Loading...
HomeMy WebLinkAboutContract 47575 t i CITY SECRET' W CONTRACT NO Developer and Project Information Cover Sheet: Developer Company Name: Seven Oaks-FW,Ltd Address, State,Zip Code: 6031 W I-20, Suite 226 Arlington Texas 76017 Phone&Email: 817-614-2011; rbforman@arborsdev.com Authorized Signatory, Title: Robert B. Forman Project Name and Brief Seven Oaks Addition- Phase 1 Description: Project Location: Oak Grove Road south of FM 1187 Plat Case Number: FP-14-066 Plat Name: Mapsco: Council District: 6 City Project Number: 02517 CFA Number: 2015-096 DOE Number: 7396 To be completed by ff Received by: D Date: City of Fort Worth,Texas B Standard Community Facilities Agreement ®�F�Ci��@.���®�® CFA Official Release Date: 07.30.2015 Page 1 of 11 CITY SECRETARY FT, WORTH,TX STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, Seven Oaks-FW, Ltd , ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as Seven Oaks Addition-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 Developer's contractor(s) City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 2 of 11 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) M', Paving (B) ®', Storm Drain (B-1) FA, Street Lights & Signs (C) ❑X . 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 1I, 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 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 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. 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: Seven Oaks Addition-Phase 1 CFA No.: 2015-096 DOE No.: 7396 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 $ 586,383.50 2.Sewer Construction $ 260,656.50 Water and Sewer Construction Total $ 847,040.00 B. TPW Construction 1.Street $ 628,293.50 2.Storm Drain $ 105,887.00 3.Street Lights Installed by Developer $ 86,178.00 4. Signals $ 2,205.00 TPW Construction Cost Total $ 822,563.50 Total Construction Cost(excluding the fees): $ 1,669,603.50 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 16,940.80 D. Water/Sewer Material Testing Fee(2%) $ 16,940.80 Sub-Total for Water Construction Fees $ 33,881.60 E. TPW Inspection Fee(4%) $ 29,367.22 F. TPW Material Testing(2%) $ 14,683.61 G. Street Light Inspsection Cost $ 3,447.12 H. Signals Inspection Cost $ 88.20 H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 47,586.15 Total Construction Fees: $ 81,467.75 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 1,669,603.50 Completion Agreement=100%/Holds Plat $ 1,669,603.50 x Cash Escrow Water/Sanitary Sewer=125% $ 1,058,800.00 Cash Escrow Paving/Storm Drain=125% $ 1,028,204.38 Letter of Credit=125%w/2yr expiration period $ 2,087,004.38 City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 8 of 8 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 Seven Oaks-FW,Ltd By It's General Partner Arbors Development,LLC Jesus J. Chapa Assistant City Manager Date: -?—8" [r Recommended by: n Name: ,,��� rman Title: a agNn`g�artner r �F Date: Wendy Chi-Babulal, EMBA, :E. 4VDevelopment Engineering Manager ATTEST: (Only if required by Developer) Water Department Signature Dougla . Wiersig, P.E. Name: Director Transportation &Public Works Department Approved as to Form & Legality: P %0 012a , ����� ((�� ATTEST: nn-W8 M �4- � � �`�c Assistant City Attorney M&C No. N/l4 Date: S1711le Mary J. lr� I City Sec etl Fosw�. �2 9 5 Com++�•�b•• : rJ j�¢. City of Fort Worth, Texas Standard Community Facilities Agreement Ad CFA Official Release Date: 07.30.2015 Page 9 of 9 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 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. 02517 None City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 11 of 11 - ,oe'uilding Block , Child 13,4 o er" •- "r a 4' 4_ ecy, Oak r.rcw Church 'Ile aa -- - - -- - I K. 4UU I N -. ROBERT L. WOOD N ETUX MARGARET V L. 011501, PG. 1530 D.R.T.C.T. ii S i 12 13 ( 14I ,5 16 1/ GRAPHIC SCALE 1"=200' 10 _ — _ 609 100 0 100 200 I-BELV ERDE 32� r ADD. — — 565 — — e - Io 2 31 11 OAK GROVE 3 30 v YY WATER LINE — BAPTIST CHURCH ROBERT C.GUY a O D205116039 VOL.2029.PG.502, I D207268004 D.R.T.C.T. I I 4 2s `^ S D.R.T.C.T. T.C.T. FIRE HYDRANT r/) S 28 O 4 i a —27 I I 16_ UJI 3 _2— JI O 2 _ e zs 811 WATER I 9 24 0 3OIRBI OO DR 7t1 zUIII I, i�Qii iI(IF_ 13 LLILIJ r 2 ,if `— - i W 1 i w i 12 2 a — —O�►III I L 10W3 3 ¢ 00 4 4 19 4 ° a 'as a PRVATE OPEN B SPACE° rIr � 17 — --i 11 rF — — K7 — — —F— - T — -I - -I 2 3 4 S a 7 a 9 O 2 3 4 a I L ( 7 I 8 I 1 7 10 EXHIBIT A - 1 CECIL JAMES&KAREN WATER ELIZABETH BEDFORD DOC.NO.D203334612 D.R,T.C.T. SEVEN OAKS PHASE ONE CivilSolutions Inc Engineers Surveyors Planners P.O. Box 100247, Fort Worth,Texas,76185 (817)423-0060 (817)346-0520 Fax Texas Registered Engineering Firm F-7997 JULY 2015 Texas Licensed Surveying Firm 100062-00 r. - I-- 1�_nna — — LEY Rp• (FM 1187) N E REN�pN.CR®W S WgTER LINE GRAPHIC SCALE 1"=200' 16f� oo�=� 100 0 100 200 OryU OFYO^•O' r ? $„ W — WATER LINE TR. 44C2 NORMAN & MARGIE NELL LOT 1, BLK 1 ROBINSON I'ED20415 ESTATES D204157371 _ FIRE HYDRANT VOL. 7704, PG. 1477 D.R.T.C.T. D.R.T.C.T. DDI I TIMOTHY MENIKOS W V L. 014958, PG. OC Z) TR. 40DIA ROBERT L. WOOD ETUX MARGARET V L. 011501, PG. 15� D.R.T.C.T. LOT 2R, BLK 1 ANOTHER TUCKER ADD. CAB. B. SLD. 2565 P.R.T.C.T. to LOT 1R, BLK 1 ANOTHERTUCKER ADD. CAB, B, SLD. 2565 P.R.T.C.T. T I i I I I OAK GROVE BAPTIST CHURCH D205116039 O D2D7268004 ^ D.R.T.C.T. ' LOT 2R, BLK 1 V J ANOTHERTUCKER ADD. CAB. B, SLD. 2565 Q P.R.T.C.T. O W �O�/ 1..f. V EXHIBIT A Y QI OFF-SITE WATER I elf g=1 i 1 W► 2 J SEVEN OAKSo , Qi PHASE ONE civilSoAutions Inc Engineers Surveyors Planners P.O. Box 100247, Fort Worth,Texas,76185 JULY 2015 (817)423-0060 (817)346-0520 Fax Texas Registered Engineering Firm F-7997 Texas Licensed Surveying Firm 100062-00 00 42 43 DAP-BID PROPOSAL Page I of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM SEVEN OAKS ADDITION, PHASE ONE UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No. Description Section No. I Measure Quantity Unit Price Bid Value UNIT I:WATER IMPROVEMENTS 1 3311.0001 Ductile Iron Water Fittings with Restraint 33 11 11 Tons 5 $5,000.00 $25,000.00 2 3311.0161 6"PVC Water Pipe 33 11 12 LF 80 $18.00 $1,440.00 3 2611.02418"PVC Water Pipe 3311 10 LF 4175 $19.00 $79,325.00 33 11 12 4 3311.0561 16"PVC C905 Water Pipe 3311 12 LF 3130 $71.00 $222 230.00 5 3312.0001 Fire Hydrant 33 11 12 40 Ea 4 $2,600.00 $10,400.00 6 3312.0106 Connection to Existing 16"Water Line 33 12 40 Ea 1 $1,750.00 $1,750.00 7 3312.2003 1"Water Service 33 12 10 Ea 66 $590.00 $38,940.00 8 3312.1002 Combination Air Valve Assembly for Water 33 12 30 Ea 1 $10,000.00 $10,000.00 9 3312.3002 6"Gate Valve 33 12 20 Ea 4 $680.00 $2,720.00 10 3312.3003 8"Gate Valve 331220 Ea 18 $1,100.00 $19,800.00 11 3312.3006 16"Gate Valve with Vault 33 12 20 Ea 4 $14,500.00 $58,000.00 12 3312.6002 Blow-off 33 12 60 Ea 2 $8,500.00 _$17,000,001. 13 3201.0111 4'Wide Asphalt Pavement Repair(D520) 3201 17 Sly, 900 $78.00 $70,200,00 14 9999.0001Aut6matic Flush Valve Ea 1 $4,400.00 $4,400.00 15 3305.0109 Utility Trench Excavation,Embedment, and Backfill 33 05 10 LF 2900 $0.10 $290.00 16 3305.0116 Concrete Encasement for 11 Utility Pipes 33 05 16 CY 22 $243.00 „$5,346.00 17 9999.0003 12"Rock Rubble Rip-Rap per detail SY 190 $55.00 $10,450.00 18 9999.0005 Pressure/Sterilization Testing LF 7385 $0.50 $3,692.50 19 9999.0006 Exploratory Excavation Ea 6 $900.00 $5,400.00 TOTAL UNIT I:WATER IMPROVULENTS1 $586,383.50 CITY OF FORT WORTH Seven Oaks-Phase One STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS City Project No. Form Version April 2,2014 00 42 43 Final Bid Proposal with prices_DAP.As pGR vm�� n6�m N Z EXIST 1l5" SEW R OAK GROV ROAD SOUT i a sots 0240 GRAPHIC SCALE 1"=300' N zr Y 8��GE V NE DR " Vin£ > "g c,� 150 0 150 300 (�vn s ®• B R1 C A T R R E D $ , SS - GRAVITY SEWER LINE • Y - O$ - SS MANHOLE C DA N LLD a Y ' a s a = r � �— l� I EMORY��K QRI� .L J Im=® T- -F -F T- I— T .T -T —T —1 —I— (—T T Ir e raJ r� lui . IwoiNi - lalalml lolvl . I r o {- + { -} —� 4 —11—ir-Ir—®Lr � �m — —I I m1 I I g I C I LITTLE BLUESTEM DR --1 � - J--- — �o� _ J>►_ - J i = s r = � u Q _ dJ>1 CbP\k0L' ol _ J I– s I = -];OF - -r N J°�! w J—®�T- T J + I– — a JAI = I Jrnr - J a J I- - -I � Iw � = 1 � � n _ 1 'BELVE�RDE DR r� / _ T -r T T_ J N - m — — — — — — — — — — — EXIST 27" SEWER EXHIBIT A-2fl SANITARY SEWER CivilSolutions Inc Engineers Surveyors Planners SEVEN OAKS P.O. Box 100247, Fort Worth,Texas,76185 PHASE ONE (Texa 423-0060 (817)346-0520 Firm F- Fax Texas Registered Engineering Firm F-7997 Texas Licensed Surveying Firm 100062-00 JULY 2015 —j - - -. 1 Z—nne. 00 42 43 DAP-BID PROPOSAL Page 2 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM SEVEN OAKS ADDITION, PHASE ONE UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No. Description Section No. IMeasure Quantity Unit Price Bid Value UNIT II:SANITARY SEWER IMPROVEMENTS 20 3301.0002 Post-CC TV Inspection 3301 31 LF 4225 $1.50 $6,337.50 21 3301.0101 Manhole Vacum Testing 33,01 30 Ea 17 $200.00 $3,400.00 22 3305.0109 Utility Trench Excavation, Embedment,and and Backfill 33 05 10 LF 4225 $1.00 $4 225.00 23 3331.3101 4"Sewer Pipe(Services) 3331 50 LF 66 „ $525.00 $34,650.00 24 3331.4115 8"Sewer Pipe 3311 10 LF 3316 $25.00 $82,900.00 3331 12 3331 20 25 3331.4116 8"Sewer Pipe,CSS Backfill 3311 10 LF 80 $46.00 $3 680.00 3331 12 3331 20 26 3331.4201 10"Sewer Pipe 3311 10 LF 904 $31.00 $28,024.00 . 3331 12 3331 20 27 3331.4202 10"Sewer Pipe,CSS Backfill 3311 10 LF 20 $52.00 $1,040.00 33 31 12 3331 20 28 3339.1001 4'Manhole 33 39 10 Ea 14 $3,000.00 $42,000.00 29 3339.1003 4'Extra Depth Manhole 313,3910 VF 50 $230.00 $11,500.00 33 39 20 303339.1101 5'Manhole 33 39 20 Ea 2 $6 300,00 t $12,600.00 31 3339.1103 Extra Depth Manhole 33 39 10 VF 20 $300.00 $6,0Q0,00- 333920 6,000.00333920 32 3339.1002 4'Dia Drop Manhole 33 39 10 Ea 1 $4,315.00 $4,315.00 33 39 20 33 3339.0001 Epoxy Manhole Liner 33 39 60 VF 80 $197.00 $15,760.00 - _ _. 34 3305.0109 Trench Safety 33 05 10 4225 $1.00 $4 225.00 TOTAL UNIT Ik SANITARY SEWER IMPROVEMENTS1 $260,656.50 CITY OF FORT WORTH Seven Oaks-Phase One STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS City Project No. Form Version April 2,2014 00 42 43 Final Bid Proposal with prices_DAP.xis !� N I I ++ I 12 13 is 16 S I I � GRAPHIC SCALE 1"=200' 1 10 r — 100 0 100 200 BELV i2D 1 32 1. �1 2 3. SI Ol 01 I ° o, I 4 29 I _J ° I ° ° Q I Z OI27 4 �I 1 ° __ __ 3 1.i.w 7 21 2 vl C71 1 i i ARBOR OAKS DR p 2A l I - — -- -il Q 10 +12 Li.I I + 8 1 I i ++ Y l 2 I 12 2 7 —z: 2 W I 13 3 +o a/I 3 j ° - - - -- 20 O 3 _jI 1" 4 4 ° I 14 i4 zI ° ° I MAT ° I I ,H B I1 a 0M SPACE t° — II J - -- - -- A K R-- - 1 2 3 4 H H 7 H o I I 2 3 4 ° S 7 a 10 — 6" CONCRETE EXHIBIT B PAVING — 4' REINFORCED CONC. SIDEWALK SEVEN OAKS CivilSolutions Inc PHASE ONE Engineers Surveyors Planners P.O. Box 100247, Fort Worth,Texas,76185 (817)423-0060 (817)346-0520 Fax Texas Registered Engineering Firm F-7997 OCTOBER 2014 Texas Licensed Surveying Firm 100062-00 00 42 43 DAP-BID PROPOSAL Page 4 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM SEVEN OAKS ADDITION, PHASE ONE UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No. Description Section No. I Measure Quantity Unit Price Bid Value UNIT IV: PAVING IMPROVEMENTS 45 3123.0101 Unclassified Excavation by Plan 31 2316 CY 13000 46 3125.0101 SWPPP>/-1 Acre 31 2500 LS 1 $1,000.00 $1,000.00 47 3211.0004 Hydrated Lime 3211 29 Ton 230 $167.00 $38,410.00 48 3211.0501 6"Lime Treatment 3211 29 SY 14000 _ $3.00 $42.000,00 49 3212.0302 2"HMAC Surface(Type D) 32 12 15 SY 641 $17.00 _$110,8-97.10.0 50 3212.6501 4"HMAC Base(Type B) 32 12 16 SY 641 $35.00 $22,435.00 51 3213.0101 6"Concrete Pavement 32 13 13 SY 12850 $35.00 $449,750.00 523213.0301 4"Concrete Sidewalk 32 13 20 Ea 2400 $5.25 $12,600.00 53 3213.0501 Barrier Free Ramp 32 13 20 Ea 21 $1,350.00 $28,350.00 54 3217.0001 4"SLD Pvmt Marking HAS(W 32 17 23 LF 30 $14.25 $427.50 55 3305.0107 Manhole Adjustment Minor 33 05 14 Ea 17 $500.00 $8,500.00 56 3305.0111 Valve Box Adjustment 33 05 14 Ea 22 $100.00 $2,200.00 57 3471.0001 Traffic Control 3471 13 Mo 6 $1,465.00 r $8,790.00 58 9999.0004 End of Road Barricade LF 70 $28.00 $1 960.00 59 3441.4004 Furnish/Install Alum Sign Ex. Pole Mount 34 41 30 Ea 3 $250.00 $750. 00 60 3217.2103 Type 1.II-A-A 4"Raised Pavement Marker Ea 8 $28.00 _.$224.00 TOTAL UNIT IV: PAVING IMPROVEMENTS1 $628,293.50 CITY OF FORT WORTH Seven Oaks-Phase One STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS City Project No. Form Version April 2,2014 00 42 43-Final Bid Proposal with prices_DAP.xIs IK. 4UUTA ROBERT L. WOOD ETUX MARGARET ' V L. 011501, PG. 1530 D.R.T.C.T. F——f —7- 12 12 73I 14 S I 75 I i6 _ GRAPHIC SCALE 1"=200' 10 — C 100 0 100 200 iBEL� 1 X0.4_ 32 Q C 8 ADD. �A 1� ' , NW" 565 p V T I I Q 2 —31— z 7 ^ a 30 OAK GROVE O BAPTIST CHURCH ROBERT C.GUY D205116039 VOL. 2029,ac.soz, I a QI I �/ D207268004 D.R.T.C.T. 4 29 U) D.R.T.C.T. C) a 4 28 YI — — Elf w a —zt I I 3 QI I i 7 26 I I — O 2 V I e —25 I I _ V I 1 9 24Ile I I ARBOR OAKS DR 1a O ( U 23I I .— �_ 12 �, , , e 11 I 2 w 7 21 2 LU w 10 ) I ,S Z( S a 20 a 51 I a - - ( _ r I 4 ° W I I 4 UJ 4 a 15 z 1 I a aMVA'M I I 18 F I R I a I a 7 =I I SPACE I (( 18 _ _ — 17 - - - - - 1 2 3 4 a a 7 8 O 1 2 3 4 a I 07 I Z I e 7 10 -J T--L� EXHIBIT B-1 CECIL JAMES k KAREN ELIZABETH BEDFORD DORD.003334612 STORM DRAIN DOC N SEVEN OAKS PHASE I CiViISolutions Inc Engineers Surveyors Planners P.O. Box 100247, Fort Worth,Texas,76185 (817)423-0060 (817)346-0520 Fax Texas Registered Engineering Firm F-7997 OCTOBER 2014 Texas Licensed Surveying Firm 100062-00 00 42 43 DAP-BID PROPOSAL Page 3 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM SEVEN OAKS ADDITION, PHASE ONE UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No. Description Section No. I Measure Quantity Unit Price Bid Value UNIT III: DRAINAGE IMPROVEMENTS 35 3341.0103 18"RCP,Class 111 3341 10 LF 95 $49.00 $4,655.00 36 3341.0201 21"RCP,Class 111 3341 10 LF 196 $55.00 $10,780.00 37 3441.0302 30"RCP, Class 111 33 41 10 LF 280 $85.00 $23,800.00 38 3341.0309 36"RCP,Class 111 3341 10 LF 272 $107.00 $29 104.00 39 3349.0001 4'Storm Junction Box 33 39 10 Ea 2 $2,300-00 $4,600.00 40 3349.5001 10'Curb Inlet 33 49 20 Ea 2 $3,700.00 $7,400,00 41 3349.5003 20'Curb Inlet 33 49 20 Ea 2 $5,900.00 $11,800.00 42 9999.0002 Sloping Concrete Headwall 33 49 20 Ea 2 $5,300,00 $10,600.00 43 9999.0004 Sloping Concrete Headwall in Oak Grove 33 49 20 Ea 2 $1,200.00 $2,400.00 44 3305.0109 Trench Safety 33 05 10 LF 748 $1.00 $748.00 ...._._ TOTAL UNIT III: DRAINAGE IMPROVEMENTS1 $105,887.00 CITY OF FORT WORTH Seven Oaks-Phase One STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS City Project No. Form Version April 2,2014 00 42 43 Final Bid Proposal with prices_DARxIs N — T ,3 S12 73 t< .., 16 -- -- GRAPHIC SCALE 1"=200' 10 A- 100 0 100 200 1 iBELV RCL ,'N �- 2 3i 4 29 0 21 I O 4Zi � Y !Of Ii a \ Q� , i 2 25 LJ) ' 'Ile I ARBOR OAKS DR_ _moi I ! ° 2< — — a , � 12 ( I11 12 2 7 2 Z j a I ,o �� I s ,a° -- — — — � © 3 4 9 Lfi l ! 4 14 W 9 a a Lfil I PRIVATEOPEN 1a to .QI SPACE J I 1° - - - ° 7 - - - AR E L-O- K D II 1 2 3 4 a ° 7 S 9 9 1 2 S 4 ° 6 7 ., . EXHIBIT C E+- STREET LIGHT STREET LIGHTS SEVEN OAKS PHASE ONE CivilSolutions Inc Engineers Surveyors Planners P.O. Box 100247, Fort Worth,Texas,76185 (817)423-0060 (817)346-0520 Fax JULY 2014 Texas Registered Engineering Firm F-7997 Texas Licensed Surveying Firm 100062-00 00 42 43 DAP-BID PROPOSAL Page 5 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM SEVEN OAKS ADDITION, PHASE ONE UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value UNIT V:STREET LIGHTING IMPROVEMENTS 61 3441.1401 No 4 Triplex OH Insulated Elect Condr 3441 10 LF 50 $2.50 $125.00 _......... 62 3441.1501 ground Box,type B 3441 10 Ea 4 $740.00 $2,960.00 63 3441.3002 Rdwy Ilium Assembly TY 8, 11, D-25,and D-30 34 41 20 Ea 17 $1,900,00 „$32 300 00 64 3441.3323 Furnish/Install 8'Wood Light Poe Arm 3441 20 Ea 2 $1,550.00 $3,100.00 65 3441.3301 Roadway Ilium. Foundation TY 1,2,and 4 3441 20 Ea 17 $1,200.00 $20,400.00 66 3441.3401 6-6-6 Triplex Alum Elec.Conductor 3441 20 LF 2228 $2.25 $5,013.00 67 2605.3016 2"Schedule 80 Conduit 26 05 33 LF 2228 $10.00 $22,280.00 _._. ....... TOTAL UNIT V:STREET LIGHTING IMPROVEMENTS $86,178.00 CITY OF FORT WORTH Seven Oaks-Phase One STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS City Project No. Form Version April 2,2014 0042 43—Final Bid Proposal with prices_DAP.xls N S GRAPHIC SCALE 1"=200' ,o 100 0 100 200 ELV ROS LAN _ 2 7 if3 ry O 0 ' rT �! 4 a J V 1 ' � Q a Oi! Oj a LLJ7 O 2 uwf -- : 1 tf._... 1 ARBOR OAKS DR a - o _ O ,o N Jj it ?Y 2 WI W I 7 Z s s ,o F s 13 a - j 0 3 N a ! 4 14 fit PIUM is OPEN SPACE _ AR E O KDR - ------- 1 2 3 4 a 0 7 0 9 © 2 3 4 a .. 10 EXHIBIT C-1 STREET SIGNS + — STREET NAME SIGN SEVEN OAKS PHASE ONE CivilSolutions Inc Engineers Surveyors Planners P.O. Box 100247, Fort Worth,Texas,76185 (817)423-0060 (817)346-0520 Fax JULY 2014 Texas Registered Engineering Firm F-7997 Texas Licensed Surveying Firm 100062-00