Loading...
HomeMy WebLinkAboutContract 51610 Received Date: 12/6/2018 Received Time: 12:26 p.m. Developer and Project Information Cover Sheet: Developer Company Name: D.R.Horton-Texas,LTD Address, State,Zip Code: F6751 N. Freeway,Fort Worth,TX,76131 Phone&Email: 817-230-0800,bmclark,,drhorton.com Authorized Signatory,Title: Benjamin Clark,Assistant Vice President Project Name: Chapel Creek Phase 3 Brief Description: Water, Sewer,Paving, Storm Drain, Street Lights Project Location: F10861 Chapel Creek Boulevard Plat Case Number: FP-17-141 Plat Name: Chapel Creek Phase 3 Mapsco: TAR-072F,072G,072H Council District: 3 CFA Number: 2017-191 City Project Number: 101317 OFFICIAL RECORD CITY SECRETARY FT. WORTH,TX City of Fort Worth,Texas Standard Community Facilities Agreement-Chapel Creek 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. 51610 WHEREAS, D. R. Horton-Texas, LTD, ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto("Improvements")related to a project generally described as Chapel Creek 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 II, 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 Y Standard Community Facilities Agreement-Chapel Creek Phase 3 10MCIAL kELU 0 CFA Official Release Date:02.20.2017 a-,Tv SECRETARY 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) Z, Sewer(A-1) E. Paving (B) N. Storm Drain(B-1) ®_ 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-Chapel Creek 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. I. City shall not be responsible for payment of any costs that may be incurred by Developer in the relocation of any utilities that are or may be in conflict with any of the community facilities to be installed hereunder. City of Fort Worth,Texas Standard Community Facilities Agreement-Chapel Creek Phase 3 CFA Official Release Date:02.20.2017 Page 4 of l l 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-Chapel Creek 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-Chapel Creek Phase 3 CFA Official Release Date:02.20.2017 Page 6 of l l 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. IMMIGRATION AND NATIONALITY ACT R. 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-Chapel Creek Phase 3 CFA Official Release Date:02.20.2017 Page 7 of 11 Cost Summary Sheet Project Name: Chapel Creek Phase 3 CFA No.: 2017-191 City Project No.: 101317 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 $ 615,791.00 2.Sewer Construction $ 1,075,413.00 Water and Sewer Construction Total $ 1,691,204.00 B. TPW Construction 1.Street $ 2,159,073.75 2.Storm Drain $ 889,965.00 3.Street Lights Installed by Developer $ 240,659.06 4. Signals $ - TPW Construction Cost Total $ 3,289,697.81 Total Construction Cost(excluding the fees): $ 4,980,901.81 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 33,824.08 D. Water/Sewer Material Testing Fee(2%) $ 33,824.08 Sub-Total for Water Construction Fees $ 67,648.16 E. TPW Inspection Fee(4%) $ 121,961.55 F. TPW Material Testing(2%) $ 60,980.78 G. Street Light Inspsection Cost $ 9,626.36 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ Sub-Total for TPW Construction Fees $ 192,568.69 Total Construction Fees: $ 260,216.85 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 4,980,901.81 x Completion Agreement=100%/Holds Plat $ 4,980,901.81 Cash Escrow Water/Sanitary Sewer-125% $ 2,114,005.00 Cash Escrow Paving/Storm Drain=125% $ 4,112,122.26 Letter of Credit= 125%w/2yr expiration period $ 6,226,127.26 City of Fort Worth,Texas Standard Community Facilities Agreement-Chapel Creek 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 D.R.Horton-Texas,LTD a Texas Limited Partnership Jesus J.Chapa(Dec 4,2018) By:D.R.Horton,Inc., Jesus J. Chapa a Delaware Corporation, Assistant City Manager its Authorized Agent Date: Dec 4,2018 Recommended by: A*b- Benjamin M Clark(Dec 3,2018) r Name: Benjamin Clark Evelyn Robe 5(Dec 3,2018) Title: Assistant Vice President Evelyn Roberts/Jennifer Ezernack Dec 3,2018 Project Assistant Date: Planning and Development Contract Compliance Manager: Approved as to Form &Legality: By signing, I acknowledge that I am the person responsible for the monitoring and Rzdw,­J A. Mze,� administration of this contract, including Richard A.b1.--uken(Dec 4,2018) Richard A. McCracken ensuring all performance and reporting Assistant City Attorney requirements. M&C No. N/A Date: Jennifer Ezernack on behalf of(Dec 4,2018) Form 1295: Nin Name: Janie Morales Title: Development Manager ATTEST: v Mary J.K r(De 2018) A. Mary J. Kayser/Ronald Go les'•. �' City Secretary/Assistant Cit cre XrAS City of Fort Worth,Texas Standard Community Facilities Agreement-Chapel Creek Phase 3 OFFICIAL RECORD CFA Official Release Date:02.20.2017 CITY SECRETARY Page 9 of 11 FT, WORTH,TX 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 Exhibit A-1: Sewer Improvements ® Water and Sewer Cost Estimates ®j Exhibit B: Paving Improvements ® Paving Cost Estimate 0 Exhibit 13-1: Storm Drain Improvements lg 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-Chapel Creek Phase 3 CFA Official Release Date:02.20.2017 Page 10 of 11 ATTACHMENT"I" Changes to Standard Agreement Community Facilities Agreement CityProject No. 101317 None. City of Fort Worth,Texas Standard Community Facilities Agreement-Chapel Creek Phase 3 CFA Official Release Date:02.20.2017 Page 11 of 11 001213 DAP-BID PROPOSAL Page I of g 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 Description Unit Price Bid Value No. Section No. Measure Quantity UNIT I:WATER IMPROVEMENTS 1 3311.0261 8"PVC Water Pipe 33 11 12 LF 8,136 $34.00 $276,624.00 2 3312.0001 Fire Hydrant w/Gate Value 33 1240 EA 7 $4,500.00 $31,500.00 3 3312.2003 1"Water Service 33 1210 EA 199 $950.00 $189,050.00 4 3312.3003 8"Gate Valve&Box 33 1220 EA 18 $1,250.00 $22,500.00 5 3312.0117 Connection to Existing 4"-12"Water Main 33 1225 EA 3 $1,000.00 $3,000.00 6 3311.0001 Ductile Iron Water Fittings w/Restraint 133 11 11 TON 1.8 $4,000.00 $7,200.00 7 13305.0109 Trench Safety 13305 10 1 LF 1 8,1361 $0.25 $2 034.00 8 13471.0013 Traffic Control 13471 14 1 MO 1 1 $3,500.001 $3,500.00 TOTAL UNIT I:WATER IMPROVEMENTS1 $535,408.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September 1,2015 00 4213_Bid Proposal0_DAP Conatser—SIGNED(201 g.09.27)..eLs 00 42 43 DAP-BID PROPOSAL Page 2 of 8 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 II:OFFSITE WATER IMPROVEMENTS 1 3311.0461 12"PVC Water Pipe 3311 12 LF 1,289 $46.00 $59,294.00 2 3312.0117 Connection to Existing 4"-12"Water Main 33 12 25 EA 1 $1,200.00 $1,200.00 3 3311.0001 Ductile Iron Water Fittings wl Restraint 33 11 11 TON 0.2 $4,500.00 $900.00 4 3305.0109 Trench Safety 33 05 10 LF 1,289 $1.00 $1,289.00 5 3471.0013 Traffic Control 3471 14 MO 1 $3,500.00 $3,500.00 6 13312.3005 12"Gate Valve&Box 133 12 20 EA 2 $2,600.00 $5,200.00 7 3312.1002 2"Combination Air Valve Assembly for Water 1331230 EA 1 1 $4,500.00 $4500.00 8 3312.0001 Fire Hydrant w/Gate Value 33 1240 EA 1 $4 500.00 $4 500.00 TOTAL UNIT II:OFFSITE WATER IMPROVEMENTS1 $80,383.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September 1.2015 00 42 43_13id ProposalO_DAP Conmser_SIGNED(2018.09 27)As 00 42 43 DAP-BID PROPOSAL Page 3 of R 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 Description Unit Price Bid Value No. Section No. Measure Quantity UNIT III:SANITARY SEWER IMPROVEMENTS 1 3331.4115 8"Sewer Main 3331 20 LF 7,318 $38.00 $278,084.00 2 3339.1001 4'Manhole 3339 10 EA 26 $4,000.00 $104,000.00 3 3339.1002 4'Drop Manhole 3339 10 EA 1 $4,800.00 $4,800.00 4 3339.1003 Extra Depth Depth Manhole(>6.0') 33 39 10 VF 109 $175.00 $19,075.00 5 3331.3101 4" Sewer Service 3331 50 EA 199 $650.00 $129,350.00 6 13301.0002 Post-CCN Inspection 3301 31 LF 7,318 $2.00 $14,636.00 7 3301.0101 Manhole Vacuum Testing 3301 30 EA 27 $150.00 $4 050.00 8 3305.0109 Trench Safety 3305 10 LF 7,318 $1.00 $7,318.00 9 3305.0202 Cement Stabilized Backfill 33 05 10 LF 200 $30.00 $6 000.00 10 3339.0001 Warren Manhole Liner 33 39 60 VF 83 $205.00 $17015.00 TOTAL UNIT III:SANITARY SEWER IMPROVEMENTS $584,328.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September 1.201 5 00 42 43_Bid ProposalO_DAP Cenatscr_SIGNED(2018.09.27)_<Is 00 42 43 DAP-BID PROPOSAL Page 4 of 9 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Unit of Bid Unit Price Bid Value No. Section No. Measure Quantity UNIT IV:OFFSITE SANITARY SEWER IMPROVEMENTS 1 3331.4115 8"Sewer Main 3331 20 LF 2,672 $46.00 $122,912.00 2 3305.1103 20"Steel Casing By Other Than Open Cut 33 05 22 LF 389 $580.00 $225,620.00 3 3305.3002 8"Sewer Carrier Pipe 33 05 24 LF 389 $60.00 $23,340.00 4 3331.4119 8"DIP Sewer Pipe 3311 10 LF 20 $62.00 $1,240.00 5 3331.4208 12"Sewer Pipe 3311 10 LF 170 $72.00 $12,240.00 6 3339.1001 4'Manhole 3339 10 EA 10 $6.000.00 $60,000.00 7 3339.1003 Extra Depth Depth Manhole(>6.0') 3339 10 VF 63 $175.00 $11,025.00 8 3339.1004 4'Shallow Manhole 33 39 10,33 EA 1 $5,000.00 $5,000.00 9 3301.0101 Manhole Vacuum Testing 3301 30 EA 11 $150.00 $1,650..00 10 3301.0002 Post-CCN Inspection 3301 31 LF 3,251 $2.00 $6,502.00 11 3305.0109 Trench Safety 33 05 10 LF 2,862 $3.00 $8,586.00 12 3137.0104 Medium Stone Riprap,dry 31 3700 SY 54 $75,001 $4,050.00 13 13339.0001 Warren Manhole Liner 33 39 60 VF 24 $205.00 $4,920.00 14 3305.0112 Concrete Collar 3305 17 EA 6 $500.00 $3,000.00 15 3305.0116 Concrete Encasement for Utility Pipes 13305 10 CY 5.0 $200.00 $1.000.00 TOTAL UNIT IV:OFFSITE SANITARY SEWER IMPROVEMENTS $491,085.00 CRY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September 1.2015 00 42 43_Bid PmposalO_DAP Conatscr_SIGNED(2018 09.27)s1s 00 42 43 DAP-BID PROPOSAL P,tgc 5 or 8 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Unit of Bid Unit Price Bid Value No. Section No. Measure Quantity UNIT V.DRAINAGE IMPROVEMENTS 1 3341.0103 18"RCP,Class III 3341 10 LF 332 $45.00 $14,940.00 2 3341.0201 21"RCP,Class III 3341 10 LF 653 $50.00 $32,650.00 3 3341.0205 24"RCP,Class III 3341 10 LF 1068 $55.00 $58,740.00 4 3341.0208 27"RCP,Class III 3341 10 LF 882 $60.00 $52,920.00 5 3341.0302 30"RCP,Class III 3541 10 LF 84 $70.00 $5,880.00 6 3341.0309 36"RCP,Class III 3841 10 LF 90 $95.00 $8,550.00 7 3341.0402 42"RCP,Class III 3341 10 LF 450 $115.00 $51,750.00, 8 3341.0409 48"RCP,Class III 3341 10 LF 247 $145.00 $35,815.00 9 3341.0502 54"RCP,Class III 3341 10 LF 643 $165.00 $106,095.00 10 3341.0602 60"RCP,Class III 3341 10 LF 195 $195.00 $38,025.00 11 3341.0701 72"RCP,Class III 3341 10 LF 150 $290.00 $43,500.00 12 3349.5001 10'Curb Inlet 33 49 20 EA 17 $3,200.00 $54,400.00 13 13349.5002 20'Curb Inlet 33 49 20 EA 11 $5,200.00 $57,200.00 14 3349.6003 20'Recessed Inlet 33 49 20 EA 1 2 $5,800.001 $11,600.00 15 9999.0012 4'Drop Storm Junction Box 3349 10 EA 1 5 $6,000.001 $30,000.00 16 9999.0013 5'Drop Storm Junction Box 3349 10 EA 1 $7,000.001 $7,000.00 17 9999.0011 6'Drop Storm Junction Box 33 49 10 EA 4 $8,000.001 $32,000.00 18 3349.0001 4'Storm Junction Box 33 49 10 EA 1 $5,000.00 $5,000.00 19 3349.0002 5'Storm Junction Box 33 49 10 EA 1 $6,000.00 $6,000.00 20 13349.0005 8'Storm Junction Box 3349 10 EA 1 $9,000.00 $9,000.001 21 3349.7001 4'Drop Inlet 33 49 20 EA 1 $5,000.00 $5,000.00 22 3137.0104 Medium Stone Riprap,dry 31 3700 SY 115 $75.00 $8,625.00 23 3137.0102 Large Stone Riprap,dry 31 3700 Sy 1 425 $85.00 $36,125.00 24 3305.0109 Trench Safety 3305 10 LF 4462 $1.00 $4,462.00 25 9999.0014 Outfall Weir Structure 00 00 00 EA 1 $54,500.00 $54,500.00 26 9999.0015 Concrete lined Channel 00 00 00 Sy 589 $72.001 $42,408.00 27 19999,0016 18"Sloping Headwall 00 00 00 EA 8 $2,000.00 $16,000.00 28 19999.0617 72"Sloping Headwall 00 00 00 EA 1 $8,500.00 $8,500.00 29 19999.0018 Rock Check Dam 00 00 00 Sy 1776 $30.00 $53,280.00 TOTAL UNIT V:DRAINAGE IMPROVEMENTSI $889,965.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September I.2015 00 42 43_Bid ProposalO_DAP Conatser_SIGNED(2019.09.27).r1s 00 42 43 DAP-BID PROPOSAL Page 6 of 8 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 Description Unit Price Bid Value No. Section No. Measure Quantity UNIT VI:PAVING IMPROVEMENTS 1 3213.0101 6"Conc Pvmt 3213 13 SY 24,383 $33.00 $804,639.00 2 3211.0501 6"Lime Treatment 3211 29 SY 26,821 $2.75 $73,757.75 3 3211.0400 Hydrated Lime 3211 29 TON 536 $175.00 $93,800.00 4 3216.0101 6"Conc Curb and Gutter 3216 13 LF 14,269 $2.00 $28,538.00 5 3213.0301 4"Conc Sidewalk 32 13 20 SF 41,816 $3.00 $125,448.00 6 3213.0501 Barrier Free Ramp,Type R-1 32 13 20 EA 16 $1,200,00 $19,200.00 7 13213.0504 Barrier Free Ramp,Type M-2 32 1320 EA 4 $1,500.001 $6,000.00 8 3213.0506 Barrier Free Ramp,Type P-1 32 13 20 EA 13 $1,200.00 $15,600.00 9 3441.4003 Furnish/Install Alum Sign Ground Mount City Std. 3441 30 EA 24 $750.00 $18,000.00 10 3471.0001 Traffic Control 3471 13 MO 1 $3,500.00 $3 500.00 11 9999.0014 Install EOR Barricade 00 00 00 EA 8 $500.00 $4,000.00 12 9999.0015 Remove EOR Barricade 00 00 00 EA 3 $200.00 $600.00 13 9999.0016 Remove Temp Asphalt Turnaround 1000000 1 SY 286 $8.00 $2 288.00 14 10241.3017 Remove 30"Storm Line 10241 14 LF 78 $10.00 $780.00 TOTAL UNIT VI:PAVING IMPROVEMENTS $1,196,150.75 CRY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September 1,2015 00 42 43_Bid ProposaIO DAP Conatser_SIGNED(2018,09 27)x1s 004243 DAP-BID PROPOSAL Page 7 of 8 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 VII:OFFSITE PAVING IMPROVEMENTS-AMBER RIDGE DRIVE 1 3213.0101 7"Conc Pvmt 32 13 13 Sy 8,412 $38.00 $319,656.001 2 3211.0501 6"Lime Treatment 3211 29 Sy 9,253 $3.00 $27,759.00 3 3211.0400 Hydrated Lime 3211 29 TON 185 $175.00 $32,375.00 4 3213.0506 Barrier Free Ramp,Type P-1 32 13 20 EA 4 $1,200.00 $4,800.00 5 3213.0501 Barrier Free Ramp,Type R-2 32 13 20 EA 2 $1,400.00 $2,800.00 6 3216.0101 6"Conc Curb and Gutter 3216 13 LF 5,231 $2.00 $10,462.00 7 3217.2104 REFL Raised Marker TY II-C-R 321723 EA 105 $4.001 $420.00 8 3217.2102 REFL Raised Marker TY I-C 32 17 23 EA 1 22 $4.00 $88.00 9 3217.2103 REFL Raised Marker TY II-A-A 32 17 23 EA 30 $4.00 $120.00 10 3217.0501 24"SLD Pvmt Markin HAE W 32 17 23 LF 96 $30.00 $2,880.00 11 3217.0001 4"SLD Pvmt Markin HAS 32 17 23 LF 4,917 $2.00 $9,834.00 12 3217.0201 8"SLD Pvmt Markin HAS W 32 17 23 LF 448 $4.00 $1,792.00 13 3217.0002 4"SLD Pvmt Markin HAS 32 17 23 LF 2,205 $2.00 $4,410.00 14 3471.0001 Traffic Control 3471 13 MO 1 $3,500.00 $3,500.00 15 3441.4003 Fumish/Install Alum Sign Ground Mount City Std. 3441 30 EA 2 $750.00 $1,500.00 16 9999.0014 Install EOR Barricade 00 00 00 EA 2 $500.00 $1,000.00 17 9999.0015 Remove EOR Barricade 00 00 00 EA 1 $200.00 $200.00 18 0241.1100 Remove Asphalt Pvmt 0241 15 SY 473 $8.00 $3,784.00 19 3213.0301 4"Conc Sidewalk 1321320 SF 31,334 $3.00 $94,002.00 TOTAL UNIT VII:OFFSITE PAVING IMPROVEMENTS-AMBER RIDGE DRIVE1 $521,382.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September 1.2015 00 4233_Bid Proposal0_DAP Conatser-SIGNED(201809.27).sls 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. Measure Quantity Unit Price Bid Value UNIT VIII:OFFSITE PAVING IMPROVEMENTS-ACADEMY BOULEVARD 1 3213.0101 7'Conc Pvmt 32 13 13 SY 7,745 $38.00 $294,310.00 2 3211.0501 6"Lime Treatment 3211 29 SY 8,520 $3.00 $25,560.00 3 3211.0400 Hydrated Lime 3211 29 TON 170 $175.00 $29,750.00 4 3216.0101 6"Conc Curb and Gutter 32 16 13 LF 5,291 $2.00 $10,582.00 5 3471.0001 Traffic Control 3471 13 MO 1 $3,500.00 $3,500.00 6 3441.4003 Furnish/Install Alum Sign Ground Mount City Std. 3441 30 EA 2 $750.00 $1,500.00 7 9999.0014 Install EOR Barricade 00 00 00 EA 1 2 $500.00 $1 000.00 8 13213.0301 4"Conc Sidewalk 32 13 20 SF 25,113 $3.00 $75,339.00 TOTAL UNIT VIII:OFFSITE PAVING IMPROVEMENTS-ACADEMY BOULEVARD $441,541.00 Bid Summary UNIT I:WATER IMPROVEMENTS $535,408.00 UNIT II:OFFSITE WATER IMPROVEMENTS $80,383.00 UNIT III:SANITARY SEWER IMPROVEMENTS $584,328.00 UNIT IV:OFFSITE SANITARY SEWER IMPROVEMENTS $491,085.00 UNIT V:DRAINAGE IMPROVEMENTS $889,965.00 UNIT VI:PAVING IMPROVEMENTS $1,196,150.75 UNIT VII:OFFSITE PAVING IMPROVEMENTS-AMBER RIDGE DRIVE $521,382.00 UNIT VIII:OFFSITE PAVING IMPROVEMENTS-ACADEMY BOULEVARD $441,541.00 Total Construction Bid $4,740,242.75 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 250 calendar days after the date when the CONTRACT commences to run as provided in the General Conditions. Company: LONAONANSTRUCTION TX,L.P. Signature: ak Title; Brock Huggins,PreWffent END OF SECTION CrIY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Vasim Septemba 1,2015 00 42 43 Bid Pmpmal0_DAP Comtea_SIGNED(20I8.09.27).xls OD 4243 DAP•BLD PROPOSAL hp•of l SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Infom ation Biddees Propose! Bidlist Item Spedf!catiaa I Umt of I Bid No. Description Section No. Measure i Quantity Unit Price Bid Value - UNIT IX:STREET HT IMaROVEMENTS 1 3441.3301 Rdwy Ilium Foundation TY 1 2 and 4 34 41 20 EAil 4 1231.00 $41,854.00 2 3441.3001 Rd Ilium Assm TY 1 4 and 6 3141 20 EA4 173.54 $73,900.36 3 2605.3015 2"CONDT PVC SCH 80 26 05 33 LF 7 8.98 $16,226.86 4 9999.0017#10 Copper Cable 00 00 00 LF 7 3.16 $5710.12 5 2605.0112 install Elec Sery Pedestal 260500 EA $5.318.00 $10,636.00 6 7 8 9 10 11 TOTAL IT IX,STREET LIGHT IMPROVEMENTSi $148,327.34 N X:OFFSITE STT11kEET LLIG IMPROVEMENTS 1 3441.3301 Rdwy Ilium Foundation TY 1 2 and 4 34 41 20 EA 18 $1,231.00 22 158.00 2 3441.3001 Rdwy Ilium Assmbly TY 1.4.and 6 31 41 20 EA 18 $2,173.54 $39,123.72 3 2605.3015 2"CONDT PVC SCH 80(T) 26 05 33 LF 2500 - $22,450.00 4 3441.3404 2-2-2-4 Quad lex Alum Elec Conductor 34 41 20 LF 2500 $3.44 600.00 5 6 7 8 9 10 TOTAL UNIT X:OFFSITE STRCETLIGHT IMPROVEMENTS $92,331.72 Bid Sammmary TOTAL UNIT IX STREET LIGHT IMPROVEMENTS $148 327.34 TOTAL UNIT X OFFSITE STREET LIGHT IMPROVEMENTS $92,331.72 Totat Construction Bid $240,659.06 Contractor aV m to complete WORK pa•FLYAL ACCEPTANCE uitisia 180 calendar days alter the date wia tM CONTRACT roRtmences to rum as provided In the Gai er al Caeditioas. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC RCATION DOCUMENTS.DEVELOPER AWARDED PROJECTS Fam Vamm Sq mbw t.70IS 00 42 43 Bid P4apo.00_DAP 1adPm - a 1 VJ �!' 11� ■r •pa lIIIIIIIII►j � � �i�iJ JJ.•■Iij ����. C�� ::����i��.111 /J ■ �t11 ��►�i���i�����i �iJ►=--iii��In1i� - RON I Rik a��i - � ►i��/�llllMlmnullll►i=_= � � ,_�i►I►1�1:1-1u��� � �JIJ J/IIn �\� ��=lumulu� ■� `=�__�=-=utf ��I�IIjj�JN11 <t\f•,'-=IIIIn11u1= ��� -C�_�__=:V ►ll JI/flit \\\\ \���111111/1......111/111 JJ/IJJ�� \►\O ►� ���� �II111111i111\��, � •�I .��� ��_ C t ��-\111\ . .,.., . i- ■1111 IIIA 1111 11 1 �: ,��,J�J••,�`f�- � �. l� I�:�=•�:�_••l•IrCu�;Li711 11111111/� ��•�� JI:� � /-_ ■ ►III � -o.-=--=c=-=/�1°= i,,`♦,`,;:`,��,`,. ```,`�.I==== �I1111� �:-�����-=II 1.11 = ..•,♦ ``��a��_�=_= iil�= �/!1111 j�/111 :nuuuum `��-_- _ 111111// ■uuuultu•= nnunnoul.....H , i,,,tt\`• �_-_-___ IH I�l►ii1t11 11=Iuuu1•a nnnuuu--aur VIII �� II\- _- __o _ � ��I=�= Hppr /_anon•� aUuunu► �• 11��'llllli��_ __=j =��1,11 1%► Ipljjjillilllll /M/•fll1fl11.11• C 1111111111\� J�I�,' �- .Iltlitllilt!//// w--�' //bllllllill■II/ �Il1111I1 r1► ♦ S It1/1111111►► 11111.�_= 11111/III/J�1j1111 I 11t► \��� J1up1111__-� 111111111111111// 1 � ♦♦� II/Jp ��:• 1111111 IIIgJJ �= .ono III(igJ �ul/llllli QI►I /noon ��►♦ .i ♦JJI/J �� ?��/1111111 IIIJJ/ 1/11►111111 _�♦�►�� ��111� 1111�i��i i "If1//� •�,��.���.• ■�ii /1/11111111111- -- f/����t1G= 11`\�� ����i�� �JJJlI1/: �►````��♦` 1111! 1111 —I 1111111111111 1111111 11111► � � ��i�j� t� J/JIJ�► 11111111= X11111111111111 Illllllllnitlll it 1111111111111►\//1111 ,`����� I� / 11111 /// � �•►�►•����/1I/ __=1111 `� �►�:♦C��—' I/INIIIIIIIII Iillill//I� 1I//J1///JJII �? 11111 j/� ►//� U M J w J O VJ T LO Q d n 2 = z <.~, tam c7D w n s w o Q Q awF, Nw^nx oo .0 �m�n'c O N LL ^J uj Lucoo w�F o a1 �a"� LO w o r a LL O N m� N �FQM zzim QHQ � cr Cv�ty O w m m �K C N 3000 W ���+n 2 o 3: 2 �m N U X w ai oo d OD 0 Lu oo s >dSLL� J Q cn > 0 o u m m w o U) a o Q 1-4 y � U N rW2 LL Qa J N Q 2I I d 2IS Z S a x m I xf W o-2.. f0 � U QQ K ] H V J a2 Q 1 w 9 3 w o a IZ O Z Z m < W R. J 07 ~ � N m O II I I x �I W z II 0 w � w N > z N II W 0 J J � Q a _ > uiW UJ — — v zLU s� CDIII 000D)� w a- a a w I i I it 0 z In .. I I 11 m •- � r - !� T-' 1111 �II�IIII_®II■1111_�II■1111_II■Ilq__II■I�I I■111_. -�II�(I• '6 .� �.. it .. il��ll � ,_� ,• � 111�11�I IOil III NI III !III • �.�� IgIm�'llli IIIoil milli Illf411111l I LnLn�IIII \ ��. � • • �� . III _ �I 11 • TO N VA -110 -- --= - _ LL " .-.viii 1 I III�11 II iil 1� �'.,I II�i IN 11 � 1111��1„ s i i ■!' ii: III d,��„�-�■'.-:ri �_�w�;jG�!���-.w— I� i! . � . ML a a; Timm MEMO v M J W J d pi Cf)O T In n IJ_ 1W vice i VVJ11 j� � C y W a O uice W Fm "LI- N LL m W m Z; WWN cIcu �x . W E — W goon 0 z°3� w t 0. in o = o�3m O"mow mo o n z trna =n0 G7 u'LLo3m N 2 U w W LL v, o o w LL o � 0 o Q O tlrl r r I I I I II II II II I , I , II IIS� II ' Zx r� Q I -- -- 1 l i " i t Cr1NI T'TFI_i C a W I � w I a JI o _ _ I I — ___ — - — — II IT�l w W I � o Q N Z w > z cn Q J W >- > LL = W I O W W I x 0 N w a Q Z [LLU n- C� 0 O O O ;Yy J w X FUo c1 d d d W Tr u Ch J w CL o (n w I— 0 0 2 n Q Q } }M 6Ln ry W = >j Jam N3o w d o r awn 0 WLL x Go LU M n 0r Go C m WI ND o N Q W ~x=o w HHM c �'�9 tun) w a C i n 3 0 p p n c v �r_m Z U w m Q ooh �z �2/ ���m xnam w�3 � Lf) U U Z /� dem o:�ow v -LLo3m X: LLJ Qnw D O U meLLm N JLL, !;i W F— \ LL _ LL U p x ❑ 2 A 1 pp+6l � HT O� S Q � o o � N U N w Is � o a z Z o f a a m s � w U S �/ in 0 N z a m � --- 00+Q£ Z ql.900+LZ w w r Z w 0 O Z Z w Z Q Z Q LU w w w U) U) U) z Q Q Q - - - - - - - U) Q Q Q Z oo cn cn cn LU C7 O O L u) J a a w w u M w W T � a ~ � n v y3� 7a w a on r awno w^o = amino p N Q W CC 00=LLJ Cc =o gq • WW < ==0 Z F N C C Nx Q nW/ E m �O O^ �z 3.� LU u� .,o Z y LL o rl (O O N F m C WG Z \/ O F =in w 3 e.. N U /\ s�o Q �o r >w or- o cn v 48m W o a U) LL M: U- C) U 0 d 00 U 0+6 00+9 001 00+9 00+9 00 00+Z 00+L 00®0 s d gt • 1) • q0. W W J J W s \ z z W z \ J Q z Q Of 2 :3 2 w W �: z F- F- F- z co W a a F- F- \ W a W w w .. _ II CO I MEN �. Elm 10111. mom oil SII 1111 � ' � II�NI f ` 1111 VIII '� � 111V � 11111 On �I �► t��\ 111 a milli, i 111 MUMM P . Ull[I�, .• L 1 1 1 :'111: I► I'II�Iijj ,JI��1= ' � � 111 II ' MEM mill 1101 ME ;��� 1oI1 1114. ON� MMIN Will HIM 1111, . . . miff RANI WillMill . � �� .•y��..� .�11� _� �'' � 1111 , 11111 •� 111 WMEN ///mil- C4 5 ISMA V. �l ���IIIii HIM 71' JIME u M J W J a � C O Q m m T D0 oz Z CL a U U (� ^ n ~ o o W d MQ a p r N C m m No 0CL U U CL CL U U 4. V W W < -2 wn N W e c c w W W O N QLu Lu QLu cr� � Lx /Ny C N LL N C07 C�7 fV =J =J Z Z W m., "o Z N L.L p = G J M J J J LL J d M d 0 U)~ U)H LLJ a) w ?i oo N _U U Z x O LL] O W J (O Q (O Q J J L >k'otim N J H W LC) r `T P.-t C) CD N M N r Z r Z (n U �LLm W D o d x U J Q 10 W Lu^O LL .9 d'C N tnr 3oCiz°3� V' o- - =in H co _ z J � 0 I I I H I / A � o aW�o W Wcoce O ZCLZ K K n z; o-+Fm o x�z -\ o I T y I Baa II _ II IV WW — — — — z z Z O ci W d F- C� O � W Of X J 0- W ■II':IIM ■I i .iii i�■�■ - �l I" "M A IC Il CS"7 IC IlI Ii C71i�9i��fi�.Ofi��;�0[ 7i1:_, ilCiil_. YII�I�-u�I 11. U ;i�1' 111 � ,1. •� � � i i ilo ��l j illi _�n��u-amu �•II ILtdUSE �Ii�lll �I 'II =JII W 1 Yt r !IIc�I'�-; � I SII I