HomeMy WebLinkAboutContract 53111 Received Date: Nov 26,2019
Received Time: 8:57 AM
Developer and Project Information Cover Sheet:
Developer Company Name: Meritage Homes of Texas,LLC
Address, State,Zip Code: 8840 Cypress Waters Blvd., Suite 100 Dallas,Texas 75019
Phone&Email: 972-580-6300 1 david.aughinbaugh@meritagehomes.com
Authorized Signatory,Title: David Aughinbaugh,Vice President,Land
Project Name: Northstar Section 2 Phase 1
Brief Description: Water, Sewer,Paving, Storm Drain and Street Lights
Project Location: South of Northstar Parkway
Plat Case Number: None Provided Plat Name: Northstar Section 2 Phase 1
Mapsco: None Provided Council District: 7
CFA Number: EFA19-0121 City Project Number: 102270 1 IPRC19-0185
City of Fort Worth,Texas
Standard Community Facilities Agreement-Northstar Section 2 Phase 1
CFA Official Release Date:02.20.2017 rFT.
AL RECORD
Page 1 of 14 ECRETARY
ORTH, TX
STANDARD COMMUNITY FACILITIES AGREEMENT
THE STATE OF TEXAS § City Secretary
COUNTY OF TARRANT § Contract No. 53111
WHEREAS, Meritage Homes of Texas, 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 Northstar Section 2 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 Developer's contractor(s)
City of Fort Worth,Texas
Standard Community Facilities Agreement-Northstar Section 2 Phase 1 OFFICIAL RECORD
CFA Official Release Date: 02.20.2017
Page 2 of 14 CITY SECRETARY
FT. WORTH,TX
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) ®, Sewer(A-1) ®, Paving (B) ®, Storm Drain(B-1) ®, Street Lights & Signs
(C) ®.
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 maintenance
bond. All bonds to be furnished before work is commenced and to meet the
requirements of Chapter 2253, Texas Government Code.
City of Fort Worth,Texas
Standard Community Facilities Agreement-Northstar Section 2 Phase 1
CFA Official Release Date: 02.20.2017
Page 3 of 14
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.
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.
City of Fort Worth,Texas
Standard Community Facilities Agreement-Northstar Section 2 Phase 1
CFA Official Release Date: 02.20.2017
Page 4 of 14
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 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.
City of Fort Worth,Texas
Standard Community Facilities Agreement-Northstar Section 2 Phase 1
CFA Official Release Date: 02.20.2017
Page 5 of 14
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
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
City of Fort Worth,Texas
Standard Community Facilities Agreement-Northstar Section 2 Phase 1
CFA Official Release Date: 02.20.2017
Page 6 of 14
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.
Q. Developer acknowledges that in accordance with Chapter 2270 of the Texas Government
Code,the City is prohibited from entering into a contract with a company for goods or services
unless the contract contains a written verification from the company that it: (1) does not
boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms
"boycott Israel" and "company" shall have the meanings ascribed to those terms in Section
808.001 of the Texas Government Code. By signing this contract, Developer certifies that
Developer's signature provides written verification to the City that Developer: (1) does not
boycott Israel; and(2)will not boycott Israel during the term of the contract.
IMMIGRATION AND NATIONALITY ACT
R. Developer shall verify the identity and employment eligibility of its employees who perform
work under this Agreement, including completing the Employment Eligibility Verification
Form (I-9). Upon request by City, Developer shall provide City with copies of all I-9 forms
and supporting eligibility documentation for each employee who performs work under this
Agreement. Developer shall adhere to all Federal and State laws as well as establish
appropriate procedures and controls so that no services will be performed by any Developer
employee who is not legally eligible to perform such services. DEVELOPER SHALL
INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES,
LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY
DEVELOPER, DEVELOPER'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR
LICENSEES. City, upon written notice to Developer, shall have the right to immediately
terminate this Agreement for violations of this provision by Developer.
City of Fort Worth,Texas
Standard Community Facilities Agreement-Northstar Section 2 Phase 1
CFA Official Release Date: 02.20.2017
Page 7 of 14
Cost Summary Sheet
Project Name:Northstar Section 2 Phase 1
CFA No.: CFA19-0121 City Project No.: 102270 1 1PRC19-0185
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 $ 303,509.50
2.Sewer Construction $ 308,732.90
Water and Sewer Construction Total $ 612,242.40
B. TPW Construction
1.Street $ 810,770.95
2.Storm Drain $ 362,610.00
3.Street Lights Installed by Developer $ 66,839.03
4. Signals $ -
TPW Construction Cost Total $ 1,240,219.98
Total Construction Cost(excluding the fees): $ 1,852,462.38
Construction Fees:
C. Water/Sewer Inspection Fee(2%) $ 12,244.85
D. Water/Sewer Material Testing Fee(2%) $ 12,244.85
Sub-Total for Water Construction Fees $ 24,489.70
E. TPW Inspection Fee(4%) $ 46,935.24
F. TPW Material Testing(2%) $ 23,467.62
G. Street Light Inspsection Cost $ 2,673.56
H. Signals Inspection Cost $ -
H. Street Signs Installation Cost $ -
Sub-Total for TPW Construction Fees $ 73,076.42
Total Construction Fees: $ 97,566.12
Choice
Financial Guarantee Options,choose one Amount Mark one
Bond= 100% $ 1,852,462.38 X
Completion Agreement=100%/Holds Plat $ 1,852,462.38
Cash Escrow Water/Sanity Sewer-125% $ 765,303.00
Cash Escrow Paving/Storm Drain=125% $ 1,550,274.98
Letter of Credit=125%w/2 r expiration period $ 2,315,577.98
City of Fort Worth,Texas
Standard Community Facilities Agreement-Northstar Section 2 Phase 1
CFA Official Release Date: 02.20.2017
Page 8 of 14
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
Meritage Homes of Texas,LLC
Dana Burghdoff(N 25,201
Dana Burghdoff
Interim Assistant City Manager '
Date: Nov 25,2019 David Aughin (Nov 25.2019)
Name: David Aughinbaugh
Recommended by: Title: Vice President, Land
A" Date: Nov 25,2019
J erinFer Ezernack(N ov 25,2019)
Evelyn Roberts/Jennifer Ezernack
Project Assistant
Planning and Development Contract Compliance Manager:
By signing, I acknowledge that I am the
person responsible for the monitoring and
Approved as to Form &Legality: administration of this contract, including
ensuring all performance and reporting
requirements.
Richard A.McCracken(Nov 25,2019)
Richard A.McCracken Q✓eiyn Roberrs on banaif of
Assistant City Attorney Evelyn Roberts on behalfof(Nov 25,2019)
M&C No. Name: Janie Morales
Date: Nov 25,2019 ,a. . Title: Development Manager
Form 1295: £�CO�T � t
� ••.;per,
ATTEST: V
Mary J.Kayser/Ronald Gonzales
City Secretary/Assistant City Secretary
City of Fort Worth,Texas
Standard Community Facilities Agreement-Northstar Section 2 Phase 1
CFA Official Release Date:02.20.2017
Page 9 of 14 CITY SEC[tETA►RY
OrT. U1l®RT 4,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
® Attachment 2—Concurrent CFA Provision
® Location Map
® Exhibit A: Water Improvements
® Exhibit A-1: Sewer Improvements
® Water and Sewer Cost Estimates
® 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-Northstar Section 2 Phase 1
CFA Official Release Date: 02.20.2017
Page 10 of 14
ATTACIEMENT"1"
Changes to Standard Agreement
Community Facilities Agreement
City Project No. 102270 1 IPRC19-0185
None.
City of Fort Worth,Texas
Standard Community Facilities Agreement-Northstar Section 2 Phase 1
CFA Official Release Date: 02.20.2017
Page 11 of 14
ATTACHMENT "2"
Concurrent CFA Provision
City Project No. 102270
The improvements being constructed by Developer pursuant to this Agreement will
connect to improvements being constructed by 170 Northstar Ranch Developer, Inc., under two
separate Community Facilities Agreements, City Secretary Contract Nos. 52955 and 52277
(hereinafter the "Separate CFAs"). Developer has requested and the City has agreed to allow
Developer to begin the construction of the improvements contained in this Agreement before the
improvements being constructed under City Secretary Contract Nos. 52955 and 52277 are
completed and accepted by the City. Therefore,this Agreement shall be considered a"Concurrent
CFA" and the provision contained in this Attachment shall apply to this Agreement.
The improvements being constructed under the Separate CFAs shall be defined as the
"Primary Projects." The improvements being constructed by Developer under this Agreement
shall be defined as the "Secondary Project."
Developer acknowledges and agrees that due to Developer's election to construct a
Concurrent CFA, the potential exists for technical, delivery, acceptance or performance problems
(hereinafter "Construction Problems"). Construction Problems may include, but are not limited
to: failure of the improvements to comply with the approved plans or City Specifications; failure
of the improvements in the Primary Projects and the Secondary Project to properly connect to each
other; changes to the design or construction of the improvements in the Primary Projects that
impact the design and construction of the improvements in the Secondary Project; construction
delays, delay claims, or claims for liquidated damages; increased costs for the Developer or the
developer of the Primary Projects; failure of the improvements to pass inspection or material
testing; or rejection by the City of some or all of the improvements and Developer or the developer
of the Primary Projects having to remove and reconstruct the improvements at the expense of
Developer, developer of the Primary Projects, or both. In addition, Developer understands and
agrees that disputes may arise between the contractors or subcontractors for the Primary Projects
and the contractors or subcontractors for the Secondary Project relating to responsibility for the
Construction Problems. Developer shall be solely responsible for resolving disputes between
contractors, disputes between contractors and subcontractors and disputes between Developer and
the developer of the Primary Projects.
Developer acknowledges and certifies that Developer has entered into a written agreement
with the developer of the Primary Projects and said agreement: (1) provides Developer with any
access needed through property owned by the developer of the Primary Projects;(2)that Developer
and the developer of the Primary Projects shall resolve all disputes regarding the design and
construction of the Primary Projects and the Secondary Project; and (3) the developer of the
Primary Projects will notify Developer of any all changes to the design or construction of the
improvements in the Primary Projects, including any field changes.
City of Fort Worth,Texas
Standard Community Facilities Agreement-Northstar Section 2 Phase 1
CFA Official Release Date: 02.20.2017
Page 12 of 14
Developer further acknowledges and agrees that Developer has notified all of Developer's
contractors for the Project that Developer has elected to construct a Concurrent CFA, the
provisions of this Attachment, the risks associated with a Concurrent CFA, and that the City shall
not bear any responsibility for construction of the improvements or Developer's decision to
proceed with a Concurrent CFA.
Developer shall not make the final connection of the improvements in the Secondary
Project to the improvements in the Primary Projects until the improvements in the Primary Project
have been constructed and accepted by the City and the City has consented to Developer making
the connection.
Developer agrees that if this Agreement is for improvements relating to the construction,
renovation or modification of one or more single family residential homes or structures, the City
will not record the plat related to the Project until the improvements are constructed and accepted
by the City. Developer agrees that if this Agreement is for improvements relating to the
construction, renovation or modification of one or more commercial buildings or structures, the
Developer shall not receive a Certificate of Occupancy from the City for the building(s)related to
the Project until the improvements in this Agreement are constructed and accepted by the City.
Developer further understands and agrees that completion of the improvements under this
Agreement does not entitle Developer to obtain a final plat of the property until all other
requirements of Federal law, State law, or the City Code relating to the filing and recording of a
final plat have been met by Developer.
BY CHOOSING TO CONSTRUCT A CONCURRENT CFA, DEVELOPER
ASSUMES ALL RISKS AND DEVELOPER SHALL BE LIABLE AND RESPONSIBLE
FOR ANYANDALL DAMAGES,INCL UDINGBUTNOTLIAHTED TO,ANYAND ALL
ECONOMICDAIVIAGES,PROPERTYLOSS,PROPERTYDAIVIAGESANDPERSONAL
INJURY(INCLUDING DEATH OFANYKIND OR CHARACTER, WHETHER REAL
OR ASSERTED. DEVELOPER HEREBYEXPRESSLYRELEASESAND DISCHARGES
CITY FROM ANY AND ALL LIABILITY FOR DAMAGES, INCLUDING, BUT NOT
LIMITED TO, ANY AND ALL ECONOMIC DAMAGES, PROPERTY LOSS,
PROPERTY DAMAGE AND PERSONAL INJURY (INCLUDING DEATH ARISING
OUT OF OR IN CONNECTION WITH, DIRECTLY OR INDIRECTLY, THE
CONSTRUCTION OF THE IMPROVEMENTS OR DEVELOPER'S DECISION TO
CONSTRUCT A CONCURRENT CFA. DEVELOPER, AT ITS SOLE COST AND
EXPENSE,AGREES TO AND DOES HEREBYINDEMNIFY,DEFEND,PROTECT,AND
HOLD HARMLESS CITY, AND CITY'S OFFICERS, REPRESENTATIVES, AGENTS,
EMPLOYEES,AND SER VANTS FOR,FROMAND A GAINST ANYAND ALL CLAIMS
(WHETHER AT LA W OR INEQUITI9, LIABILITIES, DAMAGES(INCLUDING ANY
AND ALL ECONOMIC DAIVIAGES, PROPERTY LOSS, PROPERTY DAMAGES AND
PERSONAL INJURIES INCLUDINGDEATH),LOSSES,LIENS, CAUSES OFACTION,
SUITS,JUDGMENTS AND EXPENSES(INCLUDING,BUTNOTLIAHTED TO, COURT
COSTS, ATTORNEYS'FEES AND COSTS OF INVESTIGATION), OF ANY NATURE,
KIND OR DESCRIPTION ARISING OR ALLEGED TO ARISE BY OR IN ANY WAY
RELEATED TO CONSTRUCTION OF THE IMPROVEMENTS OR DEVELOPER'S
CHOICE TO CONSTRUCT A CONCURRENT CFA, OR (2) BY REASON OF ANY
City of Fort Worth,Texas
Standard Community Facilities Agreement-Northstar Section 2 Phase 1
CFA Official Release Date: 02.20.2017
Page 13 of 14
OTHER CLAIM WHATSOEVER OF ANY PERSON OR PARTY OCCASIONED OR
ALLEGED TO BE OCCASIONED IN WHOLE OR IMPART BY THE CONSTRUCTION
OF THE IMPROVEMENTS OR DEVELOPER'S CHOICE TO CONSTRUCT A
CONCURRENT CFA, WHETHER OR NOT SUCH INJURIES, DEATH OR DAMAGES
ARE CA USED, IN WHOLE OR IN PART, BY THE ALLEGED NEGLIGENCE OF THE
CITY OF FOR T WORTH,ITS OFFICERS, SERVANTS OR EMPLOYEES.
By signing below, Developer certifies that all statements contained in this Attachment"2"
Concurrent CFA Provision are true and correct.
DEVELOPER:
Name: David Aughinbaugh
Title: Meritage Homes of Texas, LLC
City of Fort Worth,Texas
Standard Community Facilities Agreement-Northstar Section 2 Phase 1
CFA Official Release Date: 02.20.2017
Page 14 of 14
nU4_4)
LIAP•HILT PROPOSAL
Pay.I or 7
SECTION 00 42 43
Developer Awarded Projects-PROPOSAL FORM
UNIT PRICE BID Bidder's Application
Protect lien Information Biddces Piopml
Bidlist hen description Specification Unit nr Bid ;Init I'mc Bid Value
No Scetion No Mcasurc Quanlm
UNIT I:WATER IMPROVEMENTS
1 3311.0241 8'Water Pipe 3311 10.33 LF 5047 527,50 S138.792.50
2 3312,3003 8-Gate Valve 33 12 20 EA 16 $950,00 $15,200.00
3 3312.0001 Fire Hydrant 33 1240 _ EA 6 53,400,00 520,400.00
4 3311,0001 ductile Iron Water Fi tti n 9 s W Reslraint 33 11 11 T& 3 69 S5,000A0 S18,450.00
5 3312.2003 1' Water Servke 33 12 10 EA 127 $780.00 $99.060.00
6 3312,0117 Connection to Exisitng 4"-12"Water Main 33 12 25 EA 4 S500.00 $2.000.00
7 3305.0109 Trench Safety 33105 10 LF 5057 $0.50 $2,528.50
a 9999.0001 8"x 1.5"TS&V 000000 FAA 1 $1,850.00 $1,850,00
9 9999.0002 8"x 2.5"TS&V 00 00 00 EA 1 52.500.00 $2,500.00
10 9999.0003 1.5" PVC Water Pipe 00 00 00 LF 5 $20.00 S100.00
11 9999.0004 2.5"PVC Water Pipe 00 00 00 LF 5 S20.00 $100.00
12 9999.0005 Water Testing(Excluding Geotech) 00 00 00 LF 5057 $0.50 $2.528.50
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46 5t1M $303.509.50
C rrY OF FORT%YoK r i i
S MN D ARb COY 5 MV CTION SPEC IFICATION❑DC OA IENTS-DE%FLOP is R A W APDE D P ROIE t-T S
Fina ve lk."Sin ZZ.:i'I-! 004:43 H,d Propo5a1—t1AP_hTtJn!
(K»z,)
PAP-E 10 MOMS AL
pur:�r�
SECTION 00 42 43
Developer Awarded Projects-PROPOSAL FORM
UNIT PRICE BID Bidder's Application
Project licm Informalion Bidder's Proposal
Bidlist hcrn Description Spccificavon Unit of Bid Unil Priec Bid Valuc
No Section No hieasure Quantity
UNIT II:SANITARY SEWER IMPROVEMENTS
1 3331,4211 12"Sewer Farce Main(C-900 DR-14) 3311 19,33 LF 949 $46.00 $43,854.00
2 3331,4115 8"Sewer Pipe(SOR-26,ASTM D3034) 3311 10,33 LF 3894 $29.00 $112,926.00
3 3331.3101 4"Sewer Service 33 31 5D F-A 125 $400.00 $50,000.00
4 3331,3301 8"Sewer Service 33 31 50 EA 1 $2.300,00 $2,300.00
5 3339,1001 4'Manhole 33 39 10,33 EA 17 53 200.00 554,400.00
6 3339,0003 Extra Depth 4'Manhole _ 33 39 10,33 VF 68.3 $150.00 $10,245.00
? 3331,3401 Ductile Iron Sewer Fittings 3-3-1—1 11 TON 0.3 $5.000,00 $1,500.00
8 3331.4116 8"Sewer Pipe,CSS 8ackfill 33 11 10,33 LF 110 $76.00 $8.360.00
9 3301.0002 Post-CCTV Inspection 3301 31 LF 4953 $3.80 $18,821 40
10 3301,0101 Manhole Vacuum Testing 33 01 30 EA 17 5150.00 52,550.00
11 3305,0109 Trench Safety 33 05 10 LF 4953 S0.50 $2.476 50
12 9999.0006 Connect to Existing Sewer Line do 00 fl0 EA 3 $500.00 $1,500.00
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
36
39
40
41
42
43
44
45
46 sum 5 308,732.90
Crrr or FORT WORTH
STANDARD CnNSTAUM. ON SPECIFICATION DOC1'h1ENTS•pk'V ELOPE P AWARD F.11 PROM M
rnnn Vernon till 22,2ul-+ (MI 42 4] Rid Pioposal_DAP_OTUikl
nn 4_43
DAie•BID PROPOSAL
rain a ors
SECTION 00 42 43
Developer Awarded Projects-PROPOSAL.FORM
UNIT PRICE BID Bidder's Application
Proicct 11em W4--rmation Bidders Proposal
Fiidllst Item Description Spccificatlon l'mt of Rid Unit Price Bid Valuc
No I Sccliun No Measure Quantity
UNIT IIL-DRAINAGE IMPROVEMENTS
1 3349.5001 10'Curb Inlet 33 49 20 EA 15 $4.000.00 $60,000.00
2 3349,5002 15'Curb Inlet 33 49 20 EA 5 $5.000.00 $25,000.00
3 3349.7001 4'Drop Inlet 33 49 20 EA 1 $3.800.00 $3,800.00
4 3349,0001 4'Storm Junction Box 33 49 10 EA 8 $3.500-00 S28,000.00
5 3349.0002 5'Storm Junction Box 33 49 10 EA 1 $4.800 00 $4,800.00
6 3341.0201 21"RCP,Class III 3341 10 EA 347 $70.00 $24,290.00
7 3341,0205 24"RCP,Class Ill 3341 10 EA 1367 S80.00 $109,360.00
8 3341.0302 30"RCP,Class III 3341 10 EA 130 $90.00 $11,700.00
9 3341.0309 36"RCP,Class III — 3341 10 EA 726 $125,00 $90,75D.00
10 3305,0109 Trench Safety — 3305 10 LF 2570 $0.50 $1,285,00
11 9999.0007 Riprap 313700 SY 25 $85.00 $2,125,00
12 9999.0008 Connect to Exisitng Storm 006606 EA 3 $500 00 $1,500,00
13
14
15
16
17
18
19
20
21
22
23
24 -- -----. �r
25
26
27
28 --�
29 — -
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46 SUM $ 362,610-00
MY OF FORT%VORT31
STANDARD CONSTRUCTION SPECIFICATION DOCUNIEYT$-DES-ELOAFR AVYAFLDFD PROfFCTS
FmnVcrslPAStm 2..ZIP 1-) e14142Z43_Bidt'iopasjl DAP-DTtlul
613 4:.I3
DAP.RID PR 0 POS.►L
Parr 7 of 7
SECTION 00 42 43
Developer Awarded Projects-PROPOSAL FORM
UNIT PRICE BID Bidder's Application
Prujcct Itens fnformannn Bidder's Propxlsal
Bidlist Ilcm DcscrlpTllon Specification Unit of Bid Unit Pnce Bid Valuc
No Sect on No Was= Quanlily
Bid Summery
UNIT I:WATER IMPROVEMENTS $ 303.509.50
UNIT W.SANITARY SEWER IMPROVEMENTS $ 308,732.90
UNIT III:DRAINAGE IMPROVEMENTS $ 36Z610.40
UNIT IV:PAVING IMPROVEMENTS $ -
UNIT V:STREET LIGHTING IMPROVEMENTS 5 -
UNIT VI:TRAFFIC SIGNAL,IMPROVEMENTS 5 -
Twat Canstructiun Hid $974,852.40
This Bid is quhmittcd hY the entil►•named heinw:
8IDDFR 111:
�/CzL �cr�a�a� Oe-7 llI1TE:�/}Y ��•� �!
Contranur agrCcs to crunplctc►►ORK for FINAL ACCEPTANCE within /10workinr days after the Byte-A ben the
COXTRACT commencer to run as provided ire the Gcncrat Conditions.
END OF SECTION
CFFY OF FORT%YORTI£
STANDARD C0NSrKUCTIONSPECIFWATWNDOCUmENFS-DEVNAPER AWARD E 0 P ROI E CTS
Form►-emm tilt N.ZIP: 4111 J:43$id Proposes DAr-DTLtiI
In142 4 i
D 1P-BID PROPOS:V.
P�6c j aF7
SECTION 00 42 43
Developer Awarded Projects-PROPOSAL FORM
UNIT PRICE BID Bidder's Application
Project Item Information Biddcr',$Iroposal
I3Oki Iietn Dmuption Specification Scuinn\o knit of [aid t!nil I'riee Bid\"aloe
No \Icld Of Quautity
UNIT V:STREET LIGHTING IMPROVEMENTS
1 2605.3001 2"CONDT PVC SCH 80(T) 26 05 33 LF 1774 10.79 19,141.46
2 3441.3303 Rd illum Foundaflon TY7 34 41 20 EA 29
- --- _ "`'y .--.____._______._---
3 3441,1410 NO 10 Insulate Eiec Condr 3441 10 LF 1774 0.99 1,756.26
4 3441.3035 Install Utility Washington Postline 34 41 20 E _.__�A _ . 29-- 512.00 14,848.00„_
5 3441.1408 NO 6 Insutated Elec Condr 3441 10 LF 3548 0.99_._. 3,512.52
6 3441.1502 Ground Box Type B,w!Apron 34 41 10 EA 45 1.00 45.00
7
8
9
1a
11
12
._.-------------------.�.._
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46 _._ ___ sum $66,839 03-
CITS OF FOHI'11 Otii'FI
ST.%M).XRD CONSTRUCTIO\SPECIFIC I,T10N DOCU%f FNTS-DG VLit-OPFR A1V ARMED PRO1 V(-fS
runn VsnEan]la>22 2EIV) at14243_rJtd P.pns:J_D.%Ps1,
m 4'-43
DAP-BID PROPOSAL
NE.7 oe7
SECTION 00 42 43
Developer Awarded Projects-PROPOSAL FORM
UNIT PRICE BID Bidder's Application
Project Item Information Bidder's Proposal
Bidlist Item Description Specification Scciiou No. [.Itit of BId Unit Price Bid\'aloe
No. Meamuc Quantify
Bid Summary
UNIT I:WATER IMPROVEMENTS $ n/a_
UNIT II SANITARY SEWER IMPROVEMENTS b n/a-
UNIT III:DRAINAGE IMPROVEMENTS $__ n/a
UNIT IV:PAVING IMPROVEMENTS n/a-
UNIT V:STREET LIGHTING IMPROVEMENTS 5 66,839.03
UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS s n/a-
Total Construction Bid $66,839.03
This Bid is submitted by the entity named below:
BIDDER: BL: RI rd WOIfe —
Independent Utility Construction, Inc.
5109 Sun Valley Drive
TITLE: re Ides
Fort Worth, TX 76119 D..TE: 09-24-19
Contractor agrees to complete WORK for FINAL ACCEPTANCE within 30 calendar dals after the date when the
CONTRACT commences to run as provided in the General Conditions.
END OF SECTION
CITY OF FORT tWORTtt
STANDARD CONSTRUCTION SPECIFICATION DOCU'NiENTS-DEVELOPER-kWNRDED PROJECTS
Faan Vcrswn din.22,24I9 00 42 4:—Bid Prop.1_DAP sls
0042 41
VAP•110 PROP05AJ.
Page 4 of 7
SECTION 00 42 43
Deve toper Awarded Projects-PROPOSAL FORM
UNIT PRICE BID Bidder's Application
Project Itcm Information Bidder's Proposal
Btdltsl Item Description Specification Section No Vets of Btd Unit Pnce BW Value
Mo. pleasure Quanta%
VIN41TIV:PA V M NTS
1 3213-0101 6"Reinforced Cone Pvml 32 1313 SY 10360 ji
2 3211,0400 Hydrated Lime(30WSY per Geatech) 321120 TON 275t3 3211.0501 6'Lime Treatment 32 11 29 SY 11 _� t�4 3211.0502 6"Lime Treatment 3211 29- SY7251125 3213.0501 Barrier Free Ramp,Type R-1 321320 EA 12 a; J9,`+3a613.0508 Barrier Fina Ramp,Type P-1 3213 20 EA ¢ & Go7 3441.4003 Fumishllnstall Alum Sign Ground Mount City 344130 EA 7 !7�'. I z
8 ^ 3441.4003 FumishllnstalI Alum Stgn Ground Mount City 344130 _EA
—9 3292.0200 Seeding,Broadcast 329213 — — SY� 4"1 _ji�_
10 9999.0009 6"Llnreinforced Concrete 3213 13 SY 574#!i
11 9999.0010 7-5"Reinforced Conn Pvmt 321313By (mg +� I12 9999.0011 Redd Barricade 000000 EA 4gp13 9999.0012 Pavement Header 000000 LF 124 $D k-- -Z 0 ��
14 9999.0013 Remove Barricade S Connect to Existing 00 00 00 EA_ 4 Sad 2000 ,
15 9999.0014 6*Compacted Subgrade 000000 By gpp
1s -
_17
18 -- -
20
21
22
23
24
25 -- _
26
27 —^
28
29
30
31 _
32
33- -
34
35
36
37� TT
38-- — ---_
39 _ -
40
41
42 —
43
44_
45LSUM4
_
46
MY OF FORT MAIR
SIANDARDCO'MMMON SPECIFICATION Lt XIAIENTS-DEVELOPER AWARDED PROJECTS
Futm►'aniathtay2:.2019 004243�.SitlPrepoaal_W..xlr
00 6243
DAP BID PROPOSAL
psgt 7 Or 7
SECTION 00 42 43
Developer Awarded Projects-PROPOSAL FORM
UNIT PRICE BID Bidder's Application
Protect Item IDf"miton SidderS proposal
&dlist Nltrtn Description SprCtftcalt0A Secttan NO. was cure t}a Bid
o Unii puce Bid L stun
Hid Summary
UNIT F WATER IMPROVEMENTS $ -
UNIT ll:SANITARY SEWER IMPROVEMENTS 3 V0 -
UNIT Ili:DRAINAGE IMPROVEMENTS $ p fin
�C . _
UNIT IV:PAVING IMPROVEMENTS ; D x� S
UNIT V.,STREET LIGHTING IMPROVEMENTS $ lnlo Z11b -
UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS $ AQ'aiA
Total Construction Bid Sk Q
This Bid is submitted by the entity named below:
BIDDER: CommY.Principal
[Onipui+)tiamv Ilrrr'LQ LAt,( Cr al,LTt,.
-lddres,tlrrc-• `90p 0 L'PA�bR'*Igo
O 1 ere
-Iddrrs,l is re cr lllan6• D ---`---���� �y[j` TITLE:I lore
Slat zip[Otic Il cr,-DALLftt 'r � i DATE:llcrr-'
(aD 11
Cootractor agrees to complete WORK for FINAL ACCEPTANCE wlthlr N days alewdar da},s afltr the dale when the
CONTRACT commences to run as provided in she General Coadhlons.
END dF SECTION
CITY OF FORT WORTH
STANDARDCONSTRUC"QN SPECIFICATION DOCU26E rS.DEVELOPER AWARDED PROJEM
FatmF'mia 31ay2_.2at9 004Z43_WdProp A_DAPXh
oLL
v ,
0Z
0�
co LL
c
W o
I� a
N
a
N
xi N O
aoz � o
zHv ._
U c CZy
W A LCD
LU W a g
Q ¢ coo
N
CA 3 � =
z o �LL
F-
0
z mVI
ao 9NRJdS MO-MM
V)U
6 3�
00
Y l7
LL
6 3 O
6o NO1HSd - Nd-IHOIH Z
C a
Z WU Q
� A
LU
� w
N
O U 0
L,z
J
w
�"LLJ Q Z
Z A
�Qw v >
zo� i elf
o ¢ O
a 18500 31SVH
w UY
SOMHl�ON
NOlSd - S31bg Q
W
O�
J OONbI',b
ief o OOD
o
v ,
LL
O Z
O00 of
N Q co LL
II U-C z CD
Ld c
I p CA LLI 0 I O W o
Of
LU J 00=Nad OZ�jy�-u O I zp O
V ry� 41p ^`` - eq
N'y`'a m �W
VI Lz- 1~/�� �Nx z Z IaJ Q x l O Z N N M O
�a a- z�grxaz �_ n hF++W11 N wo
oo-o a. o8Zo a rN�a(,/La �/� �
UzZz�V 0.z Z U ZW =S a G Z O
o z08L� a O ~ a coc)zZz c) CZ
V1
o o W S tCD
ii N 0 U 3 cncnU-
0
r
0
4 r
z0-0
0 w w� N °' ao
wLO
oo-- N
o ~ \ N CO r
<oQ �� �� O L
wwozw 7 M N ��
CL Q Q� O O 00 CO /<N
� ��cn
N 0CL
z � O � o .
-o ao J
a� O� O O O o w z
N L w `7
O
O W
M 0
L
O O W
N M
O O �o
M � Jul
N co �O O l
O _
\ O O
M LU
� O M _ H
t� Z
oz aoA -
o5i�? \ NO N
Wc~ia \�
z z / \ O w� Oo
0Z<9 yam\L) \\// O
x /� O o O
� O
�/ I LA
LA
\ \ / Ico
/ \ ^< \.i �O ^\\ \/ Z Fz F-
LU LU Q
Qw�v , /.�� \ ^\\\ >� ��J1 w Z 3 w w Z z
cl�o \\\ ^\\ y / Q Q F wLL
= Q
^\\ ,� \� /
a w w w a
o OOD
o
v ,
LL
O z
O
N Z Q m
t� U O rl LL
O U' rO N O N NQ W O a W O O
R Z U 1, Q S O CD K W
W HOQW� Ha.1 ��(>>U1 WV
Q WWt-= H Ll 0. ~XH rrOQW m,:), I Nz ix N
VI ZHKZ o a. Z WWN Of Nam OVIQQWO_
0Z z�U z~O�rOaa ZW Q==alh
c)z?z�c) Z8�aaz
00 0 .a
Uz z Q O
= co
_ zco Q
V1
L d
MF
CD CD
CD
0 N ) O r b co cn U-
0 0 O )
i i N 0 � 3
� r
0 0
z 't F
� �m � L
% \ \ N � r
_ N
�oo� bl-
J
LO co
0_ \ N
0
� � � � � � —
z O 00
ul Q N N �<11
O N N O z
�O Z � p �`" ���'`��
�'7
O �u
T. �� -z I w
O LU
i
J_A Q
�O M N /
0 / I w
�O � � 00
L
N �O CO O O � �— _ v ,b� MO .0 � O
w
a� NO� co coO
n N
/ •Zl _
/ coO V
: }a 0 �� C/ Q
/N2c9 I�3�D �O O v
�x00:o.
�r�aa \ N O ^ L _ I
O _
ZZ~yza
o
O
L
z
y _
I
I \ o
o
LA LA 0
a s w w
o OOD
o
v ,
O Z
O00
N Qr co LL
II U—C CD
c
awiwo W t
w a.�
Q N x
H a
VI NO
aoz � o
o � Hv = °� co
_ zco
V1
o o W S L
a CD
co
0 N ) 0 C a
i ih N L 3 cncnU-
0 004
/z � \ �t F 0
4 L
r
�0oz
aoN f 00
w °o'
0� N
o
N w� i aCOo �z �Q /J� N ONO �.f 00 L<c�
��
o ��� ��� N N p o 7
_ o C� O O zN
o Z O N O r `�
O o� O O r,-O 7
O mELI
QLrn r� n N O E w
O 0 M 2, "' O L Q���
W
N o 3m Ur
J —
c�O rKj N O i 9 0
_ > z
� 00
�lv
�o O O _
L
m r 1j
� C O O
LU
-J N 0 �O O
O
O N _
v O �
-- -
\ 7 -j uj r
3=Wz
O w
NOQc)
NO o
\\y� O o
\� m O Q \ \may .� O
__ v / v
DD LA
Q /<< ^<vvvv�ammo m u
_.
LU
j LLI y NwM z ooa_>> w < \ o �\� / \ Z o
\ LU
< \\ �XO ¢ 30w30w in
^\
0
a a
CD co
1 Zp U O U U 1 Zo o
l-15 (W/I W O 1 0 N W~ �Li
O �MUOwn N a�o1p Mt�W aUmN to Z
O oZ� ra �y to oz 00 of
(V -Ua n to I pUH Ln R-oW. nco
II -ZXQrr=3' O^a �inrN�nwa WWa=vJ W OLL
ZH�Ca 2 Z zLd ZHtt�a 2 a
ooZo a z�a�az ooZo a
J J �2-2 U J UZ�Z�a.U UI2-2�U O
O _ + r
E�nn U �na.
V z- a zGi Q o HaN
N z I z -ar�'_z a �i O
Z a z x N
c
1 " vai N o
o_� N, o a O
'*_N
N I � O ` � � � CO
co
L d
L
N � � � � W °' CD 0
) 0 3 � U -i i N 0 3 � fn Li
�
�00 0 N 0 r
z < 0 0
� L
O O o \ O>w�
v WO rj�� � `z zsajZ
• �w p1
cLO
0 -
� aca\6
Mi N0 N
Q' �
� O N N 00 cn
�oz ��� O O N 0 CL-7
z N O rn
0 �0N
o O � � o � 0 � �w
O O O Lo
OJ; �~ 7 z
O Za O \\�O -
O �O 0 �� � � � � 0 0 � Q
N"J O N e�k J- CIO
c�O r7 N M /
� O O v >� o
L —
N
,ate 1
H w
ILJI�
N �
O
O
\ � = ls7O O _
v O
/ o JCL O t z z 1
/ OO�o O �b u L— J
dj r����a i a n a o�n -
/� a� u�
p N
NO I.
\ / \ O Xo
\ ` 0
\y El'm \ \ \vim �� l� �I w ZLA
\ LU
_ L O O
LUQ Q
���\\\ wY \\\\jam/ // 0 0 0 0 L a
O \\ �� n\\\�� / / Ln Ln Ln Ln Z O
\\ / �< Ln
` ^< \\u y / 0
0 0 0
ief
o OOD
UFO
O
NIm
W O r-�LL
V
O 1 0 -C N Z
W U (~/L d l z m Lei
io
N :N tf) i o rl c
Of 0J_rn ALL. z = rZ�u'�n ��W to
J W W n?fit J .N R'HW O_ U' H��^n O
Q 0 0- r.,�w x?' J rn� No N
NV102?2�U �=o9oaa WWW~H= E' a N
�noz?z�U 0:L� a.a x N1
NO2gZ U
aoz � o
o � Hv = , co
V1
LPVi
V ~
0 0 0 O r Z "�
_ IZS
I I I N L I ccn CD
fn Li
ram — N Ln Lo f
4 O r
w 0
z�� LO
ww� 0 4 00LO
�-
CL
w O_ M�
Lo
O0�
CL
��� 00
0 — N
z s -7O Qs
� w�r-N��
�� N 0 7 cn
s, rn� � r' � � ���s
w
r — cn
N s — J_A
N 4 N �
� sC14m
rn s L O LJJ =W
O o - `° LU
�l DC LU
N V 1
\ \ L J
NO
Oo
� \ �
\ O I
\ L
__ I _ I
L
DD 7 — J
m co
LA
LA
LA 0
d J
o OOD
UFO
O
cn La 6 V L L
� ��� �Z
N 1 CN
pw Ul) N a 1 co LLi
II z CD
w ^w 1p 1zp o
-z�i��n z o�N to m �W a
ui rn z<L�'o S ?:3a�n omy-��� Q� O
Q tv eq
�w =` an y<wo , z�IL) x l�
VI a=o�oaz WWL, Z N cn ZAL. H a N
�nOZZz�U axL-argaz �i�"wrx= M�M
W -W W a' z h�I N 1�
-0 z?z cai ��o�oaa �
=1ozZz�o a G Z o
oHv = co
_ z
CD
N
0 O r � "�
I I " I N L c�+� cn Li
LO
�J ram — N Lo f
0 0 O r
w 0
ww� 0 a LO
�-
w _
~ \
w NJ
0 00
a
J o�
4 <J�� "
00
J�� J N N �if 00 ��J
�0 " �-' �
z N 4 J .
O O L� 0 w- z
0 0 0 "S P 7 C�
O O _
O
O OCNINl LnLO o O L
w U_
JP ..
LOO Ln
PO
L
In
O co M r 1 w
W W O
J O�
O O V
rn a
\ \ L _ J_
NO --
\ Oo
\ L
LU
Q / < O \ —� w
LU
W LL
LA 0
d J