Loading...
HomeMy WebLinkAboutContract 45838 CITY SECRETAW g"I, CONTRACT NO. Developer and Project Information Cover Sheet: Developer Co pan Name: Serene Development,LLC ............. Address,State,Zip Code: 548 Silicon Dr. Southlake,TX 76092 .............................. Phone,E- ail: (682)333-0101 ......................................................... Authorized Signatoryrl'itle: Jeff Peterson, 'Vice President.............. ................................................................. Prqject.Name and Brief Description,: Water,Sewer,paving,Drainage and Street Light Improvements to serve Trails of Fossil Creek Ph. 4 ................... ............................ ...... --'............. ......... ...........-...... Project Location: Soudi of Bonds Ranch Rd.,East of Fossil Springs -.1............. ............. ............................ at Case No.: FP-013-083 Plat Name: Trails of Fossil Creek ....................................................... Mapsco:20S Council District: 7 City Project No: 02251 .................. ............... ................ CFA.: 2014-012 DOE: 7201 ...................................................... .......................................................--............. ............. To be cotwiplell �y;,lalf, ReceiveA Icy LA Date �6 Combined CFA Agreement- Revised January 2014 RECEIVED AUr, 4 M4 COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, the undersigned Developer ("Developer") desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as Trails of Fossil Creek Ph. 4 ("Project") within the City 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 Improvements and 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 11, 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 acknowledges that the said acceptance process requires the Developer's contractor(s) to submit an 2 affidavit of bills paid signed by its contractor and consent of surety signed by its surety t o e nsure the contractor has paid any sub-contractors and suppliers in full. Additionally, the contractor must also provide in writing that the contractor has been paid in full by Developer for all the services provided under their 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 are made a part hereof. Water (A)__,X Sewer(A.-1) , Paving (B)_ X,Storm Drain Street Lights & Signs (C) X . E. The Developer shall award all contracts for the construction of the Impn-,wernent's 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. F. For all Improvements included in this Agreement for which the Developer awards construction,contract(s), Developer agrees t o t he following: i. To employ a construction contractor who is approved by the director oft e 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 streets and/or to perform water/waste water construction as the case may be. ii. To require its contractor to furnish tote City a payment and peil'ormance on in the names of the City and the Developer for one hundred percent (100%) of the contract pjicc of the Improvements, and a maintenance bond in the name of the City for one hundred percent (100%) of the contract price of the Improvements valid for a period of two (2) years from the date of final acceptance insuring the maintenance and repair of the constructed infrastructure during the to of the maintenance bond. All bonds to be furnished before work is connnenced and to meet the requirements of Combined CFA Agreement-Revised January 2014 .. .........-1-1 .....................................__ -.............­­......- - Chapter 2253, "Texas Government Code. 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 byte Citys 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-ap1moved, form) supplied by the contractor's insurance provider and bound in the construction contract book. iv. To require its contractor to give at least 48 hours' advance notice of intent to cornmence 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. f6rces, 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 tote 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 and this Agreement until said sewer and water mains and service lines have been cA-)mpleted to the satisfaction of the Water Department. G. Developer shall provide, at its expense, 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 contemplated herein. 1. City shall not be responsible for 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 4 ------------- ......................................................................—----------------- community facilities to be installed hereunder. 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, his 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, his 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 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. Further, Developer will require its contractors to indemnify, and hold harmless the City for any losses, Combined CFA Agreement—Revised January 2014 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. 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 6 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 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. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) Combined CFA Agreement—Revised January 2014 Cost Summary Sheet Project Name: Trails of Fossil Creek PhA CFA No.: 2014-012 DOE No.: 7201 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 $ 340,154.25 2.Sewer Construction $ 289,309.70 Water and Sewer Construction Total $ 629,463.95 B. TPW Construction 1.Street $ 631,172.10 2.Storm Drain $ 743,606,60 3.Street Lights Installed by Developer $ 88,513.00 TPW Construction Cost Total $ 1,463,291.70 Total Construction Cost(excluding the fees): $ 2,092,755.65 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 12,589.28 D. Water/Sewer Material Testing Fee(2%) $ 12,589.28 Sub-Total for Water Construction Fees $ 25,178.56 E. TPW Inspection Fee(4%) $ 54,991.15 F. TPW Material Testing(2%) $ 27,495.57 G. Street Light Inspsection Cost $ 3,540.52 H. Street Signs Installation Cost $ 2,205.00 Sub-Total for TPW Construction Fees $ 88,232.24 Total Construction Fees: $ 113,410.80 Choice Financial Guarantee Options,choose one Amount ck one Bond=100% $ 2,092,755.65 Completion Agreement=100%/Holds Plat $ 2,092,755.65 Cash Escrow Water/Sanitary Sewer=125% $ 786,829.94 Cash Escrow Paving/Storm Drain=125% $ 1,829,114.63 Letter of Credit=125%w/2yr expiration period $ 2,615,944.56 8 Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment ® Location Map ® Exhibit A: Water Improvements ® Water Estimate ® Exhibit A-1: Sewer Improvements ® Sewer Estimate ® Exhibit B: Paving Improvements ® Paving Estimate ® Exhibit B-1: Storm Drain Improvements ® Storm Drain Estimate ® Exhibit C: Street Lights and Signs Improvements ® Street Lights and Signs Estimate (Remainder of Page Intentionally Left Blank) 10 IN TESTIMONY WHEREOF,the City of Fort Worth has caused this instrurnent to be executed in quadruplicate in its name and on its behalf by its Assist; t.City Manager,attested by its City Secretary,with the corporate seal of the City affixed,and said Deve )per has execut this instrument in quadruplicate,at Fort Worth,Texas this.................. - -- d, ....fALk- -'20 W-Ve__lp_Cr CITY OF FORT WORTH-Recommended y® at Department Transportation&Public Works Department .......... Wendy ChJB—abulal,EMBA,P.E. Dougla, Wiersig,PX- Development Engineering Manager Director' APProved as to Fonn &Legality.• Approved by City Manager's Oflice ........... Douglas W.Black Fernando Costa Assistant City Attorney Assistant City Manager M&C No.-, .......................— D,ate.� FO X'TEST: 000000 10, 01.0 4e t '%, M��anry J.Kays City Secretary ATTEST: Serene Development,LLC ............ Si p.at ignature (Print)Name: Print Name: Title: Combined.CFA Agreement- Revised January 2014 ILA.... HASLET C7NDS RANG I BONDS IRAN H ........ _ ...._.... _. ._...... __ — UTY UMII`I LINE Z, Lij us c TRAI LS O >- .__.............._ _._ FOSSIL CREEK w_ _ PHASE FOR WORTH z D VICINITY P 'TRAILS OF FOSSIL K: PHASE . , . PRINTED' 5/15/2014 STB FILE+ WIER—PAVING. T FILE I CFA VICINITY MAP.DWG LAST SAVED' 1/23/2014 3 o 56 PM SAVED BY s LARRYM W.A. N0. 13060 VA 1A WIER C. ASSOCIATES, INC. ......................................... -mill FU USE SND Y CR kEkDRIVE SE IV BOUNDARY � r } � � _ � Via.— CPU RILE ­----------- 7— ff I� 2D IV P 12' L,, p p 0#18 WATt R. Y 4 LtA �RL�,� 'D�,DIVE` .. ... oil; ............. R POSE6 4' Y4ATEA � jUkD DRIVP 1­4 CWK M.M.51 oil ...... T PROPOSED ,B WA 4- Ex. ] 1�j� IFS 01V 0 LE 12, L WT_ 8' WAT R ' EX. PHASE IV 6- W.L BOUNDARY WATER LEGEND PROPOSED WATER LINE PROPOSED GATE VALVE PROPOSED FIRE HYDRANT 6 200 46o PRlfrEDo 7/23/2014 STBFLEi WER—PAVING.STB FILE o CFA WATER.DWG LAST SAVED 1 7/23/2014 1116 PM SAVED BY JUSTM W.A. NO. 13060 60 /*1 ANA vnE;t & ASSOCIATES, INC. ................................... Wow Bid Ust city spectrication r Una Layout Nuntw a Total Unit Total Item No. Bid ftm Unit _;'U_rW&W_ Section No. -Una A--WU--neir "�U_ne& no D' -Una E- QUJWWtY cost coo I 33ii.OW G'WSW P�2 71-1 10 33-11 12_LF_—0 —4 —4 —4 4 16 W.76 $572.00 Uat No, 1 2 3311.0241 8r Weter Pte 331`110,331112 LF 1310 1043 787 788 7r.3 4,_691 —$37.75 $177,086.26 3 3305.0109 T 330510 LF 1310 1047 791 792 767 4,707 $1.00 $4,707.00 —_�A 0 2 2 2 2 —8 $W20 00 $6,%000 Bb 3312.3W2 6'GOA Valve i3 12 20 6 20 —4 2 2 2 $1,200.W. $14,4W.00 6 SM2.3003 8'Gate Vshfs 2 12 2 2 6 13312.0001 I'Ve Hydrant 3M3 fl124O JEA L 012 L2 JIM a $2,15W.001 $20,W0.001 1 --- - 7 13311.0001 Ductile Iran Water Fftfts wl ERe=strmWa 1111 TON - - - 2.3 $4,10D.W $9,430.00 8 1331Z0117 Connection to Ex1oft 4'-12-Water Main 331225 1 1 1 1 1 5 MV01 $3,00D.W 9 WSW Ser** 331210 EA 19 40 30 30 29 148 __k700.001_$103 Moo 13312.2003 1 46_.,- TOTAL: $340,164.261 Pop 1 .. ........ .................. _.,. FtI CIE 1V G°R K RV ' EX MH HASH IY BOUNDARY ,---°=`10 w e' S. P O�O$ D 8' S T S S. CC I I ' EX. X. NX a [ j I SIS. Ex.M f, .!hfRA D CRE x D v l 7 "'T a r . 4 EX. ° _ _ ._._ ` V w... S. e S.S, "" F'R0 '.0.. ED S: .. i P iL: L I�o O�E TL _�Lm ° I 'RPOSE R i; i 1 I I V 1 8' S.B. _ RASE IV BOUNDARY SANITARY SEWER LEGEND PROPOSED SANITARY SEWER • PROPOSED SANITARY SEWER MANHOLE 6 200 4 PRINTED 1 7/23/2014 STB FILE i WER-PAVING.STB FILE 1 CFA SANITARY SEWER-DWG LAST SAVED 1 7/23/2014 1125 PM SAVED BY 1 JUSTIN y 0 F W.A. NO. 13060 mu AN WIMP A ASSOCIATES, INC, Saw List I am MD. Bm Item City sp--Mawm U, Stimmirt NUnlbw Total Unit Total IBM List Section No. 11 12 13 —1-4 1—$ Quantity Cost cost "D i 3331.m ir PVC samw Pipe,&to r(misc o 33 31 20 LF a 0 0 522 0 522 $71.90 $37.531.80 -- ——T r2 3334.530'?—IF Pvc s 33 31 20 LF a 464 EZZ 4-4 —i6i—--i—,834 _572.90$133,698.W 3 3331.5310 tr PVC Sew Plim,10'to 12'(MW Only) ---ii 3-12-0 -17F 7 a —0 —0 —0 —---- 139 $73.90 iIO,2?2 10 4 3331.5M 8-PVC Sewer P V'foI(YfMimcOrdv).CSSB&dffM 33 31 20 -CF7 0 —60 —0 2-0 0 5-0 $79.90 $6,392.00 -6 '-6 0 0 —0 3-5 3-5 $80.90-153`150 6 PVC 33 31 20 0 6 3331.5314 r PVC Sewer Pipe,12-10 IN(Man:Only),CSS Bad(M 33 31 20 Li- 0 19 a 1 19 $93.9Dj $1,594.10 r- $1.00 $2.6211.00 7 3305.0109 TranchSalmly 330510 LF 0 !W am rm 2mo 8 3339.1001 WManhols 3339 10,33 39 1 2 3 2 8 $2,600.00 E0,000.00 9 3339.1102 S'2ME MWAde 33 39 10,33 39 20 EA a 0 0 1 0 1 $6,070.00 $5,070.00 10 3339.1100 4'Extra Depth Manhole 33 3910,33 39 20 VF 0 3 5 0 4 18 $60.00::j1:060.0:Q 11 3339.1103 r Extra Dq*Manhole 33 3910,33"0 a 0 T a —0 —6 $900.00 sm 00 12 3301.0101 Manholo,Vacuum T"Un 3301 30 EA 0 2 2 5 3 12 $110,00 $1,320.00 13 3305.0106 MOrdmie (Eccenft Cone) 330514 EA 1 0 0 0 0 1 $1,200,00 $1.200-00 114 3339.0001 Epoxy Liner 333900 VF' 0 0 0 25 10 43 $170, _11 W '$7,310,00 115 3331.3101 4"Swum'Service 33 31 50 EA 0 20 20 31 29 100 $400.00 $40,000.00 i6 3331.3102 4' 33 31 50 EA 0 20 20 31 1 29 100 $100.00 $10,000.00 $ 117 3301.0=Post-CCTV Inspection 330131 0 544 -ACK WS 776 2.629 $1.40 $3,6:1800.610 is 7w�Wol Connect to E)ftt!N Martole 333910 EA 0 1 0 1 0 2 $11MOO $1.61)(1.00 S ::, f2 500.00 JS iW9.D=Conned to E)d*Wv MOMOW vMh External Dm Connection 333910 EA. 0 0 0 0 1 1 $2,500.00 TOTAL: pw1 owl PHASE IV BOUNDARY .. ,T� ems.. .. —,_a � LE E IV S.D. LINE '8' D. LIN E ' . ca . I a IAR IVE Co ,. � LI E .... .......�.. ......a.._M_..0 . _u. _.&._ ...u._..__... ..mm .... .__ ... a......0_._ r S.D. LIN A IERA. .n /C F, e K D. IV;, SI.D F LI ....... ._ e._.__w , .. _.._ _....... . ......... ....... _. . ......_... S_ 0.. I E _... I I1 C7 0 E T �I DIMENTATION —POND OUTLET . IN STRUCTURE 7,. CONC. EX , 8 "x 4 ' R .G .B .-- --° FLUME PHASE IV � .— — BOUNDARY 9 EX . (31 C.M. DRAINAGE PLAN LEGEND PROPOSED CURET INLET" Q PROPOSED DROP INLET ■ PROPOSED JUNCTION BOX PROPOSED STORM DRAIN 0 200 400 PRINTEI)a 5/15/2014 STB FILE' WIER—PAVING. T FILE, CFA STORM DRAIN.DWG L T SAVED 1 5/15/2014 10 141 AM SAVED BY i JUSTINB W.A. NO. 13060 �— ���� WIER ASSOCIATE INC. LAG �� ozz -a-j go w®Saro a�eCYn n Ca W�;W A uaR4a1nWYw'V+A;:D S s D 3 Y='avGmbN r'an wqM xT a r n g'r a Dd w d d�N cf�n°v k a imtd uPaN MN�ROb r s i y I,�ucd CrcYebRD Po sp s a N Y:Y r d bN rM4acf n Fh''i!D i''ce¢d aUvN rTn n an 4 H°3 b w d a+CcP,6®+V x Y 9 ud d d 6d rlarC°6�a]3 Y a ccd d 4n KO rM a a F:Y, 1-0 woo 0 Cd � QO880000 1� a 0 0 9 00 0 0 m o at 0 t� I0 N X 0 0 0 a I 0 0 0 0 0 ...... ..... D N o 0 0 0 a a IZ CI 0 a 0 as rv' 0 10 00 e3 Cl 0 0 0 0 0 0 a 0 C, 0 C, 0 0 Cr ........... 03 S00000aOv IN m a In o o In o d 0 0 0 0 0 o o a a a -I vI d 0 In IN m o o 0 o a m 11 11 a_ ............. O 0 0 0 0 0 cow 0 0 0 0 0 r„3.4'5 ............. IN o M5 o - - ---------------- U. 1M I LL W- U.. J u.Y t$Ll < 1� n LL 15 �� I, < � "� U. � � LU Ul V) � u � ul -1 J� 11 .1 .-, - ----------------- E 0 0. a E ah E a, 0�a a. x x 0 m 0 MD M to 03 G 0 V -0 m U, a 'W', g-, q'5 0 Sl -0 a- a. W,'yD CL a_ a_ 0. 0 0 0 11 0 U) fY u. (Y LY ce Co M In o,by Z E 0 x x x o > 0 N 0 N N d, 1- 0 m v 0 10 000 - 0 - - - mo 0 coo 0 M 0 0 8 9 9 9 m Im In 0 cn 8”-A 2 2 Lii-Ll L- - :H it �a I- V-------- FUTURE & .N,. GREEK RIVE" HASE IV BOUNDARY A R RI.F' CRP R.I �� � BARRIER FREE RAMPS v 4' CONC. SIDEWALK F" D GE K R V «� __. �1 BARRIER FREE RAMPS ILLM L.R. I,D6C {It- I F ..... C) �BARRIER FREE� AMP R�.N OR 11 BARRIER FR ERA P 7 L L I HASE I BOUNDARY PAVING PLAN LEGEND tl " REINFORCED �.. _.� CONCRETE PAVEMENT BARRIER FREE RAMP ELF CONCRETE SIDEWALK 200 400 PRINTED s 5/15/2014 STB FILE, WIER°PAVING.ST L i CFA PAVING.D G LAST SAVED' 3,/5 °2014 4142 PM SAVED BYi LARRYM W.A. NO. 13060 WIER & ASSOCIATES, INC goic ®t. .I"%U.d B,..d'.f b.@:r S ,&V.,, I,s@R.E'.tl..ps.119. HASE I BOUNDARY TRAFFIC SIGN -- --- STREET SIGN STREET SIGN _ TRAFFIC SIGN LEAD. �'RL'E' D.RI . _. � STREET SIGN STREET SIGN rV ..TRAFFIC SIGN..._..._ .. .... STREET SIG n p a N c®a EMERALD CREEK - _T STREET SIGN STREET SIGN ............. TRAFFIC SIGN III ON ORE°_...I'�AIL__LL STREET SIGN STREET SIGN 'PHASE IV BOUNDARY STREET a TRAFFIC SIGN LEGEND PROPOSED -� TRAFFIC SIGN (4 l PROPOSED STREET SIGN (S p O 200 400 PRINTED 1 5/15/2014 STB FILE i WIER-PAVING.ST FILE+ CFA STREET SIGNS.DWG LAST SAVED 8 1/23/2014 5145 PM SAVED BY, LARRYM W.A. NO. 13060 YXM WIER & ASSOCIATES, INC. t ®a - a 6 7;7 75 7 7-. 0 C� S o W T,W-6 -6 —,i--w-a VoQ O tl as a 0 a 0 00 a o 0 a an —------------ a a iCi K.S o o tl 0 0 co ------------ pm cr AM CL IXW K4 N 0 0 w vp w 01. E cL E2 E E E tD m w ut. w 1.) 0 0 0:5 t3 GY 14 .FUTURE CREEK .DRIVE' HASE IV BOUNDARY y �" m.., M I� LL C' �' .�K . I d �...... .®_......... ��.. _- T E T _IG T A L D I STREET LIGHTS ............. ............ . _ti °f F EE��_.LIG TS..._...�. ..w......� cn �ML.L. f, Ei,'K D I V _. ._.. _ Ell RE T LI HTS AIL - J O E rl T A l ir R T IG T HASE IV BOUNDARY STREET LIGHT LEGEND ♦.� PROPOSED STREET UGHT BASE HAND HOLE Q TRANSFORMER 200 400 PRINTED 1 5/22/2014 STB FILE, WIER-PAVING.STB FILE� CFA STREET LIGHTS.DWG LAST SAVED` 5/22/2014 4 i 07 PM SAVED BY 1 LARRYM W.A. N0. 13060 VSNA WIER & ASSOCIATES, INC. LuMinaire Bid List Bid Item Unit eet nit I Total Item No. P43 Quantity Cost I Cost 1 3441.3002 Rdwy Ilium Assmbly TY 8,11,D-25, and D-30 EA 24 1 24 1$1,800.00 $43,200.00 2 3441.3301 Rdwy Ilium Foundation TY 1,2, and 4 EA 24 24 $950.00 $22,800.00 3 2605.3016 2"CO DT PVC SC H 80(B) LF 1141 1141 $10.00 $11,410.00 4 3441.3101 100 W HPS PC Lighting Fixture EA 24 24 $320.00 $7,680.00 5 3441,1409 NO 8 Insulated Elec Condr LF 3423 3423 $1.00, $3,423.00 TOTAL: $88,515-.0-0— Page I 00 41 00 DAY BID FORM FOR PUBLICLY BID PROJECTS ONLY Page 100 SECTION 00 4100 DAP BID FORM TO: Fossil Creek A2A Development,L.L.C. 548 Silicon Drive, Suite 100 Southlake,Texas 76092 FOR: Trails of Fossil Creek,Phase IV City Project No.: 02251 Units/Sections: Paving Street Light huprovements 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Developer in the form included in the Bidding Documents to perform and fumish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Did and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. --h-k-submit6ag this 13 -Biddef-aeeep".1.of thewerms.-H-1 of-the R A-EFF 4 TIGIN �eefl FER a- - -------- fAmnCDO —4 r?,IQmDyrf,-r 14 w 4-L me-efspos,i—eft.0, 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award,and will provide a valid insurance certificate meeting an requirements in the construction contract. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group,association,organization,or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 15. Bidder has not solicited or induced any individual or entity to refrain from bidding. 16. Bidder has not engaged in corrupt,fraudulent,collusive,or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice"' means the offering, giving,receiving,or soliciting of anything of value likely to influence the action of a public official in the bidding process, b. "fraudulent practice"means an intentional misrepresentation of facts made(a)to influence the bidding process t o t he detriment of Developer(b)to establish Bid prices at CITY OF FORT WORTH 00 4100 Bid Form®DAP.docx STANDARD CONSTRUCTION DID FORM—DEVELOPER AWARDED PROJECTS Trails of Fossil Creek Phase IV Form RevIsed April 2,2014 02251 0041 00 DAP BID FORM FOR PUBLICLY BID PROJECTS ONLY Page 2 of`3 artificial non-competitive levels,or(c)to deprive Developer of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of Developer, a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Paving and Street Light Improvements 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 180 WORKING days after the date when the Contract Time commences to run as provided in the General Conditions. 4.2. Bidder accepts the provisions of the Agreement to liquidated damages, if applicable, in the event of failure to complete the Work (and/or achievement of Milestones) within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b, Bid Befid(if required), Seetion 00 43 13 issued by a sur-ety meeting the c. Developer Awarded Projects-Proposal Form, Section 00 42 43 El. MBE Fen:ns (if requiFed�) e. Prequalification Statement, Section 00 45 12 fi Afty additional doeuments that may be required by Seetion 12 of the lHstr-ue teers 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. CITY OF FORT WORTH 00 4100 Bid Form—DAP.docx STANDARD CONSTRUCTION BID FORM—DEVELOPER AWARDED PROJECTS Trails of Fossil Creek Phase IV Form Revised April 2,2014 02251 004100 DAP BID FORM FOR PUBLICLY BID PROJECTS ONLY Page 3 OF3 6.3. Evaluation of Alternate Bid Items <use this if applicable, otherwise delete> Total lEal .............. oMdas-effid $719,685.10 TAL BID oo BID $719685.10 7. Bid Submittal This Bid is submitted on May 2014 by the entity named below Respectfully submitted, Receipt is acknowledged of the f 01lowirig Addenda: Initial YSignature) Larry H.Jackson Addendum No. I (Printed Name) Addendum No. 2 Title: President of J Partners,Inc., General Addendum No. 3 Partner Company: Jackson Construction,Ltd. Addendum No.4 Address: 5112 Sun Valley Drive Fort Worth,Texas 76119 State of Incorporation.: Texas Email: Phone: (817)572-3303 END OF SECTION CITY OF FORT WORTH 00 4100 Old Form—DAP.docx STANDARD CONSTRUCTION BID FORM—DEVELOPER AWARDED PROJECTS Tralls of Fossil Creek Phase IV Form Revised April 2,2014 02251 ............. 00 42 43 DAP-BED PROPOSAL Page 1 of3 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM TRAILS OF FOSSIL CREEK,PHASE IV(CITY PROJECT No.02251 PAVING AND STREET LIGHT IMPROVEMENTS UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Specifit U Bidlist �cation =MnilofBid ;Section 14'. es". Q ..tity id Value ecj�Item No. S ction No. Measure Quantity UNIT It PAVING i PROVfEMENTS 1 3213.0101 WConcPvmt 32-13 13 SY 15,195 $30.50 $463,447Z0' 2 321 i.040D Hydrated Lime 32 11 29 TN 292 $164.00 $47,888.00 3 .3211.0501.....6' Lime Treatment 321129 SY 16,213 $3.50 $56,745.50 4 13.036 4 il��ailk' 321320 8F 2,502 $4.30 $10,758.60 5 3213.0501 Barrier Free Ramp,Type R-1 32 13 20 EA 7 $900.00 $6,300.00 6 3216,0101 6"Conc Curb and Gutter 32 16 13 LF 5 $30.00 $150m 7 3292,0100 Block Sad Placement 329213 SY 10,189 $4= $40,756.00 3292.0400 1 1 ­Seeding,- .. H ydro 1.mulch 3 --ii gy -2,12'5 $-1 1 1.00 $1-2 1,.12-5.0.0 9 3441.4003 Furnish/Install Alum SI n Ground Mount City S 344130 EA 4 $500.00 $2,000.00 ryr 10 9999.0003 End of Road Barricade 3471 13 EA 1 $900.00 $qaama 11 9999.0004 Concrete Header 32 LF 29 $3.50 $101.50 ........... ----------- .............. ............ TOTAL UNIT I� P M111MG IMPROVEMENTS $631,172.10 crrYoPrORTwo RTH 00 42 43—Bid Ptapout-PAP-HOOK 2x1i STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Trails arpossil creek Phue IV 02251 Penn Version April 2,2014 - ...................................... 00 42 43 DAP-BID PROPOSAL Pirge203 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM TRAILS OF FOSSIL CREEK,PHASE IV(CITY PROJECT No.02251) PAVING AND STREET LIGHT IMPROVEMENTS UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Item No section'No. Measure -uantity- Unit Price I Bid Value Specification of �tj!ica,.7. -Unho Bid Bidlist Description 1J.. Me as, Q UNIT II:STREET LIGHIJbig IMPR YgMQU 1 3441,3002 RdwXjl!urn Assmbly TY 8,11,0-25,and D-30 34 41 20 EA 24 $1,800A0 $43,200x00 2 3441.3301 Rdwy Ilium Foundarion TY 1,2,and 4 344120 EA 24 $950.00 $22,800x00 3 2605,3016 2'CONOT PVC SCH 80(B) 260533 LF 1141 $10.00 $11,410.00 ry 4 3441.3101 100W IMPS PC Lighting Fixture 344120 EA 24 $320.00 $7,680.00 5 3441.1409 NO 8 Insulated Elec Condr 3441 10 LF 3423 $1.00 $3,42100 .. ......... ............. ......... .................... ............. .......... ............. .......... .............. CITY OF FORT WORTH 00 42 43—Bid haponLIDAP-HOOK 2.4% STANDARD CONSI RUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Trails of Fossil Creek Phas IV 02251 Faun Version April 2.2014 00 42 43 DAP-BID PROPOSAL Page 3 of 3 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM TRAILS OF FOSSIL CREEK,PHASE IV(CITY PROJECT No.02251) PAVING AND STREET LIGHT IMPROVEMENTS UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Unit of Bid Unit Price Bid Value Item No n No. Measure Quantity Bid Summary UNIT I:PAVING IMPROVEMENTS $631,172.10 UNIT II:STREET LIGHTING IMPROVEMENTS $88,513.00 Total Construction Bid $719,685.10 Contractor agrees to complete WORK for FINAL ACCEPTANCE within ISO WORKING days after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION CITY OF FORT WORTH 00 42 43_Bid Proposal_DAP-BOOK 2xis STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROTECTS Trails ofFassil Creek Phase IV Form Version April 2,2014 02251 01 004100 DAP 010 FORM FOR PUBLICLY BID PROTECTS ONLY SECTION 00 4100 DAP BID FORM TO: Fossil Creek A2A Development,L.L.C. 548 Silicon Drive,Suite 100 Southlake,Texas 76092 FOR: Trails of Fossil Creek,Phase IV City Project No.: 02251 Units/Sections: Water Sewer Drainage 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted,t o e nter into an Agreement with Developer in the for included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification subm...ing 9 A- 2.2. Bidder is aware of all costs to provide the required insurance,will do so pending contract award,and will provide a valid insurance certificate meeting all requirements in the construction contract, 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conforinity with any collusive agreement or rules of any group, association,organization,or corporation, 2A Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding, 2.6. Bidder has not engaged in corrupt,fraudulent,collusive,or coercive practices in competing for the Contract. For the purposes of this Paragraph- a. "corrupt practice" means the offering,giving,receiving,or soliciting of anything of value likely to influence the action of a public official in the bidding process. b "fraudulent practice" means an intentional misrepresentation of facts made(a)to influence the bidding process to the detriment of Developer(b)to establish Bid prices at CITY Of FORT WORTH 00 4100 Bid Forin—DAP.dorx STANDARD CONSTRUCTION DID FORM—DEVELOPER AWARDED PROJECTS Trails of Fosslf Creek Phase IV Fogm Revised April 2.2014 O2251 . . ............ ..........I.. .......................... 00 41 00 DAP BID FORM FOR PUBLICLY BID PROJECTS ONLY Page 2 oFJ artificial non-competitive levels, or(c)to deprive Developer of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of Developer, a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Water, Sewer and Drainage Improvements 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 180 WORKING days after the date when the Contract Time commences to run as provided in the General Conditions. 4.2. Bidder accepts the provisions of the Agreement to liquidated damages, if applicable, in the event of failure to complete the Work {and/or achievement of Milestones) within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Bid Bend(if r-equir-ed), Seetieft 00 43 13 issued by a sufet5 fneetifig the requirements efthe Gefleral Conditions, c. Developer Awarded Projects-Proposal Form, Section 00 42 43 d. r,r ER,.«...., (if r'equiccaj e. Prequalification Statement, Section 00 45 12 to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. CCtY OF FORT WORTH 00 4100 Bid Form—DAP.docx STANDARD CONSTRUCTION BID FORM—DEVELOPER AWARDED PROJECTS Trails of Fossil Creek Phase IV Form Revised April 2,2014 02251 004100 DAP BID FORM FOR PUBLICLY BID PROJECTS ONLY Page 3 or3 6.3. Evaluation of Alternate Bid Items <use this if applicable,otherwise delete> total Base B—id 1,397 070.55 TOTAL BR) $13-9]7070.55 .......... .. ..... . ......—.-- 0E70j. 5 7. Bid Submittal This Bid is submitted on 1 ,2014 byte entity named to ........... Respe qys mitted, Receipt is acknowledged--of By: the following Addenda: Initial (Signature) Signature) ........... John Burns Addendum No. I (Printed Name) Addendum No.2--- Title, President Addendum No. 3 Company: Burnsco Construction, Inc. Addendum No.4 Address: 6331 Southwest Blvd. Benbrook,Texas 76132 State of Incorporation: Texas Email: BLirn.scoinc2@a.ol.com Phone: (817)738-3200 END OF SECTION 00 41 W Bid Form—DAP-doem CITY OF FORT WORTH IV STANDARD CONSTRUCTION DID FORM—DEVELOPER AWARDED PROJECTS Trails't Fossil Creek Phase 02251 Form Revised April 2,26814 00 42 43 DAP-DID PROPOSAL Page I of 5 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM TRAILS OF FOSSIL CREEK,PHASE IV(CITY PROJECT No,02251) WATER,SEWER AND DRAINAGE IMPROVEMENTS UNIT PRICE BID Bidder's Application Project Item Knfannation Biddees Proposal Bidlist Description 11 1 Unitofl, Bid Unit Price Bid Value Item No. Section No. Measure I Quantity UNIT I:MIA"MM IMPROVEMENTS 3110141 £E"Water Pipe 33 11 1 0,3311 12 LF le $35.75 $572.00 2 3311.0241 8"Water Pipe 3311 10,3311 12 LF 4691 $3735 $177,085.25 3-30-5.0-1-09 Trench Safety 330510 LF 4707 $1.00 $4,707.00 4 3312, 331220 8 — — - $820.00 $6,560°0o 033 iT I o ve 331220 EA 12 . 0 6 33 .0001 Fire Hydrant 331240 EA 8 $2,600.00 $20,800.00 7 w, 3311.0001 Ductile Iran Water Fillings wl Restraint 33 If 11 TON 23 $4,100.00 $9,430.00 8 33120117 Connection to Existing 4"-12"Water Main 331225 EA 5 $600.00 $3,000X0 ................ ........... 9 3312.2003 I"WaterService 331210 EA 148 $700.00 $103,600.00 ............ ......... ........ ............................................. .......... ................. ............. ....................................... ................ ..... ..... ............. .......... .......... .......... ............. .................... ........... ............ .................... .......... .............. .........- CITYOFFORTWORTH 00 4243 Pid Pfapvu1_DAP-BOOK LwIt STANDARD CONSTRUCrION SPECIFICATION DOCUMINTS-DEVELOPER AWARDED PROJECTS T1.dx0rFQSWCf4VkPh"0IV Fam Ymisa ArAl 2N 2014 02251 004243 DAP-BE)PROPOSAL Page 2 ofS SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM TRAILS OF FOSSIL CREEK,PHASE IV(CITY PROJECT No.02251) WATER,SEWER AND DRAINAGE IMPROVEMENTS UNIT PRICE BID Bidder's Application Project Item Mrormation Bidders Proposal Specification unit or Bid ..-a Unit Price Bid Value un Uanlity Item No. --F�S l.n No. Bidlist Description UNIT It:SANITARY SEWER IMPROVEMENTS 1 3331,5304 8-PVC Sower Pipe,Vic,8'(Mlac Only) 33 3120 LF 522 $71.90 $37,53 n 1 A0 2 3331.5307 8"PVC Sewer Pipe,S'to 10'(Mist Only) 3331 20 LF 1834 $72.90 $133,698.60 3 3331.5310 8"PVC Sewer Pipe,10'to 12'(MiscOnly) -.33,3,12,0 'LF, 139 $73.90 $10,272.10 3331.5308 8'10-10'(Misc Opt CSS Backfill 33 31 20 LF 80 $79,9,0 $8,392.00- , i'76(i -'i�k Sewer P 31.5311 8"PVC Sewer f!pe, !O Only),CSS Backfill 333120 LF 35 $80.90 $2,831.50 33_31.5314_8"PVC Sewer P,Ipe,,,.12'-I.o 14'(MIsc.Only),CSS Backnll 33 31 20 LF 19 $8190 $1,594.10 i — ,�—_9—. . , —11—-n-1—— —..........—--— 7— 3305.0109 Trench-Saf,e-ty 330510 LF 2629 $1.00 $2�629.00 .1001 Manhole 33 39 10,33 39 20 EA 8 $2,500.00 $20,000.00 -33-3-91-102-5'Drap Manhole 33 39 10.33 39 20 EA -$--5,-,,0-7,0-.0-0- -$-5-,0-7-0-.,0,0-3333�0,----3-3-3,96003 4'Exlra Depth Manhole 33 39 10,33 39 20 VF 18 $60.00 $1,080.00 3333 11 3339.1103 5'Extra Depth Manhole 33 3910,33 39 20 VF 6 $100,00 $60UO 3333 3333_ Manhole Vacuum Testing 330130 EA 112 $110.00 $1,320.00 1 3801.0101-- --- or(Eccen go 3333._r__.__06, 1 06 148f (Eccentric 30514 EA 1 $1,200.00 $11,200RO 3333 ........... 14- 3,3-39-.,0--00-, 333960 VF 43 $7,310.00 . l_ —- ­---nn--.---..' -------..................... -ill.'ii011 4"SewerServIce 33 31 50 EA 100 $400.00 $ila,00tim 116 3331.3102 4`12-WayCleanoul 33 31 50 EA 100 $100.00 $10,000.00-3333�01001 2�Post-&-TV!'OBpaRlio.n ................. 17 330131 LF 2629 $1A0 $3r680A0 -__C_ ' ' ' I i6 - --1 .-� - I---�I-----1- --.— 99-66—ooi connect to Existing Manhole 33 10 EA 2 $800= $1.600.01)3333 19 9999.0002 Connect to Existing Manhole with External 333910 EA 1 $2,500.00 $2,500.00 -connor'llon.,,.................. ............ .......... .......... ............ ............ .................. .......... .......... ............... ---------------------- TOTAL UNIT Q:SANITARY SEWER IMPRO%1r-RA9=KITQl $289,30910 CITY OF FORT WORTH 00 42 0—Bid Ptopmal—DAP-HOOK Lwls STANDARD CONSTRUCTION SPECIFICAFION DOCUNONTS-DEVELOPER AWARDED PRO)ECTS Trails off"34 Cpftk Pline IV Farm Vanion April 2,2014 02231 be 42 47 DAP-DID PROPOSAL, Page 3 cl`5 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM TRAILS OF FOSSIL CREEK,PHASE IV(CITY PROJECT No,02251) WATER,SEWER AND DRAINAGE IMPROVEMENTS UNIT PRICE BID Bidder's Application Project llern Informalion Bidder's Proposal T__ Bldlist I unit Of Bid It No. - Description Section No lJnit�Pfl.,_ Bid V.I., UNIT Ill.,DRAINAGE IMPROVEMENTS 1 3341.0201 21-RCP,Class III 3341_10 _LF 1-43 _$85 60__$1_2_ „226.50 2 3341.0205 24-RCP,Class III 3341 10 LF 195 $88.60 $17,257.50 3 3341,0208 27-RCP.Class 111 3341 10 LF 137 $94.50 $12,946.50 -1-4- 341 0302 30"RCP,Class 111 3341 10 LF 324 $100.50 $32.562.00 5 3341,0309 36-RCP,Class lit 3341 10 LF 250 $118M $29,625.00 1-- i­­.-... ­..... 6 3941. 202 5x4 Box Culvert 3341 10 LF 745 5242.50 5180,862.50 3341.1402 7x4 Box Culvert 3341 10 LF 249 $331.50.. -1$82,543..50 T34 iiO I lix Culvert 3341 10 LF 609 $35150 $215,281,50 ............ 9 3305,0109 Trench ale 33 05 10 LF 2652 $040 $1,325.00 10 9999 0011 Type I Junction 33 49 10 EA 1 $10,500,00 $10,500= go 1 9.1 0012 Type 2 Junction l3ox.(q' .?q�) ,_ 334910 EA 1 $10,000,00 .......... $10po-00 "d iiiiiiiiicil,4'Storm Junction Box ...... 334910 EA 1 $3,200A0 53,200.00 . , ,- 3349- 5001 10'Curb Inlet 33 49 20 EA 14 $3,200.00 $44,800.00 349.7001 4'Drop Inlet(3x3'lntedor dimensions), 3349 20 EA 1 $3,300000 $3,300.00 15 3305,0112 Concrete 6o`jia­r 330517 EA 11 $400.00 $4,400.00 16 3349.0101 3`Round Manhole Riser 334910 EA 2 $1,600.00 $3 200.00 ........... 17 9999.0005 4"Concrete Flume with 6"Curb 321313 SY 207 $72,00 $14,904.00 ............. 18 go Concrete Box Structure far Flume 32 13 13,33 49 20 EA 1 $3,800,00 $3,800.00 9996-60-04- V 33 49 40 LF 15 $160.00 $2,400.00 _ Type P �­3 rr 20 9999.0008 5.54"W"Thick Galvanized Sleet Plate 00 EA 3 $900.00 $2,700�00 _­IT v With QWmqg Pattern-- ­._........... ........................................... ....... 21 9999,0009 6PaintedlExtrudedAluminum Fence 000000 LF 200 $44,00 $11,440.00 22 9999.0010 Galvanized Handrail 00 0000 LF 30 $110.00 $3,300.00 23 3231.0302 V Gate,Steel 323120 EA 1 $11,5WOO $1.500.00 i4i i2'ii.-Iii0-Remove-,Co'n'c"Cu,rb,-&,Gu,tter, 02 41 15 L,F 22 S4M ­-,$105.60 ,, 25 3137,0103 Large Stone RI rap, 31 37 00 SY 9 $76.66 $684= 26 ii 63 WCMP(Sedimentation Pond) 31 25 00 LF 217 $78.00 $16,926.00 27 9999:0_01�4-48'°-c-m- Perforated Riser_(Sedlmentallon fpndl) 31 25 00 LF 15 $84.00 $1,260.00 28 3305.0109 Trench Safety(Sedimentation Pond) 33 05 10 LF 232 $0,50 $116.00 ............ ............. 9999.0018 Installation of 72"41'Ant!Vortex Top(Sedimentation Pond: 31 25 00 EA 3 $2,800.00 $6.40000 30 9999.0015 1.25 CY Anti Float Block(Sedimentation Pond) 31 25 00 EA 3 $800,00 $2,400.00 9-9-,0- 1'-6 'A 312600 EA a $1,600,00 $9,600.00 0 n Seep Collar(Sedimentation Pond) 32 9999.0017 1.50 Filter Stone(Sedimentation Pond) 31 25 00 CY 10 $24,00 $240.00 .................................. ................. ... ....... ........... $743,6ft6o L_TO�Q T�11DPA�INAGE IMPROVE E TS crry OF FORT WORTH 0042 47 Bid Psopose1_15AP-DOOK Lxli STANDARD CONSTRUCTION SPFCIF WATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Trails offobvil Crack Phare IV Foram Version April 2„2®14 02251 00 42 43 DAP•BID PROPOSAL P®ge 4 ors SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FOR TRAILS OF FOSSIL CREEK,PHASE IV(CITE(PROJECT No.02251) WATER,SEWER MD DRAINAGE IMPROVEMENTS UNIT PRICE BID Bidder's Application Project Item Information Biddees Proposal Bidlist SPccification Unit of Bid item o. f3esenpllan Seolion o. Measure Quantity Unit Pri ce Bid Valae UNIT IV:BONDS 1 Payment,FerfO�r_m._a.nce®8Mllntenence e Bond_ .......m, _ . _... 1 $2_4_,000.00 $24,,.0.0._0.00 .. ........... ......... ... ........ .............. ........... ........................ ...................................... ............. ........... ........................................ ......... ............ .............. ............. .................. .......... . ............ ........... ....................... ............... ............ . ................. ............. ......... .......... ....................................... ......... ............................. ........ ....... .... ................ .. .............. .......... . .., TOTAL UNIT a BONDS 1 $24,000.00 CITY OF FORT WORTH OR)4243 Bid Prapossl_PAP-ROOK I.As STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS•�DEVELOPER AWARDED PROJECTS Y Trails or Fossil Creek Phase IV Fans Vmlon Apdl 2.2014 02251 004243 DAP-BID PRO POSAL SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM TRAILS OF FOSSIL CREEK,PHASE IV(CITY PROJECT No.02251) WATER,SEWER AND DRAINAGE IMPROVEMENTS UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal rin' Bid VaIrte ec"'c" Section No Bidlist Description Specifitcatiol it of Bid Unit Price Item No. re Quantity Bid Summary UNIT I:WATER IMPROVEMENTS $340J54.25 UNIT-II:SANITARY. 'StWEklMP-AbVEMENTS- $269,309.70- UNIT III:DRAINAGE IMPROVEMENTS $743,606.60 UNIT IV:BONDS $24.000.00 Total Construction BIdL- $1,30-7,670® Contractor agrees to complete WORK for FINAL ACCEPTANCE within iso WORKING days after the date when the CONTRACT commences to run its provided in the General Conditions. END OF SECTION CITY OF FORT WORTH 00 42 43—ffid PropouLDAP-DOCK I-As STANDARD CONSTRUMION SPECIMATION DOCLUENTS-DEVELOPIM AWARDED PROJECTS Trails of ossil Creek Phase IV Form Version Agurl 2,20M 02251