Loading...
HomeMy WebLinkAboutContract 52464 Received Date: Jun 27,2019 Received Time: 8:01 AM Developer and Project Information Cover Sheet: Developer Company Name; NexMetro Reserve,L.P. Address,State,Zip Code: 2221 Lakeside Blvd., Suite 1210 11 Richardson,Texas 75082 Phone&Email: 972-795-0039 11 Jason@nexmetro.com Authorized Signatory,Title: John Hartmann,Executive Officer Project Name: Avilla Reserve Brief Description: Water, Sewer, Storm Drain , Project Location: SH 114&Roaring River Rd Plat Case Number: None Provided Pla=Name: Avilla Reserve Mapsco: None Provided Council District: 7 CFA Number: CFA19-0012 City Project Number: 101934 City of Fort Worth,Texas Standard Community Facilities Agreement-Avilla Reserve OFFICIAL RECORD CFA Official Release Date:02.20.2017 Page 1 of 13 CITY SECRETARY FT. WORTH,TX STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § Cityy Secretary COUNTY OF TARRANT § Contract No.52464 WHEREAS, NexMetro Reserve, 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 Avilla Reserve ("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 b� 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-Avilla Reserve CFA Official Release Date:02.20.2017 f V-FXIAL RECORD Page 2 of 13 ,r- SECRETARY L _ T. 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)®, Sewer(A-1)M, Paving(B) I I, Storm Drain(13-1) ®, Street Lights& Signs (C) F1. 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-Avilla Reserve CFA Official Release Date:02.20.2017 Page 3 of 13 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-Avilla Reserve CFA Official Release Date:02.20.2017 Page 4 of 13 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 damag-es are caused, in whole or in part, by the allezed neelizence 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 ne,Zli,-ence of the CUP 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-Avilla Reserve CFA Official Release Date:02.20.2017 Page 5 of 13 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-Avilla Reserve CFA Official Release Date:02.20.2017 Page 6 of 13 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-Avilla Reserve CFA Official Release Date: 02.20.2017 Page 7 of 13 Cost Summary Sheet Project Name:Avilla Reserve CFA No.: CFA19-0012 City Project No.: 101934 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 Cnst A. Water and Sewer Construction 1. Water Construction $ 47,510.00 2.Sewer Construction $ 210,564.00 Water and Sewer Construction Total $ 258,074.00 B. TPW Construction 1,Street $ - 2.Storm Drain $ 658,928.00 3.Street Lights Installed by Developer $ - 4. Signals $ - TPW Construction Cost Total $ 658,928.00 Total Construction Cost(excluding the fees): $ 917,002.00 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 5,161.48 D. Water/Sewer Material Testing Fee(2%) $ 5,161.48 Sub-Total for Water Construction Fees $ 10,322.96 E. TPW Inspection Fee(4%) $ 26,357.12 F. TPW Material Testing(2%) $ 13,178.56 G. Street Light Inspsection Cost $ - H. Signals Inspection Cost $ H. Street Signs Installation Cost $ Sub-Total for TPW Construction Fees $ 39,53>.68 Total Construction Fees: $ 49,853.64 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 917,002.00 X Completion Agreement=100%/Holds Plat $ 917,002.00 Cash Escrow Water/Sanitary Sewer—125% $ 322,592.50 Cash Escrow Paving/Storm Drain=125% $ 823,660.00 Letter of Credit=125%w/2 r expiration period $ 1,146,25 .50 City of Fort Worth,Texas Standard Community Facilities Agreement-Avilla Reserve CFA Official Release Date:02.20.2017 Page 8 of 13 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 NexMetro Reserve,L.P. Jesus J.Ch a(Jun 019) Jesus J. Chapa Assistant City Manager Date: Jun 26,2019 Name: John Hartmann Recommended by: Title: Executive Officer &=44= EZ16M"k Date: Jun 26,2019 Jennifer ernack(Jun 26,2019) 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 26,2019) Richard A. McCracken rani&SGarl&J--P Morales Assistant City Attorney Janie Scarlett Morales(Jun 26,2019) M&C No. Name: Janie Morales Date: Jun 26,2019 Title: Development Manager Form 1295: �� FORTS ATTEST: N � KRcnre`� Mary J. ayser(Jung,2019) •� +•'• Mary J. Kayser/Ronald Gonzales `; S City Secretary/Assistant City Secretary City of Fort Worth,Texas Standard Community Facilities Agreement-Avilla Reserve CFA Official Release Date: 02.20.2017 OFFICIAL RECORD Page 9 of 13 CITY SECRETARY FT. WORTH, TX Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment El Attachment 1 -Changes to Standard Community Facilities Agreement ® ltachmml 2—Concurrent CFA Provision ® Location Map ® Signed Construction Cost Estimates ® Exhibit A: Water Improvements ® Exhibit A-1: Sewer Improvements 0 Exhibit B: Paving Improvements ® Exhibit B-1: Storm Drain Improvements 0 Exhibit C: Street Lights and Signs Improvements (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Standard Community Facilities Agreement-Avilla Reserve CFA Official Release Date:02.20.2017 Page 10 of 13 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 101934 None. City of Fort Worth,Texas Standard Community Facilities Agreement-Avilla Reserve CFA Official Release Date:02.20.2017 Page 11 of 13 ATTACHMENT"2" Concurrent CFA Provision City Project No. 101934 The improvements being constructed by Developer pursuant to this Agreement will connect to improvements being constructed by Forestar (USA) Real Estate Group, Inc, under separate Community Facilities Agreements, City Secretary Contract Nos. 50407 and 51322 hereinafter the "Separate CFAs"). Developer has requested and the City has agreed to allow Developer to begin the construction of the improvements contained in this Agreement before the improvements being constructed under City Secretary Contract Nos. 50407 and 51322 are completed and accepted by the City. Therefore, this Agreement shall be considered a"Concurrent CFA" and the provisions contained in this Attachment shall apply to this Agreement. The improvements being constructed under the Separate CFAs shall be defined as the "Primary Project." The improvements being constructed by Developer under this Agreement shall be defined as the "Secondary Project." Developer acknowledges and agrees that due to Developer's election to construct a Concurrent CFA, the potential exists for technical, delivery, acceptance or performance problems (hereinafter "Construction Problems"). Construction Problems may include, but are not limited to: failure of the improvements to comply with the approved plans or City Specifications;failure of the improvements in the Primary Project and the Secondary Project to properly connect to each other; changes to the design or construction of the improvements in the Primary Project that impact the design and construction of the improvements in the Secondary Project; construction delays, delay claims, or claims for liquidated damages; increased costs for the Developer or the developer of the Primary Project; failure of the improvements to pass inspection or material testing; or rejection by the City of some or all of the improvements and Developer or the developer of the Primary Project having to remove and reconstruct the improvements at the expense of Developer, developer of the Primary Project, or both. In addition, Developer understands and agrees that disputes may arise between the contractors or subcontractors for the Primary Project and the contractors or subcontractors for the Secondary Project relating to responsibility for the Construction Problems. Developer shall be solely responsible for resolving disputes between contractors, disputes between contractors and subcontractors and disputes between Developer and the developer of the Primary Project. Developer acknowledges and certifies that Developer has entered into a written agreement with the developer of the Primary Project and said agreement: (1) provides Developer with any access needed through property owned by the developer of the Primary Project; (2) that Developer and the developer of the Primary Project shall resolve all disputes regarding the design and construction of the Primary Project and the Secondary Project; and (3) the developer of the Primary Project will notify Developer of any all changes to the design or construction of the improvements in the Primary Project, including any field changes. Developer further acknowledges and agrees that Developer has notified all of Developer's contractors for the Project that Developer has elected to construct a Concurrent CFA,the provisions of this Attachment,the risks associated with a Concurrent CFA,and that the City shall not bear any responsibility for construction of the improvements or Developer's decision to proceed with a Concurrent CFA. Developer shall not make the final connection of the improvements in the Secondary Project to the improvements in the Primary Project until the improvements in the Primary Project have been constructed and accepted by the City and the City has consented to Developer making the connection. City of Fort Worth,Texas Standard Community Facilities Agreement-Avilla Reserve CFA Official Release Date:02.20.2017 Page 12 of 13 Developer agrees that by electing to execute a Concurrent CFA, Developer waives the right to use a completion agreement as the form of financial guarantee for the Project. Developer agrees that if this Agreement is for improvements relating to the construction, renovation or modification of one or more single family residential homes or structures,the City will not record the plat related to the Project until the improvements are constructed and accepted by the City. Developer agrees that if this Agreement is for improvements relating to the construction,renovation or modification of one or more commercial buildings or structures, the Developer shall not receive a Certificate of Occupancy from the City for the building(s) related to the Project until the improvements in this Agreement are constructed and accepted by the City. Developer further understands and agrees that completion of the improvements under this Agreement does not entitle Developer to obtain a final plat of the property until all other requirements of Federal law, State law, or the City Code relating to the filing and recording of a final plat have been met by Developer. BY CHOOSING TO CONSTRUCT A CONCURRENT CFA, DEVELOPER ASSUMES ALL RISKS AND DEVELOPER SHALL BE LIABLE AND RESPONSIBLE FOR ANYAND ALL DAMAGES, INCLUDING BUT NOT LIMITED TO, ANY AND ALL ECONOMIC DAMAGES, PROPERTYLOSS,PROPERTYDAMAGESANDPERSONAL INJURY(INCLUDINGDEATH), OFANYKIND OR CHARACTER, WHETHER REAL OR ASSERTED. DEVELOPER HEREBY EXPRESSL Y RELEASES AND DISCHARGES CITY FROM ANY AND ALL LIABILITY FOR DAMAGES, INCL UOING, BUT NOT LIMITED TO,ANY AND ALL ECONOMIC DAMAGES, PROPERTY LOSS, PROPERTY DAMAGE AND PERSONAL INJURY(INCLUDING DEATH) ARISING OUT OF OR IN CONNECTION WITH, DIRECTLY OR INDIRECTLY, THE CONSTRUCTION OF THE IMPROVEMENTS OR DEVELOPER'S DECISION TO CONSTRUCT A CONCURRENT CFA. DEVELOPER, AT ITS SOLE COST AND EXPENSE, AGREES TO AND DOES HEREBY INDEMNIFY, DEFEND, PROTECT, AND HOLD HARMLESS CITY, AND CITY'S OFFICERS, REPRESENTATIVES, AGENTS, EMPLOYEES, AND SER VANTS FOR,FROM AND AGAINST ANYAND ALL CLAIMS(WHETHER AT LA W OR IN EQUITY), LIABILITIES, DAMAGES (INCLUDING ANY AND ALL ECONOMIC DAMAGES, PROPERTY LOSS, PROPERTY DAMAGES AND PERSONAL INJURIES INCLUDING DEATH), LOSSES, LIENS, CAUSES OFACTION, SUITS, JUDGMENTS AND EXPENSES(INCLUDING,BUTNOTLIMITED TO, COURT COSTS,ATTORNEYS'FEESAND COSTS OF INVESTIGATION), OF ANY NATURE, KIND OR DESCRIPTION ARISING OR ALLEGED TO ARISE BY OR IN ANY WAY RELEATED TO CONSTRUCTION OF THE IMPROVEMENTS OR DEVELOPER'S CHOICE TO CONSTRUCT A CONCURRENT CFA, OR (2) BY REASON OF ANY OTHER CLAIM WHATSOEVER OF ANY PERSON OR PARTY OCCASIONED OR ALLEGED TO BE OCCASIONED IN WHOLE OR IN PART BY THE CONSTRUCTION OF THE IMPROVEMENTS OR DEVELOPER'S CHOICE TO CONSTRUCT A CONCURRENT CFA, 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. By signing below, Developer certifies that all statements contained in this Attachment. "2" Concurrent CFA Provision are true and correct. DEVEd,OpER: Name: Josh Hartmann Title: CEO City of Fort Worth,Texas Standard Community Facilities Agreement-Avilla Reserve CFA Official Release Date:02.20.2017 Page 13 of 13 - 0 w E c a C'7 N Q o wU w m n m- Ono N ¢z U5 o z z cn O J O O U � 0 Y W O J C� C� P P MO1 ,l3NdO LU Nl dlivm 3VIH low z 0ri MONO 0 � zC) Cl) Q Z O U) J U U oOld ONIMM �� Q W lam' 0 Q z w O C/7 Q Q � C� Q 'N1 NMAIS �60 uosuyofo wo2�:Ol-6lOZ '6Z ADVJ 6MP-dVVW N011V00j\Vj0\s3!Q!4x 160\00VD—�0\till HS oll!AV 00—Oti89\oj}aryxON\s}oafoJd\NXl\:0 11 ONI 'SEKINIONO /WS ?8 NMO210 a 0 F w / N W 0L w w W w a m w a Ir N w F c a 9 w F s o 3 E W M cO3.i F O 3 W 3 = W c $ r Ln W Ol Z Z N �il Z U, b W O o U o W w F a Q F a 5_ w II C� XLn a o X a =� Q a a Z U J w a a wIx S. a opf o f f il.5 � o "� I I I w■F92B� day{is o 3p m g3 1��1 � m rl OFE�Uy W3EF d T O g I � w: N wa 'I!U W (M IO dl HLOM 3WAUVN mw N # # �5' � —_.... , ro w Lxw a U — �w Ul W co FwN fn O� I _ (W`3f.I-- ��aab J x z F QZ J .. a. x�c.) i 1 o Db O U P i C3 'i ci z J 0y I� yyyt} Ll 1 0 '21 . a _J a. � i ! t g� i•: �i � S .16- Ex.j6' — i i i Ati i V p LU I �z — —�— — i 2 p w LU fA z Z_ - T-1 c IJT i � i uosuyofo wo6£:Of-6LOZ '6Z ADN 6MP'N31VM V IIGIHX3\V30\s}Iglyxg-SO\OOVO�-£0\till HS SIRA4-00-Mg\a}aWxaN\s}Dafad\NXL\:9 ONI `S�J33NION3 ),VO ?8 NMO218 LL F n W w w W N a U) o F Wco N o � dgg a O r o Wb�LL 0 (;M DW H1OM 3 WaWA) a S a e.^ , U m 'l y � y o r W 1 j t I i I I t i t 5 1 I F I 1 —Le i i , y3km onend .s WWg IILd ti aa�ci O F- 1 I f Z O 2 Q = W r� n � 1 Q m Q U2, F- i w S Z. Q 3N Y fA 3 Y N t 4 W ` i Q a Q V) Q Q Ix � W l_ z � w z z r- ty w m W V) o V) rn N o to o :) p V)z ON z z a WFm tip o o > a v0 z zX ix o. a (L aa a w a Ea i —4.r..J. 4 w I ,_t IT1 _ W OO 00 1 .y 3 t t 1 �t I IFi i F IL D a 1 t I i i t I I I m� r-- { - I J" i I 11 rA LI w o � �f., rL V) E� 0 j � � wu ry p r' u0su40f0 w00fi:01-6101 '6Z d014 6MP'd3M3S LV IIBIHX3\V3o\s}Iglgx3--go\OOVC�-£0\4ll HS DillA -00-0485\a}aWxON\s}0sfald\NX1\:9 'ONI 'S2J33NION3 ,,VO ?8 NMMJ0 Z a w s d, co, C/) o d { F F �jJ Wt'^. V co 00 pn x C11 I t t 1 1 t i 1all x lil i] t � � r� ' U 2 00 _ a i t t t o � ii N . 7W m z l - - - - —' a Z _ z _ m N �, N W Y- �Or ml W� W i N I Z I O w Z ''� Q a + v~i w < W GG / 0 1 3� c� vWi a o Z 0 i n ti4 I / N m a 0 M Z Ills @1 m O Z d K 9 Q o 0 a h N W z y i t I a 2mU J 0 IL j a � o i So 0 0 i 1 ONCE � m a a W Ir Ix p4 d I1 t I 120 5 o t i Gobi j-'a., r � wo � o — j. w � z C, d " G c7 uosuyofo WDL4:OL-6LOl `6b ADVI 6MP•NIV6(l VMM L8 1181HX3\H3O\S11Q14x3-50\00H0—f0\4ll HS o111AV-00-04BS\oJ}aWx9N\s}OafoJd\NXl\:9 ONI `S2J33NION3 AVO �? NM02J8 00 42 43 DAP-BID PROPOSAL Page l of 7 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 I:WATER IMPROVEMENTS 1 3305.0109 Trench Safety 33 05 10 LF 30 $2.00 $60.00 2 3311.0001 Ductile Iron Water Fittings w/Restraint 33 11 11 TON 0.2 $5,000.00 $1,000.00 3 3311.0161 6"PVC Water Pipe _ 3311 12 LF 30 $35.00 $1,050.00 4 3312.2803 6"Water Meter and Vault 33 12 11 EA 2 $17,500.00_ $35,000.00 5 3312.4004 8"x 6"Tapping Sleeve&Valve 33 12 25 E.A 1 $4,500.00 $4,500.00 6 3312.4112 16"x 8"Tapping Sleeve&Valve 33 12 25 E= 1 $5,900.00 $5,900.00 P4 12 13 14 15 16 17 —. 18 19 20 -- 21 22 23 24 25 26 27 28 30 31 32 34 36 38 37 39 40 41 -- 42 TOTAL UNIT I:WATER IMPROVEMENTS $47,510.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version February 16,2018 Copy of4.18.19 Rev2 Bid Proposal DAP PRr ,c SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No. Description Section No. I Measure Quantity Unit Price Bid Value UNIT II:SANITARY SEWER IMPROVEMENTS 1 0241.2103 8"Sewer Abandonment Plug 0241 14 EA 4 $540.00 $2,160.00 2 0330.0001 Concrete Encase Sewer Pipe 03 30 00 CY 10 $150.00 $1,500.00 3 3305.0109 Trench Safety 33 05 10 LF 2,381 J $2.00 ~$4,762.00 4 3305.0113 Trench Water Stops 33 05 15 EA 8 $300.00 $2,400.00 5 3305.0202 Imported Embedment/Backfill,CSS 33 05 10 CY 38 $100.00 $3,800.00 6 3305.0206 Imported Embedment/Backfill,Acceptable Fi 33 05 10 CY 158 $35.00 $5,530.00 7 3331.3101 4"Sewer Service 3331 50 EA 23 $540.00 $12,420.00 8 3331.3201 6"Sewer Service 3331 50 EA 7 $1,200.00 $8,400.00 9 13331.4115 8"Sewer Pipe _ 3311 10 LF �1,778 $40.00 $71,120.00 10 d3331.4119 8"DIP Sewer Pipe 33 11 10 LF 274 $65.00 $17,810.00 11 3339.1001 4'Manhole 33 39 10 EA 17 $3,300.00 $56,100.00 12 3301.0002 Post-CCTV Inspection 3301 31 LF 2,381 $2.00 $4,762.00 13 3301.0101 Manhole Vacuum Testing 3301 30 EA 17 $200.00 $3,400.00 14 3331.3102 4"2-Way Cleanout 3331 50 EA 23 $500.00 $11,500.00 15 3331.3202 6"2-Way Cleanout 3331 50 EA 7 $700.00 W $4,900.00 16 17 18 19 19 20 21 23 22 24 25 26 27 - 28 29 30 31 _. 32 - 33 _ _ 34 35 37 38 39 � 40 TOTAL UNIT II:SANITARY SEWER IMPROVEMENTS $210,564.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version February 16,2018 Copy of 4.18.I9 Revl Bid Pmposal_DAP 00 42 43 DAP-BID PROPOSAL Page 3 of 7 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 III:DRAINAGE IMPROVEMENTS_ 1 3137.0104 Medium Stone Riprap,dry 31 3700 SY 372 $70.00 $26,040.00 2 3305.0109 Trench Safety 33 05 10 1_F — 1,004 $2.00 $2,008.00 3 3341.1501 8x4 Box Culvert 3341 10 1_9 921 $480.00 $442,080.00 4 3341.1501 10x4 Box Culvert 34 41 10 L 83 _—$750.00 $62,250.00 5 3349.0102 4'Manhole Riser 33 49 10 EA � 2 $2,500.00 $5,000.00 6 466 6182 Wingwall PW-1 466 — E= 1 $15,500.00 $15,500.00 7 467 6169 Wingwall FS-S _ 466 _F 1 $15,500.00 $15,500.00 8— 3125.0101 SWPPP 2:1 acre 31 25 00 L 1 . $15 000.00 $15,000.00 9 3292.0400 Seeding,Hydromulch 32 92 13 :i _ 870 $5.00 -- $4,350.00 10 3124.0101 Embankment by Plan — 31 24 00 _— C 2,000 $35.00 $70,000.00 11 3349.0106 Manhole Steps 33 49 10 EA 6 $200.00 $1,200.00 12 - -- _ 13 14 _- 15 16 17 18 19 — 20 - 21 23 24 25 26 27 28 29 30 32 31 33 34 34 35 36 37 -- 38 39 40 44 45 [-- TOTAL UNIT III:DRAINAGE IMPROVEMENTS $658,928.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version February 16,2018 Copy of 4.18.19 R-2 Bid Proposal—DAP 00d^d BID 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 No, Description Section No. Measure Quantity Unit Price Bid Value UNIT IV: PAVING IMPROVEMENTS 1 2 3 4 5 6 7 8 9 10 _ 11 12 13 14 15 16 17 _ — 18 19 20 21 22 --- —........ 23 _.._........ -- __...— 24 25 26 - - 27 28 _ 29 _ 30 _ 31 32 33 34 35 — 36 37 38 39 40 41 42 43 44 45 TOTAL UNIT IV-PAVING IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version February 16,2018 Copy or4.18.19 Rev2 Bid Proposal DAP 00 42 43 DAP-BIDPROPOSAL Page 5 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value UNIT V:STREET LIGHTING IMPROVEMENTS 1 3 4 5 — - 6 7 _ 8 9 10 11 12 13 14 15 16 17 _ 18 19 -- 20 21 22 23 24 -- 25 26 27 _ 28 29 � v 30 _....._.. _ 31 32 33 34 35 36 37 38 39 40 _ 41 _._..� 42 43 44 45 TOTAL UNIT V•STREET LIGHTING IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Veaion February 16,2018 Copy of 4.18.19 Rev2_Bid Proposal_DAP 00 42 43 DAP-BID PROPOSAL Page 6 of 7 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 VI:TRAFFIC SIGNAL IMPROVEMENTS 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 TOTAL UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Foam Version February 16,2018 Copy of4.18.19 Rev2 Bid Proposal_DAP lNl 42 43 DAP.BID PROPOSAL Pane 1 I of I I 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 Bid Summary UNIT I:WATER IMPROVEMENTS $47,510.00 UNIT II:SANITARY SEWER IMPROVEMENTS $210,564.00 UNIT III:DRAINAGE IMPROVEMENTS $658,928.00 UNIT IV:PAVING IMPROVEMENTS UNIT V:STREET LIGHTING IMPROVEMENTS UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS Total Construction Bid $917,002,00 This Bid is submitted by the entity named below: BIDDER: BV:Al " Bandera utility Contractors Inc ' �y 7 116- - •—rf /�` 1f1 �i TITLE: L DATE: �[j r 1Q9V1Qy 5— 7 j 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 CrIY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Veraim Fehman 16,201 a Copy of 4.l a.19 Rev2 Bid Proposal_DAP