Loading...
HomeMy WebLinkAboutContract 47143 (2)c ry SE - 6, ''y ETC T Ma Developer and Project Information Cover Sheet: Developer Company Name: FG Aledo Development, LLC Address, State, Zip Code: 3045 Lackland Dr., Fort Worth, TX, 76116 Phone & Email: 817-731-7595, kgill@sableholdings.com Authorized Signatory, Title: Kim Gill Project Name and Brief Morningstar Section 6 Phase 1 Sewer Off -Site Description: Project Location: FM 3325 Parker County Plat Case Number: FP-14-082 Plat Name: Morningstar Development Mapsco: 710-Z Council District: 3 City Project Number: 02641 CFA Number: 2015-084 To be completed by staff: Received by: City of Fort Worth, Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 1 of 11 DOE Number: 7500 Date: 4//f OFFICIAL RECUi2D CITY SECRETARY STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § COUNTY OF 'I'ARRAN'I' § City Secretary Contract No. 4//7/ to WHJKREAS, FG Aledo Development , 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 Morningstar Section 6 Phase 1 Sewer Off -Site ("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 Proj ect. 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 CFA Official Release Date: 07.30.2015 Page 2 of 11 OFFICIAL RECORD 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 -contractors) 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) 0, Storm Drain (B-1) 0, 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. E. 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 City of Fort Worth, Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 3 of 11 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 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. City of Fort Worth, Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 4of11 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. 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 City of Fort Worth, Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 5 of 11 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. 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. 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 City of Fort Worth, Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 6 of 11 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 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. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) City of Fort Worth, Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 7of11 Project Name: Cost Summary Sleet Morningstar Section 6 Phase 1 Sewer Off -Site CFA No.: 2015-084 DOE No.: 7500 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 $ 53,164.60 $ 53,164.60 B TPW Construction 1. Street 2. Storm Drain 3. Street Lights Installed by Developer 4. Signals TPW Construction Cost Total Total Construction Cost (excluding the fees): 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%) F. TPW Material Testing (2%) G. Street Light Inspsection Cost H. Signals Inspection Cost H. Street Signs Installation Cost Sub -Total for TPW Construction Fees Total Construction Fees: $ 53,164.60 1,063.29 1,063.29 2,126.58 $ $ ONO $ 2,126.58 Choice Financial Guarantee Options, choose one Amount (Mark one) Bond = 100% 1 $ 53,164.60 Completion A. reement = 100% / Holds Plat 1 $ 53,164.60 Escrow Water/Sanitary Sewer= 125% 1 $ 66,455.75 Cash Escrow Paving/Storm Drain = 125% 1 $ - Letter of Credit = 125% w/2vr expiration period $ 66,455.75 City of Fort Worth, Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 8ofll x 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 Jesus J. Chapa Assistant City Manager ike j Date: JQo/' cr-1 c Recommended by: N Wendy Chi-Babulal, EMBA, P.E. Development Engineering Manager Water Department Douglas(bly. Wiersig, P.E. Director Transportation & Public Works Department Approved as to Form & Legality: Douglas W. Black Assistant City Attorney M&C No. Ail A - Date: City of Fort Worth, Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 9 of 11 DEVELOPER FG Aledo Development NameKim Gill Title: General Manager Date: ! U r /jam' ATTEST: (Only if required by Developer) Signature Name: ATTEST: Mary ser City Secretary Oiiir‘ii4L, RECORD CITY SECRETARY FT. ViirOfireif TX trz-� Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included ❑ 0 Attachment Attachment 1 - Changes to Standard Community Facilities Agreement Location Map Exhibit A: Water Improvments Water Cost Estimate Exhibit A-1: Sewer Improvements Sewer Cost Estimate Exhibit B: Paving Improvements Paving Cost Estimate Exhibit B-1: Storm Drain Improvements Storm Drain Cost Estimate Exhibit C: Street Lights and Signs Improvements Street Lights and Signs Cost Estimate (Remainder of Page Intentionally Left Blank) City of Fort Worth, Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 10 of 11 ATTACHMENT "1" Changes to Standard Agreement Community Facilities Agreement City Project No. 02641 None City of Fort Worth, Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 11 of 11 FORT WORTH THE t,1 Y Y OF FORT WORTH, 1 PLANS FOR THE CONSTRUCTION OF PAVING, DRAINAGE, SEWER, WATER AND STREET LIGHT IMPRO TO SERVE MORNINGSTAR - SECTION 6, PHASE 1 (BLOCKS 51 THRU 57, 60 AND 61) "MUD 1" BETSY PRICE MAYOR DAVID COOKE CITY MANAQER DOUGLAS W. WIERSIG, P.E. DIRECTOR. TRANSPORTATION AND PUBLIC WORKS DEPARTMENT JOHN ROBERT CARMAN DIRECTOR, WATER DEPARTMENT D.O.E. N0. 7500 CITY PROJECT N0. 02641 WATER PFtO.ECT NO. P265-005160284183 SEWER PROJECT NO._P275:ThP30284183 PLAN FILE N0._K_?L(8_ NOTE: M_L-• e:l.K: nrgLw' P1'01100f«1 POI Ems: I:1YC onAt u' • Untr.,rd CxANby 1P•Cl+, LOCATION MAP v. ;..e 40 I10.2 DEVELOPER FG ALEDO DEVELOPMENT, LLC 3045 LACKLAND ROAD FT. WORTH, TEXAS 76116 (817) 717-7136, (617) 377-3951 (FAX) W, -C •I ENGINEERING., INC. f:C t.suc MVO ENGINEERS (/ F—fa84) 1305 NORNOOD DR14E • SUITE 200 • =FORD. TEXAS 76022 (6:7)264-1170 LOCAL • (811$t -2900 METRO • (617)961-0980 FAX AUGUST 2015 INDEX OF SHEETS UNIT I - WATER AND SANITARY SEVER WPRCNENENTS 4E7 aFRCRTTVW 1t147111101, l FNAL 6MY1$I4fl 002) ISM ruT Ince,z-cn W$IWnL UAulnr vwr e c'rr Or 4011Tr4arn xmRM.r.a Z'tn MOW/ WWigtURU+ 60 .?4014: WMOt+(.0.Y01 T +0 :AP4WM Qr{RAtt watMvAYN.31AY.PJr +++l rnisitAti RYYlat1 eliVa Avrs, 4 3ANOMY110 OR64TY141111a] age 40 i 16 gup{4ry K'a6A PROgli sd•n LIP, 6u1,4 AYXTAfl St1W066011PS }•rMgt PY)> Hq! Up: 111410IMTA•S UNIT 11 DRAINAGE AND PAVING IMPROVEMENTS .:69CR+PY244 raAMM][A$54 LPP ...I4+*ft4' tJilp3 A *I 4 QPMPASMAA •A:140?1an1•rb' A0P (tc Mir Max •TA 4... M'QCTA l•.'R— rAWCrL ✓Gr2y[a •P1Yf1.p, r041 .814.1149I'C S'A ant e0144140444400414110 1141.001iT14/44-STA 2,40 TT/6'‘ 14:+90. 4AYe10TV&N(JttZ V4�6pA:.H14' GSNr- STA NEC rO STA '•ti PAVa1 ttMNPA�Ct,12P.4,24,71(-0100$ Ayp 0101.6202POT?SW PA•I11104 +Igt6$/ HAM TWACTI "kV • „TA CC 'C STA T•11 PMTq PLq.J.. r3E:evArt a"TC 'tSt - 7TA 0•M.' TOTI }T fAvaC Plat • OMI4:rAtt tr94daN6-STA e.00.0 STA ••t' Motu Mast RAl+•MonA aver.STA :+P•'QL•A ••re •• wYaAO U,I. 'mint PRANDrflor e'RGfl LNYArz tAva..T QY. R9l 0M'T@O t1M$T 1.0A44410a11E AADr'R^A@ PRA*2 'Meet f.YAMAAAral? IOnLLLRM 1* fMl ctoten ultiviar-snelst A32Ort110 R41 PEWS *SH4r samP!ICT3(-Y PT.W imam eo alitue KK< Se'AL, vilveNINTRAPIKOC Os'nsl d. DOUGLAS W. rdERS$&, P E. OR¢CT74, MANSPUNTEICO. ANO KW: rats p4PAPTMI NT i re'llideri<r. trLa. RECOM pai "ROWAN 0401 PFV1FWFD- t 2' .ram:7 MA lt X-23212 L 0 9-4 3y r DATE 17/XerlS ":ATE t A G A,to; .J DATE w 2 x-zaztz �; • \ • • � \ \ �\ \� i'vf[ 1 I UTILITY EASEMENT DETAIL 4p i BUILDING LINE DETAIL ,t. l o.t, r•r Pr ' nt Of (ii7YIt11]inx. • 1 bhu.. n ...r.'t..n .•wr„a.r.- rntTv _. aaf)Nfy ;f N-tr k Rnsleentinl • Coar lertiri • it 1L]p:>t 4.10 rrro cr.+w t a. Ltytt ' _vi 7GM3 NI? $77 1:6.7 rat 0,175t_ ^'q: wax.'.'',rr.gnrvw pml.1•p; torn Mj • •ar., .n,. r `tl Rf W U.Y•sP. •.. )p (} ...��•. ..t•Hts• trt . ur ...y".._ . .t, • .... Ito • • !to AWilt ••g.w.,, p[,M—..- t.r.v.w ntt t rnt.•w- CITY PLAN C0/.'M151PON CITY OF FORT WORTH, TFXA5 The Final Phil of IJIv 7 thnt '. Ilinck 51: I.ft 111 1:1a:k o.; lait d:3 thru 7:: L,t•. 1 1 and 15 Itt; ; k ^-0; LV.c I !htu l $,, Me ; 35: lute ; ;fan 20 L':t 2! !Et. IllR;k-k17;let 1 and 22 Mock At; and Lin: 1 and.^.:'. C•I,:is 1.1 MORNIN GSTAR '.•+• r;Pm;o 725 l ant ltrn¢ i[,WZm •e• /land rah"; at: ' t ,n 11 r 1Ptre d.Q"`rcx • N, '4'7 PARlE1t COUNTY. TES 4S 3 :'Tar:; ?n t.' Z•l•l 4:114 SWEET ONE OF TWO • lob No. 33121 • Pict F'p13171?c6 !(lMATCH UNE - SHT 2 OF 2 ! f— 0 1 1- 1 CL 11 R 2 LEGEND %IA 16.45.33-55. IN C NO , 1'I / — Iz\ •I'i S.S. UNE NO. 6 `�= )(Sij ! ,;'''' ifPVC SANITARY stvcR r 4 � • Iv:— A.O W j : D.III MATCH UNE - SHT 2 OF 2 ySTAR CREEK DRIVE t CONSTRUCT 51D. 4' DIAVN WPJAhHOLC Le ASSEMBLY C0Y5'RIIC 51D 4' �A VH PER OETNL DMA( WNANHU.E uD ASSEUBIV : I PER DETAIL Don \ 1 r'oN14ED •CV ERttME vNT•• tim4<- c PROPOSCD:ANRARYELV.EN SC41 tC E oStNO EEItFR IME leer. OJ oM^tC anooP(.= WATER Lac Pia VA:V[ 4140nrED FRIlN rtno4- PROPOSED WATER SE ry c rle:TN4 WATER UNE AN) VA! tE EAIETNDrlgE HY'WA't INNTNv stave No -AN PROPOSED STORY ORAN EIOUTNGCOONTWH (STA. 13+23.33-5.5. UNE No -STA. 0.00-5 S UNE NO.G OPIPE �` - 2:C f -,may /"J`—..._- v `�/ i GENERAL SANITARY SEWER NOTES: :J4• EDR.t6 sAN'TARY:CWER EERV:CES TO GE NtratLED I4'Ns CVRRArT :2-VSOR4`23 CANtARY EENER EVINCES FOR FUTURE LOTS TO EC NSTAtt ED N Tt. CONwACT 2 Tr< tICgMAL LOCATOY Or sr1\ER SERVICE WC. 4vALL VI ON THE eEN:ER4'•c.C• CAC< tot R'RH DOME cttANOUt ATT U'PROREPTV JNE GEE UTtTtVDETA1.5 su4CA J AT ALL LOANOSS N :vt PROF LES I\NCRC E]R.Y. RYC P@E S Sop C4LB, R 5tO rr 'ACt VLLED WITH CEMENT .^.ite%CED ^.A4D A.^ REOL9REDOY TCEO MECtM0011 Sti,lJ (a%31 I CONTRACTOR TOCOON<N+'F MST4tATION Or SANITARY SEWER CFRNCEO ViP• ptO4It ORAN C0NTRACT04 tO THAT 6D C04[U]T: vat It tt EARNING TO CONTRACTOR: CALL 1-800-344-8377 (DIG-TESS) OR OTHER UTILITY LOCATING SERVICES 48 HOURS PRIOR TO CONSTRUCTION ACTIVITY. WELCH ENGINEERING. INC. IS NOT RESPONSBLE FOR KNOWING ALL EXISTING UTILITIES OR DEPICTING EXACT LOCATIONS OF UTILITIES ON DRAWINGS. 0 9 < STA, 10a23.te-S.S our N0.4 - COVSD9UCT STD. 4' DIA VN 1' S.S. LINE NO. 4 W/AIAV401E 1.13 ASSEMBLY E Pvc SANITARY SEWER PER DETAIL D015 I / ,• /: ,' 1.7 /7 »A" P/'1 %7 U/'.17/','t'r - ha I , , ;._- 7'7/'/:;''' /L: 17 /r77'iill \ 1 • 4 74024 [P,.,"--e_ �•-I l � 1; - 1 K ^ n 0. i P . RI : m .n STD. 142 91-5.5. UNE N041 O1 i 1 rr WAIAPVCONS? CT SM. 4' MA DROP VN \ OLE U0 ASSEMBLY /: PER DETAIL D015 AstiMAY U,RER ' 41U90UT 10 LE. Or 12• PVC ON 0.50X/ A S D THE RI4r / /" ki$iTAL}; 12O' PLAYDUM PLUG. / 6+ / J STA. S4.7214-££ UNE NO.4 / s-STA 102-263. Ex Oft -DIE SERLR / '- - l=" (SEWER PROdC> NO P2]5-)03140299153. _ !!___- A-23222. O.O.0 NO f503) .� ,.1 .,;c4.07: :CCRONE]OR ]0 KRcT LOGSDON AND �.. ' 2 2. ,� CLCYAi10N OC CSEtIr12• S.£ UNC -�"- RCMMCC PRGPO O PLUM �^'--CONNCCt PRmOSEp 3r i£ UNE 10 - �� ~ EAISRND 12 S.S. LINE -' -A t Div 009.792 (MITT) (/ — ^' { / I EASING SANITARY SSLR NUINOLC -- " - -St& 102.1B1t CAST 0?-9TC SCWtR ---i'---- -- -.... _ = . (SEWER PROJECT P.C. P275-]0]1t02391B3. CONTRAz o0C. GAST/10.75DLOCATION) }- c4- — �_ _..! - - 4 CodWAc TO cRttANHOLAND _.. -- �'t-- - �7--�-'-.Ex Rill D1 Of BS50N0 MANHOLE ?---= CA t azv 59G.92S (wm v) BENCHMARKS: ULTIMA BOr. ON TOP W CONCRETE HFANN,.I ON THE .EST CIO DO FM A25 AvaRrn:VATFLY VJT YMtH 01 THE CENTERLINE OF OtDYRATHERFORD ROAN ,Mt, l4, i t.tArmat ELEVATION ON IA ry No:, CAPPED ETLCL ROO APPROXIMATELY 6' MORTVPATiT 01 if; TtocT µ NJMFNT tOUND AT THE NORTH,64:4 CORJSP or THE 732 ACRE TRACT N4M17.6.1a6 r. tvJr n6J ELEVATION NA99 4 0 �l Ova n✓.• e SCA12 • 40 BD �t�{A M .Lt. OTY SEWER MAP NO. 1970-3925 OTY WATER MAP NO. 1970-392W 'Wes rev:nt tJw Iota, l.A CK.nn 1Ji a.lt rr9vlWLT w6-M AW • •✓wP t4-trunt APAO An Witt. D.O.E. N0. 7500 'MUD 1- y4 .ctt.4 t X• i tiw- 14 t'lr FORT WORTH Morningstar - Section 6, Phase 1 OVERALL SANITARY SEWER LAYOUT (SHEET 1 OF 2) WELCH ENGINEERING Inc CONSuC TwG CAOWZCA t •-'6E9! c E: ' It AC uut .J.n....n„A. JULY• 2015 • n.. i -40' —1 t-, (ihrt, es SW 4311 1 i'fittr tin Me 114.40 24•l31 M I -7 fly( 242 As- Yf:ha ws: a - Rse &1 4 I I h_T3-. R 12! i"+'T a Jln:: ras a47 .::d 'J; CT 1. r .•_ • it I J .1 1_ i.-f J r rt 0 4- 1 f t - t 1 1 1 j _. . _.__ 1 -Y _ I _ -4_- eY j,, _tH '_-_ ==1 nI bl S60WWYA7D Q! ep 0� 3.VA10)1 • 4 to inz as <'� sin O�bb n < e ina till .- .- - _ - - -+ -- I -- - : ; 1 1 1 1 Y 1 i -4I- t-- - --'--' f -1 1_. 7 ' -- - - - E_ , n 0 414. i4 *j 64 MMIMMEM 1+ —0 -- -. _. -- --- _ • 1 • WWIrf 0 •_ q'Re rra q Q SN}L111312 X to 0 0 gokot oats • • • :. -' • f rSaar! ••4-4 �'• �✓r/�T.�_ 4.! �• r • • .1 ••..4. • 11IIS is -mE Offrs iTE staa. PGt O 't #csk ,0G's ....re 4. „sr. M •. . "0__.. _r.fs ilere41.9 fl Era' ♦err 14. +fi • • n415 StZ`nmv of- 5-MJ iernrf en,demie eorii Pcemoi4 46&&a4SJT 100% DEVELOPER'S COST easliage 8" AND 12" SANITARY SEWER LINES AND ASSOCIATED APPURTENANCES EXHIBIT "A-i" SANITARY SEWER IMPROVEMENTS MORNINGSTAR SECTION 6, PHASE 1 WELCH I • • SCALE: 1 "=300' D.O.E. NO. 7500 WATER NO. P265-603150264183 SANITARY SEWER NO. P275-703130264183 STREET/STORM DRAIN NO. K-2409 CITY PROJECT NO. 02641 X-23212 ENGINEERING, INC. CONSUL T/NG ENG/NEERS • SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM MORNINGSTAR - SECTION 6, PHASE I UNIT PRICE BID Bidlist Item NoI 3331.4115 3331.4116 3331.4208 3339.1001 3339.1002 3339.1003 3331.3101 3301.0002 3339.0002 3339.0001 3305.0109 3305.01 13 Project Item Information Description CFA -OFF-SITE SE 00 42 43 DAP - BID PROPOSAL Page 2 of 7 9/1/2015 Bidder's Application ISpecification I Unit of Bid Section No. Measure Quantity UNIT II: SANITARY SEWER IMPROVEMENTS 8" Sewer Pipe 8" Sewer Pipe, CSS Back611 12" Sewer Pipe 4' Manhole 4' Drop Manhole 4' Extra Depth Manhole 4" Sewer Service, Two-way cleanout Post -CCTV Inspection Manhole Vacuum Testing Epoxy Manhole Liner Trench Safety Trench Water Stops 1 33 31 20 33 11 10 33 31 20 33 39 20 33 39 20 33 39 20 33 31 50 33 01 31 33 01 30 33 39 60 33 05 10 33 05 10 LF LF LF EA EA VF EA LF EA VF LF EA 508 185 •1 1 21 693 2 16 693 1 TOTAL UNIT II: SANITARY SEWER IMPROVEMENT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS • DEVELOPER AWARDED PROJECTS Fonn Version April 2, 2014 Bidder's Proposal Unit Price i $34.01 $64.001 $3,600.001 $6,000.001 $385.001 $2.80 $150.001 $225.001 $0.40J $250.001 1 1 Bid Value $17,272.001 $1 I ,840.001 $3,600.001 $6,000.001 $8,085.001 $ I ,940.401 $300.001 $3,600.00 $277.20 $250.001 $53,164.60 00 42 43 - CFA - SS - DAP MORNINGSTAR • SECTION 6 PHASE 1 - 201336F- 09-01-15