Loading...
HomeMy WebLinkAboutContract 52404 Received Date: Jun 13,2019 Received Time:11:11 AM Developer and Project Information Cover Sheet: Developer Company Name: 287/156 PARTNERS,L.P. Address, State,Zip Code: 8750 N. Central Expressway, Suite 1735,Dallas TX,75321 Phone&Email: 972-762-2627,jimacambridgecos.com Authorized Signatory,Title: James J.Melino,President Project Name: Ridgeview Farms,Phase 6 Brief Description: Water, Sewer,Paving, Storm Drain, Street Lights Project Location: North of the Harmon Road and Prairie Dawn Drive Intersection Plat Case Number: PP-17-057 Plat Name: Ridgeview Farms Mapsco: Council District: 2 CFA Number: 2018-026 City Project Number: 101428 City of Fort Worth,Texas OFFICIAL RECORD Standard Community Facilities Agreement-Ridgeview Farms,Phase 6 �� SECRETARY Official Release Date:02.20.2017 Page 1 of 11 FT WORTH,TH,TX STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. 52404 WHEREAS, 287/156 PARTNERS, L.P., ("Developer desires to make certain specific improvements as described below and on the exhibits attached hereto("Improvements")related to a project generally described as Ridgeview Farms, Phase 6 ("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 co venants 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 its 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-Ridgeview Farms,Phase 6 CFA Official Release Date:02,20.2017 OFFMAL RECORD Page 2 of 11 .STY SECRETARY FF'r, WORTHp 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) ®, Sewer(A-1) ®,Paving(B) ®, Storm Drain(B-1) ®, Street Lights & Signs (C) M. 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 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-Ridgeview Farms,Phase 6 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-Ridgeview Farms,Phase 6 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-Ridgeview Farms,Phase 6 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 financk I guarantee submitted for this Agreement to cause the completion of the constniction 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-Ridgeview Farms,Phase 6 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. 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-Ridgeview Farms,Phase 6 CFA Official Release Date:02.20.2017 Page 7 of 11 Cost Summary Sheet Project Name: Ridgeview Farms,Phase 6 CFA No.: 2018-026 City Project No.: 101428 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 $ 327,960.30 2.Sewer Construction $ 357,971.50 Water and Sewer Construction Total $ 685,931.80 B. TPW Construction 1.Street $ 897,849.00 2.Storm Drain $ 473,822.00 3.Street Lights Installed by Developer $ 111,609.15 4. Signals $ - TPW Construction Cost Total $ 1,483,280.15 Total Construction Cost(excluding the fees): $ 2,169,211.95 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 13,718.64 D. Water/Sewer Material Testing Fee(2%) $ 13,718.64 Sub-Total for Water Construction Fees $ 27,437.28 E. TPW Inspection Fee(4%) $ 54,866.84 F. TPW Material Testing(2%) $ 27,433.42 G. Street Light Inspsection Cost $ 4,464.37 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 86,764.63 Total Construction Fees: $ 114,201.91 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 2,169,211.95 x Completion Agreement=100%/Holds Plat $ 2,169,211.95 Cash Escrow Water/Sanitary Sewer—125% $ 857,414.75 Cash Escrow Paving/Storm Drain=125% $ 1,854,100.19 Letter of Credit=125%w/2 r expiration period $ 2,711,514.94 City of Fort Worth,Texas Standard Community Facilities Agreement-Ridgeview Farms,Phase 6 CFA Official Release Date:02.20.2017 Page 8 of 11 I 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 287/156 PARTNERS,L.P. a Texas limited partnership Jesus J.Chapa(Jun 6,2 19) Jesus J. Chapa By: Orinda/Harmon GP Partners, LLC, Assistant City Manager a Texas limited liability company, Date: Jun 6,2019 its General Partner Recommended by: By: LLC Manager, Inc., A Texas corporation, yonnifer 1. Ezorn acK Its Manager Jennifer L.Ezernack(Jun 5,2019) Evelyn Roberts/Jennifer Ezernack Project Assistant .� James J.Melino(Jun 5,2019) Planning and Development James J. Melino, President Date: Jun 5,2019 Approved as to Form &Legality: .&ha-,64 lfl CQ-1,,Aa Richard A.McCracken(Jun 6,2019) Contract Compliance Manager: Richard A. McCracken Assistant City Attorney By signing, I acknowledge that I am the M&C No. person responsible for the monitoring and Date: administration of this contract, including ensuring all performance and reporting Form 1295: '' requirements. ATTEST: F— T �rlc-rlett ales(Jun 6,2019) Name: Janie Morales Mary J. r(Ju ,2019) �- Title: Development Manager Mary J. Kayser/Ronald Go• e City Secretary/Assistant City` Core ary City of Fort Worth,Texas rOFFIC:IALRECORDStandard Community Facilities Agreement-Ridgeview Farms,Phase 6CFA Official Release Date:02.20.2017 RYPage 9 of 11TX 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 ® Signed Construction Cost Estimates ® Exhibit A: Water Improvements ® Exhibit A-1: Sewer Improvements ® Exhibit B: Paving Improvements ® Exhibit B-1: Storm Drain Improverrncnts ® Exhibit C: Street Lights and Signs Improvements (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Standard Community Facilities Agreement-Ridgeview Farms,Phase 6 CFA Official Release Date:02.20.2017 Page 10 of 11 ATTACHMENT"I" Changes to Standard Agreement Community Facilities Agreement City Project No. 101428 None. City of Fort Worth,Texas Standard Community Facilities Agreement-Ridgeview Farms,Phase 6 CFA Official Release Date:02.20.2017 Page 11 of 11 A - - i r LO i T I +, ........... -_-_ PROJECT •. � ! T' . Iz LOCATION -�. �� I I Ell- {rare AN I I'r F2KV,A'.l, _x 7 I VICINITY MAP N.T.S. 6 RIDGEVIEW FARMS PHASE 6 LOCATED IN CITY OF FORT WORTH , TEXAS Kimlev)Horn MAY 2 019 6160 War en Pa kwag Muit�rt2lo..we.,rwounn.mnesm�..cr�>Krn..oc Frisco,Texas 75034 972-335-3580 State of Texas Registration No.F-928 it -BID PROPOSAI Pa6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Description Specification Section No. Unit of Bid Unit Price Bid Value No. Measure Quantity UNIT I:WATER IMPROVEMENT 1 3311.0241 8"Water Pipe 33 11 10,3311 12 LF 5,858 $21.00 $123,018.00 2 3311.0262 8"PVC Water Pipe,CSS Backfiil 331112 LF 20 $30.00 $600.00 3 3312.0001 Fire Hydrant Assembly w/6"Gate Valve&Box 33 12 40 EA 9 $3,700.00 $33,300.00 4 3312,4112 16"x 8'Tapping Sleeve&Valve 331225 EA 1 $4,600.00 $4,600.00 5 0241.1218 4'-12'Water Abandonment Pkq 0241 14 EA 3 $20.00 $60.00 6 3311.0001 Ductile Iron Water Fittings w/Restraint 3311 11 TON 3.3 $4,365.00 $14,404.50 7 3312.0117 Connection to Existing 4'-12"Water Main 331225 EA 2 $800.00 $1,600.00 8 3312.3003 8"Gate Valve 331220 EA 21 $1,280.00 $26,680.00 9 3312.2003 11"Water Service 331210 EA 129 $840.00 $108,360.00 10 3312.2104 1 112"Private Water Service 331210 EA 1 $1,200.00 $1,200.00 11 3305.0109 Trench Safety 00 05 10 LF 5,878 $0.10 $587.80 12 9999.0001 16"Waterline Lowering 00 00 00 LF 75 $178.00 $13,350.00 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 TOTAL UNIT I:WATER IMPROVEMENT $327,960.30 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Faro VMW Sepmiber 1,2015 00 42 43-Sid PrWW_DAP PHASE 6 6URNSCO xH9412-21(1) 00 J2 43 DAP-BID PROPOSAL Pave 2 d7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Biddels Proposal Bidlist Item Unit Bid No Description Specification Section No. Measure Unit Pricc Bid Value UNIT It:SANITARY SEWER IMPROVEMENTS_ 1 3339.1001 4'Manhole 33 39 10,33 39 20 EA 28 $2,225.00 $62,300.00 2 3339,1002 4'Drop Manhole 33 39 10,33 3920 EA 1 $3,500.00 $3,500.00 3 3311.0241 8'Water Pipe(DR-18 For Sanitary Sewer Use) 33 11 10,33 11 12 LF 51 $28.00 $1,428.00 4 3331.4115 8"Sewer Pipe 3311 10 LF 5,173 $25.60 $132,428.80 5 3331.4116 8"Sewer Pipe,CSS Backfill 33 11 10 LF 398 $36.00 $14,328.00 6 3305.3002 8'Sewer Carrier Pipe 33 05 24 LF 153 $26.00 $3,978.00 7 3339.1003 4'Extra Depth Manhole 33 31 50 VF 53 $145.00 $7,685.00 8 3331.3101 4"Sewer Service 33 31 50 EA 128 $610.00 $78,080.00 9 9999.0002 Connect to Existing MH 00 00 00 EA 1 $1,400.00 $1.400.00 10 9999.0003 4'Manhole on Existing 18"Sewer 00 00 00 EA 1 $4,600.06 $4.600.00 11 3305.1003 20"Casing By Open Cut 33 05 22 LF 153 $118.60 $18,145.80 12 3305.0109 Trench Safety 00 0510 LF 9.269 $0.60 $5,561.40 13 3301.0101 Manhole Vacuum Testing 33 0130 EA 30 $110.00 $3,300.00 14 3301.0002 Post-CCTV Inspection 33 01 31 LF 5,775 $1.40 $8.085.00 15 3305.0113 Trench Water Stops 00 05 15 EA 13 $300.00 $3,900.00 16 0241.0100 Remove Sidewalk 0241 13 SF 80 $1.80 $144.00 17 0241.1000 Remove Conc Pvmt 0241 15 SY 13 $15.50 $201.50 18 3213.0301 4"Conc Sidewalk 32 13 20 SF 80 $7.70 $616.00 19 3213.0101 6"Conc Pvmt 32 13 13 SY 13 $130.00 $1.690.00 20 3339.0001 Epoxy Manhole Liner 33 39 60 VF 30 $220.00 $6.600.00 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 II:SANITARY SEWER IMPROVEMENT $3577971.50 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Fann Veocn Sep_6n 1,2013 00 42 43 Bid Pwpmal_DAP PHASE6 BURNSCO_201"2-21(1) .P-BID PROPOSAI SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Section No. Unit of Bid Unit Price Bid Value No. Measure Quantity UNIT III:DRAINAGE I WPROVEMENT§ 1 3349.5001 10'Curb Inlet 33 49 20 EA 9 $3.600.00 $32,400.00 2 3349.5002 15'Curb Inlet 33 49 20 EA 6 $4,800.00 $28,800.00 3 3349.7001 4'Drop Inlet 33 49 20 EA 2 $4,600.00 $9,200.00 4 3349.0001 4'Storm Junction Box 33 49 10 EA 4 $4,500.00 $18,000.00 5 3349-0002 5'Storm Junction Box 33 49 10 EA 1 $5,350.00 $5,350.00 6 3349.0003 6'Storm Junction Box 33 49 10 EA 1 $6,180.00 $6,180.00 7 9999.0004 7'x 18'Storm Junction Box 33 49 10 EA 1 $13,400.00 $13,400.00 8 3349.0101 3'Round Manhole Riser 33 49 10 EA 1 $2,000.00 $2,000.00 9 0241.3104 24"Storm Abandonment Plug 0241 14 EA 1 $10.00 $10.00 10 3341.1301 6x2 Box Culvert. 3341 10 LF 48 $283.00 $13,584.00 11 3341.1302 6x3 Box Culvert 3341 10 LF 81 $317.00 $25,677.00 12 3341.1201 5x3 Box Culvert 3341 10 LF 416 $258.00 $107,328.00 13 3341.0402 42-RCP,Class III 3341 10 LF 310 $139.00 $43,090.00 14 3341.0309 36-RCP,Class III 3341 10 LF 79 $112.00 $8,848.00 15 3341.0305 33-RCP,Class III 3341 10 LF 67 $99.00 $6,633.00 16 3341.0302 30'RCP,Class III 3341 10 LF 601 $80.00 $48,080.00 17 3341.0208 27'RCP,Class III 3341 10 LF 37 $67.00 $2.479.00 18 3341.0205 iP RCP,Class III 3341 10 LF 944 $64.00 $60,416.00 19 3341.0201 21-RCP,Class III 3341 10 LF 561 $55.00 $30,855.00 20 3305.0112 Concrete Collar 33 05 17 EA 5 $500.00 $2,500.00 21 9999.0005 Double 30"Headwall(TxDOT CH-FW-0) 33 49 40 EA 1 $4,900.00 $4,900.00 22 3137.0102 Large Stone Riprap,dry 31 3700 SY 42 $60.00 $2,520.00 23 3305.0109 Trench Safety 00 05 10 LF 3,144 $0.50 $1,572.00 24 TOTAL UNIT III:DRAINAGE IMPROVEMENTSI $473.822.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Fmn Ve Sepeanba 1,2015 00 42 45 Bid hopmal_DAP PHASE 6 BURNSCO 2t119-02-21(1) 004243 DAP-BID PROPOSAL Pane 7 d7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Biddees Proposal RidL el I. �I nit of Bid Description Section No. Unit Price Bid Value Izasure Quantity Bid Summary UNIT 1:WATER IMPROVEMENTS $327,960.30 UNIT 11:SANITARY SEWER IMPROVEMENTS $357,971.50 UNIT III:DRAINAGE IMPROVEMENTS $473,822.00 Toil Construction Bid $1,159,753.80 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 6'. (pre-paving)and 15(post-paving) 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 AWARDED PROJECTS Tam Vasm Sepwiber 1,2015 00 42 41i Bid Rap®1 DAP PHASE 6 BURNSCO_2019-02-21(1) 004243 DAP-Bm PROPOSAL Pw 5 0r7 SECTION 00 42 43 Developer Awarded PrgecM-PROPOSAL FORM UNIT PRICE BID Bidder's Application Ptordt Item hdotmat,on B, Proposal B,dl,st Item Umt of B,d No DaOnPtton Fs -SeeDam No Meas= Quantuy L'ntt Pt2te Bid Vtllue U 1T V: TR T T MPR V MENTS 1 3441.3341 Rdwy Illum TY 11 Pole 34 41 20 EA 25 $1,908.75 $47,718.75 2 3441.3301 Rdwy Illum Foundation TY 1,2,and 4 34 41 20 EA 25 $1,125M $28,125.00 3 3441.1408 No 6 Insulated Elec Condr,Alum.#6 XHHW 3441 10 LF 1,389 $2.75 $3,819.75 4 3441.1633 Install Type 33B Arm 34 41 20 EA 25 $125.00 $3,125.00 5 3441.3201 LED Lighting Fixture 34 41 20 EA 25 $550M $13,750,00 6 2605.3018 2"CONDT PVC SCH 80,Open Curt 26 05 33 LF 1,389 $10.85 $15,070.65 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 TOTAL,UNIT V:STREET LIGHTIN6 IMPRNEmewsl $111.609.15 CITY OF FORT WORTH STANDARD CONSMUMON SPECOWATION DOCUMMITS-DEVELOPER AWARDED PROJECTS Fo Va UpMwb"I,J015 00424f 13fdPMP=9 DAP PHASE 6 CR4_2013-12-12 sb 00 42 4+ DAP-BIDPROFOSAL Pasc T of T SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project item Infonnauon Bidder's Proposal Mot Item Unrt of B d No �xOI specs Section No Mean e�nty. UnitPnce Btd Value !Id Satwa _ tNT ET LIGHTIIQ FAIROVEMEM —y— �_ s1 Ht609.15 Total CouWactloa INd f111 60l.15 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 180 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 SPECIPWATK MDOCUNIENTS-DEVELOPER AWARDED PROJECTS F*M1.*xiea StpWer1,2o15 00 42 43 Bid p.9 DAP PHASES C&S 2010-12.12 As DAP-BID PROPI».... Poe 4 or 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidl oit. Description Specification Section No. IUni oufe Q Bid Unit Price Bid Value UNIT IV:PAVING IN PROVEM NT 1 3213,0101 6"Conc Pvmt 32 13 13 SY 20,990 $32.55 $683,224.50 2 3211.0501 6"Lime Treatment 32 11 29 SY 22,250 _$2`15 $47,837.50 3 3211.04'00 Hydrated Lime @ 30#/SY 321124 TON 334 $155.00 $51,770.00 4 3213.0301 4"Conc Sidewalk(5'Wide) 32 13 20 SF 2,706 $5.25 $14,175.00 5 3213.0301 4"Conc Sidewalk(6'Wide) 32 13 20 SF 6,090 $5.25 $31,972.50 5 3213.0501 Barrier Free Ramp,Type R-1 32 13 20 EA 18 $2,000.00 $36,000.00 T 3213.0504 Barrier Free Ramp,Type M-2 32 13 20 EA 7 $1,935.00 $13,545.00 e 9999.0006 Construct Concrete Header 00 00 00 LF 124 $10.00 $1,240.00 9 9999.0007 Install Type III End-of-Road Barricade 00 00 00 LF 87 $50.00 $4,350.00 10 9999.0008 Remove Barricade&Connect to Existing Conc Pvmt 00 00 00 LF 29 $10.00 $290.00 11 3217.0501 24"SLD Pvmt Marking HAE(W) 32 17 23 LF 19 $38.50 $731.50 12 3441 A003 Furnish/install Alum Sign Ground Mount City Std. 34 41 30 EA 14 $450.00 $6,300.00 13 9999.0009 Install Street Name Blades 00 00 00 EA 40 $20.95 $838.00 14 9999.0010 Install Stop Sign 00 00 00 EA 10 $360.00 $3,600.0-0 15 9999.0011 Install Miscellaneous Traffic Sign 00 00 00 EA 5 4395.00 $1,975.00 16 17 18 19 20 21 22 23 24 25 28 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 T6TAL UNITV:PAVING IMPROVEMENTS! $897,849.00 CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS I—Venioo 1.2015 00 42 43 Bid PmpoW_DAP PHASE d OB.CO_20IgQn.* -BID PRut.. SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project hem Information Bidders Proposal Bidlist Item Unit of Bid No. Description Specification Section No Measure Unit Price Bid Value Rid 111ammary UNIT N:PAVM RAPROVEWNTS W7,849.00 Total Construction I11d �97!N 00 Contractor agrees to complete WORK for FINAL ACCEPTANCE with it 90 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 CONT MUCITON SPECIFICATION DOCUNIENTS-DEVELOPER AWARDED PROJECTS Form Vetuat S,�pt-bo 1,2015 00 42 Jl Bid IhW.W DAP PHASE(iGB.CO 201402-25..t CI4 ---co U) W> 0) -' :2 (31 w w x cc I> M> I . 0 w W C, It I IW 4- H.— - - 1 HIP I _Aj — 0 11 7t�05 CI4 m 0-79 . A LLI IN w CC) G5 X- 0-2 L �x ED W 12 T., 4 �2"I". w 30 e 0, m1 - 1--15 - I :: r — - N LCN*I I N N EN ci I., C4 C4 N t If) LO NID 0 to Lz� L CC) 04 M, Pi '2 m NL.Li '2 0 > U) - n U) Li J a) (n N eq 0 < U) CI4 m W 0 Kn) < r, E: - m CI4 NWW < z > CN14 to w W < —i W > Lr)CO > —i eq < 10 CI4 M LLJ LLJ > LN N C-4 C4 LLJ n- < W Ljj LLJ < 0 g M N < W � 0 < 0 m co C4 Ul -)o Ip LLJ LLJ LLJ k 0 z 0 z 0 z C-4 n z 0 cn C) U) C) U) (w) C4 0 a- W a_ W a_ W� � J3 3 Z w 2 x (31 w C4 co 10 LIJ in cc eq rK U) LIJ LIJ < x 0 F--- 2 0 NOD z 0� (31 X L.Li LLJ C'4 CK < U) m 3: Cr 0< 71 ry LL ir y lit 3: LLJ Z 9 0 m x U) 0 LLJ U) U) LLI N M Lj U) LLJ %.&0 —i x —J > m w w............ C) LLI c') I„I„ I I L.LJ � LLJ z < U) 6i � LLJ _j LLI M U) z < x wo LLJ md wat oWwlg ANKir vvAs As amum and oon @Wols cmvs Im cammoo-RA"M I _......� N'T ZX W � W Uj W W 1 Q= �? � O m s ss w � za �LL _ m . LL m n t0 In d' h N .___ 0'• W ' I 04 W N N e ---�I G n 1 �Q tD I I >.�_U W m �° '7 I W G� ¢ �- _ (I Q`_ -'�. .�- I ham... _.....� I.�...N.._O O y < c m Q1 [O lD I tD N m U N a (Q.^4.._. Lo N m � O O w W. N I T II�Il�A�/1 _ N Tm-I N n U) �ON 8N WN N� > pcn Nd O 0) 00 N N N rn n II o7 1p N n n 3VI l IH 4 N UZ NU �B n I n N o rn ••-d N r7 1n t0 n 00 p N e7 N b n m O N t� t0 t0 �p N L N N n a N n M � p LLJ N � z Ld N LLJ LLJ� J co W U n 3: Q' � Q' h— N _ O L�J LLJ JLLJ N a m� h Cf) d L LLJ Q N W J } Cn } C U) In m > >- ID N < < �/ N _ N N N N COZ Z w � n U_ n O Q N ( (m N 0Q 0o LLJ LLJ Lj LLJ LLJ LLJ (n LO� � s �m 0 Z 00 Z0 0orf O N h a a- n 0 c_n 0Z cnz 03: af Q X Q of W N o Ld a_ :2 LLJ ::E CLU) h LU LU _ w I • n m X N N N � pp N O N t� LLJ of Z m J 00 n Ld N O O LLJ N NN N N a w rj N LLJ N Z (n X O 0 N N O Y N „ (n W m U J no O m W 0 � Z �o J � m_ � Ld X u - LLJ J LLJ Z W '^ m o N n w Z m (n � > r °° o � W W i w co < � !!nn � Q Z � QQ V Lij 0 I— Ld 0 3 a ~ � z ~ � 2 _ U 0 < 0 1..1.. /1 W X cn Z Q 00 Z L.L. LL (n W Rd rill e 9 AWW*WAE A8 muarld Rd W&e 6 a#ve IM 3MW\M a MA%MW— i71 ..._..r- UT" OW i�M N a M N >w i... i Z - = W q _._m__- � Q : 7 n N O> :or m 8s W W _.._... w p . >U II-._...n O W �. LL I.. W Q N LL _ Cj-l - (_ Iw N - Ll i Izw- _.. �C) ,W � w 1- �I )...._ ..... 0rN- - oy dN M Q CD ol io N m w I( O N O # U _ to w oN LLm$oNm C � z a z€ lltRi1�1,3Ad M ou rn�I 11N m a, a N l 00 9 rn oM ...._ I. 64 : __.._. I N m r N �CL O o) N to _ I n 3 Vl3 IH 4 21 N NO le n i rn o N M v n n ao rn o o 1 m a n n n vn n n n n o o n L n00 M U U 3:: C Q to M - < r U r U N � L r r Q Q M ? _ -W O O z z 0 4 N O O o �` o � U U Q Z Q Z N w o � O W p w n d m N cn cn Q/ Q N N W IUw IUw N m O W W m r Lim f- W 0 N N N N ~ M a_ a_ .. Q I� Q Y w "�' Y Y N Od � W m m m o N IWn Q Q L ? r Ld Ld F- w w (n p W cn p w Ln_ M O o O O ^ w W m U WCY- U O N M n O _ z O _ z M ll� o 0 ll� 0 0 = M p Ln O W Ln U W O U N Z M W v O M M W O cl M 0) N X N Do N ao N N O N O m ao n N ) O N O N [o n N N N N �(n Z— H X 04 O N CD m Q Z = v W Z X N � �W W m 0 o z� ZLL Z O n m a Y O M c0 Z i� n0 W N m > O n Q 2 L a-LL cn W O rn o N M � > ^ W m ( ) cn z co I' I_.LJ ry W T' LL1 Qni cn as spits a Away-wAe Ae muaa ad or:t s s mws uvi i AvO m- � Y A zt oaf d E eoF� 7 w 3 n o 0 ( I I CD Z_ Q I � CD I Z � Z z W W Z W _Z O > 6) Q f) O cn ft� W ~ O Q z Q Q J � S D Z W CD !r > (n LiJ Q TIMBERHURST TRAIL Q ~ W W W W cn U� U� cn x p O O O O m ^ z ° w O O O O 00 w o .N Y Y X N U N O p m J Q7 I a N in I i ILL c/-) z N W W W � O w — � o � m CD W LU m w :�i m I I Z.-C co w < u/ M cn {Z Ll W W Rd OVEL BIWW9 ANN3P'WAM AS aMlOW Rd a:l o e CMVS Mn W d rOMM-MKMW a w aT ola zwWw X O= L w Q AWN N W0a m _ m LL O " _ m g.4 W n W ...._ _.. IwL�_� - ----J m w n `._._ + m �a m c 15'. w m rc o- " m pu�7 un7 um'1 No a to+ c0 � e 100 10 1 Nr L co d n d � H Q N H m W o n� J J Z n. m - m w w w 00 J Z W J m m z o J Z Z a " b rn Z_ J Z_ Z_ N H H M Q Z Q Q N y Q U In N O m W no O 0 0 Mm U) U) Q m 0 " �n h W o W W N n O ) N N d N w F w w d = "� (7 O N O O W W- W W- d - � a O M K U� �N N d^00 N N Um F K Z O m ¢ O p an d N + W K O z �^ ary vJ a r a N tt Jti n U d J Nh O m m +Y O ' LL „o U m CD f CD W W m 11 Q Z W Q Lf _m a p = N f1 X I..L I..L (n W Md IMM1 8 9 AMW WAN AS a3L WW M 9YA S S GAYS IM GWSI119iiJ%,U33MfVldWJMi 36ifVA MMMM-IOLOMW rA N Cn CO n t0 1f1 M N wa Co W. vie H Q I_._._�.. m M ^ ie LL a N m _...._. _.N a N m WN� n � i!1 � N � ®s I i7 IS . ° oJn ❑ a Q �oFxi m c I UJI n UI co N �W N i enLLA R {0 S > p roe o ��b2�JJJ 3A�i � o��-- W m N M a m m � m N �...... __ I,M N-1 0_.... ���_.. I O_. _� _ m N N N N N N N �_....... _..._.._ N ' V-13 IH a tl >i� �e ♦ n - N M 1f1 m n m p N v N vOi vni vmi u°i n a N ♦ n M � to M - Q O N NFK a M N p N o N O W m Na � M O w N W a —J O. O N m F- (� O O� W (n N N N N M C _ � Q Z - w p I �N o N J -, N N m ro CD o n M m Z Z Cf) z Z 1— O M n c _ cn Q Ln Q:� X _ ") W N W —1 W H W M W ED M W N N N O co m O m m n a m O �/ M N N N N N N C N G X � O N N W Y N ♦ U M m J O m O 10 m m • J W m QO — O cD w (W1� �1 J C� z cn Q W m w LLJ — 3 < orf, _ �' LL C/) w FM EVU GW,1W9 AMM VAN AS dUWM Na Ora OW910 aMve IM M3LMM—lOL1=W -A w � z lti J n, co 0� �:2 = O Ss W W ......._.n___. o W p l'L �LL,� � I I N LL O -..... .. S N r 00 r� tD N Lo LL _a wZ_ N..._ I_.... .._N C \^ N N m m 1n 11 r I I IN r N _r n ...N � w _.q w au W -�.__..}._.- ._�. I'-�"J.� __.._O -1 N.m D) O N \ a o Fd h_-.I I,J._�.. r ....�I Ira ti._.. N� N m O O! \ w ...tea � I O 11 .5 A .� II NOI -W.{.........� I (4W_ ..U. .� ..�I Io N-' lowet'nutn 4` .._ ....®, I r. W J N L 00 9 lld2�lIA3A1f I M OI 0 I dN m O rn_.. N N N CA N N N N M ... ......._ {L}. __. ....__ _.._... ._. ._ ON f 3 tfl3 IH a 2i=- - N uM'1 N NN �! 1�l1 tODtND 10 n n n L In v N t` M � tD _ n � O N N 01 Q N N z m w o N a m M U) N W J soh W N m O Q N N N N Y OMO w Q O r M N L1J -1 O m N C 7 N w M 0 (nLij Nm c0 O N M M L1.J L1.J M (n (n N = O O N _M o O O In O w M Q) N J x w X N N � m N O N tD O n N Lc) O 5 N NN N N N N Q O X O F N N Z N rn 1=0 Q S M o C7 CO U) W = LL Fr` 10 v y O n ()f o z Q m Nm N O N M W W 01 %.IMO I V/ � co b r^ UJ l; r , w C7 V) �J _ - Z U) rr Lit m j 0 T W m J^� Elf _3 m LL I.L X U) LLI Rd WD SWOV9 ANPW WAS AB aMIV d Rd 0*4 9WO16 mmvs nyl oga'Sll�aa-sew-vfl arJ a Awmm—=*cvm 91