Loading...
HomeMy WebLinkAboutContract 48281 CITY SECRETARY CONTRACT NO. 96 11 Developer and Project Information Cover Sheet: Governmental Entity/ISD Name: Fort Worth Independent School District Address, State, Zip Code: 100 N. University Dr, Fort Worth, TX 76107 Phone&Email: 817-814-2000 Authorized Signatory, Title: Dr.Kent Schribner, Superintendent Project Name and Brief Van Zandt-Guinn Elementary Description: Project Location: 501 Missouri Ave,Fort Worth,TX 76104 Plat Case Number: FS-15-253 Plat Name: Alford and Veal's Addition Mapsco: 77F Council District: 8 City Project Number: 100310 CFA Number: 2016-028 DOE Number: <DOE#> To be completed by Received by: _ Date: ,Y dCS �� 2016 �F FF1ClAL RECDRC C971 y SECRETARY City of Fort Worth,Texas Governmental Entity/ISD Community Facilities Agreement F Ili WO,r d'liv 11y" CFA Official Release Date: 07.30.2015 = --- — --- - Page 1 of 11 GOVERNMENTAL ENTITY/ISD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, the undersigned Governmental Entity ("Developer") desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as Van Zandt- Guinn Elementary ("Project") within the City 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 Improvements and 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 or by providing written certification from the Developer's Chief Financial Officer (or equivalent position regardless of title) that the Developer (governmental entity) has appropriated sufficient funds to pay its contractor for all work to be performed under this Agreement. Developer recognizes that there shall be no reduction in the any financial security held by the City until the Project has been City of Fort Worth,Texas Governmental Entity/ISD Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 2 of 11 completed and the City has officially accepted the Improvements. Developer further acknowledges that the said acceptance process requires the Developer's contractor(s) to submit an affidavit of bills paid signed by its contractor and consent of surety signed by its surety to ensure the contractor has paid any sub-contractors and suppliers in full. Additionally, the contractor must also provide in writing that the contractor has been paid in full by Developer for all the services provided under their 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) M, Street Lights & Signs (C). E. If there is City financial participation in the Project, the Developer shall award all contracts for the construction of the Improvements in accordance with Section II, paragraph 7 of the Policy, subject to any limitations in Texas Local Government Code Chapter 212, Subchapter, or under statutes governing Developer's award of public works contracts. The contracts for the construction of the public infrastructure shall be administered in conformance with paragraph 8, Section II, of the Policy. 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 streets and/or to perform water/waste water 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 Improvements, and a maintenance bond in the name of the City for one hundred percent (100%) of the contract price of the Improvements valid for a period of two (2) years from the date of final acceptance insuring the maintenance and repair of the constructed infrastructure during the term of the maintenance bond. All bonds to be City of Fort Worth,Texas Governmental Entity/ISD Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 3 of 11 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 at least 48 howl' 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 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, 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 contemplated herein. I. City shall not be responsible for any costs that may be incurred by Developer in the relocation of any utilities that are or may be in conflict with any of the community facilities to be installed hereunder. City of Fort Worth,Texas Governmental Entity/ISD Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 4 of 11 J. Developer hereby releases and agrees to indemnify, defend and hold the City harmless for any inadequacies in the preliminary plans, specifications and cost estimates supplied by the Developer for this Agreement. K. Developer agrees to provide, at its expense, all necessary rights of way and easements across property owned by Developer and required for the construction of the current and future improvements provided for by this Agreement. L. The Developer further covenants and agrees to, and by these presents does hereby, fully indemnify, hold harmless and defend the City, its officers, agents and employees from all suits, actions or claims of any character, whether real or asserted, brought for or on account of any injuries or damages sustained by any persons (including death) or to any property, resulting from or in connection with the construction, design, performance or completion of any work to be performed by said Developer, his 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, his contractors, sub-contractors, officers, agents or employees, whether or not such injuries, death or damages are caused, in whole or in part, by the alleged negligence of the City of Fort Worth, its officers, servants, or employees. M. Developer will further require its contractors to indemnify, defend and hold harmless the City, its officers, agents and employees from and against any and all claims, suits or causes of action of any nature whatsoever, whether real or asserted, brought for or on account of any injuries or damages to persons or property, including death, resulting from, or in any way connected with, the construction of the infrastructure contemplated herein, whether or not such injuries, death or damages are caused, in whole or in part, by the alleged negligence of the City of Fort Worth, its officers, servants, or employees. Further, Developer will require its contractors to indemnify, and hold harmless the City for any losses, damages, costs or expenses suffered by the City or caused as a result of said contractor's failure to complete the work and construct the improvements in a good and workmanlike manner, free from defects, in conformance with the Policy, and in accordance with all plans and specifications. City of Fort Worth,Texas Governmental Entity/ISD Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 5 of 11 N. Upon completion of all work associated with the construction of the Improvements, Developer will assign to the City a non-exclusive right to enforce the contracts entered into by the Developer with its contractor along with an assignment of all warranties given by the contractor, whether express or implied. Further, Developer agrees that all contracts with any contractor shall include provisions granting to the City the right to enforce such contracts as an express intended third party beneficiary of such contracts. O. Inspection and material testing fees are required as follows: i. Developer shall pay in cash water and wastewater inspection fees and material testing fees equal to two percent (2%) for a total of 4% of the developer's share of the total construction cost as stated in the construction contract. ii. Developer shall pay in cash paving and storm drain inspection fees equal to four percent (4%) and material testing fees equal to two percent (2%) for a total of 6% of the developer's share of the total construction cost as stated in the construction contract. iii. Developer shall pay in cash the total cost of streetlights or if the city is not installing the streetlights, inspection fees equal to four percent (4%) of the developer's share of the streetlight construction cost as stated in the construction contract. iv. Developer shall pay in cash the total cost of street signs. P. COMPLETION WITHIN 2 YEARS i. Developer shall complete the Improvements within two (2) years, provided, however, if construction of the Improvements has started within the two year period, the developer may request that the CFA be extended for one additional year. ii. Nothing contained herein is intended to limit the Developer's obligations under the Policy, this Agreement, its financial guarantee, its agreement with its contractor or other related agreements. iii. The City may utilize the Developer's financial guarantee submitted for this Agreement to cause the completion of the construction of the Improvements if at the end of two (2) years from the date of this Agreement (and any extension period) the Improvements have not been completed and accepted. iv. The City may utilize the Developer's financial guarantee to cause the completion of the construction of the Improvements or to cause the payment of costs for construction of same before the expiration of two (2) years if the Developer breaches this Agreement, City of Fort Worth,Texas Governmental Entity/ISD Community Facilities Agreement CFA Official Release Date:07.30.2015 Page 6 of 11 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 Governmental Entity/ISD Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 7 of 11 Cost Summary Sheet Project Name: Van Zandt Guinn Elemenatry CFA No.: 2016-028 DOE No.: 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 $ 37,230.00 2.Sewer Construction $ 9,605.00 Water and Sewer Construction Total $ 46,835.00 B. TPW Construction 1.Street $ 96,372.00 2.Storm Drain $ 26,665.00 3.Street Lights Installed by Developer $ 191,103.64 TPW Construction Cost Total $ 314,140.64 Total Construction Cost(excluding the fees): $ 360,975.64 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 936.70 D. Water/Sewer Material Testing Fee(2%) $ 936.70 Sub-Total for Water Construction Fees $ 1,873.40 E. TPW Inspection Fee(4%) $ 4,921.48 F. TPW Material Testing(2%) $ 2,460.74 G. Street Light Inspsection Cost $ 7,644.15 H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 15,026.37 Total Construction Fees: $ 16,899.77 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 360,975.64 Completion Agreement=100%/Holds Plat $ 360,975.64 Cash Escrow Water/Sanitary Sewer=125% $ 58,543.75 Cash Escrow Paving/Storm Drain=125% $ 392,675.80 Letter of Credit=125%w/2yr expiration period $ 451,219.55 Statement of Appropriated Fundin For Governmental Entit /JSDs ONLY x City of Fort Worth,Texas Governmental Entity/ISD Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 8 of 11 ACCORDINGLY,the City of Fort Worth and Developer have each caused this instrument to be executed in quadruplicate in each entity's respective name by its duly authorized signatories effective as of the date executed by the City's City Manager or his/her designee. CITY OF FORT WORTH DEVELOPER 2 Jesus J. Chapa Name: Dr. en S ribner Assistant City Manager Title: Sudent Date: l�j " Z �4— )4e— perint Date: �Z, 6 Recommended by: ATTEST: (Only if required by Developer) 6�j-- &I & Wendy Chi-94bulal, EMBA, P.E. / Signature Development Engineering Manager Name: Water Department }� Douj s 1 iersig, P.E. Dire Transportation &Public Works Department Approved as to Form &Legali)7: ATTEST: Richard A. McCracken ary J. ay e Assistant City Attorney City Se cr ry �' �IA oee�,�e� ® °o M&C No. Wig° o Date: toIizhtc 0 � s 6 _ Foc+.. 1295: nl/►4 $ ° °� ° ., 4 i City of Fort Worth,Texas OFFICIAL RECORD Governmental Entity/ISD Community Facilities Agreement CFA Official Release Date: 07.30.2015 CITY SECRETARY Page 9 of 11 FT NORTH, TX Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment Attachment 1 - Changes to Standard Community Facilities Agreement Location Map Exhibit A: Water Improvments ® Water Cost Estimate Exhibit A-1: Sewer Improvements ® Sewer Cost Estimate Exhibit B: Paving Improvements FA 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 Governmental Entity/ISD Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 10 of 11 ATTACHMENT"1" Changes to Standard Agreement Governmental Entity/ISD Community Facilities Agreement City Project No. <City Project#> None City of Fort Worth,Texas Governmental Entity/ISD Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 11 of 11 s' NUT IS �� rr _. [–i r'l I: -Is P., ',gip_ E P�eraid*g3 •�� PROJECT LOCATION tri — rx = M' 2i eta T'` to 4 Uel 7 =L' C t5 psG;,p'�,C rV) _ E lkclfl:a Sl . E Hatte ST ECannazz St Gt r W'--eilda Sl _ - F 1=Nada St LOCATION MAP N.T.S. MAPSCO NO. 77-F COUNCIL DISTRICT 8 00 42 43 DAP-BID PROPOSAL Page I of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Specification Section Unit of Bid No Description No. Measure Quantity Unit Price Bid Value UNIT I:WATER IMPROVEMENTS 1. 3305.0110 Utility Markers 33 05 26 LS 1 $ 600.00 $ 600.00 2. 3305.0109 Trench Safety 33 05 10 LF 96 $ 10.00 $ 960.00 3. 3311.0001 Ductile Iron Water Fittings w/Restraint 3311 11 TON 0.25 $ 7,500.00 $ 1,875.00 4. 3311.0061 4"PVC Water Pipe 3311 12 LF 42 $ 35.00 $ 1,470.00 5. 3311.0161 6"PVC Water Pipe 3311 12 LF 54 $ 40.00 $ 2,160.00 6. 3312.0001 Fire Hydrant 33 12 40 EA 1 $ 2,890.00 $ 2,890.00 7. 3312.0117 Connection to Existing 4"-12"Water Main 33 12 25 EA 1 $ 2,100.00 $ 2,100.00 8. 3312.2203 2"Water Service 33 12 11 EA 1 $ 2,975.00 $ 2,975.00 9. 3312.2801 3"Water Meter and Vault 33 12 11 EA 1 $ 15,000.00 $ 15,000.00 10. 3312.3002 6"Gate Valve 33 12 20 EA NA1 NA1 NA 11. 3312.4106 12"x 6"Tapping Sleeve&Valve 33 12 25 EA 2 $ 3,600.001 $ 7,200.00 TOTAL UNIT I:WATER IMPROVEMENTS $ 37,230.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Van Zandt-Guinn Elementary School Form Version April 2,2014 City Project No.100310 00 42 43 DAP-BID PROPOSAL Page 2 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Section Unit of Bid No. Description No. Measure Quantity Unit Price Bid Value UNIT II:SANITARY SEWER IMPROVEMENTS 12. 3339.1001 4' Manhole 33 39 10 EA 1 $ 2,850.00 $ 2,850.00 13. 3301.0002 Post-CCN Inspection 3301 31 LF 21 $ 5.00 $ 105.00 14. 3301.0101 Manhole Vacuum Testing 3301 30 EA 1 $ 400.00 $ 400.00 15. 3305.0109 Trench Safety 33 05 10 LF 21 $ 10.00 $ 210.00 16, 3331.4108 6"Sewer Pipe 33 11 10,33 31 12, LF 21 $ 40.00 $ 840.00 17. 3339.1003 4'Extra Depth Manhole 33 39 10,33 39 20 VF 2 $ 200.001 $ 400.00 18. 9999.0001 Connect to existing 8"Sewer Pipe 9999.0001 EA 1 $ 2,000.00 $ 2,000.00 19. 9999.0002 Replace Sewer Manhole Cone 9999.0002 EA 1 $ 2,800.00 $ 2,800.00 TOTAL UNIT II:SANITARY SEWER IMPROVEMENTS $ 9,605.00 CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Van Zandt-Guinn Elementary School Form Version April 2,2014 City Project No_100310 00 42 43 DAP-BID PROPOSAL Page 3 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Section Unit of Bid No. Description No. Measure Quantity Unit Price Bid Value UNIT III: DRAINAGE IMPROVEMENTS 20. 0330.0001 Concrete Encase Sewer Pipe 1033000 1 LF 1 10 $ 160.001 $ 1,600.00 21. 3305.0109 Trench Safety 33 05 10 LF 189 $ 10.00 $ 1,890.00 22. 3341.0206 24"RCP,Class IV 3341 10 LF 189 $ 75.00 $ 14,175.00 23. 3349.0001 4'Storm Junction Box 33 49 10 EA 2 $ 4,500.00 $ 9,000.00 TOTAL UNIT III:DRAINAGE IMPROVEMENTS $ 26,665.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Van Zandt-Guinn Elementary School Form Version April 2,2014 City Project No.100310 0104243 DAP-BID PROPOSAL Page 4 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Section Unit of Bid No. Description No. Measure Quantity Unit Price Bid Value UNIT IV:PAVING IMPROVEMENTS 24. 0241.1100 Remove Asphalt Pvmt 0241 15 SY 342 $ 20.00 $ 6,840.00 25. 0241.0100 Remove Sidewalk 0241 13 SF 4640 $ 2.50 $ 11,600.00 26. 0241.1300 Remove Conc Curb&Gutter 0241 15 LF 315 $ 13.00 $ 4,095.00 27, 3201.0400 Temporary Asphalt Paving Repair 3201 18 LF 342 $ 40.00 $ 13,680.00 28. 3211.0400 Hydrated Lime 3211 29 TN NA NA NA 29. 3211.0501 6"Lime Treatment 32 11 29 SY NA NA NA 30. 3213.0302 5"Conc Sidewalk 32 13 20 SF 4632 $ 5.00 $ 23,160.00 31. 3213.0401 6"Concrete Driveway 32 13 20 SY 334 $ 35.50 $ 11,857.00 32. 3213.0503 Barrier Free Ramp,Type M-1 32 13 20 EA 2 $ 600.00 $ 1,200.00 33. 3213.0509 Barrier Free Ramp,Type C-2 32 13 20 EA 2 $ 600.00 $ 1,200.00 34. 9999.0002 New Conc Curb&Gutter 9999.0002 LF 448 $ 25.001 $ 11,200.00 35. 9999.0003 4'Curbed Flume 9999.0003 LF 44 $ 35.00 $ 1,540.00 36. 9999.0004 Diamond Plate Flume Crossing 9999.0004 EA 5 $ 2,000.001 $ 10,000.00 TOTAL UNIT IV:PAVING IMPROVEMENTS $ 96,372.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Van Zandt-Guinn Elementary School Form Version April 2,2014 City Project No.100310 00 42 43 DAP-BID PROPOSAL Page 5 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Specification Section Unit of Bid No. Description No. Measure Quantity Unit Price Bid Value UNIT V:TRANSPORTATION IMPROVEMENTS 37, 3441.4003 Furnish/install Alum Sign Ground Mount City 34 41 30 EA 2 $ 650.00 $ 1,300.00 38, 3441.4108 Remove Sign Panel and Post 3341 30 EA 7 $ 200.00 $ 1,400.00 39. 3471.0001 Traffic Control 3471 13 MO 7 $ 1,360.00 $ 9,520.00 TOTAL UNIT V:TRAFFIC SIGNAL IMPROVEMENTS $ 12,220.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUIVfENiS-DEVELOPER AWARDED PROJECTS Van Zmdt-Guinn Elementary School Form Version April 2,2014 City Project No.100310 00 42 43 DAP-BID PROPOSAL Page 6 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Section Unit of Bid No. Description No. Measure Quantity Unit Price Bid Value UNIT VI:ELECTRICAL IMPROVEMENTS 40. 2605.3012 2"CONDT PVC SCH 80(B) 26 05 33 LF 1537 $ 13.50 $ 20,749.50 41. 3441.1410 NO 10 INSULATED ELEC CONDR 3441 10 LF 1537 $ .0.98 $ 1,506.26 42. 3441.1408 NO 6 INUSLATED ELEC CONDR 3441 10 LF 6148 $ 1.81 $ 11,127.88 43. 2605.0111 ELEC SERV PED 26 05 00 EA 1 $ 4,000.00 $ 4,000.00 44 3441.3002 RDWY ILLUM ASSMBLY TY 8,11,D-25, 3441 20 AND D-30 EA 17 $ 6,500.00 $ 110,500.00 45. 2605.0101 ELECTRICAL FACILITES 26 05 00 LS 1 $ 22,000.00 $ 22,000.00 46. 2605.0111 FURNISH/INSTALL ELEC SERV 26 05 00 PEDESTAL EA 1 $ 4,000.00 $ 4,000.00 47. 2605.0122 INSTALL ELEC SERV POLE MNT 26 05 00 EA 1 $ 3,500.00 $ 3,500.00 48. 12605.2101 CONDUIT BOX 1260533 1 EA 1 2 $ 750.00 $ 1,500.00 TOTAL UNIT V:TRAFFIC SIGNAL IMPROVEMENTS $ 178,883.64 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Van Zandt-Guinn Elementary School Form Version April 2,2014 City Project No.100310 00 42 43 DAP-BID PROPOSAL Pale 7 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Specification Section Unit of Bid No. Description No. Measure Quantity Unit Price Bid Value Bid Summary UNIT I:WATER IMPROVEMENTS $37,230.00 UNIT II:SANITARY SEWER IMPROVEMENTS $9,605.00 UNIT III: DRAINAGE IMPROVEMENTS $26,665.00 UNIT IV: PAVING IMPROVEMENTS $96,372.00 UNIT V:TRANSPORTATION IMPROVEMENTS $12,220.00 UNIT VI:ELECTRICAL IMPROVEMENTS $178,883.64 Total Construction Bid $360,975.64 Performance and Payment Bond $6,415.00 Two Year Maintenance Bond $837.00 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 180 days calendar days after the date when the. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Van Zandt-Guinn Elementary School Form Version April 2,2014 City Project No.100310 EXISTING 6" PROPOSED PROPOSED WATER WATER LINE FIRE HYDRANT VALVE (TYP) — EXISTING EXISTING FIRE HYDRANT MISSOURI AVE. FIRE HYDRANT 6„W -- 6, — 6"W PROPOSED 2" IRRIG I N METER, AND BOX m , NEW RAWNG \ Li m c (n ` NEW BUEDINC I O \ FF�29.M I m EXISTING 6 rn WATER LINE — g K-0771 f— — — EXISTING 6" —— — —— _,_ IF I WATER LINE PROPOSED 3" WATER — EXISTING 12" METER AND VAULT WATER LINE K-0794 EXISTING ° FIRE HYDRANT ' 7�7 PROPOSED 3" .. . �. _ .._-_ - �w _, WATER LINE — KENTUCKY[g{( 7AVE`""" 66 m PROPOSED 6" WATER LINE ® EXISTING PROPOSED WATER FIRE HYDRANT VALVE (TYP) SCALE 1"=100' FEET o so 100 200 lill Hill MARCH 2016 JTHOMAS VAN ZANDT-GUINN ELEMENTARY SCHOOL ,4. EXH I BIT A 3973 W.VICKERY BLVD.,SUITE 103 PHONE-(817)732-9839 WATER IMPROVEMENTS FORT WORTH,TX 76107 FAX- (817)732.9841 REGISTRATION NO.F-9435 MJT NO.- 606.009 PROPOSE N T SCALE 1"=30' Mir VAN I MENNNEgEJ FEET 0 is 30 60 SS PROPOSED 6" PRIVATE SANITARY SEWER LINE 1. PS2 J P 7: RIM=618.91 ------- FL 8" (E)=612.0± STRUCTURE TABLE FL 8" (N)=612.0± Ss .a NO. NOTE RIM=617 I \— SEWER LINE FL 8" (S)=612 STA. 0+00-00 - SANITARY SEWER LINE 'A' (PUBLIC) X-10608 FL 4" (W)=612 KENTUCKY AVE. CONNECT TO EXISTING 8" SANITARY SEWER MANHOLE BY CORING AS DETAILED. PS1 EXISTING 8" FL (OUT)=612.00 +/- (VERIFFY) -EXISIING 9" SANna--'lA'oo �-X-173 F- 6" FL (IN)=612.17 SEWER INE o' N=6954698.9320 + CUT IN E=2332255.3500 )DITION CONCRETE FOUND STA. 0+20.46 - SANITARY SEWER LINE 'A' (PUBLIC) PIPE TABLE DITION FURNISH AND INSTALL: NO. NOTES 45) 1-STD SANITARY SEWER DOUBLE FURNISH AND INSTALL 20.46 LF OF PS2 CLEANOUT AS DETAILED. 6" FL (OUT)=612.40 ppi 6" DIA. SDR-35 PVC SANITARY SEWER PIPE N=6954698.6689 AT 1.12% INCLUDING EXCAVATION, EMBEDMENT E=2332234.8927 AND BACKFILL. COMPLETE IN PLACE MARCH 2016 TH O MAS VAN ZANDT-GUINN ELEMENTARY SCHOOL EXH I BIT Al 3973 W.VICKERY BLVD.,SUITE 103 PHONE-(817)732-9839 839 8 7 73;? FORT WORTH,TX 76107 98" WASTEWATER IMPROVEMENTS REGISTRATION NO.F-9435 MJT NO.- 606-009 1 1 PAVING LEGEND 5" THICK, 3600 PSI PORTLAND 6" HOT MIX ASPHALTIC CONCRETE 4"—TYPE 'B' )HMAC TXDOT ITEM #3MENT BARSCAT 18TEO.C.E.W. W/ 2�TYPE D' HMACDTXDODEW 340—SURFACE ID IN (2COURSE TORBEAND LAID IN (1) 2" LAYER. r 5" THICK 3600 PSI PORTLAND 12" FLEXBASE, ON SUBGRADE COMPACTED TO 95% STANDARD CEMENT 6ONCRETE WITH PROCTOR DENSITY (ASTM D 698) AT A MOISTURE CONTENT BETWEEN MONOLITHIC CURB AND GUTTER W/ OPTIMUM AND +3 PERCENTAGE POINTS ABOVE OPTIMUM. SCALE 1"=100' #3 BARS AT 18" O.C.E.W. FEET 0 so 100 200 A ORD AND VEus AODRpx e (va-dee-loa.K.a» (va-F.Fc.aae) '--"— ar 7 are ars arm ar" ar e R.O.W. ISSOURI AVE. NOTES BY SYMBOL 1•, CONSTRUCT 34.9 L.F. OF 0 CONCRETE CURB AND 30" GUTTER ( r "° 6 6 1 I CONSTRUCT 16.3 L F. OF stoR b i ' \ R.O. CONCRETE CURB AND 30" GUTTER Ff�ut zo NEW 6u�n;nc CONSTRUCT 18.9 L.F. OF LJ \ CONCRETE CURB AND 30" GUTTER m 1 \ ® CONSTRUCT 4.5 L.F. OF \ . CONCRETE CURB AND 30" GUTTER \ NEW�l� \ ' csA O NG PAINT STRIPE CONTINENTAL \ FF=629-20 n E CROSSWALK AS DETAILED. m I \ m gy © FURNISH AND INSTALL 'DO NOT ENTER SIGN. - Oj FURNISH AND INSTALL OR \ CONSTRUCT 6' WIDE DIAMOND \ PLATE CROSSING FLUME AS \ 2 DETAILED W/ 8.7 LF OF 5' WIDE CONCRETE CURBED FLUME. g FURNISH AND INSTALL OR O CONSTRUCT FLUME WITH STEEL R.O.W. PLATE COVER AS DETAILED. \ 5 4 $ 8 8 S K TUCKY A&I-1- 7 3 &Aa(4 uxxM oFror AuaT,ar sox 3 -• UN(gx O�FaPoOTPcMa4sn)Ox (vol63.Po.45) uxgn O�EaPo«rTl M.a7gx '�('w�'-aµtljg1 MO 91.aPoOarTc,Ax " an" " uN +ar (VOL63. arAo anw PG u) "MOH-420" NH:420"" 11 11 6 RMTHOMAS VAN ZANDT-GUINN ELEMENTARY SCHOOL EXHIBIT B 3973 W.VICKERY BLVD.,SUITE 103 PHONE-(617)732-9839 PAVING IMPROVEMENTS FORT WORTH,TX 76107 FAX- (817)732-9841 REGISTRATION NO.F-9435 MJT NO,- 606-009 TO BE ABANDONED rlLA r LIKUUIV / — z� O m MUNICATIONS EASEMENT I ,oz> (INST.NO.0193269729) \ m N 2 \ I a I a PARENT DROP OFF LANE d I 4 I a t STA RK a \\ I (ESI AD PA KI EXISTING CURB INLET \ PROPOSED 20'X20'OPEN PROPOSED \ T SPACE EASEMENT PRIVATE = � FL 18-=617.2± FL 18'=616.4± 24° RCP p i ST FF RK AD PA KI FL OF BOX=515.9± PIPES OFFSET, UNABLE TO GET FL .T�a PROPOSED EXISTING CURB INLET PROPOSED 13.5'X 20' UTILITY EASEMENT MANHOLE - - - - E N T U C KY AVE. EXISTING 24" RCP PROPOSED PUBLIC PROPOSED 24" RCP MANHOLE BLOCK 4 UNION DEPOT ADDITION BLOCK 3 BLOCK 4 BLOCK 4 UNION DEPOT ADDITION UNION DEPOT ADDITION (VOL. 63, PG. 45) UNION DEPOT ADDITION (VOL. 63, PG. 45) (VOL. 63, PG. 45) LOT 22 (VOL. 63, PG. 45) LOT 22 LOT 1 LOT 1 I SCALE 1"=50' FEET 0 25 so 100 MARCH 2016 MOTHOMAS VAN ZANDT-GUINN ELEMENTARY SCHOOL f"I A"T I_-s=f zu_o�= I EXHIBIT B1 3973 W.VICKERYBLVD.,SUITE 103 PHONE-(817)732-9839 STORM DRAIN IMPROVEMENTS FORT WORTH,TX 76107 FAX- (817)732-9841 REGISTRATION N0,F-9435 MJT NO.- 606-009 NEW POLE MOUNTED O; STREET I� LIGHT sEl NEW 2-STORY Ill ELEMENTARY SCHOOL NEW NEW POLE TRANSFORMER - MOUNTED [' STREET LIGHT I ( NEW POLE MOUNTED NEW POLE STREET MOUNTED LIGHT STREET , - I LIGHT O: _ NEW POLE j MOUNTED -" STREET LIGHT NEW POLE hAOUNTED i � _ STREET -- LIGHT NEW POLE I ��..- -... N10UNTED STREET 1LIGHT NEW POLE . . . `- MOUNTED STREET LIGHT NEW POLE MOUNTED. - STREET LIGHT 1001 0 100 200 1 100' MARCH 2016 MEJTHOMAS VAN ZANDT-GUINN ELEMENTARY SCHOOL ft-"--j'kT'uv-f I A"T I=--q gjLex"w Mw= I EXHIBIT C 3973 W.VICKERY BLVD.,SUITE 103 PHONE-(817)732-9839 STREET LIGHTING IMPROVEMENTS FORT WORTH,TX 76107 FAX- (817)732-9841 REGISTRATION NO.F-9435 MJT NO.- 606-009