Loading...
HomeMy WebLinkAboutContract 47142 r d ., d f Developer and Project Information Cover Sheet: Developer Company Name: FG Aledo Development,LLC Address, State, Zip Code: 3045 Lackland Dr.,Fort Worth, TX, 76116 Phone &Email: 817-731-7595,kgill @sableholdings.com Authorized Signatory, Title: Kim Gill Project Name and Brief Morningstar Section 6 Phase 1 Description: Project Location: FM 3325 Parker County Plat Case Number: FP-14-082 Plat Name: Morningstar Development Mapsco: 710-Z Council District: 3 City Project Number: 02641 CFA Number: 2015-083 DOE Number: 7500 To be completed by staff Received by: Date: f r � r , City of Fort Worth,Texas Standard Community Facilities Agreement , CFA Official Release Date: 07.30.2015 Page 1 of 11 STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. �, WHEREAS, FG Aledo Development , LLC , ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as Morningstar Section 6 Phase 1 ("Project") within the City or the extraterritorial jurisdiction of Fort Worth, Texas ("City"); and WHEREAS, the City has no obligation to participate in the cost of the Improvements or Project; and WHEREAS, any future City participation in this CFA is subject to the availability of City funds and approval by the Fort Worth City Council and shall be memorialized as an amendment to this Agreement; and WHEREAS, the Developer and the City desire to enter into this Community Facilities Agreement ("CFA" or "Agreement") in connection with the collective Improvements for the Project. NOW, THEREFORE, for and in consideration of the covenants and conditions contained herein, the City and the Developer do hereby agree as follows: General Requirements A. The Policy for the Installation of Community Facilities ('Policy") dated March 2001, approved by the City Council of the City of Fort Worth, as amended, is hereby incorporated into this Agreement as if copied herein verbatim. Developer agrees to comply with all provisions of said Policy in the performance of its duties and obligations hereunder and to cause all contractors hired by Developer to comply with the Policy in connection with the work performed by said contractors. B. Developer shall provide financial security in conformance with paragraph 6, Section II, of the Policy and recognizes that there shall be no reduction in the collateral until the Project has been completed and the City has officially accepted the Improvements. Developer further acknowledges that said acceptance process requires the L?eveloper'sconriactor(s) City of Fort Worth,TexasV ,yg4 ,, Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 2 of 11 `) � �I ; to submit a signed affidavit of bills paid and consent of Surety signed by its surety to ensure the contractor has paid any sub-contractors) and suppliers in full. Additionally, the contractor will provide in writing that the contractor has been paid in full by Developer for all the services provided under this contract. C. Developer agrees to cause the construction of the Improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and the City-approved construction plans, specifications and cost estimates provided for the Project and the exhibits attached hereto. D. The following checked exhibits describe the Improvements and are incorporated herein: Water (A) ©, Sewer (A-1) 0, Paving (B) ® Storm Drain (B-1) ©, Street Lights & Signs (C) M. E. The Developer shall award all contracts for the construction of the Improvements in accordance with Section H, paragraph 7 of the Policy and the contracts shall be administered in conformance with paragraph 8, Section II, of the Policy. Developer shall ensure its contractor(s) pays the then-current City-established wage rates. F. For all Improvements included in this Agreement for which the Developer awards construction contract(s), Developer agrees to the following: i. To employ a construction contractor who is approved by the director of the department having jurisdiction over the infrastructure to be constructed, said contractor to meet City's requirements for being prequalified, insured, licensed and bonded to do work in public ways and/or prequalified to perform water/wastewater construction as the case may be. ii. To require its contractor to furnish to the City a payment and performance bond in the names of the City and the Developer for one hundred percent (100%) of the contract price of the infrastructure, and a maintenance bond in the name of the City for one hundred percent (100%) of the contract price of the infrastructure for a period of two (2) years from the date of final acceptance insuring the maintenance and repair of the constructed infrastructure during the term of the City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 3 of 11 maintenance bond. All bonds to be furnished before work is commenced and to meet the requirements of 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 48 hours advance notice of intent to commence construction to the City's Construction Services Division so that City inspection personnel will be available; to require the contractor to allow the construction to be subject to inspection at any and all times by City inspection forces, to not install or relocate any sanitary sewer, storm drain, or water pipe unless a responsible City inspector is present and gives his consent to proceed, and to make such laboratory tests of materials being used as may be required by the City. V. To require its contractor to have fully executed contract documents submitted to the City in order to schedule a Pre-Construction Meeting. The submittal should occur no less than 10 working days prior to the desired date of the meeting. No construction will commence without a City-issued Notice to Proceed to the Developer's contractor. vi. To delay connections of buildings to service lines of sewer and water mains constructed under this Agreement, if any, until said sewer and water mains and service lines have been completed to the satisfaction of the Water Department. G. Developer shall provide at its expense, unless otherwise agreed to by City, all engineering drawings and documents necessary to construct the improvements under this Agreement. H. Developer shall cause the installation or adjustment of the required utilities to serve the development or to construct the Improvements required herein. City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 4 of 11 I. City shall not be responsible for payment of any costs that may be incurred by Developer in the relocation of any utilities that are or may be in conflict with any of the community facilities to be installed hereunder. J. Developer hereby releases and agrees to indemnify, defend and hold the City harmless for any inadequacies in the preliminary plans, specifications and cost estimates supplied by the Developer for this Agreement. K. Developer agrees to provide, at its expense, all necessary rights of way and easements across property owned by Developer and required for the construction of the current and future improvements provided for by this Agreement. L. The Developer further covenants and agrees to, and by these presents does hereby, fully indemnify, hold harmless and defend the City, its officers, agents and employees from all suits, actions or claims of any character, whether real or asserted, brought for or on account of any injuries or damages sustained by any persons (including death) or to any property, resulting from or in connection with the construction, design, performance or completion of any work to be performed by said Developer, its contractors, subcontractors, officers, agents or employees, or in consequence of any failure to properly safeguard the work, or on account of any act, intentional or otherwise, neglect or misconduct of said Developer, its contractors, sub-contractors, officers, agents or employees, whether or not such injuries, death or damages are caused, in whole or in part, by the alleged negligence of the City of Fort Worth, its officers, servants, or employees. M. Developer will further require its contractors to indemnify, defend and hold harmless the City, its officers, agents and employees from and against any and all claims, suits or causes of action of any nature whatsoever, whether real or asserted, brought for or on account of any injuries or damages to persons or property, including death, resulting from, or in any way connected with, the construction of the infrastructure contemplated herein, whether or not such injuries, death or damages are caused, in whole or in part, by the alleged negligence of the City of Fort Worth, its officers, servants, or employees. Further, Developer will require its contractors to indemnify, and hold harmless the City for any losses, damages, costs or expenses suffered by the City or caused as a result of said contractor's failure to complete the work and City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 5 of 11 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 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 City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 6 of 11 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) City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 7 of 11 Cost Summary Sheet Project Name: Morningstar Section 6 Phase 1 CFA No.: 2015-083 DOE No.: 7500 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 $ 238,972.60 2.Sewer Construction $ 214,795.60 Water and Sewer Construction Total $ 453,768.20 B. TPW Construction 1.Street $ 533,727.74 2.Storm Drain $ 38,887.00 3.Street Lights Installed by Developer $ 44,012.00 4. Signals $ - TPW Construction Cost Total $ 616,626.74 Total Construction Cost(excluding the fees): $ 1,070,394.94 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 9,075.36 D. Water/Sewer Material Testing Fee(2%) $ 9,075.36 Sub-Total for Water Construction Fees $ 18,150.73 E. TPW Inspection Fee(4%) $ 22,904.59 F. TPW Material Testing(2%) $ 11,452.29 G. Street Light Inspsection Cost $ 1,760.48 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 36,117.36 Total Construction Fees: $ 54,268.09 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 1,070,394.94 Completion Agreement=100%/Holds Plat $ 1,070,394.94 x Cash Escrow Water/Sanitary Sewer=125% $ 567,210.25 Cash Escrow Paving/Storm Drain=125% $ 770,783.43 Letter of Credit=125%w/2 r expiration period $ 1,337,993.68 City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 8 of 11 ACCORDINGLY, the City of Fort Worth and Developer have each caused this instrument to be executed in quadruplicate in each entity's respective name by its duly authorized signatories effective as of the date executed by the City's City Manager or his/her designee. CITY OF FORT WORTH DEVELOPER FG Aledo Development Jesus J. Chapa '" ' Assistant City Manager Name: Kim Gill — Title: General Mana er Date: �e ! � � � �g ... Date: Recommended by: ATTEST: (Only if required by Developer) Wendy Chi mabulal, EMBA,P.E. Development Engineering Manager Signature Water Department Name: Douglas 4. Wiersig, P.E. Director Transportation &Public Works Department f OR Approved as to Form &Legality: ATTEST: Douglas W. Black Mary seer ' � ��,om��� Assistant City Attorney City retary M&C No. Date: ... M.d.e ..w,.... City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 `i•r'' G , ,t f r` Page 9 of 11 Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment © Attachment 1 - Changes to Standard Community Facilities Agreement Location Map ® Exhibit A: Water Improvments ® Water Cost Estimate Exhibit A-1: Sewer Improvements © Sewer Cost Estimate Exhibit B: Paving Improvements Paving Cost Estimate Exhibit B-1: Storm Drain Improvements © Storm Drain Cost Estimate ® Exhibit C: Street Lights and Signs Improvements Street Lights and Signs Cost Estimate (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 10 of 11 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 02641 None City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date:07.30.2015 Page 11 of 11 H1d0.,.N„_ 6B6tM r a a IIgN1A�ANOS �111W 01 all a F W V S 5 r oism / 0� 1� lob°! Sv 00 FL c '( n _ o O '010. r F'. PAZ „. r 5 Nf \"��.CJ° � } tt• �'"'FI�. Ur � ( f � o s,s a,Y✓f '�� 4 Nl. °b � .el! CC'U I / p"ry � .I y. -— "'� H Or ,,Y,Sd n,a & $.\�'�w.'tl �,a"�?",Ov `•eYar°�.o. ��,� Yti �"�m ,rr`� � � z. 5wq pb,�u5— $y hY tlF �hY,e}SYH1".er IY n0• J '3 Yi .•.d r''�tty�v�yt L�` y`,O .sing"� �;'1 '\ �a � \"k +e. lir d d v E6t f 'b vK9W E71t6 m .. � y y m �t��Y,�1 t, N •,y� y\ I �`� �$�� fl����ti� 1t91O'oN 1oe(oid AfO £911930£1£OL-9L3d'ON 10e10d MMeS t 3SVM'9 NOMOM-UVJ.GD Mkl M eAJev 01 vluemvnoidq 1481.1 ieeA8 WtZ-N'0N OU.'009t'oN 30'0 £9093091£09-99Zd'ON 30910M Jv1rM PUP JqvM'JpMO`'98vuvJO'BAAVd 10 u011;)n114uo,7 041>01 vuvld N � N N 1`{` N AFRI LL X X R R pp S o ils fill 11M 2 p _ N ` US� 0� W W ' 00 za � � 4 O H - = z n O O X do r7 ��r�TT■■���� -,,I W � W aONn W O. OZQ� max T . s __ de l\ O€ W W wc� ilu C3 " z CJ w� w 9L s � W Q 01 W V ul W o DD J I Z1 o a. [L N U c F � Y E---4 w z Z W O Z' W R y 7t- OAK IA- MORNING Q� MIST TR. N.T.S. OLD WEATHERFORD ,!ATIERSON OLD WEATHE--�RFORD CHAPIN 11$7 2 cRFFk 3 d 30 8 Squ MA YS R Underw6 o-d Cemet'erY—, u 0 2 �ALEDO �c� Jt z < UNION PACIFIC D.O.E. NO. 7500 LOCATION MAP WATER NO. P265-603150264183 SANITARY SEWER NO. P275-703130264183 MORNINGSTAR STREET/STORM DRAIN NO. K-2409 SECTION 6, PHASE 1 CITY PROJECT NO. 02641 X-23212 WELCH ENoiNmimn-4o, INC. CONSUL TING ENGINEERS ��L.� ?tri a�� eROQ 83i ool- P 9'a 0 Ns P�� YR� ✓ l tpRNP�� OIL) - 100% DEVELOPER'S COST - _8" AND 12" WATER LINES, FIRE HYDRANTS, GATE VALVES AND ASSOCIATED APPURTENANCES SCALE: 1"=200' EXHIBIT "A" D.O.E. NO. 7500 WATER IMPROVEMENTS WATER NO. P265-603150264183 SANITARY SEWER NO. P275-703130264183 MORNINGSTAR STREET/STORM DRAIN NO. K-2409 CITY PROJECT NO. 02641 SECTION 6, PHASE 1 X-23212 WELCH ENGINEER l%40, I NC. CONSUL TING ENGINEERS s CC' olt O'�' �� -� s "a wrwlwlll%% LP 7x ° r� Ir Y i rm A .� \AG 1 s" " t �x. ,' � ' ... gv �A " ti� .-rte" :.� u�, ,., -•.,~-- - .�,:;,„��^�' .�. __. I II a 1001 DEVELOPER'S casT SCALE: 1 300' 8" AND 12" SANITARY SEWER LINES AND ASSOCIATED APPURTENANCES EXHIBIT 5$A " D.O.E. No. 7500 SANITARY IMPROVEMENTS WATER NO. P265-603150264183 SANITARY SEWER NO. P275-703130264183 MORNlNGST R STREET/STORM DRAIN N0, K-2409 SECTION Fri"" 1 CITY PROJECT N0. 02641 C7h 9 X-23212 l a� - A 5 100% DEVELOPER'S COST 6" PAVEMENT W/2% CROSS SLOPE ON 6" LIME SUBGRADE 100% DEVELOPER'S COST 7.5" PAVEMENT W/2% CROSS SLOPE ON 8" LIME SUBGRADE SCALE: 1"=200' EXHIBIT "$ D.O.E. NO. 7500 PAVING IMPROVEMENTS WATER NO. P265-603150264183 SANITARY SEWER NO. P275-703130264183 MORNINGSTAR STREET/STORM DRAIN NO. K-2409 SECTION 6, PHASE 1 CITY PROJECT NO. 02641 X-23212 WELCH EN0IN7'=METZIN0, I NC. CONSUL TING ENGINEERS t1' 1 � l , " -4 2 ENO " 6X 36 R P M5� 001, 64 tuko_\ M r BOX 20 UGn f SS RG Zo• 4 j v 24 RCP 10', 15, OR 20' INLET--\ 10OX DEVELOPER'S COST STORM SEWER AND INLET AND ASSOCIATED APPURTENANCES SCALE: 1"=200' EXHIBIT 99B-1 D.O.E. NO. 7500 STORM DRAIN IMPROVEMENTS WATER NO. P265-603150264183 SANITARY SEWER NO. P275-703130264183 MORNINGSTAR STREET/STORM DRAIN NO. K-2409 SECTION 6, PHASE 1 CITY PROJECT NO. 02641 X-23212 WELCH .ENCYIN ERINC., INC. CONSULTING ENGINEERS ON l .4 o � �"A „Y �y �pRNp��. * -- PROPOSED STREET LIGHT (100% DEVELOPER'S COST) -- PROPOSED STREET SIGN (100% DEVELOPER'S COST) ■ -- PROPOSED GROUND 80X (100% DEVELOPER'S COST) SCALE: 1"=200' EXHIBIT "C" SCALE: NO. 7500 STREET LIGHTS WATER NO. P265-603150264183 SANITARY SEWER NO. P275-703130264183 MORNINGSTAR STREET/STORM DRAIN NO. K-2409 SECTION 6, PHASE 1 CITY PROJECT NO. 02641 X-23212 WELCH NC. CONSUL TING ENGINEERS 00 42 43 DAP•HID PROPOSAL. Page I of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM CONTRACT 9/1/2015 1tORNINGSTAR-SECTION 6,PHASE 1 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Specification Un7ol Bid 1 ,.Bidlist Item No Description Section No. MeQuantity Unit Price [aid Value UNIT I:WATER IMPROVEMENTS 3311,0161 6"Water Pipc 33 11 12 LF 50 $26.00 $1,300.0 3311.0261 8"Water Pipe 33 11 12 LF 3,680 $29.50 $108,560,0 331 1.0441 12"Water Pipe 33 11 12 LF 49 $49.00 $2,4010 3312.3002 6"Gatc Valve 33 1220 EA 5 $850.00 $4,250.0 3312.3003 8"Gate Valve 33 1220 EA 21 $950.0 $19,950.0 3312.3005 12"Gate Valve 33 1220 EA 2 $2,000.0 $4,000,0 3312.0112 Connect.to Existing 12"Witter Main 33 1225 EA 2 $700.0 $1,400.0' 3312.0001 Fire Ilydrant 33 1240 EA 5 $3,400.0 $17,0000( 3311.0001 Ductile Iron Water Fittings 33 11 11 TON 3 $5,400.0" $16.200.0( 3305.0109 Trench SafeO 3305 10 LF 3,779 $0.40 $1,511 6t. 3312.2003 1"Water Service 33 12 10 EA 80 $780.00 $62,400.0( TOTAL UNIT I:WATER IMPROVEMENT3 $238,972.60 CITY OF 1=010'WORTII S'T'ANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version April 2.2014 00.12 43-CONTRACT'HID-DAI'MORNINGSl'AR-SECTION 6 PI IASE I-NOW-09.01-15 00 42 43 DAP-BID PROPOSAL Page 2 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM CONTRACT 9/1/2015 MORNINGSTAR-SECTION 6,PHASE i UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No Description Specification I Unit of Bid Unit Price Bid Value Section No. I Measure Quantity UNIT II:SANITARY SEWER IMPROVEMENTS 3331.4115 8"SmvrPipe 333120 LF 3,566 $34.0 $121,244.0 3331.4116 8"Sewer Pipe,CSS Backfill 33 11 10 1.17 140 $75.0 $10,500.0 3331.4208 12"Sewer Pipe 33 31 20 LF 185 $64.00 $11,840.0( 3339.1001 4',Manhole 33 39 20 FA 15 $3,600.00 $54,000.0 3339.1002 4'Drop tilanholc 33 39 20 EA 1 $6,000.0( $6,000.0 3339.1003 T Extra Depth Manhole 33 39 20 VF 43 $150.0 $6,450.0 3331.3101 4"Sewer Service,T+%-o-%%.-ay cleanout 3331 50 EA 95 $385.0 $36,575.0 3301.0002 Post-CCTV Inspection 330131 LF 3,891 $2.80 $10,894.8 3339.0002 Manhole Vacuum-resting 3301 30 EA 17 5I SO.0 52,550.0 3339.0001 Epoxy Manhole Liner 33 39 60 VF 16 $225.0C 53,600.0 3305.0109 Trench Safety 3305 10 LF 3,891 $0.40 $I,556.4r 3305.01 13 -french Water Stops 3305 10 EA 11 $250.0 52,750.0 TOTAL UNIT II:SANITARY SEWER IMPROVEMENT $267,960.20 CITY 01'FORT WORTI I STANDARD CO\S'mt!C'I'ION SPECIFICA'T'ION DOCUMENTS-DEVELOPER AWARDED PROJECT'S Timm Version April 2,2014 00 42-13-CONT'RAC'T BID-DAP MORNINGSTAR-SECTION 61111AS14 I-201336F-09.01.15 00 42 43 DAP-BID PROPOSAL Page 3 cO SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM CONTRACT 9/1/2015 MORNINGS'rAR-SECTION 6,PHASE 1 UNIT PRICE BID Bidder's Application Prolcct Item Information Bidder's Proposal Specification Unit of Bid , . Bidlist Item No Description Section No. Measure Quantity Unit f rlre Bid aloe UNIT 111:DRAINAGE IMPROVEMENTS 3305.0109 Trench Safety 3305 10 LF 18.1 $0.50 $92.0 3341.0309 36"RCP.Class 111 3341 10 LF 165 $90.00 $14,830.0( 3341.0205 24"RCP,Class 111 3341 10 LF 19 $60.0 $1,140.0 3349.0001 4'Storm Junction Box 3349 10 EA 1 $4,000.00 $4,000.0 3349.5003 20'Curb Inlet 33 49 20 EA 2 $6,1 00,OC $12,200.0( 3349 2007 36"Parallel I leadwal l 33 49 40 EA 1 $3,800.00 $3,800.0 3137.0104 Wdium Stone,Riprap,dry 31 3700 SY 33 $85.00 $2,805.0(, TOTAL UNIT 111:DRAINAGE IMPROVEMENT $38,887.00 CITY OF FORT WORT11 STANDARD CONSI'IiUC110N SPrCllzl('A'rloN DOCUhIGN'I'S-DINFLOPER AWARDED PRO1rCrS Form Version April 2,2014 00.12,13-CONTRACT BID-DAP h10RNINGSTAR-SE("f1UN 6 PI IASr.I-201336F-09-11-I5 00 42 43 DAP-BID PROPOSAL, Page 4 or 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM CONTRACT' 9/1/20 15 MORNINGSTAR-SFCI'ION 6,PHASE I UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No Description Specification I Unit of Bid [Tit Price Bid Value Section No. I Measure Quantity UNIT IV:PAVING IMPROVEMENTS 3213.0101 6"Cone Pvmt 32 13 13 Sy 11,071 $33.00 $365,3410/2 3211.0501 6"Lime Treatment 32 11 29 Sy 11,791 $3.00 $35,371.8 3211.0400 Hydrate Lime 32 11 29 TN 176.86 $175.00 $30,950.36 9999.0001 7.5"Conc Paint 32 13 13 Sy 1:435 $38.00 $54.530.0 3211.0502 8"Lime Treatment 32 11 29 Sy 1,528 $3.25 $4366.M 3211.0400 Hydrate Lime 32 11 29 TN 30.58 $175.00 $5.351.6 3213.0301 4"Concrete Sidewalk 32 1320 SF 1520 $3.00 $4.560.0 3213,0504 Barrier Free Ramp-Type R-1 32 1320 EA 20 $1,000.00 $20.000.0( 3441.4003 Furnish&Install Ground\Taunt Sign Post and Sign 3441 30 EA 9 $650.00 $5,850.0 3217.0501 24"Solid White Stop Bar Paint(W) 32 17 23 LF 42 $12.00 $504.0 3217.2103 RLFI.Raised Marker'f1'11 A-A 32 1723 EA 60 $5.00 $300.0 9999.0002 Street barricade(street dead ends) 31 3600 LF 150 $40.00 $6,000.0 TOTAL UNIT IV:PAVING IMPROVEMENT $533,727.74 CITY OF FOR r 1 oun STANDARD CONSTRUCTION SPEC'IFICA'TION DOCUMENTS-DHVELOPM AWARDED PROJECTS Form Version April 2,2014 00 42 43-CONTRACT RID-DAP AtORNINCjsTAR-SECTION 6 PHASE I-201336F.09-01-I S 00 42 43 DAP-131D PROPOSAL Page 5 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM CONTRACT 9/1/2015 MORNINGSTAR-SECTION 6,PHASE 1 UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item No Description Specification I Unit of Bid Unit Price Bid Value Section No. I Measure Quantity UNIT V;STREET LIGHTING IMPROVEMENTS 344 L 1502 FurnislOnstall Ground 13ox,Type B 3441 10 EA 8 $400.00 $3,200.0 9999.0000 Rd»y plum Assembly TY D-25-6,70W- 9999.0000 A'fB0-LL'D-'TYPE 2-70 11'-NW.Pole Type 3,Truss 34 4I 20 EA 12 $1,800.00 $21.600.0 9999.00GU 9999.0000 Rd%Ny Ilium Assembly TY D-30-6,ATB2 34 41 20 EA 1 $2,250.00 $2,250.0 LEI)-T ,e 2- 137W LED-NW 3441.3 301 Furnishlinstall Rd%%y plum Foundation TY 3 3441 20 EA 12 $856.00 510,272.0( 3441,3301 Furnish./Install Rdtt3 Blum Foundation TY 1 3441 20 EA 1 $952.00 $952.0 2605.3015 2 huh Conduit PVC SCH 80(T) 26 05 33 LF 604 $8.00 $4.532.0 3441.3401 6-6-6 Triplex Alum Electric Conductor 3441 10 CLF 604 $1.50 $906.0 TOTAL UNIT V:STREET LIGHTING IMPROVEMENT $44,012.00 CH Y OF FOR'r xvow1'H STANDARD CoNS'T1t1;C'fION SPECIFICATION DOCUMIXFS-DE 'LOPER.AWARDt:1)PROJECTS Porn Vmion April 2.2014 00 42,13-CON'rRAC'r BID-DAP MORNINGSTAR-SECTION 6 PHASE I-201 336F.09.01-15 0042 43 DAP-Bit)PROPOSAL Page 7 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM CONTRACT 9/1/2015 MORNINGSTAR-SECT'ION 6,PHASE I UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal specification Unit of Bid Bidlist Item No Description Section No. I Measure Quantity Unit Price (aid Value Bid Summary UNIT 1:WATER IMPROVEMENTS $238,972.60 —,__-------- -----_.__-___._-- UNIT II:SANITARY SEWER IMPROVEMENTS $267,960.20 UNIT III: DRAINAGE IMPROVEMENTS $381887.00 UNIT IV:PAVING IMPROVEMENTS _ $533,7.27.7_4_ UNIT V: STREET LIGHTING IMPROVEMENTS $44,012.00 UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS Total Construction Bidl $9,123,559.54 Contractor agrees to complete WORK for FINAL ACCEPTANCE #days calendar days after the date-when the CONTILACI'commences to run as provided in the General Conditions. END OF SECTION CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVt:1.OPFR AWARDED PROJECTS Form Version April 2.2014 00 42 43-CONTRACT BID-DAP NIORNINGSTAR•SEC'T'ION 6 PHASE I-201136F-09-01-15