Loading...
HomeMy WebLinkAboutContract 50789 Received Date:. �g Received Time: �a D,m . Developer and Project Information Cover Sheet: Developer Company Name: Hallmark Land Holdings,Inc. Address, State,Zip Code: 1 15455 North Dallas Pkwy, Suite 1000 Phone&Email: 214-750-6528 H bbrooks@grandhomes.com Authorized Signatory, Title: Beau Brooks,President Project Name: Chadwick Farms Section 6 Phase 3 Brief Description: Water, Sewer,Paving, Storm Drain, Street Lights Project Location: Intersection of Shrike Trail&Ring Dove Way west of Cleveland-Gibbs Road Plat Case Number: None Provided Plat Name: Chadwick Farms Section 6 Phase 3 Mapsco: 6432 Council District: 2 CFA Number: 2017-157 City Project Number: 1;01 143 4 56 � O lot R OFFICIAL RECORD c CITY SECR"ARY ossa FTS Wo r",TX � 99V City of Fort Worth,Texas Standard Communi Facilities Agreement-Chadwick Farms Section 6 Phase 3 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, Hallmark Land Holdings, Inc., ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as Chadwick Farms Section 6 Phase 3 ("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-Chadwick Farms Section 6 Phase 3 OFFICIAL RECORD CFA Official Release Date:02.20.2017 Page 2 of 11 CITY SECRETARY W?�E '�"e s" .a 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) E. Sewer(A-1) ©_ Paving(B) X_ Storm Drain(B-1) 9, Street Lights & Signs (C) a E. The Developer shall award all contracts for the construction of the Improvements in accordance with Section 11,paragraph 7 of the Policy and the contracts shall be administered in conformance with paragraph 8, Section 11, 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-Chadwick Farms Section 6 Phase 3 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-Chadwick Farms Section 6 Phase 3 CFA Official Release Date:02.20.2017 Page 4 of 11 J. Developer hereby releases and agrees to indemnify, defend and hold the City harmless for any inadequacies in the preliminary plans,specifications and cost estimates supplied by the Developer for this Agreement. K. Developer agrees to provide, at its expense, all necessary rights of way and easements across property owned by Developer and required for the construction of the current and future improvements provided for by this Agreement. L. The Developer further covenants and agrees to, and by these presents does hereby, fully indemnify, hold harmless and defend the City, its officers, agents and employees from all suits,actions or claims of any character,whether real or asserted,brought for or on account of any injuries or damages sustained by any persons (including death) or to any property, resulting from or in connection with the construction, design, performance or completion of any work to be performed by said Developer, its contractors, subcontractors, officers, agents or employees, or in consequence of any failure to properly safeguard the work, or on account of any act, intentional or otherwise, neglect or misconduct of said Developer, its contractors, sub-contractors, officers, agents or employees, whether or not such injuries, death or damages are caused, in whole or in part, by the alleged negligence of the City of Fort Worth, its officers, servants, or employees. M. Developer will further require its contractors to indemnify, defend and hold harmless the City, its officers, agents and employees from and against any and all claims, suits or causes of action of any nature whatsoever, whether real or asserted, brought for or on account of any injuries or damages to persons or property, including death, resulting from,or in any way connected with,the construction of the infrastructure contemplated herein, whether or not such injuries, death or damages are caused, in whole or in part, by the alleged negligence of the City of Fort Worth, its officers, servants, or employees. Further,Developer will require its contractors to indemnify,and hold harmless the City for any losses, damages, costs or expenses suffered by the City or caused as a result of said contractor's failure to complete the work and construct the improvements in a good and workmanlike manner, free from defects, in conformance with the Policy, and in accordance with all plans and specifications. City of Fort Worth,Texas Standard Community Facilities Agreement-Chadwick Farms Section 6 Phase 3 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-Chadwick Farms Section 6 Phase 3 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-Chadwick Farms Section 6 Phase 3 CFA Official Release Date:02.20.2017 Page 7 of 11 Cost Summary Sheet Project Name: Chadwick Farms Section 6 Phase 3 CFA No.: 2017-157 City Project No.: 10114-31 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 $ 103,798.00 2.Sewer Construction $ 144,776.00 Water and Sewer Construction Total $ 248,574.00 B. TPW Construction 1.Street $ 284,055.00 2.Storm Drain $ 98,463.00 3.Street Lights Installed by Developer $ 36,830.00 4. Signals $ - TPW Construction Cost Total $ 419,348.00 Total Construction Cost(excluding the fees): $ 667,922.00 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 4,971.48 D. Water/Sewer Material Testing Fee(2%) $ 4,971.48 Sub-Total for Water Construction Fees $ 9,942.96 E. TPW Inspection Fee(4%) $ 15,300.72 F. TPW Material Testing(2%) $ 7,650.36 G. Street Light Inspsection Cost $ 1,473.20 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 24,424.28 Total Construction Fees: $ 34,367.24 Choice Financial Guarantee Options,choose one Amount Mark one' Bond=100% $ 667,922.00 Completion Agreement=100%I Holds Plat $ 667,922.00 Cash Escrow Water/Sanitary Sewer-125% $ 310,717.50 Cash Escrow Paving/Storm Drain=125% $ 524,185.00 Letter of Credit=125%wl2 r expiration period $ 834 902.50 X City of Fort Worth,Texas Standard Community Facilities Agreement-Chadwick Farms Section 6 Phase 3 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 Hallmark Land Holdings,Inc. ,-_ Xs J.Chapa(May 018) AV Jesus J. Chapa Assistant City Manager N&Y= Date: May 17,2018 Beau Brooks(May 15,2018) Name: Beau Brooks Recommended by: Title: President C ( k1 Date; May 15,2018 Evelyn RobeAs(May 17,2018) Evelyn Roberts/Jennifer Ezernack Project Assistant Planning and Development Contract Compliance Manager: 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 f?i�2&ird A Pf Cra6i�Bn requirements. Richard A.McCracken(May 17,2018) Richard A. McCracken �WU� -s4dece marAek Janie Scarlett Morales(May 17,2018) Assistant City Attorney M&C No. Name: Janie Morales Date: May 17,2018 Title: Development Manager Form 1295: ATTEST: �T.WO,� Mary 19a',41(May2,2018 OS • t yy y T Mary J. Kayser/Ronald Gonzale r City Secretary/Assistant City Se r i OFFICIAL RECORD CITY SECRETARY City of Fort Worth,Texas FT, WORTH,TX Standard Community Facilities Agreement-Chadwick Farms Section 6 Phase 3 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 l)4 Location Map [ Exhibit A: Water Improvements Exhibit A-1: Sewer Improvements Exhibit B: Paving Improvements Exhibit B-1: Storm Drain Improvements Exhibit C: Street Lights and Signs Improvements ® Exhibit C-1: Street Lights and Signs Improvements Final Construction Costs (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Standard Community Facilities Agreement-Chadwick Farms Section 6 Phase 3 CFA Official Release Date:02.20.2017 Page 10 of 11 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 101143 None. City of Fort Worth,Texas Standard Community Facilities Agreement-Chadwick Farms Section 6 Phase 3 CFA Official Release Date:02.20.2017 Page 11 of 11 NORTHLAKE CITY LIMIT 5 D D �fl 35W NORTNLA E E.T. CITY FORT ��Q SITE WORT POP LOCATION IV 0 coF Ew Q Cemetery a: o I� V12 � Of -n o V � Lc) ° IIS U o � Li- T 0 U -ITJ LITSEY ROAD c ti 0 [V 0 VICINITY MAP N.TS. CLC C 1 J LTJWHCTRK[ FARMS 0 SEC THON 69 PHASE 3 V LOCATED IN a C f�}� CITY OF FORT WORTH9 TEXAS c 0 ®V V NERMEV1C ELOPER: PREPAMO BY: GSW Land Investors IV,L.P. IM 15455 Dallas Parkway GOODMARMUL 9 Suite lOOO CMIENGINEEAS�-PIALlNERS-SIAiYEYORS I Addison, TX 75001 �[CT�a�Y9 ®�7 2405"°•�"�ce, "°'TOYAS , L I I t ti 0 � N 0 0 N O ¢ d V � W � Z M a 3 acc U 0 G Y a 1 u. � N r I` u X1 O / w 0. p �O � c 0 -J N m CL � k o CD t I M N c N w \ \ C, N M W M — — + N � � N nl LO CD I N — U,cQ 1 L C9 in N M N N N — — Ni- N N ` ' GDN tn CNNJ 0) co r-- O dl 47 � Y _ O l � o 0 0 o } o 2 J 03 Im 1M N W I LI ® zZ w a z > w U) }- W W S H W 0 Q' ~ ~ IaJ w IJP 3 3 � Ur 0 � Q. z cL~ W zW Z LA3En Z .O O Z. O Z 0O 2 � O N O N p N 4' lLI a w IL w E w LLJ Q�� I » w o ¢ Z g }--iW= W 0 cr � zaao ti 0 o N N � � o m a W w. nn m a zCL s � w m � z N P app � 1 U LLJ 14,) d (C U ZCO U —�N � co o �LL7 V d .C V .. fn {� , `o TI LuN ZLO tl�w IT CV 0 to XO c— LLJ t1 N � CO�. \ - w rc) GD CO \ � O � rO — \\\ Lo V N O M N �� I m co N N - �t M N — . O OD o rn co f-- - a aW w z o Lv I--' z w a z LLJLij UJ J T 4 ¢ JLU CC Q � W W ul Qi lz.Z Y Y Q Y Z F raz Z H 6a f—a G z C z `n q a cn N W U) LLJ NN 0. z. O Z Q O N O N biz a w a w 0 S W 0-� Z ® 0 {-J LLJLOU o�]i�; 9 1 za- n 0 N 0 0 ¢ om O � h i r n, ri aw r W � a i N � z o ;; a' u M � Y V u 0 V m N C 0 V' o N \ W N r') :rt m m F.. Ct O \ •J nl _ v. ,s '� �7' N CV 47 N N xW . ,�; 82r�. .?'.�•t}'i:t:C:f,r....�' •�,1.u'�tN•,fir'r'uY;l=rr�' `y:nn:�� \ TT "•{:SW..^".^;car t'.:'...n:':.. ',qs:� u J CQ CD r— O cE, P„ N e� a LLJ .3 a CO Q In p l21 c?-Ty° i o w ® 0 M Ly - . .� .Y� riF Wo U 0 ZD -Y�- Q LL) W -i� oma( zaz 0 0 � O o 66LL« �y tV v Q. UJ 3 a N Q Z+ cn x a Ld 0. o N � x 3 v 1 0 c ` CL 0 cr d Z � c C7 0 o +oCL z o N U — N N W w N W� tO U [— c0 N Cfl N ca� N `N N N CD (V N N '` LO cD M. (` N d E2 QO u o m .cc) - - O IE o � P �1 a z z Z I a Z a (® 0 a sss � t O o cI U) 0 c� D 0 id lJ.1 0�J Z O I OR Ix O N O IL Lxil 4 I NJ d I I I I ! I I j I 3 t ti c c N N 3 t n t N Z [n o a A IL a a. FN� 1 n� co a V U 3 v r V C. O �'1 1 u _ re) C O l \ N 0 17 \ \, O I� \ \• P W o . NY o CD C9 N N N O. 0> a? � Cq � .� � N / J� HKVT m .(X � LO — \ O .d — p O (Y) co — II ( 1 0 �= Z G Z Elb _ Q N y` 4 i I 1 ti `o O N im Lu 0 Q W vN M N z l a Z . o d m �Tye Z •V 41 � J � Y U N V v r V t0 C O d N l C. 4 6 FY) O 1 �]\ w N �[�{Jkq�19�, IY7 \ oCDCM , — m J cv M cv oZ CO r �p Ln C\J(0 n N Cm N - - Iy) CV \ 4D N N - \ Ln N (3) C (.0 O O rn ca RI N IE 0 o zLU X 1 1 � Z ro Q w 00 41 00 DAP BID FORM Page I of 3 SECTION 00 4100 DAP BID FORM Grand homes TO: 15455 Dallas Parkway,Suite 1000 Addison,TX 75001 FOR: Chadwick Farms Section 6 Phase 3 City Project No.: 101143 Water No.56008-0600430-101143-001580 Units/Sections: Sewer No. 56008-0700430-101143-001380 X-21322&W-2132 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted,to enter into an Agreement with Developer in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid,Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance,will do so pending contract award,and will provide a valid insurance certificate meeting all requirements in the construction contract. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group,association,organization,or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt,fraudulent,collusive,or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering,giving,receiving,or soliciting of anything of value likely to influence the action of a public official in the bidding process. CITY OF FORT WORTH Chadwick Farms Section 6 Phase 3 STANDARD CONSTRUCTION BID FORM—DEVELOPER AWARDED PROJECTS 00 4100 Bid Form—DAP.docx Form ReNsed April 2,2014 0041 00 DAP BID FORM Page 2 of 3 b. "fraudulent practice"means an intentional misrepresentation of facts made(a)to influence the bidding process to the detriment of Developer(b)to establish Bid prices at artificial non-competitive levels,or(c)to deprive Developer of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders,with or without the knowledge of Developer,a purpose of which is to establish Bid prices at artificial,non-competitive levels. d. "coercive practice" means harming or threatening to harm,directly or indirectly,persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: Concrete Construction/Reconstruction -Unlimited Water and Wastewater New Development,Rehabilitation,and Redevelopment Open Cut All Sizes Roadway and Pedestrian Lighting 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within calendar days after the date when the Contract Time commences to run as provided in the General Conditions. 4.2. Bidder accepts the provisions of the Agreement to liquidated damages,if applicable,in the event of failure to complete the Work{and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Bid Bond(if required),Section 00 43 13 issued by a surety meeting the requirements of the General Conditions. c. Proposal Form,Section 00 42 43 d. MBE Forms (if required) e. Prequalification Statement,Section 00 45 12 f. Any additional documents that may be required by Section 12 of the Instructions to Bidders g. Bidder pre-qualification application(optional) 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below,please enter the total bid amount for this project.Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit CITY OF FORT WORTH Chadwick Farms Section 6 Phase 3 STAN DARD CONSTRU CTION BI D FORM—DEVELOPER AWARDED P ROJECTS 00 4100 Bid Form—DAP.doca Form Revised April 2,2014 0041 00 DAP BID FORM Page 3 of 3 bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Evaluation of Alternate Bid Items <use this if applicable,otherwise delete> Total Base Bid Alternate Bid Deductive Alternate Additive Alternate TOTAL BID $667.922.00 7. Bid Submittal This Bid is submitted on 9/29/17 by the entity named below: Respectfully submitted, By: �� ^ Receipt is acknowledged of Initial Si at a the following Addenda: _ Troy L. Jackson Addendum No. 1 (Printed Name) IV/A ReWdot Addendum No.2 (Title) Addendum No. 3 / Company: Jackson Construction,LTD. Addendum No.4 Address: 5112 Sun Valley Drive Ft. Worth,TX 76119 State of Incorporation: Email: Phone: A — 331� END OF SECTION CITY OF FORT WORTH Chadwick Farms Section 6 Phase 3 STANDARD CONSTRUCTION BID FORM—DEVELOPER AWARDED PROJECTS 00 4100 Bid Form—DAP.docx Form Revised April 2,2014 W 42,0 Bm RtOFOSAL pw,i oft Chadwick Farms Section VI Phase 3 UNIT PRICE BID Prc;cct::_m Information Jackson Construction,LTD. Bidlist Ite Description Specification Section No. Unit of Bid quantity Unit Price Bid Value No. Measure Water Facilities 1 3311.0261 8"PVC Water Pipe 33 11 10,33 11 12 LF 1,566 $27.00 $42,282.0 2 3312.3003 8"Gate Valve&Valve Box 33 12 20 EA 2 $1,250.00 $2,500.0 3 3312.0001 Std.Fire Hydrant Assembly w/6"Gate Valve&Valve Box 33 12 40 EA 1 $4,100.0 $4,100.0 4 3311.0001 Ductile Iron Water Fittings w/Restraint 3311 11 TON 0.2 $11,000.0 $2,200.0 5 3305.0109 Trench Safety 330510 LF 1,566 $1.00 $1,588.0 6 3312.2003 1"Domestic Water Services 33 12 10 EA 54 $900.00 $48,600.0 7 Connect o sting to out 33122 EA 3 $2,550.0 Water Subtotal $103,798.0 Sanitary Sewer Facilities 8 3331.4115 8"SDR-26 PVC Sewer Pipe 3311 10,33 31 12,33 31 20 LFF40 $36.00 $52,164.0 9 9999.0001 Connect to Existing 8"S.S.Stub-out 00 00 00 EA $1,300.00 $1,300.0 10 3331.3101 SDR-26 4"Sewer Services 3331 50 EA $810.00 $43,740.0 11 3339.1001 4'Std.Dia.S.S.Manhole 33 39 10,33 39 20 EA $4,600.0 $36,800.0 12 3339.1003 Extra Depth for 4'Std.Dia.Manhole 33 3910,33 39 20 VF $285.00 $4,275.0 13 3331.4116 8"PVC Sewer Pipe w/CSS Backfill 3311 10,33 31 12133 31 20 LF $45.00 $1,800.0 14 3305.0113 Trench Water Stops 330515 EA $175.00 $350.0015 3305.0109 Trench Safety 330510 LF $1.00 $1,449.0 tit 3301.0002 Post-CCTV lnspectlar 330131 LF $2.001 $2,898.0 Sanitary Sewer Subtotal $144,776.0 Storm Drain Facilities 17 3349.5001 10'Curb Intel 33 49 20 EA 2 $4.350.001 ]$21,700.0 0 18 9999.0002 6'x5'Stom1 Junction Box With Manhole Riser 00 00 00 EA 2 $10,850.0 019 9999.0003 8'x4'Storm Junction Box Wdh Manhole Riser o000D0 EA 1 $10,700.0 .020 3341.0502 54"RCP,Class III 3341 10 LF 157 $291.00 021 9999.0004 Remove Existin 4'x 4'SDMH 000000 EA 2 $1,275.0 022 9999.0005 Remove Existin Yx 4'SDMH 000000 EA 1 $2,669.0 023 9999.0006 Extend hdet to 20'Width 000000 LF 10 $630.00 024 3305.0109 Trench Safety 330510 LF 157 0Stone Drain Subtotal 0 Water/Sanitary Sewer/Storm Drain Facilities Subtotal $347,037.0 Paving Facilities 25 3213.0101 6"Concrete Pavement(Residential, 321313 SY 5A09 $39.50 $201,805.5 26 3211.0501 6"Lime Treated Subgrade(Residential) 3211 29 SY 5,315 $4.70 $24,980.5 27 3213.0102 7"Concrete Pavement 32 13 13 SY 532 $59.00 $31,388.0 28 3211.0400 Hydrated Lime 30lbs./S.Y.(Residential) 3211 29 TON 80 $160.00 $12,800.0 29 3213.0506 P-1 Ram 321320 EA 1 $1,200.00 $1,200.0 30 3213.0501 R-1 Ram 321320 EA 1 $2,100.0 $2,100.0 31 3213.0504 M-2 Ram 32 13 20EA 1 $1,200.00 $1,200.0 32 0241.1000 Remove Conc Pvmt 0241 14 SY 532 $10.00 $5,320.0 33 9999.0007 Connect to Existing Concrete Header 000000 $10 0 00 00ffjEA 87 $3.00 $261.001 34 999.0009 Remove End of Road Barricade 00 00 00 3 $200.00 $600.0 35 9999.0006 StopSigns 00 00 00 2 $400.0 $800.0 36 3441.4006 Street Name Signs 344130 4 $400.00 $1,600.0 Paving Subtotal $284,055.0 Street Lighting Facilities 37 3441.3002 Light Pole Assembly-Type 11 pole,single 338 arm,ATBO LED luminaire 314121 EA 8 $2,200.0 $17,600.0 38 13441.3301 Concrete Foundation Type 1 3441 20 EA 8 $1640.0 $13,120.0 39 2605.3011 2"Conduit PVC SCH 40 M 26 05 33 LF 260 $14.50 $3,770.0 40 3441.1410 NO IO Insulated Elec Condi 34 41 10 LF 780 $3.0 $2,340.0 Street Lighting Subtotal $36,830.0 Bid Summary Water/San Lary Sawed8torm Drain FactllBes Subtotal $347,037. Paring Facilkks Subtotal 284,05.001 Stmt Li htl F.,hiss Subtotal $36,830. Total Bid 66,8 2. Cf1YOFMRT WORTH STANDARD CtlNMXJMONSFaCeTC-FDOL Yr3 Fam Ravied IDIIDIID BAP pw-I� 004511-1 BIDDERS PREQUALIFICATIONS Page I of 3 SECTION 00 45 11 BIDDERS PREQUALIFICATIONS I. Summary.All contractors are required to be prequalified by the City prior to submitting bids.To be eligible to bid the contractor must submit Section 00 45 12,Prequalification Statement for the work type(s)listed with their Bid.Any contractor or subcontractor who is not prequalified for the work type(s)listed must submit Section 00 45 13,Bidder Prequalification Application in accordance with the requirements below. The prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor.The information must be submitted seven(7)days prior to the date of the opening of bids.For example,a contractor wishing to submit bids on projects to be opened on the 7th of April must file the information by the 31st day of March in order to bid on these projects.In order to expedite and facilitate the approval of a Bidder's Prequalification Application,the following must accompany the submission. a. A complete set of audited or reviewed financial statements. (1) Classified Balance Sheet (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements,if any b. A certified copy of the firm's organizational documents(Corporate Charter,Articles of Incorporation,Articles of Organization,Certificate of Formation,LLC Regulations,Certificate of Limited Partnership Agreement). c. A completed Bidder Prequalification Application. (1) The firm's Texas Taxpayer Identification Number as issued by the Texas Comptroller of Public Accounts.To obtain a Texas Taxpayer Identification number visit the Texas Comptroller of Public Accounts online at the following web address www.window.state.tx.us/taxpermit/and fill out the application to apply for your Texas tax ID. (2) The firm's e-mail address and fax number. (3) The firm's DUNS number as issued by Dun&Bradstreet.This number is used by the City for required reporting on Federal Aid projects.The DUNS number may be obtained at www.dnb.com. d. Resumes reflecting the construction experience of the principles of the firm for firms submitting their initial prequalification.These resumes should include the size and scope of the work performed. e. Other information as requested by the City. 2. Prequalification Requirements a. Financial Statements.Financial statement submission must be provided in accordance with the following: (1) The City requires that the original Financial Statement or a certified copy be submitted for consideration. CITY OF FORT WORTH Chadwick Farms Section 6 Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#101143 Revised April 2,2014 0045 11-2 BIDDERS PREQUALIFICATIONS Page 2 of 3 (2) To be satisfactory,the financial statements must be audited or reviewed by an independent,certified public accounting firm registered and in good standing in any state.Current Texas statues also require that accounting firms performing audits or reviews on business entities within the State of Texas be properly licensed or registered with the Texas State Board of Public Accountancy. (3) The accounting firm should state in the audit report or review whether the contractor is an individual,corporation,or limited liability company. (4) Financial Statements must be presented in U.S.dollars at the current rate of exchange of the Balance Sheet date. (5) The City will not recognize any certified public accountant as independent who is not,in fact,independent. (6) The accountant's opinion on the financial statements of the contracting company should state that the audit or review has been conducted in accordance with auditing standards generally accepted in the United States of America.This must be stated in the accounting firm's opinion. It should:(1)express an unqualified opinion,or(2)express a qualified opinion on the statements taken as a whole. (7) The City reserves the right to require a new statement at any time. (8) The financial statement must be prepared as of the last day of any month, not more than one year old and must be on file with the City 16 months thereafter,in accordance with Paragraph 1. (9) The City will determine a contractor's bidding capacity for the purposes of awarding contracts.Bidding capacity is determined by multiplying the positive net working capital(working capital=current assets—current liabilities)by a factor of 10.Only those statements reflecting a positive net working capital position will be considered satisfactory for prequalification purposes. (10) In the case that a bidding date falls within the time a new financial statement is being prepared,the previous statement shall be updated with proper verification. b. Bidder Prequalification Application. A Bidder Prequalification Application must be submitted along with audited or reviewed financial statements by firms wishing to be eligible to bid on all classes of construction and maintenance projects. Incomplete Applications will be rejected. (1) In those schedules where there is nothing to report,the notation of "None"or"N/A"should be inserted. (2) A minimum of five(5)references of related work must be provided. (3) Submission of an equipment schedule which indicates equipment under the control of the Contractor and which is related to the type of work for which the Contactor is seeking prequalification. The schedule must include the manufacturer,model and general common description of each piece of equipment.Abbreviations or means of describing equipment other than provided above will not be accepted. 3. Eligibility to Bid a. The City shall be the sole judge as to a contractor's prequalification. b. The City may reject,suspend,or modify any prequalification for failure by the contractor to demonstrate acceptable financial ability or performance. c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH Chadwick Farms Section 6 Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#101143 Revised April 2,2014 i 0045 11-3 BIDDERS PREQUALIFICATIONS Page 3 of 3 d. If a contractor has a valid prequalification letter,the contractor will be eligible to bid the prequalified work types until the expiration date stated in the letter. END OF SECTION CITY OF FORT WORTH Chadwick Farms Section 6 Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#101143 Revised April 2,2014 0045 12 DAP PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 45 12 DAP—PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s)listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Wastewater Mains(all sizes)for Jackson Construction,Ltd 04-30-2018 New Development, Rehabilitation,and Redevelopment using Open Cut and Trenchless construction methods Water Mains(all sizes)for New Jackson Construction,Ltd 04-30-2018 Development,Rehabilitation,and Redevelopment using Open Cut and Trenchless construction methods Asphalt Pavement Jackson Construction,Ltd. 03-01-2019 Construction/Reconstruction Concrete Pavement Jackson Construction,Ltd. 03-01-2019 Construction/Reconstruction Installation of Roadway and Independent Utility Construction,Inc. 04-30-2018 Pedestrian Li htin The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Jackson Construction,Ltd BY: Troy L.Jackson 5112 Sun Valley Drive Fort Worth,TX 76119 L l C41-1 ignature) TITLE: President DATE: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT—DEVELOPER AWARDED PROJECTS 00 45 12_Prequalification Statement—DAP w-IUC Form Version April 2,2014