Loading...
HomeMy WebLinkAboutContract 48508 CITY SSCCRETAM CONTRACT N0.�..�....,. Developer and Project Information Cover Sheet: Developer Company Name: D.R.Horton-Texas, Ltd. a Texas Limited Partnership By: D.R. Horton,Inc. , a Delaware Corporation its Authorized Agent Address, State,Zip Code: 6�s1 rJoznW PR=E JAY Fir J0X'M T-axles 7(0131 Phone&Email: (8t7' 23o-osoo , MPA"E4 LF OCAowoa.coM Authorized Signatory, Title: Mark Allen, Assistant Secretary Project Name and Brief Twin Mills Sec.2 Ph 2B Description: Project Location: 9000 Twin Mills Blvd Plat Case Number: FP-013-082 Plat Name: Twin Mills Development Mapsco: NA Council District: NA City Project Number: 2305 CFA Number: 2016-050 DOE Number: None To be completed b taff.- Received by: Date: z' / City of Fort Worth,Texas OFFICIAL RECORD Standard Community Facilities Agreement CITY SECRETARY CFA Official Release Date: 10.07.2015 Page 1 of 11 FT.WORTH,TX STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, D.R. Horton-Texas, Ltd. a Texas Limited Partnership By: D.R. Horton, Inc, a Delaware Coroporation its Authorized Agent, ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as Twin Mills Sec. 2 Ph. 2B ("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 City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 2 of 11 further acknowledges that said acceptance process requires the Developer's contractor(s) 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) ®, Paving (B) M, Storm Drain (B-1) Z Street Lights & Signs (C) 0. 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 Il, 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 i 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: Twin Mills Sec. 2 Ph. 2B CFA No.: 2016-050 DOE No.: None 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 $ 80,267.50 2.Sewer Construction $ 111,043.00 Water and Sewer Construction Total $ 191,310.50 B. TPW Construction 1.Street $ 692,999.10 2.Storm Drain $ 298,209.00 3.Street Lights Installed by Developer $ 95,858.00 4. Signals $ - TPW Construction Cost Total $ 1,087,066.10 Total Construction Cost(excluding the fees): $ 1,278,376.60 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 3,826.21 D. Water/Sewer Material Testing Fee(2%) $ 3,826.21 Sub-Total for Water Construction Fees $ 7,652.42 E. TPW Inspection Fee(4%) $ 39,648.32 F. TPW Material Testing(2%) $ 19,824.16 G. Street Light Inspsection Cost $ 3,834.32 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 63,306.81 Total Construction Fees: $ 70,959.23 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 1,278,376.60 x Completion Agreement=100%/Holds Plat $ 1,278,376.60 Cash Escrow Water/Sanitary Sewer=125% $ 239,138.13 Cash Escrow Paving/Storm Drain=125% $ 1,358,832.63 Letter of Credit=125%w/2yr expiration period $ 1,597,970.75 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: D.R. Horton-Texas, Ltd., a Texas Limited Parntership �~ By: D.R. Horton, Inc., a Delaware Corporation, its Authorized Agent Jesus J. Chapa Assistant City Manager Date: Name: Mark Allen Recommended by: Title: Assistant Secretary \ n Date: <<l 3f ZG I(. kj: l ATTEST: (Only if required by Developer) Wendy Chi- abulal, EMBA, P.E. Development Engineering Manager Water Department J/___61A�_ Sigtyttture l Name: Douglad. . Wiersig, P.E. Director Transportation &Public Works Department Approved as to Form &Legality: ATTEST: Richard A. McCracken Assistant City Attorney M&C No. toh+ a y J. Kayser City Secretary Date: l t�t3 l 1� OF FRT City of Fort Worth,Texas ;•' Standard Community Facilities Agreement EFT. WORT:Hl ORD CFA Official Release Date: 10.07.2015 �XAS ARY Page 9 of 11 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 I� Water Cost Estimate Exhibit A-1: Sewer Improvements Sewer Cost Estimate ® Exhibit B: Paving Improvements ®' Paving Cost Estimate l� 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: 10.07.2015 Page 10 of 11 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 2305 None City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 11 of 11 O 9 PBOejwcf �`q 9 10Cr4TI0N PARK FORT WORTH ITY LIMITS SALIN CITY LIMITS w Oi.. i U !� z SCALE: 1'=2000' o BAILEY-BOSWELL N RTH PAR ti N ¢ CLOVER I[Wm w GREEN W WiWA �@ Houston o w COLE Park FOX PARKp9 FAIR MEADOWS NORMANDY MEAUDW DALE MEADOW — o� �a �j a W J BOAZ G) lz n ANGI 15 U E:: D STAREE D.O.E. NO. 7252 WATER NO. P265-607150230583 SANITARY SEWER NO. P275-707130230583 DRAIN NO. LOCATION MAP CITYE PTRO ECTM O. 02305 W-2320 "TWIN MILLS -- SECTION 2, PHASE 213" x-22667 wFmcH INC. CONSUL T/NG ENG/NEERS r _ PARK ROAD (� ISIG R CA E LAN I I 4� I , FN �O N FIELD DRI lw W ' I I I a r t w N ti W r I BARLEY DRI a o ter' � I j I I EX RYE DRI '1 100% DEVELOPER'S COST 8" WATER LINES, FIRE HYDRANTS. GATE VALVES AND ASSOCIATED APPURTENANCES EXISTING 8" WATER LINES, FIRE.HYDRANTS, GATE VALVES AND ASSOCIATED APPURTENANCES NOTE: WATER SERVICE ARE TO BE INSTALLED IN THIS CONTRACT. SCALE: 1"=300' D.O.E. NO: 7252 EXHIBIT "A" WATER N0: P265-607150230583 SANITARY SEWER NO: P275-707130230583 WATER IMPROVEMENTS STREET/STORM DRAIN NO: W-2320 CITY "TWIN MILLS -- SECTION 2, PHASE 2B" X2667JECT NO. 02305 WELCH ENGT NF.FAUNC7, INC. CONSUL TING ENGINEERS 00 42 43 SECTION 00 42 43 BID PROPOSAL PROPOSAL FORM CONTRACT ITEMS Page 1 of 6 PROJECT:TWIN MILLS—SECTION 2,PHASE 2B (SUBDIVISION AND PARK ROAD) DATE:06-30-16 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Unit of Bid Quantity Unit Price Bid Value Section No. Measure FRENUM 3311.0261 8"PVC Water Pie 33 1112 LF 25 $95.00 $2,375.00 3312.3003 8"Gate Valve(Reinstall) 33 1220 EA 1 $2,961.00 $2,961.00 3312.3002 6"Gate Valve(Reinstall) 33 1220 EA 1 $2,961.00 $2,961.00 3312.0117 Connect.to Existing 8"Water Main 33 1225 EA 1 $1,928.00 $1,928.00 3312.0001 Fire Hydrant(Reinstall) 33 1240 EA 1 $4,173.00 $4,173.00 3311.0001 Ductile Iron Water Fittings 33 11 11 TON 0.5 $6,533.00 $3,266.50 3305.0109 Trench Safety 33 05 10 LF 25 $1.00 $25.00 9999.0001 Pressure/Sterilization Test 33 05 10 LS 1 $1,933.00 $1,933.00 3312.2003 1"Water Service(Wet taps) 33 12 10 EA 65 $873.00 $56,745.00 9999.9999 1"Water Service-Remove and cap 33 12 10 EA 10 $390.00 $3,900.00 Wet taps)(cut and plug) UNIT 1: WATER IMPROVEMENTS BID SUMMARY $80,267.50 CITY OF FORT WORTH TWIN MILLS-SECTION 2,PHASE 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DOE: 7252 Form Revised 20120120 City Project No.:02305 I �y PARK'ROA6 I IEE _— !! SUGAR YANE LANE I — F alss ui 1 CORN FIELD DRIVE ¢ i y !I7= ! I BARLEY DRIVE 013 EX W, e. v Hp,`tS�EO I � 1 I RYE DRIVE 100% DEVELOPER'S COST 8" SANITARY SEWER LINES AND ASSOCIATED APPURTENANCES SCALE: 1"=300' D.O.E. NO. 7252 EXHIBIT $$A--'1 WATER NO. P265-607150230583 SANITARY SEWER NO. P275-707130230583 SANITARY SEWER IMPROVEMENTS STREET/STORM DRAIN NO. W-2320 TY "TWIN MILLS -- SECTION 2, PHASE 2B" x 2667JECT N0, 02305 W FIJCH ENcXlNEERING, INC. CONSUL T/IVG ENG/NE'ERS 00 42 43 SECTION 00 42 43 BID PROPOSAL PROPOSAL FORM CONTRACT ITEMS Page 2 of 6 PROJECT:TWIN MILLS—SECTION 2,PHASE 2B (SUBDIVISION AND PARK ROAD) DATE:06-30-16 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Unit of Bid Quantity Unit Price Bid Value Section No. Measure 3331.4115 8"PVC Sewer Pipe(SDR-26) 33 1110 LF 765 $29.00 $22,185.00 3331.4116 8"PVC Sewer Pipe,CSS Backfill 33 11 10 LF 76 $48.00 $3,648.00 3339.1001 4'Manhole 33 39 20 EA 5 $4,170.00 $20,850.00 3331.3102 4"Sewer Service,Two-way cleanout 33 31 50 EA 25 $696.00 $17,400.00 3331.3311 Remove existing 4"Sewer Service 33 31 50 EA 9 $209.00 $1,881.00 cleanout 4"Sewer Service,Two-way cleanout 9999.0002 connect to existing sewer pipe in-place 33 31 50 EA 35 $1,110.00 $38,850.00 3331.3102 Remove Plug Connect to Main 33 31 50 EA 2 $1,179.00 $2,358.00 3301.0002 Post-CCTV Inspection 33 01 31 LF 841 $2.00 $1,682.00 3339.0002 Manhole Vacuum Testing 33 01 30 EA 5 $184.00 $920.00 3305.0113 Trench Water Stops(Clay Dams) 3305 10 EA 3 $201.00 $603.00 3305.0109 Trench Safety 3305 10 LF 841 $1.00 $841.00 UNIT 2: SANITARY SEWER IMPROVEMENTS BID SUMMARY 1 $111,218.00 CITY OF FORT WORTH TWIN MILLS-SECTION 2,PHASE 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DOE: 7252 Form Revised 20120120 City Project No.:02305 ASPHALT TRANSMON,ON` ' u I f PARK ROAD N �``• (RIGHT-OF-WAY VARIES) .� Nm SUGAR CANE LANE (5D'RIGHT-OF-WA 3 41'B- 29'B-B m �, i w_.� w CORN•FIELD DRIVE o z— t ( 50' RIGHT-OF-WAY) N W=p o ?r (fill 1 1 1111111 BARLEY DRIVE < 1 (50' RIGHT-OF-WAY) ; I — I11 I I I I I � DRw�_wnY) I I � 5� R4GNT� RYE DRIVE (50' RIGHT-OF-WAY) , T 100% DEVELOPER'S COST 6" PAVEMENT W/2% CROSS SLOPE ON 6" LIME SUBGRADE ® 100% DEVELOPER'S COST 7" PAVEMENT W/2% CROSS SLOPE ON 8" LIME SUBGRADE 100% DEVELOPER'S COST ASPHALT TRANSITION (2" TYPE "D" SURFACE COURSE, 4" TYPE "B" BASE COURSE, ON 6" LIME SUBGRADE) SCALE: 1"=300' D.O.E. NO. 7252 EXHIBIT 99899 WATER NO. P265-607150230583 SANITARY SEWER NO. P275-707130230583 PAVING IMPROVEMENTS STREET/STORM DRAIN NO. W-2320 "TWIN MILLS - SECTION 2, PHASE 213" CITY PROJECT NO. 02305 X-22667 WM-CH EW0 NIEERING, INC. CONSUL TING ENG11VEE1?S 00 42 43 SECTION 00 42 43 BID PROPOSAL PROPOSAL FORM CONTRACT ITEMS Page 4 of 6 PROJECT:TWIN MILLS-SECTION 2,PHASE 213 (SUBDIVISION AND PARK ROAD) DATE:06-30-16 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Unit of Bid Quantity Unit Price Bid Value Section No. Measure b 3213,0101 6"Conc Pvmt(Interior Streets) 3213 13 SY 6,472 $32.55 $210,663.60 3213.0102 7"Conc Pvmt(Twin Mills Bvld) 32 13 13 SY 4,584 $35.75 $163,878.00 3213.0102 7"Conc Pvmt(Park Road)(28.5') 3213 13 SY 3,190 $35.75 $114,042.50 3213,0501 6"-8"Lime Treatment 32 11 29 SY 15,177 $3.00 $45,531.00 3211.0400 Lime(36#/SY) 32 11 29 TN 303.00 $171.00 $51,813.00 3213.0501 ADA Ramp(R-1) 32 13 20 EA 8 $1,403.00 $11,224.00 3305,0107 Adjust Existing SSMH 3305 14 EA 6 $1,688.00 $10,128.00 3213.0301 4"Concrete Sidewalk 32 13 20 SF 4,485 $5.00 $22,425.00 3213.0301 4"Concrete Sidewalk- 10 foot width 32 13 20 SF 9,660 $5.00 $48,300.00 3212.0503 6"Asphalt Transition 32 12 16 SY 86.00 $65.00 $5,590.00 3217.0001 4"Solid White Striping 32 17 23 LF 70 $6.00 $420.00 3217.0201 8"Solid White Striping 32 17 23 LF 20 $6.00 $120.00 3213.0301 ADA Ramp(10-foot wide,Mod) 32 13 20 EA 2 $1,900.00 $3,800.00 OtrCUL 0241.1000 0241 15 SY 17 $24.00 $408.00 9999.0021 Install Barricade 31 36 00 LF 1 29.00 $30.00 $870.00 3441.4003 Stop Signs(R1-1) 34 41 30 EA 3 $454.00 $1,362.00 3217.0501 24"White Stop Bar 32 17 23 LF 48 $28.00 $1,344.00 9999.0022 Remove Street Barricade 31 36 00 LF 70 $3.00 $210.00 9999.0020 Concrete Street Header 31 36 00 LF 87.00 $10.00 $870.00 UNIT 4: PAVING IMPROVEMENTS BID SUMMARY $692,999.10 CITY OF FORT WORTH TWIN MILLS-SECTION 2,PHASE 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DOE: 7252 Form Revised 20120120 City Project No.:02305 Pyr or- L4- f Tins PARK ROAD 4� _jii -10' 10 — — – 21' I T iEl% 5'x3' RCB UA6RCS SUGAR CANE LANE 2x 10 108 _ II -------- --- --- --- ---- .. i 1 (" i `• •' r '�J 36 CP 4x3 10' 10' li TXDOT TYPE — - HEADWALL RE G Wr !. CORN FIELD DRIVE y BARLEY DRIVD`C�, i 0 4 II 24 ny 4'x3'RM T n6 LLJ i f RYE DRIVE' l; , � � ill � •�:. � 10' OR 20' INLET 100% DEVELOPER'S COST STORM SEWER AND INLET AND ASSOCIATED APPURTENANCES SCALE: 1"=300' D.O.E. NO. 7252 EXHIBIT "$B-lgt WATER NO. P265-607150230583 SANITARY SEWER NO. P275-707130230583 STORM DRAIN IMPROVEMENTS STREET/STORM DRAIN NO. W-2320 "TWIN MILLS - SECTION 2, PHASE 2B" X12660JECT N0. 02305 WELCH ENGINEFAUNG, I NC. CONSUL TING ENGINEERS 00 42 43 SECTION 00 42 43 BID PROPOSAL PROPOSAL FORM CONTRACT ITEMS Page 3 of 6 PROJECT:TWIN MILLS—SECTION 2,PHASE 2B (SUBDIVISION AND PARK ROAD) DATE:06-30-16 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Unit of Bid Quantity Unit Price Bid Value Section No. Measure FAM wa _. _ `. 3341.1302 6'x3'BOX LF 534 $279.00 $148,986.00 3341.1102 4'x3'BOX LF 223 $184.00 $41,032.00 3341.0302 30"RCP LF 188 $87.00 $16,356.00 3341.0205 24"RCP LF 122 $70.00 $8,540.00 3341.0201 21"RCP LF 65 $62.00 $4,030.00 3341.0103 18"RCP LF 34 $60.00 $2,040.00 9999,0010 Connect.to Existing RCP EA 1 $585.00 $585.00 3349.0010 4'Junction Manhole EA 1 $2,830.00 $2,830.00 9999.0011 Remove Existing Y-Inlet EA 1 $526.00 $526.00 9999.0012 Dual 6'x3'TxDOT Type"PW"Hdwal. EA 1 $7,054.00 $7,054.00 9999.0013 4'x3'TxDOT Type"PW"Hdwal. EA 1 $5,097.00 $5,097.00 9999.0014 Pedestrian Handrail LF 71 $119.00 $8,449.00 3349.5001 10'Inlet EA 4 $3,681.00 $14,724.00 3349.5003 20'Inlet EA 4 $6,946.00 $27,784.00 3137.0104 Rock Rip Rap SY 159 $64.00 $10,176.00 UNIT 3: STORM DRAIN IMPROVEMENTS BID SUMMARY $298,209.00 CITY OF FORT WORTH TWIN MILLS-SECTION 2,PHASE 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DOE: 7252 Form Revised 20120120 City Project No.:02305 �7 of r„�`• - PARK ROD GAR CANE LINE CORN FIELD DRIVE 9; I — —� — = > - oma• BARLEY DRI - U �AY5v v N RYE DRIVEr_' I I WILDOATS DRIVE I I -TTTIT-TT7TTTT7 -F-T 1 TI - - - - - - - - - Illllllllllllflllll - - - - - - - - I- * -- PROPOSED STREET LIGHT (100% DEVELOPER'S COST) A -- PROPOSED STREET SIGN (100% DEVELOPER'S COST) ❑-- PROPOSED GROUND BOX (100% DEVELOPER'S COST) -- EXISTING STREET LIGHT SCALE: 1"=300' D.O.E. N0. 7252 EXHIBIT WATER NO. P265-607150230583 SANITARY SEWER NO. P275-707130230583 STREET LIGHTS STREET/STORM DRAIN NO. W-2320 "TWIN MILLS — SECTION 2, PHASE 2B" X-22667 2CITY 66o.�ECT No. 02305 WELCH ENGINEERING', I NC. CONSUL TING ENGINEERS 00 42 43 SECTION 00 42 43 BID PROPOSAL PROPOSAL FORM CONTRACT ITEMS Page 5 of 6 PROJECT:TWIN MILLS—SECTION 2,PHASE 2B (SUBDIVISION AND PARK ROAD) DATE:06-30-16 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Unit of gid Quantity Unit Price Bid Value Section No. Measure Furnish/Install 70W-ATBO-30B,LED- 3441.3101 TYPE 2-70W-NW-NL-7PIN or equal 34 41 20 EA 20 $517.00 $10,340.00 Lighting Fixture 3441.3301 Fu Ilinsh/Install Rdwy Illum Foundation 34 41 20 EA 20 $1,237.00 $24,740.00 3605.3015 Furnish/Install Conduit-Schedule 80 26 05 33 LF 2442 $7.00 $17,094.00 PVC 2 inch Open Cut 3441.1409 ##6 Alum Wire 3441 10 CLF 2442 $2.00 $4,884.00 3441.3004 Furnish/Install Rdway Pole Type 11 34 41 20 EA 20 $1,802.00 $36,040.00 3441.1622 Furnish/Install Type 33B 34 41 10 EA 20 $138.00 $2,760.00 UNIT 5: STREET LIGHTING IMPROVEMENTS BID SUMMARY $95,858.00 CITY OF FORT WORTH TWIN MILLS-SECTION 2,PHASE 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DOE: 7252 Form Revised 20120120 City Project No.:02305