Loading...
HomeMy WebLinkAboutContract 50846 Received Date: 6/12/2018 Received Time: 10:35 a.m. Developer and Project Information Cover Sheet: Developer Company Name: Village Homes,LP Address, State,Zip Code: 2817 West 51 St. Suite B Phone&Email: 817-737-3377,michaelahomesofcharacter.com Authorized Signatory,Title: Michael Dike, Owner Project Name: Villages of Stanley Brief Description: Water, Sewer,Paving, Street Lights Project Location: Stanley Ave./East of Cantey St. Plat Case Number: FP-17-144 Plat Name: Frisco Heights Mapsco: 76UY Council District: 1 CFA Number: 2017-214 City Project Number: 101371 OFFICIAL RECORD CITY SECRETARY PT.WORTH,TX City of Fort Worth,Texas Standard Community Facilities Agreement-Villages of Stanley CFA Official Release Date:02.20.2017 Page 1 of 12 STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. 50846 WHEREAS, Village Homes, 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 Villages of Stanley ("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-Villages of Stanley OFFICIAL RECORD CFA Official Release Date: 02.20.2017 Page 2 of 12 CITY SECRETARY FT.WORTH,TX to submit a signed affidavit of bills paid and consent of Surety signed by its surety to ensure the contractor has paid any sub-contractor(s) and suppliers in full. Additionally, the contractor will provide in writing that the contractor has been paid in full by Developer for all the services provided under this contract. C. Developer agrees to cause the construction of the Improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and the City-approved construction plans, specifications and cost estimates provided for the Project and the exhibits attached hereto. D. The following checked exhibits describe the Improvements and are incorporated herein: Water(A) El. Sewer(A-1) 0- Paving(B) E. Storm Drain(B-1) "_1, Street Lights & Signs (C) E. 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-Villages of Stanley CFA Official Release Date:02.20.2017 Page 3 of 12 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-Villages of Stanley CFA Official Release Date:02.20.2017 Page 4 of 12 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-Villages of Stanley CFA Official Release Date: 02.20.2017 Page 5 of 12 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(21/o) 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-Villages of Stanley CFA Official Release Date:02.20.2017 Page 6 of 12 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 (1-9). 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-Villages of Stanley CFA Official Release Date:02.20.2017 Page 7 of 12 (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) City of Fort Worth,Texas Standard Community Facilities Agreement-Villages of Stanley CFA Official Release Date:02.20.2017 Page 8 of 12 Cost Summary Sheet Project Name: Villages of Stanley CFA No.: 2017-214 City Project No.: 101371 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 $ 107,079.00 2.Sewer Construction $ 89,700.75 Water and Sewer Construction Total $ 196,779.75 B. TPW Construction 1.Street $ 96,925.50 2.Storm Drain $ - 3.Street Lights Installed by Developer $ 30,690.00 4. Signals $ - TPW Construction Cost Total $ 127,615.50 Total Construction Cost(excluding the fees): $ 324,395.25 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 3,935.60 D. Water/Sewer Material Testing Fee(2%) $ 3,935.60 Sub-Total for Water Construction Fees $ 7,871.20 E. TPW Inspection Fee(4%) $ 3,877.02 F. TPW Material Testing(2%) $ 1,938.51 G. Street Light Inspsection Cost $ 1,227.60 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $r 7,043.13 Total Construction Fees: $ 141914.33 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 324 395.25 Completion Agreement=100%/Holds Plat $ 324,395.25 Cash Escrow Water/Sanitary Sewer-125% $ 245,974.69 Cash Escrow Paving/Storm Drain=125% $ 159,519.38 Letter of Credit=125%w/2yr expiration period $ 405 494.06 x City of Fort Worth,Texas Standard Community Facilities Agreement-Villages of Stanley CFA Official Release Date: 02.20.2017 Page 9 of 12 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 //,,ll 7/`','{�'/'v/��iJv/c� Village Homes,LP Jesus JY`�1Q 8) Jesus J. Chapa Assistant City Manager 4L4;2L�._ & Date: Jun 12,2018 Michael Dike a 1,2018) Name: Michael Dike Recommended by: Title: Owner 9,r Date: dun 11,2018 Evelyn RobeAs(Jun 11,2018) 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 requirements. Richard A.McCracken(Jun 12,2018) Richard A. McCracken Tanle Scarle&Morales Assistant City Attorney Janie Scarlett Morales(Jun 11,2018) M&C No. N/A Name: Janie Morales Date: Title: Development Manager Form 1295: N/A 41 ATTEST: MA;Y T.Kayser 'k MAry J.Kayser(Jun 12,2018) Mary J. Kayser/Ronald lzAcJ City Secretary/Assistant Ct y ry EFT.wORTH RECORD City of Fort Worth,Texas Standard Community Facilities Agreement-Villages of Stanley ETARY CFA Official Release Date:02.20.2017 g TX Page 10 of 12 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 z Exhibit A-1: Sewer Improvements E Water and Sewer Cost Estimates Exhibit B: Paving Improvements Paving Cost Estimate ❑ Exhibit 13-1: Storm Drain Improvements ® Storm Drain Cost Estimate 1z 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-Villages of Stanley CFA Official Release Date:02.20.2017 Page 11 of 12 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 101371 None. City of Fort Worth,Texas Standard Community Facilities Agreement-Villages of Stanley CFA Official Release Date: 02.20.2017 Page 12 of 12 TEXAS REGISTRATION#14199 Z o O H C7 W w W o o Z m 0 ^m0 Q x N cm z��a Z w O w U U Z W °000 ma w J J o U o CL < � W �LUQ m U LU } Z \ w LU z o Q p DAV HA U DAV JNI1lIM C4 W 3AV NV QJ x 3AV Hl8 W 3AV sAvyvr 3AV.131 NVIS 4 O �.�,y 3 `d NOlSJNVUl LU ��O�j 3AV NOMAID > a r 04 4N SN MOl z O } U) w LU z _ ¢ 3AV 341SAVM an-18 MVd 1S3bO3 3AV IdV00A SMa•dvn 0a-W-9L0Z\Sl HX3 vd0\lI8M3\ V*3\Xxw is s3noH 3srnin o£L-twt\s o3vma\s o3v z rauw�m TEXAS REGISTRATION#14199 Z v V 3Nll HDlbW I b 3NIl HD1VW = Wy F W n w f of I I Z o • G X N 8 CL F- w0iu0 Ur d I I W 000 z CD I �ma z o a I I o J w J_ m� > w I5 I w w a m a w I I w w 0 LU LU � - a � 0 J O a W H '- Qo � � 'a_ I r~ � U F 1 II a U) o o � 0 �U) U zI d W w Q o W z I rd U) MON Q = N I LL U LU H ~ LU "(DIENES. CD � I w I LU Z H Z Lo LU m D co o L a W a ° I W w 3MEMO II LU w I a w l I w0 LU I LU ��Q z Q w z Z J Z I � w E Of I O I w I O O_ I � z w w w �� m EMMONS N co CN NONNd I Q H W W a I I ( L z a a w N � a o (Qn � o a a 1 0 w 0 0 0 O z z z W I I I Ia g z I zz 1 a w w w -4= I rl - - - - -- — FSI EIFE FL zzLU z wJJ Of ZE LU Ii w2 ly w� aMaz 1IMM MMVM v\sllelwa v�\llelwa\aav3\A3iNv.<s s3HOH mrm o£t-aoz\slo3road\slo3road\:z :rauv301 TEXAS REGISTRATION#14199 o N O H C) Lz O N w W a:ooh 7 r� Q X".2 z�mg w "O Z pw W Amo W Ct) J W r-� )i P� 3x a - W d W w U RIM-84&16 r.l FL-63&7 F+jjjI SS SS �7 Fy Z Z AV c J n w z W Z Q Q lDDZIlS.lD1Nb'D w 3 3 z w z O 20 Q J � Q x o w w w W LL =—W OVEW �w a— C7 JHE o m E" d U LL H H. 0 w �--� w a Q Q o_ Lw— w z z O 3 _ 3'� a U) a p a w O I + ,s 00 Of O JNimin8 'd0?�d O I - w 0 0 o Q Z _ iQ I I w Iw II z 04 N " 0 � _ I I o I � w _ IN I U 0 w J � �` w w I 1� co a z w w z w ( I l -" - I W 1�_ -_ J Z Z � } J J w W W ■ L — �jy Q W W Q" e ---__' ' I I I o U a I I ..w __I� I a I o z z z W —Z- _ Z w w W RHEM E H c a w � X X X W w ■ w p d w w w • Q I 0 U) W I W x,Z•c� Q Z0� - Z 1 U 2 Q o w 2 1 1 a� o -j I I } 1-- o � tz 1� .m II i I 8 3 g Wf V m N 3 N z w a , I o I Q z O N U) 0'0- a II - - — - - I— —10— - - - V 3NI1 H3-JL VW V 3NIl HOIVW JMOZ iiew 3 a31VM v\51181HX3 vmViBIHX3\ooVo\l31NV1S S3NOH Soy nK o£i—aoz\Slo3`ONd\Sl33`02A Z WOaV001 TEXAS REGISTRATION#14199 I L� Z m _ o V 3NIl H31dW — — — — — —� — — — d 3NIl HO1HW _ Ly ' ZZ W U r N W � E I I I W �oo Z o� o • ax�� zomg w Z Wowu 1 U Z d (7 I W ama Z a I F- J zco 0 m D 3 O Lu J I ( d N w U O I (y �. Q g N m 0 I ~ 2 g I II I z `� w a I Jrt w v � I d W w z J N I LL U Osco ■w w �(� I U "T, UJ m o S I I I o I 1V W Z mw w m I QO U) I R LULU O x W I � Q � U) l o IIF 3 } � d � I I _ < O w o I I ~ Z I Z w 'T w J �U N U NO I Elf > Ify g Z w N N Z w J W ( I Z w w w U) Z z m 00 m I 2 wJ J w Ix If WF w w O O U) a Q Q U) Z z Z I I I O U) U) U) Of w w w ps m F.E._"_O F O c 0 L 5 I + J� — Q'-w Iw, r U m I O c. d JMOZ 1181Wc3 83%M lV\S1181FDO Vjo\llelHX3\ooVOVl31NV1S S3n0W 3orm ocL—LloZ\Sl33P0id\S103POMd\Z :NOl1VOol TEXAS REGISTRATION#14199 CM ZO O HC7 W (�nw W oro-0 Z -nm0 Q X z�m3 Z w�wU W �Qo O W ° ma 2 Z Q W W _ w C� Z W ~ U W 3 �a p W U o W H r/1 = CL U .-ti < W 00 z w oU w U zRIM-841LIO -J FL-08,74 0�> $$ LU III U co F 1332US ADiNVO � O x w w OVERHEAT ELECTRIC -i a 0 HE Oz } ~ I-- _ U - - >�r - - ..... _ o w z ONimind 'dO2ld � w -' _ � ° I W I I W DQ I I I U 64 O I I I I w uwi — — I a I w v Q i _ — I J— _ Z Z W W M L — I ? w W 3 I , l I I I o a_ L a I w LL) ( I _ — O z z_ z_ a W W HEAD O tIC 1 Q p d W W W Q p d z f I ~ Q I _ w I zM( �w �U N U �(D JZ Z N N Z I Q w o w I I w�m�W Z m II I 3 g f a U) J a 0 00 w ( O I V 3NIl HO.LVVY V 3NIl H01VA 11. 10 5MClZ 1181HMI KYAM LV\S1l91HX3 tlAD\,1181HX3\0UVo\,l31NY1S S3NoH 3ov-nK 0£L—LLOZ\s.Lo3pomd\sLo3POMd\Z MOLLY001 TEXAS REGISTRATION#14199 - 9J I V 3NIl H01VWL V 3NIl H01VW = C c� S z W Nw w W �oo� • Q X N zom3 Z w'oLL -00 wU Z (� W rnma W Y m z Q W a W C� W z O I I I Q_ ¢ o F o O j ������ EL Z E. Y W Qr d a w ° a I I I ad, Qo w D ` a J � W O w li U I I I I zW •� Z Q Lij W D 3�.�D m O z o m > o l l t o x QLdl z a II I U I Z� Z Y J ~ ■a.�.�D. l C _o w N } W 0] 0] H LL W m Q ( I IL I Q W C) W D C7 �•0IL w z 06 3co a s I I I d o = 0 0 F, o o Gj O O_j O J O O _3 O --—--———--— a co N !` W Jd' LL0 `v F-- OOOzFL std' � zz0Q a0Q � a I O U a Of LU Z z z co LL 0 a- DI 2 of Z O U W oMaz Jl8lHX3 oNlnvd B\S1IeIHx3 VJ3\1l9IHx3\aavo\.l3iNvis s3N10H 3orrnn o£I-c toz\siO3road\st33r0ad\z :Hoavoo� TEXAS REGISTRATION#14199 Lo z o �/ O L. r W 'n-n w W ¢o s z cc 10 o C F�n� 6.1 Z�O�� z (Dow L1J °000 ma w con L7 �zaR H� c o as a 1-4 W a Cq W c� d > w J U x� 0 W � zp � > ry w Q0LL0 a U Z Z Z_ aQgo> F- zaQa c/) Lw U con O of Z z Z I- W Of w a o 1��2i1S A31Nb'O m M w0060 (L doll s� x d ` ,ZZ W LU (7 Ix > 0 o N p I a 0 ONimin8 p I m a 'dO2ld p J I w LU� I Y J Q I MIA -Ij 01 a l_c� ow w of w I N ¢ l l a z w ~ S o W l I M U m w d U a OU U U 0 �a o o o Z Y: a ccn ccn w U)i w a O O o O QI QQ I a a J a w C7 ] C7 a a LL a w ,. � Z r'T" Z Q S of I I I I I—� o w & Z m a o Y-� a I o V 3NIl HO-LVW L V 3NIl H01VW WIT lIBIHX3 BNKVd MkalISIM0 V LIBIHX X04 1,431FA15 S3PIOH 39VTUA :NOLLV301 TEXAS REGISTRATION#14199 _ o V 3NIl HOlt/W LLJ d 3NIl H3iVVY �// ` ° 1 1 Z I d z I Li111 0 LLJ I U) � z vFJ5 3: H (' W o w 0 W LLI = Z � °'mawo H = J F D. J w m m F 0 II I x w O O � J CL O - Q F" � A� I I wQo tL U U ml z I I I >J OE V Z z 1 V Ji m o l i I w w =..��0° °° O Q o II t o w w °..��� C7 w Q II I � I r W II I o � CL W �'<�(D U' W O Z Z o ° o I w 00 m C-) w o I I I o J J W W.0 - w w W W O w wzo O v J a J 0 0 0 �"`..'� ° w n. 0 w U U) (5 0 O W _ w F d w o < Z FL CL 0 L } m O U) F d � w a I � � W JMOZ.vemC3 SLHon b\SImoo Vdo\meiHX3\O0V3\A3lNV1S S3PIOH 3oVll1A 0£L—LiOZ\S1o3poHd\S1o3I`OMd\Z :NOLLVOOI TEXAS REGISTRATION#14199 LID L� o -- O C% w 0 W z u �w W �ooW Z O Q X N Zm Z oma W mow= h x w co ah x a � w U RIM-646.18 U W R-eJ9.74 SS S$ 1 V W J 1332i1S A31NVO x Z Z � J HE a CD C 0f a LLI 2 � a = a ONicnn8 'dO�Jd —I FAFAF- II li a zOf o Ouwi LU I W w w`w ° a o a a Q � I I = � a W Z O w w o 0 a X Z W F Q W m l l I ► a 0 z co 0co I o ° x O m aUJ w I I I 0 �. � a - - - - - �� - - - - - V 3W H01VA V 3NP H01VA smaz iiemu SLHon o\smemu vjo\ieiwcJ\aav3\A31rnlS S3w0H 3ovrun 00-uoz\sio3road\Q03r0ad\z :rauvool 00 42 43 DAP-BID PROPOSAL Page 1 0f5 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal ---T Bidlist Siem Specification Section Bid No Description No Unit of Measure Quantity Unit Price Bid Value UNIT 1:WATER IMPROVEMENTS 1 3305.0109 Trench Safety 33 05 10 LF 619 $1.001 $619.00 2 3311.0001 Ductile Iron Water Fittings wl Restraint 3311 11 TON 1 $5,000.001 $5,000.00 3 3311.0143 6"Water Pipe,Select Backfill 33 11 10.33 11 12 LF 16 $42.001 $672.00 4 3311.0243 8"Water Pipe,Select Backfill 33 11 10,33 11 12 LF 603 $46.00 $27,738.00 5 3312.0001 Fire Hydrant 331240 EA 3 $4,500.00 $13,500.00 6 3312.0117 Connection to Existing 4"-12"Water Main 33 12 25 FA 2 $1,500.00 $3,000.00 7 3312.2003 1"Water Service 331210 Fro 36 $1,050.00 $37,800.00 8 3312.3003 8"Gate Valve 33 12 20 Fro 7 $1,250.00 $8,750.00 9 3312.3103 8"Ctrt-in Gate Valve 33 12 20 Fro 1 $4,500.001 $4,500.00 10 13312.3105 12"Cut-in Gate Valve 341220 Fro 1 $5,500.00 $5,500.00 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 --r -- 41 - 42 -_-�--�-- 43 _ 44 45 TOTAL UNIT I:WATER IMPROVE ENTS $107,079.00 MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S-DEVELOPER AWARDED PROTECTS Farts Vmsim Sop mnber 1.2015 Village Hames Smdey-00 42 43Did PmpcuaT DAP(201 E.D4.09) 00 42 43 DAP-BID PROPOSAL Page 2 ors SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Biddels Proposal BidlistItem Specification Section Bid No. Description No Unit of Measure Quantity UNIT Bid Value UNIT II:SANITARY SEWER IMPR VEMENT 1 3201.0614 Conc PVmt Repair,Residential 32 01 29 Sy 45 $120.001 $5,400.00 2 3301.0002 Post-CCN Inspection 33 01 31 LF 608 $4.001 $2,432.00 3 3301.0101 Manhole Vacuum Testing 3301 30 FA 1 $150.00 $150.00 4 3305.0109 Trench Safety 3305 10 LF 608 $2.00 $1,216.00 6 3305.0110 Utility Markers 33 05 26 LF 608 $1.00 $608.00 7 3331.3101 4"Sewer Service 33 3150 EA 36 $850.00 $30,600.00 8 3331.4115 8"Sewer Pipe 33 11 10,33 31 LF 603 $52.00 $31,356.00 12,333120 9 3331.4116 8"Sewer Pipe,CSS Backfill 12,333120 LF 5 $62.00 $310.00 10 3339.1001 4'Manhole 33 39 10,33 39 20 EA 4 $4,200.00 $16,800.00 11 3339.1003 4'E)dra Depth Manhole 34 39 10,33 39 20 VF 4.25 $195.00 $828.75 12 — 13 14 15 -- -.�— --- -- 16 -- -1 18 19 20 — _..21 - --- — — -- ----._._.._.._------ --- -- - -- — _ ----23-- 24 25 - 26 27 2829 — 30 _-._.. - _ -- --- --- ------ — --- 31 - --- -------- - ---- ---- - ---- 32_•-_ 33 34 35 36 ^37 --.- 38 39 -¢0. - --41-- -- ---------- - - 42 - - --- ------- 43 44 45 TOTAL UNIT 11:SANITARY SEWER IMPROVEMENTSI $89,700.75 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Farm Versim September 1.2015 Village Homo 9ualey-00 42 43 Bid P1opma DAP(2018.04.09) 00 42 43 AAP-BtD PROPOSAL Page 3 of 5 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Section Bid No Description No Unit of Measure Quantity Price Bid Value NIT IV:PAVING IMPROVEMENTS 1 0241.1300 Remove Conc Curb&Gutter 02 41 15 LF 317 $20.001 $6,340.00 2 3211.0113 8"Flexible Base,T)Ve A,GR-1 32 11 23 SY 520 $32.00 $16,640.00 3 3213.0101 6"Conc Pvmt 32 13 13 SY 483 $52.00 $25,116.00 4 3213.0312 5"Conc Sidewalk,Adjacent to Curb 32 13 20 SF 2965 $4.00 $11,860.00 5 3213.0401 6"Concrete DrivewaV 32 13 20 SF 1103 $6.50 $7,169.50 6 3213.0506 Barrier Free Ramp,Type P-1 32 13 20 EA 3 $1,500.00 $4,500.00 7 3216.0101 6"Conc Curb and Gutter 32 16 13 LF 610 $30.00 $18,300.00 8 3471.0001 Traffic Control 34 71 13 MO 1 $4,500.00 $4,500.00 9 3471.0003 Traffic Control Details 34 71 13 EA 1 $2,500.00 $2,500.00 10 12 11 13 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 IV:PAVING IMPROVEMENTS $96,925.50 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCLWENTS-DEVELOPER AWARDED FROMM Form Version September 1,2015 When Nomas Studer-00 42 43—Bid Pmpa+d—DAP(20I8.04-09) 00 42 43 DAP-BID PROPOSAL. Page 4 00 SECTION 00 4143 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Specification Section Bid No Description No Unit of Measure QWMtiTy Unit Price Bid Value UNIT V:STREET LIGHTING IMPROVEMENTS 1 2605.0101 Electrical Facilities 26 05 00 LS 1 $5,000.001 $5,000.00 2 2605.0131 Salvage Electrical E u" ment 26'0510 LS 1 $4,500;001 $4,500.00 3 2605.2101 Conduit Box 26 05 33 EA 1 $850.0(1 $850.00 4 2605.3018 2"CONDT PVC SCH 80,Open Cut 26 05 33 LF 417 $20.00 $8,340.00 5 3441.3025 Fumishfinstall Berry Pole and Luminaire 34 41 20 EA 3 $4,000.00 $12,000.00 6 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 TOTAL UNIT V:STREET LIGHTING IMPROVEMENTS $30,690.00 CrIY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUM UM-DEVELOPER AWARDED PROJECTS Form Vmi=Sepoember 1,2011 Village Hama Staley-00 42 43 Bid Pmpmo DAP(2018.04.09) 004243 DAP-BID PROPOSAL Page 5 of 5 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Section Bid No. Description Unit of Measure Unit Price Bid Value No Quantity Bid Summary UNIT I:WATER IMPROVEMENTS $107,079.00 UNIT II:SANITARY SEWER IMPROVEMENTS $89,700.75 UNIT IV:PAVING IMPROVEMENTS $96,925.50 UNIT V:STREET LIGHTING IMPROVEMENTS $30,690.00 Total Construction Bid $324,395,25 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 911 calendar days after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDHD PROJECTS Fo Version Scpt®Lc 1,2015 Village Homes StWey-00 42 43_Bid Proposal DAP(2018.04.09)