Loading...
HomeMy WebLinkAboutContract 49617 Developer and Project Information Cover Sheet: Developer Company Name: D.R.Horton—Texas,LTD.,a Texas Limited Partnership Address, State,Zip Code: 6751 N.Freeway,Fort Worth,TX 76131 Phone&Email: 817-230-0800,mpallen@drhorton.com Authorized Signatory,Title: Mark Allen,Assistant Vice President Project Name: Chapel Creek Phase 1 Brief Description: Water, Sewer,Paving, Storm Drain, Street Lights Project Location: 10861 Chapel Creek Blvd Plat Case Number: FP-16-129 Plat Name: Chapel Creek Phase 1 Mapsco: 72H Council District: 3 CFA Number: 2017-098 City Project Number: 100992 To be completed by staff 9✓ Received by: Date: 7 89r�r r OFFICIAL RECORD C3Q CITY SECRETARY FT. WORTH,TX 068 Zg City of Fort Worth,Texas Standard Community Facilities Agreement-Chapel Creek Phase 1 CFA Official Release Date:02.20.2017 Page 1 of 11 STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No.Aq6 WHEREAS, D.R.Horton — Texas, LTD., a Texas Limited Partnership, ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as Chapel Creek Phase 1 ("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-Chapel Creek Phase 1 OFFICIAL RECORI3 CFA Official Release Date:02.20.2017 CITY SECRETARY Page 2 of 11 ®RTMr TX 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) ®, Street Lights & Signs (C) Z. E. The Developer shall award all contracts for the construction of the Improvements in accordance with Section 11,paragraph 7 of the Policy and the contracts shall be administered in conformance with paragraph 8, Section Il, of the Policy. Developer shall ensure its contractor(s)pays the then-current City-established wage rates. F. For all Improvements included in this Agreement for which the Developer awards construction contract(s), Developer agrees to the following: i. To employ a construction contractor who is approved by the director of the department having jurisdiction over the infrastructure to be constructed, said contractor to meet City's requirements for being prequalified,insured, licensed and bonded to do work in public ways and/or prequalified to perform water/wastewater construction as the case may be. ii. To require its contractor to furnish to the City a payment and performance bond in the names of the City and the Developer for one hundred percent (100%) of the contract price of the infrastructure, and a maintenance bond in the name of the City for one hundred percent (100%) of the contract price of the infrastructure for a period of two (2) years from the date of final acceptance insuring the maintenance and repair of the constructed infrastructure during the term of the 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-Chapel Creek Phase 1 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-Chapel Creek Phase 1 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 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. 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-Chapel Creek Phase 1 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 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 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-Chapel Creek Phase 1 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-Chapel Creek Phase 1 CFA Official Release Date: 02.20.2017 Page 7 of 11 Cost Summary Sheet Project Name: Chapel Creek Phase 1 CFA No.: 2017-098 City Project No.: 100992 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 $ 539,386.25 2.Sewer Construction $ 948,784.00 Water and Sewer Construction Total $ 1,488,170.25 B. TPW Construction 1.Street $ 960,441.20 2.Storm Drain $ 646,799.00 3.Street Lights Installed by Developer $ 35,795.31 4. Signals $ - TPW Construction Cost Total $ 1,643,035.51 Total Construction Cost(excluding the fees): $ 3,131,205.76 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 29,763.41 D. Water/Sewer Material Testing Fee(2%) $ 29,763.41 Sub-Total for Water Construction Fees $ 59,526.82 E. TPW Inspection Fee(4%) $ 64,289.61 F. TPW Material Testing(2%) $ 32,144.80 G. Street Light Inspsection Cost $ 1,431.81 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 97,866.23 Total Construction Fees: $ 157,393.05 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 3,131,205.76 x Completion Agreement=100%/Holds Plat $ 31131,205.76 Cash Escrow Water/Sanitary Sewer=125% $ 11860,212.81 Cash Escrow Pavin fStorm Drain=125% $ 2,053,794.39 Letter of Credit=125%w/2yr expiration period I $ 3,914,007.20 City of Fort Worth,Texas Standard Community Facilities Agreement-Chapel Creek Phase 1 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 D.R.Horton—Texas,LTD.,a Texas Limited Partnership By D.R.Horton,Inc.,a Delaware Corporation Jesus J. Chapa Its authorized agent Assistant City Mana er Date: o? Recommended by: Name: Mark Allen Title: Assistant Vice President Wendy Chi- abulal, EMBA, P.E. Date.- Development ate:Development Engineering Manager Water Department ATTEST: (Only if required by Developer) W Li - -- Douglas_ . Wiersig, P.E. Signature Director Transportation &Public Works Department Name:��vsr•� ,mss�''�T� Approved as to Form &Legality: Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and Richard A. McCracken administration of this contract, including Assistant City Attorne ensuring all performance and reporting M&C No. requirements. Date: Form 1295: til - T Name: Janie Morales ATTEST: \ F OR T Title: Development Manager Mary J. Ka , r City Secretary "t AS City of Fort Worth,Texas OFFICIAL RECORD Standard Community Facilities Agreement-Chapel Creek Phase 1 CITY SECRETARY CFA Official Release Date:02.20.2017 Page 9 of 11 FT. WORTH, 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 13-1: 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-Chapel Creek Phase 1 CFA Official Release Date:02.20.2017 Page 10 of 11 ATTACHMENT"1" Community f acilitie,Agreennnt City Project No. 100992 Developer acknowledges that in accordance with Chapter 2270 of the Texas Government Code,the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it:(1)does not boycott Israel;and(2)will not boycott Israel during the term of the contract. The terms"boycott Israel"and"company"shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract,Developer certifies that Developer's signature provides written verification to the City that Developer:(1)does not boycott Israel;and(2)wiH not boycott Israel during the term of the contract. Developer D.R. Horton—Texas, LTD., a Texas Limited Partnership By D.R. Horton, Inc.,a Delaware Corporation. Its authorized agent Name: Mark Allen Title: Assts Vice President Date: I 1 City of Fort Worth,Texas Standard Community Facilities Agreement-Chapel Creek Phase i CFA Official Release Date:02.20.2017 Page 11 of 11 v � J d rn 0 rwr^ o V/ d � � g w 13 wvoi c W W o 3$0 8 U < U t >� a - o Q U ��C o luU O 2�C N �z ^zy. W - C b 2 e U") Y� CL d } l � o b� 0 =3� kmb W 04 -16 ul a T TrL All r `:7IIIlffI fflEgmitI'ID l ---- �7IIt17I/t� J` I I i 1-1 J W C Z g w lal w d Q F_ l I I v *5w ' W it I c �o w a m . N Ix LYJ W � Q Wo33m N = o U L! I : ^ J ... I I I w u lam cr W I i � O Q j ; I I it ! ' I I ' !' = o a0 I IIS I I tu~ a I w^� ; > I T Uy Ln 0 II 1 \ I I I 00 E. o W I �z 3: NN OAF O ti LL _ COO �rz I W n0 3 W y>W� O F d O DO Q F = '_ 6 LL t m m o II Z 00� 8 10 � "o 0 00�3� i a IIai n2 1 1 a r Z o INS r' 1� W I I TwiAG 0 CL 1 ; WLU L H Z J Z W W I J > Z 11W 0 Q m LU > � Q Q = w LU M.ZI doad PV+,N N-0511.PQF Z co r LL V - - - --- - - - - - LU a a a a —TSK4 UdVA3 OS XIaND 11dVHJ U O O O O U) a�M.oZ lsnc3.oa lsnca J a a a a w \\ ____`' 141- �'T— �—�•---_, M — � r 4 J W I O (A c z S F = w c W a ^ Q 4 O Q pO 2 v N L W ; W C U Y \ f n c •`�' \ W'^i In U U H x v Cl - ao N w LL Ln C3 le 9 cr a LL O o Q U \ M39 M ju cc LL _ N �3- \ m N � \ \ ZS I � a � f � \ o[ W � Q Q 3 > W U < U. 3N U. LL \� yycc�� W^ N LL U. \ 6 LL Q ~ LL CO Ogg N r7 / S^in m I � ` 7 I a W W H Z J Z W W j � 9Jz w W 0 W Q H } > a. Q 2 w� Q Q Z co I LL d '"\ wa. a. a. CL 0 0 0 0 O O O O � 41 cr- cr- w wX a a a a w _ a . I!I �• -liil ' I r sir''' ��``1111� V 3NI1 HOiVVI J �+ W w CL > C (/J N Ln ,.LL. NW LC c iNQ W -9Eo OW600'BL OMLL Z oa N o, in Vr^ W Lu .�-1� c V) WIM V U N w,i iae N i ~ It (7 o Q U- M Io it ► � N II �yrL Jai I Q Stp .x U. T V �IL p I N I I N ac ;E�H �z;^. 0 Ln CO O 7 C _ . I }� Z man, a z ~ LLa gg ii W n 0 � f Ch S� X o Lu a pyo ( I LU Ln a S� H ocz3m 'S a 2ND X OC10 0 U. p x i II LU I I W I � f X li 'll w o 0 Z z - --�- — 2 avow(I�I4�2I�I�L�'�tl� Q17 _ Q w 3: w w w g a uwi uwi W CD 1 ; I z � ~ W w w z O J C/) z z z o ` Z 00 co vai vai vai d W aw a a F- — o � o 0 c (L CD a a w w a W W �O CO En O p n /T ('� v w LL _J z Y N Q W 41 CLij--cr 0, x 4 W m_ >Q W . y 2 > d W o p3m\ X UJ N a J Q W v u $ m a_ CO Q U- U � EINV I SI'YWdvwv W y W Jam q Woo WI Go q z 3 x ( O%n�- awls�'ISSaud o ate,. M W — r j / Cc UJ WO 3 ui z I wn.110 �W, m m v z�i N Q �I O O O r. °D F2 C Z 3:Go '" to u O =In K w a OC b 00 a? p LL , I � I I I w w Lu 0 0 z 2 2 Z Zwz Q w / ~ WW W Q W W W W � l � ~ w w Q Q Q rirrr�� LL Z Q H H H O _ Z Z Z MATCH LINE A Z can vai vai W a wa a f- f - O �: O O CQ CQ ui J aaccnn a as w w LU o Q' W � y CL n m N Z W w m Z I---------- ccCh, � IF LU tn w Y f I� t w o; o N V U Q 00 ^04 I.L LU LJ d o Q woo q I u Z C C tnN QFOOn �LMce C2%0 0 1 " Z W LLJf �� ui Lu CL o m o 1 3 ° d cem J um 9 = o� N m n a a W Z C C N Z Cum �00O � O ?3~ vri r r in „F co �n r n oG .. v0 1n .o o �^ n n I� h O 1 Od VATMOB XHaUD 'IaddH� Y I 1 Z O a Z O Fw.. W Z CD LU > U- U r J J W Q J W W Q o n Z J J J J ? —1 0 z z W y J d' m m c g r'n C = Q Q Q�Q Q�Q V y pyo n h Z F Q z W W W W U U c cq W w 2` m `u dp Z w w = W 2 U V a U w z z z z o o v _� o o w;Q;m N U < X O N O 13 O O O O Z L w C14 W A Cn tJ .gym Q cr LU ''^^ ILL J ILL ILL fn U U -- U Q Q _ V/ C N ^ J J N M r� U Lr) b00Q N r r V N CD N r r r r r OD U I �i'Y it I�_____�-• _ �i ���� ;--�� i—�--�--�-�X��`�.�� I I1 I7TIOJ N(31aSI'�. J 8 N C co M it �— II .10 d z I II W uj 8 m o �11 Q Q N _ N �nha ryl Z UJ d � 1 _ EXIST CAS PER �--_:.: LU w v O t ' ! Q2I`dA4' f1Og Xdd fU-D'Ia P a W = U (n LLI H (A r U W c c N W J Z I I c Q v M � Luc 9 "� V1 � W W r ro c ti WW n W j I 1 I r,4 LL lLu O K Z " UA - i (( o.•�m ci ID I I z/i Z oZ II c2 � p J H R qq II W w L z W 3 ,� 1 1' fYr u 8in rn v p II � LL � ;n y o c �zo�oe 3 a _ = �m 1 s d x d ID LLO p 4x LU W LU 1 / i ! W W h 1 EXIST GAS PER d d r- /�:T !1Q ' �� PUN_W-0511.PDF O O a a Z i W 004241 DAP-BID PROPOSAL PRae I of5 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist I Specification Unit of No. DescriptionSpecification No. Measme Bid Quantity Unit Price Bid Value UNIT 1:WATER IMPROVEMENTS 1 3311.0261 8"PVC Water Pipe 33 11 12 LF 5,100 $34.00 $173,400.00 2 3312.0001 Fire Hydrant w(Gate Valve 33 12 40 EA 6 $4°500.00 $27,000.00 3 3312.2003 1"Water Service 3312 10 EA 108 $950.00 $102,600.00 4 3312.3003 8"Gate Valve 8 Box 33 12 20 EA 13 $1 250A0 $16,250,00 5 3312.0117 Connection to Existing 4"-12"Water Main 33 12 25 EA 1 $1,000.00 $1,000.00 6 3311.0001 Ductile Iron Water Fitton s wl Restraint 33 it 11 TON 1.4 $4,000.00 $5,600.00 7 3305.0109 Trench Safety 33 05 10 LF 5.100 $0.25 $1,275.00 8 3471.0013 Traffic Control 3471 14 MO 1 $3 500A0 $3,500.00 9 9999.0004 Add Asphalt Pvmt Repair Beyond Defined Width 00 00 00 SY 17 $60.00 $1,020.00 I 11 _ 12 13 _ 14 15 18 17 18 19 20 21 22 23 — 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 TOTAL UNIT I:WATER IMPROVEMENT $331,645.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Faro Vamu Sgft,nbQ 1.2015 11n .F�. 00 42 41 DAP-BID PROPOSAL Rae 2 of5 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal BidlistI Specification Unitof No. 1. °n Section No. Measure Bid Quantity Unit Prig Bid Value NIT 1!:OFFSITE WATER IMPROVEMENT 1 3311.0461 12"PVC Water Pipe 33 11 12 JEA 2,718 .00 $125.028.00 2 3312.0117 Connection to Existing4"-12"Water Main 33 1225 3 $1 200.00 $3 600.00 3 3311.0001 Ductile Iron Water Fittin s w1 Restrain! 33 11 11 1.0 $4 500.00 $4 500.00 4 3305.0109 Trench Safe 3305 10 2 718 $1.00 $2 718.00 5 3312.6004 4"Blow Off Valve 33 1260 1 5 500.00 5 500.00 6 3471.0013 Traffic Control 3471 14 1 $3 500.00 $3 500.00 7 3216.0101 6'Conc Curb and Gutter 32 16 13 302 $30.00 $9,060.00 8 3213.0301 4'Conc Sidewalk 32 1320 SF 17 $3.25 $55.251 9 3213.0101 7'Conc Pvmt 32 13 13 -Sy 826 $50.00 $41,300.00 10 3312.3005 12"Gate Valve 33 12 20 EA 3 $2,600.00 $7,800.00 11 3305.0202 Cement Stabilized Backfill 33 05 10 LF 20 $30.00 $600.00 12 9999.0004 Add Asphalt Pvmt Repair Beyond Defined Width 00 00 00 SY 68 $60.00 $4,080.00 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 T T L UNIT 11:OFFSITE WATER IMPROVEMENTj $207,741.25 Cf1Y OF FORT WORTH STANDARD CONSTIRX-MN SPECIFICATION DOCUb MS-DEVELOPER AWARDED PROJECTS Fw Vetim sq mbc 1,2015 Ihfary_00 4241 Bid Nq-1O_DAP_UdW.W 00 42 43 DAP-Bm PROPOSAL Np 3 of 5 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist I specification Unit of No. Description Section No. Measure Bid Quantity Unit Prig Bid Value NIT III:SANITARYSEWER IMP OVEMEN 1 3331.4115 8"Sewer Main 33 31 20 LF 4,938 $38.00 $187,644.00 2 3339.10014'Manhole 33 39 10 EA 21 $4,000.00 $64,000.00 3 3339.1003 Extra Depth Depth Manhole 33 39 10 VF 75 $175.00 $13,125.00 4 3331.31014" Sewer Service 333150 EA 106 $650.00 $70,200.00 5 3301.0002 Post-CCTV Inspection 3301 31 LF 4,938 $2.00 $9,876.00 6 3301.0101 Manhole Vacuum Testing 330130 EA 21 $150.00 $3,150.00 7 13305.0109 Trench Safety 33 05 10 LF 4.938 $1.L0 $4,938.00 8 3305.0202 Cement Stabilized Backfill 330610 LF 165 $30.00 950.00 9 0330.0001 Concrete Encase Sewer Pipe 03 30 00 CY 4 $200.00 $800.00 10 3201.0201 Asphalt Pvmt Repair Beyond Defined Width,Residential 3201 17 SY 15 $60.00 $900.00 11 3339.000TEpoxy x Manhole Liner Warren Environmental 33 39 60 VF 79 $205.00 $16,195.00 12 3305.0112 Concrete Collar 33 05 17 EA 1 $500.00 $500.00 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 TOTAL IT III:SANITARY SEWER IMPR VEM NT $396,278.00 C11Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUM ENIS-DE VEWPER AWARDED PROJECTS P—V—im Srylamaer 1,2013 111i1ih_00 42 43_Bid PmpwJ10_DAP_Utilih.+h 004243 DAP-BID PROPOSAL PW4of5 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist I Specification Unit of 10. DescriptionSection No. Measure Bid Quantity Unit Price Bid Value NIT IV:OFFSITE SANITARY SEWER IMPROVEMENTS 1 3331.4115 8"Sewer Main 33 31 20 LF 3,341 $46.00 $153.686.00 2 3339.10014'Manhole(Unimproved Area) 33 39 10 EA 10 $6,000.00 $60,000.00 3 3301.0002 Post-CCN Inspection 33 01 31 LF 3,811 $3.00 $11,433.00 4 3301.0101 Manhole Vacuum Testing 33 01 30 EA 10 $150.00 $1,500.00 5 3305.0109 Trench Safety 33 05 10 LF 3,341 $2.00 $6,682.00 6 9999.0005 Connect Manhole to Exist 8"SS 00 00 00 EA 1 $1,500.00 $1,500.00 7 3305.1103 20"Steel Casing By Other Than Open Cut 33 05 22 LF 470 $580.00 $272,600.00 8 3305.3002 8"Sewer Carrier Pipe 33 05 24 LF 470 $B0.00 $28.200.001 9 3305.0116 Concrete Encasement for Ublity Pipes 33 05 10 CY 2.2 $200.00 $440.00 10 0241.0500 Remove&Replace Fence 0241 13 LF 20 $10.00 $200.00 11 3201.0201 Asphalt Pvmt Repair Beyond Defined Width,Residential 3201 17 SY 54 $60.00 $3,240.00 12 9999.0006 Remove 8 Re-Install End of Road Barricade 00 00 00 EA 1 $500.00 $500.00 13 3339.1003 Extra Depth Depth Manhole 33 39 10 VF 43 $175.00 $7,525.00 14 3305.0112 Concrete Collar 33 05 17 EA 10 $500.00 $5,000.00 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 TOTAL UNIT IV:OFFSITE SANITARYE IMPROVEMENTS1 $552,506.00 Cr1YOFFORT WORTH STANDARD CONSTRUCnON SPECBTCATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Faro Vemon SqP bw 1,2015 U[niry_W 42 U Bid PwpoWO_DAP_Ut iry.xls 004243 DAP-BBS PROPOSAL Page s ors SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist It Specification I Unitof No. Description Section No. Merit rc f Bid Quantity Unit Price Bid Value NIT V:ORAII 4AGE IMPR VEMENT 1 3341.020121"RCP,Class III 3341 10 LF 250 $45.00 $11,250.00 2 3341.0205 24"RCP.Class III 3341 10 LF 1,96 $50.00 $97,800.001 3 3341,0309 36"RCP,Class III 3341 10 LF 157 $90.00 $14,130.00 4 3341.0502 54"RCP,Class III 3341 10 LF 48 $155.00 $7,440.00 5 3341.0602 60"RCP,Class III 3341 10 LF 504 $175.00 $88,2W00 6 9999.0006 2.4'SlopingHeadwall 00 00 00 EA 2 $2 500.00 $5 000.00 7 9999.0007 36"Sloping Headwall 00 00 00 EA 1 $3 500.00 $3,500.00 8 9999.0008 54"Sloping Headwall 00 00 00 EA 1 $5 500.00 $5,500.00 9 9999.0009 60"Sloping Headwall 00 00 00 EA 1 $6,500.00 $6,500.00 10 3349.5001 10'Curb Inlet 33 49 20 EA 11 $3,200.00 $35.200,00 11 3349.5002 15'Curb Inlet 33 49 20 EA 1 $4,200.00 S4,200.00 12 3349.5003 20'Curb Inlet 33 49 20 EA 8 $5,200.00 $41,600.00 13 3349.0001 4'Storm Junction Box 33 49 10 EA 6 $6,000.00 $36,000.00 14 3349.0003 B'Storm Junction Box 33 49 10 EA 2 $7,500.00 $15,000.00 15 3349.0005 8'Storrs Junction Box 33 49 10 EA 1 $9,500.00 $9,500.00 16 3349.70014!Drop Inlet 33 49 20 EA 1 $5,500.00 $5,500,00 17 3305.0109 Trench Safety 3305 10 LF 2915 $1.001 $2,915.00 18 9999.0010 Concrete lined Channel 00 00 00 SY 774 $72.001 $55,728.00 19 3137.0104 Medium Stone Riprap,dry 31 37 00 SY 599 $75.00 $44.925.00 20 3137.0102 Large Stone Ri rap.dry 31 37 00 SY 1083 $85.00 $92,055.00 21 9999.0011 Outfall Weir Structure 00 00 00 EA 1 $50,000.00 $50,000.00 22 9999.0012 3'SQ Drop Inlet 00 00 00 EA 1 $4,500.00 $4,500.00 23 9999.0013 30"X 21"Concrete Collar 00 00 00 EA 1 $500.00 $500.00 24 9999.0010 Concrete Flume 00 00 00 SY 58 $82.00 $4,756.00 25 9999.0010 Rock Check Dam 00 00 00 SY 170 $30.00 $5,100.00 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 TOTAL UNIT V:DRAI NAG E IMPR VEMENT $646,799.00 Bid Summar UNIT I:WATER IMPROVEMENTS $331,645.00 UNIT II:OFFSITE WATER IMPROVEMENTS $207,741.25 UNIT III:SANITARY SEWER IMPROVEMENTS 5396,278.00 UNIT IV:OFFSITE SANITARY SEWER IMPROVEMENTS $552,506.00 UNIT V:DRAINAGE IMPROVEMENTS $646,799.00 Total Construction Bid $2,134,969.25 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 180 calendar days after the date when the CONTRACT commences to ren as provided In the General Condldons. END OF SECTION CnY OF FORT WORTH STANDARD CONSTRUCTION SPECIRCATION DOCUMENTS-DEVELOPER AWARDED PROJECTS F-Venus Sqp be 1,2015 Utiary_004243Bid Ptopm1ODA1_Uti1ity.W 00 42 43 DAP-BID PROPOSAL Paget d2 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Spccufieatioa Unit of Bid Nc. 0.'Jscrapaaao Section No. Measure Quantity Unit Price Bid Value UNIT Vi:PAVING IMPROVEMENTS 1 3213.0101 6"Conc Pvmt 3213 13 SY 16,316 $34.00 $554,744.00 2 3211.0501 6"Lime Treatment 3211 29 SY 17,948 $3,00 $53.844.00 3 3211.0400 hydrated Lirrve 3211 29 TON 359 $175.00 $62,825.00 4 3216.0101 6"Corn Curb and Gutter 32 16 13 LF 9410 $2.00 $18,820.00 5 3213.0302 5'Conc Sidewalk 32 13 20 SF 6483 $3.15 $20,421 A5 6 3213.0501 Barrer Free Ramp,Type R-1 32 13 20 EA 22 $1,200.00 $26,400.00 7 3213.0504 Barrier Free Ramp,Type M-2 32 13 20 EA 4 $1,500.001 $6,000.00 8 3213.0506 Barrier Free Ramp.Type P-1 32 13 20 EA 4 $1,200.00 $4,800.00 9 3471.0001 Traffic Control 3471 13 LAO 1 $3,500.00 $3.500.00 10 0241.1300 Remove Conc Curb&Gutter 0241 15 LF 72 $20.00 $1,440.00 11 9999.0014 EOR Barricade 00 00 00 EA 4 $500-00 $2,000.00 12 3441.4003 Fumish/Install Alum Sign Ground Mount City Std. 34 41 30 EA 12 $750.00 $9,000.00 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 TOTAL UNIT VI:PAVING IMPROVEMENTS $763,794.45 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Vumon Septemba 1,2015 Paviog_00 42 43-Bid PfgMulO-DAP_Paviog.xla DO 42 43 DAP-DID PROPOSAL Page 2 of 2 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Spmif!ation Unit of Quantity Bid No. DescriptionunitNo. MeasureUnit Price Bid Value UNIT VII:OFFSITE PAVING IMPROVEMENTS-AMBER RIDGE DRIVE 1 3213.0101 7"Conc Pvmt 32 13 13 SY 2491 $40.00 $99,640.00 2 3212.0302 2"Asphalt Pvmt Type D 32 12 16 SY 687 $14.00 $9,61800 3 3212.0502 5"As halt Base Type B 32 12 16 SY 687 $28.00 $19,236.00 4 3211.0501 6"Lime Treatment 3211 29 SY 2740 $3.25 $8,905.00 5 3211.0400 Hydrated Lime 3211 29 TON 55 $175.00 $9,625.00 6 3216.01016"Conc Curb and Gutter 321613 LF 2208 $2,00 $4,416.00 7 3471.0001 Traffic Control 3471 13 MO 1 $3.500.00 $3,500.00, 8 0241.1100 Remove Asphalt Pvmt 02 41 15 SY 64 $10.00 $640.00 9 0241.1000 Remove Conc Pvmt 0241 15 SY 100 $20.00 $2,000.00 10 3441.4003 Fumishllnstall Alum Sign Ground Mount Ci Std. 34 41 30 EA 7 $750.00 $5,250.00 11 3217.1002 Lane Legend Arrow 32 17 23 EA 1 $650.00 $650.00 12 3217.2104 REFL Raised Marker TY II-C-R 32 17 23 EA 42 $4.00 $168.00 13 13217.050124"SLD Pvmt Markin HAE W 32 17 23 LF 119 $30.00 $3,570.00 14 3217.0201 8"SLD Pvmt Markin HAS W 321723 LF 157 $4.00 1 $628.00 15 3217.0001 4"SLD Pvmt Markin HAS W 32 17 23 LF 338 $2.00 $676.00 16 3217.0002 4"SLD Pvmt Markin HAS Y 32 17 23 LF 1040 $2.00 $2,080.00 17 3217.0202 8"SLD Pvmt Markin HAS Y 32 17 23 LF 157 $4.00 $628.00 18 3213.0501 Barrier Free Ramp,Type R-1 32 13 20 EA 2 $1,200.00 $2,400.00 19 9999.0015 10'Sidewalk 00 00 00 SF 6,545 $3.15 $20,616.75 20 13213.0501 Barrier Free Ramp,Type P-1 32 13 20 EA 2 $1,20000 $2,400.00 21 22 23 24 25 26 27 28 _ 29 30 31 32 33 34 35 _ 36 37 38 39 40 _ TOTAL NIT VII:OFFSITE PAVING IMPR VEMENT -AMBER RIDGE DRIVE $196,646.75 Bid Summa UNIT VI:PAVING IMPROVEMENTS $763,794.45 UNIT VII:OFFSITE PAVING IMPROVEMENTS-AMBER RIDGE DRIVE $196,646.75 Total Construction Bid $960,441.20 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 180 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 F-Veeim Segenbe 1,2015 PmingL004243_13id Propme10 DAP_Pmiugxls 00 42 43 DAP-BID PROPOSAL Page 1 of 1 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. ���On Section No. Measure Quantity Unit Price Bid Value NIT VIII:STREET LIGHT I ROVEMENT 1 3441.3301 Rdwy Illum Foundation TY 1 2 and 4 31 41 20 EA 9 $1,122.55 $10,102.95 2 3441.3001 Rdwy Illum Assmbly TY 1 4 and 6 31 41 20 EA 9 $2,231.00 $20,079.00 3 2605.3015 2"CONDT PVC SCH 80(T) 26 05 33 LF 456 $9.58 $4,368.48 4 9999.0016#6 Aluminum Cable 00 00 00 LF 456 $2.73 $1,244.88 5 6 7 8 9 10 11 12 TOTAL UNIT VIIISTREET LIGHT IMP V M NT $35,795.31 Bid Summary UNIT VIII:STREET LIGHT IMPROVEMENTS $35,795.31 Total Construction Bi $35,795.31 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 180 calendar days after the date when the CONTRACT commences to run as provided in the General Conditions END OF SECTION CIT'OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Farm Venim Seylemba 1,2015 Strad Lighling_00 42 43—Bid Pmpoeal0_DAPx1s 0 :11111111 MORMON pill IIIe 111 11 1 NO s 11111111 lull 11 IN 1 11 1 1 11 lull 11 IN I tI ilull 111111iol 1Ii�lull I � imp 11111119 �� n�lii� ��i�i�� 1 IN ISI I�� lil�i � iM 11111111 9 �n� ! 11 � IAC'I 9�I S III' 111111 I IN� �II �I ' �IC� �� I I III IN I IN lull 11 111 1 1 1 lull 1 11 111 11 111 IN I I III IN 1 1 11 u�i �s� �1 1 �u� In I IN i■i �1 11 �i �nn 11 II I1 I� I IN IN I Y�I1I�� ��n'■� �=i� �iui �� IIIIIIIl i � 111III M :