Loading...
HomeMy WebLinkAboutContract 50025 INFRASTRUCTURE CONSTRUCTION AGREEMENT - correct City Secretary Coniracz No. bA;E— WHEREAS,The Fort Worth Zoological Association ("Zoo Association's and the City of Fort Worth, a Texas municipal corporation ("City'D, desire to enter into this Infrastructure Construction Agreement ("Agreement'D to make certain improvements to the Fort Worth Zoo ("Zoo'D in the City of Fort Worth as further detailed herein; and WHEREAS, Zoo Association, a 501(c) (3) corporation, is managing the Zoo pursuant to that certain Master Agreement regarding management of the Zoo, City Secretary No. 40564, between Zoo Association and City ("Master Agreement'l; and WHEREAS, Zoo Association desires to construct the Elephant Springs Exhibit ("Project'D to facilitate Zoo Association's development and management obligations at the Zoo; and WHEREAS, under the terms of the Master Agreement,certain Basic Utilities (water, sanitary sewer, electrical, gas and fiber optic) to accommodate construction or modification at the Zoo are to be constructed by or on behalf of the City. Additionally, the City has agreed to contribute funds toward storm drainage related to the Project (collectively, the"Improvements' as further depicted on the Exhibits attached hereto as Attachments A,Al, 1131,C,and C1 and the Approved Drawings and Specifications listed on Attachment D; and WHEREAS, pursuant to the terms of the Master Agreement, Zoo Association retained the services of Dunaway Associates, L.P. ("Engineer's to provide the design of the Improvements; and WHEREAS, Zoo Association publicly advertised notice for bids for construction of the Improvements on September 14, 2017 and September 21, 2017; and WHEREAS, the City has budgeted the cost of the Improvements in an amount not to exceed $661,000.00 (the "Construction Cost's as shown on Attachment E attached hereto; WHEREAS, the City intends to retain a portion of those funds in order to fund the cost of construction inspection; NOW, THEREFORE, for and in consideration of the above recitals and the covenants and conditions contained herein, the City and the Zoo Association do hereby agree as follows: General Requirements A. The Policy for the Installation of Community Facilities dated March 2001, approved by the City Council of the City of Fort Worth and as subsequently Infrastructure Construction Agreement CFW-FW Zoological Association(Elephant Spring OFFICIAL RECORD Exhibit) CITY SECRETARY Page 1 of 9 FT.WORTH,TX amended from time to time, and limited to only the specific sections of the Policy that are listed in this paragraph ("Policy'l, is hereby incorporated into this Agreement as if copied herein verbatim. The Policy Sections incorporated herein are; Section I"Definitions"(all definitions); Section II"Procedures for Obtaining a Contract for the Installation of Community Facilities"(Paragraph 2, Paragraph 3, Paragraph 7.C, Paragraph 7.D.1-4, Paragraph 8.A, Paragraph 8.13., Paragraph 8.C.1-2, Paragraph 8.C.6-7, Paragraph 8, D. and E.); and Section III "Water and Wastewater Installation Policy" through Section X "Policy for Street Name Sign Installations", inclusive. This Agreement shall be deemed to be a "Community Facilities Agreement" as referenced in that Policy. Zoo Association agrees to comply with all applicable provisions of those incorporated sections of the Policy in the performance of its duties and obligations hereunder and to cause all contractors hired by Zoo Association to comply with the incorporated sections of the Policy in connection with the work performed by said contractors, except as otherwise limited by or provided in this Agreement. B. Costs for the Improvements shall be paid as set forth in the Master Agreement and this Agreement as the Improvements are Related Infrastructure as defined by the Master Agreement. Zoo Association shall not be required to provide financial security related to the cost of the Improvements. C. It is understood that the Improvements may be modified as necessary through the course of construction by written Change Orders prepared by the Engineer on a form that is acceptable to the City, with the Construction Cost and the schedule for construction being adjusted accordingly and reflected in the Change Order. Adjustments to the Construction Cost will be based on the unit prices in the Contractor's bid when those unit prices are applicable to the change. The Construction Cost may be modified only by a written Change Order that has been approved by the City. Final Construction Costs will be reconciled and based on unit prices. D. The Improvements will consist of a Water Component, a Sanitary Sewer Component, a Drainage Component, a Communications Component, and a Gas Component, all as described by the Exhibits attached as Attachments Infrastructure Construction Agreement CFW-FW Zoological Association (Elephant Springs Exhibit) Page 2 of 9 A, Al, 131, C, and C1 hereto. E. Zoo Association will submit, upon completion of the Improvements, an Affidavit of Bills paid signed by its General Contractor or Subcontractor(s) and Consent of Surety signed by appropriate sureties, as well as any lien waivers from Subcontractor(s) to ensure the General Contractor has paid all Subcontractor(s) and suppliers in full. Additionally, the General Contractor or Subcontractor will provide in a written affidavit, acknowledgement that they have been paid in full by Zoo Association or General Contractor for all services, labor and materials provided under their contract. F. Zoo Association 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 Improvements and the exhibits attached hereto. G. The following exhibits are made a part hereof: a. Attachment A— Water Line Exhibit b. Attachment Al - Sewer Exhibit c. Attachment 131 - Storm Drain Exhibit d. Attachment C- Communications Exhibit e. Attachment C1 — Gas Exhibit f. Attachment D— List of Approved Drawings and Specifications describing the Improvements g. Attachment E— Contractor's Bid Proposal H. The Zoo Association or General Contractor shall award all contracts for the construction of the Improvements in accordance with the incorporated Sections of the Policy and the contracts shall be administered in conformance with the incorporated Sections of the Policy. I. Zoo Association agrees to the following: i. To retain Whiting-Turner Contracting Company, as the General Contractor and City pre-qualified Subcontractors to construct the Improvements; provided that, in the event that any of the contractors Infrastructure Construction Agreement CFW-FW Zoological Association (Elephant Springs Exhibit) Page 3 of 9 contemplated herein are unable to perform the work necessary, any other construction contractor who is selected as a replacement must first be approved by the public works department affected by same, said contractor to meet City's requirements for being insured, licensed and bonded to do work in public streets and/or prequalified to perform construction as the case may be, with the understanding that any such replacement construction contractor must meet all other requirements including those set forth above in Paragraph H. ii. To utilize contracts for construction of the Improvements that incorporate and comply with the City's standard specifications and contract documents for developer-awarded infrastructure construction contracts, with any modifications of such specifications and documents subject to the written approval of the City. iii. To require General Contractor to furnish to the City a payment bond and a performance bond in the names of the City and the Zoo Association for one hundred percent (100%) of its contract price, and provide a maintenance bond in the name of the City for one hundred percent (100%) of the cost of the Improvements for a period of two (2) years from the date of final acceptance insuring the maintenance and repair of the Improvements 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. iv. To maintain and repair, or cause the maintenance and repair of, the Improvements until final acceptance of the Improvements, at which time the maintenance/warranty bond shall become effective. v. To require General Contractor or Subcontractors 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 and the Zoo Association shall be named as additional insureds on all insurance required by said documents and same will be evidenced on the ACORD Certificate of Insurance supplied by its insurance provider and bound in the Infrastructure Construction Agreement CFW-FW Zoological Association (Elephant Springs Exhibit) Page 4 of 9 construction contract book or attached to the respective contract. vi. To require General Contractor or Subcontractors to give at least 48 hours'advance notice to the City's Construction Services Division of its intent to commence construction so that City inspection personnel will be available; to require the General Contractor or Subcontractors to allow the construction to be subject to inspection at any and all times by City inspection forces; and to provide an additional 24 hours' advance notice prior to the installation or relocation of any sanitary sewer, storm drain, or water pipe to allow the City's inspector to be present or to give consent to proceed in his/her absence. vii. To utilize a materials testing lab which has been pre-approved by the City, and to make such laboratory tests of materials being used as may be required by the City. No construction will commence without City approval of the materials testing lab. viii. To require General Contractor or Subcontractors 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 General Contractor. ix. To delay connections of buildings to service lines of sewer and water mains constructed under this Agreement until said sewer and water mains and service lines have been completed to the satisfaction of the City. 1. If Zoo Association is required to pay the costs of relocating or replacing franchise utilities(including,without limitation, gas,electric,telephone or other communications), such costs shall be deemed Project Costs and will be paid pursuant to the Master Agreement. K. Zoo Association 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 Infrastructure Construction Agreement CFW-FW Zoological Association (Elephant Springs Exhibit) Page 5 of 9 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 as part of the Improvements to be performed by Zoo Association, or in consequence of any failure to properly safeguard the work, but only to the extent caused by the neglect or misconduct of Zoo Association. In its agreements with each contractor it engages, Zoo Association will require the Contractor to indemnify, defend, and hold harmless the City to the same extent as Zoo Association indemnifies the City indicated in paragraph K above, except that, as it concerns bodily injury claims asserted by employees of the Contractor or any Subcontractor providing work on the Project ("Employee Injury Claims'l and only as to such Employee Injury Claims,Zoo Association will require the City be indemnified for the City's sole negligence. Such indemnity agreement may be contained in and made a part of the construction agreement(s) between Zoo Association and its contractors. M. Zoo Association 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. Further, upon completion of all work associated with the construction of the Improvements, Zoo Association will assign to the City a non-exclusive right to enforce the contracts entered into by the Zoo Association with its contractor along with an assignment of all warranties given by the contractor, whether express or implied. N. If construction of the Improvements has not commenced within nine months from the execution of this Agreement, or if construction of the Improvements has not been substantially completed within three years from the commencement of construction, the City shall have the right to terminate the contract, reimburse the Zoo Association for costs incurred up to the time of termination if provided for by the Master Agreement and shall have the right to complete the construction of the Improvements. In connection with the foregoing termination, Zoo Association will assign any construction contracts Infrastructure Construction Agreement CFW-FW Zoological Association (Elephant Springs Exhibit) Page 6 of 9 to the City that the City has chosen to accept assignment of and/or terminate all remaining construction contracts, as directed by the City. The City agrees to accept and assume all responsibilities and liabilities of Zoo Association under any contracts the City directs to be assigned to the City, except to the extent such liabilities arise from the negligence or intentional misconduct of Zoo Association. Cost Summary Sheet Project Name: Unit I: Sanitary Sewer Improvements & Unit II: Water, Sanitary Sewer, Storm Drain, Gas, & Communication Improvements to Serve the Fort Worth Zoo— Elephant Springs City Project No.: 101103 Construction Cost: See Attachment E for itemized schedule of Construction Cost. Infrastructure Construction Agreement CFW-FW Zoological Association (Elephant Springs Exhibit) Page 7 of 9 ACCORDINGLY, the City of Fort Worth has caused this Agreement to be executed in quadruplicate in its name and on its behalf by its Assistant City Manager, attested by its City Secretary, with the corporate seal of the City affixed, and said Zoo Association has executed this instrument in quadruplicate, at Fort Worth, Texas effective as of the date subscribed by the City's Assistant City Manager. -ley. FORT WORTH ZOOLOGICAL ASSOCIATION CITY OF FORT WORTH By: 1.—. B . �i�—� - Su5an Janis Assistant CCity Manager Date: k24 Date: j - Recommended by.- Water y;Water Department Tra ortation & Public Works Dep ment Wendy Chi-Babulal, EMBA, P.E. Vc, Doug . Wiersig Development Engineering Manager Direc r Park & Recreation Departm >c chard Zavala D krector Approved as to Form& Legality* IN,*c C-- U qO 8 -S�� -0-i /IT Douglas W. Black Sr. Assistant City Attorney 6 ATTEST: FORT a J. Kay U City Secreta *' Infrastructure Construction Agreement OFFICIAL RECORD CFW-FW Zoological Association (Elephant Springs Exhibit) CITY SECRETARY Page 8 of 9 FT.WORTH,TX List of Attachments to this Agreement Attachment A— Water Line Exhibit Attachment Al - Sewer Exhibit Attachment B1 - Storm Drain Exhibit Attachment C - Communications Exhibit Attachment C1 — Gas Exhibit Attachment D— List of Approved Drawings and Specifications describing the Improvements Attachment E — General Contractor's Bid Proposal Infrastructure Construction Agreement CFW-FW Zoological Association (Elephant Springs Exhibit) Page 9 of 9 L FA E 5� L FAYE n O Trinity Park DEX Rcr X v "c S I a w p N RYCE UL —7UC ER BRY �Q o V] BYE v=•, o a PEN 5 71 ANI J o o LIND N `a CAN ON C NN N i; COL NWQ D w CO PER UC EL C MPO o 37, r, E PERE 4NG a z 30 UMBO T BIRCI IMAN o a a w OR ULA K D S 00 4 2 CAL ONTi k w V) IRPR S D 1 U o STLETO Z w y LOCK w Uj1 v MAGN UA N A " �� �� PROJECT LOCATION =0 3 m a ED N N M D X p CO LI GSWORTH NIAL w < PA K R C 'F w o PE B F RIVER / FRONT / Fore Park-c Y Y RIC MO D C' 0 d 0 w A Tl R! P u m D �1�14TYR��R AR ING ON / co WINDSOR It!HUN TiN TON LIL C 0 N HAWTH RNE MI HE L W C Colonial fc� WILSHI E o u / Golf Course r0 GLENC o z CARLOCI o < JEIAN INE / AVONDALE V) 2 w WP�4 J ELI AB 7H u PARK HILL w -�/ Z = az a -j P R H LLLn ( k� P RKHILL i E W OB ANNA BORS \ w Mc HE SO U R B AP Y W � E IEW 9 = — n o i N m R a a m c~ n a Z o m ¢ mM H R ON 3 z r TIE �r 3 3 C Ni CA TE Y �+' Z N NNE PRINC ON a 3- AK AK pJ a LOWD N w o m N LO ov VICINITY MAP r FORT WORTH ZOO d L NOT TO SCALD CITY PROJECT # 101103 X-24607 DUNAWA y 550 Bailey Avenue•Suite 400•Fort Worth,Texas Tel:817.335.1 121 (TX REG. 14) w a i r � k 0�o jX PROPOSED 6" WATER LINE PROPOSED 8" _ WATER LINE 11 -1h PROPOSED 4" IRR/GA TION LINE PROPOSED 2" WATER LINE EXISTING WORLD 00 EXISTING 12" WATER OF PRIMATES / LINE (X-09607) PROPOSED 6" - - WA TER LINE EX-6"W — EX-6"w— w� — — Ex-a••w - — � EX/ TING 12". WA TER \ LINE (X-09607) LEGEND -- PROPERTY BOUNDARY - - —Ex-w—- - EXISTING WATER LINE w PROPOSED WATER 0 80 160 -�- PROPOSED FIRE HYDRANT SCALE: V=80 ft. ,�, ATTACHMENT A DUNAWAy WATER LINE 550 Bailey Avenue•S.rite 400•Fort worth.Texas 76107 FORT WORTH ZOO Tel:817.335.1121 (TX REG.F-1114) s EX 8"SSH— J EX- EXISTING 8" SANITARY PROPOSED SANITARY SEWER (X-23468) SEWER MANHOLE , EXISTING SANITARY SEWER PROPOSED SANITARY ' MANHOLE (X-23468) SEWER MANHOLE PROPOSED 15" PROPOSED SANITARY SANITARY SEWER SS 4 SEWER MANHOLE PROPOSED SANITARY \ SEWER MANHOLE � � EXISTING WORLD Q EXISTING 15" SANITARY ` I OF PRIMATES SEWER (X-12985) EXISTING 12" S TAR SEWER STUB \ (X-12985) < STA 51+22.5.2 \J'ss'`STA 52+16.02 M--302 M-302 (X-12985) (X-12985) � N . PROPOSED 15" X _ . SANITARY SEWER15" 5"SS� - - EX-IS" - - TARY EXISTING 15'= S /TARY PROPOSED SANI SEWER MANHOLE r SEWER (X-1298 ° x_2 5S STA 50+32.52 M-302 (X-12985) LEGEND -- PROPERTY BOUNDARY — — —EX-ss—- - EXISTING SANITARY SEWER EXISTING SANITARY ss SEWER MANHOLE 0 80 o EXISTING CLEANOUT --� ss PROPOSED SANITARY SEWER as PROPOSED SANITARY SCALE: V7 80 ft. SEWER MANHOLE 1, ATTACHMENT Al ~DUNAWAY SANITARY SEWER 550 Bailey Avenue•Suite 400•Fort Waith,Texas 76107 FORT WORTH ZOO Tel:81 7.M5.1121 )TX REG.F-1114) 1 OF 2 C3 C3 ',SS o I ti x EXISTING SANITARY SEWER MANHOLE (X-23468) D PROPOSED 6" SANITARY SEWER �` bS EXISTING 8" SANITARY \ SEWER (X-23468) EXISTING SANITARY SEWER MANHOLE (X-23468) EXISTING 6" �`\ SANITARY SEWER �` LEGEND PROPERTY BOUNDARY — —Ex-SS—- - EXISTING SANITARY SEWER EXISTING SANITARY ss SEWER MANHOLE ° o EXISTING CLEANOUT ss PROPOSED SANITARY SEWER GO PROPOSED SANITARY SCALE, 1 80 ft. SEWER MANHOLE ,� ATTACHMENT Al DUNAWA SANITARY SEWER 550 Balley Avenue•Suite 4W•Fat Worth,Texas 76107 FORT WORTH Z O O Tel:817.335.1121 M REG.F-1114) 2 0 F 2 n � EXISTING 30" STORM DRAIN (K-2458) PROPOSED 24" STORM DRAIN 'ate PROPOSED 21" saax STORM DRAIN EXISTING WORLD PROPOSED 2'X2' �; OF PRIMATES CATCH BASIN i EXISTING 24" Q " STORM DRAIN EXISTING 18" a STORM DRAIN ' a PROPOSED 18" STORM DRAIN EXISTING 12" STORM DRAIN PROPOSED 2'X2' CATCH BASIN LEGEND -- PROPERTY BOUNDARY EXISTING STORM DRAIN s� EXISTING SD MANHOLE 80 160 ---- PROPOSED STORM DRAIN ❑ PROPOSED AREA DRAIN SCALE: V= 80 ft. ATTACHMENT 131 �'DUNAWAY STORM DRAIN 550 Bailey Avenue.suite 400.Fort Waft,Texas 74107 FORT WORTH ZOO Tel:817.335.1121 (TX REG.F-1 1 141 C XISTING COMMUNICA TfO& LINES Ff PROPOSED P LBOX `0 EXISTING WORLD OF PRIMATES PROPOSED (2) 4" o COMMON/CA TIONS LINES PROPOSED PULLBOX C07 �o LEGEND -- PROPERTY BOUNDARY EX-COMM EXISTING COMMUNICATION LINE COMM PROPOSED COMMUNICATION LINE 0 8 160 PROPOSED PULLBOX SCALE: 1"=80 ft. ,.� ATTACHMENT C ``DUNAWAY COMMUNICATION LINES 550 Bailey Avenue•Suite 400•Fort Worth,Texas 76107 FORT WORTH ZOO Tel:817.335.1121 1TX REG.F-1114) EX-4"G I 1 / EXISTING 4" GAS LINE L qJ' PROPOSED 2 GAS LINE 00 EXISTING WORLD OF PRIMATES — cX_ AS — — EXISTING GAS LINE 0 LEGEND -�--- PROPERTY BOUNDARY EX-G EXISTING GAS LINE G PROPOSED GAS LINE 0 80 160 7111111111111 SCALE: 1"=80 ft. ATTACHMENT C1 AZ`wDUNAWAy GAS LINE 550 Bailey Avenue•Suite 400•Fmt Worth,Texas 7, .07 FORT WORTH ZOO Tel:817.335.1121 (TK REG.F-1114) cy d Attachment D A. Construction Documents 1) City Project No. 101103 "Plans for the Construction of Unit I: Sanitary Sewer Improvements Unit II: Water, Sanitary Sewer, Storm Drain, Gas, & Communication Improvements to serve The Fort Worth Zoo — Elephant Springs Phase 1" B. Specifications 1) City Project No. 101103 "Project Manual for the Construction of Unit I: Sanitary Sewer Improvements Unit II: Water, Sanitary Sewer, Storm Drain, Gas, &Communication Improvements to serve The Fort Worth Zoo (Elephant Springs Phase 1)" Attachment E 00 42 43 DAP-BID PROPOSAL Page 101`6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal BidlistItem Specification uri:of Bid No. Description Section No. I Me, re Quantity Unit Price Bid Value UNIT r SANITARY SEWER IMPROVEMENTS _ 1 3301.0001 Pre-CCTV Inspection 3301 31 LF 30 $1090 $ 300.00 2 3301.0002 Post-CCN Ir-suc iJG 1 3301 31 LF 38 $10.00 $ 380.00 3 3301-01.01 Manhole Vacuum Tes ing 3301 30 EA 4 $20.00 $ 80.00 4 3303.0001 Bypass_Pumping 33 03 10 LS 1 $100.00 $ 100.00 5 3331.4215 15"Sewer Pipe 3311 12 LF 8 $300.00 $ 2,400.00 6 3339.1001 4'Manhole 33 39 10 EA 2 $6.000.00 $ 12,000.00 7 3339.1003 4'Extra Depth Manhole 33 39 10 VF 8 ..3480.00 $ 3,840.00 8 3305.0109 Trench Safety _ 33 05 10 LF 15 51.50 $ 15.00 9 3215.0101 SWPPP 31 2500 LS 1 $5.Cf"C 10 $ 5,000.00 10 9999.0001 Site Demolition 0241 13 LS 1 55 500.00 $ 5,000.00 11 9999.0002 Construction Allowance 00 00 00 LS 1 525.000.00 $ 25 000.00 TOTAL UNIT I:SANITARY SEWER IMPROVEMENTS $54,115.00 Cn Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS 00 42 43—Bid Pro DAPYJs Fonn Version September 1.2015 _ 00 42 43 DAP-BID PROPOSAL Page 2 of 6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Informatic- Bidder's Proposal Bidlist Item U,n:aU0a Unit of 610 No. Description ;ctionNo. Measure Quantity Unit Price Eao Value KNIT IV WATER MTPROVEMENTS 1 _0241.1012 Remove 6"Water Line _ 0241 14 LF 245 5 i:).00 $ 2,450.00 2 0241.1001 Water Line Grouting_ 0241 14 CY 3 S1 :;07.00 $ 3,000.00 3 0241.1118 4"-12"Pressure Plug 0241 14 EA 2 Si 000.00 $ 2,000.00 4 0330.0001 Concrete Encase Water Pipe 03 30 00 CY 6 S-..CO.00 $ 600.00 5 3305.0103 ExploratoryExcavation of Existing Utilities 33 05 30 EA 5 S.303.00 $ 1,500.00 6 3305.0115 Vacuum Excavation 33 05 30 LF 530 S- QO $ 530,00 7 3201.0400 Temporary Asphalt Paving Repair 3201 18 SY 56 S :G:;0, S 5,600.00 8 3311.0261 8"PVC Water pipe 3311 12 LF 130 5150.00_3___19,500.00 9 3311.0251 8"DIP Water 3311 10 LF 49 5200.00 $ 9.800.00 10 3311.0161 6"PVC Water Pipe 3311 12 LF 48 5150.00 $ ,.200.00 11 3311.0162 6"PVC Water Pipe,CSS Backfill 3311 12 LF 20S2C,0,iJ S 4�10C.G0 12 3311.00614"PVC Water Pipe 3311 12 LF 15 5130.00_$ 1.950.00 13 3312.2203 2"Water Service 33 12 10 EA 1 $'500.00 $ 3,500.00 14 3312.3003_8"Gate Valve 33 12 20 EA 1 S2.°;00.00 $ 2,500.00 15 _3312.3002 6"Gate Valve 33 12 20 EA 3 $2.000.00 $ 61000.00 16 3311.0001 Ductile Iron Water Fittings w/Restraint 3311 11 TON 1.26 $?.000.00 $ 5.0_40.00 17 3305.0109 Trench Safety - - LF 262 51.-- S 252.00 18 3215.0101 SWPPP LS 1 $S.5015 01 S 000.00 19 9999.0000 Re lacin Existing Thrustblocking 33 1 1 11 EA 4 SaGC 00 $ 2,000.00 20 9999.0001 Site Demolition 02 4113 LS 1 St .oCO. 0 S 6,000.00 21 19999.002 Construction Allowance ^T ; v r,c jt; S 53 On0.00 TOTAL UNIT II:WATER IMPROVEMENTS 513$.432.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS.DEVELOPER AWARDED PROJECTS Form Version September 1,2015 00 42 43Bid Proposal_DAP.xls 00 42 43 DAP-BID PROPOSAL Page 3 of 6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification nit of Bid No. Descriptio Section No. Measure Quantity Unit Pnce Bid Value UNIT II SANITARY SEWER IMPROVEMENTS _M. 1 0241.2011 Remove 4"Se�,j-_r - 02 4 a �F 225 $10.00 $ 2,250.00 2 0241.2103 8"Sewe ':.. s r'i c r nl:_nt Plug 7•?' EA 1 $1,000.00 $ 1,000.00 3 3201.0400 Yarn, r:r: I:Paving P,eeair 3201 18 SY 56 $100.00 $ 5,600.00 4 3301.0002 Pus`,-CCT`c'Inspection 3301 31 LF 252 $1.00 $ 252.00 _ 5 3301.0101 Manhole Vacuum Testing 3301 30 EA 4 S'2C Q S 48C.00 7 3305.0112 Concrete Collar 33 05 17 EA 3 S200.0C $ 600.00 8_3331.4215 15"Sewer Pipe 3311 12 LF 202 S'70."'01 $ 34.340.00 9 3331.4216 15"Sewer Pipe,CSS Backfill 3311 12 LF 40 3220.00 $ 8.800.0O 10 3331.4201 10"Sewer Pipe 3311 12 LF 5 $161", 00 S 9)0.00 11 3331.4108 6"Sewer Pipe 3311 12 LF 5 S 14.0.^0 S 700.00 12 3339.1001 4'Manhole 33 39 10 EA 3 $5 C,100.O01 S 15 1,100.00 13 3339.1003 4'Extra Depth Manhole 33 39 10 VF 7 $,480.00 $ 3,360.00 - -- - 14 3331.3101 4"Sewer Service 33 31 50 EA 1 $2.000.00 $ 2 000.00 16 3305.0109 Trench Safety 33 05 10 LF 252 $1.00 S 252.00 17 3215.0101 SWPPP 31 25^0 LS 1 55,000.00 S 5.000.00 _ 18 9999.0001 Site Demolition 02 4 3 LS 1 58.000.00 S3.000.00 19 9999.0002 Construction Allowance _ ;5;1.r0i.w0 S 5:000.00 TOTAL UNIT Ili SANITARY SEWER IMPRO JEMENTS S138,43400 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September 1.2015 00 42 43-Bid Proposal DAP.zIs 00 42 43 DAP-BID PROPOSAL Page 4 or 6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal bwle.;Item `.Iitof Bid Descr µ Unit Price Bid Value ;ssntity UNIT PI: DRAINAGE IMPROVEMENTS 1 0241.3013 Remove 18"Stc.r•r nc C2-1^ 14 LF 348 $10.00 $ 3,480.00 2 3201.D40C Temporary Asphalt Pavnc Repa r 32 18 SY 56 $100.00 $ 5,600A0 4 3--,W72—CEI, 24"RCP.Class ?3 10 LF 361 $160.00 $ 57,760.00 5 3349.c;7C" 2 :gate nlet 33 49 20 EA 2 $3,000.00 $ 6,000.00 6 3305.0 109 7rencl, Safety 33 75 10 LF 361 $1.00 $ 361.00 7 3215.0101 SWPPP 31 25 00 LS 1 $500.00 $ 500.00 8 9999.0001 Site Demolition _ U2 41 I3 LS 1 $45 50Q.OQ $ 45,500.00 9 9999.0002 Construction Allowance 00 00 OC LS 1 S50,000.00 $ 50 000.00 TOTAL UNIT II:DRAINAGE IMPROVEMENTS $169,201.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September 1,2015 00 42 43—Bid Proposal_DAPads 00 42 43 DAP-BID PROPOSAL Page 5 of 6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application i Project Item Information Bidder's Proposal BidlistItem on P Jnit Price Bid Value No. I �'�u::nnt. UNIT If:GAS&COMMUNICATION IMPROVEMENTS 1 9999.0003 2"Gas Service a i)0 x) c 458 $40.00 $ 18,320.00 2 9999.0004 Reconnect existing gas ser,ice 00 00 J0 EA 1 $3,600.00 $ 3,600.00 3 9999.0005 Remove existing gas service 000000 LF 450 $5.00 $ 2,250.00 4 9999.0006 4"Conduit 00 CC 00 LF 732 $5,'.00 $ 36,600.00 5 9999.0007 Pull Box 00 CC 00 FA 2 S3 OOC 00 S 6,000.00 UNIT It:GAS&COMMUNICATION IMPROVEMENTS $66,770.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS 00 42 43 Bid Pfo DAP.x1s Forth Version September 6,2015 _ _ 00 42 43 DAP-BID PROPOSAL Page 6 of 6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Biddees Proposal Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value Bid Summary UNIT I:SANITARY SEWER IMPROVEMENTS $54,115.00 UNIT II:WATER IMPROVEMENTS $138,432.00 UNIT II:SANITARY SEWER IMPROVEMENTS $138,434.00 UNIT It:DRAINAGE IMPROVEMENTS $169,201.00 UNIT It:GAS&COMMUNICATION IMPROVEMENTS $66,770.00 Total Construction Bid $566,952.00 Contractor agrees to complete WORK for FINAL ACCEPTANCE within _X75 b 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 Form Version Seplember 1.2015 00 42 43_8id Proposa1_DAP.x1s Contract Compliance Manager: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Joel McElhany Name of Employee Capital Program Manager Title This form is N/A as No City Funds are associated with is ontract j C A6Q,( Printed Name S nature CERTIFICATE OF INTERESTED PARTIES FORM 1295 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no Interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Cettificate Number: of business. 2017-264186 Fort Worth Zoological Association Fort Worth,TX United States Date Filed: 2 Name of governmental entity or state agency that Is a parry tot the contract for which the form Is 09/22/2017 being filed. City of Fort Worth Date Ackp ow dged: 1�/ A 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. 101087 Construction of Public&City Utilities-Elephant Springs Project 4 Nature of interest Name of Interested Parry City,State,Country(place of business) (check appllcable) Controlling intermediary Deen,Megan Fort Worth,TX United States X 5 Check only If there is NO Interested Party. ❑ 6 I swear,or affirm,under penaity of i;e,�sry,:Piet the above disciosure,b,trite and correct. �S,�Yw,4a KELLEY J ERWIN Notary ID rk 7515469 My Commission Expires June 29,2020 I A Signature of 4ithorized agent of contracting business entity 4FFIX NOTARY STAMP/SEAL ABOVE f/} swor MO& subscribed before me,by the said ` this the 4day of 20 to certify which,witness my hand and seal of offices I ajA, Kd (Nd � � . ignatur oto r dministering oath Printed name bf officer administering oath Title of office a ministering oath Forms provided by Texas Ethics Commission www.ethics,state.tx.us Version V1.0.3337