Loading...
HomeMy WebLinkAboutContract 48468 CITY SECRETARY ilk Vw CONTRACT NO, DeveRoPer and Project Information Cover Sheet: Governmental Entity/ISD Name: Northwest Independent School District Address, State,Zip Code: 1800 Hwy 114,Justin,TX,76247 Phone&Email: 817-215-0086,JGraswich(&misdtx.org Authorized Signatory,Title: Jon Graswich,Associate Superintendent for Business and Operations Project Name and Brief Northwest ISD Middle School No. 6 Description: Project Location: West of intersection of Eagle Blvd and Prairie Breeze Plat Case Number: FP-15-130 Plat Name: NISD High School No. 3 Addition Mapsco: 19G Council District: 7 City Project Number: 100655 CFA Number: 2016-106 DOE Number: None To be completedy staff Received by: / OFFICIAL RECORD CITY SECRETARY FT. WORTH,TX City of Fort Worth,Texas 1� Governmental Entity/ISD Community Facilities Agreement CFA Official Release Date: 09.22.2016 Page 1 of 11 GOVERNMENTAL ENTITY/ISD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARR-ANT § Contract No. WHEREAS, the undersigned Governmental Entity Northwest Independent School District ("Developer") desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as Northwest ISD Middle School No.6 ("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 City of Fort Worth,Texas Governmental Entity/ISD Community Facilities Agreement CFA Official Release Date: 09.22.2016 Page 2 of 11 shall be no reduction in the any financial security held by the City until the Project has been 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) 0 Sewer (A-1) 0, Paving (B) 0, Storm Drain (B-1) 0X, 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 furnished before City of Fort Worth,Texas Governmental Entity/ISD Community Facilities Agreement CFA Official Release Date: 09.22.2016 Page 3 of 11 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 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 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: 09.22.2016 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. 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 City of Fort Worth,Texas Governmental Entity/ISD Community Facilities Agreement CFA Official Release Date: 09.22.2016 Page 5 of 11 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, 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 City of Fort Worth,Texas Governmental Entity/ISD Community Facilities Agreement CFA Official Release Date: 09.22.2016 Page 6 of 11 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: 09.22.2016 Page 7 of 11 Cost Summary Sheet Project Name: Northwest ISD Middle School No. 6 CFA No.: 2016-106 DOE No.: 100655 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 $ 212,313.80 2.Sewer Construction $ 19,160.00 Water and Sewer Construction Total $ 231,473.80 B. TPW Construction 1.Street $ 824,335.44 2.Storm Drain $ 1,656,623.00 3.Street Lights Installed by Developer $ 41,936.68 TPW Construction Cost Total $ 2,522,895.12 Total Construction Cost(excluding the fees): $ 2,754,368.92 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 4,629.48 D. Water/Sewer Material Testing Fee(2%) $ 4,629.48 Sub-Total for Water Construction Fees $ 9,258.96 E. TPW Inspection Fee(4%) $ 99,238.34 F. TPW Material Testing(2%) $ 49,619.17 G. Street Light Inspsection Cost $ 1,677.47 H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 150,534.97 Total Construction Fees: $ 159,793.93 Choice Financial Guarantee Options,choose one Amount Mark one Bond= 100% $ 2,754,368.92 Completion A reement= 100%/Holds Plat $ 2,754,368.92 Cash Escrow Water/Sanitary Sewer=125% $ 289,342.25 Cash Escrow Paving/Storm Drain=125% $ 3,153,618.90 Letter of Credit=125%w/2yr expiration period I $ 3,442,961.15 Statement of Appropriated Fundin For Governmental Entit llSDs ONLY x City of Fort Worth,Texas Governmental Entity/ISD Community Facilities Agreement CFA Official Release Date: 09.22.2016 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. CITE' OF FORT WORTH DEVELOPER Northwest Independent School District LA Jesus J. Chapa Nam on raswich Assistant City Manager Title: Associate Superintendent for Date: /� �\���f/e Business and Operations Date: Recommended by: ATTEST: (Only if required by Developer) Wendy Chi-Ba al, EMBA, P.E. Development Engineering Manager Signature Water Department Name: <Name> t4) Dougla . Wiersig,P.E. Director Transportation & Public Works Department Approved as to Form &Legality: ®V ro U ATTEST: o Q Richard A. McCracken Assistant City Attorney ' M&C No. N JA Aary J. K Date: City Secre ry Forw, I z9 5 N1j4 City of Fort Worth,Texas OFFICIAL RECORD Governmental Entity/ISD Community Facilities Agreement CITY SECRETARY CFA Official Release Date:09.22.2016 Page 9 of 11 FT, WORTH, TX Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment 0 Attachment 1 - Changes to Standard Community Facilities Agreement F Location Map 0 Exhibit A: Water Improvements N Water Cost Estimate 0 Exhibit A-1: Sewer Improvements 0 Sewer Cost Estimate 0 Exhibit B: Paving Improvements © Paving Cost Estimate 0 Exhibit 13-1: Storm Drain Improvements 0 Storm Drain Cost Estimate 0 Exhibit C: Street Lights and Signs Improvements 0 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: 09.22.2016 Page 10 of 11 ATTACIMEli T"1" Changes to Standard Agreement Governmental Entity/ISD Community Facilities Agreement City Project No. 100655 None City of Fort Worth,Texas Governmental Entity/ISD Community Facilities Agreement CFA Official Release Date: 09.22.2016 Page 11 of 11 SCALE 1"= 400 \ f \�..I` _ ' � `��� /�i'z -.��`��`. "�`� � , ,� FEET ��, �t -� MWDEi V ,� 0 300 400 800 / ESSIBID c Nam � Paas cP \, �� �•�. �� 10 PROPOSED FIRE HYDRANT NEW AUTOMATIC �`°�a �, � NEW 2 IRRIGATION { u FLUSHER f oQ� '^'� SERVICE NEW 8" SERVICE ,, ~ FOR FIRE \77,y7� HAF 1,SOCK 3 w IOW IRON 9011001 NO.3 IRON SCHOOL NO.3 AODIIIQII"` } ADDIIIOM )10S1BIG mm m SCHOOL < FVMBE NW 1WDLE SCI001. \\ ,..-- -77 NEW 2" IRRIGATION PROPOSED WATER 16" SERVICEPUBLIC WATER LINE .. a � �\ NEW 8" FIRE AND 4" DOMESTIC SERVICE -; i t z ✓ t »` ✓ �`� EXISTING 16" PUBLIC WATER LINE EXISTING 16 PUBLIC D.O.E. 7002 ._ WATER LINE D.O.E. 6648 NEW 3 - 2" IRRIGATION SERVICE _ `. w �; -- _-,�, DEVON t �`. 11YDIOALE aCOIPAIFI z - 1a.02000ssees MLLT. -� s AYCIRA[E WD COIPAN► F7O51N0 PAD SOE ', l t ;L _E 'r� M AD01 -1RiVE,=-CC N0.D7D6213Z00 M�II�W NM 02DM C EILLSIBIO PAD r c lEAOED T. 10 DEVON TOF3IGY POOOMM f ! f C C N0.D2062132Q0 �< MEQD"' TH O MA� NORTHWEST ISD MIDDLE SCHOOL NO.6 EXHIBIT A 3973 W.VICKERY BLVD.,SUITE 103 PHONE-(817)732-9839 FORT WORTH,TX 76107 FAX- (817)732-9841 WATER IMPROVEMENTS REGISTRATION NO.F-9435 MJT NO.- 509-030 00 42 43 BID PROPOSAL Page I of 6 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Unit of Bid Unit Price Bid Value No. Section No. Measure Quantity Unit 1:Water Improvements 1 3305.0109 Trench Safety 33 05 10 LF 1194 $1.50 $1,791.00 2 3305.0110 Utility Markers 33 05 26 LS 1 $1,000.00 $1,000.00 3 3311.0001 Ductile Iron Water Fittings w/Restraint 3311 14 TON 0.5 $7,000.00 $3,500.00 4 3311.0141 6"Water Pipe 3311 10 LF 8 $36.00 $288.00 5 3311.0241 8"Water Pipe 3311 10 LF 20 $40.00 $800.00 6 3311.0561 16"PVC C905 Water Pipe 33 11 12 LF 1012 $54.90 $55,558.80 7 3312.0001 Fire Hydrant 33 12 40 EA 2 $3,242.00 $6,484.00 8 3312.0106 Connection to 16"Water Main 33 12 25 EA 9 $4,000.00 $36,000.00 9 3312.2203 2"Water Service 33 12 10 EA 5 $1,568.00 $7,840.00 10 3312.2802 4"Water Meter and Vault(Service) 33 12 11 EA 1 $19,500.00 $19,500.00 11 3312.3002 6"Gate Valve 33 12 20 EA 2 $966.00 $1,932.00 12 3312.3004 8"Gate Valve 33 12 20 EA 2 $1,747.00 $3,494.00 13 3312.3006 16"Gate Valve w/Vault 33 12 20 EA 3 $19,450.00 $58,350.00 14 3312.6001 2"Air Valve Assembly for Water 33 12 30 EA 1 $3,735.00 $3,735.00 15 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 1 $4,000.00 $4,000.00 16 9999.0001 Remove Existing 16"Plug 9999.0001 EA 1 $1,100.00 $1,100.00 17 9999.0002 Automatic Flushing Device 19999.0002 lEA I 1 $6,500.00 $6,500.00 Unit 1:Water Improvements Bid Total $211,872.80 W/Contingency(15%) $31,780.92 Unit 1:Water Improvements Bid Total w/Contingency $243,653.72 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water,Sewer,Paving,Drainage Street Light Improvements NISD HS#3 Fort Revised 20120120 City Project No.02077 _..,,,, Fi"4►NC OElEN110N POn` /��� � RL]IAROFn p�� ' \, JARY6 w PORIEIt AND j 12V9,P.P 126. SCALE 1"= 400 LLTr z T. j p \ FEET S�Jdi` v �� 0 200 400 goo rQs 1 "7 PROPOSED SANITARY SEWER MANHOLE EXISTING 12" PUBLIC SANITARY SEWER LINE j ' am j LOT 1.HOCK 3 . r LOT i-R,BIOCIC 1 ` NSD HCH SCHOOL NO.3 ADdlpN _.� •�,.. .j j\`,�\,`\ 4 NI5D?NCN SCHOOL N0.3 ADDITION f 11111RE N6Tr DOLE SCHOOL \ \\ \ —EIOSIRq NSD NO SCHOOL s ` EXISTING 12" PUBLIC f i SANITARY SEWER LINE PROPOSED 8" SANITARY . w w D.O.E. 7002 SEWER STUBOUT FOR ' MIDDLE SCHOOL Fr r O rcc, JAM IL POM AM M �0 X12MP.126._ \j? \ AYOIfOpA.tELAND ANf O206Z132E0 r , n CG p LLT.FT. AVONDALE AVONDALEWD COMPANY PAD SIZE3260 iZR j/h IEACEII OEYCI NM 02DO055M \ �� v } ` E10gLINi PAD N� TO DEVON FJE7ICY PROdRRgN \ \ i _M2 a 6C NQ D2062132RD UDM WE EgrAV,3 PAD SNE 190SNN6 NSD vv,ri - � HO NORTHWEST ISD MIDDLE SCHOOL NO.6 EXHIBIT A I 3973 W.VICKERY BLVD.,SUITE 103 PHONE-(817)732-9839 FORT WORTH,TX 76107 FAX- (817)732-9841 WASTEWATER IMPROVEMENTS REGISTRATION NO.F-9435 MJT N0.- 509-030 00 42 43 BID PROPOSAL Page 2 of 6 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid Description Unit Price Bid Value No. Section No. Measure Quantity Unit 2:Sewer Improvements 18 13301.0002 Post-CCN Inspection 3301 31 LF 60 $4.00 $240.00 19 3301.0101 Manhole Vacuum Testing 3301 30 EA 1 $250.00 $250.00 20 3303.0001 Bypass Pumping 33 03 10 LS 1 $8,000.00 $8,000.00 21 3305.0109 Trench Safety 33 05 10 LF 60 $2.00 $120.00 22 3331.3203 8"2-way cleanout 1333150 EA 1 1 $450.00 $10,500.00 Unit 2:Sewer Improvements Bid Total $19,110.00 W/Contingency(15%) $2,866.50 Unit 2:Sewer Improvements Bid Total w/Contingency $21,976.50 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water,Sewer,Paving,Drainage Street Light Improvements NISD HS#3 Forth Revised 20120120 City Project No.02077 -�`��` �'� 5" THICK, 4000 PSI PORTLAND CEMENT CONCRETE SIDEWALKS W/ #4 BARS AT 18 DRIVEWAY EXTENSION X'/ 7" THICK, 3,600 PSI PORTLAND CEMENT CONCRETE TDD "�>Y.I tom" A APPROX. 17.5 L.F. OF 5' 4- WIDE CONCRETE SIDEWALK APPROX 1014.6 L.F 6" HOT MIX ASPHALTIC CONCRETE WIDE CONCRETE SIDEWALK APPROX. 896.1 L.F. OF 5 WIDE CONCRETE SIDEWALK �� T\ IDT 1,BLOCK 3 NISD HIGH SCHOOL N0.3 ADpIDN -„ FOX IISD DOLE SCHOOL 's J r� ��� »,��`�\a�.-,..rte 4��� ������ � ____•__.�.�..... , i v =: �yc raffia >-'p, H.pomm POM T. MU AD V.I=o %T0. 121 AVDIDAIE LAID WAIT NO.02HO55665 _ \ r / � DRLCT � AYOIDACE LAND COMPANY`.,\. 'SCALE.1°- 400 -=CRESS M A[?0��1—::D �f �naED;To DLVDH EHODr No. omeaaxes ! er cr Ho a2oezts2eo n ' •...-,- LLT&T. ?. n FEET i COSM PAD Slit IECA ft Rrm 1EA PNODIICIDNyo 200 \ 4DD` aoo Rffl.iri'" THOMAS NORTHWEST ISD MIDDLE SCHOOL NO.6 EXHIBIT 3973 W.VICKERY BLVD.,SUITE 103 PHONE-(817)732-9839 FORT WORTH,TX 76107 FAX- (817)732-9841 REGISTRATION NO.F-9435 MJT NO.- 509-030 PAVING IMPROVEMENTS 00 42 43 BID PROPOSAL Page 3 of 6 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification I Unit of Bid Unit Price Bid Value No. I I Section No. Measure Quantity Unit 3:Paving Improvements 23 0241.1100 Remove Asphalt Pvmt 0241 15 SY 1045 $5.00 $5,225.00 24 3110.0101 Site Clearing 31 1000 LS 1 $29,000.00 $29,000.00 25 3123.0101 Unclassified Excavation by Plan 31 23 16 CY 2705 $3.15 $8,520.75 26 3125.0101 SWPPP >_1 acre 31 2500 LS 1 $3,000.00 $3,000.00 27 3137.0101 Concrete Riprap 31 3700 SY 3166 $50.00 $158,300.00 28 3211.0115 12"Flexible Base,Type A,GR-1 3211 23 SY 1336 $8.00 $10,688.00 29 3211.0400 Hydrated Lime 3211 29 TN 104 $175.00 $18,200.00 30 3211.0502 8"Lime Treatment 32 11 29 SY 4950 $4.50 $22,275.00 31 3213.0102 7"Conc Pvmt 32 13 13 SY 4590 $49.68 $228,031.20 32 3213.0302 5"Conc Sidewalk 32 13 20 SF 11940 $5.00 $59,700.00 33 3212.0302 2"Asphalt Pvmt Type D 32 12 16 SY 1231 $20.00 $24,620.00 34 3212.0501 4"Asphalt Pvmt Type B 32 12 16 SY 1231 $30.00 $36,930.00 35 3213.0700 Joint Sealant LF 32 13 73 LS 1 $8,000.00 $8,000.00 36 3213.0503 Barrier Free Rampm Type M-1 32 13 20 EA 2 $550.00 $1,100.00 37 3216.0101 6"Conc Curb and Gutter 32 16 13 LF 2000 $6.00 $12,000.00 38 3217.0009 4"SLD Pvmt Marking Paint 32 17 23 LF 500 $0.36 $180.00 39 3217.0010 4"SLD Pvmt Marking Paint Y 32 17 23 LF 466 $0.84 $391.44 40 3217.0013 4"BRK Pvmt Marking Paint Y 32 17 23 LF 1000 $0.64 $640.00 41 3217.0205 8"SLD Pvmt Marking Paint 32 17 23 LF 25 $0.79 $19.75 42 3232.0101 Conc Ret Wall with Sidewalk,Sidewalk 32 32 13 SF 465 $50.00 $23,250.00 43 3291.0100 Topsoil 3291 19 CY 1720 $3.00 $5,160.00 44 3292.0400 Seeding, H dromulch 32 92 13 SY 92891 $1.30 $120,758.30 45 3292.0500 Seeding,Soil Retention Blanket 32 92 13 SY 6612 $3.00 $19,836.00 46 3471.0001 Traffic Control 3471 13 MO 6 $1,500.00 $9,000.00 47 9999.0003 Erosion Control 9999.0003 LS 1 15,010.00 $15,010.00 48 9999.0004 TXDOT Concrete Traffic Barriers 9999.0004 LS 1 15,000.00 $15,000.00 49 9999.0005 Type III TXDOT Barricade 19999.0005 IEA 1 3 1,500.00 $4,500.00 Unit 3: Paving Improvements Bid Total $839,335.44 W/Contingency(15%) $125,900.32 Unit 3:Paving Improvements Bid Total w/Contingency $965,235.76 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water,Sewer,Paving,Drainage Street Light Improvements NISD HS#3 Form Revised 20120120 City Project No.02077 REMAINDER\vov r V E1OSiNC DEIEN1101t / MAK FIORIEBS�N` - �.� `\ \ ,Y.12M.P. 126,,, " ` \ SCALE 1"= 400 \ \ \~ \ FEET �Q c-3 0 200 400 800 All Vi \ ==Z=- ._._." "X EXISTING 24" PUBLIC STORM SEWER LINE D.O.E. 7002 \ _ A� l01 1.BDCK 3 ana 1 aso xcx saga is s N0.3 AOOIEgN""' mm F6CN SalOOL , FURK 16D DOLE SaD0. \ \ \ f w, EXISTING 7' X 3' PUBLIC , PROPOSED 8' X 3' PUBLIC STORM SEWER LINE STORM SEWER LINE M- - D.O.E. 7002ROMM PAMELA ADIONS Pam fJARNS H.PORIEN AND WF. 3, DETENTION POND 'B' µ r m_. ------- PROPOSED -- RO P POSE ' -RES BOX CULVERT ' ,� PROPOSED 12 PUBLIC s f Lr T MEADOW DRIVE «�,w STT DRAINAGE CHANNEL TO DEVON TEMPORARY DRAINAGE CHANNEL Lar 1-R,Drawl, \\ \ 67EDV1 RUE\�TES FIE11kiL�ART saw D.O.E. 7002 (TO BE REMOVED) a}° D M s� f \r \ yam N9D Ear saga v f� CREST�REEZE DRIVES ` " \ \ \ MAS NORTHWEST ISD MIDDLE SCHOOL NO.6 MQ:i"JTHO EXHIBIT B 1 - 1 3973 W.VICKERY BLVD.,SUITE 103 PHONE-(817)732-9839 FORT WORTH,TX 76107 FAX- (817)732-9841 STORM IMPROVEMENTS REGISTRATION NO.F-9435 MJT N0.- 509-030 00 42 43 BID PROPOSAL Page 4 of 6 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value Unit 4:Drainage Improvements 50 0241.0550 Remove Guardrail 0241 13 LF 165 15.00 $2,475.00 51 0241.0800 Remove Rip Rap SF 4212 $4.00 $16,848.00 52 0241.0900 Remove Misc Conc Structure LS 1 $1,000.00 $1,000.00 53 0241.4401 Remove Headwall/SET 0541 14 EA 3 $4,000.00 $12,000.00 54 3137.0103 Large Stone Riprap,grouted 31 3700 SY 1165 $150.00 $174,750.00 55 3341.1401 7x5 Box Culvert LF 347 $500.00 $173,500.00 56 3341.1401 6x5 Box Culvert LF 820 $420.00 $344,400.00 57 3341.1401 4x3 Box Culvert LF 107 $350.00 $37,450.00 58 3341.1401 7x3 Box Culvert LF 1716 $410.00 $703,560.00 59 3349.0102 4'Manhole Riser EA 5 $1,414.00 $7,070.00 60 3349.0106 Manhole Steps EA 27 $50.00 $1,350.00 61 3349.1000 Headwall, Box Culvert CY 135 $650.00 $87,750.00 62 9999.0006 4x4 Drop Inlet with Concrete Apron 9999.0006 EA 2 $4,500.00 $9,000.00 63 9999.0007 6"5'Wide Conc Flume 9999.0007 LF 1500 $28.35 $42,525.00 64 9999.0008 Remove 12"Storm Line 9999.0008 LF 1463 $25.00 $36,575.00 65 9999.0009 Guardrail w/Headwall I 9999.0009 LF 1 182 $35.00 $6,370.00 Unit 4: Drainage Improvements Bid Total $1,656,623.00 W/Contingency(15%) $248,493.45 Unit 4:Drainage Improvements Bid Total w/Contingency $1,905,116.45 CITY OF FORT NORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water,Sewer,Paving,Drainage Street Light Improvements NISD HS#3 Form Revised 20120120 City Project No.02077 a SCALE 1"= 400 Q � FEET JAWS N.POFIE!!AND MFF �. _.., .:,... `\'*l %�/ 0 200 400 800 PAMELV.IMF POWERk B {s1= DLTX.T. ; DETENTION POND 'B' -- I '' PROPOSED 4 X 3 _ r i PROPOSED 12' PUBLIC LAW iERfST-. tEADOW .RIVEw� BOX CULVERT ,` AN01o " � DRAINAGE CHANNEL _,.... n.. TEMPORARY DRAINAGE CHANNEL WES awtrun saioaC - Ems;PAD SF: _ D.O.E. 7002 TO BE REMOVED) 0 EE PROPOSED 5,X PUBLIC � ,\ rw _ STORM LINE v\ P . �w.X 5' PUBLIC PROPOSED 7 �v STORM SEWER LINE ,.., >... PROPOSED STORM BY OTHERS \ \ D.0 E. 100123 A_ " PROPOSED STORM BY OTHERS D.O.E. 100123 < F; ^" y~m°. 7;6— MJTHOMASNORTHWEST ISD MIDDLE SCHOOL NO.6 EXHIBIT B 1 -2 3973 W.VICKERY BLVD.,SUITE 103 PHONE-(817)732-9839 FORT WORTH,TX 76107 FAX- (817)732-9841 STORM IMPROVEMENTS REGISTRATION NO.F-9435 MJT NO.- 509-030 00 42 43 BID PROPOSAL Page 5 of 6 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Unit of Bid Unit Price Bid Value No. I I Section No. I Measure Quantity Unit 5: Electrical Improvements 66 2605.0101 Electrical Facilities 26 05 00 LS 1 $1,500.00 $1,500.00 67 2605.0131 Salvage Electrical Equipment 26 05 10 LS 1 $1,500.00 $1,500.00 68 2605.3011 2"CONDT PVC SCH 40 T 26 05 33 LF 1677 $9.40 $15,763.80 69 3441.1410 NO 10 Insulated Elec Condr 3441 10 LF 1677 7.44 $12,476.88 70 3441.3302 Rdwy Illum Foundation TY 3,5,6, and 8 34 41 20 EA 6 1,450.00 $8,700.00 71 3441.3312 Contact Enclosure, Pad Mount 34 41 20 EA 1 664.00 $664.00 72 3441.4005 Install Alum Sign Mast Arm Mount 1344130 IEA 1 6 222.00 $1,332.00 Unit 5: Electrical Improvements Bid Total $41,936.68 W/Contingency 15% $6,290.50 Unit 5:Electrical Improvements Bid Total w/Contingencyl $48,227.18 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water,Sewer,Paving,Drainage Street Light improvements NISD HS#3 Form Revised 20120120 City Project No.02077 SCALE 1"=100' FEET _ 0 50 loo 200 r .„'"�; "'"" ""'. ""` � ""✓"� rT iC, H,N►Stf HIGR�CkIOOL 3 ADDITION t T PROPERTY BLOCK 1 LINE , LOT 1-R, 8" HOT"-MIX(,.ASWAN LTiC==%C-ONCRETE [NISD HIGH SCHOOL NO. 3 ADITION CKT#4 . , CKT#4 ry -N=7028994.4693 CKT#4 E=2311093.6030 N=7028830.6767 �,w ., - �" N=7029120.9298 1 E=2311031 7616 ` R.OW. E=2311198.4253 r # CKT#4 CKT 4 N=7028660.3879 ' _ N=7029257.5230 E=2311035.9745 E=2311321.6375 �r FRO.W. - G, a�0 =.gin LOT 1, BLOCK 3 O�FgoN� �NISD HIGH SCHOOL N0. 3 ADITION R uicwnoNm r EXISTING LIGHT POLE TO REMAIN E'er"'°OVOM °am=m us uKM m raw CONMACM m EXISTING CKT TO REMAIN `MIE Mm m MY cmw m°"' N=7028483.8455 E=2311042.7717 ' LOT 1, BLOCK 3 NISD HIGH SCHOOL NO. 3 ADDITION j H/gp H�IOT' �H g kird THOMASNORTHWEST ISD MIDDLE SCHOOL N0.6=1 Z=w C-41 1 IT r EXHIBIT C 3973 W.VICKERY BLVD.,SUITE 103 PHONE-(817)732-9839 FORT WORTH, N .F-9 FAX- (817)732-9841 09-03STREET LIGHT IMPROVEMENTS REGISTRATION N0.F-9435 MJT N0.- 509-030 00 42 43 BID PROPOSAL Page 6 of 6 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid Unit Price Bid Value Description No. Section No. Measure Quantity Bid Summary Unit 1:Water Improvements $243,653.72 Unit 2:Sewer Improvements $21,976.50 Unit 3: Paving Improvements $965,235.76 Unit 4: Drainage Improvements $1,905,116.45 Unit 5: Electrical Improvements $48,227.18 Total Bid $3,184,209.61 END OF SECTION CffY OF FORT NORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Nater,Sewer,Paving,Drainage Street Light Improvements NISD HS#3 Form Revised 20120120 City Project No.02077 APROJECT NBLUE . 0 C7 z U) JJ 287 O BONDS RANCH RD.R PLAN NORTH LOCATION MAP N.T.S. THOMANORTHWEST ISD MIDDLE SCHOOL N0.6 S VICINITY MAP 3973 W.VICKERY BLVD.,SUITE 103 PHONE-(817)732-9839 FORT WORTH,TX 76107 FAX- (817)732-9841 REGISTRATION NO.F-9435 MJT NO.- 509-030