Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 47142 (2)
'<un tW OT NO. 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 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: 2015-083 DOE Number: 7500 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 Date: /g//c OFFIcJAL RECORD CITY SECRETARY FT. WORTH, TX STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. q 7 WHEREAS, 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 ("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 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 D_evelope-rlescontractors) City of Fort Worth, Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 2 of 11 OFFICIAL RECORD eITY SECRETARY ET. 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) ©, Storm Drain (B-1) 11, Street Lights & Signs (C) E The Developer shall award all contracts for the construction of the Improvements in accordance with Section II, paragraph 7 of the Policy and the contracts shall be administered in conformance with paragraph 8, Section II, of the Policy. Developer shall ensure its contractor(s) pays the then -current City -established wage rates. F. For all Improvements included in this Agreement for which the Developer awards construction contract(s), Developer agrees to the following: i. To employ a construction contractor who is approved by the director of the department having jurisdiction over the infrastructure to be constructed, said contractor to meet City's requirements for being prequalified, insured, licensed and bonded to do work in public ways and/or prequalified to perform water/wastewater construction as the case may be. ii To require its contractor to furnish to the City a payment and performance bond in the names of the City and the Developer for one hundred percent (100%) of the contract price of the infrastructure, and a maintenance bond in the name of the City for one hundred percent (100%) of the contract price of the infrastructure for a period of two (2) years from the date of final acceptance insuring the maintenance and repair of the constructed infrastructure during the term of the 0 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 4 of 11 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 darnages 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 darnages 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. 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 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 7 of 11 Cost Summary Sheet Project Name: Morningstar Section 6 Phase 1 CFA No.: 2015-083 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 $ 453,768.20 $ 238, 972.60 $ 214,795.60 B. TRW Construction 1. Street 2. Storm Drain 3. Street Lights Installed by Developer 4. Signals TPW Construction Cost Total $ 616,626.74 $ 533,727.74 $ 38,887.00 $ 44,012.00 Total Construction Cost (excluding the fees): $ 1,070,394.94 Construction Fees: C. Water/Sewer Inspection Fee (2%) $ 9,075.36 D. Water/Sewer Material Testing Fee (2%) $ 9,075.36 Sub -Total for Water Construction Fees $ 18,150.73 E. TPW Inspection Fee (4%) $ 22,904.59 F. TPW Material Testing (2%) $ 11,452.29 G. Street Light Inspsection Cost $ 1,760.48 H. Signals Inspection Cost $ H. Street Signs Installation Cost Sub -Total for TPW Construction Fees $ 36,117.36 Total Construction Fees: $ 54,268.09 Choice Financial Guarantee Options, choose one Amount (Mark one) I Bond = 100% $ 1,070,394.94 'Completion Agreement = 100% / Holds Plat $ 1,070,394.94 !Cash Escrow Water/Sanitary Sewer= 125% $ 567,210.25 'Cash Escrow Paving/Storm Drain = 125% $ 770,783.43 !Letter of Credit = 125% w/2yr expiration period $ 1,337,993.68 City of Fort Worth, Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 8 of 11 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 Date: Recommended by: aQ 7/.42 (7\, Wendy Chi pabulal, EMBA, P.E. <<_ Development Engineering Manager Water Department l /r 1") toirN Douglas Val Wiersig, P.E. Director Transportation & Public Works Department Approved as to Form & Legality: Douglas W. Black Assistant City Attorney M&C No. giik 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 Name: Kim Gill Title: General Manager Date: / V /Se -- ATTEST: (Only if required by Developer) Signature Name: ATTEST: Maryer City ` - retary OFFICIAL PFCORD CITY SECRETARY FT. WORTH, TX Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included X I4 El X 0 X X X 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 11of11 e µJrTeft Crest l syFs .r' Daz vt:ort• ,ORrCT 1' ttIL Ss tl 2trsl'tre S2.15• 9. G Lel :rifle( Ili e I. s 77.2t: •a-t le.la' t-1 M :S•r7'T ls.I7 L-t S 73•ST c t Funs I Lt.' r•A pram lam. &d F ainvd 15' M'iia t a. •Z f)v. M :911. .UJtr.C.r M Pit '44 ods Q. Lur I.\. 8LQCh Doc_ uf. 1Pnnnt,e ► }Ynerit+.n..,. _ ^•t MTV; IwLUINC/S. INC DOC V' :.111•10ta1DRPC.I UTILITY EASEMENT DETAIL 571( r7Rit41r411-A'tt' Fri ( 1.••• f • hn l a•. -a zat• / 7.9 Oil•:�t•4an1l:t n*^4 +nr^r..ay ..,,,,A,iI( i at or a a x c st*f47 rarafr-ores ear 4f tt'ucc.t frnt•tr Sn• er f+tr•.t•w• btu-. Nd:014• .DRrc-r t:A.0t0 • %let t175 .. IS .r S 70•;7+U•E .. i 1 — � ,�,1 ta-11 r)f 7 ^ r � ' .. 50' ,qat _ — _ — rim �_ems _ BUILDING LINE DETAIL %rjECTRTrtflr-AF•tt:tY /fa _a. From ►Nino 1 STRUT ItK:FIT•W •11741' —r • WOOF OMB 11' tf pen Fa%eentar /A. af.:ori• . n x re r �Ct �11St rt Cr/innut: flirt•--• Me NA DRr(T. IS'tlitrF•+.fn a ON Nu. .•AI4. 1 G ALLDM, DOTLOP.MIL%7. LLC 00 . SO.2014.101ot D RP.C.1 n*r.('r at.(Sint...,r.it'.'':! I)•>, 1.•:urJ• tlgrrr O Ica rVr• `e Point of pegiJnlil .st-' w) W IN V DOr. W. 20Ia-10)e3 u K P.r 1 Sh.tit%Dtetl.tyt'gtt. /atm% Raw/Ina ?*•rytt•ret F•rfe•t'-.not land t•srlar_r for the State n4 Teaut, have Matted the tt.h•v •.r'-e••• an Anti( turyty r•• 1!•. reitlai am thal lots;fat t'x,r 1e •eo••%Htt that pray'•:?•t try Oita ar 0 •beta ver*, win traartlen lair' 0 IJh1•nrt, R. P. L S. S66S • M • 0 tno t 1► >tt to a a Cncw sak a f etl LtUT t\.KLOCK 3t (POS► Doc. Xa. et)r.unate k 31-••Jetahi lInn .f• PEVELOPMEflT TABLE Total A.+gale TI'J! ••t.-tr •a ft41.34. I; •t !Intone•• hASa&a 1' Total ROW Dselai:r Nett :a! ta.CSt .Vea 72 4.221 St 252302 Si (5.79 Az) 2.115 Vr%ye• Ice Non AJ levvtan• rrt ace wt*a1 Ne trr'Ulll[R 5Ed5- marl :tail ta21'r 'ratite rue/ ++T••t tt. %LPX. • ?AR A Vial f-f,'•►rt•re., tat- Q.E. • OIL" Eammitr• W.E. • Witt( Ea te'41%' W NTIt'APPLICANT Flt A!cJ.t fY•.rtw•.••• I LC. • laar Imnad Uthg•.:c•9'n and ) WIw 11n1A,w!.. Inc. gel Miramar line Coffeyville ville Tau. "a011 PI7.92$.92v7 ramie. Knit (:nl Put t+af LLEIR Surveving, Inc. Residential • Commercial • Municipal 430 Mid Cities Blvd. Hunt. Toxna 76054 817.577.1052 Fax 817.577.0972 mw.MillerSu rveying-Inc.com TFt%alat fled a%CDttq err Ito. 1IO CITY PLAN COMMISSION CITY OF FORT WORTH, TEXAS ?Hi run nV*v DWI •t:0•:312a,••tw Nd%rv•le. Ban anal nail fr an►ts a n.♦anaast,tl oAn: rt. C•4JLUAN ti The Final Plat of Lots 1 thru 9. Block 51: Lot 16. [lack 52: Lots 63 thru 72. Block 53; 1»U 14 and 13. Block 54; Lots 1 thru 1R, Block 55: Lots 1 Ulm 20. Block 56; Lots 23 thru 30. Block 57; Lots 1 and 22. Dlxk GO; anti Lots l and 22. Block G 1 MORNINGSTAR Consisting of 72101c and M:ins 141;42 acres of land out of the P. J. McClnry Survey. Abstract No. 907 PAKKKK COUNTY. TEXAS Prepared in Llctokr 2014 SHEET ONE OF TWO lnthtPlatReco•d%ofInfant ttunty leaa% v. t�•r• f• . e ine • t.•r•J•.t(. IT I4.:t' f Ktwiaartliat,arn• n-.n?.16-► Job No. 13121 • Plot Alt 13I21 Sot 6 FORT WORTH THE CLAY OF FORT WORTH, TEXAS PLANS FOR THE CONSTRUCTION ION OF PAVING, DRAINAGE, SEWER, WATER AND STREET LIGHT IMPROVEMENTS TO SERVE MORNINGSTAR - . SECTION 6, PHASE 1 (BLOCKS 51 THRU 57, 60 AND 61) "MUD 1" BETSY PRICE MAYOR DAVID COOKE CITY MANAGER DOUGLAS W. WIERSIG, P.E. DIRECTOR, TRANSPORTAT)ON AND PUBLIC WORKS DEPARTMENT JOHN ROBERT CARMAN DIRECTOR. WATER DEPARTMENT D.OE NO. 7500 CITY PROJECT NO. 0264t WATER PROJECT NO. P286-803150284183 SEWER PROJECT NO. P275-703130284183 PLAN FILE NO. K-2409 NOTE: • PLUMOINO,PERMIT REQUIRED FOR ETJ DEVELOPMEW LOCATION MAP WSW NO .710-T DEVELOPER FG ALEDO DEVELOPMENT, LLC 3045 LACKLAND ROAD FT. WORTH, TEXAS 76116 (817) 717-7136, (817) 377-3951 (FAX) 74,111.1111.11ar WELCH ENGINEERING,. CONSUL ENGINEERS ,. F-1859) INC.N 1306 NORWOOD DRIVE • SUITE 200 • BEDFORD, TEXAS 76022 (817)284-1175 LOCAL • (817)589-2900 METRO • (817)589-0990 FAX AUGUST 2015 INDEX OF SHEETS UNIT 1- WATER AND SANITARY SEWER IMPROVEMENTS SHEET .4 1., DESORPTION >7127 rNN PUT par 101121 rM,LL PUT(Pal 20r 2) W NVMSTM NIT kip 0tI6WL 407E5 crTyr,ORTmwTNam,WML w7r5 WPM. OVtRALLwARR 1AYOV1 OVERALL NATL'R LAYpf O[MTUL OKRMS SAMTMY SEWER LAYOUT 0VPMLL .µRIM' @Wf9 LAY001 SMRARYKWSR MPSLS •! 3. L WCSNO 1.2.4003 SPOTMYSMSN PROMS/S2 U/e110.. enuermY IOWWA PROEMS, an LSIES NO %MOI RAMTAIn STAKR PI 0II . ae Inn No 7*04 7.20 UTLIC/OF7AM UNIT N - DRAINAGE AND PAVING IMPROVEMENTS SHEET 21 22 23 24 a to 22 a 20 21 32 33 34-3/ 34.20 4041 42 45 43 44 40 42 44 40 DEOCRIPDCN 001.4N402 AMA MM MORMIUGCMOtATKPA ORAOP40Pwi 'Amp PM ROIRS/MYJOVO Or TRAIL -Oa N.N.Mt0rtA.2.fl20 MVMO PIAN.PROPRR/ROSSMRIC ORM- 0740✓J070 ETA 4/75 IAMNO ILM0R011.210LL POwT LA/M - PA. Os TO2ta P23 W PAVWIG PI.M4I110,02 I WOW, 0014TDRNE-OTA 0.00 TO STA 740 PAVPA POMPOM / WP14. PONT vim MDMPRW4 Mal ma PAVNO PINYI170fU21 AMnnace OAHE-STA 043110 IRA 340 PAWL PtMOAF1U1 / M MU dIVE - irk O400 TO ETA N30 PAV Pq PUN 71.0041 / PAM!RI!ON ORNE - OTA 0400 TO PTA iota PUPS DRAM MNNNOP32/ttU4 '- STA. POO70 STA 1414le PAVrEl OFTMS STOW ORANOMTAAS STREET LUANAME LAYOMT 0VRT30 WORD mat UU04Aw34g12 Nl0 F3MMz OOTMS Mtn LI0A74A41MP0L/ POUMTONOOTIA3 STIR LIRRNASIECONOURANOORC PD BOX Mat Ovm CORIMUCRo. R.W afv C0NS11RK:TIW ran MVP.9M3 MA1KR000TAAS 1.J. DOUGLAS W. 1}IERSIG, P.E. 0! CRR. TNNSPORTA1104 mD PURR 1D019 OLPMTNDTT i LGy.RIl1(fri�G.10E. ECOMM.EjjOED: RAM R REVIEWED: PRO[CT MANAGER 017 CO CO 00 -4 N tlJ 0 oti co, as aoQ Z G/ 0 a 1. 0~.0 . 0 a3 3 Ton •g 0 O. 94/uYr DATE 1 I. (i.'JW DATE °! o e0 X-23212 a y MORNING MIST TR. N.T.S. / Underwood Cemetery UNION \I / `- \ALEDO r P OJEGPL, LOA TION t J \. M'QR % \ �' meek 1 OLD WEATHERFORD PATIt?sou 9RPNCN ' �.✓ i di LOCATION MAP MORNINGSTAR SECTION 6, PHASE 1 uoRuoougiu IIdlillulml1,mulJul1ilihAlelmmxitic mi UNION PF.CIF'IC OLD WEATHERFORD CHAPIN 1 iwauowdeaox 11,11m: 11311111111 olli ooa.uii 111 - 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 WELCH ENGINEERINTO, INC. CONSULTING ENG/NEERS .4...4_4 • .•••• \ 4 \ • 4 . tp 0 PA AG 08:S5 • dog EY: . I 11- Y�-�.• oses Noe' o • M�J This StZ'�0k1 O% SAw term Rtt 5 Ew eic • tutu- 8e- f3y Escrow Ptraea-meekrT. 100% DEVELOPER'S COST 8" AND 12" SANITARY SEWER LINES AND ASSOCIATED APPURTENANCES EXHIBIT "A-1 " SANITARY SEWER IMPROVEMENTS MORNINGSTAR SECTION 6, PHASE 1 _ _f - •••• • Zoe C11\ -tot• R .\ • et'. -Ns... • • 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 WELCH ENGINEERING, INC. CONSUL T/NG ENG/NEERS • • V. 24 100% DEVELOPER'S COST 6" PAVEMENT W/2% CROSS SLOPE ON 6" LIME SUBGRADE 100% DEVELOPER'S COST 7.5" PAVEMENT W/2% CROSS SLOPE ON 8' LIME SUBGRADE EXHIBIT "B" PAVING IMPROVEMENTS MORNINGSTAR SECTION 6, PHASE 1 ofi 1 f - SCALE: 1"= 200' 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 WELCH ENGINEERING, I NC. CONSUL T/NG ENGINEERS oii„1inw1ibbuw1mummwlwewiI ill eJi oenlmdnnuu41e0liu Ya 111111ili I I it:I 11111 i„ixu6eue1JUN! 1nuaouem „ WI ,,, ,„ i „11aa, 11. „ „ l 114111:1.11111111111114111i1111111111 o_ s\, 10' , 15, OR 20' INLET ---,, 1" .���1�31T 'g O�EM�N�S IN I�PR STGRM MORNINGS1' ARSE 1 SE.G11pN 6, PH �iN NSULTlNC NG COIhu R,S COST 1„�200' 100% STORM DE BEANO INURTENANCES SCALE STORM AND cc�C1ATED ApP NO. 7500 603150264153 0264183 WATER NO' P26R NO p275K7 31 STREET S1 �M DR04 O -2409 STREETI JE Y 23212 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM MORNINGSTAR - SECTION 6, PHASE 1 UNIT PRICE BID I3idlist Item No 3311.0161 3311.0261 3311.0441 3312.3002 3312.3003 3312.3005 3312.0112 3312.0001 3311.0001 3305.0109 3312.2003 Project Item Information Description 6" Water Pipe 8" Water Pipe 12" Water Pipe 6" Gate Valve 8" Gate Valve 12" Gate Vale e Connect. to Existing 12" Water Main Fire Hydrant Ductile Iron Water Fittings 'Wrench Safety 1 " Water Service Specification I Unit of Section No. Measure UNIT I: WATER IMPROVEMENTS 33 11 12 33 11 12 3311 12 33 12 20 33 12 20 33 12 20 33 12 25 33 12 40 331111 33 05 10 33 12 10 LF LF LF EA EA EA EA EA TON LF EA CONTRACT 00 42 43 DAP • BID PROPOSAL Paue I of 7 9/1/2015 Bidder's Application Bid Quantity 50 3,680 49 5 21 2 5 3 3,779 80 1 I 1 TOTAL UNIT I: WATER IMPROVEMENT Bidder's Proposal Unit Price $26.01 $29.5 $49 0 $850.0 $950.001 $2,000.001 $700 0 $3,400.0 $5,400.0011 $0.40 $780.001 Bid Value $1.300.00+ $108.560.0C� $2,401.0 $4.250.001 $ 1 9.950.0 $4,000 0 $1.400 OC $ 17,000 0( $16,200.0( $1.5I1 6( $52.400.0 $238,972.60 CITY OF FORT WORTI I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWr1RDED PROJECTS Form Version April 2. 2(1).1 00 42 43 - CONTRACT BID - DAP MORNINGSTAR - SECTION 6 PHASE 1 - 201336F- 09.01-15 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM MORNINGSTAR - SECTION 6, PHASE 1 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 3305.0113 Project Item Information Description Specification Section No. Unit of Measure CONTRACT 00 42 43 DAP • 1311) PROPOSAL. Page 2 of 7 9/1 /2015 Bidder's Application Bid Quantity UNIT II: SANITARY SEWER IMPROVEMENTS 8" Sewa Pipe 8" Sewer Pipe, CSS Backlit! 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 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 Vr EA LE EA VF LF EA 3,566 140 185 15 43 95 3.891 17 16 3,891 I1 TOTAL UNIT II: SANITARY SEWER IMPROVEMENT13 Bidder's Proposal Unit Price $34.001 $75.OUi $64.001 $3,600.0 $6,000.00 $150.00 $385.001 $2.80 $ 150.0 $225.0G $0.40 $250.0C1 Bid Value $121,244.Otl $10,500.0 $11,840.0 $54 000.0(1 $6,000.001 $6,450.00 $36,575.0( $10,894.80 $2,550.00 $3,600.001 $1,556.4( $2,750.0( $267,960 20 ern- OF FORT AYOR'I'li STANDARD CONSTRUCTION SPECIFICATION DOC'U Form Veraion April 2, 2014 CENTS - DEVELOPER AWARDED PROJECTS 00 42 43 • CONTRACT tilt) - DAP MMORNINGSI AR - SECTION 6 PI IASI: 1 - 201 30P- 119.0I - 15 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM MORNINGSTAR - SECTION 6, PHASE 1 UNIT PRICE BID 13idlist Item No 3305.0109 3341.0309 3341.0205 3349.0001 3349.5003 3349.2007 3137.0104 Project Item Information Description "french Safety 36" RCP. Class 11I 24" RCP, Class 111 4' Storm Junction Box 20' Curb Inlet 36" Parallel I Ieadwal1 Nlediunt Stone, Riprap, dry Specification Section No. Unit of Measure UNIT III: DRAINAGE IMPROVEMENTS i3 05 10 [ LF 33 41 10 LF 3341 10 1 LF 33 49 10 EA 33 49 10 EA 33 49 40 EA 31 37 00 SY CONTRACT 00 42413 DAP - BID PROPOSAL. Page 3 of 7 9/1/2015 Bidder's Application Bid Quantity 184 165 19 1 2 1 33 TOTAL UNIT III: DRAINAGE IMPROVEMENT Bidder's Proposal Unit Price $0.501 $90.001 $60.00 $4,000.00 $6.100.00 $3,800.001 $85.001 Bid Value $92.00 $14,850.0( $1,140.0' $4,000.0 $12,200.01 $3,800.0 $2,805.001 $38,887.00 CITYOFRua \VOl rtr STANDARD coNSTROCrtoN SPECIFICATION DOCUN1ENTs - DEVELOPER AwARuro PRolttcrs Form \ Pei sloe Aptil 2. 2014 00 42 43 • CONTRACT 131D - DAP AIORNINGSTAR - SECTION 6I'IIASE 1 - 201336P• 09.01-15 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM NIORNINGSl'AR - SECTION 6, PIHASE 1 UNIT PRICE BID Bidlist Item NoI 3213.0101 3211.0501 3211.0400 9999.0001 3111 050, 3211.0400 3213.0301 3213,0504 3441.4003 3217.0501 3217.2103 9999.0002 Project Item Information Description Specification Section No. Unit of Measure UNIT IV: PAVING IMPROVEMENTS 6" Conc Pvm' 6" Lime Treatment Ilydrute Lime 7.5" Conc Pvint 8" Lime -Treatment Hydrate Lime 4" Concrete Sidewalk Barrier Free Ramp -Type R-1 Furnish & Install Ground Mount Sign Post and Sign 24" Solid White Stop Bar Paint (t5') RIM. Raised Marker TY 11 A -A Street barricade (street dead ends) 32 13 13 32 11 29 32 I 1 29 32 13 13 32 11 29 32 11 29 32 13 20 32 13 20 34 41 30 32 17 23 32 17 23 31 36 00 SY SY TN SY SY TN SF EA EA LF EA LF CONTRACT 00 42 43 DAP -131D PROPOSAL Page 4 of 7 9/1/2015 Bidder's Application Bid Quantity 11,071 11,791 176.86 1,435 1,528 30.58 1520 20 9 42 60 150 TOTAL UNIT IV: PAVING IMPROVEMENTS Bidder's Proposal Unit Price $33.00 $3.00 $175.00 $38.00 $3.25 $175.00 $3.00 $1,000.00 $650.00 $12.00 $5.00 $40.00 Bid Value $365,343.0 $35,371.8.. $30,950.3C] $54,530.0C4 $4,966.891 $5.351.641 $4.560.0 $20.000.0C $5,850.0 $504.00 $300.001 $6,000.0C $533,727.74 CITY OF FORT won!) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Perm Version April 2, 2014 00 42 43 - CON'rRACI' 131D - DAP \IORNINOSTAR - SECTION 0 PtIASE I - 201 IF- 09-01-1S SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM MORNINGSTAR - SECTION 6, PHASE 1 UNIT PRICE BID Bidlist Item Not 3441.1502 9999.0000 9999,0000 3441.3301 3441.3301 2605.3015 3441.3401 Project Item Information Description Specification Section No, Unit of Measure CONTRACT 00 42 43 DAP -131D PROPOSAL Page S el 7 9/1/2015 Bidder's Application Bid Quantity UNIT V: STREET LIGHTING IMPROVEMENTS Furnish/Install Ground 13ox. Type B 9999.0000 Rdtty Ilium Assembly TY D-25-6, 70W - AIR C1- LED - TYPE 2 - 70 \V - NW, Pole Type 8, Truss 9999.0000 Rdnty Ilium Assembly TY D-30-6, A 1 B2 LED - Tyne 2- 137WLED -NW Furnishlinstail Rdny lllunt Foundation TY 3 Furnishllnstall Rdwy Ilium Foundation TY 1 2 huh Conduit PVC SCIi 80 (T) 6-6-6 Triplex Alum Electric Conductor 3441 10 34 41 20 EA FA 34 41 20 FA 34 41 20 EA 34 41 20 EA 26 05 33 ( LF 34 41 10 CLF 8 12 1 12 1 604 604 TOTAL UNIT V: STREET LIGHTING IMPROVEMENT$ Bidder's Proposal Unit Price $400.00 $1,800.00 52 250.00 $856.00 $952.00 $8.00 $1.50 Bid Value $3.200 00 $21.600.OG $2.250.001 $10,272.00 $952.00 $4,832.00 $906.001 $44,012,00 en OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED Pltaltacrs Form vet Sion April 2, 2014 00 42 43 - CONTRACT 131) - DAI' MORNINGS'I'AR - SECTION 6 PRASE I • 2013361• 09.01-15 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM MORNINGSTAR - SECTION 6, PHASE I UNIT PRICE BID Bidlist Item No1 T Project Item Information Description Specification Section No. Unit of Measure Bid Summary UNIT I: WATER IMPROVEMENTS UNIT II: SANITARY SEWER IMPROVEMENTS UNIT III: DRAINAGE IMPROVEMENTS UNIT IV: PAVING IMPROVEMENTS UNIT V: STREET LIGHTING IMPROVEMENTS UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS CONTRACT or, 42 43 DAP • BID PROPOSAL. Page 7of7 9/1(2015 Bidder's Application Bid Quantity Total Construction Bid Bidder's Proposal Unit Price Bid Value $238,972.60 $267.960.20 $38.887.00 $533,727.74 $44,012 00 $1,123,559,54 Contractor agrees to complete WORK for FINAL ACCEPTANCE # days calendar days after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Porn Version Aptil 2, 2014 00 42 43 • CONTRACT HID - DAP MORNINOSTAIt • SECTION 6 PIIASE 1 - 201336F• 09-01.15