Loading...
HomeMy WebLinkAboutContract 53046 Received Date: Nov 11,2019 Received Time: 12:46 PM Developer and Project Information Cover Sheet: Developer Company Name: IDEA Public Schools Address,State,Zip Code: 2155 W.Pike Blvd.Weslaco,TX,78596 Phone&Email: 956-377-8000,Wyatt.truscheit@ideapublicschools.org Authorized Signatory,Title: Wyatt Truscheit,CFO Project Name: IDEA Schools—Altamesa Brief Description: Water, Sewer,Paving,Storm Drain, Street Lights, Signals Project Location: Altamesa Blvd and Camelot Rd. Plat Case Number: FS-18-152 Plat Name: J.R.Anderson Addition Mapsco: Council District: 7 CFA Number: I CFA19-0080 City Project Number: 102116 16 City of Fort Worth,Texas Standard Community Facilities Agreement-IDEA Schools—Altamesa y CFA Official Release Date:02.20.2017 OFFICIAL RECORn Page 1 of 11 CITY SECRETARY FT. WO TH, TX STANDARD COMMUNITY FACILITIES AgMEMEENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. 53046 WHEREAS, IDEA Public Schools , ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto("Improvements")related to a project generally described as IDEA Schools — Altamesa ("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 si bject to the availability of City funds and approval by the Fort Worth City Council and shall be orialized 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 thecove7ts 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-IDEA Schools—Altamesa OFFICIAL RECUkU CFA Official Release Date:02.20.2017 Page 2 of 11 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) ®,Paving(B) ®, Storm Drain(B-1) ®, Street Lights & Signs (C) Z. 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-IDEA Schools—Altamesa CFA Official Release Date:02.20.2017 Page 3 of 11 iii. To require the contractor(s)it hires to perform the construction work contemplated herein to provide insurance equal to or in excess of the amounts required by the City's standard specifications and contract documents for developer-awarded infrastructure construction contracts. The City shall be named as additional insured on all insurance required by said documents and same will be evidenced on the Certificate of Insurance (ACORD or other state-approved form) supplied by the contractor's insurance provider and bound in the construction contract book. iv. To require its contractor to give 48 hours advance notice of intent to commence construction to the City's Construction Services Division so that City inspection personnel will be available;to require the contractor to allow the construction to be subject to inspection at any and all times by City inspection forces,to not install or relocate any sanitary sewer, storm drain, or water pipe unless a responsible City inspector is present and gives his consent to proceed, and to make such laboratory tests of materials being used as may be required by the City. V. To require its contractor to have fully executed contract documents submitted to the City in order to schedule a Pre-Construction Meeting. The submittal should occur no less than 10 working days prior to the desired date of the meeting. No construction will commence without a City-issued Notice to Proceed to the Developer's contractor. vi. To delay connections of buildings to service lines of sewer and water mains constructed under this Agreement, if any, until said sewer and water mains and service lines have been completed to the satisfaction of the Water Department. G. Developer shall provide at its expense, unless otherwise agreed to by City, all engineering drawings and documents necessary to construct the improvements under this Agreement. H. Developer shall cause the installation or adjustment of the required utilities to serve the development or to construct the Improvements required herein. I. City shall not be responsible for payment of any costs that may be incurred by Developer in the relocation of any utilities that are or may be in conflict with any of the community facilities to be installed hereunder. City of Fort Worth,Texas Standard Community Facilities Agreement-IDEA Schools—Altamesa CFA Official Release Date:02.20.2017 Page 4of11 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 iniuries, 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-IDEA Schools—Altamesa CFA Official Release Date:02.20.2017 Page 5of11 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-IDEA Schools—Altamesa CFA Official Release Date:02.20.2017 Page 6of11 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-IDEA Schools—Altamesa CFA Official Release Date:02.20.2017 Page 7of11 Cost Summary Sheet Project Name: IDEA Schools—Altamesa CFA No.: CFA19-0080 City Project No.: 102116 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 $ 53,163.00 2.Sewer Construction $ 164,713.00 Water and Sewer Construction Total $ 217,876.00 B. TPW Construction 1.Street $ 339,556.00 2.Storm Drain $ 289,608.00 3.Street Lights Installed by Developer $ 131,995.00 4. Signals $ 285,718.00 TPW Construction Cost Total $ 1,046,877.00 Total Construction Cost(excluding the fees): $ 1,264,753.00 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 4,357.52 D. Water/Sewer Material Testing Fee(2%) $ 4,357.52 Sub-Total for Water Construction Fees $ 8,715.04 E. TPW Inspection Fee(4%) $ 25,166.56 F. TPW Material Testing(2%) $ 12,583.28 G. Street Light Inspsection Cost $ 5,279.80 H. Signals Inspection Cost $ 11,428.72 H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 54,458.36 Total Construction Fees: $ 63,173.40 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 1,264,753.00 x Completion A reement=100%/Holds Plat $ 1,264,753.00 Cash Escrow Water/Sanitary Sewer--125% $ 272,345.00 Cash Escrow Paving/Storm Drain=125% $ 1,308,596.25 Letter of Credit=125%w/2 r expiration period $ 1,580,941.25 City of Fort Worth,Texas Standard Community Facilities Agreement-IDEA Schools—Altamesa CFA Official Release Date:02.20.2017 Page 8of11 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 IDEA Public Schools Day Dana Burghdoff(R v 10,2 ) Dana Burghdoff Interim Assistant City Manager Date: Nov 10,2019 Name: Wyatt Truscheit Recommended by: Title: CFO Jennifer EzernacK Date: Nov 8,2019 Jennifer Ezernack(Nov 8,2019) 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 RNAV,YX /�GCl-z' requirements. Richard A.McCracken(Nov 9,2019) Richard A.McCracken 'oe Assistant City Attorney Evelyn Ro s on behalf of(Nov 8,2019) 61/ M&C No. Name: Janie Morales Date: Nov 9,2019 Title: Development Manager Form 1295: �-O-RT ATTEST: •'�J1 Mary J. (Slot,2019) •••• ! Mary J. ayser/Ronald Gonzales ' �,EXPc�� City Secretary/Assistant City Secre -r City of Fort Worth,Texas rFT. IAL RECORD Standard Community Facilities Agreement-IDEA Schools—Altamesa CFA Official Release Date:02.20.2017 SECRETARY Page 9 of 11 WORTI'I,TX Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment ® Attachment 1 -Changes to Standard Community Facilities Agreement ® Location Map ® Exhibit A:Water Improvements ® Exhibit A-1: Sewer Improvements ® Water and Sewer Cost Estimates ® Exhibit B: Paving Improvements ® Paving Cost Estimate ® Exhibit B-1: Storm Drain Improvements ® Storm Drain Cost Estimate ® Exhibit C: Street Lights and Signal Improvements ® Street Lights and Signals Cost Estimate (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Standard Community Facilities Agreement-IDEA Schools—Altamesa CFA Official Release Date:02.20.2017 Page 10 of 11 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Proj ect No. i 02116 None. City of Fort Worth,Texas Standard Community Facilities Agreement-IDEA Schools—Altamesa CFA Official Release Date:02.20.2017 Page 11 of 11 00 42 43 hAP-RID PROPOSAL Page t of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL.FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidiiv Item Description Specification Unit of Sid Unit Price Bid Value No. Section No. Measure Quantity UNIT I:WATER IMPROVEMENTS r6 1 6"Water Pipe 3311 12 LF 20 $30.00 $600,00 2 8"Water Pipe 33 11 12 LF 29 $30.00 $870,00 3 8"Water Valve 331220 EA 2 $1 q 0.00 $2,600,00 4 6"Gate Vale 33 12 20 EA _ 2 $900.00 $1,800.00. 5 Fire Hydrant 33 12 40 EA T 1^ $2,600 00 $2 600.00 12"Water Valve 33 12 20 EA 5 $2 000.00 $10,000.00 7 Ductile Fittings 3311 11 TN 0.75 $4,000.00 $3,000.00 8 Trench Safety 330510 LF 80 $0.10 $8,00 9 3"Water Meter and Vault 331211 EA 1 $11.000.00 $11,000.00 10 12"Water Line Lowering 33 0512 EA 1 $20 685.00 $20 685.00 11 — 12 13 - -- — 14 15 16 - — -- - 17 T 18 19 20 21 22 23 24 25 T - 26 27 28 29 30 31 32 33 34 35 36 - - -- - 37 - - 38 39 40 41 42 43 44 45 TOTAL UNIT I:WATER IMPROVEMENTS $53,163.00 CrfY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED P RO]ECTS Form Version February 16.2013 Revised 00 42 43_Bid Propose]_DAP.a1s 00 42 43 DAP-BID PROPOSAL Page 2 or 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Projon IICm Inl'Orurw.111 Bidder's Proposal Bidlist]Wm Specification Unit of Bid No I}escription Section No. Measure Quantity Unit Price Bid Value UNIT 1I:SANITARY SEWER IMPROVEMENTS 1 8"Sanitary Sewer Pipe 333120 LF 3070 $40.00 $122,800.00 2 4'Manhole _33 39 10 EA _ 9 $3 8Q0.00 $32,400.00 —3 Trench Safety 330510_ LF 3130 $0.10 $313.00 _ 4 Manhole Vacuum Testing 33 01 TOEA 9 $150.00 $1,350.00 5 Trench Water Stop,CLSM_ _ _ 330510 CY 4.25 $1 000.00 !4,2250.00 fi 8"Sanitary Sewer Pipe,CSS Backfill 33 31 20 LF 60 $60.00 $3 600.00 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 II:SANITARY SEWER IMPROVEMENTS $164,713.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROTECTS Rcvimd 00 42 43 Bid Pro DAPAls Form Vtrsion February IG.20I3 _ P'�_ 00 42 43 DAP-BID PROPOSAL Pegc 3 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project item lnPonnation Bidder's Proposal Bidlist item Description SpeciEcalion Unit of I Sid Unit Price Bid Value No. I Seclion No. Measure Quantity UNIT III: DRAINAGE IMPROVEMENTS 1 36'RCP Pipe 3341 10 LF 1542 $134.00 $206,628.00 2 24"RCP Pipe 3341 10 LF 17 l $85.00 $1,445,00 3 4'K4'Drop Inlet 33 49 20 EA 4 $4,500.00 $18,000.00 4 4'Junction Box 33 49 10 EA 6 $5,000,00 $30,000.00 5 20'Curb Inlet 33 49 20 EA 2 J700.00 $13,400.00 S 20'Combination Inlet 334920 EA 1 $8,000.00 $8,000.00 7 Trench Safety 330510 LF 1550 $0.10 _ $155,00 8 Remove 24"Storm Line 0241 14 LF 132 $15.00 $1,980.00 9 Remove 20'Curb Inlet 0241 14 EA 5 $2.000.00 $10,000.00 10 11 — - 12 13 - 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 TOTAL UNIT III:DRAINAGE IMPROVEMENTS $289,608.00 COY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCLUENTS-DEVEWPER AWARDED PROJECTS RCAi d 00 42 43 Hid Form Vc�sioo Fch�uary 16,YIIIS _ ProposalDAP.xIs 004Z0 PAP-BID PROPOSAL Page 4 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Projecz 11cm Information Bidd&s Proposal Bidlist]tcm specification Unit of Bid No Description Swim No. Measure Quantity Unit Price Bid Value UNIT IV:PAVING IMPROVEMENTS 1 10"Concrete Pavement 321313 SY 4840 _ $38.11 $184,452.40 2 4'Concrete Pavement 32 13 20 SF 25100 6- 8 $77,308.00 3 6"Conctrete Curb&Gutter 32 16 13 LF _2000 $15.00 $30,000.00 4 Barrier-Free Ramp 321320 EA 7 $400.00 $2,800.00 5 Remove Concrete Pavement 0241 15 SY 420 $10.00 $4,200,00 6 Remove Concrete Curb 8 Gutter 0241 15 LF 1800 $5.00 $9,000.00 7 Top Soil 32 9119 CY 162 $20_.00 J$3,240.00 8 Block Sod Placement,Common Bermudagrass 32 92 13 SY 971 $3.60 _ _ $3,495.60 9 8"Lime Treatment 321129 SY 3580 $7.00 $25 060.00 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 43 44 45 TOTAL UNIT IV: PAVING IMPROVEMENTS $339,556.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJE1, Form Vmion Fcbr Fy I6.2019 Rcviwd 00 42 43_Bid Propo&O_DAP,x1s 00 42 43 DAP-BID PROPOSAL Pagc 5 or 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlisl Itcrn D Specification Unit of Bid No. `"r"' '" Section No- Measure Quantity Unit Price Bid Vaiue UNIT V:STREET LIGHTING IMPROVEMENTS 1 Salvage Street Light Pole _ 34 41 20 EA 3 $1,935.00 $5,805.00 2 Furnish/Install 2"CONDT PVC SC 80 Riser 26 05 33 EA 18 55.00 $990.00 3 2"CONDT PVC SCH 80,Open Cut 26 05 33 LF 2295 $20.0.0 $a5,9=00 4 2"CONDT PVC SCH 80,Bare 26 05 33 LF 245 $30.00 $7,350.00 5 Furnishllnstall Type 33A Arm 3441 20 EA 10 $580.00 _ $5,800.00 _ 6 Furnishllnstail Pole Mounted Contactor 3441 20 EA 1 $6,875.00 $6,875.00 7 Furnish/install Single Phase Metered Pedestal 3441 20 EA 1 $9,375.0_0 $9,375.00 8 furnishllnst8 l Lighting Fixture(ATB2 Cobra Head) 3441 20 EA 10 $815.00 $8 150.00 _ 9 Rdwy Illum Foundation TY 8 3441 20 EA 10 $1,690.00 $16,900.00 10 Furnish/Install Rdway Illum TY 18 Pole 3441 20 EA 10 $2,485.00 _$24,85flA0 11 _ 12 13 T 14 - 15 16 17 18 19 20 21 -- - 22 23 24 _ 25 26 27 28 29 30 f — - 31 32 33 34 35 36 37 38 39 40 41� 42 - - - - — - 43 44 45 TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS $131,995.00 MY OF FORT WOKTH STANDARD CONSTRUMON SPECIFICATION DOCLUENTS-DEVELOPER AWARDF]D PF.WCTS Form Version February 16.2018 Revised 00 42 43_Bid Propo5a1_DAPA1s 004243 BAP-BID PROPOSAL Pale 6 or 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 Description Unit Price Bid Value No. Section No. Measure Quantity U NIT VI:TRAFFIC SIGNAL IMPROVEMENTS 1 2"CONDT PVC SCH 80(T) 26 05 33 LF 237 $16.00 $3,792.00 2 2"CONDT PVC SCH 80(B) 26 05 33 LF 835 $22.00 $18,370.00 3 3"CONDT PVC SCH 80(T) 26 05 33 LF 156 $24.00 $3,744.00 4 3"CONDT PVC SCH 80(B) 26 05 33 LF 398 $30.00 11 940.00 5 Furnish/InstallVIVDS 344110 EA 2 $4.898.00 $9,796,00 6 RelocateVIVDS 344110 EA 1 $1,000.00 $1,000,00 7 VIVDS Cable _ 3441 10 LF 785 $3.00 $2 355,00 8 51C 14 AWG Multi-Conductor Cable 3441 10 LF 290 $1.75 $507.50 9 TIC 14 AWG Multi-Conductor Cable 3441 10 LF 295 $2.00 $590.00 10 201C 14 AWG Multi-Conductor Cable 3441 10 LF 360 $5,00 $1,800-00 11 31C 14 AWG Multi-Conductor Cable _ 3441 1 D LF 715 $1.50 $1,072.50 12 3-Sect Signal Haad Assem_hly{Fumish Only) 3441 10 EA 14 $850.00 $11,9Q0.00 13 5-sect Signal Head Assembly(Furnish Only) 3441 10 EA 6 $1.025.00 $6,150.00 14 Ped Signal Head Assembly(Furnish Only) 3441 10 EA 12 $650,00 $7,800,00 15 Audible Pedestrian Pushbutton Station(Furnish Only) 3441 10 EA 12 $1,105.00 $13,260,00 16 Furnishllnstail 5'Pedestrian Push Button Pole 3441 10 EA 4 $1.025.00 $4,100.00 17 Furnish/Install Hybrid detection System(Furnish Only) 3441 10 APR 4 $7,350.00 $29,440 pa 18 NO 8 Insulated Elec Condr(green) 3441 10 LF 1962 $1.75 $3,433-50 19 NO 8 Insulated Elec Condr(black) 3441 1D LF 1469 $1.75 $2,570,75 20 NO 8 insulated Elec Condr(white). 3441 10 LF _ 1489 $1.75 $2,570,75 21 Ground Sox Type D,wi Apron 3441 10 EA 5 _ $900.00 _$4,500.00 22 Furnish i Install Type 41 Signal Pole 3441 10 EA 2 $7,242.00 $14,484.00 23 Furnish 1 Install Type_45 Signal Pole 34 41 20 EA 3 $8,529,00 $25,587,00 24 Furnish 1 Install Mast Ann 16'-36'(Fumish Only) 3441 20 EA 3 $2,368-00 $7,104.00 25 Furnish 1 Install Mast Arm 52'-60'(Fumish Only) 3441 10 EA 3 $5,821,00 $17,463.00 26 TY 1 signal Foundation 3441 10 EA 4 $1,250.00 $5.000.00 27 TY 3 Signal Foundation — 3441 10 EA 2 $3,450.00 $5,900.00 28 TY 5 Signal Fou ndation _ 344110 EA 3 $4,500,00 $t3,500.00 29 Signal Cabinet Foundation-3521 3441 10 EA 1 $4,100.00 $4,100.00 30 Furnish/Install ATC Signal Controller(Furnish Only) 3441 10 EA 1 $4,000,00 $4,000.00 31 Furnish/install 352i Controller 6a3-inet Assembly 3441 10 EA 1 $16,000.00 $16.000.00 32 Furnish i Install 120-240 Volt Single Phase Transocket 3441 10 EA 2 $7,500.00 $15,000.00 33 Furnish i Install LED Lighting Fixture(70 watt ATBD 3441 10 EA 4 $850.00 $3,400.00 34 Salvage Traffic Signal 3441 13 EA 1 n,966.00 $8,966.00 35 Furnishilnstall Alum Sign Mast Arm Mount _ 34 41 30 EA 3 $950.00 $2,850.00 36 Relocate Alum Sign Mast Arm Mount 3441 30 EA 1 $400.00 $400.00 37 Furnish!Install PTZ Cable 34 41 30 LF 104 $3.00 $312.00 —38— - - 39 40 — - — - - — 41 42 43 45 TOTAL UNIT VI:TRAFFIC SIGNAL I MPROVEMEffTS1 S285,718.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PRO)Ms Form Version February 16,2018 Revised 00 42 0_Bid Pmposai_DAP.xis 00 42 43 DAP-DID PROPOSAL Page 7 of 7 SECTION Off 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal E3iiliiti[It�•iii Uescriplion Specification Unit of Bid Unit Price Bid Value Section No. Measure Quantity Bid Summary UNIT I:WATER IMPROVEMENTS $53.163,00 UNIT II:SANITARY SEWER IMPROVEMENTS $1.64,713.00 UNIT III:DRAINAGE IMPROVEMENTS $289,608.00 UNIT 1V:PAVING IMPROVEMENTS $339,556.00 UNIT V:STREET LIGHTINGISIGNAL IMPROVEMENTS $417,713,00 Total Construction Bid $1,264,753.t}0 This Bid is submitted by the entity named below: BIDDER: BY: Anil.l a I Nludern cnulractnrs,Inc 4149 Bcdfurd Road C', L A-� Bedford.-1\761121 TITLE- President DATE: 1013/2019 Contractor agrees to com pie te WORK For F1NAL ACCEPTAN CIE within ISO calendar days after the date hen the CONTRACT commences to run as provided in the General Conditions. END OF SECTION CITY OF FORT WORTH STANT]ARP CONSTRlCTiON SPEMICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Vmim Fcbmary 16.10 19 Rr ised004243_Bid Propose]DAP.n1s 6 TN ZO EDGECLIFF C,y LIPPS a F<SF PLO EL SEA w q SyG N.T.S. L H Q co SE r� CD w � ID CLIFF A z CLI F w H restcre" p,RTVAUR IUF 3 HILLT❑ Park 73 Y❑RK R❑CKM❑❑R J� W pNT � MINA � � SIERRA CDCCLIFF q � W TIPPY J J LINW❑❑D W 0 JESSIE � O P� LAG❑❑NA Pop 2,715 3 LL. GU Q LAMPLIGHTE POOJECTCA TION J g LIMESTONE U FD H 3 W Z F❑RT WORTH ALTIA MESA ci ERRY DE HEIDLE U G HALL RFIEL HITTENBURG STEINBURG NATCH ST Laurel La ANTEG❑ Q G Mer�orial SHEFF Park WURZBUR Q RDYSTE BUEMEISTER AFT as C pv�r R �0 R L HILL Ry MANOR N MANOR AN ANTE PROGRESS SET Otifo FOR REVIEW ONLY ISSUED 6/11/19 CAMEO �'SI THESE DOCUMENTS ARE FOR DESIGN O FLORENTI REVIEW AND NMI NTENDED FOR CONSTRUCTION,BIDDING OR PERMIT PURPOSES.THEY WERE PREPARED BY, � OR UNDER THE SUPERVISION OF: (�/ / PHILLIP BRUGGER 0 = J PREL U D E TEXAS PE#120083 Li volf III LOCH 77ON MAP IDEA PUBLIC SCHOOLS RAYMOND L. GOODSON ✓R.,INC. AL TA MESA CONSUL 77NG ENGINEERS 5901 BRIDGE STREET, SUITE 420 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS FORT WORTH, TEXAS 76112 917-"'0080 E-MAIL: r1g0,1ginc.cam FIRM REG- F-493 RLG#1823.008 6/11/19 LIMESTONE TRAIL (A 50' R.0.W.) J Q` V o e TOWN O EDG CLIFF / LAGE K ------------ --------------------------------------------- ---------- Cl TY OF 15' DRAINAGE FORT WORTH ESMT I —1 F L —1L 15 WA TER ESMT (� 15' SANITARY ---15' WATER a SEWER ESMT ESMT U --�Z 15' WA TER ESMT e R.0.W. L TgtijESq B ,Z W. DEDICA TION ('4,,Vol. ,,,9ZE6Y0TH ULEVgl,�p 12 w CAB A 52 pG . O R 1-I J SL. 7976, p R 77 1 Z G LEGEND 12"W EXISTING WATER LINE PROPOSED WA TER LINE ►� PROPOSED GA TE VAL VE PROPOSED FIRE HYDRANT PROPOSED WA TER METER 0 50 100 PROPOSED BACKFLOW PREVENTION ASSEMBL Y (FEET) 1 inch = 100 ft. EXHIBI T A WA /L/� PROGRESS SET FOR REVIEW ONLY IDEA PUBLIC SCHOOLS ISSUED 10/1/19 THESE DOCUMENTS ARE FOR DESIGN ALTA MESA REVIEW ANO NOT INTENDED FOR CONSTRUCTION,BIDDING OR PERMIT 5,5 CONSULTING ENGINEERS CITY OF FORT WORTH, TARRANT COUNTY, TEXAS PURPOSES.THEY WERE PREPARED BY, 5601 BRIDGE STREET, SUITE 420 ORRUNDER W THE SUPERVISION OF: FORT WORTH, TEXAS 75112 817-697-0080 BRUGGER E—MAIL: r1ggrIgimc.com FIRM REG: F-49J RLG#1823 008 TEXAS P E#1200 3 TEXAS PE#720083 row _E_ CG/fF N GAGE 939 x _ G/TY of 15'DRAINAGE LOT 1, AmOGYC 1 E 1C :1 871,1,"SQUARE FEET 19.999 ACRES PROPOSED SUE IDEA PIOLIC SCHOOLS ........................... N✓SIR1/NENT Na 0218095550 - 15'WAIER —— �_; ESA1T _ 15'SANITARY ® S£#ER ESMT 15'W,I IER �E5M/T R.QW. OEOIC.I IIQN 15 WAIER E5MI7. 155''ORAMAGE ____ ____ LOT 1, aLOCK 1 871,144 SQUARE FEET 19.9.999 ACRES PROPOSED SIE A7EA P r Va SgI00LS Q g` NSIRI/MENT NQ O21809MM WI PERMANENT ONO D2 RA/NAGE �5' I 1A.0 TY EASEMENT gMER ESyT (RIGHT-OF-WAY OEO/CA 77ON '"�I� INST.O.P.R.O.�/ VOL. 7852,PG iM,,D.R.TC.T.) PERMANENT SEWER I FACILITY EASEMENT —— WST.NO.D219191475 O.P.R.T.C.T. I —_ /.vw B TC OF FORT A9 E a'DK a car PUBLIC ACCESS E075263 L J HST.NO OPC.T. 6] O.P.R.O.GT. PERMANENT SEWER / FACILITY EASEMENT /HST.NO.0219191475 it LGEND O.P.R.T.C.T. EXISTING MANHOLE ——i 8�� p • PROPOSED MANHOLE 0 100 200 ss EXISTING SS LINE Z (FEET) PROPOSED SS LINE 1 inch = 200 f t. EXHIBI T A 1-SEWER PROGRESS SET FOR REVIEW ONLY IDEA PUBLIC SCHOOLS ISSUED 10/1/19 THESE DOCl1MENT3 ARE FOR DE31GN ALTA MESA REVIEW AND NOT INTENDED FOR CONSTRUCTION,BIDDING OR PERMIT 5,5 P CONSULTING ENGINEERS CITY OF FORT WORTH, TARRANT COUNTY, TEXAS R W PURPOSES.THEY ERE PREPARED BY, 5601 BRIDGE STREET, SUITE 420 OR UNDER THE 3l1PERVI310N OF: FORT WORTH, TEXAS 75112 817-697-0080 BRUGGER E-MAIL: figgrIgimCcom FIRM REG: F-49J RLG#1823 008 TEXAS P E#1200 3 TEXAS PE#720083 LIALESTOW rnAII L5O s � iJ, TOWNED CLIFF N LAGE ---———_—— — 7H 15'DRAINACE —— E571T ILL a� E 1[ ] LOT 1, &ocK 1 871,144 SOUARE FEET 19.999 ACRES —— PROPOSED 577E —— .............................. ———— /DER PURL/C SGY/DOLS INSIRNT ND D218095630 — 15'IYA7ER N E5 7T ALTAR ___ ---- 15'SWrARY 15'IY,I IER SE#ER EWT ESNT DM"DON i' 15 WRIER h Our II I II I TOWN OF CVFF NLLAW ------ 15'L'RAN4AGE/ FORT kbRIH � Es�1T I I I ---- - Li I I I ,LOT 1, �OGYC 1 - III I L7 T'T1,144 SQUARE FEET IT /9.999 ACRES %ORAWAGE ————— PROPOSED 577E /DEA PUBLIC SSWOaS 57RUAENT Na 92180956M L tu I IS PILL/C pPIL£ O a _ 0 100 200 _j Q — — 15'SAN/TARY (RIGHT-of-WAY DED/CA 71ON = SE#ERESNT VOL. 7852,PG.356,D.R.T.CT.) (FEET) - % PERMANENT SEWER 1 inch = 200 f t. i FACIVTY EASEMENT LEGEND -INST NO.D219191475 t _ O.P.R.T.G T. Lj PROPOSED CONCRETE .��.a"` PAVEMENT _ PROPOSED CONCRETE L J SIDEWALK EXH/B/T B-PA I/NG PROGRESS SET FOR REVIEW ONLY IDEA PUBLIC SCHOOLS ISSUED 10/1/19 THESE DOCDMENTS ARE FOR DE31GN ALTA MESA REVIEW AND NOT INTENDED FOR CONSTRUCTION,BIDDING OR PERMIT 5,5 CONSULTING ENGINEERS CITY OF FORT WORTH, TARRANT COUNTY, TEXAS PURPOSES.THEY WERE PREPARED BY, 5601 BRIDGE STREET, SUITE 420 ORR UNDER THE SUPERVISION OF: FORT WORTH, TEXAS 75112 817-697-0080 E-MAIL: r1ggrIgimc.com FIRM REG TEXA : F-493 RLG#1823 008 PBRUGGER TEXAS PE#720083 LINA-N E TRAIL (A 50 R.O.W.) II I II I :ro.z TONN OF I N LACE GECUFF NLLAGE CI _ -- -- --- --- --- ------------- ------ -------- TY OF C/TY F T WOR TY0RA9/A[ FORT Ih'� 1[ LOT 1, iLOCYC 1 I j I 871,1"SQUARE FEET 15'ORAavACE 19.999 ACRES I ESMT —— ————— PRowosm WE /OEA PU%,C SCHOOLS —— MSIRUMENT Na 0218095= 15'WAR9P T _ 15'S.W/TARY 15'WAhR 5EN£R ESMT EW -_�• R.OW. OEO/CA 11QV --ll AIJ ESYT � T _ SE#EIP SE E5M/T PERMANENT SEER ��-• FACILITY EASEMENT i+nwygE O.P.R.T T.C C.T.1475 T. LJ a LEGEND PUBLIC STORM DRAIN PRI VA TE STORM DRAIN xxxxxxxxTTTT EXISTING STORM DRAIN 0 100 200 ■ PROPOSED STORM ✓UNCTION BOX (FEET) 1 inch = 200 ft. EXHIBI T 81-STORM DRAIN PROGRESS SET FOR REVIEW ONLY IDEA PUBLIC SCHOOLS ISSUED 10/1/19 THESE DOCDMENTS ARE FOR DE31GN ALTA MESA REVIEW ANO NOT INTENDED FOR CONSTRUCTION,BIDDING OR PERMIT 5,5 CONSULTING ENGINEERS CITY OF FORT WORTH, TARRANT COUNTY, TEXAS PURPOSES.THEY WERE PREPARED BY, 5601 BRIDGE STREET, SUITE 420 ORR UNDER W THE SUPERVISION OF: FORT WORTH, TEXAS 75112 817-587-0080 UGGrR E-MAIL: r/gam/ginc.'.FIRM REG F-493 RL G#1823 008 TEXAS P E#1200 3 TEXAS PE#720083 r 0 30 60 90 120 SCALE: 1"=60' I , I , I , I , I , I , I , I , I , I , I , P 6 q4 M S-6 � vAu P 3 P-7 N 15 9 P 4 K Tse 0 -T—AMEN 14 2 P , AL BOU EV—ARD 13 _eA,�' 12 O 1 06 1 b I I T 1 l 01 � I Tse 02 2 R S-3 -2 3 3 10 8 7 6 S-1 4 0 Ts 08 P-2 9 5 P-1 q P5 H I G , ¢ 2 ° EF LEGEND OF SYMBOLS B z w� a zlz C SIGNAL POLE ASSEMBLY �I A E L O T A �� 1 MF LUMINAIRE = D -0 PEDESTRIAN PUSHBUTTON POLE ASSEMBLY /4 P—2 POLE NUMBERS p GROUND BOX TYPE D � CONDUIT RUN NUMBERS o a R.O.W._ RIGHT OF WAY LINES z � PROPOSED ELECTRICAL SERVICE EXISTING ELECTRICAL SERVICE m 2 PHASE NUMBERS a CONTROLLER CABINET Um 2 SIGNAL HEAD AND NUMBER p® VIVDS CAMERA S �o � OPTICOM MAST ARM MOUNTED SIGN EXHIBITC-1 PRELIMINARY ��� PROPOSED SIGNAL LAYOUT FOR INTERIM REVIEW ONLY I MEN HALFF THESE DOCUMENTS ARE EG ATORYA REVIEW PPROVA AND N0T INTENDED FOR REGULATORY APPROVAL, ■■■ IDEA PUBLIC SCHOOLS WERE OR OR NDR THE SUPERVISION THEY WEAE PAEPAAEO BY OR UNOEA THE SUPEAPISIDN OF: 1201 NORTH DOWSER ROAD RICHARDSON,TX 75081-2275 ALTAMESA' ' (214)346-620o STEPHEN MOORE XXXX CITY OF FORT WORTH TARRANT COUNTY TEXAS NAME P.E.NO. DATE 5/13/2019 HALFF ASSOCIATES FIRM REGISTRATION NUMBER:F-312 N r 0 30 60 90 120Milli N , SCALE: 1"=60' � I � I � I � I � I � I � I � I � DRIVE 1 ED I I N I I Z 0 z 0 P-4 0 P-3 10 _ I _ I - I ALTAMES - - BOULEVARD - - - ®� 14 7 ---- _ - P-2 Jo 6 F� P-1 5 � W GUAR- a i Z F 1E 4 d LEGEND OF SYMBOLS z F 0- SIGNAL POLE ASSEMBLY �i LUMINAIRE o , P— 2 POLE NUMBERS � GROUND BOX TYPE D � CONDUIT RUN NUMBERS a R,O,VV. RIGHT OF WAY LINES EXHIBITC-2 PRELIMINARY ��� PROPOSED SIGNAL LAYOUT FOR INTERIM REVIEW ONLY MEN HALFF THESE DOCUMENTS ARE EG ATORYA REVIEW PPROVA AND N0T INTENDED FOR REGULATORY APPROVAL, ■■■ IDEA PUBLIC SCHOOLS WERE,EPARIG OR OR R THE SUPERVISION THEY WERE PAEPAAEO BY OR UNOEA THE SUPEAPISIDN OF: 1201 NORTH BOWSER ROAD RICHARDSON,TX 75081-2275 ALTAMESA' ' (214)346-620o STEPHEN MOORE XXXX CITY OF FORT WORTH TARRANT COUNTY TEXAS NAME P.E.NO. DATE 5/13/2019 HALFF ASSOCIATES FIRM REGISTRATION NUMBER:F-312 I � � I � � woo'8J n joowsa;sG-MMM I ']O' I c] 1181HX3 V=101HJIl 133211S C69-J'oN uo!le,ls!6aa wJ!J 3dai V c� Y V J .ON133HS £-01181HX3 9E90'££6-009-6 :auOgd uo}snoH . ugsny . JaiAl 6ug,nsuo0 pue 6uuaaw6u3 HW3SA a9 S�00HOS onand d3a1 �3ltl�S WZ?J39=0 96 :31VO :NO,S,A3a L 3SVHd - VS3WVIIV - VM 000'9006 -ON 90P sNH ZO■ M :=1 3 bl 1Z£0 E9Z 6 Z90 Z D31311 3SVHd VS3W V11V Z£0£9Z6 Z90 Z1S100HOS DIISnd V301lSIO9}iyoJV s�HI Z • F ` .d I w I I I i o z & �1 I I I x `0 �c w o ' I Lu 0 2 w= o1w Uwe o z J I ' I w _0 ~ P?w� w z z O 1 p J m Ox Ohom_� �z Z Q 8 O t r ~ O O~ K Z O w - U Q �- Vow U) / J w com V -oN J w E w p FQ m W �LL N aw m pox U o Y U <n rn V Y. Z O w m 0 w d m o I r o LL - UJ w wO ¢ N LLw z r w�V J z J o Q w No.- o U o ~ ~6z --w� I Q Q J C> wz zo oONc� m <� d oW g -- LHL 0 .�NzoW w N z x LL x too } w o<n w �sw, _ mL9v�iz I r J O O o O O m N O _ J z oJo m0¢Su� 00 000 tI} I CD ~ N W II LJ e I r N II I Q I � I w � IJ N r � I ~ J U - r o - U N IJJ ilI J - W 3NI