Loading...
HomeMy WebLinkAboutContract 49178 � 1 CITY SECRETARY CONTRACT NO.- `7 c 0,- �O o Developer and Project Information Cover Sheet: b e ompany Name: Wilbow—Morningstar Development Corporation Address, State,Zip-Code: i 4131 N. Central Expressway Suite 990,Dallas,TX Phone&Email: 1 214-235-5270,jrabon@wilbowusa.com Authorized Signatory,Title: Jennifer Rabon,Vice President of Development Project Name: Morningstar Section 8 Phase 2 Brief Description: Water, Sewer,Paving, Storm Drain, Street Lights Project Location: FM 3325 Parker County I Plat Case Number: i FP-16-140 I Plat Name: Morningstar Development Mapsco: 710-ZI Council District: i ETJ CFA Number: 2017-064 City Project Number: 1100927 To be completed by staff. Received by: Date: 139/7 City of Fort Worth,Texas OFFICIAL RECORD Standard Community Facilities Agreement-Morningstar Section 8 Phase 2 CITY SECRETARY CFA Official Release Date: 02.20.2017 FT.WORTH,TX Page 1 of 11 STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, Wilbow—Morningstar Development Corporation, ("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 8 Phase 2 ("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 further acknowledges that said acceptance process requires the Developer's contractor(s) City of Fort Worth, Texas Standard Community Facilities Agreement-Morningstar Section 8 Phase 2 CFA Official Release Date: 02.20.2017 Page 2 of 11 to submit a signed affidavit of bills paid and consent of Surety signed by its surety to ensure the contractor has paid any sub-contractor(s) and suppliers in full. Additionally, the contractor will provide in writing that the contractor has been paid in full by Developer for all the services provided under this contract. C. Developer agrees to cause the construction of the Improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and the City-approved construction plans, specifications and cost estimates provided for the Project and the exhibits attached hereto. D. The following checked exhibits describe the Improvements and are incorporated herein: Water (A) M, Sewer (A-1) M, Paving (B) M, Storm Drain(B-1) M, Street Lights & Signs (C) M. 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 II, of the Policy. Developer shall ensure its contractor(s)pays the then-current City-established wage rates. F. For all Improvements included in this Agreement for which the Developer awards construction contract(s), Developer agrees to the following: i. To employ a construction contractor who is approved by the director of the department having jurisdiction over the infrastructure to be constructed, said contractor to meet City's requirements for being prequalified,insured,licensed and bonded to do work in public ways and/or prequalified to perform water/wastewater construction as the case may be. ii. To require its contractor to furnish to the City a payment and performance bond in the names of the City and the Developer for one hundred percent (100%) of the contract price of the infrastructure, and a maintenance bond in the name of the City for one hundred percent (100%) of the contract price of the infrastructure for a period of two (2) years from the date of final acceptance insuring the maintenance and repair of the constructed infrastructure during the term of the 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 Standard Community Facilities Agreement-Morningstar Section 8 Phase 2 CFA Official Release Date: 02.20.2017 Page 3 of 11 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. 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 of Fort Worth,Texas Standard Community Facilities Agreement-Morningstar Section 8 Phase 2 CFA Official Release Date: 02.20.2017 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, 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 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. City of Fort Worth, Texas Standard Community Facilities Agreement-Morningstar Section 8 Phase 2 CFA Official Release Date:02.20.2017 Page 5 of 11 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 stolen 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 City of Fort Worth, Texas Standard Community Facilities Agreement-Morningstar Section 8 Phase 2 CFA Official Release Date: 02.20.2017 Page 6 of 11 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 BLAND City of Fort Worth,Texas Standard Community Facilities Agreement-Morningstar Section 8 Phase 2 CFA Official Release Date: 02.20.2017 Page 7 of 11 Cost Summary Sheet Project Name:Morningstar Section 8 Phase 2 CFA No.: 2017-064 City Project No.: 100927 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 $ 206,466.00 2.Sewer Construction $ 122,699.60 Water and Sewer Construction Total $ 329,165.60 B. TPW Construction 1.Street $ 499,427.00 2.Storm Drain $ 112,416.00 3.Street Lights Installed by Developer $ 39,190.00 4. Signals $ - TPW Construction Cost Total $ 651,033.00 Total Construction Cost(excluding the fees): $ 980,198.60 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 6,583.31 D. Water/Sewer Material Testing Fee(2%) $ 6,583.31 Sub-Total for Water Construction Fees $ 13,166.62 E. TPW Inspection Fee(4%) $ 24,473.72 F. TPW Material Testing(2%) $ 12,236.86 G. Street Light Inspsection Cost $ 1,567.60 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 38,278.18 Total Construction Fees: $ 51,444.80 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 980,198.60 Completion Agreement=100%/Holds Plat $ 980,198.60 X Cash Escrow Water/Sanitary Sewer=125% $ 411,457.00 Cash Escrow Paving/Storm Drain=125% $ 813,791.25 Letter of Credit=125%w/2yr expiration period 1 $ 1,225,248.25 City of Fort Worth,Texas Standard Community Facilities Agreement-Morningstar Section 8 Phase 2 CFA Official Release Date: 02.20.2017 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 Wilbow—Morningstar Development Corporation a Texas corporation Jesus J. Chapa Assistant City Manager Date: 6 -l3 h Name: Jennifer Rabon Recommended by: Title: Vice President of Development Date: Wendy Chi-Babula1,EMBA, P.E. ATTEST: (Only if required by Developer) Development Engineering Manager Water Department Signature Doug . Wiersig,P.E. Name: Directo Transportation&Public Works Department Contract Compliance Manager: Approved as to Form &Legality: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract,including ensuring all performance and reporting Richard A. McCracken requirements. Assistant City Atto jy M&C No. Date: / Name: Janie Morales Form 1295: IJl Title: Development Manager ATTEST: F OR r�0 Mary J. e City SecretaryXAS City of Fort Worth,Texas OFFICIAL RECORD Standard Community Facilities Agreement-Morningstar Section 8 Phase 2 CITY SECRETJY CFA Official Release Date: 02.20.2017 FT.!WORTH,TX Page 9 of 11 Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment © Attachment 1 - Changes to Standard Community Facilities Agreement © Location Map Exhibit A: Water Improvements ® Water Cost Estimate © ExhibitA-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-Morningstar Section 8 Phase 2 CFA Official Release Date: 02.20.2017 Page 10 of 11 ATTACIEVIENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 100927 None r City of Fort Worth,Texas Standard Community Facilities Agreement-Morningstar Section 8 Phase 2 CFA Official Release Date: 02.20.2017 Page 11 of 11 TigP F R QT�'CT �4TION MORNING MIST TR. � tF W� SKYODR. N.T.S. ORK ``ST pOf OLD WEATHERFORD � _94 i l / TATTER N OLD WEATHERFORp --� CHAPIN J 30 58 �.� sour" l- MA YS Underwood Cemetery_-- UNI, N 20 �-A/EDO UNION PACIFIC R R 9�Gr LOCATION MAP WATER NO. 56008-0600430-100927-001580 SEWER NO. 56008-0700430-100927-001380 MORNINGSTAR STREET/STORM DRAIN NO. W-2481 CITY PROJECT NO. 100927 SECTION 8, PHASE 2 X-24283 WF..LCH ENCYRNFXquisiG, INC. CONSUL 77NG ENG/NEE-RS OP. PROP. a. IL LY AY 8 KELY W 4. 4 PROP TT FT 1 1:; r 81w W-1, t8 `� Q PROP. a• EIS,TRY DR 'Exu'T 81W OK C-cc l —GENTRY .............. r 81w FT-1 Vim 121W -H-H PROP. BE CLAIRE A FLCLAI A FXISr. 81W EX/Sr. 8'w LLJ i,PROP. rW SCALE: 1"=300' 100% DEVELOPER'S COST 8" WATER LINES, FIRE HYDRANTS, GATE VALVES AND ASSOCIATED APPURTENANCES -EXHIBIT "Aft WATER NO. 56008-0600430-100927 WATER IMPROVEMENTS SEWER NO. 56008-0700430-100927--001380001580 MORNINGSTAR STREET/STORM DRAIN NO. W-2481 CITY PROJECT NO. 100927 SECTION 8, PHASE 2 X-24283 -WELCH I E WanN RE RWO, I WC. CONSUL TING ENGINEERS 00 42 43 DAP-IIIDPROPOSAL Page I oT7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM BIDS ITEMS 4/10/2017 MORNINGSTAR-SECTION 8-PHASE 2 CPN: 100927 UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal tem Specification Unit of Bid tem Description Section No. Measure Quantity Unit Price Bid Value I No. UNIT I:WWATER IMPROVEMENTS 1-1 3311.0161 6"Water Pipe 33 H 12 LF 30 $26.0 $780.0 1-2 3311.0261 8"Water Pipe 3311 12 LF 3,232 $29.5 $95,344.0 1-3 3312,3002 6"Gate Valve 33 1220 EA 4 $850.0C $3,400.0 1-4 3312.3003 8"Gate Valve 33 1220 EA 6 $950.0c $5,700.0 1-5 3312.0117 Connect.to Existing 4"-12"Water Main 33 12 25 EA 3 $800.00 $2,400.0 1-6 3312.0001 Fire Hydrant 331240 EA 4 $3,400.0 $13,600.0 1-7 3311.0001 Ductile Iron Water Fittings 3311 11 TON 2 $5,500.0 $11,000.0 1-7 3305.0109 Trench Safety 3305 10 LF 3,262 $1.00 $3,262.0 1-8 3312.2003 1"Water Service 33 1210 EA 91 $780.0 $70,980.0 TOTAL UNIT I:WATER IMPROVEMENT $206,466.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Fomi Version April 2,2014 00 42 43-CONTRACT BID ITEMS-MORNINGSTAR-SECTION 8 PHASE 2-201336H2-04-10.17 00 42 43 DAP-BID PROPOSAL Page 2 or7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM BIDS ITEMS 4/10/2017 MORNINGSTAR-SECTION 8-PHASE 2 CPN: 100927 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Unit of Bid Item Description Section No. Measure Quantity Unit Price Bid Value No. UNIT II:SANITARY SEWER IMPROVEMENTS 2-1 3331.4115 8"Sewer Pipe 33 31 20 LF 1,669 $34. $56,746.DC 2-2 3305.0114 Mahole Adjustmen,Major w/Cover 33 05 14 EA 3 $1,800.0 $5,400.0 2-3 3305.0116 Concrete Encasement 33 05 10 CY 2 $50.0 $100.0 24 3339.1001 4'Manhole 33 39 20 EA 6 $3,600.0 $21,600.0 2-5 3339.1003 4'Extra Depth Manhole 33 39 20 VF 12 $150. $1,800.0 2-6 3331.3101 4"Sewer Service,Two-way cleanout 33 31 50 EA 60 $395.Oq $23,700.0 2-7 3301.0002 Post-CCTV Inspection 330131 LF 1,672 S2.8 $4,681.6 2-8 3301.0101 Manhole Vacuum Testing 330130 EA 6 $150.0 $900.0 2-9 3339.0001 Epoxy Manhole Liner 33 39 60 VF 23 $200.0 $4,600.0 2-10 3305.0109 Trench Safety 330510 LF 1,672 $1.0 $1,672.0 2-11 9999.0001 Connect to Existing Sanitary Sewer Main 3311 10 EA 3 $500.0 $1,500.0 TOTAL UNIT II:SANITARY SEWER IMPROVEMENTS $122,699.60 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version April 2,2014 00 42 43-CONTRACT BID ITEMS-MORNINGSTAR-SECTION 8 PHASE 2.201336H2-04-10-17 C141011TW.DR I 8 AKFL�Y Y b, N ��jm 29'8- a9T i4 GEN TRY DR 5 R-6-W- �ENTRY DR rov.0.0.W,- I 29 -4 k J, BEL .,AIR AVE; E AW ELC 56 F zi. J W 0: vo 7: SCALE: 1"=300' 100% DEVELOPER'S COST 6- PAVEMENT W/2X CROSS SLOPE ON 6" LIME SUBGRADE EXHIBIT 9.9B99 WATER NO. 56008-0600430-100927-001580 PAVING IMPROVEMENTS SEWER NO. 56008-0700430-100927-001380 MORNINGSTAR STREET/STORM DRAIN NO. W-2481 CITY PROJECT NO. 100927 SECTION 8, PHASE 2 X-24283 WELCH IENCYINEERINCY, XC. CONSUL T/NG EAIGINEERS 00 42 43 DAP-BID PROPOSAL Page 4 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM BIDS ITEMS 4/10/2017 MORNINGSTAR-SECTION 8-PHASE 2 CPN: 100927 UNIT PRICE BID Bidder's Application Project item Information Bidder's Proposal Bidlist Specification Unit of Bid Item Description Section No. Measure Quantity Unit Price Bid Value No. UNIT IVa PAVING IMPROVEMENTS. . 4-1 3213.0101 6"Cone Pvmt 32 13 13 SY 11,002 $36.0 $396,072.0 4-2 3211.0501 6"Lime Treatment 32 11 29 SY 11,717 $3.0 $35,151. 4-3 3211.0400 Hydrate Lime 32 11 29 TN 176.00 $145.0 $25,520.0 4-4 3213.0301 4"Concrete Sidewalk 32 13 20 SF 3,330 $5.80 $19,314.0 4-5 3213.0501 Barrier Free Ramp-Type R-1 32 13 20 EA 6 $1,600.0 $9,600.0 4-6 3213.0504 Barrier Free Ramp-Type M-2 32 13 20 EA 1 $1,500.0 $1,500.0 4 7 3441.4003 Furnish&Install Ground Mount post w/Stop& 34 41 30 EA I I $4,950.00 Directive Signs $450.0 4-8 9999.0003 Street Name Plates for Street intersection 34 41 30 EA 3 $300. $900.0 4-9 9999.0004 Remove/Relocate Street barricade(street dead ends) 31 36 00 LF 30 $45.00 $1,350.0 4-10 3137.0104 Small Stone,Riprap,concrete 31 37 00 SY 12 $11 0.0q $1,320.0 4-11 9999.0005 6"Cone.Flume w/curb and Metal Plate over flume 3213 13 LS 1 $3,750.013 $3,750.0 TOTAL UNIT IV:PAVING IMPROVEMENT3 $499,427.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version April 2,2014 0042 43-CONTRACT BID ITEMS-MORNINGSTAR-SECTION 8 PHASE 2-2013361,12-04-10-17 jpWOOD DR BIL K LY WAY B LAKELY W rTTT 3#Rcp, GENTRV DR RCP ID)RR tt BELCLAI E AVE 20% 2 7-1 1-- Z*,(X�X CLAIR, Z*X 24 20,, Ex 42,RCR 0 r-7 -00 A; 48'RCP 5'B-B FLUA SCALE: 1"=,300' 10'. 15, OR 20' INLET--,, 1009 DEVELOPER'S COST STORM SEWER AND INLET AND ASSOCIATED APPURTENANCES EXHIBIT 19B—l's WATER NO. 56008-0600430-100927-001580 STORM DRAIN IMPROVEMENTS SEWER NO. 56008-0700430-100927-001380 MORNINGSTAR STREET/STORM DRAIN NO. W-2481 CITY PROJECT NO. 100927 SECTION 8, PHASE 2 X-24283 WEECH I B 1*,TCYH*4-EFIU NCY, NC. CONSUL TING E-AIGINEERS' 00 42 43 DAP-BID PROPOSAL Page 3 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM BIDS ITEMS 4/10/2017 MORNINGSTAR-SECTION 8-PHASE 2 CPN: 100927 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 3-1 3305.0109 Trench Safety 3305 10 LF 551 $1.0 $551.0 3-2 3341.0309 36"RCP,Class 11I 3341 10 LF 171 $110.0 $18,810.0 3-3 3341.0307 30"RCP,Class 111 3341 10 LF 200 $87.0 $17,400.0 3-4 3341.0205 24"RCP,Class III 3341 10 LF 180 $73.0 $13,140.0 3-5 3349.0001 4'Stone Junction Box 33 49 10 EA 2 $5,800. $11,600.0 3-6 9999.0001 4'Storm Junction Box(extra deep) 33 49 10 EA 2 $2,000.0 $4,000.0 3-7 3349.5002 15'Curb Inlet 33 49 20 EA 2 $6,100.0 $12,200.0 3-8 3349.5003 20'Curb Inlet 33 49 20 EA 4 $7,800.0 $31,200.0 3-9 3137.0104 Medium Stone,Riprap,dry 31 37 00 SY 37 $95.0 $3,515.0 TOTAL UNIT 111:DRAINAGE IMPROVEMENT $112,416.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Foran Version April 2,3014 00 42 43-CONTRACT BID ITEMS-MORNINGSTAR-SECTION 9 PHASE 2.201336H2.04.10.17 1 I � CHIPWOOD OR ' c B AKELY WAYS j A. AKL� B _ 'ir-z GENTRY DR___ . ,t._. .• i / 1 �E Y r^ BELCLAIR AVE? ^` ' IATEA "E C a. 11 SCALE' 1"=300' *-- PROPOSED STREET LIGHT (100% DEVELOPER'S COST) -- PROPOSED STREET SIGN (100% DEVELOPER'S COST) ■-- PROPOSED GROUND BOX (100% DEVELOPER'S COST) EXISTING STREET LIGHT EXHIBIT »C e9 WATER NO. 56008-0600430-100927-001580 STREET LIGHTS SEWER NO. 56008-0700430-100927-001380 MORNINGSTAR CITY PSTREERO ECT NO.100STORM DR927 w-24e1 SECTION 8, PHASE 2 X-24283 WEL)CH EN0nNEEf IPTG, INC. CONSUL TING ENGINEERS 00 42 43 DAP-BID PROPOSAL Page 3 or7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM BIDS ITEMS 4/10/2017 MORNINGSTAR-SECTION 8-PHASE 2 CPN: 100927 UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Specification Unit of Bid Item Description Unit Price Bid Value No Section No. Measure Quantity T UNIT V.STREET LIGHTING IMPROVEMENTS' ` 5-I 9999.0000 Install Holophane-Columbia Aluminum Pole, 344120 EA 2t $450.0 $9,450.0 Washington-14.5'Luminaire WFL-100W-4K-AS-B-L5-H-PSC 5-2 3441.3001 Furnish/install Rdwy Ilium Foundation TY 7 34 41 20 EA 21 $750.00 $15,750.0 5-3 2605.3015 Fumish/install 2 Inch Conduit PVC SCH 80(T) 26 05 33 LF 1309 $8.00 $10,472.0 5-4 3441.3401 Furnish/install 96 Triplex Alum Electric Conductor 3441 10 LF 1309 $2.00 $2,618.0 5-5 3441.1501 Furnish install Ground Boxes Type B 3441 10 EA 2 S450.00 $900. Note: Tr-County Electric is providing item 5-1 for the co for to Install. TOTAL UNIT V:STREET LIGHTING IMPROVEMENTO $39,190.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version April 2,2014 00 42 43-CONTRACT BID ITEMS-MORNINGSTAR-SECTION 8 PHASE 2-201336H2-04.10-17 00 42 43 DAP-BIDPROPOSAL Page 7 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM BIDS ITEMS 4/102017 MORNINGSTAR-SECTION 8-PHASE 2 CPN: 100927 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Unit r Bid Unit Price Bid Value No. Section No. Measure Quantity Bid Summary UNIT 1:WATER IMPROVEMENTS $206,466.00 UNIT II:SANITARY SEWER IMPROVEMENTS $122,699.60 UNIT III:DRAINAGE IMPROVEMENTS $112,416.00 UNIT IV:PAVING IMPROVEMENTS $499,427.00 UNIT V.STREET LIGHTING IMPROVEMENTS $39,190.00 Total Construction Bi $980,198.60 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 1 #' iiX ;-: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 00 42 43-CONTRACT BID ITEMS-MORNINGSTAR-SECTION 8 PHASE 2-201336112-04-10.17