Loading...
HomeMy WebLinkAboutContract 48429 .xy sEcR1G1AR G G CONTRACT 110. Developer and Project Information Cover Sheet: Developer Company Name: Quail Valley Devco I,LLC Address, State,Zip Code: 8401 N. Central Expressway, Suite 350,Dallas,TX 75225 Phone&Email: 214-292-3410,cyeager@republicpropertygroup.com Authorized Signatory, Title: Clint Yeager,Vice President Project Name and Brief Walsh Ranch Quail Valley Phase 1 C Off-Site Description: Project Location: Plat Case Number: FP-16-049 Plat Name: Walsh Ranch Quail Valley Phase 1C Mapsco: 761 G Council District: 3 City Project Number: 100454 CFA Number: 2016-097 DOE Number: None To be completed by staff.- Received taffReceived by: Date: d� <C�i OFFICIAL RECORD City of Fort Worth, Texas CI'T'Y SECRETARY Standard Community Facilities Agreement TX CFA Official Release Date: 10.07.2015 ��• ����� Page 1 of 11 STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, Quail Valley Devco I, 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 Walsh Ranch Quail Valley Phase 1C Off-Site ("Project") within the City or the extraterritorial jurisdiction of Fort Worth, Texas ("City"); and WHEREAS, the City has no obligation to participate in the cost of the Improvements or Project; and WHEREAS, any future City participation in this CFA is subject to the availability of City funds and approval by the Fort Worth City Council and shall be memorialized as an amendment to this Agreement; and WHEREAS, the Developer and the City desire to enter into this Community Facilities Agreement ("CFA" or "Agreement") in connection with the collective Improvements for the 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 11, 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: 10.07.2015 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) ®', Street Lights & Signs (C) ❑!. E. The Developer shall award all contracts for the construction of the Improvements in accordance with Section 11, 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 City of Fort Worth, Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 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: 10.07.2015 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: 10.07.2015 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: 10.07.2015 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: 10.07.2015 Page 7 of 11 Cost Summary Sheet Project Name: Walsh Ranch Quail Valley Phase 1C Off-Site CFA No.: 2016-097 CP No.: 100454 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 $ 335,546.50 Water and Sewer Construction Total $ 335,546.50 B. TPW Construction 1.Street $ - 2.Storm Drain $ 88,009.00 3.Street Lights Installed by Developer $ - 4. Signals $ - TPW Construction Cost Total $ 88,009.00 Total Construction Cost(excluding the fees): $ 423,555.50 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 6,710.93 D. Water/Sewer Material Testing Fee(2%) $ 6,710.93 Sub-Total for Water Construction Fees $ 13,421.86 E. TPW Inspection Fee(4%) $ 3,520.36 F. TPW Material Testing(2%) $ 1,760.18 G. Street Light Inspsection Cost $ - H. Signals Inspection Cost $ H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 5,280.54 Total Construction Fees: $ 18,702.40 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 423,555.50 Completion Agreement= 100%/Holds Plat $ 423,555.50 Cash Escrow Water/Sanitary Sewer= 125% $ 419,433.13 Cash Escrow Paving/Storm Drain= 125% $ 110,011.25 Escrow Pledge Agreement= 125%w/2yr expiration period $ 529,444.38 x City of Fort Worth, Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 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 Quail Valley Devco I,LLC +rc:Jesus . Chapa 7 Assistant City Manager Name: Clint Yeager Title: Vice President / Date: 11 Date: Recommended by: ATTEST: (Only if required by Developer) Wendy Chi- bulal, EMBA, P.E. Development Engineering Manager Signature Water Department Name: Douglas . Wiersig, P.E. Director ° Transportation& Public Works Department °o a o ®0 Approved as to Form & Legality: ATTEST: o °y Richard A. McCracken daryf J. a r Assistant City Attorney City Secteta y M&C No. 13/10, Date: I Z.LI<Le F-010-- 1 Zg s- . Niles OFFICIAL RECORD City of Fort Worth, Texas CITY SECRETARY Standard Community Facilities Agreement FT. NORTH,TX CFA Official Release Date: 10.07.2015 Page 9 of 11 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 DExhibit A: Water Improvments 0 Water Cost Estimate Exhibit A-1: Sewer Improvements Sewer Cost Estimate E-1, B: Paving Improvements D Paving Cost Estimate Exhibit 13-1: 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: 10.07.2015 Page 10 of 11 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 100454 None City of Fort Worth, Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 11 of 11 PROJECT OFF-SITE \ I ORD OADI LD N1EP`TF-1 - J , PHASE 1C I l� I y I - L, O O I -9 x W NORTH \ v Lu V) L, -_- - �� �ERSTATE 20 m � ' ' V uj U \ \ \ \ INTERSTATE 30 - - - - Ld z 0 w LOCATION MAP 0 �I N.T.S. O N O O O O n 0 O d Y O x H 0 O N x COVER SHEET QUAIL VALLEY - PHASE 1C - OFF-SITE o September 30, 2016 N O O LL H�II i l-hJLLARS WALSH m RANCH BCOLE 11/08/2016 7:41AM H:\PROJ\R30306102\04_DESIGN\CIVIL\CFA\PHASE 1C\EXHIBITS\OFFSITE\CFA_PH1C_SSWR OFFSITE.DWG EXISTING �ss� �30" PVC EXISTING ------- 5' DIA. MH ss -_--------- -------- ---- —ss —ss— — 8-ss- _ ss— _ _——_ __—_ss_—_ —ss— —ss— YT — 0 —OHE— ------- —0 I rnN i —OHE— —OHE— �• EXISTING X12" PVC "L 4' DIA. MH DHE— — —OHE— Lj —OHE— ONSITE ITEMS SHOWN IN ONSITE CFA EXHIBITS — ___ v LEGEND N 0 RTH EXHIBIT 'A-1' PH1A SSWR LINE OFF-SITE SANITARY SEWER 1 OF 4 PH1A SSWR MANHOLE QUAIL VALLEY - PHASE 1C -OFF-SITE ss PH18 SSWR LINE ' , September 30, 2016 PH1B SSWR MANHOLE ss PH 1 C SSWR LINE • PH 1 C SSWR MANHOLE SCALE: 1" = 300' —ss— — EX. PIPE & MANHOLE 0 150 300 600 e HUITT ZOLLARS WALSH RANCH BCOLE 11/08/2016 7:41AM H:\PROJ\R30306102\04_DESIGN\CIVIL\CFA\PHASE 1C\EXHIBITS\OFFSITE\CFA_PH1C_SSWR OFFSITE.DWG II EXISTING LEGEND 30" PVC PH 1 A SSWR LINE PH1A SSWR MANHOLE ss PH 1 B SSWR LINE PH 1 B SSWR MANHOLE ss PHlC SSWR LINE PH 1 C SSWR MANHOLE o—ss— ss— EX. PIPE & MANHOLE I� 5' DIA. MH 1 EXISTING II 30" PVC �I I I I I II I I I I I Ss— — —ss- � I II I I 4' DIA. MH II I III ONSITE ITEMS SHOWN NORTH II �� IN ONSITE CFA EXHIBITS It VIII SCALE: 1" = 300' ® _ 15" PVC 0 150 300 600 4' DIA. MH EXHIBIT 'A-1' -OHE- -OHE- OFF-SITE SANITARY SEWER 2 OF 4 -OHE- �- QUAIL VALLEY - PHASE 1C -OFF-SITE /y 4' DIA. MH �� September 30, 2016 _-E-- ? \ -- __ _ HUI IT ZOLLAR -OHE-- = -- OHE °"_'_`-- � -OHE- p OHE- - WALSH / l -nuc- RANCH BCOLE 11/08/2016 7:42AM H:\PROJ\R30306102\04_DESIGN\CIVIL\CFA\PHASE 1C\EXHIBITS\OFFSITE\CFA_PH1C_SSWR OFFSITE.DWG \ \ LEGEND \\\4\ PH 1 A SSWR LINE \�\ PH1A SSWR MANHOLE \ ss PH 1 B SSWR LINE \�\\ PH 1 B SSWR MANHOLE ss PH 1 C SSWR LINE \\\ PH1C SSWR MANHOLE —ss— EX. PIPE & MANHOLE \ \ EXISTING 21" PV-C——— 0 1 -SS _ _--- S .-sS- -0 EXISTING \ \ 30" PVC I\ \I I� 8" PVC )zl � ONSITE ITEMS SHOWN IN ONSITE CFA EXHIBITS I� I II I NORTH 1 1 J 4' DIA. MH ss. 4' DIA. MH I I SCALE: 1" = 300' 0 150 300 600 -OHE- ,_pHE- -pHE- EXHIBIT 'A-1' a9 I I OFF-SITE SANITARY SEWER 3 OF 4 s�— — — _DHE- — QUAIL VALLEY - PHASE 1 C - OFF-SITE September 30, 2016 W HHUITT ZOLIARS RANCH BCOLE 11/08/2016 7:42AM H:\PROJ\R30306102\04_DESIGN\CIVIL\CFA\PHASE 1C\EXHIBITS\OFFSITE\CFA_PH1C_SSWR OFFSITE.DWG OHE- OHE LEGEND 4' DIA. DROP MH PH 1 A SSWR LINE Iz PH1A SSWR MANHOLE I ---ss PH 1 B SSWR LINE n PH1B SSWR MANHOLE 4' DIA. MH I ss PH 1 C SSWR LINE N PH1C SSWR MANHOLE I —ss— EX. PIPE & MANHOLE ONSITE ITEMS SHOWN / IN ONSITE CFA EXHIBITS f 1 � \ NORTH 1 / SCALE: 1" = 300' 0 150 300 600 / EXHIBIT 'A-1' OFF-SITE SANITARY SEWER 4 OF 4 QUAIL VALLEY - PHASE 1C - OFF-SITE September 30, 2016 HUITT-ZOLLARS WALSH RANCH BCOLE 11/08/2016 7:58AM H:\PROJ\R30306102\04_DESIGN\CIVIL\CFA\PHASE 1C\EXHI13ITS\OFFSITE\CFA_PH1C_STRM OFFSITE.DWG 0 Ir MEDIUM DRY \ ® ` RIP—RAP ? 'PSET—SC" HDWL - �.. -OHE � I\ � \ � T s� ®� -OHE- -OHS OHE - - \� � �•�,\• ®\\ � 4' SQ. MH ��.�� —'— —bHE �,. ONSITE ITEMS SHOWN \ l ONSITE CFA EXHIBITS F � II INORTH SHA ER COURT � DETREE _STREET CORN ............ . . . . .. GREED.•; ••. SCALE: 1" = 160' 0 80 160 320 EXHIBIT 'B-1' OFF-SITE STORM 1 OF 2 QUAIL VALLEY - PHASE 1C - OFF-SITE September 30, 2016 HUITTZOLLARS WALSH RANCH BCOLE 11/08/2016 7:58AM H:\PROJ\R30306102\04_DESIGN\CIVIL\CFA\PHASE 1C\EXHIBITS\OFFSITE\CFA_PH1C_STRM OFFSITE.DWG —C y ,ONES o —OHE— —OHE —OHE— I I �L� 3 o MEDIUM DRY _ 'SETP-PD' RIP-R,4P —OHE— - - -............. � i::s - —OHE— - - --OHE— — e 0/7 — -L ONSIT ITE N NORTH N SI C A EXHIv SCALE: 1" = 160' pi1 P 0 80 160 320 Ag EXHIBIT 'B-1' OFF-SITE STORM 2 OF 2 wQUAIL VALLEY - PHASE 1 C -OFF-SITE ..........• September 30,2016 :'� �R HU1 Tf ZOLLARS RANCHAI 00 42 43 DAP-BID PROPOSAL Page 1 of 2 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM-Off-Site Walsh Ranch Quail Valley Phase 1 C UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Specification Bid Description Unit of Measure Unit Price Bid Value No. Section No. I Quantity UNIT V:SANITARY SEWER IMPROVEMENTS-OFFSITE 1 3331.4115 8"Sewer Pie LF 3331 20 552 $36.00 $19,872.00 2 3331.4201 10"Sewer Pie LF 33 31 20 752 $48.00 $36,096.00 3 3331.4208 12"Sewer Pie LF 33 31 20 325 $56.00 $18,200.00 4 3331.4215 15"Sewer Pie LF 3331 20 1,266 $62.00 $78,492.00 5 9999.0043 22"Casing By Other Than Open Cut LF 33 05 22 36 $280.00 $10,080.00 6 3339.1001 4'Manhole EA 33 39 20 6 $3,200.00 $19,200.00 7 3339.1002 4'Drop Manhole EA 33 39 20 3 $5,200.00 $15,600.00 8 3339.1102 5'Drop Manhole EA 33 39 20 1 $5,200.00 $5,200.00 9 3339.1103 5'Extra Depth Manhole VF 33 39 20 21.5 $195.00 $4,192.50 10 99990013 Construct 5'Diameter Sanitary Sewer EA 00 00 00 Manhole Over Existing Line 2 $6,000.00 $12,000.00 11 3305.0113 Trench Water Stops EA 33 05 15 1 $300.00 $300.00 12 13339.0001 Epoxy Manhole Liner VF 33 39 60 77 $175.00 $13,475.00 13 9999.0015 Remove Plug and Connect to Existing EA 00 00 00 Sanitary Sewer Line 2 $1,000.00 $2,000.00 14 9999.0016 Connect to Existing 5'Diameter Sanitary EA 00 00 00 Sewer Manhole by Core 1 $2,500.00 $2,500.00 15 0241.0100 Remove Sidewalk SF 0241 13 400 $2.00 $800.00 16 3292.0201 Utility Service Surface Restoration Seeding SY 32 92 13 4,825 $2.00 $9,650.00 17 3305.0110 Utility Markers LS 33 05 26 1 $5,000.00 $5,000.00 18 3301.0002 Post-CCTV Inspection LF 3301 31 2,895 $2.00 $5,790.00 19 3301.0101 Manhole Vacuum Testing EA 3301 30 14 $100.00 $1,400.00 20 3305.0109 Trench Safety LF 1 33 05 10 1 2,599 $1.001 $2,599.00 21 3305.1104 20"Casing By Other Than Open Cut ILF 1 33 05 22 1 260 $260.001 $67,600.00 22 9999.0012 Construct 4'Diameter Sanitary Sewer EA 00 00 00 Manhole Over Existing Line 1 $5,500.00 $5,500.00 TOTAL UNIT II:SANITARY SEWER IMPROVEMENTS-OFFSITE $335,546.50 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS WALSH RANCH-QUAIL VALLEY-PHASE t C Form Version September 1,2015 HZ PROJECT 8303061,02 00 42 43 - DAP-BID PROPOSAL Page 2 of 2 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM-Off-Site Walsh Ranch Quail Valley Phase 1C UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Specification Bid No. Description Unit of Measure Section No. Quantity Unit Price Bid Value UNIT III: DRAINAGE IMPROVEMENTS-OFFSITE 1 3341.0201 21"RCP Class III LF 3341 10 38 $45.00 $1,710.00 2 3341.0205 24"RCP Class III LF 3341 10 250 $50.00 $12,500.00 3 3341.0302 30"RCP Class III LF 3341 10 201 $62.00 $12,462.00 4 3349.0001 4'Storm Junction Box EA 33 49 10 1 $4,000.00 $4,000.00 5 3349.5001 10'Curb Inlet EA 33 49 20 2 $2,600.00 $5,200.00 6 13349.3003 24"Straight Headwall 1 pipe EA 33 49 40 1 $2,000.00 $2,000.00 7 9999.0018 Construct 30"SETP-PD Storm Headwall EA 00 00 00 1 $3,000.00 $3,000.00 8 3305.0112 Concrete Collar EA 33 05 17 4 $250.00 $1,000.00 9 3137.0104 Medium Stone Riprap,dry SY 31 3700 228 $55.00 $12,540.00 10 3201.0614 Cone Pvmt Repair,Residential SY 32 01 29 90 $70.00 $6,300.00 11 3301.0002 Post-CCTV Inspection LF 3301 31 554 $2.00 $1,10R 00 12 3305.0109 Trench Safety LF 1 33 05 10 1 489 $1.001 $489.00 13 19999.0044 24"RCP Class III B.O.T.O.0 LF 1 3341 10 65 $280.00 $18,200.00 14 19999.0025 Connect to Existing RCP by CORE JEA 1 00 00 00 2 $2,500.00 $5,000.00 15 19999.0029 Connect to Existing Drop Inlet by CORE JEA 1 00 00 00 1 1 $2,500.00 $2,500.00 TOTAL UNIT III:DRAINAGE IMPROVEMENTS-OFFSITE $88,009.00 Bid Summary TOTAL UNIT II:SANITARY SEWER IMPROVEMENTS-OFFSITE $335,546.50 TOTAL UNIT III:DRAINAGE IMPROVEMENTS-OFFSITE $88,009.00 Bid Total $423 555.50 25%Contingency $105,888.88 Total Construction Bid $529,444.38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS WALSH RANCH-QUAIL VALLEY-PHASE I C Form Version September 1,2015 HZ PROJECT R303061.02