Loading...
HomeMy WebLinkAboutContract 49496 j CITY SECRETARY G CONTRACT NO. Developerr and Project ffa olrrrllTattion (Cowen Sheet: Developer Company Name: Village Homes,LP Address, State,Zip Code: 2817 W.5"'St.,Fort Worth,TX, 76107 Phone&Email: 817-737-3377,michael@homesofcharacter.com Authorized Signatory,Title: TMichael Dike,President Project Name: Wimberly Linwood Addition Brief Description: C p � I Water, Sewer,Paving Project Location: 221 Wimberly St. Plat Case Number: FP-16-078 Plat Name: Linwood Addition Mapsco: 62X Council District: 19 CFA Number: 2017-062 City Project Number: 100642 i -- - - - — To be completed by staff.- Received taffReceived by: &�q ,//a- — 12J, /I Date: pM1234 � S Q to S> d R'ECEJvED 14 c r G vi 0 C R6 OtivCP NSEHpy s � ez � Wd City of Fort Worth,Texas Standard Community Facilities Agreement-Wimberly Linwood Addition OFFTRECORDCFA Official Release Date:02.20.2017 Page 1 of 11 CITVT STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, Village Homes, LP, ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as Wimberly Linwood Addition ("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-Wimberly Linwood Addition 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) Sewer (A-1) ��, Paving (B) ®, Storm Drain (B-1) d, Street Lights & Signs (C) E . 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 City of Fort Worth,Texas Standard Community Facilities Agreement-Wimberly Linwood Addition CFA Official Release Date: 02.20.2017 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-Wimberly Linwood Addition CFA Official Release Date:02.20.2017 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 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 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. 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-Wimberly Linwood Addition CFA Official Release Date: 02.20.2017 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-Wimberly Linwood Addition CFA Official Release Date:02.20.2017 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-Wimberly Linwood Addition CFA Official Release Date:02.20.2017 Page 7 of 11 Cost Summary Sheet Project Name: Wimberly Linwood Addition CFA No.: 2017-062 City Project No.: 100642 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 $ 53,039.00 2.Sewer Construction $ 74,690.00 Water and Sewer Construction Total $ 127,729.00 B. TPW Construction 1.Street $ 62,203.75 2.Storm Drain $ - 3.Street Lights Installed by Developer $ 52,780.00 4. Signals $ TPW Construction Cost Total $ 114,983.75 Total Construction Cost(excluding the fees): $ 242,712.75 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 2,554.58 D. Water/Sewer Material Testing Fee(2%) $ 2,554.58 Sub-Total for Water Construction Fees $ 5,109.16 E. TPW Inspection Fee(4%) $ 2,488.15 F. TPW Material Testing(2%) $ 1,244.08 G. Street Light Inspsection Cost $ 2,111.20 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 5,843.43 Total Construction Fees: $ 10,952.59 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 242,712.75 Completion Agreement=100%/Holds Plat $ 242,712.75 Cash Escrow Water/Sanitary Sewer=125% $ 159,661.25 Cash Escrow Paving/Storm Drain=125% $ 143,729.69 Letter of Credit=125%w/2yr expiration period $ 303,390.94 1 x City of Fort Worth,Texas Standard Community Facilities Agreement-Wimberly Linwood Addition 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 Village Homes,LP [a TX,LLC] Jesus J. Chapa Assistant City Manager Date: .1 � 2 _ Jz- Name: Michael Dike Recommended by: Title: President Date: �v 62 A 7 If Wendy Chi abulal, EMBA, P.E. ATTEST: (Only if required by Developer) Development Engineering Manager Wate Department Signature Dou iersig, P.E. Name: Dire 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 Attorney M&C No. Date: sk 117 � Name: Janie Morales Form 1295: Title: Development Manager ATTEST: FORT U .� Mary J. K * ?� City Secr a .. AS City of Fort Worth,Texas LOFFICIALRECORD Standard Community Facilities Agreement-Wimberly Linwood AdditionCFA Official Release Date: 02.20.2017 RETARY Page 9 of 11TH.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 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-Wimberly Linwood Addition CFA Official Release Date: 02.20.2017 Page 10 of 11 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 100642 None City of Fort Worth,Texas Standard Community Facilities Agreement-Wimberly Linwood Addition CFA Official Release Date:02.20.2017 Page 11 of 11 VICINITY MAP T > E O C+ O N y D N OT x E j N I CO�9 x DE E F Q o 29 H DEWEY GLgDE x G GS HF. 29 H Pnr 9 00 N 2 T a m y z L❑AI E LADE c� 3 ¢ w 3 0 E iRAl BNSON ,y ❑ AI ❑A N LO AI E OPO y H -' n L W SEWEL 4�COH � W 28 H '� O 3 1.6 x x � w HPC w O PfCrd �4,Q = 1.5 CCIF- * y� Q IRIO 27 H e ZO O R CK P. P v i Q O� ➢UN EEN �' `t' Z ¢ OHI❑ r >UXF R➢ ' 6 H v � CHES7ERy �ti0 r 25 ✓, y a r z o w y z in Y J o y w y A �- DRENNAN HILLSIDE OHO O AC x y j HA GE N A a� ❑ 4T Iw J a __afz to w ar B D w a ¢ w o rCy4- Ql 23D J z a J E 23R u x £z w 22 DCREEk /E$7, N O J y 21 T v rG ZO 1 v '� q yy Circle pT N 3 Oq 94UA GARDEN 20 H or N'C� ❑R� T 1dMarin Se 1 C+ Oy00 �B�H H u Q, id Park y 00 PO �( 9y3 04 z v HIU GARD N HCS. O d d (H A H G`r U1H d yr Rockwood Pa Zd A, '9,p ,1, 10TH SWIFT fp Par t0 P,LS RED 0 K a ID E TE Galf Course O,S9 L04 >> PCO y O y a H 7r er A Q CSAR J US ER i INEZ a n� ti0 Par {�S RIE 5 � I V ER ❑'Q6 T y OVIn �� �0�� �9 95 of f) Pop 6,580 D,HOPE CHRIS OAK CHRIST E O O M Park I £ JAO��gOkp �P Uakwood '" BARBAR i54'O Cemetery 3 Y POINSE A "WIL VO Rockwood C,t-NOCd H ERRAC •`ZPO O OPOO 0��i0y HPYF1 L PSR rte- 3 0 z Park w LH fCy� c�GN c^O rnat Q�' z N z STEVENS y BONI7A E S W0 a Y qy R ZO yt� Pnr f ¢ ti JE 'a44' FD K l Oy one Z 3HEAt� a ., DEERING= CR HPP AVE o fly y Ce, 4 AM 3ALLOWAY BLACKSTON Kell a @tl lir Uy SHAMROCK PnrOp Greenwood v a O Memorial y� St ELBUURN- K.a❑ o d Cemetery CULLEN w !L a v Hebrew SHOTT ¢ n RjL y f L Cemeter TILLAR > > COR PS�O�O WHITE SETTLEMENT WHITE ETTLEME T N y i AVES �~ ��� POTOHA ��'E .:~Qe Off' Qz, r 3 a ATE KA SRS JP CPQ O y O HD Uw z TE z Rive y AMILT N ERCE E r"OIG`T f✓. $� 00 Z 5�'� N Cre 47H a `� o MERRIM LOCA TION �" ! d P , SCOTT .. PP � 7TH w a z �W7TH � v 7TH O 6 H ¢ MODLR UNTI HSCj,- �` Trinity P A7TIS N CRO KET w I 7 X S B D 9y I, TIG i T DARNE HDR ON i f 0 1 O CLA KE 90 3 BLE SUE a a D,6 ! d BRpq w o o! w a Unly LANCASTER PR SID❑ * 0,4 d D River Cre t w -� aNor z 7 Country Cl bF > £ y e c h e�Ien E P SO L J iHCRE T P 3 U SJVSP GA CRESTLIN RIO GR IDE VICK Y GE x J RVI a J AGE T WAS HURf URN z DAGGETT 2 � � ¢ HARI EY w a ARL x BROADWAY n.w w LA AYET E 6 LFA ET > FAYE TE Gi RO BV Y r, l Trinity EXT R 00 DE% R H RYCE �. UL SIH w s z UC ER ¢ RUC HRY �' a w x x ¢PEN SY VA A l y BYE S H w w y w i o o LIND N z x CAN O z CP ? 3 U Q a = cJi COL INWO D N x CO PER EUA L U z w¢ EL NPO o E R PER ING ¢ �- UMBO T £ DRi HIRC MAN o a i a- ULA K S RU D L 3 C HON 42 CAL ONT a w IRWI w R S D L ww, z v p J i LOCK v STLET U z ¢z Q J LO KE > a CURZ N J a w H DONNELLE A RUTLEDGE 6� r M R 3 0¢ GR M z DIA > y w HH < W ATE HE z i f `0 ALLEN a HOU HTON z 3 t 4r LF,P C❑LI GSWORTH w � H ¢PAK JFE SN J FRO L ke Como VEL Eg x P O�! ParkFLE CHER , ♦S O! RTVE FRON For t Pnu Y F F RI M D w RICH❑D OJ HO a s w ATM > HO ELL S'q 1L�� P 4° a ARI INC rflF A I G❑ ILPATBICK 'FrH`i w WINDSO HA TH N How H R E x z Y w "� J HUNTI TON LI C w LILA j dfO�f< r Caloninl HAWTN RNE MI H L J y y ¢ z d,Pl.pfd Y Golf Course !fir WILSH E y J ARLOC J JE SA POW LL z ¢ A A 4-f. GLENC IN AVONDALE J H i 2" GV WEISENBERGER STREET s" w s" w 72"RWL 72"RWL 7 "RWL 72"RWL —Fl OT 1 � 0 25 50 LOT 1R1 LOT 1R2 (FEET) 1 inch W N LOT 2R1 LOT 2R2 m � m � W LOT 2R3 LOT 2R4 LQ j v 8"GV LOT 3R1 LOT 3R2 LOT 5R1 �' B WATER Cb LOT 2X LOT 5R3 LOT 5R2 LOT 4R1 LOT 4R2 LOT 2X 2 e LOT 3 W � LOT 5R4 M „g LOT 4R3 s°Rw< PTE STR LOT 4R4 s° R{yL LOT 4R5 Cb \TFS e,k I- 8,GV /F T,Q 12"W EXIS77NG WA TER LINE \ h PROPOSED WA 7FR LINE s° PROPOSED WA 7FR METER R N PROPOSED GA 7E VALVE EXIS77NG FIRE HYDRANT sO R DQ EXIS77NG GA TE VALVE EXHIBIT A WA TER RAYMOND L. GOODSON JR.,INC. W/MBERL Y—LINWOOD ADD/TION CONSUL ANG ENGINEERS Cl TY OF FORT WORTHS TEXA 5601 BRIDGE STREET, SU17E 420 FORT WOR7H, 7EXAS 76112 817-687-0080 E—MAIL: rlq&Woincxc RRM REG: F-493 RL G#15919 DA TE' MA Y 10, 2017 00 42 43 DAP-BID PROPOSAL Page 1 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT" PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No. Description Section No. I Measure Quantity Unit Price Bid Value UNIT I:WATER IMPROVEMENTS 1 3311.0241 8"Water Pipe 3311 10, LF 245 $33.00 $8,085.00 3311 12 2 3201.0117 10'Wide Asphalt Pvmt Repair,Residential 3201 17 LF 60 $105.00 $6,300.00 3 3305.0109 Trench Safety 33 05 10 LF 395 $2.00 $790.00 4 3311.0001 Ductile Iron Water Fittings w/Restraint 3311 11 TON 1.5 $4,600.00 $6,90-0-.00-- 5 3312.0117 Connection to Existing 4"-12"Water Main 33 12 25 EA 3 $1,250.00 $3,750.00 6 3312.2001 1"Water Service,Meter Reconnection 33 12 10 EA 3 $1,250.00 $3,750.00 7 3312.2003 1"Water Service 33 12 10 EA 14 $900.00 $12,600.00 ------ ------ ---------- __.. --- -- -----.__. --- - ---- -- ---- 8 3312.3002 6"Gate Valve 33 12 20 EA 1 $1,000.00 $1,000.00 9 3312.3003 8"Gate Valve 33 12 20 EA 4 $1,500.00 $6,000.00 10 9999.0000 2"SDR 13.5(315 PSI)Water Pipe 3311 10, LF 138 $28.00 $3,864.00 33 11 12 11 12 13 14 16 17 18 19 ----_-.._ 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 IMPROVEMENTS $53,039.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Fmm Version September 1,2015 00 42 43_Bid Proposal_DAP.xk WEISENBERGER STREET Co W LOT 1R1 LOT 1X LOT 1R2 0 25 50 3 SS MH (FEET) 1 inch = 50 ft. ,Q 2 LOT 2R1 LOT 2R � � o SS 1 SS MH W ss SS MH LOT 2R3 LOT 2R4 J V LOT 3R1 LOT 3R2 LOT 5R1 LOT 2X SS MH LOT 5R3 LOT 5R2 w 8 LOT 4R1 y ��. LOT 4R2 �y ro LOT 2, LOT SS MH LOT 5R4 LOT 4R3liyF 4 STREET SS MH PTE '0'SS LOT 4R4 s 8,Gym N LOT 4R5 -9TF ST 70,,ss 'QFFj. SS MH 0 EXISTING MANHOLE 'Oss 10" ss MANHOLE s s ss EXISTING SS LINE 70 SS y§ ————— PROPOSED SS LINE EXHIBI T A ' • SANITARY SEWER RAYMOND L. GOODSON 1R.,INC. WIMBERL Y—LINWOOD ADDITION CONSUL ANG ENGINEERS 42 5601 BRIDGE STREET SU/7E 420 Cl TY OF FOR T WORTH, TEXAS FORT WORTH. 7EXAS 76112 817-687-0080 E—MAIL: r1awoInacom FIRM REG: F-493 RLG#15919 DA TE: MA Y 10, 2017 00 42 43 DAP-BID PROPOSAL Page 2 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No. Description Section No. I Measure Quantity Unit Price Bid Value UNIT II:SANITARY SEWER IMPROVEMENTS 3311 10, 1 3331.4115 8"Sewer Pipe 3331 12, LF 218 $39.00 $8,502.00 3331 20 3311 10, 2 3331.4116 8"Sewer Pipe,CSS Backfill 3331 12, LF 20 $37.00 $740.00 _--3331 20 - 3 3331.4119 8"DIP Sewer Pipe 3311 10 LF 45 $72.00 $3,240.00 4 3305.3002 8"Sewer Carrier Pipe 33 05 24 LF 36 $100.00 $3,600 00 5 3305.1003 20"Casing By Open Cut 33 05 22 LF 36 $150.00 $5,400.00 6 3201.0117 10'Wide Asphalt Pvmt Repair,Residential 3201 17 LF 60 $105.00 $6,300.00 7 3301.0002 Post-CCTV Inspection 33 01 31 LF 319 $5.00 $1,595.00 8 3301.0101 Manhole Vacuum Testing 3301 30 EA 7 $375.00 $2,625.00 9 3305.0109 Trench Safety 33 05 10 LF 319 A-2.0-0-111- $638.00 10 3305.0112 Concrete Collar ----33-0517------EA 1 $500.00 $500.00 11 3331.3101 4"Sewer Service 33 3150 EA 15 $750.00 $11,250.00 12 3331.3311 4"Sewer Service,Reconnection 33 31 50 EA 2 $900,.-00-----,,--,$l,800.00 - -- -------- 13 _.---- ----..- ---- _._ -- 13 3339.1001 4'Manhole 33 39 10, EA 6 $4,100.00 $24,600.00 33 39 20 14 3339.1003 4'Extra Depth Manhole 33 39 10, VF 3 $300.00 $900.00 - - 33 39_20_ 15 3339.1004 4'Shallow Manhole 33 39 10, EA 1 $3,000.00 $3,000.00 --- -- --- 33_39 20 16 17 18 19 20 21 22 24 25 26 27 29 30 - ---- ----- 31 -31 32 33 34 35 - 36 37 38 40 41 42 43 TOTAL UNIT II:SANITARY SEWER IMPROVEMENTS $74,690.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September 1,2015 00 42 43_Bid Proposal_DAP.xIs EXHIBIT B tyyOg to 5 \fityy Dy �yH `O` SS >>3 �b.D y O( y •' 's.oe �� UJ 0 aGP.� ss 9 0 All l0 ,a � I t I —ti..'.. L .J L-- J p h �l W i � I m IIL-7* W ZNtl„ZL ..ZL ZVIN„ZL l'Atl„ZL Titl,ZL lAtl„ZL IN tl,ZL yypay� �C¢ Bl m 9� 00 42 43 DAP-BID PROPOSAL Page 4 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No Description Section No. I Measure Quantity Unit Price Bid Value UNIT IV:PAVING IMPROVEMENTS 1 3201.0117 10'Wide Asphalt Pvmt Repair,Residential 3201 17 LF 260 $67.00 $17,420.00 2 3213.0301 4"Cone Sidewalk 32 13 20 SF 2805 $8.75 $24,543.75 3 3213.0402 7"Concrete Driveway 32 13 20 SF 900 $10.00 $9,000.00 43213.0506 Barrier Free Ramp,Type P-1 32 13 20 EA 8 $950.00 $7,600.00 __ ----- --- ------- ------ -- ----- - — ------ - ----- - - - 5 3216.0101 6"Cone Curb and Gutter 32 16 13 LF 130 $28.00 $3,640.00 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 TOTAL UNIT IV:PAVING IMPROVEMENTS $62,203.75 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Fonn Version September 1,2015 004243 Bid Proposal_DAP..Is EXHIBIT C b�Nir�,j U7 U / .a' oi. 1-4 I t . ¢ I � --- -- �{ D --a.^ DI-2 NKU �e UK�2 C O —ym�i ivy � I oo r VE J` I a'owxf _ as..et 0w C. 00 42 43 DAP-BID PROPOSAL Page 5 of SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BIDBidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No. Description Section No. I Measure I Quantity Unit Price Bid Value UNIT V:STREET LIGHTING IMPROVEMENTS 1 2605.3015 2"CONDT PVC SCH 80(T) 260533. LF 835 $18.00 $15,030.00 2 2605.3017 2"CONDT PVC SCH 80 For Riser 26 05 33 EA 1 $650.00 $650.00 3 3441.3403 250-250-3/0 Triplex Alum Elec Conductor 3441 20 LF 30 $8.00 $240.00 4 3441.3401 6-6-6 Triplex Alum Elec Conductor 34 41 20 LF 710 $6.00 $4,260.00 5 3441.3303 Rdwy Illum Foundation TY 7 34 41 20 EA 5 $1,550.00 $7,750.00 6 3441.3037 Furnish/Install 10'-14'Washington Standard 34 4120 EA 5 $3,750.00 $18,750.00 7 3441.1501 Ground Box Type B 3441 10 EA 6 $850.00 $5,100.00 8 3441.3501 Salvage Street Light Pole 34 41 20 EA 1 $1,000.00 $1,000.00 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 41 42 44 43 45 TOTAL UNIT V:STREET LIGHTING IMPROVEMENTS $52,780.00 CITY OF FORT NORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Fo—Version September I,2015 00 42 43_Bid Proposal_DAP.xls