Loading...
HomeMy WebLinkAboutContract 43086COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § COUNTY OF TARRANT § City Secretary 2 Contract No. 3 0 1-�s cc WHEREAS, the undersigned Owner ( "Owner ") desires to make certain improvements ( "Improvements ") related to a project as described below, ( "Project "), an addition to the City of Fort Worth, Texas ( "City'); and WHEREAS, the Owner and the City desire to enter into this "Agreement" in connection with the Improvements, Owner Information: Owner company Name: Walsh Ranches Limited Partnership Authorized Simatorv: G. Malcolm Louden Title: President Project Name: Walsh Ranch - Walsh Ranch Parkway Location: 1 -30 to Walsh Ranch Old Weatherford Road Connector Additional Streets: FP- 011 -015 Plat case No.: Plat Name: Walsh Ranch Parkway Mapsco: pg. 761 Council District: No. 3 City Project No: 01745 CFA: DoE: 6683 To be completed b St Received by: i Date: 2�l OFFICIAL RECORD CITY SECRET FT. WORTH, TX NOW, THEREFORE, KNOW ALL BY THESE PRESENTS: For and in consideration of the covenants and conditions contained herein, the City and the Owner 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 and subsequently amended from time to time via a Mayor and Council Communication adopted by the City Council of the City of Fort Worth, is hereby incorporated into this Community Facilities Agreement ( "CFA ") as if copied herein verbatim. Owner 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 Owner to comply with the Policy in connection with the work performed by said contractors. B. Owner 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 infrastructure. Owner further acknowledges that said process requires the contractor to submit an Affidavit of Bills paid signed by its contractor and Consent of Surety signed by its surety to ensure the contractor has paid the sub - contractor and suppliers in full. Additionally, the contractor will provide in writing that the contractor has been paid in full for all the services provided under this contract. C. Owner 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. Owner, its successors or assigns, shall cause the installation of traffic signals on Walsh Ranch Parkway required to serve the development at such time as they are warranted. E. City acknowledges that construction of the northbound inside lane and the southbound inside lane of Walsh Ranch Parkway, under this Agreement, constitute oversizing in accordance with the Policy for the Installation of Community Facilities agreed to under the Economic Development 2 Agreement (CS 28585). As such, the City will reimburse Owner for the associated improvement on mutually agreeable terms at a future date. F. The following checked exhibits are made a part hereof: Water (A) X. Sewer (A -1) X , Paving (B) X Storm Drain (B -1) X , Street Lights & Signs (C) X , Future Traffic Signals (C -1). X G. The Owner shall award all contracts for the construction of community facilities in accordance with Section II, paragraph 7 of the Policy and the contracts for the construction of the public infrastructure shall be administered in conformance with paragraph 8, Section 11, of the Policy. H. For all infrastructure included in this Agreement for which the Owner awards construction contract(s), Owner 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 insured, licensed and bonded to do work in public streets and/or prequalified to perform water /waste water construction as the case may be. ii. To require its contractor to furnish to the City a payment and performance bond in the names of the City and the Owner 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 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. 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 owner - 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 ACORD Certificate of Insurance supplied by the contractor's insurance provider and bound in the construction contract book. iv. To require its contractor to give 48 hours notice to the City's 3 Construction Services Division of intent to commence construction so that City inspection personnel will be available; and to require the contractor to allow the construction to be subject to inspection at any and all times by City inspection forces, and not to 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 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 Owner's contractor. vi. To delay connections of buildings to service lines of sewer and water mains constructed under this Agreement until said sewer and water mains and service lines have been completed to the satisfaction of the Water Department. L Owner agrees to provide, at its expense, all engineering drawings and documents necessary to construct the improvements required by this Agreement. J. Owner shall cause the installation or adjustment of the required utilities to serve the development or to construct the improvements required herein. K. City shall not be responsible for any costs that may be incurred by Owner in the relocation of any utilities that are or may be in conflict with any of the community facilities to be installed hereunder. L. Owner 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 Owner for this Agreement. M. Owner agrees to provide, at its expense, all necessary rights of way and easements across property owned by Owner and required for the construction of the current and future improvements provided for by this Agreement. N. The Owner 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 4 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 Owner, his contractors, subcontractors, officers, agents or employees, or in consequence of any failure to properly safeguard the work, or on account of any act, intentional or otherwise, neglect or misconduct of said OWNER, his contractors, sub- contractors, officers, agents or employees, whether or not such injuries, death or damages are caused, in whole or in part, by the alleged negligence of the City of Fort Worth, its officers, servants, or employees. 0. Owner 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, Owner 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 and shall cause to be executed and delivered to the City an indemnity agreement from such contractors on a form to be promulgated by the City. P. Upon completion of all work associated with the construction of the infrastructure and improvements, Owner will assign to the City a non- exclusive right to enforce the contracts entered into by the Owner with its contractor along with an assignment of all warranties given by the contractor, whether express or implied. Further, Owner 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 part beneficiary of such contracts. 5 Q. Inspection and material testing fees are required as follows: i. Owner 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 owner's share of the total construction cost as stated in the construction contract. ii. Owner 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 owner's share of the total construction cost as stated in the construction contract. iii. Owner 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 owner's share of the streetlight construction cost as stated in the construction contract. iv. Owner shall pay in cash the total cost of street signs. R. COMPLETION WITHIN 2 YEARS i. The City's obligation to participate (exclusive of front foot charges) in the cost of the community facilities shall terminate if the facilities are not completed within two (2) years; provided, however, if construction of the community facilities has started within the two year period, the owner may request that the CFA be extended for one year. If the community facilities are not completed within such extension period, there will be no further obligation of the City to participate. City participation in a CFA shall be subject to the availability of City funds and approval by the Fort Worth City Council. ii. Nothing contained herein is intended to limit the Owner'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 Owner's financial guarantee submitted for this Agreement to cause the completion of the construction of the community facilities if at the end of two (2) years from the date of this Agreement the community facilities have not been completed and accepted. iv. The City may utilize the Owner's financial guarantee to cause the completion of the construction of the community facilities or to cause the payment of costs for construction of same before the expiration of 6 two (2) years if the Owner 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 Owner'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. S. Owner agrees that it will not assign all or any part of its rights, privileges or duties pursuant to Section D without the prior written consent of the City and any attempted assignment of same without such prior consent of the City shall be void. Cost Summary Sheet Project Name: Walsh Ranch — Walsh Ranch Parkway CFA No.: 2012 -010 DOE No.: 6683 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 $ 10,624,128.30 Developer's Cost A. Water and Sewer Construction $ 10,136,628.30 X 1. Water Construction $ 473,775.75 2. Sewer Construction $ 13,724.25 Water and Sewer Construction Total $ 487,500.00 B. TPW Construction $ 12.670,785 38 1. Street $ 5,311,724.30 2. Bridge Improvements $ 3,181,721.00 3. Storm Drain $ 591,828.00 4. Street Lights Installed by Developer $ 1,051,355.00 TPW Construction Cost Sub -Total $ 10,136,628.30 Total Construction Cost (excluding the fees): $ 10,624,128.30 Construction Fees: C. Water /Sewer Inspection Fee (2 %) $ 9,750.00 D. Water /Sewer Material Testing Fee (2 %) $ 9,750.00 Sub -Total for Water Construction Fees $ 19,500.00 E. TPW Inspection Fee (4 %) $ 363,410.93 F. TPW Material Testing (2 %) $ 181,705.47 G. Street Light Inspsection Cost $ 42,054.20 H. Street Signs Installation Cost $ Sub -Total for TPW Construction Fees $ 587,170.60 Total Construction Fees: $ 606,670.60 Choice Finanria/ r i Moo f)nfinne rhnnan nnn Bond = t00°/ $ 10,624,128.30 Completion Agreement - Paving/Storm Drain = 100% / Holds Plat $ 10,136,628.30 X Cash Escrow Water/Sanitary Sewer= 125% $ 609,375.00 Cash Escrow Paving/Storm Drain = 125% $ 12,670 785.38 Letter of Credit Water /Sewer = 125% w/2 r expiration period $ 609,375.00 X Letter of Credit Paving/Storm Drain = 125% w/2 r expiration period $ 12.670,785 38 IN TESTIMONY WHEREOF, the City of Fort Worth has caused this instrument to be executed in quadruplicate in its name and on its behalf by its Assistant City Manager, attested by its City Secretary, with the corporate seal of the City affixed, and said Owner has executed this instrument in quadruplicate, at Fort Worth, Texas this � day of _ �' / w2 (mil . 20 CITY OF FORT WORTH - Recommended by: Water Department Tran s ortation & Public Works Department ke�ndy Chi- abulal, EMBA, P.E. Douglas Wi . ersig, P.E. Development Engineering Manager Director •iii � i �• •,� OM&A, 2� Douglas W. Black Assistant City Attorney M &C No. Date: ATTEST: J. Approved by City Manager's Office Fernando Costa Assistant City Manager � G clor d0l 0o oo0 00coo y� c oO,A Y I �0 0.� 0 A ord City Secretai'f/ �A o 0 ,.o �( O T A n _ OWNER: WALSH RANCHES LIMITED PARTNERSHIP j� s limited partnership By: Walsh North Star Coip5any, a TAx4sAcjprpoAat;l,-gn, GeOf ,ial Partner G. Malcolm Louden, President (Print) Name: Print Name. OFFICIAL RECORD CITY SECRETARY FT, WORTH, TX Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment ® Location Map ® Exhibit A: Water Improvements ® Water Estimate ® Exhibit A -1: Sewer Improvements ® Sewer Estimate ® Exhibit B: Paving Improvements ® Paving Estimate ® Exhibit B -1: Storm Drain Improvements ® Storm Drain Estimate -1 Exhibit C: Street Lights and Signs Improvements ® Street Lights and Signs Estimate © Exhibit Cl: Future Traffic Signals Pq Future Traffic Signals Estimate (Remainder of Page Intentionally Left Blank) 10 | b •n § � I � x, ( _ ) §( Jill c !|; /o§$2 a q!| / | /( |! \\ \§ !� ,! w / | ■�!, \!!! � !| || 1 | — X „h co (AVM- 30-1H`JI'dH101M31SVfddA) X o d '"I � =oa ; {x$ a afi Rif I j z' ONINNI'J39 rt i S� 1�J h r JOWOd E- I � II I y1 s,.. po 1� 1 I I Z 9 I` h I ` Y I [�y, • sT W a � 1 2 � 1 1 11 II ��h. � � •� 1,� �� a �i �� €��s t fall Hi I ♦�! h� • i � 1�`� i ��C t��ia� �\ I I I� 11 II 8� y a1 ; - - - & -- � � | q� J& \� "(.� 5) ƒ!| q!| ■, . /§ V (§ \ F; r� Q� i � ®� ~ ,! ! ! � Q N- �a= §ga | � � \ |� � �| - - -�- � � t ■ • i� ^i..s� I 3 CC) a lilt I � I I � r Cz I 10 f i gS i II ff' F f d dt t s ip3� %fti iyi It g It $ , if{fya+ - } t�td !f �gY�I Ei fi�ti d. Ed ;� s ttR 3s }EHill, fdtd5��l���# at�Ea�t4i�� dfi���itJlt ldyf{1Rt ip)l!{jit }d 'iEjf�fl`S M�•E I i fi z Rp. !3 ' �6.E •�. � g p 5 E '� i ➢; ' R ! tsn' }l a tf'P'kCFin t; «,.. '� { � to o•F{ t It't ;t lbs lei I I I I I ' p I ` I I .r� ✓. ? ° � {y ip Slf�i ! i t t`3 ���lyt6f C {4 { R q �b �t � ip �3II11 A j r p I i p _ I ZIo aU I OLD NERFORO l Y A _ Q a � *R—OW CONNECTOR I I` Q � o BLVD. AL z / PROJECT 3'` z L° " SITE i QUA /1- lNM?STATE 3 I Uf I LOCATION MAP WALSH RANCH WALSH RANCH PARKWAY 1 -30 TO WALSH RANCH OLD WEATHERFORD ROAD CONNECTOR DUNAWA Y 550 Bailey Avenue - Suite 400 - Fort Worth, Texas 76107 Tel: 817.335.1 121 - Fmc: 817.335.7437 (1XREG. F -1114) i I z I J Z W � J J Q 3 3 Z W — J x e �- Q- _ _to a z HW o = HJNVH HSIVM mGC W Z= LU _ X Lu Q a W � / J Q o � o o Y V) 1 O \ m mo� ao < m T � � I d All 6Mp2131VM - V 1181HX3 \SV3J IESO 11 \Sllglgx3 \i asegd di1M \AOPa5 alenud \691100Z\ 1002 \Nlunwuio:)pauueld \uogDnpOid\ 9 :H1Vd3lld Wd OE 1V ZIOZ YZ q»eW 'Aepsanl 031101d W z J2� J J O 3 3 o 0 z � a a W I i I � I 2 W 3 W 0 0 �I x Q Y2 CCU aQ o =� N V 2 x QJ �Q Q H Q Cf, / �W i m cc =W —_— WQ Q Y2 CCU aQ o =� N V 2 x QJ �Q Q . � —nnyl— �tsu <L\-wqw Ju a qd darn \I -PdS d4eniid\ 69TTOOZ\ TOOZ \µwnwwoDpauueld \uo,4Dnpoid \ :9 H1Vd3lld Wd 0£ :T 1V ZTOZ 'LZ 4»eW'Aepsanl OILLOld W O 0 N Q o PPM C, d �n Lt O LJ O LLB° o n w J �n Z jCV Q yCy NSF Ln C oco m Q z . � —nnyl— �tsu <L\-wqw Ju a qd darn \I -PdS d4eniid\ 69TTOOZ\ TOOZ \µwnwwoDpauueld \uo,4Dnpoid \ :9 H1Vd3lld Wd 0£ :T 1V ZTOZ 'LZ 4»eW'Aepsanl OILLOld z J Z Z � � J Q 3 J 3 J � � W W C� LQ � J CL O \ v _ ui W J Z: o N 1 o C u OZ 1 C) � J di ar J IQ Q� N O i Q CL Z 7 HW =� m � CD W Z Lu W cc Q w v 1 ? 1 � I I W 0 I AVM)IbVd HJNVU HSIVM LQ I. :�!4 :--z Q I FO M. LL�LL Z � "y C Q o m P UJIVM - v Lk11Hxd\sVJJ ILSO ii\s4lgl4x3 \T asegd ddM \JOhaS aleniJd\ 69TTOOZ \TOOZ\AllunwuioDpauueld \uo WnPOJd \ :9 :HLVdllld Wd Of :T 1V ZTOZ 'ZZ 4»eW'Aepsanl OILLOld 3 O � W I 3 3 O a0W ujo� W I R3 J II i � Q2 m QZ _ LO a W V 00C W Z= JN \ X� OaC� Lu 2 i � Q W3 0 / X ,' co t C) O� 11 / N G J II m m CD V G--% - v LU- AJ�wJJ USU t [\�0414xdX1 ase4d dbWA04Ja5 aienud\ 69110 0Z\ I OpZ \4.unwwoDpauueld \uoq-npad \ :! HLVd311J Wd OEI 1V ZTOZ 'LZ 4»eW 'Aep -nl :03Uo -ld 1 II'I W N J Z W 3 ° I f 3 Q O C) n I I Z W W II QCo Q a Z Q _uv Lu I O I J M -- - - - - - -- g- - - - - -� _ \ AVM >IZldd HJNVU HS1dM I a 0 Vj Uj lit O C III 0 T —W 01lVM - v Lt11MAdvvdJ USU 11\14!9!4x3 \1 ase4d &M JOPaS a] enu d\ 69TTOOZ\ TOOZ \AlunwwoDpauueld \UOWnpo4d \ :9 H1Vd3113 Wd OE :T 1V ZTOZ'[Z 4»eW'Aep5anl :031101d x / I x l O \a N x O O I o n 0 � x w I Q U V) CD I / a oZ a� oQ *AM >Id HDN`d l HSTdM \ 1 \ \ 1 e H m 2 X W Q W H mui X OTC W � Z Q N Q Y = � V QZ a V OQC Z= ..I Q Q � Lr � t 3In wo Q t� D � F m S^ Q mm < m o� 1r1 omP -a3M3S - TV lIBIHX3 \SV3:) TESO TT \S4!Q!4x3 \T aseyd ddM \JOPaS aTenud\ 69TTOOZ\ TOOZ \Ounwwo:)pauue!d \uownPOJd \ :9 :H1Vd3lt3 Wd TE :T 1V ZTOZ'LZ U»eW'Aepsanl :03LLOld W LAJ 0 w W N W N I I•• x / I x l O \a N x O O I o n 0 � x w I Q U V) CD I / a oZ a� oQ *AM >Id HDN`d l HSTdM \ 1 \ \ 1 e H m 2 X W Q W H mui X OTC W � Z Q N Q Y = � V QZ a V OQC Z= ..I Q Q � Lr � t 3In wo Q t� D � F m S^ Q mm < m o� 1r1 omP -a3M3S - TV lIBIHX3 \SV3:) TESO TT \S4!Q!4x3 \T aseyd ddM \JOPaS aTenud\ 69TTOOZ\ TOOZ \Ounwwo:)pauue!d \uownPOJd \ :9 :H1Vd3lt3 Wd TE :T 1V ZTOZ'LZ U»eW'Aepsanl :03LLOld EMP'9NIAVd - 9119IHX3 \SVD T£SO TT \571q!4X3 \T asNd ddM \'Ohas a4enpd\ 691100Z\ TOOZ \A4lunwwoDpauueld \- !PnPo'dG9 :H1Vd3113 Wd 80:1 1V ZTOZ'SZ PJeW 'AepsaupaM :O31LO1d C) 0 MATCH LINE `I 00 0 N I I N ci LIU Q \ J (v o c 2 O [Q 'b'^ Lo \ o W V o QUAIL MEADOW pRl VE — oD = w � a Z I �-- =Z V OaC zc= W> �Q m a R co LLJ m � tW �' > ` o k LLI t a W °LL m�� Q•J �v C^ / Q m�o Q � �~ 0 EMP'9NIAVd - 9119IHX3 \SVD T£SO TT \571q!4X3 \T asNd ddM \'Ohas a4enpd\ 691100Z\ TOOZ \A4lunwwoDpauueld \- !PnPo'dG9 :H1Vd3113 Wd 80:1 1V ZTOZ'SZ PJeW 'AepsaupaM :O31LO1d 5MP'9NIAVd - 91I9IHX3 \sVdJ T£SO T T \sl!q!gx3 \T asegd d'dM \JOPag a Tenud\ 69TTOOZ\ T00Z \A7!unwwODPauue!d \uO!pnPOJd \ :9 :H1Vd3lId Wd 60 :T 1V ZTOZ 'BZ q»eW 'AepsaupaM :031101d MATCH LINE SHEET 3 v o , I I � I a 0 CD o � I w J Q U v) 0 s � mCCU co_ I tW � as N =cc V= z 2 Z WQ =� I Q 3 W I \ \ W d A W LLJ Z yea o� tot \ t 0 L ci oQ LLJ 0 5 N C J .ci ci c^ llr Z 133HS 3NIl HXdW 5MP'9NIAVd - 91I9IHX3 \sVdJ T£SO T T \sl!q!gx3 \T asegd d'dM \JOPag a Tenud\ 69TTOOZ\ T00Z \A7!unwwODPauue!d \uO!pnPOJd \ :9 :H1Vd3lId Wd 60 :T 1V ZTOZ 'BZ q»eW 'AepsaupaM :031101d 6MP'ONIAVd - 91I9IHX3\stld7 TESO TT \sl!q!4X3 \T ase4d d'dM\UO), -S a1e^Pd \691100Z \TOOZ \) 7!unwwoDpauue!d \uo!hnPOJd \:0 :H1Vd3lId Wd OT:T 1V ZIOZ '9Z 4»eW 'AepsaupaM :43l101d MATCH LINE SHEET 4 1 0 0 o 0 I N \ m 0 ° I I r-I J Q LLJ V \ 0 s �- d az \ F" W _ Z W !no � z= \ V - LJI > Q Ljj a \ ZLLJ 0 �1a L? a a �� W t� 111 Z 133HS 3NIl HJ1tiW 6MP'ONIAVd - 91I9IHX3\stld7 TESO TT \sl!q!4X3 \T ase4d d'dM\UO), -S a1e^Pd \691100Z \TOOZ \) 7!unwwoDpauue!d \uo!hnPOJd \:0 :H1Vd3lId Wd OT:T 1V ZIOZ '9Z 4»eW 'AepsaupaM :43l101d 6MP'9NIAVd - 91I9IH) 3 \SVD IESO T I \Sl!glgxl \T aSegd ddM \JOIDaS alenud\ 69IIOOZ\ TOOZ \A4!unwwo)pauueld \- !IOOPOld \ ;9 :H1Vd3lId Wd TT:T 1V ZTOZ I9Z LpeW 'depsaupaM :03l101d MATCH LINE SHEET 5 / X o o �! I ' X D I I 0 I x Q I I 1 — CCU � aQ i ~W m(' Ucc � Z= x cc WQ a. =� cn m� d 47 a _ I O• X� x- a� 0 Q Z O :Q I �v W W I �^ N� .2 a) To £ 133HS 3NII HJ1dW 6MP'9NIAVd - 91I9IH) 3 \SVD IESO T I \Sl!glgxl \T aSegd ddM \JOIDaS alenud\ 69IIOOZ\ TOOZ \A4!unwwo)pauueld \- !IOOPOld \ ;9 :H1Vd3lId Wd TT:T 1V ZTOZ I9Z LpeW 'depsaupaM :03l101d 6MP'9NIAVd - 9ll9[HX3 \sVd9 T£SO II \sl!q!gx3 \T asegd d2 M\UOhaS aTenud\ 69TTOOZ\ TOOZ\ AT! unwwoDpauueld \uo!pnpo'd \:9:H1Vd3lI3 Wd TUT 1V ZTOZ "9Z g»eW •nepsaupaM :43110ld 3 N (Cd 33 4-1d o 0 Q ;2 0 as W ° o N u O Qd 0 �s W J a (%j z °C W LLI a J V m= aZ W to V I CO I- Z = a0 �� y �Q x X - W a = X o. cn Y Q X d _ � I z I LLJzW a Y i Q z OC X t^ 2 3� M tcq o � e Q x LJJ � o°�LL m W cz Nc Z'5 I LL N M C:: � 111 ti 133HS 3NIl HDiVVM CD 6MP'9NIAVd - 9ll9[HX3 \sVd9 T£SO II \sl!q!gx3 \T asegd d2 M\UOhaS aTenud\ 69TTOOZ\ TOOZ\ AT! unwwoDpauueld \uo!pnpo'd \:9:H1Vd3lI3 Wd TUT 1V ZTOZ "9Z g»eW •nepsaupaM :43110ld U N pV N \\ N \1` \ W r m V Z a / LLJ Y <z / OI J =Q mOC W Z= We O O N C:j W �O U) Z U W Q O a Z a rW^ V W J / � ~ v Z �m U N pV N \\ N \1` \ W r m V Z a / LLJ Y <z / W =Q mOC W Z= We _3: O N J Q W �O Z a M 0 0 N M 0 0 n J Q U V) F- a LLJ Y <z co = Z o =Q mOC W Z= We _3: O N J Q �� Q � t n 3W) m° �LL Z .W c c Q 4570 UMp NItlaO Waols - 18118IHX3 \SV3J TCSO T T \Sligigx3 \1 asegd dbM\J0PaS aTeniJd \691 IOOZ\ TOOZ \A4!unwwODpauueld \uoipnpojd \ :9 :H1Vd3l13 Wd 91:Z 1V ZIOZ 'ZZ q»eW 'Aepsanl :0311O1d z Q ° I I � � W � Z o � Q o � Z I ° W W J J�M1Id HDN`d l HS-IVM Rininj V ;4x W aZ _ 00 pC 2 . - X2 �Q O i / (CIS o � N W °o N L Ln 0 J ° o = aJ u ��w f 0 FO rrl � -- wa'y - IU Lmnx3vadj ItSU L L\1414N -3 \I ase4d dbM \JohaS aieniJd\ 69II00Z\ IOOZ \/JlunwwoDpauueld \uoWnpOJd \ :9 :H1Vd3llA Wd If :i 1V ZIOZ 'ZZ 4»eW 'Aepsanl :031101d �mv NIV?JU wauls - IM L81Hx3 \SV37 T£SO TT \Sllq!gx3 \T asegd dW\UnPaS alenud\ 69II00Z\ IOOZ \A!unw=:)pauueld \uo4z)npad \ :0 H1VdIIId Wd I[ 11V ZTOZ'LZ WjeW'Aepsanl :031LOld 0 0 N Z Q 0 Q O O � O J Q U N W Q � o Z W 0 LQ ~ Q (�j m Ot _ � N mW Ou aZ Z o =Q _ (� — oC m Z= CC =o =Q-Ili W e �Q 'JkM )Id HDNVb CC N� HSTdM Rini j Q N ~ oFOv dna N f7 C � m 0 l� �mv NIV?JU wauls - IM L81Hx3 \SV37 T£SO TT \Sllq!gx3 \T asegd dW\UnPaS alenud\ 69II00Z\ IOOZ \A!unw=:)pauueld \uo4z)npad \ :0 H1VdIIId Wd I[ 11V ZTOZ'LZ WjeW'Aepsanl :031LOld ump -NI"CJ WbOIS 191191HX3 \5V37 IESO II \sllgi4x3 \I asegd ddM \IOPaS aleniAd\ 69II00Z\ IOOZ \Aliunwun:)pauueld \uoQnpwd\VO HLVd3l13 Wd I£ :I 1V ZIOZ 'LZ g»eW 'AePsanl 031LOld a 0 0 U O 0 O / Z� W W / J H m Q / Q m"' Z aZ ° F. V � NS�d M V co \ ps Co pQC = � = = Q J W ,dZj W C = Q W O Z ~ Q V / Q: H Q \ (IL V \ U-3 0.1 Z N POM° Z 133HS 3NIl HXVW S Q a- °° LL o 4�� t _ J < Nx � �� � um Tm 01 tit §2 ump -NI"CJ WbOIS 191191HX3 \5V37 IESO II \sllgi4x3 \I asegd ddM \IOPaS aleniAd\ 69II00Z\ IOOZ \Aliunwun:)pauueld \uoQnpwd\VO HLVd3l13 Wd I£ :I 1V ZIOZ 'LZ g»eW 'AePsanl 031LOld v rvtvau "mul - tt 11WH.ld \�VzU USU t t \ »!4!4xd \I aseyd ddM \Jol)a5 alenud\ 69IIOOZ\ IOOZ \AllunwuioDpauueld \uoQnpOJd \ :9 H-LVd]lld Wd IS :I 1V ZIOZ'LZ 4weW'Aepsanl 031LOld z 0 0 U z� W W J MATCH LINE SHEET 1 F- Q m_ x lxu W a m 0. z V2 'AM�d HJNb'�l HSIb'M o --- - __= = Q = Q .N � m m Q W � w � U ON Q I � W O I O o I icy LO o �^ 3� O O N �y F LLA V d y;o m u� 111 ! v rvtvau "mul - tt 11WH.ld \�VzU USU t t \ »!4!4xd \I aseyd ddM \Jol)a5 alenud\ 69IIOOZ\ IOOZ \AllunwuioDpauueld \uoQnpOJd \ :9 H-LVd]lld Wd IS :I 1V ZIOZ'LZ 4weW'Aepsanl 031LOld Z 0 MATCH LINE SHEET 7 U O ' U z � �1 W � ( p 1 J N Z i- N' � m 'AAANd HDNV2l HSIVAA � — Y _ c2 �W Qv z co _< m� W Z= v v LLI clq :z LLJ W T � J a �cc) v o ( � N O Lo �V ?� ? L p Lu (� Z WZ N� i WC o ° � o o a - Fo� W z nN J U y v (/) C Q d� I C) 0 ~ i .a Lull— V— ­u < O 4d ddW-4-b d4eniJd\ 69110OZ\ TOOZ \AlunwwoDpauueld \uownpoJdk9 :H1Vd3lt3 Wd TEJ 1V ZTOZ 'LZ 4»eW'Aep5anl :031101d rvivau wave - in LnIHX3hV3J ILSU l lNNNX3 \I ase4d &IM \J0P@S aleuJd\ 69Ii00Z\ TO OZ \W!unww07Pauueld \u04:)nP0Ad \ :5 :H1Vd31I3 Wd TEI 1V ZTOZ 'ZZ 4»eW 'Aepsanl :031101d O 0 ry 0 0 2 0 O C u w J Lo N W O O Q N.I W \ N m ui aZ = o =Q � _Z ~Q oc V CO Z N W � c= �a W x� ui �~ LQ 0 J �� W� W '� � 3�3 Qr- �UCN LLJ J A 1rr i 9 133H 3NIl HJ1dW rvivau wave - in LnIHX3hV3J ILSU l lNNNX3 \I ase4d &IM \J0P@S aleuJd\ 69Ii00Z\ TO OZ \W!unww07Pauueld \u04:)nP0Ad \ :5 :H1Vd31I3 Wd TEI 1V ZTOZ 'ZZ 4»eW 'Aepsanl :031101d t 0 0 N 2 Q O O (1) oo !! N I U � � Q Wcn 0 O Z o W W J W i- vJ ~ � oQ m vQ _ x mw O.Z (r) LLJ LJLJ MCC Lo u �W m Z mOC W Z _ — LLJ I= N JIM >ld HDNV/ l HSIVAA Qr- v � N N 0 €Ln � 0 L i � W \ -0 m�w J W Z m NSF c <m 111 �mv nivau Wauy - is IAUIHxd\sVjJ JESO Ii \51!q!4x3 \i ase4d ddM\UOPaS alenud\ 691100Z\ IOOZ \AI!unuiwoDpauue!d \uownpad \ :9 H1Vd3lH Wd I£ :i 1V ZIOZ'LZ 4»eW'Aepsanl :031101d UMU SiH91I 133biS - J it OIHX3 \SV3D IESO II \sl!9!4x3 \I ase4d ddM \J0PRS alewd\ 69I1OOZ \IOOZ \4unwuq:)pauueld \uocpnPOAd \ :9 :H-LVd3113 Wd ZE :I 1V ZIOZ 'LZ Wield 'taPsanl :431101d O O O Q C Q O Ln x0 m O II vOi J !Z < Q J Z U N LZ a a a a W J � 00® � Q m = Y= CCU Vw �, aZ ' F- _ ° =CC - V zx O� Mi WW cc Q W N� W ' _Z J V O �X ' X u ' 0^ 0 00 T� UMU SiH91I 133biS - J it OIHX3 \SV3D IESO II \sl!9!4x3 \I ase4d ddM \J0PRS alewd\ 69I1OOZ \IOOZ \4unwuq:)pauueld \uocpnPOAd \ :9 :H-LVd3113 Wd ZE :I 1V ZIOZ 'LZ Wield 'taPsanl :431101d 9M0'SLHJII13321LS- DJ19IHX3 \SV4D TESO TT \sT!Q!4X3 \T ase4d ddM \JOI- -S alenud\ 69TTOOZ\ TOOZ\A4 1unwwoDPauue !d \- !WPoJd \ :9 :H1Vd]II3 Wd Si :T 1V ZIOZ '8Z 4DJeW 'Aeps -paM :03J101d O O O O \ O II V O m O L w j Q 6 j V O LLI J 00® W� Q = OC aZ o VW = H m(7 CN V OaC Z= IWW �a L N� zI / LLJ Z PPM m^ �. t t� O v LL I ocov < C NX�X y�F m 9M0'SLHJII13321LS- DJ19IHX3 \SV4D TESO TT \sT!Q!4X3 \T ase4d ddM \JOI- -S alenud\ 69TTOOZ\ TOOZ\A4 1unwwoDPauue !d \- !WPoJd \ :9 :H1Vd]II3 Wd Si :T 1V ZIOZ '8Z 4DJeW 'Aeps -paM :03J101d S)MQ'S- H911133&LS - D UGIHX3 \SV3J IESO - II \5719Wx3 \I a%W ddM \�OUaS alenUd\ 69IIO OZ \IOOZ \ounuiwoDpauueld \uoQnp0Jd\ 9 :H1Vd31Id Wd Z£ 11V ZIOZ'Le LpieW 'taPsanl :031101d v 0 L W_N b 0 i ■ 4 0 a UTILITY CROSSING SLEEVES EXHIBIT "D" I EX OLD _ I WEATHERFORD I ROAD SHEET 1 WATER LINE NO. 8 & 9 SHEET 2 WA TER LINE NO. 10 & 11 SHEET 3- WA TER LINE NO. 1, 2 & 3 SHEET 4 WATER LINE 5, 6 & 7 z U U Q a o � \ 0 0 3 J � Q � — — I IfFUTURE UTILIT CROSSING SLEE FUTURE UTILITY ; `� CROSSING SLEEVES ou qOD SHEET 5 44�RP WATER LINE I 20 REL OCA TION m _ INTERSTATE 30 WALSH RANCH WALSH RANCH PARKWAY 1 -30 TO WALSH RANCH OLD WEATHERFORD ROAD CONNECTOR D U N AWAY 550 Bailey Avenue • Suite 400 • Fort Worth, Texas 76107 Tel, 817.335 1 121 • Fax. 917.335.7437 (TX REG. F -1114) 6 SCALE: I" = 1500' 2 j U / Q / Q a Q I 20 REL OCA TION m _ INTERSTATE 30 WALSH RANCH WALSH RANCH PARKWAY 1 -30 TO WALSH RANCH OLD WEATHERFORD ROAD CONNECTOR D U N AWAY 550 Bailey Avenue • Suite 400 • Fort Worth, Texas 76107 Tel, 817.335 1 121 • Fax. 917.335.7437 (TX REG. F -1114) 6 SCALE: I" = 1500' PART B — PROPOSAL OWNER AWARDED CONTRACTS This proposal must not be removed from this book of Contract Documents. TO: Walsh Ranches Limited Partnershi PROPOSAL FOR: PROJECT NAME: Walsh Ranch Parkway — Bridge Improvements WATER PROJECT NO. P275- 603140174583 SANITARY SEWER PROJECT NO. P275- 703130174583 FILE NO. W -2175 "X" NO. 21562 CITY PROJECT NO. 01745 Includes the furnishing of all materials, except materials specified to be furnished by the City, equipment and labor for the installation of BRIDGE IMPROVEMENTS and all necessary appurtenances and incidental work to provide a complete and serviceable project designated as: Walsh Ranch Parkway (I -30 to Walsh Ranch Old Weatherford Road Connector) Pursuant to the foregoing 'Notice to Bidders', the undersigned Bidder, having thoroughly examined the Contract Documents, including plans, special contract documents, the General Contract Documents and General Specifications for Water Department Projects, the General Contract Documents and General specifications for Transportation and Public works Projects, the site of the project and understanding the amount of work to be done, and the prevailing conditions, hereby proposes to do all the work, furnish all labor, equipment and material except as specified to be furnished by the City, which is necessary to fully complete the work as provided in the Plans and Contract Documents and subject to the inspection and approval of the Director of the Department of Transportation & Public Works of the City of Fort Worth, Texas; and binds himself upon acceptance of this Proposal to execute a contract and furnish an approved Performance Bond, Payment Bond, Maintenance Bond, and such other bonds, if any, as may be required by the Contract Documents for the performing and completing of the said work. Contractor proposes to do the work within the time stated and for the following sums: UNIT II B PAVING (BRIDGES ONLY) PAY ITEM BID ITEM NO. APPROX. QUANTITY r SCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS UNIT PRICE AMOUNT BID Furnish and Install complete in place, including all appurtenant work, the following items: 1. BID -00400 231 CY CEMENT STABILIZED BACKFILL Thirty -four thousand, six hundred fifty $ 150.00 $ 34,650.00 Dollars Zero Cents 2. BID -00416 1,034 LF DRILL SHAFT (36 IN) One hundred sixty-five thousand, four $ 160.00 $ 165,440.00 hundred forty Dollars Zero Cents 3. BID -00416 814 LF DRILL SHAFT (42 IN) One hundred fifty thousand, five hundred $ 185.00 $ 150,590.00 ninety Dollars Zero Cents 4. BID -00420 582 CY CL C CONCRETE (ABUT) Two hundred ninety -fix thousand, eight $ 510.00 ' $ 296,820.00 hundred twenty Dollars Zero Cents 5. BID -00420 277 CY CL C CONCRETE (BENT) Two hundred twenty -four thousand, three $ 810.00 $ 224,370.00 hundred seventy Dollars Zero Cents IM PAY ITEM BID ITEM NO. APPROX. I QUANTITY DESCRIPTION OF ITEMS WITH BID I PRICES WRITTEN IN WORDS UNIT PRICE AMOUNT BID Furnish and Install complete in place, including all appurtenant work, the following items: 6. BID -00420 536 CY CL S CONCRETE (FOOTING) Two hundred forty -six thousand, five $ 460.00 $ 246,560.00 hundred sixty Dollars Zero Cents 7. BID -00420 571 CY CL S CONCRETE (SLAB) Two thousand ninety -one thousand, two $ 510.00 $ 291,210.60 hundred ten Dollars Zero Cents 8. BID -00420 230 CY CL S CONCRETE (SHEAR KEY) Fifty -nine thousand, eight hundred Dollars $ 260.00 $ 59,800.00 Zero Cents 9. BID -00420 241 CY CL S CONCRETE (APPR SLAB) One hundred twenty -two thousand, nine $ 510.00 $ 122,910.00 hundred ten Dollars Zero Cents 10. BID -00420 69 CY CL S CONCRETE (BRIDGE SDWK) Twenty -seven thousand, six hundred $ 400.00 ,{l $ 27,600.00 Dollars Zero Cents 11. BID -00423 5,128 SF RETAINING WALL (SPREAD FOOTING) Two hundred fifty -six thousand, four $ 50.00 $ 256,400.00 hundred Dollars Zero Cents PAY ITEM BID ITEM NO. APPROX. I QUANTITY DESCRIPTION OF ITEMS WITH BID I PRICES WRITTEN IN WORDS UNIT PRICE AMOUNT BID Furnish and Install complete in place, including all appurtenant work, the following items: 12. 1,939 SF RETAINING WALL STONE FASCIA Seventeen thousand, four hundred fifty -one $ 9.00 $ 17,451.00 Dollars Zero Cents 13. 110 LF RETAINING UNDERDRAINS Three thousand three hundred Dollars $ 30.00 $ 3,300.00. Zero Cents 14. BID -00425 4,027 LF PRESTRESSED CONCRETE BOX BEAM (51340) Eight hundred five thousand, four hundred $ 200.00 $ 805,400.00 Dollars Zero Cents 15. BID -00425 597 LF PRESTRESSED CONCRETE BOX BEAM (51340 MOD) One hundred twenty -two thousand, three $ 205.00 $ 122,385.00 hundred and eighty -five Dollars Zero Cents i1 16. BID -00425 300 LF PRECAST CONCRETE PANELS (FASCIA) Thirty -seven thousand, five hundred $ 125.00 $ 37,500.00 Dollars Zero Cents 17.1 BID -00428 2,363 SY CONCRETE SURFACE TREATMENT (CLASS I) Eleven thousand, eight hundred and fifteen $ 5.00 $ 11,815.00 Dollars Zero Ceats ME PAY ITEM BID ITEM NO. APPROX. QUANTITY DESCRIPTION OF ITEMS WITH BID I PRICES WRITTEN IN WORDS UNIT PRICE AMOUNT BID Furnish and Install complete in place, including all appurtenant work, the following items: 18. BID -00442 418 LBS STRUCTURAL STEEL (NON - BRIDGE) (MISC) Six thousand, two hundred and seventy $ 15.00 $ 6,270.00 Dollars Zero Cents 19. BID -00450 656 LF RAIL (TY T411) (MOD) Eighty -eight thousand, five hundred and $ 135.00 $ 88,560.00 sixty Dollars Zero Cents 20. BID -00450 412 LF RAILING (PEDESTRIAN) (SPL) Seventy -two thousand, one hundred Dollars $ 175.00 $ 72,100.00 Zero Cents 21. BID -00450 904 LF RAILING T401 (MOD) One hundred thirteen thousand Dollars $ 125.00 $ 113,000.00 Zero Cents 22. BID -00454 234 LF SEALED EXPANSION JOINT (4 IN) (SEJ - A) Nineteen thousand, eight hundred and $ 85.00 $ 19,890.00 ninety Dollars Zero Cents 23. BID -00432 22 CY CONCRETE RIPRAP (FLUME) Seven thousand, seven hundred Dollars $ 350.00 $ 7,700.00 Zero Cents 'Does not include any pedestrian bridge structure. ;0 BID SUMMARY UNIT II B - TOTAL AMOUNT BID PAVING (BRIDGES ONLY): $ 3,181,721.00 — Three million one hundred eighty -one thousand seven hundred twenty -one dollars and zero cents. GRAND TOTAL AMOUNT BID $ 3,181,721.00 — Three million one hundred eighty -one thousand seven hundred twenty -one dollars and zero cents. i PART B - PROPOSAL (Cont.) After acceptance of this Proposal, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security, if required is to become the property of the Owner. The undersigned bidder certified that he has obtained at least one set of the General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978, and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The successful bidder shall be required to perform the work in accord with the following publications, both of which are incorporated herein and made a part hereof for all purposes: 1. The General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978, which may be purchased from the Water Department. 2. The Standard Specifications for Street and Storm Drain Construction which may be purchased from the Department of Transportation & Public Works. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. The Bidder agrees to begin construction within calendar days after issue of the work order, and to complete the contract within working days after beginning construction as set forth in the written work order to be furnished by the Owner. (Complete A or B below, as applicable:) A. The principal place of business of our company is in the State of Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non resident bidders in the State of , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. S I (we) acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration on preparation of the foregoing bid: Addendum No. 1 (Initials) Addendum No. 3 (Initials) Addendum No. 2 (Initials) Addendum No. 4 (Initials) (Seal) Date: Respectfully submitted, By: Title Address Telephone: I' PART B — PROPOSAL OWNER AWARDED CONTRACTS This proposal must not be removed from this book of Contract Documents. TO: Walsh Ranches Limited Partnership PROPOSAL FOR: PROJECT NAME: Walsh Ranch Parkway (I -30 to Walsh Ranch Old Weatherford Road Connector) WATER PROJECT NO. P275- 603140174583 SANITARY SEWER PROJECT NO. P275- 703130174583 FILE NO. W -2175 "X" NO. 21562 CITY PROJECT NO. 01745 Includes the furnishing of all materials, except materials specified to be furnished by the City, equipment and labor for the installation of PAVING, DRAINAGE, WATER, SEWER, AND STREET LIGHTS and all necessary appurtenances and incidental work to provide a complete and serviceable project designated as: Walsh Ranch Parkway (I -30 to Walsh Ranch Old Weatherford Road Connector) Pursuant to the foregoing 'Notice to Bidders', the undersigned Bidder, having thoroughly examined the Contract Documents, including plans, special contract documents, the General Contract Documents and General Specifications for Water Department Projects, the General Contract Documents and General specifications for Transportation and Public works Projects, the site of the project and understanding the amount of work to be done, and the prevailing conditions, hereby proposes to do all the work, furnish all labor, equipment and material except as specified to be furnished by the City, which is necessary to fully complete the work as provided in the Plans and Contract Documents and subject to the inspection and approval of the Director of the Department of Transportation & Public Works of the City of Fort Worth, Texas; and binds himself upon acceptance of this Proposal to execute a contract and furnish an approved Performance Bond, Payment Bond, Maintenance Bond, and such other bonds, if any, as may be required by the Contract Documents for the performing and completing of the said work. Contractor proposes to do the work within the time stated and for the following sums: UNIT I DOMESTIC WATER PAY ITEM BID ITEM NO. APPROX. QUANTITY DESCRIPTION OF ITEMS WITH BID I PRICES WRITTEN IN WORDS UNIT PRICE AMOUNT BID Furnish and Install complete in place, including all appurtenant work, the following items: I . BID -00600 310 LF Pipe - Pressure - 30 Inch Ductile Iron Pipe — Install Sixty -six thousand, six hundred fifty $ 215.00 $ 66,650.00 Dollars Zero Cents 2. BID -00592 1,379 LF Pipe - Pressure - 16 Inch PVC — Install Seventy -one thousand seven hundred eight $ 52.00 $ 71,708.00 Dollars Zero Cents 3. BID -00591 877 LF Pipe - Pressure - 12 Inch PVC — Install Thirty -five thousand and eighty Dollars $ 40.00 $ 35,080.00 Zero Cents 4. BID -00618 593 LF Pipe - Pressure - 8 Inch PVC — Install Seventeen thousand seven hundred ninety $ 30.00 $ 17,790.00 Dollars Zero Cents 5. BID -00730 3 EA Valve - 30 Inch Gate w/ Vault — Install Eighty -five thousand five hundred Dollars $ 28,500.00 $ 85,500.00 Zero Cents PAY BID APPROX. I DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM ITEM NO. QUANTITY PRICES WRITTEN IN WORDS PRICE BID Furnish and Install complete in place, including all appurtenant work, the following items: 6. BID -00719 4 EA Valve - 16 Inch Gate w/ Vault — Install Fifty thousand Dollars Zero Cents $ 12,500.00 $ 50,000.00 7. BID- 00717 5 EA Valve - 12 Inch Gate Valve w/ Box — Install Nine thousand two hundred fifty Dollars Zero Cents $ 1,850.00 $ 9,250.00 8. BID-00749 9 EA Valve - 8 Inch Gate Valve w/ Box — Install Nine thousand Dollars Zero Cents $ 1,000.00 $ 9.000.00 9. BID -00568 3.4 TN Pipe Fittings < Than 16 Inch DI Pipe — Install Eleven Thousand Nine Hundred Dollars Zero Cents $ 3,500.00 $ 11,900.00 10. BID -00569 11.9 TN Pipe Fittings 16 Inch or> Dl Pipe — Install Forty -one thousand six hundred fifty Dollars $ 3,500.00 $ 41,650.00 Zero Cents H. BID- 00546 5 EA Fire Hydrant Assembly w/ 6 Inch Gate Valve — Install Sixteen thousand Dollars Zero Cents $ 3,200.00 $ 16,000.00 ME PAY BID ITEM ! ITEM NO. I APPROX. QUANTITY I DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS I UNIT PRICE AMOUNT BID Furnish and Install complete in place, including all appurtenant work, the following items: 12. BID -00372 3,199 LF Trench Safety System 5 Foot Depth — Install Six thousand, three hundred and ninety- eight Dollars $ 2.00 $ 6,398.00 Zero Cents 13. 3,199 LF Water System Testing — Service Seven hundred and ninety -nine Dollars Seventy -five Cents $ .25 $ 799.75 14. BID -00619 1 LS Pipe - Pressure - Cathodic Protection System (DIP) — Install Four thousand Dollars Zero Cents $ 4,000.00 $ 4,000.00 15. BID -00646 I EA Pipe- Tapping Sleeve & 16 Inch G.V. w/ Vault - 30 Inch X 16 Inch — Install (Shown as 30 x 16 TEE, Sheet 16) Eighteen thousand, five hundred Dollars $ 18,500.00 $ 18,500.00 Zero Cents 16. BID -00637 I EA Pipe- Tapping Sleeve & 12 Inch G.V. w/ Box - 30 Inch X 12 Inch -- Install Seventy -five thousand Dollars $ 7,500.00 $ 7,500.00 Zero Cents 17. BID -00702 I EA Pipe- Tapping Sleeve & 8 Inch G.V. w/ Box - 30 Inch X 8 Inch — Install Five thousand Dollars $ 5,000.00 $ 5,000.00 Zero Cents M. PAY BID APPROX. DESCRIPTION OF ITEMS WITH BID UNIT I AMOUNT ITEM ITEM NO. QUANTITY PRICES WRITTEN IN WORDS PRICE BID Furnish and Install complete in place, including all appurtenant work, the following items: 18. 2 EA Pipe - Connect to Existing 30 Inch Water Line — Install I i Ten thousand, four hundred Dollars $ 5,200.00 $ 10,400.00 Zero Cents 19. 365 LF Removal - 30 Inch Water Line Three thousand, six hundred and tifty Dollars $ 10.00 $ 3,650.00 Zero Cents 20, 3 EA Removal - 30 Inch Gate Valve & Vault Three thousand Dollars Zero Cents $ 1,000.00 $ 3,000.00 TOTAL AMOUNT BID DOMESTIC WATER: $ 473,775.75 — Four hundred seventy -three thousand seven hundred seventy -five dollars and seventy -five cents. ME Al SANITARY SEWER IMPROVEMENTS PAY BID APPROX. I DESCRIPTION OF ITEMS WITH BID UNIT I AMOUNT ITEM ITEM NO. QUANTITY PRICES WRITTEN IN WORDS PRICE BID Furnish and Install complete in place, including all appurtenant work, the following items: I. BID -00227 253 LF Pipe - 10 Inch Sewer (All Depths) — Install Eight thousand, eight hundred and fifty -five Dollars Zero Cents $ 35.00 $ 8,855.00 2. BID 00213 1 EA Manhole - Std 4 Ft Diameter (to 6 Ft Depth) — Install Two thousand, five hundred Dollars Zero Cents $ 2.500.00 $ 2,500.00 3. BID 00214 10 VF Manhole - Std 4 Ft Dia - Added Depth (over 6 Ft Depth) — Install Fifteen hundred Dollars $ 150.00 $ 1,500.00 Zero Cents 4. 20 LF Concrete Encasement — Install Two hundred Dollars Zero Cents $ 10.00 $ 200.00 5. BID -00372 253 LF Trench Safety System 5 Foot Depth Install Two hundred and fifty -three Dollars Zero Cents $ 1.00 $ 253.00 6. BID -00201 253 LF Inspection - Post Construction Cleaning & TV — Study 1 Three hundred and sixteen Dollars � Twenty -five Cents $ 1.25 $ 316.25 I: � PAY BID APPROX. DESCRIPTION OF ITEMS WITH BID I UNIT AMOUNT ITEM ITEM NO. QUANTITY PRICES WRITTEN IN WORDS PRICE BID Furnish and Install complete in place, including all appurtenant work, the following items: T BID -00217 1 EA Manhole- Vacuum Test — Services One hundred Dollars Zero Cents $ 100.00 $ 100.00 TOTAL AMOUNT BID SANITARY SEWER: $ 13,724.25 - Thirteen Thousand Seven Hundred Twenty -four Dollars And Twenty -five Cents. 4 UNIT 11 PAVING PAY ITEM BID ITEM NO. APPROX. QUANTITY DESCRIPTION OF ITEMS WITH BID I PRICES WRITTEN IN WORDS UNIT I PRICE AMOUNT BID Furnish and Install complete in place, including all appurtenant work, the following items: I . BID -01266 73,761.8 SY Concrete Pavement - 9 Inch — Install Two million four hundred eighty -five $ 33.70 $ 2,485,772.66 thousand seven hundred seventy -two Dollars Sixty -six Cents 2. BID -00486 83,147.7 SY Subgrade - 8 Inch Lime Stabilized (42 Ibs /SY) — Install Two hundred twenty thousand, three $ 2.65 $ 220,341.41 hundred and forty -one Dollars Forty -one Cents 3. BID -00496 1,746.2 TN Subgrade - Lime for Stabilization — Install Two hundred sixty -one thousand, nine $ 150.00 $ 261,930.00 hundred thirty Dollars Zero Cents 4. BID -00843 13,178.3 LF Curb - 7 Inch -- Install Sixteen thousand, four hundred and seventy -two Dollars Eighty -eight Cents $ 1.25 $ 16,472.88 5. BID -00842 12,027.7 LF Curb - 6 Inch -- Install Twelve thousand and twenty -seven Dollars $ 1.00 $ 12,027.70 Seventy Cents PAY BID I APPROX. DESCRIPTION OF ITEMS WITH BID I UNIT AMOUNT ITEM ITEM NO. QUANTITY PRICES WRITTEN IN WORDS PRICE BID Furnish and Install complete in place, including all appurtenant work, the following items: 6. BID - 00465 5,611.6 SY Stamped Concrete (Reinforced Vehicular Concrete Paving with Integral Color and i Stamped Pattern Finish) — Install i i Three hundred ninety -two thousand, eight $ 70.00 $ 392,812.00 hundred twelve Dollars I Zero Cents 7. BID -01227 45 EA Sidewalk - ADA Wheelchair Ramp — Install Forty -five thousand Dollars $ 1,000.00 $ 45,000.00 Zero Cents S. BID -00439 I LS Pavement Markings — Install Forty -nine thousand Dollars Zero Cents $ 49,000.00 $ 49,000.00 9, BID -00504 2 EA Signage - Project Designation — Install One thousand Dollars Zero Cents $ 500.00 $ 1,000.00 10. 1 LS Signage - Traffic — Install Ten thousand Dollars Zero Cents $ 10,000.00 $ 10,000.00 1 1. 1 20 EA Signage — Street Names — Install Ten thousand Dollars Zero Cents $ 500.00 $ 10,000.00 PAY BID APPROX. DESCRIPTION OF ITEMS WITH BID I UNIT AMOUNT ITEM ITEM N QUANTITY PRICES WRITTEN IN WORDS PRICE BID Furnish and Install complete in place, including all appurtenant work, the following items: 12. BID -00137 18,318 SY Grass - Sod -- Install i Forty -five thousand, seven hundred ninety- five Dollars Zero Cents $ 2.50 $ 45.795.00 13. BID -00134 208,375 SY Grass - Hydromulch Seeding — Install Sixty -two thousand five hundred twelve Dollars $ .30 $ 62,512.50 Fitly Cents 14. i BID -00147 46,233 CY Topsoil -- Install One hundred ninety -six thousand, four hundred ninety Dollars Twenty -five Cents $ 4.25 $ 196,490.25 15. 50,704 SY Flexible Growth Medium Fifty thousand seven hundred four Dollars Zero Cents $ 1.00 $ 50,704.00 6. 152,682 SF Sidewalk (5 Inch Thick Reinforced Concrete Trail with medium Broom Finish) Install' Four hundred fifty -eight thousand and $ 3.00 $ 458,046.00 forty -six Dollars Zero Cents 17. 19,202.8 SF Decorative Pavement (Pavestone Concrete Pavers 80 mm Min. Thickness) — Install One hundred fifty -three thousand six hundred twenty-two Dollars $ 8.00 $ 153,622.40 Forty Cents I: 1 PAY BID APPROX. DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM ITEM NO. QUANTITY PRICES WRITTEN IN WORDS PRICE BID Furnish and Install complete in place, including all appurtenant work, the following items: 18. 1,065 SF Enhanced Trail Shoulder - 3 Foot Wide Reinforced Concrete Trail Paving with Integral Color and Stamped Pattern Finish Eight thousand, five hundred and twenty $ 8.00 $ 8.520.00 Dollars Zero Cents 19. 92 LF Handrail - 42 Inch Height Ornamental Metal Railing — Install i Nine thousand, two hundred Dollars Zero Cents $ 100.00 $ 9,200.00 20, 2,315 LF Utility Conduit (4 Banks with 16 conduits i I or varying size) — Install Six hundred seventy -seven thousand, one hundred thirty -seven Dollars $ 292.50 $ 677,137.50 Fifty Cents 21. 1,240 LF Irrigation Conduit Type 1 Thirty -five thousand, three hundred fort y Dollars Zero Cents $ 28.50 $ 35.340.00 22. 1,318 LF Irrigation Conduit Type 2 Thirty -two thousand, nine hundred fifty Dollars Zero Cents $ 25.00 $ 32,950.00 23, 421 LF End of Road Barricade Ten thousand, five hundred twenty -five Dollars Zero Cents $ 25.00 $ 10,525.00 PAY BID APPROX. DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM ITEM NO. QUANTITY PRICES WRITTEN IN WORDS PRICE BID Furnish and Install complete in place, including all appurtenant work, the following items: 24. 1,512 LF Standard Traffic Barrier Fixed Type Vertical Panel as shown on TxDOT BC (9) -07 and the Type III Barricade (Skid) on BC (10) - 07. I $ 32.00 $ 48,384.00 j Forty -eight thousand, three hundred eighty - four Dollars Zero Cents 25. 899 LF STEEL CASING PIPE (16 -INCH) Eight thousand and ninety -one Dollars Zero Cents $ 90.00 $ 8,091.00 26. 67 LF STEEL CASING PIPE (26 -INCH) i Ten thousand and fifty Dollars Zero Cents $ 150.00 $ 10,050.00 'Does not include any pedestrian bridge structure. TOTAL AMOUNT BID PAVING: $ 5,311,724.30 — Five million, three hundred eleven thousand, seven hundred twenty -four dollars and thirty cents. um BI STORM DRAIN PAY ITEM BID ITEM NO. APPROX. QUANTITY DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS UNIT PRICE AMOUNT BID Furnish and Install complete in place, including all appurtenant work, the following items: I . BID -00101 10,218 CY Unclassified Trench Excavation & Backfill Install Thirty thousand six hundred and fifty -four $ 3.00 $ 30,654.00 Dollars Zero Cents 2. BID -00081 2,036 LF Pipe - 21 Inch Class III — Install Eighty-one thousand four hundred and forty $ 40.00 $ 81,440.00 Dollars Zero Cents 3. BID -00082 1,789 LF Pipe - 24 Inch Class 111 — Install Eighty thousand five hundred and five $ 45.00 $ 80,505.00 Dollars Zero Cents 4. BID -00083 366 LF Pipe - 30 Inch Class 111 — Install Twenty thousand, one hundred and thirty $ 55.00 $ 20,130.00 Dollars Zero Cents �. BID- 00085 I 588 LF Pipe - 36 Inch Class III — Install Forty -four thousand, one hundred Dollars $ 75.00 $ 44,100.00 Zero Cents 6. BID -00086 1,434 LF Pipe - 42 Inch Class III — Install One hundred twenty -nine thousand sixty $ 90.00 $ 129,060.00 Dollars Zero Cents I: PAY BID APPROX. DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM ITEM NO. QUANTITY PRICES WRITTEN IN WORDS PRICE BID Furnish and Install complete in place, including all appurtenant work, the following items: 7. BID -00919 312 LF Pipe - 54 Inch Class III — Install I Forty thousand, five hundred and sixty Dollars Zero Cents $ 130.00 $ 40,560.00 8. BID -00075 I EA Headwall - 36 Inch SD -017 — Install Two thousand Dollars Zero Cents $ 2,000.00 $ 2,000.00 9. BID -01283 2 EA Headwall - 54 Inch SD -017 — Install i Nine thousand Dollars "Zero Cents $ 4,500.00 $ 9.000.00 10. 2 EA Headwall - 36 Inch TxDOT Type PW — Install Four thousand, four hundred Dollars Zero Cents $ 2,200.00 $ 4,400.00 11. I EA Headwall - 54 Inch TxDOT Type PW — Install Five thousand Dollars Zero Cents $ 5,000.00 $ 5,000.00 12.'� 1 EA Headwall - 21 Inch TxDOT Type SETP- CD — Install One thousand, eight hundred Dollars Zero Cents $ 1,800.00 $ 1,800.00 mm PAY BID APPROX. I DESCRIPTION OF ITEMS WITH BID I UNIT AMOUNT ITEM ITEM NO. QUANTITY PRICES WRITTEN IN WORDS PRICE BID Furnish and Install complete in place, including all appurtenant work, the following items: 13. BID -001 1 1 10 EA Recessed Inlet - 10 Foot — Install Twenty -one thousand Dollars Zero Cents $ 2,100.00 $ 21,000.00 14.1 BID-00112 5 EA Recessed Inlet - 15 Foot — Install i Eighteen thousand Dollars Zero Cents $ 3,600.00 $ 18,000.00 15. BID -001 18 9 EA Drop Inlet - 4 Ft x 4 Ft w/ Concrete Apron — Install Twenty -seven thousand Dollars $ 3,000.00 $ 27 000.00 Zero Cents 16. BID -00117 2 EA Drop Inlet - 5 Ft x 5 Ft w/ Concrete Apron — Install Nine thousand Dollars $ 4,500.00 $ 9,000.00 Zero Cents 17. BID -01287 6 EA Junction Box - 4 Ft x 4 Ft — Install Fifteen thousand Dollars Zero Cents $ 2,500.00 $ 15,000.00 18. BID -01287 1 EA Junction Box - 5 Ft x 5 Ft — Install Three thousand Dollars Zero Cents $ 3,000.00 $ 3,000.00 PAY BID APPROX. I I DESCRIPTION OF ITEMS WITH BID UNIT I AMOUNT ITEM ITEM NO. QUANTITY PRICES WRITTEN IN WORDS PRICE BID Furnish and Install complete in place, including all appurtenant work, the following items: 19. BID -01287 3 EA Junction Box - 6 Ft x 6 Ft — Install Twelve thousand Dollars Zero Cents $ 4,000.00 $ 12,000.00 20. BID -00372 6,742 LF Trench Safety System - 5 Ft Depth — Install Thirteen thousand, four hundred eighty- four Dollars $ 2.00 $ 13,484.00 Zero Cents 2l. BID -00092 303 SY Rock Rip -Rap — Install Nineteen thousand, six hundred ninety -five Dollars $ 65.00 $ 19,695.00 Zero Cents 22. BID -00100 1 LS Implementation of SWPPP -- Install Five thousand Dollars Zero Cents $ 5,000.00 $ 5,000.00 TOTAL AMOUNT BID STORM DRAIN: $ 591,828.00 — Five hundred ninety -one thousand, eight hundred twenty -eiEht dollars and zero cents. P LIGHTING PAY BID APPROX. I DESCRIPTION OF ITEMS WITH BID I UNIT AMOUNT ITEM ITEM NO. QUANTITY PRICES WRITTEN IN WORDS PRICE BID Furnish and Install complete in place, including all appurtenant work, the following items: I . BID -00388 16,320 LF Conduit - 2 Inch SCH 80 PVC w/ 2 -2 -2 -4 Aluminum Quad Wiring — Install One hundred forty -six thousand, eight hundred and eighty Dollars $ 9.00 $ 146,880.00 Zero Cents 2. BID -00398 91 EA Light - Illumination Assembly (Single Fixture) -- Install 1 Twenty -seven thousand three hundred Dollars $ 300.00 $ 27,300.00 Zero Cents 3. BID -00398 15 EA Light - Illumination Assembly (Twin Fixture) -- Install ' Six thousand Dollars Zero Cents $ 400.00 $ 6,000.00 4. 106 EA Light - 30 Ft Pole Type D30 -6 — Install Six hundred and four thousand, two hundred Dollars Zero Cents $ 5,700.00 $ 604,200.00 5. BID -00967 101 EA Light - Concrete Foundation Type 2 — Install One hundred twenty -one thousand, two hundred Dollars $ 11200.00 $ 121,200.00 Zero Cents PAY BID APPROX. DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM ITEM NO. QUANTITY PRICES WRITTEN IN WORDS PRICE BID Furnish and Install complete in place, including all appurtenant work, the following items: 6. BID -00395 1 101 EA Electrical Pull Box-- Install Thirty -five thousand, three hundred and fifty Dollars Zero Cents $ 350.00 $ 35,350.00 7. 2 EA Electrical Combination Control Cabinet Panel Board — Install Three thousand Dollars Zero Cents $ 1,500.00 $ 3,000.00 8. 2 EA Concrete Foundation - Transformer — Install Six hundred Dollars Zero Cents $ 300.00 $ 600.00 9. 32 EA Ground Box — Install Twenty -five thousand six hundred Dollars Zero Cents $ 800.00 $ 25,600.00 10 2,650 LF Conduit - 2 Inch SCH 80 PVC (w/ Flowable Back Fill) — Install Twenty -six thousand, five hundred Dollars Zero Cents $ 10.00 $ 26,500.00 11. 5,300 LF Conduit - 3 Inch SCH 80 PVC (w/ Flowable Back Fill) — Install Forty -four thousand, three hundred and twenty -five Dollars $ 10.25 $ 54,325.00 Zero Cents Em PAY BID APPROX. DESCRIPTION OF ITEMS WITH BID I UNIT I AMOUNT ITEM ITEM NO. QUANTITY PRICES WRITTEN IN WORDS PRICE BID Furnish and Install complete in place, including all appurtenant work, the following items: 12. 4 EA PEDISTIAN LIGHTS Four hundred Dollars Zero Cents $ 100.00 $ 400.00 Quantity includes an additional 30% for City Inventory & Maintenance TOTAL AMOUNT BID LIGHTING: $ 1,051,355.00 — One million fiftv -one thousand three hundred fifty -five dollars and zero cents. BID SUMMARY UNIT 1 A - TOTAL AMOUNT BID DOMESTIC WATER: $ 473,775.75 — Four hundred seventy -three thousand seven hundred seventy -five dollars and seventv -five cents. A I - TOTAL AMOUNT BID SANITARY SEWER: $ 13,724.25 - Thirteen Thousand Seven Hundred Twentv -four Dollars And Twenty -five Cents. UNIT II B - TOTAL AMOUNT BID PAVING: $ 5,311,724.30 — Five million, three hundred eleven thousand, seven hundred twenty -four dollars and thirty cents. BI - TOTAL AMOUNT BID STORM DRAIN: $ 591,828.00— Five hundred ninety -one thousand, eight hundred twenty -eight dollars and zero cents. C - TOTAL AMOUNT BID LIGHTING: $ 1,051,355.00 — One million fifty -one thousand three hundred fifty -five dollars and zero cents. GRAND TOTAL AMOUNT BID: $ 7,442,407.30 Seven million four hundred forty -two thousand four hundred seven dollars and thirty cents BRIDGE CONSULTING /MANAGEMENT FEE *: $ 25,000.00 Twenty -five thousand dollars and zero cents. * This fee is in not subject to City Inspection or Testing Fees. GRAND TOTAL CONTRACT AMOUNT: $ 7,467,407.30 Seven million four hundred sixtv -seven thousand four hundred seven dollars and thirty cents mm PART B - PROPOSAL (Cont.) After acceptance of this Proposal, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security, if required is to become the property of the Owner. Formatted: Font color. Auto j The undersigned bidder certified that he has obtained at least one set of the General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978, and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The successful bidder shall be required to perform the work in accord with the following publications, both of which are incorporated herein and made a part hereof for all purposes: 1. The General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978, which may be purchased from the Water Department. 2. The Standard Specifications for Street and Storm Drain Construction which may be purchased from the Department of Transportation & Public Works. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. The Bidder agrees to begin construction within calendar days after issue of the work order, and to complete the contract within working days after beginning construction as set forth in the written work order to be furnished by the Owner. (Complete A or B below, as applicable:) A. The principal place of business of our company is in the State of Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non resident bidders in the State of our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. LOU I (we) acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration on preparation of the foregoing bid: Addendum No. 1 (Initials) Addendum No. 3 (Initials) Addendum No. 2 (Initials) Addendum No. 4 (Initials) Respectfully submitted, By: Title Address Telephone: (Seal) Date: B -22