Loading...
HomeMy WebLinkAboutContract 50219 Developer and Project Information Cover Sheet: Developer Company Name: Everman Trade Center,L.P. Address, State,Zip Code: 5055 Keller Springs Rd., Suite 300 Addison,Texas 75001 Phone&Email: 972-280-8304 H dluedersg_frontierequity.com Authorized Signatory, Title: Douglas A. Lueders,Vice President of FE Everman GP Series, a series of FE Investment Series,LLC, a Texas series limited liability company,the General Partner of Developer Project Name: Everman Trade Center Public Improvements Brief Description: Water, Sewer, Paving, Storm Drain, Street Lights Project Location: NWC of Everman Parkway and 1-35W Plat Case Number: FP-17-061 Plat Name: Everman Trade Center Mapsco: F105-J Council District: 8 CFA Number: 2017-167 City Project Number: 101083 To be completed staff Received by: _ Date: A? �a567 89l O Q AFB �FiL � F CS09T,��IBO 068 t95 � City of Fort Worth, Texas Standard Community Facilities Agreement-Everman Trade Center Public Improvements OFFICIAL RECORD CFA Official Release Date: 02.20.2017 CITY SECRETARY Page 1 of 12 C:\Users\RobertE\AppData\Local\Microsoft\Windows\Temporary Intemet FT.WORTH Fi1es\Content.0ut1ook\KQ13 VSJ5\CommunityFacilitiesAgreement6.doe TX STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, Everman Trade Center, L.P., 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 Everman Trade Center Public Improvements ("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 City of Fort Worth,Texas Standard Community Facilities Agreement-Everman Trade Center Public Improvements CFA Official Release Date: 02.20.2017 Page 2 of 12 C:\Users\RobertE\AppData\Local\Microsoft\Windows\Temporary Intemet Files Content.Outlook\KQ13VSJ5\CommunityFacilitiesAgreement6.doc has been completed and the City has officially accepted the Improvements. Developer further acknowledges that said acceptance process requires the Developer's contractor(s) 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) Z Sewer (A-1) M, Paving (B) ®, Storm Drain (B-1) 0, Street Lights & Signs (C) 9. 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 City of Fort Worth,Texas Standard Community Facilities Agreement-Everman Trade Center Public Improvements CFA Official Release Date: 02.20.2017 Page 3of12 C:\Users\RobertE\AppData\Local\Microsoft\Windows\Temporary Intemet Files\Content.Outlook\KQ 13 VSJ 5\CommunityFacilitiesAgreement6.doc 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. 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. City of Fort Worth,Texas Standard Community Facilities Agreement-Everman Trade Center Public Improvements CFA Official Release Date: 02.20.2017 Page 4 of 12 C:\Users\RobertE\AppData\Local\Microsoft\Windows\Temporary Intemet Fi1es\Content.0ut1ook\KQ 13 VSJ5\CommunityFacilitiesAgreement6.doc 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. 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. 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 City of Fort Worth,Texas Standard Community Facilities Agreement-Everman Trade Center Public Improvements CFA Official Release Date: 02.20.2017 Page 5 of 12 C:\Users\RobertE\AppData\Local\Microsoft\Windows\Temporary Intemet Files\Content.Outlook\KQ 13 VSJ5\Comm unityFaciIitiesAgreement6.doe whole or in part, by the allemed 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. 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 City of Fort Worth,Texas Standard Community Facilities Agreement-Everman Trade Center Public Improvements CFA Official Release Date: 02.20.2017 Page 6 of 12 C:\Users\RobertE\AppData\Local\Microsoft\Windows\Temporary Intemet Files\Content.Outlook\KQ 13 V SJ 5\CommunityFacilitiesAgreement6.doc 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 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. R. IMMIGRATION AND NATIONALITY ACT City of Fort Worth,Texas Standard Community Facilities Agreement-Everman Trade Center Public Improvements CFA Official Release Date: 02.20.2017 Page 7 of 12 C:\Users\RobertE\AppData\Local\Microsoft\Windows\Temporary Intemet Files\Content.Outlook\KQ13 VSJ5\CommunityFacilitiesAgreement6.doc Developer shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Developer shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Developer shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Developer employee who is not legally eligible to perform such services. DEVELOPER SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY DEVELOPER, DEVELOPER'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Developer, shall have the right to immediately terminate this Agreement for violations of this provision by Developer. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK City of Fort Worth,Texas Standard Community Facilities Agreement-Everman Trade Center Public Improvements CFA Official Release Date: 02.20.2017 Page 8 of 12 C:\Users\RobertE\AppData\Local\Microsoft\Windows\Temporary Intemet Files\Content.Outlook\kQ 13 N'SJ5\CommunityFacil itiesAgreement6.doc Cost Summary Sheet Project Name: Everman Trade Center Public Improvements CFA No.: 2017-167 City Project No.: 101083 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. 1. Water Construction $ 208,839.51 2.Sewer Construction $ 89,518.60 Water and Sewer Construction Total $ 298,358.11 B. TPW Construction 1.Street $ 160,968.38 2.Storm Drain $ 638,656.90 3.Street Lights Installed by Developer $ 30,565.50 4. Signals $ - TPW Construction Cost Total $ 830,190.78 Total Construction Cost(excluding the fees): $ 1,128,548.89 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 5,967.16 D. Water/Sewer Material Testing Fee(2%) $ 5,967.16 Sub-Total for Water Construction Fees $ 11,934.32 E. TPW Inspection Fee(4%) $ 31,985.01 F. TPW Material Testing(2%) $ 15,992.51 G. Street Light Inspsection Cost $ 1,222.62 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ Sub-Total for TPW Construction Fees $ 49,200.14 Total Construction Fees: $ 61,134.46 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 1,128,548.89 x Completion Agreement=100%/Holds Plat $ 1,128,548.89 Cash Escrow Water/Sanitary Sewer=125% $ 372,947.64 Cash Escrow Paving/Storm Drain=125% $ 1,037,738.48 Letter of Credit=125%w/2 r expiration period $ 1,410,686.11 City of Fort Worth,Texas Standard Community Facilities Agreement-Everman Trade Center Public Improvements CFA Official Release Date: 02.20.2017 Page 9 of 12 C:\Users\RobertEWppData\Local\Microsoft\Windows\Temporary Internet Files\Content.0utlook\KQ13 VSJ5\CommunityFacilitiesAgreement6.doe 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 EVERMAN TRADE CENTER,L.P., r— a Texas limited partnership Jesus J. Chapa Assistant City Manager By: FE EVERMAN GP SERIES, a series Date: of FE Investment Series, LLC, a Texas series limited liability Recomm ded by: company By17 : Wendy Chi-Babulal, EMBA, P.E. Douglas ' Lueders, Vice President Development Engineering Manager Water Department Date: D,Z L -J, w Douglas . Wiersig, P.E. Contract Compliance Manager: Director Transportation &Public Works Department By signing, I acknowledge that I am the person responsible for the monitoring and Approved as to Form &Legality: administration of this contract, including ensuring all performance and reporting requirements. c Richard A. McCracken Assistant City AttoA V\Ojj� n �� M&C No. Nal: Janie Morales Date: Title: Development Manager Form 1295: ATTEST: U� Mary J. Kays r City Secretary XAS City of Fort Worth,Texas FOFFICIALStandard Community Facilities Agreement-Everman Trade Center Public ImprovementsECORD CFA Official Release Date:02.20.2017 ETARY Page 10 of 12 FT.WORTH,TX G:\l.Acquisitions\a.Active Deals\Everman Trade Center\Me Diligence\CFA\CommunityFacilitiesAgreement3OC.doc 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 I� 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-Everman Trade Center Public Improvements CFA Official Release Date: 02.20.2017 Page 11 of 12 C:\Users\RobertE\AppData\Local\Microsoft\Windows\Temporary Intemet Fi1es\Content.0ut1ook\KQ 13 VSJS\CommunitvFacilitiesAgreement6.doe ATTACHMENT "1" Changes to Standard Agreement Community Facilities Agreement City Project No. 101083 Insert "None." if there are no negotiated changes. If changes have been negotiated,please insert them below citing to the paragraph for reference. City of Fort Worth,Texas Standard Community Facilities Agreement-Everman Trade Center Public Improvements CFA Official Release Date: 02.20.2017 Page 12 of 12 C:\Users\RobertE\AppData\Local\Microsoft\Windows\Temporary Intemet Files\Content.Outlook\KQ 13 VSJS\CommunityFacilitiesAgreement6.doe 00 42 43 DAP-HID PROPOSAL Page I of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item I Unit of Bid No. Description Specification Section No. Measure Quantity Unit Price Bid Value UNIT I:WATER IMPROVEMENTS I 3305.0109 Trench Safety 3305 10 LF 2645 $0.30 $793.50 2 3311.0001 Ductile Iron Water Fittings w/Restraint 33 11 11 TON 5.43 $3,171.64 $17,222.01 3 3311.0261 8"PVC Water Pipe 33 11 12 LF 295 $28.20 $8,319.00 4 3311.0461 12"PVC Water Pipe 33 11 12 LF 2350 $45.60 $107,160.00 5 3312.0001 Fire Hydrant 33 1240 EA 4 $4,448.50 $17,794.00 6 3312.0106 Connection to Existing 16"Water Main 33 12 25 EA 1 $3,036.00 $3,036.00 7 3312.2203 2"Water Service 331210 EA 6 $1,916.00 $11,496.00 8 3312.3003 8"Gate Valve 33 1220 EA 2 $1,254.00 $2,508.00 9 3312.3005 12"Gate Valve 33 12 20 EA 11 $2,103.00 $23,133.00 l0 3312.3006 16"Gate Valve w/Vault 33 1220 EA 2 $8,689.00 $17,378.00 TOTAL UNIT I:WATER 1IMPROVEMENTS1 $208,839.51 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Fotm Vmioo September 1,2015 Revised bid proposal bmakdm- 00 42 43 DAP-BID PROPOSAL Page 2 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Unit of Bid No. Description Specification Section No. Measure Quantity Unit Price Bid Value UNIT II:SANITARY SEWER IMPROVEMENTS 1 3301.0002 Post-CCTV Inspection 3301 31 LF 967 $1.50 $1,450.50 2 3301.0101 Manhole Vacuum Testing 33 01 30 EA 7 $125.00 $875.00 3 3305.0109 Trench Safety 3305 10 LF 967 $0.30 $290.10 4 3305.0116 Concrete Encasement for Utility Pipes 3305 10 CY 23 $167.00 $3,841.00 5 3331.3301 8"Sewer Service 3331 50 EA 5 $634.00 $3,170.00 6 3331.4115 8"Sewer Pie 33 11 10,33 31 12,33 3120 LF 967 $30.50 $29,493.50 7 3339.1001 4'Manhole 33 39 10,33 39 20 EA 7 $7,057.00 $49,399.00 8 3339.1003 4'Extra Depth Manhole 33 39 10,33 39 20 VF 14 $175.00 $2,450.00 TOTAL UNIT 11:SANITARY SEWER INIPROVEMENTS $89,518.60 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCMIENTS-DEVELOPER AWARDED PROJECTS Form Version September 1,2015 Revised bid proposal breakdoa 00 42 43 DAP-BID PROPOSAL Page 3 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item DescriptionSpecification Section No. Unit of Bid Unit Price Bid Value No. Measure Quantity UNIT III:DRAINAGE IMPROVEMENTS 1 3123.0101 Unclassified Excavation by Plan 31 23 16 CY 2600 $2.00 $5,200.00 2 3137.0102 Large Stone Ri rap,Dry 31 37 00 SY 16 $92.00 $1,472.00 3 3305.0109 Trench Safety 3305 10 LF 1915 $0.30 $574.50 4 3341.0201 21"RCP,Class III 3341 10 LF 19 $50.10 $951.90 5 3341.0205 24"RCP,Class III 3341 10 LF 15 $56.30 $844.50 6 3341.0309 36"RCP,Class W 3341 10 LF 18 $101.20 $1,821.60 7 3341.0502 54"RCP,Class III 3341 10 LF 20 $219.10 $4,382.00 8 3341.1102 4x3 Box Culvert 3341 10 LF 42 $192.20 $8,072.40 9 3341.1201 50 Box Culvert 3341 10 LF 503 $220.20 $110,760.60 10 3341.1401 70 Box Culvert 3341 10 LF 1050 $344.50 $361,725.00 11 3341.1403 7x5 Box Culvert 3341 10 LF 248 $395.30 $98,034.40 12 3349.0003 6'Storm Junction Box 33 49 10 EA 1 $6,150.00 $6,150.00 13 3349.0005 8'Storm Junction Box 33 49 10 EA 3 $8,184.00 $24,552.00 14 3349.0102 4'Manhole Riser 3349 10 EA 4 $2,000.00 $8,000.00 15 9999.0003 Custom Outfall Structure 33 49 10 EA 1 $6,116.00 $6,116.00 TOTAL UNIT III:DRAINAGE IMPROVEMENTS $638,656.90 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September 1,2015 Revised bid proposal breakdomm 00 42 43 DAP-BID PROPOSAL Page 4 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Biddees Proposal Bidlist Item Description Specification Section No. Unit of Bid Unit Price Bid Value No. Measure Quantity UNIT IV:PAVING IMPROVEMENTS 1 0170.0100 Mobilization 017000 LS 1 $1,000.00 $1,000.00 2 3110.0101 Site Clearing 31 1000 LS 1 $4,800.00 $4,800.00 3 3125.0101 SWPPP>1 acre 31 25 00 LS 1 $1,000.00 $1,000.00 4 3211.0401 Commercial Lime Slurry 32 1129 TN 12 $375.00 $4,365.19 5 3211.0501 6"Lime Treatment 32 1129 SY 751 $4.00 $3,004.00 6 3213.0102 7"Conc Pvmt 32 13 13 SY 751 $82.00 $61,582.00 7 3213.0402 7"Concrete Driveway 32 13 20 SF 4210 $10.00 $42,100.00 8 3213.03014"Conc Sidewalk 32 1320 SF 8372 $4.12 $34,492.64 9 3213.0506 Barrier Free Ramp,Type P-1 32 1330 EA 1 $1,500.00 $1,500A0 10 3217.0002 4"SLD Pvmt Marking HAS(Y) 32 17 23 LF 1106 $3.25 $3,594.50 11 3217.0501 24"SLD Pvmt Markin HAE(W) 32 17 23 LF 15 $26.67 $400.05 12 3217.2103 REFL Raised Marker TY II-A-A 32 17 23 EA 13 $10.00 $130.00 13 3471.0001 Traffic Control 3471 13 MO 3 $1,000.00 $3,000.00 TOTAL UNIT IV:PAVING IMPROVEMENTS1 $160,968.38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September 1,2013 Revised bid propowl breakdown 004243 DAP-BID PROPOSAL Page 5 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Description Specification Section No. Unit of Bid Unit Price Bid Value No. Measure Quantity UNIT V:STREET LIGHTING IMPROVEMENTS 1 2605.0111 ELEC SERV PED 26 05 00 EA 1 $5,800.00 $5,800.00 3 2605.3001 1 1/4"CONDT PVC SCH 80(T) 26 05 33 LF 50 $15.43 $771.50 4 2605.3011 2"CONDT PVC SCH 40(T) 26 05 33 LF 700 $9.72 $6,804.00 6 3441.1602 Furnish/Install Type 8 Ped Pole Assmbly 3441 10 EA 2 $3,181.00 $6,362.00 7 3441.3201 LED Lighting Fixture 34 41 20 EA 4 $2,707.00 $10,828.00 TOTAL UNIT V:STREET LIGHTING IMPROVEMENTS $30,565.50 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September 1,2015 Remed bid proposal brcAkdann 00 42 43 DAP-BID PROPOSAL Pagc 6 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Unit of Bid No. Description Specification Section No. Measure Quantity Unit Price Bid Value UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS 1 2 - 3 4 5 6 7 9 10 ]l 12 l3 14 15 16 17 18 19 20 21 - --- 22 - 23 24 25 26 27 28 29 30 31 32 ------- --- - --- _------------ _ _ .._.__.. .._. --- -- ----._ ._........ ---- - ------ - 33 34 35 36 37 38 39 40 41 42 43 44 45 TOTAL UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version Sepmmbcr 1,2015 Revised bid proposal breakdarn 00 42 43 DAP-BID PROPOSAL Page 7 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Section No. Unit of Bid Unit Price Bid Value No. Measure Quantity Bid Summary UNIT is WATER IMPROVEMENTS $208,83_9.51 UNIT II:SANITARY SEWER IMPROVEMENTS $89,518.60 UNIT III:DRAINAGE IMPROVEMENTS $638,656.90 UNIT IV:PAVING IMPROVEMENTS $160,968.38 UNIT V:STREET LIGHTING IMPROVEMENTS $30,56.5.5_0 UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS Total Construction Bid S1,128,548.881 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 365 alendar days atter the date whe to CONTRACT commences to run as provided in the General Conditions. -- Submitted By: n END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Foran Version September 1,2015 Revised bid proposal bmakdov%n 0 100 200 400 GRAPHIC SCALE IN FEET CONNECT TO — F ROPOSED EXISTING 16" HYDRANT WATER MAIN /- III 11-MITT711 �q FIRE �� '7 HYDRANT ( o h w 3 / I PROPOSED 12" PUBLICT i PROPOSED PUBLIC 2" WATER LINE N DOMESTIC SERVICE 003 t r � Am PROPOSED — IIZ SED y PROPOFIRE m I / / FIRE HYDRANT W w t HYDRANT 2 [DOMESTIC ROPOSED PUBLIC 2" II SERVICE ❑ m. I PROPOSED 8" PUBLIC 0 I WATER LINE U II PROPOSED PUBLIC 12" N WATER LINE ( ' IIEXISTING 16" WATER LINE 03 PLAN NO. 09226 03 � 1 CONNECT TO EXISTING 16" WATER MAIN — g a 16 EVERMAN-PARKWAY 0 EVERMANTRADE CENTER CFA O 6100WESTERN PLACE, SUITE 1001 LOTS 1&4, BLOCK A JlPacheco Koch FORT WORTH, TX 76107 817.412.7155 EVERMAN TRADE CENTER TX REG. ENGINEERING FIRM F-14439 LOCATED IN THE CTfY OF FORT WORTH, TEXAS TX REG. SURVEYING FIRM LS-10193824 AND BEING OUT OF THE MARTIN P. SCOTT SURVEY, ABSTRACT NO. 1447 & of DRAWN BY CHECKED BY SCALE DATE ✓OB HUABER >- JAMES J. SCOTT SURVEY, ABSTRACT NO. 1449, w EDT TSR 1"=200' 08/17/2017 2803-16.215 TARRANT COUNTY, TEXAS w EKH0 07 "AT, BEYER 0 100 200 400 GRAPHIC SCALE IN FEET r� 3 Li o , W 3 'PROPOSED 8" a4 SEWER SERVICE I y U W` N i 3 � o m Cn PROPOSED 4' DIAMETER X / / I PROPOSED 8" I SANITARY SEWER MANHOLE w f ' SEWER SERVICE Q U 13.1 o r o j PROPOSED 8" PUBLIC i SANITARY SEWER LINE > AlU IPROPOSED 4' DIAMETER IICmf I SANITARY SEWER MANHOLE i o m I N / I [ m 3 1 PROPOSED 4' DIAMETER 1 PROPOSED 8" y SANITARY SEWER MANHOLE SEWER SERVICE CONNECT TO \ — — — EX. 8" SANITARY SEWER e a EVERMAN _ 0 a EXISTING 8" SANITARY SEWER o PLAN NO. 12350 EVERMAN TRADE CENTER CFA EXHIBITS C 6100 WESTERN PLACE, SUITE 1001 LOTS 1&4, BLOCK A Pacheco Koch FORT WORTH, TX 76107 817.412.7155 EVERMAN TRADE CENTER TX REG. ENGINEERING FIRM F-14439 LOCATED IN THE CITY OF FORT WORTH, TEXAS TX REG. SURVEYING FIRM LS-10193824 AND BEING OUT OF THE MARTIN P. SCOTT SURVEY, ABSTRACT NO. 1447 do DRAWN BY I CHECKED BY SCALE DATE J001, OB NUAA4ER > JAMES J. SCOTT SURVEY, ABSTRACT NO. 1449, w EDT TSR 1"=200' 08/17/2017 2803-16.215 TARRANT COUNTY, TEXAS I�MM� o �`� VDooVD o P& VHO L-E G E� C� L��!�LLff1111 IUJ PROPOSED CONCRETE PAVEMENT 0 100 200 400 - PROPOSED CONCRETE SIDEWALK ® PROPOSED CONCRETE DRIVEWAY GRAPHIC SCALE IN FEET l / ' � II / II � � o II 3 0 U / a PROPOSED 10' WIDE SIDEWALK = W 03 AG 0 Cf) I y m I OC w W ' ° 2 PROPOSED — WIDE STREET IU J o PROPOSED 6' \ WIDE SIDEWALK cc 3 1 PROPOSED 4' PROPOSED 4' \ \ WIDE SIDEWALK WIDE SIDEWALK 0 PROPOSED EVERNAN PARKWAY INDUSTRIAL DRIVEWAY EVERMAN TRADE CENTER CFA EXHIBITS 6100 WESTERN PLACE, SUITE 1001 LOTS 1&4, BLOCK A APacheco Koch FORT WORTH, TX 76107 817.412.7155 EVERMAN TRADE CENTER TX REG. ENGINEERING FIRM F-14439 LOCATED IN THE CITY OF FORT WORTH, TEXAS TX REG. SURVEYING FIRM LS-10193824 AND BEING OUT OF THE 0 MARTIN P. SCOTT SURVEY, ABSTRACT NO. 1447 & DRAWN BY I CHECKED BY SCALE DATE JOB NVABER a JAMES J. SCOTT SURVEY, ABSTRACT NO. 1449, w EDT TSR 1"=200' 08/17/2017 2803-16.215 TARRANT COUNTY, TEXAS �In�LR1� o �� VD r�aD o 37WEE7 MOH73 0 100 200 400 GRAPHIC SCALE IN FEET — — — — — p 1777771, 3 / I I I 3 oIlkm � a w i ) I 3 ❑ ox 0 — — I I m Oc w W ❑ 2 - r ❑ ❑ I I U cc J - U I 1 PROPOSED PUBLIC cc STREET LIGHT POLE 0 16 a EV�R�/AIV PARKWA Y EVERMAN TRADE CENTER CFA EXHIBITS a 6100 WESTERN PLACE, SUITE 1001 LOTS 1&4, BLOCK A Pacheco Koch FORT WORTH, TX 76107 817.412.7155 EVERMAN TRADE CENTER TX REG. ENGINEERING FIRM F-14439 LOCATED IN THE CITY OF FORT WORTH, TEXAS TX REG. SURVEYING FIRM LS-10193824 AND BEING OUT OF THE oo MARTIN P. SCOTT SURVEY, ABSTRACT NO. 1447 & DRAWN BY CHECKED BYSCALE I DATE JOB NUMBER JAMES J. SCOTT SURVEY, ABSTRACT NO. 1449, w EDT TSR 1"=200' 08/17/2017 2803-16.215 TARRANT COUNTY, TEXAS C ��DoO� aoDao o SYCH i] DG AOA 0 100 200 400 1111111m mm""I GRAPHIC SCALE IN FEET 1� PROPOSED 5'X3' PUBLIC PROPOSED PRIVATE PROPOSED 4'X3' PUBLIC STORM DRAIN STORM DRAIN STORM DRAIN PROPOSED 6'X6' JUNCTION BOX 3 / — PROPOSED 8'X8' I pj JUNCTION BOXCD PROPOSED PRIVATE STORM DRAIN 3 z �o20 I = a PROPOSED 8'X8' _ 1 { JUNCTION BOX PROPOSED 7'X3' PUBLIC I I Fw. STORM DRAIN N r y ❑ '..1 P PC I I I I PROPOSED PRIVATE ~' t STORM DRAIN a I ' ❑ o I PROPOSED PRIVAITE a STORM DRAIN I# � U 'jf I _ PROPOSED 8'X8' I JUNCTION BOX N IL I - PROPOSED 54" PUBLIC STORM DRAIN t 1Fmi PROPOSED 7'X5' PUBLIC STORM DRAIN \ — - - — a 0 16 IL i 00 EVERMAN PARKWA Y EVERMAN TRADE CENTER CFA EXHIBITS 0 6100WESTERN PLACE, SUITE 1001 LOTS 1&4, BLOCK A Pacheco Koch FORT WORTH, Tx 76107 817.412.7155 EVERMAN TRADE CENTER TX REG. ENGINEERING FIRM F-14439 LOCATED IN THE CITY OF FORT WORTH, TEXAS TX REG. SURVEYING FIRM LS-10193824 AND BEING OUT OF THE MARTIN P. SCOTT SURVEY, ABSTRACT NO. 1447 & > ORA WN B Y CHECKED B Y SCALE DA 7E ✓OB NUMBER w JAMES J. SCOTT SURVEY, ABSTRACT NO. 1449, EDT TSR 1"=200 04/26/2017 2803-16.215 TARRANT COUNTY, TEXAS w0co oirly dap Hallm r r Par } CHOOL ' a o 1 � PROJECT LOCATION s � RIMB f I� Q I o cHq SMIER 2 f EVERMAN z I PRKWAY �I � 3 w a PALETTE N i �Z ofuj c'no Z T,4�RRANT COUNTY W Z MAPSCO F105-J VICINITY MAP (NOT TO SCALE) 0 u U U U ccN O N N I 3 0 a v 0 EVERMAN TRADE CENTER CFA EXHIBITS a 6100 WESTERN PLACE, SUITE 1001 LOTS 1&4, BLOCK A JlPacheco Koch FORT WORTH, TX 76107 817.412.7155 EVERMAN TRADE CENTER TX REG. ENGINEERING FIRM F-14439 LOCATED IN THE CITY OF FORT WORTH, TEXAS TX REG. SURVEYING FIRM LS-10193824 AND BEING OUT OF THE MARTIN P. SCOTT SURVEY, ABSTRACT NO. 1447 & QORA WN BY CHECKED BY SCALE DA TE JOB NUMBER JAMES J. SCOTT SURVEY, ABSTRACT N0. 1449, w EDT TSR NTS 08/17/2017 2803-16.215 TARRANT COUNTY, TEXAS