Loading...
HomeMy WebLinkAboutContract 52532 Received Date: 07/11/2019 Received Time: 8:07 AM Developer and Project Information Cover Sheet: Developer Company Name: Lennar Homes of Texas Land and Construction,Ltd. Address, State,Zip Code: 1707 Market Place Blvd., Suite 100,Irving,TX 75063 Phone&Email: 469-587-5293,Jennifer.Elleralennar.com Authorized Signatory,Title: Jennifer Eller,Authorized Agent Project Name: Sendera Ranch East Phase 20 Brief Description: Water, Sewer,Paving, Storm Drain, Street Lights Project Location: East of Rancho Canyon Way and North of Caliente Pass Plat Case Number: Plat Name: Mapsco: Council District: CFA Number: CFA18-0174 City Project Number: 101922 City of Fort Worth,Texas Standard Community Facilities Agreement-Sendera Ranch East Phase 20 OFFICIAL RECORD CFA Official Release Date:02.20.2017 CITY SECRETARY Page 1 of 13 FT. WORTH,TX STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. 52532 WHEREAS,Lennar Homes of Texas Land and Construction,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, Sendera Ranch East Phase 20 ("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 CIA i� 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 Standard Community Facilities Agreement-Sendera Ranch East Phase 20 CFA Official Release Date:02.20.2017 OFFICIAL RECORDI J Page 2 of 13 CITY SECRETARY FT WORTH, TX to submit a signed affidavit of bills paid and consent of Surety signed by its surety to ensure the contractor has paid any sub-contractor(s) and suppliers in full. Additionally, the contractor will provide in writing that the contractor has been paid in full by Developer for all the services provided under this contract. C. Developer agrees to cause the construction of the Improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and the City-approved construction plans, specifications and cost estimates provided for the Project and the exhibits attached hereto. D. The following checked exhibits describe the Improvements and are incorporated herein: Water(A) ®; Sewer(A-1)2, Paving(B)Y0, Storm Drain (B-1)D�, 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-Sendera Ranch East Phase 20 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-Sendera Ranch East Phase 20 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 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-Sendera Ranch East Phase 20 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 Improvement:; 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-Sendera Ranch East Phase 20 CFA Official Release Date:02.20.2017 Page 6of13 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-Sendera Ranch East Phase 20 CFA Official Release Date:02.20.2017 Page 7 of 13 Cost Summary Sheet Project Name: Sendera Ranch East Phase 20 CFA No.: CFA18-0174 City Project No.: 101922 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 $ 313,650.75 2.Sewer Construction $ 447,238.50 Water and Sewer Construction Total $ 760,889.25 B. TPW Construction 1.Street $ 553,412.70 2.Storm Drain $ 235,94.7.00 3.Street Lights Installed by Developer $ 84,180.00 4. Signals $ - TPW Construction Cost Total $ 873,539.70 Total Construction Cost(excluding the fees): $ 1,634,42-3.95 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 15,217.79 D. Water/Sewer Material Testing Fee(2%) $ 15,217.79 Sub-Total for Water Construction Fees $ 30,435.58 E. TPW Inspection Fee(4%) $ 31,574.39 F. TPW Material Testing(2%) $ 15,787.19 G. Street Light Inspsection Cost $ 3,367.20 H. Signals Inspection Cost $H. Street Signs Installation Cost $ Sub-Total for TPW Construction Fees $ 50,728.78 Total Construction Fees: $ 81,164.36 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 1,634,428.95 x Completion Agreement=100%/Holds Plat $ 1,634,428.95 Cash Escrow Water/Sanitary Sewer-125% $ 951,111.56 Cash Escrow Paving/Storm Drain=125% $ 1,091,924.63 Letter of Credit=125%w/2 r expiration period $ 2,043,036.19 City of Fort Worth,Texas Standard Community Facilities Agreement-Sendera Ranch East Phase 20 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 Lennar Homes of Texas Land and Construction, Ltd. Jesus J.Chapa(Jul 1,201y) Jesus J. Chapa Assistant City Manager Date: Jul 1,2019 Jennifer Ener(Jul 1,2019) Recommended by: Name: Jennifer Eller Title: Authorized Agent Evelyn Robe 5(Jul 1,2 2019) 019) Date: Jul 1,2019 Evelyn Roberts/Jennifer Ezernack Project Assistant Planning and Development Contract Compliance Manager: By signing, I acknowledge that I am the Approved as to Form &Legality: person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting Richard A McCracken(Jul 1,2019) requirements. Richard A. McCracken Assistant City Attorney Morales M&C No. N/A Janie Scarlett Morakes(Jul 1,2019) Date: Name: Janie Morales Title: Development Manager Form 1295: N/A F � �,�� . ATTEST: �} `� • �., t4aa,T Kayser Mary J.Kayser(Jul 2,2019) i Mary J. Kayser/Ronald Gonzales �y,� , City Secretary/Assistant City Secretar OFFICOAL RECO City of Fort Worth,Texas CITY SECRETARY Standard Community Facilities Agreement-Sendera Ranch East Phase 20 CFA Official Release Date:02.20.2017 FT WORTH, T Page 9 of 13 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 Attachment 2—Phased CIA Provisions Location Map ® Exhibit A:Water Improvements ® Exhibit A-1: Sewer Improvements ® Water and Sewer Cost Estimates Exhibit 13: Paving Improvements ® Paving Cost Estimate ® Exhibit 13-1: Storm Drain Improvements ® 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-Sendera Ranch East Phase 20 CFA Official Release Date:02.20.2017 Page 10 of 13 ATTACIIMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 101922 None. City of Fort Worth,Texas Standard Community Facilities Agreement-Sendera Ranch East Phase 20 CFA Official Release Date:02.20.2017 Page 11 of 13 ATTACHMENT"2" Phased CFA Provisions The improvements contained in this Agreement will connect to improvements Developer is constructing under a separate Community Facilities Agreement which have not been completed and accepted by the City. Therefore, this Agreement shall be considered a"Phased CFA" and the provisions contained in this section shall apply. The improvements being constructed by Developer under the separate Community Facilities Agreement shall be defined as the "Parent Project." The improvements being constructed by Developer under this Agreement shall be defined as the"Child Project." Developer acknowledges and agrees that due to Developer's election to construct a Phased 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 Parent Project and the Child Project to properly connect to each other; changes to the design or construction of the improvements in the Parent Project that impact the design and construction of the improvements in the Child Project; construction delays,delay claims,or claims for liquidated damages; increased costs for the Developer; failure of the improvements to pass inspection or material testing; or rejection by the City of some or all of the improvements and Developer having to remove and reconstruct the improvements at Developer's expense. In addition, Developer understands and agrees that disputes may arise between Developer's contractors or their subcontractors relating to responsibility for the Construction Problems. Developer shall be solely responsible for resolving disputes between contractors or disputes between contractors and subcontractors. Developer further acknowledges and agrees that Developer has notified all of Developer's contractors for the Project that Developer has elected to construct a Phased CFA, the provisions of this section, the risks associated with a Phased CFA, and that the City shall not bear any responsibility for Developer's decision to proceed with a Phased CFA. Developer shall not make the final connection of the improvements in the Child Project to the improvements in the Parent Project until the improvements in the Parent Project have been constructed and accepted by the City and the City has consented to Developer making the connection. Developer agrees that ifthis 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 PHASED CFA, DEVELOPER ASSUMES ALL RISKS AND DEVELOPER SHALL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL DAMAGES, INCLUDING BUT NOT LIMITED TO ANY AND ALL ECONOMIC DAMAGES PROPERTY LOSS, City of Fort Worth,Texas Standard Community Facilities Agreement-Sendera Ranch East Phase 20 CFA Official Release Date:02.20.2017 Page 12 of 13 004243 DAP-BID PMOPOSAI. Pap.1"r6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Sendera Rands Sat Phase 20 UNIT PRICE BID Bidderes Application Project Item Information Bidder's Propmal Sidlist Item No. Deaviption Specification Section No. Unit of Sid Unit Price Bid Value Measure Quantity UNIT I•WATER IMPROVEMENTS 3305.0109 Trench Safety for Water 33 05 10 LF 3.699 .25 $924.75 3311.0001 Ductile Iron Water Fittkl s w/Rea 3311 11 TON 3.74 $4,000.00 $14.SW.00 3311.0241 8"Water Pie 33 11 10.33 11 12 LF 2,752 $32.00 388 064.00 3311.0441 12"Water Pipe 33 11 10 33 1112 LF 947 $46.00 $43 562.00 3312.0001 Fire Hydrartt 33 12 40 EA 8 $4 000.00 $32,000.00 3312.0117 Connection to Existing 4".12"Water Main 33 12 25 EA 1 $1.000.00 $1,000.00 3312.2003 1"Water Service 33 12 10 EA 103 5950.00 S97 8W.00 3312.3003 8'Gate Valve 33 12 20 EA 1 9 1111,150.001 $10,350.00 3312.3005 12"Gate Valve 33 12 20 EA 4 32.200.00 $8.8W.00 3312.4109 12"X 12'Tapping Sleeve and Valve 33 12 25 EA 1 $4.5W. $4,500.00 9999.0001 4"PVC Schedule 40 Sleeve 00 00 00 LF 432 $20.00 $8.640.00 9999.0002 1"Inigation Service 00 00 00 EA 1 $1.200.00 1.200.00 9999.0003 11.5"Irrigation Service 00 00 00 EA 1 $I A00.00 $1.800.00 TOTAL UNIT 1:WATER IMPROVEMENTS $313,650.75 CRY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMMTS-DEVELOPER AWARDED PROAM F—V" A1612.2014 or,42 43_Bd Plop—_DAP PROPERTY DAMAGES AND PERSONAL INJURY, (INCLUDING DEATH), OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED. DEVELOPER HEREBY EXPRESSLY RELEASES AND DISCHARGES CITY FROM ANY AND ALL LIABILITY FOR DAMAGES, INCLUDING,BUTNOTLIMITED TOANYAND ALL ECONOMICDAMAGES,PROPERTYLOSS, 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 PHASED 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 SERVANTS FOR, FROM AND AGAINST ANY AND ALL CLAIMS (WHETHER AT LAW OR IN EQUITY), LIABILITIES, DAMAGES (INCLUDINGANYAND ALL ECONOMICDAMAGES,PROPERTYLOSS,PROPERTYDAMAGES AND PERSONAL INJURIES INCLUDING DEATH), LOSSES, LIENS, CAUSES OF ACTION, SUITS, JUDGMENTS AND EXPENSES(INCLUDING, BUT NOT LIMITED TO, COURT COSTS, ATTORNEYS' FEES AND COSTS OF INVESTIGATION), OF ANY NATURE, KIND OR DESCRIPTION ARISING OR ALLEGED TO ARISE BY OR IN ANY WAY RELATED TO CONSTRUCTION OF THE IMPROVEMENTS OR DEVELOPER'S CHOICE TO CONSTRUCT A PHASED 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 CONSTRUCTIONS OF THE IMPROVEMENTS OR DEVELOPER'S CHOICE TO CONSTRUCT A PHASED CFA WHETHER OR NOT SUCH INJURIES,DEATH OR DAMAGES ARE CA USED, IN WHOLE OR IN PART,BY THE ALLEGED NEGLIGENCE OF THE CITY OF FORT WORTH,ITS OFFICERS,SERVANTS, OR EMPLOYEES. DEVELOPER: Jennifer Mer(Jul 1,2019) Name: Jennifer Eller Title: Authorized Agent City of Fort Worth,Texas Standard Community Facilities Agreement-Sendera Ranch East Phase 20 CFA Official Release Date: 02.20.2017 Page 13 of 13 00 42 41 DAP.6ID PROPOSAL. Pap 2 o16 sECnON 00 42 43 Developer Awarded Projects-PROPOSAL FORM Sendera Ranch East Phase 20 UNIT PRICE BID Bidder's Application Project Item Information Bidden Proposal Bidliat Item No. Description Specification Section IJo. Unit of Aid Unit Prim Bid Value Measure Quamity UNIT 11: AN ARY SEWER IMPROVEMENTS 3301.0002 Post-CCTV Inspection 330131 LF 5.954 $2.00 $11,908.00 3301.0101 Manhole Vacuum Testing 33 01 30 EA 25 $150.00 $3.750.00 3305.0109 Trench Sarety 33 05 10 LF 5,954 41.00 .954.00 3331.31D1 4'Sewer Service 33 31 50 EA 103 $650. $66.960.00 3331.4116 8"Sewer Pi -SDR 26 33 11 10.33 31 12 33 3120 LF 5.576 $38.00 $211 888.00 3331.4116 8"Sewer Pipe.CSS Backlill 33 11 10,33 31 12.33 3120 LF 401 $48.00 $19.248.00 3331.4215 IS"Sewer Pi -SDR 26 3311 10 33 31 12,33 3120 LF 3781 $58.00 $21.924.00 3339.0001 Epoxy Manhole Liner 33 39 60 VF 29.3 $205.00 $6.006.50 3339A001 4'Manhole 33 3910 33 39 20 EA 25 $3,540.00 E88.500.00 3339.1002 4'Drop Manhole 33 3910,33 39 20 EA 1 $4,400.00 $4,400.00 3339.1003 4'Extra Depth Manhole 33 39 10,33 39 20 VF 13.2 $175.00 $2 310.00 9999.0004 Concrete Encasement 00 00 00 LF 60 $40.00 32.400.00 9999.00D5 Conned to Sewer Main System 00 00 00 EA 2 $1 000.00 S2 000.00 TOTAL UNIT II:SANITARY SEWER IMPROVEMENTS] $447,238.50 CITY DP PORT WORTH STANDARD Ct1NSTRUCTLON SPECIFICATION DOCUa4NT4-DEVELOPER AWARDED PROJECTS F-VonioaArH Z.2014 - 0D4243 8W1l.pmd_DAP 004243 DAP-BrDPROPOSSN. Pap 7"rd SECTION 00 42 43 Developer Awarded Pmjeda-PROPOSAL FORM Sendea Ranch Fast Phan 29 UNIT PRICE BID Bidder's Application Proisa Itam Informtion Bidders PropoW Bidlitt Item No. Dow0don Speeif caden setlion No Unit of Bid Unit Pries Bid Value Mms Quantity UNIT HI:DRAINAGE IMPROVEMENTS 3137.0102 Large Stone Riprap.dry IType"A".24"dee 31 37 00 BY 27 S75,D0 $2 025.00 3137.0104 Medium Stone Ri ra "A",12"deep) 31 37 00 SY 488 385.00 $41.480.00 3305.0109 Trench Safety 330510 LF 1 335 $1.00 $1 335.00 3306.0112 Concrete Collar 33 05 17 EA 4 $500.00 $2.000.00 3341.0201 21"RCP Class III 33 41 10 LF 519 $48.00 $24.912.00 3341.0205 24"RCP.Class 11 33 41 10 LF 130 $56.00 $7 160.00 3341.0208 27"RCP,pass 11 33 41 10 LF 296 S60.0ol $17,760.00 3341.0302 30"RCP Class 111 3341 10 LF 347 370.00 $24,290.00 3341.0309 36"RCP.Class 111 3341 10 LF 43 $90.00 S3 870.00 334 Storm 9.0D01 V Sto Junction Box 33 49 10 EA 3 $4.000.00 512.000.00 3349.0003 6'Storm Junction Box 33 49 10 EA 1 36,000.00 $6.000.00 3349.SWI 1d Curb Inlet 33 49 20 EA 7 $3 000.00 $21,000.00 3349.5002 16 Curb Inlet 33 49 20 EA 6 $4 000.00 $24.000.00 9999.WW 4'X V RCB 00 00 00 LF 183 $175.00 $32,025.00 9999.0007 Inlet Protection 00 00 00 EA 14 $150.00 $2,100.00 9%9.0008 4'Dro Inlet with Apron 00 00 00 EA 1 $5.000.00 $5.000.00 9W9 0D09 xDOT Type'SW-V Concrete Straight VAnywal for 4'X T RCS 00 00 00 EA 1 36 5W.00 $6 500.00 9999.0010 Connect to Existing 24"RCP 00 00 00 EA 1 $500.00 $500.00 9999.0011 Conned Existing 21"RCP to Pro Inlet 00 00 00 EA 2 $1 000.00 $2.000.00 NT $236,947.00 CtrVOPPoxivimul STANDARD COMST8DCT10tr SPF.=CATM D0Ct*49!r8-DEV®.OM AWARM PROYEM Pas V.A-AF13,2014 00424a Bid Pmyo•t,DAP OD 42 43 DAP.BID PROPOSAL Pap 4"6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Senders Ranch East Phew 20 UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal BiNiat Item No. Description Specification Section No. Unit of Bid. Unit Price Bid Woe Maatae Quanhy UNIT IV:PAVING IMPROVEMENTS 0241.0100 Remove Sidewalk 0241 13 :EA 270 2.00 $540.00 3211.04D0 H drated Lime 32 lbs/s i 32 11 29 212 $180.00 $36 160.00 3211.0501 6"Lkne Treatment 32 11 29 13,213 3.15 $41 820.85 3213.0101 6"Cone Pvrltt 321313 12,422 $35.00 $434 770.00 3213.0302 5'Conc Sidewalk 321320 1,069 $3.25 $3 474.25 3213.0303 V Conc Stdewatk 32 13 20 270 $3.25 $877.50 3213.0501 Barrier Free Ramp.Type R-1 32 13 20 6 $1,200.001 $7.200.00 3213.0504 ISarrier Free Rarnp,Type M-2 $2 13 20 EA 2 $1 400.00 $2,800.00 3213.0506 lBarder Free Ramp,Type P-1 32 13 20 EA 6 $1.500.00 $9 000.00 9999.0012 Construct Type III Barricade 00 0D 00 EA 2 S500.00 $1,000.00 9999.0013 Construct Pavement Header 00 00 00 LF 58 $20.00 $1.160.00 9999.0014 Remove Barricade and Connect to Existing Pavement 00 00 00 EA 1 $5W.00 $500.00 9999.0015 SawcA and Remove Existing Curb 6 Gutter 00 00 00 LF 68 $20.00 $1.360.00 9999.0016 Stop Signs 00 0D 00 EA 7 $350.00 $2 450.00 9999.0017 Street Name Blade 00 00 00 EA 32 $200.001 $6.400.D0 9999.0018 Street Sign Pole 00 00 00 EA 7 S300.00 $2 100.DD TOTAL UNIT IV:PAVING IMPROVEMENTS $553,412.70 CITY OF FORT WORTH STAM)ARD CONSTRI)CnoN SPEC1I4CATION DUCUaaOJTS-DEV DIV..R AWARDFD PROMM F-V-i-April 2.2014 DU 4243_t ie Pmpoul DAP 004243 DAP•RID PROPOSAL Pm.i nr6 SECTION 00 42 43 Developer Awarded Projeds-PROPOSAL FORM Senders Ranch Plat Phase 20 UNIT PRICE BID Bidder's Application Project item Information Bidders Proposal Bidlist lion No. Description Specification Section No. Unit of I Bid Measure Quantity Unit Price Bid Value UNIT V:STREET LIGHTING IMPROVEMENT 2605.3015 2'CONOT PVC SCH 80 T 260533 LF 1 17721 $12.00 $21.264.00 3441.3002 Rwdy Alum Assembly TY 3.11,D-25 and D-30 34 41 20 EA 16 $1,000.00 $16.000.00 3441.3201 LED Lighting Fixture(SON 344120 EA 16 $600.00 $9.600.00 3441.3301 Rdwy Alum Foundation TY 1.2 and 4 34 41 20 EA 16 $1,000.00 $16.000.00 3441.3341 Rdwy Plum TY 11 Pole 344120 EA 16 $1.000.00 $16.000.OD 9999.0019 3-#10 Copper Wire 00 00 00 LF 1,772 $3.00 $5.316.00 TOTAL UNIT V:STREET LIGHTIt G IMPROVEMENT $64,180.00 CITYOFFORT WORTi1 517ANDARD CONSTRUCTION SPECIFICATION DOCUbfENrS-DEVELOPER AWARDED PROMM Fm Vmson ApN 2.2014 00 43 43&d Pp— DAP 004243 DAP-HIDPROPOSAL Parr 6 of 6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Senders Ranch East Phase 20 UNIT PRICE BID Bidder's Application Project Item Information Biddefs Proposal Bidlist Item No. Description Specification Section No. Unit of Bid Unit prim I Bid Value Measure I Quantity Bid Summary UNIT 1:WATER IMPROVEMENTS $313,650.75 UNIT II:SANITARY SEWER IMPROVEMENTS $447,238.50 UNIT 111:DRAINAGE IMPROVEMENTS $235,947.00 UNIT IV:PAVING IMPROVEMENTS $553.412.70 UNIT V:STREET LIGHTING IMPROVEMENTS $84,180.00 Total Construction Bid $1,634,428.95 Contractor agrees to complete WORK for FINAL ACCEPTANCE within /60 calendar days after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION �3rrrclK ,W S Pit eiv �AJMI�iL�ft,/.ST�.uC►3CN�(� L.a�f CITY OF FORT WORTH ST.SNDARD CONSTRUCTION SPECDTCATION DOCUMENTS-DEVELOPER AWARDED PRORZTS I—Vaw-Apni 2.2014 004243_13WP pent DAP o �o_ o ' O00 04 CD Li 1~ ��� CC! ' W Z J L' LL CD ^ N c O � UNz _= T 3 z N w e LLI o Lo TI .� m W ool a o 7 to ._ — J D in o 'ON AVO NHor moo= W H- O co o c? � � � 2 Q 00 O LL p U i� 0e -� 2 O z � a OC U J m m U' u\ air U91198 IBIUDa 'WV £*:LL 6LOZ/£L/9 '6Mp•doW Aj!U!.)jA -Vd0\OZ eso4d\Vd0 994\0NVI 004\9Z00\ONVI-X.LN\:S 0 0 o co M I ti 00 C:) !`2 � I N LL CO U I v u N 0 a > r o W W a a ~ ~ LLL, z U N O � a J r > W w � W w �`' 0 m CQ U v 0 0 0 3 a Q = Q h = ca X x O 0 0 o z z z c" w a NNN Q0 0 0 ww Ha s a w � w C:)N W U m LO V� _ ti a� >sf C) m w a W o vim- ao m cn 7 CO o co U) C � N N N N N Y1 Y1 Y1 Y1 Y1 OI N N N m N MRY IGIISR TRAL 6" WL-1 � N 3 N N n N N N N N N N N O N N J 3 N CO Y M N N N J N m Y1 M 3F n a n awm wins cr N b M 9 N WJ d n N r1 O N < � � m h n a w L� EX 42 � � 10 n a n L3 Z- I 1 N Sp N M O 0� m LD O co a / 1 O IO WHO ro Q Z 00 LO zd0, o - O ItLS Mco L� C) O�WoLO O ^� ry 3 d �/ L LI CD O N 0-O Z � Z��"o = z U aN� U 3a U911se IGPDO 'WV 96:tL 6LOZ/£L/4 'Bmp•jelDM -VjO\OZ esc4d\Vd3 994\ONV1 OOti\9Z00\ONVI-xLN\:S 0 O �o c0 I 10co L.L �yj z V I U- N Q N N c Z w Q W J U o Q UN o J o z z � ~ W H • 0 o J 0 U o rca 0 00 z z CL CL_ pF0 N QQ N a a� w w w o lll]]HS SIHl ]1NI-IHC1dW W `° N U �, LO a� N � � x a) 8o � is �� Q CD v vi W I O CD CO _ NN cn 1 ppt U)l 15� 55,2O Ld LL, wanW Li D U O a LL' o� z V W Fj c W - j' lO �o=n ,.M ^^ ) UCN SS N cn Imo` a W cn 20_ED0 T Z rl N f 8 N N = W N I W 5 �L U rn e O p 0ow 0 N _ Oa- Lli N- IA n SL •tAG6 m -� -13 N �� O f1 N n a N =Ja l.L _- O M W O O N Y a N a a N SS-1 � m a �ni Mai O i n a � yP 55�3 / 0 rn U) a 7 M a N co m n a =Wfn W O V m $JU U�47 7W 25n04 WF00\ �0- OJ 11 ,y Z O I W 02 M (D co?mQO/P) C) CD N Is, x O O 0 LJ") O O_ w (D Q LJ N c/ r Q M Q �z\ ^_ / LLL MATCHLINE THIS SHEET U0419e I91UDO 'VW gy.11 6LOZ/Cl/9 '6Mp'JDIDMB}6DM -VJD\OZ e81)4d\Vd0 994\ONVI 00t\9Z00\ONVI-XLN\:S o �o co M ji 1 0 co LL z < II O � I LL- V) W � a N m O XW m ft vw zNf 0 LL, p�P, Q Z LLJ CxaNW/1 UosO C >, LO o � `° � m �m LLJ > oLLJ QLu� aao w oQ or or , J D_O D_m rm Z o CL C` CL J W V c` LO .� U cu C L X (3) W o o o � � cfl C=) � � Ln h M � ,•,I N N m N N TRN I n N N n m q N N N N N N N O N b N 01 tp �•.I O N h M N N N N m m n < I ! VFR _6 Cf N I I r h ry m M N pp N r n N _ n m n a I'. n n o _ N 17 O N a m N a O h m �•1 m m 1O h 1 m ,M m o iO N O N O V m tO O a / 10 I(D LLJ O O �Cf) Q Z4*Z Z 00 LO _ a_ n Q rl) d' a_ LL- U O -t IO u LLJ O O Q Z:tl:zZ _ a L, U U91408 Ieiuo0 'WV L£:ll 6LOZ/£l/B '6Mp'6uinDd -Vd3\OZ eso4d\VJD 99*\ONVI 00*\9Z00\ONVI-XLN\:S 0 I o co M ao ti II � co co cn U FI W ?A N c J N o O C L W LLI� LLI� z w ►— W W Z Z � � o O D_ = m U o ►- O O -J o p w Z N z o o o 0 V)LI wZ ,O OJO O O ZJZ Z IL Z IL DL IL F-Z H P V) 0_0_ 0_ 0_ 0! X 0_ X X W W a _ N IL 0 IL IL a. W 0 W W J an�y++ o EWrffx? w_ a Uc o W J O a 04 3 o W ti0 am� a0 oz moco aO xco Cl. MF V)YU W oo ►— aZ o cai 7 cD . (DD U) 0 N N N N N h h "1 ✓> Y1 N N 0 fD p- D-B N N 27 N ' N0 EY TIIEIi 1R/Jl N O N N N 0 Y1 Y1 N m N h N N I n SLYER BLADE:CT N N h I M n M N n n o N O N < a a w c p+ n o Z n a � N O Ir I Q] N So N < DD Lo ON Q � � NOO � O Z XX(a�s 4444J1111 I O U W�Ex �. Ilf (0 O a O iQ Z w�(o m O CD i� d z E.l�n O L- C) U�N W Llj (D O / (n Q �z a Lj- UGI1eg IeIUuO 'YVV 6£:LL 6LoZI£lI9 '6Mp•U.U31S -Vdp\OZ asD4d\Vd0 994\ONVI 00*\9Z00\ONVI-XLN\7S po co M co I� (2 LL 'L O I VJ con N O o CI L N a w � a m z w H } u CD w Lj W = _ NozLd a W W � aa af � � a, _ CD 0 0 W n � Q O ~ A h �` LU z fn d o O o F Z U `° LNn oar �= w C 0= O X a`.LL_ LLJ J J L� U ` ca = s x 0 W o a z 7 ca OON �p 1� m 0) o N n < n CD CO 0 n N N N N N n M n n Yl 0 N N u0 N GM FFA M 1 L N N N N M A N N N N N N N N O N b O 3 N O 0 m n N n nN N N I ! 9 N n $ILVFA BlMFS Cf R N n N n n M n o 3 N M C O N Y O n a a m a wri M in 0 b m n N 4F, I N n l(D CD Qo m ()) Qo CD (D CD LLJ (D CD Cn Q �z = CL CL Li U u91498 l9iun0 'WV ov L L 6 LOZ/£L/S 'Bmp•614Brl }9a}S -VdO\OZ OGD4d\VJO 994\ONVI 00*\9Z00\ONVI-X LN\:S 0 O o co co M o (2 LL- a zZ r oZ U x z � p w zw U N O N � w ~ m w J m _� ix W = S z Fn U W W a_ w w�cn v' (n A F. ''' CO z �.. LO (n (n fn(n fn C/1 = r-- (L) w U C13 = L x a� W o o F- az �; o 7 co N m n m rn o N nu-- J✓� M 17 W N N m N GREY FEAT ML N N n N N n m m N N N N N N N N O N N I N n Y � SILVER BLADES CT M N o a N I N a 1O n N m a w� o m �° m M 1 m o m � N e I N ^ m O -t rn cc) O (c) * / ( O IO W< O O � LO Z o0 Q d C) O � 1 O U Lj O O (n Q Z _ a- ue14eg 1e(uu0 'WV LULL 6LOZ/£1/4 '6Mp•su6iS ;eeJaS —Vd0\OZ asD4d\VJO 494\ONVI OOti\9Z00\ONVI—XLN\:S