Loading...
HomeMy WebLinkAboutContract 50445 CITY SECRETARY ,.- Received Date: 3/13/2018 CONTRACT NO. � Received Time: 9:00 am Developer and Project Information Cover Sheet: Developer Company Name: Fort Capital,LP Address, State,Zip Code: 105 Nursery Ln.,Ste 200 Fort Worth,Texas 76114 Phone&Email: 817-887-9370 H shana@fort-companies.com Authorized Signatory, Title: Chris Powers Jr. ,CEO Project Name: Nursery Phase 2 Brief Description: Water, Sewer,Paving, Storm Drain, Street Lights Project Location: 240 Nursery Lane Plat Case Number: FS-17-130 Plat Name: Deavers Addition Mapsco: 61X Council District: 7 CFA Number: 2017-123 City Project Number: 101144 OFFICIAL MCORD CITY INGOVARY WORTH, City of Fort Worth,Texas Standard Community Facilities Agreement-Nursery Phase 2 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, Fort Capital, LP, ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as Nursery Phase 2 ("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 11, 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-Nursery Phase 2 CFA Official Release Date:02.20.2017 Page 2 of 11 to submit a signed affidavit of bills paid and consent of Surety signed by its surety to ensure the contractor has paid any sub-contractor(s) and suppliers in full. Additionally, the contractor will provide in writing that the contractor has been paid in full by Developer for all the services provided under this contract. C. Developer agrees to cause the construction of the Improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and the City-approved construction plans, specifications and cost estimates provided for the Project and the exhibits attached hereto. D. The following checked exhibits describe the Improvements and are incorporated herein: Water(A) 2, Sewer(A-1) ®,Paving (B) [�, Storm Drain(B-1) R, Street Lights & Signs (C) ®. 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-Nursery Phase 2 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. 1. 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-Nursery Phase 2 CFA Official Release Date:02.20.2017 Page 4 of 11 J. Developer hereby releases and agrees to indemnify, defend and hold the City harmless for any inadequacies in the preliminary plans,specifications and cost estimates supplied by the Developer for this Agreement. K. Developer agrees to provide, at its expense, all necessary rights of way and easements across property owned by Developer and required for the construction of the current and future improvements provided for by this Agreement. L. The Developer further covenants and agrees to, and by these presents does hereby, fully indemnify, hold harmless and defend the City, its officers, agents and employees from all suits,actions or claims of any character,whether real or asserted, brought for or on account of any injuries or damages sustained by any persons (including death) or to any property, resulting from or in connection with the construction, design, performance or completion of any work to be performed by said Developer, its contractors, subcontractors, officers, agents or employees, or in consequence of any failure to properly safeguard the work, or on account of any act, intentional or otherwise, neglect or misconduct of said Developer, its contractors, sub-contractors, officers, agents or employees, whether or not such iniuries, death or damages are caused, in whole or in part, by the alleged negligence of the City of Fort Worth, its officers, servants, or employees. M. Developer will further require its contractors to indemnify, defend and hold harmless the City, its officers, agents and employees from and against any and all claims,suits or causes of action of any nature whatsoever, whether real or asserted, brought for or on account of any injuries or damages to persons or property, including death, resulting from,or in any way connected with,the construction of the infrastructure contemplated herein, whether or not such injuries, death or damages are caused, in whole or in part, by the alleged negligence of the City of Fort Worth, its officers, servants, or employees. Further,Developer will require its contractors to indemnify, and hold harmless the City for any losses, damages, costs or expenses suffered by the City or caused as a result of said contractor's failure to complete the work and construct the improvements in a good and workmanlike manner, free from defects, in conformance with the Policy, and in accordance with all plans and specifications. City of Fort Worth,Texas Standard Community Facilities Agreement-Nursery Phase 2 CFA Official Release Date:02.20.2017 Page 5 of 11 N. Upon completion of all work associated with the construction of the Improvements, Developer will assign to the City a non-exclusive right to enforce the contracts entered into by the Developer with its contractor along with an assignment of all warranties given by the contractor, whether express or implied. Further, Developer agrees that all contracts with any contractor shall include provisions granting to the City the right to enforce such contracts as an express intended third party beneficiary of such contracts. O. Inspection and material testing fees are required as follows: i. Developer shall pay in cash water and wastewater inspection fees and material testing fees equal to two percent (2%) for a total of 4% of the developer's share of the total construction cost as stated in the construction contract. ii. Developer shall pay in cash paving and storm drain inspection fees equal to four percent (4%) and material testing fees equal to two percent (2%) for a total of 6% of the developer's share of the total construction cost as stated in the construction contract. iii. Developer shall pay in cash the total cost of streetlights or if the city is not installing the streetlights, inspection fees equal to four percent (4%) of the developer's share of the streetlight construction cost as stated in the construction contract. iv. Developer shall pay in cash the total cost of street signs. P. COMPLETION WITHIN 2 YEARS i. Developer shall complete the Improvements within two (2) years, provided, however, if construction of the Improvements has started within the two year period,the developer may request that the CFA be extended for one additional year. ii. Nothing contained herein is intended to limit the Developer's obligations under the Policy, this Agreement, its financial guarantee, its agreement with its contractor or other related agreements. iii. The City may utilize the Developer's financial guarantee submitted for this Agreement to cause the completion of the construction of the Improvements if at the end of two(2)years from the date of this Agreement(and any extension period) the Improvements have not been completed and accepted. iv. The City may utilize the Developer's financial guarantee to cause the completion of the construction of the Improvements or to cause the payment of costs for City of Fort Worth,Texas Standard Community Facilities Agreement-Nursery Phase 2 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. R. IMMIGRATION AND NATIONALITY ACT 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. City of Fort Worth,Texas Standard Community Facilities Agreement-Nursery Phase 2 CFA Official Release Date:02.20.2017 Page 7 of 11 Cost Summary Sheet Project Name:Nursery Phase 2 CFA No.: 2017-123 City ProjectNo.: 101 144 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 $ 33,410.00 2.Sewer Construction $ 13,850.00 Water and Sewer Construction Total $ 47,260.00 B. TPW Construction 1.Street $ 106,419.50 2.Storm Drain $ 138,115.00 3.Street Lights Installed by Developer $ 10,476.40 4. Signals $ - TPW Construction Cost Total $ 255,010.90 Total Construction Cost(excluding the fees): $ 302,270.90 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 945.20 D. Water/Sewer Material Testing Fee(2%) $ 945.20 Sub-Total for Water Construction Fees $ 1,890.40 E. TPW Inspection Fee(4%) $ 9,781.38 F. TPW Material Testing(2%) $ 4,890.69 G. Street Light Inspsection Cost $ 419.06 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 15,091.13 Total Construction Fees: $ 16,981.53 Choice Financial Guarantee Options,choose one Amount Mark one' Bond=100% $ 302,270.90 Completion Agreement=100%/Holds Plat $ 302,270.90 Cash Escrow Water/Sanitary Sewer=125% $ 59,075.00 Cash Escrow Paving/Storm Drain=125% $ 318,763.63 Letter of Credit=125%w/2 r expiration period $ 377 838.63 1 X City of Fort Worth,Texas Standard Community Facilities Agreement-Nursery Phase 2 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 Fort Capital,LP Jesus J Chapa(Mar 9,2 18) Jesus J. Chapa Chris Powers Assistant City Manager Chris Powers(Mar 6,2018) Date: Name: Chris Powers Jr. Title: CEO Recommended by: Mar 6,2018 Date: lei_.ic I-W.Wv r Evelyn Robe S(Mar 7,2018) Evelyn Roberts/Jennifer Ezernack Project Assistant Contract Compliance Manager: Planning and Development By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including Approved as to Form &Legality: ensuring all performance and reporting requirements. Richard A.McCracken(Mar 7,2018) Richard A. McCracken e5carlett Morales(Mar 7,2018) Assistant City Attorney Name: Janie Morales M&C No. N/A Title: Development Manager Date: Form 1295: N/A ATTEST: MArY T.Kq sy er MAry J.Kayser(Mar 12,2018) Mary J. Kayser/Ronald Gonzales City Secretary/Assistant City Secretary City of Fort Worth,Texas Standard Community Facilities Agreement-Nursery Phase 2 CFA Official Release Date:02.20.2017 Page 9 of 11 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-Nursery Phase 2 CFA Official Release Date:02.20.2017 Page 10 of 11 ATTACHMENT"I" Changes to Standard Agreement Community Facilities Agreement City Project No. 101 144 None. City of Fort Worth,Texas Standard Community Facilities Agreement-Nursery Phase 2 CFA Official Release Date:02.20.2017 Page 11 of 11 00 42 43 DAP-BID PROPOSAL Page I of 4 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No. Section N0 Description —rUnit Price Bid Value I I Measure Quantity UNIT 1:WATER IMPROVEMENTS 1 3311.0141 6"Water Pipe 3311 10, LF 40 $28.00 $1,120.00 3311 12 2 3311 10 LF 25 $41.00 $1,025.00 0241.1511 Salvage 314"Water-Meter... , ,—, -02 4-1 14--­---,E--A—"- 5 $950.00 $4,750.00 4 3201.0112 5'Wide Asphalt Pvrnt Repair,Residential 3201 17 LF 65 $60.00 $3,900.00 3201.0-15-1—Asphaft Pvmt Repair,Water Service 3201 17 LF 80 $60.00 $4,800.00 6 3312.0001 Fire Hydrant 33 12 40 EA 1 $5,500.00 $5,500.00 7 3305.0002 6"Waterline Lowering 33 05 12 EA 1 $3,500.00 $3,500.00 8 --3305.0109 Trench Safety330510 —EF $1.00 $65.00 —9—Y31 1.0001 Ductile Iron Water Fittingi;v/--Resia—ini­'—-3-3 11-1 F—--fO—N 1 $1,250.00 $1,250.00 � — 10 3312.2003 1"Water Service 3 1 $750.00 $750.00 11 2.2203 2"Water_Service i 33 12 10 EA 1 $4,250.00 $4,250.00 12 2.3002 6"Gate Valve33 12 20 EA 1 $2,500.00 $2,500.00 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 --28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 44 45 L -1 TOTAL UNIT 1:WATER IMPROVEMENTS, $33,410,001 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September 1,2015 00 42 43—Bid ProposaLDAP,x1sx 00 42 43 DAP-BID PROPOSAL Page 2 of 4 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No. Description Section No. I Measure I Quantity Unit Price Bid Value UNIT II:SANITARY SEWER IMPROVEMENTS 10241.2011 Remove 4"Sewer Line _ _ 0241 14 LF 140 $10.00 _$1,400.00 2 _ 3201.0150 Asphalt Pvmt Re-pair,Sewe_r Service_ _ 3201 17 LF 100 $60.00 $6,000.00 _ 3 3301.0101 ole Vacuu Manhm Testin 33 01 30 EA1 $100.00 $100.00 4 3305.0109 Trench Safety_ 33 05 10 LF _ 150 $1.00 $150.00 5 3305.0112 Concrete Collar 33 05 17_ EA 1 $200.00 $200.00 6 3331.3201 6"Sewer Service — 3331 50 EA� 1 $2,500.00 $2,500.00 7 3339.1001 4'Manhole 33 39 10, EA 1 $3,500.00 $3,500.00 6 109 11 13 14 15 �--- 16 17 1821 _- 19 20 22 23 24 - 25 26 27 28 29 30 31 32 3335 — 34 36 37 38 — 39 _ --- 40 — TOTAL UNIT 11:SANITARY SEWER IMPROVEMENTS1 $13,850.00 CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Forth Version September 1,2015 00 42 43—Bid Proposal DAP.zlsz 00 42 43 DAP-BID PROPOSAL Page 3 of 4 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Specification Unit of Bid No. Description Section No. I Measure Quantity Unit Price Bid Value UNIT 111:DRAINAGE IMPROVEMENTS 1 0241.3014 Remove 21"Storm Line 0241 14 LF 6 $10.00 $60.00 2 0241.3019 Remove 36"Storm Line_ 0241 14 LF 44 $15.00 $660.00 3 0241.3023 Remove 48"Storm Line— _ 02 41 14 LF_ 410 $21.00 $8,610.00 4 0241.3402 Remove 5'Storm Junction Box 0241 14— EA 1 $450.00 $450.00 — —5 0241.4202 Remove 5'Drop Inlet — 02 41_14_— EA_ 1 $450.00 $450.00 6 3305.0109 Trench Safety —_._— — .._.— 33 05 10 LF 1050_ $0.10 $105.00 — 7 3341.0201 21"RCP,Class 111 33 41 10_ LF 86 $65.00 $5,590.00 8 3341.0302 30"RCP,Class 111 _ 3341 10 _--LF� 58 $105.00 $6,090.00 9 3341.0409 48"RCP,Class III _ 33 41 10 L_F_ 440 $235.00 $103,400.00 10 3349.0002 5'Storm Junction_Box 33 49 10 EA 1 $6,850.00 $6,850.00 11 3349.5001 10'Curb Inlet 33 49 20— EA 1 $5,850.00 $5,850.00 12 13 - 14 -- 15 16 17 — 18 19 — _ 20 21 - 22_— 23 24 25 26 27 28 29 30 31 - 32 33 34 35 36 37 -- 38 39 _40 41 _ 42 _ 43 44 45 TOTAL UNIT III:DRAINAGE IMPROVEMENTS, $138,115.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September 1,2015 00 42 43—Bid Proposal_DAP.xls 00 42 43 DAP-BID PROPOSAL Page I of 2 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposai Bidlist Item Specification Unit of Bid No. Description Section No. I Measure Quantity Unit Price Bid Value UNIT IV:PAVING IMPROVEMENTS 1 3213.0101 6"Conc Pvmt 32 13 13 SY 1145 $46.00 $52,670.00 2 3213.0301 4"Conc Sidewalk –_ 32 13 20 SF 3210 $4.50 $14,445.00 3 3213.0401 6"Concrete Driveway 32 13 20 SF 1530 $5.00 $7,650.00 4 3216.0101 6"Conc Curb and Gutter 32 16 13 LF 430 $24.00 $10,320.00 6 7 — - 8 9 _ __----- 9 12 13 14 16 17 18 19 20 ._. -- 21 22 -- 23 24 25— - 26� _ 27 28 _— _ 29 30 31 32 - 33 34 35 36 37 ---- -- --- 38 --- 39 40 41 --42 43 _ 44 45 TOTAL UNIT IV:PAVING IMPROVEMENTS $85,085.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Forth Version September 1,2015 00 42 43—Bid Pmposal_DAP.xlsx 00 42 43 DAP-1111)PROPOSAL Page I of 2 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Iteml Description Specification I Unit of Bid Unit Price Bid Value No. I Section No. I Measure Quantity T UNIT IV:PAVING IMPROVEMENTS 1 3211.0111 4"Flexible Base, -1 3211 23 SY 165 $77.40 $12,771.00 2 3212.0303 3"Asphalt Pvmt Type D 32 12 16 SY 165 $51.90 $8,563.50 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 4�- TOTAL UNIT IV:PAVING IMPROVEMENTS $21,334.50 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September 1,2015 00 42 43—Bid ProposW_DAP.xls 00 42 43 DAP-BID PROPOSAL Page I of 2 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value UNIT V:STREET LIGHTING IMPROVEMENTS 1 _2605.3015_2"Condt PVC Sch 80(T) _ 26 05 33 LF 120 $18.81 $2,257.20 2 3441.1410 NO 10 Insulated Elec Condr 3441 10_ LF 240 $1.47 $352.80 3 3441.1415 NO 10 Bare Elec Condr _ —3441 10_ LF 120 $1.47 $176.40 _ 4 3441.1646 Furnish/Install Type 33B Arm — — 34 41 20 E_A_ 1 $317.00 $317.00 5 3441.3050 Furnish/Install LED Lighting Fixture(70 watt 3441 20 EA 2 $427.00 $854.00 _ ATBO Cobra Head _ 6 3441.3301__R4!Ay Ilium Foundation TY 1,2�and_4 34 41 20 _— EA 1 $2,792.00 $2,792.00 7 3441.3351 Furnish/Install Rdway Illum TY 11 Pole 3441 20 EA 1 $3,313.00 $3,313.00 8 9999.9999 Remove Street Light,Arm,and Conductors 34 41 20 EA 1 $207.00 $207.00 on Oncor Pole _ 9 9999.9999 Salvage Street Light on Oncor Pole — 34 41 20 EA 1 $207.00 $207.00 12 13 14 15 16 17 18 19 21 22 23 24 25 26 — 27 28 29 — _30 31 32 33 _34 35 36 37 —_-- 38 — 39— 40 41 42 —.43 44 TOTAL UNIT V:STREET LIGHTING IMPROVEMENTS $10,476.40 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September 1,2015 00 42 43—Bid Pmposal DAP.xlsx lip QW2 MITI IMMIN I �11111NIRR11111 111111111111 x.11 Fit olls. Mm Wl7g�O%Wfflmm ®rrom- "4 a: pn mwndw MM �!►A�� �j1�����■��*s���..■�■�i�■�..�=:�*�,r-Ear _� _�' 300 1 Wr L•����� }��, �'1..' }'!!' 1/ � I�:��i . "'d J , WCINIrY MAP RLG ,,, 3 0 30 60 FH (FEET) LOT 20R 1 inch = 60 ft. LOT 19R W PR/VA TE ALLEY L fl �P-- -E-- -p 2 J 3 2' WAP SW LOT 18R-1 � �+ ~- Z I'WR Sm j J (IRRIGAnav) Z j n F F1 n 8"W B"W 8"W PRI VA TE ALLEY LOT 1R LOT 2R LOT 3R LOT 4R LOT 5R LOT 6R LOT 7R LOT 8R 12'w EXISANG WATER LINE PROPOSED WA TER LINE ■ PROPOSED WA TER METER H PROPOSED GA TE VAL VE PROPOSED RRE HYDRANT LOT 9R LOT fOR LOT 11R LOT 12R LOT 13R EXISANG WATER METER EXIS ANG GA TE VAL VE EXISANG RRE HYDRANT EMIR A WATER RAWOND L GOODSON JZ,/NG NURSERY PHASE 2 CONSEIL ANG ENGINEERS 5607 BRY°6r 57REET SlX 420 CITY OF FORT WORTH, TEXAS FoRr KW7H. 7EXA5 76112 877-687—°Q4° E—MA2• AyPfg/nc co FRY A F—I9J RL G#1723.008 DA TE.• 12118117 0 30 60 LOT 20R (FEET) LOT 19R 1 inch = 60 ft. PRI VA TE ALLEY S J N N zt � O £S A/H LOT 18R-1 s•ss'sic � sn °D 2 nFl F1 n N N G PR/VA TE ALLEY S e"ss "ss S LOT 1R LOT 2R LOT 3R LOT 4R LOT 5R LOT 6R LOT 7R LOT 8R S if NlEQQVQ a QS EX/SANG MANHOLE • PROPOSED MANHOLE LOT 9R LOT 10R LOT 11R LOT 12R LOT 13R ss EXISANG SS LINE -- — PROPOSED SS LINE S s"ss EXH/B/T A 1 SAWARY SENE£R RAMOND L GOWSav JP.,ING NURSERY PHASE 2 COVSUL ANG ENGINEERS 5601 swcE SMEET, SWE 420 C/TY OF FORT *vRTH, TEXAS FpPT OW N. TEXAS 76112 817-687-0" E-MAK: dgWgl=.can FIRM REG F-49J RLG#1723.008 DA TE.- 12/18/1 i 0 30 60 (FEET) 1 inch = 60 ft. LOT 20R LOT 19R PR/VA TE ALLEY J ~ LOT 18R-1 J s l PR/VA TE ALLEY LOT 1R LOT 2R LOT 3R LOT 4RLOT 5R LOT 6R LOT 7R LOT 8R �Q PROPOSED CONCRETE PAVEMENT l — ! PROPOSED ASPHAL T PA VEMENT PROPOSED CONCRETE SIDEWALK ml� P rrnT CD n 7- Trw � � '?LTY-1 e37' I-W EXHIBIT B PA WNG RA MONOL „ CWSUJNG ENGINEERS NURSERY PHASE 2 X01 RMoGE S7REET• SWE 420 C/TY OF FORT WORTH, TEXAS FGPT KRM, 7EXAS 76112 817-687-0080 ., f. E-MAK: RRM REG' F-49J '= 1.�`'72.3 OO8 DA TE- ?.%,{{' .{7 0 30 60 (FEET) 1 inch = 60 ft. V) EX. CURB INLET LOT 19R LOT 20R PROP. CURB INLET SD LA T-A4 SO ✓UNC. BOX SD LINE A SO LA T-A 1 PRIVATE ALLEY SD LA T-A3 7 =;uul SD LA T-A2 N EX. CURB INLET jLOT �18R-1 _n_ W J 7, Z PRIVATE ALLEY LOT 1R LOT 2R LOT JR LOT 4R LO] W 48 SD EXISTING STORM DRAIN PROPOSED STORM DRAIN D EXISANG CURB INLET D PROPOSED CURB INLET ■ PROPOSED STORM ✓UNCAON BOX EXHIBIT B1 SMW DRA/N RAYA/QND L GOA sm AANG NURSERY PHASE 2 C W.%x ANG ENQ'NEERS M01 OWDX SWET M' 420 CITY OF FORT *VRTH, TEXAS Fwr NW ,,, 7EXAS 76117 817-687-. E-MA#- rlgWg/neon FIRM REG F-I9J RLG#172J.008 DATE.' 12/18/17 N.T.S. DEAVERS LANE PeOAM ------------- -------------- ----------- ------------------ 1 -- ------------------------------------- ' - - -- ---- ---- - �— — — — — — — — — — — — — PRIVATE DRIVE — — — — -------------------- rncE All vE E-1"1 --- -------- -- - - -:_---- ------�-- -- - - --.------ -�aE�E� � L J L.J L.J NESCExnK IDLUMI°N"E° 1 T----- ------TT -- -----T------1 ----- ------TT -- ------1-----t----- -----TT I - - � ------ ------H------ ----------- ------ - ----- ----------------------- ` - ----- ---- ----- -----�+----- -- i i -- -- ----- m NGLE°-1- i � oHca+v�o�oaErouslr II NBEPMATE 1 rI F F „i EXISTING Ii- - L PRIVATE DRIVE f mcii roLE mE�°�Lr � � xr. LIE" 0--; 25'STEEL POLE,SINGLE ARM LED FIXTURE o—& EXISTING LIGHT POLE Q ONCOR I--UTILITY TRANSFORMER ONCOR HAND HOLE EXISTING CITY OF FORT MIRTH GROUND BOX-I M17' BRANCH CIRCUIT CONDUIT AND CONDUCTORS Fm Ezmal r C sn?ffT Uc17s RAMaVD L GDAD.%W„W.,/Na NURSERY PHASE 2 WNSM ANG IWIM WS 5601 BRIDGE s7REET, SU17F I20 C17Y OF FORT *VRTH, TEXAS Fwr*w7H, 7EXAS 7611? 817-687-OID60 E-MAIL: ffgWglna: FIRM REG F-t9J RL G#1723.008 OA TE.' 12/18/17