Loading...
HomeMy WebLinkAboutContract 53586 Received Date: 02/28/20 Received Time: 5:31 PM Developer and Project Information Cover Sheet: Developer Company Name: ] Sycamore Landinig,Ltd. Address, State,Zip Code: 1315 FM 1187,Suite 114,Mansfield,TX,76063 Phone&Email: 817-905-1960,ltrapolino@academyhouston.com Authorized Signatory,Title: Louis Trapolino,Director Project Name: Sycamore Landing Brief Description: Water, Sewer,Paving, Storm Drain, Street Lights and Signals Project Location: 2400 Cunningham Street Plat Case Number: FP-19-014 Plat Name: Sycamore Landing Mapsco: Council District: 8 CFA Number: CFA19-0042 City Project Number: 102050 City of Fort Worth,Texas Standard Community Facilities Agreement-Sycamore Landing OFFICIAL RECORD CFA Official Release Date:02.20.2017 f'r7r , •• . . y Page 1 of 11 STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. 53586 WHEREAS, Sycamore Landing, 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 Sycamore Landing ("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-Sycamore Landing EFT. ECnilkC, CFA Official Release Date: 02.20.2017 SECRETARY Page 2 of 11 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-Sycamore Landing 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-Sycamore Landing 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 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-Sycamore Landing 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-Sycamore Landing 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-Sycamore Landing CFA Official Release Date: 02.20.2017 Page 7 of 11 Cost Summary Sheet Project Name: Sycamore Landing CFA No.: CFA19-0042 City Project No.: 102050 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 $ 675,825.00 2.Sewer Construction $ 883,915.00 Water and Sewer Construction Total $ 1,559,740.00 B. TPW Construction 1.Street $ 529,030.00 2.Storm Drain $ 2,596,636.25 3.Street Lights Installed by Developer $ 290,015.00 4. Signals $ - TPW Construction Cost Total $ 3,415,681.25 Total Construction Cost(excluding the fees): $ 4,975,421.25 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 31,194.80 D. Water/Sewer Material Testing Fee(2%) $ 31,194.80 Sub-Total for Water Construction Fees $ 62,389.60 E. TPW Inspection Fee(4%) $ 125,026.65 F. TPW Material Testing(2%) $ 62,513.33 G. Street Light Inspsection Cost $ 11,600.60 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 199,140.58 Total Construction Fees: $ 261,530.18 Choice Financial Guarantee Options,choose one Amount Mark one Bond= 100% $ 4,975,421.25 x Completion Agreement=100%/Holds Plat $ 4,975,421.25 Cash Escrow Water/Sanity Sewer-125% $ 1,949,675.00 Cash Escrow Paving/Storm Drain=125% $ 4,269,601.56 Letter of Credit=125%w/2 r expiration period $ 6,219,276.56 City of Fort Worth,Texas Standard Community Facilities Agreement-Sycamore Landing 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 Sycamore Landing,Ltd. va,ga Lqi Dana Burghdoff( 28,2026) Dana Burghdoff Interim Assistant City Manager Louis Trapolino Yr. Date: Feb 28,2020 Louis Trapolino Jr.(Feb 28,2020) Name: Louis Trapolino Recommended by: Title: Director '5 ,��� Date: Feb 28,2020 Evelyn Robe (Feb 2 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(Feb 28,2020) Richard A. McCracken Za4ozi .«� Assistant City orney Laurie Lewis(Feb 28,2020) M&C No. Name: Janie Morales Date: '�= Title: Development Manager Ft7"r, Form 1295: N/A ATTEST: Mary J.K r(Fe ,2020) . Mary J. ayser/Ronald Gonzales >>" -` City Secretary/Assistant City Secretary City of Fort Worth,Texas Standard Community Facilities Agreement-Sycamore Landing RECORD CFA Official Release Date:02.20.2017 �� SECRETARYTY Page 9 of I1 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-Sycamore Landing CFA Official Release Date: 02.20.2017 Page 10 of 11 ATTACIEMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 102050 None. City of Fort Worth,Texas Standard Community Facilities Agreement-Sycamore Landing CFA Official Release Date: 02.20.2017 Page 11 of 11 12/16/2019 00 42 43 DAP-Bm PROPOSAL Page 1 of SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Sycamore Landing UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Unit of Specification Description Bid Quantity Unit Price Bid Value No. Measure Section No. UNIT I:WATER IMPROVEMENTS 1 0241.1118 4"-12"Pressure Plug EA 0241 14 5 $ 1,000.00 $ 5,000.0 2 3311.0001 Ductile Iron Water Fittings w/Restraint TON 3311 11 3.92 $ 5,000.00 $ 19 600.00 3 3311.0261 8"PVC Water Pipe LF 3311 12 9,485 $ 34.00 $ 322 490.00 4 3311.0244 8"Water Pipe,CLSM Backfill LF 3311 10,33 200 $ 44.00 11 12 $ 8,800.00 5 3312.0001 Fire Hydrant EA 33 12 40 9 $ 3,800.00 $ 34 200.00 6 3312.2003 1"Water Service EA 33 12 10 239 $ 950.00 $ 227 050.00 7 3312.3003 8"Gate Valve EA 33 12 20 36 $ 1,250.00 $ 45 000.00 8 3312.0117 Connection to Existing 4"-12"Water Main EA 33 12 25 4 $ 1,000.00 $ 4,000.0 9 3305.0109 Trench Safety LF 33 05 10 9,685 $ 1.00 $ 9,685.00 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 42 43 44 45 TOTAL UNIT I:WATER IMPROVEMENTS $675,825.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September 1,2015 SYCAMORE LANDING 12/16/2019 00 42 43 DAP-Bm PROPOSAL Page 2 of 6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Sycamore Landing UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Unit of Specification Description Bid Quantity Unit Price Bid Value No. Measure Section No. UNIT II:SANITARY SEWER IMPROVEMENTS 1 3331.4115 8"Sewer Pipe LF 3331 20 9,340 $42.00 $392 280.00 2 3331.4116 8"Sewer Pipe,CSS Backfill LF 3331 20 485 $56.00 $27 160.00 3 3339.1001 4'Manhole EA 33 39 10,33 39 20 51 $4,000.00 $204,000.00 4 3339.1003 4'Extra Depth Manhole VF 33 39 10,33 39 20 130 $185.00 $24,050.00 5 3331.3101 4"Sewer Service EA 3331 50 239 $750.00 $179,250.00 6 3305.0116 Concrete Encasement for Utility Pipes CY 33 05 10 2 $200.00 $400.00 7 3305.0109 Trench Safety LF 33 05 10 9,825 $1.00 $9,825.00 8 3301.0002 Post-CCTV Inspection LF 3301 31 9,825 $4.00 $39,300.00 9 3301.0101 Manhole Vacuum Testing EA 3301 30 51 $150.00 $7 650.00 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 _ 42 TOTAL UNIT II:SANITARY SEWER IMPROVEMENTS $883,915.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September 1,2015 SYCAMORE LANDING 12/16/2019 00 42 43 DAP-Bm PROPOSAL Page 3 of 6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Sycamore Landing UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Unit of Specification Description Bid Quantity Unit Price Bid Value No. Measure Section No. UNIT III: DRAINAGE IMPROVEMENTS 1 3341.0201 21"RCP,Class III LF 3341 10 269 $65.00 $17 485.00 2 3341.0205 24"RCP,Class III LF 3341 10 1,600 $70.00 $112 000.00 3 3341.0302 30"RCP,Class I I I LF 3341 10 457 $95.00 $43 415.00 4 3341.0309 36"RCP,Class III LF 3341 10 1 097 $105.00 $115 185.00 5 3341.0402 42"RCP,Class III LF 3341 10 107 $140.00 $14 980.00 6 3349.0001 4'Storm Junction Box EA 33 49 10 15 $5 000.00 $75 000.00 7 3349.0002 5'Storm Junction Box EA 33 49 10 2 $6 000.00 $12 000.00 8 3349.0003 6'Storm Junction Box EA 33 49 10 1 $7 000.00 $7 000.00 9 3349.3003 24"Straight Headwall, 1 pipe EA 33 49 40 1 $3 500.00 $3 500.00 10 3349.3007 36"Straight Headwall, 1 pipe EA 33 49 40 2 $4 500.00 $9 000.00 11 3349.3009 42"Straight Headwall, 1 pipe EA 33 49 40 2 $5 500.00 $11 000.00 12 3349.5001 10'Curb Inlet EA 33 49 20 18 $3 400.00 $61 200.00 13 3349.5002 15'Curb Inlet EA 33 49 20 6 $4 200.00 $25 200.00 14 3349.5003 20'Curb Inlet EA 33 49 20 1 $5 200.00 $5 200.00 15 3137.0104 Medium Stone Ri ra ,dry SY 31 3700 127 $105.00 $13 335.00 16 3305.0109 Trench Safety LF 33 05 10 3 530 $1.00 $3 530.00 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 TOTAL UNIT III: DRAINAGE IMPROVEMENTS $529,030.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September 1,2015 SYCAMORE LANDING 12/16/2019 00 42 43 DAP-Bm PROPOSAL Page 4 of 6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Sycamore Landing UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Unit of Specification Description Bid Quantity Unit Price Bid Value No. Measure Section No. UNIT IV: PAVING IMPROVEMENTS 1 3213.0101 6"Conc Pvmt SY 32 13 13 31,530 $35.50 $1 119 315.00 2 3211.0501 6"Lime Treatment SY 3211 29 33,630 $2.85 $95 845.50 3 3211.0400 Hydrated Lime 6"Pave @ 32 Ibs/s TN 3211 29 538.0 $180.00 $96 840.00 4 3213.0302 5"Conc Sidewalk SF 32 13 20 6,903 $3.30 $22 779.90 5 3213.0504 Barrier Free Ramp,Type M-2 EA 32 13 20 4 $1 400.00 $5 600.00 6 3213.0501 Barrier Free Ramp,Type R-1 EA 32 13 20 32 $1 400.00 $44 800.00 3441.4003 Furnish/Install Alum Sign Ground Mount 7 City Std. EA 34 21 30 14 $750.00 $10,500.00 8 9999.0001 4"PVC Sleeve LF 00 00 00 200 $15.00 $3,000.00 9 9999.0002 Roadway Barricade EA 00 00 00 3 $500.00 $1,500.00 10 9999.0003 Cement Stabilized Backfill Bride CY 4006005 133 $225.00 $29,925.00 11 9999.0004 Drill Shaft 18 in LF 4166001 134 $200.00 $26,800.00 12 9999.0005 Drill Shaft 36 in LF 4166004 611 $269.00 $164,359.00 13 9999.0006 CL C Conc Abut HPC CY 4206014 54.2 $1,188.00 $64,389.60 14 9999.0007 CL C Conc Cap(HPC) CY 4206030 37 $1,188.00 $43,956.00 15 9999.0008 CL C Conc Column(HPC) CY 4206038 15 $1,188.00 $17,820.00 16 9999.0009 Reinf Conc Slab Class S HPC SF 4226002 9,675 $25.00 $241,875.00 17 9999.0010 Bridge Sidewalk(HPC) SF 4226014 3,150 $15.00 $47,250.00 18 9999.0011 Approach Slab(HPC)(Class S CY 4226016 78.5 $812.50 $63,781.25 19 9999.0012 Prestr Conc Girder Tx34 LF 4226036 1,341 $200.00 $268,200.00 20 9999.0013 Riprap Conc CL B RR8 CY 4326008 106 $725.00 $76,850.00 21 9999.0014 STIR STEEL Misc Non-Bride LB 4426007 322 $18.75 $6,037.50 22 9999.0015 Rail TY C411 HPC LF 4506037 502 $262.50 $131,775.00 23 9999.0016 SEALED EXPANSION JOINT(41N)(SEJ-M) LF 4546018 86 $156.25 $13,437.50 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 _ 42 TOTAL UNIT IV: PAVING IMPROVEMENTS $2.596.636.25 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September 1,2015 SYCAMORE LANDING 12/16/2019 00 42 43 DAP-Bm PROPOSAL Page 5 of 6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Sycamore Landing UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Unit of Specification Description Bid Quantity Unit Price Bid Value No. Measure Section No. UNIT V:STREET LIGHTING IMPROVEMENTS 1 3441.3351 Furnish/Install Rdway Illum TY 11 Pole EA 3441 20 37 $2 200.00 $81 400.00 2 3441.3301 Rdwy Illum Foundation TY 1,2,and 4 EA 3441 20 37 $1 200.00 $44 400.00 3 2605.3015 2"CONDT PVC SCH 80 T LF 26 05 33 8 051 $12.00 $96 612.00 4 3441.3404 2-2-2-4 Quadplex Alum Elec Conductor LF 3441 20 8,051 $3.00 $24,153.00 5 3441.3201 LED Lighting Fixture EA 3441 20 37 $600.00 $22,200.00 6 3441.1501 Ground Box Type B EA 3441 10 5 $850.00 $4,250.00 7 3441.1771 Furnish/Install 120-240 Volt Single Phase EA 3441 20 Metered Pedestal 2 $8 500.00 $17,000.00 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 TOTAL UNIT V:STREET LIGHTING IMPROVEMENTS $290,015.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September 1,2015 SYCAMORE LANDING 12/16/2019 00 42 43 DAP-Bm PROPOSAL Page 6 of 6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Sycamore Landing UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Unit of Specification Description Bid Quantity Unit Price Bid Value No. Measure Section No. Bid Summary UNIT I:WATER IMPROVEMENTS $675,825.00 UNIT II:SANITARY SEWER IMPROVEMENTS $883,915.00 UNIT III:DRAINAGE IMPROVEMENTS $529,030.00 UNIT IV:PAVING IMPROVEMENTS $2,596,636.25 UNIT V:STREET LIGHTING IMPROVEMENTS $290,015.00 Bid Total $4,975,421.25 Total Construction Bid $4,975,421.25 Contractor agrees to complete WORK for FINAL 320 calendar days after the date when the CONTRACT commences to run as provided in the General Conditions. Title: Brock Huggins,President Company: Conatser Construction TX,L.P. Address: 5327 Wichita St.,Ft.Worth,TX 76119 Signature: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September 1,2015 SYCAMORE LANDING EDG CLIFF ALTA MESA RD w Q 731 U m SYCAMORE SCHOOL RD of o � o � �♦�� in PROJECT X LOCATION a U J U U' cn 01 LUCK r� IRFIELD of Q z CPN: 102050 NORTH MAPSCO NO: 104 N&P U O O N 0 100 200 400 of N1 of SCALE: 1 " = 200' DEVELOPER: co ACADEMY DEVELOPMENT LOCATION MAP N 1315 FM 1187,SUITE 114 MANSFIELD,TX 76063 SYCAMORE LANDING N ENGINEER: FUrff ZAtARS HUITT-ZOLLARS, INC. 0 500 W. 7TH STREET, SUITE 300 Huitt-Zollam,he. Fort Worth Soo Wed FORT WORTH,TX 76102 Fort WoWorth,Teexas 760-eet 4� August 22,2019 Phone M 335-3000 Fax(SM 335-1025 A I 11 4 3 2 l i i 2 3 4 5 6 7 8 9 10 5 _ 7 8 i 1 2 3 4 5 6 7 8 9 i 12 / 6 A i C 13 9 I 18 17 16 15 14 13 12 11 10 i 14 \ 10 11 12 13 14 15 16 F17 18 19 � I 2 40 39 J— 38 41-POSi 37 I / 36 4 3 2 1 1� 35 5 [ 34 33 7 III ' 1 8 32 31 30 291281271 26 25 24 23 22 21 20 = 8 i 2 9 iIl -- 25-POS* ---------- 9 10 9 al — iI 3 10 4 F 11 'I ,i 4 5 6 7 8 D U 2 15 'I I 2 15 I cn 11 i 5 12 3 16 9I 3 16 i i 10 it 12 13 14 15 16 17 m 12 i 6 13 I _ '� 4 17 4 17 w 13 III 7 14 I / 14 5 18 5 18 < 1 U 6 19 6 IN 19 , 18 J 15 20 ; 2 > — 16 17 18 19 20 7 PO 1I 7 1 i 19 U (i 21 i 3 11 3 z — 8 21 8 72 q 12 20 c9 i i 22 II 4 K s 21 cn 13 � 22 23 I w I 21 9 i 5 13 it 5 :. l � I I I 10 23 i 10 �I i 6 14 i 22 C — — 24 I 6 14 ' 'll j _ 11 24 11 15 III 7 15 i 23 12 25 i 12 III 7 i 8 16 i 24 Of 1 13 26 13 26 8 16_ — - -- � ---- ------- - �- z ------- ----'----- 25 — J 2 3 q 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 I23 24 o LEGEND ALL PROPOSED WATER LINES ARE 8- Ln PROPOSED WATER LINES UNLESS OTHERWISE NOTED. EXISTING WATER LINES of / 0 Of a i EXHIBIT A -WATER Lq NORTH SYCAMORE LANDING o / oo N SCALE: 1" = 300' CPN: 102050 HUrff ZAtARS o Huitt-Zokm,Inc. Fort Worth MAPSCO NO: 104 N&P 500 Went 7th street, Suite 300 Y 0 150 300 600 August 22 2019 Fort W�Texas 7M2-4728 9 Phone(817?335-3000 Fax(SM 335-1025 - O 4 3 2 i ; ; i 2 3 4 5 6 7 8 9 10 ti 5 \ 2 3 4 5 6 7 8 9 1 : 12 6 :AD 9 I 18 17 16 15 14 13 12 11 10 14 �� --- --- -- --- --- --- -'- --- I ----- it 12 13 1 161171 18 19 40 39 A � � 38 41OPOS+ IN, 37 l / 36�O 4- 3 2 1 35 - ----- - 34JJ / i \ U 7 1 8 ' 32 31 30 29 28 27 26 25 24 23 22 21 20 p - - D -- ccf) 9 3 10 - '-------- ----------- 4 5 9 \ U) F 1 14 1 14 8 7 8 `rS I, 10 2 15 it 5 12 N 3 16 3 16 ', 10 it 12 13 14 15 i6 1 ~ 12 , 6 13 , ' 13 7 14 w 5 18 14 ------'--- 19 1 9 2 1 9 -- 6 19 6 H 10 18 1 U — 20 J 15 19 20 ' 7 1 i 1 7 20 2 10 > (i 16 17 18 , 3 11 19 3 11 III U — I I 8 21 8 21 J 12 4 12 20 _ U) 121 I; 9 22 9 22 5 13 I' S K 13 21 D J p 10 23 10 23 14 6 14 22 I o 11 24 7 15 7 15 23 12 25 12 25 8 16 24 16 of 1 13 , 13 26 8 U I L 17 18 1920 21 22 23 24 25 it 12 13 14 15 16 z 3 4 5 6 7 8 9 10 U �- o LEGEND 0 PROPOSED SEWER LINES NOTE. EXISTING SEWER LINES ALL PROPOSED SANITARY SEWER LINES i ARE 8" UNLESS OTHERWISE NOTED. 0 a EXHIBIT Al -WASTEWATER NORTH SYCAMORE LANDING o / 00 N SCALE: 1" = 300' CPN: 102050 HUrff ZAtARS p Huitt-Zokm,Inc. Fort Worth MAPSCO NO: 104 N&P 500 Went 7th street, Suite 300 Y 0 150 300 600 August 22 2019 Fort W�Texas 7M2-4728 9 Phone(817?335-3000 Fax(SM 335-1025 _A - -t,-Po5'� • � . 3 2 , , 2 J t 3 e ] B 8 0 c+�oRs UOIC'DRRIVB I 7 B I Y 3 t s B ] a 8 12 e q C I J to I] Ie IS it IJ 12 ti ,0 I I ' to _ FLORA DRIVE I = f I, 12 IJ It IS 16 171. I Y , BRIDGE 3 2 e � ! 2, p i� a !I ji r So ze n 2e 2s Yt 23 f — ——— SYCAA[OR6,BROOK_DRIVB_-_---=— D 14 jQ t If 12� b I; � Y a j 12 a I6 I d I; E - -- � It� — r u a ll I� , e aII li m = 'z� t a ,o a fl 2 fo •,O f° 2 to 1 f 11 I x ` fY 21 v I zI i' u = II C o s t :I lil ; fa y zJ N Is BOURBON 12 Ys f 24 1` If - '-- I IS -- IB v I I� a za ---------- — — Bl'M+� 0 YN au 21 y� 2J 2f Ys Q I©`•��s T --�'-7II-'e'-7-II= — „ ,B IH 20 ,t I Is m J CCD z LEGEND U 6" REINFORCED CONCRETE q SIDEWALK BY DEVELOPER -------------- m SIDEWALK BY HOMEBUILDER j O H.C. RAMPS BY DEVELOPER 0 d EXHIBIT B - PAVING NORTH SYCAMORE LANDING N /V SCALE: 1" = 300' CPN: 102050 HUU-ZAtARS o Huitt-Zolara,Inc. Fort Worth 0 150 300 600 MAPSCO N0: 104 N&P 500 West TeSkeet a4� Y October 4,2019 Phone(gm 335-3000 Fax(SM 335-1025 L � O 4 3 2 i ; ; i 2 3 4 5 6 7 8 9 10 5 ----------- --- ------------'--------------- / ----- --------------- 11 i I T78 1 2 3 4 5 6 7 8 9 ' 12 6 A C' 13 l9 18 17 16 15 14 13 12 11 10 14 10 I 1 I i it 12 13 1 16 17 18 19 ; s 40 39 I A 38 41-POS+ 37 l / — 36�O 4 3 2 1 C1� 35 34 I 1 7 1 8 32 31 30 29 28 27 26 25 24 23 22 21 20 — 0 ' -- ---____---_ - 25-POS• 0 - g 3 10 g U) F 1 14 i 14 4 D 5 6 7 8 10 4 ii 2 15 U it 5 12 ' N Ie 3 16 3 16 �' 10 it 12 13 14 15 i6 17 ~ 12 6 13 m 4 17 i 4 17 � -------" _ 14 X 13 1 S 18 ----- --- E 18 9 Q ---- 6 is s H 18 I U 2 10 J 10 15 20 : 12 > (i 16 17 18 19 20 ' 7 pp i i 7 3 11 19 3 11 I 8 21 8 21 J 12 4 12 20 CD 9 22 g 22 4 I:� l 5 K 13 1111: 21 p U) 21 5 13 10 23 10 23 14 6 24 23 14 22 o 12 25 12 25 7 8 16 24 l OfL25 13 : 13 26 - - ---- " z CD —J 2 g 9 10 11 12 13 14L 15 16 17 18 19 20 21 22 23 24 z 3 4 5 6 7 - U I I I o LEGEND 0 Ln OX N1 PROPOSED STORM DRAIN INLET Of PROPOSED STORM DRAIN HEADWALL 0 Of EXHIBIT B1 - DRAINAGE NORTH SYCAMORE LANDING o / 00 N SCALE: 1" = 300' CPN: 102050 HUrff ZAtARS o Huitt-Zokm,Inc. Fort Worth MAPSCO NO: 104 N&P 500 Went 7th street, Suite 300 Y 0 150 300 600 August 22 2019 Fort W�Texas 7M2-4728 9 Phone(SM 335-3000 Fax(SM 335-1025 t 3 2 1 i i f 2 3 t a 6 ] B 8 IO �r s SYC"ORs BROOK_DRW__ I I 77 B I Y tt, t aB ] a 8 f2 CJ 16 I] Ia it IJ 12 it f0 10 �__FLORA DRIVE --------------- ---- I f If 12 $3 it 16 f] fa 19 I �'` Y i J I j . 1 4 off' I ©- - 1 ° BRIDGE s t 3 2 ' E I l a' 1 - ---- ----- a: A i- ] I I B JY 31 .m At 2] x ?S YI ?3 12 2' 20 —_ ——— SYCAIIORS BROOK DRIVE_ ----- ——— ' ' --------- "-- fo 6 ] CD 6 : 3 ° I i'A F f ft f it t J B �U Y fa II II Y a a 12 1s ;I:i aI"I I i a D f] t Il t ]; it1, I O Xfa 16 " G zf 3 :b U U :o 1Y K ; Yt D l ''� > I I I 8 YJ a IJ ibJ a 1 'ti1 10 za '�1 i W 2z v I-2, z I; 11 Yr 1"C ti ;b is I1 ]CD - I ; _ _ I OURBO T ' ' ' ; fY YD I24 I � (n ------------ 8 IO BEA RI iJ I i{DI RIsI VE - -""2"8- -----23---2-t---g- o L ---- ---- OAK U 21 2? 12 ' 6 F— Jlli J - - z z LEGEND D PROPOSED STREET NAME SIGNS o PROPOSED STREET LIGHTS 0 In Of N1 O Of d EXHIBIT Cl -STREET NAME SIGNS " NORTH &STREET LIGHTS SYCAMORE LANDING o / 00 N SCALE: 1" = 300' CPN: 102050 HUrff ZAtARS o Huitt-Zokm,Inc. Fort Worth MAPSCO NO: 104 N&P 500 Went 7th street, Suite 300 Y 0 150 300 600 August 22 2019 Fort W�Texas 7M2-4728 9 f Phone(817?335-3000 Fax(SM 335-1025