Loading...
HomeMy WebLinkAboutContract 52753 Received Date:09/13/19 Received Time:7:51 AM Developer and Project Information Cover Sheet: Developer Company Name: Forestar(USA)Real Estate Group Inc. Address, State,Zip Code: 14755 Preston Rd. Suite, 130,Dallas,TX 75254 Phone&Email: 972-341-2906,tomburleson�forestargroup.com Authorized Signatory,Title: Tom Burleson, Senior Vice President Project Name: Watersbend South Phase 5 Brief Description: Water, Sewer,Paving, Storm Drain, Street Lights Project Location: East of Wagley-Robertson Road and North of High Summit Trail Plat Case Number: Plat Name: Watersbend Mapsco: Council District: 7 CFA Number: CFA19-0023 City Project Number: 102051 City of Fort Worth,Texas OFFICIAL RECORD Standard Community Facilities Agreement-Watersbend South Phase 5 CITY SECRETARY CFA Official Release Date:02.20.2017 Page 1 of 14 FT. WORTH,TX STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. 52753 WHEREAS, Forestar (USA) Real Estate Group Inc. , ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as Watersbend South Phase 5 ("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 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-Watersbend South Phase 5 CFA Official Release Date:02.20.2017 a� Page 2 of 14 CITY 4e6""T FT. VVu �w to submit a signed affidavit of bills paid and consent of Surety signed by its surety to ensure the contractor has paid any sub-contractors) 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) 19, Sewer(A-1)tP.,Paving(B)4CO, Storm Drain(B-1);®, Street Lights & Signs (C) zi. 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-Watersbend South Phase 5 CFA Official Release Date:02.20.2017 Page 3 of 14 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-Watersbend South Phase 5 CFA Official Release Date:02.20.2017 Page 4 of 14 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-Watersbend South Phase 5 CFA Official Release Date:02.20.2017 Page 5 of 14 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 financ al 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-Watersbend South Phase 5 CFA Official Release Date:02.20.2017 Page 6 of 14 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 (1-9). Upon request by City, Developer shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Developer shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Developer employee who is not legally eligible to perform such services. DEVELOPER SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY DEVELOPER, DEVELOPER'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Developer, shall have the right to immediately terminate this Agreement for violations of this provision by Developer. City of Fort Worth,Texas Standard Community Facilities Agreement-Watersbend South Phase 5 CFA Official Release Date: 02.20.2017 Page 7 of 14 Cost Summary Sheet Project Name: Watersbend South Phase 5 CFA No.: CFA19-0023 City Project No.: 102051 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 $ 316,768.00 2.Sewer Construction $ 337,227.00 Water and Sewer Construction Total $ 653,995.00 B. TPW Construction 1.Street $ 825,891.05 2.Storm Drain $ 174,289.00 3.Street Lights Installed by Developer $ 85,008.00 4. Signals $ - TPW Construction Cost Total $ 1,085,188.05 Total Construction Cost(excluding the fees): $ 1,739,183.05 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 13,079.90 D. Water/Sewer Material Testing Fee(2%) $ 13,079.90 Sub-Total for Water Construction Fees $ 26,159.80 E. TPW Inspection Fee(4%) $ 40,007.20 F. TPW Material Testing(2%) $ 20,003.60 G. Street Light Inspsection Cost $ 3,400.32 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 63,411.12 Total Construction Fees: $ 89,570.92 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 1,739,183.05 x Completion Agreement=100%/Holds Plat $ 1,739,183.05 Cash Escrow Water/Sanitary Sewer=125% $ 817,493.75 Cash Escrow Paving/Storm Drain=125% $ 1,356,485.06 Letter of Credit=125%w/2 r expiration period $ 2,173,978.81 City of Fort Worth,Texas Standard Community Facilities Agreement-Watersbend South Phase 5 CFA Official Release Date:02.20.2017 Page 8 of 14 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 Forestar(USA)Real Estate Group Inc. Dana Burghdoff(Sep 11,20 Dana Burghdoff Interim Assistant City Manager r�afi. 8cc�resa�� Date: Sep 11,2019 Thomas H.Burleson(Sep 11,2019) Name: Tom Burleson Recommended by: Title: Senior Vice President / [ 1 Date: Sep 11,2019 Y Evelyn Robe (Sep 11,2019) 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 Richard A. McCracKen requirements. Richard A.McCracken(Sep 11,2019) Richard A. McCracken 19e_55 ,._ Assistant City Attorney Jennifer Ezernack(Sep 11,2019) M&C No. N/A Name: Janie Morales Date: Title: Development Manager Form 1295: N/A F 0 0� �� ? ATTEST: 2 Mary J. Kayser/Ronald Gonzales`,` .. onzales ,` "s £�` City Secretary/Assistant City Secretary' OFFICIAL RECORD City of Fort Worth,Texas CITY SECRETARY Standard Community Facilities Agreement-Watersbend South Phase 5 CFA Official Release Date:02.20.2017 FT. WORTH,TX Page 9 of 14 Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment ;z Attachment 1 -Changes to Standard Community Facilities Agreement z Location Map ,® Exhibit A:Water Improvements Exhibit A-1: Sewer Improvements Water and Sewer Cost Estimates ® Exhibit B: Paving Improvements ® Paving Cost Estimate ®, Exhibit B-1: Storm Drain Improvements Z Storm Drain Cost Estimate Igl 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-Watersbend South Phase 5 CFA Official Release Date:02.20.2017 Page 10 of 14 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 102051 None. City of Fort Worth;Texas Standard Community Facilities Agreement-Watersbend South Phase 5 CFA Official Release Date:02.20.2017 Page 11 of 14 ATTACHMENT "2" Phased CFA Provision City Project No. 102051 The improvements being constructed by Developer i ursuant to this Agreement will connect to improvements Developer is constructing under E. separate Community Facilities Agreement that 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 to this Agreement. 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 Develop is 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 C ty 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 fC)r 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 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 City of Fort Worth,Texas Standard Community Facilities Agreement-Watersbend South Phase 5 CFA Official Release Date:02.20.2017 Page 12 of 14 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 ECONOMICDAMAGESPROPERTYLOSS,PROPERTYDAMAGESANDPERSONAL INJURY, (INCLUDINGDEATH), OFANYKIND OR CHARACTER, WHETHER REAL OR ASSERTED. DEVELOPER HEREBYEXPRESSLYRELEASESAND DISCHARGES CITY FROM ANY AND ALL LIABILITY FOR DAMAGES, INCLUDING, BUT NOT LIMITED TOANYANDALL ECONOMICDAMAGES,PROPERTYLOSS,PROPERTY DAMA GE 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,A T 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, FROMAND AGAINSTANYAND ALL CLAIMS(WHETHER A T LA W OR INEQUITY), LIABILITIES, DAMAGES (INCLUDING ANY AND ALL ECONOMIC DAMAGES, PROPERTYLOSS, PROPERTYDAMA GES 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 OFANYPERSON 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 CAUSED, IN WHOLE OR IN PART, BY THE ALLEGED NEGLIGENCE OF THE CITY OF FORT WORTH, ITS OFFICERS, SERVANTS, OR EMPLOYEES. City of Fort Worth,Texas Standard Community Facilities Agreement-Watersbend South Phase 5 CFA Official Release Date:02.20.2017 Page 13 of 14 DEVELOPER: Forestar(USA)Real Estate Group Inc. 7�su�vca�tl. gcc�C�so� Thomas H.Burleson(Sep 11,2019) Name: Torn Burleson Title: Senior Vice President City of Fort Worth,Texas Standard Community Facilities Agreement-Watersbend South Phase 5 CFA Official Release Date:02.20.2017 Page 14 of 14 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM WateJsbend South,Phase 5,City Project#102051 UNIT PRICE BID Project Item Information Bidder's Proposal Bidlist Specification Unit of Bid Item Description Section No. MeasureQuantityUnit Price Bid Value Water Facilities 1 3311.0241 8"PVC Water Pipe 3311 10, LF 331112 4,806 $32.00 $153,792.00 2 3311.0441 12"PVC Water Pipe 3311 10,3311 12 LF 170 $46.00 $7,820.00 3 3312.3003 8"Gate Valve 33 12 20 EA 11 $1,250.00 $13,750.00 4 3312.3005 12"Gate Valve 33 12 20 EA 1 $2 400.00 $2 400.00 5 3312.0001 Std.Fire Hydrant Assembly w/6"Gate Valve&Valve Box 33 12 40 EA 4 $4 200.00 $16,800.00 6 3311.0001 Ductile Iron Water Fittings w/Restraint 3311 11 TON 0.5 $4,500.00 $2,250.00 7 3305.0109 Trench Safety 33 05 10 LF 4,806 $1.00 $4,806.00 8 3312.2003 1"Domestic Water Services 33 12 10 EA 117 $950.00 $111,150.00 9 3312.0117 Connect to Existing 8"W.L.Stub-out 33 12 25 EA 4 $1,000.00 $4 000.00 Water Subtotal 316,768.00 Sanitary Sewer Facilities 3311 10, 10 3331.4115 8'SDR-26 PVC Sewer Pipe 3331 12, LF 4,334 $38.00 $164,692.00 3331 20 11 3331.3101 SDR-26 4"Sewer Services 3331 50 EA 117 $650.00 $76,050.00 12 3339.1001 4'Std.Dia.Manhole 33 39 10, EA 15 $4,000.00 $60,000.00 33 39 20 13 3305.0109 Trench Safety 33 05 10 LF 4,334 $1.001 $4,334.00 14 3301.0002 Post-CCTV Inspection 33 01 31 LF 4,334 $2.001 $8,668.00 15 3339.1003 4'Extra Depth Manhole 333910,333920 33910,333920 VF 17 $175.00 $2,975.00 16 3305.0113 Trench Water Stops 33 05 15 EA 10 $500.00 $5,000.00 17 3305.0116 Concrete Encasement 33 05 10 LF 60 $40.00 $2,400.00 18 3331.4116 8"PVC Sanitary Sewer Pipe w/CSS Backfill 3311 10, LF 196 $48.00 $9,408.00 33 11 12 19 9999.0001 8"End&Plug00 00 00 EA 2 1 $850.00 $1 700.00 20 19999.0002 Connect to Existing 8"Sewer 00 00 00 EA 2 1 $1,000.001 $2,000.00 Sanitary Sewer Subtotal $337,227.00 Storm Drain Facilities 21 13349.5001 10'Curb Inlet 33 49 20 EA 5 $3,200.00 $16,000.00 22 3349.5002 15'Curb Inlet 33 49 20 EA 3 $4,200.00 $12,600.00 23 3349.5003 20'Curb Inlet 33 49 20 EA 2 $5,800.00 $11,600.00 24 9999.0003 Remove 3'x3'Drop Inlet 00 00 00 EA 2 $1,000.00 $2,000.00 25 3341.0201 21"Class III R.C.P. 3341 10 LF 246 $55.00 $13,530.00 26 3341.0205 24"Class III R.C.P. 3341 10 LF 811 $60.00 $48,660.00 27 3341.0208 27"Class III R.C.P. 3541 10 LF 405 $65.00 $26 325.00 28 13341.0402 42"Class 11 R.C.P. 3341 10 1 LF 162 $125.00 $20,250.00 29 9999.0004 24"Class III R.C.P Connect to Stub-Out 00 00 00 EA 1 $1,000.00 $1,000.00 30 9999.0005 Connect to Existing 42"Class III R.C.P. 00 00 00 EA 1 $1,200.00 $1,200.00 31 3349.0001 4'Storm Junction Box 33 49 10 EA 4 $4,500.00 $18 000.00 32 3305.0109 Trench Safety 33 05 10 LF 1,624 $1.00 $1,624.00 33 3305.0112 Concrete Collar 33 05 17 EA 2 $750.00 $1 500.00 Storm Drain Subtotal $174,289.00 Water/Sanitary Sewer/Storm Drain Facilities Subtotal $828,284.00 CRY OF FORT WORTH Wu bmd South Pbn 5 STANDARD CONSTRUCTION DID PROPOSAL-DEVELOPER AWARDED PROJECTS City Project#102051 Form Revised Ap6I 2,2014 00 42 43 Bid Pmppd SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Watersbend South,Phase 5,City Project#102051 UNIT PRICE BID Project Item Information Bidder's Proposal Bidlist Specification Unit of Bid Item Description Section No. Measure Quantity Unit Price Bid Value Paving Facilities 34 13213.0101 6"Concrete Pavement Residential 32 13 13 SY 7,793.00 34.500 268,858.500 35 3211.0501 6"Lime Treated Sub grade Residential 32 11 29 SY 8,830.00 3.000 26,490.000 36 3211.0400 Hydrated Lime @ 32 lbs./S.Y. Residential 32 11 29 TON 133.30 185.000 24,660.500 37 3213.0103 8"Concrete Pavement Residential 32 13 13 SY 9,892.00 41.000 405,572.000 38 3211.0502 8"Lime Treated Sub grade Residential 3211 29 SY 10,427.00 3.150 32,845.050 39 3211.0400 Hydrated Lime @ 42 lbs./S.Y. Residential 3211 29 TON 219.00 185.000 40,515.000 40 3213.0506 P-1 Ramp 32 13 20 EA 8.00 1,200.000 9,600.000 41 3213.0501 R-1 Ramp 32 13 20 4.00 1,400.0001 5,600.000 42 9999.0006 Remove End of Road Barricade 00 00 00 6.00 500.000 3,000.000 43 9999.0007 St Sign w/Stop Sin 00 00 00 EA 7.00 750.000 5,250.000 44 19999.0008 St Marker Blade UU UU UU EA 14.00 5 3,500.000 Paving Subtotal $825,891.05 Street Liqhting Facilities 45 13441.3201 LED Lighting Fixture 34 41 20 EA 21 $3,550.00 $74,550.00 46 12605.3011 2"CONDT PVC SCH 40 T 26 05 33 LF 498 $12.00 $5,976.00 47 13441.1408 NO 6 Insulated Elec Condr I_F 1494 4,482.00 Street Lighting Subtotal $85,008.00 Bid Summary Water/Sanitary Sewer/Storm Drain Facilities Subtotal $828,284.00 Paving Facilities Subtotal $825,891.05 Street Lighting Facilities Subtotal $85,008.00 Total Bid 1,739,183.05 Performance/Payment and 2-year Maintenance Bonds $35,000.00 Grand Total 1,774,183.05 This bid is submitted by the entity listed below: Company:Conatser Construction TX,L.P. By: ojBrock Huggins. Street Address: 5327 Wichita Street City,State,Zip Code: Ft.Worth,TX 76119 Phone: 817534-1743 Si lure Title: Date: Contractor agrees to complete WORK for FINAL ACCEPTANCE within .aU calendar days after the date when the CONTRACT commences to ran as provided in the General Conditions. END OF SECTION CITY OF FORT WORTH Wamnb,,d Sarah PbwS STANDARD CONSTRUC ION BID PROPOSALDEVElAPER AWARDED PROJECTS City PrOW a102051 Pram Revised April 2,2014 00 42 43_11ia Pmp..d N �- —HICKS W E 0 a Ln o S ~ II o Q �P O 3 J N J 0 OOD z O B 7 o ��o o z PROJECT s o L OCA T/O 156 �d w cL Od�� O HARMON d Q G� J ED u 9Cr29 u lf� a I ❑RT WORTH CITY LIMIT u) 0 SAGINAW CITY LIMIT BAILEY - BOSWELL � BAILEY- HOSVELL N RTWAR U) LL VER phi o'Wlttlan w...'EN V fO Housto y' COLE - v � P 'o Pork z F X N sf "PARK (n FAI EADO NORMAN � S, MEA OW DAL x MEAD P G� Fll Lc) VICINITYMAP K7d L o CPN 102051 U' MAPSCO#19V c In L WATERSHB END S®= 0 c PHASE 5 0 j LOCA=HN C=OF]FORT WORT IL TEUS OWN13PMEVMZPM MWARM BY: O a �O O RR11�� I1ORESTAR SHALL CML ENGINEERS -9U-9UHVEYOR9 14755 PRESTON ROAD, SUITE 130 24MMUMngDrtM.GMpovWo TB0®'7e051 Meao(817)s2s-M - DALLAS, TX 75254 972-702-8699 MAY, 2019 w W E PHASE 5 WAn R EDMMrr"A" 50 5, 52 SCALE: 1"=300' e o CPN #102051 3 N ° 99 9B 9T I 96 5 N 5 "y. 45 V T ( 1 L0 14 6 E 43 O O p N ° 91— u 5 ao � p — Q 6 39 o — N t 36 � la 9 37 O 9 36 L gp q 35 Q51 11 34 V 12 33 Lo 9 46 31 N aT 26 29 30 0 L I L s _ ET efi 23 ¢° O E3 CD C _ 2 21 (A L 4a 3 9 4 19 0 5 6 17 ^L 7 M — L_ � 3� � 9 p O 35 U) C 31 3 G I I 3C i I u to � 2s p 9 0 26 B 6 G. rn et � C i W MT Da®TNG !� IpI5EH7LY — 6 / CPN#101507 � c LEGEND CD �N PROPOSED WATER LINE I PIMARWBY` W EXISTING WATER LINE _� GOODWIN! a� l�0 I�E STf�R NOTE ` '�- -_ - 14755 PRESTON ROAD, SUITE 130 ALL WATER LINES SHOWN / �810N�-P""''M-81F1E10"� ARE 6' IN DIAMETER UNLESS m,o, (M� „�„ D 972-702X86994 OTHERWISE NOTED w f� N WA�RSBE} D SOS W*E PHASE 5 -�� 34 s {�7SEwM ' ,,1 33 SCAM: b" =300' � 1�fiL�C r "A-1" 2 rn CPN #102051 3 O 4 49 n0 4T N 4B B 0 6 90 1W � L J e 2 1� as _ 9 3 92 O p 9 41 O B N ,o 12 6 39 � IS Q 7 3B W 17 � B B m O K SB 1. d 34 JI V 49 S2 1'^I Y J 4B 31 47 2B 9 30 N SI 46 nL LL. 4. 27 26 23 24 I L 99 ju O 43 92 1 22 ' 41 2 21 9B J 2a U) 1 39 4 9 6 re 3. 37 6 T 1 L 30 B 6 39 9 K V I � II 12 3f p it C ; N � q to N 29 28 vB 27 � / T N 0 IpT O0 Iw19ExrLY j CPN#101507,=6' 1 2 3 4 6 v c LEGEND cn a� PROPOSED SANITARY v SEWER LINE rsWAM)sx. EXISTING SANITARY I /`_ 1'U.���,�Tt'1.11 S SEWER LINE GOODWINI j �$HAi�. Y NOTE o _ _ 14755 PRESTON ROAD, SUTE 130 ALL PROPOSED SANITARY SEWER iwomummm , DALLAS. TX 75254 LINES SHOWN ARE 8' IN DIAMETER w M.eo(etn M-OM 972-702-8699 PHASE5 + 7Q�STRMTS , , 3 1GL]LC7l1Ll�Jl ll „1��r 30 ]1 s2 9] �1 2 SCALE: 1°" m 3009 ] 4 49 49 41 1 46 O N e 4] N , 44 B 2 4] ^ 9 �Y J 4¢ N 4 « O " ! 40 T 12 p e ]9 n _L= 7 ]6 7 L a e 37 9 ]6 0 L Q 52 to Q ]1 II m ,I o Y! I 40 er ]I o 47 2e 29 w N 0 42 ]I L 4s a 27 26 23 24 L w 7 ° 2] N u I 42 22 1 C 4/ 2 21 90 ] 20 L S9 4 R 0 ]B e M ]7 6 A ]6 , Is L — JJ 6 n L 34 9 q ° ]3 10 n N ]2 11 C ]' 12 X N O p 29 LEGEND 9 2B 5 SIDEWALK BY HOMEBUILDER e m _21 T O ADA RAMPS PER THIS CONTRACT C e w C PROPOSED 29' B-B ROADWAY m w/ 50' R.O.W. 6' THICK REINFORCED o GwriERmBVELOPSR CONCRETE PAVEMENT Z' PREPARED BY: I G00DVnNg Q� vRESTAR AU�� PROPOSED 37' B-B ROADWAY 0 14755 PRESTON ROAD, SUITE 130 6' THICK REINFORCED CMLENC3INEERS—PLIWNER4-9URVEYOR3 6' THICK REINFORCED 24M M„"Q D".GmprAM.Ta]m 7=1 DALLAS, TX 75254 CONCRETE PAVEMENT w Mgm(817)32&43M 972-702-8699 N WATERSBEND SOUTH W*E PHASIC 5 s STORM DRAW G=r 1113—ll 11 SCALE: 1" 300 ' 30 51 92 � ]3 �1 2 v' 3 O • 49 40 a7 I '^ 3 N B N T I � w a O p � 91 T 3 c0 40 G ¢ B ]e 9 T 38 LL n O g 3T d 9 ]B IQ 52 10 35 ��1 51 I. 34 I 50 12 m to i 49 32 U) � SI L 47 2a 29 30 42 SI 48 L 45 24 O 21 20 25 w 23 43 C � 4z 1 zz 91 2 21 L 40 3 20 S9 • H / 38 5 1^ IB u/ ST 5 17 36 T L 35 B le O >4 9 U) n Fz 33 � p U C It R 31 L 3 O' p 0 29 1' 9 / 2B 5 a Go 0 T C Q� BLOCK II 1 2 ] 4 U, f I-- 0 owxER/DEVE LEGEND PROPOSED STORM ORAIN LINE Q c OODeANa FORESTAR C0 � — EXISTING STORM ORAIN LINE CMLEMINEM—PLANNERS—SURVEYORS 14755 PRESTON ROAD, SUITE 130 PROPOSED STORM ORAIN INLET / 24MMustormDrk%OrWwr.,Tom MWI DALLAS, TX 75254 w Mehm(817)3204M 972-702-8699 WATERSBEND SOUTH W+E PHASE 5 s ��7p�pr�+1f��v�7� .—_.� /} 34 SCALE: 1 p� �p 1I �g�1M1� STREET ll��fv�T �`--� s]1CA L E: 1L" 3100" SLJ� EEll 1�7!"il1�YE SEIlY1VS I Q IT tic—III 'mm z 31 a 0) ss O s N 4 49 4e 47 '^ 3 46 6 _ r I 1 e 2 43 N a a O ,z q 4 41 T e v a 40 6 � L Is 1 T NO O y ar L d 9 SB Q 52 q as U y1 a4 30 as uj 1 49 m Q) u) 31 47 Ze 29 m ]I 1 46 L . ,a O 27 Y6 23 N 44 43 Ea 1 C 1 42 11 22 (A 41 2 1 21 L 40 a 20 v � � e L0 q sr e L s L e � rs O 34 9 M to rs C ? n a(D u) n ¢ n >_ s N n Io 0 29 �j M 9 / za rs N e C 2r q v r n 6 C 6o 1 2 a 4 3 Q) ■ACK tl (A L OWNEWDEVEWH R 1 PRWARBD BY: cGooDwws Zj�� FORESTAR LEGEND ARSE 9 PROPOSED LIGHT POLE 0 �- 0 14755 PRESTON ROAD, SUITE 130 CML ENOINEERB—PLlWNERB_9UHVEYORS i DALLAS, TX 75254 2406 Muslerp �1�9�-48��e�76061 972-702-8699 PROPOSED STREET SIGN W