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