Loading...
HomeMy WebLinkAboutContract 49038 CITY SECRETARY CONTRACT NO, 413 9 COMMUNITY FACILITIES AGREEMENT WITH LESS THAN S100K CITY PARTICIPATION Developer Company Name: FG Aledo Development, LLC Address, State,Zip Code: 3045 Lackland Road, Fort Worth TX 76116 Phone&Email: 817-731-7595,keill@sableholdin sg com Authorized Signatory,Title: Kimberly Gill,President Project Name: Morningstar Section 5 Phase 3 Brief Description: Water, Sewer,Paving, Storm Drain, Street Lights Project Location: FM 3325 Parker County Plat Case Number: FP-16-023 Plat Name: Morningstar Development Mapsco: 710-Z Council District: <CD#> City Project Number: 100723 CFA Number: 2017-005 DOE Number: <DOE#> To be completed by star-�4r-yl Received by: /20 Date: P� pM t z 3 4 s _o a°r1 cp twd �a OFFICIAL RECORD CITY SECRETARY City of Fort Worth,Texas WORTH TX Standard Community Facilities Agreement with City Participation-Morningstar Section 5 Ph e 3 CFA Official Release Date:01.22.2017 Page 1 of 12 COMMUNITY FACILITIES AGREEMENT WITH LESS THAN$100K CITY PARTICH'ATION THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, FG Aledo Development, 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 Morningstar Section 5 Phase 3 ("Project")within the City of Fort Worth, Texas("City"); and WHEREAS, the City has reviewed the proposed Improvements and desires to have the Developer oversize the proposed Improvements to provide capacity for future development in the area ("Oversized Improvements"); 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; and WHEREAS, The City's cost participation shall be in an amount not to exceed $ 43, 814.00 ("Participation");and WHEREAS,the City has requested the Developer to cause, and the Developer agrees to cause,the design,permitting and construction of the Project for which the City will, subject to City Council approval, reimburse the Developer for the City's portion of those costs after City's final acceptance of the Project; and WHEREAS,the Developer shall publicly bid the project in accordance with Chapter 252 of the Texas Local Government Code 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. City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-Morningstar Section 5 Phase 3 CFA Official Release Date:01.22.2017 Page 2 of 12 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 further acknowledges that said acceptance process requires the Developer's contractor(s) to submit a signed 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 will 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) 01, Sewer (A-1) N, Paving (B) ®', Storm Drain (B-1) 0, Street Lights & Signs (C) N. E. The Developer shall award all contracts for the construction of community facilities in accordance with Section II,paragraph 7 of the Policy and the contracts for the construction of the public infrastructure 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 City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-Morningstar Section 5 Phase 3 CFA Official Release Date:01.22.2017 Page 3 of 12 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 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 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 with City Participation-Morningstar Section 5 Phase 3 CFA Official Release Date:01.22.2017 Page 4 of 12 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. City will be responsible for the costs of utility relocation necessitated by the City's participation in this Agreement. 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 (including death) or damages sustained by any persons 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, its contractors, sub-contractors, officers, agents or employees, whether or not such iniuries, 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. The 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 City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-Morningstar Section 5 Phase 3 CFA Official Release Date:01.22.2017 Page 5 of 12 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 and further apportioned in the Cost Summary Table below 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 necessary for Developer's portion of the Project. P. COMPLETION WITHIN 2 YEARS i. The City's obligation to participate (exclusive of front foot charges) in this Agreement shall terminate if the Improvements are not completed 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 (1) additional year. If the Improvements are not completed within such extension period, there will be no further obligation of the City to participate. City participation in this CFA shall be subject to the annual availability of City funds as approved by the City Council. City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-Morningstar Section 5 Phase 3 CFA Official Release Date:01.22.2017 Page 6 of 12 ii. Subject to paragraph i, above, the City shall reimburse Developer for the City's costs upon presentation of proper documentation of completion of installation of the Oversized Improvements. iii. 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. iv. 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. V. The City may utilize the Developer's financial guarantee to cause the payment of costs for construction of the Improvements 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 with City Participation-Morningstar Section 5 Phase 3 CFA Official Release Date:01.22.2017 Page 7 of 12 Cost Summary Sheet Project Name: Morningstar Section 5 Phase 3 CFA No.: 2017-005 City Project No.: 100723 Items Developer's Cost City's Cost Total Cost A. Water and Sewer Construction 1. Water Construction $ 321,951.70 $ 42,128.00 $ 364,079.70 2.Sewer Construction $ 275,746.80 $ - $ 275,746.80 Water and Sewer Construction Total $ 597,698.50 $ 42,128.00 $ 639,826.50 B. TPW Construction 1.Street $ 790,970.08 $ - $ 790,970.08 2.Storm Drain $ 269,357.50 $ $ 269,357.50 3.Street Lights Installed by Developer $ 68,145.00 $ $ 68,145.00 4. Signals $ - $ $ - TPW Construction Cost Total $ 1,128,472.58 $ $ 1,128,472.58 Total Construction Cost(excluding the fees): $ 1,726,171.08 $ 42,128.00 $ 1,768,299.08 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 11,953.97 $ 842.56 $ 12,796.53 D. Water/Sewer Material Testing Fee(2%) $ 11,953.97 $ 842.56 $ 12,796.53 Sub-Total for Water Construction Fees $ 23,907.94 $ 1,685.12 $ 25,593.06 E. TPW Inspection Fee(4%) $ 42,413.10 $ - $ 42,413.10 F. TPW Material Testing(2%) $ 21,206.55 $ $ 21,206.55 G. Street Light Inspsection Cost $ 2,725.80 $ $ 2,725.80 H. Signals Inspection Cost $ - $ $ - J.Civil/Geotechnical Engineering&Survey(20%) $ - $ - TPW Construction Fees Subtotal $ 66,345.45 $ $ 66,345.45 Total Construction Fees $ 90,253.39 $ 1,685.12 $ 91,938.51 TOTAL PROJECT COST $ 1,816,424.47 $ 43,813.12 $ 1,860,237.59 Financial Guarantee Options,choose one Amount Choice (Mark one) Bond=100% $ 1,726,171.08 Completion Agreement=100%/Holds Plat $ 1,726,171.08 x Cash Escrow Water/Sanitary Sewer=125% $ 747,123.13 Cash Escrow Paving/Storm Drain=125% $ 1,410,590.73 Letter of Credit=125%w/2yr expiration period $ 2,157,713.85 The costs stated herein may be based upon construction estimates rather than actual costs. The City's portion of inspection and material testing fees are directly allocated to the City's accounts for charges and does not reimburse the Water Inspection and Material Testing Fees to the Developer. The City's participation estimate shall be limited to the unit prices contained in City of Fort Worth Ordinance No. 19192-06-2010, as amended, ("Unit Price Ordinance") or as determined by public competitive bid. The City's cost participation (excluding inspection and material testing fees) is not a lump sum amount and may be less than stated above City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-Morningstar Section 5 Phase 3 CFA Official Release Date: 01.22.2017 Page 8 of 12 depending upon actual quantities as shown on the Notice of Final Completion package(`Green sheet') and based on unit prices from the construction contract documents. In no event shall the City pay more per unit than as determined pursuant to the Unit Price Ordinance or public competitive bid. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-Morningstar Section 5 Phase 3 CFA Official Release Date:01.22.2017 Page 9 of 12 IN TESTIMONY WHEREOF, the City of Fort Worth has caused this instrument to be executed in quadruplicate in its name and on its behalf by its Assistant City Manager, attested by its City Secretary, with the corporate seal of the City affixed, and said Developer has executed this instrument in quadruplicate, effective as of the date subscribed by the City's designated City Manager. CITY OF FORT WORTH DEVELOPER _ FG Aledo Development,LLC Jesus J. Chapa r Assistant City Manager Name: Kimberly Gill S r� �/ � Title: President Date: Date: �f Recommended by: / ATTEST: (Only if required by Developer) Wendy Chi- abulal, EMBA, P.E. Development Engineering Manager Signature 7):epartment Name: <Name> &J. Douglas 81. Wiersig,P.E. Contract Compliance Manager: Director By signing I acknowledge that I am the person Transportation&Public Works Department responsible for the monitoring and administration of this contract, including Approved as to Form &Legality: ensuring all performance and reporting requirements. Richard A. McCracken Assistant City Attorney M&C No. tilo, Date: 1 I1�1�t►►+G: - Form 1295: ATTEST: OF F®R T;-I le: _- - -r124A 6 R—r:Z-T-A rrc-1 Nfary City SeJ.c ac X V :® — nPAJI 4.�'� Vlll�IlSi I?�t1TC�"Z City of Fort Worth,Texas ..."" Standard Community Facilities Agree •ticipation- Morningstar Section 5 Phase 3 OF:SZIAL RECORD CFA Official Release Date: 01.22.2017 Page 10 of 12 CICReTARY- WQRTH,TX John Carman Director Water Department e a a 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 with City Participation ®' Location Map ® Exhibit A: Water Improvements ©' Water Cost Estimate ®! Exhibit A-1: Sewer Improvements Sewer Cost Estimate ❑X` 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 with City Participation-Morningstar Section 5 Phase 3 CFA Official Release Date:01.22.2017 Page 11 of 12 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 100723 None City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-Morningstar Section 5 Phase 3 CFA Official Release Date:01.22.2017 Page 12 of 12 , �\ �� wNITE OAK C TION SECTION y� 11/c <.S PHASEN 5 �O O� Fek MORNING o MIST TR. N.T.S. OLD WEATHERFORD P eR ��✓ OLD WEATHERFORD 1 LiEON � qR,S —/r CHAPIN 1187 20 -1 30 58 �- souTH MA YS 1 r Underwood ) j Cemetery / UNION U `�ALEDO %i Y z c < r 8 UNION PACIFIC R R —5 LOCATION MAP WATER NO. 59601-0600430-100723-001480 SANITARY SEWER NO. 59607-0700430-100723-001380 MORNINGSTAR STREET/STORM DRAIN NO. W-2455 SECTION 5, PHASE 3 x-24082JECT N0. 100723 WELCH ENGINEERING, INC. CONSUL TING ENG//VEERS 5. .�' PROP. 8'W \ \ \ \ `\ 4 G� ..;'�• �,."__ / ROP. 12"W \ ` / t LE \ \ `l 4\1 4 P OP\8"W� PROP. TI ',WHOP.12.Wi`�/ ��. 1• \ J Kt l\ .•. i� i _j �) N PROP.`16 W 4 4'S• l ...k i�`•.\ `'� ��/, .`` :,,\QN:. PROP. 8`W j, PROP.-16 W 3 i iPROP 8 —a \ PROP, 8`W� U1 \ £xrsr. e'w I, ISI I EX/ST. 8`W V IN—EX/ST. 12'wI EX/ST.'8'W I Ili I � ``�Y�. '•` � �'�( I , ISI i bARALILY WAY j f ��s,� R S7- ,, T EX/ST. 8'w1 y iF I t z j lidEVERLYI CT I 1100. io EX/ST. 8'W i III � 1 II EX/ST. 8"W 4 5' --• \ III ! PRIMROSE GARDEN 1007. DEVELOPER'S COST 8" AND 12" WATER LINES, FIRE HYDRANTS, GATE VALVES —AND ASSOCIATED APPURTENANCES CITY PARTICIPATION- 16" WATER LINE, GATE VALVES AND ASSOCIATED APPURTENANCES SCALE: 1"=300' EXHIBIT "A" WATER NO. 59601-0600430-100723-001480 WATER IMPROVEMENTS SANITARY SEWER NO. 59607-0700430-100723-001380 MORNINGSTAR STREET/STORM DRAIN NO. W-2455 CITY SECTION 5, PHASE 3 X-2 008R2JECT N0. 100723 WELCH ENGINEERING, I NC. CONSUL TING ENG/NE-ERS PROP. B"S� �r Z PROP. 10 bb PROP. B'SS � '.� �� /' ,•�/!PROP. 8"SS PROP. B"SS �1Z ivy'' PF 00. B"ss- -, —v - �I O --'_Lf �'�'PROP.,B"SSi I I I( O_.-. EXIST. B SS i ;}}} -_ �I I \ �, • rL10RNINGSTAR .,,:• � ....- }, \ ,,SECTION 5 PHASE 2,.'' y £�isr. e-u SARALILY' WAY j Exrsr. a,�s: I I I I EXIST. a• EXIST. 8 SS EVERLY CT \ I EX/ST. 8 SS I ' EX/sT. 8 SS I MORNINGSTAR I i i SECTION 5 ,. PHASE 1 , 0 11 PRIMROSE GARDEN CT'1 un- MST \.c I I 100% DEVELOPER'S COST 8" SANITARY SEWER LINES AND ASSOCIATED APPURTENANCES EXHIBIT "A-1" SCALE: 1"=300' WATER NO. 59601-0600430-100723-001480 SANITARY SEWER IMPROVEMENTS SANITARY SEWER NO. 59607-0700430-100723-001380 MORNINGSTAR STREET/STORM DRAIN NO. W-2455 CITY SECTION 5, PHASE 3 X-24082JECT N0. 100723 WELCH ENGINEERIN0, T NC. CONSUL TING ENGINEERS SHEET 1 OF 2 t 4` 1 t 1 1 \+ i ,fir ` �,. \�,..�0 1 I� O��I N� ,:; �k \. d�• ,� i`d's:~ \ ,,;N� '�+...._.__.___-'•�) I ._.. ..,�� C7 85 SECTION 5 ' PHASE 2 ' 77 j \ z \\ fSARALILY WAYS 50'R.O.W. � •! \� ��?s. ''.✓ ''` m i L I EVERLY CIT ...... sol��r ,m m \ X50'R.O.W. eRw 11'gY M"ORNlNGSTAR Y j �-SECTION 5 , PHASE .t z A I r PRIMROSE GARDEN CT\, o I f 150'R.O.W. I I i I \ 100% DEVELOPER'S COST 6" PAVEMENT W/2% CROSS SLOPE ON 6" LIME SUBGRADE ® 100% DEVELOPER'S COST 7.5' PAVEMENT W/2% CROSS SLOPE ON 8" LIME SUBGRADE EXHIBIT "B" SCALE: 1"=300' WATER NO. 59601-0600430-100723-001480 PAVING IMPROVEMENTS SANITARY SEWER NO. 59607-0700430-100723-001380 MORNINGSTAR STREET/STORM DRAIN NO. W-2455 CIT SECTION 5, PHASE 3 X-2Y4082JECT N0. 100723 WELCH ENGINE�G, INC. CONSUL TING ENGINEERS FUTURE 4-9X6'ANO I-9X8' mili ii-flox cut wRr AXE- R`v 42'RCP 0, 24"RCP 20, 214V" CP--• 2 "RC 26;j 20 '-36"RC 4"RCP A"prp t Ld z C-) _n0 I to 70 LL_ _r rn_ 0 3: 70 z x LA i4k­ 0ST CTION 5 PHASE 0 1p IN SARALILY WAY 4- .. ........... EvERLY CT 0 uj MORNINGSTAR 0 (L F-sEmoN 5 PHASE I IPRIMROSE GARDEN CT 10', 15, OR 20' INLET--,, 100% DEVELOPER'S COST STORM SEWER AND INLET AND ASSOCIATED APPURTENANCES SCALE: 1"=300' -EXHIBIT 19B-1$9 WATER NO. 59601-0600430-100723-001480 STORM DRAIN IMPROVEMENTS SANITARY SEWER NO. 59607-0700430-100723-001380 MORNINGSTAR STREET/STORM DRAIN NO. W-2455 CITY SECTION 5, PHASE 3 X-24082PROJECT NO. 100723 WELCH ]ET-401NEERIN0, I NC. CONSULTING ENGINEERS , `,. ; \ \SONE• h� ;_.^ . _ _:_./ i/•"�......„ \ G:. ILLJ 16 It 0 GOrn �R� \ \ i 0 R- SECTION 5 , PHASE 2 \\ j I SARALILY WAY i ... ` .� EVERLY CT } I i ! la AIORNINGSTAR O ill SECTION 5 , PHASE I PRIMROSE GARDEN CT\ *-- PROPOSED STREET LIGHT (100% DEVELOPER'S COST) -- PROPOSED STREET SIGN (100% DEVELOPER'S COST) ■ -- PROPOSED GROUND BOX (100% DEVELOPER'S COST) SCALE: 1"=,300' EXHIBIT 99cso WATER NO. 59601-0600430-100723-001480 STREET LIGHTS SANITARY SEWER NO. 59607-0700430-100723-001380 STREETSTOMORNINGSTAR CITY PROJECTMNO. 11007 3 W-2455 SECTION 5, PHASE 3 X-24082 WELCH ENOINEERINCx, INC. CONSUL TING ENGINE-ERS 00 42 43 DAP-BID PROPOSAL Page 1 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM CFA VALUES 12/29/2016 MORNINGSTAR-SECTION 5,PHASE 3 CPN: 100723 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification I Unit of Bid Item Description Unit Price Bid Value No. Section No. Measure Quantity UNIT I:WATER IMPROVEMENTS 1 3311.0161 6"Water Pipe 33 11 12 LF 50 $26.00 $1,300.0 2 3311.0261 8"Water Pipe 33 11 12 LF 3,713 $29.50 $109,533.5 3 3311.0441 12"Water Pipe 33 11 12 LF 649 $49.00 $31,801.0 4 3311.0541 16"Water Pipe 33 11 12 LF 401 $65.00 $26,065.0 5 3312.3002 6"Gate Valve 331220 EA 6 $850.0 $5,100.0 6 3312.3003 8"Gate Valve 33 1220 EA 12 $950.0 $11,400.0 7 3312.3005 12"Gate Valve 33 1220 EA 2 $2,000.0 $4,000.0 8 3312.3006 16"Gate Valve w/Vault 33 1220 EA 1 $14,000.0 $14,000.0 9 3312.0117 Connect.to Existing 4"-12"Water Main 33 1225 EA 3 $800.0 $2,400.0 10 3312.0106 Connect.to Existing 16"Water Main 33 1225 EA 1 $2,100.0 $2,100.0 11 3312.0001 Fire Hydrant 33 1240 EA 5 $3,400.0 $17,000.0 12 3312.1002 Air Valve Assembly-2"V1ave(D138) 33 1230 EA 5 $7,800.0 $39,000.0 13 3311.0001 Ductile Iron Water Fittings 33 11 11 TON 3 $5,500.0 $16,500.0 14 3305.0109 Trench Safety 3305 10 LF 4,813 $0.40 $1,925.2 15 3312.2003 1"Water Service 33 12 10 EA 87 $780.00 $67,860.0 16 3471.0001 Traffic Control 3471 13 Mo 2 $2,500.00 $5,000.0 17 3125.0101 SWPPP>I acre 31 2500 LS I $3,600.00 $3,600.0 TOTAL UNIT I:WATER IMPROVEMENT $358,584.70 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version April 2,2014 201336133-CFA COST and QUANTITIES-SECTION 5 PHASE 3-12-29.16 00 42 43 DAP-BID PROPOSAL Page 2 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM CFA VALUES 12/29/2016 MORNINGSTAR-SECTION 5,PHASE 3 CPN: 100723 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Unit of Bid Item Description Unit Price Bid Value No. Section No. Measure Quantity UNIT II:SANITARY SEWER IMPROVEMENTS 1 3331.4115 8"Sewer Pipe 3331 20 LF 3,330 $34.0 $113,220.0 2 3331.4116 8"Sewer Pipe,CSB Backfill 33 11 10 LF 86 $75.0 $6,450.0 3 3331.4201 10"Sewer Pipe 3331 20 LF 245 $42.00 $10,290. 4 3331.4202 10"Sewer Pipe,CSB Backfill 33 11 10 LF 13 $90.0 $1,170.0 5 13331.4208 12"Sewer Pipe 33 31 20 LF $64.00 6 3305.0116 Concrete Encasement 3305 10 CY 15 $50.00 $750.0 7 3305.0112 Concrete Collars 3305 15 EA $150.0 8 3339.1001 4'Manhole 33 39 20 EA 15 $3,600.0 $54,000.0 9 3339.1002 4'Drop Manhole 33 29 20 EA 2 $7,500.0 $15,000.0 10 3339.1003 4'Extra Depth Manhole 33 39 20 VF 67 $150.0 $10,050.0 11 3331.3101 4"Sewer Service,Two-way cleanout 3331 50 EA 86 $385.0 $33,110.0 12 3301.0002 Post-CCTV Inspection 33 01 31 LF 3,674 $2.80 $10,287.2 13 3301.0101 Manhole Vacuum Testing 33 01 30 EA 17 $150.0 $2,550.0 14 3339.0001 Epoxy Manhole Liner 33 39 60 VF 58 $200.0 $11,600.0 15 3305.0109 Trench Safety 3305 10 LF 3,674 $0.40 $1,469.6 16 9999.0001 Connect to Existing Sanitary Sewer Main 33 11 10 EA $500.0 17 3305.0113 Trench Water Stops 33 05 10 EA 16 $250.00 $4,000.0 18 3125.0101 SWPPP>1 acre 312500 LS 0.5 1 $3,600.00 $1,800.0 TOTAL UNIT II:SANITARY SEWER IMPROVEMENT $275,746.80 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version April 2,2014 201336E3-CFA COST and QUANTITIES-SECTION 5 PHASE 3-12.29.16 00 42 43 DAP-BID PROPOSAL Page 3 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM CFA VALUES 12/29/2016 MORNINGSTAR-SECTION 5,PHASE 3 CPN: 100723 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Unit of Bid Item Description Unit Price Bid Value No. Section No. Measure Quantity UNIT III:DRAINAGE IMPROVEMENTS 1 3305.0109 Trench Safety 3305 10 LF 1,551 $0.50 $775.5 2 3341.0402 42"RCP,Class 1II 3341 10 LF 402 $115.0 $46,230.0 3 3341.0309 36"RCP,Class III 3341 10 LF 174 $90.0 $15,660.0 4 3341.0307 30"RCP,Class III 3341 10 LF 579 $68. $39,372.0 5 3341.0205 24"RCP,Class III 3341 10 LF 396 $60.0 $23,760.0 6 3349.0001 4'Storm Junction Box 3349 10 EA 2 $4,300.0 $8,600.0 7 3349.0002 5'Storm Junction Box 33 49 10 EA 1 $5,800.0 $5,800.0 8 3349.5003 20'Curb Inlet 33 49 20 EA 10 $7,500.0 $75,000.0 9 3137.0104 Medium Stone,Riprap,dry 31 37 00 SY 596 $85.0 $50,660.0 10 3125.0101 SWPPP>I acre 31 25 00 LS I $3,500.00 $3,500.0 TOTAL UNIT III:DRAINAGE IMPROVEMENT $269,357.50 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version April 2,2014 201336E3-CFA COST and QUANTITIES-SECTION 5 PHASE 3-12.29.16 00 42 43 DAP-1311D PROPOSAL Page 4 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM CFA VALUES 12/29/2016 MORNINGSTAR-SECTION 5,PHASE 3 CPN: 100723 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Uni7ol Bid[tern Description Unit Price Bid Value No. Section No. Meauantity UNIT IV:PAVING IMPROVEMENTS 1 3213.0101 6"Conc Pvmt 32 13 13 SY 12,132 $32.22 $390,893.0 2 3211.0501 6"Lime Treatment 32 1129 SY 12,921 $2.15 $27,780.1 3 3211.0400 Hydrate Lime 321129 TN 193.81 $162.00 $31,397.2 4 9999.0001 7.5"ConcPvmt 321313 SY 5,517 $35.84 $197,729.2 5 3211.0502 8"Lime Treatment 321129 SY 5,876 $2.35 $13,808.6 6 3211.0400 Hydrate Lime 32 1129 TN 117.57 $162.00 $19,046.3 7 3213.0301 4"Concrete Sidewalk(5'&10') 32 13 20 SF 15,694 $4.60 $72,192.4 8 3213.0501 Barrier Free Ramp-Type R-1 32 13 20 EA 14 $1,085.0 $15,190.0 9 3213.0506 Barrier Free Ramp-Type P-1 32 13 20 EA 4 $660.00 $2,640.0 10 3441.4003 Furnish&Install Ground Mount post w/Stop& 3441 30 EA 19 $8,645.0 Directive $455.0 11 9999.0003 Street Name Plates for Street Intersection 34 41 30 EA 7 $143.50 $1,004.5 12 3217.0501 24"Solid White Stop Bar Paint(W) 32 17 23 LF 25 $16.35 $408.75 13 3217.0001 4"Solid Pvmt Marking Paint(W) 32 1723 LF 60 $2.65 $159.0 14 3217.0002 4"Solid Pvmt Marking Paint(Y) 32 1723 LF 80 $2.65 $212.0 15 9999.0004 Street barricade(street dead ends) 31 36 00 LF 60 $28.40 $1,704.0 16 3471.0001 Traffic Control 347113 MO 2 $1,150.0 $2,300.0 17 3137.0104 Small Stone,Riprap,concrete 31 37 00 SY 41 $72.8 $2,984.8 18 3125.0101 SWPPP>1 acre 31 25 00 LS 1 $2,875.0 $2,875.0 TOTAL UNIT IV:PAVING IMPROVEMENT $790,970.06 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Foran Version April 2,2014 201336113-CFA COST and QUANTITIES-SECTION 5 PHASE 3-12.29.16 00 42 43 DAP-BID PROPOSAL Page 5 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM CFA VALUES 12/29/2016 MORNINGSTAR-SECTIONS,PHASE 3 CPN: 100723 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Unit of Bid Item Description Unit Price Bid Value No. Section No. Measure Quantity UNIT V:STREET LIGHTING IMPROVEMENTS 9999.0000 Holophane-Columbia Aluminum Pole, Washington- 14.5'Luminaire WFL-l00W-4K-AS-B-L5-H-PCS 3441 20 EA 25 $450.0 $11,250.0 2 3441.3001 Fumish/Install Rdwy Illum Foundation TY 7 34 41 20 EA 25 $850.00 $21,250.0 3 9999.0000 Install Rdwy Illum Assembly TY D-25-6,ATB2-TYP2 34 41 20 EA 5 $550.00 $2,750.0 138W-NW-NL-7PIN or approved equal,Pole Type 8 Truss 33B 4 9999.0001 Install ATB2-TYP2-138W-NW-NL-7PIN or approved 34 41 20 EA 5 $125.00 $625.0 equal 5 9999.0002 Install Truss 33B Arm 34 41 20 EA 5 $100,00 $500.0 6 3441.3301 Fumish/Install Rdwy Illum Foundation TY 2 34 41 20 EA 5 $950.00 $4,750.0 7 2605.3015 Fumish/Install 2 Inch Conduit PVC SCH 80(T) 26 05 33 LF 2567 $8.00 $20,536.0 8 3441.3401 Fumish/Install#6 Triplex Alum Electric Conductor 3441 10 LF 2567 $2.00 $5,134.0 9 3441.1501 Fumish/Install Ground Boxes Type B 3441 10 EA 3 $450.00 $1,350.0 Note: Tri-County Electric is providing certain items above TOTAL UNIT V:STREET LIGHTING IMPROVEMENT $68,145.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS-DEVELOPER AWARDED PROTECTS Form Version April 2,2014 201336E3-CFA COST and QUANTITIES-SECTION 5 PHASE 3.12.29.16 00 42 43 DAP-BID PROPOSAL Page 7 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM CFA VALUES 12/29/2016 MORNINGSTAR-SECTION 5,PHASE 3 CPN: 100723 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Unit of Bid Item Description Unit Price Bid Value No. Section No. Measure Quantity Bid Summary UNIT I:WATER IMPROVEMENTS _ $358,584.70 UNIT If:SANITARY SEWER IMPROVEMENTS $275,746.80 UNIT III:DRAINAGE IMPROVEMENTS $269,357.50 UNIT IV: PAVING IMPROVEMENTS $790,970.08 UNIT V:STREET LIGHTING IMPROVEMENTS $68,145.00 Total Construction Bi $1,762,804.08 Contractor agrees to complete WORK for FINAL ACCEPTANCE within ;`..#t days :`calendar days after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Foran Version April 2,2014 201336133-CFA COST and QUANTITIES-SECTION 5 PHASE 3-12-29-16 M IM 0 N M N A T Vl A W N N n H r7 vii N m N r W N (D _ _ (D rF: rt p�j q ;�E y f7 FuN O- .fir iwU) Y w S. m < p 72.D g ozs �' N a (D N N (D N T 7 m w T cm N LA 00 iv .'G (D cn N �'' I--+ [D C Q LnN_ O) Q f1 W Ln rD m < N F� N O Cl O N O N N vii vii rt i'; A nn nn CCD m m m D O 0Ej 0 bo ONN NGW N Lnco w Ln c N F, :F-1 N CL O: O rD (D Z > �j '-i7 -rn N N to iR il>US"Uk Ut 4T3 \ cq to Iv Fa O w O O O LA Cn 1p C �; N 41 Fa I- In W w O O iO. O O':.O rx- z 61 r W i n- UT Ut Ur U>1A N 3 : {. CL i3 O pIV F- (p lD: O -. O 00 00 a O O V iA Ln 4 O pl V N y� . PIn O O V7 V7 O O CD j U}to —L4 D°, O O O O (NJ's O O O O._ An.iA UI.-U)- Ln tLn w W A 0 0 0 O: O W O 0 O 0I .r v rn un P w iv N -t -� C) m p C) co D o cn o 73 9 K F K � 5 � o y h rt - c m rD rD ro rD rD ro o C ru rD =' m ro m n -, n n n � n rr as T y T N T y T CD CD CD rr fD r+ rD rt rD C rD y OO a0 a0 O n rt rt rDD (STD N rN+ p a - C + rDNJn v m < �' m r o r+ ao -� a s ro 0 J)- 0 4f o P N N cn rn m 0 00 00 � 4�, N lO W W {� O) 1 1 . i I w w 00 Cn w i w O O O O O O O O O O O 00 O O O 40 J/)- i/)- i/� i/> J/). i/> i/)- i/> {/)- i/)- i/)- i/) {h i/} t/> p CD N 71 o p D CD m Q. 0 0 0 N e-1• 4.r -1 r0 0 O -& 0000 � •A N IZ W W r+ (� Q) w w 00 (n w i w O O 0 0 0 0 O O O O O O O O O O