HomeMy WebLinkAboutContract 47748 3 5 6 7 8--, CITY SECRETAfEY
CONTRACT NO.!qqtl7�
RECElV�D
IN
N
_5 Developer and Project Information Cover Sheet:
N
S0 wom
op ompany Name: DR Horton-Texas Ltd.
16�! 9' ,State,Zip Code: 6751 North Freeway,Fort Worth,TX 76131
Phone&Email: 817-230-0800,SBrim@drhorton.com
Authorized Signatory,Title: Mark P.Allen,Assistant Secretary
Project Name and Brief Terrace Landing Phase 2D
Description:
Project Location: North of Loop 8201 East of Marine Creek Pkwy
Plat Case Number: FP-14-011 Plat Name: Terrace Landing
Mapsco: 47-G and Council District: 2 City Project Number: 02318
47-L
CFA Number: 2016-024 DOE Number: None
To be completed by staff.•
Received by:_ Date:_
��Z,677 j777'7
OFFICIAL RECORD
CITY SECRETARY
FT.WORTH,TX
City of Fort Worth,Texas
Standard Community Facilities Agreement
CFA Official Release Date:07.30.2015
Page 1 of 11
STANDARD COMMUNITY FACHJTIES AGREEMENT
THE STATE OF TEXAS § City Secretary
COUNTY OF TARRANT § Contract No._
WHEREAS, DR Horton-Texas Ltd., ("Developer"), desires to make certain specific
improvements as described below and on the exhibits attached hereto ("Improvements") related
to a project generally described as Terrace Landing Phase 2D ("Project") within the City or the
extraterritorial jurisdiction of Fort Worth, Texas ("City"); and
WHEREAS, the City has no obligation to participate in the cost of the Improvements or
Project; and
WHEREAS, any future City participation in this CFA is subject to the availability of
City funds and approval by the Fort Worth City Council and shall be memorialized as an
amendment to this Agreement; and
WHEREAS, the Developer and the City desire to enter into this Community Facilities
Agreement ("CFA" or "Agreement") in connection with the collective Improvements for the
Project.
NOW, THEREFORE, for and in consideration of the covenants and conditions
contained herein, the City and the Developer do hereby agree as follows:
General Requirements
A. The Policy for the Installation of Community Facilities ("Policy") dated March 2001,
approved by the City Council of the City of Fort Worth, as amended, is hereby
incorporated into this Agreement as if copied herein verbatim. Developer agrees to comply
with all provisions of said Policy in the performance of its duties and obligations hereunder
and to cause all contractors hired by Developer to comply with the Policy in connection
with the work performed by said contractors.
B. Developer shall provide financial security in conformance with paragraph 6, Section II, of
the Policy and recognizes that there shall be no reduction in the collateral until the Project
has been completed and the City has officially accepted the Improvements. Developer
further acknowledges that said acceptance process requires the Developer's contractor(s)
City of Fort Worth,Texas
Standard Community:Facilities Agreement
CFA Official Release Date:07.30.2015
Page 2 of 11
to submit a signed affidavit of bills paid and consent of Surety signed by its surety to
ensure the contractor has paid any sub-contractor(s) and suppliers in full. Additionally,
the contractor will provide in writing that the contractor has been paid in full by Developer
for all the services provided under this contract.
C. Developer agrees to cause the construction of the Improvements contemplated by this
Agreement and that said construction shall be completed in a good and workmanlike
manner and in accordance with all City standards and the City-approved construction
plans, specifications and cost estimates provided for the Project and the exhibits attached
hereto.
D. The following checked exhibits describe the Improvements and are incorporated herein:
Water (A) 0, Sewer (A-1) ®, Paving (B) 14, Storm Drain (B-1) X81, Street Lights &
Signs (C) 0.
E. The Developer shall award all contracts for the construction of the Improvements in
accordance with Section II, paragraph 7 of the Policy and the contracts shall be
administered in conformance with paragraph 8, Section II, of the Policy. Developer shall
ensure its contractor(s) pays the then-current City-established wage rates.
F. For all Improvements included in this Agreement for which the Developer awards
construction contract(s), Developer agrees to the following:
i. To employ a construction contractor who is approved by the director of the
department having jurisdiction over the infrastructure to be constructed, said
contractor to meet City's requirements for being prequalified, insured, licensed
and bonded to do work in public ways and/or prequalified to perform
water/wastewater construction as the case may be.
ii. To require its contractor to furnish to the City a payment and performance bond in
the names of the City and the Developer for one hundred percent (100%) of the
contract price of the infrastructure, and a maintenance bond in the name of the
City for one hundred percent (100%) of the contract price of the infrastructure for
a period of two (2) years from the date of final acceptance insuring the
maintenance and repair of the constructed infrastructure during the term of the
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 its contractor to furnish to the City a payment and performance bond in
the names of the City and the Developer for one hundred percent (100%) of the
contract price of the infrastructure, and a maintenance bond in the name of the
City for one hundred percent (100%) of the contract price of the infrastructure for
a period of two (2) years from the date of final acceptance insuring the
maintenance and repair of the constructed infrastructure during the term of the
maintenance bond. All bonds to be furnished before work is commenced and to
meet the requirements of Chapter 2253, Texas Government Code.
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 iniuries. death or damages are
caused, in whole or in Bart. by the alleged negligence gf the C.&gfFort Worth, its
goiters. servants, or employees.
M. Developer will further require its contractors to indemnify, defend and hold harmless
the City, its officers, agents and employees from and against any and all claims, suits or
causes of action of any nature whatsoever, whether real or asserted, brought for or on
account of any injuries or damages to persons or property, including death, resulting
from, or in any way connected with, the construction of the infrastructure contemplated
herein, whether or not such iniuries, death or damages are caused. in whole or in
part by the alleged negligence of the QU 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 5of11
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 6of11
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: Terrace Landing Phase 2D
CFA No.: 2016-024 DOE No.: None
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 $ 370,612.00
2.Sewer Construction $ 115,407.50
Water and Sewer Construction Total $ 486,019.50
B. TPW Construction
1,Street $ 516,315.25
2.Storm Drain $ 309,579.00
3.Street Lights Installed by Developer $ 86,400.00
4. Signals $ -
TPW Construction Cost Total $ 912,294.25
Total Construction Cost(excluding the fees): _ J.398.313.75
Construction Fees:
C. Water/Sewer Inspection Fee(2%) $ 9,720.39
D. Water/Sewer Material Testing Fee(2%) $ 9,720.39
Sub-Total for Water Construction Fees $ 19,440.78
E. TPW Inspection Fee(4%) $ 33,035.77
F. TPW Material Testing(2%) $ 16,517.89
G. Street Light Inspsection Cost $ 3,456.00
H. Signals Inspection Cost $ -
H. Street Signs Installation Cost $ -
Sub-Tota/for TPWConstruction Fees $ 53,009.66
Total Construction Fees: _ 72.450.44
Choice
Financial r Options, hone Amount &ene)
Bond=100% $ 1,398,313.75 x
Completion Agreement=100%/Holds Plat $ 1,398,313.75
Cash Escrow Water/Sanitary Sewer=125% $ 607,524.38
Cash Escrow Pavin /Storm Drain=125% $ 1,140,367.81
Letter of Credit=125%w/2yr expiration period 1 $ 1,747,892.19
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
DR Horton-Texas Ltd.,
A Texas Limited Partnership
By:DR Horton,Inc.,
A Delaware Corporation,
Its Authorized Agent
Jesus J. Chapa Prame: Mark P.Allen
Assistant City Manager Title: Assistant Secretary
Date: _ff'—5-- /6 Date: _4/12.12-16
Recommended by: ATTEST: (Only if required by Developer)
Wendy Chi-B ulal, EMBA, P.E. Si ature
Development ngineering Manager Name:
Water Department � M
Z)4 tJ- Lj,-�
FO
O 0
Douglas 1. Wiersig, P.E. gy
Director
Transportation&Public Works Department
Approved as to Form &Legality: ATTEST:
62.GCk aQ A. #k464wAQ6+a Mary J. Ka
Assistant City Attorney City Secretary
M&C No. NA14
Date: .5 pt IILC
F6C.4 12.46 fi Sfic"f+k"`' Wo-
City of Fort Worth,Texas OFFICIAL RECORD
Standard Community Facilities Agreement
CFA Official Release Date:07.30.2015 CITY SECRETARY
Page 9 of 11 FT.WORTH,TX
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 hnprovments
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.02318
None
City of Fort Worth,Texas
Standard Community Facilities Agreement
CFA Official Release Date:07.30.2015
Page 11 of 11
� CA YON \ SO F
Yq Y MEADOW O rh
Y O RINGS fyo F R r o D L CELL
WZ JJ �y W W FAQ O W SADO
�� o LL
00 a Y w CREEK ESN \ ^C a z o
O y z r �� GREEN RI0 LU
/ NORT N W O a u N
J 3 O� _ m�eaa p WEST CLIF W Wo U T G P \ O SCELp� p
O o Ciller REE U N SADDLE ID E
0 a w Park a STALLIO �J� RANCHO
m a LO G RN LONGHOR
r =
P JECT LOCATI
y„
f
NOR�N'E;SS COLLEGE 41 O
1111VM14��i I Tarrant County Junior College A
E \� Northwest Campus
MARINE
CREEK T RANT CDU TY
LAKE IPark MAPS O 47 7L
(NOT TO SCALE)
FORT WORTH CITY OF FORT WORTH, TEXAS DATE:3/16/16
VICINITY MAP
TERRACE LANDING PHASE 2D D.Q.E. NO. 7269
D
RE
1
EXISTING
PROPOSED --�, 8" WATER MAIN
8" WATER MAIN
FREESTONE COURT FREESTONE COURT
--
C
�
\ a --- rel
EXISTING 24" WATER MAIN
PROPOSED TIN RIDGE D IVE
8" WATER MAIN
' 1
0 100 200 400
t
GRAPHIC SCALE IN FEET CODE E E7 y� o
LEGEND
PROP WATER MAIN I ui
W/ GATE VALVE o
PROP FIRE HYDRANT
3' I 0
a
EXIST WATER LINE a —
W ( GRAYSON RIDGE DRIVE
EXIST WATER MAIN U ; —
W/ GATE VALVE —
W '
EXIST FIRE HYDRANT
FORT WORTH CITY OF FORT WORTH, TEXAS DATE:3/16/16
WATER EXHIBIT
TERRACE LANDING PHASE 2D D.O.E. NO. 7269
�-- - -
PROPOSED 8" ��-
SANITARY SEWERFIF11100
- -
Vy�y FREESTONE COUR
o
EXISTING 8"
SANITARY SEWER
1 1
- --r
' � 1
1
Co,�E DR�E
3
Y �
a �
0 100 200 400 Y
w
w n
GRAPHIC SCALE IN FEET W PROPOSED 8"
z SANITARY SEWER
LEGEND Q
PROP SS MAIN W/MANHOLE -
EXIST SS MAIN W/MANHOLE,
FORT NORTH CITY OF FORT WORTH,TEXAS DATE:3/16/16
SANITARY SEWER EXHIBIT
TERRACE LANDING PHASE 2D D.O.E. NO. 7269
UNIT I: WATER AND SANITARY SEWER IMPROVEMENTS
BID ITEM BID ITEM SPEC REF UNITS SHEET NUMBER
# 6 7 13 14 TOTAL
1 0241.1000 Remove Conc Pvmt 02 41 15 Sy 35 35
2 3125.0101 SWPPP z 1 acre 31 2500 LS 1 1
3 3201.0616 Conc Pvmt Repair, Arterial/Industrial 3201 29 Sy 35 35
4 3305.0003 8" Waterline Lowering 33 05 12 EA 2 1 2
5 3305.0109 Trench Safety 33 05 10 LF 883 2475 3358
6 3305.1103 20" Casing By Other Than Open Cut 33 05 22 LF 40 40
7 3311.0001 Ductile Iron Water Fittings w/ Restraint 33 11 11 TON 2.5 2.5
8 3311.0261 8" PVC Water Pipe 3311 12 LF 883 2,475 1 3358
9 3312.0001 Fire Hydrant 33 1240 EA 2 4 6
10 3312.0117 Connection to Existing 4"-12" Water Main 33 12 25 EA 2 1 3
11 3312.2003 1" Water Service 3312 10 EA 33 60 93
12 3312.3002 6" Gate Valve 33 12 20 EA 2 4 6
13 3312.3003 8" Gate Valve 33 12 20 EA 6 6
14 3312.4209 24" x 8" Tapping Sleeve & Valve 33 12 25 EA 1 1
15 3471.0001 Traffic Control 34 71 13 MO 1 1
16 0241.2013 Remove 8" Sewer Line 02 41 14 LF 20 20
17 0330.0001 Concrete Encase Sewer Pipe 03 30 00 Cy 2 2
18 3301.0002 Post-CCTV Inspection 3301 31 LF 680 373 1053
19 3301.0101 Manhole Vacuum Testing 3301 30 EA 6 1 7
20 3305.0109 Trench Safety 3305 10 LF 680 373 1053
21 3331.3101 4" Sewer Service 3331 50 EA 26 12 38
22 3331.4115 8" Sewer Pipe 3311 10, 3331 12, 3331 20 LF 680 680
23 3331.4201 10" Sewer Pipe 3411 10, 3331 12, 3331 20 LF 373 373
24 3339.0003 Wastewater Access Chamber 33 39 40 EA 1 1
25 3339.1001 4' Manhole 33 39 10, 33 39 20 EA 6 1 1 7
26 13339.1003 4' Extra Depth Manhole 33 39 10, 33 39 20 VF 10.9 10.4 21.3
FORT NORTH CITY OF FORT WORTH, TEXAS DATE: 3/16/16
UNIT I QUANTITY MATRIX
D.O.E. NO. 7269
TERRACE LANDING PHASE 2D
1 -]nF]nF]Fl
rn
HUUH0
FIFIF110-a
--
-
rl
EXISTING STORM DRAIN _----
TIN RIDGE D IVE
EXISTING DETENTION POND 1 1
oo
� � 1
COLL ST �r
uj
I
0
0 100 200 400 ( I o
GRAPHIC SCALE IN FEET I I o
Ia Q _
Y -
GRAYSON RIDGE DRIVE
U _ -
W /
Z i
Q PROPOSED STORM DRAIN
FORT WORTH CITY OF FORT WORTH, TEXAS DATE:3/16/16
STORM DRAIN EXHIBIT
TERRACE LANDING PHASE 2D D.O.E. NO. 7269
FIFInFlnEll
Qp
Z=.
1-- — -- o -------- m
PROPOSED
CONCRETE PAVEMENT -
9�y FREESTONE COURT
I �
,
PROPOSED ��
CONCRETE PAVEMENT
1
- I
COLLE E pR rE
0 100 200 400
r
GRAPHIC SCALE IN FEET
Q
a _ �
Y -
� I �s
W
Z
Q
FORT WORTH CITY OF FORT WORTH, TEXAS DATE:3/16/16
PAVING EXHIBIT
TERRACE LANDING PHASE 2D D.O.E. NO. 7269
UNIT II:PAVING AND DRAINAGE IMPROVEMENTS
BID ITEM BID ITEM SPEC REF UNITS SHEET NUMBER
# 32 33 34 35 37 38 46-47 48 49 50 51 1 TOTAL
27 0241.3014 Remove 21"Storm Line 0241 14 LF 21 21
28 0241.3103 21"Storm Abandonment Plug 0241 14 EA 1 1
29 0241.4401 Remove Headwall/SET 0241 14 EA 1 1
30 3137.0102 Large Stone Riprap,dry 31 3700 SY 5 5 40 50
31 13341.0201 21"RCP,Class III 3341 10 LF 1 20 54 1 22 141 41 278
32 13341.0205 24"RCP,Class III 3341 10 LF 114 28 20 90 252
33 3341.0208 27"RCP,Class III 3341 10 LF 50 50
34 33411201 5x3 Box Culvert 3341 10 LF 299 299
35 3341.1501A 8x4 Box Culvert 3341 10 LF 500 500
36 3349.0003 6'Storm Junction Box 33 49 10 EA 1 1
37 3349.0102 4'Manhole Riser 33 49 10 EA 1 1
38 3349.1000 Headwall, Box Culvert 33 49 40 CY 8 8
39 3349.0106 Manhole Steps 3349 10 EA 1
40 13349.4105 24"SET, 1 pipe 33 49 40 EA 1 1
41 3349.4106 27"SET, 1 pipe 33 49 40 EA 1 1
42 3349.5001 10'Curb Inlet 33 49 20 EA 1 2 2 1 2 8
43 3349.5002 15'Curb Inlet 33 49 20 EA 1 1 2
44 3349.7001 4'Drop Inlet 33 49 20 EA I 1 1 2
45 0241.1000 Remove Conc Pvmt 0241 15 SY 974 974
46 3211.0501 6"Lime Treatment 32 11 29 SY 6,290 1,910 1,135 1,350 2,090 12775
47 3211.0400 Hydrated Lime(36 Ib/sy) 3211 29 TN 113 34 20 24 38 230
48 3213.0301 4"Conc Sidewalk 32 13 20 SF 1,640 1640
49 13213.0101 6"Conc Pvmt 32 13 13 SY 5,900 1,800 1,100 1,275 2,000 12075
50 13213.0501 Barrier Free Ramp,Type R-1 32 13 20 EA 1 9 3 2 14
STREET LIGHT IMPROVEMENTS
BID ITEM BID ITEM SPEC REF UNITS SHEET NUMBER
# 56 57 TOTAL
51 2605.3015 2" CONDT PVC SCH 80 (T) 26 05 33 LF 1,600 1,550 3,150
52 3441.3001 Rdwy Illum Assmbly TY 1,4, and 6 3441 20 EA 9 8 17
53 13441.3301 Rdwy Ilium Foundation TY 1,2, and 4 3441 20 EA 9 8 17
FORT WORTH CITY OF FORT WORTH, TEXAS DATE:3/16/16
UNIT II & LIGHTING QUANTITY MATRIX
D.O.E. NO. 7269
TERRACE LANDING PHASE 2D
00 42 43
BID PROPOSAL
Page I oft
SECTION 00 42 43
PROPOSALFORM
UNIT PRICE BID Bidder's Application
Project Item Information Bidders Proposal
Bidlist Item No. Description Specification Section No.
FUnaitf BidUnit PriceBid Value
re Quantity
UNIT I:WATER AND SANITARY SEWER IMPROVEMENTS
1 0241.1000 Remove Conc Pvmt 0241 15 SY 35 $20.00 $700.00
2 3201.0616 Conc Pvmt Repair,Arterial/Industrial 32 01 29 SY 35 $60.00 $2,100.00
3 3305.0003 8"Waterline Lowering 33 05 12 EA 2 $2,500.00 $5,000.00
4 3305.0109 Trench Safety 33 05 10 LF 3,358 $32.00 $107,456.00
5 3305.1103 20"Casing By Other Than Open Cut 33 05 22 LF 40 $300.00 $12,000.00
6 3311.0001 Ductile Iron Water Fittings w/Restraint 3311 11 TON 3 $4,500.00 $11,250.00
7 3311.0261 8"PVC Water Pipe 3311 12 LF 3,358 $32.00 $107,456.00
8 3312.0001 Fire Hydrant 33 12 40 EA 6 $3,500.00 $21,000.00
9 3312.0117 Connection to Existing 4"-12"Water Main 33 12 25 EA 3 $1,000.00 $3,000.00
10 3312.2003 1"Water Service 33 12 10 EA 93 $850.00 $79,050.00
11 3312.3002 6"Gate Valve 33 12 20 EA 6 $950.00 $5,700.00
12 3312.3003 8"Gate Valve 33 12 20 EA 6 $1,150.00 $6,900.00
13 3312.4209 24"x 8"Tapping Sleeve&Valve 33 12 25 EA 1 $6,500.00 $6,500.00
14 3471.0001 Traffic Control 3471 13 MO 1 $2,500.00 $2,500.00
15 0241.2013 Remove 8"Sewer Line 0241 14 LF 20 $20.00 $400.00
16 0330.0001 Concrete Encase Sewer Pipe 03 30 00 CY 2 $150.00 $300.00
17 3301.0002 Post-CCTV Inspection 330131 LF 1,053 $2.00 $2,106.00
18 3301.0101 Manhole Vacuum Testing 3301 30 EA 7 $150.00 $1,050.00
19 3305.0109 Trench Safety 33 05 10 LF 1,053 $2.00 $2,106.00
20 3331.3101 4"Sewer Service 33 31 50 EA 38 $750.00 $28,500.00
21 3331.4115 8"Sewer Pipe 33 11 10,33 31 12,33 3120 LF 680 $42.00 $28,560.00
22 3331.4201 10"Sewer Pipe 34 11 10,33 31 12,33 3120 LF 373 $46.00 $17,158.00
23 3339.0003 Wastewater Access Chamber 33 39 40 EA 1 $3,500.00 $3,500.00
24 3339.1001 4'Manhole 33 39 10,33 39 20 EA 7 $4,000.001 $28,000.00
25 3339.1003 4'Extra Depth Manhole 33 39 10,33 39 20 VF 21 $175.00 $3,727.50
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS
Form R-id 20130830 00 4100 00 43 13_00 42 43_00 45 12_00 35 13DAP_Bid PmpmW Workbook
BID PRMCAAL
SECTION 00 42 43
PROPOSALFORM
UNIT PRICE BID Bidder's Application
Project Item Information Bidders Proposal
Bidlist Item No. Description Specification Section No. Unit of Bid Unit Price Bid Value
Measure Quantity
UNIT II:PAVING AND DRAINAGE IMPROVEMENTS
26 0241.3014 Remove 21"Storm Line 0241 14 LF 21 $30.00 $630.00
27 0241.3103 21"Storm Abandonment Plug 0241 14 EA 1 $750.00 $750.00
28 0241.4401 Remove Headwall/SET 0241 14 EA 1 $850.00 $850.00
29 3137.0102 Large Stone Riprap,dry 31 3700 SY 50 $105.00 $5,250.00
30 3341.0201 21"RCP,Class 111 3341 10 LF 278 $48.00 $13,344.00
31 3341.0205 24"RCP,Class III 3341 10 LF 252 $50.00 $12,600.00
32 3341.0208 27"RCP,Class III 3341 10 LF 50 $55.00 $2,750.00
33 3341.1201 5x3 Box Culvert 3341 10 LF 299 $195.00 $58,305.00
34 3341.1501A 8x3 Box Culvert 3341 10 LF 500 $310.00 $155,000.00
35 3349.0003 6'Storm Junction Box 33 49 10 EA 1 $5,500.00 $5,500.00
36 3349.0102 4'Manhole Riser 33 49 10 EA 1 $3,500.00 $3,500.00
37 3349.1000 Headwall,Box Culvert 334940 CY 8 $1,812.50 $14,500.00
38 3349.0106 Manhole Steps 33 49 10 EA 1 $500.00 $500.00
39 3349.4105 24"SET,1 pipe 33 49 40 EA 1 $2,500.00 $2,500.00
40 3349.4106 27"SET,1 pipe 33 49 40 EA 1 $3,000.00 $3,000.00
41 3349.5001 10'Curb Inlet 33 49 20 EA 8 $2,200.00 $17,600.00
42 3349.5002 15'Curb Inlet 33 49 20 EA 2 $3,000.00 $6,000.00
43 3349.7001 4'Drop Inlet 33 49 20 EA 2 $3,500.00 $7,000.00
44 0241.1100 Remove Asphalt Pvmt 0241 15 SY 974 $8.50 $8,279.00
45 3211.0501 6"Lime Treatment 32 11 29 SY 12,775 $3.00 $38,325.00
46 3211.0400 Hydrated Lime(36 Way) 3211 29 TN 230 $175.00 $40,241.25
47 3213.0301 4"Conc Sidewalk 32 13 20 SF 1,640 $3.00 $4,920.00
48 3213.0101 6"Conc Pvmt 32 13 13 SY 12,075 $34.00 $410,550.00
49 13213.0501 Barrier Free Ramp,Type R-1 1 32 13 20 1 EA 1 14 1 $1,000.001 $14,000.00
STREET LIGHT IMPROVEMENTS
50 2605.3015 2"CONDT PVC SCH 80(T) 26 05 33 LF 3,150 $8.00 $25,200.00
51 3441.3001 Rdwy Illum Assmbly TY 1,4,and 6 3441 20 EA 17 $2,600.00 $44,200.00
52 3441.3301 Rd"Illum Foundation TY 1,2,and 4 34 41 20 EA 17 $1,000.00 $17,000.00
Bid Summary
Base Bid
UNIT 1:WATER AND SANITARY SEWER TOTAL: $486,019.50
UNIT II:PAVING AND DRAINAGE TOTAL: $825,894.25
STREET LIGHT TOTAL: $86,400.00
Total Base Bid $1,398,313.75
Total Bid
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS
Form Revised 20130830 00 41 00_00 43 1300 42 43_00 45 12_00 35 13DAP_Bid Pmpmi Workbook