Loading...
HomeMy WebLinkAboutContract 48581 CITY sECRETARV CONTRACT NO. Project Information Cover Sheet: Governmental Entity/ISD Name: Fort Worth Transportation Authority Address, State,Zip Code: 801 Cherry St, Ste 850,Fort Worth, TX 76102 Phone&Email: richey.thompson e,fwta.org, 817-215-8629 Authorized Signatory,Title: Paul Ballard, President & CEO Project Name and Brief TeaRail EMF Description: Project Location: 801 Cherry St, Ste 850, Fort Worth,TX 76102 Plat Case Number: FS-15-273 Plat Name: <Plat Name> Mapsco: Council District: 4 City Project Number: 100535 CFA Number: 2016-098 DOE Number: N/A To be completed �,stnff Received by Date: �' �(p � % 9101r � �2q CV tea, Jp OF aF6OR��PP�\, `'' y IL otra City of Fort Worth,Texas FFT. R7 ECORD Governmental Entity/ISD Community Facilities Agreement CITY �ARY CFA Official Release Date: 07.01.2015 Page 1 of 10 FI, GOVERNMENTAL ENTITY/ISD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, the undersigned "Fort Worth Transportation Authority, a regional transportation authority created and operating under the authority of Chapter 452 of the Texas Transportation Code("FWTA"),desires to make certain specific improvements that will be owned and maintained by the City of Fort Worth, Texas, ("City") as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as TexRail ("Project") within the City of Fort Worth, Texas; 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,FWTA 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 FWTA 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. FWTA 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 FWTA to comply with the Policy in connection with the work performed by said contractors. To the extent the Policy is in conflict with this Agreement, this Agreement shall control. B. FWTA shall provide written certification from FWTA's Chief Financial Officer (or equivalent position regardless of title) that FWTA (governmental entity) has appropriated sufficient funds City of Fort Worth,Texas Governmental Entity/ISD Community Facilities Agreement CFA Official Release Date: 07.01.2015 Page 2 of 10 in the amount of$1,590,252.58, which the City acknowledges is adequate to pay for all work to be performed under this Agreement. FWTA acknowledges that the City's process for accepting the Improvements requires FWTA'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 FWTA for all the services provided under their contract. C. FWTA 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 pians, specifications and cost estimates provided for the Project and the exhibits attached hereto, as the same may be amended from time to time in accordance with this Agreement (collectively, the "Plans"). D. The following checked exhibits describe the Improvements and are incorporated herein: Water (A) Sewer(A-1) , Paving (B)J , Storm Drain (B-1) [ , Street Lights & Signs (C). E. [Intentionally omitted.] F. For all Improvements included in this Agreement for which FWTA awards construction contract(s), FWTA agrees to the following: a. To employ a construction contractor who is approved by the director of the department having jurisdiction over the infrastructure to be constructed, such approval not to be unreasonably withheld, conditioned, or delayed, provided said contractor meets 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. b. To require its contractor to furnish 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 work is commenced and to meet the requirements of Chapter 2253,Texas Government Code. City of Fort Worth,Texas Governmental Entity/ISD Community Facilities Agreement CFA Official Release Date: 07.01.2015 Page 3 of 10 c. 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 FWTA's standard specifications and contract documents for FWTA-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. d. 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. e. 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 FWTA's contractor, which issuance will be coordinated with FWTA's scheduling requirements for the construction. f. 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 in accordance with the Plans. G. FWTA shall provide, at its expense, all engineering drawings and documents necessary to construct the improvements under this Agreement. H. FWTA shall cause the installation or adjustment of the required utilities to serve the development or to construct the Improvements contemplated herein. L Except to the extent the City is responsible for such costs under existing license agreements or franchise agreements related to such utilities, the City shall not be responsible for any costs that may be incurred by FWTA 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: 07.01.2015 Page 4 of 10 J. To the extent permitted by applicable law and subject to the limitations hereinafter set forth, FWTA hereby releases and agrees to indemnify, defend and hold the City harmless for any material errors or omissions in the preliminary plans, specifications and cost estimates supplied by FWTA for this Agreement. K. To the extent permitted by applicable law and subject to the limitations hereinafter set forth, FWTA further covenants and agrees to, and by these presents does hereby, 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 negligence or intentional misconduct by FWTA or its contractors, subcontractors, officers, agents or employees in the construction, design, performance or completion of any work to be performed by said FWTA, its contractors, subcontractors, officers, agents or employees under this Agreement, or in consequence of any negligent failure to properly safeguard the work to be performed under this Agreement. L. FWTA 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 such contractor's negligence or intentional misconduct in the construction of the infrastructure contemplated herein. Further,FWTA will require its contractors to indemnify, and hold harmless the City for any losses, damages, costs or expenses suffered by the City caused as a result of said contractor's failure to complete the work and construct the improvements in accordance with the Plans. M. To the extent permitted by applicable law and subject to the limitations hereinafter set forth, the City covenants and agrees to, and by these presents does hereby, indemnify, hold harmless and defend FWTA, its contractors, 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 any negligence or intentional misconduct by the City or its contractors, subcontractors, officers, agents or employees in connection with the exercise of any of the City of Fort Worth,Texas Governmental Entity/ISD Community Facilities Agreement CFA Official Release Date: 07.01.2015 Page 5 of 10 City's rights or obligations under this Agreement or the City's operation and maintenance of the Improvements. N. Notwithstanding anything to the contrary contained herein, it is expressly understood and agreed that, in the execution of the Agreement and contracts incidental hereto,neither FWTA nor the City waives any immunity or defense that would otherwise be available to it against any claim arising from the Agreement, including the defense of governmental immunity, and FWTA and the City each shall hall be liable for only those claims for which liability is imposed on it by the Texas Tort Claims Act. O. Inspection and material testing fees are required as follows: i. FWTA shall pay in cash water and wastewater inspection fees and material testing fees equal to two percent (2%) for a total of 4% of FWTA's share of the total construction cost as stated in the construction contract. ii. FWTA 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 FWTA's share of the total construction cost as stated in the construction contract. iii. FWTA shall pay in cash street light inspection fees equal to four percent (4%) of the FWTA's street light construction cost as stated in the construction contract. iv. FWTA shall pay in cash the total cost of street signs. P. COMPLETION WITHIN 2 YEARS i. FWTA shall complete the Improvements within two (2) years, provided, however, if construction of the Improvements has started within the two year period, FWTA may request that the CFA be extended for one additional year. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) City of Fort Worth,Texas Governmental Entity/ISD Community Facilities Agreement CFA Official Release Date: 07.01.2015 Page 6 of 10 Cost Summary Sheet Project Name: TexRail EMF CFA No.: 2016-098 City Project No.: 100535 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 FWTA's Cost A. Water and Sewer Construction 1. Water Construction $ 36,396.35 2.Sewer Construction $ 51,523.45 Water and Sewer Construction Total $ 87,919.80 B. TPW Construction 1.Street $ 817,538.54 2.Storm Drain $ 609,719.65 3.Street Lights Installed by Developer $ 75,074.59 TPW Construction Cost Total $ 1,502,332.78 Total Construction Cost(excluding the fees): $ 1,590,252.58 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 1,758.40 D. Water/Sewer Material Testing Fee(2%) $ 1,758.40 Sub-Total for Water Construction Fees $ 3,516.80 E. TPW Inspection Fee(4%) $ 57,090.33 F. TPW Material Testing(2%) $ 28,545.16 G. Street Light Inspsection Cost $ 3,002.98 H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 88,638.48 Total Construction Fees: $ 92,155.28 Choice Financial Guarantee Options,choose one Amount Mark one Bond= 100% $ 1,590,252.58 Completion Agreement= 100%/Holds Plat $ 1,590,252.58 Cash Escrow Water/Sanitary Sewer= 125% $ 109,899.75 Cash Escrow Paving/Storm Drain= 125% $ 1,877,915.98 Letter of Credit=125%w/2yr expiration period $ 1,987,815.73 Statement ofAppropriated Funding For Governmental Entit /ISDs ONLY) X City of Fort Worth,Texas Governmental Entity/ISD Community Facilities Agreement CFA Official Release Date: 07.01.2015 Page 7 of 10 ACCORDINGLY,the City of Fort Worth and FWTA 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 FORT WORTH TRANSPORTATION AUTHORITY Flo-costa was �`C I � Pul Allard Assistant City Manager v Title: Pre ' nt& CEO Date: Date: fl ld?l)� Recommended by: L--7�(�Z Wendy Chi- abulal, EMBA, P.E. Development Engineering Manager Water Department j F P Douglas . Wiersig, P.E. Director ATTEST: Transportation&Public Works Department �. Approved as to Form &Legality: Mary' J. ser 0-5� City Secretary r/ Douglas . Black Assistant City Attorney M&C No. YIA Date: OFFICIAL RECORD City of Fort Worth,Texas CITY SECRETARY Governmental Entity/ISD Community Facilities Agreement CFA Official Release Date: 07.01.2015 FT.WORTH,TX Page 8 of 10 Contract Compliance Manager: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract,including ensuring all performance and reporting requirements. utk vvec-l('�f I Pa c: u e Wes erma evelopment Manager 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 Improvements Water Cost Estimate Exhibit A-1: Sewer Improvements Sewer Cost Estimate Exhibit B: Paving Improvements Paving Cost Estimate Exhibit B-1: Storm Drain Improvements Storm Drain Cost Estimate Exhibit C: Street Lights and Signs Improvements Street Lights and Signs Cost Estimate (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 05.01.2015 Page 9 of 10 ATTACHMENT"1" Changes to Standard Agreement Governmental Entity/ISD Community Facilities Agreement City Project No. 100 636 All occurances of "Developer" have been replaced with "FWTA" throughout the standard agreement. City of Fort Worth,Texas Governmental Entity/ISD Community Facilities Agreement CFA Official Release Date:07.01.2015 Page 10 of 10 9/29/2016 ""12 43 DAP-BID PROPOSAL Page I of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM TexRail-Equipment Maintenance Facility UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Description Unit of Specification Section Bid Unit Price Bid Value No. Measure No. Quantity UNIT I:WATER IMPROVEMENTS 1 3312.0117 Connection to Existing 4"-12"water Main EA 33_12 25 2 $850.00 $1,700.00 2 3312.2203 2"Water Service EA 33 12 10 1 $3,500.00 $3,500.00 3 3312.2801 6"Water Meter and Vault EA 33 12 11 1 $25,000.00 $25,000.00 4 3311.0061 6"PVC Water Pipe LF 3311 12 26 $18.00 $468.00 5 3311.0161 10"PVC Water Pipe LF 3311 12 5 $25.00 $125.00 6 3311.0001 Ductile Iron Water Fittings w/Restraint TON 33_11 11 0.15 $5,500.00 $825.00 7 3305,0109 Trench Safety LF 3305 10 31 $1.00 $31.00 8 _ 9 10 11 12 13 14 15 16 17 18 19 20. 21 22 23 24 25 26 27 28 29 30 _ 31 32 33 34 35 36 37 38 . 39 _ 40 41 42 43 44_ _ 45_ TOTAL UNIT I:WATER IMPROVEMENTS1 $31,649.00 CITY OF FORT NORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS WALSH RANCH-QUAIL VALLEY-PHASE 2A Form V—i-Sept—bcr L 2015 HZ PROJECT R303061l13 9/29/2016 01142 43 DAP-BID PROPOSAL Page 2 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM TexRail-Equipment Maintenance Facility UNIT PRICE BID Bidder's Application Project Item Infonnation Bidder's Proposal Bidlist Item Unit of Specification Section Bid No. Description Measure No. QuantityUnit Price Bid Value UNIT II:SANITARY SEWER IMPROVEMENTS 1 3305.##!## 16"Steel Casing Pipe LF 33 05 22 177 $68.00 $12,036.00 2 3305.##### Installation of 8"Carrier Pipe in Casing LF 33 05 24 177 $40.00 $7,080.00 3331.4115 8"Sewer Piper 3311 10 3 LF 3331 12 247 $38.00 $9,386.00 33 31 20 _ 3339.1001 4'Manhole 33 39 10 4 EA 33 39 20 4 $3,500.00 $14,000.00 5 3301.0101 Manhole Vacuum Testing EA 3301 30 4 $225.00 $900.00 6 3305.0109 Trench Safety LF 33 05 10 247 $1.00 $247.00 7 3301.0002 Post-CCTV Inspection LF 3301 31 424 $2.25 $954.00 8 3305.0113 Trench Water Stops EA 33 05 15 2 $100.00 _$200.00 9 10 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 _ 34 35 36 37 38 39 40 49 42 TOTAL UNIT II:SANITARY SEWER IMPROVEMENTS $44,803.00 CIT!'OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS WALSH RANCH-QUAIL VALLEY-PHASE 2A Form Version Septonbcr 1L,2015 HZ PROJECT R303061.03 9/29/2016 uu 4243 DAP-BID PROPOSAL Pagc 3 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM TexRail-Equipment Maintenance Facility UNIT PRICE BID Bidder's Application Project Item Infonnation Bidder's Proposal Bidlist Item Unit of Specification Section Bid Description Unit Price Bid ValueNo. Measure No. Quantity UNIT III:DRAINAGE IMPROVEMENTS 1 3341.0205 21"RCP,Class III LF 3341 10 26 $70.00 $1,820.00 2 3341.0205 24"RCP,Class III LF 3341 10 64 _ $80.00 $5,120.00 3 3341.0205 54"RCP,Class III LF 3341 10 64 $275.00 $17,600.00 4 3341.0205 60"RCP,Class III LF 3341 10 705 $325.00 $229,125._00 5 3341.0205 66"RCP,Class III LF 3341 10 508 $400.00 $203,200.00 6 3341.0205 72"RCP,Class III EA 3341 10 16 $460.00 $7,360.00 7 3349.0001 6'x6'Storm Junciton Box EA 33 49 10 1 $8,000.00 $8,000.00 8 3349.##1### Curb Inlets EA 33 49 20 2 $3,500.00 $7,000.00 9 3349.#### TXDOT Headwall for 54"RCP EA 33 49 40 1 $6,000.00 $6,000.00 10 3349.#### TXDOT Headwall for 72"RCP EA 33 49 40 1 $9,000.00 $9,000.00 11 3349.##t## TXDOT Headwall Parrallel Wings-2 Pipes EA 33 49 40 1 $10,000.00 $10,000.00 12 3349.##### TXDOT Headwall Parrallel Wings-3 Pipes EA 33 49 40 1 $15,000.00 $15,000.00 13 3349.##- TXDOT Traffic Rail Type 402(CIPDetail)_ LF 33 49 40 196 $42.00 $8,232.00 14 3305.0109 Trench Safety LF 33 05 10 1,367 $2.00 $2,734.00 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44_. 45 TOTAL UNIT 111:DRAINAGE IMPROVEMENTS $530,191.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS WALSH RANCH-QUAIL VALLEY-PHASE 2A F.-V—i-&pl—bc,1.2015 HZ PROJECT R303061,03 9/29/2016 1"4243 DAP-BID PROPOSAL Pngc 4 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM TexRail-Equipment Maintenance Facility UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Unit of Specification Section Bid No Description Measure No. Quantity Unit Price Bid Value UNIT IV:PAVING IMPROVEMENTS 1 3213.0501 Barrier Free Ramp,Type M-2 EA 32 13 20 4 $316,00 $1,264.00 2 ####.#### Connect to Existing Pavement LF 00 00 00 100 _ $80.80 $8,080.00 3 3216.0101 6"Conc Curb and Gutter LF 32 16 13 1,860 $21,00 $39,060.00 4 3213.0101 11"Conc Pvmt SY 32 13 13 6,352 $90.00 $571,680.00 5 #1# #.#1#kik# 8"Lime Treated Sub-grade 42 Ib/sy SY 3211 29 6,668 $2,38 $15,869.84 6 3333.####Hydrated Lime TON 00 00 00 _ 140 $142.00 $19,880.00 7 3213.0301 4"Conc Sidewalk SF 32 13 20 6,502 $7.10 $46,164.20 8 ####.##M# Asphalt Pavement SY 32 12 16 42 $127.25 $5,344.50 9 3217.0501 24"SLD Pvmt Marking HAE(V) LF 32 17 23 170 $1.25 $212.50 10 3217.0501 4"SLD Pvmt Marking HAE(W) LF 32 1723 1,582 $0.22 $348.04 11 3471.0001 Traffic Control MO 3471 13 4 $750.00 $3,000.00 12 13 14 15 16 17 18 19 _ 20 21 22 23 24 25 _ 26 27 28 29 _ 30 _. 31 - 32 33 34 _ 35 36 37 38 39 40 41 42 43 44 45 TOTAL UNIT IV:PAVING IMPROVEMENTS $710,903.08 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS WALSH RANCH-QUAIL VALLEY-PHASE 2A I`—Version September 1.21115 HZ PROJECT 11303061.03 9/29/2016 00 42 43 DAP-BID PROPOSAL Pug.5 or 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM TexRail-Equipment Maintenance Facility UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Unit of Specification Section Bid Unit Price Bid Value No. I I Measure No. Quantity UNIT V:STREET LIGHTING IMPROVEMENTS 1 2605.3011 2"Condt PVC SCH 40(T) LF 26 05 33 1175 $9.78 $11,491.50 2 3441.1501 Ground Box Type B EA 3441 10 1 $1,377.00 $1,377.00 3 3441.3201 LED Lighting Fixture EA 3441 20 7 See#5 See#5 4 3441.3301 Rdwy Ilium foundtion TY 1,2 and 4 EA 3441 20 7 $500.00 $3,500.00 5 3441.3350 Furnish/Install Rdway_Ilium TY 8 Pole _ EA 34 41 20 7 $5,200.00 $36,400.00 6 3441,3404 2-2-2-4 Quadplex Alum Elec Conductor LF_ 3441 20 1175 $10.65 $12,513.75 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 _ 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 TOTAL UNIT V:STREET LIGHTING IMPROVEMENTS $65,282.25 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS WALSH RANCH-QUAIL VALLEY-PHASE 2A F.-Version Scplrn bcr 1.2015 HZ PROJECT R303061.03 9/29/2016 004243 DAP-BID PROPOSAL Pngc 6 or 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM TexRail-Equipment Maintenance Facility UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Unit of Specification Section Bid No. Description Measure No. Quantity Unit Price Bid Value UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS 1 NONE 2 3 4 5 6 _ 7 8 9 10 11 12 13 14 _ 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 _ 31 32 33 34 35 36 37 38 39 40 41 42 43 44_ 45 1 _ TOTAL UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS CITY OF FORTWORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS WALSH RANCH-QUAIL VALLEY-PHASE 2A F.—Version September 1.2015 HZ PROJECT R303061.03 9/29/2016 110 a2 43 DAP-BID PROPOSAL Page 7 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM TexRail-Equipment Maintenance Facility UNIT PRICE BID Bidder's Application Project Item Infonnation Bidders Proposal Bidlist Item Unit of Specification Section Bid No. Description Measure No. Quantity Unit Price Bid Value Bid Summary UNIT I:WATER IMPROVEMENTS $31,649.00 UNIT II:SANITARY SEWER IMPROVEMENTS $44,803.00 UNIT III: DRAINAGE IMPROVEMENTS $530,191.00 UNIT IV:PAVING IMPROVEMENTS $710r903.08 UNIT V:STREET LIGHTING IMPROVEMENTS $65,282.25 IUNITVI�TRAFFIG SIGNAL IMPROVEMENTS Total Construction Bidi $1,382,828.33 Escrow Pledge 115%,of Total Project Costs 1 $1,590,252.58 Contractor agrees to complete WORK for FINAL ACCEPTANCE ISO C calendar days after the date when the CONTRACT commences to nm as provided in the General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS WALSH RANCH-QUAIL VALLEY-PHASE 2A Form Version September 1.2015 HZ PROJECT 113113061.113 IM Nr, I t ; INTERSTATE 820 ® Narthef-o0o"Bhd ryorthelnCCcss Blvd Northexn C C ro F Y Grua)SI't Pkwy � 2, © Clay Ave US Past Office a o Meauham Blvd Meacham Blvdz Idearhan, Dillard's m M Disttibutl6h Center 7 LU a a � w z nal Rd J 1.0 Q ��e Z N ��GN m 3 er St o' Z Z Ld o PROJECT SITE A U l� w N N S I: E LONG AVE .. Broadway ui NORTH J_ U Z LOCATION MAP w N.T.S. 0 �I 0 0 V) M t O M a_ 0 O K a 12 COVER SHEET TEXRAIL MAINTENANCE FACILITY N November 18,2016 J ��� a x Xg. Y t O low, � h h ; I - I ,r I r �y III I I r' / r w III WATER METER I PROPOSED WATER I EASEMENT cn — — — — . GATE VALVE IRRIGATION METER I I EXISTING METER TO BE REMOVED I EXISTING PRESSURE PLANE VALVE w \7 o EXISTING FIRE HYDRANT F m I = I W I U I / I � I I j Z 3 o � 0 0 M / 0 O K d N EXHIBIT 'A' NORTH WATER LINE N TEXRAIL MAINTENANCE FACILITY November 18,2016 SCALE: 1 " = 50' X� 1 0 25 50 100 XISTING 8" SEWER —ss— — 4��SEK :-7R s— EXIST/NG SEWER MANHOLE MANHOLE wLU W SEW R MANH00. a i - i g� XF , ' A0 ' / Oh }. ANQ Ln Y 3- x x ' 11 z L000- SEWER MANHOLE w / ' o I o1100, SANITARY r� it 8" SWR SEWER V) 1of EASEMENT 0 a M EXHIBIT 'A-1' NORTH SANITARY SEWER N TEXRAIL MAINTENANCE FACILITY November 18,2016 SCALE: 1 " = 50' = 0 25 50 100 Bei i 5' SIDEWALK ',,i 5' SIDEWALK 0 7.5" CONCRETE PAVEMENT 0 4" SIDEWALK PAVEMENT 5' SIDEWALK 5' SIDEWALK w 5' SIDEWALK / x w Q U J J N I U O - E. LONG AVE o M K d' a M EXHIBIT 'B' NORTH PAVING N TEXRAIL MAINTENANCE FACILITY November 18,2016 SCALE: 1 " = 200' 0 100 200 400 JHAMILTON 11/16/2016 1:45PM I:\PROJ\R30043401\04_DESIGN\CML\CFA\EXHIBITS\_STORAI2.DWG I �• N I EARTHEN CHANNEL 54" RCP , CH-FW-O HEADWALL Q I ----------------- ---- --- ------ ��`--- I CONNECT TO EXISTING 54" RCP• I i I I i 1 EXISTING 54" RCP � I EXHIBIT'B-1' NORTH STORM DRAIN SHEET 1 OF 2 TEXRAIL MAINENANCE FACILITY " November 18,2016 SCALE: 1" = 200' `• 0 100 200 400 i I EARTHEN CHANNEL I I I f I • - - — - - - - - - - I DROP HEADWALL 72" RCP7 cn Z i 66" RCP 01 24" RCP 15' RECESSED CURB INLET W/ PLUG 24" RCP 66" RCP 66" RCP I CH—PW—S -,A HEADWALL CH—PW—S HEADWALL 2— 60" RCP 0 21 " RCP 60" RCP O cn / 10' CURB INLET m w 60" RCP STD. 6'x6' JUNCTION BOX EXISTING 60" RCP CONNECT TO U) EXISTING 60" RCP 0 E. LONG AVE —So-- d EXHIBIT '13-1' NORTH STORM DRAIN SHEET 2 OF 2 TEXRAIL MAINTENANCE FACILITY November 18,2016 SCALE: 1" = 200' J �5.. 6 100 200 400 %` � - LEGEND HOLOPHANE STREET LIGHT —Eu ELECTRICAL UNDERGROUND W A q fY QUADRUPLEX ALUMINUM 2-2-2-4 UD XLP. QUADRUPLEX ALUMINUM 2=2-2-4 UD XLP. J TRANSOCKET X METERED w PEDESTAL U / J 1 UTILITY `. _-- CD cn Lu TRANSFORMER / .. PULL BOX 0 -_ E. LONG AVE EXHIBIT 'C' NORTH STREET LIGHTS TEXRAIL MAINTENANCE FACILITY cli November 18,2016 the SCALE: 1 " = 200' J 6 100 200 400 \�tj