Loading...
HomeMy WebLinkAboutContract 53111 Received Date: Nov 26,2019 Received Time: 8:57 AM Developer and Project Information Cover Sheet: Developer Company Name: Meritage Homes of Texas,LLC Address, State,Zip Code: 8840 Cypress Waters Blvd., Suite 100 Dallas,Texas 75019 Phone&Email: 972-580-6300 1 david.aughinbaugh@meritagehomes.com Authorized Signatory,Title: David Aughinbaugh,Vice President,Land Project Name: Northstar Section 2 Phase 1 Brief Description: Water, Sewer,Paving, Storm Drain and Street Lights Project Location: South of Northstar Parkway Plat Case Number: None Provided Plat Name: Northstar Section 2 Phase 1 Mapsco: None Provided Council District: 7 CFA Number: EFA19-0121 City Project Number: 102270 1 IPRC19-0185 City of Fort Worth,Texas Standard Community Facilities Agreement-Northstar Section 2 Phase 1 CFA Official Release Date:02.20.2017 rFT. AL RECORD Page 1 of 14 ECRETARY ORTH, TX STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. 53111 WHEREAS, Meritage Homes of Texas, LLC, ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as Northstar Section 2 Phase 1 ("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-Northstar Section 2 Phase 1 OFFICIAL RECORD CFA Official Release Date: 02.20.2017 Page 2 of 14 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) ®. 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-Northstar Section 2 Phase 1 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-Northstar Section 2 Phase 1 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-Northstar Section 2 Phase 1 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 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-Northstar Section 2 Phase 1 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 (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-Northstar Section 2 Phase 1 CFA Official Release Date: 02.20.2017 Page 7 of 14 Cost Summary Sheet Project Name:Northstar Section 2 Phase 1 CFA No.: CFA19-0121 City Project No.: 102270 1 1PRC19-0185 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 $ 303,509.50 2.Sewer Construction $ 308,732.90 Water and Sewer Construction Total $ 612,242.40 B. TPW Construction 1.Street $ 810,770.95 2.Storm Drain $ 362,610.00 3.Street Lights Installed by Developer $ 66,839.03 4. Signals $ - TPW Construction Cost Total $ 1,240,219.98 Total Construction Cost(excluding the fees): $ 1,852,462.38 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 12,244.85 D. Water/Sewer Material Testing Fee(2%) $ 12,244.85 Sub-Total for Water Construction Fees $ 24,489.70 E. TPW Inspection Fee(4%) $ 46,935.24 F. TPW Material Testing(2%) $ 23,467.62 G. Street Light Inspsection Cost $ 2,673.56 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 73,076.42 Total Construction Fees: $ 97,566.12 Choice Financial Guarantee Options,choose one Amount Mark one Bond= 100% $ 1,852,462.38 X Completion Agreement=100%/Holds Plat $ 1,852,462.38 Cash Escrow Water/Sanity Sewer-125% $ 765,303.00 Cash Escrow Paving/Storm Drain=125% $ 1,550,274.98 Letter of Credit=125%w/2 r expiration period $ 2,315,577.98 City of Fort Worth,Texas Standard Community Facilities Agreement-Northstar Section 2 Phase 1 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 Meritage Homes of Texas,LLC Dana Burghdoff(N 25,201 Dana Burghdoff Interim Assistant City Manager ' Date: Nov 25,2019 David Aughin (Nov 25.2019) Name: David Aughinbaugh Recommended by: Title: Vice President, Land A" Date: Nov 25,2019 J erinFer Ezernack(N ov 25,2019) Evelyn Roberts/Jennifer Ezernack Project Assistant Planning and Development Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and Approved as to Form &Legality: administration of this contract, including ensuring all performance and reporting requirements. Richard A.McCracken(Nov 25,2019) Richard A.McCracken Q✓eiyn Roberrs on banaif of Assistant City Attorney Evelyn Roberts on behalfof(Nov 25,2019) M&C No. Name: Janie Morales Date: Nov 25,2019 ,a. . Title: Development Manager Form 1295: £�CO�T � t � ••.;per, ATTEST: V Mary J.Kayser/Ronald Gonzales City Secretary/Assistant City Secretary City of Fort Worth,Texas Standard Community Facilities Agreement-Northstar Section 2 Phase 1 CFA Official Release Date:02.20.2017 Page 9 of 14 CITY SEC[tETA►RY OrT. U1l®RT 4,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 ® Attachment 2—Concurrent CFA Provision ® 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-Northstar Section 2 Phase 1 CFA Official Release Date: 02.20.2017 Page 10 of 14 ATTACIEMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 102270 1 IPRC19-0185 None. City of Fort Worth,Texas Standard Community Facilities Agreement-Northstar Section 2 Phase 1 CFA Official Release Date: 02.20.2017 Page 11 of 14 ATTACHMENT "2" Concurrent CFA Provision City Project No. 102270 The improvements being constructed by Developer pursuant to this Agreement will connect to improvements being constructed by 170 Northstar Ranch Developer, Inc., under two separate Community Facilities Agreements, City Secretary Contract Nos. 52955 and 52277 (hereinafter the "Separate CFAs"). Developer has requested and the City has agreed to allow Developer to begin the construction of the improvements contained in this Agreement before the improvements being constructed under City Secretary Contract Nos. 52955 and 52277 are completed and accepted by the City. Therefore,this Agreement shall be considered a"Concurrent CFA" and the provision contained in this Attachment shall apply to this Agreement. The improvements being constructed under the Separate CFAs shall be defined as the "Primary Projects." The improvements being constructed by Developer under this Agreement shall be defined as the "Secondary Project." Developer acknowledges and agrees that due to Developer's election to construct a Concurrent CFA, the potential exists for technical, delivery, acceptance or performance problems (hereinafter "Construction Problems"). Construction Problems may include, but are not limited to: failure of the improvements to comply with the approved plans or City Specifications; failure of the improvements in the Primary Projects and the Secondary Project to properly connect to each other; changes to the design or construction of the improvements in the Primary Projects that impact the design and construction of the improvements in the Secondary Project; construction delays, delay claims, or claims for liquidated damages; increased costs for the Developer or the developer of the Primary Projects; failure of the improvements to pass inspection or material testing; or rejection by the City of some or all of the improvements and Developer or the developer of the Primary Projects having to remove and reconstruct the improvements at the expense of Developer, developer of the Primary Projects, or both. In addition, Developer understands and agrees that disputes may arise between the contractors or subcontractors for the Primary Projects and the contractors or subcontractors for the Secondary Project relating to responsibility for the Construction Problems. Developer shall be solely responsible for resolving disputes between contractors, disputes between contractors and subcontractors and disputes between Developer and the developer of the Primary Projects. Developer acknowledges and certifies that Developer has entered into a written agreement with the developer of the Primary Projects and said agreement: (1) provides Developer with any access needed through property owned by the developer of the Primary Projects;(2)that Developer and the developer of the Primary Projects shall resolve all disputes regarding the design and construction of the Primary Projects and the Secondary Project; and (3) the developer of the Primary Projects will notify Developer of any all changes to the design or construction of the improvements in the Primary Projects, including any field changes. City of Fort Worth,Texas Standard Community Facilities Agreement-Northstar Section 2 Phase 1 CFA Official Release Date: 02.20.2017 Page 12 of 14 Developer further acknowledges and agrees that Developer has notified all of Developer's contractors for the Project that Developer has elected to construct a Concurrent CFA, the provisions of this Attachment, the risks associated with a Concurrent CFA, and that the City shall not bear any responsibility for construction of the improvements or Developer's decision to proceed with a Concurrent CFA. Developer shall not make the final connection of the improvements in the Secondary Project to the improvements in the Primary Projects until the improvements in the Primary Project have been constructed and accepted by the City and the City has consented to Developer making the connection. Developer agrees that if this Agreement is for improvements relating to the construction, renovation or modification of one or more single family residential homes or structures, the City will not record the plat related to the Project until the improvements are constructed and accepted by the City. Developer agrees that if this Agreement is for improvements relating to the construction, renovation or modification of one or more commercial buildings or structures, the Developer shall not receive a Certificate of Occupancy from the City for the building(s)related to the Project until the improvements in this Agreement are constructed and accepted by the City. Developer further understands and agrees that completion of the improvements under this Agreement does not entitle Developer to obtain a final plat of the property until all other requirements of Federal law, State law, or the City Code relating to the filing and recording of a final plat have been met by Developer. BY CHOOSING TO CONSTRUCT A CONCURRENT CFA, DEVELOPER ASSUMES ALL RISKS AND DEVELOPER SHALL BE LIABLE AND RESPONSIBLE FOR ANYANDALL DAMAGES,INCL UDINGBUTNOTLIAHTED TO,ANYAND ALL ECONOMICDAIVIAGES,PROPERTYLOSS,PROPERTYDAIVIAGESANDPERSONAL INJURY(INCLUDING DEATH OFANYKIND OR CHARACTER, WHETHER REAL OR ASSERTED. DEVELOPER HEREBYEXPRESSLYRELEASESAND DISCHARGES CITY FROM ANY AND ALL LIABILITY FOR DAMAGES, INCLUDING, BUT NOT LIMITED TO, ANY AND ALL ECONOMIC DAMAGES, PROPERTY LOSS, PROPERTY DAMAGE AND PERSONAL INJURY (INCLUDING DEATH ARISING OUT OF OR IN CONNECTION WITH, DIRECTLY OR INDIRECTLY, THE CONSTRUCTION OF THE IMPROVEMENTS OR DEVELOPER'S DECISION TO CONSTRUCT A CONCURRENT CFA. DEVELOPER, AT ITS SOLE COST AND EXPENSE,AGREES TO AND DOES HEREBYINDEMNIFY,DEFEND,PROTECT,AND HOLD HARMLESS CITY, AND CITY'S OFFICERS, REPRESENTATIVES, AGENTS, EMPLOYEES,AND SER VANTS FOR,FROMAND A GAINST ANYAND ALL CLAIMS (WHETHER AT LA W OR INEQUITI9, LIABILITIES, DAMAGES(INCLUDING ANY AND ALL ECONOMIC DAIVIAGES, PROPERTY LOSS, PROPERTY DAMAGES AND PERSONAL INJURIES INCLUDINGDEATH),LOSSES,LIENS, CAUSES OFACTION, SUITS,JUDGMENTS AND EXPENSES(INCLUDING,BUTNOTLIAHTED 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 RELEATED TO CONSTRUCTION OF THE IMPROVEMENTS OR DEVELOPER'S CHOICE TO CONSTRUCT A CONCURRENT CFA, OR (2) BY REASON OF ANY City of Fort Worth,Texas Standard Community Facilities Agreement-Northstar Section 2 Phase 1 CFA Official Release Date: 02.20.2017 Page 13 of 14 OTHER CLAIM WHATSOEVER OF ANY PERSON OR PARTY OCCASIONED OR ALLEGED TO BE OCCASIONED IN WHOLE OR IMPART BY THE CONSTRUCTION OF THE IMPROVEMENTS OR DEVELOPER'S CHOICE TO CONSTRUCT A CONCURRENT CFA, WHETHER OR NOT SUCH INJURIES, DEATH OR DAMAGES ARE CA USED, IN WHOLE OR IN PART, BY THE ALLEGED NEGLIGENCE OF THE CITY OF FOR T WORTH,ITS OFFICERS, SERVANTS OR EMPLOYEES. By signing below, Developer certifies that all statements contained in this Attachment"2" Concurrent CFA Provision are true and correct. DEVELOPER: Name: David Aughinbaugh Title: Meritage Homes of Texas, LLC City of Fort Worth,Texas Standard Community Facilities Agreement-Northstar Section 2 Phase 1 CFA Official Release Date: 02.20.2017 Page 14 of 14 nU4_4) LIAP•HILT PROPOSAL Pay.I or 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Protect lien Information Biddces Piopml Bidlist hen description Specification Unit nr Bid ;Init I'mc Bid Value No Scetion No Mcasurc Quanlm UNIT I:WATER IMPROVEMENTS 1 3311.0241 8'Water Pipe 3311 10.33 LF 5047 527,50 S138.792.50 2 3312,3003 8-Gate Valve 33 12 20 EA 16 $950,00 $15,200.00 3 3312.0001 Fire Hydrant 33 1240 _ EA 6 53,400,00 520,400.00 4 3311,0001 ductile Iron Water Fi tti n 9 s W Reslraint 33 11 11 T& 3 69 S5,000A0 S18,450.00 5 3312.2003 1' Water Servke 33 12 10 EA 127 $780.00 $99.060.00 6 3312,0117 Connection to Exisitng 4"-12"Water Main 33 12 25 EA 4 S500.00 $2.000.00 7 3305.0109 Trench Safety 33105 10 LF 5057 $0.50 $2,528.50 a 9999.0001 8"x 1.5"TS&V 000000 FAA 1 $1,850.00 $1,850,00 9 9999.0002 8"x 2.5"TS&V 00 00 00 EA 1 52.500.00 $2,500.00 10 9999.0003 1.5" PVC Water Pipe 00 00 00 LF 5 $20.00 S100.00 11 9999.0004 2.5"PVC Water Pipe 00 00 00 LF 5 S20.00 $100.00 12 9999.0005 Water Testing(Excluding Geotech) 00 00 00 LF 5057 $0.50 $2.528.50 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 46 5t1M $303.509.50 C rrY OF FORT%YoK r i i S MN D ARb COY 5 MV CTION SPEC IFICATION❑DC OA IENTS-DE%FLOP is R A W APDE D P ROIE t-T S Fina ve lk."Sin ZZ.:i'I-! 004:43 H,d Propo5a1—t1AP_hTtJn! (K»z,) PAP-E 10 MOMS AL pur:�r� SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project licm Informalion Bidder's Proposal Bidlist hcrn Description Spccificavon Unit of Bid Unil Priec Bid Valuc No Section No hieasure Quantity UNIT II:SANITARY SEWER IMPROVEMENTS 1 3331,4211 12"Sewer Farce Main(C-900 DR-14) 3311 19,33 LF 949 $46.00 $43,854.00 2 3331,4115 8"Sewer Pipe(SOR-26,ASTM D3034) 3311 10,33 LF 3894 $29.00 $112,926.00 3 3331.3101 4"Sewer Service 33 31 5D F-A 125 $400.00 $50,000.00 4 3331,3301 8"Sewer Service 33 31 50 EA 1 $2.300,00 $2,300.00 5 3339,1001 4'Manhole 33 39 10,33 EA 17 53 200.00 554,400.00 6 3339,0003 Extra Depth 4'Manhole _ 33 39 10,33 VF 68.3 $150.00 $10,245.00 ? 3331,3401 Ductile Iron Sewer Fittings 3-3-1—1 11 TON 0.3 $5.000,00 $1,500.00 8 3331.4116 8"Sewer Pipe,CSS 8ackfill 33 11 10,33 LF 110 $76.00 $8.360.00 9 3301.0002 Post-CCTV Inspection 3301 31 LF 4953 $3.80 $18,821 40 10 3301,0101 Manhole Vacuum Testing 33 01 30 EA 17 5150.00 52,550.00 11 3305,0109 Trench Safety 33 05 10 LF 4953 S0.50 $2.476 50 12 9999.0006 Connect to Existing Sewer Line do 00 fl0 EA 3 $500.00 $1,500.00 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 36 39 40 41 42 43 44 45 46 sum 5 308,732.90 Crrr or FORT WORTH STANDARD CnNSTAUM. ON SPECIFICATION DOC1'h1ENTS•pk'V ELOPE P AWARD F.11 PROM M rnnn Vernon till 22,2ul-+ (MI 42 4] Rid Pioposal_DAP_OTUikl nn 4_43 DAie•BID PROPOSAL rain a ors SECTION 00 42 43 Developer Awarded Projects-PROPOSAL.FORM UNIT PRICE BID Bidder's Application Proicct 11em W4--rmation Bidders Proposal Fiidllst Item Description Spccificatlon l'mt of Rid Unit Price Bid Valuc No I Sccliun No Measure Quantity UNIT IIL-DRAINAGE IMPROVEMENTS 1 3349.5001 10'Curb Inlet 33 49 20 EA 15 $4.000.00 $60,000.00 2 3349,5002 15'Curb Inlet 33 49 20 EA 5 $5.000.00 $25,000.00 3 3349.7001 4'Drop Inlet 33 49 20 EA 1 $3.800.00 $3,800.00 4 3349,0001 4'Storm Junction Box 33 49 10 EA 8 $3.500-00 S28,000.00 5 3349.0002 5'Storm Junction Box 33 49 10 EA 1 $4.800 00 $4,800.00 6 3341.0201 21"RCP,Class III 3341 10 EA 347 $70.00 $24,290.00 7 3341,0205 24"RCP,Class Ill 3341 10 EA 1367 S80.00 $109,360.00 8 3341.0302 30"RCP,Class III 3341 10 EA 130 $90.00 $11,700.00 9 3341.0309 36"RCP,Class III — 3341 10 EA 726 $125,00 $90,75D.00 10 3305,0109 Trench Safety — 3305 10 LF 2570 $0.50 $1,285,00 11 9999.0007 Riprap 313700 SY 25 $85.00 $2,125,00 12 9999.0008 Connect to Exisitng Storm 006606 EA 3 $500 00 $1,500,00 13 14 15 16 17 18 19 20 21 22 23 24 -- -----. �r 25 26 27 28 --� 29 — - 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 SUM $ 362,610-00 MY OF FORT%VORT31 STANDARD CONSTRUCTION SPECIFICATION DOCUNIEYT$-DES-ELOAFR AVYAFLDFD PROfFCTS FmnVcrslPAStm 2..ZIP 1-) e14142Z43_Bidt'iopasjl DAP-DTtlul 613 4:.I3 DAP.RID PR 0 POS.►L Parr 7 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Prujcct Itens fnformannn Bidder's Propxlsal Bidlist Ilcm DcscrlpTllon Specification Unit of Bid Unit Pnce Bid Valuc No Sect on No Was= Quanlily Bid Summery UNIT I:WATER IMPROVEMENTS $ 303.509.50 UNIT W.SANITARY SEWER IMPROVEMENTS $ 308,732.90 UNIT III:DRAINAGE IMPROVEMENTS $ 36Z610.40 UNIT IV:PAVING IMPROVEMENTS $ - UNIT V:STREET LIGHTING IMPROVEMENTS 5 - UNIT VI:TRAFFIC SIGNAL,IMPROVEMENTS 5 - Twat Canstructiun Hid $974,852.40 This Bid is quhmittcd hY the entil►•named heinw: 8IDDFR 111: �/CzL �cr�a�a� Oe-7 llI1TE:�/}Y ��•� �! Contranur agrCcs to crunplctc►►ORK for FINAL ACCEPTANCE within /10workinr days after the Byte-A ben the COXTRACT commencer to run as provided ire the Gcncrat Conditions. END OF SECTION CFFY OF FORT%YORTI£ STANDARD C0NSrKUCTIONSPECIFWATWNDOCUmENFS-DEVNAPER AWARD E 0 P ROI E CTS Form►-emm tilt N.ZIP: 4111 J:43$id Proposes DAr-DTLtiI In142 4 i D 1P-BID PROPOS:V. P�6c j aF7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Biddcr',$Iroposal I3Oki Iietn Dmuption Specification Scuinn\o knit of [aid t!nil I'riee Bid\"aloe No \Icld Of Quautity UNIT V:STREET LIGHTING IMPROVEMENTS 1 2605.3001 2"CONDT PVC SCH 80(T) 26 05 33 LF 1774 10.79 19,141.46 2 3441.3303 Rd illum Foundaflon TY7 34 41 20 EA 29 - --- _ "`'y .--.____._______._--- 3 3441,1410 NO 10 Insulate Eiec Condr 3441 10 LF 1774 0.99 1,756.26 4 3441.3035 Install Utility Washington Postline 34 41 20 E _.__�A _ . 29-- 512.00 14,848.00„_ 5 3441.1408 NO 6 Insutated Elec Condr 3441 10 LF 3548 0.99_._. 3,512.52 6 3441.1502 Ground Box Type B,w!Apron 34 41 10 EA 45 1.00 45.00 7 8 9 1a 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 46 _._ ___ sum $66,839 03- CITS OF FOHI'11 Otii'FI ST.%M).XRD CONSTRUCTIO\SPECIFIC I,T10N DOCU%f FNTS-DG VLit-OPFR A1V ARMED PRO1 V(-fS runn VsnEan]la>22 2EIV) at14243_rJtd P.pns:J_D.%Ps1, m 4'-43 DAP-BID PROPOSAL NE.7 oe7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Scciiou No. [.Itit of BId Unit Price Bid\'aloe No. Meamuc Quantify Bid Summary UNIT I:WATER IMPROVEMENTS $ n/a_ UNIT II SANITARY SEWER IMPROVEMENTS b n/a- UNIT III:DRAINAGE IMPROVEMENTS $__ n/a UNIT IV:PAVING IMPROVEMENTS n/a- UNIT V:STREET LIGHTING IMPROVEMENTS 5 66,839.03 UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS s n/a- Total Construction Bid $66,839.03 This Bid is submitted by the entity named below: BIDDER: BL: RI rd WOIfe — Independent Utility Construction, Inc. 5109 Sun Valley Drive TITLE: re Ides Fort Worth, TX 76119 D..TE: 09-24-19 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 30 calendar dals after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION CITY OF FORT tWORTtt STANDARD CONSTRUCTION SPECIFICATION DOCU'NiENTS-DEVELOPER-kWNRDED PROJECTS Faan Vcrswn din.22,24I9 00 42 4:—Bid Prop.1_DAP sls 0042 41 VAP•110 PROP05AJ. Page 4 of 7 SECTION 00 42 43 Deve toper Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Itcm Information Bidder's Proposal Btdltsl Item Description Specification Section No Vets of Btd Unit Pnce BW Value Mo. pleasure Quanta% VIN41TIV:PA V M NTS 1 3213-0101 6"Reinforced Cone Pvml 32 1313 SY 10360 ji 2 3211,0400 Hydrated Lime(30WSY per Geatech) 321120 TON 275t3 3211.0501 6'Lime Treatment 32 11 29 SY 11 _� t�4 3211.0502 6"Lime Treatment 3211 29- SY7251125 3213.0501 Barrier Free Ramp,Type R-1 321320 EA 12 a; J9,`+3a613.0508 Barrier Fina Ramp,Type P-1 3213 20 EA ¢ & Go7 3441.4003 Fumishllnstall Alum Sign Ground Mount City 344130 EA 7 !7�'. I z 8 ^ 3441.4003 FumishllnstalI Alum Stgn Ground Mount City 344130 _EA —9 3292.0200 Seeding,Broadcast 329213 — — SY� 4"1 _ji�_ 10 9999.0009 6"Llnreinforced Concrete 3213 13 SY 574#!i 11 9999.0010 7-5"Reinforced Conn Pvmt 321313By (mg +� I12 9999.0011 Redd Barricade 000000 EA 4gp13 9999.0012 Pavement Header 000000 LF 124 $D k-- -Z 0 �� 14 9999.0013 Remove Barricade S Connect to Existing 00 00 00 EA_ 4 Sad 2000 , 15 9999.0014 6*Compacted Subgrade 000000 By gpp 1s - _17 18 -- - 20 21 22 23 24 25 -- _ 26 27 —^ 28 29 30 31 _ 32 33- - 34 35 36 37� TT 38-- — ---_ 39 _ - 40 41 42 — 43 44_ 45LSUM4 _ 46 MY OF FORT MAIR SIANDARDCO'MMMON SPECIFICATION Lt XIAIENTS-DEVELOPER AWARDED PROJECTS Futm►'aniathtay2:.2019 004243�.SitlPrepoaal_W..xlr 00 6243 DAP BID PROPOSAL psgt 7 Or 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Protect Item IDf"miton SidderS proposal &dlist Nltrtn Description SprCtftcalt0A Secttan NO. was cure t}a Bid o Unii puce Bid L stun Hid Summary UNIT F WATER IMPROVEMENTS $ - UNIT ll:SANITARY SEWER IMPROVEMENTS 3 V0 - UNIT Ili:DRAINAGE IMPROVEMENTS $ p fin �C . _ UNIT IV:PAVING IMPROVEMENTS ; D x� S UNIT V.,STREET LIGHTING IMPROVEMENTS $ lnlo Z11b - UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS $ AQ'aiA Total Construction Bid Sk Q This Bid is submitted by the entity named below: BIDDER: CommY.Principal [Onipui+)tiamv Ilrrr'LQ LAt,( Cr al,LTt,. -lddres,tlrrc-• `90p 0 L'PA�bR'*Igo O 1 ere -Iddrrs,l is re cr lllan6• D ---`---���� �y[j` TITLE:I lore Slat zip[Otic Il cr,-DALLftt 'r � i DATE:llcrr-' (aD 11 Cootractor agrees to complete WORK for FINAL ACCEPTANCE wlthlr N days alewdar da},s afltr the dale when the CONTRACT commences to run as provided in she General Coadhlons. END dF SECTION CITY OF FORT WORTH STANDARDCONSTRUC"QN SPECIFICATION DOCU26E rS.DEVELOPER AWARDED PROJEM FatmF'mia 31ay2_.2at9 004Z43_WdProp A_DAPXh oLL v , 0Z 0� co LL c W o I� a N a N xi N O aoz � o zHv ._ U c CZy W A LCD LU W a g Q ¢ coo N CA 3 � = z o �LL F- 0 z mVI ao 9NRJdS MO-MM V)U 6 3� 00 Y l7 LL 6 3 O 6o NO1HSd - Nd-IHOIH Z C a Z WU Q � A LU � w N O U 0 L,z J w �"LLJ Q Z Z A �Qw v > zo� i elf o ¢ O a 18500 31SVH w UY SOMHl�ON NOlSd - S31bg Q W O� J OONbI',b ief o OOD o v , LL O Z O00 of N Q co LL II U-C z CD Ld c I p CA LLI 0 I O W o Of LU J 00=Nad OZ�jy�-u O I zp O V ry� 41p ^`` - eq N'y`'a m �W VI Lz- 1~/�� �Nx z Z IaJ Q x l O Z N N M O �a a- z�grxaz �_ n hF++W11 N wo oo-o a. o8Zo a rN�a(,/La �/� � UzZz�V 0.z Z U ZW =S a G Z O o z08L� a O ~ a coc)zZz c) CZ V1 o o W S tCD ii N 0 U 3 cncnU- 0 r 0 4 r z0-0 0 w w� N °' ao wLO oo-- N o ~ \ N CO r <oQ �� �� O L wwozw 7 M N �� CL Q Q� O O 00 CO /<N � ��cn N 0CL z � O � o . -o ao J a� O� O O O o w z N L w `7 O O W M 0 L O O W N M O O �o M � Jul N co �O O l O _ \ O O M LU � O M _ H t� Z oz aoA - o5i�? \ NO N Wc~ia \� z z / \ O w� Oo 0Z<9 yam\L) \\// O x /� O o O � O �/ I LA LA \ \ / Ico / \ ^< \.i �O ^\\ \/ Z Fz F- LU LU Q Qw�v , /.�� \ ^\\\ >� ��J1 w Z 3 w w Z z cl�o \\\ ^\\ y / Q Q F wLL = Q ^\\ ,� \� / a w w w a o OOD o v , LL O z O N Z Q m t� U O rl LL O U' rO N O N NQ W O a W O O R Z U 1, Q S O CD K W W HOQW� Ha.1 ��(>>U1 WV Q WWt-= H Ll 0. ~XH rrOQW m,:), I Nz ix N VI ZHKZ o a. Z WWN Of Nam OVIQQWO_ 0Z z�U z~O�rOaa ZW Q==alh c)z?z�c) Z8�aaz 00 0 .a Uz z Q O = co _ zco Q V1 L d MF CD CD CD 0 N ) O r b co cn U- 0 0 O ) i i N 0 � 3 � r 0 0 z 't F � �m � L % \ \ N � r _ N �oo� bl- J LO co 0_ \ N 0 � � � � � � — z O 00 ul Q N N �<11 O N N O z �O Z � p �`" ���'`�� �'7 O �u T. �� -z I w O LU i J_A Q �O M N / 0 / I w �O � � 00 L N �O CO O O � �— _ v ,b� MO .0 � O w a� NO� co coO n N / •Zl _ / coO V : }a 0 �� C/ Q /N2c9 I�3�D �O O v �x00:o. �r�aa \ N O ^ L _ I O _ ZZ~yza o O L z y _ I I \ o o LA LA 0 a s w w o OOD o v , O Z O00 N Qr co LL II U—C CD c awiwo W t w a.� Q N x H a VI NO aoz � o o � Hv = °� co _ zco V1 o o W S L a CD co 0 N ) 0 C a i ih N L 3 cncnU- 0 004 /z � \ �t F 0 4 L r �0oz aoN f 00 w °o' 0� N o N w� i aCOo �z �Q /J� N ONO �.f 00 L<c� �� o ��� ��� N N p o 7 _ o C� O O zN o Z O N O r `� O o� O O r,-O 7 O mELI QLrn r� n N O E w O 0 M 2, "' O L Q��� W N o 3m Ur J — c�O rKj N O i 9 0 _ > z � 00 �lv �o O O _ L m r 1j � C O O LU -J N 0 �O O O O N _ v O � -- - \ 7 -j uj r 3=Wz O w NOQc) NO o \\y� O o \� m O Q \ \may .� O __ v / v DD LA Q /<< ^<vvvv�ammo m u _. LU j LLI y NwM z ooa_>> w < \ o �\� / \ Z o \ LU < \\ �XO ¢ 30w30w in ^\ 0 a a CD co 1 Zp U O U U 1 Zo o l-15 (W/I W O 1 0 N W~ �Li O �MUOwn N a�o1p Mt�W aUmN to Z O oZ� ra �y to oz 00 of (V -Ua n to I pUH Ln R-oW. nco II -ZXQrr=3' O^a �inrN�nwa WWa=vJ W OLL ZH�Ca 2 Z zLd ZHtt�a 2 a ooZo a z�a�az ooZo a J J �2-2 U J UZ�Z�a.U UI2-2�U O O _ + r E�nn U �na. V z- a zGi Q o HaN N z I z -ar�'_z a �i O Z a z x N c 1 " vai N o o_� N, o a O '*_N N I � O ` � � � CO co L d L N � � � � W °' CD 0 ) 0 3 � U -i i N 0 3 � fn Li � �00 0 N 0 r z < 0 0 � L O O o \ O>w� v WO rj�� � `z zsajZ • �w p1 cLO 0 - � aca\6 Mi N0 N Q' � � O N N 00 cn �oz ��� O O N 0 CL-7 z N O rn 0 �0N o O � � o � 0 � �w O O O Lo OJ; �~ 7 z O Za O \\�O - O �O 0 �� � � � � 0 0 � Q N"J O N e�k J- CIO c�O r7 N M / � O O v >� o L — N ,ate 1 H w ILJI� N � O O \ � = ls7O O _ v O / o JCL O t z z 1 / OO�o O �b u L— J dj r����a i a n a o�n - /� a� u� p N NO I. \ / \ O Xo \ ` 0 \y El'm \ \ \vim �� l� �I w ZLA \ LU _ L O O LUQ Q ���\\\ wY \\\\jam/ // 0 0 0 0 L a O \\ �� n\\\�� / / Ln Ln Ln Ln Z O \\ / �< Ln ` ^< \\u y / 0 0 0 0 ief o OOD UFO O NIm W O r-�LL V O 1 0 -C N Z W U (~/L d l z m Lei io N :N tf) i o rl c Of 0J_rn ALL. z = rZ�u'�n ��W to J W W n?fit J .N R'HW O_ U' H��^n O Q 0 0- r.,�w x?' J rn� No N NV102?2�U �=o9oaa WWW~H= E' a N �noz?z�U 0:L� a.a x N1 NO2gZ U aoz � o o � Hv = , co V1 LPVi V ~ 0 0 0 O r Z "� _ IZS I I I N L I ccn CD fn Li ram — N Ln Lo f 4 O r w 0 z�� LO ww� 0 4 00LO �- CL w O_ M� Lo O0� CL ��� 00 0 — N z s -7O Qs � w�r-N�� �� N 0 7 cn s, rn� � r' � � ���s w r — cn N s — J_A N 4 N � � sC14m rn s L O LJJ =W O o - `° LU �l DC LU N V 1 \ \ L J NO Oo � \ � \ O I \ L __ I _ I L DD 7 — J m co LA LA LA 0 d J o OOD UFO O cn La 6 V L L � ��� �Z N 1 CN pw Ul) N a 1 co LLi II z CD w ^w 1p 1zp o -z�i��n z o�N to m �W a ui rn z<L�'o S ?:3a�n omy-��� Q� O Q tv eq �w =` an y<wo , z�IL) x l� VI a=o�oaz WWL, Z N cn ZAL. H a N �nOZZz�U axL-argaz �i�"wrx= M�M W -W W a' z h�I N 1� -0 z?z cai ��o�oaa � =1ozZz�o a G Z o oHv = co _ z CD N 0 O r � "� I I " I N L c�+� cn Li LO �J ram — N Lo f 0 0 O r w 0 ww� 0 a LO �- w _ ~ \ w NJ 0 00 a J o� 4 <J�� " 00 J�� J N N �if 00 ��J �0 " �-' � z N 4 J . O O L� 0 w- z 0 0 0 "S P 7 C� O O _ O O OCNINl LnLO o O L w U_ JP .. LOO Ln PO L In O co M r 1 w W W O J O� O O V rn a \ \ L _ J_ NO -- \ Oo \ L LU Q / < O \ —� w LU W LL LA 0 d J