Loading...
HomeMy WebLinkAboutContract 53090 Received Date: Nov 20,2019 Received Time: 8:56 AM Developer and Project Information Cover Sheet: Developer Company Name: Lennar Homes of Texas Land and Construction,Ltd Address,State,Zip Code: 1707 Marketplace Blvd, Suite 100,Irving,TX,75063 Phone&Email: 469-587-5293,Jennifer.EllerALennar.com Authorized Signatory,Title: Jennifer Eller ,Authorized Agent Project Name: Senders Ranch East Phase 14 Brief Description: Water,Sewer,Paving,Storm Drain,Street Lights Project Location: Southwest of Rancho Canyon Way West of San Madrid Trail Plat Case Number: FP-16-057 Plat Name: I Sendera Ranch East Mapsco: Council District: 2 CFA Number: CFA19-0094 City Project Number: 102209 City of Fort Worth,Texas Standard Community Facilities Agreement-Sendera Ranch East Phase 14 OFFICIAL RECORD CFA Official Release Date:02.20.2017 Page 1 of 11 CITY SECRETARY FT. WORTH,TX STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. 53090 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 14 ("Project")within the City or the extraterritorial jurisdiction of Fort Worth,Texas("City"); and WHEREAS,the City has no obligation to participate in the cost of the Improvements or Project; and WHEREAS,any future City participation in this CFA is subject to the availability of City funds and approval by the Fort Worth City Council and shall be memorialized as an amendment to this Agreement; and WHEREAS, the Developer and the City desire to enter into this Community Facilities Agreement ("CFA" or "Agreement") in connection with the collective Improvements for the Project. NOW,THEREFORE,for and in consideration of the 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 14 CFA Official Release Date:02.20.2017 OFFICIAL REC( Page 2 of 11 CITY SECRETA,,, 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-Sendera Ranch East Phase 14 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-Sendera Ranch East Phase 14 CFA Official Release Date:02.20.2017 Page 4 of 11 J. Developer hereby releases and agrees to indemnify, defend and hold the City harmless for any inadequacies in the preliminary plans,specifications and cost estimates supplied by the Developer for this Agreement. K. Developer agrees to provide, at its expense, all necessary rights of way and easements across property owned by Developer and required for the construction of the current and future improvements provided for by this Agreement. L. The Developer further covenants and agrees to, and by these presents does hereby, fully indemnify, hold harmless and defend the City, its officers, agents and employees from all suits,actions or claims of any character,whether real or asserted,brought for or on account of any injuries or damages sustained by any persons (including death) or to any property, resulting from or in connection with the construction, design, performance or completion of any work to be performed by said Developer, its contractors, subcontractors, officers, agents or employees, or in consequence of any failure to properly safeguard the work, or on account of any act, intentional or otherwise, neglect or misconduct of said Developer, its contractors, sub-contractors, officers, agents or employees, whether or not such 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-Sendera Ranch East Phase 14 CFA Official Release Date:02.20.2017 Page 5 of 11 N. Upon completion of all work associated with the construction of the Improvements, Developer will assign to the City a non-exclusive right to enforce the contracts entered into by the Developer with its contractor along with an assignment of all warranties given by the contractor,whether express or implied. Further,Developer agrees that all contracts with any contractor shall include provisions granting to the City the right to enforce such contracts as an express intended third party beneficiary of such contracts. O. Inspection and material testing fees are required as follows: i. Developer shall pay in cash water and wastewater inspection fees and material testing fees equal to two percent(2%) for a total of 4% of the developer's share of the total construction cost as stated in the construction contract. ii. Developer shall pay in cash paving and storm drain inspection fees equal to four percent(4%) and material testing fees equal to two percent(2%) for a total of 6% of the developer's share of the total construction cost as stated in the construction contract. iii. Developer shall pay in cash the total cost of streetlights or if the city is not installing the streetlights, inspection fees equal to four percent(4%) of the developer's share of the streetlight construction cost as stated in the construction contract. iv. Developer shall pay in cash the total cost of street signs. P. COMPLETION WITHIN 2 YEARS i. Developer shall complete the Improvements within two (2) years, provided, however, if construction of the Improvements has started within the two year period,the developer may request that the CFA be extended for one additional year. ii. Nothing contained herein is intended to limit the Developer's obligations under the Policy, this Agreement, its financial guarantee, its agreement with its contractor or other related agreements. iii. The City may utilize the Developer's 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 14 CFA Official Release Date:02.20.2017 Page 6 of 11 construction of same before the expiration of two (2) years if the Developer breaches this Agreement, becomes insolvent or fails to pay costs of construction and the financial guarantee is not a Completion Agreement. If the financial guarantee is a Completion Agreement and the Developer's contractors and/or suppliers are not paid for the costs of supplies and/or construction, the contractors and/or suppliers may put a lien upon the property which is the subject of the Completion Agreement. Q. Developer acknowledges that in accordance with Chapter 2270 of the Texas Government Code,the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Developer certifies that Developer's signature provides written verification to the City that Developer: (1)does not boycott Israel; and(2)will not boycott Israel during the term of the contract. IMMIGRATION AND NATIONALITY ACT R. Developer shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form(I-9). Upon request by City, Developer shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Developer shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Developer employee who is not legally eligible to perform such services. DEVELOPER SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY DEVELOPER, DEVELOPER'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Developer, shall have the right to immediately terminate this Agreement for violations of this provision by Developer. City of Fort Worth,Texas Standard Community Facilities Agreement-Sendera Ranch East Phase 14 CFA Official Release Date:02.20.2017 Page 7 of 11 Cost Summary Sheet Project Name: Sendera Ranch East Phase 14 CFA No.: CFA19-0094 City Project No.: 102209 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 $ 368,250.25 2.Sewer Construction $ 238,229.00 Water and Sewer Construction Total $ 606,479.25 B. TPW Construction 1.Street $ 682,007.80 2.Storm Drain $ 817,134.00 3.Street Lights Installed by Developer $ 110,310.00 4. Signals $ - TPW Construction Cost Total $ 1,609,451.80 Total Construction Cost(excluding the fees): $ 2,215,931.05 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 12,129.59 D. Water/Sewer Material Testing Fee(2%) $ 12,129.59 Sub-Total for Water Construction Fees $ 24,259.18 E. TPW Inspection Fee(4%) $ 59,965.67 F. TPW Material Testing(2%) $ 29,982.84 G. Street Light Inspsection Cost $ 4,412.40 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 94,360.91 Total Construction Fees: $ 118,620.09 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 2,215,931.05 x Completion A reement=100%/Holds Plat $ 2,215,931.05 Cash Escrow Water/Sanitary Sewer--125% $ 758,099.06 Cash Escrow Paving/Storm Drain=125% $ 2,011,814.75 Letter of Credit=125%w/2 r expiration period $ 2,769,913.81 City of Fort Worth,Texas Standard Community Facilities Agreement-Sendera Ranch East Phase 14 CFA Official Release Date:02.20.2017 Page 8 of 11 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, ,nwa � Ltd Dana Burghdoff(N 19,201 Dana Burghdoff Interim Assistant City Manager Date: Nov 19,2019 Jennifer E•er(Nov 19,2019) Recommended by: Name: Jennifer Eller per- Title: Authorized Agent 1?"30--- Nov 19,2019 Jennifer L.Ezernack(Nov 19,2019) Date: 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(Nov 19,2019) requirements. Richard A.McCracken Assistant Ci Attorney E✓elyn Roberfs on behAlf M&C No. N�A Evelyn Roberts on behalf(Nov 19,2019) Date: Nov 19,2019 Name: Janie Morales Title: Development Manager Form 1295: i �F IF R I, ATTEST: Marv�ser Mary J.Kayser(Nov 20,2019) Mary J.Kayser/Ronald Gonzales City Secretary/Assistant City Secre XPIS City of Fort Worth,Texas Standard Community Facilities Agreement-Sendera Ranch East Phase 14 OFFICIAL RECORD CFA Official Release Date:02.20.2017 Page 9 of 11 CITY SECRETARY FT WORTH,TX Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment ® 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 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 14 CFA Official Release Date:02.20.2017 Page 10 of 11 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 102209 None. City of Fort Worth,Texas Standard Community Facilities Agreement-Sendera Ranch East Phase 14 CFA Official Release Date:02.20.2017 Page 11 of 11 00 42 43 DAP-BID PROPOSAL Page 1 of b SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Senders Ranch East,Phase 14 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal BidistoItem Description Specification Section No. Unit ff Q Bid Unit Price Bid Value uantity UNIT I:WATER IMPROVEMENTS 1 3311.0001 Ductile Iron Water Fittings w/Restraint 3311 11 TON 4.17 $4,000.00 $16,680.00 2 3311.0241 8"Water Pipe 33 11 10,33 11 12 LF 3735 $32.25 $120,453.75 3 3311.0251 8"DIP Water 3311 10 LF 119 $52.25 $6,217.75 4 3311.0441 12"Water Pipe 33 11 10,33 11 12 LF 897 $46.25 $41 486.25 5 3311.0451 12"DIP Water 3311 10 LF 146 $66.25 $9,672.50 6 13312.0001 Fire Hydrant 33 12 40 EA 6 $4,000.001 $24,000.00 7 3312.0002 Water Sampling Station 33 12 50 EA 4 $4,500.001 $18 000.00 8 3312.0117 Connection to Existing 4"-12"Water Main 33 12 25 EA 2 $1,000.00 $2,000.00 9 3312.2003 1"Water Service 33 12 10 EA 88 $950.00 $83 600.00 10 3312.3003 8"Gate Valve 33 12 20 EA 12 $1,150.00 $13,800.00 11 3312.360 112"Gate Valve 33 12 20 EA 4 $2,200.00 $8,800.00 12 9999.0001 Steel Encasement 00 00 00 LF 103 $180.00 $18 540.00 13 19999.0002 4"PVC Schedule 40 Sleeve 00 00 00 LF 100 $20.00 $2,000.00 14 9999.0003 1"Irrigation Service 00 00 00 EA 1 $1 200.00 $1 200.00 15 9999.0004 1.5"Irrigation Service 00 00 00 EA 1 $1,800.00 $1,800.00 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 46 TOTAL UNIT I:WATER IMPROVEMENTS1 $368,250.25 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Foon Version May 22,2019 00 42 43 Bid Prop asal_DAP-14 00 42 43 DAP-BID PROPOSAL Page 2 of b SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Senders Ranch East,Phase 14 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal BidistoItem Description Specification Section No. Unit ff Q Bid Unit Price Bid Value uantity UNIT It:SANITARY SEWER IMPROVEMENTS 1 3301.0002 Post-CCTV Inspection _ 33 01 31 LF 2654 $2.00 $5,308.00 2 3301.0101 Manhole Vacuum Testing 33 01 20 EA 11 $150.00 $1,650.00 3 3305.0109 Trench Safety 33 05 10 LF 2654 $1.00 $2,654.00 4 3331.3101 4"Sewer Service 33 31 50 EA 56 $650.00 $36 400.00 5 3331.4115 8"Sewer Pipe-SDR 26 3311 10,33 31 12,33 31 LF 2346 $38.00 $89,148.00 6 13331.4116 8"Sewer Pipe CSS Backfill 3311 10,33 31 12,33 31 LF 111 $48.00 $5,328.00 7 13331.4215 15"Sewer Pipe-SDR 26 3311 10,33 31 12,33 31 LF 165 $58.00 $9 570.00 8 3331.5753 15"Sewer Pipe,CLSM Back-fill 3311 10,33 31 12,33 31 LF 32 $78.00 $2,496.00 9 3339.0001 Epoxy Manhole Liner 33 39 60 VF 12 $215.00 $2 580.00 10 3339.1001 4'Manhole 33 39 10,33 39 20 EA 11 $3,400.00 $37,400.00 11 3339.1003 4'Extra Depth Manhole 33 39 10,33 39 20 VF 27 $185.00 $4,995.00 12 9999.0001 Existing Manhole Adjustment,Rim 00 00 00 EA 12 $2,000.001 $24 000.00 13 9999.0002 Connect to Existing Manhole 00 00 00 EA 1 $1,500.00 $1,500.00 14 19999.0003 Connect to Sewer Main System 00 00 00 EA 1 $1 000.00 $1 000.00 15 9999.0004 Manhole Vacuum Testing(Existing MH) 00 00 00 EA 12 $250.00 $3,000.00 16 9999.0005 Adjust Ex.Sanitary Sewer Services 00 00 00 EA 32 $350.00 $11 200.00 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 46 47 TOTAL UNIT It:SANITARY SEWER IMPROVEMENTS1 $238,229.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Foon Version May 22,2019 00 42 43 Bid Proposal DAP-14 00 42 43 DAP-BID PROPOSAL Page 3 of b SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Senders Ranch East,Phase 14 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal BidistoItem Description Specification Section No. Unit ff Q Bid Unit Price Bid Value uantity UNIT III:DRAINAGE IMPROVEMENTS 1 3137.0105 Medium Stone Riprap,Grouted _ 31 3700 SY 816 $90.00 $73,440.00 2 3305.0109 Trench Safety 330510 LF 1569 $1.00 $1,569.00 3 3305.0112 Concrete Collar 33 05 17 EA 5 $500.00 $2,500.00 4 3341.0201 21"RCP,Class III 3341 10 LF 280 $50.00 $14 000.00 5 3341.0208 27"RCP,Class III 3341 10 LF 254 $65.00 $16,510.00 6 13341.0302 30"RCP,Class III 3341 10 LF 308 $75.001 $23,100.00 7 3341.0402 42"RCP,Class III 3341 10 LF 542 $135.001 $73 170.00 8 3341.1102 4x3 Box Culvert 3341 10 LF 24 $180.00 $4,320.00 9 3341.1502 5-8x5 Box Culvert 3341 10 LF 122 $2,200.00 $268,400.00 10 3349.0001 4'Storm Junction Box 334910 EA 4 $4,000.00 $16,000.00 11 3349.0003 6'Storm Junction Box 334910 EA 1 $6,000.00 $6,000.00 12 3349.5001 10'Curb Inlet 33 49 20 EA 2 $3 000.00 $6,000.00 13 13349.5002 15'Curb Inlet 33 49 20 EA 10 $4,000.00 $40,000.00 14 9999.0001 Inlet Protection 00 00 00 EA 12 $150.001 $1 800.00 15 9999.0002 Concrete Apron 00 00 00 SY 268 $60.001 $16,080.00 16 9999.0003 TxDOT Parallel Wings,PW-1 Headwall 00 00 00 EA 4 $42,500.00 $170,000.00 17 9999.0004 TxDOT PR-1 Handrail or Approved Equal 00 00 00 LF 561 $145.00 $81,345.00 18 9999.0005 Remove Existing Headwall and Riprap 00 00 00 EA 1 $1,500.00 $1,500.00 19 9999.0006 Connect Existing 27"RCP to Existing 00 00 00 EA Junction Box 1 $1,000.00 $1,000.00 20 19999.0007 Remove Existing 27"RCP 00 00 00 LF 20 $20.00 $400.00 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 TOTAL UNIT III:DRAINAGE IMPROVEMENTS1 $817,134.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Foon Version May 22,2019 00 42 43 Bid Proposal DAP-14 00 42 43 DAP-BID PROPOSAL Page 4 of b SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Senders Ranch East,Phase 14 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal BidlistoItem Description Specification Section No. Unit oirefasr Q Bid Unit Price Bid Value uantity UNIT IV:PAVING IMPROVEMENTS 1 3211.0400 Hydrated Lime(30 Ibs/sy) _ 32 11 29 TN 245 $180.00 $44,100.00 2 3211.0501 6"Lime Treatment(30 Ibs/sy) 32 11 29 SY 16282 $3.15 $51 288.30 3 3212.0101 6"Cone Pvmt 32 13 13 SY 15262 $35.00 $534,170.00 4 3213.0301 4"Cone Sidewalk 32 13 20 SF 7726 $3.25 $25 109.50 5 3213.0501 Barrier Free Ramp,Type R-1 32 13 20 EA 4 $1,200.00 $4,800.00 6 13213.0506 Barrier Free Ramp,Type P-1 32 13 20 EA 8 $1,500.00 $12,000.00 7 9999.0001 Construct Std.Pvmt Header 00 00 00 LF 87 $20.00 $1 740.00 8 9999.0002 Construct Type III Barricade 00 00 00 EA 3 $500.00 $1,500.00 9 9999.0003 Remove Barricade and Connect to Existing 00 00 00 EA 2 $500.00 $1,000.00 Pavement 10 9999.0004 Stop Signs 00 00 00 EA 6 $350.00 $2,100.00 11 9999.0005 Street Name Blade Pair 00 00 00 EA 12 $200.001 $2,400.00 12 19999.0006 Street Sign Pole 00 00 00 EA 6 $300.00 $1,800.00 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 TOTAL UNIT IV:PAVING IMPROVEMENTS1 $682,007.80 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Foon Version May 22,2019 00 42 43 Bid Proposal DAP-14 00 42 43 DAP-BID PROPOSAL Page 5 of b SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Senders Ranch East,Phase 14 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal BidlistoItem Description Specification Section No. Unit oirefasr Q Bid Unit Price Bid Value uantity UNIT V:STREET LIGHTING IMPROVEMENTS 1 2605.3015 2"CONDT PVC SCH 80(T) _ 26 05 33 LF 2314 $12.00 $27,768.00 2 3441.3201 LED Lighting Fixture(50W) 34 41 20 EA 21 $600.00 $12 600.00 3 3441.3301 Rdwy Illum Foundation TY 1,2,and 4 34 41 20 EA 21 $1,000.00 $21,000.00 4 3441.3301 Rdwy Illum Assembly TY 8,11,D-25,and D- 34 41 20 EA 21 $2,000.00 $42,000.00 30 5 9999.0001 3-#10 Copper Wire 00 00 00 LF 2314 $3.00 $6 942.00 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 TOTAL UNIT V:STREET LIGHTING IMPROVEMENTS1 $110,310.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Foon Version May 22,2019 00 42 43 Bid Proposal DAP-14 e0 42 t; [)AP-RID FRO PO.S A I. P4, SECTION!00 42 43 Developer Awarded Projects-PROPOSAL FORM ScMera Ramh Fast,Ph&w 14 UNIT PRICE BID Bidder's Application Preps It®Information aiddds Proposal 13id11st firm Deumpmon Specs&cation Sm-tim No Unit of Bid Unit F4ica Bid Vol., No. Measvrc Quantity 8id Summary UNIT I:WATER IMPROVEMENTS $368,250,25 UNIT II:SANITARY SEWER IMPROVEMENTS $238,229.00 UNIT III:DRAINAGE IMPROVEMENTS $817.134.00 UNIT IV:PAVING IMPROVEMENTS W2,007.80 UNIT V.STREET LIGiiTING IMPROVEMENTS $110.310.00 Ta1:l Co rrurrion Hid $2—215 931.05 Thb Bid Is submitted by the entity named helaw: RTDDEW BY: .: Cnmtmctinn TX.t I Sil iti•rchi tm Sirevs For t Wag th.T%7610 7 TTTE E- DATE: 10/11/,2 I R Cantrxrtor■erm to romp lete WORK far FLNAL ACCEPTANCE within 22r1 warldog days otter the date when lbe CONTRACT comuteam to ma as provided to OK Gears]Canditiorrr. END OF SECTION CF Y OF r#T ItiflaTH STANDARD COIiSMCiM]N SPECNKATION DOCUMENTS•DEVELOPER AWARDED PROJEM Furor Vn m"UI919 00 42 43_BA PTWp Al_DAP-li O O o to O co N � m N LL Co LJ Z J � � U LL. N O\ c O o W O a 3 x A F w o LO _ `- �01 v m _ aa) W o o a�l ASVN8 — - a o cli o CO Co � � - �ab ).ea NHor J uIL i j o � � o vz zoo 2 p O J y U) V lai �03 Q Z) O J z a0 fn � o w < 0U � ° a Pp ' � C ua}}ag 18iuo0 'wV 09:O1 61OZ/Z/L '6Mp•dow R}iuio!A -VdD\yl asoyd\Vd0 994\ONVI 004\9Z00\ONVI-X1N\:S 0 o _o c0 M aD CM CO L;j � L.Z Q L U [•I ow- N c O 0 W O Ll U � O w z LLIw z wwS a = w J Q Z Of J r X O fR w r w LLJ a a A 'L x 3 � LL 0 0 0 3 L� ca Z LU vi vwi vw z z z i 0 W U `� LO 0 0 0 vri vri L r °' y Of Uco d d d w w w J = t X a)W o C a CD ' to - `° i J o000 O c� O O N W L O CC) Q O W w L o a_ O Q Q � I / = z A C) � � v O 010 w O $ w rato /Q — 03000 04I to Z U wmo p rrn 0 3 ')� a r OaGOD J (/) z 3 5 w Uto N 0] Q 3Ujo 'o r_ 0� 3 O w�am O z UJ I N o 0 a� 3Ntl4 tl31tlM 3lWl z M M o J z �w w a M 0 a M n 3 T z J bo w a � N J O _ M O� M .tlM inaeaaa b-�M ..8 M M O Of W M M O a a M i%1 M M ZJ za w u9}}08 Iaiuo0 'WV 64:01 610Z/Z/L '6Mp•JOIDM -Vd0\171 asoyd\VJO 994\ONVI 004\9Z00\ONVI-X1N\:S 0 ' o S_o to M co � M C� Z _ N L.L Co LJ Z Q Ict LL N O\ C W N 11 LUQ u � o Ld z w CD w w m � � !n Q J C) WLLJ J Z Ln O= -> � co w U7 3 00 U) � � Qw way = rn a Li v U)J 0 ca 0 A F �� LU o 0 00 z z �, Z _ W V E2 LO 0 0 z Ln V) = of IrQ X X N 0_ O_:2 Lu Lu -i IM U `" m _ x W o c, � aZ � y ' � .2 toCOo O N O Qo i cn 03 N Q O W LLJ a Q Ln 0 a O w oO ro oo Ln zoo U Q V)wrOO rn 0 ItV) I W �s 00Nof0 x 10 Qz _ a- 10 W c� Z o / J O0 ` Z � fNOf pO [n NW3U0O1 O V)- 1 UN?i rr N U�3 �(nO^C, W—fn Z 07 WX V) Q-p0 ZXN W 00 W V) x a 0) w X OOI� W 117� OOP Of J Z0� Vl 0 0 Wr O 55-1 0 a31tlM 3lllll O W 1 M U)U,0 1 M �O M n m X a-(01, O m Wp W W b `f W a M O N � N a —SS ..2 f _ O n M N ob1 n ? Z a W N N q O N t0 M N b� N r O a vri 3 z X V) N M M rMj M M M W V)OO (Lf)f� AYm 100e0a] —SS Q M) U r- _ M O � O O o7 M M a i�L U J O za w U91488 IG!UDO 'WV 09:01 610Z/Z/L '6Mp• JOIDMOISOM -VdO\yl OSDgd\VdO 994\ONVI 004\9Z00\ONVI-X1N\:S 0 o _o co co M f m o I I F'� cNo Q 1. v li U I I 4•= (A I I C (10 W C 0_ J^ J Q U O m� Q� Q o- � z z 10 �w �— — w Z LLJm W H • No o? oa- QO_ � _ U C >, m 0 0 o a X , p LLJ oM �> o w a x y w O0 O= Oo 0-o � W �+ x FD CD 0< or o} Om Ar� w J 0�0 0'm Of C0 �m F� o �o �� o �� � W U � �01 v co _ x W o c, i aZity 7 � 1 1 _ A CDcoo O oCo co O N � W � Ln_ O Q O w w LnO � O U Q z � � co Ln � � U Q 10 LLJ O 16 Q Z4:zz _ ate L� U 5 8 3NM0 N3ltlM 311L1�' f M a N m m M e41 o \^ o M \� N r O tlM 1lIMCn'J' M M M SL N M O 4 M M M M M ua}}ag 19iuo0 'M Z9:Ol 61OZ/Z/L '6Mp•6uinod -VdO\bl aso4d\Vd0 994\ONVI 004\9Z00\ONVI-X1N\:S 0 o �M ao O � Z N � CO t r W J � 0 w w w co O J J Z w � Z z Z Z Q LLJ LLI W J 0 � o JZ Om 0Z 0 0 0 �Z Z = w- w w w a �JV) V) U) X 0 0 0 0 W C 0a 0 0 0 Na V) � ~ W A �L X CD 0_0 a- a- a- w0 w w W U m CN V1 = `O �01 v m _ x W o c aZity ' to- 11 _ toCD CO Co O J 00 o O N 00 �� O cD Q O W LLJ L � O m �Q Q ,.� � = z 3 o a- U LLJ U�_ Cf) w X N ZW _ z $ —oo= o. a UH N W't / U UOm Q- ao QT a o. wd NXU aom I 0� 5 O� C, O Q N O I'7 3N+KI a3ltlM 31.1 O ary M M M a N m M 6 W o v N in $ m 5p ,n n N � m M O O m 1 M M M n Atlm 1f10d0a3 M M O 4 M M M M M ua}}ag laiuo0 'NV 19:O1 61OZ/Z/L '6Mp•wJo}S —VAO\yl aso4d\Vd0 994\ONVI 004\9Z00\ONVI—X1N\:S 0 o _o co M co f� M Co W Z N CL' O o N t o = LLI w J ~ H v °z c� � m z w H w wC w _ J � �z w o ~ U C QLLJ No N w w 3 a 09 as y 00 CD 0 2 ono w o a -�t W J J = C •� ) N W o c, �N az �CD y J o cn 0 0 o No cal w L_ w no Q o 03 w Q - � 01, _ Q � � w � v o w '° 0 3 � wv O � 0 � M M N M M a M M M M M M M O� M tlM lfgldN] Q M M M M M M O ua}}ag laiuo0 'WV 19:O1 6LOZ/Z/L 'Bmp•sl4B!l 10-16 -VAO\yl asoyd\VJO 994\ONVI 004\9Z00\ONVI-X1N\:S 0 o _o co M co � M Co L;j Z —i cp Q , Ict L.L L) [..� N Z O o U - Ln r W C Ll w c) x �, a - U C z U)LLI LLI H z z W U W Lu ~ w m w = = 3 W o x �., a � of J a W a o (n Z .� ''' o U `� � o F- C a 1- F- '� U co co V J = L K N W o c, F- CD az � y J o cn 0 1 C � 00 � w ILn CO w Lno� Q ow Q � z � �0 00 Ln a_ Q v � � w � o U� z Z4:z� � U 3Na0 x3ltlM 3llLl 0 M M N y �ify3 Y{S' M N M V p N N N � N � N S� r M O O M O� �� N1 M rM'1 i7 M wO M M tlM 1fIM0tl] M ua}}ag Jaiuo0 'WV 19:01 61OZ/Z/L '6Mp•Subls 100-JIS -VJO\yl QSD4d\Vd0 S94\ONVI 004\9Z00\ONVI-X1N\:S