Loading...
HomeMy WebLinkAboutContract 46892 Developer and Project Information Cover Sheet: Developer Company Name: M&C Development LTD Address, State,Zip Code: 3825 Camp Bowie Blvd, Fort Worth,Texas 76107 Phone, E-Mail:817-665-2321, Randy.lockhart@att.net Authorized Signatory/Title: John Cockerham, President, Harrison Realty Investments, LLC Project Name and Brief Description: Marine Creek Ranch, Section 9A Project Location: south of Cromwell Marine Creek Road, west of Crystal Lake Drive Plat Case No.:FP-014-053 Plat Name: Marine Creek Ranch Mapsco: 47A Council District: 2 City Project No: 02523 CFA: 2015-022 DOE: 7409 To be completerd by�f Received by: Date: OFFICIAL RECORD CITY SECRETARY FT. WORTH,TX COMMUNITY FACILITIES AGREEMENT T SATE OF TEXAS § City Secretary 0� L COUNTY OF TARRANT § Contract No. "T 1 0-� 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 Marine Creek Ranch, Sect 9A ("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 thal Othe RECORD acceptance process requires the Developer's contractor(s) to stSVCRETARY 2 FT. WORTH, TX 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 (Al2_Sewer (A-1) _X_, Paving (B) X , Storm Drain (B-1) , Street Lights & Signs (C)_X_- E. 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 II, 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 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 exe uted thi instrument in qu druplicate, at Fort Worth,Texas this 3 — day of 20 . CITY OF FORT WORTH-Recommended by: Water Department Transportation &Public Works Department Wendy Ch'-Babulal,EMBA, P.E. Dougla . Wiersig,P.E. Development Engineering Manager Director Approved as to Form &Legality: Approved by City//Manager's Office Qat, — Doug as W.Black Fernando Costa Assistant City Attorney Assistant City Manager M&C No. Date: ATTEST: Q °°�° �� o, $ g 00 OA O AL `•1 ary J. a s �.°o �08� City Sec 0X�°5 '� ATTEST: DEVELOPER: M&C Development LTD,a Texas Limited Partnership By: Harrison Realty Investments,LLC a Texas limited liability company Its: General Partner ature ignature (Pr'(Prq Name: Print Name:John Cockerham f 4CTitle:President,Harrison Realty Investmen s,LLC OFFICIAL RECORD CITY SECRETARY 9 FT.WORTH, TX 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 M j Irr \ ! t PROJECT LOCATION I LOCATION MAP MAPSCO NO. 47A COUNCIL DISTRICT 2 FINAL PLA T MARINE CREEK RANCH BLOCK H, LOTS 1-10, and 11X BLOCK I, LOTS 1-27, BLOCK J, LOTS 1-9 and 10X, BLOCK K, L 0 TS 1-17, 18X and 19X BEING 15. 112 ACRES OF LAND LOCATED IN THE JOSEPH BOMAN SURVEY, ABSTRACT NO. 79 AND THE OWNER DEVELOPER: ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT NO. 1849 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS M & C DEVELOPMENT, LTD. 3825 CAMP BOWIE BLVD. 63 BUILDABLE LOTS, FORT WORTH, TX 76107 4 PRIVATE OPEN SPACE TEL: (817) 665-2321 LOTS CONTACT: RANDY LOCKHART PRELIMINARY PLAT CASE NUMBER: PP-006-033 CASE NUMBER: FP-14-053 CASE NAME: MARINE CREEK RANCH PHASE: SECTION 9A DATE: 03.10.2015 MARINE CREEK m m a PROJECT # 2652-02-01 RANCH DRAWN BY. A. MCGINLEY SECTION 9A � � .re4gr..re4 w..rrs%Mr...aaier.p.+■ tope registration number! f-2759 CHECKED BY. A. CASCO PLAT INFORMATION & VICINITY MAP °r e b -464- ,, SHEET NO. 1 OF 8 fasr ®i7-274-975 N• t x-S C J rt 1 IAL FUTURE PHASE M&C DEVELOPMENT, LTD CC#021 4 1586 73 OPRTCT r \ 15'x15.6 WATE EASEMENT iXEXIS77NG 8" CC/ ® // WATER LINE \ (D 27 0 1 2 3 4 5 6 7 8 9 f0 I / 26 Q: FALLEN LEAF STREET 25 u ........._. 9 �Rti I 24 vl 18 © 17 J� 'K 16 8 23 19 q� 2� 22 2015 7 I OX 14 6 21 O 13 5 1 I 1U 12 i 4 1 2 3 .., EXISTING 12` 9 4 5 •7 WATER LINE 6 7 1 8 9 10 11 Yf 2 \ F f \ ?5'x5&DRAINAGE 1 ' f 7L,►Z4VR7,PQ'VO EASEMENT 2 3 __SCC/ 4 5 6 �"-- EXISTING 8' "' ® 7 8 �N � WA 7ER LINE Z f0 it 12 iJ 14 15 16 17 0ax \ 71Q 86 )2 _ 70 73 MARINE CREEK RANCH 0215031086 OPR TCT LEGEND WATER LINE zoo too 200 aoo FIRE HYDRANT GA TE VAL VE - SERVICES 1 inch = 200 ft. NOTE. ALL WATER LINES ARE 8*UNLESS OTHERWISE NOTED DATE; 03.10.2015 m(m C� MARINE' CREEK PROJECT ,�• 2652-02-01 RANCH DRAWN BY.• A. MCGINLEY ,SECTION 9A 6014""""mbbNw'""'" tbpe registration number: I— 2759 WATER 2 CHECKED BY.• A. CASCO 9 t 0 east a texa780,0 b r a m EXHIBIT "A„ ar in , s O 11,7—♦69-167t 8 SHEET NO: 2 OF SHEET 1 OF 1 fax: 917-274-9757 V w,mmat a x 'a Aam tt EXIS731C 8- SANITARY FUTURE PHASE / SEWER LINE M&C DEVELOPMENT, LTD CC/D214158673 J 0PRTCT I ©p7 1 ? J � 5 ® 7 8 9 70 I h 95'SSE. R < CCS z6 O FJLLENLEAJS ET ?5 m IB IQ 17 9 35'DIE. I W ti I ?� -i &S.S.E. Ey 1Y' < 16 8 CCN Cs] M 23 — 19 w 15 7 ox I ?2 20 I 14 6 21 ' 1 i ® O /J 5 Qr WZ O 12 j 4 �{ e E- 3 J 4 J Ix 6 9 3 = WpQ x 7 8 9 t0 11 G ? \ \ j W 25'x50'WATER, SEWER' 1 = w &DRAINAGE \ z EASEMENT 1 2 J 3 6 7LYgURY PUYp 0 7 8 .�e pR/ F `__ _ to 11 d 12 13 U 13 to 17 39 8X t 7? IS MARINE CREEK RANCH D275031086 CPR TCT LEGEND SANITARY SEWER MANHOLE 200 0 100 200 400 8" SANITARY SEWER SANITARY SEWER SERVICE 1 inch = 200 ft. DATE: 03.10.2015 m�m a MARINE CREEK PROJECT # 2652-02-01 RANCH mycoslde+ffx �tes ORA WN BY. A. MCGINLEY SECTION 9A err.rlrw+.ewy�.r�iar.r� fte registration number: 1- 2759 CHECKED BY. A. CASCO WASTEWATER 2 00 e a s t a b r a m EXHIBIT "A-1" ariln9tan, texas 76010 617-469-1671 SHEET NO: 3 OF SHEET 1 OF 2 f■ 617-274-6757 THE CITY OF FORT WORTH TEXAS CC/ D209019170 OPR 1'CT 20' WDE SANITARY SEVER EASEMENT 83 7595 \ � \ ORTCT JJJj EXISTING 30' 1 SANITARY SEVER LINE w \ \ 30"S.SE \ \ W , ✓ CC/ x Y \ \ CITY OF FORT WORTH TEXAS \ \ \ \ CCJ D209019170 OPRTCT , FUTURE PHASE E \ E, HAYCO REALTY, LTD `\ \ WX. 14192, PC. 544 1 \ \\ \ \ 'X PROPOSED 10' 1 \ W SANITARY \ 1 SEVER LINE E- cckq 1 _ PROPOSED 10 SANITARY SEWER LINE \ \ z z _ HAYCO REALTY, LTD VOL. 14192, PC. 644 �. DRTCT LEGEND • SANITARY SEWER MANHOLE 200 0 100 200 400 8" SANITARY SEWER 1 inch = 200 ft. DATE: 03.10.2015 �,y���,y� PROJECT : 2652-02-01 MARINE CREEK ' 11 ' 11. RANCID IRA DRAWN BY.• A. MCGINLEY SECTION 9A IsFAMMOGEN"""a" tbpe registration number: 1— 2759 CHECKED BY. A. CASCO WASTEWATER 2 g g east o b r a m arIin qt texas 760,0 EXHIBIT "A-1" - 817-469-1671 SHEET NO: 4 OF 8 SHEET 2 OF 2 tax: 817-274--8757 www.mInataxas.eam FUTURE PHASE M&C DEVELOPMENT, LTD CC/D21415867J 0PRTCT /-EXISTING PAVEMENT k X I � IO 27 t 2 3 5 ® 7 e 9 to 4' SIDEWALK 26 g TYPER I R MP TYPE R-1 RAMP FALLEN LEAF-STREET, 25 V) 9 ci I 24a- is lO 17•L. 8 -K �u m� f6 r o 23 19 4 'r N ti 15 7 X q o 22 70 I U r 14 ' 6 21 1 z Q 13 5 4' SIDEWALK ' O 12 A' 1 1 2 A ' J 4 5 J Y 6 7 g ' 9 10 11 2 < ER 1 RMP 1 \ 1 2 J p� �1�. , TYPE R-1 RAMP y 5 6 7 ��— 8 -0Y iD 77: t if 12 11 1 J 4' SIDEWALK 15 17 39 / r � 0 X 71 © 72 � �� 73 MARINE CREEK RANCH D2150JI006 0PRTCT LEGEND 29' B—B PAVEMENT, 6" CONC., 200 0 100 200 400 50' ROW ® 2" TYPE D ASPHALT OVER 1 inch = 200 ft. 4 TYPE B ASPHALT PAVEMENT DATE: 03.10.2015 mlm a MARINE CREEK PROJECT �: 2652-02-01 RANCH RPICO"44T as DRAWN BY- A. MCGINLEY SECTION 9A tbpe registration number: f— 2759 CHECKED 8Y. A. CA SCO PAVING 2 0 0 east a b r o m "B'. arIingt 760,0 EXHIBIT 817--4699--11 671 SHEET N0: 5 OF 8 faa: 817-274-6757 www.mmat6xaa.com 3 FUTURE PHASE ` 4 AI&C DEVELOPMENT. LTD ,E /// 1 CC,/0214158673 JS•RCP OPRTCT i J RCP HEADWALL j py iX ►`. I t 4� q Q$7 1 2 3 + 5 6 10 0 R8 LE to U I w k aw0-4 21- 26 a0 FALLEN LEAF STREET 1 RCP RCP?5 < § Ex 27• I L !x�' e 24'RCP RCP SDAIH ci ►. 17 16 © ' 4X4. 21- N2+ � INLETS 21' SDAIH Rte �?� 7 16 8 RCP 23 }9 15 7 ox I I� 22 20 I 14 6 Y1 Z ' 1 J o /J 5 12 = + f f3 r- 4 U^ 2 g 5 6 N 3 7 I 8 9 10 11 2 \ \ ' 1 'LXeuRr Ivo aPl ' \ \ 2 + s 0 6 7 10 !1 'm a 12 13 14 1s 16 17 39 ax r j ~ 6s LEGEND — EXISTING STORM SEWER LINE PROPOSED STORM SEWER LINE 200 a 100 200 400 STORM MANHOLE 1 inch = 200 ft. CURB INLET DATE. 03.10.2015 MARINE CRml m a EEK PROJECT : 2652-02-01 RANCH DRAWN BY•• A. MCGINLEY SECTION 9A damobu" `'`"' "`'" tbpe registration numb.: 1- 2759 CHECKED BY. A. CA SCO STORM DRAINAGE 2 0 0 e a s t a b r a m ariin gton, teras 760,0 EXHIBIT "B-1" 817-469-1671 SHEET NO: 6 OF S fa.: 817-274-8751 •rr v.m m a t e x a s.c 0m FUTURE PHASE M&C DEVELOPMENT. LTD CC/D214158673 OPRTCT 1 ® p 10271 2 J a 5 6 7 g 9 10 W O J r Q FALLENJEAF STREET e I 25 ; _. 31( n ti I 24 t 76 IQ 17 9 W of aao 23 f6 6 2 _j 0- 19 a g < 15 7 DX Oo I R I 22 20 ` tJ 21 fa -0 La 6 12 a J 1 2 A J a 5 6 U J 1 9 f0 11 2 \� 1 Y 2 tL BURD AT �/ I O \ J a .el 5 6 _ Ii f2 iJ /a 15 16 11 39 0 ax 72 70 40,14a f 7J rEERAN� ` EXISTING STREET'/ LEGEND LIGHT (TYP) STREET LIGHTS zoo 0 70o zoo aI00 1 inch = 200 ft. DATE: 03.t 0.2015 m i m e MARINE CREEK PROJECT , 2652m02-01 RANCIY leasocbms DRAWN BY.• A. MCGINLEY SECTION 9A • �"�''�' tbpe registration namb;: f-2759 CHECKED BY. A. casco STREET LIGHTS 200 east a b r a m EXHIBIT "C„ arliag,aa, teras 760,0 817-469-1677 SHEET NO: 7 OF $ fax: 817-274-8751 www.mmatexa3.com FUTURE PHASE M&C DEVELOPMENT, LTD CC/0214/58673 OPRTCT txsa�� O P7 I ?1.1 4 5 ( 7 8 9 1 0 W q J 26 Q: FALLEN LEAF STR££T < t��� I 25 < 24 18 QI 17 9 W �e of quo :� 16 8 = it'sti 23 19 a W w Q> 15 7 OX O 'S 22 20 14 6 2/ Z I 1 = 0 13 5 / Q 12 4 x J 2 3 J � 3 4 5 f~n { 6 7 1 8 9 /0 11 ? SIGN I 2 3 4 S ® 6 7 6 SIGN t0 11 12 14 39 = _ 15 16 I70 8x \ 7270 _ ii DB 75 10�6 Of 84 LEGEND STREET NAME SIGNS 200 0 100 200 400 1 inch = 200 ft. DATE: 03.10.2015 m m MARINE CRE'E'K PROJECT : 2652-02-01 RANCH myooswe+nx Fie DRAWN BY.' A. MCGINLEY ,SECTION 9A "10 Io''" tope registration number: f-2759 CHECKED BY. A. CASCO STREET SIGNS 2 0 0 east a b r a m _111 arlington, teras 76010 EXHIBIT 11C 817-469-t671 SHEET NO: 8 OF 8 to a: 817-274-6757 r r r.m m a t e.a 3.c a m 00 42 43 DAP-BID PROPOSAL Page 1 of 1 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Marine Creek Ranch Section 9A UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value ....... __ _---_111,1__.___,..__..... UNIT I:WATER IMPROVEMENTS 1-01 3305 0109 Trench Safe 33 05 10 LF 2170 50.10 $217.00 �, .___ _____ ...- 3311 0001 Ductile Iron_Fillings w/Restraint 3311 11 TON 1.52 $4,50000 $6,840.00 . ... ..iii ,__., ._..__-._ 1-03 3311.0261 8'PVC 1­151­1Je� 33 11 12 LF 2170 $20.94 $45,439.80 1-04 3312,0001 Fire Hydrant 331240 EA 3 $2,850.00 $8,550.00 1-05 3312.2003 1'Water Service w J A_ _ 3312 10 EA63 ��� N$52,290.00 ........1-06_. 3312.3002.6'Gate Valve 33 1220 EA _3 $830.00 $2,490.00 ____.__._.-- .._ .......- -_ -- _. 1-07 3312.3003 8'Gate Valve 33 12 20 EA 8 $1,200.00 $9,600.00 TOTAL UNIT is WATER IMPROVFMENTSI $125,426.80 UNIT It:SANITARY SEWER IMPROVEMENTS _ 2 01 3301.0002 Post-CCN Inspection 33 01 31 LF 4136 51.40 $5,790.40 .......... ......._-_..,........._111.._. .. ....... __ .._......... ...........................11. _ 1.111... .........-- .1"..".. 2-02 3305.0109 Trench Safety 33 05 10 LF 4136 $1.00 $4,136.00 _ _ 1111....m......_ 111...._..___1. ___ .11 ......_ _....11......... ..__.. ,_ 2-03 3305.0112 Concrete Collar 330517 EA 10 $500.00 $5,000.00 1111- 1111_-.-. ........_-.. _ ... _1111. _ _ _ ._..- __..,._ 2-04 3331.3101 4'Sewer Service 33 31 50 EA 63 $605.00 $38,115.00 ------_-_.. ......pe. _......-. .. ------------------_-__-_. __-__..___-_-____-_ 2-05 3331.4115 8'Sewer Pi 3311 10,3331 12, LF 3071 33 31 20 $28.50 $87,523.50 _..-_1111.-.-..-_11.11_. _.__._._.___.....-.___.. 3331.4116 8'Sewer Pipe,CSS Backfill 33 11 10,33 31 12, LF 2 33 31 20 1 $39.00 $6,240.00 - 3331.4201 10'Sewer Pipe 33 11 10,33 31 121 LF 2 07 33 31 20905 $36.00 $32,580.00 ___... ..------ 11-------- 2-08 3339.0001 Epoxy Manhole Liner 33 39 60 VF 52 $180.00 mm $9,360.00 ....... 2-09 3339.1001 4'Manhole 33 39 10,33 39 20 EA 15 52,400.00 $36,000.00 _ _-----............._ ....__1111 ......__... -......... - _ .___.._ __.___ _ 2-10 3339.1002 4'Drop Manhole 33 39 10,33 39 20 EA 3 $3,400.00 $10,200.00 2-11 3339.1003 4'Extra Depth Manhole 33 39 70 33 39 20 VF 55....... $100 00 _._..__- $5 500 DO _-------_ ____.--_ ______._ 2-1.2 3339.1101 5'Manhole 33 39 10,3.3 39 20 EA 1 56,600.00 $6,600.00 TOTAL UNIT It:SANITARY SEWER IMPROVEMENTS $247,044.90 UNIT III:DRAINAGE IMPROVEMENTS 3 01 0241.4401 Remove Headwall/Set 02 41 14 EA 1 $700.00 $700.00 _...-._. __1.111. _ .. 1111. _ -.-1_111 _ 1111 _ .... ... ......... ..... 1111.. - .. ... . ..- _1111... - ....._....._ - _- 3.02 3137.0104 Medium Stone Riprap,dry 31 37 00 SY 130 $45.00 $5,850.00 363 3305.0109 Trench Safety_ 33 05 10 LF 727 $0.50 $363.50 3 04 3341.0201 21'RCP,Class III 33 41 10 LF 195 550.00 59,750.00 3-05 3341.0205 24'RCP,Class III 3341 10 LF 130 T $52.50 $6,825.00 _ .......,...,....,.....__..................M,..._.........._......._._._....._......._.......................-............ _..._,...._.._.-...._................ ..-.__..._-----__------ ._ --------- ..-.. 3 06 3341.0208 27'RCP,Class 111 33 41 10 LF 358 559.00 $21,122.00 3-07 3341.0305 33'RCP,Class III W 33 4_1 10 LF 44 $79.00 $3,476.00 _ _..__..._......-__ t _„.. 1111..-08 3349.0001 4'Storm Junction Box 33491U EA 2 3,400.00 $6,800.00 3-09 3349-2006 33'Parallel Headwall,1 pipe 334940 EA12,800.00 $2,800.,._.__._.............._....__._._. _.._......._........_-.._..... ..._..-..___.----__ _-_._._........__.,,„.._._-... _..._...._.....____ _ .. 3 10 3349.5001 10'Curb Inlet 3­34-920 EA 5 3,200.00 $16,000.00 TOTAL UNIT III DRAINAGE IMPROVEMENTS $73,686.50 SUMMARY UNIT 1:WATER IMPROVEMENTS $125,426.80 UNIT 11:SANITARY SEWER IMPROVEMENT $247,044.90 UNIT III:DRAINAGE IMPROVEMENT $73,686.50 Total Construction Sid $448,168.20 Coatracter agrees to complete WORK for FINAL ACCEPTANCE widda. Calendar days after the dale when the CONTRACT commences to run as provided la the General Conditions. .55- '`i QeN ch wire Svp" END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version April 2,2014 00 42 43-Bid Proposal_DAP.xlsx 00 42 43 bAP-BID PROPOSAL Page 1 of 1 SECTION 00 42 43 Developer Awarded Projects--PROPOSAL FORM Marine Creek Ranch Section 9A UNIT PRICE BID Bidder's Application Project Item Information Bid i Bidlist Item No. Description Specification Section No.I Unit of Measure Bid Quantity Unit Price Bid Value UNIT V:PAVING IMPROVEMENTS 4-01 0241.?300 Remove Cone Curb&Gutter 02 41 15 LF 140 $16.50 $2,310.00 4-02 ry 3137.0104 Medium Stone Ripra�,dr�r 31 37 00 SY._._. . _i7 — $70.00 mm.$1.190.00 __ ._... _.___.u..�`____._.,.. .... _ ...................._.__..__.. 4-03 3211.0400 H drated Lime_ 32 11 29 TN 127 $160.00 $20,320.00 4-04 3211.0501_6'Lime Treatment _ µ_— 32 11 29 __ - SY 84_58 $2.50 $21,145.00 3212.0302 2'As-halt,P— t Tie D_._ 32 12-16_ Sym „. sem__. __ __.. ..._S ---$9,13 00 4-06 3212.0501 4'Asphalt Base Type 8 32 12 16 -- — JSY - 609 $24.00 $14,616.00 ___..._.__...__...._. ....___..___.. _..._........._ .. _ _--_ ..._.__._ _._.....,..__..___.......__._.-_....... ....-... ........__.__......M......-- 4-07 3213.0101 6'Conc Pvmt_ _ 32 13 13SY 7333 $3525 $258,488.25 4 08 3213.0301 4"Cone Sidewalk 32 13 20 SF 4793 $5.00 $23,965.00 _....._____.,...__ __._......._..._....__.__......a. _._....___.__.... _._._.__ 4-09 3213.0501 Barrier Free Ramp,Type R-1 32 13 20 EA 10 $1,2715.00 $12,750.00 _. 4-10 9999.0001 Street Barricade, EA 1 $1,500.00 $1,500.00 TOTAL UNIT IV PAVING IMPROVEMENTS $365,419.25 SUMMARY UNIT IV PAVING IMPROVEMENT $365,419.25 Total Construction Bid $365,41;.25 Contractor agrees to complete WORK for FINAL ACCEPTANCE aI1%Ih lowcalendar days after the date when the CONTRACT commences to ran as provided to the General Condition& END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Verslon April 2,2014 00 42 43_81d Proposal_DAP.xlsx 00 42 43 DAP-811)PROPOSAL Page 1 of 1 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Marine Creek Ranch Section 9A UNIT PRICE BID Bidder's Application Project Item Information Biddees Proposat Bidlist Item No. Description Sp__ fi_on Section No.I Unit of Measure Bid Quantity Unit Price Bid Value UNIT V:STREET LIGHTING IMPROVEMENTS 5-01 2605.3015 2"CONDT PVC SCH 80(T) 26 05 33 L.F. 1472 $5.56 $8,184.32 3441.3301 Rdwy Ilium Foundation TY 1,2,and 34 41 20 5 02 4 �` 16 $1,066.00 $17,056.00 ®_ .... .. .... .. 3441.3002 Rdwy Ilium Assmbly TY 8,11,D-25, 34 41 20 EA 5 03 and 0-30 16 $2,161.67 $34,566.72 5.04 3441.3401 6-6-6 Triplex Alum Elec Conductor 34 41 20 LF 1472 $1.44 $2,119.68 TOTAL UNIT V STREET LIGHTING IMPROVEMENT SUMMARY UNIT V:STREET LIGHTING IMPROVEMENTS1 61,946.72 Total Construction Bid $61.946.7" Contractor agrees to complete WORK for FINAL ACCEPTANCE withla caleadar days after the date when the CONTRACT commences to run as provided in the Genml Conditions. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version April 2,2014 00 42 43_Bid Proposal_DAP.xlsu