Loading...
HomeMy WebLinkAboutContract 46270 %i CITY SECRETAW CONTRACT NO. �q 4? 0 Developer and Project Information Cover Sheet: Developer Company Name:Ashton Dallas Residential LLC Address, State,Zip Code: 1800 Valley View Lane, Suite 100 Farmers Branch, Texas 75234 Phone,E-Mail: 972-428-5403,rob.romo @ashtonwoodshomes.com Authorized Signatory/Title: Robert Romo,Vice President-Land Acquisitions Project Name and Brief Description: Bluffview-Phase 2(water/sewer,paving, storm drain, street lights and street signs) Project Location:North side of Litsey Road at Bluffdale Drive Intersection Plat Case No.:FP-014-030 Plat Name:Bluff-view Mapsco: 644w Council District: 2 City Project No: 02378 CFA: 2014-049 DOE: 7306 To be completed by staff /�, Received by: Date:J t OFFIC9AL RECORD C91VSECREFAW RECEIVED DFC 18 ANA, 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 Bluffview- Phase 2 ("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 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 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 to ensure 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)_2L__, Sewer (A-1) _X_ Paving (B) X , Storm Drain (B-1) X, Street Lights & Signs(C) X . 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 Il, of the Policy. 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 streets and/or to perform water/waste water 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 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 term of the maintenance bond. All bonds to be furnished before work is commenced and to meet the requirements of 3 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 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 at least 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 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, 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. I. 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 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, 5 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) 7 Cost Summary Sheet Project Name: Bluffview Phase 2 CFA No.:2014-049 DOE No.: 7306 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 $96,008 2.Sewer Construction $109,282.60 Water and Server Construction Total $ 205,290.60 B. TPW Construction 1.Street $ 274,962.55 2.Storm Drain $ 46,911.00 3.Street Lights Installed by De%eloper $ 39,415.40 TPW Construction Cost Total $ 361,288.95 Total Construction Cost(excluding the fees): $ 566,579.55 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 4,105.81 D. Water/Sewer Material Testing Fee(2%) $ 4,105.81 Sub-Total for Water Construction Fees $ 8,211.62 E. TPW Inspection Fee(4%) $ 12,874.94 F. TPW Material Testing(2%) $ 6,437.47 G. Street Light Inspsection Cost $ 1,576.62 I H. Street Signs Installation Cost $ 245.00 Sub-Total for TPW Construction Fees $ 21,134.03 Total Construction Fees: $ 29,345.65 choice Financial Guarantee Options,choose one Amount (ck one) Bond=100% $ 566,579.55 Completion Agreement=100%/Holds Plat $ 566,579.55 Cash Escrow Water/Sanitary Sewer-125% $ 256,613.25 Cash Escrow Paling/Storm Drain=125% $ 451,611.19 Letter of Credit=125%w/2yr expiration period $ 708,224.44 8 IN TESTIMONY WHEREOF,the City of Fort Worth has caused this instrument to be executed in quadruplicate in its name and on its behalf by its Assistant City Manager,attested by its City Secretary,with the corporate seal of the City affixed,and said Developer has execut this instrument m quadruplicate,at Fort Worth,Texas this day of 20 CITY OF FORT WORTH-Recommended by: Water Department Transportation &Public Works Department Wendy Chi-B ulal,EMBA,P.E. Douglas XAA Wiersig,P.E. Development Engineering Manager Director Approved as to Form &Legality: Approved by City Manager's Office Dou .Black Fernando Costa Assistant City Attorney Assistant City Manager M&C No. A//Ar Date: 00 00000000- ATTEST: g° Q°°$0 4 S o V o g� , Mary .Kayse 00 000000°°°°�� E City Secretary 0 `� ATTEST: DEVELOPER: Ashton Dallas Residential,LLC Signature Signature (Print)Name:Dawn McClintic Print Name: Robert Romo Title:Vice President-Land Acquisitions OFFICIAL RECORD CITY SECRET Pir 9 FT.WORTHS 7'K 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 NORTHLAKE CITY LIMIT 5 �O 114 z 5W NORTHLAKE < TY LIMIT w Fi o COFW 0 O o Cemetery CITY OF rno FT 0 H M w o0 � o ° LITSEY ROAD �' Q LITSEY ROAD n D r rnF- PROJECT LOCATION VICINITY MAP o N.T.S. N U) TMLJJE�� a ar N D JEW N P SE RI L, 1.L�L d LOCAM11.J/I 3 CC✓= OIL FORT WORTH9 TEXAS ar m OVM EDM EV ELOPED BY: �BY. z ASHTON DALLAS RESIDENTIAL, LLC GOODVaNll 1800 VALLEY VIEW LANE 1 SUITE 100 AL L 00 FARMERS BRANCH, TX 75234 CIVIL ENGINEERS—PLANNERS—SURVEYORS 240.5 Mustang Drive,Grapevine,Texas 76051 OFFICE: (972 ) 428-5403 Metro(61])329-0373 0 w AUGUST9 2014 N W E S GRAPHIC SCALE 1'=200' 1B p M W 0 200 400 600 37 PHASE 11 36 36 W A GR 39 35 F=R "An 34 40 33 4/ 42 32 43 3/ 30 44 45 V 29 49 49 46 #1 26 1 8~ 47 � 27 r 26 25 /7 / 24 /6 23 /5 22 /4 21 13 20 /2 /9 /0 /6 LEGEND _ 9 (Z 17 W PROPOSED WATER LINE 6 16 — EXISTING WATER LINE 1 7 /5 -� PROPOSED FIRE HYDRANT ASSEMBLY la EXISTING FIRE HYDRANT ASSEMBLY 6 /3 1 ►1 PROPOSED GATE VALVE 5 1 r� D4 EXISTING GATE VALVE _ 12 4 3 /0 2 9 / PPMARM BY: G OODVaN9 j\i=Hm. L g ' CIVIL ENGINEERS–PLANNERS–SURVEYORS 2406 Mu"Q Drto,GrePWm,Tom 79061 Metro(817)328.4979 Ei\10499\PLANS\Bluffview — Phase 2.pro 25 Sep 2014 N W E S GRAPHIC SCALE 1'-200' IBL 'd \V��j� 37 V 0 200 400 600 V V PHASE tp�71�1U 38 36 llIlt SA RY SEVV1[a 39 35 EJUMU 34 40 (� 33 41 42 N 32 43 3/ 30 444 45 29 49 46 46 28 47 27 B 26 %9 25 •/7 24 16 23 /5 f "—� 22 /4 2/ /3 20 12 19 /0 /8 9 17 LEGEND 6 � 1s S PROPOSED SANITARY SEWER LINE — — — EXISTING SANITARY SEWER LINE 7 (n r-15 PROPOSED SANITARY SEWER MANHOLE 14 QS EXISTING SANITARY SEWER MANHOLE s_ /3 � 5 �) /2 4 3 10 2 9 / PPMARI®BY. / s CjMD MI OML ENGINEERS-PLANNERS-SURVEYORS 24M ,Grapevine,Texas 76061 Metro(817)3284573 Ei\10499\PLANS\6Iuffview — Phase 2.pro 25 Sep 2014 N W E S 1 GRAPHIC SCALE 1'=200' 37 IB 9 1y M W 38 36 0 200 400 600 PHASE 11 39 35 STRcM 34 Gl ff 1Bll 40 33 Jam\ 4/ 42 32 43 3/ 30 44 44 45 9 49 48 46 28 47 27 4'SDEWsLLK ' PER TH5 CONTRACT R''1p 26 25 /7 / 24 16 23 /5 22 /4 2/ /3 20 /2 19 // /0 /e LEGEND 9 17 PROPOSED 29' B—B ROADWAY 8 F///7-7/� /6 w/ 50' R.O.W. - - 15 6' CONCRETE PAVING 7 - 111111111 1 Ill 4' SIDEWALK BY HOMEBUILDER 6 14_ 4' SIDEWALK PER THIS CONTRACT 5 /3 I ---4 /2 4 u 3 /0 2 9 PP"ARM BY: 1 c0WDVM I MAMHAIJ 9 CML ENGINEERS—PLANNERS—SURVEYORS 2406 MutmV D11ve,ampoWne,Tema 78061 Metro(817)3294979 Ei\10499\PLANS\Bluffview — Phase 2.pro 25 Sep 2014 N W E S ��Y�'9�'4� y��f��j� GRAPHIC SCALE 1'=200' IBL11 I,li"a li"9 \�9 11 II'9 \V�V 0 200 400 600 JJJSS�ILLJ 777���lSJ LLLLn 1111�q 7VV�gJ1J Ld V V 37 PHASE S ly.� HK 38 36 STOR Vll D�J„dt�A W 39 35 llll t/1N�t_!9LL„V 1 34 40 33� 4/ 42 32 31 S.D. LW'B' 30 24'R.C.P. 44 45 9 49 , 48 46 28 ( 47 27 21'R.C.P. t 26 25 !7 / 24 Ib� 16 S.D. LAT. 'A—b' 23 24'R.C.P. 15 _ 22 ,gem !4 21 S.D.LAE'A' 24'R.C.P. 13 24'R.C.P. 20 /2 /9 u /0 /8 9 /7 LEGEND 8 16 7 � F—!5 PROPOSED STORM DRAIN LINE /4 6 /3 i PROPOSED STORM DRAIN INLET 5 1 12 4 u 3 /0 2 9 / PPMARM BY: � e 1 CIVIL ENGINEERS—PLANNERS—SURVEYORS 2406 MwtwV DrIm.Gmpedne,Tmme 7e W1 Metro(817)32"M Ei\10499\PLANS\Bluffview — Phase 2.pro 25 Sep 2014 N W E S GRAPHIC SCALE 1'=200' IBTL (•�� /�q }j7� V V 38 37 36 0 200 400 600 PHASE 1 SE 11 H �± 39 35 S T LIGHTS H.34 40 3 4/ 3 42 H.H 32 43 3/ 30 44 45 H.29 49 48 46 28 00SW STREET H. H. LIGHT 47 27 1 � 26 .H.25 /7 / 24 16 H. H.H.23 l5 22 /4 2! !3 H.H 20 /2 /9 /! .H. H. !0 !8 9 /7 H. LEGEND a 16 PVC Conduit , 15 H.H. !4 Q Transformer on PAD 6 Pole Assembly 51 H 13 �-$ /00w HPS 4 H. • 12 3 H. /O 2 9 ! t e PRBPARBD BY. C�� D�RiVB CIVIL ENGINEERS—PLANNERS—SURVEYORS 2406 MustwV Drive,GmprAne,Texas 76061 Metro(617)92&4979 Ei\10499\PLANS\B1uffview — Phase 2.pro 25 Sep 2014 N W E S GRAPHIC SCALE 1'=200' IBL Up V 0 200 400 600 37 PHASE 10[ 38 36 S7['II8IL T SIGNS 39 35 IEUNIEII ET llc-1" 34 40 ` 33 4/ 42 32 43 3/ 30 44 45 29 49 48 46 28 t 47 27 I / 26 25 /7 / 24 16 23 /5 "� 22 /4 2/ 13 20 /2 19 l0 18 9 /7 8 ' 16 LEGEND 7 15 O STREET NAME SIGN 6 14 _ /3 i l2 4 3 /0 2 9 / PMARM BY: 8 ��niuvs / (GOOMMI CIVIL ENGINEERS--PLANNERS—SURVEYORS 2406 Muftn Drive,Grapevine,TW=78067 _ Metro(617)928.4579 Ei\10499\PLANS\Bluffview — Phase 2.pro 25 Sep 2014 0041 00 810 FORM Page i of 3 SECTION 00 4100 BID FORM TO: Goodwin R Marshall,Inc. c/o:Ashton Woods Homes 1221 N.Interstate 35E,Suite 170 Carrollton,Texas 75006 FOR: BLUFFVIEW-PHASE 2 City Project No.: 02378 Units/Sections: D.O.E.#7306 File No.W-2342 Water P265-6071502378-00 Sewer P275-7071302378-00 1. Enter Into Agreement The undersigned Bidder proposes and agrees,if this Bid is accepted,to enter into an Agreement with City in the form 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 2.1.In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS,including without limitation those dealing with the disposition of Bid Bond. 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 within 14 days of notification of award. 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. 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 any thing 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 City(b)to establish Bid prices at artificial non-competitive levels,or(c)to deprive City 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 City,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 prequaliffed contractors and subcontractors: a.Paving Facilities b.Storm Drain,Water,and Sewer Facilities c.Street Light Facilities CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 UTILITY PROPOSAL BLUFFVIEW•PHASE 2.xlsx 111 OPoSnrI SECY10NO04243 PROPOSAL FORM UNIT PRICE BID Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value Water Facilities 1 8"PVC Water Pie 3311.0261 LF 1,748 $20.50 $35,834.00 - 2 8"Gate Valve 3312.3003 EA 2 $1,200.00 $2,400.00 3 Fire Hydrant 3312.0001 EA 2 $3,200.00 $6,400.0 4 1"Water Service 3312.2003 EA 60 $750.00 $45,000.00 5 Ductile Iron Water Fittings w/Restraint 3311.0001 TON 1.0 $4,500.00 $4,500.00 6 Connection to Existing 4"-12"Water Main 3312.0117 EA 2 $500.00 $1,000.00 7 Trench Safety 3305.0109 LF 1,748 $0.50 $874.00 $96,008.00 Sewer Facilities 8 8"Sewer Pie 3331.4115 LF 1,664 $27.50 $45,760.00 9 8"Sewer Pie CSS Backfill 3331.4116 LF 60 $18.00 $1,080.00 10 4'Manhole 3339.1001 EA 11 $2,220.00 $24,420.00 11 4'Extra Depth Manhole 3339.1003 VF 9 $100.00 $900.00 12 Trench Water Stops 3305.0113 EA 3 $250.00 $750.00 13 4"Sewer Service 3331.3101 EA 58 $529.66 $30,720.00 14 Trench Safety 3305.0109 LF 1,684 $1.00 $1,684.00 15 Post-CCTV Inspection 3301.0002 LF 1,684 1.40 $2,357.60 16 Manhole Vacuum Testing 3301.0101 EA 11 $101.00 $1,111.00 17 Connect to Existing S.S.M.H. 9999.0001 1 EA 1 1 1 $500.001 $500.00 $109,282.60 Storm Drain Facilities 18 10'Depressed Curb Inlet 3349.5001 EA 4 $3,100.00 $12,400.00 19 21"Class III R.C.P. 3341.0201 LF 29 $44.00 $1,276.00 20 24"Class III R.C.P. 3341.0205 LF 569 $49.00 $27,881.00 21 24"Sloped End Headwall-Per Detail on Sheet 21 3349.4105 EA 2 $1,700.00 $3,400.00 22 Twisted Gabion Mattress-Per Detail on Sheet 21 3136.0104 SY 12 $113.00 $1,356.00 23 Trench Safety 3305.0109 LF 598 $1.00 $598.00 $46,911.00 Pavment/Performance/Maintenance Bonds $6,000.00 Water/Sewer/Storm Drain Facilities Subtotal $258,201.60 '.. Bid Sumnra Total Bid i STTpD\eucov-s�rx�cnov sPEaFlcanoa o«valEUrs - Faw 0.e•isN 301!x130 lrI1LT'PR<#vSaL att`FF1'IEw-PtLiSE 2.1.E 00 41 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: Goodwin&Marshall,Inc. c%:Ashton Woods Homes 1221 N.Interstate 35E,Suite 170 Carrollton,Texas 75006 FOR: BLUFFVIEW-PHASE 2 City Project No.: 02378 Units/Sections: D.O.E.#7306 File No.W-2342 Water P265-6071502378-00 Sewer P275-7071302378-00 1. Enter Into Agreement The undersigned Bidder proposes and agrees,if this Bid is accepted,to enter into an Agreement with City in the form 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 2.1.In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS,including without limitation those dealing with the disposition of Bid Bond. 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 within 14 days of notification of award. 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. 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 any thing 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 City(b)to establish Bid prices at artificial noncompetitive levels,or(c)to deprive City 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 City,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 Facilities b.Storm Drain,Water,and Sewer Facilities C.Street Light Facilities CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 PAVING PROPOSAL EILUFFVIEW-PHASE 2.%Is% 00 41 00 BID FORA? Page 2 of 3 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 40 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages 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.Proposal Form,Section 00 42 43 c.Contractor Compliance with Workers Compensation Law,Section 00 45 26 d.Prequalification Statement,Section 00 45 12 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. Total Bid $278.062.55 7. Bid Submittal This Bid is submitted on Au ust 22,2014 by the entity named below. Respect(Ily s mitt Receipt is acknowledged of the following Addenda: Initial By: Addendum No.1: (Signature) Addendum No.2: f n Addendum No.3: Addendum No.4: (Printed Name) Title: Company:Gilco Contracting,Inc. Corporate Seal: Address:6331 Southwest Boulevard Benbrook,Texas 76132 State of Incorporation: Texas Email: Phone:817-735-1600 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 PAVING PROPOSAL BLUFFVIE W-PHASE 2.xlsx Rm PROPUSV. Pad•?u(3 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Project Item Information Biddefs Proposal Bidlist Description Specification Unit of Bid Quantity Unit Price Bid Value Item Section No. Measure Paving Facilities 27 6"3,600 PSI Concrete w/7"Curb 3213.0101 SY 5,891 $38.75 $228,N6.25 28 6"Lime Stabilized Sub grade 30#/SY 3211.0501 SY 6,282 $3.15 $19,788.3 29 Hydrated Lime 30#/SY 3211.0400 TON 95 $160.00 $15,200.00 30 4'Barrier Free Ramp Type R-1 3213.0501 EA 2 $1,750.00 $3,500.00 31 4'Barrier Free Ramp Type M-1 3213.0503 EA 2 $1,500.00 $3,000.00 32 4'Concrete Sidewalk 3213.0301 SF 320 5.00 $1,600.00 33 24"Crosswalk Pavement Marking Lines per Sheet20 9999.0003 LS 1 1,650.00 $1650.00 34 Connect to Existing Street Stub-Out per Sheets 19&20 9999.0002 LF 58 6.00 $348.00 35 Payment/Performance/Maintenance Bonds LS 1 4,700.00 $4,700.00 Bid Summary Paving Facilities Subtotal $278,062.55 Total Bid $278,062.55 t'ilY Ot tORP\\i)Hfll ST.\:ll.\HII lTl\Sllttt'INI\'SHt'11 il'.\Ipl\INNI.\R�\TS 00 41 00 910 FORM Page 10 3 SECTION 00 4100 BID FORM TO: Goodwin&Marshall,Inc. cto:Ashton Woods Homes 1221 N.interstate 35E,Suite 170 Carrollton,Texas 75006 FOR: BLUFFVIEW-PHASE 2 City Project No.: 02378 Units/Sections: D.O.E.#7306 File No.VkL2342 Water P2MS071502378.00 Sewer P275-7071302378-00 1. Enter into Agreement The undersigned Bidder proposes and agrees,if this Bid is accepted,to enter into an Agreement with City in the torn 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 terns and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1.In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS,including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all casts to provide the required insurance,will do so pending contract award,and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 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. 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 any thing 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 City(b)to establish Bid prices at artificial non-competitive levels,or(c)to deprive City 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 City,a purpose of which is to establish Bid prices at artificial,non-competitive levels. d."coercive precti'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. Prequalificatton The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a.Paving Facilities b.Storm Drain,Water,and Sewer Facilities c.Street Light Facilities CITY OF FORT NORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Forth Revised 20120327 STREET LIGHT PROPOSAL BLUFFVIEW-PHASE 2x19( i 004100 BID FORM Page 2 of 3 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 15 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages 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 4100 b.Proposal Form,Section 00 42 43 c.Contractor Compliance with Workers Compensation Law,Section 00 45 26 d.Prequalification Statement,Section 00 45 12 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. Total Bid $40.915.40 7. Bid Submittal This Bid is submitted on September 3,2014 by the entity named below. Respectfully submitted, ' Receipt is acknowledged of Initial the following Addenda: By: L Addendum No.1: (Signature) Addendum No.2: Addendum No.3: Michael Denham Addendum No.4: (Printed Name) Title: Vice President Company:Mission Site Services,LLC Corporate Seal: Address:416 Interchange Street,Suite 200 McKinney,Texas 75071 State of Incorporation: Texas Email: mdenham(�i_)missionsiteservices.com Phone:972-369-0300 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 STREET LIGHT PROPOSAL BLUFFVIEW-PHASE 2.1. OOQU BMPROPOSAL P.Vw3 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Project Rem Information Bidders Proposal Bldlist Specification Unit of Item No. Description Bid Quantity Unit Price Bid Yalue Section No. Measure Street Li htin Fadlities 38 Ground Box Small w/Lid 3441.1501 EA 8 $500.00 $4.000.00 37 Cabs Head Style U M Pole w/Fixture&Pole Base 3441.3101 EA 8 $2,455.001 $1964000 38 2"SCH 40 PVC CONDUIT 2605.3011 LF 268 $53.31 $14 268.00 39 #6XHHWCable 3441.1410 LF 804 $1.85 $1487.40 40 P ent/Performance/Maintenance Bonds LS 1 $1.5m.0of $1500.00 $40,915.40 Hid Summa Street Li brim Facllltles Subtotal $40,915.40 Total Bid I mSYOFMRTFORIm SFANDARD CONSTRUCTION SPaCnIG2ION DO Q)MENr3 F—Rewd20120120 #'. SiAFSI I](mT FR°F V SAL mAnIV M W.HIAS6 2s4� 7