV0 uligaulm t;nloof HIJ Nu Desuiplitm Ste.q )uanul}ure j 111111 MCC Hid Vallee UNIT 1.PAVING IMPROVEMENTS 1 3110,0101 Site Clearing 31 10 00 L 1 $32,500 00 S32.500.00 2 3123.0103 Borrow by Plan(Fill Per Plan) 31 23 16 C'Y 23.442 S5.50 S128.9.31.00 3 3123.0101 Unclassified Excavation by Plan(Cut Per 3123 16 C'Y 6,265 S4.50 S28.192.50 Plan) 4 3125.0101 SWPPP 2 1 acre 31 25 00 Li i S36.500.00 $36.500.00 5 9999 0000 Remove Gravel Road 00 00 00 SY 6.839 $6.00 $41,034.00 6 9999.0001 Remove Asphalt Road 00 00 00 S' 3.512 $12,00 S42.144.00 7 0241,0500 Remove Fence 0241 13 LF 3.476 $4.00 $13 904,00 8 3305,0107 Manhole Adjustment.Minor 33 05 14 EA 6 S600 00 $3.600.00 9 3305.0111 Valve Box Adjustment 3305 14 EA 2 S500.00 $1,000,00 10 3213.0105 10"Conc Pvmt 32 13 13 SY 16.727 S60.00 S1.003.620.00 11 3211.0502 8"Lime Treatment 3211 29 1 SY 1 17.346 S4=1 S69.384.00 12 3211.0400 Hydrated Lime 32 11 29 TN 443 $185.00 S81.955.00 13 9999.0002 Connect to Existing Header 00 00 00 LP 54 S30.00 $1.620 00 14 3213,0301 4"Conc Sidewalk 32 1320 SY 9,922 $3,50 S34 727.00 15 3292 0400 Seeding.H dromutch 3292 13 S 30.596 $1 50 .45.894.00 16 9999.0003 6"CONDT PVC SCH 40(T) 00 00 00 LF 1,760 S30.00 $52,800,00 17 9999.0004 4"CONDT PVC SCH 40(T) 00 00 00 LP 1.760 S20 00 $35.200.00 18 9999.0005 2"CONDT PVC SCH 40(T) 00 00 00 1.0 380 $15.00l $13.200.00 19 9999.0006 12"CONDT PVC C905 00 00 00 LF1 S60.00 S7,800.00 20 3471,0001 Traffic Control 3471 13 M 3 $4.500,00 S 13.500.00 TOTAL.UNIT1:PAVING IMPAOVEMENT§J 51 6-8—55 55 t'1'!Y OF FORI UORT11 SIA\DARD CORsl RUCTION SPECIMATION VOCI'UENI<•(*%ELOPER AW'RAND PAO1Ftl S I.—vmoft M.w 904 #It 4J_IWJ Na"iii L1nft,DAP stt AsA..44 DAP•hill PAM)S%L ?x5t 2 nl SECTION 00 42 43 Developer Awarded ProleCla-PROPOSAL FORM UNIT PRICE BID Bidder's Application Piolect llcm Inl'arm:nwn 1rid&r s l'rnttwol litdbst Item SI><ciite:uaan inn.H ijiJ No lAexTir{UN1 SCCI#un No kle:tsure i'p8utttt� tdnu F ner Bid Value I 1:PAV M N KING A SIGNAGE PROVFJ 4ENT 1 3217 0003 4"BRK Pvmt Markin HAS W1 32 1723 LF 1,227 S2.00 $2,454 00 2 3217.0002 4"SLO Pvmt Markin HAS(Y) 32 17 23 LF 5.211 $2.00 S10.422.00 3 3217.0004 4"BRK Pvmt Markin HAS '/ 32 17 23 LF 1.216 $2.00 S2 432.00 4 3217.0201 8"SLD,Pvml Marking HAS W 32 1723 LF 107 S4.00 $428.00 5 3217.0202 $'SLD Pvml Markin HAS Y 32 17 23 LF 31 $4 00 S12410 6 3217.1002 Lane Legend Arrow 32 1723 EA 16 $350.00 $5 600 00 7 3217 2102 REFL Raised Marker TY I•C 32 1723 EA 126 $4.00 S504.00 R 3217.2103 REFL Palsed Marker TY II:A•A 32 1723 EA 121 S4.00 $484.00 9 139,39.0007 install'End of Roadway'Type III Barricade 00 00 00 LF 15 $30 00 $450 00 10 9999.0008 Relocaie"Rounaaboul"Sin 00 00 00 EA 1 $300.00 $300,00 TOTAL UNIT 1:PAVEMENT MARKING a SIGNAGE IMPROVEMENTS $23.198.00 C1r5 OF MAT 14,41"Pi aT,�l tr4NR CU?:,iTRVCTtrIN YFFf if q';171/Ni f WCl'\tE�r�•UFYF.Lt)PFR>N\nDED PROIFTTS Futm\'m.wn aia ^.ut„ .rr�:+)Pd PtayN:Y 4dfc± UaP d. W+4:45 DAP•610 PROMiAL Page SECTION 00 42'43 Developer Awarded Projects.PROPOSAL FORM UNIT PRICE BID Bidder's Application PrnlLwt Jim lurormattnn f3i+Wef s 1'rupmal k+ditot ltum �I4Y""IGl'UbuO boll ut t u t)cxnpltun Unit!'ray Bid Value No tittiunn;iP 1tca ury + uanNH UNIT 1:STORM DRAIN IMPROVEMENTS 1 0241,3403 Remove 6'Storm Junction Box 0241 10 1 S1.000.00 $1,000.00 2 02412021 Remove 48 Storm Llne 0241 10 L 25 0.00 .00 3 0241.3026 Remove 72"Storm Line 0241 10 L 210 $60.00 $10,500.00 4 3341 0201 21"RCP.Class III 3341 10 L 141 555.00 S7.755 00 5 3341,0205 24"RCP.Class Ill 3341 10 L 1,028 S60.00 WA80.00 6 3341.0208 27"RCP,ClasS 111 3341 10 L 345 S65.00 $22.426.00 7 3341.1302 (2)6'x3'Box Culvert 3341 10 L 163 S620.00 5113.460.00 e 3349.0001 4'Storm Junction Box 3449 10 E. 2 S5.000.00 $10 000 00 9 9999.0009 Winged Headwall 00 00 00 E 1 S24.500.00 324.500,00 10 9999.0010 TxDOT Std Concrete Headwall FVWV-0) 00 00 00 1 5 i 8.500 00 $18.500.00 11 9999,0011 STD 24"RCP Sloped Headwall 00 00 00 EA 2 $3.500,00 S7.000.00 12 .3349,5002 15'Curb Inlet 33 49 20 E 2 $4.200.00 $8,400 00 13 3349.5003 20'Curb Inlet 33 49 20 E 6 S5 200 00 $31.200,00 14 3137,0102 Large Stone Ri ra ,dry 31 3700 S 596 S75.00 S44,700.00 15 3305.0109 Trench Safety 3305 10 L 1 697 $1 00 $1,697 00 TOTAL UNIT 1:PAVEMENT MARKING SIGNAL IM ROVEMINT $363.567 00 (rn'OF FOR r R'nR 114 JrA,%;OARII('(VRG I RUC I IOSK SPI-WIF1CATIQA nl ICVWNTS•DI;CELOPRR Alt AROF.D PROJEC US Fom+Vw"W+dtr-.1 W, 1-04!41 RW Perm+al L+uG OAP dh 1a1 Jj d) PAP 1110 PROPOSAL Page,t or 4 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application P"MI hem iniurmmino tluldct'+Patpnlal t31(1114t11cnt SrColicalNnt IIntlal till Not DrunrNlfrn 5:eu+m`1f+ \tcastste )+lannt� tlnn F'rlcc [i1J Value UNIT :STREET LI HTIMPROVEIAENTS 1 2605.3015 2"CONDT PVC SCH 80 T 260633 LF 4,720 S12,00 S56,640 00 2 3441 3404 2.2-2-4 Quad lex Alum Elec Conductor 34 41 20 LF 5.240 S4 00 $20.960.00 3 3441.3302 Rdwy Ilium Foundation TY 3,5.6.and 8 34 41 20 EA 13 St.200 00 $15.600,00 4 9999.0012 Fumishlinstatl Powder Coal Black Type 1S 00 00 00 EA 13 $3,200 00 Pole S41.600.00 5 9A9999,0013 Furnishlinstall Powder Coal Black Type 330 00 00 00 EA 13 5600,00 $7 800.00 6 9999 0014 Fumshllnstail Powder Coal 81ack LED 00 00 00 EA 13 S80U 00 Li hlin Fixture 1137 watt ATB2 Cobrahend) $10 400 00 TOTAL UNIT 1:STREET LIGHT IMPROVEMENT IMPROVEMENT31 $153,000-00 CI (IF FORT%V011 III STA\pARn CA\Sl RL'CT10N SPEC'IFk•A rtAF 0(ICC%IFNT9.0E4:F1.OPFR.ttt'1R0F.1)►R01k'CYS P.nm�'aw�Ma.7.NO n+i_�),Nid Pr,+ppty LU.a DAP Na SECTION 00 42 43 Projects- UNIT PRICE BID Bidder's Application 71-4 , 75 '0-4k- 1111ORII, Bid Summary UNIT XX PAVYING IMPROVENIFN qo5'icl J,r -;E IM;�x P AVCMEN I IM ARKINGS&5IGNAC iF NtE iN TS S23.198.00 IJI,11 r C", S I'OF41%jI C)f4AI j IMPROVEMN r'-,, 'i 3 F;3 S r"00 IjtNITXX S,FT3 E E T:.IC FIT IPjPR-t-1,Vr,,JE itr t filis Bid i'i SUIMIJUO(l by the k'fitity fIdmud below. BY: TITLE: DATE, Contractor agrees to rompipte WORK for FINAL ACCEPrAN(.E within 1'^�'A?iiy. cii le ridar days after the(lute whin CONTRACT C.OMMOHLOS to run as piuvwed In thit Go(i)ral Conditions V\0 1)1 `I.( 1 14)" A W I k I t I V IN,N. 14 k;11 1'k"t W.I--DI%FI t Wf X VA\':111 0 N',,`11,I � 3 114 77 Texas EAGLE SITE PKWY U EAGL m� PKWY z 114 TEXAS 170 TEXAS 287 377 N NOT TO SCALE ------------- --------------- ---- ------- - - ------------- -------------- -------------------- --- ----- -- OWNER/ DEVELOPER: ENGINEER: *'TALLIANCE HILLWOOD ALLIANCE Hlil PELOTON C E N T E R N O RT H LAMD lOLOTIOM! NORTH SERVICES, L.P. NOT TO SCALE LITSEY ROAD 9800 HILLWOOD PARKWAY,SUITE 300 PARKWAY,S9800 UITE 50 FORT WORTH,TEXAS 76177 FORT WORTH,TEXAS 76177 DATE:FEBRUARY 2018 PHONE: (817) 224-6000 PHONE:817-562-3350 I I I i TRACT 1 I AIL INVESTMENT, LP. i DC2016-119801 PROPOSED SIDEWALK BY DEVELOPER S LITSEY ROAD -- 58' B-B/ 110' ROW - -- I I i AIL INVESTMENT, LP. INST.#2016-119802 AIL INVESTMENT, LP. R.P.R.D.C.T. I PARCEL 1 (REMAINDER) I INST.#1998-117441 R.P.R.D.C.T. I I LEGEND PROPOSED CONCRETE PAVEMENT SIDEWALK BY DEVELOPER O H.C. RAMPS BY DEVELOPER EXHIBIT B - PAVING ------- --- --- ----------- . OWN ER/DEVELOPER: ENGINEER: III P E LOTO N `N ALLIANCE HILLWOOD ALLIANCE 11' Q NORTH 400- CENTER NORTH " `•N° .°`°"°�. SERVICES, L.P. 9800 HILLWOOD LITSEY ROAD 9800 HILLWOOD PARKWAY,SUITE 300 PARKWAY,SUITE 250 FORT WORTH,TEXAS 76177 FORT WORTH,TEXAS 76177 GRAPHIC SCALE DATE:FEBRUARY 2018 PHONE: (817) 224-6000 PHONE:8 17-562-3350 1 I I TRACT i AIL INVESTMENT,LP. DC2016-119801 EX 72" EX 72" RCP RCP 24" RCP i 21" RCP EX 21" "PRIVATE 24 RCP RCP 27" RCP ° 21" RCP 21" RCP LITSEY ROAD AX 24" RCP 24" RCP 21" RCP 24" RCP EX 21" / X 24" 21" RCP RCP RCP (2) 6'x3' MBC AIL INVESTMENT,LP. $ INST.#2016-119802 AIL INVESTMENT,LP. ( ! R.P.R.D.C.T. PARCEL 1 (REMAINDER) ? INST.#1998-117441 R.P.R.D.C.T. I I LEGEND T PROPOSED STORM DRAIN INLET -- -- EXIST STORM DRAIN INLET --*-- PROPOSED STORM DRAIN MANHOLE �---� PROPOSED STORM DRAIN HEADWALL EXHIBIT B1 - STORM DRAINAGE ------------------ -------- -------------------------------------------- -- N ----- ALLIANCE OWNER/ DEVELOPER: j PELOTON 0 NORTH 40o HILLWOOD ALLIANCE CENTER NORTH SERVICES, L.P. III L,M, SOLUTIONS LITSEY ROAD 9800 HILLWOOD PARKWAY,SUITE 300 PARKWAY,SUIITED250 FORT WORTH,TEXAS 76177 FORT WORTH,TEXAS 76177 GRAPHIC SCALE DATE:FEBRUARY 2018 PHONE: (817) 224-6000 PHONE:817-562-3350 %i / I TRACT 1 AIL INVESTMENT, LP. DC2016-119801 _.. LITSEY ROAD Adlk Ask b�q I AIL INVESTMENT, LP. INST.#2016-119802 AIL INVESTMENT,LP. R.P.R.D.C.T. PARCEL 1 (REMAINDER) INST.#1998-117441 R.P.R.D.C.T. I I LEGEND PROPOSED STREET LIGHTS 0 EXIST STREET LIGHTS EXHIBIT C - STREET LIGHTS ---- ------ ------- ALLIANCE OWNER / DEVELOPER- PELOTON NORTH HILLWOOD ALLIANCE ,,� 400' CENTER NORTH , {,AND .DLDTD N. SERVICES, L.P. 9800HILLWOOD LITSEY ROAD 9800 HIL.LWOOD PARKWAY,SUITE 300 PARKWAY,SUITE 250 FORT WORTH,TEXAS 76177 FORT WORTH,TEXAS 76177 GRAPHIC SCALE DATE:FEBRUARY 2018 PHONE; (817) 224-6000 PHONE:817-562-3350