Loading...
HomeMy WebLinkAboutContract 49835 CANg83S" 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&E- J7-. 81 -230 0800,mpallen@drhorton.com Authorized Signatory,Title: Mark P. Allen,Assistant Vice President Project Name: Chapel Creek Phase II Brief Description: Water, Sewer,Paving, Storm Drain, Street Lights Project Location: 10861 Chapel Creek Boulevard Plat Case Number: IFP-17-030 Plat Name: Chapel Creek Phase 2 Mapsco: 172G L��_ Council District: 3 CFA Number: 2017-149 City Project Number: 100992 To be coe by staff.- Received taff.Received by: Date: ' b)) rl 4 61 B O os City of Fort Worth,Texas Standard Community Facilities Agreement-Chapel Creek Phase II 9 9 g y Z 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. 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 II ("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 II OFFICIAL RECORD CFA Official Release Date:02.20.2017 Page 2 of 11 CITY SECRETARY FT,WORTH,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 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-Chapel Creek Phase II 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 II 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-Chapel Creek Phase II CFA Official Release Date: 02.20.2017 Page 5of11 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 II 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. Q. 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) will not boycott Israel during the term of the contract. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) City of Fort Worth,Texas Standard Community Facilities Agreement-Chapel Creek Phase II CFA Official Release Date:02.20.2017 Page 7 of 11 Cost Summary Sheet Project Name: Chapel Creek Phase II CFA No.: 2017-149 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 $ 428,003.25 2.Sewer Construction $ 366,848.00 Water and Sewer Construction Total $ 794,851.25 B. TPW Construction 1.Street $ 1,252,091.70 2.Storm Drain $ 379,183.00 3.Street Lights Installed by Developer $ 84,826.20 4. Signals $ - TPW Construction Cost Total $ 1,716,100.90 Total Construction Cost(excluding the fees): $ 2,510,952.15 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 15,897.03 D. Water/Sewer Material Testing Fee(2%) $ 15,897.03 Sub-Total for Water Construction Fees $ 31,794.06 E. TPW Inspection Fee(4%) $ 65,250.99 F. TPW Material Testing(2%) $ 32,625.49 G. Street Light Inspsection Cost $ 3,393.05 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 101,269.53 Total Construction Fees: $ 133,063.59 Choice Financial Guarantee Options,choose one Amount Mark one' Bond=100% $ 2,510,952.15 x Completion Agreement= 100%/Holds Plat $ 2,510,952.15 Cash Escrow Water/Sanitary Sewer=125% $ 993,564.06 Cash Escrow Paving/Storm Drain=125% $ 2,145,126.13 Letter of Credit=125%w/2yr expiration period $ 3,138,690.19 City of Fort Worth,Texas Standard Community Facilities Agreement-Chapel Creek Phase II 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 Manager , Date: Recommended by: Name: Mark P. Allen Title: Assistant Vice President hi-Babula , EMBA, P17. Date: _ !v 2 / � welopment Engineering Manager Water Department ATTEST: (Only if required by Developer) Dougl s W. Wiersig, P.E. Director St-gnatu Transportation &Public Works Department Name: 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 Attorney ensuring all performance and reporting M&C No. ,y�g, requirements. Date: Form 1295: _ l�I�- _Njame: Janie Morales ATTEST: Title: Development Manager l l F0RT�2 Mary J. KayLepf A. '0 City '�Secretary ' U 2 City of Fort Worth,Texas OFFICIAL RECORD Standard Community Facilities Agreement-C Ce C� 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 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-Chapel Creek Phase II CFA Official Release Date:02.20.2017 Page 10 of 11 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 100992 None City of Fort Worth,Texas Standard Community Facilities Agreement-Chapel Creek Phase II CFA Official Release Date: 02.20.2017 Page 11 of 11 NEW J / CT PH . 5 qRpF \ ' PH 2 g 4 P 3p ` Shield Engineering GrouPLLC p, Fmi�1 IJ.i CivilF-1€ngineering&Land Surveyingg �-�77T{-��{�77{�}��7'(-Tj�T{7T�� 1039 TBRS 0193890 ,1... all1.Li1.111.1L.W r 1600 West 7th Stree[S. 200 o_t.tl.ul.uliLl.Lu� Fort Worth T... 76 02 817.810.0496 E17 AIE / — _ \ 0 1500 3000 4500 E _- 1(LTl1L7�1flf-T1AT.�1T`iY\' GRAPHIC SCALE IN FEET DEVELOPER OWNER D.R.HORTON-TEXAS,LTD. D.R.HORTON-TEXAS,LTD. 6751 NORTH FREEWAY 6751 NORTH FREEWAY FORT WORTH,TX 76131 FORT WORTH,TX 76131 617-230-0800 817-230-0800 CHAPEL CREEK PHASE 2 DATE: October 2017 VICINITY MAP ILL-u `rl l �- 1 1 I 1 I i i IL i I -14 I 1 W -- --"7—) t �. Shield En ina G PLLC Civil Engineering&Lnd Suryeying ] — e iBff F 11839 180..5 10193898 — 1600 west 7m sml surce zoo -I- Fort worth Tezas 76iDz � 817.810.096 � y it �-- 1DR�Yi O �- 0 250 500 750 GRAPHIC SCALE IN FEET DEVELOPER OWNER D.R.HORTON-TEXAS,LTD. D.R.HORTON-TEXAS,LTD. LEGEND 6751 NORTH FREEWAY 6751 NORTH FREEWAY FORT WORTH,TX 76131 FORT WORTH,TX 76131 817-230-0800 817-230-0800 PROP 8"WATERLINE CHAPEL CREEK PHASE 2 PROP 12"OFFSITE WATERLINE ------- 5,313 LF 8"WATER MAIN 844 LF 12"WATER MAIN DATE: October 2017 PROP FIRE HYDRANT13•B"GATE VALVE&BOX 3-12"GATE VALVE&BOX PROP GATE VALVE �♦ 6-FIRE HYDRANT ASSEMBLY EXHIBIT A 135-1'WATER SERVICE WATER EXIST WATER LINE W LL-m A�-D- i -TRATr�. T- 4- 1 fflu10 < 31 Shield Engineering Group,PLLC N DRIVF- I Engineering&Land SurveyingMEROT Civil 02 � 1600 west 7N Street S"','10 D-WEA""- -a 0 250 500 750 DEVELOPER. LTD. D.R.HO %TEXAS,LTD. i--� GRAPHIC SCALE IN FEET 6751 NORTHFREEWAY 6751 NORTH FREEWAY LEGEND FORT WO ,TX 76131 FORT WORTH,TX 76131 817-230-0800 817-230-0800 PROP 8"SANITARY SEWER LINE CHAPEL CREEK PHASE 2 PROP SANITARY SEWER MANHOLE 4,588 LF 8-SEWER MAIN DATE: October 2017 135-SANITARY SEWER SERVICE 16-STANDARD WMANHOLE EXIST SANITARY SEWER LINE EXHIBIT Al EXIST SANITARY SEWER MANHOLE WASTEWATER aer."D.OeD7NNr! I II'II ,_I T 711, ' � I , �l C1N'FEft5V1LIE.T -41 RA 'I Shield Enginee,ing EngineeringGroup,PLLC Civilr.iEngineering&Land Surveying I rerr r a rens 0193890 l TUN DR R" I — 1600 West 7th Street Suite 200 1 3 r^ Fort Wort Texas 761 02 1 �1/ 917.610.096 -- — s l 0 250 SDG 750 PER _ GRAPHIC SCALE IN FEET OWER LEGEND D.R.HORTON LO TEXAS,LTD. D.R.HORTON NTEXAS,LTD. 6751 NORTH FREEWAY 6751 NORTH FREEWAY ONSITE PAVING(6"CONIC PVMT) FOR 817-230-0800 0 6131 FORBWOZ D,0076131 CHAPEL CREEK PHASE 2 OFFSITE PAVING(7"CONC PVMT) DATE: October 2017 17,539 SY ONSITE 6"R.C.WMT 5,687 SY OFFSITE 6"R.C.WMT EXHIBIT B PAVING 417 LF 21"RCP 1,335 LF 24"RCP 392 LF 30"RCP 253 33"RCP 464 LF 36'RCP 307 LF 54"RCP 7-4'SQUARE MANHOLES �, X I I i j ' i 2-6'SQUARE MANHOLES 7-STANDARD 10'CURB INLET STANDARD 15'CURB INLET 11-STANDARD 20'CURB INLET 1 6'DROP INLET T- 115 nli! �q- --- _1 E ! I i LIWShield Engineering Group,PLLC Gia ova Engineering&Land Surveying > Zi 1600 Wes[ s 0 Worth Texas 76iD2 dj7.810.6;96 su 0 250 500 750 GRAPHIC SCALE IN FEET DEVELOPER OWNER LEGEND D.R.HORTON-TEXAS,LTD. D.R.HORTON TEXAS,LTD. 6751 NORTH FREEWAY 6751 NORTH FREEWAY CHAPEL CREEK PHASE 2 PROP STORM LINE FORT WORTH,TX 76131 FORT WORTH,TX 76131 DATE: October 2017 817-230-0800 617-230-0800 EXIST STORM LINE EXHIBIT Bl STORM DRAIN T. L ( __- IT 4-4 > _4' fit �EF:� F_ IF rZT0 Shield Engineering Group,PLLC v_j IU- CI,II ",,",enng 11 Lrd S,,,,Ing m-11.11­­­ 1wWes[ s"Ill"I 02 N i O 0 2so s00 750 GRAPHIC SCALE IN FEET DEVELOPER OWNER D.R.HORTON-TEXAS,LTD. DJLHORTON'TEXAS,LTD. 6751 NORTH FREEWAY 6751 NORTH FREEWAY LEGEND FORT WORTH, TX 76131 FORT WORTH,TX 76131 CHAPEL CREEK PHASE 2 817-230_0800 817-230-0800 DATE: October 2017 PROPOSED SIGN 22-STREET LIGHTS - PROPOSED STREET LIGHT 12-STREET SIGNS EXHIBIT C &Cl 2-TRAFFIC SIGNS STREET LIGHTS & STREET NAME SIGNS 00 42 33 _ - DAPOLDPROPOSAL Pugs 1 or6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Unitof Item No. Description Section No. Measure Bid Quantity Unit Price Bid Value UNIT I:WATER IMPROVEMENTS 1 3311.0261 8"PVC Water Pipe 33 11 12 LF 5.313 $34.00 $180,642.00 2 3312.0001 Fire Hydrant w/Gate Valve 33 1240 EA 6 $4,500.00 $27,000.00 3 3312.2003 1"Water Service 33 1210 EA 135 $950.00 $128,250.00 4 3312.3003 8"Gate Valve&Box 33 1220 EA 13 $1,250.00 $16,250.00 5 3312.0117 Connection to Existing 4"-12"Water Main 33 1225 EA 4 $1,000.00 $4,000.00 6 3311.0001 Ductile Iron Water Fittings wi Restraint 33 11 11 TON 0.8 $4,000.00 $3,200.00 7 3305.0109 Trench Safety 33 05 10 LF 5,3131 $0.25 $1,328.25 8 3471.0013 Traffic Control 3471 14 MO 1 $1,000.00 $1,000.00 9 10 11 12 13 14- 15 16 17 18 19 20 21 22 23 25 26 27 28 29 30 " 31 32 33 34 35 36 37 38 39 40 TOTAL UNIT I:WATER IMPROVEMENTS $361,670.25 CITY Or FORT WORTH S"rANDARD CON.STRUCI ION SPECIFICATION DOCUNILNT.S-DEVELOPER AWARDED PROJECTS Form Version.Scplimbcr I,201i Pninc and Ulilii�_00 J?J3 Bid Prnp,,,IO DAP.\I, 00 42 43 DAP-BID PROPOSAL Page 2 or6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Unit of Item No. Description Section No. Measure Bid Quantity Unit Price Bid Value UNIT II:OFFSITE WATER IMPROVEMENTS 1 3311.0461 12"PVC Water Pipe 33 11 12 LF 844 $46.00 $38,824.00 2 3312.0117 Connection to Existing 4"-12"Water Main 33 1225 EA 1 $1,200.00 $1,200.00 3 3311.0001 Ductile Iron Water Fittings w/Restraint 33 11 11 TON 1.0 $4,500.00 $4,500.00 4 3305.0109 Trench Safety 3305 10 LF 844 $1.00 $844.00 5 0241.1013 Remove 8"Water Line 0241 14 LF 165 $20.00 $3,300.00 6 3471.0013 Traffic Control 3471 14 MO 1 $2,500.00 $2,500.00 7 3312.3005 12"Gate Valve&Box 33 1220 EA 3 $2,600.00 $7,800.00 8 9999.0018 Remove&Replace Existing R-1 Curb Ramp 00 00 00 EA 3 $1,500.00 $4,500.00 9 0241.0500 Remove Fence 0241 13 LF 83 $5.00 $415.00 10 3213.0102 7"Conc Pvmt 32 13 13 SY 46 $50.00 $2,300.00 11 0241.1001 Water Line Grouting 0241 14 CY 1 $150.00 $150.00 12 13 14 15 16 17 18 19 20 21 22 23 25 26 27 28 29 30 31 32 33 34 35 36 37 38 TOTAL UNIT ll:OFFSITE WATER IMPROVEMENTS $66,333.00 CITY Or FORT WORTH STANDARD CONMUCT10N SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PRO.QI:CTS Form V—wn.Scptcml+cr I,2015 P,,,,g and Uiilitv00 42 43 Did Propual0_DiV'.,�Is 0041 43 DAP-BID PROPOSAL - - Pugs 3-of6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Unit of Item No. Description Section No. Measure Bid Quantity Unit Price Bid Value UNIT III:SANITARY SEWER IMPROVEMENTS 1 3331.4115 8"Sewer Main 3331 20 LF 4,588 $38.00 $174,344.00 2 3339.1001 4'Manhole 3339 10 EA 16 $4,000.00 $64,000.00 3 3339.1003 Extra Depth Depth Manhole 3339 10 VF 60 $175.00 $10,500.00 4 3331.3101 4" Sewer Service 3331 50 EA 135 $650.00 $87,750.00 5 3301.0002 Post-CCN Inspection 3301 31 LF 4,588 $2.00 $9,176.00 6 3301.0101 Manhole Vacuum Testing 3301 30 EA 16 $150.00 $2,400.00 7 3305.0109 Trench Safety 3305 10 LF 4,588 $1.00 $4,588.00 8 3305.0202 Cement Stabilized Backfill 3305 10 LF 169 $30.00 $5,070.00 9 3339.0001 Epoxy Manhole Liner(Warren Environmental) 33 3960 VF 44 $205.00 $9,020.00 10 11 12 13 14 15 16 17 18 19 20 21 22 23 L4 I 25 26 27 28 29 30 > 31 32 33 34 35 36 37 38 TOTAL UNIT III:SANITARY SEWER IMPROVEMENTS $366,848.00 CITY OP FORT u'ORTI I STANDARD CONSTRUCTION SPLC'IfIC.41ION DOC'UMEM S-Dr:V ELOPER AWARDED PROJECTS F.—V—i—&p—ber I.20 15 Pat'�ng and Utility UD 42 43_Bid P,,p-10_DM.a'I, 00 42 43 DAP-BIDPROPOSAL Pogo 4.1`6 - SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Unitof Item No. Description Section No. Measure Bid Quantity Unit Price Bid Value UNIT IV:DRAINAGE IMPROVEMENTS 1 3341.0201 21"RCP,Class III 3341 10 T LF 417 $45.00 $18,76500 2 3341.0205 24"RCP,Class III 3341 10 LF 1,295 $50.00 $64,750.00 3 3341.0206 24"RCP,Class IV 3441 10 LF 40 $60.00 $2,400.00 4 3341.0302 30"RCP,Class III 3541 10 LF 372 $65.00 $24,180.00 5 3341.0303 30"RCP,Class IV 3641 10 LF 20 $75.00 $1,500.00 6 3341.0305 33"RCP,Class III 3741 10 LF 253 $75.00 $18,975.00 7 3341.0309 36"RCP,Class 111 3841 10 LF 444 $90.00 $39,960.00 8 3341.0310 36"RCP,Class IV 3941 10 LF 20 5105.00 $2,100.00 9 3341.0502 54"RCP,Class III 3341 10 LF 307 $155.00 $47,585.00 10 3349.5001 10'Curb Inlet 33 49 20 EA 7 $3,200.00 $22,400.00 11 3349.5002 15'Curb Inlet 33 49 20 EA 1 $4,200.00 $4,200.00 12 3349.5003 20'Curb Inlet 33 49 20 EA 11 $5,200.00 $57,200.00 13 3349.0001 4'Storm Junction Box 3349 10 EA 1 $6,000.00 $5,000.00 14 3349.0003 6'Storm Junction Box 3349 10 EA 2 $7,500.00 $15,000.00 15 3349.7003 6'Drop Inlet 3349 20 EA 1 $7,500.00 57,500.00 ,16 3305.0109 Trench Safety 33 05 10 LF 3,166 $1.00 $3,168.00 ..._.._.._.._ 17 9999.0012 4'Drop Storm Junction Box 00 00 00 EA 6 $7,000.00 $42,000.00 18 0241.4401 RemoveHeadwall(SET 024114 EA 1 $1,500.00 $1,500.00 19__ ..__...._..... 20 ._._......._............. 21 22 23 25 _ 26 ..._..........._...... 27 28 + 29 30..__ 31 .._._......_.._... 32 33 34 35 ................._.- 37 38 39 40 TOTAL UNIT V:DRAINAGE IMPROVEMENTS $379,183.00 C11 OF FORT WOR ff I STAND,=CONSTRUCTION SPCC[F'IC.A7'ION DOCUNI[NrS-DEVELOPER AWARDED PRO.f.CTS Form Version S,Tie 1—I,2015 Pai ire and U,1I,1y 0012 4_Bid ProPo_,.10_D,\P.,,I, 0042 43 DAP-BID PROPOSAL P.p 5 or 6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Unit of Item No. Description Section No. Measure Bid Quantity Unit Price Bid Value UNIT V:PAVING IMPROVEMENTS 1 3213.0101 6"Conc Pvmt 32 13 13 Sy 17,539 $34.00 $596,326,00 2 3211.0501 6"Lime Treatment 32 11 29 Sy 19,293 $3.00 $57,879.00 3 3211.0400 Hydrated Lime 3211 29 TON 386 $175.00 $67,550.00 4 3216.0101 6"Conic Curb and Gutter 32 16 13 LF 10,160 $2.00 $20,320.00 5 3213.0302 5"Conc Sidewalk 32 1320 SF 47,307 $3.15 $149,017.05 6 3213.0501 Barrier Free Ramp,Type R-1 32 13 20 EA 20 $1,200.00 $24,000.00 7 3213.0504 Barrier Free Ramp,Type M-2 32 1320 EA 3 $1,500.00 $4,500.00 8 3471.0001 Traffic Control 3471 13 MO 1 $1,000.00 $1,000.00 9 9999.0014 Install EOR Barricade 00 00 00 EA 3 $500.00 $1,500.00 10 9999.0015 Remove EOR Barricade 00 00 00 EA 4 $250.00 $1,000.00 11 3441.4003 Furnish/Install Alum Sign Ground Mount City Std. 3441 30 EA 12 $750.001 $9,000.00 12 9999.0016 Furnish/Install W1-1&W13-1P Signs 00 00 00 EA 2 $600.00 $1,200.00 13 14 15 16 17 18 19 20 21 22 23 24 25 26 I 27 28 29 30 31 32 33 34 35 36 37 38 39 40 TOTAL UNIT VI:PAVING IMPROVEMENTS 5933,292.05 CITY OF FORT WORTI-I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DE VI:I.OPCR AWARDED PROJECTS Furor V,--Scp—b,,I,2015 Pa.-inc and Ut,hi,_00 42 4_Bid Pr�P-,su10 DAP.aI, 00 42 43 DAP-BIDPROPOSAL - _ Page 6 of SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Unitof Item No. Description Section No. Measure Bid Quantity Unit Price Bid Value UNIT VI:OFFSITE PAVING IMPROVEMENTS-AMBER RIDGE DRIVE 1 3213.0101 6"Conc Pvmt 32 13 13 Sy 5,687 $36.00 $204,732.00 2 3211.0501 6"Lime Treatment 32 11 29 Sy 6,256 $3.00 $18,768.00 3 3211.0400 Hydrated Lime 32 11 29 TON 125 $175.00 $21,875.00 4 3216.0101 6"Conc Curb and Gutter 32 16 13 LF 4,008 $2.00 $8,016.00 5 3471.0001 Traffic Control 3471 13 MO 1 $2,500.00 $2,500.00 6 0241.1100 Remove Asphalt Pvmt 0241 15 SY 687 $10.00 $6,870.00 7 3217.2104 REFL Raised Marker TY II-C-R 32 1723 EA 70 $4.00 $280.00 8 3217.0501 24"SLD Pvmt Markin HAE W 32 1723 LF 119 $30.00 $3,570.00 9 3217.0001 4"SLD Pvmt Markin HAS W 32 1723 LF 551 $2.00 $1,102.00 10 3217.4301 Remove 4"SLD Pvmt Markin HAS Y 32 1723 LF 1,019 $1.00 $1,019.00 11 3217.4303 Remove 8"SLD Pvmt Markin HAS Y 32 1723 LF 159 $1.00 $159.00 12 3217.0201 8"SLD Pvmt Markin HAS W 32 17 23 LF 295 $4.00 $1,180.00 13 3217.1002 Lane Legend Arrow 32 1723 EA 2 $650.00 $1,300.00 14 3213.0506 Barrier Free Ramp,Type P-1 32 1320 EA 8 $1,200.00 $9,600.00 15 9999.0014 Install EOR Barricade 00 00 00 EA 1 $500.00 $500.00 16 9999.0015 Remove EOR Barricade 00 00 00 EA 1 $250.00 $250.00 17 9999.0016 10'Sidewalk 00 00 00 SF 11,7711 $3.151 $37,078.65 13 19 20 21 22 23 24 25 26 I I TOTAL UNIT VI:OFFSITE PAVING IMPROVEMENTS-AMBER RIDGE DRIVE $318,799.65 Bid Summary UNIT I:WATER IMPROVEMENTS $361,670.25 UNIT Il:OFFSITE WATER IMPROVEMENTS $66,333.00 UNIT III:SANITARY SEWER IMPROVEMENTS $366,848.00 UNIT IV:DRAINAGE IMPROVEMENTS $379,183.00 UNIT V:PAVING IMPROVEMENTS $933,292.05 UNIT VI:OFFSITE PAVING IMPROVEMENTS $318,799.65 TOTAL CONTRACT 8101 $2,426,125.95 C'I"I'Y OI:FORT WORM STANDARD CONSTRUCTION SPEC'IPICATION DOCUNIEM S-DEVELOPER AWARDED PROJECTS F"rm V­ion Sep-b"I,2015 Pa,ink-and Utd,i ._00 a'"13 Bid Prop,,sa10 DAP_%% 00 42 43 DAP-BID PROPOSAL Page I of 1 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlistltem - Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value UNIT VIII:STREET LIGHT IMPROVEMENTS 1 3441.3301 Rdwy Illum Foundation TY 1 2,and 4 31 41 20 EA 22 $1,119,0 $24,618.00 2 3441.3001 Rdwy Illum Assmbly TY 1,4 and 6 31 4120 EA 22 $2 226.00 $48,972.00 3 2605.3015 2"CONDT PVC SCH 80 26 05 33 LF 915 $9.55 $8,738.25 4 9999.0016#6 Aluminum Cable 00 00 00 LF 915 $2.73 $2,497.95 5 _....... _...._......_ __....... ._....... ................ ... ..... ... .. ._.............. ___ _._ .................... -...._ ........ _._._..... ... .__....__. 6 8 ... _.. _ ......_.. ............... .._ .._....._.. . .............. ., __..._._ _..... _.....__._. _.._........._ . ....__._. _,..._..._.... _....._.._.._... 9 10 11 12 TOTAL UNIT VIII.STREET LIGHT IMPROVEMENTS $84,826.20 Bid Summary UNIT VIII:STREET LIGHT IMPROVEMENTS $84,826.20 Total Construction Bi $84,826,20 } Contractor agrees to complete WORK for FINAL ACCEPTANCE within ISO calendar days after the date when the CONTRACT commences to run as provided in the General Conditions 1 e 1 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Foran Version SW=bcr 1,2015 00 42 4J Bid Piopow10 DAP.A,